Sie sind auf Seite 1von 390

CAUVERY NEERAVARI NIGAMA LIMITED

(A GOVERNMENT OF KARNATAKA ENTERPRISE)

DRAFT TENDER SCHEDULE


FOR THE WORK OF
Detailed project report for lifting of water from Dandiganhalli branch canal at
Chainage: 17.725 KM near Duthnur kaval village to irrigate 1862 Ha of
Channarayapatna taluk and Arsikere taluk, Hassan district including detail design,
investigation and construction of Head works including elecrtrical and electro-
mechanical components, Main canal, distributaries, Minors and FIC,
commissioning with operation and maintenance of the scheme for 3 years period.
under 3rd stage of Kachenahalli lift scheme.

OFFICE OF THE EXECUTIVE ENGINEER,


HEMAVATHY DAM DIVISION,
GORUR-573210
HASSAN DISTRICT, KARNATAKA.

1
CAUVERY NEERAVARI NIGAMA NIYAMITHA
(A Government of Karnataka Enterprises)

Office of the Executive Engineer, Hemavathy dam division, Gorur, Hassan Dist - 573210

TENDER FOR THE WORK OF: Detailed project report for lifting of water from
Dandiganhalli branch canal at Chainage: 17.725 KM near Duthnur kaval village to
irrigate 1862 Ha of Channarayapatna taluk and Arsikere taluk, Hassan district
including detail design, investigation and construction of Head works including
elecrtrical and electro-mechanical components, Main canal, distributaries, Minors
and FIC, commissioning with operation and maintenance of the scheme for 3 years
period. under 3rd stage of Kachenahalli lift scheme ON COMBINATION OF TURNKEY
TENDER AS PART–‘A’ AND Item rate TENDER AS PART-‘B’.

Description of the work:- Part “A”


PART : A : TURN KEY :- Survey, Investigation, Planning and Design with drawings for all
components of the scheme for both Part-A & Part-B , Supply, Installation, Testing and
Commissioning of the " Detailed project report for lifting of water from Dandiganhalli
branch canal at Chainage: 17.725 KM near Duthnur kaval village to irrigate 1862
Ha of Channarayapatna taluk and Arsikere taluk, Hassan district including detail
design, investigation and construction of Head works including elecrtrical and
electro-mechanical components, Main canal, distributaries, Minors and FIC,
commissioning with operation and maintenance of the scheme for 3 years period.
under 3rd stage of Kachenahalli lift scheme. " with a discharge of 40.25 Cusecs to a
height of 43.50 m (Static head) consisting of the Components such as Providing M.S. Rising
Main in single row of required dia meter thickness including necessary, Shifting of water
supply, power and Telephone lines wherever necessary and civil works, etc., Earthwork
Excavation in all Classifications to the required depth, Construction of Anchor Blocks &
Thrust Blocks for rising main Encasing of The Pipes in Road / Halla Crossings, providing
RCC supports to rising main as per necessity, Providing Suitable Dismantling Joints, Vent
Pipes, Bleeders, Conducting Surge Analysis and Providing Suitable Surge Protection
System, Conducting Sump Model Analysis, Providing & fixing all types of necessary Valves
of Suitable Capacity with valve chambers for rising main Providing and Erecting suction and
Delivery pipes, Manifold, etc., with Suitable Foundations, Providing, Erecting &
Commissioning of Suitable capacity of vertical Turbine Pumps and Motors with suitable
suction and delivery system, Providing outdoor substation including providing transformers /
Auxiliary transformer, Express feeder line and Towers for line along with terminal bay at
KPTCL sub station, Udaypur along with electrical Inspectorate super vision charges,
providing chain link fencing to out door substation and transformers, Providing & Fixing EOT
Cranes of Suitable Capacity, arranging power supply to pump house control room with
necessary control cables, HT panels, soft starters, capacitor bank, breakers and allied
components as per KPTCL / CESC Norms and Other Connected Electrical & Electro-
Mechanical Works, complete Supply of Spare Parts, Tools and plants to scheme and
Technical Man Power for Operating and Maintaining the Scheme for a Period of 3 Years

Contractor Executive Engineer


2
after Successful Commissioning of the Scheme as per the detailed scope of work on TURN
KEY BASIS.

Part “B” : ITEM RATE This includes Intake arrangement, sump and pump house, Indoor
electrification . road around pump house, approach road for pump house and providing chain
link fencing around pump house yard, Delivery cistern, Manhole chamber and Main canal etc
of “Detailed project report for lifting of water from Dandiganhalli branch canal at
Chainage: 17.725 KM near Duthnur kaval village to irrigate 1862 Ha of
Channarayapatna taluk and Arsikere taluk, Hassan district including detail design,
investigation and construction of Head works including elecrtrical and electro-
mechanical components, Main canal, distributaries, Minors and FIC,
commissioning with operation and maintenance of the scheme for 3 years period.
under 3rd stage of Kachenahalli lift scheme. ” On Item rate Tender.

Executive Engineer,
Hemavathy dam Division,
Gorur.

Contractor Executive Engineer


3
CONTENTS

SECTION
DESCRIPTION PAGE No.
NO.

1 INVITATION FOR TENDERS (IFT) 5 - 20

2 INSTRUCTIONS TO THE TENDERERS (ITT) 21 - 38

3 QUALIFICATION INFORMATION 39 - 42

FORM OF TENDER, LETTER OF ACCEPTANCE, NOTICE TO


4 43 - 50
PROCEED WITH THE WORK AND AGREEMENT FORM

5 CONDITIONS OF CONTRACT (CC) 51 - 70

6 CONTRACT DATA 71 - 91

7 SPECIFICATIONS 92 - 317

8 BILL OF QUANTITIES FOR PART – A (TURNKEY) 318 – 326

9 BILL OF QUANTITIES FOR PART– B (Item rate TENDER) 327 – 347

10 FORMAT OF BANK GUARANTEE FOR SECURITY DEPOSIT 348 – 351

11 DRAWING 352 – 359

12 ANNEXURES 360 - 383

TECHNICAL BID doc

Contractor Executive Engineer


4
ments page 1ismmended for approval.
Mysore

SECTION – 1 :

INVITATION FOR TENDERS (IFT)

CAUVERY NEERAVARI NIGAMA LIMITED


Contractor Executive Engineer
5
(A Government of Karnataka under taking)

OFFICE OF THE EXECUTIVE ENGINEER,


HEMAVATHY DAM DIVISION,
GORUR DISTRICT: HASSAN
PHONE NO. 08175-225425 e-mail:exengerhdam@gmail.com

TENDER NOTIFICATION No. 19/2019-20 DATED: 28-02-2020


(Through e-Procurement portal only)
(Section-1:Technical Bid and Section-2:Financial Bid -Two Cover System)

On behalf of the Managing Director Cauvery Neeravari Nigama Limited, Electronic


tenders on a combination of TURN KEY and Item Rate on e-procurement portal are invited by
the Executive Engineer, Hemavathy dam division, Gorur, Hassan District, in Karnataka from
eligible Class-I contractors of KPWD or of any State/Central Government /Public Sector
organization enrolled in Category 1-A of CNNL or equivalent (If not enrolled in CNNL, the
successful bidder should get enrolled in CNNL before entering into agreement) for the work
mentioned here under.

Approximate E.M.D. Stipulated


Sl. Tender Category of
amount put @ 1% period for
No Name of work processing fee Contractor
to tender. Rs. Completi
. in Rs. Eligible
Rs. (Lakhs) (Lakhs) on
1 2 3 4 5 6 7
Scheme for lifting of water from
Dandiganhalli branch canal at Class-I
Chainage: 17.725 KM near Duthnur contractors of
Rs. 7550.00 Rs. As specified in 24
kaval village to irrigate 1862 Ha of KPWD or of
Channarayapatna taluk and Arsikere 75.50 the Months any
01 taluk, Hassan district including detail e-procurement (including State/Central
design, investigation and construction portal - Monsoon) Government /
of Head works including elecrtrial Public Sector
works, electro-mechanical organization
components, Main canal, enrolled in
distributaries, Minors and Category 1-A
commissioning with O &M of the in CNNL
scheme for 3 years period. under 3rd or equivalent
stage of Kachenahalli lift scheme.
Breakup of amount put to tender
Part–A (Turn key) Rs. 799.91
Part –B(Item Rate)Rs. 6748.41
Total Rs. 7548.32
Lakhs

Description of the work:- PART : A : TURN KEY " Detailed project report for
lifting of water from Dandiganhalli branch canal at Chainage: 17.725 KM near
Duthnur kaval village to irrigate 1862 Ha of Channarayapatna taluk and Arsikere
taluk, Hassan district including detail design, investigation and construction of Head
works including elecrtrical and electro-mechanical components, Main canal,
distributaries, Minors and FIC, commissioning with operation and maintenance of
the scheme for 3 years period. under 3rd stage of Kachenahalli lift scheme " with a
Contractor Executive Engineer
6
discharge of 40.25 Cusecs to a height of 43.50 m (Static head) consisting of the
Components such as Providing M.S. Rising Main in single row of required dia meter
thickness including necessary, Shifting of water supply, power and Telephone lines wherever
necessary and civil works, etc., Earthwork Excavation in all Classifications to the required
depth, Construction of Anchor Blocks & Thrust Blocks for rising main Encasing of The Pipes
in Road / Halla Crossings, providing RCC supports to rising main as per necessity, Providing
Suitable Dismantling Joints, Vent Pipes, Bleeders, Conducting Surge Analysis and Providing
Suitable Surge Protection System, Conducting Sump Model Analysis, Providing & fixing all
types of necessary Valves of Suitable Capacity with valve chambers for rising main
Providing and Erecting suction and Delivery pipes, Manifold, etc., with Suitable Foundations,
Providing, Erecting & Commissioning of Suitable capacity of vertical Turbine Pumps and
Motors with suitable suction and delivery system, Providing outdoor substation including
providing transformers / Auxiliary transformer, Express feeder line and Towers for line along
with terminal bay at KPTCL sub station, Udaypura along with electrical Inspectorate super
vision charges, providing chain link fencing to out door substation and transformers,
Providing & Fixing EOT Cranes of Suitable Capacity, arranging power supply to pump house
control room with necessary control cables, HT panels, soft starters, capacitor bank,
breakers and allied components as per KPTCL / CESC Norms and Other Connected
Electrical & Electro-Mechanical Works, complete Supply of Spare Parts, Tools and plants to
scheme and Technical Man Power for Operating and Maintaining the Scheme for a Period of
5 Years after Successful Commissioning of the Scheme as per the detailed scope of work on
TURN KEY BASIS.

Part “B” : ITEM RATE This includes Intake arrangement, sump and pump house, Indoor
electrification . road around pump house, approach road for pump house and providing chain
link fencing around pump house yard, Delivery cistern, Manhole chamber and Main canal etc
of “Detailed project report for lifting of water from Dandiganhalli branch canal at
Chainage: 17.725 KM near Duthnur kaval village to irrigate 1862 Ha of
Channarayapatna taluk and Arsikere taluk, Hassan district including detail design,
investigation and construction of Head works including elecrtrical and electro-
mechanical components, Main canal, distributaries, Minors and FIC,
commissioning with operation and maintenance of the scheme for 3 years period.
under 3rd stage of Kachenahalli lift scheme On Item rate Tender.

The contractor has to submit his tender through on line e-procurement only. Contractor should scan the Registration copy, work done
certificate and any other document and submit through on line. EMD and processing fee shall be paid through e- payment. More information can be had
from web site www.eproc.karnataka.gov.in, any other details required can be obtained from office during office hour.

From 09.03.2020 to 09.04.2020


1 Can request tender document in e-portal
upto 4.00 PM
07.04.2020
2 Date and Time for tender queries / Clarification

30.03.2020
3 Pre bid conference at CE office, Gorur`
09.04.2020 upto 4.00 PM
4 Date and Time for receipt of completed tender and EMD

13.04.2020
5 Date & Time for opening of Technical bid
After approval of Technical bid
6 Date & Time for opening of Financial bid

Instructions to Tenderers ;

Contractor Executive Engineer


7
1.1 Cover – 1 (Technical bid ) shall contain the following details:
i. The Tenderer should furnish the Name of the individual / firm/ Company / Joint venture
with address and telephone number with place of registration, year of incorporation etc.,

ii. The intending bidder should furnish the copy of the certificate of registration issued by
state/ central Govt. copy of enrolment certificate in CNNL;

(If not enrolled in CNNL, the Successful Bidder should get enrolled in relevant
Category of CNNL before Entering in to agreement)

iii. Tendering by a joint venture of Contractors is permissible subject to conditions


indicated in bid document

iv. The application made by the firm / company / Joint Venture shall be signed by a person
holding the power of attorney, in which case the Tenderer should furnish a copy of
power of attorney shall be submitted.

v. The scanned signature of the bidders / authorized representatives of the bidders shall
be attached while uploading the Bid document.
vi. The Tenderer should furnish the requisite Earnest Money Deposit

vii. The Tenderer should furnish a copy of the Income Tax Return for the preceding five
financial year (2014-15 to 2018-19)

viii. The Tenderer should furnish a copy of Sale Tax/Clearance Certificate of the preceding
five financial Year (2014-15 to 2018-19)

Ix Employees Provident fund Registration Certificate


a) In respect of Contractors who are not registered with the EPF (Employees Provident
Fund) authorities, the contractors should produce an undertaking that he shall within
7 days of the close of every month submit to the Executive Engineer, Hemavathy
dam division,, Gorur, a statement showing the recoveries of contributions in respect
of employees employed are through in and shall also furnish under the provision of
the scheme to the commissioner, EPF.
b) However, having given an undertaking to this effect if the contractor does not furnish
the information, the Nigama will deduct the necessary amount from the amount due
from the contractor. Notwithstanding the above, the contractor will be liable for any
consequential penalty /damages levied by the EPF authorities.
x The necessary certificates / documents in support fulfilling qualification criteria stipulated
separately shall be scanned and attached to e-procurement document. The original document
shall be produced at the time of opening of tender containing the Technical Bid for verification
to Executive Engineer, Hemavathi Dam Division, Gorur.
xi The Bidder should also furnish the list of work on hand with all details. Such as bid cost, date
of entrustment, stipulated date of completion, actual date of completion, completed cost of work
etc.,
xii Necessary certificates should be signed by an officer not below the rank of the Executive
Engineer or equivalent competent authority and should be countersigned by the superior officer
not below the rank of Superintending Engineer or equivalent competent authority.
xiii The intending Bidder/firm/company/joint venture should furnish list of man power available
with him for taking up above work.

Contractor Executive Engineer


8
xiv The intending Bidder/firm/company/ joint venture shall provide evidence that it has been
actively engaged in the similar nature of work prior to the date of submission of application, in
the role of prime contractor, Management contractor, partner in a joint venture or sub
contractor.

xv The intending Bidder/firm/company/ joint venture shall provide accurate information on the
related application form about any litigation or Arbitration resulting from contracts completed or
on going under its execution over the last five years. The consisting history of awards against
the tenderer or any partner of a joint venture may result in failure of the application.

xvi The intending Bidder/firm/company shall provide the audited balance sheets or other
financial statements acceptable to the employer for the last five years (2014-15 to 2018-19) and
must demonstrate the current soundness of the applicant’s financial position and indicate its
prospective long term profitability. If deemed necessary the employer shall have the authority to
make enquiries with the applicants bankers.

The intending bidders are advised to visit the site of work before attending the pre-
bid meeting and also before submitting the tenders.
2. Eligible Tenderers
2.1 Tenderers shall not be under a declaration of ineligibility for corrupt and fraudulent
practices issued by the Government of Karnataka

2.2 Joint ventures:


Tendering by a joint venture of Contractors is permissible subject to following
conditions:

a) If the Applicant comprises a number of firms combining their resources in a joint


venture, the legal entity constituting the joint venture and the individual partners in the
joint venture shall be registered and shall not be under a declaration of ineligibility for
corrupt and fraudulent practices issued by GOK.
b) The joint venture must satisfy collectively the Qualification criteria. For this purpose
the following data of each member of the joint venture may be added together to meet
the collective qualifying criteria:
i. average annual turnover (sub clause 3.2a).
ii. particular experience including key production rates. (sub clause 3.2b
&3.2c)
iii. financial means (sub clause 3.3d, 3.4 & Instructions to Tenderers xvi).
iv. personnel capabilities (sub clause 3.2f).
v. equipment capabilities (sub clause 3.2e).

Each partner must satisfy the following criteria individually;

1. General construction experience for the period of years stated in bid document
(Instructions to Tenderers xiii)
2. Adequate sources to meet financial commitments on the other contracts (sub
clause 3.5).
3. Financial Soundness (Instructions to Tenderers xv)
4. Litigation History (Instructions to Tenderers xiv)

In accordance with the above, the Application shall include all related information
required for individual partners in the joint venture.

Contractor Executive Engineer


9
c) Joint venture is restricted to 3 (Three) number of partners.

d) One of the partners, who is responsible for performing a key function in contract
management or is executing a major component of the proposed contract, shall be
nominated as being in charge during the tendering periods and, in the event of a
successful tender, during contract execution. The partner in charge shall be
authorized to incur liabilities and receive instructions for and on behalf of any and
all partners of the joint venture; this authorization shall be evidenced by submitting a
power of attorney signed by legally authorized signatories of all the partners

e) All partners of the joint venture shall be legally liable, jointly and severally, during the
tendering process and for the execution of the contract in accordance with the contract
terms, and a statement to this effect shall be included in the authorization mentioned
under Sub-Clause 2.2(d) above. To enable the above, each of the partners of the joint
venture shall meet not less than 25% of the qualifying criteria specified for Average
annual turnover and Line of credit / liquid assets. For other criteria, all the members
of the Joint venture should collectively satisfy the eligibility criterias.
f) A copy of the Joint Venture Agreement (JVA) entered into by the partners shall be
submitted with the Application. Pursuant to Sub-Clauses 2.2(d) to 2.2(e) above, the
JVA shall include among other things: the JV's objectives; the proposed management
structure; the contribution of each partner to the joint venture operations; the
commitment of the partners to joint and several liability for due performance;
recourse/sanctions within the JV in the event of default or withdrawal of any partner;
and arrangements for providing the required indemnities.
g. The qualification of a joint venture does not necessarily qualify any of its partners to
tender individually or as a partner in any other joint venture or association. In case of
dissolution of a joint venture prior to the submission of tenders, any of the
constituent firms may qualify if they meet all of the qualification requirements,
subject to the return approval of the employer. Individual members of a dissolved
joint venture may participate as sub contractor to qualified applicants, subject to the
provisions mentioned below:
h. Any of the partner of JV Should produce experience certificate for having executed
maintenance works in the transformer substations in lift irrigation scheme to
facilitate execution of tapping works at power as per KPTCL norms
“No firm can be a sub contractor while submitting a tender individually or as a partner of
a joint venture in the same tendering process. A firm, if acting in the capacity of sub
contractor in any tender, may participate in more than one tender, but only in that
capacity. A tenderer who submits, or participates in, more than one tender will cause all
the proposals in which the tender has participated to be disqualified”

3. Qualification of the Tenderer:

3.1 All Tenderers shall provide the requested information accurately and sufficient
detail in Section 3 : Qualification information

3.2 The following qualification criteria should be met by the intending


bidders/firm/company/Joint venture

Contractor Executive Engineer


10
a) To qualify for award of this contract, each tenderer/JV in his name should have in the
last five financial years i..e 2014-2015 to 2018-2019 / preceeding last 5 years achieved
in at least two financial years a minimum financial turnover of value not less than the
two times estimated annual payment under this contract i.e. Rs: 7550.00 lakhs.
Note: Turnover certificate duly certified by chartered accountant shall be uploaded
financial turnover of previous years will be given a weightage of 10% per year to
bring them to 2019-2020 level rupee price value.

b) The intending bidder/firm/company/joint venture should have satisfactorily completed


90% of work individually or through joint venture which has executed at least one
similar work consisting of construction of canal net work & CD works, lining of
canal & lift scheme with Electro-Mechanical & pipe line etc., of value not less than 50
% of the amount put to tender (i.e. not less than Rs: 3775.00 lakhs) during the last
five financial years from 2014-2015 to 2019-2020/preceeding 5 years. The certificates
should be obtained from the competent authority that is not below the rank of the
executive engineer or equivalent rank officer & should be countersigned by the
Superintending Engineer or equivalent rank officer

Note: The cost of completed works of previous years will be given a weightage of 10%
per year to bring them to 2019-20 level rupee price value.

c) The intending bidder / firm/ company/ Joint venture should have executed in the last
five years satisfactorily (2014-2015 to 2018-2019) / preceeding 5 years , the following
minimum quantities of work.

Sl. Minimum
Nature of Work
No. component of work

1 Earth work & embankment for canal 700000

Cement Concrete
2 20600 cum

Steel
3 520 MT

a) Providing and laying M.S. raising main & Gravity


4 main pipeline of Dia ID 500mm and above . 2.00 Km
b) Supplying, Erection and Commissioning of
5 3 Nos.
Vertical Turbine Pumps of Min Capacity of 300H.P.
Construction of Electrical sub-station work including
6 supply, Erection, Testing & Commissioning of 1 No.
transformer 11 KVA and above.
7 Construction of D/C Towers Transmission line 3.2 Km

Note: 1) work done certificate duly signed by the employer in charge not below the rank of the
Executive Engineer, or equivalent and countersigned by the Superior officer not below the rank
of Superintending Engineer, or equivalent should be submitted along with the technical bid.

Contractor Executive Engineer


11
Each Tenderer should further demonstrate :

d) The bidder / firm/ company / Joint Venture should furnish details of liquid assets
availability or availability of credit facilities of not less than Rs. 945.00 lakhs for the
work mentioned above for meeting the required funds in the form of credit lines / letter
of credit / certificate from any Nationalized Banks/ Scheduled banks.

e) Each Tenderer should further demonstrate :

Availability by owning at least 50% of the required following key and critical
equipments for this work (b) the remaining 50 % can be deployed on lease/hire for all
works provided the relevant documents (Commitment agreements etc.,) for availability for
this work should be furnished :

The intending Bidder/firm/company/Joint venture should furnish d etails


of ownership / lease certificates of the following minimum requirement of machineries.

Sl. Total Numbers


Details of Machinery/Equipments in
No Own Lease
Nos.
1 Excavator of not less than 0.9 cum capacity 8 04 Nos. 04 Nos.
2 Tipper of not less than 6 cum capacity 10 05 Nos. 05 Nos.
Batching plant of not less than 30.00 Cum
3 4 02 Nos. 02 Nos.
Capacities with Hopper
Vibratory Roller not less than 8-10 tones
4 2 01 No. 01 No.
capacity
5 CRANE-Capacity not less than 10 Tonne 4 02 Nos. 02 Nos.
6 Diesel pump 20 HP 4 02 Nos. 02 Nos.
7 Hydraulic testing machines 1 1 No.

8 Ultrasonic /Radiographic equipment 1 1 No.

9 Total station / Precision level of standard make 2 01 Nos. 01 Nos.

Note : The figures mentioned above is indicative, Should there be any change in
above quantities the bidder should substantiate the same with
calculations.

Contractor Executive Engineer


12
f) List of Key Technical personal required for the work are as under and should be
enrolled in company/ firm/company/Joint venture and their should Employment register
and document should be uploaded.

LIST OF MINIMUM TECHNICAL AND NON-TECHNICAL PERSONNELS


REQUIRED FOR EXECUTION
1 Project Manager BE Civil with Minimum of 15
years’ experience & should have
been project Manager for at least 1
one Project/work of size similar to
the present contact.
2 Civil Engineer BE Civil with Minimum 5 Years’
2
experience
3 Electrical Engineer BE Electrial., with Minimum 5
1
Years’ experience
4 Mechanical Engineer BE Mech., with Minimum 5 Years’
1
experience
5 Diploma in Civil
5 Years’ Experience 2
Engineering
6 Diploma in Electrical
5 Years’ Experience 1
Engineering (foreman)
7 Diploma in
Mechanical 5 Years’ Experience 1
Engineering (foreman)
LIST OF MINIMUM TECHNICAL AND NON-TECHNICAL
PERSONNELS REQUIRED FOR O & M
Diploma in Electrical
2 years’ Experience 1
1 Engineering(foreman)
Diploma in
2 Mechanical 2 years’ Experience 1
Engineering(foreman)
3 Pump operators 2 years’ Experience 3
4 Helpers 2 years’ Experience 3
5 Sowdies 2 years’ Experience 3
6 Watchman 2 years’ Experience 3

3.3 To qualify for a package of contracts made up of this and other contracts for which tenders are
invited in this IFT, the Tenderer must demonstrate having experience and resources to meet the
aggregate of the qualifying criteria for the individual contracts.

Contractor Executive Engineer


13
3.4 Tenderers who meet the above specified minimum qualifying criteria, will only be
qualified, if their available tender capacity is more than the total tender value. The
available tender capacity will be calculated as under:
Assessed available tender capacity = (A*N*1.5 - B)

Where;
A =Maximum value of civil engineering works executed in any one year during the last
five years (updated to 2019-2020 price level) taking into account the completed as well
as works in progress.
N =Number of years prescribed for completion of the works for which tenders are invited.
B =Value, at 2019-2020 price level, of existing commitments and on-going works to be
completed during the next two years (period of completion of the works for which
Tenders are invited) *

Note: The statements showing the value of existing commitments and on-going works as well
as the stipulated period of completion remaining for each of the works listed should be
countersigned by the Employer in charge, not below the rank of an Executive Engineer
or equivalent.

4. Cover-II (Financial Bid ) shall contain Item rate rate supported by detailed BOQ.

5. Issue and Submission of Tender Documents


5.1 Aspiring Bidder who wish to undergo training should contact in e-procurement centre
for e-Governance, MS building, Bangalore-01
5.2 The contractor can access for blank e-procurement documents from 09.03.2020 to
09.04.2020 upto 4.00 PM at the website :www.eproc.karnataka.gov.in on payment (Non
Refundable) of transaction fee. While applying the contractor can pay the transaction fee in
the e-procurement portal using payment modes credit cards/direct debit/ national electronic
fund transfer (NEFT) / over the counter (OTC) on or before 09.04.2020 upto 4.00 PM
during office hours.
5.3 The contractor can have access to e-procurement document upto as 09.04.2020
upto 4.00 PM.
5.4 A Pre-bid conference will be held on 30.03.2020 at 11.00 AM in the office of Chief
Engineer, Hemavathy Project Zone, Gorur.
5.5 Submission of completed e-procurement documents will be upto 09.04.2020 upto 4.00
PM.
5.6 Opening of Technical bid on: 13.04.2020 4.30 PM on wards.
5.7 Cover-II (Financial bid) will be opened on: After approval of Technical Bid

5.8 Tender Transaction fee and Earnest Money Deposit.


i) The contractor should pay Rs 75.50 Lakhs as earnest money deposit (EMD) in e-
procurement portal in any mode of payment such as: Credit Card / Direct Debit/ National
Electronic Fund Transfer (NEFT)/ Over the Counter (OTC) should be pledged in the
name of Executive Engineer, CNNL, Hemavathy dam division, Gorur.
ii) The EMD amount submitted by the contractor should govern the following conditions.
a) The validity of the EMD shall be for period of 180 days after the deadline date for tender
submission
b) The contractor’s bid will be evaluated only on confirmation of receipt of the payment (EMD)
in the Government of Karnataka central pooling a/c held at ICICI Bank before 11.00 AM on
the date of the opening of the Technical Bid.

Contractor Executive Engineer


14
c) The EMD amount of Rs 75.50Lakhs Lakhs accepted in the form of electronic cash (and not
through Demand Draft/Bank Guarantee) will be maintained in the Government Central
Pooling Account at Axis Bank until the contract is closed.
d) The entire EMD amount of a particular tender is to be paid in a single transaction. (Rs. 75.50
Lakhs) through electronic cash only.

6. OTC payment procedure

If a contractor/supplier chooses to make payment of EMD/tender processing fees Over


The Counter (OTC) in any of the designated Axis Bank branches listed in the e-Procurement web-
site (www.eproc.karnataka.gov.in), the contractor/supplier will need to log into e-Procurement
system, access the tender for which bid is being created and then select the OTC option under the
payment section and print the Challan shown in that section. The printed challan will have the
unique bid reference number and the amount to be remitted. Along with the challan, contractor
can choose to make the payment either in the form of cash or in the form of Demand Draft.
Cheque payments will not be accepted. The contractor is requested to specifically inform the bank
officer to input the unique bid reference number printed in the challan in the banking software.
Upon successful receipt of the payment, the bank will provide a 16-digit reference number
acknowledging the receipt of payment. This 16-digit reference number has to be inputted by
contractor in the payment section of its bid as payment confirmation before the bid is submitted
(i.e.) as a pre-requisite for bid submission.
7. NEFT payment procedure
If a contractor/supplier chooses to make payment of EMD/tender processing fees using
Reserve Bank of India's (RBI) National Electronic Fund Transfer (NEFT) system, the
contractor/supplier will need to log into e-Procurement system, access the tender for which bid is
being created and then select the NEFT option under the payment section and print the Challan
shown in that section. The printed challan will have the unique bid reference number, account
details of Government of Karnataka and the amount to be remitted. The contractor has to submit
the printed challan to its bank-branch (NEFT-enabled) and request for an account-to-account
transfer, wherein the money will get transferred from the contractors' bank account to GoK's bank
account. The contractor should ensure that NEFT transfer instructions are executed and the funds
are wired to the Government of Karnataka's principal account before the last date for bid
submission and preferably 24 hours before the last date for bid submission. If the contractor's
bank transfers/wires the money after the last date for bid submission, the contractor's bid will be
liable for rejection. Upon executing the transfer, the contractor's bank will provide a reference
number generated by NEFT software as confirmation of transfer, which has to be inputted by
contractor in the payment section of its bid as payment confirmation before the bid is submitted
(i.e.) as a pre-requisite for bid submission. Also, the account number from which the funds were
transferred have to be inputted in the e-Procurement system as part of its bid. 

For details on e-Payment services refer to e-procurement portal for more details on the Process.

Contractor Executive Engineer


15
8.

8.General conditions;
8.1 The Intending bidder are advised to visit the site of work and also access the tender
documents well in advance.
8.2 Conditional tenders will not be accepted.
8.3 The tenderer shall bear all costs associated with the preparation and submission of his
tender, and the employer will in no case be responsible and liable for those costs.
8.4 The TENDER PROCEESING FEE will not be refunded.
8.5 The CNNL reserves the right of rejecting all or any of the tenders without assigning any
reasons, if the quoted rates for the items fall below the estimated rates, the successful
bidder should produce an additional performance Guarantee in the form of Bank
Guarantee for the difference amount of quoted rates and estimated rates before executing
agreement with CNNL. In case of contractor quoting rate of the above estimated rates,
then the amount over and above will be withheld during the progress of work.
8.6 The employer is not responsible for any delay in accessing e - procurement Portal.
8.7 The contractor should be registered in Class-I Category of KPWD / Any State / Central
Government/Public sector organizations. Besides they should be enrolled in Category 1-A
in CNNL. However if they are not enrolled in CNNL at the time of submission of tenders,
the successful bidder should get the enrollment in category 1-A of CNNL before entering
into agreement.
8.8 Royalty on construction materials and other taxes will be deducted as per prevailing Govt
orders.
8.9 The rates quoted by the contractor must be inclusive of all Taxes, etc.,. The contractor is
also required to pay quarry Fees, Royalties, Octroi Dues levied by the state Government
or any Local body or an authority and ground rent, if any, charged by the Executive
Engineer for stacking materials. No Extra Payment on this account will be made to the
contractor.
8.10 Materials like steel, cement etc., required for the work shall be procured by the Contractor
themselves and should get the same tested by the quality control authority of CNNL
before use in this work.

Contractor Executive Engineer


16
8.11 All the formats prescribed in the bid document shall be filled by the bidders in a complete
manner. Incomplete formats may constitute sufficient reason at the discretion of CNNL
for rejection of the bid.
8.12 All scanned documents to be uploaded shall be in original and the Executive Engineer
will verify the original documents at any stage before recommending for approval.
8.13 Further particulars, if any, required by the bidders can be had from the office of the
Executive Engineer, Hemavathi Dam Division, Gorur during office hours on all working
days. It may be noted that if any of the calendar of any event mentioned above happen to
be General Holiday / Declared holiday, the next working day will hold good for the
respective events.
8.14 The work includes all lead and lift / delift and work shall be carried out as per instruction
of engineer-in-charge of the work. And all the specification as per Indian road congress
and all relevant Indian codes. The rate for the specifications in the Schedule-B includes all
lead and lift, irrespective of distance and height.
8.15 The intending bidders should note that if any of the land either in part / parts or in whole
required for the work is not yet acquired by the Nigama, it shall be the responsibility of
the bidder to take possession of such land and start the work by obtaining necessary
consent of the land owners before commencement of work at no extra cost to the Nigama
and no claim what so ever relating to non-availability of land will be entertained.
8.16 The validity period for EMD. shall be for a minimum period of 180 days after the
deadline date for tender submission
8.17 The undersigned reserves the right to either postpone or to cancel the entire process of
tender.
8.18 If CNNL wishes to engage third party consultants for quality control assessment, apart
from the CNNL quality control and field tests, the contractor should co-operate with both
Quality control authorities and the third party.
8.19 Defect liability period will be 3 Years ( including operation and maintenance period of 3
years ) from the date of completion and satisfactory commissioning and should supply
tools and spares after completion of operation and maintenance period.
8.20 Performance security:-
Within 20 days of receipt of the letter of acceptance, successful tenderer shall deliver to
the employer a security deposit in any of the forms given below for an amount equivalent
to 5.00% of the contract price plus additional security for unbalanced tenders in
accordance with the clause 25. 5 of ITT and clause 43 of the conditions of the contract.
Cash/ Bankers cheque/ Demand draft/ Payorder/ Bank Guarantee in favour of Executive
Engineer, Hemavathi Dam Division, Gorur payable at Gorur or specified small saving
instruments pledged to Hemavathi Dam Division, Gorur.
8.21 Building and other construction workers welfare cess:
The contractor shall subscribe 1.00% of gross amount of each bill payable to him in
respect of contract to the building and other construction workers welfare cess as per GO
No: LD 300 LET 2006, Bangalore, dated: 18-01-2007. The amount of subscription will
be recovered out of payable amount to him in each bill. This component is deemed to
have been included in the quoted rate / Item rate .

8.22 Design and drawing pertaining to turn key basis portion of the work should be got
approved by the competent authority of CNNL before execution of work.

Contractor Executive Engineer


17
8.23 TERMS OF PAYMENT
TERMS OF PAYMENT
Sl. % of the contract amount
Item of work
No. releases for turnkey items
Payment towards Supply and errection of
Equipment and plants (PART-A)
1 On recipt of equipment at site and after completion 45% of the quoted rate
of 75% of civil works subject to certification by the
inspection of third party
2 On erection of equipment and plant in final position. 45% of the quoted rate
3 After successful commissioning of equipment and 5% of the quoted rate
plant
4 Balance bill 5% of the quoted rate
Payment towards Supplying , laying , jointing ,
testing, and commissioning of the pipes and
equipment etc. (PART-A)
1 Supplying MS Pipes and specials including 45% of the quoted rate.
necessary shop tests and stacking at contractors yard
at site and transporting the pipes to work spot.
2 Laying , jointing and testing as directed and as per 45% of the quoted rate
specification
3 On satisfactory commissioning 5% of the quoted rate
4 Balance bill 5% of the quoted rate
Payment towards Civil works (PART-B) For
Jackwell and Pump House
1 After completion of Civil works 95% of the quoted rate
2 Balance bill 5% of the quoted rate
Canal Work

8.24 OPERATION AND MAINTENANCE AND ITS SCOPE:


The operation and maintenance of scheme will start after the completion of commissioning
and trail running . The contractor has to operate and maintain the scheme by engaging
qualified man power/technicians like pump operators , electricians, valve man , shift helpers,
night watchman etc. were having ITI certificate in their respective trade or wireman
certificate issued by the chief eclectrical inspector Govt. Of Karnataka. Duing this period the
contractor has to provide labour insurance PF, etc. to the employees. The operation of pumps
& motors should be carried out in three shifts with parallel operation of pumps & motors.
The period of operation & maintenance is three years after the issue of completion
certificate which includes round the clock maintenance of transformer, substation and allied
equipments during complete year. The contractor has to provide on his own all the
consumables except electricity during the maintenance period.

Sd/-
Executive Engineer,
CNNL, Hemavathi Dam Division,
Gorur.

No.HDD/Gorur/PB/T.N.No. 19/2019-20 DATED:28.02.2020

Contractor Executive Engineer


18
1. Copy submitted to the Secretary, Water Recourses Department, Vikasa Soudha,
Bangalore for kind Information.
2. Copy submitted to the Secretary, e-Governance, M.S.Building, Dr. Ambedkar
Veedhi, Bangalore for kind information.
3. Copy Submitted to the Managing Director, CNNL ,Registered Office, Surface
water Data Centre, 3rd & 4th Floor, Anand Rao Circle, Bangalore-09 for kind
Information.
4. Copy Submitted to the Managing Director, CNNL ,Registered Office, Varuna
Bhavan Gokulam, Manjunathapura, Mysore for kind Information.
5. Copy Submitted to the Managing Director, KNNL, Registered Office, 4TH Floor,
Coffee Board Building, Bangalore for kind Information.
6. Copy Submitted to the Managing Director, KBJNL ,Registered Office, PWD
Annex Building, K R Circle, Bangalore for kind Information.
7. Copy Submitted to the Engineer in Chief, WRDO, Ananda Rao Circle, Bangalore
for kind Information.
8. Copy Submitted to the Chief Engineer, Hemavathy Project Zone, Gorur, Hassan
Dist for kind Information
9. Copy Submitted to the Chief Engineer, Hemavathy Canal Zone, Tumkur, for kind
Information
10. Copy Submitted to the Chief Engineer, Irrigation (South) Zone, Mysore for kind
Information
11. Copy Submitted to the Chief Engineer, Tungabhadra Project, TB Dam, Hospet, for
kind Information
12. Copy Submitted to the Chief Engineer, Irrigation North Zone, Belgaum, for kind
Information
13. Copy Submitted to the Chief Engineer, Irrigation Project Zone, Gulbarga, for kind
Information
14. Copy Submitted to the Chief Engineer, C & B (South), Bangalore for kind
Information.
15. Copy Submitted to the Chief Engineer, C & B (North), Dharwad for kind
Information.
16. Copy Submitted to the Chief Engineer, M I (South), Bangalore for kind
Information.
17. Copy Submitted to the Chief Engineer, M I (North), Bijapur for kind Information.
18. Copy Submitted to the Chief Engineer, PRED, Bangalore for kind Information.
19. Copy Submitted to the Chief Engineer, National Highways, K R Circle, Bangalore
for kind Information.
20. Copy Submitted to Superintending Engineer, Hemavathy Canal Circle, Gorur for
Kind Information.
21. Copy to the Director General, Directorate General of Commercial Intelligence and
Statistics 1, Council House Street, Kolkatta-700 001, requesting to publish the
tender notification in Indian Trade Journal and kindly arrange to send 5 copies to
this office.
Contractor Executive Engineer
19
22. Copy to the State Tender Bulletin officer and Deputy Secretary, (M M I) Water
Resource Department ,Vikasa Soudha, Bangalore with request to publish the same
in the State tender Bulletin immediately and to furnish a copy of the notification
published to the undersigned.
23. Copy Submitted to the Marketing, communication and advertising Ltd, District
industrial centre, Dairy circle, Hassan for kind Information with a request to
advertise the tender notification in Indian Trade Journal and two State level
Kannada & two National level English leading News Papers immediately and send
5 copies to the under signed.
24. Copy to the District tender bulletin officer, D C office, Hassan District, Hassan
with a request to publish the same in the District tender Bulletin immediately and
to furnish a copy of the notification published to the undersigned.
25. Copy Submitted to the Private Secretary to Hon’ble Minister for Water Resources
Bangalore for kind Information.
26. Copy to the Complier Karnataka Gazette, Bangalore, with a request to publish the
same in the State gazette immediately and to furnish a copy of the notification
published to the undersigned.
27. Copy to all the Executive Engineers of this Zone for information and to announce
in the notice board of the division.
28. Copy to All the Assistant Executive Engineer of this Division for information and
to announce in the notice board of the Sub-division.
29. Copt to Executive Engineer Table/Audit officer for information
30. Copy to Notice Board.
31. Extra Copy .

Executive Engineer,
CNNL, Hemavathi Dam Division,
Gorur.

Contractor Executive Engineer


20
SECTION – 2

INSTRUCTIONS TO THE
TENDERERS (ITT)

SECTION 2: INSTRUCTIONS TO TENDERERS (ITT)

Table of Clauses

Contractor Executive Engineer


21
A. General
1. Scope of Tender
2. Eligible Tenderers
3. Qualification of the Tenderer
4. One Tender per Tenderer
5. Cost of Tendering
6. Site Visit

B. Tender Documents
7. Content of Tender documents
8. Clarification of Tender Document
9. Amendment of Tender documents

C. Preparation of Tenders
10. Documents comprising the Tender
11. Tender prices
12. Tender validity
13. Earnest money deposit
14. Format and signing of Tender

D. Submission of Tenders
15. Sealing and marking of Tenders
16. Deadline for submission of Tenders
17. Late Tenders
18. Modification and Withdrawal of Tenders

E. Tender opening and evaluation


19. Opening of First Cover of all Tenders and evaluation to determine
qualified Tenderers
20. Opening of Second Cover Tenders of qualified Tenders and evaluation
21. Process to be confidential
22. Clarification of Tenders
23. Examination of Tenders and determination of responsiveness
24. Correction of errors
25. Evaluation and comparison of Tenders

F. Award of contract
26. Award criteria
27. Employer’s right to accept any Tender and to reject any or all Tenders
28. Notification of award and signing of Agreement
29. Security deposit
30. Advance payment and Security
31 Corrupt or Fraudulent Practices

A. General

1. Scope of Tender

Contractor Executive Engineer


22
1.1 The Executive Engineer, CNNL, Hemavathi Dam Division, Gorur invites tenders
following Two Cover tender procedure, from eligible Tenderers, for the construction of
works (as defined in these documents and referred to as "the works") detailed in the
Table given in the Invitation for Tenders (IFT). The Tenderers may submit tenders for
any or all of the works detailed in the table given in IFT

2. Eligible Tenderers
2.1 Tenderers shall not be under a declaration of ineligibility for corrupt and fraudulent
practices issued by the Government of Karnataka

2.2 Joint ventures:


Tendering by a joint venture of Contractors is permissible subject to following
conditions:

a) If the Applicant comprises a number of firms combining their resources in a joint


venture, the legal entity constituting the joint venture and the individual partners in
the joint venture shall be registered and shall not be under a declaration of
ineligibility for corrupt and fraudulent practices issued by GOK.

b) The joint venture must satisfy collectively the Qualification criteria. For this
purpose the following data of each member of the joint venture may be added
together to meet the collective qualifying criteria:
i. average annual turnover (sub clause 3.2a).
ii. particular experience including key production rates. (sub clause 3.2b
&3.2c)
iii. financial means (sub clause 3.3d, 3.4 & Instructions to Tenderers
xvi).
iv. personnel capabilities (sub clause 3.2f).
v. equipment capabilities (sub clause 3.2e).

Each partner must satisfy the following criteria individually;

1. General construction experience for the period of years stated


in bid document
(Instructions to Tenderers xiii)
2. Adequate sources to meet financial commitments on the
other contracts (sub clause 3.5).
3. Financial Soundness (Instructions to Tenderers xv)
4. Litigation History (Instructions to Tenderers xiv)
In accordance with the above, the Application shall include all related information
required for individual partners in the joint venture.
b. Joint venture is allowed as per item No.2.2 above.
c. One of the partners, who is responsible for performing a key function in contract
management or is executing a major component of the proposed contract, shall be
nominated as being in charge during the tendering periods and, in the event of a
successful tender, during contract execution. The partner in charge shall be
authorized to incur liabilities and receive instructions for and on behalf of any and
all partners of the joint venture; this authorization shall be evidenced by submitting
a power of attorney signed by legally authorized signatories of all the partners
d. All partners of the joint venture shall be legally liable, jointly and severally, during
the tendering process and for the execution of the contract in accordance with the

Contractor Executive Engineer


23
contract terms, and a statement to this effect shall be included in the authorization
mentioned under Sub-Clause 2.2(c) above.
f. A copy of the Joint Venture Agreement (JVA) entered into by the partners shall be
submitted with the Application. Pursuant to Sub-Clauses 2.2(c) to 2.2(d) above, the
JVA shall include among other things: the JV's objectives; the proposed management
structure; the contribution of each partner to the joint venture operations; the
commitment of the partners to joint and several liability for due performance;
recourse/sanctions within the JV in the event of default or withdrawal of any partner;
and arrangements for providing the required indemnities.
g. The qualification of a joint venture does not necessarily qualify any of its partners to
tender individually or as a partner in any other joint venture or association. In case of
dissolution of a joint venture prior to the submission of tenders, any of the
constituent firms may qualify if they meet all of the qualification requirements,
subject to the return approval of the employer. Individual members of a dissolved
joint venture may participate as sub contractor to qualified applicants, subject to the
provisions mentioned below:
h. Any of the partner of JV Should produce experience certificate for having executed
maintenance works in the transformer substations in lift irrigation scheme to
facilitate execution of tapping works at power as per KPTCL norms

“No firm can be a sub contractor while submitting a tender individually or as a partner of a
joint venture in the same tendering process. A firm, if acting in the capacity of sub contractor
in any tender, may participate in more than one tender, but only in that capacity. A tenderer
who submits, or participates in, more than one tender will cause all the proposals in which the
tender has participated to be disqualified”

3. Qualification of the Tenderer:

3.1 All Tenderers shall provide the requested information accurately and sufficient
detail in Section 3 : Qualification information

3.2 The following qualification criteria should be met by the intending


bidders/firm/company/Joint venture

c) To qualify for award of this contract, each tenderer in his name should have in the last
five financial years i..e 2014-2015 to 2019-2020 achieved in at least two financial
years a minimum financial turnover of value not less than the two times estimated
annual payment under this contract i.e. Rs: 7548.32 lakhs.
Note: 1. Turnover certificate duly certified by chartered accountant shall be uploaded
financial turnover of previous years will be given a weightage of 10% per year to
bring them to 2018-2019 level rupee price value.

d) The intending bidder/firm/company/joint venture should have satisfactorily completed


90% of work individually or he should be a partner of a joint venture which has
executed at least one similar work of construction of Lift Irrigation scheme which
include civil and electro mechanical works , pipe line of value not less than 50 % of
the amount put to tender (i.e. not less than Rs: 3774.16 lakhs) during the last five financial
years from 2014-2015 to 2019-2020. The certificates should be obtained from the competent
authority that is not below the rank of the executive engineer or equivalent rank officer , &
should be countersigned by the Superintending Engineer or equivalent rank officer

Note:
Contractor Executive Engineer
24
2. The cost of completed works of previous years will be given a weightage of 10% per
year based to bring them to 2019-2020 level rupee price value.

e) Each bidder/firm/company should have executed in any one financial year (for a
continuous period of 12 months) the minimum quantities of work (usually 80% of the
peak annual rate of construction), out of the last five years [2014-15 to 2018-19] for 3 or
4 critical items, which account for more than 60% of the total cost of the work.

f) The intending bidder / firm/ company should have executed in the last five years
satisfactorily (2014-2015 to 2019-2020) , the following minimum quantities of work.

Sl. Minimum
Nature of Work
No. component of work

1 Earth work & embankment for canal 700000

Cement Concrete
2 20600 cum

Steel
3 520 MT

a) Providing and laying M.S. raising main & Gravity


4 main pipeline of Dia ID 500mm and above . 2.00 Km
b) Supplying, Erection and Commissioning of
5 3 Nos.
Vertical Turbine Pumps of Min Capacity of 300H.P.
Construction of Electrical sub-station work including
6 supply, Erection, Testing & Commissioning of 1 No.
transformer 11 KVA and above.
7 Construction of D/C Towers Transmission line 3.2 Km

Note: 1) work done certificate duly signed by the employer in charge not below the rank of the
Executive Engineer, or equivalent and countersigned by the Superior officer not below the rank
of Superintending Engineer, or equivalent should be submitted along with the technical bid.

Each Tenderer should further demonstrate :

g) The bidder / firm/ company / Joint Venture should furnish details of liquid assets
availability or availability of credit facilities of not less than Rs. 945.00 lakhs for the
work mentioned above for meeting the required funds in the form of credit lines / letter
of credit / certificate from any Nationalized Banks/ Scheduled banks.

Contractor Executive Engineer


25
e) Each Tenderer should further demonstrate :

Availability by owning at least 50% of the required following key and critical
equipments for this work (b) the remaining 50 % can be deployed on lease/hire for all
works provided, the relevant documents (Commitment agreements etc.,) for availability
for this work are furnished :

The intending Bidder/firm/company/Joint venture should furnish details


of ownership / lease certificates of the following minimum requirement of
machineries.
Sl. Total Numbers
Details of Machinery/Equipments in
No Own Lease
Nos.
1 Excavator of not less than 0.9 cum capacity 8 04 Nos. 04 Nos.
2 Tipper of not less than 6 cum capacity 10 05 Nos. 05 Nos.
Batching plant of not less than 30.00 Cum
3 4 02 Nos. 02 Nos.
Capacities with Hopper
Vibratory Roller not less than 8-10 tones
4 2 01 No. 01 No.
capacity
5 CRANE-Capacity not less than 10 Tonne 4 02 Nos. 02 Nos.
6 Diesel pump 20 HP 4 02 Nos. 02 Nos.
7 Hydraulic testing machines 1 1 No.

8 Ultrasonic /Radiographic equipment 1 1 No.

9 Total station / Precision level of standard make 2 01 Nos. 01 Nos.

Note : The figures mentioned above is indicative, Should there be any change in
above quantities the bidder should substantiate the same with
calculations.

f) List of Key Technical personal required for the work are as under and should be
enrolled in company/ firm/company/Joint venture and their should Employment register
and document should be uploaded.

LIST OF MINIMUM TECHNICAL AND NON-TECHNICAL PERSONNELS


REQUIRED FOR EXECUTION
1 Project Manager BE Civil with Minimum of 15 1
Contractor Executive Engineer
26
years’ experience & should have
been project Manager for at least
one Project/work of size similar to
the present contact.
2 Civil Engineer BE Civil with Minimum 5 Years’
2
experience
3 Electrical Engineer BE Electrial., with Minimum 5
1
Years’ experience
4 Mechanical Engineer BE Mech., with Minimum 5 Years’
1
experience
5 Diploma in Civil
5 Years’ Experience 2
Engineering
6 Diploma in Electrical
5 Years’ Experience 1
Engineering (foreman)
7 Diploma in
Mechanical 5 Years’ Experience 1
Engineering (foreman)
LIST OF MINIMUM TECHNICAL AND NON-TECHNICAL
PERSONNELS REQUIRED FOR O & M
Diploma in Electrical
2 years’ Experience 1
1 Engineering(foreman)
Diploma in
2 Mechanical 2 years’ Experience 1
Engineering(foreman)
3 Pump operators 2 years’ Experience 3
4 Helpers 2 years’ Experience 3
5 Sowdies 2 years’ Experience 3
6 Watchman 2 years’ Experience 3

3.3 To qualify for a package of contracts made up of this and other contracts for which tenders are
invited in this IFT, the Tenderer must demonstrate having experience and resources to meet the
aggregate of the qualifying criteria for the individual contracts..

3.4 Tenderers who meet the above specified minimum qualifying criteria, will only be
qualified, if their available tender capacity is more than the total tender value. The
available tender capacity will be calculated as under:
Assessed available tender capacity = (A*N*1.5 - B)
Where;
A =Maximum value of civil engineering works executed in any one year during the last
five years (updated to 2019-2020 price level) taking into account the completed as well
as works in progress.

N =Number of years prescribed for completion of the works for which tenders are invited.

Contractor Executive Engineer


27
B =Value, at 2019-2020 price level, of existing commitments and on-going works to be
completed during the next two years (period of completion of the works for which
Tenders are invited) *
Note: The statements showing the value of existing commitments and on-going works as well
as the stipulated period of completion remaining for each of the works listed should be
countersigned by the Employer in charge, not below the rank of an Executive Engineer
or equivalent.
3.5 Even though the Tenderers meet the above 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; and/or
- record of poor performance such as abandoning the works, not properly completing
the contract, inordinate delays in completion, litigation history, or financial failures
etc.; and/or
- participated in the previous Tender for the same work and had quoted unreasonably
high tender prices and could not furnish rational justification.

4 One Tender per Tenderer:


4.1 Each tenderer shall submit only one tender for one package. A tenderer who submits or
participates in more than one Tender (other than as a sub-contractor or in cases of alternatives
that have been permitted or requested) will cause all the proposals with the Tenderer’s
participation to be disqualified.

5. Cost of Tendering:
5.1 The tenderer shall bear all costs associated with the preparation and submission of
his tender, and the Employer will in no case be responsible and liable for those costs.
6. Site visit:
6.1 The Tenderer at his own responsibility and risk is encouraged to visit and examine
the Site of Works and its surroundings and obtain all information that may be
necessary for preparing the Tender and entering into a contract for construction of
the Works. The cost of visiting the Site shall be at the Tenderer’s own expense.

B -Tender documents
7. Content of Tender documents

7.1 The set of tender documents shall have all the Sections
7.2 Both the sets should be completed and returned with the tender.

8. Clarification of Tender Documents


8.1 A prospective tenderer requiring any clarification of the tender documents may
notify the Employer in writing or by cable (hereinafter “cable” includes telex and
facsimile) at the Employer’s address indicated in the invitation to tender. The
Employer will respond to any request for clarification which he receives earlier than
15 days prior to the deadline for submission of tenders. Copies of the Employer’s
response will be forwarded to all purchasers of the tender documents, including a
description of the enquiry but without identifying its source.

Contractor Executive Engineer


28
8.2 Pre-tender meeting:

8.2.1 The tenderer or his authorized representative is invited to attend a pre-tender


meeting which will take place at office of The Chief Engineer, Hemavathy
Project Zone, Gorur.
8.2.2 The purpose of the meeting will be to clarify issues and to answer questions on any
matter that may be raised at that stage.
8.2.3 The tenderer is requested to submit any questions in writing or by cable to reach the
Employer not later than one week before the meeting.
8.2.4 Minutes of the meeting, including the text of the questions raised (without
identifying the source of enquiry) and the responses given will be transmitted
without delay to all purchasers of the tender documents. Any modification of the
tender documents listed in Sub-Clause 7.1 which may become necessary as a result
of the pre-tender meeting shall be made by the Employer exclusively through the
issue of an Addendum pursuant to Clause 9 and not through the minutes of the pre-
tender meeting.

8.2.5 Non-attendance at the pre-tender meeting will not be a cause for disqualification of
a tenderer.

10. Amendment of Tender documents

9.1 Before the deadline for submission of tenders, the Employer may modify the tender
documents by issuing addenda.
9.2 Any addendum thus issued shall be part of the tender documents and shall be
communicated in writing or by cable to all the purchasers of the tender documents.
9.3 To give prospective Tenderers reasonable time in which to take an addendum into account
in preparing their tenders, the Employer shall extend as necessary the deadline for
submission of tenders, in accordance with Sub-Clause 16.2 below.

C. Preparation of Tenders

10. Documents comprising the Tender


10.1 The tender submitted by the Tenderer shall be in two covers and shall contain the
documents as follows::

10.1.1 First Cover:


(a) Earnest Money Deposit; on line payment through e-Procurement platform.
(b) Qualification Information as per formats given in Section 3; & as per
e-procurement portal.

10.1.2 Second Cover:


(a) The Tender (in the format indicated in Section 4) (as per e-procurement portal)
(b) Priced Bill of Quantities (Section 9); online through e-procurement portal, no
hardcopy of commercials should be attached or disclosed. (as per e-procurement
portal)
And any other materials required to be completing and submitting by Tenderers in
accordance with these instructions. The documents listed under Sections 3, 4, 6 and 9 shall
be filled in without exception.

Contractor Executive Engineer


29
10.2 Tenderers submitting tenders together with other contracts stated in the IFT to form
a package will so indicate in the tender together with any discounts offered for the award
of more than one contract.

11. Tender prices


11.1 The contract shall be for the whole works as described in Sub-Clause 1.1, based on
the priced Bill of Quantities submitted by the Tenderer.

11.2 The Tenderer shall fill in rates and prices and line item total (both in figures and
words) for all items of the Works described in the Bill of Quantities along with total tender
price (both in figures and words). Items for which no rate or price is entered by the
Tenderer will not be paid for by the Employer when executed and shall be deemed
covered by the other rates and prices in the Bill of Quantities. Corrections, if any,
shall be made by crossing out, initialing, dating and rewriting.

11.3 All duties, taxes, and other levies payable by the contractor under the contract, or
for any other cause, shall be included in the rates, prices and total Tender Price submitted
by the Tenderer.
11.4 The rates and prices quoted by the Tenderer shall be subject to adjustment during
the performance of the Contract in accordance with the provisions of Clause of the
Conditions of Contract

12. Tender validity


12.1 Tenders shall remain valid for a period not less than one hundred and eighty days
after the deadline date for tender submission specified in Clause 16. A tender valid for a
shorter period shall be rejected by the Employer as non-responsive.

12.2 In exceptional circumstances, prior to expiry of the original time limit, the Employer
may request that the Tenderers may extend the period of validity for a specified additional
period. The request and the Tenderers' responses shall be made in writing or by cable. A
Tenderer may refuse the request without forfeiting his earnest money deposit. A Tenderer
agreeing to the request will not be required or permitted to modify his tender, but will be
required to extend the validity of his earnest money deposit for a period of the extension,
and in compliance with Clause 13 in all respects.
13. Earnest money deposit

13.1 Earnest Money Deposit/ Bid security (as per e-procurement portal)

The tenderer shall furnish as part of his tender, Earnest Money Deposit (EMD) at the
following rates. (EMD) amount as % of the estimated cost of the work put to tender;

a Upto Rs. 20 lakh 2.5%


2% subject to minimum of Rs
b Rs. 20 lakhs and above upto Rs.1 Crore
50,000/-
1.5% subject to minimum of Rs
c Rs. 1 Crore and above upto Rs. 10 Crore
2,00,000/-
1% subject to minimum of Rs
d Rs. 10 Crore and above
15,00,000/-

The supplier/contractor can pay the Earnest Money Deposit (EMD) in the e-Procurement
portal using any of the following payment modes:
Contractor Executive Engineer
30
 Credit Card
 Direct Debit
 National Electronic Fund Transfer (NEFT)
 Over the Counter (OTC)

The supplier/contractor’s bid will be evaluated only on confirmation of receipt of the


payment (EMD)
EMD amount will have to be submitted by the supplier/contractor taking into account
the following conditions:

a. EMD will be accepted only in the form of electronic cash

b. The entire EMD amount for a particular tender has to be paid in a single
transaction. It is responsibility of Contractors to ensure that payment through NEFT reaches
Payment to Government of Karnataka Bank before Bid submission date and time , through
online payment. Before bid submission time and update the transaction reference in e-
Procurement portal .
c. For details on e-Payment services refer to e-procurement portal for more details on
the process.

13.2 Instruments having fixed validity issued as earnest money deposit for the tender
shall be valid for 45 days beyond the validity of the tender.
13.3 Any tender not accompanied by an acceptable earnest money deposit and not secured
as indicated in Sub-Clauses 13.1 and 13.2 above shall be rejected by the Employer
as non-responsive.
13.4 The earnest money deposit of unsuccessful Tenderers will be returned within 30 days
of the end of the tender validity period specified in Sub-Clause 12.1.
13.5 The earnest money deposit of the successful Tenderer will be disch arged when the
Tenderer has signed the Agreement and furnished the required Performance
Security.
13.6 The earnest money deposit may be forfeited:
(a) if the Tenderer withdraws the Tender after tender opening during the period of
tender validity;
(b) if the Tenderer does not accept the correction of the Tender Price, pursuant to
Clause 24; or
Contractor Executive Engineer
31
(c) in the case of a successful Tenderer, if the Tenderer fails within the specified
time limit to
(i) Sign the Agreement; or
(ii) Furnish the required Security deposit.

14. Format and signing of Tender

Tenderer shall submit the Bid electronically before the submission date and time published
in eprocurement portal.

D. Submission of Tenders
15. Sealing and marking of tenders
Tenderer shall submit the Bid electronically before the submission date and time published .

16. Deadline for submission of the Tenders

16.1 Tenders must be submitted online through e-Procurement portal to the Employer on or
before as per e-procurement portal.
16.2 The Employer may extend the deadline for submission of tenders by issuing an
amendment in accordance with Clause 9, in which case all rights and obligations of the
Employer and the Tenderers previously subject to the original deadline will then be
subject to the new deadline.

17. Late Tenders


17.1 In online e-procurement system, the bidder shall not be able to submit the bid after
the bid submission time and date as the icon are the task in the e-procurement
portal will not be available.

18. Modification and Withdrawal of Tenders

18.1 Tender has all the time to modify and correct or upload any relevant document in the
portal till Bid submission date and time, as published in the e-procurement portal.

E. Tender opening and evaluation


19 Opening of First Cover of all Tenders and evaluation to determine qualified
Tenderers in Executive Engineer, Hemavathi Dam Division, Gorur

19.1 The Employer will open the First Covers of all the Tenders received (except those
received late or withdrawn), including modifications for First Cover made pursuant to
Clause 18, in the presence of the Tenderers or their representatives who choose to
attend as per e-procurement portal on the date and the place specified in Clause 16. In
the event of the specified date of Tender opening being declared a holiday for the
Employer, the Tenders will be opened at the appointed time and location on the next
working day.

19.2 Envelopes marked "WITHDRAWAL" shall be opened and read out first. The First
Cover of Tenders for which an acceptable notice of withdrawal has been submitted
pursuant to Clause 18 shall not be opened. –NOT APPLICABLE

Contractor Executive Engineer


32
19.3 The Tenderer name, the presence or absence of earnest money deposit (amount,
format and validity), the submission of qualification information and such other
information as the Employer may consider appropriate will be announced by the
Employer at the opening. Late and withdrawn Tenders will be returned unopened to
tenders. – NOT APPLICABLE

19.4 The Employer shall prepare minutes of the Tender opening, including the
information disclosed to those present in accordance with Sub-Clause 19.3.- NOT
APPLICABLE

19.5 The Second Cover of all the Tenderers including modifications for Second Cover
shall be placed in a large cover and securely sealed in the presence of the tenderers or
their representatives, who are present and also get the same signed by all those tenderers
or their representatives. The large cover shall be kept in safe custody by the Employer. -
NOT APPLICABLE

19.6 The Employer will evaluate and determine whether each tender (a) meets the
eligibility criteria defined in ITT Clause 2; (b) is accompanied by the required earnest
money deposit as per stipulations in ITT Clause and (c) meets the minimum
qualification criteria stipulated in ITT Clause 3. The Employer will draw out a list of
qualified Tenderers.

20 Opening of Second Cover of qualified Tenderers and evaluation:

20.1 The Employer will inform all the Qualified Tenderers the time, date and venue fixed for
the opening of the Second Cover containing the priced Tenders published in e-
procurement portal. The Employer will open the Second Covers of Qualified Tenderers
at the appointed time and date in the presence of the Tenders or their representatives
who choose to attend. In the event of the specified date of Second Cover opening being
declared a holiday for the Employer, the Second Covers will be opened at the appointed
time and location on the next working day.

20.2 Envelopes marked “MODIFICATION FOR SECOND COVER” shall be opened


and the submissions therein read out in appropriate detail. – NOT APPLICABLE.

20.3 The Tenderers' names, the Tender prices, the total amount of each Tender, any
discounts, Tender modifications and withdrawals, and such other details as the
Employer may consider appropriate, will be announced by the Employer at the opening.
No Tender shall be rejected at Tender opening.

20.4 The Employer shall prepare minutes of the Second Cover Tender opening, including the
information disclosed to those present in accordance with Sub-Clause 20.3.

21. Process to be confidential


21.1 Information relating to the examination, clarification, evaluation, and comparison of
Tenders and recommendations for the award of a contract shall not be disclosed to
Tenderers or any other persons not officially concerned with such process until the
award to the successful Tenderer has been announced. Any effort by a Tenderer to
influence the Employer's processing of Tenders or award decisions may result in the
rejection of his Tender.

Contractor Executive Engineer


33
22 Clarification of Tenders
22.1 To assist in the examination, evaluation, and comparison of Tenders, the Employer
may, at his discretion, ask any Tenderer for clarification of his Tender, including
breakdowns of unit rates. The request for clarification and the response shall be in
writing or by cable, but no change in the price or substance of the Tender shall be
sought, offered, or permitted except as required to confirm the correction of arithmetic
errors discovered by the Employer in the evaluation of the Tenders in accordance with
Clause 24.

22.2 Subject to sub-clause 22.1, no Tenderer shall contact the Employer on any matter
relating to its Tender from the time of the Tender opening to the time the contract is
awarded. If the Tenderer wishes to bring additional information to the notice of the
Employer, it should do so in writing.

If they have any clarification related to e-Procurement contact e-Procurement


Help desk from 9 AM to 9 PM. Ph. No. : (080)22485867 or Chat through
e-Procurement portal through query option on or before specified time.

22.3 Any effort by the Tenderer to influence the Employer in the Employer’s Tender
evaluation, Tender comparison or contract award decisions may result in the rejection
of the Tenderers’ Tender.

23. Examination of Tenders and determination of responsiveness

23.1 Prior to the detailed evaluation of Tenders, the Employer will determine whether each
Tender; (a) has been properly signed; and; (b) is substantially responsive to the
requirements of the Tender documents.
23.2 A substantially responsive Tender is one which conforms to all the terms, conditions,
and specifications of the Tender documents, without material deviation or reservation.
A material deviation or reservation is one (a) which affects in any substantial way the
scope, quality, or performance of the Works; (b) which limits in any substantial way,
inconsistent with the Tender documents, the Employer's rights or the Tenderer's
obligations under the Contract; or (c) whose rectification would affect unfairly the
competitive position of other Tenderers presenting substantially responsive Tenders.
23.3 If a Tender is not substantially responsive, it will be rejected by the Employer, and
may not subsequently be made responsive by correction or withdrawal of the
nonconforming deviation or reservation.

24. Correction of errors

24.1 Tenders determined to be substantially responsive will be checked by the Employer for
any arithmetic errors. Errors will be corrected by the Employer as follows:
(a) where there is a discrepancy between the rates in figures and in words, the lower of
the two will govern and
(b) 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.

Contractor Executive Engineer


34
24.2 The amount stated in the Tender will be adjusted by the Employer in accordance with
the above procedure for the correction of errors and, with the concurrence of the
Tenderer, shall be considered as binding upon the Tenderer. If the Tenderer does not
accept the corrected amount the Tender will be rejected, and the earnest money deposit
may be forfeited in accordance with Sub-Clause 13.6 (b).

25. Evaluation and comparison of Tenders

25.1 The Employer will evaluate and compare only the Tenders determined to be
substantially responsive in accordance with Clause 23.
25.2 In evaluating the Tenders, the Employer will determine for each Tender the evaluated
Tender Price by adjusting the Tender Price as follows:
(a) Making any correction for errors pursuant to Clause 24; and
(b) Making appropriate adjustments to reflect discounts or other price
modifications offered in accordance with Sub Clause 18.5.
25.3 The Employer reserves the right to accept or reject any variation, deviation, or
alternative offer. Variations, deviations, and alternative offers and other factors which
are in excess of the requirements of the Tender documents or otherwise result in
unsolicited benefits for the Employer shall not be taken into account in Tender
evaluation.
25.4 The estimated effect of the price adjustment conditions under Clause 41 of the
Conditions of Contract, during the implementation of the Contract, will not be taken
into account in tender Evaluation
25.5 If the tender of the successful tenderer is seriously unbalanced in relation to the
Employer’s estimate of the cost of the work to be performed under the contract, the
Employer may require the Tenderer to produce detailed price analyses for any or all
items of the Bill of Quantities, to demonstrate the internal consistency of those prices
with the construction methods and schedule proposed. After evaluation of the price
analyses, the Employer may require that the amount of the performance security set
forth in Clause 29 be increased at the expense of the successful Tenderer to a level
sufficient to protect the Employer against financial loss in the event of default of the
successful under the contract.

F. Award of Contract
26. Award criteria
26.1 Subject to Clause 27, the Employer will award the Contract to the Tenderer whose
Tender has been determined to be substantially responsive to the Tender documents
and who has offered the lowest evaluated Tender Price, provided that such Tenderer
has been determined to be (a) eligible in accordance with the provisions of Clause 2,
and qualified in accordance with the provisions of Clause 3.

27. Employer's right to accept any Tender and to reject any or all Tenders
27.1 Notwithstanding Clause 26, the Employer reserves the right to accept or reject any
Tender, and to cancel the Tender process and reject all Tenders, at any time prior to
the award of Contract, without thereby incurring any liability to the affected Tenderer
or Tenderers or any obligation to inform the affected Tenderer or Tenderers of the
grounds for the Employer's action.

28. Notification of award and signing of Agreement

Contractor Executive Engineer


35
28.1 The Tenderer whose Tender has been accepted will be notified of the award by the
Employer prior to expiration of the Tender validity period by cable, telex, e-mail or
facsimile confirmed by registered letter. This letter (hereinafter and in the Conditions
of Contract called the "Letter of Acceptance") will state the sum that the Employer
will pay the Contractor in consideration of the execution, completion, and
maintenance of the Works by the Contractor as prescribed by the Contract
(hereinafter and in the Contract called the "Contract Price").

28.2 The notification of award will constitute the formation of the Contract, subject only to
the furnishing of Security deposit in accordance with the provisions of Clause 29.

28.3 The Agreement will incorporate all agreements between the Employer and the
successful Tenderer. It will be kept ready for signature of the successful Tenderer in
the office of Employer within 30 days following the notification of award along with
the Letter of Acceptance. Within 20 days of receipt, the successful Tenderer will sign
the Agreement and deliver it to the Employer.

28.4 Upon the furnishing by the successful Tenderer of the Performance Security, the
Employer will promptly notify the other Tenderers that their Tenders have been
unsuccessful

29 Security deposit (Performance Security)

29.1 Within 20 days of receipt of the letter of acceptance, successful tenderer shall
deliver to the employer a security deposit in any of the forms given below for an
amount equivalent to 5.00% of the contract price plus additional security for
unbalanced tenders in accordance with the clause 25. 5 of ITT and clause 43 of the
conditions of the contract.
Cash/ Bankers cheque/ Demand draft/ Payorder/ Bank Guarantee in favour of
Executive Engineer, Hemavathi Dam Division, Gorur payable at Gorur or
specified small saving instruments pledged to Hemavathi Dam Division, Gorur.

29.2 If the Security deposit is provided by the successful tenderer in the from of
Bank Guarantee, it shall be issued either by a Nationalized / Scheduled bank
29.3 The Security deposit if furnished in cash or demand draft can, if requested, be
converted to interest bearing securities at the cost of the contractor

29.4 Failure of the successful tenderer to comply with the requirements of sub-
clause 29.1 shall constitute sufficient grounds for cancellation of the award
and forfeiture of the Earnest money deposit .

30 Advance Payment and Security :

30.1 The Employer will provide an advance payment on the contract price as stipulated In
the condition of contract subject to the maximum as stated In the contract data
31. Corrupt or Fraudulent practices
31.1 The GOK requires that the Tenderers/Suppliers/Contractors, observe the highest
standard of ethics during the procurement and execution of such contracts. In
pursuance of this policy, GOK:
Contractor Executive Engineer
36
(a) will reject a proposal for award if it determines that the Tenderer
recommended for award has engaged in corrupt or fraudulent practices in
competing for the contract in question;
(b) will declare a firm ineligible, either indefinitely or for a stated period of time,
to be awarded a GOK contract if it at any time determines that the firm has
engaged in corrupt or fraudulent practices in competing for, or in executing, a
GOK contract.
31.2 Furthermore, Tenderers shall be aware of the provision stated in sub-clause 50.2
of the Conditions of Contract.

Contractor Executive Engineer


37
SECTION 3:
QUALIFICATION INFORMATION

The information to be filled in by the Tenderer hereunder will be used for purposes of computing
Tender capacity as provided for in Clause 3 of the Instructions to Tenderers. This information will
not be incorporated in the Contract.

1.1 Constitution or legal status of Tenderer [Attach copy]

Contractor Executive Engineer


38
Place of Registration ______________________________
(Attach Copy)
Principal place of business: _______________________________

1.2 Total value of civil engineering construction works executed and payments received in the
preceding five years. (in Rs Lakhs )

1.3 Work performed as Prime Contractor (in the same name) on works of similar nature over
during the five years specified in 2.1 above.

Project Name of Description Contract Value of Date Specified Actual date Remarks
Name Employer of Work Number contract of period of of explaining
Rs. Issue completion completion reasons for
Lakhs of delay in
work completion
order of work

1 2 3 4 5 6 7 8 9

1.4 Quantities of work executed as prime contractor (in the same name) during the preceding last
five years

Quantity of work performed


Electrical sub-
station of 11 /
Supplying
3.3 K.V.
erection, Remarks
Name Name Providing and Construction capacity work
Providing and installation of main canal (Indicate
Year of of Em- laying of pipes including
laying M.S. and including contract
of any dia for supply,
Work ployer raising main commissio earth work,
reference)
Distribution lining and CD Errection,
of dia (RMT) ning of
system (Rmt) works installation of
pumps
1.2X2 MVA
(HP)
transformer
(Nos)

1.5 Information on works for which Tenders have been submitted and works which are yet to be
completed as on the date of this Tender.

(A) Existing commitments and on-going works:

Description Place Contract Name Value Stipulated Value of Anticipated


of Work & No. & and of period of works4 date of
State Date Address Contract completion remaining completion

Contractor Executive Engineer


39
of (Rs. to be
Employer lakhs) completed
(Rs.
lakhs)
(1) (2) ( 3) (4) (5) (6) (7) (8)

(B) Works for which Tenders already submitted:

Description Place & Name and Estimated Stipulated Date when Remarks if
of Work State Address of value of period of decision is any
Employer works completion expected
( Rs. lakhs)
(1) (2) (3) (4) (5) (6) (7)

1.6. The following items of equipment are considered essential for successfully carrying out
the works. The Tenderer should furnish all the information listed below.

Item of Equipment Requirement Owned and available Remarks


No. Capacity Owned Number/ Age/
Capacity Condition

1.7 Reports on the financial standing of the tenderer, such as profit and loss statements and
auditor’s reports for the last five years;
1.8 Qualification and experience of the key technical and management personnel in permanent
employment with the tenderer and those that are proposed to be deployed on this contract,
if awarded.
1.9. Name, address, and telephone, telex, and fax numbers of the Tenderers' bankers who may
provide references if contacted by the Employer.
1.10 Evidence of access to financial resources to meet the qualification requirement specified in
ITT Clause 3.3 (b): Cash in hand, Letter of Credit etc. List them below and attach
certificate from the Banker in the suggested format as under:

BANKER’S CERTIFICATE

This is to certify that M/s. ………………………….. is a reputed company with a good


financial standing. If the contract for this work, namely ………………………………
(Name of the work) is awarded to the above firm, we shall be able to provide
Contractor Executive Engineer
40
overdraft/credit facilities to the extent of Rs. …………… to meet the working capital
requirements for executing the above contract

Sd/-
Name of the Bank, Senior Bank Manger
Address:……………………………….

1.11: Subcontracting DELETED

1.12 Information on litigations in which the Tenderer is involved:

Other Party (ies) Employer Details of dispute Amount involved Remarks showing present status

1.13 The proposed methodology and program of construction, backed with equipment planning
and deployment, duly supported with broad calculations and quality control procedures
proposed to be adopted, justifying their capability of execution and completion of the work
as per technical specifications within the stipulated period of completion as per milestones.

Contractor Executive Engineer


41
SECTION 4

FORMS OF TENDER, LETTER OFACCEPTANCE,


NOTICE TO PROCEED WITH THE WORK
AND AGREEMENT FORM

SECTION 4: FORMS OF TENDER, LETTER OF ACCEPTANCE, NOTICE TO


PROCEED WITH THE WORK AND AGREEMENT FORM
Form of Tender

Contractor Executive Engineer


42
TENDER FOR THE WORK OF: Detailed project report for lifting of water
from Dandiganhalli branch canal at Chainage: 17.725 KM near Duthnur
kaval village to irrigate 1862 Ha of Channarayapatna taluk and Arsikere
taluk, Hassan district including detail design, investigation and
construction of Head works including elecrtrical and electro-mechanical
components, Main canal, distributaries, Minors and FIC, commissioning
with operation and maintenance of the scheme for 3 years period. under
3rd stage of Kachenahalli lift scheme . ON COMBINATION OF TURNKEY TENDER
AS PART–‘A’ AND Item rate TENDER AS PART-‘B’.
Description of the work : This project envisages Design of all components, supply, installation,
testing and commissioning of pumping machinery and M.S. Rising main with surge analysis and
suitable surge protection system, Sump model analysis, transformer, 11/3.3 KV Sub-stations,
HT Panels, Soft Starters, Capacitor Banks, Construction of Intake arrangements, Sump cum
Pump House, Valves, Electrical works, EOT crane, delivery chambers, main canal and CD works
including maintaining the scheme for 3 years after successful commissioning. The bid is
combination of TURNKEY and Item rate classified as Part ‘A’ and Part ‘B’ respectively.
TURN KEY PORTION:- Part “A”
PART : A : TURN KEY :- Survey, Investigation, Planning and Design with drawings for all
components of the scheme for both Part-A & Part-B , Supply, Installation, Testing and
Commissioning of the " Detailed project report for lifting of water from
Dandiganhalli branch canal at Chainage: 17.725 KM near Duthnur kaval
village to irrigate 1862 Ha of Channarayapatna taluk and Arsikere taluk,
Hassan district including detail design, investigation and construction of
Head works including elecrtrical and electro-mechanical components, Main
canal, distributaries, Minors and FIC, commissioning with operation and
maintenance of the scheme for 3 years period. under 3rd stage of
Kachenahalli lift scheme" with a discharge of 40.25 Cusecs to a height of 43.50 m
(Static head) consisting of the Components such as Providing M.S. Rising Main in single row
of required dia meter thickness including necessary, Shifting of water supply, power and
Telephone lines wherever necessary and civil works, etc., Earthwork Excavation in all
Classifications to the required depth, Construction of Anchor Blocks & Thrust Blocks for rising
main Encasing of The Pipes in Road / Halla Crossings, providing RCC supports to rising main
as per necessity, Providing Suitable Dismantling Joints, Vent Pipes, Bleeders, Conducting
Surge Analysis and Providing Suitable Surge Protection System, Conducting Sump Model
Analysis, Providing & fixing all types of necessary Valves of Suitable Capacity with valve
chambers for rising main Providing and Erecting suction and Delivery pipes, Manifold, etc.,
with Suitable Foundations, Providing, Erecting & Commissioning of Suitable capacity of
vertical Turbine Pumps and Motors with suitable suction and delivery system, Providing
outdoor substation including providing transformers / Auxiliary transformer, Express feeder
line and Towers for line along with terminal bay at KPTCL sub station, Udaypura along with
electrical Inspectorate super vision charges, providing chain link fencing to out door
substation and transformers, Providing & Fixing EOT Cranes of Suitable Capacity, arranging
power supply to pump house control room with necessary control cables, HT panels, soft
starters, capacitor bank, breakers and allied components as per KPTCL / CESC Norms and
Other Connected Electrical & Electro-Mechanical Works, complete Supply of Spare Parts,
Tools and plants to scheme and Technical Man Power for Operating and Maintaining the
Scheme for a Period of 3 Years after Successful Commissioning of the Scheme as per the
detailed scope of work on TURN KEY BASIS.
Contractor Executive Engineer
43
Part “B” : ITEM RATE This includes Intake arrangement, sump and pump house, Indoor
electrification . road around pump house, approach road for pump house and providing chain
link fencing around pump house yard, Delivery cistern, Manhole chamber and Main canal etc
of “Detailed project report for lifting of water from Dandiganhalli branch canal
at Chainage: 17.725 KM near Duthnur kaval village to irrigate 1862 Ha of
Channarayapatna taluk and Arsikere taluk, Hassan district including detail
design, investigation and construction of Head works including elecrtrical
and electro-mechanical components, Main canal, distributaries, Minors and
FIC, commissioning with operation and maintenance of the scheme for 3
years period. under 3rd stage of Kachenahalli lift scheme .” On Item rate Tender.

To
The Executive Engineer,
CNNL, Hemavathi Dam Division, Gorur.

GENTLEMEN,

We offer to execute the Works described above in accordance with the Conditions of
Contract accompanying this Tender for the Contract Price of _________ [in figures]
(________________________________________________) [in letters].
This Tender and your written acceptance of it shall constitute a binding contract between us. We
understand that you are not bound to accept the lowest or any tender you receive.
The advance payment required is Rs…………………………….
We undertake that, in competing for (and, if the award is made to us, in executing) the above
contract, we will strictly observe the laws against fraud and corruption in force in India namely
“Prevention of Corruption Act 1988”.
We hereby confirm that this Tender complies with the Tender validity and Earnest money deposit
required by the Tender documents.
We attach herewith our current income-tax clearance certificate.
Yours faithfully,
Authorized Signature:
Name & Title of Signatory:
Name of Tenderer ______________________________________________
Address:

Letter of Acceptance

(letter head paper of the Employer)


Contractor Executive Engineer
44
________________________[date]

To: _____________________________________________________________________ [name


and address of the Contractor]

Dear Sirs,

This is to notify you that your Tender dated ____________ for execution of:
“Scheme for lifting of water from Dandiganhalli branch canal at Chainage: 17.725 KM near
Duthnur kaval village to irrigate 1862 Ha (4600 Acre) of Channarayapatna taluk and
Arsikere taluk, Hassan district including detail design, investigation and construction of
Head works including elecrtrial and electro-mechanical components, Main canal,
distributaries, Minors and FIC, commissioning with operation and maintenance of the
scheme for 5 years period. under 3rd stage of Kachenahalli lift scheme. ON
COMBINATION OF TURNKEY TENDER AS PART–‘A’ AND Item rate TENDER AS PART-‘B’.
for the Contract Price of Rupees …..(_________________[amount in words and figures], as
corrected and modified in accordance with the Instructions to Tenderers is hereby accepted by our
Agency.

You are hereby requested to furnish Security deposit plus additional security for unbalanced
tenders in accordance with of Clause 25.5 of ITT, in the form detailed in Clause 29.1 of ITT and
clause 43 of the conditions of contract for an amount of Rs.—————( As defined in contract
data) within 20 days of the receipt of this letter of acceptance valid up to 30 days from the date of
expiry of Defects Liability Period i.e. up to ............ and sign the contract, failing which action as
stated in Para 29.4 of ITT will be taken.

Yours faithfully,

Authorized Signature
Name and Title of Signatory
Name of Agency

Contractor Executive Engineer


45
Issue of Notice to proceed with the work
(Letter head of the Employer)
————— (date)
To

—————————————— (name and address of the Contractor)

——————————————

——————————————

Dear Sirs:

Pursuant to your furnishing the requisite security deposit as stipulated in ITT Clause 29.1
and signing of the contract agreement for the construction of —————— a Tender Price of Rs.
——————, you are hereby instructed to proceed with the execution of the said works in
accordance with the contract documents.

Yours faithfully,

(Signature, name and title of signatory


authorized to sign on behalf of Employer)

Contractor Executive Engineer


46
Agreement Form
Agreement
This agreement, made the ___________________day of ______________20_______,
between________________________________________________________________________
____________________________________________Executive Engineer, CNNL, Hemavathy
Dam Division, Gorur (herein after called “the Employer”) of the one part and
______________________________________________________________________________
______[name and address of contractor] (herein after called “the Contractor”) of the other part.
Whereas the Employer is desirous that the Contractor “Scheme for lifting of
water from Dandiganhalli branch canal at Chainage: 17.725 KM
near Duthnur kaval village to irrigate 1862 Ha (4600 Acre) of
Channarayapatna taluk and Arsikere taluk, Hassan district
including detail design, investigation and construction of Head
works including elecrtrial and electro-mechanical components,
Main canal, distributaries, Minors and FIC, commissioning with
operation and maintenance of the scheme for 5 years period.
under 3rd stage of Kachenahalli lift scheme . ON COMBINATION OF
TURNKEY TENDER AS PART–‘A’ AND Item rate TENDER AS PART-‘B’.
Description of the work : This project envisages Design of all components, supply, installation,
testing and commissioning of pumping machinery and M.S. Rising main with surge analysis and
suitable surge protection system, Sump model analysis, transformer, 11/3.3 KV Sub-stations,
HT Panels, Soft Starters, Capacitor Banks, Construction of Intake arrangements, Sump cum
Pump House, Valves, Electrical works, EOT crane, delivery chambers, main canal and CD works
including maintaining the scheme for 5 years after successful commissioning. The bid is
combination of TURNKEY and Item rate classified as Part ‘A’ and Part ‘B’ respectively.
TURN KEY PORTION:- Part “A”
PART : A : TURN KEY :- Survey, Investigation, Planning and Design with drawings for all
components of the scheme for both Part-A & Part-B , Supply, Installation, Testing and
Commissioning of the " Scheme for lifting of water from Dandiganhalli branch
canal at Chainage: 17.725 KM near Duthnur kaval village to irrigate 1862 Ha
(4600 Acre) of Channarayapatna taluk and Arsikere taluk, Hassan district
including detail design, investigation and construction of Head works
including elecrtrial and electro-mechanical components, Main canal,
distributaries, Minors and FIC, commissioning with operation and
maintenance of the scheme for 5 years period. under 3rd stage of
Kachenahalli lift scheme" with a discharge of 40.25 Cusecs to a height of 43.50 m
(Static head) consisting of the Components such as Providing M.S. Rising Main in single row
of required dia meter thickness including necessary, Shifting of water supply, power and
Telephone lines wherever necessary and civil works, etc., Earthwork Excavation in all
Classifications to the required depth, Construction of Anchor Blocks & Thrust Blocks for rising
main Encasing of The Pipes in Road / Halla Crossings, providing RCC supports to rising main
as per necessity, Providing Suitable Dismantling Joints, Vent Pipes, Bleeders, Conducting
Surge Analysis and Providing Suitable Surge Protection System, Conducting Sump Model
Analysis, Providing & fixing all types of necessary Valves of Suitable Capacity with valve
chambers for rising main Providing and Erecting suction and Delivery pipes, Manifold, etc.,
with Suitable Foundations, Providing, Erecting & Commissioning of Suitable capacity of
vertical Turbine Pumps and Motors with suitable suction and delivery system, Providing

Contractor Executive Engineer


47
outdoor substation including providing transformers / Auxiliary transformer, Express feeder
line and Towers for line along with terminal bay at KPTCL sub station, Udaypur along with
electrical Inspectorate super vision charges, providing chain link fencing to out door
substation and transformers, Providing & Fixing EOT Cranes of Suitable Capacity, arranging
power supply to pump house control room with necessary control cables, HT panels, soft
starters, capacitor bank, breakers and allied components as per KPTCL / CESC Norms and
Other Connected Electrical & Electro-Mechanical Works, complete Supply of Spare Parts,
Tools and plants to scheme and Technical Man Power for Operating and Maintaining the
Scheme for a Period of 5 Years after Successful Commissioning of the Scheme as per the
detailed scope of work on TURN KEY BASIS.

Part “B” : ITEM RATE This includes Intake arrangement, sump and pump house, Indoor
electrification . road around pump house, approach road for pump house and providing chain
link fencing around pump house yard, Delivery cistern, Manhole chamber and Main canal etc
of “Detailed project report for lifting of water from Dandiganhalli branch canal
at Chainage: 17.725 KM near Duthnur kaval village to irrigate 1862 Ha of
Channarayapatna taluk and Arsikere taluk, Hassan district including detail
design, investigation and construction of Head works including elecrtrical
and electro-mechanical components, Main canal, distributaries, Minors and
FIC, commissioning with operation and maintenance of the scheme for 3
years period. under 3rd stage of Kachenahalli lift scheme .” On Item rate Tender.

[Name and identification number of Contract] (Hereinafter called “the Works”) and the
Employer has accepted the Tender by the Contractor for the execution and completion of such
Works and the remedying of any defects therein at a contract price of Rupees...............................

NOW THIS AGREEMENT WITNESSETH as follows:

1. In this Agreement, words and expression shall have the same meanings as are respectively
assigned to them in the Conditions of Contract hereinafter referred to, and they shall be
deemed to form and be read and construed as part of this Agreement.
2. In consideration of the payments to be made by the Employer to the Contractor as hereinafter
mentioned, the Contractor hereby covenants with the Employer to execute and complete the
Works and remedy any defects therein in conformity in all aspects with the provisions of the
Contract.
3. The Employer hereby covenants to pay the Contractor in consideration of the execution and
completion of the Works and the remedying the defects wherein the Contract Price or such
other sum as may become payable under the provisions of the Contract at the times and in the
manner prescribed by the Contract.
4. The following documents shall be deemed to form and be read and construed as part of this
Agreement, viz:
i) Letter of Acceptance;
ii) Notice to proceed with the works;
iii) Contractor’s Tender;
iv) Contract Data;
v) Conditions of contract (including Special Conditions of Contract);
vi) Specifications;
vii) Drawings;
viii) Bill of Quantities; and
Contractor Executive Engineer
48
ix) Any other document listed in the Contract Data as forming part of the contract.

In witness whereof the parties thereto have caused this Agreement to be executed the day and year first
before written.

The Common Seal of ___________________________________________________________


was hereunto affixed in the presence of:
Signed, Sealed and Delivered by the said ___________________________________________________
_________________________________________________________________________________
in the presence of:
Binding Signature of Employer _______________________________________________________
Binding Signature of Contractor _____________________________________________________

Contractor Executive Engineer


49
SECTION-5

CONDITIONS OF CONTRACT

Contractor Executive Engineer


50
CONDITIONS OF CONTRACT
Table of Contents

A. General C. Quality Control


Page no. Page No.
1 Definitions 29 Identifying Defects
2 Interpretation 30 Tests
3 Law governing contract 31 Correction of Defects
4 Employers decisions 32 Uncorrected Defects
5 Delegation
6 Communications
7 Sub contracting D. Cost Control
8 Other Contractors 33 Bill of Quantities
9 Personnel 34 Variations
10 Employer’s & Contractor’s Risks 35 Payments for Variations
11 Employer’s Risks 36 Submission of bills for payment
12 Contractor’s Risks 37 Payments
13 Insurance 38 Compensation events
14 Site Investigation Reports 39 Tax
15 Queries about the Contract 40 Price Adjustment
Data 41 Liquidated Damages
16 Contractor to Construct the 42 Advance Payments
Works 43 Securities
17 The Works to be completed by 44 Cost of Repairs
the intended completion date
18 Approvals by the Employer E Finalising the Contract
19 Safety 45 Completion
20 Discoveries 46 Taking Over
21 Possession of the Site 47 Final Account
22 Access to site 48 As build drawings / Operating and
Maintenance Manuals
23 Instructions 49 Termination
24 Procedure for resolution of 50 Payment upon Termination
disputes
51 Property
52 Release from performance
B. Time Control F Special conditions of contract
25 Program 53 Part 1
26 Extension of the Intended 54 Part 2
Completion date
27 Delays Ordered by the Employer 55 Part 3
28 Management meetings 56 Part 4
57 Additional conditions of contract

Contractor Executive Engineer


51
CONDITIONS OF CONTRACT

A.GENERAL

1. Definitions
1.1 Terms which are defined in the Contract Data are not also defined in the
Conditions of Contract but keep their defined meanings. Bold letters are used to
identify defined terms.
Bill of Quantities means the priced and completed Bill of Quantities forming part of the
Tender.
Compensation events are those defined in Clause 38 hereunder.
The Completion Date is the date of completion of the Works as certified by the Employer
in accordance with Sub Clause 46.1.
The Contract is the contract between the Employer and the Contractor to execute,
complete and maintain the Works. It consists of the documents listed in Clause 2.2 below.
The Contract Data defines the documents and other information which comprise the
Contract.
The Contractor is a person or corporate body whose Tender to carry out the Works has
been accepted by the Employer.
The Contractor's Tender is the completed Tender document submitted by the Contractor
to the Employer.
The Contract price is the price stated in the Letter of Acceptance and thereafter as
adjusted in accordance with the provisions of the Contract.
Days are calendar days; months are calendar months.
A Defect is any part of the Works not completed in accordance with the Contract.
The Defects liability period is the period named in the Contract Data and calculated from
the Completion Date.
The Employer is the party who will employ the Contractor to carry out the Works.
Equipment is the Contractor's machinery and vehicles brought temporarily to the Site to
construct the Works.
The Initial Contract price is the Contract Price listed in the Employer's Letter of
Acceptance.
The Intended Completion Date is the date on which it is intended that the Contractor
shall complete the Works. The Intended Completion Date is specified in the Contract Data.
The Intended Completion Date may be revised only by the Employer by issuing an
extension of time.
Materials are all supplies, including consumables, used by the contractor for incorporation
in the Works.
Plant is any integral part of the Works which is to have a mechanical, electrical, electronic
or chemical or biological function.
The Site is the area defined as such in the Contract Data.
Specification means the Specification of the Works included in the Contract and any
modification or addition made or approved by the Employer.
The Start Date is given in the Contract Data. It is the date when the Contractor shall
commence execution of the works. It does not necessarily coincide with any of the Site
Possession Dates.
A Subcontractor - DELETED
A Variation is an instruction given by the Employer which varies the Works.
The Works are what the Contract requires the Contractor to construct, install, and turn
over to the Employer, as defined in the Contract Data.

2. Interpretation
Contractor Executive Engineer
52
2.1 In interpreting these Conditions of Contract, singular also means plural, male also means
female or neuter, and the other way around. Headings have no significance. Words have
their normal meaning under the language of the Contract unless specifically defined. The
Employer will provide instructions clarifying queries about the Conditions of Contract.
2.2 The documents forming the Contract shall be interpreted in the following order of priority:
(1) Agreement
(2) Letter of Acceptance, notice to proceed with the works
(3) Contractor’s Tender
(4) Contract Data
(5) Conditions of Contract
(6) Specifications
(7) Drawings
(8) Bill of quantities and
(9) any other document listed in the Contract Data as forming part of the Contract.

3. Law governing contract


3.1 The law governing the Contract is the Laws of India supplanted by the Karnataka Local
Acts.

4. Employer's decisions
4.1 Except where otherwise specifically stated, the Employer will decide contractual matters
between the Employer and the Contractor .

5. Delegation
5.1 The Employer may delegate any of his duties and responsibilities to other people after
notifying the Contractor and may cancel any delegation after notifying the Contractor.

6. Communications
6.1 Communications between parties which are referred to in the conditions are effective only
when in writing. A notice shall be effective only when it is delivered (in terms of Indian
Contract Act).

9 Subcontracting :
-“DELETED”-

8. Other Contractors
8.1 The Contractor shall cooperate and share the Site with other contractors, public authorities,
utilities, and the Employer.

9. Personnel
9.1 The Contractor shall employ the technical personnel (of number and qualifications) as may
be stipulated by GOK from time to time during the execution of the work. The technical
staff so employed shall be available at site as may be stipulated by the Employer.
9.2 If the Employer asks the Contractor to remove a person who is a member of the
Contractor’s staff or his work force stating the reasons, the Contractor shall ensure that the
person leaves the Site within seven days and has no further connection with the work in
the Contract.

Contractor Executive Engineer


53
10. Employer’s and Contractor's risks
10.1 The Employer carries the risks which this Contract states are Employer’s risks, and the
Contractor carries the risks which this Contract states are Contractor’s risks.

11. Employer's risks


11.1 The Employer is responsible for the excepted risks which are:
(a) Rebellion, riot commotion or disorder unless solely restricted to employees of the
Contractor or his Sub-Contractors arising from the conduct of the Works; or
(b) a cause due solely to the design of the Works, other than the Contractor’s design; or
(c) any operation of the forces of nature (in so far as it occurs on the Site) which an
experienced contractor:
(i) could not have reasonably foreseen; or
(ii) could reasonably have foreseen, but against which he could not reasonably have
taken at least one of the following measures;
(A) prevent loss or damage to physical property from occurring by taking
appropriate measures or
(B) insure against such loss or damage

12. Contractor’s risks


12.1 All risks of loss of or damage to physical property and of personal injury and death which
arise during and in consequence of the performance of the Contract other than the
excepted risks are the responsibility of the Contractor.

13. Insurance:
13.1 The Contractor shall prior to commencing the works, effect and thereafter maintain
insurances , in the joint names of the Employer and the Contractor, (cover from the first
working day after the Start Date to the end of Defects Liability Period), in the amounts
stated in the Contract Data :
(a) for loss of or damage to the Works, Plants and Materials and the Contractor’s
equipment;
(b) for liability of both Parties for loss, damage, death and injury to third parties or their
property arising out of the Contractor’s performance of the Contract including the
Contractor’s liability for damage to the Employer’s property other than the Works and
(c) for liability of both Parties and of any Employer’s representative for death and injury
to the Contractor’s personnel except to the extent that liability arises from the
negligence of the Employer, any Employer’s representative or their Employees.
13.2 Policies and certificates for insurance shall be delivered by the Contractor to the Employer
for his approval before the Start Date. All such insurance shall provide for compensation
to be payable to rectify the loss or damage incurred. All payments received from insurers
relating to loss or damage shall be held jointly by the Parties and used for the repair of the
loss or damage or as compensation for loss or damage that is not to be repaired.
13.3 If the Contractor fails to effect or keep in force any of the insurances referred to in the
previous sub-clauses or fails to provide satisfactory evidence, policies or receipts, the
Employer may without prejudice to any other right or remedy, effect insurance for the
cover relevant to such default and pay the premiums due and recover the same as a
deduction from any other monies due to the Contractor. If no payments is due, the
payment of the premiums shall be a debt due.
13.4 Alterations to the terms of an insurance shall not be made without the approval of the
Employer.
13.5 Both Parties shall comply with any conditions of the insurance policies.

14. Site Investigation Reports:


Contractor Executive Engineer
54
14.1 The Contractor, in preparing the tender, shall rely on any site investigation reports referred
to in the Contract data, supplemented by any information available to the Tenderer.
15. Queries about the Contract Data
15.1 The Employer will clarify queries on the Contract Data.
16. Contractor to construct the Works
16.1 The Contractor shall construct the Works in accordance with the Specification and
Drawings.
17. The Works to be completed by the Intended Completion Date
17.1 The Contractor may commence execution of the Works on the Start Date and shall carry
out the Works in accordance with the program submitted by the Contractor, as updated
with the approval of the Employer, and complete them by the Intended Completion Date.
18. Approval by the Employer:
18.1 The Contractor shall submit Specification and drawings showing the proposed Temporary
Works to the Employer, who is to approve them if they comply with the Specifications and
Drawings.
18.2 The Contractor shall be responsible for the design of Temporary Works
18.3 The Employer’s approval shall not alter the Contractor’s responsibility for design of the
Temporary Works.
18.4 The Contractor shall obtain approval of third parties to the design of third parties to the
design of the temporary Works where required.
18.5 All Drawings prepared by the Contractor for the execution of the temporary or permanent
Works, are subject to prior approval by the Employer before their use.

19. Safety
19.1 The Contractor shall be responsible for the safety of all activities on the Site.

20.Discoveries
20..1 Anything of historical or other interest or of significant value unexpectedly discovered on
the Site is the property of the Employer. The Contractor is to notify the Employer of such
discoveries and carry out the Employer's instructions for dealing with them.
21.Possession of the Site
21.1 The intending bidders should note that, if any of the land eighter in part/parts or in whole
required from the work is not yet acquired by the Nigama, it shall be the responsibility of
the bidder to take possession of the such land and start the work by consent of the owners
before commencement of work at no extra cost to the nigama and no claim what so ever
relating to non-availabality of land would be entertained.
22.Access to the Site
22.1 The Contractor shall allow the Employer and any person authorized by the Employer
access to the Site, to any place where work in connection with the Contract is being carried
out or is intended to be carried out and to any place where materials or plant are being
manufactured / fabricated / assembled for the works.

23.Instructions
Contractor Executive Engineer
55
23.1 The Contractor shall carry out all instructions of the Employer which comply with the
applicable laws where the Site is located.

24. Procedure for resolution of Disputes: REFER THE 4(a) of SPECIAL CONDITION
OF CONTRACT

B. Time Control

25. Program
25.1 Within the time stated in the Contract Data the Contractor shall submit to the Employer for
approval a Program showing the general methods, arrangements, order, and timing for all
the activities in the Works.
25.2 The Employer's approval of the Program shall not alter the Contractor's obligations. The
Contractor may revise the Program and submit it to the Employer again at any time. A
revised Program is to show the effect of Variations and Compensation Events

26. Extension of the Intended Completion Date


26.1 The Employer shall extend the Intended Completion Date if a Compensation Event occurs
or a Variation is issued which makes it impossible for Completion to be achieved by the
Intended Completion Date.
26.2 The Employer shall decide whether and by how much to extend the Intended Completion
Date within 21 days of the Contractor asking the Employer for a decision upon the effect
of a Compensation Event or Variation and submitting full supporting information.

27. Delays ordered by the Employer


27.1 The Employer may instruct the Contractor to delay the start or progress of any activity
within the Works.
28. Management meetings
28.1 The Employer may require the Contractor to attend a management meeting. The business
of a management meeting shall be to review the progress achieved and the plans for
remaining work.
28.2 The responsibility of the parties for actions to be taken is to be decided by the Employer
either at the management meeting or after the management meeting and stated in writing
to be distributed to all who attended the meeting.

C. Quality Control
29. Identifying defects
29.1 The Employer shall check the Contractor's work and notify the Contractor of any Defects
that are found. Such checking shall not affect the Contractor's responsibilities. The
Employer may instruct the Contractor to search for a Defect and to uncover and test any
work that the Employer considers may have a Defect.
30. Tests
30.1 If the Employer instructs the Contractor to carry out a test not specified in the
Specification to check whether any work has a Defect and the test shows that it does, the
Contractor shall pay for the test and any samples. If there is no Defect the test shall be a
Compensation Event.
31. Correction of defects

Contractor Executive Engineer


56
31.1 The Employer shall give notice to the Contractor of any Defects before the end of the
Defects Liability Period, which begins at Completion and is defined in the Contract Data.
The Defects Liability Period shall be extended for as long as Defects remain to be
corrected.
31.2 Every time notice of a Defect is given, the Contractor shall correct the notified Defect
within the length of time specified by the Employer’s notice.
32. Uncorrected defects
32.1 If the Contractor has not corrected a Defect within the time specified in the Employer’s
notice, the Employer will assess the cost of having the Defect corrected, and the
Contractor will pay this amount.

D. Cost Control
33. Bill of Quantities (BOQ)

33.1 The BOQ shall contain items for the construction, installation, testing, and commissioning
work to be done by the Contractor.
33.2 The BOQ is used to calculate the Contract Price. The Contractor is paid for the quantity of
the work done at the rate in the BOQ for each item

34. Variations :-
1) NOT APPLICABEL FOR PART-A (TURN KEY)
2) APPLICABEL ONLY FOR PART-B (ITEM RATE)

34.1 The Employer shall have power to order the Contractor to do any or all of the following as
considered necessary or advisable during the progress of the work by him
(a) Increase or decrease of any item of work included in the Bill of Quantities (BOQ);
(b) Omit any item of work;
(c) Change the character or quality or kind of any item of work;
(d) Change the levels, lines, positions and dimensions of any part of the work;
(e) Execute additional items of work of any kind necessary for the completion of the
works; and
(f) Change in any specified sequence, methods or timing of construction of any part of the
work.
34.2 The Contractor shall be bound to carry out the work in accordance with any instructions in
this connection, which may be given to him in writing by the Employer and such alteration
shall not vitiate or invalidate the contract.
34.3 Variations shall not be made by the Contractor without an order in writing by the
Employer, provided that no order in writing shall be required for increase or decrease in
the quantity of an item appearing in the BOQ so long as the work executed conforms to the
approved drawings.
34.4 The Contractor shall promptly request in writing to the Employer to confirm verbal orders
and the officer issuing oral instructions shall confirm it in writing within 30 days, failing
which the work shall be carried out as through there is no variation. In case variation is
approved it shall be accompanied bt BOQ, failing which the contractor shall be
responsible for deviation if any. Further, approval of Govt. has to be obtained for the
variation exceeding 5%.

35. Payments for Variations

Contractor Executive Engineer


57
35.1 Payment for increase in the quantities of an item in the BOQ up to 25% of that provided in
the Bill of Quantities shall be made at the rates quoted by the Contractor.
35.2 For quantities in excess of 125% of the tendered quantity of an item as given in the BOQ,
the Contractor shall be paid at the rate entered in or derived from in the Schedule of Rates
(applicable for the area of the work and current at the time of award of contract) plus or
minus the overall Item rate of the original tendered rates over the current Schedule of
Rates prevalent at the time of award of contract.
35.3 If there is no rate for the additional, substituted or altered item of the work in the BOQ,
efforts would be made to derive the rates from those given in the BOQ or the Schedule of
Rates (applicable for the area of the work and current at the time of award of contract) and
if found feasible the payment would be made at the derived rate for the item plus or minus
the overall Item rate of the original tendered rates over the current Schedule of Rates
prevalent at the time of award of contract
35.4 If the rates for additional, substituted or altered item of work cannot be determined either
as at 35.1 or 35.2 or 35.3 above, the Contractor shall be requested to submit his quotation
for the items supported by analysis of the rate or rates claimed, within 7 days.
35.5 If the Contractor's quotation is determined unreasonable, the Employer may order the
Variation and make a change to the Contract Price which shall be based on Employer’s
own forecast of the effects of the Variation on the Contractor's costs.
35.6 If the Employer decides that the urgency of varying the work would prevent a quotation
being given and considered without delaying the work, no quotation shall be given and the
Variation shall be treated as a Compensation Event.
35.7 Under no circumstances the Contractor shall suspend the work on the plea of non-
settlement of rates for items falling under this Clause.

36. Submission of bills for payment


36.1 The Contractor shall submit to the Employer monthly bills of the value of the work
completed less the cumulative amount paid previously.
36.2 The Employer shall check the Contractor's bill and determine the value of the work
executed which shall comprise of (i) value of the quantities of the items in the BOQ
completed and (ii) valuation of Variations and Compensation Events.
36.3 The Employer may exclude any item paid in a previous bill or reduce the proportion of
any item previously paid in the light of later information.

37. Payments
37.1 Payments shall be adjusted for deductions for advance payments other than recoveries in
terms of contract and taxes, at source as applicable under law. The Employer shall pay the
Contractor on submission of the bill subject to the availability of grants. The Contractor
shall be liable to pay liquidated damages for shortfall in progress. For progress beyond the
agreed programme payment is subject to availability of the grants.
37.2 Items of the Works for which no rate or price has been entered in will not be paid for by
the Employer and shall be deemed covered by other rates and prices in the Contract.

38. Compensation events :


38.1 The following are Compensation events unless they are caused by the Contractor:

(a) The Employer orders a delay or does not issue drawings, specifications or
instructions required for execution of works on time.
(b) The Employer instructs the Contractor to uncover or to carry out additional tests
upon work which is then found to have no Defects.

Contractor Executive Engineer


58
(c) The Employer gives an instruction for dealing with an unforeseen condition,
caused by the Employer, or additional work required for safety or other reasons.
(d) The effect on the Contractor of any of the Employer’s Risks.
(e) The Employer unreasonably delays issuing a Certificate of Completion.
(f) Other Compensation Events listed in the Contract Data or mentioned in the
Contract.
39. Tax
39.1 The rates quoted by the Contractor shall be deemed to be inclusive of the sales and other
taxes that the Contractor will have to pay for the performance of this Contract. The
Employer will perform such duties in regard to the deduction of such taxes at source as per
applicable law.

40. Price Adjustment:

1) NOT APPLICABLE FOR PART-A (TURN KEY)


2) APPLICABLE ONLY FOR PART-B (ITEM RATE)

1. Following price adjustment methods are applicable here after as per Government Order
No. FD3PCL 2008, Bangalore date 21.11.2008
.
a) For all works costing more than Rs.50 lakhs, if the period of execution is more than
12 months, the price adjustment will be calculated as prescribed in Annexure to
G.O. No: FD 59 PRO Cell/ 2004, dt: 26.11.2004.
b) If the period of execution is more than 6 months but less than or equal to 12 months
for work costing more than Rs.50 lakhs, star rates in respect of specified materials
(cement, steel and bitumen) only shall be payable to the contractor based on the all
India average wholesale price index for the said materials. The star rates adjustment
shall be as per the increase or decrease in the index as applied to the said materials
between the last date for receiving bids and the date of execution as per the
approved programme of works submitted by the contractor at the time of execution
of agreement which shall mandatorily be a part of the agreement.

a) If the period of execution is less than or equal to 6 months, for all works irrespective of
the cost of the works, price adjustment or star rates shall not be applicable.

b) In works contracts where price adjustment clause is provided, the price adjustment shall
be admissible from the date of opening of tenders (Original or extended).

c) Price adjustment clause shall not be included in Goods and Equipment tender
documents. However, in respect of tender documents for procurement of Electric
Cables, Transformers, Generators, Motors that have raw material component subject to
price fluctuations, appropriate price adjustment clauses may be incorporated by the
Tender Inviting Authority in the tender documents, with the specific approval of the
concerned Head of the Department or Managing Director of the Public Sector
Undertaking/Board.

2. The above mentioned methods of price adjustment clause are


subject to the following conditions:

 The price adjustment clause or the star rates shall not be admissible if the contract
period is extended due to lapse on the part of the contractor.
Contractor Executive Engineer
59
 For the cases (a) and (b) above, if the contract period is extended due to no fault of
the contractor, the modified programme shall be approved by the competent
authority and shall become a part of agreement for which price adjustment/star
rates will be applicable.

 For the purpose of working out price adjustment and star rates, the price index
issued from time to time by the Ministry of Commerce and Industry, Government
of India should be adopted.

 The formulae for price adjustment shall be as prescribed in Annexure-1 to the G.O.
No: FD 59 PRO.Cell/2004 dated: 26.11.2004, which is appended.
3. The above instructions will only be applicable prospectively and shall not be applicable
for contracts concluded in the past or being concluded presently or for tenders already
invited.

4. The above instructions shall apply to all Procurement Entities as defined in Section 2(d)
Chapter I of the Karnataka Transparency in Public Procurement Act, 1999.

ANNEXURE -1 to Government Order No. FD 59 PRO. CELL 2004, BANGALORE DATED 26th
NOVEMBER 2004

CHANGE IN COSTS -PRICE ADJUSTMENT


Price Variation---CONTRACT PRICE ADJUSTMENT FORMULA
1. Adjustment in the contract price of equipment on account of changes in material and labour
rates shall be computed in accordance with the conditions and formulae prescribed
hereinafter and further satisfying the requirements specified herein.
2. The contract price of equipment stated in the contract shall be the base price and shall be
subject to price adjustment as per the formulae prescribed.
3. The various items of equipment shall be grouped into assemblies for the purpose of despatch
and billing during the execution of the contract. The price adjustment shall be made for each
such assembly separately based on the indicative prices. The indicative prices of both civil
and electro mechanical works shall be agreed by both owner and bidder at the time of
agreement. In case any assembly is despatched in more than one consignment and
ismcompleted in more than one calendar month, the price adjustment shall be done monthly
on pro-rata basis.
4. The variation of price (decrease or increase) shall be without any ceiling.
5. .Base date shall be the date one month prior to the submission of the offer.
6. The price variation is not applicable towards survey,field investigation and finalization of DPR
( DPR cost)
7. The price variation is not applicable for the operation and maintenance cost quoted for 5 years
O&M.
8. The price variation is not applicable for cost quoted towards spares and tools and tackles.
9. In the P.V formulae contract price has figured, the same is corresponding to the billing
breakup ( indicative price) agreed to between the bidder and the owner at the time of
agreement.

Contractor Executive Engineer


60
10. The price variation is also not applicable in case of miscellaneous items to be agreed to
mutually at the time of signing of agreement.

A) The contract price for assemblies pertaining to pumps and associated items shall
be adjusted for variation in material and labour indices as per the following
formulae:
B) CPA Formula for pumps and associated auxiliaries, valves, gates and hoists, trash rack
and other mechanical equipment pertaining.

Where:

PT1= Adjusted contract price.

PTo= Contract Price.

BFo= The Wholesale price Index number for `Iron, Steel and Ferro Alloys' published by the office of
the Economic Adviser, Ministry of Industry, Government of India and as circulated by IEEMA, for the
week ending 1st Saturday of the calendar month one month prior to date of offer.

BF1= The Wholesale price Index number for `Iron, Steel and Ferro Alloys' published by the office of
the Economic Adviser, Ministry of Industry, Government of India and as circulated by IEEMA, for the
week ending 1st Saturday of the month in which the 2/3rd of the period from the effective date of
order to the date of dispatch falls.

Lo= All India Average Consumer Price Index Number for Industrial Workers published by Labour
Bureau and as circulated by IEEMA for the month one month prior to the date of offer.

L1= All India Average Consumer Price Index Number for Industrial Workers published by Labour
Bureau and as circulated by IEEMA for the month 3 months prior to the date of dispatch.

B) CPA formula for motor, SEE, Protection Panels, D.G. Set, Cables, Battery/Battery
Charger and other Electrical Equipment:

CPA formula for motor, SEE, Controls and other electrical equipment:

PG1 = PG0 [0.45 BF1+ 0.1+C1+ 0.3 L1+ 0.15]


BF0 C0 L0
Where

PG1 = Adjusted contract price

PG0 = Contract price.

Contractor Executive Engineer


61
BFo= Wholesale Price Index Number for `Iron, Steel and Ferro Alloys' published by the
office of the Economic Adviser, Ministry of Industry, 1st Saturday of the calendar
month one month prior to date of offer.

BF1= Wholesale price Index Number for `Iron, Steel and Ferro Alloys' published by the
office of the economic Adviser, Ministry of Industry, Government of India and as
circulated by IEMA for the week ending 1st Saturday of the month in which the 2/3rd
of the period from the effective date of order to the date of dispatch falls.

Co= Price in Rs. /Kg. of Electrolytic copper wire bars Published by HCL and as circulated
by IEEMA for the month one month prior to the date of offer.

C1= Price in Rs. /Kg. of Electrolytic copper wire bars published by HCL and as circulated
by IEEMA for the month in which the 2/3rd of the period from the date effective from
the date of order to the date of dispatch falls.

Lo= All India Average Consumer price Index Number for Industrial Workers published by
Labour Bureau and as circulated by IEMA for the month one month prior to the date of
offer.

L1= All India Average Consumer Price Index Number for Industrial Workers published by
Labour Bureau and as circulated by IEMA for the month 3 months prior to the date of
dispatch.

C. PRICE ADJUSTMENT CLAUSE FOR CIVIL WORKS.


CHANGE IN COST-PRICE ADJUSTMENT:
The amount payable to the contractor valued at the rates specified in price schedule for civil
works attached to the contract shall be increased or decreased in accordance with the rise or
fall in the indexed cost of labour, materials, fuel, lubricants, machinery and other materials by
an amount as determined by the formulae as prescribed in this clause. The price adjustment is
subject to the following conditions
i) Price adjustment shall apply for the work done from the date of commencement up to the end
of original period of completion including authorised time extension granted by; the
Employer/Owner and shall not apply to the work carried out beyond the stipulated time for
reasons attributable to the Contractor.
ii) Price adjustment shall be applicable on the value of work done during each quarter period of
the year.
iii) Following expressions and meanings are assigned for the work done during the quarter. R-
Total value of work done during the quarter. It would include the amount of secured advance
for materials paid for (if any) during the quarter, less the amount of secured advance recovered
during the quarter.
iv) To the extent that full compensation for any rise or fall in cost to the Contractor is not covered
by the provision of this or other clauses in the Contract, the prices included in the contract
shall be deemed to include amounts to cover the contingencies of such other rise or fall in the
costs.
Contractor Executive Engineer
62
D. PRICE ADJUSTMENT FORMULAE
(pertaining to Civil works including delivery pipes)
(i) Adjustment for labour component:
Price adjustment for increase or decrease in the cost due to labour shall be paid in accordance
with the following formula:
VL=0.85x PL/100xRx(Li –Lo) /Lo
Where,
VL = Increase or decrease in the cost of work during the quarter under consideration due to
changes in rates for local labour.
Lo = The average consumer price index for industrial workers for Hassan Centre for the quarter
preceding the date of opening of tenders as published by the Labour Bureau, Ministry of
Labour, Govt. of India.
Li = The average consumer price index for industrial workers for Hassan Centre for the quarter
under consideration as published by Labour Bureau, Ministry of Labour, Government of India.
PL = Percentage of labour component of the work.
(ii) Adjustment for cement component:
Price adjustment for increase or decrease in the cost of cement component procured by the
contractor shall be paid in accordance with the following formula:
Vc = 0.85 x PC /100 x R x (Ci –Co)/Co
Where,
Vc = Increase or decrease in the cost of work during the quarter under consideration due to
changes in rates for cement.
Co = The all India average whole sale price Index for cement (ordinary Portland cement) for the
quarter preceding the date of opening of tenders as published by the office of conomical
Advisor, Ministry of Commerce and Industry, Govt. of India, New Delhi.
Ci = The all India average wholesale price index for cement (ordinary Portland cement ) for the
quarter under consideration as published by the office of Economical Advisor, Ministry of
commerce and Industry, Govt. of India , New Delhi.
PC = Percentage of cement component of the work.
Note: For the application of this clause index of Ordinary Portland Cement is considered.
(iii) Adjustment for the steel component:
Price adjustment for increase or decrease in the cost of steel procured by the Contractor shall be
paid in accordance with the following formula;
Vs = 0.85 x PS/100 x R x (Si -So)/So Where,
Vs = Increase or decrease in the cost of work during the quarter under consideration due to
changes in the rates for steel.
So = The all India average wholesale price index for reinforcement and structural steel for the
quarter proceeding the date of opening of Bids as published by the Office of Economic
Advisor, Ministry of Commerce and Industry, Government of India New Delhi.
Si = The all India average wholesale price index for reinforcement and structural steel for the
quarter under consideration as published by the Office of Economic Advisor, Ministry of
Commerce and Industry, New Delhi.
PS = Percentage of steel component of the work. Note: for the application of this clause, index of
Iron & Steel is considered.

Contractor Executive Engineer


63
(iv) Adjustment of Fuel and Lubricant Component:
Price adjustment for increase or decrease in cost of Fuel and Lubricants shall be paid in
accordance with the following formula:
VF=0.85x PF/100 x R x (Fi-Fo)/Fo
Where,
VF = Increase or decrease in the cost of work during the quarter under consideration due to
changes in the rates for Fuel and Lubricants.
Fo = The official retail price of High Speed Diesel (HSD) at the IOC / HPCL / BPL or other
consumer pump at H. N. Pura on the day 30 days prior to the date of opening of Bids.
Fi = The official retail price of HSD at the IOC / HPCL / BPL or other consumer pump at H. N.
Pura for the 15th day of the middle calendar month of the quarter under consideration. PF =
Percentage of Fuel and Lubricant component of the work.
Note: for the application of this clause the price of HSD is considered to represent Fuel and
Lubricant Group.
(vi) Adjustment for Plant and Machinery Spares Component:
(Pertaining to Civil works)
Price adjustment for increase or decrease in the cost of plant and machinery spares procured by
the contractor shall be paid in accordance with the following formula:
VP= 0.85 xPP/100xR (Pi-Po)/Po
Where,
VP = Increase or decrease in the cost of work during the quarter under consideration due to
changes in the rates for plant and machinery spares.
Po = The all India average wholesale price index for Heavy machinery and parts for the quarter
preceding the date of opening of bids, as published by the Office of the Economic Advisor,
Ministry of Commerce and Industry, Government of India, New Delhi.
Pi = The all India average wholesale price index for Heavy machinery and parts for the quarter
under consideration as published by the Office of the Economic Advisor, Ministry of
Commerce and Industry, Government of India, New Delhi.
PP = Percentage of Plant and Machinery Spares component of the work.
Note: For the application of this Clause index of Heavy Machinery and Parts is considered to
represent the Plant and Machinery Spares Group.
(vii) Adjustment for Other materials:
Price adjustment for increase or decrease in the cost of other materials other than cement, steel,
and Fuel and Lubricants, Bitumen, Procured by the contractor shall be paid in accordance with
the following formula:
VM=0.85 x PM/100 xRx(Mi-Mo)/Mo,
Where.
VM = Increase or decrease in the cost of work during the quarter under consideration due to
changes in the rates for local materials other than cement, steel , Fuel and Lubricants,
Bitumen. Mo = The all India average wholesale price index for all commodities for the quarter
preceding the date of opening of bids, as published by the Office of the Economic Advisor,
Ministry of Commerce and Industry, Government of India, New Delhi.
Mi = The all India average whole sale price index for all commodities for the quarter under
consideration as published by the Office of the Economic Advisor, Ministry of Commerce and
Industry, Government of India, New Delhi.

Contractor Executive Engineer


64
PM = Percentage of other material component (Other than cement, steel, Fuel and Lubricants,
Bitumen) of the work.

The following percentages will govern the price adjustment for the entire civil works of the contract
Sl. No Component Percentage Percentage

1 Labour-PL components 15%


.
2 Grey Cement-Pc components 2%

3 Steel Long-PsL components 2%

4 Steel flat-Psf (plates) components 60%

5 Fuel and Lubricants-Pf components 5%

6 Construction Machinery-Pp 10%

7 Other Materials-PM 6%

Total 100%

E) PRICE VARIATION FORMULA FOR TRANSFORMERS:


The Ex-works price inclusive of packing & forwarding charges indicated in the price schedule
for the transformers (main & auxiliary) is based on the input cost of raw materials/components
and labour cost as on the first day of the month, one month prior to date of bid opening and the
same is deemed to be related to prices of raw materials and all India average consumer price
index number for industrial workers as specified in the price
Variation clause given below. In case of any variation in these prices and index numbers, the
price payable shall be subject to adjustment, up or down in accordance with the following
formula:

Wherein P = Price payable as adjusted in accordance with the above formula Po = Ex-works
price of Transformer inclusive of packing & forwarding charges Co = Average LME
settlement price of copper wire bars Eso = C&F price of CRGO Electrical Steel Sheets ISo =
Wholesale price index number for Iron & steel IMo = Price of insulating materials TBo =
Price of Transformer Oil Base Stock
Wo = All India average consumer price index number for industrial workers, as published by the
Labour Bureau, Ministry of Labour, Govt. of India.
And
C = Average LME settlement price of copper wire bars this price is as applicable for the month,
four months prior to the date of scheduled delivery.
ES = C&F price of CRGO Electrical Steel Sheets This price is as applicable on the 1st working
day for the month, three months prior to the date of scheduled delivery.
Contractor Executive Engineer
65
IS = Wholesale price index number for Iron & Steel This index number is as applicable for the
week ending 1st Saturday of the month, three months prior to the date of scheduled delivery.
IM = Price of Insulating Materials This price is as applicable on the 1st working day of the
month, three months prior to the date of scheduled delivery.
TB = Price of Transformer Oil Base Stock This price is as applicable on the 1st working day for
the month, two months prior to the date of scheduled delivery.
W = All India average consumer price index number for Industrial Workers, as published by the
Labour Bureau, Ministry of Labour, Govt.of India.
This index number is as applicable on the first working day of the month, three months prior to
the date of scheduled delivery.
The date of delivery for the purposes of calculation of variation in prices only shall be the date on
which the transformer is notified as being ready for inspection.
Indices: All the above indices shall be as published by IEEMA prevailing as on first working day
of the month.
Limitation: Price variation shall be applicable during the contractual delivery period only. If
delivery period is extended then price variation shall be limited to contractual delivery period
only.
F) PRICE VARIATION FOR INSTRUMENT TRANSFORMERS

Wherein, P = Price payable as adjusted in accordance with the above price variation formulae.
Po = Ex-works price of the instrument transformers.
Co – Average LME settlement price of copper wire bars (This price is as applicable for the
month two months prior to date of Tendering.)

ESo – C&F price of CRGO steel sheets (This price is as applicable on the first working day of
the month one month prior to date of Tendering.)
ISo – Wholesale price index for iron and steel (This index is as applicable on the first week
ending first Saturday of the month, three months prior to date of Tendering.)

IMo – IEEMA index for insulator (This index is as applicable on the first working day of the
month, one month prior to date of Tendering.) TBo -Price of transformer oil base stock (This
price is as applicable on the first working day of the month, two month prior to date of
Tendering.)

W0 –All India average consumer price index No. for industrial workers as published by the labor
bureau, ministry of labor, Govt. of India ( three month prior to date of Tendering.) C –
Average LME settlement price of copper wire bars. (This price is as applicable for the month
two months prior to date of Delivery.)

Contractor Executive Engineer


66
ES – C&F price of CRGO steel sheets. (This price is as applicable on the first working day of the
month one month prior to date of Delivery.)
IS – Wholesale price index for iron and steel (This index is as applicable on the first week ending
first Saturday of the month, three months prior to date of Delivery.)
IM – IEEMA index for insulator.(This index is as applicable on the first working day of the
month, one month prior to date of Delivery.)
TB -Price of transformer oil base stock. (This price is as applicable on the first working day of
the month, two month prior to date of Delivery.)
W –All India average consumer price index No. for industrial workers as published by the labour
bureau, ministry of labour, Govt of India. ( base 1982 =100)
(This index is as applicable on the first working day of the month, three month prior to date of
Delivery.)
The date of delivery for the purpose of calculating price variation is the date on which the
instrument transformer is notified as being ready for inspection. Incase of delay in supplies
beyond delivery dates, price variation shall be calculated for contractual delivery date and for
actual delivery date. Price variation payable shall be the least of the two. Price variation is
without any ceiling limit.
G) PRICE VARIATION FORMULAE FOR BREAKERS:
PRICE VARIATION CLAUSE FOR HT SWITCHGEAR (ABOVE 36 KV)
The price quoted/confirmed is based on the cost of raw materials/components and labour cost as
on the date of quotation and the same is deemed to be related to prices of raw
materials/components and all India average consumer price index number for industrial
workers as specified in the price variation clause given below. In case of any variation in these
prices and Index number, the price payable shall be subject to adjustment up or down in
accordance with the following formula:

Wherein,
PV1 = Variation in price in Indian Rupees on account of variation in input costs of indigenous
content, and labour costs payable in accordance with the above formula.
Po = Price quoted/confirmed CSo = The price of constructional steel The price is as applicable
on the first working day of the month, one month prior to the date of tendering

Contractor Executive Engineer


67
Co = Price of electrolytic copper wire bars (refer notes) This price is applicable on the first
working day of the month, one month prior to the date of tendering
Alo = Price of bus bar grade aluminium (refer notes)
This price is applicable on the first working day of the month, one month prior to the date of
tendering
Ino = Price of epoxy resin (refer notes) This price is applicable on the first working day of the
month, one month prior to the date of tendering
Wo = All India average consumer price index number for industrial workers, as published by the
Labour Bureau, Ministry of Labour, Govt. of India (Base 1982 = 100). This Index number is
as applicable for the month, four months prior to the date of tendering.
Note: For example, if the date of tendering falls in May 2001, the applicable prices of
constructional steel (CSo),electrolytic copper wire bars (Co), bus bar grade aluminium (Alo)
and insulating material (Ino) should be for the month of April 2001 and all India average
consumer price index number (Wo) should be for the month of January 2001.
The above prices and indices are as published by IEEMA vide circular reference number IEEMA
(PVC) SWGR/prevailing as on first working day of the month __________ i.e. one month
prior to the date of tendering.
CS = The price of constructional steel (refer notes). The price is applicable on the first working
day of the month, two months prior to the date of delivery
C = Price of electrolytic copper wire bars (refer notes). The price is applicable on the first
working day of the month, two months prior to the date of delivery
Al = Price of bus bar grade aluminium (refer notes). The price is applicable on the first working
day of the month, two months prior to the date of delivery
In = Price of epoxy resin (refer notes). The price is applicable on the first working day of the
month, two months prior to the date of delivery
W = All India average consumer price index number for industrial workers, as published by the
Labour Bureau, Ministry of Labour, Govt,of India (Base 1982 = 100). This index number is as
applicable for the month, five months prior to the date of delivery.
Note: For example, if the date of delivery in terms of clause given below falls in December 2001
the applicable price of raw materials Viz. CS, C, Al and In should be for the month of October
2001 and all India average consumer price index number (W) should be for the month of July
2001.
The “date of delivery” is the date on which the switchgear equipment is notified as being

Contractor Executive Engineer


68
ready for inspection. (In the absence of such notification the date of manufacturer’s dispatch note
is to be considered as the date of delivery) or the contracted delivery date (including any
agreed extension thereto), whichever is earlier.

H) PRICE VARIATION CLAUSE FOR FABRICATED AND GALVANIZED


TRANSMISSION LINE TOWER:
Using: (A) Both heavy and lighter angles, (B) only heavy angles, (C) only lighter angles. The
price quoted/ confirmed is based on the cost of raw materials/ components and labour cost as
on the date of quotation and the same is deemed to be related to the price of raw material and
all India average consumer price index number for industrials workers as specified in the price
variation clause given below. In case of any variation in these prices and index numbers, the
price payable shall be subject to adjustment up or down in accordance with the

Contractor Executive Engineer


69
Contractor Executive Engineer
70
Contractor Executive Engineer
71
Contractor Executive Engineer
72
41. Liquidated damages
41.1 The Contractor shall pay liquidated damages to the Employer at the rate per day stated in the
Contract Data for each day that the Completion Date is later than the Intended Completion Date (for the
whole of the works or the milestone as stated in the Contract Data). The total amount of liquidated
damages shall not exceed the amount defined in the Contract Data. The Employer may deduct liquidated
damages from payments due to the Contractor. Payment of liquidated damages does not affect the
Contractor's liabilities.
41.2 If the Intended Completion Date is extended after liquidated damages have been paid, the
Employer shall correct any overpayment of liquidated damages by the Contractor by adjusting the
next payment of bill.

42. Advance Payments:


42.1 The Employer shall make payment to the Contractor of the amounts stated in the Contract Data by
the date stated in the Contract Data, against provision by the Contractor of an unconditional bank
guarantee in a form acceptable to the Employer issued by a Nationalized/Scheduled Bank in
amounts equal to the advance payment. The guarantee shall remain effective until the advance
payment has been repaid, but the amount of the guarantee shall be progressively reduced by the
amounts repaid by the Contractor. Interest will not be charged on the advance payment.
42.2 The Contractor is to use the advance payment only to pay for Mobilization expenses required
specifically for execution of the Works. The Contractor shall demonstrate that advance payment
has been used in this way by supplying copies of invoices or other documents to the Employer
42.3 The advance payment shall be repaid by deducting proportionate amounts from payments otherwise
due to the Contractor, following the schedule of completed Item rate s of the Works on a
payment basis. No account shall be taken of the advance payment or its repayment in assessing
valuation of the work done, variations, price adjustments, compensation events or liquidated
damages
43. Securities:
Contractor Executive Engineer
73
43.1 The Security deposit (including additional security for unbalanced tenders) shall be provided to the
Employer no later than the date specified in the Letter of Acceptance and shall be issued in an
amount and form and type of instrument acceptable to the Employer. The Security deposit
including FSD as indicated in the contract data shall be valid until a date 30 days from the date of
expiry of Defects Liability Period and the additional security for unbalanced tenders shall be valid
until a date 30 days from the date of issue of the certificate of completion.

44. Cost of Repairs:


44.1 Loss or damage to the Works or Materials to be incorporated in the Works between the Start Date
and the end of the Defects Correction periods shall be remedied by the Contractor at the Contractor's
cost if the loss or damage arises from the Contractor's acts or omissions.

E. Finishing the Contract

45. Completion

45.1 The Contractor shall request the Employer to issue a Certificate of Completion of the Works and
the Employer will do so upon deciding that the Work is completed.

46. Taking over

46.1 The Employer shall take over the Site and the Works within seven days of issuing a certificate of
Completion.

47. Final account

47.1 The Contractor shall supply to the Employer a detailed account of the total amount that the
Contractor considers payable under the Contract before the end of the Defects Liability Period.
The Employer shall issue a Defect Liability Certificate and certify any final payment that is due to
the Contractor within 90 days of receiving the Contractor's account if it is correct and complete. If
it is not, the Employer shall issue within 90 days a schedule that states the scope of the corrections
or additions that are necessary. If the Final Account is still unsatisfactory after it has been
resubmitted, the Employer shall decide on the amount payable to the Contractor and make
payment within 60 days of receiving the Contractor’s revised account.

48. As built drawings and /or Operating and Maintenance Manuals

48.1 If “as built”1 Drawings and/or operating and maintenance manuals are required, the Contractor
shall supply them by the dates stated in the Contract Data.
48.2 If the Contractor does not supply the Drawings by the dates stated in the Contract Data, or they do
not receive the Employer’s approval, the Employer shall withhold the amount stated in the
Contract Data from payments due to the Contractor.

49. Termination

49.1 The Employer may terminate the Contract if the other party causes a fundamental breach of the
Contract.
49.2 Fundamental breaches of Contract include, but shall not be limited to the following:
(a) the Contractor stops work for 45 days when no stoppage of work is shown on the
current Program and the stoppage has not been authorized by the Employer;
(b) -“DELETED”-
(c) The Contractor becomes bankrupt or goes into liquidation other than for a
reconstruction or amalgamation;
1

Contractor Executive Engineer


74
(d) -“DELETED”-
(e) the Employer gives Notice that failure to correct a particular Defect is a fundamental
breach of Contract and the Contractor fails to correct it within a reasonable period of
time determined by the Employer;
(f) the Contractor does not maintain a security which is required;
(g) the Contractor has delayed the completion of works by the number of days for which
the maximum amount of liquidated damages can be paid as defined in the Contract
data; and
(h) if the Contractor, in the judgment of the Employer has engaged in corrupt or fraudulent
practices in competing for or in the executing the Contract.
For the purpose of this paragraph : “corrupt practice” means the offering, giving,
receiving or soliciting of anything of value to influence the action of a public official in
the procurement process or in contract execution. “Fraudulent practice” means a
misrepresentation of facts in order to influence a procurement process or the execution
of a contract to the detriment of the Borrower, and includes collusive practice among
Tenderers (prior to or after Tender submission) designed to establish Tender prices at
artificial non-competitive levels and to deprive the Borrower of the benefits of free and
open competition.”

49.3 When either party to the Contract gives notice of a breach of contract to the Employer for a cause
other than those listed under Sub Clause 49.2 above, the Employer shall decide whether the breach
is fundamental or not.

49.4 Notwithstanding the above, the Employer may terminate the Contract for convenience.
49.5 If the Contract is terminated the Contractor shall stop work immediately, make the Site safe and
secure and leave the Site as soon as reasonably possible.

50. Payment upon Termination


50.1 If the Contract is terminated because of a fundamental breach of Contract by the Contractor, the
Employer shall prepare bill for the value of the work done less advance payments received up to
the date of the bill, less other recoveries due in terms of the contract, less taxes due to be deducted
at source as per applicable law and less the Item rate to apply to the work not completed as
indicated in the Contract Data. Additional Liquidated Damages shall not apply. If the total amount
due to the Employer exceeds any payment due to the Contractor the difference shall be a debt
payable to the Employer.
50.2 If the Contract is terminated at the Employer's convenience or because of a fundamental breach of
Contract by the Employer, the Employer shall prepare bill for the value of the work done, the
reasonable cost of removal of Equipment, repatriation of the Contractor's personnel employed
solely on the Works, and the Contractor's costs of protecting and securing the Works and less
advance payments received up to the date of the certificate, less other recoveries due in terms of
the contract, and less taxes due to be deducted at source as per applicable law and make payment
accordingly.

51. Property

51.1 All materials on the Site, Plant, Equipment, Temporary Works and Works are deemed to be the
property of the Employer, if the Contract is terminated because of a Contractor’s default.

52. Release from performance

52.1 If the Contract is frustrated by any event entirely outside the control of either the Employer or the
Contractor the Employer shall certify that the Contract has been frustrated. The Contractor shall
make the Site safe and stop work as quickly as possible after receiving this certificate and shall be
paid for all work carried out before receiving it and for any work carried out afterwards to which
commitment was made.

F. Special Conditions of Contract


Contractor Executive Engineer
75
1. Labour :

The Contractor shall, unless otherwise provided in the Contract, make his own arrangements for
the engagement of all staff and labour, local or other, and for their payment, housing, feeding and
transport.

The Contractor shall, if required by the Employer, deliver to the Employer a return in detail, in
such form and at such intervals as the Employer may prescribe, showing the staff and the numbers
of the several classes of labour from time to time employed by the Contractor on the Site and such
other information as the Employer may require.

2. Compliance with labour regulations :


During continuance of the contract, the Contractor and his sub contractors shall abide at all times
by all existing labour enactments and rules made there under, regulations, notifications and bye
laws of the State or Central Government or local authority and any other labour law (including
rules), regulations, bye laws that may be passed or notification that may be issued under any labour
law in future either by the State or the Central Government or the local authority. The Contractor
shall keep the Employer indemnified in case any action is taken against the Employer by the
competent authority on account of contravention of any of the provisions of any Act or rules made
there under, regulations or notifications including amendments. If the Employer is caused to pay or
reimburse, such amounts as may be necessary to cause or observe, or for non-observance of the
provisions stipulated in the notifications/bye laws/Acts/Rules/regulations including amendments, if
any, on the part of the Contractor, Employer shall have the right to deduct any money due to the
Contractor including his amount of security deposit. The Employer shall also have right to recover
from the Contractor any sum required or estimated to be required for making good the loss or
damage suffered by the Employer.

The employees of the Contractor and the Sub-Contractor in no case shall be treated as the
employees of the Employer at any point of time.

2 Protection of Environment:

The contractor shall take all reasonable steps to protect the environment on and off the Site and to
avoid damage or nuisance to persons or to property of the public or others resulting from pollution,
noise or other causes arising as a consequence of his methods of operation. During continuance of
the contract, the contractor and his sub-contractors shall abide at all times by all existing
enactments on environmental protection and rules made there under, regulations, notifications and
bye-laws of the State or Central Government, or local authorities and any other law, bye-law,
regulations that may be passed or notification that may be issued in this respect in future by the
State or Central Government or the local authority.

4. Arbitration – NOT APPLICABLE


For Settlement of disputes following procedure shall be followed
If any dispute or difference of any kind whatsoever were to arise between the Executive
Engineer/Superintending Engineer and the contractor regarding the following matters namely,
(i) The meaning of the specifications, designs, drawings and instructions hereinbefore mentioned;
(ii) The quality of workmanship or materials used on the work and
(iii) Any other question, claim, right, matter, thing whatsoever, in any way arising out of or
relating to the contract, designs, drawings, specifications, estimates, instructions, or orders, or
those conditions or failure to execute the same whether arising during the progress of the work, or
after the completion, termination or abandonment thereof, the dispute shall, in the first place, be
referred to the Chief Engineer who has jurisdiction over the work specified in the contract. The
Contractor Executive Engineer
76
Chief Engineer shall, within a period of sixty days from the date of being requested by the
Contractor to do so, give written notice of his decision to the Contractor. If the Contractor is
aggrieved by the decision of the Chief Engineer, or if the Chief Engineer fails to give written
notice of his decision within the above said period of sixty days, the contractor may appeal to the
Managing Director, CNNL, within 60 days from the receipt of written notice of Chief Engineer's
decision or from the expiry of first named period of 60 days.
(b) Subject to the Managing Director's decision on appeal and subject to other form of
settlement hereafter provided, the Chief Engineer's decision in respect of every dispute or
difference so referred shall be final and binding upon the contractor. The said decision shall
forthwith be given effect to and contractor shall proceed with the execution of the work with all
due diligence.
Remedy when Managing Director's decision on appeal is not acceptable to contractor
(c) In case the decision of the Managing Director is not acceptable to the contractor, he may
approach the Law Courts at Gorur, Hassan District for settlement of dispute after giving due
written notice in this regard to the Managing Director within a period of ninety days from the
date of receipt of the written notice of the decision of the Managing Director.
Time limit for notice to approach law court by contractor
(d) If the Managing Director has given written notice to the contractor of his decision on his
appeal and no written notice to approach the law court has been communicated to him by the
contractor within a period of ninety days from receipt of such notice, the said decision shall be
final and binding upon the contractor.
(e) If the Managing Director fails to give notice of his decision within a period of ninety
days from the receipt of the contractor's appeal, the Contractor may within ninety days after the
expiry of the above named period of ninety days approach the Law Courts at Arkalgud,Hassan
District giving due notice to the Managing Director.
(f) Whether the claim is referred to the Chief Engineer or Managing Director or to the Law
Courts, as the case may be, the contractor shall proceed to execute and complete the works with
all due diligence pending settlement of the said dispute of differences.
Obligations of the Executive Engineer and contractor shall remain unaltered during considerations
of dispute
(g) The reference of any dispute or difference to the Chief Engineer or Managing Director or the
Law Court may proceed not withstanding that the works shall then be or be alleged to be
complete, provided always that the obligations of the Executive Engineer and the contractor
shall not be altered by reason of the said dispute or difference being referred to the Chief
Engineer or Managing Director or the Law Court during the progress of the works.
(h) It is clearly understood and agreed upon by both parties that no part of the above clause shall be
construed to be an arbitration clause under the arbitration and conciliation act 1996 or any
other act. In the event of any dispute or differences arising between the parties to this contract.
Upon exhausting the remedies available under clauses (a) to (g): the only final remedy
available shall be to approach the jurisdictional civil court agreed to under clause (e) of this
contract by filing the suit in accordance with law

5. DEATH OF THE CONTRACTOR: In case if the death of a contractor, after


executing the agreement / commencement of the work, his legal heir, is an eligible
registered contractor and is willing, can execute and complete the work, at the accepted
tender rates, irrespective of the cost of the work.
6. The intending bidders should note that if any of the land either in part / parts or in whole
required for the work is not yet acquired by the Nigama, it shall be the responsibility of
the bidder to take possession of such land and start the work by obtaining necessary
consent of the land owners before commencement of work at no extra cost to the Nigama
Contractor Executive Engineer
77
and no claim what so ever relating to non-availability of land will be entertained. Any
delay in obtaining consent of the land owners shall not be considered for any
additional compensation.
7. If CNNL wishes to engage third party consultants for quality control assessment, apart
from the CNNL quality control and field tests, the contractor should co-operate with both
Quality control authorities and the third party.
8. Defect liability period will be 3 Years including operation and maintenance period.

9. Royalty Charges shall be recovered as per the prevailing rates by the Department of
Mines & Geology.

10. As per GO No. CD/300/ LET/ 2006: Dated 18-12-2007 1% excess will be deducted from the
bill as per labour welfare act.

11. All the works are to be carried out as per the Standard specification Issued from time to
time.

12. Price adjustment – As per clause – 40.

Contractor Executive Engineer


78
SECTION – 6

CONTRACT DATA

SECTION 6: CONTRACT DATA

Contractor Executive Engineer


79
Items marked "N/A" do not apply in this Contract.

The following documents are also part of the Contract: Clause Reference

 The Schedule of Operating and Maintenance Manuals [48]


( To be submitted by contractor )
 The Methodology and Program of Construction [25]

 Site Investigation Reports [14]

 The Schedule of Key and Critical Equipment to be deployed


on the work as per agreed program of construction. [25]

The Employer is :
Name: The Executive Engineer, [1.1]
Address: CNNL, Hemavathi Dam Division, GORUR.

Name of authorized Representative: __________________________

The name and identification number of the Contract is [1.1]


The Works consist of : Detailed project report for lifting of water from
Dandiganhalli branch canal at Chainage: 17.725 KM near Duthnur kaval
village to irrigate 1862 Ha of Channarayapatna taluk and Arsikere taluk,
Hassan district including detail design, investigation and construction of
Head works including elecrtrical and electro-mechanical components,
Main canal, distributaries, Minors and FIC, commissioning with operation
and maintenance of the scheme for 3 years period. under 3rd stage of
Kachenahalli lift scheme. ON COMBINATION OF TURNKEY TENDER AS PART–‘A’
AND Item rate TENDER AS PART-‘B’.

TURN KEY PORTION:- Part “A”


PART : A : TURN KEY :- Survey, Investigation, Planning and Design with drawings for all
components of the scheme for both Part-A & Part-B , Supply, Installation, Testing and
Commissioning of the " Detailed project report for lifting of water from Dandiganhalli
branch canal at Chainage: 17.725 KM near Duthnur kaval village to irrigate 1862
Ha of Channarayapatna taluk and Arsikere taluk, Hassan district including detail
design, investigation and construction of Head works including elecrtrical and
electro-mechanical components, Main canal, distributaries, Minors and FIC,
commissioning with operation and maintenance of the scheme for 3 years period.
under 3rd stage of Kachenahalli lift scheme with a discharge of 40.25 Cusecs to a height
of 43.50 m (Static head) consisting of the Components such as Providing M.S. Rising Main
in single row of required dia meter thickness including necessary, Shifting of water supply,
power and Telephone lines wherever necessary and civil works, etc., Earthwork Excavation
in all Classifications to the required depth, Construction of Anchor Blocks & Thrust Blocks for
rising main Encasing of The Pipes in Road / Halla Crossings, providing RCC supports to
rising main as per necessity, Providing Suitable Dismantling Joints, Vent Pipes, Bleeders,
Conducting Surge Analysis and Providing Suitable Surge Protection System, Conducting
Sump Model Analysis, Providing & fixing all types of necessary Valves of Suitable Capacity

Contractor Executive Engineer


80
with valve chambers for rising main Providing and Erecting suction and Delivery pipes,
Manifold, etc., with Suitable Foundations, Providing, Erecting & Commissioning of Suitable
capacity of vertical Turbine Pumps and Motors with suitable suction and delivery system,
Providing outdoor substation including providing transformers / Auxiliary transformer,
Express feeder line and Towers for line along with terminal bay at KPTCL sub station,
Udaypur along with electrical Inspectorate super vision charges, providing chain link fencing
to out door substation and transformers, Providing & Fixing EOT Cranes of Suitable
Capacity, arranging power supply to pump house control room with necessary control
cables, HT panels, soft starters, capacitor bank, breakers and allied components as per
KPTCL / CESC Norms and Other Connected Electrical & Electro-Mechanical Works,
complete Supply of Spare Parts, Tools and plants to scheme and Technical Man Power for
Operating and Maintaining the Scheme for a Period of 3 Years after Successful
Commissioning of the Scheme as per the detailed scope of work on TURN KEY BASIS.

Part “B” : ITEM RATE This includes Intake arrangement, sump and pump house, Indoor
electrification . road around pump house, approach road for pump house and providing chain
link fencing around pump house yard, Delivery cistern, Manhole chamber and Main canal etc
of “Detailed project report for lifting of water from Dandiganhalli branch canal at
Chainage: 17.725 KM near Duthnur kaval village to irrigate 1862 Ha of
Channarayapatna taluk and Arsikere taluk, Hassan district including detail design,
investigation and construction of Head works including elecrtrical and electro-
mechanical components, Main canal, distributaries, Minors and FIC,
commissioning with operation and maintenance of the scheme for 3 years period.
under 3rd stage of Kachenahalli lift scheme.” On Item rate Tender.

The start date shall be the Date is the date of issue of Letter of acceptance. [1.1]

The Intended Completion Date for the whole of the Works is


24 MONTHS INCLUDING MONSOON with the following milestones - [17, 26]

MILESTONE DATES :

Physical works to be completed Period from the date of issue of Notice to proceed
with the work

Milestone 1 i.e., 05% of the work value for 3 months


Milestone 2 i.e., 30% of the work value for 6 month
Milestone 3 i.e., 30% of the work value for 6 month
Milestone 4 i.e., 25% of the work value for 6 month
Milestone 5 i.e., 10% of the work value for 3 month

The Site Possession Date is the date of issue of Letter of acceptance. [21]

The work site is in Gorur Tq.


and is defined in drawing. Index map

The Defects Liability Period is 3 (THREE) years from date of completion [31]
Including Operation and maintenance period of five yerars.

Contractor Executive Engineer


81
Insurance requirements are as under: [13]

Sl No Type of Cover Minimum cover for Insurance


(i) Works and of Plant and materials The sum stated in the Agreement
plus 20%
(ii) Loss or damage to equipment Full replacement cost
(iii) Loss or damage to property of Third Full replacement cost
Party
(iv) Personal injury or death insurance
(a) for Third Party2
(b) for Contractor’s employees or labour In accordance with the statutory
requirements applicable to
Karnataka

Price Adjustment: `

1. Following price adjustment methods are applicable here after as per Government Order
No. FD3PCL 2008, Bangalore date 21.11.2008
.
a) For all works costing more than Rs.50 lakhs, if the period of execution is more than
12 months, the price adjustment will be calculated as prescribed in Annexure to
G.O. No: FD 59 PRO Cell/ 2004, dt: 26.11.2004.
b) If the period of execution is more than 6 months but less than or equal to 12 months
for work costing more than Rs.50 lakhs, star rates in respect of specified materials
(cement, steel and bitumen) only shall be payable to the contractor based on the all
India average wholesale price index for the said materials. The star rates adjustment
shall be as per the increase or decrease in the index as applied to the said materials
between the last date for receiving bids and the date of execution as per the
approved programme of works submitted by the contractor at the time of execution
of agreement which shall mandatorily be a part of the agreement.

c)If the period of execution is less than or equal to 6 months, for all works irrespective of the
cost of the works, price adjustment or star rates shall not be applicable.

d) In works contracts where price adjustment clause is provided, the price adjustment shall
be admissible from the date of opening of tenders (Original or extended).

e) Price adjustment clause shall not be included in Goods and Equipment tender
documents. However, in respect of tender documents for procurement of Electric
Cables, Transformers, Generators, Motors that have raw material component subject to
price fluctuations, appropriate price adjustment clauses may be incorporated by the
Tender Inviting Authority in the tender documents, with the specific approval of the
concerned Head of the Department or Managing Director of the Public Sector
Undertaking/Board.

2. The above mentioned methods of price adjustment clause are


subject to the following conditions:

Contractor Executive Engineer


82
 The price adjustment clause or the star rates shall not be admissible if the contract
period is extended due to lapse on the part of the contractor.
 For the cases (a) and (b) above, if the contract period is extended due to no fault of
the contractor, the modified programme shall be approved by the competent
authority and shall become a part of agreement for which price adjustment/star
rates will be applicable.

 For the purpose of working out price adjustment and star rates, the price index
issued from time to time by the Ministry of Commerce and Industry, Government
of India should be adopted.

 The formulae for price adjustment shall be as prescribed in Annexure-1 to the G.O.
No: FD 59 PRO.Cell/2004 dated: 26.11.2004, which is appended.
3. The above instructions will only be applicable prospectively and shall not be applicable
for
contracts concluded in the past or being concluded presently or for tenders already invited.

4. The above instructions shall apply to all Procurement Entities as defined in Section 2(d)
Chapter I of the Karnataka Transparency in Public Procurement Act, 1999.
ANNEXURE -1 to Government Order No. FD 59 PRO. CELL 2004, BANGALORE DATED 26th
NOVEMBER 2004

CHANGE IN COSTS -PRICE ADJUSTMENT


Price Variation---CONTRACT PRICE ADJUSTMENT FORMULA
1. Adjustment in the contract price of equipment on account of changes in material and labour
rates shall be computed in accordance with the conditions and formulae prescribed
hereinafter and further satisfying the requirements specified herein.
2. The contract price of equipment stated in the contract shall be the base price and shall be
subject to price adjustment as per the formulae prescribed.
3. The various items of equipment shall be grouped into assemblies for the purpose of despatch
and billing during the execution of the contract. The price adjustment shall be made for each
such assembly separately based on the indicative prices. The indicative prices of both civil
and electro mechanical works shall be agreed by both owner and bidder at the time of
agreement. In case any assembly is despatched in more than one consignment and
ismcompleted in more than one calendar month, the price adjustment shall be done monthly
on pro-rata basis.
4. The variation of price (decrease or increase) shall be without any ceiling.
5. .Base date shall be the date one month prior to the submission of the offer.
6. The price variation is not applicable towards survey,field investigation and finalization of DPR
( DPR cost)
7. The price variation is not applicable for the operation and maintenance cost quoted for 5 years
O&M.
8. The price variation is not applicable for cost quoted towards spares and tools and tackles.
9. In the P.V formulae contract price has figured, the same is corresponding to the billing
breakup ( indicative price) agreed to between the bidder and the owner at the time of
agreement.
Contractor Executive Engineer
83
10. The price variation is also not applicable in case of miscellaneous items to be agreed to
mutually at the time of signing of agreement.

A)The contract price for assemblies pertaining to pumps and associated items shall be
adjusted for variation in material and labour indices as per the following formulae:
B) CPA Formula for pumps and associated auxiliaries, valves, gates and hoists, trash rack
and other mechanical equipment pertaining.

Where:

PT1= Adjusted contract price.

PTo= Contract Price.

BFo= The Wholesale price Index number for `Iron, Steel and Ferro Alloys' published by the office of
the Economic Adviser, Ministry of Industry, Government of India and as circulated by IEEMA, for the
week ending 1st Saturday of the calendar month one month prior to date of offer.

BF1= The Wholesale price Index number for `Iron, Steel and Ferro Alloys' published by the office of
the Economic Adviser, Ministry of Industry, Government of India and as circulated by IEEMA, for the
week ending 1st Saturday of the month in which the 2/3rd of the period from the effective date of
order to the date of dispatch falls.

Lo= All India Average Consumer Price Index Number for Industrial Workers published by Labour
Bureau and as circulated by IEEMA for the month one month prior to the date of offer.

L1= All India Average Consumer Price Index Number for Industrial Workers published by Labour
Bureau and as circulated by IEEMA for the month 3 months prior to the date of dispatch.

B)CPA formula for motor, SEE, Protection Panels, D.G. Set, Cables,
Battery/Battery Charger and other Electrical Equipment:

CPA formula for motor, SEE, Controls and other electrical equipment:

PG1 = PG0 [0.45 BF1+ 0.1+C1+ 0.3 L1+ 0.15]


BF0 C0 L0
Where

PG1 = Adjusted contract price

PG0 = Contract price.

Contractor Executive Engineer


84
BFo= Wholesale Price Index Number for `Iron, Steel and Ferro Alloys' published by the
office of the Economic Adviser, Ministry of Industry, 1st Saturday of the calendar
month one month prior to date of offer.

BF1= Wholesale price Index Number for `Iron, Steel and Ferro Alloys' published by the
office of the economic Adviser, Ministry of Industry, Government of India and as
circulated by IEMA for the week ending 1st Saturday of the month in which the 2/3rd
of the period from the effective date of order to the date of dispatch falls.

Co= Price in Rs. /Kg. of Electrolytic copper wire bars Published by HCL and as circulated
by IEEMA for the month one month prior to the date of offer.

C1= Price in Rs. /Kg. of Electrolytic copper wire bars published by HCL and as circulated
by IEEMA for the month in which the 2/3rd of the period from the date effective from
the date of order to the date of dispatch falls.

Lo= All India Average Consumer price Index Number for Industrial Workers published by
Labour Bureau and as circulated by IEMA for the month one month prior to the date of
offer.

L1= All India Average Consumer Price Index Number for Industrial Workers published by
Labour Bureau and as circulated by IEMA for the month 3 months prior to the date of
dispatch.

C. PRICE ADJUSTMENT CLAUSE FOR CIVIL WORKS.


CHANGE IN COST-PRICE ADJUSTMENT:
The amount payable to the contractor valued at the rates specified in price schedule for civil
works attached to the contract shall be increased or decreased in accordance with the rise or
fall in the indexed cost of labour, materials, fuel, lubricants, machinery and other materials by
an amount as determined by the formulae as prescribed in this clause. The price adjustment is
subject to the following conditions
i) Price adjustment shall apply for the work done from the date of commencement up to the end
of original period of completion including authorised time extension granted by; the
Employer/Owner and shall not apply to the work carried out beyond the stipulated time for
reasons attributable to the Contractor.
ii) Price adjustment shall be applicable on the value of work done during each quarter period of
the year.
iii) Following expressions and meanings are assigned for the work done during the quarter. R-
Total value of work done during the quarter. It would include the amount of secured advance
for materials paid for (if any) during the quarter, less the amount of secured advance recovered
during the quarter.
iv) To the extent that full compensation for any rise or fall in cost to the Contractor is not covered
by the provision of this or other clauses in the Contract, the prices included in the contract
shall be deemed to include amounts to cover the contingencies of such other rise or fall in the
costs.

Contractor Executive Engineer


85
D. PRICE ADJUSTMENT FORMULAE
(pertaining to Civil works including delivery pipes)
(i) Adjustment for labour component:
Price adjustment for increase or decrease in the cost due to labour shall be paid in accordance
with the following formula:
VL=0.85x PL/100xRx(Li –Lo) /Lo
Where,
VL = Increase or decrease in the cost of work during the quarter under consideration due to
changes in rates for local labour.
Lo = The average consumer price index for industrial workers for Hassan Centre for the quarter
preceding the date of opening of tenders as published by the Labour Bureau, Ministry of
Labour, Govt. of India.
Li = The average consumer price index for industrial workers for Hassan Centre for the quarter
under consideration as published by Labour Bureau, Ministry of Labour, Government of India.
PL = Percentage of labour component of the work.
(ii) Adjustment for cement component:
Price adjustment for increase or decrease in the cost of cement component procured by the
contractor shall be paid in accordance with the following formula:
Vc = 0.85 x PC /100 x R x (Ci –Co)/Co
Where,
Vc = Increase or decrease in the cost of work during the quarter under consideration due to
changes in rates for cement.
Co = The all India average whole sale price Index for cement (ordinary Portland cement) for the
quarter preceding the date of opening of tenders as published by the office of conomical
Advisor, Ministry of Commerce and Industry, Govt. of India, New Delhi.
Ci = The all India average wholesale price index for cement (ordinary Portland cement ) for the
quarter under consideration as published by the office of Economical Advisor, Ministry of
commerce and Industry, Govt. of India , New Delhi.
PC = Percentage of cement component of the work.
Note: For the application of this clause index of Ordinary Portland Cement is considered.
(iii) Adjustment for the steel component:
Price adjustment for increase or decrease in the cost of steel procured by the Contractor shall be
paid in accordance with the following formula;
Vs = 0.85 x PS/100 x R x (Si -So)/So Where,
Vs = Increase or decrease in the cost of work during the quarter under consideration due to
changes in the rates for steel.
So = The all India average wholesale price index for reinforcement and structural steel for the
quarter proceeding the date of opening of Bids as published by the Office of Economic
Advisor, Ministry of Commerce and Industry, Government of India New Delhi.
Si = The all India average wholesale price index for reinforcement and structural steel for the
quarter under consideration as published by the Office of Economic Advisor, Ministry of
Commerce and Industry, New Delhi.
PS = Percentage of steel component of the work. Note: for the application of this clause, index of
Iron & Steel is considered.

Contractor Executive Engineer


86
(iv) Adjustment of Fuel and Lubricant Component:
Price adjustment for increase or decrease in cost of Fuel and Lubricants shall be paid in
accordance with the following formula:
VF=0.85x PF/100 x R x (Fi-Fo)/Fo
Where,
VF = Increase or decrease in the cost of work during the quarter under consideration due to
changes in the rates for Fuel and Lubricants.
Fo = The official retail price of High Speed Diesel (HSD) at the IOC / HPCL / BPL or other
consumer pump at H. N. Pura on the day 30 days prior to the date of opening of Bids.
Fi = The official retail price of HSD at the IOC / HPCL / BPL or other consumer pump at H. N.
Pura for the 15th day of the middle calendar month of the quarter under consideration. PF =
Percentage of Fuel and Lubricant component of the work.
Note: for the application of this clause the price of HSD is considered to represent Fuel and
Lubricant Group.
(vi) Adjustment for Plant and Machinery Spares Component:
(Pertaining to Civil works)
Price adjustment for increase or decrease in the cost of plant and machinery spares procured by
the contractor shall be paid in accordance with the following formula:
VP= 0.85 xPP/100xR (Pi-Po)/Po
Where,
VP = Increase or decrease in the cost of work during the quarter under consideration due to
changes in the rates for plant and machinery spares.
Po = The all India average wholesale price index for Heavy machinery and parts for the quarter
preceding the date of opening of bids, as published by the Office of the Economic Advisor,
Ministry of Commerce and Industry, Government of India, New Delhi.
Pi = The all India average wholesale price index for Heavy machinery and parts for the quarter
under consideration as published by the Office of the Economic Advisor, Ministry of
Commerce and Industry, Government of India, New Delhi.
PP = Percentage of Plant and Machinery Spares component of the work.
Note: For the application of this Clause index of Heavy Machinery and Parts is considered to
represent the Plant and Machinery Spares Group.
(vii) Adjustment for Other materials:
Price adjustment for increase or decrease in the cost of other materials other than cement, steel,
and Fuel and Lubricants, Bitumen, Procured by the contractor shall be paid in accordance with
the following formula:
VM=0.85 x PM/100 xRx(Mi-Mo)/Mo,
Where.
VM = Increase or decrease in the cost of work during the quarter under consideration due to
changes in the rates for local materials other than cement, steel , Fuel and Lubricants,
Bitumen. Mo = The all India average wholesale price index for all commodities for the quarter
preceding the date of opening of bids, as published by the Office of the Economic Advisor,
Ministry of Commerce and Industry, Government of India, New Delhi.
Mi = The all India average whole sale price index for all commodities for the quarter under
consideration as published by the Office of the Economic Advisor, Ministry of Commerce and
Industry, Government of India, New Delhi.

Contractor Executive Engineer


87
PM = Percentage of other material component (Other than cement, steel, Fuel and Lubricants,
Bitumen) of the work.

The following percentages will govern the price adjustment for the entire civil works of the contract
Sl. No Component Percentage Percentage

1 Labour-PL components 15%

2 Grey Cement-Pc components 2%

3 Steel Long-PsL components 2%

4 Steel flat-Psf (plates) components 60%

5 Fuel and Lubricants-Pf components 5%

6 Construction Machinery-Pp 10%

7 Other Materials-PM 6%

Total 100%

E) PRICE VARIATION FORMULA FOR TRANSFORMERS:


The Ex-works price inclusive of packing & forwarding charges indicated in the price schedule
for the transformers (main & auxiliary) is based on the input cost of raw materials/components
and labour cost as on the first day of the month, one month prior to date of bid opening and the
same is deemed to be related to prices of raw materials and all India average consumer price
index number for industrial workers as specified in the price
Variation clause given below. In case of any variation in these prices and index numbers, the
price payable shall be subject to adjustment, up or down in accordance with the following
formula:

Wherein P = Price payable as adjusted in accordance with the above formula Po = Ex-works
price of Transformer inclusive of packing & forwarding charges Co = Average LME
settlement price of copper wire bars Eso = C&F price of CRGO Electrical Steel Sheets ISo =
Wholesale price index number for Iron & steel IMo = Price of insulating materials TBo =
Price of Transformer Oil Base Stock
Wo = All India average consumer price index number for industrial workers, as published by the
Labour Bureau, Ministry of Labour, Govt. of India.
And
C = Average LME settlement price of copper wire bars this price is as applicable for the month,
four months prior to the date of scheduled delivery.
ES = C&F price of CRGO Electrical Steel Sheets This price is as applicable on the 1st working
day for the month, three months prior to the date of scheduled delivery.

Contractor Executive Engineer


88
IS = Wholesale price index number for Iron & Steel This index number is as applicable for the
week ending 1st Saturday of the month, three months prior to the date of scheduled delivery.
IM = Price of Insulating Materials This price is as applicable on the 1st working day of the
month, three months prior to the date of scheduled delivery.
TB = Price of Transformer Oil Base Stock This price is as applicable on the 1st working day for
the month, two months prior to the date of scheduled delivery.
W = All India average consumer price index number for Industrial Workers, as published by the
Labour Bureau, Ministry of Labour, Govt.of India.
This index number is as applicable on the first working day of the month, three months prior to
the date of scheduled delivery.
The date of delivery for the purposes of calculation of variation in prices only shall be the date on
which the transformer is notified as being ready for inspection.
Indices: All the above indices shall be as published by IEEMA prevailing as on first working day
of the month.
Limitation: Price variation shall be applicable during the contractual delivery period only. If
delivery period is extended then price variation shall be limited to contractual delivery period
only.
F) PRICE VARIATION FOR INSTRUMENT TRANSFORMERS

Wherein, P = Price payable as adjusted in accordance with the above price variation formulae.
Po = Ex-works price of the instrument transformers.
Co – Average LME settlement price of copper wire bars (This price is as applicable for the
month two months prior to date of Tendering.)

ESo – C&F price of CRGO steel sheets (This price is as applicable on the first working day of
the month one month prior to date of Tendering.)
ISo – Wholesale price index for iron and steel (This index is as applicable on the first week
ending first Saturday of the month, three months prior to date of Tendering.)

IMo – IEEMA index for insulator (This index is as applicable on the first working day of the
month, one month prior to date of Tendering.) TBo -Price of transformer oil base stock (This
price is as applicable on the first working day of the month, two month prior to date of
Tendering.)

W0 –All India average consumer price index No. for industrial workers as published by the labor
bureau, ministry of labor, Govt. of India ( three month prior to date of Tendering.) C –
Average LME settlement price of copper wire bars. (This price is as applicable for the month
two months prior to date of Delivery.)

Contractor Executive Engineer


89
ES – C&F price of CRGO steel sheets. (This price is as applicable on the first working day of the
month one month prior to date of Delivery.)
IS – Wholesale price index for iron and steel (This index is as applicable on the first week ending
first Saturday of the month, three months prior to date of Delivery.)
IM – IEEMA index for insulator.(This index is as applicable on the first working day of the
month, one month prior to date of Delivery.)
TB -Price of transformer oil base stock. (This price is as applicable on the first working day of
the month, two month prior to date of Delivery.)
W –All India average consumer price index No. for industrial workers as published by the labour
bureau, ministry of labour, Govt of India. ( base 1982 =100)
(This index is as applicable on the first working day of the month, three month prior to date of
Delivery.)
The date of delivery for the purpose of calculating price variation is the date on which the
instrument transformer is notified as being ready for inspection. Incase of delay in supplies
beyond delivery dates, price variation shall be calculated for contractual delivery date and for
actual delivery date. Price variation payable shall be the least of the two. Price variation is
without any ceiling limit.
G) PRICE VARIATION FORMULAE FOR BREAKERS:
PRICE VARIATION CLAUSE FOR HT SWITCHGEAR (ABOVE 36 KV)
The price quoted/confirmed is based on the cost of raw materials/components and labour cost as
on the date of quotation and the same is deemed to be related to prices of raw
materials/components and all India average consumer price index number for industrial
workers as specified in the price variation clause given below. In case of any variation in these
prices and Index number, the price payable shall be subject to adjustment up or down in
accordance with the following formula:

Wherein,
PV1 = Variation in price in Indian Rupees on account of variation in input costs of indigenous
content, and labour costs payable in accordance with the above formula.
Po = Price quoted/confirmed CSo = The price of constructional steel The price is as applicable
on the first working day of the month, one month prior to the date of tendering

Contractor Executive Engineer


90
Co = Price of electrolytic copper wire bars (refer notes) This price is applicable on the first
working day of the month, one month prior to the date of tendering
Alo = Price of bus bar grade aluminium (refer notes)
This price is applicable on the first working day of the month, one month prior to the date of
tendering
Ino = Price of epoxy resin (refer notes) This price is applicable on the first working day of the
month, one month prior to the date of tendering
Wo = All India average consumer price index number for industrial workers, as published by the
Labour Bureau, Ministry of Labour, Govt. of India (Base 1982 = 100). This Index number is
as applicable for the month, four months prior to the date of tendering.
Note: For example, if the date of tendering falls in May 2001, the applicable prices of
constructional steel (CSo),electrolytic copper wire bars (Co), bus bar grade aluminium (Alo)
and insulating material (Ino) should be for the month of April 2001 and all India average
consumer price index number (Wo) should be for the month of January 2001.
The above prices and indices are as published by IEEMA vide circular reference number IEEMA
(PVC) SWGR/prevailing as on first working day of the month __________ i.e. one month
prior to the date of tendering.
CS = The price of constructional steel (refer notes). The price is applicable on the first working
day of the month, two months prior to the date of delivery
C = Price of electrolytic copper wire bars (refer notes). The price is applicable on the first
working day of the month, two months prior to the date of delivery
Al = Price of bus bar grade aluminium (refer notes). The price is applicable on the first working
day of the month, two months prior to the date of delivery
In = Price of epoxy resin (refer notes). The price is applicable on the first working day of the
month, two months prior to the date of delivery
W = All India average consumer price index number for industrial workers, as published by the
Labour Bureau, Ministry of Labour, Govt,of India (Base 1982 = 100). This index number is as
applicable for the month, five months prior to the date of delivery.
Note: For example, if the date of delivery in terms of clause given below falls in December 2001
the applicable price of raw materials Viz. CS, C, Al and In should be for the month of October
2001 and all India average consumer price index number (W) should be for the month of July
2001.
The “date of delivery” is the date on which the switchgear equipment is notified as being

Contractor Executive Engineer


91
ready for inspection. (In the absence of such notification the date of manufacturer’s dispatch note
is to be considered as the date of delivery) or the contracted delivery date (including any
agreed extension thereto), whichever is earlier.

H) PRICE VARIATION CLAUSE FOR FABRICATED AND GALVANIZED


TRANSMISSION LINE TOWER:
Using: (A) Both heavy and lighter angles, (B) only heavy angles, (C) only lighter angles. The
price quoted/ confirmed is based on the cost of raw materials/ components and labour cost as
on the date of quotation and the same is deemed to be related to the price of raw material and
all India average consumer price index number for industrials workers as specified in the price
variation clause given below. In case of any variation in these prices and index numbers, the
price payable shall be subject to adjustment up or down in accordance with the

Contractor Executive Engineer


92
Contractor Executive Engineer
93
Contractor Executive Engineer
94
Contractor Executive Engineer
95
The liquidated damages for the whole of the works are
Rs. 0.1% OF THE CONTRACT PRICE per day and that for the milestones are as under:
For Milestone 1: 0.1% of contract value per day (41]
For Milestone 2: 0.1% of contract value per day
For Milestone 3 : 0.1% of contract value per day
For Milestone 4 : 0.1% of contract value per day
For Milestone 5 : 0.1% of contract value per day

The maximum amount of liquidated damages for the whole of the works [41]
is Ten percent of final contract price.
The amounts of the advance payment are : [42]

Nature of Amount Rs. Conditions to be fulfilled


Advance
Mobilization 10% of the contract On submission of
price unconditional bank guarantee
(to be drawn before end of
20% of contract period)

Contractor Executive Engineer


96
( The advance payment will be paid to the contractor not later than 30 days after fulfillment
of the above condition.)
Repayment of advance payment for mobilization : [42]
The advance loan shall be repaid with Item Percentage deductions from the interim
payment certified by the engineer under the contract. Deductions shall commence in the next
Interim Payment Certificate following that in which the total of all such payments to the
Contractor has reached not less than 15 percent of the Contract Price or 3 months from the date of
payment of first installment of advance, whichever period conclude earlier, and shall be made at
the rate of 7.5% of the amounts of all Interim payment certificates until such time as the loan has
been repaid, always provided that the loan shall be completely repaid prior to the expiry of the
original time for completion pursuant to clauses 17 & 26.
The date by which “as-built” drawings (in scale …) in 2 sets are required is within 30
days of issue of certificate of completion of Whole or Section of the Work as the case
may be. [48]

The date by which Operating and Maintenance Manuals are required is within 30
days of issue of certificate of completion of Whole or Section of the Work as the case
may be. [48]
a. The amount to be withheld for failing to supply “as built” drawings Rs. 5.00 Lakhs
b. The amount to be withheld for failing to supply Operation and Maintenance Manuals by
the date required is Rs. 10.00 lakhs [48]
The following events shall also be fundamental breach of the contract: [49.2]

1. The contractor has contravened Sub-clause 7.1 and Clause 9 of Condition of contract.

The Item Percentage to apply to the value of the work not completed representing the
Employer's additional cost for completing the works shall be 30%
[50.1]

[BRIEF SUMMARY, INCLUDING RELATIONSHIP TO OTHER CONTRACTS


UNDER THE PROJECT].
1. SITE INFORMATION
General Climate

The climate of the area is characterized by general dryness except during the Monsoon season. The year
may be divided into four seasons. The summer season is from March to May and is followed by the
Southwest monsoon season, which lasts up to the end of September. October and November constitute the
post-monsoon or retreating monsoon season. The cold season is from December to February.

Rainfall

The average annual rainfall in the area during Kharif season is 585.97 mm. About 67% of the annual
rainfall in the district is received during the monsoon months June to September, July being generally the
rainiest month. Some rainfall in the form of thundershowers is received in the later half of summer and the
post monsoon season. During the post monsoon or retreating monsoon the area gets about 22% of the
annual rainfall. The variation in the annual rainfall in the district as a whole, from year to year, is not
large.

Contractor Executive Engineer


97
But in the project area the rainfall is comparatively less and the variation from year to year is large. During
the flowering season, crop failure is a common phenomena.

Temperature

There is a meteorological observatory at proposed command area and the records of this
observatory may be taken as representative of the climatic conditions in the region in general. After
February there is a steady increase in the temperature. April is generally the hottest month with the mean
daily maximum temperature at 33.30c and the mean daily minimum at 22.50c. Nights during May and
June are as warm as in April. During summer the day temperature may occasionally rise up-to 41.00c on
individual days

Afternoon thundershowers will occur on some days during summer season bringing welcome relief from
the heat though temporarily. With the onset of the Southwest monsoon into the district during early June,
there is appreciable drop in the day temperature but nights are still warm as in the latter part of the hot
season. From September, day temperature again increases slowly and a secondary maximum in day
temperature is reached in October. But the nights become progressively cooler from September onwards.
December is generally the coldest month with the mean daily minimum temperature at 16.50c.The mean
daily maximum temperature during this month is 29.10c.On individual days during the period December to
February the minimum temperature may go down to about 11.00c.

Communication
a) Nearest railway station : Gorur
b) Nearest National highway : Bangalore to Mangalore Road NH-75, 35 km from
Gorur
c) Nearest Airport : Mysore (90 km)
d) Nearest Telephone exchange : Gorur Town
e) Nearest post office : Gorur Town
f) Latitude at intake point : 12°59'14.87"N
g) Longitude at intake point : 76°17'27.70"E
h) Nearest power station : Udayapura
i) G.T.S bench mark : Gorur Town
h) A drawing showing the location
of intake, Sump & Pump house : General Allignment Drawing is here with enclosed.

Contractor Executive Engineer


98
1. SCOPE OF WORK
DUTY PARAMETERS
Sl. Discharge in Static Head Approx. Length of
Remarks
No. Cusecs (in Mtrs) Rising Main in km
1 Bidder has to arrive at pump
40.25
43.50 0.840 head by adding losses on all
Cusecs account.

The following works are included in TURNKEY under PART –A.


TURN KEY PORTION:- Part “A”
PART : A : TURN KEY :- Survey, Investigation, Planning and Design with drawings for all
components of the scheme for both Part-A & Part-B , Supply, Installation, Testing and
Commissioning of the " Detailed project report for lifting of water from Dandiganhalli
branch canal at Chainage: 17.725 KM near Duthnur kaval village to irrigate 1862
Ha of Channarayapatna taluk and Arsikere taluk, Hassan district including detail
design, investigation and construction of Head works including elecrtrical and
electro-mechanical components, Main canal, distributaries, Minors and FIC,
commissioning with operation and maintenance of the scheme for 3 years period.
under 3rd stage of Kachenahalli lift scheme. " with a discharge of 40.25 Cusecs to a
height of 43.50 m (Static head) consisting of the Components such as Providing M.S. Rising
Main in single row of required dia meter thickness including necessary, Shifting of water
supply, power and Telephone lines wherever necessary and civil works, etc., Earthwork
Excavation in all Classifications to the required depth, Construction of Anchor Blocks &
Thrust Blocks for rising main Encasing of The Pipes in Road / Halla Crossings, providing
RCC supports to rising main as per necessity, Providing Suitable Dismantling Joints, Vent
Pipes, Bleeders, Conducting Surge Analysis and Providing Suitable Surge Protection
System, Conducting Sump Model Analysis, Providing & fixing all types of necessary Valves
of Suitable Capacity with valve chambers for rising main Providing and Erecting suction and
Delivery pipes, Manifold, etc., with Suitable Foundations, Providing, Erecting &
Commissioning of Suitable capacity of vertical Turbine Pumps and Motors with suitable
suction and delivery system, Providing outdoor substation including providing transformers /
Auxiliary transformer, Express feeder line and Towers for line along with terminal bay at
KPTCL sub station, Udaypur along with electrical Inspectorate super vision charges,
providing chain link fencing to out door substation and transformers, Providing & Fixing EOT
Cranes of Suitable Capacity, arranging power supply to pump house control room with
necessary control cables, HT panels, soft starters, capacitor bank, breakers and allied
components as per KPTCL / CESC Norms and Other Connected Electrical & Electro-
Mechanical Works, complete Supply of Spare Parts, Tools and plants to scheme and
Technical Man Power for Operating and Maintaining the Scheme for a Period of 3 Years
after Successful Commissioning of the Scheme as per the detailed scope of work on TURN
KEY BASIS.

Contractor Executive Engineer


99
The proposals contemplate pumping of 40.25 Cusecs of water from “Detailed project report
for lifting of water from Dandiganhalli branch canal at Chainage: 17.725 KM near
Duthnur kaval village to irrigate 1862 Ha of Channarayapatna taluk and Arsikere taluk,
Hassan district including detail design, investigation and construction of Head works
including elecrtrical and electro-mechanical components, Main canal, distributaries,
Minors and FIC, commissioning with operation and maintenance of the scheme for 3
years period. under 3rd stage of Kachenahalli lift scheme . ON COMBINATION OF
TURNKEY TENDER AS PART–‘A’ AND Item rate TENDER AS PART-‘B’. The total quantum
of water required is 267.0Mcft or 0.267TMC and this is proposed to be lifted from Dandiganhalli
Branch canal near Duthnurkaval village, Channarayapatna which is the suitable and nearest point
as per the investigation done, water will convey through MS Rising main of 850 mm Dia through
a length of 840 m, it will deliver in to delivery chamber located at RL 942.00m of size 8m X 8M
3.25M. from this delivery chamber water will convey to command area through canal network.
The total requirement of 0.267 TMC of water required for irrigating 1862 Ha comes under
Channarayapatna taluk & Arsikere taluk. The water is proposed to be lifted from Dandiganhalli
branch canal near Duthnurkaval village and water will be deliver near Doothnurkaval Village at
RL 942.000M through MS Rising main of length 840m. From the delivery chamber water will
lead to command area through canal network. The hours pumping for continues 120 days 24
Hours by using 3 (working) + 1 (standby) Vertical turbine Pumps of capacities 360 HP is
proposed to lift water of 1.14 cumecs.

The power requirement for this stage is proposed to be drawn through a 11/3.3KV power line from
the Sub-Station Udayapura village .
MECHANICAL WORK :-Considering Intake well arrangements, bidder to consider suitable 3 Number of
working pumps including 1 number of standby pump of equal capacity considering the rated discharge per
pump. The pump head shall be arrived at after considering losses on all account. The motor shall be
selected with 10% additional marginal power pumps with necessary column pipe length, with minimum
submergence required shall be considered. EOT crane of required capacity shall be provided. Butterfly
valves, dual plate check valve, expansion joints, dismantling joint shall be provided on delivery piping, M.S
Structural works like Platforms, walkways, railings, staircases, rooftruss, purlins, girders including erection,
stoplog gates, trashrack gates, water &sanitary works, etc., M.S. manifold of suitable diameter & design
shall be provided connecting all the Four pumps.
ELECTRICAL WORK :-
a) INSIDE PUMP HOUSE : Design, supply, installation, testing and commissioning of electrical panel
board, Soft Straters, P.F capacitor panels for each motors and bank, HT cable for incoming and feeding to
VT motors, EOT Crane, pump house lighting, auxillary supply with LTAC panel, auxillary transformer, LT
Cables, DC supply with Battery Charger with DCDB panel, Control Cableling, wall actuator panel, APFC
panel for improvement of PF, level indicator etc., including earthing. The combined discharge of pumps
under parallel operations shall not be less than the design discharge.

11/3.3 K.V. Sub Stations: Scope includes Design, supply, installation, testing & commissioning of 11/3.3
K.V Sub Station, switchyard with equipment foundation, cable ducts, spreading of jelly etc., for housing the
following equipments:-

 D.P structures
 Indoor VCB for transformers
 11/3.3 K.V power transformers with one spare transformer
 Remote control panel for on load Tap Changer
 NCT/NCR panel for Neutral side of Transformer
 HT cables
 UG cable termination
 Galvanised steel structure for sub stations
Contractor Executive Engineer
100
 Grounding of lifts, transformers, D. G sets etc
 ABT compatible Metering cubical with LBS, ETV meter, 0.2S accuracy CT/PT’s for KPTCL
metering purpose along with platform
 Construction of 11 KV D/C towers & Stringing of Conductors
 General outdoor yard lighting etc.,
 Substation earthing as per IS : 3040-1987
 Chain link fencing to outdoor substations and transformers.
 All connected works pertaining to Sub stations

. Note:Scope includes getting approval of Sub-Station drawings, single line diagrams including
earth mat design from KPTCL, Cauvery Bhavan, Bangalore before taking of the excavation. Further,
bidder shall obtain the sub-station drawing,pumphouse electrical drawing approved from chief
electrical inspectrate, Government of Karnataka at preliminary stage and also accuracy of the enery
meters, relays etc., shall be got tested and clearance obtained from meter and relay testing section
of KPTCL before energizing the installation. The necessary charges for obtaining approval and
electrical inspectorate charges are to be borne by the agency.

Rising main:- Scope includes Providing and laying of M.S. Rising main (including epoxy inner paint &
PYP Kote Bitumen based pipe coating tapes of 4mm thick for outer protection) including earthwork
excavation, formation of approach roads, road crossings etc. The necessary air valves, scour valves
pressure relief valves, etc. including necessary civil work, anchor/thrust blocks etc., shall be provided at
appropriate locations. The scope includes conducting surge analysis and providing suitable surge
protection system and conducting Sump Model Analysis for all stages. The M.S. raising main shall be
pressure tested (Hydro-Test) before pumping the water.

The Scope includes construction of ground level RCC delivery chamber to 90 seconds retention capacity

The following works are included in Item rate TENDER under Part “B”:

Part “B” : ITEM RATE This includes Intake arrangement, sump and pump house, Indoor
electrification . road around pump house, approach road for pump house and providing chain
link fencing around pump house yard, Delivery cistern, Manhole chamber and Main canal etc
of “Detailed project report for lifting of water from Dandiganhalli branch canal at
Chainage: 17.725 KM near Duthnur kaval village to irrigate 1862 Ha of
Channarayapatna taluk and Arsikere taluk, Hassan district including detail design,
investigation and construction of Head works including elecrtrical and electro-
mechanical components, Main canal, distributaries, Minors and FIC,
commissioning with operation and maintenance of the scheme for 3 years period.
under 3rd stage of Kachenahalli lift scheme.” On Item rate Tender.

Contractor Executive Engineer


101
The list showing the minimum number of Key Personnel and Technical Personnel
who should be exclusively deployed for this scheme during execution is as under.
The bidder should furnish the details of this staff with him who will be exclusively
deployed for the Execution work:-

LIST OF MINIMUM TECHNICAL AND NON-TECHNICAL PERSONNELS


REQUIRED FOR EXECUTION
1 Project Manager BE Civil with Minimum of 15
years’ experience & should have
been project Manager for at least 1
one Project/work of size similar to
the present contact.
2 Civil Engineer BE Civil with Minimum 5 Years’
2
experience
3 Electrical Engineer BE Electrial., with Minimum 5
1
Years’ experience
4 Mechanical Engineer BE Mech., with Minimum 5 Years’
1
experience
5 Diploma in Civil
5 Years’ Experience 2
Engineering
6 Diploma in Electrical
5 Years’ Experience 1
Engineering (foreman)
7 Diploma in
Mechanical 5 Years’ Experience 1
Engineering (foreman)
LIST OF MINIMUM TECHNICAL AND NON-TECHNICAL
PERSONNELS REQUIRED FOR O & M
Diploma in Electrical
2 years’ Experience 1
1 Engineering(foreman)
Diploma in
2 Mechanical 2 years’ Experience 1
Engineering(foreman)
3 Pump operators 2 years’ Experience 3
4 Helpers 2 years’ Experience 3
5 Sowdies 2 years’ Experience 3
6 Watchman 2 years’ Experience 3

NOTE:

1. The above manpower shall work in 3 shifts including Sundays and Holidays on rotation basis.
2. The above manpower is required for every sub-station and pump house.

Contractor Executive Engineer


102
KPTCL HT metering cubicles and transformer center shall be provided with chain link fencing
with gates, Approx 300 meters of approach road to the pump house is included in the scope of the
tender.

The delivery chamber shall be of suitable of size equivalent to about 30 minutes of pumping
capacity. The chambers shall be ground reservoirs only.

Contractor Executive Engineer


103
SCOPE OF WORK

PART-II

DESIGN AND ENGINEERING

The Contractor's Scope of work shall include the following activities:

1.0 Review and Assessment of Data Requirement


The agency shall design the following components.
1 Total distribution network from delivery chamber.
2 Sump- Location, capacity dimensions with depth and lining and protection measures
3 Formation of convenient blocks.
4 Design of pump/motor system.
5 Supply lateral pipelines from sump to field: alignment, pipe design and valve locations
6 Canal Network: as per Government of India guidelines based on BIS Standards.
2.0 Additional Investigations and Observations and Studies Carrying out additional surveys,
geotechnical investigations and laboratory tests, analysis and studies including collection
of other relevant data as necessary.
2.1 Evaluation of results of additional investigations, carrying out studies and analysis for the
design of the Project components.
2.2 Finalization of conceptual plan based upon the preliminary design / planning of the
Employer, the works to be executed for the scheme.
2.3 Preparation and submission of Reports on point 2.1, 2.2 and 2.3 above for reference,
acceptance and record of the Employer.
3.0 Detailed Design
3.1 Preparation of design memorandum indicating design criteria, design parameters, design
assumptions, method of analysis on all components of the project. These design briefs
shall be submitted to the Employer for approval before carrying out detailed design and
construction drawings.
3.2 Detailed design for the Civil Works, canal system including drawings required for the
execution of the calculations performed and the construction drawings issued shall be
submitted to Employer for his approval.

4.0 Preparation of Commissioning and O & M Manuals.

5.0 Project Completion Report


5.1 Preparation of as-built drawings for the whole network of irrigation system and a
Detailed Project Completion Report.

6.0 Design liaison with the Employer

6.1 Design liaison with the Chief Engineer, CNNL, Hemavathy Project Zone, Gorur /
Superintending Engineer, Hemavathy Project Circle, Gorur from the start of the
investigations and until commissioning of the project in full.
6.2 Preparation of Monthly Reports on the progress of the project work as a whole for
information of the Employer, in respect of:

 Investigation & Surveys.


 Design and engineering.

Contractor Executive Engineer


104
 Civil Construction.
 Technical status (Present status and future programme)
 Project status (Time Schedule, achievement of mile-stone, slippage in time schedule
with specific reference to activities and acceleration measures proposed)
 Financial status (Present status and future projection)
 Deployment of Manpower, Labour, Expatriates staff and Construction Equipment

Furthermore the Report shall include necessary photographs and sketches showing the previous
month's progress.
7.0 Supply of Drawings, Reports etc.

7.1 The Contractor shall furnish to the Employer's office the following number of copies of
drawings, reports and other technical documents:

SL. HARD SOFT


PARTICULARS REMARKS
NO. COPIES COPIES
1 Drawings for information 4 (four) sets 1 (One)
2 Drawings for approval 3 (Three) sets 1 (One) One hard copy shall be
returned to the Contractor
with approval or comments.
3 Approved drawings 1+ 10 sets 1 (One)
copy in CD
4 As-built document Shall be submitted in
accordance with Clause 40.6
of General Conditions of
Contract.
5 Review Report/ Design 2 (Two) sets One hard copy shall be
Briefs/Design Memo/ returned to the Contractor
Design Reports (Draft) with approval or comments.
6 Review Report/ Design 1 + 10 sets 1 (One)
Briefs/Design Memo/ copy in CD
Design Reports (Final)

7 Commissioning and 2 (Two) sets 1 (one) One hard copy shall be


O&M Manuals (Draft) copy in CD returned to the Contractor
with approval or comments.
8 Commissioning and 10 (Ten) sets 1 (One)
O&M Manuals copy in CD
(Approved)
9 Progress Reports 6 (Six) sets
10 Final design 6 (six) sets 1 (One)
computations copy in CD
11 Detailed Project 10 (Ten) sets 1 (One)
Completion Report copy in CD

7.2 All Software used shall also be loaded and handed over to the Employer in digital formal
for design verification and Employer’s subsequent use at no additional cost.
Contractor Executive Engineer
105
7.3 No separate payment shall be made for any of the design and engineering works indicated
above and needed for the completion of the project and shall deemed to be included in the
price QUOTED.
SCOPE OF WORK
PART III
10 OPERATION & MAINTENANCE
i) Log books are to be maintained for recording up to date information related to
day-to-day operation & maintenance activities (Quantum of water pumped to the delivery
chamber, Pump operations at all locations including information on performance of pumps
ii) in comparison with design requirements, Preventive maintenance, occurrence of
major breakdowns, examining & ensuring the correctness of Electricity bills in a well
defined structured formats.
iii) The Agency will be responsible for the daily operation of pumping stations at all
locations, other components of the scheme. The Agency shall optimize the operation of the
pumping works in the most cost effective manner in terms of Power consumption and
working condition. The Agency should also ensure that the monthly Electricity bills do not
involve any kind of penalties.
iv) The Agency will be totally responsible for the Preventive maintenance of every
component of the scheme as per O & M Manual/Vendors’ Manual/contract
document/Relevant codal provisions and as per the directions of Engineer-In-Charge to
ensure good working condition of the Pumps & Motors/ Rising mains / Head works and all
other components of the scheme, so that the scheme functions under optimal conditions to
deliver the designed discharge at duty point and all components of the scheme are handed
back to the Employer at the end of the contract period, in a good working condition, as the
scheme was taken over from the Employer.
v) The Agency should provide all O&M personnel, required labour, materials,
consumables, Tools & equipment, Transportation & Communication facilities to O&M
Personnel, setup a field office with Electronic data feeding & report generating facilities
required for the operation and maintenance of the scheme.
vi) The minimum size of O&M Staff to be deployed for the contracted work should be
in conformity with the field staff should be thoroughly trained about the operation &
maintenance aspects of each and every component of the scheme, their Preventive &
Corrective maintenance particulars in well defined formats, to maintain Log books on
daily basis for recording particulars of water drawl at source point, particulars of
preventive & Corrective maintenance carried out for various components of the scheme,
as per the directions of Engineer.
vii) The Agency is responsible to make necessary arrangements to keep trained &
qualified personnel accessible all the 24 hours, for attending to emergent
repairs/replacements and restore the system to working condition, so that the maximum
system breakdown period does not exceed several hours except the situation where the
reasons for non-supply of water are beyond his control, like non availability of
power/inadequate voltage at relevant pumping station/ Major pipe burst/major leakages in
the pipe lines.

viii) The Agency shall be responsible for watch & ward of the Pumping Stations, Head
works, Transformers and other components of the scheme, from thefts, tampering or
misuse by any person/community. The Agency shall appoint licensed security personnel to
guard all components of the scheme and it is the sole responsibility of the Agency to make
good any damage/pilferage of any portion of the scheme.

Contractor Executive Engineer


106
ix) System breakdown period should be as minimum as possible. It would be the
responsibility of O&M Agency to have a mechanism in place to restore the system within
short period. Liquidated damages will be levied as assessed by the competent authority.
x) The Agency’s job includes obtaining proper acknowledgement of actual daily
delivered to the duty point. He shall be responsible to give date-wise account of water
discharged the Engineer-in-charge. If in the opinion of the Engineer, the quantity account
shows excessive losses at any stage of system and the reasons are observed to be
pertaining to Agency’s deficient performance or improper O & M practices, the remedial
measures required shall fall within the purview of contracted work.
xi) Since power charges are as high as 60-75% of total O & M cost, an efficient use of
power will form an essential criteria in maintaining pump and related electric accessories.
Hence the Agency shall arrange his operations to restrict power consumption to be within
the pre-determined limits & the power factor shall be maintained at not less than 0.95 lag.
The Agency shall maintain the entire electrical installations from the express feeder main
in accordance with the requirements and regulations of KPTCL. in force and as may be
amended from time to time.
xii) In case penalties like Power factor penalty and (or) Recorded maximum demand
for a particular month is levied by KPTCL, the same will be inferred as resulted due to
poor O&M practice and such penalties will be recovered from the bidder.
xiii) The bidder will be fully responsible for the adequacy of all his operation and
maintenance procedures to ensure the safety of his O & M personnel and safety & security
of every component of the scheme.
xiv) The performance of the bidder will be reviewed on the basis of indicators
mentioned below, besides responsibilities and obligations of the agency specified in this
contract document. If the agency fails to achieve the set targets as indicated in
performance indicators then Engineer-in-charge may levy penalty as deemed reasonable.
xv) The bidder should make a suitable plan for Inspection of structures at scheduled
intervals and to record the observations/defects (If any). If the defects noticed are of minor
nature like development of surface cracks, dampness on wall or roof surface, pealing of
finished works like painting/plastering, corrosion of exposed steel surfaces (Steel
windows, Ventilators, M S Gate, Fencing, Steel surfaces of approach bridge), Termite
attack & warping of wooden works, choking of inlet screens, Silting up of Intake/ sump-
pump house are to be rectified immediately by the agency with an intimation to the
Engineer–In-Charge. The bidder should carry out complete painting of structures once
during maintenance period or as per the directions of Engineer-In-Charge.
xvi) Leak detection – Pipe line leaks should be detected either through existing Water
meters/Flow meters or through visual observation (Where ever metering is not done).
Visual observations shall be carried out for complete stretch of pipe lines at scheduled
intervals for signs of leaks such as a slump in the material over a trench, abundant
vegetation growth or surface moisture.
xvii) Valves are to be checked for leaks, at scheduled intervals.
xviii) Repairs of gland packing, valve gate, spindle, gland of sluice valves, replacement
of floats of air valves, repairs of all types of valves whenever required, greasing of gear
system of valves once in 15 days, replacement of rubber packing of sluice valves
whenever required, tightening of nut bolts of valves/replacement of nut bolts whenever
required and also whenever directed by the Engineer or his representative.
xix) Removal of all types of leakages through, pipes/Sluice valves/Air valves/Scour
valves including cost of required labour & materials such as PVC Pipes upto 1% of total
length of PVC Pipe lines, earth work excavation, refilling, dewatering, lighting
arrangements required for attending to repairs, nut bolts, rubber packing, floats, gland
packing, jointing materials and chemicals required, P.V.C. resins, PVC couplers, lead

Contractor Executive Engineer


107
jointing materials, dewatering by required capacity diesel/electrical or kerosene driven
pumps.
xx) All welding works to arrest leaks (If any) noticed in Pipe lines, including cost of
required equipments electrical connection, all labors.
xxi) Repair of cement concrete/Masonry works of damaged thrust blocks/Valve
chambers and construction of new valve chambers in lieu of broken/damaged valve
chambers including disposing the dismantled stuff to final places of disposal.
xxii) Maintenance of expansion joints by tightening of the nuts & adjusting the packing
material at regular intervals, including cost of providing and fixing of gaskets of expansion
joints.
xxiii) To deposit all the replaced material at the stores specified by the Engineer.
xxiv) Log books are to be maintained for having clear record of repair and replacement
works.

11 GENERAL
After completion of the project the contractor shall take care of the maintenance for a
period of THREE years whichever is later from the date of completion certificate of total
work whichever is more. The contractor shall be responsible for the maintenance support
to water user group of all components of the project including associated works in
accordance with prudent utility practice. If the agency fails to provide support to maintain
the work during the maintenance period, the employer may attend to the said maintenance
and the cost of the same will be deducted from the amounts due to the contractor or
deposits. Besides deducting the cost, the agency will be liable for penalty suitably for
violating the maintenance clause and also liable for getting black listed.

9.1 SCOPE OF WORK


9.1.1 Must provide after sales service to the system for THREE years.
9.1.2 Bidder shall deploy service personnel for maintenance support of the project.
The scope of work would include the following.

i) To provide maintenance support for distribution system including, its structures


and maintenance of all Electro-mechanical components and pipelines as and when
required.

ii) To provide all services necessary to maintain the project efficiently, maximize the
availability of the project, optimize the useful life of the project etc.

iii) To provide requisite numbers of qualified (and if required licensed) personnel to


perform the services.

iv) To carryout maintenance of the total distribution system and carry out repair and
preventive maintenance in accordance with the standard procedures and supply
spares as and when system warrants.

v) To carryout any maintenance or repairs or rectification work in case of any


problem or emergency that may arise while the system is in-operation during the
maintenance period of THREE years whichever is later from the date of
completion certificate whichever is more as directed by the employer/ Engineer-in-
Chief.
Contractor Executive Engineer
108
vi) To provide technical and other assistance to the Employer and farmers groups, in
solving their operational problems and support them for maintenance problems.

vii) Suggest improvements in the operation and maintenance schedule to the user’s
group for better performance of the system.

viii) To prepare Annual Operation Plan for farmer’s group and submit to the Employer
for approval.

Note: The power connection/deposit/consumer/consumption charges (electricity bills) for


operating pumps shall be borne by the government

10.0 GOVERNMENT RULES


The Contractor shall perform the work in accordance with Indian and other applicable laws
(including environmental protection, sanitary, employment, industrial safety and Labour
laws) regulations, codes, permits, licenses, court orders and standards binding and
enforceable on the Employer. The Contractor shall pay income or other taxes resulting from
the performance and payment made to him in this connection.

11.0 MAINTENANCE PERSONNEL


The Contractor shall deploy experienced personnel for maintenance of the project. The
deployment schedule indicating the name of the persons, responsibility assigned to each of
them and their bio-data shall be provided to the employer.

12.0 RIGHT TO PERFORM UPON CONTRACTOR'S DEFAULT

It anytime, the Contractor fails to perform and such failure is likely to cause injury to any
person or damage to the project, the Employer may, but shall have no obligation to, perform
any such obligation. The cost to the Employer of affecting such performance would be
deducted from the payment due to the Contractor.

No separate payment shall be made for indicated above and needed any of the maintenance
services during the maintenance period of THREE years and shall be demand to be included in
the quoted contract price.

13.0 INSURANCE
The Contractor shall obtain and maintain in force throughout during period of maintenance,
Risk Insurance against damage/theft for the equipment and works for the project providing
full coverage on replacement value basis. Covered peril shall include theft, fire, flood and
allied perils. Insurance for workers against injury and death as per Workman Compensation
Act shall also be obtained by the Contractor.

14.0 SUBMISSION OF AS – BUILT DRAWINGS ;


Contractor shall submit as built drawings in 2 sets to appropriate scaled within 28 days from
the date of issue of completion certificate failing which, an amount of Rs.1, 00,000/- shall be
with held from the final payment due to them.

Contractor Executive Engineer


109
15.0 TERMS OF PAYMENT;

15.1 PAYMENT TOWARDS CIVIL WORKS; (PART B)

Payment will be made for civil works to extent of 95% of the value of the finished work
done by the contractor. The balance 5% of such bills will be retained in the hands of the
employer which will be released after satisfactory completion of maintenance period.
15.2 PAYMENT TOWARD SUPPLY AND ERECTION OF EQUIPMENT AND
PLANTS ; ( PART A )

A. 45% of the contract price on receipt of equipment at site and after completion of 75% of civil
works subject to cerification by the inspection of third party.

B. 45% of contract price on each item on erection of equipment and plant in final position.

C. 5% of the contract price of each item after successful commissioning of equipment and
plant.

D. Balance 5% to be retained till final payment.

15.3 In case of item of supplying laying jointing, Testing and Commissioning of MS Pipes and
equipments etc. the rates quoted shall be paid in part as under;

Sl No. Description Rate of Payment


Supplying MS Pipes and
specials including necessary
shop tests and Stacking at
45% of the quoted rate.
Contractors yard at site and
transporting the pipes to work
spot.
Laying, jointing and testing as 45% of the quoted rate.
directed and as per
specifications.
On satisfactory commissioning. 5% of the quoted rate.
In final bill. 5% of the quoted rate.
A.

NOTE: The amount due under Sl. No. 1 will be paid as follows:

1. For the first and second consignment of pipes: Payment when the pipes and specials are
accepted in the pipe yard by the Engineer.

2. For the third and subsequent consignments: Payment when the pipes and specials are
accepted in the pipe yard by the Engineer and at least 50% of the pipes and specials
supplied on previous consignments are laid, jointed and tested to the satisfaction of the
Engineer.

Contractor Executive Engineer


110
3. No separate payment for dewatering shall be made while executing
any of the items of works either under Part “A” or Part “B” and
contractors shall quote the rates accordingly.

16.0 OPERATION AND MAINTENANCE:


Contractor shall be responsible for proper operation of the installations during three
years maintenance period, by engaging suitable qualified manpower. The employer
shall arrange necessary power supply and water required for operation and contractor
shall be responsible to arrange all items like Insulating Oil, SF-6 Gas, Lubricants, Gland
packing and any other consumables.
The spares and tools ordered separately shall be kept in stock and handed over to
employer for their use after successful completion of Five years maintenance period. In
case of emergency, employer may permit use of spare parts from the stock subject to
replacement by contractor at the earliest time.

17.0 REPLACEMENT OF DEFECTIVE PARTS AND MATERIALS:


In case, contractor fails to attend to the defects during three years warranty period, employer may,
on giving the contractor Seven (7) days notice in writing to his intentions to do so, proceed to get
the defective parts replaced or repairs carried out at the cost of the contractor and recover the same
from the security deposit or any amounts due to him.

18.0 BID EVALUATION FACTORS:

Bidder shall comply with the pump parameters as specified.

18.1 BID EVALUATION FACTORS:

For the purpose of Bid evaluation and performance guarantee, the duty point for individual pump
set shall be considering the following duty point parameters:

Discharge = 40.25 cusecs

Excluding losses in the hydraulic system. The bidder shall indicate the minimum guaranteed
overall pump efficiency at the above specified duty point. For bid evaluation, loading will be at
Rs.97,970 /- per pump set for each KW differential among various bids received in the guaranteed
power input to motor at the duty point.
Bidder shall furnish motor efficiency which shall not be subject to any tolerance and guaranteed
power input to the motor corresponding to this efficiency.

Power input to pump and motor shall be calculated as follows:


Power input to pump = motor output = (Q x H) / (2990 x ep)
Power input to motor in KW = (Motor output) / (em)
Where
Q = in M3/hr.

Contractor Executive Engineer


111
H = in m. head plus losses in the pump and hydraulic system upto the
delivery pond.
EP = Overall pump efficiency at duty point
Em = Motor efficiency at duty point
The purchaser reserves the right to reject the motor if the efficiency of the motor at the duty point
and full load during test is less than the guaranteed value, even if the power input to motor is
within the guaranteed. Value.

No credit will be given during the evaluation of a quoted minimum guaranteed overall efficiency
at duly point in excess of 86% for the pumps.

The bidder shall note that the duty point indicated is only for the purpose of evaluation. The
bidder shall arrive at the KW rating of the motor such that the pump sets shall be capable of
meeting the head and discharge requirements.

18.2 PENALTY FOR SHORTFALL IN PERFORMANCE PUMP

For each KW differential in the actual motor input over the guaranteed motor input at duty point
indicated in the technical specifications (without any further tolerance), penalty will be levied at
Rs. 1,95,840/- per KW per pump set.

For this purpose the power input measured during performance test on the full size pump at the
employer’s site will be considered.
Should the performance test results deviate from the guaranteed values subject to the tolerances
indicated, the Contractor shall correct his equipment at no extra cost to the Engineer and repeat
the Performance tests within a reasonable period as agreed to by the Engineer. As regards the
power consumption, if the Contractor fails to meet the guaranteed values, the Engineer will levy a
penalty as indicated under this Clause. However, if the deviation in power consumption exceeds
5% of the guaranteed value or the Contractor is unable to meet the guarantee for items under
correction, the Engineer retains the option to reject the equipment in which case contractor shall
replace the entire equipment with one that meets the guaranteed values.

18.3 PERFORMANCE WITHIN MAINTENANCE PERIOD:


The purchaser reserves the right to carry out further test to check the performance and efficiency
of the plant at the end of maintenance period. Adjustments to the plant as may be considered part
of normal operating routine shall be carried out prior to these tests.

Should the results of such repeat tests carried out by the Purchaser indicate that performance
values deviate from Guaranteed value or the power consumption exceeds 1.0% of the guaranteed
value, then the contractor shall be given opportunity to take corrective measures and carry out
further test, all at his own expense. Should the test indicate performance and Power consumption
values below the guarantee value then a reduction in the contract price.

19.0 CAPITALIZATION OF LOSSES, POWER TRANSFORMER


The bidders shall note that the values assigned for capitalization of the losses are based on present
worth.

Contractor Executive Engineer


112
20.0 PENALTY FOR NON FULFILLMENT OF GUARANTEED LOOSES

The bidder should clearly indicate the guaranteed value in respect of under mentioned losses at
normal tap.

 No load loss at rated voltage and rated frequency.


 Total losses including auxiliary losses at rated output, rated voltage and rated
frequencies.
i) The guaranteed values of the losses will be compared with that of tested values and in
the event of tested values exceed former, the firm will be liable for penalty as directed
in contract data.

ii) In the event of measured losses exceeding the guaranteed loss penalty will be based as
per Clauses 24.2 upto 10% excess losses, the transformer manufactured will be
rejected.

iii) Guaranteed losses mentioned in the bid will be datum and proportionate loading /
deloading will be done for the difference.

iv) No load loss and load loss are reckoned at Rs. .. .. .. .. .. .. .. .. .. /- and Rs. .. .. .. … ..
.. .. /- respectively per KW.

v) The bidders shall note that the values assigned for capitalization of the losses are
based on present worth.

vi) Fraction of KW of loss will be rounded to nearest number and penalty of loading will
be done accordingly.

Contractor Executive Engineer


113
i) The Contractor shall abide by the above Implementation Schedule for the works& this shall be made a
part of the agreement.

ii) The Site possession date shall the issue of notice to proceed with the works.
iii) The Defects Liability Period is 5 years including Operation and maintenance period of the entire
work (both Part “A” & Part “B”).

iv) An insurance policy covering the total contract value shall be provided, which shallbe valid till
completion of maintenance period. As mentioned in Clause 13.
v) The period between Programme updates shall be 30 days.

vi) The language of the Contract Documents is English .


vii) The law which applies to the Contract is the laws of Union of India, applicable to Karnataka.
viii) The currency of the Contract is Indian Rupees.

ix) The proportion of payments retained towards security deposit shall be 6.50% from each bill.

x) The contractor is liable to pay penalty for delay as per Clauses of general condition of contract.(Adopted
version of KPWD form PWG-65).

Contractor Executive Engineer


114
SECTION -7

DETAILED TECHNICAL
SPECIFICATIONS

Contractor Executive Engineer


115
Part I , Materials
1.0 GENERAL
1.1 Scope
This part deals with the requirements of materials for use in permanent work with regard to quality,
testing, approval and storage, before they are used on work. This part is supplementary to Part-2:
workmanship and other parts of the Technical Specifications for civil works.
1.2 Standard
A high standard of quality is required for all materials used in permanent work. They shall be the best of
the kind obtainable indigenously in each case and shall be procured from manufacturers of repute in
order to ensure uniformity of quality and assurance of timely supply.
1.3 Approval and Tests
All materials to be used in permanent construction shall be subject to approval of the Engineer. The
Contractor shall apply sufficiently in advance with samples of the materials including the supporting test
results from the approved laboratory and other documentary evidence from the manufacturer wherever
applicable and indicating the types of materials and their respective sources. The delivery of materials
at site shall commence only after the approval of the quality, grading and sources of the materials.
The quality of all materials once approved shall be maintained throughout the period of construction
and periodical tests shall be carried out to ensure that it is maintained. Such routine tests shall be listed
under the different materials and/or as may be ordered by the Engineer from time to time.
Where a participate “Brand” or “Make” of material is specified in the Schedule of items or Technical
Specifications, such ‘Brand” or Make” of material alone shall be used on the work. Should it become
necessary for any reason such as non-availability, to use any material other than the specified “Brand”
or make, the contractor shall submit sample of the same to the Engineer for approval together with test
certificates and other documents necessary for examining and giving approval thereof. Should such
change or substitution of material subsequently approved result in use of material of price lower than
that of the material specified in the Schedule of items or Technical Specifications, the rates for the
appropriate items of work affected by the substitution shall be proportionately reduced. In case the
substitution results in use of material of price higher than that specified in the Schedule of items or
Technical Specifications, no upward revision of the rates will be allowed.
1.4 Codes
1.4.1 Unless mentioned otherwise, current versions of all codes specifications and standards issued by the
Bureau of Indian Standards and Indian Roads Congress shall be fully applicable to these specifications.
in the absence of appropriate publication by BIS or IRC, adaptable specification of the International
Organisation for Standardisation shall apply.
1.4.2 In case of any conflict in meaning between these specifications and those of BIS or IRC, the provisions
of these specifications shall prevail.
1.5 Rejection of Materials
1.5.1 Any material brought to site which, in the opinion of the Engineer is damaged, contaminated,
deteriorated or does not comply with the requirement of this specification, shall be rejected.
1.5.2 If the routing site tests or random site tests show that any of the materials, brought to site, do not
comply in any way with the requirements of this specifications, then that material shall be rejected.
1.5.3 The Contractor shall remove from site any and all such rejected material with the time specified by the
Engineer.

Contractor Executive Engineer


116
2.0 MATERIALS FOR CONCRETE
2.1 Aggregates
2.1.1 Aggregates shall comply with the requirements of IS ) 383, “Coarse and Fine Aggregates for Concrete”.
They shall b hard, strong, dense, durable, clean and free from veins and adherent coating, vegetable
matter and other deleterious substances; and shall be obtained from approved sources. Aggregates
shall not contain any harmful material such as pyrites, coat, lignite, shale or similar laminated material,
clay, alkali, soft fragments, sea shells and organic impurities in such quantity as to effect the strength or
durability of concrete. Aggregate which are chemically reactive with not sufficiently clean shall be
washed in clean fresh water to the satisfaction of the Engineer.
2.1.2 Testing
All aggregates shall be subject to inspection and testing. The Contractor shall submit samples for
testing as may be required by the Engineer. Sampling and testing shall be carried out in accordance
with IS:2386, “Methods of Test for Aggregates for concrete”.
2.1.3 Grading
The Contractor shall ensure that the full rang of aggregated used for making concrete is graded in such
a way as to ensure a dense workable mix. The delivery of aggregates will commence only when the
Engineer has approved the samples and the quality and grade shall be maintained consistent and
equal to the approved sample. Before construction commences, the Contractor shall carryout a series
of tests on the aggregates and on the concrete made there from to determine the most suitable grading
of the available aggregates. Once the most suitable grading has been found, the grading shall be
adopted for the construction of the works and periodically tests shall be carried out to ensure that it is
maintained.
2.1.3.1 Size and Grading of fine aggregates.
The grading shall conform to ISL 383 and shall be within the limits of Grading Zone III. The maximum
size of particle shall be 4.75mm and shall be graded down. Sand containing more than 10% of fine
grains passing through 76 mesh sieve or having the fineness modules less than 2 shall not be used for
concrete work.
2.1.3.2 Size and grading of coarse aggregates
The nominal maximum size of the aggregates for each work of concrete or each type of work shall
depend upon the description of the particular item in the Schedule of Items and/or according to relevant
clauses of IS:456. The aggregates shall be well-graded and the grading shall conform to relevant
requirements of IS:383 depending upon the maximum nominal size as specified or as required.
2.1.4 Storage & Stacking
Care shall be taken in the storage to avoid intrusion of any foreign materials into the aggregates and
where two types of aggregates are stored close to each other, they shall be separated by a wall or
plate. When stock piling care shall be taken to avoid forming pyramids resulting in segregation of
different sized materials. The height of the stacks shall be generally limited to 150 cm.
2.2 Fine Aggregate
2.2.1 General
All aggregates shall conform to IS:383-1970 and its latest and shall be processed as directed by the
Engineer-in-charge. Sand shall be natural sand from river bed and the maximum size shall be limited to
4.75 mm (3/16”). Fine aggregates will be tested by the Engineer-in-charge for their gradation, specific
gravity, water absorption, fines modules soundness.

Contractor Executive Engineer


117
2.2.2 Quality
a) Sand shall consist of hard, dense, durable and uncoated siliceous gritty materials. It shall be
free from injurious amount of dust, lumps, soft and flaky particles, shale, alkali, organic matter,
loam and other deleterious substances. The maximum Item rate of each of the deleterious
substances in sand as delivered to the mixer shall not exceed the following values:
Materials passing: IS:8
BSS No. 200 : 3.0 Percent by weight
Clay lumps : 1.0 Percent by weight
Cinders and clinkers : 0.5 Percent by weight
Mica : 2.0 Percent by weight
Total of all deleterious substances
Including alkali, mica coated gains,
Soft and flaky particles, loams etc. : 5.0 Percent by weight
b) Sand shall be free from injurious amount of organic impurities and sand producing a colour darker than
the standard in the calorimetric test for organic impurities shall be rejected.
2.2.3 Grading
a) Sand shall be well graded so as to impart good workability and good finishing. Sieve analysis of natural sand
shall conform to the following limits of gradation.

Item rate Passing for


IS Sieve
Grading Grading Zone
Designation Grading Zone I Grading Zone II
Zone III IV
10 mm 100 100 100 100
4.75 mm 90 - 100 90 -100 90 - 100 95 – 100
2.36 mm 60 - 95 75 - 100 85 - 100 95 – 100
1.18 mm 30 - 70 55 - 90 75 - 100 90 – 100
600 micron 15 - 34 35 - 59 60 - 79 80 – 100
300 micron 5 - 20 8 - 30 12 - 40 15 – 50
150 micron 0 - 10 0 - 10 0 - 10 0 - 15

The grading of fine aggregates, when determined as described in IS:2386 (Part I) – 1963 shall be within the
limits given in Table 4 of IS:383 and shall be described as fine aggregates. Grading zones I, II, III and IV.
Where the grading falls outside the limits of any particular grading zone of sieves other than 600 micron IS
sieve by a total amount not exceeding 5%, it shall be regarded as falling within the grading zone. This
tolerance shall not applied to Item rate passing the 600 micron IS. Sieve or to Item rate passing any
other sieve size on the coarse limit of Grading zone I or the finer limit of Grading Zone IV.
2.2.4 Storage
All sand shall be stored on the site of work in such a manner as to prevent intrusion of foreign matter.
2.3Coarse Aggregate
2.3.1 General
a) Coarse aggregate for concrete shall consist of clean, hard, dense, free from vegetation and durable,
crushed metal or gravel. Predominantly flaky aggregates shall not be used. All coarse aggregate shall
be washed and/or screened by the contractor if required. The Item rate of deleterious substance in
coarse aggregate shall not exceed the following values.

Fine aggregate Item Coarse aggregate


Sl. Deleterious Method of rate by weight Item rate by weight
No. substance test maximum maximum
Uncrushed Crushed Uncrushed Crushed
1 2 3 4 5 6 7
i. Coal & Lignite IS:2386 1.00 1.00 1.00 1.00
Contractor Executive Engineer
118
(Part II) 1963
Clay lumps IS:2386 1.00 1.00 1.00 1.00
ii.
(Part II) 1963
Materials finer than IS:2386 3.00 - 3.00 3.00
iii.
75-/1 IS Sieve (Part I) 1963
Soft fragments IS:2386 (Part - - 3.00 -
iv.
II) 1963
Shale IS:2386 (Part 1.00 - - -
v.
II) 1963
1 2 3 4 5 6 7
vi. Total Item rate of
all deleterious
materials (except
mica) including Sl.
5.00 - 5.00 5.00
No. i to v for Col. 4,
6, 7 and Sl. No. 1
and 2 for columns 5
only

b) The sum of the Item rate of all the deleterious substances shall, however, not exceed 5 percent by
weight. The coarse aggregate shall satisfy abrasion, soundness, crushing and alkali aggregate
reactivity test and water absorption results as laid down in IS:383-1970 and other relevant Indian
standard specifications.
2.3.2 Grading
a) Coarse aggregate shall be well graded and shall have a maximum size of 20 mm.
b) The gradation shall give a dense concrete of the specified strength and consistency that will work
readily in to position without segregation and without the use of any excessive water content.
c) The grading of coarse aggregate shall be in the nominal size as mentioned in Table – II of IS:383 – 1979
reproduced below:
I.S Sieve Designation Passing for graded
80.00 mm -
63.00 mm -
40.00 mm 100
20.00 mm 95 – 100
16.00 mm -
12.50 mm -
10.00 mm 25 – 55
4.75 mm 0 – 10
2.36 mm -

However, exact gradation required to produce a dense concrete of specified strength and desired
workability shall be decided by the Engineer-in-charge.
d) The aggregate should be collected in separate stock piles for the gradation 20 to 10 mm and down
size. Testing for gradation and batching will be carried out only when the collection is done in the above
manner.
2.3.3 Storage
a) Aggregate shall be stacked in such a way as to prevent the admixture of foreign materials such as soil,
vegetable matter etc. Heaps of fine and coarse aggregates shall be kept separate. When different sizes
of fine or coarse aggregates are procured separately, they shall be stored in separate stock piles,

Contractor Executive Engineer


119
sufficiently away from each other to prevent the materials at the edge of the piles from getting
intermixed.
b) The aggregate shall be stock-piled adjacent to the mixer site so as to require minimum re handling and
labour when conveyed to the mixer.
c) The aggregates shall be placed on a dry hard patch of ground if available otherwise a platform of
planks or plain galvanized iron sheets or alternatively on a floor of dry bricks or a thin layer of lean
concrete.
d) The aggregates shall be kept free from getting dirty by people through rubbish like papers, vegetable
matter and bidi etc.
e) To minimize moisture variations, the stock-pile shall be as large in area as possible but low and fairly
uniform in height preferably 1.25 to 1.50 meter and the lowest layer of about 30 cms. shall be allowed
act as drainage layer and not used till the end. Generally not less than 10 day’s requirement shall be
stock piled.
2.4 Cement
Ordinary Portland cement complying with the requirements of IS:269 and for 43 grade cement shall be
used for making plain and reinforced concrete cement grout and mortar. Other types of cement may be
used depending upon the requirements of certain jobs with the approval of the Engineer. These shall
conform to the following standards.
Portland Pozolana Cement IS: 148
Portland Blast Furnace slag cement IS: 45
Rapid Hardening Portland cement IS: 804
High Strength Ordinary Portland cement IS: 811
Hydrophobic cement IS: 804
2.4.1 Testing of samples
The Contractor shall supply a copy of the manufacturer’s test certificate for each consignment of
cement supplied by him and consignments shall be used on work in the order of delivery. The
contractor shall supply samples of cement to the Engineer a frequently as he may require for testing.
The sampling of cement for testing shall be according to IS: 3535. All tests shall be in accordance with
the relevant clauses of IS:4031 & IS : 4032.
2.4.2 Contractor’s responsibility
From the time that a consignment of cement is delivered at site and tested and approved by the
Engineer until such time as the cement is used on the works, the Contractor shall be responsible for
keeping the same in sound and accepting condition. Any cement which deteriorates while in the
Contractor’s charge and is rejected as unsuitable by the Engineer shall be removed from the site and
outside the limits of work within two days of ordering such removal by the Engineer.
2.4.3 Stock of cement
In order to ensure due progress, the Contractor shall at all times maintain on the site at least such stock
of cement as the Engineer may from time to time consider necessary. No cement shall be used upon
the works until it has been accepted as satisfactory by the Engineer.
2.4.4 Storage of Cement
The cement shall be stored in such manner as to permit easy access for proper inspection and in a
suitable weather tight, well ventilated building to protect it from dampness caused by ingress of
moisture from any source. Different types of cement shall be stored separately. Cement bags shall be
stacked at least 15 to 20 cm clear of the floor bearing a space of 60 cm around the exterior walls. The
cement shall not be stacked more than 10 bags high. Each consignment of cement shall be stacked
separately to permit easy access for inspection.

Contractor Executive Engineer


120
2.5 Water
Water used for mixing concrete and mortar and for curing shall be clean and free from injurious
amounts of oil, acid, alkali, salts, sugar, organic materials or other substances that may be deleterious
to concrete or steel. The pH value of water shall generally be not less than ‘6’. Water has to meet the
requirements mentioned in clause 4.3 to IS: 456. Water shall be obtained from an approved source.
Where it is obtained from a source other than a supply main, it shall be tested to establish its suitability.
Reality of water shall be as per IS 456 – 2000
Organic 0.02%
Inorganic 0.3%
Sulphate 0.04%
Alkaline content 0.2%
Suspended matter 0.2%
pH value 6 - 8
2.6 Admixture for concrete
2.6.1 Approval
Admixtures to concrete shall not be used without the written consent of the Engineer. When permitted,
the Contractor shall furnish full details from the manufacturer and shall carryout such test as the
Engineer may require before any admixture is used in the work.
2.6.2 Usage
Admixtures may be sued to modify one or more of the following properties of FRESH CONCRETE.
To increase workability without increasing water content or to decrease the water content at the same
workability.
To retard or accelerate both initial and final setting times.
To reduce or prevent settlement.
To create slight expansion in concrete and mortar.
To modify the rate or capacity for bleeding or both.
To reduce segregation of concrete mortars & grouts.
To improve penetration and or pump ability of concrete, mortars and grouts.
To reduce rate of slump loss.
2.6.3 Admixtures may also be used to modify one or more of the following properties of CONCRETE.
a. To retard or reduce heat generation during early hardening.
b. To accelerate the rate of strength development.
c. To increase the strength of concrete of mortar (compressive, tensile or flexural).
a. To increase the durability or resistance to severe conditions of exposure including the
application deicing salts.
d. To decrease the capillary flow of water.
e. To decrease the permeability of liquids.
f. To control the expansion caused by the reaction of alkalies with certain aggregation
constituents.
g. To produce cellular concrete.
h. To increase the bond of concrete to steel reinforcement.

Contractor Executive Engineer


121
i. To increase the bond between old and new concrete.
j. To improve impact resistance and abrasion resistance.
k. To inhibit the corrosion of embedded metal.
l. To produce coloured concrete or mortar.
While modifying any particular property, care shall be taken to ensure that other properties are not
affected adversely.
2.6.4 Types
2.6.4.1 Integral water proffer
Admixtures used as integral water proffer shall be free of chlorides and sulphates and shall conform to
IS: 2645. The application and dozes shall be as per manufacturer’s specification.
2.6.5 General
2.6.5.1 Suitable remedial measures as recommended by the manufacturers and approved by the Engineer
shall be taken to eliminate any disadvantages arising from the mix of admixtures.

2.6.5.2 While using the admixtures the maximum amount of chloride and sulphate expressed either in Item
rate of cement or concrete shall not exceed the limit as specified in the relevant I.S. codes.
2.7 Interval of Routine Test
2.7.1 The routine tests of materials, delivered at site, shall be at the following intervals.
Aggregates - Fortnightly or for every 200 m3 for each aggregate which ever is earlier.
Cement - Fortnightly or for each consignment, within 4 days of Delivery.
Water - Once in two months for each source of supply.
Reinforcement - For each consignment within 4 days of delivery.
3.0 STEEL
3.1 For Reinforcement
Reinforcement bars for concrete shall be round steel bars of the following types as may be shown on
the drawing:
i.Plain mild steel bars conforming to Grade-I of IS : 432 “Mild Steel and Medium
Tensile Steel and Hard Drawn Steel wire for Concrete Reinforcement”.
ii. High yield strength deformed bars conforming to IS: 1786 “Cold WorkedSteel High
Strength Deformed Bars for Concrete Reinforcement.”
All reinforcement bars shall be of uniform cross sectional area and be free from loose mill scales, dust
loose rust, coats of paint, oil or other coatings which may destroy or reduce bond. The details of IS for
reference are;
IS 226 – 1975
IS 280 – 1978
IS 432 – 1966
IS 814 – 1974
IS 1139 – 1966
IS 1278 – 1972
IS 1484 – 1970
IS 1531 – 1972
IS 1511 – 1971
IS 1608 – 1972

Contractor Executive Engineer


122
IS 1786 – 1985
IS 2502 – 1968
IS 2751 – 1974
IS 5575 – 1969
IS 1417 – 1979
3.2 For binding wire
Binding wire for reinforcement shall be annealed steel wire 18-20 BWG or not less than 0.9mm
diameter conforming to IS : 280 “Specification for mild steel wire”.
3.3 For light structural work and inserts.
Steel for light structural work and for preparation of inserts and embedments shall conform to IS : 2062
– “Specification for Structural Steel” (Standard quality).
3.4 Steel Tubes
Steel tubes for use in light structural work and inserts shall be of light or medium class (as may be
specified on drawings or the schedule of items) and of grade YST 25 conforming IS:1161-
“Specification for Steel Tubes for Structural Purposes”.
3.5 Foundation Bolts
3.5.1 Bolts to be embedded in concrete shall, unless otherwise detailed in drawings, conform to IS:5624 –
“Specification for Foundation Bolts”. Material for bolts, shall, unless otherwise mentioned on drawings
or the schedule of items, be of mild steel conforming to IS: 2062.
3.5.2 Nuts and locknuts shall conform to IS: 1363 – “Specification for Black Hexagon Bolts, Nuts and Lock
Nuts (diameter 6-39mm) an black Hexagon Screws (diameter 6-24 mm)” and Black Hexagon Screws
(diameter 6-24mm) and to IS : 3138 – “Specification for Hexagon Bolts and Nuts (M-42 to M-150)”.
3.5.3 Plain washers shall conform to IS: 2016 – “Specification for Plain Washers and spring washers shall
conform to IS: 3063 “Spring washers for Bolts Nuts and Screws.”
3.6 Steel Tubes for Non-structural Use
3.6.1 Steel tubes for non-structural use shall conform to IS: 1239 (Part-I) “Specification for Mild steel Tubes,
Tabular and other Wrought Steel Fittings, Part – 1 : Mild Steel Tubes”.
3.6.2 Fittings for steel tubes used for non structural purposes shall conform to IS: 1239 (Part – II)
“Specification for Mild Steel Tubular and Other Wrought Steel Pipe Fittings”.
3.7 Threaded Fasteners
Bolts and nuts for fastening shall conform to IS: 1367 “Technical Supply Conditions for Threaded
Fasteners”.
3.8 Testing
Test certificates from manufacturer shall be submitted for each consignment. Any additional test which
the Engine may require shall be done according to the relevant IS.
3.9 Conduits
3.9.1 Steel for electrical wiring
Rigid steel conduits for electrical use shall conform to IS 1653 for rigid pipes and to IS: 3480 for flexible
conduits. Fittings for conduits shall conform to IS: 2667.
All conduit pipes shall be finished with galvanized or stove-enamelled surface. All accessories shall be
of threaded type and pipes shall be jointed by means of screwed couples only. Bend in conduits shall
be made to the dimension shown in drawing, but a minimum of 12 times the diameter. Where shown in
drawing they shall be treated with anticorrosive preservatives as specified.

Contractor Executive Engineer


123
3.9.2 Non-metallic for electrical wiring
Non-metallic conduits for electrical use shall conform to IS: 2509 for rigid pipes and to IS:6946 for
flexible pipes. Fittings shall conform to IS:3419.
Bends shall be achieved by bending the pipe by inserting suitable solid or inspection type normal
bends, elbows or similar fittings.
4.0 BRICK AND STONES
4.1 Bricks
Bricks for masonry in foundation, walls and other locations shall be common burnt clay building bricks
having minimum crushing strength of 50 kg/Cm2, or such other strength as may be described in the
Schedule of items when tested in accordance with IS: 1077 – “Common Burnt Clay building bricks”.
They shall be sound, hard and thoroughly well burnt but not over-burnt, with uniform size having
rectangular faces with parallel sides and sharp straight right angled edges and be of uniform colour with
find compact uniform texture. Bricks shall be of uniform deep red cherry or copper colour. They shall be
free from flaws, cracks and nodules of free lime. Water absorption after 24 hours immersion in cold
water shall be not more than 20% by weight. They shall not absorb more than 10% by weight of water
of water after immersion for six hours. They shall emit a clear metallic ringing sound when struck by a
mallet and shall not break when dropped on their face, from a height of 60cm. Fractured surface shall
show homogenous, fine grained uniform texture, free from cracks, air holes, laminations, grits, lumps of
lime, free from cracks, air holes, laminations, grits, lumps of lime, efflorescence or any other defect
which may impair their strength, durability, appearance and usefulness for the purpose intended. Under
burnt or vitrified bricks shall not be used. Samples of bricks brought to the site shall be tested
periodically for compression and other tests according to IS: 3495, Parts – I, II & III – “Method of Test
for Burnt Clay Building Rocks”.
4.2 Handling
Bricks shall be unloaded by hand and carefully stacked and all broken bricks shall be removed from the
site.
4.3 Samples and inspection
Representative samples shall be submitted by the Contractor and approved samples retained by the
Engineer for comparison and future reference. Bricks shall be obtained from approved manufacturer.
All bricks shall be subjected to inspection on the site and shall be the approval of the Engineer who
may reject such consignment as are considered by him to be inferior to the quality specified. The
Contractor shall provide all labour and plant required for the inspection and conduct such test as shall
be required by the Engineer without additional charges.
4.4 Stones
4.4.1 Stones used shall be strong, durable, dense, compact, close grained, homogeneous, fire resistant and
shall be obtained from sources approved by Engineer. Stones shall additionally be hard, sound free
from cracks, decay and other flaws or weathering and shall be easily workable. Stones with round
surfaces shall not be made use of.
4.4.2 Stones shall have a crushing strength of not less than 200 Kg/Cm2. Stones with lesser crushing
strength may be used in works with prior approval of the Engineer. Stones shall be non-porous and
when tested in accordance with IS: 1124- “Method of test for Determination of water Absorption Etc.,”
shall show water absorption of less than 5% of its dry weight when soaked in water for 24 hours. Tests
for durability and weathering shall be done in accordance with IS: 1126 and IS:1125 respectively. The
working of stones to required sizes and their dressing shall be as per IS:1127 – recommendations for
dimensions and workmanship of natural building stones for Masonry work and IS:1129 – Dressing of
Natural Building Stones. Stones especially lime stones and sand stones shall be well seasoned by
exposure to air before use in construction works.
Contractor Executive Engineer
124
4.4.3 Size
Normally stones shall be of size that could be lifted and placed by hand, between 20 to 30 kg per piece.
The length of stones shall not exceed 3 times the height and the breadth on base shall not be greater
than ¾ of the thickness of wall nor less than 15 cm. The height of stone may be upto 30 cm.
4.4.4 Dressing
Stones shall be hammer dressed on the face, the sides, and the beds to enable it to come into close
proximity with the neighbouring stone. The bushings in the face shall not project more than 4 cm on all
exposed faces and 1 cm on a face to be plastered.
4.5 Cement, Lime and water
Cement, lime and water shall conform to the specification this series under the section- ‘Concrete’.
4.6 Sand for masonry mortar
Sand for masonry mortars shall be natural sand, crushed stone sand or crushed gravel and shall
comply with IS:2116 – “Standard for masonry Mortars”. The maximum size of sand particle for brick
work shall be 2.5 mm and for rubble masonry 4.75 mm.
4.7 Sand for plastering
Sand for use in mortars for internal wall, ceiling and external plastering and rendering shall conform to
‘A’ grade of IS: 1542 – “Sand for Plastering”. The maximum size of sand particle shall be 1.2mm.
5.0 MATERIALS FOR FLOORING & PAVING
5.1 Cement and Binders
5.1.1 Cement, fine aggregates, reinforcement and water used shall comply with the requirements of concrete in
series.
5.1.2 Lime
Lime wherever specified for mortar shall conform to IS: 712.
5.1.3 Water
Water for construction shall be clean, soft, free from loam, salt and organic materials. Hard water shall
not be used.
5.2 Aggregates
5.2.1 Coarse aggregate shall conform to the requirements of his series.
5.2.2 For granolithic floor the screened bed shall comprise of aggregates size 15mm and down graded and
topping shall comprise of clean fine stone chips, size 4mm and down. For concrete floor with hardener
treatment the topping shall comprise of stone chips, size 6mm and down and for in-situ terrazzo
flooring. Chips shall be within sizes 12mm to 6 mm graded. The marble chips for topping of terrazzo
floor shall be of 3-6mm size and shall conform to grade –I of IS: 2114 “CP for laying in-situ terrazzo
floor finish”.
5.2.3 Rubble
Rubble of approved quality shall be used and shall be clean and free from dirt. The loose and
weathered sections shall be removed before use. Rubble used as hard core shall have at least lateral
dimension (thickness) between 100mm and 225mm, depending on the thickness of hardcore.
5.3 Tiles
5.3.1 Precast concrete tiles
The precast concrete tiles shall conform to IS: 1237 “Cement Concrete Flooring Tiles”. It may be plain,
Chequered, gray or coloured and of sizes and thickness as specified in schedule of items. The

Contractor Executive Engineer


125
chequered tiles shall have chequers not less than 2.5 cm c/c and not more than 5 cm c/c, depth of
grooves shall not be less than 5 mm and shall be uniform and straight.
5.3.2 Terrazzo Tiles
Terrazzo tiles shall be machine made under a minimum pressure of 140 kg/cm2. It shall have a
minimum total thickness of 20mm including a minimum of 6mm thick topping. It shall be of size, texture,
colour, shade and pattern as specified in schedule of items and as approved by the Engineer.
5.3.3 White Glazed Tile
White glazed tiles shall be of approved manufacture and quality and shall conform to IS: 777 –
“Glazed Earthenware Tiles”. They shall be true in shape, free from hair cracks, glazing spot, chipped edges
and corners and surface shall be perfectly flat without warps and of uniform colour. The top surface shall be
glazed either gloss or matt as specified. The tiles shall be 150mm x 150mm or 100mm x100mm size or as
specified in schedule of items and shall not be less than 6mm thick or as specified. The tolerance on facial
dimensions value shall be plus or minus 1.0 and plus or minus 0.5mm on thickness. The specials such as
covers, internal and external angles, beads, cornices and their corner pieces shall be of specified sizes and
of thickness not less than the thickness of tiles.
5.3.4 Coloured tiles
Only glaze shall be coloured as specified. The size and specification of tiles shall be same as for the
white glazed tiles.
5.3.5 Chemical resistant tiles
The Chemical resistant tiles as specified in schedule of items shall be of best indigenous manufacture
and shall be resistant to chemicals described in schedule of items. The tiles shall have straight edges,
uniform thickness, plain surface and uniform non-fading colour and texture.
5.4 Natural Stones
5.4.1 Natural stone slabs and tiles
The natural stone slabs shall be from selected quarry stock as specified in schedule of items which are
hard, sound dense and of homogenous texture free from cracks, decay weathering and flaws. They
should be hand or machine cut to the requisite thickness, size and be of colour indicated in schedule of
items/drawing. Unless otherwise specified the slabs shall be minimum 300 mm x 300mm and 20mm
thickness and tolerance of plus or minus 5mm in dimension and plus or minus 2mm in thickness will be
allowed. The stone slabs shall be brought from specific region at mentioned in the schedule of items
and of specific quality with top surfaces finished smooth. All sides shall be finished chisel dressed to
the full depth to allow finest possible joint.
5.4.2 Acid resistant natural stone tile
Acid resistant natural stone tiles shall be obtained from natural stone of selected quality. In addition to
special requirement they shall satisfy the following:
I) Chemical composition SiO2 - not less than 70%
ii) Total porosity - Less than 18%
iii) Water absorption - less than 6%
6.0 TIMBER
6.1 General
All timber used for permanent works shall be new. It shall be well seasoned by a suitable process
conforming to IS:”1141 before being planned to the required sizes. It shall be sound, straight, free from
sap, radial cracks, decay, fungal growth, boxed heart, pitch pockets, borer holes, splits, loose knots
flaws or any other defects and shall show a clean surface when cut. Timber shall conform to the
requirements to IS: 1003. The finished components shall be given suitable preservative treatment
wherever necessary.

Contractor Executive Engineer


126
6.2 Country Wood
Country wood shall be belonging to the species to trade names as described in the Schedule of items
or drawing or otherwise directed by the Engineer. It shall be the best procurable.
6.3 Storage and inspection
Timber shall be carefully stored and be subject to inspection on site, piece by piece. The Engineer may
reject such pieces as are considered by him not of the quality or meeting the requirements specified
herein.
6.3.1 Moisture Content
Timber shall be accepted as well seasoned if its moisture content does not exceed the permissible limit
as per IS : 287.
6.4 Allowance of Bulk Timber
For bulk timber an allowance on the scanting specified 2% above or below the specified dimensions
will be allowed.
6.5 Flush Door Shutters, Shelves
Flush door shutters, shall be wooden, solid core or cellular and hollow core type, as may be shown in
drawing o described in the Schedule of items or directed by Engineer. They shall be obtained from an
approved source of manufacture covered on face with commercial ply, wood, veneer or other finish as
may be necessary. Solid core shutters shall conform to IS 2202 and cellular or hollow core shutters to
IS : 2191. The resin used shall be phenol formaldehyde. A full size sample door shall be offered for
inspection and approval.
7.0 FITTINGS FOR DOORS, WINDOWS, ETC.,
7.1 General
Fittings shall be of iron, brass, aluminium or as specified. These shall be well made, reasonably smooth
and free from sharp edges, corners, flaws and other defects. Screw holes shall be countersunk to suit
the head of specified wood screws. All hinge pins shall be of steel and their riveted heads shall be well
formed.
Iron fittings shall be finished bright or black enameled or copper oxidised or painted as specified. Brass
fittings shall be finished bright (brass), oxidised or chromium plated (electroplated) and aluminium
fittings shall be finished bright or anodised or as specified. Fittings shall be got approved by the
Engineer before fixing. Screws used for fittings shall be of the same metal and finish as the fittings.
However anodised cadmium/chromium plated brass screws of approved quality shall be used for fixing
aluminium fittings. In case of renewal works, the new fittings shall as far as possible, match with the
existing ones. Screws shall be driven home with screw driver and not hammered in.
7.2 Mortice Lock
Mortice lock with latch and pair of lever handles shall have steel casing and brass bolts and shall be
right or left handed as shown in the drawing or as directed by the Engineer. It shall be of the best Indian
make of approved quality and shall conform to IS: 2209. The shape and pattern shall be approved by
the Engineer. The size of the lock shall be determined by its length. The lock for single leaf door shall
have plain face and that for double leaf door a rebated face lever handles with springs shall be
mounted on plated and shall weigh not less than 0.5 Kg per pair. These shall be of brass, finished
bright chromium plated or oxidized.
7.3 Floor Door Stopper
This shall be made of cast brass and shall have a rubber cushion. The type and pattern will be as
approved by the Engineer.

Contractor Executive Engineer


127
8.0 METAL DOORS, WINDOWS, VENTILATORS AND ROLLING SHUTTERS
8.1 General
Materials used in the fabrication of doors, windows and ventilators shall be the best procurable and
conforming go relevant Indian Standards.
8.2 Steel Doors, Windows and Ventilators
Steel sections used for fabrications of doors, windows and ventilators shall be standard rolled steel
sections specified in IS: 1038, IS:1977, IS: 1361 or IS: 7452 as appropriate or as specified in drawing
and schedule of items. Rivets shall conform to IS: 1148.
8.3 Steel rolling shutters, Rolling Grills
These shall conform to IS: 6248.
8.4 M.S. Bolts etc.,
M.S. bolts, nuts screws, washers, peg stays and other mild steel fittings shall be treated for corrosion as
recommended by the relevant Indian Standards. Putty for glazing shall conform to IS: 419. Glass panes
and glazing shall conform to the specification detailed under this series.
8.5 Hardware and fixtures shall be as specified in the drawings or Schedule of Items. All hardware
and fixtures shall be able to withstand repeated use. Door closers shall be suitable for doors weighing
61-80 Kg, unless otherwise stated. Each closer shall be guaranteed against manufacturing defect for
one year and any defect found within this period shall be rectified or the closer replaced free of charge.
Concealed door closers shall be either floor mounted or transom mounted, suitable for installation with
metal doors. It shall conform to the performance requirements and endurance test stated in IS: 3564 –
Appendix –A.
8.6 The mastic for caulking shall be of best quality from a manufacturer approved bythe Engineer. In
general, the mastic for fixing of metal frames shall conform to IS: 1081 and/or as approved by the
Engineer.
9.0 GLASS
9.1 General
Plain, ground, frosted or rough cast wired glass shall be used as shown on the drawing or as specified
in the Schedule of Items. It shall be procured from a reputed source of manufacture such as Hindustan
Pilkington Glass Works Limited and be of the best quality. All glass panes shall be free from flaws,
cracks, specks, bubbles, blemishes and shall not weigh less than 7.5 kg per sq.m. unless otherwise,
specified. The tolerance of glass panes in length and width shall be plus or minus 2 mm. All panes shall
have perfectly squared comers and straight edges.
9.2 Plain Transparent Glass
Plain transparent glass for glazing and framing shall conform IS:.1761. It shall be free from flaws,
specks, bubbles or distortions.
9.3 Thickness
Glass shall have the following thickness, unless otherwise stated in the Schedule of items or drawings:
Upto 60 cms x 60 cms - 3 mm
-do- of larger size - 4 mm
Plate glass for doors - 5.5 mm
9.4 Inspection
All glass shall be subject to inspection on the site. Glass found to suffer from defects shall be rejected.
Samples submitted for inspection shall be selected so as to be representative of the consignment.

Contractor Executive Engineer


128
10.0 PAINTS
10.1 General
All paints, varnishes, distemper or other surface coating materials shall be of approved quality
conforming to the appropriate Indian Standard, wherever such standard is available, and be obtained
from a manufacturer of repute. Under no circumstances shall the paint be diluted with Linseed oil or
otherwise.
10.2 Sampling and Testing
The Engineer may, -at his discretion, require samples of paint to be tested. In such cases testing will be
according to IS: 101.
10.3 Storage
Paints, primers, distempers and varnishes shall be delivered in sealed containers. They shall be stored
in cool dry condition to the satisfaction of the Engineer.
10.4 Paints for Priming
Ready mixed paints for priming coats of steel and iron work shall comply with IS: 2074 – “Ready Mixed
Paint", "Red Oxide Zinc Chrome Priming”.
10.5 Finishing Coats
Ready mixed oil gloss paint where specified shall comply with .IS: 129 "Ready Mixed Paint”, Brushing,
Finishing Semi- gloss, for General Purpose to IS Colours. Aluminium paints where specified on the
drawings or ordered by Engineer shall comply with IS: 2339. "Aluminium Paint for General Purposes in
Duel Containers”. Plastic Emulsion paint where specified for plastered surfaces of masonry and
concrete work shall comply with IS: 5411 (Part -I) and (Part -II) for Interior use and exterior use
respectively.
10.6 Cement Paint
Cement paint shall comply with IS: 5410 and shall be of approved brand and manufacture. The shade
shall be approved by the Engineer before its application.
10.7 Distemper
Dry/Oil bound distemper of approved brand and manufacture shall be used. The shade shall be
approved by the Engineer before application of the distemper.
11.0 WATER PROOFING MATERIALS
11.1 Integral cement waterproofing compounds
Integral cement waterproofing compound i.e. admixture for waterproofing purposes shall fully comply
with the requirements of IS: 2645. Properties like permeability, setting time, compressive strength shall
be in accordance with the requirements of this code when tested as per procedure laid therein. Calcium
chloride content of the product used shall be made known to Engineer before use.
11.2 Bitumen
The bitumen bonding material for waterproofing shall conform to the requirements laid down in IS: 702,
or IS: 73 or IS: 217 or IS: 454 depending upon whether industrial bitumen, paving bitumen or cutback
bitumen is used. For selecting the particular type and grade of bitumen to be used the relevant item in
Schedule of items shall be referred to.
11.3 Bitumen Primer
Bitumen primer used for application to concrete and masonry surfaces along with bitumen for the
purpose of waterproofing shall conform to requirements given in IS: 3381 and pass tests in accordance
with the procedure laid down in appropriate IS mentioned in Table – 1 of IS: 3384. Bitumen primer
should be free from water and shall preferably be made from the same grade of bitumen as used in
bonding.

Contractor Executive Engineer


129
12.0 DRAINAGE & SANITATION (INTERNAL)
12.1 General
All materials, pipes, specials, fittings, fixtures etc., to be used in the works shall be of best quality and
class specified in relevant IS Code. Where specified these shall be of specified manufacture and quality
and shall be procured from manufacturer or their accredited stockiest and be marked with
manufacturers' names and trade mark. Contractor shall submit to the Engineer samples of all materials,
pipes, specials, fittings fixtures for approval before use in the works. Such approved samples shall be
retained by the Engineer until completion of works. Pipes and specials may be any or combination of
following types:
i) PVC Pipes
ii) Stone Ware Pipes I
iii) HCI Pipes for soil waste & Ventilation
iv) AC Pipes for rain water
v) R.C.C Pipes
vi) High density PVC pipes and fittings

12.2 PVC Waste Pipe


This shall conform to relevant IS unless otherwise specified.
12.3 Stoneware Pipes & Fittings
All stoneware pipes, bends, gully traps and sewer traps shall be of the best salt glazed variety inside
and outside, hard burnt dark grey colour, perfectly sound, free from fire cracks and imperfection of
glaze, truly circular in cross section, perfectly straight, of standard nominal length and depth of socket
and barrel. These shall be of approved manufacture and shall be of approved with the requirement of
IS: 651.
12.4 HCI Pipe
All soil waste and vent pipes and fittings used in the work shall be of cast iron and shall conform to IS:
1729. The pipes shall have spigot and socket ends, with bead on spigot end and shall be with or
without ears. The pipes shall be free from cracks and other flaws. The interior of the pipe and fittings
shall be clean and smooth; painted inside and outside with PR Angas smiths solution or other anti-
corrosive paint.
The standard weights and thickness of pipe shall comply with the requirements of IS: 1729. The
tolerance on wall thickness and weight shall be minus 15 percent and minus 10 percent respectively.
Pipes weighing more than the nominal weight given below may be accepted provided they comply in
every other respect.

Weight per piece in Kg. Excld. Ears

Normal Size Overall length


1500 mm1800 mm 2000 mm
50 9.56 11.41 12.65
75 13.83 16.52 18.37
100 18.14 21.67 24.15
150 26.70 31.92 35.66
Specials and Fittings shall include bends, offsets, branches of various types, junctions etc., as required
for the work which shall be provided according to drawings and directions of the Engineer.
The specials and fittings shall be provided with access doors where so specified or directed by the
Engineer. The access door fittings shall be of proper design so as not to form cavities in which the filth
may accumulate. Doors shall be provided with 3 mm thick rubber insertion packing, and when closed

Contractor Executive Engineer


130
and bolted they shall be water tight. The access doors shall have MS studs and bolts or screws or bolts
and nuts.
12.5 Indian Pattern W.C.
These shall be of Hindustan Sanitary Ware make' A' class or equivalent approved Indian make and
quality. Unless otherwise specified these shall comprise of:
a) White glazed earthenware WC pan back entry type.
b) White glazed earthenware ‘P' or 'S' trap with or without vent.
c) 12.5 litres or approved make mosquito proof M.S.high level flushing cistern with valve less
siphon. 15 mm ball cock galvanized iron chain with handle, cast iron brackets with wall plugs,
brass unions and couplings for flush pipe, 20 mm dia overflow PVC pipe with mosquito proof
rover etc.,
d) 32 mm dia GI telescopic/l40 mm C.D high density PVC flush
pipe with holder bat clamps.
e) One pair of white, glazed earthen ware foot rest in cement
f) 15 mm PVC connection pipe with brass couplings at both ends and
15 mm brass stop cock.
12.6 Wash Hand basin
These shall be of Hindustan Sanitary ware make 'A' class or equivalent approved Indian make and
quality. Unless otherwise specified these shall comprise of :-
a) White glazed earthenware basin with 2 Nos. Concealed Cast Iron Brackets with wan plugs.
b) 1 no. 15 mm C.P. brass pillar taps.
c) 32 mm C.P. brass waste fittings, C.P. brass chain and rubber plug
d) 32 mm PVC waste pipe with brass couplings/32 mm C.P. bottle trap.
e) 15 mm PVC connection pipes with brass couplings and 15 mm brass stop cock.
12.7 Flat Back Lipped Urinal.
These shall be of 'Hindustan Sanitary ware' or equivalent approved Indian make and quality. Unless
otherwise specified these shall comprise of:-
a) White glazed earthenware urinal basin back type.
b) CI/M.S mosquito proof high level automatic flushing cistern of capacity as specified .in the
Schedule of Quantities with all accessories, cast iron brackets with wall plugs, brass unions and
coupling for flush pipe, 20 mm dia overflow pipe. With mosquito proof cover.
c) 25 mm dia GI flush pipe ,and spreaders with wall clips and brackets.
d) 15 mm PVC connection pipe with brass couplings joint at both ends and 15 mm
brass stop cock.
e) 32 mm C.P. brass outlets complete with PVC waste.
12.8 Gully Trap
Each gully trap shall have one C.I. granting 150mm x 150mm and one water tight precast R.C. cover
300 x 300 x 40 mm thick with 1:1-½:3 mix concrete (one cement: one and half sand: 3 stone chips
20mm down) including neat cement finish.
Other miscellaneous items such as Mirror frame, glass shelf, towel rail, toilet paper holder, soap
container CP flush valves for WC/ urinals shall be of approved make and before installation checked by
the engineer/ client.

Contractor Executive Engineer


131
13.0 WATER SUPPLY & PLUMBING (INTERNAL)
13.1 General
This section deals with the specification of material for pipes, fittings, fixtures etc., to be used in water
supply works.
All materials, pipes, fittings, fixtures to be used in the works shall be of the best quality of the class
specified in relevant IS Code. Where specified these shall be of specific manufacture and quality and
shall be procured from the manufacturer or their accredited stockiest and be marked with
manufacturers name and trade marks. The Contractor shall submit to the Engineer samples of all pipes,
fittings, fixtures for approval before being used in the works. Such approved samples shall be retained
by the Engineer until completion of works.
Pipes and pipe fittings may be of any or combination of following types:
i) Wrought iron galvanized pipes
ii) PVC pipes
iii) Cast iron pipes
iv) Asbestos cement pipes
13.2 Galvanised Iron pipes and fittings
Generally pipes for installation in buildings shall be medium quality malleable steel galvanized pipe ‘B’
class for cold water supply and ‘C’ class for hot water supply, having threaded ends with socket at one
end.
The details of standard pipes and sockets regarding nominal bore thickness
and weight in Kg/m are given below:

Dimension of ordinary
Pipe Dimension of pipe Wt. of pipe
Thickness sockets
plain end in
Dia Max Min in mm Outside Minimum
Kg/m
in mm in mm in mm dia in mm length in mm
1 2 3 4 5 6 7
15 21.8 21.0 2.65 26.90 34 1.21
20 27.3 26.5 2.65 33.70 36 1.57
25 34.2 33.5 3.25 42.00 43 2.42
32 42.9 42.0 3.25 51.00 48 3.11
40 48.8 47.9 3.25 57.00 48 3.59
50 60.8 59.7 3.65 70.00 56 5.07
65 76.6 75.3 3.65 88.00 65 6.49
80 89.5 88.0 4.05 101.60 71 8.43
Note: Manufacturing tolerances shall be permitted on tubes and sockets in addition to above.
The galvanised iron pipes shall be of approved make and conform to IS and of tested quality. The GI
pipes shall be of threaded ends with a socket at one end only. The fittings for GI pipes shall be either
galvanised wrought iron or galvanised malleable Iron.
13.3 PVC Pipes
Polythene unplasticised pipes be procured from reputed and approved manufacturer and shall have
marking in colour in accordance with relevant Indian Standards.

13.3.1 Fittings for PVC Pipes


These fittings shall be special flange compression fittings such as Alka Flan Fittings manufactured by
ICI or other equivalent. Tee's, elbows, cross and reducers shall be provided with male & female joints.
13.3.2 Fittings for unplasticized PVC pipe
Contractor Executive Engineer
132
The fittings shall be injection mould and/or fabricated type.
13.4 R.C.C, Asbestos, Pre-stressed Pipes and Fittings
These shall be of approved manufacture and quality and shall conform to relevant IS.
13.5 Cast Iron Pipes and Fittings
The cast iron pipes and fittings shall be of approved manufacture and quality and shall conform to IS:
1537 for pipes and IS: 1538 for fittings.
13.6 Bib Tap and Stop Tap
Bib tap and stop tap for water services shall be of brass screw down type and shall conform to IS: 781.
Minimum finished weight of bib and stop taps shall be as given below:

No. of Size Bib taps Stop tap


(mm) (Kg) (Kg)
10 0.30 0.35
15 0.40 0.40
20 0.75 0.75
25 1.25 1.30
32 - 1.80
40 - 2.25
50 - 3.85
The taps shall be tested under internal hydraulic pressure of at least 20 kg/cm2 and maintained at the
pressure for a period of at least two minutes during which period It shall neither leak nor sweat,
13.7 Valves
Unless otherwise mentioned in the Schedule of Quantities these shall be of gun metal full way valves of
medium type and shall be of approved manufacture. These shall conform to relevant Indian Standard
Specifications.
13.8 Storage Tank
Storage tank shall be either pressed steel, galvanized iron, R.C.C. or PVC of specified sizes,
capacities, make manufacturer as specified in Schedule of Items. it shall have facilities for connecting
inlet, outlet overflow and washout the pipes and a top cover. Where tanks are to be fabricated by the
contractor the fabrication/R.C.C. detailed drawings shall be got approved by Engineer.
14.0 EXTERNAL DRAINAGE
14.1 C.I. Pipes
Unless otherwise specified CI Pipe and specials; caulking lead, SW Pipe, RCC pipe shall conform to
the following:-
i) CI pipe shall conform to 1S: 1536 to 1537
ii) CI pipe fittings shall conform to IS: 1538.
iii) CI specials shall be of similar specification as specified for fittings in IS: 1538.
iv) Bolts and nuts shall be hexagonal bolts and nuts conforming to IS:1363.

14.2 Washers
Spring washers conforming to latest edition of IS: 3063 shall be used near the pumps to take care of
vibration. In other places plain washers conforming to IS: 2016 shall be used.

14.3 Gaskets

Contractor Executive Engineer


133
Gaskets shall be reinforced rubber sheet conforming to IS:638.
14.4 Caulking Lead
All the spigot and socket joints shall be caulked by lead conforming to 1S:782.
14.5 S.W. Pipes
Salt glazed stoneware pipes; used shall conform to IS:651 and shall be laid as per IS:3114.

14.6 C.I. Pipes


CI Pipes used for sewerage, under roads and other places shall conform to IS: 1536, and shall be laid
as per IS: 3114.
14.7 Steel Pipes
Steel pipes used for encasing shall conform to IS: 1239 and IS: 3589.
14.8 C.I. Manhole Covers
Cast iron manhole covers shall conform to IS:1726.
14.9 RCC pipes
RCC pipes used shall conform to IS: 458 and shall be laid as per IS: 783.
15.0 ROAD
15.1 General
Roads shall be understood to include road bed, the wearing surface, berms, foot-paths, Krebs, culverts
and bridges.
15.2 Soiling Stones
Material for soiling shall be natural stone boulders or crushed blast furnace slab. Stone boulders shall
consist of materials of uniform quality in sizes between 150mm to 230mm with total length not
exceeding 300 mm. No stone shall weigh less than 3.5 kg. Stones shall be tough, angular, durable and
generally free from flat, elongated, soft and disintegrated particles. They shall also be free from dirt or
other objectionable matter and be obtained from quarries approved by the Engineer.
Crushed slab obtained from air- cooled blast furnaces slag shall be angular, of reasonably uniform
quality and density and generally be free from any thin, elongated, and soft pieces, dirt or other
objectionable matter. The density of slag should not be less than 12 gm/cc and glassy material shall not
exceed 20%. Water absorption when determined in accordance with IS: 2386 (Part-III). “Methods of
tests for Aggregates for concrete: Specific Gravity, Density Voids, Absorption and Bulking”, shall not
exceed 10%.
15.3 Coarse aggregate for water bound macadam.
Coarse aggregate for water bound macadam shall be natural gravel, crushed stone obtained from
approved quarries or crushed blast furnace slag. Crushed stone shall be hard, durable, tough and of
uniform quality, generally free from flat, elongated, soft and disintegrated particles. It shall have sharp
edges and also not have excess of dirt and other objectionable matter. When tested as per IS:2386
(Part-IV) for Los Angeles Abrasion Value or Aggregate impact value, the limiting values shall be 50%
and 40% respectively for base course and 40% and 30% respectively for surfacing course. The
flakiness index shall not exceed 15% when tested in accordance with IS: 2386 (Part-I) “Methods of Test
for Aggregates for concrete: Particles size and shape”. Crushed slag aggregates shall meet the
requirements given for soiling stones from blast furnace slag.

Contractor Executive Engineer


134
Size and grading requirements of coarse aggregates shall be as specified in Table –2 of IRC 19,
“Standard Specification and Code of Particle for Water Bound Macadam”. The grading number of the
table shall correspond to the following layer thickness :-

Grading Number Size Range Layer Thickness


1 90mm to 40mm More than 90 mm
2 63mm to 40mm 90mm to 75mm
3 50mm to 20mm 75mm to 50mm

15.4 Screenings
Screenings used for filling voids in coarse aggregates for water bound macadam shall generally be of
the same material as the coarse aggregate. Non-plastic materials such as Kankar nodules, murrum or
gravel (other than river bore rounded aggregates) may be used, provided that the liquid limit and
plasticity index are below 20 and 6 respectively. The traction passing 75 microns sieve shall not exceed
1'()%. Size and grading of screening shall be as specified in Table-3 of 'IRC-19. Type-A screening shall
be used for grade number 1 coarse aggregate. Type-B screenings shall be used for grade number 3.
Either Type-A or Type- B screenings may be used for grade number 2.
15.5 Stone Chips for Bituminous Surfacing
Course aggregate shall consist of crushed stone, crushed slag or crushed gravel (Shingle) retained on
2.36 mm sieve. The aggregates shall be clean, strong, durable and fairly cubical fragments free from
disintegrated pieces, organic and other-objectionable matter'. The aggregates shall preferably by
hydrophobic and of low porosity. The mechanical properties and grading shall be in accordance with
IRC-29 "Tentative Specifications for 4 cm Asphaltic Concrete Surface Course", having aggregate
inspect value 30%, Flakeness Index 25% and graded between 20mm and 2.36 mm.
15.6 Sand
Sand for use as fine aggregate in bituminous surfacing shall consist of crushed screenings, natural
sand or a mixture of both, passing a 2.36mm sieve and retained on 75 micron sieve. It shall be clean,
hard, durable, uncoated and dry, free from injurious, soft or flaky pieces and organic deleterious
substances.
15.7 Binder
Binding material for water bound macadam shall consist of fine grained material such as stone dust,
kankar modules or murrum. The plasticity index shall be between 4 to 9 when water bound macadam is
to be used as surface course and upto 6 when used as sub/base or base course. Binder for bituminous
surfacing shall be bitumen conforming to IS: 73 of grade 80/100 for tack coat and grade 30/40 for
premixing.
15.8 Kerbs
Kerbs shall be of stone as may be shown in drawing or otherwise directed by Engineer.
15.8.1 Stone kerbs
Stones shall conform to the dimensions and shapes given in drawings. Exposed faces shall be dressed
two lines.
16.0 MISCELLANEOUS
16.1 Water Bar
16.1.1 General
Water bar for use in construction/expansion joints in concrete and reinforced concrete structures shall
be of copper sheet, galvanised steel sheet, rubber or PVC as shown in drawing or described in the
Schedule of Items. It shall be subject to approval of Engineer.

Contractor Executive Engineer


135
16.1.2 Jointing
The water bar shall have dimensions as shown in drawing. Where water bars are required to be
lengthened or otherwise jointed the joining shall be done in such a way as to achieve a perfectly water-
tight joint.
16.2 Lead
Lead for joints in cast iron spigot and socket pipes shall be melted from pure soft pig lead conforming to
Type-I of IS: 782. "Caulking Lead" where lead wool is allowed for caulking, it shall be equal to or better
than Type-II of IS: 782. Lead flashing shall conform to IS: 405, "Lead Sheet".
16.3 Building Paper
Building paper shall be bitumen impregnated paper conforming to IS:5134, or such other as may be
approved by the Engineer.

16.4 Filling Material


16.4.1 General
Filling material shall conform to what is shown In drawing, described In the Schedule of Items or
otherwise directed by the Engineer. Earth or sand for filling under floors shall correspond to those
described elsewhere in these specifications.
16.5 Materials not specified
Any materials not fully specified in these specification and which may be offered for use in the works
shall be subject to approval of Engineer, without which it shall not be used anywhere in the permanent
works.
CIVIL WORKS PART 2 – WORKMANSHIP
1.0 GENERAL
1.1 Standard
A high standard of workmanship in all trades will be required. The Contractor shall ensure that only
skilled and experienced workmen are employed.
1.2 Supervision
The Contractor's supervising staff shall be fully qualified and experienced in the types of work being
carried out under their supervision and shall be capable of ensuring that they are done well and
efficiently.
1.3 Temporary works
Where required, the Contractor shall furnish such details of his temporary works as may be called
for by the Engineer and the Contractor shall satisfy the Engineer as to their safety and efficiency.
The Engineer may direct that temporary works, which he considers unsafe or insufficient, shall be
removed and replaced in a satisfactory manner.
1.4 Codes
Unless mentioned otherwise, current versions of all codes, specifications and standards issued by
the Bureau of Indian Standards and Indian Roads Congress, wherever mentioned, shall be fully
applicable to these specifications. Where standards are not yet published by the BIS or IRC,
adoptable British Standards or Specifications of the International Organization for standardization
shall apply.
In case of any conflict in meaning between the specifications and those of BIS or IRC, the
provisions these specifications shall prevail.

Contractor Executive Engineer


136
1.5 Base lines and bench marks
The Contractor shall establish and maintain, to the satisfaction of Engineer, the base lines and
bench marks, based on which the works are set out. Where such base fines and bench marks are
provided by the Engineer, the Contractor shall maintain these throughout the period of construction
without causing any disturbance to them.
1.6 Setting out
The Contractor shall set out all the works to be executed by him; in line with the standard base
lines, levels, position and bench marks and truly as per drawings within the accepted tolerance
limits at no extra cost to Owner. The Contractor shall be solely responsible for the setting out of all
the works, to be executed by him and the approval of such setting out by the Engineer shall in no
way absolve the Contractor of his responsibility for carrying the work to the true lines, levels and
positions as per drawings.
1.7 Dewatering
The Contractor shall carry out all the works, in dry and workable condition and maintain the same
in dry condition till the final handling over of works at no extra cost to the owner. For this the
Contractor shall make all the necessary provisions of dewatering, wherever necessary. to the entire
satisfaction of the Engineer.
1.8 Safety of existing work
Before taking up any construction adjoining other property or existing work, the Contractor shall
take all steps necessary for the safety and protection of such property or work.
1.9 Protection of existing services
The Contractor shall take all precautions necessary to prevent damage to or interference with
underground or over ground services such as cables, drains, piping or piles, whether shown on
drawings or not. Equipment etc., mounted in position shall be protected against falling debris etc.,
by means of tarpaulin or such other material.
1.10 Handing over of work site
On completion of work, the Contractor shall remove all rubbish, debris, surplus materials,
temporary work etc., from the site. The site shall be handed over in .a tidy and workmanlike
manner.
2.0 EARTH WORK
2.1 Scope
a) This chapter deals with earth work and excavation for civil works in site, formation/over site
leveling, foundations, cutting and grading for roads/pavement and railway~, canals,
embankments other than water retaining embankments trenching for drainage and other
burned services and the like.
b) When existing public facilities like road, drainage, drinking water supply lines, telephone lines
and power lines etc. are to be disturbed for construction activities, the contractor shall, after due
approval of the Engineer, provide and maintain the satisfactory condition at his cost, temporary
structures like diversion in roads for ensuring uninterrupted and satisfactorily functioning of
facilities. Precautionary measures like signals, night lamps, fencing and barricading etc. will
also be provided by him at his cost. The cost of permanent measures for the rehabilitation of
facilities, however, will be borne by the Nigam.
2.2 General
a) The Contractor shall carry out the excavation strictly to the lines and levels, in conformity with
the drawings or instructions of the Engineer.
b) The following Indian standards shall be followed:

Contractor Executive Engineer


137
IS: 3764 – 1966 - Safety code for excavation work
IS: 4081 – 1967 - Safety code for blasting and related drillingoperations
IS: 8 – 1967 - Ammonium nitrate for explosives
IS: 5441 – 1969 - Pneumatic portable drilling machinery
IS: 6609 (Part I to V) - Method for test for commercial blasting, explosives
and accessories
IS: 7209 – 1974 - General requirements for blast hole rigs
IS: 7293 – 1974 - Safety code for working with construction machinery
IS: 7632 – 1974 - Detonators

2.3 Setting out


Before commencement of earthwork block levels wherever necessary of existing ground shall be
taken by the Contractor jointly with the Engineer plotted and signed in token of acceptance of
ground levels. Excavation shall not be commenced until the initial ground levels have been
recorded am accepted. Reference lines, bench marks and base lines shall be set out by the
Contractor for control of earthwork operation. Setting out shall be done with pegs, blocks, bamboo
poles or rails marketing boundaries or centre lines as the case may be, and the same maintained
for reference and future checking Chainage stones at regular intervals shall be set up for
embankment. All setting out operations shall be got checked and approved by Engineer. However,
such checking and approval by the Engineer shall in no way absolve the Contractor of his
responsibilities for carrying out the work to the true lines, levels and positions as per drawing, and
in case any error is noticed at any stage in the contractor's work, it shall be corrected /rectified by
him without any cost to the Nigam.
2.4 Site clearance and demolition
The site shall be cleared of all trees, stumps, roots, brush wood, bushes and other objectionable
materials. Useful and saleable material shall be the property of the Nigam and shall be stacked
properly as directed by the Engineer. The areas to be covered with embankments shall be stripped
of top soil to required depths to expose acceptable founding strata. Top soil unsuitable for use in
embankment construction and other fills shall be disposed off as directed. All combustible materials
shall be stacked and burnt in locations sufficiently remote to eliminate all danger of fire hazards. All
old concrete, brick works and drains which interfere with construction works shall be dismantled
with the approval of the Engineer taking all, necessary precautions prescribed in safety
specification. Top soil which is suitable for use in construction work shall be stockpiled for later use.
Other objectionable materials such as trash, debris, stones, brick, broken concrete, scrap metal
etc., shall be disposed off as directed by the Engineer. Payment for cutting and removal of trees,
stumps, dismantling existing structures and stripping shall be regulated by the description in the
Schedule of Items.
2.5 Classification of soil
The Engineer will decide the classification of any particular soil. Classification of soil shall be as
under:
a. Ordinary Soil
Soils which yield to ordinary application of pick and shovel, phawra rake or other ordinary
digging implements without offering much resistance, shall be classified as ordinary soil. This
includes organic soil, tart, sand, gravel, loam clay, mud, peat, black cotton soil, soft shale,
loose murrum etc.

Contractor Executive Engineer


138
b. Hard Soil
This comprises of all soils that cannot reasonably be excavated by the above
mentioned digging implements, but can be excavated with close application of pick axe or
scarifies or jumpers to loosen. This include compact murrum, stiff clay, hard shale, cobble
stone etc.
c. Soft Rock/ Decomposed Rock
This comprises of rock or boulders which may be quarried or split with crow bars, pavement
breakers etc., this includes lime stone, sand stone, weathered rocks and hard conglomerates
and existing structures embedded in earth and tarred macadam roads, pavements, met in the
excavation. The fact that contractor resorts to blasting for his own reasons shall not mean
that the rock is hard and classified as hard rock.
d. Hard Rock
This comprises of rocks which require blasting for excavation, and where blasting is
prohibited and excavation has to be carried out by chiseling, wedging or such other agreed
methods.
2.6 Method of excavation
The Contractor may carry out excavations, filling and compaction by any method considered most
suitable, and befitting the site conditions subject to any stipulations contained in the contract and
the specifications. All excavations shall be required to be kept completely free from water, from
whatever source it may come, for all time during construction. No foundation work shall be taken up
until the surfaces are properly drained.
2.7 Excavation of soils other than hard rock
Excavation shall be carried out in the roost expeditious and efficient manner to the lines and levels
as indicated in drawings or as directed by Engineer. Prior approval of the Engineer shall be taken
for the method to be adopted for excavation including dimensions, side slopes, dewatering, shoring
etc. Such approval shall not make the Engineer responsible for any consequent damage or loss
caused. All precautions shall be taken to preserve the material below and beyond line of excavation
in soundest condition. All damages done beyond Units of excavation shall be made good by the
Contractor at his own cost in a manner approved by the Engineer. All excavated materials shall be
removed to spoil heaps, dumping yards or transported for filling as may be necessary. When soil
heaps are formed for future use, heaps shall be protected from washing away due to rain or surface
run off. The sides of excavation shall be maintained in stable condition by adequate stepping and
batter. To prevent entry of surface water and accumulation of subsoil water in excavated areas,
suitable drainage arrangements as may be needed and directed by Engineer, shall be provided and
maintained. Pumped out water shall be drained off property avoiding damage to other existing
works. If any pipelines cables or service fines are likely to be exposed, excavation around these
services shall be carried out manually and all such services shall be adequately supported and
protected.
Excavation shall be carried out in any material uncounted including road surfaces, pavements,
buried parts of old foundations, pits or other structures. Excavated materials shall be placed beyond
1.5 meters of the edge of the excavation pit/trench or haft the depth of the pit/trench whichever is
more or further away as directed by the Engineer. Sumps made for dewatering must be kept clear
of the foundations. Method of pumping must be approved by the Engineer.
2.8 Excavation In hard rock
A. Drilling and blasting
The hard rock excavation shall be started only after written approval of Executive Engineer.

Contractor Executive Engineer


139
i. General
Blasting where required will be permitted only when proper precautions have been taken for the
protection of persons and property in accordance with IS: 4081 – 1967 (Indian Standard specification
for safety code for blasting and related drilling operations). While carrying out excavation, adequate
precautions in accordance with IS: 3764 – 1911 (Indian Standard specifications for safety code for
excavation work) shall be taken. Any blasting done by means of exploding shall be in confirmative with
the explosive act and rules there under with amendments as may be framed for time to time.
ii. Explosives
It shall be the responsibility of the Contractor to procure the explosives required for the work.
iii. Explosives and blasting
The contractor shall acquaint himself with all applicable laws and regulations concerning acquiring,
storing, handling and the use of explosives. All such laws, regulations and rules, as prevalent from time
to time shall be binding upon the Contractor.
The provisions detailed in the specifications are supplementary to the above laws, rules and regulations
and are also applicable except where they conflict with the afore mentioned laws, from time to time.
Further, the Engineer-in-charge may issue modifications, alterations and new instructions form time to
time. The Contractor shall comply with the same without these being made a cause for any claims.
iv. Materials
All materials such as explosives, detonators, fuse coils, tamping materials etc. that are proposed to be
used in the blasting operations shall have the prior approval of the Engineer-in-charge. Only explosives
of required make and strength are to be used.
Black power and safe explosive (as commonly current in India) shall be used wherever possible.
Explosives with nitro-glycerine shall be used where the above explosives are not effective.
The use of fuse with only one protective coat is prohibited. The fuse shall be sufficiently water resistant
as to be unaffected when immersed in water for thirty minutes. Rate of burning of the fuse shall be
uniform and not less than 4 (four) seconds per 25 millimeters of length with 10 percent (ten percent)
tolerance on either side. The fuse known as instantaneous fuse shall not be used.
Before use, the fuse shall be inspected and moist, damaged or broken ones discarded. The rate of
burning of all new types of fuses or when they have been in stock for long shall be tested before use.
The detonators used shall be capable of giving an effective blasting of the explosives.
v. Personnel
Excavation by blasting will be permitted only under the personnel supervision of competent and
licensed persons and trained workmen employed by the Contractor at his cost. All supervisors and
workmen in-charge of make up, handling storage and blasting work shall be adequately insured by the
Contractor.
The storage shall be in-charge of a very reliable person approved by the Engineer-in-charge, who may,
if necessary cause police enquiry being made as to his reliability, antecedent etc. The Contractor shall
have to produce security for the person in-charge of the explosives, if and as required by the Engineer-
in-charge or the civil authorities of the District.
The Contractor shall make sure that his supervisor workmen are fully conversant with all the rules to be
observed in storing, handling and use of the explosives. It shall be assured the supervisor in-charge is
thoroughly acquainted with all the details of the handling and the blasting operations. Relevant clauses
in the explosives about rules shall be followed.
vi. Explosives
The location and design of stores for explosives, method of their transport and general precautions to
be taken by the Contractor to prevent accident shall be in accordance with the provisions of Indian
Explosive Act and the regulations and the rules framed there under.

Contractor Executive Engineer


140
The Contractor shall provide portable magazine for storing the explosives at work spot. The site of the
portable magazine shall be subject to approval by the Engineer-in-charge and the Inspector of
Explosives.
A careful and day-to-day account of the use of explosives hall be kept by the Contractor in register in a
manner approved by the Engineer-in-charge. The Engineer-in-charge may also pay surprise visits to
the storage magazine. In case of any unaccountable storage of the explosives, or if the account is not
found to have been maintained in a manner approved by the Engineer-in-Chief, the contractor shall be
liable to be penalized in which case, he shall not be entitled to any compensation for the losses etc.
The action taken under this clause shall be in addition to that which might be taken by the competent
civil authorities in the court of Law.
vii. Use of explosives
For the transport of the explosives and detonators between the store and the site, closed and strong
containers made of soft materials such as timber, zinc, copper, leather shall be used.
Explosives and detonators shall be carried in separate boxes. For the conveyance of primer, special
container shall be used.
The boxes and containers used, shall be kept closed. Explosive shall be stored and used
chronologically to ensure the ones revived earlier being used first. A makeup house shall be provided at
each working place in which cartridges will be made up by competent and licensed men as required for
the work. The makeup house shall separated from other buildings. Only electric storage battery lamps
will be used in this house.
No smoking shall be allowed in the makeup house or generally while dealing with explosives.
viii.Disposal of deteriorated explosives
All deteriorated explosives shall be disposed off in an approved manner. The quantity of deteriorated
explosives to be disposed off shall be intimated to the Engineer-in-charge prior to its disposal.
ix. Preparation of primers
The primers shall not be prepared near open flames or fire. The work of preparation of primers shall
always be entrusted to the same personnel. Primers shall be used as early as possible after they are
ready.
x. Charging of holes
The work of charging of holes shall not commence before all the drilling work at the site is completed
and the contractor’s supervisor satisfies himself to that effect by actual inspection. While charging open
lamps shall be kept away. For charging with powered explosives, naked flame shall not be allowed.
Only wooden tamping rods, without any kind of metal on the rod shall be allowed to be used. The
tamping rods shall have cylindrical ends. Bore hole must of such size that the cartridges can easily
pass down them, they shall not however be too big.
Only one cartridge shall be inserted at a time and gently pressed in to the hole with the tamping rods.
The sand, clay or other tamping materials used for filling the holes completely shall not be tamped too
hard.
xi. Blasting
Blasting shall be carried out during fixed hours of the day which shall have the approval of the
Engineer-in-charge. The hours once fixed shall not be altered without prior written approval of the
Engineer-in-charge. The site of blasting operations shall be prominently demarcated by red danger
flags. The order to fire shall be given only by the Contractor’s supervisor in-charge of the work and this
order shall be given only after giving the warning signal three times, so as to enable all the labour,
watchman etc. to reach safe shelters.
A whistle/bugle with distinctive note shall be used to give warning signals. The bugle shall not be used
for any other purpose. All the labour shall be made acquainted with the sound of the bugles and shall

Contractor Executive Engineer


141
be strictly warned to leave their work immediately at the first warning signal and to move for safe
shelters. They are not to leave the shelters until the all clear signal has been given.
All the roads and foot paths leading to the blasting area shall be watched.
In special cases, suitable extra precautions shall be taken. The Engineer-in-charge may however
permit blasting for underground excavation, without restriction of fixed time, provided that he is satisfied
that proper precautions are taken to give sufficient warning to all concerned and that the work of other
agencies on the site is not hampered. For lighting of fuse, a lamp shall be with a strong flame such as
carbide lamp shall be used.
The Contractor’s supervisor shall watch the required time for the firing of the fuses and shall see that all
the workmen are under safe shelters in good time.
xii. Electrical firing
Only the Contractor’s supervisor in-charge shall possess key of the exploder and short firing
accessories and he shall keep it always with himself. Special apparatus shall be used as a source of
current for the blasting operations, power lines shall not be tapped for the purpose.
The detonators shall be checked before use. For blast in series, only detonators of the same
manufacturer of the same group of electrical resistance shall be used.
Such of the electrical lines as could constitute danger for work of charging shall be removed from the
site.
The firing cables shall have a proper insulating cover so as to avoid short circuiting due to contact with
water and metallic parts of rock.
The use of the earth as a return line shall not be permitted.
The firing cables shall be connected to source of current only when nobody is in the area of blasting.
Before firing, the circuit shall be checked by a suitable apparatus. After firing whether with or without an
actual blast the contact between the firing cable and the source of current shall be cut off before any
one is allowed to leave the shelters.
During storms, charging with electrical detonators shall be suspended. The charges already placed in
the holes shall be blasted as quickly as possible but taking all the safety precautions and giving
necessary warning signals. If this is not possible the site shall be abandoned till the storm has passed.
xiii. Precautions after blasting
After the blast, the Contractor’s supervisor must carefully inspect the work and satisfy himself that all
the charges have exploded. After the blast has taken place in underground works, workmen shall not
be allowed to go to the place till all the toxic gases are evacuated from the face.
xiv. Misfires
If it is suspected that part of the blast has failed to fire or is delayed, sufficient time shall be allowed to
elapse before entering the danger zone. When fuse and blasting caps are used a safe time should be
allowed and then the Contractor’s supervisor alone shall leave the shelter to see the misfire.
None of the drillers are to work near this hole until one of the two following operations have been
carried out by the supervisor.
Either (i) the supervisor should very carefully (when the tamping is of damp clay) extract the tamping
with wooden scraper or jet of water or compressed air (using pipe of soft materials) and withdraw the
fuse with the primer and detonator attached after which a fresh primer and detonator with fuse should
be placed in this hole and fire and out or (ii) the hole may be cleared of 300 mm. of capping and the
direction then be ascertained by placing of stick in the hole. Another hole may be drilled at least 225
mm. away and parallel to it. This hole should then be charged and fired. The balance of the cartridge
and detonators found in the musk shall be removed.
Before leaving his work, the Contractor’s supervisor should inform the supervisor of the relieving shift of
any case of misfires and should point out the position with red cross denoting the same, also stating
Contractor Executive Engineer
142
what action if any, he has taken in the matter. A register of misfires and their location and how they
were dealt with shall be maintained by the Contractor.
The Contractor’s supervisor should also at once report at the Contractor’s office all cases of misfires,
the cause of the same and what steps were taken in connection therewith.
The names of the day and night shift supervisor of the Contractor must be noted daily in the
Contractor’s office. If misfire has been found to be due to a defective detonator or dynamite, the whole
quantity of box from which the defective article is taken must be returned to the Contractor’s office for
inspection and shall be disposed off.
Drilling in holes not completely exploded by blasting shall not be permitted for underground excavation.
The contractor should produce the firer’s license and furnish the particulars in the following statement:

xv. Safety of public and property


Blasting operation, when considered necessary shall be resorted to only with the written permission of
the Engineer-in-charge. Prior inspection shall be carried out for the safety and stability of the public and
property. Blasting operations in the proximity of overhead power lines, communication lines, utility lines
or other structures shall not be carried on until the operator or the owner or both of such lines have
been notified and precautionary measures deemed necessary have been taken. The drilling pattern,
the method of blasting, the charge per hole, the finishing order etc. shall also be suitably designed to
the satisfaction of the Engineer.
xvi. Controlled blasting
(1) The objective of the controlled blasting techniques included
a) Minimisation of over breaks and or fracturing of rock beyond the designed boundary of
excavation so as to achieve smooth post blast surface for the canal and a sound
foundation for the canal structure.
b) Control of fly rock and or ground vibration within permissible limits and
c) To serve both the above purposes
2.9 Techniques for minimizing rock damage
The main purpose of controlled blasting is to minimize fracturing and loosening of the rock mass
beyond the predetermined excavation line/profile. The objective is normally achieved by minimizing and
judicious use of explosives in the blast holes.
Several controlled blasting techniques such as line drilling, presplit ting, smooth blasting, cushion
blasting and buffer blasting are used to achieve the objective.
Line drilling
The line drilling may be one of the techniques used for over break control. In line drilling, a single row of
closely spaced, unloaded, small diameter holes is drilled along the neat excavation line. This provides a
plane of weakness to which the primary blast can break and to some extent reflects the shock waves
created by the blast, reducing the shattering and stressing in the finished wall. Line drilling is best
suited to homogeneous formations where bedding planes, joints and seams are at a minimum.
Line drilling has very limited application. The only place where it is applicable is in areas where even
the light explosive loads associated with other controlled blasting techniques may cause damage
beyond the excavation limit, or where line drilling us used between loaded holes to promote shearing
and guide the presplit line.
Presplitting
Presplitting involves a single row of holes drilled along the excavation line. Presplit in the rock forms a
discontinuous one which minimizes or eliminates over break from subsequent primary blast and

Contractor Executive Engineer


143
produces a smooth, finished rock wall. Presplit ting is also used to reduce ground vibration in some
critical cases.
Smooth blasting
Smooth blasting is sometimes referred to as contour blasting, perimeter blasting or sculpture blasting.
This method is widely accepted method for controlling over break in canal, underground headings and
slopes. In smooth blasting the holes are drilled along the excavation limits, lightly loaded with well
distributed charges and fired after the main excavation is removed. By firing instantaneously or with
minimum delay between the holes, a shearing action is obtained which give smooth walls with minimum
over break.
Smooth blasting, presplitting etc., techniques differ mainly from the line drilling principle in that some or
all of the holes are loaded with relatively light, well distributed charges of explosives. The fact that the
firing of these charges tends to crack or split the rock between the holes permits wider hole spacings
than when line drilling. Consequently drilling costs are reduced and in may cases better control of over
break is obtained. However in the case of presplitting, it is difficult to determine results until excavation
of the primary blast is complete to the finished wall.
Cushion blasting
Cushion blasting is sometimes referred to as trimming, slabbing or slashing. Like smooth wall blasting a
single row of holes is drilled along the excavation line, loaded with light, well distributed charges and
fired after the main excavation is removed. In cushion blasting, the charged holes are further decoupled
by reducing the diameter or using stemming material of crushed stone or sand to provide crushing
effect. This “cushions” the shock from the finished wall as the holes are detonated and minimizes the
stresses and fractures in the finished wall. This technique is rarely used today because the reduction in
decoupling could be achieved by the use of small diameter explosive cartridges which serves the same
purpose. The holes are blasted using the last delay number in the same blasting round preferably with
delay of 50 Ms.
The suitable parameters for controlled blasting for minimizing rock damage shall be established through
trial blasts. Usually it needs to establish the optimum hole spacings and the charge per hole. Slopes of
the canals are designed and prescribed by the Engineer in accordance with the geology of the rock.
The controlled blasting methods shall be such as would enable maintain the prescribed slope.
2.10 Ground vibration control techniques
When an explosive charge is detonated inside a blast hole it is instantly converted into hot gases and
the expanding gases exert intense pressure on the blast hole walls. A high intensity shock wave travels
through the rock mass which attenuates sharply with distance. Simultaneously the rock around the
blast hole up to twice the radius of the original hole gets completely crushed. Expanding gases continue
to work on the rock, extending the cracks and moving the rock outward and upward. These activities
consume a major part of the explosive energy. However, a small left over portion passes beyond the
zone of intended work in the form of elastic ground vibrations. As seismic waves travel through the rock
mass, they generate particle motions which are termed as ground vibrations. The velocity of oscillation
of rock particles is called “particle velocity” and its maximum value is called “peak particle velocity
(PPV)”. Internationally, peak particle velocity is used to express the intensity of ground vibrations from
blasting. Damage caused by ground vibration is dependent on the ground velocity and on the frequency
of the ground motion. Even though, the use of explosives has unwanted side effect in the form of
vibration, explosives provide an inexpensive source of energy for rock excavation in mining and civil
engineering projects.
The principal factors that effect vibration levels at a given point of interest are the maximum charge per
delay, the distance from the blast, the delay period used and blast geometry.

Safe limits of vibration


The permissible peak particle velocity (mm/s) at the foundation level of structures is as follows:

Contractor Executive Engineer


144
Dominant excitation Frequency, Hz
Type of structures
< 8 Hz 8 – 25 Hz > 25 Hz
Buildings/Structures not belonging to
the owner
(i) Domestic houses/structures (Kutcha,
5 10 15
Brick & Cement)
(ii) Industrial Buildings
10 20 25
(RCC & Framed structure)
(iii) Objects of historical importance &
2 5 10
sensitive structures
(A) Buildings belonging to the owner
with limited span of life
(i) Domestic houses/structures
10 15 25
(Brick & Cement)
(ii) Industrial Buildings (RCC & Framed
15 25 50
Structures)
Vibration control procedures
1. The most common method of controlling ground vibration is by minimizing the charge weight
per delay. Delay blasting permits to divide total charge into smaller charges, which are
detonated in a predetermined sequence at specified intervals. Blasting without delay or
sufficient delay numbers increase ground vibrations due to increase in maximum charge per
delay.
2. The vibration can be significantly reduced by optimizing blast design parameters. The
contractor shall establish optimum burden, hole spacing, powder factor and hookup to control
vibration in the vicinity of the existing structures.
2.11 Fly rock control techniques
The rock fragments ejected from the blast call “flyrock” is a serious hazard of blasting operations,
particularly when the blast is conducted in the vicinity of village and structures. The factors which
influence the flyrock distance include;
1. Height of stemming column in the blast holes and type/quality of stemming material.
2. Irregular shape of free face
3. Excessive large burden or blasting without free face
4. Muffling of the blast area and the muffling material type
5. Scattering and overlapping of delay timings of the delay detonators/relays
6. Presence of water in blast holes.
The first four parameters can be controlled by properly designing the blasting pattern whereas the last
two parameters are not easily controllable.
Flyrock shall be controlled by proper blast design and by muffling/covering. From the experience it is
found that unless blast design is proper, muffling will not be effective. Proper blast design and accurate
implementation of the blast are the two areas of fundamental concern for controlling the flyrock. The
third important parameter is understanding the local geology and adjusting the explosive charge with
regard to the geological features.
The reliable and effective method of controlling fly rock fragments from the mouth of the blast holes
(vertical fly rock on the rear side) is the height of stemming column. It has been observed that the fly
rock, particularly towards the rear side, was effectively controlled by maintaining the height of stemming
column in all holes greater than the burden. The height of stemming column should be 1.2 to 1.5 times
the true burden in all holes.
A good stemming material should retain borehole pressure till the burden rock starts to move. Dry
angular material under the effect of the impulsive gas pressure tends to form a compaction arch which
locks into the wall of the blast hole, thus increases it resistance to ejection. In general, drill cutting is
Contractor Executive Engineer
145
better stemming material as compared to sand and should be preferred except in case of watery holes.
In case of watery holes only sand free of clayey materials should be used as stemming material.
If fly rock is originating from the face and flying far distance, it could be an indication that too little
burden is used or that mud seams or other geological discontinuities are prevalent. Most fly rock
however, is not produced from the face. It is produced from the rock.
When the fly rock towards the face side is also to be contained, the blasting should be done using the
technique of buffer blasting along with muffling. Buffer blasting is a technique in which a buffer of
blasted rock of 4 to 6 m thick should be left against the next round of blast.
Muffling or covering of holes including entire area to be blasted is one of the most common method to
contain the distance of travel of flying fragments particularly when blasting is done within the danger
zone as specified by DGMS.
In mining blasts, the most common practice is cover the blast using wire mesh of 50 mm x 50 mm to 75
mm x 75 mm. Gunny bags and cartridge empty boxes 4 to 5 numbers are filled with sand or drill
cuttings and placed over the wire mesh. Sometimes the entire area to be blasted is covered by old belt
conveyors over the wire net which was found to be more effective as compared to wire nets alone.
Gunny bags filled with sand, free of pebbles, weighing at least 30 to 40 kg. Are placed over the belt
conveyor which is placed over the wire nets at an interval of 2 m between and within the rows. This
method will contain the vertical fly to a great extent.
Flying fragments is excessive when blasting is done in shallow holes and where bench height or hole
depth is less than two times the burden. Therefore for controlling fly rock, the bench height must be
greater than two times the true burden and preferably three times the burden. The fly rock is also
excessive in watery holes.
Muffling or covering of holes including entire area to be blasted is one of the most common method to
contain the distance of travel of flying fragments particularly when blasting is done within the danger
zone.
The contractor shall establish by train blasting suitable technique for the control of fly rocks wherever
necessary. The techniques adopted shall be got approved from the Engineer. For excavation within the
danger zone the prior approval of the blasting methods shall be obtained from the Chief Engineer.
2.12 Cutting and filling for site levelling
Excavation and filling operations for site leveling shall be so planned and executed, that transportation
and re-handling are minimized. The sides of excavation and fills shall be maintained in stable condition
by adequate batters, stepping and dewatering. Materials not desirable shall be disposed off in area
indicated by Engineer. When it is required to blend the material, it shall be done by selective excavation
and filling operation. Wells, ponds, cesspools and water logged areas shall be emptied of water and
deslushed before filling. Filling shall be done in horizontal layers not exceeding 150 mm in thickness. All
clods shall be broken before placing the fill. Earth moving equipment shall be allowed to ply over the fill
to permit compaction. Adequate allowance shall be made for subsidence of fill material. Levels shall be
taken and excess or shortfall shall be made good by appropriate cutting on filling.
2.13 Excavation for trenches
Excavation for trenches shall be carried out in materials encountered to enable laying of service lines or
drainage channels or any other desired purpose. Excavation shall be done to fines and levels shown in
drawings and shall be done providing adequate measures for stability. Vertical wooden reepers or light
rails shall be erected at uniform levels at places where changes of direction and gradients occur.
Centre lines shall be marked on horizontal reepers or rails, laid across the trenches. Depths of
excavation and pipe invert levels shall be checked by means of boning rods of appropriate lengths.
Trench beds shall be trimmed and rammed with sprinkling of sand or moorum to required gradients for
continuously supporting the pipelines. Trenches shall be locally deepened and widened to receive
sockets and permit joints to be inspected.

Contractor Executive Engineer


146
2.14 Excavations for foundations
Excavation for foundation shall be done to the lines and levels indicated in the drawings. Excavated
material shall be transported and stored at convenient sports for reuse in back filling of foundations and
other fills. Surplus materials shall be spread and leveled at dumping areas. Side slopes of excavation
and/ or shoring shall be adequate from consideration of stability and working space. When so required
and authorised by Engineer, the sides of excavation shall be protected with proper shoring, strutting,
sheeting and sand bags etc, these shall be removed only when work in the pit is completed, with the
approval of the Engineer. When it is felt that removal of supports may result in side collapse or
settlement of adjoining ground or endanger adjoining structures and foundations, they shall be left
permanently in position. The last 150mm of excavation shall be done and the bottom trimmed to the
required levels only when concreting is imminent. If at any point the natural ground is disturbed or
loosened for any reason, it shall be consolidated by tamping or rolling or made up with concrete of M-5
grade, if so ordered by the Engineer. Where soil encountered at depths indicated in drawings is loose
or weak, it shall be further excavated to levels of firm strata as may be directed by the Engineer and
filled with lean concrete of M-5 grade. If the bottom of excavation has been left exposed not through
neglect or fault of the contractor and it has become deleteriously affected by atmospheric action and
water, such portion of deteriorated foundation material shall be removed and made good by lean
concrete of grade M-5, such extras will be paid for.
2.14.1 For deep excavation in the proximity of existing buildings, foundations, streets, railways tracks,
underground cabling, gas piping, water and drainage lines, and the like. Adequate appropriate
precautions shall be taken to protect such structures or works from damage, displacement or
settlement, either as an immediate result of the excavation or as after effect, discernible with the
passage of time. The method of protection of existing structures and services may include sheet piling,
shoring, strutting slinging or any other method including dewatering. Payment for such protective work
shall be governed by the description given in the Schedule of Items for the particular work.
2.14.2 For excavation adjoining existing piles care shall be taken to ensure that no pile under any
circumstances is exposed from the top for a height exceeding 2 meters. No strutting shall be done
against exposed piles, nor exposed piles ever used for typing guy ropes or supports either temporarily
or permanently.
2.15 Excess excavation
All excavation done beyond the specified limits or directions of Engineer shall be considered as excess
excavation. They shall be made good as prescribed below by the Contractor at his cost:
i) Excess excavation in case of site levelling shall be made good by filling and compacting with material
same as the surrounding material. Degree of compaction shall be at least the same as the surrounding
material.
ii) Excess excavation in case of trenches shall be made good by filling and compacting with selected earth
to the same compaction as the surrounding material or as directed by Engineer. This shall be done in
layers not exceeding 150 mm thick, moistened and thoroughly compacted by tamping.
iii) Excess excavation in case of foundation beyond required depths shall be made good by filling with lean
concrete of M-5 grade.
2.16Disposal of excavated materials
Excavated materials that are unsuitable for use in construction works or in excess of
construction requirements shall be disposed off in dumping yards or in locations indicated by Engineer.
Waste piles/heaps shall be located in such places where they will not interfere with natural flow of rain
water access or transport or with the access to nearby structures. When required, they shall be leveled
and trimmed to such fines am levels as indicated by Engineer.
2.17Back filling of trenches
Trenches shall be backfilled after pipes or service lines are tested and approved. Filling shall be done
with earth in 150 mm thick layers free from unwanted material and well rammed. Soft material shall be

Contractor Executive Engineer


147
used in bottom of trenches up to a level of 150 mm above the top of pipes before backfilling with other fill
materials. All clods and lumps shall be broken before placement. Care shall be taken not to disturb,
break or damage the pipes during backfilling and compaction process.
2.18Backfilling of foundations
Backfilling of foundations shall be done using suitable soils from excavations. Soil shall be free from
organic matter and other materials which would affect the stability of the fill and shall be free from
boulders, brick bats, wood pieces and other injurious materials lumps and clods: Before commencement
of backfilling of foundations all shoring and formwork, bits of timber, cement bags and all other rubbish
shall be removed. Hydro-insulation, Bitumen painting or application of anti-corrosive protective and anti-
termite treatments shall have been completed. Backfilling operation shall not commence without
approval of Engineer. Backfilling shall be carried out in well compacted layers of 150 mm thickness.
Each layers shall have near optimum moisture content. Layers will extend to the entire width of
excavation and shall be sprinkled with water during compaction process. Ramming shall be done to
achieve firm compaction. Backfill shall be trimmed and finished to lines and levels indicated in the
drawings and/or as directed by the Engineer.
2.19Filling under floors
Material for filling under floors shall be .soil free from harmful minerals, vegetable matter etc., and shall
not be expansive soils. Filling shall be done in well compacted layers not exceeding 150 mm in
thickness. Each layer shall be compacted to 95% Standard Procter Density. Sufficient soaking shall be
done before compaction. The entire area to be covered by flooring shall be finally dressed and trimmed
to required levels.
2.20Load bearing fills
Load bearing fills include embankments for roads and railways and such other earth fills above ground
levels provided for protection of fuel oil tanks, pads for storage tanks, drain bunds and the like.
Fill materials shall either be selected earth obtained from excavations for site leveling, trenches and
foundations or from selected borrow areas as may be required. Soils selected for filling in embankments
shall be of uniform quality and free from boulders, organic materials and other objectionable matter.
Soils having high silt and clay content and having laboratory maximum dry density less than 1.44 gms
per c.c. shall not be used for load bearing fills. For fills greater than 3m in height soils shall have
laboratory density not less than 1.52 gms per c.c. Soils for top 500 mm of fills for roads and railways
shall have laboratory density not less than 1.65 gms per c.c. and shall not have marked swelling and
shrinkage properties.
Foundation preparation for embankments shall be done as prescribed under site clearance. The
founding strata shall be compacted as much as possible by rolling or tamping before placement of fill
material. The water content of founding strata should be same as that specified for embankment fill. Any
pockets of loose material or depressions left in founding strata as a result of cleaning operation shall be
filled and compacted with the same material as the surrounding founding strata. When an embankment
is to be placed on steep sloping ground the surface of the ground shall be trenched in steps or trenched
or broken up in such a manner that the new materials bonds well with the founding strata.
Fill material shall not be placed until foundation has been inspected and approved by Engineer.
Material shall be placed in even, continuous, horizontal layers over full width of embankment in well
compacted layer not exceeding 200 mm thickness. Each layer shall be compacted by means of smooth
rubber tyred rollers, sheep-foot rollers, tractors, tampers or other mechanical means as may be found
suitable for the location. Before rolling the water content shall be checked and corrected by sprinkling
with water or adding dry material or aeration as may be required. This shall be followed by mixing and
the layer left for soaking before compaction. The water content shall be within plus or minus 2% of
Standard Proctor Optimum. Density of compacted layers shall be determined by sand replacement
method. Average compacted density shall be at least 95% of Standard Proctor Density. The number of
tests to be conducted for determination of moisture content and density shall be as provided by the
Engineer.

Contractor Executive Engineer


148
Side slopes of embankments shall be formed along with the main embankment. No side dumping shall
be done for the formation of slopes. When required the width of each layer shall be constructed slightly
in excess of required width and slopes trimmed to remove loose edge materials and completed to lines
shown in drawings or as directed by the Engineer.
Sub grades for road works shall be thoroughly wetted sufficiently in advance of placing of any base
course and it shall be ensured that it is firm and moist for at least 50 mm below the surface. Should the
sub-grade for any reason be loose or have density less than required, it shall be recompacted and
refinished. Excessive loss of moisture in the sub-grade shall be prevented by sprinkling and/or scaling.
No traffic or hauling equipment shall be permitted to play on finished sub-grade and any damage caused
to such portion shall be made good by the Contractor at his own cost.
2.21Turfing
The slopes of embankment shall be dressed to line and slightly roughened to bond and hold a surface
dressing consisting of 150 mm humus layer of soil. The entire surface shall then be covered with turf
consisting of blocks or strips of grass of approved species. The sod shall include a net of roots and earth
at least 75 mm thick. The sod shall be laid on slope in close contact and then tamped in place so as to
close and till the joints between blocks.
Immediately after placing the turfed slope shall be thoroughly wetted and kept wet for a sufficient period
to assure plant growth. Watering shall be continued until the grass takes root firmly and .the whole area
presents a uniform appearance. In the event that the plant growth has not taken place within the period
of maintenance such areas or patches shall be redone by the Contractor at his own cost.
3.0ANTI-TERMITE TREATMENT.
3.1Scope
The scope of work includes setting up a chemical barrier against attack by subterraneantermites.
3.2Execution
3.2.1General
All work shall in general be executed as specified in IS: 6313 Part-II and as per approved specification of
the agency having special know-how for the job.
All necessary work to ensure uniform distribution and proper penetration of treating solution shall be
done according to the instruction of the Engineer.
Soil treatment shall not be done when it is raining or when the soil is wet with rain or subsoil water. Once
formed, the treated soil barrier shall not be disturbed.
3.2.2Chemicals and rate of application
Any of the following chemicals (conforming to relevant Indian Standards) in water emulsion shall be
applied by pressure pumps, uniformly over the area treated.

Concentration by
Chemicals
weight, Item rate
Dieldrin (IS: 1054) 0.5
Heptachlor (IS: 6439) 0.5

3.2.2.1 Treatment of pits, trenches and basement excavations


Foundations, basements etc., may either be fully enveloped by the chemical barrier or the treatment
may start 500mm below ground level. The bottom surface and sides of excavation (upto a height of
about 300 mm) for column pits, walls, trenches and basements shall be treated with chemicals at the
rate of 5 litres per sq.m of surface area.
Backfills around columns, walls, etc., shall be treated at the rate of 15 litres per sq.m of the vertical
surface. Chemical treatment shall be done in stages following the compaction of earth in layers. The

Contractor Executive Engineer


149
treatment shall be carried out after the ramming operation is done by rodding the earth at 150mm
centres close to the wall surface and spraying the chemicals in the specified dose
3.2.2.2Treatment of top surface of plinth filling
Holes 50 mm to 75 mm deep at 150 mm centres both ways shall be made with crow-bars on
the surface of compacted plinth fill. Chemical emulsion at the rate of 5 litres per sq.m of surface shall be
applied prior to laying soling or sub-grade. Special care shall be taken to maintain continuity of the
chemical barrier at the junction of vertical and horizontal surfaces.
3.2.2.3Treatment of doors, windows and soil surrounding pipes, Wastes and conduits
Special care shall be taken at the points where pipes and; conduits enter the building and the soil shall
be treated for a distance of 150 mm and a depth of 75 mm at the point where they enter the building. All
the wooden door/window frames on the ground floor of the buildings shall be treated with the insecticidal
solution.
3.2.2.4Treatment of expansion joints
These shall received special attention and shall be treated in a manner approved by the Engineer.
3.3Acceptance Criteria
The Contractor shall give a 10 year service guarantee in writing supplemented by a separate and
unilateral guarantee from the specialized agency for the job to keep the building free of termites for the
specified period at no extra cost to the Owner.
4. EMBANKMENT
4.1 SCOPE OF WORK
(a) The work to be done under these specification consists of all canal embankments, rockfill
embankments, CNS layers backfilling of cut-off trench, earth work for approaches to the road
bridges, dyke embankment for nalas/drains, back filling around the canal structures rock toe and
filters of different type and sizes. The contractor shall furnish all materials, tools and plants, labour
and execute the work satisfactorily.
4.2 INDIAN STANDARDS FOR REFERENCE
1. IS : 1888-1971 Method of load test on soils
2. IS : 2131-1963 Method for standard penetration test for soils.
3. IS : 2809-1972 Glossary of terms and symbols relating to soil Engineering.
4. IS : 4332-1967 Method of sampling and preparation of(Part-I) (reaffirmedstabilized soils for
testing1978)
5. IS : 4558-1983 Code of practice for under-drainage of lined canals
6. IS : 5529-1969 Method of test for in-situ permeability test,code of practice for Part-I is over burden.

7. IS : 7894-1975 Code of practice for stability analysis of earthen dams


8. IS : 8237-1976 Code of practice for protection of slope forreservoir embankments

9. IS : 8414-1977 Guidelines for design of under seepage control measures for earth and rock fill
dams.(part I)
10. IS : 8419-1977 Filtration media - sand and gravel.
11. IS : 8826-1978 Guidelines for design of large earth and rockfill dams
12 IS : 4701-1982
13 IS : 9451-1994

Contractor Executive Engineer


150
In addition to the above, Indian Standards mentioned under para 1.2 of section-I may also be referred
to, where relevant.
4.3 STRIPPING
4.3.1 GENERAL
Before the embankment works commence, the base shall be stripped of unsuitable surface soil, including
all vegetation, grass, organic matter, bushes, roots and other unsuitable matter and shall dispose off the
same as directed with a lead up to 100 mtrs. and all lifts. Similar operations shall be done in the borrow
areas and in such cutting reaches of canal which yield useful embankment materials. Stripping shall be
done to such depth as directed.
4.4 PREPARATION OF FOUNDATION UNDER EMBANKMENT
(a) No materials shall be placed for the earth fill of the embankment until the foundation of the
embankment has been dewatered, suitably prepared and approved by the Engineer-in-charge. All
portions of excavation made for test pits or other sub-surface investigations and any existing
cavities below the foundations of the embankment shall be filled with soil of same quality as
specified for the earth fill and suitably compacted.
(b) Pools of water shall not be permitted in the foundation of the embankment and any water shall be
drained off and cleared prior to placing the first layer of embankment materials.
(c) SOIL FOUNDATION
Soil foundations of the embankment shall be scarified and loosened by means of a plough, ripper
or any other means to depth of about 15 cms to 20 cms to the satisfaction of the Engineer-in-
charge. Roots or other debris turned up during scarifying shall be removed from the foundation
area which thereafter shall be moistened to slightly above the optimum moisture content of the
foundation soil and shall be compacted by the compaction equipment to the same degree of
compaction as that of the embankment. The purpose of using higher moisture than optimum is to
ensure forcing of the soil into any soft zones existing below the surface. The first four layers of the
fill for the embankment shall be 10 cms. to 15 cms thick and shall be carefully placed and
uniformly compacted to form satisfactory bond between the foundation and the fill. These layers in
the hearting zone should be composed of most impervious materials. Sheep foot roller shall
preferably be used for the compaction of impervious soil and vibratory type rollers for compaction
of pervious and semi pervious soils and rock.
(d) ROCK FOUNDATION
i. The treatment of the rock surface under the embankment shall be so done as to ensure a tight
bond between embankment and the foundation. This shall be attained by the following procedure.
ii. The area of the rock surface which is to be in contact with the embankment shall be fully exposed
by removing all the loose and disintegrated rock leaving a rugged rock surface. Hard rock
projections and overhang shall be knocked off and removed. If blasting is to be restored to care
shall be taken to avoid objectionable shocks to foundation rock. As far as possible the whole
contact area shall exposed at one time to enable examination of the surface characteristics of the
rock and for planning the method of treatment.
iii. If the foundation rock is fairly impervious but has a highly rugged surface, it shall be treated by
laying embankment material in 10 cms thick layers at a moisture content slightly above the O.M.C.
and compacted with mechanical equipment / pneumatic tampers to ensure that all irregular
depressions in the rock surface are filled with soil to create an effective and complete bond.
(e) SAND FOUNDATION
Sand encountered in foundation shall be tested for its natural relative density. It shall be
compacted by any approved methods to obtain a minimum relative density of 70% before the filling
commences.
4.5 BACK FILLING OF CUT-OFF TRENCHES

Contractor Executive Engineer


151
(a) The cut-off trench shall be backfilled with same kind of materials and in same manner, as the earth fill of
the impervious core of the canal embankment. Each layer of the fill shall be continuous and approximately
horizontal layer of specified thickness and compacted under optimum moisture content to the specified degree
of compaction.
(b) During placing and compaction of impervious materials in the cut-off trench where dewatering is
involved, the sub-soil water level at every point in the cut-off trench shall be maintained below the
bottom of he earth fill until the compacted fill in the cut-off trench at that point has reached a height
of 3 mtrs., after which the water level shall be maintained at least 1.5 mtrs., below the top of
compacted fill.
4.6 BORROW AREAS
4.6.1 GENERAL
(a) All materials required for the construction of impervious or pervious zones of embankment and
back fill for cut-off trench and structures which are not available from canal excavation, excavation
for structure or from excavation of other ancillary works, shall be obtained from the designated
borrow areas or as designated by the Engineer-in-charge in consultation with field laboratory. The
depth of cut in all borrow areas shall be designated by the Engineer-in-charge and the cut shall be
made to such designated depth only. Each designated borrow area shall be fully exploited before
switching over to the next designated borrow area. Haphazard exploitation shall not be permitted.
The type of equipment used and the operations in the excavation of materials in borrow areas shall
be such as to produce the required uniformity of the mixture of materials for the embankment/CNS
layer.
4.7 STRIPPING OF BORROW AREAS
(a) Borrow areas shall be stripped of top soil and any other objectionable materials to the required
depth. Stripping operations shall be limited only to designated borrow areas. Materials from
stripping shall be disposed of in the exhausted borrow areas or in the approved adjacent areas.
(b) Stripping of borrow area shall not be measured and paid for separately. The cost of stripping is to
be included in the unit rate for the respective embankment/CNS layer item in schedule B.
4.8 BORROW AREA WATERING
(a) Borrow areas watering shall be done by the contractor wherever necessary and in the manner
specified by the Engineer-in-charge.
(b) The initial moisture content of the material in the borrow areas shall be estimated with the help of
laboratory test. The optimum moisture content for the material in the particular borrow areas shall
be determined by field tests. The additional moisture requirements if any shall be introduced into
the borrow areas by watering well in advance of the excavation to ensure uniformity of moisture
content. All care shall be taken to reduce excessive moisture in any of the locations of a borrow
area before or during excavation to secure the materials with moisture contents close to the
optimum to avoid formation of pools in the borrow areas during excavation operation, drainage
ditches from borrow areas to suitable outlets shall be excavated, wherever necessary. On
exhausting all useful materials or abandoning borrow areas the pits shall be fully drained to ensure
no ponding of water.
4.9 EMBANKMENT
4.9.1 GENERAL
The embankment may comprise of different zones viz.
(i) Impervious zone of earth fill of controlled compaction at controlled moisture content.
(ii) Semi pervious/pervious earth fill of controlled compaction at controlled moisture content, and
(iii) All in fill of controlled compaction at random moisture content.
4.9.2 EARTH FILL

Contractor Executive Engineer


152
1. Bushes, roots, sods or other organic or unsuitable materials shall not be place in the embankment.
The suitability of each part of the foundation for placing embankment materials thereon and of all
materials for use in embankment construction will be determined by the Engineer-in-charge on the
basis of field laboratory tests. The difference in elevation of the canal embankment within each
working length of not less then 50 mtrs., shall not exceed 1.2 mtrs., anywhere in cross section
unless specifically permitted by the Engineer-in-charge. Placing of the layers for the embankment
portion programmed for construction in the season shall be continuous and approximately
horizontal.
2. Placement of fill within the zones as shown on the drawings shall be performed in an orderly
sequence and in an efficient and workmanlike manner.
3. Chemical and physical tests of the soil in he embankment shall be carried out by the quality control
organization of the department to ensure that the soil does not contain soluble lime, soluble salts
or cohesion less fines and unsound materials in quantities harmful to the embankments. Useful
materials from canal excavation and excavation of structures and from borrow areas shall be
classified, transported and placed in the specified zones of embankment as directed by the
Engineer-in-charge.
4. Normally, the contractor shall utilise not less than 80% of suitable excavated material from the
canal and structures to construct embankment, whenever such utlisation is economical in the
opinion of the Engineer by conveying from the spoil heaps with all leads and lifts as mentioned in
schedule B and he will not be authorised to obtain material from borrow areas until he does so.
The balance of soils shall be obtained from borrow areas approved by the Engineer-in-charge. If
the contractor fails to utilise at least 80% of the usable excavated materials from the canal and
structures and obtains instead material from the borrow area, payment for this material shall be
made as if obtained from canal excavation within the leads mentioned in schedule-B. The decision
of Engineer about the usability of soils available from the canal excavation is final and binding
upon the contractor.
5. Embankment materials shall be spread in successive horizontal layers extending to full width of the
embankment plus 45 cms on either side to facilitate satisfactory compaction in the full designed
width. No payment shall be made for placing the additional 45 cms. widths or for their subsequent
removal. No addition shall be allowed to the slopes of the bank after the bank is raised. Trimming
of inside slopes to final dimensions, lines and grades shall precede the lining work. This shall be
done not more than two days prior to lining.
6. Thickness of embankment layers may be adjusted by the Engineer-in-charge if the contractor by
carrying out trial compaction and requisite tests satisfies the department that the type of
compactors used by him provide required density. The thickness of loose layers in embankment
shall be normally as under.

Sl. No. Type of compaction Machine Weight Thickness of loose layer


1. 1.5 mts. Dia.drum sheep foot rollers 6000 kgs./running mrts. 25cms. to 30 cms
2. 1 mtrs. Dia drum sheep foot rollers 3000 kgs/running mrts. 20 cms to 22 cms.
3. Pneumatic Tamper ................................ 7.5 cms to 10 cms.
4. D. R. R. 10,000 kgs. 20 cms to 25 cms.
5. Vibratory roller ................................ 30 cms to 45 cms.

7. No embankment layer shall be laid until the previous layer is properly watered, compacted and
tested as per requirement. The work of spreading and compaction shall be so adjusted as not to
interfere with each other and in such a way that neither of the operations is held up because of
non-completion of the rolling and watering. If the work is held up due to failure of machinery, no

Contractor Executive Engineer


153
claim whatsoever will be entertained even in case of machinery is supplied by the department.
The surface of embankments shall at all time of construction be maintained true to required cross
section.
8. The distribution of materials in each layer shall be such that the compacted materials will be
homogeneous and free from lenses, pockets or other imperfections The excavating and placing
operations shall be such that the materials when compacted will be blended sufficiently to secure
the best practicable degree of compaction, impermeability and stability.
9. The material of the earth fill zones of controlled compaction and moisture content shall be
compacted to a density as specified on the drawings but not less than 96% of the standard proctor
density. The material having less than 1.5 gms/cc. Standard proctor density shall not be used
unless specifically permitted by the Engineer-in-charge.
10. In the above zones, no lumps or stone or pebbles having larger dimension than 7.5 cms in
impervious core and 13 cms. in pervious/semi pervious zones shall be permitted. The total Item
rate of lumps or stones or pebbles of permissible size shall not exceed 5% in the case of
impervious core and 15% elsewhere. The Item rate is in respect of every 3 cubic meter of batch
material conveyed to the site of placement.
11. The homogeneous section for canal embankment shall be provided in the reaches where design
requirements are met with without hearting. The homogeneous zone shall be formed of materials,
with a permeability of less than 3 mtrs. Per year and with a standard proctor's dry density not less
than 1.5 gms/cc. The soil for the embankment shall generally be in accordance with
recommendations contained in IS : 8826-1978 (para 8). The available coarser and more pervious
material shall be placed near the outer slopes in order to have increasing permeability from inner
to outer side.
12. The impervious hearting zone wherever shown in the drawings shall be constructed of material
having required Item rate of clay so that it can be compacted at optimum moisture content by
suitable compacting equipment to achieve not less than 96% of the standard Proctor density.
Water tightness of material shall be checked by carrying out permeability tests both at the site and
laboratory. Permeability of impervious materials shall not be greater than 30 cms/year.
13. The casing zone shall consist of material which provides support to impervious core under various
conditions of saturation and draw down. The distribution of material shall be such that the
compacted material shall be homogeneous, free from cracks, pockets or other imperfections. The
excavating and placing operations shall be such that the material when compacted shall be
blended sufficiently to secure the best practicable degree of compaction, impermeability and
stability. The casing material should normally have a standard Proctor density not less then 1.75
gms/cc.
14. All suitable material with dry density greater than 1.35 gms/cc. Shall be used in all-in-fill zone.
Suitable sub-zones shall be formed within the all-in-fill if so directed by the Engineer-in-charge, by
depositing materials of different type, texture and particle size in different sub-zones. In general,
fragments of smaller size shall be deposited towards the inner slope and larger fragments towards
the outer slope of all-in fill. Formation of service roads and inspection paths in reaches of full
cutting will be treated as all-in-fill and will be paid for accordingly.
15. The top surface of the bank shall be leveled with a gradient of 1 to 80 away from the inner edge to
facilitate proper drainage. The canal embankment shall be constructed to the top width and height
equal to designed height shown on the drawing, plus 2.5% of the designed height to allow for
settlement. The embankment width, at various levels should be regulated accordingly. However,
the bottom width of embankment shall as shown on the drawing or as directed by the Engineer-in-
charge.
16. For proper bond between embankment placed in a previous season with the current embankment,
work shall be carried out and finished as under :

Contractor Executive Engineer


154
i. Where an existing embankment is to be extended horizontally it shall be cut to a slope not steeper
than 1 in 3 and the surface so prepared shall be scarified loosened at least to a depth of 15 cms
and wetted. Following, the embankment material shall be laid in layer and compacted to the
required degree of compaction.
ii. If the old bank is to be raised vertically, vegetation shall be cleared followed by scarifying, and
watering and placing of the new earth layer as specified above. Rising shall be done after the
bottom layer is tested. No extra payment will be made in this regard for the operations of clearing,
scarifying and watering etc.
iii. The surfaces which are damaged due to rain shall be repaired by filling with proper material duly
compacted by tampers.
17. The finished fill shall be free from lenses, pockets, streak of layers of materials differing
substantially in texture or gradation from the surrounding materials. Successive loads of the
materials shall be dumped on the earth fill so as to produce best practicable distribution of the
materials subject to the approval of the Engineer-in-charge.
4.9.3 MOISTURE CONTROL
i. Prior to and during compacting operations the material in each layer of earth fill zones of controlled
compaction and moisture content shall have optimum moisture content. The permissible variation
in the OMC is +/-3.
ii. As far as possible, the material excavated from the borrow area shall have adequate moisture
content. If additional moisture is required, it shall be added preferably at the borrow area and only
to a limited extent, if required, on the embankment by sprinkling water before placement. If
moisture content is more than required, the material shall be allowed to dry before compaction.
The moisture content shall be uniform throughout the layer of material for which plough, disc
harrowing or other methods of mixing shall be applied. If the moisture content is more than the
required moisture content specified above or if it is not uniformly distributed throughout the layer,
rolling shall be stopped and shall be started again only when the above conditions are satisfied.
4.9.4 COMPACTION
i. Material shall be placed in layers of specified thickness as shown in the table under para 2.6.2(6).
the proper moisture content where prescribed shall be uniformly distributed through out the
material, before it is compacted. Compaction shall be done in strips overlapping not less then
0-.30 mtr. The compacting equipment shall travel in a direction parallel to the axis of the canal.
Turns shall be made carefully to ensure uniform compaction. Each layer of soil placed in the bank
as specified above shall be compacted with 8 to 10 tonnes power rollers or suitable crawler tractor
drawn, heavy sheep foot rollers. The compaction shall have to be uniform over the full width of the
bank. the roller shall be made to travel over the entire designed width of each layer so that the soil
is uniformly compacted to the required degree and it leaves no visible marks on the surface.
Where flat roller are used, the surface of each layer of compacted materials shall be roughened
with a harrow or thoroughly furrowed/pick-marked as directed before depositing the succeeding
layer of materials and care shall be exercised to avoid the occurrence of horizontal seams.
ii. In those parts of the structure which are inaccessible to the specified rolling equipments, or around
and in contact with structures and in proximity to structures, where the rolling equipment is not
permitted to operate, compaction shall be accomplished by mechanical or pneumatic rammers of
approved type as directed. Rollers shall not be permitted to operate within 0.60 meter of concrete
or masonry structures and the earth fill within this distance shall be tamped by mechanical or
pneumatic rammers. All materials to be so tamped shall be spread in layers. 7.5 cms to 10 cms.
thick when loose and the moisture content of the material and the amount of tamping shall be such
as to produce a degree of compaction equal to the specified degree of compaction for rolled fill
portion Special care shall be exercised to obtain good contact and bond with surface of concrete or
masonry structures.

Contractor Executive Engineer


155
iii. Where canal embankment covers barrels of cross drainage structure first 45 cms. of the
embankment shall be compacted with pneumatic hand tempers in loose layers 7.5 cms. to 10 cms.
thick. Further fill shall be compacted by using suitable light rollers to avoid damage to the
structures, by adjusting the thickness of layers until sufficient height is achieved to permit
compaction by heavy rollers. Density test shall be conducted from time to time on site to ascertain
whether the compaction is attained as specified above. Separate tests shall be conducted for
each layer of hearting and casing zone of embankment at least one field density test shall be taken
in each zone for every 30 mtrs. or less of compacted earth work. A minimum of three density tests
one is hearting one in inner casing and one on outer casing shall be taken per day. IN case the
specified densities are not attained, suitable measures shall be taken by the contractor either by
moisture correction or by removal and relaying of layer or by additional rolling so as to obtain the
specified density which shall be checked again at the same locations. In addition, tests shall also
be carried out at the limits of the embankment and adjacent to filters at the discretion of the
Engineer-in-charge. Necessary unskilled labour required for collection of samples shall be
provided by the contractor at his cost. However, testing charges shall be borne by the department.
iv. At least three standard proctor tests shall be carried out at regular intervals for the material to be
used to account for variation in the borrow area material as well as excavated material. Wherever
material from different sources are used for embankment i.e. material from borrow areas or from
excavation, at least three tests shall be carried out to determine standard proctor density of each
material.
v. The department might review the design if necessary on examination of density and other test
results and the contractor shall have no claim arising out of such a review and consequent
change if any in the design.
VI. Where compaction of cohesion less free draining materials such as gravel is required, the
materials shall be deposited in horizontal layers and compacted to the specified relative density.
The excavating and placing, operations shall be such that the material, when compacted, shall
be blended sufficiently to secure the highest practicable unit weight and best stability. Water shall
be added to the materials as may be required to obtain the specified density by method of
compaction being used.
4.9.5 COMPACTION OF ALL-IN FILL
The all-in-fill zone of the bank wherever shown in the drawings or instructed to provide, shall be formed
in layers of uniform thickness and for the full width of zone. The thickness of loose layer shall not be
more than that given in the table in para 7 in clause 2.6.2. When construction of controlled earth fill zone
proceeds the formation of the all-in-fill zone, the slope of the earth fill zone at the junction shall be
stepped if so directed to ensure proper bonding between the two zones.
All clods and lumps of soil shall be broken to a size not exceeding 7.5 cms. The finer of the materials
available shall be deposited on the inner side and the coarser materials towards the outside of the
embankment. Each layer shall be well compacted by the flat rollers, sheep foot roller, vibratory rollers,
crawler tractor or by combination of any of the above as is best suited to the type of the fill material, as
directed. The minimum relative density of the compacted material shall not be less than 70% of the dry
density as determined in laboratory tests in the case of cohesion less materials. In the case of cohesive
materials, the degree of compaction should not be less than 90% of the proctor's density. A minimum
number of passes of the compacting equipment would be prescribed and followed to obtain optimum
compaction.
4.9.6 LAYING AND COMPACTING COHESIVE NON-SWELLING MATERIAL.
i. Where the canal is excavated through soils, a layer of cohesive non-swelling (CNS) material shall
be placed between the expansive soil and the concrete lining in accordance with paragraph 5.2 of
IS : 9451-1985.
ii. If the CNS material does not conform to above properties, it should be suitably blended with
suitable soils to achieve the properties as directed by the Engineer-in-charge.

Contractor Executive Engineer


156
iii. Immediately prior to placing the first layer or CNS material, the surface of the excavation and
embankment to receive the material shall be adequately wetted, as approved by the Engineer-in-
charge.
iv. After the canal prism has been shaped to a reasonably true and even surface, CNS material shall
be placed compacted to not less than 96% of standard proctor density unless otherwise specified,
on adequately wet surface in specified layers depending upon the type of compacting equipment
deployed. Each layer of CNS material shall be moistened before compaction.
v. In case of distributaries with smaller bed width in cutting reaches it may not be possible to compact
the CNS layer by power rollers. In such cases the CNS material filled up in the excavated section
shall be hand tamped in suitable layers till adequate width is available for compaction, by power
rollers. Further layers shall be compacted by power rollers. In case of wider section of the
distributaries, the placing and compaction of the CNS layers shall be done on both the side slopes
independently. After compaction is done, the canal section shall be cut to the required neat lines
and excavated CNS materials shall be re-used in further reaches. Laying and compaction of CNS
layers shall be done as per drawings to achieve specified field densities.
4.10 ROCK FILL
4.10.1 GENERAL
Rock fragments available from the canal excavation shall be used in all-in-fill embankment if found
suitable, as per the directions of the Engineer-in-charge. The thickness of loose layer of rock fill shall not
be more than 60 cms using well graded rock fragments varying form 0.014 cum (1/2 cft) to 0.75 cum. (1
cubic yard). The rock fill shall be placed or dumped in approximately horizontal layers with finer materials
in the interior of the embankment and larger materials towards the outer edge. Voids in the rock fill shall
be filled and packed with smaller stones of not less than 7.5 cms in size, in such a manner as to obtain a
dense fill with minimum of voids to the satisfaction of the Engineer -in-charge. Compaction shall be done
by movement of crawler tractor or loaded tippers. The relative density of the hand packed and compacted
rock fill shall not be less than 70%.
4.10.2 ROCK TOE
a) Materials for rock toe shall consist of suitable free draining rock fragments, cobbles and boulders.
The stones / rubble available from the excavation shall be used. If the materials is not sufficient,
stones/rubbles shall be brought from the approved quarries.
The material shall be got approved by the Engineer -in - charge prior to being brought to site. The
material shall be clean and well graded consisting principally of rock fragments. Fragments less
than 0.01 cum. shall not be used. Sufficient fine material such as rock spills, cobbles and coarse
gravel to fill the voids among the larger stone shall be used. Use of stones above 0.028 cum is not
obligatory. The material shall be selected and placed in such way that the larger stones shall be
placed near the outer slope and the smaller ones adjacent to the inner slope. The stones shall near
the outer slope and the smaller ones adjacent to the inner slope. The stones shall be properly
hand packed, so as to produce a dense and well graded fill with no large voids and cavities. The
surface of the outer slope shall be fairly even and uniform.
b) Suitable outfall for draining the seepage water collected in the rock toe shall be provided depending
upon the site conditions.
c) The dimensions of the rock toe zone shown in the drawings are tentative and if required,
modifications may be ordered by the Engineer during execution of the work. The contractor shall
work according to such modifications without any increase in unit rates.
4.10.3 LAYING OF FILTERS
Filters media shall be provided to the dimensions shown in the drawing or as directed by the Engineer -
in-charge. The number of layers, the thickness of each layer and gradation of filter material shall be as
specified in drawing or as directed by the Engineer - in-charge. The placing of the filter materials shall be
such that the segregation within the layer is prevented. The Filter materials shall be watered and

Contractor Executive Engineer


157
compacted so as to achieve a relative density of not less than 70%. Care shall be taken not to mix up the
filter materials of a layer with soil or with filter materials of adjoining layer.
Suitable transition filter is intended to be provided between earth fill and all-in -fill zone consists of less
than 50% of minus 80 mm. material. The contractor shall provide the transition filter as shown in the
drawing or as directed by the Engineer-in-charge for which payment will be made at quoted rates.
Horizontal filter blanket shall be provided, wherever prescribed, connecting the inclined filters as shown
in the drawings or as directed by the Engineer-in-charge. Before placing the horizontal filter layers, the
foundation thereof shall be cleared and brought to level by filling in depressions (if any) with selected
impervious materials compacted at OMC. Each layer of filter media shall be adequately watered and
compacted by moving the hauling and spreading equipment over it or by other means approved by the
Engineer-in-charge. The rock toe, if prescribed, shall then be laid in such a way as not to damage the
filter blanket in any way.
Inclined filters abutting the outer slope of the impervious core shall be provided as per approved
drawings or as directed by the Engineer - in - charge. Filter materials shall be so placed that it conforms
to the position indicated in the drawing and the continuity of each layer is ensured. The thickness and
location of each individual filter layer shall be maintained by placing the material between temporarily
placed mild steel sheets or wooden boards which shall be withdrawn before compaction. The inclined
filter and the embankment material adjacent to it shall be raised together with the maximum difference
in height of 0.6 mtr. between filter and the adjacent embankment.
4.10.4 FILTERS DRAINS
Filters drains shall be provided at suitable locations and to the dimensions shown in the drawing to
collect seepage from the embankment and to discharge the same away from the embankment by
suitable means according to the site conditions as directed by the Engineer-in-charge.
4.10.5 FILTER MATERIALS
a) The filter materials shall consist of well graded sand, gravel or crusher broken aggregate. The material
shall be free from debris, brush wood, vegetable matter, decomposed rock, and other deleterious
matter. Sand in filter media shall confirm to the specifications in IS : 383-1970 or its latest version. Silt
and clay content in sand shall be less than 5% (IS : 1498-1970)
c) Filter materials shall not be placed until the sub-grade has been inspected and finally approved by the
Engineer-in-charge. The filter material shall be laid in layers not exceeding 15 cms. in thickness or as
prescribed by the Engineer-in-charge. The number of layers, the thickness of each layer and the size of
the ingredients shall be as per the final design which will be furnished to the contractor based on the
laboratory test satisfying primarily the following filter criteria.

D15( F ) D15( f )
i.  4to5
D85( B ) D15(b)
D15( F )
ii.  Between5and 40
D15(b)
Where D 15 and D 85 are particle diameter corresponding to 15% and 85% passing

'F' denotes filter material 'B' denotes base material. The Item rate being determined by weight after
mechanical analysis.
c) The gradation curves of the filter material shall be nearly parallel to the gradation curves of the base
material
d) The requirement for grading of the filter shall be established by the field laboratory on the basis of
mechanical analysis of adjacent materials
e) The size and grading of filter material shall generally be as indicated in the drawing. The Engineer-in-
charge may at his discretion modify the gradation in the filter layer to satisfy the filter criteria. The
contractor shall do the necessary processing of the filter materials at his own cost.

Contractor Executive Engineer


158
f) The material brought by the contractor to the site shall be tested by the quality control organization of the
department in the laboratory at the project site. The result thereof shall be final and binding. All material
not conforming to the requirement so determined shall not be permitted for us on the said work.
4.11 BACK-FILL IN FOUNDATION TRENCHES AND AROUND STRUCTURES
4.11.1 GENERAL
a) The type of material used for backfill and manner of depositing the material, shall be subject to approval.
As far as practicable, backfill material shall be obtained from the excavating for structures or from
adjacent canal excavation or from excavation of other ancillary works.
b) Back-fill material shall contain no stones larger than 7.5 cms. size, or as prescribed by Engineer-in-
charge.
c) The backfill material shall be placed to the lines and grades as shown on the drawings or as prescribed
in this paragraph or as directed by the Engineer-in-charge.
d) The backfill material shall be placed carefully and spread in uniform layers of specified thickness and
each layer will be moistened and compacted to required degree of compaction at specified moisture
contents. The backfill shall be brought up as uniformly as practicable on the both sides of walls and all
sides of structures to prevent unequal loading. The backfill material shall be placed at about the same
elevation on both side of the pipe portions of the structures and culverts and difference in elevation shall
not exceed 15 cms. at any time. The contractor shall be responsible for providing adequate earth cover
wherever necessary such as over the pipes or pipe culverts, to prevent damage due to loads of
construction equipments.
e) If a haul road is built over a pipe, all backfill around and over the pipe shall be placed to a uniform surface
and no humps or depressions shall be permitted at the pipe crossings.
4.11.2 COMPACTION OF BACKFILL
When compacting soil against abutment of masonry or concrete structures, width to an extent of 0.6 mtr.
shall be compacted with pneumatic tampers. Roller shall not be used close to structures to avoid
damage. The size and weight of compacting equipment shall depend on nature of material, the height
and load assumed in design of a structure. The backfill close to the structure up to the rolled layer shall
be compacted in suitable uniform layers, using pneumatic tampers to a dry density of at least 96% of
standard proctor. The moisture content of the earth fill placed against the rock or the structures shall be
about 2% higher than O.M.C. to allow for penetration into cavities. Compaction at joints of earthwork and
backfill around structures shall be carried out with special care without claiming any extra cost.
4.11.3 WEATHER CONDITIONS
a) Embankment material shall be placed only when weather conditions are satisfactory to permit accurate
control of the moisture content in the embankment material. Before closing the work on embankment, in
any continuous reach prior to monsoon, the top surface shall be graded away from the canal and rolled
with a smooth wheeled roller to facilitate runoff. Prior to resuming work, the top surface shall be scarified
and moistened or allowed to dry as the case may require.
b) The contractor shall provide suitable protection works to protect the slopes from erosion due to rain. No
payment whatsoever shall be made for providing such protection work and repairing any monsoon
damages.
4.12 INSPECTION AND TESTS
4.12.1 GENERAL
a) The Engineer-in-charge would exercise thorough check on the quality of fill material delivered to the
embankment and on the degree of compaction. He would further arrange to obtain and record the data of
in-situ properties of the high banks after compaction, for comparison with design assumptions. To
achieve these objectives, a programme of field testing and inspection shall be planned.

Contractor Executive Engineer


159
b) The scope of testing and inspection is as under :
i) The quality of materials used for bank work will be checked periodically.
ii) Checks on the effectiveness of placement and compaction procedures shall be made by field
density tests at prescribed intervals.
iii) Record tests of compacted fill shall be made at regular intervals
4.12.2 BEFORE COMPACTION
a) Material delivered to the fill shall be visually examined and their properties estimated by way of
inspection .
Borrow Area
i) Excavation of borrow areas shall be limited in extent and depth as indicated on plans.
ii) Estimation of moisture content of materials shall be made by visual examination and feel.
iii) Sample shall be taken for laboratory analysis in case of soil is of different characteristics.
b) These inspection /checks shall be supplemented by sampling the materials at prescribed
intervals and by testing the samples in the laboratory for gradation and moisture content etc.
4.12.3 EMBANKMENT
i) Moisture contents tests shall be carried out in the laboratory while placing the fill materials.
ii) Moisture contents shall be controlled by adding water or allowing the solid to dry up to the extent
required.
iii) It shall be ensured that the methods of dumping, spreading and moisture conditions are such as
will result in reducing segregation and variation of moisture content to a minimum,
4.12.4 DURING COMPACTION
Inspecting during compaction shall ensure :
i) That the layer thickness of the material is as specified.
ii) That the fill is compacted at least up to 90% of standard Proctor density or as otherwise specified
or 70% relative density as the case may be.
iii) That no excessive rutting, waving or scaling of the fill occurs during compaction.
4.12.5 AFTER COMPACTION
The conditions of the fill after compaction shall be observed and recorded particularly with respect to
rutting or waving. However, the properties of materials after compaction shall be determined primarily by
field density tests. Routine tests on samples taken from constructed embankment shall include, density
tests, and moisture content tests. The record tests shall include grain size distribution, Atterburg limits.
permeability & consolidation characteristics.
4.12.6 FREQUENCY OF TESTING
a) Before and after compaction the sampling and testing of materials shall be done at sufficient frequencies
so that effective checks on the full operations are maintained. Testing frequencies shall be as per
standards prescribed by the department. However, the actual frequencies shall be adjusted to suit to the
nature and variability of materials placed and the rate of fill placement as per the directions of the
Engineer-in-charge.
b) Testing shall be performed at higher frequencies than those specified above during initial stages of
construction in order to establish control and testing techniques. Testing shall be conducted additionally,
as and when required in case of special problems such as variation in the construction materials, in
equipment performance and weather.

Contractor Executive Engineer


160
c) In addition, these tests shall be made
i) In areas where the degree of compaction is doubtful and
ii) In areas where embankment operations are concentrated.
d) Locations of likely insufficient compaction shall cover the following or any other areas so determined by
the Engineer-in-charge.
i) The junction between areas of mechanical tamping and rolled embankment along structures.
ii) Areas where rollers turn,

iii) Areas where improper water content has been encountered.

iv) Areas where dirt clogged rollers have been encountered.

iv) Areas containing materials differing substantially from the average.


4.12.7 RECORD AND REPORT
The contractor shall maintain chronological and location wise record of the source of materials and the
embankment placing operations in order to have a continuous check on the works. Thus, it should be
possible to have a complete description of materials that has gone into in any portion of the embankment.
4.12.8 PROTECTION
The contractor shall take all precautions necessary for the protection of all works by diversion of adjacent
streams, surface drainage, rain water etc. any damage to earth work due to any reason whatsoever shall
be repaired by the contractor at his cost till the work is certified as completed and taken over by the
Department.
5.0 PLAIN AND REINFORCED CONCRETE
5.1 SCOPE OF WORK
The specification cover the requirements of plain and reinforced concrete for use in various components
of structures. The work covered under this section consists of furnishing all materials including
formwork, equipment, labour for the manufacture, transport, placing, vibrating, finishing and curing of the
concrete for the structures and performing all the operations necessary and ancillary thereto including
dewatering and desilting etc., as required. For the reinforced concrete structures, granite, quartzite,
dolerite or trap shall only be used as coarse aggregate.
5.2 APPLICABLE PUBLICATIONS
All concrete, its constituents, methods and procedures of manufacture, placement etc. shall conform to
Indian Standard Specifications and other publications listed below unless otherwise specified.
5.2.1 INDIAN STANDARDS FOR REFERENCE
1. IS : 303-1975 Plywood general purpose
2. IS : 432-1966(Part-I) Mild steel and medium tensile steel bars
3. IS : 516-1976 Portland slag cement
4. IS : 516-1959 Methods of test for strength of concrete
5. IS : 2505-1980 Concrete vibrators immersion type.
6. IS : 2506-1964 Screed board concrete vibrators.
7. IS : 3370-1965-1967 Code of practice for concrete structures
(All parts) for the storage of liquids.
8. IS : 3558-1983 Code practice for the use of immersion
vibrators for consolidating concrete.
9. IS : 4656-1968 Form vibrators concrete

Contractor Executive Engineer


161
10. IS : 4990-1981 Plywood for concrete shuttering works.
11. IS : 5242-1979 Method of test for determining shear
strength of mild steel.
12. IS : 8989 -1978 Safety code for erection of concrete framed structure.
13. IS : 9077-1979 Code of practice for corrosion protection of steel reinforcement in R.B. and
R.C.C. construction.
In addition to the above, relevant Indian Standards referred in Section-III shall also apply.
OTHER PUBLICATIONS
1. Indian road congress standard Section I
specifications and code of Section II &
practice for road bridges. Section III
2. Concrete Manual U.S.B.R.(Latest Edition)
3. American Society for testing of materials C. 494.80
4. Design aids to IS : 456-1978 for SP 16(S & T)
reinforced concrete 1980
5.3 COMPOSITION
(a) Concrete shall be composed of cement, fine aggregate (natural sand of manufactured sand or
both), coarse aggregates (manufactured or natural gravel) admixtures and water, well mixed in
proportion and brought to the proper consistency. The design mix proportions shall be adjusted to
produce a durable and workable concrete, suitable for specified conditions of placements and
design strength.
(b) For all items of concrete in any portion of the structure or its associated works, controlled concrete
shall be used where specified.
5.4 MATERIALS
5.4.1 CEMENT
(a) Only 43 grade ordinary Portland cement shall be used for R.C.C. constructions while Puzzolona
Portland cement (P.P.C.) shall be allowed to be used for plain concrete.
(b) Immediately, upon receipt at the site of the work, cement shall be stored separately in dry, water
tight and properly ventilated structures. All storage facilities shall be subject to approval and shall
be such as to permit easy access for inspection and identification. Sufficient cement shall be kept
in stock for completion of concreting undertaken. Cement shall be used in order of receipt and
cement older than 90 days shall not be used unless the test results satisfy the minimum strength
requirements. The provision made in para 3.5.1 shall also apply.
5.4.2 FINE AGGREGATES
The provisions made under Part – I of Materials.
5.4.3 COARSE AGGREGATES
(a) coarse aggregates shall consist of hard, strong, durable particles of crushed stone or gravel and
shall be free from thin elongated soft pieces, organic or other deleterious matter. It shall have no
adherent coating. It shall be from a source, approved by the Engineer-in-charge. Coarse
aggregates shall conform to IS : 383-1970 and IS : 515-1959.
(b) Coarse aggregates shall be washed if necessary to remove all vegetations and other perishable
substances and objectionable amounts of other foreign matter. The cost of washing and screening
shall be borne by the contractor.

Contractor Executive Engineer


162
(c) Following table gives an indication of the maximum size of coarse aggregate for the different items
of work. However maximum size of coarse aggregate shall be adopted as indicated on the
drawings.

Sl. No. Item of work Maximum Nominal size


of coarse Aggregate (MSA)

(i) Foundation floor and gravity 40 mm


retaining walls (mass concrete)
(ii) R.C.C. Rafts, piers, Abutments 40 mm
Barrels, cutoff walls, Breast walls
Staunching rings etc.
(iii) R.C.C. work in main and cross girders, 20 mm
Deck slab, wearing coat, kerb, parapet
walls, approach slab, pier caps,
diaphragm wall and other thin
walled members and in zones of congestion
(d) For heavily reinforced concrete members, as in the case of ribs of main beams, maximum size of
aggregate shall usually be restricted to 5 mm. less than the minimum lateral clear distance
between the main bars or 5 mm less than the minimum cover to the reinforcement, whichever is
smaller. However, if required under special circumstance, the Engineer may permit an aggregate
of maximum size 25% more than this/critical spacing / cover, provided that proper vibration is
ensured. The other provisions made under Part – I, Materials shall apply.
5.4.5 REINFORCEMENT STEEL
The provisions of Part – I, Materials shall apply.
5.4.6 WATER
The provisions made under Part – I, Materials.
5.4.7 ADMIXTURES
Admixtures like water reducing agents, air entraining agents, water proofing agents etc. shall be used
only if permitted by the Engineer. The kind of admixture its make and quality, the proportion and the
manner of mixing shall be subject to Engineer's approval.
5.4.8 EPOXY
Use of epoxy for bonding fresh concrete for repairs shall be permitted on written approval of the
Engineer. Epoxy shall be applied in accordance with the instructions of the manufacturers. The cost of
such repair shall be borne by the contractor.
5.5 CONCRETE FOR STRUCTURES.
Controlled concrete shall be used for the structures in three grades designated as M-10, M-15 and M-
20. The mix shall be designed using representative samples of available coarse and fine aggregate as
well as cement and water to achieve the required workability strength and durability standards. Mix
design studies and test will be made by the CNNL.
5.6 STRENGTH REQUIREMENT OF CONCRETE
The compressive strength requirement for the various grades of controlled concrete shall be as per table
No. I given below.

Table No. 1

Grade of Compressive test strength in N/Sq mm of 150 mm


Contractor Executive Engineer
163
Concrete cube conducted in accordance with IS : 516-1959
Min. at 7 days Min. at 28 days

M-10 7 10
M-15 10 15
M-20 13.5 20
M-25 17 25
Note : in all cases, the 28 days compressive strength specified in table shall alone be the criteria for
acceptance or rejection of the concrete on the basis of its strength. Where the strength of a concrete mix as
indicated by tests lies in between the strength for the two grades specified in table, such concrete shall be
classified for all purpose as concrete belonging to the lower of the two grades between which its strength lies.
5.7 PROPORTIONING CONCRETE
(a) Concrete mix shall be designed on the basis of preliminary test. The proportion of ingredients shall
be such that concrete has adequate workability for conditions prevailing on the work in question
and can be properly compacted with the means available. Samples of construction material
required for evolving design mix shall be supplied 3 months in advance.
(b) Unless it can be shown to the satisfaction of the Engineer-in-charge that supply of properly graded
aggregates of uniform quality can be maintained till the completion of the work, grading of
aggregate shall be controlled by obtaining the coarse aggregate in different sizes and blending
them in the right proportions as required. Different sizes shall be stacked in separate stockpiles.
Required quantity of materials shall be stock piled at least 3 days in advance before use. Grading
of coarse and fine aggregates shall be checked as frequently as possible, frequency for a given job
being determined by the Engineer-in-charge to ensure that the supplies are maintaining the
uniform grading as approved for samples used in the preliminary tests. In proportioning concrete
the quantity of both cement and aggregate shall be determined by weight. Water shall either be
measured by volume in calibrated tank or weighed. All measuring equipment shall be maintained
in a clean serviceable condition. Their accuracy shall be periodically checked.
(c) It is most important to maintain the specified water cement ratio. To this end, moisture content in
both fine and coarse aggregates shall be periodically determined and the amount of mixing water
shall be adjusted to compensate for any variations in the moisture content. For the determination
of moisture content in the aggregates IS : 2386-1963 (Part III) shall be referred to. Suitable
adjustment shall also be made in the batched weight of the aggregate depending upon the
variations in their moisture content.

(d) The Quantity of cement for various grade shall be as per S.R. for quoting rates in Schedule – B.
TABLE
Sl. No. Grade of concrete Cement Approximate content
required in Kg for one cum. concrete
1) M – 25(20 mm CA) 360
2) M – 20(20 mm CA) 330
3) M – 10(40 mm CA) 220
4) C.C 1:3:6(40 mm CA) 220
5) C.C 1:3:6(20 mm CA) 220
6) R.C.C 1:1.5:3(20 mm CA) 400
(e) Actual cement level required for the aggregates to be used shall be determined by Laboratory
tests. The mix proportions shall be selected to ensure that the workability of the fresh concrete is
suitable for the conditions of handling and placing, so that after compaction it surrounds all

Contractor Executive Engineer


164
reinforcements and completely fills the formwork. When concrete is hardened, it shall have the
required strength, durability and surface finish. A mix shall be designed to produce the grade of
concrete having the required workability and characteristic strength not less than that stipulated in
table under para 5.6 above.
(f) The quantity of water shall be just sufficient to produce a dense concrete of required workability
and strength for the job. An accurate and strict control shall be kept on the quantity of water.
(g) Incase of reinforced concrete work, workability shall be such that the concrete surrounds and
properly grips all reinforcement. The degree of consistency, which shall depend upon the nature of
work and methods of vibration of concrete, shall be controlled by regular slump tests. Following
slumps shall be adopted for different types of works.

Type of work Slump Allowed


i. Mass concrete for RCC foundations, 40 mm to 50 mm
footing and retaining walls
ii. Beams, slabs and columns 40 mm. to 50 mm.
iii. Thin RCC section with 50 mm. to 60 mm.
congested steel

5.8 PRODUCTION OF CONCRETE


PRODUCTION OF AGGREGATES.
Production of aggregates may include quarrying of the raw material and processing viz. transporting,
crushing, screening and washing. Water used for washing aggregates shall be clean and free from
alkali, salts and other impurities. After washing, fine aggregates must be stored in stock piles with a free
draining base for at least 3 days to ensure that sand, delivered to the batching plant will have a
reasonably uniform moisture content. The storage and handling shall be in such a manner as to prevent
inter mingling of various sizes of aggregates required separately for grading purposes. No foreign matter
shall be allowed to mix with aggregate.
5.9 BATCHING
(a) The prescribed amount of the various materials of concrete, including water, cement, admixtures
the groupings of fine aggregates and each individual size of coarse aggregates shall be measured
and controlled within the specified limits of accuracy. The amount of water, cement and
aggregates shall be determined by weighing. In the case of fine aggregates, the surface moisture
shall be determined in accordance with the method prescribed in Appendix D of IS : 456-1978 and
its subsequent amendment or publications. In the case of coarse aggregates, Item rate of free
water shall be determined by weighting representative sample, then surface drying each particle
individually with a clean piece of cloth and reweighing.
(b) The batching equipment shall be constructed and operated so that the combined inaccuracies in
feeding and measuring the materials shall not exceed 1% for water and cement and 2% for each
size of aggregate.
(c) The operating performance of each scale or other measuring device shall be checked by test
weight and the test shall cover the ranges of measurements involved in the batching operations.
Tests of equipments in operation shall be made at least once every fortnight and adjustment,
repairs or replacement, be made as necessary to meet the specified requirements for accuracy of
measurement.
(d) Aggregate shall not be batched for concrete or mortar when free water is dripping from the
aggregate.
(e) Incase uniformity in the materials used for concrete has been established over a period of time,
proportioning may be done by volume batching, provided periodical checks are made on mass /
volume relationship of the material. When weigh bathing is not practicable, quantities of fine and

Contractor Executive Engineer


165
coarse aggregate (not cement) may be determined by volume. If fine aggregate is moist and
volume batching is adopted, allowance would be made for bulking in accordance with IS : 2386-
Part III - 1963.
5.10 MIXING
(a) The concrete ingredients shall be mixed thoroughly in batch mixers of satisfactory type and size,
which are so designed as to ensure uniform distribution of all the constituent materials throughout
the mass at the end of mixing period. The plant shall be so designed and operated that all
materials entering the mixer can be accurately proportioned and readily controlled. The entire
batch within the mixer shall be discharged before re-charging. The volume of mixed materials per
batch shall not exceed the rated capacity. A mixer will be considered unsatisfactory, if from three
tests of any one batch, a range in slump exceeding 25 mm or a range in air content exceeding one
percent is noticed between representative samples taken at different portions of the mixer
discharge.
(b) For any one batch, uniformity of fresh concrete weight of air free mortar of two samples one taken
at the front and one at the end of the mixer discharges, when determined in accordance with the
provisions of the mixer performance test, designation 26 in the appendix of the seventh edition of
the United States Bureau of Reclamation concrete manual, shall not exceed 1.6 percent of the
mean value. The adequacy of mixing shall also be determined in accordance with "Method of
sampling and analysis of concrete" as per IS : 1199-1959 and its subsequent amendments.
Excessive variation on the unit weight of air free mortar indicates that mixing time should be
increased. Mixer efficiency test shall be made at the start of a job and at such intervals as may be
necessary to ensure compliance with the requirements for effective mixing. The minimum mixing
time specified herein may be reduced if mixer efficiency test conform that the reduced time permits
satisfactory mixing.
(c) The first concrete batch at the start of continuous mixing operation or after a lapse of 30 minutes in
continuous mixing operation shall be made richer by the addition of extra cement as directed.
(d) For any one batch, the difference between the unit weight of coarse aggregate from concrete
samples from the front and end of the mixer or mixer discharge, when determined in accordance
with the above mentioned mixer performance test shall not exceed 10% of the mean value.
(e) The mixing of each batch shall continue, for not less than the period stated in table I of IS : 457-
1957 reproduced at para 3.6.3 unless tests of mixer performance show that variation in the
prescribed time is necessary or acceptable. Each mixer shall have a timing device for indicating
the completions of the required mixing period.
(f) The actual time of mixing shall be checked at least twice during each shift and in the case of
central batching plant where the timing device is provided, the same shall be adjusted if there is
error. The timing device shall be so interlocked with the discharge gate of the batch hopper that
timing does not start until the discharge gate is fully closed and all ingredients are in the drum. A
suitable record shall be kept of the average time consumed in charging, mixing and discharging a
batch during each run.
(g) The full contents of the drum shall be discharged quickly to avoid segregation.
(h) The minimum periods specified are conditional on the materials being fed into the mixer in a
manner which will facilitate efficient mixing and an operation of the mixer at its designed speed.
The following sequence of charging the mixer may be adopted.
(i) Five to ten percent of the total quantity of water required for mixing adequate to wet the drum
thoroughly, shall be introduced before the other ingredients in order to prevent any caulking of the
cement on the blades or sides of the mixer.
(ii) All dry ingredients (cement and the fine and coarse aggregate) shall be simultaneously fed into the
mixer in such a manner that the period of flow for each ingredient is about the same. Eighty to
ninety percent of the total quantity of water required for mixing shall be added uniformly along with
the dry ingredients.
Contractor Executive Engineer
166
(iii) The remaining quantity of water shall be added after all the other ingredients are in the mixer.
(iv) Portion of the coarse aggregate, however, may be added last. This will facilitate clearance of the
chutes and removes any fine aggregates or cement adhering to the sides.
(i) Excessive mixing, requiring additions of water to preserve the required concrete consistency will
not be permitted.
(j) When the mixer is stopped, before placing again any ingredients in the mixer, all hardened
concrete or mortar shall be removed from the inner surface of the mixer.
(k) The retampering of partially hardened concrete or mortar requiring renewed mixing with or without
the addition of cement aggregate or water shall not be permitted.
5.11 TEMPERATURE OF CONCRETE AND WEATHER CONDITIONS
The temperature of concrete at the time of placement shall not exceed 35 degree C. concreting
operations shall be temporarily suspended during excessively hot weather when their temperature inside
the form exceeds 45 degree C. or when conditions are such that the concrete cannot be placed at the
required temperature. Wherever necessary, exposed surfaces of fresh or green concrete shall be
adequately shaded from the direct rays of the sun and protected against premature setting or drying by
curing under continuous fine spray of water.
5.12 TRANSPORTING OF CONCRETE
(a) Concrete shall be transported from the mixing plant to the placing position as rapidly as practicable
by methods that will prevent segregation of loss of ingredients, or slump loss in excess of 25 mm
and or a loss in air content of more than one percent before the concrete is placed in the works.
Whenever the length of haul, from the mixing plant to the place of deposit is such that the concrete
unduly compacts or segregates, suitable agitators or transit mixers shall be used for conveying
concrete.
(b) Where the tie of haul exceeds 20 minutes, mixed concrete shall be transported in suitable agitators
or transit mixers as stated herein above.
(c) If buckets are used for conveying low-slump concrete, they shall be capable of promoting
discharge in controlled quantities without splashing or segregation and shall be of such capacity
that there is no splitting of batches in loading buckets. Buckets shall be of the bottom dump type
permitting an even, controlled flow into the forms or hopper without undue splashing or
segregation. Conveying vehicles shall be designed to facilitate uniform delivery rather than quick
dumping.
(d) Chutes used for conveying concrete shall be of such size and shape as to ensure a steady uniform
flow of concrete in a compact mass without separation or loss of ingredients and shall be protected
from wind and sun where necessary to prevent loss of slump by evaporation and shall be furnished
with a discharge hopper. Free fall or drop of concrete shall be limited to 150 cms. Chute sections
shall be made of or lined with metal and all runs shall have approximately the same slopes not
flatter then 1 vertical to 2.5 horizontal. The required consistency of concrete shall not be changed
in order to facilitate chuting. Where it becomes necessary to change the consistency, the concrete
mix shall be completely redesigned. Wherever there is free fall within the conveying system,
suitable baffle plates, splash board, or down spouts shall be provided to prevent segregation,
splashing or loss of ingredients. Whenever it is necessary to hold the discharge end of a chute
more than 3 meters above the level of the fresh concrete, a flexible down spout shall be used to
break the fall and confine the flow. The lower end of the spout shall be held close to the place of
deposit. Whenever depositing is intermittent, a discharge hopper shall be provided. All chutes
shall be thoroughly cleaned before and after each run. All wash water and debris shall be
disposed off outside the forms.
(e) Equipment used for transporting concrete from the mixer to the forms shall be maintained free from
deposits of stiff concrete and leakage of mortars. Batch containers, transit mixers, agitators,

Contractor Executive Engineer


167
chutes, concrete pumps. Pipe lines and discharge hoppers shall be thoroughly cleaned after each
run. All wash water and debris shall be disposed of outside the forms.
5.13 PREPARATION FOR PLACING CONCRETE
5.13.1 GENERAL REQUIREMENT
(a) Concrete shall not be placed until all form work required is completed, embedded parts if any
installed and checked and surface prepared for placing. No concrete shall be deposited until the
foundation has been inspected and approved.
(b) All surfaces of forms and embedded materials that have become encrusted with dried mortar or
grout from concrete previously placed shall be cleansed of all such mortar or grout before fresh
concrete is placed and shall be oiled with a commercial form oil or alternatively covered with LDPE
film as specified in para 4.13.4
5.14 FOUNDATION SURFACES
(a) Immediately before placing concrete, all surfaces of foundations upon or against which the
concrete is to be placed shall be free from standing water, mud and debris. All surfaces of rocks
upon or against which concrete is to be placed shall in addition to the foregoing requirements be
cleaned and free from all lubricants, objectionable coating and loose semi-detached or unsound
fragments. The surface of absorptive foundations upon or against which concrete is to be placed
shall be moistened thoroughly and kept sufficiently wet for at least 24 hours prior to placing
concrete so that the moisture will not be drawn from the freshly placed concrete. The cleaning and
roughening of the surfaces of rock shall be performed by the use of high velocity air water jets, wet
sand blasting, stiff brooms, picks or by other effective means. The washing and scrubbing process
shall be continued until the wash water collected in puddles is clear and free from dirt. In the final
cleaning process the wash water may have to be removed by sponges. If any drilled holes are left
in the foundation surface which are not longer needed, the same shall be cleared with air water
jetting and filled up completely with cement slurry.
(b) In the case of earth or shale foundations, all soft or loose mud and surface debris shall be scraped
and removed. The surface shall be moistened to a depth about 15 cms (6 inches) to prevent the
sub grade from absorbing water from he fresh concrete. Just before placing the concrete, the
surface of the earth shall be tamped or otherwise consolidated sufficiently to prevent contamination
of concrete during placing. If subsoil water is met within the foundation, it shall be dewatered as
directed till the placing and setting of concrete. All concrete shall be placed upon clean damp
surface free from standing water and never upon soft mud, dried porous earth or upon fills that
have not been subjected to approved rolling and desired compaction.
(c) Foundation of porous or free draining material shall be thoroughly compacted by flushing and by
subsequent tamping or rolling, if necessary. The finished foundation surface shall then be
blanketed with a layer of tar paper or closely woven burlap carefully lapped and fastened down
along the seems so as to prevent the loss of mortar from the concrete.
5.15 SURFACE OF CONSTRUCTION AND CONTRACTION JOINTS
(a) The surface of construction / contraction joints shall be clean, rough and damp but free from
standing pools of water when receiving the next lift. Clean up shall comprise removal of all
laitance, loose or defective concrete coating, sand, curing compounds if used and other foreign
materials, if necessary by scrapping, chipping or other suitable means.
(b) The surface of construction / contraction joints shall be cleaned by use of high pressure wear jet or
by wet sand blasting and swashed thoroughly. Water jetting and blasting and washing shall be
performed just prior to the placing of concrete.
(c) The method used in disposing of water employed in cutting, washing and rinsing of concrete
surface shall be such that the waste water does not stain, discolour or effect exposed surfaces of
the structures. Methods of disposal of waste water shall be subject to approval.
5.16 PLACING AND COMPACTING CONCRETE
Contractor Executive Engineer
168
(a) After the surfaces have been cleaned and dampened as specified, surfaces or rock and
construction joints shall be covered, wherever practicable, with a layer of mortar approximately 10
mm to 15 mm thick. The mortar shall have the same proportions of water, air entraining agent if
any, cement and fine aggregate as the concrete mixture which is to be placed upon it. The water
cement ratio of the mortar which is placed shall not exceed that of the concrete to be placed upon
it and the consistency of the mortar shall be suitable for being spread uniformly and worked
thoroughly into all irregularities of the surfaces.
(b) In so far as it is practicable, concrete shall be placed directly in its final position and shall not be
caused to flow in a manner to permit or cause segregation. Methods and equipments employed in
placing concrete will ensure that aggregate is not separated from the concrete mass.
(c) In placing mass concrete in a lift successive batching of concrete shall be placed in a systematic
arrangement in order to avoid exposure of parts of the live surface of a concrete layer.
(d) In mass concrete placement, delay may occur resulting in cold joints within a lift. When placement
is resumed while concrete is so green (and therefore capable of ready bonding) that it can be dug
out with a hand pick, the usual contraction joint treatment will not be required if the surfaces are
kept moist and the concrete placed against the surface is thoroughly and systematically vibrated
over the entire area adjacent to the older concrete. If the delay is short enough to permit
penetration of the vibrator into the lower layer during routine vibration of successive layers, the
vibration will assure necessary bonding.
(e) If for any cause, the working surface is left exposed until it has hardened to a considerable extent,
it shall be left to set and cured for not less than 56 hours or longer. If for any reason a strength
greater than 15.2 kg/sqm (500 PSI) has been attained before completing the lift, the surface thus
interrupted shall be given a thorough clean up as for normal lift joint surface and the work shall be
commenced with a mortar layer as specified.
(f) In placing mass concrete, the exposed area of fresh concrete shall be maintained at the practical
minimum by first building up the concrete in successive approximately horizontal layers to the full
width of the block and full height of the lift over a restricted area at the downstream end of the
block and then continuing upstream in similar progressive stages to the full area. The slope
formed by the unconfined upstream edge of the successive layers of concrete shall be kept steep
as practicable in order to keep its area minimum. Concrete along these edges shall not be
vibrated until adjacent concrete in the layer is placed, except that it shall be vibrated immediately
when weather conditions are such that the concrete will be harden to an extent the later vibration
may not fully consolidate and integrate in with more recently placed adjacent concrete.
(g) Retampering of concrete shall not be permitted. Any concert which has become so stiff that proper
placing without retampering cannot be ensured shall be wasted.
(h) In formed work, structural concrete placement shall generally be started with an over sanded mix
containing 20 mm maximum size aggregate and an extra sack of cement for one cubic meter and
having a 125 mm slump placed several centimeters deep on the joins at the bottom of the form.
Concrete placement shall commence immediately thereafter.
(i) Concrete shall be compacted to the maximum practicable density, in such a manner that it is free
from pockets of coarse aggregate and is in intimate contact with surface of forms and embedded
materials. Unless otherwise permitted, all concrete shall be compacted by mechanical vibrator.
(j) Compaction of concrete shall whenever practicable be carried out by use of immersion type
vibrators having vibrating heads of 100 mm or more in diameter shall be operated at speed of at
least 6,000 revolutions per minute when immersed in the concrete.
(k) Vibrators having vibrating heads less than 100 mm. in diameter shall be operated at speed of at
least 7,000 revolutions per minute in the concrete. Normally formwork shall be designed to provide
for the insertion and operation of mechanical vibrators in the placed concrete. Form vibrator shall
be used wherever internal vibration is not possible or would be inadequate.

Contractor Executive Engineer


169
(l) In compacting each layer of concrete, the vibrator shall be operated in almost vertical position and
the vibrating head shall be allowed to penetrate and re-vibrate the concrete in the upper portion of
the underlying layer. In the area where freshly placed concrete in each layer joins previously
placed concrete, more vibration than usual shall be performed the vibrators penetrating deeply at
close intervals along these contacts, Layers of concrete shall not be placed until layers previously
placed have been vibrated thoroughly as specified. Contacts of the vibrating head with surface of
the forms shall be avoided.
(m) During placing and until curing is completed, the concrete shall be protected against the harmful
effect of exposure to sunlight, wind and rain as directed.
5.17 FORM WORK
5.17.1 GENERAL
(a) Form work shall be used wherever necessary to confine the concrete and shape it to the required
lines, or to ensure against contamination of the concrete by material caving or sloughing from
adjacent surface left by excavation or other features of the work All exposed concrete surfaces
having slope steeper than of one horizontal to one vertical shall be formed.
(b) Form work may be of timber, steel or pre-cast concrete panels or such other suitable - materials or
combination of such materials as may be directed by the Engineer. Form work shall be
substantially and rigidly constructed to the shapes, lines and dimensions required, efficiently
propped and braced to prevent deformation due to placing, vibrating and compacting concrete,
other incidental loads or the effect of weather.
(c) The surfaces of form work shall be made such as to produce surface finishes as specified and
formwork joint space be tight enough to prevent loss of liquid from concrete. Joints between the
form work and existing concrete structures shall also be "grout tight". The form work shall be
arranged to facilitate easing and removing of the various parts in correct sequence, without jarring
or damaging the concrete. Fixing blocks, bolts or similar devices may be embedded in the
concrete, provided they do not reduce the strength or effective cover of any part of the structure
below the required standard but he use of through bolts shall be avoided as far as possible.
Temporary opening shall be provided at all points necessary in the forms to facilitate cleaning and
inspection immediately before placing of the concrete.
(d) Forms shall overlap the hardened concrete in the life previously placed by not less than 75 mm
and shall be tightened snugly against the hardened concrete so that when concrete placement is
resumed, the forms will not spread and allow off-set or loss of mortar at construction joints.
Additional bolts or form ties shall be used as necessary to hold forms tight against hardened
concrete. Particular attention shall be paid in setting and tightening the forms for construction
joints so as to get a smooth joint free from sharp deviations or projections.
(e) Moulding strips shall be placed in the corners of forms so as to produce chamfered edges as
required on permanently exposed concrete surface.
5.17.2 MATERIALS TO BE USED
(a) Materials used for form sheathing and lining shall conform to the following requirements :

Required Timber Sheathing or lining Steel sheathing or lining


finish
F1 Any type and grade meeting Steel sheathing permitted
Contractor Executive Engineer
170
the dimensional requirement steel lining permitted
of surface finish except except on surfaces of
that metal form shall be internal transverse and
used on surfaces of internal longitudinal joint in the
transverse and longitudinal structure component where
joints in mass concrete steel sheathing is
gravity walls. Required.
F2 Common grade timber or Steel sheathing permitted
plywood sheathing or lining. steel lining permitted if
strongly supported.
F3 For plain surface common grade Steel sheathing permitted,
timber or plywood. steel lining not permitted.
F4 For warped surfaces timber which steel sheathing permitted,
is free from knots and other steel lining not permitted.
Imperfections and which can be
cut and bent accurately to the
required curvatures without
splintering or splitting.

Steel sheathing denotes steel sheets not supported by a backing of timber boards, steel lining denotes
steel sheet, supported by a back of timber boards.
(b) Timber sheathing or lining shall be of such kind and quality or shall be so treated or coated that
there will be no chemical deterioration or discoloration of the formed concrete surfaces. The type
and condition of form sheathing and lining and the ability of forms to withstand distortion caused by
placement and vibration of the concrete and the workmanship used in the form construction shall
be such that the formed surfaces will conform to applicable requirements of this specification
pertaining to finish or formed surfaces.
(c) Forms for concrete surfaces required to receive F2 and F3 finish shall be constructed so as to
produce uniform and consistent texture and pattern on the concrete faces Metal patches on forms
for these faces will not be permitted. The form sheathing or lining shall be so placed that all
horizontal form marks are continuous across the entire surface. Where finish F2 is specified the
sheathing or lining shall be placed so that the joint marks on the concrete surfaces will be in
general alignment both horizontally vertically and the form sheathing material used for such
surfaces shall be restricted to one type in any one major features of the work.
(d) Forms for surfaces required to receive F4 finish shall be constructed so as to conform accurately to
the required curvature of the section. Where necessary to meet requirements for curvature the
form sheathing shall be built up of laminated splices cut to make right, smooth form surface. The
forms shall be constructed that the joint marks on the concrete surface shall in general, follow the
line of water flow. After the forms have been constructed all surface imperfections shall be
corrected. All the nails shall be hidden and any roughness and all angles on the surface of the
forms caused by matching the forms materials shall be dressed to curvature.
(e) Embedded ties for holding forms shall remain embedded and except where F1 finish is permitted,
they shall terminate not less than two diameters or twice the minimum dimension of the tie or ten
millimeters, whichever is greater from the formed faces of the concrete. The use of metal rods or
other similar devices embedded in he concrete for holding forms shall be permitted if the ends of
the rods are omitted or subsequently removed to a depth as specified above from the surface of
Contractor Executive Engineer
171
the concrete without injury to the concrete, provided that for walls subjected to water pressure on
one side and required to be watertight the rods shall not be taken through the wall. Complete
removal of embedded rod shall not be permissible. Removal of embedded fasteners on the ends
of the rods shall be done so as to leave holes of regular shape for reaming. All holes left by the
removal of fasteners from the ends of the rods shall be immediately reamed with suitable toothed
reamers so as to leave the surfaces of the holes clean and rough and completely filled with dry
patching mortar and the surfaces shall be finished to match the adjacent concrete. Wire ties shall
be permitted only where specifically approved and shall be cut off flush with the surface of the
concrete after the forms are removed. Wire ties shall not be used when permanently exposed
finished surfaces are required. Where F1 finish is permitted, ties may be cut off flush with formed
surface.
(f) The ties shall be constructed so that removal of the end or end of fasteners can be accomplished
without causing appreciable spalling at the faces of the concrete. Recesses resulting from removal
of the ends of he form ties shall be filled in accordance with the provision for repair of concrete as
per para 4.15.
5.17.3 FORM, CENTERING AND TEMPORARY WORKS
(a) All centering, form work and temporary works shall be constructed according to the approved
drawings and specifications. The IS : 883 : 1970 code of practice for design of structure timber in
building shall be applicable for this work.
(b) As soon as practicable, after the acceptance of his tender, the contractor shall submit a scheme
showing the order or procedure and method by which he proposes to carryout the work, together
with such details as are necessary to demonstrate the adequacy, stability and safety of the
methods.
(c) Necessary data for the general scheme of centering shall be obtained well in time.
(d) After approval of the general scheme, the contractor shall prepare detailed design and drawings
for execution of the form work, centering and temporary works. These shall be forwarded to the
Engineer-in-charge for approval. No work shall be carried out without prior approval of the
Engineer-in-charge.
(e) Not withstanding the approval given to the design criteria and loading and the general scheme for
the centering, the entire responsibility for the satisfactory execution of the centering and all
temporary works shall rest with the contractor and he shall be liable to pay all claims and
compensation arising from any loss or damage to life and property due to any deficiency, failure or
malfunctioning of the centering or the temporary works.
(f) All centering and supports shall be properly braced and cross braced in 2 directions. The supports
shall be strong enough to withstand the weight or pressure when considerable quantity of wet
concrete is poured. When the centering posts rest on soft ground, their load shall be distributed by
means of scantlings / planks of not less than 5 cms thickness / short piles. Wherever the stage of
centering is more than 3 mtrs. Invariably steel centering shall be resorted to.
(g) Reuse of forms etc.
Forms required to be used more than once shall be maintained in serviceable condition and shall
be thoroughly cleaned and repaired before reuse. Where metal sheets are used for lining forms,
the sheets shall be placed and maintained in the forms without humps and other imperfections. All
forms shall be checked for shape ands strength before reuse.

5.17.4 CLEANING AND TREATMENT OF FORMS


At the time the concrete is placed in the forms, the surfaces of the forms shall be free from encrustations
of mortar, grout or other foreign material. Before concrete is placed, the surfaces of the forms designated
to produce F-1, F-2, F-3 and F-4 finishes shall be oiled with a commercial form oil, that will effectively
prevent sticking and will not stain the concrete surface. For timber forms, form oil shall consist of pure,
Contractor Executive Engineer
172
refined, pale paraffin mineral oil or other approved form oil. For steel forms form shall consist of refined
mineral oil suitably compounded with one or more ingredients which are appropriate for the purpose.
Care shall be taken to keep form oil out of contact with reinforcement. In the alternative the surfaces of
the forms designated to produce formed surfaces shall be overlaid with LDPE film of 200 microns.
5.17.5REMOVAL OF FORMS
a) Except as otherwise provided in this Sub-Clause forms shall be removed as soon as the concrete
has hardened sufficiently, thus facilitating satisfactory curing and earliest practicable repair of
surface imperfections.
b) Forms on upper sloping surfaces of concrete, such as forms on the water sides of wrapped
transition, shall be removed as soon as the concrete has attained sufficient stiffness to prevent
sagging. Any needed repair or treatment required on such sloping surface shall be performed at
once and be followed immediately by the specified curing.
c) In order to avoid excessive stresses in the concrete that might result from swelling of the forms,
timber forms shall be loosened as soon as this can be accomplished without damage to the
concrete.
d) Subject to approval, forms on concrete surface close to excavated rock surface may be left in
place provided that the distance between the concrete surface and the rock is less than 400 mm
and that the forms are not exposed to view after completion of the works.
e) Forms shall be removed with care so as to avoid damage to the concrete. Concrete damaged if
any in form removal shall be repaired in accordance with the provisions for repair of concrete as
per para 4.15.
f) The following minimum intervals of time will generally be allowed when using ordinary Portland
cement between placing concrete and striking form work, but the period shall be modified in case
of wet weather and also as per direction of Engineer-incharge.
i) Walls, columns and vertical faces 24 to 48 hours or as may be
decided by the Engineer-in-charge
ii) Slabs 14 days
iii) Beam Soffits 14 days
iv) Slab spanning upto 6.0 mtrs. 14 days
v) Slab spanning over 6 mtrs. 21 days
NOTE : In normal circumstances, and where ordinary Portland cement is used forms may generally be
removed after expiry of the above period. For other cements, the stripping time recommended for
ordinary Portland cement may be suitably modified.
Where the shape of the element is such that the form work has re - entrant angles, the formwork shall be
removed as soon as possible after the concrete has set, to avoid shrinkage cracking, occurring due to the
restraint imposed.
5.18 FINISHES AND FINISHING OF CONCRETE SURFACES
5.18.1FORMED SURFACES
a) Allowable deviation from plumb or level and from the alignment profile, grades and dimensions shown
on the drawings is defined as 'tolerance' and is to be distinguished from the irregularities in finishes as
described herein. The tolerance in concrete construction is specified in para 4.21.
b) The classes of finish and requirements for finishing of concrete surface shall be as shown on the
drawing or as hereinafter specified. In the event of finishing not being definitely specified herein or on
the drawings the finishes to be used shall be as directed by the Engineer-in-charge. Finishing of
concrete surface shall be performed only by skilled workmen.

Contractor Executive Engineer


173
c) Completed concrete surfaces will be tested where necessary to determine whether surface
irregularities are within the limits hereinafter specified.
d) Surface irregularities are classified as 'Abrupt' or 'gradual' offsets caused by displaced or misplaced
form sheathing, or lining or form sections or by loose knots or otherwise defective timber form will be
considered as abrupt irregularities and shall be tested by direct measurements. All other irregularities
shall be considered as gradual irregularities and will be tested by use of template, consisting of a
straightedge or the equivalent thereof for curved surfaces. The length of the template shall be 150 cms
for testing of formed surfaces and 300 cms for testing unformed surfaces.
e) The clauses of finish for formed concrete surface are designated by one of the symbols F1, F2, F3 and
F4. The jute bags rubbing or sand blasting will not be required on formed surfaces and grinding will not
be required on formed surfaces other than that necessary for the repair of surface imperfections.
Unless otherwise specified or indicated on the drawings, the classes of finish which will apply are as
follows :
i) FINISH F1
This finish applies to surfaces where roughness is not objectionable, such as those upon or against which
fill material, masonry or concrete will be placed, the upstream face of the structure that will permanently be
under water or surface that will otherwise be permanently concealed. The surface treatment shall be the
repair of defective concrete, correction of surface depression deeper than 25 mm and filling of the tie rod
holes. Form sheathing will not leak mortar when the concrete is vibrated. Forms may be built with a
minimum of refinement.
ii) FINISH F2
This finish is required on all permanently exposed surface for which other finishes are not specified, such as
in Head Regulators, Cross Regulators, Drainage syphons, Bridges and Retaining Walls not prominently
exposed to public view except wherein F1 finishes are permitted. Forms shall be built in a workmanlike
manner to the required dimensions and alignment, without conspicuous offsets or bulge. Surface
irregularities shall not exceed 5 mm for abrupt irregularities and 10 mm for gradual irregularities measured
with 1.5 mtrs. template.
iii) FINISH F3
This finish is designated for surface of structures prominently exposed to public view where appearance is
also of special importance. This shall include inside of drainage barrels, piers of bridges and beams and
slabs of cross regulators, syphons, aqueducts, drops, parapets, railings and decorative features on the
structures and on the bridges. To meet with the requirements for the F3 finish forms shall be built in a
skillful, workmanlike manner, accurately to dimensions. There should be no visible offsets, bulges, or
misalignment of the concrete. At construction joints the forms shall be tightly set and securely anchored
close to the joint. Abrupt irregularities shall not exceed 5 mm for irregularities parallel to the directions of
flow and 2.5 mm for irregularities in other directions. Gradual irregularities shall not exceed 5 mm.
Irregularities exceeding this limit shall be reduced by grinding on a bevel of 1 to 20 ratio of height to length.
iv) FINISH F4
This finish is required for formed concrete surface at the cut and ease waters of the piers portions of outlets,
draft tubs, high velocity flow surfaces of outlet work downstream from gates and spillway tunnels of dams
and where evenness of surface is essential. The forms must be strong and held - rigidly and accurately to
the prescribed alignment. For wrapped surface the forms shall be built up in section cut to make tight
smooth form surfaces after which the form surfaces are dressed and sanded to the required curvature.
Gradual irregularities shall not exceed 5 mm. Abrupt irregularities shall not be permitted. Formations of air
holes on the surface of the concrete designated to receive finish shall be minimised and where such air
holes are found, they shall be repaired in accordance with the provisions of relevant paragraph.
5.18.2UNFORMED SURFACES
a) The classes of finish for unformed concrete surfaces are designated by the symbols, U1, U2, U3 and
U4. Unless otherwise specified or indicated on the drawings, these classes of finish shall apply as follows :

Contractor Executive Engineer


174
i) FINISH U1
This finish applies to unformed surfaces that will be covered by fill material, masonry or concrete, or
where a screeded surface meets the functional requirements. Finish U1 is also used as the first stage of
finishes for U2 and U3. Finishing operations shall consists of sufficient leveling and screeding to produce
an even uniform surface. Surface irregularities measured as described in this section, shall not exceed
10 mm.
ii) FINISH U2
a) This is a floated finish, and used on all out door unformed surfaces not specified to receive finishes U1
and U3. It may be used for such surfaces as apron and floors of cross regulators and head regulators,
drainage barrels, aqueducts and escapes and inside of slopping aqueduct troughs.
b) Finish U2 is also used as the second stage of finish for U3. Floating may be performed by hand or
power driven equipment. Floating shall be started as soon as the screeded surface has stiffened
sufficiently to prevent the formation of laitance and shall be the minimum necessary to produce a surface
that is free from screed marks and is uniform in texture. If finish U3 is to be applied, floating shall be
continued until a small amount of mortar without excess water is brought to the surface, so as to permit
effective trowelling. Surface irregularities measured as described in this section shall be removed as
directed.
iii) FINISH U3
This is a trowelled finish and may be specified for tops of parapets prominently exposed to view and
conduit invert immediately downstream of regulating gates and valves. When the floated surface has
hardened sufficiently to prevent excess of fine material from being drawn to the surface, steel trowelling
shall be started. Steel trowelling shall be performed with firm pressure, that will flatten the sandy texture of
the floated surface and produce a dense uniform surface free from blemishes and trowel marks. Surface
irregularities, measured as described in relevant parts of this section, shall not exceed 5 mm where hard
steel trowelled finish is specified, the regular U3 finish shall be trowelled again after the surface has nearly
hardened using firm pressure and trowelling until the surface is hard and has a slightly glossy appearance.
iv) FINISH U4
a) This is a steel trowelled finish similar to finish U3 except that light surface pitting and light trowel marks
such as obtained form the use of machine trowelling or lining machine will be acceptable, provided the
surface irregularities do not exceed the limits specified for finish U3.
b) Unformed surfaces which are nominally level shall be sloped for drainage as shown on the drawings or
as directed, unless the use of other slopes or level surface is indicated on the drawing, narrow surface
such as tops of parapets, tops of walls and kerbs shall be sloped approximately half centimeter per 30
cms of width. For canal lining the finish U4 shall be adopted.
5.19 REPAIR OF CONCRETE
5.19.1GENERAL
a) Repair of concrete shall be performed by skilled workers and in the presence of an experienced
Engineer. The Contractor shall correct imperfections on the concrete surfaces as necessary to produce
surface that conform with requirements of the paragraph "finishes and finishing of concrete surfaces".
Repairs on formed concrete shall be completed as soon as practicable after removal of forms and within 24
hrs after removal of forms. Concrete that is damaged from any cause and concrete that is honeycombed,
fractured or otherwise defective and concrete which because of excessive surface depressions has to be
excavated and built up to bring the surface to the prescribed lines shall be removed and replaced by dry
pack mortar or concrete as hereinafter specified. Where bulges and abrupt irregularities protrude outside
the limits specified in the paragraph 'finishes and finishing of concrete surfaces', the protrusions shall be
reduced by bush hammering and grinding so that the surfaces are within the specified limits.
b) Before repair is to commence, the methods proposed for the repair shall be approved by the Engineer–
in-charge. Routine curing should be interrupted only in the area of repair operations.
5.19.2METHODS OF REPAIRS
Contractor Executive Engineer
175
For new works four methods are used as under :
i) DRY PACK METHOD
This method should be used for holes having a depth nearly equal to, or greater than the least surface
dimensions, for cone bolt, she bolt and grout insert holes, and narrow bolts cut for the repair of cracks. Dry
pack should not be used for relatively shallow depressions where lateral restraint cannot be obtained, for
filling in back of considerable lengths of exposed reinforcement ; nor for filling holes which extend entirely
through the wall, beam, etc.
ii) CONCRETE REPLACEMENT
Concrete replacement should be used when holes extend entirely though the concrete section, when holes
in un-reinforced concrete are more than 1,000 sq.cms in area and 100 cms or more in depths and when
holes in reinforced concrete are more than 500 sq.cms in area and deeper than the reinforcement steel.
iii) MORTAR REPLACEMENT METHOD
This should be used for holes too wide to dry pack and too shallow for concrete replacement and for all
comparatively shallow depressions, large or small, which extend no deeper than for side of the
reinforcement bars nearest to surface.
iv) EPOXY METHOD
A thermosetting plastic known as epoxy can be used as a bonding medium whenever long time curing of
conventional concrete cannot be assured. Also epoxy mortars of fine sand as well as plain epoxy are
suitable for concrete repair work and should be used whenever very thin patches are to be placed or
immediate reuse of the area is required or where moist curing cannot be effectively accomplished.
Preparation for epoxy bonded repairs should in general be identical to that for other concrete repairs except
that every efforts should be made to provide surfaces thoroughly dry. Drying of the immediate surface for
at least 24 hrs. and warming to temperature between 18 degree C to 27 degree C. are essential for proper
application of epoxy bonded repairs. Preparation for the use of epoxy mortars should include thorough
cleaning and drying of the areas to be repaired. A wash of dilute 1:4 muriatic acid rinsing with clean water
and subsequent drying is desirable, where feasible. If acid wash is not feasible, preparation may be
accomplished as for other concrete repairs with final cleanup being by means of sandblast method,
followed by air water jet washing and thorough drying, epoxy repairs shall be carried out only by a trained
personnel. The type of epoxy to be used shall be got approved by the Engineer-incharge.
5.19.3PREPARATION OF CONCRETE FOR REPAIRS
All concrete of questionable quality should be removed. It is better to remove too much concrete than too
little because affected concrete generally continues to disintegrate and while the work is being done it costs
but little more to excavate to ample depth. Moistening, cleaning, surface drying and complete curing are of
utmost importance when making repairs which must be thoroughly bonded, watertight and permanent.
Surfaces within trimmed holes should be kept continuously wet for several hours, preferably overnight prior
to placing new concrete. Immediately before placement of the filling, the holes should be cleaned so as to
leave a surface completely free from chipping dust, dried grout and all other foreign materials. Preliminary
washing as soon as the chipping and trimming are completed is desirable to remove loose material. Final
cleaning of the surfaces to which the new concrete is to be bonded should be done by wet sandblasting
followed by washing with air water jet for through cleaning and drying with an air jet. Care should be taken
to remove any loose materials embedded in the surface by chisels during the trimming and to eliminate all
shiny spots indicating free surface moisture. Cleaning of the steel if necessary should be accomplished by
sand blasting. The prepared surface shall be approved by the Engineer-incharge.
i) DRY PACKING OF CONCRETE
For this method of repair, the holes should be sharp and square at the surface edges, but the corners
within the holes should be rounded, especially when water tightness is required. The interior surfaces of
holes left by cone bolts, she bolts etc. .. should be roughened to develop an effective bond. Other holes
should be under-cut slightly in several places. Holes for dry pack should have minimum depth of 25 mm.
ii) CONCRETE REPLACEMENT
Contractor Executive Engineer
176
Preparation for this method should be as follows :
a) Holes should have minimum depth of 100 mm. in new concrete and the minimum area of repair
should be 500 sq.cms for reinforced and 1,000 sq.cms for un-reinforced concretes.
b) Reinforcement bars should not be left partially embedded. There should be a clearance of at least
25 mm around each exposed bar.
c) The top edge of the holes at the face of the structure should be cut to a fairly horizontal line. If the
shape of the defect makes it advisable, the top of the cut may be stepped down and continued on
a horizontal line. The top of the hole should be cut to 1 to 3 upward slope from the back towards
the face of the wall or beam. It may be necessary to fill the hole from both sides, in which case
the slope of the top of the cut should be modified accordingly.
d) The bottom and sides of the holes should be cut sharp and approximately square with the face of
the wall when the hole goes entirely through concrete section, spalling or feather edges shall be
avoided by having chippers worked from both faces. All interior corners should be rounded to a
minimum radius of 25 mm.
iii. MORTAR REPLACEMENT
When mortar gun is used with this method, comparatively shallow holes should be flared outwardly at about
1 to 1 slope to avoid inclusion of rebound. Corner within the holes should be rounded. Shallow
imperfections in concrete may be repaired by mortar replacement if the work is done promptly after removal
of the forms and while the concrete is still green, for instance when it is considered necessary to repair the
peeled areas resulting from surface material sticking to steel forms the surfaces may be filled using mortar
gum without further trimming or cutting. Whenever hand placed mortar replacement is used, edges of
chipped out areas should be squared with the surface leaving no feather - edges.
iv. USE OF DRY PACK MORTAR
The surface after preparing should be thoroughly brushed with a stiff mortar or grout barely wet enough to
thoroughly wet the surface after which the dry pack material should be immediately packed into place
before the bonding grout has dried. The mix of bonding grout shall be 1 to 1 cement and fine sand mixed to
a consistency like thick cream. Under no circumstance should bonding coat be wet enough or applied
heavily enough to make the dry material more than very slightly rubbery. Dry pack is usually a mix (by dry
volume or weight) of one part of cement to 1.50 parts of sand that will pass No. 16 ASTM Screen.

5.19.4PROCEDURE OF REPLACEMENT OF CONCRETE, CURING OR REPAIRS ETC.


All procedures for replacement of concrete, mortar replacement , use of epoxies and curing of repairs shall
according to the provisions laid down in chapter VII "Repairs and Maintenance of Concrete" Concrete
Manual of the United States Bureau of Reclamation, Seventh Edition 1963.
5.20 CURING OF CONCRETE
5.20.1GENERAL
a) All equipment, material etc, needed for curing and protection of concrete shall be at hand and ready for
installing before actual, concreting begins. Detailed plans, methods and procedures whereby the
various phases of curing and protection shall firmly established,. shall be settled and got approved in
writing from the Engineer-in-charge sufficiently in advance of the actual concreting . The equipment and
method proposed to be utilised shall provide for adequate control and avoid interruption or damage to
the work of other agencies.
b) All Concrete shall be cured by water in a accordance with the requirement of sub-clause (3) of this
Clause or membrane curing in accordance with the requirement of sub-clause (4) of this Clause.
Concrete surfaces to be painted shall not be cured by membrane curing.
5.20.2WATER CURING

Contractor Executive Engineer


177
a) Uniform top surfaces of walls and piers shall be moistened by covering with water saturated material or
by other effective means as soon as the concrete has hardened sufficiently to prevent damage by
water i.e. normally after 24 to 36 hrs of placement of concrete. Exposed finished surfaces of concrete
shall be protected against heating and drying from the Sun for at least 72 hrs after placement in
location. When finishing or repairs are involved, concrete shall not be disturbed by workmen walking
on it or by storing materials on the surface or otherwise for at least 10 hours after placing. These
surfaces and steeply sloping and vertical formed surfaces shall be kept completely and
b) concrete cured with water shall be kept wet for at least 21 days immediately following placement of the
concrete or until covered with fresh concrete by covering with water saturated material or by a system
of perforated pipes, or mechanical sprinklers or porous hoses or by any other suitable method, which
will keep all surfaces continuously (not periodically) wet. For uncovered portions curing should
continue for specified period.
c) The contractor shall make arrangements at work site for storing the water required for at least 3 days
curing. The concrete work shall not be started until the water required for 3 days curing is stored in
advance.
5.20.3MEMBRANE CURING
a) Membrane curing shall be by application of a suitable type of white / pigmented curing compound which
forms a water retaining membrane on the surface of concrete, provided that on concrete surfaces which
will be permanently exposed to view clear curing compound may be required excepting canal lining as
per para 3.5.10. Curing compound shall be applied to the concrete surfaces after demonstrating its
effectiveness as per para 3.5.10 by spraying one coat to provide a continuous uniform membrane over all
area, with a maximum coverage per gallon as prescribed by he manufacturer's instructions according to
the roughness of the surface to be covered. If necessary to cover the surface adequately, a second coat
of curing compound shall be applied by spraying at right angle to the direction at which the first coat was
applied. Mortar encrustations and fines on surfaces for which finish F4 is specified shall be removed
prior to application of curing compound. Curing compound shall be applied to all areas of concrete
surface except that those areas with surface imperfections which shall be omitted until repaired.
b) When curing compound is to be used for unformed concrete surfaces, application of the compound shall
commence immediately after the finishing operations are completed.
c) When curing compound is to be used on formed concrete surfaces, the surface shall be moistened with
light spray of water immediately after the forms are removed and shall be kept wet until the surfaces do
not absorb more moisture. As soon as the surface film of moisture disappears but while the surface still
has a damp appearance, the curing compound shall be applied. There must be ample coverage with
compound at edge, corners and rough spots of formed surface. After application of curing compound
has been completed and the coating is dry to the touch, any required repairs of concrete surfaces shall
be performed. Each repair, after being finished, shall be moistened and coated with curing compound in
accordance with the foregoing requirements.
d) Traffic and other construction operation shall be such as to avoid damage to coating of curing compound
for a period of not less than 28 days after application of the curing compound. Where it is impossible
because of construction operations to avoid traffic over surfaces coated with curing compound, the
membrane shall be protected by a covering of sand or earth not less than 25 mm in thickness or by other
effective means. The protective covering shall not be placed until the sealing membrane is completely
dry. Any sealing membrane, that is damaged or that peels from concrete surface within 28 days after
application, shall be repaired without delay.
e) Curing compound shall be of approved quality.
5.21 REQUIREMENT OF CONCRETE CONSTRUCTION
5.21.1GENERAL
All concrete construction shall conform to the permissible tolerance and technical provisions as described
in this section and to the detailed requirement of the following paragraphs. All structures shall be build in
a workmanlike manner or to the lines, grades and dimensions shown in the drawing or as prescribed by
Contractor Executive Engineer
178
the Engineer-in-charge. The location of all the construction joint shall be subject to the approval of the
Engineer-in-charge. The dimensions of each structure shown on the drawings are tentative and shall be
subjects to such change as may be found necessary by the Engineer-in-charge due to design
considerations.
5.21.2 Concrete in various components of bridges, drainage syphon aqueducts, etc.,
(a) The items of the schedule B for concrete in aforesaid structures include all concrete in the various
components of the structure and block outs.
(b) Expansion joints shall be constructed as shown on the drawing or as directed. Premoulded bituminous
fibre type expansion joint material shall be placed in the expansion joints. Lighting recesses shall be
constructed in the parapets as directed by the Engineer-in-charge. Open joints or false joints shall be
constructed as shown on the drawings or as directed by the Engineer-in-charge. Performed expansion
joint filler shall be placed in the road way and side walls where shown on the drawing or as directed by
the Engineer-in-charge.
5.21.3CONCRETE IN BLOCKOUTS
a) All concrete required to be placed in blockouts to permit the installation and adjustment of mechanical
and other equipments shall be included in the respective concrete as described above. The concrete
surface of the blackouts shall be chipped and roughened as described hereinafter before the concrete is
placed in blockouts.
b) Exceptional care shall be taken in placing the concrete in blockouts in order to ensure satisfactory bond
with the concrete previously placed and to secure complete contact with all metal work in the blockouts.
c) The roughening of the concrete surface of the blockouts shall be performed by chipping or sand blasting
as approved by the Engineer-in-charge and in such a manner as not to loosen, crack or shatter any part
of the concrete beyond the roughened surface. After being roughened the surface of the concrete shall
be cleaned thoroughly of loose fragment, dirt and other objectionable substances and shall be sound and
hard to ensure good mechanical bond between the existing and new concrete. All concrete which is not
hard, dense and durable shall be removed to the depth required to the satisfaction of the Engineer-in-
charge.

5.21.4EMBEDMENT IN CONCRETE
In some of the locations of structures as shown on the relevant drawings a few conduits or openings shall
have to be provided through R.C.C. / P.C.C. / masonry work. Construction of the surface for either
placement of concrete or for laying of masonry shall have to be suitably carried out as to meet with the
placement of such conduits or openings. No extra claim for such construction shall be entertained.
5.21.5CONSTRUCTION JOINTS IN UNREINFORCED CONCRETE WALLS
a) Concreting shall be carried out continuously up to the construction joins, the position and details of which
shall be as shown on approved Drawing or as directed by the Engineer-in-charge.
b) For vertical construction joints stopping boards shall be fixed previously at a predetermined position and
shall be properly stayed for sufficient lateral rigidity to prevent its displacement or bulging when
concreting is completed against it. Concreting shall be continued right up to the board. The board shall
not be removed before expiry of the specified period for removal of vertical forms.
c) Before resuming work at any construction joints when concrete has not yet fully hardened, all laitance
shall be removed thoroughly, care being taken to avoid dislodgement of coarse aggregates. The surface
shall be thoroughly wetted and all free water removed from the surface shall then be coated with cement
slurry. On this surface, layer of concrete not exceeding 150 mm in thickness shall first be placed and
shall be well rammed against old work particular attention being paid to corners and closed spots, work
thereafter shall proceed in a normal way.

Contractor Executive Engineer


179
d) When work has to be resumed on a surface, which has hardened, it shall be thoroughly raked, swept
clean, wetted and covered with a layer of neat cement grout. The neat cement grout shall be followed by
a 15 mm thick layer of mortar mixed on the same proportion as in concrete and concreting resumed
immediately thereafter. The batch of concrete shall be rammed against the old work to avoid formation of
any stone pockets, particular attention being paid to corners and close spots.
In all cases, the position and detailed arrangements of all construction joints shall be predetermined and
got approved by the Engineer-in-charge.
5.22 TEST AND ACCEPTANCE CRITERIA
5.22.1GENERAL
Samples from fresh concrete shall be taken as per IS : 1199-1959 and Cubes shall be made, cured and
tested at 28 days in accordance with IS : 516-1959
NOTE : For relatively small and isolated works in which quantity of concrete is less than 15 cum the
strength tests may be waived by the Engineer-in-charge at his discretion.
In order to get a relatively quicker ideas of the quality of concrete, optional tests on beams for modulus of
rupture at 72 + hrs. or at 7 days, or compressive strength tests at 7 days may be carried out in addition to
28 days compressive strength tests. For this purpose the values given in Table 5 may be taken for
general guidance in the case of concrete made with ordinary Portland cement. In all cases, the 28 days
compressive strength specified in Table 1 shall alone be the criteria for acceptance or rejection of the
concrete. If however, from tests carried out in a particular job over a reasonably long period, it has been
established to the satisfaction of the Engineer-in-charge that a suitable ratio between 28 days
compressive strength at 7 days may be accepted, the Engineer-in-charge may suitably relax the
frequency of 28 days compressive strength specified in 14.2 of IS : 456-1978 provided the expected
strength values at the specified early age are consistently met.

TABLE - 5 OPTIONAL REQUIREMENT OF CONCRETE


(Clause 14.1.1 of IS : 456-1978)
Grade of Compressive strength Modules of Rupture by Beam Test
Concrete On 15 cms Cubes Min. Min. at 72+ hrs. Min at 7 days
At 7 days N/sqmm N/sqmm. N/sqmm
1 2 3 4

M 10 7.0 1.2 1.7


M 15 10.0 1.5 2.1
M 20 13.5 1.7 2.4
M 25 17.0 1.9 2.7
M 30 20.0 2.1 3.0
M 35 23.5 2.3 3.2
M 40 27.0 2.5 3.4
5.22.2FREQUENCY OF SAMPLINGSAMPLING PROCEDURE
A random sampling procedure shall be adopted to ensure that each concrete batch shall have a reasonable
chance of being tested ; that is, the sampling should spread over the entire period of concreting and cover all
mixing units.

FREQUENCY
The minimum frequency of sampling of concrete of each grade shall be in accordance with the following :

Quantity of Concrete Number of Samples

Contractor Executive Engineer


180
in the work, Cum.
1 to 5 1
6 to 15 2
16 to 30 3
31 to 50 4
51 and above 4 plus one additional sample
for each additional 50 cum or part thereof.
Note : At least one sample shall be taken from each shift, at each placement location.
5.22.3 TEST SPECIMEN
Three test specimens shall be made from each sample for testing at 28 days. Additional cubes may be
required for various purposes, such as to determine the strength of concrete at 7 days or at the time of
striking the formwork, or to determine the duration of curing or to check the testing error. Additional
cubes may also be required for testing cubes cured by accelerated methods as described in IS : 9013-
1978. The specimen shall be tested as described in IS : 516-1959.
5.22.4 TEST STRENGTH OF SAMPLE
The test strength of the sample shall be the average of the strength of three specimen. The individual
variation should not be more than plus or minus 15 percent of the average.
5.22.5 STANDARD DEVIATION
Provision made under para 3.7.5 shall apply.
5.22.6 ACCEPTANCE CRITERIA
The provision made under para 3.7.6 shall apply
.
5.22.7 CORE TEST
The locations at which cores are to be taken and the number of cores required shall be at the discretion
of the Engineer-in-charge and shall be representative of the whole of concrete concerned. In no case,
however, fewer than three cores shall be tested.
Cores shall be prepared and tested as described in IS : 516-1959*.
Concrete in the member represented by a core test shall be considered acceptable if the average
equivalent cube strength of the cores is equal to at least 85 percent of the cube strength of the grade of
concrete specified for the corresponding age and no individual core has a strength less than 75 percent.
In case the core test results do not satisfy the requirements of IS : 456-1978 or where such tests have
not been done, load test (as per IS : 456-1978) may be resorted to.
5.22.8 HYDRAULIC TEST
After curing period of the water retaining structure is over, a hydraulic test shall be carried out. Water
should be filled in the structure to the designed depth and maintained for a period of 7 days. Starting
from the end of 7 days, observations of water level will be made for a period of 7 days. The drop in the
water level observed should correspond to evaporation loss applicable to circumstances. There should
also be no visible dampness or sweating on the exposed surfaces. In case of leakage, rectification work
shall be carried out to achieve the desired water tightness. After rectification is done hydraulic tests shall
be repeated.

5.22.9 STEEL REINFORCEMENT


The provision made under Section No. 5.39 shall apply.

5.22.10 TOLERANCE IN CONCRETE CONSTRUCTION

Contractor Executive Engineer


181
5.22.10.1 GENERAL
a) Permissible surface irregularities for the various classes of concrete surface finishes specified in
he relevant portion of the paragraph of "Finishes and Finishing of Concrete Surfaces", are defined
as "finishes" and are to be distinguished from "Tolerance" as described in this section. Deviation
from the established lines, grades and dimensions shall be permitted to the extent set forth in this
clause, provided that lesser tolerance than that set forth in this clause may be prescribed at site if
such tolerances are considered to impair the structural action or operational action or operational
function of the structure.
b) Where tolerances are not stated in the specifications or drawings for any individual structure of
feature thereof, permissible deviations shall be interpreted in conformity with the provisions of this
Clause.
c) Concrete work that exceeds the tolerance limits specified in this section shall be either remedied
satisfactorily or removed.
5.22.10.2 TOLERANCE FOR CANAL STRUCTURE
Variation in alignment, grade and dimensions of the structures from the established alignment, grade and
dimensions shown on the drawings shall be within the tolerances specified in Table below. Variation
shall not be cumulative. Where the provisions of paragraph 4.14, "finishes and finishing of concrete
surfaces", as specified herein before, would permit greater variations than those allowed in the table,
provisions of the table given on the following page shall apply.
TABLE
a. Pipe Culverts, floatwells and similar structures
i. Departure from established alignment 25mm
ii. Departure from established grade 25 mm
iii. Variation from plumb or specified batter forlines and surfaces of columns, piers and walls
and for arises.
When overall length of line or surface is :
3 mtrs or less Exposed 10mm
Buried 20 mm
More than 3 mtrs. Exposed 12 mm
Buried 25mm
iv. For any two succesive intermediate points on the line or surface separated by
3 mtrs or less Exposed 10mm
Buried 20mm
More than 3 mtrs. Exposed 12mm
Buried 25mm
b. Variation from level or specified grades for slabs.
i. When overall length of line or surface is :
3 mtrs. or less Exposed 10mm
Buried 20mm
More than 3 mtrs. Exposed 12mm
Buried 25mm
ii. For any two successive intermediate points on the line or surface separated by :
3 mtrs or less Exposed 10mm

Contractor Executive Engineer


182
Buried 20mm
More than 3 mtrs Exposed 12mm
Buried 25mm
c. Variation in cross-sectional dimensions of columns, beams, slabs, walls and similar members of
...................................................minus 6mm
...................................................plus 12mm
d. Variation in sizes and locations from those specified for slab
and wall openings.....................................................................12mm
e. Variation fom plumb or pipe erected vertically in any length of
.................................................3mtrs. 12mm
f. Tolerances for bridges :
i. Departure from established
alignment.......................................................... 6mm
g. Footings
1. Variation of dimensions
in plain ........................................................minus 12mm
........................................................plus 50mm
2. Misplacement of eccentricity 2 percent of the footing width in the
direction of misplacement but not more than 50mm
3. Reduction in thickness............ 5 percent of specified thickness.
h. Variation from plumb or specified batter for lines and surfaces of piers and walls.
i. Exposed construction :
When overall height of line or surface is :
3 mtrs or less.......................................................... 10mm
more than 3 mtrs..................................................... 12mm
for any two successive intermediate points on the line or
surface separated by :
3 mtrs or less.......................................................... 10mm
more than 3 mtrs.................................................... 12mm
ii. Buried construction................................................. Twice the amounts listed in h(I) above.
i. Variation from level of specified grades for beams Horizontal grooves, railing off sets and diaphragms :
i. Exposed Constructions :
When overall length of line or surface is :
3 mtrs or less.......................................................... 10mm
more than 3 mtrs..................................................... 12mm
For any two successive intermediate points on the line or
surface separated by :
3 mtrs or less.......................................................... 10mm
more than 3 mtrs.................................................... 12mm

Contractor Executive Engineer


183
ii. For buried construction Twice the amounts
listed in 1(i) above
J. Departure of bridge deck and rails from
specified grades........................................................ 6mm
k. Variation in cross-sectional dimensions from those specified for piers,
walls, beams and similar parts of bridge structures.
...............................................minus 6mm
................................................plus 12mm
l. Variation from that specified in the
thickness of bridge slabs ............. minus 3mm
............. plus 6mm
5.22.10.3 (A) GENERAL :
Bulges, Depressions and offsets are defined as concrete Surface irregularities. concrete surface
irregularities are classified as "abrupt" or "gradual" & are measured relative to the actual concrete
surface.
B) ABRUPT SURFACE IRREGULARITIES :
Abrupt surface irregularities are defined herein as offsets such as those caused by misplaced or loose
forms, loose knots in form member, or other similar forming faults. Abrupt surface irregularities are
measured using a short straight edge, at least 15 cms. long held firmly against the concrete surface over
the irregularity and the magnitude of the offset is determined by direct measurement.
C) GRADUAL SURFACE IRREGULARITIES :
Gradual surface irregularities are defined herein as bulges and depressions resulting in gradual changes
on the concrete surface. Gradual surface irregularities are measured using a template conforming to the
design profile of the concrete surface being examined. Templates for measuring gradual surface
irregularities shall be provided by the contractor, templates shall be at least 2.5 mtrs. in length. The
magnitude of gradual surface irregularities is defined herein as a measure of the rate of change in slope
of the concrete surface.
(D) The magnitude of gradual surface irregularities on concrete surfaces shall be checked by the contractor
to ensure that the surface are within specified tolerances. The department will also make such checks
of hardened concrete surfaces as determined necessary to ensure compliance with these specifications.
Templates for these surface shall be furnished by the concrete free of change and shall be available for
use by the department at all times.
5.22.10.4 UNACCEPTABLE WORK
All defective concreting work, including those due to honeycombing, undressing, under-strength etc. shall
be demolished and rebuilt by the contractor at his cost. In exceptional cases where such work is
accepted by the Engineer-in-charge after the contractor has made specified repairs, all cost of repairs
shall be borne by the contractor. Acceptance of such works will be in accordance with the provisions of
IS : 456-1978. In the event of the work being accepted, allowing undersizing commensurate with higher
materials strength and accepting materials not fully meeting the specifications etc. the contractor shall be
paid for the work actually carried out by him at a reduced rate derived from the tendered rate as
approved by the Engineer-in-charge.
5.22.11 CONSTRUCTION JOINT & COLD JOINTS
5.22.11.1 CONSTRUCTION JOINTS
Normally, the construction joints including crack inducing joints shall be constructed as per locations
and details indicated on the drawings.
Contractor Executive Engineer
184
5.22.11.2Where the location of the joint is not specified in the drawings, it shall be inaccordance with the
following guide lines:
a. In Columns
(i) In case of Projection from basement slab, 300 mm from the top of base slab or 75 mm from the top
of the haunches whichever is higher.
(ii) In framing of beam at different elevation, 75 mm below the lowest soffit of the beam and in case of
projection from beams and slabs 75 mm from the top surface of the beam/slab or at the top surface
of beam/Slab whichever facilitates formwork.
(iii) For columns below flat slabs 75 mm below the lowest soffit of the slab.
b. In walls (horizontal construction joints)
(i) Walls projecting from base slab, 300 mm from top of base slab.
(ii) Walls supporting the suspended slab, 75 mm from the lowest soffit of the slab.
Note:
In the case of water retaining structures and structures under the influence of ground water,
approved water bars of suitable size shall be provided to make the joint completely water-tight.
c. In beams
Beams shall be cast, as a rule, without a joint. But if provision of a joint is unavoidable, the joint for simply
supported beam shall be vertical and at the middle of the span, in continuous beam, the same shall
be at the point of minimum shear force.
d. In suspended slabs
(i) In slab of small span, there shall be no construction joints.
(ii) In slabs of large span and continuous slabs, construction joint, if allowed by
the-Engineer shall be vertical at the middle of span and at the right angles
to the principal reinforcement.
e. In walls (Vertical construction joint)
As a rule, walls shall be cast monolithically without any vertical construction joint, unless specified
in the drawing. However, for a long wall, the Engineer may allow vertical construction joint and the
same shall be at the place of minimum shear force. In water retaining structures and in structures
under the influence of ground water approved water bars of suitable size shall be provided to make
the joints completely watertight.
f. In slabs resting on ground
i. For Plain concrete
Concreting shall be done in alternate panels not exceeding 10 sq.m in area. The largest panel
dimension shall be 5 m.
ii. For nominally reinforced slab
The area of pour shall not exceed 40 sq.m and the maximum panel dimension shall not exceed
8m.
iii For the basement slabs which act as structural member There shall be no
construction joint.
g. In ribbed beam
The beams shall be cast monolithically with the slab in one continuous operation.
5.22.11.3 In all construction joints the reinforcements shall pass through as per
drawings and the same shall not be disturbed in any way.

Contractor Executive Engineer


185
5.22.11.4 The vertical construction joints shall be provided by insertion of board
keeping provision for passage of reinforcement/ fixtures/embedments. All
construction joints shall be made to form a tongue and groove joint.
5.22.12 COLD JOINT
An advancing face of a concrete pour, which could not be covered before expiry of Initial
setting time for unexpected reasons, is called a cold joint. The Contractor shall remain always
vigilant to avoid cold joints. If however, a cold joint is formed due to unavoidable reasons, the
following procedures shall be adopted for treating it:
a. If the concrete is so green that it can be removed manually and if vibrators can penetrate
the surface without much effort, fresh concrete can be placed directly over the old surface
and the fresh concrete along with the old concrete shall be vibrated systematically and
thoroughly.
b. In case the concrete has hardened a bit more than (a), but can still be easily removed by a
light hand pick, the surface shall be raked thoroughly and the loose concrete removed
completely without disturbing the rest of the concrete in depth. Then a rich mortar layer of
12 mm thickness, shall be placed on the cold joint and then the fresh concrete shall be
placed on the mortar layer and vibrated thoroughly, penetrating deep in to the layer of
concrete.
c. In case the concrete at the joint has become so stiff that it cannot be remoulded and mortar
or slurry does not rise inspite of extensive vibration, a tongue and groove pint shall be made
by removing some of the older concrete and the joint shall be left to harden at least for 12-
24 hours. It will then be treated as regular construction joint and the surface preparation of
the same, before placement of concrete, shall be as described in the appropriate clauses of
these specifications.
5.23 REQUIREMENTS FOR CONCRETING IN SPECIAL CASES
5.23.1 CONCRETING IN DEEP LIFTS
Placing of concrete in lifts exceeding 3 M in columns & 2 M in walls is in the category of
deep lifts.
5.23.1.1 Before commencement of work, the contractor shall submit for the approval of the
Engineer, the details of the methods he propose to adopt for concreting.
5.23.1.2 The placement of concrete shall preferably be by tremie chute or any other approved
method.
5.23.1.3 In structures of heavy complicated reinforcement or in complicated form works, the
contractor shall provide sufficient number of windows in the form works as directed by the
Engineer to check the placement and compaction of concrete in different stages. Such
windows shall be closed as soon as the concreting reaches the bottom level of the same.
5.24 CONCRETING UNDER WATER
When it is necessary to deposit concrete under water, the special requirements, over and
above those of this specification shall be in accordance with Clause 13.2 of IS: 456.
5.25 COLD WEATHER CONCRETING
When conditions are such that the ambient temperature may be expected to be 4.5 degree
C or below during the placing and curing period, the work shall conform to IS: 7861 (Part-
II).
5.26 HOT WEATHER CONCRETING
When concreting in very hot weather the Contractor shall take all precautions as stipulated
in IS: 7861 (Pan-I) and stagger the work to cooler parts of the day to ensure that the
Contractor Executive Engineer
186
temperature of wet concrete used, specially in massive structure, does not. exceed 38
degree 'C'.
Positive temperature control by methods like pre-cooling, post cooling or cooling of
concrete by circulating cold water through small embedded pipe lines inside concrete, if
required, shall be specified and shall be undertaken.
5.27 CONCRETING IN THE AREA EXPOSED DIRECTLY ALONG SEA COAST
The special requirements, over and above those of this specification shall be in
accordance with clause 13.3 of IS: 456.
5.28 CONCRETING IN LARGE POURS (MASS CONCRETE)
5.28.1 The aim of controlling the concreting in large pours is to reduce cracking caused by
shrinkage due to heat of hydration. The Contractor shall submit detailed proposal to the
Engineer for approval about the method of pouring and the measures to reduce heat of
hydration, which he proposes to adopt.
5.28.2 The maximum height of lifts will depend on the type of cement used. The use of cement
having low heat of hydration, could allow greater lifts. The contractor shall provide all the
necessary arrangement.
5.28.3 The Contractor shall provide all the necessary arrangements like precooling of aggregates,
cooling of fresh concreting by passing cold water through pipes placed inside the concrete
or such other measures at least 48 hours before the placement of concrete and also
provide the facility for recording of temperature at least 24 hours prior to placement of
concrete.
5.28.4 The minimum interval between concreting of successive lifts, separated by horizontal
construction joint, shall be six days or as directed by the Engineer. The minimum interval
between the concreting of adjacent pours separated by vertical construction joints shall be
three (3) days, or as directed by the Engineer.
5.29 FINISHES TO EXPOSED SURFACES OF CONCRETE
5.29.1 SURFACE WHICH DO NOT REQUIRE PLASTERING
Surface in contract with casings shall be brought to a fair and even surface by working
the\concrete smooth against casings with a steel trowel while it is being deposited and also
by working over the surface with a trowel immediately after the removal of the casings or
centerings, removing any irregularities and stopping air holes, etc. Use of mortar plaster is
not permissible for correcting levels, removing unevenness etc. However, if, in the opinion
of the Engineer, such plastering is unavoidable then the thickness of plaster shall in no
case exceeds 5 mm and the plastering shall be in cement mortar. (1:3).
5.29.2 Faces of foundations which will be back filled:
Neither the smoothness of the surface more the position of the joints in the orm work are
important. Small, blemishes caused by entrapped air are permitted. No special surface
finish is required.
5.30 EXPOSED SURFACES WHICH NEED PLASTERING
Surfaces of beams/ columns flushing with the brick work or other structures where it is
intended to plaster, shall be hacked adequately as soon as the shuttering is stripped off so
that proper bond with the plaster can develop.
5.31 SURFACE FOR NON-INTEGRAL FINISH
Where a non-integral finish such as floor finish is specified or required, the surface of the
concrete shall be struck off at the specified levels shall be finished and finished rough.
5.32 FOR MONOLITHIC FINISH

Contractor Executive Engineer


187
Where no more finishing course is to be applied as in the case of basement floor, industrial
flooring or the screed concrete flooring etc, the concrete shall be completed and struck off
at the specified levels and slopes with a screed, board and then floated with a wooden
float. Steel trowelling is then started after the concrete has hardened enough to prevent the
excess of fines and water to rise to the surface but not hard enough to prevent proper
finishing. Troweling shall be such that the surface is flat, smooth and neatly finished.
Dismantling & replacement of concrete
When there are large cavities or honeycombs or the concrete is unsound, due to improper
mix design or due to incompetent method of placement/compaction/from work or due to
poor workmanship or due to any other reason or the finished concrete is beyond the
tolerance limit, the contractor shall, when so ordered by the engineer, dismantle and
replace the concrete including its reinforcements and embedments to the satisfaction of the
engineer at no extra cost to the owner. No payment for the dismantled portion of the work
(including formwork, reinforcement & embedments) shall be made to the contractor.
While replacing the concrete the contractor shall take utmost care not to damage the
reinforcement or embedded parts or any part of the adjacent structure are badly damaged
either partly or fully, the same shall also be either rectified or replaced, as directed by the
engineer by the contractor at his own cost to the satisfaction of the engineer.

Repair & Mending of concrete surfaces


The engineer may, at his sole discretion, allow to retain concrete with minor defects
provided the contractor Is able to repair the same with the available means at no extra cost
to the owner. All such repairing works shall be as per instruction and in the presence of the
engineer. Generally such repair works will consist of any or all of the following operations.
a. Such rubbing with mortar and storing with carborundum stone.
b. Cutting away the defective concrete to the required depth and shape.
c. Cleaning of reinforcement and embedments.
d. Roughing by sand blasting or chipping.
e. Installing additional reinforcements/welded mesh fabric.
f. Dry packing with stiff mortar.
g. Plastering, guniting, shot creting etc.
h. Placing and compacting concrete in the voids left by cutting out defective concrete.
5.33 TESTING OF CONCRETE
5.33.1 GENERAL
The Contractor shall carryout, entirely at his own cost, all sampling and testing in
accordance with the relevant I.S. standards and as supplemented herein. The Contractor
shall get all tests done in approved Laboratory and submit to the Engineer, the test result in
triplicate within 3 days after completion of the test.
5.33.2 CONSISTENCY TEST (TESTS OF FRESH CONCRETE)
5.33.2.1 At the place of deposition/pouring of the concrete, to control the consistency, slump tests
and/or compacting factor tests shall be carried out by the, Contractor in accordance with
I.S.199 as directed by the Engineer.
5.33.2.2 The results of the stump tests/compacting factor tests shall be recorded in a register for
reference duly signed by both the Contractor and the Engineer. That register shall be
considered as the property of the Owner and shall be kept by the Contractor at site in safe
custody.
Contractor Executive Engineer
188
5.33.2.3 The results of the slump tests/compacting factor tests shall tally, within accepted variation
of plus or minus 12% with the results in the respective design mix in case of mix design
concrete and with the values indicated in the table under clause 6.1 of IS: 456 in case of
nominal mix concrete.
5.33.2.4 For any particular batch of concrete, if the results do not conform to the requirements as
specified in 4.15 or do not conform to any requirement of this specification, the Engineer
has the right to reject that batch and the Contractor shall remove the same immediately
from the site, at no cost to the Owner.
5.34 STRENGTH TEST OF CONCRETE
5.34.1 While placing concrete, the Contractor shall make 6 nos. of 15 cm test cubes from
particular batches of concrete as desired by the Engineer. The frequency of taking test
cubes shall be either according to clause 14.2 of IS: 456 or as directed by the Engineer.
5.34.2 The cubes shall be prepared, cured and tested according, to IS: 516. Out of 6 nos. of test
cubes 3 shall be tested for compressive strength at 7 days after casting and the remaining
3 at 28 days after casting.
5.34.3 A register shall be maintained at site by the Contractor with the following details entered
and signed by both the Contractor and the Engineer. That register shall be considered as
the property of the Owner.
a. Reference to the specific structural member
b. Mark on cubes
c. The grade of concrete
d. The mix of concrete
e. Date and time of casting
f. Crushing strength at 7 days
g. Crushing strength at 28 days
h. Any other information directed by the Engineer.
5.35 ACCEPTANCE CRITERIA FOR TEST CUBES
The acceptance criteria of concrete on strength requirement shall be in accordance with the
stipulations under clause 15 of IS: 456.
5.36 NON-DESTRUCTIVE TESTS ON HARDENED CONCRETE
5.36.1 If there is doubt about the strength or quality of a particular work or the test results do not
comply with the acceptance criteria as stipulated under clause 15 of IS: 456, non-
destructive tests on hardened concrete like core test and/or load tests or other type of non
destructive tests like ultrasonic impulse test etc. shall be carried out, as may be directed by
the Engineer, by the Contractor at entirely his own cost.
5.36.2 The core tests and load tests shall comply with the requirements of clause 16.3 and 16.5 of
IS: 456 respectively. In case of other types of special tests like ultrasonic impulse test etc.,
the stipulation of clause 13.3of IS: 456 shall be applicable.
5.37 CONCRETE BELOW SPECIFIED STRENGTH
In case of failure of test cubes to meet the specified requirements the Engineer may take
one of the following actions:
1. Reject the work and instruct that section of the works to which the failed cubes relate, shall
be cut out and replaced at Contractor's expense.
2. Instruct the Contractor to carryout additional test and/or works to ensure the soundness of
the structure at Contractor's expense.
Contractor Executive Engineer
189
3. Accept the work with reduction in the rate in appropriate item.
5.38 CONCRETE FAILED IN NON-DESTRUCTIVE TESTS
In case the test results of the core tests or load tests in a particular work do not comply
with the requirements of respective clause (16.3 for core test and 16.5 for load tests) of IS:
456 the whole or part of the work concerned shall be dismantled and replaced by the
Contractor as may be directed by the Engineer at no extra cost to the Owner and to the
satisfaction of the Engineer. No payment for the dismantled concrete including relevant
formwork. reinforcement, embedded fixtures etc. shall be made. In the course of
dismantling if any damage occurs to the adjacent structure or embedded item, the same
shall be made good, free of charge by the Contractor, to the satisfaction of the Engineer.
5.39 STEEL REINFORCEMENT
5.39.1 MATERIAL
Material shall be as specified in the respective schedule of items. The specifications of
materials shall be as per Part – 1.
5.39.2 STORAGE
Steel reinforcement shall be stored in such a manner that they are not in direct contact with
ground. Bars of different classifications and sizes shall be stored separately. In cases of
long storage or in coastal areas, reinforcement shall be stacked above ground level by at
least 15 cm, and a coat of cement wash shall be given to prevent scaling and rusting.
5.40 CUTTING, BENDING AND BINDING
a) The contractor shall responsible for the accuracy of the cutting, bending and placing of the
reinforcement. Reinforcement shall be inspected for compliance with the requirement of grade, size,
shape, length splicing and locations after it has been placed. No concreting shall be started unless
the reinforcement as placed in the work is finally checked, recorded and certified by the Engineer-in-
charge.
b) Before the reinforcement is placed, the surface of the bars and the surfaces of any metal bar
supports shall be cleaned of the rust, loose mill scale, dir, grease and other objectionable foreign
substances. After being placed, the reinforcing bars shall be maintained in a clean condition until they
are completely embedded in the concrete.
c) Reinforcing bars shall be accurately placed and secured in positions as shown in the drawing so that
the bars and fabric shall not be displaced during the placing of concrete. The contractor shall also
ensure that there is no disturbance of reinforcing bars already placed.
d) Wire for binding reinforcement shall be of soft and annealed mild steel and shall conform to IS 280-
1978. The binding wire shall have tensile strength of not less than 56 kg/sq.mm. The wire shall have
minimum diameter of 1 mm. Chairs, hangers, spacers and other supports for reinforcement, may be
concrete, metal or other approved material. Where portions of such supports will be exposed on
concrete surfaces designated to receive F 2 or F3 finish the exposed portion of support shall be
galvanized or coated with other corrosion resistant material without which the concrete will not be
permitted such supports shall not be exposed on surfaces of F 4 finish unless otherwise shown on the
drawings. The minimum allowable clearance between parallel round bars shall not be less than 1.50
times the diameter of the larger bars and for square bars shall not be less than twice the side
dimensions of the larger bars. In no case the minimum clearance between the bars shall be less than
1.5 times the maximum size of aggregate irrespective of the shape of the reinforcing bar. Bars
crossing each other where required shall be secured by binding wire in such a manner that they do
not slip over each other at the time of fixing and concreting. Wire used for binding reinforcement shall
not be measured for payment.
Splicing
a) Where it is necessary to splice reinforcement the splices shall be made by lapping, by welding or by
mechanical means.
Contractor Executive Engineer
190
b) Joints or splices in reinforcing bar shall generally be made at the locations where neither shear nor
bending moment is maximum, but the contractor would be permitted to take joints or splices at other
position provided that such positions are approved by the Engineer-in-charge and joints and splices
in adjacent bars are staggered as directed by the Engineer-in-charge. Approval of such additional
splices will generally be restricted to splices not closer than 8 mtrs. In horizontal bars and 4 mtrs. in
vertical bars measured between midpoint of laps.
c) If the contractor proposes to use welded splices in reinforcing bars the equipment the material and all
welding and testing procedures shall be subject to the approval of the Engineer-in-charge. The
contractor shall also carryout test welds as required by the Engineer-in-charge.
d) For welded splices for reinforcing bars conforming to IS: 1786-1985 welding shall be done in
accordance with IS: 9419-1979. for reinforcing bars conforming to IS:432 (Part-I) 1911 and IS:1139 –
1911 welding shall be done in accordance with IS:2571 – 1966. Electrodes for manual metal arc
welding shall confirm to IS:814 (Part-I) 1974 and IS:814 (Part-II) 1974, mild steel filler rods for oxy-
acetylene welding shall conform to IS: 1278 – 1972 provided they are capable of giving a minimum
butt weld tensile strength of 41 kg/sq.mm.
e) Reinforcing bars 28 mm in diameter and larger may be connected by butt welding provided that
lapped splices will permitted if found to be more practicable than butt welding and if lapping does not
encroach on cover limitation or hinder concrete or reinforcement placing.
f) Reinforcing bars 25 mm diameter and less may be either lapped or butt welded, whichever is most
practicable.
g) Butt welding of reinforcing bars shall be performed under cover from weather and may be performed
either by the gas pressure or flash pressure welding process, or by the electric arc methods. The
following requirements shall apply to all welding of reinforcing bars including butt welding and the
preparation of welded reinforcement mats.
h) Welded pieces of reinforcement shall be tested at the rate 5% of total number of joints welded.
Specimen shall be taken from the actual site of work. Strength of the weld provided shall be at least
25% higher than the strength of bar.
i) If the contractor proposes to use mechanical couplings for reinforcing bars he shall submit samples
of the proposed coupling to the Engineer-in-charge for approval not less than 60 days prior to their
proposed use.
Care of placed reinforcement and concrete
Where reinforcement bars are bent aside at construction joints and afterwards bent back in to their
original position, care shall be taken to ensure that no time the radius of the bend is less than 6 diameters
for deformed bars and 4 diameters for plain mild steel bars. Care shall also be taken, when bending such
bars, to ensure that the concrete around the bars is not damaged.

5.41 WELDING OF REINFORCEMENT


Welding of mild steel reinforcement bars conforming to IS:432 (Part-I) shall be done in
accordance with IS: 275 1 – “Code of Practice for Welding of Mild Steel Bars used for Reinforced
Concrete construction” with additional precaution that for lap welded joints the throat thickness of
weld beads shall be at least 3mm or 0.6 times the nominal size of weld (which is the radius of bar)
whichever is more.
Welding of cold worked high strength deformed bars conforming to IS: 1786 shall be done using
electric arc welding process using low hydrogen electrodes (Ferrow Weld-1 or Ferro Weld – II or
equivalent). Oxyacetylene welding shall not be used.
But welding of bars upto 32mm diameter for vertical splices shall be done either by single bevel
groove weld or double bevel groove weld, with bevel angle 45 degree. Butt welding of bars upto
32mm diameter for horizontal splices shall be done either by single Vee-grove weld or double Vee
grove weld with chamfered angle of 45 degree to 60 degree. The diameter of welded joint shall be
Contractor Executive Engineer
191
1.2 times the diameter of bar. Edge preparation for butt welding shall be done by shearing,
matching and grinding. Oxyacetylene flame shall not be used for cutting. Chamfered faces shall be
smooth finished by hand file if required.
Lap welding of bars upto 20mm diameter shall have a minimum bead length of 12 times the
diameter of bar or 200 mm whichever is more arranged on one or both sides. The throat thickness
of weld beads shall be 5mm or 0.75 times the nominal size of weld (which is the radius of bar)
whichever is more: in case of unsymmetrical lap weld with weld bead on one side only, the
maximum length of each weld bead shall be 6 times the diameter of bar or 100 mm (whichever is
more), separated by an equal length in between weld beads. Splice bars used in symmetrical weld
joint shall have same diameter as the parent bars. Lap joint with single splice bars shall have weld
beads on both sides.
Lap welding of bars above 20mm shall be done using splice plate or splice angle. Thickness of
splice plate shall not be less than 0.65 times the diameter of bar and width shall not be less than
twice the diameter of bar. The size of splice angle shall be such that its area of cross section is at
least 1.62 times the area of bar being spliced.
More than one third of the bars shall not be welded at any one section and welded joints shall be
staggered at a distance of 50 times the diameter of bars. Welding shall not be done at bends or
curved parts of bars and it shall be located at least at a distance of 50 times the diameter of bar
from bends.
5.42 Tests
Test pieces of welded bars shall be selected and tested in accordance with the provisions of IS:
2751. The number of tests will be as laid down in IS: 2751 or such larger number as the Engineer
may decide having regard to the circumstances.
5.43 CLEANING
All steel for reinforcement shall be free from loose scales, rust coatings oil, grease, paint or other
harmful matters immediately before placing the concrete. To ensure this reinforcements with rust
coatings shall be cleaned thoroughly before bending/placement of the same.
5.44 PLACING IN POSITION
All reinforcements shall be accurately fixed and maintained in positions as shown on the drawings and
by adequate means like mild steel chairs and/or concrete spacer blocks irrespective of whether such
supports are payable or no1. Bars intended to be in contact at crossing points shall be securely tied
together at all such points by annealed soft steel wire or by tack welding in case of bars larger than 25
mm dia. as may be directed by the Engineer. Binders shall tightly embrace the bars with which they are
intended to be in contact and shall be securely held. The vertical distance between successive layers of
bars shall be maintained by provision of mild steel spacer bars. They should be spaced such that the
main bars do not sag perceptibly between adjacent spacers.

5.45 CLEAR COVER


Clear cover shall be as specified in the drawings. If nothing is specified in the drawing the clear cover
shall be In accordance with the relevant clause of IS: 456.

5.46 Light structural work & embedded metallic parts, conduits


5.46.1 Fabrication of metallic parts & light structural works
Fabrication of all structural steel work shall be done in accordance with IS: 800 "Code of Practice
for use of Structural Steel in General Building Construction". All workmanship shall be equal to the
best practice in modern structural shops. Greatest accuracy shall be observed in the manufacture
of every part and all identical parts shall be strictly inter-changeable. Steel work shall be shop fitted
and shop assembled as far as practicable to minimize on site work and to meet transport
restrictions. All materials shall be straight and if necessary before being worked shall be
straightened of flattened by pressure and shall be tree from twists. Shearing or flame cutting may
be used and the resulting edges shall be clean and straight. Flame cut edges shall be clean and
Contractor Executive Engineer
192
straight. Flame cut edges shall be planed/ cleaned by chipping or grinding. Sheared members shall
be tree from distortion at sheared edges. Welding and welded work shall conform to IS: 816 “Code
of Practice for use of metal arc welding for General Construction in Mild Steel". Mild steel
electrodes conforming to IS: 814 “Specification for covered electrodes for metal are welding of
milds steel (third revision) shall be used.
5.46.2 Transportation and Storages
All pieces shall be properly identified and bundled for transportation to work site. Care shall be
exercised in the delivery, handling and storage of material to ensure that material is not damaged
in any manner. Materials shall be kept free of dirt, grease and foreign matter and shall be stored
properly on skids or any other suitable supports to avoid contract with ground damage due to
twisting, bending etc.

5.47 Erection of light structural work


Erection of light structural work shall be carried out in accordance with the provisions of IS: 800. No
component which is bent or twisted shall be put in place until the defects are corrected.
Components seriously damaged during handling shall be replaced. No revetting, permanent bolting
or welding shall be done until proper alignment has been completed. Whenever field welding is to
be done it shall be in accordance with the requirements of shop fabrication. Shop paints shall be
removed before field welding for a distance of at least 50 mm on either side of the joints.
5.48 Erection of embedded metallic parts, Inserts, conduits
5.48.1 Bolts and inserts shall be securely fixed in position as shown in the drawings, before
commencement of concreting. Bolts shall be checked for accuracy in alignment on both the axes.
Limits of tolerance in alignment and level shall be as shown in the drawing or described elsewhere
in these specifications. Where bolts are housed in sleeves, special care shall be taken after
concreting is over and has partly set to ensure that the bolts move Within the sleeves. The annular
space of the sleeve shall be plugged with suitable stoppers to prevent the ingress of water, dust,
rubbish or other foreign material into it both during and after concreting. Opened conduits shall be
plugged similarly. Where channels, U-shaped profiles or other similar inserts are required to be
placed in concrete. Special care shall be taken to keep the grooves of such profiles free from the
ingress of concrete, slurry etc., by suitable packing material, if necessary.
All threads for bolts and inserts shall be greased at intervals and kept covered to prevent damage.
5.48.2 Necessary templates, jigs, fixtures, supports shall be used as may be specified or required or
directed by the Engineer free of cost to tile Owner.
Exposed surfaces of embedded materials shall be painted with one coat of anticorrosive paint or
bituminous paint, as desired the engineer without any extra cost to the owner. If welding is to be
done subsequently on the exposed surfaces of the embedded parts the painting for a length of 50
mm beyond each side of the weld tine shall be cleaned off.
5.49 SHUTTERING
5.49.1 GENERAL
All shuttering formwork, supports and staging shall be designed by the Contractor and be subject
to approval by the Engineer. The Contractor shall submit drawings and calculations to the Engineer
for scrutiny when called upon to do so. The shuttering shall be designed for a live load of 400
kg/sq.m in addition to the weight of the green concrete, or such-other load as the Engineer may
specify. The Contractor shall be responsible for the correctness and strength of the formwork
including its supports and centering and approval by the Engineer will not relieve him of his
responsibilities.
5.49.2 MATERIAL

Contractor Executive Engineer


193
The staging and supports may be of round or sawn timber or tubular or, other shapes in steel.
Round timber shall preferably extend over the full height in one piece. These shall be securely
jointed or otherwise fastened and spaced at suitable intervals as the design may warrant. They
shall be suitably braced at regular intervals horizontally and diagonally.
The form work shall be of steel plate on steel frame, wooden boards with steel sheet lining or
plywood or season timber board. Where ornamental and curved surfaces are required the material
shall be very good seasoned timber or plywood; which can be shaped correctly.
5.49.3 FIXING
The shuttering shall conform to the shapes, lines, levels and dimensions shown in the drawing. It
shall be fixed in perfect alignment and securely braced so as to be able to withstand, without
appreciable displacement, deflection or movement of any kind, the weight of all construction,
movement of persons and plant. It shall be so constructed as to remain rigid during the placing and
compacting of concrete without shifting or yielding and shall be sufficiently water tight to prevent
loss of slurry from the concrete.
All props shall be supported on sole plates and double wedges. At the time of removing props
these wedges shall be gently eased and not knocked out. The form work shall be so designed that
the sides are independent of the soffits and the side forms can be removed easily without any
damage or shock to the concrete.
5.50 WROUGHT SHUTTERING
Wrought shuttering shall be such as to produce a first class fair face on the concrete free from
board marks or any other disfigurements. This shall be used for exposed surfaces where specified
or directed by the Engineer. It may be made of heavy quality plywood or steel sheets having
smooth, plain surface.
The joints in shuttering shall be arranged in a regular pattern approved by the Engineer. Wrought
shuttering shall be aligned within a tolerance of 3mm.
5.51 ROUGH SHUTTERING
Rough shuttering shall be used for all surface of concrete walls, footings etc., which are not
exposed in the finished work or which are to receive plaster and as directed by the Engineer. It
may be made of timber, ordinary plywood or steel sheets.
5.52 SPECIAL PROVISION
5.52.1 Wherever concreting of narrow member is required to be carried out within shutters of
considerable depth, temporary openings in the sides of the shutters shall, if so directed by
the Engineer, be provided to facilitate cleaning, pouring and consolidation of concrete.
5.52.2 In liquid retaining structures and structures below ground water level, through bolts for the
purpose of securing and aligning the form work shall not be used.
5.52.3 Forms shall be given an upward camber, if so desired by the Engineer, to ensure that long
beams do not have any sag. The camber may be 1 in 250 or as the Engineer may direct.
5.52.4 The joints in form work shall be sealed by adhesive tapes by other means, to prevent any
leakage of slurry or mortar.
5.53 PREPARATION FOR CONCRETING
5.53.1 Before any concreting is commenced the shuttering shaft be carefully examined for
dimensional accuracy and safety of construction. The space to be occupied by concrete
shall be thoroughly cleaned out to remove rubbish, debris, shavings and saw dust. The
surface in contact with concrete shall be coated with an approved substance such as
mould all or other non-staining mineral oil to prevent adhesion. Where necessary the
surface shall be wetted to prevent absorption of moisture from concrete. Care shall be
taken to avoid the reinforcements coming in contact with shutter oil.

Contractor Executive Engineer


194
5.54 REMOVING
5.54.1 Removal of forms shall never be started until the concrete has thoroughly set and aged to
attain sufficient strength to carry twice its own weight plus the live load that is likely to come
over it during construction.
5.54.2 Removal of forms shall not entail chipping or disfiguring of the concrete surface. Shuttering
shall be removed without shock or vibration and shall be eased off carefully in order to
allow the structure to take up its load gradually.
5.54.3 Under normal circumstances (generally where temperatures are above 21 degree ‘C’) and
where ordinary Portland cement is used shuttering may be struck after the expiry of the
following periods :-
i. Walls, columns 800 vertical faces - 24 to 48 hours as may be directed by the Engineer.
ii. Bottom of slab upto 4.5 m span - 7 days
iii. Bottom of slab above 4.5 m span,
bottom of beam and arch rise upto 6 m span -14 days
iv. Bottom of beam and arch rise over 6 m span- 21 days
These periods may be increased' at the discretion of the Engineer. Special care shall be taken
while striking the, shuttering of cantilevered slabs and beams, portal frames etc.,
Before removing the form work, the Contractor must notify the Engineer to enable him to inspect
the condition of the finished concrete immediately after the removal of the form works.
5.55 CONTRACTOR'S RESPONSIBILITY
Any damage resulting from faulty preparation, premature or careless removal of shuttering shall
be made good by the Contractor at his own expense.
5.56 IRRECOVERABLE SHUTTERING
In cases where the shuttering cannot be removed without damaging the structure itself or where
removal of shuttering is rendered impossible due to the nature of construction or where the
Engineer may so instruct, such shuttering shall be classified as irrecoverable shuttering.
However, such abandoning of shuttering will be permitted only in situations where it will not
remain exposed or otherwise cause damage of any kind.
5.57 METAL FORMS
Where permanently left-in-place metal forms or deck are shown in drawings or otherwise
ordered to be provided by the Engineer, they shall satisfy the requirements with regard to load
carrying capacity. The metal forms shall be obtained from a reputed manufacturer, whose
performance guarantee shall be obtained and submitted to the Engineer. Designs and drawings
giving full details shall be submitted to the Engineer in advance for approval.
5.58 DAMP PROOF COURSE CONCRETE
5.58.1 THICKNESS
It shall be as specified in the drawings.
5.58.2 MIX
The grade of mix shall be as specified in the drawing or schedule of quantities. If nothing is
specified, the mix shall be 1 part of cement: 1 1/2 part of coarse sand: 3 parts of stone chips.
The stone chips shall be 12 mm down graded.
Approved water proofing admixture shall be mixed with cement as per manufacturer's
specifications. The water cement ratio shall be as low as possible to increase the Impermeability
of concrete and in no case more than 0.5.
5.58.3 PREPARATION OF BASE SURFACE

Contractor Executive Engineer


195
The base surface shall be well roughened by chipping and brushing with steel brush and shall
be cleaned of all dirt, dust, grease, oil and all other foreign & deleterious materials. Then the
surface shall be well moistened with water.
5.58.4 PLACING AND COMPACTION
Just prior to placement of D.P.C. Concrete, a thick coat of cement slurry shall be applied on the
base surface. The placement shall be as specified for the concrete in beams. The concrete
shall be well compacted to make it dense.
5.58.5 FINISHING
When the concrete has set enough but remains still green, the top surface shall be marked in
regular pattern by steel travel so as to have proper bond with the future work.
5.58.6 CURING
D.P.C. coarse shall be kept continuously moist at least 10 days.

5.59 GROUT
5.59.1 SCOPE
The scope covers the grouting under base plates, grouting between the joints of precast
concrete, grouting the pockets/holes/opening etc.
5.59.2 GROUTING UNDER BASE PLATES
Grouting under base plates of equipments/structures shall be of cement mortar 1:2 for thickness
upto 25 mm. For thickness exceeding 25 mm, concrete of grade specified in the drawing or
minimum M-20 grade using 10 mm down graded aggregates shall be used. The grout shall be
placed in position well rammed until the whole space is completely filled with concrete. No
vibrators shall be used. Quick setting cements shall be used in the preparation of mortar or
concrete, where so specified.
The grout shall either be "dry" concrete or mortar or "wet expanding" concrete or mortar as the
Engineer may direct. A dry grout shall have a slump not exceeding 6 mm. It shall be rammed
under the horizontal surface with the aid of suitable tools. A "wet expanding" grout shall have a
slump of at least 125 mm but not exceeding 225 mm. To this shall be added an expanding
admixture approved by the Engineer and according to the Manufacturer's instructions.
5.59.3 GROUTING POCKETS/HOLES IN CONCRETE
Depending upon the size of the pockets/holes in the concrete, the mix of the grout shall be either of
concrete or of cement sand mortars. Normally the grade of such concrete/mortar shall be M-20
unless specified otherwise. In filling the holes of foundation bolts and expanding admixture of
approved type shall be used as per manufacturer's specification.
5.59.4 WORKMANSHIP
5.59.4.1 The surface of the concrete over which grouting is to be applied shall be thoroughly prepared to
provide a dean rough surface. If necessary, chipping shall be carried out on such surface to make it
completely rough. Then the surface shall be wetted. Bolt pockets shall be cleaned immediately before
the base plate is placed in position.
5.59.4.2 Before placement of grout, the surfaces (except in the case of bolt holes) shall be wetted with cement
slurry. In case of bolt holes/pockets water from such pockets shall be thoroughly removed by some
suitable means and no cement slurry shall be applied.
5.59.4.3 Hand mixing is not permitted and the grout shall always be machine mixed. If however in some
special cases where the quantity of grout is so small that it cannot be machine mixed, hand mixing
may be allowed but the same shall be done under the strict supervision of an experienced supervisor
of the Contractor.

Contractor Executive Engineer


196
5.59.4.4 The grout shall be placed within 30 minutes of being mixed. The grout shall be poured and then
worked into position by suitable means until the space is completely filled. The Contractor shall take
all possible measures during grouting so that the grout fills the space completely and thoroughly.
Where the gap is very small or unapproachable for the placement of concrete, the Contractor shall
grout by pressure grouting and in that case the mix may be of cement sand mortar of the appropriate
grade but in any case the water cement ratio shall be as low as possible.
Neither "dry" grout (grout having slump 6 mm or less) nor expanding wet grout shall be grouted with
any type of vibrating machine.

5.59.5 CURING
After 10 hours of grouting, the same shall be covered with wet gunny bags and the surface shall be
kept continuously moist at least for 10 days.
5.60 CONCRETING IN WATER RETAINING STRUCTURES
General requirements
The basic specifications as regards 'mix' design, placing, compacting, curing etc. shall conform to the
requirements as specified hereinbefore of this Chapter. Over and above the materials and
workmanship shall conform to the stipulations of IS: 3370 (Pan-I & II) to make dense and impervious
concrete. As specified hereinbefore all the construction joints shall be provided with approved water
bars. The expansion and contraction joints, if any, shall be provided with the requirements as
specified in the drawing or as directed by the Engineer.
5.61 APPLICATION OF LIVE LOAD
The designated live load shall be allowed on any structure only after 28 days, after proper curing is
carried out on the last concrete poured in structure.
6. GLAZING
6.1 General
Glazing shall be done with plain, frosted or ground glass or wired cast glass as shown on drawings,
described in the Schedule of Items or approved by the Engineer. The method of glazing adopted shall
be such that movement of the structure, to which the securing is done, does not transmit strain to
windows, doors or ventilators as the case may be. The work shall generally conform to IS : 1081,
Code of Practice for fixing and glazing of Metal Doors, Windows & Ventilators. The material for
putting shall consist of whiting and linseed oil, raw mixed in such proportion as to form a paste
conforming to IS : 419.
6.2 Doors, Windows and Ventilators
Windows and ventilators shall be designed for putty glazing fixed from outside and glazed doors for
fixing from inside. In addition spring type glazing clips shall be provided at intervals of 30 cm, or as
shown otherwise on drawings or described in the Schedule of items. These shall be inserted into
holes drilled in the shutters or frames as the case may be.
All glazing shall be puttied to the shutters or frames with good quality putty in addition to glazing clips.
Glass panes shall not be placed directly against the metal/timber. A thin layer of putty shall be evenly
spread over the glazing rebate and the glass pressed firmly against it. it shall be secured in position
by means of teak wood beds for wooden shutters. Glass panes shall be sent without springing and
shall be bedded in putty and back puttied except where moulding or gasket are specified. Putty,
mastic cement etc., shall be smoothly finished to even lines. Figured glass shall be set with smooth
side out. After completion of glazing work, all dirt stains, excess putty etc., shall be removed and the
glass panes shall be lest in perfectly acceptable condition. All broken cracked or damaged glass shall
be replaced by new ones at the Contractor’s cost.
WHITE WASHING, COLOUR WASHING AND PAINTING

Contractor Executive Engineer


197
7.1 Scope
This chapter deals with white washing, colour washing, distempering, cement washing, emulsion
painting, silicate painting etc., to concrete and masonry surfaces and painting to the wood works and
steel works.
7.2 Materials
Materials shall conform to Part-I of this series.
7.3 White washing, Colour washing
7.3.1 General
Wherever scaffolding is required/necessary, it shall be erected on double support tied together by
horizontal pieces, over which the scaffolding planks shall be fixed. No part of it shall rest on or touch
the surface which is being washed. Where ladders are used, pieces of old gunny bags shall be tied
on their tops to avoid damage or scratched to walls. For white washing the ceiling proper stage
scaffolding shall be erected. The surface on which wash is to be applied shall be thoroughly brushed
free from mortar droppings and foreign matter.
7.3.1.1 White wash
The wash shall be prepared from fresh stone white lime of approved quality and shall be thoroughly
slaked on the spot mixed and stirred with sufficient water to make a thin cream. This shall be allowed
to stand for 24 hrs and then shall be screened through a clean course cloth. 4 kg of gum dissolved in
hot water shall be added to each cubic meter of the cream.
The approximate quantity of water to be added in making the cream will be 5 litres of water to 1 Kg of
time. Indigo upto 3 gm per kg of lime dissolved in water shall then be added and was stirred well.
Water shall then be added at the rate of about 6 litres per kg of time to produce a milky situation. The
white wash shall be applied with approved brushes to the specified number of coats. The operation
for each coat shall consists of stroke of brush given from the top downwards, another from the bottom
upwards over the first stroke and similarly one stroke horizontally from the right and another from the
left before it dries.
Each coat shall be allowed to dry before the next-one is applied and shall be subjected to inspection
and approval by the Engineer. No portion of the surface shall be left out initially to be patched up later
on.
The finished dry surface shall not show any signs of cracking and peeling nor shall it come off readily
on the hand when rubbed. Doors, windows, floors and such other parts of the building not to be white
washed shall be protected from being splashed upon.
7.3.1.2 White washing with whiting
Whiting (ground white chalk) shall be dissolved in sufficient quantity of water and thoroughly stirred to
form a thin slurry which shall then be screened through a clean coarse cloth. 2 kg of gun and 0.4 of
copper sulphate dissolved separately in hot water shall be added for every cum of slurry which shall
then be diluted with water to the consistency of milk so as to make wash ready for use. Other
specification remains same as per white washing with lime.
7.3.1.3 Cement primer coat
The surface shall be thoroughly cleaned of dust etc., and shall be allowed to dry for at least 48 hours.
It shall then be rubbed thoroughly be sand paper to give a smooth and even surface. Any
unevenness shall be made good by applying putty, made of plaster of paris mixed with water on the
entire surface including filling up the undulation and then sand papering the same after it is dry. The
cement primer shall preferably be applied by brushing and not by spraying horizontal strokes shall be
given first and vertical strokes shall be applied immediately, afterwards. The entire operation will
constitute one coat. The surface shall be finished as smooth as possible, leaving no brush marks.
7.4 Water proof cement paint

Contractor Executive Engineer


198
The prepared surface shall be thoroughly wetted with clean water before water proof cement is
applied. The paint shall be prepared strictly as per manufacturer's specifications, in the absence of
which it shall be mixed in stages. The first stage shall comprise of 2 parts of water proof cement paint
and one part of water stirred thoroughly and allowed to stand for 5 minutes. Care shall be taken to
allow the paint gradually to the water and not versa. The second stage shall comprise of adding
further one part of water to the mix and stirring thoroughly to obtain a liquid of workable and uniform
consistency. The paint shall be mixed in such quantities as can be used up within an hour of its
mixing.
Paint shall be applied with brushes or spraying machine. The solution shall be kept well stirred during
the period of application. It shall be applied on the surface which is on the shady side of the building
so that direct heat of the sun on the surface is avoided. Method of application shall be similar to oil
bound distemper. The completed surface shall be watered, after the day’s work. Before application of
the second or subsequent coats, the surface of the previous coat shall not be wetted and a uniform
shade should be obtained after application of paint. Cement paint shall not be applied on surfaces
already treated with white wash, colour wash, distemper, varnish paint etc., and on gypsum, wood
and metal surfaces.
7.5 Oil bound distemper
The surface shall be prepared as for ‘Cement Primer Coat’. A primer coat of cement primer or
distemper shall be applied as specified in the description of the item. After the primer coat has dried
for at least 48 hours, the surface shall be lightly sand prepared to make it smooth, taking care not to
rub the priming coat out. All loose particles shall be dusted off. One coat of distemper properly diluted
with thinner, shall be applied with brushes/rollers in horizontal strokes followed immediately by
vertical ones which together constitute one coat. The subsequent coats shall be applied in the same
way. Two or more coats of distemper as are found necessary shall be applied to obtained an even
shade. A time interval of at least 24 hours shall be allowed between consecutive coats. The brushed
shall be of 15 cm. Double bristled type. They shall be maintained in proper condition and those that
are dirty or caked will not be allowed to be used
7.6 Plastic emulsion paint
The surface on which plastic emulsion paint has to be laid must be thoroughly cleaned and prepared
and all defects rectified. .The surface shall be dry and rubbed smooth by means of sand paper to the
satisfaction of the Engineer. One coat sealer and two coats of plastic emulsion paint are to be applied.
The work is to be carried out under direct guidance and instructions from the manufacturers whose
expert advise and supervision are to be made available in order to achieve the high grade finish. The
painters employed for this work must be capable of producing the highest standard of workmanship
required. If the finish is of doubtful nature; the contractor shall have to rectify at his own cost to the
entire satisfaction of the Engineer.
Plastic emulsion paint of Jenson Nicholson or equivalent quality and of approved colour and shade
shall only be used.

7.7 Bitumen Painting


Bitumen painting to concrete surface shall be done as follows
1) Hot application
The surface shall be cleaned of all mud etc., before painting. The honey-combs and other defects of
concrete surface to be painted shall be rectified properly. Any projection of binding wire shall be cut to
keep it 10mm inside the concrete surface and then filled with mortar. Before application the surface
shall be absolute dry.
Bitumen of standard quality of 20/30 or equivalent shall be heated to the temperature specified by the
maker and then applied hot with brushed on the prepared surface. The surface shall be allowed to cool
before applying the second coat.

Contractor Executive Engineer


199
2) Cold Application
The surface shall be prepared in the same way as for hot application. The bitumen emulsion of
approved quality shall be applied with special brushes.
Where acid resistant treatment is specified such surface shall be covered with approved acid resisting
coating to the satisfaction of the Engineer. Before the coating is applied, the surface shall be properly
cleaned and prepared in the manner described above.
7.8 Tarring
i) Timber surfaces in contact with earth/concrete/plaster shall be treated with one coat of hot tar mixture
before fixing as specified in schedule.
ii) If required steel work is holdfasts and the like shall be treated as above and sanded in addition
before being mixed in position.
7.9 Painting to Timber & Steel Surface
7.9.1 General
The priming coat for steel/wood work shall be applied after the surface has been prepared. After the
priming coat has dried, all nails, screw holes and cracks shall be applied with putty and surface
smoothened with sand paper.
All stains of paint to glasses, walls, fittings and fixtures etc. shall be cleaned thoroughly by applying
required turpentine or thinner. The contractor rate shall include all these.
7.9.2 Painting to timber
i) Unless otherwise specified, all timber surfaces shall be treated with one priming coat, one under
coat and one finishing coat. Under coat and finishing coat shall be synthetic enamel and priming coat
shall be of pink primer. In case the surface are to be polished or varnished, a priming coat of approved
polish or varnish shall be given. No primer shall be applied to wood work until it has been inspected and
passed by the Engineer.
ii) Polishing
The surface to be polished shall be prepared in the same manner as specified under painting.
The number of coats to be applied shall be as specified.
The polish shall be applied with a pad consisting of cotton wool inside a clean white cloth. Several
coats shall be applied with light sand papering from time to time and cleaning the dust before applying
next coat except the final coat. The final coat of the polish shall be rubbed thoroughly until the wood
feels perfectly dry when touched and gives a satisfactory smooth shining.
7.10 General
7.10.1 All surfaces shall be thoroughly cleaned of all dirt, grease, rust and mill scale. Areas which become
inaccessible after assembly shall be painted before assembly after cleaning the surfaces as
described above. The surfaces shall be perfectly dry before painting.
Wherever shop primer painting is damaged, the surfaces shall be thoroughly cleaned and touched up
with corresponding primer.
Site painting shag not be done in frosty or foggy weather or when humidity is such as to cause
condensation on the surface to be painted.
7.10.2 Steel Structures
Unless otherwise specified all structures shall be painted with two coats of primer. One coat shall be
applied at shop and the second coat at site. All structures after erection shall be given two coats of
finishing paint and shall be of synthetic enamel of approved colour. The under coat shall have different
tint to distinguish from the finishing coat.
7.10.2.1 Structures exposed to corrosion
Contractor Executive Engineer
200
Structures exposed to corrosive atmosphere, acid fumes, chemical action etc., shall be given two coats
of primer, one at shop and one at site and two coats of finishing anti corrosive paint of reputed
manufacturer. Red lead primers are not permitted. The finishing coats shall be of specified colour. The
type and procedure of such painting shall be as per manufacturer’s specification and the same shall be
subject to Engineer’s approval.
7.10.2.2 Structures embedded
Exposed surfaces of embedded parts shall be given two coats or led lead graphite primer at shop and
finished with two coats of anti-corrosive paint at site after embedment. Type of paint and procedure of
painting shall be as per relevant standards or as per manufacturer’s instructions. Surfaces to be field
welded shall have no paint applied with 100mm of the welding zone.
8.0 INTERNAL WATER SUPPLY PLUMBING, DRAINAGE & SANITATION.
8.1 Scope of work
The works comprises supply, laying, testing, commissioning etc., of water supply, plumbing, drainage &
sanitation.
The work includes the following activities connected with the job:
i) Supply and delivery of all required pipes and other materials.
ii) Earthwork in excavation for trenched, pits/chambers/manholes etc.,
iii) Civil works connected with the laying/erection of pipe line such a making holes in the wall etc.
and repairing them after pipe erection, construction of pipe supports, valve chambers, manholes,
bedding and covering of pipe laying wherever required.
iv) Laying and jointing of pope lines as per relevant IS codes.
v) Testing of pipe lines after laying as per IS or any other standard test.
vi) Back filling of trenches after successful & satisfactory testing.
vii) Disinfections of the complete piping system in the case of water supply.
viii) Commissioning of entire network.
ix) Safe custody of the pipes/materials/equipment/work and other obligation stated elsewhere in
the specification.
x) Any other activities which are not mentioned above but essential and required.
8.1.1 Materials
The materials shall conform to Part – I of this series.
8.2 Water supply & Plumbing
8.2.1 General
8.2.1.1 General requirements.
The Contractor shall lay all the pipes and fittings in the best workman like manner by skilled workmen
and licensed plumbers In conformity with the regulations and requirements-of the local, appropriate
authorised and to the satisfaction of the Engineer. Unless otherwise specified water supply works in
buildings shall be carried out in accordance with IS : 2065 “ Code of Practice for water Supply in
Buildings”.
8.2.1.2 Installation
All works like earth work, masonry, Concrete, steel work cutting holes, chases in brick or in concrete
works, cutting of roads, repairs and rectifications associated directly with the Installation 'of water
supply system shall come under the scope of the contractor and shall be governed by the specification
of the relevant chapter.
8.2.1.3 Laying
Before lowering down the pipes 'for laying the trenched shall be checked against crack by means of
'light hammering am' for any' other damage, All fixing shall be carefully aligned and, spaced at a
Contractor Executive Engineer
201
distance from the main structure to give reasonable all round access for maintenance and inspection
and laid true to line plumb and level. Any deviation shall need approval of the Engineer. Meticulous
care shall be taken to avoid chances of airlock water hammer.
Pipes shall be laid on continuous unyielding surface hotter or on reliable supports at least one near
each joint and spacing as directed by the Engineer. The support must be strong neat and shall have
provisions for securing the pipes in every direction and easy maintenance. Pipes shall be encased or
concealed on masonry or concrete if shown on drawing or directed by the Engineer. Pipes embedded
in floors and wall shall securely bound with bituminous impregnated type and so fixed as to allow for
any movement due to expansion and contraction. Adequate with shall be provided to lay the pipes as
per standard practice.
Excavation below the required level is not permitted. The contractor shall make good any excess
excavation as directed by the Engineer.
Soft spots in the bottom of beds for pipe in rock shall be leveled with sand or soft soil or concrete as
approved by the Engineer and thickness of the layer shall not be less than 100mm.
8.2.2 Excavation for pipe lines In trenches:
Excavation shall comply with chapter 2. The sides of pits and trenches shall be adequately supported at
all times, except where otherwise directed by the Engineer.
8.2.3 Underground piping In and around building
Underground piping shall be laid at such a depth that it is not likely to be damaged by traffic and other
loads and frost, where applicable, and as shown in the drawing and instructed by the Engineer. The
thrust blocks shall be provided wherever required.
The size and depth of the trench shall be as approved by the Engineer. Backfilling in trenches shall be
done with selected fine earth unless otherwise permitted, in 15Q mm layers and carefully consolidated
and well treated so that it does not set as a drainage channel. Special care shall be' taken while filling in
the vicinity of the pipe to avoid damages. Before backfilling up the laid pipe shall be fully tested and
approved.
8.2.4 Concealed piping
Where desired by the Engineer or shown on the drawings the pipes shall be concealed in masonry or
concrete of the adjoining structure by making chases in walls/floors and these shall be secured by
hooks and the chases filled with concrete 1 :2:4 (1 cement. 2 sand and 4 aggregate). The contractor will
rectify if required the chases, openings and conduits. supplement and make good after laying and
testing of the concealed pipelines.
8.2.5 G.I. Piping
8.2.5.1 The pipes shall be fixed in longest lengths possible with all necessary ends, tees, couplings, reducing
sockets and tees etc. in perfect straight lines both vertically and horizontally.
8.2.5.2 All exposed GI pipes shall be fixed at least 15mm clear of wall face with holder bat clamps at suitable
places not exceedings (2.5 meters) center to center. Where the pipes are laid in chases in walls, as
shown in the drawing, these shall be secured to walls by hooks. Chases in walls and floors shall be
filled in with cement concrete 1: 2:4. Where the pipes are to be run underground these may be laid at
least 60cm below ground level.
8.2.5.3 The joints of pipes and fittings shall be sealed with red lead paint and fine spun yarn. Joints must be
perfectly water tight when put under maximum test pressure.
8.2.5.4 Unless otherwise specified the exposed portion of pipes and fittings shall be given two coats of
approved paint over a coat of approved priming. For pipes laid underground, these shall be treated
with two coats of bituminous paint.
8.2.6 Jointing of pipes

Contractor Executive Engineer


202
The interior of all pipes and joints shall be cleaned before jointing commence. Jointing of pipes shall be
done in such a manner as to render them completely leak proof and durable. Instruction of the
manufacturer shall be followed unless desired otherwise by the Engineer. However the general norms
and recommended practices for different types of pipes are given below for guidance.
a) For G.I. Pipes
Threads shall be cut with sharp tools, and before jointing all scales shall be removed from pipes by
suitable means. The screw threads of the pipe shall be cleaned out and the joint made by screwing
the fitting after treating the threads with approved pipe jointing compound. Once a joint has been
screwed up it shall not be backed off unless threads are reclined and new compound applied.
b) For Asbestos cement pipes
Socket and spigot ended pipes shall be jointed by caulking with tarred gaskets and grouted with 1:3
cement ,sand & mortar.
c) For Concrete Pipe
Concrete pipes may be socket and spigot ended, collar or bend jointed. Joint shall be effected by
caulking with tarred rope yarn and the socket completely filled in with 1:3 cement sand mortar. A fillet
being worked round the socket extending for a length not less than 50mm from the face of the
socket.
d) For P.V.C. Pipe
The joint shall be either solvent weld joints or of loose collar type with two rubber rings. The fittings ,
joints and installation shall be done as per recommendations of manufacturer.
8.2.7 Precautions
a) All water supply pipes shall be so laid and so fixed and maintained as to be remain completely
water tight.
b) During Installation open ends of each pipe shall be protected by suitable covers or plugs so that
the ends, thread, sockets or spigot are not damaged and no foreign materials can make its way into
the pipe line.
c) Due care should be taken to ensure that there shall be no cross connection whatsoever
between a pipe or fitting for conveying or containing wholesome water and a pipe or fitting
containing impure water or water liable to contamination or of an uncertain quality of water which
has been used for any other purpose.
d) Fittings and fixtures liable to be stole shall be fitted and fixed just before testing and handing
over.
8.2.8 Painting
When mentioned in the schedule of item underground steel and cast iron pipes shall be treated with 2
coats of anticorrosive bituminous paint on the outside surface after cleaning the surface from soil, dust,
moisture, rust scales, soot etc., when painting is to be given a coat of zinc chromate primer, GG.I. &
M.S. pipes shall be given one coat of red lead or zinc chromote primer over which at lease 2 coats of
best quality and manufacture as approved by the Engineer shall be provided or as specified in the
Schedule of item.
8.2.9 Inspection, Testing and Acceptance
8.2.9.1 Pipes, fittings and fixtures before laying
All pipes, fittings and appliances shall be inspected, before delivery at the site to see whether they
conform to accepted standards. The pipes and fittings shall be inspected on site before laying and shall
be sounded to disclose cracks. Any defective items shall be clearly marked as rejected and for with
removed from the site.

Contractor Executive Engineer


203
8.2.9.2 Testing of pipes after laying
General
a) The contractor shall ensure the safety of the pipe work under test and provide all necessary
stoppers, testing apparatus etc., that are required for testing.
b) The contractor shall be responsible for any damage done at pipe work and ancillary work while
testing and shall replace any pipe or fitting which does not satisfactorily withstand the test.
c) The contractor shall give written notice of the times at which tests are to take place. On
completion of each test two copies of the complete records shall be given to the Engineer.
d) The work will not be considered complete until the tests have proved satisfactory and a
certificate issued by the Engineer.
After laying and jointing, the main shall be slowly and carefully charged with water, so that all air is
expelled from the main by providing a 25mm inlet with a stop-cock allowed to stand full of water for a
few days if time permits and then tested under pressure. The test pressure shall be 6kg/cm2 or double
the maximum working pressure, whichever is greater.
The pressure shall be applied by means of a manually operated test pump, or in the case of long mains
or a large diameter, by a power driven test pump, provided that pump is not left unattended. In either
case due precaution shall be taken to ensure that the required test pressure is not exceeded. Pressure
gauges shall be accurate and shall preferably. Have been recalibrated before the test. The pump
having been stopped, the test pressure shall maintain itself without measurable loss for at least five
minutes. The end of the main shall be closed by fitting a water-tight expanding plug and the It plug
shall be secured by struts to resist the end thrust of the water pressure in the mains.
8.2.9.3 Testing of service pipes and fittings
The service pipes shall be slowly and carefully charged with water allowing all air to escape avoiding all
shod< or water hammer. The service pipe shall then be inspected under working conditions of pressure
and flow. When all draw-off tape are dosed, the service pipes shall be absolutely watertight. All pipings,
fittings, and appliances shall be checked for satisfactory support and protection from damage corrosion
and frost.
8.4 DRAINAGE AND SANITATION (INTERNAL)
8.4.1 Scope
This section covers the layout and construction of drains for waste water, surface water and sewage
together with all fittings and fixtures inclusive of ancillary works, such as connections, manholes and
inspection chambers used within and around the building and the connection to a public sewer upto
treatment work septic tank and soak pit. All sewerage and drainage works shall be executed in
accordance with specifications given for different works. All sewerage and drainage works shall be
executed by a licensed plumbing supervisor or a licensed plumber and in accordance with IS:1742
"Code of Practice for Building Drainage. unless otherwise specified.

8.4.1.1 Installation
All pipe fines, locations of fittings and fixtures, etc. shall be as per drawings or as directed by the
Engineer. Correctness of lines, plumb, orientation, symmetry and levels shall be strictly ensured. All
items shall be fully secured against movement in any direction and shall be located so as to allow easy
maintenance.
All pipelines, fittings and fixtures shall 00 installed leak proof when the works under scope of this
specification linked up with works executed by others, the connections shall be such as to prevent any
splashing or spilling or emission of foul odour and gases.

Contractor Executive Engineer


204
8.4.2 Soil and drainage pipes
8.4.2.1 Gradients
If not specified the minimum gradients of soil and drainage pipe line shall be as follows:
100 mm nominal dia : 1 in 35
150 mm nominal dia : 1 in 65
230 mm nominal dia : 1 in 120
300 mm nominal dia : 1 in 200
8.4.2.2 Relation with water supply pipe lines
Unless specifically cleared by the Engineer, under no circumstances shall special drainage and soil
pipes be allowed to come close to water supply pipelines.
8.4.2.3 Laying
Each separate pipe shall be individually set for lines and for level. Where lengths of sewer or drain
pipes are laid in trench, property painted sight rails shall be fixed across the trench at a height, equal to
length of the boning rod to be used, above the required invert level of the drain or sewer at the point
where the sight is fixed. More sight rails shall be required at manholes, change of gradient and
intermediate positions if the distance for sighting is more than 16m apart. The excavation shall be
bonded in at least in every 2 m. The foot of the boning shall be set on a block of wood the exact
thickness of the wall of the pipe. Each pipe shall be separately and accurately boned between sight
rails.
8.4.2.4 Support and protection on pipelines
All pipes shall be laid with sockets leading uphill. Preferably the pipe shall rest on solid and even
foundations for the full length of the barrel. However, the pipe manufacturer's instruction as approved
by the Engineer shall be followed in the matter support and jointing.
Where pipes are not bedded on concrete, the bed shall be left slightly high and carefully placed so that
the pipe barrels rest on undisturbed ground. If anywhere the excavation has been carried too low
packing shall be done in concrete. Where laid on rock or very hard ground which cannot be easily
excavated to a smooth surface, the pipes shall be laid on a cradle of sand or gravel as desired by the
Engineer. PVC or similar pipes shall be laid directly on stable soil and packed with selected soil.
The minimum support and protection for glazed stoneware pipes shall be as follows:
a) When cover is less than 1 meter and where pipes are unavoidably exposed above ground surface,
the pipes shall be completely encased surrounded with concrete as per relevant IS
b) Where pipes are laid on soft soil with the maximum water table rising above the invert of the pipe,
the sewer shall be embedded on concrete 1:4:8 mix with 20mm and down aggregates.
c) Where the pipes have to be laid on soft soil with the maximum water table rising above the invert of
the pipe, but below the top of the barrel, the pipe sewer shall be launched with concrete of 1:4:8
mix with 20mm down aggregates.
d) Where maximum water table is likely to rise above the top of the barrel or wherever the pipe is laid
on soft soil the pipe sewers shall be completely encased/surrounded with 1:4:8 concrete 20 mm
down aggregates.
Vitrified clay pipes shall be laid on a bed of 150 mm thick cement concrete (1:3:6) nominal mix by
volume.
Cast iron pipes and concrete pipes may be supported on suitable concrete or brick support. Where
specified. The support shall be unyielding and strong enough. At least one support shall be located
close to ends. Spacing of intermediate support shall be as decided by the Engineer. Pipes shall be
secured to the supports by approved means.

Contractor Executive Engineer


205
Anchoring of pipes where necessary shall be achieved by suitable concrete encasing designed for the
expected thrust.
8.4.2.5 Entry into structures
For entry of the pipe lines into any building or structure suitable conduits under the structure or sleeves
shall be used. The conduits and sleeves shall be such as to allow easy repairs and replacements of the
pipes. Where openings or chases are required to be made in the structure for entry of pipe lines,
locations and sizes shall be marked and checked by the Engineer. After laying of the pipe line the
opening and chases shall be mended.
8.4.2.6 Ducts
Where soil, waste and ventilating pipes are accommodated in ducts, access to cleaning areas shall be
provided. Connecting waste water drain shall be through a gully with sealed cover to guard against
ingress of sewer gas, vermin or back flow.
8.4.2.7 Traps and Ventilating pipes
Pipes carrying the sewage from water closets and waste water and overflow water from baths, wash
basins, sinks to drains shall be trapped immediately beneath such fixtures. Traps shall have minimum
water seal of 50 mm and shall be ventilated whenever such ventilation is necessary to maintain water
seal of the trap. Ventilating pipes shall be carried up vertically from the drain to a height of at least 600
mm above the outer covering of the roof top of the building or as shown on drawings. All vertical
ventilating, antisyphonage and similar pipe shall be covered on top with a cowl. The cowl shall be made
of C.I. unless desired otherwise by the Engineer.
Connecting to existing sewer lines shall be through a manhole. Manholes shall be provided with
standard covers, usually C.I or as desired by the Engineer. The covers shall be close fitting 'So as to
prevent gases from coming out.
8.4.2.8 Cutting of pipes
Manufacturer's instructions shall be followed for cutting of pipes where necessary. Suitable and
approved tools shall be used for the cutting so as to leave surface clean and square to the axis of the
pipe.
8.4.2.9 Jointing
Jointing of laid pipes shall be so planned as to avoid completely any movement or strain to the joints
already made. If any joint is suspected to be damaged it shall be opened out and redone.
AII joints between pipes, pipes and fittings and manholes shall be gastight when above ground and
watertight when underground. Method of jointing shall be as per instructions of the pipe and fitting
manufacturer and as approved by the Engineer.
8.4.3 Trenches and other excavations
Excavation shall be carried out according to relevant chapter for earthwork.
Width of the trench at the bottom shall be such as to provide 200mm clearance on either side of the
pipe for facility of laying and jointing.
Excavated materials shall be stacked sufficiently away from the edge of the trench and the side of the
spoil bank shall not be allowed to become such as endanger the stability of the excavation. Spoil may
be carted away and used for filling the trench behind the work.
Turf, top soil or other surface material shall be set aside turf being carefully rolled and sacked for use in
reinstatement. All excavations shall be properly timbered, where necessary. Efficient arrangements for
dewatering during excavation and keeping it dry till back filling shall be made to the satisfaction of the
Engineer. Sumps for dewatering shall be located away from the pipe layout.
Where the excavation proceeds through roads necessary permissions shall be secured by the
contractor from the appropriate authorities.

Contractor Executive Engineer


206
Special care shall be taken not to damage underground services, cables etc. These when exposed
shall be kept adequately supported till the trench is backfilled.
The backfilling shall be done only after the pipeline has been tested and approved .by the Engineer.
Special care shall be taken under and sides of. the pipe for packing with selected material. At least 300
mm over the pipe shall also be filled with soft earth or sand.
Consolidation shall be done in 150 mm layers. The surface water shall be prevented from getting into
the fined up trench. Traffic shall not be inconvenienced by heaping up unduly the backfilling material to
compensate future settlement. All settlements shall be made good regularly to minimize inconvenience
or traffic where applicable.
8.4.4 Installation of fittings & fixtures
8.4.4.1 General
All fitting & fixtures shall be laid out as per drawings in proper line, level and shall be firmly secured to
floors with screws and ditto fix and to walls with wall and screws. Unless otherwise specified only C.P.
Brass screws shall used for fixing sanitary fittings to wall plugs and floors.
8.4.4.2 Wash basin and sink
Wash basin and sink shall be fixed to C.I. concealed brackets. The brackets shall be fixed to teak wood
wall plugs with screws.
8.4.4.3 Urinals
The urinal shall be fixed to the walls with C.P. Brass screws fixed to teak wood wan plugs. Urinal
partitions shall be fixed to walls by making chases in walls and grouting the same in 1:2:4 concrete.
8.4.4.4 Masonry chamber for Gully Trap -After fixing and testing gully and branch drain, masonry chamber 300
mm x. 300 mm x 450 nm deep or specified (Internal Dimension) in cement mortar 1:4 (1 cement and 4
sand) shall be built with half brick thick wall round the gully trap from the top of the concrete. The
internal faces of the chamber shall be finished smooth with 15 mm thick cement plaster (1:4) and neat
cement finish. The outside of brick wall exposed to outside shall be finished with 12 mm thick
cement plaster 1:4. The precast R.C. cover shall 00 fixed in groove made in 100 mm thick concrete
base of proportion 1:2:4 and made water tight by providing suitable beading in the band.
8.4.5 Septic tank and effluent disposal.
8.4.5.1 Septic tank
Septic tank shall consist of the tank itself with inlet and outlets there from complete with all necessary
earthwork and backfilling. The details of septic tank shall be as shown on drawing. This item shall also
include ventilating pipe of at least 100 m dia whose top shall be provided with a suitable mosquito
proof wire mesh and cowl. Ventilating pipe shall extend to a height of about 2 meters when the septic
tank is at least 15 meters away from the nearest building and to a height of 2 meters above the top of
building when it is located closer than 15 meters. Ventilating pipes can be connected to the normal soil
ventilating system of the building where allowed.

8.4.5.2 Effluent disposal


The effluent from the septic tank shall be disposed by allowing it into an open channel or a body of
water if the concerned authority approved or into a neck pit for absorption by soil or shall be allowed to
be absorbed by soil through open jointed SW pipes laid in a trench filled with broken bricks.
8.4.5.3 The soak pit shall be complete as shown on drawing. In absence of a detailed drawing it shall consist of
a 900 mm dia pit 1000 mm in depth below the invert level of the inlet pipe. The pit shall be lined with
stone, brick or concrete blocks set in cement mortar (1:6) and filled with brick bats. Inlet pipe shall be
taken down to a depth of 90mm from the top as an anti-mosquito measure.
8.4.5.4 Open jointed S W pipes
Minimum dia of the S W pipes shall be 200 mm nominal. The trench for laying the pipes shall be
minimum 600 x 600 mm. The joints of the pipes shall be left unsealed.).
Contractor Executive Engineer
207
8.4.5.5 Commissioning septic tank
After the septic tank has been proved watertight and the sewage system is checked the tank shall be
filled With water to its outlet level before the sewage is let into the tank. It shall be seeded with well
digested sludge obtained from septic tank or sludge digestion tank. In the absence of digested sludge a
small quality of decaying organic matter such as digested cow dung may be introduced.
8.4.6 Manhole/Inspection chambers
8.4.6.1 Necessary excavation as required for manhole shall be done true to dimensions and levels as shown in
the drawing. The manhole chamber shall be built with brick work in C.M. 1:4 on a base of 100mm thick
cement concrete 1:4:8 with 40 mm down aggregate or as specified. The concrete bed shall extend
beyond the external face of brick work on all sides by at least 75 mm. Thickness of wall shall be as
indicated. The thickness shall be carefully built in English bond. The jointing faces of each brick well
buttered with cement mortar before laying so as to ensure a full joint.
8.4.6.2 The inside of the walls shall be plastered with 15 mm thick cement mortar 1:4 and finished with a
floating coat of neat cement and outside shall be plastered with 12 mm thick C.M. 1:4.
8.4.6.3 The channels and benching shall be done In cement concrete 1:2:4 with 20 mm down stone aggregate
and finished with 12 mm thick cement plaster in C.M. 1:3. The channels shall be semicircular in the
bottom half and of diameter equal to the sewer. Above the horizontal diameter and the top edge shall
be suitably rounded off. The Branch channels shall also be suitably constructed with respect to
benching but at their junction with the main channel n shall be suitably rounded of in the direction of
flow of the main channel. The benching at the sides shall be carried up in a slope of 1 In 3.
8.4.6.4 The branch channels shall be similarly constructed with respect to benching but at their junction with the
main channel, an appropriate fall suitably rounded off in the direction of the main channel shall be
given.
8.4.6.5 All angles shall be rounded 1075 mm radius with cement mortar 1:4 and shall be rendered smooth. The
internal surfaces shall have a hard impervious finish obtained by using a steel trowel.
8.4.6.6 The manhole chamber shall be covered on top with RCC (1:2:4) slab with necessary reinforcement as
per drawings. Unless otherwise specified circular type light duty M.H. cover with single seal weighing
25 kg. will be provided in each RCC cover.
8.4.7 Testing and acceptance
8.4.7.1 Inspection before Installation
All pipes, fittings and fixtures shall be inspected, before delivery at the site to see whether they conform
to accepted standards. The pipes shall again be inspected on site before laying by sounding to disclose
cracks. AI! defective items shall be clearly marked and forthwith removed from the site.

8.4.7.2 Testing of pipelines


Comprehensive tests of all pipe lines shall be made by stimulating conditions of use. The method of
actual test shall be decided by the Engineer. All test data shall be recorded and submitted to the
Engineer for review and Instruction. The Engineer's discretion regarding tolerance shall be final.
9.0 EXTERNAL WATER SUPPLY, SEWERAGE & DRAINAGE
9.1 Scope of work
The work comprises supply. laying, testing, commissioning etc., of water supply, sewerage & drainage
network as specified.
The work includes the following activities connected with the job.
i) Supply and delivery of all required pipe fittings and other materials.

Contractor Executive Engineer


208
ii) Earth work in excavation for trenches and pits/ manholes.
iii) Civil works connected with the laying/erection of pipe lines such as making holes in the walls etc.,
and repairing them after pipe erection, construction of pipe supports, valve chambers, concrete
manholes, preparation of concrete bedding and covering for pipe laying wherever required etc.
iv) Laying and jointing the pipelines as per relevant IS codes.
v) Testing of the pipelines after laying as per IS or any other standard test.
vi) Back filling of the trenches after successful and satisfactory completion of tests for the pipeline
laid.
vii) Disinfection of the complete piping system in the case of water supply.
viii) Commissioning of entire network laid.
ix) Safe custody of pipes/material/equipment/work and other obligations stated elsewhere In the
specification.
x) Any other activities which are not mentioned above but essential and required.
9.2 Materials
The materials shall conform to part-I of this series.
9.3 Water supply (External)
9.3.1 Excavation of trenches & pits
Excavation shall be carried out according to Earthwork excavation specification.
Before starting earth work in excavation, temporary drainage arrangement shall be provided to prevent
surface water entering the trenches and pits at the cost of contractor.
Excavation of trenches and pits for pipelines shall be carried out in shortest possible time so as to avoid
sinking of ground and consequent damage to the pipelines.
Excavation of trenches for pipelines and surface drains, shall be in exact accordance with the plans and
section, alignment, levels and gradients and Indicated on the drawings or as directed as site by the
Engineer. The final bed must be dressed, leveled or trimmed to proper gradient and rammed with
sprinkling of sand and got passed by the Engineer before laying blinding concrete of pipes. No
excavation shall be made below the specified levels without write permission of the Engineer should
any excavation be taken below in such excavation at his own expense with lean cement concrete
(1:5:10) well rammed in position.
9.3.2 Back filling
For the purpose of back filling, the depth of the trench shall be considered as divided into the following
three zones from the bottom of the trench to its top.
ZONE – “A” From the bottom of the trenches to the level of the center line of the pipe.
ZONE – “B” From the level of the center line of the pipe to a level 300mm above the top.

ZONE – “C” From the level 300mm above the top to the top of the trench.
Trenches shall not be back filled until the pipe joints have been tested, alignment and gradient passed
by the Engineer but backfilling shall be done at least from the bottom of the trench to the level of the
centerline of the pipe (ZONE – “A”) leaving 450mm on either side of the joints uncovered with earth till
testing is completed. These joints should however be kept covered with mats, Gunny straws etc., to
avoid damage to joints by temperature effects.
While back filling care should be taken to ensure that no damage should be done to the pipeline. All
back fill materials shall be free; from cinders, ashes. slag, refuse, rubbish, vegetables or organic
material, lumpy or foreign material, boulders, rocks or stones or other materials which in the opinion of

Contractor Executive Engineer


209
the Engineer is unsuitable or deleterious. However, materials containing stones upto 20 cm as the
greatest dimension may be used in Zone-"C" unless specified otherwise herein.
Backfilling in Zone." A" shall be done by hand with sand, fine gravel or other approved material placed
in layers of 80 mm and compacted by tamping. The back filling material shall be deposited in the trench
for its full width of each side of the pipe, fitting and appurtenances simultaneously.
Backfilling in Zone-"B" shall be done by hand or approved mechanical methods. Special care being
taken to avoid injuring or moving the pipes. The type of back fill materials to be used and the .method of
placing and consolidating shall be prescribed by the Engineer.
Back filling in Zone "C" shall be done by hand or approved mechanical methods. The type of back fill
materials and method of filling shall be as prescribed by the Engineer.
Paving and metalling shall be reinstated in as good order as before removal and the Contractor -shall
do adequate ramming and watering of under layers to guard against subsequent settlement.
9.3.3 Custody of pipes
The Contractor shall remain responsible for the safe custody of pipes, special and other materials
supplied by him/ issued to him, either free or on cost recoverable basis till these are laid installed,
tested, back filled etc and handed over to the Engineer.
The Contractor shall verity the conditions of the pipes, specials etc., at the time of receipt from sources
and shall be responsible for all damages during handling, transporting, laying, installing, testing etc., and
the cost of such damages shall be borne by the Contractor.
9.3.4 Erection/laying of pipelines
i) Erection of all equipment shall be carried out with highly skilled workers.
ii) The pipelines shall be laid and supported properly and it shall be deemed as a contractual
obligation that the lines are not thrown out of alignment or lifted off during commissioning and
subsequent operation.
9.3.5 Pipeline erection
a) Overhead pipelines
i) Suitable slopes, draining arrangements and air vents/air release valves shall be provided.
ii) Sliding and fixed supports shall be provided, wherever necessary.
iii) As far as possible joints shall be located at 1/3 span of supports.
b) Underground pipelines
All the underground pipelines shall be laid in accordance with IS : 3114 and the following shall be
included in the scope of worn of the Contractor.
9.3.6 Pipe jointing
The type of jointing will be defined in the details working and tender schedule i.e. whether they should
be (i) socket and spigot with molten lead or lead wool joint or (ii) flanged joint.

10.0 ROAD WORK


10.1 General
Road works in general shall be constructed according to the requirements to the various specifications
and codes of practices of the Indian Roads Congress. Works such as earthwork, masonry, concreting
and the like wherever they occur in association with construction of roads, shall be governed by the
respective specifications of these series.
10.2 Trenching and Preparation of Sub grade

Contractor Executive Engineer


210
The surface of the formation of width equal to that of soiling coat shall first be cut to a depth below the
proposed finished level equal to the combined depth of soiling and wearing coat, (due allowance being
made for consolidation), and dressed parallel to the finished profile. Any roots of bushes, trees etc,
shall be taken out to the full depth and the cavities thus formed shall be filled up and rammed. The sub
grade shall then be consolidated with a road roller true to proper camber and grade, and surplus earth
shall be disposed off as directed by the Engineer.
10.1 Kerbs
Concrete or stone kerbs, where shown in drawings, shall be fixed in position after laying and
consolidation of soling. They shall be fixed true to line and level and secured and position by approved
means.
10.2 Water Bound Macadam Surfacing
The construction of water bound macadam shall be carried out according to IRC: 19, "Standard
Specification and Code of Practice for Water Bound Macadam".
10.3 Preparation of Base and Shoulders .
The sub-grade shall be reshaped to the required grade and camber. Where water bound macadam is
to be laid over an 'existing black top surface, 50 mm x 50 mm furrows shall be cut in the existing
surface at 1 m intervals inclined 45 degree to the centre line of the carriageway, before laying of coarse
aggregates. Necessary arrangements shall be made for the lateral confinement of aggregates by
constructing shoulders in advance.
10.4 Spreading Coarse Aggregate
The coarse aggregates shall be spread uniformly am evenly upon the prepared base in required
quantities from stock piles along the roadside or directly from vehicles. In no case shall these be
dumped in heaps directly on the base. The aggregates shall be spread to proper profile by using
templates placed across the road about 6 mm apart. Where possible, mechanical devices shall be used
to spread the aggregates uniformly. The water bound macadam course shall be constructed in layers of
not more than 75 mm thickness. However, the Engineer may permit courses of 100 mm coated
thickness to be constructed in a single layer. Each layer shall be tested by depth blocks. No
segregation of large or fine particles shall be allowed.
10.7 Rolling
The coarse aggregates spread as described above shall be compacted to full width by rolling with
either three wheel, power roller of 6 to 10 tonnes capacity or an equivalent vibratory roller. The weight
of roller shall depend on the type of coarse aggregate.
The rolling shall begin from edges am after the edges have been compacted, progress gradually
towards the centre, parallel to the centre line of the road, uniformly lapping each proceeding rear wheel
track by one half width. On super elevated portions, rolling shall commence from the lower edge.
Where screenings are to be applied, rolling shall be discontinued when the aggregates are partially
compacted with sufficient voids to permit application of screenings. Where screenings are not to be
applied, as. in the case of crushable aggregates compaction shall be continued until the aggregates are
thoroughly keyed, with no creeping of stones ahead of the roller. Slight sprinkling of water may be' done
during rolling, if necessary.
Rolling shall not be done when the sub-grade is soft or yielding nor when it causes a wave like motion
in the base course. If irregularities develop during rolling, which exceed 12 mm when tested with a 3m
straight edge, the surface shall be loosened and aggregates added or removed before rolling again.
The surface shall be checked by template for camber. In no case shall screenings be used to make up
depressions.
10.8 Application of Screenings
After coarse aggregates have been rolled, screenings to fill the interstices shall be applied gradually
over the surface in thin layers. Dry rolling shall be done when the screenings are being spread, so that
the jarring effect of roller causes them to settle into the voids of the coarse aggregates. Damp and wet
Contractor Executive Engineer
211
screenings shall not be used and the spreading, rolling and brooming of screenings shall be taken up
on sections which can be completed within one day's operation.
10.9 Sprinkling and Grouting
After application of screenings, the surface shall be copiously sprinkled with water, swept and rolled.
The sprinkling, sweeping and rolling operations shall be continued and additional screenings applied
where necessary until the coarse aggregates are well bonded and firmly set and a grout of screenings
and water form ahead of the wheels of the roller.
10.10 Application of Binding Material
After the application of screenings, binding material, where it is required to be used, shall be applied at
a uniform and slow rate in two or more successive thin layers to a thickness of 2.5 cm. After each
application of binding material, the surface shall be copiously sprinkled with water and the resulting
slurry swept in with brooms, so as to fill the voids properly. This shall be followed by rolling with a 6-10
tonne roller, during which, water shall be applied to the wheels to wash down the binding material that
may get stuck to them. The spreading of binding material, sprinkling of water, sweeping with brooms
and rolling shall continue until the slurry of binding material and water forms a wave ahead of the
wheels of moving roller.
10.11 Setting and Drying
After final compaction the road shall be allowed to cure overnight. Next morning, hungry spots shall be
filled with screenings or binding material, lightly sprinkled with water and rolled. No traffic shall be
allowed till the macadam sets.
10.12 Surface Evenness
The surface evenness of completed water bound macadam course in longitudinal direction shall be
within 12 mm when tested with a 3m straight edge and in cross profile within 8 mm when checked with
a template.
10.13 Bituminous Pavements
10.13.1 Bitumen premix carpet
10.13.1.1 Surface preparation
Water bound macadam surface on which black topping is to be provided shall be thoroughly cleaned of
dust, loose materials, caked mud and other foreign material with the help of wire brush, chisel, picks
etc. Cleaning shall be such as to expose the stone metal to a depth of 1 to 2 mm without dislodging the
interlock of the metal. All dust and other materials thus removed shall be thrown away at a suitable
place as directed by the Engineer.
Any potholes, depressions and undulations found after cleaning shall be made good with premixed
chippings, and well rammed.
14.13.1.2 Tack coat
Just before the application of tack coat, the surface shall be thoroughly cleaned by gunny bags.
Bitumen heated to 177 degree to 188 degree 'C' shall be spread on the prepared surface. uniformly at
the rate of 1 kg/sqm by means 01 sprayers. It shall be applied just ahead of and keeping pace with,
laying of premix carpet.
10.13.1.3 Premix carpet
In preparing premix carpet the following method shall be adopted. Bitumen heated to a temperature of
177 degree 'C' to 188 degree 'C' shall be first mixed in an asphalt mixer with hot metal chips at the rate
of 60 kg/cum of metal and thoroughly mixed, till chips are completely coated with bitumen. Sand shall
then be added and a further quantity of hot bitumen at the rate of 110 kg/cum of sand hall be added to
the mixer and mixed till complete coating of aggregate with bitumen is obtained.
The Premix shall be emptied on to wheel barrows or stretchers and Gamed to the site of work. It shall
then be spread uniformly on the prepared surface with rakes, to the desired thickness and camber.
When the premix has been laid for a length of 15-20 meters it shall be rolled. Rolling shall commerce

Contractor Executive Engineer


212
from edges and proceed towards the centre. The roller wheels shall be moistened continuously so as to
prevent metal chips sticking to it. After preliminary rollings all honeycombs shall be filled up with smaller
size precoated chips, and rolled again. Camber and grade shall be checked at every stage to ensure
correctness, and any defect found shall be rectified.
The following quantities of materials shall be used per 100 sqm. of bituminous macadam.
4 cm thick carpet 5 cm thick carpet
i) Slag/tope chips 4 cum 4.8 cum
ii) Sand 2 cum 2.4 cum
Binder for premixing the sand @
iii) 240 kg 288 kg
60 kg/cbm of chips
Binder for premixing the chips @
iv) 240 kg 288 kg
120kg/cbm of sand
Binder for tack coat @ 1 kg/sq.m
v) 100 kg 100 kg
of road surface
10.13.4 Surface evenness
The finished surface of premix carpet and asphaltic concrete shall be tested with a straight edge 4.5 m
long and any irregularity greater than 6mm shall be corrected.
10.14 Berms
Shoulders and berms shall be prepared as shown on the drawings. Works on making berms shall not
lag more than 100 meters behind the water bound macadam consolidation. Suitable drains shall be cut
on the berms so that the water bound macadam surface is kept drained till bituminous macadam is laid.
10.15 Bridges and Culverts
Bridges and culverts shall be constructed according to the specifications of Indian Roads Congress.
Relevant chapters of earthwork, concrete, masonry etc., of these series shall apply.
10.16 Boulder Pitching
Wherever specified, boulder pitching shall be provided at the inlet and outlet of pipe culverts, or for
embankments of bridges. The subgrade shall first be dressed to level or slight slope as indicated. The
transverse slope of the pitching shall be made strictly in accordance with the drawings or as directed by
the Engineer.
10.17 Scarifying & Dismantling
Where a new carriageway abuts or includes an existing carriageway and the Engineer so directs, the
surface of the latter shall be scarified, adjusted and reshaped to conform with the existing and new
camber or cross fall. Materials from the existing road shall be used or disposed off as directed by the
Engineer.
Where dismantling of the existing road has been specified, the various layers of the road viz.,
bituminous macadam, water bound macadam and soling shall be scarified separately. Scarifying can
be done either by hand picks, or by means of scarifiers fixed to the roller. When a roller is used for
scarifying, crushing of the metal shall be avoided by moving the metal clear of roller wheels after the
scarifier has passed over it. The loosened material shall then be combed by means of rakes to bring
out most of the larger stone. If necessary the larger stones thus collected shall be screened to separate
fine particles if any.
The remaining metal shall then be removed and screened to recover reusable metal. Different
grades of metal shall be stacked separately and measured.
10.18 Diversions
Where the construction of the road or culvert or bridge is in progress, the road shall be closed to traffic
and a suitable diversion shall be provided for traffic by the Contractor, as directed by the Engineer.
The road shall be closed by the erection of barriers and suitable sign boards at both ends which shall
be provided with lights at night. Both during night and during day, one man shall be posted at each
barrier to suitably divert the traffic and to keep the light burning during the night.
Contractor Executive Engineer
213
11.0 WATERPROOFING TO ROOFS & BASEMENTS & WATERPROOFING PAINTS
11.1 Scope
This chapter deals with different types of waterproofing on roof and different types of damp proofing
treatment in basement.
11.2 Material
The materials shall conform to Part-I.
11.3 General Workmanship
The waterproofing to roofs and basements being specialized works the Contractor shall get these done
by specialized firms/agencies.
11.4 Painting with Hot Bitumen
The surface to be painted shall be thoroughly dried and shall be cleaned, with wire brushes and cotton
or gunny cloth of all loose materials and scales. The surface shall further be cleaned with a piece of
cloth lightly soaked in kerosene oil. Bitumen shall be brought to the site in its original container and this
shall not be removed from site till the painting job is completed. Before applying the main coatings of
hot bitumen paints, one coat of bituminous primer shall be applied. The number of coats of hot bitumen
shall either coats or as specified in the Schedule of Items. The bitumen of approved quality (either of
grade 801100 or 30/40) shall be applied to the surface after heating it to the manufacturer's
specifications. Care shall be taken to see that no blank patches are left and the quality of bitumen to be
spread shall be as specified and shall be to the satisfaction of the ENGINEER
11.5 Painting with Bitumen emulsion
Before applying, the surface shall be cleaned thoroughly. Generally two coats of Bitumen Emulsion are
provided over a coat of emulsion primer. Since the painting is with emulsion, the surface need not be
made dry.
11.6 Water proofing
Integral water proofing admixture to be mixed with concrete for water proofing purposes.Water proofing
work shall be taken in hand only when the subsoil water level is at its lowest. The site shall be kept dry
by adequate arrangements for pumping out water till the work has been completed. For this purpose
drains shall be formed along the edges of the excavation but beyond the building line, with suitable
collecting sumps. In case of large excavation areas where it is necessary to dewater under the floor,
additional land drains shall be formed across the excavation, to adequately drain the area. Adequate
arrangements shall be made to prevent the sides of the excavation from slipping while the work is in
progress.
11.7 Guarantee
For the waterproofing on the roof as well as for underground basements the contractor shall give
guarantee in writing for the period of 7 to 10 years as specified in the Schedule of Item. For such
guarantee the Contractor shall get guarantee from the manufacturer/specialized firms and forward the
same to the Engineer. However, the Contractor shall be fully responsible for the serviceability of the
waterproofing treatment throughout the guarantee period and any leakage during that guarantee period
shall be stopped by the Contractor at no cost to the Owner and without disturbing working facility of the
Owner.
12.0 MISCELLANEOUS
12.1 Barbed Wire Fencing
12.1.1 Materials
12.1.1.1 Galvanised barbed wire
Barbed wire shall be 2.24 mm dia 2 ply lines with 4 points barbes 7.5 cm apart and shall be properly
galvanised and shall be obtained from the approved manufacturer.
12.1.1.2 Other materials

Contractor Executive Engineer


214
The specifications of materials, for angle iron posts, concrete works, plasters, if any, and for other
works, shall conform to the requirements as specified in Part-1.
12.1.2 Workmanship
The work shall comprise of the following:
a) Excavation in ground of required dimensions with all sides vertical in any type of soil including.
Soft rock and removing the soil dressing it neatly.
b) Along the holes in' full with cement concrete 1:3:6 mix, well packed, after erecting the posts in
correct line, level and plumb. In case of any post coming at local depression, the hole may not be
of full depth but the depth of concrete will always be made 60 cm rising it above ground level with
necessary shuttering.
c) Where the angle iron posts are specified in the item these shall be 50 mm x 75 mm x 6 mm
unless mentioned otherwise 10 mm dia holes with saw cuts for inserting the wires shall be made
as per the spacings of barbed wire shown in drawing or as directed by the Engineer. The foot of
the post shall be provided with base plate for anchorage. The spacing shall be 2.5 m or as per
drawing. After inserting the wire into holes the socket is to be pressed back.
d) Straining bolts are to be provided 15 m apart for each row of wire for maintaining proper tension
in the wire and without any sag or looseners.
e) Posts are to be painted as directed by the Engineer.
f) Complete fenced length will not be measured for payment. Any gate openings will be deducted.
There should not be any misunderstanding that each wire row will be paid separately.
13.0 DIMENSIONAL TOLERANCE
13.1 General
The materials used in construction shall, besides conforming to the specifications and standards
mentioned, .be the best of the existing kinds obtainable. Where a particular 'Brand' or 'Make' of material
is specified such 'Brand' or 'Make' of material alone shall be used.
A high standard of workmanship arid accuracy shall be achieved in all sections and parts of the work.
The workmanship shall be in accordance with the latest and the best civil engineering practice.
The Contractor shall ensure that all sections of the work are carried out with utmost care to achieve the
dimensions shown in drawings or specifications. Where special and close tolerances are required in
any particular section of work, these will be shown in the drawing and such tolerances shall be met. In
the absence of such specific mention in drawings the following dimensional deviations may be
tolerated, provided they do not impair the appearance or render the particular section of work
unacceptable to the purpose for which it is intended.
DESCRIPTION PERMISSIBLETOLERANCE
13.2 Bricks and Stones
Building bricks, in length, width andHeight :As per IS 1077
Laterite stone, in length, width & Height :Plus or minus 5mm
13.3 Concrete Pipes
Concrete and reinforced concrete :Plus of minus 1%
Pipes : Lengthof standard length
Internal diameter, upto 300 mm :Plus 3mm Minus 1.5mm
Internal diameter, upto 400mm :Plus 6mm Minus 3mm
Over 400 mm :Plus 1.5% Minus 0.75%
Barrel wall thickness upto 25mm :Plus or minus 1.5mm
Over 25 to 35mm :Plus or minus 2mm
Contractor Executive Engineer
215
Over 35 to 50 mm :Plus or minus 3mm
Over 50mm :Plus or minus 1mm
For every 15mm Thickness over 50mm, but
limited tomaximum of 5mm
13.4 Cast iron Pipes and Fittings
Cast iron pipes and fittings :
Length : Plus or minus 13mm
Thickness : Plus or minus 1mm
Internal dia of socket : Plus or minus 3mm
Depth of socket : Plus or minus 10mm
External dia,
upto 75mm : Plus or minus 3mm
100mm to 125mm : Plus or minus 3.5mm
150mm : 4mm
13.5 Stoneware Pipes
Stoneware pipes, in length :
Upto 75 cm : Plus or minus 10mm
Upto 90 cm : Plus or minus 15mm
13.6 Glaze Tiles
Glazed tiles, length of all 4 sides : Plus or minus 0.8mm
individual dimensions and thickness : Plus or minus 0.5mm
13.7 Doors and Windows
Metal doors, windows and ventilators : Plus or minus 1.5mm
-in overall dimension
Wooden doors, windows, ventilators
Overall dimension of frame and : Plus or minus 3mm
Shutter
Length along diagonal : Plus or minus 3 mm
All components of shutter except : Plus or minus
glazing bar, width & thickness : Plus or minus 1mm

13.8 Earthwork
Finished level of site leveling : Plus or minus 50 mm
Except for hard rock
Finished level of site leveling : Plus or minus 100 mm
In hard rock
Level of pits, trenches : Plus or minus 50 mm
foundations
13.9 Concrete & Reinforced Concrete Work
13.9.1 Footings
Contractor Executive Engineer
216
Plan dimension : Plus 50mm minus 12mm
Eccentricity : 0.02 times the dimension of footing
In the direction limited to 50 mm.
Thickness : Plus or minus 0.05 times the
specified thickness.
13.9.2 Foundations
Deviation of planes and lines of : Plus or minus 20 mm
their intersection from vertical
or inclination along full height
deviation of horizontal plane
from horizontal line
for 1 m of the plane in any direction : Plus or minus 5 mm
for the whole plane : Plus or minus 20 mm
sizes of cross section : Plus or minus 8 mm
Surfaces of inserts to Support loads : Plus or minus 5 mm
Length of elements : Plus or minus 20 mm

13.9.3 Equipment Foundations


Top level of bolt : Plus 20 minus 0 mm
Top level of foundation before grouting : Minus 20 mm Plus 0 mm
Axes of anchor bolts in plan : Plus or minus 5 mm
Axis of foundation in either direction : Plus or minus 10 mm
Deviation in vertical ling along height : Plus or minus 10 mm
Sizes of pits in plan : Plus or minus 20 mm
Sizes of steps in plan : Plus 0 mm minus 20 mm
Levels of steps, benches and pits : Plus 0 mm minus 20 mm Axes of inserts in
plan : Plus or minus 10 mm
Basic dimensions in plan : Plus or minus 10 mm
Deviation of horizontal plan from horizontal
line for 1 m of plane in any direction : Plus or minus 5 mm
for the whole plane : Plus or minus 20 mm
Local deviations of top surface when : Plus or minus 8 mm checked with a 2 mm
long straight edge

13.9.4 Buildings
Surfaces when checked with a : Plus or minus 8mm 2m long straight edge
Sizes of cross section : Plus or minus 0 mm
Length of elements : Plus or minus 20 mm
Deviation from horizontal plane, : Plus or minus 10 mm
for whole building :
Plumb in verticality of height : 1 in 1000 of height
for columns supporting floor beams : Plus or minus 10 mm
for framed columns linked with : Plus or minus 10 mmcrane girders and beams

Contractor Executive Engineer


217
13.9.5 Reinforced Concrete Walls
Length : Plus or minus 20 mm
Flatness of surface when checked : Plus or minus 8 mm
with a 2 m long straight edge
Level of top surface to support : Plus or minus 5 mm
assembled elements
Deviation in planes and lines of : Plus or minus 15 mm
Intersection from vertical Size
of cross section : Plus or minus 8 mm
13.9.6 Placing of reinforcements
Length of bar upto 75 cm long : Plus 3 mm Minus 5 mm
75-150 cm long : Plus or minus Minus 10 mm
150 – 250 cm long : Plus 6 mm Minus 15 mm
250 cm long : Plus 7 mm Minus 25 mm
Straight bars, all lengths : Plus or minus 25mm
Spacing of bars : Plus or minus 5 mm
13.9.7 Anchor Bolts
Shift in location in plan : Plus or minus 5 mm
Same, when bolts are located : Plus or minus 10 mm
outside of structural columns
Top level : Plus 20mm Minus 0 mm
Threaded length : Plus 30 mm Minus 0 mm
13.9.8 Metallic Inserts
On assembled components length : Plus or minus 3 mm
and width
13.10 Masonry

For walls For pillar


Width : Plus or minus Plus or minus
10 mm 10mm
Shift in axes Plus or minus --
: 10 mm
Deviation in row from horizontal : Plus or minus --
line for every 10m length 15 mm
Fatness of surface when checked : Plus or minus Plus or minus
with a 2m long straight edge 10 mm 5 mm
Deviation in lines separating storeys : Plus or minus 15mm Plus or minus
15mm
Deviation of surface from vertical and Plus or minus 10 Plus or minus 10
at angles and corners for 1 storey : mm mm
For whole building : Plus or minus 30 Plus or minus 30
mm mm
Dimension of opening for doors, : Plus 15 mm Minus 0
windows etc. mm
13.11 Flooring & facing

Contractor Executive Engineer


218
Flooring, skirting, dado and Plastering :
In-situ concrete floor : 4 mm
Concrete tile and mosaic
In any 3 m length : 3 mm
In large open area : 15 mm
Marble and such superior work,
in any 2 mm length : 1.5 mm
in any row : 3 mm
13.12 Plastering
Plastered surfaces, flatness,
When checked With a 2mm long straight edge : 3 mm
Vertical surfaces, upto 1 storey : 5 mm
Over full heights : 10 mm
13.13 Roads
Waterbound macadam, surface : 12mm over 3 m
evenness length 8 mm in cross profile
Bituminous and concrete surface : 6mm over 4.5 mm length

DETAILED TECHNICAL SPECIFICATIONS OF


ELECTRICAL WORKS

Contractor Executive Engineer


219
TECHNICAL SPECIFICATIONS FOR 66 KV, TRANSFORMER

Sl.No. Particulars 11 KV Class

1 Capacity (MVA) As per load requirement

2 Type Outdoor three phase

3 System frequency 50 Hz

4 Voltage rating 11/3.3 KV

5 Percentage impedance at normal tap % To be furnished.

Contractor Executive Engineer


220
6 Type of cooling ON AN

7 Winding connection

a) HV Delta
b) LV
Star

8 Vector Group DY n 11

9 On lad taps

Plus 5% HV

Minus 15% on LV

Taps to be provided on HV

10 Type of insulation

a) HV Fully insulated
b) LV
Fully insulated

11 Insulation level in KV

HSV 72.5KV

PFV 70

BIL 170

12 Temperature rise As per IS

SECTION -1

TECHNICAL SPECIFICATIONS FOR POWER TRANSFORMER

Clause No. Particulars

1.0 Scope

2.0 Standards

3.0 Service Conditions

Contractor Executive Engineer


221
SECTION-II

GENERAL TECHNICAL REQUIREMENTS

1.0 General Design of Apparatus

2.0 Cores

3.0 Windings

4.0 Internal Earthing Arrangements

5.0 Tanks

6.0 Voltage Control

7.0 Parallel Operation of Transformer

8.0 Bushing Insulators and Terminals

9.0 Temperature Controllers

10.0 Gas and Oil actuated relays

1 1.0 Temperature Rise

120 Insulation Levels

13.0 Terminal Marking Tapping and Connections

14.0 Insulating Liquids

15.0 Marshalling Box

16.0 Transformer Protection

SECTION-III

C OMPONENTS OF THE TRANSFORMER

SECTION -1

TECHNICAL SPECIFICATIONS FOR POWER TRANSFORMERS:11 KV

1.0 SCOPE:
Contractor Executive Engineer
222
The Scope of this specification is the design, manufacture, testing, supply delivering at sites including
unloading and commissioning of POWER TRANSFORMERS required for installation in various 11KV
sub-stations.

2.0 STANDARDS:

The applicable standards for Power Transformers including various accessories and fittings are
specified here blow:

1. Colours for paints and enamels IS 5

2. Ready mixed paint, brushing, zinc chrome plaster IS 104

3. Ready mixed paint, brushing, priming, plaster IS 109

4. Insulating-Oil IS 335

5. Testing of steel sheets and strips for Magnetic circuits IS 649

6. Solid press board for electrical purposes IS 1576

7. Code of practice for maintenance of mineral insulating IS 1866

oil in equipment

8. Code of practice for installation and maintenance of IS 1886

Transformers

9. Power transformers IS 2026 Part I to

10. Impulse voltage testing IS 2070

11. High voltage testing IS 2071

12. Porcelain bushings IS 2099

13. Determination of water content in oil IS 2362

14. Painting of Transformer IS 2932

15. Porcelain Transformer bushings IS 3347

16. Gas operated relays IS 3637

17. Application guide for gas operated relay IS 3638

18. Fittings and accessories for Power Transformers IS 3639

19. Clamping arrangement for porcelain transformer bushing IS 4275

Contractor Executive Engineer


223
20. Electric Power Connectors IS 5561

21. Testing of specific resistance of electrical insulating IS 6262

Liquid

22. Method of lest for power factor and Dielectric constant IS 6262

of electrical Insulating liquid

23. Guide for loading of oil immersed Transformer IS 6600

24. Determination of electric strength of Insulating Oils IS 6792

25. OH impregnated, paper insulated Condenser bushing IS 12676

3.0 SERVICE CONDITIONS:

As per IS 2026 (Part - I) - 1977, Clauses 3.1, 3.1.1 and 3.2.1.

SECTION-II

GENERAL TECHNICAL REQUIREMENTS

1.1 General Design of Apparatus

The Transformers and accessories shall be designed and manufactured in accordance with IS 2026 and
Section – A (General) of CBIP Technical Report No.1 in regard to design, standardization, galvanizing, labels,
bolts and nuts, cleaning and painting, oil and prevention of acidity.

1.2 ELECTRICAL CHARACTERISTICS AND PERFORMANCE;

1.2.01 All transformers, unless otherwise specified shall be oil immersed and core type and shall be suitable
for outdoor installation.

Transformers designed for mixed cooling shall be capable for operating under the natural
cooled condition upto the Full load.

1.2.02 CONTINUOUS MAXIMUM RATING AND OVER LOAD;

Transformers provided with ON AN / ONAF cooling shall in regard to rating, temperature and
overloads comply with Clause 4.0 of IS 2026, Part-I with latest amendment thereof.

1.2.03 VOLTAGE RATIO ;

The voltage between phases on the higher and lower voltage windings of each transformer measure
at no load and corresponding to the normal ratio of transformation shall be those stated in the ordering
schedule and shall be capable of giving rated volts from the secondary when rated primary voltage is applied
at the normal tap and at the rated frequency.

Contractor Executive Engineer


224
1.2.04 ELECTRICAL CONNECTIONS;

Transformers shall be connected in accordance with the IS Vector symbol specified. The primary shall
be connected in Delta and the secondary is Star following the Vector Group DY-II.

1.2.05 DUTY UNDER FAULT CONDITIONS;

Expert where modified below, it is to be assumed that the amount of generating plant simultaneously
connected in and that normal voltage will be maintained on one side of and transformer when there is a short
circuit between phase or to earth on the other side. Any transformer may be directly connected to an
underground or overhead transmission line and switched in to and out of service together with its associated
transmission line.

1.2.6 REQUIREMENTS WITH REGARD TO AVAILABLITY TO


WITHSTAND SHORT CIRCUIT ;

As per IS 2026 (Part-I) Clause 8 & Sub-Clause thereof;

1.2.7 DEMONSTRATION OF ABILITY TO WITHSTAND SHORT CIRCUIT;

As per IS 2026 (Part-I) 1997, Clause 9 & Sub-Clause thereof;

1.2.8 LOSSES

1.2.08.01 MEASUREMENT;

As per Clause 16.4 and 16.5 of IS 2026(Part-I) 1997.

Contractor Executive Engineer


225
1.2.8.2 TOLERANCE;

As per Clause 11 of IS 2926 (Part-I) 1997.

1.2.08.03 GUARANTEED LOSS ;

i) The bidder should dearly indicate the guaranteed value in respect of

under mentioned losses at normal tap.

 No load loss at rated voltage and rated frequency.


 Total losses including auxiliary losses at rated output, rated voltage and rated frequencies.
vii) The guaranteed values of the losses will be compared with that of tested values and in the event
of tested values exceed former, the firm will be liable for penalty as directed in Clause .. .. .. .. .. ..
under contract data.

viii) In the event of measured losses exceeding the guaranteed loss penalty will be based as per
Clauses 24.2 upto 10% excess losses, the transformer manufactured will be rejected.

ix) Guaranteed losses mentioned in the bid will be datum and proportionate loading / deloading will
be done for the difference.

x) No load loss and load loss are reckoned at Rs. .. .. .. .. .. .. .. .. .. /- and Rs. .. .. .. … .. .. .. /-
respectively per KW.

xi) The bidders shall note that the values assigned for capitalization of the losses are based on
present worth.

xii) Fraction of KW of loss will be rounded to nearest number and penalty of loading will be done
accordingly.

1.2.9 REGULATION AND IMPEDANCE:

The impedance voltage at principal tap and rated KVA shall be stated in the bid and tolerance shall be
in accordance with IS:2026.

1.2.10 FLUX DENSITY:

The maximum flux density in any part of the core yokes, at normal voltage and frequency of each
transformer shall be such that the flux density under over voltage condition shall not exceed 1.9 Tesla
(19,000 Lines per Sq. Cm.)

Contractor Executive Engineer


226
1.2.11 SUPPRESSION AND HARMONICS:

All the transformers shall be designed with particular attention to the suppression of harmonic
voltage, especially the third and fifth, so as to eliminate wave from distortion and from any possibility
of high frequency disturbances, inductive effective or of circulating currents between the neutral
points at different transforming stations reaching such is magnitude as to clause interference with
communication circuits.

2.0 CORES:

2.01 CONSTRUCTION:

The cores shall be constructed from high grade cold rolled non-again grain oriented silicon steel
laminations.

2.02 MAGNETIC CIRCUIT:

The design of the magnetic circuit shall be such of to avoid static discharges, development of short-
circuit paths within itself or to the earthed clamping structure and the production of flux components
at right angle to the plane of the laminations which may cause local heating.

a) Livers care shall be exercised in the selection, treatment and handling of core steel to ensure that as
far as is practicable, the laminations are flat and the first assembled core is free from distortion.

b) The oxide/silicate coating given on the core steel is adequate, however, laminations can be
insulated by the manufactures if considered necessary.

2. Oil ducts shall be provided where necessary to ensure adequate cooling. The winding structure and
major insulation shall not obstruct the free flow of oil through such ducts. Where the magnetic circuit
is divided into pockets by cooling ducts parallel to the planes of the. laminations or by insulating
material above 0.25mm luck, tinned copper strip bridging pieces shall be inserted to maintain
electrical continuity between pockets.
d) The frame work and clamping arrangements shall be earthed in accordance will Clause 4.01.

e) The insulation structure for the core to bolts and core to clamp plates shall be such as to withstand a
voltage of 2000V AC for one minute.

f) For consideration of over fluxing the transformer shall be suitable for continuous operation for values
of over fluxing factor upto 1.1, this factor being v/vm x m/f. The manufacturer shall state the over
fluxing capability and corresponding withstand duration’s for the transformers for factors 1.1, 1.25
and 1.4.
Contractor Executive Engineer
227
2.03 MECHANICAL CONSTRUCTION OF CORES:

All parts of the cores shall be of robust design capable of withstanding any shocks to which they may be
subjected during lifting, transport, installation and service.

All steel sections used for supporting the core shall be thoroughly sand blasted or shot blasted after cutting,
drilling and welding. Any non-magnetic or high resistance ally be of established quality.

Adequate-lifting lugs shall be provided to enable the core windings to be lifted.

Adequate provision shall be made to prevent movement of the core and winding relative to the tank during
transport and installation or while, in service.

The supporting frame work of cores shall be so designed upto avoid the presence of pockets which would
prevent complete emptying of the tank through, the drain valve, or cause tapping of air during filling.

3.00 WINDINGS:

3.01 All star connected windings for system of 11 KV and above shall have graded insulation as defined in
Is:2026. All windings for system voltages lower than 11 KV shall be fully insulated. All neutral points
shall be insulated for the voltage specified in IS:2026.

3.02 Power transformers shall be designed to withstand the impulse and power frequency test voltages as
specified in IS:2962.

3.03 The landings shall be designed to reduce to a minimum the out-of-balance forces in the transformer at
all voltage rates.

3.04 The insulation of transformer windings and connections shall be free from insulating composition
liable to soften, ooze out, shrink or collapse and be non catalytic and chemically inactive in
transformer oil during service.

3.05 Windings shall be made using Class A paper insulated copper conductors. The conductors shall be
electrolyte grade copper free from scales and burrs. The stacks of windings shall receive adequate
shrinkage treatment before final assembly. Adjustable devices shall be provided for taking up any
possible shrinkage of coils in service.

3.06 The coil clamping arrangement and the finished dimensions of any oil ducts shall be such as will not
impede the free circulation of oil through the ducts.

3.07 No strip conductor wound on edge shall have a width exceeding six times its thickness.

3.08 The conductors shall be transposed at sufficient intervals in order to minimize eddy currents and
equalize the distribution of currents and temperatures along the windings.

3.09 Further, windings shall be so designed that all coil assemblies of identical voltage ratings shall be
interchangeable and that field repairs to the windings can be made readily without any special
equipment. The coils shall be supported between adjacent sections by insulating spacers and barriers.’

Contractor Executive Engineer


228
3.10 All threaded connections shall be provided with looking facilities. All leads from the winding to the
terminal board and bushings shall-be rigidly supported to prevent injury from vibration. Guides shall
be used wherever practicable.

3.11 The windings shall be clamped securely in place so that they will not be displaced or deformed during
the circuits.

3.12 The maximum current density in any winding shall not exceed 2.3A/Sq.mm.

3.13 BRACING OF WINDINGS:

The windings and connections .of all transformers shall be braced to withstand shocks which may
occur during transport, or due to switching short circuit and other transient conditions during service.

4.00 INTERNAL EARTHING ARRANGEMENT:

All metal parts of the transformer with the exception of the individual core laminations, core bolts and
associated individual clamping plates shall be maintained at some fixed potential.

4.01 EARTHING OF CORE CLAMPING STRUCTURE

The top main core clamping structure shall be connected to the tank body by a copper sump. The
bottom clamping structure shall be earthed by one or more of the following methods.

a) By connected through vertical tie-rods to the top structure.

b) By direct metal-to-metal contact with the tank base maintained by the weight of the core and
windings.

c) By the connection to the top structure on the same side of the core as the main earth connection of
the tank.

4.02 EARTHING OF MAGNETIC CIRCUIT:

a) The magnetic circuit shall be earthed to the clamping structures at one point only through a link
placed in an accessible position beneath an inspection opening in the tank cover, the connection to
the link shall be on the same side of the core as the main earth connection.

b) Magnetic circuits having an insulated sectional construction shall be provided with a separate link for
each individual section. Where oil ducts or insulation barriers parallel to the plane of the laminations
divide the magnetic circuit into two or more electrically separate parts the ducts or barriers shall be
bridged in accordance with Clause 2.02(d) and the magnetic circuit shall not be regarded as being of
sectional construction.

4.03 SIZE OF EARTHING CONNECTION:

Contractor Executive Engineer


229
Where coil clamping rings are of metal at earth potential each ring shall be connected to the adjacent
core clamping structure on the same side of transformer as the main earth connections.

4.04 SIZE OF EARTHING CONNECTION:

All earthing connections with the exception of those from the individual coil clamping rings shall have
a cross sectional are of not less than 0.2 Sq. Cm.

5.00 TANKS:

5.01 CONSTRUCTIONS:

Conventional type of tank construction could be used upto 12.5 MVA rating.

The transformer tank and cover shall be fabricated from good commercial grade low carbon steel
suitable for welding and adequate thickness. The tanks of all transformers shall be complete with all
accessories an shall be designed so as to allow the complete transformer in the tank filled with oil, to
be lifted by crane or jacks, transported by road, rail without over straining any joints and without
causing subsequent leakage of oil.

The main tank body excluding tap changing compartments, radiators and coolers shall be capable of
withstanding vacuum:

Highest system MVA fating Vacuum guage (mm of Hg)


voltage KV pressure KN/Sq.m.

Upto 72 KV Upto 1.6 34.7 250

Above 1.6 & upto 20 68.0 500


Above 20
100.64 760

Above 72 KV For all MVA ratings 100.64 760

The base of each tank shall be so designed that it shall be possible to move the complete transformer
unit by skidding in any direction without injury when using plates or rails. Normally a detachable
under base will be used, but in case transport facilities permit, a fixed under case can be used.

Where the base of a channel construction, it shall be designed to prevent retention of water.

Tank stiffeners shall be designed to prevent retention of water.

Where possible the transformer tank and its-accessories shall be designed without pockets wherein
gas may collect pockets cannot be avoided, pipes shall be provided to vent the gas into the main

Contractor Executive Engineer


230
expansion pipe. The vent pipe shall have a minimum inside diameter of 15mm except for short branch
pipes which may be 6 mm minimum inside diameter.

All joints other than those which may have to be broken shall be welded when required they shall be
double welded. All bolted joints to the tank shall be fitted with suitable oil tight gaskets which shall
give a satisfactory service under the operating conditions and guaranteed temperature rise conditions.
Special attention shall be given to the methods of making hot oil tight joints between the tank and the
cover as also between the cover and the bushing and all other outlets to ensure that the joints can be
remade satisfactorily at side and with case with the help of semi-skilled labour.

However the minimum thickness of the plates used for Transformer Tanks shall not be less than 8
mm. for the sides and not less than 10mm, for the bottom plate and top cover.

5.02 LIFTING AND HAULAGE FACILITIES:

Such bank shall be provided with:

a) Lifting lugs suitable for lifting the transformer complete with oil.

b) A minimum of four jacking lugs, in accessible positions to enable the transformer complete with oil, to
be raised or lowered using hydraulic or screw jacks. The minimum height of the lugs above the base
shall be:

i) Transformers up to and including 10 tonnes weight 300 mm, excluding the under base
dimensions, if detachable.

iii) Transformers above 10 tonnes weight 500 mm excluding the under base dimensions, if detachable.

c) Suitable haulage holes shall be provided

In addition the Transformers shall be provided with bollards on the Transformer Tank sides at the top for
lifting the Transformer by a crane.

5.03 TANK COVER:

Each tank cover shall be of adequate strength, and shall not distort when lifted. Inspection openings
shall be provided as necessary to give easy access to bushing or changing ratio or testing the earth
purpose for which it is provided and at least two openings one at each end of the tank, shall be
provided. The tank cover and inspection covers shall be provided with suitable lifting arrangements.
Unless otherwise approved inspection covers shall not weight more than 25 Kg. Each.

The lank cover shall be fitted with pockets for thermometer and for the bulbs of oil and winding
temperature indicators. Protection shall be provided where necessary, for each capillary tube.

Contractor Executive Engineer


231
The pocket shall be located in the position of maximum oil temperature at C.M.R. and it shall be
possible remove the instrument bulbs, without lowering the oil in the tank.

5.04 AXLES AND WHEELS:

All wheels should be detachable and shall be made cast iron or steel or required.

Wherever specified, flanged wheels shall be provided suitable for use on gauge track as specified in
the detailed specification and shall be so placed that pinch bar can be used to move the transformer.

The direction of motion shall be specified in case of unidirectional movement. If wheels are required
to swivel, they shall be arranged to that they can be turned through an angle of 90 degrees when the
tank is hacked up clear of the rails or floor. Means shall be provided for locking the swivel movements
in positions parallel to and at right angles to the longitudinal axis of the tank. The wheels shall be
suitable for movement on a rail track, the gauge of which shall be 1676 mm standard board gauge
track.

5.05 CONSERVATOR VESSELS, OIL GAUGES AND BREATHERS:

A conservator complete with sump and drain valve shall be provided in such a position and not to
obstruct the electrical connections to the transformer having a capacity between highest and lowest
visible levels to meet the requirement of expansion of the total cold oil volume in the transformer and
cooling equipment from the minimum ambient temperature to 90°C. The minimum indicated oil level
shall be with the feed pipe from the man tank covered with not less than 15 mm. Depth of oil and the
indicated rang of oil level shall be from minimum to maximum.

If the sum is formed by extending the feed pipe inside the conservator vessel, this extension shall be
for at least 25 mm. The conservator shall be designed so that it can be completely drained by means
of the drain valve provided, when mounted as in service.

One end of the conservator shall be bolted in to position so that it can be removed for cleaning
purposes.

Normally one oil gauge magnetic/prismatic/plain type shall be provided.

The oil level at 30 C shall be marked on the gauge.

Taps or valves shall not be fitted to oil gauge.

The oil connection from the transformer tank to the conservator vessel shall be arranged at the using
angle of 3 to 9 degree to the horizontal up to the Buchholz Relay and shall consist of

a) For transformers up to and including 1000 KVA 25 mm, inside diameter pipes as per IS 3639.

b) For transformer from 1001 to 10,000 KVA 50 mm, inside diameter pipes as per IS 3639.

Contractor Executive Engineer


232
c) For transformers of over 10,000 KVA 80mm inside diameter pipes as per IS 3639.

A valve shall be provided at the conservator to cut off the oil supply to the transformer after providing a
straight run of pipe for at least a length of five times the internal diameter of the pipe on the tank side of the
gas and oil actuated relay and at least three times the internal diameter of the pipe on the conservator side of
the gas and oil actuated relay.

Each conservator vessel shall be fitted with breather in which silicagel is the dehydrating agent and designed
so that:

a) The passage of air is through the silicagel.

b) The external atmosphere is not continuously in contact with the silicagel.

c) The moisture absorption indicated by a change in color of the tinted crystals can be easily observed
from distance.

d) All breathers shall be mounted at approximately 1,400 mm above ground level.

However (he conservator main tank shall be provided with a magnetic oil gauge and the partitioned
conservator tank for the oil in the OLTC chamber shall be provided with a plain gas oil tube gauge.

5.06 FILTER AND DRAN PLUGS, SAMPLING DEVICES AND AIR RELEASE PLUGS

Each transformer shall be fitted with the following:

a) The filter and drain valves are specified.

b) A drain valve as specified below Shall be fitted to each conservator.

For diameter upto 650 mm : Size of the valve 15 mm.

For diameter above 650 mm : Size of the valves 25 mm.

c) A robust oil sampling device shall be provided at the top and bottom of the main tank. The sampling
device shall not be fitted on the filter valves specified under (a) above. However top, middle and

Contractor Executive Engineer


233
bottom oil sampling valve shall me mounted at the tank base through suitable internally Located pipe
headers.

d) One 15 mm air release plug.

All other valves opening at atmosphere shall fitted with blank flanges.

5.7. COOLER AND RADIATOR CONNECTIONS:


Valves and valve mountings shall be provided as specified under ‘Cooling Plant’ Cl. 7.0 Section - A of
CBIP Manual.

All valves shall be of gun metal or cast steel or may have cast iron bodies with gun-metal fittings. They
shall be of full way type with internal screw and shall be opened by turning counter clock wise when
facing the hand wheel.

Means shall be provided for padlocking the bottom valves in the open and closed positions. This
required for the valves where opening device like hand wheel, keys etc. are the integral part.

Every valve shall be provided with flanges having mechanical faces.

The drilling of valve flanges shall comply with the/requirements of IS 3939.

5.08 PRESSURE RELIEF DEVICE:

The pressure relief device shall -be provided of sufficient sizes of rapid release of any pressure that
may be generated within the tank and which might result in damage to the equipment. The device
shall operate at a static pressure of less than the hydraulic test pressure for transformer tank; Means
shall be provided to prevent the ingress of rain.

Unless otherwise approved .the relief device shall be mounted on the main tank, and if on the cover
shall be fitted with skirt projecting 25 mm, insider the tank and of such a design to prevent gas
accumulation.

If a diaphragm is put at the base of pipe, an oil gauge is required on the standpipe for indicating
fracture of diaphragm.

Contractor Executive Engineer


234
One of the following methods shall be used for relieving or equalizing the pressure in the pressure
relief device.

a) An equalizer pipe connecting the pressure relief device to the conservator, or

b) The fining of a silicagel breather to the pressure relief device the breather being mounted in a
suitable position for access at ground level.

5.09 EARTHING TERMINAL:

Two earthing terminals capable of carrying for 4 seconds the full lower voltage, short circuit current of
the transformer. Provision shall be made at positions close to each of the bottom two corners of the
tank for bolting the earthing terminals to the tank structure to suit local conditions.

5.10. RATING AND DIAGRAM AND PROPERTY PLATES:

The following plates shall be fixed to the transformer tank at an average height of about 1750 mm,
above ground level:

a) A rating plate bearing the data specified in the appropriate clauses of IS 2026.
b) A diagram plate showing the internal connection and also the voltage vector relationship of
the several windings in accordance with IS:2026 and in addition a plan view of the transformer
giving the correct physical relationship of the terminals. When links are provided in
accordance with Clause 2.3 for changing the transformer ratio, then approved means shall be
provided for clearly indicating ratio for which the transformer is connected. No load voltage
shall be indicated for each tap.

c) Where specified a plate showing the location and function of all valves and air release cocks or
plugs. This plate shall also warm operators to refer to the maintenance instructions before
applying the vacuum treatment for drying.

The above plates shall be of material capable to withstanding continuous outdoor service.

5.11 JOINTS AND GASKETS:

All gaskets used for making oil tight joints shall be of proven material such as granulated cock
bonded with synthetic rubber or synthetic rubber gaskets.

5.12 COOLING PLAN:

The transformer shall be supplied with the requisite number of radiators and coolers.

Contractor Executive Engineer


235
Radiators and cooler shall be so designed as to avoid pockets in which moisture may collected and
shall withstand the pressure rests.

Unless the pipe work is shielded by adequate earthed metal the clearance between all pipe work and
live parts shall lie more than the clearance for lives parts to earth.

Radiators connected directly to the tank shall be detachable and shall be provided with machined or
ground flanged inlet and outlet branches. 19mm, drain plug shall be provide at the bottom and 29mm
air release plug shall be provided at the top of each radiator for draining and filling.

Valves shall be provided in the tank at each point of connection to the tank.

Where separate radiator banks are provided, the conservator vessels specified in Clause 6.5, Section -
A of CBIP Manual can be mounted thereon. .

All coolers shall be suitable for mounting on a flat concrete base.

The oil circuit of all coolers shall be provided with the following:

a) A valve at each point of connection to the transformer tank.

b) Removable blanking plates to permit the blanking off the main oil connection of each cooler.
c) A drain valve 25mm, lowest point of each bank of cooler.

c) A thermometer pocket fitted with a captive screwed cap on the inlet and outlet oil
branches of each separately mounted cooler bank.

e) A filter valve as specified in Clause 6.6, Section-A of CBIP Manual at the top and bottom of
each cooler bank of cooler.

f) Air release plugs 15 mm.

Contractor Executive Engineer


236
In addition the following are to be provided only with water cooled oil coolers which shall be IS:6088.

a) A suitable differential pressure gauge or equivalent suitable device fitted with electrical
contracts to given an alarm when differential pressure between cooler oil outlet and water
inlet pressure drops below a preset valve.

b) Oil and Water- flow switches, fitted with electrical contacts, in the pipe work adjacent to the
coolers.

Water cooled oil coolers shall be designed to facilitate cleaning without any risk of water mixing with
the oil. The material of the tube plates and tubes shall be such that corrosion shall not take place due
to galvanic action. A report of water analysis shall be furnished, in time, to enable supplier to ensure a
suitable material for tube and tube plates.

Any leakage which may take place in the oil cooler shall be of the oil into the water and reverses, and
means shall be provided to ensure that the pressure of the oil in the coolers is always greater than the
pressure of the water. The water pressure in the cooler will be kept as low as possible. Further, the
cooling water discharge should be free to the atmosphere to reduce the pressure in the cooler.

The necessary oil pumping shall be provided for connecting each transformer to the coolers and oil
pumps. The oil piping shall be with flanged gasketed joints. Cast iron shall not be used.

The drilling of all water and oil pipe flanges shall comply with IS:3939.

A suitable expansion piece shall be provided in each oil pipe connection between the transformer and
the separately mounted oil coolers.

Drain valves/plugs shall be provided in order that each section of pipe work can be drained independently.

6.0 VOLTAGE CONTROL (ON-LOAD TYPE):

a) The transformers shall be fitted with an on-load tap changer mechanism.

Contractor Executive Engineer


237
i. When specified, each transformer shall be provided with voltage control equipment of the tap
changing type for varying its effective transformation ratio whilst the transformers are on load and
without producing phase displacement.

ii.Equipment for local and remote electrical and local manual operation shall be provided and shall
comply with the following conditions. Local remote switch may be housed in remote control panel or
in tap changer driving unit.

It shall not be possible to operate the electric drive when the manual operating at the same time.

iii.Operating from the local or remote control switch shall cause one tap movement only until the
control switch is returned to the off position between successive operations.

iv.All electrical control switches and the local operating gear shall be clearly labeled in a suitable
manner to indicate the direction of tap changing.

v.The local control switches shall be mounted in the marshalling box, or driving gear housing.

vi.The equipment shall be so arranged as to ensure that when a tap change has been commenced it shall be
completed independently of the operation of the control relays or switches. If a failure of the auxiliary supply
during a tap change or any other contingency such as tap changer getting stuck would result in that movement
not being completed adequate means shall be provided to safeguard the transformer and its auxiliary
equipment.

vii.Suitable apparatus shall be provided for each transformer to give indications as follows:

viii.To give an indication mechanically at the transformer and electrically at the remote control point if
specified, of the number of tapping in use on the transformer.

ix.To give an indication at the remote control point that a tap change is in progress, by means of an
illuminated lamp.

x.For remote control, the switches, tap position indicator, etc. shall all be supplied as loose apparatus
unless a remote control panel is specified.

xi.All relays and operating devices shall operate correctly, at any voltage between the limits specified
in the relevant Indian Standard.

Contractor Executive Engineer


238
xii.Any enclosed compartment not oil filled and shall be adequately ventilated, metal clad
thermostatically controlled heaters shall be provided in the driving mechanism chamber and in the
marshalling box, all contractors, rely coils or Other parts shall be suitably protected against corrosion
or deterioration due to condensation fungi etc.

xiii.The tap changer contacts which are not used for making or breaking current

like separate selector switch contacts can be located inside main transformer

tank where tap changer

xiv.Construction permit such an arrangement. On load tap changers having separate compartment for
selector contracts, the oil in such compartment shall be maintained under conservator head by means
of pipe connection from the highest point of the chamber to the conservator. Such connection shall be
controlled by suitable valve and shall be arranged so that any gas leaving the chamber will pass into
the gas and oil actuated relay. A separate Buchholz relay/diverter switch may be provided for this
compartment.

xv.It shall not be possible for the oil in these compartments of the tap change equipment, which contain contacts
used for making or breaking current, on mix with the oil in the compartments containing contacts not used for
making or breaking current.

xvi.Each compartment in which the oil is not maintained under conservator head shall be provided
with a suitable direct reading oil gauge.

xvii.The alternating supply for electrical operation of the control and indicating gear shall be standard
415 volts, three phase, 3 wire 50 Hz, along with 240 volts, single phase, 2 wire, 50 Ha, subject to a
variation of + 10 to -30% so that the equipment offered can withstand variation in A.C.

xviii.Limit switches shall be provided to prevent over running of the mechanism and shall be directly
connected in the circuit of the operating motor. In addition a mechanical stoop or oilier approved
device shall be provided to prevent over running of the mechanism under any condition.

xix.Limit switches may be connected in the control circuit of the operating motor provided that a
mechanical deducting mechanism incorporated.

xx.Thermal devices or other means like motor circuit breakers with shunt trip coil shall be provided to
protect the motor and control circuits. All relays, switches, fuses, etc., shall be provided in the
marshalling box or driving gear housing are shall be clearly marked together with any voltage within
10 percent of nominal valve.

Contractor Executive Engineer


239
xxi.The overload protection relay shall be of robust adjustable triple pole construction. It should
provide accurate and reliable protection against overload, single phasing, over heating and short
circuit.

Contractors/Relays shall be of robust and compact construction and shall comply with Indian Standard
IS: 2959.

xxii.The Contractors shall be suitable for operation at 110 volts A.C. - 15 percent to +10 percent 50 Hz.
Main and auxiliary contacts of contractors shall be suitably rated. For sufficient long life these contacts
shall be for double break type and shall make contacts practically bounce free.

xxiii.The control supply transformer shall be single phase having ratio 415/55-0-55. Its insulation shall
be suitable impregnated to render it non-hydroscopic.

xxiv.All the control selector switches shall be robust and compact construction and shall comply with
Indian Standard IS:4064 and 4047.

xvx.Remote lap position indicator mounted on remote control cabinet shall show accurately same tap
position as indicated by local tap position indicator on on-load tap changer. The remote indication can
be by means of an analogue indicator, or digital indicator or by means of lamp indications. The remote
indicator mounted on control cabinet shall not be affected by normal auxiliary voltages supply
variation.

xxvi.Necessary indicating lamps provided shall be of low watt consumption of LED type.

xxvii.Space heater of adequate capacity and robust construction shall be provided inside each control
cabinet to prevent moisture condensation. Space heaters shall be complete with miniature circuit
breaker or “ON-OFF” switch.

xxviii.All the wiring shall be carried out for motor circuit with 1100 volts grade PVC insulated standard
copper conductors of size 2.5 sq. m. and for control circuit with 440 volts grade PVC insulated copper
conductor of size 1.5 Sq. m. suitable for tropical atmosphere. All wiring shall be in accordance with
relevant IS or BS, Engraved core identification ferrules, marked to correspond with the wiring diagram
shall be fitted at both ends of each wire. Ferrules shall fit tightly on the wires and shall not fall of when
the wire is removed. All wiring shall be terminated on terminal blocks through suitable lugs. Insulated
sleeves shall be provided at all the wire terminations. All wiring-shall be neatly bunched and cleared
without affecting access to equipment mounted within the cabinet.

Contractor Executive Engineer


240
xxix.Terminal board rows should be spaced adequately apart to permit convenient access to wires and
terminations.

xxx.Terminal boards hall be so placed with respect to the cable gland plate (at a minimum distances of
200mm) as to permit satisfactory arrangement of multi core cable tails with out undue stress or bends
opening of door should not disturb or stress the wire termination.

xxxi.The tap changer shall be located in the HV windings. The tap change variation shall be in the range
of +5 to 15% of HV in steps of 1.25% i.e.: 16 equals steps (number of position 17).

xxxii.Regarding 66 KV transformer, on-load tap changer shall consist of a separate selector to select a
tap and shall carry current but not make or break current in circuits as per ISI 8468- 1973, clause 2.12
and 2.13.

xxxiii.On-load tap changer of Jenson system type ‘D’ to be provided. The transitional resistance shall be
capable of with standing full load current of transformer for 1 sec.

1. Parallel operation of transformer with on-load tap changer :

Besides the local and remote electrical control specified on-load tap changers, when specified, should
be suitable for remote electrical parallel control also.

In addition to the methods of control as in clause 9, section ‘A’ of CBIP Manual, the following
additional provision shall be made.

Suitable selector switch be provided, so that one transformer of the group can at a time be selected as
“Maser”. “Follower” or “Independent”.

Unless otherwise specified, the glaze shall be brown in color. The glaze shall cover all exposed
porcelain part of the bushings except those areas, which are required to be left unglazed.

2. The design of the bushing shall be such that stresses due to expansion and contraction in any
part of the hushing shall not lead to deterioration.

Cement if used in the construction of the bushing shall not cause fracture by expansion or loosening
by contraction. Cement thickness shall be as small and even as practicable.

All exposed ferrous metal parts shall be hot dip galvanized wherever possible.

Contractor Executive Engineer


241
No arching horns shall be provided on the bushings.

Any stress shield shall be considered as an integral part of the bushing assembly.

52 KV and above voltage class bushings shall be Oil impregnated paper (OIL) type condenser
bushings. The bushings below 52KV volts class shall be porcelain, oil communicating or condenser type
if specified.

Each bushing shall have marked upon it the manufacturer’s identification mark.

The duration and rated short time current of the bushing for various voltage ratings shall be as
specified.

Limits of temperature rise shall be in accordance with IS: 2099.

Permissible variation in the value of capacitance and maximum value of capacitance of value
dielectric dissipation factor tan delta) of bushing and the test tap on transformer bushings shall be as
per IS: 2099 and IEC- 137.

Bushing made of solid insulation and those having a filling which does not flow under separate
conditions shall be suitable for mounting at any angle of inclination Unless otherwise specified, those
having a liquid filling shall be suitable for mounting at any angle of inclination to the vertical, not
exceeding 330°C.

The cantilever strength of the bushing shall be in accordance with IEC - 137 and IS: 2099 unless
otherwise specified.

The profile of the porcelain and spacing of the petticoats shall suit the duty specified. When
specified petticoats of desired profile and petticoat spacing shall be offered.

The electrical characteristics of the bushings shall be in accordance with IS: 2099.

The dimensional parameters of the bushings upload and including 66 KV voltage class shall be
in accordance with IS: 3347.

Rated current voltage, basic insulation level: The rated voltage, current and basic insulation level; of
the bushings shall be in accordance with IS: 2099.

Interchangeability: All the bushing above 52KV voltage rating shall have dimensions as mentioned in
Clause 4.3, section-P if CBIP manual, to enable interchangeability with different makes of bushings
manufactured in conformity with this specification.

Contractor Executive Engineer


242
The standardized dimensions shall be kept in view by the transformer manufacturers as well, while
designing the transformers, so that the transformer can accept any bushing of the parameters and dimensions
specified herein.
Other ratings of bushings, not covered in the specifications, shall be supplied, if required.

The basic insulation level, rated voltage and current and creep age distances for various
voltage class bushings shall be as under:

Voltage Rating BIL (KVP) Current Rating Creep age Distance


(Amps) (mm)

145 650 800 3625

72.5 325 400 1810

The minimum value of creep age distance specified is 25mm/KV of the rated voltage.

For area with very heavy or extremely heavy or extremely heavy pollution the minimum creep
age distance shall be as specified by the user.

The bushing shall be provided with oil level indicators as under:

245 KV and below - Oil sight window.

The oil level indicator shall be so designed and dimensioned that oil level shall be clearly
visible from ground level.

(C) IS: 2099 — 1973 electrical characteristics of bushings.

8.01 The 11 KV bushings shall be as per 1S: 2676 - 1989 & IS: 3347-1982 and shall be provided with
universal bimetallic connectors suitable for vertical/horizontal take off. The connectors of HV bushings
shall be suitable for ACSR (Robitt) of overall diameter of 28.14mm.

8.02 The 3.3 KV LV bushings shall be provided with cable box suitable for XLPE cable connection.

8.3 The natural bushings stud shall be suitable for connecting 506mm G.I. flat.

1.0 TEMPERATURE CONTROLLER:

9.01 The transformer shall be provided with a 150mm dial type thermometer for top oil temperature indicator, fitted
with maximum reading pointer, resetting, device and two sets of electrical contacts. The contacts shall be with
mercury switches, electrically independent ungrounded. The accuracy class shall be +-1.0%.
9.2 The transformer shall be provided with the 150mm dial type winding temperature indicator, fitted
with maximum reading pointer, resetting device and three sets of electrical contacts. The contacts
shall be with mercury switches, electrically independent ungrounded. The accuracy class should be +-
1.00%.
Contractor Executive Engineer
243
9.03 The temperature indicators shall be of dial type (not less than 150 mm dia) and robust pattern.

9.04 The temperature indicator shall be fitted in a tank mounted, weatherproof. Marshalling box.

9.05 The tripping contacts of winding temperature indicators shall be adjustable to close between 60 C and
120°C and both shall reopen when the temperature has fallen by about5°C.

9.06 All contacts shall be adjustable on a scale and shall be accessible for removal of the cover.

9.07 It shall be possible to check the operation of the contacts and associated equipment.

9.08 Connections shall be brought from the device to terminals placed inside the marshalling box.

1.0 GAS AND OIL ACTUATED RELAYS: BUCHHOLTZ RELAY.

Each transformer shall be fitted with pas and oil actuated relay equipment to 1S:3637 having contacts
which close following oil surge or low oil level conditions.

Each gas and oil actuated relay shall be provided with a rest cock to take a flexible pipe
connection for checking the operation of the relay.

Where specified to allow gas to be collected at ground level, a pipe approximately 5mm inside
diameter shall be connected to the gas release cock of the gas and oil actuated relay and brought
down to a point approximately 1.25 mm above ground level, where it shall PC terminated by a cock.

A machined surface shall be provided on the top of each relay to facilitate the setting of the
relays and to check the mounting angle in the pipe and the cross level of the relay.

The design of the relay mounting arrangements, the associated pipe work and the cooling
plant shall be such that maloperation of the relays shall not take place under normal service
conditions.

The pipe work skill he so arranged that all gas arising from the transformer should pass into the gas and
oil-actuated relay. The oil circuit through the relay shall not form a delivery path a parallel with any circulating oil
pipe, not shall it be tied into or connected through the pressure relief vent. Sharp bends in the pipe work shall
be avoided.

When a transformer is provided with two conservators the gas and oil actuated relays shall be
arranged as follows:

If the two conservators are connected to the transformer by a common oil pipe one relay shall be
installed in the common pipe.

If the two conservators are piped separately to the transformer two relays be installed, one in each
pipe connection.

Adequate clearance between oil pipe work and live metal shall be provided.

Contractor Executive Engineer


244
11.0 TEMPERATURE RISE:

As per clause 3.1 of IS: 2026 (Part- II) - 1977

12.0 INSULATION LEVELS:

As per IS: 2026 (Part - III) 1977, clauses 3.0, 5.0 and sub clauses thereof.

13.0 Terminal marking taping and connections


As per IS: 2026 (Part - IV) - 1977. However the transformer shall be designed for variable flux voltage
as per clause 3.2 of the said IS.

14.0 INSULATING LIQUIDS:

Mineral insulting oil to be used shall comply with IS: 335-1972 (latest edition). Loose oil to be supplied
shall be in sealed oil drums with 10% extra quantity over and above that required for the first filling.

15 .0 MARSHALLING BOX:

A sheet steel vermin proof, well - ventilated and weather proof marshaling box of suitable
construction shall be provided for the transformer ancillary apparatus. The box shall have domed or
sloping roofs and interior and exterior painting shall be in accordance with clause 1.6.

The marshalling box, wherever provided shall accommodate the following equipments alternatively
weather proof instruments can be mounted outdoor:

a) Temperature indicators.

b) Control and protection equipment for the local electrical control of tap changer, if the same
cannot be accommodated in the motor driving gear housing.

c) Control and protection equipment for the cooling plant, and

Terminal boards and gland plates for incoming and outgoing cables.

All the above equipment except (d) shall be mounted on the panels and back of panel wiring shall be
used for interconnection.

Contractor Executive Engineer


245
The temperature indicators shall be so mounted that the dials are not more than 1600mm from
ground level and the door(s) of adequate size.

To prevent internal condensation an approved type of metal clad heater shall be provided controlled
by a suitable switch. Ventilation louvers shall be provided. Counselor 158 Executive Engineer

All incoming cables shall enter the kiosk from the bottom and the gland plate shall be not less than
450mm from the base of box. The gland plate and associated compartment shall be sealed in suitable
manner to prevent the ingress of moisture from the cable trench.

Undrilled gland plate shall be provided for accommodating glands for incoming and outgoing cables.

16.0TRANSFORMER PROTECTION:

1. DIFFERENTIAL PROTECTION:

(a) This shall consist of electronic static high impedance biased type
differential type.

(b) The percentage bias settings shall be adjustable in steps of 10% over a range of 20 to 80%. The
percentage bias shall however be low near rated current sufficient to allow for OLTC tap
variation and CT errors but shall be increased automatically for severe through faults to
ensure stability even under CT saturation errors.

(c) The relay shall be very fast in operation with an operating time of not more than 20/30
milliseconds for 4 or 5 times its value under all fault conditions and even in the presence of
harmonics and CT saturation.

(d) The relays shall be inherently stable for external through fault conditions alternatively the
relay may be provided with an unrestrained high set element with a pick up setting equal to 4
or 5 times the rated current to ensure automatically through fault stability. However to have a
quicker operation for severe internal faults an unrestricted highest elements shall be
provided.

(e) The relay shall offer a very low burden to the CT, each relay shall be provided with two sets of
changeover contacts for tripping. It should be possible to connect all such contacts of all
single-phase relays in tandem to obtain 6 sets close/open contacts for connection to multiple
trip coils.

(f) The relay shall be accompanied by inter auxiliary current transformers to match the group of
the power transformers.
Contractor Executive Engineer
246
(g) Alternatively a 3 phase biased differential relay for-the protection of 2 winding transformer
having all the features detailed above and in addition built in intermediate current
transformers for matching current and phase angle and current magnitude compensation by
selector switches and easy integral test facilities to check functions of internal circuits of relays
by test push buttons in the panel can be offered.

2. BACK-UP PROTECTION:

(a) Electronic type back-up protection shall be provided to the transformer.

(b) The protection on the HV side shall consist of three numbers of non-directional 1DMT over
current relays and one earth fault relay. Relays to have3-second characteristics and to be
mounted horizontally in common case.

(c) All over current and earth fault relays shall be provided with high set instantaneous elements.
These instantaneous elements shall wherever applicable be directionalised.

d) No relays are required for the 6.6 KV side, as they will be provided in the 6.6 KV switchgear.

3. RESTRICTED EARTH FAULT PROTECTION:

An instantaneous single pole circulating current or high impendence voltage type relay with a suitable
setting shall be provided. A stabilizing resistor shall be provided in the relay circuit. These relays shall
be provided on LV side of the transformer.

4. DISTANCE PROTECTION FOR 11 KV INOMER LINE APPROXIMATELY 20 LONG IS INCLUDING IN THE


SCOPE OF WORK.

Brief Specifications :-

A separate 11 KV SF-6 circuit breaker shall be installed for tripping the incoming supply due to line
faults. A control and relay panel for line protection with distance relays and other protection relays
shall be installed in the control room. A set of CT’s / PT’s shall be provided for this purposed and
control cabling up to C & R panel shall be included.

Features of Distance Relay :

The main protection shall comprise of the high speed fully static switched type distance relays to
detect, measure, operate and clear satisfactorily phase to phase and phase to earth faults under all
operating conditions.

Contractor Executive Engineer


247
A) The first zone relay setting to protect 80 to 90% of the protected line and to operate
instantaneously.

B) The second zone setting to overlap the first zone setting and cover the balance of the line
section left unprotected by the first zone and to operate with a time delay.

C) The second zone to provide backup protection for the first zone.

The scheme shall be provided with MHO starters for phase to phase and phase to earth faults.

The ohmic setting setting for distance measurement shall be adjustable over a wide range in suitable
steps.

The protection scheme shall be as fast as possible. The first zone shall energize the CB trip
instantaneously, allowing for inherent time delay for relay operation. The tripping time for the second
zone shall be adjustable to any desired value through a separate time unit.

The scheme shall not become inoperative even under severe system fault conditions near the location
of the relay when the potential applied to the relay is very small.

Back up protection :

a) The back-up protection shall be voltage polarized directional over current relays (DOCR) for phase
fault and one directional earth fault relays shall be of the electromagnetic type. The characteristics
of the relays with current setting taps from 50 to 200% of the relays fating for over current relays
and with 20 to 80% current taps for the earth fault relay. All these relays shall have a continuously
adjustable time setting.
b) The operative current coil of the DEFR shall be connected in the residual circuit of the star
connection of the line CT’s.
c) The back-up protection as aforesaid shall open independently of the main protection for the lines
in the even of failure of distance relays to clean faulted section.
d) The potentials for directional elements shall be from PT.
e)
5. TRIP CIRCUIT SUPERVISION RELAYS

(a) Each circuit breaker shall be provided with a trip circuit supervision relay. The relay shall be
mounted in front of the relay panel associated with these circuit relays.

(b) These relays shall monitor the whole of the trip circuit while the
breaker is in open or closed position and give an alarm for the loss of

Contractor Executive Engineer


248
auxiliary DC supply or for faults in the trip circuit leads or for faults in

the breaker auxiliary contacts or for faults in the supervisory relay

itself. The relay shall have a delay on drop off to avoid a false alarm

during a normal tripping operation.

6. AUXILARY TRIP RELAYS:

A master trip relay shall be provided to cause inter cropping of all the breakers connected to the
respective transformer winding when any one of the following protection scheme operates:

a) Differential protection.

b) Back up protection.

d) Restricted earth fault protection.

SECTION-III

COMPONENTS OF THE TRANSFORMER

The transformer shall generally comprise of the following components/parts.

1) HV line bushings.

2) LV line bushings.

3) LV neutral bushing.

Contractor Executive Engineer


249
4) Bi-Metallic terminal connectors for HV.

5) Bi-Metallic terminal connectors for LV. Cable for XLPE cable connections.

6) Terminal connector for neutral suitable for connection to G.I. flats.

7) Monogram plate.

8) Main conservator with compartment of OLTC as per design with sump, drain valve lifts. Separate
conservator for OLTC optional as per design.

9) Oil filling hole with bolted cover for main conservator.

10) 150mm dial magnetic oil level gauge with low-level alarm contact.

11) 150mm dial winding temperature indicator with alarm trip contacts and maximum reading pointer.

12) 150 mm dial oil temperature indicator with alarm and trip contacts and maximum reading pointer.

13) Surge protection relay with one set of contact and one isolating valve on conservator side for OLTC.

14) Pressure relief device with one set of contact for 11KV transformers.

15) Buchholtz relay with alarm and trip contacts two-wheel type isolating valves (50mm size) with
directions for mounting marked on Buchholtz relay.

16) De-hydrating silicagel with oil seal and glass inspection window.

17) Prismatic oil gauge.

18) Thermometer pocket.

Contractor Executive Engineer


250
19) Air release plugs on main tank and bushing turrets.

20) Inspection cover lifting lug.

21) Inspection covers on main tank and side manholes for OLTC conservator.

22) WTI CT test link box with access window for transformer of above 12.5 MVA capacities.

23) Bath for oil temperature indicator with probe for capillary tubing.

24) Bath for winding temperature indicator with probe for capillary tubing.

25) Marshalling box with PVC copper cable wiring 660/1100 grade (tank mounted weather proof) along
with required control cables for connection to Buchholtz relay, temperature indicator etc.

26) On-land tap changer with operation counter and single phase-preventer if OLTC is of 3-phase 440V
design.

27) Radiator with top and bottom shut off valve, lifting lug, air release and drain plug.

28) Combined rating and diagram plate and valve schedule line diagram. The rating plate shall be
minimum l mm thick anodized cadmium steel plate and it should containing of OLTAC also.

29) Lifting Bollards.

30) Jacking pads 500mm above the base with adequate pad area.

31) Haulage eyes

32) Earthing pads suit to receive plate with M12 tapped holes to suit 4 bolted connections.

33) Earth connection between tank and cover.

34) Drain valve with locking arrangement and blanking plate.

Contractor Executive Engineer


251
35) Top filter valve (size 50mm) with blanking plate with 3Smm adopter with locking arrangement.

36) Bottom filter valve (size 50mm) with blanking plate with 38mm adopter with locking arrangements.

37) Middle sampling valve (size 15mm) with plugs.

38) Bottom sampling valve (size.l5mm) with plug.

39) Piping arrangement from top and middle valve to the level of the bottom filter valve.

40) Under base skid type.

41) Bi-directional rollers to suit 1676 mm track with locking arrangements.

42) Top stay bracket for supporting the conservator.

43) Fans for cooling with fan control cubicle (if required).

44) Remote OLTC control panel with 2312 height and 610 mm depth with single phase prevented protection
for driving mechanism motor and AC voltmeter of adequate eating (for 66KV transformers).

45) GI/Copper bar (2 No of flats) of adequate rating from neutral bushing mounted on insulators to a
convenient point near plate for neutral earth connection with terminal connection.

46. DETAILS OF BUSHING:

Sl. No. MVA Voltage Category Rated Voltage (KV) Current Amp)

HV Side LV Side

1 5 33/11 KV 36/630 17.5/630

2 6.3 66/11 KV 72.5/400 17.5/630

3 8 66/11 KV 72.5/400 17.5/630

4 12.5 66/11 KV 72.5/400 17.5/2000

5 20 66/11 KV 72.5/400 17.5/2000

6 10 110/33-11KV 145/400 36/2000*

Contractor Executive Engineer


252
7 20 110/33 -11KV 145/400 36/2000 (66KV)

* (Since common bushings are used for 11 KV)

1.0 TENDER DRAWINGS AND LITERATURES:

Duplicate copies of following drawings and literatures shall be submitted along with tender.

a) GA drawing showing dimensional details

b) Front and rear views of transformer with instrument and device position marked.

c) Photographs of similar transformer supplied by the manufacturer.

d) Illustrative descriptive literature, general technical data.

2.0 CONTRACT DRAWINGS:

Supplier shall submit drawings in quadruplicate for the approval of the employer prior to
manufacturer in A3 A4 size only. After the drawings arc approved six copies of drawings shall be
supplied for immediate use.

The supplier shall forward the drawings and literature as follows:

a) One set of reproducible originals and 6 sets of blue print copies of all approved drawings along with 6
sets of literature, commissioning and maintenance manuals to the employer.

b) Four sets of blue print copies of all approved drawings along with four sets of literature and manual in
respect of each of the stations.

c) Foundation drawings indicating the details of foundation plan cross section suitable for Normal Dry
Soil taking SBC as 10 Tons/ sq.mt.

d) Bushing assembly, plan, elevation, sectional view and details of joints, seals etc.,

e) Radiator assembly: Sectional View of radiator.

Contractor Executive Engineer


253
f) Interconnection diagram between Marshalling box and OLTC, Power Transformer and other
associated equipments.

g) Dimensional drawings showing cooling passage in transformer core and windings.

h) Individual internal wiring diagram of all devices and elementary wiring diagram or relays for internal
wiring.

i) Construction details of the switches, terminal blocks and test blocks etc.,

j) Diagram and rating plates as per details in the specification, temperature rise oil and wind high
voltage test figures etc.

k) Assembly of OLTC gear mechanism: Full details of the main parts, limits and fits wearing parts, timing
gear adjustments etc.

l) Dimensional drawings showing cooling passage in transformer core and


windings.

It may be noted non-supply or part supply of drawings literature and manuals will be deemed as
incomplete supply of Transformer.

3.0 TESTS AT FACTORY:

3.01 The following tests shall be carried out in addition to any other customary tests and seven copies of
test certificates shall be supplied before shipment of the equipment.

a) Vacuum test with stand strength of tank.

b) Tests for oil tightness.

c) Materials tests on core, conductor and insulating materials,

d) Leakage tests for radiators.

e) All double weld shall be tested with nitrogen at not less than 7 Kg/ Sq. Cm. To ensure that no
weld would sweat.

f) Routine tests shall be carried out as per IS: 2026.


g) Temperatures rise test shall be carried out

3.02 TYPE TESTS:


Contractor Executive Engineer
254
The tenderer shall submit with his tender, type test reports of type test in conformity of IS: 2026.

Type test reports in conformity with clause 17.3 of CBIP manual shall be furnished. .

After the completion of the manufacture, the routine tests shall be conducted on each unit. These
would be in conformity with IS: 2026 Clause 16.12. The zero sequence test shall be conducted on each
unit. This would in conformity with IS: 2026 Clause 16.13.

4.0 INSPECTION:

4.01 The inspection may be. Carried out by the employer at any stage of manufacture. The supplier shall
arrange free access to the employer’s representative at a reasonable time when the work is in
progress. Inspection and acceptance of any equipment under this specification by the employer shall
not relieve the supplier of his obligation of furnishing equipment in accordance with the specification
and shall not prevent subsequent rejection if the equipment is found to be defective.

The supplier shall keep the employer informed in advance about the manufacturing program so that
arrangement can be made for inspection.

4.02 The employer reserves the right to insist for witnessing the acceptance/routine testing of the bought
out item.

4.03 No material shall be dispatched from its point of manufacture unless the material has been
satisfactorily inspected and tested unless the employer ill writing waives the same.

5.0 AUXILIARY TRANSFORMER:

5.1 SCOPE :

The specification given here below covers manufactures, testing at works, transportation including
loading at work, unloading at site, erection commissioning insurance, supply of outdoor, plinth mounting 3
phase 50 cycles, core type, oil immersed self cooled station Transformers confirming to IS:2026 as merged up-
to-date, CBIP specification for distribution transfers and also applicable standards mentioned in specification.

5.2. SYSTEMS DETAILS:

Contractor Executive Engineer


255
The transformers, shall be suitable for outdoor installation in substation on 3 phase, 50 cycles, system
in which the neutral is effectively earthed and it should be suitable for service under fluctuations in supply
voltage upto as given elsewhere in this specification under the heading of “ Tap changing Equipment “.

5.3 STANDARDS

It is not intent to specify completely here in all details of design and construction of equipment.
However, the design, manufacture and performance of station transformers shall comply with all currently
applicable standards, regulation and safely codes in the locality where the equipment will be installed unless,
otherwise specified the equipment shall confirm to the latest Indian standards and in particular to the
requirements as detailed below. The equipment in a manner capaole of continuous commercial operation
upto tenderes guarantee in a manner acceptable to the purchaser who will interpret the meaning of the
drawing and specifications and shall have the power to reject any work and or material which in his judgment
are not in full accordance there with.

IS 335 Insulating oil for transformer and switch gear

IS 1180 Distribution transformers

IS 1880 Code of practice installation and maintenance of transformers.

IS 2026 Power transformers

IS 2099 Bushings for alternating voltage above 1000V

IS 3347 Dimensions for porcelain transformer bushings.

IS 3401 Silica Gel

IS 4243 Cork and Rubber

IS 5561 Electric Power Connector

IS 6600 Guide for loading of oil immersed transformers.

5.4 DESIGN AND CONSTRUCTIONAL DETAILS

5.4.1 TRANSFORMER TANK:

The transformer tan shall be of robust construction and shall be built up of electrically welded
polished plates of suitable thickness (minimum 5 mm ). All the joints of the transformer tank and filling shall
be hot oil light.

The transformer tank and tank cover shall be provided with suitable lifting lugs, pulling eyes, etc., to
facilitate handing during erection maintenance, over hauling transport etc.,

Contractor Executive Engineer


256
The tank shall be of such that the complete transformer when filled with oil may be shifted by the
lifting lugs provided. The tank shall be fitted with a suitable cover having necessary provisions for fixing of the
eternal fittings and accessories on the transformer.

The tank shall be welded construction and fabricated out of tested quality, low carbon steel.

All seams and joints shall be factory welded. Wherever possible they shall be double welded and all
welding shall preferably be stress relieved.

Tank stiffeners shall be provided for general rigidity and these shall be designed to prevent retention
of water.

The tank shall be designed to withstand.

Mechanical shocks during transportation.

Vacuum filling of oil.

Continuous internal pressure of 0.35 Kg/cm2 over normal hydrostatic pressure of oil.

Wherever possible the transformer tank and its accessories shall be designed without pocket wherein
gas may collect. Where pockets con not be avoided pipes shall be provided to vent the gas into the main
expansion pipe.

Suitable guides shall be provided in the tank of positioning the core and coil assembly.

Adequate space shall be provided at the bottom of the tank for collection of sediment.

5.4.2 TANK COVER :

The tank cover shall be slotted to prevent retention of rainwater and shall not distort when lifted.

All bolted connections shall be fitted with weather proof, hot oil resistant gasket in between for
complete oil tightness. If gasket is compressible metallic stops shall be provided to prevent over compression.

The bushings, explosion vent, radiators etc, shall be so designed as to prevent ingress of water in to or
leakage of oil from the tank.

5.4.3. BASE CHANNELS:

The transformers are required to be provided with channel, preferably of 100mm x 50mm size of
6mm thickness which shall be welded to the main tank body of the transformer. The base channels shall be
equidistant from the line of center of gravity of the transformer falling through its base, laid at a distance of
preferably 600 mm from each other. The holes of 22m (dia) shall be drilled in to the base channels at a
distance of preferably 750 mm center to center from each other.

Contractor Executive Engineer


257
5.4.4.CONSERVATOR TANK :

The conservator thank shall have adequate capacity between highest and lowest visible levels to meet
the requirement of expansion of the total cold oil volume in the transformer and cooling equipment from
minimum ambient temperature to 90.

The conservator tank shall be bolted into position so that it can be removed for cleaning purposes.

The conservator tank shall be provided in such a position as not to obstruct the electrical connections
to the transformer

6.0 PRESSURE RELIEF DEVICE :

The pressure relief device provided shall be of sufficient size for rapid release of any pressure that may
be generated in the tank and which may result in damage of the equipment. The device shall operate at a
static pressure of less than the hydraulic test pressure of transformer thank.

7.0 EARTHING TERMINALS:

The ear thing pads suitable for connecting 50 x 6 mm mild steel shall be provided at positions close to
each of the two bottom corners of tank. These grounding terminals should be suitable for bolted connection.

8.0 CORE :

The core shall be constructed from high grade non-ageing cold rolled grain oriented silicon steel
laminations.

The design of the magnetic circuit shall be such as to avoid static discharges, development of short
circuit paths within itself or to the earthed clamping structure and production of flux component right angles
to the plane of laminations which may cause local heating.

The insulation of core to bolts and core to clamp plates shall be able to withstand a voltage of 2 KV
RMS for 1 minutes.

Cores and windings shall be capable of withstanding shocks during transport, installation, service and
adequate provision shall be made to prevent movement of core and winding relative to tank during these
conditions.

The core insulation shall be hot oil proof. The core clamping bolts shall be effectively insulated. The
transformer core shall be so fabricated as to reduce to minimum possibilities of vibration and noise when in
service.

The complete design of the core must ensure that the core losses with continuous working of the
transformer are kept to each barest minimum. The value of the flux density allowed in the design and grade
Contractor Executive Engineer
258
of the lamination used shall be clearly stated in offer. Under no circumstances shall the flux density exceed
1.85 Tesla.

9.0 WINDINGS :

The conductors of the windings shall be copper. The insulation of the transformer windings and
connections shall be free from insulating compounds which reliable to soften, ooze out, shrink or collapse and
be non catalytic and chemically insert in transformer oil during service.

Coil assembly and insulating spares shall be so arranged as to ensure free circulation of oil and to
reduce the hot spot of winding.

All the copper plates are exposed to atmosphere shall be tinned or nickel plated, 4 nuts and 3
washers are to be used for each phase of both IIV & LV side.

10.0 INSULATING OIL :

The insulating oil used in the transformer shall non-sledging with medium velocity and confirming to IS
335 – 1972 (and/or amendments, if any) Sufficient quantity of oil for first filling of the transformer shall be
supplied duly filed in.

The oil shall be filtered at manufactures work before first filling in assembled transformer and the di-
electric insulation strength as well as acidity tests shall be performed and their results shall be as per relevant
IS.

11.0 OIL PRESERVATION EQUIPMENT:

Conservator should breath to the atmosphere through a dehydrating filter breather. The dehydrating
filter breather shall be so designed that.

1. Passage of air is through a dust filter and silica gel.

2. Silica gel isolated from atmosphere by an oil seal.

3. Moisture absorption indicated by a change in colour of the tinted crystals can be easily observed from
distance.

4. Breather is mounted not more than 1400 mm above ground level.

12.0 TERMINAL ARRANGEMENTS

Oil communicating type bushing shall be provided for HV as well as LV terminals, including the neutral
of LV side. The high voltage bushing shall be made from the porcelain by the wet process and shall be
free from defects and smoothly glazed and shall be suitable for ACSR connections. L Bushing of the
Contractor Executive Engineer
259
some voltage class shall be interchangeable. The bushings used for all 11 KV voltage should be of 72
KV class having the creep age distance 25mm per KV with protected creep age distance of 50%
thereof. HV bushing shall have electrical characteristics as per IS 2088 (latest). Copper arcing horns
shall be provided for HV bushings. The I.V bushings tem shall be provided with suitable ‘ L ‘ type
connector suitable for one No.400mm cable lugs and four brass nuts with check nuts and 4 brass
Washers with each lug for tightening. The HV bushing shall be provided with connectors suitable for
ACSR connection and each bushing shall be provided with 4 No’s brass washers. All the brass washers
shall have minimum thickness of 3mm. All the brass washers and nuts shall be electrically tinned.

The HV & LV bushing shall properly mounted in straight lines parallel to each other along the length of
the transformer tank.

All the bushing of the LV side shall be covered with water retention proof metal sheet box of suitable
thickness ( min, 3 mm thick or of the nearest sheet gauge available) with 2 separate clamps on the bottom
side suitable for 400mm armored PVC outgoing cable.

13.0 TERMINAL MARKINGS:

The terminal marking and physical position shall be in accordance with IS:2026. The transformer shall
be provided with a terminal marking plate made of anodized aluminum or brass fitted with brass screws
showing the relative physical position of the terminal and their markings. The position of the tapping
connections shall also be shown in the plate and also the corresponding tapping voltages shall be indicated
there upon. The transformer shall be provided with rating, diagram and property plate furnishing the
information specified in IS 2026. The rating and marking may be combined in one plate provided the tendered
obtained the prior permission from the purchaser. The name of the purchaser viz “ Karnataka CNNL Bangalore
– 560 001 “ shall also be inscribed in bold capital letters upon the above mentioned plate, also the tender no
against which the transformer has been manufactured, all property, diagram and other plates and labels shall
be anodized aluminum fitted with brass screws mentioned above.

14.0 TAP CHANGING EQUIPMENT:

The transformer shall be provided with tap changing device off load type on the HV side to suit +/-
75% voltage in seven steps.

The tap change, switch shall be 3 phase and suitable for simultaneous switching of similar taps on the
3 phases operated by an external hand wheel. This hand wheel shall be easily operated by a man.

Arrangement shall be provided for securing and pad locking the tap changer wheel in any of the
working positions and it shall lnot be possible for setting or padlocking lthe wheel in any intermediate
position. The arrangement shall be such that no padlock key can be inserted unless lall lthe taps are correctly
engaged and the switch set in position where no open short circuit is possible An indicating device shall be
provided to show lthe tap in kuse.

Contractor Executive Engineer


260
15.0 NEUTRAL TERMINAL ARRANGMENT:

The neutral terminal shall be provided with nuts and washers so as to afford making of twin ear thing
connections to it by means of 8 mm thickness copper flats.

16.0 PAINTING 7 FINISHING:

The exterior of the transformer and other ferrous parts shall be thoroughly cleaned, scrapped and
given one primary coat of zinc chromate and 2 finishing coats of durable oil and whether resisting enamel.
The color of the finishing coat shall be

“ Mid Bronze Green” confirming to shed No. 233 of IS:5 (colors) of ready mix paint).

All steel surfaces in contact with insulating oil shall be painted with 2 coats of heat resistant, oil
insoluble, insulating varnish.

All paint shall be carefully selected to withstand heat and extremes if the whether. The paint shall
be not scale of crinkle or be removed by abrasion due to normal handling. The paints shall be of reputed
make.

17.0 BOLTS AND NUTS:

Washers, nuts and bolts used shall be reputed make and its mention made on the general
arrangement drawing.

Steel bolts and nuts of size 12 mm and above which are exposed to atmosphere shall be of hot dip
galvanized. The weight of zinc coating on nuts, bolts and washers shall not be less than 600 gms/mm2.

Nut and bolts below 12mm size shall be of non-magnate stainless steel. The chromium contents of
the stainless steel not be less than 16% similarly all the plain washers shall be not dip galvanized if steel or
wrought weight iron and min. Thickness shall be 3mm otherwise the washers shall be of stainless steel,
chromium contents of which shall not be less than 60%.

For size of 12mm and above the spring washers shall be of reputed make and electro galvanized and
of thickness min. For smaller sizes these shall be of non-magnetic stainless of string steel grade.

On out door equipment all bolts nuts and washer in contact with non-ferrous parts, which carry
current, shall be of phosphor bronze of tined/nickel plated brass where the transfer current is through the
bolts the percentage wise composition of the element the phosphor bronze etc., shall invariably be brought
out in the tender bid by the supplier.

Contractor Executive Engineer


261
18.0 RADIATOR TUBES FOR OIL COLLING :

When over the transformer offered is having radiator tubes for the cooling the oil, it shall be ensured
that the tube are made of the finest grad structural steel. The grade of the steel used for the cooling tubes
shall be quoted in the tender bid. Thickness of the tube shall be min 3 mm. The same can be preferably hot
dip galvanized. If non galvanized the same shall be painted properly in accordance with the instructions
contained in the specification for the painting of the transformer tank etc., If painted cooling tubes or radiator
have been offered, it shall be ensured that the clear spacing between (1) Tubes (2) Radiator fins (3) Between
the wall of the tank and the nearest surface of the cooling tube/radiator fins as the case may be shall not in
any case be less than 50mm.

Suitable drainage holes, oil filling holes, a release holes with plug, oil filling valves and oil drain valves
and valves for filtration of oil shall be provided on the transformer.

The arrangement and the no, of valve, plugs etc, to be provided for transformer shall be subject to the
approval of the purchaser or subsequent to the placement of the order.

The make of the valves shall be declared in the tender bid. However, the valves shall be only of
reported makes and not other wise. All the valves shall be provided with a removable blanking plate.

The joints between flanged oil pipes shall be made, preferably, by means of

‘ O ‘ rings. The material of the gasket used for making oil leakage proof joins shall be such as to hot oil
resistant and which does not deterioraic under surface conditions obtainable.

Attention in particular is invited to the arrangement of radiator tubes/tubes with respect to the
location of HV & LV bushings shall be along the longitudinal sides of the tank where as radiator tube/banks
shall be along with width sides of the tank of the transformer.

19.0 FITTINGS AND ACCESSORIES :

GENERAL

Each transformer shall be provided with the fittings and accessories as given in this specification. The
list of fittings and accessories as given in this specification is not necessary exhaustive. The tender shall
include in the scope of supply all such equipment, fittings and accessories and other miscellaneous items as
are requires for the efficient operation of transformer under site conditions and for its maintenance. Except
in so far as other wise provided in this specification, all fittings and accessories shall generally be located in
the position as specified in IS:2026 and the CBIP specification for power transformers.

All the fittings and accessories and other equipment supplied with the transformers shall be suitably
mounted on the transformers or installed near by for case of operation, inspection and maintenance. The
arrangements of mounting or installing of these items shall be subject to the approval of the purchaser.

Contractor Executive Engineer


262
FIITINGS :

The transformer fitting to be provided with each transformer are as follows :

1. Conservator with oil filling hoes, cap, drain valve, air vent pipe, filtration valves, etc, 1 No.

2. Pressure relief device either explosion vent (or pressure release valve capable or resealing after
release of the pressure ) 1 No.

3. Air release devices.

4. Dehydrating breather with first filling activated Alumina or Silica Get and with oil scale 1 No.

5. Diagram, Rating and property plate of the transformer.

6. Terminal marking plates.

7. 2 No’s of earthing terminals on the transformer than body with lugs suitable for clamping grounding
terminal.

8. Prismatic/toughened glass oil level gauge on the conservator : 1 No.

9. A good quality thermometer measuring up to 1300 C temperature and suitable thermometer pockets
located on tank Co for measurement for top oil temperature, the thermometer pockets shall be
provided with screwed type brass caps which shall be “water retention proof”.

10. Oil sampling valves: 2 No’s from the top and bottom of the main tank to be provided at the bottom
level of the tank.

11. Oil drain valve with pad locking arrangement.

12. Filter valves (min. size 1 ¼") with outlets at diagonally opposite ends on try bushing side of
transformer tank with pad locking arrangement.

13. Pulling eyes and lifting logs for pulling the transformer along with longer andf shorter axis and lifting
the complete transformer, tank, core coil, etc.,

14. Terminals are specified elsewhere.

15. 4 No's of steel rollers with axles etc.,

16. Radiator of fixed type fitted on the width side of the transformer.

17. Off load tap changer with associate drive, gear, tap changer, hand wheel having arrangement as
specified elsewhere in this specification.

18. HV bushing: 3 No's.

1. I.V. bushing: 4 No’s (The bushing shall be provided with


connectors/lugs plan washers and brass nuts as specified elsewhere).

19 Arcing home made of copper for the HV bushing.


20 Insulating oil for first filling for the transformer with 10% extra by weight.
Contractor Executive Engineer
263
21 Gasket.
22 Platform mounting channels as specified elsewhere: 2 No’s (with holes suitable for fixing the axis of
the roller and also for mounting the transformer either on the plinth or on the poles)
23 Following slpares items should be proved.
24
a. Diaphragm for explosion vent: 2 Nos.
b. Glass for oil gauge : 1 No.
c. H.V. bushing: 3 No’s.
d. I.V. bushing: 3 No’s.
Note-1 : All valves shall be provided either with blind companion flanges of

with pipe and plug for protection.

Note-2: The fitting listed above are only indicative and any other fittings

which are generally required for satisfactory operation of the

transformer are deemed to be included.

20.0 ELECTRICAL CHARACTERISTICS AND PERFORMANCE:

The maximum hot spot temperature shall be limited to 105˚ C under all

operating conditions in service.

The basic ambient temperature and temperature rises shall be as specified

below.

Max. ambient air temperature. 50° C

Max. daily average ambient temperature. 40° C

Max. yearly weighted average ambient temperature. 32° C

Max. Temperature rise in windings. As per IS:2026

Max. Temp rise in oil 1977 as amended

Contractor Executive Engineer


264
Max. Temp rise in core etc., Up-to date.

The temperature test as per IS:2026 part-II is required to be satisfactorily conducted at the tap which
give maximum loss at rated full load.

The transformer shall be suitable for operation without danger on any particular tapping at the rated
KVA provided that the voltage does not vary by more than 10% of the voltage corresponding to the tapping.

20.1 IMPENDANCE:

The impedance voltage at the normal tap with rated KVA inclusive of the permissible tolerance as per
IS 2026 expressed as percentage at 75° C shall not be lower than 4% and more than 5%. The value of
impedance at all other tapings and tolerance there upon shall be stated by the tenderer in the bid. The upper
and lower impedance which can be offered by the tenderer without any increase in the quoted price (i) at
normal tap and (ii) at extreme taps shall also be stated in the bid by him.

The use of additional series reactors for obtaining the specified percentage impendence between the
windings, shall not be permitted.

20.2 FLUX DENSITY:

The maximum magnetic flux density in any part of the core and yokes of the transformer at the rated
KVA at normal voltage and frequency shall be such that and flux density under over voltage conditions as
given in this specification shall not exceed 1.85 Tesla.

20.3.VARIATION AND NOISE :

Every care shall be taken to ensure that the design, and manufacture of the transformer and its
auxiliary plant shall be such as to reduce noise and vibrations to the level of that obtained in good modern
practice. The supplier shall ensure that the noise level shall not exceed 5db above the NEEMA standard
publication TR-1.

20.4 SUPPRESSION OF HARMONICS :

Contractor Executive Engineer


265
The transformer shall be designed with particular attention to the suppression of Harmonic voltages,
especially the 3rd and the 5th so as to eliminate wave form distortion and any possibility of high frequency
disturbances, inductive effects or circulating currents between the neutral points at different transforming
stations reach such a magnitude as to cause interference with the communication circuits.

20.5 INSULATION LEVELS : WINDINGS :

The Di-electric strength of the insulation of windings shall be as per IS 2962.

20.6 CLASS OF INSULATION :

The class of insulation for each winding should be F.

20.7 BUSHING AND OIL :

The insulation level of bushings shall be in conformity with the values as specified else where in this
specification in accordance with IS 2099. The Dielectric strength of the transformer oil has been specified
separately under the heading of transformer oil.

20.8 ABBREVIATED NOTATION FOR INSULATION LEVELS :

The rating and diagram plate of the transformer shall incorporate the insulation levels of each winding
as per the abbreviated notation given for this purpose in IS:2026, Part-III (1981).

20.9 DUTY UNDER CONDITION :

The transformer shall be designed to be capable of with standing without injury, thermal and
mechanical stress due to short circuit at the terminals of the winding for period of 3 seconds as specified in
the IS:2026. The transformer may be directly connected to underground or overhead transmission line and
switched in to and out of service together with its associated transmission line.

The current density in any winding based on the RMS value of the initial symmetrical component of
the fault current shall not exceed the appropriate value as indicated in IS:2026.

The tender should clearly indicate in his bid the method he has adopted to ensure that the winding
etc., are not electrically and mechanically deformed, damaged under even the severest short circuit conditions
the provision for making the winding stable under the short circuit conditions shall be supported by the design
calculations.

21.0 OUTDOOR TYPE SF6 CIRCUIT BREAKER : 11 KV

Contractor Executive Engineer


266
21.1 STANDARDS :

Sl.No. Standards Description

1 IS:2516 Specification for outdoor Circuit Breaker.

2 IEC:056 Specification for outdoor Circuit Breaker.

3 IEC-376 Specification for SF6 Gas.

21.2 TECHNICAL PARAMETERS :

1. Rated Voltage : 11 KV (KV rms)

2. System Frequency : 50 Hz

3. Continuous Current Rating : As per requirement.

4. System Neutral Grounding : Delta Connected System.

5. Mounting : On hot dip galvanized steel support

structure.

6. Type of operation. : Three single poles gang operated.

7. Min. height to the lowest live part : 2500 mm.

Iron ground level.

8. Rated Operating Duty Cycle. : As per UEC-56

9. Min. Closing Time. : 160 ms.

10. Max. Total break time at rated


Breaking capacity. : 60 ms.

11. 1.2/50 a Sec. Impule withstand : 170 K.V.P.

Voltage.

1.One Minute power frequency : 70 KV (RMS)


With stand voltage.

13. Short Circuit Current and duration : As per IEC-56


Contractor Executive Engineer
267
14. Permissible Limit to Temp.

i) Max. Permissible Temp. : 90° C

ii) Temp. Rise at a Max Air. : 45° C

Temp. not exceeding 45° C.

21.3. OTHER CONSIDERATIONS:

The above breakers will be required to break small inductive current and line charging current without
causing excessive over voltage and charging current without restrike

The breaker shall consist of three single phase units linked together electricity. The basic design, shall
be such that the closing and tripping time of individual pole shall be constant, under all conditions of faults to
normal tripping, at specified range of pressure and temperature. All the three phases will be required to open
or close at a time and within the specified range of pole discrepancy.

The breaker shall be suitable for electrical local as well as remote operation from the control room. In
addition to this there shall be provision for local manual closing and tripping in case of failure of control
supply. The operating mechanism shall be spring charging type by electrical control under normal operation.
The mechanism shall be adequately designed for specified closing and tripping duty. The entire operating
mechanism, control circuitry, spring motor, etc., as required, shall be housed in outdoor type (waterproof),
sheet steel box.

The box shall confirm to the degree of protection IP-55 of IS: 2147 and shall be mounted on a
separate concrete plinth of approx. 300 mm height.

21.4 1 CONTROL CIRCUITS:

The breaker control circuit shall include the following features.

1. Electrically independent trip circuit.


2. One local / remote selection switch.
3. Conveniently located manual emergency trip.
4. While opening and / or closing, all the three poles shall operate
simultaneously.
5. Anti-pumping feature.
6. Independence of trip circuit from local / remote selection.
7. Alarms, indications, monitoring equipment and interlocks as specified
elsewhere.
8. Auxiliary switches each operating mechanism of the circuit breaking shall
be provided auxiliary switches with ten (10) NO. And ten (10) No. Contact exclusively the purchaser’s
use. With continue us rating of at least 10 A.D.C. breaking capacity of the contact using shall be min.
2 Amp. With circuit. Time constant less than 20 mili seconds at the rate D.C. voltage. Normal
position of auxiliary switches refers to contact position when circuit breaker is open.
Contractor Executive Engineer
268
9. Trip circuit supervision for pre-tips as well as pot trip.

21.5 ALARM AND INDICATIONS

Potential free contact shall be provided, duly wired up to the operating mechanism housing control
cabinet for the following alrm and indication on the control panel.

21.5.1 ALARAMS

1. General lockout for SF-6 Gas.

2. Low pressure of SF – 6 Gas.

3. Control Circuit unhealthy.

4. Auxiliary D.C. supply failure.

21.5.2 INDICATIONS

i. Breaker on-off.

ii. Spring charged

21.5.3MECHANICAL INDICATIONS

The operating mechanism housing shall be provided with the following Mechanical Indicting /
Counters.

i. Breaker on-off.

ii. Operating counter to register the No. of Breaker operation.

21.5.4 SF6 GAS AND FEATURES

The SF-6 breakers, shall be supplied with first filling of SF06 Gas with excellent insulating and non-
poisonous are extinguishing property.

Following features shall be provided for monitoring of SF-6 Gas in the breaker.

i) SF-6 Gas density meter with two potential free contacts of suitable rating. One of these
contacts shall be used for annunciation of low density. The other contact shall be used by the
supplier to ensure breaker lockout in the even of low SF-6 Gas density., The successful bidder
shall furnish a chart showing relation between pressure and density of SF-6 Gas, as well as
settings for alarm and lockout.

Contractor Executive Engineer


269
ii) Suitable pressure gauges shall be provided for SF-6 Gas. Gauges dials shall be clearly visible
with naked eye to an observer standing on ground.

iii) Adequate no. of pressure switches shall be provided of monitoring pressure of SF-6 Gas. The
pressure switches shall be provided with sufficient number of potential fee No and NC contact
for purchaser’s use in control, protection and alarm circuit.

The bidder shall furnish along with the bid, detailed schematic drawing showing all type of control
protection, monitoring schemes to be employed by him. The successful bidder shall be required to
modify the schemes, if necessary after discussion with the purchaser. Closing coil shall operate
correctly at all values of voltage between 85% and 110% at the rate control voltage and trip coil shall
operate correctly at values of voltage between 70% and 110% of the rated control voltage.

21.5.5 TAKE OF TERMINAL PADS:


Terminal pads shall be provided with silver plating of at least 25 microns thickness as these are made
of metal other than Aluminum’s. No such plating shall be required if the terminal pad is made out of
Aluminum. The pads shall be suitably designed to take the approximate terminal loads, specified
below.

The breaker shall be designed to withstand the rated terminal load, / earthquake load and short
circuit forces. The short circuit forces to be considered for the design shall be based on length or sub-
bars consisting conductors and phase to phase spacing shown below.

VOLTAGE PHASE TO PHASE SPACING

11 KV. 750MM

The current density adopted for the design of the terminal pad shall in no case exceed 1.6 A/Sq.mm
for pad made of other material.

The vertical clearance of lowest terminal pad from ground level (including concrete foundation plinth)
shall be as given below. In no case the height less than that indicated will be accepted.

21.5.5.1 PORCELAIN HOUSING:

Contractor Executive Engineer


270
The Porcelain Housing for the interrupter shall be of a single piece construction without any joint. It
shall be made of homogeneous. Victorious porcelain of high mechanical dielectric strength. Glassing
of porcelain shall be of uniform brown or dark brown color with a surface arranged to shed away rain
water or condensed water particles (fog).

Breaking units shall be mounted on insulator column. The clearance in air from the lower line
terminal to earth shall be as per standards.

21.5.5.2 GALVANIZING :
All ferrous parts including nuts, bolts, plain and spring washers of size M10 and above, support
channels, confirming structures etc., shall be hot dip galvanized to latest IS: 2629 or any other
equivalent authoritative standard. All other fixing nuts, bolts washers of size below M10 shall be
made out of stainless steel.

21.5.5.3 MOUNTING :

The design and supply of structure required for mounting the circuit breaker in purchaser’s
switchyard, shall be in the supplier’s scope. The supplier’s scope also includes foundation nuts, blots,
plain and spring washes etc., necessary for the support structure. The support structure can be lattice
type and shall be made out of hot dip galvanized steel. Wheel mounted type support shall not be
accepted. The support structure shall be installed on a concrete plinth of 300mm height. The height
of support structure shall be meet the following requirement.

Vertical clearance of lowest terminal and as specified in above.

The circuit breaker shall be connected to adjacent equipment in the switch yard through ACST
conductor.

The loading data to be considered by the supplier for design of support structure shall include the
following:

i. Dead weight of the circuit breaker, structure, bus bars.

ii. Operational steady state and impact loading.

iii. Wind load on the circuit breaker, structure, bus bar.

iv. Short circuit forces.

The support structure shall be designed on the basis of applicable India / International standards and codes of
practice.

The successful bidder shall furnish following details along with first lot of drawings to be submitted by him.

Contractor Executive Engineer


271
i. Mechanical loading date considered for design of support structure. This data should be supported by
calculations.

ii. Detailed structural design calculations.

21.6 EARTHING:

The operating mechanism housing, support structure etc., shall be provided with two separate ear thing
terminals for bolted connected to 50 x 8mm M/S flat for connection to station earth mat. The connecting
point shall be clearly marked.

21.7 11 KV AIR BREAK SWITCH (ISOLATORS):

21.7.1STANDARDS:

No. Standard Description

1 IS:9921 Specifications for A.C.Fisconnectors (Isolator) and earth switch.

2 IS:2544 Insulators.

21.7.2 OTHER CONSIDERATIONS:

The isolator shall be provided on structure. The height shall be such that the line terminal shall be
4600 mm above top of the finished ground level / gravel level of the outdoor switchyard.

The isolator shall be three phase manually gang operated, horizontal, double break type with turn and
twist type moving blades and with gang operated v vertical break earth blades having suitable short
time current rating. The isolators shall be equipped with hot dip galvanized channel iron base, post
type insulator suitable for pedestal type mounting, self aligning copper or copper ally, heavily tinned
high pressure contacts. The shape of the contacts shall be such as to avoid pitting caused of ear thing
blades and contact’s shall be the same as those of main switch and moving contacts respectively.
Cross sectional area of ear thing blades and contacts shall not be less than 50% of cross sectional area
of main blade and contacts. The earthlings blades shall have the same short circuit current rating
(thermal and dynamic) as that of main switch.

Contractor Executive Engineer


272
The insulator shall be made of homogeneous and vitreous porcelain of light mechanical and dielectric
strength. It shall have sufficient mechanical strength to sustain electrical an mechanical loading. All
moving parts shall be suitably balanced so that the switch operates smoothly and is thoroughly
controlled at all stages of closing or opening movements without vibration or shock. Means shall be
provided on all devices for taking up the lost motion in opening mechanism and for adjusting the
travel each blade independently. The isolator shall remain in position in case of heavy shock due to
earthquakes.

Isolator shall be provided with manually operated mechanism, gang operated through crank and
reduction gear for main switch and lever/hand on the operating shaft for earth switch. The isolator
shall be operated with minimum force and case. The operating mechanism shall provide quick, simple
and effective operation. The operating mechanism shall be suitable to hold the main switch and earth
switch in closed or opened position at any circumstances.

Operative mechanism shall be equipped with four numbers of N/c and found numbers of NO contacts
and separate and reliable auxiliary switches exclusively for inter locking and protection scheme.

Separate operating box shall be provided for earth switch. Provision for electromechanical locking for
open or close position of earth switch shall be provide. Auxiliary switches, indication circuit and
provision for electrical interlocking shall be provided in the control circuit of earth switch.

Following interlock shall be provided:

1. Interlock between isolator and associated circuit breaker so that isolator may be operated
only when the breaker is open.

2. Electro-mechanical interlock is provided between earth switch and main switch so that the
operation of the earth switch is possible only when the isolator is in open position.

21.7.3 EARTHING:
Flexible copper connections shall be provided between rotating earth blades and the frame. Which
shall have a cross section at least 50mm and shall be tinned or suitably treated corrosion.

Contractor Executive Engineer


273
The frame of each disconnect ear thing switch shall be provided with two reliable ear thing terminals
for connectors to be purchaser’s earthing conductor/ flat so also clamping screw suitable for carrying
specified short time current. Flexible ground connections shall be provided for connecting operating
handle to the earthing flat. The diameter of clamping screw be at least 12mm. The connecting point
shall be marked with earth symbol.

21.7.4 TECHNICAL PARAMETERS:


The principal technical parameters of the isolators are give below:

Sl.No. Technical parameter. Requirement.

1. Rated frequency (Hz) 50 Hz

2. System neutral earthing. Earthed.

3. No.of Phase (Poles). 3

4. Temp rise. As per relevant IS/IEC publication.

5. Rated voltage. 36 KV (rms)

6. Type of disconnected (AB) Double break centre pole rtating

7. Rated normal current (Amps + As per requirement.

8. Short time current (Amps) As per requirement.

9. Special requirement. a. Earthing blades shall be capable to


discharge the trapped charge of the line.

b. Isolator main switch shall be required to


make or make or break the line charging
current when no significant change in voltage
occurs the isolating distance on account of
make or breaker.

10. Basic insulation level

i. Lighting impulse with stgand 170 KV peak.


voltage to eaerth.

ii. Rate power freq. Withstand


70 KV rms.
voltage to earth.

11. Min. Creep age distance. 840mm.

12. Phase to phase spacing for 1500 mm.

Contractor Executive Engineer


274
installation.

13. Height of centre line of terminal Min 3385 (approx).


pad above ground level.

21.8 INSTRUMENT TRANSFORMERS:

The insulation of the instrument transformer shall be so designed that the

Internal insulation shall have higher electrical withstand capability than the external insulation.

The dielectric withstand values specified in this specifications shall be for fully assembled instrument
transformer.

The porcelain housing shall be of a single piece construction without any joint or coupling. The
vertical clearance of porcelain housing shall be at least 450mm.

Insulating oil required for first filling of the instrument transformers shall be covered in supplier’s
scope of supply. The oil shall meet the requirements of latest IS:335.

The instrument transformers shall be vacuum filled with oil after processing and thereafter
hermetically sealed to eliminate breathing and to prevent air and moisture from entering the tanks.

The instrument transformers shall be complete with all fittings, drain and sampling valves, earthing
terminals, terminal box etc., and shall withstand satisfactorily dielectric test voltage corresponding to
basic insulation level.

Instrument transformer provided with nitrogen cushion for compensation of oil volume variation shall
be provided with prismatic type oil sight window at suitable location so that the oil level is clearly
visible with naked eye to an observer standing at ground level. If metal below is used for the above
purpose. A ground glass window shall be provided to monitor the position of metal below.

For compensation of variation in volume of the oil due to temperature variation nitrogen cushion or
stainless steel bellows shall be used. Rubble diaphragms shall be permitted for this purpose.

Metal tanks for instrument transformers shall be provided with two separate earthing terminals for
bolter connection by 50 x 8 mm flats for connection to station earth.

Contractor Executive Engineer


275
Instrument transformer shall provided with suitable lifting arrangement to list the entire unit. Lifting
arrangement (lifting eye) shall be positioned in such a way so as to avoid any damage to the porcelain
housing or the tanks during the process of lifting for installation / transport, the general arrangement
drawing shall show clearly the lifting arrangements provided such as lifting type guide etc.,

21.9 CURRENT TRANSFORMERS:

No. Standard. Description.

1. IS: 2705 Current transformers.

2 IS: 2099 Specification for bushing for alternating voltages above 10000 v.

3. IS 3347 Specification for porcelain transformer bushing.

OTHER CONSIDERATIONS:

The 33 KCV current transformers shall be provided on the structure. The height of the structure shall
be such that the line terminal shall be 4500mm, ground level / gravel level.

The C.T., Secondary terminals shall be brought out in a weather proof terminal box.

The terminal box shall be provided with a removable gland plate and glands, Polarity shall be
invariably marked on each primary and secondary terminal, Facility shall be provided for short
circuiting and grounding of the C.T. secondary terminals inside the terminal box.

The cable glands shall be suitable for 1100 volts grade, PVXC sheathed multi core 6Sqmm. standard copper
conductor PVC cable. The terminal box shall be dusted vermin proof.

The C.T. characteristic shall be such as to provide satisfactory performance for burdens ranging form
25% to 100% or rated burden over a range of 10% to 100 or rated current in case of relaying CTs.

21.9.1 TECHNICAL SPECIFICATIONS:

Sl.N Item. 11 KV
o.

1. Type of C.T. / Installation. Single phase /dead tank /

Contractor Executive Engineer


276
outdoor / Oil filled & hermetically
sealed.

2 Type mounting. CT mounting structure.

3 Suitable for system. 50 Hz

4 Method of earthing the system to be Effectively earthed (solidly


connected. grounded)

5 Rated continuous terminal current (A) 120% of the rated primary current.

6 Acceptable limit or temperature rise above As per IS:2705.


specified ambient temperatures for
continuous operation at rated current.

7 Core purpose. Protection metering.

8 Rated insulation class (KV rms) 36 Kv

9 3 Sec. Insulation level (KVP) 170

10 1 min. dry power frequency withstand 70


voltage primary (KV rms )

11 Power frequency over voltage with stand As per Cl;ause 7.4 & 7.5 of IS:2705
requirement for secondary winding (HV rms) (Part –I) 1981.

12 Minimum creepage distance of porcelain 25mm per KV.


housing (mm)

13 Rated short time current (K.A. rms) 25mm per KV.

14 Core details.

a. Core No.1. Differential protection.

b. Core No.2. Metering

c. Core No.3. Back up protection.

d. Core No.4. Nil.

i. POTENTIAL TRANSFORMERS:

22.01STANDARDS

Sl.No. Standard Description.

1 IS 3156 Potential transformers

2 IS 2099 Specified for bushing for alternating voltage above 10000 V.

3 IS 3347 Specification for porcelain transformer bushing.


Contractor Executive Engineer
277
22.2 TECHNICAL SPECIFICATIONS

The potential transformers shall be as per technical specification given below.

Sl.No. 11 KV

1 Type Single phase / outdoor type / oil filled and


hermetically sealed.

2 Type of mounting. VT mounting structure.

3 Rated voltage factor 1.5 for 30 seconds.

4 Core details and purpose Core 1 protection, Core II metering.

5 Glass of accuracy Metering – 0.5 Protection – 0.3

6 Voltage ratio. 11 KV Primary

110 / 3 / 110 /3 V Secondary

7 Rated voltage (KV rms) 36 KV

8 Basic insulation level (KVP) -170

9 One minute dry power frequency


with stand voltage (KV rms)
Primary terminal
- 70
Secondary terminal.
- -
10 Min. Cree page distance (Min.) 25mm / KV

11. Burden (VA)

Core – I 200 VA

Core - II 100

23.0 OTHER CONSIDERATION:

The 11 KV potential transformers shall be provided on the structure.

The height of the structure shall be such that the line terminal shall be 4500 mm.

The P.T. Secondary terminals shall be brought out in a weather proof terminal box.

The H.R.C. fuses meant for protection of secondary windings shall also be located in the terminal box.
The terminal box shall be provided with removable l\gland late and glands suitable for 1100 volts
grade, PVC insulated, PVC sheathed multi core 2.5 sq.mm standard copper cable. The terminal box
Contractor Executive Engineer
278
shall be dust and vermin proof, polarity shall be invariably marked on each potential transformer at
the secondary terminals in the terminal box.

The N-end of primary shall be connected to earth through a link which can be removed for testing
purpose.

24.0 LIGHTNING ARRESTOR:

24.01 STANDARD :

Sl.No. Standard Description.

1 IS 3070 Lightening arresters for alternative current systems.

2 IS 99 Lightening arresters for alternative current systems.

3 IS 5621 Insulator.

25.0 OTHER ARRESTOR

The LA shall be provided on structure. The height shall be such that the live terminal shall be top of
the finished ground level of the 33 KV outdoor switchyard.

Lightning arrester shall be equipped with surge counter, and insulating base. Arrester shall ensure
endurance for discharging multiple stroke long duration discharges switching surges. The arrester
units shall be perfectly, sealed to prevent atmospheric senses.

25.01 TECHNICAL PARAMETER :

Sl.No. 11 KV

1 Type VARIAC Type Lightning Arrestor


( Thyrite Magna Valve) station class.

2 Installation Outdoor..

3 Nominal System Voltage. 11 KV.

4 Rated Frequency. 50 Hz

5 No. Of Phases. 3
Contractor Executive Engineer
279
6 System Neutral Earthing. Effectively earthed system

7 Nominal discharge current. 10 KA.

8 Maximum line to earth voltage. Not exceeding 80% of highest system


voltage.

9. Mounting Pedestal.

10 Equipment to be protected. Power Transformers. 2 x 6.3 MVA


switchgear.

11 Maximum 1.2 / 50 impulse spark 170


over voltage (KV peak)

12 Whether overhead shield wire on Shall be provided.


switchyard equipment is provided.

26.0 11 KV SWITCHYARD CONTROL PANEL:

26.1 STANDARDS:

Sl.No. Standard Description.

1 IS 3427 Metal enclosed Sw Gr & Cont. Gr(For V>1KV & < 71 KV)

2 IS 8623 Factory built assemblies of Sw Gr. & Cont. Gr. (V<650)

3 IS 2147 Degree or protection by enclosure for LV Sw.Gr. & Cont. Gr.

4 IS 3231 Protective

5 IS 1248 Electrical Indicating Instruments.

6 IS 722 Integrating AC electric meters

7 IS 8686 Alarm enunciators

8 IS 9224 HRS fuses

9 IS 375 Marking and arrangement for switch gear bus bars main
connection and auxiliary wring

10 IS 8686 Specification for static relays

11 IS 5082 Wrought aluminum and alloy bars, tubes, rods for Electrical
purpose

12 IS 11353 Guide for uniform system for making terminals

13 IS 68975 Control Switches

Contractor Executive Engineer


280
14 IS 10118 Installation and maintenance of switches gear.

26.2 OTHER CONSIDERATION :

26.3 CONSTRUCTIUON DETAILS :

Panels shall be free standing floor mounting type and shall be of simplex design with doors at the rear.
For the control of transformer, bus sections, incoming and outgoing feeders. Difference vertical
compartments of control and really panels shall be offered. Al the panels shall be of same height of
2250 mm.

Panels shall be made of rigid welded structural frames, enclose completely with smooth finished hot
rolled sheet steel of thickness not less than 2.5mm for front rear, side, top. And bottom portions.
There shall be sufficient reinforcement to provide level surface. Resistance top vibrate and rigidity
during transport and installation. Panels shall be co0mpletely metal enclosed and shall provide a
degree of protection not less than IP 52 in accordance with IS 2147.

Each simplex panel shall be provide with hinged full doors at the back. The doors shall be provide with
3 point locks operated by suitable handle. Bottom plates of the panels shall be provide with
removable, gland plates to allow cable entry from bottom. Design, material selection and
workmanship shall be such as to result a near appreance both inside and outside, with no welds rivets
or bolt apparent from outside. Steel sheets shall be suitable treated to achieve appearance and long
life. Final painting of panels shall be done with synthetic enamel paint of light gray colour to shade
No. 631 as per IS 375.

26.4 WIRING, FUSES AND TERMINAL BLOCKS:


All Wiring shall be carried out with 1100 volts, grade, single core, multistrand

Flexible copper wires with PVC insulation conductor, size shall be 2.5 sq.m (min) for CT circuits and
1.55 Sq.mm. for other circuits. Wiring troughs may be used for routing the cables. Wire numberings
and code of wirings shall be as per IS 375.

Terminal connectors for control wiring shall be stud type, made of brass terminal blocks shall be of
clip-on design made out non-traceable insulating material of 1100 V grade, at least 20% spare
terminals shall be provided on each terminal block. All fuses if used, shall be HRD cartridge type,
mounted on plug on type fuse bases. Fuse bases shall have imprints of the fuse rating and voltage.
No fuse shall be provided on DC-ve and AC neutral. Links shall be provided for DC – ve and AC neutral.
Bidder may alternatively offer MCBS/MCCBS in place of fuses.

Contractor Executive Engineer


281
All front mounted as well as internally mounted items including fuses shall be provided with individual
identification labels. Labels shall be mounted directly below the respective equipment and shall
clearly indicate the equipment designation.

26.05 LAMP / HEATER AND EARTHING:

Each panel shall be provided with one cubicle illumination lamp controlled by door operated switch.
Space heater along with control switch shall also be provided in each panel. Both the lap and the
heater shall be suitable for 240 volts, single phase, A.C. operation. One five amp, three pin socket
along with control switch shall be provided in each panel.

Each panel shall be provided with on earth bus of size 25 x 3mm. The earth bus shall be of copper. Al
metallic cases of relays, meters, instruments etc., shall be connected to this independently.

26.06 SWITCH YARD SYSTEM 11 KV SUBSTATION:

System fault level for 11 KV feeder line from KPTCL be considered as 25KA for design purpose. The
span of the bus based on the size of conductor shall be suitable to withstand fault level.

The switchyard equipment such as CT, PT, Isolator, Bus post insulators shall have sufficient canti level
strength to withstand fault level.

The phase to phase anaphase to earth clearance shall be maintained as per the IS all structural
supports in the switchyard shall be of hot dipped galvanized steel. All structures shall be connected to
earthing grid by at least 2 separate earth strips.

27.0 GALVANIZED STEEL STRUCTURES :

The galvanized steel structures shall be lattice type of fabricated construction shall be hot dip
galvanized. The quality of hot dip galvanizing shall be determined sets given in IS:728-1959. Method
of determination of weight, thickness and quantity of coating on galvanized articles other than wires
and sheets. All gang / drilling work shall be completed and the burrs shall removed before putting
members for galvanizing.

The structure for each equipment shall be complete with necessary bolts, nuts, washers etc., for
foundation and also for mounting of equipment.

Contractor Executive Engineer


282
All the structures shall be designed to withstand for the following conditions:

Wind pressure in any horizontal direction of 1.5 Kg/cm2 on 1.5 times the projected area of each
member of one face of built up column and on net area of other portions of the structures. On all the
conductors and insulators carried by the structure, the wind pressure shall be allowed at the rate
stated above 2 /3 times the projected area.

Gravity Loading : This will consist of the dead weight of all conductors and apparatus carried by the
structures including structure’s own dead weight.

Tension loading : Tension in the conductor and ground wire shall not exceed

900 Kg.

Factor of Safety : All structures must be designed with a minimum factor of

Of safety of under the maximum conditions of loading referred above, based on the yield point of the
materials.

27.1 BUS BAR MATERIALS :

27.2 CONDUCTOR :

The conductor shall be Drake ACSR and shall confirm to relevant Indian or British standard
specification.

27.3 CLAMPS :

The various clamps required shall confirm to the following specifications:

The clamps shall be low grade aluminum alloy, complete with nuts, bolts, washers. The joint between
the copper terminal and ACSE conductor shall be ensured through bimetallic plates. Sufficient contact
pressure should be maintained to ensure low contact resistance but not so great as to cause
relaxation of the joints by cold flow. The design of the joint between the clamp and the conductor or
equipment terminal should be such that the pressure is maintained within the said range under all
directions of service.

To avoid excessive local pressure, the contact pressure should be evenly distributed by use of pressure
plates or washers of adequate area and thickness. All the edges and corners shall be rounded off to
Contractor Executive Engineer
283
avoid corona effect due to sharpness, bimetallic joints should be protected from the effects of
electrolytic action. The resistance of the clamps shall be very low.

27.04 BUSHINGS :

The high voltage bushings used in circuit breaker, instrument transformers and other equipment
covered in these specifications shall conform to the latest edition of British Standard Specification No.
BS 223 or equivalent Indian Standard Specification 2099. The rating of high voltage bushings shall be
properly con-ordinate with the ratings of equipment for which they are to be used. The bushings shall
be porcelain oil filled cons\denser type and shall have ample insulation, mechanical strength and
rigidity for satisfactory operation under climatic condition. Oil filled bushings shall be free from oil
leakage and shall be provided with suitable sight gauge to show the oil level in the bushing. Approved
means shall be provided to ensure that the correct oil level is maintained. It shall be provided with
convenient means for sampling and draining the oil. The bushing shall be designed to prevent
accumulation of explosive gases and to provide adequate oil circulation to remove internal heat. The
bushings shall be so designed that there will be no undue stress on any part due to temperature
variations. Adequate means shall be provided to accommodate expansion of the conductor.

The bushing shall be entirely free from radio disturbances when operating at voltage upto 10% above
the rated voltage and shall be free from corona effects.. All bushings shall be equipped with suitable
terminals of approved type and size.

The porcelain used in construction of bushing shall be homogeneous. Free from laminations, hair
cracks, cavitations, and other flaws or imperfections that might be thoroughly verified, though and
impervious to moisture. The glazing of the porcelain shall be free from imperfections such as blisters
and burns.

27.5 INSULATORS :

All post, suspension and tension insulator as required, for switch gear and other connections shall
conform to Indian standard specification. No.731:1971 with latest amendment thereof. The tension
and suspension fitting (Hardware) shall be as per IS:2486 (Part I & II) 1971.

All the insulators shall be complete with necessary hardware fittings. The suspension and tension
insulators shall be so arranged that the maximum loading on them does not exceed 200 Kg and 960 Kg
respectively.

Every suspension and tension insulator string for system shall be provided with arcing horns both on
the conductor and disc and at the structure and disc. The design and location of the arcing horns shall
be such that it will reduce the liability of damages to the conductors, clamps and insulator units under
all flash over conditions and it shall not present a foot hold or porch for large birds. The design of
Contractor Executive Engineer
284
arcing horns together with complete description and date shall be submitted to the purchased for
approval before use.

The Porcelain shall not engage directly with hard metal and where necessary, an approved yielding
material shall be interposed between the porcelain and fillings. All fixing material used shall be of
approved quality and applied in an approved manner and shall not enter into chemical action the
metal parts or cause fracture by expansion in service. Where cement is used and fixing medium,
cement thickness shall be taken to correctly center and locate the individual parts during cementing.

The arrangements of connections and method of jointing them to the apparatus shall be such that the
expansion or contraction of the connections shall be subject the associated apparatus to any stress.

Joints between bus and tee off connections shall provide ample contact surface for carrying the full
rated current of the equipment. The design of the joints and connectors shall facilitate the breaking
of these joints, When required Special care shall be taken to avoid the possibility of any electrolyte
action between conductors, clamps and materials of the apparatus. The connector should be
bimetallic wherever necessary.

Any other minor items. Forming the part and parcel of bus bar material shall be included in the scope,
thought not specifically stated here.

Soak pit shall be provided below transformers and shall be filled up with gravel such that the volume
of the cavity space left in the pit equals the transformer oil content volume.

A burnt oil pit shall be provided outside the switchyard and must be connected to each soak pit by
pipe. The soak pit shall be provided with an opening at the top cover and ladder. One pump should
be provided to remove the burnt oil. The pipe in between the soak pit and burnt oil pit shall be of
150mm size, stone ware type and shall have slope of 1:96. The capacity of the burnt oil pit below
stone ware pipe connection shall be equal to 1.5 times the oil volume of the largest transformer.

28.0 LT CABLES:

28.01 STANDARDS:

No. Standard Description

1. IS 1554 PVC insulated electric cables.

2. IS 8130 Conductors for insulated electric cables

3. IS 5831 PVC insulation and sheath of electric cables

4. IS 3975 Mild, steel wires, strips and tapes for armoring of cables.

Contractor Executive Engineer


285
5. IS 1753 Aluminum conductors for insulated cables

28.02 OTHER CONSIDERATIONS:

Power cable shall be of A1 conductor, whereas control and lighting cables shall be of Cu conductor.
The minimum size of Al conductor cable shall be 4 mm 2 and Cu conductor cable of 2.5 mm2.

Power cable sizing shall be based on the various de-rating factors recommended by cable
manufacturer rated current, temperature rise of conductor and voltage drop.

Control cable of CTs shall be based on the VA burden of CT and relays meters.

28.03 TECHNICAL PARAMETERS:

LT Cable : PVC insulated, taped PVC inner sheath and outer sheath 650/1100V
grade, with multi stranded aluminum/copper conductor armored.

Cable Selection : Cable shall be selected considering following points

Current rating of the load De-rating due to grouping of cable Voltage drop up
to 3% in cable due to cable resistance De-rating factor due to ambient
temperature De-rating due to depth in case of buried cables

29.0 METAL ENCLOSED LT SWTICHGEAR: 3.11.1 STANDARD:

29.01 STANDARD

No Standard Description
.

1. IS 3247 Switch gear general requirement

2. IS 2516 Circuit breaker

3. IS 8623 Factory built assemblies of Sw, Gr & Cont. Gr. (for voltages
<650 V)

4. IS 2147 Degree of protection of enclosure of LV switchgear and control


gear.

5. IS 1248 Electrical Indicating Instruments


Contractor Executive Engineer
286
6. IS 722 Integrating AC electric meters

7. IS 2705 Current Transformers

8. IS 3156 Voltage Transformers

9. IS 10118 Installation and maintenance of switch gear

10. IS 3231 Electric Relays

11. IS 8686 Specification for static relays

12. IS 5082 Wrought aluminum and alloy bars, tubes, and rods for
Electrical purpose.

No Standard Description
.

1. IS 9431 Indoor post insulators organic material

2. IS 5621 Insulators

3. IS 11353 Guide for uniform system of marking terminals

4. IS 2544 Porcelain post insulators

5. IS 375 Marking and arrangement for switch gear bus bar main
connectors and auxiliary wiring

29.02 OTHER CONSIDERATIONS:

This section is applicable for all 415 V switchgears.


The switchgear shall be made out of sheet steel in compartmentalized design and shall be suitable for
bottom cable entry on rear side. The main incomer from the transformer shall be through a 3 1/2
CAYFY Cable with suitable termination at the bottom of the switchgear. The horizontal bus bar
chamber shall be on the top whereas vertical bus bar shall be provided in bus alley at the front.

The incomer shall be provided with Molded Case Circuit Breaker (MCCB). Additional set of NO-NC
contracts shall be provided than the required numbers.

29.3 TECHNICAL PARAMETERS:

1. TPN bus bar details : High Conductivity A1 grade E91E for TPN bare bus bar,
size shall be suitable for current rating as per

Contractor Executive Engineer


287
requirement

2. Min. Clearance : Phase to phase – 25 m and Phase to earth 20 m

3. Earth Bus : 50 x 6 GI strip

4. Power freq. Withstand : 2.5 KV RMSI 50 Hz for one minute

5. Short Time : 50 KA (rms) for 1 second

6. Max. temp, of bus bar : 70° C

7. CT details : Cast resin bar primary type, 1 A CT, CT ratio burden


and class as per SLD

MCCB details : Rating shall be as per requirement with static release,


U/V and current limiting feature

9. Selector switch details : AS for Ammeter with R, Y, B, OFF position VS for


Voltmeter with RY, YB, BR, OFF positions

10. Indicating Meter details : Moving iron type, 90° scale, for AM & VM. AM dial
range to suit CT primary current VM dial range to suit
PT primary voltage

Size 96 mm2 for outgoing feeder Accuracy Class 1.10


for other details refer drawings

11. Integrating Meter details : Train gear type, calibrated for required CT, PT ratio
Accuracy Class 1.0 for other details refer drawings.

12. Push button details : Momentary type, 2 NO & 2 NC contracts of 10A at


240V AC.

13. Indicating lamp details : 7 watts filament type with series resistance

:
14. Control fuse details HRC cartridge type with base and carrier. Contractor
to select rating.

15. Miscellaneous details : Control wiring shall be with standard copper


conductor, PVC insulated, 650 V grade wires of’2.5
mm2 for CT circuits and 1.5 mm2 for other circuits.

Control terminals shall be of 10A, 1100 V grade clip


on type with din rail mounting.

CT terminal shall be provided with shorting link and


earthing facility.

30.0 BATTERY AND CHARGER CUM DCDB :

Contractor Executive Engineer


288
30.1 STANDARDS:

Sl.No. Standard Description.

1. IS 8320 General requirements and methods of tests for lead acid


storage batteries.

2. IS 1651 Stationary cells batteries, lead acid type with tabular positive
plates.

30.2 BATTERIES :

30.3 OTERH CONSIDERATIONS :

The batteries to be supplied are to be rated against the estimated load currents as to calculated by the
Bidders as per IEEE at Battery manufacturers guideline. The supplier shall verify adequacies of capacities
offered for the specified load currents and the necessary Battery Ampere Hour calculations shall be furnished
by the tenderers along with the bid.

30.04 CONSTRUCTIONAL FEATURES :

a) The battery shall be lead acid sealed in type suitable for indoor
application and shall conform to IS 1651.

b) Offered battery capacity shall be derated for site conditions specified.


c) The plant positive plates shall be cast solid in pure lead in one piece and shall have adequate
mechanical strength. It shall be electrochemically formed and shall be capable of operating under
normal operating conditions without buckling or cracking.
d) The containers shall be made of hard rubber, glass, lead line wood plastic or fiber reinforced
plastics (FRP).
e) The vent plug shall be of the anti splash type, preferably, with more than one hole, and shall allow
the gases to escape freely but shall effectively prevent acid particles or spry from coming out on
removal, it shall permit drawing of the electrolyte samples, servicing and checking.
f) Inter cell and inter ties connectors shall be lead plated copper.
g) Terminal posts shall be designed to accommodate external bolted connections conveniently and
positively. Each terminal post shall have two bolt holes of the same diameter. The bottom hole
shall be used to terminate the inter cell connection. A All the metal parts of the terminals shall be
of lead coated type. Bolts, heads and nuts, except seal nuts, shall be hexagonal and shall be lead
covered. The junction between terminal posts and cover, and between cover and container shall
be properly sealed to prevent any seepage of electrolyte. The electrolyte shall be battery grade
sulphuric acid conforming to relevant standards. Required quantity of electrolyte for first filling
with 10% extra shall be supplied in non-returnable containers.

30.5 ACCESSORIES :

Contractor Executive Engineer


289
The Battery sets shall be completed with accessories. Following minimum accessories shall be
provided.

a) Battery racks
b) Porcelain insulators rubber pads
c) Set of inter cell, inter-tier and inter bank connectors as required for the complete
installation.
d) Electrolyte for first filling + 10% extra.
e) Accessories for testing and maintenance.

One : 3.0, + 3 volts DC V61 meter with suitable leads

For measuring cell voltage.

One : Hydrometer for measuring specific gravity of

electrolyte in steps of 0.005.

One : Filter hole thermometer fitted with plug and cap

and having specific gravity correction scale.

Three : Pocket thermometers.

Three : Acid resisting funnels.

Two : Acid resisting jugs adequate capacity.

Two : Rubber aprons.

Two : Rubber globes.

Two : Cell lifting straps.

One Set. : Terminals and cable boxes with glands for

connecting cable as required. 10% spare connectors, vent plugs, nuts and
bolts, set.

30.6 BATTER RACKS :

Battery racks shall be constructed from good quality teakwood and painted with coats of
approved acid resist ant paint. The rack shall be rigid, free standing type and free from warp
and twist.

30.7 VENTILATION :
The battery shall operate satisfactorily over the entire range of temperature indicated.

Contractor Executive Engineer


290
30.8 MARKINGS:
Each cell shall be marked with following in a permanent manner

a) Cell number
b) Type of positive plate
c) All capacity at 10 hour rate
d) Type of container
e) Manufacturer’s name
f) Month and year of manufacture.

31.0 BATTERY CHARGER.

The charger shall be float cum boost type. The charger in float mode shall supply float
charging current of batter. In boost mode the charger shall charge the fully discharged batter
in 8 hours.

The charger shall have individually adjustable float I boost modes, over load and over voltage
surge suppresser.

One the power input side 3Ph, 415 V, 63 A MCCB shall be provided. The batter shall be
connected through a MCCB / NCB rated for battery short circuit current. The DC output
voltage during float charging shall be stabilize with + 1% of the set DC voltage for the input AC
voltage variation of + 10% frequency variation of + 5% DC load variation from 0-100% . The
ripple content shall be within 3% of DC nominal output voltage.

The setting of the output DC bus voltage shall be adjustable between + 10% of nominal rated
voltage.

The load limiting feature of the float charger should be designed for short time over load to
take care of testing of lamps.

All printed circuit boards shall be plug in type power locked to prevent insertion in a wrong
slot. Each card shall have LED indication on its front plate to indicate normal condition.

The boost charge voltage and current settings shall be adjustable between 70% to 100% of
maximum boost charge voltage and between 30 to 100% of maximum boost charging current.

All components shall be clearly marked and all wiring colour coded and tagged.

All power and control wiring shall be done with 1.1KV grade standard copper conductor and
shall be adequately sized. Minimum size of control wiring shall be 1.5mm2 and power wiring
4mm2 , Ground terminals with isolating links shall be provided. Following minimum
protection shall be provided for the charger.

Contractor Executive Engineer


291
a) Charger goes into current limit mode if battery any or charger current exceed the set
value.
b) Charger trips if
Input u/v or DC o/v condition is sensed.

Instantaneous DC current high is sensed.

Following alarms / indications and meter shall be provided.

a) 3 P, AC input supply ‘ ON’


b) DC ‘ ON’ Condition
c) Charger ‘ ON’
d) Batter on load.’
e) Battery under voltage.
f) Charger failure.
g) Battery CB open.
h) Any other necessary for monitoring.

i) 72 x 72mm, AC voltmeter and ammeter with selector switches.


j) 72 x 72 mm, DC voltmeter and ammeter with shunt.
k) As under voltage relay shall be provided to isolate batter from load when the cell
voltage drops below 50% of healthy cell voltage.
Suitable number of feeders shall be provided for feeding DC loads at 110 – 132 V.

Sub/station and Pumping station.

The MCCB shall be provided with short circuit overload release and earth fault relay, The numbers of outgoing
feeders indicated are tentative. If the system requires more feeder, the same shall be provided.

All non-current carrying metallic parts, instrument and relay cases shall be connected to earth bus bar by
2.5mm2 standard copper earthing conductor, green in color. Power and control terminal blocks shall be of
unbreakable polyamide material. Protective covers shall be provided over open cable terminals.

Adequate space shall be provided for termination of incoming cables.

All meters and relays shall be flush mounting type.

Contractor Executive Engineer


292
Panel shall be fabricated of cold rolled sheet steel of thickness not less than 2.5mm for front and rear
equipment bearing surfaces and 2mm for sides, top and bottom portions. The panel shall be free from
undulations, dents and flaws and sufficiently reinforce to provide level surfaces, resistance to vibration and
rigidity during transportation and installation.

The perimeter of all doors, removable cover plates shall be gasketted all round with neoprene gaskets.
Ventilating louvers, if provided, shall have fine brass or GI mesh. All doors shall be provided with concealed
type hinges.

32.0 PAINTINGS:

a)` Pretreatment of all sheet steel work, including de-greasing, rust/scale removal. Phosphate
and over drying shall be carried out as per applicable standard.

b) The phosphate coating shall be sealed by the application of two coats of ready mixed, staving
type zinc chromate primer. The first coat may be ‘ flash dried’, while the second coat shall be
staved.

c) After application of the primer, two coats of finishing synthetic, enamel paint shall be applied,
each coat followed by staving, The second finishing coat shall be applied after completion of
test. The colour of the finishing paint shall be shade 631 as per IS:5.

d) The final finished thickness of paint film on steel shall be 100 microns.

e) A small quantity of finishing paint shall be supplied for minor touching up required at site after
the installation of the panel

33.0 EARTHING SYSTEM:

33.1 GENERAL:

The entire earthing system shall fully comply with Indian electricity act and rules. The contractor shall
carry out all changes desired by the electrical inspector, in order to make the installation conform to
I.E. Rules.

The main earth grid shall be laid at a depth of 1000 mm below Grade level. In trenches, earth strip
shall be laid along the trench. It shall-be protected against mechanical damage. Joints and tapings in
the main earth grid shall be made in such a way that reliable and good electrical connections are

Contractor Executive Engineer


293
permanently ensured. All joints except the equipment end shall be welded. All joints buried in ground
shall be suitably protected by applying two coats of bitumen and covering with Hessian tape.

Conduits in which cables have been installed shall be bonded and earthed. Cable amours shall be
earthed at both ends.

Earth pipe electrodes shall be installed as per IS:3043. Their location shall be marked on earth pit
chamber covers.

The electrodes shall be tested for earth resistance by means of standard earth tester.

A water tap for continuous water supply should be provided for each earth pit.

A disconnecting facility shall be provided for individual earth pit to check earth resistance.

All electrical equipment above 230 V shall be earthed at two points and equipment 230 V and below
shall be earthed at one point.

Conductor size for connections to various equipment shall be as per the table as follows:

Equipment Conductor size

Motors 50 x 6 mm GI flat

Panels 50 x 6 mm GI flat

Local control station, street light pole and its 8 SWG GI wire junction box.

All switchyard equipment 50 x 6 mm GI flat

Main earth grid 50 x 6 mm GI flat

Indoor fixtures 14 SWG GI wire

All paint, scale etc. shall be removed before earthing connections are made.

Anchor bolts or fixing bolts shall not be used for earthing connections.

33.2 EARTHING MATERIALS:


Contractor Executive Engineer
294
The earth mat shall be made up of M.S. Flats in the outdoor 11 KV switchyard and also duly connected
with the respective pump house earth mat. The earth mat risers shall be made available at the vicinity
of the foundations of the steel structures within a radius of 2m. Approx. The contractor’s scope of
earthing work shall be as under:

1. To interconnect the earthing terminals of equipment with earth mat, by providing a suitable M.S. flats
for the said interconnection.

2. To provide the earth wire (Lightning shield wire) on the top of towers and earth mask to protect the
outdoor equipment from the strokes of lightning. The wire shall be hot dipped galvanized, grand flew,
best quality and of suitable size.

3. The provide the various clamps as required for fixing the earth wire on top of towers. It shall be noted
that the earthing is to be provided for each of the following apparatus.

a) All structures and steel works, the base of all equipment and control gear etc.,
b) All metal casing metallic coverings of the electric apparatus.

The earthing shall confirm to IS 3043. Bidder shall note that in carrying out the earthing work, no welding of
any MS. Flat shall be made on the galvanized steel structures.

The quantity covered under the scope of earthing material shall be suit the equipment layout generally as
shown in the drawings.

33.3 EARTHING STATION - PIPE ELECTRODE TYPE:

The pipe electrode of 40mm dia. X 3000 mm long GI pipe shall be provided. Salt and coke shall be
filled in layers of 25 mm up to one meter and balance shall be filled with loose soil. However, care
shall be taken that the earth pit does not sink. The brick chamber (600 x 600) shall be made 75 mm
above finished ground level (FGL) and shall have a heavy duty cast iron frame with hinged cover at top
for inspection. A 40mm NB GI Watering pipe shall be provided in the pit.

33.4 LIGHTING SYSTEM:

The cabling/wiring, installation and commissioning of complete illumination system shall comply with
all currently applicable statues, regulations, fire insurance and safety codes.

Outdoor lighting shall be carried out by using 1.1 KV grade four core cable. The cabling for the
outdoor lighting fixtures will be done in loop-in/loop-out at respective outdoor fixture mounted
junction boxes. The indoor lighting of high by/medium bay shall be carried out by using 2 core, 2.5
mm2 copper cables. The indoor office area wiring shall be carried in conduits.
Contractor Executive Engineer
295
Outdoor cabling shall be buried in ground whereas indoor lighting wiring (cable/conduit) shall
be of exposed type.

33.5 GENERAL REQUIREMENTS:

Location of lighting fixtures, switches and receptacles shall be shown on the drawing and shall
be relocated if required to suit the site conditions. 5A, 3 pin and 15A, 5 pin receptacles with switches
shall be provided on the light control switch boards.

LP’s shall be provided with labels indicating LP number and outgoing circuit feeder numbers.

LPS shall be provided with cable gland for incoming cable and knockouts for outgoing conduit conduit
termination.

Cable and Conduit supports shall be provided at an interval of 300-400mm for horizontal runs and
400-500 mm for vertical runs.

Cables and Conduits shall be kept, wherever possible at least 300 mm away from pipes, heating
devices and other equipment.

For the purpose of calculating connected loads of various circuits, a multiplying factor of 1.25 will be
made to the rated lamp voltage for lamp fixtures to take into account the losses in the control gear.

Contractor shall supply junction boxes, pull boxes, terminal blocks, glands conduits and accessories
(elbows, tees, bends etc.) and supporting/anchoring materials to make the installation complete.

In all types of cabling due consideration shall be given to neatness and good appearance.

The work for installation, testing and commissioning of the indoor lighting shall include the mounting of
fixtures with necessary materials, laying of cable/conduit, pulling of wires through conduit and external earth
wire providing all accessories for cable/conduit installation, including conduit fittings. Providing of light control
switch board with switches, switch board mounted 5A, 3 pin receptacles with switches etc.

33.6 TESTING:

Lighting installation testing shall include but not be limited to the following:

Contractor Executive Engineer


296
• Measure the insulation resistance of each circuit without the lamps being on place. It should be not
less than 1 M Ohms to earth.

• Current and voltage of all the phases shall be measured at the lighting panel bus bars with all the
circuits switched on with lamps. If required, load shall be re-balanced on the three phases.

• Check the earth continuity for all socket outlets. A fixed relative position of the phase and neutral
connections inside the socket shall be established for al sockets.

• After inserting all the lamps and switching on all circuits minimum and maximum illumination level
shall be measured in the area with an approved industrial light meter.

34.0 LIGHTING FIXTURES:

34.1 STANDARDS:

No Standard Description

1. IS 1913 General and Safety requirements for electric

lighting fittings.

2. IS 1777 Industrial lighting fittings with metal reflector

3. IS 5077 Decorative lighting outfits

4. IS 2149 Luminaries for street lighting

5. IS 6665 COU for Industrial Lighting

34.2 OTHER CONSIDERATIONS:

Lighting system shall be designed considering following Lux levels.

Pump room area 100 Lux

Maintenance bays 200 Lux

Elect. Substation/control room 250 Lux

Outdoor area 66 KV switchyard 50 Lux

Contractor Executive Engineer


297
In order to have higher illumination for maintenance and repairs in the substation area outlets of 16 A SPN
shall be provided for the connection of portable lamps.

34.3 TECHNICAL PARAMETERS:


34.4
Sl No. Standard Description

1 Rated Voltage (with 230 V +/- 10%


variations)

2. Incoming cable, conduit Cable entry for HPSV, HPMV lamps, Conduit for
entry for fixtures fluorescent tube lights

3. Painting Vitreous enameled reflectors for HPSV lamps

4. Types of lamps Indoor 250 W HPSV highbay fixture 70W HPSV lowbay
fixture

single tube light fixture, vitreous enamel


reflector twin tube light fixture
Outdoor

150 W HPSV street light fixture HPSV lamp flood


light fixture

5. Type - Outdoor Indoor Weather proof for outdoor fixture

Commercial for Office areas and Industrial for


other areas

6. Earthing One Terminal Outside.

35.0 CABLING SYSTEM:

35.1 INSTALLATION:

The cables shall be laid in trenches, trays or conduits or buried in ground. Tenderer to submit cable
layout drawing for approval of CNNL. All cables shall be carefully measured and cut to the required
length, leaving sufficient length for final connections to the equipment on both ends.

Contractor Executive Engineer


298
The contractor shall ascertain the exact requirement of cable, for a particular feeder, by
measuring at site along the actual finalized routed.

Cables shall be laid in complete uncut lengths from one time to equipment to another. Cables
shall be neatly arranged in the trenches, trays in such a manner, that criss-crossing is avoided and final
take off to the motor, switch gear is facilitated. Arrangement of cables within the trench, tray shall be
the responsibility of the contractor.

Power and control cables shall be laid on different trays in one trench. Power and cables shall be
separated by Asbestos Cement (AC) sheets. 1.1 KV grade cable may be laid on one tray.

All cables shall be identified close to their termination point by cable numbers. Cable numbers will be
punched on aluminum straps, (2mm thick), securely fastened to the cable and wrapped around it.

Underground cables shall be provided with cable markers. These cable marker posts shall be located
at every 50 meters and every comer or change of direction.

All temporary ends of cables shall be protected against dust and moisture to prevent damage to the
insulation. While laying cables, the ends shall be taped with PVC tape. Cables shall be handled
carefully during installation to prevent mechanical injury to the cables. Ends of cables leaving trenches
shall be coiled and provided with protective cover until the final termination to the equipment is
completed. Where cables-rise from trenches to motors, control stations, lighting panels etc., they shall
be taken up in GI pipes (rigid, flexible) for mechanical protection up to a minimum of 600 mm above
grade level. The diameter of the GI pipe shall be at least 3 times the diameter of the cable.

Cable shall be carefully pulled through conduits to prevent damage.

If pipe sleeves installed are inadequate due to a greater number of cables being laid, then additional
pipe sleeves shall be laid. After the cables are installed and all testing is complete, conduit ends above
grade level shall be plugged with suitable weatherproof plastic compound.

Where cables pass through foundation walls or other underground structures, the necessary ducts or
openings will be provided in advance for the same.

At road crossings and other places where cables enter pipe sleeves an adequate bed for sand shall be
given.

Contractor Executive Engineer


299
Cables installed above grade level shall be run in trays, exposed on walls, ceilings of structures and
shall be run parallel to or at right angles to, beams, walls or columns.

The cables shall be so routed that they sill not be subjected to heat.

Cables running along with structures will be clamped by means of GI saddles and saddle bats at a
spacing of 300 mm.

Cable carrier system i.e. site fabricated ladder type cable trays and supporting steel shall be painted
before laying of cables. Painting shall have two coats of red oxide and one coat of aluminum paint.

For all outdoor buried cables a 3 meter diameter loop shall be provided at both ends before
termination.

35.2 TERMINATION:

All PVC cables shall be terminated at the equipment/panel by means of double compression type brass glands and
tinned copper lugs.

All XLPE cables shall be terminated at the equipment/panel by means of HT cable termination kits.

Power cable cores shall be identified with red, yellow and blue PVC tapes.

In case of control cables, all cores shall be identified at both ends by their terminal numbers
by means of PVC furrules. Wire numbers shall be as per interconnection diagram, to be furnished to
the Contractor. :

The cable shall be taken through an adequate size gland inside the panel or any other
electrical equipment.

Cable leads shall be terminated at the equipment terminals by means or crimped type solder less
connectors.

Crimping shall be done by hand crimping/hydraulically operated tool and conducting jelly shall be
applied on the conductor. Insulation of the leads should be removed immediately before the crimping.

35.3 TESTING OF CABLES:

Contractor Executive Engineer


300
Before energizing, the insulation resistance shall be measured from phase to phase and phase to
ground.

36.0 HT CABLES

36.1 STANDARDS:

No. Indian Standard Description

1. IS 7098 XLPE insulated electric cables

2. IS 5831 PVC insulation and sheath of electric cables

3. IS 3975 Mild steel wires, strips and tapes for armouring of cables.

4. IS 1753
Aluminum conductors for insulated cables

36.2 OTHER CONSIDERATIONS:

The HT cable sizing shall be based on 500 MVA fault level at 6.6 KV. The short circuit withstand
duration shall be 1.0 Sec. For all feeders.

36.3 TECHNICAL PARAMETERS:

i. Voltage grade : KV (E) grade (Earthed System) laid

ii. Impulse level : As per IS

iii. No. of cores : Single Core

iv. Nominal area of conductor : As per requirement

v. Conductor : Aluminum conductor complying with

the requirements specified in IS.

vi. Type of insulation : Cross linked polyethylene (XLPE)

vii. Shielding : Conductor shielding and insulation shielding

viii. Armoured or Unarmoured : Unarmoured

ix. Cables to be used in earthed : Earthed System

or unearthed system

36.4 CONDUCTOR:
Contractor Executive Engineer
301
The conductor shall be made from high electrical purity Aluminum of circular shape. Conductor
construction and testing shall comply to latest IS.

36.5 INSULATION:

High quality XLPE insulating compound of natural colour shall be used for insulation and shall be
chemically cross linked by continuous vulcanization process. The cables shall be manufactured with
dry cure system. This shall comply to latest IS.

36.6 SHIELDING:

The XLPE cables shall be provided with both conductor shielding and insulating shielding. Both
conductor shielding and insulation shielding shall consist of extruded semiconductor compound.
Additional insulation shall be provided with semiconductor tape and non-magnetic tape screen over
the extruded insulation conductor shielding. XLPE insulation and insulation shielding shall be extruded
in one operation by a special process ensuring perfect bonding of inner and outer shielding with
insulation.

36.7 OUTER SHEATH:

i) A tough outer sheath of heat resisting PVC compound shall be extruded over the non-magnetic
metallic part of insulation screening. This shall confirm to latest IS. The outer sheath shall be
embossed with name of manufacture, voltage grade and year of manufacture after every 1000 mm
along the length of cable.

ii) The outer sheath of the cable shall be provided with antirodent anti termite property.

iii) The outer sheath of the cable shall be marked with progressive length and cable at one meter interval
at the time of manufacturing.

iv) The outer sheath of the cable shall have fire retardant low smoke property (i.e. FRLS) and shall
be tested for IEC 332-3 category C.

37.0 MISCELLANEOUS:

37.1 CABLE GLANDS AND LUGS:

All cable glands shall be made out of brass and shall be of double compression type.

All cable lugs shall be of tinned copper, crimping type.

37.2 CABLE TRAYS:

Cable carrier system shall comprise of site fabricated ladder type cable trays made out of structural
steel and painted with two coats of red oxide primer and a final coat of enamel paint. The
construction of the cable trays shall be as per the site requirement.

37.3 JUNCTION BOXES/MARSHALLING BOXES:

Each equipment shall be provided with a junction box as near as possible to the equipment. In addition one
marshalling box for each by shall be provided. Junction boxes/marshalling boxes shall be fabricated from sheet
Contractor Executive Engineer
302
metal steel and shall be outdoor type, weather and vermin proof with hinged door and lock. They shall be duly
painted from inside the outside as per standard industrial type painting.

Each box shall have detachable gland plates for incoming and outgoing cables. Each box shall contain
adequate terminal strips for cable connections. The terminals shall be ELMAX-10 type or equivalent.

37.4 CIVIL WORKS IN SWITCHYARD TO INCLUDE INTERLIA:

1. Soak pit , Burnt Oil pit & laying stone ware pipes.

2. Partition wall between transformers.

3. Rail track with foundations for Jack for Transformer removal.

4. All necessary foundations for structures, equipment, fence posts/door posts etc.

5. Leveling of Ground.

6. R.C.C cable trenches with removable pre-cast concrete cover.

7. Gravel spreading.

Contractor Executive Engineer


303
TECHNICAL SPECIFICATIONS FOR PUMPING MACHINERY
1.0.0 GENERAL AND MISCELLANEOUS SPECIFICATIONS
1.1.0 Pump House And Equipment
1.1.1 The equipment mentioned is required to be provided and installed at Pump House situated
near intake designed for lifting of requisite quantity of TMC water for drinking purpose.
1.1.2 The ambient temperature to be adopted for the design of the equipment shall be 45.
1.2.0 Scope of Work
1.2.1 All the works like foundation laying, Grouting, R.C.C. work for chairs of valves, manifolds,
thrust blocks and painting etc. as described in detail in the following paras will have to be inclusive of
all such items. The required material, labour and machinery for such works are to be arranged by the
contractor at his end.
1.3.0 Foundation Works
1.3.1 The surfaces of foundations shall be dressed to bring the top surface to the required level,
prior to the placement of equipment/equipment bases on the foundations.
1.3.2 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.
1.3.3 The concrete foundation surfaces shall be properly prepared by chipping, grinding as required
to bring the top of such foundation to the required level, to provide the necessary roughness for
bondage and to ensure enough bearing strength. All laitance and surface film shall be removed and
cleaned.
1.4.0 Grouting mix
1.4.1 The grouting mixture shall be composed of Portland cement, sand and water. The Portland
cement to be used shall conform to IS 269 or equivalent, sand shall conform to relevant applicable IS
or equivalent. The grout proportions for flat bases where the grouting space does not exceed 25 mm
shall be 50 Kg. of cement to 75 kg. of sand. Only the required quantity of water shall be added so as
to make the mix just workable and the mix shall not show excess water on top when it is being
puddled in place. For thicker grout beds upto 65 mm, the amount of sand shall be increased to 105
kg. per bag of cement. Bases which are hollow and are to be filled full of grouting shall be filled to a
level of 25 mm, above the outside rim with a mortar mix in the volumetric proportions of one part of
cement, 1.5 part sand and 1.5 part 6 mm. hard gravel by volume. An acceptable plasticiser may be
added to the grout mixes in a proportion recommended by the manufacturer of plasticisers. All such
grouts shall be thoroughly mixed and shall be used immediately after mixing.
1.5.0 Placing of grout
1.5.1 Before actually placing the grout a low dam shall be set around the base at a distance that
permit pouring and manipulation of the grout. The height of such dam shall be at least 25 mm above

Contractor Executive Engineer


304
the bottom of the base. Suitable size and number of chairs shall be introduced under the base before
placing the grout so that such chairs can be moved back and forth to push the grout into every part of
the space under the base.
1.5.2 The grout shall be poured either through grout holes if provided or shall be poured at one side
or at two adjacent sides giving it a pressure head to make the grout move in a solid mass under the
base and out in the opposite side. Pouring shall be continued until the entire space below the base is
thoroughly filled and the grout stands at least 25 mm. higher all around than the bottom of the base.
Enough care should be taken to avoid any air or water pockets beneath the bases.
1.6.0 Finishing of the edges of the grout
1.6.1 The poured grout should be allowed to stand undisturbed until it is well set immediately
thereafter, the dam shall be removed and grout which extends beyond the edges of the structural or
equipment base plates shall be cut off, flushed and removed. The edges of the grout shall then be
pointed and finished with 1:2 cement, sand mortar pressed firmly to bond with the body of the grout
and smoothed with a tool to present a smooth vertical surface. The work shall be done in a clean and
scientific manner and the adjacent floor spaces, exposed edges of the foundations and structural
steel and equipment base plates shall be thoroughly cleaned of any spillage of the grout.
1.7.0 Checking of equipment after grouting
1.7.1 After the grout is set and cured, the contractor shall check and verify the alignment of
equipment, alignment of shafts and rotating machinery, the stops of the bearing pedestals, centering
of rotors with respect of their sealing bores couplings, etc. as applicable and the like items to ensure
that no displacement has taken place during grouting. The values recorded prior to grouting shall be
used during such post grouting check-up and verifications. Such pre and post grout records of
alignment details shall be maintained by the contractor in manner acceptable to the Engineer.
1.8.0 Shaft alignment
1.8.1 All the shafts of rotating equipment shall be properly aligned to those of the matching
equipment to as perfect an accuracy as practicable.
1.8.2 The equipment shall be free from excessive vibration so as to avoid overheating of bearings
or other conditions which may tend to shorten the life of the equipment. All bearings, shafts and other
rotating parts shall be thoroughly cleaned and suitably lubricated before starting.
1.9.0 Dowelling
1.9.1 All the drive motors and other equipment shall be suitably dowelled after alignment of shafts
with tapered machined dowelling as per the direction of the Engineer.
1.10.0 Painting
1.10.1 All exposed metal parts of the equipment including piping, structures, railings, etc. wherever
applicable, after installation unless otherwise surface protected, shall be first painted with at least one
coat of suitable primer which matches with the shop primer paint used after thoroughly cleaning all
such parts of all dust, rust, scales, greases, oils and other foreign materials by wire brushing,
scraping or sand blasting, and the same being inspected and approved by the Engineer for painting.
Afterwards the above parts shall be finished with two coats of alloyed resin machinery enamel paints.
The quality of the finish paint shall be as per the standards of relevant I.S. or equivalent and to be of
the colour as approved by the Engineer.

Contractor Executive Engineer


305
DETAILED ITEM-WISE SPECIFICATIONS
VERTICAL TURBINE PUMPS
1.1 GENERAL
Under this section, specifications of vertical turbine pumps are outlined. The vertical turbine pumps
shall generally conform to IS 1710 of 1972.
The specification given in this section are for the following type of V.T. Pumps.
V.T. Pumps-self water lubricated-surface discharge type.
V.T. Pumps-self water lubricated-sub surface discharge type.
V.T. Pumps-forced water lubricated-surface discharge type.
V.T. Pumps-forced water lubricated-sub surface discharge type.

1.2 PUMP DUTIES


1.2.1 DUTY POINT DISCHARGE
The pump shall have to give a discharge at normal water level conditions at duty head and shall give
corresponding higher discharge for the lesser heads.

1.2.2 DUTY POINT PUMP HEAD


Duty point pump heads for pumps, as corresponding to normal W.L. shall be designed by the bidders.
No loss of head what-so-ever in entry, strainer, bellmouth, bowl assembly, column pipes and
discharge tee is accounted for in the calculations of pump head. The bidder/manufacturer shall have
to account for these losses while designing the pumps. However, head loss in delivery pipe, valves,
fittings, rising mains and velocity head beyond discharge flange of discharge head/pumps casing are
included. Thrust bearing loss may be declared separately by the manufacturer.

1.2.3 DUTY POINT EFFICIENCIES


The Tenderer should evaluate the above efficiencies and specify the same in their offer along with,
calculations. The curves for both types of efficiencies, viz pump efficiency and overall efficiency for
entire range starting from shut off the static head should be invariably submitted along with the offer.

1.2.4 HEAD RANGE AND PARALLEL OPERATIONS


The pumps will satisfy the head requirement as per the system resistance curves, while operating in
solo and in any combination as per design requirement. The pumps should be suitable for operation
in head range. The system resistance curves of the pumps shall be submitted by the bidders.
Contractor Executive Engineer
306
Normal heads shall be evaluated considering equal flow through all rising mains.
1.2.5 POWER MARGIN
The pumps shall be capable of operating in the range without being overloaded at any point and
keeping a margin of at least 5% of power in the motor pump over entire operating range.
Requirement of power at shut off should not exceed power requirement at duty point. The Pump
should be capable of starting against fully closed Butterfly valve without being overloaded at any point
upto valve fully open.

1.2.6 PUMP CHARACTERISTICS


The pump characteristics shall be of stable nature and such that the efficiency is fairly steady for the
water level variations as mentioned in the foregoing clauses. The maximum efficiency point will be
nearer to the duty point and fairly constant for larger range on either side. The pumps should run
smoothly from lowest head to shut off point, without cavitation and vibration (within H.I.S. limitations
for vibrations). The variation in the efficiencies for any point of operation in the entire operating range
should be minimum.

1.2.7 NPSH CONDITIONS (NET POSITIVE SUCTION HEAD CONDITIONS)


NPSH required by pumps offered by the Tenderer should be lesser by at least 0.5 meters than
N.P.S.H.A. at duty point and shall not exceed the N.P.S.H. available at any point of operation in the
range, with solo and parallel operations. The Tenderer shall take following values of the
corresponding parameters for the purpose of calculation of N.P.S.H.A. at the site.
i) Atmospheric pressure : 9.6 Meter column of water

ii) Vapour pressure of water : 0.6674 Meters


(at 37.8 C Normal temperature)
Column of water.

1.2.8 SPEED
Pump speed should be decided by the tenderers based on optimum and cost ecnomic consideration.

1.2.9 SOLID HANDLING CAPACITY


The pumps shall be suitable for pumping of raw river water containing silt, coarse sand and gravel
/suspended solids upto 25 mm size. Tenderer to get water analysis done and suitable preventive
special alloy coating needs to be provided to the impellers and casings to avoid any damage, due to
abrasive material in raw water.

1.2.10 CLASS OF OPERATION


The pumps shall be suitable for non-stop continuous 24 hours operation without interruption.

1.4 DEFINITIONS OF EFFICIENCIES

Contractor Executive Engineer


307
For all purpose of this contract, the various efficiencies will have the same meaning and effect as
defined in the IS 1710-1972 (page 5) which are reproduced below.

I) BOWL EFFICIENCY
The ratio of bowl assembly output to bowl assembly input expressed as Item rate .

II) PUMP EFFICIENCY


The ratio of pump output to pump input expressed as Item rate .
III) OVERALL EFFICIENCY
The ratio of pump output to driver input expressed as Item rate .

1.3 CONSTRUCTION FEATURES FOR V.T. PUMPS


The pump shall be vertical, spindle suspended and non-pullout type. Number of stages should be
decided by the tenderers. The pumps shall comprise of Bowl Assembly, line shaft enclosing tubes,
line shaft bearings, line shaft bearing holders, discharge head thrust bearings, sole plates, base
frames, flexible coupling etc.
1.5 A) The pump shall be self water lubricated type or
1.5 B) The pump shall be forced water lubricated type as the case may be.
1.3.1 The pump bowl/bowls shall be flanged with machined mating faces. The bowl shall be flange
jointed to the discharge nozzle or suction nozzle. Bowl wearing rings be of replaceable type.
The casing shall be provided with water lubricated bearings.
1.3.2 A cast iron bell mouth shall be fitted to suction nozzle to reduce inlet velocity to 1.5 mtrs/sec.
Maximum. The suction strainer shall be of galvanized MS and sufficiently strong to stand the
suction pressure. Area of opening shall not be less than 2.5 times bell mouth area.
1.3.3 Impellers shall be enclosed type, cast in one piece and balanced both statistically and
dynamically. The impellers shall be provided with wearing ring on it. The interior surfaces and
passages shall be smoothly finished to obtain the highest efficiency and shall be designed to
ensure smooth operation free from any cavitations or vibrations. As raw water is being
pumped, balancing holes/devices will not be accepted for balancing the hydraulic thrust.
1.3.4 The pump height (i.e. impellers) should be adjustable from the top of pump head. There
should be a sufficient vertical clearance between the bowl and impeller to accommodate for
the line shaft elongation due to hydraulic thrust, while in operation.

1.3.5 The impeller shaft will not be overhung at the bottom and will be rotating in bearing support at
its bottom.
1.3.6 The line shaft shall be solid type and will be designed to take all types of loads such as
torsion, tensile and dynamic etc. Impeller shaft will have muffled coupling arrangements.
The line shafts bearing shall be water lubricated type with cut less rubber, grooved to facilitate
lubrication. Line shaft bearing shall be provided at suitable intervals to ensure that first critical speed
is at least 25% more than rotative speed. Suitable steel sleeves be provided to line shafts.
1.5.6(c,d) The line shaft protection tubes shall be provided for forced water lubrication to line
shaft bearings. The line shaft protection tubes should be of heavy duty seamless steel tubes
and shall withstand all mechanical and hydraulic forces exerted on it with an allowance for
corrosion and wearing.
Contractor Executive Engineer
308
1.3.7 The column pipe shall be of extra heavy weight, electrical fusion welded (EFW)
single longitudinal joint, or electrical resistance welded (ERW) pipes with both ends flanged,
machined on surfaces, edges and spigotted to facilitate the alignment. The flanges shall have
grooves to accommodate the rubber rings.
1.3.8 The discharge head/motor stool shall be of full dia, flanged at ends, flanged surfaces and
Tee ends machined, fabricated out of MS in smooth 90 bend so as to have minimum loss of
head in and stress relieved before machining. The pump discharge head shall be fabricated
and suitably reinforced to withstand all types of static, dynamic loads, hydraulic thrust,
torshional loads imposed by the pump, motor and to limit vibrations. The pump discharge
head/motor stool shall house thrust bearings with cooling arrangement and contain cast iron
stuffing box in which the pump top shaft shall be sealed. A sufficient opening should be
provided so as to have an easy access and workability on stuffing box. Non reverse rotation
ratchet arrangement is to be provided either in pump or in motor so as to prevent the pump
from rotating in reverse direction.
1.3.9 The column assembly shall be in standard lengths as far as possible.
1.3.10 The clearance between bell mouth, strainer and sump floor and also nearing walls should be
such that the vortex free operation is obtained. Any changes in this clearance if required other
than those specified shall be clearly mentioned in the offer, with reasoning thereof.
1.3.11 The pump shall be subsurface discharge type with discharge-head with integrated or separate
motor stools suitable for mounting in the R.C.C. floor of pump house as per detailed
drawings. The construction should be such that the pump discharge head with thrust
bearings, motor stool along with the motor shall be resting on the pump floor only.
1.3.12 Steel sole plates of adequate thickness shall be provided under the pump discharge
head/pump head/motor stool, together with all necessary anchor bolts, nuts and washers to
provide precise horizontal and vertical alignment. The sole plate shall be fixed on steel based
frames to be anchored in R.C.C. floors. The surfaces of base frame, sole plate and base
plate shall be smoothly and snugly fitted so that no vibration shall occur. The fastening of
base frame to sole plate and sole plate to base of pump/motor shall be through nut bolts or
headed studs.
The opening in the sole plates and the base frame shall be of sufficient dia to pass the complete bowl
assembly including suction bell and strainer.
The erection and dismantling of both the pumps and motors shall be possible from the motor floor,
with EOT / HOT crane available in the motor hall. The motor or the pump discharge head shall not be
rested either on the pump floor or motor floor while erecting or dismantling on places other than
respective base frames/sole plates. The above components should always be carried from or to the
service bays directly, while assembling, or dismantling. The contractor will be responsible to get
design from the pump manufacturer and approved from CNNL. The steel base frames fabricated from
plates together with machined bottom pieces, sole plates, all anchoring arrangement, support etc. for
pump and motor mounting. These components shall be from pump manufacturers only. The complete
assembly consisting of steel base frames, sole plate, bottom pieces shall be stress relieved after
fabrication and before machining. Test certificate from manufacturer regarding stress relieving with
observation sheets from column pipe, discharge head, base frame, motor stool etc. shall be
furnished. All necessary details regarding pump and motor mounting shall be furnished well in
advance by the contractor for prior approval and to ensure necessary pockets in civil works.
Work of erection pumps, motors, including laying of foundation, grouting, shaft alignment, dowelling
and painting etc. shall be done by the contractor at his own cost as per general and miscellaneous
specifications mentioned earlier.
1.3.13 The thrust bearing shall be anti friction heavy duty type. The bearing shall be

Contractor Executive Engineer


309
designed to accommodate all possible loads under normal operations or shut of condition and shall
be suitable for reverse rotation upto at least 1.5 times the normal forward speed. The bearing shall be
oil lubricated type and shall be provided with oil level gauge and temperature measuring and sensing
system and cooling system as given below.
One no. temperature probe suitable for dial type thermometer with dial temperature.
One no. 3 wire platinum element having DC resistance of 100 ohms at 0 C suitable for use with a
digital temperature, scanner as specified in electrical section.
The cooling water supply for the pump thrust bearing if required, shall be taken from a adequate
tapping from the pump discharge head or line shaft bearing lubrication (forced water). Necessary
valves, strainers and non-flow sensors and annunciation system on panel board shall be provided for
this cooling system. The life of thrust bearings shall not be less than 40000 hours of operation.
1.5.14 (c,d) FORCED WATER LUBRICATION AND COOLING SYSTEM
The forced water lubrication system for transmission bearing and supply of cooling water to pump
thrust bearing and for motor cooling shall be as per schematic diagram enclosed and generally as
mentionedbelow.
Set of manual type Pressure filters along with differential pressure switches, pressure gauge built in
valves etc. are to be provided to clean stream of water from main header containing fine, undissolved
solids like sand, dust, abrasives etc. The raw water should be made to enter into the inlet of Pressure
filter at sufficient pressure. The contaminant should be separated and should pass downwards and
ultimately discharging out to the drain of the Pressure filter. The clean and solids free water free from
the outlet of filter should be used for the thrust bearing cooling and lubrication of line
shaft/transmission rubber bearings of the V.T. Pumps and for cooling of vertical motors.
The system shall comprise of following :
One set of manual Pressure filter of adequate size for each pump shall be provided having sufficient
design capacity of V.T. Pump lubrication and cooling to thrust bearing and motor cooling.
Booster pump sets complete with motor, base plate, switches and starter etc. (Required No's + 1
stand by) suitable for group of 5 or less V.T. Pumps sets shall be provided having adequate capacity
in discharge and head with sufficient margin.
Suction pipe for Booster pumps with valves etc. for raw water to be taken off from the R.C.C. storage
tank being provided for the purpose by the Contractor.
All pipings valves, gauges press switches, Solenoid valves etc. shall be provided as per schematic
drawing.
Electrical interlocks with suitable sensors must invariably be provided for forced water lubrication
system and cooling system. The arrangement should trip the main pump motor in the event of failure
of water supply from booster line to either of line shaft lubrication system thrust bearing cooling or
motorcooling. The arrangement for tripping the main pump motor should be such as to allow contain
time lay for the stand by booster to take over
Automation with all relays, sensors, switch gears, and solenoid valves etc. shall be provided so that if
any Booster pumps trips or fails to deliver water the stand-bye set should start automatically and feed
V.T. Pumps sets the lubrication and cooling system; and stop the defective Booster pumps.
1.5.15 (c,d) The water storage tank provided to initial start could be made the only source of water for
feeding the booster pumps. These tanks could be continuously fed with water from the delivery
system so as to keep the water level more or less constant. So that the tank could feed the booster

Contractor Executive Engineer


310
pump on a continuous basis. To avoid head load on pressure filtration system water to be drawn
from the storage tanks, at a level not lower than the middle level of the tank.
1.5.16. A suitable arrangement to take out the entrapped air in the pump column discharge tee shall
be provided with pipe fitted in the tapping at suitable place in the pump, with valve, etc. complete the
make the system work satisfactorily.
1.5.17 Suitable tapping at appropriate place shall be provided for mounting a delivery
pressure gauge. The pressure gauge shall be Bourdon type and shall be provided with piping U type
and isolating cocks, etc. This pressure gauge shall be provided and located at operating level i.e.
motor floor level. Gauge range shall be twice the head to be measured. Drain cocks should be
placed immediately below the gauged so that frequent tests could be made to determine whether
pipe connections of the gauge are filled with water. The bourdon type gauge shall be fixed in such
a way that no strain is placed on its case so that readings are not affected. Gauge shall be calibrated
prior to after the tests and shall be fixed in upright position.
1.5.18(c,d) In case of emergency i.e. failure of Booster pumps of filtration system,
necessary system shall be installed by the contractor for supply of raw water for lubrication of
Pumps and motor by necessary tapping from pump delivery line, by passing the regular
cooling/lubrication system.

1.6 MATERIALS OF CONSTRUCTION FOR V.T. PUMPS/BOOSTER PUMPS


1.7 PRESSURE FILTERS
Bell mouth, pump bowls, suction casing Ni-CI conforming to IS 210 grade 20
and discharge nozzle
Impellers for V.T. Pumps and Booster Stainless steel with anti abrasive Pumps
special alloys coating (SSCA 6 NM)
Stainless steel AISI ST 410
Impellers shaft for V.T. Pumps and
Booster pumps
Column pipes Mild steel IS 2062 EFW/ERW pipes
Line shaft protection tubes Seamless MS
Flexible coupling Forged steel conforming to IS 3495
Wearing rings for V.T. Pumps and Gun metal/stainless steel as
Booster pumps appropriate
Column flanges Mild steel IS 2062
Nut bolts and washers upto bottom of Stainless steel AISI ST 304/316
discharge head
Line shaft Stainless steel AISI-410
Line shaft coupling
Line shaft bearing Stainless steel AISI-410
Pump shaft bearing Cutless rubber
Contractor Executive Engineer
311
Discharge head Cutless rubb
BOWL bearing Ni-CI Conforming IS 210 or Mild
steel fabricated IS 2062
Strainer Gun Metal
Casing of Booster pumps Ni-CI or galvanised steel
Pressure filters Ni-CI conforming to IS 210 grade 20
Body and flanges MS fabricated
Filter media S 304
Sealing material CAF
PRESSURE FILTER
Design Duty 50 Micron
Degree of filtration
End connections 2” NB 150
Fluid Water
Viscosity 1 cp
Flow rate Adequate with sufficient margin
Design pressure Adequate
Pressure drop 0.2 kg/cm2 (Clean condition)
Hydrotest Pressure 1.5 Times of design pressure
Applicable standard IS 2825
1.8 PUMPS STARTING/CLOSING LOGICS AND INTERLOCKS
(A) LOGIC OF PUMPS STARTING
After single push button command, following operations shall take place in sequence.
i) Forced water lubrication system/pre-lubrication starts.
ii) After a time delay, the main pump motor will start and capacitor cubicle circuit will be `ON’.
iii) The delivery valve start opening.

(B) LOGIC OF PUMP CLOSING


The delivery valves will be closed.
After closing of valves completely, the main pump motor will STOP and capacitors cubicle circuit will
be `OFF’.
Forced water lubrication and cooling system will be closed.
(C) INTERLOCKS
(i) V.T. Pumps will not start if lubrication system and cooling has not started functioning.
(ii) V.T. Pumps will not start unless valve opening command is passed on.
1.9 TESTING AND INSPECTION FOR V.T. PUMPS

Contractor Executive Engineer


312
All the nos. of vertical turbine pumps proposed shall be inspected and tested at the manufacturing
works and site as below in the presence of engineer’s representatives.
1.9.1 HYDROSTIATIC TEST / DYNAMIC BALANCING / DYE PENETRATION TEST FOR V.T.
PUMPS
a) All pumps bowl assemblies shall be subjected to Hydrostatic test at manufacturer’s works.
The test pressure shall be either One and One-Half times the shut off head developed by
pump bowl assembly or twice the rated head, whichever is greater; and applied for standard
time.
b) All pumps discharge, heads and columns upto 10% shall be subjected to hydrostatic test
pressure as specified at (a) above.
c) Dynamic balancing test of impellers and impeller shafts together shall be arranged at
manufacturer’s works, which will be witnessed by engineers (as per IS 1940-1973 II)
d) Dye penetration test for impellers shall be arranged at manufacturer’s works which will be
witnessed by the engineer.

1.9.2 PERFORMANCE TEST AT FACTORY FOR V.T. PUMPS


All pumps shall be subjected to performance test as per IS 1981-1983 at manufacturer’s works at full
load and full speed by shifting one of electric motors for respective pumps to be supplied under this
contract as prime mover. Performance testing shall include determination of head, discharge, power
demand and efficiency over a range of cutoff to shut off head.
Site conditions for minimum net positive suction head shall be simulated as near as possible for
testing purpose. The tenderer shall furnish the facility available, agency and place for conducting
above test. The following values of parameters applicable for the site may be considered for
calculations of NPSH by the contractor.
Atmospheric pressure 9.600 meters column of water
Vapour pressure of water
(at 37.80 C normal temp.) 0.6674 meters column of water
1.9.3 OTHER INSPECTIONS AT FACTORY FOR V.T. PUMPS
Contractor shall arrange for following inspections at manufacturers works.
i. Inspection for critical dimensions to components viz. dia. of line shaft, dia and wall thickness
of column pipe, flange thickness of column pipe, thickness of sole plate etc.
ii. Inspection for verification of metallurgy of various components by reviewing metallurgical tests
carried out by the manufacturer.
iii. Inspection for machining or finish quality and undue wear of fast moving parts after trial runs
by stripping down the machine.
iv. Inspection for verification of test observations and reports for stress relieving of components,
specified earlier in detailed specifications.
v. X Ray test for impeller shafts shall be arranged at Manufacturers works, which will be
witnessed by Engineer.
3.0 NON-RETURN VALVES
3.1 GENERAL
Each pump will be provided with one Non Return Valve in its delivery pipe. The non-return valves
shall be all flanges type single door type Multidoor (well proven type, free acting quick opening giving
non-sigma closure etc. and with low head loss characteristics conforming to IS 5312. The valves shall
Contractor Executive Engineer
313
be provided with by-passe and isolating valves. The flanges shall be equivalent to IS 1538 1976/BS
4504. Multidoor NRV will also be accepted.
3.2 MATERIALS OF CONSTRUCTION
Body, cover, door, hinges CI, IS : 210, FG-220
Hinge, pins, door pins, Stainless Steel, SS:304
Suspension pins
Disc facing Leaded in Bronze IS 318 GR LTB 2
Seating in body Leaded in Bronze IS 318 GR LTB 2
Bearing bushes, Body rings, Leaded in Bronze IS 318
Door faces GR LTB 2
Bolts and nuts Carbon Steel
3.1 TESTING
The valves shall be subjected to seat and body test in accordance with IS 5312 at the manufacturer's
work vide table below. These tests shall be carried out at manufacturer's works in presence of
Engineer or his representative, before delivery test certificate shall be furnished in triplicate. The
valve rating, seat test pressure and body test pressure shall be decided by the tenderers and shall be
furnished along with bid.
The closing period of NRV should be mentioned by the manufacturer. Also the velocity range in which
NRV open and closes should also be mentioned by manufacture. The NRV should be tested for
closing and opening characteristics at contractor's cost. And any modification in NRV if required after
testing to suit the anti-surge device should be carried out at contractor's cost.
PART - IV
VALVES, GATES AND CRANES
1.0 BUTTERFLY VALVES
1.1 GENERAL
The butterfly valve shall be flanged water works pattern, eccentrically pivoted and shall be electrically
actuated. The actuators shall be suitable for opening and closing against the maximum head realised
under operating conditions and any necessary spur or other gearing and links etc. shall be
incorporated. The actuator motors shall be complete with limit switches, interlock switches for remote
control and also contacts for close, open, in operation and Item rate opening position indications.
The actuators shall be suitable for operation with DOL starting on 415 V, 3 phase, 50 Hz AC power
supply. Necessary arrangement with hand wheels shall be provided for emergency manual operation
with suitable interlocking mechanism to prevent the actuator operation when the valve is being
operated manually and vice versa. The actuator shall be located at motor floor and so also the
manual operation of valve shall be from motor floor. The valves shall generally conform to BS 5155.
The closing time for electrical actuator shall be from 2 to 3 minutes. The actuator shall incorporate
Backlash hammer blow feature.
1.2 MATERIALS OF CONSTRUCTION
Body / Disc : CI / SG Iron
Shaft : St. Steel (BS 970 431 S29)
Clamping Ring Segment : St. Steel ( ASTMA 479 Type 304/ A 351CF8)
Bearings : St. Steel Backed PTFE
Contractor Executive Engineer
314
Rubber seal ring : Precision moulded nitrite rubber ring
( shore hardness 55 to 65)
Hardware used inside : Stainless Steel
Inside portion of the valve shall be painted by black paint conforming to IS158.

1.3 LOCAL OPERATION SWITCH


Local operation switches near the valves should invariably be provided for operation of the valves.
1.4 TESTING
The valves shall be subjected to seat and body test in accordance with BS 5155 at the
manufacturer's works.

2.0 SLUICE VALVES


2.1 GENERAL
2.1.1 The specifications under this section cover the design, performance, manufacture and
construction features, delivery, erection and testing etc. of Sluice Valves with hand wheel to be
supplied under this tender.
2.1.2 One sluice valve shall be provided in the suction pipe of each pump.
2.1.3 The valve shall be double flanged, water works pattern, inside screw with non-rising spindle.
The valve shall be suitable for working pressure 10Kg/cm2,/16 Kg/cm2. The valve shall have suitable
size hand wheel with arrow marked for open and close.
2.2 MATERIALS OF CONSTRUCTION
2.2.1 The material of construction shall be of cast iron with Stainless steel spindle of grade specified
in IS 2906 and 780.
1. Body/ Bonnet/Wedge/Gland/Hand Wheel, Cast Iron, IS:210, FG:220
2. Body/ Seat Ring/Wedge Seat Ring : SS:AISI:304
3. Wedge Nut : LTB-2, IS:318
4. Spindle : SS:AISI:410
5. Bolt Nuts : Carbon Steel IS:1363-1967
6. Packing : Asbestos IS: 4687
7. Gasket : Rubber : IS:638-1979, Type-B

2.3 TESTING
The valves shall be subjected to seat and body test in accordance with BS 5155 at the
manufacturer's work vide table below. This test shall be carried out in presence of engineer or his
representative before delivery test certificates shall be furnished in triplicate. The valve rating seat
test pressure and body test pressure shall be decided by the bidders and shall be furnished along
with bid.
3.0 NON-RETURN VALVES
3.1 GENERAL
Contractor Executive Engineer
315
Each pump will be designed and provided with one Non Return Valve in its delivery pipe. The non-
return valves shall be all flanges type single door type Multidoor (well proven type, free acting quick
opening giving non-sigma closure etc. and with low head loss characteristics conforming to IS 5312.
The valves shall be provided with by-pass and isolating valves. The flanges shall be equivalent to IS
1538 1976/BS 4504. Multidoor NRV will also be accepted.
3.2 MATERIALS OF CONSTRUCTION
Body, cover, door, hinges CI, IS : 210, FG-220
Hinge, pins, door pins, Stainless Steel, SS:304
Suspension pins
Disc facing Leaded in Bronze IS 318 GR LTB 2
Seating in body Leaded in Bronze IS 318 GR LTB 2
Bearing bushes, Body rings, Leaded in Bronze IS 318
Door faces GR LTB 2
Bolts and nuts Carbon Steel
3.3 TESTING
The valves shall be subjected to seat and body test in accordance with IS 5312 at the manufacturer's
work vide table below. These tests shall be carried out at manufacturer's works in presence of
Engineer or his representative, before delivery test certificate shall be furnished in triplicate. The
valve rating, seat test pressure and body test pressure shall be decided by the Bidders and shall be
furnished along with bid.
The closing period of NRV should be mentioned by the manufacturer. Also the velocity range in which
NRV open and closes should also be mentioned by manufacture. The NRV should be tested for
closing and opening characteristics at contractor's cost. And any modification in NRV if required after
testing to suit the anti-surge device should be carried out at contractor's cost.
4.0 DOUBLE KINETIC AIR VALVES
4.1 GENERAL
Kinetic Air Valve for vertical turbine pump set shall be designed, provided and installed on the
delivery pipe coming out from each vertical turbine pump. The valves shall be provided at locations
shown in the drawing and invariably at every 500 m interval of rising main. Kinetic Air Valve shall be
of two orifice type, the small orifice releasing air from pipe carrying water under pressure under
normal working condition while the large orifice shall admit or release air when the pipe is being
emptied or filled. The air valve shall be designed to operate satisfactorily at normal working pressure
of the system. Each air valve shall be provided with an isolating sluice valve and having cast iron
hand wheels for manual operations. Sluice valves shall be in conformation with IS 780 with gun metal
spindle ( Non rising type).
4.2 MATERIALS OF CONSTRUCTION
Float chamber bowl Grey cast iron conforming to IS 210 1978 and cover Grade FG 200/220
Small Orifice Float Seasoned timber ball covered with soft Rubber
Large Orifice Float Seasoned timber ball covered with hard Vulcanite Orifice SS,AISI 304
Valve Seat, Nut : Leaded tin Bronze
4.3 TESTING

Contractor Executive Engineer


316
The valves shall be subjected to seat and body test in accordance with BS 5155 at the
manufacturer's work vide table below. This test shall be carried out in presence of engineer or his
representative before delivery test certificates shall be furnished in triplicate. The valve rating seat
test pressure and body test pressure shall be decided by the Bidder and shall be furnished along with
Tender.
5.0 SLUICE GATES (THIMBLE MOUNTED)
This specification covers design, manufacture, painting, erection , testing and commissioning of
sluice gates of required size.
Sluice gates are used for controlling the flow of water and for isolating external water into the jack
well. The gates shall be of Cast Iron robust construction, rising spindle, square opening type. Back
flange of the gate aperture frame shall be precisely machined flat and drilled to engage studs on
thimble flange, generally as per IS 3042.
5.1 Wall thimble
Wall thimble shall be of cast iron construction. Its front flange shall be machined, drilled and tapped
to match with the machined and drilled back flange of the gate frame. To permit entrapped air to
escape as the thimble is being encased in concrete, cast holes shall be provided at the bottom of wall
thimble, in each entrapment zone formed by the reinforcing ribs and the flange and water stop or
anchor ring. All the studs/ bolts and their nuts for mounting the gate shall be of stainless steel.
5.2 Seating
The mating seating/ sealing on the gate frame and door shall be precisely finished for proper contact.
5.3 Wedging devices
The sluice gates shall be provided with adjustable wedging devices to ensure forced contact between
frame and shutter seat facing, when the gate is in closed position.
5.4 Lifting mechanism /Gate operating head stock
The mechanism shall be designed in such a manner as to permit the gate operation by a single
person. Head stock shall be of spiral bevel geared head stock (two speed).
5.5 Safety stop nut
The stem shall be provided with safety stop nut to prevent the chances of over closing of gate. The
gate shall be provided with stem block, stem couplings and stem guide brackets.
The gate shall be painted with epoxy primer and epoxy finish paint.
6.0 H.O.T. CRANE
6.1 TECHNICAL DETAILS OF CRANE FOR PUMP HOUSE
- Capacity (t) :
- Span of crane (m) :
- Location :
- Height of lift of hook (m) :
- Above floor :
Below floor :
- Class of duty : CL II for crane structure and CL I for hoist.
- Overhang of the crane : nil
Contractor Executive Engineer
317
- Hook approaches : 1.0 m
6.2.1 OTHER TECHNICAL REQUIREMENTS
6.2.1 The supply include necessary attachments as required.
6.2.2 The overhead traveling crane shall also conform to various safety codes as applicable in the
place of installation.
6.2.3 Ball & roller type anti-friction bearings only shall be used. Swiveling type standard shank hook
mounted on grease lubricated anti-friction thrust bearing shall be used. All the open gearings shall
have suitable cover. No wooden parts or cast iron parts shall be used on the crane

6.3 TESTING
6.3.1 No-load testing shall be done at works after full assembly in presence of Engineer. The crane
shall be load tested at site after erection.
6.3.2 No wooden parts or cast iron parts shall be used on the crane.
6.3.3 Maximum deflection of the bridge girder with safe working load on the traveling hoist shall not
exceed 1/900 of the crane span with traveling hoist stationed at mid-span & excluding deflection due
to dead load.
6.3.4 All butt welds on structural members subjected to tensile stress shall be X-rayed.
6.3.5 Traveling speed, tactive efforts & bill of materials shall be indicated by the party during
approval of drawing and shall be subject to Engineer’s approval.
6.3.6 All parts except gears, bearings etc. shall be painted with primer coat of red lead & two
finishing coats of approved colour, quality and Dry film thickness as per relevant IS.
6.3.7 The crane shall be inspected at works by Purchaser or by his representative prior to dispatch
of the crane as per mutually agreed procedure (which will be finalised after placement of order).
7.0 DELIVERY PIPES/ MANIFOLD :
7.1 The scope of work includes:-
(i) Design of delivery piping. Manifold and rising main with respect to following aspects:
Selection of diameter with wall thickness and number of rows of piping to carry required quantity of
water upto delivery chamber with head loss calculations and total head requirement.
Velocity of flow.
Operating pressure, maximum surge pressure and designed test pressure of system.
Stability of piping system.
Protection against corrosion.
(ii) Supply, installation, jointing of delivery pipe from each pump to manifold including necessary
butterfly valve, non return valve and air valve including rubber expansion joints.
(iii) Fabrication and installation of MS manifold out of MS pipe of sufficient diameter and length with
required number of inlets and outlets with flanges, with concrete support .
(iv) Supply, fabricate, install of MS rising mains of suitable diameter and required number of rows
from manifold up to delivery chamber with anchor blocks, saddles as required.
The contractor shall provide at his cost all the material required such as tapers, distance pieces,
bends, nut bolts gaskets. The work of joining delivery pipelines to the respective manifolds/ rising
Contractor Executive Engineer
318
mains for turbulence free smooth flow is included in this tender. Flanged joints shall be adopted for
valves and butt welding joints or flanged joints in jointing of delivery pipe.
Concrete saddles for valves and pipe work inside pump house shall be provided by the contractor as
per design and drawings furnished by him and approved by Engineer.
7.2 MATERIAL OF CONSTRUCTION
All the pipes and specials shall be fabricated out of steel plates conforming to IS 2062. The
fabrication of pipes shall generally conform to IS-3589-1966.
The fasteners required for delivery pipe connections shall be carbon steel.
The flanges thickness shall be as per BS 4504.
The ms pipes shall be provided with internal epoxy paint & external PYP Kote bitumen based pipe
coating tapes.
7.1 Testing
Contractor to submit manufacturers test certificates in respect of MS pipe materials.
Contractor to conduct radiography test on welded joint at manufacturing stage and also at site during
jointing. Test reports shall be submitted to employer.
contractor to arrange hydraulic pressure testing in sections of delvery pipe, manifold, rising mains and
again tested after installation and jointing / welding at site to the designer test pressure for a minimum
of 24 hours. Any lose of pressure due to leakage noticed shall be rectified by the contractor. Retest
shall be conducted to the satisfaction of Engineer – in – charge.
All the above test certificates shall be part of handing over document.
8.00 SURGE ANALYSIS PROTECTION
This shall be calculated , as per standard procedure. Necessary measures have to be provided at
appropriate location along the rising main for dampering and elimination of the surge effect this is
included in the scope of work.
i) Water hammer in pump discharge line caused by power failure :-
ii) Due to sudden failure of single pump where multiple pumps are in parallel operation.
iii) Due to variation in discharge governed by month wise irrigation requirement
The design criteria for the surge protection for a pumping main are stated in terms of limits on
allowable down surge or up surge for the critical design condition of power failure.
The strength of the delivery piping and valves in the house shall be so designed as to withstand local
high pressures due to single pump tripping, since, the surge protection for rising mains cannot take
care of single pump tripping condition. Design of rising mains and valves etc., i.e Type of pipe, will
thickness and diameter shall be based on above surge analysis.
9.0 DISMANTLING JOINTS
9.1 A dismantling joint, Butterfly valve size shall be provided in delivery pipe line of each pump.
The dismantling joint shall be placed between pump and non return valves and shall be fabricated
from M.S. plates designed to withstand the 1.5 times of working pressure. However plate thickness
for barrels shall not be less than 10 mm. The design of the joint shall ensure that no forces are
transmitted to the pump foundation and the flanges of dismantling joints are held rigid during normal
working. For dismantling it should be possible to side flanges at one end by at least 20 mm to enable
dismantling and refitting General arrangement drawing shall be got approved from the engineer-in-
charge before actual fabrication of the joint.

Contractor Executive Engineer


319
B. CIVIL WORK (SUB STATION)
The work shall include but not limited to the following:
1. Site levelling of substation area.
2. Foundation for transformers along with jacking pads and pylon supports, fire resistant wall etc.
3. Foundations for lattice structure/equipment
4. Cable trenches along with covers and su mp pits.
5. Roads inside substation and fencing
6. Final land dressing

Contractor Executive Engineer


320
TECHNICAL SPECIFICATION FOR RISING MAIN
AND ALLIED MECHANICAL WORKS

Contractor Executive Engineer


321
RISING MAIN
1.0.0 SCOPE OF WORK
1.1.0 Design, supply, installation, jointing of delivery pipe from each pump to manifold including necessary
butterfly valves, non return valves and air valves and other required accessories including rubber
expansion joints.
1.2.0 Design, fabrication and installation of MS manifold made out of MS pipe of sufficient diameter, thickness
and length with required number of inlets and outlets with flanges, dished end, blank flanges with
gaskets, with a wall thickness as per design,
1.3.0 Design, supply, fabricate, installation of MS rising main of suitable diameter not less than the minimum
clear internal dia after epoxy painting. The wall thickness shall not be less than the preferred thickness
as per IS from manifold upto delivery chamber with anchor blocks, saddles as required. The contractor
shall provide at his cost all the material required such as taper distance pieces, bends, nut bolts
gaskets. The work of joining delivery pipelines to the respective manifolds/ raising mains for turbulence
free smooth flow is included in this bid. Flanged joints shall be adopted for valves and butt welded joints
or flanged joints in jointing of delivery pipe.
1.4.0 The scope also includes providing external PYP kote Btumen based pipe coating tapes and internal
epoxy painting for the MS pipes and fittings supplied and erected.
The scope includes providing necessary excavation, foundation, anchor supports concrete thrust
blocks, outside the pump house for all delivery pipes/manifold/raising main. Refilling excavated portion
after completion with restoration of roads at crossings, formation of road as per specification, etc.
The scope also includes analysis and design for surge and providing suitable surge protection system.
2.0.0 FABRICATION OF PIPE AND SPECIALS
2.1.0 General
2.1.1 All pipes and specials shall be manufactured out of new mild steel plates which shall be free from any
cracks, surface flaws, laminations, excessive fittings or any other defects. The pipes shall be truly
cylindrical, and straight in axis, The ends shall be accurately cut and prepared for field welding. The
external longitudinal welding of the pipes shall be ground smooth flush with surface to the satisfaction of
the Engineer. Minor repair by welding or otherwise shall be permitted at the discretion of the Engineer,
but such repairs shall be done only after obtaining the prior permission of the Engineer. Any pipe or part
there of which develops injurious defects during shop welding or other operations shall be rejected.
2.2.0 Fabrication
2.2.1 The Contractor shall get the fabrication work done in a duly valid licensed factory of his own or that of an
approved nominated sub-contractor. This factory meant for fabrication of pipes, specials, etc., shall also
be involved with testing, machining as well as painting.
2.2.2 Cutting Plates or from plates rolled as coil to the required sizes Before cutting, all the edges of the plates
shall be cleaned by brushing/grinding on both the sides. After the plates are cut, the edges shall be
made smooth and even by polishing with an electrical or pneumatic grinder to remove all inequalities.
The plates cut to the required shape shall be checked for correctness before they are rolled into pipe
drums. If any corrections are required, the Contractor shall do the same by re-cutting, if necessary. If any
plate or flat is found to be warped, to have corrugations, the defects shall be removed by putting the
plate or flat into a roller press. The laminated or heavily corroded plate shall not be used in the
manufacturing of the pipe.
2.2.3 Rolling of Plates

Contractor Executive Engineer


322
The plates prepared as mentioned above, cut to the exact size, shall be put into a rolling machine to
form a pipe of the required diameter. The Contractor shall adjust the rolling machine so as to give a
uniform curvature to the pipe throughout its circumference. The curvature obtained shall be checked
during the process of rolling and if proper curvature is not obtained at any place including the ends, the
rolling operation shall be repeated at this stage or even after the longitudinal welding of the drum where
directed.
Heating of plates to obtain the desired curvature shall not be permitted.
The rolled drums shall be kept on an assembly platform for tacking, care being taken to ensure that the
tacked drums have their end faces at right angles to the axis of the pipe. While tacking the drum, a gap
of 2mm to 4mm shall be maintained, where hand welding is permitted. However, where the welding is to
be done on an automatic welding machine, there is no need for maintaining such gap depending on the
penetration through complete thickness of the welding required. To achieve this objective, clamp
spiders, tightening rings and/or any other approved gadgets shall be used. Each such drum, before
being taken to the assembly platform, shall be numbered on the inside with oil paint, stating the plate
thickness as well.
The tacked drums shall then be transported to an assembly platform where they shall be tack-welded
together to form suitable pipe-lengths. The longitudinal joints shall be staggered at 90 0. A suitable
arrangement for testing the correctness of the face shall be provided by the Contractor at the assembly
platform.
2.3.0 Welding
All components of a standard shell, either straight or bent etc. shall be welded, wherever possible by
use of automatic arc welding machine by Automatic submerged Arc welding process with alternating
current. Generally hand welding shall not be permitted except in specific cases, where it is absolutely
necessary. This should be done with prior consent with Engineer’s representative. Hand welding shall
also not be permitted except for sealing runs and such other minor works at the discretion of the
Engineer-in-charge. The strength of the joint shall be at least equal to that of the parent material.
2.3.2 The Contractor shall use electrodes of approved make and size, the size depending on the thickness of
plate and the type of joint. It shall also be used with standard current and arc voltage required for the
machine in use with such modifications as may be found necessary after experimental welding. For this
purpose, samples of welded joints shall be prepared and tested in the presence of the Engineer. The
values once determined shall be maintained throughout the work and if any modifications are to be
made, a written permission of the Engineer shall be obtained. In the case of thin sheets, electric arc
welding may not give satisfactory results and gas welding shall be resorted to. Gas welding shall be
subject to the same specifications and tests as those for electric welds. Welding should be carried out
inside as well as outside.
All the shop and field joints shall be welded, all welding shall conform to the requirements of IS 9595
and IS 4353. All longitudinal and circumferential joints shall be double welded butt joints. Field joints
shall be from outside, with a sealing weld from inside. End preparation for such welding shall conform
to IS : 2825,
All circumferential welds involving plates of unequal thickness shall be so kept that the inside surfaces
of plates match to provide stream lined joints without alteration in the internal diameter. As far as
practicable, welding of dissimilar thickness of shells shall be carried out in the shops.
2.3.3 In order to maintain a good standard in welding, welders shall be tested by the Contractor with prior
intimation to the Engineer before they are entrusted with the job. Qualification standard for welding
procedures, welders and welding operation shall conform to the requirements of IS : 7307 and IS : 7310
(latest). Periodical tests as regards their efficiency shall also be taken at intervals of about 6 months and
those found inefficient shall be removed from the job. Only those who pass the test, shall be posted on
the job. If an incompetent welder has already welded some pipes, all welding done by him previously
shall be fully checked by X-ray in addition to the regular X-ray inspections. The defects if any, shall be
set right to the satisfaction of the Engineer. All such check tests and rectification of defects shall be

Contractor Executive Engineer


323
entirely at the cost of the Contractor. No pipes or steel sections shall be erected unless the work of the
welder concerned has been proved to be satisfactory.
2.3.4 A record shall be maintained showing the names of welders and operators who have worked on each
individual joint. Hand-welding shall preferably be carried out by a pair of welders (parallel welding
putting two welders at a time both will be working in diametrically opposite side of the curvature. A joint
entrusted to a particular individual or a pair shall be as far as possible, completed by them in all
respects, including sealing run. No helper or other unauthorised person shall be permitted to do any
welding whatsoever Upon receipt of the order and prior to the start of fabrication, the Contractor
shall submit to the Engineer for his approval the 'welding procedure" he intends to use in the shop work.
Similarly, prior to the start of the field welding, procedure for the field welding must be submitted to the
Engineer for his approval. Manual welding shall be adopted only when machine welding is not possible
2,4.0 Fabrication of Specials
2.4.1General
Specials, such as tees, Y-pieces, bends (single or composite), tapers, etc. shall necessarily be in steel
and shall be manufactured as per standards and tested and laid in the same manner as the pipes.
Small branches, single piece bends, etc. may be fabricated at site, care being taken to ensure that the
fabricated fittings have at least the same strength as the pipeline to which they are to be jointed.
2.4.2 Bends
Bends shall be fabricated taking into account the vertical and horizontal angles for each case. The
bends shall have welded joints and the upstream and downstream ends of each bend shall have a
straight piece of variable lengths as required. Bends shall be designed with deflection angle of
maximum 10 deg. between segments, When the point of intersection of a horizontal angle coincides
with that of a vertical angle, or when these points can be made to coincide, a single combined or
compound bend shall be used, designed to accommodate both the angles. The combined bend should
have a pipe angle equal to the developed angle, arrived at from appropriate formula. All joints in bends
shall be thermally stress relieved as specified.
2.4.3 Flanges
Flanges shall be provided at the end of pipes or special where sluice valves, blank flanges, tapers, etc.
have to be introduced. The flanges received from the manufacturers will have necessary bolt holes
drilled. The Contractor shall assemble the flanges in the exact position by marginal cutting, if
necessary, so as to get the desired position of the sluice valves, etc. either vertical or horizontal and
shall then fully weld the flanges from both sides in such a way that no part of the welding protrudes
beyond the face of the flanges. In case the welding protrudes beyond the flanges and if the Engineer
orders that such protrusions shall removed, the Contractor shall file or chip them off. If required and
when ordered by the Engineer, the Contractor shall provide and weld gusset stiffeners, as directed on
site. The drilling pattern shall be matching with the drilling pattern of flanges of valves.
2.4.4 Blank Flanges
Blank flanges shall be provided at all ends left unattended for the temporary closure of work and also for
commissioning a section of the pipeline or for testing the pipeline laid. For temporary closures, non-
pressure blank flanges consisting of mild steel plates, tack welded at the pipe ends may be used. For
pipes subjected to pressures, the blank flanges or domes suitably designed as per Engineer's
requirements shall be provided.
2.5.0 Tolerances
Tolerance for straight pipe and fittings shall conform with the requirements of !S:3589 or as amended.
The shell in the completed work shall be substantially round. The difference between maximum and
minimum inside diameters at any cross section shall not exceed 1% of the nominal diameter of the
cross section under consideration subject to a maximum of 12 mm. For the shell thickness, no negative
tolerances are acceptable,

Contractor Executive Engineer


324
Straightness Finished pipe sections shall be truly straight with walls parallel to the axis of the pipe and
be not out of the alignment by more than 5mm for every 3m of length.
Length Straight pipe shall not vary from the specified overall length or effective length by more than
plus or minus 1.0 percent; where exact or cut lengths are specified the tolerance on length shall not
exceed plus 15mm.Circumference The outside circumference of the pipe shall not vary by more than
0.5 percent.
3.0.0 RECEIVING AND STORING OF STEEL PIPES AT SITE
3.1.0 General
3.1.1 Stacking of pipes, etc, and inspection
The Contractor shall keep in each section a responsible representative to take delivery of the pipes,
specials and appurtenances, etc. transported from the fabricating stockyard or received from any other
work site to the site of laying and to stack along the route on timber skids. Padding shall be provided
between coated pipes and timber skids to avoid damage to the coating. Suitable gaps in the pipes
stacked shall be left at intervals to permit access from one side to the other. The pipes, specials,
appurtenances so received on site shall be jointly inspected and defects recorded, if any, such as
protrusions, grooves, dents, notches, damage to the internal coating etc. shall be pointed out
immediately to the Engineer at the site. Such defects shall be rectified or repaired to the satisfaction of
the Engineer entirely at the Contractor's risk and cost.
3.1.2 Handling of Pipes, special appurtenances

The pipes and specials shall be handled in such a manner as not to distort their circularity or cause any
damage to their surface treatment
Pipes shall not be thrown down from the trucks nor shall they be dragged or rolled aiong hard surfaces.
Slings of canvas or equally non-abrasive materials of suitable width of special attachment shaped to fit
the pipe ends shall be used to lift and lower coated pipes to prevent damage to the coating. Great care
shall be taken in handling the pipe right from the first operation of manufacture until they are laid and
jointed
The Contractor will provide temporary props in order to prevent any sagging of the pipes while they are
stacked in their yard and while transporting to the site of delivery, i.e. laying. The props shall be
retained until the pipes are laid and welded. If at any time these props are found to be dislodged or
disturbed, the Contractor shall immediately reinstate them in such a way that the true shape of the pipe
shell or specials is maintained to the satisfaction of the Engineer. No defective or damaged pipe or
special shall be allowed to be used in the work without rectification to the satisfaction of the Engineer.
Any damage to the coating shall be repaired by the Contractor at his own cost to the satisfaction of the
Engineer
Whenever any dent, i.e. a significant alteration of the curvature of the pipe shell is noticed, the depth of
the dent shall be measured between the lowest point of the dent and the pipe shell curvature line. All
dents exceeding 2 percent of the outer diameter of the pipe shall be removed by cutting out a cylindrical
portion of the pipe and replacing the same by an undamaged piece of the pipe. The Engineer may
permit insert patching if the diameter of the patch is less than 25 percent of the nominal diameter of the
pipe. Repairs by hammering with or without heating shall not be permitted. Any damage to the coating
shall also be carefully examined and rectified.
4.0.0 PYP KOTE BITUMEN BASED PIPE COATING TAPES TO EXTERNAL SURFACES
4.1.0 The MS pipeline shall be laid under ground to the extent possible. Before lowering into the trenches, the
External Surfaces of all pipes, specials and fittings shall be providing PYP Kote Bitumen based pipe
coating tapes of 4mm thick with 1 coat of synthetic primer for outer surface and 1 coat of white
wash over PYP Kote tape. A length of 15 cm at each end of the pipe shall be left out to facilitate site
welding. This portion shall be lined after laying, welding and field testing of the pipeline is completed
satisfactorily. Where the pipes / specials are to be coating tapes, the external surface of the pipe shall
be given a coat of white wash. The pipe surface shall be blast cleaned to the Engineer's satisfaction.
Contractor Executive Engineer
325
Immediately after the pipe / special is blast clean, the Contractor shall commence coating of the surface
with white wash.
4.1.0 Pypkote AW 4 mm is a Coal Tar Based Corrosion Protection Tape conforming to AWWA C 203
specification. It comprises of a Coal Tar based mix supported on a fabric of high tensile strength
Fibreglass. The mix is specially manufactured to have properties of high softening point, high
penetration and high resistance to ageing. Tape is terminated on both exteriors by thermofusible
HMHDPE Film which aids in the installation process.
4.2.0 Preparation for Surfaces
The external surfaces of all pipes, to be coated with PYP KOTE tapes, shall be thoroughly cleaned by
wire-brush. Before brushing, all oil and greases on the surface of the metal shall be removed
thoroughly by flushing and wiping using suitable solvents and clean rags. The use of dirty or oily rags
will not be permitted. All other foreign materials shall be moved by buffing or by scrapping and wire
brushing. After cleaning, the special shall be protected and maintained free of all oil, grease and dirt
that might fall upon the plate from whatever source until the plate has received its cement mortar
coating.
4.3.0 Application of PYP Kote Bitumen based pipe coating tapes.
4.6.0 Application is fast and easy. The pipe surface is first cleaned with a wire brush. Resin based Synthetic
Primer is applied on pipes immediately after cleaning. This is to prevent any further accumulation of rust
on the pipe. After the synthetic primer is applied on the pipe, it is allowed to dry for about 30 minutes till
it becomes touch dry. Before adhering the tape to the pipe, it is advisable to gently heat the synthetic
primer coated pipe by a run of LPG torch. The bottom surface of the tape is heated by LPG Torch or any
heat source. The tape is wrapped either by spiral or circumference method over the pipe. Overlaps are
maintained with a minimum of 12.5 mm. A final coat of White Wash is done immediately over the entire
coated pipe..
Over weld joints, the tape is applied after the necessary welding and testing of the joints are completed. The
procedure for application of tape is the same as bare pipe procedure. Overlaps on each side of the weld joints
are to be 50 mm..

Sl. 
Test
Characterstics Specification
N Method
o.
1 Softening Point ¡Æ C ASTM D-36 65 to 121
2 Thickness Measurement 4mm
Penetration at 25¡Æ C, 100g, 5
3 ASTM D-5 3 to 20
Sec, dmm
4 Filter, % IS 1217 20 to 30
Does Not Drip at
5 Heat Resistance ASTM D-146
100¡Æ C

Tensile Strength , N/5cm, Min


6 Din 52123 >300 >100
Lengthwise Crosswise

5.0.0 LAYING OF PIPELINE


5.1.0 General

Contractor Executive Engineer


326
5.1.1 No material shall be erected unless it has been previously passed by the Engineer Erection of
fabricated shells shall be carried out by the Contractor who shall equip himself, at his cost, with all
necessary tools, machinery, labour etc. required for the purpose.
5.1.2 The contractor shall provide at his cost all the material required such as tapers, distance pieces, bends,
nuts, bolts and gaskets. Flanged joints shall be adopted for valves and butt welding joints or flanged
joints in jointing of delivery pipe.
5.1.3 Concrete saddles for valves and pipe work inside pump house shall be provided by the contractor as
per design and drawings.
5.2.0 Field Welding
5.2.1 Except for routine welding of joints, no other work shall be done in the absence of Contractor's engineer,
either during the day time or at night. Chipping shall not be kept in arrears for more than 15 joints.
Saddle pieces shall be fixed in position after checking bolts holes, by means of templates. These works
shall be done together with the pipe laying work, if pipeline is to be laid above ground in unavoidable
circumstances.
5.3.0 Underground piping
5.3.1 Excavation in trenches
Trench excavation shall include the removal of all materials including the haul of excess material to
disposal area and usable material to a stock pile area upto a distance of 1 kilometer. Excavation in both
common and rock material shall be carried out to the lines and grades shown on the drawings, unless
otherwise specified. Shoring and bracing shall be used to support the sides of trenches wherever
necessary to protect life and limbs of workers.
5.3.2 Disposal
Excavation materials deemed suitable by the Engineer for any purpose shall be stockpiled in required
quantities in the vicinity of the excavation sites involved, as per the approval/directions of the Engineer,
upto a lead of 50 RM. Unsuitable or excess excavation material and debris shall be transported to spoil
areas, as directed and approved by the Engineer at no extra cost. Material shall be end dumped and
graded at these areas. The excavated soil be disposed off by utilizing the same for formation of road
embankment in layer of 25 mm thick along the raising main to a width of 5 mtrs.
5.3.3 Backfill
Backfill shall contain no ashes, rubbish, combustible or decomposable material, nor any other material
which the Engineer suitable for this purpose. If the excavated materials deemed unsuitable by the
Engineer as backfill, the Contractor shall do backfill only with material approved by the Engineer shall be
obtained from locations to be specified. Prior to the lowering and laying of pipe in any trench or
excavation, the Contractor shall backfill and compact the bottom of the trench or excavation to provide
an acceptable bed for placing the pipe.
On completion of testing of pipelines, trenches shall be refilled as per the procedure explained
hereunder:
a) Back filling shall be conducted at all times in such a manner as to prevent damage and abrasion to
coating of the pipe.
b) Placing of backfill above the protected pipe shall be done after conducting necessary tests only in
the presence of the Engineer after his final inspection and acceptance.
c) Immediately after placing and aligning the pipe in the trench and before completing the joint, loose
back fill shall be placed above the pipe to a depth of about 150 mm above the pipe, except at field
joints. This back fill shall consist only of fine soil, sand or other selected backfill.
d) If rocks or other hard objects occur in the back fill along any section of the pipeline, such back fill
shall be screened before being placed above the pipe or at the option of the Contractor, suitable
back fill from other places may be transported to and placed around the pipe in such sections.

Contractor Executive Engineer


327
e) Settlement of back fill in the trench shall be by means of flooding, puddling, tamping or jetting.
Poking with metal rods will not be permitted.
5.3.4 Laying of pipe
Pipes shall be laid underground with a minimum earth cover of 1.00 m. Pipes shall be laid in sections of
500m each. All pipes, fittings and materials shall be tested and approved by the Engineer before being
laid, Any pipes, fittings or material placed before they are tested and approved shall be removed and
replaced with tested and approved material.
The pipe shall be lowered into the trenches by removing only one or two struts at a time. It shall be seen
that no part of the shoring is disturbed or damaged and ; if necessary, additional temporary struts may be
fixed during the lowering operations, It shall also be necessary to see that the PYP Kote coating of pipe
is not damaged in anyway during the lowering and assembling. After the pipe is lowered into the trench,
it shall be laid in correct line and level by using the levelling instruments, sight rails, theodolite, etc.
Care shall be taken to see that the longitudinal joints of two consecutive pipes at each circumferential
joints are staggered by 90°. While assembling the pipes, the ends shall have to be brought close enough
to leave a uniform gap not exceeding 4mm. If necessary, a marginal cut may be taken to ensure a close
fit of the pipe faces. There shall be no lateral displacement between the pipe faces to be joined. If
necessary, spiders from inside and tightening rings from outside shall be used to bring the two ends in
perfect contact and alignment. It may also be necessary to use jacks for this purpose.
In no case shall hammering or longitudinal slitting be permitted. When the pipe is properly assembled
and checked for correct line and level, it shail be firmly supported on wooden beams and wedges and
tack welded. Some portion of the trench may be refilled at this stage so as to prevent the pipeline from
losing its alignment. The tack welded circumferential joints shall then be welded fully. Only experienced
welders, who shall be tested from time to time shall be permitted to carry out the welding work. On
completion of the pipe jointing and external protection, the trench and the welding pits shall be cleaned.
The trench shail be filled and compacted in 150mm layers with the bedding material.
5.3.5 Pipe Supports
Pipe supports shall be of saddle type. Pipe supports shall also be provided for the stretches of the pipe,
where the pipe is to be gradually brought above the ground for crossing any obstructions as shown in
the drawings. The distance between pipe supports shall not exceed 6.0 m centre-to-centre.
Pipe supports designed and shall be taken to a clear depth of at least 1.3 m below ground level and shall
have sufficient height above ground to be able to support the pipe.
There shall be no joints at the location of the pipe supports. The joints shall be located on any one side
of the support, at a minimum distance of 200 mm from the face of the support.
5.3.6 Road Crossings
At road crossings the pipes shall be laid in the encasing pipes, RCC NP3 class pipe shall be used as
encasing pipe/ encased in RCC. The encasing pipe shall project beyond the berm on both sides of the
road,
5.3.7 Valve Chambers, Thrust Blocks/Anchor blocks etc.
The Bidder shall be designed or build valve chambers ands thrust blocks/anchor blocks and such other
miscellaneous structures that may be required at the locations shown by the Engineer and as shown in
the drawings or as may be otherwise specified or directed.
The various structures shall be built as the pipe laying progresses and the Engineer at his discretion
may stop work entirely on the laying of pipe or construction of other structures, until the construction of
the structures already approved by the Engineer are completed by the Contractor.
Valve chambers - Stone masonry/RCC valve chambers shall be provided for all valves. These valve
chambers are of different sizes suitable for air valves and scour valves with RCC pre-cast slabs
covering. They shall be constructed as per approved drawings. Stone masonry valve chamber with
RCC pre-cast cover, shall be constructed as shown in the drawings. It shall have a opening in the side

Contractor Executive Engineer


328
wall for access into it, Outside the valve chambers, for scouring of water, draft channels shall be
provided.
5.3.8 Thrust Blocks:
Thrust blocks shall be designed and provided for both horizontal and vertical bends greater than 10 deg
to effectively transfer the hydrostatic thrust developed during the operation of the raising main, to the
ground. They shall be constructed at the locations shown in the alignment drawings and also places
required as per design and are of the respective dimensions shown therein, depending on the angle of
bends, and the pressures developed in the main. The virgin land surrounding the thrust blocks shall not
be disturbed, to effectively transfer the thrust developed in the main.
5.3.9 Structures for Crossing Canals, Nallas and Other Miscellaneous Structures
Structures for crossing the pipeline over canals/nallahs and other miscellaneous structures not listed in
these specifications but may be required to be built shall be as per construction drawings to be
furnished by the contractor and after getting approval from the Engineer. The materials of construction
and workmanship for those structures shall conform to the relevant Specifications.
5.4.0 Crossings of Roads and Culverts
Deviation Roads as may be necessary for major roads shall have to be constructed as per the
directions by Engineer, which this shall be provided with RCC NP-3 class pipes. Details of such
crossings shall be furnished in construction drawings and got approved.

5.4.1 Above ground piping


5.4.2 The Contractor shall design, supply and install pipes & fittings in strict compliance
with the detailed engineering drawings to be furnished by the contractor and after getting approval from
the Engineer. Deviations if considered necessary to suit site conditions could however be permitted in
consultation with and with prior approval of the Engineer.
5.4.3 All openings in the piping shall be kept effectively closed until assembled in the system to avoid foreign
matter entering into the system All piping shall follow the general arrangement shown, shall be cut
accurately to measurements established for the work by the Contractor and shall be installed without
springing.
5.4.4 All piping shall be installed with adequate clearance for lighting, bracing, doors, windows and other
openings. Piping shall be arranged in the straightest possible runs with minimum amount of fittings.
Flanges of the pipelines, fittings, etc., must be so mounted that top bolt holes are symmetrical about the
vertical axis of the flange. When several pipelines are laid parallel, flanged joints must be staggered.
Joints should be as far as possible located at one-third span from supports and must be avoided in the
middle of the span.
5.4.5 Openings provided in the walls for pipelines must be closed with bricks or mortar with 10 to 20 mm
clearance between the brick work and pipe. The clear space must be stuffed with felt or asbestos.
5.4.6 The Contractor shall supply/ fabricate and install pipe supports and all that is necessary to completely
support all the piping and piping components including but not limited to beam clamps, pipe clamps,
fabricated structural supports, guides and anchors, brackets saddles, U-bolts, etc. Also supporting
members required in addition to building structure shall be furnished and installed. Concrete pedestals
for supporting the pipes as well as valves are also included in the Contractor's scope of work.
5.4.7 The jointing of pipes and fittings shall be made as described under underground piping.

6.1.0 Epoxy primer coat for inner surface of pipe.

Contractor Executive Engineer


329
6.1.1. Preparation of Pipe Surface -
The interior surface of pipe to be lined shall be cleaned to remove a!! rust, chemical or other deposits,
loose and deteriorated remains of old coating materials, oil, grease, and ail accumulations of water, dirt,
and debris. The cleaning of the surface shall be carried out by the use of suitable chemical or
mechanical means with the approval of Engineer. The extent of cleaning shall be to the satisfaction of
the Engineer. All loose mill scale, dirt, rust, and accumulation of construction debris shail be removed
from the interior off the steel pipeline. The pipeline shall be cleaned by use of a power-driven cleaner
incorporating revolving brushes on rotating arms. After this cleaning the pipe shall be flushed with
potable water and all standing water removed.
6.1.2 Providing with 1 coat of 40 micron thick zinc rich epoxy primer painting and 4 coats of each 100
micron thick coat coal tar epoxy paint for inner surface of pipe line.

7.0.0 INSPECTION AND TESTING AT WORKS AND SITE


7.1.0 General
7.1.1 All works and material under specification will be rigidly inspected during all phases of manufacture and
testing and such inspection shall not relieve the Contractor of his responsibility to furnish materials and
perform work in accordance with this specification.
The Contractor shall notify the Engineer, in advance of the production of materials and fabrication
thereof, in order that the Engineer may make arrangements for mill and shop inspection
7.1.3 The Engineer may reject any or all materials or work that do not meet with any of the requirements of
this specification The Contractor shall rectify or replace such rejected material/performed work at his
own cost, to the satisfaction of the Engineer.
7.1.4 The Engineer shall have free access to those parts of all plants or any other premises and sites that are
concerned with the furnishing of materials or the performance of work under this specification.
7.1.5 The Contractor shall furnish to the Engineer's inspector, reasonable facilities and space without charge
for inspection, testing and obtaining of any information he desires in respect of the character of material
used and the progress and manner of the work.
7.1.6 The Contractor shall supply free of cost and required specimen of materials for testing by the Engineer
at any time during the progress of work and shall bear the cost of ail such tests or retests to the
satisfaction of Engineer.
7.1.7 The Contractor shall provide 2 (two) sets of accurate 'Go' and 'No Go' ring gauges to measure the
diameter of pipes specials and fitting for the use of the Engineer at no extra cost.
7.2.0 Ultrasonic and Radiographic tests of Welded Joints
7.2.1 For the mild steel pipes manufactured in site factory/workshop, fabricated from mild steel plates / coils,
50 % of the welded joints shall be subjected to ultrasonic test.
7.2.2 In case of field joints 100% of the joints at random shall be subjected to radiography test. In case of
failure of joints the contractor shall be required to carry out radiography of thrice the number of field
joints failing during the radiography test Even after such radiography testing, if any one of the joint fails,
the contractor shaii be required to carry out radiography of joints on all field welded joints i.e. 100 %
basis.
7.2.3 The weld ripples or weld surface irregularities, on both inside and outside shall be removed by any
suitable mechanical process to a degree such that resulting radiographic contact due to any remaining
irregularities cannot mark or be confused with that of objectionable defect. The radiograph shall be m
ade in strict accordance with the latest requirements and as per the latest and most efficient technique
either with X-ray or gamma ray equipment.
7.2.4 The photographs are to be marked in such a way that the corresponding portion of the welded seam
can be readily identified. All radiographs will be reviewed by the Engineer to identify the defect and
Contractor Executive Engineer
330
determine those which must be removed. Defects that are not acceptable shall be removed by chipping,
machining or flame gouging to sound metal and the resulting cavities shall be welded. After rectification,
the joint is to be radiographed again to prove the quality of the repair. The Engineer based on the latest
standards prescribed by Indian Standard specification will judge the radiographs as acceptable or
unacceptable.
7.2.5 All X-ray shall be made with equipment and by personnel furnished by the Contractor. Films shall be
developed within 24 hours of exposure and be readily accessible at all times for inspection by the
Engineer The Contractor shall provide for the use of the Engineer suitable X-ray viewing equipment. X-
ray films shall be properly maintained by the Contractor and shall be handed over to the department on
completion of the Contract. All films shall be identified by the No. and chart prepared indicating location
of the joint each X-ray photo represents. In the event of additional radiographic inspections required of
any work associated with the pipe erection, the Radiographer at the discretion of the Engineer shall
perform such inspection.
7.3.0 Radiographic Inspection
7.3.1 The Contractor shall make available to the Engineer a certified copy of the records of the qualification
tests of each welder and welding operator The Engineer shall have the right at any time to call for and
witness tests of welding procedure or of the ability of any welder and welding operator. Radiographic
Inspection of welded joints All welded joints to be radiographed shall be examined in accordance with
the following:
IS : 2595-1978 Code of Practice for Radiographic Testing
IS : 4853-1982 Recommended Practice for Radiographic Inspection of Fusion Welded Butt joints in
Steel Pipes.
IS :1182-1983 Recommended Practice for Radiographic Examination of Fusion Welded Butt-Joints in
steel plates.
IS :2598-1911 Safety Code for Industrial Radiographic Practice. The reinforcement on each side of all
butt welded joints shall not exceed 1,5 mm
7.3.2 A complete set of radiographs and records as described in IS : 2595, Clause 14, for each job shall be
retained by the Contractor and kept on file for a period of at least five years. Radiographers performing
radiograph shall be qualified in accordance with SNT-TC-1A, Supplements and Appendices
^Recommended Practice for Non destructive Testing Personnel Qualification and Certification' 5
published by the American Society for Non destructive testing as applicable for the technique and
methods used. Final acceptance of radiographs shall be based on the ability to see the prescribed
pentameter image and the specified hole. The acceptance criteria for radiography of the joint shall be
as per IS-10234/1990 or as per API A104 standard.
7 4.0 Shop Hydraulic Testing
7.4.1 After fabrication, but before application of protective coatings ail pipes and specials shall be subjected
to a shop hydraulic test. Standard lengths of pipes shall be directly subjected to test and non-standard
pipe and elbows can be tested as standard pipe before being cut to size. The test pressure shall ensure
that the plate material works is stressed to 40% of the specified minimum tensile strength which will give
test pressure as per IS-3589,
7.4.2 Each pipe shall be filled with water and the pressure slowly and uniformly increased until the required
test pressure is reached. The pipe to be tested shall be given a serial no. which shall be painted on its
inside together with details such as pipe No. Shell thickness, diameter, length etc, as directed. It shall
be entered in the register to be maintained by the Contractor
7.4.3 Prior to testing, the pipe shall be inspected thoroughly and all the apparent defects in welding such as
jumps, porosity etc, shall be repaired by gouge and re-welding.
74.4 The hydraulic test shall be carried out under cover at the fabrication shop, in the presence of and to the
satisfaction of the Engineer or the inspection agency appointed by the Engineer. For indicating the

Contractor Executive Engineer


331
pressure inside the pipe an accurate pressure gauge of approved make duly tested and calibrated for
the accuracy of readings shall be mounted on one of the closures which close the pipe ends.
7.4.5 The pressures shall be applied gradually by approved means and shall be maintained for atleast 10
seconds or till the inspection of all welded joints is done during which time the pipe shall be hammered
throughout its length with sharp blows, by means of a 1 kg, hand hammer. The pipe shall withstand the
test without showing any sign of weakness, leakage, oozing or sweating. If any leak or sweating is
observed in the welded joints, the same shall be repaired by gouging and re-welding after dewatering
the pipe. The repaired pipe shall be re-tested to conform to the specified pressure. If any leak or
sweating is observed in pipe shell the pipe under test shall be rejected temporarily. The Contractor shall
stack such rejected pipes separately in his yard. The Engineer, shall inspect the same and after taking
cuts if necessary, shall determine the nature of repairs to be carried out thereon and shall then decide
as to how and where they shall be used.
7.4.6 The Engineer shall be supplied with two copies of the results of all the tests carried out.
7.4.7 After the hydraulic tests on the specials and other items, the number of the shell in the line as it will be
erected and the direction of flow shall be stamped in a prominent manner on each piece.
7.4.8 A register shall be maintained in suitable proforma giving the following information for each shell tested:
Serial No.
Shell No.
Date of test
Thickness and specification ot steel Weight ot shell tested Maximum test pressure detailsof test
performance Details of radiographic examination of welds Name of Engineer's representative
witnessing tests.
7.4.9 A copy of these details shall be furnished to the owner free of cost. No separate payment will be made
for these markings and the rates for the items concerned shall be deemed to include the cost of such
marking.
7.5.0 Testing of Site Welded Joints
7.5.1 The welded joints shall be tested for Tensile test, Bend test &Tre-panned plug in accordance with
procedure laid down in as per the latest edition of IS No. 3600 "code of procedure for testing of fusion
welded joints and weld metals in steel"
7.5.2 Test pieces shall be taken by the contractors from the welded joints at the position on fabricated pipes
pointed out by the Engineer in-charge.
7.5.3 The sample so taken shall then be cut to the exact shape and dimensions and machined as described
below and handed over to the Engineer-in-charge for testing All the work upto and including machining
and arranging for test shall be done by the contractors.
7.6.0 Field Hydraulic Testing
7.6.1 After erection at site and after the concrete anchor blocks have been constructed, the section of the
pipeline shall be subjected to a hydraulic test as follows, to the test pressure as mentioned below:
7.6.2 The pressure test shall be conducted as per IS-5822-1986.
During the test, the pipe shall be struck sharp blows with 1 Kg hammer. Water shall not spout, ooze or
sweat either through joints-welded or bolted or the body of the pipe. If any leakage noticed shall be
repaired by the Contractor, which shall include coating and repairing of the damaged portion. Repairs
and replacements and further testing including the cost of the plates and other raw materials shall be
carried out by the Contractor at his own cost
7.6.4 If any leakages are observed during the defects liability period due to defective workmanship or
material supplied by the Contractor, he shall repair the same to the entire satisfaction of the Engineer,
at his own cost. The Engineer shall assist the contractor in identifying the source & in obtaining

Contractor Executive Engineer


332
permission for drawing of water for field-testing of pipe The contractor shall pay for the water and carry
the water to the test location at his cost
7.6.5 The cost of hydraulic testing of the installation by providing necessary testing equipment, pumping the
water, creating and maintaining pressure, and the necessary bulk heads and their fixtures, and their
subsequent removal and restoring the installation to working condition. This shall be included in the
rate for laying and testing of the pipe.

Contractor Executive Engineer


333
SECTION-8
BILL OF QUANTITIES
SCHEDULE-B OF PART-A
(TURN KEY)
ENCLOSED SEPARATELY

Contractor Executive Engineer


334
SCHEDULE OF PRICE BREAKUP IN SUPPORT OF LUMPSUM QUOTED AS PER SCHEDULE 'B'

AMOUNT IN LAKHS
1. CIVIL WORKS:-

1) Civil work for Construction of Raising Main with Structures

2) Construction of Sub station ( Control Room, Ducts, Equipment, Foundations, Fencing.etc)

2. 11/3.3 KV TRANSMISSION LINE AND TRANSFORMER YARD:-

1)Transformer 11/3.3 KV 2 x 1.2 MVA

2) HT metering cubicle

3) HT cable

4) GOS + DOLO fuse

5) Lighting Arrester

3) Earthing

V.T. PUMPSETS & ACCESSORIES


SCHEDULE OF PRICES (SPARES)

SL. UNIT TOTAL


PARTICULARS
NO. PRICE PRICE
1 One impellor
2 Line shaft bearing (one set) for pump
3 Thrust & guide bearing for pump &motor
Packing (one no.)
5 Gland packing (one set).

SIGNATURE
Contractor Executive Engineer
335
NAME
DESIGNATION
DATE
COMPANY SEAL

(B) ELECTRICAL SPARES – VT PUMP


Sl. Exci Description. Un Qty Unit C Frei Any Total Total
No. Se It Ex- S Ght Other Cost Cost.
Duty Works T & Tax /
Price Insur- Unit
ance
1.1 CTS with
accuracy &
burden as
specified and
with following
ratios.
2 1200 / 1A for No. 1
metering and
2(a) 1200 / 1A for No. 1
protection
3. 100 /1 A No. 1
metering
4. 100 /1A for No. 1
protection.
5. 10 / 1A No. 1
6. 15 /1A CBCT No. 1
VTS with
II Following No. 1
rations and
burdens.
1 3.3 KV 3/110 No. 1
V 3/110V 3-
10VA
2 KV 3/ 110V No. 1
3/110V 3-
10VA
III Relays as per No. 1
specification
comprehensive
motor
1 Protection No. 1
relay
2. High speed No. 1
Tripping relay.
3. IDMT over No. 1
current relay.
4. Under voltage No. 1
relay.
5. Under voltage No. 1
relay.

Contractor Executive Engineer


336
6. IDMT Earth No. 1
fault relay.
7. Trip coil No. 1
supervision
relay.
8. Define time No. 1
o/c relay.
9 Static biased No. 1
Tr. Differential
relay
Trip coil for
3.3 KV.
IV Ammeters No 2
1 0-125- A/ No 2
1600 A
2 0-2255 to 600 No 1
A
3 0-10 A No. 1
4. 0-60 A No. 1
VI Voltemeter.
1. 0-7.2 kv No. 1
2. 0-433 v No. 1
3. 0-125 Kv No. 1
VII Wattmeter
0-50 MW No. 1
VIII VAR meter.
0-2 MVAR No. 1
IX Control
switches
1 Breaker No. 1
ON/OFF
control switch
2 Locol/ emote No. 1
selector
switch.
X Indicating No. 10
lamps (110
VDC)
XI 3.3 KVclass No. 3
10A fuses
XII 3.3 KV class No. 3
PT fuses.
XIII Ratings
63 a, No. 6
25A,16A,10A Each
5A
XIV Control circuit
fuses of diffire
nt ratings.
10A,6A,4A,2A No. 6
1A Each.

Contractor Executive Engineer


337
XV MCCBS of
following
ratings.
1 MCCB 16A 3 No. 1
PH
2. MCCB 63 A 3 No. 1
PH
3. MCCB 25 A 3 No. 1
PH
4. MCB 16A 1 No. 1
PH
XVI Temperature No. 1
scanner for
motor feeder.

TOTAL COST

Signatue of the bidder with seal.

© PRICE SCHEDULE FOR SPARES FOR SUBSTATION EQUIPMENT

UNIT PRICE
INCLUSIVE OF
EC, PURCHASE
TAX, ENTRY
TAX, WCT,
PACKING AND TOTAL
Sl.No. DESCRIPTION UNIT QTY FOR WARDING, COST
FREIGHT, ( 4 X 5)
INSURANCE,
AND ANY OTHER
APPLICABLE
DUTIES, TAXES
AN LEVELS

1 2 3 4 5 6
1 Spares for 11 KV
circuit breakers
a) One complete pole unit No. 1

b) Spare motor with No. 1


operating mechanisum
2 Spare for current
transformers and
potential transformers
a) Single phase unit of PT No 1

b) Single phase unit of CT No. 1


for transformer
3 Spares for lightning
arrestors
a) Single phase unit with No 2
base and discharge
counter.
Contractor Executive Engineer
338
TOTAL

(D) SPARES FOR TRANSFORMER

Sl.
Particulars Quantity
No.
1 2 3
1 Gasket 1 Set
2 Thermometer 1 Set
3 Magnetic Oil Level gauge 1 Set
4 Driving Motor for OLTC 1 Set
5 Buchholtz relay 1 Set
6 Silica get breather 1 No.
7 Relief Pipe Diaphram 1 No.
8 Insulating Oil 10% of total capacity

MAINTENANCE TOOLS AND PLANT FOR SUBSTATIONS EQUIPMENTS


1. Telescopic Ladder Aluminum 6 Mtr. Height 1 Nos.
2. Ring Spanner Set 1 Set
3. Tube Spanner Set 1 Set
4. Pipe Wrench 24” 2 Nos.
5. Pipe Wrench 18” 2 Nos.
6. Hydraulic Crimping Tool Up To 1000 Sqm. 1 Set
7. Rubber Hand Cloves ( 15 Kv Tested) 3 Pairs
8. Hand Torch-5 Cells And 3 Cells 2 Sets
9. Insulated Cutting Plier 12” & 8” Size 3 Nos.
10. Line Live Tester 2 Nos.
11. Screw driver 18”&12” 3 Nos.
12. Hammer 8 LBS. 2 Nos.
13. Hammer 2 LBS. 2 Nos.
14. Allon Keys 1 Set.
15. Box Spanner 1 Set.
16. Insulation Megger 2.5–5 Kv 1 Nos.
17. Insulation Megger 500 V 1 Nos.
18. Transil Oil Diclectric Breakdonw test Kit 1 No.
19. SF6 Gas Leake detector 1No.
20. Multimeter Electoro Mechanical 1 No.
21. Multimeter Electromechanical 1 No.
22. Hydrometer to check specific gravity of battery 1 No

Contractor Executive Engineer


339
23. DC Volt Meter Range – 5V to + 5V 1 No.
24. Portable Oil Pump (1/2 HP Air Pump 600 to 1000 1 No.
Gallons)
25. Chain Pulley Block 5 Ton. 1 No.
26. Hydraulic Jack 5 Ton 4 Nos.
27. Pipe Derrick 1 Set.

LIST OF TOOLS – EOT CRANE

1 Portable screw jack mechanical type of suitable cap for 2 Nos.


withdrawal of CR & CT wheels.
2 Spanner de 1 Set.
3 Adjustable spanners 1 Set.
4 Screw driver 8” & 6” 1 Each.
5 Cutting Pliers 1 No.
6 Spirit level 1 No.
7 Grease Gum 1 No.
8 Hammer 5 lb, 2 lb, 1 lb. 1 No.
9 Oil Can 1 No.
10 Pipe Wrench Set 12” /18”/24”/36” 1 Each.

Contractor Executive Engineer


340
SECTION-9
BILL OF QUANTITIES
SCHEDULE-B OF PART-B
(Item rate )
ENCLOSED SEPARATELY

Contractor Executive Engineer


341
SCHEDULE ‘B’
SCHEDULE OF PRICES
Name of work: Scheme for lifting of water from Dandiganhalli branch canal at Chainage:
17.725 KM near Duthnur kaval village to irrigate 1862 Ha of Channarayapatna taluk and
Arsikere taluk, Hassan district including detail design, investigation and construction of Head
works including elecrtrial works, electro-mechanical components, Main canal, distributaries,
Minors and commissioning with O &M of the scheme for 5 years period. under 3rd stage of
Kachenahalli lift scheme. ON COMBINATION OF TURNKEY TENDER AS PART–‘A’ AND Item
rate TENDER AS PART-‘B’.

SCHEDULE ‘B’ (PART A)


Sl. Total lumpsum
Description of item
No. contract price

1 " Scheme for lifting of water from Dandiganhalli branch canal at


Chainage: 17.725 KM near Duthnur kaval village to irrigate 1862 Ha
of Channarayapatna taluk and Arsikere taluk, Hassan district
including detail design, investigation and construction of Head works
including elecrtrial works, electro-mechanical components, Main
canal, distributaries, Minors and commissioning with O &M of the
scheme for 5 years period. under 3rd stage of Kachenahalli lift
scheme"-PART-A

The lump sum price to be quoted shall include all the costs including GST. Quoted price shall also include the
charges towards O & M for a period of 5 years from the date of commissioning and shall not include the charges
payable towards power supply deposits to be paid to MESCOMS.

PRICE BREAKUP AGAINST QUOTED LUMPSUM PRICE

Item
Description of Item Amount in lakhs Amount in words
No.

1 “Design, Supply, Installation, Testing and Commissioning


of Lift Irrigation system (Head Works Rising Main, Thrust
blocks, Anchor blocks, Valves and surge protection
works , Electrical & Electro mechanical works etc.,).

Item
Description of Item Amount in figure Amount in words
No.

Contractor Executive Engineer


342
2 Supply of recommended spare parts for all equipments,
required for 5 years operation and maintenance for Lift.
Note:-List of spares with price breakup sheet to be enclosed.

Item
Description of Item Amount in figure Amount in words
No.

3 Price for technical manpower required for operation of


substation, pumping machinery for a period of 5 years
after the date of completion.
i) Lift Head work, Rising main
ii) Canal network

SCHEDULE ‘B’ (PART B)

Sl.
Description of item contract price
No.

1 " Scheme for lifting of water from Dandiganhalli branch canal at


Chainage: 17.725 KM near Duthnur kaval village to irrigate 1862 Ha
of Channarayapatna taluk and Arsikere taluk, Hassan district
including detail design, investigation and construction of Head works
including elecrtrial works, electro-mechanical components, Main
canal, distributaries, Minors and commissioning with O &M of the
scheme for 5 years period. under 3rd stage of Kachenahalli lift
scheme"-PART-B

The lump sum price to be quoted shall include all the costs including GST. Quoted price shall also include the
charges towards O & M for a period of 5 years from the date of commissioning.

Contractor Executive Engineer


343
SCHEDULE OF PRICE BREAKUP IN SUPPORT OF LUMPSUM QUOTED AS PER SCHEDULE “B”
PART A

MECHANICAL WORKS:-
Ex-works price per Freight Packing Insurance GST Cost of Erection price Price per Quantity Amount
unit forward ing one set + GST set
Mechanical works
1 2 3 4 5 6 7 8 9 10
Pumps and motors
Valves (sluice valve/NR
valve/air valve
Mechanical
supports/disconnecting
joints
MS Manifold and piping
suction and delivery
(inside pump house)
-------------------------------
-------------------------------
-------------------------------
---------------
MS Rising mains

3. ELECTRICAL WORKS INSIDE PUMPHOUSE

Contractor Executive Engineer


344
Ex-works Freight Packing Insurance GST Cost of Erection Price Quantity Total Amount
Electrical works inside pump price per forwarding one set price + per
house unit GST set

1 2 3 4 5 6 7 8 9 10
1. a) HT panel
b) Power factor capacitors
c) HT soft starters

2. HT cable (incoming)
3. HT cable(pump feeder)
4. Earthing
5. Auxiliary transformer
6. MV switch board
7. LT cabling feeders for crane,
battery charger etc.,

8. Battery charger with set of


battery
9. DC distributory board

10. Remote control panel

11. Miscellaneous electrical


works

ELECTRICAL WORKS – SUB-STATION :

Contractor Executive Engineer


345
Ex-works Freight Packing GST Erection price Total price Quantity Amount
Electrical works – sub-station price per unit forwarding Insurance Cost of + GST per set
one set
1 2 3 4 5 6 7 8 9 10
(i) Sub-station equipments
a) Power transformer with OLTC and
accessories capacity----------- MVA

c) SF6 circuit breaker


e) GOS quantity
f) CTs/PTs quantity
g) VCBS quantity
h) Control and relay panel
i) Out door structure quantity(MT)

j) Station earthing
LOT
k) Control cables
LOT
l) Lightning arrestors ---------- sets

m) Battery and battery charger


n) Yard lighting
o) Testing and commissioning

Contractor Executive Engineer


346
Schedule of spares

Sl. No. Particulars

1 One Impellor

2 Line shaft bearing (One set) for pump

3 Thrust & guide bearing for Pump & Motor

4 Door Seal (One No.) &Trunion

5 packings (One set) for B.F. valve

6 Gland packing (One set)

MAINTENANCE TOOLS & PLANT


1. Telescopic ladder Aluminium 6 mtr. height - 1 No.
2. Ring spanner set - 1 set
3. Tube spanner set - 1 set
4. Pipe wrench 24” - 2 nos.
5. Pipe wrench 18” - 2 nos.
Contractor Executive Engineer
347
6. Hydraulic crimping tool up to 1000 Sqm. - 1 set
7. Rubber hand gloves (15 KV tested) - 3 pairs
8. Hand Torch – 5 cells and 3 cells - 2 set each
9. Insulated cutting pliers 12” & 8” size - 3 nos. each
10. Line live tester - 2 nos.
11. Screw Driver 18” & 12” - 3 nos. each
12. Hammer 8 lbs. - 2 nos.
13. Hammer 2 lb. - 2 nos.
14. Chain Pulley block 5 Ton. - 1 no.
15. Hydraulic jack 5 Ton. - 4 nos.
16. Pipe derrick - 1 set
17. Allon keys - 1 set
18. Box spanner - 1 set
19. Insulation Megger 2.5 – 5 KV - 1 no.
20. Insulation megger 500 V - 1 no.
21. Hydrometer to check specific gravity of battery - 1 n o.
22. DC volt meter range – 5V to + 5V
23 Grounding rod 2 nos. - 1 no.

Contractor Executive Engineer


348
SECTION-10

FORMS OF SECURITIES

Contractor Executive Engineer


349
FORMS OF SECURITIES.

Acceptable forms of securities are annexed. Bidders should not complete the performance and
advance payment security forms at this time. Only the successful bidder will be required to
provide performance and advance payment securities in accordance with one of the forms or in
similar forms acceptable to the employer.

Annex A: Performance Bank Guarantee


Annex B: Bank Guarantee for Advance payment

Contractor Executive Engineer


350
PERFORMANCE BANK GUARANTEE.

TO: _________________________________________________ [name of Employee]


___________________________________________________[Address of Employee]
WHEREAS [name and address of Contractor]

(hereinafter called “the Contractor”) has undertaken, in pursuance of Contract No. dated
to execute
[name of Contract and brief description of works] (hereinafter called “the Contract”);
And whereas it has been stipulated by you in the said contract that the contractor shall furnish you
with a bank guarantee by a recognized bank for the sum specified there in as security for
compliance with his obligations in accordance with the contract.
And whereas we have agreed to give the contractor such a bank guarantee;

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf
of the Contractor, up to a total of _________________ [amount of guarantee in words]. Such
sum being payable in the types and proportions of currencies in which the Contract price is
payable, and we undertake to pay you, upon your first written demand and without cavil or
argument, any sum or sums within the limits of [amount of guarantee] as
aforesaid the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the Contractor before
presenting us with the demand.
We further agree that no change or addition to 01 other modification of the terms of the Contract
or of the Works to be performed there under or of any of the Contract documents which may be
made between you and the Contractor 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 shall be valid until 28 days for the date of expiry of the Defects Liability period.
Signature and Seal of the Guarantor._________________________
Name of Bank _________________________________________
Address _______________________________________________
Date ___________
An amount shall be inserted by the Guarantor, representing the Item rate of the Contract price
specified in the Contract including additional security for unbalanced Bids, if any and denominated
in Indian Rupees.

BANK GUARANTEE FOR ADVANCE PAYMENT


Contractor Executive Engineer
351
TO: ___________________________________________[name of Employee]
_________________________________________[Address of Employee]
________________________________________ [name and address of Contractor]
Gentlemen:
In accordance with the provisions of the Conditions of Contract, sub clauses 51.1 (“Advance
Payment”) of the above-mentioned Contract, ____________________________name and
address of Contractor] (hereinafter called “the Contractor”) shall deposit with [name of
Employer]~bz.uk guarantee to Guarantee his proper and faithful performance under the said
clause of the Contract in an amount of
[amount of guarantee] _______________________[in words]
We, the ______________________[bank or financial institution], as instructed by the Contractor,
agree unconditionally and irrevocably to guarantee as primary obligator and not as Surety merely,
the payment to [name of Employer] on his first demand without whatsoever
right of objection on out part and without this first claim to the Contractor, in the
mount not exceeding [amount of guarantee]' [in words].
We further agree that no change or addition to or other modification of the terms of the Contract or
of Works to be performed there under or of any of the Contract documents which may be made
between [name of Employer and the Contractor, 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 shall remain valid and in full effect from the date of the advance payment under the
Contract until _________________________________[name of Employer]receives full
repayment of the same amount from the Contractor.

Yours truly,
Signature and Seal of the Guarantor.
Name of Bank.
Address
Date
1. An amount shall be inserted by the bank or financial institution representing the amount of
the Advance payment, and denominated in Indian Rupees.

Contractor Executive Engineer


352
SECTION - 11

SCHEMATIC DIAGRAM
& DRAWINGS Enclosed
Separately

Contractor Executive Engineer


353
For tender purpouse only

Contractor Executive Engineer


354
tender purpouse o

For tender purpouse only

Contractor Executive Engineer


355
For tender purpouse only

Contractor Executive Engineer


356
For tender purpouse only

Contractor Executive Engineer


357
Contractor Executive Engineer
358
For tender purpouse only

Contractor Executive Engineer


359
Contractor Executive Engineer
360
Contractor Executive Engineer
361
SECTION - 12

ANNEXURES

Contractor Executive Engineer


362
TECHINICAL PARTICULARS OF PUMPS OFFERED

I EQUIPMENT AND SERVICES OFFERED


1 Pump as per specification Yes/No
2 Motor or the prime mover Yes/No
3 Necessary instruments, test connections Yes/No
4 Foundation bolts Yes/No
5 Base plate Yes/No
6 Companion flanges Yes/No
7 Suction strainer Yes/No
8 Prefabricating tank with Accessories Yes/No
9 Spare parts Yes/No
10 Maintenance & Special erection tools Yes/No
11 Pump set Erection and Commissioning Yes/No
12 Operation & Maintenance Yes/No
II PERFORMANCE GUARANTEE
1 Manufacture's name
2 Type of pump offered
3 Number of pumps offered
4 Maximum Capacity of each pumps
5 Rated capacity of each pump
6 Maximum head in meter
7 Duty point parameters

a. Specified head without losses : m


b. Friction loss ion Column assembly : m.
c. Discharge head loss : m
d. Suction loss + any other applicable head
loss component :

Contractor Executive Engineer


363
e. Bowl assembly head :
f. Bowl input power in KW :
g. Line shaft loss in KW
h Thrust bearing loss in KW & any other Applicable power loss component
i. Power input to pump in KW :
j. Minimum guaranteed pump efficiency at specified duty point
k. Minimum guaranteed motor efficiency at :specified duty point
l. Power input to motor in KW at specified duty point (For evaluation purpose)
8 Range of head at which the pump can work
9 Pump losses at rated capacity :
10 Discharge head at rated capacity :
11 Maximum head developed by pump :
12 Shut off head :
13 Pump speed in RPM :
14 Critical speed :
15 Efficiency at rated capacity :
16 Range/head curve enclosed :
17 Power requirement at rated capacity in KW :
18 Transmission & thrust bearing losses in KW :
19 Bearing cooling water, required in cubic meter/hr :
20 Quantity & pressure in KG/cubic Cm :
21 Number of stages :
22 Type of impeller :
23 Dimension of impeller :
24 Weight of impeller :
25 Clearance between impeller and bowl :
size of the suction bed
26 Whether intake strainer provided :
27 Type of coupling offered :
28 Type of drive transmission. :
29 Type of stuffing box sealing offered :
30 Location of Thrust load on thrust bearing
31 Hydraulic thrust load on thrust bearing
i) at duty point

Contractor Executive Engineer


364
ii) At shut-off condition
32 Type of pump lubrication
33 Non reversible rachet provided
34 Diameter of the water column in mm
35 Size of suction bell in mm
36 Discharge pie in mm
37 Flange drilling standard
3G Height at which discharge elbow is provided
39 Whether dimension drg. Furnished
40 Peak value of the vibration of the pump motor assembly
41 Peak value of the noise level of the assembly.
42 Vertical load particulars
a. Wt., of pump only in (Dry) Kgs
b. Wt of water column in Kgs
c. Wt of pump with water in kgs
d. Wt of motor in Kgs
e. Wt., of pump motor assembly (Dry) in Kgs
f. Vertical Dynamic load of pump assembly with applicable tolerant
g Total Vertical dn., load of pump & motor assembly with applicable tolerance
h Unbalanced dyn., force at rated head & rated discharge
43 Point & direction of action of hydraulic thrust (to be furnished in the form of
sketch)
44 Hydraulic thrust load
a. At duty point
b. At shut-off condition
45 Place where the performance test of the equipment carried out.
III DELIVERY PIPE & MANIFOLD
A) Manifold details
i) Overall size (L X B)
ii) Type of steel used

Contractor Executive Engineer


365
iii) Type of construction
iv) Test pressure and duration
v) Type of coating used to reduce corrosion and also friction
vi) Type of coating on the outside
vii) Type of welding
viii) Type of weld tests proposed to be carried out.

B) BEFORE MANIFOLD

1 No. of runs
2 Inner diameter
3 Thickness of plate
4 Type of steel used
5 Design velocity
6 Test pressure & duration
7 Type of coating used to reduce corrosion & also friction
8 Type of coating on the outside
9 Type of welding
10 Type of weld tests proposed to be carried out
11 Total length.
C) AFTER MANIFOLD
1 No. of runs
2 Inner diameter
3 Thickness of plate
4 Type of steel used
5 Design velocity
6 Test pressure & duration
7 Type of coating used to reduce corrosion & also friction
8 Type of coating on the outside
9 Type of welding

Contractor Executive Engineer


366
10 Type of weld tests proposed to be carried out

IV) MATERIALS OF CONSTRUCTIONS.


1 Base plate
2 Discharge elbow/discharge head
3 Column pipe
4 Suction bell
5 Impeller bowl

6 Discharge casing
7 Impeller
8 Impeller wearing rings
9 Head Shaft
10 Line Shaft
11 Impeller Shaft
12 Shaft couplings
13 Line bearing
14 Suction strainer
15 Stuffing Box
16 Shaft sleeves
V) MATERIALS OF CONSTRUCTION
1 Inspection and test certificates as per specification will be furnish
VI) DIMENSIONS
VII) OTHER DETAILS
Maximum duration for which pump can be operated under
a Shut off condition
b Failure of bearing lubrication and cooling system

SEAL SIGNATURE
DESIGNATION
Contractor Executive Engineer
367
COMPANY
DATE

TECHNICAL PARTICULARS OF INDUCTION MOTORS


GENERAL
1. Application
2. Manufacturer
3. Applicable Standard
4. Number of units
5. Type of motor
RATING
1. Continuous rating in KW
2 Continuous over load capacity in KW
3 Rated voltage
4 Rated frequency
5 Allowable variation in
a Voltage

Contractor Executive Engineer


368
b Frequency
c Combined
d Permissible unbalance in supply voltage
6 RPM
DUTY
1. Type of duty (Cl 9.2 of IS 325 or equivalent)
2 Duty designation (Cl. 9.3 of IS 325 or equivalent)
3 Factor of Inertia
4 Current
a Full load.
b Starting
5 EFFICIENCY
a At full load
b At half load
c At quarter load
6 POWER FACTOR
a At full load
b At half load
c At quarter load
7 STARTING
1 Soft starter technical particulars
2 Maximum torque
3 Starting torque % full load torque
4 pull out torque % full load torque
5 Ratio of starting current to rated current

INSULATION

1 Class of insulation
2 Reference ambient temperature /Deg C
3 Maximum temperature rise in winding at rated
capacity in Deg C.
1 TERMINAL BOX
a Location as seen from non-drive end Right /left
b Ratings
Short time current KA (RMS)
Duration seconds K.A (Peak)
c Cable entry
d Maximum size of cable that it can take
e Phase segregated
f Size of box

Contractor Executive Engineer


369
g Faults with stand capacity at rated voltage
2 EXTERNAL CABLE DETAILS
a Type
b Number of cores
c Size
INSTALLATION
1 Location
2 Hazardous area division (IS:5572 or equivalent)

ENCLOSURE

1 Type of enclosure
2 Designation for degree of protection
3 Normal winding connection
4 Type and No. of terminals brought out
5 Whether motor is dust proof
6 Whether motor is vermin proof
7 Type of cooling
8 Dimensions.
OTHER DETAILS
1 Shaft orientation
2 Mounting symbol (IS:2253 or equivalent)
3 Type of coupling
4 Whether half flange required YES/NO
5 Rotation as seen from top clock wise/ anticlockwise
6 Type of bearing, drive end/non drive end

7 Whether bed plate provided YES/NO


8 Color shades of paint if special
9 Pads for vibration pickup YES/NO provided
10 Weight of stator
11 Weight of the rotor
12 Total weight of motor
13 Whether lifting lugs provided
14 Whether the starter frame and other metals treated for rust removal and coated with
treated for rust
Removal and coated with rust resistant primer and three coats of epoxy paint.
ADDITIONAL DETAILS

1 Type and frame size


2.0 Starting time
2.1 With 100% voltage at terminals
2.2 With 85% voltage at terminals
2.3 With 80% voltage at terminals
3 Safe stall time at 100% rated voltage and under hot condition
Contractor Executive Engineer
370
4 Particulars at rated voltage and frequency
a Starting time
b Pull out torque
c Pull up torque
5 Minimum voltage required under starting' conditions to accelerate driven equipment
to rated speed
6 Permissible running time at full load at minimum allowable voltage
7 Locked rotor current with stand time (safe stall time)
8 Stator thermal time constant
9 Whether suitable for
a) 3 equally spread starts per hour
under normal service conditions
b) 2 Starts in quick succession with

cold machine at room temperature

c) One hot restart


10) Space heaters
a) Voltage
b) Rating (Total)
c) Separate terminal box provided
11) Cable gland included in Contractors YES
Scope of supply
12) Type and range of cables that can be
Used with the cable glands for
a) Main terminals
b) Space heater terminals
d) Terminal of motor for control valve

13) Two earthing pads with nut/bolt

Arrangement provided on opposite


Sides, each suitable to receive
Purchasers conductor (Material and size)
14) Winding temperature detectors
a) Type
b) Number and locations where provided.
c) Resistance at 0o C
15) Type of mounting
16) Sealing arrangement for bearings

Contractor Executive Engineer


371
17) Special features, if any
18) Total quaranteed losses comprising
Iron loss, copper loss, friction, windage
And stray losses
Break up: Iron loss KW
Copper loss KW
Friction windage &stray losses KW
19) Motor bearings
a) Type of bearing & expected life
in Permissible temperature rise for
bearings.
c) Design ambient temperature
assumed for above
d) Manufacturers reference No. of
catalogues attached here-with
20) Motor bearing lubrication system
21) Inertia constant of motor
22) Magnetisation current of motor at rated
Voltage and frequency
23) Motor Reactances ( for each type of
Motor)
i) Subtransient reactance
ii) Transient reactance
iii) Steady state reactance
NOTES
1) Each bearing shall be insulated to prevent shaft-circulating current.
2) Each bearing shall be provided with one embedded temperature detector.
3) Polarization index test shall be carried out as a routine test on each motor
4) The local bearing temperature indicator provided for the motor shall be provided at the highest
convenient position for recording maintenance.
5) If single core cable are to be used, gland plate shall be of non-magnetic material

Contractor Executive Engineer


372
SEAL SIGNATURE
DESIGNATION COMPANY
DATE

TECHNICAL DATA TO BE FURNISHED BY BIDDERS AS REFERRED TO IN


TECHNICAL SPECIFICATION

1.0 Design Data To be enclosed

2.0 Guaranteed Performance Data To be enclosed

:
3.0 Technical data

3.1 Power Transformer:3.30 KV/6.60KV :

3.1.1 Name of manufacturer :

3.1.2 Standards followed in design, :


manufacturing, and testing

3.1.3 Continuous maximum rating MVA :

3.1.4 Type of cooling :

3.1.5 Transformer No load voltage


a) High voltage
b) Low voltage

3.1.6 Vector Group Reference :

3.1.7 Temperature rise over specified


Ambient Temp in degree C

a) In oil by the ammeter


b) In winding by resistance
3.1.8 Maximum hot spot temp, in degree C

3.1.9 One minute Dry Power frequency

Contractor Executive Engineer


373
Test withstand voltage in KV

High voltage

Low voltage

3.1.10 Impulse test withstand voltage with

1.2/50 micro seconds wave in KV

High voltage

Low voltage.

3.1.11 ON LOAD Tap changer make

No. of plus taps

No. of minus taps


Voltage per step
3.1.12 Iron losses in KW at rated voltage &
Frequency

3.1.13 Copper losses in KW at rated full load

Current and frequency at 75° C .

3.1.14 Reactance voltage with guaranteed tolerance

in % at rated F.L. Current and frequency at 75° C


3.1.15 Impedance voltage with guaranteed tolerance
In % at rated F.L. current and frequency at 75° C
3.1.16 Regulation in % of no load voltage @ F.L.
Current at 75° C and
i) With unity power Factor:
ii) With 0.8 lagging
iii)

Contractor Executive Engineer


374
3.1.17 Efficiency in % at 75° C and at unity power

Factor for:
100% load
75% load
50% load

3.1.18 No load current in amps at rated voltage and

Frequency

3.1.19 In rush Magnetizing current in percent of

Normal F.L. current

3.1.20 Details of winding insulation:

i) Class of insulation Material

ii) Turns insulation high voltage in Mega ohms.


iii) Tunis insulation low voltage in Mega ohms.
iv) Insulation core to low voltage in Mega ohms.
v) Insulation high voltage to low voltage in Mega ohms.
vi) Losses: No. load(W)
Full load(W)
3.1.21 Details of termination of HV/LV side

3.1.22 Insulating oil Grade and quantity

3.1.23 Weight
i) Core and windings in Kgs.
ii) Tank & fitting Kgs.
iii) Oil in Kgs.
iv) Complete transformer filled with oil Kgs

Contractor Executive Engineer


375
3.1.24 Overall dimensions
Length
Breadth
Height

3.1.25 Fittings and accessories

(Refer specifications at 3.1.44)

3.1.26 Tests as per IS 2026

1. Type test
2. Routine tests.
3. Special tests.

Outdoor type SF -6 Circuit Break 11 KV-50 Hz


3.2 Set of 3 Nos. Single pole to be gang operated.

3.2.1 Name of manufacturer.

3.2.2. Rated voltage.

3.2.3. Continuous current rating

3.2.4. Short circuit current and rating.

3.2.5. 1.2/50 u-sec. Impulse withstand voltage peak

3.2.6. One minute power frequency KV with


Voltage.

3.2.7. Permissible limit of temperature

i) Maximum permissible temperature. “C


ii) Temp. rise at a maximum Air “C
temperature not exceeding 45 “C

3.2.8 Rated operating duty cycle.

3.2.9. Minimum closing time.

3.2.10 Maximum total break time at rated


Breaking Gap.

3.2.11 Breaking capacity. MVA

Contractor Executive Engineer


376
3.2.12 Detailed schematic diagram of control
Circuits, alarms, indication Details of
Monitoring of SF-6 gas.

3.3
33 KV Air break switch with Earth Switch

3.3.1 Name of the manufacturer


3.3.2 Type of Air break switch
3.3.3 Short time current rating KA
3.3.4 Rated Voltage KA
3.3.5 Rated normal current KA
3.3.6 Temperature rise
3.3.7 Basic insulation level
i) Lightning impulse withstand KV Peak voltage to earth
ii) Rated Power frequency KV rms Withstand voltage to earth
3.3.8 Minimum creep age distance mm KV
3.3.9 Phase to phase spacing for installation. mm
3.3.10 Details of earth switch and interlocks
3.4
H.T. Cable 3.3 KVXLPE

3.4.1 Make of cable

3.4..2 Cross section of cable

3.5 H.T. Distribution panel

1. Name of manufacturer

2. Make of ACB
3. Rating ACB Amps
4. Breaking Cap KA

5. Single line diagram of LT Panel Showing various


load details (to be enclosed)
3.7
HT Switch gear

7.1 Make of MCCB


7.2 Capacity

Contractor Executive Engineer


377
3.8 Batteries and Battery charger
8.1 Make & type of battery and battery charger
8.2 Capacity
3.5 Lightning Arrestor
5.1 Make and type of arrestor
5.2 Rated voltage KV
5.3 Nominal discharge current KV
5.4 Maximum 1.2/50 Impulse spark over voltage KV Peak
5.5 Over head shield wire details VA
3.6
HT Capacitor

6.1 Make and type of HT Capacitor

6.2 KVAR calculations to improve up to


0.95 - to be enclosed.
6.3 Dimensions and method of GA connection
drawings

3.7 LT SWITCH GEAR :

7.1 Make of MCCB

7.2 Capacity

3.8 BATTERIES AND BATTERY CHARGER :

8.1 Make & type of battery and battery charger.

8.2 Capacity

3.9 HT CABLE 3.3 KVXLPF.

9.1. Make of cable.

9.2. Cross section of cable

3.10 AUXILIARY TRANSFERMATION 3.3. KV/415 VOLTS

10.1 Name of manufacturer.

10.2 Continuous maximum rating. KVA

10.3 All other information as per power


Transformer at Sl.No.1 except
Tap changer which shall be off load
Type shall be furnished.
Contractor Executive Engineer
378
10.4. Di-Electric strength of the
Insulation of Windings as per
Clause 3.2.17.5 to be furnished.

3.11 HT PANEL

3.11.1 Vaccum circuit breaker


(incomer, outgoing to be furnished separately)
1 Name of manufacturer & type of VCB
2 Breaking capacity MVA
3 Continuous normal current KV
4 Short time current rating KA
5 Rated voltage KA
6 Protection (details to be enclosed)
7 Design and drawing details of HT
Panel (to be enclosed)

3.12.2 L.T.Distribution panel

1 Name of manufacturer
2 Make of ACB
3 Rating ACB Amps
4 Breaking cap KA
5 Single line diagram of I.T.Penal
Showing various load details (to be
Enclosed).

3.13.0 Battery

3.13.1 Make
3.13.2 Capacity
3.13.3 Batter sizing calculations (to be enclosed)
3.13.4 Accessories provided.

3.14.0 Battery charger

3.14.1 Make and capacity with details.

3.14.0 DC Distribution board

15.1 Make.

15.2 Single line diagram showing cap of


MCB (incoming) outgoing MCB feeder

3.15.0 Auxiliary transformer 3.3 KV/415 Volts


KV-3 phase 50 Hz indoor type with
Off load tap changer.

Contractor Executive Engineer


379
16.1 Make.

16.2 Capacity. KVA

16.3 Details of accessories

16.4 Tests of factory

16.3 Tests to be conducted at site

3.16.0 Remote control panel

17.1 Make of equipment

17.2 Drawing showing mounting


Arrangement and wiring details
Equipments indicated at clause
19.0 Remote control panel
(depending on selection of pump)

17.3 Testing at manufactures palce.

ANNEXURE – I -
ROYALTY CHARGES:
Royalty AS PER GOVERNMENT ORDER NO: CI/81 MMN – 2014 B'LORE dated 18-02-2014 issued in
Commerce and industries Department of the Government of Karnataka and the subsequent government
notifications shall be paid by the contractor by deductions from his bills. The schedule of Royalty charges
is annexed.

Contractor Executive Engineer


380
Contractor Executive Engineer
381
Contractor Executive Engineer
382
Contractor Executive Engineer
383
Contractor Executive Engineer
384
Contractor Executive Engineer
385
ANNEXURE - II

PROCEEDINGS OF THE GOVERNMENT OF KARNATAKA

Sub: Deduction of Shrinkage of settlement in earthwork embankment.


Ref: Correspondence ending with the letter No. BRP/IBR/TE-77/TA-4 dated 11th November 1965 from the Chief
Engineer, Irrigation Project, Bangalore.

PREAMBLE:
The Chief Engineer, Irrigation Project has reported that there was no uniform practice of standard vogue for
deduction for shrinkage or settlement in earth work embankment and that it was discussed in the meeting of
Chief Engineers held in 1961 who have made certain recommendations. The recommendations on receipt in
Government were examined and Government asked Chief Engineer, Irrigation Project to obtain report in the
matter. Then the matter, has been referred to the Director, Karnataka Engineering Research Station, K.R.
Sagar for conducting experiments on various types of the embankments and under various conditions in
order to take decision on the uniform procedure to be adopted in making deductions for shrinkage or
settlement in earthwork embankments. The Director, Karnataka Engineering Research Station has made the
following recommendations.
Sl. No. Type of Embankment Settlement in percent of height of bank
Before Monsoon After Monsoon After Second Monsoon After Third Monsoon
1 2 3 4 5 6
1 Dry unrolled embankment clay including black cotton soils 25 12.50 6.50 Nil
2 Dry unrolled embankment in all soils other than clayey soil 20 10.00 5.00 Nil
3 Compacted embankments without field control of placement
a) Manual labour or rollers less than six tons. 15 7.50 4.75 Nil
b) By power rollers of more than six tones 10 5.00 2.50 Nil
4 Compacted embankment with field control placement 5 0.25 Nil Nil

The matter was further referred to the Board of Chief Engineer for consideration and opinion. The board holds that
recommendations of the Director are based on generalization and are indication of general trends in different
types of soils. However, soil differ from place to place and it is desirable that actual tests are carried out and
their averages applied in individual cases. Where it is not possible to carry out the individual experiments the
general values may be adopted.

ORDER NO. PWD/11GMS/64, BANGALORE DATED 10TH MARCH, 1996

After considering all aspects of the case and also the opinion furnished by the Board of Chief Engineers Government
hereby directs that in respect of all important works actual tests are carried out and average applied and
where it is not possible to carry out individual experiments the general values given by the Directors,
K.E.R.S. as noted in preamble may be adopted.

BY ORDER AND IN THE NAME OF THE


GOVERNMENT OF KARNATKA
M. CHANNAPPA
Deputy Secretary to Government, P.W.D., (Irrin.)
Contractor Executive Engineer
386
ANNEXURE – III
GOVERNMENT CIRCULAR REGARDING CONTROLLED BLASTING
GOVERNMENT OF KARNATAKA
No. ID 40 KBN 98 Karnataka Government Secretariat,
M.S. Building, Bangalore, dated 13.10.1998
CIRCULAR
Sub: Guidelines for resorting to Controlled Blasting in excavation item applicable to all Irrigation Projects.
1. Controlled blasting for hard rock excavation is normally adopted in situations where human habitation,
permanent structures etc., have to be protected during blasting of hard rock.
2. The Managing Director, Krishna Bhagya Jala Nigam Ltd., has requested to communicate guidelines to be
followed while resorting to controlled blasting. Since there is a need to prescribe a uniform standard for
resorting to controlled blasting applicable for all Irrigation Projects in the State, the Technical Advisory
Committee was requested to advise the Irrigation Department in this regard.
3. This subject was discussed by the Technical Advisory Committee in the meeting held on 15.9.98 by inviting
some experts in the field and after detailed discussion the Committee recommended that circular instructions
may be issued by the Irrigation Department in this regard which would be applicable for all Irrigation Projects
in the State.
4. Hence, the following guidelines are issued for resorting to controlled blasting in excavation items in Irrigation
Projects based on the advice of the Technical Advisory Committee.
(i) The Chief Engineer should certify and authorize taking up of controlled blasting after considering the ground
realities like vicinity of human habitation, actual safe distance and also financial implications of alternatives
available such as cost of shifting / compensation to owner of permanent structures for acquisition of
structures etc. The Executive Engineer should certify that he has examined all other alternatives and is of the
opinion that controlled blasting is more economical and is the safest way of executing the work. The
Executive Engineer should furnish a report to the Chief Engineer along with a sketch (to scale) of the number
of human habitation, public/private property, cost of these structure etc., while submitting his
recommendation to the Superintending Engineer/the Chief Engineer. The financial implication of controlled
blasting and alternatives should be explained in the report. Thereafter the Chief Engineer should consider
and approve further course of action. The detailed blasting procedure for controlled blasting should be
prepared by the Executive Engineer and got approved by the Chief Engineer before implementation and
these details should be incorporated under “Detailed Specifications” in the tender schedules also:
(ii) Before resorting to controlled blasting, it is obligatory on the part of the Executive Engineer to get the
authorization from the concerned Chief Engineer to take up the controlled basting.
(iii) Controlled blasting may be proposed, wherever necessary, keeping in view the danger zone of 300 m radial
distance from the blasting site to the village limit, human habitation, permanent structures and the like;
(iv) Controlled blasting may also be proposed for a distance of 50m on either side of the power transmission line.
This should be done after necessary clearance from K.E.B. and only if K.E.B. disagrees to disconnect of shift
the transmission line for a short period;
(v) Field Officers must ensure that the Agencies/Contractors, during excavation of canal, should not resort to rig
blasting wherever controlled blasting is resorted to;
(vi) The depth up to which controlled blasting is to be done, shall be decided by the Chief Engineer keeping in
view the site specifics like nature of rock, stratification, cross section of the canal etc.
The above guidelines and procedure should be followed strictly while resorting to controlled blasting for excavation
items in respect of all the Irrigation projects in the State.
Sd/-
(L. BASAVARAJU)
Secretary to Government
Irrigation Department

Contractor Executive Engineer


387
NAME OF WORK : Scheme for lifting of water from Dandiganhalli branch canal at Chainage:
17.725 KM near Duthnur kaval village to irrigate 1862 Ha of Channarayapatna taluk and
Arsikere taluk, Hassan district including detail design, investigation and construction of Head
works including elecrtrial works, electro-mechanical components, Main canal, distributaries,
Minors and commissioning with O &M of the scheme for 5 years period. under 3rd stage of
Kachenahalli lift scheme. ON COMBINATION OF TURNKEY TENDER AS PART–‘A’ AND Item
rate TENDER AS PART-‘B’. here by submitted for kind approval (Pg No 1 to)

Executive Enggineer
C.N.N.L Hemavathi Dam Division
Gorur

Contractor Executive Engineer


388
NAME OF WORK : Scheme for lifting of water from Dandiganhalli branch canal at Chainage:
17.725 KM near Duthnur kaval village to irrigate 1862 Ha of Channarayapatna taluk and
Arsikere taluk, Hassan district including detail design, investigation and construction of Head
works including elecrtrial works, electro-mechanical components, Main canal, distributaries,
Minors and commissioning with O &M of the scheme for 5 years period. under 3rd stage of
Kachenahalli lift scheme ON COMBINATION OF TURNKEY TENDER AS PART–‘A’ AND Item
rate TENDER AS PART-‘B’. here by submitted for kind approval (Pg No 1 to)

Supeintending Engineer
C.N.N.L Hemavathi Project circle
Gorur

Contractor Executive Engineer


389
NAME OF WORK : Scheme for lifting of water from Dandiganhalli branch canal at Chainage:
17.725 KM near Duthnur kaval village to irrigate 1862 Ha of Channarayapatna taluk and Arsikere
taluk, Hassan district including detail design, investigation and construction of Head works including
elecrtrial works, electro-mechanical components, Main canal, distributaries, Minors and
commissioning with O &M of the scheme for 5 years period. under 3rd stage of Kachenahalli lift
scheme. ON COMBINATION OF TURNKEY TENDER AS PART–‘A’ AND Item rate TENDER AS
PART-‘B’. here by submitted for kind approval (Pg No 1 to )

Chief Engineer
Hemavathy Project zo
Gorur

Contractor Executive Engineer


390

Das könnte Ihnen auch gefallen