You are on page 1of 183

A-PDF Merger DEMO : Purchase from www.A-PDF.

com to remove the watermark

TECHNICAL / COMMERCIAL BID


TENDER NO. WBSO/ENG/15-16/PT-04 DT. 02.07.2015
DUE ON : 03.08.2015 AT 14:30 HRS.
FOR : Rate contract for provision of Solar power at IOCL Retail outlets under
West Bengal State office.

(NAME & ADDRESS OF CONTRACTOR)

M/S.

INDIAN OIL CORPORATION LIMITED


( MARKETING DIVISION )
WEST BENGAL STATE OFFICE
ENGINEERING DEPARTMENT, 5 TH FLOOR
INDIAN OIL BHAVAN
2, GARIAHAT ROAD (S), DHAKURIA
KOLKATA-700068.
Ref. No. WBSO/ENG/15-16/ PT-04 Date : 02.07.15
M/s.
---------------------------------------------------------------
---------------------------------------------------------------
--------------------------------------------------------------
Dear Sir,

Subject: Rate contract for provision of Solar power at IOCL Retail outlets under West Bengal
State office.
We are enclosing the complete set of e-tender document for subject work in two bid system i.e Techno
commercial bid and Price Bid (In e-tender portal). The tender document is to be studied thoroughly before
quoting.
No tender fee is required for downloading of tender. Tender will not be available for purchase from any of our
offices.
All documents are required to be submitted online and electronically at the website https://iocletenders.gov.in.
Tender Documents sent in hard copies shall be summarily rejected. EMD is to be paid against this tender.
Conditional offers are liable for rejection, however you are requested to get any clarification, if required, from us
during Pre-Bid Meeting. The points to be clarified during pre-bid meeting may please be conveyed to IndianOil at-
least two working days prior to scheduled day of meeting. This is with a view to have structured discussion with
proper focus on issues. Please also note that after the clarifications, if any, are given in pre bid meeting, no further
deviation shall be permitted and all decisions taken by IndianOil in pre-bid meeting shall be binding on all bidders.
All are requested to attend pre-bid meeting. The Pre-Bid meeting minutes shall be uploaded in the e-tender portal
and form part of the tender document which is binding for all bidders. Canvassing of information or submission
of forged or false documents /information by any Tenderer shall make their offer invalid. Further, action shall
also be taken by IndianOil for forfeiture of their EMD/SD as well as putting the Party on Holiday list.
Bidders are requested to go through the Bidders Manual Kit available in the homepage of the e-tendering portal
i.e. https://iocletenders.gov.in to have a clear understanding of the steps to be followed for bid submission. The
Bidders Manual kit is for general reference only and the tenderers have to abide by the terms and conditions of
this tender. Tenderers must note that Indian Oil will not be responsible for delay in submission of online tender on
or before due date & time of tender submission. Tenderers must also note that before the bid is uploaded, the bid
comprising of all attached documents should be digitally signed using digital signatures as specified in the tender.
Tenderers are requested to take out print of relevant Affidavits, Declarations, Formats, Undertakings etc in
whichever they want to provide respective details and then upload separately. Uploading the same will supersede
the blank Affidavits, Declarations, Formats, Undertakings, etc uploaded by them along-with Tender Document.
The bidders are required to report with all original documents pertaining to qualifying parameters and other
documents for verification with photocopies submitted along-with tender, in our office as per schedule given in
Notice Inviting e-Tender. Please note that no separate communication shall be sent for verification of documents
In order to inform you about the nature and specifications of work , we have uploaded our approved
specifications for Civil. Electrical & Mechanical works including approved makes.
The Corporation reserves the right to reject any or all tenders without assigning any reason whatsoever.
Thanking You,
Yours faithfully,
For Indian Oil Corporation Limited
for Dy. General Manager (Engineering)West Bengal State Office.
Indian Oil Corporation Limited
Marketing Division, West Bengal State Office,
Engineering Department, 5th Floor,
2,Gariahat Road, (South), Dhakuria
Kolkata - 7000068

NOTICE INVITING TENDER

Download
NIT No./Name of the Work Period Contact Person
(Both days
Inclusive)

Tender No: WBSO/ENG/15-16/ PT-04 Ch. Manager (Engg,)


Indian Oil Corporation Ltd. (MD)
Rate contract for provision of Solar power at From 10:00 West Bengal State Office
IOCL Retail outlets under West Bengal State hrs of Indian Oil Bhavan
office. 02.07.15 2, Gariahat Road (South),
to Kolkata 700068
14.30 hrs Ph. : 033-24145432
03.08.15 E-mail : prabir@indianoil.in
PLEASE VISIT OUR WEBSITE www.iocletenders.gov.in FOR FURTHER DETAILS OF THIS
TENDER. s. Addendum/Corrigendum will be
uploaded on the website only.
NOTICE INVITING TENDER

Sealed tenders are invited in TWO BID system (Technical/Commercial Bid and Price
bid ) from reputed and financially sound parties having experience in similar works and
meeting qualifying parameters along with other details given below:

NAME OF WORK : Rate contract for provision of Solar power at IOC Retail outlets under West Bengal
State office.
TENDER DETAILS

1 Tender No. WBSO/ENG/15-16/PT- 04 DT. 02.07.15


2 Name of Work Rate contract for provision of Solar power at IOCL Retail outlets
under West Bengal State office.

3 Cost of Tender documents NIL


4 Earnest Money Deposit Rs 47332.00
5 Download of Tenders
a) Starts on 02.07.2015 at 10.00 Hrs
6 Pre - Bid Meeting 16.07.15 at 11:00 Hrs. at IOCL Office, 2 Gariahat Road (South), Kolkata-
700068
7 Due date and time :
a) Bid submission Start Date 17.07.2015 at 10.00 Hrs
b) Bid Download/ submission 03.08.2015 at 14.30 Hrs
End Date
C) Opening of Tenders 03.08.2015 at 15:00 HRS.
(Technical Bid Only)
8 Verification of original 04/05 .08.2015 during working hours
documents

1. Qualifying Parameters
a) Work Order : Single work order value : Executed value of similar works during the last 5 ( Five ) years
ending on 30.06.2015.

(i) One Single work order of minimum value - Rs 23,66,647.00


OR
(ii) Two single work order of minimum value Rs. 18,93,317.00
OR
(iii ) Three single work order of minimum value - Rs. 14,19,988.00
b) Definition of similar work : Supply ,Installation and Commissioning of complete Solar
power system of at least 3 KW Capacity ( Connected Load).
The work experience should be as a principal contractor i.e. there should be direct work
order from the principal employer to the tenderer and any Sub-let work experience shall
not be considered for the qualification of the tenderer For this, copy of the work order ,
completion certificate/ payment details towards proof of completion of works should be
submitted .
c) Annual Turnover : The party should have at least Rs. 28,39,976/- of annual turnover during any
of the last three financial years i.e. , 2012-13 ,2013-14 &, 2014-15. However provisional balance sheet
for FY 2014-15 will be considered subject to duly certification by the registered Chartered Accountant .
Note : Tenderer not fulfilling all the above qualifying parameters ( a to c ) need not apply.

2. Earnest Money Deposit : The Earnest Money Deposit (EMD) for this tender is Rs. 47332.00 ( Rupees Forty
Seven thousand Three Hundred Thirty Two Only) by Demand Draft . DD shall be in the name of Indian
Oil Corporation Limited (M.D.) , Payable at Kolkata.
Kindly note that the scan copy of the DD or document of exemption claim is to be uploaded along with
the completed e-tender document/price bid .
The EMD (Original DD) must be submitted before due date and time of submission in a sealed envelope
mentioning Tender No., Name of Work & vendor name & address (envelope cover format also given in
tender documents) and to be dropped in the Engineering Tender Box as under -

ENGINEERING TENDER BOX


INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)
WEST BENGAL STATE OFFICE, ENGINEERING DEPARTMENT,5th FLOOR ( WEST) ,
INDIANOIL BHAWAN, 2 , GARIAHATA ROAD , DHAKURIA , KOLKATA-700068

EMD will be released after finalization of the tender, for which no interest will be allowed.
As per MSME ACT 2006 Or (Erstwhile NSIC Registered parties), Central/State PSUs and JVs of IOCL are
exempted from the EMD for this tender. The party should upload the document towards exemption claim
along with completed e-tender document.

3. Verification of original documents: The date for verification of original documents pertaining to qualifying
parameters & credentials shall be as specified in Tender details . No separate communication will be
made in this regard. Offer of those tenderers who do not report for verification of original documents on
date mentioned above is liable for rejection.
4. Period of Contract : Two (02) years from the date of placement of work order.
However extension of contract for a further period of one year shall be done on same
rates, terms and conditions only after mutual consent / agreement.
5. Estimated Job value per Vendor : Rs. 47,33,293.60 (with service tax ) considering
empanelment of 5 (Vendors) subject to acceptance of rate finalized with L-1 party.
The estimated total job value for 15 locations is Rs. 2,36,66,468.40 including Service Tax
though the price bid has been prepared for single location only. However payment will
be made on actual executed quantity.

6. Completion time : 10 weeks from the date of each call up . Call up order shall be
placed by individual divisional office and payment shall be made from division office.
7. Warranty : The vendor is required to provide Warranty for 5 years from the date of
commissioning of the project and they have to execute an Indemnity bond cum
Warranty on non-judicial stamp paper of Rs. 200.00 as per attached format after
commissioning.
8. Payment terms : 70% payment will be released after mechanical completion of Solar
system and balance to be released after successful commissioning.
4. Security Deposit / Retention money : SD/retention money @10% of executed value
will be recovered from RA / final bills of each call up PO placed by divisional office
and will be returned after expiry of warranty period .
5. Price adjustment for delay in completion:
Compensation for delay in completion of work and not as a penalty , an amount equal
to % of that executed value subject to maximum 10% of executed value will be
recovered from bills.
6. Counter Conditions
The tenderers are advised to submit their offer strictly as per the terms and conditions and
specifications contained in the tender document and not put forth conditions/ counter
conditions. Conditional tenders received subsequent to the pre bid meeting tenders shall
render the offer liable for rejection. Tenderers must also note that documents in support
of qualifying parameters are submitted along with the tender failing which tenders
received will be rejected without further notice to the tenderers.
7. Action Against Submission of Forged Documents
Canvassing of information or submission of forged or false documents / information by any Tenderer shall
make their offer invalid. In addition, action shall also be taken by IOCL including forfeiture of EMD as well as
putting the Tenderer on Holiday list.

8. Service Tax.
The rates are exclusive of service tax and service tax is payable extra at applicable rates on total contract
value as per works completed.
Liability for payment of service tax shall be as under:

a. In case of company, full amount of service tax, shall be paid by IOCL to the contractor against valid tax
invoice, which shall be deposited by contractor to service tax authority.

b. In case of HUF/ Association of persons/ proprietorship/ partnership firm, 50% of service tax will be
deposited by IOCL directly to the service tax authorities and balance 50% will be paid to contractor against
valid tax invoice, which shall be deposited by contractor to service tax authority.

9. Instructions to bidders for participating in e-tendering

Indian Oil Corporation Ltd. has developed a secured and user friendly system through National
Informatics Centre, which enables Vendors/ Bidders to Search, View, Download tenders directly and also,
enables them to participate & submit Online Bids on the e-tendering site https://iocletenders.gov.in/ in a
secured and transparent manner maintaining confidentiality and security throughout the tender
evaluation process.

All interested bidders are requested to register themselves with the portal indicated above and enroll
their digital certificate with the user id for participation in the tender.

Bidders are requested to read following conditions in conjunction with various conditions,
wherever applicable appearing with this bid invitation for e-Tendering. The conditions mentioned
herein under shall supersede and shall prevail over the conditions enumerated elsewhere in the
tender document.
A. Procedure to submit On-line Bids / Offers electronically on e-tendering portal

a. For this purpose, Vendors / Bidders are advised to read the instructions available in the
homepage of the portal where detailed procedure for submission of bids is available under
the section Bidders Demo Kit.

b. The bidders should note the following:


Late and delayed Bids / Offers after due date / time shall not be permitted in e-tendering
system. No bid can be submitted after the last date and time of submission has reached.
(However if bidder intends to revise the bid already submitted, they may change / revise the
same on or before the last date and time of submission of bid). The system time (IST) that
will be displayed on e-tendering web page shall be the time and no other time shall be taken
into cognizance.
c. Bidders are advised in their own interest to ensure that bids are uploaded in e-tendering
system well before the closing date and time of bid.
d. No printed or posted Bids / Offers shall be accepted.

e. Bidders need to have Digital Signature Certificate

f. Digital Signature Certificate is a unique digital code which can be transmitted electronically
and primarily identifies a unique sender. The objective of digital signature is to guarantee
that the individual sending the message is who he or she really claims to be just like the
written signature. The Controller of Certifying Authorities of India (CCA) has authorized
certain trusted Certifying Authorities (CA) who in turn allot on a regular basis Digital
Certificates, Documents which are signed digitally are legally valid documents as per the
Indian IT Act (2000).
g. In order to bid for IndianOil e-tenders all the vendors are required to obtain a legally valid
Digital Certificate as per Indian IT Act from the licensed Certifying Authorities (CA) operating
under the Root Certifying Authority of India (RCAI), Controller of Certifying Authorities (CCA)
of India. The Digital Certificate is issued by CA in the name of a person authorized for filing
Bids / Offers on behalf of his Company. A Vendor / Bidder can submit their Bids / Offers On-
line only after digitally signing the bid / documents with the above allotted Digital
Signatures.
h. Bidders have to procure Digital Certificate (Class III) on their own from any of the Certifying
Authorities in India.

A. Submission of Documents
a. The tender documents including quoted Price Bid have to be submitted online only.
However, documents which necessarily have to be submitted in originals like EMD
mentioned in the tender documents have to be submitted offline. Indian Oil shall not be
responsible in any way for failure on the part of the bidder to follow the instructions.
b. It is advised that the bidder uploads small sized documents (preferably upto 10 MB) at a
time to facilitate easy uploading into e-tendering site. IndianOil does not take any
responsibility in case of failure of the bidder to upload the documents within specified time
of tender submission. Indian Oil will not be responsible for any delay under any
circumstances for non-receipt of Tenders/submission of filled in tender document by due
date & time.

B. Submission and Opening of Bids

a. Bid along with all the copies of documents should be submitted in the electronic form only
through IndianOil e-tendering system. Before the bid is uploaded, the bid comprising of all
attached documents should be digitally signed using digital signatures issued by an approved
Certifying Authority (CA) in accordance with the Indian IT Act 2000.

b. The bidder should go through the detailed instructions available in the homepage of the
portal for enrolment and online bid submission process. Bidder has to ensure that their bid is
complete in all respect before pressing on the FREEZE BID button. Any revision or
amendment in bid will NOT be possible after the FREEZE BID button is pressed only till the
due date and time of submission of tender.

C. Last Date for Submission of Bids


a. Bidders are advised in their own interest to ensure that bids are uploaded in e-Procurement
system well before the closing date and time of bid. Vendors / Bidders must use any
computer having Windows XP versions or higher operating system and an Internet web
browser version internet explorer V8.0 or higher recommended.

10. MODE OF SELECTING THE PARTIES:

The criteria for selection shall be as given below :


a. The Price Bid of only those parties shall be opened who will be qualified as per
pre qualifying parameters mentioned above .
b. Tenderer shall have to quote a percentage above / below / at par , over the
rates indicated in the price schedule & same shall be applicable uniformly to all
items i.e. they should give their price against the total price of the schedule of
works. In case same percentage is quoted by two or more parties, the Party with
higher turnover (average annual turn over for last three years ) shall be
preferred.
c. Only 5 vendors will be empanelled for award of job.
d. The Lowest rate shall mean the lowest acceptable rate quoted by the L-1 party (
with or without negotiations as the case may be ), after following the
Corporations rule on the procedure of bid comparison.

e. Based on the offers received from the parties , a list of parties will be made on
ascending order of their offers received from L-1 and other parties subject to
their acceptance of L-1 rates (from the said list of parties ) up to the number of
parties required shall form the list of empanelled parties.
f. In case of availability of less than 5 nos. of empanelled parties against our
requirement given above , corporation will have the right to distribute entire
works amongst the available empanelled parties.

11. Other Documents/Information

Copies of the following documents should also be submitted with the Technical/ Commercial Bid . These
documents are not mandatory to qualify in the tender, but if not submitted with tender , they are
required to submit on demand by IOCL .
a. RTGS Format ( Bank Mandate ) , duly filled in as per format attached .
b. An affidavit that the party is not Black/ Holiday listed in prescribed format
attached.
c. Certificate of Incorporation in case of Company.
d. Registration Certificate & Partnership Deed in case of Partnership Firms.
e. Power of Attorney in favour of the person signing the documents.
f. Copy of PAN Card.
g. Service Tax Registration or proof of having applied for Service tax registration or
Letter of exemption from the concerned authority.
h. VAT/ TIN NO of West Bengal State.

12. IMPORTANT NOTE:-

a. The work experience being submitted by the interested parties along with
tender documents may be inspected by IOCL or their authorized representatives
at sole discretion of the Corporation.
b. The quantum of work given in the price schedule is only indicative and is not the
right of contractors.
c. Validity of Tender: 4 Months from the Date of Opening of Tender.
d. Tender (Technical and Commercial bid) shall be opened as specified date and
time . If the date of submission and opening of the tender happens to be a
Bandh or Holiday, the submission of tender and opening of same will be on the
next working day at the same time and place.
e. The tenderer is advised to understand that quality is the essence of the contract.
Non adherence to the specification or substandard workmanship shall not be
tolerated at all. The tenderer shall do proper rate analysis and accordingly quote
for execution of works .
f. Indian Oil Corporation Ltd. reserves the right to accept or reject any or all
tenders at their sole discretion without assigning any reason whatsoever.

For INDIAN OIL CORPORATION LIMITED (MD).


Dy.General Manager (Engg.)
West Bengal State office , Kolkata
DECLARATION

We confirm that we have quoted/accepted the rates in this tender/in this work order
Considering the

1. Terms & conditions of Contract.`


2. Technical Specifications as enclosed.

We agree to all the conditions mentioned in these documents.

We have read understood and accepted Rates, Schedule of Items, Technical Specifications, Engineering
Drawing & Vendor List etc. as mentioned in the empanelment tender and also in this tender document.

We further confirm that our quotation has been prepared based on above referred detail Technical
Specifications, Engineering Drawing, Vendor List & General Condition of Contract (GCC) in toto.

Place :
Signature Of The Contractor / His/Her
Authorised Representative

Date :

Name & Address

Seal :

Envelope Cover for Submission of EMD Instrument

TENDER NO: WBSO/ENG/15-16/PT-04


SUBJECT: Rate contract for provision of Solar power at IOCL Retail outlets under West Bengal
State office.

TO,

ENGINEERING TENDER BOX


INDIAN OIL CORPORATION LIMITED
(MARKETING DIVISION)
WEST BENGAL STATE OFFICE,
ENGINEERING DEPARTMENT,
INDIANOIL BHAWAN,
2, GARIAHAT ROAD , DHAKURIA
KOLKATA-700068
From:
(Address of the Tenderer)

Special Instructions for participating in e-tender

Tenderers are advised to download Notice Inviting Tender along with other tender documents from the
e-tendering portal https://iocletenders.gov.in free of cost using their digital signature & registered
user id. While the tender shall be submitted online in soft copy on our e-tendering portal, the Earnest
Money Deposit has to be submitted by dropping it in the Tender-box ( as per instruction) before the due
date and time of tender submission failing which the tender shall be summarily rejected. A scanned
copy of the instrument DD/ BC or exemption certificate in case of NSIC or exempted category has to be
uploaded along with clear scanned copies of required documents to substantiate the claim towards
their credentials along with the tender documents in the appropriate link.

The tender documents downloaded are not transferable and can be used only by the registered
tenderer who has downloaded the documents. Hence any tender submitted by the tenderers who have
not downloaded the same shall be rejected outright.

INSTRUCTIONS TO BIDDERS FOR PARTICIPATING IN E-TENDERING:

Indian Oil Corporation Ltd. has developed a secured and user friendly system through National
Informatics Center, which enables Vendors/ Bidders to Search, View, Download tenders directly and
also, enables them to participate & submit Online Bids on the e-tendering site
https://iocletenders.gov.in in a secured and transparent manner maintaining confidentiality and
security throughout the tender evaluation process.

All interested bidders are requested to register themselves with the portal indicated above and enroll
their digital certificate with the user id for participation in the tender.

Bidders are requested to read following conditions in conjunction with various conditions, wherever
applicable appearing with this bid invitation for e-Tendering. The conditions mentioned herein under
shall supersede and shall prevail over the conditions enumerated elsewhere in the tender document.

1.0 Procedure to submit On-line Bids / Offers electronically on e-tendering portal


For this purpose, Vendors / Bidders are advised to read the instructions available in the homepage of
the portal where detailed procedure for submission of bids is available under the section Bidders
Demo Kit. You may contact the following resource persons for any assistance required in this regard.
Vikrant 9999188919
Ankit 9717983330
Sawan 8130269544
eMail-id: etenderinghelpdesk@indianoil.in

2.0 The bidders should note the following:

2.1 Late and delayed Bids / Offers after due date / time shall not be permitted in e-tendering system.
No bid can be submitted after the last date and time of submission has reached. (However if bidder
intends to revise the bid already submitted, they may change / revise the same on or before the last
date and time of submission of bid). The system time (IST) that will be displayed on e-tendering web
page shall be the time and no other time shall be taken into cognizance.

2.2 Bidders are advised in their own interest to ensure that bids are uploaded in e-tendering system
well before the closing date and time of bid.

2.3 No printed or posted Bids / Offers shall be accepted.

3.0 Bidders need to have Digital Signature Certificate


Digital Signature Certificate is a unique digital code which can be transmitted electronically and
primarily identifies a unique sender. The objective of digital signature is to guarantee that the
individual sending the message is who he or she really claims to be just like the written signature. The
Controller of Certifying Authorities of India (CCA) has authorized certain trusted Certifying Authorities
(CA) who in turn allot on a regular basis Digital Certificates, Documents which are signed digitally are
legally valid documents as per the Indian IT Act (2000).

In order to bid for IndianOil e-tenders all the vendors are required to obtain a legally valid Digital
Certificate as per Indian IT Act from the licensed Certifying Authorities (CA) operating under the Root
Certifying Authority of India (RCAI), Controller of Certifying Authorities (CCA) of India. The Digital
Certificate is issued by CA in the name of a person authorized for filing Bids / Offers on behalf of his
Company. A Vendor / Bidder can submit their Bids / Offers On-line only after digitally signing the bid /
documents with the above allotted Digital Signatures.

Bidders have to procure Digital Certificate Class III on their own from any of the Certifying Authorities
in India.

4.0 Submission of Documents


The tender documents including quoted Price Bid have to be submitted online only. However,
documents which necessarily have to be submitted in originals like EMD and any other documents
mentioned in the tender documents have to be submitted offline. Indian Oil shall not be responsible in
any way for failure on the part of the bidder to follow the instructions.

5.0 It is advised that the bidder uploads small sized documents (preferably upto 10 MB) at a time to
facilitate easy uploading into e-tendering site. IndianOil does not take any responsibility in case of
failure of the bidder to upload the documents within specified time of tender submission. Indian Oil
will not be responsible for any delay under any circumstances for non-receipt of Tenders/submission of
filled in tender document by due date & time.

6.0 Submission and Opening of Bids


Bid along with all the copies of documents should be submitted in the electronic form only through
IndianOil e-tendering system. Before the bid is uploaded, the bid comprising of all attached documents
should be digitally signed using digital signatures issued by an approved Certifying Authority (CA) in
accordance with the Indian IT Act 2000. The bidder should go through the detailed instructions
available in the homepage of the portal for enrolment and online bid submission process. Bidder has to
ensure that their bid is complete in all respect before pressing on the FREEZE BID button. Any
revision or amendment in bid shall be possible after the FREEZE BID button is pressed only till the
due date and time of submission of tender.

7.0 Last Date for Submission of Bids


Bidders are advised in their own interest to ensure that bids are uploaded in e-Procurement system
well before the closing date and time of bid. Vendors / Bidders must use any computer having Windows
XP versions or higher operating system and an Internet web browser version internet explorer V8.0 or
higher recommended.

Note: Bidders are requested to go through the Bidders Manual Kit available in the homepage of the e-
tendering portal i.e. https://iocletenders.gov.in to have a clear understanding of the steps to be
followed for bid submission. The Bidders Manual kit is for general reference only and the tenderers
have to abide by the terms and conditions of this tender.

(Self Adhesive non-judicial stamp of Rs. 100/- to be affixed)


INDEMNITY BOND UNDERTAKING A
(To be executed if applicable on obtaining work order no.)
From:
M/s
(Contractor)
To.
M/S. INDIAN OIL CORPORATION LIMITED
Sub: (1) Work Order No. __________________________, dt. ----------------------------------
(2) Agreement No. __________________________, dt. ------------------------------------

THIS INDEMNITY BOND / UNDERTAKING executed at ------------------------------------------------this


------------------------ day of --------------------------- 20__ by M/s -----------------------------------------------
------------------------------------ hereinafter called the "Contractors" (which expression shall
mean and include if the context so admits, the partners or partner for the time being of
the Firm and their or his respective heirs, executors and administrators; its successors and
assigns in law) in favour of INDIAN OIL CORPORATION LIMITED a Company incorporated
under the Companies Act I of 1956 and having its Registered Office at G-9, Ali Yavar
Jung Marg, Bandra (East), Mumbai 400 051, herein after called "the Corporation" (which
expression shall include its successors and assigns in law).

WHEREAS the Corporation, desirous of having executed certain work specified in the
tender No.___________________________________________ dated____________ issued by
the Corporation on the Contractors, has caused drawings, specifications and bill of
quantity showing and describing the work to be done prepared and the same have
been signed by or on behalf of the parties hereto

AND WHEREAS the Contractors have agreed with the Corporation to execute and
perform the said work specified in the said Tender upon certain terms and conditions
provided in the Agreement executed between the Contractors and the Corporation
and also contained in the General Conditions of contract attached thereto AND
WHEREAS the Contractors are bound by law lo comply with the provisions of various
Labour Laws like Minimum Wages Act 1948, Equal Remuneration Act 1976, Inter-State
Migrant Workmen (Regulation of Employment and Conditions of Service) Act 1979,
Contract labour (Regulation and Abolition) Act 1970, Workmen's Compensation Act
1923, Employees State Insurance Act as also the Provident Fund Act providing for
Provident Fund Scheme for labourers engaged by the Contractors but in the event of
violation of the provisions of various amenities and facilities to the workers under the
different labour laws, not only the Contractors but also the Corporation as the principal
employer becomes liable for the acts of omission and commission by the Contractors.

IT IS THEREFORE THE INTENT OF THIS INDEMNITY BOND UNDERTAKING BY THE


CONTRACTORS to indemnify and keep indemnified the Corporation as stated
hereinafter.
The Contractors hereby undertake to furnish a certificate with regard to the number of
labourers employed by them in the Corporation in other organisation throughout the
country to the Location in-charge of the Corporation where the work is undertaken by
the Contractors.

The Contractors hereby confirm and state that they are duly registered under Contract
Labour (Regulation and Abolition) Act 1979 as amended from time to time and that
they undertake to furnish a certified copy of the requisite Licence obtained by
Contractors from the competent authority to the Corporation's representative.
The Contractors hereby undertake to keep proper record of attendance of his
labourers and will give opportunity to the officers of the Corporation to supervise the
same and confer upon the Corporation's representative the right to countersign the
said register. The Contractors shall provide a copy of pay sheets to the Location in-
charge of the Corporation nominated by the Corporation for supervision of the
payment of wages made to the labourers by the Contractor and also confer the right
on the Corporation's representative to supervise the payment of wages to the labourers
on the spot whenever required by the Corporation.
The Contractors state that they are fully aware of the provisions of the Provident Fund
Act, particularly with regard to the enrolment of labourers as a member of Provident
Fund. The Contractors further confirm that they are aware of the provisions and that
they are obliged to recover Provident Fund contribution from the eligible labourers
engaged by them and after adding their own contribution, remit the same to RPFC. The
contractors state and confirm that they are fully aware of their obligation to remit the
said amounts on account of Provident Fund to the RPFC within the prescribed period
and that they have obtained a separate code number from the Regional Provident
Fund Commissioner which is bearing Sanction No.__________ dated __________from
RPFC.

The Contractors will afford all opportunities to the officers of the Corporation whenever
required to verify that the Provident Fund is actually deducted by the Contractors from
the wages of the laborers and the same together with the Contractors' contribution has
been duly remitted by the Contractors to the concerned P.F. Commissioners. The
Contractors also undertake to provide photocopy of the receipt issued by the
concerned P.F. Commissioner for having received the P.F. contribution from the
Contractors.
In the event the Location in-charge of the Corporation is not satisfied about the
payment of wages made and the recovery of P.F. etc. from the laborers employed by
the Contractors, the Contractors hereby agree and authorized the Corporation to
withhold the payment of their bills till the contractors complete all their obligations.

Notwithstanding the provisions contained in clause 6 above, the Contractors hereby


undertake and authorized the Corporation to recover dues payable by the Contractors
to the laborers employed by them as also amounts on account of P.F. contributions
(including the Contractors contribution) as also all losses, damages, costs, charges,
expenses, penalties from their bills and other dues including the security amounts.

The Contractors hereby agree, confirm and declare that they have fully complied and
will comply with the provisions of various labour laws, particularly those referred to here
in above and that no violation of the provisions of various amenities and facilities to the
workers under different laws has been done by them and in the event of any past or
future violation of the various labour laws, the contractors shall indemnify and keep the
Corporation duly indemnified against all losses, damages, costs, charges, expenses,
penalties, suits or proceedings which the Corporation may incur, suffer or be put to.

The contractors hereby agree that the aforesaid indemnity undertakings are in addition
to and not in substitution of the terms and conditions contained in the tender
documents and the work order and also the Agreement executed by the Contractors
with the Corporation.

The Contractors hereby confirm, agree and record that these terms of undertaking and
indemnity shall be irrevocable and unconditional and shall be binding on their heirs,
executors, administrators and legal representatives and shall ensure for the
Corporations benefit and for the benefit of its successors and assigns.

That all questions, issues, disputes and differences between the contractor and the
Corporation arising under this indemnity bond undertaking shall be referred to
arbitration in the same meaning as indicated in the contract executed between the
contractors and the Corporation.
Yours faithfully,

Date
Contractors Name and Signature
Witness
(1) (Full Address)

(2) (Full Address)


(Self Adhesive non-judicial stamp of Rs. 100/- to be affixed)
(To be executed on obtaining work order)

DECLARATION

Sub. : Contract / Work Order No. ---------------------------------------- dated ---------------------

1. We the Contractors hereby agree, undertake to faithfully observe and comply with
the following during the performance of the contract.

2. We shall

Deploy trained and competent employees who are physically fit and are not suffering
from any chronic or contagious diseases.

Be responsible for and arrange and bear costs of such equipments, cleaning materials,
uniforms and other paraphernalia necessary to render effectively the services required
by the Corporation.

Be responsible and liable for payment of salaries, wages and other legal dues of our
employees for the purpose of rendering the services required by the Corporation under
the above contract and shall maintain proper books of account, records and
documents. We shall however as the employer, have the exclusive right to terminate
the services of any of our employees and to substitute any person instead.

Comply in all respects with the provisions of all statutes, rules and regulations applicable
to us and / or to our employees and in particular we shall obtain the requisite licence
under the Contract Labour (Regulation and Abolition) Act 1970 and the rules made
there under.

Ensure that our employees while on the premises of the Corporation or while carrying
out their obligations under the contract, observe the standards of cleanliness, decorum,
safety and general discipline laid down by the Corporation or its authorized agents and
the Corporation shall be the sole judge as to whether or not we and/or our employees
have observed the same.

Personally and exclusively employ sufficient supervisory personnel exclusively to


supervise the work of our employees so as to ensure that the services rendered under
this contract are carried out to the satisfaction of the Corporation.

Ensure that our employees will not enter or remain on the Corporation's premises unless
absolutely necessary for fulfilling our obligations under the contract.

Not do or suffer to be done in or about the premises of the Corporation anything


whatsoever which in the opinion of the Corporation may be or become a nuisance or
annoyance or danger or which may adversely affect the properly, reputation or
interest of the Corporation.
Not do or suffer to be done in or about the premises of the Corporation anything
whereby any policy of insurance taken out by the Corporation against loss or damage
by fire or otherwise may become void or void able.

Be liable for and make good any damage caused to the Corporation's properties or
premises or any part thereof or to any fixtures or fittings thereof or therein by any act,
omission, default or negligence on our part or on the part of our employees or our
agents.

Indemnify and keep indemnified the Corporation, its officers and employees from and
against all claims, demands, actions, suits and proceedings, whatsoever that may be
brought or made against the Corporation by or on behalf of any person, body,
authority whomsoever and whatsoever and all duties, penalties, levies, taxes, losses,
damages, costs, charges and expenses and all oilier liabilities of whatsoever nature
which the Corporation may now or hereinafter be liable to pay, incur or sustain by
virtue of or as a result of the performance or non-performance or observance or non-
observance by us of any of the terms and conditions of the contract. Without prejudice
to the Corporation's other rights, the Corporation will be entitled to deduct from any
compensation or other dues payable to us, the amount payable by the Corporation as
a consequence of any such claims, demands, costs, charges and expenses. The
Corporation shall not be responsible for death, injury or accidents to our employees
which may. arise out of or in the course of their duties on or about the Corporation's
property and premises and in the event that the Corporation is made liable to pay any
damages or compensation in respect of such employees, we hereby agree to pay to
the Corporation such damages or compensation upon demand. The Corporation shall
also not be responsible or liable for any theft, loss, damage or destruction of any
property that belongs to us or our employees lying in the Corporation's premises from
any cause whatsoever.

3. It is hereby declared that we are, for the purposes of this contract independent
contractors and all persons employed or engaged by us in connection with our
obligations under the contract shall be our employees and not of the Corporation.

4. On the expiration of the contract or any earlier termination thereof, we shall forthwith
remove our employees who are on the Corporation's premises or any part thereof
failing which, our employees, agents, servants etc. shall be deemed to be trespassers
and on their failure to leave the Corporations premises, the Corporation shall be
entitled to remove all persons concerned (if necessary by use of force) from the
Corporation's premises and also to prevent them (if necessary by use of force) from
entering upon the Corporation's premises.

5. We hereby undertake and declare that, in the event the


workmen/employees/persons engaged by us ("the contractors' employees") to carry
out the purposes hereof, attempt to claim employment with the Corporation or
attempt to be declared as employees of the Corporation or attempt to become so
placed, then in all such cases, we shall assist the Corporation in defending all such
attempts of the Contractor's employees AND we shall bear and pay solely and
absolutely all costs, charges and expenses including legal charges incurred or which
may be incurred in defending all such attempts and in any appeal or appeals filed by
the Corporation therein or relating thereto AND we hereby indemnify for ever the
Corporation against all such costs, charges and expenses including legal charges and
against all and any loss, expense or damages, whether recurring or not, financial or
otherwise, caused to or incurred by the Corporation, as a result of such attempt by the
Contractors' employees.

6. It is hereby agreed that the Corporation shall be entitled to set off any debt or sum
payable by us either directly or as a result of vicarious liability to the Corporation against
any monies payable or due from the Corporation to us or against any monies lying or
remaining with the Corporation and belonging to us or any of our partners or directors.

Date:

Signature Of The Contractor / His/Her


Authorised Representative

Date :

Name & Address

Seal :

Telephone:
PROFORMA OF DECLARATION OF BLACK LISTING/HOLIDAY LISTING

In the case of a Proprietary concern :

I hereby declare that neither I in my personal name or in the name of my Proprietary concern
M/s.____________________ which is submitting the accompanying Bid/Tender nor any other
concern in which I am proprietor nor any partnership firm in which I am involved as a Managing
Partner nor any company in which I am a Promoter or a Director or having controlling stake with
minimum 26% share holding have been placed on black list or holiday list declared by Indian Oil
Corporation Ltd. Or its Administrative Ministry (presently the Ministry of Petroleum & Natural Gas),
except as indicated below :
(Here give particulars of blacklisting or holiday listing, and in absence thereof state NIL)
In the case of a Partnership Firm :

We hereby declare that neither we, M/s._________________ , submitting the accompanying


Bid/Tender nor any partner involved in the management of the said firm either in his individual
capacity or as proprietor or managing partner of any firm or concern or as a promoter or
Director or having controlling stake with minimum 26% share holding of any company have or
has been placed on blacklist or holiday list declared by Indian Oil Corporation Ltd. Or its
Administrative Ministry (presently the Ministry of Petroleum & Natural Gas), except as indicated
below:

(Here give particulars of blacklisting or holiday listing and in the absence thereof state NIL)
In the case of Company:

We hereby declare that we have not been placed on any holiday list or black list declared by
Indian Oil Corporation Ltd. Or its Administrative Ministry (presently the Ministry of Petroleum and
Natural Gas), except as indicated below:

(Here give particulars of blacklisting or holiday listing and in the absence thereof state NIL)

It is understood that if this declaration is found to be false in any particular, Indian Oil
Corporation Ltd. Or its Administrative Ministry shall have the right to reject my/our bid, and if the
bid has resulted in a contract, the contract is liable to be terminated.

Signature of Bidder:
Place:
Date :
Name of Signatory : _______________________________
DETAILS OF RELATIONSHIP WITH IOCS DIRECTOR ETC.

Vendor should furnish following details in the appropriate part based on their
organisational structure.

Organizational Structure Part of the form applicable

Sole Trader Part-A

Partnership Part-B

Company Private/Public Part-C

PART-A

(APPLICABLE WHERE TENDERER IS SOLE PROPRIETOR)

1. Name of Vendor

2. Office Address Residence Address

3. State whether Vendor is related to any Yes/No*


Director/(s) of the Indian Oil Corporation
Ltd.

4. If `Yes to 3, state the name of IOCLs


Director and Vendors relationship with
him/her.

* Strike out whichever is not applicable.

PLACE :

DATE :
PART-B

(APPLICABLE WHERE THE TENDERER IS A PARTNERSHIP FIRM)

1. Name of the Partnership firm responding


to the tender

2. Address

3. Name of Partners

4. State whether any of the partners is a Yes/No*


Director to the Indian Oil Corporation Ltd.,

5. If `Yes to 4 state the name(s) of IOCLs


Directors

6. State whether any of the partners is Yes/No*


related to any of the Director(s) of the
Indian Oil Corporation Ltd.

7. If `Yes to 6, state the name(s) of IOCLs


Director and the concerned partners
relationship with him/her.

* Strike out whichever is not applicable.

PLACE :

DATE :
PART-C

(APPLICABLE WHERE THE TENDERER IS A PUBLIC/PRIVATE LTD.CO.)

1. Name of the Company responding to


the tender

2. Address of :

Registered Office:

Principal Office:

3. State whether the Company is a Pvt. Ltd.


Co. or Public Ltd., Company.
4. Names of Directors of the Company

5. State whether any of the Directors of the Yes/No *


Tenderers Company is a Director of
Indian Oil Corporation Ltd.

6. If `Yes to (5) state the name(s) of IOCLs


Directors

7. State whether any of the Director of the


Tenderer Company is related to any of
the Directors of the Indian Oil
Corporation Ltd.

8. If `Yes to (7) state the name(s) of IOCLs


Director and the concerned Directors
(of the Tenderer Co.) relationship with
him/her.

Strike out whichever is not applicable.

PLACE : DATE :
DECLARATION 'D'

Tenderer is required to state whether they have employed any retired Director and
above rank officer of Indian Oil Corporation Limited in their firm. If so, details hereunder
to be submitted :

1. Name of the Person :

2. Post last held in IOCL :

3. Date of retirement :

4. Date of employment in the firm :

TENDERER'S SIGNATURE & SEAL :

DATE :

PLACE :

N.B.

A separate sheet may be attached, if the above is not sufficient.

Strike out whichever is not applicable. If the Tenderer employs any person subsequent
to signing the above declaration and the employee/s so appointed happens to be the
near relatives of the Officer / Director of the Corporation / Central / State Governments,
the tenderer should submit another declaration furnishing the name/s of such
employee/s who is / are related to the officer/s of the Corporation / Central / State
Governments.
TERMS AND CONDITIONS OF CONTRACT

COMPLETION TIME:
Entire work should be completed within specified time from the date of handing over the
site which will be taken as the 10th day from the date of issue of work order or the actual
date of handing over the site whichever is EARLIER failing which price adjustment for
delay in completion shall be made as per clause 4.4.0.0, section 4 of GCC. This will be in
addition to and without prejudice to the other rights available to the Corporation under the
said GCC. Time for all the facilities covered in the schedule of works will commence
concurrently.

These special terms and conditions shall be read in conjunction with the technical
specifications, drawings, instructions to tenderers and particular conditions of contract and
any other document forming a part of the tender, wherever the tender so requires.

VALIDITY OF TENDER: The tender will be valid for a period of 04 (FOUR) months as
per clause 4.10 of Instructions to tenderers of GCC from the date of opening the tender
which will be taken as the date of opening of techno-commercial bid in case of two bid
system of tenders.

CONTRACTORS SCOPE OF SUPPLY :

All materials including cement, reinforcement, structural steel, consumables, testing


appliances, tools and tackles necessary for completing the work shall be supplied by the
Contractor at his own cost. No claim/delay on this account will be entertained by the
Corporation.
Corporation reserves the right in selection of best make of materials to be procured by the
contractors & contractor shall procure the same only up on the approval by site in charge.
In case of contradiction between Indian Standards, General Conditions of Contract,
Special Conditions of Contract, Specifications, Drawings, Schedule of Rates, the
following shall prevail in order of precedence.

Formal contract
Acceptance of tender
Price schedule annexed to the work order.
Agreed variations annexed to the work order.
Addenda to tender documents.
Special terms and conditions
Tenders Drawings
Terms & Conditions of Contract
Instructions to tenderers
General conditions of contract
Firm price :

Once the offer is accepted and agreement executed, the rates shall be valid till the
completion of works in all respects and no escalation whatsoever will be entertained due to
extension of time on any grounds. Similarly no variation or reimbursement shall be
entertained due to revisions in statutory tax or levies imposed by the Governments of State
or Centre.

Labour Agreement :

The Contractors who are working in the establishments through Contract Labour shall be
fully responsible for observance of all rules and regulations as per the Contract Labour
(Regulation and Abolition) Act 1971 and obtain a licence from the Assistant Labour
Commissioner concerned and produce the same to IOCL. In this connection, tenderers
shall abide by all the conditions of Appendix I and Appendix II enclosed with the GCC.
The Principal Employer certificate shall be given on written request from contractor by
IOCL.

PF Registration:

The successful tenderers shall abide by all the requirements of PF Rules & regulations.

General:

Not with standing the sub divisions of the tender document into several sections and
volumes, every part of each shall be deemed to be supplementary of every other part and
shall be read with and into the contract so far as it may be practicable to do so.

Measurements For Works/Record Measurements/ Bills


All the payment for quantities certified in the running account/ final bill shall be as per
the details recorded in the standard measurement book of the Corporation and jointly
signed by the Contractor/ site engineer of IOC.
Method of measurement shall be strictly in accordance with the technical specification
for this work.
The payment shall be as per the details entered in the standard Measurement Certificate bills
of the Corporation. On Account Bills shall be paid for the work done, measured and
certified.

TERMS OF PAYMENT:

Mobilisation advance is not applicable for this tender.


On Account Payments : On Account Bills shall be paid for the work done, measured
and certified. Payment shall be effected as per following.
a. Upto 90% of the item rate quoted based on progressive completion of work in the R/A
bill.
b. Balance 10% of the item rate quoted after completion of all works and in final bill.

Price Adjustment For Delay In Completion:The contractual price payable shall be subject
to adjustment by way of discount if the units are mechanically completed or the contract
works are finally completed subsequent to the date of mechanical completion/ final
completion specified and as per provisions indicated in clause 4.4.0.0, Performance of work,
Section 4 of GCC.

Special Clause :

The contractor is required to take necessary care to protect to the existing nearby structure
while carrying out his scope of work. Any damage caused to other property shall be
rectified at his own cost.

Income Tax, Sales Tax & Works Contract Tax :

The contractor shall take note that rates quoted shall be inclusive of all taxesstatutory levies,
Royalty, Income tax, sales tax and works contract taxes, transportation etc. IOCL shall not
entertain any request for payment of any taxes/levies separately.

The contractor shall take note that his rates in the tender are inclusive of all taxes, statutory
levies, Royalty, sales tax and works contract taxes etc. IOCL shall not entertain any request
for payment of any taxes/levies separately.
Testing Of Materials/ Works :

The Contractor shall carry out the various tests as enumerated in the technical
specifications of this tender document and the technical documents that will be furnished
to him during the performance of the work and no separate payment shall be made unless
otherwise specified in schedule of rates.
All the tests either on the field or at outside laboratories concerning the execution of the
work and supply of materials by the Contractor shall be carried out by Contractor at his
own cost.
The work is subject to inspection at all times by the Site Engineer/ Engineer-in-Charge/
representatives nominated by IOCL. The Contractor shall carry out all instructions given during
inspection and shall ensure that the work is being carried out according to the technical
documents and the relevant codes of practice furnished to him during the performance of the
work.
Any work not conforming to the execution drawings, specifications or codes shall be rejected
forthwith and the contractor shall carry out the rectifications at his own cost.
All results of inspection & tests will be recorded in the inspection reports, proforma, which will
be approved by the Site Engineer/ Engineer-in-Charge. These reports shall form part of the
completion documents.
Inspection & acceptance of works shall not absolve the Contractor from any of his
responsibilities under this Contract.
Cement Consumption :
Theoretical cement consumption per unit of work shall be as per CPWD specifications or as
specified.
Cooperation With Other Contractors:

The contractor shall cooperate with other contractors for smooth execution of project related
works.

Bill Of Quantities:

Bill of quantities are approximate and payment shall be made as per actual certified
measurements. The contractor is not entitled for any sort of compensation towards excess
materials procured / stored.

Authorised Representative :

The successful tenderer within 10 days of receipt of acceptance of tender, name an engineer
responsible for the job at site on behalf of the contractor as per clause 4.0.3.0 and 4.0.3.1,
Performance of work, section 4, of GCC. bidder should give in writing to the Corporation,
the name of his authorised and qualified engineer who will supervise the work and shall
remain at the site during execution of the job.

Site Cleaning:

The Contractor shall take care for cleaning the working site from time to time for easy
access to work site and also from safety point of view.
Working site should be always kept cleared upto the entire satisfaction of the Engineer-in-
Charge. Before handing over any work to owner, the contractor in addition to other
formalities to be observed as detailed in the document,- shall clear the site to the entire
satisfaction of Engineer-in-Charge.

MISCELLANEOUS REQUIREMENTS:
It shall be contractors responsibility to obtain approval for any revision and/or
modifications decided by the contractor from the site -in-charge before implementation.
Also such revisions and/or modification if accepted / approved by the site-in-charge shall
be carried out at no extra cost to the owner.
Any changes required during and/or after approval for detailed construction drawings
due to functional requirements or for efficient running of system keeping the basic
parameters unchanged and which has not been indicated by the Contractor in the data /
drawings furnished alongwith the offer, will be carried out by the contractor at no extra
cost to the owner.
All expenses towards mobilisation & demobilisation including bringing in equipment,
clearing the site etc. shall be deemed to be included in the prices quoted and no separate
payments on account of such expenses shall be entertained.
It shall be entirely Contractors responsibility to provide, operate & maintain necessary
construction equipments, scaffoldings and safety gadgets, cranes and other lifting tackles,
tools and appliances to perform the work in a workman like and efficient manner &
complete all jobs as per time schedules.
Preparing approaches and working area for movement and operation of the cranes,
leveling the areas for assembly and erection shall also be the responsibility of the
Contractor. The Contractor shall acquaint himself with access availability, facilities such
as railway siding , local labour etc. to provide suitable allowances in his quotation.
The Contractor, at his own cost, may have to build temporary access roads to aid his own
work which shall also be taken care while quoting for the work
The procurement and supply in sequence and at the appropriate time of all materials &
consumables shall be entirely the Contractors responsibility. Rates for execution of work
will be inclusive of supply of all these items.

SAFETY PRECAUTIONS & HOT WORK :


Contractor shall have to take all safety precaution for carrying out hot work in the
premises after obtaining hot work permit from location incharge at his own cost as
directed by the Engineer-In-Charge. Necessary safety equipment such as safety belts,
helmets and other equipments are to be positioned by the contractor and use as per
requirement.
Safety distance as per CCE Rules and Oil Industry Safety Directorate shall be maintained
strictly.
Any casualty or damage caused to property or person by any untoward incidents while
executing this contract will be at the contractors risk and cost.The contractor shall also
abide by hot work permits to be taken on day to day basis from the location as per policy
of the Corporation.
The successful tenderer shall be responsible for observance of all conditions as per
Appendix III furnished along with GCC with regard to safety.
Please also note that only steel pipe scaffolding and MS plate shuttering is permitted at site
during execution of work.

SECRECY AGREEMENT:
CONTRACTOR shall as a part of his obligation sign an agreement for secrecy of the
drawings / documents with IOC. CONTRACTOR, hereby, expressly undertake to keep
all the drawings/documents as well as other Technical information given in the
CONTRACT-DOCUMENT secret and shall not divulge or leak or otherwise cause to be
known to the competitors or others having any interest in such process in anyway the
contents in any form, shape or method.
In case any land is made available to the Contractor within the provisions of tender, the
owner shall be entitled (without prejudice to any other mode of recovery), the contractor
shall pay a licence fee @ Rs.20/- (Rupees Twenty Only) per 100 (One Hundred) Sq. mtrs
or part thereof, to be recovered from the running/ final bills of the contractor or any other
payments due to the contractor from time to time as per clause 3.6.4.0 of GCC.

Following clauses forming part of the GCC issued along with the tender are deleted:

i. Clause 2.6.1.0 and 2.6.2.0 General, section 2 of GCC.


ii. Section (9) of the GCC relating to Arbitration and ADR Machinery stands
deleted.
iii. The reference to the Arbitration and Alternative Dispute Resolution
Machinery provision as contained in GCC in any other term or
condition, which may be general or special in nature, shall also stand
deleted to the extent the said contents are applicable to the
Arbitration provisions
PENALTY CLAUSE :
The penalty for breach of safety during execution of works shall be levied by the
Corporation as below :
a. Violation of applicable safety, health and environment related norm, a penalty of
Rs. 5000/- per occasion.
b. Violation as above resulting in
Any physical injury, a penalty of 0.5% of the contract value (max. of Rs. 2
lacs) per injury in addition to Rs. 5000/- as mentioned above.
Fatal accident, a penalty of 1% of the contract value (max. of Rs. 10 lacs) per
fatality in addition to Rs. 5000/- as mentioned above.

In case sub contractors are engaged by the successful tenderer with prior permission from
IOCL on award of works, it will be mandatory on part of the main contractor to furnish a NO
DUE UNDERTAKING from the sub contractor (on their letter heads) to IOCL before final
payments are cleared by the Corporation.

At all places in the GCC enclosed with the tender document, OWNER shall mean INDIAN OIL
CORPORATION LIMITED, MARKETING DIVISION, HEAD OFFICE, with its office at G-
09, ALI YAVAR JUNG MARG, BANDRA (E), MUMBAI- 400 051. The court of jurisdiction
for all matters under the tender shall be at MUMBAI.

Tenderers must note that they shall depute authorized representative for verification of all
documents submitted towards the tender with respective originals on dates as advised by the
Corporation subsequent to tender opening (Technical Bid) at no extra cost. It must be noted that
notarized copy in lieu of producing original documents will not be acceptable to the Corporation.

The tenderers are advised to submit their offer strictly as per the terms and conditions and
specifications contained in the tender document and not put forth conditions/ counter conditions.
Conditional tenders received subsequent to the pre bid meeting tenders shall render the offer
liable for rejection. Tenderers must also note that documents in support of qualifying parameters
are submitted along with the tender failing which tenders received will be rejected without
further notice to the tenderers.

Water , Electricity & approach road cum- construction materials


The tenderers are also expected to know about the availability of water, power, approach road
cum- construction materials, as per our specifications and any/ all other ancillary facilities since
these are to be provided / arranged by the tenderers (unless otherwise specified) at their cost to
execute the works. All these factors must be taken into account.

Electrical works : For execution of all electrical works , it is mandatory that contractor should
engage the licensed electrician under the competent electrical licensed supervisor .
Project Management
In order to achieve timely completion of work, to monitor daily/ weekly work progress, to maintain record at site, to
achieve desired quality standard in works, effective supervision, planning of work at site, adequate number of
qualified & experienced Project Engineer, QC/ QA/ & Planning Engineer & HSE Manager are to be positioned at site
by the contractor as per detail given in the Table below.
If contractor failed to provide required number of qualified & experienced Project Engineer, QC/QA/ & Planning
Engineer & HSE Manager at site, recovery for non-deployment shall be done per month from contractor bill @ given
in Table below.
In case Engineer concerned is holding Diploma Qualification instead of Engineering Graduation, the requirement of
site experience would go up by minimum two years.
BANK GUARNTEE PROFORMA IN LIEU OF INITIAL SECURITY
DEPOSIT/SECURITY DEPOSIT

1. In consideration of the Indian Oil Corporation Limited having its Registered Office at G-
9 , Ali Yavar Jang Marg , Bandra ( East ) , Mumbai - 400051(hereinafter called The
Corporation ) having agreed to exempt --------------(hereinafter called The said
Contractor (s) / supplier(s) seller(s)) from the demand under the terms and conditions
of an Agreement dated-------------made between ------------------------and the Corporation
for -----------------(hereinafter called The said Agreement), of Security Deposit for the
due fulfillment by the said Contractor(s) / Supplier(s)/ Seller(s) of the terms and
conditions contained in the said agreement, on production of a Bank Guarantee for Rs----
---------
(Rupees---------only), we-----------------------(hereinafter referred to as The Bank at the
request of ------------------------------------Contractor(s)/ Supplier(s)/ Seller(s) do hereby
undertake to pay to the Corporation an amount not exceeding Rs.-----------------against
any loss or damage caused to or suffered or would be caused to or suffered by the
Corporation by reason of any breach by the said Contractor(s)/Supplier (s)/ Seller(s), of
any of the terms or conditions contained in the said Agreement.

2. We -----------(indicate the name of the bank) do hereby undertake to pay the amounts due
and payable under this guarantee without any demur, merely on a demand from the
Corporation stating that the amount claimed is due by way of loss or damage caused to or
would be caused to or suffered by the Corporation by reason of breach by the said
Contractor(s) / Supplier(s) / Seller (s) of any of the terms or conditions contained in the
said Agreement or by reason of the Contractor(s)/Supplier(s) failure to 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.-------------.

3. We undertake to pay to the Corporation any money so demanded notwithstanding any


dispute or disputes raised by the Contractor(s)/ Supplier(s)/ Seller(s) in any suit or
proceeding pending before any court or Tribunal or Arbitrator relating thereto our
liability under this present being absolute and unequivocal.
The payment so made by us under this bond shall be a valid discharge of our liability for
payment there under and the Contractor(s)/ Supplier(s)/ seller(s) shall have no claim
against us for making such payment.

4. 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 Corporation
under or by virtue of the said agreement have been fully paid and its claims satisfied or
discharged or till---------office/ department at-------------------certifies that the terms and
conditions of the said agreement have been fully and properly carried out by the said
Contractor(s) / supplier (s)/ seller(s) and accordingly discharge this guarantee. Unless a
demand or claim under this guarantee is made on us in writing on or before----------we
shall be discharged from all liability under this guarantee thereafter.
5. We, ----------------(indicate the name of the bank) further agree with the Corporation that
the Corporation shall have the fullest liberty without our 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) / supplier(s)/
seller(s)from time to time or to postpone for any time or from time to time any of the
powers exercisable by the corporation against the said Contractor(s)/ Supplier(s)/
Seller(s) and to forbear or enforce any of the terms and conditions relating to the said
agreement and shall not be relieved from our liability by reason of any such variation or
extension being granted to the said Contractor(s)/ Supplier(s)/ seller(s) or forbearance, act
or omission on the part of the corporation or any indulgence by the corporation to the said
Contractor(s)/Supplier(s)/ Seller (s) or by any such matter or thing whatsoever which
under the law relating to sureties would, but for this provisions have affect of so reliving
us.
6. This guarantee will not be discharged due to change in the constitution of the Bank or the
contractor(s)/ Supplier(s)/ Seller(s).

7. We,-------------(indicate the name of Bank) lastly undertake not to revoke this guarantee
during its currency except with the previous consent of the corporation in writing.

Dated the ------day of ------2008

For ------------------------------------
(indicate the name of Bank)
PLACE:
DATE:
FORM OF CONTRACT

THIS CONTRACT made at Kolkata this _______ day of _______ 200 ; BETWEEN INDIAN
OIL CORPORATION LTD., a Government of Indian Undertaking registered in India under the
Indian Companies (hereinafter referred to as the OWNER which expression shall include its
successors and assigns) of the One Part; AND _________________________ carrying on
business in sole proprietorship/carrying on business in partnership under the name and style
of______________________ a Company registered in India under the Indian Companies Act
1913/1956 having its registered office at _____________________ (hereinafter referred to/ as
collectively referred to as the Contractor which expression shall include his/their/its executors,
administrators, representatives and permitted assigns/successors and permitted assign) of the
other part:

WHEREAS

The OWNER desires to have executed the work of


______________________________________________
______________________________________________________________________________
______________________________________________________________________________
more specifically mentioned and described in the contract documents (hereinafter called the
work which expression shall include all amendments therein and/or modifications thereof) and
has accepted the tender of the CONTRACTOR for the said work.

NOW, THEREFORE. THIS CONTRACT WITNESSETH as follows:

ARTICLE 1
Contract Documents

1.1 The following documents shall constitute the contract documents, namely:

(a) This contract;


(b) Tender documents as defined in the General Instructions to Tenderers;
(c) Letter of Acceptance of Tender alongwith Fax/Telegram of Intent.

1.2 A copy of each of the Tender Documents is annexed hereto and the said copies have
Been collectively marked Annexure A while a copy of the letter of Acceptance of
Tender alongwith annexures thereto and a copy of Fax/Telegram of Intent dated
____________ are annexed hereto and said copies have been collectively marked as
Annexure B.

ARTICLE 2
WORK TO BE PERFORMED

2.1 The CONTRACTOR shall perform the work upon the terms and conditions and Within
the item specified in the Contract documents.
ARTICLE 3

Compensation

3.1 Subject to and upon the terms and conditions contained in the Contract documents the
OWNER shall pay CONTRACTOR compensation as specified in the Contract
documents upon the satisfactory completion of the work and/or otherwise as may be
specified in the Contract documents.

ARTICLE 4

Jurisdiction

4.1 Notwithstanding any other court or courts having jurisdiction to decide the question(s)
forming the subject matter of the reference if the same had been the subject matter of a
suit, any and all actions and proceedings arising out of or relative to the contract
(including any arbitration in terms thereof) shall lie only in the court of competent civil
jurisdiction in this behalf at ___________________ (where this Contract has been signed
on behalf of the OWNER) and only the said Court(s) shall have jurisdiction to entertain
and try any such action(s) and/or proceeding(s) to the exclusion of all other Courts.

ARTICLE 5

Entire Contract

5.1 The Contract documents mentioned in Article 1 hereof embody the entire Contract
Between the parties hereto, and the parties declare that in entering into this Contract they
do not rely upon any previous representation, whether express or implied and whether
written or oral, or any inducement, understanding or agreements of any kind not included
within the Contract documents and all prior negotiations, representations, contracts
and/or agreements and understandings relative to the work are hereby cancelled.

ARTICLE 6
Notice

6.1 Subject to any provisions in the Contract documents to the contrary, any notice, order or
communication sought to be served by the CONTRACTOR on the OWNER with
reference to the Contract shall be deemed to have been sufficiently served upon the
OWNER (notwithstanding any enabling provisions under any law to the contrary) only if
delivered by hand or by Registered Acknowledgment Due Post to the Engineer-in-Charge
as defined in the General Conditions of Contract.

6.2 Without prejudice to any other mode of service provided for in the Contract Documents
or otherwise available to the OWNER, any notice, order or other communication sought
to be served by the OWNER on the CONTRACTOR with reference to the Contract, shall
be deemed to have been sufficiently served if delivered by hand or through Registered
Post Acknowledgement Due to the principal office of the CONTRACTOR at .. or
to the CONTRACTORs representatives as referred to in the General Conditions of
Contract forming part of the Contract Documents.
ARTICLE 7
Waiver
7.1 No failure or delay by the OWNER in enforcing any right or remedy of the OWNER in
terms of the Contract or any obligation or liability of the CONTRACTOR in terms
thereof shall be deemed to be a waiver of such right, remedy, obligation or liability as the
case may be, by the OWNER and notwithstanding such failure or delay, the OWNER
shall be entitled at any time to enforce such right, remedy, obligation or liability, as the
case may be.

ARTICLE 8
Non-Assignability

The Contract and benefits and obligations thereof shall be strictly personal to the
CONTRACTOR and shall not on any account be assignable or transferable by the
CONTRACTOR.

IN WITNESS WHEREOF the parties hereto have executed this Contract in duplicate the Place,
day and year first above written.

SIGNED AND DELIVERED


for and on behalf of
INDIAN OIL CORPORATION LTD.
by .
in the presence of :
1.
2.
SIGNED AND DELIVERED
for and on behalf of
(CONTRACTOR)
by
(this day of ..2000)
in the presence of :
1.
2.
*(Strike off which is not applicable)
FUNCTIONAL REQUIREMENT SPECIFICATION FOR OFF-GRID SOLAR POWER PLANT
AT IOCLS RETAIL OUTLET ACROSS THE COUNTRY.
1.0 SCOPE

The scope of work includes design, supply, installation, testing and commissioning of the Off-grid
solar power plant with all accessories i.e. Solar Modules, Power Conditioning Unit, Mounting GI
Structure, Tubular Batteries, Surge Protective Device ,Power Cable, Lightening Arrestor, Earthing
system, Data Logger etc.and Installation Accessories like GI conduits, flexible pipes, Cable
termination accessories, Nuts, Bolts, Mounting arrangement etc. as per the load & requirement of the
Retail Outlet.

1.1 Schematic Diagram of the Off-grid Solar Power Plant

The system shall be able to support the connected load in case of power failure and also, shall be
able to provide direct power to the connected load under normal operating conditions i.e the system
to be configured in order to run the connected load exclusively on solar power concurrently with grid
power / DG power.

2.0 Types of the system & Material:


Design
TYPE-1 TYPE-2 TYPE-3
Parameters
2 Dispensing Units (of 6 Dispensing Units (750W
4 Dispensing Units (750W
750W each), 4 Yard each), 5 Yard lights (150W
each) ,4 Yard lights (150W
lights (150W each), each), Sales bldg, lights,
Load each), Sales bldg, lights,
Sales bldg lights, fans, fans, PC etc.(370W),
Details fans, PC etc.(370W)
PC etc.(370W) and Compressor 5HP and
Compressor 5HP and Canopy
Canopy lights 5 nos. Canopy lights 9 nos. (150W
lights 7 nos. (150W each)
(150W each) each)
7KWp Off-grid Solar 10 Kwp Off-grid Solar Power 14 Kwp Off-grid Solar Power
Size of the Power Plant with Plant with inverter of Plant with inverter of
system inverter of suitable suitable rating or capacity suitable rating or capacity
rating or capacity

Page | 1
FUNCTIONAL REQUIREMENT SPECIFICATION FOR OFF-GRID SOLAR POWER PLANT
AT IOCLS RETAIL OUTLET ACROSS THE COUNTRY.
Solar
24 Nos (300W*24) 34 Nos (300W*34) 47 Nos (300W*47)
Panels
PCU /
Inverter
(Minimum 7.5 KW 12 KW 15 KW
Inverter
capacity)
Battery
Bank (12V 120 V - 200 AH 240 V 200 AH (20 nos of 240 V 200 AH (20 nos of
tubular (10 nos of batteries) batteries) batteries)
batteries)

2.1 ROOFTOP AND INSTALLATION REQUIREMENTS

The shadow-free area required for installation of a rooftop solar PV system is about 12sqm per KW.
This number includes provision of clearances between solar PV array rows. The solar panels may be
installed on the roof of the building with a south facing tilt angle that varies depending on the
latitude of the location. Sufficient area shall be available for servicing the system. The minimum
clearance required for cleaning and servicing of the panels is 0.3m from the parapet wall and in
between rows of panels. In between the rows of solar panels sufficient gap needs to be provided to
avoid the shading of a row by an adjacent row. The solar grid inverter shall be placed indoor in a safe
and easily accessible place.

Wherever space is not available on the building roof top, the option to provide these solar panels on
canopies to be worked out. The structural stability of the canopy with this additional weight of solar
panels shall be in safe limits. The dismantling of roofing sheets, fixing of panels on structures & re
fixing the roofing sheets is in the scope of system provider. The re fixing of roofing sheets shall be
done in such a way that it is water tight.

3.0 SERVICE CONDITIONS:

Off-grid solar power plant shall be suitable for IOC Retail outlets under the following environmental
conditions:-
Maximum ambient air temperature 50 deg C
Minimum ambient air temperature -20 deg C
Max. Relative Humidity 100%
Climatic conditions Extremely dusty and desert weather at desert terrain in certain
areas. Humid, salt laded and corrosive atmosphere in coastal
areas.

4.0 REFERRED STANDARDS


Material Standards Specification
Solar Panel IEC IEC 61215,IEC 61730
Junction Box General requirements IP65, TUV-UL certified 3 bypass diode
Lead acid battery lS lS:13369-1992
Power Cable General test & IEC60227/IS694, IEC60502/IS1554
measuring method
Power Conditioning IEC standards IEC 61683 & IEC 60068
Unit

Page | 2
FUNCTIONAL REQUIREMENT SPECIFICATION FOR OFF-GRID SOLAR POWER PLANT
AT IOCLS RETAIL OUTLET ACROSS THE COUNTRY.
Switches/Circuit General IEC 60947 / IS 60947, EN50521
breakers/connectors Requirements,
Connectors safety Ac
/ DC

5.0 TECHNICAL REQUIREMENTS & SPECIFICATIONS OF INDIVIDUAL COMPONENTS

5.1 Technical Requirements & Specification: Solar Modules

Requirements:

a. 300 Wp Poly-crystalline solar cells from reputed supplier.


b. Module efficiency should not be less than 15%.
c. Module size shall be less than 2SQM with 72 nos poly-crystalline solar cells per panel
d. High transmission, low iron tempered glass with anti reflective coating
e. Superior resistance to PID(potential induced degradation).
f. IEC standards: IEC 61215, IEC 61730.
g. Certified for ammonia resistance and salt mist corrosion resistance as per IEC 61701
h. 90% Power output for 10 yrs
i. 80% Power Output for remaining 15 yrs
j. 10 Years global workmanship warranty.
k. 25 Years performance warranty.
l. The bird spike shall be provided to avoid bird sitting on the solar modules at the highest point of
the array module structure.
m. The PV modules shall be equipped with bypass diode to minimize power drop caused by shade
n. The PV modules shall be resistant to abrasion, hail impact, rain, water and environmental
pollution. The PV modules shall be provided with anti reflection coating and back surface field
(BSF) structure to increase conversion efficiency.
o. The solar modules shall have suitable encapsulation & sealing arrangements to protect the silicon
cells from the environment. The encapsulation arrangement shall ensure complete moisture
proofing(IP 65) for the entire life of solar modules.

Technical Specification:

Power Tolerance +- 3%
No. of Cells: 72
Nominal operating cell temperature 45 +/- 2 deg C
(NOCT)
Operational temperature range -40 deg to +85 deg C
Max Power Current (Imp): Greater than 8 Amp
Max Power Voltage (Vmp): Greater than 36 V
Open Circuit Voltage (Voc): Greater than 45 V
Module Efficiency (%) : Shall not be lesser than 15%
Weight Less than 25 Kg per panel
Frame Anodized aluminium alloy
Junction Box IP65, TUV-UL certified 3 bypass diode
Maximum permissible system voltage 1000 Volts DC
RF Identification tag for each solar Shall be provided inside the module and
module must be able to withstand environmental
conditions and last the lifetime of the

Page | 3
FUNCTIONAL REQUIREMENT SPECIFICATION FOR OFF-GRID SOLAR POWER PLANT
AT IOCLS RETAIL OUTLET ACROSS THE COUNTRY.
solar module.
RF Identification tag data i. Name of manufacturer of PV
Module
ii. Name of manufacturer of solar
cells
iii. Month & Year of manufacture
(separately for solar cells and
module)
iv. Country of origin (separately for
solar cells and module)
v. I-V curve for the module
vi. Wm, Im, Vm and FF for the
module
vii. Unique serial No and Model No of
the module
viii. Date and year of obtaining IEC PV
module qualification certificate
ix. Name of the test lab issuing IEC
certificate
x. Other relevant information on
traceability of solar cells and
module as per ISO9000 standard
Power Output rating To be given for standard test conditions
(STC). I-V curve of the same module shall
be submitted.
Approved Makes* Canadian Solar Inc., Trina Solar (India),
Jinko Solar, Yingli Green Energy Holding
Co. Ltd., Vikram Solar Pvt Ltd., Moser
Baer Solar Limited, TATA Power Solar
Systems Ltd., Lanco Solar Energy Pvt Ltd,
Bharat Heavy electrical Limited.

*The list of approved Solar panel Manufacturers has been taken grom the Guidelines firmed up by the
Alternate Energy Sustainable Deptt, BD, Corporate Office IOCL. The list shall also include the firms
as approved by IOC at a later date.

The solar panels to be tested for its power output after a period of 10 years & after 25 years at site
after installation by the system provider & a record of this is to be maintained jointly by the system
provider & IOC. At least 90% of the power output after 10 years & 80% after 25 years shall be
obtained. The solar panel manufacturer is liable to either repair the defect or replace the defective
product or part thereof with a new or remanufactured equivalent at no extra charge for parts of
labour as per the OEM warranty to the system provider.

Test reports for solar panels from a reputed TPI agency viz., TUV / NISE or from NABL accredited /
MNRE approved laboratories or as approved by IOC confirming to provisions under IEC 61215 and
IEC61730 has to be submitted.

5.2 Technical Requirements & Specification: Power Conditioning Unit

The Power Conditioning unit includes Solar grid inverter, Change over switch, Junction boxes,
Surge Protection Device(SPD) with cabling & other installation accessories.

Page | 4
FUNCTIONAL REQUIREMENT SPECIFICATION FOR OFF-GRID SOLAR POWER PLANT
AT IOCLS RETAIL OUTLET ACROSS THE COUNTRY.

Requirements

a. PCU should be capable of running the above mentioned load. Single phase inverter upto 7.5 KW &
three phase solar grid inverters for higher than 7.5KW to be used.

b. The PCU of suitable rating to be provided which can convert DC power produced by SPV modules
in to AC power. A multi-functional power conditioning system combining the functionality of a
grid support solar inverter with a highly efficient conversion unit. Solar power is given preference
and the remaining power to meet the load requirements is supplied from grid and battery export
of solar power to the grid is not allowed.

c. The inverter shall have the following internal protections :


i. Internal Protection System (using electronic detection)
ii. Inverter continuous overload protection
iii. Inverter peak current (short circuit) protection
iv. Heat sink over temperature protection
v. Over/under voltage AC voltage protection
vi. Over/under frequency protection
vii. Over/under battery voltage protection
viii. Anti-islanding protection

d. It utilizes inbuilt Maximum power point tracking (MPPT) control to maximize harvesting of the
solar power. MPPT controller capacity should be equal or greater than solar panel KWp capacity.
The battery management system should be able to optimize the charging and discharging of
batteries.

e. PCU should have auto START / STOP control

f. PCU shall receive the DC energy produced by solar array to DC bus for converting to AC voltage,
Its MPPT control to extract maximum energy from solar array. MPPT solar charge controller, pure
sine wave online inverter and associated control and protection devises etc. shall be integrated
into PCU. The PCU shall have provision to charge batteries from EB grid supply, solar power & DG
set.

Technical Specification: The detailed specifications of the solar grid inverter are given below
Total output power (AC) To match solar PV plant capacity while achieving optimum
system efficiency
Input DC voltage range As required for the solar grid inverter DC input
Maximum power point (MPPT) Shall be incorporated
tracking
Number of independent MPPT inputs 1 or more
Operation AC voltage Single phase 230V or three phase 415V (+12.5%, -20%)
Operating Frequency range 47.5 52.5 Hz
Nominal Frequency 50 Hz
Power Factor of the inverter >0.98 at nominal power
Total harmonic distortion Less than 3%
Built-in Protection AC high/low voltage; AC high/low frequency
Operating ambient temperature -10deg to +60 deg C
range

Page | 5
FUNCTIONAL REQUIREMENT SPECIFICATION FOR OFF-GRID SOLAR POWER PLANT
AT IOCLS RETAIL OUTLET ACROSS THE COUNTRY.
Anti islanding protection As per VDE 0126-1-1, IEC60255.5/IEC 60255.27
Humidity 0 95%Rh
Inverter efficiency >=95%
Inverter weighted efficiency >=94%
Protection degree IP65 for outdoor mounting, IP54 for indoor mounting
Communication interface RS485 / RS232/RJ45
Safety compliance IEC62109-1, IEC 62109-2
Environment testing IEC 60068
Efficiency Measurement Procedure IEC 61683
Cooling Convection
Display type LED for data & status display
Display parameters to include Output power(W), Cumulative energy(Wh), DC voltage(V), DC
current(Amps), AC voltage(V), AC frequency(Hz), AC
current(Amps), cumulative hrs of operation(h)
Indications MPPT Charger ON/OFF, Battery on Float, Battery on Boost,
Battery low, Battery charging/discharging, Grid switch ON,
Inverter switch ON, Grid ON, Load ON, Inverter ON.
Makes Hitachi Hi-Rel, Emerson, Aplab, APC, Numeric, AVO, Eco
Power Systems, Champion, SMA Solar India Pvt.Ltd,
Bonfiglioli, ABB India Ltd., Schneider Electric India Pvt.Ltd.,
Siemens Limited., Refusol/Advanced Energy etc. or as
approved by IOC at a later date.

Test reports for PCUs from a reputed TPI agency viz., TUV / NISE or from NABL accredited / MNRE
approved laboratories or as approved by IOC confirming to provisions under IEC 61683 and IEC600680
has to be submitted.

5.3 Technical Requirements & Specification: Surge protection device (SPD):

Requirements

a. Surge protection device (SPD) are used to describe electrical devices typically installed in power
distribution panels, process control systems, communications systems, and other heavy-duty
industrial systems, for the purpose of protecting against electrical surges and spikes,

b. Surge protection shall be provided on the DC side and the AC side of the solar system.

c. Separate earthing cable from the earth pit should be directly connected to the SPD.

Technical Specification
Max. continuous voltage, Uc (DC) 1000 V
Total discharge current Itotal 40 kA
Discharge current, max. (8/20 s) 20 kA
Protection level UP (typ.) 4000 V
AC/DC/UC DC
Make Phoneix / Citel
Response time 100 ns

Page | 6
FUNCTIONAL REQUIREMENT SPECIFICATION FOR OFF-GRID SOLAR POWER PLANT
AT IOCLS RETAIL OUTLET ACROSS THE COUNTRY.
5.4 Technical Requirements & Specification: Data Logger
a. Real time data logging with less than 10 minutes interval.
b. Data can be monitored from anywhere in the world (Internet facility provided by Client)
c. Real time data on local device (Clients computer) at seconds interval.

5.5 Technical Requirements & Specification : Power Cables

Requirements

a. All cables shall be supplied conforming to IEC60227/IS694 & IEC60502/IS1554. Voltage rating
1100V AC , 1500V DC.

b. For the DC, AC cabling, XLPE insulated and PVC sheathed single or multi core armoured copper/
Aluminium cables shall be used. The cable shall be of approved make as per IS 7098 part-I.

c. The total voltage drop on the cable segments from the solar PV modules to the solar grid inverter
shall not exceed 2%. Similarly, the total voltage drop on the cable segments from the solar grid
inverter to the building distribution board shall not exceed 2%.

d. The DC cables from the SPV module array shall run through a GI conduit pipe of adequate
diameter. All wall opening shall be effectively sealed after installation of cables to avoid seepage
of water. Cables shall be clamped on walls / columns with necessary clamp using zinc coated
cadmium plated screws and nuts.

e. Cables and wires used for the interconnection of solar PV modules shall be provided with solar PV
connectors(MC4) and couplers.

f. The minimum DC /AC cable size shall be 4.0sqmm. In 3-phase systems the size of the neutral wire
shall be equal to the size of the phase wires. The following colour coding shall be used for cable
wires:
i. DC positive: red (the outer PVC sheath can be black with a red line marking)
ii. DC negative: black
iii. AC single phase: Phase: red; Neutral: black
iv. AC three phase: Phases: red, yellow, blue; Neutral: black
v. Earth wires: green

g. Cable conductors shall be terminated with tinned copper end ferrules to prevent fraying and
breaking of individual wire strands. The termination of the DC and AC cables at the solar grid
inverter shall be done as per the instructions of the manufacturer, which in most cases will
include the use of special connectors.

h. The approved makes are: Asain cable & industries Ltd., Cable corporation of India Ltd., Finolex
cables Ltd., Fort Gloster Industries Ltd., Incab, Industrial cables(I) Ltd., Nicco Corporation ltd.,
Torrent cables Ltd., Universal cables Ltd. Etc.

5.5 Technical Requirements & Specification: Tubular Battery:

Requirements
a. The battery shall be of Solar VRLA suitable for SPV application.
b. The VRLA batteries shall use 12V cells and battery capacity to be specified at C/10 rate with end
cell cut off voltage 1.8V/cell.

Page | 7
FUNCTIONAL REQUIREMENT SPECIFICATION FOR OFF-GRID SOLAR POWER PLANT
AT IOCLS RETAIL OUTLET ACROSS THE COUNTRY.
c. Should be properly housed in a rack system made out of structural steel duly painted and with
proper ventilation arrangements as per the space available at the R.O
d. The battery bank so offered shall support minimum 4 hrs back up for full peak load
e. A suitable battery STAND/CABIN/CONTAINER shall be provided to suitable house the batteries in
the STAND/CONTAINER/CABIN. Battery terminal shall be provided with covers.

Technical Specifications:
Exide, Global Yuasa, Amara Raja, AMCO, Southern Batteries
1 Makes
Ltd. Suntech, Numeric.
Sealed Maintenance Free (SMF) Valve Regulated Lead Acid
2 Type
(VRLA) type batteries of 12 V each.
3 Back up time 4 hrs at full rated load
120V-200 AH for Type-I
4 Battery VAH
240V 200AH for Type-II & III
5 Battery Voltage 12 V Mono blocs to be connected in series to achieve the
required nominal Voltage.

6 Housing To be housed in powder coated cabinet with proper Air


Ventilation.
Charging control through software for prolonged battery life
and maximum time for charging < 6-8 Hrs. up to 90% capacity
for fully discharged battery.
Recharge monitoring &
7 Built-in battery charger suitable for charging SMF VRLA
Duration
batteries with charging current limited to 5 Amperes.

Batteries should not be Over charged.

5.6 Technical Requirements & Specification: Module mounting structure


Wind velocity withstanding 200Km/Hour
capacity
Structure Material Hot dip galvanized steel with a minimum
galvanization thickness of 120 microns
Bolts,nuts,fastners, panel mounting Stainless steel SS304
clamps
Mounting arrangement for RCC flat The legs of the structures made with GI angles
roofs will be fixed and grouted in the PCC
foundation columns made with M20concrete.
While making foundation design, due
consideration shall be given to weight of
module assembly, maximum wind speed of 200
KMPH
Mounting arrangement for metal Mounting directly on the sheet metal, ensuring
sheet roofs stability and wind withstanding capacity or
penetrating the sheet metal and fixing to the
sub-structure ensuring that the roof remains
water proof and ensuring stability and wind
withstanding capacity.

Page | 8
FUNCTIONAL REQUIREMENT SPECIFICATION FOR OFF-GRID SOLAR POWER PLANT
AT IOCLS RETAIL OUTLET ACROSS THE COUNTRY.
Installation The structures shall be designed for simple
mechanical on-site installation. There shall be
no requirement of welding at the site.
Access for panel cleaning and All solar panels must be accessible from the
maintenance top for cleaning and from the bottom for
access to the module junction box.
Panel tilt angle North-south orientation with a fixed tilt angle
depending on latitude of location.

The prospective installer shall specify installation details of the solar PV modules and the support
structures with lay-out drawings and array connection diagrams. The work shall be carried out as
per the designs approved by IOC.

The mounting structure steel shall be as per IS:2062:1992 with latest amendments and
galvanization of the structure shall be in compliance to IS:4759 with latest amendments.

5.7 Technical Requirements & Specification: Lightning Arrester

a. A lightning arrester is a device used on electrical power systems to protect the insulation and
conductors of the system from the damaging effects of lightning. The typical lightning arrester has
a high-voltage terminal and a ground terminal. When a lightning surge travels along the power line
to the arrester, the current from the surge is diverted through the arrestor to earth.

b. One number heavy duty hot dip galvanized lightening finial 1.20m long shall be provided for
safety against Lightening as per IS2309, 1989 (latest edition)

c. The lighting arrestor shall be connected directly to the earth pit by means of 16 sqmm
copper/Aluminium conductor.

5.8 Technical Requirements & Specification: Earthings

a. CODES AND STANDARDS (IS:3043-87). The earthing and lightning protection system installation
work shall conform to the latest applicable electricity rules, all currently applicable
standards, codes of practice, regulations and safety codes of the locality where the
installation is to be carried out and as per drawing nos
IOC/ENGG/EAR/01,IOC/ENGG/EAR/02,IOC/ENGG/EAR/03,
IOC/ENGG/EAR/04,IOC/CAPEX/224A,IOC/CAPEX/225A, IOC/CAPEX/331,IOC/CAPEX/332

b. The entire earthing installation shall be in accordance with the drawings,


specifications, and provisions of relevant standards. The entire installation shall fully
comply with the Indian Electricity Rules and Acts in force. The scope of includes the
following :

c. Earth work in excavation upto a depth of minimum 3.75 Meters or upto level of moist soil in
all types of soil.

d. Supplying and laying of earth pipe/plate and earthing conductor from main board/equipment to
earth pit, conductor size 25x6 mm GI strip.

e. Supplying and laying 3.8m long 80 mm dia GI heavy duty pipe with top funneling arrangement.

Page | 9
FUNCTIONAL REQUIREMENT SPECIFICATION FOR OFF-GRID SOLAR POWER PLANT
AT IOCLS RETAIL OUTLET ACROSS THE COUNTRY.
f. Supplying and spreading required capacity of charcoal and of common salt in the earthing pit.

g. Back filling the pit with excavated or imported earth, duly consolidated with water in 200mm
thick layers and disposal of surplus earth to an un objected place.

h. Supply of earth conductors in outdoor areas, buried in ground, shall include excavation of
earth upto 500 mm deep, laying of conductor, brazing/welding/jointing if required, of main
grid conductor, joints as well as riser of length 500 mm above ground at required locations and
then backfilling.

i. Interconnection of all the earth pits using 50x6 mm GI strip to make a earth grid to reduce the
earth resistance of the system.

j. Connecting the earthing conductor with lighting and power main-circuit equipment.

k. The CONTRACTOR shall carry out the earthing of all equipment/panels/structures etc. as per
relevant industry practices. All welding brazing equipment, necessary tools and testing
equipment shall be furnished by the CONTRACTOR. All incidental hardware & consumables
including associated works shall be in CONTRACTORs scope.

l. Testing the earthing continuity path with a meggar. The earth continuity conductor including
metal conduits and metallic envelops of cable in all cases shall be tested for electrical
resistance of the same, along with the earthing load but excluding any added resistance.

m. Leakage measured from the connection with the earth electrode to any point in the earth
continuity conductor in the completed installation shall not exceed one ohm, wherever
necessary increase the no. of earth pits.

n. Accordance with either the direct earthing system, the multiple earthed neutral system
or the earth leakage circuit breaker system, in all case, the relevant provision of Rules
No.33 and 61 of Indian Electricity Rules-1956 shall be complied with.

o. Certificate for the earth test should also be submitted by the contractor to the Corporation as
per IE rules and regulations.

p. GI pipe earthing & using GI flats as per IS 3043 & Std. IOCL specifications. Two nos suitable
earthing terminals at a convenient locations with two nos earthing pits shall be provided as per
IS3043

6.0 Scope of Work:

6.1 Solarisation vendor


a. Design and Optimization as per the space available
b. Supply & Installation of Solar Modules
c. Supply & Installation of batteries
d. Supply, Installation and commissioning of Solar Power Conditioning Unit(Solar Inverters)
e. Supply & Installation of mounting structures
f. Supply & Installation of data Logging Equipment
g. Civil foundation for mounting structures
h. Installation of DC/AC cabling up to the electrical panel inside R.O
i. Supply & Installation of Changeover switch (Manual or Auto)

Page | 10
FUNCTIONAL REQUIREMENT SPECIFICATION FOR OFF-GRID SOLAR POWER PLANT
AT IOCLS RETAIL OUTLET ACROSS THE COUNTRY.
j. Earthing for Inverters and solar panels,
k. Lighting Arrestor with separate earthing
l. Commissioning of the Entire plant

6.2 IOCL scope of work

1. Segregation of solar connected load / facilities in the electrical panel & internal connection of
these facilities to the solar panel power.
2. Design of the module mounting structure to withstand a wind load of 200KM Per Hour has to be
worked out by S.O & furnished to the contractor.

7.0 INFRINGEMENT OF PATENT RIGHTS

Indian Oil Corporation Limited shall not be responsible for infringement of patent rights arising due to
similarity in design, manufacturing process, use of the components, used in design, development and
manufacturing of the Off grid solar power plant and any other factor which may cause such dispute.
It is the responsibility to settle any issue rises with the plant developer.

8.0 DOCUMENTATION

The installer shall supply the following documentation


a. System description with working principles
b. System single line diagram
c. Solar PV array layout
d. Routing diagram of cables and wires
e. Data sheets and user manuals of the solar PV panels and the solar grid inverter
f. Test reports for solar panels & PCUs from a reputed TPI agency viz., TUV / NISE or from NABL
accredited / MNRE approved laboratories or as approved by IOC confirming to provisions under IEC
/ BS standards has to be submitted.
g. A system operation and maintenance manual
h. Type test certificates shall be provided for the solar modules and the solar grid inverters to
provide evidence of compliance with standards as mentioned in above respective technical
specifications.
i. Name, address, mobile number and e-mail address of the service centre / authorized
representative to be contacted in case of failure or complaint.
j. Warranty cards from Solar panel manufacturers, Inverters, battery manufacturer, cables & other
accessories
k. Maintenance register

9.0 WARRANTY

The Solar Power plant shall have a comprehensive warranty support for a period of five years from
the date of commissioning. Also, party shall enter into an AMC agreement with respective SO against
payment after the end of warranty period. The successful vendor shall enter into a warranty
agreement with the individual component manufacturers (OEMs) viz., solar panels, inverter batteries
etc. & submit the respective warranty documents to IOCL.

a. Warranty for complete solar system 5 years


b. Warranty for solar panels - 25 years
c. Warranty for inverter 3 years
d. Warranty for batteries - 3 years

Page | 11
FUNCTIONAL REQUIREMENT SPECIFICATION FOR OFF-GRID SOLAR POWER PLANT
AT IOCLS RETAIL OUTLET ACROSS THE COUNTRY.

10.0 DELIVERIES
Supply of complete Solar Power Plant material & accessories shall be as per specifications and as per
direction of Engineer in charge.

11.0 SCHEDULE

A typical schedule of Solar Power plant (7KW / 10KW / 14KW) shall be as below:
S.No. DESCRIPTION UNIT QUANTITY RATE AMOUNT
1. S/I/ of Solar panel of 300Wp---- Each 24 nos.for 7KW
-- 34nos. for 10KW
47nos. for 14KW
2. S/I/ of Solar grid Inverter----
a. 7.5KW for 7KWp plant cap Each 1 no.
b. 12KW for 10KWp plant cap Each 1 no.
c. 15KW for 14KWp plant cap Each 1 no.
3. S/I/ of SPD---- Each 1 no.
4. S/I/ of 12V Tubular batteries---- Each 10nos.for 7KW
-- 20nos. for
10/14KW
5. S/F of GI Structures for KG
mounting of solar modules ------
etc.
6. S/I of structural steel for KG
battery rack----
7. S/I/ of FLP Junction boxes ---- Each 2 nos.
8. S/I/ of Change over Switch Each 1no.
9. S/I/ of cabling
a. 3C x 6SQMM Aluminium RM
Armoured from solar Panel to
Junction boxes and from
Junction boxes to electric panel
b. 4C x 16SQMM Alu.Conductor for RM
lightening arrestor to Earth pits
10. Earth pits GI pipe Each 2 nos.
11. Earthing strip 25x6mm GI flat RM
12. Lightening Arrestor Each
13. RCC 1:1.5:3 CUM
14. GI conduit pipe 25mm dia RM
15. Integrating/T/C of complete Each 7KWp
Solar plant 10KWp
14KWp
The detailed schedule for the purpose of tendering by respective SOs is enclosed as Annexure.

12.0 COMMISSIONING
Integrating, Testing & Commissioning of the complete off-grid solar power plant of capacities (7KW-
Type-I, 10KW-Type-II & 14KW-Type-III) with all accessories comprising solar panels, PCU, SPD,
Batteries, cabling, earthing, lightening etc. as per the detailed technical specifications of the
individual components as mentioned above. The system shall be able to support the connected load
in case of power failure and also shall be able to provide direct power to the connected load under

Page | 12
FUNCTIONAL REQUIREMENT SPECIFICATION FOR OFF-GRID SOLAR POWER PLANT
AT IOCLS RETAIL OUTLET ACROSS THE COUNTRY.
normal operating conditions complete as per detailed technical specifications. All test reports,
certificates etc. as per the component wise details given above have to be furnished.

13.0 IOC shall revise / add / modify the specifications in line with any technological upgradation in the off
grid solar power system for roof top installation at a later stage.

14.0 GENERAL TERMS & CONDITIONS

a. The party shall be registered with MNRE or any state run nodal agency for manufacturing and
marketing of solar systems.

b. The AMC shall be undertaken by the party after the end of warranty period as per mutually
agreed payment terms. Any complaint shall be attended within 48 hrs of receipt of the same.

c. The party would provide all necessary equipment and consumables and install the solar system
including all civil, electrical and plumbing jobs at its own risk & cost and at a suitable place to be
jointly decided by IOC & the vendor.

d. The successful vendor should ensure quality w.r.t the consumables to be used for the system and
shall also obtain and maintain all necessary approvals for the manufacture of the
equipments(wherever applicable) from different statutory authorities.

e. The successful vendor shall train RO dealers w.r.t operation of the solar system.

f. All licenses including statutory clearances required for installation, commissioning and
maintenance of the solar system (if any) shall be obtained by the vendor at its own cost.

g. The successful vendor will ensure compliance with applicable law, e.g. sales tax provisions,
labour laws, safety provisions, statutory obligations etc in selling its services and keep IOCL
indemnified against any demand or claim from any authority or person arising out of non-
compliance.

Page | 13
MECHANICAL
SPECIFICATIONS
Mechanical Specifications

MECHANICAL WORKS

SPECIFICATIONS GENERAL AND TECHNICAL

1. MATERIALS:

a. STEEL PLATES: Plates shall conform to IS: 2062 GR. B Fully Killed subject to
stipulations provided in IS: 803.

b. STRUCTURAL SECTIONS: Structural steel will conform to IS: 808 latest


Edition.

c. Sectional weight will be considered for payment purposes.

2. WELDING ELECTRODES:

a. Manual arc welding electrodes shall conform to E-60 & E-70 classification
series in the latest edition America Welding Society, AWS A 5.1 Carbon Steel
covered Arc Welding Electrodes. Following makes may be allowed:

M/s ESAB India Ltd. M/s Honavar Electrodes Ltd.

M/s Advani Orlekons M/s Modi Arc Electrodes Co

M/s D & H Sechron Electrodes Ltd. M/s GEE Limited

M/s D & H Welding M/s Kobe Steels

3. GASKETS: Gaskets shall be of Compressed Asbestos Fiber (CAF) 3 mm thk conforming


to IS: 2712. Following makes may be allowed:

M/s IGP M/s Seimer Engg Pvt Ltd

M/s Cikson & Co M/s Madras Industrial Products

4. SAND: Sand shall be natural river sand from a source approved by the owner before
commencement of work. It shall be clean, durable, angular, gritty & free from mica,
salt and organic or vegetable matter Sand shall be screened free of all foreign matter
and shall conform in grading to the requirements in Grading Zone III of Table No. 3 of
latest edition of IS 383 for fine aggregates.

5. MURRUM/CLAY: Murrum/Clay shall be of best quality available and free from all
foreign material. Same shall be brought at site after approval from site Engineer.

Page 1 of 73
Mechanical Specifications

6. WATER: Water for consolidation shall be potable and free from mineral salts. Same
shall be got tested from a reputed test house for suitability before the start of works.

7. BITUMEN: Bitumen for the Carpet shall be VG 10 grade.

8. SETTING OUT: Before starting the work, the contractor shall line out the position of
the foundation as per layout drawing and construct a concrete benchmark which shall
be the datum for levels. The benchmark shall be constructed in a manner, which will
ensure that it is not disturbed or undergo settlement. The laying out of the benchmark
shall be approved by Site Engineer.

9. GENERAL: All materials required for the work shall be supplied by the contractor after
being approved by the Site Engineer.

Page 2 of 73
Mechanical Specifications

1.0 TANK INSTALLATION FOR UNDERGROUND TANKS

This relates to the general scope for installation of all types of M.S. horizontal tanks in
Earth/ Masonry pit with strip or mat raft as per standard drawings/procedure.

1. Excavation

i. The excavation shall be carried out as per detailed specifications (for


excavation) mentioned.

ii. All levels prior to excavation shall be taken. The setting out shall be
done before the excavation. Excavation shall be carried out to precise
locations and levels. Any extra or over excavation shall not be paid for
and shall be rectified as described in detailed specifications for
excavation.

iii. Proper gradient wherever required shall be given while excavating


itself. Consolidation to the final surface be done with hand
rammers/rollers including watering, etc.

2. Soil Classification

i. The type of soil shall be identified and commencement of excavation


shall be got approved from the IOCL.

ii. While excavating, each strata depth to be recorded and shown in the
cross-section of the tank pit.

iii. Separate record shall be maintained if soft or hard rock strata


encountered while excavating.

3. Bailing out Water

i. Wherever the sub-soil water or any other water exists, the water
accumulated in the tank pit shall be removed continuously with the
help of a suction pump.

ii. The water shall not be allowed to accumulate in the tank pit, and
regularly pumped out to avoid any damage to the pit or tank
foundations.

4. Shoring

i. Shoring of wooden sleepers or steel plates with sufficient supports


shall be provided for restricting falling of earth from the side
embankment wherever required as per IS 3764. All timber shoring
shall be as per detailed specifications mentioned.

Page 3 of 73
Mechanical Specifications

ii. The shoring to be removed after the entire work is completed.

5. Tank Foundations

i. The sand for filling purposes, shall be clean, hard, sharp and free from
organic/ vegetable matters /dirt /lumps /stones etc. and filled/
consolidated In 200 mm layers as per laid down procedure, therein.

ii. The cement concrete for the sub-grade shall be of specified ratio, and
shall be laid / consolidated as per standard specifications mentioned.

iii. The cement concrete for the tank foundation in the prescribed ratio
shall be laid as per standard specifications mentioned. The holding
down anchor bolts and general reinforcement shall be provided
wherever required as per the standard drawings before laying
concrete.

iv. The formwork for the purpose of casting tank foundation shall be
wooden or steel of specified thickness and size, as per standard
specifics mentioned.

v. The steel reinforcement shall be of as per standards mentioned.


Mechanical vibrators shall be used for the concrete compaction.

6. Doping of Tanks (600 microns)

i. CONTRACTOR shall be responsible for doping after final hydro-testing


of the tank inside the pit as per the specifications. Contractor shall bail
out all water after hydro-testing.

ii. The surface preparation shall be on the outside surface of the tank.
The turn buckle, anchor bolts, buried portion of the manholes, nozzles,
saddles, etc shall be thoroughly cleaned to bare metal. All mill scales,
dirt shall be thoroughly cleaned and anti-corrosive coating as specified
shall be applied.

iii. Scrapping and doping of tank with 3 coats of high build bituminous
paint (Shalimastic-HD) anti-corrosive treatment after preparing the
surface as per manufacturer specifications. In case of old tank the
contractor will have to scrap the old primer and bitumen before
applying the fresh primer & bitumen without any extra cost to
corporation.

7. Lowering of Tanks

i. The M.S. Horizontal tank is lowered in the earth/masonry pit in one of

Page 4 of 73
Mechanical Specifications

the following procedure

a) Mechanical Method

The tank is lifted mechanically with the help of a suitable


capacity crane and the tank is lowered very carefully/smoothly
and made to rest over the tank foundations. Care shall be
taken that no damage is done to tank, the foundation and
tank pit.

b) Chain Pulley Method

The tank is rolled over the wooden-sleepers very carefully and


brought to the edge of tank pit parallel to the foundation. The
tank shall thereafter be lowered in the pit over a temporary
earth ramp with the help of chain Pulley arrangement. Care
shall be taken while rolling as well as lowering that no damage
is done either to tank or foundations.

ii. Subsequent to lowering in the pit/masonry enclosure, each tank is


required to be tested hydrostatically as per the standard procedure
and then doped with anti-corrosive paint as per the standard
specifications.

iii. Finally, the tank is aligned and positioned so as to maintain correct


level, and both the manholes are in one horizontal plane. Then the
fixing of hold down bolts supplied, shall be completed.

8. Back Filling

Back-filling operations are most important to the life of Installation. Back filling
below, around and above tanks should be of clean, non-corrosive material,
such as, clean sand. Watering and consolidation should be as per detailed
specifications mentioned.

A. INSTALLATION OF SUPPLIED 10 KL TANK AS PER SPECIFIED


DRAWINGS AND AS PER DETAIL MENTIONED IN SCHEDULE OF
RATES AND AS PER WORK DESCRIPTION DETAILED BELOW:

i. IN EARTH PIT WITH RCC STRIP RAFT AS PER DRG.:

1. Installation of New/Old tank with or without manhole.

2. Detaching all inside/outside fittings from tank.

3. Keeping the tank with fittings in safe custody till handing over
the installation to Engineer, Consumer or Dealer.

Page 5 of 73
Mechanical Specifications

4. Shifting/rolling of the tank (with fittings) to the place of


installation within the site limit.

5. Clearing the site of installation from any bushes, vegetation or


any other materials lying at site.

6. Earthwork excavation is to be done as per drawing, in all types


of soils such as ordinary / hard soil, kankar, murrum gravel,
pebbles, Bajri, stone boulders big or small, soft rock, mud,
asphalted / WBM driveways & with CC / RCC.

7. Dressing / levelling & consolidation of the tank pit area.

8. Bailing out sub-soil water or any other water, if met with, from
tank pit area.

9. Shoring shall be done with necessary wooden planks, ballies or


steel Plates as approved by the Engineer-in-charge.

10. Spreading clean dry coarse sand under the tank over the
entire area of the tank upto a consolidated depth as indicated
in the standard drawings.

11. Handling, lowering, aligning and positioning the tank in the pit.
The tank is required to be lowered in the pit with mechanical
aids, such as crane/chain pully only. No extra payment shall be
made on this account.

12. Testing the tank hydrostatically to a pressure of 0.5 Kg/Cm2,


including supply of potable water, emptying and cleaning the
tank as mentioned.

13. The contractor will thoroughly examine the tank for any dents
etc. at the time of taking over the equipment at the fabrication
yard. If any, dents, puncher, damage etc, has taken place on
the equipment during the transportation, the same has to be
rectified by the contractor at free of cost.

14. Cleaning the tank from inside with gunny bags, jute, etc. In
case of old tank the contractor will have to remove the dead
stock, sludge, and store at a place as directed by the
Engineer-in-charge, prior to testing of the tank. The contractor
will make the tank gas free as per the approved procedure
under the supervision of the Engineer-in-charge, prior to
taking up the cleaning/repairs to the tank.

Page 6 of 73
Mechanical Specifications

15. Scrapping and doping of tank as mentioned. In case of old


tank, the Contractor will have to scrap the old primer & anti-
corrosive paint to the satisfaction of the Engineer-in-charge by
the methods as approved, before applying the fresh paint,
without any extra cost to the Corporation.

16. Fixing, Corporation supplied, inside and outside dip pipes, gun
metal cap, locking arrangement, including fixing/tightening of
bushes & flanges.

17. Fixing, Corporation supplied, inside fill pipes, suction pipe


including fixing/tightening of bushes and flanges and also
fixing corporation supplied outside fill pipe at the decanting
point.

18. Fixing of manhole cover plate in position including replacement


of 3mm thick CAF, permanite oil gasket conforming to IS 2712
Gr 0/1, nuts, bolts, washers (approved make), which might
have been damaged/ missing. Item also includes facing of
manhole flange and cover plate to be done before fixing. Item
includes upto 2 nos. permanite oil gasket conforming to IS
2712 Gr 0/1.

19. Filling with the clean dry sand inside the tank pit is to be done
and unwanted / debris are to be transported beyond municipal
limits or unobjectionable place for disposal, as directed by
Engineer-in-charge.

20. Providing and laying R.C.C. blocks (1:1.5:3) (1 cement : 1.5


coarse sand : 3 crushed graded stone metal of 12 to 20mm
nominal size) complete as per drawing referred above,
including shuttering centering, curing, supply of MS / TOR /
TMT reinforcement, cutting, bending positioning and binding
with 16 gauge MS binding wire (This includes the cost of
reinforcement and binding wire). Item also includes
embedding, Corporation supplied, Anchor bars in R.C.C. block
(2 Nos. bars in each block) as per drawing.

21. Handling, assembling, fixing & tightening of Corporation


supplied, holding down bolts, turn buckles after RCC blocks
are fully set.

22. Providing Brick/ Stone Masonry kerb wall around tank as per

Page 7 of 73
Mechanical Specifications

site requirement for which payment shall be made under item


rate separately.

23. In case of any hard rock (required chiseling/ blasting),


measurement shall be taken and payment shall be made
under appropriate item of civil works, after deducting the
value for earthwork excavation.

24. Number of suction points shall be indicated as per the


requirement at site.

ii. IN EARTH PIT WITH RCC MATT RAFT AS PER DRG. :

1. Installation of New/Old tank with or without manhole.

2. Detaching all inside/outside fittings from tank.

3. Keeping the tank with fittings in safe custody till handing over
the installation to Engineer, Consumer or Dealer.

4. Shifting/rolling of the tank (with fittings) to the place of


installation within the site limit.

5. Clearing the site of installation from any bushes, vegetation or


any other materials lying at site.

6. Earthwork excavation is to be done as per drawing, in all types


of soils such as ordinary / hard soil, kankar, murrum gravel,
pebbles, Bajri, stone boulders big or small, soft rock, mud,
asphalted / WBM driveways & with CC / RCC.

7. Dressing / levelling & consolidation of the tank pit area.

8. Bailing out sub-soil water or any other water, if met with, from
tank pit area.

9. Shoring shall be done with necessary wooden planks, ballies or


steel Plates as approved by the Engineer-in-charge.

10. Handling, lowering, aligning and positioning the tank in the pit.
The tank is required to be lowered in the pit with mechanical
aids, such as crane/chain pully only. No extra payment shall be
made on this account.

11. Testing the tank hydrostatically to a pressure of 0.5 Kg/Cm2,


including supply of potable water, emptying and cleaning the
tank as mentioned.

Page 8 of 73
Mechanical Specifications

12. The contractor will thoroughly examine the tank for any dents
etc. at the time of taking over the equipment at the fabrication
yard. If any, dents, puncher, damage etc, has taken place on
the equipment during the transportation, the same has to be
rectified by the contractor at free of cost.

13. Cleaning the tank from inside with gunny bags, jute, etc. In
case of old tank the contractor will have to remove the dead
stock, sludge, and store at a place as directed by the
Engineer-in-charge, prior to testing of the tank. The contractor
will make the tank gas free as per the approved procedure
under the supervision of the Engineer-in-charge, prior to
taking up the cleaning/repairs to the tank.

14. Scrapping and doping of tank as mentioned. In case of old


tank, the Contractor will have to scrap the old primer & anti-
corrosive paint to the satisfaction of the Engineer-in-charge by
the methods as approved, before applying the fresh paint,
without any extra cost to the Corporation.

15. Fixing, Corporation supplied, inside and outside dip pipes, gun
metal cap, locking arrangement, including fixing/tightening of
bushes & flanges.

16. Fixing, Corporation supplied, inside fill pipes, suction pipe


including fixing/tightening of bushes and flanges and also
fixing corporation supplied outside fill pipe at the decanting
point.

17. Fixing of manhole cover plate in position including replacement


of 3mm thick CAF, permanite oil gasket conforming to IS 2712
Gr 0/1, nuts, bolts, washers (approved make), which might
have been damaged/ missing. Item also includes facing of
manhole flange and cover plate to be done before fixing. Item
includes upto 2 nos. permanite oil gasket conforming to IS
2712 Gr 0/1.

18. Filling with the clean dry sand inside the tank pit is to be done
and unwanted / debris are to be transported beyond municipal
limits or unobjectionable place for disposal, as directed by
Engineer-in-charge.

19. Providing Brick/ Stone Masonry kerb wall around tank as per

Page 9 of 73
Mechanical Specifications

site requirement for which payment shall be made under item


rate separately.

20. In case of any hard rock (required chiseling/ blasting),


measurement shall be taken and payment shall be made
under appropriate item of civil works, after deducting the
value for earthwork excavation.

21. Number of suction points shall be indicated as per the


requirement at site.

22. Providing and laying base cement concrete as per drawing


referred above in the entire area of the pit including ramming,
consolidation, curing etc.

23. Providing and laying R.C.C. (1:1.5:3) (1 cement : 1.5 coarse


sand : 3 crushed graded stone metal of 12 to 20mm nominal
size) Mat Raft, complete as per drawing referred above
including shuttering centering, curing, supply of MS / TOR /
TMT reinforcement bars with 16 gauge of M.S. binding wire
(This includes the cost of M.S./TOR/TMT reinforcement, M.S.
bars for chairs and binding wire). Item also includes
embedding Corporations supplied Anchor bars in R.C.C. mat
raft. (2 Nos. bars in each Anchor bolts).

24. Providing and laying cement concrete 1:2:4 (1 cement : 2


coarse sand : 4 crushed graded stone metal of 12 to 20mm
nominal size) pedestals (4 Nos.) complete as per drawing
referred above including shuttering, centering & curing etc.

25. Handling assembling fixing and tightening of corporation


supplied holding down bolts, turn buckles after the RCC matt
raft is fully set.

iii. IN BRICK MASONRY PIT WITH RCC STRIP RAFT & BLOCKS
UNDER DRIVEWAY INCLUDING RCC TOP SLAB AS PER DRG. :

1. Installation of New/Old tank with or without manhole.

2. Detaching all inside/outside fittings from tank.

3. Keeping the tank with fittings in safe custody till handing over
the installation to Engineer, Consumer or Dealer.

4. Shifting/rolling of the tank (with fittings) to the place of

Page 10 of 73
Mechanical Specifications

installation within the site limit.

5. Clearing the site of installation from any bushes, vegetation or


any other materials lying at site.

6. Earthwork excavation is to be done as per drawing, in all types


of soils such as ordinary / hard soil, kankar, murrum gravel,
pebbles, Bajri, stone boulders big or small, soft rock, mud,
asphalted / WBM driveways & with CC / RCC.

7. Dressing / levelling & consolidation of the tank pit area.

8. Bailing out sub-soil water or any other water, if met with, from
tank pit area.

9. Shoring shall be done with necessary wooden planks, ballies or


steel Plates as approved by the Engineer-in-charge.

10. Spreading clean dry coarse sand under the tank over the
entire area of the tank upto a consolidated depth as indicated
in the standard drawings.

11. Handling, lowering, aligning and positioning the tank in the pit.
The tank is required to be lowered in the pit with mechanical
aids, such as crane/chain pully only. No extra payment shall be
made on this account.

12. Testing the tank hydrostatically to a pressure of 0.5 Kg/Cm2,


including supply of potable water, emptying and cleaning the
tank as mentioned.

13. The contractor will thoroughly examine the tank for any dents
etc. at the time of taking over the equipment at the fabrication
yard. If any, dents, puncher, damage etc, has taken place on
the equipment during the transportation, the same has to be
rectified by the contractor at free of cost.

14. Cleaning the tank from inside with gunny bags, jute, etc. In
case of old tank the contractor will have to remove the dead
stock, sludge, and store at a place as directed by the
Engineer-in-charge, prior to testing of the tank. The contractor
will make the tank gas free as per the approved procedure
under the supervision of the Engineer-in-charge, prior to
taking up the cleaning/repairs to the tank.

Page 11 of 73
Mechanical Specifications

15. Scrapping and doping of tank as mentioned. In case of old


tank, the Contractor will have to scrap the old primer & anti-
corrosive paint to the satisfaction of the Engineer-in-charge by
the methods as approved, before applying the fresh paint,
without any extra cost to the Corporation.

16. Fixing, Corporation supplied, inside and outside dip pipes, gun
metal cap, locking arrangement, including fixing/tightening of
bushes & flanges.

17. Fixing, Corporation supplied, inside fill pipes, suction pipe


including fixing/tightening of bushes and flanges and also
fixing corporation supplied outside fill pipe at the decanting
point.

18. Fixing of manhole cover plate in position including replacement


of 3mm thick CAF, permanite oil gasket conforming to IS 2712
Gr 0/1, nuts, bolts, washers (approved make), which might
have been damaged/ missing. Item also includes facing of
manhole flange and cover plate to be done before fixing. Item
includes upto 2 nos. permanite oil gasket conforming to IS
2712 Gr 0/1.

19. Filling with the clean dry sand inside the tank pit is to be done
and unwanted / debris are to be transported beyond municipal
limits or unobjectionable place for disposal, as directed by
Engineer-in-charge.

20. Providing and laying R.C.C. blocks (1:1.5:3) (1 cement : 1.5


coarse sand : 3 crushed graded stone metal of 12 to 20mm
nominal size) complete as per drawing referred above,
including shuttering centering, curing, supply of MS / TOR /
TMT reinforcement, cutting, bending positioning and binding
with 16 gauge MS binding wire (This includes the cost of
reinforcement and binding wire). Item also includes
embedding, Corporation supplied, Anchor bars in R.C.C. block
(2 Nos. bars in each block) as per drawing.

21. Assembling, fixing & tightening of Corporation supplied,


holding down bolts, turn buckles after RCC blocks are fully set.

22. In case of any hard rock (required chiseling/ blasting),


measurement shall be taken and payment shall be made

Page 12 of 73
Mechanical Specifications

under appropriate item of civil works, after deducting the


value for earthwork excavation.

23. Number of suction points shall be indicated as per the


requirement at site.

24. Providing and laying base cement concrete (as per drawing
referred above) along the periphery of the tank pit including
shuttering, ramming and curing etc.

25. Providing brick masonry 330mm thick of locally available good


quality approved bricks as per drawing referred above, in
cement mortar (1:5) (1 cement : 5 coarse sand) including
curing, providing scaffolding, raking of joints, complete as per
drawing.

26. Providing and laying 150mm thick plain cement concrete


(1:2:4) (1 cement : 2 coarse sand : 4 crushed graded stone
metal) coping continuous all-round over the width of the
masonry wall including centering, shuttering as per drawing.

27. Plastering brick masonry internal wall surfaces in masonry pit


with 12mm thick cement mortar (1:3) (1 cement : 3 coarse
sand) including curing, raking of joints irrespective of all lead
and lifts.

28. Providing and laying R.C.C. 1:1.5:3 (1 cement : 1.5 coarse


sand : 3 crushed graded stone metal of 12 to 20mm nominal
size) top slab 325mm thick complete as per drawing referred
above including shuttering, centering, curing, supply of M.S./
TOR/TMT reinforcement bars including its cutting, bending
positioning and binding with 16 gauge of M.S. binding wire
(This includes the cost of reinforcement bars and binding
wire).

29. Back filling is to be done on outsides of the masonry wall with


excavated or imported earth, free from all foreign matter,
boulders etc. in 200mm thick layers well watered and
consolidated up to top most level of tank pit.

30. The Exact number of chambers & covers for manholes


required as per site conditions are to be constructed/
provided. Additional manhole covers apart from shown in the
drawings shall be paid separately under item rate.

Page 13 of 73
Mechanical Specifications

iv. IN BRICK MASONRY PIT WITH RCC MATT RAFT & BLOCKS
UNDER DRIVEWAY INCLUDING RCC TOP SLAB AS PER DRG.:

1. Installation of New/Old tank with or without manhole.

2. Detaching all inside/outside fittings from tank.

3. Keeping the tank with fittings in safe custody till handing over
the installation to Engineer, Consumer or Dealer.

4. Shifting/rolling of the tank (with fittings) to the place of


installation within the site limit.

5. Clearing the site of installation from any bushes, vegetation or


any other materials lying at site.

6. Earthwork excavation is to be done as per drawing, in all types


of soils such as ordinary / hard soil, kankar, murrum gravel,
pebbles, Bajri, stone boulders big or small, soft rock, mud,
asphalted / WBM driveways & with CC / RCC.

7. Dressing / levelling & consolidation of the tank pit area.

8. Bailing out sub-soil water or any other water, if met with, from
tank pit area.

9. Shoring shall be done with necessary wooden planks, ballies or


steel Plates as approved by the Engineer-in-charge.

10. Handling, lowering, aligning and positioning the tank in the pit.
The tank is required to be lowered in the pit with mechanical
aids, such as crane/chain pully only. No extra payment shall be
made on this account.

11. Testing the tank hydrostatically to a pressure of 0.5 Kg/Cm2,


including supply of potable water, emptying and cleaning the
tank as mentioned.

12. The contractor will thoroughly examine the tank for any dents
etc. at the time of taking over the equipment at the fabrication
yard. If any, dents, puncher, damage etc, has taken place on
the equipment during the transportation, the same has to be
rectified by the contractor at free of cost.

13. Cleaning the tank from inside with gunny bags, jute, etc. In
case of old tank the contractor will have to remove the dead
stock, sludge, and store at a place as directed by the

Page 14 of 73
Mechanical Specifications

Engineer-in-charge, prior to testing of the tank. The contractor


will make the tank gas free as per the approved procedure
under the supervision of the Engineer-in-charge, prior to
taking up the cleaning/repairs to the tank.

14. Scrapping and doping of tank as mentioned. In case of old


tank, the Contractor will have to scrap the old primer & anti-
corrosive paint to the satisfaction of the Engineer-in-charge by
the methods as approved, before applying the fresh paint,
without any extra cost to the Corporation.

15. Fixing, Corporation supplied, inside and outside dip pipes, gun
metal cap, locking arrangement, including fixing/tightening of
bushes & flanges.

16. Fixing, Corporation supplied, inside fill pipes, suction pipe


including fixing/tightening of bushes and flanges and also
fixing corporation supplied outside fill pipe at the decanting
point.

17. Fixing of manhole cover plate in position including replacement


of 3mm thick CAF, permanite oil gasket conforming to IS 2712
Gr 0/1, nuts, bolts, washers (approved make), which might
have been damaged/ missing. Item also includes facing of
manhole flange and cover plate to be done before fixing. Item
includes upto 2 nos. permanite oil gasket conforming to IS
2712 Gr 0/1.

18. Filling with the clean dry sand inside the tank pit is to be done
and unwanted / debris are to be transported beyond municipal
limits or unobjectionable place for disposal, as directed by
Engineer-in-charge.

19. In case of any hard rock (required chiseling/ blasting),


measurement shall be taken and payment shall be made
under appropriate item of civil works, after deducting the
value for earthwork excavation.

20. Number of suction points shall be indicated as per the


requirement at site.

21. Providing and laying base cement concrete as per drawing


referred above in the entire area of the pit including ramming,
consolidation, curing etc.

Page 15 of 73
Mechanical Specifications

22. Providing and laying R.C.C. (1:1.5:3) (1 cement : 1.5 coarse


sand : 3 crushed graded stone metal of 12 to 20mm nominal
size) Mat Raft, complete as per drawing referred above
including shuttering centering, curing, supply of MS / TOR /
TMT reinforcement bars with 16 gauge of M.S. binding wire
(This includes the cost of M.S./TOR/TMT reinforcement, M.S.
bars for chairs and binding wire). Item also includes
embedding Corporations supplied Anchor bars in R.C.C. mat
raft. (2 Nos. bars in each Anchor bolts).

23. Providing and laying cement concrete 1:2:4 (1 cement : 2


coarse sand : 4 crushed graded stone metal of 12 to 20mm
nominal size) pedestals (4 Nos.) complete as per drawing
referred above including shuttering, centering & curing etc.

24. Handling assembling fixing and tightening of corporation


supplied holding down bolts, turn buckles after the RCC matt
raft is fully set.

25. Providing and laying base cement concrete (as per drawing
referred above) along the periphery of the tank pit including
shuttering, ramming and curing etc.

26. Providing brick masonry 330mm thick of locally available good


quality approved bricks as per drawing referred above, in
cement mortar (1:5) (1 cement : 5 coarse sand) including
curing, providing scaffolding, raking of joints, complete as per
drawing.

27. Providing and laying 150mm thick plain cement concrete


(1:2:4) (1 cement : 2 coarse sand : 4 crushed graded stone
metal) coping continuous all-round over the width of the
masonry wall including centering, shuttering as per drawing.

28. Plastering brick masonry internal wall surfaces in masonry pit


with 12mm thick cement mortar (1:3) (1 cement : 3 coarse
sand) including curing, raking of joints irrespective of all lead
and lifts.

29. Providing and laying R.C.C. 1:1.5:3 (1 cement : 1.5 coarse


sand : 3 crushed graded stone metal of 12 to 20mm nominal
size) top slab 325mm thick complete as per drawing referred
above including shuttering, centering, curing, supply of M.S./

Page 16 of 73
Mechanical Specifications

TOR/TMT reinforcement bars including its cutting, bending


positioning and binding with 16 gauge of M.S. binding wire
(This includes the cost of reinforcement bars and binding
wire).

30. Back filling is to be done on outsides of the masonry wall with


excavated or imported earth, free from all foreign matter,
boulders etc. in 200mm thick layers well watered and
consolidated up to top most level of tank pit.

31. The Exact number of chambers & covers for manholes


required as per site conditions are to be constructed/
provided. Additional manhole covers apart from shown in the
drawings shall be paid separately under item rate.

v. HANDLING, INSTALLING OF 10 KL TANK ABOVE GROUND ON


EXISTING BRICK MASONRY CHAIRS.

1. Installation of New/Old tank with or without manhole.

2. Detaching all inside/outside fittings from tank.

3. Keeping the tank with fittings in safe custody till handing over
the installation to Engineer, Consumer or Dealer.

4. Shifting/rolling of the tank (with fittings) to the place of


installation within the site limit.

5. Providing 50mm thick layer of coarse sand mixed with hot


bitumen on the 380mm wide beds of existing 4 Nos. chairs.

6. Handling, hoisting, positioning, aligning, leveling the tank on


the chairs.

7. Testing the tank hydrostatically to a pressure to 0.5 Kg/Cm2


including supply of potable water, emptying, cleaning the tank
as mentioned.

8. The contractor will thoroughly examine the tank for any dents
etc. at the time of taking over the equipment at the fabrication
yard. If any, dents, puncher damage etc, has taken place on
the equipment, the same has to be rectified by the contractor
at free of cost.

9. Cleaning the tank from inside with gunny bags, jute, etc. In
case of old tank the contractor will have to remove the dead

Page 17 of 73
Mechanical Specifications

stock, sludge, and store at a place as directed by the


Engineer-in-charge, prior to testing of the tank. The contractor
will make the tank gas free as per the approved procedure
under the supervision of the Engineer-in-charge, prior to
taking up the cleaning/repairs to the tank.

10. Scrapping and painting of the tank outer surface with 2 coats,
to a DFT of 30-35 micron per coat, of red oxide Zinc
Phosphate primer and two coats of synthetic Aluminium finish
paint to a DFT of 15-20 microns per coat as per IOC
specification. In case of old tank, the Contractor will have to
scrap the old primer & paint before applying the fresh primer
& paint without any extra cost to Corporation. Also, painting 2
Nos. Indian Oil monograms (of required size) & writing name
of product, capacity of tank as per direction of site Engineer.

11. Fixing, Corporation supplied, inside and outside dip pipes, gun
metal cap, locking arrangement, including fixing, tightening of
bushes & flanges.

12. Fixing, Corporation supplied, inside suction pipe including


fixing / tightening of bushes/flanges.

13. Fixing, Corporation supplied, inside fill pipes including


fixing/tightening of bushes, flanges and also fixing, corporation
supplied outside fill pipe at the decanting point.

14. Fixing of manhole cover plate in position including replacing of


3mm thick CAF, permanite oil gasket conforming to IS 2712 Gr
O/1, nuts, bolts (approved make), washers, which might have
been damaged/ missing. Item also includes facing of manhole
flange and cover plate before fixing.

B. INSTALLATION OF SUPPLIED 15 KL TANK AS PER SPECIFIED DRAWINGS


AND AS PER WORK DESCRIPTION:

i. IN EARTH PIT WITH RCC STRIP RAFT AS PER DRG.:

1. Installation of New/Old tank with or without manhole.

2. Detaching all inside/outside fittings from tank.

3. Keeping the tank with fittings in safe custody till handing over the
installation to Engineer, Consumer or Dealer.

Page 18 of 73
Mechanical Specifications

4. Shifting/rolling of the tank (with fittings) to the place of installation


within the site limit.

5. Clearing the site of installation from any bushes, trees, vegetation or


any other materials laying at site.

6. Earthwork excavation is to be done as per drawing. In all types of soils


such as ordinary/hard soil, kankar, murrum gravel, pebbles, Bajri,
stone boulders big or small, soft rock, mud, asphalted / WBM
driveways & with CC / RCC.

7. Dressing / levelling & consolidation of the tank pit area.

8. Bailing out of water or any other water, if met with, from tank pit area.

9. Shoring shall be done with necessary wooden planks, ballies or steel


Plates.

10. Spreading clean dry sand under the tank over the entire area of the
tank upto a consolidated depth as per drawing.

11. Handling, lowering, aligning and positioning the tank in the pit. The
tank is required to be lowered in the pit with mechanical aids, such as
crane/chain pulley. No extra payment shall be made.

12. Testing the tank hydrostatically to a pressure of 0.5 Kg/Cm2 including


supply of water, emptying and cleaning the tank as mentioned

13. The contractor will thoroughly examine the tank for any dents etc. at
the time of taking over the equipment at the fabrication yard. If any,
dents, puncher damage etc, has taken place on the equipment during
the transportation, the same has to be rectified by the contractor at
free of cost.

14. Cleaning the tank from inside with gunny bags, jute, etc. In case of
old tank the contractor will have to remove the dead stock, sludge,
and store at a place as directed by the Engineer-in-charge, prior to
testing of the tank. The contractor will make the tank gas free as per
the approved procedure under the supervision of the Engineer-in-
charge, prior to taking up the cleaning/repairs to the tank.

15. Scrapping and doping of tank as mentioned. In case of old tank, the
Contractor will have to scrap the old primer & anti-corrosive paint to
the satisfaction of the Engineer-in-charge by the methods as
approved, before applying the fresh paint, without any extra cost to

Page 19 of 73
Mechanical Specifications

the Corporation.

16. Fixing, Corporation supplied, inside and outside dip pipes, gun metal
cap, locking arrangement, including fixing, tightening of bushes &
flanges.

17. Fixing, Corporation supplied inside fill pipes, suction pipe including
fixing/tightening of bushes and flanges and also fixing corporation
supplied outside fill pipe at the decanting point.

18. Fixing of manhole cover plate in position including replacing of 3mm


thick CAF, permanite oil gasket conforming to IS 2712 Gr O/1, nuts,
bolts, washers (approved make), which might have been torn out/
missing. Item also includes facing of manhole flange and cover plate
to be done before fixing.

19. Filling with the clean dry coarse sand inside the tank pit is to be done
and disposals of unwanted/debris are to be transported beyond
municipal limits or un-objected place as directed by Engineer-in-
charge.

20. Providing and laying R.C.C. blocks 1:1.5:3 (1 cement : 1.5 coarse sand
: 3 crushed graded stone metal of 12 to 20mm nominal size) complete
as per drawing referred above, including shuttering, centering, curing,
supply of MS/ TOR/ TMT reinforcement bars, cutting, bending
positioning and binding with 16 gauge of M.S. binding wire. (This
includes the cost of reinforcement bars and binding wire). Item also
includes embedding, Corporation supplied Anchor bars in R.C.C. block
(2 Nos. bars in each block) as per drawing.

21. Handling, assembling, fixing & tightening of Corporation supplied,


holding down bolts, turn buckles after RCC blocks are fully set.

22. Providing Brick/ Stone Masonry kerb wall around tank as per site
requirement for which payment shall be made under item rate
separately.

23. In case of any hard rock (required chiseling/blasting) strata,


measurement shall be taken and payment shall be made under
appropriate item after deducting the value for earthwork excavation.

24. Number of suction points shall be indicated as per the requirement at


site.

ii. IN EARTH PIT WITH RCC MATT RAFT AS PER DRG.:

Page 20 of 73
Mechanical Specifications

1. Installation of New/Old tank with or without manhole.

2. Detaching all inside/outside fittings from tank.

3. Keeping the tank with fittings in safe custody till handing over the
installation to Engineer, Consumer or Dealer.

4. Shifting/rolling of the tank (with fittings) to the place of installation


within the site limit.

5. Clearing the site of installation from any bushes, trees, vegetation or


any other materials laying at site.

6. Earthwork excavation is to be done as per drawing. In all types of soils


such as ordinary/hard soil, kankar, murrum gravel, pebbles, Bajri,
stone boulders big or small, soft rock, mud, asphalted / WBM
driveways & with CC / RCC.

7. Dressing / levelling & consolidation of the tank pit area.

8. Bailing out of water or any other water, if met with, from tank pit area.

9. Shoring shall be done with necessary wooden planks, ballies or steel


Plates.

10. Handling, lowering, aligning and positioning the tank in the pit. The
tank is required to be lowered in the pit with mechanical aids, such as
crane/chain pulley. No extra payment shall be made.

11. Testing the tank hydrostatically to a pressure of 0.5 Kg/Cm2 including


supply of water, emptying and cleaning the tank as mentioned.

12. The contractor will thoroughly examine the tank for any dents etc. at
the time of taking over the equipment at the fabrication yard. If any,
dents, puncher damage etc, has taken place on the equipment during
the transportation, the same has to be rectified by the contractor at
free of cost.

13. Cleaning the tank from inside with gunny bags, jute, etc. In case of
old tank the contractor will have to remove the dead stock, sludge,
and store at a place as directed by the Engineer-in-charge, prior to
testing of the tank. The contractor will make the tank gas free as per
the approved procedure under the supervision of the Engineer-in-
charge, prior to taking up the cleaning/repairs to the tank.

14. Scrapping and doping of tank as mentioned. In case of old tank, the
Contractor will have to scrap the old primer & anti-corrosive paint to

Page 21 of 73
Mechanical Specifications

the satisfaction of the Engineer-in-charge by the methods as


approved, before applying the fresh paint, without any extra cost to
the Corporation.

15. Fixing, Corporation supplied, inside and outside dip pipes, gun metal
cap, locking arrangement, including fixing, tightening of bushes &
flanges.

16. Fixing, Corporation supplied inside fill pipes, suction pipe including
fixing/tightening of bushes and flanges and also fixing corporation
supplied outside fill pipe at the decanting point.

17. Fixing of manhole cover plate in position including replacing of 3mm


thick CAF, permanite oil gasket conforming to IS 2712 Gr O/1, nuts,
bolts, washers (approved make), which might have been torn out/
missing. Item also includes facing of manhole flange and cover plate
to be done before fixing.

18. Filling with the clean dry coarse sand inside the tank pit is to be done
and disposals of unwanted/debris are to be transported beyond
municipal limits or un-objected place as directed by Engineer-in-
charge.

19. Providing Brick/ Stone Masonry kerb wall around tank as per site
requirement for which payment shall be made under item rate
separately.

20. In case of any hard rock (required chiseling/blasting) strata,


measurement shall be taken and payment shall be made under
appropriate item after deducting the value for earthwork excavation.

21. Number of suction points shall be indicated as per the requirement at


site.

22. Providing and laying base cement concrete as per drawing referred
above in the entire area of the pit, including ramming, consolidation,
curing etc.

23. Providing and laying R.C.C. 1:1.5:3 (1 cement : 1.5 coarse sand : 3
crushed graded stone metal of 12 to 20mm nominal size) Mat Raft
complete as per drawing referred above including shuttering centering,
curing, supply of M.S./ TOR/ TMT reinforcement bars including cutting,
bending, positioning and binding with 16 gauge of M.S. binding wire
(This includes the cost of M.S./ TOR/ TMT reinforcement bars, M.S.

Page 22 of 73
Mechanical Specifications

bars for chairs and binding wire). Item also includes embedding,
Corporations supplied Anchor bars in R.C.C. mat raft (2 Nos. bars in
each Anchor bolts) as per drawing.

24. Providing and laying cement concrete 1:2:4 (1 cement : 2 coarse sand
: 4 crushed graded stone metal of 12 to 20mm nominal size) pedestals
(4 Nos.) complete as per drawing referred above including shuttering,
centering, curing etc.

25. Handling, assembling, fixing and tightening of corporation supplied,


holding down bolts, turn buckles after the RCC mat raft is fully set.

iii. IN BRICK MASONRY PIT WITH RCC STRIP RAFT & BLOCKS UNDER
DRIVEWAY INCLUDING RCC TOP SLAB AS PER DRG.:

1. Installation of New/Old tank with or without manhole.

2. Detaching all inside/outside fittings from tank.

3. Keeping the tank with fittings in safe custody till handing over the
installation to Engineer, Consumer or Dealer.

4. Shifting/rolling of the tank (with fittings) to the place of installation


within the site limit.

5. Clearing the site of installation from any bushes, trees, vegetation or


any other materials laying at site.

6. Earthwork excavation is to be done as per drawing. In all types of soils


such as ordinary/hard soil, kankar, murrum gravel, pebbles, Bajri,
stone boulders big or small, soft rock, mud, asphalted / WBM
driveways & with CC / RCC.

7. Dressing / levelling & consolidation of the tank pit area.

8. Bailing out of water or any other water, if met with, from tank pit area.

9. Shoring shall be done with necessary wooden planks, ballies or steel


Plates.

10. Spreading clean dry sand under the tank over the entire area of the
tank upto a consolidated depth as per drawing.

11. Handling, lowering, aligning and positioning the tank in the pit. The
tank is required to be lowered in the pit with mechanical aids, such as
crane/chain pulley. No extra payment shall be made.

12. Testing the tank hydrostatically to a pressure of 0.5 Kg/Cm2 including

Page 23 of 73
Mechanical Specifications

supply of water, emptying and cleaning the tank as mentioned.

13. The contractor will thoroughly examine the tank for any dents etc. at
the time of taking over the equipment at the fabrication yard. If any,
dents, puncher damage etc, has taken place on the equipment during
the transportation, the same has to be rectified by the contractor at
free of cost.

14. Cleaning the tank from inside with gunny bags, jute, etc. In case of
old tank the contractor will have to remove the dead stock, sludge,
and store at a place as directed by the Engineer-in-charge, prior to
testing of the tank. The contractor will make the tank gas free as per
the approved procedure under the supervision of the Engineer-in-
charge, prior to taking up the cleaning/repairs to the tank.

15. Scrapping and doping of tank as mentioned. In case of old tank, the
Contractor will have to scrap the old primer & anti-corrosive paint to
the satisfaction of the Engineer-in-charge by the methods as
approved, before applying the fresh paint, without any extra cost to
the Corporation.

16. Fixing, Corporation supplied, inside and outside dip pipes, gun metal
cap, locking arrangement, including fixing, tightening of bushes &
flanges.

17. Fixing, Corporation supplied inside fill pipes, suction pipe including
fixing/tightening of bushes and flanges and also fixing corporation
supplied outside fill pipe at the decanting point.

18. Fixing of manhole cover plate in position including replacing of 3mm


thick CAF, permanite oil gasket conforming to IS 2712 Gr O/1, nuts,
bolts, washers (approved make), which might have been torn out/
missing. Item also includes facing of manhole flange and cover plate
to be done before fixing.

19. Filling with the clean dry coarse sand inside the tank pit is to be done
and disposals of unwanted/debris are to be transported beyond
municipal limits or un-objected place as directed by Engineer-in-
charge.

20. Providing and laying R.C.C. blocks 1:1.5:3 (1 cement : 1.5 coarse sand
: 3 crushed graded stone metal of 12 to 20mm nominal size) complete
as per drawing referred above, including shuttering, centering, curing,
supply of MS/ TOR/ TMT reinforcement bars, cutting, bending

Page 24 of 73
Mechanical Specifications

positioning and binding with 16 gauge of M.S. binding wire. (This


includes the cost of reinforcement bars and binding wire). Item also
includes embedding, Corporation supplied Anchor bars in R.C.C. block
(2 Nos. bars in each block) as per drawing.

21. Assembling, fixing & tightening of Corporation supplied, holding down


bolts, turn buckles after RCC blocks are fully set.

22. In case of any hard rock (required chiseling/blasting) strata,


measurement shall be taken and payment shall be made under
appropriate item after deducting the value for earthwork excavation.

23. Number of suction points shall be indicated as per the requirement at


site.

24. Providing and laying base cement concrete (as per drawing referred
above) along the periphery of the tank pit, including shuttering,
ramming and curing etc.

25. Providing brick masonry 330mm thick of locally available good quality
bricks as per drawing referred above, in cement mortar (1:5) (1
cement : 5 coarse sand) including curing, providing scaffolding, raking
of joints complete as per drawing.

26. Providing and laying 150mm thick cement concrete (1:2:4) (1 cement
: 2 coarse sand : 4 crushed graded stone metal) coping, continuous all
round over the width of the masonry wall including centering,
shuttering, curing as per drawing.

27. Plastering brick masonry internal wall surfaces in masonry pit with
12mm thick cement mortar (1:3) (1 cement : 3 coarse sand) including
curing, raking of joints irrespective of all lead and lifts.

28. Providing and laying R.C.C. 1:1.5:3 (1 cement : 1.5 coarse sand : 3
crushed graded stone metal of 12 to 20mm nominal size) top
slab 325mm thick complete as per drawing referred above including
shuttering, centering, curing, supply of M.S./TOR reinforcement
including its cutting, bending positioning and binding with 16 gauge of
M.S. binding wire (This includes the cost of M.S. Reinforcement and
binding wire)

29. Back filling is to be done on outsides of the masonry wall excavated or


imported earth, free from all foreign matter, boulders etc. in 200mm
thick layers well watered and consolidated upto top most level of tank

Page 25 of 73
Mechanical Specifications

30. The Exact number of chambers & covers for manholes required as per
site conditions are to be constructed / provided. Additional manhole
covers apart from shown (2 Nos) in the drawings shall be paid
separately. Under item rate.

iv. IN BRICK MASONRY PIT WITH RCC MAT RAFT & BLOCKS UNDER
DRIVEWAY INCLUDING RCC TOP SLAB AS PER DRG.:

1. Installation of New/Old tank with or without manhole.

2. Detaching all inside/outside fittings from tank.

3. Keeping the tank with fittings in safe custody till handing over the
installation to Engineer, Consumer or Dealer.

4. Shifting/rolling of the tank (with fittings) to the place of installation


within the site limit.

5. Clearing the site of installation from any bushes, trees, vegetation or


any other materials laying at site.

6. Earthwork excavation is to be done as per drawing. In all types of soils


such as ordinary/hard soil, kankar, murrum gravel, pebbles, Bajri,
stone boulders big or small, soft rock, mud, asphalted / WBM
driveways & with CC / RCC.

7. Dressing / levelling & consolidation of the tank pit area.

8. Bailing out of water or any other water, if met with, from tank pit area.

9. Shoring shall be done with necessary wooden planks, ballies or steel


Plates.

10. Handling, lowering, aligning and positioning the tank in the pit. The
tank is required to be lowered in the pit with mechanical aids, such as
crane/chain pulley. No extra payment shall be made.

11. Testing the tank hydrostatically to a pressure of 0.5 Kg/Cm2 including


supply of water, emptying and cleaning the tank as mentioned.

12. The contractor will thoroughly examine the tank for any dents etc. at
the time of taking over the equipment at the fabrication yard. If any,
dents, puncher damage etc, has taken place on the equipment during
the transportation, the same has to be rectified by the contractor at
free of cost.

Page 26 of 73
Mechanical Specifications

13. Cleaning the tank from inside with gunny bags, jute, etc. In case of
old tank the contractor will have to remove the dead stock, sludge,
and store at a place as directed by the Engineer-in-charge, prior to
testing of the tank. The contractor will make the tank gas free as per
the approved procedure under the supervision of the Engineer-in-
charge, prior to taking up the cleaning/repairs to the tank.

14. Scrapping and doping of tank as mentioned. In case of old tank, the
Contractor will have to scrap the old primer & anti-corrosive paint to
the satisfaction of the Engineer-in-charge by the methods as
approved, before applying the fresh paint, without any extra cost to
the Corporation.

15. Fixing, Corporation supplied, inside and outside dip pipes, gun metal
cap, locking arrangement, including fixing, tightening of bushes &
flanges.

16. Fixing, Corporation supplied inside fill pipes, suction pipe including
fixing/tightening of bushes and flanges and also fixing corporation
supplied outside fill pipe at the decanting point.

17. Fixing of manhole cover plate in position including replacing of 3mm


thick CAF, permanite oil gasket conforming to IS 2712 Gr O/1, nuts,
bolts, washers (approved make), which might have been torn out/
missing. Item also includes facing of manhole flange and cover plate
to be done before fixing.

18. Filling with the clean dry coarse sand inside the tank pit is to be done
and disposals of unwanted/debris are to be transported beyond
municipal limits or un-objected place as directed by Engineer-in-
charge.

19. In case of any hard rock (required chiseling/blasting) strata,


measurement shall be taken and payment shall be made under
appropriate item after deducting the value for earthwork excavation.

20. Number of suction points shall be indicated as per the requirement at


site.

21. Providing and laying base cement concrete as per drawing referred
above in the entire area of the pit, including ramming, consolidation,
curing etc.

22. Providing and laying R.C.C. 1:1.5:3 (1 cement : 1.5 coarse sand : 3

Page 27 of 73
Mechanical Specifications

crushed graded stone metal of 12 to 20mm nominal size) Mat Raft


complete as per drawing referred above including shuttering centering,
curing, supply of M.S./ TOR/ TMT reinforcement bars including cutting,
bending, positioning and binding with 16 gauge of M.S. binding wire
(This includes the cost of M.S./ TOR/ TMT reinforcement bars, M.S.
bars for chairs and binding wire). Item also includes embedding,
Corporations supplied Anchor bars in R.C.C. mat raft (2 Nos. bars in
each Anchor bolts) as per drawing.

23. Providing and laying cement concrete 1:2:4 (1 cement : 2 coarse sand
: 4 crushed graded stone metal of 12 to 20mm nominal size) pedestals
(4 Nos.) complete as per drawing referred above including shuttering,
centering, curing etc.

24. Handling, assembling, fixing and tightening of corporation supplied,


holding down bolts, turn buckles after the RCC mat raft is fully set

25. Providing and laying base cement concrete (as per drawing referred
above) along the periphery of the tank pit, including shuttering,
ramming and curing etc.

26. Providing brick masonry 330mm thick of locally available good quality
bricks as per drawing referred above, in cement mortar (1:5) (1
cement : 5 coarse sand) including curing, providing scaffolding, raking
of joints complete as per drawing.

27. Providing and laying 150mm thick cement concrete (1:2:4) (1 cement
: 2 coarse sand : 4 crushed graded stone metal) coping, continuous all
round over the width of the masonry wall including centering,
shuttering, curing as per drawing.

28. Plastering brick masonry internal wall surfaces in masonry pit with
12mm thick cement mortar (1:3) (1 cement : 3 coarse sand) including
curing, raking of joints irrespective of all lead and lifts.

29. Providing and laying R.C.C. 1:1.5:3 (1 cement : 1.5 coarse sand : 3
crushed graded stone metal of 12 to 20mm nominal size) top
slab 325mm thick complete as per drawing referred above including
shuttering, centering, curing, supply of M.S./TOR reinforcement
including its cutting, bending positioning and binding with 16 gauge of
M.S. binding wire (This includes the cost of M.S. Reinforcement and
binding wire)

30. Back filling is to be done on outsides of the masonry wall excavated or

Page 28 of 73
Mechanical Specifications

imported earth, free from all foreign matter, boulders etc. in 200mm
thick layers well watered and consolidated upto top most level of tank
pit.

31. The Exact number of chambers & covers for manholes required as per
site conditions are to be constructed / provided. Additional manhole
covers apart from shown (2 Nos) in the drawings shall be paid
separately. Under item rate.

v. HANDLING, INSTALLING OF 15 KL TANK ABOVE GROUND ON


EXISTING BRICK / STONE MASONRY CHAIRS.

1. Installation of New/Old tank with or without manhole.

2. Detaching all inside/outside fittings from tank.

3. Keeping the tank with fittings in safe custody till handing over the
installation to Engineer, Consumer or Dealer.

4. Shifting/rolling of the tank (with fittings) to the place of installation


within the site limit.

5. Providing 50mm thick layer of coarse sand mixed with hot bitumen on
the 380mm wide beds of existing 4 Nos. chairs.

6. Handling, hoisting, positioning, aligning, leveling the tank on the


chairs.

7. Testing the tank hydrostatically to a pressure to 0.5 Kg/Cm2 including


supply of water, emptying, cleaning the tank .

8. The contractor will thoroughly examine the tank for any dents etc. at
the time of taking over the equipment at the fabrication yard. If any,
dents, puncher damage etc, has taken place on the equipment, the
same has to be rectified by the contractor at free of cost.

9. Cleaning the tank from inside with gunny bags, jute, etc. In case of old
tank the contractor will have to remove the dead stock, sludge, and
store at a place as directed by the Engineer-in-charge, prior to testing
of the tank. The contractor will make the tank gas free as per the
approved procedure under the supervision of the Engineer-in-charge,
prior to taking up the cleaning/repairs to the tank.

10. Scrapping and painting of the tank outer surface with 2 coats, to a
DFT of 30-35 micron per coat, of red oxide Zinc Phosphate primer and
two coats of Aluminium finish paint to a DFT of 15-20 microns per coat

Page 29 of 73
Mechanical Specifications

as per IOC specification. In case of old tank, the Contractor will have
to scrap the old primer & paint before applying the fresh primer &
paint without any extra cost to Corporation. The item also includes
painting 2 Nos. Indian Oil monograms (of required size) and writing
name of product, capacity of tank as per direction of site Engineer.

11. Fixing, Corporation supplied, inside and outside dip pipes, gun metal
cap, locking arrangement, including fixing, tightening of bushes &
flanges.

12. Fixing, Corporation supplied, inside suction pipe including fixing /


tightening of bushes/flanges.

13. Fixing, Corporation supplied, inside fill pipes including fixing/tightening


of bushes, flanges and also fixing, corporation supplied outside fill pipe
at the decanting point.

14. Fixing of manhole cover plate in position including replacing of 3mm


thick CAF, permanite oil gasket conforming to IS 2712 Gr O/1, nuts,
bolts (approved make), washers, which might have been torn
out/missing. Item also includes facing of manhole flange and cover
plate before fixing.

C. INSTALLATION OF SUPPLIED 20 KL TANK AS PER SPECIFIED DRAWINGS


AND AS PER WORK DESCRIPTION:

i. IN EARTH PIT WITH RCC STRIP RAFT AS PER DRG.:

1. Installation of New/Old tank with or without manhole.

2. Detaching all inside/outside fittings from tank.

3. Keeping the tank with fittings in safe custody till handing over the
installation to Engineer, Consumer or Dealer.

4. Shifting/rolling of the tank (with fittings) to the place of installation


within the site limit.

5. Clearing the site of installation from any bushes, trees, vegetation or


any other materials laying at site.

6. Earth work in excavation as per drawing. In all types of soils such as


ordinary/ hard soil, kankar, murrum gravels, pebbles, Bajri, stone
boulders big or small, soft rock, mud, asphalted / WBM driveways &
with CC / RCC.

7. Dressing / levelling & consolidation of the tank pit area.

Page 30 of 73
Mechanical Specifications

8. Bailing out of water or any other water, if met with, from tank pit area.

9. Shoring shall be done with necessary wooden planks, ballies or steel


Plates.

10. Spreading clean dry coarse sand under the tank over the entire area of
the tank upto a consolidated depth as per drawing.

11. Handling, lowering, aligning and positioning the tank in the pit. The
tank is required to be lowered in the pit with mechanical aids, such as
crane/chain pully, No extra payment shall be made.

12. Testing the tank hydrostatically to a pressure of 0.5 Kg/Cm2 including


supply of water, emptying, cleaning the tank .

13. The contractor will thoroughly examine the tank for any dents etc. at
the time of taking over the equipment at the fabrication yard. If any,
dents, puncher damage etc, has taken place on the equipment during
the transportation, the same has to be rectified by the contractor at
free of cost.

14. Cleaning the tank from inside with gunny bags, jute, etc. In case of
old tank the contractor will have to remove the dead stock, sludge,
and store at a place as directed by the Engineer-in-charge, prior to
testing of the tank. The contractor will make the tank gas free as per
the approved procedure under the supervision of the Engineer-in-
charge, prior to taking up the cleaning/repairs to the tank.

15. Scrapping and doping of tank. In case of old tank, the Contractor will
have to scrap the old primer & anti-corrosive paint to the satisfaction
of the Engineer-in-charge by the methods as approved, before
applying the fresh paint, without any extra cost to the Corporation.

16. Fixing, Corporation supplied, inside and outside dip pipes, gun metal
cap, locking arrangement, including fixing, tightening of bushes &
flanges.

17. Fixing, Corporation supplied inside fill pipes, suction pipe including
fixing/tightening of bushes and flanges and also fixing corporation
supplied outside fill pipe at the decanting point.

18. Fixing of manhole cover plate in position including replacing of 3mm


thick CAF, permanite oil gasket conforming to IS 2712 Gr O/1, nuts,
bolts, washers (approved make), which might have been damaged /
missing. Item also includes facing of manhole flange and cover plate

Page 31 of 73
Mechanical Specifications

to be done before fixing. Item includes upto 2 nos. permanite oil


gasket conforming to IS 2712 Gr 0/1.

19. Back filling with the excavated or imported earth free from all foreign
matters, boulders etc. in 200mm thick layers, each layer well watered
and consolidated upto top most level of tank pit.

20. Providing and laying R.C.C. blocks 1:1.5:3 (1 cement : 1.5 coarse sand
: 3 crushed graded stone metal of 12 to 20mm nominal size) complete
as per drawing referred above, including shuttering, centering, curing,
supply of MS/ TOR/ TMT reinforcement bars, cutting, bending
positioning and binding with 16 gauge of M.S. binding wire. (This
includes the cost of reinforcement bars and binding wire). Item also
includes embedding, Corporation supplied Anchor bars in R.C.C. block
(2 Nos. bars in each block) as per drawing.

21. Handling, assembling, fixing & tightening of Corporation supplied,


holding down bolts, turn buckles after RCC blocks are fully set.

22. Providing Brick/ Stone Masonry kerb wall around tank as per site
requirement for which payment shall be made under item rate
separately.

23. In case of any hard rock (required chiseling/blasting), measurement


shall be taken and payment shall be made under appropriate item
after deducting the value for earthwork excavation.

24. Number of suction points shall be indicated as per the requirement at


site.

ii. IN EARTH PIT WITH RCC MATT RAFT AS PER DRG.:

1. Installation of New/Old tank with or without manhole.

2. Detaching all inside/outside fittings from tank.

3. Keeping the tank with fittings in safe custody till handing over the
installation to Engineer, Consumer or Dealer.

4. Shifting/rolling of the tank (with fittings) to the place of installation


within the site limit.

5. Clearing the site of installation from any bushes, trees, vegetation or


any other materials laying at site.

6. Earth work in excavation as per drawing. In all types of soils such as


ordinary/ hard soil, kankar, murrum gravels, pebbles, Bajri, stone

Page 32 of 73
Mechanical Specifications

boulders big or small, soft rock, mud, asphalted / WBM driveways &
with CC / RCC.

7. Dressing / levelling & consolidation of the tank pit area.

8. Bailing out of water or any other water, if met with, from tank pit area.

9. Shoring shall be done with necessary wooden planks, ballies or steel


Plates.

10. Handling, lowering, aligning and positioning the tank in the pit. The
tank is required to be lowered in the pit with mechanical aids, such as
crane/chain pully, No extra payment shall be made.

11. Testing the tank hydrostatically to a pressure of 0.5 Kg/Cm2 including


supply of water, emptying, cleaning the tank .

12. The contractor will thoroughly examine the tank for any dents etc. at
the time of taking over the equipment at the fabrication yard. If any,
dents, puncher damage etc, has taken place on the equipment during
the transportation, the same has to be rectified by the contractor at
free of cost.

13. Cleaning the tank from inside with gunny bags, jute, etc. In case of
old tank the contractor will have to remove the dead stock, sludge,
and store at a place as directed by the Engineer-in-charge, prior to
testing of the tank. The contractor will make the tank gas free as per
the approved procedure under the supervision of the Engineer-in-
charge, prior to taking up the cleaning/repairs to the tank.

14. Scrapping and doping of tank. In case of old tank, the Contractor will
have to scrap the old primer & anti-corrosive paint to the satisfaction
of the Engineer-in-charge by the methods as approved, before
applying the fresh paint, without any extra cost to the Corporation.

15. Fixing, Corporation supplied, inside and outside dip pipes, gun metal
cap, locking arrangement, including fixing, tightening of bushes &
flanges.

16. Fixing, Corporation supplied inside fill pipes, suction pipe including
fixing/tightening of bushes and flanges and also fixing corporation
supplied outside fill pipe at the decanting point.

17. Fixing of manhole cover plate in position including replacing of 3mm


thick CAF, permanite oil gasket conforming to IS 2712 Gr O/1, nuts,

Page 33 of 73
Mechanical Specifications

bolts, washers (approved make), which might have been damaged /


missing. Item also includes facing of manhole flange and cover plate
to be done before fixing. Item includes upto 2 nos. permanite oil
gasket conforming to IS 2712 Gr 0/1.

18. Back filling with the excavated or imported earth free from all foreign
matters, boulders etc. in 200mm thick layers, each layer well watered
and consolidated upto top most level of tank pit.

19. Providing Brick/ Stone Masonry kerb wall around tank as per site
requirement for which payment shall be made under item rate
separately.

20. In case of any hard rock (required chiseling/blasting), measurement


shall be taken and payment shall be made under appropriate item
after deducting the value for earthwork excavation.

21. Number of suction points shall be indicated as per the requirement at


site.

22. Providing and laying base cement concrete as per drawing referred
above in the entire area of the pit, including ramming, consolidation,
curing etc.

23. Providing and laying R.C.C. 1:1.5:3 (1 cement : 1.5 coarse sand : 3
crushed graded stone metal of 12 to 20mm nominal size) Mat Raft
complete as per drawing referred above including shuttering centering,
curing, supply of M.S./ TOR/ TMT reinforcement bars including cutting,
bending, positioning and binding with 16 gauge of M.S. binding wire
(This includes the cost of M.S./ TOR/ TMT reinforcement bars, M.S.
bars for chairs and binding wire). Item also includes embedding,
Corporations supplied Anchor bars in R.C.C. mat raft (2 Nos. bars in
each Anchor bolts) as per drawing.

24. Providing and laying cement concrete 1:2:4 (1 cement : 2 coarse sand
: 4 crushed graded stone metal of 12 to 20mm nominal size) pedestals
(4 Nos.) complete as per drawing referred above including shuttering,
centering, curing etc.

25. Handling, assembling, fixing and tightening of corporation supplied,


holding down bolts, turn buckles after the RCC mat raft is fully set.

Page 34 of 73
Mechanical Specifications

iii. IN BRICK MASONRY PIT WITH RCC STRIP RAFT & BLOCKS UNDER
DRIVEWAY INCLUDING RCC TOP SLAB AS PER DRG.:

1. Installation of New/Old tank with or without manhole.

2. Detaching all inside/outside fittings from tank.

3. Keeping the tank with fittings in safe custody till handing over the
installation to Engineer, Consumer or Dealer.

4. Shifting/rolling of the tank (with fittings) to the place of installation


within the site limit.

5. Clearing the site of installation from any bushes, trees, vegetation or


any other materials laying at site.

6. Earth work in excavation as per drawing. In all types of soils such as


ordinary/ hard soil, kankar, murrum gravels, pebbles, Bajri, stone
boulders big or small, soft rock, mud, asphalted / WBM driveways &
with CC / RCC.

7. Dressing / levelling & consolidation of the tank pit area.

8. Bailing out of water or any other water, if met with, from tank pit area.

9. Shoring shall be done with necessary wooden planks, ballies or steel


Plates.

10. Spreading clean dry coarse sand under the tank over the entire area of
the tank upto a consolidated depth as per drawing.

11. Handling, lowering, aligning and positioning the tank in the pit. The
tank is required to be lowered in the pit with mechanical aids, such as
crane/chain pully, No extra payment shall be made.

12. Testing the tank hydrostatically to a pressure of 0.5 Kg/Cm2 including


supply of water, emptying, cleaning the tank .

13. The contractor will thoroughly examine the tank for any dents etc. at
the time of taking over the equipment at the fabrication yard. If any,
dents, puncher damage etc, has taken place on the equipment during
the transportation, the same has to be rectified by the contractor at
free of cost.

14. Cleaning the tank from inside with gunny bags, jute, etc. In case of
old tank the contractor will have to remove the dead stock, sludge,
and store at a place as directed by the Engineer-in-charge, prior to

Page 35 of 73
Mechanical Specifications

testing of the tank. The contractor will make the tank gas free as per
the approved procedure under the supervision of the Engineer-in-
charge, prior to taking up the cleaning/repairs to the tank.

15. Scrapping and doping of tank. In case of old tank, the Contractor will
have to scrap the old primer & anti-corrosive paint to the satisfaction
of the Engineer-in-charge by the methods as approved, before
applying the fresh paint, without any extra cost to the Corporation.

16. Fixing, Corporation supplied, inside and outside dip pipes, gun metal
cap, locking arrangement, including fixing, tightening of bushes &
flanges.

17. Fixing, Corporation supplied inside fill pipes, suction pipe including
fixing/tightening of bushes and flanges and also fixing corporation
supplied outside fill pipe at the decanting point.

18. Fixing of manhole cover plate in position including replacing of 3mm


thick CAF, permanite oil gasket conforming to IS 2712 Gr O/1, nuts,
bolts, washers (approved make), which might have been damaged /
missing. Item also includes facing of manhole flange and cover plate
to be done before fixing. Item includes upto 2 nos. permanite oil
gasket conforming to IS 2712 Gr 0/1.

19. Back filling with the excavated or imported earth free from all foreign
matters, boulders etc. in 200mm thick layers, each layer well watered
and consolidated upto top most level of tank pit.

20. Providing and laying R.C.C. blocks 1:1.5:3 (1 cement : 1.5 coarse sand
: 3 crushed graded stone metal of 12 to 20mm nominal size) complete
as per drawing referred above, including shuttering, centering, curing,
supply of MS/ TOR/ TMT reinforcement bars, cutting, bending
positioning and binding with 16 gauge of M.S. binding wire. (This
includes the cost of reinforcement bars and binding wire). Item also
includes embedding, Corporation supplied Anchor bars in R.C.C. block
(2 Nos. bars in each block) as per drawing.

21. Assembling, fixing & tightening of Corporation supplied, holding down


bolts, turn buckles after RCC blocks are fully set.

22. In case of any hard rock (required chiseling/blasting), measurement


shall be taken and payment shall be made under appropriate item
after deducting the value for earthwork excavation.

Page 36 of 73
Mechanical Specifications

23. Number of suction points shall be indicated as per the requirement at


site.

24. Providing and laying base cement concrete (as per drawing referred
above) along the periphery of the tank pit, including shuttering,
ramming and curing etc.

25. Providing brick masonry 330mm thick of locally available good quality
bricks as per drawing referred above, in cement mortar (1:5) (1
cement : 5 coarse sand) including curing, providing scaffolding, raking
of joints complete as per drawing.

26. Providing and laying 150mm thick cement concrete (1:2:4) (1 cement
: 2 coarse sand : 4 crushed graded stone metal) coping, continuous all
round over the width of the masonry wall including centering,
shuttering, curing as per drawing.

27. Plastering brick masonry internal wall surfaces in masonry pit with
12mm thick cement mortar (1:3) (1 cement : 3 coarse sand) including
curing, raking of joints irrespective of all lead and lifts.

28. Providing and laying R.C.C. (1:1.5:3) (1 cement : 1.5 coarse sand : 3
crushed graded stone metal of 12 to 20mm nominal size) top slab
325mm thick complete as per drawing referred above including
shuttering, centering, curing, supply of M.S. binding wire (This
includes the cost of M.S./ TOR/ TMT reinforcement bars, M.S. bars for
chairs and binding wire) to be under item rates.

29. Back filling is to be done on outsides of the masonry wall excavated or


imported earth, free from all foreign matter, boulders etc. in 200mm
thick layers well watered and consolidated upto top most level of tank
pit.

30. The Exact number of chambers & covers for manholes required as per
site conditions are to be constructed / provided. Additional manhole
covers apart from shown (2 Nos) in the drawings shall be paid
separately. Under item rate.

IV. IN BRICK MASONRY PIT WITH RCC MAT RAFT & BLOCKS UNDER
DRIVEWAY INCLUDING RCC TOP SLAB AS PER DRG.:

1. Installation of New/Old tank with or without manhole.

2. Detaching all inside/outside fittings from tank.

Page 37 of 73
Mechanical Specifications

3. Keeping the tank with fittings in safe custody till handing over the
installation to Engineer, Consumer or Dealer.

4. Shifting/rolling of the tank (with fittings) to the place of installation


within the site limit.

5. Clearing the site of installation from any bushes, trees, vegetation or


any other materials laying at site.

6. Earth work in excavation as per drawing. In all types of soils such as


ordinary/ hard soil, kankar, murrum gravels, pebbles, Bajri, stone
boulders big or small, soft rock, mud, asphalted / WBM driveways &
with CC / RCC.

7. Dressing / levelling & consolidation of the tank pit area.

8. Bailing out of water or any other water, if met with, from tank pit area.

9. Shoring shall be done with necessary wooden planks, ballies or steel


Plates.

10. Handling, lowering, aligning and positioning the tank in the pit. The
tank is required to be lowered in the pit with mechanical aids, such as
crane/chain pully, No extra payment shall be made.

11. Testing the tank hydrostatically to a pressure of 0.5Kg/Cm2 including


supply of water, emptying, cleaning the tank .

12. The contractor will thoroughly examine the tank for any dents etc. at
the time of taking over the equipment at the fabrication yard. If any,
dents, puncher damage etc, has taken place on the equipment during
the transportation, the same has to be rectified by the contractor at
free of cost.

13. Cleaning the tank from inside with gunny bags, jute, etc. In case of
old tank the contractor will have to remove the dead stock, sludge,
and store at a place as directed by the Engineer-in-charge, prior to
testing of the tank. The contractor will make the tank gas free as per
the approved procedure under the supervision of the Engineer-in-
charge, prior to taking up the cleaning/repairs to the tank.

14. Scrapping and doping of tank. In case of old tank, the Contractor will
have to scrap the old primer & anti-corrosive paint to the satisfaction
of the Engineer-in-charge by the methods as approved, before
applying the fresh paint, without any extra cost to the Corporation.

Page 38 of 73
Mechanical Specifications

15. Fixing, Corporation supplied, inside and outside dip pipes, gun metal
cap, locking arrangement, including fixing, tightening of bushes &
flanges.

16. Fixing, Corporation supplied inside fill pipes, suction pipe including
fixing/tightening of bushes and flanges and also fixing corporation
supplied outside fill pipe at the decanting point.

17. Fixing of manhole cover plate in position including replacing of 3mm


thick CAF, permanite oil gasket conforming to IS 2712 Gr O/1, nuts,
bolts, washers (approved make), which might have been damaged /
missing. Item also includes facing of manhole flange and cover plate
to be done before fixing. Item includes upto 2 nos. permanite oil
gasket conforming to IS 2712 Gr 0/1.

18. Back filling with the excavated or imported earth free from all foreign
matters, boulders etc. in 200mm thick layers, each layer well watered
and consolidated upto top most level of tank pit.

19. In case of any hard rock (required chiseling/blasting), measurement


shall be taken and payment shall be made under appropriate item
after deducting the value for earthwork excavation.

20. Number of suction points shall be indicated as per the requirement at


site.

21. Providing and laying base cement concrete as per drawing referred
above in the entire area of the pit, including ramming, consolidation,
curing etc.

22. Providing and laying R.C.C. 1:1.5:3 (1 cement : 1.5 coarse sand : 3
crushed graded stone metal of 12 to 20mm nominal size) Mat Raft
complete as per drawing referred above including shuttering centering,
curing, supply of M.S./ TOR/ TMT reinforcement bars including cutting,
bending, positioning and binding with 16 gauge of M.S. binding wire
(This includes the cost of M.S./ TOR/ TMT reinforcement bars, M.S.
bars for chairs and binding wire). Item also includes embedding,
Corporations supplied Anchor bars in R.C.C. mat raft (2 Nos. bars in
each Anchor bolts) as per drawing.

23. Providing and laying cement concrete 1:2:4 (1 cement : 2 coarse sand
: 4 crushed graded stone metal of 12 to 20mm nominal size) pedestals
(4 Nos.) complete as per drawing referred above including shuttering,
centering, curing etc.

Page 39 of 73
Mechanical Specifications

24. Handling, assembling, fixing and tightening of corporation supplied,


holding down bolts, turn buckles after the RCC mat raft is fully set.

25. Providing and laying base cement concrete (as per drawing referred
above) along the periphery of the tank pit, including shuttering,
ramming and curing etc.

26. Providing brick masonry 330mm thick of locally available good quality
bricks as per drawing referred above, in cement mortar (1:5) (1
cement : 5 coarse sand) including curing, providing scaffolding, raking
of joints complete as per drawing.

27. Providing and laying 150mm thick cement concrete (1:2:4) (1 cement
: 2 coarse sand : 4 crushed graded stone metal) coping, continuous all
round over the width of the masonry wall including centering,
shuttering, curing as per drawing.

28. Plastering brick masonry internal wall surfaces in masonry pit with
12mm thick cement mortar (1:3) (1 cement : 3 coarse sand) including
curing, raking of joints irrespective of all lead and lifts.

29. Providing and laying R.C.C. (1:1.5:3) (1 cement : 1.5 coarse sand : 3
crushed graded stone metal of 12 to 20mm nominal size) top slab
325mm thick complete as per drawing referred above including
shuttering, centering, curing, supply of M.S. binding wire (This
includes the cost of M.S./ TOR/ TMT reinforcement bars, M.S. bars for
chairs and binding wire) to be under item rates.

30. Back filling is to be done on outsides of the masonry wall excavated or


imported earth, free from all foreign matter, boulders etc. in 200mm
thick layers well watered and consolidated upto top most level of tank
pit.

31. The Exact number of chambers & covers for manholes required as per
site conditions are to be constructed / provided. Additional manhole
covers apart from shown (2 Nos) in the drawings shall be paid
separately. Under item rate.

v. HANDLING, INSTALLING OF 20 KL TANK ABOVE GROUND ON


EXISTING BRICK / STONE MASONRY CHAIRS.

1. Installation of New/Old tank with or without manhole.

2. Detaching all inside/outside fittings from tank.

Page 40 of 73
Mechanical Specifications

3. Keeping the tank with fittings in safe custody till handing over the
installation to Engineer, Consumer or Dealer.

4. Shifting/rolling of the tank (with fittings) to the place of installation


within the site limit.

5. Providing 50mm thick layer of coarse sand mixed with hot bitumen on
the 380mm wide beds of existing 4 Nos. chairs.

6. Handling, hoisting, positioning, aligning, leveling the tank on the


chairs.

7. Testing the tank hydrostatically to a pressure to 0.5 Kg/Cm2 including


supply of water, emptying, cleaning the tank .

8. The contractor will thoroughly examine the tank for any dents etc. at
the time of taking over the equipment at the fabrication yard. If any,
dents, puncher damage etc, has taken place on the equipment, the
same has to be rectified by the contractor at free of cost.

9. Cleaning the tank from inside with gunny bags, jute, etc. In case of old
tank the contractor will have to remove the dead stock, sludge, and
store at a place as directed by the Engineer-in-charge, prior to testing
of the tank. The contractor will make the tank gas free as per the
approved procedure under the supervision of the Engineer-in-charge,
prior to taking up the cleaning/repairs to the tank.

10. Scrapping and painting of the tank outer surface with 2 coats, to a
DFT of 30-35 micron per coat, of red oxide Zinc Phosphate primer and
two coats of Aluminium finish paint to a DFT of 15-20 microns per coat
as per IOC specification. In case of old tank, the Contractor will have
to scrap the old primer & paint before applying the fresh primer &
paint without any extra cost to Corporation. The item also includes
painting 2 Nos. Indian Oil monograms (of required size) and writing
name of product, capacity of tank as per direction of site Engineer.

11. Fixing, Corporation supplied, inside and outside dip pipes, gun metal
cap, locking arrangement, including fixing, tightening of bushes &
flanges.

12. Fixing, Corporation supplied, inside suction pipe including fixing /


tightening of bushes/flanges.

13. Fixing, Corporation supplied, inside fill pipes including fixing/tightening


of bushes, flanges and also fixing, corporation supplied outside fill pipe

Page 41 of 73
Mechanical Specifications

at the decanting point.

14. Fixing of manhole cover plate in position including replacing of 3mm


thick CAF, permanite oil gasket conforming to IS 2712 Gr O/1, nuts,
bolts (approved make), washers, which might have been torn
out/missing. Item also includes facing of manhole flange and cover
plate before fixing.

D. INSTALLATION OF SUPPLIED 50/70 KL TANK AS PER SPECIFIED DRAWINGS


AND AS PER WORK DESCRIPTION:

i. IN EARTH PIT WITH RCC STRIP RAFT AS PER DRG. NO.:

1. Installation of New/Old tank with or without manhole.

2. Detaching all inside/outside fittings from tank.

3. Keeping the tank with fittings in safe custody till handing over the
installation to Engineer, Consumer or Dealer.

4. Shifting/rolling of the tank (with fittings) to the place of installation


within the site limit.

5. Clearing the site of installation from any bushes, vegetation or any


other materials lying at site.

6. Earth work in excavation is to be done as per drawing. In all types of


soils such as ordinary/ hard soil, kankar, murrum gravels, pebbles,
Bajri, stone Boulders big or small, soft rock, mud, asphalted/ WBM
driveways & with CC/ RCC.

7. Dressing / leveling & consolidation of the tank pit area.

8. Bailing out of water or any other water, if met with, from tank pit area.

9. Shoring shall be done with necessary wooden planks, ballies or steel


plates.

10. Spreading clean coarse dry sand under the tank over the entire area of
the tank upto a consolidated depth as per drawing.

11. Handling, lowering, aligning and positioning the tank in the pit. The
tank is required to be lowered in the pit with mechanical aids, such as
crane/chain pully, No extra payment shall be made.

12. Testing the tank hydrostatically to a pressure of 0.5 Kg/Cm2 including


supply of water, emptying, cleaning the tank .

13. The contractor will thoroughly examine the tank for any dents etc. at

Page 42 of 73
Mechanical Specifications

the time of taking over the equipment at the fabrication yard. If any,
dents, puncher damage etc, has taken place on the equipment during
the transportation, the same has to be rectified by the contractor at
free of cost.

14. Cleaning the tank from inside with gunny bags, jute, etc. In case of old
tank the contractor will have to remove the dead stock, sludge, and
store at a place as directed by the Engineer-in-charge, prior to testing
of the tank. The contractor will make the tank gas free as per the
approved procedure under the supervision of the Engineer-in-charge,
prior to taking up the cleaning/repairs to the tank.

15. Scrapping and doping of tank. In case of old tank, the Contractor will
have to scrap the old primer & anti-corrosive paint to the satisfaction
of the Engineer-in-charge by the methods as approved, before
applying the fresh paint, without any extra cost to the Corporation.

16. Fixing, Corporation supplied, inside and outside dip pipes, gun metal
cap, locking arrangement, including fixing/tightening of bushes &
flanges.

17. Fixing, Corporation supplied, inside fill pipes, suction pipe including
fixing/tightening of bushes and flanges and also fixing corporation
supplied outside fill pipe at the decanting point.

18. Fixing of manhole cover plate in position including replacing of 3mm


thick permanite packing gasket, nuts, bolts, washers (approved make),
which might have been damaged/missing. Item also includes facing of
manhole flange and cover plate to be done before fixing. Item includes
upto 2 nos. permanite oil gasket conforming to IS 2712 Gr 0/1.

19. Filling with clean dry coarse sand inside the tank pit is to be done and
unwanted/debris are to be transported beyond municipal limits or un-
objected place for disposal as directed by Site Engineer.

20. Providing and laying R.C.C. blocks 1:1.5:3 (1 cement : 1.5 coarse sand
: 3 crushed graded stone metal of 12 to 20mm nominal size) complete
as per drawing referred above, including shuttering centering, curing,
supply for MS/ TOR/ TMT reinforcement, cutting, bending poisoning
and binding with 16 gauge of MS binding wire (This includes the cost
of M.S. reinforcement and binding wire). Item also includes embedding
Corporation supplied Anchor bars in R.C.C. block (2 Nos. bars in each
block) as per drawing.

Page 43 of 73
Mechanical Specifications

21. Handling, assembling fixing & tightening of Corporation supplied


holding down bolts turn buckles after RCC blocks are fully set.

22. Providing Brick/ Stone Masonry kerb wall around tank as per site
requirement for which payment shall be made under item rate
separately.

23. In case of any hard rock (required chiseling/blasting), measurement


shall be taken and payment shall be made under appropriate item
after deducting the value for earthwork excavation.

24. Number of suction points shall be indicated as per the requirement at


site.

ii. IN EARTH PIT WITH RCC MATT RAFT AS PER DRG.:

1. Installation of New/Old tank with or without manhole.

2. Detaching all inside/outside fittings from tank.

3. Keeping the tank with fittings in safe custody till handing over the
installation to Engineer, Consumer or Dealer.

4. Shifting/rolling of the tank (with fittings) to the place of installation


within the site limit.

5. Clearing the site of installation from any bushes, vegetation or any


other materials lying at site.

6. Earth work in excavation is to be done as per drawing. In all types of


soils such as ordinary/ hard soil, kankar, murrum gravels, pebbles,
Bajri, stone Boulders big or small, soft rock, mud, asphalted/ WBM
driveways & with CC/ RCC.

7. Dressing / leveling & consolidation of the tank pit area.

8. Bailing out of water or any other water, if met with, from tank pit area.

9. Shoring shall be done with necessary wooden planks, ballies or steel


plates.

10. Handling, lowering, aligning and positioning the tank in the pit. The
tank is required to be lowered in the pit with mechanical aids, such as
crane/chain pully, No extra payment shall be made.

11. Testing the tank hydrostatically to a pressure of 0.5 Kg/Cm2 including


supply of water, emptying, cleaning the tank .

12. The contractor will thoroughly examine the tank for any dents etc. at

Page 44 of 73
Mechanical Specifications

the time of taking over the equipment at the fabrication yard. If any,
dents, puncher damage etc, has taken place on the equipment during
the transportation, the same has to be rectified by the contractor at
free of cost.

13. Cleaning the tank from inside with gunny bags, jute, etc. In case of old
tank the contractor will have to remove the dead stock, sludge, and
store at a place as directed by the Engineer-in-charge, prior to testing
of the tank. The contractor will make the tank gas free as per the
approved procedure under the supervision of the Engineer-in-charge,
prior to taking up the cleaning/repairs to the tank.

14. Scrapping and doping of tank. In case of old tank, the Contractor will
have to scrap the old primer & anti-corrosive paint to the satisfaction
of the Engineer-in-charge by the methods as approved, before
applying the fresh paint, without any extra cost to the Corporation.

15. Fixing, Corporation supplied, inside and outside dip pipes, gun metal
cap, locking arrangement, including fixing/tightening of bushes &
flanges.

16. Fixing, Corporation supplied, inside fill pipes, suction pipe including
fixing/tightening of bushes and flanges and also fixing corporation
supplied outside fill pipe at the decanting point.

17. Fixing of manhole cover plate in position including replacing of 3mm


thick permanite packing gasket, nuts, bolts, washers (approved make),
which might have been damaged/missing. Item also includes facing of
manhole flange and cover plate to be done before fixing. Item includes
upto 2 nos. permanite oil gasket conforming to IS 2712 Gr 0/1.

18. Filling with clean dry coarse sand inside the tank pit is to be done and
unwanted/debris are to be transported beyond municipal limits or un-
objected place for disposal as directed by Site Engineer.

19. Providing Brick/ Stone Masonry kerb wall around tank as per site
requirement for which payment shall be made under item rate
separately.

20. In case of any hard rock (required chiseling/blasting), measurement


shall be taken and payment shall be made under appropriate item
after deducting the value for earthwork excavation.

21. Number of suction points shall be indicated as per the requirement at

Page 45 of 73
Mechanical Specifications

site.

22. Providing and laying base cement concrete as per drawing referred
above in the entire are of the pit including ramming, consolidation,
curing etc.

23. Providing and laying R.C.C. 1:2:4 (1 cement : 2 coarse sand : 4


crushed graded stone metal of 12 to 20mm nominal size) Mat. Raft
complete as per drawing referred above including shuttering,
centering, curing, supply of MS/ TOR/ TMT reinforcement bars with 16
gauge of M.S. binding wire (This includes the cost of MS/ TOR/ TMT
reinforcement, M.S. bars for chairs and binding wire). Item also
includes embedding, Corporations supplied, Anchor bars in R.C.C. mat
raft. (2 Nos. bars in each Anchor bolts).

24. Providing and laying cement concrete 1:2:4 (1 cement : 2 coarse sand
: 4 crushed graded stone metal of 12 to 20mm nominal size) pedestals
(4 Nos.) complete as per drawing referred above including shuttering,
centering, curing etc.

25. Handling, assembling, fixing and tightening of corporation supplied,


holding down bolts, turn buckles after the RCC mat raft is fully set.

iii. IN BRICK MASONRY PIT WITH RCC STRIP RAFT & BLOCKS UNDER
DRIVEWAY INCLUDING RCC TOP SLAB AS PER DRG.:

1. Installation of New/Old tank with or without manhole.

2. Detaching all inside/outside fittings from tank.

3. Keeping the tank with fittings in safe custody till handing over the
installation to Engineer, Consumer or Dealer.

4. Shifting/rolling of the tank (with fittings) to the place of installation


within the site limit.

5. Clearing the site of installation from any bushes, vegetation or any


other materials lying at site.

6. Earth work in excavation is to be done as per drawing. In all types of


soils such as ordinary/ hard soil, kankar, murrum gravels, pebbles,
Bajri, stone Boulders big or small, soft rock, mud, asphalted/ WBM
driveways & with CC/ RCC.

7. Dressing / leveling & consolidation of the tank pit area.

8. Bailing out of water or any other water, if met with, from tank pit area.

Page 46 of 73
Mechanical Specifications

9. Shoring shall be done with necessary wooden planks, ballies or steel


plates.

10. Spreading clean coarse dry sand under the tank over the entire area of
the tank upto a consolidated depth as per drawing.

11. Handling, lowering, aligning and positioning the tank in the pit. The
tank is required to be lowered in the pit with mechanical aids, such as
crane/chain pully, No extra payment shall be made.

12. Testing the tank hydrostatically to a pressure of 0.5Kg/Cm2 including


supply of water, emptying, cleaning the tank .

13. The contractor will thoroughly examine the tank for any dents etc. at
the time of taking over the equipment at the fabrication yard. If any,
dents, puncher damage etc, has taken place on the equipment during
the transportation, the same has to be rectified by the contractor at
free of cost.

14. Cleaning the tank from inside with gunny bags, jute, etc. In case of old
tank the contractor will have to remove the dead stock, sludge, and
store at a place as directed by the Engineer-in-charge, prior to testing
of the tank. The contractor will make the tank gas free as per the
approved procedure under the supervision of the Engineer-in-charge,
prior to taking up the cleaning/repairs to the tank.

15. Scrapping and doping of tank. In case of old tank, the Contractor will
have to scrap the old primer & anti-corrosive paint to the satisfaction
of the Engineer-in-charge by the methods as approved, before
applying the fresh paint, without any extra cost to the Corporation.

16. Fixing, Corporation supplied, inside and outside dip pipes, gun metal
cap, locking arrangement, including fixing/tightening of bushes &
flanges.

17. Fixing, Corporation supplied, inside fill pipes, suction pipe including
fixing/tightening of bushes and flanges and also fixing corporation
supplied outside fill pipe at the decanting point.

18. Fixing of manhole cover plate in position including replacing of 3mm


thick permanite packing gasket, nuts, bolts, washers (approved make),
which might have been damaged/missing. Item also includes facing of
manhole flange and cover plate to be done before fixing. Item includes
upto 2 nos. permanite oil gasket conforming to IS 2712 Gr 0/1.

Page 47 of 73
Mechanical Specifications

19. Filling with clean dry coarse sand inside the tank pit is to be done and
unwanted/debris are to be transported beyond municipal limits or un-
objected place for disposal as directed by Site Engineer.

20. Providing and laying R.C.C. blocks 1:1.5:3 (1 cement : 1.5 coarse sand
: 3 crushed graded stone metal of 12 to 20mm nominal size) complete
as per drawing referred above, including shuttering centering, curing,
supply for MS/ TOR/ TMT reinforcement, cutting, bending poisoning
and binding with 16 gauge of MS binding wire (This includes the cost
of M.S. reinforcement and binding wire). Item also includes embedding
Corporation supplied Anchor bars in R.C.C. block (2 Nos. bars in each
block) as per drawing.

21. Assembling fixing & tightening of Corporation supplied holding down


bolts turn buckles after RCC blocks are fully set.

22. In case of any hard rock (required chiseling/blasting), measurement


shall be taken and payment shall be made under appropriate item
after deducting the value for earthwork excavation.

23. Number of suction points shall be indicated as per the requirement at


site.

24. Providing and laying base cement concrete (as per drawing referred
above) along the periphery of the tank pit, including shuttering,
ramming and curing etc.

25. Providing brick masonry 330mm thick of locally available good quality
bricks (50 class bricks) as per drawing referred above, in cement
mortar (1:5) (1 cement : 5 coarse sand) including curing, providing
scaffolding, raking of joints complete as per drawing.

26. Providing and laying 150mm thick cement concrete (1:2:4) (1 cement
: 2 coarse sand : 4 crushed graded stone metal) coping, continuous
alround over the width of the masonry wall including centering,
shuttering, curing as per drawing.

27. Plastering brick masonry internal wall surfaces in masonry pit with
12mm thick cement mortar (1:3) (1 cement : 3 coarse sand) including
curing, raking of joints irrespective of all lead and lifts.

28. Providing and laying R.C.C. (1:1:3) (1 cement : 1 coarse sand : 3


crushed graded stone metal of 12 to 20mm nominal size) top slab
350mm thick complete as per drawing referred above including

Page 48 of 73
Mechanical Specifications

shuttering centering, curing, supply of M.S / TOR / TMT reinforcement


including cutting, bending, positioning and binding with 16 gauge of
M.S. binding wire (This includes the cost of M.S. Reinforcement and
binding wire) to be paid under item rates.

29. Back filling is to be done on outsides of the masonry wall excavated or


imported earth free from all foreign matter, boulders etc. in 200mm
thick layers well watered and consolidated upto top most level of tank
pit.

30. The Exact number of chambers & covers for manholes required as per
site conditions are to be constructed/ provided. Additional manhole
covers apart from shown (2 Nos.) in the drawings shall be paid
separately. Under item rate.

iv. IN BRICK MASONRY PIT WITH RCC MATT RAFT & BLOCKS UNDER
DRIVEWAY INCLUDING RCC TOP SLAB AS PER DRG. NO.:

1. Installation of New/Old tank with or without manhole.

2. Detaching all inside/outside fittings from tank.

3. Keeping the tank with fittings in safe custody till handing over the
installation to Engineer, Consumer or Dealer.

4. Shifting/rolling of the tank (with fittings) to the place of installation


within the site limit.

5. Clearing the site of installation from any bushes, vegetation or any


other materials lying at site.

6. Earth work in excavation is to be done as per drawing. In all types of


soils such as ordinary/ hard soil, kankar, murrum gravels, pebbles,
Bajri, stone Boulders big or small, soft rock, mud, asphalted/ WBM
driveways & with CC/ RCC.

7. Dressing / leveling & consolidation of the tank pit area.

8. Bailing out of water or any other water, if met with, from tank pit area.

9. Shoring shall be done with necessary wooden planks, ballies or steel


plates.

10. Handling, lowering, aligning and positioning the tank in the pit. The
tank is required to be lowered in the pit with mechanical aids, such as
crane/chain pully, No extra payment shall be made.

Page 49 of 73
Mechanical Specifications

11. Testing the tank hydrostatically to a pressure of 0.5 Kg/Cm2 including


supply of water, emptying, cleaning the tank .

12. The contractor will thoroughly examine the tank for any dents etc. at
the time of taking over the equipment at the fabrication yard. If any,
dents, puncher damage etc, has taken place on the equipment during
the transportation, the same has to be rectified by the contractor at
free of cost.

13. Cleaning the tank from inside with gunny bags, jute, etc. In case of old
tank the contractor will have to remove the dead stock, sludge, and
store at a place as directed by the Engineer-in-charge, prior to testing
of the tank. The contractor will make the tank gas free as per the
approved procedure under the supervision of the Engineer-in-charge,
prior to taking up the cleaning/repairs to the tank.

14. Scrapping and doping of tank. In case of old tank, the Contractor will
have to scrap the old primer & anti-corrosive paint to the satisfaction
of the Engineer-in-charge by the methods as approved, before
applying the fresh paint, without any extra cost to the Corporation.

15. Fixing, Corporation supplied, inside and outside dip pipes, gun metal
cap, locking arrangement, including fixing/tightening of bushes &
flanges.

16. Fixing, Corporation supplied, inside fill pipes, suction pipe including
fixing/tightening of bushes and flanges and also fixing corporation
supplied outside fill pipe at the decanting point.

17. Fixing of manhole cover plate in position including replacing of 3mm


thick permanite packing gasket, nuts, bolts, washers (approved make),
which might have been damaged/missing. Item also includes facing of
manhole flange and cover plate to be done before fixing. Item includes
upto 2 nos. permanite oil gasket conforming to IS 2712 Gr 0/1.

18. Filling with clean dry coarse sand inside the tank pit is to be done and
unwanted/debris are to be transported beyond municipal limits or un-
objected place for disposal as directed by Site Engineer.

19. Providing Brick Masonry 230 mm wide of locally available good quality
approved bricks in cement motor 1:5 (1 : cement : 5 coarse sand ) for
kerbing around tank with leveling course in P.C.C. 1:4:8 and plastering
12 mm thick with cement motor 1:4 (1 : cement : 4 coarse sand ) as
per drawing referred above including curing irrespective of all lead and

Page 50 of 73
Mechanical Specifications

lifts.

20. In case of any hard rock (required chiseling/blasting), measurement


shall be taken and payment shall be made under appropriate item
after deducting the value for earthwork excavation.

21. Number of suction points shall be indicated as per the requirement at


site.

22. Providing and laying base cement concrete as per drawing referred
above in the entire are of the pit including ramming, consolidation,
curing etc.

23. Providing and laying R.C.C. 1:2:4 (1 cement : 2 coarse sand : 4


crushed graded stone metal of 12 to 20mm nominal size) Mat. Raft
complete as per drawing referred above including shuttering,
centering, curing, supply of MS/ TOR/ TMT reinforcement bars with 16
gauge of M.S. binding wire (This includes the cost of MS/ TOR/ TMT
reinforcement, M.S. bars for chairs and binding wire). Item also
includes embedding, Corporations supplied, Anchor bars in R.C.C. mat
raft. (2 Nos. bars in each Anchor bolts).

24. Providing and laying cement concrete 1:2:4 (1 cement : 2 coarse sand
: 4 crushed graded stone metal of 12 to 20mm nominal size) pedestals
(4 Nos.) complete as per drawing referred above including shuttering,
centering, curing etc.

25. Handling, assembling, fixing and tightening of corporation supplied,


holding down bolts, turn buckles after the RCC mat raft is fully set.

26. Providing and laying base cement concrete (as per drawing referred
above) along the periphery of the tank pit, including shuttering,
ramming and curing etc.

27. Providing brick masonry 330mm thick of locally available good quality
bricks (50 class bricks) as per drawing referred above, in cement
mortar (1:5) (1 cement : 5 coarse sand) including curing, providing
scaffolding, raking of joints complete as per drawing.

28. Providing and laying 150mm thick cement concrete (1:2:4) (1 cement
: 2 coarse sand : 4 crushed graded stone metal) coping, continuous
alround over the width of the masonry wall including centering,
shuttering, curing as per drawing.

29. Plastering brick masonry internal wall surfaces in masonry pit with

Page 51 of 73
Mechanical Specifications

12mm thick cement mortar (1:3) (1 cement : 3 coarse sand) including


curing, raking of joints irrespective of all lead and lifts.

30. Providing and laying R.C.C. (1:1:3) (1 cement : 1 coarse sand : 3


crushed graded stone metal of 12 to 20mm nominal size) top slab
350mm thick complete as per drawing referred above including
shuttering centering, curing, supply of M.S / TOR / TMT reinforcement
including cutting, bending, positioning and binding with 16 gauge of
M.S. binding wire (This includes the cost of M.S. Reinforcement and
binding wire) to be paid under item rates.

31. Back filling is to be done on outsides of the masonry wall excavated or


imported earth free from all foreign matter, boulders etc. in 200mm
thick layers well watered and consolidated upto top most level of tank
pit.

32. The Exact number of chambers & covers for manholes required as per
site conditions are to be constructed/ provided. Additional manhole
covers apart from shown (2 Nos.) in the drawings shall be paid
separately. Under item rate.

v. HANDLING, INSTALLING OF 50/70 KL TANK ABOVE GROUND ON


EXISTING BRICK/ STONE MASONRY CHAIRS AS PER DRG. NO.
ENG/326-1/2 & 2/2:

1. Installation of New/Old tank with or without manhole.

2. Detaching all inside/outside fittings from tank.

3. Keeping the tank with fittings in safe custody till handing over the
installation to Engineer, Consumer or Dealer.

4. Shifting/rolling of the tank (with fittings) to the place of installation


within the site limit.

5. Providing 50mm thick layer of coarse sand mixed with hot bitumen on
the 380mm wide beds of exiting 4 Nos. chairs.

6. Handling, hoisting, positioning, aligning and levelling the tank on the


chairs.

7. Testing the tank hydrostatically to a pressure to 0.5 Kg/Cm2 including


supply of water, emptying, cleaning the tank .

8. The contractor will thoroughly examine the tank for any dents etc. at
the time of taking over the equipment at the fabrication yard. If any,

Page 52 of 73
Mechanical Specifications

dents, puncher damage etc, has taken place on the equipment, the
same has to be rectified by the contractor at free of cost.

9. Cleaning the tank from inside with gunny bags, jute, etc. In case of old
tank the contractor will have to remove the dead stock, sludge, and
store at a place as directed by the Engineer-in-charge, prior to testing
of the tank. The contractor will make the tank gas free as per the
approved procedure under the supervision of the Engineer-in-charge,
prior to taking up the cleaning/repairs to the tank.

10. Scrapping and painting of the tank outer surface with 2 coats, to a
DFT of 30-35 micron per coat, of red oxide Zinc Phosphate primer and
two coats of synthetic Aluminium finish paint to a DFT of 15-20
microns per coat as per IOC specification. In case of old tank, the
Contractor will have to scrap the old primer & paint before applying
the fresh primer & paint without any extra cost to Corporation. The
item also includes painting 2 Nos. Indian Oil monograms (of required
size) and writing name of product, capacity of tank as per direction of
site Engineer.

11. Fixing, Corporation supplied, inside and outside dip pipes, gun metal
cap, locking arrangement, including fixing, tightening of bushes &
flanges.

12. Fixing, Corporation supplied, inside suction pipe including fixing/


tightening of bushes/flanges.

13. Fixing, Corporation supplied, inside fill pipes including fixing/tightening


of bushes, flanges and also fixing, supplied, outside fill pipe at the
decanting point.

14. Fixing of manhole cover plate in position including replacing of 3mm


thick CAF, permanite oil gasket conforming to IS 2712 Gr O/1, nuts,
bolts (approved make), washers etc, which might have been
damaged/missing. Item also includes facing of manhole flange and
cover plate before fixing.

2.0 HEAVY DUTY MS ERW PIPE (SCREWED) AS PER SPECIFICATION:

i. Supply, fabrication, laying and testing of MS, BLACK, ERW, threaded pipes,
heavy class conforming to IS 1239, PART I as per IOCL specifications including
pipeline fittings like bends, tee etc as required and as directed.

ii. The CONTRACTOR shall supply all piping materials like pipes, fittings, flanges

Page 53 of 73
Mechanical Specifications

(along with gaskets, bolts, nuts), valves, pipe supports, anti corrosive
treatment, paints, etc., as mentioned. Supports shall include all accessories like
U-bolts, clamps, rods etc., and all steel structure required for proper
supporting of the pipe.

iii. Scope of supply shall also include weather hoods for bare pipes crossing
ceilings and walls.

iv. The contractors scope shall also cover excavation in all kinds of soil/ hard/ soft
rock not requiring blasting including necessary scaffolding, shoring and later
back filling with the excavated soil.

v. Any other materials or items required to complete the work shall also be
supplied by the CONTRACTOR at no extra cost to the CORPORATION whether
specifically listed or not.

vi. COATING:

The underground pipeline shall be protected by coating ( brush application )


with 3 coats of SHALIMASTIC (shalismatic HD Thixotropic) or equivalent (as
approved by the Engineer-in-charge), cold applied anti-corrosive treatment for
a total DFT of 600 microns after preparing the surface as per Manufacturer
specification and as directed by the Engineer-in-charge.

vii. PAINTING:

The aboveground pipeline shall be painted with two coats of synthetic enamel
over two coat of specified primer or equivalent (as approved by the Engineer-
in-charge) after preparing the surface as per Manufacturer specification and as
directed by the Engineer-in-charge

viii. The pipe line laid shall be tested hydrostatically to a pressure of 7 Kg/cm2.

3 HEAVY DUTY MS BLACK PIPE (WELDED) AS PER SPECIFICATION:

i. Supply, fabrication, laying and testing of MS black, welded, heavy class pipes
conforming to IS 1239 and as per IOCL specifications including pipeline fittings
like bends, tee etc as required and as and 2 coats of synthetic enamel /
aluminium finish paint as per IOCL specs.

ii. The CONTRACTOR shall supply all piping materials like pipes, fittings, flanges
(along with gaskets, bolts, nuts), valves, pipe supports, anti corrosive
treatment, paints, etc., as mentioned. Supports shall include all accessories like
U-bolts, clamps, rods etc., and all steel structure required for proper

Page 54 of 73
Mechanical Specifications

supporting of the pipe.

iii. Scope of supply shall also include weather hoods for bare pipes crossing
ceilings and walls.

iv. The contractors scope shall also cover excavation in all kinds of soil/ hard/ soft
rock not requiring blasting including necessary scaffolding, shoring and later
back filling with the excavated soil.

v. Any other materials or items required to complete the work shall also be
supplied by the CONTRACTOR at no extra cost to the CORPORATION whether
specifically listed or not.

vi. COATING:

The underground pipeline shall be protected by coating ( brush application )


with 3 coats of SHALIMASTIC (shalismatic HD Thixotropic) or equivalent (as
approved by the Engineer-in-charge), cold applied anti-corrosive treatment for
a total DFT of 600 microns after preparing the surface as per Manufacturer
specification and as directed by the Engineer-in-charge.

vii. PAINTING:

The aboveground pipeline shall be painted with two coats of synthetic enamel
over two coat of specified primer or equivalent (as approved by the Engineer-
in-charge) after preparing the surface as per Manufacturer specification and as
directed by the Engineer-in-charge

The pipe line laid shall be tested hydrostatically to a pressure of 7 Kg/cm2

4.0 CORPORATION SUPPLIED PIPELINE:

i. Laying pipeline in trenches excavated in the required alignment along with


fittings and making all connections including those at tank and pumps by
welding as per API 5L and table 4 and with threaded connections at swing
joints at all bends. Union/flanged joints are to be provided after the check
valve. The suction pipe from tank to pump shall be laid sloping towards the
tank. The joints are to be made leak proof by using jointing materials like
litharge, glycerin, shellac, hold tight etc.

ii. Cleaning and scrapping, with wire brushes & abrasives, the outside surface of
the pipeline.

iii. The rate includes excavation for trenches for the above work.

Page 55 of 73
Mechanical Specifications

iv. The pipe line laid shall be tested hydrostatically to a pressure of 7 Kg/cm2.

v. COATING:

The underground pipeline shall be protected by coating ( brush application )


with 3 coats of SHALIMASTIC (shalismatic HD Thixotropic) or equivalent (as
approved by the Engineer-in-charge), cold applied anti-corrosive treatment for
a total DFT of 600 microns after preparing the surface as per Manufacturer
specification and as directed by the Engineer-in-charge.

vi. PAINTING:

The aboveground pipeline shall be painted with two coats of synthetic enamel
over two coat of specified primer or equivalent (as approved by the Engineer-
in-charge) after preparing the surface as per Manufacturer specification and as
directed by the Engineer-in-charge

5.0 SUPPLYING, WELDING, PAINTING MS FORGED BUTT WELD FITTINGS-


BENDS, REDUCERS ETC.

Supplying, handling, welding, doping/ painting (as per relevant item specifications) of
MS C Class/ Schedule 40, Forged bends, reducers of required size. However the
minimum wall thickness shall be as under:

S. No. Size (bend, Reducer-higher dia) in mm Wall thickness in mm

01 40mm 3.60mm

02 50mm 3.90mm

03 65mm 5.10mm

04 80mm 5.40mm

05 100mm 6.00mm

06 150mm 6.30mm

In case 45 degree bends are required, 2 No. 45 degree bends will be taken as 1 No. 90
degree bend for the purpose of payment.

Measurement

The measurement will be done as each no.

Note: The specification for Fabrication, Welding, Electrode - as mention in Item for
welded pipelines

Page 56 of 73
Mechanical Specifications

6.0 SUPPLYING & WELDING MS SLIPPON FLANGES

Supply & welding slip-on flanges conforming to IS2062 GrA, ANSI B16.5,
Class#150 with 3 runs of weld outside and one run of weld inside the
flanges as per specifications and standard Drg. enclosed here in AS PER DRG
NO.ENG/425 M

Supplying of steel flanges class 150 as per IOC drawing, including transportation of the
same to the work site. Material for SORF/ BLRF flanges to conform to ASTM A-105
classs 150 for sizes upto 300mm. Flanges shall conform to ASME B16.5.

All flanges shall have raised serrated faces finished to 125 AARH. The bore of SORF
Flanges shall match the OD of the attached pipe. The rate includes all cost for
delivering the flanges at site

A. Slip on flanges

B. MS Blind flanges

7.0 MAKING FLANGED JOINTS SLIP ON & BLIND FLANGES etc. including providing/
supplying 3 mm thick CAF , permanite oil confirming to IS 2712 Gr 0/1 gasket, nuts,
bolts, bonding with 3 mm dia copper wire etc. complete as per IOCL specifications.

8.0 SUPPLY, WELDING OF BLIND FLANGES conforming to IS 2062, Gr A, ANSI B 16.5,


Class 150 as per specs

Supplying of steel flanges class 150 as per IOC drawing, including transportation of the
same to the work site. Material for SORF/ BLRF flanges to conform to ASTM A-105
classs 150 for sizes upto 300mm. Flanges shall conform to ASME B16.5.

All flanges shall have raised serrated faces finished to 125 AARH. The bore of SORF
Flanges shall match the OD of the attached pipe. The rate includes all cost for
delivering the flanges at site

A. Slip on flanges

B. MS Blind flanges

9.0 Supplying and fixing basket strainers of the SIZES 200MM, 150 MM & 100 MM
DIA suitable for flow rate of 1200 lpm (max) for line size 100NB and 2400 LPM for 150
NB and above. The design pressure shall be 15 kg/sq.cm. and the mesh shall be of SS
material. Rate includes making flange connections at both ends and painting to the
required colour coding.

Page 57 of 73
Mechanical Specifications

10.0 S&I OF CLASS 150 FLANGED CS BALL VALVE- S/I CLASS150 FLANGED CS
BALLVALVE 80MM

Supplying CS Gate / Ball Valve as per the following specifications.

CAST STEEL GATE VALVES (BS 1414 1991):

Rating : 150 class as per ANSI B 16.34

Ends : Flanged RF conc. Serrated , 150 class

Body Bonnet : ASTM A 216 gr WCB

Trim : 13 % Cr steel

Disc : Solid welded for gate valves

Swing type for check valves

BALL VALVE (BS 5351 1991):

Rating : 150 class as per ANSI B 16.34

Ends : Flanged RF conc. Serrated, 150 class

Body Bonnet : ASTM A 216 gr WCB

Ball : SS 304

Seats & Seals : 25 % glass reinforced PTFE

Port : Reduced port

Antistatic device : Required

Fire safe design : Required

Operation : Lever FM sizes d 100 mm

Gear FM sizes t 150 mm

11.0 HANDLING, ALIGNING & FIXING OF SUPPLIED FLANGED FITTINGS : GATE


VALVE / CHECK VALVE

Handling, aligning & fixing corporation supplied gate valve / check valve / box strainer
etc. in pipeline sections including jointing with specified. Item also includes supplying &
fixing necessary gasket 3mm thick CAF, PERMANITE OIL conforming to IS 2712 Gr
O/1, approved Make nuts & bolts, washers etc.

12.0 PROVIDING MS CAPS (THREADED) AS PER REQUIRED SIZE

To supply & fix the above mentioned item as per relevant drawings, specification and
approval of site in-charge. The item includes fixing of the same on tanks with all

Page 58 of 73
Mechanical Specifications

material complete. Steel caps as per Drawing.

Measurement

The measurement will be done as each no.

13.0 PROVIDING MS BUSHES, NIPPLES, UNIONS, TEE & ELBOW AS PER


REQUIRED SIZE

Supply & fixing welded/ screwed above mentioned items as per relevant specification
and approval of site in-charge . The item includes fixing of the same on tanks with all
material complete.

The material shall be mild steel.

Measurement

The measurement will be done as each no.

14.0 PROVIDING ALUMINIUM CAM LOCK COUPLING (THREADED) AS PER


REQUIRED SIZE

To supply & fix the above mentioned item (male/female type) as per relevant
drawings, specification and approval of site in-charge. The item includes fixing of the
same on tanks with all material complete.

Measurement

The measurement will be done as each no.

15.0 PROVIDING LOCKING ARRANGEMENT FOR FILL & DIP PIPES AS PER DRG
NO.ENG/303-1/2 INCLUDING THE FOLLOWING ITEMS OF WORKS:

With clamp and lock (Approved Make) 7 Lever 50mm size:

i. Supply of approved make lock.

ii. Providing & fabricating arrangement and fixing with nut, bolt or welded to the
fill and dip pipe.

iii. Supplying and fixing in locking-clamp approved Make (or) equivalent approved
make pad-lock of size 50mm with duplicate keys.

16.0 PERMANITE OIL PACKING 600 MM DIA 3MM THICK FOR TANK MANHOLE

Permanite oil packing 600 mm dia 3mm thick for tank manhole conforming to BS
1832/58

17.0 PROVIDING FOLLOWING FITTINGS AS PER REQUIRED SIZE:

To supply & fix the below mentioned item as per relevant drawings, specification and

Page 59 of 73
Mechanical Specifications

approval of site in-charge. The item includes fixing of the same on tanks with all
material complete.

i. Aluminium & Brass dip rod as per Drg No. ENG/303-2/2 for 15/20 KL tank &
Drg. No. ENG/320-2/2 for 50/70 KL tank.

ii. Vent hood as per Drg No. 333-4/4.

iii. Vent hood jali made out of SS Wire 32 SWG 11 mesh per linier cm. Fixing shall
be as per drg no: ENG/333-4/4

Measurement

The measurement will be done as each no.

18.0 SUPPLYING AND PROVIDING M.S. IS 1239, HEAVY pipe of suitable length for
exhaust arrangement for diesel engine including clamping & insulating the exhaust
pipe with asbestos rope etc.

19.0 SUPPLYING AND FIXING PRESSURE/ COMPOSITE GAUGE 0-15 KG/SQ.CM


RATING OF I.S. APPROVED MAKE:

Providing and fixing pressure gauge composite gauge 0-15 Kg/cm2 rating on pipeline.
Item also includes providing, fixing and welding socket in pipeline and providing and
fixing 12mm dia GM isolator valve complete as directed by Engineer.

20.0 Supply and fixing of Silica Gel trap assembly dia made of acrylic / glass tube
with silica gel as per standard drawings enclosed.

21.0 Handling and installation of IOCL supplied flow meter as per manufacturers
instructions including fixing supplied valves, providing 80mm dia . 2 Nos
pipe supports with suitable clamps, straps, nuts, bolts, washers and 6mm
thick base plate, G.I. Sheet box with cover (16 SWG) including providing
window glass on the box cover, locking arrangement, etc. complete as per
instructions and detailed specifications complete

Unpacking, handling, assembling, aligning, installing the Flow meters in pipeline


system including making flanges joint on inlet/outlet ends. The required support for
Flow meters will be provided of brick masonry / angle iron for which, separate payment
will be made under item rate. The job includes testing & commissioning the Flow
meter.

22.0 INSTALLATION OF CORPORATION SUPPLIED DISPENSING PUMP:

a) Un-packing of the dispensing pump from the wooden crate. Wooden crate
shall be the property of the contractor.

Page 60 of 73
Mechanical Specifications

b) Handling and shifting to the pump island and handing over loose items like
nozzles, hose pipe, handles etc. to Engineer, dealer/consumer.

c) Providing and laying CC 1:2:4 (1 cement : 2 coarse sand : 4 crushed stone


metal of 12 to 20mm nominal size) for foundation bolts, including boxing,
supply and fixing of foundation bolts as per Manufacturers requirement or as
directed by Engineer.

d) Aligning and positioning of dispensing pump over CC foundations, supplying


and tightening the nuts with washers.

e) Sand filling in the hollow portion under the dispensing unit.

23.0 SUPPLYING AND INSTALLATION OF APPROVED MAKE AIR COMPRESSOR


SINGLE/ THREE PHASE WITH ACCESSORIES

Air Compressors 2HP, 3HP & 5 HP

This includes supplying and fixing air compressor assembly with delivery pressure of 12
kg/sq cm(g) of approved make, which shall be provided with pressure gauge, high
pressure releasing valve, non- return/ safety/ drain/ delivery valves, automatic cut-off
switch and suitable electrical connections & all standard accessories, including civil
works. A three phase 440V, AC induction motor approved Make shall be coupled with
air compressor. High-pressure valve switch shall be connected to motor control circuit
in starter.

A 440v, 50 Hz AC relevant capacity of approved make DOL starter (direct on line) shall
be connected to motor circuit.

Note: Installation to be carried out as per manufacturers specification, drawings or


as directed by Engineer-in-Charge.

24.0 AIR GAUGE AND INFLATORS:

Supply & installation of Digital tyre inflator which is microprocessor based, automatic
air pressure controller with solenoid controlled nozzle for automatic fill and release
functions. Complete with weather proof cabinet, 3 digit LCD displays with backlight
illuminations i.e. one for actual tyre pressure and another for set pressure. Air filter,
remote controller, cables, PVC hose pipe and working pressure upto 10bar ( Excluding
civil work for foundation, etc.)

Supply & installation of Mechanical tyre inflator with working pressure in the range of 0
to 10 psi including all necessary works, fittings, accessories etc.

26.0 HOSE ASSEMBLY:

Supplying and fixing of hose (6mm ID) assembly for Mechanical Air tower.

Page 61 of 73
Mechanical Specifications

27.0 BRAIDED RUBBER HOSE

Supplying & fixing braided rubber hose of approved make suitable for oil installation.
The pipe should have continuity for earthing etc. as per the specification.

28.0 TRANSPORTATION OF EQUIPMENT INCLUDING LOADING & UNLOADING


FROM ONE LOCATION TO ANOTHER INCLUDING ENROUTE ALL TAXES, LEVIS
AND UNLOADING, BY A SUITABLE VEHICLE EXCLUSIVELY FOR THIS
PURPOSE:

The above item includes the following item of works:

1. Handling, loading, unloading and transportation of 10/ 15/ 20/ 50/ 70 KL Tank
with fittings dispensing pump, air compressor, other pumps and engineering
materials from one location to another under the jurisdiction of Delhi State
Office.

2. The dispensing pump/air compressor/ all the pumps shall be transported on


lumpsum basis.

3. The payment for transportation shall be made only on production of issue


note, invoice and builty by the contractor employed.

4. For loading/ unloading the tank with chain pulley, block, or any other
mechanical method, staging, ramps etc. no extra payment shall be made

5. For loading/ unloading the pump, compressor etc. with chain pulley, block, or
any other mechanical method, staging, ramps etc. or manual means no extra
payment shall be made

6. Extra payment shall be made for loading/ unloading pump, compressor etc. in
case a suitable vehicle/ crane is employed specially for this purpose. The
payment for the same shall be reimbursed only on production of receipt. The
same is already included in the item specified in the schedule of rates.

7. Octroi if paid, shall be reimbursed on production of receipt.

8. Contractor shall be responsible for any damages and losses during loading /
unloading and transporting of material. If the materials are required to be
insured for Transit Insurance the actual expenses so incurred shall be borne
by the Contractor.

9. Contractors may be asked to pack the materials and in that event, packing
charges shall be paid extra on mutually agreed rates.

10. The item includes taking delivery of material from the prescribed location,
transporting and delivery of the same at destination as per the instruction of

Page 62 of 73
Mechanical Specifications

11. The payment shall be made on the basis of shortest distance between two
locations and the kilometerage shall be given on the basis of Corporation
working and the contractor shall be bound by the same.

12. Payment shall be made on production of MRN only, along with bills.

13. The transportation of IOC material will be done by the vehicle exclusively for
IOC job and no other material of any outside party will be loaded in the
vehicle.

29.0 HYDROSTATIC TESTING OF MS PIPELINE INCLUDING CLEANING,


SCRAPPING ETC. COMPLETE:

1. Exposing the underground pipeline from all sides by excavating the pipeline
trench up to required depth and back filling the same after the testing of
pipeline or doping is complete.

2. Item includes costs for rent for hydraulic pump, supply of water for testing,
etc.

3. Filling water in the pipeline.

4. Removal of product from pipeline to be tested in the barrels, flushing etc.,


before undertaking testing.

5. Testing pipeline at 10.5 Kg/sq.cm, keeping it for 6 hours and rectifying the
leakage if any.

6. Removal of water & its disposal outside the RO/CP.

7. Item includes cleaning and scrapping the pipeline complete

30.0 HYDROSTATIC TESTING OF 10/15/20/50/70 KL TANK:

Testing the tank hydro-statically with sweet water, to a pressure of


0.5Kg/Sq.cm. (Testing includes supplying, filling and emptying out the
water after testing) cleaning the internal surface of the tank etc. complete

1. Removal of product (dead stock) if any / or sludge etc., by manual labour.

2. Opening the tank & making it gas free.

3. Supply of water and filling the same in the tank for testing.

4. Testing the tank to a pressure of 0.5Kg/Sqcm.

5. Rectifying leaks if any, however it shall be paid separately depending upon the
quantum of work.

Page 63 of 73
Mechanical Specifications

6. Removal of water from the tank & its disposal outside IOC premises.

7. Cleaning the tank thoroughly from inside with Gunny bags, soft cloth etc. &
reconnecting the pipe line, fittings including replacement of packing nuts and
bolts etc., if required for commissioning the tank.

8. After testing the tank hydrostatically, the gasket used in the manhole cover
has to be replaced with new one.

31.0 DOPING OF 10/15/20/50/70 KL TANK AND PIPELINE:

1. The item includes removing the existing doping (in case of existing tank /
pipeline), etc. and the surface shall be completely cleaned.

2. The surface shall be made totally dry and free from moisture, oil, etc. before
the commencement of the application of the anti-corrosive paint, Shalimastic
HD or equivalent.

3. The Shalimastic HD or equivalent paint shall be properly stirred first and then
cold applied over the prepared surfaces in three coats with brush. There shall
be an interval of 24Hrs between each coat. The minimum DFT per coat shall
be 200 microns and the total DFT shall not be less than 600 microns.

4. The above mentioned entire application shall be carried out as per the
Manufacturer specifications and as directed by the Engineer-in-charge.

32.0 CLEANING OF 10/15/20/50/70 KL TANKS:

Item includes following jobs:

1. Removal of dead stock from the tank and collecting the same in IOC/consumer
supplied empty barrels and handing over the same to the owner.

2. Degassing the tank by filling the water in tank upto the manhole till it
overflows and removing the water from the tank.

3. Removing the sludge from the tank and dumping the same at the place
indicated by Engineer-in-charge/Location-in-charge of IOC or the consumer.

4. Cleaning the inner surface of the tank with soap water solution and hessian
cloth and removing all foreign matter from the tank. The cleaning process
shall be carried to the full satisfaction of IOC representative / consumed.

5. Reaffixing the manhole cover with new 3mm thick permanite oil packing and
also replacing defective nuts and bolts for manhole cover as well as pipeline
connection to the tank including connecting/ jointing all pipelines to tanks.

6. Back filling the manhole chamber and clearance of site including removal of
malba, if any.

Page 64 of 73
Mechanical Specifications

7. Additional manholes, if required, shall be opened with cold cutting and welding
the manhole after gas freeing. The rate for cutting and welding shall be paid
separately.

33.0 GENERAL

33.1 These specifications define basic requirements for painting work for a
petroleum installation.

33.2 It is deemed that the work shall be carried out by the contractor with the best
quality of specified material and workmanship at his own cost.

33.3 Adequate numbers of required tools, brushes, blast material, scaffolding,


shot/sand blasting equipment, air compressors etc. shall be arranged by the
contractor at site.

33.4 During storage and application of paints, the paint manufacturers instructions
shall be strictly followed. Particular attention shall be paid to the following:

Proper storage avoiding exposure and extreme temperature .

Specified surface preparation.

Mixing and thinning.

Application of paints and the recommended time intervals between


consecutive paint coats.

33.5 The cleaned surface shall not be kept exposed to atmosphere for more than 24
hours (particularly at night time when humidity %age in atmosphere is more
and might spoil the surface prepared).

33.6 The first coat of primer shall be applied soon after cleaning and before any
visible rusting occurs.

33.7 The paint coat shall be smooth and even and shall not show any trace of brush
mark. The bands, lettering, etc. shall be carried out as per drawing after the
external painting is completed.

33.8 The contractor has to position an ELCOMETER at site for checking the paint
thickness by the site engineer.

33.9 Lettering, painting directional signs and relevant data shall be painted in
suitable size as directed by Engineer in Charge.

34.0 EMPTYING OUT PRODUCT FROM UNDER GROUND TANKS/ SUPPLY OF


WATER ETC.

i. Removing product from the underground tanks and emptying it including

Page 65 of 73
Mechanical Specifications

collecting the product in barrels supplied by the Corporation. It shall be


ensured that no loss of product is taken place, while carrying out the job. The
job will be carried out in the presence of Corporation and dealers
representatives.

ii. Supplying & Filling sweet water in the underground tank (10/15/20/50/ 70KL)
to avoid floating of the tanks during monsoon, etc. as directed.

iii. Removing the water carefully from U/G tank with SR pump, in such a way that
there is no loss of product. The water has to be thrown away and the product
to be put back into the tank etc. complete.

35.0 EXHUMING OF UNDER GROUND TANKS WITH FITTINGS:

(a) From earth pit without RCC blocks/rafts:

The item includes the following works:

1. Dismantling of tanks with fittings, its pipeline connections, manhole


cover plate, if any and stacking the same within the RO/CP premises.

2. Degassing the 10/ 15/ 20/ 50/ 70 KL Tank as per the approved
procedures as per the direction of Engineer-in-charge.

3. Removing dead stock, sludge oil trace and storing them in barrels at
safe place as per the direction of Engineer-in-charge.

4. Exhuming the tank from the pit, including necessary earth work and
excavation upto the bottom most level, lifting the tank by manual or
mechanical means, including dismantling earthing provisions, etc.
complete.

5. Stacking the 10/ 15/ 20/ 50/ 70 KL Tank within the premises.

6. Back filling the pit upto ground level with excavated and imported
earth in 200mm layers well watered and consolidated upto the top
most level with earth rammer, etc. as directed by Engineer-in-charge.

(b) From masonry pit with RCC blocks/rafts:

The item includes:

1. Same as item (i) to (vi) under (a).

2. Dismantling of RCC blocks/rafts and disposal of debris outside the


RO/CP premises as per the directions of site in charge.

3. Dismantling of Anchor bolts straps etc. and stacking the same within
the RO/CP premises.

Page 66 of 73
Mechanical Specifications

4. Excluding brick masonry walls, if required to be dismantled shall be


paid under separate item of this schedule.

36.0 DISMANTLING DISPENSING PUMPS/ MPD

Dismantling of dispensing pump from pump island including disconnecting pipeline and
electrical connections, removing product from pump body sealing inlets, stacking the
unit at site and handing over the same.

36.0 REINSTALLING DISPENSING PUMPS/ MPD

Re-installing the dispensing pump on existing foundation including connecting


pipelines, electrical connections, tightening nuts of the foundation bolts etc. complete.

37.0 DISMANTLING OF MS/GI PIPELINE (SCREWED/WELDED) WITH FITTING,


VALVES ETC.:

Disconnecting, dismantling the existing welded/ screwed pipeline both above/


Underground including excavating, breaking the enclosure walls, backfilling & restoring
the surface in original condition, disconnecting all the fittings, valves, strainers, filters,
adjustable supports and all other fittings either by gas-cutting or hacksaw cutting after
gas the lines, dismantling BM pedestals if required and stacking the dismantled pipes
and fittings at site as directed

This item includes the following item of works:

Above Ground:

1. Dismantling of all pipelines, fittings like flanges, check valves, elbows, bends,
sockets union nipples etc, including cutting, if required, as per site conditions.

2. Stacking of all the above material within the RO/CP premises and handing over
the material to the Engineer.

3. Any other facilities/equipment (which is not required to be dismantled), if


damaged while carrying out the above job shall be made good at contractors
cost.

Underground:

1. Same as item No. (i) to (iii) under above item.

2. Excavation in trenches, in all types of soil (upto 2m maximum), WBM/


Asphalted area etc.

3. Uplifting the pipe from the trenches, cutting the same in appropriate lengths
after dismantling the sockets/flange joints.

4. Back filling the trenches with the excavation or imported earth, watering and

Page 67 of 73
Mechanical Specifications

consolidating with hand roller.

38.0 REPLACING EXISTING MANHOLE GASKETS

Replacing existing manhole gaskets for 15/20/50/70 KL U/G & A/G tanks including
disconnecting the pipelines, removing nuts, bolts & manhole cover and supplying and
fixing permanite oil gaskets, nuts & bolts as per relevant specification and drawings
and reconnecting the pipeline.

Page 68 of 73
Mechanical Specifications

SPECIFICATIONS FOR THE PIPELINES AND FITTINGS:


TABLE 1

(Service: For various petroleum products like petrol, kerosene, diesel, at retail outlets only)
(sizes < or = to 150 mm)

S. ITEM MATERIAL DIMENSIONAL STANDARD


SPECIFICATION
NO

1 PIPES, ERW, ONE END SCREWED CARBON STEEL, BLACK IS1239 PART I, HEAVY CLASS,

& OTHER END SOCKETED THREADING AS PER IS 554(TAPER)

2 FITTINGS SCREWED (ELBOWS, CARBON STEEL, BLACK, IS1239 PART II , TO SUIT HEAVY

TEES, REDUCERS, UNIONS) SCREWED ENDS AS PER IS CLASS

554 TAPER.

3 PLATE FLANGES SCREWED AS IS 2062 GR A ANSI B 16.5,150 CLASS, RF,

PER IS554 SERRATED FINISH

4 GASKETS CAF, PERMANITE OIL, IS ANSI B 16.21, 150 CLASS, 3mm

2712, GR 0/1 THICK

5 MACHINE BOLTS & NUTS IS 1367 ,CLASS 4.6/4 IS 1363, TO SIUT 150 CLASS

FLANGES

6 VALVES - GATE & CHECK REFER PARA 5.0, CL 5.1 REFER PARA 5.0 ,CL 5.1 (SPECS FOR

(SPECIFICATION FOR BRONZE VALVES)

BRONZE VALVES)

Page 69 of 73
Mechanical Specifications

TABLE 2

(Service: For various petroleum products like petrol, kerosene, diesel, LDO & FO at Consumer
depots, Taluka kerosene depots, Terminals, Depots and Aviation fuelling stations) (Sizes 80
mm TO 200 mm)

S. NO ITEM MATERIAL DIMENSIONAL STANDARD

1 PIPES, BLACK, BE, WELDED API 5L Gr A / API 5L Gr B API 5L

2 FITTINGS ASTM A234 Gr WPB, SEAMLESS FOR ANSI B16.9 (SEE TABLE-6 FOR

(ELBOWS,REDUCERS) SIZES 80NB TO 150NB. ASTM A234 THICKNESS)

Gr WPBW WELDED WITH 100%

RADIOGRAPHY FOR SIZE 200NB

3 PLATE FLANGES IS 2062 GR A ANSI B 16.5 , 150 CLASS RF,

SERRATED
SLIP-ON

4 GASKETS CAF, PERMANITE OIL, IS 2712 GR ANSI B 16.21, 150 CLASS, 3mm

O/1 THICK

5 MACHINE BOLTS & NUTS IS 1367 , CLASS 4.6/4 IS 1363, 150 CLASS

6 VALVES GATE, BALL& REFER PARA 5.0 , CL 5.2 & 5.3 REFER PARA 5.0,CL 5.2&5.3

CHECK,FLANGED (SPECIFICATION FOR VALVES) (SPECS FOR VALVES)

7 HOSES REFER PARA 6.0 (SPECIFICATION REFER PARA 6.0 (SPECS FOR

FOR HOSES) HOSES)

Page 70 of 73
Mechanical Specifications

TABLE 3

(Service: Compressed Air and Water at all locations, SIZES < or = 80 NB)

S. NO ITEM MATERIAL DIMENSIONAL STANDARD

1 PIPES, ERW, SCREWED, CARBON STEEL, GALVANISED IS1239 PART I, HEAVY CLASS

ONE END SOCKETED

2 FITTINGS SCREWED CARBON STEEL, GALVANISED IS1239 PART 2, HEAVY CLASS

3 PLATE FLANGES,SCREWED IS 2062 Gr A, GALVANISED ANSI B 16.5,150#,RAISED

FACE, SERRATED FINISH

4 GASKETS CAF, PERMANITE OIL, IS 2712 Gr O/1, ANSI B 16.21, 150 CLASS

3mm THICK ,

5 MACHINE BOLTS & NUTS IS 1367 , CLASS 4.6/4 IS 1363, 150 CLASS

6 VALVES - GATE & CHECK REFER PARA 5.0, CL 5.1 REFER PARA 5.0 ,CL 5.1 (SPECS

(SPECIFICATION FOR BRONZE VALVES) FOR BRONZE VALVES)

TABLE 4

(Welding electrodes)

FILLER MATERIAL
S. NO BASE MATERIAL WELDING PROCESS
ROOT PASS FILLER PASS

1 CARBON STEEL E-6010 E-6013 SHIELDED METAL ARC WELDING

TABLE 5

(API 5L pipe thickness)

S.NO SIZE(mm) WALL THICKNESS(mm) (minimum)

1 80 4.7

2 100 4.8

3 150 6.3

Page 71 of 73
Mechanical Specifications

SPECIFICATION - SCAFFOLDING, PLATFORMS & LADDERS


Only metal is to be used as material of construction for scaffolding, platforms and ladders.
Scaffold should conform to provisions given in IS: 2750 Specification for Steel Scaffoldings.

x A scaffold should be provided and maintained where work cannot safely be done on or
from the ground or from part of a building or other permanent structure.

x Scaffolds should be provided with safe means of access. Ladders should be secured
against inadvertent movement.

x Every scaffold should be constructed, erected and maintained so as to prevent collapse


or accidental displacement when in use.

x Every scaffold and part thereof should be constructed such as not to cause hazards for
workers during erection and dismantling.

x Scaffold is to be of suitable type and adequate for the job.

x Every scaffold should be maintained in good and proper condition, and every part
should be kept fixed or secured so that no part can be displaced in consequence of
normal use.

Lifting appliances on scaffolds: When a lifting appliance is to be used on a scaffold the parts of
the scaffold should be carefully inspected to determine the additional strengthening and other
safety measures required

Prefabricated scaffolds: In the case of prefabricated scaffold systems, the instructions provided
by the manufacturers or suppliers should be strictly adhered to. Prefabricated scaffolds should
have adequate arrangements for fixing bracing. Frames of different types should not be inter-
mingled in a single scaffold. Scaffolding shall be erected on firm and level ground.

Suspended scaffolds/boatswains chair: In addition to the requirements for scaffolds in general


as regards soundness, stability and protection against the risk of falls, suspended scaffolds
should meet the following specific requirements.

x Platforms should be designed and built with dimensions that are compatible with the
stability of the structure as a whole, especially the length;

x Number or anchorage should be compatible with the dimensions of the platform;

x Safety of workers should be safeguarded by an extra rope having a point of


attachment independent of the anchorage arrangements of the scaffold;

x Anchorage and other elements of support of the scaffold should be designed and built
in such a way as to ensure sufficient strength;

x Ropes, winches, pulleys or pulley blocks should be designed, assembled, used and

Page 72 of 73
Mechanical Specifications

maintained according to the requirements established for lifting gear adapted to the
lifting of persons according to national laws and regulations;

x Before use, the whole structure should be checked by a competent person.

Bamboo Scaffolding: In general, it should be avoided as far as possible. It should not be used
in the unit/off-site areas and where hot work is to be done.

Page 73 of 73
ELECTRICAL
SPECIFICATIONS
Electrical Specifications

ELECTRICAL WORKS
GENERAL CONDITIONS

1.0 GENERAL: The entire electrical installation work shall be carried out in accordance
with approved drawings and in general conformity with the requirements of the Indian
Electricity Act 1910, the Indian Electricity Rules 1956, the relevant IS codes of practice
as amended to date, wherever applicable and the regulations of the local licensing bodies/
C.E.I.G etc., and where such installations are subject to inspection and approval of Fire
insurance and Explosive Authorities, the installation shall be planned and executed
conforming to their regulations/ rules.

2.0 WORKMANSHIP: First class workmanship and neat appearance are the essential
requisites for compliance with these specifications.

3.0 MATERIALS AND MAKES: All materials, equipment, fittings, fixtures, appliances,
accessories, etc., to be used in the installation shall conform to the relevant Indian
Standard Specifications and generally shall be as per approved make given in the
SOR/specification. The tenderer will specify the makes, which he proposes to use from the
list of approved makes of electrical goods. If he specifies more than one make, in any
category, the Clients shall be entitled to assume that the best of the different makes so
specified will be used by the Contractor on the works.

4.0 TEST CERTIFICATES AND REPORTS: Test certificates/ Reports for various equipment/
material and for installation work shall be produced by contractor for IindianOils review
and records.

5.0 SERVICE CONNECTION: Contractor has to obtain the necessary service connection, if
required from the Electricity board and electrical licencing board by paying the statutory
payment. The payment made shall be reimbursed on production of cash bill by the client.
For all the fabricated items, namely Panel, etc, the general arrangements / Fabrication
drawings are to be prepared and approval obtained from IndianOil, before commencing
fabrication.

6.0 CONTRACTORS LICENSE: It will be the responsibility of the CONTRACTOR to obtain


necessary License/Authorisation permit for work from the Licensing Board of the
locality/state where the installation is to be carried out.

7.0 WORKMANSHIP: The CONTRACTOR shall ensure workmanship of good quality and shall
assign qualified supervisors/ engineers and competent welders/labour who are skilled and
experienced in their trades.

Page 1 of 50
Electrical Specifications

TECHNICAL SPECIFICATIONS

1.0 1.1 KV GRADE (LT) CABLES: This specification covers the requirements of 1100V grade
Power, Control, Lighting, Cables with general purpose insulation and sheaths. The
design, construction, manufacture and performance of cables shall comply with all
currently applicable statues, regulations and safety codes in locality where cables will be
installed. Nothing in this specification shall be construed to relieve the CONTRACTOR of
this responsibility. These specifications are for 600/1100 Volts grade solid/stranded,
aluminium, copper conductors, XLPE / FRLS insulated and sheathed galvanised round/
flat steel wire armoured / unarmoured and PVC overall sheathed cables.

1.1 GENERAL REQUIREMENTS: The design, manufacture and workmanship of


cable shall be in accordance with the latest practice. All the materials to be used
shall be new, unused and of the best quality. The material of conductors shall
be from electrical purity, aluminium 3/4 H or H temper or from annealed high
conductivity copper, as specified elsewhere. Conductor shall be of either
circular or sector shaped stranded, conductor or circular solid construction. The
conductor shall comply with the requirement of IS: 8130.

The material of insulation shall be of XLPE / FRLS as indicated in specification


sheet. Also insulation of cores shall be XLPE,colour coded for identification.
Insulation shall be free from contamination and voids. The cable shall have
suitable fillers wherever required, laid up with conductors to provide substantially
circular cross section before the inner sheath is applied. The material of inner
sheath shall be PVC/ un-vulcanised rubber compound. The material of
armouring shall be galvanised round steel wire or flat steel wire (Strip) over inner
sheath of cables. The material of outer sheath shall be black or grey FRLS for
best resistance to INDOOR /OUT DOOR enclosure. The overall dia. and dia under
armour of the cables shall be indicated by the vendor in the technical particulars.
These shall be guaranteed with a tolerance of 5% but not exceeding 2 mm. The
cut end of the cables shall be sealed by means of non-hygroscopic materials.
Cables shall be supplied wound on non returnable wooden drums of heavy duty
construction and shall be covered fully with wooden battens. Drums shall
be suitably marked with manufacturer's name, type, size, voltage grade of
cable, length of cable in metres, drum No, BIS, Certification mark, direction
rotation, year of manufacture and gross weight, name of the IOCL Location etc.
as per IS/BS. Size and requirement of all cables shall be as per system
requirement. The cable of one size shall be in one length only, if the requirement
is less than full standard drum length.

Page 2 of 50
Electrical Specifications

1.2 TESTS: Cables shall be routine and acceptance tested in accordance with the
latest edition of the relevant Indian / British Standards. One drum per size or on
random shall be offered for inspection of re rolling the cables to check the
uniformity of outer sheath & to confirm the total length as mentioned in the
drum. Four copies of type test and routine test certificates shall be submitted for
customers approval before dispatch.

1.3 INSPECTION: Inspection including witnessing routine tests will be carried out
by Customer or his authorised representatives. Contractor shall notify Customer or
his authorised representatives in writing at least fifteen (15) days prior to
Contractor's scheduled inspection tests.

1.4 GUARANTEE: Contractor shall guarantee design materials/workmanship and


performance for a period of twelve (12) months from the date of commissioning
and handing over the installation to the Owner, duly certified by the site-in-
charge. /Owner representative for satisfactory operation of the equipment.

1.5 INSTRUCTION MANUAL: Catalogues giving all technical details and instruction
booklets on installation in three (3) copies shall be furnished. Cables shall be
packed in wooden drums / steel drums as the case may be suitably to facilitate
installation/transportation and to prevent damage during transportation.

1.6 CLIMATIC CONDITIONS: Cables shall be installed in air /buried U/G, ambient
temperature of 50C with 95% relative humidity, unless otherwise specified in
data sheet.

1.7 CONSTRUCTION, PERFORMANCE & TESTING:

1.7.1 Construction, Performance and testing of Power and Control cables shall
conform to IS: 1554. Part - 1 (PVC insulated heavy duty electric cables for
working voltages upto and including 11000V).

1.7.2 Construction, Performance & Testing of 1100 V grade lighting, Misc./Light


duty unarmoured cables shall conform to IS: 694 (PVC insulated cables
for working voltages upto & including 1100V).

1.7.3 Recommended current ratings for cables shall conform to IS:3961 (PART
II) 1967: PVC insulated & PVC sheathed heavy duty cables and IS: 3961
(Part V) 1968: PVC insulated light duty cables.

1.7.4 Armouring shall conform to IS:3975-1979 (Mild steel wires, strips &
tapes for armouring of cables - first revision).

Page 3 of 50
Electrical Specifications

1.8 CONDUCTOR:

1.8.1 Plain aluminum conductor, solid / stranded, grade H4, Class I or 2 (as
applicable), as per IS 8130 (conductors for insulated electric cables and
flexible cords).

1.8.2 Plain annealed, high conductivity Copper Conductor solid / stranded, Class
1 or 2 (as applicable), as per IS 8130. Conductor shall be tinned when
indicated.

1.8.3 The conductor shall be clean, reasonably uniform in size and shape,
smooth & free from harmful defects.

1.8.4 Power cables shall be with Cu./Al conductors. Power cables upto and
including 4 sq. mm shall be with copper conductor. All power cables
above 4 sq. mm shall be with aluminium conductor. Control cables shall
be with copper conductor only.

1.8.5 Cables upto 6 sq mm shall be with solid/stranded conductor, but all cable
including and above 10 sq mm shall be with stranded conductor.

1.9 INSULATION: Insulation for cables shall be PVC Type A as per requirement
indicated herein and shall conform to the properties covered in IS 5831 PVC
insulation and sheath for electric cables applicable standard. The insulation shall
be so applied that it fits closely on the conductor and it shall be easily possible to
remove it without damage to the conductor.

1.10 CORE IDENTIFICATION: Colour coding shall be acceptable for all cables upto 5
cores, Cables with more than 5 cores shall have printed numerals on each core.

1.11 INNER SHEATH: It shall be so applied that it fits closely on the laid up cores & it
shall be possible to remove it without damage to insulation. It shall be ensured
that the inner sheath is as circular as possible. Inner sheath shall be of PVC and
applied either by extrusion and shall be compatible with the insulation provided
for the cables.

1.12 ARMOUR: Armouring is given for mechanical strength I protection of cables from
external damage. This shall comprise galvanised steel in the form of round wires
or strips. These shall be of following types:

W - Galvanised single steel

F - Galvanised single steel strip

Page 4 of 50
Electrical Specifications

1.12.1 Armouring is applied over insulation in case of single core cables and over
inner sheath in case of multicore cables. The direction of lay of the
armour shall be left hand.

1.13 Outer Sheath: The outer sheath shall be of an extruded layer of PVC compatible
with the specified ambient and operating temperature of the cables & conforming
to the requirement of IS 5831 as follows:

1.13.1 Type ST1: General purpose sheath intended for use in Cables operating at
a maximum rated conductor temperature 70oC.

1.13.2 Type ST2: Heat resiting sheath intended for use in cables operating
at a maximum rated conductor temperature of 90oC.

1.13.3 The sheath shall be resistant to water, ultra violet radiation, fungus,
termite and rodent attacks. The colour of the outer sheath shall be
black unless otherwise specified. The sheathed cables shall be
weatherproof, suitable for indoor / outdoor use.The outer sheath shall be
applied over armouring in case of armoured Cables.

1.14 Cable Code:

The following code shall be used for designating the

Constituent Code letter

Al conductor A

PVC insulation Y

Steel wire armour W

Steel strip armour F

Steel double wire armour WW

Steel double strip armour FF

PVC outer sheath Y

1.15 MANUFACTURERS IDENTIFICATION: The manufacturers name or


trademark, Voltage Grade, Year of manufacture and type of Insulation shall be
indented, printed or embossed throughout the length of the cable at every 1
meter length on the outer sheath.

1.16 CABLE IDENTIFICATION: In order to distinguish electric cable from telephone


cables, the word ELECTRIC shall be indented, printed or embossed throughout
the length of the cable on the outer sheath.


Page 5 of 50
Electrical Specifications

1.17 CABLE ENDS: Cable ends shall be sealed with non-hygroscopic sealing

1.18 TEST AND TEST EQUIPMENT: Cables shall be subjected to routine and
acceptance tests in accordance with standards specified. Test methods shall
conform to IS 10810 (Methods of Test for Cables). CONTRACTOR shall ensure use
of calibrated test equipment having valid calibration test certificates from standard
laboratory traceable to National Standards.

2.0 FRLS CABLES: The FRLS cables shall be generally as per the above specification except
the outer sheath shall be of Extruded FRLS PVC. These Cables shall meet the
requirements related to flame retardance, low smoke emission, and low acid and toxic gas
emission as per applicable standard.

3.0 CABLE SYSTEM INSTALLATION WORKS:

3.1 CABLE LAYING: The cables shall be laid in build up trenches, directly buried in
ground, vertical raceways, clamped on structures / walls / ceiling, pulled
through pipes and conduits, etc. The scope of cable laying shall include laying,
pulling cables as above, proper dressing of cables, supply and installation of
cable fixing saddles, spacers and metallic cable clamps as required.

3.2 CABLE INSTALLATION: The Installation rates shall include supply and
installation of accessories like cleats, clamps, identification tags and associated
hardware.

3.3 DIRECTLY BURIED CABLES: Excavation in all types of soil including WBM
Asphalting/ CC/ RCC /Brick Masonry/Hard & Soft rock for making trenches upto a
depth of 600 mm below. Supplying and spreading dry river sand 100 mm thick
cushion over the entire area of excavated trench and also filling in between the
brick lining so as to embed the cable as per drawing. Supplying and laying dry
brick or stone patties duct on the sides and top of the cable shown in the drawing.
Back filling the trench with excavated or imported earth free from all foreign
matters, including consolidated and disposal of surplus earth beyond the premise.

3.4 CABLE FIXING ON WALL, COLUMN OR ABOVE GROUND: Cable shall be


clamped on wall/column with necessary clamp using zinc coated /Cadmium plated
screws and nuts when the cable is run above ground level.

3.5 CABLE TERMINATION: The scope of termination at each end shall include
dressing, and connecting all the cores of the cables. It shall also include:

3.5.1 Making the requisite holes on the gland plate of the switchgear/any other
panel, fixing glands, terminating the cables in the cable boxes,

Page 6 of 50
Electrical Specifications

earthing the cable armour, crimping of cable lugs on each core, neatly
clamping the cable inside switchgear / panel cable alleys, connecting the
cable to the terminals and proper tightening of terminals. The cable and
core identifying tags and core identifying ferrules shall be supplied and
installed by the CONTRACTOR as a part of cable termination work.

3.5.2 Cost of supplying cable glands and cable lugs shall be included under unit
rates for cable termination.

3.5.3 Control cables/cable cores entering control panel / switchgear / MCC /


miscellaneous panels shall be neatly run in PVC channels / trough or
bunched, clamped and tied with cable ties to keep them in position.

3.5.4 The CONTRACTOR shall tag /ferrule all control cable cores at all
terminations. The panels where a large number of cables are to be
terminated and cable identification may be difficult, each core ferrule shall
include the complete cable number as well as the terminal number.

3.5.5 Spare cores shall be similarly tagged / ferruled / cross ferruled with a
suffix letter S along with cable numbers and coiled up after end sealing.

3.5.6 All cable entry points shall be sealed and made vermin and dust
protected. Unused openings shall be effectively sealed.

3.6 CABLE JOINTING IN HAZARDOUS AREA: Cable jointing in hazardous area


shall be through FLP junction box of minimum 80 mm dia JB with 4 way terminal
block suitable for minimum 16 sq mm stranded cable. Job includes supplying,
installation, testing & commissioning at site of flameproof junction box of
approved make, cable termination FLP cable gland, earthing through 4 sq flexible
stranded Al. cable.

3.7 CONDUITS/PIPES INSTALLATION: The CONTRACTOR shall install all conduits


/ pipes (inclusive of all accessories) required for the cable work. Conduit shall be
of 50 mm dia GI pipes. Conduits/ pipes shall be laid buried in ground, laid along
the walls / structural members, along floors and ceilings. Conduits and pipe
sleeves which are required to be embedded in walls, roof slabs, floors, trench and
tunnel walls, under roads and tracks etc shall be installed by the CONTRACTOR.
All conduits / pipes shall have their ends closed by caps until cables are pulled.
Water-proof sealing shall be done for all outdoor to indoor conduit/pipe sleeves by
means of bell mouth termination pieces and bitumen based cold set water-proof
compound.

Page 7 of 50
Electrical Specifications

3.8 CABLE JOINTS: Jointing of cables shall be made in accordance with relevant
codes of practice and MANUFACTURERs special instructions. Cables shall be firmly
clamped and supported within 300 mm from the joint to avoid mechanical
stresses on the joint. When two or more cables are laid together, joints shall be
arranged to be staggered by about 3 meter.

3.8.1 The CONTRACTOR shall plan and cut the cables in such a way that joints
are avoided as far as possible and also the wastage of cable is limited to a
minimum. Joints shall not be permitted in control cables. However, in long
runs of power cables, joints shall be permitted at an accessible location
which shall be chosen in consultation with IOCL before work is taken up.

3.8.2 The straight through jointing method and its application technique
shall be of thoroughly proven type. Jointing kits shall be suitable for the
type of cable and for underground buried /overhead cable installation.
The CONTRACTOR shall offer cast resin type jointing kits, complete with
insulating materials, stress grading/relieving materials, plastic mould,
resin, tinned copper lugs and necessary accessories to make a complete
joint in all respects. Unit rate quoted for outdoor straight through
joints/Jointing kits shall include erection of temporary shelter and
safeguarding against ingress of moisture.

3.8.3 Jointing kits shall conform to IS 13573/VDE specification with test


certificate.

3.9 CABLE TAGS AND MARKERS: Each cable shall be tagged with numbers that
appear in the cable schedule.

3.9.1 The tag shall be aluminum with the number punched on it and securely
attached to the cable/conduit by not less than two turns of 20SWG GI
wire conforming to IS:280. Cable tags shall be of rectangular shapes for
cables.

3.9.2 Location of cables laid directly underground shall be clearly indicated with
cable marker made of galvanized steel plate.

3.9.3 Location of underground cable joints shall be indicated with cable marker
with an additional inscription Cable Joint.

3.9.4 The price of cable tags and markers shall be included in the installation
rates for cable/conduits quoted by the Contractor.

Page 8 of 50
Electrical Specifications

3.10 CABLE ACCESSORIES (CABLE GLANDS): The CONTRACTOR shall quote for
supply of double compression type cable glands. Cable glands shall be
heavy duty and shall be of robust construction capable of clamping the cable
and armour rigidly without injury to insulation and provide dust/leak proof
termination. All cable glands shall be heavy duty brass/steel chrome casting,
machine finished and Nickel plated except skid washer & sealing devices. Rubber
components used in cable glands shall be of neoprene and of tested quality. Cable
sizes shall be marked on the cable glands for easy identification. Each gland shall
comprise the following:

3.10.1 Gland body

3.10.2 Nipple with cone for clamping armour and neoprene compression ring.
Nipple shall have external threads.

3.10.3 Check nut and 2.3 to 3 torn thick neoprene washer

3.10.4 Metallic compression ring having internal taper to match with armour wire
diameter and outside diameter of cone.

3.10.5 Compression nut having internal threads to fix to the nipple body.

3.10.6 Compression nut with neoprene compression ring for outer sheath of
cable.

3.10.7 Flame-proof (FLP) glands shall be similar to double seal cone grip type
glands described above except that construction shall be suitable for
installation in hazardous areas. Cable gland shall be as of specified make
and CMRS certification number and size shall be embossed on the gland.
Approval certificate of relevant authority on flameproof apparatus shall be
furnished.

3.11 CABLE LUGS: Cable Lugs shall be of tinned copper/Aluminum, solderless


crimping type of reputed make confirming to relevent standards suitable for
aluminium or copper conductor cable connections. Copper lugs shall be used for
copper cable and Aluminum lugs shall be used for Aluminum lugs.

4.0 GI CABLE TRAYS: Supplying, fabricating and installing of various sizes of perforated GI
cable trays including horizontal and vertical bends, reducers, tees, cross members and
other accessories as required and duly suspended from the ceiling and/or fix to steel/RCC
columns, beams or any other structure members with MS suspenders, angles, channels,
etc complete as per the direction of Indian Oi, as per following general requirement:

Page 9 of 50
Electrical Specifications

4.1 The cable trays and accessories shall comply with latest edition of Indian
standards IS: 1363, IS: 1367 (part-13), IS: 26299, IS: 5968.

4.2 The cable trays shall be ladder type prefabricated, hot dip galvanized. The ladder
Type trays shall consist of side runners & horizontal rungs as per details shown.

4.3 The ladder type trays and accessories shall be fabricated out of hot rolled sheet
steel & shall have rigid welded construction. The rungs shall be welded to the side
runners.

4.4 Sheet thickness of 2mm shall be used up to 600mm wide for cable trays and
2.5mm thick for 750mm & above.

4.5 Side runners shall be 100 x 45mm channel with the flanges facing inside rungs
shall be 40 x 15mm slotted channel type.

4.6 Cable trays shall be suitable for a cable weight of 75 kg per meter of running
length of tray and shall be supported at 3m intervals. In addition, trays shall be
suitable for a point load of 75 kg (equivalent weight of a man working on the
cable trays).

4.7 Side runner channels shall be connected at ends using 4 splice plates as shown in
following sheet.

4.8 Supports in general shall be below splice joint of 3m length trays i.e. at 3000
center to center. In actual layout overhang beyond support shall not be more than
1m.

4.9 The side runner will also have suitable holes at every meter to cleat earth strip.
Suitable threaded holes shall be provided on the runner top and bottom for
supporting and fixing tray covers with screws at every meter.

4.10 Hot dip galvanizing shall be done after fabrication as per the relevant Indian
standard specifications. The amount of galvanizing shall be minimum 610 gm / sq
meter.

4.11 The type of construction shall be such as to facilitate easy handling, assembly and
installation at site. The straight length of cable tray shall be 3m (without splice
plate)

4.12 The workmanship shall be such as to ensure easy laying of cables without causing
damage to cable. All surfaces shall be free from defects such as burrs, sharp
edges etc.

Page 10 of 50
Electrical Specifications

4.13 The hardware shall conform to the relevant Indian standard specifications and
shall be able to withstand the maximum loading conditions as required. All
hardware and fitting shall be hard chrome or cadmium plated or zinc passivated.
Hardware shall include bolts, nuts, washers etc.

4.14 The bends, tees, reducers and droppers shall have a bending radius as described
in the schedule of rates.

4.15 In general, cable trays and fittings etc. Shall be manufactured as per drawings to
be approved by client / consultant in line with details shown in following sheets.

4.16 The following tests for the amount of zinc coating shall be carried out:

4.16.1 Thickness of galvanized coating by elcometer.

4.16.2 Mass of galvanized coating by stripping test.

4.16.3 Determination of uniformity of galvanized coating.

4.17 DATA SHEET FOR CABLE TRAYS

S. NO. PARTICULAR PERFORATED CABLE TRAY

1 Dimensions

1.1 Side Runner 50mm

1.2 Rung NA

1.3 Distance Between Rung NA

1.4 Coupling (Both side of tray) 200mm X 35mm x 2mm

1.5 Standard Length 3 Mtr

1.6 Quantity Ref BOQ

1.7 Width Ref BOQ

1.8 Thickness Ref BOQ

1.9 Nut Bolt washer for Coupling M12 X 20 mm (1 Flat & 1 Spring washer )

1.1 Hole to Hole distance for coupling As per IS

1.11 Transverse Punching As per IS

2 Technical Description

2.1 Material of consumption MS Sheet with GI coating

Page 11 of 50
Electrical Specifications

S. NO. PARTICULAR PERFORATED CABLE TRAY

2.2 GI Coating 65 Micron

2.3 GI Density vendor to indicate

2.4 Bending Radius Ref BOQ

2.5 Distance Between Support Required 1500mm

3 Standard Referred

3.1 Hot Dip Galvanization NA

3.2 MS Sheet 1079 Grade ' O '

4 DOCUMENTS

4.1 Quality Assurance Plan (QAP) Required

5.0 EARTHING AND ALLIED WORKS: The entire earthing installation shall be in
accordance with the drawings, specifications, and provisions of relevant standards. The
entire installation shall fully comply with the Indian Electricity Rules and Acts in force. The
scope of includes the following:

5.1 Earth work in excavation upto a depth of minimum 3.75 Meters or upto level of
moist soil in all types of soil.

5.2 Supplying and laying of earth pipe/plate and earthing conductor from main
board/equipment to earth pit, conductor size 25x6 mm GI strip.

5.3 Supplying and laying 2.7 m. long 50mm. dia G.I. B class pipe with top funneling
arrangement or 3.8 M long 80 mm dia GI heavy duty pipe as per
requirement/order.

5.4 Supplying and spreading required capacity of charcoal and of common salt in the
earthing pit.

5.5 Back filling the pit with excavated or imported earth, duly consolidated with water
in 200mm thick layers and disposal of surplus earth to an un objected place.

5.6 Supply of earth conductors in outdoor areas, buried in ground, shall include
excavation of earth up to 500 mm deep, laying of conductor, brazing/
welding/jointing if required, of main grid conductor, joints as well as riser of
length 500 mm above ground at required locations and then backfilling.

5.7 Interconnection of all the earth pits using 50x6 mm GI strip to make a earth grid
to reduce the earth resistance of the system.


Page 12 of 50
Electrical Specifications

5.8 Connecting the earthing conductor with lighting and power main-circuit
equipment.

5.9 The CONTRACTOR shall carry out the earthing of all equipment/ panels/
structures etc. as per relevant industry practices. All welding brazing equipment,
necessary tools and testing equipment shall be furnished by the CONTRACTOR. All
incidental hardware & consumables including associated works shall be in
CONTRACTORs scope.

5.10 RECOMMENDED EARTHING CONDUCTOR SIZES FOR VARIOUS


EQUIPMENT:

5.10.1 Earth Electrode - 50 NB GI pipe, length 3.0m

5.10.2 Interconnection of earth electrodes - 50 x 6 mm GI Strip

5.10.3 Distribution boards / Panels (415V) - 25 x 6 mm GI strip/25x3 mm Cu.


strip

5.10.4 Lighting fixtures-6 sq mm Al or 2.5 sq mm Cu PVC insulated

5.10.5 Non-electrical equipment (storage tank / vessels) - 25 x 6 GI strip/25x3


mm Cu. strip

5.10.6 Oil Tankers - Two earth station connected with 1Om long flexible single
core 50 sq mm copper PVC insulated cable with crocodile clip I welding
clamp.

5.10.7 Lightning Protection- 35 x 6 mm Gl strips or 25x3 mm Cu. Strip.

6.0 ELECTRICAL PANELS/DISTRIBUTION BOARDS: Lighting and Power distribution MCB


DB shall be provided with relevant capacity MCB (SP, DP, TP version) and isolator, ELCB
as per IS 12460-1988. The breaking capacity MCB is 10KA, the double pole (DP) MCB shall
be connected to pump and TP MCB connected to 3-phase Power as per IS 8828-1928.

6.1 STANDARDS TO BE FOLLOWED: The design manufacture and testing of the


equipment shall comply with the latest issue of the following Indian Standard
unless otherwise specified.

6.1.1 IS : 8623 - Specification for low voltage switchgear and control gear
assemblies.

6.1.2 IS : 13947 - General requirement for switchgear and control gear for
voltage not exceeding 1000 V AC and 1200 V DC.

6.1.3 IS : 5578 - Guide for marking of insulated conductors.

Page 13 of 50
Electrical Specifications

6.1.4 IS : 10118 - Code of practice for selection, installation and maintenance


of switchgear and control gear.

6.2 Various components housed in the distribution board shall conform to the Indian
Standard specification and shall be as per approved make.

6.3 The design and operational features of the equipment offered shall also comply
with the provisions of the latest issue of the Indian Electricity Rules and other
Statutory acts and Regulations. The supplier shall wherever necessary, make
suitable modifications in the equipment to comply with the above.

6.4 DESIGN AND CONSTRUCTIONAL FEATURES

6.4.1 Mounting : Floor / Wall as per site requirement.

6.4.2 Enclosure : Sheet steel (CRCA) Minimum 14 gauge (2mm)

6.4.3 Minimum Degree of protection : IP42.

6.4.4 Painting : All the sheet metal work shall be degreased, pickled,
phospated and then applied with two coats of zinc chromate primer and
two coats of epoxy paints Both the primer and the final paint shall be
stoved. Both inside and outside final paint shall be epoxy. Outside shade
630 as per IS 5 and inside white.

6.4.5 Bus bar: Switchgear shall be provided with three phase or three phase
and neutral bus-bars as indicated in the Technical specification / single
line diagram. Except as noted bus-bars shall be of high conductivity
aluminium. Bus bars shall be provided with at least the minimum
clearances in air as specified IS 5082 grade 63, 40% fault with stand
capacity 50 KA per seconds. All bus-bars, bus-taps shall be insulated with
close fitting sleeve of hard, smooth, dust and dirt free heat shrunk PVC
insulation of high dielectric strength to provide a permanent high
dielectric non ageing and non- tracking protection, impervious to water,
tropical conditions and fungi.

6.4.6 The insulation shall be non-inflammable and self-extinguishing and in fast


colours to indicate phases. The joints shall be insulated in such a
way to provide for accessibility of contact bolts for maintenance. The
dielectric strength and properties shall hold good for the temperature
range of 0 to 90 degree centigrade. If the insulating sleeve is not
coloured, bus bars shall be colour coded with coloured bands at suitable
intervals.

Page 14 of 50
Electrical Specifications

6.4.7 All bus-bar joints and bus-tap joints shall be silver faced. Bus-bar joints
shall be of the bolted type and shall be insulated. Spring washers shall be
provided to ensure good contact at the joints. Bus bars shall be
thoroughly cleaned at the joint locations and a suitable contact grease
shall be applied just before making a joint.

6.4.8 Bus-bars shall be located in air insulated enclosures. Direct access to, or
accidental contact with bus-bars and primary connections shall not be
possible. All apertures and slots shall be protected by baffles to prevent
accidental shorting of busbars by the entry of maintenance tools. To
provide a tight seal between cubicles, bushings or insulating panels shall
be provided for bus bars crossing from one cubicle to another.

6.4.9 Positive / live terminal or busbar shall be located at the top or on the left
for two pole, vertical and horizontal layout respectively. Sequence of red,
yellow, blue phases and neutral for four pole equipment shall be left to
right and top of bottom, for horizontal and vertical layouts respectively.

6.4.10 Indication Lamp : LED lamps for ON & OFF shall be provided at incomer
and also at outgoing feeders with current rating more than 63 Amp.

6.4.11 All the external hardware shall be cadmium plated/zinc passivated. The
hardware for fixing the removable parts shall be provided with retaining
devices.

6.4.12 The doors and removable covers shall be provided with non deteriorating
neoprene gaskets.

6.4.13 All the components shall be accessible for inspection and maintenance
without the necessity for removal of the adjacent ones.

6.4.14 Adequate arrangement for earthing shall be provided to safeguard the


operator or other personnel from electric hazard under all conditions of
operation.

6.4.15 The meters, switches and lamps shall be flush mounted.

6.4.16 Minimum clearance between two live conductors or between conductor


and body shall be minimum 20 mm.

6.4.17 All metal parts other than those forming part of an electrical
circuit shall be connected to a copper earth bar run along the inside
bottom of the terminal cabinet and extended at both ends for external
connection. The minimum section of the earth bar shall be (20 mm x


Page 15 of 50
Electrical Specifications

3mm) in case of copper bus and 25x3 mm in case of Al. bus.

6.5 CONTROL WIRING: The switchboard shall be completely factory wired


and ready for external connections.

6.5.1 The wiring shall be carried out with stranded PVC insulated copper
conductor cables of 1100 volts grade. Minimum size of wire shall be 1.5
sq mm. Numbered ferrule shall be provided at both ends of each wire.

6.5.2 Panel wiring shall be securely supported, neatly arranged and easily
accessible.

6.5.3 Wiring gutters, troughs, channel with covers, shall be used for this
purpose. Extra flexible wires (with 19 strands) shall be used where flexible
cables are laid across hinges to devices mounted an doors.

6.5.3.1 Size of wires for CT connection not less than 2.5 mm2

6.5.3.2 Size of wires for VT connections not less than 1.5 mm2

6.5.3.3 Other circuits not less than 1.5 mm2.

6.5.4 Wiring termination shall be made with solderless crimping type tinned
copper lugs.

6.5.5 Insulation sleeves shall be provided at all terminations.

6.5.6 Core identification with plastic ferrules Marked with wire numbers shall be
provided at both ends.

6.5.7 Trip circuit wires shall be distinguished by an additional red coloured


ferrules.

6.5.8 Generally only one wire shall terminate on a terminal, except in case of
jumpering, wherein maximum of two wires is permitted.

6.6 INSTRUMENTS AND METERS: All instrument shall be flush mounting type with
square face and shall be tropicalized and dust tight. All meters shall have 0-240
degree scale moving iron spring controlled type of class 1.5 accuracy as per IS :
1248. The meters shall be of 96 x 96 mm size

6.7 DRAWING AND DOCUMENT: GA drawings showing the overall dimensions with
layout of the major components and bill of materials with rating and make of
the components shall be submitted for approval before execution of work. All
drawings and documents shall have description written boldly like Name of Client,
Enquiry/Order No./Project Name etc.

Page 16 of 50
Electrical Specifications

6.8 SWITCHES, STARTERS, CONTACTORS, FUSES: This standard covers supply


and fixing of different components like switch, fuse, contactors, MCCB, MCB, ELCB
etc in new or existing panels.

6.9 AIR BREAK SWITCHES: Air break switches shall be of heavy duty, group
operated load break, fault make type and of required continuous rating complying
with applicable standards.

6.9.1 Whenever solid links are used for connection between switches and fuses,
such link shall be fitted with insulating sleeves. Whenever the links are of
less than 100 mm length and sleeves can not be provided, taping shall be
provided.

6.9.2 All live parts be switches shall be shrouded.

6.9.3 Switch operating handle shall be suitable for padlocking in OFF position. It
shall be possible to open the door only when the switch is in OFF position.
The defeat interlock facility shall also be provided.

6.10 FUSES: Fuses shall generally be of HRC cartridge fuse link type having a certified
rupturing capacity not less than 80 KA at 440 Volt.

6.10.1 Fuses shall be provided with visible indication to show that they have
operated.

6.10.2 Fuses shall preferably be mounted in moulded plastic carriers and shall be
complete with fuse base.

6.10.3 Wherever it is not possible to mount fuses on carriers, fuse shall be


directly mounted on plug in type of base.

6.11 CONTACTORS: Motor starter contactor shall be of the electromagnetic type rated
for un interrupted duty as defined in applicable standard. Class of co-ordination
for starter module shall be class Z as per IS : 8544.

6.12 MOULDED CASE CIRCUIT BREAKER (MCCB)

6.12.1 MCCBs in AC circuit shall be 4 Pole construction arranged for


simultaneous four pole manual closing and opening. Operating
mechanism shall be quick make, quick break and trip free type. The ON,
OFF and TRIP positions of the MCCB shall be clearly indicated and visible
to the operator. Operating handle shall be provided for operation from
door of the board.

6.12.2 The MCCB shall confirm to IS 13947 (Part II) 1993 IEC 947 (Part II)

Page 17 of 50
Electrical Specifications

breaking capacity of 36 KA with earth fault release and under voltage


release with electromagnetic tripping mechanism is provided.

6.12.3 The thermal and instanteous tripping element adjustable over a wide
band make these MCCB and confirm to IEC 947 (Part II) IS 13947 (Part
II).

6.12.4 The thermal over load setting can be adjusted between 70 to 100 % of
the rated current on site depending on the load requirement also
the breaker should be capable of feature increasing in load
requirement.

6.12.5 The mechanical interlocking arrangement should be made with the MCCB
suitable phase bearer and necessary external terminal connected to the
main bus bar chamber.

6.13 MINIATURE CIRCUIT BREAKERS (MCB): Miniature circuit breakers shall


comply with the requirement of applicable standards and shall have fault
interrupting capacity of 10 KA.

6.14 INTERNAL WIRING: Panels/boards shall be supplied completely wired, ready


external connections at terminal blocks. Engraved identification ferrules marked
to correspond with the wiring diagram shall be fitted at both ends of each wire.

6.14.1 All wiring shall be terminated on terminal blocks. Terminal blocks shall be
one piece moulded, suitable for 650 V, of reputed make preferably stud
type for higher current ratings such that wires are connected by cable
lugs and complete with nuts and washers. Terminals shall be adequately
rated for the circuit current, the minimum rating shall be 20A.

6.15 LABELS & DIAGRAM PLATE: All door mounted equipment as well as
equipment mounted inside the boards/ panels shall be provided with
individual labels with equipment designation/ rating. Also the boards/panels shall
be provided on the front with a label engraved with the designation of the
board/panel as furnished by the PURCHASER. Labels shall be made of non
rusting metal. Inside the door of lighting panels a circuit diagram/description shall
be fixed for reference and identification.

7.0 POINT WIRING: Wiring of lighting fixtures and their associated control switches,
regulators of fans, & switches of receptacle units shall be on point wiring basis. Job
includes the following:

Page 18 of 50
Electrical Specifications

7.1 Cutting of brick masonry/plastered/C.C. surface with chisel & hammer to provide
suitable PVC 15mm 25mm dia. 2mm thick recessed conduit pipe or PVC conduit
pipe, and making the surface to original after laying conduit pipe.

7.2 Providing necessary clamps for fixing conduit pipe on the structure etc.

7.3 Providing & laying PVC 19mm. dia. 16 Gauge recessed conduit pipe or PVC
conduit pipe to accommodate 1.5sq.mm. multi stand PVC Wire.

7.4 Providing & laying PVC insulated copper conductor wire IS approved in conduit
pipe with 1.5 sq mm copper wire for earthing and providing end connections etc.

7.5 Providing inspection bends, junction boxes, 14 Gauge GI boxes of required size to
be embedded in walls.

7.6 Providing ordinary type or plate type modular switches of approved make for each
point.

7.7 All conduit wiring concealed or exposed wiring shall have provision for
easy inspection. Exposed wiring when run along wall shall be as near the ceiling
as possible. Where cable wiring is specified, cable shall be cleated on to the wall
as close to the ceiling as possible. In all types of wiring, due consideration shall be
given for neatness and appearance.

7.8 Wherever lighting system has three phase distribution, separate conduits shall be
used for different phases.

7.9 For long conduit wiring runs, inspection /pull boxes shall be provided at intervals
not extending 10m. Such facilities shall also be provided at conduit bends.

7.10 Each final sub-circuit from a lighting panel shall be controlled by a single pole
switch connected to the live conductor.

8.0 GALVANIZED OCTAGONAL POLES: Design of Octagonal Poles shall be designed to


withstand the maximum wind speed as per IS 875. The top loading i.e. area and the
weight of fixtures are to be considered to calculate maximum deflection of the pole and
the same shall meet the requirement of BS: 5649 Part VI 1982.

8.1 Pole Shaft: The pole shaft shall have octagonal cross section and shall be
continuously tapered with single longitudinal welding. There shall not be any
circumferential welding. The welding of pole shaft shall be done by Submerged
Arc Welding (SAW) process.

8.2 All octagonal pole shafts shall be provided with the rigid flange plate of suitable
thickness with provision for fixing 4 foundation bolts. This base plate shall be fillet

Page 19 of 50
Electrical Specifications

welded to the pole shaft at two locations i.e. from inside and outside. The welding
shall be done as per qualified MMAW process approved by Third Party Inspection
agency.

8.3 Door opening: The octagonal Poles shall have door of approximate 500 mm
length at the elevation of 500 mm from the Base plate. The door shall be vandal
resistance and shall be weather proof to ensure safety of inside connections. The
door shall be flush with the exterior surface and shall have suitable locking
arrangement. There shall also be suitable arrangement for the purpose of
earthing.

8.4 The pole shall be adequately strengthened at the location of the door to
compensate for the loss in section.

8.5 Material:

8.5.1 Octagonal Poles - HT Steel Conforming to grade S355JO.

8.5.2 Base Plate - Fe 410 conforming to IS 226 / IS 2062

8.5.3 Foundation Bolts - EN.8 grade

8.6 Welding: The welding shall be carried out confirming to approved procedures
duly qualified by third party inspection agency. The welders shall also be qualified
for welding the octagonal shafts.

8.7 Pole sections: The Octagonal Poles shall be in single section (upto 11 mtr).
There shall not be any circumferential weld joint.

8.8 Galvanization: The poles shall be hot dip galvanised as per IS 2629 / IS 2633 /
IS 4759 standards with average coating thickness of 70 micron. The galvanizing
shall be done in single dipping.

8.9 Fixing Type: The Octagonal Poles shall be bolted on a pre-cast foundation with a
set of four foundation bolts for greater rigidity

8.10 Top Mountings: The galvanized mounting bracket shall be supplied along with
the Octagonal Poles for installation of the luminaries.

8.11 Manufacturing: The pole manufacturing & galvanizing unit shall be ISO 9001:
2000 & ISO 14001 certified to ensure consistent quality & environmental
protection.

9.0 LIGHTING FIXTURES AND ACCESSORIES: The lighting fixtures and their associated
accessories such as lamps tubes, reflectors, housings, ballasts, etc. shall comply with the
latest applicable standards as indicated below. Where no standards are available. the


Page 20 of 50
Electrical Specifications

supply items shall be backed by test results, shall be of good quality and workmanship.
Any supply items which are bought out by the CONTRACTOR shall be ISI certified and
from approved make.

9.1 Lighting Fixture

Code of practice for Industrial Lighting IS : 6665

Code of Practice for interior illumination IS : 3646 (Part I, II)

Luminaires for street lighting IS : 2149

Decorative lighting outfits IS : 5077 -1969

Luminaires, general and safety requirements IS : 1913

Photometric testing of incandescent type IS : 7678 - 190075

Industrial luminaire with metal reflectors IS : 1777 - 1978

Flood Light IS : 1947 - 1980

Electric lighting fittings for Zone 2 areas IS : 8224 - 1976

Dust proof electric lighting fittings IS 4012 - 1967

9.2 Lamps & Lamp Accessories

Ballasts for fluroescent Lamps for Switch IS : 1534 start circuit

Ballasts for HPMV lamps IS : 6616

HPMV Lamps IS:9900 (Part I to IV)

High pressure Sodium vapour lamps IS : 9974 (Part I&II)

Capacitors for use in lamp circuits IS : 1569

9.3 GENERAL REQUIREMENTS: Luminaires shall be designed for continuous


trouble-free operation under atmospheric conditions prevailing at site without
reduction in lamp life or without deterioration of materials and internal wiring.
Outdoor fittings shall be weather-proof and water-proof type.

9.3.1 All luminaires shall be supplied complete with lamps suitable for operation
on a supply voltage and the variation in supply voltage and frequency
prevailing at site.

9.3.2 Fluorescent type, mercury vapour, sodium vapour and metal halide type
luminaires shall be complete with accessories like lamps, ballasts, power
factor imprvement capacitors, starters etc. These shall be mounted as far

Page 21 of 50
Electrical Specifications

as possible in the luminaire housing only. If these can not be


accommodated integral with the luminare then a separate metal enclosed
control gear box shall be included to accommodate the control
accessories together with a terminal block suitable for loop-in, loop-out
connections. Outdoor type fixtures shall be provided with outdoor
weather-proof box with minimum degree of protection IP 54.

9.3.3 Fluorescent type luminaires with more than one lamp shall be
provided with capacitors connected in lead-lag circuit for correction of
stoboscopic effect.

9.3.4 Each luminaire shall have a terminal block suitable for loop-in, loop-out
and T-off connection by 1100 V, I core PVC insulated copper conductor
wires upto 6 sq.mm in size. In outdoor corrosive and hazardous areas the
termination at the luminarie shall be suitable for 1100 V, PVC insulated
copper/ aluminum conductor, armoured cables of sizes upto 6 sq.mm
conductor. Terminals shall be of stud or clamp type. The internal wiring
shall be completed by the MANUFACTURER by means of stranded copper
wire of minimum 1.5 sq.mm size and terminated on the terminal block.
Terminal blocks shall be mounted with minimum two fixing screws.

9.3.5 Mounting facility and conduit knock-outs for the luminaires shall be
provided.

9.3.6 hardware used in the luminaire shall be suitable plated or anodized


and passivated for use in chemical, industrial and power plants.

9.3.7 Earthing: Each luminaire shall be provided with an earthing terminal


suitable for connection to the PURCHASER,s earthing conductor of 1.5 sq
mm stranded PVC wire or unless otherwise specified.

9.3.8 Where separate control gear box is provided for housing the accessories,
the same shall be provided with an earthing terminal suitable for
connecting external earthing conductor.

9.3.9 All metal or metal enclosed parts of the luminaire / control gear box shall
be bonded and connected to the earthing terminal so as to ensure
satisfactory earthing continuity.

9.3.10 Painting / Finish: All surfaces of the luminaire/ control gear box
housing accessories shall be thoroughly cleaned and degreased. It shall
be free from scale, rust, sharp edges and burrs.

Page 22 of 50
Electrical Specifications

9.3.11 The luminaire housing shall be stove-enamelled / epoxy stove enameled/


vitreous enamelled or anodised as indicated under various types of
fittings. Aluminium paint on flame proof fittings is prohibited.

9.3.12 The surface shall be scratch resistant and shall show no sign of cracking
or flaking when bent through 90 deg, over 12.5 mm die mandrel.

9.3.13 The finish of the luminaire shall be such that no bright spots are
produced either by direct light source or by reflection.

9.3.14 External control gear box provided for housing accessories shall be
painted or galvanised

9.4 FLUORESCENT LUMINAIRES (DECORATIVE TYPE):

9.4.1 Mounting rail type: The fixtures shall be suitable for 2 X 36/40W
fluorescent lamp, provided with CRCA sheet steel mounting channel, good
quality acrylic opal diffuser of non yellowing type and high impact
polyesterene black end plates. The mounting channel shall be provided
with a reflector plate to hold the diffuser so that the same shall not come
out when the end plates are removed. Decorative luminaires with mercury
vapour / sodium vapour / metal halide lamps shall be generally outdoor
weather-proof type with degree of protection IP - 55 suitable for conduit
mounting.

9.4.2 Recess Mounted Type: The fixture shall be suitable for 2 x 36/40W
fluorescent lamps and recess mounting on the false ceiling. The fixture
have CRCA sheet steel housing accommodating all the accessories,
reflector plate and good quality non-yellowing type opal acrylic diffuser. It
shall be possible to have access to lamp and other accessories from
below. The housing and the reflector plate shall be stove enamelled.

9.5 INDUSTRIAL TYPE: Fluorescent lamp fixtures shall be suitable for 2 x 36/40 w
fluorescent lamps. The fixture are provided with CRCA sheet steel, mounting
channel containing all the accessories suitably covered with reflector stove
enamelled for general industrial application and vitreous enamelled for humid
atmosphere. Hose proof fixture shall be suitable for 2 x 36/4OW fluorescent lamps
totally enclosed type, suitable for outdoor installation having IP-55 degree of
protection. All external hardware used shall be of stainless steel.

Page 23 of 50
Electrical Specifications

9.6 INCANDESCENT/ HPMV/ SODIUM VAPOUR/ MLL BLENDED/ METAL


HALIDE LUMINAIRE:

9.6.1 High, Medium and Low Bay Luminaires: High and medium bay
luminaires shall be with cast alummium / stove enamelled housing,
anodised aluminium mirror polished reflector, canopy with eye bolt for
suspension, cooling fins. Glass cover shall be provided if specified.

9.6.2 The luminaire shall be suitable for mercury vapour lamps / sodium
vapour lamps / metal halide lamp upto 400W. The control gear
accessories shall be mounted integral with the luminaire.

9.6.3 Low bay luminaires may be with sheet steel / cast aluminium enclosure,
wide angle distribution type polished reflector, acrylic cover and wire
guard complete with neoprene gaskets, mounting bracket etc.

9.6.4 The lummaire shall be suitable for mercury vapour lamps upto 125W and
sodium vapour lamps upto 70W. The control gear accessories shall be
mounted integral with the luminaire.

9.6.5 All luminaires used with metal halide lamps shall be of enclosed type.

9.7 FLOOD LIGHT: The fixtures shall be of weatherproof construction and shall be
suitable for HPMV / Sodium Vapour lamp upto 400W and comprise of epoxy stove
enamelled, cast alummium alloy body, a clear heat resistant flat toughened glass,
an anodised mirror polished aluminium reflector and a focussing device. The
fixtures shall have an arrangement of rotation on both horizontal and vertical
planes and locking in any desired position. Neoprene gaskets shall be provided
where necessary to make the fixture suitable for outdoor installation. The
complete unit shall be mounted on a structural platform. A separate control gear
box suitable for the rating of the lamp specified shall be supplied alongwith
fixture.

9.8 STREET LIGHTING: The fixtures shall be totally enclosed type with gaskets to
prevent ingress of dust, moisture and insects inside the fixture. They shall be of
outdoor weatherproof type. All external hardware such as bolts, and screws,
toggle lever, hinge pin etc. shall be stainless steel. Control gear box can be
integral or supplied separately suitable for mounting on the pole or structure.

9.9 FLUORESCENT LUMINAIRES: The luminaire shall be of semi-cut off or non-cut


off type, with CRCA sheet steel housing, vitreous enamelled, plain or corrugated
clear acrylic cover, complete with integral mounted control gear, neoprene
gaskets, side pipe entry or top suspension type. The luminaire shall be


Page 24 of 50
Electrical Specifications

suitable for 1 x 40 / 36 watts or 2 x 40/36W fluorescent tubes.

9.10 MERCURY VAPOUR AND SODIUM VAPOUR LUMINAIRE: The luminaire shall
be of semi-cut off or cut-off type, with cast aluminium housing, acrylic or
prismatic cover, polished aluminum reflectors, complete with integral mounted
control gear, neoprene gaskets and with rear pipe entry. The luminaires shall be
suitable upto 25OW mercury or sodium vapour lamps.

9.11 ACCESSORIES FOR LUMINAIRES:

9.11.1 Reflectors: The reflectors shall be made of CRCA sheet steel I aluminium
/ silvered glass /chromium plated sheet copper as indicated for above
mentioned luminaires. Reflectors made of steel shall stove enamelled /
vitreous enamelled / epoxy coating finish. Aluminium used for reflectors
shall be anodized / epoxy stove enamelled / mirror polished. Aluminium
paint on the reflectors of flame proof lighting fittings is prohibited.
Reflectors shall be free from scratches or blisters and shall have a smooth
and glossy surface having an optimum light reflecting coefficient such as
to ensure the overall light output specified by the MANUFACTURER.
Reflectors shall be readily removable from the housing for
cleaning and maintenance without disturbing the lamps and without the
use of tools. They shall be securely fixed to the housing by means of
positive fastening device of captive type.

9.11.2 Lamp / Starter Holders: Lamp holders shall comply with relevant
standards. They shall have low contact resistance, shall be resistant to
wear and shall be suitable for operation at the specified temperature
without deterioration in insulation valve. They shall hold the lamps in
position under normal condition of shock and vibration met with under
normal installation and use. Lamp holders for the fluorescent lamps shall
be of the spring loaded bi pin rotor type. The lamp holder contacts shall
provide adequate pressure on the lamp cap pins when the lamp is in
working position. Lamp holders for incandescent, MLL blended, metal
halide, mercury vapour and sodium vapour lamps shall be of Edison Screw
(E.S.) type. Starter holders for fluorescent lamps shall conform to
relevant standards. All material used in the construction of the holder
shall be suitable for tropical use.

9.11.3 Ballasts: The ballasts shall be designed, manufactured and supplied in


accordance with the relevant standards. The ballasts shall be designed to
have a long service life and low power loss. Ballasts shall be mounted


Page 25 of 50
Electrical Specifications

using self locking, anti-vibration fixings and shall be easy to remove


without demounting the fittings. They shall be in dust tight, non
combustible enclosures. The ballasts shall be of the inductive, heavy duty
type copper wire wound, filled with thermosetting, insulating, moisture
repellent polyester compound filled under pressure or vacuum. Ballasts
shall be provided with taps to set the voltage within the range specified
in project information. End connections and taps shall be brought out to
a suitable terminal block rigidly fixed to the ballast enclosure. Ballasts
shall be free from hum and such of those which produce hum shall be
replaced by CONTRACTOR free of cost. Separate ballast for each lamp
shall be provided in case of multi lamp luminaires, except in the case of 2
x 20 watts luminaires.

9.11.4 Electronic Ballast: Electronic ballast shall be suitable for 1 x 36 W/40


W, 2 x 36 W/40 W fluorescent lamp and shall be energy saving, warm
start type having a power factor better than 0.96, having an optimum
wattage delivery to the lamp. The choke shall be suitable for 180-270 V
AC for operation at ambient temperature range of -150C to +50 C.

9.11.5 Starters: Starters shall have bimetal electrodes and high mechanical
strength. Starters shall be replaceable without disturbing the reflector or
lamps and without the use of any tool. Starters shall have brass contacts
and radio interference capacitors. The starters shall generally conform to
the relevant standards.

9.11.6 Capacitors: The capacitors shall have a constant value of capacitance


and shall be connected across the supply of individual lamp circuits. The
capacitors shall be suitable for operation at supply voltage as specified
and shall have a value of capacitance so as to correct the power factor of
its corresponding lamp circuit to the extent of 0.95 lag or better. The
capacitors shall be hermetically sealed preferably in a metal enclosure to
prevent seepage of impregnant and ingress of moisture.

9.12 LAMPS: Lamps shall be capable of withstanding small vibrations and the
connections at lead in wires and filaments / electrodes shall not break under such
circumstances. Lamps / tubes shall conform to relevant standards specified and
shall be suitable for supply voltage and frequency specified in project information.

9.12.1 Incandescent lamps: General lighting service (GLS) lamps shall be


tungsten filament incandescent type. The filament shall be coil type rated
for 230-250 volts, single phase AC. Lamps shall be with Edison Screw


Page 26 of 50
Electrical Specifications

metal lamp caps to prevent pilferage. Lamps shall be milky white for
diffused, soft, glare free lightning rated upto 100watts. Unless otherwise
specified lamps shall be clear type for rated upto 500 watts.

9.12.2 Halogen Lamps: Halogen lamps shall be tungsten halogen type suitable
for fitment in flood light luminaires. Lamps shall be rated 250 volts single
phase AC upto 1000watts.

9.12.3 Gas Discharge Lamps

9.12.3.1 Fluorescent Lamps: Fluorescent lamps shall be low pressure


mercury vapour type with low wattage consumption and high
efficiency and longer burning life (about 7500 hours). Lamps
shall be of warm white or cool day light type with triband
phosphor coated, type suitable for operation on 240V. single
phase AC in standard lengths of 2 and 4 feet.

9.12.3.2 Compact Fluorescent Lamps: These compact fluorescent


lamps shall be of low pressure, low wattage type with integral
glow switch starter with separate/inbuilt ballast. Suitable for
operation on 240 V, single phase AC with burning life (about
7500 hours).

9.12.3.3 Lamps shall be rated 7 W, 9W, 11 W for compact fluorescent


(PL) type and ratings upto 25 W for bulb (SL) type.

9.12.4 High Intensity Discharge Lamps: These lamps include the high
pressure mercury vapour blended lamp, high pressure mercury vapour
lamp and the high pressure sodium vapour lamp.

9.12.4.1 High pressure mercury vapour blended lamps shall be direct


replacement for incandescent lamps of higher wattages and
shall be with in-built control gear, burning life (about 5000
hours). Lamp is available in standard rating of 160W & 220W.

9.12.4.2 High pressure mercury vapour lamps shall be with quartz


discharge tube, internal coated shell, quick restrike time (of
within 5 minutes) and with burning life (about 5000 hours) in
standard ratings upto 1000 watts

9.12.4.3 High pressure sodium vapour lamps shall be with


polycrystalline translucent, coated discharge tube, coated
shell, quick restrike time (of within 5 minutes) and with

Page 27 of 50
Electrical Specifications

burning life (about 10,000 hours) in standard ratings upto


400 watts.

9.12.4.4 Metal halide lamps shall be single ended or double ended as


required. The lamps shall be with quartz discharge tube and
transparent/internal coated shell, quick restrike time (of
within 5 minutes) with burning life (upto 5000 hours) in
standard ratings upto 2000W. The colour rendering index of
these lamps shall be very high. These lamps shall be used
only in enclosed luminaires (lamps without protective
coating).

10.0 GENERATORS: The diesel generator shall be complete with Base, Disel engine,
Alternator, Fuel Tank and Control panel and the Aquostic Enclosure. The DG shall be air-
cooled type with 6 Nos. of heavy duty Dunlop Make anti vibration mounting pads. The
capacity of engine in withstanding the full load current carrying of power requirement
shall be as per IS 10002, BS 5514, DIN 6271 and ISO 3046. Anti vibration mounting will
be supplied by Contractor. The DG set shall be installed 150mm above floor level on a
concrete (PCC 1:2:4) platform.

10.1 The design, manufacture, erection, testing, commissioning and performance of


DG set shall comply with this specification and all relevant specifications, code of
practices of BIS/BSS wherever applicable, as also to the following.

10.1.1 Indian Electricity Rules & Act

10.1.2 Fire insurance regulation

10.1.3 Regulation laid down by Chief Electrical Inspector of the state

10.1.4 Regulation laid down by Chief Inspector of explosive

10.1.5 Regulation laid down by Factory inspector or of the state

10.2 The DG set shall be provided along with all the equipment as mentioned.

10.3 Acoustic Enclosure: The entire DG set shall be mounted in acoustic enclosure.
The engine and alternator set shall be housed within a five sided canopy,
approved by authority like ARAI. The sound level shall be maximum 75 db at
1 Meter from the enclosure under free field condition as per applicable
CPCB norms. The fuel tank and control panel shall be housed outside the
enclosure. The enclosure shall have made up of 16 guage sheet with other
requirements.These sheets shall be treated chemically to ensure that they
withstand harsh tropical environment (as per the drawing no.: IOCL/ENGG/E/805


Page 28 of 50
Electrical Specifications

& 806).

10.3.1 Bonded rock wool (100mm thick, with a high density of 48 kg/m3) shall
be used inside the Acoustic enclosure. This rock wool shall be fire
resistant type, which can be accommodated with 20 SWG aluminium
perforated sheet and this material shall be covered by tissue cloth.
Hamerstone silver gray paint shall be used for the inner surface of the
enclosure.

10.3.2 Acoustic enclosure shall be provided with a sliding / hinged door for easy
access to all components from outside. The roof sheet shall be provided
with 20 slope for sliding of water and any other solid particles.
Necessary hinges and lock shall be provided. Powder coating (Siemens
grey) shall be done as per the standard engineering practice on outer
surface of the enclosure. Control panel shall be fixed outside the
enclosure, preferably in the DG room.

10.3.3 Ventilation duct: The natural drought ventilation duct with sound
absorption with flatten shall be provided to arrest sound leakage and to
provide air circulation in the cabin. One number of axial flow and two
numbers of radial flow fan (Almonard or equivalent approved make) shall
be fitted for proper aspiration of DG set. Scaling materials and base
frames with spacer (70 x 40mm MS channel) shall be provided at the
bottom of the cabin to avoid any vibration and noise etc. Proper
supporting arrangements shall be made for exhaust pipe line with
residential silencer and the same shall be insulated with asbestos rope.

10.3.4 Electric system: One number of tube light with wiring shall be provided
inside the enclosure.

10.4 First filling of 50 litres diesel shall be provided for initial running, testing
and commissioning and approval getting from CEIG also included in the scope of
work.

10.5 General Description: DG set comprises the diesel engine coupled to a self
regulated brush less AC generator by means of a coupling & mounted on a
common base plate. The DG set is to be used in conjunction with the control
panel, battery & fuel tank. The general requirement of above items shall be as
follows:

10.6 Description of Diesel Engine: The diesel engine shall be Air cooled type, totally
enclosed, compression ignition, four stroke suitable to give rated BHP at 1500

Page 29 of 50
Electrical Specifications

RPM, generally in accordance with ISO-3046/DIN-6217/IS-10000/BS-5514,. The


engine shall be capable of taking an overload of 10% for one hour during any 12
continuous hours running. The following items are to be included:

10.6.1 Suitable turbo charger driven from exhaust gas.

10.6.2 12 Volt electric starting system complete with starter gear ring, starter
motor, battery charging alternator with in built regulator.

10.6.3 Instrument panel

10.6.4 Fly wheel without flywheel housing.

10.6.5 Coupling guard

10.6.6 Gear type Lube oil pump, Lube oil filter and lube oil cooler.

10.6.7 Fuel Oil Filter, Fuel Injection System complete with injector pump,
nozzles, & governor

10.6.8 Exhaust Manifold (uncooled)

10.6.9 Engine cooling fan with fan cowling

10.6.10 Standard Fuel Tank for 12 hours continuous running. The fuel tank
shall be fitted with a vent pipe, having provision for extension of the
pipe and fuel level indicator.

10.6.11 AVM Pads

10.6.12 First fill lube Oil

10.6.13 Set of Standard Tools.

10.6.14 Standard oil resistant flexible hoses connection for fuel systems.

10.6.15 Exhaust flexible pipe with necessary flanges/connections.

10.6.16 Set of Batteries and connecting leads.

10.6.17 Any other material required to complete the set.

10.7 AC Generator: AC Generator shall be brushless type, SPDP, with IP 23 degree of


protection, of 10 to 50 KVA rating (as per requirement), 3 phase 50 Hz, 415 Volts,
4 wire, not less than 0.8 power factor, self regulated, self excited, fitted with end
shield, ball /roller bearings. Alternator shall generally confirm to BS 2163/IS 4722,
Class F insulation, with temperature rise limited to class B, The excitation to be
provided by an over hung exciter of rotating armature type with rotating diode
assembly in conjunction with a static automatic voltage regulator (AVR).

Page 30 of 50
Electrical Specifications

10.7.1 Technical particulars of AC Generator:

Power factor : 0.8 (lag)

Governing specification : IS 4722

Type of enclosure : IP 23 (Minimum)

Insulation class : F with temperature rise limited to class B.

Speed in rpm : 1500

Frequency : 50 cycles

Rated Volts : 415 Volts

No. of phases : Three

50 % of over load capacity : 15 second.

Minimum 10% of overload for 1 hour for every 12 hours of operation.

Direction of rotation : Anti clockwise when viewed from non


driving end.

Method of lubrication : Grease

Type of excitation units : Brush less

Terminal box : suitable for termination of 1 No. three and


half core power PVC- A- PVC Al. cable, as
per DG rating

Earthing terminal : 2 Nos. external.

10.8 BASE FRAME: The engine and alternator shall be coupled on a sturdy channel
steel base through a flexible coupling.

10.9 CONTROL PANEL: The control panel shall be of fabricated sheet metal
construction, dust & vermin proof, floor mounting type, suitable for indoor use
having cable entry from the bottom. The components & other details shall be as
per the data sheet attached.

10.9.1 Construction

Mounting : Floor

Enclosure : Sheet steel (CRCA) Minimum 14 gauge (2mm). The front &
the rear doors shall be hinged type.

Degree of protection : IP 54

Page 31 of 50
Electrical Specifications

Painting : All sheet metal work shall be degreased, pickled,


phosphated and then applied with two coats of zinc chromate primer
and two coats of epoxy paint. Both the primer and the final paint shall be
stoved. Both inside and outside final paint shall be epoxy. Outside shade
630 as per IS 5 and inside white.

10.9.2 Components:

MCCB : L & T/Siemens/GE make, 4 Pole, 415 V with static releases for
O/C, E/F and under voltage.

AC Voltmeter with selector switch : 0-500 V

AC ammeter with selector switch : As per DG rating

Frequency meter : Reed type.

KW meter: All the above instruments shall be flush mounting type of size
72x72 mm

CT & PT for protection and metering : As required

Indication lamp (LED) : ACB ON : Red ACB OFF : Green ACB tripped :
Amber

Fuses, auxiliary contactor and other control switches: As required

ANNUNCIATION: The following annunciation to be provided in the panel

10.9.3 Battery Charger: An automatic constant voltage battery charger shall be


incorporated for charging the battery of cranking motor for keeping the
battery under trickle charge when the engines are not running. The inter
lock between the charger and the engine starting switch shall be so
provided that when the engine is being started or running the battery
charger shall be in off condition. The charger shall be mounted in the
lower half / front of the DG panel. The charger shall consist of following:

Transformer rectifier unit

DC Ammeter 15-0-15 A

DC voltmeter 0- 30 V

OFF/Trickle/Boost

Auto manual switch

Indicating lamps (LED)

Page 32 of 50
Electrical Specifications

Charger- ON

Boost - ON

Trickle Charger ON

10.9.4 TERMINALS & ACCESSORIES:

CABLE SIZE : Incoming -1 Nos. 3.5 C Power cable, Al.conductor, PVC


insulated cable from Generator to Control panel.

Outging - 1 Nos. 3.5 C Power cable, Al.conductor, PVC insulated cable

For Battery charger : 3 x 2.5 sq. mm (cu) cable.

Gland Plate : 3 mm thick MS gland plate undrilled shall be provided in the


panel

10.10 AMF PANEL (Automatic Mains Failure Panel): The AMF Panel shall house
normal DG Control Panel along with facility for auto change over from main to DG
during normal power failure. The AMF Panel shall perform the following additional
compared to the normal DG control Panel in the event of Mains failure. When
mains power fails, AMF Panel shall sense the absence of mains voltage and initiate
automatic start of the DG set and simultaneously the Load shall be disconnected
from the mains. As the power generated by the DG set reaches the pre-
determined voltage & frequency, the Load shall be connected to the DG set within
a pre set time. If the DG set fails to start in three successive attempts and attain
the operating speed, it shall get disconnected and locked out automatically with
annunciation to this effect. When normal power restores to the normal voltage for
a pre set time the electrical load shall be automatically thrown back to the normal
supply. The DG set shall run at full speed at no load for a pre set time and then
switched Off automatically if the normal power supply continues to be healthy. In
case the automatic operation is not required, provision for Manual start shall be
available on the AMF panel.

Page 33 of 50
Electrical Specifications

GENERAL SPECIFICATIONS

1.0 WEATHER PROOF JUNCTION BOX FOR EMBLEM POLE, SINGLE AND DOUBLE
ARM LIGHT POLE:

1.1 Supplying and fixing of FLP junction Box/ weatherproof junction box
wherever necessary.

1.2 Weatherproof junction box shall be 3mm thick 100mm square type and FLP
junction box shall be of 125 mm dia. The JBs shall be of 3 or 4 way.

1.3 4 Way 6A B type connector shall be fixed inside the junction box over a Hylam
sheet.

1.4 Two coat of synthetic enamel paint over a coat of red oxide primer.

2.0 CABLING & ALLIED WORKS: ARMOURED CABLES Supply & laying of XPE insulated PVC
sheathed aluminium/ copper conductor, 1.1 kV grade armoured cable conforming to
IS:7098, as per approved make in ground/ trench/ surface/ pipe, etc. wherever required
as per direction of Engineer In-charge. Note: The rate of Installation should be inclusive of
Cable clamps, tags Saddles, Consumables etc. Trays/ pipes, trenches, fabricated tray
supports etc will be covered & paid in Separate Items.

3.0 CABLE TERMINATION GLANDS:

3.1 NON-FLP HEAVY DUTY DOUBLE COMPRESSION GLAND: Providing


termination of 1.1 kV grade armoured cable for the following sizes including
supply of NON FLP heavy duty Double Compression cable glands, crimping type
lugs and allied jointing materials, etc. all complete as per specification & direction
of Engineer In-charge. Glands and lugs shall be of approved make. Copper lugs
for copper cables and aluminium lugs for aluminium cables shall be used

3.2 FLP HEAVY DUTY DOUBLE COMPRESSION GLAND: Providing termination of 1.1 kV
grade armoured cable for the following sizes including supply of FLP heavy duty double
compression cable glands, Baliga/ CEAG-FCG/ Flexpro/ FEPL make, crimping lugs and allied
jointing materials, etc. all complete as per specification & direction of Engineer In-charge.
Copper lugs for copper cables and aluminium lugs for aluminium cables shall be used.

4.0 CABLE JOINTING: Providing straight through joint of following 1.1 KV grade XLPE insulated
armoured cable with M-Seal make jointing kit, and other jointing material, etc. all complete including
supply of all materials as per specification & direction of Engineer In-charge.

Page 34 of 50
Electrical Specifications

5.0 CABLE ROUTE MARKER: Supplying and installing of GI cable route marker with 100mm x 100mm
x5mm thick GI Plate with inscription thereon, bolted/welded to 35mm x 35mm x 6mm angle iron,
600mm long and fixing the same in ground as per drawing & direction of IndianOil Job also include
painting with one coat of redoxide and finishing paint.

6.0 CABLE BRICK DUCT: Providing & constructing underground brick duct 650mm below GL for laying
of 3 cables of max. diameter 70mm, complete with supply and laying of sand, bricks & including
Excavation and backfilling in all kind of soils.

7.0 CABLE PIPE DUCT: Providing and laying minimum class-B 50mm dia GI pipe for cable
routing under flooring/ EB post leading including sealing both ends with jute and Bitumen/
M seal, including required excavation/ back filling for all kinds of trench works.

8.0 COPPER FLAT TYPE SUBMERSIBLE CABLE (FOR SUBMERSIBLE PUMP):

8.1 Supplying and Laying 3 x 2.5 Sqmm submersible flat type copper cable from
submersible pump to motor starter shall be provided. Waterproof jointing material
shall be used for cable jointing between motor and starter cable under the water
surface.

8.2 Supplying and Laying 3 x 4 Sqmm submersible flat type copper cable from
submersible pump to motor starter shall be provided. Waterproof jointing material
shall be used for cable jointing between motor and starter cable under the water
surface.

9.0 JUNCTION BOXES AND ALLIED WORKS:

9.1 Junction boxes with terminals shall be supplied for branching and
terminating lighting cables wherever required for outdoor areas, 3 phase
receptacles etc.

9.2 The junction boxes shall be dust and vermin proof of outdoor /weatherproof
construction(IP55) and shall be made of from cats iron / cast aluminium and shall
be complete with all accessories. They shall be provided with gasketed front door
hinged at one end and fixed with captive screws at other end. Paint shade shall be
630 as per IS 5.

9.3 The boxes shall have provision for wall, column, pole or structure mounting and
shall be provided with cable/conduit entry knock cuts, terminal blocks as per the
requirement.

9.4 The terminal blocks, with specified number of terminals, shall be mounted
securely on brackets welded to the back sheet of the box. The terminals block
shall be rated for 1100V and 15A, one piece construction complete with terminals,


Page 35 of 50
Electrical Specifications

insulation barriers, galvanized nuts, bolts and washers etc. and provided with
identification strips of PVC. The terminals shall be made of copper alloy and shall
be of box clamp or clip on type. The terminals shall be suitable for terminating 2
nos. 2.5 sq min stranded copper conductors on each side. At least two terminals
in each box shall be suitable for terminating 4 sq- mm conductors.

9.5 The boxes shall be hot dip galvanized or painted with one coat of red oxide zinc
chromate primer followed by a finishing coat of paint (Shade 630 as per IS: 5).

9.6 Junction boxes shall be of flameproof type for zone-1 & II areas.
Flameproof junction boxes shall be of approved make and shall be approved by
competent certifying authority regarding their suitability for use in hazardous
areas.

10.0 FLEXIBLE COPPER CABLE WITH CROCODILE CLIP: Supplying & laying of single core
50 sq.mm multi stand flexible copper wire with suitable size of crimping socket on one end
and other shall be crocodile clip. This shall be installed near tanker unloading area. One
end of the flexible cable shall be terminated in the nearest earth strip.

11.0 LIGHTNING PROTECTION: Supplying and laying of GI strip/copper flat as mentioned


from individual earth pit to lightning arrester as per IS: 2309 1963 for protection of
buildings and allied structure against lightning. Job includes supply and installation of air
terminal at the top of the structure through the porcelain insulator. Earthing system of
lightning protection must be independent of an equipment earthing system as per IE
rules.

12.0 EARTHING CONNECTION: All connections in the main earth conductors in


earth/concrete and connection between main earthing conductor and earth leads shall be
of welded/bolted type. Connection between earth leads and earthing terminal provided on
the equipment shall be bolted type unless specified otherwise. Welding operations and
fluxes shall be as per the approved standards. All joints shall be made such that contact
resistance is negligible. All bimetallic connections shall be treated with suitable
compound to prevent moisture ingression. Metallic conduits and pipes shall be
connected to the earthing system unless specified otherwise. Lightning protection
system down conductors shall not be connected to any earthing conductors above
ground level.

12.1 TESTING OF EARTHING SYSTEM: The CONTRACTOR shall ensure the


continuity of all conductors and joints. Following tests shall be done after
completion of entire earthing job.

Page 36 of 50
Electrical Specifications

12.1.1 Earth pit resistance measurement by earth meggar of 10 Ohm range.


Earth pit resistance for earth pits shall not be more than 1.0 Ohm. Incase
earth resistance is more than 1.0 Ohm, increase number of earth pit.

12.1.2 Earth continuity tests for all equipment by meggar.

12.1.3 Certificate for earth test shall be submitted by the contactor as per IE
rules & regulation.

12.1.4 The CONTRACTOR shall bear the cost of all such tests.

12.2 RECOMMENDED PRACTIES FOR EARTHING:

12.2.1 Earth Resistance of the System should not exceed 1 ohm

12.2.2 Minimum Spacing between two electrodes shall be twice the length of the
electrode

12.2.3 Earth Grid shall be 1.5 metre away from building column and to be buried
at a depth of 600 mm.

12.2.4 Interconnection of G.I. strips in the earth grid should be done by welding
instead of bolting, and the welded portion should be painted with zinc-rich
paint (Epilux: -4 or black bitumen paint to avoid rusting.

12.2.5 The connection of the grid strips with the earth electrodes shall be made
by grouting C type clamp on the side walls of the earth pit so that it shall
be possible to isolate the earth electrode and measure its earth pit
resistance.

12.2.6 Down conductors of lightning arrestors shall be connected to the separate


earthing pits and not to the earthing grid directly.

12.2.7 All the earthing pits shall be interconnected with the earth grid so as to
obtain the minimum earth resistance of 1 ohm.

12.2.8 Equipment earthing should always be crimped in suitable lugs if done with
cable/ GI Wire ropes. Usage of solid conductor to be avoided, as it gives
rise to loose connection with crimped socket.

12.2.9 The earthing for UPS system and Computers shall be routed through
insulated PVC pipe.

Page 37 of 50
Electrical Specifications

13.0 ELECTRICAL SAFETY IN SWITCH ROOM/GENERATOR ROOM ETC:

13.1 Supplying, laying in position on cable trenches, 6mm thick MS chequered plate of
IS approved Make in required size including cutting, grinding, smoothening of
edges etc.

13.2 Providing 11KV tested rubber mat of superior quality at site conforming to Indian
Electricity Rules, for MCC rooms & Generator rooms.

13.3 Providing 11KV tested rubber hand gloves of superior quality at site confirming to
Indian electricity rules, for MCC rooms & Generator room.

13.4 Supplying and affixed resuscitation chart both English and local language with
40mm thick wooden frame and 3mm thick along with plain glass covering.

14.0 ELECTRICAL PANELS:

14.1 Supply, installation, testing and commissioning of cubicle type power and motor control
centre with 6nos of LED type (RYB) indicating lamps, 3 Nos. of ammeters,1No.of voltmeter
with selector switch,3nos. of 100/ 5A CTs, control fuses, control wiring etc., and to be
fabricated out of 16 SWG MS sheet undergone 7 tank process and painted with
anticorrosive primer and two coats of grey enamel paint and having following specific
components complete as per enclosed standard drawings:125A FP SFCOS with 125A HRC
fuse as incomer-1 No125A TPN busbar chamber with Aluminium bus63A TPN SDFU with
50A HRC fuse as outgoings - 4 Nos63A 100mA RCBO (MCB+ELCB) - 3 Nos.63A 300mA
RCBO (MCB+ELCB) - 1 No.6-32A SP MCB - 40 Nos.10A DP MCB - 12 Nos.25A TP MCB - 3
Nos.Dummy plates - 23 Nos.

14.2 Supply, installation, testing and commissioning of cubicle type power and motor control
centre with six nos of LED type (RYB) indicating lamps, 3 Nos. of ammeters,1No. of
voltmeter with selector switch, 3 Nos. of 100/5A CTs, control fuses, control wiring etc.
andto be fabricated out of 16 SWG MS sheet undergone 7 tank process and painted with
anticorrosive primer and two coats of enamel paint& having following specific components
complete as per enclosed standard drawings:125A FP SFCOS with 100A HRC fuse as
incomer-1 No125A TPN busbar chamber with Aluminium bus.63A TPN SDFU with 50A HRC
fuse as outgoings -3 Nos63A 100mA RCBO (MCB+ELCB) - 2 Nos.63A 300mA RCBO
(MCB+ELCB) - 1 No.6-32A SP MCB -24 Nos.10A DP MCB - 9 Nos.25A TP MCB -3 Nos.
Dummy plates - 3 Nos.

14.3 Supply, installation, testing and commissioning of cubicle type power control centre with
6nos of LED type (RYB) indicating lamps, 3 Nos. of ammeters, 1No. of voltmeter with
selector switch,3 Nos. of 250/ 5A CTs, control fuses, control wiring etc.& to be fabricated
out of 16SWG MS sheet undergone 7 tank process and powder coated /painted with


Page 38 of 50
Electrical Specifications

anticorrosive primer and two coats of enamel paint and having following specific
components as per enclosed standard drawings:125 A FPSFCOS with 125A HRC fuse as
incomer-1 No125 A TPN busbar chamber with Cu bus.125A TPN SDFU with 125A HRC fuse
as outgoings -2 Nos.

15.0 SWITCH FUSE UNIT WITHOUT FUSE: Supply & fixing switches/ accessories in sheet metal
enclosure including providing of required connections with supply of necessary cable/ conduits as
required in case of existing control switch panel/switch board etc. all complete as per specification
and direction of Engineer-In-Charge. (SFUs shall be of approved make and SFUs shall be without
fuse).

16.0 HRC FUSE LINK:

16.1 Supply, fixing and connection of following KNIFE TYPE HRC fuse link AS PER
IS:13703:1993 & IEC 269:1986 of M/S HAVELL/ L&T /GEC Astholm/ Standard /MDS make
or approved equivalent in distribution board etc all complete with labour & materials KNIFE
TYPE HRC FUSE LINK.

16.2 Supply, fixing and connection of following BOLTED TYPE HRC fuse link AS PER
IS:13703:1993 & IEC 269:1986 of M/S HAVELL/ L&T / GEC Astholm/ Standard /MDS make
or approved equivalent in distribution board etc all complete with labour & materials
BOLTED TYPE HRC FUSE LINK.

17.0 DOL STARTER: Supply and installation of L&T / Siemens OR equivalent make DOL motor starter
(WITH ALL ACCESSORIES INCLUDING O/L RELAY ETC.) confirming to IS:13947-4 on walls/steel
structure, connection of cables all complete with labour and materials as per direction UPTO 5.5KW.

18.0 MCB DISTRIBUTION BOARD:

18.1 SINGLE PHASE MCB Supply & fixing of MCB Distribution Board double door type, IP-
42,inclusive of MCB, Single Phase, as per approved make of following types with all
accessories such as tinned copper busbars, neutral link, earth bar, din bar, knockouts,
interconnections, earth studs, etc. (MCB - 10KA Breaking Capacity).

18.2 THREE PHASE MCB Supply & fixing of MCB Distribution Board double door type inclusive of
MCB, Three Phase, as per Approved Make of following types: (MCB -10KA Breaking
Capacity).

19.0 EARTH LEAKAGE CIRCUIT BREAKER: Supplying and fixing of relevant capacity of 4
pole earth leakage circuit breaker (ELCB) 300 MA sensitivity and breaking capacity of 10
KA as approved make shall be provided as incomer of MCB DB as per IS specification.

Page 39 of 50
Electrical Specifications

20.0 CHANGE OVER SWITCH:

20.1 WITH MECHANICAL INTER LOCKING: Supply, Erection, testing and


commissioning of wall mounted type change over switch board (off lead with
mechanical inter locking) shall be 1.6mm thick CRCA plain black shut steel dust
and vermin proof enclosure as per Drg. No. M&A / E / 302.

20.1.1 A relevant capacity of fuse switch unit with HRC fuses as a incomer of
both supply (EB and DG set) with relevant capacity of Tinned copper Bin
bar (current rating of Bin bar is not less than 1.5A / Sqmm) shall be
connected both supply main source as well as outgoing.

20.1.2 Two lock with one key mechanical inter locking arrangements shall be
provided on incomer of fuse switch unit to avoid parallel operation of both
supply at a time.

20.1.3 This board also incorporated with 96 Sqmm Voltmetre, Ammetre (CT
operated) and selector switch for Voltmetre, Ammetre, 3 Phase indicator
lamp with 6A control fuse- 3 Nos. relevant capacity of current transformer
(CT) for measuring current level in this board as per IE rules.

20.2 4 POLE CHANGE-OVER SWITCH WITH NECESSARY CONNECTIONS:


Supply, erection, testing and Commissioning, of wall mounted MCB Distribution
shall be 1.6 mm thick CRCA plain blank sheet steel dust and Vermin proof
enclosure as per Drg. No. IOC/ENGG/E/302 with relevant capacity of MCBs are
incorporated with the board.

21.0 CAPACITOR: Supplying and installation of capacitor on suitable angle iron frame. Per
KVAR (MPP HD capacitor, 415 V)-10KVAR. Scope shall be supply and installation of
Capacitor bank of MPP type/All PP type of approved make along with the cable
termination. The capacitor bank may comprise of suitable number of single phase units in
series parallel combination. Capacitor shall have inductive coil to take care of inrush
current. The performance characteristic of the capacitor banks shall be as per relevant
IS. Capacitor bank shall be connected by 3 core cable of relevant size from MV
panel/DB.(Cost of cable, and termination shall be paid separately)

22.0 EB METER BOARD: Supply, Erection, testing and commissioning of wall mounting type
dust and vermin proof enclosed EB meter board as per drawing no. IOC/ENGG/E/304.
4mm thick clear plain glass150sq.mm shall be fixed infront of EB meter, to see meter
reading without opening the door. 10mm thick hylum sheet (Required size) shall be used
for fixing of EB meter. 100A rewireable porcelin fuse carrier-3nos. shall be fixed with
another compartment. Additional space shall be provided for fixing of 125A TPN FSU(open

Page 40 of 50
Electrical Specifications

execution) for EB main controlling switch gear (cost of 125 A FSU shall be paid under
separate item of work.). Necessary loop wiring 3Cx25 sq mm copper shall be inter
connected between EB metre, fuse carrier and main switch.

23.0 ENERGY METER 3-PHASE, 4 WIRE (KWH) - ORDINARY TYPE: Supply and fixing of 3
ph 4 wire (30 to 40 A) A/c energy meter SIMPCO/ BHEL/IMP/ ALSTOM or equivalent make
for calculating electricity utilized from DG set supply on the existing MCB panel board with
required size (10mm thick) hylam sheet. Necessary inter connection (7/16 VIR copper
conductor) between energy meter and change over switch shall be paid under separate
item of work.

24.0 FUSE CARRIER: Supplying and fixing of relevant capacity of fuse carrier kitkat rewirable
type fixing in required size of teakwood board on EB post as per local EB authority.

25.0 PROVIDING INTERNAL WIRING AND ALLIED WORKS: The wires for wring in
lighting system shall be 1100 V, 1 core PVC insulated, unarmoured with stranded copper
conductors, unless otherwise specified. The wires shall conform to the applicable
standards specified. The minimum area of conductors shall be 2.5 sq.mm for light fittings
and 5A receptacles and 4 sq.mm for receptacles rated 15A. The wires shall be coded
white for phase/positive of DC and black for neutral/negative of DC.

25.1 Wiring for light point/ fan point/ exhaust fan point/ call bell point with 1.5 sq.mm FR PVC
insulated copper conductor single core cable in surface / recessed medium class PVC
conduit, with piano type switch, phenolic laminated sheet, suitable size M.S. box and
earthing the point with 1.5 sq.mm. FR PVC insulated copper conductor single core cable etc
as required.

25.2 Wiring for light point/ fan point/ exhaust fan point/ call bell point with 1.5 sq.mm FR PVC
insulated copper conductor single core cable in surface / recessed medium class PVC
conduit, with modular switch, modular plate, suitable GI box and earthing the point with
1.5 sq.mm. FR PVC insulated copper conductor single core cable etc as required.

25.3 Wiring for light/ power plug with 2X4 sq. mm FR PVC insulated copper conductor single
core cable in surface/ recessed medium class PVC conduit along with 1 No 4 sq. mm FR
PVC insulated copper conductor single core cable for loop earthing as required. with
modular switch, modular plate, suitable GI box.

25.4 Wiring for light/ power plug with 2X4 sq. mm FR PVC insulated copper conductor single
core cable in surface/ recessed medium class PVC conduit along with 1 No 4 sq. mm FR
PVC insulated copper conductor single core cable for loop earthing as required. with
modular switch, modular plate, suitable GI box.

Page 41 of 50
Electrical Specifications

25.5 Providing following point wiring with standard wire/ cable, plug, fittings, with suitable
sockets, suitable GI box with front plate etc. complete, to include circuits from distribution
boards to individual point boards, suitable PVC casing capping and required accessories
pulling of wires, etc. complete

25.5.1 Supplying and drawing co-axial TV cable RG-6 grade, 0.7 mm solid copper
conductor PE insulated, shielded with fine tinned copper braid and protected with
PVC sheath in the existing surface/ recessed steel/ PVC conduit as required

25.5.2 Supplying, drawing sub-main/power wiring with PVC insulated Copper1100 V


grade FRLS type through heavy duty rigid PVC conduit either on wall or in
concealed. The job include terminations at both ends through proper jointing
materials all complete for the following. Make of Insulated wires shall be as per
approved make.

26.0 TELEPHONE POINTS: Providing & laying 19mm dia., 2mm thick PVC rigid conduit pipe
with 2 pair telephone cable 0.61mm tinned copper, for telephone points. Supplying and
fixing of 2 pin telephone socket modular type shall be paid under separate item of work.

27.0 TV POINTS: Providing & laying 19mm dia., 2mm thick PVC rigid conduit pipe with copper
TV

28.0 CABLE FOR TV POINTS: Supplying and fixing of TV socket modular type shall be paid
under separate item of work.

29.0 POINT WIRING FOR STREET AND FLOOD LIGHTING: Supply and installation of
cables required between LDB and junction box mounted on street lighting pole/flood
lighting tower and also between junction box mounted on food light tower to metal
enclosed control gear box located near flood light fixture, supply and installation of all the
termination accessories, termination, testing and commissioning of cables. CONTRACTORs
scope of work also includes excavation, preparation of riddled soil bedding. supply and
installation of protective covers over the cable, backfilling, ramming. supply and
installation of route markers, supply and installation of pipes for road crossing,
supply and installation of necessary cleating arrangement for cabling on flood light
tower, supply of labour, supervision, welding equipment, all tools and tackles and testing
equipment as required. Earthing of street light pole/ flood light tower lighting fixtures, etc.
is included under point wiring.

30.0 SUPPLYING AND FIXING ELECTRICAL FITTINGS/ FIXTURE OF APPROVED


MAKE: Wherever the replacement of any existing electrical fitting is undertaken, the
Corporation shall not make any payment for dismantling the fittings from the existing
position/equipment including all connections. Fixing the newly supplied electrical fittings in

Page 42 of 50
Electrical Specifications

position including making end connections, wherever required with Electrical fittings.
Testing the supplied electrical fittings to the entire satisfaction of our Site engineer.

31.0 LIGHT POLES: This specification covers the requirements of supply and installation
of street lighting poles & Decorative Poles, junction box for pole lights and wiring for pole
lights. Lighting poles for street lights and flood lights shall be of stepped tubular/swaged
type construction as per applicable standard & IOCs drawings. The steel poles shall be
coated with bituminous preservative paint on the inside as well as embedded
outside surface. Exposed outside surface of steel poles shall be painted with two coats of
red lead oxide primer. After completion of installation two coats of aluminium paint shall
be applied. The supply of poles shall be complete with fixing bracket/necessary pipe
reducer for fixing the fitting and also include the necessary associated pole mounted
junction boxes. The poles shall be complete with internal wiring between junction box to
fixing bracket.

32.0 Supply and installation of street light poles and decorative poles including
associated junction boxes, links and terminals for junction boxes near each flood light
fixtures of following types.

32.1 Supply, erection, painting of light poles of L-pole & Y-pole type of different height
(7M & 9M) as per relevant standard.

32.2 Supplying of Single/Double arm Decorative poles.

32.3 Supplying, fabricating flood light pole with single or double arms decorative as per
design, specification and drawing enclosed.

32.4 Painting the pole with two coats of red oxide primer and two coats of synthetic
enamel paint of approved make and shade after scrapping the surface with wire
brushes, abrasive etc.

32.5 Fixing of Single/Double arm poles & Decorative poles

32.6 Fixing of supplied Single arm pole & Single arm decorative pole as per drawing.

32.7 Fixing of supplied Double arm pole & Double arm decorative pole as per drawing.

33.0 AREA LIGHT POLES: Supply, erection and painting of area light poles of following types including
38/50mm dia tubular arm, MS base plate, earth boss, including concrete foundation (M 15) of
approx. size 0.5M x 0.5M and depth varying from 1.25M to 1.5M as per IS:2713 (Part II) and as per
site condition, all complete as per site direction. Pole painting to be done with two coats red oxide
primer and two coats of alluminium paint.

33.1 Supply, fitting, fixing of arm bracket, tubular type, 38mm/50mm dia on pole including
painting, all complete.


Page 43 of 50
Electrical Specifications

33.2 Supplying & drawing inside the poles 3 core 2.5 sq.mm PVC insulated flexible copper
conductor, fixing of junction box at the pole base (excluding supply of JB), making all
connections on both ends, all complete as per specification and direction of Engineer In-
charge.

34.0 7 METER HIGH GALVANISED OCTAGONAL POLE with top 70mm (A/F), bottom 130mm (A/F)
made up of 3 mm thick plate having a base plate of size 220 x 220 x 12 with single arm 1500mm
long bracket arm made up of 4 8 O.D. pipe with EN 8 grade galvanised foundation bolts and anchor
plate on suitable concrete foundation as per standard drawings enclosed herein(Civil & Electrical
works shall be paid separately) having fixing arrangement for mounting2 Nos. of 250W Metal halide
luminaries (on opposite sides)

35.0 9 METER HIGH GALVANISED OCTAGONAL POLE with top 90mm (A/F), bottom 158mm (A/F),
made up of 3mm thick plate having a base plate of size 285 x 285 x 16 with single arm 1500mm
long bracket arm made up of 4 8 O.D. pipe with EN grade galvanised foundation bolts & anchor
plate on suitable concrete foundation as per standard drawings enclosed herein (Civil & Electrical
works shall be paid separately) having fixing arrangement for mounting 2 Nos. Of 250W Metal halide
luminaries (on opposite sides)

36.0 INSTALLATION OF THE SUPPLIED LIGHT POLE: Erection, Installation and commissioning of
company supplied yard light poles including grouting in C.C. & painting, internal wiring, etc
complete as per direction of Engineer In-charge (Civil job is included but painting shall be paid
separately.

37.0 ILLUMINATION AND ALLIED WORKS:

37.1 Providing fluorescent tube light fitting, with 2x36 watt lamps, starter, choke, rotary holder,
down rods (if required), etc. all complete as per specification and direction of Engineer-In-
Charge. (For inside Building).

37.2 Providing mirror optic fluorescent tubelight fitting with 2x36 watt lamps, starter, choke,
rotary holder, down rods, etc. all complete as per specification and direction of Engineer-
In-Charge (for inside the Sales building).

37.3 Providing fluorescent tube light fitting with 1x36watt lamps, starter, choke, rotary holder,
down rods(if required), etc. all complete as per specification and direction of Engineer-In-
Charge. (For inside Building).

37.4 COMPACT FLUORESCENT & T5 LIGHT FITTINGS

37.5 SODIUM STREET LIGHT FITTINGS: Supply & fixing of street lighting luminaries including
supply & fixing of 150W HPSV lamp (SON-T), control gears and other accessories all
complete as per specification and direction of Engineer In-charge.

Page 44 of 50
Electrical Specifications

37.6 SODIUM VAPOUR YARD LIGHT FITTINGS: Supply & fixing of street lighting luminaries
including supply &fixing of 250W HPSV lamp(SON), control gears and other accessories all
complete as per specification and direction of Engineer In-charge.

37.7 MERCURY VAPOUR STREET LIGHT FITTINGS: Supply & fixing of street lighting luminaries
including supply & fixing of 250W HPMV lamp (HPL-N), control gears and other accessories
all complete as per specification and direction of Engineer In-charge.

37.8 MERCURY VAPOUR YARD LIGHT FITTINGS: Providing and fixing yard light luminaire with
1x250W mecury vapour lamp including all required accessories on light poles, all complete
as per specification and direction of Engineer In-charge.

37.9 METAL HALIDE YARD LIGHT FITTINGS Providing and fixing yard light luminaire with 250W
MHL lamp including all required accessories such as, control gear, fixtures,etc. on light
poles, all complete as per specification and directionof Engineer In-charge.

37.10 FALSE CEILING RECESSED MOUNTED FITTINGS: Supply and fixing of following recessed
mounting luminaires of Philips/ Crompton/ WIPRO make for false ceiling including provision
of suitable ply board over false ceiling for mounting of fittings, etc. all complete as per
specifications and equivalent to Philips cat no. as per details given and direction of
Engineer In-charge.

37.11 HOARDING LIGHT FITTINGS: Supply and fixing of following flood light luminaires of
approved make with all accessories for Hoarding lighting, etc. all complete as per
specifications and direction of Engineer In-charge.

37.12 Supply installation testing & commissioning of Double ended Metal Halide Fitting with
20mm dia M.S. Square Pipe supports for providing illumination on hoarding for following
wattages.

37.13 CANOPY LIGHT FITTINGS: Supply & fixing of Metal Halide Luminaries for under Canopy
lighting as per manufacturer's recommendation including supply & fixing of High Pressure
Metal Halide lamp(HPI-T), control gears and other accessories all complete as per
specification and direction of Engineer In-charge.

37.14 Supply & fixing of CFL Luminaries for under Canopy lighting as per manufacturer's
recommendation including supply & fixing of 3X36 Wlamp, control gears and other
accessories all complete as per specification and direction of Engineer In-charge.

37.15 Supply and erection of following flame proof/flood light fittings with toughened glass and
mesh suitable for HPMV lamp with separate control gear box. The job includes the cost of
fitting and erection, lamp, erection of control gear on suitable MS brackets etc.

Page 45 of 50
Electrical Specifications

37.16 BULKHEAD/ WELLGLASS LUMINARIES Supply & fixing of bulkhead type Luminaries PHILIPS
Cat. No. : NXC 101/ WIPRO cat no. WKP 14109 including supply & fixing of lx9W PLS lamp,
etc. all complete as per specification and direction of Engineer In-charge.

37.16.1 125 W HPMV well glass fitting with lamp

37.16.2 250 W HPMV flood light fixture with lamp

37.17 Supply & fixing of wellglass type FLP Luminaries including s/f of lxl60W MLL lamp, hanging
arrangement by suitable MS frame, etc. all complete as per specification and direction of
Engineer In-charge.

37.18 CEILING FANS Supply & fixing of ceiling fan for inside of the sales building. Ceiling fans
shall be suitable for operation on 240 V, 1 phase, 50Hz supply and shall be
complete with standard mounting accessories such as suspension rods, top and
bottom caps etc. The fans shall be supplied with appropriate speed regulators.
The fans shall generally conform to the applicable standards. Details regarding
blade sweep and suspension requirements shall be as per price schedule

37.19 EXHAUST FANS Supply and fixing of exhaust fan including electrical wiring all shall be with
per specification and direction of site In charge. These shall be of Propeller type giving
axial flow conforming to IS 2312. The fans shall be with louvers / shutters. (The job
does not include making suitable cut out in the wall for fixing the fan).

38.0 MOTOR/DISPENSING PUMP REPAIRS:

38.1 Complete rewinding of single phase, 230V, 50Hz, AC, flame proofelectric motor of
dispensing pump (Make: L&T/MIDCO/Tatsuno/Nouvopignone and Other Dispensing unit
Makes) includingsupply of identical rating motor for temporary period and other materials
etc. all complete as per specification and directionof Engineer In-charge.N.B.: Party shall
have to under take rewinding work free of costif any defect is observed within six month of
rewinding of motor. The burnt out winding shall be the property of the Party

38.2 Complete rewinding of three phase, 415V, 50Hz, AC electric motor ofcompressor/ water
pump, etc. including supply of identical rating motors for temporary period and all other
materials etc. all complete as per spec.and direction of Engineer In-charge.N.B.: Party shall
have to under take rewinding work free of costif any defect is observed within six month of
rewinding of motor.The burnt out winding shall be the property of the Party

38.3 Supply & fixing towards replacement of following electrical components/ accessories as per
manufacturer's recommendations foraforesaid make of dispensing pump as applicable

38.4 Supply & fixing of Phosphor bronze motor bush for dispensing pump (Make: L&T / MIDCO /
Tatsuno / Nouvopignone)

Page 46 of 50
Electrical Specifications

38.5 Supply & fixing of following items in Electronic Register Assembly of dispensing pumps
(Make: L&T / MIDCO / Tatsuno / Nouvopignone) as applicable.

39.0 DISPENSING PUMP CONNECTIONS: Providing dispensing pump lighting connection with copper
conductor, single core PVC sheathed wire as per recommendation of the pump manufacturer (make
of pumps L&T /MIDCO /AVERY /Tatsuno /Nouvopignone).

40.0 REPAIRING OF MOTOR/ DISPENSING PUMPS ETC AS PER THE FOLLOWING:

40.1 Supply of electrical fittings for repairing of the dispensing pumps/ motors etc
complete.

40.2 Wherever the replacement of any existing electrical fitting is undertaken, the
Corporation shall not make any payment for dismantling the fittings from the
existing position/equipment including all connections.

40.3 Wherever required, supply of identical equipment for temporary period and other
materials etc. All complete as per specifications and directions of Engineer-in-
Charge shall be done by the contractor without any extra charges to the
Corporation.

40.4 Contractor shall have to undertake repairs/ replacement free of cost, if any defect
is observed.

40.5 Fixing the newly supplied electrical fittings in position including making end
connections, where ever required with Electrical fittings

40.6 Testing the supplied electrical fittings to the entire satisfaction of IOCL.

41.0 Supplying and fixing 12 volt Charged LA battery of approved make for Electronic dispensing pumps
including giving necessary electrical connection for the following AH ratings.

41.1 Providing necessary electrical connection.

41.2 Testing commissioning etc complete.

42.0 UPS, CVT & STABLISER:

42.1 Design, supply, installation, testing and commissioning of On-line UPS of various
rating with a set of chargeable maintenance free Lead Acid type batteries of
required Amp. Hour Capacity to sustain for 4 hours on full load on power
disruption as per specification

42.2 CONSTANT VOLTAGE TRANSFORMER (CVT): Supplying and fixing of single


phase, air cooled Constant Voltage Transformer of approved make having input
voltage range of 180-260V and output voltage of 220/230V with sine wave output
wave form and having automatic current limiting and short circuit protection. The


Page 47 of 50
Electrical Specifications

CVT shall deliver a constant output voltage for an incoming voltage ranging
between 180 to 260V.

42.3 SINGLE SERVO VOLTAGE STABILISER: Supply and fixing of 230V, Single phase,
AC Servo voltage stabilizer of approved makes for Individual dispensing pump
shall be as per IE Regulation. The Servo voltage stabilizer shall be high voltage
and low voltage cut-off system, automatic restart with time delay shall be 1
minute or less and fail safe circuit etc. (The supply shall be bye passed in case of
component failure inside the stabilizer). The servo voltage stabilizer shall work for
140 to 260V with minimum no load power loss. The servo stabilizer shall
indicate the following operations and caution non-latching LED indication for
Input Present, Output normal, Input high, Input Low, Latching LED indication for
cut off system, output high, Output low, Output overloaded. Manual and auto
restart facility shall be provided with stabilizer.

42.4 THREE PHASE SERVO STABILIZER: Supplying and fixing of 3-phase air cooled
auto load changer servo stabilizer for balanced and unbalanced load shall be
independent correction of each phase and as per specification. The stabilizer
have digital meter for voltage indication. The Stabilizer shall have under
voltage, over voltage protection with auto reset. In over load protection the
stabilizer shall have facility for manual reset. Degree of protection shall be IP-55.

43.0 WATER PUMPS: Supplying and installation of Water pumps of approved make with starter
of L&T or approved make including Supply and providing G.I. Sheet cover with locking
arrangement. The pump has to be installed as per manufacturer's specification.

43.1 0.5 TO 2 HP SINGLE PHASE MONO BLOCK WATER PUMP: Supplying and
Installation of 0.5 to 2 HP single phase mono block pump conforming to IS
9079/1989 (maximum suction head 7.5 metre) with bronze impeller conforming to
IS318 to deliver water from open well with necessary foundation. Supplying and
fixing of relevant size foot valve with strainer and gate valve (as per
manufacturers recommendation), DOL starter of approved make for motor are
also included in the scope of work. The cost of suction & delivery pipe, UG cable
and gland shall be paid under separate item of work.

43.2 SUBMERSIBLE PUMP: Submersible Pump shall be provided with suitable total
head and discharge to meet the required capacity. The pump component
shall be corrosion and abrasion resistant, high grade engineering polymer/
stainless steel with special alloy as per IS:8034-1976. The submersible pump
motor of approved make shall be to suit wide voltage fluctuation and special PVC
insulated copper winding.


Page 48 of 50
Electrical Specifications

43.2.1 A control panel of approved make shall be provided with single phasing
preventor and dry run preventor.

43.2.2 3 Core relevant capacity of approved make submersible cable shall be


used for connecting pump and the control panel. Cost of cable shall
be paid under separate item of work.

43.2.3 A relevant capacity of TPN main switch shall be used for controlling
incoming power supply of submersible pumps.

43.2.4 DOL starter of approved make provided for pump is also included in the
scope of work.

44.0 DISMANTLING OF ELECTRICAL FITTINGS / FIXTURES WITH ALL LEADS AND


LIFTS:

44.1 Dismantling is to be done as per the directions of the site engineer.

44.2 Any damage to the existing shall be make good by the contractor without any
extra cost to the corporation.

44.3 In case of removal of MCB etc from the box the space shall be provided with
dummy cover without any extra cost.

45.0 GENERATORS:

45.1 Supply and installation, testing and commissioning of air cooled Diesel Generator
in Acoustic Enclosure with all necessary accessories including Control panel,
residential silencer, exhaust line, fuel line, anti vibration mounting pads,diesel
tank, electric starter with battery and seperate battery charger etc in an acoustic
enclosure as required complete .

45.2 Erection, testing and commissioning of IOC supplied following 3-phase Air cooled Generator
(excluding the cost of cable, glands and earthing) .

45.3 Supplying & Installation of acoustic enclosure for existing Generators as per specification
and standard drawings.

45.4 Supply, erection, testing and commissioning of 5 to 20 KVA Single phase Air
cooled Generator (excluding the cost of cable, glands and earthing): A single-
phase air-cooled diesel generator shall be provided with suitable nos. of heavy
duty Dunlop Make, anti vibration mounting. The capacity of engine in
withstanding the full load current for the required power shall be as per IS 10002,
BS 5514, DIN 6271 and ISO 3046. Anti vibration mounting shall be supplied

Page 49 of 50
Electrical Specifications

along with DG set. The DG set shall be installed 150 mm above floor level on a
concrete (PCC 1:2:4) platform. The DG set shall have the following provisions.

45.4.1 Engine control panel consisting of on / off key, lube oil pressure gauge
and ammeter for battery current

45.4.2 Engine protection system for high cylinder head temperature and low lube
oil pressure, v-belt and over speed mechanical shutdown devices for
blower belt failure.

45.4.3 One no. 12V, 20 AH lead acid battery Exide/Amco Make, copper wire with
copper socket.

45.4.4 Residential type exhaust silencer with thermal insulation shall be


provided.

45.4.5 100 ltrs. Capacity diesel tanks - square type with level indicator.

45.4.6 Alternator shall be provided with brushless type AVR (Automatic Voltage
regulator) control.

45.4.7 A relevant capacity of 72 Sqmm ammeter for measuring current and


group control double pole MCCB with protections, set run indication lamp
and volt meter shall be provided with control panel.

45.4.8 Supply and laying relevant capacity UG cable (approved make) from DG
set to control panel and change over switch. (Cost of cable, gland shall be
paid under separate item of work)

45.4.9 Providing three nos. of earth pit as per IS: 3043/1986 one for Generator
Neutral, one for Generator body earth and other for common (Neutral and
body earth) (Cost of earth pit shall be paid under separate item of work).

Page 50 of 50
I . LIST OF APPROVED MAKES FOR CIVIL WORKS

S.No. Name of the Materials Approved Make

1. Cement Ultratech/ BIRLA / ACC / RAMCO / AMBUJA /


INDIA CEMENTS / CHETTINAD / DALMIA /LAFARGE
2. White Cement JK White /ACC White/BIRLA White
3. Structural Steel TISCO/SAIL/VIZAG/ESSAR/JINDAL/ISCO
4. MS Tubular Sections/Hollow TISCO/SAIL/VIZAG/ESSAR/JINDAL/SRMB
Sections /ELEGANT/PARAS/Tata Structura
5. Reinforcement Steel TATA/SAIL/VIZAG/ESSAR/JINDAL/SRMB
/ELEGANT/PARAS/Kamdhenu
6. Glazed tiles H & R Johnson / Kajaria / Somany / Naveen / Bell
/NITCO/SPARTEK
7. Ceramic tiles floor finish for Kajaria / Nitco / Regency / Somany / Naveen /
Building Bell/BHARAT/Marbonate/Johnson
8. Ceramic tiles for toilet flooring Kajaria / Nitco / Regency / Somany / Naveen /
Bell/BHARAT/Marbonate/Johnson
9. Vitrified Tiles H
\ & R Johnson / Kajaria / Somany / Naveen /
Bell/Nitco/Marbonate
10. Flush doors India Plywood Mfg. Co. /Kutty flush
Doors/Diamond/Lakshmi(Exterior Grade only)
Green Ply/Kit ply/ Sintex
11. Plywood National / Kitply / Greenply / Anchor / Sitaboard /
India Plywood Mfg. Co.
12. Rolling shutter, components Diana,Rakhi Industries,, Everest Engineering , Impax
Rolling Shutters, Imperial & locally available fabricator
subject to approved by site Engineer
13. Aluminium doors, windows, INDAL / ZINDAL / Alumilite/Elka/Ajit India
partitions etc.
14. Water proofing compounds Fosroc / Multi Plas / Cico / Impermo / Acco
Proof / Dr. Fixit/ Perma
15. Floor hardeners Ironite / Ferroke / Hardonite
16. Acrylic Emulsion Paints & Jenson & Nicholson paints / I.C.I / Shalimar /
Distempers Berger / Asian paints / Nerolac
17. Water proof cement paints Snowcem plus / Surfacem / Nitcocem / Nitcole
/Kemkote
18. Glazing / Glass Indo-asahi / Modi Float / Saint Gobain
19. Water proofing tiles Baliapatten or Equivalent approved by site
(West coast tiles) Engineer
20. Kerbing / Pre finished cement Eurocon / Ultra / Dura crete / Nitco / Bharat
tiles
21. Roofing sheets for Canopy Inter Arch / Tracdek / Metaform / Uni-Met Profiles
Pvt. Ltd / Speco/Sonex
S.No. Name of the Materials Approved Make

22. False Ceiling for Canopy Luxalon Hunter Doglas / Trac Inter Arch /
(Pre coated steel) Metacraft / Speco/Sonex
23. Gypsum Board India Gypsum
24. Marking compounds Shalimar / MRF
25. Hardware Shalimar / Garnish / Navbharat / Vision
/Amarbhoy Dossaji
26. Door Closers / Floor Springs Everite / Godrej / Garnish /Nita/Everest
27. Premoulder joint fillers STP
28. Sealing Compounds FOSROC / STP / Apoorva/M Seal
29. Bitumen Sealants FOSROC / STP
30. PVC Doors / Windows Sintex/ Rajshri Plastiwood
31. HDPE Water Tanks Sintex/ Patton/Rounak
32. Anti Termite treatment Pest Control (India)/ Locally available approved by
Site Engineer
33. Water proofing works / Likproof India Pvt. Ltd., / All India Water Proofing
Applicators Co./Sika/Dr. Fixit/Cico/Impermo/Perma
34. RCC Hume Pipes Bhaskar Engineering Works/Hindusthan Pipe
Industries/Indian Hume Pipe Co./Royal
Concrete/West Bengal Concrete Industries Pvt.
Ltd./Franco /Saktigarh Cement Precast or
approved by IOCL
35. Bottle Traps / Waste pipe Nahani/Esco/Orient/Soma
Fittings
36. Interlocking Paver Block Bhaskar Engineering Works/Hindusthan Pipe
industries//West Bengal Concrete Industries Pvt.
Ltd./S. E. Tiles Manufacturing Co. Pvt. Ltd./
Stylish Interlocking Pavers Pvt. Ltd/ Stylish
Precast pvt. Ltd./ Royal concrete/Feroza
Enterprises./ Baystar/Sati Tiles Pvt.Ltd./Sangam
Prefab Concrete Products Pvt. Ltd.
37. Beadings for Aluminium works Elka/Indal/Alumilite/ Zindal
38. Aluminium Grills Decogrills OR approved by IOCL
39. AC. Sheet ,Fitting & Fixture Everest/Tata/Ramco/ Charminar
40. G I . Sheet ,Fitting & Fixture Tata / Zindal/SAIL
41. Fire Extinguishers DCP SAFEX / Cease fire/Max./ Fire Shield
42. Fire Extinguishers CO2 SAFEX / Cease fire/Max./ Fire Shield
43. Stone Ware pipes / Traps Trimurti, Perfect Potteries, Bharat, Rajura
44. Colour Pigment Shalimar/ Pidilite/Asian Paints

Note : To be read in conjunction with specifications & description in schedule of


rates. Equivalent make will be only applicable in case of non-availability of
specified make. In case of applicability of equivalent make prior permission of
IOCL is required.
II. LIST OF APPROVED MAKES FOR WATER SUPPLY / SANITARY / OTHER
PIPELINE WORKS

S. Name of the Materials Make


No.
1. Orissa type Water Closet Hindustan / Parryware / Hindware
/Neycer (Catalogue No. as per
detailed specifications)

2. European type Water Closet Hindustan / Parryware / Hindware/


Neycer (Catalogue No. as per detailed
specifications)

3. Wash basin Hindustan / Parryware /


Hindware/Neycer (Catalogue No. as
per detailed specifications)
4. Vitreous china ware sinks Hindustan / Parryware / Hindware/
Neycer (Catalogue No. as per detailed
specifications)
5. Flushing Cistern Hindustan / Parryware / Hindware/
Neycer
6. Plastic seat cover Parryware / Hindware/ Patel

7. Mirror Saint Gobain / Modiguard/Indo- Ashi


Hindustan / Neycer / Parryware
8. Soap tray

9. Towel rail Metro / Parko / ARK Soma / ESS ESS


10. PVC pipes Finolex / Supreme / Prince / Wavin /
Oriplast / Bansal
11. PVC pipe fittings Finolex / Supreme / Prince / Star /
Oriplast / Bansal
12. GI pipes medium quality Tata / Gujarat Steel / Zenith / Ambica /
ITC / Jindal/ Bansal/Nizon
13. GI fitting R Brand
14. GM gate valves and non return valves Leader / Orient/Dalui/SMI/Swastik
Metro / Parko / ARK Soma / ESS ESS
15. CP brass spray shower with ball
and socket

16. Brass float valves with copper floats Orient / Leader


S. Name of the Materials Make
No.
Metro / Parko / ARK Soma / ESS ESS /
17. CP brass pillar cock
GMT / ESSCO / PLUMBER/Develop
Siecko
Metro / Parko / ARK Soma / ESS ESS /
18. CP brass Stop cock
GMT / ESSCO / PLUMBER/ Develop
Siecko
19. CP Sprader Metro / Parko / ARK Soma / ESS ESS / GMT /
ESSCO / PLUMBER
Cast iron (Nahani) IS approved
20. Floor trap

21. Water Tank Sintex/ Patton/Rounak

22. CI Man holes in sewer. Ashok Foundry, Steelmac, IFLocally


available subject to approval by site
Engineer
23. 610 x 455 mm CI frame & cover 52 Ashok Foundry, Steelmac, IFLocally
Kg for man hole / inspection available subject to approval by site
chamber. Engineer
24. Flush valves Metro / Parko / ARK Soma / ESS ESS
25. 32mm PVC waste pipe, 15mm PVC Kohinoor/ Oriplast/Tata
flexible connection
GG / Leader / Sant make.
26. Gun metal check valve
Godrej / Harrison
27. Locks
Trimurti/Perfect Potteries/Ruia
28. Stoneware Pipe Fitting
Essco/Orient/SOMA
29. Bottle Trap & Waste Fitting

Note : To be read in conjunction with specifications & description in schedule of


rates. Equivalent make will be only applicable in case of non-availability of
specified make. In case of applicability of equivalent make prior permission of
IOCL is required.
III . LIST OF APPROVED MAKES FOR MECHANICAL WORKS

S. No. Name of the Materials Make


TATA / SAIL / Jindal/ Bansal Utkash/
1 ERW, MS pipes :
./Prakash/Nizone/SAW pipes Ltd.
Forged MS pipe fittings such as
TATA / SAIL / Indus Tubes Limited /
Unions, Elbows, Tees,
2 : Jindal/ Bansal Utkash/ Tubes & Pipes India
Reducers, Caps, Bushes,
Pvt. Ltd.
Nipple, etc.
Alecon commercial Pvt. Ltd. / Locally
3 MS Strainers :
available approved by site Engineer
SMI/Jindal Forging/ Locally available
4 MS Flanges (Slippon & Blind) :
approved by site Engineer
5 Gate Valves - Screwed : Leader/Orient/Dalui/SMI/Swastik

6 Gate Valves - Flanged : Leader/Orient/Dalui/SMI/Swastik


Leader/Orient/Dalui/SMI/Swastik/
7 Check Valves - Screwed :
Geleto/Annapurna/South Point
Leader/Orient/Dalui/SMI/Swastik/
8 Check Valves - Flanged :
Geleto/Annapurna/South Point
9 Ball Valves - Screwed : Leader/Orient/Dalui/SMI/Swastik

10 Ball Valves - Flanged : Leader/Orient/Dalui/SMI/Swastik

11 Gaskets for Flanged Joints : Champion/ Mechanical Packing Industries


TVS / Triangular / KANT INDUSTRIAL
12 Bolts & Nuts : MANUFACTURER / HARDWIN
FASTNERS / Joya Engg. Works(JEW)
13 Cam Lock Coupling : Teear Engineering/ SouthPoint

14 SS Wire Mesh : Locally available approved by site Engineer

15 Pressure Guages : Locally available approved by site Engineer

16 Air Compressor : ELGI /Ingersollrand/ Kirloskar/Anest Iwata


S. No. Name of the Materials Make

Bitumastic paint for Doping of


17 : Shalimar, Asian
tanks & pipe lines

18 Submersible water pumps : KSB / CALAMA / SHARP / Suguna/Texmo


Instrument Research Associate Pvt. Ltd /
Automotive Diagnostics / Elgi Equipments
Ltd./ Protech / KAC Equipment Co./
19 Digital Air Inflator (Gauge) : Manatech Electronics/PCL-Sumo Air tech/
Nova Gas Technology/Icon Embaded
Controls / Cherry Precision Products
/Cosmic Technology / Sunrise Instruments
20 Mechanical Air guage Ingersollrand / elgi Equipmentb Ltd.

21 Rubber hose pipe : DUNLOP / SWASTIK/ GATES


TUSHAKO / KIRLOSKAR / SHARP /
22 Water pump :
TEXMO / MARLEY/ TULLU/KSB
Donracks, Vetrivel Engineering,
23 Lube Racks & Display Racks : Telecraft/Godrej

24 PV Valves : OPW / SOUTH POINT


Engine:Kirloskar/Ashok Leyland/
25 Diesel Generator Set Cummines /Greaves/M&M/ Caterpiller /
Eicher

Note : To be read in conjunction with specifications & description in schedule of


rates. Equivalent make will be only applicable in case of non-availability of
specified make. In case of applicability of equivalent make prior permission of
IOCL is required.
IV. LIST OF APPROVED MAKES FOR ELECTRICAL WORKS

SL NAME OF MATERIAL MAKE


1. LT Cables Universal/Nicco/Gloster/ Finolex/ CCI /
Polycab/ KEI
2. HT Cables Universal/ Nicco/Gloster/CCI/KEI
3. PVC Lighting Wires Havells/Finolex/Anchor/Kundan/ V Guard/KEI
4. MCB and ELCB Indo Kopp/ MDS/ Havells / Standard / L & T
5. PVC sheathes armoured LT CCI / Universal / NICOO / GLOSTER / Finolex
cables / Polycab / KEI
6. NFLP (single compression) Prabhat / Comet / CCI
Cable Glands
7. FLP (double compression) Baliga / CEAG / FCG / Flexpro
Cable Glands
8. Cable lugs Jainson / Dowells / Gripvel
9. Cable jointing kits M-Seal / Super Seal
10. FLP junction Baliga / FCG / CEAG / Flexpro/FEPL
Box/Weatherproof
11. ELCB MDS/Havells/Standard/L&T/Indo-Kupp
12. TPN Switch Fuse Unit L&T/Siemens/Havells/Standard/C&S
13. Rubber matt and Hand ISI marked
gloves
14. Switch Gears and HRC fuse L&T / Havells / standard / C & S / Siemens
& base
15. Volt Meter and Ammeter AE / MECO / IMP / VKE
16. Selector switches Salzer / L & T / Kaycee / Siemens
17. Contactors L&T/Siemens/Schnider/GE
18. MCCB L&T/Siemens/Schnider/GE/Havells/Standard
19. Current Transformers (CTs) Kappa / AE / Kalpa
20. Indicating Lamps Technik / Rass controls / BCH / Siemens / EE
21. Switches and sockets Anchor / Havells/MK/MDS/Leader / Lisa
(ordinary)
22. Switches and sockets MK / Anchor Roma / Toyoma / MDS /Havells
(Modular)
23. Office Light Fittings Phillips/Wipro/Crompton Greaves/Bajaj/Osram
24. PVC Insulated Wires 650 V Finolex/Anchor/Kundan/V-Guard/Standard/
Grade Havells
25. PVC conduits pipe Oriplast/APJ/Precision/VIP/ Universal/Vasavi
26. Electronic fan regulators MK / Anchor Roma /Toyoma / MDS
27. Pattern Holders and ceiling Anchor / Leader / Lisa
Roses
28. MCB Distribution Board & Indo Kopp / MDS / Havells/Standard/L&T
MCB
29. MS Fan Hook box Gupta & Equivalent as approved by Engineer
30. Telephone / TV /Speaker Anchor / Leader / Lisa
sockets (ordinary)
31. Telephone / TV /Speaker MK / Anchor Roma /Toyoma / MDS
sockets (Modular)
32. Telephone cable Delton / Dooravani
33. Ceiling fan Crompton Greaves / Khaitan / Usha /Orient /
Bajaj
34. Exhaust Fan CG / Khaitan / Almonard / Usha
35. Electronic Regulator MK/Anchor/Toyoma/MDS
36. Light fittings Philips / Wipro / Bajaj
37. Bulbs, Flourescent tubes, Philips / Wipro / Osram / Bajaj
CFL lamps
38. Octagonal Pole for Yard Philips / Bajaj
lighting
39. Street Light Poles As per Tech. Spec.
40. 150/250W MHL light fitting for Philips / Wipro / Bajaj / Phoenix/Crompton
Canopy/Yard Light Poles Greaves
41. Decorative Lights / Garden K Lite / Philips / Lancer/Bajaj
Lights
42. Capacitor Bank Crompton//L&T/Universal/Yesha/Siemens
43. Motor Starter L&T/Crompton/Siemens/LK/Havells
44. Water Pumps Crompton/KSB/Venus/Calama/BE/Varat
45. Diesel Generator Set Engine:Kirloskar/Ashok Leyland/ Cummines
/Greaves/M&M/ Caterpiller / Eicher
Alternator: Kirloskar /Elgi/Crompton
46. Porceline fuse carriers Anchor / GEC / Edison
47. Stabilizer/CVT Opto/Power House/Sen & Pandit/Automatic
Electric/V-Guard/Fiji Electronics/ Hi-Tech
Systems/ Spectron/Logicstat/Microtek
48. UPS Exide/ Opto/Power House/Sen &
Pandit/Automatic Electric/V-Guard/Fiji
Electronics/ Hi-Tech Systems/
Spectron/Sukam`
49. Magnetic Induction Lights Crompton /Bajaj/Fortune/Surya Roshni

Note : To be read in conjunction with specifications & description in schedule of


rates. Equivalent make will be only applicable in case of non-availability of
specified make. In case of applicability of equivalent make prior permission of
IOCL is required.

You might also like