Sie sind auf Seite 1von 373

UTTAR PRADESH JAL NIGAM

NAME OF WORK:- SURVEY, CONDITIONAL ASSESSMENT OF OLD


EXISTING SEWERS, INVESTIGATION, DESIGN, SUPPLY, LAYING,
COMMISSIONING & TESTING OF SEWER PIPE IN TRUNK/ LATERAL/
BRANCH SEWERS OF 200MM DIA TO 1400MM DIA, INCLUDING HOUSE
CONNECTION & ROAD REINSTATEMENT, REHABILITATION OF MACHLI
MOHAL PUMPING STATION AND CONSTRUCTION OF SEWAGE PUMPING
STATION AT CGPS, INCLUDING ALL CIVIL & E/M APPURTENANT WORKS
IN SEWERAGE DISTRICT-4 ZONE-I PART-2, (SMART CITY AREA)
LUCKNOW, INCLUDING TESTING, COMMISSIONING, HANDING OVER TO
JALKAL, NAGAR NIGAM AND MAINTENANCE (DEFFECT LIABALITY
PERIOD) OF 24 MONTHS.

UNDER
AMRUT & SMART CITY MISSION

TECHNICAL & FINANCIAL EVALUATION


CUM TECHNICAL TENDER DOCUMENT

(PRE-QUALIFICATION BID)
VOLUME-I

Office of the General Manager,


Gomti Pollution Control Unit, U.P. Jal Nigam,
Lucknow
UTTAR PRADESH JAL NIGAM

TECHNICAL & FINANCIA L EVALUATION


CUM TECHNI CAL TENDER DOC UM ENT

E-COM PETIT IVE BIDDING

FOR
SURVEY, CONDITIONAL ASSESSMENT OF OLD EXISTING SEWERS,
INVESTIGATION, DESIGN, SUPPLY, LAYING, COMMISSIONING &
TESTING OF SEWER PIPE IN TRUNK/ LATERAL/ BRANCH SEWERS OF
200MM DIA TO 1400MM DIA, INCLUDING HOUSE CONNECTION &
ROAD REINSTATEMENT, REHABILITATION OF MACHLI MOHAL
PUMPING STATION AND CONSTRUCTION OF SEWAGE PUMPING
STATION AT CGPS, INCLUDING ALL CIVIL & E/M APPURTENANT
WORKS IN SEWERAGE DISTRICT-4 ZONE-I PART-2, (SMART CITY
AREA) LUCKNOW, INCLUDING TESTING, COMMISSIONING, HANDING
OVER TO JALKAL, NAGAR NIGAM AND MAINTENANCE (DEFFECT
LIABALITY PERIOD) OF 24 MONTHS.

UNDER
AMRUT MISSION & SMART CITY MISSION

SEWERAGE DISTRICT-4 ZONE-1 PART-2

Pre-Bid Meeting Date : 17.09.2018 at 12:30 PM

Last Date of Online Submission : 27.09.2018 upto 5:00 PM

Online Opening of Pre-Qualification Bid : 28.09.2018 at 12:00 Noon

Cost of Tender Form : Rs. 20,000/- + 12.00% G.S.T.

Period of Completion : 24 Months (Including 4 months Trial run

period)

Bid Security/ Earnest Money : Rs. 222.00 lacs

General Manager, Gomti Pollution Control Unit, U.P. Jal Nigam


Suraj Kund Park, River Bank Colony, Lucknow
E-TENDER DOCUMENT
PART - I
Technical & Financial Evaluation – cum Technical Bid
(PRE - QUALIFICATION BID)

NAME OF WORK : SURVEY, CONDITIONAL ASSESSMENT OF OLD


EXISTING SEWERS, INVESTIGATION, DESIGN, SUPPLY, LAYING,
COMMISSIONING & TESTING OF SEWER PIPE IN TRUNK/ LATERAL/
BRANCH SEWERS OF 200MM DIA TO 1400MM DIA, INCLUDING HOUSE
CONNECTION & ROAD REINSTATEMENT, REHABILITATION OF MACHLI
MOHAL PUMPING STATION AND CONSTRUCTION OF SEWAGE PUMPING
STATION AT CGPS, INCLUDING ALL CIVIL & E/M APPURTENANT WORKS
IN LUCKNOW CITY SEWERAGE DISTRICT-4 ZONE-I PART-2, (SMART
CITY AREA) LUCKNOW, INCLUDING TESTING, COMMISSIONING,
HANDING OVER TO JALKAL, NAGAR NIGAM AND MAINTENANCE
(DEFFECT LIABALITY PERIOD) OF 24 MONTHS.

Cost of works in tender : Rs.222.00 Crore


Cost of Tender Document : Rs. 20,000.00+12.00% G.S.T.
Bid Security/Earnest Money : Rs.222.00 Lac
Period of Completion : 24 Months (Including 4 months Trial run period)
Validity of Bid (Tender) : 120 Days
Validity of Earnest Money : 180 Days
E-TENDER SCHEDULE
Date & time of Release of E-Tender for : 10.09.2018
download from E-Tendering portal 03:00 PM
(website)/Bid submission start date & time

Last date of submission of E-Bid with scaned : Date 27.09.2018 upto 5:00 pm
copy of RTGS for cost of tender & scaned
copy of RTGS for EMD on E-Tendering
portal (website).

Date of opening of Pre-qualification Bid on : Date 28.09.2018 at 12:00 Noon


E-portal.

Date/time of opening Price Bid through E- : This information shall be displayed on the website after
website portal opening of prequalification bid.
NOTE:- Left blank intentionally for insertion of tender notice or corrigendum that has
been uploaded separately previously
CHECK LIST

Contract Title : “Survey,Conditional Assessment of Old Existing Sewers, Investigation, Design,


Supply, Laying, Commissioning & Testing Of Sewer Pipe In Trunk/ Lateral/ Branch Sewers Of
200mm Dia To 1400mm Dia, Including House Connection &Road Reinstatement, Rehabilitation
of Machli Mohal Pumping Station and Construction of Sewage Pumping Station at CGPS,
Including all Civil & E/M Appurtant Works In Sewerage District-4 Zone-1 Part-2, (Smart City Area)
Lucknow, Including Testing, Commissioning, Handing Over To Jalkal, Nagar Nigam Lucknow and
Maintenance period of 24 Months (Defects Liabality Period)”.

The Applicant shall paginate their document before filling up the following table :

S.No. Item Submitted Page Nos.

yes/no From To

Cost of Bid Documents (UTR Number)

Token Earnest money

1. Letter of Application

2. Application Form-1 General Information

Application Form-1 A Structure & Organization

Application Form-2 Gen. Experience Record &


turn over

Application Form-3 deleted

Application Form-4 Current. Cont. Commitments

Application Form-5 Personnel capability for


contractor.

App. Form - 5-A Candidate summary for


contractor.

Application Form-6 Equipment Capability

Application Form-7 Financial Capability

App. Form-7 (A) Net worth / Solvency

Application Form-8 Litigation History

Application Form-9 Affidavit

Application Form-10 Experience Certificate

3. Certificate of Registration/Receipt of Application for


Registration with Jal Nigam
4. Profile of Company

5. Constitution of Company / Article of Association.

6. Incase of Joint Venture, copy of JV agreement duly


notarized on non judicial stamp paper of minimum
Rs 100.00/-

7. ----Deleted----

8. Solvency Certificate

9. Income Tax Returns of the Company for last five years

10. Audited Balance Sheet of the Company for last 5 years

11. Certificate of Registration under GST

12. Certificate of Registration under companies act

13. Any other Document (Please Specify)

NOTE: The bidders/firms shall get an acknowledgment number after uploading the digitally
signed tender documents & Schedule G/BOQ/Price Schedule, which shall be preserved by
the bidders for future reference.
INFORMATION TO APPLICANT

1. Name of the Employer : U.P. Jal Nigam, Lucknow.

2. Contract(s) for Pre-Qualification : Survey,Conditional Assessment of Old


Existing Sewers, Investigation, Design,
Supply, Laying, Commissioning & Testing Of
Sewer Pipe In Trunk/ Lateral/ Branch Sewers
Of 200mm Dia To 1400mm Dia, Including
House Connection &Road Reinstatement,
Rehabilitation of Machli Mohal Pumping
Station and Construction of Sewage Pumping
Station at CGPS, Including all Civil & E/M
Appurtant Works In Sewerage District-4
Zone-1 Part-2, (Smart City Area) Lucknow,
Including Testing, Commissioning, Handing
Over To Jalkal, Nagar Nigam Lucknow and
Maintenance period of 24 Months (Defects
Liabality Period)

3. Time Schedule : 24 months for execution of work including


4 months of Trial Run period followed by
24 months of Maintenance

4. Type of Contract : Turnkey Basis

5. E-tender website and submission of : Bid documents can be downloaded/


tender document. uploaded from/on website
https://etender.up.nic.in

6. Price for tender document. : Rs. 20,000.00 + 12% GST

7. Token Earnest Money : Rs. 222.00 lacs

8. Minimum Bidding Capacity : Rs 222.00 Crore

9. Turnover : Rs 44.40 Crore

10. Solvency : Rs 44.40 Crore

11. Other Requirement, criterion or : Refer Tender document


information
CHAPTER I

Invitation for E-Tender

This invitation for e-tender is for Survey,Conditional Assessment of Old Existing Sewers,
Investigation, Design, Supply, Laying, Commissioning & Testing Of Sewer Pipe In Trunk/ Lateral/
Branch Sewers Of 200mm Dia To 1400mm Dia, Including House Connection &Road
Reinstatement, Rehabilitation of Machli Mohal Pumping Station and Construction of Sewage
Pumping Station at CGPS, Including all Civil & E/M Appurtant Works In Sewerage District-4 Zone-
1 Part-2, (Smart City Area) Lucknow, Including Testing, Commissioning, Handing Over To Jalkal,
Nagar Nigam Lucknow and Maintenance period of 24 Months (Defects Liabality Period), as per
specifications and conditions given in the Bid Documents/pre bid reply/corrigenda/addenda.

1. Bidders are advised to study the e-Tender Document carefully. Submission of e-Bids
against this Tender shall be deemed to have been done after careful study and examination
of the procedures, terms and conditions of the E-Tender Document with full understanding
of its implications.

2. The e-Bids prepared in accordance with the procedures enumerated in General


Instruction to bidders and shall be submitted online through e-procurement website
http://etender.up.nic.in. Bidders shall bear all costs associated with the preparation and
submission of their e-bid and U.P. Jal Nigam will, in no case, be responsible or liable for
these costs, regardless of the conduct or outcome of the E-Tender process

3. The e-Tender document is available at e-procurement website http://etender.up.nic.in.


Interested bidders may view, download the e-Bid document, seek clarification and submit
their e-Bid online after digitally signing the bid documents, up to the date and time
mentioned in the tender document/NIT.

4. All e-Bids must be accompanied by cost of bid documents as mentioned in NIT.

7. The e-Bids will be electronically opened in the presence of bidder’s representatives, who
choose to attend, at the venue, date and time mentioned in the NIT.

8. The Owner reserves the right to cancel any or all the e-Bids/annul the bidding process
without assigning any reason thereof. The decision of Chief Engineer (Lucknow Zone), UP Jal
Nigam will be final and binding.

9. In the event of date specified for e-Bids opening being declared a holiday for Owner’s
office then the due date for opening of e-Bids shall be the following working day at the
appointed time and Venue.

10. All the required documents including Price Schedule/BOQ/Schedule G should be


submitted / uploaded by the bidder electronically in the PDF/XLS format. The required
electronic documents for each document label of Technical (Fee details, Qualification
details, e-Bid Form and Technical Specification details) schedules/packets can be clubbed
together to make single or different files for each label.
11. The companies/firms are required to register in the website http://etender.up.nic.in
which is free of cost. The bids shall be submitted online and should be digitally signed by the
bidder which can be done by digital signature certificate (DSC).

12. The owner/department shall not be held responsible for any delays due to the e-
procurement system failure beyond its control. Even though the e-procurement system will
attempt to notify the bidders of any bid updates, the owner shall not be liable for any
information not received by the bidders. It is bidder’s responsibility to verify the website for
latest information related to the tender.

13. Bidders are advised to keep a soft copy ready before hand of the entire relevant
document as required by the tender documents/tender notice and keep the size of the
scanned copies to a minimum. In any case the department shall not be liable for any delays
or error in uploading of documents due to any reason. It is also noteworthy that department
shall not entertain any offline documents except for those mentioned in tender documents.
If the document uploaded by the bidder is/are not legible due to whatsoever reason/s, the
department shall lead to disqualification of the bidders bid

14. The certificate/uploaded documents shall have to be produced in office of Project


Manager, Temporary Gomti Pollution Control Unit, U.P. Jal Nigam, River Bank Colony,
Lucknow as and when required by the Owner/Department/Engineer in sealed envelope
super scribing the acknowledgment number issued by e-portal website after uploading of
documents.

15. Conflict of Interest: The bidder/contractor shall not be one of the followings:

(a) A firm or an organization which has been engaged by U.P. Jal Nigam to
provide consulting services for preparation related to procurement for or
implementation of this project;
(b) Any association/affiliates (inclusive of parent firm) of a firm or an
organization mentioned in subparagraph (a) above; or
(c) A firm or an organization who lends, or temporarily seconds its personnel
to firms or organizations which are engaged in consulting services for the
preparation related to procurement for or implementation of the project,
if the personnel would be involved in any capacity of the same project.
(d) A Bidder shall not have a conflict of interest. All Bidders found to have a
conflict of interest shall be disqualified. A Bidder may be considered to be
in a conflict of interest with one or more parties in the bidding process if
including but not limited to:
i. they have controlling shareholders in common; or
ii. they receive or have received any direct or indirect subsidy from any
ofthem; or
iii. they have the same legal representative for purposes of this bid; or
iv. they have a relationship with each other, directly or through commonthird
parties, that puts them in a position to have access to material information
about orimproperly influence on the bid of another Bidder or influence the
decisions of the the condition that it is essential for the lead partner of the
joint venture (max 3 partners) to be Registered in Category “A” in U.P. Jal
Nigam. The equity of lead partner shall be minimum 51%
For participating in e-bid through the e-tendering system, it is necessary for the bidders to
be the registered users of the e-procurement website https://etender.up.nic.in. The
bidders must obtain a User Login ID and Password by registering themselves with U.P.
Electronics Corporation Ltd., 10, Ashok Marg, Lucknow, if they have not done so previously
for registration.

In addition to the normal registration, the bidder has to register with his/ her digital
signature certificate (DSC) in the e-tendering system and subsequently he/ she will be
allowed to carry out his/ her e-bid submission activities. Registering the digital signature
certificate (DSC) is a one-time activity. Before proceeding to register his/ her DSC, the bidder
should fist log on to the e-tendering system using the user login option on the home page
with the login ID and Password with which he/she has registered.

For successful registration of DSC on e-procurement website https://etender.up.nic.in the


bidder must ensure that he/ she should possess Class-2/ Class-3 DSC issued by any certifying
authorities approved by Controller of Certifying Authorities, Government of India, as the e-
procurement website https://etender.up.nic.in is presently accepting DSC issued by these
authorities only. The bidder can obtain user login ID and perform DSC registration exercise
above even before e-bid submission date starts. The department shall not be held
responsible if the bidder tries to submit his/her e-bid at the moment before end date of
submission but could not submit due to DSC registration problem.

The bidder can search for active tenders through "search active tenders" link, select a tender
in which he/ she is interested in and then move it to 'My Tenders' folder using the options
available in the e-bid submission menu. After selecting the tender, for which the bidder
intends to e-bid, from "My tenders" folder, the bidder can place his/ her e-bid by clicking
"pay offline" option available at the end of the view tender details form. Before this, the
bidder should download the e-tender document and price schedule/ bill of quantity (BOQ)
and study them carefully. The bidder should keep all the documents ready as per the
requirements of e- tender document in the PDF/xls format.

After clicking the 'pay offline' option, the bidder will be redirected to terms and conditions
page. The bidder should read the terms & condition before proceeding to fill in the tender
fee and EMD offline payment details. After entering and saving the tender fee and EMD
details form so that "bid document preparation and submission" window appears to upload
the documents as per technical (fee details, qualification details, e-bid form and technical
specification details) and financial (e-bid form and price schedule/ BOQ) schedules/ packets
given in the tender details. The details of the demand draft or any other accepted
instrument which is to be physically sent in original before opening of technical e-bid, should
tally with the details available in the scanned copy and the date entered during e-bid
submission time otherwise the e-bid submitted will not be accepted.

Next, the bidder should upload the technical e-bid documents for fee details (e-tender fee
and EMD), Qualification details. Before uploading, the bidder has to select the relevant
digital signature certificate. He/ she may be prompted to enter the digital signature
certificate password (PIN), if necessary. For uploading, the bidder should click "browse"
button against each document label in technical and financial schedules/packets and then
upload the relevant PDF/XLS files already prepared and stored in the bidder's computer. The
required documents for each document label of technical (fee details, qualification details,
e-bid form and technical specification details) and financial (e-bid form and price
schedule/BOQ) schedules/packets can be clubbed together to make single different files for
each label.

The bidder should click "Encrypt" next for successfully encrypting and uploading of required
documents. During the above process, the e-bid documents are digitally signed using the
DSC of the bidder and then the documents are encrypted/locked electronically with the
DSC's of the bid openers to ensure that the e-bid documents are protected, stored and
opened by concerned bid openers only.

After successful submission of e-bid document, a page giving the summary of e-bid
submission will be displayed confirming end of e-bid submission process. The bidder can
take a printout of the bid summary using the "print" option available in the window as an
acknowledgement for future reference.

The bidders are strongly advised to undergo training regarding submitting of e-tenders
at U.P. Electronics Corporation Ltd., 10, Ashok Marg, Lucknow at any working day, which is
free of cost. The training given to them regarding submitting of e-tenders is to be followed
strictly while submitting their bids. Notwithstanding the contents of relevant paragraphs
regarding bid submission / withdrawal, training given by U.P. Electronics Corporation Ltd.,
regarding submission/ withdrawal/ re-submission of e-tenders will be final. Responsibility of
having adequate knowledge of the process and latest changes incorporated, if any, rests
with the bidder and the department shall not, in any manner, be responsible for any error or
non- submission/withdrawal of a bid on this account.

Deadline for submission of e-bid: e-Bid (Part-I & Part-II Financial Bid) must be submitted/
uploaded by bidders at e-procurement website https://etender.up.nic.in not later than the
time specified on the prescribed date. The server time displayed in the Bid management
window on the e-procurement website https://etender.up.nic.in will be the time by which
the e-bid submission activity will be allowed till the permissible date and time scheduled in
the e- tender. Once the e-bid submission date and time is over, the bidder cannot submit his
/her e- bid. The department may, at its discretion, extend this deadline for submission of e-
bid by amending the e-bid document, in which case all rights and obligations of the
department and bidders previously subject to the deadline will thereafter be subject to the
deadline as extended. Bidders are advised to start bid submission process well in advance so
that they can submit their bids in time. Delay in submission of bid due to any reason during
e-bid submission process, shall be responsibility of the bidder.

Withdrawal and Resubmission of e-bid: At any point of time, a bidder can withdraw his/ her
e-bid submitted online before the bid submission end date and time. For withdrawing, the
bidder should first log in using his/ her login ID and Password and subsequently by his/ her
digital signature certificate on the e-procurement website https://etender.up.nic.in. The
bidder should then select "My bids" option in the bid submission menu. The page listing all
the bids submitted by the bidder will be displayed. Click "View" to see the details of the bid
to be withdrawn. After selecting the "bid withdrawal" option the bidder has to click "Yes" to
the message "Do you want to withdraw this bid?" displayed in the bid information window
for the selected bid. The bidder also has to enter the bid withdrawing reasons and upload
the letter giving the reasons for withdrawing before clicking the "Submit" button. The bidder
has to confirm again by pressing "OK" button before finally withdrawing his/ her selected e-
bid.

No e-bid may be withdrawn after the deadline for submission of e-bids during the period of
e-bid validity. If a bidder desires to withdraw his tender before the expiry of the validity
period, the department may agree to allow such withdrawal but in such a case the earnest
money shall be forfeited. If the department does not allow such withdrawal and accepts the
tender and the bidder fails to perform his part of the contract, the earnest money deposited
shall be forfeited besides other consequences for breach of the contract.

The bidder can re-submit his/ her e-bid as when required till the e-bid submission end date
and time. The e-bid submitted earlier will be replaced by the new one. The earnest money
details submitted by the bidder earlier will be used for the revised tender and the new bid
summary generated after the successful submission of the revised tender will be considered
for evaluation purpose. For resubmission, the bidder should first log in using his/ her login ID
and Password and subsequently by his/ her digital signature certificate on the e-
procurement website https://etender.up.nic.in. The bidder should then select "My bids"
option in the bid submission menu. The page listing all the bids submitted by the bidder will
be displayed. Click "View" to see the detail of the e-bid to be resubmitted. After selecting
the "bid resubmission" option, click "Encrypt & upload" to upload the revised e-bids
documents.

The bidders can submit their revised e-bids as many times as required by uploading their e-
bid documents within the scheduled date & time for submission of e-bids.

No e-bid can be resubmitted subsequently after the deadline for submission of e-bids. No
request for consideration of any alteration in finally submitted offer shall be entertained.
CHAPTER II
DEFINITIONS AND INTERPRETATIONS
1 TERMS:

The important terms which shall be used in the contract documents are defined
herein. The terms shall have the meanings described which shall be applicable to both the
singular and plural thereof and where applicable masculine and feminine in gender.

1.01 ADDENDUM AND CORRIGENDUM:

Written or graphic notices issued prior to submission of the tender which modify or
interpret the contract documents. If the Engineer decides that the contract documents
requires changes, corrections, clarifications or interpretations prior to the receipt of tenders,
an appropriate ‘Addendum’ will be issued & shall form part & parcel of the tender
documents.

1.02 TENDER / BID:

The offer or proposal of the tenderer submitted in the prescribed form setting forth the
prices for the work to be performed and the details thereof.

1.03 TENDERER / BIDDER:

Any person, firm, corporation or organization submitting a tender for the works.

1.04 PROJECT:

The project is the total contract work designed for or by the owner of which the work
performed or constructed under the contract document may be whole or part thereof.

1.05 CONTRACT DOCUMENT:

The Contract Document consists of the Contract Agreement, the notices/instruction and
terms issued to Tenderers in the Instructions to Tenderer for the submission of Tenders, the
Contractor’s Tender, the Tender Security, the Notice of Award, the Notice of proceed, the
General Conditions of Contract, the Specifications, the Performance Bond, the Drawings, all
Addenda and Corrigendum and all communications between the owner or Engineer and the
tenderer.

1.06 CONTRACT PRICE:

The total money payable to the Contractor under the Contract Documents, before award is
termed as cost of Contract for submission of Earnest Money/Security Deposit. But the actual
Contract price will be the cost of Contract at the time of award plus cost of any variation
during the execution, as agreed upon.
1.07 CONTRACT TIME:

The number of consecutive calendar months, for satisfactory completion of the work
including trial run period of 4 months, Defects liability period and O&M period, if any, as
stated in the executed Contract Agreement.

1.08 WORKS:

The expression “works” or “work” where used in these conditions shall, unless there by
something in the subject or context repugnant to such construction, be construed to mean
the work or the works contracted to be executed under or in virtue, of the contract, whether
temporary or permanent and whether original, altered, substituted or additional.

1.09 NOTICE OF AWARD:

The written notice by the owner to the Contractor that the Contractor is the successful
tenderer and that upon compliance with the conditions precedent to be fulfilled by the
Contractor within the stated time, the owner will execute the Contractor Agreement.

1.10 NOTICE TO PROCEED:

The written notice by the Engineer to the Contractor authorizing him to proceed with the
work. The date mentioned in the letter shall be the date of commencement of the work.

1.11 SAMPLES TESTING:

Samples of material & various types of mix used in the execution of work as required by
Engineer I/C, shall be deposited by the Contractor in the departmental store situated within
limit. The samples duly sealed in the presence of the contractor shall be sent for testing in a
testing laboratory any-where in the state of U. P. The expenditure incurred on this account
shall be borne by the contractor.

Further recovery as recommended by the testing authority / engineer shall also be


made from the contractor if the samples of material & mix of various \ proportions were
found sub-standard. RCC / PSC pipes & fitting such as sluice gate etc. shall be tested at the
place of manufacture/fabrication as these items are subject to approval of Engineer.

1.12 VARIATION ORDER:

A written order to the Contractor signed by the owner or the Engineer ordering and
authorizing and additions, deletion or revision in the works, or an adjustment in the Contract
price or the Contract Time. No variation shall be allowed in project on Turnkey basis.

1.13 TEMPORARY WORKS:

Temporary works means all temporary works of every kind required for the
performance of the contract.
1.14 OWNER:

The term owner means the U.P. Jal Nigam represented by the Chairman, Managing
Director, the Chief Engineer, the General Manager or any other officer authorized by the
Managing Director.

1.14 DEPARTMENT/U.P. JAL NIGAM:

It shall mean the U.P. Jal Nigam hereinafter called the department.

1.15 EMPLOYER:

The term Employer means the General Manager, Gomti Pollution Control Unit, U.P.
Jal Nigam, Lucknow.

1.16 CHAIRMAN:

Chairman shall mean the Chairman, U.P. Jal Nigam, Govt. of Uttar Pradesh here-in-
after called the Chairman.

1.17 CHIEF ENGINEER:

“The Chief Engineer” shall’ mean the Chief Engineer (Lucknow Zone), U.P. Jal Nigam,
Lucknow here-in-after called the Chief Engineer.

1.18 ENGINEER:

The term Engineer shall mean the General Manager appointed by the owner to
undertake the duties and powers, assigned to the Engineer by these specifications acting
directly or through his authorized representatives. The term Engineer is referred to
throughout the contract documents, as if singular in number, and means the Engineer or his
authorized representative including the Engineers, employees, agents and consultants.

1.19 ENGINEER-IN-CHARGE:

It shall mean the Project Manager, Temp. Gomti Pollution Control Unit, U.P. Jal
Nigam, Lucknow

1.20 ENGINEER’S REPRESENTATIVE:

Engineer’s representative means any Project Engineer /Assistant Engineer/Junior


Engineer/ Assistant Project Engineer appointed from time to time by the owner or. Engineer
to perform the duties as set forth whose authority shall be notified in writing to the
contractor by the Engineer.

1.21 CONSULTANT:

The firm or persons whose expertise has been sought by the owner to help and
direct the works or parts thereof.
1.22 CONTRACTOR:

The Contractor is the person, firm, corporation, joint venture/consortium or


organization identified as such in contract Agreement and is referred to throughout the
Contract Documents as if singular in number and masculine in gender. The term contractor
or his authorized representative applies to both.

1.23 CONTRACTOR’S REPRESENTATIVES:

Any competent person/persons such as Engineer/Sub-Engineer/ Work Agent


/Supervisor / Foreman etc. as may be necessary duly authorized by the contractor in writing
& approved by the Engineer for the proper execution of work/works.

1.24 SUB-CONTRACTOR:

The Sub-Contractor is the person, firm, corporation named in the contract as a sub
contractor for a part of works or any person to whom a part of works has been sub-
contracted with the consent of the Engineer and the legal successors in title to such person,
firm, corporation, but not any assignee of any such person, firm, corporation.

1.25 SUPPLIER:

The supplier is the person, firm, corporation named in the contract as a supplier for
supply of material, equipment etc. whom has been contracted for supply of material,
equipment etc. with the consent of the Engineer and legal successors in title to such person,
firm, corporation but not any assignee of any such person, firm, corporation.

1.26 CONTRACTOR’S EQUIPMENT:

Contractor’s equipment means all equipment, appliances or things of what-so-ever


nature required for executions, completions or maintenance of works, or temporary works,
but does not include materials and other things intended to form the permanent work or the
part thereof.

1.27 STANDARDS:

It refers to Indian-Standards issued by the Bureau of Indian Standards. All materials


and workmanship which form part of this project shall conform to the relevant up to date
amendment or in its absence any other Standards, as the Engineer may approve or direct.
Equipment, materials or workmanship, having not included in I.S. Specifications can be
according to other standards of CPHEEO manual which ensures equivalent, if not higher
quality and which are acceptable by the owner before award of the work or during
execution of the work.

1.28 SPECIFICATIONS:

The specifications cover the general terms, conditions, technical specification and
requirement of the contract and the materials supplied thereof and the workmanship
required from the Contractor. The specifications form part of the Contract and are
supplementary to the General conditions of contract.
1.29 SAMPLES:

Samples are physical examples furnished by the contractor to illustrate materials,


equipment or workmanship and to establish standards by which the work will be judged at
adjudication and as the work progresses.

1.30 SURETY:

The term surety refers to the banks that join with the contractor in assuming the
liability for the faithful performance of the works and for the fulfillment of all obligations
pertaining to the works in accordance with the contract documents by issuing the Bonds
required by the contract documents, which Bonds are legally enforceable.

1.31 BONDS:

Tender and performance Bonds i.e. Earnest Money Deposit and performance
Security Deposit and other instruments of security furnished by the tender/contractor and
his surety in accordance with the Contract Document, being legally valid in India and payable
on demand to the owner.

1.32 DRAWINGS:

The Drawings or exact reproduction which show the scope and character of the
work to be executed and which have been approved by the owner, and are appended to, in
the contract Documents. The terms Drawing and Plan have the same meaning as the term
Drawings unless otherwise stated or specified.

1.33 LOCAL BODY:

Nagar Nigam Lucknow / Lucknow Jal Kal Vibhaag is the local body and nodal agency for
works to be executed under mentioned Program.

1.34 TECHNOLOGY PROVIDER:

The registered companies/firms who have experience and expertise in the business of
Design, Engineering and Supply of Components for Biological Treatment Technology for
Sewage / Wastewater Treatment Plants and has provided their expertise in India or
worldwide along-with successful O&M as per designed treatment quality norms for that STP.

1.35 OPEN TECHNOLOGY:

Any Technology which has proven track record of number of works successfully working
globally at large scale.

Any technology whose generic design guidelines and generic design parameters have been
specified in CPHEEO manual/reputed international standards/US Standards or European
Standards etc.

2.00 INTERPRETATIONS:

The word imparting the singular only shall also include the plural and vice versa
unless it is repugnant to the context.
2.01 The Contract Documents are complementary and what is called for by one, is as
binding as if called for by all. Any work that may be reasonably inferred from the Drawings
or specifications as being required to produce the intended result be provided by the
Contractor whether or not it is specifically called for. The contractor shall furnish and pay
for all labour, supervisions, materials, equipment, transportation, construction equipment
and machinery, tools, appliance, water fuel, power, energy, light, heat utilities, telephone
and communications, temporary sanitary facilities, storage, services and incidentals of any
nature, whatsoever necessary for the satisfactory and acceptable execution, testing, initials
operation and completion of the work in accordance with the contract documents, ready for
use, occupancy or operation by the Engineer.

2.02 Wherever the term ‘specification’ is used apart from specified standard
specifications, it shall mean the specifications or plan prepared for a particular item as
instructions to the contractor for executing that item of work

2.03 If the owner or the Engineer decides that the contract documents require changes,
Corrections, clarifications or interpretation prior to the receipt of tenders , an appropriate
‘Addendum’ will be issued.

2.04 The owner, the Engineer and their officers, employees and agents will not be
responsible for any changes, instructions, clarifications, interpretations, or other information
pertaining to the contract documents given to tenderers during the Tender period in any
manner other than in a written Addendum.

2.05 Written ‘clarifications’ or ‘interpretations’ necessary for the proper execution or


progress of the work, in the form of drawings or otherwise, will be issued with reasonable
promptness by the Engineer and in accordance with schedule agreed upon. Such
clarifications or interpretation shall be consistent with or reasonably inferable from the
intent of Contract Document and shall become a part thereof. Where there is a discrepancy
between the Drawing and the specifications, such discrepancies should by promptly
reported to Engineer and the Contractor shall obtain the Engineer’s interpretation which
shall be binding on the Contractor.

2.06 The following procedure should then be followed to arrive at the correct ‘schedule
of prices’ and grand totals.

(i) In case of difference between the rates, if written in figures and words, the rate in
words shall apply.

(ii) In case the totals (in part or grand total) as struck by the contractor are found to be
incorrect arithmetically, the same shall be corrected taking the unit rates of the items
correct and multiplying them by the corresponding quantities.

2.07 Signed drawings alone shall NOT BE DEEMED TO BE in order for work unless it is
entered in the agreement or schedule of drawings under proper attestation of the
Contractor and the Engineer or unless it has been sent to the Contractor by the Engineer
with a covering letter conforming that the drawing is an authority for work in the Contract.
2.08 Reference in the contract documents to any materials, item of equivalent, or type of
construction by manufactures, name, make, catalogue, number or other proprietary
identification shall be interpreted as establishing a standard of quality and shall not be
construed as limiting competition. Tender shall be based on the products or types of
construction so referred to and contract documents. Where the works contractor and
approved by a competent authority on behalf of the owner, such specifications with design
and drawing shall form part of the accepted tender.

2.09 ‘Addenda and Corrigendum’ issued by the owner shall form a part of the contract
document, and full consideration shall be given to all addenda and corrigendum in
preparation of tenders. Tenderer shall verify the number of Addenda and corrigendum
issued, if any, and acknowledge the receipt of all Addenda and corrigendum to the owner.
Failure to be aware of such information, which may affect the requirements of the Tender,
will cause the Tender to be rejected.

2.10 In the Intending Tenderers, own interest, they are advised to see ‘the site of work’
with particular reference to access, road and infrastructure facilities. They are to make a
careful study with regard to availability of materials and their sources, labour (skilled and
unskilled) and all relevant factors as might affect their rate. A tenderer who submits a
tender will be deemed to have inspected the site and made proper study of all relevant
factors.

2.11 The contractor will have to provide four number of air conditioned four wheeled
light motor vehicle to department with driver and fuel upto 3000 kms per month (averaged
over whole period of execution) and eight numbers (110 cc - 135 cc) two wheeler and fuel
upto 30 litres per two wheeler per month for supervision of work and a site office with a
computer, printer (colour) & other necessary stationary or cartridges etc. as per condition of
contract part II clause no. 28.10

3.00 Abbreviations

The abbreviations used in tender documents or any other correspondence will stand for the
full forms given as under:

AAP : Alarm Annunciation Panel

AC : Asbestos Cement

ACB : Air Circuit Breaker

APE : Assistant Project Engineer

BGFB : Bio Gas feed blower

BG : Bank Guarantee

BPFP : Belt Press Feed Pump

CI : Cast Iron

CPCB : Central Pollution Control Board


CPHEEO : Central Public Health and Environmental & Engg. Organization

CRS : Corrosion Resistant Steel

DB : Distribution Box

DI : Ductile Iron

DFE : Dual Fuel engine

DLP : Defect Liability Period

DG : Diesel Generator

DPR : Detailed Project Report

DO : Dissolved Oxygen

DOC : Date of Completion

DOS : Date of Start

DWC : Double Wall Corrugated

EMD : Earnest Money Deposit

EIC : Engineer In-Charge

E&M : Electrical & Mechanical

FA : Flame Arrester

FDB : Final Discharge Body

FGL : Finished Ground Level

F/M : Food/Mass

FM : Flow Meter

FRC : Fibre Reinforced Concrete

FSL : Full Supply Level

FU : Fuse Unit

GoI/GoUP : Government of India/ Government of Uttar Pradesh

GG : Gas Generator

GP : Generator Panel

GSW : Glazed Stone Ware

GL : Ground Level
GM : General Manager

GPCU : Gomti Pollution Control Unit

GPCU-III : Gomti Pollution Control Unit III

GAP : Gomti Action Plan

HDPE : High density Poly Ethylene

HRC : High Rupturing Capacity

HRT : Hydraulic Retention Time

HFL : Highest Flood Level

H.P : Horse Power

IIT : Indian institute of Technology

IL : Invert Level

IPS : Intermediate Pumping Station

IPS : Indian Patent Stone

I&D : Interception and Diversion

KWH : Kilo Watt Hour

KVA : Kilo Volt Ampere

LT : Level Transmitter

LPCD : Litres Per Capita Per Day

MOEF : Ministry of Environments and Forests

MDB : Main distribution Box

MEP : Main Electrical Panel

MLD : Million Litre Per Day

MLSS : Mixed Liquor Suspended Solids

MPS : Main Pumping Station

MSL : Mean sea Level

MWSL : Mechanically Wound Spiral Lining

MS : Mild Steel

NIT : Notice Inviting Tender/Tender Notice


NPV : Net Present Value

O&M : Operation & Maintenance

PM : Project Manager

PE : Project Engineer

P&I : Process & Instrumentation

PDB : Power Distribution Board

PSC : Pre Stressed concrete

SB : Switch Board

SBR : Sequential batch reactor

SS : Standard Steel

SSM : Sludge Sump Mixer

SRT : Solid Retention Time

STP : Sewage Treatment Plant

TOR : Terms of Reference

T&P : Tools & Plants

TGPCU : Temporary Gomti pollution Control Unit

TTP : Tertiary Treatment Plant

UPJN : Uttar Pradesh Jal Nigam

UV : Ultra Violet

VCB ; Vacuum Circuit Breaker

VFD : Variable Frequency Drive

WWTP : Waste Water Treatment Plant

W/W : Waste Water


CHAPTER III
INSTRUCTIONS TO BIDDERS
1 GENERAL

U.P. Jal Nigam (UPJN) intends to use the grant under AMRUT and SMART CITY MISSION and
to finance the contract for which invitation for Pre-Qualification and financial bid is issued.
The grant will not be used for payment to person or entities or for any import of goods, if
such payment or import is prohibited by a decision of the Govt. of UP.

The UPJN intends to pre-qualify the firms who bid for the contract outlined in the pre-
qualification data and then open the financial bid at a later date of prequalified bidders.

1.1 Background of the Project

The Lucknow city has a warm humid subtropical climate with cool, dry winters from
December to February and dry, hot summers from April to June. The rainy season is from
mid-June to mid-September, when Lucknow gets an average rainfall of 896.2 millimeters
from the south-west monsoon winds, and occasionally frontal rainfall will occur in January.
In winter the maximum temperature is around 25 °C and the minimum is in the 2 to 7
degrees Celsius range. Fog is quite common from late December to late January. Summers
are extremely hot with temperatures rising to the 40 to 45 degree Celsius range, the average
highs being in the high 30s.

Lucknow City was selected as SMART CITY under flagship programme of GoI. Subsequently
Kaisarbagh was selected for Area Based Development under Smart City after consultation
with people of Lucknow. Kaisarbagh is old area of Lucknow city and has many heritage
buildings along with densely populated areas. GoI intends to provide the selected ABD area
of Kaisarbagh with basic amenities like 24 X 7 water supply, Sewerage Network, Green
Spaces etc.

The UPJN, being the nodal agency of water supply works & sewerage works in Uttar Pradesh
has taken up the proposed works of water supply and sewerage works. The scope under this
bid is limited to sewerage works of Kaiserbagh & surrounding areas.

At present, in many areas of the project area sewer pipes are laid but they discharge it to the
nearest drain and these pipes were not laid under any master planning. However along the
length of the major drains visually Wazeerganj Drain & Ghasiyari Drain old sewer lines exist
which ends up into Cis Gomti Trunk Sewer. This trunk sewer carries the waste water to a
pumping station near Nishatganj Bridge, known as Cis Gomti Pumping Station. This pumping
station pumps the waste water to Kukrail IPS after crossing the River Gomti. Form here the
waste water is pumped to MPS Gwari and is repumped to 345 MLD STP at Bharwara.

To provide with basic amenity of sewerage system this work of Sewer laying and
appurtenant works is conceived for ABD area of Kaisarbagh and its surrounding area in order
to provide sewer house connection to each and every household (to connect each and every
outlet pipe of a house carrying sewage except for the pipes carrying rain water to the
proposed sewerage network).
1.2 Project Area

A total of 11 wards (full/partial coverage of wards area) shall benefit from this project. The
map showing project area is attached with the bid documents.

1.3 Brief Scope of Work

The Contractor shall ensure the technical feasibility of his offer submitted after
visiting/surveying the Site. It must be clearly understood that as the Contract is a “Turnkey
Contract”, the Contractor shall design and execute every such Item(s) of Work(s) which are
considered required or necessary for the satisfactory completion and functioning of the
entire sewerage network with level sensors at interval of every 500 m or at important
junctions with conection of each and every household, construction of new pumping station,
rehabilitation of Machli Mohal Pumping station and other appurtenant works including
Operation & Maintenance of the entire executed works even if such Item(s) of Work(s) are
not specified in the Bid documents, but are essential to complete the works for achieving the
desired results.

The scope of the work shall include but not limited to the following:

i. Survey of the entire project area showing total length of road, type of road, width of
roads, existing infrastructure with its condition and other required details, Designing
of network as per relevant codes and manuals, submission of drawings in hard and
soft copies. The survey shall also include list of households in format as desired by
the department.
ii. Vetting of design by reputed Engineering college like IIT’s
iii. Distribution, collection of connection forms in desired formats along with geotagging
of the households with photo of house.
iv. Dismantling of roads, Excavation, Barricading along the trench, Display boards
clearly mentioning the works & funding programme along with other necessary
details, Caution boards, Traffic Diversion, supply of sewer pipes, carting laying
jointing true to alignment and grade as per approved design, carting and recarting
excavated earth, refilling of trenches along with ramming, watering to ensure proper
compaction, ensure safety of public and existing buildings/works, reinstatement of
roads, shifting of utilities, crossing of drains/naalas etc
v. Design, construction, supplying, erection, testing and commissioning Sewage
Pumping Station at Cis Gomti Pumping Station. Topographical and Geotechnical
Survey including Subsoil Investigation for Water Table and Safe Allowable Bearing
Capacity. Subsoil Investigation shall be carried out by the Contractor through a
reputed and specialist firm approved by Engineer incharge for confirmation of
Geotechnical data. The report shall be approved by IIT and bidder shall follow the
foundation philosophy as approved by IIT.
vi. Cutting of unwanted Tress, roots, Plants, Bushes and Shrubs, shifting and re shifting
of excavated earth, clearing of naala passage for unobstructed flow at and any
downstream location of proposed site during construction period etc. and removing
the same form Site. However, necessary approval for the same shall be arranged by
the Employer and shall be pursued by contractor on employer's behalf.
vii. Demolishing the existing Structures and removing the debris from Site.
viii. Shifting of Pipe Lines, Cables and transmission lines along with its poles etc. if
required.
ix. Site filling by means of suitable earth/material, as per site condition.
x. Leveling and grading to improve the aesthetics and to facilitate the vehicular
movement.
xi. Construction of Site Offices (One for Employer’s Staff and one for Contractor’s Staff)
with required Furniture, Air-conditioners, Personal Computers and Printers, Telecom
facility as per general condition of contract etc.
xii. Arranging Construction Power & Water during construction period.
xiii. Pilling work if any.
xiv. Construction of temporary Labour Shelters nearby Site.
xv. Providing Plinth Protection along the periphery of all the proposed buildings & shall
be provided as detailed in Civil Specifications.
xvi. Providing Internal and External Plaster to Buildings as detailed in Civil Specifications.
xvii. Providing Internal Black Anti Corrosive Bitumastic Paint and External Water Proof
cement Paint to all water .
xviii. Providing Rolling Shutters, Doors, Windows and Ventilators in pumphouse.
xix. Providing External Epoxy Paint to all Steels Works made of MS or GI.
xx. Providing SS Hand Railing (min. 3 Rows) along all the Stairs and Walkways of all
Process Units.
xxi. Supply, Erection, Testing & Commissioning of all the Mechanical Equipment as
detailed in Mechanical Specifications.
xxii. Provision of Temporary Power Connection for execution of works. No extra claims or
payments shall be made on this behalf. Bidders shall incorporate the cost in quoted
price by them.
xxiii. Obtaining incoming HT Power Supply from State Electricity Authority from nearby
Source to the pumphouse Site. However, necessary Deposits and Documents shall
be arranged by the Employer but has to be pursued by contractor on his behalf.
xxiv. Supply, erection, testing & commissioning of all the Piping, Gates & Valves as
detailed in Mechanical Specifications. All gates shall be motorized sluice gates and of
SS 304 construction.
xxv. Supply, Erection, Testing & Commissioning of all the Electrical Equipments including
HT and LT Equipments as detailed in Electrical Specifications.
xxvi. Supply, Erection, Testing & Commissioning of all the Instrumentation Equipments as
detailed in Electrical & Instrumentation Specifications.
xxvii. Operation & Maintenance (O&M) of Pumping Stations & sewerage network for 24
months including DLP of 12 months as per Tender specifications.
xxviii. Providing “on the job” training to the Employer’s personnel.

The Bidders are advised to visit the site before quoting for the proposed works.

The above works shall be completed within 24 months from the commencement
date followed by 12 month of Defect Liability Period and subsequent Operation &
Maintenance (O&M) of 1 year.

2 RATES

(a) The tendered rate/ the total bid price shall include supply of all materials
(manhole covers and frames shall be supplied departmently and its cost shall
be recovered from bills), labour, T&P at the site of work, which are required for
execution of the item of works as mentioned in “Part-II Financial Bid-Schedule of
Works/ BOQ” as per terms and conditions mentioned in the tender documents. It
shall also include cost of water, fencing, lighting, display of caution boards,
arrangement of caution lights in the night, traffic diversion, diversion and safety
and reinstatement of existing water supply lines, sewer lines, drains, telephone/
data cables, electric cables, miners, passage to existing buildings, cleaning of
“nalis” (side drains in streets) which are obstructed due to execution of work, if
required, and reinstatement of all public amenities which are disturbed during
execution of work and required vehicles, stationary, computer, printer, site
offices, labour shades for proper supervision and timely completion of works etc.
which may become necessary for complete execution of the works to the
satisfaction of the Engineer. The rates shall include cost for works as specified in
Schedule A and in scope of works in bid document. No claims, whatsoever, will
be entertained on this account later on.
(b) All duties, taxes, cess except GST and other levies shall be included in the rates/
prices/ the total bid prices submitted by the bidder, and the evaluation and
comparison of bids by the department shall be made accordingly. GST @ 12 % or
as applicable shall be paid seperately.
(c) Bidder has to quote the total bid price for complete works given in “Part-II
Financial Bid - Schedule G /BOQ”, cost of works put to tender by bidder shall
include all essentialities required for proper completion of work, whether clearly
mentioned in BOQ on turnkey basis. No extra claims shall be entertained on this
account.
(d) The submission of bid shall be taken as an evidence and confirmation that the
bidder has acknowledged all the instructions, terms & conditions, specifications
and all other provisions of the tender documents and has fully acquainted him
with site conditions and all factors, which may influence the preparation of his
tender for the work up to the completion.
(e) Bids with absurd rates shall be liable to rejection.
(f) The contractor shall be liable for all arrangement for the safety of labour, Public
and Private Property for convenience of public at the time of execution of work.
The contractor shall be responsible for damage done to any property, utilities,
telephone cable and water pipe line etc and will pay to concerned department,
the damage & repair charges for the same.
(g) The quoted rate shall also include for third party testing of materials required in
execution of works, vetting of design by reputed engineering college, taking
colored photographs of the works during different phases of execution and
submitting its hard copies, setting up of building material testing lab at site along
with reuired staff etc. No claims, whatsoever, will be entertained on this account
later on.
(h) Once the tenders have been opened, no request for consideration of any
alteration in their offer shall be entertained.

3 ELIGIBILITY FOR THE BIDDERS

3.1 Registration with UP Jal Nigam

(A) Application are invited from those private contractors / companies /firms who are
registered as "A" class contractor in U.P. Jal Nigam turnkey (Sewerage) category

(B) Joint ventures are permitted to participate in tendering. It is essential for the lead
partner of joint venture to be registered in Class 'A' in UP Jal Nigam in turnkey Projects
(Sewerage). The equity of lead partner shall not be less than 51%.

(C) However if firm/lead partner of JV is not registered in U.P. Jal Nigam but have required
experience as per Qualification Criteria specified in tender document, then also they will be
allowed to participate in the process. However, firm/lead partner shall register them self in
U.P. Jal Nigam in class and category as mentioned in Point (A) before opening of financial
bid. If the contractor fails to register in U.P. Jal Nigam in the schedule time frame, the bid
shall be deemed to be non responsive.

3.2 Pre-qualification will be based on the applicant / bidder meeting the minimum
criteria regarding the applicant’s / bidder’s experience, personnel and equipment
capabilities and financial positions, specified in the qualification criteria as demonstrated by
the applicant’s / bidder’s responses in the forms attached to the letter of Application and
other requested documentation.

3.3 Items allowed for JV agreement/M.O.U. (Memorandum of Understanding)

3.3.1 Incase of joint venture, there should be a JV agreement between partners of Joint-
Venture in which equity and scope of work should be specified clearly. Copy of JV agreement
should be submitted with PQ documents. Format of JV is attached in tender document.

3.3.2 The sub-contractor is not allowed at any time during construction period and O&M
Period.

3.4 The U.P. Jal Nigam reserves the right to :

 Amend the scope of work.


 Reject or accept any application.
 Cancel the pre-qualification process and reject all applications.
 Demand for further clarification regarding uploaded documents.

The UPJN shall neither be liable nor be under any obligation to inform the applicant / bidder
of the grounds for such action like rejection, cancellation or amendments.

3.5 The opening of financial bid will be intimated later on to the qualified bidders.

3.6 At the time of uploading their tenders, bidders shall update the relevant
information used for pre-qualification to confirm that they continue to comply with the
qualification criteria and verify that the information previously provided is still valid and
correct. A tenderer / bidder shall be disqualified if it no longer meets the qualification
requirements before, on or after the time of contract of award.

3.7 Tenderers / bidders will be required to provide a Earnest Money deposit in the bid.

4.0 TERMS & CONDITIONS:

A. PURCHASE OF TENDER DOCUMENTS:

The bid document is available online and may be downloaded through the e-procurement
portal https://etender.up.nic.in/nicgep/app through online payment/RTGS for tender fees
as mentioned in e-tender and upload the same in the e-procurement portal. The
department shall not be liable for any delays or non payments due to banks or due to e-
portal.

All bids are to be submitted online and payments towards the cost of documents has to be
online. Bids submitted manually will not be accepted. The bidders would be required to
register in the website which is free of cost. For submission of the bids, the bidders are
required to have Digital Signature Certificate (DSC) from one of the authorized Certifying
Authorities.

“Aspiring bidders who have not obtained the User ID and Password for participating in e-
procurement may obtain the same by registering in the website:
https://etender.up.nic.in/nicgep/app. The requirements to register with the e-procurement
portal are available on the website indicated above.

The bidders are required to submit the following documents when required by the
department or as specified in tender:

(i) original bid security in approved form (in case the bidder submit EMD in FDR/NSC/BG
form and bidder shall submit the EMD in a sealed envelope super scribing acknowledgement
number generated by e-tender portal, name of firm, name of work, & Earnest Money
before opening of tender, failing which the bids will be declared non responsive) before or at
the time of opening of pre qualification bid either by registered post or by hand.

(ii) original notarized power of attorney, to the Project Manager, Temp. Gomti Pollution
Control Unit, U.P. Jal Nigam, Lucknow, either by registered post or by hand before or at the
time of opening of bid.

(iii) other relevant documents as per tender notice and tender documents as and when
required by department

The department shall not be responsible for delays in postal deliveries and no claim
whatsoever shall be entertained by the department on this regard.

The above documents shall be submitted in one envelope. The number mentioned on
acknowledgement of online submission of the bid by the bidder shall be mentioned on
envelope containing the documents as detailed above.

A1. Cost of Bid Document:

Cost of Bid document of Rs 20000 + 12% GST, is non-refundable and should be submitted to
Project Manager, Temp. Gomti Pollution Control Unit, U.P. Jal Nigam, Lucknow by RTGS in
Punjab National Bank, MG Marg, Lucknow. A/ C No. :- 4117000100101547, IFSC Code :-
PUNB0667100. The bidder shall upload the receipt of the same failing which the tender shall
be declared non responsive.

A2. Earnest Money Deposit/Bid Security

All e-Bids must be accompanied by a Bid Security / Earnest Money Deposit (EMD) of
Rs 2.22 crore (Rs. Two Crore Twenty Two Lac Only), in any one of the following form :-

a) In shape of FDR/NSC/CDR of nationalized bank/post office which is pledged in favour of


The Project Manager, Temporary Gomti Pollution Control Unit, U.P Jal Nigam, Lucknow shall
be valid for a period of 180 days from last date of bid submission. The scanned copy of the
Bid Security/ EMD must be submitted along with the e-Bids and the original one should
reach the Owner’s office at Lucknow before opening of technical e-Bids failing which the
bids shall be declared non responsive.

OR

b) The tenderers can deposit the required earnest money in the a/c of Project Manager,
Temp. Gomti Pollution Control Unit, U.P. Jal Nigam, Lucknow by RTGS in Punjab National
Bank, MG Marg, Lucknow. A/ C No. :- 4117000100101547, IFSC Code :- PUNB0667100 and
upload receipt of this RTGS in the online portal for verification failing which the bids shall be
declared non responsive. This will be treated as Earnest Money. No interest shall be paid on
Earnest Money and the department shall not accept any claim in this regard. Non payments
of EMD due to any reason shall make the bids non responsive and department shall not be
responsible for non payments due to banking/server errors or non upload of the receipts
due to fault/errors in e-procurement website.

Earnest Money shall be valid for a minimum period of 180 days (from the last date of
submission of tender)

The earnest money of unsuccessful bidders will be returned as promptly as possible, but not
later than 60 days after the expiration of the bid validity period.

The earnest money submitted by the successful tenderers with the bid will be adjusted
against the security money to be deposited at the time of signing of the agreement.

A3. Bids validity period is 120 days from last date of submission of bids. Normally
allotment of the work shall be decided within 120 days. However due to
circumstance/reasons requiring extension of validity of period, all the bidders will be
required to extend the validity period including extension of validity period for Earnest
Money Deposit for the extension period demanded by the Engineer if interest in standing for
the tender work.

A4. Period of completion of works:

Time of completion is 24 calendar months including 4 months trial & run period followed by
1 year defects liability period and subsequent O&M of 1 year.

A5. SECURITY DEPOSIT:

The amount of security money (including earnest money) to be deposited by successful


tenderer for the due performance of all the conditions of contract, shall be sum equal to
10% of the tendered cost is to be deposited with the Project Manager, Temp. Gomti
Pollution Control Unit, U.P Jal Nigam, Lucknow within 10 days of being called upon to do so
after the acceptance of the tender. The security money will be in the shape of CDR/FDR/BG
of a Nationalized duly pledged in favour of The Project Manager, Temp. Gomti Pollution
Control Unit, U.P Jal Nigam, Lucknow and shall be valid for full contract time plus the 1 year
DLP. Bank Guarantee shall be such that it can be en-cashed in Lucknow and in case of any
dispute, jurisdiction of BG shall be in Lucknow.

Security deposit shall be refunded only after successful execution of works plus 2 year O&M
period including DLP . The security money against works has to be deposited and agreement
has to be signed within 10 days from date of receipt of letter of acceptance of tender or else
EMD shall be forfeited.

B. RIGHT TO REJECT:

Engineer reserves the right to reject any or all tenders without assigning any reasons
thereof.

C. QUALIFICATION CRITERIA

The bidder must fulfill the minimum criteria of experience, personnel qualification,
possession and utilization of construction equipment, sound financial position to execute the
project of the above magnitude and their litigation history in the following manner. Even
though the bidders meet the above qualifying criteria, they are subject to be disqualified if
they have;

 made misleading or false representations in the forms, statements and attachments


submitted in proof of the qualification requirements; In this case department may
penalize the firm as per rules and regulation of department/GoI/GoUP and/or shall
blacklist the bidder.
 record of poor performance such as abandoning the works, not properly completing
the contract, inordinate delays in completion, litigation history, or financial failures,
poor progress/performance of works in hand etc.; and/or participated in the
previous bidding for the same work and had quoted unreasonably high bid prices
and could not furnish rational justification to the employer

C1. EXPERIENCE FOR PRIME / MAIN CONTRACTOR / JOINT VENTURE:

The applicant during last ten years (ending day of the month previous to the one in
which applications are invited ) has successfully executed works of at least
following similar works as follows:

C1.1 Three No. similar completed works of amount each equal to 40% of the work cost
i.e. Rs. 88.80 .
Or
Two No. similar completed works of amount each equal to 50% of the work
costi.e.Rs. 111.00 Crore each.
Or
One No. similar completed works of amount equal to 80% of the work costi.e.Rs
177.60 Crore
and

C1.2 Three No. similar completed works of sewer laying not less than 40 km which
includes atleast 1 km length of sewer of diameter not less than 700 mm
Or
Two No. similar completed works of sewer laying not less than 47 km which includes
atleast 1 km length of sewer of diameter not less than 700 mm
Or
one No. similar completed works of sewer laying not less than 53 km which
includes atleast 1 km length of sewer of diameter not less than 700 mm
and
C1.3 Three No. similar completed works each equal to 60 H.P similar nature pumping
stations.
Or
Two No. similar completed works 80 H.P similar nature pumping stations.
Or
One No. similar completed works of amount equal to 120 H.P similar nature
pumping stations.
and
C1.4 Three No. similar completed works each equal to 300 KVA substation/ Generating
Sets .
Or
Two No. similar completed works each equal to 375 KVA substation/ Generating
Sets.
Or
One No. similar completed works equal to 600 KVA substation/ Generating Sets.

and
C1.5 In addition to above the bidders shall have experience of relining of old sewer
and
C1.6 Bidders should also have have experience of Automation.

The Experience Certificate shall clearly mention the diameter wise length of sewer pipe laid,
whether any penalty/compensation was levied, date of start, date of stipulated completion,
date of actual completion, capacity of pumping plant, DG sets, transformers etc.

The Experience certificate of the applicant is to be obtained by him from the officer of rank
not below than Executive Engineer / Project Manager.

Experience Certificate issued from the Government department/Government undertaking


will only be entertained. Experience certificates issued from Private body/company/trust
shall not be entertained.

In case the experience certificate is issued in language other than English or Hindi then the
experience certificate has to be translated in English from authorized translator.

The Department, if the need arises, may physically verify the works which is claimed for
qualification by the bidder. The bidder at his own expense, shall arrange for visit of UPJN
officer/s as appointed by the owner for one or all the works claimed for qualification.

The Contractor should have experiences as prime/main contractor / joint venture.


Experience of contractor as a sub contractor will not be considered.

D PERFORMANCE REPORT

The Performance report/Experience certificate of the applicant is to be obtained by


him from the officer of rank not below than Executive Engineer / Project Manager.

Performance report other than the Government department will not be entertained
although bidder has to give experience detail on prescribed format. (Application Format -3).

In case the experience certificate is issued in language other than English or Hindi
then the experience certificate has to be translated in English from authorized translator.

E PERSONNEL CAPABILITY
The Prime contractor / bidder should furnish the list of all personnel employed in
the company (both technical and non-technical). The Prime Contractor / bidder shall provide
suitably qualified personnel to fill up the senior positions required during the execution of
the job as given under. For each position the Prime Contractor / bidder shall supply the
relevant information as given in the form No.5 provided with the document. The Prime
Contractor / bidder shall supply the information for the following position with the details as
specified below. The Prime contractor / bidder not supplying the information as given below
shall be liable for disqualification. The selected bidder will have to undertake an assurance to
make available persons of following qualifications at site during construction.

S.No Position Total years of Total years of Minimum Nos.


Experience experience in Qualification
similar works

1. General Manager 10 10 B.E. (Civil/


Elec./Mech.) 1

2. Graduate Engineer 7 7 B.E. (Civil) 2

(Civil)

2. Graduate Engineer 7 7 BE (E/M) 1


(E&M)

4. Diploma Holder 5 5 Diploma (Civil) 4


Engineer
Diploma (E/M) 2

F EQUIPMENT CAPABILITY

The Prime Contractor / bidder shall own, or have assured access to (through hire,
lease, purchase agreement, availability of manufacturing equipment or other means) the key
items of equipment in full working order and must demonstrate that base of known
commitments. They shall be available for use in the design, supply, construction, installation,
commissioning and maintenance period of 2 year. The Prime Contractor / bidder shall also
list alternative equipment which the contracting agency shall propose to use for the contract
work, together with an explanation / reasons and suitability of the said proposal. The
information have to be supplied in the Form 6 for the construction of the plant within the
stipulated period.

The list shall include equipment for heavy engineering works, weight batcher, Piling
works, lifting, jacking, MS work, large excavation work and earth moving, well point
equipment, pumping plants for concreting with suitable vibrators, equipments to monitor
quality of work including non destructive tests on concrete, measurement of dimensions of
finished works, level machines, buried conduit search machine, level machines, cold milling
machines, dumpers etc and other T&P required for completing the above contract in time.
The Prime Contractor / bidder shall insert the list of key equipment based on the need of the
job and performance criteria. The performance criteria shall also be stated with the list of
the equipment available for the work. The equipment essential for timely completion of
works shall be made readily available during the time frame to complete the work.

G FINANCIAL POSITION

The Prime Contractor / bidder shall demonstrate that it has access to and has
available liquid Assets or unencumbered real assets or Line of Credit Rehabilitation (LOC),
and other financial means sufficient to handle cash flow for works to be executed under this
bid. Bidder should be financially capable to make each flow on works for at least 20% cost of
tendered cost.

Turn-over :

The applicant should have average minimum annual turnover of Rs. 44.20 crore during last
three years ending 31.03.2018.

Profit / Loss :

The firm should not have incurred any loss in more than two years during the last five years
and the firm should have a positive net-worth (Application Form-7).

Solvency Certificate :

The applicant has a solvency of Rs. 44.40 crore as certified by Nationalized Bank or District
Magistrate not before date of submission of bids (Application Form-7A).

Minimum Bid Capacity

Minimum Available Bid Capacity of the bidder shall be 218.62 crore. Available Bid
Capacity shall be calculated as follows-

Bidding Capacity = (2 X A X N - B)

where -

A = Max value of Civil engineering works executed in any one year during last five years
upgraded to present year (i.e. Tender acceptance Year) by adding 8% per year for execution
of that work.

N = No. of years prescribed for completion of work for which present tenders are invites.
(For this project - 2 years)

B = Value of existing commitment and ongoing work to be completed during next N Years

H LITIGATION HISTORY (Application Form-8).

The Prime contractor / bidder shall provide accurate and correct information on any running
/ current litigation(s) or the past litigation(s) or the arbitration(s) resulting from the
completed and / or under execution contracts by the Prime contractor / bidder over a period
of past five (5) years till 31.08.2018. A consistent history of litigation against the Prime
Contractor / bidder or sub contractor shall result in failure of the Prime contractor / bidder
to bid for the said contract.

If ever the applicants / bidder has been debarred, black listed by any Govt.
Department, then applicants shall furnish the complete details giving the reasons of black
listing and thereafter final out-come of the dispute. The application/bid of any applicant /
bidder shall not be considered, who still is black listed or debarred by any Govt. Department.

I Language of bid

English should be the working language of the letter of application and pre-qualification
document. In case the letter of application and / or pre-qualification document is issued in
local language other than the working language the working language shall be the ruling
language. The tender document and other relevant and associated documents shall be
written in the working language.

J Currency: Currency for the bids shall be Indian Rupee (INR)

5.0 MODE OF SUBMISSION OF BIDS:

Each Bidder shall submit only one Bid in two parts online and submit the hard copy when
required by department which shall consist of:

a) Part I - Technical Bid which contains the following:

i. the RTGS/NEFT receipt/UTR number issued by bank for the cost of the bid document
ii. the Bid Security required (on or before date of opening of bids)
iii. the power of attorney (on or before date of opening of bids)
iv. Registration with UP Jal Nigam in appropriate class and category as required by
tender document, as applicable
v. Experience Certificate
vi. the Technical Bid Submission Form and Qualification Information form required
vii. the Technical and Staffing Information
viii. Evidence of Solvency/Turnover/Profit-Loss statement
ix. Self attested copies of GST Registration
x. -----Deleted-----
xi. Self attested photocopy of PAN Card
xii. Last 5 years ITR and Audited balance sheet
xiii. EPF Registration
xiv. Joint venture agreement, if applicable
xv. Minimum Bid Capacity
xvi. Any other document specified in bid document

b) Part II - The Price Schedules/Financial Schedule/BOQ/Schedule G

Signed, scanned and digitally signed copies of the Certificates shall be uploaded on the
website https://etender.up.nic.in/nicgep/app showing details of similar nature of works,
work in hand and machineries owned or possessed or hired should be uploaded after
converting the same to PDF.
All the documents are required to be signed digitally by the bidder.

The Contractor /bidder shall submit the Audited Balance Sheet for last 5 years and shall
demonstrate its sound position with long-term profitability. The UPJN shall have access to
the Prime Contractor / bidder’s Banker to make inquiries as and when required by them. A
certificate of sound financial standing should be provided from the main BANKER. The Prime
contractor / bidder shall furnish the following information as part of his pre-qualification bid,
along with the supporting documents.

 Affidavit circulated by Principal Secretary, Nagar Vikas Anubhag, U.P. Govt. vide
letter No. 609 / ukS – 9-2007-249 t /06 dated 26.02.2007 (Application Form-9).
 Bankers Certificate regarding credit worthiness of the company from a Nationalized
bank.
 Profile of Company (a) Constitution of Company and Article of Association. (b)
Nature of works being undertaken, (c) Registration with Government / Public Sector
Undertaking.
 List of Works in Hand (a) Name and Addresses of the client (b) Brief Description of
the works (c) Details of equipment deployed (d) Date of commencement of the
works (e) Percentage of completion of work as on 31.05.2018 (f) Value of works (g)
Copies of work orders (Application Form-4).
 List of works completed during last five years (a) Name and address of work (b)
Details of equipment deployed (c) Brief description of the works (d) Schedule
duration of the contract (e) Actual duration of completion of the work (f) Period
during which the contract is executed (g) Value of the work as completed (h) Copies
of the completion certificate (Application Form-3).
 Detailed description of equipment arranged by the Company along with date of
purchase of equipment (Application Form-6).
 Details of Key Engineering / Management Personnel with the company (Application
Form-5 A).
 Income Tax return of company of last 5 years
 Audited Balance Sheet for last five years ending 31 March 2016.
 Bank Statement of last financial year.
 Trade / Sales Tax/ Goods & Services Tax registration certificate
 Registration of company with Provident Fund Authorities
 any other certificate/declaration/affidavit as required by tender document

After electronic online bid submission, the system generates a unique bid identification
number which is time stamped. This shall be treated as acknowledgement of bid
submission.

6.0 CLASSIFICATION OF TENDERERS:

If the tender is made by an individual it shall be signed by the individual with his full name
and current address underneath.

6.01 If the tender is made by a firm in partnership, it shall be signed by all partners of the
firm with their full names and current addresses, or by a partner holding the power of
attorney by the firm for signing the tender in which case a certified copy of power of
attorney shall accompany the tender. A certified copy of the partnership deed, current
address of all partners of the firm shall also accompany the tender.
6.02 If the tender is made by a limited company or a limited corporation it shall
be signed by a duly authorized person holding the power of attorney for signing the tender
in which case a certified copy of the power of attorney with evidence of its currency shall
accompany the tender. Such limited company or corporation may be required to furnish
satisfactory evidence of its existence be for the contract is awarded.

6.03 All witnesses and securities shall be persons of status and probity and their full
names, occupations and addresses shall be stated below their signatures.

7.0 SCHEDULE OF PRICES:

7.01 The tenderer should quote rates for complete work on turnkey basis in schedule ‘G’
as breakup of cost is given in schedule of payment for the stream lining of payments.

7.02 All duties, taxes and other levies under the contractor for any other clause
shall be included in the rates/prices the total bid prices submitted by the bidder, and the
evaluation and comparison of bids by the owner shall be made accordingly.

8.0 PREPARATION OF TENDERS:

The tenderer is required to study carefully the tender documents and prepare his tender to
comply with all the provisions thereof, submission of a tender shall be taken as an evidence
and confirmation that the tenderer has acknowledged all the provisions of the tender
documents and has fully acquainted himself with site conditions and all factors which may
influence the preparation of his tender for the work upto the completion.

8.01 Tender for the works shall be submitted in the form provided in the Tender Document
and shall be completed in accordance with the requirements of the documents. The tender
shall be disqualified if complete information's as called for in the tender documents are not
fully furnished.

8.02 The tender shall be prepared in indelible ink and legibly written. Overwriting shall
not be allowed, corrections should be avoided but if indispensable, the portion to be
corrected shall be scored through under signature of the Tenderer and written afresh.

8.03 The tender is to be signed at all places indicated in the tender documents and where
required, the signature is to be duly witnessed the persons signing on behalf of the tenderer
must have legal authority to do so and if subsequently asked for the Tenderer shall have to
satisfy the Owner about the same.

8.04 The signed copy has to be scanned, digitally signed & uploaded on the e-portal. The
bidder shall scan the documents so that they are readable or otherwise the bid may be
considered non responsive. Any file showing drawings should be in minimum A3 size and
shall be scanned in such a way that all data/dimensions are clearly visible.

8.05 Stamp duty charges shall be borne by the tenderer at the prevailing rate at the time
of award of the contract. The contract agreement will be executed on non judicial stamp
paper of the value of Rs.100/-along with Rs.2/- Revenue stamp or as may be applicable
during signing the Contract Bond (CB)
9.0 Amendment of Bidding Documents

At any time prior to the Submission Deadline, the Owner may, for any reason, whether at its
own initiative, or in response to a clarification requested by a prospective Bidder, amend the
Bidding Documents by issuing online addendum. No other communications of any kind
whatsoever, including, without limitation, the minutes of the pre-bid meeting or the
Response to Questions Document, shall modify the Bidding Documents.

Addenda, if any, will appear on the web page of the website


https://etender.up.nic.in/nicgep/appunder “Latest Corrigendum” and email notification is
also automatically sent to those bidders who have moved this tender to their “My Tenders”
area.

10.0 BIDS OPENING

Online bids will be received as per NIT/corrigenda/pre bid reply/addenda. Bid opening will
be done in two stages.

a) Technical Bids will be opened as per NIT/corrigenda at the Office of General Manager,
Gomti Pollution Control Unit, River Bank Colony, Lucknow, UP Jal Nigam.

Financial Bids will be opened only after technical evaluation of e-bids and announcement of
results on the website. Financial bids will be opened only for the Bidders qualifying the
technical evaluation process

11.0 BIDS EVALUATION

Each bidder will be required to quote in the BOQ/Schedule G and based on the above
quoted rates the bids shall be awarded to L1 bidder.

The “Technical &Financial Capacity Evaluation/Pre Qualification bid" shall be evaluated on


the basis of requirements given in NIT/tender document/pre bid reply/corrigenda/addenda.
The financial bid of only those bidders, whose Technical & Financial capacity evaluation bids
is found responsive, will be opened on later date with informing by uploading on e portal/e-
mail/ mobile SMS to the successful bidders.

The evaluation and comparison of financial bid which are according to the requirements of
the tender documents will be evaluated on basis of quoted price only. The quoted price shall
be such that all the necessary and required works to achieve the desired outcome as per but
not limited to scope of tender document can be executed with quality including its design,
O&M of 2 years.

It will be assumed that the bidders have accounted for all relevant factors, including
technical data/schedules, status and conditions of the associated infrastructure, supporting
infrastructure, the site conditions, climate, weather conditions, availability of power
(including the requirement of any power backup), water and other utilities for construction
of the facilities and appurtenant works, access to site, handling & storage of materials,
applicable laws and applicable permits while submitting their bids as per required treated
effluent characteristics. The bidders will be deemed to have full knowledge of the project,
including the scope of activities required to be undertaken by the bidders to undertake the
project.

Prospective bidders are strongly advised to visit site before quoting rates. The owner
reserves the right to accept or reject any or all tender or to waive any formality, minor
deviation, or omission without assigning any reasons thereof.

Any political/administrative pressure by the contracto/firm upon the owner, of canvassing


directly or indirectly in favour of his offer, will render his tender liable to rejection. Such
tenderers will be debarred from participating in any tender in respect of the works of U.P Jal
Nigam.

The Owner will carry out a detailed evaluation of the Bids to be substantially responsive in
order to determine whether the Technical aspects are in accordance with the requirements
set forth in the bidding documents. In order to reach such a determination, the Owner will
examine and compare the technical aspects of the Bids on the basis of the information
supplied by the Bidders, taking into account the following factors:

Overall completeness and compliance with scope of work and the Technical Specifications.
The Bid that does not meet the minimum acceptable standards of completeness,
consistency and detail will be rejected for non-responsiveness. Achievement of specified
performance guarantees.

Proposed deployment of resources like manpower, equipment, tools or tackles shall be


looked into to ensure performance of work within stipulated time period.

The concurrent commitment of Bidder of various jobs under execution by the bidder will be
taken into account to assess the spare capacity available with the Bidder along with the
execution performance of the job.

Any other relevant factors, if any listed in the Bid, or that the Owner deems necessary or
prudent to take into consideration.

Completeness of Bid is the responsibility of the Bidder and no relief or considerations can be
given for errors or omissions made by the bidder inadvertently or advertently. Bid with
incomplete information is liable for rejection.

When there is a difference between the rates in figures and words, the rate quoted in words
by the bidder shall be taken as correct.

CANVASSING:

Any political/administrative pressure by the contractor or Canvassing directly or


indirectly in favor of his offer will render his tender liable to rejection.

12.0 OPENING OF TECHNICAL & FINANCIAL EVALUATION CUM TECHNICAL BIDS

Process of e-bid opening shall take at the place and time as stipulated in tender notice, in
presence of the bidders representatives who chose to be present.
In the event of the specified date of e-bid opening being declared a holiday for the
department, the e-bids shall be opened at the appointed time and place on the next working
day.

The bidders representatives who are present shall sign a register/paper evidencing their
attendance.

The envelopes containing e-tender EMD (in case EMD is in shape of FDR/CDR/NSC) and
other required documents (if called by the department), received up to the prescribed date
and time.

The bidders names and the presence or absence of requisite e-tender document fee and
EMD in the prescribed format and other required documents, will be announced at the
opening.

Thereafter the department will open all Technical & Financial evaluation cum Technical (pre-
qualification) e-bids through E-Tender procurement solution (e- procurement website
https://etender.up.nic.in) in the presence of bidders representatives.

Technical & Financial evaluation cum Technical (Pre-qualification) e-bids of only those
bidders, whose e-tender document fee, EMD and other required documents are found in
order, shall be accepted.

Clarification of e-Bid: During evaluation of e-bid, the department may, at its discretion, ask
the bidder for a clarification of his/ her e-bid. The request for clarification shall be in writing.
An appropriate reply within the stipulated time shall be obligatory for the bidder.

Evaluation Criteria: The department will examine all accepted Technical & Financial
evaluation cum Technical e-bids to determine they are complete, whether they meet all the
conditions of the contract, whether all the required documents have been furnished as
detailed in tender document, whether the documents have been properly physically and
digitally signed as required, and whether the e-bids are generally in order. Any e-bid or e-
bids not fulfilling these requirements shall be rejected.

It shall be the discretion of the department to decide as to whether an e-bid fulfils the
evaluation criterion mentioned in this e-tender or not. Decision of the department on
matter of technical & financial evaluation results will be final and binding to all participants.
No enquiry/ clarification shall be entertained on the evaluation results neither the
department will remain bound to provide any such clarifications on such results.

The bidders are advised not to mix Part I, Part II and Part III of the bids. The e-bids of those
bidders who have uploaded financial bid document with the pre-qualification or technical
bid or kept it in envelope of EMD will be out rightly rejected.

13.0 OPENING OF FINANCIAL E-BID

After evaluation of Technical & Financial evaluation cum Technical (pre-qualification) e-bid,
through the evaluation committee, the department shall notify those bidders whose
technical e-bids were considered acceptable to the department. The notification may be
sent by e-mail provided by bidder.
The date, time and place for the opening of financial bids will be uploaded on the e-
procurement website https://etender.up.nic.in and communicated to the technically
qualified bidders through e-mail provided by the bidder.

The financial e-bids of technically qualified bidders shall be opened in the presence of
bidders/ their representatives who choose attend.

The department will prepare the minutes of the financial e-bid opening.

A substantially responsive bid is one which conforms to all the terms conditions and
specification of the bidding documents, without material deviation or reservation. A material
deviation or reservation is one:-

 which effects in any substantial way of the scope, quality or performance of the
works.
 which limits, in any substantial way inconsistent with the bidding documents, the
employer's rights or the bidder's obligations under the contract; or
 whose rectification would affect unfairly the competitive position of other bidders
presenting substantially responsive bids.
If a bid is not substantially responsive, it will be rejected by the Employer, and may not
subsequently be made responsive by correction or withdrawal of the non-conforming
deviation or reservation.

14.0 Correction of Errors

Bids determined to be substantially responsive will be checked by the Employer for any
arithmetic errors. Errors will be corrected by the Employer as follows:

Where there is discrepancy between the amounts in figures and in words, the amount in
words will govern :and

Where there is a discrepancy between the unit rate and the line item total resulting from
multiplying the unit rate by the quantity, the unit rate as quoted will govern. unless in the
opinion of the Employer there is an obviously gross misplacement of the decimal point in the
unit rate, in which case the line item total as quoted will govern and the unit rate will be
corrected.

The amount stated in the Form of Bid will be adjusted by the Employer in accordance with
the above procedure for the correction of errors and with the bidder does not accept the
corrected amount of bid, his bid will be rejected and the bid security may be forfeited.

The Employer will evaluate and compare only the bids determined to be substantially
responsive in accordance with the relevant Clause.

In evaluating the bids, the Employer will determine for each bid the Evaluated Bid price by
adjusting the bid Price as follows;

Making any correction for error pursuant to bid document.

Excluding Provisional sums and the provisions, if any, for Contingencies in the summary of
Bill of Quantities, but including Day work, where priced competitively.
Marking an appropriate adjustment for any other acceptable variations, deviation or
alternative offers submitted.

Applying any discounts offered by the bidder for the award of more than one contract
wherever applicable.

The Employer reserves the right to accept or reject any variation or deviation. Variations,
deviations and other factors, which are in excess of the requirements of the bidding
documents or otherwise result in the accrual of unsolicited benefits to the Employer, shall
not be taken into account in bid evaluation.

If the bid of the successful bidder is seriously unbalanced in relation to the Engineer's
Justification of the cost of work to be performed under the Contract, the Employer may
require the bidder to produce detailed price analysis for any or all items of the Bill of
Quantities/Schedule G, to demonstrate the internal consistency of those prices with the
construction methods and schedule proposed. After evaluation lf the price analysis, the
Employer may require that the amount of the performance security set forth in tender
document, be increased at the expense of the successful bidder to a level sufficient to
protect the Employer against financial loss in the event of default of the successful bidder
under the Contract.

Upon the furnishing by the successful bidder of a performance security as per


relevant Clause, the Employer will promptly notify the other bidders that their bids have
been unsuccessful.

15.0 CONTACTING THE DEPARTMENT

Bidders shall not contact the department on any matter relating to their e-bid, from the time
of the e-bid opening to the time the contract is awarded. If a bidder wishes to bring
additional information to the notice of the department, he/ she can do so in writing.

Any political/ administrative pressure by the contractor upon the owner, of canvassing
directly or indirectly in favour of his offer, will render his tender liable to rejection. Such
tenderer will be debarred from participating in any tender in respect of the works of U.P Jal
Nigam.

In the event of any document/ information furnished by the bidder is found to be false or
fabricated, along with rejection of the bidder's e-bid and forfeiture of EMD the action for
debarring / blacklisting / legal proceeding can also be initiated.

16.0 LIST OF DOCUMENTS TO BE SUBMITTED OFFLINE

1. A sealed envelope containing the original CDR/ FDR/ NSC for EMD only in case the
bidder wishes to choose to pay EMD in shape of FDR/CDR/NSC/BG.

This envelope shall be addressed to General Manager, Gomti Pollution Control Unit, U.P. Jal
Nigam, Lucknow and shall be super scribed “Earnest Money: Survey,Conditional Assessment
of Old Existing Sewers, Investigation, Design, Supply, Laying, Commissioning & Testing Of Sewer
Pipe In Trunk/ Lateral/ Branch Sewers Of 200mm Dia To 1400mm Dia, Including House
Connection &Road Reinstatement, Rehabilitation of Machli Mohal Pumping Station and
Construction of Sewage Pumping Station at CGPS, Relining of Wazeerganj Sewer by MWSL
technique, installation of level sensors in manhole including data transmission on real time basis
and installing the reciever at specified locations, Sewer House Connectionincluding all Civil & E/M
Appurtant Works In Sewerage District-4 Zone-1 Part-2, (Smart City Area) Lucknow, Including
Testing, Commissioning, Handing Over To Jalkal, Nagar Nigam Lucknow and Maintenance period
of 24 Months, (Including 12 month Deffect Liabality Period) UNDER “AMRUT & SMART CITY
MISSION”. E-Tender acknowledgement No…………….. "

This envelope must be received at the Office of the General Manager, Gomti Pollution
Control Unit, U.P. Jal Nigam, Lucknow on or before the date and time specified in e-tender
schedule or else the bid shall be considered non responsive.

17.0 LIST OF DOCUMENTS TO BE SUBMITTED ONLINE ON E-TENDERING WEBSITE

All the documents mentioned in mode of submission of bids/checklist or elsewhere


in tender document

General Manager,
Gomti Pollution Control Unit,
U.P. Jal Nigam,
Lucknow.
APPENDIX – A
Letter of Application

(Format for Letter of Application to be typed on the Letterhead of the Applicant/Bidder)


~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~
~~~~~~~
No. Date:
To,
The General Manager,
Gomti Pollution Control Unit,
Near Surajkund Park,
U.P. Jal Nigam, Lucknow.

Dear Sir,
Being duly authorized to represent and act on behalf of ...................................
(Hereinafter referred to as “the Applicant”), and having reviewed and fully
understood all of the Technical & Financial Evaluation information provided, the
undersigned hereby apply to be pre-qualified by yourselves as a bidder for
“Survey,Conditional Assessment of Old Existing Sewers, Investigation, Design, Supply,
Laying, Commissioning & Testing Of Sewer Pipe In Trunk/ Lateral/ Branch Sewers Of
200mm Dia To 1400mm Dia, Including House Connection &Road Reinstatement,
Rehabilitation of Machli Mohal Pumping Station and Construction of Sewage Pumping
Station at CGPS, Including all Civil & E/M Appurtant Works In Sewerage District-4 Zone-1
Part-2, (Smart City Area)Lucknow, Including Testing, Commissioning, Handing Over To
Jalkal, Nagar Nigam Lucknow and Maintenance period of 24 Months, (Defects Liabality
Period)” as advertised vide your E-Tender Notice No. 3188 / M-13 /520 dated
07.09.2018
1. It is to submit that up-to-date details of the applicant are as under:
(i)Legal status of the applicant:
....................................(Soleproprietorship/partnership firm or company or
corporation or registered co-op. society)
(ii) Principal place of business :....................................
(iii) The place of incorporation or place of registration and nationality
ofthe Owners/partners/directors :....................................
(iv) Address for communication :....................................
(v) Telephone /mobile no. :....................................
(vi) E-mail ID :....................................
2. U.P. Jal Nigam and its authorized representatives are hereby authorized to conduct
any inquiries or investigations to verify the statements, documents, and
information submitted in connection with this application, and to seek clarification
from our bankers and clients regarding any financial and technical aspects. This
Letter of Application will also serve as authorization to any individual or
authorized representative of any institution referred to in the supporting
information, to provide such information deemed necessary and as requested by
you to verify statements and information provided in this application, such as the
resources, experience, and competence of theApplicant.
3. U.P. Jal Nigam and its authorized representatives may contact the following
persons for further information:

General and managerial enquiries


Please fill Name & Address of Contact-1 Telephone-1 Mobile-1
Please fill Name & Address of Contact-2 Telephone-2 Mobile-2
Personnel enquiries
Please fill Name & Address of Contact-1 Telephone-1 Mobile-1
Please fill Name & Address of Contact-2 Telephone-2 Mobile-2
Technical enquiries
Please fill Name & Address of Contact-1 Telephone-1 Mobile-1
Please fill Name & Address of Contact-2 Telephone-2 Mobile-2
Financial enquiries
Please fill Name & Address of Contact-1 Telephone-1 Mobile-1
Please fill Name & Address of Contact-2 Telephone-2 Mobile-2

4. This application is made with the full understanding that:


(a) Bids by pre-qualified applicants will be subject to verification of all
information submitted for Technical & Financial Evaluation at the time
ofbidding.
(b) U.P. Jal Nigam reserves the right to (i) Amend the scope and value of any
contracts bid under this project; in such event, bids will only be called from
pre-qualified bidders who meet the revised requirements (ii) Reject or accept
any application, cancel the Technical & Financial Evaluation process, and
reject allapplications.
(c) U.P. Jal Nigam shall not be liable for any such actions and shall be under no
obligation to inform the Applicant on the grounds forthem.
5. It is hereby declared that I the undersigned have read, examined and understood
all the terms and conditions of the tender document for which I have signed and
submitted the bid under proper lawful power of attorney.
6. For and on behalf of Applicant it is also certified that all the terms and conditions
etc. of the tender document are fully acceptable.
7. The undersigned declares that the statements made and the information provided
in the duly completed application/bid are complete, true, and correct in
everydetail.

Signature : ………………………………….
Name : …………………………………….
For and on behalf of : ………………………
Seal : ………………………………………..
APPLICATION FORM – 1 A

Structure & Organisation

1. The applicant is

(a) an Individual

(b) a proprietary firm

(c) a partnership firm

(d) a limited company or corporation

(e) any other (please specify) ______________________________

2. Attach the Organization Chart showing


the structure of the Organization
including the name of the Owners /
Directors and position of the Officers.

______________________________

3. No. of years of experience as firm


shouldering major responsibility.
______________________________

4. No. of years the organization has been in


business of similar work under its present
name and style areas if business when
the organization was established.

New areas of business added to the ______________________________


organization and the year when added

______________________________

5. Name of the project wherein the


organization was required to suspend the
construction and / or erection works for
more than six months continuously after
commencement. Please state the
reasons therefore and the present status.

______________________________

6. Name of the projects wherein the


organization was required to suspend the
operation and maintenance works for
more than six months continuously after
commencement. Please state the
reasons therefore and the present status.

_____________________________

7. Name of the projects that the


organization was required to abandon
after award and the reasons therefore.
_____________________________

8. Areas of specialization and interest in


civil engineering construction.
______________________________

9. Details of experience in modern concrete


technology for execution and quality
control.
______________________________

10. Details of experience in using heavy


earthmoving equipment.
______________________________
APPLICATION FORM – 2

General Experience Record

Name of Applicant Firm :

The Applicant is requested to supply information regarding the annual turnover of the
contractor, in terms of the amounts billed to clients for each year for last five years of works
in progress or completed.

Applicants are requested not to enclose Firm’s publicity material with the applications as
such material will not be taken into account for evaluation.

S.No. Annual turnover Annual turnover – In crores Reference of


data ( construction support document
only)- Year

1 2016-17

2 2015-16

3 2014-15

4 2013-14
APPLICATION FORM – 3

Particular Experience Record

Name of Applicant Firm :

The Applicant is requested to list all contracts undertaken during the last 10 years that are of
similar nature, complexity and value as the contract for which the Applicant wishes to
qualify. The information is to be summarized, using the format shown below, ensuring that
the amounts and periods of contracts mentioned are consistent with those specified in the
qualifying requirements specified in the Pre-Qualification Document.

Use a separate sheet for each contract.

Please enclose copies of Work Orders / Letters of intent / Completion Certificates for all the
contracts mentioned herein.

1. Name of Contract

2. Name and Address of Employer

3. Nature of work and special features relevant to the contract for which the
Applicant firm wishes to pre-qualify.

4. Details of Equipment deployed.

5. Contract role (tick one)

<> Sole Contractor <> Subcontractor <> Partner in a joint venture

6. Value of the total contract

Value of portion allotted to Applicant Firm.

7. Date of award

8. Date of completion

<> Scheduled <> Actual

9. Contract duration (years and months)

<> Schedule Years months <> Actual Years months

10. Completion achieved as on or before the last date of bid submission

<> Value <> Physical progress

11. Give details of annual record in respect of earthwork, hard rock excavation and
concreting in water-retaining structures and specify name of work and year.
12. Name and professional qualifications of Applicant’s Project Manager for the
Works.

13. Details of penalties, fines, stop-notices, compensations, liquidated damages


imposed, if any.
APPLICATION FORM – 4

Current Contract Commitments / Works in Progress

Name of Applicant Firm :

The Applicant is requested to provide information on the Firm’s current commitments under
all contracts that have been awarded or for which a letter or intent and acceptance has been
received, or for contracts approaching completion, but for which an unqualified, full
completion certificates has yet to be issued.

Name Name Brie Date of Contra Stipulate Percent Value of Estimate


of & f award / ct d completi outstand d
contra Addre Sco commence value completi on ing work completi
ct ss of pe ment on date achieved on date
the as on
client 31.01.18

1.

2.

3.

4.

5.

6.

7.

8.

9.

10.
APPLICATION FORM – 5

Personnel Capability

The Applicant is requested to provide the names of atleast two candidates qualifying the
specific positions that according to the Applicant are essential to contract implementation
and for positions mentioned in the Pre-Qualification Document.

Please supply the candidate data on separate sheets using the format of Form 5.

Name of Applicant Firm :

1. Title of position

Name of prime candidate

Name of alternate candidate

2. Title of position

Name of prime candidate

Name of alternate candidate

3. Title of position

Name of prime candidate

Name of alternate candidate

4 Title of position

Name of prime candidate

Name of alternate candidate


APPLICATION FORM – 5 A

Candidate Summary

(Managerial / Technical Positions Only)

Name of Applicant Firm :

Position Candidate

<> Prime <> Alternate

Candidate Information 1. Name of Candidate 2. Date of Birth

3. Professional Qualifications

Present employment 4. Name of Employer

Address of Employer

Telephone / Mobile Contact (manager / personnel officer

Fax E-mail

Job title of candidate Years with present Employer

Summarize professional experience over the last 20 years, in reverse chronological order.
Indicate particular technical and managerial experience relevant to the Project.

From To Company / Project / Position / Relevant technical and management


experience
APPLICATION FORM – 6

Equipment Capability

Name of Applicant Firm :

The Applicant shall provide adequate information to demonstrate that the Firm has the
capability to meet the requirements for all items of equipment required for timely
completion of the Project.

Item of equipment

Equipment 1. Name of manufacturer 2. Model and power rating


informatio
n

3. Capacity 4. Year of manufacture

Current 5. Current location


status

6. Details of current commitments

Source 7. Indicate source of the equipment

<> If Owned Date of purchase <> Rented <> Leased <> Specially manufactured

Omit the following information for equipment owned by the Applicant.

Owner 8. Name of owner

9. Address of owner

Telephone Contact name and title

Fax E-mail

Agreement Details of rental / lease / manufacture agreements specific to the Project

*NOTE : Bidders shall furnish road tax certificates, insurance/registration of vehicles or rent
agreement for usage of T&P/Equipments required as per tender documents for proper
completion of works
APPLICATION FORM – 7

Financial Capability

Name of Applicant Firm :

The Applicant should provide financial information to demonstrate that the Firm meets the
requirement stated in the Pre-Qualification Document. If necessary, use separate sheets to
provide complete banker information. Please attach a copy of the audited balance sheets /
financial statements / tax returns.

Banker Name of Banker

Address of Banker

Telephone Contact name and title

Fax E-mail

Summarize actual assets and liabilities for the previous five years. Based upon known
commitments, summarize projected assets and liabilities for the next two years.

Financial information Actual :

Previous five years

1. 2. 3. 4. 5.

1. Total assets

2. Current assets

3. Total liabilities

4. Current liabilities

5. Profit / Loss before


taxes

6. Profit / Loss after


taxes

Please also specify proposed sources of financing to meet the cash flow demands of the
project, net of current commitments specified in the Pre-qualification application.
Source of financing Amount

1.

2.
APPLICATION FORM – 7 (A)

Net Worth / Solvency

Name of Applicant Firm :

1. Net Worth of Firm as on 31.03.2018 :

2. Solvency as on 30.05.2018 :

(a) Bankers Name :

(b) Amount :

Note : Please attach proof documents for networth and solvency.


APPLICATION FORM – 8

LITIGATION HISTROY

Name of Applicant Firm :

A. The Applicant should provide information or any history of litigation or arbitration


resulting from contracts executed in the last five years or the contracts currently under
execution.

Year Award FOR or Name of Client, Disputed amount Actual awarded


AGAINST the cause of litigation, (current value Rs.) amount in Rs.
Applicant and matter in dispute

Please specify if the applicant firm has ever been black listed by any Government/Semi-
government organization. If so provide details and present status.

B. DETAILS OF DISPUTES IN TENDERING PROCESS

Name and Reference of Name of Type / Nature Present


Address of Client Notice Work of Dispute status of
S.No. Department inviting dispute
tender

C. INFORMATION REGARDING DISPUTE WITH UP JAL NIGAM

Year Name of Work Cause of litigation details of Details for


Correspondence litigation
or complaint pending in court
made by firm ( ( Copy of Writ
Copy of every Petition should
letter should be be Attached)
attached with this
document)

Contractor should furnish all the information in details for which extra sheet of paper may
be used. If any fact or information is found incorrect or hidden, the tender is liable to be
rejected.
APPLICATION FORM – 9

'kiFk i=

jktif=r vf/kdkjh
eSa ------------------------------------------iq= Jh ------------------------------ fuoklh ¼LFkkbZ irk½-----
}kjk izekf.kr
----------------------------------------------------------------------------¼vLFkkbZ irk½ ------------------
ikliksVZ lkbt dk
--------------------------------------------- dk fuoklh gw¡A eSa 'kiFkiwoZd fuEu ?kksÔ.kk djrk gw¡ %&
uohure QksVksxkz e
eSa m0 iz0 ty fuxe dk ,@ch@lh@Mh Js.kh dk iathd`r Bsdsnkj gw¡@ugha gw¡A ¼m0 iz0 ty fuxe }kjk pLik fd;k tk,
fuxZr Js.kh lEcU/kh izek.k i= lyXu fd;k tk;s½ esjs ikl i;kZIr py vkSj vpy lEifÙk gS vkSj
O;olkf;d :i ls eSa ¼m0 iz0 ty fuxe½ ds dk;ks± dks iwjk djus ds fy, l{ke vkSj leFkZ gw¡A esjs ikl
vko';d e'khus vkSj midj.k vkfn Hkh gSa rFkk eq>s bl dk;Z dk i;kZIr vuqHko gSA

m0 iz0 ty fuxe] y[kuÅ }kjk tks ................................................. djkus dh fufonk fuxZr dh x;h gS]
foHkkx }kjk fu/kkZfjr izk:i ij fufonk Hkj jgk gw¡A

esjs }kjk fn;s tk jgs izek.k i=] pfj= izek.k i=] gSfl;r izek.k i=] vk;dj izek.k i=] O;kikj dj izek.k i=/GST Certificate]
chM flD;ksfjVh izek.k i=] chM dSfiflVh izek.k i=] t+ekur /kujkf'k vkfn dk izek.k i= rFkk vU; lalaxr vfHkys[k vkfn ewy :i
ls fufonk i= ds lkFk layxu dj fn;s x;s gSaA

esjk iSu ua0 & ---------------------------gSA ¼vk;dj foHkkx }kjk iznÙk izek.k i= layXu fd;k tk;s½

esjs fo:) vijkf/kd eqdn~neksa dk fooj.k fuEu izdkj gSA ;gha iwjk fooj.k fn;k tk,A

v- eqdn~nek uEcj % ------------------------------------

c- /kkjk;sa % ---------------------------------------------

l- Fkkuk % ----------------------------------------------

n- tuin % --------------------------------------------

;- U;k;ky; ¼tgk¡ eqdn~nek py jgk gS½ % -------------------------------------

eSa m0 iz0 ty fuxe vFkok jkT; ljdkj ds vU; foHkkxksa }kjk CySd fyLVsM Bsdsnkj dh Js.kh esa ugha vkrk gw¡A eSa vijkf/kd
xfrfof/k;ksa] ekfQ;k rFkk xSaxLVj xfrfof/k;ksa vkSj laxfBr vijk/k djus dh xfrfof/k;ksa vkSj vlkekftd dk;ks± vkfn esa fyIr ugha gw¡A eSa
ekfQ;k vkSj vijk/kh ugha gw¡A esjk pky&pyu] dk;Z rFkk vkpj.k mÙke gSA

esjs fo:) tuin esa rFkk izns'k esa dksbZ Hkh eqdn~nek ntZ हैं/ugha gSa

;fn Bsdk izkIr djus ds i'pkr esjs fo:) ekfQ;k xfrfof/k;ksa@vlkekftd xfrfof/k;ksa o laxfBr vijkf/kd xfrfof/k;ksa esa fyIr gksu s ds
ckjs esa dksbZ f'kdk;r izekf.kr ik;h tkrh gS rks l{ke vf/kdkjh dks ;g vf/kdkj gksxk fd og esjk Bsdk@vuqcU/k fujLr dj nsa] bl ij
eq>s dksbZ vkifÙk ugha gksxhA esjs }kjk ;fn foHkkx@jkT; ljdkj ds fo:) dksbZ vijkf/kd d`R; fd;k tkrk gS vFkok ljdkjh /ku dk
xcu fd;k tkrk gS rks l{ke vf/kdkjh dks ;g vf/kdkj gksxk fd og esjs fo:) vijkf/kd eqdn~nek fu;eksa ds vUrxZr ntZ djk;sA

eSa vuqcU/k dh 'krks± ds vuqlkj le; ls iwjh xq.koÙkk ds lkFk rFkk fu/kkZfjr fof'kf"V;ksa ds vuq:i dk;Z iwjk d:¡xk vkSj foHkkx dks iwjk
lg;ksx iznku d:¡xkA

esjk dk;Z ,oa vkpj.k mÙke gSA

eSa 'kiFkiwoZd ?kksÔ.kk djrk gw¡ fd esjk LFkk;h irk vkSj vLFkkbZ irk fuEu izdkj gS %&

¼v½ LFkk;h irk ¼nwjHkkÔ lfgr½ % ----------------------------------------------------------


¼c½ vLFkk;h irk ¼nwjHkkÔ lfgr½ % ----------------------------------------------------------

eSa 'kiFkiwoZd ?kksÔ.kk djrk gw¡ fd eSa mijksä irs ij jgrk gw¡ rFkk foHkkx }kjk iznku fd;s x;s dk;Z ds iwjk gksus rd esjs fdlh irs esa
lkekU;r% dksbZ ifjorZu ugha gksxk ;fn vifjgk;Z ifjfLFkfr;ksa esa fdlh irs esa ifjorZu gksrk gS rks bldh lwpuk eSa rRdky lEcfU/kr
izkf/kd`r vf/kdkjh vkSj ft+yk eftLVªVs @dysDVj dks nw¡xkA

eSa ;g Hkh ?kksÔ.kk djrk gw¡ fd foHkkx ds ftl dk;Z ds fy, esjs }kjk Bsdk fy;k tk jgk gS mlds lkis{k py ,oa vpy lEifÙk dh
gSfl;r izek.k i= ft+yk eftLVªVs @dysDVj ¼tuin dk uke fy[kk tk;s½ ------------------- }kjk izkIr djds ewy :i ls layXu fd;k
tk jgk gSA ;g Hkh ?kksÔ.kk djrk gw¡ fd bl gSfl;r izek.k i= dk mi;ksx vU; dk;ks± ds fy, ugha fd;k tk;sxkA

eSa viuh iw.kZ tkudkjh esa iwjs gks'kks&gokl esa] LoLFk fpÙk ls iwjh lR;fu"Bk ls rFkk LosPNk ls ;g 'kiFk i= fy[k dj ns jgk g¡ wA यदद
मेरे अथवा मेरी फमम द्वारा दिसी प्रिार िी गलत सूचना अथवा िोई तथ्य छु पाया जाता है तो ववभाग िो यह अवधिार
होगा िी मेरे एवं मेरी फमम िे ववरूद्ध वनयमानुसार िायमवाही िर सिता हैंA bZ'oj esjh enn djsA

fnukad % 'kiFkh dk iwjk gLrk{kj ---------------------

iwjk uke %

irk %

uksV %& 1- ;g Lo?kksÔ.kk i= #- 100@& ¼#-,d lkS½ ds LVkEi isij ij uksVjh }kjk lk{;ksa dh mifLFkfr esa lR;kfir djkrs gq, fn;k
tk;sxkA

2- vlR; 'kiFk&i= nsuk ,d laxhu vkSj laK;s vijk/k gSA

3- lEcfU/kr O;fä }kjk ikliksVZ lkbt dk viuk QksVksxkz Q] tks jktif=r vf/kdkjh }kjk izekf.kr gks 'kiFk&i= ds Åij fu/kkZfjr LFkku
ij pLik fd;k tk;sxkA
APPLICATION FORM – 10

(Sample)

CERTIFICATE OF PERFORMANCE REPORT

Letter No. / / Dated

This is to certify that M/s ......................................................................................


............................. has successfully completed and commissioned the.......................
........................................................ work as Prime Contractor. Details of works are as follows
:-

Contract Bond No. : .....................................................

Name of Work : .....................................................

Date of Start of Contract : .....................................................

Date of Completion of Contract : .....................................................

Completion Cost of Work : .....................................................

Works executed

(i) Sewer laid (Dia/length) : .....................................................

(ii) Operation and Maintenance (time Period: whether good or satisfactory or


unsatisfactory) : ...........................................

(iii) Designed Effluent Parameters at outlet (BOD, COD, SS, Total Nitrogen, Total
phosphorous, Fecal Coliform) : ...................................................

(iv) Effluent Parameters at outlet (BOD, COD, SS, Total Nitrogen, Total phosphorous, Fecal
Coliform) : ...................................................

Other Works : .....................................................

Any other remark : .....................................................

(Authorized Signature)

Client Department
DECLARATION FORM - I A (EARNEST MONEY)

I/We deposit here with an Earnest Money for Rs......................................... in the following form as per
clause of bid documents

The details of deposit of Earnest Money are given below:

Sl.No. Description Amount Rs. Name of Issuing Bank UTR/FDR/CDR/NSC no.

DATE

SIGNATURE & SEAL

ADDRESS

NAME
DECLARATION FORM-I B (AFFIDAVIT OF BID VALIDITY)

IMPORTANT:-

1- This agreement is to be furnished positively at the time of submitting the tender.

2- The agreement is to be typed on stamp paper worth Rs.100/- duly signed affixing the revenue stamp of
Rs .2/- only and the expenditure incurred shall be borne by the tenderer.

AGREEMENT FORM

Tender invited by…………………………………………………………………………………………..

…………………………………………………………………………………………………

Tender for …………………………………………………………………………………………………….

………………………………………………………………………………………………………….

Tender Notice No .& Date……………………………………………………………………………………

Name of Tenderer……………………………………………………………………………………………

……………………………………………………………………………………………….

IN CONSIDERATION of the U.P. JAL NIGAM having treated the tenderer to be an eligible person, whose tender
may be considered, the tenderer hereby agrees to the conditions that the proposal in response to the above
invitation shall not be withdrawn within 120 days from the date of submission of the tender, also to the
condition that if, there after the tenderer does withdraw his proposal within the said period, the earnest money
deposited by him may be forfeited to the U.P. JAL NIGAM and debarred from tendering for a period of one year
or as the department decides, reckoned from the date of opening of the tender in the discretion of the later.

Signed this……………………………………………day of…………………….. 20..……………..

Signed by:-

(TENDERER) Signature & Seal

Witness:-

1…………………………………….

2……………………………………
DECLARATION FORM - II

(To be submitted in separate envelope along with Earnest Money)

Should my/our offer is accepted, I/We hereby agree to abide and fulfill the terms &conditions annexed here to
and within 10 days of the date of receipt of an information of pre-qualification or acceptance of my/our offer
from the Project Manager, Temporary Gomti Pollution Control Unit, U. P. Jal Nigam, Lucknow, I/We shall
participate in further tendering process of shall communicate in writing my/our acceptance of such offer and
shall also execute an agreement embodying the conditions here to attached. I/We also agree that the drawing
specification, terms and condition set forth in the offer from the Project Manager, Gomti Pollution Control Unit,
U. P. Jal Nigam, Lucknow together with its acceptance thereof in writing by We/us shall form part of the
agreement.

I/We further agree that in the event of my/our failure to participate in further tendering process after getting
pre-qualified for the said work or convey my/our acceptance of the offer from the said Project Manager within
10 days (Ten days) of its receipt as above, the Project Manager may withdraw the offer and forfeit the earnest
money deposited by me/us.

Date....................the...............day of.............20....

Tenderer SIGNATURE & SEAL

NAME :

ADDRESS:

Witness:

SIGNATURE

NAME

ADDRESS

Note: Tenderer should fill in the above agreement form on a non-judicial stamp paper of Rs. 100.00 of U.P.
along with a revenue stamp of Rs. 2.00 affixed on it. The validity period will be 120 days from the
date of opening of tender. The tenders in which the above agreement form is not properly filled in as
described above are liable to be rejected.
Appendix A

FOR PARTENERSHIP CONCERNS:

1. Mr.-------------------------------------------------------------------------------------------------------

------son of Mr.----------------------------------------------------------------------------------------

-------------resident------- --------------------------------------------------------------------------

-----------------------

2. Mr.-------------------------------------------------------------------------------------------------------

------son of Mr.----------------------------------------------------------------------------------------

------------resident -------------------------------------------------------------------------------------

------------------carrying on business under the name and style of------------------------

-------------------------------------------------------------------------------------------------------------

(herein after called "the said Contractor" which expression shall unless the context requires otherwise include
his heirs, executors, administrators and legal representatives.

FOR COMPANIES:

M/s------------------------------------------------------------------------------------------------------------

-----Company registered under the Companies Act,1956 and having its registered office at--------------------
---------------------------------------------------------------------------------------------------------- hereinafter called "the said
Contractor” which expression shall unless the context required otherwise include its successors and assigns.

.
FORMAT OF BANK GUARANTEE FOR SECURITY (SPECIMEN):

Name of Employer:

Address of Employer:

WHEREAS (Name & address of Contractor/bidder)

(HEREIN after called "Contractor/bidder") has undertaken, in pursuance of Contract No.:

dated to execute (Name of work & brief description


of works

AND WHEREAS it has been stipulated by you in the said contract that the contractor/bidder shall furnish you
with a Bank Guarantee by allowed bank for this sum specified therein as security for compliance with his
obligation in accordance with the contract.

AND WHEREAS (we hereby affirm that we are Guarantor and responsible to you, on behalf of the
Contractor/bidder, upto a total of amount of Guarantee

(in words)

we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums
within the limit of amount of Guarantee as aforesaid without your needing to prove or to show the grounds or
reason for the grounds or reason for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Contractor/bidder before presenting
us with the demand.

We further agree that no change or addition to or other modifications of the terms of the contract or of few
works to be performed there under or any contract documents which may be made between you and the
Contractor/bidder shall in any way release us from any liability under this guarantee, and we hereby waive
notice of any such change, addition or modification.

This guarantee is valid until the date months after the issuing of maintenance Certificate.

(Guarantee period shall be minimum for 52 ie fifty two calendar months after the date of start of works or 1
month after handing over the executed works to local body, whichever is later)
The Bank Guarantee can be en-cashed by you at our branch in Lucknow.

Further if any dispute arises between the Employer and Contractor/bidder at any point of time, the jurisdiction
for Bank Guarantee shall be in Lucknow.

Signature and Seal of the Guarantor

Name of the Bank

Address

Date

Engineer In-charge Contractor/bidder


APPENDIX - C: UNDERTAKING FROM CONTRACTOR IF CONTRACTOR FURNISHES BANK GUARANTEE AS
SECURITY MONEY:

"If the bank guarantee as produced by us herewith is accepted by the Owner, we undertake to renew the same
at least three month before the date of expiry of the bank guarantee in case the Contract is not performed to
the satisfaction of the Project Manager, Temporary Gomti Pollution Control Unit, U.P. Jal Nigam, Lucknow
within stipulated period and if we fail to do so we agree that the Owner will recover the entire amount in cash
from our bills or any other due payment or en-cash our Bank guarantee without any notice. This procedure will
remain in Force till we receive in writing from the Department that the guarantee is no longer required to be
extended.

Date: Signature of Contractor

Name
BID FORM (WITH OUT PRICE)

Bidders are required to fill up all blank spaces in this Bid Form

……………………………….

……………………………….

……………………………….

………………………………..

Dear Sir,

Sub: “Survey, Investigation, Design, Supply, Construction, Installation, Testing and Commissioning of 120
MLD STP on Open Technology including power generation, UV Disinfection & allied works as per scope of bid
document, followed by 1 year of Defects liability period and subsequent Operation & Maintenance (extendable
upto 14 years) at G. H. Canal, Lucknow.”

1. Having visited the site and examined the Bid Documents, Drawings, Conditions of Contract,
Specifications, Scope of Work, Schedules and the Financial/Price Bid etc. (Tender document Comprising Volume
– I & II) and pre-bid replies/Addenda/Amendments to the above, for the execution of the above Contract, we
the undersigned offer to procure engineered items, construct, complete, commission, operate and maintain the
whole of the said Works for 15 years as given in Conditions of Contract, Instruction to bidders, scope of works
and technical specifications and in conformity with the said Drawings, special Conditions of Contract,
Specifications, Preamble to and the Pricing Schedules, Schedules, Bidding Documents, including Addenda Nos.
………….. (Insert numbers).

2. We agree that:

If we fail to provide required facilities to the Engineer’s Representative for carrying out the inspection
and testing of materials and workmanship,

If we incorporate into the works, materials before they are tested and approved by the Engineer’s
Representative,

If we fail to produce treated effluent of required quality or fail to satisfy other performance parameters,
according to the conditions/stipulations of the contract,
If we fail to achieve other requirement (net power consumption, guaranteed minimum power
generation, quantity of chemical to be used, timely sludge and screening disposal, third part testing, onsite
testing, general upkeep of the campus etc) as per bid documents,

the Engineer In-charge will be at liberty to take any action as per the condition of this contract.

3. We undertake, if our Bid is accepted to complete and deliver the Works in accordance with the Contract
within 24 months, from the commencement date.

4. We agree to abide by this Tender until........... {120 days after the latest date of submission} and it shall
remain binding upon us and may be accepted at any time before that date. We acknowledge that the Appendix
forms part of this Letter of Tender.

5. In the event of our Bid being accepted, we agree to enter into a formal Contract Agreement with you
incorporating the conditions of Contract hereto annexed but until such agreement is prepared, this Bid together
with your written acceptance thereof shall constitute a binding Contract between us.

6. We agree, if our Bid is accepted, to furnish Security Deposit in the forms and of value specified in the bid
documents for due performance of the Contract.

7. We have independently considered the amounts of liquidated damages as specified in conditions of


contract and special conditions of contract and agree that they represent a fair estimate of the damages likely to
be suffered by you in event of the Work not being completed by us in time.

8. We understand that you are not bound to accept the lowest or any Bid you may receive.

Dated this ……………. Day of …………….. 20.....

______________________

(Name of the Person)

_____________________

(In the capacity of


_____________________

(Name of firm)

Company Seal

Duly authorized to sign bid for and on behalf of

(Fill in block capitals)

Witness

Signature : _______________________________

Name : _______________________________

Address: _______________________________

_______________________________

_____________ ___________________

Company Seal Signature of the Bidder


FORMAT OF CONTRACT AGREEMENT

THIS INDENTURE made on the …… day of ………. 2018 between .............................(hereinafter called the
Contractor) which expression shall, where the context so admits or implies be deemed to include his/her heirs,
executors and administrators of the one part, AND the Managing Director of U.P. Jal Nigam (hereinafter called
the M.D.) which expression shall, where the context so admits or implies, include his successors and assigns of
the other part. WHEREAS the said M.D. required the execution of certain works for
……………………………………… (hereinafter called the said works which said works are more particularly
described in the drawing and specifications hereto annexed AND ALSO requires the provisions of the necessary
materials there for and have caused the necessary drawings and specification and schedules of rates to be
prepared and the contractor has delivered to the said M.D. a tender for the execution of the said works and the
provision of the said materials AND WHEREAS the M.D. has accepted such tender subject to the provisions and
conditions hereto attached. NOW THIS IDENTURE WITNESSETH as follows:
In consideration of the covenant, for the payment by and on behalf of the said M.D., hereinafter
contained, the contractor hereby covenants with the M.D. that he will supply all necessary material, labour, T&P
etc. and execute and complete the work in a thoroughly sound and workmanlike manner, and afterwards
maintain for the requisite period stated in the said conditions, all the works set out in the said specifications and
schedule of rates hereto attached, signed by the contractor, and as explained in the said drawings hereto
attached, and in accordance, in every respect, with the requirements, stipulations heretoattached.
In consideration of the covenants by the contractor hereinafter contained the said M.D. hereby
covenants with the contractor to pay to him for the execution, completion and maintenance of the work as afore
said according to the rates given in the schedule of rates hereto attached, and at the times and in the manner and
subject to the additions and deductions set out, and declared in the said conditions hereto attached.
IT IS HEREBY AGREED AND DECLARED that all the provisions of the said conditions, drawings,
specifications and schedules of rates marked …G & I... and hereto attached shall be as binding upon the
Contractor and upon the said M.D. as if the same had been repeated herein and shall be read as part of these
presents.
In witness where of the parties hereto have affixed their signatures on the ...... day of ............... 2018.

Signed on behalf of the M.D.


by General Manager,
Gomti Pollution Contral Unit,
U.P. Jal Nigam, Lucknow.

Witnesses: Signature & Seal ofContractor

Witnesses:
Format of JV Agreement
THIS JOINT BIDDING AGREEMENT (“Agreement”) is entered into on this *●+ Day of 201*●+
AMONGST
1. [●], with its registered office at ( referred to as the First Part which expression will, unless
repugnant to the context include its successors and permitted assigns).
AND
2. [●], with its registered office at ( referred to as the Second Part which expression will, unless
repugnant to the context include its successors and permitted assigns).
3. [●], with its registered office at ( referred to as the Third Part which expression will, unless
repugnant to the context include its successors and permitted assigns).
The above mentioned parties of the [.] FIRST [and] [.] SECOND and [.] THIRD are collectively referred to
as the Parties and each is individually referred to as a Party.
WHEREAS
(A) Uttar Pradesh Jal Nigam (referred to as the Jal Nigam, which expression will unless repugnant
to the context or meaning thereof, include its administrators, successors and assigns) has invited
Bids by its NIT No…………………… dated……………….for selection of a Bidder The scope
of work under this project includes survey, conditional assessment of old existing sewers,
investigation, design, supply, laying, commissioning & testing of sewer pipe in Trunk/ Lateral/
Branch sewers of 200 mm dia to 1400 mm dia, including house connection & road
reinstatement, rehabilitation of Machli Mohal pumping station and construction ofsewage
pumping station at CGPS, including all civil & E/M appurtenant works in sewerage District-4
Zone-I Part-2 (Smart City Area) Lucknow,including testing, commissioning, handing over to
Jalkal, Nagar Nigam and maintenance (Defect Liability Period) of 24 monthin accordance with
the tender document, corrigenda/addenda, pre bid meeting replies.

(B) The Parties are interested in jointly bidding for the Project as Members of a Consortium and in
accordance with the terms and condition of the TENDER DOCUMENT.

(C) It is a necessary condition under the TENDER DOCUMENT that the Members will enter in to a
Joint Bidding Agreement and furnish a copy of it with the Bid.
NOW IT IS HEREBY AGREED as follow:
1. Definitions and Interpretations
In this Agreement, the capitalized terms will, unless the context otherwise requires have the meaning
ascribed thereto under the tender document.
2. Consortium :

2.1 The Parties do hereby irrevocably constitute a consortium (the consortium) for the purposes of
jointly participating in the Bid process for the Project.

2.2 The parties hereby undertake to participate in the Bid Process only through this Consortium and
not individually and or through any other consortium constituted for the Project, either directly
or indirectly or through any of their Associates.
3. Covenants :-

3.1 The Parties hereby undertake that in the event the consortium is declared the selected Bidder and
awarded the project, it will incorporate a JV Firm under the companies Act for entering into the
Agreement with Jal Nigam for undertaking the Project.
3.2 The Members of the consortium undertake that they shall be jointly and severally responsible
and liable for all matters arising out of or in relation to this tender document.
4. Role of the Parties

4.1 The Parties, hereby agree that party of the First Part will be the Lead Member of the consortium
and will have the power of attorney from all Parties and bind all Parties for and in conducting all
business for and on behalf of the consortium during the Bid Process and, if the consortium
declared as the selected Bidder, during execution of the Project.
4.2 Party of the Second Part will be [ ].

4.3 Party of the Third Part will be [ ].

5. Shareholding in the JV

5.1 The Parties agree that the proportion of shareholding among the Parties in the JV will be as
follow :

First Party :
Second Party :
Third Party:

5.2 The Parties Undertake that:

(a) The First Party, acting as the Lead Member of the Consortium, will control the SPV and
subscribe for and hold a minimum of 51% of the total Equity; and

(b) the [ Second and/or the third] Party, whose { Technical capacity and/ or Financial capacity]
is being assessed, will hold at least 11% of the total Equity.

Second Party Role:

Third Party Role:


‘Role of the other Member to be clarified here. For instance, technical member/financial member.

5.3 The Parties undertake that they will comply with all equity lock-in requirements set out in his
Agreement and as per tender document.

6. Representations of the Parties

Each Party represents to the other Parties as of the date of this Agreement that:
(a) Such Party is duty organized, validly existing and in good standing under the lows of its
incorporation and has all requisite power and authority to enter into this Agreement;
(b) the execution, delivery and performance by such Party of this Agreement has been
authorized by all necessary and appropriate corporate or governmental action and a copy
of the extract of the charter documents and board resolution/ power of attorney in favour
of the person executing this Agreement for the delegation of power and authority to
execute this will not to the best of its knowledge:

I. require any consent or approval not already obtained:


II. violate any applicable law presently in effect and having applicability to it;
III. violate the memorandum and articles of association, by-lows or other applicable
organizational documents:
IV. violate any clearance, permit, concession, grant, license or other governmental
authorization approval judgment, order or decree or any mortgage agreement.
indenture or any other instrument to which such Party is a party or by which such
Party or any of its properties or assets are bound or that is otherwise applicable to
such Party; or
V. create or impose any liens, mortgages pledges, claims, security interests, charges
or encumbrances or obligations to create a liens , charge, pledge, security interest,
encumbrances or mortgage in or on the property of such Party, except for
encumbrances that would not, individually or in the aggregate, have a material
adverse effect on the financial condition or prospects or business of such Role of
the other Member to be clarified here. For instance, technical member/financial
member. so as to prevent such Role of the other Member to be clarified here. For
instance, technical member/financial member. from fulfilling its obligations under
this Agreement:
(c) this Agreement is the legal and binding obligation of such Party, enforceable in
accordance with its terms against its and
(d) there is no litigation pending or, to the best of such Party‟s knowledge, threatened to
which it or any of its Associates is a party that presently affects or which would have a
material adverse effect on the financial condition or prospects or business of such Party
in the fulfillment of its obligations under this Agreement.

7. Termination

This Agreement will be effective from the date hereof and will continue in full force for the
entire duration of the Project in accordance with the Agreement, in case the project is awarded to
the Consortium . However, in case the Consortium is not selected for award for the Project, the
Agreement will stand terminated upon return of the Bid security as per the tender document.

8. Miscellaneous

8.1 The laws of India will govern this Agreement. In case any dispute arises between parties, court
for jurisdiction shall be Lucknow.

8.2 The Parties acknowledge and accept that this Agreement will not be amended by the Parties
without the prior written consent of Jal Nigam.
IN WITNESS WHEREOF THE PARTIES ABOVE NAMED HAVE EXECUTED AND DELIVERED THIS AGREEMENT AS OF
THE DATE FIRST ABOVE WRITTEN.
SIGNED SEALED AND SIGNED SEALED AND DELIVERED SIGNED SEALED AND DELIVERED for
DELIVERED for and on behalf for and on behalf of the PARTY OF and on behalf of the PARTY OF THE
of the PARTY OF THE FIRST THE SECOND PART by: THIRD PART by:
PART by:

Signature) Signature) Signature)


(Name) (Name) (Name)
(Designation) (Designation) (Designation)
(Address) (Address) (Address)

In the presence of :
1. 2.
Instruction:
1. The mode of the execution of the joint Bidding Agreement should be in accordance with the
procedure, if any, laid down by applicable law and the charter documents of the executant(s) and
when it is so required the same should be under common seal affixed in accordance with the
required procedure.
CHAPTER IV

CONDITIONS OF CONTRACT (PART-I)

1. In these conditions and in the specifications which are here to attached the term. “The CHIEF
ENGINEER” shall mean the Chief Engineer, (Lucknow Zone) U.P. Jal Nigam, Lucknow. “The GENERAL MANAGER"
shall mean the General Manager, Gomti Pollution Control Unit, U.P.Jal Nigam, Lucknow, herein after called the
Engineer. “The PROJECT MANAGER” shall mean Project Manager, Temporary Gomti Pollution Control Unit, U.P.
Jal Nigam, Lucknow, herein after called the Engineer Incharge..

“WORKS or WORK” where used in these conditions and specifications shall unless there be something
either in the subject or context repugnant to such construction be construed and taken to mean “Work” by or
by virtue of the contract contracted to be executed whether temporary or permanent and whether original,
altered ,substituted or additional..

2. TIME FOR COMPLETION OF WORK:

As mentioned in Chapter III

3 CONTRACTOR’S LIABILITY TO PAY COMPENSATION:

The works shall through-out the stipulated period of the contract be proceeded with all the due
diligence (time being deemed to be the essence of the contract) and the contractor shall pay as compensation
an amount equal to 1 percent for every day that works remain un- commenced, or unfinished after the
stipulated date of the contract upto a maximum of 10%. And further to ensure good progress during the
execution of the work the contractor shall be bound to complete one fourth of the whole of the works before
one fourth of the whole time allowed under this contract has elapsed, one half of the works before one half of
such time has elapsed and three fourth of such work before three fourth time has elapsed. In the event of the
contractor failing to comply with this condition he shall be liable to pay compensation as mentioned in this
clause. PROVIDE ALWAYS that the entire amount of compensation to be paid under the provision of the clause
shall not exceed ten percent of the cost of works.

4. RIGHT OF BREACH OF CONTRACT:

In any case in which any clause or clauses of these conditions the contractor shall have rendered
himself liable to pay compensation amounting to the whole of the security deposit. (Whether deducted in
one sum or deducted by installment) The Engineer on behalf of the Chairman of Uttar Pradesh Jal Nigam shall
have power to adopt any of the following clauses as he may deem best suited in the interest of Government:

(a) To rescind the contract (of which rescission notice in writing to the contractor under the hand of the
Engineer shall be conclusive evidence) and in which case the security deposit of the contractor together with
such sum or sums due to him under the contract shall stand forfeited and be absolutely at the disposal of
the Engineer.

(b) Determine the contract and call in other contractor, or employ daily labour to dismantle bad work if
necessary (the bad work to be certified by the Engineer whose decision shall be final) and to renew and
complete the said works and pay the cost of such contractor for daily labour and price of materials required for
such dismantling, renewing and completion out of the said security deposit or such sum or sums as may be due
to the contractor under this contract, and if such cost be more than the amount made up the security money
and the sum or sums due to the contractor under this

contract the difference between it and the sum made up by the security money and the balance due to the
contractor as aforesaid shall be a debt due from the said contractor. In the event of either of the above
courses being adopted by the Engineer, the contractor shall have no claim to compensation for any loss
sustained by him by reason of his having purchased or procured any materials, or entered into any agreements,
or made any advance on account of, or with a view to the execution of the work or the performance of the
contract. And in case the contract shall be rescinded under the provision aforesaid, the contractor shall not
be entitled to recover or be paid any sum for any work therefore actually performed under this contract, unless
and until the Engineer shall have certified in writing the performance of such work and the value payable in
respect thereof, and he shall only be entitled to be paid the value so certified.

5. NON-EXERCISE OF CONTRACTOR LIABILITY TO PAY COMPENSATION:

In any case in which any of the powers confirmed upon the Engineer by clause 4 thereof shall have become
exercisable and the same shall not constitute a waiver of any of the conditions hereof, and such power shall not
withstand by exercisable in the event of any future case of default by the contractor for which by any clause or
clauses hereof he is declared liable to pay compensation amounting to the whole of his security deposit
and the liability of the contractor for past and future compensation shall remain unaffected. In the event of
the Engineer putting in force either of the powers (a) or (b) vested in him under the preceding clause, he may, if
he so desires, take possession of all or any tools, plant, materials and store in or upon the site thereof or
belonging to the contractor or procured by him intended to be used for the execution of the work or any part
thereof paying or allowing for the same in account at prevailing market rates, such rates to be certified by
the Engineer whose certificates thereof shall be final otherwise the Engineer may issue notice in writing to the
contractor or his other authorized agents to remove such tools, plants, materials or stores from the premises
(within a time to be specified in such notice, and) in the even of the contractor failing to comply with any
such requisition, the Engineer may remove them at the contractor’s expenses or sell them by auction or
private sale on account of the contractor and at his risk in all respects, and the certificate of the Engineer as the
expenses of any such removal, and the amount of the proceeds and expense of any such sale shall be final and
conclusive against the contractor.

6. EXTENSION OF TIME:

If the contractor shall desire an extension of time for completion of the work on the ground of his having been
unavoidably hindered in its execution, or any other ground, he shall apply in writing on prescribed format to the
Engineer within seven days after the date of hindrance on account of which he desires such extension as
aforesaid, and the Engineer shall, if in his opinion has been brought for on reasonable grounds shall decide for
such extension of time, if any, as may, in his opinion, be necessary and proper.

7. ENGINEER CERTIFICATE OF COMPLETION:

On completion of work the contractor shall be furnished with a certificate by the Engineer of such completion,
but no such certificate shall be given nor shall the work be considered to be complete until the works shall have
been measured up by the Engineer whose measurement shall be binding and conclusive against the contract
and the contractor shall have to remove from the premises on which the work has been executed all
SCAFFOLDING, surplus materials and rubbish and cleaning off all dirt and debris in, upon or about the premises
of which he may have had possession for the purpose of the executing the said works. If the contractor fails to
comply with the requirement of this clause as to removal of scaffolding, surplus materials and rubbish and
cleaning off all dirt and debris on or before the date fixed for the completion of the work the Engineer may at
the expense of the contractor remove such scaffolding, surplus materials and rubbish and dispose of the same
as he think fit and

clean off such dirt and debris as aforesaid and the contractor shall forth with pay the amount of all expense so
incurred and shall have no claim in respect of any such scaffolding or surplus materials as aforesaid except for
any sum actually realized by the sale thereof after deducting the aforesaid expenses.

8. PAYMENTS:

On measurement of the works done for the convenience of the contractor, interim payment shall ordinarily be
made monthly but final payment shall not be made until the whole of the work shall have been completed and a
certificate for the completion of the work given. PROVIDED ALWAYS that the Engineer may refuse to advance
such payments if in his opinion the progress of the “Works” or the conduct of the contractor is not satisfactory
or the contractor has in any other way done or neglected to do anything so as to make it doubtful whether the
works will be completed by him in accordance with the contract. But all such interim payments shall be
regarded as payments by way of advance against the final payments only and not as payments for works
actually done and completed and shall not preclude the requiring of bad, unsound and imperfect or unskillful
work to be removed and taken away or re-constructed or re-erected or be considered as an admission of the
due performance of the contract or any part thereof in any respect of the accruing of any claim, nor shall it
conclude, determine or affect in any way the powers of the Engineer under these conditions or any of the
account or otherwise, or in any other way vary or affect this contract. The final bill shall be submitted by the
contractor within one month of the date fixed, for completion of the work otherwise the Engineer’s certificate
of the measurements (due notice having been given beforehand to the contractor of the date of such
measurement) and of the total amount payable for the works accordingly shall be final and binding on all
parties.

9. BILL TO BE SUBMITTED ON PRESCRIBED FORM:

The contractor shall submit all bills on the prescribed forms to be had on application at the office of the
Engineer and the charges in the bill shall always be entered at the rates given in the Schedule of Rates hereto
attached or in the case of an extra work ordered in pursuance of these conditions and not mentioned or
provided for in the tender at the rates hereinafter to be approved by the competent authority on the basis of
schedule of rates of U.P Jal Nigam.

10. STORES SUPPLIED BY GOVERNMENT:

No material (except manhole cover and frame) shall be supplied by the department. All the construction
material such as all type of pipes, specials, fittings, valves, Footsteps, Cement, Steel, Bricks, Sand and Stone grit
or any other materials including all pumping plants, cables and all electrical / mechanical equipments/
instrumentation items required for Sewage treatment plant, nalla diversion, construction of Main pumping
station and allied works including power generation, sludge digestion and handling units, sludge disposal,
backwash filters, UV disinfection etc. shall be arranged by the contractor at his own cost. All stores supplied/
arranged by the contractor shall be as per relevant I.S. specifications and shall be tested by the Engineer In-
charge as per procedures laid down in relevant I.S codes or as per Manual on Sewerage and Sewer treatment
(read with latest amendments) published by CPHEEO, Ministry of Urban Development, Govt. of India.
11. MATERIALS AND PLANT OF CONTRACTOR:

All materials brought by the contractor upon the site of the works shall be deemed to be the property of the
owner and shall not on any account be removed from the site of the works during the execution of the works
and shall at all times be open to inspection by the Engineer. The Engineer on the completion of the works or
upon the stoppage of the works as provided for in clause 14 of this contract shall have an option of taking over
any such unused materials at prevailing market rates, with the provision that the price allowed to the contractor
shall not exceed the amount originally paid by him for the same, as he (the Engineer) shall desire upon giving a
notice in writing under his signature and within fifteen days of the completion of the works to that effect, and all
materials not so taken over by the Engineer shall have no claim for compensation on account of any such
materials as aforesaid which are not so taken over by the said Engineer, unused by him (the contractor) or for
any wastage in or damage to any such materials.

12. WORKS TO BE EXECUTED IN ACCORDANCE WITH THE SPECIFICATIONS:

The contractor shall execute the whole and every part of the work in a most substantial and workmanlike
manner both as regards materials and otherwise in every respect in strict accordance with the
specification. The contractor shall also confirm exactly, fully and faithfully to the drawing and instructions
in writing relating to the work signed by the Engineer.

13. ALTERATION IN SPECIFICATIONS OR DRAWINGS:

The Engineer shall have powers, to make any alterations in, or additions to the original specifications, drawings
and instructions that may be appear to him to be necessary or advisable during the progress of the work
and the contractor shall be bound to carry out the work in accordance with any instructions which may be given
to him in writing signed by the Engineer and such alteration shall not invalidate this contract, and any additional
work which the contractor may be directed to do in the manner above specified as part of the work shall be
carried out by the contractor on the same conditions in all respect on which he agreed to do the main work.
The rates for the additional or extra works shall be minimum of the following:

(i) The rates derived from the tendered rates for same item of the contract.

(ii) The rates derived from the U.P. Jal Nigam Schedule of rates of the year in which the work actually done for
the Distt. Lucknow

If the additional work includes any class of work for which rate cannot be derived as above then such class of
work shall be carried out at rates to be agreed upon between the Engineer and contractor in writing prior to the
work being taken in hand. The time for the completion of the work shall be extended if supplied for by the
contractor in writing in the proportion that the additional work bears to the original contract work and the
certificate of the Engineer shall be conclusive as to such extension.

PROVIDED ALWAYS that if the contractor shall commence work or incur expenditure in regard there to
before the rates shall have been determined as lastly therein-before mentioned, then and in such case he shall
only be entitled or be paid in respect of the rates as aforesaid according to such rate or rates as shall be fixed by
the Engineer. In the event of a dispute the decision of the Chief Engineer shall be final.

Also the proposals in the contract are based on departmental conceptual designs. Bidders are advised to
review these drawings and designs. Bidders may suggest an alternative technical proposal which is superior and
techno-economic, for departmental consideration and quote rates accordingly in Schedule G
14. NO COMPENSATION FOR ALTERATION IN OR REDUCTION OF WORK TO BE CARRIED OUT:

If any time after the commencement of the works the Chairman of U.P. Jal Nigam/ owner through the
ENGINEER shall for any reason what-so-ever not require the works there of as specified in this contract to be
carried out, the Engineer shall give notice in writing of the fact to the contractor and upon the receipt of such
notice in writing the works under this contract shall cease and the contractor shall have no claim to any
payment or compensation what-so- ever on account of any profit or advantage, which he might have derived
from the execution of the works in full but which he did not derive in consequence of the full amount of the
works not having been carried out neither shall he has any claim for compensation by reason

of any alterations having been made in the original specifications, drawings and instructions which shall involve
any curtailment of the work as originally contemplated.

15. ACTION AND COMPENSATION PAYABLE IN CASE OF BAD WORK:

If it shall appear to the Engineer or his subordinate in charge of the work that any work or part has
been executed with imperfect or unskilled workmanship or with materials of any inferior description or that
any materials or articles provided by the contractor for the execution of the works are unsound or of a
quality inferior to that contracted for or otherwise not in accordance with the contract the contractor shall
on demand in writing from the Engineer specifying the work, materials or articles complained of, forth-with
rectify, remove demolish and reconstruct the work so specified, in whole or in part as the case may require, or
as the case may be, remove the materials, or articles so specified and provide other proper and suitable
materials or articles at his own proper charge and cost, and in the event of his failing to do so within a period to
be specified by the Engineer in his demand aforesaid, then the contractor shall be liable to pay compensation at
the rate of one percent or such smaller amount as the Chief engineer(whose decision in writing shall be final)
may decide on the amount of the cost of the whole work for every day not exceeding ten days, while his failure
to do so shall continue, and incase of any such failure the Engineer may rectify remove, demolish and
reconstruct the works, or remove and replace with others, the material or articles complained of as the
case may be at the risk and expense in all respects of the contractor and such expenses may be deducted
from such sum as may be due to the contractor or may become due to him and from his security deposit.
A certificate by the Engineer as to the amount of the expenses incurred shall be final and binding upon the
contractor.

16. WORK TO BE OPEN TO INSPECTION:

All works under or in course of execution or executed in pursuance of this contract shall at all times be open to
the inspection of the Engineer or his subordinate and the contractor shall all times during the usual working
hours and at all other times of which reasonable notice of the intention of the Engineer or his subordinate to
visit the works shall have been given to the contractor, either him- self be present to perceive on’ instructions or
have a responsible agent duly accredited in writing , present for that purpose. Orders given to the contractor’s
agent shall be considered to have the same force as if they have been given to the contractor directly and
will be considered as binding on the contractor.

17. NOTICE TO BE GIVEN BEFORE WORK IS COVERED UP:

The contractor shall give not less than five days notice in writing to the Engineer, or his duly authorized person
for recording the measurement of any work, in order that the same may be measured, and correct dimensions
there of be taken before the same is so cover up or place beyond the reach of measurement. If any work shall
be covered up or placed beyond the reach of measurement without such notice having been given or consent
obtained, the same shall be uncovered at the contractor’s expenses and no payment or allowance shall be made
for such work or the materials with which the same was executed.

18. CONTRACTOR LIABLE FOR DAMAGE DONE AND IMPERFECTIONS:

If the contractor or his work people or servants shall break, deface, injure or destroy any part of a building in
which they may be working or any building, road, fence, enclosure or grassland or cultivated ground
continuous to the premises on which the work or any part of it is being executed, or if any damage shall happen
to the work while in progress from any cause what-so-ever or any imperfections become apparent in it within
12 months after the final certificate of its completion shall have been given by the Engineer as aforesaid, the
contractor shall make the same good at his own expense or in default the Engineer may correct the same and
made good by other workman and deduct the expense (for which the certificate of the Engineer shall be final)
from any sums that may be then or at any time thereafter may become due to the contractor or from his
security deposit.

19. CONTRACTOR TO SUPPLY LABOUR, PLANT, LADDERS, SCAFFOLDINGS:

The contractor shall supply at his own cost all labour, skilled and un-skilled and all things necessary (except such
special things, if any, as may in accordance with the specifications be supplied from the Engineer’s stores) such
as plants, tools, appliance, implements, ladders, cordage, tackle, scaffolding, shoring, strutting, pumps, boilers,
fuel oils, packing, derricks, boring tools, winches and power as well as all other apparatus and temporary works
requisite for the proper execution of the work, whether original, altered or substituted and whether included in
the specifications or other documents forming part of the contract or referred to in those conditions or not
which may be necessary for the purpose of satisfying or complying with the requirements of the Engineer as to
any matter as of which under these conditions he is entitled to be satisfied, or which he is entitled to require
together with carriage here to for and from the works. The contractor shall also supply without charge the
requisite number of persons and things necessary for the purpose of setting out the works, and counting,
weighing and assisting in the measurement and examination at any time and from time to time, the work done,
or materials, supplied by him. Failing his doing so the same may be provided by the Engineer at the expense
and risk of the contractor and the expense (of which the certificate of the Engineer shall be final) may be
deducted from any money due to contractor under this contract or from his security deposit. The contractor
shall also provide at his own expense all necessary fencing and lights required to protect the public from
accident and shall assume all liability for and indemnify the Owner against all actions or suits arising out of or in
connection with the carrying out the works whether such actions are brought by members of the public
neighboring owners or workman employed on the works save only actions for permanent interference with
casements to which the site may be subject at law or inequity or otherwise arising out of Owner’s title to the
site. The contractor shall carrying out the works other legal enactments applicable to them and If shifting of
telephone, cable or water line etc. is necessary, he should inform the department well in advance. The
correspondence (letters) shall be issued by UPJN, but contractor shall be responsible for early & timely approval
in writing from the concerned department /company. The fees shall be payable by UPJN (not the claims by
department for damage done to their property during execution of works. No extension of time shall be
admissible for unreasonable delay in seeking permission from the concerned department/ company). The
contractor shall be responsible for the adequacy, strength and safety of all shoring, strutting, curbing,
bonding, brick work, masonry, concrete, permanent or temporary, appliances, matters and things furnished by
him for the purpose of this contract.

20. CHILD LABOUR

No child labour shall be employed within the limits.


21. WORKS NOT TO BE SUBLET WITHOUT SANCTION:

This contract or any part hereof shall not be assigned or sublet without the written approval of the Owner and if
the contractor shall assign or sublet his contract or attempt to do so or become insolvent or commence any
insolvency proceeding or make any composition with his creditors or, attempt to do so, or if any bribe,
gratuity, gift, loan, perquisite, reward or advantage, pecuniary or otherwise, shall either directly or indirectly
be given, promised or offered by the contractor or any of his servants or agents to any public officer or person in
the employ of Jal Nigam in any way relating to his office of employment or if any such officer or person shall
become in any way directly or indirectly interested in the contract, the Owner may there upon by notice in
writing rescind the contract and the security deposit shall there upon stand forfeited and be absolutely at the
disposal of the said Chairman and the same consequences shall ensure as if the contract had been rescinded
under clause 4 here of, and in addition the contractor shall not be entitled to recover or be paid for any work
that has already been performed under this contract.

22. SUM PAYABLE BY WAY OF COMPENSATION:

All sums payable by way of compensation under any of these conditions shall be considered as reasonable
compensation to be applied to the use of the said Chairman without the reference to the actual loss or
damage sustained, and whether or not any damage shall have been sustained.

23. WORKS TO BE UNDER DIRECTION OF ENGINEER:

All works under the contract shall be executed under the direction and subject to the approval in all respects of
the Engineer who shall be entitled to direct at what point or points and in what manner they are to be
commenced and from time to time carried on.

24. DECISION OF OWNER TO BE FINAL:

Except where otherwise specified in this contract, the decision of the Owner for the time being shall be final,
conclusive and binding on parties to the contract upon all question relating to the meaning of the
specifications, drawings and instructions herein before mentioned and as to the quality of workmanship or
materials used on the work, or as to any other question, claim right matter or thing, what-so-ever, in any
way dressing out of or relating to the contract drawings, specifications, estimates, instructions, orders or these
conditions or otherwise concerning the works or the execution or failure to execute the same, whether arising
during the progress of the work or after the completion or the sooner determination there of the contract.

25. ACTION WHERE NO SPECIFICATIONS:

In the case of any class of work of which there is not mention in the specification such work shall be carried out
in all respects in accordance with the instructions and requirements of the Engineer.

26. CONTRACTOR TO EMPLOY COMPETENT AGENTS AND FOREMAN:

During the execution of the works and until the work is taken over by the order of the Engineer, the
contractor shall employ competent agents and such foremen as may be necessary for the proper
execution of the “Works” (said when work carried on day and night there shall be a foreman in charge of each
shift) who shall be engaged constantly on the works to ensure proper management and efficient control.

27. RECEIPT OF AND POWER AS TO SECURITY MONEY:


27.1 The Chairman has received from the contractor the sum of Rs 10% amount of contract value the receipt
of which is hereby acknowledged. This said sum shall be held as security for the due performance of all the
conditions and stipulations of this contract and the Engineer is empowered to deduct from time to time
from each security money, all or any sum or sums which may become due from the contractor as
liquidated damages for the breach of any or all the covenants or provisions of this contract the security money
or such balance there of as may be left after making the deductions of or mentioned will be returned to the
contractor after 4 months trial run period and Twelve months defects liability period plus one month and after
the final certificate of the completions of the works shall have been given by the Engineer and after the
Engineer shall have satisfied himself that all the terms of the contract have been duly and faithfully carried out
by the contractor.

27.2 Fixed Deposit Receipts or Bank guarantee of Nationalized Banks shall be accepted as security and all
such deposit receipts must be pledged in the name of the Project Manager, Temporary Gomti Pollution Control
Unit, U.P. Jal Nigam, Lucknow and that they will be accepted as security on the conditions that Jal Nigam will
hold the deposit at the risk of the depositor and will not be liable in the event of the loss of the security due to
failure of the bank or to any other cause and that the loss will fall on the depositor who will have to deposit
fresh security. In case of Bank Guarantee, the bank guarantee shall be valid for full period of execution followed
by DLP of 12 months plus one month or 37 months whichever is later. BG shall be encashed in Lucknow and in
case any dispute arises between owner and bidder the bank guarantee jurisdiction shall be Lucknow.

28. COMPENSATION TO WORKMEN:

28.1 In every case which by virtue of the provisions of section 12, sub-section (1) of the workmen’s
compensation Act, 1923. Jal Nigam is obliged to pay compensation to a workman employed by the contractor or
by any of his sub contractor in the execution of the said work. Jal Nigam will recover from the contractor the
amount of the compensation so paid, and without prejudice to the rights of Government under section
12, sub-section (2) of the said Act, Jal Nigam shall be at liberty to recover such amount or any part thereof by
deducting it either from the security money deposited by the contractor or to his credit under clause 27 of
these conditions or from any other sum due by Jal Nigam to the contractor whether under this contract or
otherwise.

28. 2 Jal Nigam shall not be bound to contest any claim made against it under section 12, sub-section(1) of the
said Act, except on the written request of the contractor and upon his giving to Jal Nigam full security for all
costs for which Jal Nigam might become liable in consequence of contesting the claim.
CHAPTER V

CONDITIONS OF CONTRACT

(PART-II)

1.01 EXECUTION OF CONTRACT AGREEMENT:

The contract Agreement and such other contract Documents as practicable shall be suitably identified as
agreed by the parties and signed by the Engineer and the Contractor. The Engineer shall keep with him
an executed copy of the Contract Agreement. The contractor shall be supplied true copy of Contract
Agreement along with a set of drawings duly attested for which he will pay nothing but additional copies
of drawings will be issued at cost of reproduction and handling of each drawing.

1.02 CONTRACT DOCUMENTS AND MATTERS TO BE TREATED AS CONFIDENTIAL:

All documents, correspondence, decisions and other matter concerning the contract shall
be considered confidential and of restricted nature by the contractor and he shall not divulge or
allow access there to of any kind to any unauthorized persons of any kind.

1.03 PROGRAMME AND PROGRESS SCHEDULE:

Simultaneously with the execution of the Contract Agreement, the contractor shall submit to the
Engineer for his approval a program showing, in such forms as pert chart as well as Bar Chart, the order
of procedure in which he proposes to carryout works including the design, manufacture, delivery; and
approval by the Engineer of such program shall not relieve the contractor of any of his duties or
responsibilities under the Contract. The program and schedule shall conform to the work and the
contract time, and shall be subject to such revisions the Engineer may require for his approval. Each
updated and revised schedule shall be submitted to the Engineer for approval simultaneously with
Contractor’s application for the same time period, and shall be subject to such revisions, the Engineer
may require for his approval. The Engineer’s approval of progress schedule may be a condition for
progressive payments.

1.04 No change or revision shall be made in the list of staff accepted by the Owner nor shall any,
supplier, person or organization name not in the accepted list, be employed on or for the work without
the approval of the Owner.

1.05 The design & drawings given to the contractor may change at any time during the execution of
work. Contractor has to work according to the revised design.

2.00 TIME LIMITS:

All time limits stated in the Contract Documents are the essence of the Contract Agreement. The
contractor shall construct and complete the works including final clean up-final inspection and final
acceptance of the works within the Contract time of 24 months from the date of order to proceed
including 4 (four) months of trial run period. The O&M period is over and above the execution period
specified.

3.00 EXTENSION OF TIME: (As per condition of contract-part-I)


4.00 DELAYS AND COMPENSATION :( As per condition of contract-part-I)

5.00 SITE CONDITION AND LAYOUT:

5.01 GENERAL:

The contractor should apprise himself of the actual site conditions and land available for construction,
before submitting his offer. The offer should be comprehensive to include all odds that may arise
because of site condition. The contractor has to accommodate his activity for construction within the
land made available.

The contractor shall promptly notify the Engineer in writing of any subsurface or latent physical
conditions at the site differing materially from those indicated in the Contract Documents or any unusual
nature differing materially from those ordinarily encountered and generally recognized as inherent in
construction of the character provided for in the contract documents. The Engineer will investigate
those conditions and obtain such additional tests and surveys as he may deem necessary. If the
Engineer finds that the conditions differ significantly from those indicated in the Contract Documents or
from those inherent in the construction, a variation order may be issued to incorporate the necessary
revisions unless otherwise provided in the contract documents.

5.02 SURVEYS AND MEASUREMENTS:

The Contractor shall carefully preserve all survey as also setting, reference points, bench marks and
monuments. Should any stakes, points or benches be removed or destroyed by any act of the
Contractor or his employees, they may be reset at the Contractor’s expense. Any expense incurred in
replacing permanent monuments which the contractor may have failed to preserve shall be borne by the
Contractor unless the removal of the monuments is required by the Contract Documents. The
Contractor shall supply without charge the requisite number of persons with the means and materials
necessary for the purpose of setting out works and counting, weighing and assisting in the measurement
or examination at any time and from time to time of the work of materials.

5.03 LINES AND GRADES, SETTING STAKES:

The Contractor shall give at least three working days notice, in writing when he will require the services
of the Engineer or his authorized representative for laying out a portion of the work. Elevations shown
for the various part of the work refer to the Data Bench Mark which will be established by the Engineer
near the site. The Engineer will establish the necessary base lines at convenient location for the
construction of the work. The base line for pipe line construction will be parallel to and offset from the
position of the pipe line/ road alignment. From the established base line and grades if any, the
Contractor shall extend the necessary lines and grades for construction of the work and shall be
responsible for the correctness of the same.

5.04 PREPARATION:

Prior to any request for base line and grade stakes, the Contractor shall have all utility lines located and
marked in the field and shall have all rights of way cleared, graded and ready for construction activities.

5.06 LAYOUT AND LEVEL PILLARS:


The center of all the works shall lay out at site accurately with the steel tape as per dimensions given in
the plan and in accordance with the direction and satisfaction of the Engineer or his representative.
Level pillars shall be made in Ist class Brick work (Min. 1:6 Cement Motor) with 75 mm deep foundation
up to the plinth level including the thickness of D.P.C. if any. The top of the pillar shall be plastered in
1:4 cement mortar and the center line marked thereon. These pillars shall be built on both side of wall,
on the center line of the walls, sewer/rising main at convenient distance from the wall. The Contractor
shall be responsible to maintain these pillars during the execution of the work or till these are ordered to
be removed by the Engineer. The cost involved in the construction of the pillars will be considered in the
overall tendered rate of the work and no extra payment shall be made for this work.

5.07 CONTRACTOR’S VERIFICATION:

Where, in the construction drawings, levels have been shown or referred to they are with
reference to the mean sea level (M.S.L.) only. The contractor will establish at the work site substantial
bench marks and connect these to a datum/bench mark as made available in the area. The bench marks
so established will be properly protected all through the construction period upto the completion of the
work. The contractor will then carryout necessary surveys and leveling, covering his work, in verification
of the survey data on the working drawings furnished by the Engineer, and he will be responsible for
establishing the correct line and drawings. Should any material discrepancies come to the notice, he will
seek further instructions and decision in writing from the Engineer and comply with the same. The
contractor will not commence any construction work unless and until this requirement has been
complied with.

If any error has erupted in the work due to non observation of this clause, the contractor will be
responsible for the error and bear the cost of corrective work.

The Contractor shall be allowed to work according to his program on working days as well as
holidays and nights but working on holidays, Sunday as well as at night, timely information will have to
be given at least two days in advance. However, the casting of all C.C/R.C.C. work and jointing of pipes
shall have to be done in the presence of Jal Nigam staff.

6.00 LOSS OR DAMAGE AND INDEMNITY AGREEMENT:

The Contractor shall be responsible during the progress as well as maintenance for any liability imposed
by law for any damage to work or any part there of or to any of the materials or other things used in
performing the work or for injury to any person or persons or for any property damaged in or outside
the work limit. The Contractor shall indemnify and hold the Owner and the Engineer harmless against
any and all liability claims, loss or injury, including costs, expenses and attorney fees incurred in the
defense of same arising from any allegation, whether groundless or not of damage or injury to any
person or property resulting from the performance of the work or from any material uses in work or
from any condition of the work or work site, or from any cause whatsoever during the progress and
maintenance of the work.

7.00 SUPERVISION AND SUPERINTEDENCE:

7.01 CONTRACTOR'S SUPERVISION:


The Contractor shall supervise and direct the works efficiently and with his best skill and attention. He
shall be solely responsible for means, methods, Techniques, Procedures and sequences of construction.
The contractor shall co-ordinate all parts of the work and shall be responsible to see that the finished
works complies full with the contract documents, and such instructions and variation orders as the
Engineer may issue during the progress of works.

7.02 AGENTS:

The Contractor shall keep on the work at all times during its progress a competent resident Agent having
adequate experience in the similar works satisfactory to the Owner. He shall not be replaced without
ten (10) days written notice to the Owner and without equivalent replacement except under extra-
ordinary circumstances. The Agent shall be Contractor’s representative at the site and shall have the
authority to act on behalf of the Contractor. An order or direction given by the Owner/Engineer not
otherwise required to be given in writing will be given or confirmed in writing request of the Contractor.

7.03 PLANTS AND EQUIPMENTS:

The contractor shall furnish such plant and equipment as may be necessary to perform the works in a
manner satisfactory to the Owner/Engineer and in accordance with the Contract but within the
requirements prescribed by the laws, ordinances, codes, rules and regulations. Failing this, the same
may be provided by the Engineer at the expenses of the contractor under the Contract or from his
performance Bond or proceed of sale there of or a sufficient portion thereof. Construction equipment
or machinery that any time produces unsatisfactory results shall promptly be repaired or replaced by the
contractor as and when it is required and/or the Engineer may require.

8.00 CARE AT SITE:

8.01 SITE CONDITIONS:

The Contractor shall be permitted to use without any charge the site and lands specified in drawings and
specification for execution of works, labour and staff colonies, site office and workshop and stores and
for related activities. The Contractor shall not commence operations on such land except with the prior
approval of the Engineer. If these lands are not adequate the Contractor will have to make his own
arrangements for additional lands. (For this the owner will give necessary certificates).

The Contractor shall not demolish, remove or alter any of the structures, trees or other facilities
on the site without prior approval of the Engineer.

All rubbish shall be removed from the site as it accumulates. All surface and soil drains shall be kept in
clean sound and workman like state. All the areas of Contractor’s operations shall be cleared before
returning them to the Engineer. The Contractor shall make good any damage or alteration made to the
area or property or land handed over to him before they are returned.

8.02 OVERLOADING:

No part of the work new or existing structures scaffolding, shoring, sheeting, construction machinery
and equipment or other permanent and temporary facilities shall be loaded in any manner or subjected
to stress or pressure that could endanger any of them. The contractor shall bear the cost of damages
caused by padding or abnormal stress of pressure.
8.03 PUBLIC CONVENIENCE:

The contractor shall at all times so conduct his operations as to ensure the least possible obstruction and
inconvenience to traffic and the general public and the residents in the vicinity of the work, to protect
persons and property and to preserve and to access to drive ways, houses and buildings. The contractor
shall have undertaken the works in such a way that he can properly perform with due regard to the right
of the public and shall not create any public nuisance. No road street or highway shall be closed to the
public except with the permission and in accordance with the requirements of the proper authorities.

8.04 PROTECTION:

The contractor shall take all precautions and furnish details of precautions to prevent human injuries or
losses to all employees and workman on the work due to gases or any other injuries and all other
persons who may be affected thereby, all the work and all materials and equipment to be incorporated
therein, whether in storage on or off the site, under the care custody or control, of the contractor or any
of his sub contractors, and other improvements and property at the site or where work is to be
performed including buildings, trees and plants, pole line, fences, guard rails, guide posts, culvert, signs
structure, conduits, pipe lines, electrical, data & telephone cables and improvements within or adjacent
to street, right of way, or easement, except those items required to be remove by the contractor in the
contractor documents. The contractor’s protection shall include all the safety precautions and other
necessary form of protection and notification to the Engineer of the utilities and adjacent property.

8.05 FENCING & WATCHING:

Contractor shall have to provide fencing/barricading in a good and sufficient manner to all excavation
work and materials at site, so as to prevent accident by night as well as by day. He shall also be
responsible for providing light in a proper and sufficient manner during night in the portion of the work
which is open or under construction and shall always maintain sufficient number of watchmen on duty
when his workers are not actually working and shall make his rates sufficiently comprehensive to meet
such expenditure. In the event of any accident due to his negligence for not taking due precaution, he
shall be fully responsible and indemnify the Government or any other person or persons and shall bear
all the damages, compensation and costs that may arise or may be awarded by the court of law.

8.06 PUMPING DURING CONSTRUCTION:

The Contractor shall provide all appliances, pumps, engines, machinery, suction and delivery pipes,
fasteners, fuel, electricity, petrol or diesel to run plants, lubricants, cotton waste etc. and all labour,
skilled and unskilled necessary for dealing with all springs, flood water, or drainage encountered during
the construction of the work and the contractor shall make his rates sufficiently comprehensive to cover
the cost of such works.

8.07 COSTRUCTION OF TEMEPORARY BRIDGES AND DIVERSION OF DRAINS:

1- The Contractor shall provide at his own cost all temporary bridges across the trenches or
excavation at the places where considered necessary by the Engineer. He shall further provide suitable
gang way for his own work at his own cost.
2- The Contractor shall also provide as required temporary diversions and reinstatement of all
roads and drains (open or closed) at site of works that may have to be diverted or cut during execution
of the works as per terms and conditions of Contract documents.

3- The Contractor shall protect adjoining site against structural, decorative and other damages that
could be caused by the execution of such works and make good at his cost any such damages.

4- The contractor at his own cost shall construct temporary approach roads capable of
withstanding heavy truck loads that may be encountered during or after execution of works. No extra
payment shall be made on this account and contractor shall include its cost in his bid.

8.08 UTILITIES AND SUBSTRUCTURES:

The indication of the type and approximate location of existing utilities and substructures in the contract
documents represents a diligent search of known records, but the accuracy and completeness of such
indications are not warranted by the owner or the Engineer and utility structures and services not so
indicated may exist. Before commencing any excavation, the contractor shall investigate, determine the
actual locations and protect the indicated utilities and structures, shall determine the existence, position
and ownership of other utilities and substructures on the site or before the works to be performed by
communication with such owners search of records, or otherwise, and shall protect all such utilities and
sub-structures.

8.09 TEMPORARY UTILITY INTERRUPTIONS:

If the temporary interruption of existing utility services is necessary for the execution of the works the
contractor shall make all arrangements with the utility owners and pay all fees and charges levied by
them for the interruptions, and shall notify the affected users at least twenty four (24) hours in advance
of the probable duration of interruption unless such notice is given by the appropriate utility owner.

9.00 LABOUR:

9.01 The contractor shall at all times enforce strict discipline and good order among his employees
and those of any sub-contractor, and shall not employ on the works any other person or anyone not
skilled and inexperienced in the assigned task. The agent, other staff and foreman shall be conversant in
the English language, besides Hindi / Devnagri language.

9.02 The contractor shall furnish to the Engineer information on various categories of labour
employed by him in such form and at such intervals as may be specified. No contractors shall employ
any person who is under the age of 18 years. No child labour in any case will be allowed.

9.03 The contractor shall in respect of labour employed by him comply with the provisions of various
labour laws, rules and regulations as applicable to them in regard to all matters provided therein and
shall indemnify the owner in respect of all claims that may be made against the owner for non-
compliance there or by the Contractor. Not with- standing anything contained herein, the Engineer may
at his discretion take such actions as may be necessary for compliance of the various labour laws and
recover the cost thereof from the Contractor.

9.04 In the event of the Contractor committing a default or breach of any provisions of labour laws
and rules and regulations, the Contractor shall without prejudice to any other liability under the Acts pay
the owner a sum not exceeding Rupees One Hundred (Rs. 100.00) per day for each day or as may be
applicable of default as may be applicable of the contract value.

10.00 WATER SUPPLY AND SANITATION:

10.01 The Contractor shall, having regard to local conditions, provide on the site, to the satisfaction of
the Engineer’s Representative, an adequate supply of drinking and other water for the use of the
Contractor staff and work people, and proper sanitation shall be arranged by the Contractor to make the
camping site conductive to hygienic living.

10.01 In the event of any outbreak of illness of an epidemic nature, the contractor shall comply with
and carry out such regulations, order and requirement as may be made by the Government of Uttar
Pradesh/India or the local authorities for the purpose of dealing with and overcoming the same.

10.02 The contractor shall at all times take all reasonable precautions to prevent any unlawful, riotous
or disorderly conduct by or amongst his employees and for the preservation of peace and protection of
persons and property in the neighbor-hood of the work against the same.

11.00 WORK MANSHIP:

The quality of workmanship produced by skilled, knowledgeable, and experienced workmen, machines
and artisans is required for the work. Particular attention shall be given to the appearance and finish of
exposed work. The decision of the Engineer with regard to the quality and adequacy of workmanship
shall be final and binding.

12.00 MATERIALS AND EQUIPMENTS:

12.01 All materials and equipment incorporated in the work shall be in good condition. Materials and
equipment not covered by detailed requirement in the Contract Documents shall be of the best
commercial quality & suitable for the purpose intended, and approved by the Engineer prior to use in
the work. The Contractor shall provide proper storage facilities and exercise such measures as will
ensure the preservation of the required quality and fitness of all materials and equipment. Materials or
equipment not conforming to these requirements of the document shall be rejected and immediately
removed from the site of the work at the risk and cost of the contractor.

12.02 During the progress of work or before starting of the works, the Contractor shall have to carry
out such test or tests, at his own cost which in the opinion of the Engineer are necessary to determine as
to the quality of materials brought at site of works comply with the detailed specification requirements.
The contractor must keep the record of all such test at site of work and show to the Engineer as and
when asked to do so.

Similarly the necessary tests for cement mortar, concrete etc. used for construction from time to
time shall have to be got done by the Contractor at his own cost & record of the test results maintained
regularly as specified earlier.

In addition the testing of materials/items of work such as cement mortar, plaster, cement concrete etc.
shall also be got done by the U.P.J.N. itself. If the test results don’t conform to the I.S requirements, the
whole lot of materials/works shall be rejected and the expenses incurred in getting such tests conducted
shall be borne by the Contractor.
12.03 All construction material shall be supplied by the contractor.

13.00 SUBSTITUTION AND EQUALS:

13.01 The material item, equipment, or type of Construction indicating the make and manufacture’s
name of such propriety identification, is specified for establishing a standard of quality. If the Contractor
wishes to furnish or use a proposed substitute or equal material, item or equipment or type of
construction, he shall make written application to the Engineer for approval, certifying in writing that the
proposed substitute or equal will perform adequately the duties\output imposed by the general design
and will be suited to the same use and capable of performing the same function as that specified and
stating all variations in costs pertaining to the application. No proposed substitute or equal shall be
ordered or installed without the written approval of the Engineer, which shall be final and binding and
this cannot be disputed in any manner.

13.02 The Contractor, at his expense, shall remove the unauthorized materials or equipment if
installed without the Engineer’s approval and install only those required by the Contract Documents or
as directed by the Engineer.

13.03 USE OF APPROVED SUBSTITUTION OR EQUALS:

The Contractor’s use of approved substitutions or equals shall not relieve the Contractor from
compliance with the Contract Documents. The Contractor shall bear all extra expenses resulting from
providing or using approved substitutions or equals where they affect the adjoining or related work,
including the expense of required engineering redesigning, drafting and permits where necessary,
whether the Engineer’s approval is given after receipt of Tenders.

14.00 LAWS AND REGULATOINS:

The Contract Documents shall be governed by the Laws and bye-laws of India, the State of Uttar
Pradesh, and of the local bodies in the Project area. Lucknow courts alone shall have the jurisdiction over
all matters, arising out of the contract agreement.

14.01 The Contractor is expected to be aware of all laws, ordinance, codes, rules, and regulations in
any manner affecting those employed on the works or the materials used in the works or in any way
affecting the conduct of the works and of all orders and degrees of bodies or tribunal is having any
jurisdiction or authority over the work. He shall at all times himself give all notice and observe and
comply with, and shall require all his agents, employees, sub-Contractors to observe and comply with all
such applicable laws, ordinances, rules, regulations, order and decrees in effect or which may become
effective before completion and acceptance of the works and shall protect and indemnify the owner and
the Engineer against any claim or liability arising from or based upon the violation or any such law,
ordinance, codes, rules, regulations, orders of decrees, whether by himself or his employees or his sub-
Contractors.

If the contractor observes that any requirement of the contract document is at variance with such laws,
ordinances, codes, rules, regulations, order decrease he shall promptly notify the owner in writing and
shall not proceed with any work affected by such variance without the owner’s written instructions.

15.00 PERMITS, FEES AND TAXES:


Unless otherwise provided in the contract documents the contractor shall secure and pay (except for
required NOC’s) for all permits, governmental fees and licenses necessary for the execution and
completion of the works. The contractor shall pay all GST, sales tax, local tax, income tax, octroi and
other taxes or cess required by law including all taxes on property used in connection with the work and
the clearance certificates in respect of all such taxes if requires, shall be shown to the Engineer. Also,
after award of work, no statutory variations announced by Central/State Govt. will be applicable.

16.00 DUTIES AND TAXES:

All duties and taxes including the stamp duty, license fee etc. levied by the Government of India
or Concerned State Government or local bodies are payable by the contractor for all items
included in the tender schedule except GST which shall be paid seperately @ 12 % or as
applicable. Income Tax @ 2% (Plus surcharge, if any thereon) or as applicable from time to time
on gross value of the work done shall be deduced from all the bills of the contractor. Certificate
showing the details of such deductions shall be issued to the Contractor as and when desired by
him.

The rates quoted by the contractor shall be deemed to be inclusive of all types of taxes including
Trade Tax on all the materials that he will have to purchase for performance of this contract. No
exemption forms will be issued for the same. Certificate showing the details of such deductions
shall be issued by the Department to the contractor as and when desired by him.
17.00 SALES TAX CLEARANCE CERTIFICATE:

-------deleted------

18.00 OWNER’S/ENGINEER STATUS:

18.01 AUTHORITY OF THE OWNER:

The owner shall have the authority to enforce compliance with the Contract Documents. On all
question relating to quantities, the acceptability of materials, equipment or works, the adequacy of the
performance of the work, and the interpretation of the Drawings and Specifications, the decision of the
owner is final and binding and shall be precedent to any payment under the Contract Agreement unless
otherwise provided in the Contract Documents. The owner shall have the authority to stop the work or
any part there of as may be necessary to ensure the proper execution of the works to disapprove of or
reject work which is defective, to require the uncovering and inspection or testing of the work, to
require reexamination of the works, to issue interpretations and clarifications and to order changes or
alterations in the works.

18.02 FUNCTIONS OF THE ENGINEER:

The whole of the works shall be under the direction of the Engineer, whose decision shall be
final, conclusive and binding on all parties to the contract, on all questions relating to the construction
and meaning of plants, working drawings, sections and specifications connected with the works.

18.03 The Engineer shall have the power of authority from the time to and at all times to make and
issue such further instructions and directions as may appear to him necessary or proper for the guidance
of the contractor and the good and sufficient execution of the works according to the terms of the
specifications. And the contractor shall receive, execute, obey and be bound by the same, according to
the true intent and meaning there of as fully and effectually as though the same had accompanied or
had been mentioned or referred to in the specifications.

18.04 The Engineer may also alter or vary the levels or positions of any of the works contemplated by
the specifications or may omit with or without the substitution of any other works, in lieu thereof, or
may order any work or any portion of work executed or partially executed to be removed, changed or
altered, and if need be, order that other works shall be substituted instead thereof and the difference of
expense occasioned by any such diminution or alteration so ordered and directed shall be deducted
from or added to the amount of this contract. The time of completion of works shall, in the even of any
deviation, resulting in additional cost over the contract sum being ordered, be extended reasonably by
the Engineer. The Engineer’s decisions in this case shall be final and conclusively and shall not involve
any challenges in the court of law.

18.05 DUTIES OF THE ENGINEER’S REPRESENTATIVE:

The duties of the representative of the Engineer are to check, inspect and continuously supervise
the work and to test any material to be used or workmanship employed in connection with the works.
He shall furnish the drawings and information to the contractor, approve the contractor’s drawings
subject of post-facto approval and signature of the Engineer, recommend and approve the interim
certificates, and taking over certificates after thorough checking and inspection, and recommend extra
works required and extensions of time.

18.06 Engineer’s representative is entitled to issue approval for or acceptance of any work or material
or to disapprove any work or material, done or supplied, by the contractor and to order removal or
modification thereof. If the contractor is dissatisfied with any decision of the Representative of the
Engineer, he can refer the matter to the Engineer who shall there upon confirm his decision.

18.07 DECISION OF CHIEF ENGINEER TO BE FINAL:

Except where otherwise specified, the decision of the Chief Engineer shall be final, conclusive
and binding on parties to the contract upon all questions relating to the meaning of the specifications,
drawings, and instructions herein before mentioned and as the quality of workmanship or materials
used on the work, or as to any other question, claim, right, matter or thing, whatsoever, in any way
arising out of or relating to the contract, drawings, specifications, estimates, instructions, orders, or
these conditions, or otherwise concerning the work of the execution or failure to execute the same,
whether arising during the progress of the work or after the completion or sooner determination there
of the contractor.

18.00 VARIATION:

The Engineer shall make any variation in the form of quality or quantity of the works or any part
thereof he may in his opinion be necessary and for that purpose, or if for any other reason it
shall in his opinion be desirable, he shall have power to order his contractor to do and the
contractor shall do, any or all of the following:
a) Increase or decrease the quantity of any work included in the contract.
b) Omit any such work.
c) Change the character or quality or kind of any such work.
d) Change the levels, lines, position and dimensions of any part of the work.
e) Execute additional work of any kind necessary for the completion of the work.
f) Change any specified sequence, method or timing of construction of any part of the works
and no such variation shall in any way validate or invalidate the contract, but the value, if
any, of such variation shall be taken into account in ascertaining the amount of the contract
price.

18.01 No such variations shall be made by the contractor without an order in writing shall be required
for increase or decrease in the quantity of any work where such increase or decrease in the
quantity of any work where such increase or decrease is not the result of an order given under
this clause, but it is result of the quantities exceeding or being less than those stated in the bill of
quantities. Provided also that if for any reason the Engineer shall consider it desirable to give any
such order and any confirmation in writing of such verbal order given by the Engineer, whether
before or after the carrying out of the order, shall be deemed to be an order in writing within
the meaning of this clause.

18.02 Provided further that if the contractor within seven days confirm in writing to the Engineer and
such confirmation shall not be contradicted in writing within fourteen days by the Engineer, it
shall be deemed to be an order in writing by the Engineer.

18.03 All extra or additional work done or substituted work in place of work omitted by order of the
Engineer, shall be valued at the rates and prices set out in the contract. If the contract does not
contain any rates or prices applicable to the extra or additional work, then the rates as per
current rules in CPWD/ Central allied Engineering Deptt. Schedule of rates at quoted premium
alone shall be paid which are applicable at the time of opening of tender. If rates of such items
are not available in any of these schedules, the rates will be agreed upon as per current market
rates or to be worked out on the basis of day work schedule in the contract with 10% profit for
overhead charges payable to the contractor.

18.04 The contractor shall send to the Engineer Incharge Representative once in every month an
account giving particulars, as full and detailed as possible of all claims for any additional
payment to which the contractor may consider himself entitled and of all extra or additional
work ordered by the Engineer which he was executed during the preceding month. No claim of
payment for any such work shall be considered which has not been included in such particulars.

18.05 No final or interim claim for payment for any such work or expense will be considered which has
not been included in such particulars. Provided always that the Engineer shall be entitled to
authorize payment to be made for any such work of expense, notwithstanding the contractor’s
failure to comply with this condition, if the contractor has at the earliest practicable opportunity,
notified the Engineer in writing that he intends to make a claim for such work.

19.00 ACCESS, INSPECTION AND TESTS:

19.01 ACCESS TO THE WORK AND RECORD:

The owner, the Engineer, the Engineer’s representative and the representative of the Central/State
Govt. or other public body or authority having jurisdiction of the project shall have, at all times and for
any purpose, immediate access to the works and the premises used by the contractor for the works and
shall have access to the places where materials or equipments are being fabricated, manufactured or
produced for the works. To the extent requested by the Engineer, the contractor shall furnish access to
the purchase orders and records, invoices, bills of loading, payroll records, and other documents and
records pertaining to the work, or shall furnish access to the purchase orders and records, invoices, bills
lading, payroll records, and other documents and record pertaining to the work, or shall furnish certified
true copies thereof.

19.02 NOTICE FOR COVERED WORK:

The contractor shall give not less than three days notice in writing to the Engineer or his
authorized representative of the completed work before covering up or otherwise placing beyond the
reach of measurement any work in order that the same may be measured and correct dimensions there
of taken before the same is so covered up.

19.03 If any work is covered up or placed beyond the reach of measurement without such notice
having been given or consent obtained, the same shall be uncovered at the contractor’s expense and in
default thereof no payment or allowance shall be made for such work or for the materials with which
the same was executed.

19.04 INSPECTION:

All works shall be performed and constructed under the supervision and inspection of the
Engineer or his representative. Any work performed or constructed in the absence of Engineer’s
representation without the Engineer’s permission shall be considered defective and is subject to
rejection. The Contractor shall give written notice to the owner at least two (2) working days in advance
of the performance of any part of the works requiring specialist inspection and shall state the probable
duration of the required specialist inspection.

19.05 The Engineer’s Representative is authorized to suspend any part or all of the works, by notice to
the Contractor confirmed in writing when any question arises as to whether the materials or equipment
being installed or the methods or workmanship being used comply with the Contract until such question
is decided by the Engineer. It will be the responsibility of the contractor to make the arrangement for
inspection of local body's representatives and also will be responsible to remove the defect pointed out
by those authorities.

19.06 TESTING:

All works, materials and equipment to be performed and constructed by the Contractor in
compliance with the Contract and standards laid there in shall be tested as required. The Contractor
shall give the Engineer timely written notice of the dates and times when testing is to be performed at
the site or the place of manufacture or fabrication. All tests are subject to the observation and approval
of the Engineer or any agency appointed by the Engineer and shall be performed as directed by the
Engineer unless otherwise provided for in the Contract. Materials or equipment required to be tested
prior to installation shall not be installed until the Engineer has approved the test results.

19.07 RE-EXAMINATION OF WORK:

If the Engineer, at any time prior to the final acceptance of the work, orders the re-examination
of work completed including, the uncovering, removing, exposing, dismantling, inspecting, or testing of
work covered by such order. If the work so re-examination is defective the Contractor shall correct or
remove and replace it with defect-free and conforming to the specification laid down in the Contract
Documents and shall bear the cost of the satisfactory reconstruction of the work.

20.00 GUARANTEES AND WARRANTEES:

20.01 CONTRACTORS GUARANTEE:

The Contractor shall warranty and guarantee the entire work and parts thereof, including that
performed and constructed by others employed directly or indirectly on and for the work, against faulty
or defective materials equipment or workmanship for a period as stipulated in CB for the construction as
well as maintenance of the works after issue of acceptance.

20.02 MAINTENANCE AND DEFECTS:

The period of maintenance shall mean the defect liability period and O&M period of 15 years
including defects liability period, which is to start after completion of the work, duly certified by
Engineer. The Contractor shall remain liable for any of the works or part there of or equipment and
fittings supplied which in the opinion of the Engineer fail to comply with the requirements of the
Contract are in any way unsatisfactory or defective, Fair, wear and tear expected.

20.03 To the intent that the works and each part thereof shall at or as soon as possible practicable
after the expiration of the relevant period of defect liabilities will be taken over on the satisfaction of the
Engineer, and as soon as may be practicable after such date and shall execute all such work of repair,
amendment, reconstruction, rectification and making good of defects or within fourteen (14) days after
its expiration be required of the Contractor in writing by the Engineer as a result of an inspection made
or on behalf of the Engineer prior to the expiration of the period of defects liabilities. All such work shall
be carried out by the Contractor at his own expense, if the necessity, thereof, shall in the opinion of the
Engineer, be due to the use of materials or workmanship not in accordance with the Contract
Documents or to the neglect or obligation expressed or implied on the Contractor’s part under the
Contract.

20.04 If the Contractor shall fail to do any such work as aforesaid required by the Engineer, the
Engineer shall be entitled to carry out such work by his own workmen or any other agency and if such
work is done which the Contractor from the Contractor have carried out at the Contractor’s own cost the
Engineer shall be entitled to recover from the Contractor the cost thereof and deduct the same from the
money that become due to the Contractor. Notwithstanding the aforesaid, if the Contractor remains in
default one calendar month after the Engineer has given written instructions, he will deduct the cost
plus overhead expenses of such works as have been necessary to rectify the Contractor’s default and
balance (from the money due to him and retention money or any other money) if any, shall be disbursed
to the Contractor.

21.00 PAYMENTS:

21.01 MOBILIZATION ADVANCE:

An advance equal to 10 % of contract value shall be paid to contractor if requested, and shall be
recovered at the rate of 8% simple interest per annum. This advance shall only be admissible & given
after the contractor submits the required irrevocable Bank Guarantee (BG) from allowed banks only &
after getting its verification from concerned Bank, for the amount to be paid as advance. The BG
required for the payment & admissibility of MA shall be over & above any other security/performance
guarantee already deposited for other purposes such as Security Money Deposit or the amount required
against performance guarantee bond etc.

Out of this 5% shall be paid after signing the CB and deploying General Manager and Project Manager for
works. Remaining 5 % MA shall be advanced after submission of proof by bidder of utilizing the 70 % of
the amount of Ist MA, approval of design & drawings, construction of site office, supply of building
materials like cement, steel, aggregates, admixtures, T&P, equipments, instruments, to pay charges for
cutting/felling/disposal of trees or shrubs or dead roots or green roots etc at site for start of work or any
other items/works as directed by E/I. The contractor has to produce proof of invoices or other
documents to Engineer as a proof that the advance payment has been used this way.

Recovery of sums advanced as MA including interest shall be made by deductions from the contractor's
bill proportionately, subject to provision that advance shall be recovered between the time 20% to 80%
of the value of contract stands completed.

21.03 PROGRESSIVE (RUNNING) PAYMENTS:

Advance payment, progressive payment and final payment would mean as follow:-

Advance payment, means a payment made on a running account to a Contractor for work done by him
but not measured.

Progressive payment means a disbursement of any kind on running account, not being the final
payment.

Final payment means the last payment on a running account, made to a Contractor on the completion or
determination of his Contract and in full settlement of the Contract.

No payment of work shall be made to the Contractor without proper testing required for the particular.

Unless otherwise provided in the Contract agreement or subsequently agreed to by the parties,
progressive payments will be made generally monthly on submission of a bill by the Contractor in the
prescribed form in an account according to the value of work performed less the aggregate of previous
progressive payment and less the retention money and security money as required. All such progressive
payments shall be regarded as payments by way of advance against the final payment. The Contractor or
his authorized representative shall be present at the time of recording of each set of measurements and
sign the measurement book or level field book in token of their acceptance.

If for any reason, the Contractor or his authorized agent is not available and the work is suspended by
the Engineer to avoid recording of measurements during the absence of the Contractor or his
representative, the Engineer will not entertain any claim from the Contractor for any loss incurred by
him on this account.

21.04 MODE OF PAYMENT :


All payments shall be made by cheque by the Engineer Incharge i.e. Project Manager, Temp. Gomti
Pollution Control Unit, Lucknow on presenting the bill on prescribed proforma to the Engineer Incharge.
If any Contractor desires payment by bank draft, the bank charges will be borne by the Contractor

21.05 RECEIPT FOR PAYMENTS:

Receipts for payment made on account of any work when executed by a firm should also be
signed by all the partners except where the Contractors are described in the tender as a firm in which
case the receipt shall be signed in the name of the firm by one of the partners or by some other persons
having authority to give effectual receipts for the firm.

21.06 RIGHT TO WITHHOLD:

The Engineer / Engineer Incharge may refuse to approve any such payment, because of
subsequently discovered evidence as the results of subsequently inspections or tests, nullify and such
payment previously approved and paid to such extent as may be necessary in the opinion of the
Engineer to protect Engineer from loss because (a) the work is defective (b) third party claims have been
filed on there are reasonable evidence indicating probable or of such claims (c) of the Contractor’s
failure to make payment properly to sub-Contractors or for labour, materials or equipment (d) of
damage to another Contractor or to the property of others caused by the Contractor, (e) of Contract
price. (f) of reasonable indication that the work will not be completed within the contract time, (g) of
the Contractor’s neglect or unsatisfactory proceeding of the work including failure to cleaning (h) the
revisions of law that enable or require the owner to withhold such payments in whole or in part.(i) The
Contractor owes a liability or a sum on other Contracts with U.P. Jal Nigam.

When the grounds for withholding payments are removed, payments will be made for amounts
withheld to the extent the Contractor is entitled to payment.

21.07 SCHEDULE OF PAYMENT:

On completion of work as specified in the contract document, the payment after deduction of
taxes be made full.

22.00 ACCEPTANCE OF WORK:

Upon written notice from the Contractor that the entire work required by the Contract
Documents is completed and that all submission required of him are made, and after the Contractor has
delivered the Bonds, certificates of inspection release and other document etc. all as or by law, Engineer
will make a final inspection and will notify the Contractor in writing of any particulars in which this
inspection reveals that the work is defective, and will also notify the Contractor in writing of any
deficiencies in the submissions and other documents required of him. The Contractor promptly shall
make such correction as are necessary to remedy all defects or deficiencies. After Contractor has
completed any such corrections to the satisfaction of the Engineer, the Engineer will issue a written final
Acceptance of the work and file any notice of completion required by the law or otherwise.

22.01 After issuance of the Engineer’s written final Acceptance the Contractor may submit his final
acceptance following the procedure for progressive payments. The final less the Retention Money as
provided for shall not become due unless the application is accompanied by such supporting data as the
Engineer may require, together with the complete and legally effective release or waives satisfactory to
the Engineer of all liens arising out of the Contract Documents and the labour and services performed
and the material and equipment furnished there under. If any such lien remains unsatisfied after all
payments are made, the Contractor or his surety shall pay to the Engineer all money. The Engineer may
be compelled to pay in discharging such lien, including all costs and reasonable attorney’s fees.

22.02 WAIVER OF CLAIMS:

The making and acceptance of final payment shall constitute (a) a waiver of all claims by the
Engineer against the Contractor except those arising from unsettled liens, from faulty or defective work
appearing after final acceptance of the work by the Engineer, from failure of the work to comply with
the requirements of the Contract Documents, or from the terms of any special guarantees or warranties
required by the Contract Document and (b) a waiver of all claims by the Contractor against the Engineer
except those previously made in writing and still unsettled. However, any payment, final or otherwise
shall not release the Contractor or his sureties from any obligations under the Contract Document of the
performance bond.

22.03 CONTRACTOR’S PAYMENT TO ENGINEER:

The Contractor shall pay to the Engineer all money so required of him under the provisions of
the Contract Document. If any such payments are required prior to final payments, an appropriate
variation order will be issued and the amount of such payment may be withheld from payments due to
the Contractor. If the payments then or there after due from the Contractor, or if the amount of such
payment due to the Engineer is determined after the making of the final payment, the difference in the
amount of the payments of the amount so determined shall be paid by the Contractor to the Engineer
Incharge.

22.04 The obligation of the Contractor to pay the money due to the Engineer from him shall
specifically bind the Contractor’s sureties, assignees, executes, administrators and heirs, to his
obligations to pay the Engineer.

22.05 CERTIFICATE OF SATISFACTORY PERFORMANCE:

If the Contractor shall have made good all defects and any unsatisfactory features repaired,
amended and reconstructed as required by the Engineer and the works have been completed and
maintained in accordance with the terms and conditions of the Contract, the Engineer shall issue to the
Contractor the certificate of satisfactory performance.

23.00 MEASUREMENTS:

The Engineer shall, except as otherwise stated therein, determine by measurement, the value in
accordance with the Contract, for work done.

23.01 All items having a financial value shall be entered in a measurement book, level book etc. as
prescribed by the Engineer Incharge so that a complete record is obtained of all works performed under
the Contract.

23.02 Measurements shall be taken jointly by the Engineer or Engineer Incharge or his authorized
representative and by the Contractor or his authorized representative. Before taking measurements of
any work the Engineer or the person deputed by him for the purpose, shall give reasonable notice to the
Contractor. If the Contractor fails to attend or send an authorized representative for measurement after
such notice or fails to countersign or record the objection within a week from the date of measurements
taken of by the Engineer or by the person deputed by him, these shall be taken to be correct
measurements of the work and shall be binding on the contractor.

24.00 SUSPENSION AND TERMINATION OF WORK:

If at any time after the execution of the Contract Documents, the Engineer shall for any reason
whatsoever (other than fault on the part of the Contractor for which the Engineer is entitled to rescind
or determine the Contract) desire that the whole or any part of the work specified in the tender should
be suspended for any period or that the whole or part of the work should not be carried out at all, he
shall give the Contractor, a notice, in writing of such desire and upon the receipt of such notice, the
Contractor shall forth-with suspend or stop the work wholly or in part as required after having due
regard to the appropriate stage at which the work should be stopped or suspended so as not to cause
any damage or injury to the work already done or endanger the safety thereof, provided that the
decision of the Engineer as to the stage at which the work or any part of it could be or could have been
safely stopped or suspended shall be final and conclusive against the Contractor. The Contractor shall
have no claim to any payment or compensation whatsoever, by reason or in pursuance of any notice as
aforesaid, on account of any suspension, stoppage or curtailment.

24.01 Where the total suspension period of work ordered as aforesaid continued for a continuous
period exceeding 90 (Ninety) days, the Contractor shall be at liberty to with-draw from the contractual
obligations under the Contract by giving ten (10) days prior notice in writing to the Engineer of such
intention and requiring the Engineer to record the final measurements of the work already done and to
pay the final bill; upon giving such notice the contractor shall be deemed to have been discharged from
his obligation to complete the remaining unexecuted work under this contract.

24.02 On receipt of such notice, the Engineer / Engineer Incharge shall proceed to complete the
measurements and make such payment as may be finally due to the Contractor within a period of 120
days from the receipt of such notice in respect of the work already done by the Contractor. Such
payments shall not in any manner prejudice the right of the Contractor to any further compensation
under the remaining provisions in this clause.

24.03 It shall be open to the Contractor, within ninety (90) days from the service of (i) the notice of
stoppage of work or (ii) the notice of withdrawal from the contractual obligations under the Contract on
account of the continued suspension of work to produce to the Engineer satisfactory documentary
evidence that he had purchased or agreed to purchase material for use in the contracted work before
receipt by him of the notice of stoppage/suspension and require the owner to take over on payment
such material at the rates determined by the Engineer / Engineer Incharge. The Engineer shall thereafter
take over the material so offered provided the quantities offered are not in excess of the requirements
of the unexecuted work as specified in the accepted tender and are of quality and specification approved
by the Engineer.

25 SUSPENSION/TERMINATION OF CONTRACT AGREEMENT:


If the Contractor abandons the work, or if he dies or becomes insane or is imprisoned or if he
makes a general assignment for the benefit of his creditors, or if a trustee or receiver is appointed for
the Contractor or for any of his property, or if he files a petition to take advantage of any debtor’s act or
to reorganize under bankruptcy or similar law, or if he persistently fails to supply sufficiently skilled
superintendence and workmen or suitable materials or equipment of if he persistently fails to make
prompt payments to sub-contractors or for labour, materials or equipment if he disregards law,
ordinance, rules, regulations or orders or any public body having jurisdiction, or if he disregards the
authority of the owner, or the contract Documents including requirements of the progress schedule, of if
he fails promptly to comply with the requirements of any variation order, or if he assigns this contract
Agreement otherwise than as herein provided, or if the owner/Engineer at any time is of the opinion
that the performance of the work is unnecessarily or unreasonably delayed or that the contractor is
willfully violating any of the provisions of the Contract Documents or is executing the same in bad faith,
or if the work is not fully completed within the contract time and any authorized extensions thereof or if
the owner/Engineer is of the opinion that the work cannot be completed for the unpaid balance of the
contract price or will not be completed within the contract time, or if the contractor otherwise violates
any provisions of the contract documents, then the Engineer may, without prejudice to any other right
of remedy and by means of written notice to the Contractor and his surety, instruct thereto discontinue
all work or any part thereof under the contract Agreement or terminate the contract.

25.01 The Contractor under a written instruction to discontinue shall not resume any of the work
except by written notice from the Engineer. In either such case the Engineer ,may take possession of the
work & project and of all materials, equipment, plant, tools, supplies, construction machinery and
equipment and property to every kind thereon owned and furnished by the Contractor for the purpose
of the work, and finish the work by whatever method, the Engineer may deem expedient.

25.02 In the event of aforesaid parts the Contractor shall not be entitled to receive any further
payment after the date of said written notice from the Engineer unless instructed in writing by the
Engineer to resume any part of the work, or until the work is completed by the Engineer, through
alternative agency. If the unpaid balance of the contract price exceeds the direct and indirect costs to
the owner for finishing, the work, including compensation for additional administrative, consultant,
professional, testing and inspection services, such excess will be paid to the Contractor. If such costs to
the Engineer exceed the unpaid balance, the Contractor shall pay the difference to the owner.

25.03 The Engineer may require the Contractor to remove such materials, equipment’s plants, tools,
construction, machinery, property etc. from the premises within a time specified. In the event the
Contractor fails to comply with any such instructions, the Engineer may remove them at the contractor’s
expenses, or sell them by auction or private sale at risk and account of the Contractor in all respects and
the certificate of the Engineer as to expenses of any such removal and the amount of the proceeds and
the expense of any sales amount of the proceeds and expense of any such sales shall be final and
conclusive against the Contractor.

26.00 TERMINATION FOR CONVENIENCE:

The owner is entitled to terminate this contract in whole or in part, at any time for his own
convenience after giving thirty (30) days prior notice to the Contractor, with a copy to the Engineer
Incharge. The notice of termination shall specify that termination is for the owner’s convenience, the
extent to which performance of work under the contract is terminated, and the date upon which such
termination becomes effective.

26.01 In the event of such termination, the Contractor shall, with all reasonable dispatch, remove from
the site all constructional plant etc. The Contractor shall be paid by the owner in so far as such amounts
or items which are not already covered by payments on account made to the Contractor, for all work
executed prior to the date of termination at the rates and prices provided in the Contract.

26.02 Provided always that against any payments due from the Owner, the Owner shall be entitled to
be credited with any outstanding balances due from the Contractor for advances in respect of plant and
materials and any other sums which at the date of termination were recoverable by the owner from the
Contractor under the terms the Contractor.

27.00 MISCELLANEOUS PROVISIONS:

27.01 SUCCESSOR AND ASSIGNS:

The Engineer and the Contractor each binds himself his partner, successors, assign and legal
representative to the owner party hereto and the partners, successors, assigns and legal representatives
of such other party in respect to all convenience, agreements and obligations contained in the contract
Agreement; they shall not assign the contract Agreement or subject it as a whole without the written
consent of the other, nor shall the contractor assign any money due or to become due to him hereunder
without the previous written consent of the Engineer.

27.02 WRITTEN NOTICE:

Written notice shall be deemed to have been duly served or delivered in person to individual or the
member of the firm or to the officer of the corporation for whom it was intended, or if delivered at or
sent by registered mail to the last business address known to him who gives the notice. The address
given in Contractor’s Tender or which is found in Contract Documents, is hereby designated as the place
to which all notice, letter and other communications to the Contractor shall be mailed or delivered,
except in case the said address has been subsequently changed by the Contractor by notifying the
Engineer in writing under registered post. This shall not preclude the service of any notice, letter or
other communication upon the Contractor personally on getting a formal receipt.

27.03 ORAL AGREEMENT:

No oral order, objection, claim or notice by any party to the other shall effect or modify any of the terms
or obligations contained in any of the Contract Documents, and none of the Contract Documents shall be
held to be waived or modified by reason of any act whatsoever, other than by definitely agreed waiver
or modification thereof in writing, and no other evidence shall be introduced in any proceeding of any
other waiver or modification.

27.04 CLEANING UP:

The Contractor shall at all times during the work keep the site and premises, adjoining property and
public property free from accumulations of waste materials, rubbish and other debris, resulting from the
works, and at the completion of the work shall remove all waste-materials, rubbish and debris from and
about the site and premises as well as all tools, construction equipment’s and machinery and surplus
materials and shall leave the site and premises clean, tidy and ready for occupancy by the Engineer. The
Contractor shall restore to their original condition those portions of the site not designated for alteration
by the Contract Documents. Paved walkways, parking areas and roadways shall be swept and broomed
clean.

27.05 Cleaning up operations shall include the removal and disposal of earth that tenders surplus after
filling of resulting excavations with sound compacted earth as directed and approved by the Engineer.
No waste material shall be buried or disposed off on the owner’s property unless so approved in writing
by the owner. Before the Contractor applied for final inspection and acceptance of the work, all items of
work shall be complete, ready to operate and in a clean condition as determined by the Engineer.

27.06 OWNER’S RIGHT TO CLEAN UP:

If the Contractor fails to satisfactorily clean up or if a dispute arises between the Contractor and
any separate Contractor as to their responsibility for cleaning up, the Engineer may clean up and charge
the cost thereof to the Contractor for his failure, or to the several Contractors as the owner shall
determine to be just.

27.07 CERTIFICATE:

Each certificate required under the Contractor Documents shall be signed by the individual,
officer or agent lawfully authorized to execute the certificate and such authority shall be cited in the
certificate by title, description, or other acceptable evidence.

27.08 SPECIAL RISKS:

If during the currency of contract, there shall be an outbreak of war (whether war is declared or
not), a major epidemic, earthquake or similar occurrence in any part of the world beyond the control of
either party to the contract, which either financially or otherwise materially affects the execution of the
contract, the owner shall unless and until the contract is terminated under the provisions of this article,
use his best endeavors to complete the execution of the work, provided always that the owner shall be
entitled by any time after the onset of such special risk to terminate the contract by giving the written
notice, to the Contractor and upon such notice being given, this contract shall terminate but without
prejudice to the rights of either party in respect of antecedent breach thereof.

27.09 FOSSILS ETC:

All fossils: coins, articles of value or antiquity and structures or other remains or things of
geological or archeological interest discovered on the site shall be deemed to be the property of the
owner and the Contractor shall take reasonable precautions to prevent his workmen or any other
persons from removing or damaging any such article or things and shall immediately upon discovery
thereof and before removal acquaint the Engineer of such discovery and carry out at the expense of the
owner/Engineer’s order as to the disposal of the same.

27.10 SITE OFFICE & DATA ENTRY OPERATOR:

On acceptance of the tender the contractor shall provide temporary site office equipped with sufficient
furniture & fixtures, one computer with colored printer (A4 and A3 size) and Fax facilities along with
toilet on site of STP. The site office shall be of at-least 100 sq m having three rooms for the departmental
supervisory staff, one pantry with refrigerator and RO and one room for keeping testing equipments to
be provided by bidder. The furniture and fixture shall include but not limited to: Ceiling fan in each room,
cooler in each room, one tube light and one LED in each room for sufficient lighting, 1.5 ton capacity AC
in one room, 4 No.s office table (1.5 x 0.9 m size), revolving Chairs 15 no.'s, steel Almirah- 3 No.'s,
Computer table 1 No. It shall be mandatory to provide false ceiling, electric and water connection and
generator for power backup in the site office. The approach road to site office shall be well lit. The
contractor shall provide one computer operator and 3 peon for office work. The site office should be of
portable material. Necessary and sufficient stationary for site office shall also be provided by the
bidders.

All necessary equipments but not limited to such as cube moulds, cube testing machines, Sieve analysis
(fine and coarse aggregates), electric weighing scale, slump test apparatus, Vernier calipers, screw
gauge, steel tapes, leveling instruments with staff , instruments for NDT of finished concrete works, etc
and two no.'s lab operator with sufficient experience for conducting test and record keeping shall be
provided by the bidder.

Bidder shall have to provide separate temporary site office for his staff with all basic amenities,
necessary and sufficient furniture and fixtures.

Bidder shall also provide four no. air conditioned 4 wheeled light motor vehicle in good condition
(preferably Indica) of make not later than year 2017 with driver and sufficient fuel for average running of
3000 kms per month (distance averaged over whole period of execution).The contractor will have to
provide four number of air conditioned four wheeled light motor vehicleto department with driver and
fuel upto 3000 kms per month (averaged over whole period of execution) and six numbers (110 cc - 135
cc) two wheeler and fuel upto 30 litres per two wheeler per month for supervision of work

28.00 TESTS ON COMPLETION:

28.01 NOTICE OF TESTS:

The Contractor shall give to the Engineer twenty one (21) days notice in writing of the date after which
he will be ready to make the tests on completion; unless otherwise agreed the tests shall take place
within seven (7) consecutive days after the said date on such day or days as the Engineer shall notify the
Contractor in writing.

28.02 ARRANGEMENT OF WATER FOR TESTING:

The Contractor shall have to arrange water for testing of various


units/components/parts/equipments/pipe line at his own cost. No extra payment for the above shall be
made by the U.P.J.N. Hydraulic testing of all units / piping etc. will be done by potable water. No waste
water/sewage will be permitted for hydraulic testing.

28.03 DELAYED TESTS:

If in the opinion of Engineer the tests are being unduly delayed he may, by notice in writing, call upon
the Contractor to make such test within 21 days from the receipt of the said notice, and the Contractor
shall make the said tests on such days within the said 21 days as the Contractor may have done as if he
had given notice to the Engineer. If the Contractor fails to make such tests within the time aforesaid, the
Engineer may himself proceed to make the tests. All tests so made by the Engineer shall be at the risk
and cost of the Contractor.

28.04 REPEAT TEST:

If any portion of the works fails to pass the tests, tests of the said portion shall, if required by the
Engineer or the Contractor, be repeated within a reasonable time upon the same terms and conditions,
and that all reasonable expenses to which the Engineer may be put by the repetition of the tests shall be
deducted from the Contractor’s sum.

28.05 CONSEQUENCES OF FAILURE TO PASS TESTS ON COMPLETOION:

If the works or any Section there or shall fail to pass the tests on the repetition there of under Clause
28.04 the Engineer shall be entitled:

To order a further repetition of the tests under the conditions of sub-clause 28.04.

To reject the work or Section there if the results of the tests fail to meet the performance guarantees.

Not to issue a taking over Certificate.

29.00 TAKING OVER CERTIFICATE:

As soon as the works have been completed in accordance with the Contract (except in minor respect
that do not affect their use for the purpose for which they are intended and cover the obligations of the
Contractor for the purpose) and the works are adjudged true to specification after these have passed the
Tests on completion of execution and thereafter completion of trial and run period, with all defects
whatsoever are removed by the Contractor, the Engineer shall issue certificate to the Contractor, therein
called a taking-over certificate.

In taking over certificate the Engineer shall certify the date on which the works have been so
completed and have passed in said tests, and the Engineer shall be deemed to have taken over the
works on the date so certified where upon title to and risk or loss or damage to the works shall have
relevance to the owner only. The taking over certificate shall start the period of Defect Liability period of
12 months and subsequent O&M for 12 months ie total 24 calander months of O&M.

The taking over certificate will be issued on completion of the entire work for the purpose as
intended in the Tender Document. No partial taking-over certificate will be issued.

29.01 USE-BEFORE TAKING OVER:

If by reason of any default/ignorance/improper workmanship/failing of tests, on the part of the


Contractor a Taking-over certificate has not been issued in respect of works within one month after the
time of completion and trial run period is over, the Employer shall take over physically the work in public
interest pending a formal issue of a Taking-over certificate.

The Contractor shall take full responsibility for the care of the works or any section or portions
there of the works before taking over the same shall be made good by and at the sole cost of the
Contractor and to the satisfaction of the Engineer. The Contractor shall also be liable for any loss of or
damage to the works occasioned by him or by any subcontractor in the course of any operations carried
out by him for the purpose of completing any outstanding work or removing the defects as pointed out.

29.02 DAMAGE TO WORKS CAUSED BY EXPECTED RISK:

In the event of loss or damage to the material/works arising from or occasioned by all possible
risks, which the Contractor is expected to visualize on being aware of the site conditions, it will be made
good by the Contractor at his cost. Such cost shall include in the contract price and no extra payment
shall be made on this behalf by UPJN.

30.00 INSURANCE OF LABOURERS:

The Contractor should get the labourers duly insured before the commencement of the work for
any accident which may occur during the execution of the work. The department will not be responsible
for such type of losses.

In every case in which by virtue of the provisions of section 12. Sub section (1) of the Workmen’s
Compensation Act. 1923 Jal Nigam is obliged to pay compensation to a workman employed by the
Contractor or by subcontractor from him in the execution of the said work, Jal Nigam will recover from
the Contractor the amount of the compensation so paid and without prejudice to the rights of Jal Nigam
under section 12.sub-section (2) of the said Act. Jal Nigam shall be at liberty to recover such amount or
any part thereof by deducting it either from the security money deposited by the Contractor or to his
credit under Clause 27 of these conditions or from any other sum due by Jal Nigam to the Contractor
whether under this contract or other wise.

Jal Nigam shall not be bound to contest any claim made against it under section 12, sub-section (1) of
the said Act. Except on the written request of the Contractor and upon his giving to Jal Nigam full
security for all costs which Jal Nigam might become liable in consequence of contesting the claim.

30.01 The Contractor without limiting his obligations shall insure the works to the full replacement
cost. This insurance shall be in the joint names of the Contractor and the Engineer. Any amount not
insured or nor recovered from the insurers shall be borne by the Contractor.

30.02 The Contractor indemnify the department against all losses and claims in respect of death or
injury to any person or any loss or damage to any property which may arise out of execution completion
of works and remedying of any defects. The Contractor shall also indemnify the department against all
claims proceedings, damages, costs. Charge and expenses whatsoever in respect thereof.

30.03 Minimum amount of insurance shall be for at least Rs. 10.0 lac per occurrence against liabilities
for death or injury to any person, or loss or damage to any property or as per applicable law.

30.04 The department shall not be liable in respect of any damages or compensation payable to any
workman in the employment of Contractor. The Contractor shall provide the insurance policies in the
joint names of the Contractor and the Engineer at the time of start of work at site.

30.05 If the Contractor fails to keep enforce any of the insurances required under this contract or fails
to provide the policies to the Engineer within the period prescribed and department may pay any
premium as may be necessary for that purpose and deduct the amount so paid from the monies due to
become due to the Contractor.

31.00 CONDITION FOR ARBITRATION CLAUSE:

In case of any dispute, difference or question which may at any time arise between the parties
to the contract or arising out of or in respect of the contract shall be referred to the ‘MANAGING
DIRECTOR’ of U.P. Jal Nigam, who will have the power to decide the same as an arbitrator if he so likes
or may nominate any one as an arbitrator to decide it and his AWARD shall be final and binding on the
parties. The Managing Director while nominating any one as Arbitrator will have the power to fix and FEE
of the nominee. The arbitrator will have the power to decide the COUNTER-CLAIM if lodged by the other
party. The arbitrator will also have the power to award pendent elite and further interest on the
principal sum so awarded but not in excess of 6% P.A. (SIMPLE INTEREST) as he thinks reasonable.
Initially the FEE of the Arbitrator will be paid by the claimant i.e the party who invoked the arbitration
clause which will be one of the elements of costs of the arbitration and will finally be borne by the
parties as per award of the arbitrator. The VENUE of arbitration will be Lucknow. For matters other
than those mentioned above in condition -29 the provisions of Arbitration & conciliation Act.-1996 or its
latest amendments' as may be the case will be applicable.

32.00 Operation & Maintenance/Trial and Run period/Defect Liability period

32.01 Period of Trial, Run & testing

Trial, Run and Testing period shall be of four Months (4) during which period the contractor shall
have to successfully trial, test and run the Sewage pumping station as per designed parameters norms
mentioned in bid documents. The contractor shall run the SPS at his own expense and no payments
including for expenditure on power shall be payable to contractor. The contractor shall supply labours,
staff, operators, supervisors, engineers, guards, materials, T&P, chemicals, carry out repairs and other
necessary day to day operation not mentioned herewith for proper functioning of SPS to treat the
sewage as per designed norms etc during this period& power generation packages.

32.02 DEFECTS LIABILITY PERIOD (DLP)

The DLP of 12 (twelve) months shall commence from date of issue of Taking Over Certificate
after successful Trial & run Period. If more than one certificate have been issued, then the date of issue
of last Taking over certificate shall mark the start of DLP or it shall be as per discretion of Engineer. In
case of dispute, Chief Engineer's judgment shall be final and binding.

The Contractor during DLP shall supply all necessary labours, staff, operators, supervisors,
engineers, guards, materials, chemicals, T&P, carry out lab test, third party testing of samples, disposal
of sludge, carry out repairs, replace out of order equipments etc in order to run and maintain the whole
MPS and STP Power Generation at his own expense. The contractor shall only be paid for net power
consumption as quoted by him in his bid. The Contractor shall service all the equipments at the end of
this period.

33 Force Majeure:
A Force Majeure Event means any act, event or circumstance or a combination of acts, events or
circumstances or the consequence(s) thereof occurring after the date of Agreement, which is/are:

(i) beyond the reasonable control of any Party (the Affected Party);

(ii) such that the Affected Party is unable to overcome or prevent despite exercise of due care and
diligence;

(iii) which does/do not result from the negligence of such Affected Party or the failure of such Affected
Party to perform its obligations hereunder;

and

(iv) such that it/they has/have a Material Adverse Effect.

(b) A Force Majeure Event means the following events and circumstances

(i) Non-Political Force Majeure Events

(A) acts of God including storm, tempest, cyclone, hurricane, tsunami, flood, whirlwind, lightning,
earthquake, washout, landslide, volcanic eruption, or extreme adverse weather or environmental
conditions or actions of the elements;

(B) fire or explosion caused by reasons not attributable to the Concessionaire or any Concessionaire
Related Parties;

(C) chemical or radioactive contamination or ionising radiation;

(D) epidemic, plague or quarantine;

(E) the discovery of geological conditions, toxic contamination or archaeological remains on the Site that
could not reasonably have been expected to be discovered through a site inspection;

and

(F) accidents of navigation, air crash, shipwreck, train wreck or other similar failures of
transportation of equipment and/or material necessary for construction or O&M of the Facilities or the
Associated Infrastructure.

Non-Political Force Majeure Event shall not include the following conditions, except to the extent
resulting from a Non-Political Force Majeure Event:

(A) heavy rainfall;

(B) quantum of the Sewage being more than the Design Capacity;

(C) characteristics of the Sewage being beyond the Influent Standards;

(D) unavailability, late delivery or changes in cost of plant, machinery, equipment, materials or spare
parts required for undertaking the Project;

(E) a delay in the performance of any Subcontractor;


non-performance resulting from normal wear and tear; or

(G) non-performance caused by the non-performing Party's (I) negligent or intentional acts, errors or
omissions, (II) failure to comply with the Applicable Laws or Applicable Permits, or (III) breach of, or
default under, this Agreement, as the case may be.

(ii) Indirect Political Force Majeure Events

(A) hostilities (whether declared as war or not), riot civil disturbance, revolution, rebellion, insurrection,
act of terrorism, in each case involving the GoI or the GoUP or occurring in Uttar Pradesh;

(B) invasion, armed conflict, coup d’état, act of foreign enemy, blockade, embargo, revolution,
insurgency, nuclear blast/explosion, politically motivated sabotage, religious strife or civil commotion, in
each case involving the GoI or the GoUP or occurring in Uttar Pradesh;

(C) strikes, lockout, boycotts or other industrial disputes which are not directly attributable to the
actions of the Affected Party;

(D) any orders issued by the relevant Government Authority, which require the bidders to suspend the
construction or O&M of the Facilities and the Associated Infrastructure provided that, such orders are
not attributable to the bidder's breach or violation of any Applicable Laws or Applicable Permits; and

(E) delay or failure by relevant Government Authorities in renewing or granting any Applicable Permit,
despite the bidder having applied for such Applicable Permit expeditiously and complied with the
requirements of Applicable Laws in making such application or the unlawful revocation of any Applicable
Permit.

(iii) Direct Political Force Majeure Events

(A) occurrence of a Fundamental Change in Law

(B) compulsory acquisition in national interest or expropriation of the Site; and

(C) any order, notification or judgement issued or passed by any Government Authority which restricts
the bidder from constructing or operating the Facilities and/or the Associated Infrastructure as
contemplated in this Agreement on the Site, unless such restriction is, in any manner attributable to the
bidder.
If the Parties are unable to agree in good faith on the occurrence or existence of a Force Majeure Event,
such dispute shall be finally settled in accordance with the dispute resolution procedure set out in
tender, provided however that the burden of proof as to the occurrence or existence of such Force
Majeure Event shall be upon the Affected Party

Signed by the Contractor. Signed on behalf of the Chairman of Uttar Pradesh Jal Nigam.

Designation of the Officer.


(A) GENERAL SPECIFICATIONS

1.0 GENERAL ARRANGEMENTS & SETTING OUT THE WORKS :

The contactor will establish the necessary bench marks and levels, and he must set out the work
and shall be held responsible for its correctness and it shall be incumbent on him to dismantle,
remove and rebuild at his own expenses any work not correctly set out.

The contractor shall make provision in his rates to provide all pegs, plates, pillars lines
boning rods, sight rails and templates required for setting out the work and shall give such
assistance as may be required by the Engineer or his authorized representative in checking the
work before, during and after the execution of the work.

2.0 ERECTION & CHECKING OF WORKS :

The contractor shall provide and supply and include in his rates for all labour, machinery,
engines, pumps, timbering, shoring, strutting, drain pipes, culverts, rails, tools, tackles,
implements, staging, scaffolding, planking, centering, piling, moulds, profiles, templates, timber,
boning rods, posts, sight rails and setting materials, all fencing and lighting etc. necessary both for
proper execution of works and for the safety and convenience of the public during the progress of
the work and maintenance and all temporary plants and appliances and permanent materials of
any and every kind whatsoever, although the same may not be included in the description
aforesaid, or any of them become, proper or necessary for, or incidental to the full and complete
execution of the several works in all their parts or may have been omitted, or otherwise referred to
in these specification or in the annexed schedules, or shown in the drawings.

As materials are collected and the construction of any section of the works is completed, it will be
checked over and passed by the Engineer or his authorized representative but such approval shall
in no way relieve the contractor of his responsibility which will not end until the whole works is
actually commissioned and the defect liability period has expired as defined in the scope of work.

3.0 TEST:

During the progress of the work & during the period of maintenance the Contractor shall carryout
such tests as in the opinion of the Executive Engineer or his authorized representative are
necessary to determine that the materials supplied comply with the conditions or in actual use.
The tests to be carried out shall be as described in Sch. „E‟ & or as may be required by the Project
Manager. The rates in Schedule „G‟ shall include cost of such tests.

4.0 WANT OF KNOWLEDGE:

The Contractor must carefully go through the conditions, specifications and items of contract and
examine the necessary drawings before tendering and in case of any obscurity he should apply to
the Engineer for its elucidation/clarification as no excuse for want of knowledge for non
compliance with any part of portion of the specification or terms of contract shall be considered.
He is also advised to see the site of work before tendering to make him self familiar with the
conditions there in.
5.0 MATERIALS:

5.1 FIRIST CLASS BRICKS: (M-100)


Bricks shall have a uniform deep cherry red or copper colour, shall be thoroughly burnt
but not over burnt, and regular in shape. Their edges must be Straight Square and the two
bricks must emit a clear ringing sound on being struck with each other. They must be free
from cracks, chips, flows and stones or lumps of any kind. The bricks shall comply with
the I.S. – 1077.
5.2 STONE BALLAST:
Stone ballast shall consist of crushed stone and shall be hard, strong, dense, durable, clean, of proper
gradation and free from weather effect. It shall be generally cubical in shape. As far as possible, soft,
thin, flaky or elongated or laminated pieces shall be avoided. For RCC work it should not contain any
materials which might effect the reinforcement. The grading and test requirements should comply
with the I.S. – 383.

5.3 TIMBER:
Timber to be used in shuttering works shall be from the heart of a sound tree of natural growth, the
sapwood being entirely removed. It shall be uniform in substance, straight in fiber, free from large,
loose and dead knots, flaws, shakes, decay, rot, fungi and insect attacks and from any other damages
of harmful nature which will effect the strength, durability, appearance or its usefulness for the
purpose for which it is required. The colour should be uniform as far as possible. The other
requirements of timber shall comply with the PWD specifications.
5.4 STEEL:
The steel for RCC shall be high yield strength deformed bars of Grade Fe 415 conforming to IS -1786
-1985 the placement of reinforcement shall be as per IS 456-2000.
5.5 PORTLAND CEMENT:
The cement shall be ISI Marked Ordinary Puzzolona / Portland of 43 / 53 grade
conforming to I.S:8112 or its latest amendment.

5.6 SAND:
The sand shall consist of natural sand, crushed stone or crushed gravel or a combination
of any of these. it should be hard, durable, clean and free from adherent coating and
organic matter and shall not contain any clay. The fine sand which shall be used for
plaster and brick work shall have F.M. as 1.25 and the coarse sand for cement plaster/
brick work shall have F.M. as 2.0 and for cement concrete 2.5 to 3.2. All materials which
shall be brought and used at site shall confirm to I.S. - 383 or its latest amendment.

5.7 PIPES:
The structural design of a sewer pipe should be band on the load imposed on it by the
weight of earth and any superimposed loads.
The essential steps in the design and construction of buried sewers or conduits to provide
safe installations are therefore:

i. Determination of the maximum load that will be applied to the pipe based on the trench
and backfill conditions and the live loads to be encountered
ii. Computation of the safe load carrying capacity of the pipe when installed and bedded in the
manner to be specified using a suitable factor of safety and making certain the design
supporting strength thus obtained is greater than the maximum Ioad to be applied.
iii. Specifying the maximum trench widths to be permitted, the type of pipe bedding to be
obtained and the manner in which the backfill is to be made in accordance with the conditions
used for the design.
iv. Checking each pipe for structural defects before installation and making sure that only sound
pipes are installed and
v. Ensuring by adequate inspection and engineering supervision that all trech widths, subgrade
work, bedding, pipe laying and backfilling are in accordance with design assumptions as set
forth in the project specifications.

5.7.1 R.C.C. PIPE


Concrete pipes should be manurfactured to strength required by varying the wall
thickness and the percentage of reinforcement and shape of the reinforcing cage.. The
pipes should confirm the specifications as per IS 458-2003.

5.7.2 P.S.C. PIPES

Prestressed concrete pipe can be used in sewer network and should be designed for
structural strength as per over burden and other loads. The pipes should confirm the
specification as per IS 784-2001.

5.8 SUNDRY MATERIALS:

Certain other materials not particularly mentioned or described herein may be required for the
works and thse if not specifically mentioned shall comply with the description set out in standard
specifications of PWD, LSGED (now U.P.Jal Nigam) or ISI for the respective materials and these
specifications in so far as they are applicable shall be deemed to be incorporated in this contract.

6.0 WATER SUPPLY FOR WORK AND DRINKING PURPOSE AND FACILITIES TO
LABOUR:

The contractor shall make his own arrangement in regard to water required for the execution and
tests of the works and shall also arrange for a supply of drinking water to his employees and
labour.
He shall bear all charges in this connection and include in his rates a sufficient amount to
cover such charges. All such facilities as are required to be provided for the labourers under the
labour welfare rules in force shall also be made available by the contractor at his own cost.
Minimum reasonable sanitary conditions are to be maintained in and around the labour
camps and at the site or work. As soon as one or more labour in trenches or at site get wounded or
hurt due to accident or carelessness immediate proper medical-aid shall be provided by the
contractor to them. However, if it is felt by the engineer that proper medical aid has not been
provided to them, it shall be incumbent upon the contractor to follow the instruction of the
engineer for proper medical-aid. A first-aid box should be maintained by the contractor during
execution period of the work. If proper medical facility is not provided by the contractor, same
shall be done by the department & cost shall be debited to the contractor‟s account.

7.0 NOTICE BOARD TO BE DISPLAYED:

Notice boards shall be supplied and fixed in suitable positions by the contractor where the roads
have been opened out for the construction of the culverts or sewers and the traffic has to be
diverted. Such boards shall display in big letter in BLACK AND WHITE or in RED AND
WHITE colours such warnings as ROAD CLOSED DRIVE SLOW, - WORK AHEAD MEN ON
WORK etc. Such caution boards be fixed at suitable points in the neighbor-hood of the work or
well before diversion where other roads join or cross the road opened out, so that traffic may have
sufficient warning to avoid the blocked road by taking any alternative routes or by using the
diversion provided by the contractor. No extra payment shall be made to the contractor on this
account. The caution boards shall be painted such that the warning or notices glow in the night
also to avoid accident or jamming of traffic.

8.0 BARRICADING:

The contractor shall provide necessary barricading in portion the excavation is done for laying of
sewer lines. The barricading shall consist of ballies and G.I. sheet duly painted red and white in
colour as per direction and approval of E/I. The contractor shall also make arrangement in proper
warnings like providing fencing, danger flags, night warning light and watch and ward etc.. Safety
code for excavation work I.S. 3764-1966 shall be rigidly followed.

9.0 TIP FOR SURPLUS EARTH OR RUBBISH:

The contractor shall remove from the works all surplus earth after refilling of trenches, wastes of
construction process, spoil and rubbish found on the alignment of works. He shall include in his
rates sufficient sum to cover the charges required for carting and disposal at suitable places as
directed by Engineer.

10.0 QUANTITIES IN THE SCHEDULE NOT GUARANTEED:

The quantities given in the schedule of rates are approximate and may vary up to any extent on
either side. The payment will be made on the basis of actual „NETT‟ measurements taken during
construction and after completion of work. It is, therefore, important that the contractor orders the
exact quantities of materials required after working out his own quantities as he will not be paid
for any materials ordered but not used on the works.

11.0 STANDARD DETAILED SPECIFICATIONS:

The certain clause of these specification reference is made to the Indian standard specification and
PWD detailed specification (Part I building and Part II sanitary) or LSGED / Jal Nigam
specifications. The former are publications issued by the Bureau of Standards and may be
obtained through Indian Standard Institutions Delhi / Kanpur and the later (PWD specifications)
published by the Govt. of U.P./ jal Nigam and may be consulted in the office of the Engineer-In-
charge or may be obtained from the Superintendent Printing and stationery, U.P. Allahabad / U.P.
Jal Nigam, Lucknow. Where no reference has been made to any of the contract regarding any
work it is deemed that it shall comply with relevant I.S. codes, PWD detailed specifications or
LSGED / U.P. Jal Nigam specification / CPHEEO Manual of sewerage and sewage treatment,
ministry of Urban Development Govt. of India.

12.0 EMPLOYMENT/REMOVING OF CONTRACTOR EMPLOYEES:

The contractor shall employ, for the execution of the work only such persons as are careful,
skilled and experienced in their trades and cells. The engineer shall have full powers to ask the
contractor to remove immediately from the work any persons employed by the contractors on the
execution of the work who in the opinion of the engineer misconduct or are incompetent in the
proper performance of their duties or are otherwise undesirable.

13.0 TIME OF WORKING:

The contractor will be required to see that the usual hours of work 8 AM to 6 PM are adhered too.
No work shall be done in the night without the prior permission of engineer except when it is
absolutely necessary for the saving of life or property or for the safety of work in which case the
contractor shall immediately inform such reasons to the engineer.

14.0 SMALL AND SCATTERED WORK:

The contractor may be required to carry out works in small quantities and at scattered locations.
The contractor shall be paid only at rates tendered in bill of quantities. No claim for any extra
payment on ground of small works or of scattered nature shall be entertained.

15.0 PHOTOGRAPHS & RECORDS:


The contractor must allow sufficient margin in his rates to cover the cost of photographs that may
be felt necessary either before or during the works, by the engineer. The contractor shall also
supply sufficient number of copies as desired by the engineer.
(B). DETAILED specification Of civil works

1.0 Earth Work:

1.1 GENERAL:

The conditions/specifications laid down hereunder will hold good whether the
excavation is to be carried out over areas for levelling foundations of
structures, trenches for pipes or cables or any other type of work which
involves earth work like the levelling of forming/embankments etc. as per UP
Jal Nigam / UP PWD specifications.
i. Earthwork in excavation includes site-cleaning activities like removal
of shrubs, loose stones, rubbish of all kinds, interfering with the works
and with complete removal of roots.
ii. The products of the above clearing operations shall be removed from
the site, dumped, stacked at a place or places, burnt or otherwise
disposed of as directed by the Engineer-in-Charge within the
compound.
iii. A permanent base line and cross lines shall be established to serve as
reference grid using MS plates, pegs, pins set in concrete or brick
masonry pillars where they will be free from disturbances.
iv. A permanent bench marks or marks as required necessary for the works
connected to the nearest GTS benchmark shall be established for
reference.
v. Excavation shall be carried out in all types of soil like top soil, silt,
sand, gravel, soft murrum, clay, kankar, hard materials like
disintegrated rock shale which can be removed by picks, crowbars and
shovels. Soil/earth may contain boulders. Loosening of rocks include
the other methods of excavation other than blasting such as chiselling,
wedging line drilling to avoid shattering of rocks. The Engineer-in-
Charge shall decide what method shall be adopted for removal of the
hard rock.
vi. Excavation, whose sides are required to be maintained at a steeper
slope than the stable slopes, will be required to be properly shored and
strutted failing which the contractor will be required to execute the
work by open cutting by the approval of Engineer-in-Charge.
vii. Negligence on account of this leading to any mishap will be entirely the
responsibility of the contractor.

1.2 DRAINAGE IN THE VICINITY OF EXCAVATION:

i. The contractor shall control the drainage in the vicinity of the


Excavation so that the surface of the ground will be properly sloped to
prevent surface water running into excavated areas during construction.
Arrangements shall be made for preventing rain and other extraneous
liquids entering the excavated parts. Seepage water shall be directed to
flow away from the trenches by gravity. If any pumping is required to
keep the trench and the exposed areas dry for further work the same
shall be done by the contractor at his own expenses.
ii. The rates quoted by the contractor shall be deemed to be inclusive of all
the above costs or charges for stipulations stated above.
iii. Excavated material shall not be deposited within 0.60 meters from the
top edge of the excavation.
iv. The contractor shall remove the excavated material to spoil heaps on
the site or transport the same to a place as directed by the Engineer-in-
Charge.
v. If the bottom of the excavation is left exposed by the contractor and in
the opinion of the Engineer-in-Charge it has become deleteriously
affected by atmospheric changes or affected by water then the
contractor shall remove at his own cost such portions of the affected
foundations and shall make good by filling with lean concrete or with
compacted sand as directed by the Engineer-in-Charge.
vi. Where Excavation is made in excess of the depths required as shown in
the drawings or as directed by the Engineer-in-Charge the contractor
shall at his own expense fill up to the required level with lean concrete
or well compacted sand as decided by the Engineer-in-Charge.
vii. Loose, soft or bad soil encountered in Excavation at the -required depth
on Engineer-in-Charge‟s directions shall be excavated to the firm bed
and the difference of levels between the required level and the firm bed
shall be filled up or dealt with as directed by the Engineer-in-Charge.
viii. Any obstacle encountered during excavation shall be reported
immediately to the Engineer-in-Charge and shall be dealt with as
instructed by him. Same shall be applicable for any antiques/treasure
found du ring excavation.
ix. Any public utility services/facilities like water supply lines, gas supply
line, sewers, telephone/electric cables poles etc. met with during
Excavation shall not be damaged and no disruption is caused to the
utility service on account of damages caused by the contractor. Such
facilities shall be properly supported in their original positions by
giving signs, suspension beams etc. as contractors own expenses.
x. The contractor shall not undertake any concreting or constructing work
of any nature on the excavated surfaces until approved for the same is
given by the Engineer-in-Charge.
xi. The contractor shall be solely responsible for the protection of
adjoining properties from damages that may be on account of
excavation close to the properties whether the property belongs to
government or to a private party.
xii. The contractor shall make all arrangements for proper warnings like
providing . fences, danger flags, barricading, night warning lights,
watch and ward etc, to caution the public as well as the labourers
engaged by him about the dangers that may be involved by excavation
of trenches, pits, foundations etc. Safety code for excavation work IS:
3764-1966 shall be rigidly followed unless instructed otherwise by the
Engineer-in-Charge.
xiii. Any useful material obtained during Excavation shall be stacked as
directed by the Engineer-in-Charge and will be the property of the
department. The decision of the Engineer-in-Charge in this regard shall
be final and binding on the contractor.
xiv. Any material used by the contractor out of the Excavated stuff in lieu of
his own materials shall be charged to the contractor at the market rates.
xv. The rates quoted shall include back filling of excavated material and
disposal of surplus earth as directed by the Engineer-In-Charge.

1.3 EXCAVATION IN TRENCHES AND CABLE DUCTS:

i. The rates quoted shall be deemed to be inclusive of all such extra work.
ii. The trench Excavation as required in trenches, cable ducts, for
manholes, other overflow structures, cross drainage works, extra depths
for joints of pipes shall be carried out as shown in the
drawings/directed by the Engineer-in-Charge.
iii. For deep foundations necessary shoring and strutting shall be executed
as directed by the Engineer-in-charge. If additional slopes are to be
provided where vertical cuts „are not possible the same shall be
executed without any additional cost. shall be kept perfectly dry by
preventing the extraneous water entering the pits and also wherever
necessary by pumping at the cost of the contractor. No additional cost
of dewatering shall be payable.
iv. The trenches after laying, jointing and testing of pipes/cables are to be
back filled. The trenches shall be filled with the excavated material if
found suitable as directed by the Engineer-in-Charge.
v. All surplus soil/earth shall be transported and disposed of as directed by
the Engineer-in-Charge Boulders, sharp objects, brickbats, roots of
trees, rubbish, rubble etc. shall not be used for back filling. The back
filling shall be done very carefully so as not to damage the pipes/cables
or disturb the alignment levels of the pipes/cables. The back filling
shall be done in layers on both sides of the pipes watered, consolidated
by ramming to a dense layer. The thickness of each layer shall not be
more than 15 cms. Special care shall be taken to avoid unequal
pressures and not to disturb the pipe.
vi. In case the excavated material falls short of requirement the back fill
soil/earth shall be taken from borrow pits approved by the Engineer-in-
Charge. The rates quoted by the contractor shall be deemed to be
inclusive of all such works.
vii. Sight rails and boning rods are to be used at regular intervals as
directed by the Engineer-in-Charge to excavate the trenches true to line
and grade.

1.4 BACK FILLING /EARTH FILLING:

i. Back filling of earth around liquid retaining structures and pipes shall
be done only after the water-tightness test is done to the satisfaction of
the Engineer-in-Charge. Selected earth from the excavated earth shall
be used for back filling / embankment.
ii. Care shall be taken to see that unsuitable soil/earth does not get mixed
up with the material proposed to be used for filling.
iii. Regarding the soil/earth to be used for back filling the contractor shall
have the prior approval of the Engineer-in-Charge.
iv. Backfill shall be placed in successive horizontal layers of loose material
not more than 15 cm thick. The material shall be brought to within + or
- 2% of the optimum moisture content as described in IS:2720 (Part
VIII) after adjusting the moisture content, the layers shall be
thoroughly compacted with such equipment . as may be required to
obtain a density equal to or greater than 95% of maximum laboratory
dry density of the soil.
v. Successive layers of filling shall not be placed until the layer under
construction has been thoroughly compacted to satisfy the requirements
laid down in the requirements.

1.5 FILLING AND EMBANKMENT:

i. The area where filling or embankment is to be carried out shall be


cleared from loose material and the virgin soil shall be exposed. All
shrubs and vegetation with roots are cleared. All soft patches shall be
removed and filled with selected soil/earth and consolidated. Exposed
soil/earth shall be consolidated properly to obtain 95% of maximum
laboratory dry density of the soil.
ii. Approved filling material shall be uniformly spread in layers not
exceeding 20 cms in loose depth. All clods, lumps, etc shall be broken
before consolidation.
iii. Successive layers of filling shall not be placed until the layer under
construction has been thoroughly compacted to satisfy the requirements
laid down in these specifications.
iv. The contractor shall give the samples of the earth he proposes to use for
back filling for testing, if required or directed by the Engineer-in-
Charge along with the following characteristics of the soil/earth.
v. Only earth having plasticity index less than 20 shall be used.
vi. Soil/earth having laboratory maximum dry density of less than 1500 kg
per cubic meter shall not be used.
vii. If the layer fails to meet the required density it shall be reworked or the
materials shall be replaced and method of compaction altered as
directed by the Engineer-in-Charge to obtain the required density.
viii. If any test indicates less than the specified degree of compaction the
Engineer-in-Charge may require all the fill placed; subsequent to the
latest successfully tests to be removed and compacted and compaction
procedure to be done once again to obtain satisfactory density.
ix. The contractor shall perform all necessary tests to determine optimum
moisture content and the degree of compaction. He shall furnish the
results to the Engineer-in-Charge.
x. Prior to rolling, the moisture content of the material shall be brought to
within +2% of the optimum moisture content as described in IS-2720
(part VIII). The moisture content shall preferably be on the wet side for
potentially expansive soil/earth. After adjusting the moisture content as
described in this clause, the layers shall be thoroughly compacted by
means of rollers till 95% of maximum laboratory dry density is
obtained.
xiii. If the layer fails to meet the required density it shall be reworked or the
materials shall be replaced and method of compaction altered as
directed by the Engineer-in-Charge to obtain the required density.
xiv. The embankment shall be finished to the alignment levels and grades,
cross sections, dimensions shown in the drawings or as directed.
xv. If sand filling is specified in the tender for filling the trenches, plinth or
foundations the sand used shall be hard, free from inorganic materials
and deleterious materials and approved by the Engineer-in-Charge.
Filling shall be carried out in layers not exceeding 15 cms in loose
depth and flooded and tamped till it meets the approval of the
Engineer-in-Charge.
x. The contractor shall perform all necessary tests to determine optimum
moisture content and the degree of compaction. He shall furnish the
results to the Engineer-in-Charge.

1.6 SHORING/STRUTTING/TIMBERING:

i. When the depth of foundation or pipe trench is great and the soil/earth
is soft and generally for depths more than 1.5 m. Stepping, sloping and
or panelling and strutting of sides shall be done as directed by the
Engineer-in-Charge. The decisions regarding the positions and depths
at which and what type of precautions are to be provided shall be
decided by the Engineer-in-Charge.
ii. It shall be the responsibility of the contractor to take all necessary
precautions or steps to prevent the sides of trenches from collapse. The
contractor shall be responsible to make good any losses or damages
caused to execute works, life and property due to his negligence.
iii. Deep excavation shall be inspected after every rain, storm, or other
hazards and if necessary the precautions required shall be augmented.
iv. Planking and strutting shall be either “Close” or “Open” type
depending upon the nature of the soil/earth and depth of excavation etc.
v. The timbering shall be of sufficient strength to resist earth pressure and
ensure safety to the adjoining property and to persons. Where the
excavation is subjected to vibrations due to machinery, vehicles, rail
traffic, blasting and other sources, additional bracings shall be
provided.
vi. Generally the specifications and sizes and spacing of sheeting, walers
and struts used for timbering of different depths shall be as given in the
IS: 3764-1965 Safety code for excavation work unless otherwise
specified in the tender else where. Shoring shall extend 30 cms, above
the vertical sides.
vii. Withdrawal of timbering shall be done very carefully to prevent
collapse of the sides of excavation and any damage to the work
executed.
viii Open timbering shall be provided wherever the Engineer-in-Charge
directs, where the trenches are not close to any buildings/property/
structures. In open timbering the trench shall be protected by covering
1/3 the surface area by planks.

1.7 IMPORTANT NOTE:

1. The bottom of Excavation shall be trimmed to the required levels and when
carried below such levels, by error, shall be brought to level by filling with
lean concrete of grade 1:4:8 or as specified at the contractor‟s cost and
nothing extra shall be paid to the contractor on this account.
2. The contractor shall be responsible for assumptions and conclusions that he
may make regarding the nature of materials to be excavated and the difficulty
in making and maintaining the required Excavation and performing the work
required as shown on the drawing and in accordance with these
specifications. Cofferdams, sheeting, shoring, bracking, draining, dewatering,
etc. shall be furnished and installed as required and the cost thereof shall be
included in the rate quoted for the item of excavation. The contractor shall be
held responsible for any damage to any part of the work and property caused
by collapse of sides of Excavation. Materials may be salvaged if it can be
done with safety for the work and structures, as approved by the Engineer-in-
Charge. However, no extra claim shall be entertained for material not
salvaged or any other damage to contractor‟s property as a result of the
collapse. He shall not be entitled to any claim for re-doing the excavation as a
result of the same.
3. The excavation for foundations shall be carried out carefully, creating least
disturbance to the founding stratum. The founding stratum should be blended
by the concrete layer immediately after exposure so that it does not loose its
strength on exposure to air and water.
4. Where excavation requires bracing, sheeting, or shoring etc, the contractor
shall submit to the Engineer-in-Charge, drawings showing arrangement and
details of proposed installation, and shall not proceed until he has received
approval from the Engineer-in-Charge.
5. The contractor shall have to constantly pump out the water collected in pits
due to rainwater, springs etc. and maintain dry working conditions.
6. For the purpose of excavation in earthwork, all types of soil including kankar,
murrum, single and boulders without binding matrix are included.
7. All excavated material obtained as a result of over excavation for which
payment shall not be made, and that shall also be transported and disposed off
as directed and at places shown by the Engineer-in-Charge, at no extra cost to
the department within plot boundary.
8. All excavated materials obtained from excavation shall remain in the
department‟s property. The useful portion as decided by the Engineer-in-
Charge, shall be separated from the useless ones and deposited in regular
stacks at places indicated and as directed by the Engineer-in-Charge.
9. In no case the excavated soil shall be stacked upto a distance of 1.5 m from
the edge of excavation or one-half the depth of excavation whichever is more.
10. Some of the important relevant applicable codes for this section are-
IS: 1200 - (Part-I)-Method of measurement of building works, civil
engineering works and earthwork.
IS: 3764 - Safety -code for excavation work.
IS: 4701 - Code of practice for earthwork on canals.
11. Cradle and Manholes for collection sewer line shall be as per CPHEEO
Manual.
2.0 PLAIN CEMENT CONCRETE:

2.1 GENERAL:

Aggregate shall be of inert materials and shall be clean, dense, hard, sound
durable, non-absorbent and capable of developing good bond with mortar.
Coarse aggregate shall be of hard broken stone or granite or similar stone free
from dust dirt and other foreign matters. The stone ballast shall conform to
UP Jal Nigam, UP PWD specifications.
Fine aggregate shall be of coarse sand consisting of hard, sharp and
angular grains and shall‟ pass through screen of 4.75 mm IS Sieve. Sand shall
be of standard specifications, clean and free from dust, dirt and organic
matters. Fine aggregate may also be crushed stone.
Ordinary Portland cement of 43/53 grade as per IS: 8112 shall be
used. It shall have the required tensile and compressive stresses and fineness.
Water shall be clean and free from alkaline and acid matters and suitable for
drinking purposes.
The proportion of concrete shall be 1:3:6 (Cement: Fine Aggregate:
Coarse Aggregate) by unless otherwise specified. Minimum compressive
strength of concrete of 1:3:6 proportion shall be as per IS: 456 2000 or its
latest revision.
Stone aggregate sand and cement shall be mixed as per UP Jal
Nigam, UP PWD specifications. All materials shall be dry. If damp sand is
used, compensation shall be made by adding additional sand to the extent
required for the bulking of damp sand. Mixing shall be of machine mixing
type. Hand mixing shall not be permitted.
Appropriate quantity of water required for cement may be taken as
spacified in IS 456-2000 or its latest amedment. For concrete compacted by
mechanical vibrations the quantity of water shall be reduced by 20%.

2.2 MACHINE MIXING:

Stone ballast, sand and cement shall be put into the cement concrete mixer to
have the required proportion. For concrete of 1:2:4 proportion, first four
boxes of stone ballast, then two boxes of sand and then one bag of cement
shall be put into the C.C. Mixer, the machine shall then be revolved to mix
materials dry and then water shall be added gradually to the required
quantity, 25 to 30litres per bag of cement to have the required water cement
ratio. The mixing shall be thorough to have a plastic mix of uniform colour. It
requires 1.5 to 2 minutes rotation for thorough mixing. Mixed concrete shall
be unloaded on a masonry platform or on a sheet iron. Output of concrete
mixer is 15 to 20 mix per hour.
Regular slump test shall be carried out to control the addition of
water and to maintain the required consistency.
Formwork centering and shuttering shall be provided as required, as
per standard specifications before laying concrete to continue to support or to
keep the concrete in position.
Concrete shall be laid gently (not thrown) in layers not exceeding 15
cm and with mechanical vibrating machine until a dense concrete is obtained.
(For important work mechanical vibrating shall be used for thick or mass
concrete immersion type vibrators and for thin concrete surface vibrators
shall be used for compacting concrete). Over vibration will separate coarse
aggregate from concrete and shall be avoided. After removal of the formwork
in due time the concrete surface shall be free from honey combing, air holes
or any other defect.
Concrete shall be laid continuously, if laying is suspended for rest or
for the following day the end shall be shuttered and vibrated to achieve dense
concrete and made rough after de-shuttering for further jointing. When the
work is resumed, the previous portion shall be roughened, cleaned and
watered and a grout of neat cement shall be applied and the fresh concrete
shall be laid. For successive layer the upper layer shall be laid before the
lower has set.
After about 2 hours laying when concrete has begun to harden, it
shall be kept damp by covering with wet gunny bags or wet sand for 24
hours, and then cured by flooding with water, making mud walls 7.5 cm high
or by covering with wet sand or earth and kept damp continuously for 15
days. If specified, curing may be done by covering concrete with special type
of waterproof paper as to prevent water escaping or evaporating.
Plain cement concrete shall be provided for leveling courses,
foundations, pipe bedding or at other places wherever indicated in the
drawings/directed by the Engineer-in-Charge. Grade and thickness of all PCC
works shall be as mentioned in the drawings.
The proportion of the concrete, size of the aggregate shall be as
specified in the drawings and technical specifications approved by Engineer-
in-Charge.
While placing concrete directly on the soil for foundations etc. all the
loose material shall be removed. The surfaces shall be trimmed and well
consolidated.
The material specifications, mixing, placing of concrete compaction,
curing, removal of the form work shall all be done as specified for reinforced
cement concrete in the section of this tender document. The clauses provided
therein shall also equally apply for this item of work to the extent relevant.
The rates quoted shall include supply of material, labour, tools and
plant, water, mixing platforms, curing, supplying, erecting and dismantling of
all form works as required.

2.3 TESTING AND ACCEPTANCE:

The sampling of concrete making the test specimens, curing and testing
procedures etc. shall be in accordance with IS: 1199, IS: 3085 and IS: 516,
the size of specimen being 15 cm cubes. Normally only compression tests
shall be performed in accordance with IS: 516.
For each grade of concrete and for each 8 hours of work or portion
thereof the following samples shall be taken.
At least six specimens shall be taken from the first 15.0 m3 or part
thereof and three of these shall be tested at 7 days and the remaining at 28
days. Four additional specimens shall be taken from each additional 15.0 m
of concrete or portion thereof of which 2 specimens shall be tested at 7 days
and the remaining at 28 days.
To control the consistency of concrete from every mixing plant
slump tests, and/or compacting factor tests in accordance with IS: 1199 shall
be carried out by the contractor every two hours or as directed by the
Engineer-in-Charge. Slumps corresponding to the test specimens shall be
recorded for reference. The acceptance criteria of concrete shall be in
accordance with IS: 456-2000.
Concrete work found unsuitable for acceptance shall have to be
dismantled and replacement is to be done as per specifications by the
contractor. No payment for the dismantled concrete, the relevant formwork
and reinforcement embedded fixtures etc. shall be paid. In the course of
dismantling if any damage is done to, the embedded items or adjacent
structures the same shall be made good free of charge by the contractor to
the satisfaction of the Engineer-in-Charge.

3.0 BRICK MASONRY:

3.1 GENERAL

All bricks shall be of class designation 10 or best locally available approved


by Engineer-in-Charge made of good brick earth thoroughly burnt, and shall
be of deep cherry red or copper colour. Bricks shall be regular in shape and
their edges shall be sharp and shall emit clear ringing sound on being struck
and shall be free from cracks, chips, flaws and lumps of any kind. Bricks
shall not absorb water more than one sixth .of their weight after one hour of
soaking by immersing the water. Bricks shall have a minimum crushing
strength of 105 kg/cm² (10.5 N/mm2).

Bricks shall be fully soaked in clean water by submerging in a tank for a


period of 12 hours immediately before use. Soaking shall be continued till air
bubbling is ceased.

Bricks shall be well bonded and laid in English bond unless otherwise
specified. Every course shall be truly horizontal and wall shall be truly in
plumb. Vertical joints of consecutive course shall not come directly over one
another, vertical joints in alternate course shall come directly over one
another. No damaged or broken bricks shall be used. Closers shall be of
clean-cut bricks and shall be placed near the ends of walls but not at the other
edge. Selected best-shaped bricks shall be used for face work. Mortar joints
shall not exceed 6 mm in thickness and joints shall be fully filled with mortar.
Bricks shall be laid with frogs upwards except in the top course where frogs
shall be placed downward. Brickwork shall be carried out not more than 1.2m
height at a time. When one part of the wall has to be delayed, stepping shall
be left at an angle of 45º. Corbelling or projections where made shall not be
more, than X brick projections in one course. All joints shall be raked and
faces of wall cleaned at the end of each day‟s work.

These specifications deal with all types of brickwork required for buildings,
manholes, drains, retaining walls or any construction made out of bricks.

3.2 MATERIALS:

3.2.1 BRICKS:

Bricks used for the construction of brick masonry shall be hard, rectangular
in shape and size and well burnt of uniform deep red, cherry or copper colour
and shall confirm to IS: 1077-1986.

The bricks shall be brought from approved brick kilns. The bricks shall be
free from cracks, chippings, flaws, stones or lumps of any kind. The bricks
shall not show any signs of efflorescence and shall be homogeneous in
texture.

They shall emit a clear metallic ringing sound on being struck and shall have
a minimum compressive strength of 10.5 N/mm2 equivalent to 105 kg/cm².
They shall not absorb more than 20% of its dry weight when soaked in cold
water for 24 hours or otherwise specified in the Indian Standard
Specification.

3.2.2 MORTAR:

The proportion of the cement mortar used for the masonry work shall be as
specified on the various drawings for different places/types of construction,
specifications for each part of the work.

For cement mortar fresh Portland cement of standard specifications shall be


used. Sand shall be sharp, clean and free from organic and foreign matters.
For rich mortar coarse or medium sand shall be used and for weak mortar
local fine sand may be used. Materials of mortar shall be measured to have
the required proportion with measuring box and first mixed dry to have a
uniform colour in a dean masonry platform and then mixed by adding clean
water slowly and gradually to have workable consistency and mixed
thoroughly by turning at least three times. Fresh mixed mortar shall be used,
old and stale mortar shall not be used and mortar for an hour work only shall
be mixed with water so that the mortar may be used before setting starts.

Coarse sand is mixed with the required quantity of cement for the preparation
of the mortar. Mortar shall be prepared in accordance with IS: 2250-1981.
The sand used for the masonry mortar shall meet the requirements as
specified in IS: 2116-1980. For masonry mortars, sand and cement of
required proportions are mixed in small quantities in a dry state first and then
water is added to make the mortar of required consistency suitable for the
type of work for which it is required as directed by the Engineer-in-Charge.
No left over mortar shall be used and therefore only that much quantity of
mortar that can be consumed within 30 minutes shall be mixed in batches.

3.2.3 SAND:

Grading of sand for use in Brick Masonry Mortar should be as follows:

IS Sieve Designation Percentage passing by mass


4.75 mm 100
2.36 mm 90 to 100
1.18 mm 70 to 100
600 micron 40 to 100
300 micron 5 to 70
150 micron 0 to 15

3.3 CONSTRUCTION:

The brick masonry shall be constructed as per the Indian Standard Code of
Practice for Brick Work IS: 2212-1962. The thickness of the joints shall not
be thicker than those specified in para 5.4 of the above Code of Practice.

The bricks shall be thoroughly soaked in water before using them on the
work for at least twelve hours and all the air bubbles shall come out during
soaking process. The soaked bricks shall be stacked on wooden
planks/platforms so as to avoid sticking of the earth and other materials on to
the surfaces of bricks. Bricks required for construction in mud mortar or lime
mortar shall not be soaked. Brickwork shall be laid in English Bond unless
otherwise specified. Half bricks shall not be used except when needed to
complete the bond. Each course shall be perfectly straight and horizontal. The
masonry shall be true to plumb in case of vertical walls and in case of
battered construction the batter or slope shall be truly maintained. The level
of the courses completed shall be checked at every one meter interval or less
as required.

The bricks shall be laid frogs upwards. While laying the bricks they shall be
thoroughly bedded and flushed in mortar and well tapped into position with
wooden mallets and superfluous mortar shall be removed.

No part of the structure shall be raised more than one meter above than the
rest of the work. In case it is unavoided the brickwork shall be raked back at
an angle of not more than 45 degrees so as to maintain a uniform and
effectual bond, but raking shall not start within 60 cms from a corner.
In case of construction of buttresses, counterforts, returns they are built
course by course carefully bound into the main walls.

At all junctions of walls the bricks at alternate courses, shall be carried into
each of the respective walls so as to thoroughly unite both the walls together.
The brickwork shall not be raised more than 14 courses per day.

All the beds and joints shall be normal to the pressures applied upon them Le
horizontal in vertical walls, radial In arches and at right angles to the face in
battered retaining walls.

Vertical joints in alternate courses shall come directly one over the other and
shall be truly vertical. Care shall be taken to ensure that all the joints are fully
fitted up with mortar, well flushed up where no pointing is proposed, nearly
struck as the work proceeds. The joints in faces which are plastered or
painted shall be squarely raked out to a depth not less than 12 mm while the
mortar is still green. The raked joints shall be well brushed to remove the
loose particles and the surfaces shall be cleaned with a wire brush so as to
remove any splashes of mortar sticking to the surfaces during the
construction.

All iron fixtures, pipes, bolts, conduits, sleeves, holdfasts etc. which are
required to built into the walls shall be embedded in cement mortar or cement
concrete as shown in the drawings/indicated in the specifications/directed
during the execution by the Engineerin-Charge as the work proceeds and no
holes be left for fixing them at a later date unless authorized by the Engineer-
in-Charge.

3.4 CURING:

Green work shall be protected from rain by covering the work suitably.
Masonry work as it progresses shall be thoroughly kept wet by watering on
all the faces for atleast 10 (Ten) days after completion of the parts of the
work. Proper watering cans, flexible pipes, nozzles shall be used for the
purpose in case of fat lime mortar curing shall start two days after
construction of masonry and shall continue for seven days. No additional
payment is admissible for curing and the rates quoted are deemed to be
inclusive of the cost of curing.
3.5 SCAFFOLDING:

Double scaffolding sufficiently strong so as to withstand all loads that are


likely to come upon it and having two sets of vertical supports shall be
provided. Where two sets of vertical supports are not possible the inner end
of the horizontal supporting pole shall rest in a hole provided in a header
course only. Only one header for each pole shall be left out. Such holes
however shall not be permitted in pillars less one meter in width or
immediately near the skew backs of arches. Such holes shall be filled up
immediately after removal of the scaffoldings. Safety Code for Scaffolds and
Ladders, IS: 3696-1987 (Parts I and II) shall be followed.

4.0 PLASTERING:

4.1 GENERAL:

Cement mortar used for plastering shall be of the mix proportions and
thickness as specified on the drawings or bill of quantities or particular
specifications for the various different parts of the works. The materials used
i.e. cement, sand and water shall be of the same quality and of the same
specifications as indicated for plain and reinforced cement concrete works
according to the specifications and approved by the Engineer-in-Charge.
Sand further shall meet the specifications as laid down in IS: 1542-1977
Specification for sand for plaster.

For the purpose of indicating the suitability for use, the sand is classified as
Class A and Class B in accordance with the limits of grading. Class A sand
shall be used generally for plastering and when they are not available, Class
B sand may be used with the approval of Engineer-in-Charge.

The sand for preparation of mortar for plastering shall confirm to the
following gradation:

Percentage by weight passing IS Sieve


Seieve Designation Class -A Class-B
4.75 mm 100 100
2.36 mm 90 to 100 90 to 100
1.18 mm 70 to 100 70 to 100
600 Microns 40 to 85 40 to 95
300 Microns 50 to 50 10 to 65
150 Microns 0 to 10 0 to 15

Surface that are to be applied with plaster shall be thoroughly cleaned to


remove dust, dirt, loose particle, oil, soil, salts etc, that may be sticking to the
surfaces. The surfaces shall be washed, clean and watered properly for 4
hours before applying plaster. Plaster shall not, in any case, be thinner than
specified. It shall have uniform specified thickness. When smooth finishing is
required the cement plastering shall be floated over with neat cement within
15 minutes after application of the last coat of plastering. The plaster shall be
protected from the sun and rain by such means as the Engineer-in-Charge
may approve.
The plastered surface shall be cured for 10 (ten) days. Construction joints in
plastering shall be kept at places approved by the Engineer-in-charge. When
the thickness of the plaster specified is to be made up in more than one layer
the second layer shall be applied only when the lower coat is still green.
Wherever specified approved brands of additives like water proofing
compounds are to be be added in specified quantities as recommended by the
manufacturer of the compound or as directed by the Engineer-in-Charge.

Wherever scaffolds are necessary for plastering they shall be provided as


specified for scaffolds under clause 3.2.2. Stage scaffolding shall be provided
for ceiling plaster.

To ensure even thickness and true surface, patches of plaster about 15 cm x


15 cm shall be first applied both horizontally and vertically 2.0 m apart.
Plastering shall be done. from top of bottom and care shall be taken to avoid
joints on continuous surface.

In case any other finish like rough cast finish or dry dash finish is specified in
the drawings the small shall be provided as directed by the Engineer-in-
Charge.

Surface which is to be plastered shall be roughened while they are still green
or raked so as to give proper bond between the surface and plaster.

All corners junctions shall be truly vertical or horizontal as the case may be
and carefully finished. Rounding or chamfering of corners shall be carried out
with proper templates to the required size and shapes.

The work shall be tested frequently with a straight edge and plumb bob. At
the end of the day the plaster shall be left cut clean to line. When the next
days plastering is started the edge of the old work shall be scrapped, cleaned
and wetted with cement slurry. At the end of the day the plastering shall be
closed on the body of the wall and not nearer than 15 cm to any corner.

Curing shall be started as soon as the plaster has hardened sufficiently not to
be damaged when watered. The plaster shall be kept wet for at least 10 days.
Any defective plaster shall be cut in rectangular shape and replaced.

5.0 REINFORCED CEMENT CONCRETE AND ALLIED WORKS:

5.1 GENERAL:

In general RCC work is to be executed as per IS : 456-2000 or its latest


revision. The water storage tanks/reservoirs shall be followed by IS : 3370
Part I to IV & latest revision. Steel reinforcement bars shall be of High Yield
Strength Deformed (HYSD) steel bars as per IS: 1786 and shall be free from
corrosion, loose rust scales, oil, grease, paint, etc. Wire mesh or fabric shall
be in accordance with IS: 1566. The steel bar shall be capable of being bent
without fracture. Bars shall be bent accurately and placed in position as per
design and drawing and bound together tight with 20 SWG annealed steel
wire @ 10 kg/ton of reinforcement at their point of intersection.

Formwork and shuttering shall be made with steel plate close and tight to
prevent leakage of mortar, with necessary props, bracings and wedges,
sufficiently strong and stable and should not yield on laying concrete and
made in such a way that they can be slackened and removed gradually
without disturbing the concrete.

The grade of concrete to be used shall be as mentioned in


specifications/shown on drawings. Mixing is to be done in the same manner
as in PCC. Minimum compressive strength of 15 cm cubes at 7 and 28 days
after casting should be in accordance with IS: 516

The coarse aggregate shall usually be 20 mm to 6mm gauge unless otherwise


specified. For heavily reinforced concrete members as in the case of ribs of
main beams the maximum size of aggregate should usually be restricted to 5
mm less than the minimum clear distance between the main bars or 5 mm less
than the minimum cover to the reinforcement whichever is smaller.

Before laying the concrete, the shuttering shall be clean, free from dust, dirt
and other foreign matters. The concrete shall be deposited (not dropped) in its
final position. In case of columns and wall, it is desirable to place concrete in
full height if practical so as to avoid construction joints but the progress of
concreting in the vertical direction shall be restricted to 1.2 metre. Care
should be taken that the time between mixing and placing of concrete shall
not exceed 20 minutes so that the initial setting process is not interfered with.
During the winters concreting shall not be done if the temperature falls below
4ºC.

Concrete shall be compacted by mechanical vibrating machine until a dense


concrete is obtained. The vibration shall continue during the entire period of
placing concrete. Compaction shall be completed before the initial setting
starts i.e. within 30 minutes of addition of water to the dry mixture. Over-
vibration which will separate coarse aggregate from concrete shall be
avoided. After removal of the form work in due time, the concrete surface
shall be free from honey combing, air holes or any other defect.

Concrete shall be laid continuously, if laying is suspended for rest or for the
following day the end shall be shuttered and vibrated to achieve dense
concrete and made rough after deshuttering for further jointing. When the
work is resumed, the pervious portion shall be roughened, cleaned and
watered and a grout of neat cement shall be applied and the fresh concrete
shall be laid. For successive layer the upper layer shall be laid before the
lower has set.

5.2 FORMS, FALSE WORK OR CENTERING:

5.2.1 DEFINITIONS:

“Forms, formwork or shuttering” shall include all temporary moulds for


forming the concrete to the required shape, together with any special lining
that may be required to produce the concrete finish specified.
“False work or centering” shall consist of furnishing, placing and removal of
all temporary construction such as forming, props and struts required for the
support of forms.

5.2.2 MATERIALS:

Steel shuttering shall be provided as directed by the Engineer-in-Charge.


5.2.3 FORMS:

All forms shall be of mild steel approved by the Engineer-in-Charge and shall
be fabricated and prepared water tight and of sufficient rigidly to prevent
distortion due to the pressure of the concrete and other incidental loads
incident to the construction operations.

All form shall be set and maintained true to the line designated until the
concrete is sufficiently hardened. Forms shall remain in place for periods
which shall be specified hereinafter. When forms appear to be unsatisfactory
in any way, either before or during the placing of concrete, the Engineer-in-
Charge shall order to stop the work until the defects have been corrected.

All formwork shall be approved by the engineer-in-charge before concrete is


placed within it. The contractor shall be required to submit copies of his
calculations of the strength and stability of the formwork or false work but
not withstanding the Engineer-in-Charge‟s approval of these calculations,
nothing shall relieve the contractor of his responsibility for the safely or
adequacy of the formwork.

Formwork shall be true to line and braced and strutted 10 prevent


deformation under the weight and pressure of the unset concrete,
constructional load, wind and other forces. The deflection shall not exceed 3
mm. Beam bottom shall be erected with an upward chamber of 2 mm per
meter of the span. The form work for a column may be erected.

One side shall. be left open and shall be built up in sections as placing of the
concrete proceeds. Before placing the concrete, bolts and fixtures shall be in
.position, and cores and other devices, used for forming openings, holes,
chases, recesses and other cavities shall be filled to the formwork. No holes
shall be cut in any concrete unless approved. Approved mould oil or other
material shall be applied to faces of formwork in contact with unset concrete
to prevent adherence of the non-staying concrete. Such coating shall be
insoluble in water, non-staying and non detrimental to the concrete and shall
not be flaky or removed by wash water.

5.2.4 TOLRENCE IN FINISHED CONCRETE:

The form work shall be so made as to produce a finished concrete true to


shape, lines, level, plumb and dimensions as shown in the drawing subject to
the following tolerances, unless otherwise specified in drawings or directed
by the Engineer-in-Charge.

For Deviation from specified Dimensions of cross-section of columns and


beams- ( - ) 06mm To ( + ) 12mm

Deviations of dimension of plane-


( - ) 12mm To ( + ) 50mm
Eccentricity = 0.02 times the width of footing in the
direction of deviation but not more than
50 mm
Thickness = +/- 0.05 times the specified thickness
Note: Tolerences applied to concrete dimensions only, not to positioning of
vertical reinforcing steel or dowels.

5.2.5 FALSE WORK AND CENTERING:

Detailed plans for false work or centering shall be supplied by the contractor
if specifically asked for by the Engineer-in-Charge at least 14 days in
advance of the time the contractor begins construction of the false work. Not
withstanding the approval by the Engineer-in-Charge of any designs for false
work submitted by the contractor, the contractor shall be solely responsible
for the strength, safety and adequacy of the false work or centering.

All false work shall be designed and constructed to provide the necessary
rigidity and to support the loads from the weight of green concrete and
shuttering and incidental construction loads.

False work or catering shall be founded upon a solid footing safe against
undermining and protected from softening.

False work which cannot be founded on satisfactory footing shall be


supported on piling which shall be spaced, driven and removed in a manner
approved by the Engineer-in-Charge. The Engineer-in-Charge may require
the contractor to employ screw jacks or hardwood wedges to make up any
settlement in the formwork either before or during the placing of concrete.
Props of the upper storey shall be placed directly over those in the storey
immediately below.

False work shall be set to give the finished structure the required grade and
camber specified on the plans.

5.2.6 FORMWORK AND CONSTRUCTION JOINTS:

Where permanent or temporary joints are to be made in horizontal or inclined


members, stout stopping off boards shall be securely fixed across the mould
to form a watertight joint. The form of the permanent construction joint shall
be as shown on the drawings. Temporary construction joints shall have
blocks of timber at least 75 mm thick, slightly tapered to facilitate withdrawal
and securely fixed to the face of the stopping off board. The area of the key
or keys so formed shall be atleast 30% the area of the member. The blocks
shall be kept back atleast 50 mm from the exposed face of the concrete.

Where reinforcement passes through the face of a construction joint the


stopping off board shall be drilled so that the bars can pass through, or the
board shall be made in sections which a half round indentation in the joint
faces for each bar so that when laced, the board is a neat and accurate fit and
no grout leaks from the concrete through the bar holes or joints.

5.2.7 REMOVAL OF FORMS AND FALSE WORK:

In the determination of the time for the removal of forms, falsework and
housing, consideration shall be given to the location and character of the
structure, the weather and other conditions influencing the settings of the
concrete and the materials used in the mix.
MS shuttering/formwork and scaffolding should be of standard reputed make
to ensure better quality of concrete finish.

Forms shall be removed in such a manner as not to injure the concrete and no
formwork shall be removed before the concrete has sufficiently set and
hardened. The minimum periods which shall elapse between the placing and
compacting of normal Portland cement concrete for the various parts of the
structures are given in the following table, but compliance with these
requirements shall not relieve the contractor of the obligation to delay the
removal of the forms if the concrete has not set sufficiently hard.

Forms shall not be struck until the concrete has reached strength at least twice
the stress to which the concrete may be subject at the time of removal of
formwork. In normal circumstance, generally where the temperatures are
above 20ºC and where ordinary Portland cement is used, form may generally
be removed after the expiry of the following periods, according to IS:456-
2000. But where sulphate resistant cement is used, manufacturers instructions
are to be followed.

Walls columns and vertical faces 24 to 48 hours as


1. of all structural members may be decided
by the engineer-
in-charge
2Slabs (Props left under) 03 days
.
Beam soffit (props left under) 07 days

Removal of props under slabs


1. Spanning upto 4.5m 07 days
2. Spanning above 4.5 m 14 days
Removal of props under beams and
arches 14 days
1. Spanning upto 4.5m 21 days
2. Spanning above 4.5 m

The Engineer-in-Charge may modify these requirements taking into account


the type of cement and method of compaction used, and contractor shall
obtain the Engineer-in-Charge‟s written approval for any decrease in time of
stripping of the formwork given above. The contractor shall notify the
Engineer-in-Charge when he proposes to stripe of any formwork and no
formwork shall be struck except in the presence of the Engineer-in-Charge or
his representative.

5.2.8 REUSE OF FORMS:

Only mild steel formwork of best quality as per approved vendor list given by
Engineer-in-Charge shall be used for concreting purpose. These shuttering
shall not be reused unless it is properly scraped cleaned and repaired, so that
it gives a plane, even, fair and dense concrete surface.

5.2.9 CLEANING AND TREATMENT OF FORMS:

All forms shall be thoroughly cleaned of old concrete, wood shavings,


sawdust, dirt and dust sticking to them before these is fixed in position. All
rubbish, loose concrete, chippings, shavings, saw dust etc. should be
scrupulously removed from the interior of the forms before concrete is
poured. Wire brushes, brooms, compressed air jet and/or water jet etc. shall
be kept handy for cleaning, if directed by the Engineer-In-Charge.

Before formwork is placed in position, the form surface that will be in contact
with concrete shall be treated with approved non-staining oil or composition,
which is insoluble in water and not injurious to concrete. Care shall be taken
that the oil or composition does not come in contact with reinforcing steel or
stain the concrete surface. Burnt oil shall not be allowed to be used especially
where the concrete surface will require finishing and/or plaster.
5.3 MATERIALS FOR CONCRETE:

5.3.1 WATER:

Water used for cement concrete mortar, plaster, grout, curing or washing of
sand shall be clear and free from injurious amount of Oil, Acid, Alkali,
Organic matter or other harmful substances in such amounts that may impair
the strength or durability of the structure.

Potable water shall generally be considered satisfactory for mixing and curing
concrete. In case of doubt regarding development of strength, the suitability
of water for making concrete shall be ascertained by compressive strength
and initial setting time specified in the IS: 456 Code of Practice for Plain and
Reinforced concrete. The Engineer-in-Charge may require the contractor to
get the water tested from an approved laboratory at his own expense and in
case the water contains any salts for an excess of acid, alkali, any injurious
substances etc., the Engineer-in-Charge may refuse its use. And the
contractor shall be required to arrange suitable water at his own cost.

5.3.2 AGGREGATE:

Coarse and Fine Aggregates for concrete shall confirm in all respect to PWD
Specification / IS: 383 Specification for Coarse and Fine Aggregates from
Natural Sources for Concrete. Aggregates shall be obtained from a source
known to produce satisfactory material for concrete. Aggregates shall consist
of naturally occurring sand and gravel or stone, crushed or uncrushed or a
combination thereof. They shall be chemically inert, hard strong, dense,
durable, clean and free from veins and adherent coatings and of limited
porosity. Flaky and elongated pieces shall not be used. Whenever required by
the Engineer-in-Charge the aggregates shall be washed by the Contractor
before use in the work.

The source of aggregates shall be approved by the Engineer-in-Charge and


shall not be changed during the course of the job without his approval.
Rejected aggregates shall be promptly removed from the work site by the
contractor at his own expense.

Aggregates shall not contain any harmful material, such as iron pyrites, coal,
mica, shale or similar laminated materials, clay, alkali, soft fragments, sea
shells, organic impurities etc, in such quantities as to affect the strength or
durability of the concrete and in addition to the above, for reinforced
concrete, any material which might cause corrosion of the reinforcement.
Aggregates which are chemically reactive with the alkalis of cement shall not
be used.
The maximum quantities of deleterious materials in the aggregate, shall be in
accordance with IS: 2386 (Part II). Methods of Test for Aggregates for
Concrete, shall not exceed the limit given in IS: 383.

The sum of the percentages of all deleterious materials shall not exceed five.
Deleterious materials also include material passing 75 micron IS sieve.

5.3.2.1 COARSE AGGREGATE:

Coarse aggregate is aggregate most of which is retained on 4.75 mm IS:


sieve. Coarse aggregate for concrete shall conform to IS: 383.

These may be obtained from crushed or uncrushed gravel or stone and shall
be clean and free from elongated, Flaky or laminated pieces, adhering
coatings, clay lumps, coal residue, clinkers, slag, alkali, mica, organic matter
or other deleterious matter. Coarse aggregate shall be either in single size or
graded, in both cases the grading shall be within the limits as per IS 383.

5.3.2.2 FINE AGGREGATE:

Fine aggregates is aggregate most of which passes 4.75 mm IS sieve but not
more than 10% passes through 150 micron IS Sieve. These shall comply with
the requirements of grading zones I, II and III as per IS: 383. Fine aggregate
conforming to grading zone IV shall not be normally used in reinforced
concrete unless tests have been made by the contractor to ascertain the
suitability of the proposed mix proportions and approved by the Engineer-in-
Charge.

Fine aggregates shall consist of natural sand resulting from natural


disintegration of rock and which has been deposited by streams or glacial
agencies, or crushed stone sand or crushed gravel sand.

5.3.2.3 SAMPLING AND TESTING:

Sampling and testing shall be carried out by the contractor, at the contractor‟s
expense, in accordance with:

IS: 516 - Methods of Test for Strength of concrete.

IS: 2386 - Methods of Test for Aggregates for concrete.

5.3.2.4 STORAGE OF AGGREGATES:

The contractor shall at all times maintain at the site of work such quantities of
aggregates as are considered by the Engineer-in-Charge to be sufficient to
ensure continuity of work.
Each type and grade of aggregate shall be stored separately on hard firm
ground having sufficient slope to provide adequate drainage to rain water.

Any aggregate delivered to site in a wet condition or becoming wet at site due
to rain shall be kept in storage for at least 24 hours to obtain adequate
drainage, before it is used for concreting, or the water content of mix must be
suitably adjusted as directed by Engineer-in-Charge.
5.3.3 CEMENT:

The cement used shall be ordinary Porcilona or Portland cement conforming


to IS: 8112 or as specified in the particular specifications/drawings or as
directed by the Engineer-in-charge.

5.3.3.1 STORAGE OF CEMENT:

The cement shall be stored in a suitable weatherproof building and in such a


manner as to permit easy access for proper inspection and counting. The
cement shall be stored in such a manner as to prevent deterioration. Cement
of different types and brands shall be kept in separate stacks and marked
accordingly. Cement older than two months shall not be used on site.
All cement stored on the site shall be arranged in batches, and used in
the same order as received from the manufacturer. A cement register shall be
maintained at site in which all entries shall be completed day to day, showing
the quantities received date of receipt, source of receipt, type of cement etc,
and also the daily cement consumption on site. This register shall be
accessible to the Engineer-in-charge for his certification. The godown / room
in which cement shall be kept, shall be locked double; one of UPJN and
another of contractor.

5.3.3.2 REJECTION OF CEMENT:

The Engineer-in-charge may reject any cement as a result of any tests,


thereof, not withstanding the manufacturer‟s certificate. He may also reject
cement, which has deteriorated owing to inadequate protection during storage
from moisture or due to intrusion of foreign matter or other causes. Any such
cement which is considered defective by the Engineer-in-Charge shall not be
used, and shall be promptly removed from the site of the work by the
contractor at his own expense.

5.3.4 OTHER MATERIALS:

AI materials including admixtures, joint filters and joint sealants not fully
specified herein and which may be used in the work shall be of quality
approved by the Engineer-in-Charge and he shall have the right to determine
whether all or any of the materials offered or delivered for use in the works
are suitable for the purpose. Contractor shall give the samples of materials to
the Engineer-in-Charge and shall get them approved before procurement and
use.

5.3.5 REINFORCEMENT:

The reinforcement shall be High Yield Strength Deformed (HYSD) bars.


Grade Fe-415 conforming to IS: 1786-1985 shall be used unless otherwise
specified.Placement of reinforcement should be as per IS: 456.

All reinforcement shall be clean and free from pitting, loose mill scales, dust
and coats of paints. oil or other coating which may destroy or reduce the
bond.

Welding of joints in reinforcement for bars of 28 mm dia and below shall not
be allowed. However, in case of using welded joints for bars 32 mm and
above the approval of the Engineer-in-Charge shall be obtained. The
Engineer-in-Charge may require the Contractor, prior to the use of welded
joints to have tests carried out at he contractor‟s expense to prove that the
joints are of the full strength of the bars connected. The welding of the
reinforcement shall be done in accordance with the recommendation of IS:
2751 code of practice for welding of mild steel bars for reinforced concrete
construction. Special precautions are required in the welding of cold worked
reinforcing bars. No extra payment for welded joints shall be made to the
contractor unless specifically mentioned in the schedule of rates or bill of
quantities and approved by the Engineer-in-Charge. Tack welding may be
permitted by the Engineer-in-Charge under certain conditions for fixing
reinforcements.

Laps & anchorage length of reinforcing bars shall be in accordance with IS:
456, unless otherwise specified. If the bars in a lap are not of the same
diameter, the smaller dia will guide the lap lengths. Laps shall be staggered as
far as practicable and as directed by Engineer-in-Charge and not more than
50% of the bars shall be lapped at a particular section. Mechanical
connections, for splicing reinforcement bars in congested locations may be
used by the contractor, only if approved by the Engineer-in-Charge.
Reinforcement bars shall not be lapped unless the length required exceeds the
maximum available lengths of the bars at site.

Unless otherwise specified the splices shall be wired contact lap splices as per
the relevant standards. No splicing of vertical bars shall be allowed except at
specified or approved horizontal construction joints. Splices in horizontal
bars shall be lapped with atleast one continuous bar between adjacent splices.
The minimum spacing of splices in anyone run of bar shall be 6.0 m with
splices in adjacent bars offset at least 3.0 m where walls or slab contain two
layers of reinforcement, splices in opposite layer shall be offset by atleast
1.50m.

5.3.5.1 FABRICATION AND PLACEMENT:

Bars shall be pre fabricated accurately to dimensions, forms and shapes,


Bending procedure shall be approved by the Engineer-In-Charge. Placing and
typing of reinforcement shall conform to IS: 2502-1963 Code of practice for
bending and fixing of bars for concrete reinforcement. Bar bending schedules
for the reinforced concrete works shown on the drawings shall be prepared by
the contractors and furnished to the Engineer-in-Charge at least two weeks
before the commencement of bending. Dimensions shown as furnished by the
colletractor‟s shall be his responsibility and approval of the schedule shall not
constitute the approval of the dimensions thereon.

5.3.5.2 FIELD CONTROL:

The contractor shall appoint a qualified Engineer experienced in


reinforcement cutting, bending and placing the same correctly, binding and
cleaning before pouring the concrete. The reinforcement shall be
continuously kept in correct position during connections.

5.3.5.3 STRUCTURAL STEEL:

Structural steel shall conform to IS: 226 and IS: 2062. Electrodes for welding
shall conform to IS: 814 or IS: 815 or equivalent. All bolts and nuts shall
conform to IS: 1367. Stainless steel nuts and bolts shall be of SS 307 type.
All materials shall be of new and unused stocks. Manufacturer‟s test
certificate shall be made available to the Engineer-in-charge when called for.

5.3.5.4 STORAGE:

The steel reinforcement and structural steel shall be stored in steel yard in
such a way as to prevent deterioration and corrosion, preferably at least 150
mm above ground by supporting on wooden or concrete sleepers at
contractor‟s expenses.

5.4 CONCRETE WORK:

The determination of the water-cement ratio and proportions of the


aggregates to obtain the required strength shall be made from preliminary
tests by designing the concrete mix as per provisions laid down in IS: 456-
2000 & IS: 10262 or its latest revision. Design mix shall be admissible only if
contractor is able to manage the quality control of design mix e.g.
weighbridge, proper water measuring device etc. and designing the concrete
mix as and when source of any of the constitnent of concrete is changed. If
contractor fails to comply with the requirements of design mix concrete, he
shall have to follow the nominal mix as per IS 456-2000.

Cube tests shall be carried out by the contractor on the trail mixes before the
actual concreting operation starts. Based on the strength of the concrete mix
sanction for its use has to be obtained from Engineer-in-charge.

If during the execution of the works it is found necessary to revise the mix
because of the cube tests lower strengths than the required one due to
inconsistency of quality of material or otherwise, the Engineer-in-charge shall
ask for fresh trial mixes to be made by the contractor. No extra claim shall be
entertained due to such change in mix variations, as it is the contractor‟s
responsibility to produce the concrete of the required grade.

Great care shall be exercised when mixing the actual works concrete using
the proportions of the selected trial mix. The final concrete mix shall have the
same proportions of cement, fine and coarse aggregates and water as that of
the approved selected mix.

Where the weight of cement is determined by accepting the manufacturer‟s


weight per bag, a reasonable number of bags should be weighed separately to
check the next weight. Proper control of mixing water is deemed to be of
paramount importance. If mixers with automatic addition of water are used
water should be either measured by volume in calibrated buckets, tins or
weighed. All measuring equipment shall be maintained in a clean serviceable
condition and their accuracy periodically checked and certified and the
Engineer-in-Charge‟s approval obtained.

The Engineer-in-Charge may require the contractor to carry out moisture


content tests in both fine and coarse aggregates. The amount of the added
water shall then be adjusted to compensate for any observed variations in the
moisture contents. For the determination of moisture content IS: 2386 shall
be referred to.

No substitution in material, used on the work or alternation in the established


proportions shall be made without additional tests to show that the quality
and strength of concrete are satisfactory. No alternations shall be permitted
without the prior sanction of the Engineer-in-Charge.

5.4.1 MIXING OF CONCRETE:

The mixing of concrete shall be strictly carried out in an approved type of


mechanical concrete mixer. The mixing equipment shall be capable of
combining the aggregates, cement and water within the specified time into a
thoroughly mixed and uniform mass, and of discharging the mixture without
segregation. The entire batch shall be discharged before recharging. Mixing
periods shall be measured from the time when all of the solid materials are in
the mixing time has elapsed. The mixing time in no case shall be less than
two minutes. The mixer speed shall not be less than 14 and not more than 20
revolutions per minute.

Mixing shall be continued until there is a uniform distribution of the materials


and the mass is uniform in colour and consistency. Hand mixing of concrete
shall not be permitted at all.

5.4.2 GRADE OF CONCREETE:

The different grades of concrete shall conform to the strength as required by


IS: 456-2000. Standard deviation shall be calculated as stated in IS: 456-2000
and the acceptable criteria for concrete shall also be as per IS: 456-2000.

5.4.3 CONCRETE

In general design mix concrete shall be used conferming to IS: 456-2000. The
mix proportions for all grades of nominal mix concrete shall be provided
corresponding to the values specified in Table below for respective grades of
concrete.

Grade Proportion of cement Specified


Designation : fine aggregate: characteristic
coarse aggregate compressive strength
at 28 days (N/mm2)
M 15 1:2:4 15
M 20 1 : 1.5 : 3 20
M 25 1:1:2 25

The maximum water-cement ratio for all concrete works shall be as specified
in IS:456-2000 or as required by the Engineer-in-Charge.To keep the water
cement ratio to the designed value, allowance shall be made for the moisture
contents in both fine and coarse aggregates and determination of the same
shall be made as frequently as directed by the Engineer-in-charge.

5.4.4 CONTROLLED CONCRETE:

Controlled concrete shall be used on all concreting works except where


specified other wise.The mix proportions for all grades of concrete shall be
designed to obtain strengths corresponding to the values specified in Table
below for respective grades of concrete.
Specified characteristic
Grade of Concrete compressive strength at 28 days
[N/mm2]

M 15 15
M20 20
M25 25
M30 30

The maximum water cement ration for all controlled concrete works shall be
as specified in IS: 456 and Preliminary tests as specified in the IS code and
required by the Engineer shall be carried out, sufficiently ahead of the actual
commencement of the work with different grades of concrete, made form
representative sample of aggregates and cement expected to be used on the
job to ascertain the ratios by weight of cement, of total quantity of fine and
coarse aggregates and the water cement ration required to produce a concrete
of specified strength and desired workability.

The minimum cement content for each grade of concrete shall be as per Table
below. If the requirement of cement is found to be more than that specified
below then such excess quantites of cement shall be used and for which no
extra payment shall be made.

Minimum Cement Content In Concrete

Grade of Concrete Minimum cement content as per


IS: 456 in kg./cu. M of finished
Concrete
M 15 310
M 20 360
M 25 410
M 30 500

At least 4 (four) trial batches are to be mad4e and 7 (seven) test cubes taken
for each batch noting the slump on each mix. These cubes shall then be
properly cured and two cubes for each mix shall be tested in a testing
laboratory approved by the Enginner at 7 (seven) days and others at 28
(twenty eight) days for obtaining the ultimate compressive strength. The test
reports shall be submitted to the Engineer. The cost of mix design and testing
shall be borne by the contractor.

On the basis of the preliminary test reports for trial mix, a proportion of mix
by weight and water cement ration will be approved by the Engineer, which
shall be expected to give the required strength, consistency and workability
and te proportions so decided for different grades of concrete shall be adhered
to, during all concreting operations. If howerer, at any time the Engineer feels
that the quality of material being used has been changed from those used for
preliminary mix design, the contractor shall have to run similar trial mixes to
ascertain the mix proportions and consistency.

The mix once approved must not be varied without prior approval of the
Enginner. However, should the contractor anticipate any change in the quality
of future supply of materials than that used for preliminary mix design, he
shall inform the same to engineer and bring fresh samples sufficiently ahead
to carry out fresh trial mixes. The Engineer shall have access to all places and
laboratory where design mix is prepared. Design mix will indicate by means
of graphs and curves etc. the extent of variation in the grading of aggregates
which can be allowed. In designing the mix proportions of concrete, the
quantity of both cement, and aggregate and water shall be determined by
weight. All measuring equipment shall be maintained in clean and
serviceable condition and their accuracy periodicall checked.

To keep the water cement ratio to the designed value, allowance shall be
made for the moisture contents in both fine and coarse aggregates and
determination of the same shall be made as frequently as directed by the
Engineer. The determination of moisture contents shall be according to IS:
2386 (Part III).

5.4.5 STRENGTH REQUIRMENTS:

Where ordinary Puzzolona / Portland cement conforming to IS: 269 is used


the compressive strength requirements for various grades of concrete shall be
as shown in Table -2 of IS: 456 -2000 where rapid hardening Portland cement
is used the 28 days compressive strength requirements specified in Table-2
shall be met in 7 days. The strength requirements specified in Table-2 as
previously given shall apply to both controlled concrete and ordinary
concrete.

Other requirements of concrete strength as may be desired by the Engineer-


in-Charge shall be in accordance with India Standard IS: 456-2000. The
acceptance of strength of concrete shall be as per clause 14 “Sampling and
Strength Test of Concrete” and clause. 15 “Acceptance Criteria” of IS: 456-
2000 subject to stipulations and/or modifications stated elsewhere in this
specification. if any.

Concrete work found unsuitable for acceptance shall have to be dismantled


and replaced to the satisfaction of the Engineer-in-charge by the contractor
free of cost to the Department. No payment for the dismantled concrete, the
relevant formwork and reinforcement, embedded fixtures, etc. washed in the
dismantled portion shall be made. In the course of dismantling if any damage
is done to the embedded items or adjacent structures, the same shall also be
made good free of charge by the contractor to the satisfaction of the
Engineer-in-charge. If the water quantity has to be increased in special cases,
cement also be increased proportionately to keep the ratio of water to cement
same as adopted in trial mix design for each grade of concrete. No extra
payment for the additional cement shall be made.

5.4.6 WORKABILITY:

The workability of concrete shall be checked at frequent intervals by slump


test. Where facilities exist and if required by the Engineer-in-Charge,
alternatively the Compacting Factor test in accordance with IS: 1199 shall be
carried out. The degree of workability necessary to allow the concrete to be
well consolidated and to be worked into the corners of formwork and round
the reinforcement to give the required surface finish shall depend on the type
and nature of the structure and shall be based on experience and tests. The
limits of consistency for structures should be as per IS: 456.
5.4.7 WORKMANSHIP:

All workmanship shall be according to the latest relevant standards. Before


starting a pour the contractor shall obtain the approval of the Engineer-in-
Charge or his representative in a “Pour Card” maintained for this purpose. He
shall obtain complete instructions about the material and proportion to be
used, slump, workability, quantity of water per unit of cement, number of test
cubes to be taken, finishing to be done, any admixture to be added, etc.

5.4.8 TRANSPORTATION AND POURING:

The concrete mixer shall be as close to the place of concreting as possible but
not as close as to produce vibration and disturbance to the shuttering and
reinforcements. It shall be located at such a position that time lapse for
transportation of unloaded concrete mix from the mixer to the place of
deposition of concrete is least.

When there is a difference in level between the unloading plateform of


concrete from the mixer to the actual place of deposition of concrete, the
concrete shall be transported manually as by means of builders‟ hoist/crane or
concrete pump to the actual level of concreting, depending on requirement as
approved by Engineer-in-charge.

Chutes for transporting the concrete shall not normally be used. The
Engineer-in-Charge‟s written permission shall be taken for transporting by
means of chutes. If use of chutes is permitted then the concrete shall be again
thoroughly mixed by using spades manually before placing the concrete in
the moulds/shuttering to avoid segregation of concrete. It shall be ensured
that initial setting of the concrete shall not take place and the mix of the
concrete is as good as that of freshly poured concrete delivered directly into
the moulds/shuttering. It shall be ensured that the drop of concrete is not from
an excessive height and that the vibration and deposition of concrete are
simultaneously carried out.

Before placing concrete, all equipment for mixing and transporting the
concrete shall be cleaned and all debris shall be removed from the place to be
occupied by the concrete. All form and soil surface shall be finished to
desired levels and shall be thoroughly wetted immediately prior to placing of
concrete.

No concrete shall be placed until the Engineer-in-Charge has approved the


excavation formwork and the reinforcement. The competent formwork maker
and steel fixer shall be in attendance during concreting operation.

Concrete shall be handled from the place of mixing to the place of final
deposit as rapidly as practicable by methods, which shall prevent the
segregation or loss of any of the ingredients. If segregation does occur during
transport, the concrete shall be remixed before being placed. The concrete
shall be place and compacted before setting commences and shall not be
subsequently disturbed.

To ensure bond and water tightness between old concrete surface and the
concrete to be place PVC water stops of approved make and size 150 mm
wide, 10 mm thick should be used. The bonding of old and new concrete
shall be done by applying cement slurry after thoroughly watering the old
concrete surface and. removing all loose particles.

In specified cases, with approval of Engineer-in-charge the surface shall be


cleaned and roughened by initial green cut by wire brushes or chipping. The
initial green cutting may be done after 6 hours of placing concrete in order to
facilitate the work. The old concrete walls/members shall be given a shear of
50 x 65 mm deep. This key shall also be thoroughly cleaned with wire brush
in green stage before next lift pouring to avoid percolation of works.

5.4.9 SPECIAL METHODS FOR CONCRETING:

Should be contractor propose to use the special methods of


concreting not included in this specification, such as pumping concrete or
using vacuum moulds he shall obtain the Engineer‟s approval before
commencing work and coply with any subsequent specifications made by the
Engineer for this special methods of concreting. Contractor is advised to use
modern techniques in adapting methods of laying/finishing concrete in
raft/wall etc., e.g. in raft, us of any other acceptable and proven method will
be welcomed. The contractor may alaborate same on while quoting the offer.

5.4.10 PLACING OF CONCRETE IN SLABS AND BEAMS:

Concrete in slabs shall be placed in one continuous operation for each span
unless otherwise directed. Longitudinal construction joints, if required by
reason of the width to be placed shall be located as shown on the drawings or
as directed by the Engineer-in-Charge.
Concrete in the stem and slab of T -beam shall be placed in one continuous
operation and shall be deposited uniformly for the full length of the beam and
brought up evenly in horizontal layers.

Where the size of the member is such that it cannot be made in one pour,
transverse vertical construction joints shall preferably be located within the
area of contraflexure. For continuous spans, where required by design
considerations the concrete placing sequence shall be approved by the
Engineer-in-Charge.

5.4.11 CONCRETING FLOORS:

Concreting in floor shall be done in a chess board pattern, allowing sufficient


time to elapse before the adjacent band in cast. The panel size is restricted to
7.5m in reinforced concrete slab.

Concreting shall not be started unless the electrical conduits or any other
piping Puddle Collars wherever required or laid by the concerned agency.
The civil contractor shall afford all the facilities and maintain co-ordination
of work with other agencies engaged in electrical and such other works as
directed by the Engineer-in-Charge.

Where concrete is placed on soil it shall be placed only on firm undisturbed


ground. Any concrete that is placed on a well compacted fill shall have the
prior approval of the Engineer-in-Charge. Concrete shall not be placed in
standing water, on sub-grade or in foundation Excavation.

5.4.12 COMPACTION:
Concrete during and immediately after depositing shall be thoroughly
compacted. The compaction shall be done by mechanical vibration subject to
the following provisions:

a. The vibration shall be internal unless special authorization of other


methods is given by the Engineer-in-charge or as provided herein.
b. Vibrators shall be of type and design approved by the Engineer-in-
charge. They shall be capable of transmitting vibration to the
concrete at frequencies of not less than 4,500 impulses per minute.
c. The intensity of vibration shall be such as to visibly affect a mass of
concrete of 25 mm slump over a radius of at least 0.5m
d. The contractor shall provide a sufficiently number of vibrators to
properly compact each batch immediately after it is placed in the
forms.
e. Vibrators shall be manipulated so as to the thoroughly work the
concrete around the reinforcement and embedded fixtures, and into
the corners and angles of the forms.

Vibration shall be applied at the point of deposit and in the


area of freshly deposited concrete. The vibrators shall be inserted into
and withdrawn out of the concrete slowly. The vibration shall be of
sufficient duration and intensity to thoroughly compact the concrete
but shall not be continued so as to cause segregation. Vibration shall
not be continued at any one point to the extent that localised areas of
grout are formed.
Application of vibration shall be at points uniformly spaced
and not further apart than twice the radius over which the vibration is
visibly effective.
f. Vibration shall not be applied directly or through the reinforcement
to sections or layers of concrete which have hardened to the degree
that the concrete ceases to be plastic under vibration. It shall not be
used to make concrete flow in forms over distances so great as to
cause segregation and vibrators shall not be used to transport
concrete in the forms.
g. Vibration shall be supplemented by such rodding/spading as
necessary to ensure smooth surface and dense concrete along form
surfaces and in corners and locations impossible to reach with the
vibrators.

The whole process starting from the mixing of concrete to the placing
and compaction shall not take more than 20 minutes and the process shall be
completed before the initial setting takes place.

5.4.13 CURING:

Curing shall be accomplished in accordance with IS: 456-2000 by keeping


the concrete covered with a layer of sacking canvas, hessien or similar
absorbent materials and kept constantly wet for at least seven days from the
date of placing of concrete unless otherwise specified. The approval of the
Engineer-in-Charge shall be obtained for the method of curing the contractor
proposes to use on the work. In very hot weather precautions shall be taken to
see that temperature of wet concrete does not exceed 38ºC while placing.
Heavy loads shall not be placed on or moved across over the floor slabs until
curing is complete. Care shall be taken to prevent floor surface from being
marred during curing period. Freshly laid concrete form work shall not be
jarred. Concrete placed in trenches or Excavation shall be protected from
falling earth during and after placing.

5.4.14 CONSISTENCY:
The consistency of concrete shall be frequently checked by means of a slump
test performed as per the relevant Indian Standard by the Engineer-in-Charge.
The maximum and minimum slump for each class of concrete shall be as
directed by the Engineer-in-Charge, and any concrete as represented by the
slump test which fails to comply with these directions shall be removed from
the site and disposal off at the contractors cost.

5.4.15 FINISHING CONCRETE:

On striking the formwork, all blowholes and honeycombing observed shall be


brought to the notice of Engineer-in-Charge. The Engineer-in-Charge may, at
his discretion allow such honeycombing or blowholes to be rectified by
necessary chippings and packing or grouting with concrete or cement mortar.
If mortar is used, it shall be 1:2 mix or as specified by Engineer-in-Charge.
However, if honey combing or blowholes are of such extent as being
undesirable, the Engineer-in-Charge may reject the work totally and his
decision shall be binding. No extra payment shall be made for rectifying
these defects. All burrs and uneven faces shall be rubbed smooth with the
help of carborundum stone.

The surface of non-shuttered faces shall be smoothened with a wooden float


to give a finish equal to that of the rubbed down shuttered faces. Concealed
concrete faces shall be Ieft as from the shuttering except that honeycombed
surface shall be made good as detailed above. The top faces of slabs not
intended to be surfaced shall be leveled and floated to a smooth finish at the
levels or falls shown on the drawings or elsewhere. The floating shall not be
executed to the extent of bringing excess fine material to the surface.
The top faces of slabs intended to be covered with screed, granolithic or
similar faces shall be left with a rough finish.
5.4.16 WORK IN EXTREME WEATHER:

During hot weather (atmospheric temperature above 40 degree centigrade) or


cold weather (atmospheric temperature at 5 degree centigrade and below) the
concreting shall be done as per the procedure and precautions set out in IS:
7861 (Part I and II).

Dependence shall not be placed on salt or other chemicals for the prevention
of freezing. Calcium chloride shall not be used as an accelerator except with
the approval of the Engineer-in-Charge. Recommendation given in relevant
clauses of IS: 456 shall be strictly adhered to.

5.4.17 LOADING OF STRUCTURE:

No concrete structures shall be loaded until the concrete is at least 28 days


old and only then with the approval of the Engineer-in-Charge and subject to
such conditions as he may lay down.

5.4.18 TESTING AND ACCEPTANCE CRITERIA:


The sampling of concrete making the test specimens, curing and testing
procedures etc. shall be in accordance with IS: 1199, IS: 3085 and IS: 516,
the size of specimen being 15 cm cubes. Normally only compression tests
shall be performed in accordance with IS: 516.

For each grade of concrete and for each 8 hours of work or portion thereof
the following samples shall be taken.

At least six specimens shall be taken from the first 15.0 m3 or part thereof
and three of these shall be tested at 7 days and the remaining at 28 days. Four
additional specimens shall be taken from each additional 15.0 m3 of concrete
or portion thereof of which 2 specimens shall be tested at 7 days and the
remaining at 28 days.

To control the consistency of concrete from every mixing plant slump tests,
and/or compacting factor tests in accordance with IS: 1199 shall be carried
out by the contractor every two hours or as directed by the Engineer-in-
Charge. Slumps corresponding to the test specimens shall be recorded for
reference. The acceptance criteria of concrete shall be in accordance with IS:
456-2000.

Concrete work found unsuitable for acceptance shall have to be dismantled


and replacement is to be done as per specifications by the contractor. No
payment for the dismantled concrete, the relevant formwork and
reinforcement embedded fixtures etc. shall be paid.
In the course of dismantling if any damage is done to, the embedded items or
adjacent structures the same shall be made good free of charge by the
contractor to the satisfaction of the Engineer-in-Charge.

5.4.19 LOAD TEST OF STRUCTURES:

The Engineer-in-Charge may instruct for a load test to be carried out on any
structure if in his opinion such a test is deemed necessary for any of the
following reasons.

The works site made concrete test-cube failing to attain the specified strength,
as per the criteria laid down in IS: 456-2000.

Suspected overloading during construction of the structure under review


Shuttering being prematurely removed and not as per the specification
The concrete is being improperly cured.
Visible deficiencies of the concrete

If the results of the load test be unsatisfactory, the Engineer-in-Charge may


instruct the Contractor to demolish and reconstruct the structure or part
thereof at the contractor‟s cost. The load test of structures shall be carried out
as per the clause 16.5 of IS: 456-2000.

5.4.20 SPECIAL METHODS OF CONCRETING:

The contractor should propose to use special methods of concreting not


included in the specifications, such as pumping concrete or using vacuum
moulds, he shall obtain the Engineer-in-Charge‟s approval before
commencing work and comply with any subsequent specification made by
the Engineer-in-Charge for this special method of concreting. Contractor is
advised to use modern techniques in adopting methods of laying/finishing
concrete in raft/walls etc. e.g. in raft use of any other acceptable and proven
method will be welcomed. The contractor may elaborate same on while
quoting the offer.

6.0 BITUMINOUS &CEMENT CONCRETE ROAD:

6.1 All work shall be carried out as per IRC detailed specifications where
there are no IRC specifications M.O.S.T. specifications/P.W.D.
specifications will be followed unless otherwise specified or directed
by the Engineer in charge.

6.2 The contractor shall take all necessary measures for the safety of
traffic during construction and provide, erect and maintain such
barricades, including signs, marking flags, lights and flagman, as
necessary at either end of work site and at such intermediate points as
directed by the Engineer in charge for the proper identification of the
construction area. He shall be responsible for all damages and
accidents caused due to negligence on his part. The temporary
warning lamps or reflective barriers or sign boards shall be installed
at all barricades during the hours of darkness.

6.3 Stone ballast / Stone grit should be stacked at site for satisfaction
regarding quantity of material to Engineer in charge.

6.4 The material collected for use in the work shall satisfy all
requirements for the particular work, failing which the material will
be rejected. The gauge of stone ballast shall be as per detailed
specification for the respective items and deduction will be made for
the under gauge/ over gauge material as per Engineer in charge.

6.5 During construction care shall be taken to ensure there is least


disturbance to the traffic. Adequate barriers, red flags in day time and
light in night hours shall be provided to guide and inform the traffic.
All necessary precautions shall be taken to avoid any road accident at
work-site but if there happens any the responsibility will be of the
contractor and he shall be responsible for all consequences and
damages/ claims etc.

6.6 The consolidation will be in specified layers. Proper and adequate


camber or super elevation etc. shall be provided as per directions of
Engineer in charge.

6.7 Next coat of consolidation shall be allowed after checking of the


crust and quality of previously consolidated layer by the Engineer in
charge and found satisfactory.

6.8 The material of the different layer will be spread in required loose
thickness so as to achieve the desired compacted thickness.

6.9 The binding material for consolidation shall be soil having plasticity
index not more than 6 which is to be arranged by the contractor from
a suitable place as directed by Engineer in charge. The soil shall be
got approved from the Engineer in charge before start of
consolidation and nothing extra shall be paid either for the cost of
binding material or for its cartage.

6.10 Proper arrangement of water and its storage for consolidation shall
have to be made by the contractor at his own cost.

6.11 The stone ballast shall confirm to the following sieves.

Name of Percentage by weight passing


metal
90 63MM 53MM 45 22.4 1.2
M M MM MM
M M
1 63- 10 90 - 25 - 0- 0 - -
. 45 % 100% 75% 15 5%
mm %
gaug
e
2 53- - 100% 95 - 65 0 - 0 -
. 22.4 100% - 10% 5%
mm 90
gaug %
e

6.12 (a) 16-22.4 mm size grit shall pass 100% from 22.4 mm square
mesh sieve And all retained on 16 mm square mesh sieve.
(b) 10-16 mm size shingle / grit shall pass 100% from 16 mm
square mesh Sieve and all retained on 10 mm square mesh
sieve.

6.13 (A) Material for Ist coat painting shall be as follows:-


(i) Grit 16-22.4 mm size (crushed) 1.9 cum per% sqm
(ii) Bitumen
(a) For Precoating 15 kg per cum of shingle/grit
(b) For tack coat 180 kg per% sqm.

(B) Material for IInd coat painting shall be as follows:-


(i) Grit /Shingle 10-16 mm size 1.20 cum per% sqm.
(ii) Bitumen
(a) For Precoating 15 kg per cum of shingle/grit
(b) For tack coat 110 kg per% sqm.

(C) Material for open Graded Premix Carpet shall be as follows:-


(i) Aggregates for Carpet
(a) Stone chippings 13.2 mm size,
passing 22.4mm sieve and
retained on 11.2 mm sieve 1.8 cum per% sqm
(b) Stone chippings 11.2 mm size, passing
13.2 mm Sieve and
retained on 6.6 mm sieve 0.9 cum per% sqm

(ii) Bitumen
(a) For tack coat 180 kg per% sqm
(b) For stone chipping of 13.2 mm size 52 kg per cum
(c) For stone chipping of 11.2 mm size 56 kg per cum

(D) Material for type „A‟ seal coat shall be as follows:-


(i) Stone chippings 6.7 mm size passing
through 11.2 mm sieve and
retained on 2.36 mm sieve 0.9 cum per% sqm
(ii) Bitumen 98 kg per % sqm

(E) Material for type „B‟ seal coat shall be as follows:-


(i) Chippings aggregates passing 2.36 mm
sieve and be retained
on 180 micron sieve 0.6 cum per% sqm
(ii) Bitumen 68 kg per % sqm

6.14 Stone ballast/Grit/Shingle of approved quarry only, confirming to


I.R.C. Specifications shall be used. Before using stone ballast/Stone
Grit/River shingle the quality & size has to be approved by the
Engineer in charge.

6.15 Contractor shall always cooperate in procurement of sample,


conduction of tests as may be directed and no extra payment shall be
made for the same. Test samples shall be taken carefully in
accordance with the standard method of taking the test sample.

6.16 The contractor shall at all times keep the premises free from
accumulated waste materials or rubbish caused by his employee on
the works and on completion of the work, he shall clear away and
remove from site all surplus materials, rubbish and temporary works
of any kind and fill up borrow pits dug by his. He shall leave whole
of the site and work clean and in a workman like condition to the
entire satisfaction of the Engineer in charge.

6.17 The cement concrete road shall be constructed with concrete mix of
M-20 grade as per IS code-456.
TECHNICAL SPECIFICATIONS – GENERAL

1.1 GENERAL

1.1.1 GENERAL NOTES

The Employer requires that all goods and materials to be used in the works are new
unused, of the most recent or current models and incorporate all recent
improvements in design and material.

Only the Employer's Requirements and design brief are specified in the
following section. These are not restrictive. The Contractor has to draft, the
technical specification and the specification of standards for goods, materials and
workmanship with recognized codes and standards.

1.1.2 SUBMITTALS

The submittals include but is not limited to work required to comply in accordance
with general and specified procedures for transmittal of submissions; submission
review and subsequent actions; schedule of submissions; resubmission; construction
schedule; coordination of drawings; submission of drawings; insert and sleeve
location drawings; reproduction of submitted drawings; sample; and construction
photocopies.

1.1.3 DESIGN, DRAWINGS, DOCUMENTS AND DATA

1.1.3.1 General Obligations

The Contractor shall carry out, and be responsible for, the design of the Works.
Design shall be prepared by qualified designers/professionals who comply with the
criteria stated in the Employer’s Requirements. The Contractor undertakes that the
designers shall be available to attend discussions with the Engineer In-charge at all
reasonable times during the Contract Period.

1.1.3.2 Basic Design Parameters

The bidder is required to examine and check the Employer’s design criteria,
specifications etc., as included in the Bid documents to confirm their correctness in
its bid and to assume full responsibility for them. The bidder shall follow relevant
codes and manuals at all times for designing and carrying out works

1.1.3.3 Submission of Design Calculations, Drawings and Other Documents by the


Contractor

(a) After signing the Contract, within 28 days from the date intimated by the
Employer to proceed with the work, the Contractor shall supply to the Engineer In-
charge 6 (six) hard copies (along with workable soft copies in a CD ) each of the
design calculations for the process and sizing of all components of the plant
including mechanical and electrical equipment, supported by flow diagrams, and
general arrangement drawings, reference catalogues /literature of manufacturers,
other reference documents used for the design purpose, for approval of the
Engineer In-charge . The Contractor shall incorporate all necessary comments of the
Engineer In-charge in the above design and drawings, if any, and shall re-submit
further 6 (six) copies each of the revised design and drawings within 14 (fourteen)
days for final approval of the Engineer In-charge. The Contractor shall thereafter
submit 6 (six) copies each of the approved design and workable soft copies of all
approved designs, calculations and drawings. The entire cost shall be borne by the
Contractor and the Employer does not hold reliability on this account at any cost and
any time.

(b) Design calculations and drawings shall be submitted in sequence as per


schedule to be drawn and agreed upon mutually, immediately after submission of
the general arrangement drawing. The entire process of submission of all such
documents by the Contractor in initial copies and final copies after approval of the
Engineer In-charge shall be completed within 90 days from the date of the work
order. These documents shall cover:

Site Plan.

Layout Plan. L-sections, design sheets, including design of bedding, anchorage


blocks, design of rising mains, pumping station, design for mechanical screens etc

GA drawing of each / individual unit

Any other design and drawings to fulfill the employer’s requirement.

1.1.3.4 Format of Drawings

All drawings submitted for approval shall be ISO standard size sheets. Every drawing
shall have a title block in the bottom right corner showing:

Employer’s Name :

Contract No. :

Consultant :

Contractor :

Project :

Drawing Title :

Drawing Number :

Revision Number :

Date :
Each drawing shall bear the signature of the Project Manager on behalf of the
Contractor to the effect that the drawing whether his own or from any other source
has been checked by the Contractor before submission to the department.

Each revision shall be properly recorded to show the number, date, specific
description of revision(s) carried out, and signature of the Project Manager in the
revision block. The Contractor shall be responsible for incorporating all the
comments issued by the Engineer In-charge.

1.1.3.5 Construction Documents

1.1.3.6 As-Built Drawings

The Contractor shall prepare, and keep up-to-date, a complete set of “As Built”
records of the execution of the Works, showing the exact “as built” location, sizes
and details of the work as executed, with cross references to relevant specifications
and data sheets. These records shall be kept on the Site and shall be used exclusively
for the purposes of this Sub-clause. Two hard copies shall be submitted to the
Engineer In-charge prior to the Tests on Completion.

In addition, the Contractor shall prepare and submit to the Engineer In-charge “As
Built drawings” of the Works, showing all Works as executed. The drawings shall be
prepared as the Works proceed, and shall be submitted to the Engineer In-charge
for his inspection. The Contractor shall obtain the consent of the Engineer In-charge
as to their size, the referencing system, and other pertinent details.

Prior to the issue of substantial completion Certificate, the Contractor shall submit
to the Engineer In-charge one soft copy, workable CD, one full-size original copy of
the relevant “As Built Drawings”, and any further Construction Documents specified
in the Employer’s Requirements. The Works shall not be considered to be completed
for issue of substantial completion certificate until such documents have submitted
to the Engineer In-charge .

1.1.3.7 Coordination Drawings

Coordination drawings shall be prepared and shall comprise composite section


drawings showing coordination of mechanical and electrical work to structural work.
The composite drawings shall be in sufficient detail to show overall dimensions of
ductwork, piping, conduit, and related items and clearance between structural
members, lighting and related features for review and approval of relative locations
of work in allocated spaces. The drawings shall indicate any conflicts of clearance
problems between various trades. Coordination drawings shall be submitted to the
Employer's Representative. Coordination drawings will not be submitted for
approval but for review only.

1.1.3.8 Equipment and Interconnection Diagram

Equipment room layout drawings shall be based on actual requirements of


equipment furnished and be consolidated for all trades, shall be to scale and shall
show all pertinent structural and penetration features and other items, such as
electrical cabinets, which affect available space. All mechanical and electrical
equipment including electrical conduits, accessories, ductwork and piping shall be
shown to scale in plan and also in elevation and / or section and resolve any conflicts
or clearance problems. Physical descriptions of the various mechanical and electrical
items shown on these drawings shall be submitted concurrently.

1.1.3.9 Quality

Proof of quality of manufacture and reliability in field application. Such proof will
normally constitute evidence that the product / equipment has been manufactured
by the manufacturer, or fabricator of the quality assured for a unit or item over a
period of time and has an established field service record. It shall include installation
locations, dates and year of operating service. If there is no experience for an
identical unit or item it may relate to a similar unit or item by the same
manufacturer.

1.1.3.10 Manufacturer's Data

Manufacturer's data shall include catalogue cuts, brochures, circular, specifications,


equipment operations and maintenance manuals and other printed information in
sufficient detail and scope to verify compliance to the requirements.

1.1.3.11 Performance Data

Performance Data shall include certified curves of equipment responses and


performance characteristics as required.

1.1.3.12 Parts and Special Tools Lists

a) Parts lists shall include a complete list of component parts of an item of


equipment together with an expanded view or equivalent means to identify the
parts.

b) Special Tools lists shall include all tools and devices required for assembly,
disassembly, operation and maintenance of the equipment and an indication of the
use of each item.

c) The lists shall further identify the sources of manufacture and supply of
consumable supplies and those parts, special tools and supplies that are normally
furnished with the purchase of the equipment or are specified to be furnished.

d) In additions, a list shall be provided showing items recommended by the


manufacturer to support normal maintenance based on the manufacturer's
anticipated life cycle of the part for continuous normal operation.

1.1.3.13 Certificates of Compliance

Certificate of compliance shall include material or product manufacturer’s statement


that the supplied items or systems conform to the specifications.
1.1.3.14 Test Reports

Test reports shall be provided as required and as follows:

a) Shop tests shall show the results of required shop tests of equipment or
systems certified in writing by the manufacturer or its authorized Representative.
However, the Employer / its representative along with consultant is free to visit and
inspect the equipment and systems at manufacturing unit before dispatch. The cost
toward such inspections shall be borne by the contractor.

b) Field test reports shall show the results of required field tests and
compliance with approved procedures and shall be certified in writing.

1.1.3.15 Maintenance Instructions

Maintenance instructions shall cover finish material including but not limited to
hard-surfaced materials. Instructions shall include cleaning, tarnishing, dents and
stains from various chemicals.

1.1.4 SUBMISSION REVIEW AND SUBSEQUENT ACTION PROCEDURES

i) Submission will be returned by the Employer's Representative to the


Contractor indicating the appropriate action to be taken by the Contractor as
follows:

a) Except in cases where local jurisdictional authority approval is required to


validate a particular submittal, fabrication, manufacturer, construction or purchasing
may proceed.

b) The submission does not comply with contract requirements, and


fabrication, manufacturer and construction shall not proceed. The Contractor shall
make revisions and resubmit. The Contractor has 14 calendar days from date of
receipt of advice of the Engineer In-chargeas to compliance with his comments and
to resubmit drawings evidencing such compliance.

ii) Failure of the Contractor to process submissions for review shall not relieve
the Contractor of his responsibilities under the contract.

iii) Do not proceed with work dependent on submissions until the submissions
have been verified by the Contractor and reviewed by the Employer. Making good
work which has proceeded in error because of non-compliance with these
requirements shall be at the Contractor's expense. Review of Resubmissions shall
not relieve the Contractor of his responsibility for execution of the works in
accordance with contract document.

iv) The Contractor shall not be relieved of responsibility for deviations from the
contract or errors of any kind in the submissions or from the necessity of furnishing
work required by the contract which may have been omitted from the submissions
reviewed by the Engineer In-charge. The Engineer In-charge’s review of individual
items in submissions shall not be constructed as a review of the complete assembly
in which it functions.

v) No authorization of an increase in total contracting price or time or


completion shall be implied by comments marked on submissions or submission
transmittals by the Engineer In-charge .

vi) Review of submission shall not absolve the Contractor from the
responsibility of correctly locating all items in the works.

vii) Employer's approval of substitutions, alternatives and deviations:

Whenever and wherever the Contractor proposes to make substitutions to the


specified construction method or process or proposes the use of non-specified
manufacturer's, products or to deviate from the material specified, the Contractor
must make a full submission as required in the contract. The Contractor is advised
that only the Employer has the final authority to approve or reject proposed
substitutions, alternates and / or deviations from the contract.

1.1.5 CONSTRUCTION PHOTOGRAPHS

i) Work shall include progress photographs for each work of construction


taken each month made by a professional photographer.

ii) Photographs shall show general extent of the works by both exterior and
interior views. Each viewpoint will be selected and the number of monthly repetitive
photographs taken from exactly the same viewpoint as decided by the owners
authorized representative.

iii) Submit six 200mm x 254mm glossy color prints of each photograph to the
owners authorized representative at the first of each month duly attached / pasted
in the Progress Report.

iv) Titleand mount each photograph per the owners authorized


representative's requirements. As a minimum include on title: Project name,
direction of view, and date when taken.

v) Video shooting during major construction stages or at least once every


month must be carried out by the contractor and shall be submitted to the Employer
/ authorized representative.

1.1.6 QUALITY ASSURANCE

The Contractor shall institute a quality assurance system to demonstrate compliance


with the requirements of the Contract. Such system shall be in accordance with the
details stated in the Contract. Compliance with the quality assurance system shall
not relieve the Contractor of his duties, obligations or responsibilities.

Details of all procedures and compliance documents shall be submitted to the


Engineer In-charge for his information before each design and execution stage is
commenced. When any document is issued to the Engineer In-charge, it shall be
accompanied by the signed quality statements for such document, in accordance
with the details stated in the Contract. The Engineer In-charge shall be entitled to
audit any aspect of the system and require corrective action to be taken. The quality
assurance system and the audit of any aspect of system and necessary corrective
action shall be at contractor’s risk and cost.

Quality assurance shall include, but shall not be restricted to as noted herein.

The Quality Assurance system should ensure the quality and quantity continuously
through monitoring systems as envisaged in Project Management and Construction
proforma so as to give daily progress report, labour / manpower deployed, quantity
executed on periodic basis, observations thereof through following proforma placed
at the end of this subsection.

- Bar bending schedule

- Pour Card

- Post Concreting check ups

- Form work check up

- Tests on materials

1.1.6.1 QUALITY ASSURNCE IN GENERAL

i) Maintain continuity of quality assurance surveillance throughout fabrication


of products and execution of work.

ii) Submit details of quality assurance tests and methods inclusive of the
specification.

iii) Perform inspection and testing in accordance with specified reference


standards, or as otherwise approved by the Employer's Representative.

iv) Calibrate measuring and testing devices periodically against certified


standard equipment. Calibration shall be verified by inspection firm.

1.1.6.2 QUALITY ASSURANCE OF THE WORKS ON SITE

i) Provide an assurance system to ensure quality assurance by phased


inspection as follows:

Preparatory Phase Inspection

Perform inspections prior to commencement of each part of the works which shall
include a review of requirements with the supervisors directly responsible for that
part of the works. Such review shall be in the form of written statements of the
processes to be followed and critical characteristics, tests and similar evaluations
which will be a part of inspection procedures. Verify that products incorporated with
that part of the works which have been tested and applicable submissions have
been made for control testing. Verify that preceding work has been completed and
approved. Verify products incorporated with that part of the works conform to
submission data and Contract requirements and that necessary materials and
equipment are easily and readily available.

Continuing Inspection

Perform inspection on a continuing basis as each part of the works commences and
on a regular basis to ensure constant compliance with the tender requirements.

ii) Provide samples of materials to be tested in required quantities at locations


where testing is performed.

iii) Provide labour, instruments, testing devices, facilities and required shelter
at the site:

a) To determine ambient and material temperature by thermometers with


Celsius scale.

b) To determine relative humidity of air and moisture content of materials.

c) To facilitate inspection and tests.

d) For obtaining and handling of samples at site and plant.

iv) Upon receipt of items at the job site, the Contractor's quality assurance
representative at the site shall be responsible on receipt of items at the site for
noting damage suffered by them during transit and for directing that they be
replaced.

v) The Contractor shall be responsible for protecting and maintaining items on


the site free from damage during storage, erection, installation and maintenance.

vi) When it is discovered on inspection that work is proceeding with incorrect


materials or methods, ensure that corrections are immediately made and that
improperly complete work is replaced.

1.1.6.3 QUALITY ASSURANCE OF OFF-SITE WORKS

i) The Contractor shall impose quality assurance methods at the location of


manufacture, fabrication and assembly of items to be incorporated in the works to
ensure that they conform to requirements of the Contract Documents. This quality
assurance shall not apply to proprietary catalogue production products except as
may be deemed necessary by the Contractor or as directed by the Employer's
Representative.

ii) The Contractor's quality assurance representative off-site shall be


responsible for the release of items for transit to the job site.
iii) In addition to the Contractor shall provide notice to the Employer's
representative in writing at least 4 weeks in advance of packing of every batch of
product components or assemblies so that the Employer or Employer's Consultants
and their designated representatives may have opportunity at his / their choice of
inspecting any such product components or assemblies prior to transportation at the
cost of the bidder.

1.1.6.4 SCHEDULE OF QUALITY ASSURANCE OPERATIONS

Provide the Employer's Representative with a minimum of three copies of a


schedule of quality assurance operations, both on-site and off-site, to outline the
procedures, instructions and reports which will be used, as follows:

i) Quality assurance organization.

ii) Qualifications of quality assurance personnel.

iii) Authority and responsibilities of each quality assurance person.

iv) Schedule of inspections and tests with personnel assigned to each task and
duration of each task.

v) Schedule of required services to be provided by inspection and testing firms.

vi) Co-ordination required in order that quality assurance is integrated.

vii) Test methods which will be utilized.

viii) Methods of performing and documenting quality assurance operations.

1.1.6.5 TESTS REQUIRED BY JURISDICTIONAL AUTHORITIES

i) The Contractor shall be responsible for inspection and testing required by


jurisdictional authorities in conformance with the performance requirements.

If the Engineer In-charge so desires, he may delegate inspection and testing of


materials or Plant by an independent body / agency. Any such delegation shall be
effected for this purpose shall be considered as an assistant of the Engineer-in-
Charge. Notice of such appointment (not being less than 14 days) shall be
given by the Engineer In-charge to the Contractor.

1.1.6.6 QUALITY ASSURANCE REPORTS

i) Document each test and inspection on a report and submit the report in
triplicate to the Employer's Representative.

ii) Reports shall be in an approved format and shall certify off-site items
produced correctly for on-site work of installed correctly, as applicable. Similarly the
report shall certify items that are defective with a statement of records on corrective
measures taken.
iii) Include on each report the purpose of the inspection or test, a description of
methods used, observations made and personnel involved.

iv) The Contractor shall also maintain in the approved format a log book of all
tests performed which shall include the date of test, type of test and the results of
the test.

v) If inspection and testing procedures are sub-contracted to an approved


inspection and testing firm, only copies of test reports signed by the approved
inspection and testing firm will be acceptable.
(C). DETAILED specifications of Sewer works :

1.0 TRENCHING:

1.1 EXCAVATION:

The excavation in sewer trenches for the laying of sewers, manhole chamber,
sumps, gully pits in all types of soil i.e. loam, clay, sand mixed with mooram,
shingle, boulders and all type of rocks etc. shall be dug. Different rates for
1.5m intervals below ground level shall be applicable for the purpose of
measurement and payment according to the classification of soil under the
respective schedule or quantities. The sides of the excavated trenches shall be
left plumb where the nature of soil admits of it, but the sides must be sloped
back or shored up carefully where the soil appears likely to fall in or the
depth exceeds 3.00 meters. The excavated materials be placed 0.60 m away
from the excavated earth or half the depth of trench whichever is more from
each edge the excavated trench or as directed by the Engineer-in-charge.

2.1 BOTTOM FINISHING OF TRENCHES :

The bottom of the trenches must be perfectly leveled both longitudinally and
transversely according to the level pillars given on the ground level in the
alignment longitudinally. The bottom of the trench shall be slightly watered
(where necessary) and well rammed. If any soft places come to light on
inspection they will be dugout and dealt with as ordered by the Engineer. The
contractor shall sort out and remove boulders, or any other serviceable
material found during excavation as well as during preparation of bed, the
bed of such places be again leveled and hard dressed after consolidation or as
per direction of Engineer.
If however, the contractor without the sanction of the Engineer
makes the excavation deeper or wider than the desired one, he shall fill the
extra depth or width with cement concrete 1:4:8 (1 cement, 4 coarse sand & 8
approved stone ballast 40 mm) at his own cost. Roots of all trees and plants
encountered in digging trenches shall be removed completely, if possible,
otherwise they shall be cut upto a distance of 300 mm beyond side/ bottom of
trench and shall then be burnt and smeared with boiling coal/tar at the
expense of the contractor. The hole thus occurring in the trench shall be filled
with cement concrete 1:4:8 (1 cement, 4 coarse sand & 8 approved stone
ballast 40 mm) to made it finished with the bottom or side of trench for which
no payment will be made to the contractor.
1.3 FINDS:

Any finds found on the site such as antique, relics, coins and fossils or any
other valuable article shall be immediately handed over to the care of
Engineer for safe custody on behalf of Govt.

1.4 WIDTH OF TRENCHES:

In case of pipe line, sewer, rising main etc. the width of trenches for depth up to
1.5 meter below ground level shall be outer diameter of the pipe plus 30 cms
bothside rounded to nearest cm. For depth greater than 1.5 meter below ground
level, the trenches shall be excavated in telescopic form in intervals from the
ground level with off-sets of 250 mm at every 1.5 m depth on either side of the
trench and the width of lower most section will be governed by the above criteria.
The actual width or as described above which ever is less shall be measured for
payment. The depth of excavation shall be measured from the average ground
level to invert level of sewer pipe. Any extra width excavated shall not he paid to
contractor. The rates of excavation is included in the rates of laying of sewer as
per Schedule 'G'.

1.5 LEVEL PILLERS:


This item of work also includes the work and expenses on leveling, making level
pillars, fixing of telltales, photographs of nearby building site clearance before
taking up the work and completion of the work.

1.6 BACK FILLING:

The rates quoted by the contractor are inclusive of the filling back of trenches in
15 cm. layers after laying and jointing of pipes, watering, ramming, dressing and
disposal of surplus earth with in the specified distance. The extra lead and lift
shall be paid, as per item given separately. The pumping of water from trenches
which finds its way in to the trenches from drains or rains or by any means
(except sub-soil water) shall be done by the contractor at his own cost.

1.7 ROAD CUTTING:

Dismantling of various road surfaces before the excavation in trenches shall


be carried out in following two parts:-
(i) Breaking and sorting out the top coat and stacking the dismantled
materials properly so as to be placed at the top of trench after re-
filling with excavated earth in 20 cm. layers and its proper
compaction by watering and ramming.
(ii) Breaking and sorting out the serviceable materials from inter and
soling coat of the road, carting and stacking the same up to 50 m.
from the trench, which shall also be used after re-filling and
compaction of trench as soon as the pipe laying is completed.
The payment for dismantling of road surfaces are included in the rates of
laying of sewer pipe as per Schedule 'G'. The thickness of road cutting during
dismantling of road surfaces will not be measured in the item of excavation and
the depth of excavation in such cases shall be measured from the bottom of the
lower most soling layer of the road.
The thickness of road may vary up to any extent as per site condition,
so contractor should make allowance for same while quoting rates for this
item. No extra claim in this item shall be entertained on any ground. As soon
as the laying of pipe, refilling of trenches and consolidation of the excavated
earth is completed, the road is to be reconstructed as it was in original
position to avoid inconvenience to the public/ traffic.

1.8 BARICATING:
Proper barricading and fencing shall be done along with the excavation. Red
flags and caution board during day and red lights during night shall be displayed
so as to avoid any accident etc. Contractor shall undertake all responsibility for
slips or subsidence and shall make good all damages to any adjoining property
and pay compensation for loss of life and property at his own cost and to the
satisfaction of Engineer. The contractor shall be held liable to indemnify the
owner for any damage done to any adjoining property or to any of the works in
progress or partly completed by and settlement of ground which is in the opinion
of the Engineer attributable to any of the excavation, trenching work, timbering
or refilling done by the contractor.

2.0 OPEN & CLOSED TIMBERING:


Normally trenches upto 1.50 meter depth shall be excavated without
timbering, but where the depth of excavation exceed from 1.50 meter,
timbering shall be provided, open or close, as the case may be. Where the
sides of the trenches covered shall be 33-1/3 percent it will be called open
timbering and where the sides of trenches covered shall be 100% by the
timbering materials it will be called close timbering. Open / close timbering
shall be providing as per site and soil conditions. The thickness of country
wood planks shall be 40 mm up to 3.00 meter and 50 mm where the trenches
depth exceeds 3.00 meter from the ground level. The sizes of Wallers and
struts at various depths have been given in the respective item of works.
The contractor will have to provide the timbering, open and
close or as per direction of Engineer. In case there is sufficient space
available for excavation of trenches at site, the contactor may be required to
excavate the trenches in requisite slopes in lieu of timbering as per direction
of Engineer.
The contractor are advised to see the site and working
conditions, specification and quote their rates accordingly which should be
including the cost of all timbering materials, labour for making the timbering
as and when required, and removal of timbering after completion of laying,
jointing etc. in any case no weakened polling board, wallers and strut will be
used.
Both sides of timbering shall be measured as one side. The
removal of timbering shall be started as per direction of the Engineer. The
rates of timbering is included in the rates of laying of pipe as per Schedule
'G'.

3.0 SEWER LINE:

3.1 LAYING & JOINTING:


The laying and jointing of pipe shall be strictly as per relevant I.S. code for
that particular pipe. The contractor will make the suitable arrangement of
carting upto the site / alignment of work including loading & unloading in
such a way so as to avoid damage to any portion of the pipes and will then
place along the excavated trench for laying of these pipes in to the trenches in
accordance detailed specification laid in sewerage manual & U.P. Jal Nigam
detailed specification (sewerage).

For laying of pipe, the center of each manhole shall be marked by a peg. Two
wooden posts 100x100x1800 mm high shall be fixed on both side at nearly
equal distance from the peg and sufficiently clear of all excavation.The sight
rail when fixed on these posts shall cross the center of manhole. The sight
rails made from 250 mm wide x 40 mm thick wooden planks and screwed
with the top edge against the level marks shall be fixed at distances more than
30 m apart along the sewer alignment. The center line of the sewer shall be
marked on the sight rail. These vertical posts and the sight rails shall be
perfectly square and planed smooth on all sides. The sight rails shall be
painted half white and half black alternately on both the sides and the tee
heads and cross pieces of the boning rods shall be painted black. When the
sewers converging to a manhole come in at various levels there shall be a rail
fixed for every different level.
The boning rods with section 75 mm x 50 mm of various lengths shall be
prepared from wood. Each length shall be certain number of meters and shall
have a fixed tee head and fixed intermediate crosspieces, each about 300 mm
long. The top edge of the cross pieces shall be fixed at a distance below the
top edge to the top edge equal to, the outside dia of the pipe, the thickness of
the concrete bedding or the bottom of excavation, as the case may be. The
boning staff shall be marked on both sides to indicate its full length.
The contractor shall get checked the levels of bedding before and after laying
of bedding and after laying and jointing of pipes by Engineer in charge. The
posts and the sight rails, shall in no case be removed until the trench is
excavated, the pipes are laid, jointed and filling is started.

Pipes damaged during transit from store/site or during lowering shall be


rejected/ removed from the site and shall not be allowed to be laid. The
contractor shall have to replace such pipes at his own cost or the cost of such
pipes shall be recovered from the contractor from his bills as per terms and
conditions mentioned in the tender document. Contractors are also advised in
their own interest to inspect each pipe before laying and jointing.

3.2 MEASUREMENT AND PAYEMENT:

The work of laying and jointing of sewer pipes shall be recorded from the
inner surface of the first M.H. wall to the inner face of the wall of the next
M.H. in meters and paid as per rates marked/ quoted in bill of quantities for
the respective depth (average GL to invert of sewer pipe). Same pattern is
applicable for payment of manholes.

3.3 TESTING:

Each length of sewer line from manhole to manhole shall be tested by


contractor at his own cost as per relevant I.S. specification / sewerage manual
by filling the water in to the sewer. The results of testing shall be produced by
the contractor properly signed by engineer in charge. The water required for
testing of sewers will have to be arranged by the contractor at his own cost.

As soon as a stretch of sewer is laid and tested a double disc or solid


or closed cylinder of 75 mm less in dimension than the internal dimensions of
the sewer pipe shall be run though the stretch of the sewer to ensure that it is
free from any obstruction.

3.4 PIPE BEDDING:

As soon as the bed of trenches is ready according to the desired slope, depth
and width, the bottom shall be got leveled and rammed properly. After
preparation of bed, P.C.C. or R.C.C. bedding of specified mix or of any type
of bedding such as compacted grannular material as per CPHEEO manual
shall be laid as per specification and as per direction of Engineer in proper
thickness, width and bed slope before laying of the pipe on it.

In case of concrete/RCC cradle beddings, pipes shall be allowed to be laid at


least 10 hours after the laying of base concrete bedding following type of
bedding shall be provided.
After laying the first layer of bedding, laying of pipes and jointing
shall be done. As soon as the jointing of pipes has been completed after
proper leveling, the portion of concrete of bedding (between pipe and trench
face) on both the sides of pipe shall be done as per drawing and as directed by
Engineer.
3.5 TYPE OF BEDDING:
RCC concrete bedding should be adopted for all depth and dia of pipe as
given for RCC NP3 S&S Pipe. It should be strictly as per CPHEEO Manual.
PCC 1:2:4 in cement, coarse sand and stone grit 20 mm size and should be
laid direction of Engineer Incharge.

4.0 MANHOLES AND SEWER CONNECTING CHAMBERS :

All manholes and sewer connecting chambers shall be constructed in


accordance with the dimensions shown in the approved drawing, All the
works related to construction of manhole should be carried out in accordance
with detailed specifications for the respective items of works. The inner
surface of the wall of M.H. /S.C.C. shall be plastered in mortar of mix as
specified in Schedule–G. The plaster below sub-soil water level must be
finished with a floating coat of neat cement on both sides along with the
water proofing compound as per direction of Engineer. The manhole covers
shall be precast RCC heavy duty circular type conforming to I.S. 2592.
However on highways and on important roads extra heavy duty manhole
covers shall be provided as desired by E/I. The footsteps shall be of
C.I./P.V.C. coated MS conforming to relevant I.S. code as per approval and
direction of E/I. The spacing of C.I. foot steps shall not exceed 25-cm. No
separate measurement for manhole cover and foot steps shall be made as they
are part of manhole as per bill of quantities. The drawing attached with
document is for 1500 mm dia manhole however the specifications for other
diameter M.H. shall be same. If the manholes are constructed in sub soil
conditions, the PCC 1:2:4 shall be replaced by RCC 1:1½:3 with nominal
reinforcement on both faces of R.C.C. foundation. The plaster shall be 20mm
thick on both sides in sub soil conditions.

5.0 DRY BRICK BALLAST PADDING :

The work of dry brick ballast 65 mm gauge broken from the Ist class and
over burnt bricks bats only shall be spread over the entire area of trench
before laying of R.C.C or P.C.C. of the specified mix and after preparation of
base of trench. The measurement shall be taken as per consolidated thickness
of the ballast padding in entire area of trench specified for the purpose. The
payment shall be made as per rates marked and quoted in schedule „G‟.

6.0 DISPOSAL OF SURPLUS EARTH:

The Contractor will dispose off the extra/surplus earth from the site of work
to the place or places specified by the Engineer. The Contractor is advised to
quote his rates inclusive of loading carting, unloading & spreading the
surplus earth. The measurement shall be recorded on basis of earth volume
disposed off by the Contractor in any of the following methods-
Where the disposal of earth is to be done in a large area the contour
plan shall be prepared & record measurements of levels shall be taken prior
to start of the work and after completion of the work and the volume of earth
shall be worked out.Where the disposal is to done in a small area, volume of
earth disposal shall be got measured in respective vehicle or any other means
of disposal.In both the methods as mentioned above 20% reduction towards
the bulk age of earth shall be done to arrive at the quantity of earth to be
actually paid for disposal.

7.0 OTHER WORKS:

Other works which have/have not been specified in schedule „G‟ and are
essential to be executed shall be carried out as per U.P. Jal Nigam, (LSGED)
or PWD/CPWD specifications, along with the procedure of measurements
and payment.
For extra items of works the Contractor profit on the issue rate of
materials shall not be added while working out the extra rate in case the
material is issued from the Deptt. For purpose of payment of quantities of
P.C.C. & R.C.C. cradle and brick padding in various lifts, the center line of
the thickness of particular quantity of the item shall be considered for
measurement & payment of the same.

8.0 DEWATERING FOR REDUCTION OF SUB-SOIL WATER


LEVEL DURING CONSTRUCTION:

Dewatering is the removal of excess water from saturated soil mass, which is
necessitated to make working easier in wet conditions and possible below
natural water level, during construction. The Dewatering work is done as per
the site conditions to enable for laying of sewer system and the construction
of RCC / brick structures in dry conditions and maintain factor of safety
against uplifting of structure. The subsoil water will be disposed off by the
contractor as decided by Engineer-in-Charge. The Dewatering shall be done
as per IS: 9759-1981.
The choice of the dewatering system depends upon the type of the
soil and its characteristics and depth of water table to be lowered. The
objective and main purpose of well point dewatering is to drain out water
only at the actual site of work. This avoids excessive dewatering over a large
area and provides dry working conditions to enhance the workability and
manpower and machinery in a very short time, and in most economical way.
Accordingly dewatering when ever required shall be done by well point
equipment as per direction of Engineer in charge.
No extra payment shall be made for dewatering for excavation in sub
soil condition during excavation, laying of R.C.C, cradle, laying and jointing
of pipes, construction of manholes, testing and back-filling etc. or for sewer
laying under sub soil and the contractor should quote their price accordingly.

9.0 PIPE LAYING BY TRENCHLESS TECHNOLOGY:

Tunnels are employed in sewer systems when it becomes economical,


considering the nature of soil to be excavated and surface conditions with
reference to the depth at which the sewer is to be laid.
Generally in soft soils the minimum depth is about 10m. In rocks, however,
tunnels may be adopted at lesser depths. In busy and high activity zones
crowded condition of the surface, expensive pavements or presence of other
service facilities near the surface sometimes make it advantageous
to tunnel at shallower depths. Each situation has to be analysed in detail
before any decision to tunnel is taken.
Shafts are essential in tunnelling to gain access to the depth at which
tunnelling is to be done to remove the excavated material. The size of shaft
depends on the type and size of machinary employed for tunnelling
irrespective of the size of the sewer.

9.1 METHODS OF TUNNELLING :

The tunnelling methods adopted for sewer construction can be classified


generally as auger or boring, jacking and mining.

9.1.1 AUGER OR BORING :

In this method, rigid steel or concrete pipes are pushed into ground to
reasonable distances and the earth removed by mechanical means from the
shaft or pit location. Presence of boulders is a serious deterrent for adoption
of this method, in which case it may be more economical to first install an
oversize lining by conventional tunneling or jacking and fill the space
between the pipe and lining with sand, cement or concrete.

9.1.2 JACKING :

In this procedure, the leading pipe is provided with a cutter or edge to protect
the while jacking. Soil is gradually excavated and removed through the pipe
as successive lengths of pipes are added between the leading pipe and the
jacks and pushed forward taking care to limit the jacking upto the point of
excavation. This method usually results in minimum distribance of the
natural soils adjacent to the pipe. Jacking operation should continue without
interruption as otherwise soil friction may increase, making the operation
more difficult.
The pipes selected should be able to withstand the leads exerted by
the jacking procedure. The most common pipes used for this are reinforced
concrete or steel.

9.1.3 MINING

Tunnels larger than 1.5 m are normally built with the use of tunnel shields,
boring machines or by open face mining depending on the type of material
met with. Rock tunnels normally are excavated open-face with conventional
mining methods or with boring tools.

Tunnel shields are used as a safety precaution in mining operations in


very soft clay or in running sand especially in built up areas. In this method, a
primary lining of adequate strength to support the surrounding earth is
installed to provide progressive backstop for the jacks which advance the
shield. As the excavation continues the lining may be installed either against
the earth, filling the annular space by grouting with pea gravel or the lining
may be expanded against the earth as the shield advances; the latter
eliminating need for any grouting.
Boring machines of different types have been developed for tunnel
excavation in clay and rock. They are usually provided with cutters mounted
on a rotating head which is moved forward as boring operations continue.
Earth excavated is usually carried by a conveyor system. Some machines are
also equipped with shields. Though the machines are useful in fairly long
runs through similar material, difficulties are encountered when the material
to be excavated varies.
Open face mining without shields are adopted in particular instances
where the conditions permit such operation as in rock. Segmental support of
timber or steel is used for the sides and the top of the tunnel.

Specifications for Rehabilitation Works by MWSL Method of old sewer

Intent

The intent of the contract is to carry out structural rehabilitation using structural Machine
Wound Spiral Lining (MWSL) method of the sewer stretches under reference to enhance
the life and structural capacity of the sewers under the contract. The rehabilitation works
shall include the following:

(i) Installation of approved continuous liners to sewerage pipelines, inclusive of


Top Hats or approved equivalentandlaterals;

(ii) Sealing of the leaking manholes and inspection chambers; and

(iii) Localized trenchless repair of structurally defective sections of the sewerage


pipes;

(iv) Replacementof pipe by open trench excavation,pipe bursting, etc., where


trenchless repair could not be executed.

General Requirements

(a) The MWSL process shall utilize one-part extruded polyvinyl chloride (PVC) or High
Density Polyethylene profile strip to be spirally wound by machine into anexisting
sewer (host pipe). The extruded profile strip shall be mechanically locked or HDPE
welded as it is spirally wound to form a liner inside the host pipe by use of the MWSL
winding machine. The installation system shall provide precise control of the internal
dimensions of the newly formed PVC or HDPE conduit that shall ensure the specified
annular space is maintained throughout there-lined length.

(b) No grouting is required to fill the annular space between the outside of the liner and the
inside of the host pipe when the liner pipe is expanded until it presses against the
interior surface of the existing pipe. However, if the liner pipe is inserted as a fixed
diameter into the existing pipeline and is not expanded, the annularspace between the
liner and existing pipeline shall be filled with a cementitious grout.

(c) The spiral wound PVC or HDPE profile process shall create are habilitated sewer with
improved chemical resistance characteristics, improved flow coefficients, and
structural enhancement for the host pipe.

(d) The reinforcing steel strip can be pre-inserted into the profile strip or formed into its
profiled shape on site, immediately before being mechanically interlocked with the
ribs of the PVC profile.

(e) For the lining system which is not close fit to the existing pipe wall, the annulus
between the outside of the liner and the inside of the host pipe and the space between
the ribs of the profile shall be filled with grout.

(f) The role of the grout is to provide a load path from the liner pipe to the host pipe, to
position the liner within the existing pipeline and to prevent lateral in filtration along the
liner/pipe interface.The reinforcing effect of the grout, if any, should not be included in
the calculation of the strength of the profile. The grouting together with suitably
designed end profiles shall provide water tight terminations to prevent infiltration at the
ends of the liner and at any cut outs for lateral connections.

Design of Liners

(a) The liner design shall address the structural requirements in accordance with ASTM F
1741 or other relevant pipe design standards.

(b) For lining of sewerage pipes with diameter 900 mm and below, the liner may be
installed with or without steel reinforcement.The lining shall be installed with diameter
reductionatnomorethan15 percent. Anyannulus between the lining and the host pipe
shall be filled with cementitiousgrout.

(c) Design loads shall comprisethe combination of earth pressures,hydrostatic loads and
traffic loads for each particular lining. Traffic live load given in WRc SRM (2001) 4th
Edition or AS 2566 Standard W7 Wheel loading are acceptable with the prior approval
of the Engineer.
3
(d) Soil modulus of 7 MPa and unit weight of 18 kN/m shall be assumed during design.

(e) All liners must be capable of resisting the combination of earth pressures, hydrostatic
loads and traffic loads.

(f) For lining of sewer with diameter more than 900mm only MWSL with approved steel
reinforcement shall be installed.The annular space shall be filled with a cementitious
grout as recommended by the spiral wound liner manufacturer / supplier and approved
by the Engineer prior to commencement of the work.

(g) The composite PV Candsteel profiles shall provide a liner with sufficient strength,
taking into consideration of the strength of host pipe , to meet the design requirements
in accordance with the loading conditions specified.The proposed profiles of PVC, steel
and grouting together with detailed design methodology shall be endorsed by a
Professional Engineer registered in India and the detailed calculations shall be
submitted to show that they meet the design requirements.

Material Requirements - Liner

(a) Forextruded profile strip shall be made from unplasticized P V C compounds meeting
the minimum requirements for cell classification 12344 or higher,as defined in ASTMD
1784, or made from HDPE compounds meeting the minimum requirements for cell
classification 334320C or higher, as defined in ASTM D 3350.

(b) The proposed PVC lining material shall have the strength and chemical resistance to
sewer system with a design life of not less than 50years (“Pickle Jar” test as stated in
section 1.18 is acceptable for evaluation of chemical resistance of 50 years).

Material Requirements – Grouting

(a) Grouting shall be carried out with the aim of filling the annular space along the whole
length of the sewerage pipes completely. Grout can be injected into the annular
space t h r ou gh openings in the termination end seals or at cutouts for service
connections.Groutholes, if drilled into the liner pipe shall be reinstated and sealed
with approved well-designed fittingcaps. The grouting operation can take place either
in a continuous stage or in lifts,depending on the condition of the host pipe,diameter
and length.

(b) Grout to be used to fill the annular void space shall consist of Portland cement, water,
and suitable mixtures.

(c) Flow characteristics, maximum drying shrinkage, and minimum compressive


strength requirements for the grout shall be compatible with the design
requirements for the renewed conduit and shall be compatible with the field
conditions under which the grout will be installed
(d) At the terminations and cut-outs, a length of 300 mrn of the annulus space shall be
sealed with a suitable water activated quicksetting Polyurethane gelor foam. This
grouting may need to be carried out under wet condition.

Material Requirements – Steel Reinforcing Strip

(a) MWSL system shall utilize Type 304 stainless steel reinforcement or approved steel
reinforcing strip with demonstrated corrosion resistance in the sewerage pipe
environment.

(b) For MWSL system where the steel reinforcement would the exposed to corrosion in
the sewer environment, the cold formed steel profile reinforcement shall be formed
from Type 304 stainless steel or equivalent and to the design thickness proposed in
the liner submission. The thickness, formed shape and yield strength of the strip
shall be compatible w ith the design requirements for the renewed conduit and the
specified PVC or HDPEprofile designation.

Material Marking and Handling

(a) The PVC or HDPE profile strip shall be distinctly marked on its inside surface at
appropriate intervals with a code number identifying the manufacturer,date of
manufacture and profile designation.

(b) All other products required to complete the spiral wound lining renewal process shall
be distinctly marked with product type and manufacturer.

(c) The product shall be inspected for defects at the time of manufacture and again in the
field prior to installation. Defects to the PVC or HDPE profile include, but are not
limited to, gouges, abrasion, flattening, cuts, punctures, andultra-violet (UV)
degradation. Defective product shall not be installed and shall be removed from the job
site. Handling and storage of the profile reels shall be in accordance with the
manufacturer's instructions.

(d) All other products required to complete the spiral wound PVC lining renewal process
shall be handled and stored in accordance with the manufacturer's instructions.Each
product shall be accompanied by its relevant specification and MSDS information.

Submittals (prior to commencement of rehabilitation work)

(a) Not with standing some of following items have been submitted as per above, the
Contractor has to resubmit these documents to the Engineer for approval prior to
commencement of rehabilitation work if there is amendment of the document due to
the changes of site conditions.

(i) Detailed design calculations for the structural lining system offered, Engineering
properties of lining materials,proposed liner thickness for each sewer stretch and
reduction in cross sectional area,pre and post lining hydraulic calculations and
durability performance data..

(ii) Flow diversion & management plan


. (iii) Traffic management plan
(iii) Pre-installation cleaning method and CCTV survey of host pipe

(iv) Method statement for spiral winding process including details of all materials and
equipment to be used during the
winding process.

(v) Grout mix design (if applicable).

(vi) Method statement for annulus grouting stating the spacing and details of
bulkheads, details of the bracing system, grout injection / vent holes, the number of
grout lifts required to fill the annular space, and methods for repairing holes in the
lining.
(vii) Mill certificate for the steel strip reinforcing confirming that the steel satisfies the
requirements of this specification and the Contractor's design submittal.

(viii) Documentation for the profile strip material confirming that the material satisfies
the requirements of this specification and the Contractor's design submittal.

(b) Upon completion of installation work, the Contractor shall submit the following
documents to the ENGINEER for final acceptance of the work:

 Post-installation CCTV survey of the renewed conduit

Liner Installation

(a) Profile Winding

(i) Installation of the spiral wound PVC or HDPE lining shall follow closely the
standard specification in ASTMF 1741.

(ii) The existing pipeline shall be cleaned of any obstructions, to a standard suitable
for installation of the liner, and televised. All existing live service connections shall be
precisely located longitudinally and radially, and logged for subsequent reinstatement
following installation of the liner.

(iii) Bypass pumping is not mandatory for installation of the spiral wound liner. The
contractor shall be responsible for deciding the need for flow diversion to allow
successful liner installation. Spilling of any sewage in any situation will not be
acceptable. The Contractor shall be responsible for the cost of all cleanup and
associated with activities that may be required to rectify the effects of any spillage due
to the liner installation.

(v) The PVC or HDPE profile shall be wound using equipment that is either self-
running or static. For the self-winding method, the winding machine traverses
down the host pipe forming the spiral wound PVC lining conduit as it goes. For the
static method, the winding machine operates from a fixed location and feeds the
spiral wound PVC lining conduit into the host pipe.

(v) The winding process shall be continuous until the spiral wound lining reaches
the end manhole. Joining of profiles will be as recommended by suppliers,subject to
approval from the Engineer.

(b) Annulus Grouting

(i) Annulus grouting where required shall conform to the contractor’s approved
submittals.

(ii) The Contractor shall submit the grouting plan as recommended and approval from
the supplier (a) prevent flotation of the spiral wound PVC or HDPE conduit (b) align
the liner pipe within the host pipe so that the required annular space is maintained
between the liner pipe and host pipe (c) prevent excessive deflection or buckling of
the liner pipe.

(iii) Grout shall be pumped into the annular space through pre-drilled locations
around the circumference of the spiral wound PVC or HDPE conduit.The number and
locations of the pre-drilled holes shall be subject to the approval of the Engineer.Vent
holes shall be provided at suitable locations to permit air to be expelled from the
annular space and to monitor grout fill levels.

(iv) Grouting maybe performed in one or more lifts in order to completely fill the
annular space.The Contractor shall submit his proposed method,subject to Engineer's
approval, to check and verify that the annular space has been completely filled.Any
holes made in the profile during the grouting operation shall be sealed using means
and methods approved by the Engineer.

Completion of MWSL Work

(a) Ends of Renewed Conduit:


(i) The ends of the spiral wound PVC or HDPE conduit shall be securely grouted in
position. The PVC or HDPE conduit shall be sealed to the host pipe with material
capable of achieving a watertight seal.

(ii) The transition between the liner invert and the invert in the manhole base shall be
rendered smooth to reinstate the sewer flow line with appropriate materials.

(b) Final Inspection and Acceptance:

(i) The completed spiral wound PVC or HDPE profile lining in the renewed conduit
shall be continuous over the entire length of an installation run and be free from
defects such as foreign inclusions, holes, cuts, tears, and grout voids.The renewed
conduit shall be impervious against leakage out of theconduit to the surrounding
ground or into the conduit from the surrounding ground.

(ii) Any defect which will or potentially could affect the structural integrity or
performance of the renewed conduit shall be repaired at the Contractor's expense
using means and methods approved by the Engineer.

(iii) The Contractor shall perform a post-installation CCTV survey of the renewed
conduit as required by the Engineer.

Reference Standards and Specifications

The MWSL system shall conform to thefollowing standards, specifications, WRc Sewer
Rehabilitation Manual and other relevant codes and standards whereapplicable:

(i) C109 Standard Test Method for Compressive Strength of Hydraulic Cement Mortars
(Using 2-in. Cube Specimen)

(ii) D256 Standard Test Methods for Determining the Izod Pendulum Impact Resistance of
Plastics

(iii) D638 Standard Test Method forTensile Properties of Plastics

(iv) D648 Standard Test Method for Deflection Temperature of Plastics Under Flexural Load
in the Edgewise Position

(v) D 790 Standard Test Methods for Flexural Properties of Unreinforced and Reinforced
Plastics and Electrical Insulating Materials

(vi) D1784 Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated
Poly(Vinyl Chloride) (CPVC) Compound

(vii) F1697 Standard Specification for Poly(Vinyl Chloride) (PVC) Profile Strips for
Machine Spiral-Wound Liner Pipe Rehabilitation of Existing Sewers and Conduits.

(viii) F1741 Standard Practice for the Installation of Machine Spiral Wound Poly(Vinyl
Chloride)(PVC) Liner Pipe for Rehabilitation of Existing Sewers and Conduits.

(ix)D 3350 Standard Specification for Polyethylene Plastics Pipe and Fittings Materials

(x) D 1505 Test Method for Density of Plastics by the Density Gradient Technique

(xi) D 1238 Test Method for Melt Flow Rates of Thermoplastics by Extrusion Plastometer

(xii) D 1693 Test Method for Environmental Stress-Cracking of Ethylene Plastics

(xiii) F 1473 Test Method for Notch Tensile Test to Measure the Resistance to Slow Crack
Growth of Polyethylene Pipes and Resins

Quality Assurance

(i) MWSL work shall be performed by a Contractor who has a proven record of performance
for similar installations. The Contractor shall submit resumes for
superintendents,foremen,and other applicable lead personnel for field installation crews
demonstrating competency and experience to perform the work scope as defined in this
specification and all other applicable contract documents.

(ii) Final Inspection: The renewed conduit shall be subject to a final inspection, and no such
work shall be scheduled or started without having made prior arrangements with the Engineer
to provide for the required inspections.

Type Testing and Quality Control for Spiral Wound Lining

(i) Type testing shall be carried out prior to commencement of the works.The materials for
spiral woundlinings and steel reinforcements are specified above.The test for PVC profile
shall be carried out meeting the minimum requirements for cell classification 12344 or higher,
as defined in ASTM D 1784. The test for HDPE profile shall be carried out meeting the
minimum requirements for cell classification 334320C or higher, as defined in ASTM D 3350.
Test specimen for verification of cell classification shall be prepared by machining
operations, or die cutting from a flat profile.

(iii) Type testing for stainless steel that is going to be use in rehabilitation works shall be
carried out meeting the chemical composition and mechanical properties of 304 stainless
steel.

(iv) The above tests shall be carried out by an accredited laboratory approved by Engineer or
are putable independent testing body if the tests can only be conducted overseas. New type
tests shall be conducted if there is a change in manufacturer and/or change in source of
materials during the course of the works.

Existing equivalent Dia of old wazeerganj sewer ranges from 300 mm to 900 mm and total
length is around 1700 m
TECHNICAL SPECIFICATION
(Electrical, Mechanical & appurtenant
works)
SECTION – A
GENERAL SPECIFICATIONS (E&M)
PART – I

APPROACH AND OWNER’S CONCEPT OF WORK

SCOPE OF WORK :
1.1 Brief Description of work: “Survey, Conditional Assessment of old existing
sewers including investigation, design, supply, laying, commissioning and testing of
sewer pipe in trun/lateral/branch sewer of 200 mm dia – 1400 mm dia including
house connection, Road re-instatement, Rehabitation of Machali Moahal SPS (6.48
mld) and Construction of 36 mld SPS 1 No. at CGPS including all civil and E&M
worsen Lucknow city sewerage district-4 Zone-1 Part-II Smart City.”

Scope of work :
The Broad scope of above work have mentioned herewith.

There are two Sewage Pumping stations (SPS) named MACHALI MOHAL
and NEW CGPS in different Location of Lucknow smart city area. The
Work includes
1. augmentation/ rehabitation of existing sewage pumping station at
MACHLI MOHAL SPS in wet well sump type SPS fro submersible
pump-set including all required supply of pumping plant, DG Set,
service connection ,switchgear, mechanical Screen and required
PLC/SCADA work .
2. Construction of NEW CGPS SPS including all required supply of
pumping plant, DG Set, substation, switchgear, mechanical Screen
and required PLC/SCADA work .
Detailed Scope of work shall include but not limited to the following:
i) Design, supply, installation, testing & commissioning of non clog type
sewage submersible pumping plants, control panels, switchgear,
transformers, HT/LT panels, DG sets etc. complete in all respect.
ii) Design, supply, installation, testing & commissioning of CIDF pipes for
individual delivery/suction of each pump and common header including all
CIDF specials like enlargers, dismantling joints, gap pieces, radial tees,
bends, tapers, fittings, motor actuator operated sluice valves and reflux
valves, electromagnetic flow meter etc.
iii) Design, supply, installation, testing & commissioning of
XLPE/PVC/Submersible power wiring & earthing etc. complete in all
respect.
iv) Design, supply, installation, testing & commissioning of direct online full
bore electromagnetic type flow measuring device, pressure indication
equipment suitable for sewage water, communicable to RTU and control
station.
v) Supply of all materials for construction of tube well and installation of
pumping plant and its commissioning and the appurtenant works for water
supply of the campus.
vi) Design, supply, installation, testing & commissioning of inlet actuator
operated sluice gates, manually/mechanically cleaned screens with all the
accessories.
vii) Design, supply, installation, testing & commissioning of actuator operated
lifting and hoisting arrangement.
viii) Supply of required tools and spares for proper operation and maintenance of
electrical-mechanical works.
ix) Design, supply, installation, testing & commissioning of SCADA/PLC
system for automation, operation, control, supervision and data acquisition of
all pumping machinery at each SPS and sensors used in each manhole.
x) Design, supply, installation, testing & commissioning of Local Control
Station for all the two SPS at the SPS/location intimated by the engineer.
xi) Design, supply, installation, testing & commissioning of Master Control
Station for Local Control Station at the location intimated by the engineer.
xii) Design, supply, installation, testing & commissioning of Online flow and
quality measurement system at SPS which will communicate to the
LCS/MCS.
xiii) Supply of equipment layout drawings, Technical specification and catalogue
etc.
xiv) Supply of Operation & Maintenance manual including manufacturer‟s
manuals of the equipment supplied.
xv) Performance guarantee of all works executed under this contract.
xvi) Painting and protection of all buildings plant and equipment.
xvii) Design, supply, installation, testing & commissioning of campus smart street
LED lights, internal & external electrification of all buildings with fittings
etc. all complete.
xviii) Supply of all inter connecting cabling, pipe work, fittings, hardware fixing
etc. which are required.
xix) Performance run for a period of four (4) months. If sewer system/STP/Rising
main is not commissioned simultaneously, the contractor may demobilize his
team temporarily and remobilize the required team for four months
performance trial run period on receipt of instructions from the Engineer. No
extra claim shall be admissible on this account. The amount withheld on
account of trial run for 3 months shall only be due after this actively is fully
completed. During this period all expenses excluding electricity charges
shall be borne by contractor. Thecontractor shall also train the O&M staff
provided by the Engineer for further operation & maintenance.
xx) Supply of completion drawings of work done after completion as per
requirement of Engineer in charge.
xxi) Defect liability period of twelve (12) months after trial and performance run
period of 4 months. Any defect occurred during this period shall be rectified
by the contractor at his own cost.

The word “Supply” (or provide) as contained in this specification shall


include the manufacture, insurance, purchase and acquisition of the
plants, testing before dispatch, packing and protection, delivery to site,
storage onsite, erection and installation, painting, testing when
constructed and installed, commissioning and providing all skilled and
unskilled personal, together with all the tackle, tools, transport and other
items or supplies necessary for the complete installation and the
execution of the work required and the supervision of the work.

1.1.2 SERVICE TO BE PROVIDED BY THE CONTRACTORS :


1.1.3.1 The contractor shall take the responsibility for all the testing and inspection
at manufactures works to be conducted in manner as specified in this
specification.
1.1.3.2 Transportation of all equipment, packing for transporting in the specified
way from the manufactures works to the project site inclusive of all
intermediate handling.
1.1.3.3 Unloading of equipment and other material from truck at site, transporting
and proper stacking at site in the approved way under security.
1.1.3.4 Opening of packages, checking, tallying out and inspection of equipment
received at the site and lodging of insurance claims
1.1.3.5 Taking delivery of equipment /materials from contractor’s site
stores/transportation at site and arrange for proper storage of
equipment/material in approved way, pending erection.
1.1.3.6 Erection, inspection, testing, start up and running of the equipment and
complete plant at rated capacity and speed.
1.1.3.7 Furnishing, all erection and commissioning, supervisor, service. The
contractor shall also arrange for operation & maintenance of equipment
during commissioning and trial run period.
1.1.3.8 The contractor shall also arrange technical experts of equipments from
proprietary supplier as and when felt necessary until the commissioning and
trial run of the plant is completed

1.1.4 Approval of Designs and Drawings:


Detailed design calculations and drawings would be submitted to the
Engineer
with regard to the following and his written approval obtained before
proceeding
with the concerning work.
(i) Site plan of sewage pumping station showing alignment of Bus main.
(ii) Location of pumps etc on elevation of sump well showing all the
levels.
(iii) Monorail gantry crane system shall be shown on a separate drawing.
(iv) Drawing, showing installation of pump, cables, switchgear boards
and relevant electric & mechanical works.
(v) Characteristic curves and parallel operation curves of pumping
plants.
(vi) Data sheets, quality assurance plans of equipment/instruments.
(vii) General arrangement drawings of pump house, sub station area, DG
set, Panel rooms etc.
(viii) Detailed engineering designs, calculations, Line diagrams,
Instrumentation/SCADA, P&IDs and other document required by
engineer.

Approval of the designs and drawings by the Engineer would in no case,


relieve thecontractor of his obligations of the works and their structural
stability andperformance.

1.1.5 VARIATION IN PROPOSED WORKS:


At the time of actual execution, the layout and alignment may vary as
per site requirement for which no extra claim of the contractor shall be
accepted.

1.1.6 Design & Drawing


Detailed drawing have been attached as per following.
(i) Tentative Site plan of showing sump.
(ii) Elevation of sewage sump showing all the levels.

1.1.7 BEFORE START OF WORK:


The successful bidder, on being intimated by the owner that his bid has been
accepted shall submit detailed design, calculations and drawings (including
proposed methodology for the rehabilitation) within a period of 1 month
from the date of issue of "Letter of Acceptance". These designs and
drawings would be checked and approved or commented by the Engineer
within a further period of one month leading to the issue of "Notice to
proceed". Design of other equipment required as per site requirement will
be got approved as and when required.
1.1.8 Entire work provided in this contract would be completed, tested and
commissioned within aperiod of Sixteen calendar months from the date of
notice to proceed including Four months test &trial run period.
1.1.9 The works would be run on trial and test by the contractor for a
period of Four calendar months, leading to issue of "Certificate of
Acceptance".
The completion test shall be taken on the design flow plus 20% over load
and as
specified in specifications.

1.1.10 Specifications:
All materials supplied and works done by the contractor would conform to
the specifications laid down in relevant Indian Standard codes of practice or
International Standards superior to it, subject lo approval of the Engineer.

11.11 Training Officer:


Following the trial run period, there shall be continuous Four months
duration during which period the contractor shall provide works training
officer whose sole duties shall be to advise the owner on the operation and
maintenance of works and the instruction on a full time basis to the owner's
staff on the operation and maintenance of works.
1.1.12 Certificates of Completion, Final Acceptance
Upon written notice from the contractor that the entire work required by
the contract documents including testing and commissioning of works is
complete and that all submission required of him are made and after the
Contractor has delivered the bonds, Certificates of inspection, guarantees,
warranties, and other documents the Engineer will make final inspection
and the owner will notify the Contractor in writing of any particulars in
which this inspection reveals that the work is defective or deficient and will
also notify the Contractor in writing of any deficiencies in the submissions
and other documents required of him. The contractor promptly shall make
such corrections, as are necessary, to remedy all defects or deficiencies.
After the Contractor has completed all such corrections to the satisfaction of
the owner, the owner will issue a "Certificate of Completion" of the work.
1.1.13 Certificate of Final Acceptance:
After work have been completed including testing, commissioning and trial
running. "Final Acceptance Certificate" shall be issued.
1.1.14 Trial, Test and running Certificate of Satisfactory Performance/Taking over:
If the Contractor has made good all defects, any unsatisfactory features else,
repairing, reformation and construction the same as required by the
engineer, the works shall have to be completed in accordance with the
terms and conditions of the contract to the entire satisfaction of the
Engineer, the Owner shall issue to the Contractor the “Certificate of
satisfactory Performance/Taking over."
1.1.15 Obligation Under the Contract:
The issue of above certificates or final payment or performance security do
not relieve the Contractor of his obligations under the contract for any
faulty, deceitful or fraudulent act or work which may show up in the works
or in parts thereof in the course of time, whole such matters without regard
to time elapsed shall be subject to Arbitrations provided in relevant clause.
SECTION –A
PART -II
DOCUMENTATION REQUIREMENTS
2.1.1 Obligation to Provide Documentation

The contractor shall, as an integral part of the contract, supply detailed


documentation and working drawing of the process and the equipment's to
be supplied by him and to provide the Engineer with copies as soon as
practicable and at least within the specified period and further to provide
and assist the engineer or the owner with any design calculation, other
information on data relating to problem arising from the design or supply of
the process or the mechanical or electrical plant.

The contractor shall supply all the documentation and drawings asked for or
implied in the section or elsewhere in the specification.

Approval by the engineer or his representative of the contractor's design,


calculations or equipment shall not relieve the contractor of any of his
contractual responsibilities or obligations.

2.1.2 Format Language and Units

The language of all documentation shall be in English. Units of measurement


in the documents, on the drawings and the submissions shall be in (S.I.)
Metric units.
The term Drawing shall be deemed to include all drawings, schedules, lists,
software documentation, descriptive text and calculations necessary for the
design, construction, operation and maintenance ofthe Works and referred
to in this clause.
Drawings and all other submittals required shall besubmitted in editable
electronic softcopy format on CD(s) or DVD(s) as well as in hardcopy
paperformat.
The softcopy format for various items shall be as follows:
• Drawings: AutoCAD version 2008 or latest
• Text Documents: Microsoft Word vers ion 2007 or latest
• All programmes and schedules related to the project: Microsoft Project
version 2007 or latest.
• Spread sheets, calculations, tables, technical schedules, prices schedules,
and other numericaldata: Microsoft Excel .version 2007 or latest
• Databases: Microsoft Access vers ion 2007 or latest
• All other required information not included in the above: Adobe Portable
Document Format
(PDF).

The hardcopy format/sizes for various items shall be as follows:


• Drawings: Standard A1 size paper. The scale for each drawing shall be
selected such that theinformation is presented without any clutter or
ambiguity and is clearly and easily legible
without the use of magnifying aids other than a reader's normal eye-glasses.
• All other information: Standard A4 or A3 paper size, except for any pre-
printed standard
information such as brochures or catalogue information, which may be
submitted in the
original size and format.
Each drawing shall contain a space within a title-strip for recording
revisions and space for the engineer's approval (a blank rectangle
120x50mm).

2.1.3 Tender Details


The description of the plant and equipment required for each of the
processes as shown in the schedule of prices, is an outline and intended only
to provide information on the cost of individual sections and processes. The
contractor shall submit the followings:-
2.1.4 Tender's Specification
The contractor shall submit with his tender a detailed and substance
specification in duplicate giving full particulars of the spare parts of the
proposed process and the plant. The particulars as there together with this
specification will be binding upon the contractor and must not be departed
from without the written permission of the engineer. For some specific
reasons if the contractor wishes to omit any specified items of plant or if the
plant offered does not comply with the specified requirements of design or
construction, special departures from this specification may be permitted
provided it is included in the contractor’s tender submission and in this
instance the contractor shall fully justify the departure quoting the relevant
clause in each case. Standard general specifications may be submitted to
this regard but such specification will not be accepted as justification or in
lieu of the schedule above mentioned in respect of any departures from this
specification.
Unless specifically mentioned in the contractor's tender specification,
items or plant and equipments omitted in the Tenderer’s specification, but
required by this specification shall be provided by the contractor at his
own expense.

If any item so omitted is subsequently found to be required for satisfactory


operation or performance during the testing or commissioning or
operation of the works; the contractor shall provide the item or rectify the
deficiency at his own expense.

The tenderer’s specification shall be fully comprehensive and shall describe


and specify in full each individual item of plant and equipment offered. It
shall state the function of each unit, duly required, describe the ability of the
unit, to satisfy their requirement, the materials of construction and the
speeds, powers, quality, finishes etc. and performance. It shall include the
electrical plant, the cabling and instrumentation.
2.1.5 Calculation
Triplicate copies of hydraulic calculations for the plant and equipment shall
be submittedwith this tender. They shall fully embrace the range of flow
rates and sewage water conditions that are likely to occur on site.
Pumping plant calculations required shall include the pumping curves., the
system curves,suction conditions, viscosities etc. Pipe head loss calculations
shall include consideration of the hydraulic energy losses in bends, fillings,
exits, entries etc. and shall account for conditions the when the pipes are in
and in old condition.
2.1.6 Schedule for Plants
The contractor shall prepare and submit with his tender a comprehensive
set of technical performance technical and cost schedule.
Individual data shall also be provided in the technical schedules for pumps
and any such equipment. A schedule showing the manufactures of such
component shall also be provided.
2.l.7 Tender Drawings
The contractor shall submit with his tender quadruplicate sets of drawing,
which shall include:-
Plan showing the layout of sewage water reservoir and pump house showing
alignment of pumps, bus main and L.T. panel etc.
Elevation of sewage water reservoir and pump house showing all the levels
and cross-section of bus main.
Plans and sectional elevations, showing the access headroom, loading,
forces to be resisted and operation clearances, required for and around the
various items of plant that are proposed for installation in the Works. They
shall show the general arrangement and details of all channels, cable ducts
and size and position of all openings etc. General electrical cable diagrams
and instrumentation drawings.
Plan showing the layout of pumping plants, D.G. sets and sub-station
equipments, eg. transformers, H.T. panel in H.T. room and cables etc.
2.1.8 Details Drawings

Within one months of the date of acceptance of the tender, the contractor
shall submit to the engineer four copies of a set of drawings repeating
the information's given in the tender drawings incorporating any
modifications approved by the engineer and completing the detailed
design and construction drawings for the works. The detail drawings
shall include at least:
 The final dimensions and exact location of all items of plants.
 Switchgear Panels Board, Pumps, valves, motor control-centers,
distribution boards etc.
 Final electrical diagram cable runs, Lighting arrangements,
instrumentation and power points.
 The final working drawings to proceed with the
construction/installation work.

2.1.8.1 Approval of Designs and Drawings


Design calculations and drawings would he submitted to the engineer and'
his -written approval obtained before proceeding with the concerning work.

Approval of the designs and drawing by the engineer would, in no case,


relieve the contractor of his responsibility of the works and their structural
stability and hydraulic performance.

2.1.8.2 Tentative Electric drawings showing electrical equipment:


Electric drawings shall be submitted by the bidder for accommodating the
electrical equipment's as per I.E. rules and relevant I.S. and taking in to
account the dimension of various equipments i.e. length, width and height,
The bidder shall also along with bid design of the outdoor transformers &
switch yard showing the various equipment for assessment of space
requirements.

The responsibility of getting approval/NOC of electrical layout


drawings/installations from Director, Electrical Safety, UP/competent
authority of U.P. Govt. shall be of contractor.

2.1.9 Component and Spare parts Drawing


Prior to the delivery of any item of plant or equipment for the works, the
contractor shall in triplicate submit to the engineer for approval accurately
detailed mechanical and electrical drawings, relating to spare parts.
All the drawings of contractor used on site for erection, installation or
construction of the works shall first be submitted (three copies) to the
engineer for approval. Any corrections required by the engineer shall be
incorporated as amendments. No drawings or amended drawing shall be
used in any work or for any other purpose unless the latest amendment has
received the engineer's approval.

2.l.10 Contractor's Drawings


Before the commencement of the civil engineering construction. The
contractor shall supply the engineer with three sets of paper print of the
construction’s final drawings for the works in order that they can be
examined. Following firm approval by the engineer, the contractor shall
supply the engineer with a further live set of line prints of die drawings.
2.1.11 Manual
The contractor shall deliver to engineer duplicate loose-leaf copies of draft
operational and maintenance manuals for the plant prior to its delivery to
site. The manual skill fully and clearly set out the contractor's own
recommendations and instructions for the satisfactory operation and
maintenance of the plant or equipment.
Draft manual shall, during the testing and commissioning of the works, be
carefully checked by the contractor and updated and modified during the
testing and commissioning period to ensure that it is fully descriptive and
applicable to the final process plant as installed and as found to behave
under operational conditions.

The engineer will certify no section of die works as complete unless this
requirement has been met. The draft manual shall be in Hindi and/or English
and may include manufactures standard, literature but the contractor, shall
fully supplement the literature by his own descriptive text explanations and
drawings.

Five copies of the final approved manual for the works shall he submitted to
the engineer prior to the commencement of the maintenance period. They
shall be securely bound in A-4 sized loose leaf binders, clearly titled, indexed
and cross-referenced. The final manuals shall incorporate instruction, entire
process covering the full range of water condition. If during the maintenance
period, the engineer finds that the manual required modification or
enlargement as a result of subsequent operational and maintenance
experience in the work, the contractor shall provide approved modifications
for each manual.
The manual shall include, for the mechanical and electrical plant, procedures
for at least:
 Lubrication, checking, calibration and adjustment of each item.
 Attention at. weekly, monthly or other intervals to ensure reliable trouble
free operation.
 Complete overhaul, dismantling and reassembling, testing and re-
commissioning.
 The identification and selection of suitable lubricants, standardized
throughout the world identifying various Indian manufacturers suitable
equivalents.
 Fault detection.
 Clearing works, the plant and its component.
 Maintenance of protective coatings.
 Maintenance, works performance, etc.
2.1.12 Operating Log Sheets
Record book- shall be handed over to the engineer in an approved form
before the completion of the initial commissioning period.
2.1.13 Record/As Built Drawings
The record drawings shall be handed over to the engineer within 04 months
from the date of the handing over the works. The record drawing shall be on
best quality tracing paper (Preferably on polyester tracing papers).
2.1.14 The contractor will be responsible to inspect all the electrical equipments
installation & cable work to electrical inspector of Govt. of U.P. at his own
cost & take necessary certificate/B&L form verification/cleared from
electrical inspector to obtain power connection from UPPCL.
SECTION-A
PART-III
MATERIALS AND WORKMANSHIP

3.1.1 Introduction
This part of the specification sets out the general standards of the materials,
workmanship and plant design to be supplied by the contractor.

The engineer shall have power to reject defective parts there of which do
not comply with the specification. Such part shall be replaced by the
contractor at his cost.
3.1.2 Compliance with Standards
Where reference is made in this specification to a standard or code of
practice issued by the Bureau of Indian standards or the British Standard or
their equivalent, this shall be deemed to refer to any of the standard
referred to in this specification.

Only standard amended to date shall be used for reference and where it is
not specifically stated the equivalent shall apply.

CPHEEO manual will be followed strictly with all relevant IS/NEMA/CE-


UL/BS/Special Publications of BIS/relevant codes for all the activities to be
done as part of the work under this contract.

3.1.3 Materials (General)


All materials incorporated in the works shall bethe most suitable for the
duty concerned and shall be new and of first class commercial quality free
from imperfection and selected for long, life and minimum maintenance. All
submerged moving parts of the plant shall be of corrosion resistant metals.
All parts in direct contract with various chemical shall he completely
resistant to corrosion or abrasion by these chemicals and shall also maintain
their properties without aging due to the passage of time, exposure to light
or any other cause. Attention shall be paid lo prevention of corrosion due to
close proximity of dissimilar metals.

3.1.4 Workmanship (General)


Workmanship and general finish shall be of first class quality and in
accordance with the best workmanship practice and shall provide what is
generally recognized as water works finish.

All similar items of plants and spares shall be perfectly interchangeable. All
equipment shall operate without excessive vibration and with minimum of
noise. Dust proof casing shall be provided wherever necessary.

3.1.5 Erection (General)


All equipments (Pumping plants, D.G. Sets & Electric Sub station) shall be
erected true to the designed level and line and equipment. It shall be the
contractors responsibility to see that the alignment of the plant is well
maintained during the tenure of the contract.
All moving rotating parts shall be in balance statically and dynamically so
that when running at normal to maximum load, there is no vibration due to
imbalance.

The entire erection of the equipment shall be as per manufacturer's


directions, if any. All directive marks like arrows, open close position of
valves, upper and down word etc., shall be carefully examined before fixing
the instruments in position.

All holes required for fixing thepipes, small plant items, conduits, cable trays
etc. shall be drilled by the contractor and the fastening and fixing work shall
be carried out before the final plastering is done. The cost of drilling holes
and providing fastenings shall be included in the contract price.

The contractor shall be fully responsible for security against thefts,


breakage’s before. actually taking the possession off the plant. No extra
charge will he paid by the owner in this account.
3.1.6 Design Life.
All materials and equipment shall be designed for long life and shall be
suitable for continuous 24 hours per day operation for prolonged period
with a minimum of maintenance and contractor may be called upon to
demonstrate this for any component either by the service record of similar
equipment elsewhere or by records of extensive type tests.

Routine maintenance and repair shall as far as possible, not require the
service of highly skilled personnel,

Except for consumable items such as gland packing, etc., which normally
require replacement more frequently, no part subject to wear shall have a
life less than 1.0 year.

3.1.7 Metal Works


All metals used in the works shall be most suitable for the purpose The
equipment manufactured in shops shall be pre-painted or coated by the
manufacturer to give a standard finish. All metal work assembled in the
plant shall be thoroughly cleaned, degreased, dried before painting. All part
subjected to hydraulic pressure taste shall be painted after the tests are
successfully carried out. Generally four coats of approved quality standard
paint suitable for the concerned surface shall be applied. The coats shall be
of different shades to distinguish them from each other.
3.1.8 Welding
In all cases where welds arc liable to be highly stressed, the contractor shall
supply to the engineer before fabrication commences detailed drawings of
all welds and weld preparation proposed. No such welding shall he carried
out before the engineer has signified his approval of the details proposed,
No alterations shall be made to any previously approved details of weld
preparation without approval of the engineer.

Welders shall be qualified in accordance with the requirements of


appropriate section of Indian Standards.

All tests if required shall be carried out in the presence of the engineer.
All welded components shall be stress relieved prior to machining. .

9 Castings
All cast iron shall be of standard grey and grained quality to appropriate
Indian standard or better. The structure of the casting shall be
homogeneous and free from non-metallic inclusions and other injurious
defects. All surfaces of castings which are not machined shall be smooth and
shall be carefully fettled to remove all foundry irregularities.
Minor defects not exceeding 2.5 percent of total metal thickness and which
will not ultimately affect the strength and serviceability of the castings may
be repaired by approved welding techniques. The engineer shall be notified
of larger defects and no repair welding of such defect shall be carried out
without prior approval. If the: removal of metal for repair should reduce the
stess-resting cross section of the casting be more than 25 percent or to such
an extent that the computed stress in the remaining metal exceeds the
allowable stress by more than 25 percent then that castings may be
rejected.

Castings repaired by welding for major defects shall be stress relieved after
such welding. Non-destructive test will be required for any casting
containing defects whose extent cannot otherwise be judged or to
determine that repair welds have been properly made.

3.1.10 Forging
All major stress-bearing forging shall be made to a standard specification,
which shall be submitted to the engineer for approval before work is
commenced. They shall be subjected to internal examination and non-
destructive tests for the detection of flows and shall be heat-treated for the
relieve for residual stresses. The name of the maker and particulars of the
heat treatment proposed for each such forging shall be submitted to the
engineer. The engineer may inspect such forging at the place of the
manufacture with a representative of the contractor.
3.1.11 Nuts, Bolts, Studs and Washers

Nuts, bolts, studs and washers for incorporation in the plant shall
conform to the requirements of the appropriate Indian or other
approved standards. Nuts and bolts for pressure parts shall be of
the best quality bright steel, machined on the shank and under the
head and nut. Bolts shall be of sufficient length so that one thread
shall show through the nut when in the fully tightened condition.

Fitted bolts shall be of light driving fit in the reamed holes they occupy, shall
have the screwed portion of such diameter that it will not be damaged in
driving and shall be marked in a conspicuous position to ensure correct
assembly at site.

Washers, locking devices and anti-vibration arrangements shall be provided


where necessary and shall be fitted where necessary to ensure that no
bending stress is caused in the bolt.
Where there is a risk of corrosion, bolts and studs shall be designed so that
the maximum, stress in the bolt and nut does not exceed half the yield
stress of the materials under all condition.

All bolts, nuts, screws and fasteners which are submerged in sewage shall be
made of nickel-bearing stainless steel.
3.1.12 Tools
A complete set of necessary special tools and test equipment shall be
supplied by the contractor to enable any erection, disentangling or lusting to
be carried out on any part of the plant, whether of an electrical, mechanical
or any other nature during the life of the plant and shall be listed separately,
The tools shall not be used for the erection of the equipment being supplied
and must be handed over to the engineer in completely new and unused
condition. The tools provided should include wrenches, grease guns and any
other special tools etc. that may be required during life of the plant.

3.1.13 Painting
All items of metal work shall be thoroughly washed, dried, cleaned,
degreased before application of any paint

Normally, the initial coat shall be applied in the manufacturer’s shop. After
arrival of the equipment on site, the same shall be inspected and damaged
portions shall be cleaned and given the primer and under coat of similar
paint.

After erection, metal works shall be painted as follows:


a) Surface painted with red oxide or primer or with oil based under
coat shall receive two under coats and one finishing coat of
approved oil based paint.
a) Biutminous painted surfaces shall receive two coats of approved
bituminous paint.
b) Galvanized surfaces shall be primed with chromate prime followed
by two under coats and one finishing coat of approved oil based
paint.
c) All indoor parts, instruments and electrical equipment shall be
chromium or copper nickel-plated.
The following tables gives the nature of surface and paints to be used. The
contractor shall study and follow this properly.

S.No. Surface Treatment


1. All railings, mild steel Galvanization & two coats
Ladders, pipes for water of approved oil paints of
Supply Approved Shades.
2. Submerged metallic parts Anti corrosive paints suitable for
sewage water.
and their projections above
water level.
3. Metal parts above water level Approved oil paint of approved
shades.
4. All indoor fixtures, parts Chromium or nickel plating.
instruments, equipment, panels
etc.

The contractor shall clearly indicate the surface treatment for all metallic
parts of the plants in the schedule of particulars in details.
3.1.14 Allowance for Wastage
The contractor shall supply as specified, to the satisfaction of the engineer,
reasonable excess quantities to cover wastage of those materials which will
be normally subjected to waste during erection, commissioning and setting
to work.
3.1.15 Fire Extinguisher
The contractor shall provide adequate supply of 5 kg ABC type/approved fire
extinguishers at each SPS and refills for the works. In this regard he shall
consult the engineer as to the suitability of the appliances which he
purposes to supply.
3.1.16 First Aid Facilities
The contractor shall provide complete first aid facilities for his staff (and
other) till the date of the handling over of the works. The facilities shall be
fully available on the day of the commencement of the plant.
3.1.17 Lightening
The contractor shall ensure that any structure or installation provided by
him is adequately designed to minimize damage to the works from
lightening. Lightening conductors shall be designed in accordance with the
latest edition of the appropriate Indian standard code of practice.
3.1.18 Pipes and Pipe Work
All pipe work and fittings etc. shall conform to the latest revision of the
appropriate Indian Standards and shall be to a class in excess of the
maximum pressure and shall be supplied by an approved manufacturer.
Proper indication color code shall be provided as per the standard practice
in consultation with the representative of the engineer.
The pipe work installation shall be so arranged as to offer case of
dismantling and removal of pumps or other major items of equipment. This
can conveniently be done by the use of flange adopter. All pipes shall be
tested at the manufacturer’s works at twice the working head or 1.5 times
the maximum working head whichever is greater.
The internal surface of all pipe work should be thoroughly cleaned before
and during erection and before the pipe work is placed into commission. All
underground pipelines shall be properly painted as per the standard
practice.
The cast iron flanged pipes shall conform to the proper Indian Standards.
The cast iron fittings shall also comply with the relevant Indian Standards or
equivalent. Non-standard specials shall be generally avoided.
Steel pipe work shall also conform to the relevant Indian Standards. Where
any unspecified PVC pipes are to be utilized specific approval of the engineer
shall be taken. The galvanized steel pipes shall conform to the proper Indian
Standards.
3.1.19 Valves
All valves used, shall conform to relevant Indian Standard or equivalent
standards. All valves shall be designed for actuator/manual operations,
unless specified otherwise. These will be tested at the manufacturer’s shop
and such test certificate shall be provided on demand. All packing glands
shall permit replacement of packing while the valve is online. All valves shall
have open/close rotational direction marked clearly on the wheels.
Manual operation of valves shall be possible against the maximum
unbalanced head, gearing being provided as necessary.
Sluice valves shall be given gunmetal faces and guides and shall not be
possible either to removes, replace or recondition the valves seats and to
remove the gate without removing the valves from the pipe work. For this
propose suitable flange adaptors may be provided.
Butterfly valves shall have high nitrile rubber seats, preferably metal
reinforced unless otherwise specified and shall be installed in the pipe work
in such a manner that they can easily be removed form the line for
dismantling and replacement of the rubber seats.
The non-return valves on the main pump delivery branches shall possess
high speed closing characteristics with minimum shock on closing.
Each valve or its operation equipment shall bear an approval nameplate
stating its function. All operation spindles, gears and head stocks shall be
provided with adequate points for indications.
3.1.20 General Electrical Specifications
The following specification shall be applicable to all the electrical equipment
furnished and created under this contract. Item of works not specifically
stated in this specification, but which are necessary for meeting the
requirements of this specification shall be included in this scope. The
equipment offered shall comply with the relevant Indian Standards or
equivalent better standards. The electrical equipment/installation shall
comply with the requirements of the Indian electricity rules Indian Electricity
Act Indian electricity (supply) Act and the Indian Factories Act. For the
purpose of designing equipment an ambient temperature of 480C should be
considered.

The equipments offered shall be suitable for installation and trouble free
operation in the climatic conditions prevailing in Lucknow Smart City Area.
The contractor shall design all the electrical equipment like switch boards,
motor starters, controls, etc. and submit detailed drawings. All the
equipment shall be designed as per the standard code of practice and in
conformity with the specification.

GENERAL SPECIFICATIONS
Installations
The electrical installation shall comply wherever applicable with current
codes and IS:732-1963, or equivalent code of practice for electrical wiring
installations and IS:4648-1968 is guide for electrical layout in residential
building.

Quality and Workmanship


All the materials, fittings, used in the electrical installation shall conform to
Indian Standard specification wherever these exist in the case of materials
for which Indian standard specifications do not exist, samples shall be
submitted for engineer’s approval.

3.1.21 Electric Motor


A squirrel cage submersible induction motor suitable for operation on .415
KV voltage variation 10% 3 phases, 50 Hertz with variation 5.0 % A.C.
Supply shall be provided.
Insulation = All motors shall be insulated with class F
insulation
Cooling = Cooling shall be done as per relevant IS.
Bearings = Bearings shall be plain or roller type bearing.
Number shall
be punched on the name plate of each
motor.

3.1.22 Control Switchgear Panel


Control switchgear panel shall be free standing, single, front non draw out
compart-mentilised. MS portion shall be given degreasing, derusting,
phosphating, and passivation treatment followed by coats stoved primer
and 2 coats of final paint stoved enamel. Control panel enclosure shall be IP
42 and shall be PLC based.
Bus Bar
Aluminum alloy bus bar of required rating for phase and neutral shall be
provided. Bus bar shall be supported by cast resin insulators. Porcelain
insulators are not acceptable. The mechanical and di-electric strength of bus
bar, connection and supports shall be able to withstand the worst conditions
of electrical short circuits. Bus bar shall be housed in top bus bar chamber of
the Control panel and shall be wrapped with colour codes polyester taps. An
earth bus bar of suitable size shall be provided at the bottom of the control
switchgear panel.

Switch gear
All switches shall be interlocked with the door such that door cannot be
opened while the switch in ON position.
Wiring
Inter panel wiring shall be done with 650/1100 B grade PVC insulated copper
wire only. Minimum size of power wire shall be 4 sq. mm and control wire
2.5 sq. mm. 20% spare feeders of starter, 1 no. feeder for lighting and 1 no.
feeder for welding shall be provided.
3.1.23 Capacitors
Motor shall be provided with APFC capacitors Banks to 0.9 lagging or above.
Unless otherwise specified all capacitors shall of the scale unit pattern
comprise paper foil or plastic firm impregnated with oil or synthetic
electrolyte. Capacitors shall comprise assembly of unit mounted on frames
with suitable trumping screening interconnections or shall be housed in
ventilated sheet steel enclosures. In either cases capacitors shall be
complete will all
Necessary interconnections, discharge devices, protective fuses and
terminals for the connections of a 3 core supply cable. A removable un-
drilled cable gland shall be provided
3.1.24 Cable
All power and control cable for medium and low voltage shall be 440 V
tested at 1100 V. grade F.R. P.V.C. Insulated round wire/flat wire armored,
P.V.C. sheathed as per IS : 1554 Part-I. H.T. cable shall be of 12 K.V. Size 90
to 120 sq. mm X.L.P.E. type conforming to I.S.-1554 part-III. Cables shall be
supplied on non-returnable drums made of seasoned wood.
3.1.25Light Fixture
All light fixtures shall be of approved and standard quality.
3.1.26 Earthing
All equipment rated 220 volt and above shall be earthed with GI wire/strips
at minimum two places and equipment rated below 220 volt shall be
earthed at one place. An earthing loop shall be provided. Earthing shall be
done as per IS:3034. All motors shall have independent earthing. Similarly
earthing for lightening arrester shall be separately provided.
3.1.27 Installation Method
a) General
All cables where required to be run on walls, ceilings or other building
structure shall unless otherwise agreed by the engineer be secured on tray
or enclosed in conduit or trucking.
Every cable whether in or out of sight shall be neatly run vertically,
horizontally or parallel to adjacent walls, beans or structural members.
Where the building structures incorporate built covered duct/trench system
for main cables, heavy cables may be laid on the floors of such trenches but
small power cables control protection and instrumentation cables shall be
segregated and installed on tray work or otherwise secured to walls of the
trenches. Where the structure incorporate general service ducts/trenches
containing all cabling shall be segregated from other service and run on the
trench walls from other service and run on the trench walls.

GENERAL SPECIFICATIONS
a) Installation
The electrical installation shall comply wherever applicable with current
codes and IS:732, 1255 or equivalent code of practice for electrical wiring
installations and IS:4648-1968 as guide for electrical layout in residential
buildings.

Throughout the installation due regard shall be paid to the spacing of cabling
to maintain current ratings to present interference between power and
signal cables and to avoid unnecessary crossovers.
All cabling throughout the installation shall be fixed with purpose-designed
clamps, clips or saddles. Saddles for small power and control cables may be
fabricated from PVC covered metal strapping. Self-locking plastic buckle clips
and strapping shall not be used.
b) Tray
Cable trays shall be of perforated mild steel with formed flanges and PVC
sheathed throughout or approved rigid plastic. Where steel trays are cut
and shape on site cut edges shall be painted with at least two coats of
polyurethane based paint. All holes for fixing cables clips, racks trays cleats
and appliances to the building structure shall be made neatly with a rotary
drill, not of the percussion type. A simple shot cartridge tool s may e used
only at the discretion of the engineer. Any damage caused by the contractor
to surfaces shall be made good by the contractor to the satisfaction of the
engineer.
c) Conduit
All circuit shall be either hot dipped galvanised or rigid PVC. Stove enameled
conduit shall not be used without the written permission of the engineer.
Conduit shall be run on the surface or sunk as specified, be neatly arranged
and ways shall be provided for additional conduits at all distribution boards.
The sizes of conduit used shall be provided for additional conduits at all
distribution boards. The sizes of conduits used shall be determined by the
number of cables to be drawn in as scheduled in the IE. Regulations or as
specified for a particular position, but in no case shall conduit smaller than
20-mm diameter be used Sunk and concealed conduit system shall support
fittings independently of any false ceiling.
The conduit shall be screwed into spout outlets of conduit boxes or where
fixed to boxes drilled with properly sized clearance holes they shall be
secured by means of sockets and hexagon bushes. All threads shall be cut
clean and all burs shall be removed with a reamer.
All bends shall be formed in the conduit itself, factory made bends not being
installed without the written permission of the engineer. The radius of
bends shall not be less that that given in IE regulation.
Standard junction or adaptable boxes shall be provided at all junction and at
sharp changes of direction in addition to any other special positions where
they are called for by the engineer. Particular care must be taken to insure
that no water is allowed to enter the conduit at any time and all conduits
shall be arranged with adequate ventilation and drainage where necessary
as directed by the engineer. Inaccessible junction boxes will not allowed.
Only continuous lengths of buried conduit shall be installed bet ween boxes,
no joint boxes being allowed in the floor screeds. Conduits crossing
expansions joints shall befitted with couplings of approved manufacture
with an earthing clip at each side of the coupling, connected by the correct
size of tinned copper standard wire. The end of conduits laid or set in prior
to concreting shall be temporarily sealed of with a coupler.

Adopter boxes shall be constructed of minimum 2.6 mm. Sheet steal or best
quality cast iron finished as previously detailed for conduit boxes and sized
to prevent the undue packing of cables in them. Weather proof boxes
accessories shall the used outdoors, where agreed on site by the engineer
or where indicated on the specifications and drawings.
Conduit shall be installed such as to permit complete rewiring without the
need to remove false ceilings or carry out builders work. Cables for drawing
into conduit shall be single core PVC insulated, non-sheathed, 1000V grade
and shall be supplied by an approved manufacturer. Insulation shall be
coloured to indicate phase and neutral carried in accordance with the I.E.
Regulations care is to be taken in the number of cables in conduit and in no
case shall conduit enclose more cables than set out in the I.E. regulations.
No single conduit serving a single-phase socket outlet lighting point or
switch shall contain more than one phase.
Wiring shall be carried out by looping in system and no joints other than at
looping-in points will be allowed.
Junction and adapter boxes shall be made from galvanized steel or rigid
PVC as appropriate to the type of installation and be provided with
gasket Ted flat covers secured with brass or plated screws.
3.1.28 Identification
Each and every cable shall be permanently identified at each end by its
cable number as shown on the cable schedule. Cable markers shall comprise
semi-rigid black PVC carrier strip and shall be fixed axially by means of two
PVC covered aluminum strips (Beta stick) with buckles.
Cable markers shall be installed at entry and exist points of buried duct, exists
from buildings and in such other positions as are necessary to identify and trace
the route of any cable. All power cables shall be connected at main switch boards
and other items of plate so that the correct phase sequence and phase colour
coding is preserved throughout the system. All such cables shall be identified
with phase colours for 3 and 4 wire systems and red and black for single phase.
On rotating plant where to achieve the required direction of rotation it is not
possible to connect the base cores to the appropriately identified terminals, then
special core ferrules shall be fitted to identify each core with the terminal to
which it is finally connected. In addition control cables shall have individual
cores identified by means of suitable permanent ferrules bearing the same
numbers at both ends.
Core identification shall occur at every point of termination using an approved
system of ferrule markers. At those points of interconnection between wiring
where a change of number cannot be avoided double ferules shall be shown on
the wiring diagrams of the equipment at which the change is made. Where the
termination of control cable cores or the supervision of termination of cores is
specified as being the responsibility of another contractor, e.g. the termination of
certain control and instrumentation cables, any necessary temporary means of
core identification. shall be agreed with that contractor.

3.1.29 Electrical Installation Record Drawings


approved drawings of the installation shall if necessary be modified or
updated during the installation and shall form the basis of the record
drawings for the complete installation.
Record drawings for cabling and earthing installation shall include cable
route drawings block diagram and cable schedules. Within buildings
record cable route drawings shall show to scale the location of all items
of electrical plant the route and method of installation of all cables e.g.
on tray, in trench on hangers, in duct, conduit, etc. external cable route
drawings shall show:

1 The route of the buried cable


2 The depth of laying including any deviation to avoid local
observations encountered during installation.
3 Position of joints, test terminal points, draws pits etc. located
4 Distances if cable runs from other buried services.
5 Position of earth electrodes, earth rods disconnecting chamber and
interconnection earth strips.
SECTION - A
PART - IV

General Specification For supply, Inspection, Test Erection, Commissioning, Trial-


Run, Performance, Guarantee And Other Related Miscellaneous Matters

4 General specification for supply and erection of equipments


4.1 The parts covers conditions pursuant to the contract and will form, an
integral part of the contract. The following provisions shall supplement
the general conditions, detailed specifications and requirements.

The installation/erection of machinery is linked up with civil


construction and electrical connection. The purchaser, no doubt, will be
doing his best to see that these interconnected activities are completed at
appropriate time. However, the vendor is not entitled for any claims,
escalation of whatsoever nature in case he is required to complete
erection/testing/commissioning at a date later than the stipulated time.

Necessary extension of time will be granted in case, it is established that


the erection/testing/commissioning could not be achieved in stipulated
time on account of reasons beyond control of vendor. This factor should
be noted carefully as no claim of whatsoever
nature will be entrained on account of such situation.
4.2 Limit of Contract :
Equipments furnished shall be complete in every respect with all
mountings, fitting, fixtures, and standard accessories normally provided
with such equipment and/or needed for erection, completion and safe
operation of the equipment as per applicable codes though they may not
have specifically detailed in the technical specifications.
4.3 Engineering Data :
1 The contractor shall furnish complete engineering data of each set of
equipment such as name of manufacturer, the type and model of
each principal item of equipment proposed to be furnished and
erected, in the annexure, standard catalogues designations number
and the name of the project. All titles, notings, marking and writing
on the drawing shall be in English. All the dimensions should be in
metric units.
2 All manufacturing and fabrication work in connecting prior to the
approval of the drawings shall be at the contractor’s risk. The
contractor may make any changes in the design, which are necessary
after approval by the purchaser. Approval of contractor’s drawings or
work by the purchaser shall not relieve the contractor of any
responsibilities under the contract.
3 Drawing shall include all installation and detailed piping drawings
wherever applicable.
4.4 Design Improvements:
The purchaser or the contractor may propose changes in the
specification of the equipment or quality there of and if the parties agree
up on any such changes the specification shall be modified accordingly.

4.5 Transportation:
1 When materials are to be supplied in bundles, the weight of each
bundle should not exceed 1.5 tones. If the weight of the bundle or any
individual item exceeds 1.5 tones and if any extra handing charges
etc. the contractor shall be liable to pay the same.
2 The contractor shall prepare detailed packing list of all packages and
containers, bundles and loose materials forming each and every
consignment dispatched to site.
3 All damage, wastage and other expenses incurred due to delayed
clearance of material or any other reasons shall be to the account of the
contractor.
4.6 Protection of Plant :
(i) All coated surface shall be protected against abrasion, impact
discoloration and any other damages. All exposed threaded portions
shall be suitably protected with either a metallic or a non-metallic
protect them from damage.
(ii) Factory finish plant shall be adequately protected during transport
and installation against damage to finished surfaces, fitted
components etc. The contractor shall make good to the satisfaction of
the engineer for any deterioration of the protection commissioning
etc. until the plant is taken over, finish painting of the plant at site
shall be carried out before the plant has been taken over.
4.7 Preservative shop coating :
4.7.1 All metallic surfaces subject to corrosion shall be protected by shop
applications of suitable coatings. All surface which will not be easily
accessible after the shop assembly shall treated and protected for the life
of the equipment. The surface that are to be finished painted after
installation or required corrosion protection until installation, shall be
shop painted with at least two coats of primer. Transformers and other
electrical equipments, if included, shall be shop finished with one or
more coats of primer and two coats of high grade resistance enamel. The
finished colour shall be as per manufacturer’s standards, to be selected
and specified by the purchaser at a later date.
4.7.2 Shop primer for all steel surfaces shall be selected by the contractor after
specific approval of purchaser.
4.7.3 All other steel surface which are not be painted shall be coated with
suitable dust preventive compound approved by the purchaser.
4.8 Inspection and Test at Manufacturers premises (Shop Test) :
All items of the plant shall be liable to inspection and testing before dispatch at
the manufactured premises or workshop to see that they conform to the
specifications. The relevant test certificate shall accompany the supply. Some of
the equipments may have to be tested when installed in position, as may be
deemed necessary or required by the engineer or his representative, who
reserve the right to be present in all testing, whether conducted at the
manufacturers workshop or at site.
No materials shall be delivered to the site without inspection having been
carried out or waived in writing by the engineer or his representative to the
site without inspection having been carried out or given to enable the
engineer or his representative to participate in testing. For plant
commissioning, tests and trial runs, schedules suggested and agreed upon
by the engineer shall be followed. All expenses for such inspection including
travelling, lodging and other out of the pocket expenses for two persons
from owner’s side will be borne by the contractor and theses expenses
should be incorporated in the rate quoted for concerned equipment.
4.9 Testing of the Plant (General) :
The contractor shall carry out all tests of plant and shall supply two
copies of all test results to the engineer or his representative. All tests
shall be approved by the engineer or his representative, who will ensure
that all items of the plant conform to the contract. The engineer’s
representative shall be permitted to inspect the plant which is
undergoing tests and may himself conduct the test on the plant.
4.10 Inspection and Tests :
The purchaser requires the following inspection procedures and tests:
1 Type & routine tests shall be carried out on standard equipment.
2 Shop testing and testing at site on plant and equipment shall be carried out
as per national, international or specific standard.
3 Electrical items shall also be tested as per Indian electricity rules and Act.
4 Functional and acceptance test of the assembled equipment shall be carried
out after the plant is made ready for operation.
5 Where recognized standard does not exist for any equipment, the bidder
shall indicate the test to be carried out on the same. The supplier shall
conduct test as per the test procedure agreed mutually between the
purchaser and the supplier.
4.11 The purchaser, at his option, shall arrange for inspection of the equipment
during manufacture and before dispatch at supplier’s his sub-supplier’s
works by themselves or any third agencies. The supplier shall give purchaser
clear 15days notice for arranging inspection. Inspection notice shall include
reference of approved drawings, supplier’s un-priced copy of the order for
the equipment on the manufacturer, type test certificate as applicable,
name and address of contact persons. If the equipment is not ready when
the purchaser’s representatives arrives at supplier of his sub supplier’s
works, supplier shall have to bear the full cost of subsequent visits of the
purchaser’s representative, supplier shall show purchaser’s representative,
the original material, supplier’s test and guarantee certificates for the
bought-out items and furnish photocopies of the same for purchaser’s
records.

Purchaser may waive inspection, if he so desires, in which case test


certificates is to be submitted for his approval before requesting for dispatch
clearance.
4.11.1 In case of foreign supplier, inspection can be carried out by an inspection
agency acceptable to the purchaser who should be clearly mentioned in the
bid. The charges for such inspection and tests shall be borne by the
purchaser and the foreign supplier should indicate the charges.
However, the Purchaser reserves the right to appoint at its cost, any
inspection agency (other than the one suggested by the supplier) which
should be binding on the supplier.
Alternatively, the purchaser may waive inspection, if so desires; in which
case test certificates are to be submitted for approval before requesting for
dispatch clearance.
4.11.12 Test certificates shall confirm that the materials conform to the relevant
specifications/BIS or equivalent standards published in the country where
the component is manufacture.
4.11.3 Four (4) sets of test certificates are to be sent to the purchaser by the
supplier while requesting for issue of dispatch instruction.
4.11.4 In no circumstances inspection shall be carried out or waival granted on the
basis of test certificates where all drawings of equipment including its
associated sub-systems or components do not have clear approval by the
purchaser.
4.11.5 Test upon Completion of equipment :
a The supplier shall give to the purchaser 21 days notice after which
he will be ready to make the tests of completion on machines.
Duration and methodology of testing shall be mutually agreed
between the purchaser and the supplier. Unless otherwise agreed
the tests shall take place within 14 days after the said date, on such
day or days as the purchaser shall notify the supplier.
b If the purchaser fails to appoint in time after having been asked to
do so, or does not attend at the time and place appointed, the
supplier shall be entitled to proceed with the tests in his absence.
The tests shall then be deemed to have been made in the presence
of the purchaser and the results of the tests shall be accepted as
accurate.
c If the tests are being unreasonably delayed by the supplier, the
purchaser may give notice requiring the supplier to make the tests
within 21 days. After the receipt of such notice the supplier shall
make the tests on such days within the period as the supplier may
fix and of which he shall give notice to the purchaser.

If the supplier fails to make the tests within 21 days. The purchaser may
himself proceed with the tests. All tests so made by purchaser shall be at the
risk and cost of the supplier and the cost thereof shall be deducted from the
suppplier’s price. The test shall then be deemed to have been made in the
presence of the supplier and results of the tests shall be accepted as
accurate.
d If the goods/services or any section fails to pass the tests, the
supplier may require such tests to be repeated on the same terms
and conditions. all costs to which the purchaser may be put to by
the repetition of the tests under this para or under para shall be
deducted from the contract price.
e If the purchaser and the supplier disagree on the interpretation of
the test results, each shall give a statement of his views to the other
within 14 days after such disagreements arises. The statement shall
be accompanied by all relevant evidences. The purchaser will review
both the statements and render a final decision within a further
period of fourteen (14) days, which shall be binding on the supplier.
f If the goods/service or any section fails to pass the tests on the
repetition thereof
under para (d), the purchaser after due consultation with the
supplier, shall be entitled to :
(i) Order one further repetition of the tests under the conditions of
para (d) or
(ii) Reject the goods or a section thereof in which event the purchaser
shall have the same
remedies against the supplier as are provided under para (1).
(i) Issue a taking over certificate, if the purchaser so wishes,
notwithstanding that the goods are not complete. The suppliers
price shall then be reduced by such amount as may be agreed to by
the purchaser and the supplier or failing on agreement as may be
determined through arbitration.
g In considering the results of tests carried out and stipulations under
para (k) and (n) and the purchaser shall make allowances for the
effect of any use of the goods by him on the performance or other
characteristics of the goods.
h As soon as the goods/services or any section there of lists has
passed the tests, the purchaser shall issue a certificate to the
supplier to that effect.
i The goods and services shall be accepted by the purchaser when
they have been completed in accordant with the contract, except in
minor respects that do not affect the use of the goods for their
intended purposes and having passes the tests on completion and a
taking over certificate has been issued or deemed to have been
issued in accordance with para (l),
j The supplier may apply by notice to the purchaser for a taking over
certificate not earliest than 14 days before the goods will, in the
supplier's opinion, is complete and ready for taking over under para
(l),

The purchaser shall within 21 days after The receipt of the supplier's
application either:
(i) Issue the taking over certificate to the supplier stating the date on
which the works
were complete and ready for taking over or
(ii) Reject the application giving his reasons and specifying the work
required to be
done by the supplier to enable the taking over certificate to he
issued.

If the services are divided by the contract in the section, the supplier
shall be entitled to apply for separate taking over certificate for each
such section.
k If the supplier fails in remedy a defect or damage pointed out by the
purchaser within a reasonable time, the purchaser may fix a final
time for remedying the defect or damage,

If the supplier fails lo do so, the purchaser may:


(i) Carry out the work himself or by others at the supplier's risk and
cost, provided that he does so in a reasonable manner. The costs
properly incurred by the purchaser in remedying the defect or
damage shall be deducted from the contract price, but the supplier
shall nave no responsibility for such work or
(ii) Require the supplier to grant the purchaser a responsible reduction
in the contract
price to be agreed or fixed by arbitration or
(iii) If the defect or damage- is such that the purchaser has been
deprived of substantially the whole of the benefits of the goods or a
part thereof, he may terminate the contract, in respect of such parts
of the goods as can not be put to the intended use.

The purchaser shall, to the exclusion of any remedy, be entitled to recover


all sums paid in respect of such parts of the goods together with the cost of
dismantling the same, clearing the site and returning plant to the supplier or
otherwise disposing off it in accordance with the supplier's insinuations.

l If the defect or damage is such that repairs cannot be expeditiously


carried out on the site, the supplier may, with the consent of the
purchaser, remove from the site for the purpose of repair any part
of the work which is defective or damaged, after furnishing a
suitable guarantee as may be prescribed by the purchaser.
m If the replacement or renewal’s are such that they may effect the
performance of the services, the supplier may request that the tests
on completion be repeated to the extent necessary, The request
shall be made by notice within 28 days after the replacement or
renewal. The tests shall be carried out in a accordance with para (a)
(b) and (c).
u Until the final certificate of commissioning has been issued, the
supplier shall have the right of access to all parts of the goods and to
the records of the working and performance of the goods and
services.
Such right of aces shall be during the purchaser’s normal working
hours and at the supplier’s risk and cost. Access shall also be granted
to any duly authorized representative of the supplier whose name
has been communicated in writing.

Subject to the purchaser’s approval, the supplier may also at his own
risk and cost make any tests, which he considers desirable.
Nothing in the clause 4.9 shall in any way relieve the supplier from
any warranty and other obligation under this contracts.

4.12 Erection Staff :


The contractor shall provide at least one approved senior English or Hindi
speaking working Erector to supervise the erection of the plant in the
contact and to act the contractor’s Representative.
In case of a foreign firm based overseas, the contractor’s Representative
shall be thoroughly conversant with the manufacturers plan and equipment,
and its erection. The Contractor shall provide sufficient erectors skilled in
mechanical, electrical and instrumental Engineering which such skilled semi
skilled and unskilled labour as are necessary to ensure completion of the
various sections of the contract in the time required. The Contractor shall
not remove any supervisory staff or labour from site without prior approval
of the Engineer’s representative.
4.13 Test on Completion of System:
The contractor shall carry out the final tests on all equipments, pipe work,
valves, fittings etc as per mentioned in respective specifications, if any. The
contractor shall also carryout all other tests required either by himself
and/or the Engineer to approve the plant, and to comply systems and
processes, all pumps, all motors, gentry cranes and hoists, instruments
metering devices, gauges and all components of the plant over the range of
operating conditions.
The Contractor shall maintain on site guard book of all tests carried out and
will hand over a certified copy of the same to the Engineer at the time of
completion of the works.
Commissioning tests which shall be deemed to be the tests on completion
shall be of 7 consecutive days duration as the Engineer’s Representative may
commence will the previously mentioned tests and inspection have been
completed to the satisfaction of the Engineer’s Representative.
The timing of the commissioning test will depend on the progress made on
other contracts and may be carried out at any time. During the
commissioning at the discretion of the Engineer and the contractor shall
allow for commissioning test to be conducted at any time. During
commissioning without extra charge under the contract the tests of
completion shall show that the plant can fulfill all the mechanical, electrical
and process requirements of the specifications.

4.14 Commissioning and Testing including trial run & maintenance for three
months:
The contractor should make every effort to co-ordinate with civil contractor
works so that section of the works which are substantially completed to a
state where erection can commence, to suit the programmed.
The contractor shall be responsible for setting all the plant, equipment and
pipe work to the line and level required.
After erection of any item of plant and its associated equipment has been
completed, itshall be offered to the engineer's representative for inspection
prior to commissioning theitem. The engineer or his representative may
require the tests on completion to be conducted according to the availability
of sewer, chemicals, power etc, and also to the state of readiness of other
items of plant essential to the commissioning of the work. Until such time as
the equipment or material installed and erected under the contract is finally
accepted by the engineer in keeping with the terms and conditions of this
contract and associated specifications, the responsibility for proper testing,
maintenance, efficient operation of the same shall be that of the contractor.
Prior to start up, the contractor shall be required to service the equipment
and during startup render such assistance as may be necessary or required
by the Engineer.

Where the equipment has not been supplied by the contractor, the
manufacturer's recommendations for installation of the same shall be
strictly adhered to and any defects developing due to faulty installations
and/or erection during start-up or during a period of one year from the date
of final acceptance shall be rectified, remedied or made good by the
contractor at his own expense.
The contractor shall check all items of electrical plant for correct phasing
and insulation and resistance. Motors and control equipment shall be dried
out and checks to the insulation and resistance shall be carried out at
regular intervals. Consultation with him a programmed for the period of
commissioning and tests shall be finalized,
The commissioning of all plant shall be completed during the commissioning
and trial run period. The tendering contractor should note that the
commissioning period may be extended by the Engineer, if this is found
necessary.
The contractor will bear necessary expenditure for commissioning and trial
run and maintenance period of 3 months. During the commissioning period,
the contractor shall employ a commissioning representative who shall be a
qualified engineer or chemist and who shall instruct the engineer's staff on
all aspects of the operating procedure.
This period shall start after the issue of final inspection certificate. During
The period of commissioning and trial run the contractor shall at his own
cost run the plant for all the 24 hours each day and;
a) Supply the labour, materials, plant and all consumables or all routine
maintenance and renovation of the works.
b) Advise on the operation of the works,
c) Carry out maintenance repair of defects immediately.

4.15 Trial Run Completion Certificate


Following final inspection and when the engineer is satisfied that the entire
works have been completely constructed, supplied, erected; tested,
commissioned and maintained for 4 months all in completely operable and
reliable order, and only when all specified test certificates, spare parts,
spare stocks and the appropriate documents and manuals are supplied, the
engineer will issue a completion certificate. Until such certificate is issued,
the contractor shall be responsible for removing any damage occuring to the
plant, except for the damages, which are due to causes beyond human
control.
4.16 Maintenance Period and the Contractor's Obligations
The maintenance period shall commence from the date of issue of
certificate of satisfactory performance after satisfactory completion of trial
run.
The contractor maybe given 15 years comprehensive operation and
maintenance of the E&M works (including automation/SCADA and Online
monitoring system) of SPS, all the two SPS, Automation LCS and Automation
MCS. The contractor is required during this period to undertake
maintenance and repair or renovation of wear and tear or replacement of
the equipment/item at his own cost. During this maintenance period, the
works shall be visited at regular intervals by an experience engineer of the
contractor's cost, who shall service all the equipment supplied under the
contract.
The operation and maintenance should be done in such a way that it
is in compliance with the Technical Specifications, Applicable Laws,
Applicable Permits and Good Industry Practice.
Contractor shall depute required staff for efficient and continuous
operation of the plant and will keep all operational and maintenance
records. All consumables (including HSD/Mobil oil to run the DG set in event
of power failures), water, safety equipment, tools, tackles, plant, machinery,
software, broadband bills/internet bills for proper operation and
maintenance of the SPS shall be under the scope of contractor during O&M
period.
During O&M period of 15 years electricity charges will be paid by
the contractor which will be reimbursed to the contractor on actual basis
(as per the bills of UPPCL/Electricity Department). However, any penalty
imposed by UPPCL/Electricity Department for lower power factor or any
defect/fault from plant/equipment/substation shall be paid by /deducted
from the bill of contractor.
The contractor shall submit monthly reports of sewage pumping and
treatment to the engineer which will include all flow and quality parameters
of sewage for each SPS, log books/SCADA records of pumping stations etc.
as directed by engineer. Non availability of sewage pumping during any time
will be treated as non performance and proportionate deduction from the
O&M bills will be made. Non availability means Pumping Station is not
available to pump the sewage completely/partially and sewage is being
bypassed from the SPS except in case of emergency as declared by the
engineer. Non availability liquidated damage of the pumping station will be
calculated for the SPS as below:
Non availability LD= 1000xNumber of Hours of Non Availability in the month
x100/720

In case the contractor fails to fulfill its commitments to keep the


staff, spare parts necessary for operation and repairs or not able to provide
round the clock service as per the requirement of the contract; to pump,
convey and treat the sewage round the clock; the contractor is liable to be
banned from further service and his contract may be terminated by giving
15 days written notice . New firm may be awarded the contract for the
remaining period at their risk and cost and the additional burden, if any,
shall be recovered from the firm’s security deposit or any outstanding
deposit anywhere in the department , for which only the firm shall be
responsible.

4.17 Training of Personnel


The contractor at his own expense shall arrange for the training of the
personnel in charge of the O&M of the plant. The contractor shall provide a
works training officer, whose sole duties shall be to advise the O&M
personnel on the operation and maintenance of all the equipments and to
instruct on a full time basis.
4.18 Instruction Manuals
The supplier shall furnish specified no. of copies of the instruction manual
which would contain detailed step by step instruction for all operational and
maintenance requirement. The manual shall include among information the
following aspects :-
4.19.1 Storage for prolonged duration, unpacking handling at site, pre-
commissioning dates, operating and maintenance procedures.
4.19.2 Precaution to be taken during operation and maintenance work.
4.1.9.3 Out line dimension drawing showing relevant cross sectional views and
constructional features.
4.19.4 Catalogue numbers of all component liable lo be replaced during the- life of
plant.
4.19.5 Rated voltages, current, duty cycle and all other information, which may be
necessary for safe operation of the panels.
4.19.6 The contractor shall deliver draft operation and maintenance manuals in
duplicate applying to the plant. The manuals shall be accompanied by
writing and erection diagrams, which show how the plant is to be erected,
how it operates and how it may be maintained. A collection of
manufacturer's descriptive leaflets will not to be accepted in satisfaction of
this clause.
4.19.7 During erection, commissioning and testing, the draft operation and
maintenance manuals and diagrams are to be checked against allplant and
amended if necessary to relate accurately to the plant as installed.
4.19.8 Certificates of taking over of plant will not be issued until such requirements
of the two proceeding paragraphs above in the opinion of the engineer or
his representative been adequately fulfilled. Six copies of the amended and
corrected manuals and drawings relating to each item of the plant (3 in
English and 3 in Hindi) shall he printed on A4 size sheets and
bound and provided at the commencement of the period of running
maintenance.

4.20 Materials Handling and Storage


1 All the equipments furnished under the contract and arriving at site
shall be
promptly received, unloaded and transported and stored in the
storage spaces by
the contractor.
2 Contractor shall be responsible for examining all the shipment and
notify the purchaser immediately of any damage, shortage
discrepancy etc. for
the propose of purchaser's information only. 1The contractor shall
submit to the
purchaser every week report detailing, all the receipts during the
week.
3 The contractor shall maintain as accurate and exhaustive record
detailing out the list of all equipment received by him for the
purpose of erection and keep such record open for the inspection of
the purchaser at any time
4 All equipments shall be handled very carefully to prevent any
damage or loss. No bars, wire ropes slings etc. shall be used for
unloading and or handling of the equipments without the specific
written permission of the purchaser. The equipment from the store
shall be moved to actual location at the appropriate time so as to
avoid damage of such equipment at site.
5 All electrical panels, control gears, motor and such other devices
shall be properly dried by heating before they are installed and
energized. Motor bearings, slip rings, commutator and other
exposed parts shall be protected against moisture ingress and
corrosion during storage and periodically inspection. Heavy rotating
parts in assembled conditions shall be periodically rotated to
prevent corrosion due to prolonged storage.
6 All the electrical equipments such as motor, generators etc. shall be
tested for insulation resistance at least once in three months from
the date of receipt till the date of commissioning and a record of
such measured insulation values maintained by the contractor. Such
records shall be open for inspection by the purchaser,

4.21 Contractors material brought on to site


1 The contractor shall bring to site all equipments, components, parts,
materials, including construction equipments, tools and tackles for
the purpose of the works under intimation to the purchaser.
2 The owner shall have a mention of such goods for any sum or sums
which may at any time be due or owing to him by the contractor,
under in respect of or by reasons of the contract. After giving a
fifteen (15) days notice in writing of his intention to do so, the
owner shall be at liberty to sell and dispose of any such goods in
such a manner as he shall think fit including public auction or private
treaty and to apply the proceeds in or towards the satisfaction of
such sum or sums due as aforesaid,
3 After completion of the works, the contractor shall remove from the
site, under the direction of the purchaser, the materials such as
construction equipment, erection tools and Tackles, etc. with the
written permission of the purchaser. If the contractor fails to
remove such material within fifteen days of issue of a notice by the
purchaser to do so then the purchaser shall have the liberty to
dispose off such materials.

4.22 Facilities to be provided by the contractor


1. Communication :
The contractor will make his own arrangement for all his communication
needed such as telephone, etc, at his site office and his residential area.
Owner will assist the contractor in getting the above facilities, incase he
finds any difficulties.
2. Cleanliness:
The areas where equipment drip oil and cause damage to the floor surface,
a suitable protective cover of a flame resistant, oil-proof sheet shall be
provided to protect the floor from such damage.

4.23 Construction/Management
Time is the essence of the contract the contractor shall be responsible for
performance of his works in accordance with the specified construction
schedule, if at any time the contractor is failing behind the schedule he shall
take necessary action to make good for such delays by increasing his work
force or by working overtime. The contractor shall not be allowed any extra
compensation for such action.

4.24 Contractor's co-operation with the owner


1 In case where the performance of the erection work by the
contractor affects the operation of the system facilities of the owner
such erection work of the contractor shall be scheduled to be
performed only in the manner stipulated by the purchaser and the
same shall be acceptable at all times to the contractor. The
purchaser may impose such restrictions on the facilities provided to
the contractor such as electricity, water etc. as he may think fit in
the interest of the owner and the contractor shall strictly adhere to
such restrictions and co-operate with the purchaser. It will be the
responsibility of the contractor to provide all necessary temporary
instrumentation and other measuring devices required during start
up and operation of the equipment systems which are erected by
him. The contractor shall also be responsible for flushing and initial
filling of all the oil and lubricant required for the equipment
furnished and erected by him so as to make such equipment ready
for operation. The contractor shall be responsible for supplying such
flushing oil and other lubricants unless otherwise specified else
where in these documents and specifications.
2 The vendor’s attention is invited to the specification clause, about
delay hold up due to other agencies work affecting time of erection,
testing commissioning.

4.25 Co-operation with other contractor and consulting Personnel


The contractor shall agree to co-operate with the owner's other contractors
and consulting personnel and freely exchange with them such technical
information as it is necessary to obtain the most efficient and economical
design and to avoid unnecessary duplication of efforts
The contractor shall attend design co-ordination meeting at his own cost
when ever required.

4.26 Field Office Records


The contractor shall maintain at his site office up to date copies of
all drawings, specifications and other contractor documents and any other
supplementary data complete with all the latest revisions there to.

4.27 Design co-ordination


The contractor shall be responsible for the selection and design of
appropriate equipment to provide the best co-ordinate performance of the
entire system. All the rotating components shall be so selected that the
natural frequency of the complete unit is not critical.

4.28 Quality Assurance Programme


To ensure that the equipment and services under the scope of the this
contract whether manufactured or performed within the contractor's works
or at his sub-contractors premises or at the owner's site or al any other
place of work arc in accordance with the specification. The contractor shall
adopt suitable quality assurance programme and control such activities at all
points necessary. Such programme shall be outlined by the contractor and
shall be finally accepted by the purchaser after discussions before the award
of contract and such agreed programme shall form part of the contract.

4.29 Defects in Work of other Contractor


The purchaser shall be notified promptly by the contractor of any defects in
the other contractor's works. The purchaser shall determine the corrective
measure if any, required to rectify this situation after inspection of the
works and such decisions by the purchaser shall be binding upon the
contractor.
4.30 Unfavorable Working Conditions
The contractor shall confine all his field operation to those works which can
be performed with subjecting the equipment and materials to adverse
effects, during variable weather conditions, like monsoon, storms etc. and
during other unfavorable construction condition. Such unfavorable
condition will in no way render the contractor free from his responsibility to
perform the works as per the schedule.
4.31 Protective Guards
Suitable guards shall be provided for protection of personnel on all exposed
rotating and/or moving machine parts.
4.32 Welding
If the manufacturer has special requirements relating to the welding
procedures the welds at the terminals of the equipment to be procured by
the owner under separate specification, the requirements shall be
submitted to the purchaser in advance of commencement of erection work.
4.33 Noise and Vibrations
The equipment supplied and erected by the tenderer will comply with best
design anderection practice and its working shall be within permissible noise
and vibration levels.

4.34 Equipment Bases


A cast iron or welded steel base plate shall be provided for all rotating
equipment which is to be installed on a concrete base unless otherwise
agreed to by the purchaser. Each base plate shall be of design with pedestal
anchoring the units.

4.35 Rating Plates, Name Plats and Labels


1 Each main and auxiliary item of plant is to have permanently
attached in it in a conspicuous position a rating plate of non-
corrosives material upon which is to be engraved any identifying
manufacturer’s name, equipment, type or serial number, together
with details of the loading conditions under which the item of plant
in question has been designed to operate, and such diagram plates
as may be required by the purchaser.
2 Each item of plant is to be provided with a name plate or label
designating the services of the particular equipment. The
inscriptions are to be approved by the purchaser or shall be as
detailed in the appropriate sections of the technical specification.
3 Items of plant such as valves, which are subject to handling, are to
be provided with an engraved chromium plate name-plates or label
with engraving filled with enamel.
4.36 Foundation Dressing and Grouting
1 The surfaces of foundations shall be dressed to bring the top
surfaces of the
foundation to the required level, prior to placement of
equipment/equipment’s bases on the foundations.
2 All the equipment bases and structural steel base plates shall be
grouted and finished as per these specifications unless otherwise
recommended by the equipment manufacturer
3 The concrete foundation surface shall be properly prepared by
chipping, grinding as required to bring the top of each foundation to
the required level, to provide the necessary roughness for bondage
and to assure enough bearing strength.
4 Grouting mix.
The grouting mixture shall be composed of Portland cement, sand
and water. The grout proportions for the bases where the grouting
space does not exceed 33 mm shall be 50 kg. Bag of cement to 75
kg- of sand. Only the required quantity of water shall be added so us
to make the mix quality flow-able and the mix shall not show excess
water on top where it is being puddle in place, far thicker grout buds
tip to 65 mm, the amount of and shall be increased to 105 kg. Per
bag of cement. Base which are hollow and are to be filled full of
grouting shall be filled to a level of 22mm above the outside rim
with a mortar mix in the volumetric proportions of one bag of
cement and 1.5 bags sand and I.5 pan 6 mm granite gravel. An
acceptable plasticiser may be added to grout mixes in a proportion
recommended by the plasticiser's manufacturer. All such grouts
shall be thoroughly mixed for not less than five minutes in an
approved mechanical mixer and shall be used immediately after
mixing.
5. Placing of Grout
After the base has been prepared, its alignment and level has been
checked and approved and before actually placing the grout, a low
dam shall be set around the base at the distance that will permit
pouring and manipulation of the grout. The height of such dam shall
be at least 25 mm. above the bottom of the base. Suitable size and
number of chains shall be introduced under the base before placing
the grout so that such chains can be moved back and forth to push
the grout in to every part of the space under the base. The grout
shall be poured either through grout holes, if provided or shall be
poured at one side or at two adjacent sides giving a pressure head
to make the grout move in a solid mass under the base and cut in
the opposite side. Enough care should be taken to avoid any air or
water pockets beneath the bases,
6. Finishing of the Edges of the Grout
The poured grout should be allowed to stand undisturbed until it is
well set. Immediately there after, it shall be removed and grout
which extends beyond the edges of the structurel or equipment
base plates shall be cut off and removed. Tie edges of the grout shall
be pointed and finished with one or two cement mortar pressed
firmly to be with the body of the grout and smooth with a tool to
present a smooth vertical surface. The work shall be done in a clean
and specific manner
7. Checking of Equipment after Grouting
After the grout is set and cured, the contractor shall check and verify
the alignment of equipments. the slopes of all bearing pedestals,
centering of rotors and the like items to ensure that no
displacement has taken place during grouting.
4.37 Shaft Alignments
All the shaft of rotating equipment shall be properly aligned lo those of the
matching equipments as perfect in accuracy as practicable. The equipment
shall be free from excessive vibration so as to avoid over heating of bearing
or other conditions, which may tend to shorten the life of equipment. All
bearing, shafts and other rotating parts shall be thoroughly cleaned and
suitably lubricated before starting.
4.38 Dowelling
All the drive motors and other equipment shall be suitably dowelled after
alignment of shafts with tapered machine dowels as per the direction of the
purchaser.
4.39 Painting
All exposed parts of the equipment including piping, structure, railings etc.
wherever applicable after installation unless other wise surface protected
shall be first painted with at least one coat of suitable primer which matches
the shop primer paint used, after thoroughly cleaning all such parts of all
dirt, rust, scales, greases, oils and other foreign materials by wire brushing,
scraping, or sandblasting and the same being inspected and approved by the
purchaser for painting. Afterwards, the above parts shall be finished with
two coats of alloyed resin machinery enamel paints.
4.40 Colour Code for Pipe Services
All pipe services where ever applicable are to be painted in accordance with
the owner's standards/colour scheme by the contractor.
4.41 Lubrication
Equipment shall be lubricated by system suitable for duty of the equipment.
4.42 First fill of consumable, oil and lubrication
All the first fill consumables; such as oils, lubricants and essential chemical
etc. which will be required to put the equipment covered under the scope of
the specification, in to successful trial operation shall be furnished by the
contractor unless specifically excluded under the exclusion in these
specification find documents.
4.43 Check out of Control System
After completion of wiring, cabling furnished under para of specifications
and laid and terminated by the owner, the contractor shall check out the
operation of all control system for the equipments furnished and uncalled
for these specifications and documents.
4.44 Equipment Performance Guarantee
The performance guarantees of the equipments under scope of the contract
are detailed separately in the technical specifications, These guarantees
shall supplement the general performance guarantee; provisions covered
under General Terms and Conditions,

4.45 Guarantee
In the event of any emergency where, in the judgment of the purchaser,
delay would cause serious loss or damage, repairs or adjustment may be
made by the purchaser or a third party chosen by the purchaser without
advance notice to the contractor and the costof such work shall be paid by
the contractor or by the surety. In the event of such action taken by the
purchaser, the contractor will be notified promptly and he shall assist
wherever possible in making the necessary corrections. This shall not shirk
the contractor's liability under the terms and conditions of the contract.
The cost of any special or general overhaul rendered necessary during the
maintenance period due to defects in the plant or defective work carried out
by the contractor, the same shall be born by the contractor.
In the case of those defective parts, which are not repairable at site but are
essential for thecommercial operation of the equipment, the contractor and
the purchase shall mutually agree to a programme of replacement or
renewal which will minimize interruption to the maximum extent in
the operation of the equipment.
At the end of the Guarantee period, the contractors liability ceases except
for latest defects in respect of goods supplied by sub-contractors to the
contractor, where a longer guarantee (more than 12months) is provided by
such sub contractors. The owner shall be entitled to the benefit of such
longer guarantee.
The provisions contained in the clause will not be applicable:
a) If the Owner has not operated the equipment according to generally
approved industrial practices and in accordance with the conditions
of inspiration specified and in accordance with operating manuals, if
any:
b) In cases of normal wear and tear of parts to be specifically
mentioned by the contractor in the offer.
4.46 Pre-commissioning Trial Tests
During this period all expenses including electricity charges shall be borne by
contractor.

1 Start Up :
On completion of erection of the equipment and before startup,
each item of the equipment, shall be thoroughly cleaned and then
inspected jointly by the purchaser and contractor for correctness
and completeness of installation and acceptability of start-up
leading to initial pre-commissioning tests at site. The list of pre-
commissioning test to be performed shall be mutually agreed and
included in the contractor’s quality assurance programme. On
completion of inspection, checking and after the pre-commissioning
test are satisfactorily over, the complete equipment shall be placed
on initial operation during which period the complete equipment
shall be operated integral with sub-system and supporting
equipments as a complete plant.

2 Trial Operation
a) The plant then be on Trial operation during which period all
necessary adjustment shall be made while operating, over the full
load-range, enabling the plant to be made ready for performance
and Guarantee Tests.
b) The duration of Trial operation of the complete equipment shall be
fourteen (14) days out of which at least seventy two (72) hours shall
be continuous operation at available load conditions or any other
duration as may be agreed to between the purchaser and the
contractor. The trial operation shall be considered successful,
provided that each item of the equipment can operate continuously
at the specified operating characteristics for the period of trial
operation.
c) For the period of trail operating, the time of operation with any load
shall be counted, minor interruptions not exceeding four (4) hours
at a time causes during the continuous operation shall not affect the
total duration of trial operation. However, if in the opinion of the
purchaser, the interruption is long, the trial operation however, shall
be prolonged for the period of interruption.
d) A trial operation report comprising of observation and recording of
various parameter to be measured in respect of the above Trial
operating shall be prepared by the contractor and shall be signed by
the representative occurred, adjustment made and any minor
repairs done during the trial operating, based on the observation.
Necessary modifications/repairs to the plant shall be carried out by
the contractor to the full satisfaction of purchaser to enable the
later to accord permission to carry out performance and guarantee
test on the plant.
e) The commissioning and performance trial run period will be four (4)
continuous months unless otherwise specially specified. During the
commissioning and operation period, the contractor shall depute his
personnel full time to operate, maintain and repair the equipment
and maintain the log books during this period. During this period all
expenses including electricity charges shall be borne by contractor.

During commissioning, test & tiral run period, the Owners’


personnel who shall continuously work with contractor’s personnel, shall be
adequately trained by the contractor’s personnel to take full responsibility
of operating, maintain, repairing etc. the equipment and plant.

3 Performance and Guarantee Test


a) The final test as to the performance and guarantee shall be
conducted at site, by the owner. The contractor during
commissioning and start-up shall make the equipment ready for
such test and assist the owner in conducting such test free of cost.
Such test will be commended after the successful completion of trial
operations.
b) These tests shall be binding on both the parties of the contract to
determine compliance of the equipment with performance
guarantee.
c) The available instrumentation and control equipment will be used
during such tests and the purchaser will calibrate all such measuring
equipment and devices as far as practicable. The test will be
conducted for the specified duty and as near to the specified
condition as practicable.
d) Any special equipment, tools and tackles required for successful
completion of the performance and guarantee tests shall be
provided by the contractor, free of cost.
e) The guarantee performance figures of the equipments shall be
proved by the contractor during these performance and Guarantee
tests. Should the result of these tests show any decrease from the
guaranteed values the contractor shall modify the equipment as
required to enable them to meet the guarantees. In such case,
performance and guarantee tests shall be repeated within one
month from the date of equipment is ready for retest and all cost of
additional testing to prove that the equipment meets guarantees,
shall be borne by the contractor.
4.47 Commissioning Spares
The contractor shall make arrangements for an adequate inventory at site of
necessary commissioning spares prior to commissioning of the equipments
furnished and erected so that any damage or loss during these
commissioning activities necessitating the requirements of spares would not
come in the way of timely completion of the work under the contract.
4.48 Registration and Statutory Inspection
All registration and statutory fees, if any in respect of his work pursuit to this
contract shall be to the account of the contractor. Should any such
inspection or registration need to be rearranged due to the fault of the
contractor or his sub-contractor, the additional fees for such inspection and
or registration shall be borne by the contractor.

4.49 Progress Reports and Photographic


During the various stages of the works in the pursuance of the contract, the
contractor shall at his own cost submit periodic progress reports as may be
reasonably required by the purchaser with such materials and charts, net
works, photographs, test certificates etc. such progress reports and
photograph shall be in the form and size as may be required by the
purchaser and shall be submitted in at least three copies and shall contain
the date, the name of the contractor and the title of the photographs. The
reports shall also indicate the reasons for variance between schedule and
actual progress and the action proposed for corrective measures wherever
necessary.
4.50 Work and Safety Regulation
The contractor will notify the purchaser of his intention to bring on to site
any equipment or any containers with liquid on gaseous fuel or other
substance which may create hazard. The purchaser shall have the right to
inspect any construction plant and to forbid its use, if in his opinion it is
unsafe. No claim due to such prohibition shall be entertained by the Owner.
SECTION - B

DETAILED TECHNICAL SPECIFICATIONS


(E & M WORKS)

5 GENERAL :-
5.1.1 This specification covers the design, manufacture, testing at manufactures
works, delivery on site, complete erection, final check up, painting, testing
and commissioning of Non clog sewage submersible pumping plants, switch
gears and associated accessories, such as valves delivery/suction piping and
specials to the terminal point, electrical equipment, cabling etc, to be
supplied under this specification on turn key basis to achieve a guaranteed
co-ordinated commercial operation of the same to the entire satisfaction of
U.P Jal Nigam.

5.1.2 Any type of work, either supply and / or erection of material / equipment
which have not been specifically mentioned in the specification, but are
necessary to complete the work for trouble free and efficient operation and
guaranteed performance of the entire plant, system, equipment offered
shall be deemed as included within the scope of this specification and shall
be provided by tenderer without any extra price to purchaser.

5.1.3 Brief details of works proposed to be carried out against this contract,
supply, installation, commissioning, testing and maintenance of
various tentative electrical and mechanical equipment’s and other
miscellaneous items as detailed below:-

5.1.3.1 L.T. Control Switch Gear Panel Board :

Pumping StationMachli Mohal SPS.


It shall be having 1 nos. LT panels in Pumping plant control room. The panel
should Comprise 2 incoming from substation panel & from DG Set and one
outgoing with suitable interlocking arrangement, bus bars of suitable size for
required load.

Pumping New CGPS SPS.


It shall be having 2 nos. LT panels one at substation room and other in
Pumping plant control room. The substation panel should have 2 incomer
and 1 no.outgoing. main LT Panel in Pumping Plant Should Comprise 2
incoming from substation panel & from DG Set and one outgoing with
suitable interlocking arrangement, bus bars of suitable size for required
load.

Panel shall be suitable operate on 415+10% Volt, 3 phase, 50 c/s, A.C. supply
As per details given below :

A) Incoming Panel –
Each of these panels except bus coupler shall consist of the
following items :-
(i) Electrically and mechanically interlocked
manually operated microprocessor based (suitable for PLC/SCADA
automation) MCCB and mechanical on/off indicator, including
voltage monitor. The capacity
of incoming circuit breakers shall be design suitable for two nos.
half peak pumping plant and other subsequent loads running
simultaneously.
(ii) Ammeter with selector switch of suitable range. 1
No.
(ii) C.Ts. of suitable ratio. 1
Set
(iv) Volt meter with selector switch. (0- 500 volt). 1
No.
(iii) Indicating Lamps.
(iv) KWH meter (Electronic & Digital type make of L&T)
(v) Power factor meter (0.5 lag & 0.5 lead ). 1
No.
(vi) Frequency meter 1
No.
(vii) Rubber matting of suitable sizes and thickness as per
relevant ISI
(viii) Automatic metering suitable to communicate and transfer data to
control station.

B) Outgoing Panels for Pumping Plants


(a) 6 Nos. outgoing panels for pumping plants of both the Sewage
Pumping stations,
each panel shall be consisting of following items :
(i) Microprocessor based (suitable for PLC/SCADA automation) M.C.C.B
of suitable capacity.
(ii) Reverse rotation trip device for motor.
(iii) Moisture sensing relay. Sensing device to signal and trip
the motor against of Water into oil chamber.
(iv) Device for taking signal from the
thermister in motor winding and tripping
the circuit on reaching Pre-set temperature
(v) Single phasing preventor
(vi) Power capacitor of suitable capacity.
(vii) Ammeter with selector switch and CTs
(viii) No volt, under volt, thermal overload
Relay protection.
(ix) Indicating lamps.
(x) APFC bank of required capacity

(C) Outgoing panels shall also be required for the following


purposes:-
(i) Light load for pumping station & its entire campus
(ii) T.W. load (5 K.W.)
(iii) Battery charger, Flow meter. Level Indicator, Pressure
Indicating Devices etc.
(iv) For miscellaneous works such as welding etc.
(v) Spare
Each above panel shall consist of
Following item :-
(a) M.C.C.B. of suitable capacity. 1 No.
(b) Ammeter with selector switch 1
Set.
(c) Rubber matting of suitable size and
Thickness and I.S.I. marked and suitable
For 0.415 V. 1
Lot
Note :
(a) Switchgear panel board shall be CRCA fabricated{(as per
CPRI/relevant specification)sheet processed with 9 tank process and
powder coated color as per engineer’s instruction-, single row floor
mounting type with adequate breaking Capacity in cubical patterns
complete with air insulated extensible type bus bars sectionalized to
a bus Section. These shall be weather dust and vermin proof. The
panel should be extensible to both the sides. Cable alley as per the
CPRI/relevant standard.
(b) LT panel will be provided with a separately mounted mushroom
type emergency stop push button which will be used by the
operator in case of emergency and power supply to the LT panel will
be cut off by this emergency push button without need to go to the
panel.
(c) Required rubber matting of suitable sizes and thickness with ISI
mark shall also be supplied for switch gear boards & starters etc.
5.1.3.1.2 Soft starters complete in all respect to control motor.
5.1.3.1.3 Suitable for all protections and power, control
XLPE/PVC/Submersible cable of various sizes as per actual
requirement with all connected materials.
5.1.3.1.4 Double earthing system complete in all respects as per I.E. rules and
relevant I.S. complete with all materials as per system and
equipment requirements.

5.1.3.2 MECHANICAL EQUIPMENTS :-


5.1.3.2.1 Pumping Station (Indicative data, actual data will be engineered and
designed as per site requirement):-
(A) Sewage Submersible Pumpsets
(i) Machli Mohal :- 3 Nos. (2+1) 80 LPS, 17 m Head, 1500 rpm
Sewage Pumping Station 2 Nos. (1+1) 40 LPS, 12 m Head,
1500 rpm
(ii) New CGPS :- 6 Nos. (4+2) 255 LPS, 26 m Head,
1000 rpm
Sewage Pumping Station

5.1.3.2.2 MAIN PIPING & VALVES :


a) Suction/Delivery pipes arrangement for individual suction/delivery
consisting of suitable size of puddle pipes, sluice valves, reflux
valves, dismantling joints, C.I.D.F Specials, C.I.D.F. telescopic view
radial Tees etc., to be connected with common header including
jointing materials etc, complete in all respect
b) Common header consisting of required Nos. radial/inclined C.I.D.F.
tee and C.I.D.F. Pipes, C.I.D.F bends & C.I.D.F. tee for bye- pass
arrangement with one no. sluice valve in bye-pass line along with
required pipes and specials for proper disposal of sewage and
making connection with the existing rising main.
c) All required support/thrust blocks for piping and valves.
5.1.3.2.3 Hand Operated Monorail single girder consisting of traveling trolley
to install pumping plants and machinery with chain pulley block
along with all accessories complete in all respect.
5.1.3.2.4 Electronic water level measuring and controlling device complete in
all respect.
5.1.3.2.5 Direct on line electro magnetic flow measuring device for measuring
discharge.
5.1.3.2.6 Design, supply & erection of suitable sizes of M.S. Girders, channels
etc.,
required for supporting pumping plants, panel, starters, cable
trenches, valves
lifting etc., along with covering M.S. grill plates for covering all the
openings
of the floors of sluice valve chamber etc.
5.1.3.2.7 All necessary nuts – bolts- sleeves, insert, plates, supports etc.
5.1.3.2.8 Special cleaning, protection and final painting for all equipment’s.
5.1.3.2.9 Initial filling of oil, lubricants, grease etc., for all equipment’s.
5.1.3.2.10 Details of required spare parts for pumping plants and other
equipment have to
be specified for trouble free operation and maintenance of all
equipment.
5.1.3.2.11 Construction of 1 No 200 mm dia 50M deep (Approx.) tube well
within campus of each sewage pumping station in average type of
strata containing sand medium dry clay mixed with kankar with all
required M.S. tube well assembly/PVC pipe and its development
complete in all respect as per relevant standard.
One No. submersible pumping plant with appurtenants for tube well
having discharge 100-200 lpm at required head including all
appurtenant works.
5.1.3.2.12 Supply erection of Steel tubular pole 9.50 Mts. Long with
arrangement for fixing street lighting luminaries in 1:1.5:3 cement
concrete foundation including excavation, back filing etc. complete
in all respect for each SPS – 6 nos./as per site requirement
Supply and fixing of factory wired LED street lighting luminaries
single piece aluminum body suitable for 80-90 watt. LED lamp
including integral control wiring system, 80 watt LED Lamp with
fixture on pole complete in all respect for each SPS – 6 Nos./as per
site requirement
5.1.3.2.12.1 Supply and fixing of integral flood light with fixture of 70 watt.
Complete in sump well of each SPS in all respect – 2 Nos../as per site
requirement
5.1.3.2.12.2 External & Internal electrification of all building and staff quarter,
Panel rooms, Metering room, Pump house shall be provided as per
IS/CPWD/NBC/IER norms including all necessary light/call bell
points, power points, exhaust fans, ceiling fans, lights, fixtures,
wiring, distribution boards, main switches etc. all material and labor
complete as per the direction of the engineer and site requirement.
.
5.1.3.2.13 One complete set of recommended special tools and tackles etc. at
each SPS, for erection and regular operation and maintenance of the
equipment giving item wise rates separately. (As per list enclosed
Annexure II)
5.1.3.2.13.1 All civil works such as construction of foundation, cable trenches,
making holes etc. required for all electrical and mechanical
equipment at pumping station shall be carried out by the Contractor
of this tender. Layout drawing giving the dimension and other
technical details for all electrical and mechanical equipment’s, cable
trenches, holes etc. shall be furnished by the Contractor well in
advance for approval, so that the progress of the construction work
of building work may not suffer due to want of these details. This
shall also include fencing of substation, pathway making and
providing pebbles etc. and other works required for substation
campus under I.E.R.
5.1.3.2.14 Miscellaneous items such as steel chairs-4nos., steel tubular table-
1no., 5 kg ABC type fire extinguisher-4 nos., fire bucket stand-1 set,
safety equipment etc, at each SPS.

5.1.4 SERVICE TO BE PROVIDED BY THE CONTRACTOR :


5.1.4.1 The contractor shall take the responsibility for all the testing and
inspection at manufactures works to be conducted in manner as specified
in this specification,
5.1.4.2 Transportation of all equipment,. Packing for transporting in the specified
way from the manufactures works to the project site inclusive of all
intermediate handling.
5.1.4.3 Unloading of equipment and other materials from truck at site,
transporting and proper stacking will be ensured in covered store at site
under security.
5.1.4.4 Opening of packages, checking, tallying out and inspection of equipment
received at the site and lodging of insurance claims.
5.1.4.5 Taking delivery of equipment/materials from stores / transportation at
site and arrange for proper storage of equipment / material in approved
way, pending erection.
5.1.4.6 Erection, inspection, testing, start-up, running of the equipment and
complete plant at rated capacity will be achieved as per specifications.
5.1.4.7 With respect to all erection, commissioning, supervision & services. The
contractor shall also arrange at their own the provision for trial, test and
running of equipment to be unless three months are completed from the
date of commissioning apart from the guarantee period prescribed by the
manufacturer.
5.1.4.8 The contractor shall also arrange technical experts of equipments from
proprietary supplier as and when it is felt necessary until the
commissioning and trial run of the plant is completed.

5.1.5 POWER SUPPLY :


The available power supply will be 0.415 KV at Machli Mohal SPS the
required load/service connection is to be obtained by successful bidder
whereas at NEW CGPS SPS the successful bidder has to apply and to obtain
11 KV service connection. The drive motors and related LT switchgears
would be rated at 0.415 K.V.
5.1.6 SPECIFICATION DRAWING :
The specification/drawings are intended to provide adequate information to
the tenderer to enable him to submit his offer and are tentative. The lay out
may be modified to suit the equipment offered.
5.1.7 DRAWINGS AND DATA TO BE FURNISHED WITH OFFER :
The tenderer shall furnish the technical information as per the schedule of
technical particulars annexed herewith. Following drawing and information shall be
furnished separately along with the offer.
1 Complete lay out showing of major equipment in the pumping
station with sketch.
2 (a) Characteristic curves for pumps for sole operation over entire range
from shut off to run out head, indicating variation of head,
efficiency, NPSH, and power requirement against discharge.
(b) Parallel operation curves of pumps minimum submergence level of
pumps.
3 Cable and earthing lay out.
4 Cross sectional drawing of all major component such as pump,
motor, transformer,
bearings, couplings.
5 A comprehensive write up covering proposal method of erection
and dismantling of equipment.
6 Relevant publications.
7 Any other drawings and information to elaborate the technical
aspects of equipment
offered.

5.1.8 DRAWINGS AND DATA TO BE FURNISHED BY SUCCESSFUL TENDERER :

Shop drawing shall be submitted by the successful tenderer to the


Engineer as called for in the specification, including but not restricted to,
working drawings for mechanical equipment, electrical work, wiring
diagram, cable arrangement and drawings for other work for which the
Engineer’s approval is required. Test certificate for various components as
called for in the specification shall be furnished. Pipe routing details
drawings and fabrication details drawings shall be submitted by successful
tenderer for Engineers approval.

5.1.9 TECHNICAL DATA TO BE SUBMITTED BY TENDERER WITH THE TENDER :

Following data and information’s should be submitted by the tenderer as


per performa shown in the tender.
9.1 Data sheet B and if requested some data in data sheet A of various
equipments / systems.
9.2 Characteristic curves of pumps & motors.
9.3 Parallel operation curves of pump.
9.4 List of deviations.
9.5 List of recommended spare parts.
9.6 List of special tools and tackles.
9.7 Tenderer experience.
9.8 Declaration sheet.
9.9 Drawings :
1 Over all dimensions of pumps and motors.
2 Details of pumps & motor internals.
3 Dimensional details of valves.
4 Lay out of pump discharges piping.
5 Lay out of Electrical equipment & cabling.

5.2 SUBMERSIBLE TYPE NON – CLOG SUBMERSIBLE PUMP SET:


5.2.1 SCOPE :
This specification covers the design, performance, manufacturer
construction features, testing and delivery to site of submersible sewage
non-clog pump set.

5.2.2 CODE & STANDARDS :


The design, manufacture and performance of pumps shall conform
to the latest applicable to all currently standards matching the service
requirement. Nothing in this specifications shall release the Contractor of his
responsibility.
5.2.3. SPECIFICATION :

(A) SUBMERSIBLE TYPE NON – CLOG SUBMERSIBLE PUMP SET:


It shall be of single stage mono – block type with non – clog design.
It should be suitable for pumping all kinds of sewage containing long fibre,
plastics, solid mixes & sludge’s, etc.
Impeller for sewage pump should be single vane/double vane
without front shroud and wearing ring to avoid jamming and consequent
over – loading of the pump due to built – up of plastics between impeller
and wearing ring.
The pumps should be able to pass through soft solids upto 100 mm
dia and capable of dealing with the sewage with specific gravity of 1.05. The
pump should be fitted with special tearing system on the suction side for
tearing solid material, viz, long fibre textile, cotton and plastics, which would
otherwise cause clogging of the pump.
Maintenance free antifriction deep grease ball bearing with
pemanent grease packed should take care of all the axial and radial forces at
any point of operation. Profile gasket should be provided in pump casing so
as to avoid metal contact between pump and specially designed duck foot
bend to ensure leak – proof joint with the guide wire / pipe.
The motor should be dry, squirrel cage type, three phase
submersible motor for continuous duty with class ‘F’ insulation. Winding of
the motor should be impregnated by resin in order to achieve required
thermal with standing capacity. Motor should have integral cable part and
cable entry should be sealed. There should be thermal protection against
over-heating of motor winding. The motor should be designed for non-over-
loading characteristic. Motor should be sealed against entry of pump
liquid in the motor by using mechanical seal. Moisture sensor tripping
unit should be located inside the motor chamber.
The casing of the pump set should be of 2% Ni cast Iron construction
and the impeller should be made of stainless steel. The pump set shall be
supplied alongwith the special duck foot bend flanged elbow, lifting chain
with shackles, enough guide wire/pipe, sufficient tough rubber, sheathed
leather proof cable foundation bolts and nuts complete.
The cable must be explosion and leak tight in respect of liquids and
firmly attached to the terminal box.
The weight of revolving parts of the pumps including un-balanced
hydraulic thrust of the impellers shall be carried out by thrust bearing
provided in each pump assembly.

5.2.4 DESIGN FEATURE :


The pump shall be capable of developing the required total head at rated
capacity for continuous operation. It should be so selected that there should
not be any substantial difference in efficiency for the highest level of liquid
in the sump.
5.2.4.1 Pumps of a particular category shall be identical and shall be suitable for
parallel operation. Components of the identical pumps shall be inter-
changeable.
5.2.4.2 The total head capacity curve shall be continuously rising towards shut-off
with the highest at shut-off.
5.2.4.3 K.W. rating ofthe motors or the prime mover (including power factor) shall
be in accordance with CPHEEO manual with margin over pump BKW as
below:
BKW Drive Factor
<1.5 1.50
1.5 to 3.75 1.40
3.75 to 7.5 1.30
7.5 to 15 1.20
15 to 75 1.15
>75 1.10
5.2.5.0 CONSTRUCTION:
GENERAL
5.2.5.1 PUMP CASING :
It shall be of 2% Ni. C.I. and conforming to relevant I.S. with hardness of
250-270 B.H.N. The internal surfaces shall be free from rough spots and
must have central line discharge.
5.2.5.2 INTERMEDIATE OIL CHAMBER AND MECHANICAL SEAL :
Intermediate oil chamber should separate the motor unit from pump
unit and should be filled with non-condense oil. Mechanical seal should
be provided one between oil chamber and motor. The purpose of the
lower seal should be to prevent the entry of the pumped liquid to the
oil chamber and the function of the upper seal to prevent the entry of
oil from the chamber to the motor.
5.2.5.3 HYDRAULIC UNIT AND MOISTURE SENSOR :
Necessary in built safety device should be incorporated within the pump
itself which shall give timely warning of the impending failure of the
mechanical seals, therefore seal monitor system should be installed in
the pump. Moisture sensor shall be provided in the oil chamber to
detect failure of mechanical seal.
5.2.5.4 IMPELLERS :
The impeller shall be properly balanced dynamically as well as statically.
The impeller shall be properly machined for liquid passage. The pump
shall be designed to take care of the additional thrust produced. MOC of
impeller will be Stainless Steel CF8M grade.
Impellers shall be securely fastened direct to the extended shaft of
motor with keys, taper housings of lock – nuts.
5.2.5.5 IMPELLER SHAFT :
The impeller shaft shall be made of stainless steel containing minimum
12% chromium stain less steel and having Brinell hardness not less than
200. It shall have a surface finish between 0.75 microns or less.
The shaft shall be straight within 0.125 mm for 3 meter length total
dial indicator reading. The maximum permissible error in the axial
alignment of the shaft axis with the axis be 0.05 in 150 mm. MOC of shaft
will be Stainless Steel AISI 410.
5.2.5.6 BEARING:
Bearing shall be of antifriction type. The bearing shall be able to take
normal axial thrust loads due to balanced hydraulic loads on the impellers
plus weight of rotating parts of pumps. Pumps shall be designed with a
minimum 40,000 hours run. The bearing shall be grease lubricated for life
and shall be maintenance free.
5.2.6 GUIDE RAIL ASSEMBLY :
It will have S.S. pedestal, bracket, delivery duck foot bend C.I..,G.I. Guide
rail pipe, upper guide rail holder complete. The pedestal and bracket shall
ensure automatic coupling between pump delivery and discharge bend.
5.2.7 MECHANICAL SEALS ;
Double mechanical seals of approved make and type shall be provided to
prevent pumped liquid entering into the motor winding. The seals shall be
running in a oil bath. The oil bath shall have moisture sensor to senser
water leakage. The sensor will be for tripping the pump and also for alarm.
5.2.8 LIFTING CHAIN :
Pumps shall be provided with S. S. Steel lifting chains of suitable capacity.
One end of the chain shall be restrained to the pump and the other end
fixed near the upper bracket for guide rail with lifting chain assembly by
the means of D-Shackle. The chain shall comprise of 100 mm dia. S.S. rings
fixed at an interval about 1 mtr. for engaging the hook of chain pulley.
5.2.9 RISER PIPE (C.I.) :
The standard lengths of C. I. riser pipe shall be 1.00 meter, 1.5 meters, 2.5
meters or 3 meter as IS 1536. If it is required the length has to be supplied
as per site condition. No part in the column pipe such as the flange outside
diameter, shall exceed the bowl outside diameter.
5.2.10 DELIVERY PIPING:
The delivery C.I. piping shall commence from 90° discharge duck foot bend
outlet to the start of rising main. The piping shall be inclusive of
detachable/ dismantling joints as per the following: -
(a) The pipes shall generally conform to class ‘B’ IS:1536 and pipe fitting
shall conform to IS : 1538.
(b) The material of pipes and fittings shall be of good gray cast iron
confirming to IS : 210 grade PG -200.
(c) The pipes shall be uniform bore and straight in axial length. Double
flanged pipes shall be within a tolerance of ±1.5 mm.
(d) The C.I. Pipes and fittings shall be able to withstand double the
working pressure or 1.5 times the pressure at shut off head
whichever is greater for 5 minutes and a certificate to this effect will
be submitted along with the material before payment.
(e) Dismantling joints shall be of cast iron with suitable ring.
(f) Hydrostatic test pressure shall be as per IS:1536/Relevant IS.
(g) Diameter of column pipe shall be as per actual requirement.
5.2.11 PERFORMANCE TEST :

To be carried out with the respective motors to be installed with the


pump.
5.2.12 STANDARD RUNNING TEST:

(a) Pumping plant shall be given running test over the full operating
range, covering run out head to the shut off head. A minimum of
five readings shall be taken plotting the performance curves.
(b) Tests shall be conducted with the actual liquid handled &
feasible, if not, the performance can be determined based on
running test with sewage water.
(c) Impeller shall be dynamically balanced at the operating speed.
(d) Necessary test certificates of the above tests shall be furnished
for the purchaser approval.
5.2.13 VISUAL INSPECTION :
Pump shall be offered for the purchaser’s visual inspection before the
dispatch. After the inspection, test certificates shall be furnished.

5.2.14 MATERIAL TEST CERTIFICATES:


Material used for fabrication of pump components shall be of tested
quality. All the materials shall be tested as per relevant standards and
the necessary test certificates shall be furnished for the purchaser’s
approval.
5.2.15 FIELD TEST:
After the installation, pumping plants offered shall be subjected to
testing at field as well by purchaser. If the performance at field is found
not to meet the requirements as stipulated and then the defect of
equipment shall be rectified or replaced by supplier as per conditions of
the agreement.

5.2.16 NON DESTRUCTIVE TESTING:


Pump components may be subjected to non-destructive testing

5.2.17 TESTING OF PUMPING PLANTS :


The contractor shall state the guaranteed performance figures as
required at 5.2.23 in the specification i.e. The efficiencies and duties of the
plants when working at specified conditions of the pumping and the
guaranteed performance in K.W. hour input per water horse power output
under various conditions of working at + 20% of designed head.
The guaranteed performance are also be specified under following
conditions i.e. variation in head, discharge and power consumption in the
following head.
a) When supply voltage varies from rated voltage by + 10%.
b) When there is fluctuation of + 5% in the frequency of the A.C. power
supply i.e.50 c/s.
c) When there is variation in voltage and frequency of A.C. power
supply simultaneously by + 10%.
The performance tests shall be conducted in two stages i.e. at the
manufacturers work and site including all preliminary test before final
successful test.
Pumps shall be run so as to obtain the range of heads specified in the
performance tables by means of throttling or opening valves of the pumping
mains and tests results will be compared with those guaranteed by
averaging the units consumption per water horse power hour.
 The guaranteed figures stated above shall be subjected to no tolerance and the
average results shall be obtained during official test of plant. If the results lack
average guaranteed figures the contractor shall forfeit followings ascertained
damages relating to each set installed.
 If BOT unit (KWI) per WHP, the consumption is above the average guaranteed
figure under the specified Q and H, the liquidated damages will be recovered as
the capitalized cost of the Extra Energy Consumption during the useful life span
15 years of the pumping set. The liquidated damages shall be calculated as
below :-
Cost of extra power consumption to be recovered shall be equal to Cost of extra
power per annum X capitalization factor for 15 years at an interest rate of 9%.
 No damage will however, be recovered if the consumption is less than 0.05 BOT
units per WHP above the guaranteed.
 If on testing the discharge of pumps is found to be within the permissible limit of
+ 4% then the pumping plant will be accepted without imposing any penalty. If
discharge is less by 5%to 10% then pro rate deduction @ 1% of the cost of pump
and motor for less percentage of discharge shall be made and further if the
discharge is less than 10%, plant will be rejected.
 It may be noted very carefully that no privilege shall be given to any offer for
evaluation purposes considering the efficiency of the pump. Better efficiency
pump however shall be preferred. For evaluation purpose pump efficiency shall
be considered as 75% but the pump will be tested on the efficiency quoted by
the firm.

The pump efficiency offered below the efficiency quoted shall be considered for
evaluation as follows:
(i) Electric charges shall be based on 20 hours of operation per day for 15 years
at the prevailing rate of Electric Charges.
(ii) All future costs of yearly power consumption will be capitalized to present
value at . capitalization factor @ 9% interest.
 The tenderers shall have to consider the condition of pumps being run at shut
off head under the pump duty variation condition as narrated above. The
tenderer should ensure selection of pumps considering shut off head at least
25% more than the duty head. However the motor should be selected as per
tender specification and scope of work defined. The possibilities of change of
duty point of each pump in parallel operation can not be ruled out under such
condition tenderer should select the pump carefully.
Penalty for delay in supply and installation @0.25% per day of the total cost of
balance work subject to a maximum of 10%.

5.2.18 DRAWINGS
The following drawings shall be submitted by the tenderer along with their
proposal.
Preliminary outline dimensional drawing details of pump, motor, civil
foundations, clearances, minimum submergence etc.
Performance curves for capacity V/s head, efficiency, K.W. requirement and
NPSH requirement shall be furnished. The capacity range shall be zero flow
to run out flow.
Cross section drawings showing constructional details.

5.2.19 NAME PLATE :


Each pump shall be provided with name plate indicating the following
details:-
(a) Rated Capacity (LPS, HP
(b) Total head,
(c) Speed (rpm)
(d) Test –pressure.
(e) Model Number
(f) Manufacturer’s serial Number
(g) Weight of equipment
(h) Tag number

5.2.20 PUMP SET : DATA SHEET :

This data will be checked in detailed design calculations as per actual site
requirements and design by civil unit.
5.2.21 LIQUID DATA :

Liquid handled : Sewage


Specific gravity : 1.03

5.2.22 TESTING REQUIRED :

Hydro static test : Pump casing


Performance test : Yes
Standard running test : Yes to be witnessed
Field test : Yes to be witnessed
Static balance test : do
Dynamic balance test : do
Visual inspection check : do

5.2.23 GUARANTEED PERFORMANCE :

The guaranteed performance figure & other details are to be submitted


on the Performa as mentioned below :-
Sl. No. Description Duration Peak/Half Peak Duration
Non Peak

1 2 3 4
1. Make
2. Model
3. Discharge in LPM
4. Total head in M.
5. W.H.P. at total head
6. Pump efficiency
7. H.P. Input to pump
8. (a) Losses in coupling
(b) Thrust bearing losses
9. Total H.P. input to pump Including losses
10. Motor efficiency
11. H.P. input in Motor
12. K.W.I. to Motor
13. K.W.I. / W.H.P. at Total Head.
14. Motor H.P.
15. Over all efficiency
16. Speed in R.P.M.
17. Specific Speed
18. Shut off head in Mts.
19. Run out head in Mts.
20. Impeller diameter in mm.
21. Details of riser pipe :-
(a) Riser pipe size
(b) Thickness of riser pipe - as per IS
(c) Type of pipe - CIDF
5.2.24 CONSTRUCTION FEATURES :
1. Pump manufacturer name.
2. Type of pump offered.
3. No. of stage.
4. Type of drive transmission.
5. Type of coupling offered.
6. Type of sealing offered.
7. Type of lubrication.
8. Type of impeller offered.
9. Flange drilling standard.
10. Type of motor offered.
11. Net weight of pump etc.
12. Weight of column pipe Kg.
13. Recommended crane capacity
Tonne
5.2.25 DIMENSIONS AS PER REQUIREMENT AND DESIGN CALCULATION –
Please furnish the following information :-
1. Pump setting length.
2. Minimum clearance required from the lowest part of the pump to
the sump bottom.
3. Clearance required at site.
4. Minimum submergence required.
5. Minimum clearance required for removal of pump parts and motor
(including height of ceiling of lifting tackle used)
6. Maximum diameter of column pipe.

5.2.26 HYDRAULIC DESIGN AND DRAWING OF THE SUMP AND OTHER RELEVANT
CALCULATION :
(a) Triplicate copies of hydraulic calculations and drawing for the sump as
per requirement shall be submitted along with the tender. The sump
shall be suitable for maximum flow rates in ultimate stage and sewage
conditions that are likely to occur on site.
(b) Pumping plant calculations required shall include the pumping curves,
the system curves, suction conditions, viscosities, etc. Pipe head loss
calculation shall include consideration of the hydraulic energy losses in
bends, fittings, exits, entries etc, and shall account for conditions when
the pipes are in new conditions.
5.2.27 DATA (TO BE FUNISHED BY CONTRACTOR AFTER THE AWARD OF
CONTRACT) :
1. Final overall dimensional drawings for the pump set. These shall
show all the major parameters of the pump set, detailed fabrication
and layout drawing for the piping.
2. Civil drawings, with the details of fixing, grouting, sealing, static and
dyamic loading, clearance and any other relevant data required for
the design of civil structure.
3. Cross sectional drawings for pump with the completed bill of
material and relevant standards. Recommended spare parts for 3
years normal working shall be indicated.
4. Piping arrangement drawing.
5. Motor drawing with details of cable entry and cable jointing.
6. Operation and maintenance manual.
7. Test certificate of materials.

5.2.28 MATERIAL OF CONSTRUCTION (FOR SOME ITEMS) :


1. Pump casing : 2% Ni. C.I. conforming to IS:210(M)
2. Riser pipe/Delivery pipe : C.I. Conforming to IS: 1536 (M)
3. Impeller : SS CF8M (M)
4. Impeller shaft : S.S.A.I.S.I – 410 (M)
5. Impeller key : S.S.A.I.S.I – 316 (M)
6. Impeller Bolt. : A.I.S.I. – 316 (M)
7. Mechanical seal : Silicon carbide v/s Silicon cabide
8. Chain : S.S. AISI 304 (M)
9. Guide Rail : S.S. AISI 304 (M) having wall
thickness of 4 mm
10. Eye Bolt : A.I.S.I. 316
11. Bush : A.I.S.I. 316
12. Ball bearings : B.R.G. Steel.

13. Special fittings : C.I. Conforming to IS: 1536 (M)


14. Gland packing : Graphited asbestos.
15. Hardware in contact with sewage S.S. AISI – 304

NOTE : For these components marked (M), material test certificate shall be
furnished.

5.2.29 ACCESSORIES OF THE PUMP SET :


Following accessories suitable for each pump set shall be supplied :-
1. Automatic coupling )
(Pedestal type) )
2. Guide Rail Pipe )
3. Stainless steel chain with )
Shackles. )
°
4. 90 C.I.D.F. Bend )
5.3.0 SUBMERSIBLE MOTOR –
The motor shall be integral part of the pump. The enclosure of the motor
shall be I.P. 68. Each phase of the motor shall be provided with the mister or
bimetallic electro mechanical detectors. The motor winding shall be
designed for minimum 10 starts per hour. The insulation of winding shall be
of class ‘F’ insulation. The motor shall be suitable to operate on, 415V ± 10%,
Frequency 50 c/s ± 5%, 3 phase A.C. supply. The motor shall be IE3 efficiency
class.
5.3.1 SCOPE :
This specification covers the requirements of three phase induction motors.
5.3.1.1 CODE AND STANDARD :
1. The design, manufacturer and performance of the equipment shall
comply with all currently applicable statutes, regulations and safety
codes in the locality where the equipment will be installed.
2. Unless otherwise specified the motors shall conform to the latest
applicable Indian Standards, B.S. or IES standards, some of these are
listed below :-
a) IS : 325 : Induction motor.
b) IS : 4691 : Degree of protection provided by
enclosures
for rotating electrical machinery.
5.3.1.2 PERFORMANCE :
1. Motor shall be capable of satisfactory operation for the application
and condition on duty as required by the driven equipments.
2. Motor shall be capable of giving rated out put without reduction in the
expected life span when operated continuously under either of the
following cases of supply: -
(Conditions specified in data sheet)
a. Variation of supply voltage from ±
10%
the rated voltage.
b. Variation in supply-frequency from ±
5%
the rated frequency.
c. Combined voltage and frequency variation ±
10%
3. Motors shall be suitable for the method of starting specified.
4. Motors shall be capable of starting and accelerating the load with the
application method of starting exceeding acceptable winding
temperature when the supply voltage is 85% of the rated voltage.
5.3.1.3 INSULATION :
1. Any joints in the motor insulations such as at coil connections or
between slot and end winding section shall have strength equivalent
to that of the slot sections of coil.
2. The insulation shall be given tropical and fungicidal treatment for
successful operation of motor in hot, humid and tropical climate as
per the applicable standard.
3. Motor shall have class ‘F’ insulation.
5.3.1.4 PAINTING :
External parts shall be finished and painted to produce neat and durable
surface which will prevent rusting and corrosion. The equipment shall be
degreased and rust, sharp edges, scales be removed and treated with one
coat of primer and finished two coats of final paint.
5.3.1.5 SPARE PARTS :
A list of recommended spares required for five years operation shall be
furnished separately giving their item wise unit rates.
5.3.1.6 A list of special tools and tackles required for it giving their item wise unit
rates.
5.3.1.7 TEST :
(a) All routine tests shall be conducted on the motors.
(b) All type tests shall be conducted on the motors.
5.3.1.8 DOCUMENT:
After the award of Contract, the following document shall be progressively
furnished :-
(a) General arrangement drawing.
(b) Instruction manuals for erection, testing, commissioning,
operation and regular maintenance.
(c) Test Reports of various equipments supplied by the
contractor.

5.3.2 INDUCTION MOTORS DATA SHEET : (Submersible type)


SI. NO. Description For ½ peak discharge For non –peak discharge

Pump. Pump.
1 2 3 4

1. Application For Sewage pumping having 1.05 Specific gravity.


2. Name of manufacturer
3. Application
Standards.
4. Quantity.
5. Performance
a) Rated output and PF
b) Rated Speed.
c) Type of duty.
d) Duty designation
e) Full load current
f) Starting current ‘A’
g) Efficiency and power factor at
(i) 5/4 load
(ii) 4/4 load
(iii) ¾ load
(iv) ½ load
6. Insulation and Enclosure :
a) Class of insulation.
b) Ambient temperature.
c) Temperature rise & maximum temperature.
d) Type of enclosure and degree of protection.
6. Dimensional drawing.
7. List of spare parts.
8. List of special tools and tackles.
5.4.1 Pump discharge Piping :
5.4.1.1 Scope
This specification covers the engineering, supply, design, performance, erection,
testing and commissioning of C.I.D.F. pipes and specials for discharge/suction
pipe line. Dismantling joints, C.I.D.F. distance pieces, special radial/inclined tees
etc shall be required as per tentative lay out plan of pumping plant.
However, the actual requirement shall be as per drawing finally approved
depending upon actual requirement.
5.4.1.2 Pipes and pipe work:
All pipe work and fittings etc, shall conform to the latest appropriate Indian
Standards and shall be to a class in excess of the maximum pressure and
shall be supplied by an approved manufacturer.
5.4.1.3 Proper indication colour code shall be provided as per the standard practice
in consultation with the representative to the Engineer.

5.4.1.4 The pipe work installation shall be so arranged as to offer ease of


dismantling and removal of pumps or other major items of equipment. All
pipe shall be tested at the manufacturer’s work at twice the working head
or 1.5 times the maximum shut off head whichever is greater.
The internal surface of all pipe work should be thoroughly cleaned before
and during erection and before the pipe work is placed into commission. All
underground pipe line shall be properly painted as per the standard
practice.
The cast iron flanged pipes shall conform to the proper Indian Standards.
The cast iron fittings shall also comply with the relevant Indian Standard or
equivalent. Non-standard specials shall be generally avoided.
5.4.1.5 CI pipes and fittings:
5.4.1.6 The actual requirement need to be calculated by bidder as per drawings
depending upon the actual site requirement. The rates shall be quoted on
lump sum basis.
5.4.1.7 Supply of materials shall be as per relevant I.S.-1536, I.S.-1538.

5.5.1 Specification for Valves


Scope
This specification cover the design, performance manufacturer
constructional featured, testing at manufacturers works, packing and
forwarding to site of following specials.
1) Actuator operated Sluice Valve
2) Reflux Valve
5.5.2 Code and Standards
This design manufacturer and performance of valves and specials shall
comply with the currently applicable statues regulations and safety code in
the locality where the equipment will be installed. The equipment shall also
conform to the latest applicable Indian/British/USA standards.
Sluice valves IS-14846
Reflux valves IS-5312 (Part-I)

5.5.3 Features of Construction


1. The features of construction shall generally conform to the above
specifications.
2. The valves shall be suitable for installation with the valve shaft in any
positions.
3. Sluice valves shall be double flanged and shall have disc manufactured
in ‘MEHANITE’ or equal material unless otherwise specified in data
sheet. The seat and faces shall be of gun metal, or of one specified in
sheet. Sluice valves of nominal size 350 mm and above shall be
provided with shoe channel arrangement so that the gate shall be
guided throughout its travel. Sluice valves upto 300 mm. Size shall be
provided with manual hand wheel arrangement. Sluice valve of size
above 300 mm and upto 500 shall be provided with manual enclosed
gear arrangement and of 600 mm size and above shall be provided
with electric actuator arrangement.
4. The Reflux valves shall be suitable for smooth functioning under the
maximum design pressure. The valves shall have no slam closing
characteristic without external dampening arrangement.
5. Valves ends shall be flat faced flanged. Flanges shall be drilled to suit
ISI 1538 (Part I to XXIL) flanges unless specified otherwise in Data
Sheet.
6. The driving and sealing shall be preferably of gland and stuffing box
type. Stuffing box shall be easily accessible for adjustment and
replacement of packing without disturbing any other part of valve or
operator assembly. The depth of the stuffing box shall not be less than
50 mm or diameter of shaft whichever is lower. As an alternative ring
type sealing may be provided at the driving end.
7. Gear unit of valves shall be grease lubricated packed with grease for
life time service.
8. Valve shaft shall have a minimum shaft diameter extending through
the valves bearings and into the valves disc as specified in IS Standards
specifications.
9. The tolerance of the valves dimensions shall be as per relevant
standard code but not exceeding the following:
a) Face to face 3 mm
b) OD of Flanges 3 mm
c) Bolt Circle diameter 2 mm
d) Thickness of flange 2 mm
10. Floor stands and extension bonnets shall be provided if asked for in
data sheet.
For sluice valves located below the floor, suitable floor stands or
extension bonnets as required by the specification shall be provided.
These shall be complete with proper extension stems, valves stem,
valve stem couplings, hand wheel, gearing, local position indicators
etc. The floor stand shall be bolted to the floor height of the hand
wheel above the floor shall be between 900mm and 1000mm
depending on the manufacturer’s standards design.
Length of the extension shall be selected to keep the height of the
hand wheel about 1.0 meter above the floor, wherever necessary the
extension bonnets shall be provided with suitable support brackets for
supporting at the floor level.
5.5.4 Tests
1. All valves shall be tested hydrostatically for strength, tightness of seats
and tightness of back seating at the pressure specified in relevant
code.
2. The procedure for testing shall be as per relevant code.
3. Vender shall furnish five (5) sets of the following certificate for all type
of valves.
4. Certified physical and chemical analysis certificates, metallurgical test
reports of all components of the valves and specials.
5. Certified hydrostatic test report for all body castings and material terst
certificates..
5.5.5 Painting & Corrosion Protection
A shop coat of paint shall be applied to all steel and cast iron exposed
surface as required to prevent corrosion, after release has been given for
painting and before dispatch. All parts shall be adequately protected for rust
prevention. Grease shall not be used on machined surfaces.
5.5.6 Drawings and Manuals
a. Tenderer shall furnish along with his bid the followings drawings:
(i) Dimensional outline drawing.
(ii) Cross section drawing.
b. instruction manual shall be furnished by vender after award of the
contract.
5.5.7 Name Plate
All valves and shall have permanent name plates indicating the service for
which will be used and be primary temperature and pressure ratings.
5.5.8 Valves Data sheets ‘A’
5.5.8.1 sluice Valves
Construction Features:
1. Spindle Non rising spindle type
2. Ends Flanged flat face drilling as per IS-
1538 part IV
and VI
3. Bonnet Bolted
4. Disc. Solid wedge
5. Operation Electrically operated actuator along
with hand wheel.
6. Body and disc. Seat Renewable as per 15780 Class I
7. Standard IS:14846

5.5.8.2 Materials of Construction


2.1Body Cast Iron (IS-210, FG-200)
2.2 Door Cast Iron (IS-210, FG-200)
2.3Spindle Nut Bronze IS-318 Gr LTB2
2.4 Seat Rings SS-304
2.5 Back seat bush Bronze IS-318 Gr LTB2
2.6 Spindle SS-304
2.7 Shoe & Channel SS-304
Note: Material test certificates shall be furnished forall the above parts.
5.5.8.3 Testing
Hydrostatic test pressure:-
1. Body 15 Kg/cm2
2. Seat 10 Kg/cm2
5.5.9 Reflux Valve
5.5.9.1 Construction Features
1.1 Type Swing (Single door)
1.2 Ends Flanged, flat face, drilling as per
ANSIB 16.1 class 125/IS-1538
Part - I
1.3 Cover Bolted
1.4 Body & disc. Seat Renewable
1.5 Standard IS:5312. Part-1 latest edition
2.0 Material of construction
2.1 Body Cast iron (IS 210, Gr FG 200)
2.2 Door Cast iron (IS 210, Gr FG 200)
2.3 Body ring SS-304
2.4 Door ring SS-304
2.5 Bearing bushes Bronze IS-318 Gr LTB2
2.6 Hydrostatic test pressure
1. Body 15 Kg/cm2
2. Seat 10 Kg/cm2

5.5.10 Schedule of Quantities


(A) For Submersible pumps
SI. No Type size(mm) Qty.
1. Sluice Size should be as per 1 no. sluice value
for Hydraulic requirement
each pumping plant,
of individual pump one number for
common
header & one
number for
bye pass
arrangement
2 Reflux - Do- 1 no. reflux for each
Valve pumping plant

5.5.11 Sluice Valve Data Sheet ’B’


Data to be furnished by the Bidder
1 Make As per make list
annexed.
2 Type Rising Spindle Type
3 Size & Nos. as per actual site
reqirement
4 Rating of valve PN - 1
5 Material of construction
6 Body
7 Trim
5 Test pressure
6 Body 15 kg/cm2
7 Trim 10 kg/cm2
8 End Construction
9 Makers maximum recommended
flow velocity
10 Weight & shipping
11 Arrangement drawing No.
12 Specified in data sheet ‘A’
13 Electric actuation system with Actuator system with 3
phase suitable
hand wheel electric motor as integral
part with
minimum 4 poles ‘B’ class
insulated
high torque, low inertia
motor of
suitable short time rating
protected by
IP-67IEC529 enclosure and
‘O’ ring
sealed to provide complete
environment
protection during long
period of
inactivity. The system shall
be compete
in all respects such as
thermostat
protection embedded in
stator winding
bearings, push buttons for
open/close
/stop, load/off remote
selector switch,
pad lockable, continuous
load position
indicator, torque/limit
switch, auxiliary
and independent limit
switches etc.
(Makes-AUMA/ROTORK)

5.5.12 Reflux Valve Data Sheet ‘B’


1 Manufactured by As per make list annexed.
2 Type Single door patterns swing
3 Size & Nos. as per actual site
requirement .
4 Rating 10 bar
5 Test pressure – body seat
6 Makers maximum recommended
flow velocity
7 Max velocity on site
8 Weight & Shipping dimension
9 Arrangement drawing no.
10 Characteristic curve no.
11 Details of dampening arrangement

5.5.13 Data Sheet ‘C’


To be furnished by Tenderer after Award of Contract
1 Instruction manuals
2 Test certificates / reports for
a) Physical and chemical analysis and metallurgical test for
components of valves and specials.
b) Hydrostatic test for all body castings.
3 If specified in Data Sheet – “A”/Section-“C”, the details of all valves
and valve list as per enclosed formats shall be furnished.
5.5.14 Electric Actuator (Applicable For Valves I Gates)
General
All local controls shall be protected by a lockable cover.
Each actuator shall be adequately sized to suit the application and
be continuously rated to suit themodulating control required. The gearbox
shall be oil or grease filled, and capable of installation inany position. All
operating spindles, gears and head stocks shall be provided with adequate
points forlubrication.
The valve actuator shall be capable of producing not less than
1.5times the required valve torque andshall be suitable for at least 15
minutes continuous operation. The operating speed shall be such as togive
valve closing and opening at approximately 10-12 inches per minute.
The actuator starters shall be integrally housed with the actuator in robustly
constructed and totallyenclosed weatherproof housing. The motor starter
shall be capable of starting the motor under themost severe conditions.
The starter housing shall be fitted with contacts and terminals for
power supply, remote control andremote positional indication, and shall
also be fitted with internal heaters so as to provide protectionagainst
damage due to condensation. Heaters shall be suitable for s ingle phase
operation. The heatersshall be switched "ON" when the starters are "OFF"
and shall be switched "OFF" when the startersare "ON".
Each starter shall be equipped as follows :
a) A.C. electric motor.
b) Reduction gear unit.
c) Torque switch mechanism complete with set of torque switches for
"Open" &"Close" position.
d) Limit switch mechanism complete with set of limit switches for "Open"
&"Close" position.
e) 2 Nos. of Auxiliary limit switches to be provided for each direction in the
switch mechanismin addition to the torque/ limit switch for travel
termination
f) Hand wheel for manual operation.
g) Hand-auto changeover lever with suitable locking arrangement.
h) Local control switch I push buttons
i) Forward/Reverse internal/External starter
j) 1 No. Set "Open", "close" and "Stop" buttons as applicable
k) 1 No. Local- Off - Remote switch with padlocking facilities as applicable
l) Space heater, 220V rated
m) Position transmitter with 4-20mA analogue output for valve open/close
position
The actuator shall be suitable for operation in the climate conditions
and power supply conditionsgiven in the specification. The actuator shall be
capable of producing not less than 1.5time themaximum required torque
and shall be suitable for at least 15 minutes continuous operation.
A.C. Electric motor:
Each motor shall be fully tropicalized and suitable for operation in
the prevailing climate conditions.They shall also be suitable for operating
satisfactorily under variations of electric supply specified.
Motors:
The electric motors shall be of 3 phase, minimum Class 'F' insulated
with temperature limited toClass B, high torque low inertia motors of I 5
minutes rating, squirrel cage type with '0' ring seal toprovide complete
environmental protection during long period of inactivity. The winding shall
beimpregnated to render them non-hydroscopic and oil resistant. All
intemal metal parts shall bepainted. Motor shall be capable of at least 60
starts per hour.
Motor protection:
Following motor protection shall be provided:
a) The motor shall be de-energized in the event of a stall when attempting
to unseat a jammed valve.
b) Motor temperature shall be sensed by a thermostat to protect against
overheating
c) Single phasing protection
Motor controls:
The reversing contactor starter and local controls shall be integral or
external for actuator. The startersshall comprise mechanically and
electrically interlocked reversing contactor of appropriate rating fedfrom a
220 V control transformer (120V AC for energization of contactors and24V
DC rectifiersupply for local control for integral starter is also acceptable).
The common connection of thecontactor coils at the transformer shall be
grounded. HRC type primary and secondary fuses shall beprovided.
Local control shall comprise push buttons for open close and stop
operations, and a local/remoteselector switch lockable in the three positions
as below:
• Local control only,
• Remote control plus local stop only,
• Stop locked off- No electrical operation
Vendor should also make a provision for trans mitting the mode selected to
control panel and controlpanel will have corresponding indication lamps.
Wiring and terminals:
Internal wiring shall be of grade PVC insulated stranded cable of 650
V and of minimum 1.5 mm2copper for control circuits and of minimum 4
mm2 for the power circuit. Each wire shall be numberidentified at each end.
The ter1ninals shall be of stud type and they shall also be identified
bynumbers. Cable entries shall be suitable for suitably sized PVC cables.
Enclosure:
The actuator enclosure shall be IP 68.
Reduction gear unit:
Reduction gear unit shall be of the totally enclosed oil bath
lubricated type. The gear box shall beprovided with the first charge of oil
lubricants and appropriate filling and drain connections. Gearing shall be
adequate to open and close the s luice gates under full indicated maximum
operating pressuredifferential at a speed sufficient to cover the full extent of
travel.
The sluice gate operating equipment shall have a hammer-blow
device to loosen stuck sluice gate orretrieve jammed sluice gate position.
The gearbox shall have suitable stops to prevent movement of shaft
beyond fully open I closeposition. The gearbox shall also be designed for
15% more torque than maximum sluice gate I valvetorque.
Torque & position limit switch mechanism:
Each actuator shall be provided with both Open and Close torque
limit switches, open and close (endposition) limit switches for remote
indication and interlocking plus two sets of auxiliary limit switchesin each
direction for intem1ediate position indication and interlocking. Means shall
be provided toprevent the open torque switch tripping during initial
hammer blow effect. Torque protection resetshall not allow repeated
starting in same direction when the control signal is maintained.
The torque switch mechanism shall function as follows to stop the
motor on closing or opening of thesluice gate, upon actuation by the torque
when the s luice gate disc is restricted in its attempt to openor close.
The torque switch in the closing direction shall interrupt the control
circuit ifmechanical overloadoccurs during the closing cycle or when the
sluice gate is fu lly closed. The torque switch in theopening direction shall
interrupt the control circuit if mechanical overload occurs during
openingcycle or when the value is fully open.The mechanism shall facilitate
adjustment of the torque at which the switches are required tooperate.
Handwheel:
A hand wheel shall be provided for emergency operation. The hand
wheel drive shall be mechanicallyindependent of the motor drive and any
gearing should be such as to permit emergency manualoperation in a
reasonable time.

5.6 Pressure Measuring Device


The supplier shall provide electronic sensor type equipments for pressure
measurements complete in all respects and generally consisting of
followings :
a) Digital pressure indicators with signal transmitting device for pump
delivery.
b) These pressure indicators shall indicate in meters with two digits
after decimal and shall be installed on instrument panel of suitable
size and at a height of 1.5 meter at a suitable place on wall
5.6.1 The range of pressure measuring indicators shall be suitable to cover shut
off head of the pumping plant.
5.6.2 The accuracy of sensor/transducers shall be 1.0% and display accuracy also
1.0%
5.6.3 Housing & parts in contact with water shall be of stainless steel which is
corrosion resistant of sewage water.
5.6.4 The protection class shall be at least IP.65
5.6.5 The system to be supplied shall be complete in all respect including cable for
it.
5.6.6 The point of fixing of sensor should be provided with filler arrangement so
that sensor is not affected with sewage water.

5.7 PVC/XLPE Insulated Electric Cables & Submersible Cables


5.7.1 Scope
This specification covers requirements of XLPE insulated electric cables and
XLPE Cable.
These cable shall be conforming to relevant IS/IEC specification.
LT cables shall be rated for continuous operation and HT cables shall be
rated for its short circuit. The sizes of cables shall be fixed after taking into
consideration the de rating factors applicable.
All cables shall be steel flat strip armored unless specified. Cable end box for
HT cable shall be furnished complete with heat shrinkable type termination,
tubular tinned copper lugs, armour clamps, gland plate etc.
MS chequered plates, 8 mm. Thick and painted with black enamel paint for
covering the cable trenches wherever required/directed by the engineer
shall be provided under all sub heads. The weight of the chequered plates
shall be as per standard tables and in diamond pattern.
Wherever parallel double cables are to be laid, the capacity of individual
cable should be sufficient to take full load current required for ultimate load
and other cable work as standby up to ultimate stage.
5.7.1.1 Codes and Standards
The design, manufacturer and performance of the cables shall comply with
all currently applicable status, regulations and safety codes in the locality
where the equipment will be installed.
5.7.1.2 Unless otherwise specified, the equipment shall conform to the latest
applicable Indian Standards.
a) IS : 1554 (Part – I) PVC insulated (Heavy duty) electric cables,
Part-I for working voltage up to and
including
1100V
b) IS : 1554 (Part-II) PVC insulated (Heavy duty) electric cables.
Part-I for working voltage from 3.3 KV up to
and
including 11 KV.
c) IS : 3961 (Part-I) Paper insulated (Heavy duty) electric cables.
Part – I for working voltage up to 3.3 KV.
d) IS:694 PVC insulated (Light duty) electric cables for
working voltage up to 1100V.
e) IS:3961 (Part-II & V) Recommended current ratings for cables.
Part- II-PVC insulated and PVC sheathed
heavy
duty cables Part – V-PVC insulated light duty
cables.
f) IS-692-1965 (with latest Paper Insulated Power Cables amendments)
g) IS-7098 Specification for XLPE Cable
h) IS-10810, IS-5831, IS 8130
5.7.2 Various constructional details of cables shall be as per data sheet.
5.7.3 Cables shall be supplied on non-returnable drums made of seasoned wood.
5.4.4 For the following voltage grade, the cable length on each drum shall be
subject to
purchaser’s approval.
S.No. Voltage Grade Conductor Size
1. 1100 V Above 95mm2
2. Below 1100V All sizes
5.5.5 Tests
5.7.5.1 Acceptance tests shall be conducted when specified in Data Sheet-A
5.7.5.2 Test reports shall be furnished.

5.7.6 Data Sheet ‘A’ PVC Insulated Electric Cables


5.7.6.1 Applicable Standard IS-1554-Part-I
5.7.6.2 Heavy/Light duty Heavy Duty
5.7.6.3 Voltage Grade 100 V to 230 V
5.7.6.4 Earthed/Unearthed Earthed
5.7.65 Conductor
a) Standard/solid As per IS-1554-Part-I
b) Material Control cable copper, power
cable
Aluminum/Copper
5.7.6.6 Insulation
a) General PVC Yes
b) HR PVC -
5.7.6.7 Individual core shielding Not required
5.7.6.8 Inner Sheath Yes
a) Extruded PVC
b) Wrapped PVC -
c) Any other -
5.7.6.9 Armouring
a) Galvanized wire/Strip Yes
b) Aluminum -
c) Any other -
5.7.6.10 PVC outer sheath Extruded PVC
5.7.6.11 Acceptance test The supplier shall
have to submit the test
certificate of the
manufacturers.
5.7.6.12 Quantity Various sizes as per
requirements
5.7.7 XLPE Cable
1. Applicable Standard IS-7908
2. Heavy./Light duty Heavy duty
3. Voltage Grade 11 KV
4. Earthed/Unearthed Earthed
5. Conductor Electrid Purity Aluminum
6. Insulation High Quality
7. Individual core insulation Yes, to be provided both
conductor &
shielding consisting of
Extruded
semi conducting compound.
8. Inner Sheath Yes
9. Armouring Yes
a) Galvanised Yes
Wire/Strip Yes
b) Aluminum Yes
c) Any other Yes
10. Paper outer Switch Yes
11 Acceptance Test The supplier shall have to
submit the
Test certificate of the
manufacture
12 Quantity various size as per
requirement.

5.7.8 Data Sheet ‘B’


PVC Insulated Electric Cable/XLPE Cable
(To be furnished by Bidder)
1.0 Name of manufacturer
2.0 Applicable Standards
3.0 a) Constructional details Yes/No As per data Sheet ‘A’
4.0 Steady state conductor temperature
5.0 Maximum conductor temperature during short circuit
6.0 Core identification scheme
7.0 Technical catalogues giving current/rating derating factors charts for
circuit capacity. Constructional data, drum details, bending radius
etc.
8.0 Typical type and acceptance test reports.
5.7.9 Submersible Cable for Pumping Plants.
Submersible PVC Cable for pumping plants shall be of two types i.e. power
cable and control cable. These PVC cables shall be multi-core suitably
designed for voltage and current rating of submersible motors depending
upon the actual requirement. The control cable shall be of required no. of
core and shall be used for moisture sensor unit, thermistor unit and other
such required control unit. The size of conductor cross section of the power
cable shall be sufficiently enough to control motor taking into account the
type of starter used for starting of motor. Cable shall be laid down from
control panel to the pump set hence length of cable shall be sufficient giving
the loops of suitable length at certain points in the route of cabling. The
cable ends shall be protected to prevent leakage of liquid into the motor
through the cable entry kit Cable jointing shall be done properly in order to
make water tight joint as per prescribed in I.E. rules. The cables must be
checked for continuity after jointing.
5.7.9.1 The cable shall never be subjected to any distortion or strain, the cable must
be fixed on column pipe with a cable-clip just below and above of each
joining flange or sleeve having length upto 4 meters in case the length of
column is more than 4 meters, an additional clip should be fixed halfway
between these points. The clip must grip the cable firmly enough to prevent
it slipping downwards by its own weight.
5.7.9.2 Two different type of cable attachment should be provided according to the
size and weight of cable.
(i) Rubber band with plastic buttons
(For cable of sizes 1.5 mm2 to 10mm2)
(ii) Cable clamp, metal strip and fastener/
(for cables above 10 mm2 size)
5.7.10 The technical parameters of cables shall be as given below:
Description Unit Particulars
HV XLPE Power Cables
Rated voltage U/Uo (Um) kV 18/30(36)
Material of conductor Aluminum (stranded)
Cross-sectional area (*)
Type of insulation XLPE
lnner sheath Extruded
Outer sheath Extruded
Conductor and insulation screening Required
Material of armour Galvanized Steel (Aluminum for single cor
cable)
LV Power, Control and Lighting
Cables
Rated voltage U/Uo (Um) kV 0.6/1 (1.2)
Material of conductor Aluminum' for Power and Tinned Copper
Control cable (stranded)
Cross-sectional area (*)
Type of insulation XLPE for power and PVC for control cable
lnner sheath Extruded
Outer sheath Extruded
Material of armour Galvanized Steel (Aluminum for single cor
cable)
Cable Protection Compound of outer sheath of all
HV/MV/LV cables shall contain suitable
chemicals for preventing attack by rodent
(*)Value to be ascertained by the contractor after submitting design calculations
subject to approval.
5.7.11 Tests
All HV and LV cables shall be subject to routine tests in accordance with the relevant
Indian Standard
Specifications.Test certificates shall be provided against each drum and/or cable
length.
The tests carried out on every cable length and /or drum at manufacturer's premises
shall include
following tests as applicable but not limited to:
• high voltage dc insulation pressure test, between cores, each core to
earth,metallic sheath or armour as applicable;
• insulation resistance test;
• core continuity and identification;
• conductor resistance test
• Elongation test
• Smoke density test
• HCI gas generation test

5.8 Specification for Control Switch Gear Panel Board


5.8.1 Scope
5.8.1.1 The specification covers the requirements of relay and control panel board,
cubicles, and desk associated equipment mounted and internal wiring
therein.
5.8.1.2 All or part of control panel, metering, protection and other necessary
equipment specified in the following clauses of the specification shall be
provided as and when called for in the accompanied specification, data
sheet/or drawings.

5.8.2 Codes and Standards


5.8.2.1 The design, manufacture and performance of equipment shall comply with
all currently applicable regulation and safety codes in the locality where the
equipment will be installed.
Unless otherwise specified, equipment shall conform to the latest applicable
Indian, British or USA standards.
Some of the standards are given below :-
a) IS 375 Auxiliary wiring and bus bar marking
b) IS 722 Energy meter
c) IS 1248 Indicating instrument
d) IS 2147 Degree of protection provided by enclosure
e) IS 2208 HRC fuses
f) IS 2705 Auxiliary current transformer
g) IS 3156 Auxiliary Voltage transformer
h) IS 3231 Electrical relays for power system protection
i) IS 4047 Air break switches
j) IS 2516 AC Circuit Breaker
k) IS 5124 AC induction motor starter
l) IS 3427 Metal indoor switch gear and control gear for
voltage
Above 100 V but not exceeding 11000 V
5.8.3 Extent of Work
The extent of the work included in the specification is as follow :

5.8.3.1 Design, fabrication of complete panels, provision for all associated


equipment and wiring, design and selection of all the components shall be
made liberally with a good margin of safety factor and considering the
following points in mind.
5.8.3.2 Procurement (except specifically noted as supplied by purchaser) and
mounting of all equipment specified in the accompanied equipment list,
data sheet, drawings and specification together with such auxiliary
equipment and materials as may be adjacent or complementary to those
specified.
5.8.3.3 All internal wiring to equipment and terminal block and wiring between
adjacent panels.
5.8.3.4 Electrical and instrumentation detailing outlined in this specification and the
accompanied specification.
5.8.3.5 Preparation and furnishing of all drawings as required including schematic
wiring, internal wiring and external cable connection drawings.
5.8.3.6 Testing of panels and associated equipment accessories and furnishing of
test certificates.
5.8.3.7 Preparation and furnishing of instruction, operating and maintenance
manuals.
5.8.4 Constructional Features
5.8.4.1 The control panel shall be completely metal enclosed and shall be dust,
moisture and vermin proof . the enclosure shall provide a degree of
protection and specified in data sheets but not les than IP 42 in
accordance with IS : 2147
5.8.4.2 Panels/desks shall be free standing, floor mounting type and shall comprise
rigid welded structural frames enclosed completely with specially selected,
smooth finished, hot rolled sheets steel of thickness not less than 3 mm for
front and rear portions and 2.5 mm for sides top and bottom portions. There
shall be sufficient reinforcement to ensure a plain surface to limit vibration
and provide rigidity during shipment and installation.
5.8.4.3 The control panel/desk shall be assembled with channel/angle base plates
with anti-vibration mountings. The vertical panel shall be freestanding type
with removable covers at back. All bolts nuts and screw etc. appearing on
panel shall be arranged as to present a neat appearance, lifting hooks shall
be provided such that no openings are left when hooks are removed. All
hooks, bolts and just exposed to external atmosphere shall be chromium
plated or zinc plated.
5.8.4.4 Operating handles of the doors shall have locking arrangement, There shall
be no sharp door covers to avoid injury to personnel.
5.8.4.5 The control desk shall be provided with hinged door on the rear and
removable access cover on the front. All doors, removable covers and panels
shall be gasketed all around with neoprene gaskets. Ventilating covers if
provided shall have screens. Fittings and due collecting devices Shall be
made of either brass of GI wire mesh.
5.8.4.6 Design, Material selection and workmanship shall be such as to result in neat
appearance inside and outside with no welds and reverts apparent
from outside, with all exterior surfaces free and smooth.
5.8.4.7 Panels desk shall be suitable for floor mounting or control cubicles may be
wall mountings as specified in data sheets. Metal stills in the form of metal
channels properly drilled shall be furnished along with anchor bolts and
necessary hard ware for mounting the panels. These shall be dispatched in
advance so that they are installed and leveled., when concrete foundations
are poured. The foundation and supporting frames, anti-vibration strips and
fixing bolts, nuts, washers etc. shall be supplied to suit the requirements.
5.8.4.8 The panels/desk shall be liberally sized so as to provide spacious layout of
equipment and devices with sufficient working space in between.
5.8.4.9 If a control panel consists of a number of panels, each panel shall be
mounted side/by side and bolted together to from a compact unit. Where
two panels meet, the joints shall be smooth, close fitting and
unconstructive.
5.8.4.10 The maximum and minimum height of the operating equipment on
the panel shall be 2100 mm and 900 mm respectively from the floor level,
stands height of the equipment comes within the above limit. The proper
supporting arrangement shall be provided by the bidder.
The following features are also required:
(i) The circuit breakers, bus bar, instrument transformer’s and cables
shall be installed in separate compartment within the cubical.
(ii) The panels shall be so designed that it may be possible to extend on
either side if required at future date.
(iii) The panels shall be so constructed that failure of one equipment
does not effect the adjacent units. Suitable vent shall be provided to
release gas pressure developed due to the operation of breaker or
breaker or due to live are at the bus or short due to shot circuits.
(iv) All bus connections, joints and taps shall be silver plated,
connections shall be as short as possible.
(v) Each cubical shall be provided with space heater with switch fuse
and plug socket with switch for connection of heat lamps rated 240
V single phase 50 C/S. Space heater shall be provided with
thermostats of approved make and type.
(vi) Wiring for space heater and lamps in each switch gears shall be
grasped and brought out to easily accessible terminals for external
connection.
5.8.4.11 Painting
All sheet metal work shall be phosphated in accordance with the following
procedure and in accordance with IS “code of practice for phosphating iron
and steel” after application of the primer, two coats of finishing synthetic
enamel paint shall be applied, each coat followed by stoving. The colour of
the finishing coat shall be as specified in data sheet ‘A’.

5.8.4.11.1 Finished painted appearance of panels shall present an esthetically


pleasing appearance free from dents and uneven surface.

5.8.4.11.2 A small quantity of finishing paint shall be supplied for minor touching up
required at site after the installation of panels/desks. The type of anti-
vibration strips shall be subject to purchaser approval.

5.8.4.12 Cable Entry


1. The panels shall have provisions of cable entry from top/side/as per
site requirement. The removable cable gland plate shall be provided
to make entry dust tight and vermin proof.
2. The panels shall have provisions inside for fixing the multi-core cable
glands. The cable glands support plate shall be 4 mm thick.
3 Cable entries to the panels/desks shall be from the top/side/as per
site requirement unless otherwise specified in data sheet. When
called for in data sheet, necessary number of cable glands of sizes to
suit purchaser’s internal cables to the panels shall be supplied. Cable
glands shall be screwed type and made of brass.
5.8.5 Mounting
5.8.5.1 All equipment in front of panel/desks shall be flush mounting type.
5.8.5.2 All equipment shall be so mounted that the removal and replacement may
be accomplished individually without interruption of service to others.
5.8.5.3 All equipment inside the panel/desk shall be so located that their terminals
and adjustments are rapidly accessible for inspection or maintenance.
5.8.5.4 No equipment shall be mounted on the doors without prior approval of
purchaser.
5.8.5.5 Where applicable Auxiliary bus bars for AC and DC suppliers, P.T. circuits and
other common service shall be provided near the top of the panels running
through the entire length of he panels. These buses shall have nominal cross
section equivalent to a copper of 6mm2 and permit two independent supply
points.
5.8.5.6 Fuses and links shall be provided for isolation of individual circuit from bus
wire/bars without disturbing other circuits.
5.8.5.7 Wherever practicable wiring shall be accommodated on the sides of the
panel/desk, sharp bends shall be avoided.
5.8.5.8 Wiring shall be adequately supported along its run to prevent sagging and
strain on the termination.
5.8.5.9 Wire termination shall be made with solder less compression type of tinned
copper lugs which grip the conductor and insulation. Insulated sleeves shall
be provided at all the wire termination. Wire shall not be spliced between
terminal points. Each wire shall be identified at both ends by engrave, Core
identification, plastic ferrules with wires designation in accordance with
contractor wiring diagram fitted inside the panel.
5.8.5.10 Vendor shall be solely responsible for the completeness and correctness of
the internal wiring and for the proper functioning of the connected
equipment.
5.8.6 Terminal Blocks
5.8.6.1 Multi-way terminal blocks complete with necessary binding screws and
markers for wire connections and terminal strips for terminal identifications
shall be furnished for terminating the wiring and outgoing cables.
5.8.6.2 Terminal blocks shall be 650 V grade, 15 amp, rated with marking on
terminal strips shall correspond to wire numbers on the wiring diagram.
5.8.6.3 Terminal block of CT and PT secondary leads shall be provided with test links
and isolating facilities. Also CT secondary leads shall be provided with test
links and isolating facilities.
5.8.6.4 The terminal block shall be grouped according to circuit functions and shall
have at least 20% spare terminate. For different voltage, the terminal blocks
shall be segregated.
5.8.6.5 Bottom of the terminal blocks shall be least 2.00 mm above the cable crutch
of incoming multi core cables.
5.8.6.6 The terminals shall be open clamp/stud type suitable for connection of at
least two (2) 2.5 mm copper wire, per terminal from each side. Terminals
with tightening screws sitting directly on the conductor shall be accepted.
5.8.6.7 No more than two wires shall be connected to any terminal. If necessary a
number of terminal shall be jumpered together to provide wiring point.
5.8.6.8 The center lines of switches, push buttons and indicating lamps shall be
matched to give a neat and uniform appearance. Likewise the top lines of all
meters relays and recorders etc. shall be matched.
5.8.6.9 Wherever required, panels/desks shall be matched with other panels/desks
in control room in respect of dimension, colour appearance and
arrangement of equipment on the front.
5.8.7 Cable Terminations
The purchasers external cable connection will be terminated on the terminal
blocks provided in the control panel. All necessary cable terminating, such as
gland plaster, packing glands, crimp type termed copper lugs and brackets,
wiring troughs and gutters etc. for purchaser’s cable shall be included in
Vender’s scope of supply.

5.8.8 Instruments:
5.8.1 Indicating instrument
All electrical indicating instruments shall be circular 270 scale, 144mm.
square/circular moving coil instruments suitable for semi-flush mounting
with only flange projecting on vertical panels.
Instrument dials shall be white with black numerals and lettering, knife-edge
pointers and parallax free-dials shall be preferred.
Instrument shall conform to IS: 1248 and shall have an accuracy class of to
1.0 or better.
The number of digits provided shall be adequate to cover 1000 hours of
operation.

Current coils of meters shall have a continuous over load capacity of 200%
for both accuracy as well as thermal limits. Also the coil shall withstand at
least 10 times rated current for 0.5 seconds without loss of accuracy.

5.8.9 Relay
5.8.9.1 all relay shall conform to IS 3231 or equivalent. They shall be suitable for
semi-flush mounting with only flanges projecting on the front with
connection from the rear.
5.8.9.2 Relays shall be rectangular in shape and shall have dust tight, transparent
from the rear.
5.8.9.3 All protective relays shall be in draw cases with built in test facilities. Test
block and switches shall be located just below each relay for testing unless
otherwise specified. All auxiliary relay and timers shall be supplied in non
draw out cases.
5.8.9.4 All relays shall be suitable for operation at 50 Hz AC voltage operated relays
and current and times shall be designed for the DC voltage specified in data
sheet and shall operate satisfactorily between 70% and 110% of rated
voltage.
Voltage operated relays shall have adequate thermal capacity for
continuous operation.
5.8.9.5 All protective relays shall be provided with at least two pair of potential free
output contracts. For auxiliary relays and timer it shall be as specified in data
sheet. Relay cases shall have adequate number of terminals for making
potential free connections, to the relay coils and spare contracts. Paralleling
of contacts, if any shall be done at the terminals on the casing of the relay.
5.8.9.6 All protective relays shall be provided with externally hand reset positive
action operation indicator.
5.8.9.7 All timers shall be electromagnetic type only. Short time delays in milli-
second may be obtained by shading with copper lugs on auxiliary relays.
This shall not affect the continuous rating of the relay.
5.8.9.8 All relay shall be self next type unless other wise specified in respective
data sheet.
5.8.9.9 Each relay shall have provision for easy isolation of trip circuit for the
purpose of testing and maintenance.
5.8.9.10 All relays shall with stand a test as per relevant IS code and standard.
5.8.9.11 Auxiliary seal in units provided on the protective relay shall be shunt
reinforcement type.

5.8.10.1 Control Switches


5.8.10.2 Control and instrument switches shall be rotary type suitable for semi-
flush mounting with access to connection from the back by the removal
of the cover.
5.8.10.3 The following shall be operating handles employed for the different type
of switches.
a) Breaker control switches
Pistol grip or knob type discrepancy control switch with built in lamps
b) Selector switches
c) Oval knob (black)
5.8.10.4 Circuit breaker control switches shall be 3 position, spring return to
neutral type and shall have external red and green indicating lamps. Red
lamps shall be wired for continuous supervision of trip circuit with a
serials resistor. Alternatively, discrepancy type control switches with built
in pilot lamps may be provided. In addition to the pilot lamps, each
discrepancy switch shall be supplied with a non lamp wired to supervise
the trip circuit when the circuit is in closed position.
The switches shall have spring return from close and trip position to after
close and trip position respectively. Also it shall be required to press the
switch before turning to close or trip command position.
5.8.10.5 Instrument transformers shall be of the maintained type. Ammeter
selector switches shall be of break type contacts.
5.8.10.6 Contacts of the switches shall be of pure silver and the rating shall be
suitable for their duty.

5.8.11 Push Buttons


5.8.11.1 Push buttons shall be of momentary contact type with rear terminal
connection. Where specified in the data sheet, the push buttons shall be
so designed to prevent in advertent operation.
5.8.11.2 All push buttons shall have contacts of pure make with two normally
open and two normally closed contacts.

5.8.12 Indicating Lamps


5.8.12.1 Indicating lamps shall be of the panel mounting type with built in series
connected resistor.
5.8.12.2 The wattage and resistance of the lamps shall be as follows:
5.8.12.3 Neon indicating shall be provided when specified in data sheet.
5.8.12.4 Bulbs and lenses shall be easily replaceable and inter- changeable. Tools
if any required for this shall be included in the scope of supply.

5.8.13 Position Indicator


Position indicator shall be provided when specified in data sheet. They
shall be suitable for flush mounting with only the front disc projecting out
and terminal connection from the rear.
Position indicators shall be suitable for either AC to DC as specified in
respective data sheet. The jointer of the indicator shall take of a position
inline with the main bush on when the supervised object is in closed
position and the supervised object is in open position. The pointer shall
take up intermediate position in indicate supply failure.

5.8.14 Switch Fuse Unit


5.8.14.1 It shall not be possible to close the switch with the door of the switch
fuse unit open and it shall be possible to open the door only when the
switch is in the “OFF” position.
5.8.14.2 Mechanical position indicator ON/OFF shall be provided.
5.8.14.3 An operating handle shall be provided with facility for padlocking in the
‘OFF’ position.
5.8.14.4 All fuses shall be HRC plug in type and shall be provided with visible
indication to show that they are operated.
5.8.14.5 All fixing bolts, screws etc. shall be so arranged as to present a neat
appearance, door hinges shall be of the concealed type.
5.8.14.6 The bus bar/Conductors in the S/F unit shall be air insulated (unless
otherwise stated).
5.8.14.7 The bus bar/ conductors shall be made of high conductivity
copper/aluminum alloy as per Data Sheets having liberal safely factor.
5.8.14.8 The neutral link shall be connectable type.
5.8.14.9 All connections shall preferably be done with spring washers. All
connections shall be accessible for inspection without dismantling the
switch gear.

5.8.15 Motor Starter


The tenderer will be required use Digital soft starters for all the motors.
5.8.15.1 Fully Automatically Operated Digital Soft Starters/Automatic Starter
compatible with PLC/SCADA
Starter construction shall be heavy duty, robust compact and totally
enclosed dust, vermin and moisture proof sheet steel/cast iron clad as
per Data Sheet.
A. Correct sequence device shall be provided to prevent starter
from directly being put to run position.
B. A provision shall be made to instantaneously trip the starter in
case of emergency
C. Starter shall be provided with suitable overload release on all
three phases and with adjustable time lag device duly
calibrated.
D. Starter shall be provided with under voltage protection.
E. Remote tripping shall be provided.
F. Starter shall be provided with interlocked triple pole with
padlock isolator so as avoid opening of unit till the isolator is
made ‘OFF’.
G. Starter shall be provided with ammeter.
H. Starter shall be provided with suitable cable entries and exit for
cables.
I. Starter shall be provided with mounting arrangement, all
mounting type in the panel as per Data Sheet.
J. Starter shall be provided with suitable earth leakage relay.
K. Two earthing terminals shall be provided on the starter panel.
5.8.16 The motor starters shall comprise of contacts, thermal overload relays,
magnetic overload relays and single phasing presenter as per details
given below:-

5.8.16.1 Contacts
A. The motor starter contactors shall be of the electromagnetic
type of uninterrupted duty as defined in IS 2959 unless
otherwise specified.
B. Contact shall be of the double break non gravity type.
C. Main contacts of contact shall be of silver plated copper.
D. Each contact shall be provided with 2 NO. 2 NC auxiliary
contacts or as per Data Sheets whichever is more.
E. Insulation classes of operating coils shall be of class ’E’ or better.

5.8.16.2 Thermal Overload Relays


a) Thermal overload relays shall be hand reset. This hand reset,
device and ‘STOP’ push button of starter shall be separate from
each other.
b) The starter shall be complete with three element positive acting
ambient temperature compensated time lagged thermal
overload relay with adjustable settings.
c) Overload rest push button shall be brought out on the front of
the compartment door.
d) Overload relay shall be provided with 1NO. AND INC contact.
5.8.16.3 Magnetic overload Relay (Time delay relay)
a) Magnetic overload relay shall be hand resting three pole type.
b) Oil dash pot time lag systems shall be provided for time delay.
c) Adjustments of both time setting and current setting shall be
provided and these shall be easily accessible.
d) Overload relay shall be provided with 1NO. and 1NC
5.8.16.4 Single Phasing preventoers
a) Single phasing preventor relay shall be provided when celled for
in the Data Sheet.
The single phasing preventor shall be of the current operated
type. The relay shall not operate for supply voltage unbalance of
5% but shall positively operate for unbalance more than 5%. The
relay shall operate in the event of single-phase fuse blowing and
missing.
b) After sensing a single phasing, the relay shall operate with a
time delay of 2X3 seconds. The relay shall not operate for a 3-
phase power supply failure. The relay shall be of the hand-reset
push button. Resetting shall be instantaneous and independent
of the adjusted time delay in the tripping of the unit. Visual
indication for the operation of the relay shall be provided.
c) The relay shall be suitable for application to protect reversible
and non-reversible motors. The relay operation shall be
independent of H.P. rating and the R.P.M. of the motor. The
relay shall be of failsafe type and shall operate to trip the motor
when the relay internal wiring is accidentally open circuited.

5.8.17 Instrument Transformer


5.8.17.1 The instrument transformers shall be dry type (preferably cast resin
type).
5.8.17.2 The secondary winding of the instrument transformer shall be earthed
at one point through a removable and accessible link.
5.8.17.3 The manufacturer shall provide details of ratio output class and
accuracy of all instrument transformers in the bid. It shall be the
responsibility of bidder to co-ordinate the current transformer output
with the requirement with it.
5.8.17.4 Meters and other devices
5.8.17.5 All indicating instruments shall be provided with zero adjuster accessible
from the front.
5.8.17.6 All integrating meters shall be furnished with test blocks for current
and voltage coils for testing them at site without interrupting their
recording while on service.
5.8.17.7 Instruments dials shall be parallax free with black numerical on a white
dial.
5.8.17.8 When specified in Data Sheet, the meters shall be of the taut band
type with 144 mm square dial and 270 scale.
5.8.17.9 Ammeters provided on motor circuits shall be furnished with a
compressed scale at the end to indicate the motor starting current more
accurately.
5.8.17.10 Watt hour meters shall be of the direct reading Electro-dynamometer
type complete with cyclometer type dials and reverse running steps.
5.8.17.11 Indicating lamps shall be incandescent type with ballast resistors in
series to limit lamp-heating effect and to avoid fuse blowing in case of
short across the lamps shall be of low watt consumption.
5.8.17.12 Bulbs and lenses shall be easily replaceable from the front.
5.8.17.13 Push buttons shall be fitted with self NO/NC contacts.
5.8.17.14 Push buttons shall be of the momentary contact, push to actuate type to
carry 6 a at 415 v.
5.8.17.15 ‘Stop push buttons shall be shrouded to prevent accidental operation.
5.8.17.16 Contact and selector switches shall be of the rotating type with enclosed
contacts and adequately rated purpose intended (minimum rating 58
Amps)
5.8.18 L.T. Circuit Breaker :
Unless specifically mentioned in data sheet ‘A’, L.T. Circuit Breakers shall
be of following type :-
1. Moulded case circuit breaker.
2. Air circuit breaker
Note :- 1. A.C.B. shall be provided if rating/load requirement exceeds
630 Amps,. Other wise M.C.C.B. shall be provided
The provided circuit breaker shall confirm to relevant I.S. specification
5.8.18.1 Moulded Case Circuit Breakers (M.C.C.B.)
M.C.C.B. should automatically isolate the electrical circuit under
sustained over load short circuit. The other construction feature shall be
as per details given below: -
1. Operating mechanism shall be quick make, quick-break and trip
free. It should be independent of manual operation.
2. Housing should be made of heat resistant insulating material. All
parts of circuit breaker should be enclosed in moulded housing.
Terminals should be accessible for external connections.
3. Operating handle should give clear tip indication i.e. ‘ON’ ‘OFF’
and ripping position should be clearly visible.
4. M.C.C.B. shall consist of bimetallic element providing an
inverse time current tripping characteristic.
5. Magneto thermal release shall have three bi-metals giving thermal
over load protection and electromagnets which offer short circuit
protection. This shall be direct acting. Electro-magnets shall offer
short circuit protection.
6. All releases should operate on a common trip bar, so that all the
phases get disconnected even when fault occurs on only one of
them.
7. Silver alloy contacts should have long electric life. The mechanism
should be so designed that there should be no arcing on the
current carrying part of the contact. There should be strong wipe
action of the contact system for keeping the contact surface clear
of oxide films.
8. Terminal should have large and sufficient dimensions to accept
links or cable lugs, adjacent phase terminal should be separated
by insulated barriers with adequate clearances. Terminals
configuration should permit straight through cabling.
9. Back up fuse be provided.
5.8.18.2 Data Sheet (To be Furnished Bidder)
1. Make
2. Name of Manufacturer
3. Nominal current rating
4. Setting ranges of thermal release
5. Setting range of magnetic release
6. No. of poles :-
7. Breaking capacity at 65 K.A.:-
A. 415 V.A.C.
Maximum back up H.R.C. fuse rating. (Required only when
fault level at site exceeds breaking capacity of the M.C.C.B.)
5.8.18.3 General Technical specification of Air-Circuit Breaker (A.C.B.)
1. Triple pole draw-out A.C.B. suitable to operation 415 ± 6% 50
C/S A.C. supply shall be fully interlocked horizontal withdraw-
out type version with Hinged door. It shall be provided of
positively automatic safety shutters with pad locking facility,
mechanical ON/OFF indication, mechanical Service/Test/Isolated
position indication, silver faced moving contacts and arcing
contact.
2. All contact subjected to arching should tipped with arc
resistance materials, Inter phase barriers should also be
incorporated.
3. Isolating contact of silver plated, multi-finger, spring loaded type
should be provided.
4. Magnetic over current, release should be provided to offer
protection against overload and short circuit. It should be direct
operated type or C.T. operated depending upon the ratings/load
requirement. Release should beset to trip the breaker between
75% to 15% or rated current.
5. The breakers should be interlocked to prevent access to live
parts unless the circuit is dead.
6. The breaker should not be disconnected from the isolating
contacts or re-engaged with the contacts unless breaker is in the
open position.
7. The breaker must be tripped before the door can be opened to
gain access to the racking door is open until ‘ISOLATED’ position
is reached.
8. Main contacts should be shrouded automatically by a safety
shutter preventing in advertent contact with isolating contact in
with-drawn position.
9. A.C.B. shall comply to IS-2516, I.E.C. –157-1 & B.S.4752
10. All rating of ACBS shall be tested as per I.S. 516.
Technical particulars of A.C.B. (To be Furnished By Bidder)
1 Thermal current rating amps.
2. Breaking Capacity KA.R.M.S.
3. Making Current K.A. – Peak
4. Maximum Service voltage V
5.8.19 Main Bus Bars
5.8.19.1 Main bus bars shall be of aluminum alloy conforming to relevant I.S
unless otherwise mentioned in Data Sheet.
5.8.19.2 Bus bar shall be located in air insulated enclosure and segregated from
all other compartments of the cubical. Direct contact or accidental
contacts shall not be possible with the bus bars and primary
connections.
5.8.19.3 All bus bar joints shall be silver faced. Spring washers shall be
provided to ensure good contacts. In case aluminum to copper
connections are required, suitable bimetallic connection or all bus bar
joints shall be silver faced.
5.8.19.4 Bus bar shall be adequately supported on insulators to withstand
dynamic stresses due to short circuits as specified in Data Sheet a. The
bus bar support insulator shall conform to IS 2544.
5.8.19.5 Bus bar shall be insulated with extended PVC sleeves or other
insulating material. The PVC used shall be of high temperature grade
(850C) and shall posses good dielectric properties, high tensile strength
and good finish. The joints and tops shall be covered within insulating
tapes covering which withstands a temperature of 850C.
5.8.19.6 The size of bus bar shall be selected making them suitable for future
loads also.
5.8.20 Mimic Diagrams
Mimic diagrams shall be furnished on the front face of panel/desk when
specified in Data Sheet and in the accompanied drawings, if enclosed.
Mimic lines (flow lines) shall be at least 10 mm in width and shall be made of
suitably treated metal strips.
The mimic representation, colour and size of diagram are subject to the
approval of the purchaser.
Unless other wise stated in Data Sheet the colours for the various voltages in
the mimic diagram shall be as follows :-

System Voltage Mimic Colour Shade No. as

a) 11 KV French Blue 166


b) 415 V or Low Vol. Per IS Brown 411
Middle

When semiphere indication are used for isolator positions, they shall be so
mounted in the mimic that the isolator closed position shall complete the
continuity of the mimic. Similarly control switches of stay put type when
mounted in the mimic, the ‘close’ position of the switch shall complete
mimic.
5.8.21 Miscellaneous Accessories
Plug point
A 240 V phase, 50 hertz A.C plug point shall be provided in the interior
of each cubical with on off switch for connection of hand lamp.
5.8.22 Tests
1. Relays and control panels shall be subjected to the following tests.
2. mechanical operation test.
3. Certificate of test previously conducted on these items or on
similar equipments of similar capacities and specification
verification of degree of protection shall be submitted.
4. Electrical control, interlock and sequential operation.
5. Verification of wiring.
6. Types tests and routing test shall be carried out on all associated
equipment as per relevant Indian standard.
7. Certified copies of all test reports shall be submitted to the
purchaser before dispatch of the equipment.
5.8.23 Drawing & Data
The bidder shall furnish relevant descriptive and illustrative literature
along with the following drawings:
(a) Control/ Relay panel drawing showing plan front elevation
inclusive of foundation and terminal location.
(b) Schematic wiring diagrams.
(c) Bill of material listing equipment designation, type, ratings, etc. of
various equipment mounted on the panels.
(d) Type test certificate.

5.8.24 Data Sheet-B information to be furnished by tenderer


5.8.24.1 Control panels
1 Make of manufacture.
1. Type of construction
2. Thickness of sheet steel.
Front
Back
Sides :
Weight of each panel section
4. Overall dimensions of each panel section
5. total weight of all panels.
6. space required for installation of all panels.
7. details of paintings
8. details of topicalities
9. details of shock absorbing materials provided
10. largest package for transport.
(i) Gross weight
(ii) Overall dimensions

5.8.24.2 Data Sheet B: to be furnished by Tenderer for Instruments:


1. Name of manufacturer
2. Country of manufacturer
3. type
4. type designation
5. quantity
6. type of case
7. type of mounting
8. applicable standards
9. range
10. accuracy
11. reference ambient temperature
12. current coil suitable for
13. potential coil suitable for
14. VA burden :
a) Current coil
b) Potential coil
c) Auxiliary supply
15. Total deflection angle
16. total scale length
17. continuous overload rating of current coil
18. short-time overload rating of the same
19. continuous over-voltage rating of potential coil
20. short tike over-voltage rating of the same
21. impulse frequency
22. impulse duration
23. impulse interval
24. overall dimensions
25. weight
26. detailed literature
27. other details, if any

5.8.24.3 Data Sheet –B


Information to be furnished by tenderer for Relays :
1. Make and country of manufacture
2. Quantity
3. type designation
4. type
5. ratings :
(a) Rated Current/Voltage
(b) Current/Voltage setting range in percent of rated Current/Voltage
and No. of taps Provided.
(c) Range of available bias setting and No. of teps provided.
(d) Whether harmonic restraint provided ? Yes/No
6. A) No. and type of contact- (NO/NC)
B) Rating of contacts
i. Voltage AC/DC
ii. Current AC/DC
7 Operating time
8 standard to which conforms
9 detailed technical literature furnished Yes/No
10 whether relay is draw out type Yes/No
11 Detailed technical literature furnished Yes/No
12 Overall dimension
13 Weight
14 Other details if any

5.8.24.4 Data Sheet –B


Data to be furnished by tenderer for Circuit breakers
1. Manufacturer’s name
2. country of manufactured
3. type designation
4. standard to which manufactured
5. draw out/semi-draw out./fixed type
6. SF-6/minimum oil/other type
7. rated voltage-KV
8. Rated frequency-Hz
9. maximum continuous current –Amp.
10. maximum temperature rise above specified design ambient
temperature
11. Current rating under site conditions
12. Rating of symmetrical interrupting current : KA(RMS)
13. Making current capacity : KA(Peak)
14. One second current carrying capacity : KA(RMS)
15. minimum clearance
a) Between-poles-mm
b) In air between live part and earth mm
c) in oil between live part and earth mm
16. Safety interlocks and features specified
in clause 3.0 section b furnished. Yes/no
17. Each breaker truck provided with a test position in addition to
position Yes/no
18. All circuit breakers of same current Rating fully interchangeable
Yes/No
19. Main contacts
a) Type
b) Material
c) Silver facing provided Yes/No
d) Thickness of the facing : Microns
e) Design contact pressure : Kg/cm2
20. Arcing contacts
1. Type
2. Material
Silver facing provided Yes/No
Thickness of the facing : Microns
Design contacts pressure :kg/cm2
21. Designed to close and later/on making
prefitted with making current release
22. Fixed trip/free mechanically and electrically
23. Electrical anti sumping feature provided : Yes/no
24. Type of closing mechanism
25. Method of closing during power supplies failure
26. Closing coil consumption at rated voltage in watt.
27. Satisfactory operation of closing between 85 to
110% of rated control voltage : Yes/no
28. Shunt trip/series trip
29. Manual trip provided for urgent operation : Yes/No
30. Power consumption at rated voltage : Watts
1. Satisfactory operation of trip coil between 85 to
110% of rated control voltage : Yes/No
2. Whether trip coil is rated/for 10 sec.
3. Auxiliary contract available for owner’s wiring
4. Number of normally open contacts
5. Number of normally closed contacts
6. Auxiliary contact rating
A) Making current (maximum)
1. At 110 V.A.C. Amp
2. At 220 V.A.C. Amp
B) Breaking current (Maximum)
1. At 110 V.A.C. Amp
2. At 220 V.A.C. Amp
7. Whether contact directly operated: : Yes/No
8. Whether contact wired up to the terminal blocks :
Yes/No
9 Spring charging mechanism.
A) Spring charging motor
1. Rating : Watts
2. Speed :RPM
3. Class of insulation
4. Time required to charge the spring
From fully discharged condition
5. Overload and short circuit protection particulars
B) Is provision made for inadequate charging of closing spring
after closure : Yes/no
C) Adequate spring reserve for one ‘O’ and ‘C” operation
without internet time delay
D) Mechanical indication for spring charge/discharged
condition provided
E) Whether separate tripping provided : Yes/no
F) Whether slow closing/opening is feasible for maintenance
testing : Yes/No
G) Working parts of mechanism shall be of corrosion-resistant
material and all bearing requiring grease shall be equipped
with pressure type grease fittings: Yes/no
31. Weight and volumes of oil per breaker : K.G. / Lt.
(for minimum oil breakers)
32. Whether oil conforms to IS:355 : Yes/No

5.8.24.5 Data Sheet ‘B’ to be furnished by Tenderer *Control Switches+


1) Quantity
2) Make and country of manufacture
3) Type of switch stay put/spring return type
4) No. Of possible positon of the handle with diagrams
5) A) No of contacts available in each position
B) Maximum No. of contacts which can be accommodate for
each position
6) No. of slip contact (lost motion type) available
1) After close
2) After trip
3) Maximum NO. of slip contact possible
7) Rating of contact
8) No. of operations
9) Whether locking arrangement provided : Yes/no
10) Type of handle
11) Standard to which conforms
12) Dimensions
13) Mounting details and drawing No.
14) Details literature furnished
15) Other information if any

5.8.24.6 Data Sheet-B furnished by Tenderer [Starter]


1.0 Isolator-fuse unit
1.1 Duty and Type Heavy duty 3-pole
front operated
1.2 Contact Material Silver plated copper
1.3 Switch Mechanism Rotory operational
type
1.4 Making and Breaking
Current at 0.35 P.F. for stall current
a) If IFL 100 AMP : 8 Time IFL
b) If IFL 100 AMP : 6 Time IFL
2.0 Contacts
2.1 Main contact of material-silver plated copper
2.2 Insulation class for operating coil-E or better
2.3 Operating coil voltage-415 A.C.3 phase
2.4 Making & breaking current. Same as mentioned for isolator
2.5 Isolator neutral required- No
2.6 No. of auxiliary contacts
a) Normally Open : please specify
b) Normally Closed : -do-
2.7 Other Features
3.0 Instrument & Other Devices:
3.1 Amber (with selector switch)
a) Direct reading : for drive rating equal to less than 10
HP.
b) C.T. connected : for drive rating more then 10HP
Indication required on front door for following condition
a) Closed or run : green lamp
b) Closed or stop : red lamp
c) Auto trip : amber lamp
Selector switch required for
a) Local/remote control : Yes/no
b) Auto control : Yes/No
c) Active/stand by control
3.2 Thermal or magnetic overload relay : Yes/No
3.3 Single phasing preventor : Yes/No
3.4 The features :
a) Volt meter
b) Other protection device in the scope of work:

5.8.24.7 Data Sheet-B (To be furnished by bidder) Bus Bars


1. Material
2. Ears/plinted/tapped/insulating sleeve/
3. Size and configuration
4. bus joint silver coated : Yes/No
5. Minimum clearance
(a) Phase to phase mm
(b) Phase to earth mm
6. Continuous current rating under site conditions : Amp
7. Temperature rise over design temperature for current
testing 0C
8. One second current rating : KA
(RMS)
9. Dynamic current with stand rating : KA
(peak)
10. Voltage class of support and through bushing : KV
11. Busbars phase segregated :
Yes/No
5.8.24.8 Data Sheet-B-(to be furnished by bidder) Indicating Lamps
1. Quantity
2. Make and country of manufacture
3. Type
4. Rating
a) Current
b) Voltage
c) Wattage
5. Permissible voltage variation
6. Whether series resistors are provided : Yes/No
7. if series resistor provided
a) Ohmic value
b) Power loss
8. Life of 1 Amp is burning hours.
9. Identification inscription
10. Dimensional and mounting details
11. Other information, if any

5.8.24.9 DATA SHEET – B (To be furnished by bidder)


Auxiliary CT’s and PT’s
1. Make and country of manufacture
2. Quantity
3. Ratio
4. Rated output VA
5. Standard to which conforms
6. Class of accuracy
7. Short time current/voltage
8. Temperature rise
9. Mounting dimensional details
10. overall dimensions
11. weight
12. any other information

5.8.24.10 Data Sheet-B (information to be furnished by bidders)


Switch Fuse Unit
1. Make
2. Type
3. Capacity
4. Quantity
5. Rated voltage : 3 Nos. Each
6. No. of poles
7. Type of fuse : HRC
8. Operation : Manual
9. Rated breaking capacity at : not less
than 36 MVA
10. Rated making current : not less
than 90 KV (peak)
11. Other features.
5.8.24.11 Data Sheet-B-information to be furnished by bidder :
Terminal blocks:
1. Make and country of manufacture
2. construction details
3. Voltage Grade
4. Current rating
5. No. of 2.5 mm copper cable that can be connected
6. Whether shrouding provided for terminals of voltages more
than 110 V AC/DC
7. No. of spare terminals
8. Marking

5.8.24.12 Push Buttons


1. Make
2. Contact type momentary maintained
3. whether shrouding provided to prevent inadvertent
operation
4. No. of NO/NC contacts

5.8.25 Data Sheet-B (Data to be furnished by the vendor after the award
of contract)
Relay and Control Panels
1.1.1 Final dimensions of each panel
a) Width :mm
b) Height :mm
c) Depth :m
1.2 Largest package for transport :
a) Gross weight : kg
b) Overall dimensions : mm x mm x mm

2.0 List of drawing


Vender shall furnish the following diagrams.
Within the time indicated against each,
2.1 Relay and control panel: out line dimensions and general
arrangement, including plan, front elevation, rear elevation
and relevant cross sectional views.
2.2 Drawings showing the floor opening for cabling
2.3 Schematic control circuit diagrams.
2.4 Detailed wiring diagram including technical block numbers,
ferrule numbers, and cable connections.
2.5 Switch development diagrams
2.6 C.T. characteristics
2.7 Inter-panel interconnection diagram
3.0 Test certificates
Vender shall furnished the following test certificates within
3 months.

3.1 Type test certificates for the following :


a) C.T.s
b) P.T.s
c) Relays
3.2 Routing test certificates for the following should be
furnished at least 1 months before the date of dispatch.
a) C.Ts
b) P.T.s
c) Relays
d) Instruments
e) Relay and control panel

Equipment shall not be dispatched unless the certificates are duly approved.

5.9 Specifications for Capacitor


Codes and Standards

5.9.1 The design manufacturer and performance of the power factor


improvement capacitor/capacitor banks shall complete with all currently
applicable statutes,. Regulation and safety codes in the locality where the
equipment will be installed. The equipment shall also conform to the latest
applicable Indian/British/IEC standards such as:
IS 2834 : Shunt capacitors for power system
IS 2208 : HRC cartridge fuse and links above 650V.
When the above standards are in conflict with the stipulation of the
specification this specification supersedes them.

5.9.2 Construction
Capacitor banks shall comprise identical delta connected three phase units.
The individual capacitor unit shall be manufactured out of mixed dielectric
design comprising of biaxially oriented propylene film and capacitor tissue
paper. Each individual element of the capacitor unit shall be provided with
silver fuse wire. The capacitor unit shall consist of many such elements in
series paralleled combinations for getting the desired KV r.m.s. output. The
capacitor shall be vacuum impregnated with liquid dielectric having high
thermal stability. The dielectric losses of the capacitor shall be restricted to 2
watts per KVAR. The phase terminal connections of the capacitor unit shall
be brought out at the top through metallised insulators. Capacitor banks
shall be dust and vermin proof in constriction, fabricated from 2 mm thick
sheet steel. Continuous neoprene gaskets shall be provided on all matting
surfaces. Bus bars shall be of aluminum supported on porcelain insulators of
adequate rating.

The bus bar sizes and clearances shall be suitable for connection of cables
through soldering sockets or crimpling type cable lugs. Bus bar clamber shall
be extended suitably on one side to enable termination of cable. There shall
be provision of cable box at the end of bus bar chamber un-drilled
removable gland plate and access covers to be provided for cable entry
required.
Connection of individual units to bus bars shall be made through link type
HRC fuses of specified ratings, as indicated in Data Sheet. A discharge
resistors suitable for floor shall be connected across the terminals. The
capacitors shall be designed to withstand the Electro-dynamic and thermal
stresses caused by transient over current during switching.

5.9.3 Earthing
The enclosure of individual capacitor unit shall be provided with 2 Nos. 10
mm dia earth terminals each complete with two plain and one spring washer
nuts etc. These terminals shall be effectively bonded to the common sheet
steel frame work. Each bank will have two external earth terminals to the
bus bars chamber, complete with hardware.

5.9.4 Painting
All sheet shall be thoroughly cleaned, degreased and phosphatised, painted
with two coats of suitable primer and finished with two coats of finishing
synthetic enamel paints shall be applied, each coat followed by shoving. The
colour of coat shall be as specified or as directed by the Engineer. Finished
painted appearance of panels/ desk shall present aesthetically pleasing
appearance free from dents and uneven surface conforming to code of
practice for phosphating iron and steel.
Cable entry kit : The panel shall have provision of cable entry from top /
bottom. The removable cable gland plate shall be provided to make entry
dust tight and vermin proof. The Panel shall have provisions inside for fixing
multi core glands. The cable gland support plate shall be 4 mm thick.
Mounting : All equipments on front of panel/ desk shall be of flush
mounting type. All equipments shall be so mounted that the removal and
accomplished individually without interruption of services to others. All
equipments inside the panel/ desk shall be so located that there terminals
and adjustments are readily accessible for inspection or maintenance. No
equipments shall be mounted on the door without prior approval of
Engineer. The centerline of switches, push buttons and indicating lamp
shall be matched to give a neat and uniform appearance. Likewise the top
lines of all meters relays and recorders etc. shall be matched.
Wiring : Panels shall be supplied completely wired internally to equipments,
devices and terminal block and ready for external cable connection at the
terminal blocks. Panel wiring shall be securely y supported, neatly arranged,
readily accessible and connected to equipment terminal block. All spare
contacts of auxiliary relays and switches shall be wired upto the terminal
block. Wiring shall be carried out with 650 volts grade PVC insulated single
core, standard copper conductor wires: The minimum size of the copper
conductor shall be as follows:
For potential circuit – 1.5 mm
For current and control circuit – 2.5 mm.
The minimum number of strands per conductor shall be three.
Flexible wires shall be used for wiring devices mounted on moving parts as
swinging panel doors. Auxiliary bus bars for A.C. Supply, P.T. circuits and
other common services shall be provided near the top of the panels running
through the entire length of the panels. These buses shall be divided in two
section to permit two independent supply points. Fuses and links shall be
provided for isolation of individual circuit from bus wires/bars without
disturbing other circuits. Wherever practicable wiring shall be
accommodated on the side of the panel/desk light bends shall be avoided.
Wiring shall be neatly bunched in groups by non-metallic cleats or bands.
Each shall be adequately supported along its run to prevent sagging and
strain on the termination. Wire termination shall be made with solderless
compression type of tinned copper lugs which grip the conductor and
insulation. Insulated sleeves shall be provided at all the wire terminations.
Wire shall not be spliced between terminal points. Each wire shall be
identified at both ends by engrave. Core identification, plastic ferrules with
wires designation in accordance with contractor’s wiring diagram, fitted
inside the panel.
5.9.5 Drawings
The following drawings shall be submitted along with bid.
(a) General arrangement drawing showing overall dimensions, weight,
internal arrangement and mounting details.
(b) Terminal chamber, showing bus bar arrangement with all
dimensions.
5.9.6 Test & Test Certificates
Vender shall carry out routine tests as specified in IS:2834 and shall
furnished the test certificates., the vendor shall also carry out the thermal
stability test on the units in the presence of purchaser’s representative.
5.9.7 Data Sheets-A- capacitor
1. General
a) Application Indian standard IS 2824

b) Type of insulation Polypropylene(APP)/Mixed


Dielectric(MD)
c) Type of switching Automatic
d) Type of APFC relay Microprocessor based
automatic powerfactor correction relay (maximum setting0.99 lag)
2. Rating :
a) Unit rating (KVAR)
b) Bank rating
c) Mode of connection
d) Voltage rating
Unit : 415V 3 Phase
Bank :*
(e) Frequency : 50 Hz
3. Design
a) Dielectric used : mixed (paper &
pp)
b) Impregnant used : PCB
c) Guaranteed losses watt/KVAR : less than 2
d) Sealing : 1) thematic
2) Specify other
type
e) Ambient temp : 480C
f) Type of cooling : Natural
4. Construction
a) Material of casing : MS-CRCA
b) Thickness of casing : 2 mm
c) Painting : Shade 631 as per
15.5
d) Type of bushing : metallised
5. Capacitor bus bar chamber
a) Bus bar size
b) External fuses
c) Types of fuses
d) Discharge arrangement
6. Testing
a) Routine testing : Required
b) Loss angle test : Required
c) Thermal stability test : Required
* To be indicated by bidder.
5.9.8 Data Sheet ‘B’ Capacitor
1. General
a) Make
b) Applicable standard
c) Quantity
2. Ratings
a) Unit rating
b) Bank rating
c) Mode of connection
1. Unit
2. Bank
d) Voltage rating
c) Frequency
3. Design
a) Dielectric used
b) Impregnant used
c) Guaranteed loses:
Watt/KVAR
4. Construction
a) Material of casing
b) Thickness of casing.
c) Type of bushing

5.10 Flow Measuring Device


5.10.1 Electro-magnetic direct on line type flow meter for common header for
measuring discharge along with signal converter/transmitting devices of wall
mounting type. This shall be having protection category of IP-65 with an
accuracy of 1.0 % of measured value and suitable for maximum velocity of
1 – 5 mts/sec.
Digital flow indicator & integrator shall be installed in the pump house in an
instrument control panel at a height of 1.5 meter at suitable place on the
wall.
5.10.2 The electrode, housing and other parts shall be of stainless steel or of
superior materials of construction suitable to with stand the corrosive &
abrasive action of sewage water. The flow meter shall be installed in pipe
line at a place ensuring that pipes just before and after its position shall be
straight as per standard technical requirement of its manufacturer.
5.10.3 CVT of required capacity should also be supplied along with flow measuring
device.
5.10.4 Velocity of 1m/s at all times through the flow meter shall be ensured.
Suitable enlarger/reducer will be used for this. Straight pipes of minimum
lengths 5D upstream and 3D downstream of flow meter or as recommended
by the manufacturer/site condition will be ensured. (D=Nominal dia of flow
meter.)

5.11 Mono Rail Traveling Trolley with chain Pulley Block


5.11.1 The mono rail trolley and chain pulley block of 2 MT capacity and
required lift for Machli Mohal SPS and 5 MT capacity and required lift for
New CGPS SPS are to be provided for installation and lifting the pump
and motor from invert of the sump sewage pumping station. The pumps
and motors shall be installed with the help of this arrangement and shall
be lifted from the invert of the sump of pumping station on ground level
for further repairs and maintenance. The capacity of the system should
be 1.5 x (Total weight of each set of Pump and motor or single any
heaviest equipment to belifted) whichever is higher. Capacity shall be
designed and calculated accordingly.
5.11.2 a) Hand Operated Hoists and Trolleys
Manual hoists shall be complete with hand-chain, trol ley, pulley
block, hook, hand and load chains, brake and other accessories. They shall
comply with the latest applicable standards, regulations and safety codes in
the locality where equipment will be installed. Each hoist shall be operated
on a monorail (I-Beam). The factor of safety shall not be less than 5. The load
chain may be heat-treated to give ductility, toughness and conforming to I.S.
3109/B.S.1663/B.S. 3114. The load wheel is to be made from heavy duty
malleable castings. The hand chain is to Conform with B.S. 6405: 1984 and
hand chain wheel may be made from pressed sheet steel with roller type
guarding. Gears shall be cut from solid cast or forged steel blanks or shall be
stress -relieved welded steel construction. Pinions shall be of forged carbon
or heat treated alloy steel. Strength, Quality of Steel, heat treatment, face,
pitch of teeth and design shall confirm to BS-436, BS-545 and BS-721. Spur
and helical gears must comply with B.S. 436 and worm with B.S. 721. Bearing
must be ball and roller type conforming to I.S. 2513/B.S.2525-32: 1954.
Proper lubricating arrangements are to be provided for bearings and
pinions. The brake for the lifting gear shall beautomatic and always in action.
The proof testing of each chain pulley block is to be carried out as
per latest applicable standards.
The safe working load is to be marked in such way that is clearly
visible from the operating level.
b)Trolley and Chain Pulley Block
The chain pulley block shall be operated on the lower flange of the
bridge girder.The load chain shall be made of alloy steel as per IS: 3109. It
shall be heat treated to giveductility and toughness so that it will stretch
before breaking. It shall be of weldedconstruction with a fac tor of safety not
less than 5.The band chains for the hoisting and traverse mechanism shall
hang well clear of the hookand both the chains shall be on the same side.
The hand chain wheel shall be made frompressed sheet steel and shall be
provided with roller type guarding to prevent snagging andfouling of the
chain.All the gearing shall be totally encased. Proper lubricating
arrangements shall be provided forbearings and pinions. Gears shall be cut
from forged steel blanks. Pinions shall be of heat treated alloy steel. Gears
shall be as per BS 436/IS: 4460. The trolley track wheels shall be rim
toughened, heat treated carbon steel or low alloy steel or C. I. and shall be s
ingle flanged and shall have antifriction ball bearings. The wheels shall be
machined on their treads to match the flanges of the track joints. The
travelling trolley frame shall be made of rolled steel confom1ing to IS: 2062.
The side plates of trolley frame shall extend beyond wheel flanges, thus
providing bumper protection for the wheels. The two side plates shall be
connected by means of an equalising pin. Axles and shafts shall be made of
carbon steel and shall be accurately machined and properly supported. The
lifting hooks shall be forged, heat treated alloy or carbon steel of rugged
construction. They shall be of single hook type provided with a standard
depress type safety latch. They shall swivel and operate on anti friction
bearings with hardened races. Locks to prevent hooks from swivelling shall
be provided. Hook shall be as per BS: 2903/IS: 3815The brake for the lifting
gear shall be automatic and always in action. It shall be of screw andfriction
disc type self-actuating load pressure brake. Brakes shall offer no resistance
during hoisting.Ratchet and Pawl mechanism shall be provided to arrest the
full load from lowering due togravity. The ratchet and pawl shall be of steel,
hardened and tempered so as to attain requiredwear resistance and
toughness.

5.12 Specification for Earthing & Lighting


5.12.1 Scope
This specification covers requirements of earthing and lighting protection
system. The specification is intended to cover complete supply
installation, testing and commissioning of the above system.
5.12.2 General Information
The design, supply, performances of the system shall comply with all
currently applicable statutes, regulations and safety codes in the locality
where the system will be erected and commissioned. The earthing and
lighting system shall be installed to conformity with the requirement of
Indian electricity act 1910 as amended and the Indian electricity rules
formed under Indian standard code and practice and other statutory
regulation that may be relevant to the erection standards, some of which
are listed below :
IS : 3043, IS- 2309, IER, NBC.
5.12.3 Earthing System
Two separate and distinct earth leads shall be used for earthing each
equipment/structures enclosing the power conductor and one earth lead
for metallic structure adjacent or electrical installation metallic frames of
all electrical equipment rated above 250 volts, must be earthed by two
distinct connection with earth system. Earthing cables crossing other
metallic structures such as conduits, pipe lines etc. shall be minimum 300
mm away from such structures. All underground connections and joints
in earthing system shall brazedwelded. Connections with
equipments/structures shall be bolted type. Conducting petroleum jelly
shall be applied to contact surfaces of all bolted joints and joints shall be
covered with bituminous compound and tapped. When GI. conductors
are connected to aluminum conductors the contact surfaces of G.I. shall
be tinned to prevent bimetallic corrosion. Neutral connection shall never
be used for the equipment earthing. Earthing conductors shall be
protected against mechanical damage. Earthing conductors running along
the structures, well etc. shall be cleared at every 750 mm interval.
Minimum size of earth conductor shall be in accordance with IS:3043.
however, sizes of earth conductors for equipment shall be at least half
the size of power conductor, limited to maximum of 120 mm of
aluminum. All earth lead connection shall be as short and direct as
possible and shall be without kink.
5.12.4 Earth Pits and Main Grip
Adequate number of earthing pits and electrodes shall be used in
conjunction with earthing grid. Minimum spacing between two
adjacent earth pits shall not be less than six (6) meter and shall be
kept sufficiently away from structures to clear footings. Main grid
loop for a building shall be installed outside boundary of the building
buried to backfill. It shall be installed at a minimum depth of
600mmoutsidethe building wall. The main earth loops in plant areas
shall be generally routed along cables when equipment is located
away. Suitable sub-loops may be run up to them for deriving
connections for individual equipment.
5.12.5 Indoor Equipment Earthing
Earthing grid embedded in the floor slab shall have a minimum concrete
cover of 50mm. Every alternate column (steel or R.C.C.) of the building,
housing, electrical equipment shall be connected to main earthing grid.
Earthing conductor shall be welded at interval of 1000 mm along their
run of steel structure and shall be at interval of 750mm along the wall.
5.12.6 Outdoor Equipment Earthing
1. Each transformer neutral shall be provided with two separate earth
leads to two separate earth pits located near transformer.
2. Equipment structure shall be earthed at two diametrically opposite
points. Each pole of H.V. lighting and coupling capacitor shall be
grounded with minimum one separate earth pit. CT’s secondary winding
shall be connected to earthing grid by minimum two earthing
conductors. CT and VT secondary neutral shall be earthed at the
terminal block where they enter the control panel;
3. every alternate post of switchyard fence shall be earthed and gate shall
be earthed by flexible GI wire. Any two diametrically opposite legs of
each switch yard tower, without lightening protection shield wire, shall
be earthed at the base of tower.
4. A well distributed earth mat shall be provided below ground on which
operator would stand and operate the H.V isolator or circuit breaker, if
specified.

5.12.7 Lightening Protection


Pump house shall be protected from lightening strokes by suitable lightening
protection system to be fabricated and installed. Down corner shall not be
tapped in between for equipment earthing. Cable sheath, metal conduits
casing etc. shall not be connected to lightening protection system. Each
down corner shall be provided with a testing point located at a height of
about 1000 mm from ground level.
A minimum 2 meter separation shall be maintained between any other
electric conductor and lightening protection system. Earthing and lightening
protection system shall be bounded to each other to prevent side false over
if adequate clearance between two system cannot be maintained.
5.12.8 Testing and Commissioning
Entire earthing system and lightening protection system shall be tested for
continuity by entire lester after installation.
The contractor shall carry out all rectifications, repairs and adjustment of
work found necessary during testing and commissioning.
5.12.9 Earthing System
1. Sizes and number of earth leads for earthing various items and other
technical particular as shall be as specified.
2. earthing conductors are to be shown diagrammatically. Exact location of
earth conductors, earth electrodes and test pits, and earthing
connections may be changed to suit the site conditions.
3. Earthing conductors in the building, running parallel to walls and
columns shall not be less than 150mm away from the wall/columns.
4. suitable earth risers shall be provided if the equipment is not
available while carrying out earthing connections.
5. wherever earthing conductor passes through walls, galvanised iron
sleeves shall be provided for the passage of earthing conductor. Water
stop sleeves shall be provided where ever earthing conductor enteres
the building from outside.
6. wherever conductor are to be buried, contractor shall coordinate with
other civil contractors to ensure that the conductor are installed before
concreting.
7. All connections shall be of low resistance. Contact resistance shall be
minimum.
8. Steel conductors above ground level shall be galvanized. All conductors
shall be free from any defects. Earthing conductors shall not running
direct contact with control & other cables. Single core cables armouring
shall be earthed at one end. The cable tray shall be earthed to main grid
at least at two points and every 25mt. Internal.
9. Testing of Earthing System
Purchaser may ask to carryout earth continuity tests, earth resistance
measurements and other tests in presence of him which in his opinion
are necessary to prove that the system is in accordance with design and
specification. Contractors shall bear cost of all such tests.
10 The lightening protection, vertical air terminations and/or horizontal air
termination conductors shall remain in their installed position even
during severe weather condition.
11 All joints in the down conductors shall be of welded/brazed type. All
metallic structure in the vicinity of down conductors shall be bonded to
the down conductors.
12 The test joint for down/conductors shall be directly connected to the
earthing system.

5.13 Specification for erection, testing and commissioning of pump sets


5.13.1 This specification covers receiving of various pump sets at site, site handling,
storing, maintenance during storing, erection, testing and commissioning of
the same.
5.13.2 Receiving, storing & maintenance of pump sets and all; other equipment
1. Contractor shall usually check all the pump sets, electric motors,
transformers and all other equipment received at site for any
physical damage and to see that all the accessories as indicated in
vendors drawings/purchase order have been received at site. After
visual inspections, he shall make a report stating his findings and
submit the same to the purchaser. Upon submission of such report
and necessary action on the same by purchaser, if any, contractor
shall be fully responsible for the pump sets till it is installed,
commissioned and handed over to the purchaser.
2. Pump sets received at site after contractor has opened his site office
shall be unloaded and handled at site by the contractor. Any
damaged to the equipment during handling shall be on contractors
account.
3. After taking over the pump sets, these should be properly stored
and maintained as per the manufactures instruction manual.
Necessary consumables required for the purpose shall be supplied
by the contractors at no extra cost to purchaser.
5.13.3 Erecton of pump sets
1. As soon as pump house area is released for pump erection,
contactor shall arrange to depute sufficient number of skilled and
unskilled labour and erector. The skilled erector shall be deemed to
be the contractor’s representative. Should there be more than one
erector at site, the contractor shall give in writing which enrector is
designated as his representative.
2. The contractors representative shall arrange to inspect the
foundation requirements for erection of pumping plants and all
connected equipment for their suitability.
3. Erection of pump sets and other equipments shall be carried out in
presence of contractor’s representative as per the instruction given
by purchasers/pump manufacturer’s representative and/or as per
instruction given in the pump manufacturers manual. The contractor
shall be responsible for setting up and erecting the plant to the line
and level required.
4. When the works are associated with or in physical contract with
plan supplied by others the contractor shall satisfy himself that work
carried out by other contractor is consistent with physical
requirement of pump sets being erected. In case the contractor
feels that the work carried out by other agencies is not as per the
design and would effect the erection/operation of pump set, he
shall bring the matter to the notice of purchaser’s site
representative in writing.
5.13.4 Laveling and Grouting of Machinery
The purchaser’s representative shall be informed at all times to the progress
of this work and when any checks on alignment and level are to be carried
out so that he may witness the checks if he so requires. The approval of
purchaser’s representative or intimation that alignment or level of pump
sets is to his satisfaction shall in no way relieve the contractor of his
obligation under the contract to properly install and align the pump set and
carry out rectification of any installation work later found to be improperly
carried out.
5.13.5 Final Connection
For other services such as electrical cables (power control),pump suction
and discharge piping etc. final connection for connecting these services to
the respective terminal point on pump sets, shall be done by the contractor.
5.13.6 Setting to Work
1. On completion of erection, the work erected by the contractor including
final connection subjected to hydraulic pressure shall be tested for 1.5
times maximum pressure whichever is higher to prove the soundness of
joint. The duration of test shall be of less than 10 minutes.
2. Prior to setting the plant to work the contractor shall check all items of
electrical plant and shall dry out the electrical motor insulation as
stipulated in the electrical specification,
3. Only after above checks have been carried out and proved satisfactory,
the contractor shall obtain written permission from the purchaser’s
representative for starting the pump set and shall continue to operate
the plant for the period desired by the purchase’s representative.
5.13.7 Testing and Commissioning at Site
After the plant has been put in continuous operation for the period desired
by the purchaser’s representative the plant shall be tested and
commissioned as stipulated hereunder.
1. At least six weeks prior to start of testing and commissioning of the
plant, the contractor shall prepare a programme in consultation
with the purchasers representative for the periods of commissioning
and tests.
2. During commissioning the contractors shall supply all labour to
supervise, operate test and do all things necessary to keep the plant
running.
3. Manual Commissioning Test
These shall be such preliminary trails, test and run on individual
items of plant as required by purchaser’s representative.
4. Manual Operation Test
These shall demonstrate the correct operating of the whole plant at
all design flow and pressure with minimum automatic control and
monitoring equipments. The test shall be off at least seven
consecutive days duration reduced if necessary at the discretion of
purchaser’s representative.
5. Automatic Commissioning Tests
These shall demonstrate correct automatic operation of plant if any.
Conditions shall be stimulated to demonstrate the operating of
safety and operation control. The tests shall be carried out for such
number of times, the purchasers representative considers necessary
to demonstrate consistent automatic operating of plant,
6. Test on Completion
On completion of above noted tests, the tests on completion shall
be carried out during which the guaranteed duties must be
performed continuously by each pumping unit for a period of at
least 6 hours or as the purchaser’s representative may determine.
The contractor shall provide all the necessary instrument and
gauges required for these tests. The instruments shall be celebrated
prior to their use. Contractor shall furnish necessary certificates of
approved testing authority to this effect. The test shall be carried
out in line with B.S 5316 part-II.
If any test shows noticeable deterioration in the performance of the
plant or any particular item compared with the test results obtained
during the test at manufactures work, the contractor shall
immediately inform purchaser’s representative accordingly.
7. Performance run for a period of three (3) months. If sewer
system/STP/Rising main is not commissioned simultaneously, The
contractor may demobilize his team temporarily and remobilize the
required team for three months performance trail run period on
receipt of instruction from the Engineer. No extra claim shall be
admissible on his account. The amount withheld on account of trail
run for 3 months shall only be due after this actively is fully
completed. During this period all expenses including electricity
charges shall be borne by contractor. The contractor shall also train
the O&M staff provided by the Engineer for further operation &
maintenance.
5.14 Specification for erection, testing and commissioning of electrical
equipment and accessories
5.14.1 Scope
This specification is intended to cover complete installed testing and
commissioning of electrical equipment i.e. motor control centers, power
control center, control panel, switch-gears, motor starters, transformers and
pushbutton starter etc,.
5.14.2 Code and Standards
1. The installation, testing and commissioning of all electrical
equipment shall comply with all currently applicable statues,
regulation, fire insurance and safety codes in the locality where the
works will be carried out. Nothing in this specification shall be
construed to relieve vendor of his responsibility.
2. Unless otherwise specified, the work, materials and accessories shall
conform to the latest applicable Indian, British or IEC standards,
some of which are listed below :
(a) IS 3072 : installation and maintenance of switch gear.
(b) IS 990 : installation and maintenance of induction motors.
(c) IS 3106 : selection, installation and maintenance of fuses.
(d) IS 2026 : power transformers
(e) IS 1180 : distribution transformers
(f) IS 4029 : guide for testing three phase inducting motors
(g) IS 335 : insulating oil for transformers and switch gear
(h) IS 5124 : installation and maintenance of A.C. induction motor
starters up to 1 KN
(i) IS 226 : specification for structural steel
(j) IS 5216 : guide for safety procedure and practice in electric work
3. Design, material selection and workmanship shall be such as to
result in neat appearance inside and outside with no welds and
reverts apparent from outside, with all exterior surface free and
smooth., in accordance with best engineering to ensure satisfactory
performances and service life.
The reference number of some of the IS connected with substation
equipment are given here under :
1. Specification for AC circuit breakers
IS:2516
2. Insulating oil for transformers and switch-gear IS
:335
3. Bushing for AC voltage above 1000 V IS
:2099
4. SF-6 gas
IEC:376
5. Insulator for O.H lines
IS:731
6. Single phase small AC and universal electric motors
IS:996
7. HRC cartridge fuses links up to 650 volts IS 220
8. Metal enclosed switch gear and control gear IS
342
9. Marking and arrangement for switch-gear bus bars,
main connection auxiliary wiring.
IS:375
10 Porcelain post insulators
IS:2541
11. Auxiliary current transformers
IS:270
12. Auxiliary potential transformer
IS:315
13. Degree of protection for low voltage switch gear
and control enclosure
IS:214

14. Specification for stationary cell and batteries lead


acid type
IS:165
15. Specification for Electro-light for batteries
IS:266
16. Specification for synthetic and separators for lead acid
batteries
IS:607
17. Specification for rectifiers
IS:454
18. Specification for distribution board
IS:862
19. Specification for indication instruments
IS:124
20. Specification for air break switches
IS:404
21. Specification for transformers
IS:2025
22. Specification for contractors
IS:2950
23. Specification for electrical relays for power system
protection
IS:3231
24. Specification for energy meters
IS:72
25. Specification for control switches
IS:687
26. Specification for outdoor air break isolators
IS:1818
27. Recommended short circuit rating of high voltage PVC cables
IS:5819
28. Designation of the methods of cooling for rotating electrical
machines
IS:6362
29. XLPE insulator PVC sheathed cable for voltage from 3.3KV
up to and including 33 KV
IS:7098
30. 3-phase induction motors
IS:35
31. Lighting arrestors for AC system IS:3070
32. Code of practice for installation and maintenance of
switch gear
IS:3074
33. Code of practice for installation and maintenance of
transformers.
IS:188

5.14.3 Detailed Requirement of Installation


1. Switch gear, control panel etc.
All alignment, leveling, grouting, anchoring, adjustments shall be
carried on in accordance with manufacturer’s instructions and or as
directed by the purchaser.

All modules shall be taken out and internal shall be cleaned


preferable with vacuum cleaner.

All connections and fixing of equipments in switch gear control


panels etc. shall be completed, checked and adjusted to ensure
safely and satisfactory operation of the equipment.

In some cases, minor modifications may have to be carried out at


site in the wiring and mounting of the equipment to meet the
requirement of the desired control scheme and the contractor shall
have to do the same at no extra cost.

2 Motors
The installation of motors shall be carried out in accordance with
manufacture’s instructions and/or directed by the purchaser.

Checking and cleaning of bearing and charging/filling of lubricants


wherever necessary.

Cleaning of core and winding, varnishing and drying gout the


winding and measurement of air gap for motor assembly at site if
demanded.

Motors shall be run in uncoupled condition for the few hours before
coupling them with be drive equipment.

3 Miscellaneous Items
The contractor shall install miscellaneous items such as motor
starters, local start/stop etc as shown in the final drawing.

These equipment will be generally wall, column or stand mounting.


The location will be shown in the final drawing.

All support or brackets needed for installation shall be fabricated


and painted by the contractor.

5.14.4 Cable Termination


1) Cable termination shall include the following :
a) Making necessary holes in bottom/top plates for fixing cable gland
box.
b) Fixing cable gland box, connecting Armour clamp to cable Armour.
c) Dressing cable, pouring compound etc. where ever necessary to
make termination complete.
d) Putting cable lugs, crimping them on the cores of cables, tapping
bare conductors up to lugs, wherever necessary.
e) Terminating to equipment terminals
f) Supply and fixing of cable and core identification ferrules.

Where ever purchaser has not provided M.S. plates for fixing cable tray
supports, contractor shall install approved concrete fasteners for fixing cable
tray support.

5.14.5 Inspection
After completion of the erection/installation, each equipment shall be
thoroughly inspected in presence of purchaser for correctness and
completeness of installation. A checklist may be furnished by the purchaser
wherein all details to be checked and necessary instructions shall be listed.
The inspection and checking shall strictly follow the checklist. On
completion of the inspection two copies of the checklist duly filled in shall be
jointly signed by contractor and the purchaser. Such endorsement however
shall not relieve the contractor of his obligation under the contract.

5.14.6 Testing and Commissioning


After completion of erection work, test shall be conducted by the contractor
on each piece of the equipment as per list to be supplied by the purchaser
or his authorized representative. The contractor shall provide all tools,
instruments, material, labour and supervisory personnel for carrying out test
on the equipment and material under his scope of work.
The contractor shall record the test result on approved Performa and furnish
four copies of the result to the purchaser for his approval within a week
from the data of test completed before commissioning of the equipment.
The contractor shall set the relays to their recommended values. On
successful testing the equipment shall be commissioned and put on trial run
along with other equipment in a manner mutually agreed upon.

5.14.7 Rectification and Taking Over


The contractor shall carry out all rectifications, repairs or adjustment work
found necessary during testing, commissioning and trial run. On successful
commissioning and trial run and on carrying out the rectification work, the
purchaser will confirm the successful completion of the installation either
wholly or in parts as the case may be.

5.14.8 Unless otherwise specified, the work, material and accessories shall conform
to the latest applicable Indian/British or IEC standard, some of which are
listed below:
a) IS:3043 : Code of practice for earthing
b) IS:1255 : Code of practice for installation and maintenance of paper
insulated power
cable (up to and including 33 KV)
c) IS:2274 : Code of practice for electrical wiring installations.
d) IS:1653: Rigid steel conduits for electrical wiring
5.14.9 Installation of Cables
1 Contractor’s scope of work includes unloading, laying, fixing,
jointing, bending and termination of cables. Contractor shall supply
all the necessary hard wares for jointing and termination of cables.
Cables shall be laid directly buried in earth, on cable trays and
supports in conduits and duct or bars on walls ceiling etc. Contractor
shall route the cables as directed by purchaser.
All cable work and the allied apparatus shall be designed and
arranged to reduce the risk of fire and any damage that may cause
in the event of fire wherever cables pass through any floor or wall
opening suitable bushes shall be supplied if required by the
purchaser. The bushes shall be seated using fire resisting materials
to prevent fire spreading.
2 Standard cable installation tools shall be utilized for cable pulling.
Maximum pull tension shall not exceed the manufacture’s
recommended value. Cable grips reels or pulleys used shall be
properly lubricated. The lubricant shall not injure the overall
covering and shall not set up undesirable conditions of electrostatic
stress. Cable pulling shall permit performance collateral work
without obstruction. Shear bending and kindling of cables shall be
avoided. The bending radius for various types of cables shall be
more than those specified by manufacturer.
3 Power and control cables shall be laid in separate cable trays. The
order of laying of various cable in trenches and overhead trays shall
be as specified below.
Cables of highest system voltage at the top most tier with second
highest voltage on the second tier from top, third highest voltage on
the third tier from top etc. with control instrumentation and other
service cable in bottom most cable tier.
4 Where groups of HV and LV and control cable are to be laid along
the same route, suitable barriers to segregate them physically shall
be employed. Where cables cross roads and water, oil, gas or
sewage pipes, the cables shall be laid in reinforced spun concrete
pipes of 150 mm minimum diameter. Also 50% space shall be kept
as space for future if more than one cable are to be laid through
pipe. For road crossing, the pipe for the cable shall be buried at not
less than one meter depth. Cable shall be protected at all times from
mechanical injury and from absorption of moisture.
5 Some extra length shall be kept in each cable run at a suitable point
to enable or two straight through joints to be made at a later date, if
any fault occurs. To facilitate visual tracing, cables in trays shall be
laid only in single layers where design permits. Cable splices shall
not be permitted.
6 Cable jointing shall be in accordance with relevant Indian standard
codes of practice and manufacturer’s special instructions. Materials
and tools required for cable jointing work shall be supplied by
contractor. Cables shall be firmly clamped on either sides or a
straight through joint at not more than 300mm. away from the
joints. Identification tags shall be provided at each joint and at all
cable terminations. Single core cable joints shall be marked so that
phase identification at each joint can be determined easily. The
joints shall be located at most suitable places. When two or more
cables are laid together, joints shall be arranged to be staggered at
about three meters. Before jointing, insulating resistance of both
section of cables to be jointed shall be checked.
7 Contractor shall install and connect the power, control and heater
supply cables for motors. Contractor shall be responsible for correct
phasing of the motor power connecting and shall interchange
connection at the motor terminal box if necessary after each motor
is test run.
8 Metal sheath and Armour of the cable shall be bonded to the
earthing systems of the station.
9 Cable clamps shall be minimum 3 mm thick and 25 mm. wide
galvanized M.S. flat spaced at every 1.0 m interval.

5.14.10 Cable trays, accessories & tray supports


Cable trays shall either be run in concrete trenches or overhead supported
from building steel floor slab etc. cables shall be clamped to the cable trays
in both horizontal runs and vertical runs by suitable site fabricated clamps.
Cable tray supporting system shall be adequately designed so as to keep
maximum deflection within permissible limits.
5.14.11 Conduits & Pipe
1. Contractor shall supply and install conduits, pipes as specified. All
accessories/fittings required for making installation complete shall
be supplied by the contractor. Conduits and pipes shall be GI and of
heavy duty type. Flexible metallic conduits shall be used for
termination of connections to equipment to be disconnected at
periodic intervals. Conduits or pipes shall run along walls floors and
ceilings on steel supports embedded in soil, floor, wall or foundation
in accordance with relevant layout drawings.
2. Exposed conduit shall be adequately supported by racks clamps,
straps or by other approved means. Each conduit run shall be
marked with its designation as indicated on the drawings.
3. When one or more cables are drawn through a conduit cable. Cable
shall fill not more than 50% of the internal cross sectional area of
the conduit.
4. Entire system of conduit after installation shall be tested for
mechanical and electrical continuity throughout and permanently
connected to earth by means of special approved type earthing
clamp efficiently fastened to the conduit.

5.14.12 Induction Motors


The insulating resistance of the motor will be measured and recorded. The
direction of rotation of the motor shall be checked. The anti condensation
heater-circuit shall be checked.
5.14.13 Switchgear control panel/desks
1 Base of out door type units shall be sealed in an approved manner
to M.S. channel and concrete to prevent ingress of moisture.
2 Contractor shall take utmost care in handling delicate equipment
and mechanism like instrument & relays. Dragging shall be avoided
as far as possible. Proper pipes shall be provided underneath when
dragging for short distance. Wherever the instrument and relays are
supplied separately, they shall be mounted only after the associated
control panels/desks have been erected and aligned. Any damage to
relays and instruments shall be immediately reported to the
purchaser. Contractor shall also make all necessary adjustment as
specified by the manufacturer for proper functioning of the
equipment.
3 Outgoing feeders and incoming feeders of cable or bus duct shall be
connected the switch gear panel and as explained in the installation
procedure of cables and bus dues.
4 After installation of all power and control wiring, contractor shall
carry out operating tests, manufacturers installation tests, megger
tests for insulating, tests polarity checks on the instruments
transformers. 5 Contractor shall also carry out the drying of
equipment in case of low insulation resistance.

5.14.14 Circuit breaker:


Moving parts shall be lubricated as per manufacturer’s instructions. Anti-
corrosive grease shall be applied at bimetallic connections. Wipes and
clearance shall be checked in accordance with the manufacturer’s
instructions.

5.15 SLUICE GATE


General:
Sluice gates shall be provided upstream and downstream of the
screen channels and for by pass arrangement at each SPS as per site
requirement. All the gates will be provided duly wired motor operated
actuators for operation.
The construction of cast iron sluice gates shall be in accordance with
the specifications mentioned hereunder and as per IS: 13349-(latest
revision). The sluice gates shall be capable of performing theduties set out in
this specification without undue wear or deterioration. They shall be so
constructed,that maintenance is kept to a minimum.
Design & constructional details:
The constructional features and details of components of the
required types of gates are to be as under:
Gate frame:
a) The gate frame will be made from cast iron and shall be sufficiently rigid
to withstand thedesignated water head. The gate frame shall either be flat
back type or flange back type to suitthe designed head and site condition.
b) Back flange of the gate aperture frame to be precisely machined flat and
drilled to engagewith the Cast iron wall thimble mounted on the wall. A
rubber gasket will be providedbetween the wall thimble and the gate for
ease in future dismounting of the gate for repairs / replacement.
c) The gate frame of these sluice gates shall either be self-contained type or
non-self-containedtype depending upon site requirement.
In case of non-self-contained gates the frames shall have short
length extension guides andshall be without yoke at their top. The length of
extension guides in such cases shall besufficient to engage at least half the
overall vertical height of door when the gate is full openand shall be in
accordance with the relevant provisions of IS- 13349.
ln case of self-contained gates the frames shall have full length
extension guides and shall beprovided with a yoke at their top. The length of
extension guides in such cases shall besufficient to engage the overall
vertical height of door when the gate is full open position.
Gate slide / shutter / door:
a) The gate slide/ shutter /door will be made from cast iron and shall be
sufficiently ribbed towithstand the designated water head.
b) The gate slide / shutter will be provided with integral pocket to house the
thrust nut used toconnect the stem with the slide.
Seating/sealing faces:
a) Materials: These should be of Stainless Steel or as specified.
b) Fitment: The facings shall be attached to flat machined faces of gate
frame and door andsecured in place using taper screws. The taper screws
adopted for facings shall be of samematerial as that of the seat facings.
c) The front faces of integral extension guides which can come in contact
with the sealing facesof door while opening, shall also be fitted with sealing
faces of the same material as that ofthe sealing faces on
door. This is required to offer non corroding smooth sliding surfaces tothe
sealing faces of door/shutter during its vertical travel for opening and
enhance theeffective life of gate.
d) Finish: The mating seating/sealing faces on the gate frame and door shall
be precisely finishedfor proper contact They should be so finished that the
clearance or gap, if any, between themating sealing faces, in gate closed
position, does not exceed 0.1 mm.
Wedging devices:
a) The Sluice gates shall be provided with adjustable wedging devices to
ensure forced contactbetween frame and shutter seat facings, when the
gate is in closed position.
b) The gates meant for seating head shall be provided only with side
wedging devices. Gatesmeant for unseating bead of sizes larger than 600
mm, shall be provided with side, top andbottom wedging devices or with
side and top wedging devices and flush bottom closingarrangement as
required.
c) The wedging devices comprise of wedge brackets shall be fitted on gate
aperture frame anddoor. The wedge bracket on frame shall remain in fixed
position and those on door shall beadjustable or vice versa. A sort of slot
and tennonarrangement shall be provided on base ofwedge brackets to
prevent any tendency to shift. Provision shall be made to clamp
theadjustable brackets firmly in adjusted position.
d) The wedging devices shall be made of cast iron. If the wedges/wedge
blocks of wedgingdevices are of Cast Iron, then these are to be lined with
contacting faces of the same materialas that of sealing faces attached to the
gate frame and door.
Conventional or flush bottom closing:
(a) The sluice gates shall be provided with conventional or flush bottom
closure arrangement asrequired.
(b) The sluice gates provided with conventional bottom closing arrangement
involve corrosionresistant metallic contacting sealing faces at the bottom sill
of gate. In such cases, the invertof the gate is required to be kept above the
floor of the channel/chamber by at least 100 mm to 150mm depending
upon the size and type of gate. The gate manufacturer shouldverify whether
this clearance is available at the site of installation for fitting a
conventionalbottom closure gate.
(c) In case of conventional closing gate, if the invert of the gate is kept at the
same level as that of the channel/chamber door, then there remains a slot
or a groove at the invert of the gate. Debris, dirt etc. which may settle in this
slot and may not allow the gate to close properly and this may give rise to
heavy leakages while in operation.
(d) With a view to avoid this, in situations where the invert of the gate is to
remain at the same level as that of the channel/floor, a Flush Bottom closing
gate instead of Conventional Bottom Closing gate should be provided.
(e) Flush Bottom Closing shall involve a flexible rubber seal at the bottom of
the gate, mounted either on the shutter or on the frame, ensuring that the
sealing face remains flush with the floor. The cast iron bar fitted at the
bottom of the frame is required to be embedded in the channel /chamber
floor and for this a cut out /recess of ample dimensions is required to be
provided beneath the waterway opening along the gate invert, while
constructing the door.The dimensions of this cut out shall be provided
depending upon the feasibility to do so as peractual site conditions.
(f) This cut out/recess is to be later on filled up with removable asphalt or
loose concrete mixedwith sand dust or vem1iculate after putting the gate in
position so that it is possible to breakopen this second stage grout for
removal of the gate in future.
(g) The rubber seal employed shall be made of EPDM or Neoprene rubber
and the rubber sealretainer bars as well as the fasteners for fitting the
rubber seal and the retainer bar are ofstainless steel.
Gate operating headstock/lift mechanism:
a) The operating headstocks shall be designed in such a manner as to permit
the gate operationby a single person under the specified maximum
operating head with an effort of less than18kgs on the crank / hand wheel.
b) The heads tock shall be geared type and the geared headstock may be
either of single speed orof double speed, as might be necessary to make it
convenient for one person to open or closethe gate as fast as practicable.
Two speed headstocks shall be supplied with gates requiringhigher hoisting
capacities. ln this type of headstock the low speed is meant for crack
openingthe gate when the effort required to open the gate is maximum and
the high speed is meant forfurther faster opening after the gate is crack
opened.
c) Geared headstock shall be supplied with easily removable crank handle or
hand wheel with aradius not exceeding 375mm.
d)All the gears of geared headstock shall be kept completely encased in cast
iron housing toprotect them from damage, dirt, dust, water etc. and other
atmosphe1ic effects and thus ensuretheir smooth operation, especially in
the intended application where most of the time thegearboxes will be
subjected water sprays coming from top of the cooling tower. Greasenipples
shall be provided at proper places for lubricating with grease.
e) Headstock meant for mounting on operating platform shall be supplied
with a pedestal/floorstand to provide a convenient operating height of
approximately 900 mm. The pedestal of theheadstock shall be provided with
a covered window opening to enable cleaning and greasingof stem threads.
Lifting spindle/stem:
The sluice gates shall be supplied with rising type lifting
spindles/stems. The stem shall be providedwith acme /square threading,
length of threaded p01tion being about 400mm more than the height
ofwate1way opening. This much extra length is required to allow for a minor
variation of approximately 100 mm on either side of the specified height of
operating platform.The design of stem will be done as per the provision in
IS-13349.
Stem block /connecting block /thrust nut:
The rising type stem shall be connected to the door through a stem
block/thrust nut housed in a ribbedpocket cast integral with the door. The
bottom end of stem shall thread into the stem block and islocked in place by
a set screw to prevent the stem from unscrewing. The Stem block shall be
castbronze or Gunmetal.

Safety stop nut:


The stem shall be provided with a safety stop nut to prevent the
chances of over closing of gate which may otherwise damage either the
stem or the lifting platform. The slop nut shall be furnished with aset screw
for setting it in a fixed position after the gate is installed. Upon installation
the safety stop nut should be set in such a way that its bottom remains
about 1 to 2 mm away from the lop of head stock, in gate closed position. ln
case
of stainless steel stem the stop nut shall also be of stain less steel material of
the same grade.
Stem/spindle couplings :
For ease in transportation and handling, maximum length of one
piece stem shall be restricted within4.5 to 5 meter length. Where the stem
are required to be furnished in more than one piece, threadedstem
couplings shall be furnished to interconnect different sections of the stem.
The couplings shallhave provision for pinning after inserting in the threaded
end of the stem.In case of stainless steel stem the couplings shall also be of
stainless steel material of the same grade.
Stem guide brackets:
Longer stems shall be provided with sufficient number of stem
guides to prevent buckling of stem.The stem guide bracket to be provided
shall be Adjustable Centre Type - wherein a separate stemguide is bolted on
to the wall bracket. The stem guide shall be adjustable in the slots on wall
bracketin a direction perpendicular to the face of wall. Wall bracket should
also offer minor adjustment in thedirection parallel to the wall.
The stem guides shall have machine bored split journals to facilitate
erection. The journal shall be lined with brass/gunmetal bush.
Pipe hood for stem:
A Pipe hood shall be provided on the top of headstock in case of
rising spindle/stem gates to cover thespindle threads for protection against
damage, dirt, dust, water etc. It shall be made of transparentfracture
resistant polycarbonate material. The pipe hood shall have vent holes to
preventcondensation.
Gate opening indicating arrangement:
Gate opening indicating arrangement shall be provided to indicate
the position of the shutter. Thisshall comprise of scale mounted on the pipe
hood and an indicator nut mounted on the rising spindleto show the extent
of the opening and closing. The minimum scale graduation shall be 25 mm.
Material of construction:
The material of construction for various components shall be as under.
Gate frame, Shutter, Thimble :Cast iron IS 210 FG 200
Headstock, Wedges, Stem Guides :Cast iron IS 210 FG 200
Seating faces : Stainless Steel ASTM A 240 type 304
Rubber Seals : EPDM Rubber
Rubber seal retainer bar : Stainless Steel ASTM A 240 type 304
Assembly bolts, nuts and fastener : Stainless Steel ASTM A 276 type 304
Stem & connecting pin : Stainless Steel ASTM A 276 type 304
Yoke :Mild Steel to IS: 2062 grade A
Thrust nut and Lift nut : Gunmctal I Phosphor Bronze

Painting: Following painting procedure shall be adopted for the gates :


Priming: 1 coat of red oxide primer before and after shop testing.
Finish Painting - gate: Black bituminous paint for gate assembly.
Minimum DFT 200 microns.

Painting yoke & Headstock: Epoxy red oxide primer and epoxy grey paint.
Minimum DFT 200 microns.

5.16 Coarse Bar Screens


Mechanically cleaned coarse bar screen with manually cleaned
coarse bar screen as stand by will be provided for both SPS. These screens
will be designed in line with the CPHEEO manual/relevant code. Tentative
data for reference is detailed below:
Manual Screen
i. Type :Bar screen

ii. Material of Screen all wetted parts, : SS316


rake arm &Fasteners
iii. Angle of Inclination of screen :Maximum 60° to Horizontal
iv. Velocity (through per Screen) :1.2m/sec (maximum) at
peak now
0.8 m/sec (maximum) at
Avg. flow
v. Clear bar Spacing :25 mm
vi. Head loss across the screens at 50% :300 mm maximum
clogging condition
vii. Inlet and Outlet gates :The Inlet &Outlet Sluice
gates (Electrically
operated with manual
override) with
extendedspindle shall be
provided at the inlet and
outlet ofthe Inlet Channel.
The design flow
velocitythrough Sluice Gates
shall not exceed 1.0 m/s.
vii. Capacity of movable covered container : 2 nos. (1 cum. Each)

Mechanical Screen
• Mechanically operated Coarse Screen made of Stainless Steel
(SS316)having 20-25 mm clear spacing between the bars shall be provided in
inlet screen channel forscreening out floating materials such as plastic
pouches, bags, rags, floating debris, weeds,paper wastes all other floating
materials from the raw sewage coming to the pumpingstation.
• The screen shall include discharge chute as required to discharge the
screenings on the belt
conveyor without employing any extern al mechanism I rake mechanism.
• The screen shall be factory assembled &movement tested at plant before
dispatch to site &
shall only be installed at the site in factory assembled condition thereby
avoiding chances of
misalignments.

Scope
Design, Supply, Installation, Testing & Commissioning of screening
equipment consisting of
following:
(a) Mechanized coarse screen having 20-25 mm spacing between bars and
suitable for
installation at an inclination of maximum 60 degrees in channel.
(b) Ultrasonic type Differential Level sensing instmment connected to
control panelthrough PLC/SCADA for automatic operation of screen
mechanism and alliedaccessories.
(c) Local control panel installed near screen.
(d) Belt conveyor to discharge the screened material of the screen to the
waste bin.

Material of construction:
The fixed as well as movable bars, mechanism, support frame, fixings
discharge chute shall bemanufactured from stainless steel (SS316) for long
life in the aggressive sewage environment. Nocomponent of the screen
assembly shall be made of carbon steel or any other material, which can
getcorroded in sewage environment.

Screen Construction
The screen mechanism shall be mechanically operated by Electro-motor or
hydraulic system andshall be suitable for automatic operation controlled by
a level sensor. The screen shall operate automatically when the pre-set
differential in level occurs betweenthe upstream and downstream of the
screen. The level difference between the upstream and downstream is
sensed through ultrasonic level sensors and a 4-20mA signal is transmitted
tocontrol panel based on the level difference between the upstream and
downstream of the screen and it shall stop when thedifferential level
decreases to a preset low level due toupward travel of screened material.
The coarse bar screen shall be capable of being tilted out of the
sewage flow up to horizontalposition for the purpose of cleaning
&maintenance.The base of the screen shall be fitted with a specially profiled
stainless steel plate to directany grit that may be present towards the screen
and taken out along with other screenedmaterial thus reducing the
possibility of building up of grit in front of the screen.

Screen Washing System


The Contractor shall supply and install a spray washing system that
effectively cleans thescreen area and screening press. The Contractor shall
provide a high-pressure clean water
supply for ti1e washing system. Tenderers shall specify the required flow
rate and pressure forthe water supply.

Dewatered Screenings Discharge Chute


The screenings discharge chute s hall terminate 1.5 metres above
ground level so that a plastic screenings bag can be secured around the
chute, thereby creating a totally enclosed
screenings collection system.

Screen Covers
All screenings equipment shall be supplied with integral stainless
steel covers iliat preventaccess to moving parts and wash water sprays. The
covers need to be airtight to ensure thatno odours emanate from the
screen. A flanged 150mm-diametcr pipe connection must beprovided to
allow for the abstraction of air from the sealed screen channel.

Level Controller
The level controller shall be Differential Type Ultrasonic Level
Transmitter of approvedmake.

Portable Screenings Container


Portable screenings containers made of galvanised steel shall be provided to
store thescreenings until time of pick up. The container shall have capacity
of approximate l m3 and
shall be of a convenient height to permit the discharge of screenings directly
into thecontainer without having to transfer the screenings manually. The
containers shall havehinged covers and their design shall permit them being
lifted by an overhead hoist or packer
truck. The container will have four wheels each of about 20 cm diameter
and two of which
shall be swivel castors. The maximum height of container including wheels
shall be 0.50 m. The sides shall be constructed of 12 gauge steel. The bottom
of container shall be made of 5
mm plate steel. The containers shall be reinforced with 50mm x 50mm x
5mm angle iron.

Access
Safe access shall be provided to all screen equipment and
instruments to allow for cleaning, inspection and maintenance activities.

Corrosion Resistance
All metal parts of the screen equipment that are in contact with the sewage
shall be constructed of a suitable grade of corrosion resistant stainless steel,
aluminium or plastic.

Electrical Motor
Motors shall be squirrel cage type conforming to IS 325. The power rating of
motor shall be
at least 125% of maximum power requirement. The motor shall be TEFC type with IP
55
protection and shall be suitable for operation on 415V + 10% and frequency of
50Hz+ 5%.
The other features of motors shall be as follows:
Type of duty :Intermittent
Method of Starting :DOL
Class of insulation :F (Temperature rise limited to class
B)
Type of enclosure :TEFC
Degree of protection :IP 55

Electrical Requirements
The cable will be run to the location of the screen control panel and the
Contractor shall
terminate the cable in the isolator. The Contractor shall advise the power
supply requirements
(including current rating) of the main supply for the screen.

Control Panel
The Control Panel shall have IP 55 protection, painted with Epoxy paint and
shall be comprising of
• Mushroom Head Emergency Stop
• Overload Relays for motor protection
• MCB's, HRC Fuses and Glass Fuses
• Circuitry to operate the screen with level sensors.
• Selector Switch to operate the screen on JOG mode
• Provision to nm the screen with a timer in case of failure of level sensor.
The timershall be 0-24 hour settable range and it should be possible to
bypass timer operationif required.
• External Canopy for protection from all 3 sides from rain.

---------------o---------------
SUPPLY, INSTALLATION, COMMISSIONING, TESTING AND MAINTENANCE OF
SILENT DIESEL ENGINE DRIVEN GENERATING SET FOR ............................

6.0 GENERAL SPECIFICATIONS


The silent water-coolant, turbo-charged diesel generating sets of following
capacity shall be installed on anti-vibrating mounting. It should be complete with diesel
engine, alternator base plate, coupling and manually operated Control Panel and Auto
Mains Failure Panel. It shall be suitable to generate 3 Phase, 415 volts, 50 C/s A.C.
supply at 0.85 power factor of required out put at 1500 R.P.M.
For Pumping Station Machli Mohal 100 KVA – 1 No.
For Pumping Station New CGPS 380 KVA – 1 No..

6.1 ALTERNATOR
Self excited, screen protected, self regulated, brush less alternator,
Horizontal foot mounted in Single/Double bearing construction (specify one only)
suitable for the following:

Rated PF. : 0.8 (lag)


Rated voltage : 415 volts
Rated frequency : 50 Hz
No. of Phases : 3
Enclosure : SPDP
Degree of protection : IP-23
Ventilation : Self ventilated water cooled
Ambient Temperature : 40° C Maximum
Insulation Class : F/H
Temperature Rise : Within class F/H limits at rated load
Voltage Regulation : +/- 1%
Voltage variation : +/- 5%
Overload duration/capacity : 10% for one hour in every 12 hours of continuous
use.
Frequency variation : As defined by the Engine Governor (+/- 1% )
Excitation : Self
Type of AVR : Electronic
Type of Bearing and : Anti-friction bearings with Grease lubrication
Lubrication arrangement
Standard : IS 4722 & IEC:34 as amended upto date.

Voltage dip shall not exceed 20% of the rated voltage for any step
load or transient load as per ISO 8528 (Part-1). The winding shall not
develop hot spots exceeding safe limits due to imbalance of 20% between
any two phases from no load to full load.
The generator shall preferably be capable of withstanding a current
equal to 1.5 times the rated current for a period of not more than 15
seconds as required vide clause 14.1.1 of IS 4722:1992.
The performance characteristics of the alternator shall be as below:
(a) Efficiency at full load 0.8 P.F (i) Upto 25 KVA-
>82%
(ii) 25-62.5 KVA-
>86%
(iii) 62.5-250 KVA-
>90%
(b) Total Distortion Factor Less than 3%
(c) (i) 10% overload One Hr.in every 12
Hrs. of continuous use
(ii) 50% overload 15 Sec.
Complete characteristic curves shall be supplied indicating efficiency, power
factor, frequency and B.H.P. under all conditions of loading together with
guaranteed figures subject to no tolerance. Curves or relationship between H.P.
input and B.H.P. (in KVA) output as obtained during the tests at works shall be
submitted to the engineer.
The contractor shall state below full particular of the alternators, he
proposes to supply together with the guarantee of performance relating thereto.
i) Type of alternator
ii) Name of manufacturer
iii) I.S. continuous rating
iv) Maximum rise in temperature
v) Total Weight
vi) Efficiency at :
a) 5/4 load
b) Full load
c) 3/4 load
d) 1/2 load
vii) Speed (full load)
viii) Frequency
ix) Voltage and Phase
x) Power Factor
xi) Over Load Capacity
xii) Class of protection, etc.

6.2 DIESEL ENGINE


The engine shall be of standard design of the original manufacturers.
It should be 4 stroke cycles, water cooled, naturally aspirated/ turbo
charged (as per manufacturer standard), diesel engine developing suitable
BHP for giving a power rating as per ISO 8528- Part-1 in KVA at the load
terminals of alternator at 1500 rpm at actual site conditions.
The engine shall be capable for delivering specified Prime Power
rating at variable loads for PF of 0.8 lag with 10% overload available in
excess of specified output for one hour in every 12 hours. The average load
factor of the engine over period of 24 hours shall be 0.85 (85%) for prime
power output.
The engine shall conform to IS:10000/ ISO 3046/ BS:649/ BS 5514 amended
up to date.
Necessary certificate indicating the compliance of the above
capacity requirement for the engine model so selected along with
compliance of Noise and Emission norms as per latest CPCB guidelines for
DG set capacity up to 1000 KVA, should be furnished from the
manufacturers along with the technical bid.

6.2.1 Air Intake System :


(i) Air intake manifold
(ii) Dry air cleaner mounting horizontal/ Oil bath air cleaner.
(iii) Vacuum indicator.
6.2.2 Exhaust System:
(iv) Dry Exhaust manifold
(v) Holset Turbocharger
(vi) Stainless steel flexible below 5" in dia.
(vii) Industrial type silencer.
(viii) Exhaust piping MS ERW of suitable size.
6.2.3 Coolant System:
(i) Engine Water pump- centrifugal type.
(ii) Radiator.
(iii) Fan drive arrangement from accessories drive.
6.2.4 Lubricating System:
(i) Rear sump oil pan.
(ii) Engine mounted lub oil pump and cooler
(iii) Full flow lub oil filter- replaceable paper element.
(iv) Single super by pass filter- replacement paper element.
6.2.5 Fuel System:
(i) PTG Auto fuel pump with C/L hydraulic governer.
(ii) PTD fuel injector.
(iii) 24 VDC solenoid coil.
(v) Single fuel filter- replacable paper element.
6.2.6 Safety Control:
(i) Low lube oil pressure trip.
(ii) High water temperature trip.
6.2.7 Local Instrument Panel:
(i) LO pressure indication.
(ii) LO temperature indication.
(iii) Water temperature indication.
(iv) Techo Hour meter.
(v) Battery Charging meter, Battery charging lamp, fuse.
6.2.8 Starting System:
(i) 24 VDC electric starter
(ii) 24 VDC battery charging alternator.
6.2.9 Others:
(i) Vibration damper (A.V.M.)
(ii) Rear Engine support.
(iii) Front Engine support
(iv) Flywheel SAE-14
(v) Flywheel housing SAE-1
(vi) Holset coupling.
6.2.10 Fuel Tank:
Daily fuel service tank of minimum capacity as per Table below,
fabricated from M.S. sheet with inlet, outlet connections air vent tap, drain
plug and level indicator (gauge) M.S. fuel piping from tank to engine with
valves, unions, reducers, flexible hose connection and floor mounting
pedestals, twin fuel filters and fuel injectors. The location of the tank shall
depend on standard manufacturers design.
S.No. Capacity of DG set Minimum Fuel
Tank Capacity
(i) Upto 25 KVA 100 Litres
(ii) Above 25 to 62.5 KVA 120 Litres
(iii) Above 62.5 KVA to 125 KVA 225 Litres
(iv) Above 125 KVA to 200 KVA 285 Litres
6.2.11 Battery:
Batteries supplied with Genset are generally dry and uncharged.
First charging of uncharged batteries is very important and should be done
from authorized battery charging centre. Initial charging should be done for
72-80 hours.Batteries should be placed on stands and relatively at cool
place. Battery capacity and copper cable sizes for various engine capacity are
recommended as indicated in the table below. Cable sizes shown are for
maximum length of 2 m. If lengthis more, cable size should be selected in
such a way thatvoltage drop does not exceed 2V.
However capacity as recommended by manufacturer may be taken.
Battery Cable Size Electrical
Capacity (Material Copper) System
DG Set Capacity (AH) Sq. mm (Volts)
Above 125 KVA upto 500 KVA 180 70 12
Above 82.5.KVA upto 125 KVA 180 50 12
Above 62.5 KVA upto 82.5 KVA 150 50 12
Above 25 KVA upto 62.5 KVA 120 50 12
Upto 25 KVA 88 35 12
For AMF applications, a static battery charger working on mains supply is to
be provided the batteries charged at all times.

6.2.12 Arrangement :
The above engine and alternator will be coupled by means of a
specially designed flexible coupling and both the units would be mounted
on rigid fabricated base frame. Base frame would be of robust construction,
duly machined to ensure perfect alignment of the Engine and alternator and
to provide rigid construction to ensure vibration under permissible limit.
The base frame would be with lifting facilities and prescribed foundation
holes.

6.2.13 Governor
Mechanical governor of class A2 for up to and including 200 KVA
capacity and Electronic governor of class A1 for capacity above 200 KVA, as
per ISO 3046/ BS 5514 with actuator shall be provided as per standard
design of manufacturer. Governor shall be a self contained unit capable of
monitoring speed.

Complete characteristic curves shall be supplied including efficiency,


speed and B.H.P. under all conditions of loading together with guaranteed
figures subject to no tolerance.
The contractor shall furnish the following details of the engine :-
i) Make and Model of Engine
ii) Total Weight
iii) B.H.P. & R.P.M. at
Full Load
3/4 Load
1/2 Load
iv) No. of Cylinders
v) Method of starting
vi) Rated output at N.T.P.
vii) Aspiration
viii) Oil Pan Capacity.
ix) Specific fuel consumption under N.T.P. in gms / php / hr
with 5% tolerance.
Full Load
3/4 Load
1/2 Load
x) Engine Dimensions.
6.3 BASE PLATE & COUPLING
The whole unit of Generator Set and Radiator assembly will
be mounted on a rigid fabricated base plate of suitable size. The diesel
engines will be directly coupled to the respective alternator through a
specially designed coupling in order to form a very compact arrangement for
both units alongwith radiator. The base plate will be of robust design and in
heavy constructions.

6.4 EXHAUST PIPING AND FITTINGS


The exhaust of diesel engine will be taken out of the D.G.
Set at the standard height of ceiling and silencer also to be fitted out side
the D.G. Set. All the flanged G.I. Pipe of ‘C’ class and of proper sizes as per
manufacturer recommendation and Engineer Incharge’s satisfaction
alongwith required length of flexible pipe at the bend to avoid or reduce the
vibrations from transmitting to the grouted end of the exhaust pipe on the
wall shall also be provided by the contractor. The flexible pipe shall be of
heavy guage and smoke leak proof.

6.5 SWITCH GEAR SCHEDULE


Alternator mounting type totally enclosed cubical type M.S. Control
Panel of 14 guages M.S. Sheet and powder coated after seven tank
treatment process and with front door and rubber chord lining shall be
supplied with above generating set. The panel shall be suitable and
equipped with all devices. The panel shall be weather, dust & vermin proof.
This shall be provided with 3 Nos., air insulated busbars having adequate
size for taking starting current of electric motors. In addition there shall be
fourth AR busbars (neutral) of half the cross section area of main busbar.
The panel board shall be complete with internal wiring and with provision
(holes with glands) for cables. The panel board shall be consisting generally
of following items & devices and suitable size of Crompton/Havells/L&T
make M.C.C.B. for Relay setting of the required capacity.

i) 1 No. A.C. Voltmeter of 0-500 range & 100 mm dia


ii) 1 No. Voltmeter selector switch
iii) 1 No. mode selector switch Off/Load
iv) 1 No. 100 mm dia A.C. Ammeter of suitable range
v) Frequency meter – read type of
vi) One set of C.T.’s of suitable ratio
vi) One no. Ammeter selector switch
vii) One no. K.W.H. Meter of Reputed make
ix) Battery charging system consisting of
Transformer / Rectifier
D.C. Ammeter
D.C. Voltmeter
Charging rate selector switch
Hooter
x) One no. 3 pole thernal overload relay for overload
protection of A.C. Generator
xi) One set of control relays over and under voltage preventor
having adjustability low 350 v / 400 v  2% and high 400 v / 460 v  2% for
alternator monitoring
xii) 2 Set of indicating lamps for set on and off
2 Nos. push button for start and stop
1 No. 3 pole reverse power relay.

Note :-
1. In case of two no. DG. Sets, two separate identical panel are
required with one more synchronization panel and bus coupler confirming
to relevant IS.
2. If any extra devices are proposed for proper running the
same may be quoted with full details.

6.6 ACOUSTICS ENCLOSURE


Acoustics enclosure should be conforming to CPCB approval. The
acoustics enclosure shall be made of 14 gauges CRC sheet. The salient
features of the acoustic enclosure are :
i) The enclosure if of modular construction with the provision
to assemble and dismantle easily at site.
ii) The sheet metal components are hot dip seven tank
pretreated before powder coating.
iii) The enclosure is powder coated (inside as well outside) with
a special pure polyester based powder. All nut and bolts/external hardware
EPDN gaskets to prevent leakage of sound
iv) The door handles are lockable type.
v) Sound proofing of the enclosure is done with high quality
rock wool/mineral wool confirming to IS 8183. The rock wool is further
covered with fibre glass tissue and perforated sheet.
vi) A special residential silencer is provided within the
enclosure to reduce exhaust noise
vii) Specially designed attenuators are provided to control
sound at air entry and exit points.
viii) Adequate ventilation is provided to meet total air
requirement. If required, a blower is provided to meet total air requirement.
ix) Temperature of enclosure does not exceed beyond 7C of
ambient temperature.
x) There is a provision of emergency shut down from outside
the enclosure.
Note: Noise level is 75 decibal (A) at 1 mtr distance.

6.7 POWER WIRING


Necessary power wiring materials with required length of 3
½ core armored cable of suitable capacity along with other items such as
cable glands, lugs, cable clamps etc. shall be supplied. Cable shall be of
adequate size to take full load as well as starting current after taking into
account de-rating factor corresponding to ambient temperature of 45 C.
This cable shall run as follows :
i) From Alternator to the panel of D.G. Set.
ii) From the panel of D.G. Set to the L.T. Control Panel board of
pumping plants.
iii) From dynamo and battery upto the panel of D.G. Set
Note : All the power wiring shall be carried out through the trenches
on the floor as per the instruction of Engineer-in-charge. Cable through
roads will be laid in G.I. Pipes buried in ground if required.

6.8 DG Set Control and AMF Panel


General Features: The control panel shall be fabricated out of 1.6
mm thick sheet steel, totally enclosed, dust, damp and vermin proof free
standing floor mounted type front operated. It shall be made into sections
such that as far as feasible, there is no mixing of control, power, DC & AC
functions in the same section and they are sufficiently segregated except
where their bunching is necessary. Hinged doors shall be provided
preferably double leaf for access for routine inspection from the rear. There
is no objection to have single leaf hinged door in the front, all indication
lamps, instruments meter etc. shall be flushed in the front. The degree of
protection required will be IP-42 conforming to IS 2147.

Terminal Blocks and Wiring: Terminal blocks of robust type and


generally not lessthan 15 Amps capacity, 250/500 V grade for DC upto 100 V
and 660/ 1100 volts grade for AC and rest of the junction shall be employed
in such a manner so that they are freely accessible formaintenance. All
control and small wiring from unit to unit inside the panel shall also be done
with not less than 2.5 sqmm copper conductor PVC insulated and 660/ 1100
volts grade. Suitable colour coding can be adopted. Wiring system shall be
neatly formed and run preferably, function wise and as far as feasible
segregated voltage wise. All ends shall be identified with ferrules at the
ends.
Labeling: All internal components shall be provided with suitable
identification labels
suitably engraved. Labels shall be fixed on buttons, indication lamps etc.

Painting: The entire panel shall be given primer coat after proper
treatment and powder coating with 7 tanks process before assembly of
various items.

Equipment requirements: The control cubical shall incorporate into


assembly general
equipment and systems as under:
(a) Control system equipments and components such as relays, contactors,
timers, etc. both for automatic operation on main failure and as well as for
manual operation.
(b) Equipment and components necessary for testing generating set’s
healthiness with test mode and with load on mains.
(c) Necessary instruments and accessories such as voltmeter, power factor
meter, KW meter, KWH meter, Ammeter, Frequency meter etc. in one
energy analyzer unit with selector switch to obtain the reading of desired
parameters.
(d) Necessary indication lamps, fuses, terminal blocks, push buttons, control
switches etc. as required.
(e) Necessary engine/ generating set shut down devices due to faults
/abnormalities.
(f) Necessary visual audio alarm indication and annunciation facility as
specified.
(g) Necessary battery charger.
(h) Necessary excitation control and voltage regulating equipment.
(Alternatively provided on the Alternator itself).
(i) Necessary over head bus trunking terminations all internal wiring,
connections etc. as required.
(j) Breakers as specified in the schedule of work.

System Operation: The above mentioned facilities provided shall


afford the following
operational requirements.

Auto Mode:
(a) A line voltage monitor shall monitor supply voltage on each phase.
When the mains supply voltage fails completely or falls below set
value (variable between 80 to 95% of the normal value) on any
phase, the monitor module shall initiate start-up of diesel engine. To
avoid initiation due to momentary disturbance, a time delay
adjustment between 0 to 5 second shall be incorporated in start-up
initiation.
(b) A three attempt starting facility shall be provided 6 seconds ON, 5
seconds OFF, 6 seconds ON, 5 seconds OFF, 6 seconds ON, if at the
end of the third attempt, the engine does not start, it shall be locked
out of start, a master timer shall be provided for this function.
Suitable adjustment timers be incorporated which will make it
feasible to vary independently ON-OFF setting periods from 1-10
seconds. If alternator does not build up voltage after the first or
second start as may be, further starting attempt will not be made
until the starting facility is reset.
(c) Once the alternator has built up voltage, the alternator circuit
breaker shall close connecting the load to the alternator. The load is
now supplied by the alternator.
(d) When the main supply is restored and is healthy as sensed by the
line voltage monitor setting, both for under voltage and unbalance,
the system shall be monitored by a suitable timer which can be set
between 1 minute to 10 minutes for the load to be transferred
automatically to main supply.
(e) The diesel alternator set reverts to standby for next operation as per
(a), (b) and (c) above.

Manual Mode:
(a) In a manual mode, it shall be feasible to start-up the
generator set by the operator on pressing the start push
button.
(b) Three attempt starting facility shall be operative for the
start-up function.
(c) Alternator circuit breakers close and trip operations shall
also be through operator only by pressing the appropriate
button on the panel and closure shall be feasible only after
alternator has built up full voltage. If the
load is already on ‘mains’, pressure on ‘close’ button shall be
ineffective.
(d) Engine shut down, otherwise due to faults, shall be manual
by pressing a ‘stop’ button.
Test Mode:
(a) When under ‘test’ mode pressing of ‘test’ button shall complete the
start up sequence simulation and start the engine. The simulation
will be that of mains failure.
(b) Engine shall build up voltage but the set shall not take load by
closing of alternator circuit breaker. When the load is on the mains,
monitoring of performance for voltage/ frequency etc. shall be
feasible without supply to load.
(c) If during test mode, the power supply has failed, the load shall
automatically get transferred to alternator.
(d) Bringing the mode selector to auto position shall shut down the set
as per sequence of 2.4.2.2.6.1(d) provided main supply is ON. If the
mains supply is not available at that time, the alternator shall take
load as in (c) above.

Engine shut down and alternator protection equipment: Following shut


down andprotection system shall be integrated in the control panel.
(a) Engine:
Low lubricating oil pressure shut down. This shall be inoperative during start
up and acceleration period.
(ii) High coolant (water) temp. shut down.
(iii) Engine over speed shut down.
(b) Alternator Protection: Following protection arrangement shall be made:
(i) Over load
(ii) Short circuit
(iii) Earth fault
(iv) Over voltage

Monitoring and Metering Facilities:


(a) Necessary energy analyzer unit for visual monitoring of mains,
alternator and load voltage, current, frequency, KWH, power factor,
etc.
(b) A set of visual monitoring lamp indication for:
(i) Load on set
(ii) Load on mains
(iii) Set on test (Alternator on operation duty, Alternator on standby
duty).
(iv) Set of lamp for engine shut down for over speed, low lub. oil
pressure and high coolant water temperature, overload trip of
alternator, earth fault trip of alternator, engine lock out and failure
to start etc. All these indications shall have an audio and visual
alarm. When operator accepts the alarm, the hooter will be silenced
and the fault indication will become steady until reset by operating a
reset button.

Operating Devices: A set of operation devices shall be incorporated in the front


ofpanel as under:
(a) Master Engine Control Switch: This shall cut off in ‘OFF’ position DC control
to the entire panel, thus preventing start-up of engine due to any cause. However,
battery charger, lamp test button for testing the healthiness of indication lamps, DC
volt mater / ammeter etc. shall be operative. It shall be feasible to lock the switch in
OFF position for maintenance and shut down purposes.
(b) Operation selector switch OFF/AUTO/MANUAL/TEST position.
(c) Energy analyzer unit for display of various electrical parameters like voltage,
current, frequency, KW, power factor, etc.
(d) A set of push button as specified.
(e) Relays, contactors, timers, circuit breakers as required.
(f) Necessary battery charger with boost/ trickle selector, DC voltmeter and DC
ammeter.

Compatibility with PLC/SCADA:


PLC compatibility and required nos. of Input/ Output terminals
points should be provided in the AMF control panel.

6.8 EARTHING
Double earthing of entire system shall be carried out and
connected to permanent earthing plates size 600x600x6 mm G.I. plate
burried in ground with alternate layer of coke and salt atleast 150 mm thick
around upto adequate depth of 2 Meters where earthing lead to earth
electrode in no case less than 3 meters from cover hinged to C.I. Frame.
The double earthing shall be carried out separately for the
body of generating set and for the neutral wire of the alternator as per the
India electricity rules for power generating station. The earthing shall be
complete as given below :
a) Earth plates of required size as pr latest relevant I.S. / I.E.R.
– 4 Nos.
b) Water pipes of required lengths and diameters as relevant
I.S. / I.E.R. – 4 Nos.
c) Aluminum earth strip of adequate size as per relevant I.S. /
I.E.R. and in required quantities to cover complete installation in double run.
The shall be without kinks.
d) Necessary quantities of lugs, nut bolts and clamps for proper
earthing
e) Necessary quantities of salt and charcoal.
f) Earth chamber boxes – 4 Nos.
Note :- The digging of pits upto required depth for earthing shall be
done by the contractor.
6.9 ERECTIONAND COMMISSIONING OF WORK OF GENERATING SET
The contractor shall include for the erection of the plants
and all accessories and setting to work of the plants as specified.
The supplier shall carry out complete erection and
installation work of generating sets and all connected accessories including
complete electrical and mechanical items, power wiring & double earthing
of all electrical items. The work shall be carried out to the complete
satisfaction of the Engineer-Incharge and also as per norms laid down by the
Chief Electrical Inspector of U.P. The installation shall be subject to his
approval also.
The above work shall include handling of all electrical and
mechanical equipments in and around the pump house premises excluding
civil work which shall be done by the department.

6.10 TESTS
The contractor shall include for the preliminary load testing
at O.E.M.’s works. The load test at O.E.M.’s works shall be witnessed by the
Engineer Incharge or his representative. Testing on load after commissioning
of the generating set will be done at site in accordance with SCHEDULE ‘E’
This will be witnessed by the department.
The calibrated loads for testing the generating set at
different loading at site shall have to be provided by contractor. Hence the
rates to be quoted under this item should include this aspect as well.

6.11 RUNNING PERIOD


The contractor shall include for 3 months period of Trial &
run of the generating sets specified and training the staff with technical
know how of the Nigam during this period including cost of H.S.D. and
lubricating oil, others operators and staff for one shift of 8 hrs except the
diesel and Mobile Oil. The contractor shall depute only a competent
Technician during running period who has a good knowledge of all the
devices installed and who could train the departmental staff appointed to
meet the purpose of running aptly.

6.12 DRAWINGS: -
Drawings for approval and otherwise in accordance with
specifications laid down in I.E.R. & Chief Electrical Inspector U.P. as well as
completion plants shall be included by the Contractor under this item.
The layout drawing for installation of generating sets &
power wiring etc. shall be got approved by the contractor form the office of
Electrical Inspector connection at his own expenses.

6.13STATUTORY CLEARANCE(S)
Approval/ clearance of the complete installation shall be obtained by the
contractor from CPCB/ State Pollution Control Boards/ Local Bodies/ Central
Electricity Authority (CEA)/ other licensing authorities wherever required. However,
application shall be made by Department and any statutory fee, as applicable, shall
be paid by Department directly to the govt. authorities concerned.
LIST OF DRAWINGS AND CURVES TO BE SUBMITTED BY THE
CONTRACTOR WITH THE TENDER
i) Dimensioned to scale general arrangement drawing showing
machinery, piping, power wiring & earthing proposed.
ii) Dimensioned to scale sectional drawings of alternator, engine panel,
meter etc. which will be installed.
iii) Foundation Drawings.
iv) Characteristic curves of diesel engine and alternator showing their
performance under varying condition.
List of drawing in duplicate to be submitted by the contractors to
the Engineer for approval during the course of construction of works.
1 Complete and final to scale general arrangement drawing showing
machinery any piping.
2 Complete and final to scale foundation plants.
3 Complete and final to scale detailed dimensioned and sectional
working drawing required by the Engineer from time to time.
COMPLETION PLAN:
The bound set of above drawing, together with the printed
instruction, O & M manual of Diesel Engine, characteristic curves and bulletin on the
various equipment installed at the work will be submitted by the contractor at the
time of handing over of the D.G. Set to the department.

6.13 TEST DUTIES AND EFFICIENCIES :


The contractor shall state in the tables attached with tender
documents the efficiencies and other performance figures of the generating set
when working at specified conditions. The guaranteed performances are also to be
specified under following conditions :
a) When available voltage decreases from 415 volts to 360 volts or
increases from 415 volts to 440 volts.
b) When there is fluctuation of  5% in the frequency of A.C. power
supply from 50 C/s.
c) When there is above change in voltage and frequency of A.C. Power
Supply simultaneously.
The official tests shall be conducted on load. Test shall be conducted
at the manufacturer’s works.
The guaranteed figures stated by the contractor in the table shall be
subject to zero tolerance and the average results shall be obtained during official
tests on the plants. If the results lack in satisfaction on technical and Engineering
aspects conforming to guarantee the way it has contents, the contractor shall be
liable to be forfeited the following as curtained damages relating to each set
installed.
“If diesel consumption per hour is above the average guaranteed
figure under the specified range to voltage and frequency and other specified
conditions of working the liquidated damages shall be recovered as the capitalized
cost of extra fuel consumption during the useful life span (15 years) of the D.G. set.
The liquidated damages shall be calculated as below:-
Cost of Extra fuel Per year Capitalization
consumption be recovered factor for 15 years at an
interest rate of 9%

No damages will however, be claimed if the consumption per hour is less


than 5% above the guaranteed.
7. GENERAL TECHNICAL SPECIFICATIONS OF SUB-STATIONS.
All equipments shall be in accordance with this specification unless
otherwise stated specifically. In case of any discrepancy arising, the most
stringent condition will be followed. The following site conditions shall be
taken into consideration in the design of the equipments.
i) Maximum air temperature 500C
ii) Minimum air temperature 20C
iii) Max. daily average air temperature 320C
iv) Min. daily average air temperature 200C
v) Max. relative air humidity 95%
vi) Average relative air humidity 64%
vii) Max. wind speed (approx) 150 Km/hr.

STANDARDS:
The equipment to be furnished under this specification shall unless otherwise
stated, be designed constructed and tested in accordance with the latest
revision of relevant Indian standard specifications, British standard (BS),
International Electro Technical Commission (IEC) publications, “ASA” &
“NEMA” standards and Indian Electricity Rules. A list of sum of the
standards is annexed.
The equipments confirming to any other National standards, which ensure
equivalent quality, will be acceptable. In such cases, the tenderer shall
clearly indicate the standard adopted and furnish a copy of the English
translation of the standard along with the tender. In the event of any
dispute on design standard, the most stringent one shall be applicable.
COMPLETENESS OF SUPPLY:
(a) All the enclosures and the drawings, schedules issued along with this
specification shall become a part of this specification. The tenderers
shall consider them in details for instruction pertaining to the work and
shall be responsible for and governed by all the requirements indicated
therein.
(b) The equipment governed by this specification shall be complete in all
respects. Any material or accessories which may not have been
specifically mentioned but
which is usual and/or necessary for satisfactory and trouble free operation
and maintenance of the equipments shall be provided.
(c) The successful tenderer shall supply all equipments and accessories
listed in this specification. Any modification or alteration, if required
shall be as agreed upon in writing after mutual consultation between
the owner and the successful tenderer.
7.1 ELECTRIC SUB-STATION FOR SEWAGE PUMPING STATION AT NEW CGPS
SPS.
Sl. Description Quantity
No.
1 2 3
1 Supply of 11 K.V. H.T. Panel board CRCA(Thick as per CPRI/relevant standard, 9
tank processed, powder coated) fabricated single row type with adequate
breaking capacity in cubical pattern floor mounting type complete with air
insulated bus-bar sectionalized to bus section, Compatible with PLC/SCADA,
consisting of following items :-

Incoming Outgoing
(a) V.C.B.,400A with motor charged mechanism for 1 No. 2 Nos.
11 K.V. line. Floor mounted draw-out type, DC
controlled.
(b) Ammeter with selector switch. 1 No. 2 Nos.
(c) Volt meter with selector switch 1 No. 2 Nos.
(d) Triple pole I.D.M.T. instantaneous relay 1 No. 2 Nos.
(e) High speed tripping relay (Master trip relay). 1 No. 2 Nos.
(f) Hooter. 1 No. 2 Nos.
(g) Alarm bell 1 No. 2 Nos.
(h) Set of indicating lamps for C.B. close/C.B. open/ 1 Set 2 Sets.
spring charged / trip circuit healthy / auto trip.
(i) Space heater with switch & thermostat 1 No. 2 Nos.
(j) Bus-bar. Single piece
(k) Instantaneous stand by earth fault relay. 1 No. 2 Nos.
(l) K.W.H. Meter 1 No. -
(m) K.W. Meter 1 No. -
(n) Power factor meter 1 No. -
(o) Frequency meter 1 No. -
(p) Maximum demand meter 1No. -
(q) Auxiliary relay for buchholz winding & oil temp.
alarm and trip.
(r) Test terminal box for testing.
(s) Pistol grip type breaker control switch having trip
neutral an control positio7n, spring return to
neutral arrangement with bell alarm compacts.
(t) D.C. Failure alarm relay with push button for 1 Set
alarm cancellation.
(u) Supply of potential transformer for 11 K.V. line. 1 Set
(v) Supply of current transformer for 11 K.V. line 3 Sets.
(w) Supply of battery with battery charger of suitable 1 Set
voltage and capacity along with necessary
charger for D.C. power supply for the control and
protection circuit for switch gear.
(x) Providing Sub – station safety equipments like 4 Sets
rubber matting shock treatment chart duly
framed 4 Nos. dry type 5 Kg. Fire extinguisher,
bucket type free extinguisher etc. complete. One
each in H.T. room, two Nos. transformer & L.T.
room.
3. 11/0.415 K.V., 630 K.V.A – 2 Nos. capacity power transformer for NEW
CGPS SPS with all accessories complete in all respect with first filling
of oil. At the other pumping station, power is available from UPPCL
transformer, However the contractor has to apply for service
connection/ increase in load.
4. Suitable power control P.V.C./XLPE cable of various sizes as per actual
requirement with all connected materials.
5. Earthing system complete in all respects as per I.E. rules and relevant
I.S. complete with all materials as per system and equipment
requirements.
6. Design & supply & erection of suitable sizes of M.S. girders, C-
Channels etc. required for supporting H.T. panel, cable trenches, and
all electrical equipment, along with covering M.S. grill or chequered
plates for covering all the opening on floors.
7. All necessary nuts-bolts-sleeves insert plates supports etc.
8. Special cleaning, protection and final painting for all equipments.
9. Initial filling of oil, lubricants, etc., for the equipment.
10. Details of required spare parts for Electrical equipment have been
specified however for three years trouble free operation and
maintenance all the equipments. Details of the spare required along
with their make and item wise rates should also the quoted by the
firm. List of spare parts is attached herewith for guidance only.
11. Fencing of substation as per IER along with provision of gate.
12. Gravelling, provision of pathways, sand filling in the trenches and
providing chequered plates to cover the cable trenches
13. One complete set of recommended special tools and tackles etc., for
erection and regular operation and maintenance of the equipments.
All civil works such as construction of foundation, cable trenches,
making holes etc., required for all electrical equipment at pumping
station shall be carried out by civil contractor, under the guidance and
as per dimensions of contractor representative of this tender. Lay out
drawing giving the dimensions and other technical details for all
electrical equipments, cable trenches, holes etc. shall be furnished by
the contractor well in advance for approval so that the progress of the
construction work of building work is not suffered for want of these
details.

REQUIREMENT AND SERVICES TO BE FURNISHED UNDER THE SCOPE OF


WORK OF THIS SPECIFICATION
7.2 TRANSFORMERS
 Transformers will conform to IS 2026 (Part-I to Part - II) latest
ammended and IS 1180 Part-I : 2014 BEE star level- I as per Govt. of
India, Ministry of power notification Dated 16th Dec., 2016.
 The transformers shall be complete with all accessories and auxiliary
equipment in accessories with this specification in the following
annexure:
 First filling of the oil and an excess quantity 10% of the total oil in non-
returnable container.
 Special tools and tackles for erection and maintenance of the
transformers & other requirements.
 All relevant final drawings, data and instruction Manual for operation &
maintenance of the transformers and other equipment in triplicate.
At the option of the Engineer, the successful tenderer shall provide the
services of a Senior Engineer for following:-
a) Supervision of the erection, testing, commissioning and putting into
successful commercial operation of all equipments furnished under this
specifications.
b) Supervision of power cable, control cable and bus duct connections at
the terminals of the equipment for interconnections with the equipment
supplied by others and under this specification. This supervision shall
include coordination of controlling system with the equipment supplied
by others and related to the operation of the equipment under this
specification.

DESIGN CRITERIA
 The estimated fault levels of different system with which the
transformers will be connected are given ahead.
 The transformer shall be suitable for outdoor services in hot humid and
topical climate. All equipment, accessories and wiring shall therefore be
provided with tropical finish to prevent fungus growth.
 The design shall be made to suit the site condition stated above in
clauses 5.1 of this technical specification.
System Voltage(max.) : 12 kV
Rated voltage-
HV : 11 kV
LV : 0.433 kV
Vector group : Dyn-11
Audible Sound level :<55 dB
TYPE OF COOLING:
The transformers shall be oil immersed and designed for cooling as
specified ahead. ONAN type cooling.
TEMPERATURE RISE:
 The transformers shall be capable of continuous operation at its rated
output without exceeding the limit of temperature rise as follows: -
a) Top oil by thermometer: 850C minus ambient temp(500C)
b) Winding by resistance: 900C minus ambient temp(500C)
 The derating of the transformer shall be done by taking 50 deg C as an
ambient temperature or the actual maximum ambient temperature of
the site at stated above whichever is higher if it is designed at a lower
ambient temperature.
VOLTAGE & FLUCTUATION WITHSTANDING CAPACITY:
The transformers shall be appreciably free from noise and vibration and shall be
capable of continuous operation at the rated output under the following
conditions:-
i) The voltage varying by  10% of rated voltage.
ii) Frequency varying by  5% of the nominal value of 50 Hz.
iii) The transformers shall be able to withstand for 5 seconds without
damage a short circuit between phase and between phases and
ground at one side, maintaining rated voltage on the other side. The
under frequency condition will not occur simultaneously with the
over voltage condition.
iv) Percentage Impedance shall be 4.5% as per IS.
SPECIFIC DESIGN REQUIREMENTS:
Tanks:
a) Tanks shall be of welded construction and fabricated from good
commercial grade low carbon steel of adequate thickness. All beams
shall be properly welded to withstand exerting impact without
distortion. All welding joints shall preferably be stress relieved.
b) The tank wall shall be reinforced by stiffener for rigidity so that it is able
to withstand any deformation.
i) Mechanical shock during transportation, and
ii) In full vacuum during filling of all.
c) The tank cover shall be bolted on to the tank with weather proof, hot oil
resistant, resilient gasket in between for complete oil tightness. If gasket
is compressible, metallic stops shall be provided to prevent over
compression. Bushings, turrets, cover of all access holes and other
devices shall be designed to prevent any leakage of water into or oil
from the tank.
d) Each transformer tank shall be provided with one set of bi-directional
rollers for rolling the transformer parallel to either central line of the
transformer.
e) Jacking pads, lifting eyes and pulling lugs shall be provide to facilitate
movement of the transformer. All heavy removable parts shall be
provided with eyebolt for ease.
f) Manholes/Handholes of sufficient size shall be provided for access to
leads, windings, bottom terminals of bushing and taps if provided.
g) Oil sampling taps with valves shall be provided to collect samples of oil
for testing from different levels of the tank.
h) To facilities the oil filtration by streamline filters, suitable inlet and
outlet taps with valves at bottom and at the top of the tank on
diagonally opposite corners shall be provided. The valve at the bottom
may be used as drain valve.
i) Thermometer – pocket for noting top oil temperature by liquid
thermometer shall be provided.
j) The transformer tank shall be fitted with a diaphragm type of explosion
relief vent at the top.
CORE AND COILS:
a) The transformer may be of core type. The core shall be built up with
high grade, non-aging, low loss, high permeability sillicon steel
laminations specially suitable for core material.
b) The coils shall be manufactured from electrolytic copper conductor and
shall be fully insulated specifically with paper insulation.
c) All insulating material shall be of proven design. Coils shall be so
insulated that impulse and power frequency voltage stress are
minimum. Insulation level of graded insulation shall confirm to the
relevant standard.
d) Coil assembly shall be suitably supported between adjacent sections by
insulating spaces and barriers. Bracing and other insulations used in
assembly of the winding shall be arranged to ensure a free circulation of
the oil and to reduce the hot spot of the winding.
e) All leads from the windings to the terminals boards and bushing shall be
rigidly supported to prevent injury from vibration or short circuit
stresses. Guide tube shall be used where practicable.
f) The core and coil assembly shall be securely fixed in position so that no
shifting or deformation occurs during movement of Transformer or
under short circuit stresses.
g) Polarization index is strictly required not less than 1.3 at IR 60/IR 1500.
TAPPINGS:
a) Off - load taps as specified shall be provided on the high voltage,
winding. If tappings are provided on the low voltage winding, the
tenderer shall clearly indicate the same stating reasons thereof.
b) The transformers shall be capable of operation at the rated KVA at any
tap position provided the voltage does not vary by more than  10% of
the voltage corresponding to the tap.
c) The winding including the tapping arrangement shall be designed to
preserve the electro magnetic balance between HV and LV windings at
all voltage ratios.
OFF-LOAD TAP CHARGES:
a) The off-load tap changing shall be effected by a 3 phase hand operated
tap changing switch. The operating shaft shall be brought out of the tank
and provided with a hand wheel so that it is operated at standing height
from ground level.
b) A visual tap position indicator for the tapping in use shall be provided at
the external operating handle and provision shall be made to padlock
the handle in each tap position. The arrangement shall be such that
padlock is not suitable to be inserted unless the contacts are correctly
engaged.
c) All contacts of the tapping shall be silver plated and held on a position
under strong contact pressure so as to avoid contact pitting of any type
whatsoever.
INSULATING LIQUID:
a) The insulating liquid shall conform to the latest revision of IS:335 or BS:
148.
b) The transformers shall be dispatched with leak proof, first filling of oil,
10% excess oil shall be supplied for each transformers in non-returnable
containers suitable for outdoor storing.
c) The tenderer shall indicate clearly the following aspects of the design.
i) Composition and properties of the insulating Liquids.
ii) Liquid preservation system adopted and method of sealing.
CONSERVATOR TANK:
a) Oil preservation shall be by means of conservator tank. The tank
shall be suitably mounted on a rigid foundation. The conservator
tank shall be connected with the main tank by the pipes with stop
valves at both sides.
b) The conservator tank shall be provided with level indicator visible
from the ground level, oil filing plug & cap and oil drain valve.
c) The conservator tank shall be provided with dehydrating breather.
TEMPERATURE INDICATOR:
Oil & winding temperature indicators where called for, shall be
provided. The local temperature indicator where provided shall be so
mounted that the same becomes readable at a standing height from the
ground level. Alarm and trip contact where called for, shall be provided
for suitable termination.
BUCHHOLZ RELAY:
a) The Buchholz relay placed in a pipeline between conservator tank
and the main tank shall be provided with drain cock, air vent and
facility for testing with air injection by hand pump.
b) There shall be two disconnecting valves located in the pipeline on
both sides of the Buchholz relay.
c) The Buchholz relay shall be provided with two floats and contracts
one for alarm and other for tripping.
TERMINALS MARKING:
The physical position of the terminals and their markings shall be as per
latest revision of IS:2026.
TERMINAL ARRANGEMENT:
i) Cable Connection:
a) High and low voltage terminals of transformers, which have been
specified to be suitable for cable termination shall be brought out
through sidewall bushing to a weatherproof cable end box with self-
supporting disconnecting chamber.
b) The cable end box shall be of plate steel construction, self
supporting weather proof type having suitable bus extension, if
required, rigidly mounted on porcelain insulators.
ii) Bus duct connection
Terminals of transformer, which have been specified to be suitable for
bus duct termination shall be brought out through side wall/top cover
mounted bushing will suitable terminals and matching flange for
connection to metal enclosed phase segregated ( for 11 KV ) and non-
segregated (for 415 volts) aluminum bus conduct.
iii) A separate neutral bushing on 415 volts side shall be provided
for neutral earthing to the station ground grid.
TRANSFORMER BUSHING:
a) All bushing shall conform to the requirements of the latest revisions of
IS.
b) The bushing shall be so located as to provide adequate electrical
clearance between phases and also between phase and ground as per
relevant ISS or BSS.
c) 11 KV HV, LV& neutral bushing shall be plain porcelain type and shall be
furnished complete with connecting lugs of approved type and size and
of adequate full load current carrying capacity.
COOLING UNITS:
The radiators of the transformer shall be designed for same pressure and
vacuum conditions as those for the main tank.
7.3 WIRING:
All controls, alarm indicators and relaying devices provided with the
transformers shall be wired upto the terminal blocks housed in a suited
marshalling box and the terminal blocks shall be suitable for termination of
7/0.737 mm copper conductor cable (1100 volt grade PVC insulated, PVC
sheathed armoured and overall PVC served cable as per IS. No two wires shall be
connected to one terminal. 10% spare terminals shall be provided.
7.4 PAINTING:
a) All steal surfaces shall be thoroughly cleaned by sand ballasting surface
free of scales, rust and grease.
b) All paints shall be carefully selected to withstand tropical heat, rain etc.
The paint shall not scale off or crinkle or be removed by abrasion due to
normal handling.
c) All steel surface in contact with insulating oil shall be painted with heat
resistant insulated varnish which shall not react with and be soluble in
the insulating liquid used.
d) After cleaning, the external surfaces shall be given a coat of high quality
red oxide or yellow chromate primer followed by filter coats.
e) The transformer shall be finished with two coats of battle ship gray
synthetic enamel paint.
f) If it is considered necessary, the transformer may be given a further
coating at site. The tenderer shall indicate the type and quality of the
paint required with full specification for this purpose. All external
surfaces including that of radiators shall be so arranged that no point
becomes inaccessible in painting during maintenance work.
AUXILIARY POWER SUPPLY:
All indicators, alarms and trip contacts provided shall be suitable for operation
on nominal 30/24V D.C. System.
EXPLOSION VENT:
These shall be suitable for rotation in any direction and shall be provided with
sight gauge and equalisation connection.
7.5 TESTS
7.5.1 Tests at Works :
All routine and other tests prescribed by IS 1180 shall be carried out at the
manufacturer’s works before dispatch of the transformer in the presence of
inspecting officer if required. Copies of the test certificates shall be furnished to the
department. In addition to the prescribed routine tests, temperature rise test shall
be invariably done on one transformer of each design. A copy of the impulse test
certificate done on the same type/ design of the transformer shall be furnished in
accordance with IS for purpose of record. If no impulse test was done in an earlier
unit of the same design and capacity, one transformer will be subjected to impulse
test in consultation with the Inspector at the firm’s cost.
Copies of the certificates for pressure test, test for bushings, and type test for short
circuit shall be supplied to the Department.
7.5.2 Tests at Site :
In addition to tests at manufacturer’s premises, all relevant pre-commissioning
checks and tests conforming to IS code of practice No. 10028 (Part II & III) shall be
done before energization. The following tests are to be particularly done before
cable jointing. Insulation test between HV to earth and HV to MV with 5000 volts
Megger.
(a) Insulation test between MV to earth with 500 volts Megger.
(b) Di-electric strength Test on oil.
(c) Buchholtz relay operation by simulation test when fitted.
All test results are to be recorded and reports should be submitted to the
department.

7.5 Installation and Commissioning


The transformer shall be installed in accordance with IS 10028 (Part II & III)
Code of practice for Installation and maintenance of transformer. Necessary
support channels shall be grouted in the flooring.
The transformer shall be moved to its location and shall be correctly
positioned. Transformer wheels shall be either locked or provided with wheel
stoppers. All parts of the transformers which are supplied loose, such as
conservator, radiator banks, Buchholtz relay, dial thermometer, bushing etc. shall be
fitted on the transformer. Transformer oil supplied in drums shall be topped up into
the transformer after duly testing/filtering upto the correct level required. Wiring of
devices such as Buchholtz relay, dial thermometer etc. shall be carried out as per
drawings, Earthing of neutral and body of the transformer shall be done in
accordance with the IER and IS.
Drying out of transformer winding will be necessary when the di-electric
strength of the oil is lower than the minimum value as per IS10028 or the
transformer has not been energized within 6 months of leaving the works or where
the radiator assembly is done at site. The transformer shall be dried out by one of
the methods specified in IS 10028. Drying out with centrifugal or vacuum type filters
will, however, be preferred. The contractor shall carry out the process of drying
without interruption and shall maintain a log sheet indicating time, oil temperature
and insulation resistance. After complete drying out of the transformer, oil sample
shall be collected by the contractor and shall be tested for di-electric strength as
specified in IS 335 with approved test kit.
All devices such as dial type thermometers, Buchholtz relays and main alarm
and
trip contacts shall be checked for satisfactory operation.
All tests as per relevant IS shall be carried out by the contractor in the
presence of inspecting officer/consignee free of cost.
The following technical specifications of the transformers should also be furnished.
i. Name of the manufacturer :
ii. Service : Out door :
iii. Rating
a. Rated K.V.A.
b. Rated Voltage of H.T.
c. Rated voltage of L.T.
d. Temperature rise in oil
e. Temperature rise by resistance of winding.
iv. Number of phases :
v. Connections :
a. High Voltage
b. Low voltage
c. Vector grant reference
vi. Tapping:
a. High Voltage
b. Low voltage
vii. No load loss at rated voltage and frequency.
viii. Load loss at rated current at 750 C
ix. Impedance at rated current and frequency at 750C
x. Reactance at rated current and frequency.
xi. Efficiencies at 750 C at unit power factor.
a. At full load.
b. At ¾ full load
c. At ½ full load .
xii Regulation at full load at 750 C
a. At unity power factor.
b. At 0.8 power factor lagging.
xiii. No load current at rated voltage and frequency.
xiv. Weights.
a. Core and winding.
b. Tank and fitting
c. Oil.
d. Total weights
xv. Approximate quantity of oil.
xvi Over all dimension
a. Length
b. Breadth
c. Height
xv. Approximate quantity of oil.
xvi Over all dimension
a. Length
b. Breadth
c. Height
xvii. Terminal arrangement
a. High voltage
b. Low voltage
c. Disconnecting facility for cable box at L.V. side.
DRAWINGS, DATA AND MANUALS:
The following drawings and details shall be furnished in triplicate along with the
tender:-
a) The general arrangement drawing showing constitutional features and
also description of cooling units and various fittings.
b) Drawing of major components such as bushing etc.
c) Foundation plan and loading.
d) Transport/shipping dimension with net weight and weights of various
parts.
e) Technical leaflets on.
i) Relays meters furnished.
ii) Tap change control.
iii) Cooling system.
iv) General constructional details.
Within thirty (30) days from the date of award of contract in the form of letter of
indent, the contractor shall submit six (6) copies of the following drawings for
approval.
a) Dimensional outline diagram of the transformer showing general
arrangement and disposition of cooler banks and various fittings.
b) Foundation plan and loading for foundation design.
c) Transport/shipping dimension and the dimension of space required for
handling the parts for maintenance including net weight and weights of
various parts.
d) Wiring and control diagram.
e) Detailed drawing for major components like cable boxes and their
arrangement.
f) Any other relevant drawing and data necessary for satisfactory
operation and maintenance.
g) Instruction manual of transformer, its various fittings, gauge and other
auxiliary equipment. The manual shall clearly indicate the method of
installation, checkup and tests to be carried out before commissioning
of the equipment.
h) The complete equipment layout of the substation alongwith the
requirement of building shall be submitted by the tenderer within 15
days of order. This drawing shall be approved by Asstt. Director or
Directorate of Electrical Safely U.P. It will be the sole responsibility of
contractor. No payment shall be made towards this formality.
Before starting manufacturer of the equipment, the contractor shall
have to take approval of this design drawing from the engineer in writing.
Any manufacturing done prior to approval of drawings shall be rectified in
accordance with the approved drawings by the contractor at his own cost
and the equipment shall be supplied within the stipulated period.

Transformer Accessories
The Transformers furnished under this specification shall be
equipped with fittings and accessories as listed below: -
1. Oil conservator with filler cap, drain plug and oil level gauge.
2. Silica Gel breather with connecting pipe and oil seal.
3. Shut off valve between the conservator and main tank.
4. Explosion relief vent mounted on the tank with double diaphragm and
equalizer pipe connection to conservator air space.
5. Air release plugs.
6. 150mm dia magnetic oil level gauge with low-level alarm contacts (only
for 1000 KVA Transformers and above).
7. 150 mm dial winding Temperature indicator with maximum reading
pointer and electrically separate set of contacts for alarm and trip ( for
400 KVA & 250 KVA transformers and above).
8. Thermometer pocket for oil temperature.
9. Drain cum sampling valve with threaded adopter.
10. Sample valve.
11. Filter valve with threaded adopter (Top and Bottom).
12. Hand hole of sufficient size for access to the interior of tank.
13. Two grounding terminals with tapped holes. M 10 bolts and washers.
14. Cover lifting eyes.
15. Jacking Pads, Hauling and lifting lugs.
16. Bi-directorial roller wheel.
17. Skids
18. Clamping device with nuts & bolts for clamping the transformer on
foundation channel.
19. Rating Plate and terminal marking plates.
20. HV, LV bushings with terminals connectors.
21. Weatherproof marshalling box for terminal connections.
22. A separate neutral bushing brought outside on LT side.
23. Other items as described before in tender specification.
(2) HT SWITCHGEARS AND ACCESSORIES
SPECIFIC REQUIREMENTS FOR THE SWITCHGEARS:
(a) The Switchgear shall be indoor, metal enclosed, floor mounted vacuum
circuit breaker draw out type. The layout and arrangement of the
switchgears shall be provided by the tenderer. Design and construction
shall be such as to allow for extension at either end.
(b) The switchgears shall be rated for a minimum fault level and insulation
level called for a minimum fault level called for in this specification.
(c) The switchgear bushes shall be rated for continuous current as called for
in this specification. Maximum temperature rise of the bus and bus
connection shall be limited to 400C above ambient of 500C.
(d) Maximum temperature rise of circuit breaker, instrument Transformers
etc shall be as per relevant standards.
(e) Control circuit – voltage will be 30/24 VDC nominal and there may be
variation upto  10%.
CONSTRUCTION:
a) The switchgears cubical shall have structural steel frame work enclosed
on all sides and top by sheet steel, minimum 2.5mm thick.
b) Each cubical shall be provided with a lockable front access door and a
removable back cover.
c) The circuit breakers, bus bars, instruments transformers and cables shall
be installed in separate compartments within the cubical.
d) The Panels shall be so designed that it may be possible to extend on
either side if required.
e) The compartment shall be so constructed that failure of one equipment
does not affect the adjacent units. Suitable vent shall be provided to
release gas pressure developed due to the operation of breaker or due
to live arc at the bus due to short circuits.
f) Relays meters, switchgears and lamps shall be flush mounted on the
hinged front door of either the cubical itself or the control cabinet built
on the front portion at the cubical.
g) All fixing bolts, screws etc. appearing on the panel shall be so arranged
as to present a neat appearance. Door hinges shall be concealed type.
All fastners shall be zinc Plated .
h) Relays and meters should be mounted at a level above 900mm from
floor level.
i) The switchgears shall have proper vermin proof and dust tight
protection.

Bus & Bus Taps


a) The main bus of each switch gear section shall be of high conductivity
copper/aluminum/ aluminum alloy grade 91-B over all sized for
specified current rating. Current density should be such that
temperature rise is not more than 400C above ambient.
b) Bus bar chambers between adjacent cubicles should be separated by
inter panel partition sheet.
c) All bus connection joints and tapes shall be silver-plated. Connections
shall be as short & straight without kinks as possible.
SPACE HEATER & LIGHTING:
a) Each cubical shall be provided with space heater with switch base and
plug socket switch for connection of hand lamps rated 240V. single
phase, 50 C/S. Spare heaters shall be provided with thermostats of
approved make and type.
b) Wiring for spare heaters and lamps in each switchgears shall be grasped
and brought out to easily accessible terminals for external connections.
SECONDARY & SMALL WIRING:
a) The contractor shall furnish and install all wiring for the equipments and
devices located on or within the switchgear.
b) The wiring shall be complete in all respect so as to ensure proper
functioning of control protection and interlocking schemes.
c) All the relays/switches and other components including their spares
contacts shall be wired upto the terminal block suitable for external
cable connection.
d) Fuse and links shall be provided to enable individual circuit to be
isolated from the bus wires without disturbing and relocating other
circuits.

CABLE TERMINATION:
a) All external power and control cables confirming to relevant IS shall
enter the switchgears from the bottom of the panel. Sufficient space
shall be provided for ease of connection of cables.
b) The termination for the power cable shall be suitable, for 11 KV grade
(unearthed) Standard Aluminum Conductor, paper insulated lead
Sheated/Armoured unarmored for single core cables and overall served
cables conformation to IS : 3961 (Pat-I) 1967. The termination
arrangement shall be completed with suitable cable boxes, lugs and
brass wiping glands. The type and size of cables shall be as per details
provided.
c) Cable end box for H.T. cables shall be furnished complete with heat
shrinkable or M.seal staight through joint with epoxy risin type
termination, Tubular tinned copper lugs, armour clamps, gland plate
etc.

TROPICAL FINISH
All electrical equipments, accessories and wiring shall have fungus
protection involving special treatment of insulation and metal against
fungus, insect and corrosion. Screws shall be furnished in all ventilating
lonvres to prevent entrance of insects.
PAINTING:
a) All surface shall be sand blasted, picked and ground as required to
produce a smooth, clean surface space of scale, grease, rust and dents.
b) After cleaning the surface shall be given a phosphate coating followed
by a coat of high quality red oxide or yellow chromate primer.
c) The switchgears shall be finished with two coats of light grey synthetic
enamel paint.
d) Sufficient quantity of touch up paint shall be furnished for application at
site.
e) All unpainted surface shall be cadmium plated.

CIRCUIT BREAKER TYPE & RATING


a) Circuit breaker shall be VCB. All breaker units of like rating shall be
physically and electrically, interchangeable.
b) Circuit breaker shall be horizontally drawout type, complete with
transfer trucks, self-aligning primary and secondary disconnects.
c) Each breaker shall be provided with an emergency manual trip device
and mechanical on-off indicators and an operation counter.
d) Each breaker shall have three (3) position Service, TEST and
Disconnected with mechanical or lamp indications. The design of the
breaker shall be such that it will be possible to close the front access
door even the breaker is pulled out to Disconnected position.
e) Breaker position/cell switch with 2 No.  2 No contacts shall be
furnished and shall be so connected as to permit the operation of all
breakers al follows :-
i) In test position Closing & tripping of the
breaker from local
ii) In service position Closing & tripping shall be
as per the respective
control scheme drawing.
f) Automatic safety shutter shall be provided to completely cover the
female primary disconnects when the breaker is withdrawn.

CONTROL, SWITCHES AND INDICATORS


a) For local operation of the breaker each cubical shall be provided with:
(1) “OFF NORMALON” control switch, spring return to normal from OFF
and ON positions with pistol grip handle.
b) The key Interlock, where provided, shall be such that the switch will be
operatable only on insertion of the key. Duplicate keys shall be
furnished.
c) Indicating light shall be furnished on the front of each cubical as follows:
-
Breaker OFF Green Lamp
Breaker ON Red Lamp
Spring Charged White Lamp
Trip circuit Healthy Yellow
Relays Operation Amber
Space Heater ‘ON’ Blue

CURRENT TRANSFORMER
a) The current transformer shall be bar primary resin cast type mounted on
stationary portion of the switchgears and shall be easily accessible for
maintenance and testing purpose. The method of securing current
transformer in position shall be such that no undue strain comes on the
winding/Terminals. All current transformers shall be provided with shorting
terminals links. Test terminals in C.T. circuit shall be provided so that
measures for testing is done in service position of the breaker.
b) The ratios and ratings of the current transformer shall be suitable to meet
the requirements of connected loads.
POTENTIAL TRANSFORMERS:
a) The potential transformers shall be drawout resin cast type.
b) The primary and secondary disconnects shall have pressure type contacts.
Where the PT’s are fully drawn out, the primary terminals shall be
automatically disconnected and grounded.
c) High voltage winding of the potential transformers shall be protected, by
current limiting fuses. Low voltage fuses, sizes to prevent the harmful effect
of overload, shall be installed in all ungrounded secondary leads.
d) The rating and accuracy class of the potential transformers shall be as per
requirements.

Relays
Relays shall be –
 enclosed in dust proof flush mounting draw out type cases.
 accessible for setting and resetting from the front.
 provided with positive acting hand-reset flat indicators visible from
the front.
 Access to setting devices shall be possible only after the front covers
are removed. Access to resetting devices shall be external to the
case.
 Auxiliary relays shall be rated to operate satisfactorily between 70%
and 110% rated voltage.
 Each relay shall be provided with at least two separate voltage free
contacts.

Indicating Instruments and Meters


 Electrical indicating instruments shall be of minimum 144 mm square
size, suitable for flush mounting with accuracy of 1% of full scale. The
scale range should be 150% of the rated circuit value.
 Indicating instruments shall have provision for zero adjustment outside
the cover.
 Instrument dials shall be parallax free with black numerals on a white
dial.
 Ammeters provided on motor circuits shall be provided with a
suppressed extended scale to indicate motor starting current.
 Watt hour meters shall be electronic type.
 All meters except watt hour meter shall be Analog type.

Indicating Lamps
INDICATING LAMPS SHALL BE :
 OF THE FILAMENT TYPE AND OF LOW WATT CONSUMPTION /LED TYPE
 PROVIDED WITH SERIES RESISTORS.
 PROVIDED WITH TRANSLUCENT LAMP COVERS OF COLOURS ‘RED’. ‘GREEN’ AND
‘AMBER’ AS REQUIRED IN THE CONTROL WIRING DIAGRAMS.
 BULBS AND LENSES SHALL BE EASILY REPLACEABLE FROM THE FRONT.

CONTROL AND SELECTOR SWITCHES


Control and selector switches shall be :
 Of the rotary type.
 Adequately rated for the purpose intended (minimum acceptable
rating is 10 A continuous at 240 V AC and 1 A (inductive break) 220 V
DC.
 Provided with escutcheon plates clearly marked to show the
positions.
Control switches shall be :
 Of the spring return to normal type
 Provided with pistol grip type handles.
Selector switches shall be :
 Of the maintained contact stay put type. Switches in ammeter
circuits shall have make-before-break type contact.
 Provided with oval handle.

PUSH BUTTONS
Push buttons shall be :
 Of the momentary contact, push to actuate type rated to carry 10 A at 240 V
AC a 1A (inductive breaking) at 220 V DC.
 Fitted with self-reset, 2 NO and 2 NC contacts.
 Provided with integral escutcheon plates marked with its function.
 ‘Start’, ‘Open’, ‘Close’ push buttons shall be green in colour.
 ‘Stop’ push buttons shall be red in colour.
 All other push buttons shall be black in colour.
 ‘Emergency Stop’ push buttons shall be of the lockable in the pushed
position type and rotate to release and shall be shrouded to prevent
accidental operation.

ACCESSORIES:
Accessories, which are to be necessary for the maintenance and operation of these
breaker and auxiliaries.
TEST
ROUTINE TEST
Each switchgears shall be completely assembled, wired up adjusted and routine
tests as per the latest version of IS: 3427 & 2516.
i) Circuit Breakers
ii) Instrument Transformers
iii) Relays and Meters
TYPE TEST
The following type of test shall be performed in a typical assembled unit, if
not done earlier. If it is done earlier, necessary test certificates shall be sent
in copies as stipulated in this specification.
i) Impulse Test……….............…………………
ii) Temperature rise test…………………………
iii) Short circuit Test……………......……………
The cost of such tests, if any, shall be quoted inclusive.
Witnessing of test: Test shall be performed in presence of Engineer’s
representative if so required by the Engineer. The successful tenderer shall
give at least 30 days advance notice of the date when the tests are to be
carried out.
DRAWINGS DATA AND MANUAL
The following drawings and details shall be furnished in triplicate with the tender: -
a) General arrangement drawings showing constructional features and space
required in the front of withdrawal, power and control entry points etc.
b) Type test report on indigenously manufactured Breaker.
c) Breaker control Schematic (Typical).
d) Technical leaflets on
i) Relays/Meters/Switches
ii) Circuit Breakers.
iii) Instrument Transformers
The various drawings, data and manuals in triplicate shall be submitted for
approval and afterwards, for final distribution, all the approved drawings,
data and manual in triplicate shall be furnished to the Engineer. The various
drawings, data and manuals to be furnished shall include: -
a) Outline dimensional drawings of the switchgears showing general
arrangement and indicating the space required in the front of
withdrawal power and control cable entry points etc.
b) Cross sections with parts list.
c) Foundation plan and loading.
d) Control diagram.
e) Wiring diagram
f) Instruction manual of the switchgears and associated equipment
such as breaker, relays etc.
The manual shall clearly indicate the installation method, checks-ups
and tests to be carried out before commissioning of the equipment.

7.6. BATTERIES & BATTERY CHARGER:


Two Nos. standards-Exide/equivalent makes batteries of 12V, 180AH, and
capacity in dry and uncharged condition with its leads with a battery charger
capable of being operated at LT supply with following specifications:
a) Each battery charger may be used for charging batteries connected to the
LT panel hence it should be capable of performing the following duties:
i. Float charging the battery.
ii. Boost charging the battery in about 16 hours from fully
discharge condition.
iii. Supply a normal continuous d.c. load of 2A.
b. The battery charger shall be suitable for operation on a 240V. Single
phase 50Hz a-c system and shall be deliver rated output with supply
voltage variation upto +/-10%, frequency variations and frequency
upto +/- 5% and combined voltage and frequency variation +/- 10%.
c. Ripple content of the charger d-c output shall be limited to +/- 5%.
d. All external Power and control cables connected to the charger shall
be arranged for bottom entry.
e. The cabling compartment shall be completely sealed to avoid entry of
acid fumes from battery into it.
f. The float charger shall have a built-in automatic voltage regulator to
maintain the output voltage at the optimum value. The voltage
regulator shall automatically sense, monitor and regulate the dc
voltage to within +/- 1% of set value from no load to full load even
under fluctuation in ac supply conditions.
g. The charger shall have load adjustable current sensing facility with
„hold back‟ characteristics for protection under excessive over load
and short circuit.
h. Battery charger shall be supplied complete with all devices necessary
for satisfactory continuous operation to meet job requirements.
i. The contractor shall supply the necessary relays for protecting the
charger against the following faults and to provide fault indicating
impulse for alarm and annunciation for these faulty conditions:
i. Mains fuse failure
ii. Rectifier fuse failure
iii. DC output over load.
iv. Rectifier controls supply failure.
j. For all the faults indicated in clause, (I) above a relay for a common
„Battery Charger Fault‟ annunciating impulse shall be provided for
charger.
k. The necessary relays for annunciating the following conditions shall
also be provided:
i. DC output failure
ii. AC mains failure.
l. The following items shall also be provided:
i. 3 nos. 10A double pole switch fuse unit for outgoing feeder.
ii. 1 no. Earth fault detection relay with one no. Potentially free
contact for annunciation on fault.
7.7. EARTHING
General requirements and specification of Transformers, switchgears shall be
earthed in the manner given below.
A) EARTHING OF TRANSFORMERS/SWITCHGEARS
Each transformer shall be earthed from two points. Separate earthing shall
be used for neutral of each transformer and separate earthing of body.

NEUTRAL EARTHING OF TRANSFORMER/SWITCHGEARS


The earthing of neutral point of each transformer shall be by boring,
lowering of GI pipe 32mm dia upto water level of which a solid core has
been screwed/welded in connecting bring out a continuous copper wire no.-
8 SWG from cone to surface where it will be pilted/welded to the earth strip
and with a MS angle from support upto the top level of the transformer
where it will be connected with neutral bushing with the help of connecting
neutral copper bound connector.
EARTHING OF TRANSFORMER BODY/SWITCHGEARS
Preparation of earthing by means of driving 4 no. Earthing electrode of
32mm size and 3 m long in the earth in such a way so that the upper end
remain 1500 mm below the ground level. The electrodes shall be connected
to each other and a common point will be taken for earthing of the body.
Separately such arrangement shall be made on both side and will be
connected with the body of the transformer with the help of MS earth strips
50X6mm size.
7.8 HT CABLE/CABLE TERMINATION/MP CABLE/CENTRAL CABLE
a) The transformer HT cable box shall be air filled type and include
disconnecting chamber mounted on the transformer tank, which shall
incorporate disconnecting links to facilitate removal of transformer and
cable testing without necessitating disconnecting of the cables.
Disconnecting chambers shall be air filled and shall have a removable cover
for providing access to the link mounted in side. A suitable permanent
arrangement shall be made for cable and cable box support.
b) Cable dividing and sealing boxes or chamber shall be provided to suit the
type of cable details in the specification. Cable box shall be complete with
necessary cable lugs and armoring grips cable boxes for paper insulated
cable for use in the system with the voltage upto 11KV, shall be suitable for
cold setting type of compound filling.
c) Cable shall be capable of satisfactory performance when laid on tray in
trenches, ducts and directly buried in the ground. Cable shall normally be
laid in the following manners: -
i) In air – Ambient temp at 400C
ii) In ground – Ground Temp at 350C
iii) Depth of laying in ground – 750 mm
d) The maximum conductor temperature for operation under normal rated
current carrying conditions and short circuit condition shall be as relevant IS
specification and manufacturer recommendations.
e) Cable for control circuit shall incorporate standard copper conductors with a
minimum size of 1.5mm copper control cable.
f) The length of the cable of various size shall be as indicated in the price
schedule. While tender will be adjudicated on the basis of estimated
lengths. The successful tenderer shall be responsible to supply the actual
length as per site requirement at the rates quoted in the tender.
g) Laying dressing of 3 cores HT cable/ 3.5 core Medium power cable in the
ground will as under.
Digging of trench 400mm wide 750mm deep providing 6” sand cushion
under the cable and 150mm sand cushion under the cable and 100 mm sand
above the cable. The cable shall be duly protected by Ist class bricks. Two
sides on edge size will be used on either side of the cable and brick on by
one in series shall be put on the cable for the total length of the cable. The
work include refilling, leveling the left out surface. Cable end shall be buried
in shape of ring 6m in shape of each side.
h) The cable tray in the switchgears/Transformer room shall be covered with
covers. All steal section/sections such as angle channel bracket etc. required
for support of each cable shall be supplied by the contractor.
i) MS bolt & nuts of best quality bright machine shall be used of accurate
length.
j) All bolts & nuts, screws which are subject to frequent adjustment or removal
in course of maintenance and repair shall be nickel bearing stainless steel.
SPECIFICATION FOR H.T./L.T. AND CONTROL CABLES
TESTING OF CABLE
The cable shall be tested for continuity and insulation between conductors
and conductor and earth before and after installation.
SELECTION OF CABLES
The final current carrying capacity of the cable, after allowing for derating
shall not be less then the current it is required to carry.
The cables should be able to withstand minimum short circuit for the period
of short circuit.
HANDLING OF CABLES:
The cable should be handled carefully so as to avoid formation of kinks, and
injury to conductor, insulation, and sheathing and armoring etc. which may
result in earth fault or discontinuity of conductor. Damaged cables, cables
with links and straightened kinks of with similar apparent defect shall not be
installed.
The cable shall not be supplied in a radius of less than 12 times the overall
diameters of cable.
Joints in cables shall not be provided.
LAYING OF CABLES
Cables shall be laid directly in ground and in pipes or surface.
LAYING IN GROUND:
This method shall be adopted where frequent excavations are not
encountered and re-excavation is easily possible without affecting other
services.
a) The cable shall be laid in reasonably straight trench such that its top is at
a depth of 75cm. from the ground level.
b) For laying single cable, the trench shall be 45cm. Wide. For laying two or
more cables in one trench, the wide of the trench shall be increased so
as to provide an inter axial distance of at least 30cm and end clearance
of 15cm from the sidewalls.
c) The bottom of cable shall be levelled and cleared of all the rubbish,
scone and hard materials etc and covered with 7.5cm thick layer of
clean, dry sand punned smoothly with hand throughout. The cable shall
be laid on the layer of sand and covered with at least 7.5 cm thick layer
of clean and dry sand and covered on the sides and top with well burnt
Ist class bricks to provide protection. Precast cement concrete slabs can
be laid at the top instead of bricks.
d) The trench shall be back filled with soft earth, rammed solidly and
dresses properly to the satisfaction of Engineer in charge.
e) Extra length of cable in the shape of open mounted loop shall be left at
each termination. In the case of long runs of cables, loose cables may be
left at suitable intervals also.

LAYING IN PIPES
a) In locations such as road crossing, entry to buildings paved areas, on
poles etc the cable shall be laid in G.I. pipes.
b) For single cable, the minimum diameter of the pipe shall be 100mm or
double the overall diameter of the cable whichever is more. For more
than one cable the size of the pipe shall be increased accordingly and
shall not be less than 150mm dia. Separate pipe for each cable shall be
preferred.
c) The pipes shall be continuous and shall be cleared of debris or concrete
before the cable is drawn.
d) Manholes of adequate size shall be provided to facilitate drawing in of
cables.
e) The mouth of the pipe entering a building shall be sealed to avoid entry
of the water and the pipe shall slope downwards outside.
8. ANY OTHER CHARGES:
Any other charges which the contractors may wish to make and which may
not be included in the schedule ‘G’ shall be specified by him. If the contractor wishes
to offer any alternative to which the foregoing items do not apply then he shall
strike out such items by writing ‘not applicable’ against them and substitute fresh
items in the space provided at the end of Scheduled ‘G’ or separately if the space be
in sufficient. He shall specify full details of the equipment proposed, so that these
can be favorably considered.
For any variation in quantity, the contact price shall be adjusted based on
unit rates quoted. Wherever unit rates are not available the same will be arrived at
by dividing the amount quoted by the quantity. The price to be indicated shall be ex-
factory price of equipments including packing and excise duty, sales Tax, Octroi and
any other Taxes as applicable at the time of submission of the tender including
forwarding, transport, unloading at site and storage cum erection insurance. The
expanses for services like drawings, bank guarantees, shop testing, overheads and
profit etc. of the tenderer shall be included in the prices indicated. The prices for
nameplates, lubrication, painting and galvanizing shall be included in the prices
quoted for respective equipment.
Cable size/lengths are tentative. Actual size/length will be based on detailed
engineering by contractor. Tenderers are requested to quote for the cables as per
the length and sizes mentioned. The tender will be evaluated on the basis of size and
length mentioned. The tenderer is required to quote the unit rates for each size of
the cables. The lengths may vary, variation by +10% in length is not payable.
Payment will be made as per actual measurements. For any variation in cable length,
the erection rate shall be worked out irrespective of whether the variation is for
buried cable or cables laid in trenches.
A. DATA SHEET OF TRANSFORMER: (TO BE FURNISHED BY TENDERER)
1 Make
2 Model
3 Type
4 Quantity
5 Full load rating at 48C
6 Full load rating as site temperature and ‘C’
7 Maximum temperature rise above site temperature at full load.
8 Transformer ratio high voltage.
9 Transformer ratio low voltage.
10 Class of insulation of windings
11 Regulation rated current unit power factor.
12 Percentage impedance at rated current.
13 Maximum withstand fault current (thermal ability)
14 Maximum tolerable duration of fault-current (thermal ability)
15 Maximum withstand fault current.
16 Vector group and connection diagram.
17 Total mass of complete transformer including oil.
18 Oil capacity of tank.
19 Oil capacity of disconnection chamber.
20 Overall dimensions width.
21 Overall dimensions depth.
22 Maximum size of cable that can be terminated at incoming box.
23 Minimum size of cable that can be terminated at exit box.
24 Type of Oil
25 Quantity of Oil.
26 Other accessories if any.
27 Literature.
B. DATA SHEET (INFORMATION TO BE FURNISHED BY TENDERER) CONTROL
PANEL:
1 Make
2 Type of construction
3 Thickness of sheet steel :-
i) Front
ii) Back and
iii) Sides
4 Weight of each panel section.
5 Overall dimensions of each panel section.
6 Total weight of all panels.
7 Space required for installation of all panels.
8 Details of paintings.
9 Details of topicalities.
10 Details of shock absorbing material provided.
11 Largest package for transport.
i) Gross weight.
ii) Overall dimensions.
C. DATA SHEET (TO BE FURNISHED BY TENDERER) INSTRUMENTS:
1 Name of Manufacturer.
2 Make
3 Type
4 Type designation
5 Quantity
6 Type of case
7 Type of mounting
8 Applicable standards
9 Range
10 Accuracy
11 Reference ambient temperature
12 Current coil suitable for ……..
13 Potential coil suitable for ………
14 V.A. burden :-
a) Current coil
b) Potential coil
c) Auxiliary supply
15 Total deflection angle
16 Total scale length
17 Continuous overload rating of current coil
18 Short time overload rating of the same
19 Continuous over voltage rating of potential coil
20 Short time over voltage rating of the same
21 Impulse frequency
22 Impulse duration
23 Impulse interval
24 Overall dimensions
25 Weight
26 Detailed literature furnished
27 Other details, if any

D. DATA SHEET (INFORMATION TO BE FURNISHED BY TENDERERS) RELAYS :


1 Make
2 Quantity
3 Type designation
4 Type
5 Ratings :-
a) Rated current / voltage
b) Current/voltage setting range in percent of rated current/voltage
and No. of taps provided.
c) Range of available bias setting and No. of taps provided.
d) Whether harmonic restraint provided ? Yes/No
6 a) No. and type of contacts – (NO/NC)
b) Rating of contacts
i) Voltage AC/DC
ii) Current AC/DC
7 Operating time
8 Standard to which conforms
9 Details of testing facility
10 Whether relay is draw out type Yes/No
11 Detailed Technical literature furnished Yes/No
12 Overall dimension
13 Weight
14 Other details, if any

E. DATA SHEET (TO BE FURNISHED BY TENDERER):


CIRCUIT BREAKERS:
1 Manufacturers name and make.
2 Type designation.
3 Standard to which manufactured.
4 Drawout/semi drawout/fixed type.
5 Minimum oil/other type.
6 Rated voltage – K.V.
7 Rated frequency - Hz
8 Maximum continuous current – Amp.
9 Maximum temperature rise above specified design ambient temperature :-
10 Current rating under site conditions.
11 Rating of symmetrical interruption current : KA (RMS)
12 Making current capacity : KA (Peak)
13 One second current carrying capacity : KA (RMS)
14 Minimum clearance :-
a) Between poles : mm
b) In air between live parts and earth : mm
c) In oil between live part and earth : mm
15 Safety inter-locks and features specified : Yes/No
16 Each breaker truck provided with a test
position in addition to position : Yes/No
17 All circuit breakers of same current
rating fully interchangeable : Yes/No
18 Manin Contacts :-
a) Type
b) Material
c) Silver facing provided : Yes/No
d) Thickness of the facing :
e) Design contact pressure Kg./cm2
19 Arcing contacts :-
a) Type
b) Material
c) Silver facing provided : Yes/No
d) Thickness of the facing : Microns
e) Design contact pressure : Kg/cm2
20 Designed to close and lateron making current release.
21 Fixed trip/free mechanically and electrically.
22 Electrical anti sumping feature provided : Yes/No
23 Type of closing mechanism
24 Method of closing during power supply failure.
25 Closing coil consumption at rated voltage in watt.
26 Satisfactory operation of closing between 85 to
110% of rated control voltage. : Yes/No
27 Shunt trip/series trip.
28 Manual trip provided for urgent provided : Yes/No
29 Power consumption at rated voltage : Watts
30 Satisfactory operation of trip coil between 85% to
110% of rated control voltage : Yes/No
31 Whether trip coil is rated for 10 sec. : Yes/No
32 Auxiliary contacts available for owner’s wiring :-
a) Number of normally closed contacts.
33 Auxiliary contacts rating :-
a) Making current (Maximum) :-
1. At 110 V.A.C. : Amp.
2. At 220 V.A..C. : Amp.
b) Breaking current (Maximum) :-
1. At 110 V.A.C. : Amp.
2. At 220 V.A..C. : Amp.
34 Whether contacts directly operated : Yes/No
35 Whether contacts wired upto the terminal blocks : Yes/No
36 Spring charging mechanism :-
a) Spring charging motor :-
1. Rating : Watts
2. Speed : RPM
3. Class of insulation
4. Time required to charge the spring from fully
discharged condition.
5. Overload and short circuit protection particulars
b) Is provision made for inadequate charging of
closing spring after closure : Yes/No
c) Adequate spring reserve for one ‘O’ an ‘C’
without internal time delay.
d) Mechanical indication for spring charged/
discharged condition provided.
e) Whether separate tripping provided : Yes/No
f) Whether slow closing/opening is feasible
for maintenance testing. : Yes/No
g) Working parts of mechanism shall be of
corrosion resistant material and all bearings
requiring grease shall be equipped with pressure
type grease fitting.
37 Weight and volumes of oil per breaker : Kg/Ltr
(For minimum oil breakers)
38 Whether oil conforms to IS : 355 : Yes/No

F. DATA SHEET (TO BE FURNISHED BY TENDERER) CONTROL SWITCHES:


1 Quantity
2 Make
3 Type of switch stay put/spring return type
4 No of possible position of the handle with diagrams
5 a) No. of contracts available in each position
b) Maximum No. of contacts which can be accommodated
for each position.
6 No. of slip contact (lost motion type)
i) After close
ii) After trip
iii) Maximum no. of slip contacts possible
7 Rating of contact
8 No. of operations
9 Whether locking arrangement provided
10 Type of handle
11 Standard to which conforms
12 Dimensions
13 Mounting details and drawing No.
14 Details literature furnished
15 Other information, if any

G. DATA SHEET (TO BE FURNISHED BY TENDERER)


1- ISOLATOR – FUSE UNIT :
a.) Duty and type : Heavy duty, 3 pole front operated
b.) Contact material : Silver plated copper
c.) Switch : Rotory operation type.
2- CONTACTS :
a) Main contact of material – Silver plated copper.
b) Insulation class for operating coil – E or better.
c) Operating coil voltage – 415 A.C. 3 phase.
d) Making & breaking current. Same as mentioned for isolator.
e) Isolator Neutral required – No.
f) No. of Auxiliary contacts :-
i) Normally Open
ii) Normally Closed
g) Other features

3- INSTRUMENT & OTHER DEVICES :


Ammeter (with selector switch)
a) Direct reading : For drive rating equal to less than 10 HP
b) C.T. Connected : For drive rating more than 10 HP
Indication required on front door for the following condition :-
a) Closed or run : Green lamp
b) Opened or stop : Red lamp
c) Auto trip : Amber lamp
Selector switch required for :-
a) Local/remote control : Yes/No
b) Auto control : Yes/No
c) Active/stand by control
Thermal or magnetic overload
relay : Yes/No
Single phasing preventor : Yes/No
The features :
a) Volt meter :
H. DATA SHEET (TO BE FURNISHED BY BIDDER) BUS BARS :
1 Materials
2 Ears/Pointed/taped/insulating sleeve
3 Size and configuration
4 Bus joint silver coated : Yes/No
5 Minimum clearance :-
a) Phase to phase : mm
b) Phase to earth : mm
6 Continuous current rating under site conditions :
7 Temperature rise over design temperature for
current testing : C
8 One second current rating : KA (RMS)
9 Dynamic current withstand rating : KA (Peak)
10 Voltage class of support and through bushings : KV
11 Busbars phase segregated : Yes/No

I DATA SHEET (TO BE FURNISHED BY BIDDER) INDICATING LAMPS :


1 Quantity
2 Make
3 Type
4 Ratings :-
a) Current
b) Voltage
c) Wattage
5 Permissible voltage variation :
6 Whether series resistors are provided : Yes/No
7 If series resistors are provided :-
a) Ohmic value
b) Power loss
8 Life of lamp in burning hours
9 Identification inscription
10 Dimensional and mounting details
11 Other information, if any.

J. INFORMATION (TO BE FURNISHED BY BIDDER ) AUXILIARY CT’s AND PT’s


1 Make
2 Quantity
3 Ratio
4 Rated output VA
5 Standard to which conforms
6 Class of accuracy
7 Short time current/voltage rating
8 Temperature rise
9 Mounting dimensional details
10 Overall dimensions
11 Weight
12 Any other information

K. DATA SHEET (INFORMATION TO BE FURNISHED BY BIDDERS) SWITCH FUSE


UNIT :
1 Make :
2 Type
3 Capacity
4 Quantity
5 Rated voltage
6 No. of poles : 3 Nos. each
7 Type of fuse : HRC
8 Operation : Manual
9 Rated breaking capacity at
10 Rated making current
11 Other features
L. DATA SHEET (INFORMATION TO BE FURNISHED BY BIDDER) TERMINAL
BLOCKS :
1 Make
2 Construction details
3 Voltage grade
4 Current rating
5 No. of 2.5 mm copper cable that cab be connected
6 Whether shrouding provided for terminal of
voltage more than 110 V A.C./D.C.
7 No. of spare terminals
8 Marking

M. PUSH BOTTONS:
(TO BE FURNISHED BY TENDERER)
1 Make
2 Contact type Momentary maintained
3 Whether shrouding provided to prevent
inadvertent operation
4 No. of NO/NC contacts

N. LT PANEL
(TO BE FURNISHED BY TENDERER)
1 Make of ACB/MCCB/CAPACITOR etc.-
2 a) Width (mm)
b) Length (mm)
c) Height (mm)
d) Gross Weight
3 Required room size with drawing
O. Battery & Battery Chargers
(TO BE FURNISHED BY TENDERER)
1 Make
2 Construction Details of charger.
P. LT/HT CABLE:
(TO BE FURNISHED BY TENDERER)
1 Make (LT/HT)
2 Size (LT/HT)
3 Selection Criteria
LIST OF SPARE PARTS

1 POWER TRANSFORMERS:
1.1 Gasket 1 Set for each
1.2 Explosion vent diafram 1 Set
1.3 Sillica gel breather 1 No.
1.4 Bushing relay 1 No.

2 SWICH GEAR (11 KV)


2.1 Arcing Contacts 3 Sets.
2.2 Main Contacts 3 Sets.
2.3 Auxiliary Contacts 1 Set.
2.4 Fixed Contacts 1 Set.
2.5 Moving Contacts 1 Set.

3 11 KV SWITCH GEAR & CONTROL PANEL :


3.1 Opening spring set 2 Nos.
3.2 Closing & Tripping Coil set 2 Nos.
3.3 N.O. & N.C. Contacts 2 Sets.
3.4 H.V. P.T. Fuses 2 Nos.
3.5 L.V. Control fuse 4 Nos.
3.6 Meter selector switch 2 Nos.
3.7 Push Button 2 Nos.
3.8 Indicating lamps 3 Nos.
3.9 Selector Switch 2 Nos.
3.10 Control switches 2 Nos.

NOTE : Above list is for guidance, some additional items may also be required. Hence
bidders are suggested to submit their spare list which may be required for
operation and maintenance. All other spare parts as recommended by the
manufacturer.
ANNEXURE-A

The reference number of some of the IS connected with substation equipment are
given here under for compliance. However, CPHEEO manual/IEC/NEMA/other
relevant codes shall be followed wherever applicable.

1 Specification for AC circuit breakers IS : 2516


2 Insulating oil for transformer and switchgear IS : 335
3 Bushing for AC voltage above 1000 V IS: 2099, 3347
4 Transformer IS : 2026, 1180
5 Insulator for O/H lines IS : 731
6 Single phase small AC and universal electric motors IS : 996
7 General requirement for switchgear for voltage not IS : 4237
exceeding 1 KV
8 HRC cartridge fuses links upto 650 volts IS : 2208
9 Metal enclosed switchgear an control gear IS : 3427
10 Marking and arrangement for switchgear busbars, main IS : 375
connection auxiliary wiring
11 Porcelain post insulators IS : 2544
12 Auxiliary current transformers IS : 2705
13 Auxiliary potential transforms IS : 3156
14 Degree of protection for low voltage switchgear and IS : 2147
control enclosure
15 Specification for stationary cell and batteries, lead IS : 1651
acidtype.
16 Specification for electro light for batteries. IS : 266
17 Specification for synthetic and secoarators for lead acid IS : 6071
batteries.
18 Specification for rectifiers IS : 4540
19 Specification for distribution board IS : 8623, 4237
20 Specification for indicating instruments IS : 1248
21 Specification for air break switches IS : 4047
22 Specification for transformers IS : 2026, 1180
23 Specification for contractors IS : 2959
24 Specification for electrical relays for power system IS : 3231
protection.
25 Specification for energy meters IS : 722
26 Specification for control switches IS : 6875
27 Specification for outdoor air break isolators IS : 1818
28 Recommended short circuit ratings of high voltage PVC IS : 5819
cable
29 Designation of the methods of cooling for rotating IS : 6362
electrical machines
30 XLPE insulator PVC sheathed cable for voltage from 3.3 IS : 7098
KV upto and including 33 KV
31 3 phase induction motors IS : 325
32 Lighting arrestors for AC system IS : 3070
33 Code of practice for installation and maintenance of IS : 3072
switchgear
34 Code of practice for installation and maintenance of IS : 1846
transformers
35. Painting IS : 632
36. Fuses IS : 9224
37. Circuit Breaker IS : 13118
38. Cable IS : 1554
ANNEXURE – B
Form of completion Certificate to be furnished by the contractor
Name of work :
C.B./W.O. No
I/We certify that the installation detailed below has been installed by me/us and
tested at that to the best of my/our knowledge and believe it compiles with IER
rules, 1956, as well as the under specifications for Electrical works.
Electrical Installation at ____________________________
Voltage and System of Supply ________________________
1. Particulars of Works:
A) Internal Electrical installation
No Total Load Type of system of
wiring
i) Light Point
ii) Fan Point
iii) Plug Point
a. 3 Pin 5 amp
b. 3 Pin 15 amp
B) Others
Description HP/KW Type of Starting
i) Motors
A)
B)
C)
ii) Other Plants
C) If the work involves installation of overhead lines and/or under ground
cable:
a) Over head lines
i. Type/description of overhead lines
ii. Total length and no of spans
iii. No of street lights and its description
b) Underground cables
i. Total length of under ground cable and its size
ii. No of joints.
End Joints :
Tee Joints :
Straight through Joints :
2) EARTHING:
i) Description of Earthing Electrode
ii) No of earth Electrodes
iii) Size of main earth lead
3) TEST RESULTS
i) Insulation resistance of the whole system of conductors to earth Megohms
ii) Insulation resistance between the phase conductor and neutral Megohms
Between phase R and neutral Megohms
Between Y and neutral Megohms
Between B and neutral Megohms
iii) Insulation resistance between the phase conductors in case of polyphase
supply:
Between phase R and phase Y Megohms
Between Y and phase B Megohms
Between B and phase R Megohms
b) Polarity Test:
Polarity of non-linked single pole branch switches.
c) Earth continuity test:
Maximum resistance between any point in cart. Continuity conductor including
metal conduits and main earthing lead. Ohms
d) Earth Electrode resistance.
Resistance of each earth electrode
i) ………………………………………. Ohms
ii) ……………………………………… Ohms
iii) ……………………………………… Ohms
iv) ……………………………………… Ohms
e) Lighting Protective system
Resistance of the whole of lighting protective system to earth before any
bondling is affected with earth electrode and metal in/on the structure
…………………….

Signature of Supervisor Sign of Contractor

Name and address Name and address


ANNEXURE –C
COMPLETION CERTIFICATE

Name of work :

C.B./W.O. No

I/We certify that the installation detailed below has been installed by me/us and
tested at that to the best of my/our knowledge and believe if compiles with IER
rules, 1956, as well as the Tender specifications for Electrical works.

Electrically Installation at ____________________________

Voltage and System of Supply ________________________

Test result in the prescribed perform enclosed Yes/No

Signature of Supervisor Sign of Contractor

Name and address Name and address


SECTION - C

DETAILED TECHNICAL SPECIFICATIONS


(Automation-SCADA/PLC and Online Monitoring works)

SCOPE OF WORK
(A) Automation of sewage pumping station with PLC/SCADA
The scope of work includes design, supply, installation, commissioning and
maintenance for 15 years of SCADA Automation of2 nos. sewage pumping stations-
Machli Mohal and New CGPS. SCADA automation shall be required to operate the
sewage pumping machinery and all E&M works installed in SPS. The work includes
providing redundant PLC’s / RTU’s to collect the data and transmitting it on
GSM/GPRS backbone to LCS/MCS to be installed at the STP/Jal Kal/Jal Nigam office.
The system will measure, indicate, process, store, transfer and control the relevant
parameters. The work also includes supply of electromagnetic / ultrasonic
flowmeter, smart pressure transmitters, ultrasonic water level sensors, depth
sensors, valve actuators, smartenergy meters, HMI, web based Mobile app for
viewing all parameters on real time, for pumps and, Auto-phase reversal relays are
to be installed in each soft starter. Supply of all equipments and connected
hardware & software for LCS&MCS like DLP based Large Video Screens with suitable
control desks, latest version of PCs for MCS rooms & Large Industrial grade LCD
monitors for LCS room, industrial grade UPS and connected 32 bit SCADA software &
hardware, cabling and related licences if required so, complete in all respect.

Online instrument system shall have the ranges in accordance with CPCB “Guidelines
for continuous monitoring for Effluents” and CPHEEO.

DESIGN PARAMETERS

 General:
 Proposed automation system shall be designed, manufactured, installed and tested to
ensure the high standards of operational reliability. Instruments mounted in field and
on panels shall be suitable for continuous operation. All electronic components shall
be adequately rated and circuits shall be designed so that change of component
characteristics shall not affect plant operation.
 All equipment shall be latest proven design, reputed make and shall be suitable for
Continuous operation. Electronic instruments shall utilize solid-state electronic
components, integrated Circuits, micro controllers etc., and shall be of proven design.
The equipment/instruments such as flow meter, level sensor, underground depth
sensors etc. should as per site requirement and in tune with realistic conditions of site
such as head, pressure etc.
 For transmitting instruments, the output signal shall be 4-20 mA DC linear having
two/three
or four wire system.
 Unless otherwise stated, overall accuracy of all measurement systems shall be ±
0.25% of measured value and repeatability shall be ±0.5%.
 Unless otherwise specified, the normal working range of all indicating instruments
shall be between 30% and 80% of the full-scale range.
 The instruments shall be designed to permit maximum inter-changeability of
parts and ease of access during inspection and maintenance & must be
compatible so that the system of similar or disimiliar technologies are added on
in future, MCS must be capable to integrate all these addition like Additional
Pumping Station, Automated meter reading (AMR) or automation of distribution
network,& billing etc.
 The instruments shall be designed to work at the ambient conditions of temperature,
humidity, and chlorine contamination that may prevail. The instruments shall be given
enough protection against corrosion.
 All field instruments and cabinets/panel mounted instruments shall have tag plates/
name plates permanently attached to them.
 The performance of all instruments shall be unaffected for the ±10% variation in
supply voltage and ±5% variation in frequency simultaneously.
 The application for purchase of SIM /Broad band and connection to the internet
provider shall be made in the name of department/Nagar Nigam, Lucknow. However,
all charges shall be borne by the firm.
 The instrumentation control and monitoring system equipment and materials
shall have an operational life of not less than 15 years.
 No custom made hybrid type integrated circuits shall be used in any
circuit in instrumentation and control equipment.
 All instrumentation shall be suitable for continuous real time operation and be powered
through the UPS.
 After a power failure, when power supply resumes, the instruments and associated equipment
shall start working automatically.
 Unless otherwise stated, field mounted electrical and electronic instruments
shall be weatherproof to IP-65 or better.
 All probe type analyzers should be IP68 rated.
 Instrumentation shall utilize solid state electronic technology and avoid the
use where practical of any moving parts.
 Minimum maintenance requirements. The instruments selected shall be
rugged and not require any consumables / filling solutions. Systems
should be able to work with minimum power requirements.
 Lockable enclosure shall be provided for all the field mounted
instruments.
 All instruments to be used or installed within a corrosive sewerage
environment shall be explosion proof and intrinsically safe.
 The data obtained from the online quality monitoring system shall be conveyed back
via suitable communications protocol, to web servers hosted by a service provider.
The service provider shall have the data storage capacity for next 15 years.
 Unless otherwise specified, all continuous online monitoring instruments shall be plug
and play type.
CONCEPT as shown in diagram

Local Control Station (LCS) Room

Master control Station (LCS) ROOM


System Architecture (Industrial Internet Based & viewed through mobile
apps for

increased Local & Remote Visibility)

 Special Instruction to the bidder


1. Bidder has to mention the complete model no. of quoted items / instruments in their
bid documents which they are offering to us.
2. Bidder has to submit the detailed catalogue of the product offered and same
catalogue must be available on company website.
3. Bidder has to highlight the technical Specification in the catalogue as per our
technical Specification against each and every item. In case if there is any deviation,
bidder has to clearly confirm the same otherwise it will be assumed that bidder
confirms to all the specifications in the tender.
4. All material is subject to third party inspection mandatory by Department/ National/
International reputed organizations like PDIL, LLOYDS, RITES, BHEL, TATA
PROJECTS etc & charges related to that will be borne by bidder/supplier.
5. Type test mentioned in the technical specification sheets against each and every item
are mandatory and bidder has to submit type test copy from National / International
Labs. Type test shall be directly from the manufacturer.
6. Bidder has to submit QAP after award of contract & inspection and testing will be
performed as per QAP.
7. Bidder should have inspection facility traceable to national/ International standard.

Sewage Pumping Stations:

Two sewage pumping stations will be automated with PLC/SCADA as per the
scope and specifications detailed in the specifications. An indicative schedule for
each of the SPS is mentioned below. This may change in line with the site
requirement based on CPHEEO Manual/applicable code and norms with the
approval of Engineer as part of design:

For New CGPS SPS(same for the Machali Mohal SPS):

1 GPRS/GSM based redundant Remote Terminal Unit(RTU) with CPU, Analog & Digital
parameters as specified to store and transmit data on GSM backbone to LCS and should :3 nos.
be able to send & receive SMS from registered mobile parallel mode.(one iRTU for two
pumps)
2 GSM/GPRS based wireless communication hardware for RTUs. Capable to transfer data :1 no.
from site to LCS with all accessories etc complete.
3 :1 no.
Intelligent energy meter
4 :6 nos.
Smart Pressure transmitter
5
Auto phase reversal unit/Automatic transfer switch with inbuilt time delay and enclosure :5 nos.
(Conforming to IEC 60947-1 & IEC 60947-6-1) of suitable Amp. rating
6 Complete power/control Cabling :1 job
7 Security survelliance IP camera :5 nos.
8 Radar type level transmitter with RTU communication :1 no.
9 Control Panel with IP 65 protection, industrial grade 24 V power supply and other
:1 no.
required items
10 Surge protector for all AC control supplies to all the equipment :1 no.
11 7" HMI touch-screen suitable to communicate with PLC/RTU, for local display & control
:1 no.
of process parameters
12 Digital Soft Starter :5 nos.
13 Installation, testing and commissioning :1 job
14 Test and trial run for 3 months :1 job

LOCAL CONTROL STATION(LCS):


An indicative schedule for LCS is mentioned below. This may change in line with the
site requirement based on CPHEEO Manual/applicable code and norms with the
approval of Engineer as part of design:

1
CE & BIS approved manufacturer's industrial grade LCD monitor with latest 1 set
configuration as per specification of size 65"
2 Desktop/PC for LCS as per spec. mentioned 1 no.
3 CE/UL approved manufacturer's 3 KVA UPS with batteries as spec.
1 no.
mentioned for LCS and Computer as per requirement
4
Full development version of required TAGS SCADA software suitable for
digital and analog input/output features with customization of software as per
requirement as per spec. mentioned with unlimited digital and analog 1 no.
Input/Output features specified in detailed technical document with
customization of software as requirement
5
CE & UL approved manufacturer's control room PLC with CPU & power 1 set
supply at LCS in IP65 enclosure as per spec. mentioned
6 GSM based wireless communication system for PLC capable to transfer and
gather data from remote sites to control stations, including all accessories 1 no.
complete
7 CE/UL approved manufacturer's Firewall for network protection 1 nos.
8 Lightning surge protector for ethernet communication protection 1 no.
9 CE/UL approved manufacturer's industrial grade ethernet switch 1 no.
10 1 no.
Canon/HP 1018/equivalent Laser printer
11 1 no.
Security Survelliance IP camera for LCS
12 1 no.
Installation, testing and commissioning
13 Test and trial run 3 month

MASTER CONTROL STATION(MCS):

An indicative schedule for MCS is mentioned below. This may change in line with the
site requirement based on CPHEEO Manual/applicable code and norms with the
approval of Engineer as part of design:

CE & BIS approved manufacturer's Large Video Screen with latest configuration
1 of cubes, controller/wall management software as per specification of size 50" 1 no.
with required matrix: 1X1
2 Video wall controller with wall management software 1 no.
3 Desktop/PC for LCS as per spec. mentioned 1 no.
CE/UL approved manufacturer's 5 KVA UPS with batteries as spec. mentioned
4 1 no.
for LCS and Computer as per requirement
Full development version of required TAGS SCADA software suitable for digital
and analog input/output features with customization of software as per
5 requirement as per spec. mentioned with unlimited digital and analog 1 no.
Input/Output features specified in detailed technical document with customization
of software as requirement
CE & UL approved manufacturer's control room PLC with CPU & power supply
6 2 set
at LCS in IP65 enclosure as per spec. mentioned
CE & UL approved manufacturer's field gravity agent for transferring data from
7 1 no.
MCS to central control room
GSM based wireless communication system for PLC capable to transfer and
8 gather data from remote sites to control stations, including all accessories 1 no.
complete
9 CE/UL approved manufacturer's Firewall for network protection 1 nos.
10 Lightning surge protector for ethernet communication protection 1 no.
11 CE/UL approved manufacturer's industrial grade ethernet switch 1 no.
Mobile app facility system architecture (industrial internet based & viewed
12 1 set
through mobile apps for increased local and remote visibility)
13 Canon/HP 1008/equivalent Laser printer 1 no.
14 Security Survelliance IP camera for LCS 1 no.
15 Installation, testing and commissioning 1 no.
16 Test and trial run 3 month

Technical Specification for SCADA

 Architecture

The SCADA architecture shall provide the following:


1. Client / Server architecture based on TCP/IP networking
2. Standalone single server operation.
3. Additional servers for client load sharing and remote locations.
4. Permanent Standby Server designed to be placed outside corporate firewalls
providing a read-only
access to the server while ensuring corporate security.
5. Fully automated data transfer between servers to provide complete server
redundancy. This transfer shall include configuration, real-time data, historic data
and event lists. Database updates shall be on an incremental basis with tuneable
parameters
6. A suitable fully distributable architecture providing as per engineering station.
7. Where multiple servers are deployed, the system shall be capable of being
configurable from a
single client.
8. Hot Backup Redundancy shall be provided at Main Control Room PLC. SCADA
System shall be
provided as below :
 Engineering cum Operator Work Station loaded with Runtime & Development
SCADA Server & Logic Developer.
 Operator work Station, loaded with Runtime SCADA Server.
9. Forced changeover between main and standby allowing seamless changeover
without shutting
down.
10. Clients to connect to a synchronizing server as soon as the configuration and
current data in the
database has synchronized. Incomplete data sets as per clients request on event
or trend provide
indications that the synchronization is still in progress to ensure that conclusions
are not drawn
from incomplete data sets.
11. Configurable compression of data communications between client/server and
server/server to
allow optimisation of communications performance over WAN networks.
12. Change reporting on Client/Server and Server/Server links rather than polled
communication to
permit operation on WAN networks.
13. Capable of operating Client/Server and Server/Server links over low to medium
speed channels
depending upon database size.
14. Application shall be native 32-bit and 64-bit versions and supported on
Windows® Server and
Workstation operating systems including Windows 2000, Windows XP, Windows
2000 Server,
Windows 2003 Server, Windows 7 (32 and 64 bit) and Windows Server 2008 R2
and later.

 Database

The SCADA database shall be of true database design and optimized for real-time
SCADA operation. The database shall be object oriented and organized in a
hierarchical structure.
Templates of Standard configuration shall support multiple object types including,
but limited to:
 Point/ Tag objects
 PLC or RTU objects
 Mimics or Graphic display objects
 Trend objects
 Schedules
 Link objects

The SCADA database shall allow users to extend the database scheme to store
custom data, in either the configuration or data stream. These changes can be
performed online without need for server restart.
 Operator Interface

1. SCADA software shall provide the ability to support multiple local and remote
display clients.
2. Display facilities shall be available via LAN, WAN and dial-up connection.
3. Rich Clients shall support database management and configuration changes.
4. Rich Clients shall support multiple monitors (multi-head display), allow logon for all
heads from a single location. The system should also provide navigation facilities
such that displays on each head can be controlled from any head. (yoking)
5. Integrated Web Sever capability shall be available, providing all display and
operational facilities of the Rich Client without the need for additional software to be
installed.
6. Web Clients shall allow users to view Mimics, Trends, Database Objects, Reports as
well as perform control functions using a standard web browser.
7. Changes made to the SCADA server shall require no additional steps to be performed
in order for those changes to be available to Rich Clients and Web Clients.
8. Rich Client shall be configurable to connect to one, or multiple server systems
9. Full function display clients shall automatically fail-over & reconnect to a redundant
server node when server change-over occurs.
10. Look and feel shall be provided by the SCADA system operator interfaces, including
provision for “favourites lists” .

 Mimics / Graphics

SCADA system Mimics shall support a wide range of graphical facilities.


Scalable Vector Graphics are required in order to permit operation of the
SCADA system with different resolution clients operating simultaneously.
Fixed resolution bitmap graphics are not acceptable.

Mimics shall be multi-layered, object oriented and permit mimics to be


embedded in other mimics.
24-bit Colour shall be supported on mimics as standard.

Mimics shall support the ability to specify OPC data source information to
display directly on the mimic. This permits data from other systems to be
seamlessly integrated in to the SCADA display.

Objects embedded and displayed on any mimic shall be viewable through


both the full function client and web client displays.

 Start-up

The SCADA system shall start-up unattended, and without compromising


system security.

 Configuration

The SCADA software shall provide full seamless On-line configuration of all
database parameters including but not limited to:
– Communication channels
– PLCs
– Points /Tags
– Scequences
– Schedules
– Alarm redirection
– Mimcs / Graphics
– Trends/ Graphs
– Reports

All aspects of the look and feel of the SCADA system, including default field
values, shall be configurable. It is not acceptable for colour regimes,
communication parameters and other aspects of the system to be hard-
coded.

It shall be possible to add user defined fields to the SCADA database. These
fields should be accessible both internally and externally to the SCADA
system; being exposed via OPC, ODBC, OLE Automation, XML/SOAP, etc.

The SCADA server shall provide detailed diagnostics concerning its internal
operation. The diagnostics shall be available through capture to a log file as
well as online locally on a server and remotely via Telnet and Web interface.

Stored configuration records should be maintained in the historic database


for a configurable time period, support redundant SCADA server
configurations and allow access from standard database interfaces such as
queries and simple mechanisms for displaying and filtering the configuration
records.

 Alarm Management
The alarm system shall provide facilities where actions can be triggered by
alarms. These facilities shall be provided as a built- in integrated part of the
system and include, but not be limited to the following :
- Configuration criteria for alarm actions
- Excalate Alarm priority
- Delivery of Alarm to user via SMS
- Delivery of Alarm to user via E-Mail
- Trigger other actions including sequences

Where a full function Rich Client is connected to multiple SCADA systems,


alarms from all systems shall be combined and filtered, based on user
privilege and areas of responsibility.

Consequential alarms to allow one (or more) alarms to be suppressed as the


result of another alarm occurring. Suppressed alarms will be received and
processed by the SCADA Server and recorded in the event journal for future
auditing, however the operator shall not be forced to take an action on an
alarm where the cause is known.

 Event Journal

The system shall provide, as a built in feature and without the requirement
for custom or external software, facilities for event logging. These facilities
shall be separate from the alarm list and include the capability to insert user
comments at any place in the event list.

 Historical Data

The SCADA system shall provide a built in data historian with the following
facilities as standard features.

These shall be provided without the addition of external software modules:

– Time-series relational data base


- ODBC/SQL interface to historical (Trend) data.
- Historical data to be stored with time stamp, point quality, Alarm status
- Historic storage is t6o be based on configurable criteria including time
between samples, alarm state change
- Compression capability
 System Security & Access

The SCADA system shall provide a high level of inherent security. To this end
the SCADA software shall provide security access down to data point level,
and support individual Users, User Groups and a matrix of system capability
and access to any level of the SCADA database.

Full function Rich & Web client interfaces shall require explicit
administrative configuration to valid Connection to the SCADA server.

The SCADA system security shall provide the ability to be integrated with
Windows domains to
Authenticate logon attempts against a trusted domain.
 Open Connectivity

To provide easy access for customized reports and external data


manipulation the SCADA software shall provide inherent OPC and ODBC
database connectivity without the need for additional software options or
modules. Integration with desktop Microsoft products is essential.

 Reports

An integrated reporting package shall be able to generate, print and export


reports:
 Triggered by SCADA events
 On user demand
 On time schedules
Reports shall be able to be generated in a number of formats including:
 HTML for viewing via Web interface
 CSV format
 M.S office® suite format
Generated reports shall be able to be:
 E-mailed to assigned user

 Standard Drivers
The SCADA system shall provide native support for fully integrated
Wide Area SCADA PLCprotocols. This shall include the capability for supporting all
protocols in redundant SCADA server configurations and support redundant
communication paths.
Apart from PLC and RTU communication drivers, the system shall also
support as standard the Following drivers:
 SMS (with TAP and UCP service) to mobile phones
 A full function system is required including calander based rosters
 SNP- monitoring of network devices such as routers, computers, UPS etc.
 NTP – time sever monitoring and alarming
 ODBC – query data from other databases
 Windows Performance Monitoring
 OPC-DA driver

Capacity Description Size


Number of SCADA I/O Device for 2 PUMPING STATION
Subsystem servers
Number of SCADA Cluster for 2 PUMPING STATION
servers for Trending, Alarm and
Reporting
Number of SCADA Client for 2 PUMPING STATION
Stations
Number of field devices for 2 PUMPING STATION

Physical I/O tags being Unlimited and demonstrable to


read/written to field controllers >1000000

Internal I/O tags within the Unlimited


SCADA networked system
Alarm tags > 100000
Analog trend tags > 20000
Average refresh time on a < 1s
graphic display
Average recall time for < 5s per day of data
historical trend values
2:- Common Technical Specification for PLC System

 Processor

 The processors must have an internal non-volatile memory to store


application and data.
 It must be possible to connect a PC (programming terminal) or a human –
machine interface.
 The range must provide processors with at least 3 built – in Ethermet ports
featuring a web server complaint with various operating system: minimum is
Windows, IOS, and android.
 Embedded web server must provide CUP diagnostic, including detailed
information on Ethernet system networking.
 The Embedded web server must be customizable by the user to display
application variables and advanced diagnostics features. Each processor
should have a savable real – time clock which manages
1. The current date and time
2. The date and time of the last application shut-down. The date and time
should be managed
even when the processor is switched off for 20 days.
 The processors must be equipped with ground connection contacts without
additional cabling.
 The PLC must be able to load the program with the use of the memory
cartridge.
 Possible to add modules or add remote I/O islands in the configuration
without interrupting the
running process.

 Operating system

The operating system (OS) must be capable of multitasking with up to 4


periodic tasks and more than 60 event or I/O tasks.

Physical input can be program to prohibit any modification or downloading


of the program.
Outputs can be set to fallback position when the PLC switches to STOP mode
via channel by channel parameter entry.

Able to set breakpoints and watch point in application to check all system
and data when executing application for debugging. System must also
provide Step-by-Step running feature to execute all operations one by one in
the application. Engineering tool must provide a trending tool embedded to
display variables at a minimum of 1ms sampling rate

 Memory
Application memory execution can be done on through embedded or
removable memory.

No battery supply is needed for non-volatile backup.

The processor must provide minimum up to 32 MB of on board non-volatile


memory

Feature to store the program, comments and symbols in the PLC. The
"empty terminal" functionality must be possible whichever IEC language is
used. It must be also possible to use the memory extension to back up files
(production data, recipes, etc)

 Communication

Synchronized and unsynchronized drops with PLC scan can be managed


over standard and open Ethernet communication.

Must provide exchanges of variables:


 Explicit exchanges (via function blocks integrated in the application)
 Implicit exchanges (Using cyclical variables generated by the single declaration of
the device)
Dedicated function blocks should be available.
The PLC must be accessible via Ethernet (from a remote site) using a
standard Internet browser or any other platform (android, iOS). These
functions must not require any prior configuration or special software. In
addition, the use of these functions must have no effect on the PLC scan
time.
A device must be reconfigured automatically after replacement

The PLC must have serial links which support various types of
communication: Modbus or open protocols.

 Standards and certifications

The PLC must conform to the main national and international standards
covering electronic equipment for industrial control systems & FOLLOWING
TYPE TEST REPORTS to be provided by the vendors

 CE marking according EN 61131-2


 Be compliant with IEC – 62443 standards
 Cyber Security Achilles Level 2 or equivalent.

Description of Type Test Test Std.


Electromagnetic Compatibility (EMC)
Electrostatic Discharge Immunity IEC 61000-4-2
Radio-frequency, Electro Magnetic Field Immunity IEC 61000-4-3
Surge Immunity IEC 61000-4-5
Immunity to conducted disturbance by RF Field IEC 61000-4-6

Environmental & Climatic Tests


Dry Heat IEC 68-2-2
Cyclic Damp heat IEC 68-2-30
Steady State Damp Heat IEC 68-2-78
Change of Temp. IEC 68-2-14

The system MUST be Achilles level 2 or equivalent certification for cyber


security.

The system must be able to secure communication between PLC and


engineering workstation / SCADA providing authentication and integrity of
data

The internal firmware of the CPU must be digitally signed and encrypted

The integrity of the firmware must be checked before any application


download and at start-up of the system

The integrity of the engineering software must be checked on demand

The system provides an access control list for each protocol and each
connected IP address
Any modification of the operating mode of the system (Run / Stop / Program
modifications) must be authenticated real time memory Integrity Control.

 Environment
 Standards CSA C22.2 No 142, UL 1604, UL 508, Resistance to conducted
disturbances, induced by radio frequency fields
 EN/IEC 61131-2: 2007
 Marine specification (LR, ABS, DNV, GL)
 1 kV for Ethernet line conforming to EN/IEC 61000-4-4

PLC – Specifications (At Main Control Room)

Sr. Description Specification


No.
1 PLC Make ANY INTERNATIONAL MAKE MEETS
THE FOLLOWING REQUIRMENT &
APPROVED IN UP JAL NIGAM
2 PLC Type HOT Redundant PLC
3 Data Exchange through high speed link of 1 Gbps
4 Operational Voltage 24V DC
5 Specification Local indication using LED
6 CPU 16-bit Dual core processor
7 Programming Memory & Data 32 MB ON board memory
Memory
8 Clock Real time clock (RTC)
9 Communication Serial (1 - RS 232, 1 - RS232/RS485)
(GSM, GPRS, Data call, Satellite, Radio
modem, serial, Ethernet)
10 Communication port 1 nos RS 232/RS 485
1 Nos 10/100 base Ethernet port,
1 Nos USB Port
11 Ethernet Services FTP Server, SNMP, DHCP Client, IEC
VAR Access, Modbus TCP
Server/Client
12 Web Services Web Server
13 Operating temperature -10 to 55 deg C.
14 Storage temperature -40 to 70 deg C

15 Humidity 5- 95 % Non-condensing
16 Vibration 3 gn (vibration frequency: 8.4...150
Hz) on
panel mounting
17 Shock Resistance 15gn for 11 ms
18 Operating Altitude 0 – 2000m

The hardware is a unique blend of rugged industrial I/O, real-time multi-


tasking software and powerful communication capabilities. It shall be a
locally intelligent unit having local memory and processor installed at a
respective control and monitoring location in the water network; this can be
a pumping station or a tube well station. The Redundant PLC hardware shall
be programmable in SFC, IL, LD, ST & FBD.

The high performance modular Redundant PLC must be designed to log all
the pumping stationparameters with time stamping in its NON-VOLATILE
memory at the defined logging interval.

The PLC shall be battery backed-up so as to maintain the parameters during


power failure.
The PLC shall be designed to have communication compatibility for wireless
mode viz. for GSM, GPRS, Radio, satellite or wired mode viz. Telephone and
serial to transmit data and receive commands remotely.

PLC SPECIFICATIONS FOR PUMPING STATION

Shall have following minimum specifications:-


1 Input/outputs
2 Digital Input 24
3 Operational Voltage 24V DC
4 Specification Local indication using LED
5 Analog Input ranges 0-10VDC, 0-5VDC, 4-20mA, 0-20 mA
6 Resolution 16 bits

7 Digital Output 16
8 Relay type Relay/transistor Output
9 Operational Voltage 24V DC
10 Specification Local indication using LED
11 CPU 16-bit Dual core processor
12 Programming Memory & Data Minimum 1 MB ON board memory
Memory
13 Clock Real time clock (RTC)
14 Analog to digital converter 12/16-bit Resolution
15 Communication port Dual LAN Ports 10/100/1000 MB
Ethernet port
1 nos Serial Port
16 Operating temperature -10 to 55 deg C.
17 Storage temperature -40 to 70 deg C

18 Humidity 5- 95 % Non-condensing
19 Vibration 3 gn (vibration frequency: 8.4...150 Hz)
on
panel mounting
20 Shock Resistance 15gn for 11 ms
21 Operating Altitude 0 – 2000m

• Should Support for communications protocols, including PROFINET,


Modbus TCP/IP
• Advance cyber security with Achilles Level 2 certification or equivalent

 IO Descriptions

Digital Inputs with following feature


* Input voltage range 24 VDC, Input current (max): 7mA @ 24 VDC/
channel
* On off delay times: 1.6 ms
* Confirming to IFC 61131-2 type I
* Input impedance 4.7 kohm
* Response time 50 usec
* filtering time 1 usec
* Execution Time for 1 kinst. 0.7 msec and 0.3 for event and periodic

 Analog Inputs
* Input Scan time: 500 ms Min.
* Input Type : 4-20 mA DC, 0-10 VDC.
 Analog Outputs
* Output Type: PID Controlled.
* Output Level : 4-20 mA DC, 0-10 VDC

3:- TECHNICAL SPEC OF CLOUDE APP. INTERFACE

 The online data shall be available for real time monitoring with the help of
a cloud App supporting iOS/ Android or any other web browser like
internet explorer. This data shall be encrypted for protection & up to 100
clients shall be able to log on simultaneously for one site.
 App should also have facility to operate the pumping stations from Mobile
too.

4:- Technical specification for Soft Starter


The soft- starter shall be developed and qualified in accordance with international
standards, particularly with the standard dedicated to soft-starter EN / IEC 60947-4-
2. The starter must be CE marked under the harmonized standard EN / IEC 60947-4-
2.

 Description
The operating principle of the Soft-starter should not simply take ground on
a limitation of motor current during the transitional phases or on a voltage
ramp but on a torque control motor. The Soft-starter should provide a
torque ramp during the acceleration phase. Thus, it can control the torque
during the starting period and if necessary provide a motor torque constant
throughout the acceleration phase. For pumping applications, the
deceleration will be on torque a ramp.

 All Soft-starter sizes will have the same control board. That control board must be
identical for all applications.

 All Soft-starters shall be equipped with means for measuring motor current to ensure
protection.

 The measurements of the current will be active when the Soft-starter is by-passed
(embedded by-pass for all sizes).

 The Soft-starter should have a separate power control.

 The terminals of the board control shall be of plug type for easy maintenance.

 Soft Starter should control 3-phase output with Programmable display.

 The Soft-starter will handle the by-pass itself: manage the closure of the by-pass at
end of acceleration time and open that by-pass at end of stop sequence. That function
must be compatible with the types of stop: freewheel, ramp

 The access to the settings can be locked by code. The monitoring parameters should
remain accessible.
 Environment

 The maximum relative humidity will be 95% without condensation or dripping water
according to standards IEC60947-4-2.
 The storage temperature can be between -25 ° C to + 70 °

 Electrical characteristics of the Soft-starter

 The Soft-starter will automatically adapt itself to the frequency of the mains 50 or 60
Hz with a tolerance of + / -10%.
 Outputs: the Soft-starter must have at least 2 relays with a NO/NC contact Maximum
switching capacity on inductive load: 2 A at 250 Vac and 30 Vdc.

 Protections

 The starter will include the management of Motor PTC probe.


 The starter will calculate continuously the motor overheating from the real current
value (the current ]must be measured and not estimated). Several classes of thermal
protection will be proposed following the standard EN/IEC60947-4-2: Classes 10,
20, 30.The calculation of the thermal protection must be active even when the Soft-
starter is not power energized.
 The starter shall be protected against thermal overload, over & under voltage.
 Dry run protection for pump motor.
 Protection against reverse-phase network, the loss of phases on mains or on motor.
 The protections will always be maintained even the Soft-starter is by-passed internal
or self.

 Communication
 The starter will include a multipoint serial link to be connected directly to a Modbus
network. The starter shall be able to be connected to Ethernet and other networks and
communication bus option.
 The communication shall provide access to the control, adjustment and monitoring of
the Soft-starter.

 Display
 The starter shall have a display and programming push buttons.
 The following information must be accessible on the display
- Motor current (by phase)
- Motor state
- Current status (acceleration, deceleration, Running).
- Operating time.
- The last fault occurred
- Fault history
- I/O status

5:- Technical Specification of Large Video Screen- Laser Type for Master Control
Room (M.C.S)

 Qualification Requirements

1. The Indian Manufacturing unit should be certified for the following quality
management System ISO9001:2008,ISO14001:2004 and BS OSAS 18001:2007
2. The cubes, controllers and the associated software should be from the same
manufacturer to ensure seamless integration.
3. The product should be BIS Approved.
4. Matrix required – Configuration of Large Video screen as below as per tubels/
pumping stations etc

Nos. of pumping station Matrix Required


<25 1X1

The system is required to display the HMI Screen to the operator. The system
shall be completing with display wall with 50” Diagonal Laser based Rear
projection system as per site requirement. Each cube should have minimum
specification as below:

 Cube:

1. Cube & controller: should be from the same manufacturer.


2. Resolution :1920x 1080 resolution of chip
3. Light Source type: Nichia Laser light source, Individual cube should be
equipped with at least 3 laser banks and each laser bank should have
minimum 8 diodes.
4. Light Source Redundancy-System should be able to Illuminate all the laser
banks at the same time ,system should not be Blank( No image ) screen due
to failure of any diode in any laser bank
5. Brightness: Minimum 2200 lumens
6. Control-IP based control to be provided
7. Remote-IR remote control should also be provided for quick access
8. Brightness Uniformity: ≥ 98 % and control should be IP based and IR remote
control should also be provided for quick access.
9. Contrast Ratio: Min 1800:1 or better
10. Screen to screen gap: ≤ 0.2 mm
11. Screen should have an anti reflective glass backing to prevent bulging.
12. It should have Control BD I/P terminals –1X-Digital DVI ,1X-HDMI,1X-Analog
Dsub-15, 1X-Analog RGBHV,HDBase-T X 1, Display Port X 1
13. Cooling: Inside cube should be by means of a heat pipe only. Pump based
cooling involving hazardous liquids is not acceptable.
14. Source redundancy: System should be able to switch to HDMI input if
primary DVI input is not available and system should also automatically
switch back to primary DVI input from HDMI input as soon as the primary
DVI input is available again.
15. Auto Colour Adjustment Function: Provide auto colour adjustment function
with sensor based and should have the facility to be switched on or off as
per user requirement.
16. Maintenance Access: Rear.
17. Cube Size: Each cube should not be less or more than 50" diagonal size.
18. Redundant Power Supply – Should be inbuilt in the cube. External Power supplies
are not acceptable
19. The Projection engine should be IP6X certified to prevent entry of dust.

 Video Wall Controller

1. Controller: Controller to control Video wall in a matrix as mentioned above


outputs, inputs along with software's
2. Chassis: 19” Rack mount
3. Processor: Single Quad Core Intel® Core™ i7 Quad Core 3.4 GHz processor)
or better and supports 64-bit Operating System Windows 7 with RAM
capacity of 16 GB or more with HDD 500 GB or more
4. Net Working: Dual Port Gigabit Ethernet.
5. Power Supply: 1+1(Redundant Hot Swappable).
6. Cooling: Advanced proven cooling mechanism.
7. Input/Out Put Support: DVI/HDMI/USB/ LAN/ VGA/SATA port.
Accessories: DVD +RW, Keyboard and mouse.
8. Voltage: 100-240V @ 50/60 Hz.
9. Redundancy Support: Power Supply, HDD, LAN port & Controller.
10. Scalability: Display multiple source windows in any size, anyw M
11. Operating temperature: 10°C to 40°C, 80 % humidity

 Video Wall Management

1. Display and Scaling: Display multiple sources anywhere on display up to any


size.
2. Input Management: All input sources can be displayed on the video wall in
freely resizable and movable windows and should save and load desktop
layouts from Local or remote machines.
3. Layout management: It should support all Layouts from Video, RGB, DVI,
Internet Explorer, Desktop and Remote Desktop Application and Multiple
view of portions or regions of Desktop, Multiple Application can view from
single desktop.
4. Control Functions: Brightness /contrast / saturation/ Hue/ Filtering/ Crop /
rotate.
5. Formats: DVI /RGB/Component and NTSC/ PAL/SECA Other Features:
Remote Control over LAN, Remote management, alarm management&
multiple concurrent clients.
6. Cable Management: Cube Health Monitoring, Pop-Up Alert Service and
graphical User Interface.
7. It should be able to provide an error message in three sections a) Problem
area b) Error Module Location c) Error Module image.
8. Should be able to control & monitor individual cube, multiple cubes and
multiple video walls.
9. Provide video wall status including Source, light source ,temperature, fan
and power information
10. Should provide a virtual remote on the screen to control the video wall
11. Input sources can be scheduled in " daily", "periodically" or "sequentially"
mode per user convenience
12. System should have a quick monitor area to access critical functions of the
video wall.
13. User should be able to add or delete critical functions from quick monitor
area.
14. Automatically launch alerts, warnings, error popup windows in case there is
an error in the system.

Group Specification Item Detailed Specification Remarks


System Display wall PANELS OF 65" DIAGONAL IN A (1) X (1) CONFIGURATION COMPLETE WITH
STANDARD WALL MOUNT
Display technology Liquid Crystal Display
Display size and The diagonal size of each display unit/ module shall be 65” with a native resolution of at
resolution least 1920x1080 pixels
Light source LED
Brightness 360 Cd/m2
Color 1.07 Billion
Response time 8ms
Viewing angle H:178° V:178°
Contrast ratio should be minimum 4000:1
Architecture The control box and power supply should be in the same housing to ensure quick
swapping of module for repair with minimum downtime
Signal Input terminals  HDMI IN X1
Interface  DVI INX1
 VGA IN X1
 PC Audio –In X1
 YPBPR IN(BNC)X1
 AV INPUT X4
 Audio IN (RCA)X1USBX2
 Video Out BNC X1
 Audio Out (RCA)X1
User Power control: 1 AC power ON/OFF switch
controls Wire control: RS232C/ RS422 input
Electrical AC power input 100 V ~ 240 V, 50-60 Hz.
Power consumption Normal operating should be <270 W
Life Time 50,000 hours
6:- Technical Specification of Industrial Grade Display System For Local Control
Room(L.C.S.) i.e. 65”Industrial Grade LCD Monitor
 Qualification Requirements

 The OEM should be present in India with own manufacturing facility from
minimum 5 years.
 The OEM should have service centers spread all over India.

7:-Technical specifications for Intstruments and Cabling

A)-Electromagnatic Type OR Ultrasonis Flowmeter

Special Note- In case of bidder supplying ultrasonic flowmeter then it should be


clamped On type without any requirement of periodic gel application.

 SPECIFICATIONS OF ELECTRO MAGNETIC FLOW METER


Electrical
Power Supply : 24 VDC OR 90 V AC to 265 V AC, 50/60 Hz
Power consumption : 35 W (max.)
Output : a) 4-20 mA Isolated (Max. Load 800 Ohms).
b)2SPDT Relay. Programmable relay function
Max. rating 2A at 230 Vac for non-inductive
Load.
c) Pulse output: 24 VDC Pulse Isolated (min.
Load 150 Ohms)
Option Frequency output of 0 to 1KHz full
scale
Accuracy : ± 1% of flow rate
Repeatability : ± 0.1 % of F.S.D
Time constant : 0.8 to 8 seconds adjustable
Minimum conductivity : 5 μS/cm (Micro Siemens/centimetre)
Display : 16 x 2 Alphanumeric LCD, in multiple -
Engg. units
Data Entry : 2 Hall Effect Switches
Flow data : Bi-directional Flow with separate
totalizers
for forward and reverse flow
: Empty Pipe Detection with Low
Flow Cut off
Diagnostics : Built in with Data retention in case
of power failure.
Password protection
Enclosure
Housing material : Cast Aluminium
Paint : Polyurethane
Cable entry : M 16 (3 No.) suitable for cable diameter
from
4.5 mm to 10mm
Controller mounting : Integral with sensor or Wall
mounted
Ambient Temperature : - 20 deg. C to + 60 deg. C
Protection : IP 67
Sensor
Nominal Bore : 10 NB to 600 NB
Meter Lining : Rubber
Electrode Material : SS 316
Metering pipe Flanges : Low carbon steel, ASA 150 # flanges
Metering Pipe Material : SS 304
Sensor Body Material : Sheet Steel
Protection : IP 68
Process Temperature : + 80 deg. C
Process Pressure : Up to Size 200 NB: 16 bars
Sizes above 200 NB:10 bar
Certification : CE certified, RoHS from DNV & FM approval
FM Certified
B)- Technical specification of Smart Pressure transmitter
- Range as per site requirement
 Working Principle : Micro - Capacitance Silicon sensor
 Type : Smart Microprocessor based, 2 wire
 Output : 4 – 20 mA DC with Digital
Communication (HART protocol)
 Power Supply : 10.5 – 45 V DC
 Field Communication : Adjustment through push buttons onLCD”
or Hand-Held HART
Calibrator OR Remotely by PC
Possible
 Span & Zero Adjustment : Local & Remote
 Accuracy : 0.065 % of calibrated Span
 Drift / Stability : ±0.1 % of URL for 10 years
 Ambient Temp : - 40oC to 85oC
 Process Temp. Limits : - 40oC to 100oC
 Humidity : 0 to 100 % RH
 Load Impedance : 577 ohm at 24 V DC
 Diagnostic : Self indicating feature
 Supply voltage effect : Less Than 0.005% of calibration
span per volts
 Temperature effect : Less than ± 0.05% of span per 100 C
 Zero Elevation & suppress : Anywhere within the range limits
maintainingmin allowable
span
 Turn on time : Less Than 10 sec
 Damping : 0.06 to 32 sec (configurable)
 Vibration effect : Better than ± 0.2 % of span per g at 200 Hz
in any axis
 Response Time : Less Than 150 msec
 Over Range Pressure : Capable of withstanding over pressure upto 3
Times
 Update Time : Better than 50 msec
 Housing : Die cast aluminum alloy finished
with polyester coating
 Protection class : IP 67
 Wetted Parts : SS 316
 Flange material : SS 316
 Diaphragm material : SS 316L
 Process Connection : G ½” male
 Electrical connection : ½ NPT
 Mounting Brackets : Provided (SS)
 Turndown Ratio : 100: 1

C)-DELETED

D)- Technical Specification of Radar Type Level Transmitter

 FUNCTIONAL/PHYSICAL

Type:6” horn configuration


Measurement: Pulse burst radar @ 26 GHz
Measured Variable: Level, determined by the time-of-flight of radar pulse reflections
Span: 15 inches to 40 feet (380 mm to 12.2 m) measured from threads
Output: 4 to 20 mA with HART: 3.8 mA to 20.5 mA useable (per NAMUR NE43)
Resolution: Analog 0.01 mA
Loop Resistance: 591 ohms @ 24 VDC and 22 mA
Diagnostic Alarm Selectable: 3.6 mA, 22 mA (meets requirements of NAMUR NE
43), or HOLD last output
Diagnostic Indication Meets requirements of NAMUR NE107
Damping Adjustable :0-45
Keypad: 4-button menu-driven data entry
Display Display:2-line 16-character displa
Digital Communication HART Version 7–with Field Communicator, AMS, or FDT
DTM (PACTware™), EDDL
Power (Measured at instrument terminals) HART: General Purpose (Weather
proof)/Intrinsically Safe/Explosion-proof:11 VDC minimum
Housing Material: IP67/die-cast aluminum A413 (<0.6% copper)
Cable Entry 1⁄2" NPT
SIL 1 Hardware (Safety Integrity Level):
Functional Safety to SIL 1 in accordance with IEC 61508
 ENVIRONMENT

Operating Temperature with LCD viewable: -20° to +70° C


Electromagnetic Compatibility Meets CE requirement Meets CE Requirements: EN 50081-2,
EN 50082-2
Surge Protection: Meets CE Requirements: EN 61326 (1000 volts)
Shock/Vibration: ANSI/ISA-S71.03 Class SA1 (Shock); ANSI/ISA-S71.03 Class VC2
(Vibration)
Reference Conditions: Reflection from ideal reflector at +20° C
Linearity: ±0.3 inch (8 mm) or 0.1% of tank height (whichever is greater)
Measured Error ±0.3 inch (8 mm) or 0.1% of tank height (whichever is greater)
Resolution :0.1 inch or 2.5mm
Repeatability: ±0.2 inch (5 mm) or 0.05% of tank height (whichever is greater)
Response Time: <2 seconds (configuration dependent)
Initialization Time :< 30 seconds
Ambient Temperature Effect:0.05% per 10° C

E)- SMART Energy Meter

Sr. No. Description Specification


1 Type True RMS
Microcontroller based design, 2W 1
 4W/3  3W Balance & unbalanced
operation
2 Accuracy class 1/ 0.5
3 Cut out size 92 x 92 mm Bezel: 96 x96 x mm
4 Suitable for Multi parameter monitoring
5 Display Seven Segment display
6 Casing Compact 96 x 96 DIN enclosure
7 Key Pad 4 Functional keys to scroll through display
pages for system values and programming
parameter.
8 Auxiliary Supply 100-240V AC 50 Hz /110-240V DC

9 Voltage Input Up to 480V (field configurable)


10 Current rating 5A or 1A AC (field configurable)
11 CT overload capacity 4000% of rating for 1 sec., 2000% for 4
sec., 120% continuous
12 Operating P.F. ZERO LAG to UNITY to ZERO LEAD
13 Communication RS 485 output port Standard MODBUS for
all power parameters including harmonics.
It should be possible to monitor real time
vector chart using software.
14 Operating Temperature 0 to 55° C
15 Storage temperature -200C to +700C
16 Humidity 90% RH, non-Condensing

F)-Actuator:

All gate valve along with motorized Actuators specifications shall be


supplied by the tenderer. The installation of gate valves with actuators is
responsibility of the SCADA Vendor.
 All the valves shall be operated by an electro mechanical actuator,
comprising of motorized gear train and screw assembly which drives the
valve stem. The actuator shall be supplied with the following accessories.
 3 phases, 415 V, + 10%, 50 Hz. + 5%, A.C. squirrel cage induction motor.
 Reduction gear unit.
 Torque switch mechanism complete with set of torque switches.
 Limit switch mechanism complete with set of limit switches.
 Hand wheel for manual operation.
 Hand-auto changeover lever with suitable locking arrangement.
 Local control switch / push buttons.
 The actuator shall be suitable for operation in the climate conditions and
power supply
conditions given in the specification. The actuator shall be capable of
producing not less than 1½ time the maximum required torque and shall be
suitable for at least 15 minutes continuous operation.

 Valve operational requirements:

 The operation of valves must be sequential w.r.t the pump operation. As the
pump starts,
the valve shall start to open and reach 70% opening (identified by a limit
switch) only
after the complete pressure / full pump speed is reached, does the valve
open 100%; the
operation of this valve shall be based on time sequence w.r.t start time of
respective
pump.

 Actuator Specifications

Sr. No. Description Specification


1 Type Three phases rotary / linear, multiturn
2 Enclosure Standard / weather proof
3 Output speed 10-426 RPM
4 Output torque max. 30 MKG
5 Locking system Self locking
6 Drive kW/HP 0.75/1 to 2.2/3
7 Drive Speed 1500/3000
8 Maximum Axial Thrust Capacity 12000 kgs
9 Output shaft designs As per DIN 3210
10 Mechanical stopper Adjustable for gear box only
11 Coupling to suit Butterfly valves, gate valve
12 Gear reduction ratio 100:1 (max)
13 Type of gear box Spur gear/worm gear
14 Supply Conditions
a. Rated voltage 415 VAC ± 10%
b. Rated frequency 50 Hz ± 5%
c. Combined variation ± 10%
d. NO. of Phases 3 Phase (4 wire)
15 Reference Standards I. S. 325, IEC34, VDE 0530,BS 2613
16 Type of motor TEFC (Totally Enclosed Fan Cooled,
Squirrel cage, induction.) / TESC (Totally
Enclosed Surface Cooled) for IP 68/
TENV (Totally enclosed naturally)
17 Drive Frame Size 80/90
18 Rotor Class KL 60
19 Protection IP 68 as per IS 13947 Part I 1993
20 Class of Insulation Class 'F' with temperature rise restricted
to class 'B'
21 Duty cycle As per IS 325 - S1 continuous (S4 –
Modulating as a special case) OR (S2 - 15
/ 30 min as a special case.)
22 Method of starting DOL - Direct on line with suitable
actuator panel
23 Reference ambient temp 50° C
24 Motor paint corrosion proof epoxy resin paint
25 Motor duty S1 Duty motor suitable for
3 Nos. of consecutive starts in hot
condition
8 Nos. of starts distributed over 15
minutes
26 Travel Switches 1 NO + 1 NC
27 Micro Switch
a. Torque Switches 1 NO + 1NC
b. Travel / Torque Switches 2 NO + 2 NC

 Actuator Panels

 wall mounting type


 non compartmentalized
 dust and vermin proof, IP 66 protection
 1.5mm CRCA sheet, powder coated with Siemens grey shade, 2mm CRCA sheet door
 Mounting plate 2.5mm CRCA sheet
 415 V , 50 Hz
 size 500mm(W) x 700 mm(H) x 250 mm (D)
 single door, bottom gland plate, earthing terminal

 Isolation Transformer

 Primary: 0-380V-440V-470V
 Secondary: 0-230V

Nominal Voltage 200/208/220/230/240 Vac (single phase)


Voltage Range 100 ~ 300Vac(full load) *
Current Harmonic <5%(full load)
Distortion
Input Power Factor >0.99(fullload)
Frequency 40 ~ 70Hz
Electrical Connection Terminal block
Voltage 200/208/220/230(default)/240 Vac (single phase)
Voltage Harmonic ≤ 2% (linear load)
Distortion
Voltage Regulation ±1%(static); ± 2% (typical)
Frequency 50or60 ± 0.05Hz
Output Overload Capability 106 ~ 110%:10 minutes;
111~ 125%:5minutes;126 ~150%:30seconds
Electrical Connection Terminal block
CrestFactor 3:1
Nominal Voltage 192VDC 240VDC
Battery & Standard Charger (Built-in): 4A (adjustable)
Charger Current Extended Charger Internal: 4A (maximum) and External: In
Charger steps of 4A
Electrical Connection Delta standard cable
LED AC input, Battery, Bypass, Fault
Display Input/Output/Bypass(voltage,frequency),Loadingandbatter
LCD(Multi-Language) ylevel,RemainingruntimeAbnormalmessageandintelligent
self diagnosis
Standard RS232 x1,SNMPslotx1, Smart slot x1,Parallel portx1
Managemen SNMP Slot SNMPcard,Modbuscard, RelayI/Ocontrolcard, Enviro Probe,
Interface t Peripherals SNMP hub
Smart Slot MiniSNMPcard,
MiniModBuscard,MinirelayI/Ocontrolcard,USB card,TVSS
card
Safety CE,TUV, EN62040-1-1
Conformance EMC CISPR22 Class A, EN50091-2, IEC 61000
Parallel Redundancy 1+1redundancy
Remote Control REPO(Remote Emergency Power Off); ROO(Remote
On/Off)
Others Common Battery Feasible
Installation
Railkit; Maintenancebypass box;Externalbatterypack;
Optional Accessories Internal chargerboard;
Externalchargerbox;Externalchargerboard;Dust filter

Online 92%(fullload)
Efficiency Mode
Overall ECO Mode 96%(fullload)
Temperature 0 ~ 40°C
Relative Humidity 0 ~ 95%(non-condensing)
Audible Noise 54d BA(at one meter)
 Capacity: 300 VA
Insulation: 2.5 Kv
 Rated Temperature: 55 deg. C
 Frequency: 50 Hz, with required DIN rail mounted glass fuse type 4 sq. mm screw
terminals and
with extended bottom mounting angle; in output side to provide wago make push in
type terminals 4 sq mm rating.

G)-Uninterruptible Power Supply (UPS) with 45 minutes batteries backup on full


load
(Single Phase 5-10 kVA as per site requirment)

 Technical Specifications

H)-Control panel with HMI & switch gear


 Control panel enclosure should be from CE/UL/TUV/CSA/LLOYDS
REGISTER certified, Make- Rittal only
 Drawing and test report should be submitted with panels.
 MCCBshouldbeatleast25KAcapacities.
 Type2coordinationshouldbefollowed
 Dimension shall be min 600mm (W)x1600mm(H)x500mm (D)
 Enclosure must be IP54
 Sealing gasket must be Neoprene (liquid foam must not be used)
 Mounting plate must be 3mm in thickness
 1.5mm CRCA sheet, powder coated with Siemens grey shade, 2mm CRCA
sheet door Mounting plate 2.5mm CRCA sheet
 Panel should be modular construction type on a frame which should be having
9-fold profile.
 Mounting plate should be adjustable & removable
 Bottom gland plate shall be in three parts
 Locking system must be three-point locking type

 HMI Specification

 Minimum7”wide800X480PixelLCDdisplaywithback-littodisplay.
 InbuiltEthernet,USBminiport,USBtypeAforreportgeneration,datalodging,485Por
tembedded.
 64000colors
 Luminance :450cd/m2
 Real Time Clock
 Front panel: IP65
 Touch Screen
 Facility to connect printer directly
 Serial and parallel printing option
 Make: -Proface/Schneider/Allen Bradley/ABB/Fuji

I: -Technical Specification of Desktop / PC FOR MCS / LCS

Processor:6th Generation Intel® Core™ i3-6100 processor (3MB Cache, up to 3.70


GHz)
or
Processor:6th Generation Intel® Core™ i5-6500 processor (6MB Cache, up to 3.20
GHz)

Common Specs

Operating System: Windows 10 Professional 64bit English


Monitor: 22” LED
Memory: 4GB, DDR4, 2133MHz
Hard Drive: 1TB 7200 rpm Hard Drive
Video Card: Intel® HD Graphics 510 with shared graphics memory (for i3 Desktop)
Intel® HD Graphics 530 with shared graphics memory (for i5
Desktop)

Optical Drive: Tray load DVD Drive (Reads and Writes to DVD/CD)
Data transfer rates up to 3,600 KB/s (CD read/write)
Data transfer rates up to 10,800 KB/s (DVD read/write)
Ports & Slots
1. Power on button
2. Audio in & Audio Out Jack
3. (2) USB 3.0 ports,
4. Tray Load Optical drive
5. Air vent
6. Line in/out and microphone port
7. VGA port
8. DVI port
9. (4) USB 2.0 ports
10. Expansion card slots
11. Power supply unit
12. Network port

Wireless: None
Networking
LAN: Integrated 10/100/1000 Ethernet Controller
Technology: RTL8111G-CG
Data transfer speeds: up to 10/100/1000 Mb/s
Transmission standards: 1000BASE-T Ethernet
Power: 80W Internal PSU

I- Auto phase reversal unit:-The unit should be suitable for automatic phase
correction in the output so as to prevent the motor from running in phase reversal. On
change of phase sequence in the input side the unit should automatically sense the
phases and correct the phase sequence in the output. The switchgears used should be of
suitable rating of the starter panel with the same makes as that used in the starter
panel.

J- IP Camera configuration:
The camera should be compatible with SCADA & should have feature to display the remote
images within SCADA environment in same software.

Image Sensor 1/3” progressive scan CMOS


Min. illumination
0.01 lux @F1.2, AGC ON, 0 lux with IR
Shutter time 1/3s ~ 1/100,100s

Lens 4mm @ F2.0 (6mm optional), Angle of view: 79°(4mm), 49°(6mm)

Lens mount M12


Day & night ICR
Digital noise reduction 3D DNR
Wide dynamic range Digital WDR
Compression Standard
Video compression H.264 / MJPEG
H.264 codec profile Main profile
Bit rate 32 Kbps ~ 16 Mbps
Dual stream Yes
Image
Max. Image
1920 x 1080
Resolution

50Hz: 25fps (1920 × 1080), 25fps (1280 x 720) 60Hz: 30fps (1920 × 1080), 30fps
Frame rate
(1280 x 720)

Saturation, brightness, sharpness, contrast, sharpeness adjustable through client


Image settings
software or web browser
BLC Yes, zone configurable

Network
Network storage NAS
Motion detection, line crossing detection, tampering alarm, scene change
Alarm trigger detection,
face detection, intrusion detection
TCP/IP, ICMP, HTTP, HTTPS, FTP, DHCP, DNS, DDNS, RTP, RTSP, RTCP,
Protocols PPPoE, NTP,
UPnP, SMTP, SNMP, IGMP, 802.1X, QoS, IPv6, Bonjour
System compatibility ONVIF, PSIA, CGI
General functionalities User Authentication, watermark, reset button
Interface
Communication
1 RJ45 10 M / 100 M Ethernet interface
interface
General
Operating conditions -30 °C ~ 60 °C (-22°F ~ 140 °F) humidity 95% or less (non-condensing)
Power supply 12 VDC ± 10% , PoE (802.3af )
Power consumption Max. 5W (max. 7W with ICR on)
Weather proof rating IP66
IR range Up to 30m

K-Cable: Following types of cables shall be supplied, laid and terminated as per
instructions provided.
o Copper 1.5 Sq. mm control cables from REMOTE TERMINAL UNIT panel
to field sensors.
o Control cables for Aux. Supply to transducers
o GSM / GPRS cable between MCS/REMOTE TERMINAL UNIT and
modems
o Any other cables required for the job.
o Control cables shall be of 1100 Volts grade,
Tinned annealed electrolytic solid copper
conductor, PVC insulated, extruded PVC
inner sheathed, and overall PVC sheathed
conforming to IS 1554-I/1988.
o Communication cable if used anywhere
shall be twisted pair multi-core 1.0 Sq mm,
Braided & Aluminum Foil Shielded &
Screened as per Belden standards.

Cable Installation Specifications

o The contractor shall follow all the ISI rules & regulations.
o Cable shall generally be installed in trenches and buried in ground
except for some short run in trays below the floor. Cables are laid
on trays and risers shall be neatly dressed and clamped at an interval
of 1500 mm and 900 mm for horizontal and vertical cable runs.
o The clearance between electrical power & data cables must be
maintained 6” min. throughout the route.
o The crossing of electrical power & SPS cable shall be at 90° only.
o The shield of cable must not be removed up to cable entry to I/O.
o The twist of cable must be maintained up to final termination.
o The insulation twist shield shall not be damaged while pulling the
cable.
o The termination and connection of cables shall be done strictly in
accordance with drawings and/ or directed by the Engineer. The work
shall include all clamping, glanding, fitting, fixing, tapping, crimping
and grounding as required.
o The vendor shall perform all drilling, cutting on the gland plate and
any other modification required and plugging the extra holes. The
vendor shall provide on control cable cores at all terminations.
Termination and connections shall be carried out in such a manner as
to avoid strain on the terminals.
o The vendor shall supply the required cable glands of suitable type and
size. Cable glands shall be of heavy duty, tinned brass, single/ double
compression type complete with necessary armor, clamp and tapered
washer etc. Cable gland shall match with the size of different control
cables. They shall provide dust and leak proof terminations.
o The vendor shall make every effort to minimize wastage during
erection work. In any case, the wastage shall not exceed 2.5 % for
total quantity of cable supplied.
General Installation
o The transducers shall be mounted on bakelite sheet of suitable size
and then they shall be mounted in the panels.
o Phasing out NO/NC contacts in panels for breaker auxiliary switch
for on/off indications, along with necessary wiring.
o Phasing out of spare NO/NC contacts in panels for “Auto Trip”
indication with necessary wiring.
o Installation, earthling, testing and commissioning of REMOTE
TERMINAL UNIT panel along with necessary wiring for above
mentioned points.
o Supplying, installation, testing and commissioning of hardware,
peripherals etc.
o Supplying, installation, testing, customization of software’s.
o Submission of cable schedules, wiring schedules, test reports, final
“AS BUILT” drawings etc.
o Handing over the system as a whole after becoming fully operational
to the Enigma.
o Although it may not be specified here, but all other work required
for successful installation, testing and commissioning shall be in
vendor’s scope.

Installation of instruments
o Flow meters if asked for shall be installed according to the
recommended practices to ensure full bore arrangement; installation
shall be carried out with all necessary fittings and fixtures by piping
vendor; supply, testing and performance guarantee of the flow meter
to CUSTOMER shall be a part of the contract of SCADA Vendor; the
installation which shall be kept under the scope of piping vendor,
shall in any case be carried out under the supervision of SCADA
vendor.
o Instruments like Level transmitter shall be installed by SCADA Vendor
only according to accepted standards and specifications.
o Valves shall be provided by CUSTOMER and shall be installed and in
operating condition; SCADA Vendor shall install their Actuators
suitably selected to operate the valves according to the logic desired
by client.
o Necessary loop power supply for operation of instruments like Valve
etc shall be provided by CUSTOMER.

ADDITONAL TECHNICAL SPECIFICATIONS

 Miscellaneous Field Equipment:


 Instrumentation Cables:
 i. Cables for 24 V DC signals & 4-20 mA DC signals : 660 V/1100 V
annealed, tinned, high conductivity 1.0 sq.mm stranded copper conductor,
extruded PVC insulated two/three cores twisted into pair/traid, laid up
collectively, individual pair/traid shielded and overall shielded with aluminium
mylar tape, ATC drain wire run continuously in contact with aluminium side of
the tape, inner sheathed with extruded PVC, armoured with galvanised steel
wire, overall sheathed with extruded FRLS PVC conforming to IS 1554, BS:5308 &
IEC:189 Part II.
 ii. Cables for 230 V AC/ 110 V DC signals: 660V/1100 V grade multi core
cables, multi stranded high conductivity annealed 1.5 sq.mm. stranded tinned
copper conductor, extruded PVC insulated, inner sheathed with extruded PVC,
armoured with galvanized steel wire, overall sheathed with extruded FRLS PVC
conforming to IS 1554, BS: 5308 & IEC: 189 Part II.
 Cabinets for Field Instruments:

 i. It shall be fabricated from cold rolled steel with powder coating sheet
of minimum 2 mm thick and shall be suitable for wall mounting or pedestal
mounting as required.
 ii. The cabinet shall be properly painted from inside by white paint and
from outside by paint shade RAL 7032.
 iii. The cabinet shall conform to IP-54 protection and shall have built- in
locking facility.
 The cabinet shall be earthed properly. A steel plate/pipe,as per the
requirement, shall be provided in the cabinet for mounting the instrument and
accessories.

 Mounting:
i. All equipment on front of panel shall be mounted flush or semi flush. In
case of semi-flush mounting, only flange or bezel shall be visible from the
front. Equipment shall be mounted such that removal and replacement can
be accomplished individually without interruption of service to adjacent
equipment. Equipment mounted inside the panel shall be so located that
terminals and adjacent devices are readily accessible without the use of
special tools. Terminal markings shall be clearly visible.
ii. Cut-outs and wiring for free issue items, if any, shall be according to
corresponding equipment manufacturer's drawing. Cut-outs, if any, provided
for future mounting of equipment shall be properly blanked-off. Wherever
required, panels shall be matched with other panels in the control room in
respect of dimensions, colour, appearance and arrangement of equipment
on the front.

 Earthing for Instruments:

The panel shall be equipped with an instruments earth bus securely fixed
along the inside base of panel. All metallic cases of relays, instruments and
other panel mounted equipment and cable shields, shall be connected to
the instrument earth bus. Looping of earth connections which would result
in loss of earth connection to otherdevices when the loop is broken shall not
be permitted. However, looping of earth connections between equipment to
create alternative paths to earth bus shall be provided. A separate
instrumentation earth bar mounted on insulating supports (a ‘clean’ earth)
shall be provided within the panels. Instrumentation and control cable
screens shall be connected to this earth. Earth for instruments shall be
separate from electrical station earth.
 Frame Earthing:
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 panel. The minimum section of the earth
bar shall be 25 mm x 3mm. Connection of the earth bar to the
station earth shall be carried out by Contractor.

 Space Heater:

Space heaters of adequate capacity shall be provided inside control panels


to prevent moisture condensation on the wiring and panel mounted
equipment when the panel is not in operation. The heaters shall operate on
230/110 V AC. Heaters inside the panels shall not be mounted close to the
wiring or any panel mounted equipment. The operation of heaters shall be
controlled by thermostats.

 Interior Lighting and Receptables:


Each panel shall be provided with either a fluorescent or filament lighting
fixture rated for 230V,
1 phase, 50 Hz supply for the interior illumination of the panel during
maintenance. The illumination lamp shall be operated by door switch as well as
manual switch. Each panel shall be provided with 230V, 1 phase, 50 Hz,
combined 5 amps and 15 amps, 3 pin receptacles with a switch and neon
indicating. The receptacle with switch shall be mounted inside the panel at a
convenient location.

Voltage Level and Power Supply Units Voltage levels for control schemes and
power supply for
instruments shall be limited to regulated 24 V DC.

 Labels :

All the equipment mounted on the front facing of control panel as well as
equipment mounted inside the panels shall be provided with individual
labels with equipment designation engraved. The labels shall be mounted
directly below the respective equipment. Also the panel shall be provided at
the top with a label engraved with panel designation.
i) Switches and Miniature Circuit Breakers (MCBs): Each control panel shall
be provided with necessary arrangement for receiving, distributing, isolating
and protecting of DC and AC supplies for various control, signaling, lighting
and space heater circuits. The incoming and sub-circuits shall be separately
provided with Miniature Circuit Breakers (MCBs). Potential circuits for
relaying and metering also shall be protected by MCBs.

Terminal Blocks:
Terminal blocks shall be 660V grade, 20 amps rated, one-piece moulded,
complete with stud type terminals, washers, nuts and lock nuts and
identification markings. Terminal block design shall include a white fiber
marking strip with clear plastic, hinged terminal covers. Markings on the
terminal strips shall correspond to wire numbers on the wiring diagrams. All
spare contacts and terminals of the panel mounted equipment and devices
shall be wired to terminal blocks. There shall be a minimum clearance of 250
mm between the first row of terminal blocks and the associated cable gland
plate. Also the clearance between two rows of terminal blocks shall be a
minimum 250 mm. Panel internal wiring shall not be looped directly from
instrument to instrument. The same shall be looped through the panel
terminal block only. If accidental short circuiting of certain wires is likely to
result in malfunction of equipment, such as closing or tripping of a breaker
or positive and negative wires, these wires shall not be terminated on
adjacent terminal blocks.

 Cable Supports
All external cables shall present a neat appearance and shall be suitably
braced, placed in troughing clipped or laced to prevent effects of vibration.

 Terminal Identification
Every terminal and test plug shall be uniquely identified within the
terminal cabinet by means of a terminal number. Appropriate labels shall be
used to permit quick and unambiguous identification of each terminal and
test plug.

 Painting of Control Panel:


 All sheet steel work shall be phosphated in accordance with the
following procedure:
 Oil, grease, dirt and swarf shall be thoroughly removed by emulsion
cleaning. Rust and scale shall be removed by trickling with clean water followed
by final rinsing with dilute dichromate solution. The control panel shall be
powder coated with thickness of coating of minimum 60 microns shall be
provided. QA test certificate shall be furnished for thickness adhesion and
hardening of powder coating.
 Service : For Automatic operation and monitoring of pumps
 Type : Free standing
 Construction : Prefabricated and modular construction
 Sheet Material : Cold rolled sheet steel
 Sheet thickness : 2 mm for all the sides, 3 mm for gland and mounting
plate
 Internal Lighting : Required
 Cable Entry : Bottom
 Access : Front and Rear
 External Colour of the panel : RAL 7032
 Internal colour of the panel : Glossy white / RAL 7032

Inspection And Testing Requirements


 To ensure that a well engineered and contractually compliant system is
delivered by the Contractor, the following tests shall be performed.
 a) Site Acceptance Test (SAT).
 b) Site Acceptance Tests (SAT):Site Acceptance Testing activities shall
include the following:
 Pre-Commissioning/Commissioning checks and tests for Instrumentation
Systems
 The Contractor shall carryout the pre-commissioning/commissioning
checks and tests listed below and submit the report of the sameto Engineer’s
Representative. The pre-commissioning /commissioning checks listed below are
indicative and the Contractor shall prepare and submit for approval by the
Engineer’s Representative the pre commissioning /commissioning program
proposed by him.If during the pre-commissioning/commissioning checks and
tests itis found that a instrument needs re-calibration then the instrument shall
be re- calibrated by the Contractor at no extra cost to the purchaser and the test
reports of the re-calibration shall be submitted to the Engineer’s Representative
for approval/record.
8 Online Instruments Specifications

8.1 Level measuring system

Ultrasonic level meters


Ultrasonic level measuring devices applied for liquid level measurement shall
comprise of level sensor / transducer, level transmitter, digital level indicator /
remote indicator, control unit and any other items required to complete the level
measuring system.

The transducer shall be suitable for flange or bracket mounting as required. To


reduce the effect of sewage turbulence in wet wells / tanks, averaging facility
should be provided in the transmitter unit for providing steady readings.
The design and application of the ultrasonic level measuring system shall take into
account the vessel / sump / wet well / channel construction, the material, size,
shape, environment, process fluid or material, the presence of foam, granules,
size etc.

In case of ultrasonic level sensor, the installation shall avoid any degradation of
instrument performance due to spurious reflections, absorption, sound velocity
variations, sensor detection area, temperature fluctuations, specific gravity changes
and condensation. For applications where spurious reflections are unavoidable the
control unit shall be provided with facilities for spurious reflection rejection. If
turbulence exists, shielding, stilling tubes or other measures shall be provided to
avoid effects on the measurement.

Technical specifications

Measuring Principal : Ultrasonic


Application : H2S laden atmosphere and other
poisonous gases,
Corrosive Waste Water
Environment
Safety : Explosion Proof or Intrinsically Safe
Range : As required at site
Accuracy : ± 0.25% of measured value or better
Resolution : 2mm or 0.2 percent of range,
whichever is greater
Blanking Distance : As short as 0.3 meters
Beam Angle : 12 degrees or less
Temperature compensation : Integral
Mounting
a.) Sensor : Flange or bracket
b.) Transmitter / Controller : Wall, Panel, Pole
Protection Category
a.) Sensor : IP-68
b.) Transmitter / Controller : IP-66 (NEMA 4X)
Transmitter / Controller Type : Microprocessor Based
Diagnostic : Inbuilt
Display : LCD with LED backlighting
Power Supply : 230 V AC ± 10%, 50 Hz
Analog Output : Isolated 4 – 20mA
Relay Contacts : Minimum of 3 SPDT contacts
Zero & Span : Field Adjustable
Operating Temperature : 0 to 50°C
Communication Protocol : Open Protocol like MODBUS,
PROFIBUS, etc.
Sensor Cable : Integral to sensor
Cable Length : As per site requirement

8.2 Ultrasonic differential level measurement


The ultrasonic type differential level measuring system shall consist of ultrasonic type
level sensors on upstream and downstream of screens, differential level computer /
transmitter and indicator. The flow computer / transmitter shall be microprocessor
based and shall have facility for programming (i.e. adjustment of set points) while the
sensor shall be capable of adjustable datum setting facilities.

The differential level control shall be done by two ultrasonic sensors, one before and
one after the screen to sense the differential level through the screen and give a signal
to the control to start the screens operation as soon as a preset differential level is
reached. After receiving the level signal the control shall start and operate the screen as
long as the preset level difference appears.

Technical specifications

Measuring Principal : Ultrasonic


Application : H2S laden atmosphere and other
poisonous gases,
Corrosive Waste Water
Environment
Safety : Explosion Proof or Intrinsically Safe
Range : As required at site
Accuracy : ± 0.25% of measured value or better
Resolution : 2mm or 0.2 percent of range,
whichever is greater
Blanking Distance : As short as 0.3 meters
Beam Angle : 12 degrees or less
Temperature compensation : Inbuilt
Mounting
a.) Sensor : Flange or bracket
b.) Transmitter / Controller : Wall, Panel, Pole
Protection Category
a.) Sensor : IP-68
b.) Transmitter / Controller : IP-66 (NEMA 4X)
Transmitter / Controller Type : Microprocessor Based
Diagnostic : Inbuilt
Display : LCD with LED backlighting
Power Supply : 230 V AC ± 10%, 50 Hz
Analog Output : Isolated 4 – 20mA
Relay Contacts : Minimum of 3 SPDT contacts
Zero & Span : Field Adjustable
Operating Temperature : 0 to 50°C
Communication Protocol : Open Protocol like MODBUS,
PROFIBUS, etc.
Sensor Cable : Integral to sensor
Cable Length : As per site requirement
Compliance Table
The bidder shall fill in the following compliance tables fully detailing the level of compliance and how
the
level of compliance is achieved.

Description Compliance
1. SCADA Architecture √
Client / Server architecture YES / NO
Standalone single server operation YES / NO
Additional servers for user load sharing YES / NO
Fully automated data transfer between servers YES / NO
A scalable fully distributable architecture YES / NO
Configurable from a single client YES / NO
Redundancy shall be handled by the database YES / NO
Configurable compression of data communications YES / NO
Change reporting on Client/Server and Server/Server YES / NO
Capable of operating Client/Server and Server/Server links over low to medium speed channels YES / NO
SCADA should be having a capability to integrate with IP camera/ CCTV and should able to display the YES / NO
remote images within SCADA environment.

2. Operator Interfaces
Multiple local and remote clients YES / NO
Display facilities shall be available via LAN, WAN and dial-up connection. YES / NO
Display clients shall be supported as Thin Clients YES / NO
Integrated desktop Web capability YES / NO
Changes made to the SCADA server shall require no additional steps YES / NO
SCADA Software shall provide an Android™ and iOS™ based mobile client and server system YES / NO
3. Configuration
Seamless On-line configuration of all database parameters including but not limited to: YES / NO
- Communication channels
- PLC/RTUs
- Points
- Sequences
- Schedules
- Alarm redirection
- Mimics
- Trends (historical and ad-hoc)/graphs
- 3D Plots
- Reports
Configuration changes shall be capable of being made from local and remote workstations YES / NO
Changes should be updated automatically in local caches where appropriate YES / NO
Look and feel of the SCADA system, including default field values, shall be configurable YES / NO
Possible to calculate the value of internal points without using logic YES / NO
4. Alarm Management
Facilities where actions can be triggered by alarms. These facilities shall be provided as a built- YES / NO
in integrated part of the system”
- Configuration criteria for alarm actions
- Escalate Alarm priority
- Delivery of alarm to users via SMS
- Delivery of alarm to users via E-mail
- Trigger other actions including sequences
Description Compliance
Integrated paging facilities YES / NO
Tracking of alarms YES / NO
Alarms from all systems shall be combined and filtered, based on user privilege and areas of YES / NO
responsibility
5. Event Journal
Built-in feature YES / NO
Separate from Alarm List YES / NO
Ability to insert user comments YES / NO
Event lists shall be obtainable through an SQL-like query YES / NO
Event data is to be stored in a time-series relational database YES / NO
The event journal shall support the following: YES / NO
- ODBC / SQL interface to event data
- Filter and browse via full function display client and Web Client
6. Historical Data
In-built historian without the addition of external software components YES / NO
Time-series relational database YES / NO
ODBC / SQL interface to historical (trend) data YES / NO
Historical data to be stored with time-stamp, point quality, alarm status YES / NO
Historic storage is to be based on configurable criteria YES / NO
Compression capability YES / NO
Capability to backfill this data in to the historian YES / NO
A programmable API YES / NO
Fixed and user configurable views of the historic data tables YES / NO
Validate historic data prior to exposing it externally to the SCADA system YES / NO
Selectable archiving rates YES / NO
Point-by-point storage compression regimes YES / NO
Annotation on history samples YES / NO
Modification of historic data for normalization and correction YES / NO
Auditing of modified or annotated history YES / NO
7. System Security
High level of inherent security YES / NO
Security access down to data point level YES / NO
Support individual Users and User Groups YES / NO
Restricted access to sensitive system information based on user privilege YES / NO
Full function client interfaces shall require explicit administrative configuration to valid YES / NO
connection to the SCADA server
Web interface facilities shall provide the capability to operate the Web interface using SSL and YES / NO
encrypted data
Web functionality shall be provided in an integrated way with the web server facility tightly YES / NO
coupled with the SCADA database
Support for Windows Authentication YES / NO
8. Open Connectivity
Inherent OPC and ODBC database connectivity YES / NO
Integration with desktop Microsoft products YES / NO
OPC Data Access YES / NO
ODBC YES / NO
OPC Historic Data Access / Alarm & Event YES / NO
OLE Automation interface YES / NO
.NET support YES / NO
Description Compliance
ODBC / SQL to the SCADA historical database & event database YES / NO
Support for specific database packages (e.g. Oracle) YES / NO
SQL Export for creating csv files YES / NO
9. Reporting
Integrated reporting package YES / NO
Report generation shall use latest technology in database access YES / NO
Reports shall be able to be generated in a number of formats including: YES / NO
- HTML for viewing via Web
- PDF format
- CSV format
- MS Office® suite format
- Crystal Reports 2011
Generated reports shall be able to be: YES / NO
- printed on a local or network printer
- stored on disk file, locally or remotely
- e-mailed to nominated users
10. Standard Drivers
Native support for fully integrated Wide Area SCADA PLC/RTU protocols YES / NO
Redundant SCADA server configurations and support redundant communication paths YES / NO
Monitor communication statistics, log driver diagnostics, and provide online access to driver YES / NO
and channel diagnostics remotely
Captured diagnostics shall be able to be translated to HTML for analysis in clear human- YES / NO
readable format
SMS / Paging YES / NO
SNMP (supporting version 2 and 3) YES / NO
NTP YES / NO
ODBC YES / NO
Windows Performance Monitoring YES / NO
OPC-DA driver YES / NO
11. PLC/RTU Protocol Support
Local serial port communication YES / NO
Terminal server serial port communication YES / NO
Citrix XenApp and Terminal Services Support YES / NO
Ethernet LAN communication via TCP and UDP ports YES / NO
Time synchronization YES / NO
Presetting output configuration points YES / NO
Fully integrated incorporation of events from a PLC/RTU YES / NO
Unsolicited exception reporting YES / NO
update SCADA database point value / alarm state / point quality / timestamp YES / NO
support the ability the backfill time-stamped data in to Event Logs, Historic Data YES / NO
Driver architecture shall support user accessible interfaces to access major driver functions. YES / NO
- enable / disable outstation communications
- trigger an integrity poll
- alter communication parameters
maintain current state of target device information YES / NO
redundant server architecture shall retain state information and be able to receive solicited YES / NO
and unsolicited information from the outstation immediately following a server transition
DNP3 protocol shall be fully supported natively YES / NO
DNP3 Master and DNP3 Slave YES / NO
Description Compliance
Support for SCADAPack E IEC61131-3 Target 5 YES / NO
Modbus Master / Slave serial YES / NO
Open Modbus/TCP Master / Slave YES / NO
IEC 60870-5-104 and IEC 60870-5-101 (KEMA certified) YES / NO
Allen Bradley DF1 YES / NO
RS Linx YES / NO
OPC-DA client YES / NO
12. Logic
Support logic sequences with full access to all SCADA system services at run time YES / NO
Programming of sequences shall be to the IEC61131-3 international standard YES / NO
functional block librarian YES / NO
Sequences shall be able to me modified and started and stopped online YES / NO
Sequence changes shall be a native part of the database and replicated to redundant SCADA YES / NO
servers
Data Grids/Data Tables/Data Sets. (Ability to store custom calculations/data) YES / NO
Ability to integrate data storage elements (Data Set Row) into templates/instances YES / NO
13. RTU / Tube well PLC
RTU Processor, Dual Core Processor with processing speed of 22 ns to execute one Boolean. YES / NO
Memory - 64 MB expandable upto 128 MB YES / NO
Communication – YES / NO
1 nos RS 485, 1 nos RS 232/RS 485, 1 Nos 10/100 base Ethernet port, 1 Nos USB Port
Web Server Integrated YES / NO
3 gn (vibration frequency: 8.4...150 Hz) YES / NO
Operating temperature:- (-10 to 55) deg C. YES / NO
14. Master PLC
1. YESand
Processor in the range must provide up to 64 MB of integrated non-volatile memory to save whole application / NO
data
2. Processors with at least 3 built-in Ethernet ports featuring a web server YES / NO
System compliant with various operating systems: minimum is Windows, iOS, and android. YES / NO
No battery supply is needed for non-volatile backup YES / NO
Processor and IO of same family and having same mounting arrangement YES / NO
Rack based IO’s and Processor YES / NO
Modular IO structure arrangement YES / NO
Hot-swappable IO’s and independent of mounting arrangement YES / NO
Control Panel Manufacturing setup YES / NO
CPRI approved Panel Builder YES / NO
ISO certified YES / NO
List of Confirmations/ Tender Compliance to be filled in by the bidder in his
proposal in case of JV this is to be confirmed and stamped by the O.E.M. of SCADA
system

Sl Point to be confirmed by bidder Bidder’s


no confirmat
ion
1 The offered SCADA Software is full development version Yes/No
2 The Offered SCADA Software is having unlimited Analog and Digital tags or as required Yes/No
3 The Hardware for tube wells is based on RTU/PLC Yes/No
4 The Tube well will be installed with touch screen Display for local operation Yes/No
5 The programming software should be Sequential flowchart, ladder, ST, IL & FBD Yes/No
6 The analog input resolution is 10/12 Bit Yes/No

7 The IO offered by the bidder are 25% spare over and above those mentioned in the tender Yes/No
8 The bidder should be an original equipment manufacturer of SCADA System hardware and Yes/No
software or should be an authorized & certified partner of the OEM of PLC & SCADA
system.
9 Bidder has given a detailed account of the projects executed, and which confirm to the Yes/No
above requirement of the tender.
10 Bidder has a local service setup for 24 hrs service support for the solutions to be provided Yes/No
by them. The bidder has local qualified engineers and technicians to be able to provide
after sales service.
11 Bidder complies to the design specifications mentioned in the tender. Yes/No
12 The SCADA system is compatible to WEB based Remote Monitoring System. Yes/No
13 The bidder has given detailed account of projects executed with client’s name, address and Yes/No
phone numbers etc., which confirm to the requirement of the corporation. All supporting
documents, which confirm to the above requirement must be enclosed with the bid,
otherwise the bid will be rejected.
14 The bidders have given an undertaking from the original manufacturer that they comply Yes/No
with the technical specifications and all the terms of the tender.
15 The Bidder has acquainted himself with the electromechanical system of the pumping Yes/No
stations at all sites.

Signature & Stamp of Bidder


& O.E.M.

ANNEXURE-II

Equipments and materials of following makes shall be offered. If may also be noted
clearly that the final choice of Make of any equipment to be supplied out of the
makes, quoted by the contractor, shall be of the purchaser:
ANNEXURE-III

Maintenance Tool & Tackles

The contractor shall supply with the equipment on e complete set of all special tools and
tackles for the erection, assemble, disassembly and maintenance of the equipments as
per following list.

1. Hammer : 1No.2Lbs ball peen


2. Cold chisels : 1 No.
3. Suitable outside &inside calipers : 1 set
4. Double end spanners : 1 set, GEDORE/EVEREST/TAPARIA make
5. Ring spanners : 1 set, GEDORE/EVEREST/TAPARIA make
6. Hacksaw frame : 1set with a dozen of hacksaw blades
7. Measuring tape (Steel) : 1 No 6 mts. long/
8. Allen Keys : 1 set
9. A. 18” , pipe wrenches : 1 No. EVEREST/TAPARIA make (Heavy duty)
B. 12” , pipe wrenches : 1 No. EVEREST/TAPARIA make (Heavy duty)
10. Right angle : 1 No.
11. Aluminum sprit level : 1 No. 12” size
12. Bastard flat round half round files : 1 No.
13. Slider wrenches : 1No. 11 “size
14. Screw driver 1 :set 6”,8”,12”TAPARIA make
15. Insulated pliers : 1No. – do-
16. Pair of hand gloves : 1 pair for electrical purpose
17. Lifting wire : 1 No. ,, 8 foot long with rope sealing fitting
18. Line tester : 1No., 220 V
19. Multi meter 1 No.
20. Hydraulic grease gun : 1NO.
21. Bearing puller 1No.
22. HT/L.T. megger : 1 No. each
23. HT/LT Tongue tester : 1 No. each
24. Steel almirah : 1 Bo. 180 x 90 x 50 cm. Size GODREJ/Equivalent make
25. Wall clock : 1 No.
26. Air blower (electric hot attachment) : 1 No,
27. Shock treatment charts : 2 Nos.
28. Tacho-meter (electronic digital type) : 1 No.
29. Crimping Tool Set : 1 No.
30. Vernier caliper (dial gauge) LC .02 mm.

Das könnte Ihnen auch gefallen