Sei sulla pagina 1di 583

POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO.

13, 14 & 15

For Authorized use only EPC Tender Form

VIDARBHA IRRIGATION DEVELOPMENT CORPORATION, NAGPUR


(A Govt. of Maharashtra Undertaking)
CHIEF ENGINEER,
WATER RESOURCES DEPARTMENT, AMRAVATI
BULDANA IRRIGATION PROJECT CIRCLE, BULDANA
JIGAON LIFT IRRIGATION DIVISION, KHAMGAON, Dist.: BULDANA

TENDER DOCUMENT
VOLUME I- POST-QUALIFICATION DOCUMENT
VOLUME II- CONDITION OF CONTRACT
VOLUME III- TECHNICAL SPECIFICATION

Name of Work :- Engineering, Procurement and Construction (EPC)


tender for construction of lift Irrigation and construction of pressurized
pipe distribution network system including management, operation &
maintenance for 60 months periods, formation of water user association,
strengthening and handing over it etc. works for LIS No.13, 14 &15 for
cultivable command area 14,477 Ha of Jigaon Project Taluka Nandura,
Dist. Buldhana .

1. Estimated Cost : Rs.3,89,48,05,218/-


2. Time Limit for Completion : 36 Calendar Months plus 5 years period
for operation & maintenance, 1
years period for defect liability.
3. Vendor Category : Any Contractor/Firms/Company

CONTRACTOR NO OF CORRECTIONS SDE EE 1


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

INDEX
TENDER DOCUMENT FOR
ENGINEERING, PROCUREMENT AND CONSTRUCTION TENDER
SR.
DESCRIPTION PAGE NO.
NO.
Volume-I :- POST-QUALIFICATION DOCUMENT
I Press Tender Notice 4-5
II Notice Inviting Tender 6-10
III Important Information and Key Date for Bidder 11-12
IV Guidelines to Contractor 13-18
V Important Information for the Intending Bidder 19-20
VI SECTION I - INSTRUCTION TO BIDDERS 21-49
VII SECTION II - POST QUALIFICATION CRITERIA 50-56
VIII SECTION III - TECHNICAL SCHEDULE FOR POST- 57-88
QUALIFICATION
IX SALIENT FEATURES 89-90
Volume-II :- CONDITION OF CONTRACT 91
1 SECTION I
CONDITION OF CONTRACT 92-152
2 SECTION II
SPECIAL CONDITION OF CONTRACT 153-193
3 SECTION III
DETAILED SCOPE OF WORK 194-249
Volume-III- DETAILED SPECIFICATIONS 250
1 SECTION-I GENERAL SPECIFICATIONS 252-268
2 SECTION-II SURVEY WORK 269-278
3 SECTION-III DESIGN & VETTING 279-282
SECTION-IV BUILDING WORK, PUMP HOUSE, FORE BAYS,
4 APPROCH CHANNEL 283-330
SECTION-V PUMPING MACHINERY & ALLIED
5 ELECTRICAL EQUPMENTS 331-367
6 SECTION-VI 33 KV TRANSMISSION LINE & SWITCH YARD 367-499
7 SECTION-VII RISING MAIN 500-549
8 SECTION-VIII PIPE DISTRIBUTION NETWORK(PDN) 550-555
SECTION-IX OPERATION & MAINTENANCE, TRAINING &
9 CAPACITY BUILDING OF FARMERS 556-559
10 SECTION-X MISCELLANEOUS WORKS 560-569
11 SECTION-XI OTHER SPECIFICATIONS 570-574
12 ANNEXURE- IS CODES 575-581
13 INDEX MAP 582

CONTRACTOR NO OF CORRECTIONS SDE EE 2


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

VOLUME – I

POST-QUALIFICATION DOCUMENT

CONTRACTOR NO OF CORRECTIONS SDE EE 3


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

PRESS TENDER NOTICE

CONTRACTOR NO OF CORRECTIONS SDE EE 4


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

GOVERNMENT OF MAHARASHTRA,
OFFICE OF THE EXECUTIVE ENGINEER
ADDRESS: JIGAON LIFT IRRIGATION DIVISION, AKOLA ROAD,
KHAMGAON, DISTRICT- BULDHANA
E-Mail Id: ee_mpd@yahoo.in Phone: 07263-254602
E- TENDER NOTICE NO. 02 /EPC/2019-20 Dated:
NOTICE INVITING TENDER
Online tenders in Engineering, Procurement and Construction (EPC) form are invited by the
Executive Engineer, Jigaon Lift Irrigation Division, Khamgaon Dist: Buldhana, Govt. of
Maharashtra, and Water Resources Department for the work below from the eligible contractors.
The tender documents shall be download from https://mahatenders.gov.in Govt. website. Right
to reject or accept the tender is reserved by the Executive Engineer, Jigaon Lift Irrigation
Division, Khamgaon. Conditional tender should not accepted. Tender Details Are As Below:-
Name of Work:- Engineering, Procurement and Construction (EPC) tender for
construction of lift Irrigation and construction of pressurized pipe distribution network
system including management, operation & maintenance for 60 months periods, formation
of water user association, strengthening and handing over it etc. works for LIS No.13, 14
&15 for cultivable command area 14,477 Ha of Jigaon Project Taluka Nandura, Dist.
Buldhana .

Probable Amount of Work Put to Tender (Rs.) :Rs.3,89,48,05,218/-


(Excluding Royalty and GST)

EMD (In Rs.) Rs. 1,94,74,000/-


Cost of Tender Documents Rs. 10,000 + 1200/- GST @ 12 %
(Non refundable)
Date of Purchase of tender documents As per Time Schedule (Key Dates)
Seek Clarification period As per Time Schedule (Key Dates)
on line Submission of bid As per Time Schedule (Key Dates)
Date of Opening of EMD and Post –Qualification As per Time Schedule (Key Dates)
Tender notice can be seen on the website of Government of Maharashtra.
Detail tender notice can be seen on the website of Government of Maharashtra. website
https://mahatenders.gov.in on dated (key date) & also on the notice Board in the Office of the
Executive Engineer, Jigaon Lift Irrigation Division, Khamgaon and the Copy of the same will be
issued free of cost on return request of the Contractors.
Note: 1) Right to reject the tender, without assigning any reasons are reserved with the
Competent Authority
2) Any changes in tenders or Key dates will be published through Corrigendum
directly on Website mentioned above only.

(S.V.Hajare)
Executive Engineer
Jigaon Lift Irrigation Division
Khamgaon.

CONTRACTOR NO OF CORRECTIONS SDE EE 5


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

NOTICE INVITING TENDER


(DETAILED TENDER NOTICE)

CONTRACTOR NO OF CORRECTIONS SDE EE 6


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

GOVERNMENT OF MAHARASHTRA,
OFFICE OF THE EXECUTIVE ENGINEER

ADDRESS: JIGAON LIFT IRRIGATION DIVISION, AKOLA ROAD,


KHAMGAON, DISTRICT- BULDHANA

E-Mail Id: ee_mpd@yahoo.in Phone: 07263-254602


E- TENDER NOTICE NO. 02/EPC/2019-20 Dated:
NOTICE INVITING TENDER
(Detailed Tender Notice)
Online tenders in Engineering, Procurement and Construction (EPC) form are invited by the
Executive Engineer, Jigaon Lift Irrigation Division, Khamgaon Dist: Buldhana, Govt. of
Maharashtra, and Water Resources Department for the work below from the eligible contractors. The
tender documents shall be download from https://mahatenders.gov.in Govt. website. Right to reject or
accept the tender is reserved by the Executive Engineer, Jigaon Lift Irrigation Division, Khamgaon.
Conditional tender should not accepted.
Sr. Name of Work Estimated Earnest Tender Class of Time Limit
No Cost Money Fee Contractor. for
Deposit Completion

1 2 3 4 5 6 7

1 Engineering, Procurement and Rs. Rs. Rs. - This 1) Work


Construction (EPC) tender for Rs.3,89,48, 1,94,7 10000/- invitation of period is 36
05,218/- +1200 bids is open months
construction of lift Irrigation and 4,000/ GST to all 2)After work
construction of pressurized pipe (Excluding - 12% capable completion
distribution network system Royalty (Non bidder who 12 months
including management, operation and GST) Refunda will will be
& maintenance for 60 months ble) satisfy/fulfil defect
l all terms & liability
periods, formation of water user condition of period
association, strengthening and tender 3) After
handing over it etc. works for documents. work
LIS No.13, 14 &15 for cultivable completion
command area 14,477 Ha of operation &
maintenance
Jigaon Project Taluka Nandura, period 60
Dist. Buldhana . months

Notes:-
1) The Post Qualification process is applicable for this tender.

2) Additional details regarding ‘e’ tendering are available in Tender Document on


portal. If any assistance is required regarding e-Tendering (Upload & Download)
Please contact NIC E-procurement Number (24x7) 0120-42001002, 0120-
4001005, 0120-6277787
3) Blank on-line e-Tenders Form in E P C contract shall not be sold physically from the
office of the Executive Engineer. However bidder has to get on-line e-Tenders on EPC
Form available on web site Government of Maharashtrahttps://mahatender.gov.in.
While submitting the duly filled e - Tender Documents the bidder is required to Deposit
Tender fees and E.M.D. as per memorandum through e-payment gateway.
4) Detail e – Tender Notice can be seen on Government of Maharashtra Electronic
Tender Management http://mahatender.gov.in as well as on the notice board in the

CONTRACTOR NO OF CORRECTIONS SDE EE 7


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

Executive Engineer’s office. (Copy of Tender Notice can be obtained free of cost
from Executive Engineer on written request).
However, no exemption to any bidder shall be allowed from payment of earnest
Money deposit.
5) This invitation of Tender is open to all capable Bidders, who will satisfy / fulfill
all terms and conditions of tender documents.
6) Intending tenderer shall enroll online in the website
https://www.mahatender.gov.in
7) Tender Documents along with Post-qualification documents can be purchased
online as per time schedule (Key Dates) from http://mahatender.gov.in for list of
payment accepted online and the bidder should submit the bid online as per time
schedule (Key Dates). For payments accepted online, please see the "User
Guide."
8) The Bid data should be filled and all the documents which are to be uploaded by
the bidders should be submitted online as per time schedule (Key Dates). The
Contractors shall submit the Post-qualification information in the prescribed pro-
forma for assessment of eligibility in online Envelope No-1 with price bids in
separate online Envelope No-2.
9) The Bidders shall have to submit their Bids online and upload the relevant
documents as per time schedule (Key Dates). Post-Qualification documents not
submitted online shall not be considered even if submitted manually thereafter.
Post-Qualification documents submitted online shall only be considered except
the information sought by the department relating to the technical design
submitted by the bidder. Department may at its discretion call for clarifications of
the design or any submitted by the bidder. Documents required to be submitted
manually by the Bidders, if any (not applicable to price bid) should reach the
Office of the undersigned as per Time Schedule (Key Dates). List of Documents
so submitted must be uploaded online.
10) Since, the bids for the tender are required to be digitally signed using a digital
certificate (Class II or Class III) of the Authorized Representative of the firm,
Contractors are advised to obtain the same at the earliest. Further information on
the same may be obtained from e-Procurement Cell, NIC Number (24x7) 0120-
42001002, 0120-4001005, 0120-6277787
11) Post-qualification document – Envelope- 1 shall be opened online as per Time
Schedule (Key Dates) in the presence of any intending contractors or their
representatives, if they choose to be present.
12) After assessment of eligibility of the tenderer by the competent authority on the
basis of post-qualification documents submitted by the Contractors in Envelope –
'1' and after verification of the certificate from issuing authorities as to the
genuineness of the certificates at the discretion of the competent authority,
Envelope-‘2’ (Price Bid) of only Post-qualified contractors shall be opened
online.
13) For obtaining other details of works and for work site visit the Executive
Engineer, Jigaon Lift Irrigation Division, Khamgaon, Maharashtra (Phone No.
07263-254602 Office) may be contacted.
14) In support of copies of Certificates / Documents in the Post – qualification
documents submitted by the Bidder, the Bidder / his Representative have to
submit (manually) the original Certificates / Documents if asked during office
hours, for verification in the office of Executive Engineer, Jigaon Lift Irrigation
Division, Khamgaon, District- Buldhana, Maharashtra.

CONTRACTOR NO OF CORRECTIONS SDE EE 8


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

15) Conditional tender will not be accepted and will be rejected.


16) Competent Authority of Govt. of Maharashtra reserves the right to accept or
reject any or all tenders without assigning any reasons thereof.
17) Any changes in tenders or Key dates will be published only through Corrigendum
directly on website mentioned above.
18) Their shall be no pre-bid conference with the contractor hereafter, but after
downloading the tender if the contractor have any doubts, the contractor shall ask
through seek clarification option online. Doubts of the contractor if any shall be
,

cleared / satisfied online only.


The doubts of the contractors asked through seek clarification option online shall
19) be obtained within period of 7 days before the last date of the submission of the
tender. The doubts of the contractors shall be clarified by the Executive Engineer
3 days before the last date of the submission of the tender and shall be published
on website with the prior approval of the competent tender accepting authority.
20) The same CSD (Common Set of Deviations) shall be a part of the tender. If the
division does not give any clarification to the doubts of the contractor within
stipulated period of time, than the contractor shall submit the tender considering
that their is no change in the terms and condition of the tender. Contractor shall
certify online that he accepts the tender and tender conditions.
21) Contractor shall not upload scan copy of tender along with the documents.
22) Performance Security Deposit in case of offer below the cost put to tender by
more than 1 % shall be as per WRD Marathi GR No. Nivida
0417/(pra.kra.247/17)/mopra-1, Mantralaya, Mumbai Date :- 30/11/2018.
i) Condition regarding payment of performance security if offer quoted by the
tenderer is below the cost put to tender by more than 1% is applicable.
ii) If the tenderer quote up to 1% below the cost put to tender, no additional deposit
as performance security is required. However if the tenderer quotes his offer
within 1% to 10% below the cost put to tender, tenderer shall submit the demand
draft /B.G. of any nationalized or Scheduled Bank of the amount equal to 1% of
cost put to tender but not less than Rs.1000/- towards performance security.
iii) If the tenderer quotes his offer more than 10% below (offer below than 10%) the
cost put to tender, tenderer shall submit the demand draft /B.G. of any
nationalized or Scheduled Bank of the cumulative amount which is equal to 1%
of the amount by which offer is more than 10% below plus the amount as above
but not less than Rs.1000/- (For example, for 14 % below rate, 1% + (14%-10%)
i.e.1% plus 4% equal to total 5% of the cost put to tender.
iv) If the tenderer quotes his offer more than 15% below (offer below than 15%) the
cost put to tender, tenderer shall submit the demand draft /B.G. of any
nationalized or Scheduled Bank of the cumulative amount which is equal to 2%
of the amount by which offer is more than 15% below plus the amount as per
20(2),20(3) above but not less than Rs.1000/- (For example, for 19 % below rate,(
6% + (19%-15%)x2 ) = 14% of the cost put to tender.
v) Demand draft/B.G. of any nationalized or Scheduled Bank shall be drawn from
any Nationalized or scheduled banks in the name of Executive Engineer, Jigaon
Lift Irrigation Division, Khamgaon, Distt- buldhana.
vi) Validity of demand draft/B.G. of any nationalized or Scheduled Bank shall be
from the date of opening of envelope 2 of tender till one month after the defect
liability period is successfully completed. B.G for short period of time shall not

CONTRACTOR NO OF CORRECTIONS SDE EE 9


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

be accepted.

vii) Only the Lowest tenderer (L1) shall submit the original demand draft /B.G. of
any nationalized or Scheduled Bank in the office of the Executive Engineer,
Jigaon Lift Irrigation Division, Buldhana, within 8 (eight) days from the date of
opening of envelope no.2 of the tender. In any case the time period of submission
of performance security deposit will not be relaxed.
viii) It is essential to have Bank’s MICR & IFSC code on the Demand draft / B.G. of
any nationalized or Scheduled Bank.
ix) The Executive Engineer shall refund the amount of performance security within 3
months after successful completion of work.
x) EMD of the contractors submitting false documents / demand draft / B.G. of any
nationalized or Scheduled Bank in above process shall be forfeited to Govt. and
suitable penal action will be taken under relevant section of IPC.
xi) Executive Engineer shall issue the work order only after encashing the demand
draft or confirmation of documents and BG of the lowest tenderer and after
acceptance of the tender by the competent authority.

(S.V.Hajare)
Executive Engineer
Jigaon Lift Irrigation Division
Khamgaon

CONTRACTOR NO OF CORRECTIONS SDE EE 10


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

IMPORTANT INFORMATION AND


KEY DATES FOR BIDDER

CONTRACTOR NO OF CORRECTIONS SDE EE 11


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

TIME SCHEDULE (KEY-DATES) FOR E-TENDER NOTICE NO.


Sr. VIDC Stage Contractor Stage Start Date & Expiry Date &
No. Time Time

1 Release of e-Tender - 07.09.2019 @ 10.00


2 - Tender Document Purchase/
Downloading 07.09.2019 22.10.2019 @
@ 10.00 17.30

3 Seeking Clarification Instead of conference 07.09.2019 15.10.2019


queries online @ 10.00 @ 17.30

4 - Online submission of
Technical bid and 07.09.2019 22.10.2019 @
commercial bid @ 10.00 17.30

5 - End Date of Tender


- -

6 - *Manual Submission
- -

7 Technical bid Opening 25.10.2019


@ 10.00 -
8 Financial bid Opening -

9 Tender Award -

* Within the date of submission of tender

(S.V.Hajare)
Executive Engineer
Jigaon Lift Irrigation Division
Khamgaon

CONTRACTOR NO OF CORRECTIONS SDE EE 12


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

GUIDELINES TO CONTRACTORS REGARDING GOVERNMENT OF


MAHARASHTRA E- TENDERING SYSTEM.

1.0 PRE-REQUISITES TO PARTICIPATE IN THE E-TENDERS PROCESSED


BY VIDC
1.1 REGISTRATION OF CONTRACTORS ON ELECTRONIC TENDERING
SYSTEM
The Contractors interested in participating in the e-Tendering process of Water
Resources Department shall be required to enrol on the Electronic Tendering System to
obtain User ID.
After submission of application for enrolment on the System, the application
information shall be verified by the Authorized Representative of the Service Provider. If the
information is found to be complete, the enrolment submitted by the Contractor shall be
approved and the User ID of the Contractor will be activated.
The Contractors will have to apply for his empanelment in appropriate class
on the Sub – Portal of Water Resources Department by uploading a scanned copy of
Registration Certificate issued by Public Works Department of Government of Maharashtra.
This is required to store Contractors registration details in the System.
In case the Contractor upgrades his / her registration in Public Works
Department of Government. the Contractor is required to immediately upload the scanned
copy of the upgraded Registration Certificate on the Water Resources Department e-
Tendering Portal with request for upgradation.
Whether in case of fresh empanelment or up gradation of existing
empanelment, the Contractors are also required to intimate the Competent Authority in Water
Resources Department by email with the subject line request for empanelment / request for
up gradation of empanelment along with the scanned copy of the Registration Certificate. It
may take up to a maximum of seven (7) working days for approval of empanelment / up
gradation of empanelment.
The Contractors may obtain the necessary information on the process of
enrolment and empanelment either from Helpdesk Support Team or may visit the information
published under the link Enrol under the section E-Tendering Toolkit for Bidders on the
Home Page of the Electronic Tendering System.
1.2 OBTAINING A DIGITAL CERTIFICATE
The Bid Data that is prepared online is required to be encrypted and the hash value of the Bid
Data is required to be signed electronically using a Digital Certificate (Class – II or Class –
III). This is required to maintain the security of the Bid Data and also to establish the
authenticity of submission of data by Authorised Representative of the Contractor transacting
on the System.
The Digital Certificates are issued by an approved Certifying Authority authorized by the
Controller of Certifying Authorities of Government of India through their Authorized
Representatives upon receipt of documents required to obtain a Digital Certificate.
Bid data / information for a particular Tender may be submitted only using the
Digital Certificate which is used to encrypt the data / information and sign the hash value
during the Bid Preparation and Hash Submission stage. In case, during the process of
preparing and submitting a Bid for a particular Tender, the Contractor loses his /her Digital
Signature Certificate (i.e. due to virus attack, hardware problem, operating system problem);
he / she may not be able to submit the Bid online. Hence, the Users are advised to store his /
her Digital Certificate securely and if possible, keep a backup at safe place under adequate
security to be used in case of need.
In case of online tendering, if the Digital Certificate issued to an Authorised User of
a Partnership Firm/Joint Venture/Company's used for signing and submitting a bid, it will be
considered equivalent to a no objection certificate / power of attorney to that User to submit
the bid on behalf of the Partnership Firm. The Partnership Firm has to authorise a specific
individual via an authorisation certificate signed by a partner of the firm (and in case the
applicant is a partner, another partner in the same form is required to authorise) to use the
digital certificate as per Indian Information Technology Act, 2000.

CONTRACTOR NO OF CORRECTIONS SDE EE 13


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

Unless the Digital Certificate is revoked, it will be assumed to represent adequate


authority of the Authority User to bid on behalf of the Firm for the Tenders processed on the
Electronic Tender Management System of Government of Maharashtra as per Indian
Information Technology Act, 2000. The Digital Signature of this Authorised User will be
binding on the Firm. It shall be the responsibility of Partners of the Firm to inform the
Certifying Authority or Sub Certifying Authority, if the Authorised User changes, and apply
for a fresh Digital Signature Certificate. The procedure for application of a Digital Signature
Certificate will remain the same for the new Authorised User.
The same procedure holds true for the Authorised Users in a Private / Public Limited
Company. In this case, the Authorisation Certificate will have to be signed by the Director of
the Company or the Reporting Authority of the Applicant.
For information on the process of application for obtaining Digital Certificate, the
Contractors may visit the section Digital Certificate on the Home Page of the Electronic
Tendering System.
The bidders can obtain the Digital Signature Certificate from any certifying
authority. for more information about the digital signature bidders may visit to the portal
www.cca.gov.in (Controller of Certifying Authority Government of India)
1.3 RECOMMENDED HARDWARE AND INTERNET CONNECTIVITY:-
To operate on the Electronic Tendering System, the Contractors are recommended to
use Computer System with at least 1 GB of RAM and broadband connectivity with minimum
512 kbps bandwidth. However, Computer Systems with latest i3 / i5 Intel Processors and 4G
connection is recommended for better performance.
1.4 SET UP OF COMPUTER SYSTEM FOR EXECUTING THE OPERATIONS ON
THE ELECTRONIC TENDERING SYSTEM
To operate on the Electronic Tendering System of Government of Maharashtra, the
Computer System of the Contractors is required be set up. The Contractors are required to
install Utilities available under the section Mandatory Installation Components on the Home
Page of the System.
The Utilities are available for download freely from the above mentioned section.
The Contractors are requested to refer to the E-Tendering Toolkit for Bidders available
online on the Home Page to understand the process of setting up the System, or alternatively,
contact the Helpdesk Support Team on information / guidance on the process of setting up
the System.
2.0 STEPS TO BE FOLLOWED BY CONTRACTORS TO PARTICIPATE IN THE E-
TENDERS
2.1 PREPARATION OF ONLINE BRIEFCASE
All Contractors enrolled on the Electronic Tendering System of Government of
Maharashtra are provided with dedicated briefcase facility to store documents / files in digital
format. The Contractors can use the online briefcase to store their scanned copies of
frequently used documents / files to be submitted as a part of their bid response. The
Contractors are advised to store the relevant documents such as Registration Certificate of
Public Works Department of Government of Maharashtra, PAN Card, IT Return, GST
Registration Certificate, Professional Tax Registration Certificate & Clearance, EPF
Registration Certificate, Certificates of Works completed, Similar type of work done,
ownership of Plant and Equipment, etc. in the briefcase so as to avoid scanning / uploading
process for each Tender.
In case, the Contractors have multiple documents under the same type (e.g. multiple
Work Completion Certificates) as mentioned above, the Contractors are advised to either
create a single .pdf file of all the documents of same type or compress the documents in a
single compressed file in .zip or rar formats and upload the same.
It is mandatory to upload the documents using the briefcase facility only. Therefore,
the Contractors are advised to keep the documents ready in the briefcase to ensure timely bid
preparation.
Note :- Uploading of documents in the briefcase does not mean that the documents are
available at the time of Tender Opening stage, unless the documents are specifically attached
to the bid during the online Bid Preparation and Hash Submission stage as well as during
Decryption and Re-encryption stage. The documents are in the custody of the Contractor
only.

CONTRACTOR NO OF CORRECTIONS SDE EE 14


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

2.2 ONLINE VIEWING OF DETAILED NOTICE INVITING TENDERS


The Contractors can view free of charge the Detailed Tender Notice along with the
Time Schedule (Key Dates) for all the Live Tenders released by VIDC on the home page of
Government of Maharashtra e-Tendering Portal on http://mahatenders.gov.in under the
section Recent Online Tender.
2.3 DOWNLOAD OF TENDER DOCUMENTS:-
Main Bidding Documents are available for free downloading only to the
contractor empanelled on Government of Maharashtra e-Tendering Portal.
2.4 ONLINE BID PREPARATION AND SUBMISSION OF BID HASH (SEAL) OF BIDS
Bid preparation will start with the stage of EMD Payment which bidder has to
pay using e-payment gateway.
Bidder will have to validate the EMD payment as a last stage of bid
preparation. If the payment is not released with bank, in that case system will not be
able to validate the payment and will not allow the bidder to complete his Bid
Preparation stage resulting in non participation in the aforesaid e-Tender.
E-tendering process will be conducted through https://mahatenders.gov.in the
e-tendering portal of Government. of Maharashtra in association with National
Informatics Centre (NIC), Department of Information Technology & State Bank of
India for e-payment. To participate in e-tendering, the intending Bidder/Contractor
shall register themselves in the website of http://mahatenders.gov.in Detailed
information for registration and submission of Bid/offers through e-tendering process
are available in "Bidders Manual kit" given on home page of
www.mahatenders.gov.in There are no charge for registration for
bidders/Contractors.
Note: Help File regarding use of e-Payment Gateway can be downloaded from e-
Tendering portal.
NOTES:-
The Contractors upload a single document or a compressed file containing multiple
documents against each up loadable option.
a. The Hashes are the thumbprint of electronic data and are based on one – way
algorithm. The Hashes establish the unique identity of Bid Data.
b. The bid hash values are digitally signed using valid Class – II or Class – III
Digital Certificate issued by any Certifying Authority. The Contractors are
required to obtain Digital Certificate in advance.
c. After the hash value of bid data is generated, the Contractors cannot make any
change / addition in its bid data.
d. This stage will be applicable during both, Post-bid / Post-qualification and
Financial Bidding Processes.
2.5 Submission of Bid Seal (Hash) of Online Bids:
Submission of Bids will be preceded by submission of the digitally signed Bid
Seals (Hashes) as stated in the Tender Time Schedule (Key Dates) published in the
Notice Inviting Tender.

2.6 Generation of Super Hash


After the expiry of the time of submission of digitally signed Bid Seals
(Hashes) by the Contractors has lapsed, the Bid round will be closed and a digitally
signed Super Hash will be generated by the Authorized Officers of Maharashtra. This
is equivalent to sealing of the Tender Box.
2.7 Decryption and Re-encryption Online Bids:
Contractors have to decrypt their Bids and immediately re-encrypt their Bids
online and upload the relevant Documents for which they generated the respective
Hashes during the Bid Preparation and Hash Submission stage after the generation of
Super Hash within the date and time as stated in the Notice Inviting Tenders (Key
Dates). The Bids of only the Contractors who have submitted their Bid Seals

CONTRACTOR NO OF CORRECTIONS SDE EE 15


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

(Hashes) within the stipulated time, as per the Tender Time Schedule (Key Dates),
will be accepted by the e-Tendering System for Government of Maharashtra. A
Contractor who has not submitted his Bid Seals (Hashes) within the stipulated time
will not be allowed to submit his Bid. For submitting the Bids online, the
contractors/bidders are required to make online payment using the electronic
payments gateway service.
2.8 Submission of Earnest Money Deposit & Cost of e-Tender Form:
Earnest Money Deposit (EMD) which should be paid online using e-payment
gateway mode as specified in the tender document and P.Q. document. Earnest
money in any other form or cash or cheques will not be accepted.
However, no exemption to any bidder shall be allowed from payment of
earnest money deposit, though if it is specifically mentioned in Registration
Certificate.
The amount of EMD shall be forfeited, in case a successful contractor does
not pay the amount of performance security deposit if applicable and does not pay the
amount of initial security deposit within the time specified as stipulated by the
Executive Engineer, and complete the contract documents. In all other cases, EMD
will be refunded to account provided by the bidder during the bid preparation as
given in challan under Beneficiary Account Number by Concerned Divisional Office.
Bidders who are using SB MOPS other banks Internet Banking are requested
to make online payment four days in advance.

2.9 Bidder must read


a. Online Payment Guide For SBI Corporate Internet Banking Account Holder
b. Bid Submission - Online Payment Procedure for Bidders
c. Help for contractors
d. Information about DSC
e. Resource required
f. Bidder manual kit

Bidder Manual Kit


Sr. Particulars Downloads
No.
1 Notice to Bidder for e-Bid Submission Notice to Bidder
2 Registration of Bidder Bidder Enrolment
3 Uploading of My Documents My Documents
4 Online e-Bid Submission Single Cover, Two Cover, Three
Cover, Four Cover
5 Online Bid Withdrawal Bid Withdrawal
6 Online Bid Re-Submission Bid Resubmission
7 Clarifications (Tener Status, My Archive…) Clarifications
8 Trouble Shooting Trouble Shooting
9 BOQ Preparation Guideline Item Rate, Percentage Rate, Item Wise
With Taxes

Tender form and any relevant documents are not sold / issued manually from offices.
Tender Forms can be downloaded from the e-Tendering Portal Government of
Maharashtra i.e. https://mahatenders.gov.in
There is no charge to download the documents from website.
The date and time for online submission of envelopes shall be strictly followed in all cases,
as per Key-Dates. The bidder/ Contractor should ensure that their tenders are submitted online
CONTRACTOR NO OF CORRECTIONS SDE EE 16
POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

before the expiry of the scheduled date and time, as per Key-Dates. No delay on account of any
cause will be entertained. Tender(s) not submitted online shall not be considered.
If for any reason, any interested bidder fails to complete any online stages during the
complete tender cycle, department shall not be responsible for that and any grievance regarding
that shall not be entertained.
Tender shall be submitted in two Envelopes i.e. Technical Bid in Envelope-1 & Price Bid
in Envelope-2 through e-Tendering procedure only on http://mahatenders.gov.in portal.
Tenders submitted without two Bid systems and by without e-Tendering
(http://mahatenders.gov.in) procedure shall be treated as non-responsive and shall be rejected.
The Two Bids offer must be submitted along with document(s) as per the guidelines given
in tender document by e-Tendering procedure only. For more detail visit “Bidders Manual Kit.
Whose link is given on home page of e-tendering portal www.mahatenders.gov.in
For technical bid, bidder/ Contractor has to make sure that there should not be any space or
special character in the file name. All the technical documents should be in pdf format. E.g.
“Registration certificate.pdf” is wrong file name. The correct file name would be
“registration_certificate.pdf”.
The documents uploaded in the technical bid will be scrutinized by the evaluation
Authority as per the document asked in the tender notice and tender document. The decision of
the tender Evaluation Authority shall be final and binding in this regard.
Bidder/ Contractor, in advance, should prepare the bid documents to be submitted as
indicated in the tender schedule and they should be in PDF (for technical bid) and excel file
formats (Microsoft Excel 2003 and above file) for Price Bid.
In case of technical bid, if there is more than one document, they can be clubbed together.
i.e. for each cover of online envelope only single file needs to be uploaded.
For e.g. to upload document having multiple pages, bidder shall have to scan them as single
document.
For technical bid, a bidder have to make sure that there should not be any space or special
character in the file name. All the technical documents should be in .pdf or .rar format e.g.
“Registration certificate.pdf” “Registration certificate.rar” is wrong file name. The correct file
name would be “registration_certificate.pdf” “registration_certificate.rar”.
For Price Bid, Do not modify the Price Bid predefined name or sheet name of Price Bid.
Only Green cells of Price Bid are for data entry. Do not use cut, copy or paste while data
entry into the Price Bid sheet. Any violation on the Price Bid shall be subjected to rejection of
the bid. Before uploading Price Bid kindly confirms that an entry, details in Price Bid has been
saved correctly.
It is important to note that, the bidder / contractor has to click on the ‘Freeze Bid Button’,
to ensure that he/she completes the Bid Submission Process. Bids which are not frozen are
considered as Incomplete/Invalid bids and shall not be considered for evaluation purposes.
For any queries relating to this e-Procurement Portal, please call 24 x 7 Toll Free No. 1800-
3070-2232.
All queries will be answered in English / Hindi only. In addition, the help desk can be
contacted directly in the following mobile nos. 91-7878007972 and 91-7878007973.

2.10 Opening of Electronic Bids


The Contractors may remain present in the Office of the Tender Opening
Authority at the time of opening OR can view all the opening and evaluation stages as
well as all view technical and financial documents of all the participants in this tender.
Bidders can also view the summery of opening and evaluation uploaded by competent
authority during below stages online using their logins.

The Competent Authority receiving the Bids shall first decrypt the received bids
and verify the Tender Fees and Earnest Money Deposit.
The Competent Authority will first open and download the Technical Bid
documents of all Contractors and after scrutinizing these documents will shortlist the
CONTRACTOR NO OF CORRECTIONS SDE EE 17
POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

Contractors who are eligible for Financial Bidding Process in technical evaluation
stage.
The financial bid will be opened after technical evaluation, the financial opening
date and time will be decided after technical evaluation by competent authority.
Only technically qualified bidders are eligible for appear in list of financial
opening.
After financial opening and evaluation, the Award of Contract is also made
available online for the bidders.

CONTRACTOR NO OF CORRECTIONS SDE EE 18


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

IMPORTANT INFORMATION FOR THE INTENDING BIDDER


Name of Project:- JIGAON LIFT IRRIGATION SCHEME
Name of the Work :- Engineering, Procurement and Construction (EPC) tender for construction
of lift Irrigation and construction of pressurized pipe distribution network system including
management, operation & maintenance for 60 months periods, formation of water user
association, strengthening and handing over it etc. works for LIS No.13, 14 &15 for cultivable
command area 14,477 Ha of Jigaon Project Taluka Nandura, Dist. Buldhana .
Cost put to Tender: : Rs.3,89,48,05,218/- (Excluding Royalty and GST)
Earnest Money Deposit: Rs. 1,94,74,000/-
The bidder shall submit EMD along with the tender at the time of submission.
EMD shall not be exempted in any case.
Bidder shal submit EMD through RTGS/NEFT from his own bank account.
After intimation of acceptence of the tender if the bidder does not complete all the required necessary
formalities for issue of work order within the perscribed time period then his EMD shall be forfited.
Period of Completion: 1) Work period is 36 months. 2)After work completion 12 months will
be defect liability period. 3) After work completion operation & maintenance period 60 months.

1. Eligible Bidders:
This Invitation of Tender is open to all capable bidders, who will satisfy/fulfill all
terms and conditions of tender documents.
2. Reference to Notice--------------Khamgaon,dated : / /
3. Pre-Bid Meeting: -
Their shall be no pre-bid conference with the contractor hereafter, but
after downloading the tender if the contractor have any doubts, the contractor shall ask through
seek clarification option online. Doubts of the contractor if any shall be cleared/satisfied online
only.
The doubts of the contractors asked through seek clarification option online
shall be obtained within period of 7 days before the last date of the submission of the tender.
The doubts of the contractors shall be clarified by the Executive Engineer 3 days before the last
date of the submission of the tender and shall be published on website with the prior approval
of the competent tender accepting authority. The same CSD (Common Set of Deviations) shall
be a part of the tender.
If the division does not give any clarification to the doubts of the
contractor within stipulated period of time, then the contractor shall submit the tender
considering that there is no change in the terms and condition of the tender.

4. Bid Validity:
Bids shall remain valid for a period of not less than 120 (One twenty) days
after the last date of submission of bid.
5. Dead Line for Submission of Bids:
The Bid data should be filled and all the envelopes and the documents
which are to be uploaded by the bidders should be submitted online up to date (key
dates). The Contractors shall submit the Post-qualification information in the prescribed
preformed for assessment of eligibility in online Envelope-1 with price bids in a separate
online Envelope -2 along with the letter of satisfaction and acceptance of CSD.
6.To be uploaded online:
1. Post-qualification Documents, Experience Certificate & Other
relevant documents in Envelope –1.
2. Conditions of contract for engineering, procurement and construction
contract in Envelope –2

CONTRACTOR NO OF CORRECTIONS SDE EE 19


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

3. Letter of satisfaction and acceptance of CSD. in envelope-2


4. To be submitted manually only: -
1. Technical Specifications. Drawings and Design Parameters (Conceptual Design)
and Quality Control Manual in sealed envelope within the date of submission of tender.
2. Post-qualification Documents, Experience Certificate & all other relevant
Documents (in original) if asked by department for verification.
However, any PQ Document (other than Technical design details) not submitted online
may not be considered even if submitted manually and manual document submitted may be
rejected summarily if online submission is missing for that document.
11. Bid Opening:
The Envelope – ‘1’ shall be opened online on date (key dates) onward in the
presence of any intending contractors or their representatives, if they choose to be
present. After assessment of eligibility of the tenderer and Technical feasibility of the
conceptual design submitted by the competent authority (on the basis of Post-
qualification documents submitted by the Contractors in Envelope – 1, and conceptual
designs submitted manually) Envelope – 2 (Price Bid in Envelope – 2) of only Post –
qualified Contractors shall be opened online on date (key dates) onward. The Start Date
and Time and the End Date and Time of opening of Price Bid envelope mentioned in the
Tender schedule is tentative and subject to change. The qualified Contractors shall be
intimated of the final date and time of opening separately.
12. Important Instructions
1. Bidders should go through the entire document carefully and note the procedures for
submission of the tender. The tender should be filled up completely and carefully.
2. Price bid shall be accepted online only. Manual submission of price bids shall not be
accepted in any case. Bidders attempting to submit price bids manually shall be
disqualified not withstanding any claim of electrical or electronic failure.
3. Hard copy of the bid shall not accepted.
13 . FOR ACCEPTENCE OF TENDER MORE THAN 10% LESS THAN ESTIMATED RATES-
I. Details of the planning of the bidder, he shall complete the work as per clause 1B of conditions
of contract. On the bases of the details of the planning to complete the work it shall be workout
and verified and weather the bidder shall complete the work in lowest offer before acceptance of
tender.
II. The lowest bidder who have quoted more than 10% less than the estimated rates shall within 8
days from the opening of enevlope no-1 & 2 shall submit the additional performance security. The
period of 8 days shall not be relaxed in any case.
III. At the time of acceptance of the tender the bidder shall submite his acceptance in writing and
shall certifiy online that he accepte the tender and tender conditions.

S.V.Hajare
Executive Engineer
Jigaon Lift Irrigation Division
Khamgaon

CONTRACTOR NO OF CORRECTIONS SDE EE 20


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

SECTION-I
INSTRUCTION TO BIDDERS

CONTRACTOR NO OF CORRECTIONS SDE EE 21


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

DESCRIPTION OF THE PROJECT


The Jigaon Irrigation Project envisages construction of an earthen dam across river
Purna, a tributary of river Tapi near village Jigaon Takli in Buldhana district of
Maharashtra. This project contemplates to provide irrigation facilities through 15 nos of
Lift Irrigation Schemes planned on the periphery of reservoir which covers Khamgaon,
Shegaon, Jalagaon, Sangrampur, Malkapur & Nandura Talukas of Buldhana District and
Telhara and Balapur Taluka of Akola district which are drought prone areas.
This project is included in Irrigation Backlog Removal Programme of Hon.
Governor of Maharashtra state. As well as this project is included in WAR ROOM of
Hon. Chief Minister of Maharashtra state. As well as this project is included in Baliraja
Jal Sanjeevani Yojana ( BJSY) of Central Government.
A brief summary of cost and command is given as follows:

Gross Command Area 1,45,963 ha


Irrigable Command Area 87,580 ha
Culturable Command Area 1,16,770 ha
The Project will irrigate land along the periphery of reservoir through a network of lift &
Pressurized PDN by micro irrigation system.
Summary of Lift Irrigation Scheme No. 13, 14 & 15

Group No. LIS No. CCA (Ha.)

13 7682

1 14 2345

15 4450

Lift Irrigation Scheme no. 13, 14 & 15 which is having CCA 14477 Ha. The command
area of LIS is located at upstream side of Dam along left bank of Purna River.
Distribution Network and Distribution System:
As per Govt. of Maharashtra resolution dt. 02/05/2017 Pressurized pipe
distribution system along with micro irrigation is to be introduced instead of open
channel distribution network & System in the project. PDN work will be stared from DC
of LIS. After designing and necessary approval this work will be carried out instead of
open canal system network. Hence the works of canal & distribution system till have not
started.

A. SCOPE OF WORK
Scope of work under this contract Envisages the following works.
Survey Work-
1. Survey, planning and Investigation of whole Command Area, Alignment of all
pipelines network. Feeding to the command area is through pipe distribution
network (PDN) only with chak size 3 Ha., Catchment area surveys, all
River/nalla crossings, Survey for all inline structure using advanced equipment
like Total Station or DGPS equipment, carryover of GTS bench mark from
nearest GTS bench mark to command area including pump house location and

CONTRACTOR NO OF CORRECTIONS SDE EE 22


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

construction of Permanent Bench Marks as directed by Engineer-in-Charge.


Study and review of surveys available with department, if any. Various types
of Investigation, Sub-soil exploration (Trial Pits and bore holes) for strata
classification and foundation design purpose of various components of project.
All works to be executed as per relevant IS codes, Departmental
codes/Circulars/GR received from time to time. Preparation of Topographical
map with grid survey with size 15 m or less and contour interval of 0.20m.
2. Study of all village maps included in command of Jigaon Lift Irrigation
Scheme, relevant revenue/ concerned departments land related documents for
preparation of combined command map showing all features including Village
boundaries, Roads, Railway lines natural features like water bodies, Rivers,
nallas, Forest area markings etc., Land Record of each land holder etc.
Preparation of Digitized command map WUA wise including all details as per
MMISF Act, 2005.
All other surveys required for Building portion including soil investigation.
3. Drawing and Drafting of Survey data with latest and advanced software
including incorporation of revenue data on drawings and printing as per scale
on good quality papers/ tracings all as directed by Engineer-in-Charge. Also in
softcopy with various formats in pen drive.
4. Getting survey work sanctioned from authorities concerned. All trial pit strata,
borehole data to be tested from Geologist and from laboratories and finally
bought sanctioned from authorities concerned.
5. After sanctioning of all survey and investigation work, related document to be
submitted to department in required number of Hard Copies and in soft copies
as mentioned earlier.
6. The Bidder shall tie up the survey grid of areas surveyed , All type of bench
marks etc. with Latitude and Longitude.(GIS Based)
Planning & Designing
1. Planning of entire scheme as per scope given and based on survey, carried out,
& with available data, cropping pattern decided for scheme, water requirement
of each crop based on local weather station data, studying of future change in
cropping pattern due to adaptation of Micro irrigation and advanced
agriculture practices, Minimum consumption of electricity, optimum
utilization of water available and as per relevant IS codes, Government
Circulars, etc.
2. Planning of each component of entire scheme should be such that the future
maintenance cost shall be minimum. System shall be easy and hassle free to
use. Shall be easily adopted by WUA bodies and farmers/stakeholders.
Minimum utilization of resources like water, electricity, manpower, and
expenditure in whole life cycle of scheme, farmers should have maximum
benefits in the form of increased quality and quantity of produce.
3. Planning of PDN system as per relevant standards and specifications.
4. Integrated planning of 33 KV transmission line and sub-station, Components
and accessories.
Design & Execution/ Construction/ Supply
1. Design & construction of various civil and structural, hydraulic components
like approach channel, fore bay, RCC Pump house, its components, compound
wall, entrance gate & security cabin etc., all main and branch pipelines in
distribution network, distribution network 3 hectare chak, PDN system, all
inline structures, all railway/ road / River/ nallas/ pipeline crossings, farmers
training centre and WUA main building, Roads all strictly as per relevant
Indian standards, IRC standards, as per government circular/ guidelines/ GR

CONTRACTOR NO OF CORRECTIONS SDE EE 23


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

etc., and all as per detailed scope, specifications, CDO code of practice, design
guidelines and as directed by Engineer-in-Charge.
(Note: - The Pump house building shall be architecturally aesthetic, energy
efficient, with minimum maintenance cost. Aluminium partition, inbuilt
furniture, Air conditioning for panel & automation room, proper air ventilation
and lighting shall be provided. Arboriculture and area beautification including
lawn preparation, tree plantation and water arrangements shall be provided.
Separate lavatory blocks for ladies & gents, security cabin with rest room,
external & internal electric supply and draining arrangements, fire fighting
arrangements, diesel generators of 10KVA, security system with CCTV
cameras, fire frightening & safety arrangements shall be provided. Parking
facilities for visitors & working personnel shall be provided. Painting for pump
house shall be 3 coats of plastic emulsion paint over a coat of primer and putty
for internal surfaces and 2 coats of apex paint over primer for external
surfaces. For steel/wooden surfaces, 2 coat of oil paint over coat of primer.
Scope of farmer training centre and WUA main building as per detailed scope
given. . (All other Building component as per PWD Red Book).
2. Design & construction, supply, installation, commissioning, testing of various
energy efficient mechanical components like pumping machinery and allied
electrical equipment’s, various valves, manifolds, surge protection system,
anti-breaking system of pipe distribution network, all required for lifting of
water to irrigate with PDN system and as per relevant Indian standard code of
practices & standard specifications. The minimum discharge at the outlet shall
be as per CWC Manual, Government circular and IS Code, as directed by
engineer in charge.
3. Design & construction, installation, supply, commissioning and testing of
various electrical components like 33 KV transmission line from departmental
132 KV substation or nearest existing substation to proposed pump house
location. all related components required to carry necessary load as per related
electrical Indian standard codes, as per government circular/ guidelines/ GR
etc., and all as per detailed scope, specifications and as directed by Engineer-
in-Charge.
Various Proposals & Approvals
1. Bidder shall prepare necessary proposals seeking permission for all proposals
like railway, roadways and pipeline crossings, etc. required during lift
irrigation scheme construction and getting it sanctioned from concerned
authorities in stipulated time. Pursuing with these authorities for their approval
etc., implementing condition if any imposed by them, etc. shall be the
responsibility of contractor/bidder. There shall be no separate time or any
extension regarding the same shall be given to contractor. Bidder shall quote
his offer including all cost required towards it excluding fee/deposit to be paid
to Government Department. The fee/deposit only will be reimbursed to
contractor on the production of documents in original.
2. All statutory clearances from statutory authorities for commissioning of
scheme shall be obtained by bidder within stipulated time.
Vetting & Approval of Design.
1) Vetting of all components designed for scheme shall be done from CDO/IIT/ CWPRS
Pune / VNIT Nagpur/Raipur/other as directed and final approval by committee headed
by Chief Engineer, WRD, Amravati.
1) Chief Engineer, WRD, Amravati - President
2) Chief Engineer, Civil - Member
3) Chief Engineer, CDO - Member

CONTRACTOR NO OF CORRECTIONS SDE EE 24


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

4) Superintending Engineer, Mechanical - Member


5) Superintending Engineer, Electrical - Member
6) Superintending Engineer, Civil - Member
7) Executive Engineer, Jigaon Lift Irrigation Division, Khamgaon- Member
Secretary
2) Vetting period shall not be more than 1 month.
3) Bidder shall quote his offer including Design and vetting charges.
Third Party Inspection of Entire Scheme
Third party inspection for mechanical, electrical, hydraulic, automation
components are mandatory. The charges of third-party inspection are to be borne by
the contractor.
Estimation & Approval
Bidder shall prepare detailed estimate of each component of scheme. Based on
approved design and drawing, approved alignments and based on latest DSR and get it
approved before execution of work. Measurement of work shall be done according to
approved estimate, but the payment shall be on the basis of pro-data/percentage basis
as per payment schedule.
Operation & Maintenance, Training
1. Operation & maintenance period for entire scheme shall be 60 months (5
Years) including all types of repairs, replacements of electrical, mechanical,
civil, automation equipment or components required for successful
commissioning of scheme for all season i.e. for complete 12 months of year.
(Even though in cropping pattern no provision is made for hot weather crops
and also area under crops reduced for other seasons like kharif and rabbi,
contractor shall be ready for 12 months (365 days) irrigation facility on total
CCA 14477 Ha (IP 14477 Ha) as directed by Engineer-in-Charge time to time
during O & M period).
2. O&M also consist of training of every stakeholder for implementation of
micro irrigation and adaptation of new farming methodologies and techniques
for success of the scheme with contractors own cost. Bid amount shall be
inclusive of the same. Detailed schedule of training along the bid document
shall be submitted to Engineer-in-Charge. Detailed schedule of training shall
be got approved from competent authority. Training regarding entire scheme
operation including automation shall be given to WUA members and
employees appointed by them during the O&M period so that after completion
of O&M period, trained persons can easily operate and maintain the scheme
successfully.
3. Defect liability period for entire scheme shall be 1 years after completion of
project and successful trial run.
4. During last Two years out of Five years of maintenance period, handing over
of distribution scheme with WUA’s shall be done after completion of project
and successful trial run.
Commissioning/ Trial Run
After completion of scheme, trial run for entire scheme shall be done as per
relevant Indian standards and code of practice.
Other Requirements
Fixing 0.20 km, K.M. Stone, painting the same as per specifications of Water
Resources Department, relevant I.S. code, I.R.C. Publications and circulars
issued by the Department time to time, necessary structures required to meet-
out effective and efficient regulation of discharge.
1. The bidder shall quote his price inclusive of crop compensation and rent for

CONTRACTOR NO OF CORRECTIONS SDE EE 25


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

temporary land acquisition required if any.


2. Execution of all other miscellaneous components or items required for
successful commissioning and running of entire scheme throughout the lift
time of the scheme. Provision of Informatory Sign boards (retro reflective
type).

Architectural Planning & RCC Design of Building

Bidder shall appoint architect consultant and structural consultant for planning and
design purpose and have all Architectural & RCC, services etc., design & drawings
approved from Superintending Engineer before execution of work. RCC design based
on standard code of practice and specifications. Execution of building as per standard
PWD specification and practices.
Notes:
1. Furniture includes tables & chairs for office, inbuilt cupboards in all rooms
with plywood, laminates and fixtures, glass tops, etc. Wall panelling and POP
ceiling, aluminium partitions in all rooms except store, lobby, porch and
lavatory area. Lavatory blocks- big size mirrors and other necessary furniture.
2. All windows, required doors and opening shall provide shall be with curtains
or venetian blinds.
3. All internal Electrification shall be concealed type and all materials and fittings
shall be as per standard specifications and approved makes. External
electrification including area lighting shall be as per Indian code of practice
and standard specification. Material used for internal & external electrification
shall consume minimum electricity and shall have good life (e.g. LED tube
lights and bulbs).
4. Internal water supply shall be with concealed plumbing and fittings shall be of
approved make with longer life. Overhead water tank shall be of syntax or
equivalent make. HDPE Pipes shall be used for concealed fitting.
5. Separate Parking for 4 wheeler and two wheeler hard floors shall be provided.
6. Area beautification and arboriculture consist of tree plantation, Lawn
preparation for area not less than 50 Sqm and architectural symbols and
monuments in open area with and other miscellaneous components like
watering arrangements etc.
7. Flooring- shall be of vitrified tiles of min size 2’x2’, entrance portion and
stairs shall be of marble/granite. Lavatory portion- Glazed/ceramic/vitrified
tiles. For all doors and windows granite/marble shall be used all around.
8. Doors & Windows, Ventilators
Main entrance Door- Wooden with grills, internal- Laminated Doors, Lavatory
Blocks- PVC
Windows- 3 track aluminium sliding windows with steel grills
Ventilators- Aluminium with MS grills
Security Gates/ Entrance Gate- MS
9. Painting & Finishing
Internal- 3 Coats of Plastic emulsion paint with white primer and wall care
putty
External- 2 coats of apex paints with white primer.
Structural steel items- red oxide primer with 3 coats of oil paints
Wooden items- Primer with two coats of oil paints.
(Note that all paints shall be of approved make and as directed by Engineer-in-
Charge.)
10. Water Proofing Treatment – Brick bat cobba with plaster or APP membrane.
11. Air & Light ventilation and sound proofing shall be done as per provisions in

CONTRACTOR NO OF CORRECTIONS SDE EE 26


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

National Building Code 2005.


12. Inverter with battery backup, water bore wells etc. shall be provided.
13. All materials and methodology, treatment shall be modern and latest. Above
mentioned requirements are minimum, bidder shall plan and construct best and
international standards building which fulfils present and future needs of water
user association.
14. Green Building materials shall be used.
15. Defect liability period of the building shall be 1 years after completion of
building portion.
16. After completion of construction, building with all infrastructure & amenities
shall be handed over to department or WUA in good condition as directed by
Engineer-in-Charge
Collection of water charges including Electricity Charges from WUA / farmers.
Contactor shall recover water charges including electricity charges from
farmers/WUA and deposit the same to the office of Executive Engineer, Jigaon
Lift Irrigation Division, Khamgaon during the maintenance period of 5 years.
(Engineer’s/ Staff from the department will assist for collection of this above
charges from WUA/ farmers).
Bids not covering the entire scope will be treated as non-responsive and will be
liable for rejection.
Scope of Quality Control for Entire Work:
Quality control of work will be done by Superintendent Engineer, Quality
Control Circle, Ajani, Nagpur. Quality control of work shall be done as per
relevant BIS Codes, Quality control manuals, water supply manuals and all as
directed by Engineer-In-Charge.

B. Criteria for Design of the scheme


This is an EPC contract (Engineering, Procurement and Construction)
where Bidders are required to Design and Implement the complete project
with detailed survey, investigation and design. Bidders shall therefore
submit details of Technical design proposal with drawing and work method,
construction schedule backed with their planning and deployment of
construction equipment etc. in sufficient detail to demonstrate the adequacy
of bidder’s capacity to design and complete the works in accordance with
the specifications and time limit. He should submit his best techno-economic
design proposal. This shall be evaluated as to Technical feasibility and
feasibility for completion in the given time period. Only Technically feasible
proposal which can be completed within the time period specified in the
tender and which meets the Technical standards and specified conditions
mentioned in this tender shall be considered as responsive.
. It may be noted that certain design criteria are fixed in this tender and the
bidder has to design within the ambit of this criteria only. However the design
submitted by the bidder at the POST-QUALIFICATION stage shall not be
binding on the VIDC, Nagpur/ Government and the Final design shall be
approved by Chief Engineer, Water Resources Department, Amravati
with such modifications and alterations as may be deemed fit in the interest of
the project and interest of the state and to bring the design as per with the
required IS or other standards and requirements of this tender and project.
Successful bidder shall have no right of any claim whatsoever for any such
changes as may be directed by Chief Engineer, Water Resources
Department, Amravati.

CONTRACTOR NO OF CORRECTIONS SDE EE 27


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

Work includes Review of available survey and investigation data,


identification of additional survey and investigation requirement considered
necessary for design, execution and commissioning and operation of the
Rising main. Preparing combined village map on tracing cloth for Rising main
separately. Survey of whole command area, plotting the same on combined
village map, contouring the village map, marking ridges by red dotted lines
and valleys by blue arrow lines, survey for fixing alignment, taking trial pits,
drilling bore holes along the alignments wherever necessary. Marking the
approved alignments, Chak boundaries ( 3 ha to 24 ha), in position, “outlets”
and other structures on the village maps, preparing chak statements, outlet
register, cut-off/design statement, design-drawing of the Rising main as per
design criteria of Water Resources Department, relevant Indian standard codes
and IRC publications, circulars issued by the department time to time,
preparing detailed estimate as per CSR of the department on the basis of
approved design and drawing. Clubbing of items for record measurement and
basis of payment, getting approval from competent authorities.
The work components requiring permanent land acquisition should preferably
be constructed on Government land if available. The cost of forest land if any
required permanently for the construction of different components of the
scheme, should be borne by the Government. The engineering procurement
and construction agency has to prepare the proposals for forest land and will
be responsible to get the clearance in scheduled time from the Government of
India or Government of Maharashtra as the case may be. The department will
only help the engineering procurement and construction agency for getting the
clearance from the competent authority. The delay in clearance of the forest
land will be attributable to the engineering procurement and construction
agency. Costs incurred in preparing proposals and getting clearances shall be
borne by the agency other than the costs of forest land payable if any and the
cost of compensatory forestation.
Catchment area survey, grid survey, levelling along the nallas /river to
determine the bed slope of the nallas /river, cross section of nallas /river for
cross drainage works, grid survey for other structures such as railway
crossings, road crossing and taking trial pits/drilling bore holes for foundation
investigation of structures, design-drawing of structures as per design criteria
of Water Resources Department, relevant Indian standard codes and IRC
publications, Rising main parameters and circulars issued by the department
time to time, preparing detail estimate as per DSR of the department on the
basis of approved design-drawing, getting approval from competent
authorities.
Wherever the rising main and pipe line system is crossing railway line or
Highways or Roads or other restricted area, the contractor has to prepare,
necessary proposal for seeking permission of concerned authority. The
Engineer-in-Charge will process such proposal to railway or highway or Road
or other departmental authority concerned for taking up the work under EPC
Contract if the work is executed as a deposit work by the concerned
department, the amount demanded by the railway authorities or concerned
authorities will be paid by the department and shall be recovered from the
next running bill of the contractor. The contractor shall include such cost in
the bid price.
For establishing water users associations as per MMISF Act, 2005 for CCA
14477 Ha (IP 14477 Ha). of command area under this contract, all works up

CONTRACTOR NO OF CORRECTIONS SDE EE 28


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

including preparation of voter list of cultivators based on revenue records with


due marking for the area of water users association and territorial
constituencies is to be prepared on village map by EPC Agency. The
contractor shall include such cost in the bid price.
The bidders are advised to study all the details of existing power supply
to be brought from nearest departmental 132 KVA substation and provide
any additions /modifications in the switch yard at his own cost for getting
power directly from nearest departmental 132 KVA substation to pumping
stations for the running of the scheme. Any additions /modifications and
providing of transformers, cables, HT/LT line and related components shall be
within the scope of the work. The power to proposed pumping stations are to
be provided by this dedicated line and cost of providing HT/LT power line,
transformers, sub-stations for pumping station shall be borne by the
contractor. The necessary permission for laying/erection of suitable power
lines as the case may be, shall have to be obtained by the contractor from
statutory safety & regulatory bodies governing on electrical erection and
transmission. The illumination of working area is to be provided by this
dedicated line and alternately diesel generating sets shall be provided at all
suitable locations for illuminations during non-running hours of HT power
line. However, the cost of security deposit, supply affording charges and new
transformer at HT supply start point if required by M.S.E.D.C.L/M.S.E.T.C.L.
shall be borne by VIDC, Nagpur.
Disposal of surplus excavated material after refilling of pipe trenches shall be
done as per direction of Engineer-in-Charge with all leads and lifts.
Bidders shall submit with the post-qualification documents and financial bid,
the proposal for conceptual Technical design, Rising main and disnet 3 Ha chak
to irrigate or CCA 14477 Ha(IP 14477 Ha). The detail design should include
the parameters specified in the volume-I and also as above. Details of pipe,
length and diameter of pipeline, power required for pumping station, efficiency
of pumps, type of pumps, static and dynamic head calculations in detail used
for design of entire system, HT substation specifications, work methodology,
construction schedule backed with details of planning and deployment of
construction equipment with sufficient details to demonstrate the adequacy of
bidder’s capacity to design and complete the project work in accordance with
the specifications and within the stipulated time period.
Note: Design and Vetting Charges of entire Scheme shall be borne by the
contractor. The contractor shall include such cost in the bid price.
The ultimate aim of the scheme is to irrigate for CCA 14477 Ha (IP 14477
Ha). as per the index map attached in the tender document volume-III
Necessary safety measures and fire fighting arrangements shall be established
in the pump house.
Necessary safety sign boards/Informatory Sign Board will be displayed at
work site on suitable location as per directions of the Engineer in-charge.
General Guidelines for Design

Bidders should submit proposals regarding proposed work method, construction


schedule backed with their construction equipment planning and deployment in
sufficient detail to demonstrate the adequacy of bidder’s capacity to complete the
works in accordance with the specification and time of completion. The bidders
are required to submit conceptual Technical Proposal with post -qualification

CONTRACTOR NO OF CORRECTIONS SDE EE 29


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

proposal. However the design submitted at the bidding stage shall not be binding
on VIDC Nagpur/Government of Maharashtra and would subject to such
modifications as may be deemed fit in the interest of the state and VIDC and/or
such modifications as may be necessary to bring the design at par with the
requirements of this tender or such national standards prevalent for such materials
and construction (IS, BS, CPHEEO) and the bidder’s final design will be subject
to the approval of the Chief Engineer, WRD, Amravati. Wherever standards do
not exist for a particular item of material or construction or specific requirements
for them have not been given in this tender, then the same shall be adopted as per
the nearest standard in the same code or in absence of such standard in that code
from equivalent international codes as the Chief Engineer, Water Resources
Department, Amravati may deem fit. Wherever specific standards or
requirements in specification are given in this tender they shall prevail over the
prevalent standards specifically.
C. DEFINITION AND INTERPRETATIONS: -
in the “Post- qualification and Tender Documents” the following terms shall
have the meanings hereby assigned to them except where the context otherwise
requires.
a GOVERNMENT shall mean the Government of Maharashtra.

b CORPORATION
Corporation” shall mean the Vidarbha Irrigation Development Corporation,
Nagpur acting through its Executive Director, as defined in Maharashtra
Government Act XI of 1997. Vidarbha Irrigation Development Corporation,
Nagpur is a body corporate constituted under the Maharashtra Government Act
XXVI and published in Maharashtra Government Gazette dated 28-04-1997. The
Head quarter of the Vidarbha Irrigation Development Corporation, Nagpur, in
short VIDC, Nagpur is at Nagpur and hereafter referred to only as Corporation.
The official postal address for correspondence is -
Office of the Executive Director,
Vidarbha Irrigation Development Corporation,
SinchanSewa Bhavan, Civil Lines,
NAGPUR — 440 001.
c CHIEF ENGINEER
It shall mean the Chief Engineer, Water Resources Department, Amravati under
V.I.D.C., Nagpur.
Ph. No. 0721-2662282,83
dSUPERINTENDING ENGINEER
)It shall mean the Superintending Engineer of concerned Circle to whom
Superintendence of the work is assigned by Vidarbha Irrigation Development
Corporation, Nagpur.
e EXECUTIVE ENGINEER
Executive Engineer means the in-charge Executive Engineer of concerned division
For this work Executive Engineer, Jigaon Lift Irrigation Division, Khamgaon.
f THE EMPLOYER is the executing agency, Vidarbha Irrigation Development
Corporation (VIDC), and Government of Maharashtra.
g “ENGINEER-IN-CHARGE’S” It shall mean the Executive Engineer in-charge of
the work and shall also include the superior Officers of the Engineering

CONTRACTOR NO OF CORRECTIONS SDE EE 30


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

Departments of the Corporation, i.e. the Superintending Engineer of respective Circle


or the Chief Engineer of respective region.
h “ENGINEER-IN-CHARGE’S REPRESENTATIVE” It shall mean the Assistant
Executive Engineer / Assistant Engineer (Grade I)/ Sub-Divisional Engineer / Sub-
Divisional Officer, who is in direct in-charge of the works and shall also, include any
Civil Engineer of the Corporation.
i CONTRACTOR It shall means individual, proprietary firm, firm in partnership,
Limited Company, Corporation, applying to become eligible to Bid.
j CONTRACT shall mean and include agreement having three volumes as below

1 Post Qualification Document (Eligibility Criteria) Volume-I

2 Tender document for Engineering Procurement and Volume-II


Construction contract with Financial Bid (Commercial).

3 Technical Specifications, Drawings and Design Volume-III


Parameters, Quality Control Manual.

k) WORK shall mean the work to be executed in accordance with contract.

l SPECIFICATIONS shall mean the specifications for material and works as


specified in volume III of the contract. In case of disagreement between the
specifications of the department, and standard practices being followed that
decided by the Engineer– in – charge shall be binding on the contractor.
Specifications not provided specifically then relevant specification under IRC
or IS code shall prevail.
m SITE is that area which is required for proper completion of the works, as
illustrated on the drawings. The contractor will be responsible for making his
own arrangements for providing any other space for site offices, materials
testing laboratory, storage of materials and equipment, etc., as may be
required for proper execution of the works.
n DEFECT(S) LIABILITY PERIOD shall means period within which
Contractor shall be responsible to make good of manufacturing /
construction, defects. Period for this project is of 12 (Twelve months) months
from the date of issue of completion certificate by the Engineer-in-Charge.
o SINGULAR AND PLURAL means Works imparting the singular number
shall also include the plural and vice versa where the context requires.
p HEADINGS AND MARGINAL HEADINGS means The headings and the
marginal headings in the contract are solely for the purpose of facilitating
references and shall not be deemed to be part thereof or taken into
consideration in the interpretation of construction thereof or of the contract.
q OTHER DEFINATIONS

Tender means the Contractor's priced offer to the Employer for the Works,
as accepted by the Letter of Acceptance

Contractor's Proposal means the proposal submitted with the Tender, as


included in the Contract.

Schedules means the information and data submitted with the Tender, as

CONTRACTOR NO OF CORRECTIONS SDE EE 31


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

included in the Contract.

Letter of Acceptance means the formal acceptance by the Employer of the


Tender

Employer's Representative means the person appointed by the Employer to


act as Employer's Representative for the purposes of the Contract or other
person appointed from time to time by the Employer and notified as such to
the Contractor.

Contractor's Representative means the person (if any) named as such in the
Technical Schedule or other person appointed from time to time by the
Contractor.

Subcontractor means any person named in the Contract as a subcontract or,


manufacturer or supplier for a part of the Works or any person to whom a
part of the Works has been subcontracted and the legal successors in title to
such person, but not any assignee of such person.

The Time Period mentioned for completion of the work will be effective
immediately from the date of work order.

Start Date is the date of Issuance of the Notice to Proceed, or such other
Start Date as may be specified in the Notice to Proceed.

Site Possession Date is the date upon which the Employer shall give
possession of all parts of the Site to the Contractor, or of such parts of the
Site sufficient for the Contractor to commence and undertake the Works in
accordance with the agreed Work Program.

Work Program is the program submitted by the Contractor and approved by


the Employer which shows the general methods, arrangements, order and
timing for all the activities in the Works and according to which the
Contractor shall perform and complete the Works by the Intended
Completion Date. In case the whole of the Site is not available upon the Start
Date, the Contractor and Employer shall mutually agree on a Work Program
that takes into consideration the date of availability of the different parts of
the Site and enables the Contractor to complete the Works within the
intended Completion Date.

Effective Date means the date on which the Contract entered into legal force
and effect.

Intended Completion Date is the date upon which the Works are to be
completed in its entirety. The Intended Completion Date will be stipulated
by the Engineer-in-Charge in the Notice to Proceed.

Defects Correction Period is 14 (Fourteen) Days from the date of receipt by


the Contractor of the Engineer-in-Charge notice to correct any Defects in the
Works.

Contractor's Bid is the completed bidding document submitted in three


Volumes by the Contractor to the Employer.

Contract Price is the price stated in the Letter of Acceptance and thereafter

CONTRACTOR NO OF CORRECTIONS SDE EE 32


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

as adjusted in accordance with the provisions of the Contract.

Defect Notice Period is the period stated in the Contract Clause within
which the Employer’s Representative may notify the Contractor of a Defect.

Equipment means the Contractors machinery, equipment and vehicle owned


by him, hired, lease or otherwise brought to site
Temporary Works are works designed, constructed, installed, and
removed by the Contractor which are needed for construction or installation
of the Works.
E. LOCATION OF WORKS:-
Location of Pump House of Stage one- Village Manasgaon, Tal- Shegaon Dist-
Buldhana
Command- Shegaon Tehsil of Buldhana District ( As marked on Index Map).
F. PROBABLE AMOUNT OF WORK

1) The “Probable Amount of Work” cost shown in the tender document are not
guaranteed for contract but merely given as rough for guidance.
2) Each tenderer should carefully examine the specifications, special conditions
and other particulars etc. and visit the site of work and fully satisfy and
acquaint himself about the nature and location of the work, exact length and
static heads, the surface and geological conditions, quality and quantity of
construction materials available, the character of equipment and ancillaries
needed during the execution of the work and local socio-economic
conditions which may affect the cost of the completion of the work.
3) Time for completion: the time for completion for the project including time
required for creation of construction facilities and infrastructure work,
necessary pre-construction survey, investigation, soil exploration, design and
engineering construction work, etc. shall be 36 months including rainy
season from the date of agreement. Stipulated period of completion is the
main essence of the contract and shall be strictly adhered to.

G.EARNEST MONEY
1.The bidder shall submit EMD alongwith the tender at the time of submission.
2. EMD shall not be exempted in any case.
3. The bidder shall submit the EMD through RTGS/NEFT from his own bank
account.
4. EMD @ 1% upto 1.50 crores and 0.50% (minimum 1.50 lakhs) above
1.50 crores
5. After intimation of the acceptance of the tender if the bidder does not complete
all the necessary formalities required for issue of work order within the prescribed
time period than his EMD shall be forfeited.
6.The tenderer shall keep the e-Payment gateway slip for earnest money of Rs.
1,94,74,000/-in envelope- 1
7. Any tender not accompanied by an acceptable EMD or not being
valid will be treated as non-responsive and rejected by the department.
8. The EMD of successful tenderer shall be discharged when the tenderer has
signed the agreement and furnished the required security deposit.

CONTRACTOR NO OF CORRECTIONS SDE EE 33


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

9. The EMD shall be forfeited, if

a) If a tenderer modifies or withdraws his tender during the period of


tender/bid validity.
b) In case of a successful tender, if, he fails to furnish the required
security deposit and fails to sign the contract agreement within the
specified time limits.
c) If, the tenderer does not accept the correction of his bid price pursuant to
clause 29 In Volume I of Bid document.
d) In the event of tenderer withdrawing his/ her offer before the expiry the
period of the validity of offer or failing to execute contract agreement as
required by condition of NIT, he/she will not be entitled to tender for this
work in case of recall in addition to forfeiture of his / her earnest money.
H. INITIAL SECURITY DEPOSIT:

1) Within 10 days from the date of receipt of the letter accepting the tender, the
tenderer shall furnish security deposit equal to 1% before signing the
agreement of the contract value in any one of the following form and shall
be valid up to 90 days beyond the defect liability period -
a) Demand draft payable to Executive Engineer, Jigaon Lift Irrigation
Division, Khamgaon payable at Khamgaon of any nationalized and
scheduled bank other than a co-operative bank.
b) Irrevocable bank guarantee in the prescribed form annexure G) in
favour of “Executive Engineer, Jigaon Lift Irrigation Division,
Khamgaon, District- Buldhana (Maharashtra) from any nationalized or
scheduled bank (other than a co-operative bank) issued by its branch
situated in Maharashtra and shall be unconditional.
In addition to the above initial security deposit, the executive engineer shall Deduct
from the running account bills, an amount @ 1% of the total value of each bill as
security deposit.
2) Recovery of amount due to government from contractor: Any amount due to
government from the contractor on any account may be recovered from
contractors deposit available with the department .

I. Contract agreement execution for acceptance of tender more than 10%


less than the estimated rate –

1. Details of the planning of the bidder, how the bidder shall complete the work
shall be obtained from the bidder. On the basis of the details of the planning
to complete the work it shall be work out and verified by the department
whether the bidder shall complete the work in lowest offer before acceptance
of the tender.
2. At the time of acceptance of tender the bidder shall submit his acceptance in
writing.
3. The lowest bidder who have quoted more than 10% less than the estimated
rate shall within 8 days from the opening of the Envelope No.1 & Envelope
No.2 shall submit the Additional Performance Security. The period of 8 days
shall not be relaxed in any case.

CONTRACTOR NO OF CORRECTIONS SDE EE 34


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

4. Tenderer whose tender has been accepted (hereinafter referred to as


the contractor) will, after furnishing the initial security deposit and
performance Security deposit (If Applicable) execute the agreement with
the Executive Engineer, Jigaon Lift Irrigation Division, Khamgaon in
the prescribed form within thirty days from the date of receipt of acceptance
of tender or any such date extended by competent authority in writing.
Failure to do so will result in the earnest money being forfeited to
government and tender being cancelled. Contract agreement will be signed in
two original copies and one copy will be handed over the contractor. Work
order shall be issued immediate after signing of agreement. The date of
Work order shall be treated as date of start of work.
5. The submission of a tender by a contractor implies that he has read the notice
and conditions of the contract and has made himself aware of the scope and
specifications of the work to be done and has seen the quarries with their
approaches, sites of works, etc. and satisfied himself regarding the suitability
of the materials at the quarries. The responsibility of opening of new quarries
and construction and maintenance of approaches too shall lie wholly with the
contractor.
J.TAXES AND DUTIES:

1) All dues regarding all taxes, duties, levies whatsoever including GST if
any, Octroi duties, etc. Levied on the contractor’s work by government and
local bodies will be payable by the contractor. Howsoever the amount of
royalty paid by the contractor will be compensated by the department as per
clause 36 of contract and reimbursement of GST to the bidder will be done
complying as per clause 48 of contract. The Engineer-in-charge shall grant a
certificate for the quantities actually used on the work but will not entertain
any claim on this account.
2) Income tax at the rate of 2% (or as revised by the income tax department) from any
sum payable to the contractor shall at the time of credit of such sum or at the time of
payment to the contractor by cash, cheque or draft or any other mode be deducted at
the source from his running / final or any type of payment, for this contract, as per
section 194 of income tax act, 1961.
3) LABOUR WELFARE CESS
The amount of labour welfare cess at the rate of 1% will be recovered from
contractor through every running / final bill as per directions given by the
Government of Maharashtra vide Marathi resolution no. ‘Udhyog, Urja Va
Kamgar Vibhag Shashan Nirnay Kramank b. C. A. 2009 / Pra. Kra. 108 /
Kamgar 7a , Dinank-17 June 2010”
K. MODEL RULES FOR WATER SUPPLY, SANITATION IN LABOUR
CAMPS:
The contractor will be bound to follow the model rules relating to layout
of water supply and sanitation in labour camps (vide Annexure-A).
L. FAIR WAGES TO LABOURERS
The contractor shall not pay less than fair wages to Laborers engaged by him on
the work (copy of rules enclosed vide Annexure B) including any revision in
the fair wage from time to time.
M. EXECUTION OF WORK :

CONTRACTOR NO OF CORRECTIONS SDE EE 35


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

1) The contractor shall execute the work as per specifications (volume-I


read with volume-III incorporated in the tender document, relevant IS
Code and circulars issued by the department from time to time and in
accordance with the special conditions incorporated in the tender
documents and as approved by competent authority.
2) Execution Of Work According To Time Schedule: The bidder shall
include in his bid, a detailed construction programme of executing the
project, describing broadly the technology and construction
methodology major components of the project including survey,
investigation, soil exploration, design and engineering estimates, land
acquisition proposals, commissioning of total project, trial of total
Rising main and pipe distribution network..
N. CANVASSING OR SUPPORT FOR ACCEPTANCE OF TENDER:
Canvassing in any form is strictly prohibited. If any bidder or
supplier/manufacturer of material and equipment attempts to canvass or
attempts to influence the bid conditions or bid timings, this shall amount to
misconduct and the bidder would be liable to be disqualified and black listed
and will be barred from participation in future bids and in case of
supplier/manufacturers the material/ equipment shall be disqualified for the
project.
O. REMOVAL OF UNSUITABLE OR UNDESIRABLE EMPLOYEES OF
CONTRACTOR:
The contractor shall on receipt of the requisition from the engineer-in-charge
remove any person at once employed by him on the work if in the opinion of
executive engineer such person is unsuitable or undesirable.
P. LIST OF PERSONS EMPLOYED BY CONTRACTOR :
The contractor shall not be permitted to tender for works with
Executive Engineer, Jigaon Lift irriagation Division, Khamgaon
(responsible for award and execution of contracts) in which his near relative is
working as Divisional accountant or as an officer in any capacity between the
grades of Superintending Engineer and Assistant Engineer (both inclusive). A
list showing the names of the persons who are working with the contractor and
are near relatives to any Gazetted officer in the V.I.D.C. / W.R.Department
including secretariat should also be appended to the tender. He should also
intimate to the Executive Engineer the names of subsequently employed
persons who are near relatives to any Gazetted officer in V.I.D.C. /W.R.
Department or Divisional Accountant under the jurisdiction Executive
Engineer, Jigaon Lift Irrigation Division, Khamgaon Any breach of this
condition by the contractor would render him liable to penalties of
blacklisting/suspension of registration.
Note:- By the term near relative is meant son,grand-son,father, mother,
spouse,brother, sister, brother-in-law, father-in-law and mother-in-law.

Q. BANK COMMISSION CHARGES


Bank commission charges shall be borne by the contractor.
R. FORCE MAJEURE
Should failure in performance of any part of this contract arise from
war, insurrection, restraint imposed by government, act of legislature or act of

CONTRACTOR NO OF CORRECTIONS SDE EE 36


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

god or any inevitable of unforeseen event beyond human control directly or


indirectly interfering with the execution of work or from any cause which may
be reasonable ground for an extension of time, the competent authority will
allow such additional time as he considers to be justified in the circumstances
of the case. No compensation will be payable to the contractor for any loss
incurred by him due to these reasons.
S.ADDRESS OF THE TENDERER
Each tenderer shall supply the name, residence and place of business of the
person or persons applying the tender and shall be signed by the tenderer with
his usual signature. When tender is given by firm having partnerships, the full
names of all partners shall be furnished. An attested copy of the constitution of
the firm and the registered number of the firm shall be furnished. In such a case
tender must be signed separately by each partner there of or in the event of the
absence of any partner it must be signed on his behalf by a person holding a
power of attorney authorizing him to do so. Tenders by corporation shall be
signed with the legal name of the corporation followed by the name of the state
of incorporation and by signature and by designation of the president, secretary
or other persons authorized to sign it in the matter.
T. BANK GUARANTEE
Irrevocable bank guarantee shall be in the form Annexed at “D” given on the
non-judicial stamp paper in accordance with the prevailing rules. The bank
Guarantee shall be valid for 90 days beyond defects liability period for Initial
security deposit. It will be the responsibility of the contractor to get the validity
of the bank guarantee extended at least one month prior to the expiry date, from
time to time, failing which the bank guarantees shall be encashed by the
Executive Engineer one month before the expiry date of bank Guarantee(s) and
cash accrued shall be at the disposal of the government. However failing to en
cash bank guarantee in above manner will not relieve the contractor and bank
from its obligation for encashment in future.
U. QUARRY MATERIAL
If in a quarry material of more than one quality is found, the material of the best quality
as approved by the Executive Engineer shall be used by the contractor.
V.TRANSPORT OF MATERIALS IS CONTRACTOR’S
RESPONSIBILITY:
The contractor shall make his own arrangement for transport of all
materials. The government is not bound to arrange for priorities for getting
wagon or any other materials though all possible assistance by way of
recommendation will be given, if it is found necessary in the opinion of
Engineer-in-charge. If it proves ineffective, the contractor shall have no claim
for any compensation on this account.
X. EXECUTION OF WORK ACCORDING TO TIME SCHEDULE:-
The work shall be done by the contractor according to the time schedule
fixed by competent authority. Physical construction programme is given in this
volume, Table No.06.
Y. PRICE ADJUSTMENT:

1) The amount paid to the contractor for work shall be adjusted for
increase or decrease in the rate and price of labour, cement, steel, pipes
and P.O.L. Price adjustment shall be determined during each month

CONTRACTOR NO OF CORRECTIONS SDE EE 37


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

from formula given in clause 138 of conditions of contract.


2) The price adjustment clause shall be applicable only for work that is
carried out within the stipulated time even if the extension is granted.
The price adjustment clause shall not be applicable for Electrical Works,
Mechanical Woks, Clause-38 Items and Extra Items excluding
compensation payable for the material (bitumen, steel, cement) which
have been directly given difference in purchase price and star rate.
3) The price adjustment clause shall not be applicable for the operation and
maintenance period and payment made for operation and maintenance
of the scheme.
4) No claims for price adjustment other than those provided here in
shall be entertained.
V Z. SITE VISIT

For obtaining details of works and visit to site, the Executive Engineer,
Jigaon Lift Irrigation Division, Khamgaon. Phone No. 07263-254602 may
be contacted.
2.0 Source of Funds
Sufficient fund is likely to be available through Vidarbha Irrigation Development
Corporation, Nagpur/State government and also Central assistance is available for
this scheme under Special package for 14 suicide, drought prone district of
Maharashtra named as Baliraja Jalsanjeevani Yojana, Ministry of Water
Resources, Government of India which is priority-I project.

3.0 Eligible Bidder


3.1 It is a national competitive bidding, open to all capable bidders, in India who will
satisfy/fulfill all terms and conditions of tender documents. These may include:
(a) Indian individual person
(B) Indian Proprietary firm / Partnership firm Registered in India.
(c) Indian Limited company or Limited Corporation.
(d) Indian Government Undertaking / Enterprise.
(e) Any combination of the above in the form of Joint Venture, or with the intent to
constitute a legally enforceable Joint Venture.
3.2 A Bidder shall not have a conflict of interest. All Bidders found to be conflict of interest
shall be disqualified. A Bidder may be considered to have a conflict of interest with one
or more parties of the bidding parties in the bidding process, if they:
a) have controlling shareholders in common; or
b) receive or have received any direct or indirect subsidy from any one of them: or
c) have a relationship with each other, directly or through common third parties, that
puts them in a position to have access to information about or influence on the Bid of
another Bidder that influence the decisions of the VIDC regarding the bidding process.
3.3 Government-owned undertaking/enterprises in India shall be eligible only if they shall
satisfy/fulfill all terms and conditions of tender documents.
3.4 Bidders shall provide such evidence of their continued eligibility up to the satisfaction of
the VIDC, as the VIDC shall reasonably required.
3.5 The number of partner in a Joint venture (JV) shall not exceed three in any case.
4.0 Instruction to Applicants
4.1 If an individual makes the application, it shall be signed by the individual above his full
name and current address.
4.2 If proprietary firm makes the application, it shall be signed by the proprietor above his
full name of his firm with current address.
4.3 If the application is made by a firm in partnership it shall be signed by all the partners of

CONTRACTOR NO OF CORRECTIONS SDE EE 38


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

the firm, above their full type written names and current addresses or by a partner
holding valid power of attorney for signing the application in which case a certified copy
of the power of attorney shall be enclosed with the application. A certified copy of the
partnership deed, current address of all the partners of the firm shall also be enclosed
with the application.
4.4 If the application is made by a limited company or a limited corporation it shall be
signed by a duly authorized person holding the power of attorney of signing the
application in which case a certified copy of the power of attorney shall be enclosed with
the application. Such limited company or corporation may be required to furnish
satisfactory evidence of his existence before the Post-qualification is awarded.
4.5
If the application is made by a joint venture or consortium of two or more partners the
application shall be signed so as to be legally binding on all partners.
A Joint venture between single contractors, Partnership Firm, Joint Stock Limited
Company, Private / Public Limited Company may be permitted subjected to
following conditions –
Civil works above 50 crores and for EPC type of work constituting all Civil,
Mechanical & Electrical components, Joint Venture consortium can take part in
the tender process. The individual share in the established Joint Venture shall be
in proportion to the civil, mechanical & electrical work included in the tender.
For below instruction shall be followed-
i) As per Clause 58 of Indian Partnership Act, 1932 the Joint Venture
Consortium shall be registered with the Registered of Firms of the
Government OR As per Clause 12 of Limited Liability Partnership Act,
2008 the Joint Venture Consortium shall be Registered with the Register of
Companies.
ii) Under some circumstances if the Joint Venture Consortium is not able to
submit the proof of registration of Joint Venture Consortium with the
Registrar of Firms until the last date of submission of tender the contractor
shall atleast submit the proof of the proposal of Registration submitted with
the Registrar of Firms to the appropriate tender opening authority. In such
case, the bidder shall submit within 15 days the copy of Joint Venture
registered with the Registrar of Firms failing in which the bid of the bidder
shall be kept outside the tendering process and shall not be considered and in
such case if the Joint Venture is the lowest bidder (L1) than instead of
Calling for new tender, the second lowest bidder (L2) shall be given chance
and shall be negotiated to first lowest bidder (L1) on the same terms and
conditions)
iii) It shall be the responsibility of the Joint venture consortium to accept as per
the above terms & conditions.
iv) The Joint Venture Consortium must be got registered with and have a
numbers from various statutory departments i.e. Income Tax, GST,
Professional Tax, Labor-Commissioner etc, and others referred in the tender.
v) The Joint Venture partnership shall not be dissolved till the completion of defect
liability period as stipulated in tender conditions and till all the liabilities thereof
are liquidated.
vi) One of the partners shall be nominated, as being in-charge and this authorization
shall be evidenced by submitting a power of attorney signed by a legally
authorized signatory of all the partners.
vii) The partner in-charge shall be authorized to incur all liabilities and receive
instructions for and on behalf of any and all partners of the Joint Venture and
entire execution of the contract including payment shall be done exclusively with
the partner in charge.

CONTRACTOR NO OF CORRECTIONS SDE EE 39


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

viii) All partners of Joint Venture shall be liable jointly and severally for execution of
the contract in accordance with contract terms, and a relevant statement to this
effect shall be included in the authorization mentioned under (JV) above.
ix) Complete information pertaining to each partner in the respective forms duly
signed by each such partner shall be submitted with the application.
x) Separate information in respect of each firm (entered into Joint Venture) should be
submitted in Proforma
xi) In case of Joint Venture, the sponsoring firm has to submit complete information
and identify of the lead firm. It would be necessary for the Joint Venture to
establish to the satisfaction of the department that the Venture has been made
practical, workable and legally enforceable arrangements amongst the parties,
that responsibilities regarding the execution and financial arrangements have
been clearly laid down and assigned that the individual parties to whom such
responsibilities etc. assigned are capable in their individual capacity to
discharge them completely and satisfactorily and also that the lead firm has
necessary skill and capacity to lead responsibility and involvement for the entire
period of execution as well as leading role in control and direction of the
resources of the entire Joint Venture.
4.6 In case of any dispute or any breach of contract, the lead firm shall be held solely
responsible for any recoveries due to the Government Or any fulfillment of
works mentioned in the tender. A registered undertaking thereof (on stamp paper
for Rs. 500/-) shall be submitted by the lead firm along with MOU as prescribed
in Appendix 1(b).
4.7 Bidders may Bid independently or in a Joint Venture but they would be allowed
to submit only one bid.
4.8 All witnesses and sureties shall be of the person of status and probity and their full
names, occupations and addresses shall be stated below their signatures.
4.9 Any change in the legal status of the applicant subsequent to submission of Post-
qualification application will render the application as non-responsive.
4.10 The particulars of the proposed work given herein are provisional and must be
considered only as advance information to assist applicant.
4.11 In case of Power of Attorney, the original Power of Attorney shall be shown on demand
to the Officers of VIDC at the time of opening of tender or whenever demanded and
shall be submitted to the department.
5.0 Qualification of the Bidder
5.1 To be qualified for award of Contract, bidders shall:
a. Satisfy the minimum qualification criteria prescribed in section - II.
b. Submit a written power of attorney authorizing the signatory of the Bid to commit the
bidder;
c. Submit, update information in sufficient details for work in hand, future commitments,
and current litigation, for assessment of the financial capacity of the Bidder including
member of the Joint Venture.
5.2 Bids submitted by a joint venture of two or more firms as partners shall also comply
with the following requirements:
a. One of the partners shall be nominated to be in charge; and this nomination shall be
evidenced by submitting a power of attorney signed by legally authorized signatories of
all the partners;
b. The partner in charge shall be authorized to incur liabilities, receive instructions for and
on behalf of any or all partners of the joint venture and the entire execution of the
Contract, including receiving payments, shall be done exclusively with the partner in
charge;
c. All partners of the joint venture shall be jointly and severally liable for the execution of
the Contract in accordance with the Contract terms, and a relevant statement to this

CONTRACTOR NO OF CORRECTIONS SDE EE 40


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

effect shall be included in the authorization mentioned under (b) above as well as in the
Form of Bid and the Form of Contract Agreement (in case of a successful bid);
d. A copy of the agreement entered into by the joint venture partners shall be submitted
with the Post-qualification document (Envelope “1”).
e. The joint venture agreement should indicate precisely the responsibility of all members
of JV in respect of planning, design, construction, equipment, key personnel, work
execution, financing etc., of the project. This should not be varied/ modified
subsequently.
f. The figures of physical experience and financial turnover of the partners of a Joint
Venture shall be as prescribed in minimum qualifying criteria as given in Section II,
Clause 2.
g. No firm, individual company or corporation may join more than one joint venture.
h. If the bidder have executed the works in the past as Lead Partner (or Partner) in a Joint
Venture then the bidders, experience and physical performance will be only considered
to the extent of their shareholding in those joint venture, irrespective of the actual
experiences and physical performance of the individual member of those joint venture
and irrespective of any internal understanding among the members of those joint
venture(s).
i. The bid, and in case of a successful bidder, the form of contractor agreement shall be
signed and/or executed in such a manner as may be required for making it legally
binding on the all partners (including operative parts of the ensuring contract in respect
of agreement of Arbitration. Etc.) On award of work, the form of agreement and contract
documents shall be signed by all partners of the joint venture to conclude contract
agreement.

6.0 One Bid per Bidder


Each Bidder shall submit only one Bid either by himself, or as a partner in a joint
venture. A Bidder who submits or participates in more than one Bid his all bids will
be treated as non responsive and shall be rejected.
7.0 Cost of Bidding
The Bidder shall bear all costs associated with the preparation, submission, clarification,
and to attend discussions/conference in connection of this tender. The VIDC in no case
will be responsible or liable for those costs whatsoever.
8.0 Site Visit
8.1 The Bidder is advised to visit and examine the site of works and its surroundings and
obtain for itself on its own responsibility all information that may be necessary for
preparing the Bid and entering into a contract for the design-build and completion and
commissioning of the works. The costs of visiting the site and investigation etc. shall
be at the bidders own expense.
8.2 The Bidder and any of its personnel or agents will be granted permission by the VIDC to
enter upon its premises and lands for the purpose of such inspection, but it is deemed
that the bidder, its personnel and agents, will release and indemnify the VIDC and its
personnel and agents from and against all liability in respect thereof and the Bidder will
be responsible for death or personal injury, loss of or damage to property and any other
loss, damage, costs and expenses incurred as a result of the inspection.
8.3 For visit to site the Executive Engineer, Jigaon Lift Irrigation Division, Khamgaon
Phone No. 07263-254602 may be contacted during office hours.
9.0 Bidding Documents - Content of Bidding Documents
9.1 The bidding documents are as stated below, and should be read in conjunction with any
Addenda issued in accordance with Clause 11 if any:
9.2 The Bidder is expected to examine carefully the contents of the Bidding
documents. Failure to comply with the requirements of Bid submission will be at
the bidder's own risk. Pursuant to Para 26 bids which are not responsive to the
requirements of the bidding documents will be rejected.
CONTRACTOR NO OF CORRECTIONS SDE EE 41
POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

9.3 Tenderer required procuring priced publications as IS codes, IRC Publication, and
Circulars issued by the Department time to time or Government publications can
be obtained from respective offices of the concerned department at Maharashtra or
other any place in India on payment of required cost at his own, which will not be
reimbursed.
10.0 Their shall be no pre-bid conference with the contractor hereafter, but after
downloading the tender if the contractor have any doubts, the contractor shall ask
through seek clarification option online. Doubts of the contractor if any shall be
cleared/satisfied online only. The doubts of the contractors asked through seek
clarification option online shall be obtained within period of 7 days before the last
date of the submission of the tender. The doubts of the contractors shall be
clarified by the Executive Engineer 3 days before the last date of the submission
of the tender and shall be published on website with the prior approval of the
competent tender accepting authority. The same CSD (Common Set of
Deviations) shall be a part of the tender.
If the division does not give any clarification to the doubts of the contractor
within stipulated period of time, than the contractor shall submit the tender
considering that their is no change in the terms and condition of the tender.
Contractor shall certify online that he accepts the tender and tender conditions.
10.1 Contractor shall not upload scan copy of tender alongwith the documents.
10.2 In the event of any conflict or discrepancy within the bidding document, the
priority of documents shall be as below.
(a) Addendum, If any
(b) Design Parameters
(c) Special Conditions of Contract
(d) General Conditions of Contract
(e) Specifications
(f) Drawings
(g) Quality control manuals
11.0 Amendment of Bidding Document
11.1 At any time prior to the deadline for issue of bids, the VIDC may, for any reason,
whether at its own initiative or in response to a clarification requested by a
prospective bidder, modify the bidding documents by issuing addenda uploaded on
above portal.
11.2Any Addendum thus issued shall be part of the bidding documents and shall be
communicated in writing or by fax to all purchasers of the bidding documents.
Prospective bidders shall acknowledge receipt of each addendum by fax or by mail
to the Chief Engineer, W.R.D.,Amravati.
11.3 To give prospective Bidders reasonable time to take an addendum into account in
preparing their bids, the Bid Inviting Officer may extend, if necessary, the last date
for submission of Bids.
C Preparation of Bids
12.0 Language of Bid
12.1 The bid, and all correspondence and documents, related to the bid,
exchanged between the Bidder and the VIDC and authorized officers shall be
written in the English (UK) language. Supporting documents and printed literature
furnished by the Bidder may be in another language provided they are
accompanied by an accurate translation of the relevant passages in the English
(UK) language, in which case, for purposes of interpretation of the Bid the English
(UK) translation shall prevail.
13.0 Documents Comprising the Bid
13.1 Price Bid

CONTRACTOR NO OF CORRECTIONS SDE EE 42


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

13.1.1 The bidder shall quote his price in the prescribed format given in Volume–II Price
Proposal in Indian Rupees.
13. Bidders shall quote for the entire work on a firm lump sum price and on a single
13.1.2 source responsibility basis.
13.1.3 The bidder shall quote his offer by not considering weightage of GST (Goods &
Service Tax).
13.1.4 The rates and prices quoted by the Bidder are not subject to adjustment during the
performance of the Contract for taxes, duties and any other levies except Price
Adjustment as per Condition of Contract.
13.1.5 Not withstanding anything that is stated, the price once accepted by the Employer
shall be final and shall not be subject to any claim on any grounds whatsoever.
13.1.6 The bid offer shall be for the whole work and not for individual items / part of the
work.
13.1.7 All duties, taxes, cesses and other levies shall be payable by the contractor as per
State / Central Government rules. However GST will be refunded to the bidder on
production of actual proof submitted to the department and Royalty charges shall be
compensated by the department on production of proof, only in the form of certificate
from the mining-office, of payment of royalty charges to the revenue department of
government of Maharashtra.
13.1.8 Bidders shall quote price in the proforma given in Vol. II, Section VI (Price
Proposals). The contractor is expected to quote the bid price in lump sum after careful
analysis of cost involved for the performance of work complete considering all
specifications and conditions of contract and weightage.
13.1.9 The bidder shall submit along with his bid monthly cash-flow statement based on
requirement of funds (Indian Rupees) to match the Physical targets of construction.
13.1.10 The bidder shall pay special attention as regards achieving of critical milestones on
schedule, so as to ensure final commissioning on time. The Government / VIDC shall
critically monitor both the Physical as well as Financial Targets, on monthly and
quarterly basis. Shortfalls, if any, in the monthly targets shall be immediately rectified
by supplementing the resources by the contractor leading to increase the progress, so
as to achieve the quarterly targets as per schedule.
13.2 Construction Programme
13.2.1 The Bidder shall include in his Bid (Envelope 1), a detailed construction
programme of executing the Project, describing broadly the Technology and
Construction Methodology of Major Components of the Project including survey,
investigation, soil exploration, design & Engineering, estimation, land acquisition
proposals, construction and completion of total project, trial run of total system. The
programme shall be supplemented with Master Control Network. The copy will be
submitted with the PQ Document (Envelope ‘1’).
13.2.2 The Government / VIDC reserves the right to request for changes in the Master
control Network during pre-award discussions with the responsive bidder. Mutually
agreed Master Control Network shall form part of the Contract.

14 Bid Form and Price Schedules


14.1 The Bidder shall complete the Bid Forms and schedules furnished in the bidding
documents in the manner and detail indicated therein, following the requirements of
Clause 13.2 and 15.
15 Bid Currencies
15.1 All prices shall be quoted in Indian Rupees.
16 Bid Validity
16.1 Bids shall remain valid for a period of not less than 120 (one twenty) days from the
date of opening of price bid.
16.2 During the above-mentioned period no plea by the Bidder for any sort of modification
of the Bid based upon or arising out of any alleged misunderstanding, misconceptions
CONTRACTOR NO OF CORRECTIONS SDE EE 43
POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

or mistake or due to any reason(s) whatsoever will be entertained.


16.3 In exceptional circumstances, prior to expiry of the original time limit, the Executive
Engineer, Jigaon Lift Irrigation Division, Khamgaon may request the bidders to
extend the period of validity for a specified additional period. Such request to the
Bidders shall be made in writing. A Bidder agreeing to the request will not be
permitted to modify his Bid, but will be required to extend the validity of his E.M.D.
for the period of the extension.
17. Earnest money Deposit
17.1 The Bidder shall furnish, as part of its bid, an Earnest money for an amount of Rs.
1,94,74,000/-in Indian Rupees. using through e-payment gateway.
17.2 The Earnest money shall be at Bidders option in one of the form as specified in the
relevant clause of detail NIT. The Earnest Money shall remain valid for 30 days
beyond the original validity period for the bid and beyond any extension period,
subsequently requested under sub clause 16.3 above.
17.3 Any Bid not accompanied by an acceptable Earnest money shall be rejected as non-
responsive.
17.4
The E Earnest money of the unsuccessful bidders will be returned, immediately after opening
of price bid except Lower-1 and Lower-2 bidder.
17.5 The Earnest money of the successful Bidder will be returned when the Bidder has
signed the Contract Agreement and furnished the required initial security.
17.6 The Earnest money shall be forfeited:
a.) if the Bidder modifies or withdraws bid, during the period of Bid validity
b.) if the Bidder does not accept the correction of his Bid price.
c.) in the case of a successful bidder, if he fails within the specified time limit to
furnish the required Security Deposit and sign the Contract Agreement.
17.7 Interest or any other charges whatsoever, will not be payable by the Government /
VIDC on the above EMD.
18 Alternative Proposals by Bidders
18.1 Bidders shall submit bids, which comply with the requirement of the Bidding
Documents. Alternative bids will not be considered.
19. Pre-Bid Meeting: No pre-bid meeting will be held. Instead of pre-bid meeting the
reply to queries will be given online through e-mail.
20. Format and Signing of Bid
20.1 The application is invited for the work as detailed in the brief note. The Post-
qualification documents in prescribed form duly completed and signed shall be
submitted.
20.2 The original Bid shall be typed or written in indelible ink and shall be signed by a
person or persons duly authorized to sign on behalf of the bidder. Application
should be type written and applicants name must be appear on each page of the
application. Over writing should be avoided, mistakes should be scored through
the correction incorporated and attested with the applicants initials in ink.
All qualification documents shall be numbered and submitted as a package
with the signed letter of transmittal.
The Bidder shall sign on the cover page of the documents, to confirm that he has
read and accepted all the contents and conditions contained therein, and shall affix
his signature on all pages of Volume I, Volume II, and Volume III.
In addition, all pages of the Bid where entries or amendments have been made
shall be initialed by the person or persons signing the bid.
20.3 The Bid shall contain no alterations, omissions or additions, except those to
comply with instructions issued by the Chief Engineer, W.R.D., Amravati or as
necessary to correct errors made by the bidder, in which case such corrections
shall be initialed by the person or persons signing the bid.
20.4 The cost incurred by the applicant in preparing this application, in providing
clarifications or attending discussion, in connection with documents shall not be
CONTRACTOR NO OF CORRECTIONS SDE EE 44
POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

reimbursed under any circumstances


20.5 Bidder shall collect all information on existing infrastructure like approach to
construction area; power telecommunications etc., and satisfy himself prior to
submission of his / their bid

D PREPARATION & SUBMISSION OF BIDS


MANNER OF ONLINE SUBMISSION OF E-TENDER AND ITS
ACCOMPANIMENTS
Main Tender Documents are to be prepared & submitted on line as per instructions of
E-tendering and upload on web site by digitally signed wherever necessary.
The detailed step by step procedure for uploading the Main Tender Documents,
required Tender papers, Payment of tender fee, and E.M.D through E-payment
Gateway is available on the e-Tendering website of Government of Maharashtra
https://mahatenders.gov.in. Bidders have to follow the instructions given on the
above web site for filling up Main Tender Forms Online.
21 Uploading of Bids
The bid data should be filled and the all documents of which are to be uploaded by the
bidders should be submitted online up to date (Key Dates) The contractors shall
submit the Post-qualification information in the prescribed Performa for assessment of
eligibility in online Envelope “1” and price bids in a separate online Envelope “2”.
Documents required to be submitted manually by the Bidders, if any (not applicable to
price bid) should reach the office of the Superintending Engineer, Buldhana Irrigation
Project Circle, Buldhana, Maharashtra as per time schedule (Key Dates) (During
office working hours).
To be uploaded online:
Envelope –1 1. Volume-I, Post-qualification Document Experience Certificate
& Other relevant documents.
Envelope –2 2. Volume-II Tender Document for Engineering, Procurement
and Construction Contract.
3. Price Bid Proposal.
4. Scanned copy of DD/BG of any nationalized bank against
Performance security if applicable.
To be submitted manually :-
1. Volume-III, Technical Specifications, Drawings and Design Parameters
(Conceptual Design) and Quality Control Manual.
2. Post-qualification Documents, Experience Certificate & all other relevant
documents (in original) if, asked by the department for verification.

However, any PQ Document (other than Technical design details) not submitted
online may not be considered even if submitted manually and manual document
submitted may be rejected summarily if online submission is missing for that
document.
21.2 The tenderer are advised to go through the Post-qualification documents carefully
and furnish the required details duly supported by documentary evidence as their
eligibility for this contract shall be decided. Post-qualification shall be decided on the
basis of the information / documents submitted by them in Envelope “1”.
21.3 Since the bids for the tender required being digitally signed under Class-II and
Class-III digital certificate of the authorized representative of the firm. Contractor are
advised to obtain the same at the earliest.
21.4 Envelope1 shall be opened online on date (Key Dates) onward in the presence of
the intending contractors or their representatives if they choose to be present after
assessment of eligibility of the tenderer by the competent authority on the basis of
Post-qualification documents submitted by the contractors in envelope-1. Envelope-2

CONTRACTOR NO OF CORRECTIONS SDE EE 45


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

(Price bid in Envelope-2) of post-qualified contractors only shall be opened online on


date (Key Dates) onward. The start date and time of opening of price bid envelope
mentioned in the tender schedule is tentative and subject to change. The post-qualified
contractors shall be intimated of the final date and time of opening separately.
21.5 Envelope “2” Should contain the following.
i. The Price bid Proposal duly filled in with amount of the bid.
ii. Letter of satisfaction and acceptance of CSD.
Important Note: - If any of documents required as per Technical- Enveiope-1 is not
submitted on-line or/and Financial Bid: in Envelope – II (Commercial) is not properly
uploaded, or/and information given in various Undertakings, Proforma’s, Forms,
Formats, Appendices etc, in various Sections –II, III, IV & V is missing, incomplete /
misleading/ false tender of the bidder shall be liable for out-right rejection and shall
not be considered for further process.
22 Deadline for submission of Bids
22.1 The bidders shall have to submit their bid online and upload the relevant
documents up to date (Key Dates). Documents required to be submitted manually by
the Bidders, if any (not applicable to price bid) should reach the office of the
Executive Engineer, Jigaon lift Irrigation Division, Khamgaon Dist-Buldhana,
Maharashtra as per time schedule(Key Dates) (During office working hours). List of
documents so submitted must be uploaded online.
22.2 The Executive Engineer , Jigaon Lift Irrigation Division, Khamgaon may
extend the dates for receipt of Bids by issuing an amendment in accordance with para
11 as stated above.
23 Late Bids
Any Tender received by the Government / VIDC after the deadline for submission of
bids prescribed in para 22.1 as stated above will be rejected.
24 Deleted

E. OPENING AND EVALUATION OF TECHNICAL PROPOSALS


25 Opening of Post-qualification Document
25.1 The Earnest Money deposit Envelope (Envelope -1) shall be opened online as per
Time Schedule (Key Dates) in the presence of any intending contractors or their
representatives, if they choose to be present.
25.2 No application of the tenderer shall be entertained between the period of submission
and opening of tender.
25.3 First Envelope-1 shall be opened and if the earnest money of required amount and
acceptable mode as per terms and condition in the tender is found in order then only
Envelope-2 shall be opened. Envelope-2 shall not be opened, if the bidder does not
fulfill above requirement.
25.4 After opening Envelope-1 based on the information given in the document by the
tenderer, evaluation of Post-qualification will be carried out as per norms / criteria
given in Section-II. “Qualification criteria” of Post-qualification document (Volume-
I). Post-qualification of bidder will be decided by the competent authority.
25.5 The document submitted by the tenderer in Post-qualification the contractor/his
Representative has to submit original certificates/documents as per Time Schedule
(Key Dates) in office hours in the office of the Executive Engineer , Jigaon Lift
Irrigation Division, Khamgaon, if asked for verification.
25.6 After assessment of eligibility of the tenderers by the competent authority on the basis
of Post-qualification documents submitted by the contractors in Envelope-1,
Envelope-2 (Price bid in Envelope-2) of only post-qualified contractors shall be
opened online as per Time Schedule (Key Dates). The start date and time and the end
date and time of opening of Price bid envelope mentioned in the tender schedule is
tentative and is subject to change.
25.7 The bidder who does not post-qualify as per prescribed norms, there price bid
CONTRACTOR NO OF CORRECTIONS SDE EE 46
POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

(Envelope -2) will not be opened. The post-qualified bidder will be intimated
separately of the final date and time of opening of Envelope –2, accordingly the
Envelope-2 of post-qualified bidders will be opened, in presence of the bidders or their
representatives who choose to be present.
25.8 The bidder shall furnish the clarification called for within the stipulated time and, will
be disqualified in the event of failure to do so.
26 Examination of Bids and Determination of Responsiveness
26.1 The Employer will evaluate whether each Bidder is satisfying the eligibility and
qualifying criteria prescribed in the Post-qualification document and declare names of
the qualified Bidders.
26.2 If any alteration is made by the Bidder in the Bidding documents, design parameters,
specifications etc. the Bid is liable to be rejected.
26.2.1 Step I - Preliminary screening for completeness and responsiveness
a. Prior to the detailed evaluation of the bids, the Government or VIDC’s authorized
representative will determine whether each bid (i) is accompanied by the required
Earnest Money (ii) has been properly signed; (iii) is responsive to the requirements of
the bid documents; and (iv) provides any clarification and/or substantiation that the
Government/VIDC’s authorized representative may desire.
b. A substantially responsive bid is one, which confirms to all the terms and conditions
of the bid document without material deviations. A material deviation or reservation is
one (i) which affects in any substantial way the scope, quality or performance of the
works (ii) which limits in any substantial way, the
Employer’s rights or bidder’s obligations under the contract (iii) whose rectification
would affect unfairly the competitive position of any bidders presenting substantially
responsive bids (iv) which is incomplete or does not include all the works covered by
the scope of works. The Employer’s determination of bid’s responsiveness is to be
based on the contents of the bid itself without recourse to extraneous evidence.
26.2.2 Step II – Assessment
The detailed assessment for Post-qualification shall be based on the information
submitted by the Bidder with reference to post qualification criteria fixed under
section II, Post-qualification requirement.
27 Price Bid Opening:
27.1 At the specified date and time, the price bids of all the qualified bidders will be opened
by the Executive Engineer, Jigaon lift Irrigation Division, Khamgaon Dist-
Buldhana, Maharashtra in the presence of the bidders or his authorized
representatives who may choose to be present. In the event of the specified date of
opening of price proposal (Envelope–2) being declared a holiday for the Department,
the price proposals shall be opened at the same time and place on the next working
day.
28. Evaluation and Comparison of Price Bids
28.1 The Executive Engineer, Jigaon lift Irrigation Division, Khamgaon Dist-
Buldhana, Maharashtra will evaluate and compare the price bids of all the qualified
Bidders.
28.2 Tie breaker among those bidders who submit the lowest evaluated & equally quoted
Bid will be in the following order:
a) The Bidder with higher bid capacity
b) The Bidder with higher average annual turnover
c) The bidder with higher work experience
29 Discrepancy in Contract Price quoted.
29.1 In case of any discrepancy between the overall Contract price quoted in words and
figures, then whichever is lower shall prevail.
30 Process to be Confidential
30.1 Information relating to the examination, clarification, evaluation and comparison of
Bids and recommendations for the award of a contract shall not be disclosed to
CONTRACTOR NO OF CORRECTIONS SDE EE 47
POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

Bidders or any other persons not officially concerned with such process until the
award to the successful Bidder has been announced by the Bid accepting authority.
Any effort by a Bidder to influence the processing of Bids or award decisions may
result in the rejection of his Bid.
30.2 No Bidder shall contact the Chief Engineer, Water Resources Department,
Amravati or any personnel of VIDARBHA IRRIGATION DEVELOPMENT
CORPORATION, NAGPUR, MAHARASHTRA concerned with until finalization of
Bids on any matter relating to its Bid from the time of the Bid opening to the time the
Contract awarded. If the Bidder wishes to bring additional information to the notice of
the Chief Engineer, he should do so in writing.
30.3 Before recommending / accepting the Bid, the Bid recommending / accepting
authority shall verify the correctness of certificates submitted to meet the eligibility
criteria and specified experience.
30.4 Policy for Bids under Consideration:
Bids shall be deemed to be under consideration immediately, after they are opened and
until such time official intimation of award / rejection of bid is communicated by the
Government / VIDC. While the bids are under consideration, Bidders and / or their
representatives or other interested parties are advised to refrain from contacting by any
means, the Government / VIDC and / or his employees / representatives / consultants
on matters related to the bids under consideration. To assist in the examination,
evaluation and comparison of bids, the Government / VIDC’s authorized
representative may, at his discretion, ask any or all bidders for clarification of his /
their bids, including breakups of prices, technical information, documents and
materials after opening of the bid. The request for clarification and the response shall
be in writing but no change in the price or substance of the bid will be sought, offered
or permitted. The bidders shall submit all clarifications / additional documents in one
original and three copies.
30.5 The Bidders shall not be entitled to claim any costs, Charges and expenses of and
incidental to or incurred by him through or in connection with his submission of bid,
even though the Government / VIDC may elect to modify / withdraw the invitation to
bids.
30.6 Conditional tenders are liable to be rejected.
30.7 The VIDC reserves the right to negotiate with the qualified lowest tenderer, to lower
down the price if in the opinion of VIDC the bid amount is found to be on higher side.
F AWARD OF CONTRACT
31.1 Award Criteria:
31.1 The Employer will award the contract to the Bidder who is found qualified as per the
Bid conditions and whose price bid is lowest.
31.2 The competent authority of Govt. of Maharashtra reserves the right to accept or
reject any bid or all Bids and to cancel the Bidding process, at any time prior to the
award of Contract, and shall not bear any liability for such decision and shall not have
any obligation to inform the affected Bidder or Bidders of the reasons thereof.
32 Notification of Award
32.1 Prior to expiration of the period of Bid validity prescribed in tender document, the
Employer or his nominee will notify the successful Bidder by registered letter, that his
Bid has been accepted. This letter (hereinafter and in the Conditions of Contract called
the "Letter of Acceptance") shall notify the sum which the Government / VIDC will
pay the Contractor in consideration of the execution, completion of the work by the
Contractor as prescribed by the Contract (hereinafter and in the Conditions of Contract
called "the Contract Amount").
The notification of award will constitute the formation of the Contract.

33 Signing of Contract Agreement


33.1 Tenderer whose tender has been accepted (hereinafter referred to as contractor) will
CONTRACTOR NO OF CORRECTIONS SDE EE 48
POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

execute the agreement with the Executive Engineer , Jigaon Lift Irrigation
Division, Khamgaon in the prescribed form, within 15 days from the
communication of acceptance or any such date extended by the competent authority in
writing. Failure to do so, will result in the Earnest Money being forfeited to
Government and Second lowest being called for / tender being cancelled as decided by
the government / VIDC.
34 Initial Security Deposit
34.1 Within 10 days of receipt of the notification of award from the Employer, the
successful Bidder shall furnish an Initial security deposit amounting to 1 % of the
Contract Price in accordance with the Conditions of Contract. The form of initial
security deposit provided in the bidding documents may be used.
34.2 Failure of the successful Bidder to comply with the requirements of Clause 33 or Sub-
Clause 34.1 shall constitute sufficient grounds for the annulment of the award and
forfeiture of the Earnest Money.
35 Fraudulent Practice
35.1 “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
Government, and includes collusive practice among Bidders (prior to and after Bid
submission) designed to establish Bid prices at artificial non-competitive levels and to
deprive the Government of the benefits of free and open competition.
35.2 Government / VIDC will reject a proposal for award if it determines that the Bidder
recommended for award is engaged in fraudulent practices in competing for the
contract in question.
35.3 Government / VIDC will declare the bidder ineligible, either indefinitely or for a
stated period of time, to be awarded Government-financed contract, if at any time it
determines that the firm has engaged in fraudulent practices in competing for, or in
executing the contract.

CONTRACTOR NO OF CORRECTIONS SDE EE 49


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

SECTION-II

POST-QUALIFICATION CRITERIA

CONTRACTOR NO OF CORRECTIONS SDE EE 50


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

EXECUTION OF PDN FOR JIGAON LIFT IRRIGATION SCHEME


SECTION – II

POST-QUALIFICATION CRITERIA
1 GENERAL
1.1 Bidders should be competent and experienced Civil Engineering Contractor, having at least annual turn-over
of 75% of the amount of estimated cost put to tender for any one year during last 5 financial years.
1.2 Bidders should submit conceptual Technical proposals regarding proposed work method, construction
schedule backed with their construction equipment planning and deployment in sufficient detail to
demonstrate the adequacy of bidder’s capacity to complete the works in accordance with the specification
and time of completion. The bidders are required to submit detailed design with Post-qualification proposal.
However the design submitted at the bidding stage shall not be binding on VIDC / Government and would
subject to such modifications as may be deemed fit in the interest of the State and VIDC and / or such
modifications as may be necessary to bring the design at par with such National Standards prevalent for such
materials and construction (IS, BS, CPHEEO) and the bidder’s final design will be subject to the approval of
the Chief Engineer, Water Resources Department, Amravati. Wherever standards do not exist for a
particular item of material or construction then the same shall be adopted as per the nearest standard in the
same code or in absence of such standard in that code from equivalent international codes as the Chief
Engineer, Water Resources Department, Amravati deem fit. wherever specific standards or requirements in
specification are given in this tender they shall prevail over the prevalent standards. Specifically, the bidder
shall submit his design details with following limitations and parameters.
1.3 Bidders should fill in the forms given in Section – III of this document
1.4 An affidavit on stamp paper of Rs. 500/- should be submitted by the bidder stating that all the documents
submitted by them in support of their qualification in accordance with clause 2 of this section, are true, and
further stating that they have not made any untrue or false representation or hidden any material information
related to clause 4 of this section and related to any other provision of the bid documents. In case of
submission of false affidavit, suitable action will be taken against the bidder as per law (s), without prejudice
to the rights of the Government / VIDC regarding taking action as per clause 4.0 Disqualification, of
Volume I, Section II.
2. QUALIFYING CRITERIA
2.1 The bidders should meet the following minimum criteria for Post-qualification as mentioned in the tender.
Note: In case of work executed in the past as joint ventures the certificates enclosed in support of the
qualification criteria should indicate their shareholding in those joint ventures. Copies of those joint
ventures agreements forming part of those Contract Agreements should be enclosed with the Post-
qualification document.
2.1.1 FINANCIAL CRITERIA FOR QUALIFICATION
In respect of financial qualification, it is mandatory that the financial turn over must be certified by chartered
accountant and audited balance sheets and profit and loss account of all five years as desired for
determination of financial qualification must be submitted. Turnover will be calculated based on audited
balance sheet and profit and loss account of last five years as up loaded online. If any bidders fail to submit
audited balance sheet and profit and loss account for any year / years then the turn over for that year / years
shall be presumed as zero and accordingly average turnover will be worked out. This may be consistent with
IT returns / forms, if called for verification.
Note. For the financial year, preceeding the bid year, provisional audited balance sheet certified by chartered

CONTRACTOR NO OF CORRECTIONS SDE EE 51


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

accounted will be acceptable in lieu of audited balance sheet.


Bidder shall satisfy all following financial criteria for financial qualification
(A) Annual turnover for any one year during last five financial years (2014-15 to 2018-19) shall be at least
75% of the amount of estimated cost put to tender i.e. for amounting to Rs. 292.11 crores.
Sr. No Financial Years Annual turnover
1 2014-2015
2 2015-2016
3 2016-2017
4 2017-2018
5 2018-2019
(B) Experience in successfully completing at least one similar type of work (Contract) of at least 30 percent of
the value to the estimated cost put to tender for the works tendered for amounting to Rs. 116.84 crores .
(C) For Work executed in any year during last Five years (year may be different for different items), the
minimum quantities of the following major items of work shall be as indicated below.
1)Excavation :- 706.09 Thousands Cum
2)Earthwork/ Back filling :- 299.33 Thousands Cum
3)Concrete of all grades :- 7.06 Thousands Cum
4) Steel / Reinforcement :- 510.27 MT
5) Metallic or Non-metallic pipe laying :- 232.10 km
6) Similar area of work of PDN :- 4343.10 Ha.
7) Lift irrigation scheme :- 4343.10 Ha
8) Operation & maintain acne LIS or PDN :- 2 Years
The works may have been executed by the Applicants as prime contractor or as member
of joint venture. In case the project has been executed by a joint venture, weightage towards experience of
the project would be given to each joint venture in proportion to their participation in the joint venture.
For these, a certificate from employer shall be submitted along with application incorporating clearly the
name of the work, contract value, billing amount, date of commencement of works satisfactory
performance of the Contractor and any other relevant information.
(Note:- Quantity certificate should be signed by an officer not below the rank of Executive Engineer.
Original/Scanned copy of Certificate should be attached.).
(D) Bid Capacity:
The bid capacity of this work is Rs. 3,89,48,05,218/- which shall be calculated as below. The formula for
evaluation of Bid capacity is below
BID CAPACITY = (A x N x 2) – B
Where,
A = Maximum value of Turnover during the period of Last Five Year (updated to the price level, of the year
in which the tenders are opened) which will take into account the completed and ongoing works.
While calculating the Bid Capacity of Joint venture Consortium “A” shall be worked out as :- Values of (
completed and ongoing) in each year during the period of last five years (updated to the price level) by each
partner of Joint venture Consortium shall be, first, added year-wise, and maximum value among those shall
be considered as “A” value..
The Value of A shall be ascertained from the certificate given by Chartered Accountant as prescribed in
Form 2 (a) of Section-III and as per Audited Balance Sheet.

CONTRACTOR NO OF CORRECTIONS SDE EE 52


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

B = Value of existing commitments and ongoing works to be completed in the period stipulated for
completion of work of the present tender.
The bidder shall submit updated, accurate and complete list & value of all (without skipping any work)
balance works in hand. Also, after submission of present tender, bidder is required to inform about any new
work allotted to him after submission of present tender prior to acceptance of the present tender. Otherwise
Bidder will be liable for action as per rules
While calculating the Bid Capacity of Joint venture Consortium “B” shall be worked out as: Values of
existing commitments and ongoing works to be completed, by each partner of Joint venture Consortium, in
the period stipulated for completion of work of the present tender shall be added together. This total value
shall be considered as “B” value.
The Value of B shall be ascertained from the certificate given by the authority not below the rank of
executive engineer.
Date for calculating balance cost of the work in the hand of the bidder:
Refer key date schedule.
The period for calculating value of works in the hand of the bidder: Refer key date schedule
The period of calculating value of works in the hand of the bidder to be executed :36 months from key date
schedule.
N = Number of years prescribed for completion of the work for which the bids are invited.
The evaluation for Bid-Capacity of the bidders shall be made by the tender-(on-line) opening authorities on
the basis of uploaded certificates given by Chartered Accountant. The certificates must bear clear an
outward no. & date issue. The bidder shall submit audited balance sheet.
If necessary, the tender-(online) opening authorities may ask for clarifications and further additional
information relating to documents submitted (online) by the bidder and may check references and make
inquiries in respect of works of prospective bidders for confirmation.
Necessary information will be collected from the details furnished in proforma and additional information
related to information already submitted (online) may be called for at the discretion of the tender-(online)
accepting authorities. The information existing as on date of (on-line) submission of documents shall only be
considered for this purpose (Form 2D, Form 1.00 & Form 10A).
(E) The contractor should have successfully completed at least one similar nature of work as having quantum &
quantity mentioned in (B) & (C ) in this section during any period. (The sublet work from other contractor,
will not be considered.)
(F) 1) The bidder should have qualified engineers / technicians who should be available at site as given in
prescribe form 5.
2) The bidder should own or hire about 100% of equipment required for use of the project as given in
prescribes Form 6 to 6A.
2.0 SUBMISSION BY THE BIDDER
The Bidder shall submit the following -
a. Letter of transmittal
b. Copies of original document defining the construction or legal status, structure and organization, place of
registration and principal place of business of the applicant in Form-1.
c. And the others enclosed forms as applicable
3.0 DISQUALIFICATION
Even though the bidder satisfies the above requirements they are subject to be disqualified -

CONTRACTOR NO OF CORRECTIONS SDE EE 53


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

a. If they have made untrue or false representations or hidden the material information in the forms, statements
and attachments required in the Post-qualification documents.
b. If any Government Department of State / Centre including Municipal Corporation, Development Authority,
Corporation or Society has, in consequence of some penal action, during last five years:-
i. Cancelled or suspended the registration of the firm.
ii. Registration was cancelled or suspended before or in last five years and not revoked up to the date of bid
submission.
iii. Black listed the contractor or firm,
iv. Debarred the Contractor for participating in future tendering;
V Termination of contract due to default of contractor
Vi Forfeiting of full or partial SD for poor performance. (Including cases where the forfeiting has been done in
last 5 years) though the contract period / case may be older than 5 years.
Provided the above said penal action was in force on the last date of submission of the bid.
c. If a proceeding for suspension or cancellation of registration or for blacklisting or for termination of a
contract due to poor performance by the contractor has been started by any Department of Government of
State / Centre before the issue date of this tender and the same is subsisting on the date of submission of the
bid.

4.0 ADDITIONAL QUALIFICATION CRITERIA


4.1 The bidder, JV Partner & Tie-Up Partner should not have suffered any loss in last five financial years
from the date of the submission of bid. In support of this bidder should upload profit and loss account
of lead partner as well as JV partners and also income tax paid by in the last Five years.
4.2 The bidder, JV Partner & Tie-Up Partner shall not be under Corporate Debt Restructuring (CDR) /
Strategic Debt Restructuring (SDR) or Bureau of industrial & financial reconstruction (BIFR) in last 5
years to bid submission date. In this regard, the bidder shall submit along with bid, a certificate from
their statutory authority with a declaration that, the bidder is not under CDR/SDR or BIFR.
4.3 The lead partner shall enter into a Joint Venture agreement on Rs. 500-00 stamp paper in the
prescribed format which shall be concluded prior to bidding and enclosed to the bid document. J.V
partner shall not enter into multiple J.V’s with different bidders of the same work.
4.4 The lead partner shall enter into a Tie up agreement with a pump manufacturer on Rs. 500-00 stamp
paper in the prescribed format which shall be concluded prior to bidding and enclosed to the bid
document. The Pump manufacturer should have registration under VIDC. Tie up partner shall not enter
into multiple tie-ups with different bidders of the same work.

CONTRACTOR NO OF CORRECTIONS SDE EE 54


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

LETTER OF TRANSMITTAL

(To be submitted in form of Affidavit and Notarized)

Place: Date:
To

Executive Engineer
Jigaon Lift Irrigation Division,
Khamgaon, District- Buldhana,

Subject:
Engineering, Procurement and Construction (EPC) tender for construction of lift Irrigation
and construction of pressurized pipe distribution network system including management,
operation & maintenance for 60 months periods, formation of water user association,
strengthening and handing over it etc. works for LIS No.13, 14 &15 for cultivable command
area 14,477 Ha of Jigaon Project Taluka Nandura, Dist. Buldhana .
I/We have examined the detail given in the document for the above said project. We hereby
submit the Post-qualification information and relevant documents
I/We hereby certify that all the statement made and information supplied in the enclosed /
uploaded forms and statements are true and correct.
I/We also authorized the Vidarbha Irrigation Development Corporation to approach
individuals, employers, firms and corporations to verify our competence and general
reputation.
I/We have gone through carefully all the Bid conditions and solemnly declare that I/we will
abide by any penal action such as disqualification or black listing or termination of contract
or any other action deemed fit, taken by, the Department against us, if it is found that the
statements, documents, certificates produced by us are false / fabricated.
I/We hereby declare that I/We are eligible and I/We have no conflict of interest
regarding Instruction to Bidders.
I/We submit the following certificates in support of our suitability, technical knowledge
capability for having successfully completed the following works:
Sr.No Description of Work Client/ Owner
1
2
3
4
5
6

Enclosures:
1) Scanned copy of original details of payments of EMD & cost of blank tender form paid
online using through e-payment gateway mode.
2) Scanned copy of original PAN card.
3) Scanned copy of original acknowledgement of ITR filed for last five years.(Assessment year
2014-15 to 2018-19)
4) Scanned copy of original GST Registration certificate.
5) Scanned copy of original registered Deed of Partnership for partnership firm or Article of
Association and Memorandum of Association for Limited Company.
6) Scanned copy of original Details of personnel requirement with Tenderer.
7) Scanned copy of original of equipment requirement for the project immediately available
with the Tenderer and list of machinery proposed to be utilized on this work but not

CONTRACTOR NO OF CORRECTIONS SDE EE 55


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

immediately available and the manner in which it is proposed to be procured. The Contractor
shall have to attach the documentary proof in respect of machinery owned by him as below.
i) RTO Registration.
ii) Certificate of Taxation.
8) Scanned copy of Details of other works tendered for and in hand with the Tenderer the
value of work unfinished on the last date of submission of the tender. The certificates
from the head of offices under whom the works are in progress are should enclosed .The
performance of contractor should be satisfactory.
9) Scanned copy of original Power of Attorney (duly registered).
10) Scanned copy of original registration and Latest Professional Tax clearance certificate
valid on date of receipt of the tender
11) Scanned copy of original Employees provident fund registration.
12) Scan copy of original Appendix-1 (a) for joint venture.
13) Scan copy of original Appendix 1 (b) on stamp paper of Rs. 500/- for joint venture.
14) Scanned copy of original M.O.U. of joint venture in Appendix 1 (c) on stamp paper of
appropriate value valid till expiry of defect liability period.
15) Post qualification information as per section-II and Section-III and scanned copy of
original supporting documents issued by competent authority must be uploaded for all
information given in prescribed proforma/forms.
16) Scanned copy of original undertaking as below:
i) Undertaking – 1 regarding performance.
ii) Undertaking – 2 regarding inclusion of all works in hand and correctness of data.
iii) Undertaking – 3 regarding personal and equipment.
iv) Undertaking – 4 regarding payment, lead and lift (on stamp paper of Rs. 100/-)
v) Affidavit on stamp paper of Rs.500
17) Scan copy of following undertakings on letter head in original
(1) Undertaking “when there is shortage of funds in VIDC, Nagpur, I / we shall not be
entitled to any compensation from the Corporation. This Condition will be treated as part
and parcel of contact documents.” duly stamped and signed.
(2) Undertaking “I shall not tamper with or make changes in the tender documents made
available by the department, on the web-site. Otherwise I understand that my tender shall
be liable for rejection” duly stamped and signed.
(3) Undertaking “I have seen & studied each and every detailed drawings & designs related to
the work made available on website in the office of Executive Engineer, Jigaon Lift
Irrigation Division, Khamgaon and I have filled tender by considering all these things & I
am ready to shall sign the before issuance of work order, if my tender is accepted duly
stamped and signed.
(4) Undertaking that “I / We have gone through each and every contents, clause, condition of
the whole tender documents & have accepted the same fully, unconditionally” duly
stamped and signed.
18) Scanned copy of original Appendix- 2
19) Scanned copy of original Construction program as per clause 13.3.1 of Section-I
20) Scanned copy of affidavit on stamp paper of Rs. 500/- as per clause 1.4 of Section-II.
21) Auto evaluation Excel Sheet should be fill up by contractor.
22) Common set of Deviation (CSD).

(All above undertakings should be uploaded in one relevant template.) The respective
required original copies of all scanned documents submitted online with e- tender, shall be
kept ready at the time of opening of tender.
Date of Submission: (Signature of the Bidder)
(Seal)
Note: Non submission of letter of transmittal and its enclosure shall be construed to mean that the
bid has not been submitted by the bidder AND SHALL BE SUMMARILY REJECTED.

CONTRACTOR NO OF CORRECTIONS SDE EE 56


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

Section-III
Technical Schedule for Post-qualification

CONTRACTOR NO OF CORRECTIONS SDE EE 57


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

FORM 1
GENERAL INFORMATION

1. Name of Bidder:

2. Head office address: Local office address (if any):

3. Contact name: Contact name:


Telephone: Mobile No. Telephone: Mobile No.
4. Fax: Fax:
E-mail ID: E-mail ID:
5. Place of incorporation/registration: Year of incorporation/registration:

6. Main lines of business:

Name/Nationality of
Owners
Name Nationality
1.

2.

3.

4.

5.

Note:

1. Use a separate sheet for each partner of a joint venture.

CONTRACTOR NO OF CORRECTIONS SDE EE 58


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

FORM 1 A

STRUCTURE AND ORGANIZATION

1. The Bidder is

a) An individual

b) A proprietary firm

c) A firm in partnership

d) A Limited Company or Corporation / Government undertaking

e) A voluntarily formed joint venture (Please give complete information in respect of each
partner, indicate also the name of lead partner)

2. Number of years of experience

a) As a Main / Lead Contractor (contractor shouldering major responsibility)

(i) In own Country

(ii) Other Countries (specify Country)

b) In a voluntarily formed Joint Venture

(i) In own Country

(ii) Other Countries (specify Country)

c) As sub-contractor (specify main Contractor)

(i) In own Country

(ii) Other Countries (specify Country)

2. For how many years has your Organization been in business of similar work under its
present name?
3. What were your fields when your Organization was established?

4. Whether any new fields were added in your Organization? And if so, when?

5. Whether any works Department of Maharashtra namely PWD, WRD, VIDC, PHED and
Rural Development Department or any fully State owned Undertakings under the
administrative control of these departments has, in consequence of some penal action -

(i) Cancelled or suspended the registration of the firm,

(ii) Black listed the firm, or

(iii) Debarred the firm for participating in future tendering,

CONTRACTOR NO OF CORRECTIONS SDE EE 59


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

Provided that the action under sub Para (b) was taken within last five years including the current
year, and further provided that the aforesaid penal action was in force on the last date of
submission of the bid.
If so, give details thereof, enclosing copies of relevant letters / orders.
(All bidders and in case of JV this shall apply to all the Partners of JV.)

(c) If a proceeding for suspension or cancellation of registration or for blacklisting or for


termination of a contract due to poor performance by the contractor has been started by any
Department of Government of Maharashtra before the issue date of this tender and the same is
submitting on the date of submission of the bid. All bidders and in case of JV all the partners
shall be required to submit an affidavit giving full information of above facts

6. Attach an Organization Chart showing the structure of the company / association, including the
names of the Directors and position of officers.

CONTRACTOR NO OF CORRECTIONS SDE EE 60


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

FORM 2

Calculation of Bid capacity of the Bidder

This format calculate the Bid capacity of the Bidder based on information submitted by the
bidder, where N= Period for completion of work.

(Bidders Self declaration regarding Bid Capacity)

Bid Capacity = ( A x N x 2 ) – B

1 A = Maximum value of Turnover during


the period of Last Five Year (updated to
the price level, of the year in which the
tenders are opened) which will take into
account the completed and ongoing works. (A) In Lakhs

2 N = Time period of tender in years (N) Nos

3 B = Value of existing commitments and


ongoing works to be completed in the
period stipulated for completion of work of (B) In Lakhs
the present tender.

4 Bid Capacity In Lakhs

Certified that, I have declared my present Bid capacity considering all works in hand and factors
mentioned at Para 2.1.1 (Bid capacity) of this document on the basis of information which is
absolutely true, correct, updated till date of on-line submission to the best of my (our) officer
records, and nothing is lapsed hidden/concealed, false or misleading. No further information
remained to be supplied.

I (we) understand that if information submitted in original certificates is found tampered or


certificates are found fake in future, then Bidder shall be black listed, his EMD/Security Deposit
shall be forfeited, and appropriate action shall be taken.

Signature of Contractor

CONTRACTOR NO OF CORRECTIONS SDE EE 61


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

FORM- 2 (a)

Value of “A” for calculating the Bid capacity

Details of information required for calculating the Bid capacity Statement for determining value
of “A” i.e. maximum value of Turnover during the last five years

Sr. Name of Value of Civil Engineering works done during the year ( Excluding value
No Work of Secured Adv. , Mobilization, Machinery Adv. & any other advances not
. pertain to or for actual execution of Civil Engineering work) (Rs. In
Lakhs)
Vth Year IVthYear IIIrdYear IIndYear Ist Year Balance Ref. page
2014-15 2015-16 2016-17 2017-18 2018-19 Amount No. of
Certificate
1 2 3 4 5 6 7 8 9

Total
Factor for
updating 1.61 1.46 1.33 1.21 1.1
Updated
Value of
work

Figures in Col. 3 to 7 should be supported by uploaded certificates given by Chartered


Accountant.

I (we) understand that if information submitted in original certificates is found tampered or


certificate are found fake in future, then Bidder shall be black listed, his EMD / Security
Deposit shall be forfeited, and appropriate action shall be taken.

CONTRACTOR NO OF CORRECTIONS SDE EE 62


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

FORM 2B
Statement for the value of “B”

i.e. value of existing commitments and ongoing works to be completed in the period stipulated for completion of the
work. Certificates regarding this must be required to be countersigned by the Engineer-in-charge.
Sr. Name Month & Amount Revised Period of Schedule Balance cost Value of works to Ref. page No. of
No of work Year of of Tender completi date of as on date be completed Certificates
commenc Contract cost on completio given in between period
ement of n Proforma 2 given in Proforma
work (b) below 2(b) below
1 2 3 4 5 6 7 8 9 10

Total

Note: Figures in Col. 3 to 9 should be supported by the uploaded certificates issued by authority not below the
rank of executive engineer.

Certified that, information which is absolutely true, correct, updated till date of on-line submission to the
best of my (our) knowledge, belief and as per my (our) officer records, and nothing is lapsed hidden/concealed, false
or misleading. No further information remained to be supplied.

Date for calculating balance cost of the work in the hand of the bidder.
The period for calculating value of works in the hand of the bidder to be executed: 36 months from close of main
tender.

I (we) understand that if information submitted in original certificates is found tampered or certificates are found
fake in future, then Bidder shall be black listed, his EMD / Security Deposit shall be forfeited, and appropriate
action shall be taken.

CONTRACTOR NO OF CORRECTIONS SDE EE 63


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

FORM 3

CURRENT CONTRACT COMMITMENTS

Name of Bidder or Lead Partner of a joint venture:

Name of Contract % Stipulated Value of Estimated


Contract and Value (Rs in shareholding if date outstanding completion
Client Crores) work being of work* date
done in Joint Completion (Rs. Crores)
Venture
(Rs in Crores)

Total Value of Outstanding Contract Commitments


* The value of outstanding work in hand to be executed during the Contract Period of
this project (i.e., ( 36 months) from the last date of submission of bid document).
Note:
1. All the partners of the joint venture firm should provide the above information on separate
sheets supported by the work done / in hand certificates issued by Executive Engineer of
concerned department with outward no. and date.
2. Details shall be provided for all works which are at various stages of execution,
including works for which work orders have been received but work is yet to start, or works
approaching completion but for which full completion certificates are yet to be issued, are to
be provided.
3. Details as available at the time of issue of this document have to be provided.

CONTRACTOR NO OF CORRECTIONS SDE EE 64


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

FORM 3A
SUMMARY FOR JOINT VENTURE
(Current Contract Commitments)

Names of all partners of a joint venture.


1. Lead Partner civil (80% min. one of civil lead partner min. share of 51%)
2. 2nd Partner mechanical (15% max.)
3. 3rd Partner electrical (5 % max.)

Partner Value of Outstanding Works (Rs in Crores)


– B/F from Form

Lead Partner

2nd Partner

3rd Partner

Total

CONTRACTOR NO OF CORRECTIONS SDE EE 65


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

FORM 4
LIFT IRRIGATION/WATER SUPPLY/PUMP HOUSE PROJECTS
EXECUTED IN LAST FIVE YEAR (FROM 2013-14 TO 2017-18)

Name of Bidder/Lead Partner

Sl. Name of Contract % Date Completion Value Copy of


No Work and Value Shareholding of Date/ probable of Work
Name of (Rs in if work done Award completion Work Certificate
Client Crores) in JV date done at Page
No.

Total
Total

Note:

Use a separate sheet for each partner in a joint venture firm.

1. Provide copies of Completion / Work Certificates supported by the work done / in


hand certificates issued by Executive Engineer of concerned department with outward
no. and date for each project. Payment received in each year, certified by an officer
not below the Rank of Executive Engineer or equivalent. Work orders/testimonials
may be verified if required for last 5 years.

CONTRACTOR NO OF CORRECTIONS SDE EE 66


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

FORM 5
PERSONNEL REQUIREMENT FOR
THE PROJECT*( To be deployed at the site)

Name of Bidder or Lead Partner of Joint Venture

Sr. Post Number Year of Proposed by the bidder


No. Required Experience
Required Person Years of
Year Relevant
Experience
Project Manager – cum – 20
1 1
Resident Engineer
2 Structural Engineer 1 15
3 Construction Engineer (Civil) 3 15
Construction Engineer 15
4 1
(Mechanical)
Construction Engineer 15
5 1
(Electrical)
Assistant Construction 5
6 5
Engineer
7 Safety Engineer 2 5
8 Surveyor 5 3
9 Lab Technician 3 5
10 Assistant Lab Technician 3 3
11 Other Staff 0 0
i) Store & Procurement Officer 1 2
ii) Head Mechanics 1 3
iii) Mechanics 1 2
iv) Drivers / Operators 10 2
v) Helper 7 1
Training & communication 2
12 3
in-charge.
* The above Personnel requirement is indicative and can be adopted as per project
requirement
1. The C.V. of each Personnel’s mentioned in the above table (Sr. No. 1 to 12) must be provided
and get approved from Executive Engineer before start of work / during the execution of the
work. If the above required personal not deployed at site, penal action Upto Rs. 2,00,000/- per
month will be levied.

2. Separate form should be filled by the each partner of joint venture.

CONTRACTOR NO OF CORRECTIONS SDE EE 67


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

FORM 6
EQUIPMENT REQUIREMENT FOR
USE ON THE PROJECT

Name of Bidder or Lead Partner of Joint Venture


Critical Equipment proposed to be deployed at the site
The Bidder should furnish the information required below, regarding the requirement of the
equipment, for construction / quality control

Sr. Number Number By Bidder


No Required Proposed To be
. Name of Equipment No. Owned Leased procured
1 Excavator 7
2 Truck/Tipper 7
Crane 25 Tone
7
3 Capacity (Min.)
Concrete Batching
4 Plant Minimum 30 7
Cum/Hr. Capacity
Transit Mixtures/ Self
loading&self mixing 7
5 concrete mixture
Mobile Generator 25
2
6 KVA (Min.)
7 Welding Machine set 2
Dewatering pump 10
7
8 HP (Min.)
9 Mobile site office 3
Quality Control Lab.
3
10 Unit
11 Vibrator 14
Steel Centering Plates
677
12 Sqm.
Water Tanker
(8000/10000 Ltr. 7
13 Capacity) (Min.)
Pipe Pushing
2
14 equipment
Inspection vehicles for
15 enigeers & officers 7

1. List the key equipment for construction, standby power, material handling, transport
vehicles, etc., which the firm proposes to use for the proposed works.

2. The bidder should clearly demonstrate that he has access to all key equipment which will
be required for the successful completion of the works.

3. Provide an overall summary, and use separate sheets to describe each major equipment
item.
4. Separate forms to be provided by each partner of Joint venture.
5. The machinery to be deployed should not be older than 5 years.
6. Failure to deploy the machinery at site will attract penalty up to Rs. 2,00,000/- per month.

CONTRACTOR NO OF CORRECTIONS SDE EE 68


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

FORM 6A
EQUIPMENT REQUIREMENT FOR
USE ON THE PROJECT (Owned by the Bidder)

Name of Bidder or Lead Partner of Joint Venture

Submit the following information for equipment owned by the Bidder or partner.

Name of Number to Unit Capacity Model and Year of Name of Current


Equipment be Power manufacture Manufacturer Location
deployed Rating

Equipment proposed owned by the Bidder for the work

Name of Number to Unit Capacity Model and Year of Name of Current


Equipment be Power manufacture Manufacturer Location
deployed Rating

2. Separate forms to be filled by each partner of joint venture.


3. Ownership must in original should be uploaded.

CONTRACTOR NO OF CORRECTIONS SDE EE 69


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

FORM 6B
EQUIPMENT REQUIREMENT FOR USE ON THE PROJECT (LEASED)

Name of Bidder or Lead Partner of the Joint Venture

Submit the following information for equipment to be leased by the Bidder or partner

Name of Number to be Model and Power


Equipment deployed Unit Capacity Rating

Equipment proposed to be leased for the work

Name of Number to be Model and Power


Equipment deployed Unit Capacity Rating

1. Separate forms to be filled by each partner of joint venture.

2. Documentary evidence in original should be uploaded.

CONTRACTOR NO OF CORRECTIONS SDE EE 70


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

FORM 6C
EQUIPMENT REQUIREMENT FOR USE ON THE PROJECT
(TO BE PROCURED)

Name of Bidder or Lead Partner of Joint Venture

Submit the following information for equipment to be procured by the Bidder or partner.

Name of Number to be Model and Power


Equipment deployed Unit Capacity Rating

Equipment proposed to be procured for the work

Name of Number to be Model and Power


Equipment deployed Unit Capacity Rating

1. Separate forms to be filled by each partner of joint venture.

CONTRACTOR NO OF CORRECTIONS SDE EE 71


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

FORM 7

LITIGATION HISTORY

Name of Bidder or Lead Partner of a Joint Venture

Year Award For Name of client, cause Disputed Actual awarded


or Against of litigation, and matter amount (current Amount
Bidder of dispute Value in Rs.) (In Rs.)

1. Bidders, including each of the partners in a joint venture, should provide information on any
history of litigation or arbitration resulting from contracts executed in the last five years or
currently under execution. A separate sheet should be used for each partner of a joint venture.

CONTRACTOR NO OF CORRECTIONS SDE EE 72


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

FORM 8

LIST OF RELATIVES WORKING IN DEPARTMENT

Name of Bidder or Lead Partner of a Joint Venture

Sr. Name of the Relationship Name of the Relationship


No. Gazetted officer with the bidder person working
working in Water Resources with the bidder
Department who are near
relative to the
mentioned in
col. 2

1 2 3 4 5

1. A separate sheet should be provided for each partner of Joint Ventures

CONTRACTOR NO OF CORRECTIONS SDE EE 73


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

FORM 9A
SUMMARY FOR JOINT VENTURE
(EXPERIENCE CRITERIA)

Names of all partners of a joint venture

1. Lead Partner

2. Partner

3. Partner

Partner Amount executed (Rs. In Crores) % of Criteria

Lead Partner
Partner 1
Partner 2
Total

Above information should be supported by the work done certificates issued by the Executive
Engineer/Equivalent Officer of concerned department with outward no. and date.

CONTRACTOR NO OF CORRECTIONS SDE EE 74


POST QUALIFICATION JIGAON PDN FOR LIS NO 7 & 8

FORM 10
BID CAPACITY
(Refer Para 2.1.1 (B) of Section II)

Name of Bidder or Lead Partner of Joint Venture:

S.No. Max. value of Balance amount of Bid capacity = Ref. Of page


Turn Over in Contract in hand A xNx2–B No.
during last 5 (Rs. In Lakhs) where N= 3 Year Of Bidders
years (Rs. In Lakhs) (Rs. In Lakhs) Documents
(A) (B)

1
2
3
4
5

Separate forms to be filled by each partner of joint venture.

CONTRACTOR NO OF CORRECTION SDE EE 75


POST QUALIFICATION JIGAON PDN FOR LIS NO 7 & 8

FORM 10 A
SUMMARY FOR JOINT VENTURE
(BID CAPACITY)

Names of all partners of a joint venture

1. Lead Partner

2. Partner

3. Partner

B/F from Form 10

S.No. Partner Max. value of Balance amount Bid capacity Ref. %


Turn Over in of = of Criteria
during last 5 Contract in A x N x 2 – page No. of
years (Rs. In hand B Bidders
Lakhs) (Rs. In Lakhs) where N=3 Documents
Year
(Rs. In
Lakhs)

(A) (B)

1 Lead Partner

2 Partner

3 Partner

Total - - -

CONTRACTOR NO OF CORRECTION SDE EE 76


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

FORM 11
Details of work executed by the bidder
Name of Firm:-----------------------------------------------

Sl.No. Name of the Name of office Name of Year of Present


department under by whom work start of position
which work was agreement was work of work
Executed executed
1 2 3 4 5 6
1
2
3
4
5
6

Note:
1. Separate form to be filled by each partner of joint venture.

2. All bidders have to submit details of work executed in any state / central government
including but not limited to PWD, WRD, VIDC ,PHED and Rural Development Department or
any other department or any state owned undertaking or any Municipal Corporation or any other
Corporation/ Board / Society under the administrative control of these departments in last five
years. The bidders require submitting information for himself as well as for his each JV partners
in the form shown above supported by the work done certificates issued by the Executive
Engineer / Equivalent Officer of concerned department with outward no. and date.

FORM 12
STATEMENT SHOWING QUANTITIES OF WORK EXECUTED BY CONTRACTOR FOR SIMILAR TYPE
OF WORK .
NAME OF THE TENDERER :-
Year Name Name of Quantity of work performed Remarks*
of the the (indicate
work Employer* Excavation Earthwork/ Concrete Steel / Metallic Similar Lift Operation Ref.)
Back of all Reinforceme or Non- area of irrigation &
filling grades nt metallic work of scheme maintain
pipe PDN acne LIS
laying or PDN
1000 Cum 1000 Cum 1000 Cum MT km Ha. Ha Years
Required quantity 706.09 299.33 7.06 510.27 232.10 4343.10 4343.10 2

Note : This is only a standard form. Details are to be furnished in this format in the form of type written
statements, which shall be enclosed in Envelope No.1.

CONTRACTOR NO OF CORRECTIONS SDE EE 77


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

Undertaking - 1

Undertaking of contractor regarding performance.


To,
Executive Engineer
Jigaon Lift Irrigation Division,
Khamgaon, Maharashtra.
Sir,
I (We) ........................................................................................ Contractor declare that during
last 5 years of the date of this undertaking,
1. As a contractor, I/ (We) have never been penalized for any work carried out by me (us),
nor
2. I /(we) have never been blacklisted by any Govt. Deptt. previously.
3. I (We) have not abandoned any work for reasons attributed to me.
4. I (We) have not delayed completion of any work for reason attributed to me.
5. My/(our) registration have not been cancelled or suspended before or in last 5 years.
6. I/(we) have not been debarred for participating in future tender.
7. My/(our) security deposit in partial or in full have not been forfeited for poor
performance attributed to me.

I (We) undertake that the above information is true to the best of my(our)
knowledge & belief and as per records, and nothing is hidden/ concealed, false or misleading. No
further information remained to be supplied.
I(we) fully aware that my(our) tender will be treated as non-responsive & will be
summarily rejected at any time, if above information is found to be false & misleading, by the
concerned authority.

Signature of Contractor

CONTRACTOR NO OF CORRECTIONS SDE EE 78


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

Undertaking - 2
Undertaking about inclusion of all works in hand in and correctness of the data.

To,
Executive Engineer
Jigaon Lift Irrigation Division,
Khamgaon, Maharashtra.
Sir,
1) I(we) undertake that the given information in Tender documents is true, correct, updated
till date of on-line submission to the best of my(our) knowledge, belief and as per
my(our) office records, and nothing is hidden/ concealed, false or misleading. No further
information remained to be supplied.
2) I(we) have not omitted any work in hand i.e. information provided in form includes all
the works in hand
3) I(we) know that if at any time, it is noticed that I(we) have not submitted, information
regarding all the works in hand (works in hand means, the works for which work-orders
are issued, works for which final bill is not passed, works which are physically
incomplete, that I(we) will be disqualified from tender process at any stage of the bidding
by the department/corporation.

Signature of Contractor

Undertaking - 3
Undertaking about Personnel and Plants & Equipment’s.
To,
Executive Engineer
Jigaon Lift Irrigation Division,
Khamgaon, Maharashtra.
Sir,
1) I(we) undertake that I(we) will make available suitably, qualified personnel’s, in
sufficient numbers if the work is awarded to me(us).
2) I(we) undertake that I(we) will deploy the machineries in good quality &in sufficient
numbers, required for the work, if the work is awarded to me (us).

Signature of Contractor

CONTRACTOR NO OF CORRECTIONS SDE EE 79


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

Undertaking - 4

Name of Work:-

1) I/We ………………………………………………………………. agree to accept the


payments of the work done as and when the funds are made available by Vidarbha
Irrigation Development Corporation, Nagpur

2) I/We …………………………………………………………………… agree that this


undertaking supersedes the clause No. 10 of C form of contract and other clause
regarding payment of bill. I/We also agree that this undertaking shall form a part and
parcel of original tender.

3) I/We ………………………………………………………………… agree that the lead


and lift charges of construction materials are incorporated in the agreement and is
accepted and no additional claims will be made on this account.

Signed by

Shri ……………………

(Contractor)

Dt.

CONTRACTOR NO OF CORRECTIONS SDE EE 80


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

AFFIDAVIT
(On Rs. 500/- Stamp Paper)

Name of Work:-
I …………………………………………………. age…………........ address……………………………………
………………………….. (Authorized signatory to sign the Contract), hereby submit, vide this affidavit in
truth, that I am the owner of the contracting firm ……………………………………./ authorized signatory
and I am submitting the documents in envelope no.1 for the purpose of scrutiny of the contract. I hereby
agree to the conditions mentioned below:-
1. I am liable for action under Indian Penal Code for submission of any False/fraudulent paper/
information submitted in envelope no.1.
2. I am liable for action under Indian Penal Code if during contract period and defect liability
period, any false information, false bill of purchases supporting proof of purchase, proof of
testing submitted by my staff, subletting company or by myself, I Will be liable for action under
Indian Penal Code.
3. I am liable for action under Indian Penal Code if any paper are found false/fraudulent during
contract period and even after the completion of contract (finalization of final bill).

Signature of Contractor

(Seal of company)

CONTRACTOR NO OF CORRECTIONS SDE EE 81


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

Appendix 1(a) - for Joint Venture


JOINT VENTURE

If the applicant intends to enter into joint venture for the project, please give the
following information otherwise state “Not Applicable”.

1. Name and address of Joint Venture.

2. Name and address of all Partners of Joint


venture.

3. Name of firm leading the Joint Venture.

4. Indicate the responsibility of the firm leading the


joint venture and responsibility of other Joint
Venture partners.

5. Names and address of bankers of the Joint


Venture.

6. Details regarding financial participation of each firm


in the Joint Venture. Certified copy

of the agreement of Joint Venture shall be attached.

Certified that the above information is true and correct to the best of my knowledge and belief.

CONTRACTOR NO OF CORRECTIONS SDE EE 82


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

Appendix - 1 (b)
(To be typed on 500 Rs. Stamp Paper)
Responsibilities of lead contractor in case of joint venture

I,......................................................................partner. of...................................firm aslead.


contractor of the tender contract and Shri ........................................................ other partner
..................................of the firm in the Joint Venture for the tender contractWe have
registered a partnership firm known as ................................ bearing registration
No................ for the year , dated .................................. registered in the office of the
Registrar of Partnership firm at ....................................... forthe purpose of tender.

We hereby certify that, in case of any dispute, breach of contract or liability (Physical or
financial) on the part of any partner of the Joint Venture firm, we as the lead firm of the joint
venture shall be liable and responsible to fulfill all the terms and conditions of the tendered
contract and for all the liabilities including recoveries if any of financial liabilities including
recoveries if any or financial liabilities arising out of the contract or physical completion of
work, till the expiration of the defect liability period under the contract.

Place :-

Date :-

Signature of stamp of lead firm

Witness :-

1)

2)

CONTRACTOR NO OF CORRECTIONS SDE EE 83


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

Appendix- 1 (c)

MEMORANDUM OF UNDERSTANDING FOR JOINT VENTURE AGREEMENT

FOR CONSTRUCTING
...................................................................................................................................................
...................................................................................................................................................

DEED OF PARTNERSHIP (JOINT VENTURE OF


..........................................................................................................................................
This Memorandum of Understanding for Joint Venture Agreement made and entered into at
“.......................................” this day of ...................... year by and between
1................................................................................................................with its registered
office at ..............................Party No.1 hereinafter referred to as .....................................

AND
2................................................................................................................................. with its
..............................................................................................................................................
..............................................................................................................................................
................................................................................. Party No.2 hereinafter referred to as
“...............................”
DEFINITIONS:
In this deed the following words and expressions shall have the meanings set out Below
“The Joint Venture (“JV” for short) shall mean .................................. and................................

Joint Venture collectively acting in collaboration for the purpose of this agreement.

“Apex Co-ordination Body (ACB”) shall mean the body comprising Managing Directors of the
parties to Joint Venture.”

“The owner” shall mean –

Chief Engineer, Water Resources Department, Amravati

“The Works” shall mean the Construction of ........................................... ..


..............................................................................................................................................
..............................................................................................................................................

“The contract” shall mean the Contract entered into or to be entered into between the Joint
Venture and the owner for the works.

JOINT VENTURE (JV)


Whereas the Parties hereto declare that they agree and undertake to form a Joint Venture for the
purposes of execution of the works, as an integrated Joint Venture. The JV shall be called as
“...............................................JOINT VENTURE” for short. Provided that the Parties are not,
under this agreement, entering into any permanent partnership or Joint Venture to Tender or
undertake any contract other than the subject works. Nothing herein contained shall be
considered construe the Parties or Partners to constitute either Party the agent of the other.
WITNESSES
Whereas the Executive Engineer....................................................

................................................. Vidarbha Irrigation Development Corporation (VIDC) (A Govt.


of Maharashtra Undertaking) hereinafter referred as the Executive Engineer, have agreed to
award the work of Construction of
CONTRACTOR NO OF CORRECTIONS SDE EE 84
POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

......................................................
...............................................................................hereinafter referred as “the works, to the
Joint Venture.” in case the offer of J.V. is accepted. Whereas ................... and ..................wish
to execute the Contract if awarded as per the terms of this indenture. Now therefore this Deed of
partnership Witnesses is as follows:

1. That these recitals are and shall be deemed to have been part and parcel of the present MOU
for JV

2. That this MOU shall come into force from the date of this MOU i.e................
2017.......................
3. That the operation of this MOU for J.V. firm concerns and is confined to the work only, shall
be come into force from the date of this MOU i.e.......... 2017.............

4. That the name of the Joint Venture firm shall be...................................... JOINTVENTURE (J.V.)
in short
5. That.......................... and .................. shall jointly execute the works according to all terms and
conditions as stated in the relevant instructions contained in the Bid documents/Contract as
an integrated JV styled as“..................................JOINTVENTURE” in short
6. That this agreement for Joint Venture firm (hereinafter referred to as J.V.) shall regulate the
relations between the parties and shall include, without being limited to them, the
following conditions.
A) ...................................... shall be lead Company in charge of the Joint Venture for all intents
and purposes.
B) The parties hereto shall be jointly and severally liable to VIDC for all acts, deeds and
things pertaining to the contract. The contract for the works shall be signed by Shri
........................................................................................................................ to whom
necessary General Power of Attorney signed by all signatory/ies, suitably as described
above shall be issued by the JV and delivered to the owner.
C)That the Director of one of the parties to the J.V.M/S.................................................................
shall be lead Manager of the JV firm and shall have the power to control and manage the
affairs of the J.V. M/s
D)That on behalf of the Joint Venture Shri (..................................)shall have the
authority to incurs liabilities, receive instructions and payments, sign and execute the
contract for and on behalf of the joint Venture. All payments made under the contract
shall be made into Joint Venture’s Bank Account.
E) One or Two Bank accounts shall be opened in the name of J.V. to be operated by the
individual signatories as mutually decided by representatives of the Joint Venture
Partners.
F) That each of the parties to the JV agrees and undertake to place at the disposal of the JV
benefits of its individual experience, technical knowledge and skill and shall in all
respects bear its share of the responsibility including the provision of information,
advice and other assistance required in connection with the works. The share and

the participation of the .......... partners in the JV shall broadly be as follows.


Name of the Contractor Share percentage
...................................... .............................
G) And all the rights, interests, liabilities, obligations, work experienced and risks (and all
net profits or net losses) arising out of the Contractor shall be shared or borne by the
Parties in proportion to these shares. Each of the parties shall furnish it’s proportionate
share in any bonds, guarantees, securities required for the works as well as its
proportionate share in working capital and other financial requirements, all in accordance
with the decisions of the Apex Coordinating Body. “ACB”
H) Any loan / advances shall be shared by the .......................... and .................. at the
CONTRACTOR NO OF CORRECTIONS SDE EE 85
POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

ratio of ......................... & ............................. respectively.


I) All funds, finance or working capital required for carrying out and
executing the works or contract shall be procedure and utilized by the parties as mutually
agreed by the then and they shall be liable and responsible for the same.
J) Site Management: The execution of the work on the site will be managed by a Project
Manager reporting to the ACB. The Project Manager shall be authorized
to represent the JV on the site in respect of matters arising out of or under the contract.
K) That “......................” and “......................” shall be jointly and severally liable towards the
owner for the execution of the contract commitment in accordance with contract
conditions.
L) This Joint Venture Agreement shall not be dissolved till the completion of the defects
liability period as stipulated in the Tender Document conditions of the works and till all
the liabilities thereof are liquidated.
M) That question relating to validity and interpretation of this Deed shall be governed by the
Laws of India.
N) That No Party to the JV has the right to assign any benefit, obligation or liability under
the agreement to any third party without first obtaining the written consent of the other
partner and the VIDC.
O) Bank account(s) in the name of the Joint Venture firm may be opened with any Scheduled
or Nationalized Bank and the representative of JV partners are authorised to operate upon
such accounts individually.
P) That both the parties to the JV shall be responsible to maintain or cause to maintain
proper books of Accounts in respect of the business of the JV firm and the same shall be
closed as at the end of the every financial year.
R) That the financial year of the firm shall be the year ended on the 31 st day of March every
year.
S) That upon closure of the books of account, balance sheet and profit and Loss Account as
to the state of affairs of the firm as the end of the financial year and as to the profit or loss
made or incurred by the firm for the year ended on that date, respectively shall be
prepared and the same shall be subject to audit by a Chartered Accountant.
T) The firm holding the power of attorney shall be responsible for fulfilling the condition
during the defect liability period after completion of work.
LEGAL JURISDICTION :
All matter pertaining to or emancing from this JV agreement involving the owner
shall be subject or jurisdiction High Court of Judicature at Mumbai.
NOTICES AND CORRESPONDANCE. :

U) All correspondence and notices to the J.V. shall be sent to any one of the
following address.

(1) ................... (2) ...........................


Will be intimated in due course within a week from date of “Work Order”
IN WITNESS WHERE OF the parties have caused their duly authorized representatives
to sign below:
Signed for the behalf of
...................................... ...................................................
Signed for the behalf of
...................................... ...................................................
WITNESS 1)

2)

CONTRACTOR NO OF CORRECTIONS SDE EE 86


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

APPENDIX - 2
DECLARATION OF THE CONTRACTOR

1. I/We........................................................................................... Contractor(s) hereby undertake that I/We


shall pay the labors engaged on the work as indicated in Section I – Detailed Tender Notice, wages as per
Minimum Wages Act, 1948 and amendments thereto applicable to the zone in which work lies and act
accordingly. I/We also undertake to abide by the various laws in force and extend necessary facilities and
amenities to the staff and workers employed by me/us.

2. I/We hereby declare that I/We have made myself/ourselves thoroughly conversant with
the local conditions regarding all materials and labor on which I/We have bided my/our
rates for this work. The specifications of this work have been carefully studied and
understood by me/us before submitting this tender.

3. I/We hereby undertake to indemnify and hereby indemnify the Corporation against all
liabilities arising out of application of all labor laws viz the Minimum Wages Act, ESIS
and PF Act etc. with reference to labor engaged on subject work.

4. All leads and lifts charges for Construction material required are included in the rates of
items under the contract and are agreed by me /us unconditionally. No claim for lead and
lifts will be admissible is clear to me/us and I/We give an undertaking that no claim on
this issue will be performed by me/us, in this contract.

Date : (Signature of the Contractor)

CONTRACTOR NO OF CORRECTIONS SDE EE 87


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

SALIENT FEATURES

CONTRACTOR NO OF CORRECTIONS SDE EE 88


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

SALIENT FEATURES
JIGAON PROJECT
TAL- KHAMGAON DIST.-BULDHANA
1 Name of Project Jigaon Project ( Lift Irrigation Scheme No. 13, 14 &
15)
2 Type of Project Lift Irrigation Project with PDN
3 Location & Other Details
1. Water Supply Source Back Water of Jigaon Project form Purna River

2. CCA 14477 Ha.


3. Command Balapur & Telhara Taluka Dist. Akola Sangrampur
Taluka Dist- Buldhana
4. River Basin Tapi Basin, Purna Sub Basin
5. River Purna River
6. Project Location Taluka- Nandura, Dist.- Buldhana
7. Latitude & Longitude 20° 54’54.05” N, 76°40’19.85” E
8. Top Sheet Reference 55-D/9, 55 C/12
9. Access to Project
a. Nearest Airport Dr. Babasaheb Ambedkar International Airport,
Nagpur (300 Km)
Shioni Airport, Akola. (55 Km)
Aurangabad Airport, Aurangabad (203Km)
b. Nearest Railway Station Shegaon Railway Station (25 Km)
c. Nearest Bus Stand Shegaon Bus Stand (25 Km)
10. Metrological Parameters
a. Nearest Metrological Nagpur
Station
b. Average Temperature Minimum- 7o
Maximum- 470
c. Average Annual Rainfall 832 mm (Buldhana Dist.)
11. Earthquake Zone Zone II (Least Active)
12.Topography & Soil in
Command
a. Topography Moderately Flat
b. Type of soil for Agriculture Shallow (10cm) to Deep black soil (50 to 100 cm)
4 Interstate Aspect of Project Not Applicable
5 Irrigation (Command in CCA= 14477 Hectare. IP= 14477 Hectare.
Hectare) & Command
Planning
6 Water Allotted for This 548.23 Mm3
Project
7 Off taking Levels Sump Bottom Level 229.00 meter
FSL- 239.21meter
8 Existing Pump House Levels Pump Floor Level- 241.56 m
Sump floor Level- 229.000 m
9 Fortnight Maximum Crop 0.2958 Mm^3
Water Requirement for 1000 Considering overall efficiency 71.25 %
hectare Min. discharge 0.5 LPS per Ha.
Min. Residual head 20 m @ chak

CONTRACTOR NO OF CORRECTIONS SDE EE 89


POST-QUALIFICATION DOCUMENT JIGAON PDN FOR LIS NO. 13, 14 & 15

10 Cropping Pattern & Intensity A) Kharif Seasonal Irrigated %


(Proposed by WALMI or Hybrid Jawar 10
agricultural department) Sun Flower 2
{The System Designed and Vegetable 8
constructed should be Moong/Udit 8
computable to irrigate Sub- Total (A) 28
different types of crop as B) Kharif Seasonal Unirrigated
Government can’t enforce any Soya bean 10
cropping pattern on Maize/ fodder 2
beneficiaries in the command Sub- Total (B) 12
and also computable to use C) Rabbi Seasonal
ground water available within
Wheat 2
the command as conjunctive
Gram 20
use.}
Fodder Jawar/Maize 5
Vegetable (Onion) 5
Vegetable (Tomato) 8
Sub Total (C) 40
D) Two Seasonal
L.S. cotton 7
Chilli 8
Turmaric 5
Sub Total (C) 20
Grand Total (A+B+C+D) 100
11 Civil Components Detention Tank, pump house, manifolds, rising main,
Surge protection system, all type of pipe
appurtenances, inline structures, Railway/ Road
crossing structure, Switch Yard, PDN, WUA Building
12 Pumping Machinery Type of Pumps- Submersible/Horizontal Pump Nos
& Capacities of Pump
13 Electricity Source & 132 Kv sub-station @ Kavthal & Ambsari
Availability
14 Distribution Network PDN
15 Estimated Life of Project 100 years
16 Defect Liability of Project 1Year after Completion of Project
17 Operation & Maintenance 5 Years after Completion of Project
(60 Month Complete)
18 Miscellaneous Components -
19 Land Acquisition for Project, All land acquisition & crop compensation proposal &
Forest Land etc. further follow-up shall be made by the contractor,
amount of awards will be paid by the department.
20 WUA Formation & Training As per MMISF Act 2005, Training of every stack
holder& WUA members.
21 Time of Completion 36 Months including Rainy Season.

CONTRACTOR NO OF CORRECTIONS SDE EE 90


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

VOLUME – II

SECTION :- I

CONDITION OF CONTRACT

CONTRACTOR NO OF CORRECTIONS SDE EE 91


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

VOLUME – III

DETAILED SPECIFICATIONS

CONTRACTOR NO. OF CORRECTION SDE EE 250


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

SECTION - I

GENERAL SPECIFICATIONS
1.00 SCOPE

The general specification shall apply to all the items covered under the scope of work
mentioned in volume I and II of this Tender. Details are as given below

A. SCOPE OF WORK UNDER THIS CONTRACT ENVISAGES THE


FOLLOWING WORKS.

Survey Work-
1. Survey, planning and Investigation of whole Command Area, Alignment of all
pipelines network up to 1 ha sub chak, Catchment area surveys, all River/nallas
crossing, Survey for all inline structure using advanced equipment like Total Station,
carryover of GTS bench mark from nearest GTS bench mark to command area
including pump house location and construction of Permanent Bench Marks as
directed by Engineer-in-Charge. Study and review of surveys available with
department, if any. Various types of Investigation, Sub-soil exploration (Trial Pits and
bore holes) for strata classification and foundation design purpose of various
components of project. All works to be executed as per relevant IS codes,
Departmental codes/Circulars/GR received from time to time. Preparation of
Topographical map with grid survey with size 15 m or less and contour interval of
0.20m.

2. Study of all village maps included in command of Jigaon Lift Irrigation Scheme
No. 13,14 & 15 relevant revenue/ concerned departments land related documents for
preparation of combined command map showing all features including Village
boundaries, Roads, Railway lines natural features like water bodies, Rivers, nallas,
Forest area markings etc., Land Record of each land holder etc. Preparation of
digitized command map WUA wise including all details as per MMISF Act, 2005.

3. All other surveys required for Building portion including soil investigation.

4. Drawing and Drafting of Survey data with latest and advanced software including
incorporation of revenue data on drawings and printing as per scale on good quality
papers/ tracings all as directed by Engineer-in-Charge. Also in soft copy with various
formats in pen drive/ Hard Disk.

5. Getting survey work sanctioned from competent authorities concerned. All trial pit
strata, borehole data to be tested from Geologist and from laboratories and finally
bought sanctioned from competent authorities concerned.

6. After sanctioning of all survey and investigation work, related document to be


submitted to department in required number of Hard Copies and in soft copies as
mentioned earlier.

7. The Contractor shall tie up the survey grid of areas surveyed , All type of bench
marks etc. with Latitude and Longitude.(GIS Based).

CONTRACTOR NO. OF CORRECTION SDE EE 251


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
Planning & Designing

1. Planning of entire scheme as per scope given and based on survey, carried out, & with
available data, cropping pattern decided for scheme, water requirement of each crop
based on local weather station data, studying of future change in cropping pattern due to
advanced agriculture practices, Minimum consumption of electricity, optimum
utilization of water available and as per relevant IS codes, Government Circulars, etc.

2. Planning of each component of entire scheme should be such that the future maintenance
cost shall be minimum, system shall be easy and hassle free to use, shall be easily
adopted by WUA bodies and farmers/stakeholders. Minimum utilization of resources
like water, electricity, manpower, and expenditure in whole life cycle of scheme,
farmers should have maximum benefits in the form of increased quality and quantity of
produce.

3. Integrated planning of 33 KV transmission line and sub-station, Components and


accessories.

Design & Execution/ Construction/ Supply

1. Design& construction of various civil and structural, hydraulic components like


approach channel, fore bay, RCC Pump house, its components, compound wall,
entrance gate & security cabin etc., all main and branch pipelines in distribution
network, distribution network 4 to 6 hectare chak, all inline structures, all railway/ road /
river/ nallas/ pipeline crossings, farmers training centre and WUA main building, Roads
all strictly as per relevant Indian standards, IRC standards, as per government circular/
guidelines/ GR etc., and all as per detailed scope, specifications, CDO code of practice,
design guidelines and as directed by Engineer-in-Charge.

(Note: - The Pump house building shall be architecturally aesthetic, energy efficient, with minimum
maintenance cost. Aluminium partition, inbuilt furniture, Air conditioning for panel, proper air
ventilation and lighting shall be provided. Arboriculture and area beautification including lawn
preparation, tree plantation and water arrangements shall be provided. Separate lavatory blocks for
ladies & gents, security cabin with rest room, external & internal electric supply and draining
arrangements, fire fighting arrangements, diesel generators of 10KVA, security system with CCTV
cameras, fire fighting& safety arrangements shall be provided. Parking facilities for visitors &
working personnel shall be provided. Painting for pump house shall be 3 coats of plastic emulsion
paint over a coat of primer and putty for internal surfaces and 2 coats of apex paint over primer for
external surfaces. For steel/wooden surfaces, 2 coat of oil paint over coat of primer. Scope of farmer
training Centre and WUA main building as per detailed scope given. (All other Building component
as per PWD Red Book).

2. Design & construction, supply, installation, commissioning, testing of various energy


efficient mechanical components like pumping machinery and allied electrical
equipment’s, various valves, manifolds, surge protection system, anti-breaking system
of pipe distribution network, all required for lifting water to irrigate 14,477 Ha ICA with
PDN and as per relevant Indian standard code of practices , standard specifications &
Government GR or circulars etc.

3. Design & construction, installation, supply, commissioning and testing of various


electrical components like 33 KV transmission line 132 KV substation to proposed pump
house location, 33 KV substation/ switchyard at pump house location, all related
components required to carry load as per related electrical Indian standard codes, as per
government circular/ guidelines/ GR etc., and all as per detailed scope, specifications and
as directed by Engineer-in-Charge.
4. Design, supply, installation, commissioning, testing of PDN Irrigation system for 14,477
hectare area as per Indian Standard and NMMI guidelines and based on crop water
requirement calculated by Modified Penmen Method as per detailed scope and
specification.
CONTRACTOR NO. OF CORRECTION SDE EE 252
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

Various Proposals & Approvals

1. Contractor shall prepare necessary proposals seeking permission for all proposals like
railway, roadways and pipeline crossings, etc. required during lift irrigation scheme
construction and getting it sanctioned from concerned authorities in stipulated time.
Pursuing with these authorities for their approval etc., implementing condition if any
imposed by them, etc. shall be the responsibility of contractor/Contractor. There
shall be no separate time or any extension regarding the same shall be given to
contractor. Contractor shall quote his offer including all cost required towards fees/
deposit to concerned department, if any and cost of structures required for crossing.
2. All statutory clearances from statutory authorities for commissioning of scheme
within stipulated time.

Vetting
3. Vetting of all components designed for scheme shall be done from IIT/ CWPRS Pune
/ VNIT Nagpur/Raipur/other as directed and final approval by committee headed
Chief Engineer, WRD, Amravati.
1) Chief Engineer, WRD, Amravati – President
2) Chief Engineer, Civil- Member
3) Superintending Engineer, Mechanical - Member
4) Superintending Engineer, Electrical - Member
5) Executive Engineer, Jigaon Lift Irrigation Division, Khamgaon- Member
Secretary

4. Vetting period shall not be more than 1 month.


5. Bidder shall quote his offer including Design and vetting charges.

Third Party Inspection of Entire Scheme

Third party inspection for mechanical, electrical, hydraulic components are mandatory

Estimation & Approval

Contractor shall prepare detailed estimate of each component of scheme. Based on approved
design and drawing, approved alignments and based on latest DSR and get it approved before
execution of work. Measurement of work shall be done according to approved estimate.

Operation & Maintenance, Training

1. Operation & maintenance period for entire scheme shall be 60 months (5 Years)
including all types of repairs, replacements of electrical, mechanical, civil components
required for successful commissioning of scheme for all season i.e. for complete 12
months of year. (Even though in cropping pattern no provision is made for hot weather
crops and also area under crops reduced for other seasons like kharif and rabbi,
contractor shall be ready for 12 months (365 days) irrigation facility on total 14,477
hectare ICA as directed by Engineer-in-Charge time to time during O& M period).

2. O&M also consist of training of every stakeholder for implementation adaptation of


new farming methodologies and techniques for success of the scheme with
contractors own cost. Bid amount shall be inclusive of the same. Detailed schedule of
training along the bid document shall be submitted to Engineer-in-Charge. Detailed
schedule of training shall be got approved from competent authority. Training
regarding entire scheme operation shall be given to WUA members and employees
appointed by them during the O&M period so that after completion of O&M period,
trained persons can easily operate and maintain the scheme successfully.

3. Defect liability period for entire scheme shall be 1 years after completion of scheme
and successful trial run.
CONTRACTOR NO. OF CORRECTION SDE EE 253
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
(Defect liability period will start after successful testing, trial run & commissioning of scheme.
And Operation & Maintenance period will be simultaneous with defect liability period).
4. During last Two years out of Five years of maintenance period, handing over of
distribution scheme with WUA’s shall be done.

Commissioning/ Trial Run

After completion of scheme, trial run for entire scheme shall be done as per relevant Indian
standards and code of practice.
Power Consumption

Power Consumption shall not exceed 4.2 MW in 15 years lifetime. For remote field units, solar
panels with batteries (with minimum 21 days power backup facilities) shall be used.

Other Requirements

1. Fixing 0.20 km, K.M. Stone, painting the same as per specifications of Water Resources
Department, relevant I.S. code, I.R.C. Publications and circulars issued by the
Department time to time, necessary structures required to meet-out effective and
efficient regulation of discharge.

2. The Contractor shall quote his price inclusive of crop compensation and rent for
temporary land acquisition required if any.

3. Execution of all other miscellaneous components or items required for successful


commissioning and running of entire scheme throughout the lift time of the scheme.
Provision of Informatory Sign boards (retro reflective type).

Architectural Planning & RCC Design of Building

Contractor shall appoint architect consultant and structural consultant for planning and
design purpose and have all Architectural & RCC, services etc., design & drawings approved
from Superintending Engineer before execution of work.

RCC design based on standard Indian code of practice and specifications.

Execution of building as per standard PWD specification and practices.

Notes:
1. Furniture includes tables & chairs for office, inbuilt cupboards in all rooms with plywood,
laminates and fixtures, glass tops, etc. Wall panelling and POP ceiling, aluminium partitions
in all rooms except store, lobby, porch and lavatory area. Lavatory blocks- big size mirrors
and other necessary furniture.
2. All windows, required doors and opening shall provide shall be with curtains or venetian
blinds.
3. All internal Electrification shall be concealed type and all materials and fittings shall be as
per standard specifications and approved makes. External electrification including area
lighting shall be as per Indian code of practice and standard specification. Material used for
internal & external electrification shall consume minimum electricity and shall have good life
(e.g. LED tube lights and bulbs).
4. Internal water supply shall be with concealed plumbing and fittings shall be of approved
make with longer life. Overhead water tank shall be of sintex or equivalent make. HDPE
Pipes shall be used for concealed fitting.
5. Separate Parking for 4 wheeler and two wheeler hard floors shall be provided.
6. Area beautification and arboriculture consist of tree plantation, Lawn preparation. for area
not less than 50 Sqm and architectural symbols and monuments in open area with and other
miscellaneous components like watering arrangements etc.

CONTRACTOR NO. OF CORRECTION SDE EE 254


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
7. Flooring- shall be of vitrified tiles of min size 2’x2’, entrance portion and stairs shall be of
marble/granite. Lavatory portion- Glazed/ceramic/vitrified tiles. For all doors and windows
granite/marble shall be used all around.
8. Doors & Windows, Ventilators

▪ Main entrance Door- Wooden with grills, internal- Laminated Doors,


Lavatory Blocks- PVC

▪ Windows- 3 track Aluminium sliding windows with steel


grills Ventilators- Aluminium with MS grills
▪ Security Gates/ Entrance Gate- MS

▪ Stair and other railings- Stainless-steel


9. Painting & Finishing

▪ Internal- 3 Coats of Plastic emulsion paint with white primer and wall
care putty

▪ External- 2 coats of apex paints with white primer.


Structural steel items- red oxide primer with 3 coats of oil
paints Wooden items- Primer with two coats of oil paints.
(Note that all paints shall be of approved make and as directed by Engineer-in-
Charge.)

10. Water Proofing Treatment – Brick bat cobba with plaster or APP membrane.

11. Air & Light ventilation and sound proofing shall be done as per provisions in
National Building Code 2005.

12. Investors with battery backup, water bore wells etc. shall be provided.

13.All materials and methodology, treatment shall be modern and latest. Above
mentioned requirements are minimum, Contractor shall plan and construct best and
international standards building which fulfils present and future needs of water user
association.

14. Green Building materials shall be used.

15. Defect liability period of the building shall be 5 years after completion of
building portion.

16. After completion of construction, building with all infrastructure & amenities
shall be handed over to department or WUA in good condition as directed by
Engineer-in-Charge
Collection of water charges including Electricity Charges from WUA/farmers.

Contactor shall recover water charges including electricity charges from farmers/WUA and
deposit the same to the office of Executive Engineer, Ambhora Lift Irrigation Division,
Bhiwapur during the maintenance period of 5 years.(Engineer’s/ Staff from the department
shall assist for collection of this above charges from WUA/ farmers).

Scope of Quality Control for Entire Work.

Quality control of work shall be done by Superintendent Engineer, Quality Control Circle,
Ajani, Nagpur. Quality control of work shall be done as per relevant IS Codes, Quality control
manuals, water supply manuals and all as directed by Engineer-In-Charge.

CONTRACTOR NO. OF CORRECTION SDE EE 255


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
B. CRITERIA FOR DESIGN OF THE SCHEME

This is an EPC contract (Engineering, Procurement and Construction) where Contractors


are required to Design and Implement the complete project with detailed survey,
investigation and design. Contractors shall therefore submit details of Technical design
proposal with drawing and work method, construction schedule backed with their planning
and deployment of construction equipment etc. in sufficient detail to demonstrate the
adequacy of Contractor’s capacity to design and complete the works in accordance with the
specifications and time limit. He should submit his best techno-economic design proposal.
This shall be evaluated as to Technical feasibility and feasibility for completion in the given
time period. Only Technically feasible proposal which can be completed within the time
period specified in the tender and which meets the Technical standards and specified
conditions mentioned in this tender shall be considered as responsive.

It may be noted that certain design criteria are fixed in this tender and the Contractor has to
design within the ambit of this criteria only. However the design submitted by the Contractor
at the POST-QUALIFICATION stage shall not be binding on the VIDC, Nagpur/
Government and the Final design shall be approved by Chief Enginee, WRD, Amaravati
with such modifications and alterations as may be deemed fit in the interest of the project
and interest of the state and to bring the design as per with the required IS or other standards
and requirements of this tender and project. Successful Contractor shall have no right of any
claim whatsoever for any such changes as may be directed by Chief Enginee, WRD,
Amaravati
Work includes Review of available survey and investigation data, identification of additional
survey and investigation requirement considered necessary for design, execution and
commissioning and operation of the rising main. Preparing combined
village map on tracing cloth for rising main and PDN separately. Survey of whole command area,
plotting the same on combined village map, contouring the village map, marking ridges by red
dotted lines and valleys by blue arrow lines, survey for fixing alignment, taking trial pits, drilling
bore holes along the alignments wherever necessary. Marking the approved alignments, chak
boundaries (3 hectares), in position including PDN. “outlets” and other structures on the village
maps, preparing chak statements, outlet register, cut-off/design statement, design-drawing of the
Rising main as per design criteria of Water Resources Department, relevant Indian standard codes
and IRC publications, circulars issued by the department time to time, preparing detailed estimate
as per CSR of the department on the basis of approved design and drawing. Clubbing of items for
record measurement and basis of payment, getting approval from competent authorities.

The work components requiring permanent land acquisition should preferably be constructed
on Government land available

The cost of forest land if any required permanently for the construction of different
components of the scheme, should be borne by the Government The engineering, procurement
and construction agency has to prepare the proposals for forest land and shall be responsible to
get the clearance in scheduled time from the Government of India or Government of
Maharashtra as the case may be. The department shall only help the engineering, procurement
and construction agency for getting the clearance from the competent authority. The delay in
clearance of the forest land shall be attributable to the engineering, procurement and
construction agency. Costs incurred in preparing proposals and getting clearances shall be
borne by the agency other than the costs of forest land payable if any and the cost of
compensatory forestation.

Catchment area survey, grid survey, levelling along the nallas/river to determine the bed slope
of the nallas/river, cross section of nallas/river for cross drainage works, grid survey for other
structures such as railway crossings, road crossing and taking trial pits/drilling bore holes for
foundation investigation of structures, design-drawing of structures as per design criteria of
Water Resources Department, relevant Indian standard codes and IRC publications, Rising
main parameters and circulars issued by the department time to time, preparing detail estimate

CONTRACTOR NO. OF CORRECTION SDE EE 256


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
as per DSR of the department on the basis of approved design-drawing, getting approval from
competent authorities.

Wherever the rising main and pipe line system is crossing railway line or Highways or Roads
or other restricted area, the contractor has to prepare, necessary proposal for seeking
permission of concerned authority. The Engineer-in-Charge shall
process such proposal to railway or highway or Road or other departmental authority concerned for
taking up the work under EPC Contract if the work is executed as a deposit work by the concerned
department, the amount demanded by the railway authorities or concerned authorities shall be paid
by the department and shall be recovered from the next running bill of the contractor. The
contractor shall include such cost in the bid price.
For establishing water users associations as per MMISF Act, 2005 for CCA 14,477 ha. of
command area under this contract, all works up including preparation of voter list of cultivators
based on revenue records with due marking for the area of water users association and
territorial constituencies is to be prepared on village map by contractor. The contractor shall
include such cost in the bid price.

The Contractors are advised to study all the details of existing power supply to be brought from
Panui 132 KVA substation and provide any additions /modifications in the switch yard at his own
cost for getting power directly from Pauni 132 KVA substation to pumping stations for the
running of the scheme. Any additions /modifications and providing of transformers, cables,
HT/LT line and related components shall be within the scope of the work. The power to proposed
pumping stations are to be provided by this dedicated line and cost of providing HT/LT power
line, transformers, sub-stations for pumping station shall be borne by the contractor. The
necessary permission for laying/erection of suitable power lines as the case may be, shall have to
be obtained by the contractor from statutory safety & regulatory bodies governing on electrical
erection and transmission. The illumination of working area is to be provided by this dedicated
line and alternately diesel generating sets shall be provided at all suitable locations for
illuminations during non-running hours of HT power line. However, the cost of security deposit,
supply affording charges and new transformer at HT supply start point if required by
M.S.E.D.C.L/M.S.E.T.C.L. shall be borne by VIDC, Nagpur.

Disposal of surplus excavated material after refilling of pipe trenches shall be done as per
direction of Engineer-in-Charge with all leads and lifts.

Contractors shall submit with the post-qualification documents and financial bid, the proposal for
conceptual Technical design, rising main and disnet for 3 ha chak Including PDN. In any case the total
power required should not exceed 4.2 MW. The detail design should include the parameters specified
in the volume-I and also as above. Details of pipe, length and diameter of pipeline, power required for
pumping station, efficiency of pumps, type of pumps, static and dynamic head calculations in detail
used for design of entire system, HT substation specifications, work methodology, construction

schedule backed with details of planning and deployment of construction equipment with
sufficient details to demonstrate the adequacy of Contractor’s capacity to design and complete
the project work in accordance with the specifications and within the stipulated time period.

Note: Design and Vetting Charges of entire Scheme shall be borne by the contractor. The
contractor shall include such cost in the bid price.

The ultimate aim of the scheme is to irrigate ICA 14,477 ha. as per the index map attached with
the tender document.

Necessary safety measures and fire fighting arrangements shall be established in the pump
house.

Necessary safety sign boards/Informatory Sign Board shall be displayed at work site on
suitable location as per directions of the Engineer in-charge.

CONTRACTOR NO. OF CORRECTION SDE EE 257


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
C. GENERAL GUIDELINES FOR DESIGN

Contractors should submit proposals regarding proposed work method, construction schedule
backed with their construction equipment planning and deployment in sufficient detail to
demonstrate the adequacy of Contractor’s capacity to complete the works in accordance with the
specification and time of completion. The Contractors are required to submit conceptual Technical
Proposal with post -qualification proposal. However the design submitted at the bidding stage shall
not be binding on VIDC Nagpur/Government of Maharashtra and would subject to such
modifications as may be deemed fit in the interest of the state and VIDC and/or such modifications
as may be necessary to bring the design at par with the requirements of this tender or such national
standards prevalent for such materials and construction (IS, BS, CPHEEO) and the Contractor’s
final design shall be subject to the approval of the Chief Enginee, WRD, Amaravati. Wherever
standards do not exist for a particular item of material or construction or specific requirements for
them have not been given in this tender, then the same shall be adopted as per the nearest standard
in the same code or in absence of such standard in that code from equivalent international codes as
the Chief Enginee, WRD, Amaravati may deem fit. Wherever specific standards or requirements
in specification are given in this tender they shall prevail over the prevalent standards.

GENERAL DESCRIPTION OF THE PROJECT

The information is given in in volume-I of work specific information.

a. All types of survey, planning of entire system, design, drawing, vetting from concerned
authorities.

b. Construction of Approach channel, pump house, and its components, control rooms, internal
roads in pump house area, compound wall & gate.

c. Execution of underground pipe network 3 ha chak including main lines, branch lines,
manifolds, primary & secondary filtration units, suitable anti-surge devices, all inline
structures like thrust/anchor blocks & encasings, railway, highway, pipe line crossings, all
type of valves, water measuring devices and all accessories.

d. Supply, installation, commissioning and testing of electric H.T/L.T lines from M.S.E.T.C.L/
M.S.E.D.C.L substation to pumping station, supply & installation of 33 KV substation and
switch yard etc. with all accessories and getting all clearances from statutory authorities.

e. Supply, installation, commissioning and testing of suitable pumps and motors with related all
electrical & mechanical components of pumps, pump house and accessories.

f. Distribution Network 3 ha. chak with PDN

g. Construction of architecturally aesthetic RCC Farmer Training centre of plinth area 400 Sqm
as per relevant standards and specifications of required size.

h. Formation of Water User Association as per MMISF Act 2005 for total command considered
under this scheme.

i. To conduct farmers awareness training programme for effective functioning of the scheme.

j. All other miscellaneous works required to commissioning of entire scheme as directed by


Engineer-in-Charge during execution.

k. Power consumption (including all types of power) in the whole system should not exceed 4.2
MW in 15 years lifetime.

l. Commissioning & testing of entire system after execution.

CONTRACTOR NO. OF CORRECTION SDE EE 258


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
m. Operation & maintenance of complete commissioned system for 5 years after completion of
project.

n. Preparation of land acquisition proposals or purchasing proposals, if any land required for
project and getting it done from authorities concerned.

o. Preparation of railway, highway or road proposal and getting sanctioned from concerned
authorities.

p. Preparation of proposal for all required statutory clearances from authority concerned and
getting it sanctioned.

The Salient features of the Jigaon Lift Irrigation Scheme No. 13,14 & 15 are given in
Volume-I.

WORK AND SITE CONDITION

It shall be presumed that the Contractor has acquainted fully himself as to the nature and
locations of work, general and local conditions and particularly those having bearing on
approaches to the site, locations of stone and sand quarries, availability and transport of
material, tools and plants, machinery, disposal areas, availability of labour, weather conditions
and river stages, etc. and has estimated his cost accordingly. Corporation shall bear no
responsibility for any lack of such acquaintance with site conditions on the part of the
Contractor and the consequences thereof to the Contractor. The information and data about site
conditions shown in the drawings and mentioned herein is furnished as a rough guideline only
but Corporation shall not be responsible for the accuracy thereof or for any deductions,
interpretations and conclusions drawn there from by the Contractor.

CLIMATIC CONDITIONS

The information is given in volume-I of work specific information.

AVAILABILITY OF LABOURS

Some local unskilled labour may be available during non-agricultural season but skilled
labour may not be available Contractor must however make his own enquiries.

LOCATION

The information is given in volume-I of work specific information.

RAIL ROUTE

The information is given in volume-I of work specific information.

ROADS

The information is given in volume-I of work specific information.

WATER SUPPLY

The Contractor shall have to make his own arrangements for the water supply required for
his work, staff and labour. He shall have to provide all arrangement for making water
potable and safe for drinking by his staff, labourers and other dependents on Contractor’s
services. Disinfections of all drinking water by chlorination shall be obligatory, on the part
of the Contractor.

CONTRACTOR NO. OF CORRECTION SDE EE 259


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
Fresh and potable drinking water shall be made available by the Contractor to all persons
working at work spots in clean and hygienic earthen or other pots at all working places and
in sufficient quantity.

ELECTRIC POWER

Electric power, if required for construction of work and at the camp office & labour colonies
shall be arranged by the Contractor at his own efforts and cost and he shall have to make his
own arrangements for laying, installation, maintaining the power lines, etc. he should observe
all requirements of the Indian Electricity Act, 1910, 1948. Indian Electricity Rules 1956, and
rules in existence and framed from time to time, failure to which Corporation accepts no
responsibility for any damage, injury or compensation.

TELEPHONE AND TELEGRAMS

The information is given in volume-I of work specific information.

ESTABLISHMENT OF COLONY

The Contractor shall be allowed to construct his own colony for his workers and supervisory
staff within the limits of Corporation land, if available.

The land used by the Contractor for his staff and labour colony shall be handed over back to the
Corporation within three months after the physical completion of work or termination of the
contract whichever is earlier duly cleared and fairly brought to the original condition. No
structures or constructions shall be left on the land at the time of vacating it without the specific
approval of the Engineer-in-charge. The Contractor shall prepare and submit his proposed plan
of colony layout and get it approved from the Engineer-in-charge before establishing any
colony for the Labours or for the supervisory staff. The Contractor shall have to construct and
maintain all access and approach roads etc. in his colony areas at his own cost. Any
modifications, changes and alterations suggested by the Engineer-in-charge in respect of area of
c olony, layout of roads etc. shall be binding on the Contractor and shall have to be done at his
cost.

SANITATION AND UP-KEEP OF COLONY

The Contractor shall be responsible for maintaining satisfactory water supply and sanitary facilities
in his labour camp and for his other staff. He shall take precautions not to allow any unhealthy and
unsanitary conditions in his camp. The Engineer-in-charge shall have the right to inspect the
Contractor’s colonies at any time and to suggest improvement, modification etc. with special
regards to cleanliness and sanitation, sullage water and garbage disposal, any other nuisance, and
proper layout, which shall be binding on the Contractor.

The Contractor shall provide adequate number of portable chemical closets for use, and
urinals and water closets, and make proper lighting and scavenging arrangements to the
satisfaction of Engineer-in-charge. Separate arrangements should be made for female
labour.

CAMP REGULATIONS

The Contractor shall be responsible for maintaining law and order in his camp and on his
work and to that end shall employ such officers, watchmen labour etc. as required.
Unauthorized and undesirable persons shall be expelled from the camp and from the works.
If in the opinion of Engineer-in-charge any employee or agent of the Contractor misbehaves
or causes obstruction in proper execution of work or otherwise makes him undesirable, the
Contractor shall on receipt of instructions from the Engineer-in-charge remove him from
premises.

CONTRACTOR NO. OF CORRECTION SDE EE 260


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
MEDICAL AID:

The Contractor shall arrange all the necessary medical facilities for his staff and labour at
his own cost and to the satisfaction of the Engineer-in-charge.

GENERAL

The cost for sanitation and supply of drinking water is deemed to have been included in the
unit rates of items of work. All other details given in Volume-II.

MATERIALS

PETROL OIL AND LUBRICANT

The Contractor shall have to install his own supply for petrol and diesel at the site the
location of pumps shall have to be got approved from the Engineer-in-charge and usual
precautions which are necessary, for such installation shall have to be taken by the
contractor.

STONE FOR RUBBLE MASONRY AND FOR METAL

The Contractor shall make his own investigation regarding location of quarries, quality of stone
and adequacy of the various sources of stone in quarry areas known to him. It is for Contractor
to investigate the quarries which shall yield stones in sufficient quantities and
of required quality. Over burden on quarry shall have to be removed by the Contractor at his
own cost.

The locations of quarries have to be such that they do not affect permanent structures and
should not be near the existing or proposed habitations. The locations and size of the quarries
shall be subject to the approval of the Engineer-in-charge. If quantities on its opening does not
yield adequate or suitable stone, no claims can be raised against the Corporation. In that case
other quarries shall have to be established by the Contractor at his own cost and risk and the
stone got approved from the Corporation for its quality before using it in the work.

If the quarries located are in private properties, the Contractor shall negotiate with the
respective owners and shall attend to legal rights and attend to payments etc. to the concerned
parties for operations of these quarries at his own cost. Similarly, he shall make arrangements
for roads leading to and from the stone quarries to the work site at his own cost.

SAND

The Contractor is advised to make his own enquiries regarding adequacy, proper quality and
cost of sand and approaches to quarries, etc.

The Contractor shall, however obtain permission from revenue and other authorities before
removing the material and shall pay royalty and other taxes. Octroi duty, escort fee, if any for
sand which shall not be reimbursed.

The Contractor shall have to make his own enquiries regarding legal rights and attend to the
aspect of payments due, etc. for the operation of the quarries.

The extent of annual replenishment of the sand sources is unknown. The Contractor may
therefore choose to collect the sand in advance of its use for the work.The Contractor shall
make his own arrangements for quarrying and transport of sand from the quarries to the work
site. Approach roads to the quarries shall also be constructed and maintained by the Contractor
at his own cost. All the cost of transport of sand shall be borne by the Contractor and no claims
on this account shall be entertained. Use of crushed sand conforming to the required gradation
and specifications can be permitted with specific approval of the Engineer-in-charge.
CONTRACTOR NO. OF CORRECTION SDE EE 261
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

PRECAUTIONS DURING THE FLOODS

It shall be responsibility of the Contractor to preserve and maintain in safe condition all
materials, machinery and tools from floods and rain and no compensation whatsoever shall be
payable to him on account of loss due to floods, rain and any other causes.

CONTRACT DRAWINGS AND SPECIFICATIONS

On acceptance of the tender, sets of copies of contract conditions and drawings (if any) to a
maximum of one, shall be supplied to the Contractor free of charge.

Being Engineering, Procurement and Construction contract, all approved drawings after
final vetting shall be the part of contract document. Actual work done/execution shall be
based on these approved drawings only.

The drawing which form part of this contract, show the work to be done in such details as is
possible to do for the present. They shall be supplemented or superseded by such additional
detailed working drawings as may be necessary as the work progresses. The Contractor
shall carry out the work in accordance with these additional or revised working drawings,
as the case may be and at the applicable rates as per the contract.

The Contractor shall check all drawings carefully and advise the Engineer-in-charge
immediately of any errors or omissions discovered. The Contractor shall not take advantage
of any kind of errors or omissions in the approved drawings supplied to him.

EMBEDED ITEMS

Before placing concrete and of masonry, care shall take to see that all embedded items are
firmly and securely fastened in place as indicated on the drawings or as directed. All
embedded items shall be cleaned free from all foreign matter such as scale, rust, oil paint
etc. The Contractor shall be responsible for correctly embedding the part as directed
without any charge, the cost of such embedding being deemed to have been included in the
items of contract and or masonry as the case may be; no extra payment shall be made for
the installations of this embedded work for delays, or for interruptions arising there from.

SIGNING THE FIELD BOOKS, LONGITUDINAL SECTIONS, CROSS

SECTIONS AND MEASUREMENT BOOKS.

Before starting the work for intermediate payments and at the end before the work is
covered, level for plotting the longitudinal section (along the axis as decided by the
Engineer-in-charge or his authorized representative) and cross sections of the portion of the
work shall be taken by the authorized Engineer of the Contractor in the presence of
Engineer-in-charge or his duly authorized representative. The Contractor or his authorized
engineer shall have to sign the field books and plants showing longitudinal sections and
cross sections of the portion of the work in token of acceptance. If the Contractor fails to
sign them, the levels recorded by the Engineer-in-charge or his representative in the
authorized books shall be final and binding on the Contractor. If the Contractor or his duly
authorized agent fails to attend, the levels shall be taken in his absence and such levels and
longitudinal sections and cross sections based thereon shall be final and binding on the
Contractors. The levels shall be taken on such alignments and cross sections as shall be
useful for reference permanently and shall be in harmony with the mode of the
measurements for payments as described under specifications. The point locations for the
levels shall depend upon the raggedness of the area and shall also be at least in conformity
with the requirements of specifications.

CONTRACTOR NO. OF CORRECTION SDE EE 262


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
CEMENT AND STEEL

No material shall be issued by the Corporation on schedule “A”. The Contractor is responsible
for all materials including cement, steel, explosives, pipes, etc

CEMENT

a. Only 43 grade OPC Cement shall be used for this work unless otherwise specified by Engineer-in-
Charge. The cement shall conform to I.S.-8112-1989.

b. The use of admixtures and agents shall be made as per instructions of the Engineer-in-charge. The
cost of cartage/storing/handling/batching/mixing shall be borne by the Contractor and shall be
included by them in prices tendered for concrete.

STEEL

The T.M.T. shall confirm to I.S. 1786-1985 and M.S .steel shall confirm to I.S. 432 (Part-I)
1982 both I.S. as amended from time to time.

ROYALTIES

The Contractor shall arrange for the materials from approved quarries. It is necessary for the
Contractor to obtain permission for Revenue authorities for other relevant authorities before
removing the materials, pay royalties etc.

ADVANCE ON CONSTRUCTION MATERIALS.

Advance against the procurement of material shall not be done.

PAYMENT

The payment shall be done as per payment schedule as given in Volume – II and based

on measurement of work done based on approved Estimate of Work.

NO INTEREST ON MONEY DUE TO THE CONTRACTOR

No omission, by the Engineer-in-charge, to pay the amount due upon measurements or


otherwise shall vitiate or make void, the contract, nor shall Contractor be entitled to get
interest on any guarantee bond or payment in arrears nor on any balance which may, on the
final settlement of his account be found due to him.

Note-Temporary Land acquisition required for distribution network and for other
work if any shall be the responsibility of Contractor/Contractor. Contractor shall
make necessary liaison with Revenue and other Department for completion of the
work within work chart given for physical completion of the work. Contractor shall
quote his price inclusive of all costs required for the same.

MEASUREMENT OF WORK

The measurements for the work shall be taken by Contractor’s authorized Engineer in the
presence of Engineer-in-charge or his authorized representative and recorded in the
authorized books. The Contractor shall obtain the signature of Engineer-in-charge or his
authorized representative on such recorded measurements in token of acceptance. If the
Contractor fails to take such measurements then the Engineer-in-charge shall cause to
record the measurements which shall be final and bindings on the Contractor. This Para is
applicable to all items.

CONTRACTOR NO. OF CORRECTION SDE EE 263


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

CONDITIONS RELATING TO INSURANCE OF CONTRACT WORK :

The Contractor shall take out necessary Insurance Policy / Policies (viz. Contractor’s All risks
Insurance Policy, Erection all risks insurance policy etc. as decided by the Directorate of
Insurance) so as to provide adequate insurance cover for execution of the awarded contract
work for total contract value and complete contract period COMPULSORILY from the
“Directorate of Insurance, Maharashtra State, Mumbai” only. Its postal address for
correspondence is "264, MHADA, First floor, Opp. Kalanagar, Bandra (East), Mumbai -
400051." (Telephone No.022- 26590403 / 26590690 and Fax No.022-26592461 / 26590403)
Similarly, all workmen appointed to complete the contract work are required to insure under
workmen’s compensation Act. Executive Engineer shall recover Insurance policy/ premium @
the rate of 1 % of contract cost if insurance policy from Directorate of Insurance Maharashtra
State Mumbai is Not taken. Insurance Policy / Policies taken out from any other company will
Not be accepted. If any contractor has Not taken out the insurance policy from the “Directorate
of Insurance,Maharashtra State, Mumbai” or has effected insurance with any other
Insurance Company, the same will Not be accepted and 1% of the contract amount or such
amount of premium calculated by the Government Insurance Fund will be recovered
directly from the amount payable to the Contractor for the executed contract work and paid
to the Directorate of Insurance Fund, Maharashtra State, Mumbai. The Director of
Insurance reserves the right to distribute the risks of insurance among the other insurers.
The contactor shall renew the insurance policy for the extended period of the contract. The
contractor shall also takeout additional insurance policy for the increased contract cost if
any. The contractor has to make insurance of work as per Govt. Marathi letter dated 1/7/06.
The payment of instalment made by the contractor towards this insurance will be
reimbursed separately to the contractor by the Engineer-in-charge after verification of
original receipt produced by the contractors per special condition No -50 of Contract.

If the contractor failed to submit the insurance policy as above within one month from the date
of work order or before payment of first R.A. Bill whichever is earlier, the executive engineer
shall recover the charge on account of insurance at the rate of 1% of the contract which will
not be refunded to the contractor.

INSURANCE CHARGES:

Additional Conditions regarding payment of insurance Charges as


A. Insurance charges are to be paid by the contractor to the “Director of Insurance Maharashtra State,
Mumbai”
B. If insurance policy taken out by contractor from government insurance fund Mumbai and submitted
within the period specified in clause 56, Insurance amount will be released to contractor as per
conditions mentioned below.

I. The contractor shall submit proof of Insurance Policies to the Engineer-In- Charge.
II. After verification of record submitted by the Contractor, the total amount that can be released shall
be limited to the actual payment made as mentioned in condition(a).
III. If the actual insurance charges claimed are less than the provision made in the tender, the amount
shall be paid as per actual.

LABOUR WELFARE FUND

SCOPE OF ITEM:

The item deals with the payment of labour Welfare cess as per the relevant provision of prevailing
law of central Govt. and guide lines laid by the Govt. of Maharashtra towards labour engaged in the
construction of several of work. A sum at the rate of 1% or at the prevailing rate as decided by the
Govt. shall be deducted from the bills of the contractor till the completion of the contract work.

CONTRACTOR NO. OF CORRECTION SDE EE 264


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
ROYALTY CHARGES FOR MATERIAL:

The royalty charges are to be paid by the Contractor to the Revenue authorities. This is the
prime responsibility of Contractor as per Tender CI. No.36, General Conditions Of Contract -Section-
III

Amount as stated in clause 36 of the contract shall be withheld by Corporation for the purpose of
payment towards royalty charges. This amount shall be released to the contractor subject to the
following conditions.

a. Contractor shall submit proof, only in the form of certificate from the mining-office,
under Dist. Collector, Revenue Department, of Government of Maharashtra of the payment of the
royalty charges to the concerned Revenue Authorities acceptable to the Engineer-in-charge.

b. The total amount that can be released shall be limited to the actual payment made as
mentioned in the condition (a).

c. If the actual royalty charges are less than the amount withheld, remaining amount shall
be released by the Corporation.

d. If the actual royalty charges are more than the amount withheld, the contractor shall pay
the excess amount to the concerned Revenue Authority without any burden on the Corporation.

e. The contractor shall indemnify Corporation towards payment of the royalty charges.

MODERN TECHNOLOGY

The Contractor should adopt the latest/modern methodologies and State of Art Techniques

in the investigation, design of piped Distribution Networks, structures, etc. and also

construction, measuring devices, operation and maintenance, monitoring mechanism using

computers.

SPECIFICATION FOR ITEMS WHICH ARE NOT COVERED UNDER VOLUME-III

This is an EPC contract. Specifications for item which are not covered under

Volume –III, relevant Indian/International standard specification shall be

applicable.

CONTRACTOR NO. OF CORRECTION SDE EE 265


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

List of Item whose Specification shall be supplied by the contractor and approved from
competent Authority for Pipe Distribution Network.
Sr.
No.
Item of work Unit
Providing and Supplying of Online Automatic screen Filter with self cleaning
mechanism of 200 micron suitable for ....... LPS along with isolation butterfly valve and
1 manifold etc. completed (Primary Filter Specification) Maximum Flow Rate: ....... LPS No
Filtration Degree : 200 Micron Self Cleaning Mechanism: Activated by Differential
Pressure in the System
Providing & supplying plastic ball valve including cost of necessary accessories etc.
2 No
Complete. Plastic ball valve …... mm pressure 5 bar required for each outlet.
Providing and Supplying of Online Hydraulically operated Automatic screen Filter with
3 self cleaning mechanism of 130 micron suitable for ....... LPS along with isolation No
butterfly valve and manifold etc. completed.

DMS-(For Chak) Providing and Supplying of Distribution Management System which


should be able to Control ,Measure, Monitor the flow of ....... LPS from Remote
without Electric Energy and with Wireless Communication. OMS System which should
4 No
be able to control the flow as per demand to facilitate Uniform Distribution of Water to
the Outlets irrespective of its location, elevation and distance from the water source.
System Complete with Enclosure Cabinet having Vandalized Alert.

OMS-(In Chak) Providing and Supplying of Outlet Management System which should
be able to Deliver the flow of ....... LPS. The System should be able to do the Remote
5 No
On/Off without Electric Energy and with Wireless Communication. System Complete
with Enclosure Cabinet having Vandalized Alert. (18 On/Off Valve)

Providing and Supplying of Air Management System (AMS) having Tamper proof
Enclosure System with Vandalized Alert and Burst Monitoring by pressure monitoring
6 No
at suitable Air Valve locations. System should be able to work without External Electric
Energy and with Wireless Communication

Providing and Supplying Automaton System for Pumping station (HSCADA) to enable
to operate the pumps as per Level , Demand etc. complete. The System Should be
7 Job
enable to Synchronize with Distribution Network Automation and it should be able to
generate reports ,given alarm etc. complete.

Preparation of Digitized command map of various WUA in showing its jurisdiction, as


per instruction of Engineer in charge and as required as per MMISF act 2005 and rules
there of provided all details such as alignment of canal chak wise detail, location of
8 irrigation, drainage structure and flow measuring device, details of acquired land, Ha
demarkation of head, middle and tail parts of WUA, minor irrgation structure like
K.T.weir village tank and percolation tank and all other relevant details are provided by
department. (Assuming 200 To 400 ha CCA of each WUA)
To prepare and publish benficiaries/ voter's list including collection of the data from the
competent authority of the department, checking it from the latest land records (the
individual land holding and its title) and give publicity to the same at gram panchayat
9 Ha
by public display and mouth publicity etc. complete as instructed by engineer-in-charge
and required as per MMISF act 2005 and rule their of (Assuming 200 To 400 ha CCA
of each WUA).
To conduct election of WUA including providing materials like ballot papers, election
forms, ballot boxes etc. and making various arrangement for election like providing
10 vehicles, election booth etc. complete as instructed by Engineer-in-charge and required Ha
as per MMISF act 2005 and rules thereof (Assuming 200 To 400 ha CCA of each
WUA).

CONTRACTOR NO. OF CORRECTION SDE EE 266


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

To arrange, conduct Meeting and provide training to all beneficiaries of


WUA's/Managing Committes members of WUA's as per instructions of Engineer-in-
charge and as required as per MMISF Act 2005 rules thereof to arrange, conduct
meeting and provide training to all benficiaries of WUA / managing committee
members of WUA by obtaining all relevant technical, socio-economic details of WUA
from Department, educated and assist WUA in arrangement of associations, affairs like,
maintenance of necessary register and book of account MMISF act 2005, maintaining
timely records, conduct general body meetings and management committe meeting,
11 including preparing agenda and recording proceeding, motivate participation of woman,
marginal farmers and weaker section in every activity help receiving and distributing
water as per entitlement, help in preparation and implementation of maintenance plan
with technical support of competent authority to help constiture sub committes as
requied by MMISF rules to facilitate capacity building and promote formation, effective
functioning and fostering of WUA to enable them to discharge their roles and
responsibilty as invesaged in MMISF act 2005 and rules thereof etc complete as per
detail specification (Assuming 200 to 400 ha CCA of each WUA and 500 numbers of
beneficaries)
A) Meeting to be conducted Before Formation of WUA Meeting
B) Under take training and capacity buildingAfter Formation of WUA Meeting

Complete five years operation and maintenance of entire Jigoan Lift Irrigation Scheme
including all type of repairs in entire scheme including field and pump house
components, all type of daily operations required for successful commissioning of entire
12 scheme, all types of routine inspections, agronomist services, SCADA operation and Month
maintenance, security services, vehicles, office administration and accounts, store, and
all other components required for successful running of scheme all as per scope of work
including materials, personnel's, spares and all as directed by Engineer-in-Charge.

CONTRACTOR NO. OF CORRECTION SDE EE 267


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

SECTION- II

SURVEY WORK

CONTRACTOR NO. OF CORRECTION SDE EE 268


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

SECTION-II

TECHNICAL SPECIFICATIONS FOR SURVEY WORK


1.0 Scope of Work and Specifications

The detailed scope of survey work is given in Volume 1 & 2. In addition, survey work shall
be done with advanced equipments and all survey work shall be GIS based (Geo reference).

The entire survey work shall be done as per relevant Indian standard codes, IRC publications
and various guidelines, norms, specifications, manuals and standard handbooks & practices
of WRD Maharashtra, CWC, PWD Maharashtra, etc.

1.1 Topographical Surveys

The Contractor shall carry out the Topographical Survey in the command area for
preparation of contour plan, locating all topographical features like river/streams, villages,
road, railway line, important monuments, forest boundary, contours and administrative
boundaries, if any, etc.

The Contractor shall carry out the Bench Mark (Preferably GTS bench mark approved by
Engineer-in-charge) from Shegaon Railway Station to the specified location (At proposed
pump house location and various locations in command) of the survey area by double tertiary
(D.T.) levelling using two auto levels/Total station, establishing and construction of
Permanent bench mark/TBMs and reference pillars in the field.

Clearing Site & Disposal of stuff Removed

The item pertains to the provision of site clearing including cutting small shrubs, vegetation,
bushes and clearing stumps and molehills during the survey work.

The land width required for component of pump house & its subcomponent, all pipeline
distribution network, various crossings and other components of entire scheme, etc., shall be
cleared for all trees having a girth of 30 cm. and less brushwood. Vegetation, bushes, stumps and
other objectionable material. The roots of trees shall be removed to a depth of 30 cm. Below the
surface of the foundation land and side slopes and the excavation filled up with excavated
material in 15 cm to 20 layers and the compacted. Brushwood, vegetation, bushes, stumps, etc.
shall be cut flush with the ground. All the material cleared shall be the property of
corporation(VIDC). Useful material shall be arranged in convenient stacks as directed at
convenient place of disposal and handed over to the Corporation for disposal. Unsuitable material
shall be burned or otherwise disposed off by the contractor at his own cost as directed by the
Engineer-in-charge without causing any nuisance, inconvenience or damage to the property of
the people in neighborhood in all cases, the material shall be disposed off in a neat
manner.All necessary labour, materials and use of tools for carrying out the item shall be
arranged by the contractor.

Payment for this item shall be per Hacter of area & shall be paid after completion of survey
and based on approved estimate.

Command area survey: Grid survey by using total station to cover an area of about 10609
ha CCA (As per Index map). The size of grid shall be 15 m or less. The base line shall be
by double tertiary levelling using two auto levels. This is including transfer of entire data to
computer system in different geo referential layer/themes using features of standard plotting
software compatible with canal irrigation system design software packages including contour
plotting at 0.20m interval. The command area contour plan shall be in the scale of 1:1000
(H) with contour interval of 0.20 m. The sets of map should have sufficient overlap to enable
simultaneous study of area covered in two or more maps. An additional map to take scale of
1:5000 or as informed by the Executive Engineer would also be supplied indicating all the
CONTRACTOR NO. OF CORRECTION SDE EE 269
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
area and also the contours at suitable intervals, as informed by the Executive Engineer,
herein after called the survey map for work. This map should also be prepared with a contour
interval of 0.20 m.

Preparation Of Digital Map

Preparation of digitized command map of various WUA'S in the command showing its
jurisdiction as per instructions of Engineer-in-Charge and as required as per MMISF Act,
2005 and rules there of provided. All Details such as Alignment of pipe distribution network,
chakwise/subchakwise details, detail location of irrigation & drainage structure and flow
measuring devices details of acquired land demarcation of Head Middle and tail parts of
WUA'S, Minor Irrigation structures and all others relevant details are provided by
department.(Assuming 400 ha CCA on an average for each WUA).

Construction Of Permanent Bench Mark (PBM): The required number of PBM of size as
per drawing given by the department with following details of construction-

Details of Construction of PBM


1. Carry out excavation in any type of strata / soil for PCC Bench Mark & Reference pillar.

2. PCC Bench Mark.


• Use C.C 1:4:8 & 1:2:4 as shown in drawing aviliable with Engineer-in-Charge.

• M.S. Plate of size 200 X 200 & 6 mm thickness of approved quality shall be used.

▪ Marking of P.B.M. value on steel plate as per instruction of Eng-in-charge.

• 4 Nos of 16 mm dia Anchor Bolt welded to MS Plate shall be used (As shown in Drawing)

• Good quality dresed stone of size 300 X 300 X 600 mm approved by Eng-in charge shall be
used.

This should be located preferably at one corner of the field, which shall not hamper the
agriculture operations or as instructed by the Engineer-in-Charge. The level of PBM shall be
established on top of pillar. Adequate care shall be taken by the Contractor for curing the
concrete laid for the PBMs. Payment shall be made as per approved estimate.

Note: - Latitude and longitude values of each PBM & TBM shall be submitted to
department in register after or during survey work for future references.

Construction of Temporary Bench Mark (TBM):

RCC precast block of size 900 x 175 x 100 mm shall be used as TBM. The required number
of TBM shall be establish in entire command area of Jigaon Lift Irrigation from established
PBM required for execution of work. The numbers of TBM shall be decide by Engineer-In-
Charge.

Details of RCC Precast Block

• Excavation & necessary refilling as per specification given & instruction by Eng-in – charge.
• Use of PCC 1:4:8 for fixing of RCC Pecast Pillor (size-600 x 450 x 450 mm)

• RCC Precast stone of size 900 x 175 x 100 mm in CC 1:2:4 with reinforecement 0.75 kg /
each Block and as per instruction of by Eng-in-charge shall be used .
• Rates inclusive of necessary paintings of B.M value and other Details.

CONTRACTOR NO. OF CORRECTION SDE EE 270


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
Excavation for Trial Pits

I. This includes Excavation in any type of soil, sand, murum for taking Trial Pits on final
alignment or in command area and canal/pipe network at specified interval and in Nalla
bed of size 2.00 X 2.00 X 2.50 mtr. In length , breadth and depth respectively or size as
may be directed by Engineer-in-Charge including backfilling of trial pits etc., complete.

II. The item include furnishing of all tools, plant, labour and material required for carrying
out excavation in all strata including conveyance and disposal in a manner hereinafter
specified and all operations within the intent and purpose of the time.
III. The item of excavation for other purpose shall include furnishing of all tools, plant and
material required for carrying our excavation in different strata for the various parts as
noted in the drawings, and removing and disposal in manner hereafter specified with
leads and lifts, maintaining the excavated slopes and trenches and all operations covered
within the intent and purpose of the item. The excavation in dry and moist conditions is
also covered.
1. Classification of Strata

The classification of the strata shall be made by the Engineer-in-charge on the basis of
average of the strata exposed on the sides of cutting.

Providing necessary surveying instruments and all other tools and materials, labour and qualified
surveyors, scaffoldings, necessary transport, supervision by competent Engineer

2.
Surveyors, full insurance and all other incidental items as may be necessary for successful
completion of the surveying and mapping work shall be the responsibility of the Contractor.

Survey Work for Building Portion

Necessary survey work shall be done for building work with help of Total station as per
standard practice of PWD Maharashtra. Necessary drawings and Cross sections, levelling
maps shall be submitted to the department in required number.

Agricultural/Soil Survey

Agricultural survey & soil survey for entire command shall be done as per relevant WRD
Maharashtra / WALMI norms and report of the same shall be submitted to Superintending
Engineer, Buldana Irrigation Project Circle, Buldana and approved from Chief Engineer
WRD Amravati.

Investigation & Foundation Exploration

Taking required number of trial bore as per relevant code of practice for detailed
investigation with NX diamond drill double tube in all sorts of soil like soft murum, hard
murum and boulders including all materials such as casing pipes, accessories, grease, steel
balsams and other such materials and or as required including conveying such materials and
machinery to site of works, preserving the loose samples in glass/plastic jar and core samples
serially numbered at site of work and conveying the same to the head quarter of concerned
office as directed and submission of detailed bore log sheets.(As directed by the Engineer in
charge) and Providing core boxes of Plastic core boxes/Galvanised steel boxes/Corrugated
plastic core boxes (normal) of size 1.50 x 0.35 x 0.10m for preserving core samples with all
fixtures and fastening, painting, handles, locking arrangement including material and labour etc.
complete. In addition to above, Carrying out water intake test / permeability test at any stage or
depth as may be directed by Engineer In charge by filling the bore hole with water or air at
specific pressure of specified limit as and where directed etc. complete.

CONTRACTOR NO. OF CORRECTION SDE EE 271


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
Necessary soil investigation shall be getting done from consultant based on exploration data,
and getting it approved from Chief Engineer WRD Amravati.

The Contractor shall furnish all field data & drawings in soft copy (on Hard Disk) in ASCII
and Auto CAD format apart from hard copies.

The enclosed index map indicates the tentative locations of the proposed pump house location,
water lifting point & Reservoir, power houses and command area to be surveyed. These
locations/areas indicated in the index map are subject to change as may be necessary during-
actual execution of the work. The work shall be carried out as per the instructions of the
Engineer-in-charge.

The Contractor must visit the area prior to submitting his tender, to acquaint himself fully with
the nature, type and scope of work involved therein. The rates quoted shall remain firm during
entire period of execution and till completion of the work and any additional claim for lack of
knowledge shall not be entertained.

The work shall be executed according to the specifications and good standard of practice
necessary to fulfil the objective of the survey work, strictly in accordance with the instructions
and satisfaction of the Engineer-in-Charge.

The specifications shall be read in conjunction with the scope of work given in volume 1

3. For any discrepancy, which may exist, decision of the Engineer-in-charge to clarify the
point shall be final and binding on the Contractor.

1.1.1 Setting up of Temporary Bench Marks

1. The Engineer-in-Charge shall furnish the details of GTS/Permanent bench marks to


the Contractor at the initial point and also at important road/river crossings. With this as
datum, additional network of temporary bench marks (TBMs) shall have to be established
by the Contractor as per the instruction of Engineer-in-Charge. The temporary bench marks
shall be fixed with reference to the standard Bench Mark (PBM) established. The
representative of the corporation not below the rank of Junior Engineer shall remain present
while establishing the temporary bench marks.

2. Engineer-in-Charge may check the levels independently along with Contractor’s


representative. Labour, equipment etc., if so required for checking the levels by Engineer-in-
Charge shall be provided by the Contractor at his cost. Closing error in levelling should be
limited to 12 √L in mm, where L is the length of the route in km. If the variation in
level exceeds the limit, the entire survey needs to be redone.

3. Engineer-in-Charge may check independently along with Contractor’s


representative, the establishment of TBM/RCC centre line pillar in respect to its value,
location entered in field book and specification as per drawing. If the same is not found as
per record & drawing, the entire exercise is required to be redone by the Contractor. Labour,
equipments, if so required for checking by Engineer-in-Charge shall be provided by the
Contractor at his cost.

1.1.2 Topographical survey and mapping

1. Positions, both in plan and elevation, of all natural and artificial features of the area like
waterways, railway tracks, cultivation, villages, fences, pucca and kaccha roads including
culverts and crossings, foot tracks, other permanent objects like telephone posts and
transmission towers etc. are to be established and subsequently shown on survey maps by
means of conventional symbols (preferably, symbols of Survey of India Maps). All the hills
and valleys within the area/areas are to be surveyed and plotted on maps by contours.
Necessary levelling work of the entire area/areas, to be surveyed and plotted on maps by
establishing horizontal location so that location and plotting of contours for the area/areas
CONTRACTOR NO. OF CORRECTION SDE EE 272
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
can be done at 0.20 m interval and in the scale of 1:1000 H on maps. Method of survey,
contour intervals, etc. shall be decided by Engineer-in-Charge on site in case of steep slopes,
dense jungle, etc. where grid formation may not be possible. Any unusual condition or
formations on the ground, locations of rock outcrops (if visible on the surface) and spring /
falls, possible aggregate deposits etc. shall also be noted and plotted on the maps.

2. The survey work shall be done with “Total Station Equipment” in the following steps:
a. Establishing horizontal and vertical controls and locating reference grids and bench
mark in the area.
b. Surveying for establishing spot levels and plotting contours at 0.20 m in Contour
interval.
c. Surveying for locating the natural and manmade details as described earlier.

d. Transfer of GTS bench marks and double tertiary levelling shall be done through two
auto levels/Total stations and surveyors.

The grids for the survey work shall be established in N-S & E-W direction (Corresponding
to magnetic north) or as directed by the Engineer-in-charge.

1.1.2Traversing

1. Triangulation or traversing or a combination of the two methods shall be adopted for the
purpose of establishing horizontal control and in order to determine the exact relationship
between various existing points on ground so that surveys required under the present scope
of work and in future may be co-related and tied together.

2. Total station instruments should be deployed to achieve the specified accuracy of the work.
Proper precautions for avoiding graduation errors and other instrumental and personal errors
should be scrupulously observed.

3. From main traverse/triangulation station, subsidiary station shall be established at suitable


intervals to cover the entire area. Levels of these stations shall be based on the Bench Mark
established in the survey area. Occupying the main & subsidiary stations, all major details
shall be surveyed by Total Station instrument.

4. The closing error in traverse shall not exceed one in twenty five thousand (1: 25000) in terms of
length or L√N seconds total in angular measurement, whichever is less (where L is the least
count of the instrument and N is the number of stations). If the variation exceeds the limits,
the entire traversing needs to be redone. Engineer-in-Charge may check the traversing
independently along with Contractor’s representative. Labour, equipment etc., if so required
for verification in traverse by Engineer-in-Charge shall be provided by the Contractor at his
cost.

1.1.4 Contour Plotting

1. Contractor shall carry out spot level surveying at an interval of 15 metres or less grid
interval for plotting contour of the area. Levels shall also be taken on all traverse stations and
on salient points located at random over the area (ground points). Contours are to be plotted
at 0.20 m interval for command area after the above points are depicted on maps.
The contours shall not be just interpolated but properly surveyed on the ground so that
features falling between the two successive levels are also picked up. Sufficient points
properly distributed over the entire area shall be located and levels taken so that accurate
plotting of contour can be done at places of sharp curvature or abrupt change in direction
and elevation. Points selected shall be close to each other.

2. Transfer of levels shall always start from Main/Subsidiary stations whose levels are based
on GTS bench mark available in the nearby area to be surveyed.

CONTRACTOR NO. OF CORRECTION SDE EE 273


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
3. Any other levels of existing bench marks, which are supplied to the Contractor by the
VIDC shall be checked by the Contractor with reference to the GTS BMs and if any
discrepancy is observed, the same shall be immediately brought to the notice of Engineer-
in–Charge. His decision in this regard should be obtained in writing.

1.1.5 Latitude and Longitude

The Contractor shall tie up the survey grid of areas surveyed with latitudes and longitudes.

1.1.6 Preparation & submission of survey maps

1. The Contractor shall submit contour plan for command area in the scale of 1:1000 H scale
with 0.20 m contour interval; demarcating all permanent features like roads, railways,
waterways, buildings, power lines, natural streams, villages, monuments, Culturable area,
forest boundary, administrative boundaries etc. Each area should have three original
plotting’s: one showing spot levels and contours ; one showing only contour lines; and one
showing contour lines and permanent features. All the three drawings/maps must have the
latitudes and longitudes and legend in similar manner as per S.O.I top sheets.

2. The Contractor shall also submit one set each of maps / drawings for the entire area
covering: (i) details as indicated in Para – I above; and map indicating land classification as
mentioned in Para-III of Clause 1.1.7.

3. The Mauza and Khasra map of the command area shall be collected by the Contractor
from the local revenue authorities after ascertaining the availability of the same with
corporation and survey grids need to be superimposed on the maps. The scale of this map
should be the same as that for the Mauza/Khasra map or as directed by Engineer -in-Charge.

4. Water User Association wised command map as described above 1.1 shall be prepared.

5. All the maps and drawings should be prepared in digitized forms having adequate
separate layers for features using standard computer software like Auto CAD (latest version)
on standard A-0 and A-3 size. The title block/legend of all the drawings/maps should be as
per standard format and as per the instructions of Engineer-in-charge.

6. The Contractor shall submit two copies of all the maps for review and approval of the
Chief Engineer, Amravati. After approval, 10 (ten) prints of all the final maps along with a set of
the originals on good quality paper shall be submitted along with soft copy in Hard Disks. Copies
of the maps shall be submitted in proper flappers and original polyester base drawings should be
handed over in proper card board covers indicating index of drawings.

1.1.7 Submission of field data and report

1. Contractor shall submit all data pertaining to the survey having financial value in original
in soft (Hard Disks) and hard copy to the Engineer-in-charge, which is supposed to be entered in
measurement book or level field book.
2. All field data shall be submitted to Engineer-in-Charge from time to time as per progress
of the work.

3. The agricultural survey shall give details about the various types of land e.g. cultivated,
private land, Abadi land, Govt. reclassified land, forest land, Gram panchayat land etc. falling
within the area surveyed. Ten copies of the map in 1:1000 scale indicating land classifications
shall be submitted.

4. Required number of copies of the draft report shall be submitted on completion of the field
work to the Engineer-in-charge for review and approval of the Superintending Engineer and
above. The report should contain the introduction of the site, methodology adopted for surveying
the areas, calculation of errors, transfer of Bench Mark, calculation for connecting the areas with
CONTRACTOR NO. OF CORRECTION SDE EE 274
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
latitudes and longitudes, the agriculture survey details, Trial pit exploration & strata
classifications and any other calculation required for surveying and preparation of the survey
maps and data required for design purpose of entire scheme components.

5. Ten copies of the final report on the survey of the above works along with soft copy in
DVD/CD should be submitted after incorporating all the suggestions/observations given by the
Engineer-in-Charge on draft report. The final report should be printed on good quality paper &
bound properly in the presentable form.
1.1.8 Inspection

The Contractor shall make all arrangements of men, material and transport at the work site for
checking of the work to the satisfaction of Engineer-in-charge during the progress and on successful
completion of the work. The Contractor shall intimate the completion of work within ten days, before
final decamping from work site, so that final work can be inspected by the Superintending
Engineer/Higher Authorities. This shall form a part of acceptance of the work for release of final
payments.

1.2 Deployment of Resources

1.2.1 For the scope of work under the contract, as detailed in the specifications above the
Contractor shall mobilize adequate instruments so as to complete the work as per schedule.
The Contractor should submit the details of the instruments to be deployed which shall be
subject to the approval of the Engineer-in-Charge.

NOTE: Matching to the instruments to be deployed, accessories like stands, staffs, ranging
rods, umbrella, crow bar, steel tapes, stationery etc. should also be made available at site by
the Contractor.
Additional instruments, if required, shall be mobilized to adhere to the work schedule and as
per the direction of Engineer-in-charge at no extra cost.

1.2.2 The work at site shall be carried out under the full time supervision of a qualified
Engineer/Surveyor. The Engineer shall be responsible for and capable of coordinating the
work of the surveying teams, setting out the work accurately and identifying immediately
and positively the type of instruments to be deployed and change in the methodology of
surveying to achieve speed and accuracy in the work, and shall be fully conversant with the
theory and techniques of the traversing, triangulation, spot levelling survey work covered by
this contract.

1.2.3 For proper and continuous supervision of the work under the agreement, the Contractor
shall engage and mobilize the necessary contingent of qualified and experienced manpower
at site. The Contractor before start of work should submit the details regarding qualification,
experience etc. of the manpower to be deployed which shall be subject to the approval of the
Engineer-in-Charge.

1.2.4 The details of the actual staff shall be as per the requirement of the work.

1.3 Progress report

1.3.1 The Contractor shall prepare and submit without fail to the Engineer-in-charge
progress report in three copies every fortnight indicating status of setting out of the grids,
total area surveyed, TBM/BM pillars constructed, Trial Pits Taken, methodology adopted
for surveying and instruments deployed including staff working on the site, reasons for lag,
planning to make it up and difficulties encountered during execution of the work, if any, etc.

1.3.2 The submission of such reports and review thereof by Engineer-in-Charge shall not be
deemed to absolve the Contractor of his responsibility of timely completion of the
assignment as per the time schedule indicated.

CONTRACTOR NO. OF CORRECTION SDE EE 275


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
1.4 Additions & Modifications

If circumstances arise for additions/ modifications in the topographical survey work, the
Engineer-in-Charge shall intimate the additions/modifications to the Contractor. These
additions / modifications shall have to be taken into account in all works undertaken under
the contract after they are intimated.

Being EPC Contract, any other survey required for execution & commissioning of
Jigaon Lift Irrigation Scheme No.7 successfully shall be the contractor’s responsibility
without any extra cost.

1.5 Work Ownership


The ownership/ copyright of all maps/ drawings/ field data and computations, report, any
other documents concerning the study shall rest with the corporation. The Contractor may
keep a copy of the report of the study but shall not use the contents thereof for any purpose
without the prior written consent of Engineer-in-Charge.
1.6 Basis of Measurement & Payment

Measurement of all type survey work shall be based on approved estimate. Standard
measurement practices/ methodologies of work measurement which are used in VIDC,
shall be used for measurement.

Payment for Survey and soil investigation work shall be done as per Schedule of
Payment of Volume-2.Interim payments shall be done based on actual measurements
based on approved estimate and limited to percentage of bid amount as per volume 2 of
bid document.

1.7 Schedule of payment

Payment shall be made according to the Payment schedule as per given in volume 2 and
subjected to following schedule.
S. Particulars Payments
No.
a On completion of field survey, soil exploration 40 % of the value of command
& investigation, collection of all necessary data area survey ( i.e. 40% of
from various department, statutory clearances Percentage of Bid Amount of
and other approval/ permission proposals and this component given in the
submission of Draft output maps in desired Payment schedule as per given
format for approval in volume 2)
b On submission of all field data collected / 40 % of the value of command
generated during the field survey and final out area survey (Same as above)
put maps duly incorporating the observation of
Engineer-in-Charge in hard copy (10 copies)
and soft format in DVD & Pen drive and after
design of all components and submitting
proposal for vetting of all components of entire
scheme.
c Release of balance amount after vetting and 20 % of the value of command
final approval of design work. area survey (Same as above)

CONTRACTOR NO. OF CORRECTION SDE EE 276


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
Note:-

4. Being EPC contract, all other survey required for successful completion of
scheme shall be done by contractor as per instruction of Engineer-in-Charge/
Competent authority. No extra payment shall be done to the contractor for the same.

5. Details of survey Instruments including their makes & Nos, software packages
used for surveying, drafting etc. shall be submitted to Engineer-in-Charge before
starting of Survey work.

6. In addition to above field survey data, contractor has to use necessary approved
satellite data/images, modern survey analysis and design software packages for scheme
shall be used. No extra payment shall be done to the contractor for the same.

CONTRACTOR NO. OF CORRECTION SDE EE 277


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

SECTION- III

DESIGN & VETTING

CONTRACTOR NO. OF CORRECTION SDE EE 278


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

SECTION- III : DESIGN & VETTING

1. SPECIFICATION FOR DESIGN OF JIGAON LIFT IRRIGATION SCHEME

Scope-

Detailed scope of work and design requirements, finalised parameters for scheme are given
in detailed scope of work. Criteria of design and general guidelines for design are given in
General specification. Project Design criteria and conditions related to design of project
given in Volume-I should be strictly followed as per Indian Standards during design &
getting approved from competent authority.

Design and drawings of Various Civil, Mechanical, Electrical, Architectural, structural


components of lift irrigation schemes from reputed design consultancy consist of Approach
channel, fore bay, pump house components, surge tanks, entire Rising main, pipe distribution
network required for 14,477 ha. CCA, all inline structure required, all connected components
required for commissioning of entire scheme, all building structures as per Indian/
International standards and various Indian codes and as per standard practices and all as
directed by Engineer-in-Charge complete.

The Contractor's Scope of Services shall include the following activities other than
activities mentioned in detailed scope of design work-

1 Review and Assessment of Data Requirement

1.1 Identification of survey and investigation requirement considered necessary for design,
execution, commissioning and operation of the project.

1.2 Review of technical and design Parameters for piped Distribution network, Electro-
mechanical and other underground pipe line works.

1.3 Preparation and submission of Reports on the above for the information to the
Engineer-in-Charge/competent Authority.

1.4 Preparation of work programmers for carrying out additional investigations and studies
for the information of the Engineer-in-Charge.

1.5 The contractor shall submit a review report after carrying out the above activities for
acceptance of the Engineer-in-Charge.

2. Additional/fresh investigations, Observations and Studies

2.1 Carrying out additional surveys, geo-technical investigations and laboratory tests,

analysis and studies including collection of other relevant data as necessary.

2.2 Evaluation of results of additional investigations, carrying out studies and analysis for
the design of the Project components.

2.3 Finalizations of conceptual plan based upon the Preliminary design/planning of the
Corporation, the works to be executed for pipe line Distribution System of the
scheme. The conceptual plan shall be on whole to the part principle.

2.4 Preparation and submission of Reports on point 2.1, 2.2 and 2.3 above for reference,
acceptance and record of the Engineer-in-Charge/ Competent authority.

CONTRACTOR NO. OF CORRECTION SDE EE 279


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
3. Detailed Design

1. Detailed design of Each Civil, Mechanical, Electrical, Instrumentation, PDN by using latest
software packages and by manual checking based on relevant Indian/ International code of
practice.

2. Pumping station and allied components shall be design as per CDO code of practice
including layout preparations.

3. Hydraulic design of underground Rising main shall be design with software Pipe 2000 with
latest revision or equivalent (Internationally Accepted) for all factors such as possible surge,
materials of pipes, maximum & Minimum velocity, pressure head, etc.

4. Maximum design period for all component shall not be more than 1 month including
preparation of drawings.

5. Proper care shall be taken for earthquake and other forces while design of RCC components
such as pump house, buildings, thrust block, etc.

6. Contractor shall made available all design data, software model & Analysis output results,
drawings, etc., to department in soft copy at the time of submission of drawings.

7. Proper Co-ordination of Engineer-in-Charge or his representative with design consultant


shall be the responsibility of Contractor.
4. Project Completion Report

4.1 Preparation of as-built drawings for pipe line Distribution System, its structures,
pumps, Gates/ valves& EM Parts of structures and a Detailed Project Completion
Report.

5. Supply of Drawings, Reports etc.

SL. PARTICULARS HARD SOFT REMARKS


COPIES Hard
NO. COPIES Disk
1. Drawings for 6 (six) sets 1 (One)
information
2. Drawings for 6 (six) sets 1 (One) One hard copy shall be returned
approval to the Contractor with approval
or comments.
3. Approved drawings 1+ 10 sets 1 (One) copy
in Hard
Disk
4. As-built document Shall be submitted in
accordance with Clause 143 of
Conditions of Contract.
5. Review Report/ 3 (Three) One hard copy shall be returned
Design Briefs/Design sets to the Contractor with approval
Memo/ Design or comments.
Reports (Draft)
6. Review Report/ 1 + 10 sets 1 (One) copy
in Hard
Design Briefs/Design Disk
Memo/ Design
Reports (Final)
7. Progress Reports 6 (Six) sets Hard Copy Also through e-mail to
(monthly) respective authority
CONTRACTOR NO. OF CORRECTION SDE EE 280
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
8. Final design 6 (six) sets 1 (One) copy
in Hard
computations Disk
9. Detailed Project 10 (Ten) 1 (One) copy
in Hard
Completion Report sets Disk

2. SPECIFICATION FOR DESIGN OF JIGAON LIFT IRRIGATION SCHEME NO. 13,14 & 15

Scope-

Complete Vetting of Design and drawings of Various Civil, Mechanical, Electrical,


Architectural, structural components of lift irrigation schemes received from design
consultant consist of Approach channel, fore bay, pump house components, surge tanks,
rising main, entire pipe distribution network required for 14,477 ha CCA, all inline structure
required, all connected components required for commissioning of entire scheme as per
Indian/ International standards and various Indian codes and as per standard practices.

Vetting
1. Vetting of all components designed for scheme shall be done from IIT/ CWPRS Pune /
NIT Nagpur/Raipur/CDO/other as directed and final approval by committee headed Chief
Engineer, WRD, Amravati.
1) Chief Engineer, WRD, Amravati – President
2) Chief Engineer, Civil- Member
3) Superintending Engineer, BIPC, Buldana- Member
3) Superintending Engineer, Mechanical - Member
4) Superintending Engineer, Electrical - Member
5) Executive Engineer, Jigaon Lift Irrigation Division, Khamgaon- Member Secretary

2. Vetting period shall not be more than 1 month.


3. Bidder shall quote his offer including Design and vetting charges.

3. Method of measurement & Payment

Measurement of Design and vetting shall be done as Job work and based on Drawings and
design reports and as directed by Engineer-in-Charge. Payment shall be done as per Payment
Schedule of Volume-II.

CONTRACTOR NO. OF CORRECTION SDE EE 281


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

SECTION- IV

BUILDING WORK, PUMP


HOUSE, FORE BAYS,
APPROCH CHANNEL

CONTRACTOR NO. OF CORRECTION SDE EE 282


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

SECTION – IV
BUILDING WORK, PUMP HOUSE, FORE BAYS, APPROCH CHANNEL

SCOPE :

The item shall include clearing site. Excavation to the designed section, removal of the
material, their sorting out as specified and their depositing either in spoil banks or on canal
banks in layers or other locations as specified includes all leads and lifts.

In addition to above, PWD Maharashtra Standard Specification-Volume II: Buildings-2012


Bd. A Excavation (Appropriate Item Specification) for Building portion is applicable as per
direction of Engineer-in-Charge.

1.1 CLEARING SITE

The site of construction shall be cleared of all grass vegetation, fencing, bushes, and trees as
directed by Engineer-in-charge. The material obtained from such clearance shall be the
property of the Corporation and shall be stacked as directed by the Engineer-in-charge, so as
not to cause obstruction to the work.

1.2 LINED OUT

1.2.1 All materials such as pegs, bamboo’s and strings and temples for marking out slopes,
and labour required for line out should be provided by the Contractor at his own cost. The
centreline of excavation shall be clearly marked by pegs or by stones at each chain or change
of direction or at shorter intervals on curves, in the beginning. The final line out shall be
done by fixing reference stone at suitable distances on either side of the centreline, beyond
the canal edges so that they are not disturbed the construction period. The position of these
stones shall be marked on the cross section.

1.2.2 For building line out, standard methodology shall be used.

1.2.3 No change in the sanctioned plan and designs is permissible without the written
permission of Engineer-in-charge.

1.2.4 Before starting the work, the Contractor shall have prepare & submit the signed field
books and plans showing the working longitudinal section and cross sections of the portions
of the alignment, that he has to tackle. If the Contractor fails to sign them within three days
of being called upon to do so, the levels and sections as recorded by Engineer-in-charge or
his Assistant shall be final and binding on the Contractor.

1.2.5 Contractor shall construct and maintained the quarry roads and temporary roads
required for conveying and transport of material at his cost.

1.2.6 For the points, which are not covered under these specifications, the instructions given
by the Engineer-in-charge shall be final and binding on the Contractor.

1.2.7 The material available from all excavation and remaining surplus after use on the
work from adjacent reaches, etc. can be used by the Contractor free of cost provided these
materials are used solely or the specific contract work and prior approval of the Engineer-
in-charge is taken.

CONTRACTOR NO. OF CORRECTION SDE EE 283


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
1.3 EXCAVATION

1.3.1 SCOPE OF WORK

Along the excavation and removal of excavated material and its disposal in a manner
herein after specified, the item of excavation shall also include.

I. Cleaning of site.

II. Setting out work, profiles etc. according to sanctioned plan, or as directed by the Engineer-
in-charge and setting up benchmarks and other reference marks.

III. Providing and subsequently removing shoring and strutting if and when necessary.

IV. Bailing and pumping out water including continuous pumping till completion of excavation.

V. Necessary protection including labour, material and equipment’s to ensure safety and
protection against risk or accident.

VI. Provide necessary facilities for inspection and measurements of work at any time to the
concerned Corporation officials.

VII. Compensation for injury to life and damage to property if any, during work, O&M shall be
the responsibility of contractor.

1.3.2 Approach channel shall be excavated as shown on the approved drawings and as
directed by the Engineer-in-charge. Both edges of the banks, specially the inner one shall be
neatly aligned symmetrically to the centerline of canal. They shall be absolutely straight
reaches and smoothly curved at bends.

1.3.3 Suitable arrangements for drainage shall be provided to take surface water clear of
excavation during the progress of work.

1.3.4 Excavation may be carried out by manual labour or by excavating machine.

1.3.5 EXCAVATION IN ROCK

Excavation in rock shall be such that all sharp points of rock are chipped off so as not to
extend into the canal profiles. Blasting in a manner which is likely to produce over breakage
which in the opinion of Engineer-in-charge is excessive or loosening of materials on bottom
and side slopes against which lining is to be placed.

1.3.6 The material excavated in a chain of 20/30 meters shall be stacked on either side of the
chain as specified on the drawing or as directed by the Engineer-in-charge.

1.3.7 The excavation shall be carried out according to the design with accurately graded bed fall and
side properly sloped as shown in the drawing and as directed by the Engineer-in-charge. The cross
section adopted in cutting is likely to change in side slopes according to the depth of different strata
during actual excavation. The Contractor therefore, should get clear instructions from Engineer-in-
charge, before commencing any cutting work.

No claims for any variations in quantity of excavation resulting from the deviation from the
instructions of the Engineer-in-charge would be accepted. To account for this, the central box
cutting with the canal bed width as its width have to be taken to canal bed level first, before the
side slopes are determined and attacked (except for deep cutting of more than 6 m. depth) In
portions where deep cutting of more than 6 m. is to be done, the mode of excavation to be
followed must be got approved from the Engineer-in-charge, before starting the work in such not

CONTRACTOR NO. OF CORRECTION SDE EE 284


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
be reaches and in any case, width of excavation to be tackled initially shall not be more than bed
width + depth.

The excavation should initially be carried out in steps. The steps should have such width the
depth that after they are cut, the required final side slopes is attained. Cutting of steps should be
done after bed level is reached and after monsoon. If cutting is in soft strata, cutting of steps
should be done just prior to preparing the side slopes for laying lining.

1.3.8 REMOVAL OF LOOSE ROCK Etc.

Before any work of excavation is taken up, all loose rock, semi-detached rock in/or close to the
areas to be excavated, that is liable to fail or otherwise endanger the workmen on the project
shall be stripped. The methods employed shall be such as shall not shatter or render unstable and
therefore unsafe any rock that was originally sound or safe. Any material not requiring removal
as contemplated herein, but which may later become loosened or unstable shall be promptly and
satisfactorily removed. The cost of such clearing shall be deemed to have included in the unit
rates accepted under the different items under excavation.

1.4 CLASSIFICATION

1.4.1 The classification of strata shall be as under

I. SOFT STRATA

This shall include all kinds of rock of shale, indurate clay, soil, silt sand and gravel soft
average and hard murum and any other materials which can best be removed with a shovel
after loosening with a pick and/or bar. It shall also include isolated boulders up to 0.1 cubic
meter each, which does not need blasting and could be removed with a pick/bar and shovel.

II. HARD STRATA

This shall include all rock occurring in masses in all types of geological formations, which
could best be removed by blasting, where such blasting is permissible. It shall also include
rock, which owing to the proximity of buildings/structures/electric lines public roads or for
any other reasons has to be cut by means of chisels or wedges. It shall also include boulders
in mass and isolated boulders over 0.1 cubic meter each which requires blasting or wedging
and breaking for easy removal, merely the use of explosive in excavation shall not be
considered a reason for classification in hard strata unless regular blasting is clearly
necessary in the opinion of the Engineer-in-charge. The hardness of strata or material to be
excavated, presence of different type of Geological constituents requiring increased drilling
efforts, consumption of explosives, labour and use of machinery shall not be considered as
reason for claim/increase in contract rates.

1.4.2 PAYMENT LINE (PAY LINES)

The minimum excavation line is the line within which no un-excavated portion of any kind
shall be allowed to remain i.e. a neat profile line for unlined and underside of the lining
proposed if any for works of canal and disnet.

Payment shall be made for the work done as per the pay lines prescribed in various strata and
side slopes as below.

1.4.2.1 FOR SIDES

a. In case of hard strata where side slopes up to 0.5:1 are provided minimum thickness
of 20 cm. Chip masonry in C.M. (1:8) shall be provided. Pay line for payments for
excavation and back fill shall be limited to 30 cm. Average. If any overcuts are more than
this limit, no payment for additional overcuts and backfill shall be paid for. In case,
excavation beyond minimum line of excavation (i.e. underside of lining) is in between 0
CONTRACTOR NO. OF CORRECTION SDE EE 285
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
to 10 cm. Payment for backfill with C.C. (1:3:6) proportion shall be limited to average 5
cm. For payment, and shall be executed monolithically with C.C. (1:3:6) side lining. In
case the excavation exceeds the above limit of average of 5 cm. The extra work involved
of backfill shall be carried out by the Contractor at his cost or he shall have option for
back filling the chip masonry of 20 cm. Minimum thicknesses at his own cost.

b. In case of canal excavation with side slopes 1:1 in hard strata, pay line of 15 cms.
Shall be permitted for payment of excavation and backfill with C.C. (1:6:12).

c. In case of canal excavation with side slopes 1:5:1 in hard strata pay line up to 15 cm.
Shall be permitted for payment of excavation. A part from the standards given above for the
pay lines, the Contractor shall take care to see that the slopes are stable and no accidents or
slips would occur. No tolerance shall be permitted in any strata. Contractor shall quote his
bid inclusive of all.

1.4.2.2 FOR BED

Pay line in case of bed shall be 15 cm. Extra excavation in bed beyond designed section shall
be back filled with murum, in case of soft strata no pay line is admissible. Extra excavation
beyond designed section for sides in soft strata shall be back filled with murum.

1.4.2.3 EXTRA EXCAVATION FOR BLACK COTTON SOIL

Wherever the canal bed and sides up to T.B.L. are in B.C. soil, extra excavation to 100 cm.
Depth is to be done for having murum back filling and this shall be measured under
respective items. Murum filling shall be paid under item of casing.

While excavating in hard strata, if soft seams are struck, they shall be considered as part of
hard strata if the depth of individual seams is up to 15 cm. When depth of soft seams is more
than 15 cm. It shall be paid under item of casing.

1.5 MAINTENANCE OF SLOPES IN EXCAVATION

1.5.1 Any shoring strutting required during excavation and afterwards shall be deemed to be
covered by the rates quoted for the items.

1.5.2 SLIPS-CORPORATION NOT RESPONSIBLE

Slips shall be avoided, but if any slips occur on account of any reason, the excavation shall
be promptly restored to stability. No extra claims shall be entertained for such slips. The
Contractor shall have to make good the work at his cost.

1.6 USE OF EXCAVATED STUFF

1.6.1 Excavation shall be done systematically so that only those excavated stuff which shall
be permitted for use shall be used on the banks without double handling.
1.6.2 DEPOSITION OF EXCAVATED STUFF CLEAR OFF TRAFFIC LINE Etc.

Disposal off all material from excavation shall be as per approved disposal plan for instruction of
Engineer-in-charge, regarding the location and deposition of the stock piles, spoil banks or
embankment. Before any excavation is started the deposition of spoil shall be carefully planned
so as not to obstruct normal traffic and traffic lines required for the construction materials,
and shall be dumped sufficiently clear of the edges of the excavation so as not to endanger
stability of the slopes of the excavated excavation and also to permit ample space for lorry
paths, installation and lifting of pumping devices, stacking construction material etc.

1.7 SORTING AND STACKING OF MATERIALS.

CONTRACTOR NO. OF CORRECTION SDE EE 286


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
Excavated materials shall be sorted out and stacked as under.

a. SOFT STRATA

All the excavated materials from the soft strata shall be sorted out. The material
not useful for bank work shall be deposited as directed by the Engineer-in-charge.
Material useful in bank work shall be sorted out to be used in hearting or casing.
Each stockpile of unrequited material shall be of regular size and not less than 5
cm. In height.

b. HARD STRATA

Rubble and boulders from hard strata shall be stacked in separate areas as directed
by the Engineer-in-charge. Stock piles shall be of regular shapes, allowing for
easy measurement. No stock piles shall measure more than 200 Sqm. in plan and
more than 1.5 m. in height, unless specifically permitted by the Engineer-in-
charge in writing.

1.8 SURPLUS MATERIAL

The excavated materials, if not required for embankment, should be stacked in spoil banks
with neatly made stable slopes at top and a suitable berms being left between the toe of bank,
and edge of excavation, as directed. In partial banks, where a side embankments is required
to retain water, its limit should be lined out before starting the excavation so that the soil may
be disposed of properly.

1.8.1 STACKING IN STOCK AND WASTE PILES

After sorting is done, useful material of various types shall be stacked in stock piles and rest
may be disposed of as directed by the Engineer-in-charge.

Useful material shall be stacked in separate areas as directed with reference to the nature of
the material. Stockpiles shall be of regular shapes allowing for easy measurement. No
stockpile shall measure less than 60 m. length and 5 m. height unless specially permitted by
the Engineer-in-charge.

1.8.2 The excavated material shall be stacked within the area approved by the Engineer-in-
charge. If the excavated material is deposited in unauthorized land, such work shall not be
measured for payment unless suitable action as may be directed by the Engineer-in-charge is
taken by the Contractor. In addition to non-payment of such work suitable amounts as
deposited towards any extra cost which Corporation may have to bear on account of the
Contractor’s unauthorized action.
1.9.1 All the material available from excavation shall be the property of Corporation and
shall be deposited as directed by the Engineer-in-charge. The material of approved quality
may be used by the Contractor. Prior approval of the Engineer-in-charge for such free use
shall however be taken.

1.10.1 Classification of the excavation shall be made from the cross sections visible at the
side of excavation and from measurements of ridges which shall be left at 20 m. or less as
directed by the Engineer-in-charge which must be removed immediately after the final
measurements have been taken except when orders are specially given to retain these ridges.
No dead man would be allowed. The areas shall be worked out generally by trapezoidal
formula.
1.11 SILTING OF EXCAVATION
1.11.1 SILTING OF EXCAVATED PITS

If excavated pits get silted due to intervening floods, slips or any other cause, till completion
of the work, the Contractor shall excavate and restore the pits and section to the required
shape and dimensions without any extra cost.
CONTRACTOR NO. OF CORRECTION SDE EE 287
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

Initially box excavation shall be carried out up to top of hard stratum. Thereafter
stable slopes may be cut in strata as stated hereafter.

On striking hard rock in foundation trench the surface of this rock should be exposed on all
area of the trench and it should be brought to the notice of the Engineer-in-charge by the
Contractor and Contractor’s authorized engineer shall immediately take levels of the top of
hard stratum along predetermined sections in the presence of Engineer-in-charge or his
authorized representative. If the Contractor fails to take levels as above, then such levels
shall be recorded by the Engineer-in-charge or his authorized representative and the same
shall be binding on the Contractor. Thereafter further excavation in hard strata can be
continued up to foundation level to be fixed by the Engineer-in-charge. Failure to do so by
the Contractor shall not entitle him to get payment for the work that may have been done
under item of hard stratum.

1.12 EXCAVATION IN WET CONDITION AND DEWATERING.

Unless otherwise specified, no distinction shall be made as to whether the material being
excavated is dry, moist or in wet conditions. Dealing with the ground water or rainwater
collected and its disposal is covered under relevant items of excavations and shall not be
paid for separately.

1.12.1 CONTRACTOR TO DEWATER WHENEVER REQUIRED.

The area under all the works pertaining to this tender and adjoining area as necessary shall be
maintained free of water.

The area shall also be maintained free of water after any part of the work is completed for
inspection. Safety and installation by Corporation, or for any other reasons determined as
necessary by the Engineer-in-charge. The sumps shall be lighted and shall be readily
accessible for inspection. The Contractor shall pump out all water from the site and
appurtenant works and shall keep the foundations free of water, while excavation, concreting
and placing masonry and continue to keep the works free of water for a period as may be
required for proper setting of mortar or concrete or concrete or otherwise required for the
completion of works.

1.13 PREPARING AND TESTING OF FOUNDATION.

1.13.1 SCALLING AND TRIMMING OF FOUNDATION.

operations for the removal of all pieces loosened during excavation or partly separated from
main rock mass by seams or cracks shall be carried out to the satisfaction of the Engineer-in-
charge.

1.13.1 TREATMENT OF WEAK LOCAL SPOTS.

All weathered or partly or decomposed pieces of rock shall be removed so as not leave on the
foundation any rock other than that which is an integral part of the rock mass. Areas of low
bearing capacity, steep inclined seams, faults, and crushed zone in otherwise good foundation, if
permitted to be kept shall be cleared out to a sufficient depth and refilled and plugged with
masonry or concrete as directed by the Engineer-in-charge.

1.13.2 FINAL FINISHED SURFACE OF FOUNDATION.

The finally prepared foundation shall present a rough surface in cross section to give added
resistance to sliding. All smooth surfaces shall be roughened artificially to give a good bond.
The surface shall be free from steep angles and the edges of beaches shall be chamfered
approximately to 450 Pinnacles of sharp projection shall be knocked off and prominent
knobs flattened.
CONTRACTOR NO. OF CORRECTION SDE EE 288
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
1.13.3 TESTING FOR SOUNDNESS.

The finally finished foundation rock shall be tested by striking with a heavy hammer and if
loose portion of foundation rock is revealed by a hollow sound, it shall be excavated further
(without blasting) till a clear ringing sound is obtained.

1.13.4 EXCAVATION OUTLINES AND PAYLINES.

All excavation shall be performed in accordance with the lines, grades, levels and dimensions
shown in the drawing or established by the Engineer-in-charge. The dimensions shown in the
drawing are tentative. During the progress of work it may be necessary or desirable to vary the
slopes or the dimensions of excavation from those specified in the drawing. The side slopes of the
excavation shall be as steep as would stand with safety as decided by the Engineer-in-charge. If the
slopes established are found to be steeper and likely to slip, they shall be made flatter by removing
the additional material and introducing suitable berms if possible and stable faces established. The
additional shall be paid at the rate accepted for excavation for particular class of material.

EXCESS EXCAVATION

No payment shall be made for the work done beyond specified pay lines. Normally pay lines
for different strata for excavation are defined as the lines starting from the outer dimension of
the masonry or concrete at foundation level and sloping up as specified below.

a. Soft strata 1.5:1

b. Hard strata ¼ :1

c. Berms with prior approval.

If in the opinion of Engineer-in-charge the sides are unstable and prone to slip, modified pay lines
shall be laid down with flatter slopes and berms etc. as decided by him. Any or all excess
excavation carried out by the Contractor beyond approved pay lines for any purpose or reason, shall
unless ordered in writing be at the expense of the Contractor, and if the unauthorized excavation has
to be filled with concrete or masonry or with materials approved as filling so needed shall be carried
by the Contractor as per specifications of the respective items of work at his own expense.
Tolerances over cut beyond pay lines arising out of peculiar nature of rock at the site and other site
conditions shall be decided by the Engineer-in-charge of the work. No tolerance shall however be
permitted in any strata.

1.13.5 MODE OF MEASUREMENTS AND PAYMENT.

The measurement shall be based on areas of cross sections taken normal to the axis of the
structure of its part of the original ground surface and the surface of the finally completed
excavation within the pay lines, taken at every 10 meters along the axis of structure of its
part. Where there is abrupt change in depth, additional cross sections may be taken at the
discretion of the Engineer-in-charge. Levels along the cross sections shall be taken at every
15 to 20 meters of 5 meters as per exigency of work.

During the execution of the work running payment for the items of excavation shall be made
to the Contractor on the basis of cross sectional measurements.

Quantities shall be computed from the cross sectional area by the trapezoidal formula.

Payment shall be done as per Payment Schedule, Volume-II. No extra payment for
overcuts, excess dewatering required, over cuts beyond pay lines in any strata.

1.14 BLASTING

1.14.1 OBSERVING RULES REGARDING BLASTING.

CONTRACTOR NO. OF CORRECTION SDE EE 289


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
In conducting blasting operations proper precautions shall be taken for the protection of
persons, the work and property. All government laws relating to the design and location of
magazine, transport and handling of explosives and other measures for the prevention of an
accident shall be strictly observed. Warning signs shall be prominently displayed on the
magazines, and warning signals given for each blast. Specifications for blasting given under
the separate section shall be carefully and rigidly observed.

1.14.2 STORING OF EXPLOSIVES.

Explosives shall be stored in a safe place at sufficient distances from the work and under the
special care of watchman so that in case of accidents no damages occur to the other part of
work. Explosives, detonators and fuses shall be each separately stored. No Objection
Certificate from District Magistrate or inspection of Explosives shall be obtained as required
by the Contractor.

1.14.3 RESTRICTONS ON BLASTING.

a. Blasting which may disturb or endanger the stability; safety or the quality of the
foundation shall not be permitted.

b. Blasting within 30 meter of masonry work in progress or of a permanent structure shall


not be permitted.

c. Progressive blasting shall be limited to two third of the total remaining depth of
excavation.

d. No large scale blasting operation shall be resorted to when the foundation excavation
reaches the last half meter. Only small charges preferably black power may be allowed so
as not to shatter the foundation.
e. Rules of blasting are as appended.

1.16 EXCAVATION IN HARD STRATA WITH CHISELLING AND/OR

CONTROLLED BLASTING.

1.16.1 Here the canal excavation in hard strata is involved, since usual blasting operations
are likely to damage the adjoining houses, transmission lines or hinder the traffic on
important roads. The excavation for a good length is required to be done under controlled
blasting conditions and/or chiselling. The item shall include excavation in hard strata to the
correct section as shown in the drawings with chiselling and/or controlled blasting and
depositing the excavated stuff as and where directed.

The Contractor shall obtain written permission of the Engineer-in-charge before undertaking
the work under this item for specific reaches.

In addition to the specification under paras 2.1.0 to 2.12.0 of Section 2, following


specifications shall apply to this item.

The holes for blasting shall be drilled for a depth of only 40 cm. Thus increasing the number
of holes and corresponding decreasing the charge required for each holes.

The holes as far as possible shall be slant. All the holes after charging shall be covered by
grill of steel rods, which shall be suitably loaded by gunny bags filled with sand or murum.

The steel grill shall be so lowered over the holes, as not to cause any damage to the fuse wire
or charges and care shall be taken to see that the fuse wires remain free. The loading shall be
sufficient to prevent the overthrow of rock after blasting. In addition to the above loading,
CONTRACTOR NO. OF CORRECTION SDE EE 290
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
the steel grill shall be securely anchored to the adjoining rock by chains. The steel grill shall
extend at least 3 meters beyond the area to be blasted.

Chiselling manually or excavation by pneumatic rock breakers shall be resorted too as


directed by Engineer-in-charge where balloting cannot be permitted.

Any alternative technique approved by the Engineer-in-charge may be used, but approval to
execute the work by the above mentioned method or alternative technique shall not relieve the
Contractor of the responsibility of damage to the power line and properties.

RULES FOR BLASTING OPERATION

GENERAL

1. The Contractor shall acquaint himself with all applicable laws and regulations
concerning storing, handling and the use of explosives. All such laws, regulations and rules
etc. and current from time to time, shall be binding on the Contractor.

2. The provisions detailed in these rules are supplementary to above laws, rules and
regulations etc. and are applicable except where they conflict with the aforementioned laws
etc. from time to time. Further the Engineer-in-charge may issue modification, alterations or
new instructions from time to time. The Contractor shall comply with the same without these
being made a cause for any claims.

MATERIALS

All materials such as explosives, detonators, fuses, tamping material etc. those are proposed
to be used in the blasting operations shall have the prior approval of the Engineer-in-charge.

3. Black powder and safe explosives shall be used wherever possible. Explosive with
nitro glycerine shall only be used under exceptional circumstances and where the above
explosives are not effective.

4. 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.
The rate of burning of the fuse shall be uniform and less than 4 seconds per 25 cms. Of
length with 10 percent tolerance on either side. Before use, the fuses shall be inspected and
the 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.

5. The detonators used shall be capable of giving effective blasting of the explosives.
Moist or damaged detonators shall be discarded.

PERSONNEL

6. Excavation by blasting shall be permitted only under personal supervision of


competent and licensed person as and trained workmen.

7. All supervisors and workmen in charge of making up, handling storage and blasting
work shall be adequately insured by the Contractor.

8. The storage shall be in charge of very reliable person approved by the Engineer-in-
charge, who may, if necessary, cause police enquiries being made as to his reliability,
antecedents etc. the Contractor shall have to produce a security for the person in charge of
explosive if and as required by the Engineer-in-charge or the Civil Authorities of the District.

9. The Contractor shall make sure that his supervisors and workmen are fully conversant
with all the rules to be observed in storing, handling, and use of the explosive. It shall be

CONTRACTOR NO. OF CORRECTION SDE EE 291


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
assured that the supervisor-in-charge, is thoroughly acquainted with all the details of the
handling of the blasting operations.

10. No tools or implements, other than those of copper, brass gunmetal or wood shall be
allowed inside the magazine. All tools shall be used with extreme gentleness and care.

11. Boxes of explosives shall not be thrown or dragged along the floor and shall be
stacked on wooden trestles. Where there are white ants, the legs of the trestles should rest in
shallow copper, lead or brass bowls containing water. Open boxes of dynamite shall never be
exposed to the direct rays of the sum.

12. Empty boxes loose packing material shall not be kept inside the magazine.

13. The magazines shall have a lightening conductor, which shall be got tested at least once a
year by any officer authorized by the Engineer-in-charge. The testing fees shall be a charge on
the Contractor. The Contractor shall, within 15 days comply with all the recommendations made
by the officer testing the lightening conductor, failing which Engineer-in-charge shall be entitled
to comply with the same at the Contractor’s expenses which shall not be open to question or may
take any action that he may consider fit.

14. A notice shall be hung near the store prohibiting entrance of unauthorized persons.

15. The following shall be hung in the lobby of magazine.

a. A copy of the rules both in English and in the language with which the
workers concerned are familiar with.

b. A statement showing the up-to-date stock in the magazine.

c. A certificate showing the last date of testing lightening conductor.

d. A notice that smoking is strictly prohibited.

16. The magazine shall be inspected at least twice a year by the officer representing the
Engineer-in-charge, who shall see that all the rules are strictly complied with he shall notify
all omissions etc. to the Contractor, who shall rectify the defect within a period of
days from the date of receipt of the notice, failing which the Engineer-in-charge may
take whatever action he considers suitable.

USE OF EXPLOSIVES

17. For the transport of the explosives and detonator between the stores and the site,
closed and strong container made of a soft material as timber, zinc, copper, leather and the
like shall be used.

18. Explosive and detonators shall be carried in separate boxes and transported
separately. For the conveyance of primer, special container shall be used.

STORAGE OF EXPLOSIVES

19. The Contractor shall build a magazine for storing the explosive. The site of the
magazine, its capacity and design shall be subject to approval by the Engineer-in-charge
and the inspection of the controller of Explosive before the construction is taken up. As a
rule, the explosives should be stored in a clean, dry shall ventilated bullets proof and
fireproof building on the isolated site.

20. The explosives, detonator and fusses shall be separately stored.


CONTRACTOR NO. OF CORRECTION SDE EE 292
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

21. A careful and day to day account of the use of explosives shall be kept by the
Contractor in an approved register and in approved manner. The register shall be
produced by the Contractor for inspection of the Engineer-in-charge when so required by
the later. The Engineer-in-charge may also pay surprise visits to the storage magazine. In
case of any unaccountable shortage of the explosive or if the account is not found to have
been maintained in the manner prescribed by the Engineer-in-charge the Contractor shall
be liable to be penalized with forfeiture of the security deposit lodged by him with the
Corporation or his tender shall be liable to be cancelled is 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 be taken by the competent Civil Authorities in court of law.

22. The magazine shall at all times be kept clean.

23. No unauthorized person shall at any time be admitted inside the magazine.

24. The magazine shall, when not in use of authorized person, be kept well and securely
locked.

25. The magazine shall on no account be opened during or in the approach of


thunderstorm and no person shall remain in the vicinity on the magazine during such
period.
26. Magazine shoes without nail shall at all-time be kept in the magazine and wooden tub or
cement through 30 cms. high and 45 cms. In diameter filled with water shall be fixed near the
door of the magazine. Persons entering the magazine must put on the magazine shoes, which
shall be provided by the Contractor for the purpose, and be careful.

I. Not to put their feet on the clean floor unless they have the magazine shoes on.

II. Not to allow the magazine shoes to touch the ground outside the clean floor.

III. Not to allow any dirt or girt to fall on the clean floor.

27. Person with bare feet, shall before entering the magazine, dip their feet in water and
then step directly from the tub over the barrier (if there be one) on to the clean floor.

28. A brush or broom shall be kept in the lobby of the magazine for cleaning out the
magazine on each occasion it is opened for the receipt, delivery or inspection of explosives.
29. No matches or inflammable material shall be allowed in the magazine. Light shall be
obtained from an electric storage battery lantern.

30. No person having article of steel or iron on him shall be allowed to enter the
magazine.

31. Workmen shall be examined before they enter the magazine to see that they have
none of the prohibited articles on their person.

32. Cotton rag waste and articles liable to spontaneous ignition shall not be allowed
inside the magazine.

33. The boxes and containers used shall be kept well closed.

34. Explosives shall be stored and used chronologically to ensure the one received earlier
being used first.

35. A makeup house shall be provided at each working place in which cartridge shall be
made up by an experienced man as required. The makeup house shall be separated from
other building. Only electric storage battery lamps shall be used in this house.
CONTRACTOR NO. OF CORRECTION SDE EE 293
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

36. No smoking shall be allowed in the makeup house.

DISPOSAL OF DETERIORATD EXPLOSIVES

37. All deteriorated explosives shall be disposed of in an approved manner. The quantity
of the deteriorated explosives to be disposed of shall be intimated to the Engineer-in-charge
prior to its disposal.

PREPARATION OF PRIMERS

38. The primers shall not be prepared near open flames or fires. The work of preparation
of primers shall always be entrusted to same personnel. Primers shall be used as soon as
possible after they are ready.

CHARGING OF HOLES

39. The work of charging shall not commence before all the drilling work at the site is
completed and the supervisor has satisfied himself to that effect by actual inspection.

40. While charging open lamps shall be kept away. For charging with powdered
explosives, naked flames shall not be allowed.

41. Only wooden tamping rods without any kind of metal on them shall be allowed to be
used.

42. Bore holes must be of such a size that the cartridges can easily pass down them.

43. Only one cartridge shall be inserted at a time and gently pressed then with the
tamping rod. The sand, clay or other temping material used for filling the hold completely
shall not be tamped too hard.

BLASTING

44. Blasting shall be carried out during fixed hours of the day, which shall have the
approval of the Engineer-in-charge. The blasting hours once fixed shall not be altered
without prior written approval of the Engineer-in-charge.

45. The site blasting operations shall be prominently demarcated by red danger flags. The
order to fire shall be given only by the Supervisor-in-charge of the work and his order
shall be given only after giving the warning signal three time to reach to safe shelter and
after having ascertained that nobody is within the danger Zone.

46. A bugle with a distinctive note shall be used to give the warning signals. The bugle
shall not be used for any other purpose. All the labourers shall be made acquainted with
the sound of the bugle and shall be strictly warned to leave the work immediately at the
first warning signal and to make for safe shelter and not to leave the shelter until the clear
signal has been given.

47. All the rods and footpath leading to the blasting area shall be watched.

48. In special cases suitable extra precautions shall be taken.

49. For lighting the fuses a lamp with a strong flame such as carbide lamp shall be used.

50. The supervisor shall watch the time required for firing the fuses and shall see that all
the workmen are under safe shelters in good time.

CONTRACTOR NO. OF CORRECTION SDE EE 294


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
ELECTRICAL FIRING

51. Only the supervisor in charge shall keep key of the firing apparatus and shall keep it
always with himself.

52. Special apparatus shall be used as a source of current for the blasting operations,
power lines shall not be tapped for the purpose.

53. All the detonators shall be checked before use.

54. For blasts in one series, only detonators of the same manufacture and of the same
group of electrical resistance shall be used.

55. Such of the electrical lines as could constitute danger for work of charging shall be
removed from the site.

56. The firing cable shall have proper insulating cover so as to avoid short-circuiting due
to contact with metallic part of rock.

57. The use of the earth as a return line shall not be permitted.

58. The firing cable shall be connected to the source of current only after ascertaining
that nobody is in the area of blasting.

59. Before firing the circuit shall be checked by a suitable apparatus.

60. After firing, with or without an actual blast the contract between firing cable and the
source of current. Shall be cut off before any persons are allowed to leave the shelters.

61. During storms charging with electrical detonators shall be suspended. The charges
already placed into the holes shall be blasted as quickly as possible after taking al safety
precautions and giving necessary warning and signals, if this is not possible, the site shall be
abandoned till the storm has passed.

PRECAUTIONS AFTER BLAST AND MISFIRE

62. 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 fuses and blasting caps are
used, safe time should be allowed and then the supervisor along shall leave the shelter to see
the misfire.

63. Drilling near the hole that has misfired shall not be permitted until one of the two
following operations have been carried out by the supervisor.

I. The supervisor should very carefully (when the tamping is of damp clay) extract the
tamping with a wooden scraper or jet of water or compressed air (using a pipe of soft
material) and with draw the fuse with the primer and detonator attached. A fresh primer and
detonator with fuse shall then be placed in this hole and fired.
II. The supervisor should get one foot of the tamping cleared off and indicate the
direction by placing a stick in the hole. Another hole may then be drilled at nine inches
away and parallel to it. This hole should then be charged and fired. The balance of the
cartridge and detonators found in the rock shall be removed.

64. Before leaving his work, the supervisor should inform the supervisor of the relieving
shift or any case of misfire and shall point out the position with a red cross denoting the same
and also state what action, if any, he has taken in the matter.

CONTRACTOR NO. OF CORRECTION SDE EE 295


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
65. The supervisor shall at once report to the office all case of misfire, the cause of the
misfire, and the steps taken in connection therewith.

66. The names of supervisor-in-charge of day or night shift may be noted daily in
Contractor’s office.

67. If misfire has been found to be due to defective detonator or dynamite the whole
quantity of box from which the defective article was taken must be returned to the
authority as may be directed by the Engineer-in-charge for inspection to ascertain whether
the whole box contains defective material.

68. Re-drilling the holes that have misfired either wholly or partly, shall not be permitted.

PRECAUTIONS AFTER BLASTING

69. After the blast, the supervisor shall carefully inspect the work and satisfy him-self
that all the charges have been exploded.

EMBANKMENT

3.0.0 EMBANKMENT

3.1.0 SCOPE OF WORK

The item shall include Contractors own material brought up to site of work; deposition
spreading in final position and consolidation as hereinafter specified. Whatsoever the
embankment is formed by utilizing excavated stuff from excavation. The item also includes
re-handling and picking up of the excavated stuff and its sorting wherever necessary.

3.1.1 CLEARANCE OF SITE

Before commencing the embankment, the site should be cleared of stones, sand, shrub,
vegetation etc. without any charges. If the soil on which the bank is to be placed is not
suitable for laying banks, the whole or the portion of the same should be stripped off as
directed in writing by the Engineer-in-charge and materials so stripped if suitable shall be
utilized for bank work or filling of the stripped up portion, as directed by Engineer-in-charge.

3.1.2 MATERIAL

The embankment shall be constructed of Contractor’s own soil, hard murum of approved
quality as approved by the Engineer-in-charge and also laid as directed in the appropriate
zones of the section, approved by the Engineer-in-charge. Materials harder than soft rock
shall not be used for casing except with the written permission of the Engineer-in-charge
who may allow hard rock partly to be used on outer slopes of the bank.

3.1.3 ZONING OF EMBANKMENT

The embankment shall consist of:

1. Soil core
2. Murum casing as shown in the drawing.

SOIL CORE/HEARTING MATERIALS.

The zone shall be formed with selected impervious soil as approved by the Engineer-in-charge
available from excavation specified in Section “Excavation” of specification Volume- III or
available from borrow pits as the case may be. Earth for hearting zone shall be free from roots
and vegetable or other organic matter. All clods and lumps up to and above 5 cm. Cubes shall
CONTRACTOR NO. OF CORRECTION SDE EE 296
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
be broken up as the work proceeds. The earth to be used for hearting shall be from the
Contractor’s own quarry approved by the Engineer-in-charge.

MURUM CASING

Casing shall be previous soils consisting of murum of approved quality for desired section.
Materials for casing shall be free from roots and vegetable mounds or other organic matter. All
clods and lumps up to and above 10 cm. Cubes shall be broken up as the work proceeds. The
materials to be incorporated in the casing zone shall be got classified from the Engineer-in-charge
with regard to its suitability before being used in bank work.

3.1.4 STRETCHES OF EMBANKMENT

The embankment shall be made of 150 to 250 meter in lengths and not in small bits.

3.2.0 ALLOWANCE FOR SETTLEMENTS

3.2.1 IN HEIGHT

The banks shall be made to extra height at a rate of 10 cm. per meter of designed height to
allow for probable settlement of banks. The widths at base and top in this case remain
unchanged. The extra work so done shall be measured and paid for under the respective items
of banking after deductions of specified shrinkage allowance.

3.3.0 USE OF EXCAVATED MATERIAL.

3.3.1 All the material required for the construction of the appropriate zones of the canal
embankment shall come from following sources in order of prorate.

1. The materials obtained from the excavation of canal and approved for use in the
embankment by the Engineer-in-charge.

2. After utilizing the materials obtained as above the remaining materials required for
construction of embankment shall be taken from the approved borrow areas of the contract.
The materials obtained from the borrow area should also be got approved prior to its use.

The material already excavated and stacked alongside the cuts in the reaches shall be
permitted to be used free of cost in the respective zones of the embankment in respect of
suitability of use of such materials, decision of Engineer-in-charge shall be final. The rate of
this item includes cost of sorting out of material for casing from the spoil bank.

3.3.2 The quantity of earth work from borrow area mentioned above shall be worked out by
deducting the total usable soils of excavation in the appropriate zones whether actually used or
not 10 percent wastage for utilisation shall be allowed in excavation quantities.

The utilisation of the excavated materials should be so planned that these materials shall be
used directly in the embankment with the minimum lead. No changes shall be paid for re-
handling or if used with a longer lead when it can be used within a shorter lead. The
quantities to be deducted for the utilisation in embankment in appropriate zones as detailed
above shall be arrived on the basis of the following conversion table.

CONTRACTOR NO. OF CORRECTION SDE EE 297


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

Sr. Type of Material Excavation Converted compacted


No. measured in place banks measurements for
i.e. direct the purpose of reduction.
measurements or
cut
1. All soft material for 1 Cubic meter 0.9 Cubic meter
hearting
2. Hard material for casing 1 Cubic meter 1.0 Cubic meter
3. Soft rock 1 Cubic meter 1.2 Cubic meter
4. Hard rock 1 Cubic meter 1.4 Cubic meter

3.4.0 BORROW PITS

No borrow pits shall be allowed in the Corporation land acquired for the canal, branches,
minors, and sub-minors or any other work as given in scope.

3.5.0 DEPOSITION OF MATERIAL.

All materials obtained from excavation or Contractors own materials shall be laid in regular
layers not exceeding 23 cm. Thickness loose. The layers of earth shall have a slight slope towards
centre of bund, which shall be formed by dumping earth from the sides towards the centre.
During monsoon, a small crown shall be maintained at the middle of the bank work to facilitate
easy drainage of rainwater. The material shall be laid to the section inclusive of pride. The
profiles shall show the total heights and slopes including allowances for settlement. The bank
is to be constructed evenly to the full section of the set out. The finished bank work shall be
dressed neatly to the sections and slopes shown by the profile.

3.5.1 WATERING AND COMPACTION

3.5.2 Compaction of bank shall be done by 8 to 10 tonne rollers. Before consolidation, the
layer shall be moistened with adequate quantity of water to bring the percentage of O.M.C.
with variation of 2 percent of O.C.M. The rate of the item includes charges for rolling and
for providing sprinkling water with all leads and lifts required for the purpose. Before laying
the next layer the previous layers shall be scrapped and picking done if required compaction,
the Corporation shall employ additional rollers at Contractor’s cost. The hearting and casing
shall be raised simultaneously order that the whole embankment may be raised evenly.

3.5.3 The compaction shall have to be uniform over the full width of the bank. The roller
should be made to travel over the entire design section of each layer so that the earth is fully
consolidated and leaves no visible marks on the surface or as directed by the Engineer-in-
charge. Where, smooth rollers are used, the surface of each layer of compacted material shall
be roughened with a borrow and thoroughly harrowed raked before depositing the
succeeding layer of material and care shall be exercised to avoid the occurrence of horizontal
seams. Earth works should be continuous from day to day. In case of break in consolidation
exceeding four days, the dried surface shall be well watered and harrowed before a fresh
layer of earth is laid on it.

The spreading of the next layer shall be carried out only after the whole underlying layer has
been properly consolidated.

The Contractor shall arrange for the water required for the work and no extra charges shall
be allowed on this account. Water required to bring up the moisture content to its optimum
CONTRACTOR NO. OF CORRECTION SDE EE 298
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
figure shall be sprinkled uniformly over the entire area and not poured in ditches. The
Contractor should give all facilities for the Corporation staff to conduct the optimum
moisture content and do density tests at sit.

3.5.4 TEMPING COMPACTION

In those parts of the embankment inaccessible to the specified rolling equipment around and in
account with structures and in proximity of structure where the rolling equipment shall not be
permitted to operate, compaction shall be accomplished either with manual or mechanical
tempers of approved type. Roller shall not be permitted to operate within one meter of concrete
or masonry structures and fill within this distance shall be tamped by manual or mechanical
tempers.

All materials to be tamped shall be spread in layers not over 8 cm. Thick when loose. The
moisture content of the material may be +2 percent water than O.M.C. and amount of
tamping shall be exercised to obtain a good contract and bond with surface of concrete and
masonry structures.

3.5.5 In order to achieve compaction up to the edges of the embankment, the embankment
section shall be widened on inner side by minimum 30 cm or more to get width required for
rolling as directed by Engineer-in-charge. The price so provided shall not be payable under
the item of excavation, initially. However, the payment shall be made for removal of material
from pride under the item of excavation of soft strata under canal earthwork and lining. The
Contractor may use this material for raising of embankment in the zone above free board.

Inner section of distributaries of minors (capacity less than 0.15 M 3/Sec) and approaches of
structure on canal as directed by Engineer-in-charge shall be completely filled and
compacted with murum casing in layers. The quantity of this extra filling shall be paid under
the relevant item of embankment. This removal shall be done as per the instructions of
Engineer-in-charge.

All measurements shall be based on Approved estimate as per vetted design & drawings.

And payment shall be done as per Schedule of Payment, Volume-II.

3.5.6 DRESSING

DRESSING OF BANK

After completion of work, the bank including spoil shall be dressed evenly to the required
section as directed with no extra cost of Corporation.

3.5.7 The side slope shall be accurately dressed to required slope and section by stretching
string between the template faces. Dressing should be accompanied by watering and
ramming, including replacing or refilling the murum material. Dressing and removal of inner
side pride should be done just before commencing the lining as per direction of the Engineer-
in-charge.

3.6.0 LAYING AND TESTING

3.6.1 The material placed in the embankment shall be laid in 15 cm layers if plain roller is
used and 22 cm layers if sheep foot roller is used and shall be properly watered and
compacted to attain dry density of not less than 95% of the proctor density for the
material under consideration. The soil shall be brought to +2 percent of O.M.C. as
determined in the laboratory by adding the required amount of water either at the
borrow pits or on the embankment. In case of canal embankment a dry density
up to 90% of optimum dry density (Standard Proctor Density) shall be accepted

CONTRACTOR NO. OF CORRECTION SDE EE 299


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
but shall be paid at reduced rate to be approved by the Chief Engineer ,WRD,
Amravati

3.6.2 FIELD DENSITY

The field density tests shall be conducted to ascertain that a density of 95 percent of the
proctor density is attained. The number of such tests shall not be less than one for every 500
cubic meters of the rolled or compacted earthwork per layer or two per day whichever is
more.

3.7.0 MODE OF MEASUREMENTS AND DEDUCTION IN SECTIONAL

MEASUREMENTS.

All measurements shall be taken on cross section of bank. For this purpose detailed cross
section of the ground shall be taken at the interval of 30 m. or less as directed before an
embankment of a particular reach starts. The quantities of bank work shall be worked out on
the basis of areas and distances of these cross sections by trapezoidal formula.

All measurements shall be based on Approved estimate as per vetted design & drawings.

And payment shall be done as per Schedule of Payment, Volume-II.

3.8.0 PROVIDING PERVIOUS MATERIAL HAVING C.N.S. PROPERTIES FOR

SUBGRADE BEHIND LINING.

3.8.1 Most of the proposed embankment quantity under banking item is required for
preparing sub-grade behind lining in B. C. Zone. As sub-grade in B. C. Zone requires a good
foundation for good lining, special care shall have to be taken for it.

3.8.2 The thickness of bed and side sub-grade shall be as per design and drawing or as
directed by the Engineer-in-charge in writing.

3.8.3 Only approved quality of murum should be used. Murum shall be laid in horizontal
layers of 15 to 23 cm. And the same shall be laid for bed first and latter for sides. Murum
shall be laid in long reaches at a stretch and in any case the reach shall not be less than 100
meter.

3.8.4 Each layer shall be watered adequately and compacted as specified in this section.
Mechanical slope compactors shall be used for compaction. In small section where
mechanical device cannot be used, manual tamping is allowed provided that compaction is
done to the requirement.

3.8.5 Sub-grade shall be inspected by the Engineer-in-charge or his field officer before the
lining work is started and certificate regarding the stipulated thickness and quality of sub-
grade shall be recorded and kept on records. Testing shall be done, as per standard practice
and test results shall conform to be standard requirement as stipulated in above paras.

3.8.6 Payment shall be for one cum. Of work done quantity, which shall be computed by
taking actual measurement. Payment shall be done as per Volume-II.

3.8.7 Construction of service road along approach channel/Along rising mains.

i. This work consists of levelling the ground after removing grass etc.

ii. Filling the ruts and depressions.

iii. Spreading available spoils for sub-grade and compaction.


CONTRACTOR NO. OF CORRECTION SDE EE 300
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

iv. Spreading murum in layers and compaction.

3.8.8 After removing bushed and grass the ground shall be levelled. Ruts and depressions if
any shall be filled with available soil and the entire width of service road shall be levelled.
Available excavated material from cutting for accommodation back fill, should directly place
to act as sub grade for murum road, this should be watered and compacted.

3.8.9 Murum shall be placed in layers uniformly. After sectioning according to plan the
surface shall be watered and compacted as specified in this section. After thorough
compaction, the surface of road shall be finally levelled and dressed according to plans or as
directed by Engineer-in-charge.

3.8.10 No payment for this work shall be made to the Contractor unless and until trimming to
the canal section in that reach and service road in compacted in all respect.

3.9 EXCAVATION FOR BUILDINGS & OTHER COMPONENTS

For Building and other works, PWD Maharashtra Standard Specification-Volume II:
Buildings-2012 Bd. A Excavation (Appropriate Item Specification) for Building portion is
applicable as per direction of Engineer-in-Charge.

CEMENT CONCRETE

4.0.0 CEMENT CONCRETE

Reinforced Cement concrete work for Building portion shall be done As per PWD
standard specification Volume-II Bd.F. (Appropriate Item Specification is applicable as
directed by Engineer-in-Charge)

For RCC work if grade of concrete as per design requirement is more than M20 then
Design mixes shall only be used. Minimum grade of concrete shall be based on Design
Requirement, Exposure conditions and as per IS 456:2000 and other appropriate code
provisions. (Latest Revisions)

All work related to Reinforced Cement Concrete shall be done according to PWD
standard specification Volume-II-2012 including all type of testing.

Concrete work for Retaining wall, fore bays, sumps, Thrust Block and anchorages,
encasings, railway crossings, road crossings, nallas crossings, roads, concrete below floors
and other miscellaneous works shall be done as per relevant code of practice as directed by
Engineer-in-Charge.

4.1.0 SCOPE OF WORK

The work covered by this item consist of

i. Furnishing all materials, equipment and labour for the manufacture, transport, placing
and curing of concrete and performing all the functions necessary and ancillary thereto
including the concrete to the required shape as per drawing.

ii. Installation of all embedded parts stands included in the rates. No extra payment shall
be made for the installation of this embedded metal work or for delays or for interruptions
arising therefrom.

CONTRACTOR NO. OF CORRECTION SDE EE 301


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
iii. Providing and removal of all form work comprising of furnishing all materials
equipment and labour for the manufacture, transport, erection, keeping in place with
necessary fixtures and supports oiling etc. complete.

iv. Necessary sampling and tests for materials and concrete.

v. Compensation for injury to persons and damages to work or property.

4.2.0 The following specifications shall apply in general of all types of concrete work
including R.C.C. work.

4.3.0 CEMENT

Cement shall be obtained by the contractor and confirm to the bureau of Indian
Standard of Portland cement.

4.4.0 SAND

4.4.1 SOURCE AND SIZE

The Contractors own sand as per specification shall be used. The sand used for mortar
shall be Natural River sand. The maximum size shall be limited to 4.5 mm.

4.4.2 QUALITY

The sand shall consist of hard, dense, durable, un-coated, gritty material obtained
from rock fragment, it shall be free from injurious amounts of dust lumps, soft and flaky
particles, shale, alkali organic matter, loam, mica and other deleterious substance. The
maximum percentage of deleterious matter in sand as delivered for use in mortar shall not
exceed the following values.

PERCENTAGE BY WEIGHT

Material passing 75 micron I.S. Sieve

Shale - 1 Percent
Cole - 1 Percent
Clay lumps - 1 Percent

Total of other deleterious substances such as Alkali, mica-coated grains soft and flaky
2 percent particles.

The sum of percentage of all deleterious substances shall not exceed 5% by weight.
The sand shall be free from injurious amounts of organic impurities. Sand production a
calorimetric than the standard in the calorimetric tests for organic impurities shall be
rejected. If the impurities are beyond the acceptable limits stated above, the sand shall be
washed with power or diesel driven sand washing machine to the entire satisfaction of the
Engineer-in-charge at the cost of the Contractor.
4.4.3 MECHANICAL ANALYSIS

The natural sand shall be well graded and the sieve analysis of the sand shall conform
to the following limits of gradations.

I.S.S. No. Cumulative percentage by weight retained


on Sieve.
10 mm Nil
4.75 mm 1 to 8
CONTRACTOR NO. OF CORRECTION SDE EE 302
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
2.36 mm 10 to 25
1.18 mm 25 to 45
600 micron 50 to 70
300 micron 75 to 90
150 micron 90 to 97
The gradation curve of the natural sand shall lie within the enveloping curve of gradation
specified as above.

4.4.4 a) FINENESS MODULES

The fineness modules shall be computed by adding cumulative percentages of sand


retained on the 6 standard screens from No. 4.75 to 150 micron inclusive ISS and dividing
the sum by 100. Any deviation from the specified range of gradation and fineness modulus
shall not be permitted without the written permission of the Engineer-in-charge. Corrective
measures if any required for improving the fineness modulus shall be arranged by the
Contractor at his own as directed by Engineer-in-charge.

b) NATURAL SAND
Natural sand shall have fineness modulus ranging from 2.60 to 3.85 without any
admixture.

c) ALLOWANCE FOR BULKAGE

If the Contractor’s own sand required to be washed or obtained after its washing is found to
be moist, bulk age shall be measured and allowed provided sand is stacked at site at least for
48 hours before use. Bulk age of such a stack shall be measured regularly as directed by the
Engineer-in-charge and allowed according to these, observations. Observation for bulk age
shall be made as per Indian Standard Procedure and allowance shall be made as under.
BULKAGE OBSERVED ALLOWANCE TO BE MADE
Below 5% Nil
5 to 10 5 percent
10 to 15 10 percent
15 to 20 15 percent
20 to 25 20 percent
25 to 30 25 percent
31 to 35 30 percent

4.5.0 COARSE AGGREGATE

4.5.1 Coarse aggregate for concrete shall consist of hard, durable uncoated crushed rock and
shall be free injurious amount of soft, feeble thin, elongated or laminated pieces, alkali,
organic matter or other deleterious substances. Flaky and weathered stones shall not be used.

4.5.2 IMPURITIES :

The broken stones shall be free from dust and dirt and shall be washed if necessary to ensure
that all faces of the stones are perfectly clean. The maximum individual percentage by
weight or deleterious substances of any size of coarse shall not exceed the following values.

Material passing through No. 150 microns I.S. sieve one percent by weight.

Shale 1 percent by weight

Coat 1 percent by weight

Soft lumps 1 percent by weight

CONTRACTOR NO. OF CORRECTION SDE EE 303


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
Clay lumps ¾ percent by weight

Other deleterious 1 percent by weight

The sum of the percentage by weight of all the deleterious substances in any size shall
not exceed five percent by weight.

The aggregate containing impurities above the specified permissible limits shall be
screened/washed/or treated as directed before use in producing concrete.

4.5.3 GRADING

The approximate range in grading of coarse aggregate shall be as under. Coarse aggregate
shall be of such size as shall be retained on a mesh 5 mm. Sq.
Maximum Norman Percentage if coarse aggregate fraction (mm)
size of range mm. 40 to 80 20 to 40 5 to 20 10 to 20 5 to 10
aggregate
20 mm. 10 to 20 - - 100 50 to 67 33 to 45
40 mm. 20 to 40 - 40 to 50 50 to 60 28 to 40 18 to 30
80 mm. 40 to 80 20 to 36 16 to 36 35 to 44 10 to 30 13 to 29

The grading between the limits specified above shall be such as shall produce a dense
concrete of the specified proportion and consistency that shall work readily into position
without segregation and without the use of excessive water content.

The use of gravel fraction left behind after sieving river sand for winning fine aggregates
shall be permitted in the blending of coarse aggregate if asked for after suitable experiments
and without rate variations.
4.5.4 SIZE

The maximum size of coarse aggregate for a particular grade of concrete shall be as large as
possible but normally not greater than 1/4th of minimum thickness of the concrete member
provided that in the case of R.C.C. this size presents no difficulty to surround the reinforcement
thoroughly and fill up the corners of the form work fully and is less than the minimum cover by
6 mm.

For heavily reinforced concrete members such a ribs of beams, etc. the maximum size of
aggregate shall be restricted to 6 mm less than the minimum clear lateral distance between the
reinforcement bars of 6 mm. Less than the cover whichever is smaller.

Generally a maximum size of 20 mm. should be found satisfactory for reinforced concrete
work.

The grading between the maximum size and minimum size of 5 mm shall be such as to produce
a dense concrete of the specified proportion and consistency that shall work readily into
position without segregation and without the use of excessive water content.

4.5.5 The Contractor shall at all times maintain a minimum storage of all grades of the
aggregate for the day’s requirements, at work site failing which the work may not be
commenced. The Contractor shall furnish representative samples of aggregates proposed for use
in the work at least two months before aggregates are required for use.

4.6.0 CONCRETE ADMIXTURES

Concrete admixtures shall be used for concrete/ RCC work/ in Mortars, for industrial
flooring etc. as per PWD Standard specification Volume-II-2012.
CONTRACTOR NO. OF CORRECTION SDE EE 304
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

4.7.0 WATER

Water used in concrete shall be clean and free from objectionable quantities of silt, organic
matter, alkali, salt and other impurities, which are likely to be injurious. The turbidity of water
for mixing shall not be more than 200 parts per million and shall preferably be lower.

4.8.0 GRADING AND RELATIVE PROPORATION.

Grading of the aggregates (fine and coarse) brought on the site shall be done by the Contractor
and shall be got approved from the Engineer-in-charge.

The grading of sand and coarse aggregate is liable to be modified beyond the limits specified
above to suit local condition order to obtain required strength and workability. The grading as
well as relative proportion of sand and coarse aggregate are liable to be changed at the
discretion of the Engineer-in-charge. In order to produce dense concrete of required strength,
which can be worked readily into position without segregation in a given ratio of cement and
total aggregate (sum of Volume of sand and coarse aggregate). No compensation is payable for
adjustment in relative proportion and grading of aggregates

4.9.0 MIX VARIATION

Cement variation in concrete mix shall not constitute and extra item.

In case the ratio of cement to total aggregate is modified by changing the cement content
under specific orders of the Engineer-in-charge.

Sr. Nominal mix proportion Equivalent I.S.S. Assumed cement consumption


No. of the concrete by mixes per one cubic meter of
volume (ISS 456 – 1978) concrete.
PWD WRD
1. 1:1:2 M:25 (20 MSA) 375.00 Kgs 381.00 Kgs
2. 1:1:5:3 M:20 (20 MSA) 355.00 Kgs 300.00 Kgs
3. 1:2:4 (40 MSA) M:15 313.50 Kgs 260.00 Kgs
3A. 1:2:4 (20 MSA) M:15 313.50 Kgs. 282.00 Kgs
4. 1:3:6 M:10 220.00 Kgs. 220.00 Kgs
5. 1:4:8 M:7.5 --- ----
6. 1:6:12 -- -- ----

Fine and coarse aggregate shall be measured by dry volumes in suitable wooden boxes.
Overall cement consumption for individual items during working season shall be within
70. or (-) 2%. In case the cement consumption is less that 2% than that specified, the work
shall be paid at reduced rates.

4.10.0 DESIGN MIX :

The ratio of the volumes of the fine and coarse aggregate may be varied within limits of
1:1:5 to 1:2.5 as directed by the Engineer-in-charge to suit the maximum size of coarse
aggregates, the grading density, workability and strength without extra cost.

The quantity of water shall be just sufficient, but not more than sufficient to produce a dense
concrete of required workability for its purpose. An accurate control shall be kept on the
quantity of mixing water. An allowance shall be made for surface moisture present in the
aggregates when computing water content is indicated in I.S 456-1978/2000.Nominal mix
CONTRACTOR NO. OF CORRECTION SDE EE 305
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
proportions of concrete are given in para 4.8.0. However, the exact proportions in which the
materials are to be used for different parts of the work shall be determined by carrying out mix
design to obtain the specified strength of the concrete. The design of mix, shall be submitted by
the Contractor and got approved from the Engineer-in-charge at least one month before the
commencement of the work. The design may be changed at any given time at the discretion of
the Engineer-in-charge during progress of work. The samples of aggregates and cement and the
resulting concrete as well as the concrete mix design shall be tested as per relevant I.S. by the
Engineer-in-charge. So as to secure the required workability, density, impermeability, strength
and economy.

All the materials going in each batch of concrete shall be weighed before use. The amount of
each individual size of aggregate entering each batch of concrete shall be determined by direct
weighing. The amount of water shall be added after weighing or volumetric measure. All
measuring equipment shall be calibrated correctly and certificate from the competent authority
shall be obtained as and when demanded by the Engineer-in-charge. All measuring equipment
shall be so designed and operated that the combined inaccuracies in feeding and measuring the
materials shall not exceed.

One and half percent for water or cement and two and half percent for each size of aggregate.
Any batch of concrete not satisfying this requirement is liable to be rejected. No cement older
than 60 days from the date of dispatch from the manufacturer shall be used on the work. The
cement to be used shall be in the older of its receipt so that no stock remains unused for
duration longer than 60 days. Cement older than 60 days shall be removed from site as per the
directives of Engineer-in-charge.

The ingredients of concrete shall be properly mixed in mixers, designed so as to positively ensure
uniform distribution of all the component materials through the mass, at the end of the mixing
period. The mixing of each batch shall continue about one and half to two minutes depending upon
the revolutions per minute of the mixer and experience after all materials except for the full amount
of water are added in the mixer. The minimum mixing period specified above assumes proper
control of the rotation of the mixer and of introduction of the materials, including water. The mixing
time shall be increased at the discretion of the Engineer-in-charge when the charging operation fails
to produce concrete of the required uniformity of composition and consistency within the batch and
from the batch of batch. Contractor shall not be entitled for any extra payment for such increase in
mixing time. Excessive mixing requiring the addition of the water to preserve the required concrete
consistency shall be avoided. If the mixing and charging operations are such that the required
uniformity of the concrete is obtained in shorter mixing time than the minimum specified without
sacrificed of needed workability, the mixing time may be shortened under order of the Engineer-
in-charge. Mixing shall be done by mechanical means only.

Materials corresponding to one bag mix or half bag mix (depending upon the mixer capacity)
shall be placed in the skip in sequence of metal cement and sand. The skip shall then be
emptied into the drum and specified quantity of water added to material in drum. The
following general principles shall be followed in operation of mixing.

a) The ingredient shall be fed into the mixer simultaneously.

b) A portion of water (between 5 to 10 percent) shall precede and an equal quantity shall
follow introduction of the other materials. The remainder of the water shall be added
uniformly and simultaneously with the other materials.
c) Care shall be taken that mixing of concrete in the mixer shall be uniform.

CONTRACTOR NO. OF CORRECTION SDE EE 306


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
4.11.0 TEST FOR CEMENT CONCRETE

4.11.1 STIPULATED CRUSING STRENGTH

The crushing strength in Newton per square millimetre on works cubes, at 28 days for each
nominal mix shall be as under.

Nominal Equivalent Preliminary Stipulated crushing strength in works


Mix ISS mixes test at 28 days tests
(N/mm2) At 7 days (N/mm2) At 28 days
(N/mm2)
1:1:2 M-25 32 17 25
1:1.5:3 M-20 26 13.5 20
1:2:4 M-15 20 10 15
1:3:6 M-10 13.5 7.5 10
1:4:8 M-7.5 10 5 7.5

4.11.2 PRELIMINARY LABORATORY TEST

Preliminary tests of cubes shall be carried out in the laboratory well in advance of
commencement of work. These tests should indicate in adequate margin over the stipulated
strength specified in Para 4.10.1

4.11.3 WORKS TESTS ON CONCRETE

Tests for crushing strength shall be made on standard cubes as per the relevant Indian
Standard Specifications. For works tests, samples shall be taken on the job as when directed.
For works tests, samples shall be taken once for every 30 cubic meter of each type of
concrete laid and at least three times a day, if output is more than 75 cubic meter. The
samples for work test is defined as a set of three cubes. The materials required for the
samples (concrete, cement, sand and coarse aggregate) shall be supplied by the Contractor
free of cost and collection of samples, casting and testing shall be carried out at the
Contractor’s cost.

4.11.4 STANDARD OF ACCEPTANCE

Eighty five percent at the test cube have crushing strength equal to or greater than the
stipulated strength of concrete. 15% of the samples shall have crushing strength more than 90%
of the stipulated crushing strength. Quantity of concrete represented by the sample having
crushing strength below 90% and 80 % of stipulated crushing strength shall be paid at reduced
rates.

4.11.5 SLUMP TESTS

In order to test the consistency of the mixed concrete. Slump test shall have to be made by
the Contractor when and where required by the Engineer-in-charge, as per Indian Standard
Specification. The allowable slump shall be decided by the Engineer-in-charge, depending upon
the location of the concrete.

4.11.6 In the case of reinforced concrete work, the workability shall be such as the

concrete shall surround and properly grip all the reinforcement. Water cement ratio shall be
such as shall give concrete just sufficiently wet to be placed and compacted without difficulty.

4.11.7 Concrete shall have a consistency such that it shall be workable in the
CONTRACTOR NO. OF CORRECTION SDE EE 307
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

required position and in the case of R.C.C. flow around reinforcing steel also.

4.11.8 For vibrated concrete slump shall range between 2.5 cm to 5 cm. The slump

shall be the less permitted by workability. The slump shall be determined as detailed in
Appendix ‘G’ of I.S. 456-1978/2000 and maintained throughout the concreting operation of
member.

4.12.0 FORMS

As far as possible Contractor shall use plastic formworks with prior approval of
Engineer-In-Charge.

4.12.1 GENERAL

Forms to confine the concrete and shape it to the required line shall be used wherever
necessary. The form shall have sufficient strength and rigidity to hold concrete and to withstand
the pressure of ramming and vibration without excessive deflection from the prescribed lines the
more so when the concrete is in vibration. The Contractor shall have to get the design and
drawing of the centring approved from the Engineer-in-charge before erection. Formwork shall
be of any of the following types.

a) Wooden shuttering with steel plates lining or plywood shuttering.

b) Steel shuttering.

c) Plastic formwork and plastic shuttering pannels

For works costing more than Rs. One Crore, only steel/plastic formwork shuttering to be
used. However as per need of site, wooden shuttering would be allowed only if it is free from
wrapping and is fabricated true to line and shape. The decision of the Engineer-in-charge as
to the suitability of wooden shuttering as per (a) above to be used by the Contractor shall be
final and binding on the Contractor. The surface of all forms in contact with concrete shall be
clean, rigid, watertight and smooth. Suitable devices shall be used to hold corners, adjacent
ends and edges of panel of other forms together in accurate alignment.

4.12.2 DESIGN

The detailed designs of the form work and false work shall be prepared by the Contractor
and got approved by the Engineer-in-charge well in time. Such an approval however, shall
not relieve the Contractor of his responsibility for the adequacy and strength of the formwork
and false work.

Forms shall be as designed and constructed as to be removable in sections without damaging


the surface of the concrete and with facilities of removal in ascending order without
disturbing the remaining forms required to be removed later.

4.12.3 MATERIAL

The forms and false work shall be made of wood, metal or plastic formwork system. In metal
forms, steel sheets of the designed gauge strengthened with framing of angle or other
sections shall be used.

4.12.4 FABRICATION

The joints should be made mortar tight. This may be done either by providing tongued and
grooved or riveted joint or by caulking or nailing to the construction operation. The nuts and bolt
CONTRACTOR NO. OF CORRECTION SDE EE 308
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
heads inside the form works adjoining the concrete should be countersunk. The formwork should
allow finished concrete to have a smooth surface and conform to the shapes, lines and
dimensions shown on the plans and true to line and grade. The effect of vibration shall be taken
into account in the design and fabrication of form and false work.

4.12.5 TREATMENT OF THE INNER SIDES OF FORMS

Before placing concrete the inner side of the forms which come in contact with the concrete
shall be coated with mineral oil or any other suitable materials approved the Engineer-in-
charge which shall prevent adhesion of concrete to the forms but shall not discolour the
concrete. When oil is used, it shall be applied before reinforcement is placed. Care shall be
taken to see that reinforcement does not come in contact with coating. All chipping saw dust
and other rubbish shall be removed from the interior of the forms before concreting.

4.12.6 FALSE WORK

False work shall be built on foundation or base of sufficient strength to carry the loads
without settlement. False work cannot be found on solid footing must be supported by piles
or other similar devices. False work shall be designed to carry the full loads including that
due to construction operation coming upon it.

4.12.7 ERECTION AND REMOVAL OF FORMS

The false work and form work shall be erected with an eye for absolute safety of the form
work and concrete work before and after pouring concrete. Watch should be kept to see that
the behaviour of centring and form is satisfactory during concreting. Erection should also be
such that it would allow removal of forms in proper sequence without damaging either the
concrete or the forms to be removed later.

If there is failure of false work and/or form the Contractor shall be responsible for all
consequent damages to work, injury to life and damage to property and make good the
damage at his cost.

i. Before placing concrete the surface of forms shall be oiled with a suitable non-
staining oil such as raw linseed oil so as to prevent sticking of concrete and facilitate the
removal of form.
ii. The oil shall cover the forms fully and evenly without excess over drip. Care shall be
taken to prevent oil from getting on the surface of the construction joints and on
reinforcement bars. Special care shall be taken to oil thoroughly the form strips for narrow
grooves so as to prevent swelling of the forms and the consequent damage to concrete prior
to or during removal of forms. Immediately before concrete is place, care shall be taken to
see that all forms are proper alignment and the supports and fixtures are thoroughly secured
and tightened.

iii. Where forms for continuous surface are placed in successive units, the forms shall fit
tightly over the completed surface so as to prevent leakage of mortar from the concrete
and to maintain accurate alignment of the surface.
iv. Forms shall be left in place until their removal is authorised and shall then be
removed with care so as to avoid injury to the concrete.

v. Removal of forms shall never be started until the concrete is thoroughly set and hardened
adequately to carry its own weight. Beside the live load which is likely to come on the work
during constructions. The length of time for which the forms shall remain in place shall be
decided by the Engineer-in-charge, with reference to weather conditions, shape position of the
structure or structural member and the nature and amount of dead and live loads.

CONTRACTOR NO. OF CORRECTION SDE EE 309


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
In normal circumstances forms shall be struck after the expiry of the following period.

a) Walls, columns and vertical faces of 24 to 28 hours as may be decided


al structural members. by the Engineer-in-charge.
b) Slabs (props left under) 3 days
c) Beam soffits (props left under) 7 days
d) Removal of Props under slabs
1) Spanning up to 4.5 7 days
2) Spanning over 6 m. 14 days
e) Removing of props under beams and
arches.
1) Spanning up to 4.5 14 days
2) Spanning over 6 m. 21 days
Note : The number of props left under their size and disposition shall be such as to be able to
carry the full dead load of the slab, beam or arch as the case may be together with any live
load likely to occur during curing of further construction.

In no case shall forms be removed until there is assurance that removal can be accomplished
without damaging the concrete surface. No loads shall be allowed to damage the concrete
surface. Heavy load shall not be permitted until the concrete has reached its designed
strength. The forms shall be removed with great caution and without harming the structure of
throwing heavy forms upon the floor.

4.12.8 RE-USE OF FORMS ETC.

Forms required to be used more than once shall be maintained in serviceable conditions and
shall be thoroughly cleaned and smoothened before reuse. Where metal sheets are used for
lining forms, the sheets shall be placed and maintained on the forms with minimum amount
of wrinkles, humps or other imperfections. All forms shall be checked for shape and strength
before reuse.

4.12.9 INSPECTION

The forms and false work shall be inspected, checked and approved by the Engineer-in-
charge before concreting commences. But this shall not relieve the Contractor of his
responsibility for strength, adequacy and safety of the form and false work.

4.13.0 PLACING CONCRETE


4.13.1 Concrete shall be placed only location where authorised and no-concrete or

mortar shall be placed until formwork, installations of embedded parts, preparation of


surface or necessary clean-up has been approved.

4.13.2 ROCK SURFACE

Rock surface upon or against which concrete is to be placed, shall be prepared as specified in
section of excavation for foundation.

4.13.3 MASONRY SURFACE

i. Masonry surface on which or against which concrete is to be placed, shall be prepared


as described in specification of masonry work of Volume - III. The unit rate for masonry
shall cover the cost of such preparation.
CONTRACTOR NO. OF CORRECTION SDE EE 310
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

ii. If the old layer of masonry which has been paid for is required to be removed as
mentioned in para 9.2.2 it shall be back filled with concrete along with upper concrete layer
at no extra cost.

4.13.4 CONCRETE SURFACES

Before laying of concrete the surface of the concrete in day to day work shall be cleaned by a
wire brush and jets of water, so that the surface is thoroughly cleaned and wetted but pools of
water are avoided. If the old concrete surface has remained exposed for than two weeks, if
shall be prepared not roughened by chipping to a depth of two centimetres and the surface
coated or covered with a layer of cement mortar (1:2) for a depth of 5 to 8 cm. The unit rate
of concrete shall cover the cost of such preparation and also the cost of cement mortar. The
concrete removed for roughening shall not be paid for.

4.13.5 ALL SURFACES

i.The cleaned rock, masonry or concrete surface shall be applied with cement slurry and
then cement mortar coat as .
ii. The first few batches of concrete may, if as required contain half the regular size of
coarse aggregate without any extra claims.

iii. The cost of such preparation work stands included in the unit rate of cement concrete.

4.13.6 TIME FOR USE

All concrete shall be placed directly in its final position within thirty minutes of mixing. Any
concrete, which has become so stiff that proper placing cannot be assured without re-
tempering shall be wasted and shall not be paid for. All surface of forms and metal work
including reinforcement that have become encrusted with dried mortar of grout concrete
previously placed shall be cleaned of all such mortar or grout before surrounding or adjacent
concrete is placed.

4.13.7 METHOD OF PLACEMENT

Before starting placing of concrete, it should be made certain that the transporting and placing
equipment is clean in proper order and that equipment along with the operating staff is arranged
to deliver the concrete in the final positions without undue delays and objectionable segregation.
The methods and the equipment used for transport and placing of concrete shall be such as shall
permit the delivery of concrete of the required consistency into the work without objectionable
segregation porosity or excessive loss of workability. Excessive segregation from whatever cause
shall be prevented in handling and placing operation by avoiding or controlling lateral movement
of the concrete as in dumping at an angle depositing continuously at one point and allowing the
concrete to flow. Concrete shall not be dropped from excessive heights and free fall should be
kept to a minimum. Concrete shall be deposited in continuous horizontal layers in a thickness of
approximately 30 cm in normal work to 45 cm for mass concrete excess that nothing herein shall
be construed to permit placement of the additional horizontal layers of mass concrete before the
entire area to be concreted is covered by previous layers. On flat, horizontal surfaces, where
congestion of steel near the forms makes placing of concrete difficult, a mortar of the same
cement, sand ratio as used in the concrete shall be first deposited to cover the forms and shall
stand included in the unit rate of concrete before the entire area to be concreted is covered by
previous layers is covered by previous layers.

4.13.8 RATE OF PLACING

Concreting should be continued without interruption until the structure of section is


completed or until satisfactory construction joints can be made. Location of construction
joints shall be as directed by the Engineer-in-charge. Concrete shall not be placed, faster than
the placing crew can compact it properly. In placing thin members and columns precautions
CONTRACTOR NO. OF CORRECTION SDE EE 311
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
shall be taken against too rapid placement which may result in movements or failure of the
form due to excessive lateral pressure. An interval of at least 12 hours and preferably 24
hours should elapse between the completion of columns and walls and the placing of slabs
beams or girders supported by them in order to avoid cracking due to settlement. All
concrete shall be placed in approximately horizontal lift not exceeding 1.25 meter in
thickness per day. Concrete in arches shall be done in strips extending from one pier to
another. No through joints shall be kept in the span.

4.13.9 CONCRETING AT NIGHT TIME

If concrete is to be placed at night adequate lighting arrangements shall be made, as directed by


the Engineer-in-charge.

4.13.10 CONCRETING DURING RAINS

When concreting is required to be done or continued while it shall be seen that the concrete is not
damaged due to rain while it is being transported and placed. After placing the green concrete it shall
be adequately covered for a period of 24 hours when it shall be capable for being cured by splash of
water. The surface of fresh concrete should be maintained on a slope sufficient for result in the self-
drainage of the rainwater. The work shall however be discontinued when the rain is so severe that
water collects in pools or washes the surface or the fresh concrete and it is not possible to provide
adequate shelter.

4.14.0 COMPACTION

4.14.1 GENERAL

In all concrete works, required nos. of vibrators, with standby in working condition shall be kept
ready at site as per the instructions of the Engineer-in-charge.

4.14.2 All concrete shall be vibrated by mechanical vibrator of approved type so as to ensure dense
concrete. Hand tamping and rolling shall not be used for compaction of concrete except in special
circumstances with the express permission of the Engineer-in-charge. When immersion type
vibrators are used they shall be used vertically at about 45 cm apart. The vibrators shall be inserted to
the full depth of the newly laid concrete layer. The concrete shall be thoroughly compacted during
depositing to get a dense concrete and thoroughly worked in to the edges and corners of the form
work and also along it faces and around reinforcement in the case of R.C.C. by means of suitable
tools such as trowel and rods to gets a good finish without honeycombing. The vibrator shall
however, not re-vibrate concrete, which has commenced its final set. Special care shall be taken to
see the vibrator touching the reinforcement of embedded part does not disturb the concrete
below, which has commenced its final set. The concrete shall not be vibrated excessively so as to
cause segregation.

4.14.3 Each layers of concrete, for surfaces which is required to be smooth and for all surfaces
which shall be permanently exposed to the weather, and for all surfaces next to embedded metal
work shall be worked and vibrated by mechanical vibrator of approved type only so as to obtain a
concrete of maximum density and imperviousness and to assure close contact of the concrete
with forms, reinforcement bars and other embedded parts. If the methods of transporting and
placement have been conductive to air entertainment segregation of stiffening, the work of
compaction should receive special attention.

4.14.4 For concrete surface exposed to flow of water special precaution shall be taken to
minimise and to prevent surface pitting and protrusions without resorting to over
manipulation of the concrete mix to the forms. No plastering for getting a smooth finish shall
be permitted at these locations. Any protrusion shall be ground smooth.

4.15.0 CURING AND PROTECTION.

All concrete shall be protected against injury until final acceptance. Exposed finished surface
of concrete shall be protected from the direct rays of sum of at least 72 hours after
CONTRACTOR NO. OF CORRECTION SDE EE 312
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
placement. Concrete shall be kept continuously moist for not less than 21 days. Construction
joins shall be cured in the same ways as other concrete and shall be kept moist for at least 72
hours prior to the placing of additional concrete upon the joints. Approximately horizontal
surfaces shall be cured by sprinkling, pounding or by covering, or by damp sand or may be
cured by the use of wet quills or mats. Vertical surfaces shall be cured by covering with wet
jute bags. If damp sand or quilting is used for curing, it shall be removed completed later.
Should the concrete that has become dry or powdery through neglect of curing the
Contractor shall rectify the work as his own extra cost. If curing arrangements by the
Contractor are not satisfactory the Engineer-in-charge may in his discretion engage labour
and provided material and equipment for curing and recover expenditure thus involved from
Contractor.

4.16.0 FINISHING

4.16.1 GENERAL

Finishing of formed and unformed surface shall be performed only by skilled workmen. All
exposed concrete surfaces shall be cleaned of all encrustations of cement mortar or grout.
Unsightly stains shall be removed.

4.16.2 FORMED SURFACES

Surface of concrete finished against form shall be smooth, free from projections and filled
thoroughly with mortar. Immediately upon removal of forms, all unsightly ridges of fines
shall be removed and any local bulging on exposed surfaces shall be remedied by tooling and
rubbing. All holes left by the removal of fasteners shall, after being reamed with toothed
reamer, neatly filled with dry patching mortar. All porous and fractured concrete and surface
concrete to which additions are required to bring it to the prescribed lines shall be sharp
edged and keyed shall be filled to required line with fresh concrete used for filling the
chipped openings and these shall not be less than 8 cm in depth and the concrete filling shall
be reinforced and doweled to the surface of the opening. Honey combed surfaces and
surfaces, which give a hollow sound, shall be rectified by guniting at the Contractors cost.

4.16.3 DRY PATCHING

Dry patching mortar shall consist of one part of cement to 2 parts of sand by volume and just
enough water so that the mortar so used, shall stick together on being moulded into a ball by
a slight pressure of hands and shall not exclude water when pressed but shall leave the hands
damp. The mortar shall be placed in layers of not more than 2 cm thickness. After being
compacted each layer shall be roughened by being scratched to provide an effective bond
with the succeeding layers. The last of finishing layer shall be smooth to form a surface
continuous with the surrounding concrete. All patches shall be bonded thoroughly to the
surface of the chipped opening and shall be sound and free from shrinkage cracks.

4.16.4 FINISHING PERMANENTLY ESPOSED SURFACE

Except as otherwise specified or directed all permanently exposed concrete surface and other
waterway surface requiring durability under water (except the outlet) shall be finished in the
following manner immediately upon the removal of the form the surface shall be wetted and
all surface pits and air bubbles filled by rubbing mortar composed of cement and fine sand in
proportion (1:2) in to the pits with burlap so at to secure a uniformly dense and smooth face.
The rubbing shall be performed in such a manner as to leave the surface free from mortar not
used for filling the pits. Should the filling operation be unduly delayed and the surfaces of
the pits become coated with dirt or other contaminating materials, they shall be thoroughly
cleaned and washed and shall be maintained in a moist condition, until the mortar filling is
placed. Such cleanings shall be done by means of air and water jets and chipping or brushing
or other satisfactory means without damaging the surrounding concrete. All operations in
connection with the filling of surface pits shall be handled as quickly as practicable to
CONTRACTOR NO. OF CORRECTION SDE EE 313
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
minimize the period during which the concrete and mortar filling are exposed to the drying.
When the treatment of a surface has been completed the surfaces shall be neat and of the
same colour and texture as the adjoining concrete.

4.16.5 FINISHING CONCEALED SURFACE ARCHES.

For exterior concealed surfaces below ground or back fill level or like surfaces not otherwise
specified, no finish is necessary except that sand streaks metal pockets, honey combing or
other imperfections which are of consequence affecting strength, water tightness or
protection of reinforcing steel from corrosion, shall be corrected and repaired as prescribed
for formed surface.

4.16.6 FINISHING UNFORMED SURFACE

Unformed surface shall be finished by one or more of the operation of Screeding floating and
trawling of the surface should be done at proper time employing experienced men and should
be just sufficient to produce the desired finished. Screeding which gives the surface its
approximate shape by striking of surplus concrete immediately after compaction shall be
accomplished, by moving a straight edge or template with a sawing motion across wood or
metal strips that have been established as guides. Where the surface is curved special screed
should be brought true to form and grade by working it with a wooden float. If a coarse
textured finish is desired or if the surface is to be steel trawled a section or final floating
should be performed after some stiffening has occurred and the surface moisture film or
shine has disappeared. Where smooth dense finish is desired floating shall be followed by
steel trawling sometime after moisture film or shine has disappeared from the floated surface
and where the concrete has hardened sufficiently to prevent fine material and water from
being worked out the surface. Excessive trawling particularly at early time shall be avoided.
4.16.7 CHIPPING AND ROUGHENING CONCRETE SURFACE.

Surface upon or against which additional concrete is to be placed shall be chipped and roughened
to a depth not greater than 25 mm. Roughening shall be performed by chipping or other
satisfactory methods and in such 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 all loose fragments, dirt and other objectionable
substances and shall be sound and hard in such conditions as to assure good mechanical bond
between old and new concrete. All concrete which is not hard, dense and durable shall
remove to the depth required to secure a satisfactory surface.

4.16.8 DAMAGE DUE TO FLOODS-COPORATION NOT RESPENSIBLE.

In case of damage of any of the concrete work due to floods. Corporation shall not be
responsible and whatever corrective measures are required to be adopted shall be done by the
Contractor at his cost.

4.16.0 CONCRETE NOMINAL MIX AND STIPULATED STRENTH

Sr. Nominal Mix Cement Stipulated Indicated Probable


No. content strength at location for use
in Maximum 28 days on
Kg/cum. Size of 15×15×15
aggregate cm. Cubes
in mm (works tests)
N/mm2
1 1:1.5:3 M-20 300.00 20 20 R.C.C. beams Slabs,
(20 MSA) walls,
columns & vertical
cross works. through
ribs of
CONTRACTOR NO. OF CORRECTION SDE EE 314
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

drainage
2 a) 1:2:4 M-15 282.00 20 15 Slabs, kerbs,
beams
b) 1:2:4 M-15 282.00 40 15 Abutment,
pier carps dirt
walls
c) 1:2:4 M-15 282.00 20 15 Wearing coat
(PCC) of bridges,
d) 1:2:4 M-15 282.00 20 15 Cast in situ
(PCC) canal lining..
3 a) 1:3:6 M-10 220.00 20 10 Side template

steps,
b) 1:3:6 M-10 220.00 40 10 Foundation of
(PCC) O.D.R.
approach
slabs,
4 1:1:2 M-25 375.00 40 2.5 RCC
(PCC) Structure
4.17.1 PAYMENT
4.17.2 Payments shall be on the net quantity of concrete after deducting quantities

for openings and other class of work. No deductions shall be made for anchor bars,
reinforcement grout holes, and bore or weep holes or any opening not exceeding 100 square
centimetres in cross section. Rate shall be subject to paragraph 4.10.4 above. Measurements
of concrete shall be taken within the specified pay lines for the structure or as indicated on
the drawings. Any concrete placed in the excavation beyond the line of structures to avoid
use of forms shall not be paid for.

All measurements shall be based on Approved estimate as per vetted design &
drawings. And payment shall be done as per Schedule of Payment, Volume-II.

BACK FILLING

5.1.0 GENERAL

Back-filling generally means excavation re-fill up to the ground level by embankment


material which is required to be placed in excavation after the structure is built up above,
then normal ground level. All the back-fill shall be carefully grade to the lines and grades as
shown on the drawings or as directed. The item includes the quarrying, transporting servicing
and such other processing operations to produce the materials of desired quality, laying
watering and compacting as directed. The material obtained from the excavation work in this
contract shall be allowed to be used for back-filling, if of approved quality, free of cost.

5.2.0 PREPARING SURFACE FOR BACK-FILLING

All loose materials and surface debris shall be removed. The bed sides shall be drenched
with water sufficiently so as to prevent absorption of water from back-fill material. Before
placing the back-fill material, the surface shall be tamped or otherwise consolidated
sufficiently.

5.3.0 BACK-FILLING WITH IMPERVIOUS MATERIAL.

The impervious material may be obtained from excavation stuff free of cost or borrowed
from outside from Contractor’s own sources if required without any limitation of lead or lift.
The quantity of the impervious material should be got approved from the Engineer-in-charge
CONTRACTOR NO. OF CORRECTION SDE EE 315
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
in advance. Water shall be added to the embankment and mixed by suitable means to assure
uniform distribution of moisture and be desired standard of compaction.

5.4.0 COMPACTION

The proctor test of soil compaction with approved modification shall govern the construction.
Laboratory methods shall be used to determine the optimum moisture content, dry and wet
density and permeability and the contraction shall be controlled by field tests and made to
determine whether adequate degree of compaction is being attained.

5.5.0 MODE OF MEASUREMENT AND PAYMENT :

All measurements shall be based on Approved estimate as per vetted design & drawings.

And payment shall be done as per Schedule of Payment, Volume-II.

5.6.0 BACK-FILLING WITH PREVIOUS MATERIAL.

The previous material may be obtained from the excavated stuff free of cost or borrowed
from Contractor’s own sources if required without any limitations of lead or lift. The quality
of the previous material should be got approved from the Engineer-in-charge in advance.
Care shall be taken to see that materials in the different layers are compacted properly and
the finished surface shall have a neat appearance.

5.7.0 MODE OF MEASUREMENT AND PAYMENT.

All measurements shall be based on Approved estimate as per vetted design & drawings.

And payment shall be done as per Schedule of Payment, Volume-II.

STEEL REINFORCEMENT

6.1.0 SCOPE OF WORK

This item shall include supplying, cutting, bending, binding and erecting in position steel
reinforcement conforming to relevant Indian Standard Specifications. (As per PWD standard
specification Volume-II Bd.F-17). All work related to reinforcemnt shall be done according to
PWD standard specification Volume-II-2012 including all type of testing.

The steel confirmimng to grade Fe-500 shall only be used for the work. No mildsteel
stirrups/links shall be allowed in RCC work.

All reinforcement shall be based on ductile detailing code IS: 13920 with Latest revision
for appropriate Earthquake Zone.

6.2.0 REINFORCEMENT BARS

6.2.1 Steel reinforcement bars and fabrics shall be placed in the concrete as shown in the
Drawing or ad directed. Before steel reinforcement is placed in position the surface of the
reinforcement shall be cleaned of rust, scale, dirt and grease and other objectionable foreign
substances (heavy flaky crust and Mill scale the cannot be removed by firm rubbing with
burlap, or equivalent treatment is considered objectionable). The fact that light or early stage
rust has no detrimental effect on bond and hence could be discharged shall not be used as
excuse of careless handling and storage of steel. In storing bars of the same size, length
shapes and grade shall be assembled in racks and marked distinctly. Before the
reinforcement bars are fixed in position it shall be verified that they are of specific size and
bent in accordance with the plans and specifications. They shall be accurately placed and
secured in position by means of built in concrete block, metallic chairs, hangers, spaces and

CONTRACTOR NO. OF CORRECTION SDE EE 316


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
other suitable devices, at sufficiently close intervals, so that they shall not sag between
supports, not be displacing of the concrete or by any operation of the work.
6.2.2 Special care shall be exercised to prevent any disturbance of the reinforcement in concrete
that has already been place. The reinforcement after being placed in position shall be maintained
in a clean condition until it is completely embedded in concrete to prevent further damage to the
concrete or unsightly rust stains on exposed concrete surface.

6.2.3 Reinforcement shall not be straightened or bend in a manner that shall injure or weaken
the materials. Bars with kinks or bends not shown on the plans shall not be used. Bars shall
be bent to the shape and dimensions shown, on the drawing or as directed, using a bar
bender, operated by hand or power, to attain the proper bending radius. The radius of bend
shall not less than 4 times the nominal size of the bar.

Heating of reinforcement bars to facilitate bending shall not normally be permitted when,
however, such heating is permitted in the case of large diameter bars, the temperature of the
steel shall not exceed the corresponding to a cherry red colour.

6.3 BINDING

Wire for tying reinforcement shall be soft and annealed steel. The wire may be of 1.22 mm to
1.63 mm and shall have to confirm to IS 280-1962. Metal support and spacers shall be
fabricated from non-corrodible metal. Dissimilar metal shall not be placed in concrete in
intimate proximity with each other or be joined by a connector especially in the continued
presence of moisture unless it is know that galvanic action shall not result.

6.4 DISTANCE BETWEEN REINFORCEMENT BARS.

6.4.1 The distance between two parallel reinforcement bars shall be except as provided
below in 7.4.1 not less than the greatest of the following distances.

71. The diameter of either bar, if their diameters be equal to.

72. The diameter of the larger bar, if their diameter be unequal.

73. 6 mm more than the nominal maximum size of the coarse aggregate
comprised in such concrete.

Note: A greater distance should be provided when convenient.

6.4.2 The vertical distance between two horizontal main steel reinforcements or the
corresponding distance at right angles to two inclined main steel reinforcement shall be not
less than 12 mm except at a splice or lap and except where one of such reinforcement is
transverse to the other.

6.4.3 The pitch of the main bars in a reinforced concrete solid slab shall be not more than
three times of effective depth of such slab, or 60 cm whichever less is.
6.5 SPLICING

Bar splices as indicated in the drawing or as specified by the Engineer-in-charge shall only be
allowed. The lapped ends shall be placed to ensure full bond on each bar. Splicing shall
not be done in the region of maximum bending moment, and splicing of adjacent bars shall
be avoided as for as possible.

Welding of bars for splicing may be allowed in place of lapping at the discretion of the
Engineer-in-charge at approved locations. When welding is resorted, instead of lapping, the
bar to be spliced shall be cleaned off all dire, scales, rust paint and foreign matter before
welding.

CONTRACTOR NO. OF CORRECTION SDE EE 317


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
All welding shall confirm to the relevant Indian Standard Specification. Any weld shall be
considered un-satisfactory if it fails to sustain a tensile stress of at least 90% of the tensile
stress of the bar in which the weld has been made. The Contractor shall make necessary
arrangements, for carrying out the tests as directed by the Engineer-in-charge and with the
accepted unit rate of reinforcement.

6.6 COVER (AS PER PROVISION MADE IN IS-456:2000)

6.6.1 Sufficient concrete cover shall be provided to protect reinforcement form corrosion or
as indicated in the drawings. All protruding bars from concrete or masonry to which other
bars are to be spliced and which shall be exposed to action of weather for an indefinite period
shall be protected from rusting by a thin coat of neat cement grout.

6.6.2 The thickness of concrete cover (exclusive of plaster or other decorative finish) shall
be as follow.

a) At each end of reinforcing bar a cover not less than 25 mm nor less than twice the
diameter of such rod or bar.

b) For a longitudinal reinforcement bar in a column cover not less than 40 mm nor less than
the diameter of such or bar in the case of column of minimum dimension of 18
mm nor under those bars which do not exceed 12 mm diameter, 25 mm cover may be
used.

c) For a longitudinal reinforcing bar in a beam a cover not less than 25 mm nor less than the
diameter of such rod or bar.

d) For tensile, compressive shear or other reinforcement in a slab a cover, not less than 12 mm nor
less than the diameter of such reinforcement.

e) For all external work for work against earth faces and also for internal work where there
exists particularly corrosive conditions, the cover of the concrete shall be increased by 12
mm beyond the figures given above (a to d)

6.6.3 Where because of splicing, thickness of concrete in between reduces to less than the
maximum size of the aggregate a concrete with reduced maximum size of aggregate shall be
used so at to allow development of bond in the splice. The extra-cost of such
special concrete shall be deemed to have been included in the unit rate for the main
concrete and shall be paid at the same rate.

6.7 INSPECTION BEFORE CONCRETING

No concerning shall be started unless the reinforcement as laid is finally checked and
certified by the Engineer-in-charge or his authorised representative. Before starting the
concerning the Contractor shall make certain that the measurements of the reinforcement
placed in have been recorded and that the Engineer-in-charge certifies the correctness of
reinforcement used. Failure to do so may mean no payment or payment at the discretion of
the Engineer-in-charge for the reinforcement concrete.

6.8 ANCHOR BARS

The cost of anchor bars roper shall be paid under the item of reinforcement.

6.9 MODE OF MEASUREMENTS

Accurate records shall be kept at all times of numbers, size, length and weight of bars placed
in position for different parts of the work. The reinforcement shall be paid as the weight of
actual quantity of steel reinforcement placed in the structure arrived at the time of measuring
the actual length of the bars used and placed as shown in the bars bending schedules
CONTRACTOR NO. OF CORRECTION SDE EE 318
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
including hooks, bends and laps. The length of the bar shall be measured to the next nearest
10 cm a fraction less than 5 cm being neglected and fraction of 5 cm more taken as 10 cm
weight shall be computed from the standard table of weights.

6.9.1 The rate accepted for the reinforcement shall include the cost of supplying, cutting,
bending, cleaning, straightening, fixing and maintaining in position the reinforcement.
Supplying and attaching binding wire, supports separators, hangers etc. shall be deemed to
be included in the rate for reinforcement and shall be measurement nor paid where welding is
permitted, for splicing, shall not be paid for separately.

6.9.2 TABLE OF WEIGHT FOR REINFORCEMENT.

Weight in Kg. Per meter.


Sr. Diameter of bar
No. in mm. M.S. round bars Ribbed Tor Steel bars
1 6 0.222 0.222
2 7 0.300 -
3 8 0.395 0.395
4 9 0.500 -
5 10 0.617 0.617
6 11 0.750 -
7 12 0.888 0.888
8 14 0.210 1.208
9 16 1.580 1.578
10 18 2.000 2.000
11 20 2.470 2.466
12 22 2.980 2.980
13 25 3.850 3.850
14 28 4.830 4.830
15 32 6.310 6.313
16 36 7.990 7.990
17 40 9.850 9.864
18 45 12.500 -
19 50 15.400 15.410

PROVIDING AND FILLING FOUNDATION WITH RUBBLE AND HARD


MURUM

7.1.0 GENERAL

The item provides for filling rubble and hard murum in foundation including de-watering
preparing the bed for foundation, obtaining rubble and hard murum, hand packing and
ramming the foundation and filling the voids as directed.

CONTRACTOR NO. OF CORRECTION SDE EE 319


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
7.2.0 MATERIAL

The rubble and hard murum shall be of approved quality and the percentage of material
should be Murum 40% and Rubble 100%.

7.3.0 FILLING

The bed on which rubble and hard murum is to be laid shall be cleared of all loose materials,
levelled and compacted and got approved from the Engineer-in-charge before starting rubble
and hard murum filling. Such preparation of the base shall be covered by the rate of this item.

The rubble shall be laid with the largest face downward and in close contact with each other
in layer not exceeding 30 cm. Each layer of rubble filling shall be hand packed and hard
murum shall be filled in the joints and voids so as to fill them completely as possible. The
rubble filling shall be roughly levelled at the top with hard murum.

7.4.0 ITEM TO INCLUDE

i. Preparation of foundation for laying rubble and hard murum.

ii. Providing rubble and hard murum for filling.

iii. Laying, packing and compaction including watering of rubble and hard murum.

iv. Any other labour, materials and use of tools required for the completion of the item
satisfactorily.

7.5.0 MEASUREMENT AND PAYMENT

The measurements shall be taken of completed fill and payment shall be on cubic meter
basis.All measurements shall be based on Approved estimate as per vetted design &
drawings. And payment shall be done as per Schedule of Payment, Volume-II.

CLEARING SITE

8.1.0 SCOPE

The item pertains to the provision of site clearing including cutting small shrubs, vegetation,
bushes and clearing stumps and molehills in the canal works.

8.2.0 CLEARING SITE

The land width required for component of canal shall be cleared for all trees having a girth of
30 cm and less brushwood, vegetation, bushed, stumps and other objectionable material. The
roots of trees shall be removed to a depth of 30 cm. below the surface of the foundation land
and side slopes and the excavation filled up with excavated material in 15 cm. To 20 cm.
Layers and the compacted. Brushwood, vegetation, bushes, stumps etc. shall be cut flush
with the ground. All the material cleared shall be the property of Corporation. Useful
material shall be arranged in convenient stacks as directed, at convenient place of disposal
and handed over the Corporation for disposal. Unsuitable material shall be burned or
otherwise disposed of by the Contractor at his own cost as directed by the Engineer-in-
charge without causing any nuisance, inconvenience or damage to the property of the people
in neighbourhood in cases, the material shall be disposed off in a neat manner.

CONTRACTOR NO. OF CORRECTION SDE EE 320


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
8.3.0 DISPOSAL OF STUFF REMOVED

All materials removed, as a result of clearance shall be a property of Corporation. Useful


material shall be arranged in convenient stacks as directed by the Engineer-in-charge.
Useless material shall be disposed off by the Contractor as directed by the Engineer-in-
charge without causing any nuisance, inconvenience.

8.4.0 ITEM TO INCLUDE

Clearing for canal embankment appurtenant works including cutting trees having a girth of
30 cm removing vegetation roots and molehills and disposal of material removed. All
necessary labour, materials and use of tools for carrying out the item shall be arranged by the
Contractor.

8.5.0 MODE OF MEASUREMENT AND PAYMENT

This is paid separately on square mater basis. All measurements shall be based on Approved
estimate as per vetted design & drawings. And payment shall be done as per Schedule of
Payment, Volume-II.

DE – WATERING

9.1.0 SCOPE

The item shall include all de-watering and diversion work required in a manner hereinafter
specified.

9.2.0 GENERAL

The canal/ pumphouse foundation/approach channel/forebay and any other foundation shall
be kept dry by resort to pumps along or in combination with manual labour for bailing out
water with buckets etc. or any other satisfactory method to be adopted shall be entirely left to
the choice of the Contractor provided de-watering is carried out satisfactorily and the
scheduled programme is adhered to. The Contractor shall plain, construct, and maintain
satisfactorily, safe and full proof arrangement for de-watering to ensure safe canal excavation
and laying concrete and masonry in the dry. The Contractor shall supply details of his
proposals for approval of the Engineer, but such an approval shall in way release the
Contractor from his responsibility for the adequacy of de-watering arrangements and for the
quality and safety of the work, for all of which the Contractor shall be solely responsible.

Other approved methods may be used by the Contractor at his discretion and cost to prevent
or reduce seepage and to protect the area to be excavated if the soil is porous.

9.2.1 PUMPING

Adequate pumping arrangements shall be made for de-watering canal and keeping the same
dry while lining masonry or concreting. Is in progress and till the mortar has sufficiently set.
Pumps of required capacity and in required number and stages shall be provided to ensure
the above pumping from the canal shall be done directly from the canal or from a sump
inside the excavation as necessary, in such a manner as to precluded the possibility of
movement of water through any fresh concrete or masonry and washing away parts of
concrete or mortar. No pumping shall be allowed during laying of concrete or masonry and
for a period of at least 24 hours thereafter unless. It is done from a suitable sump separated
from concrete or masonry by effective means. Pumping shall be done in such a way as not to
cause damage to the work or adjoining property by blow subsidence etc.
The Contractor shall make his own arrangements for necessary labour, materials, pumps,
engines, well-points and other suitable machinery and devices required for successful
execution of the item of de-watering.

CONTRACTOR NO. OF CORRECTION SDE EE 321


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
9.3.0 CONTRACTOR RESPONSIBLE F OR DIVERSION ETC.

The Contractor shall plan, construct and maintain satisfactorily necessary diversion channels
and other temporary diversion, protective works and furnish, install, maintain and operate all
necessary pumping and for de-watering the various parts of the work and maintaining the
canal section as free from water as required for approved construction operation.

9.3.1 ADEQUACY OF DIVERSION:

All bunds diversions of flow and other arrangements proposed to be made shall be by prior
discussion and approval by the Executive Engineer. On approval they shall be constructed
and maintained at the Contractor’s cost. Approval of the plans for diversion works shall not
relieve the Contractor of the responsibility for the adequacy of diversion and de-watering
arrangements.

9.4.0 CONTRACTOR TO DEWATER WHENEVER REQUIRED:

The area under all works as necessary shall be maintained free from water. The area shall also be
maintained free of water after any part of the work is completed for inspection, safely and or for
any other reasons determined as necessary. The Contractor shall pump all water from the site of
the works and shall keep the canal section free of water while excavating, concreting and
continue to keep the works free of water for periods as may be required for proper setting of
concrete or otherwise required for the completion of works.

The Contractor shall not be entitled to any claims or damages on account of or by reason of
any account of water leaking through under or around bunds diversion channels and other
diversion or protective works or overtopping.

9.5.0 DISILTING

If canal excavation are filled due to accumulation of surface flow during the progress of the
work or during rainy season or due to any other cause. All pumping required for de-watering
the pits and removing silt shall be done without extra cost.

9.6.0 REPAIRS & REMOVAL OF DIVERSION CHANNEL, BUNDSETC.

After having served their purpose the temporary bunds shall be removed to the extent
directed by the Engineer-in-charge from time to time.

The diversion channel, bunds etc. are likely to be damaged due to floods or due to any other
reason. If they are so damaged they shall be redone without extra cost to the Department.

Such removal of repair work shall be done in such a manner as not to damage any permanent
works. This shall be done at Contractor’s cost.

9.7.0 DISPOSAL OF WATER:

The water from the excavated canal shall be disposed off in the mariner detailed below or in any
other manners in conformity with the rules in force and approved by the Engineer.

In undeveloped areas such as countryside where sewerage system has not been introduced
the water may be led to the nearest natural drain or pond through properly laid and dug
channels or through pipes.

Disposal of water shall in no case cause inconvenience or nuisance to the inhabitants of the
area or cause damage to the property and structures nearby. Government regulations shall be
complied with and rights. On private land owners shall be respected regarding disposal of
water.

CONTRACTOR NO. OF CORRECTION SDE EE 322


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
Contractor shall be responsible for all the incidental like obtaining permission of local bodies
and persons concerned to lead the water to the open digging up channels, making use of land
sand properties owned by private persons or public bodies etc. and for the damage caused in
the operation of this item.

9.8.0 ITEM TO INCLUDE:

1) All labour, materials, pumps, plants, equipment, staging, shoring, strutting, sumps and
other arrangements necessary for de-watering during excavation and construction of
other item requiring de-watering.

2) De-watering canal excavation and construction of lining area and keeping the same dry
while excavation masonry and concrete work is in progress and till the work comes
above the water level and till the Engineer considers that the mortar or concrete has
sufficiently set.

3) De-watering till all the items requiring de-watering are fully completed. This shall also
include required for final section of canal and taxing measurements of all the items
requiring de-watering.
4) Removing stuff of any sort which might find access into the trenches by blowing slip or due
to any other cause whatsoever from the sides or bottom of the canal excavation or from
elsewhere during, or due to de-watering.

5) Leading water to the nearest natural or artificial drains, with all incidental requirements
concerns any compensations etc.

6) Compensation for the injury to the workmen and the public or damage to the nearby
properties during and on account of de-watering and disposal of water.

9.9.0 MODE OF MEASUREMENT AND PAYMENT.

The payment of de-watering shall be B.H.P./Hours for the complete job.

Full payment for the job of de-watering shall be made after completing the lining work up to
the Design level or to such level beyond which no de-watering shall be required either for
construction or for allowing the mortar or concrete to set.

If the Contractor is required to provide the diversion and coffer dam arrangements for the
proper completion of works as specified a number of times during the period of his contract,
the cost of such provision shall be included in bid quoted by contractor.

All measurements shall be based on Approved estimate as per vetted design & drawings.

And payment shall be done as per Schedule of Payment, Volume-II.

9.9.1 MEASUREMENTS:

The quantity of water pumped shall be based on actual BHP/Hrs. entered in daily register,
maintained by the Department on site. The register shall be signed by authorised
representative of the Contractor in token of acceptance. In case of dispute the decision given
by Engineer-in-charge shall be final and binding on the Contractor. The measurements shall
be in BHP/hrs.TONE PITCHING

10.0.0 SCOPE

The item shall consist of furnishing of all tools, equipment, and contractor’s own material
and labour required, carrying transporting and laying the pitching including dressing
embankment to the designed slopes and other operations necessary and ancillary thereto
with all leads and lifts etc. complete.
CONTRACTOR NO. OF CORRECTION SDE EE 323
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

10.2.0 MATERIALS

Sand: As per Para No.5.2 (b) of detailed specification of filter material.

Metal: As per para 5.2(d) of detailed specifications of filter materials.

Rubble for pitching

i. Stones for pitching shall be sound hard dense and durable rock and should not break down
or disintegrate on long exposure to water and air. The rubble shall be got approved form
the Engineer in charge.

ii. Size: The rock fragments shall be reasonably welt graded, containing at least 60% of
stones weighing 35 kg. Or more, minimum size shall be weighting 10kgs.

10.3.0 QUARRIES

Rubble required for the construction of pitching is contractor’s own material or is available
in total quantity from the excavation of cut-off trench and spillway excavation etc.
Contractor has to sort the material so as to obtain sound rubble. The contractor may be
required to carry out secondary blasting to obtain the rubble in required size and shape. Cost
for sorting necessary secondary blasting and transporting is already considered in the rate of
corresponding item. The claim or payment shall be entertained for this. This rock
requirement shall be met with the contractors own rubble quarries and rock stacks from
compulsory excavation from stripping. COI and drains etc. shall be got approved from the
Engineer in charge. Approval to quarry and stacks shall not mean that all rubble available
from that quarry is also approved by the Engineer in charge and only approved quality of
rubble shall have to be used.

10.4.0 LAYING

The base slope shall first be prepared to receive the pitching. The thickness of the rubble pitching
shall 30 cm the thickness of rubble pitching is exclusive of the thickness of filter backing of sand
and metal. Stones shall be placed on end with the broadest side down and length normal to the
slopes. Larger rock fragments should be uniformly distributed with smaller rock fragment in
such a manner as shall result in compact uniform layers of pitching. The pitching shall be
made in one layer by using specified length of stones. Stones should be as perpendicular as
possible. The interstices between stones shall be filled with chips of as large size as possible
and hammering in such filling shall be carried out simultaneously with placing in position of
the larger stones and shall in no case be permitted to fall behind. The wedging shall be son
done that no chip can be removed by hand. No loose spools or chips should be the top
surface of pitching. The chips shall not be used as a substitute for full thickness of the large
stones. The surface should present reasonably uniform slope as designed with a dense but
rough face on upstream side and smooth surface on downstream. The guide shall form part
of pitching.
10.5.0 MODE OF MEASUREMENT

The measurement shall be taken for pitching which shall be paid on volumetric basis with cubic
meter as unit. All measurements shall be based on Approved estimate as per vetted design &
drawings. And payment shall be done as per Schedule of Payment, Volume-II.

11.0 OTHER BUILDING SPECIFICATION FOR PUMP HOUSE AND OTHER


BUILDING

All other Building specification as per PWD Maharashtra Standard Specification Volume-II:
Buildings 2012 as directed by Engineer-in-Charge.

CONTRACTOR NO. OF CORRECTION SDE EE 324


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

Specification Item Details


No
All structural steel work/items required for building as per
appropriate specification under Bd. C and as directed by Engineer-
in-Charge. Parking shall be structural steel frame work with color
coated steel sheets with architecturally aesthetic view and
Bd. C Structural Steel approved by Engineer-in-Charge.
Bd. E PCC All PCC work/items required for building as per
appropriate specification under Bd. E and as
directed by Engineer-in-Charge.
Bd. F RCC All RCC work/items required for building as per
appropriate specification under Bd. E and as
directed by Engineer-in-Charge.
Same is applicable for other items like admixtures
as directed by Engineer-in-Charge.
Bd. G Brick Work Specification B.7 under Bd. G shall be applicable.
Cement Mortar as per B.4

Bd. H Stone Masonry All Stone Masonry work/items required for


building as per appropriate specification under Bd.
H and as directed by Engineer-in-Charge. Cement
Mortar as per B.4

Bd. J All Water Proofing work/items required for


Water proofing for building as per appropriate specification under Bd.
Roof and other J and as directed by Engineer-in-Charge.
components & Brick Bat Koba with water proofing compound or
damp proofing APP Membrane shall be used.

Bd. K Expansion Joints As per Bd.K.1

Bd. L Internal Plaster- 12mm thick as per Bd.L.2


External Plster-20mm thick as per Bd. L.4
Plastering & Pointing as per appropriate specification as directed
Pointing by Engineer-in-Charge.

Bd. M Paving,Floor Plinth Protection work as per Bd.M.1 all around


Finish & Dados building.

Floor for Parking shall be PCC 1:2:4 type using


20mm graded aggregate 50mm thick finished
rough & making non-skid by Spike rolling to
surfaces or making impressions of expanded metal,
whilst the concrete is green over 75mm thick PCC
1:4:8 sub base over Rubble and Murum filling
which is properly watered and rammed.
Flooring for Pump Location
CONTRACTOR NO. OF CORRECTION SDE EE 325
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

Heavy duty Industrial flooring shall be provided for


Pump House and Control room with as per IS:
4631-1986 and as directed by Engineer-in-Charge.

All other Building Flooring & Dado as per


scope.
Flooring- Vitrified Non Skid Flooring min 600 X
600 over 15mm screed bed of CM 1:6 as approved
make by Engineer-in-Charge.
Lavatory Block- Glazed ceramic tiles of approved
make.
Paver Block- As defined in scope of work.

Bd. N Wood Finishes All wooden item work finishes shall be as per Bd.N

Bd. O Oil Painting As per scope of work and as per appropriate


specification under Bd. O and as directed by
Engineer-in-Charge.

Bd. Q Wood Work As per scope of work and as per appropriate


specification under Bd. Q and as directed by
Engineer-in-Charge.

Roofing & All ceiling (POP, False ceiling) as directed by


Ceiling Engineer-in-Charge.

Bd. S Glaziers Work As per scope of work and as per appropriate


specification under Bd. S and as directed by
Engineer-in-Charge.

Bd. T Door, window, As per scope of work and as per appropriate


Ventilators & specification under Bd. T and as directed by
Partitions, Engineer-in-Charge.

Bd. U Iron Work As per scope of work and as per appropriate


Rolling shutters specification under Bd. U and as directed by Engineer-in-
& Collapsible Charge.
Gate
Bd. V Water Supply & As per scope of work and as per appropriate
Sanitary Fittings specification under Bd. U and as directed by
Engineer-in-Charge.
All fittings make as approved by Engineer-In-Charge.
Anti-termite All as per Indian code of practice and as directed by
treatment Engineer-in-Charge.
As per scope of work and as per appropriate specification under
Bd. W Miscellaneous Bd. W and as directed by Engineer-in-Charge.
All as per scope of work and as per relevant Indian code and as
directed by Engineer-in-Charge and architect until otherwise
Furniture specified in tender document.

CONTRACTOR NO. OF CORRECTION SDE EE 326


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
Item of Building which are not covered under PWD standard Specification Volume-II
Building:2012, Relevant CPWD, MES, Mahavitran, Relevant Indian & International code
shall be applicable as directed by Engineer-in-Charge.

All other necessary provisions shall be made as per National Building Code of India 2005
and relevant specification as per Indian code and as decided by Engineer-in-Charge shall
be applicable.

All measurements shall be based on Approved estimate as per vetted design & drawings.

And payment shall be done as per Schedule of Payment, Volume-II.

12.0 ROLLING SHUTTERS

12.1 Rolling shutter

These shall consist of MS laths 1.25mm thick and 80mm wide laths or as specified. The laths
shall be machine rolled and straightened with an effective bridge depth of 16mm and shall be
interlocked together throughout their entire length and jointed together at the end with end
locks. These shall be mounted on specially designed pipe shaft. Each lath section shall be
continuous single strip piece without any joint.

The springs shall be coiled type. The spring shall be manufactured from high tensile spring
steel wire or strip of adequate strength to balance the shutters in all positions. The spring pipe
shaft etc. shall be supported on strong mild steel brackets.

12.2 Guide Channel

The guide channels shall be of mild steel deep channel section and of rolled, pressed or built
up (fabricated) construction. The thickness of the sheet used shall not be less than 3.15mm.
The minimum depths for guide channels shall be as follows: Clear width of shutter Depth of
Guide Channel. Up to 3.5m 60mm 3.5m and above 75mm the gap between the two legs of
the guide channel shall be sufficient to allow the free movement of the curtain and at the
same time – close enough to prevent the rattling of the curtain due to wind. Each guide
channel shall be provided with a minimum of three fixing elates or supports for attachment to
the walls or column by means of bolts or screws. The spacing of cleats shall not exceed
0.75m. Alternatively, the guide channels may also be provided with suitable dowels, hooks
or pins for embedding in the walls. The guide channels shall be attached to the jambs, plumb
and true, either in the overlapping fashion, projecting fashion or embedded in grooves,
depending on the method of fixing. The cover of shaft, spring etc. shall be of the same
material as that of lath.

12.3 Fixing

Brackets shall be fixed on the lintel or under the lintel as specified with raw plugs, and
screws bolts etc. the shaft along with the spring shall then be fixed on the brackets. Page

128 Detailed Specifications of Building Works (Civil) the lath portion (shutter) shall be
laid on ground and the side guide channels shall be bound with it with ropes etc. the
shutter shall then be placed in position and top fixed with pipe shaft with bolts and nuts.
The sides guide channels and the cover and frame shall then be fixed to the walls
through the plate welded to the guides. These plates and bracket shall be fixed by means
of steel screws bolts, and raw plugs drilled in the wall. The plates and screws bolts shall
be concealed in plaster to make their location invisible. Fixing shall be done accurately
in a workman like manner that the operation of the shutter is easy and smooth.

CONTRACTOR NO. OF CORRECTION SDE EE 327


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
12.4 Painting

All surfaces are to be painted with primer coat and minimum two coats of enamel paints
as per specification, after drying and thoroughly cleaned to remove all loose scale and
loose rust. Surfaces not in contact but inaccessible after shop assembling, shall receive
the full specified protective treatment before assembling.

12.5 Measurement & Rate

The measurement shall be done in height multiplied by width of the shutter, i.e. in Sqm.
No extra shall be paid for like shutter cover box, edges, etc. The rate shall be inclusive
of labour, material, all complete.

All measurements shall be based on Approved estimate as per vetted design & drawings.

And payment shall be done as per Schedule of Payment, Volume-II.

13.0 M.S. GATES

13.1 GENERAL

The item provide for procuring and fixing of M.S. Gates of specified type and size in
position including necessary conveyance and joining and concreting in plumb.

13.2 MATERIALS
CC M-20 (20 MSA)
Plumb, Anchorage if required

M.S. Gate of required size as per approved drawing.

13.3 CONCRETING AND FIXING GATE IN PLUMB

The sill beam be fixed in C.C. M-20 (20 M.S.A.) with anchorage arrangement and
embedded in this bottom channel duly checking the skill level. The gate frame be
erected in plumb and water tight and side concreting be done as per specifications and
as per directions of Engineer-in-charge.

13.4 HANDLING OF GATES

All care shall be exercised in handling and fixing of the gates. Any damages or breakage
during transport, handling and fixing shall have to be borne by the contractor and repair to
gate shall be done as directed by Engineer-in-charge.

13.5 MODE OF MEASUREMENTS

The contract rate shall be for one number after fixing. The measurements shall be for the
number of gates fixed and tested. All measurements shall be based on Approved estimate as
per vetted design & drawings. And payment shall be done as per Schedule of Payment,
Volume-II.

14.0 MECHANICAL EQUIPMENT REQUIRED AT PUMP HOUSE

Following equipments are required at pump house locations. Materials/Equipments


which are required apart from below shall also be responsibility of contractor.

1) Providing & manufacturing, erecting in position vertical types of gates & trash tracks
arrangements of required size & materials including all necessary component parts such as
stem rod, girders, rollers, stiffeners, lip lets, and sundries material including fixtures &
Fasteners as per approved drawing including fixing commissioning, testing with all leads &
CONTRACTOR NO. OF CORRECTION SDE EE 328
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
lifts etc. complete as per specification used in mechanical wing of WRD and as per CDO
Code of practice with relevant Indian standard code & as directed by Engineer - in – charge.

2) Supply, installation, trial and commissioning of Electrically operated Monorail hoist of


required capacity suitable to run on a monorail erected with L. T; Geared trolley, Traversing
Girder, Brake, Safety Device, Pendant push button with starter, Panel Board suitable for
Pump house including Fabrication of Monorail for the Hoist and erecting the same.

3) Supply, manufacturing & fabrication, erecting in position Stop Log Gates of required size for
pump house including all necessary component parts, fixtures & Fasteners as per approved
drawings as per specification used in mechanical wing of WRD and as per CDO Code of practice
with relevant Indian standard code & as directed by Engineer-in-charge.

4) All other mechanical arrangements/components required at pump house location required


for operation & Maintenance, repair purpose as directed by Engineer-in-Charge.

Materials

All materials required shall be as per relevant specification and standards.

Measurement & Payment

Measurement shall be done as per standard WRD practice for concerned item of work.
Measurements shall be done based on approved estimate prepared on the basis of vetted
design & drawing. Payment shall be done as per Schedule of Payment, Volume-II.

15. ROCK BOLTING & GUNITING WORK

Work related to Rock bolting & Guniting, if required, shall be done according to relevant
Indian code of practice used in WRD Maharashtra. No extra payment for this work shall be
done to contractor. Contractor shall include such cost in his bid amount.

16. MEASUREMENT & PAYMENT

All measurement shall be done as per approved estimate based on vetted design & drawings.
Payment shall be done as per Schedule of Payment, Volume-II.

17. FOR OTHER WORKS:


For the items of other works, not mentioned in above specifications contractor has to
prepare and submit the technical specification based on relevant IS code, guidelines of the State
government/ concern department/manufacturer along with the details design and drawings. The
technical specifications will be vetted and approved along with design and drawings From
Competent authority. The contractor has to execute the work on the basis of approved relevant
civil/mechanical/Electrical department & WRD Maharashtra technical specifications.

CONTRACTOR NO. OF CORRECTION SDE EE 329


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

SECTION- V

PUMPING MACHINERY &


ALLIED ELECTRICAL
EQUPMENTS

CONTRACTOR NO. OF CORRECTION SDE EE 330


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
SECTION- V: PUMPING MACHINERY & ALLIED ELECTRICAL EQUPMENTS

PUMPS & MOTORS-

Following are the important criteria’s for pump selection.

1) Over the life cycle time of 15 years of the pumps the power should not exceed 1.9
MW and suitable efficiency of the motor and pumps should be chosen such that system
efficiency deterioration over 15 year period even with due maintenance is such that the
power remains within 1.9 MW.

2) Maintenance proposal shall be binding on the bidder for a period of 15 years for the
pump and motor maintenance and successful bidder shall sign a separate agreement for the
same along with the agreement for this tender. No extra cost payable for contractor for this
maintenance.

Note: -

Contractor can use Submerged Centrifugal Pump set or Vertical Turbine Pump.
Pumps of standard make and shall got approved by Chief Engineer, WRD, Amravati.

74. SPECIFICATION FOR SUBMERGED CENTRIFUGAL PUMP SET

Technical Specifications of Wet Installed, Submerged Centrifugal Pump sets.

1. The pump set shall be of Compact Unitary construction. The pump casing shall be of high
efficiency, volute Casing type with the Impeller mounted directly onto the Extended Solid
Motor Shaft (without any couplings).

2. The pump set should be Single / two Stage types i.e. it should have only one / two
impeller(S) & one / two Casing – more than two stages shall not be allowed. Pump Casing
shall be high efficiency, Centrifugal Volute type.

3. The pumps are to be installed directly into the water body (Canal / Sump / River or
unscreened Jack well), so it may suck up lot of silt, clay, pebbles & vegetation. Hence it
should be reliable & robust.

75. Installation

4.1 The pumps should always be suitable for Vertical or Horizontal mounting; Permanent or
Portable Installation & be interchangeable between these modes throughout their working
life time (by suitable use of base frames/ auto coupling systems which can be ordered either
during the main P.O. or at a later stage).
4.2 Installation Arrangements.

The detailed scope of supply & mode of installation shall be as per the specific tender data
sheets or as per instructions of the Engineer-in-Charge.

4.2.1 Auto Coupling System.

a. he pump set should be coupled to the rising mains by an Automatic Coupling


System within built integrally cast bend. The automatic coupling system should have a
pedestal (which is bolted on to sump bottom by pre-grouted foundation bolts) which is
permanently bolted on to the rising mains with Guide pipe Arrangement.

b. Auto coupling design should be such that the lifting chain’s hook can be
engaged to the pump’s lifting hook without the need for man to enter the wet sump to
engage the same.

CONTRACTOR NO. OF CORRECTION SDE EE 331


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
5. Pump End Design

5.1 Speed

5.1.1 To achieve best efficiency, reasonable cost & yet long life, the speed of the Pump set
should be such that the Specific Speed (Ns) of the pumps (calculated as per for Single Stage,
Single Suction Impeller pumps assuming duty point as the best efficiency point ); should not
exceed:

▪ 58 for up to DN 100,

▪ 70 for pumps up to DN 200,

▪ 87 for pumps up to DN 300,

▪ 106 For pumps up to DN 400,

▪ 116 for pumps up to DN 500 &

▪ 125 for larger pumps.

Where Specific Speed (Ns) as per given formula

Where Ns- Specific Speed

N- Pump Speed, rpm


Q- Flow in m3/hr.
H- Head in Meter. (Values shall take at best efficiency point)

5.1.2 in addition to 5.1.1; Motors > 113 kW &/or with Pump’s duty point flow rate > 100
Lps shall be limited to not more than 1500 rpm.

5.2 The pump shall be capable of developing the required total head at rated capacity for its
continuous operation. Pumps of particular category shall be identical and shall be suitable for
parallel operation.

5.3 The Head - Capacity (H-Q) curve shall be continuously rising towards shut off with the
highest at shut off. The shut off head shall be at least 120% of the specified duty point
head. The Impeller shall be of high efficiency Multi Channel Enclosed type (except for
Specific Speeds ≥ 90 where Semi Open Impellers shall be allowable).

5.4 Suction Strainer

5.4.1 The pump fitted directly with a Suction Bell mouth to which is compulsorily fitted with
a Heavy duty Strainer (to avoid pick up of gravel, pebbles, vegetation, etc.)

5.4.2 Sizing of the Suction Strainer should be as per the Larger of the two:

5.5.2.1 At the duty point flow, the Suction Velocity (at Strainer Holes), should never exceed
3.0m/s.

5.5.2.2 At the duty point flow, the total cumulative Suction Area of all the Strainer Holes
should always be 2.0 times the Impeller’s Suction Eye Area.

5.5.3 However Large & Slow Speed pumps (with Solid Handling Ability 75mm & of
Speeds1000 rpm) may be offered without Suction Strainer.
CONTRACTOR NO. OF CORRECTION SDE EE 332
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

5.5.4 The pump’s solid handling size & maximum hole size of suction strainer should be as
per below mentioned chart.

Table 1: Design of Impeller & Strainer

Min Thickness of Max. Permissible Hole Size


Pump Delivery Size
Suction Strainer of Suction Strainer

DN 25, DN 32 & DN40 Not more than 4mm


DN50 & DN65 Not more than 6mm
2 mm
DN 80 Not more than 8mm
DN 100 Not more than 10mm

DN 125 Not more than 12mm


3 mm
DN 150 Not more than 14mm
DN 200 Not more than 21mm
DN 250 5 mm Not more than 30mm
DN 300 & 350 Not more than 40mm
DN 400 & Above 7 mm Not more than 50mm

5.6 The pump set shall be suitable for starting with delivery valve open as well as closed at
any operating point. The motor should also start accordingly. The pump set shall be capable
of withstanding the accidental rotation in reverse direction.

5.7 Complete Performance Curve, Data Sheets, and GA drawings showing Installation Sizes
shall be submitted along with the Technical Bid.

5.8 Pump having less than minimum guaranteed efficiency i.e. 80% is not acceptable

6. Induction Motor (Submerged) End Design

6.1 The motor shall be of Squirrel Cage, Induction type, Resin Filled yet capable of Water
Immersion up to 20mwc for S1 duty with IP-68 Protection – Motors with Oil or Water filled
windings shall not be allowed. It shall comply with IS9283 (2013).

6.2 It is rated for 415 V, ± 10 %, 50 Hz ± 5%, (10% ± Combined Voltage & frequency), 3
phase, A.C.Power Supply. Its winding should be of Class “H” insulation * (withstanding
winding hot spot temperature of up to 185°C respectively) while the nominal temp rise of
winding hotspot should not exceed that of class “B” i.e.1300.

6.3 It should be wound using Dual Coated, Super Enamelled; Copper wire with high
temperature index as per I.S. 4800 Part-13.

PVC / Poly propylene – poly ethylene insulation for winding wires shall not be

allowed.

6.4 Motor’s Insulation should be Vacuum Pressure (VPI) Resin Impregnated & Oven

CONTRACTOR NO. OF CORRECTION SDE EE 333


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
Baked to ensure a Moisture Impervious & Mechanically Resin poor type insulation. Dip

or Pour type Air Dry Varnishing shall not be allowed.

6.5 The Power rating of the motor shall be the higher of the following:

6.5.1 Motor rating shall be below200 Kw as per IS-325 and rated for 415 Volts.

6.5.2 115% of the power input to the pump at duty point at a speed corresponding to the
frequency of 50 Hz.

6.5.3 105% of the maximum power input while operating solo or in parallel within maximum
and minimum system resistances corresponding to the speed at 50Hz.

6.6 The Motor’s Rotor shall be of Copper Bar type* to assure:

6.6.1. Long Corrosion free Service life (in presence of high moisture inevitable in submerged
motors, Aluminium corrodes much faster than Copper),

6.6.2. Ease of Onsite Repairing &

6.6.3. Beneficial Fly Wheel type inertial effect (as compared to aluminium rotor, copper rotor
is heavy) which reduces detrimental effects of water hammer

6.6.4. Better Motor Efficiency & Cooler Operating Temperature

6.7 MOTOR COOLING:

In Horizontally/vertically installed pump set, the dead water level in the sump exceeds 1.5m
from the pump centreline, the motor can be cooled just by water immersion or surface cooled
by circulation of water through jacket shell. IP68

6.8 MOTOR PROTECTION

6.8.1. Motor Winding: Thermal Overload Protection by 1 each for each phase inbuilt
overload

6.8.1.1. Bimetallic Switch < 115 kW

6.8.1.2. Bimetallic Switch & also a PT 100 sensor for > 115kW

6.8.2.. RRP: Reverse Rotation Protection to detect pumps direction (for > 30kW).

6.8.3. BTD: Upper & Lower Bearing Temperature Detector to detect temperature of DE &
NDE bearing.

6.8.3.1. Bimetallic Switch for > 37 kW

6.8.3.2. Bimetallic Switch + PT 100 Sensor > 112 kW @ 4P & 150 kW @ 6P

6.8.4. LSLD: Primary (Lower or Inboard) Seal Leakage Detector (to detect the lower
mechanical seal failure) for All Pump sets

6.8.5. USLD: Secondary (Upper or Outboard) Seal Leakage Detector to detect the upper
mechanical seal failure (for > 225kW @4P).

6.8.6. CCWLD: Cable Connection Chamber Water Leakage Detector (to detect water in
cable connection chamber) (for ≥ 75 kW @ 4P, 6P, 8P)

CONTRACTOR NO. OF CORRECTION SDE EE 334


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
6.8.7. SBWLD: Stator Body Water Leakage Detector (to detect water leakage in to stator
body). (For ≥ 75 kW @ 4P, 6P, 8P)

6.9. CABLES

6.9.1 A watertight Cable Junction Box sealed from the motor shall be provided for the motor
power and signalling cables.

6.9.2 The cable shall be brought directly out of the submerged motor without joints, and shall
be of sufficient length, minimum 10 m to be terminated in an IP 67 junction box outside
adjacent to the wet well & above the HFL They shall be sized in accordance with the
electricity utility regulations and BS 7671.

6.9.3 It should have Power as well as Control Cables of Dual Sheathed EPRS / PVC
Armoured type with Copper Core of required size as per detail engineering. However, the
Cross Section of the cable shall be ample enough to ensure a Voltage Drop of not more than
2% at actual site conditions.

7. SHAFT & BEARINGS

7.1. The Solid Shaft shall be supported by heavy duty Ball or Roller bearings with a
minimum L10 life of 1,00,000 hours in accordance with BS 5512.

7.2. The bearings should be lubricated with Premium Quality, High Temperature, Long Life
Grease thereby obviating the need of re-lubrication for up to L10 life of the bearings. The
bearing should be of Metric Series (& not Imperial one) with re-greasing interval of not less
than 45,000 hours for motor rated > 450 kW & 1,00,000 hours for motors rated ≤ 450 kW.

7.3. Oil Lubricated bearings shall not be allowed.

7.4. In case the motor is to be driven via a VFD, at least one of the bearings (DE or NDE)
should be Oxide coated Current Insulated to prevent “electric fluting damage” caused by
Harmonics.

8.0 STUFFING BOX / OIL CHAMBER

8.1 The pressurized entry of water into the motor (from the pump’s volute casing) should be
prevented by two separate mechanical seals in mounted in a Tandem mode within an oil
chamber.

8.2 The Primary (Inboard) seal should be of Silicon Carbide or Tungsten Carbide faces to
withstand erosive wear due to any silt particles. The Secondary (Outboard) seal should be of
Carbon v/s Cast Chrome Molybdenum Steel or Silicon Carbide or Tungsten Carbide – i.e.
Thermally Unstable materials like Alumina/ Aluminium Oxide shall not be allowed.

8.3 For material of Construction of mechanical sea- Refer Table2.

9. TESTING

9.1. The pump sets shall be tested at the pump manufacturer’s works in accordance of IS
5120 (Tolerance Class 2), IS 325, IS 4029, IEEE 112, IS 10981, ISO 9906; with or without
VFD

9.2. The Flow shall be measured by full Bore Electro-Magnetic or Ultrasonic Flow Meters
(of 0.5% or less accuracy class.)

9.3. In case of MNC pump manufacturer not having adequate testing facility within
reasonable distance (i.e. decided by the area of operation of the TPI); the pumps should be
tested at the Alternative Test Bed or at Field within 30 days of installation which the
contractor/ manufacturer is bound to offer at free of cost.
CONTRACTOR NO. OF CORRECTION SDE EE 335
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

The Field Testing shall include the following:

9.3.1. Motor Routine Tests:

9.3.1.1. IR

9.3.1.2. HV

9.3.1.3. No Load Amperes, Vibration, etc.

9.3.2. Pump Performance Testing (in accordance with IS 5120 (Tolerance Class 2), IS

10981, ISO 9906.

9.3.2.1. Measurements of Head, Discharge, Motor Input at least for 6 different points to plot
the Actual Performance Curves

9.3.3. Motor should be tested in accordance with IS 325, IS 4029 and IEEE 112.

All the Extra Charges for such Field Testing shall be borne by the Contractor. It is clarified
that, in case of Field Testing Failure; Client/ End user reserves the right to detain the pumps
in their custody until the contractor replaces the failed pumps with new pumps which shall
again be subjected to Re-Testing. No extra charges shall be allowed by Client/ End user to
the contractor.

All measurements shall be based on Approved estimate as per vetted design &
drawings. And payment shall be done as per Schedule of Payment, Volume-II.

Table 2 : Materials of Construction


Motor Casing, Oil Chamber Cast Iron (FG 260 as per IS 210 or GG25 or EN-JL1040)
& other parts
Motor ‘s (Squirrel Cage) Copper Bar only*
Rotor

Mechanical Seals Double mechanical seal should be fitted.


• Primary (Inboard) : Silicon Carbide v/s Silicon Carbide
or Tungsten Carbide v/s Tungsten Carbide
• Secondary (Outboard):
Carbon v/s Cast Chrome Molybdenum Steel.
However for larger motors (> 45kW @ 3000rpm &
> 250kW @ 1500rpm & > 200kW @ 1000rpm) it
should be Carbon v/s Silicon Carbide or Tungsten
Carbide.
Elastomers:
All “O” rings of Viton only
& Bellows of either Viton OR Nitrile

Fasteners Stainless Steel

Pump (Volute) Casing Cast Iron (FG 260 as per IS 210 or GG25 or EN-JL1040) for
head < 40 m and Ductile Cast Iron ( 400 / 12 ) for head > 40 m
Suction Bell mouth & Cast Iron (FG 260 as per IS 210 or GG25 or EN-JL1040)

miscellaneous pump parts

CONTRACTOR NO. OF CORRECTION SDE EE 336


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
Impeller Cast Austenitic Stainless Steel (SS 316 or CF 8M or 1.4406)
Wearing Rings (Suction Cast Austenitic Stainless Steel (SS 316 or CF 8M or 1.4406) or
Head Bronze
Casing & Impeller)
Pump-Motor Shaft Stainless Steel (SS 410 or SS 430 or 1.4021 or 1.4460)*
Suction Strainer Stainless Steel 202
Portable Stand MS (C15) Fabricated with Epoxy Coating
I/We are bound to supply the above Item of stated manufacture having rated capacity,
material of construction and other requirements mentioned in the data sheet.

_______________ _______________

Signature of Contractor Signature of Pump Manufacturer / Dealer

CONTRACTOR NO. OF CORRECTION SDE EE 337


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

Data Sheet for Dry Motor, Wet Installed Submerged Centrifugal Pump sets

1 Application Submerged Centrifugal pump is used for Water Intake/ Transfer /


Lift & maybe mounted in Canal, Sump, Lake or Jack well, Intake
well

1.1 Mode of Installation Horizontal, Portable Stand or depend on site condition

2 Type of motor Squirrel cage induction type with water tight enclosure

3 Rated Flow _____m3/hr. at 50 Hz.

4 Rated Head ____ mWC at 50 Hz.

5 Rated Speed

6 No. of units. __W + __S

7 Supply neutral Solidly-earthed

8 Rated KW & Voltage ____ kW, 415 V, with required margin mentioned @ Para. No.6.5
of technical specifications.

9 No. of Phases & 3 Phase & 50 Hz.


frequency

10 Supply condition ± 10% voltage variation


± 5% frequency variation
± 10% combined voltage and frequency variation

11 Speed ____ rpm (Syn.)

12 Duty condition as per S1 suitable for constant operation


IS325 or equivalent

13 Method of starting Star-Delta / DOL / ATS / Microprocessor Soft Starter / VFD

14 Starting torque & Pull Sufficient enough to start the pump with delivery valve open and
Out Torque when other pumps are running. Sufficient to bring the motor to
normal speed in minimum time

15 Class of Insulation & Minimum Class “H” but Temperature rise restricted to that of
temp. rise by class “B” i.e. 75°C
thermometer

16 Ambient temperature 45° C

17 a) Type of Cooling Surface cooled as motor is immersed in water


b) Degree of Hermetically Sealed (should withstand up to 20 m of water
protection Immersion) on S1 basis

18 Cable details __R x __C x __ sq. mm, with required Earth core, 415 V PVC /
EPRS Copper Conductor cable

19 Shaft orientation Pump-set should be suitable for Horizontal position

CONTRACTOR NO. OF CORRECTION SDE EE 338


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
Technical Data Sheet of Submerged Centrifugal Pump sets
(To be filled up & Co-Stamped by the Contractor & the Pump Manufacturer /his Authorised
Dealer & Compulsorily submitted in Technical Bid failing which the Commercial bid shall
not be opened)

Sr.No. Description Particulars

`1 Make of Pump set

2 Model

3 Design Capacity m3/hr.

4 Total Head m WC

5 Shut Off Head

6 Rated Speed & Supply Frequency


7 No of Stages

8 Type of Casing & no of casing

9 Pump Efficiency @ duty point

10 Pump Input (bkW) @ duty point

11 Maximum Pump Input throughout


The Curve
12.1 Motor Efficiency @ Full Load
12.2 Motor Efficiency @ Duty Point

13 Overall Efficiency of Pump-motor


set @
duty point

14 Motor Input @ Duty Point

15 Motor Rating & Voltage / ___ kW & ___ V / __ Hz


Frequency

16 Class of Insulation of Motor

17 Fill of Motor Air

18 Type of Bearings & its rated L10


life
19 Type of Lubrication

CONTRACTOR NO. OF CORRECTION SDE EE 339


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

20 Cable Size & MoC Power Cables ___mm2X____CoresX____Runs

Control ___mm2X____CoresX____Runs

Cables
MoC of Copper

Conductors

21.1 Pump’s Delivery & Suction Nozzle mm


size

21.2 Suction Strainer Provided? Yes/No

22 Material of Construction (MoC)

22.1 Motor Rotor

22.2 Motor-Pump Shaft

22.3 Pump Casing

22.4 Impeller

22.5 Impeller’s Wearing Ring

22.6 Casing’s Wearing Ring

23 Weight of Pump set kg

24 Whether the Testing of pumps at Yes/No


manufacturer’s works shall be
offered with full Bore
Electromagnetic or Ultrasonic Flow
Meter of maximum 0.5 % accuracy
class?

25 Testing and Inspection

25.1 Pump Performance testing Standard

25.2 Hydrostatic Test Pressure kg/cm2

I/We are bound to supply the above Item of stated manufacture having rated capacity, material of
construction and other requirements mentioned in the data sheet.

Signature of Contractor Signature of Pump Manufacturer / Dealer

CONTRACTOR NO. OF CORRECTION SDE EE 340


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

20 Type of bearings Ball / Roller / Thrust Anti Friction type, life time lubricated
bearing.

21 Bi Metallic Thermal Yes, one in each phase; for trip, alarming and indicating set to trip
Over Load Relay for @ 1200 C
Winding required?

22 Bearing Over Required Bi Metallic Overload Thermal Switches set to trip @


Temperature Detectors 95 °C

23 Winding connections Delta Wound (requires 6 leads at line side starters)

24 Standards to be IS 325, IS 4029, IS 8225, IS 4889, IS 4772, IEEE 112, IS 4691


followed and other relevant Indian Standard or equivalent BSS with
suitable adaption for Relevant Mono shaft product. Testing as per
ISO 9906 or IS 9137 or IS 5120 or IS 10981

25 PI value of Motor PI value shall be not less than 2.

26 Scope of Supply Pump set with __m Cable along with __m Alloy Steel Chain

Pump set fitted with M. S. Base Frame Horizontal, Portable; Wet


(Submerged) Installation

B) SPECIFICATION FOR VERTICAL TURBINE PUMPS

Each V.T. pump (Self Water lubricated) shall be standard make as may be approved by
Chief Engineer and suitable for following duty conditions and operating conditions.

1.1. Characteristic Curves:

System head curves for the system are furnished along with the tender specifications.

The Contractor shall furnish characteristic curves of bowl assembly and also pump after
deducting column losses etc. The Contractor shall furnish along with his tender the
characteristic curves so prepared superimposed on system head curves for single and multi-
pump operation. The pumps shall have stable characteristics over the entire range of working
head. The pump shall be suitable for starting against closed sluice valve i.e. shut off
condition. The efficiency curve shall be reasonably flatter between designed head range.

1.2. Codes and Standards:

The design, manufacture and performance of the V.T. pumps shall comply with all currently
applicable statues, regulations and safety codes in the locality area where the equipment shall
be installed. The equipment shall also confirm to the latest applicable Indian / international
Standards. In particular the equipment shall confirm to the latest revisions of the following:

• IS 1710 - Vertical turbine pump for clear cold, fresh water

• IS 5120 - Technical requirements for Roto-dynamic special purpose pumps

Where the above standards are in conflict with the stipulation of this specification, the
specification supersedes them.

1.3 Design Requirement:

The equipment shall be capable of developing the required total head at rated capacity for
continuous operation. The total head discharge curve shall be continuously rising towards the
CONTRACTOR NO. OF CORRECTION SDE EE 341
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
shut off with highest shut off point. Pumps shall be identical and shall be suitable for parallel
operation with equal load division. Impellers shall preferably be of Non over- loading type.
Pumps shall run smooth without undue noise and vibrations. The magnitude of peak to peak
vibration at slip shall be limited to 100 microns at the bearing housing. Pumps shall be Single
Stage/Multistage vertical turbine type and suitable for the service condition stipulated.
1.4 Bowl Assembly:

A pump bowl shall be fanged with machined matching of faces. The suction bell mouth to bowl
assembly, to column and to discharge head, i.e., all joints shall be flange joints. The bowl shall
be capable of withstanding a hydrostatic pressure equal to twice the duty head or 1.5 times shut
off head whichever is greater.

1.5 Suction Bell mouth & Strainer:

A cast iron / M.S. bell mouth shall be fitted to the suction nozzle to limit the velocity. The
suction strainer shall be of S.S. net opening area in strainer shall not be less than 3 times of
entrance area of bell mouth. The shape and curvature of the bell mouth shall be designed to
streamline the flow of bowl suction. The thickness of bell mouth shall not be less than 10mm.

1.6 Impeller:

The impellers shall be dynamically balanced so as not to cause any vibrations during operation.
The impellers shall be closed type and shall be made in one piece and securely fixed to the
stainless steel shaft, to assure accurate adjustment of each impeller. The water passage shall be
finished smooth by hand. Balancing holes/ device for reducing hydraulic thrust shall not be
provided.

1.7 Wearing Rings:

Wearing rings shall be renewable type. These shall be held in place by screwing against rotation,
press fit or locked with pins, flanged and screwed. Wearing rings shall be provided on both
casing and impeller. Hardness of wearing rings shall be less by at least 50 BHN than the
impeller.

1.8 Shaft:

The design of the shaft shall also take into consideration the critical speed of the shaft, which
shall be at least 20% above / below the operating speed. The shaft shall be properly balanced so
as not to cause any vibrations during operation. The pump shaft bearings i.e. bush bearings
would be stainless steel, water lubricated. Extra-long bearing shall be provided for suction and
discharge bowls. The hardness of bush bearing shall be less by at least 50 BHN than that of
shaft.
1.9 Column Pipe Assembly:

Column pipes shall be of M.S. Fabricated heavy weight, flanged type each in 2 m length or
less so that after complete erection of the pump/s the bottom of strainer shall be at 1.5 m and
length of strainer shall be adjusted accordingly. The total length of column assembly, bowl
assembly, bell mouth and strainer shall be decided by the Contractor based on the data given
in the tender. The column assembly length (including column pipes, bowl, assembly, bell
mouth and strainer) shall be adjusted considering, the pump floor, levels, as given below. A
matching piece shall be provided if required. The stiffeners shall be provided to all pipe
flanges. The discharge head/ tee and column pipe dia shall be same. The discharge head tee
incorporate full diameter elbow.

1.10 Line Shaft:

The shafts shall be of solid circular section, prepared from stainless steel machined and
ground thoroughly and coupled with muff couplings. The shaft sections shall be provided
CONTRACTOR NO. OF CORRECTION SDE EE 342
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
with non-corrosive and abrasion resisting wearing surfaces particularly at the location of each
guide bearing. Length of line shaft shall not be more than 2 m. each.

1.11 Line Shaft Bearing:

These shall be designed to be water lubricated by the pump set water and shall be placed in
bearing holders located in position at the joint of columns. Line shaft bearing shall be of cut
less hard rubber designed for efficient water lubrication. Composite design of line shaft
materials and diameter and bearing centres shall ensure that the entire rotating assembly is
brought from stand-still to full speed without any vibrations and shaft deflection and to
ensure that first critical speed is not within 80% to 120% of full speed.

1.12 Discharge Head & Motor Stool:

The discharge head shall be fabricated from M.S. and shall incorporate mounting flange for
motor stool for solid shaft motor, stuffing box with renewable gland packing and tapping for
pressure gauge mounting etc. The discharge head shall be of robust construction and shall be
designed to support entire load of pump assembly, water column and motor etc... and shall
withstand all static and dynamic, torsional loads, hydraulic thrust imposed during operation from
shut off to stipulated operating conditions and thrust due to change in direction of flow, without
any vibrations. Discharge head with sole pads shall not be accepted. The discharge head shall be
installed on sole plate with ISMB frame and entire load of motor and pump shall be on the lower
floor. Drain arrangement for gland leakage water shall be provided at bottom of discharge
head with G.I. pipe. The base of the discharge head shall be sufficient to properly support the
p u m p . The power shall be transmitted from motor to vertical shafting through a flexible
coupling. Both halves of the coupling shall be machined all over, securely keyed to their
respective shafts. The pins shall be of stainless steels. The arrangement of two halves shall be
suitable to check alignment and parallelism. A self-alignment thrust bearing shall be housed
in the head gear adequately designed to accommodate entire weight of rotating parts and
hydraulic through and shall be suitable for reserved rotation up to at least 150% normal
forward speed. Bearing shall be designed for 30,000 hours life. The bearing shall be of oil
lubricated type and shall be provided with oil level gauges and suitably positioned
temperature probes. Two sets of adjustable contacts shall be provided one for an alarm and
other for tripping the pump motor. This shall be connected to scanner panel so that digital
temperature can be read out with alarm and tripping.
Motor stool shall be provided for mounting the electric motor. The motor stool shall
accommodate the pump thrust bearing and pump motor coupling. The motor stool shall be robust
construction and of fabricated mild steel and adequately sized with opening to work on the
flexible coupling. Height of pump supporting girder/ channel, discharge head and motor stool
shall be adjusted to have motor base at or marginally above panel floor level.

The pump shall be provided with non-reversible ratchet to prevent them from rotation in
reverse direction. Pressure gauge to each pump and manifold pipe shall be provided. Pressure
gauge shall be 150 mm dial size and least count shall be 0.05, each pressure gauge shall be fitted
with restrictor nozzle of brass and G.I. Pipe and U tube. Pressure gauge on manifold shall also be
provided. All pressure gauges shall be installed in pump house on wall with necessary G.I. pipe
connections from manifold to pump house. The pressure gauges shall be installed at suitable
height so that the reading can be taken accurately.

1.13 Sole Plate:

The M.S. sole plate arrangement shall be provided under the discharge head for precise
horizontal and vertical alignment. Thickness of sole plate shall not be less than 70 mm. It shall
be independent of base plate integral with the discharge head. The contact surfaces of the sole
plate arrangement as under shall be machined for precise levelling and shall ensure vibration free
operation of the pump. Corner plates and sole frame Sole frame and sole plate Sole plate and
discharge head All joints between machined contact surfaces shall be with nut bolts/ tapped
studs/ bolts. The opening in the sole-plate/frame shall be of adequate size to pass the bowl
assembly etc. very easily. M.S. base frame shall be anchored in the floor ensuring complete
CONTRACTOR NO. OF CORRECTION SDE EE 343
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
rigidity. Entire structural fabrication and foundation arrangement shall be designed and
submitted for approval. M.S. plates shall be grouted on pump supporting R.C.C. beams provided
in civil structure. The fixing of M.S. plates on the R.C.C. beams and subsequent anchoring of
M.S. sole frame in proper level shall be the responsibility of pumping machinery contractor with
all related works.

1.14 Air Release Arrangement:

An air cock of dia 50 mm with same size G.I. pipes, bend shall be fixed to the discharge
head. The G.I. pipes shall be suspended vertically in the well with adequate length to release
air.

1.15 Water Lubrication Tank and Other Accessories:

In order to lubricate line shaft bearing of the pump, lubrication arrangement comprising the
following shall be provided. Lubrication tanks 2 Nos. interconnected with each other
common for all pumps.

Each lubrication tank shall be equipped with the following:-

▪ W L sight gauge

▪ Overflow lead to sump


▪ Drain valve lead to sump

G.I. pipe connection with isolating valve and non- return valve to each pump column
assembly for lubrication. The valve shall be located near the tank. The size of individual pipe
and valve to pump shall be 40 mm diameter Inlet connection with solenoid operated valve
and suitable removable strainer by suitable tapping from common header.

Float valve in the tank for control of overflow.

Any other item necessarily required for proper functioning.

All accessories required for proper and safe operation, dismantling and erection and pump
shall be supplied with heavy duty clamps for column and line shafts, one pair for each pump.

1.16 Material of Construction:

a) Discharge and suction case, Bowls : C.I. I.S. 210 Gr. FG 200

b) Discharge head, Bell mouth : M.S. Fabricated and motor stool

c) Impeller : CF8M / Ca6NM

d) Impeller Shaft : High grade carbon steel/ stainless

steel AISI 410/416

e) Column pipes : heavy duty fabricated

f) Shaft Sleeve : Stainless steel AISI 410/416


g) Line shaft : Stainless steel AISI 410/416
h) Nut bolt and washer : Stainless Steel AISI 410

CONTRACTOR NO. OF CORRECTION SDE EE 344


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

i) Wearing ring : Stainless Steel

j) Line shaft bearing : Cutlass hard rubber / Neoprene

1.17 Testing:

All the pumps shall be subject to factory test in presence of Engineer-in-Charge or his
representative and third party appointed for the purpose.

The contractor shall arrange all required test equipment duly calibrated, Field performance
test shall be witnessed by authorities.

A) FACTORY TEST:

Review of raw materials test certificates and quality control procedure.

1) Hydrostatic Test:

Following items shall be tested at hydrostatic pressure equal to twice duty head or 1.5 times
shut off head of bowl assembly whichever is higher as per IS: 5120.

a) Bowl assembly
b) Discharge head / tee
c) 20% quantity of column pipes.

2) Performance Test:

The test shall generally be carried out as per IS 9137. Class pumps of acceptable test for
pumps class-C. The test shall be carried out at full speed, full load at manufacturers work.
The test shall cover minimum 6 points, i.e.

a) Duty point

b) 2 points above duty point

c) 2 points below duty point

d) Shut off head

e) Power consumption at all above points

f) Zero reading confirmation for V. notch.

The test shall be carried out only by the job motor which shall be supplied under this
contract. The test at reduced speed and reduced load shall not be acceptable.

3) Strip Inspection:

All the pumps after completion of its performance test and as selected by the Engineer or
Inspector at random shall be offered for strip inspection and dimensional checking. The
manufacturer/ contactor shall submit all required dimensional drawings of strip inspection.
Minimum points as under shall be checked.

Condition of all components particularly bushes, bearings and wearing rings to examine
undue rubbing, wear etc.
Hardness of cut less rubber bearing

CONTRACTOR NO. OF CORRECTION SDE EE 345


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
Dynamic balancing of

a) Impellers

b) Flexible coupling

Clearance and tolerances between

a) Wearing rings

b) Impeller shaft and bearings

c) Impeller shaft and key


d) Shaft and flexible coupling

e) Key and keyway on shaft at (d)

4) SUMP MODEL TESTING

It is obligatory on the part of the contractor to carry out sump model test C.W.P.R.S,
Pune or Indian Institute of science, Bangalore, or any reputed laboratory with prior
approval of the Engineer, at his own cost at the earliest after issue of the work order.
The contractor must fully himself about the suitability of the proposed design and
layout of the to ensure vortex free and cavitations free operations of the pumps.
Results of the sump model testing is enclosed for this consideration.
B.MATERIAL TEST CERTIFICATE:

Material Test Certificate of the various pump components shall be furnished by


contractor.

C. FIELD PERFORMANCE TEST:

The test shall be carried out as per IS: 9137 code of acceptance test of pump Class- C, in
general and as started below in particular.

The purpose of the field test is not to ensure whether pump performance as regards parameter
i.e. H.Q. & power etc. within acceptance limit as per IS: 9137. The purpose is to ensure that
the pump performance is generally acceptable or otherwise. Final acceptance shall be as per
following criteria.

i. As regards H-Q characteristic for acceptance it shall be checked whether motor is not
getting overloaded within the specified head range.

ii. Ultrasonic measurement shall be taken for flow. The flow meter to be provided by
contractor.

iii. The head shall be measure with calibrated pressure gauge of accuracy 1% or better. At
least 3 pressure gauges shall be got calibrated from two different institutions with p r i o r
approval of the Engineer- in-charge. The calibration shall be point to point and not mere for
percentage error. The gauge shall be fitted at suitable place from the discharge nozzle.

It may be noted that pressure gauge shall be installed at least 2 times diameter away from
discharge nozzle and delivery valve be placed at least four times diameter away from
discharge nozzle. Such conditions shall be simulated at site condition and no
allowance for this deficiency shall be considered. The decision of Engineer-in- Charge shall
be final.

iv. The input power to motor shall be measured by 2 watt meter method. The watt meters
shall be of Laboratory grade having accuracy of min. 0.5% and these should be digital type.
CONTRACTOR NO. OF CORRECTION SDE EE 346
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

v. The speed shall be measure by non-contact tachometer with digital display calibrated. The
field test shall be taken with entire head range in such a manner that it would cover at least 6
points (i.e. duty point, 2 above duty points, 2 below duty point and shut off). The guarantee
for head and discharge shall deem to be fulfilled as per clause.

The field performance test at site is absolutely essential as above (i) to (v) and the
manufacturer shall also be asked to attend the same.

1.18 Inspection:

The inspection of the pump at factory site shall be carried at by the Corporation and or
inspection agency appointed by the Corporation, in the manufacture's work shop. All the tests
as required as per IS shall be carried out in presence of inspecting agency. The pump shall be
dispatched only after issue of test certificate by the inspecting agency for satisfactory
performance of test pump. The inspection charges for such tests shall be borne by the turn
key agency.
2.0 Induction Motor

2.1.0 Design Requirements

2.1.1. The motors shall generally conform to IS: 325 or relevant equivalent internationally
approved standards. Additionally the specific requirements mentioned in the following
clauses shall also be met.

2.2. Performance and Characteristics

2.2.1. Motors shall be capable of giving rated output without reduction in the expected life
span when operated continuously under the following supply conditions:

a) Variation in supply voltage + 10%

b) Variation in supply frequency + 5%

c) Combined voltage and frequency variation + 10%

2.2.2. LV motors shall be suitable for star- delta starting.

2.3. Insulation

2.3.1. Any joints in the motor insulation such as at coil connections or between slot and
winding sections, shall have strength equivalent to that of slot sections of the coil. The
insulation shall be given tropical and fungicidal treatment for successful operation of the
motor in hot, humid and tropical climate. The motors shall be provided with class F
insulation with temperature rise limited to that of class B insulation.

2.3.2. Motors shall be given power house treatment. This comprises an additional treatment
to the winding over and above the normal specified treatment. After the coils are placed in
slots and all connections have been made, the entire motor assembly shall be impregnated by
completely submerging in suitable insulating compound or varnish followed by proper
baking. At least three such submersions and baking shall be applied to the assembly.

2.4. Constructional Features

2.4.1. The motor construction shall be suitable for easy disassembly and reassembly. The
enclosure shall be sturdy and shall permit easy removal of any part of the motor for
inspection and repair.

CONTRACTOR NO. OF CORRECTION SDE EE 347


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
2.4.2. Motors weighing more than 25 kg shall be provided with eyebolts, lugs or other means
to facilitate safe lifting.

2.4.3. The rotor bars shall not be insulated in the slot portion between the iron core
laminations for squirrel cage motors.

2.5. Terminal Box

2.5.1. Terminal boxes shall be of weather proof construction designed for outdoor service. To
eliminate entry to dust and water, gaskets of neoprene or approved equivalent shall be
provided at cover joints and between box and motor frame. It shall be suitable for bottom
entry of cables. It shall be capable of being turned through 360 degrees in steps of 90
degrees.

2.5.2. The terminals shall be of the stud type with necessary plain washers, spring washers
and check-nuts. They shall be designed for the current carrying capacity and shall ensure
ample phase to phase and phase to ground clearances. Suitable cable glands and cable lugs
shall be supplied to match specified cables.

2.6. Accessories

Two independent earthling points shall be provided on opposite sides of the motor, for bolted
connections. These earthling points shall be in addition to earthling stud provided in the
terminal box.

TECHNICAL DATA SHEET FOR INDUCTION MOTOR AT RAW WATER

INTAKE PUMPING STATION

Sr. No. Description Particulars


1.0 Application Vertical turbine Pump & Others
2.0 Type of motor Squirrel cage induction
3.0 Make As per approved make
4.0 No. of units.
5.0 Supply system fault level. 250 MVA
6.0 Supply neutral Resistance earthed
7.0 No. of Phases & frequency 3 Phase & 50 Hz.
± 10% voltage variation
8.0 Supply condition ± 5% frequency variation
± 10% combined voltage and frequency variation
Duty condition as per IS 325 or
9.0 S1 suitable for continuous operation
equivalent
10.0 Method of starting DOL
Efficiency
a) Duty point 95 % (minimum)
11.0 b) Full Load 95 %
c) 0.75 Load 94.5%
d) 0.50 Load 93.4%

Power Factor
12.0 a) Full Load 0.86 %
b) 0.75 Load 0.82 %
CONTRACTOR NO. OF CORRECTION SDE EE 348
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

Starting torque Sufficient starting torque to start the pump with


13.0
% of full load torque Delivery valve closed and when other pumps are

Pull out torque Sufficient to bring the motor to normal speed in


14.0
% of full load torque minimum time

Class of insulation & temp. rise Class “F” but Temperature rise restricted to that
15.0
by thermometer of class “B” i.e. 65° c. / 75° c.

18.0 Ambient temperature 46° c.


19.0 Location Indoor
20.0 Hazardous area division N.A.
21.0 Atmosphere Humid, Dusty at a time
a) Type of Cooling CACA
22.0 c) Degree of protection IP – 55

Phase segregated terminal box for line and


Neutral side. And shall be suitable for termination of
23.0 Terminal box
heat shrinkable termination kit or push on type
termination kit.

External cable details.


a
24.0 No.
) of cores.
b 3 As per single line diagram
Size
)

25.0 Shaft orientation.


Horizontal / Vertical / Hollow Vertical solid shaft
shaft
26.0 Type of Couplings Flexible
27.0 Type of bearings Antifriction Ball /Roller Bearing
28.0 Colour shade of paint if special Grey shade 632 as per IS 5
29.0 Space heater for motors 240 V, 1 Ph., 50Hz., A.C. for winding heating
required
Thermistors / RTD‟s / required
30.0 for For trip, alarming and indicating
31.0 Bearing temp. Detectors Required for alarm / trip.
32.0 Winding connections 6 Terminals
33.0 Standard to be followed IS 325, 8225, 4889, 4772, 4029, 4691 and other
relevant Indian Standard or equivalent BSS or JEC
37

CONTRACTOR NO. OF CORRECTION SDE EE 349


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

2.7 Inspection:

The inspection of the motor at factory site shall be carried at by the Corporation and or
inspection agency appointed by the Corporation, in the manufacture's work shop. All the tests
as required as per IS shall be carried out in presence of inspecting agency. The motor shall be
dispatched only after issue of test certificate by the inspecting agency for satisfactory
performance of test motor. The inspection charges for such tests shall be borne by the turn
key agency.

2.8 Material Testing of Equipment

The Contractor shall furnish the material composition certificates for all the important
components of pump and motors. Random test certificates for raw stock materials andtypical
test certificates for special stock items like bearing metal etc., used for the manufacture of the
several components shall also be furnished.

2.9 QUALITY ASSURANCE PLAN

The quality assurance plan for all the components of the pump, controller/governor and
associated equipment’s shall be furnished for the approval of Owner indicating the tests at
factory with customer witness points. The same shall be generally according to the Quality
assurance Plan.

2.10 MODEL TESTS GENERAL

Before commencement of manufacture of prototype pumps the Contractor shall perform


model tests to demonstrate that the efficiency and other guarantees as well as requirements of
the specifications for the performance of the pumps shall be met.

The test shall comply with the international code for model acceptance of hydraulic pump
IEC publication no. 193

The place where model tests would be conducted shall be indicated by the Contractor in his
Bid. A team of Owners Engineers shall be deputed to the manufacturer’s works where the
model test is proposed to be conducted for witnessing the model tests. The Contractor shall
extend all facilities to witness the tests.

2.11 MODEL PUMP

After the award of contract, the Contractor shall build a model of the pump. The water
passages of the model shall be fully homologous with those of the prototype from the
upstream draft tube termination point of the pump to the delivery valve. The draft tube shall
be transparent to permit observation and for taking photographs of the vertex flow pattern
and cavitation phenomenon. The Contractor shall submit to the Owner, drawings, description
covering details of the proposed model, testing equipment, instrumentation, and test
procedures for individual tests, method of interpretation and computation of test results for
approval of Owner.

2.12 TESTS ON PUMP MODEL

The final model test series shall include the following tests: Pump performance (efficiency)
tests under various conditions. Cavitation tests. Runaway speed test. Pressure fluctuation
tests. Hydraulic thrust test. Wicket gate/ torque test. The model test shall simulate all possible
normal operating conditions of the prototype for the entire range of reservoir and delivery
levels, wicket gate openings etc.

CONTRACTOR NO. OF CORRECTION SDE EE 350


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
2.13 STEP-UP FORMULA

In deriving proto type pump from model tests data, step-up formulae if any as per relevant IEC or
any other equivalent standards may be used. The Contractor shall indicate the step-up formulae
proposed to be used with justification and reference to standards.

2.14 THE MODEL TEST REPORT

After completion of the model test studies, the Contractor shall furnish the model test reports
to the Owner within one month from date of completion of model test for owners review and
approval. The test report shall include but not necessarily be limited to the following:

• Model hill curve

• Model efficiency curves extended to the runaway speed.

• Prototype performance diagrams in compliance with all applicable requirements.


• Curves showing sigma versus efficiency and sigma versus unit power and unit
discharge for specified head with envelope curves drawn.
• Photographs and sketches of the cavitation phenomenon.

• A sample calculation for each computation in a complete manner.

• Curves showing relationship between guide vane angle and servomotor stroke
related to maximum opening of guide vane and clear opening between two
adjacent guide vanes.
• Curves showing the relationship between the head and power for the full range of
operation.

• Record of calibration of all test instruments and Equipment’s.


Description of test equipment and test procedures.

2.15 CHARGES FOR MODEL TEST

The charges for the Model test shall be deemed to be included in the EPC contract price.

2.16 MODEL ACCEPTANCE

The Contractor shall notify to the Owner, at least one month in advance, the readiness of the
model for witnessing the test and to carry out the dimensional checks of the model.

Should the model fail to meet the guarantees and requirements, it shall be optional
for the Owner to conditionally accept the model and direct the Contractor to modify the
model unit to comply with the requirements. All expenses involved for the
modifications and subsequent model tests shall be borne by the Contractor.

The Owner reserves the right to get the model tested in an independent laboratory or suggest
the laboratory where the model testing is to be conducted from among the pre-approved labs
indicated by the supplier.

The Contractor shall also furnish detailed calculations for impeller setting, the basis for
selected plant sigma and critical sigma as per model test. The Contractor shall guarantee the
operation of the pumps without undue cavitation under the above conditions.

CONTRACTOR NO. OF CORRECTION SDE EE 351


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
2.17 PERFORMANCE GUARANTEES AND PENALTY FOR SHORT

FALL IN EFFICIENCY AND OUTPUT

The pump should be designed to have maximum efficiencies at the outputs corresponding to the
rated head with as flat a curve of efficiency as possible between half and full loads.

2.18 DUTY POINT

76. Power input to each pump and motor shall be calculated as follows: Power input to
pump = motor output = (Q x H) / (367.2 x ep)

Power input to motor in kW = (Motor output) / (me) Where Q in m3/hr. & H in m as


specified above. ep = Pump efficiency at duty point. em = Motor efficiency at duty point.

The Engineer-in-Charge 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.

2.19 PENALTY FOR SHORTFALL IN PERFORMANCE:

For each kW differential in the actual motor input over the guaranteed motor input at duty
point indicated in the schedule of Technical Particulars (without any further tolerance),
penalty shall be levied at Rs.52,000/- per kW per pump set. For this purpose the power input
measured during performance test on the full size pump at the purchaser's site shall be
considered.

Should the performance test results deviate from the guaranteed values subject to the
tolerances specified in IEC, the Contractor shall correct his equipment at no extra cost to
the Owner and repeat the performance tests within a reasonable period as agreed to by the
corporation. As regards the power consumption, if the Contractor fails to meet the
guaranteed values, the corporation shall levy a penalty as indicated above. 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 corporation retains the option
to reject the equipment in which case contractor shall replace the entire equipment with
the one that meets the guaranteed values.

2.20 PERFORMANCE WITHIN GUARANTEE PERIOD:

The corporation/ Purchaser reserves the right to carry out further test to check the
performance and efficiency of the plant at the end of one year. Adjustments to the plant as
may be considered part of normal operating routine shall be carried out prior to these tests.
The results of such repeat tests carried out by the corporation./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 an 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 guaranteed value then a reduction in
the contract price may be issued by the corporation.

2.21 CRITICAL PLANT SIGMA AND PUMP HILL CHART

Value of Thoma's Co-efficient as computed by IEC code on the basis of model tests shall be
given in the form of curves, efficiency vs. sigma for different heads of operation. Curves of
critical sigma for different operating conditions, as determined by the IEC code on the basis
of model tests for different heads of operation shall be furnished and the plant sigma values
shall also be plotted on it to clearly show the safety margin. The Contractor shall also submit
model test report on cavitation.

2.22 RECTIFICATION TO MEET GUARANTEE


CONTRACTOR NO. OF CORRECTION SDE EE 352
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

The Contractor shall make good and meet the guarantees again within a period of four (4)
months from the date of witnessing the original field test, should the original tests be
unsuccessful to meet the guarantees. The penalty or rejection shall apply if the second
attempt is also unsuccessful in meeting the guarantee.

2.23 CAVITATION GUARANTEE

The Contractor shall guarantee the impeller, stay ring, guide vanes and other hydraulic passages
against excessive pitting caused by cavitation’s for 60 months from date of commissioning.

Excessive pitting shall be defined as the removal of metal from impeller and other passages
exceeding a weight of W = 0.1D² per 1,000 hrs. Of operation during the guarantee periods
defined above, where W is weight in kg. And D is the throat diameter of impeller in meters. The
Contractor shall indicate the method which he proposes to use for measuring the amount if the
metal removed on account of cavitation, which shall be subject to the approval of Owner.

In case of excessive cavitation being present, the Contractor at his cost shall correct the condition
and rectify and/or replace the part thus affected. The pump after such modifications and repairs
and/or replacements of part or parts shall be subject to the same cavitation guarantee as for the
original equipment.

In determining whether or not excessive pitting has occurred, metal removed by erosion,
corrosion by the presence of injurious foreign element in water or by chipping and grinding
preparatory to repairing the pitted area, shall be excluded. The manufacturer shall adopt
necessary improvements modifications in the designs, manufacturing to minimize the cavitation
pitting within the permissible limit. Within the guarantee period ,within 6 months after
commissioning, the contractor shall be entitled for joint inspection to make sure that cavitation
damage is not caused or aggravated by local defects of pump shape as well as to repair damages
that might have been caused and take steps to prevent future cavitation. If the inspection reveals
that cavitation guarantee is not sustained, the Contractor shall supply a full set of new impeller
and throat ring free of charge delivered and installed at site.

2.24 TEST AT WORKS

The test to be conducted at works shall include the following:

1) All the static parts of the pump shall be completely assembled in the manufacturer's
shop and properly match marked and doweled to ensure correct assembly and alignment at
site. Dowels required for insertion after erection at site shall also be supplied.

2) Assembly of Guide apparatus, measurement of Guide vane clearances and recordings.

3) Guide vane servomotor: Pressure test, functional test, measurement of stroke, check
function of the lock in open and closed position.

4) Shaft Seal: Assembly of ring with static seal. Check function of the static seal.

5) Static balancing of impeller.

6) All pipes, fittings, pressure tanks and other components of the controlling/governing
system shall be tested under a pressure equal to 150% of the maximum operating pressure
maintained for not less than half an hour and the equipment shall withstand this pressure
without any signs of leakage, distortion, and failure.

7) Assembly of guide bearing housing with top cover and dummy shaft and dimensional
checks etc.,

8) Functional tests of all equipment’s wherever applicable.


CONTRACTOR NO. OF CORRECTION SDE EE 353
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

9) In addition to the above, each mechanical and electrical subassembly shall be tested for
proper functioning and continuity of electrical circuits.

10) Mechanical Over speed Device: Calibration of over speed device.

11) Testing of auxiliaries including cooling water system, air compressor system,
dewatering and drainage system, oil pressure system, etc.

12) Testing of controllers/governors, both hydro mechanical and electrical cubicle jointly
for functional checks.

13) Inspection of flow metering equipment at works for calibration, performance and discharge
measurement. The Owner reserves the right to be present during the above tests and also for
the inspection of the equipment at the Contractor/manufacturer’s works/sub-supplier's works
unless waived in writing. The Contractor shall furnish detailed testing procedures for all the
above tests and routine tests on all the equipment’s to be conducted as per international
standards for the review and approval of the Owner well before witnessing the tests.

14) Material testing of important casting/ forging fabricated steel works shall be according to
the enclosed Quality Assurance Plan.

The Contractor shall furnish inspection reports in respect of assembly of main pump and
other associated equipment’s duly mentioning the key points, such as limits of tolerance etc.,
or such information for use/ guidance during erection/ maintenance at site.

Any other tests and inspection that the Owner consider necessary to satisfy itself that the
pump conforms to these specifications in performance, workmanship, design and quality of
materials.

2.25 FIELD ACCEPTANCE TESTS

Field acceptance tests of pump (Efficiency and output tests)

The Contractor shall furnish in detail the method proposed by him to do the field efficiency
test on the pumping unit.

Finalization of measurement section and location of installing various instruments shall be


done after obtaining the permission of the Owner.

The layout, scheme and details of the tapings etc., Stainless steel tubing along with the valves
and fittings for various tapings, which are to be embedded shall be included in the scope of
supply.

The calibration of instruments, arrangement of all required instruments, arrangement of


personnel for testing, supervision of field tests at site etc. shall be the responsibility of the
Contractor

After complete installation of the pumping units at site the units shall be tested in accordance
with IEC standard.

2.26 DRAWINGS

The contractor shall furnish 6 sets of assembly drawings, wiring diagrams, etc., for approval.
The drawings shall include but not be limited to:

a) Layout drawings indicating the location of various equipment’s.

CONTRACTOR NO. OF CORRECTION SDE EE 354


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
b) Detailed foundation drawings to withstand hydraulic thrust, magnitude of forces due to
unbalanced rotating parts, mass of rotating parts, etc., in a complete manner.

c) Loads on foundation for civil structure designs.

d) Drawings showing ducts, openings, pipe routings, etc.

e) Drawings showing embedment of pipes and foundation parts.

f) Assembly and sub-assembly drawings of all assemblies/ components showing elevations,


plans & sections for the pump, controller/governor parts, control panels, etc.

g) Control gear diagrams for pump, controller/governor oil system, CW system, DD system,
compressed air system, etc.

h) Detailed drawings showing draft tube profiles, controller/governor, guide bearing, shaft
gland, etc.

i) Wiring and schematic diagram for control, protection and indication, etc.

j) Drawing showing parts to be welded at site, method of welding with details of type and
quantity of electrodes and capacity of welding sets.

k) Schematic and detailed drawing for all piping, lubrication and cooling arrangement.

l) Drawings indicating lifting arrangement of important components/ assemblies with crane


clearances.

m) Part list of all the components with details viz. Part numbers, quantity, reference drawing
numbers, packing list, weight and dimensions etc.

n) The assembly/sub assembly drawings of Pump guide bearing, shaft gland, Impeller, volute
casing, draft tube, air valve, test equipment’s for Impeller, metallic volute etc.

o) Drawing of the main cross-section of the pump showing the various


components/parts/assemblies for the pump to the extent possible.

p) Drawing showing combined cross section of pump and motor.

q) Schematic drawings of piping system.

r) Efficiency curves and hill chart

s) Curve showing areas and velocities at different sections of the draft tube.

3.0 STATIC EXCITATION SYSTEM

A. STATIC EXCITAION EQUIPMENT AND AUTOMATIC VOLTAGE


REGULATOR SCOPE:

This section covers the technical specification for providing microprocessor based
excitation system with thyristor control for Pump motors.

3.01 DESCRIPTION OF THE EXCITATION SYSTEM

Microprocessor based excitation system with thyristor control shall be provided to suit the
motor characteristics for each unit. The AC power required for the excitation shall be tapped
CONTRACTOR NO. OF CORRECTION SDE EE 355
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
from the motor terminal, stepped down by means of rectifier transformers and rectified by
fully controlled thyristor bridges and then fed to the motor field thereby controlling the motor
voltage input. Any change in the motor terminal voltage shall be sensed by an error detector
and cause the voltage regulator to advance or retard the firing angle of the thyristors thereby
controlling the field excitation of the motor. The excitation system for each unit shall consist
of the following:

1) Dry type excitation transformer

2) A Set of thyristor converters of suitable numbers such that even in case of ONE bridge
failure, the remaining bridges shall cater to the maximum continuous and ceiling current
requirements.

3) Arrangement for initial excitation start up

4) Field breaker and field discharge and suppression equipment’s

5) Automatic voltage regulator with auto and manual channels with all standard limiter
functions.

6)
eatures for motor dry out with the stator terminals short circuited.

7)Static energy meter in the primary circuit of excitation transformer for measurement of
kW, KVAR, Max demand etc.

8) Interfacing equipment’s for data communication.

3.02 EXCITATION TRANSFORMER

The excitation transformer shall be three phase dry cast resin coil type transformer connected to
motor terminals by segregated phase Bus ducts. The transformer shall be designed and
manufactured in accordance with relevant latest standard and shall be housed in a cubicle. The
transformer shall be sized such that it supplies rated excitation current at rated voltage
continuously and shall be capable of supplying ceiling current at the ceiling excitation for a
short period. The rated field current and field voltage shall suit the requirement of the Motor.
The transformer shall be self-cooled indoor enclosed dry type. Since the high voltage winding is
connected directly to the motor terminals, full design consideration shall be given to the
frequency increase rate, voltage build up rate, motor fault level and insulation co-ordination.
The high voltage and low voltage windings shall be of copper conductors Surge transmission
from the high voltage side to the low voltage side shall be prevented by suitable means. Full
rated capacity taps on the high voltage winding shall be provided to accommodate the complete
range of operation. The transformer shall have taps of +5%, +2.5%, –2.5% and –5% on HV
side.

A set of thermistors shall be embedded and used for providing transformer temperature high
alarm/ trips. The temperature surveillance unit suitable for these thermistors shall be
provided in the AVR panels.

The 11 kV terminations of the transformers shall be connected to the bus duct in an


appropriate manner. The low voltage terminals shall be suitable for terminating copper cable
of adequate size and run per phase to be approved by the owner. The transformer shall be
housed in a cubicle with IP-20 protection.

The transformer shall be completely assembled at the factory and shall be subjected to
standard type and routine tests. All routine and commissioning tests/checks shall be carried
out at site also. The transformer shall be provided with necessary protections.

CONTRACTOR NO. OF CORRECTION SDE EE 356


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
The Contractor shall furnish calculations justifying the rating and ratio of the transformer selected
shall be furnished in the bid and the same is subject to the approval of the Owner.

3.03 THYRISTOR CONVERTOR

The thyristor bridges shall be housed in one or more cubicles. Number of bridges shall be
such that in case one bridge fails during operation, the remaining bridges shall have adequate
capacity to meet the rated continuous output of the excitation system. Fans mounted in the
cubicle shall cool the thyristor bridges. Adequate protection and monitoring is to be provided
for the thyristors and cooling fans. Each thyristor bridge shall comprise of six thyristors
working as a six pulse fully controlled bridge. Thyristors shall be so designed such that their
junction temperature rise is well within its specified rating. By changing the firing angle of the
thyristors variable output shall be obtained. Each bridge shall be controlled by one final pulse
stage.
The thyristors shall be provided with fast acting semiconductor fuses in series to
protect in case of over current. The fuses shall have micro switches for monitoring purpose.
The coordination of thyristors and semiconductor fuses shall be properly done with
calculations.
An RC network shall be provided across each thyristor for protection against over
voltages. An airflow monitor relay to monitor the airflow shall be provided. The thyristor
shall be of silicon controlled type and shall have a PIV rating of not less than four times the
maximum RMS voltage of the input. During de excitation thyristors shall be driven to
invertor mode before tripping the field breaker. The rated continuous output of the excitation
system shall suit the rated continuous input to the Motor rotor. Means shall be provided to
equalize the reverse voltage. Voltage spike protection shall be provided. It shall be possible
to isolate any Thyristor bridge while unit is in operation for any required replacement for
which Isolators on both AC & DC side shall be provided.

3.04 FIELD FLASHING

Necessary arrangement for initial building up of voltage shall be made by using supply from
start-up equipment.

As soon as the motor is synchronized the excitation requirement shall be met by the supply
tapped from the bus duly isolating the initial start-up supply.

3.05 FIELD BREAKER


A direct current circuit breaker shall be provided in the field circuit for ensuring definite
disconnection from the supply source and subsequent discharge of energy in the field circuit in the
event of a fault or disturbance.

The field breaker shall be suitable for providing protection by isolating the D.C source from
the field in the event of severe internal fault or three-phase short circuit on motor terminals or a
short circuit on the slip rings. The magnetic field energy in such a case shall be dissipated
through a field discharge resistor, which shall get connected across the field during such
operation. The discharge resistor shall be such that the rapid de-excitation takes place and the
voltage developed across the discharge resistance following the 3 phase fault current is less than
the insulation level of the field winding.

The circuit breaker shall be electrically operated by means of control switches provided in
the panel. The control voltage for the breaker shall be the station battery voltage. Anti-
pumping feature for the breaker shall be provided.

The trip coil of breaker shall be supervised by a relay and shall give an alarm in case of
failure of trip coil.

The field breaker shall have polarity change over links for equal abrasion of brushes.
Necessary shunts for field current measurement and rotor temperature indicator cum recorder

CONTRACTOR NO. OF CORRECTION SDE EE 357


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
shall be provided. Sufficient nos. of auxiliary NO and NC contacts for indication and
interlocking shall be provided.

3.06 AUTOMATIC DIGITAL VOLTAGE REGULATOR

The voltage regulator shall be of the continuously acting type, responsive to the voltage of all
the three phases.

The voltage regulator shall automatically actuate the controlled rectifiers and shall be capable
of performing the following functions:

a) Maintain the average 3 phase motor voltage within +/- 0.5% without hunting when
operating under steady load conditions for any change of load or excitation within operating
range of motors

b) The voltage regulator shall restore the motor terminal voltage to a value not more than
5% above the voltage being held before load rejection following any load rejection up to
115% of the rated load and shall maintain the voltage within this limit throughout the period
of the motor over speed.

c) Under steady state conditions, for any over speed up to 150% of normal, maintain motor
voltage within plus or minus 5 percent of the value that the voltage regulators were holding
before over speed. Also under steady state conditions for an over speed between 150 percent and
maximum permissible over speed, maintain motor voltage within plus or minus 10% of the value,
the voltage regulator was holding before over speed.

d) Permit continuous stable operation of the motor under the control of voltage regulators,
while meeting the line charging requirements.

The AVR shall be designed with highly stable elements so that variation in ambient
temperature does not cause any drift or change in the output level.

The AVR shall consist of the following:

1) Voltage and current measuring and digitizing of signals.


2) Central processing unit.
3) Digital firing and control modules
4) Manual control with follow up facility for bump less transfer from auto to manual
mode & vice versa.
5) Pulse amplifier and final pulse stage
6) Rotor temperature measurement
7) Micro terminal
8) Monitoring
1. Voltage& Current Measuring & Digitizing Of Signals

The electrical measured values such as motor voltage, motor current etc. Shall be fed to these
modules from PTs & CTs .Here the values have to be converted to filtered standard values.
These signals shall be rectified wherever necessary filtered and converted to pulse signal for
active and reactive measurement. These signals have to be digitized using analog digital
converters.

The AVR shall also have built in frequency dependent circuit, so that when the motor
frequency lies outside ascertain frequency range either during run up or after trip, the pulse
shall be given from internal pulse motor. Further when the machine is running below a
particular frequency the regulated voltage should be proportionally reduced with frequency.
The circuit shall be made to respond proportionally to voltage above a particular frequency.
The frequency shall be settable between 40 and 60 HZ.

CONTRACTOR NO. OF CORRECTION SDE EE 358


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
2. CENTRAL PROCESSING UNIT

The central processing unit shall accept the digitized input signals, compare with the set
values and parameters and shall calculate on output variable corresponding to field voltage.

3. DIGITAL FIRINGANDCONTROLMODULES

These modules shall convert the digital values received from the central processing unit to a
gate pulse train. These pulses shall be synchronized to the AC input voltage of the thyristor
converter.

4. MANUAL CHANNEL

As separate manual control channel operating as a field current regulator is to be provided.


The control output shall be converted into a standard value and then fed to digital firing and
pulse generation module where gate pulse trains are produced. These gate pulse trains shall
be in synchronism with the input supply of thyristor converter.

To ensure bump less transfer from automatic to manual control and vice versa the position of
pulses in both channels should be identical. A pulse comparison unit to detect any difference
in the position of the pulses and to adjust the reference to eliminate any difference shall be
provided. A balance voltmeter shall be provided to ascertain bump less transfer.

A changeover between auto to manual channel and vice versa shall be affected by blocking or
releasing the pulses of the corresponding intermediate pulse stage.

5. PULSE AMPLIFIER & PULSE FINAL STAGE

Output pulses from the digital firing modules (auto & manual) shall be amplified in
intermediate pulse stage. Output of intermediate pulse stage shall be paralleled and fed to
pulse final stage. There shall be separate pulse final stage for each converter. The output of
the same shall be fed to gate circuit of thyristor via pulse transformer to provide galvanic
isolation between power circuit and control circuit.

A pulse supervision unit shall detect spurious pulses or loss of pulse on the bus bar and
transfer control from AUTOMATIC channel to MANUAL channel.

Each thyristor bridge shall have its own final pulse stage. Pulses shall be blocked to
respective bridges in case of

a) Failure of one or more thyristor fuses

b) Failure of power supply of the final stage

c) Failure of convertor cooling fan

d) Opening of input/output isolators

6 ROTOR TEMERATUREMEASUREMENT

Rotor temperature measurement shall be done through microprocessor, the standard signals
of field current and field voltage being obtained using transducers and fed to processing unit
for rotor temperature measurement. The measurement shall take into account the brush drop
to calculate the rotor temperature. The output shall be connected to recorder and also to the
remote System.

7 MICRO TERMINAL/ MANMACHINEINTERFACE

CONTRACTOR NO. OF CORRECTION SDE EE 359


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
It shall be possible to read the data/ parameters fed to the microprocessor using the micro
terminal. Further the plant dependent parameters shall be made accessible to the purchaser.
This shall work like tool in troubleshooting by verifying the level of signal flow.

8. MONITORING

It shall be possible to monitor the following.

a. Actual value of Motor and field currents/voltages.

b. Program sequence checks

c. A/D & D/Ac converters Digital input and output modules Pulse output checks for
short circuits Output voltages of power supply modules.

3.07 VOLTAGE REGULATOR FEATURES

The voltage regulator shall also be provided with the following features:

a. CONTROL OF MOTOR VOLTAGE

Motor voltage reference value shall be set by giving logic signals. Limitations of motor
voltage shall be keyboard configurable. DVR has to give processed signal to firing circuit to
maintain the motor voltage at the set value. Reference value of the motor voltage can beset
by:

a. Adjusting the voltage set point in auto channel.

b. Adjusting the internal reference value in manual channel for soft start.

c. Adjusting the field current in manual channel.

b) LOAD ANGLE LIMITER (MINIMUM EXCITATIONLIMIT)

An adjustable minimum excitation limit device shall be excited from potential and current
transformers and shall automatically limit the decrease in synchronous motor excitation
below that value which may result in pull out of the motor when operating under any
specified operating conditions. The characteristics of the minimum excitation limiter shall
closely match the motor capability curves.

c) ROTOR CURRENT LIMITER

An adjustable maximum excitation limit function shall automatically limit the excitation of
the motor to safe value with the excitation under control of the regulator. The device shall
have an adjustable time delay features to permit short time operation (subject to thermal
limitation) with ceiling excitation.

d) STATOR CURRENT LIMITER

An adjustable max stator current limit function shall automatically limit motor stator current
to its rated value.

e) LIMITATION OF VOLTS/ HERTZ

This function shall prevent over fluxing of the motor transformer.

CONTRACTOR NO. OF CORRECTION SDE EE 360


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
f) POWER SYSTEM STABILISER

Slip stabilization for damping the oscillations and improving the dynamic stability shall be
provided. It shall be possible to cutting or cut-out this feature.

g) SOFT START

Facility for smooth build-up of motor voltage to prevent overshoots of the machine terminal
voltage during excitation build up shall be provided.

h) LINE DROP COMPENSATION

Provision shall be made for inclusion of transformer and line drop compensation function.

It shall be adjustable over a range of 0 to15%.

i) BLOCKING OF PULSES IN DC SHORT CIRCUIT

The field current shall be maintained such that when it reaches a certain adjustable threshold
value, pulses shall be blocked to avoid failure of thyristors and fuses, flashover at slip ring
etc., in case of slip ring short circuit.

j) CONDUCTION MONITORING

Conduction monitoring of thyristors shall be provided to monitor the conduction status of


thyristors

k) TEST FACILITY

A switch for selecting TEST & SERVICE shall be provided. On selection to test it shall be
possible to test output pulses by using station AC supply. Separate transformer to simulate
synchronizing pulses, to check airflow monitors etc., shall be provided for this purpose.

3.08 CAPABILITY

With rated AC supply voltage, the excitation system shall be capable of delivering
continuously, within rated temperature rise, required value of field current required by the
motor.

3.09 CEILING VOLTAGE

The exciter ceiling voltage shall be 2.0 times the excitation voltage required for rated field
current of the motor at full load and rated terminal voltage. With positive field current
flowing, the exciter shall be capable of providing an adjustable maximum negative ceiling
voltage which is not less than 70 percent of the corresponding positive ceiling voltage for
forcing the field current down to zero.

3.10 OVER VOLTAGE

The excitation system shall be capable of withstanding or be adequately protected against


over voltages, which may be induced into the field during abnormal system conditions, or by
opening the field breaker.

The voltage of the excitation system shall be capable of withstanding impulse wave (1.2x50
micro sec) voltage having ac rest value of 75kV applied at the H.V. terminals of the
excitation transformer. All components of the excitation equipment shall be capable of
withstanding these over voltages, without damage including all necessary isolating,
protective & regulating devices in equipment.

CONTRACTOR NO. OF CORRECTION SDE EE 361


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
3.11 POWER SUPPLY TO REGULATOR

Redundant power supply shall be provided. Suitable AC/ DC and DC/ DC converters shall be
used.

The excitation system shall be complete including its power supply transformer connected to
the motor terminals, circuit breaker and all necessary devices for indication, protection, alarm
and control of the equipment.

3.12 PT FUSE FAILURE DETECTION

A trip o manual control shall be initiated by the detection of failure of any of the AVR PT
fuses or loss of pre-set signal.

3.13 PROTECTION

Thyristors shall be provided with fast acting semiconductor fuses of trip indicating type to
protect the devices against short circuits.

An over voltage protection to protect the insulation of the field winding and the static
excitation equipment from induced over voltages in the field. Suitable equipment shall be
provided for over voltage protection under all conditions of regulator in or out of operation or
mal-operation. The protective circuitry shall be responsive only to the excite terminal voltage
and its operation shall be separate from and in addition to the operation of the maximum
excitation limiter and its associated controls. The equipment shall have an adjustable time
delay feature and a means for adjusting the operation voltage level so as to permit operation
that does not interfere with the normal regulator functions. Fan exciter output over voltage
condition persists for as sufficient time, such conditions shall initiate the following action: To
operate motor lock out relay and trip main and field breakers. To provide annunciation.

An over current relay shall be provided to protect the excitation transformer. It shall initiate an
auto to manual change over command as a first stage and a trip command to the field breaker as a
second stage if the current fail stored uneven after auto to manual changeover. Additionally, it
shall trip the field breaker on instantaneous over current. The transformer shall also be protected
against high winding temp with alarm and trip contacts, operated by thyristors embedded in
the excitation transformer. Rotor earth fault protection shall be provided to give an alarm on
reduction of rotor insulation below a set value as first stage. The sensitivity shall be
independent of fault location, the excitation voltage value, its ripples and total capacitance to
earth of the complete rotor circuit. A second stage rotor earth fault shall also be provided
with necessary accessories to trip the unit .Details of Ir value of Rotor Earth fault stage-I and
Rotor Earth fault stage-II shall be furnished in the bid.

3.14 The following protections shall also be built in the system

1) Delay in field flashing to Trip the field breaker

2) Manual channel failure when manual mode selected to trip motor Master trip relay.

3) DC short circuit to trip motor master trip relay

4) Rotor temperature monitoring disturbed to initiate an alarm

The final pulse to the bridge shall be blocked on following conditions

1) Thyristor fuse fail

2) Loss of cooling.

3) AC/DC isolators open


CONTRACTOR NO. OF CORRECTION SDE EE 362
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

4) Power supply pulse final stage fails.

3.15 Control shall changeover from auto to manual on following

1) Auto channel failure.

2) Power supply to auto channel fail

3) AVR PT fuses fail (motor voltage actual value failure)

3.16 CURRENT TRANSFORMERS

One set of current transformers for O/C relay in the primary side of the excitation
transformer shall be provided to trip the unit. One set of CT‟S shall also be provided for
energy meter in the primary circuit of SEE transformer to measure the kW, kVA etc.

3.17 CONTROL, INDICATION AND ANNUNCIATION

3.18 CONTROLS AND INDICATIONS

The following controls and indications shall be provided by illuminated push buttons

1) Voltage raise/lower in manual with max & min position indication.

2) Voltage raise/lower in auto with max and min position indication.

3) Field breaker close/ open

4) Auto/Manual channel ON

5) Local/ Remote selection

6) Provision shall be made for taking analog/ digital signals to the remote system for
remote operations/graphic display.

3.19 ANNUNCIATIONS

The following annunciations shall be provided with provision to take it to remote either as an
individual or as a group alarm.

• Thyristor bridge failure


• Auto channel failure

• Protective changeover to manual

• Regulator power supply fail

• Field flashing delayed

• Field breaker trip coil faulty

• Limiters inaction

• Thyristor fuse failure

• Thyristor cooling fan failure

• Excitation transformer temperature high


CONTRACTOR NO. OF CORRECTION SDE EE 363
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

• Excitation transformer temperature very high

• Excitation transformer over current delayed/instantaneous.

• Rotor over voltage

• DC short circuit Parameters change


• Fan supply change over
• Power supply to final stage failure
• AVR in test

• AC/DC isolators open

• Motor voltage actual value failure (in Auto mode)

• Field current actual value failure (in Manual mode)

• Channel-1pulsefailure

• Rotor earth fault

• Manual channel in operation.

• Rotor temperature monitor ring disturbed.

• Any other annunciation relevant to the system offered

• Conduction failure Contractors shall indicate the annunciation provided for the
equipment of freed in the bid. There shall be provision for resetting the local
panel alarm indications from remote.

3.20 REMOTE CONTROL & METERING

The following indications control and metering shall be provided in unit sequencer panel for
remote control. Field breaker close/ open with indications Auto/Manual channel ON
indication Auto/Manual change over switch with balance meter Voltage raise/Lower in
manual Voltage raise/ Lower in auto Field current Field voltage.

3.21 MICRO TERMINAL FOR MAN MACHINE INTERFACE

Each regulator shall be provided with a terminal for local control and display. It shall be
possible to obtain display of measured values, set values and binary status signals through
key pad of the terminal. Changing of set values of Limiters and controller shall also be
possible from this terminal. If all these are not possible in MM terminal and if separate PC
based too is required the above shall be supplied without additional cost.

3.22 TRANSFORMER FOR HEAT RUN

A suitable transformer for conducting OCC and SCC tests shall be supplied separately.

3.23 SPARES

The necessary spares shall be supplied.

3.24 TESTS TO BE CONDUCTED AT WORKS TESTSON EXCITATION

TRANSFORMER

CONTRACTOR NO. OF CORRECTION SDE EE 364


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
1. Checking of dimensions & GA
2. Measurement of winding resistance HV&LV

3. Ratio tests

4. Polarity & vector group tests IR measurement &HV tests

a. HV–35kV for one minute

b. LV–3KV for one minute

c. Induced over voltage tests as per relevant standards. Measurement of no load loss &
full load loss & impedance volts Tests on CTs & temperature detectors, thyristors mounted on
transformer Tests on CTs &temperature detectors, thermistors mounted on

transformer Partial discharge test & temperature rise test on transformer.

TESTS ON AVR, FIELD BREAKER & THYRISTOR CUBICLES

1. Dimensional checks as per approved GA & mechanical assembly &mounting of


all components

2. Checking of wiring

3. All functional checks as per approved schematics & functional checks of


regulation Limiters etc.

4. Operation of field circuit breaker at +10 % & - 15 % control voltage &


measurement of closing & opening times

5. IR & HV tests

a. DC/ AC bus bars- 3 KV for one-minute b. 415V AC circuit-2.5 KV for one minute

b. 220 VDC, PT &CT circuits– 1.5 KV for one minute

c. All other control voltage circuits–0.5 KV for one minute

6. Heat run test of thyristor cubic less by passing rated current & measurement of
temperature at heat sinks &joints

7. Light load test on thyristor bridges.

DRAWINGS AND DATA

The Contractor shall furnish the following along with the bid.

1. General arrangement drawings of SEE panels, Excitation Transformer


1. Transformer kVA & voltage ratio calculations

2. Thyristor rating calculations

3. A brief write up of SEE &Transformers Following drawings and literatures shall be


submitted after award of contract.

4. Detailed general arrangement drawings &foundation details of all panels, transformers


etc.

CONTRACTOR NO. OF CORRECTION SDE EE 365


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
5. Schematic drawings of SEE

6. Inter panel wiring details, internal wiring details, external cable connection details etc.

7. Detailed drawing of each module

8. Signal flow &logic diagrams

9. Operating and maintenance instruction manual.

10. Test reports.

11. Scheme drawing of protective relay with write-up.

12. Catalogue of sub-supplied items along with write-up and address.

PUMPS STARTING EQUIPMENT

For starting of pumps the Contractor shall quote either Static frequency converter (SFC)
system Starting equipment offered shall be suitable to start the pump- motor smoothly and
without in rush current. The motor shall be soft started and reach 90% of rated speed within
5Minutes. The Contractor shall include the necessary transformer, H.T. Switch gear, and all
the control equipment in their scope of supply. The starting equipment offered shall be of
proven design and shall be robust and can withstand no. Of starts in a day. The Contractor
shall quote 2 sets of starting equipment 2SFC. All the control equipment for selection of the
pumps to be started, and all interlock, indication, and alarm and annunciation circuits shall be
included in the scope supply. Drawings for the starting isolators to be furnished by the
Contractor.

All the protection and control circuits of starting equipment shall be in corporate in the
system. The system shall be suitable to start one pump at a time either from local panel or
from remote control panel/ control desk/panel in the Control Room. The Power Circuit
Panels (11KVSystem) shall be designed so that it can with stand fault system fault currents
during starting of pump. The starting equipment shall be housed in sheet steel cubicles of
thickness not less than 14 gauges and painted with anticorrosion resistive paint the colour of
the final paint shall finalized with the successful Contractor. The high voltage equipment of
the starting equipment shall be type tested. The manufacturer shall conduct all the routine
tests as per IEC standards on the equipment offered.
• PAYMENT & MEASUREMENT FOR PUMPING MACHINERY &

ALLIED ELECTRICAL EQUPMENTS

All measurements shall be based on Approved estimate as per vetted design &
drawings. And payment shall be done as per Schedule of Payment, Volume-II.

Note: - For the items of other works, not mentioned in above specifications
contractor has to prepare and submit the technical specification based on relevant IS
code, guidelines of the State government/ concern department/manufacturer along with
the details design and drawings. The technical specifications will be vetted and
approved along with design and drawings. The contractor has to execute the work on
the basis of approved relevant civil/mechanical/Electrical department & WRD
Maharashtra technical specifications.

CONTRACTOR NO. OF CORRECTION SDE EE 366


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

SECTION- VI

33 KV TRANSMISSION LINE
& SWITCH YARD

CONTRACTOR NO. OF CORRECTION SDE EE 367


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

SECTION- VI: 33 KV TRANSMISSION LINE & SWITCH YARD


SCOPE AND GENERAL TECHNICAL CONDITIONS

INTENT OF THE SPECIFICATION


1. Design, Planning, Construction/Execution, Installation, Fabrication, Supply,
Commissioning and Testing & Trial Run, Third Party Inspection of various electrical
components of 33 KV transmission line including all infrastructure from ……….32 KV
substation to proposed pump house location, 33 KV substation/ switchyard at pump house
location, all related components/Equipments required to carry 4.2 MW load required for
Jigaon Lift Irrigation Scheme No.7.

2. Latest technical and work related specifications of Maharashtra State Electricity


Distribution Co. Ltd. (A Government of Maharashtra Undertaking) shall be used. Detailed
specification of each component/Item shall get approved from Chief Engineer before approval
of final estimate based on vetted & approved designs and drawings.

3. Design of each component shall be based on relevant Indian code of practice.

4. Third Party Inspection of Each component. Inspecting Agency shall be decided by


Chief Engineer.

5. Defect liability for all materials, Equipment shall be 5 Years after completion of

work.

6. All other miscellaneous works required for successful commissioning of Entire


scheme shall be the responsibility of contractor.

7. Necessary safety provisions shall be made as per MSEDCL/ MSETCL standard


practices.

8. All permissions required for transmission lines, 33 KV substation etc. including all
crossing, right of way permissions from any land, all statutory clearances with contractors
own cost.

9. All related required work as directed by Engineer-in-Charge shall be executed by the


contractor.

10. Testing charges shall be borne by Contractor.

11. Operation & Maintenance, Repairs & replacements for 5 Years after completion of

work.

Materials

All materials, equipments required shall be approved make of MSEDCL and should be ISI
mark or as per standard requirements and as directed by Engineer-in-Charge.

CONTRACTOR NO. OF CORRECTION SDE EE 368


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
MODE OF MEASUREMENT

Measurement of work shall be done as per standard practice used in MSEDCL and based
on Approved Estimate.

MODE OF PAYMENT

Measurements shall be done based on approved estimate prepared on the basis of vetted
design & drawing. Payment shall be done as per Schedule of Payment, Volume-II.

1.1.0 SCOPE

1.2.1 The work involves design, engineering, manufacture, assembly, inspection, testing at
manufacturer’s works before dispatch, packing, supply, including insurance during transit,
delivery at site, subsequent storage, civil foundation work, erection and commissioning at
site of various equipment and materials including power transformers, substation structures
and civil foundations for equipment as specified in subsequent Clauses and Sections for
unmanned 33 Kv sub-stations & 33kv Transmission line from 132Kv substation including
necessary connection.

1.2.2 The scopes of works also include site development, design & construction of boundary
walls, fencing, gate and other facilities at substations as specified in the Bidding Document.

1.2.3 It is not the intent to specify completely herein all details of design and construction of
the equipment and accessories. However, the equipment and accessories shall conform in all
respects to high standards of engineering, design and workmanship and be capable of
performing in continuous operation up to the Contractor’s guarantees in a manner acceptable
to the Corporation. The Corporation shall interpret the meaning of drawings and
specifications and shall be entitled to reject any work or material, which in his judgment is
not in full accordance therewith.

1.2.4 Whether called for specifically or not, all accessories and work required for the
completion of the work are deemed to be considered as a part of the Contractor’s scope,
unless and until mentioned very clearly as excluded.

1.2.5 The major items of works included in the scope of this specification are listed below:-

i.) Supply, erection, testing and commissioning of transformers and all switch & control
gears such as circuit breakers, isolators, current transformers, relay & control panels,
Lightning Arresters etc. including mounting structures and civil foundations.

ii. Supply, erection, testing and commissioning of Substation local Communication


Equipment as specified in Bidding Document.

iii. Design, supply and erection of 33kv substation structure and 33kv transmission line
from 132 KV ----------- substation to newly proposed 33kv substation.

iv.Design and construction of cable trenches and earth mat including supply of all
materials.

v.Other works includes site development, construction of Boundary Walls / Security


Fencing, Design and installation of illumination system for switchyard etc. as brought out
In the Specification and Schedule of Requirements.

1.2.6 The name of substation that is to be built under the scope of this specification is

listed below:

CONTRACTOR NO. OF CORRECTION SDE EE 369


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
i.) 33/6.6 kV Substation (MVA as per requirement)

1.2.7 The various items of works are described very briefly in Bid Form, Prices & Other
Schedules. The various items as defined in these schedules shall be read in conjunction with
the corresponding section in the technical specifications including amendments and,
additions if any.

1.2.8 The Contractor’s rates shall be based on the description of activities in the schedules as
well as necessary operations detailed in Technical Specifications.

1.2.9 As this is EPC Contract, quantities are not fixed. All quantities required for 33kv
substation & transmission line shall be the responsibility of contractor.

1.3.0 CONTRACTOR TO INFORM HIMSELF FULLY

1.3.1 The contractor should ensure that he has examined the General Conditions,
Specifications and Schedules as brought out in other sections and this Section and has
satisfied himself as to all the conditions and circumstances affecting the contract price and
fixed his price according to his own views on these matters and acknowledge that no
additional allowances except as otherwise provided therein shall be levied.

1.3.2 The Corporation shall not be responsible for any misunderstanding or incorrect
information obtained by the contractor other than information given to the contractor in
writing by the Corporation

1.4.0 SERVICE CONDITIONS

1.4.1 The plant and materials supplied shall be suitable for operation under the following
climatic and other conditions:
a) Peak ambient day temperature in still air: 45°C

b) Minimum night temperatures: 0°C

c) Reference ambient day temperature: 45°C

d) Relative Humidity a) Maximum: 100 %

e) Minimum: 10 %

f) Altitude: Below1000 M above MSL

g) Maximum wind pressure: As per IS: 802 latest codes.

h) Other Data: Refer Meteorological data pertaining to the locations.

i) Seismic Intensity ZONE-V as per IS 1893.

1.5.0 CONFORMITY WITH INDIAN ELECTRICITY RULES & OTHER LOCAL


REGULATIONS:

1.5.1 The contractor shall note that all substation works shall comply with the latest
provisions of Indian Electricity Rules and with any other regulations. Local authorities
concerned in the administration of the rules and regulation relating to such works shall be
consulted, if necessary, about the rules and regulations that may be applicable.

1.5.2 The Contractor shall also comply with the Minimum Wages Act 1948 and the payment
of Wages Act (both. of the Government of India and Government of Maharashtra) and the
CONTRACTOR NO. OF CORRECTION SDE EE 370
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
rules made there under in respect of any employee or workman employed or engaged by him
or his Sub-Contractor.

1.5.3 All registration and statutory inspection fees, if any, in respect of his work pursuant to
this Contract shall be to the account of the Contractor. However, any registration, statutory
inspection fees lawfully payable under the provisions of the statutory laws and its
amendments from time to time during erection in respect of the Substation Works, ultimately
to be owned by the Corporation, shall be to the account of the Corporation. Should any such
inspection or registration need to be re-arranged due to the fault of the Contractor or his Sub-
Contractor, the additional fees to such inspection and/or registration shall be borne by the
Contractor.

1.6.0 STANDARDS

1.6.1 The equipment covered by this specification shall, unless otherwise stated be designed,
constructed and tested in accordance with the latest revisions of relevant Indian Standards (ISS)/
IEC and shall conform to the regulations of local statutory authorities.

1.6.2 In case of any conflict between the standards and this specification, this specification
shall govern.

1.6.3 Equipment conforming to other international or authoritative Standards which ensure


equivalent or better performance than that specified under Clause 1.6.1 above shall also be
accepted. In that case relevant extracts of the same shall be forwarded with the bid.

1.7.0 CONTRACTOR’S REQUIREMENT

1.7.1 The Contractor should be in possession of a valid H.V. Electrical License issued by the
Chief Electrical Inspector, Govt. of Maharashtra/ MSEDCL/MSETCL or concerned authority
as per the provision of Law. An attested copy of the mentioned License must be handed over
to the Corporation for his record prior to handing/ taking over of sites. The Corporation shall
assist the Contractor in obtaining the requisite license.

1.7.2 All the works shall also be inspected by authority decided by Chief Engineer, Amravati
. It is the responsibility of the Contractor to obtain pre-requisite commissioning clearance of
any equipment from the said Inspectorate. The Contractor shall pay necessary fees to the
Inspectorate, which it may levy.

1.8.0 ENGINEERING DATA

1.8.1 The furnishing of engineering data by the Contractor shall be in. accordance with the
Bidding Document. The review of these data by the Corporation shall cover only general
conformance of the data to the specifications and not a thorough review of all dimensions,
quantities and details of the materials, or items indicated or the accuracy of the information
submitted. This review by the Corporation shall not be considered by the Contractor, as
limiting any of his responsibilities and liabilities for mistakes and deviations from the
requirements, specified under these specifications.

1.8.2 All engineering data submitted by the Contractor after review by the Corporation shall
or part of the contract document.

1.9.0 DRAWINGS AND DOCUMENTS FOR APPROVAL

1.9.1 In addition to those stipulated in clause regarding drawings in General Conditions of


Contract, the following sub clauses shall also apply in respect of Contract Drawings.

1.9.2 All drawings submitted by the Contractor including those submitted at the time of Bid
shall be with sufficient detail to indicate the type, size, arrangement, dimensions, material
description, Bill of Materials, weight of each component break-up for packing and shipment,
CONTRACTOR NO. OF CORRECTION SDE EE 371
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
fixing arrangement required, the dimensions required for installation and any other
information specifically requested in these specifications.

1.9.3 Each drawing submitted by the Contractor shall be clearly marked with the name of the
Corporation, the specification title, the specification number and the name of the Project. All
titles, noting, markings and writings on the drawing shall be in English. All the dimensions
should be to the scale and in S.I. units.

1.9.4 The drawings submitted for approval to the Corporation shall be in quadruplicate. One print
of such drawings shall be returned to the Contractor by the Corporation marked
"approved/approved with corrections". The contractor shall there upon furnish the
Corporation additional prints as May be required along with one reproducible in original of
the drawings after incorporating all Corrections. 1.9.5 The Contractor shall perform the work
strictly in accordance with these drawings and no deviation shall be permitted without the
written approval of the Corporation, if so required.

1.9.6 All manufacturing, fabrication and erection work under the scope of Contractor prior to the
approval of the drawings shall be at the Contractor's risk. The contractor may make any changes
in the design which are necessary to conform to the provisions and intent of the contractor and
such changes shall again be subject to approval by the Corporation.

1.9.7 The approval of the documents and drawings by the Corporation shall mean that the

Corporation is satisfied that:

a. The Contractor has completed the part of the Works covered by the subject
Document (i.e. confirmation of progress of work).

b. The Works appear to comply with requirements of Specifications. In no case the


approval by the Corporation of any document does imply compliance with neither all
technical requirements nor the absence of errors in such documents. If errors are discovered
any time during the validity of the contract, then the Contractor shall be responsible of their
consequences.

1.9.8 All drawings shall be prepared using AutoCAD software version 2004or later only.
Drawings, which are not compatible to AutoCAD software version 2004 or later, shall not be
acceptable. After final approval all the drawings shall be submitted to the Corporation in
readable CD’s

1.9.9 The following is the general list of the documents and drawings that are to be approved
by the Corporation:

a. Work Schedule (Master Network) Plan with linkages prepared on latest version of
Microsoft Projects.

b. General Layout of Switchyard: Plan and Sections.

c. Earthling layout and details.

d. Cable Trench Layout and details.

e. Foundation layouts and details of main and auxiliary structures

f. Detail design calculations and drawings for structures, equipment supports and
foundations including transformer pad.

g. Cable Schedule, as applicable

CONTRACTOR NO. OF CORRECTION SDE EE 372


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
h. For equipment and items in the scope of supply:

i) General arrangement drawing with full dimensions.


ii) Electrical schematic diagram, where applicable.
iii) Wiring diagram, where applicable.

1.9.10 All Designs / Drawings / Calculations/ Data submitted by the contractor, from time to
time shall become the property of the Corporation and Corporation has the right to use or
replicate such designs for future contracts / works without the permission of the Contractor.
The Corporation has all rights to use/ offer above designs/drawings/data sheets to any other
authority without prior Permission of the Contractor.

1.10.0 FINAL DRAWINGS AND DOCUMENTS

1.10.1 The successful Contractor shall require providing following drawings and documents
for each substation in printed form:

a. All approved drawings (AS BUILD) of equipment and works related to a particular
substation in three (3) copies.

b. Instruction manuals of all equipment related to a particular substation in three

i. (3) copies. These instruction manuals shall generally consist of-

i.)Operation Manuals, (ii) Maintenance Manuals and (iii) Spare Parts Bulletins.

c. Copies of routine test reports (in triplicate) of relevant equipment.

d. Final Guaranteed and Other technical particulars of relevant equipment.

1.10.2 In addition to the above the Contractor shall provide five (5) sets of all the drawings
and documents to Corporation in printed form for his reference and record.

1.11.0 APPLICATION AND SYSTEM SOFTWARE

1.11.1 Contractor shall provide copies of licensed copies application software / configuration &
system software in the form of CD (in duplicate) for all IEDs, meters, etc.

1.11.1 DESIGN IMPROVEMENTS

The Corporation or the Contractor may propose changes in the specification and if the parties
agree upon any such changes and the cost implication, the specification shall be modified
accordingly.

1.12.0 DESIGN CO-ORDINATION

1.12.1 Wherever, the design is in the scope of Contractor, the Contractor shall be responsible
for the selection and design of appropriate material/item to provide the best co-ordinate
performance of the entire system. The basic design requirements are detailed out in this
Specification. The design of various components, sub-assemblies and assemblies shall be so
done that it facilitates easy field assembly and maintenance.

1.13.0 DESIGN REVIEW MEETING

1.13.1 No design review meeting before opening of tender. Only queries replied through
email as mentioned in Volume-1.

CONTRACTOR NO. OF CORRECTION SDE EE 373


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
1.14.0 QUALITY ASSURANCE, INSPECTION & TESTING

1.15.1 Quality Assurance

The Contractor shall invariably furnish the following information along with his offer failing
which the offer shall be liable for rejection. Information shall be separately given for
individual type of equipment offered.

(i.) The structure of organization

(ii.) The duties and responsibilities assigned to staff ensuring Quality of work

(iii.) The system of purchasing, taking delivery and verification of Materials

(iv.) The system for ensuring quality of workmanship

(v.) The quality assurance arrangements shall confirm to the relevant requirement of ISO
9001 on ISO 9002 as applicable.

(vi.) Statement giving list of important raw materials, names of sub-supplies for the raw
materials, list of standards according to which the raw material are tested, list of tests
normally carried out on raw material in the presence of suppliers representative, copies
of test certificates.

(vii.) Information and copies of test certificates as on (i.) above in respect of bought out items

(viii.) List of manufacturing facilities available

(ix.) List of areas in manufacturing process, where stage inspections are normally carried out
for quality control and details of such test and inspection.

(x.) List of testing equipment available with the Contractor for final testing of equipment
specified and test plant limitation, if any vis - a-vis the type. Special acceptance and
routine tests specified in the relevant standards. These limitations shall be very clearly
brought out in "Schedule of Deviations" from the specified test requirement.

1.15.2 The contractor shall within 30 days of placement of order, submit the following
information to the purchaser.

i. List of the raw material as well as bought out accessories and the names of sub
suppliers selected from those furnished along with the offer.

ii. Type test certificated of the raw material and bought out accessories if required by
the purchaser.

iii. Quality Assurance Plant (QAP) withhold points for purchaser’s inspection. QAP and
purchasers hold points shall be discussed between the purchaser and contractor before the
QAP is finalized. The contractor shall submit the routine test certificates of bought out
accessories and central excise asses for raw material at the time of routine testing if
required by the purchaser and ensure that the quality assurance requirements of
specification are followed by the sub-contractor.

1.15.3 The Quality Assurance Programme shall give a description of the Quality System and
Quality Plans with the following details.

i. Quality System

• The structure of the organization.

CONTRACTOR NO. OF CORRECTION SDE EE 374


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
• The duties and responsibilities assigned to staff ensuring quality of
work.

• The system of purchasing, taking delivery of verification of materials.


• The system of ensuring of quality workmanship.
• The system of control of documentation.

• The system of retention of records.

• The arrangement of contractor internal auditing.

• A list of administrator and work procedures required to achieve contractors

Quality requirements.

These procedures shall be made readily available to the purchaser for inspection on request.
ii. Quality Plans

• An outline of the proposed work and program sequence.

• The structure of contractor’s organizations for the contract.

• The duties and responsibilities ensuring quality of work.

• Hold and notification points.

• Submission of engineering documents required by this specification.

• The inspection of the materials and components on request.


• Reference to contractors work procedures appropriate to each
activity.
• Inspection during fabrication /construction.
• Final inspection and test.

1.15.4 Training of Personnel

The contractor shall provide necessary facilities for training personnel at their
works/principals works relating to design, manufacture, assembly and testing and operation
maintenance for four personnel free of cost. However, travel and incidental charges of the
personnel shall be borne by the purchaser. The contractor shall provide 15 days hands on
training for operation and maintenance of substation for four personnel free of cost against
each substation prior to handing over of substation to Corporation.

1.16.0 CORPORATION'S SUPERVISION

1.16.1 To eliminate delays and avoid disputes and litigation it is agreed between the parties
to the Contract that all matters and questions shall be resolved in accordance with the
provisions of this document.

1.16.2 The manufacturing of the product shall be carried out in accordance with the
specifications. The scope of the duties of the Corporation, pursuant to the contract, shall
include but not be limited to the following.

A. An Interpretation of all the terms and conditions of these Documents and


Specifications.

CONTRACTOR NO. OF CORRECTION SDE EE 375


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
B. Review and interpretation of all the Contractors drawings, engineering data etc. C.
Witness or authorize his representative to witness tests at the manufacturer’s works or at
site, or at any place where work is performed under the contract.

D. Inspect, accept or reject any equipment, material and work under the Contract, in
accordance with the Specifications.

E. Issue certificate of acceptance and/or progressive payment and final payment


certificate.

F. Review and suggest modification and improvement in completion schedules from


time to time, and

G. Supervise the Quality Assurance Programme implementation at all stages of the


works.

1.17.0 INSPECTION & INSPECTION CERTIFICATE

1.17.1 The Corporation, his duly authorized representative and/or outside inspection agency
acting on behalf of the Corporation shall have, at all reasonable times, access to the premises
and works of the Contractor and their sub-contractor(s)/sub-vendors and shall have the right,
at the reasonable times, to inspect and examine the materials and workmanship of the
product during its manufacture.

1.17.2 All routine and acceptance tests whether at the premises or works of, the Contractor or
of any Sub-Contractor, the Contractor except where otherwise specified shall carry out such
tests free of charge. Items such as labour, materials, electricity, fuel, water, stores apparatus
and instruments as may be reasonably demanded by the Corporation/inspector or his
authorized representative to carry out effectively such tests in accordance with the Contract
shall be provided by the Contractor free of charge.

1.17.3 If desired by the Corporation, the Contractor shall also carry out type tests as per
applicable Standards for which Corporation shall bear the expenses except in cases where
such tests have to be carried out in pursuance to Clause 1.18.3. The Contractor is required
to quote unit rates of type test charges in a separate Schedule (if such schedule is provided
in the Bidding Document) in pursuance to this Clause.

1.17.4 The inspection by Corporation and issue of Inspection Certificate thereon shall in
no way limit the liabilities and responsibilities of the Contractor in respect of the agreed
Quality Assurance Programme forming a part of the Contract.

1.17.5 Tests

The type, acceptance and routine tests and tests during manufacture to be carried-out on
the material and equipment shall mean as follows:

i. Type Tests shall mean those tests, which are to be carried out to prove the process
of manufacture and general conformity of the material to this Specification. These
tests shall be carried out on samples prior to Commencement of commercial
production against the order. The Contractor shall indicate his schedule for carrying
out these tests.

ii. Acceptance Tests shall mean those tests, which are to be carried out on samples
taken from each lot offered for pre-dispatch inspection, for the purposes of acceptance
of that lot.

iii. Routine Tests shall mean those tests, which are to be carried out on the material to
check requirements, which are likely to vary during production.

CONTRACTOR NO. OF CORRECTION SDE EE 376


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
iv. Tests during manufacture shall mean those tests, which are to be carried out during
the process of manufacture and end inspection by the Contractor to ensure the desired
quality of the product to be supplied by him.

v. The norms and procedure of sampling for these tests shall be as per the Quality
Assurance Programme to be mutually agreed to by the Contractor and the
Corporation.

1.17.6 The standards and norms to which these tests shall be carried out are specified in
subsequent Sections of this Specification. Where a particular test is a specific requirement of
this Specification, the norms and procedure of the test shall be as specified or as mutually
agreed to between the Contractor and the Corporation in the Quality Assurance Programme.

1.17.7 For all type and acceptance tests, the acceptance values shall be the values specified in
this Specification or guaranteed by the Contractor or applicable Standards, as applicable.

1.18.0 TYPE TEST REPORTS

1.18.1 Equipment, which has never been tested for critical performance, shall not be
accepted. In such cases, a promise or agreement by a Contractor to have the equipment tested
after award of a contract is not acceptable.

1.18.2 All Bids must be accompanied by the Type Test Certificates of equipment offered
(refer Clause 1.18.5 below).

Such type test certificates shall be acceptable only if:-

a. Tests are conducted in CPRI, ERDA and KEMA laboratory, or approved by


MSEDCL/MSETCL.

b. Tests are conducted in manufacturer’s own laboratory. In this case

i. The laboratory must have NABL accreditation and ISO 9000 (or its equivalent)
series certification; and

ii. Tests have been witnessed by technically qualified representatives.

1.18.3 Test reports to be acceptable must be related directly to the equipment offered i.e. it is
fully identical in design, rating and construction with the equipment for which the type test
certificates have been submitted.

1.18.4 Type Test Reports older than three (3) years on the date of Technical bid opening
shall not be accepted.

1.18.5 Full Type Test Reports of at least the following equipment must be submitted: -

1) Transformers

2) Auto Reclosers

3) Current & Potential Transformers, Breakers.

4) Capacitor bank

5) Lightening Arrester

6) Isolators

7) Numerical Relays
CONTRACTOR NO. OF CORRECTION SDE EE 377
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

8) Gateways & Data concentrators

9) XLPE Power cable & Control cable

10) Battery & Battery Charger

1.19.0 SPARE PARTS

1.19.1 Recommended Spare Parts

The Contractor shall also furnish an item wise list of recommended spare parts and quantity for
Three years satisfactory operation of the equipment with unit price of each part in a separate
Schedule. Prices of these spare parts shall not be taken in to account in comparing Price Bid
Also, they shall submit an undertaking to supply all spare parts for a minimum period of 10
(ten) years as and when any request is made before them on a chargeable basis.

1.19.2 Mandatory Spare Parts

The Contractor shall also quote for the mandatory spares list of which is furnished in ‘List of
Mandatory Spare Part. Prices of these spare parts shall be taken into account in comparing
price Bid.

1.20.0 GUARANTEED TECHNICAL PARTICULARS

1.20.1 The Guaranteed Technical Particulars of the various items shall be furnished by the
Contractors in the prescribed schedules of this Specification

1.20.2) with the Technical Bid. The Contractor shall also furnish any other information's as
in their opinion is needed to give full description and details to judge the item(s) offered by
them.
1.20.3 The data furnished in Guaranteed Technical Particulars should be the minimum or
maximum value (as per the requirement of the specification) required. A Contractor may
guarantee a value more stringent than the specification requirement. However, for testing
purpose or from performance point of view, the material shall be considered performed
successfully if it achieves the minimum/maximum value required as per the technical
specification. No preference what so ever shall be given to the Contractor offering
better/more stringent values than those required as per specification except where stated
otherwise.

1.20.0 PACKING

1.21.1 All the materials shall be suitably protected, coated, covered or boxed and crated to
prevent damage or deterioration during transit, handling and storage at Site till the time of
erection. The Contractor shall be responsible for any loss or damage during transportation,
handling and storage due to improper packing.

1.21.2 The Contractor shall include and provide for securely protecting and packing the
materials so as to avoid loss or damage during transport by air, sea, rail and road.

1.21.3 All packing shall allow for easy removal and checking at site. Wherever necessary,
proper arrangement for attaching slings for lifting shall be provided. All packages shall be
clearly marked for with signs showing 'up' and 'down' on the sides of boxes, and handling
and unpacking instructions as considered necessary. Special precaution shall be taken to
prevent rusting of steel and iron parts during transit by sea.

CONTRACTOR NO. OF CORRECTION SDE EE 378


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
1.21.4 The cases containing easily damageable material shall be very carefully packed and
marked with appropriate caution symbols, i.e. fragile, handle with care, use no hook etc.
wherever applicable.

1.21.5 Each package shall be legibly marked by the-Contractor at his expenses showing the
details such as description and quantity of contents, the name of the consignee and address, the
gross and net weights of the package, the name of the Contractor etc.

1.22.0 CONSTRUCTION TOOLS, EQUIPMENTS ETC.

1.22.1 The Contractor shall provide all the construction equipment, tools, tackle and scaffoldings
required for construction, erection, testing and commissioning of the works covered under the
Contract. He shall submit a list of all such materials to the Corporation before the
commencement of work at site. These tools and tackle shall not be removed from the site
without the written permission of the Corporation.

1.23.0 MATERIALS HANDLING AND STORAGE

1.23.1 All the supplies under the Contract as well as Corporation supplied items (if any) arriving
at site shall be promptly received, unloaded and transported and stored in the stores by the
Contractor.

1.23.2 Contractor shall be responsible for examining all the shipment and notify the Corporation
immediately of any damage, shortage, discrepancy etc. for the purpose of Corporation's
information only. The Contractor shall submit to the Corporation every week a report detailing
all the receipts during the week. However, the Contractor shall be solely responsible for any
shortages or damages in transit, handling and/or in storage and erection at site. Any demurrage,
and other such charges claimed by the transporters, railways etc., shall be to the account of the
Contractor.

1.23.3 The Contractor shall maintain an accurate and exhaustive record-detailing out the list of
all items received by him for the purpose of erection and keep such record open for the
inspection of the Corporation.

1.23.4 All items shall be handled very carefully to prevent any damage or loss. The materials
stored shall be properly protected to prevent damage. The materials from the store shall be
moved to the actual location at the appropriate time so as to avoid damage of such materials at
Site.

1.23.5 All the materials stored in the open or dusty location must be covered with suitable
weather proof and flameproof covering material wherever applicable.

1.23.6 The Contractor shall be responsible for making suitable indoor storage facilities, to store
all items/materials, which require indoor storage.

1.23.7 The Contractor shall have total responsibility for all equipment and materials in his
custody, stored, loose, semi-assembled and/or erected by him at site. The contractor shall
make suitable security arrangements including employment of security personnel to ensure
the protection of all materials, equipment and works from theft, fire, pilferage and any other
damages and loss.

1.24.0 CONTRACTOR’S MATERIALS BROUGHT ON TO SITE

1.24.1 The Contractor shall bring to Site all equipment, components, parts, materials,
including construction equipment, tools and tackles for the purpose of the work under
intimation to the Engineer. All such goods shall, from the time of their being brought vest in
the Corporation, but may be used for the purpose of the Works only and shall not on any
CONTRACTOR NO. OF CORRECTION SDE EE 379
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
account be removed or taken away by the Contractor without the written permission of the
Engineer. The Contractor Shall nevertheless be solely liable and responsible for any loss or
destruction thereof and damage thereto.

1.24.2 The Corporations shall have a lien on such goods for any sum or sums, which may at
any time, be due or owing to him by the Contractor, under in respect of or by reasons of the
Contract. After giving a fifteen (15) days’ notice in writing of his intention to do so, the
Corporation shall be at liberty to sell and dispose of any such goods, in such manner, as he
shall think fit including Public auction or private treaty.

1.24.3 After the completion of the Works, the Contractor shall remove from the Site under the
direction of the Engineer the materials such as construction equipment, erection tools and tackles,
scaffolding etc. with the written permission of the Engineer. If the Contractor fails to remove
such materials within fifteen (15) days of issue of a notice by the Engineer, the Engineer shall
have the liberty to dispose of such materials as detailed under clause 1.24.2 above and credit the
proceeds there to the account of the Contractor.

1.25.0 COMMISSIONING SPARES

1.25.1 It shall be the responsibility of the Contractor to provide all commissioning spares
required for initial operation till the Corporation declares the equipment as ready for
commissioning. All commissioning spares shall be deemed to be included in the scope of the
Contract at no extra cost to the Corporation.

1.25.2 These spares shall be received and stored by the Contractor at least 3 months prior to the
schedule date of commencement of commissioning of the respective equipment and utilized as
and when required. The unutilized spares and replaced parts, if any, at the end of successful
completion of performance and guarantee test shall be the property of the Contractor and he
shall be allowed to take these parts back at his own cost with the permission of Corporation’s
Representative.

CONTRACTOR NO. OF CORRECTION SDE EE 380


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
TECHNICAL SPECIFICATION FOR CONSTRUCTION WORKS IN

SUBSTATIONS

2.1.0 GENERAL

2.1.1 The intent of this Section of the Specification is to cover requirements which are to be
followed in construction of switchyards including civil works in the switchyard.

2.1.2 The work shall be carried out according to the design/drawings to be developed by the
Contractor and approved by the Corporation based on Drawings supplied to the Contractor
by the Corporation with this specification. For all structures, foundations, etc., necessary
layout and details shall be developed by the Contractor keeping in view the functional
requirement of the substation facilities and providing enough space and access for operation,
use and maintenance based on the input provided (drawings and design parameters) by the
Corporation in this Technical Specification. Certain minimum requirements are indicated in
this Section for guidance purposes only. However, the Contractor shall quote according to
the complete requirements.

2.1.3 A set of drawings are enclosed for reference of the Contractor. The drawings shall be
treated as for bidding purpose only.

2.1.4 The contractor shall maintain the overall dimensions of the substation, bay length, bay
width, phase to earth clearance, phase to phase clearance, ground clearances, sectional
clearances, clearances between buses and bus heights but may alter the spacing between
equipment based on actual dimensions equipment offered to obtain the statutory electrical
clearances required for the substation and to suite the physical requirements of available land
for the Substation etc.

2.2.0 GEO-TECHNICAL INVESTIGATION

2.2.1 The Contractor shall perform a detailed soil investigation to arrive at sufficiently
accurate, general as well as specific information about the soil profile and the necessary soil
parameters of the Site in order that the foundation of the various structures can be designed
and constructed safely and rationally.

2.3.0 SCOPE OF WORK

2.3.1 This clause of the specification covers all the work required for detailed soil
investigation and preparation of a detailed report. The work shall include mobilization of
necessary equipment, providing necessary engineering supervision and technical personnel,
skilled and unskilled labour, etc., as required to carry out field investigation as well as,
laboratory investigation, analysis and interpretation of data and results, preparation of
detailed Geo-Technical report including specific recommendations for the type of
foundations and the allowable safe bearing capacity for different sizes of foundations at
different founding strata for the various structures of the substation. The Contractor shall
make his own arrangement for locating the co-ordinates and various test positions in field as
per the information supplied to him and also for determining the reduced level of these
locations with respect to the benchmark indicated by the Corporation. All the work shall be
carried out as per latest edition of the corresponding Indian Standard Codes

2.3.1.1. Electrical Resistivity Test

This test shall be conducted to determine the Electrical resistivity of soil required for
designing safe grounding system for the entire station area. The specifications for the
equipment and other accessories required for performing electrical resistivity test, the test
procedure, and reporting of field observations shall confirm to relevant IEEE. The test shall
be conducted using Wagner’s four electrode method as specified in IS: 1892, Appendix-B2.
CONTRACTOR NO. OF CORRECTION SDE EE 381
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
Unless otherwise specified at each test location, the test shall be conducted along two
perpendicular lines parallel to the co-ordinate axis. On each line a minimum of 8 to 10
readings shall be taken by changing the spacing of the electrodes from an initial small value
of 0.5 m up to a distance of 10.0 m.

2.3.1.2. Test Results and Reports

The Contractor shall submit the detailed report in two (2) copies wherein information
regarding the geological detail of the site, summarized observations and test data, and
conclusions and recommendations on the type of foundations with supporting calculations
for the recommendations. Initially the report shall be submitted by the Contractor in draft
form and after the draft report is approved, the final report in four (4) copies shall be
submitted. The test data shall bear the signatures of the Investigation Agency, Vendor and
also site representative of Corporation.

2.4 PREPARATION

2.4.1 The Contractor shall be responsible for proper levelling of switchyard site as per layout
and levels of switchyard finalized during detailed engineering stage. The Contractor at his
own cost shall make the layout and levels of all structure, etc.

2.4.2 Site levelling shall be in the scope of the Contractor.

2.4.3 As per contour of the switchyard site, the Contractor shall have to prepare the site by
earth cutting or filling as per site condition to arrive at the required F.G.L.

2.5.0 SURFACE PREPARATION AND STONE SPREADING

2.5.1 Apart of anti-weed measures, stone spreading shall be done in the area covered by the
earth mat including area extending one (1) meter all around the earth mat provided for
switchyard

2.5.2 Before stone filling, the area shall be thoroughly de-weeded including removal of roots.

2.5.3 A surface course of minimum 100 mm thickness of 20 mm nominal size river pebbles
or (single size ungraded) broken stone shall be spread

2.6 SITE DRAINAGE

2.6.1 Adequate site drainage system shall be provided by the Contractor. The Contractor
shall obtain rainfall data and design the storm water drainage system, (culverts, ditches,
drains, etc.) to accommodate run off due to the most intense rainfall that is likely to occur
over the catchment area in one hour period on an average of once in tem years. The surface
of the site shall be sloped to prevent the pounding of water.

2.6.2 The maximum velocity for pipe drains and open drains shall be limited to 2.4m/sec and
1.8m/sec respectively. However, minimum non-slitting velocity of 0.6 m/sec shall be
ensured. Longitudinal bed slope not milder than 1 in 1000 shall be provided.

2.6.3 for design of RCC pipes for drains and culverts IS: 456 and IS: 783 shall be followed.

2.6.4 The Contractor shall ensure that water drains are away from the site area and shall
prevent damage to adjacent property by this water. Adequate protection shall be given to site
surfaces, roads, ditches, culverts, etc., to prevent erosion of material by water.

2.6.5 The drainage system shall be adequate without the use of cable/pipe trenches. (Pipe
drains shall be provided in areas of switchyard where movement of crane shall be necessary
in operating phase of the substation).

CONTRACTOR NO. OF CORRECTION SDE EE 382


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
2.6.6 Open surface drains shall be provided with the Cement Concrete 1:2:4 of minimum
thickness of 100 mm or more as per design condition.

2.6.7 All internal site drainage system, including the final connection/disposal to Corporation
acceptance points shall be part of Supplier’s scope including all required civil work,
mechanical and electrical systems. The Contractor shall connect his drain(s) at one or more
points to outfall points as feasible at site.

2.6.8 The drainage scheme and associated drawings shall be got approved.

2.7 TRANSFORMER FOUNDATION AND OIL RECOVERY SYSTEM

2.7.1 The Contractor shall provide an oil recovery system for all power transformers
containing insulating oil, integrated with the transformer foundations.

2.7.2 The oil recovery system shall be provided in order to avoid spread of fire by the oil,
and for environmental protection. Each transformer including oil conservator tank, etc., shall
be placed in a self-sufficient pit surrounded by retaining walls (Pit walls). The clear distance
of the retaining wall from the transformer shall be 20% of the transformer height or 0.8 m
whichever is more. The oil collection pit thus formed shall have a void volume equal to
125% volume of total oil in the transformer. The grating shall be made of Galvanized MS
flat of size 40 mm x 6 mm placed at 30 mm centre to centre and 25 mm x 6 mm GI MS flat
at a spacing of 150 mm at right angle to each other. Maximum length of grating shall be
2000 mm and width shall not be more than 500 mm. The gratings, supported on Galvanized
ISMB 150 mm, shall be placed at the formation level and shall be covered with 100 mm
thick layer of broken/crushed/non-crushed stone having size 35 mm to 45 mm.

Each oil collection pit shall be drained towards a sump pit within the collection whose role is
to drain water and oil due to leakage within the collection pit so that collection pit remains
dry and clean.

2.7.3 The retaining walls which make up the oil collection pit shall be made of fire resistant
material such as reinforced cement concrete, fire brick etc., and shall be impervious to oil.
The minimum height of the retaining walls shall be 15 cm above the finished level of the
ground to avoid outside water pouring inside. The bottom of the pit shall have a uniform
slope towards the sump pit.
2.7.4 Drainage

A device showing level of sump pit shall be provided by Contractor fitted along with the
automatic/manual pumping system, which shall have sufficient capacity to evacuate the rain
water from the sump pit. The Contractor may propose other better scheme, if agreed by
Corporation. If the heights of the retaining walls, which form the oil collection pit, exceed 60
cm, steps shall be provided to facilitate access to the oil collection pit. When designing the
oil collection pit, the movement of the transformer must be taken into account. 2.7.5
Transformers shall be mounted on a rails fitted on top of the foundation for its easy removal
from foundation/oil collection pit.

2.8 CABLE TRENCHES AND CABLE TRAYS

2.8.1 Design and construction of cable trenches with pre-cast removal R.C.C cover.

2.8.2 Cable trenches shall be blocked at the ends if required with brick masonry in cement
sand mortar 1:6 and plaster with 12 mm thick 1:6 cement sand mortar.

2.9 FOUNDATION AND RCC CONSTRUCTION

2.9.1 General

CONTRACTOR NO. OF CORRECTION SDE EE 383


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
2.9.1.1. Work covered under this Clause of the Specification comprises the design and
construction of foundations and other RCC constructions for switchyard structures,
equipment supports, trenches, drains, jacking pad, control cubicles, bus supports,
transformer, marshalling kiosks, auxiliary equipment and systems, buildings, tanks,
boundary wall or for any other equipment or service and any other foundation required to
complete the work.

2.9.1.2. Concrete shall conform to the requirements mentioned in IS: 456 and all the tests
shall be conducted as per relevant Indian Standard Codes as mentioned in Standard field
quality plan appended with the specification. A minimum grade of M15 concrete (1:2:4
mix) shall be used for all structural/load bearing members as per latest IS 456.

2.9.1.3. If the site is sloppy, the foundation height shall be adjusted to maintain the exact
level of the top of structures to compensate such slopes.

2.9.1.4. The switchyard foundation’s plinths and building plinths shall be minimum 300
mm and 500 mm above finished ground level respectively.

2.9.1.5. Minimum 75 mm thick lean concrete (1:4:8) shall be provided below all
underground structures, foundations, trenches, etc., to provide a base for construction.

2.9.1.6. Concrete made with Portland slag cement shall be carefully cured and special
importance shall be given during the placing of concrete and removal of shuttering.

2.9.1.7. The design and detailing of foundations shall be done based on the approved soil
data and subsoil conditions as well as for all possible critical loads and the combinations
thereof. The Spread footings foundation or pile foundation as may be required based on
soil/sub-soil conditions and superimposed loads shall be provided.

2.9.2 Design

2.9.2.1. All foundation shall be of reinforced cement concrete. The design and construction of
RCC structures shall be carried out as per IS: 456 and minimum grade of concrete shall be M-
15. Higher grade of concrete than specified above may be used at the discretion of Contractor
without any additional financial implication to the Corporation.

2.9.2.2. Limit state method of design shall be adopted unless specified otherwise in the
specification.

2.9.2.3. For detailing of reinforcement IS: 2502 and SP: 34 shall be followed. Cold twisted

deformed bars (Fe-415 N/mm2) conforming to IS: 1786 shall be used as reinforcement.However,
in specific areas, mild steel (Grade-I) conforming to IS: 432 can also be used. Two layers of
reinforcement (on inner and outer face) shall be provided for wall and slab sections having
thickness of 150 mm and above. Clear cover to reinforcement towards the earth face shall be
minimum 40 mm.

2.9.2.4. The procedure used for the design of the foundations shall be the most critical
loading combination of the steel structure and or equipment and or superstructure and other
conditions, which produces the maximum stresses in the foundation or the foundation
component and as per the relevant IS Codes of foundation design.

2.9.2.5. Design shall consider any sub-soil water pressure that may be encountered
following relevant standard strictly.

2.9.2.6. Necessary protection to the foundation work, if required shall be provided to take
care of any special requirements for aggressive alkaline soil, black cotton soil or any other
type of soil which is detrimental/harmful to the concrete foundations.

2.9.2.7. RCC columns shall be provided with rigid connection at the base.
CONTRACTOR NO. OF CORRECTION SDE EE 384
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

2.9.2.8. All sub-structures shall be checked for sliding and overturning stability during both
construction and operating conditions for various combinations of loads. Factors of safety for
these cases shall be taken as mentioned in relevant IS Codes or as stipulated elsewhere in the
Specifications. For checking against overturning, weight of soil vertically above footing shall be
taken and inverted frustum of pyramid of earth on the foundation should not be considered.

2.9.2.9. Following conditions shall be considered for the design of water tank in pumps
house, channels, sumps, trenches and other underground structures:

a) Full water pressure from inside and no earth pressure and ground water pressure and
surcharge pressure from outside (application only to structures, which are liable to be filled up
with water or any other liquid).

b) Full earth pressure, surcharge pressure and ground water pressure from outside and no
water pressure from inside.

c) Design shall also be checked against buoyancy due to the ground water during
construction and maintenance stages. Minimum factor of safety of 1.5 against buoyancy shall be
ensured ignoring the superimposed loadings.

2.9.2.10. The foundations shall be proportioned so that the estimated total and differential
movements of the foundations are not greater than the movements that the structure
or equipment is designed to accommodate.

2.9.2.11. The foundations of transformer and circuit breaker shall be of block type
foundation. Minimum reinforcement shall be governed by IS: 2974 and IS: 456.

2.9.2.12. The equipment foundations shall be checked for a factor of safety of 2.0 for
normal condition and 1.50 for short circuit condition against sliding, overturning and pull out.
The same factors shall be used as partial safety factor overloads in limit state design also.

2.9.3 Admixtures & Additives

2.9.3.1. Only approved admixtures shall be used in the concrete for the Works. When more
than one admixture is to be used, each admixture shall be batched in its own batch and added
to the mixing water separately before discharging into the mixer. Admixtures shall be
delivered in suitably labelled containers to enable identification.

2.9.3.2. Admixtures in concrete shall conform to IS: 9103. The water proofing cement
additives shall conform to IS: 2645. Corporation shall approve concrete
Admixtures/Additives.

2.9.3.3. The Contractor may propose and the Corporation may approve the use of a water-
reducing set retarding admixture in some of the concrete. The use of such an admixture shall
not be approved to overcome problems associated with inadequate concrete plant capacity or
improperly planned placing operations and shall only be approved as an aid to overcoming
unusual circumstances and placing conditions.

2.9.3.4. The water reducing set-retarding admixture shall be an approved brand of Ligno-
sulphonate type admixture.

2.9.3.5. The water proofing cement additives shall be used as required/advised by the
Corporation.

2.10. SECURITY FENCING, GATES AND SECURITY BOOTH

2.10.1 SECURITY FENCING


CONTRACTOR NO. OF CORRECTION SDE EE 385
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

Security fencing shall be made of M.S. angle panels each of 2.5 meter height and 3.0 meter
breath with following specification:-

a. Each panel shall consist of ISA 50x50x5 mm M.S. Angles on four sides with one
horizontal and one vertical bracing of 50x5 mm M.S. flats welded on both ends. The panels
shall have 6 mm dia M.S. rods @ 12 mm c/c horizontally and vertically, effectively
restrained on the M.S. Angle frame with proper welding.

b. Every panel shall have protruding legs of ISA 50x50x5 mm, 75 cm long at both
ends for embedment in RCC/ CC footings. Angle of every two adjacent panels shall be tack
welded and protruding legs of two adjacent panels shall be embedded together in RCC. A 50
cm long lean over section both ways made of 50x50x5 mm M.S. Angles with arrangement
for fitting 2 (two) lines of barbed wire of 12 swg x 2 plies x 4 points, 15 cm apart.
c. The M.S. panels before erection shall be thoroughly cleaned and painted with one
coat of red oxide primer and two coats of synthetic paint.
d. The protruding legs of the panels shall be fixed with RCC column/foundations wall
as per design.
e. Half brick wall of 500 mm height shall have to be constructed with 1st class bricks
in cement mortar of prop. 1:4 over F.G.L. RCC column foundation, tie beams shall be as per
approved drawing, design and site condition. All exposed surfaces of brick wall, RCC
structures shall have plaster of cement sand meter of prop.1:4.

2.10.2 Security Gates

a. The Gate frame shall be made of medium duty MS pipe conforming to relevant IS
with welded joints.

b. The gates shall be fabricated with welded joints to achieve rigid connections. The
gate frames shall be painted with one coat of approved steel primmer and two coats of
synthetic enamel paint.

c. Gates shall be fitted with approved quality iron hinges, latch and latch catch. Latch
and latch catch shall be suitable for attachment and operation of pad lock from either side of
gates. Hinges shall permit gates to swing through 180 degree back against fence.

d. Gates shall be fitted with galvanized chain hook or gate hold back to hold gates
open. Double gates shall be fitted with centre rest and drop bolt to secure gates in closed
position

e. Gates shall be installed in locations shown on drawings. Next to the main gate, a
men gate (1.50 m wide, single leaf) shall also be provided.

f. Bottom of gates shall be set approximately 40 mm above ground surface and


necessary guiding mechanism shall be fitted.

CONTRACTOR NO. OF CORRECTION SDE EE 386


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
2.10.3 EQUIPMENT ROOM FOR PANELS etc.

Equipment cum Security room shall be provided at the switchyard. The minimum dimension
of the room shall be 9.0 m length and 5.6 m width. The roof shall be of CI sheet and
aesthetically pleasing. Necessary doors and sliding aluminium windows shall be provided for
vigilance all around. Therefore said room shall be complete with lights & fans, paintings etc.

2.11 SUBMISSION

The following information shall be submitted for review and approval to the Corporation as
far as Civil Works are concerned:

a. Contour Plan for substation area.

b. Design criteria shall comprise the codes and standards used, applicable climatic
data including wind loads, earthquake factors maximum and minimum
temperatures applicable to the building locations, assumptions of dead and live
loads, including equipment loads, impact factors, safety factors and other relevant
information.

c. Structural design calculations and drawing (including constructions / fabrication)


for all reinforced concrete and structural steel structures.

d. Fully, dimensioned concept plan including floor plans, cross-sections,


longitudinal sections, elevations and perspective view of each building. These
drawings shall be drawn at a scale not smaller than 1:50 and shall identify the
major building components.

e. Fully dimensioned drawings showing details and sections drawn to scales of


sufficient size to clearly show sizes and configuration of the building components
and the relationship between them.

f. A door and window schedule showing door types and locations, door lock sets and
latch and other door hardware.

g. Any other data, drawings and information required to be submitted as per various
clauses of the specification. Approval of the above information shall be obtained
before ordering materials or starting fabrication or construction as applicable.

2.12 BUS BARS AND BUS BAR SUPPORTS

2.12.1 The bus bars shall be outdoor rigid and strung bus bars with ACSR conductor
supported on lattice/pole.

2.12.2 Aluminium IP tubes of adequate current carrying capacity shall be used for main
bus. Flexible chord of adequate size is to be used for connection to equipment.

2.13 ACSR CONDUCTORS

2.13.1 The Conductor shall conform to IS: 398 (latest edition) except where otherwise
specified herein.
Specification to which the finished conductor
1. : IS-398Part-II-1976
conforms
2. Purity of Aluminium' Rods : 99.5% Minimum
3. Percentages of Carbon in steel wire/rods : 0.50 to 0.85 (Preferably 0.65%)
4. Purity of Zinc : 99.95%

2.13.2 The details of the ACSR Zebra and ACSR Panther conductors are tabulated below:

CONTRACTOR NO. OF CORRECTION SDE EE 387


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
ACSR ACSR
Unit
'Panther' 'Zebra'
5. Particulars of Aluminium strands
i) Diameter
a) Standard mm 3.00 3.18
b) Maximum mm 3.03 3.16
c) Minimum mm 2.97 2.19
2
ii) Cross sectional area of standard diameter wire mm 7.069 7.942
iii) Weight per Km
a) Standard Kg 19.11 21.47
b) Maximum Kg
c) Minimum Kg
iv) Minimum breaking load
a) Before stranding KN 1.17 1.29
b) After stranding KN 1.11 1.23
v) Maximum D.C. resistance at 200C Ohm/Km 4.107 3.651
vi) Joints in strands of 12 wire Aluminium layer if any No joint No joint
6. Particulars of Steel strands
i) Diameter
a) Standard mm 3.00 3.18
b) Maximum mm 3.06 3.21
c) Minimum mm 2.94 3.14
2
ii) Cross sectional area of standard diameter wire mm 7.069 7.942
iii) Weight per Km
a) Standard mm 55.13 61.95
b) Maximum mm 57.36 63.12
c) Minimum mm 52.95 60.40
iv) Minimum breaking load
a) Before stranding KN 9.29 10.43
b) After stranding KN 8.83 9.91
v) Elongation of 200 mm length on breaking % 4 4
vi) Coating of steel core
99.95% 99.95%
a) Quality of Zinc
purity purity
b) Process of galvanising Hot Dip Hot Dip
c) Minimum weight of coating gm/m2 240 250
d) Minimum no of dips of one minute duration which the
Nos. 3 3
strand can withstand (under preace test)
7. Particulars of Complete Conductor
ACSR ACSR
i) Code words, if any
'Panther' 'Zebra'
ii) Copper equivalent Area mm2 310 260
iii) Nominal aluminium area mm2 200 420
2
iv) Sectional area of aluminium mm 212.10 428.91
2
v) Total sectional area mm 261.50 484.50

vi) Overall diameter mm 21.00 28.62


vii) Stranding, lay and wire diameter
30/3.00
Right
a) Aluminium mm 54/3.18
CONTRACTOR NO. OF CORRECTION SDE EE 388
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

Hand lay
b) Steel mm 7/3.00 7/3.18
m m
viii) Lay ratio Min. Max
a) Steel core
i) 6 wire Layer Max. 28 28
Min. 13 13
b) Aluminium
i) 12 Wire Ist Layer Max. 16 15
Min. 10 10
ii) 18 Wire IInd layer Max. 14 14
Min. 10 10
iii) 24 Wire IIIrd Layer Max. - 12
Min. - 10
x) Approximate calculated breaking load KN 89.67 130.32
xi) Final modules of Elasticity (Practical) GN/m2 80 69
0
xii) Coefficient of linear expansion Per C 17.8x10-6 193x10-6
xiii) Approximate total weight per Km
a) Steel Section Kg 388.00 437.00
b) Aluminium Section Kg 586.00 1184.00
c) ACSR Composite Kg 974.00 1621.00
0
xiv) Calculated D.C. resistance at 20 C (Maximum) Ohm/Km 0.1390 0.06885
xv) Standard length of conductor (with tolerance, if any) Metres 1500+5% 1500+5%
xvi) Number of standard length in one reel (drum) Nos One One
xvii) Random lengths (Maximum percentage of the lengths % 10 10
ordered)

CONTRACTOR NO. OF CORRECTION SDE EE 389


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

2.14 ELECTRICAL CLEARANCES

2.14.1 Following minimum electrical clearances (outdoor) shall be maintained in the

switchyard:

TABLE 1 MINIMUM ELECTRICAL CLEARANCE FOR OUTDOOR SWITCHGEAR (Clause 2.1.9)

Voltage Rating Impulse Minimum Minimum Minimum Clearance from any point
(Highest System Withstand Level* Clearance Clearance Where the man may be Required to
Voltage) to Earth† Between Stand to the Nearest Unscreened
Phases Conductor in Air (Sectional Clearance)
(1) (2) (3) (4) (5)
kV (rms) kV (peak) mm mm Mm
12 60(List I) 90 90 2 600

TABLE 1 MINIMUM ELECTRICAL CLEARANCE FOR OUTDOOR SWITCHGEAR


(Clause 2.1.9)

Voltage Rating Impulse Minimum Minimum Minimum Clearance from any point
(Highest System Withstand Level* Clearance Clearance Where the man may be Required to
Voltage) to Earth† Between Stand to the Nearest Unscreened
Phases Conductor in Air (Sectional Clearance)

(1) (2) (3) (4) (5)


75 (List II) 120 120 2 600
36 145 (List I) — 270 2 750
170 (List II) 320 320 3 000
72·5 325 630 630 3 500
123 450 900 900 3 500
550 1 100 1 100 4 000
145 450 900 900 3 500
550 1 100 1 100 4 000
650 1 300 1 300 4 000
245 650 1 300 1 300 4 000
750 1 500 1 500 —
850 1 600 1 700 4 500
950 1 900 1 900 4 500
1 050 2 400 2 100 5 000

• The impulse withstand levels are as given in IS: 2165-1977 Insulation coordination. (Second revision). For
guidance regarding choice between List I and List II (as in col 2) for rated voltages 12 kV and 36 kV and
between levels against higher rated voltages, see IS: 2165-1977.

• The values of minimum clearance to earth are based on Table 6A of IS: 3716-1978 Application guide for
insulation coordination.

CONTRACTOR NO. OF CORRECTION SDE EE 390


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
2.15 EARTHING SYSTEM

2.15.1 General

a. It is responsibility of the Contractor to design, install and test the complete


earthling system for the substation. The design of the earthling system shall be submitted
to the Corporation for his approval prior to execution of the works.
b. The main earthling system for the switch yard shall consist of a mesh made out of
Galvanized MS flats of size not less than 65 mm in width and 12 mm thick covering the
entire switchyard area and earth electrodes distributed all over the mesh. The earth electrodes
shall also be placed all around the periphery of the mesh at regular intervals.

c. The earth mat shall be created by laying the earthling conductor (Galvanized MS
flats) in both directions perpendicularly. The mesh points so created and all other
joints shall be welded and painted and painted with rust proof paint after welding.
d. Minimum depth of burial of main earthling conductors shall be 600 mm from

FGL.

e. Wherever earthling conductor crosses cable trenches, underground service ducts,


pipes, tunnels, railway tracks etc., it shall be laid minimum 300 mm below them and
shall be circumvented in case it fouls with equipment/structure foundations.

f. The spacing between laid earth conductors shall depend on the soil resistivity. It is
responsibility of the Contractor to take the soil resistivity of soil and to develop the
entire earthling system. The earthling system shall be so designed that the step and
touch potential are within safe limits. The resistance of the entire earthling system
shall be as low as possible and not more than 2 ohms. The symmetrical short circuit
current for design of the earthling system shall be taken as 16 KA. The earthling
system must also conform to requirements of the Indian Electricity Rules and the
provisions of IS: 3043. As well as IEEE standard the development of earthling system
along with the design calculations as per IEEE STD: 80-2000 shall be submitted to
the Corporation for his approval.

g. The all earth electrodes and risers for equipment and other earthling must be
connected at mesh points of the earth mat. All such connections shall be welded.

h. All metallic supporting structures and non-current carrying metallic parts of all
equipment shall be provided with double earthling.

i. All LAs, and all transformer neutrals, transformer body (2 nos. plate electrodes in
treated earth pit for transformer neutral and body each) must be earthed through
separate earth electrodes and in turn these electrodes shall be connected to the main
earth grid.

j. One number 40 mm dia, 3000 mm long MS earth electrode with test link, CI
frame and cover shall be provided to connect each down conductor of surge arresters.

k. 50mm x 6mm MS flat shall run on the top tier and all along the cable trenches and
the same shall be welded to each of the racks. Further this flat shall be earthed at both
ends and at an interval of 10 metres. The M.S. flat shall be finally painted with two
coats of Red oxide primer and two coats of Post Office red enamel paint.

l. Each earthling lead from the neutral of the power transformer shall be directly connected
to two plate electrodes in treated earth pit (as per IS) which in turn, shall be buried in Cement
Concrete pit with a cast iron cover hinged to a cast iron frame to have an access to the
joints. All accessories associated with transformer shall be connected to the earthling
grid at minimum two points.
CONTRACTOR NO. OF CORRECTION SDE EE 391
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

2.15.2 Summary of Earthling System

1 Main Earthling Conductor to be buried inground65mm x 12 mm GI Flat.

2 Conductor above ground & earthling leads (for equipment) 65mm x 12 mm GI Flat.

3 Conductor above ground & earthling leads (for columns & aux. structures) 65mm x
12 mm GI Flat.

4 Earthling of indoor LT panels, Control panels and outdoor marshalling boxes,


MOM boxes, Junction boxes& Lighting Panels etc. 65mm x 12 mm GI Flat.

5 Perforated pipe Earth Electrode 40mm dia, 3000 mm long Copper plated

(120 micron) Mild Steel 9 Pipe Earth Electrode (in treated earth pit) as per IS

3043. 40mm dia, 3000 mm long Galvanized Steel.

2.16 PROTECTION AGAINST DIRECT LIGHTNING

2.16.1 Protection against direct lightning shall be provided by lightning masts (SPIKES) and
the height of the lighting masts shall be worked out through DSLP calculation. The DSLP
design shall be approved by the Corporation.

2.16.2 G.I. wires for shielding shall not be considered in this package.

2.17 INSULATORS AND HARDWARE FITTINGS

2.17.1 General

a. The Contractor shall supply polymer insulators of suspension, tension and post type as
required complete with all necessary hardware and accessories, including fittings for fixing
insulators to steel structures as required.

b. The polymer insulator shall be sound, free from defects and smoothly glazed.

c. Unless otherwise specified, the glaze shall be brown colour.

d. The design of the insulator shall be such that stress due to expansion and contraction in any
part of the insulator shall not lead to deterioration.

e. Pins and caps shall be made of drop forged steel, duly hot dip galvanized as per IS 2629. These
shall not be made by jointing, welding, shrink fitting or any other process.
f. Security clips/split pins shall be made of good quality of stainless steel.
g. Suspension and tension insulators shall be wet process porcelain with ball and socket
connection. Insulators shall be interchangeable and shall be suitable for forming either
suspension or tension strings.

h. Post type insulators shall be of solid core type for all voltage classes. These shall be
complete with necessary fittings to hold Aluminium tubes or ACSR conductor as
required.
i. The items of hardware and fittings shall make complete assemblies which are necessary
for their satisfactory performance. Such parts shall be deemed to be within the scope of
this specification.

2.17.2 Disc Insulator Strings

CONTRACTOR NO. OF CORRECTION SDE EE 392


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
Each insulator string shall consist of following numbers of Disc Insulator units for 33 KV 6.6
KV

Suspension 3 & 2 Nos

Tension 4 & 3 Nos

2.17.3 Parameters

2.17.3.1. Disc Insulators

a. Type: Ball and Socket

b. Colour: Brown

c. Surface: Glazed

d. Locking Device: W or R type security clip

e. Diameter: 254 mm

f. Size of Pin Ball: 16 mm

g. Creep age Distance (min): 320 mm

h. Electro mechanical Strength: 70 KN

i. Power frequency withstands test voltage: 75 KV Dry: 45 KV Wet

j. Minimum dry Impulse withstand: 125 KV peak Test voltage (+/- wave)

k. Puncture Voltage: 1.3 X actual dry flash over voltage

2.17.3.2. Post Insulators

Sr.No Parameters 33 KV 6.6 KV


1 . Highest system voltage 38 kV 15 KV
2 Dry one minute power frequency test voltage 85 kV 28 kV
3 Wet one minute power frequency test voltage 75 kV 28 KV
4 Impulse voltage withstand test 170 kV 95 KV
5 Minimum Creep age Distance 1100mm 400mm
6 Minimum Bending Strength (upright) 3 KN 3 kN

CLAMPS, CONNECTORS AND SPACERS

2.18.1 Clamps and connectors shall conform to IS 2121 unless otherwise mentioned
hereunder.

2.18.2 Clamps and connectors shall be made of materials listed below:-

i. For connecting ACSR: Aluminium alloy casting conforming to designation A 6 of


IS: 617

CONTRACTOR NO. OF CORRECTION SDE EE 393


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
ii. For connecting equipment: Bimetallic connectors made from aluminium alloy
Terminals made of copper casting conforming to designation A 6 of IS 617.

iii. For connecting GI Shield wire: Malleable iron casting.

iv. Expansion Connectors: Copper lamination to grade FRTP-2 of IS 191.

v. Bolts, nuts, plain washers: Hot dip galvanized mild steel. And spring washers for
items (i), (ii) and (iii).

ILLUMINATION SYSTEM

2.19.1 The Contractor shall design, supply and install illumination system for the entire
substation. The average illumination level substation shall be 35 lux

2.19.2 The lighting system of a particular area whether indoor or outdoor shall be designed such
a way that uniform illumination level is achieved. In outdoor switchyard illumination shall be
aimed as far as possible towards transformers, circuit breakers, isolators etc.

2.19.3 LED cluster type lamps with water tight fitting shall be used for various location of
the substation:

2.19.4 Provisions shall be made in the switchyard steel structures for mounting of lamps for
switchyard.

STATION SERVICE SUPPLY

2.20.1 A station service transformer of following ratings and specification shall be supplied
complete with necessary LT and HT fuses for auxiliary ac power supply requirement of
substation.

a. Type of cooling: ONAN

b. Normal Voltage Ratio: 33 kV / 0.433 kV

c. Rating: 100 kVA

d. Vector Group: Dy11

e. %age Impedance: 4.5%

Note: No negative tolerance is allowed.

f. Maximum allowable losses:

1. Maximum Losses at 50% loading: 560 Watts

2. Maximum Losses at 100% loading: 1820 Watts

Note: No positive tolerance is permissible. Losses found more than specified


shall be penalized as per prevailing practice of MSEDCL.

g. Winding material: Aluminium

h. Temperature rise limits:

(i). Rise of Winding Temperature above ambient: 45˚C

(ii). Rise of Oil Temperature above ambient: 40˚C

CONTRACTOR NO. OF CORRECTION SDE EE 394


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
i. Maximum Flux Density at rated voltage at frequency: 1.6 tesla

j. Maximum current density: 1.4 Ampere/ sq. mm

FIRE FIGHTING EQUIPMENT

2.21.1 All the equipment in the switchyard shall be protected by portable fire extinguisher.

These fire extinguishers are to be put at appropriate locations.

2.21.2 Relevant Indian Standards or equivalent shall govern the Portable fire extinguishers.

2.21.3 The fire fighting equipment shall consist of following:

(i). Carbon Dioxide type fire extinguishers (capacity 3 kg) - 2 nos.

(ii). Dry Chemical Powder (DCP) type fire extinguishers (capacity 5 kg) - 2 nos.

(iii). Fire Bucket with sand (9 litre) – 4 nos.

(iv). Wheel / trolley mounted Dry Chemical Powder (DCP) type fire extinguishers
(capacity 25 kg) - 1 nos.

2.21.4 Necessary fixtures/ covered stands / covered shade etc. shall also be provided for
safekeeping of the above items.

2.22 Furniture & Fixture

2.22.1 Godrej make 4’ x 2.5’ table with drawer 1 no. Short back with coaster chair 3 (three)
and standard computer table with key board rack 1 no. All the furniture shall be of Godrej
make.

2.22.2 One 1KVA UPS with 2 hours power back-up of repute make.

2.23.0 SUBSTATION T & P

2.23.1 Following Tools & Plants of reputed make are in the scope of supply of the

Contractor:

1) Chain Pulley Block 2.5T capable of lifting up to ten feet-No 1

2) Tirfur capable of pulling 2.5 Ton load-No 1

3) Hand gloves (to operate 33KV) & Boots free size-Set 2

4) Hook Stick (Folding type) resin bond-No 1

5) Tool box

5.1 Pliers of various sizes – 6”, 8”, 12” -Set 1

5.2 Insulated Screw drivers of various size – 6” to 18” -Set 1

5.3 Wire Stripers – 6” -No 2

5.4 Slide wrench – 12” & 18” -Set 2


CONTRACTOR NO. OF CORRECTION SDE EE 395
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

5.5 Nose Pliers – 6” -No 2

5.6 Ratchet Spanner of various sizes (8 to 42 mm)-Set 1

5.7 Box Spanner – Ring & D-Spanner (6 to 42 mm)-Set 1

6.1 2.5 kV Insulation Tester-No 1

6.2 Digital Millimetre-No 1

6.3 Tongue Tester (Capable of measuring AC & DC current 1A to 500A and Voltage
up to 700V, accuracy 0.5%), earthling rod, ladder, spanner rod, etc. -No 1 Each.

SPECIFICATION FOR DESIGN AND FEBRICATION OF SUBSTATION

STRUCTURES

3.1.0 SCOPE

3.1.1 This section covers the specification for galvanized steel tubular pole, channel cross
arms, bolts & nuts, other accessories etc. for Substations covered under this Bid Document.

3.2.0 MATERIALS

3.2.1 Structural Steel The structures shall be of structural steel conforming to any of the
grade, as appropriate, of IS 2062 (latest edition) Steel conforming IS 8500 may also be used.
Medium and high strength structural steels with known properties conforming to any other
national or international standards may also be used.

3.2.2 Bolts

Bolts used shall conform to IS12427 or bolts of property class 4.6 conforming to IS 6639
may also be used. High strength bolts, if used (only with steel conforming to IS 8500) shall
conform to property class 8.8 of IS 3757.

3.2.3 Nuts shall conform to IS 1363 (Part 3). The mechanical properties shall conform to
property class 4 or 5 as the case may be as specified in IS 1367 (Part 6) except that the proof
stress for nuts of property class 5 shall be as given in IS 12427. Nuts to be used with high
strength bolts shall conform to IS 6623.

3.2.4 Washers shall conform to IS 2016. Heavy washers shall conform to IS 6610. Spring
washers shall conform to type B of IS 3663. Washers to be used with high strength bolts and
nuts shall conform to IS 6649.

3.2.5 Galvanization Steel tubular poles, Structural members, plain and heavy washers shall
be galvanized in accordance with the provisions of IS 4759. Spring washers shall be hot dip
galvanized as per service grade 4 of IS 4759 or IS 1537.

3.2.6 Other Materials other materials used in the construction of the supporting structures
shall conform to appropriate Indian Standards wherever available.

3.3.0 DESIGN PARAMETERS

3.3.1 The design shall be checked for following two loading conditions:

A. Normal Conditions (all wires intact) under this condition, the loads shall be taken as
under:

CONTRACTOR NO. OF CORRECTION SDE EE 396


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
i. Wire Tension: - Maximum Wire tension as specified in Clause 3.3.3.

ii. Wind Load: - Loads due to 100% Design Wind Pressure (after accounting for drag
coefficient and gust factor) on structures, wires, insulators, equipment etc. Design
wind pressure shall be as per Clause 3.3.2.
iii. Short Circuit Forces: Loading due to a 3 phase short circuit current of 25 kA shall be
considered for 33 kV subject to minimum of 10% of maximum wire tension as
considered in (i) above.

B. Broken Wire Condition

Under this condition design shall be checked with all wires broken on one side and load shall
be as under:

i. Wire Tension: - Wire tension for intact wires shall be taken as 100% of Clause
3.3.3 (A) (i). for broken wires it shall be taken as zero.

ii. Wind Load:-Same wind load as calculated in Clause 3.3.3 (A) (ii) shall be
Considered.

iii. Short Circuit Forces: - Short circuit forces shall be considered only for intact
wires.

iv. Dead Weight: - Same dead load as calculated in Clause 3.3.3 (A) (IV) shall be
considered.

3.3.2 Design Wind Pressure

The Design Wind pressure for the purpose of this Specification shall be taken as 793 N/m2.
This wind pressure corresponds to Terrain Category 2 and Reliability Level 1 as per IS 802
(Part 1/Section 1).

3.3.3 Wire Tensions

For design purpose tension in each power and shield wires shall be taken as under

A. for Power Conductors

33 kV switchyard. ®6000 N for each Bus Bar conductor and other Jumpers/jack
buses.
77.
or Shield Wires

33 kV ®6000 N for shield wire between Line gantry ®5000 N for shield wires at
other Location.
Note: Structures with earth peak shall assume to have four earth wires for design
purpose in normal condition.

3.3.4 Spans

Following Spans shall be considered in design of all structures as applicable:-

a). Line gantries (structures to terminate lines):

i. For 33 KV Switchyard: ®5 Meter, wind & weight span.


b). All other Structures

i. For 6.6 KV Switchyard: ®4 Meter, wind & weight span.


3.3.5 Conductors and Shield Wires
CONTRACTOR NO. OF CORRECTION SDE EE 397
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

a. Following sizes of power conductors if not otherwise specified in the drawings,


shall be used for design of structures:

a) For 33 kV switchyard:-
i.) ACSR ‘PANTHER’ conductor for Main Bus Bars and jumpers between two Segregated Main Bus
Bars.

B) For protection against direct lightning G.I. rod of minimum 25 mm shall be considered for
all switch yards.

3.4.0 DESIGN DRAWINGS

3.5.0 ACCESSORIES

3.5.1 Step Bolts

3.5.2 Insulator Strings and Conductor Clamps Attachments

I. Earth wire Clamps Attachment

i. Suspension Clamp

The detailed drawing shall be submitted by the Contractor for Corporation's approval. The
Contractor shall also supply U- bolts, D-shackles wherever required.

ii.Tension Clamps

Earth-wire peaks of tension towers shall be provided with suitable plates to accommodate the
shackle of tension clamps. The contractor shall also supply the U-bolts wherever required
and take Corporation's approval for details of the attachments before the mass fabrication.

3.6.0 FABRICATION

3.6.1 Erection mark

3.7.0 GALVANIZING AND PAINTING

3.7.1 Galvanizing of the Pole and various members of the structures shall be done only after
all works of sawing, shearing, drilling, filing, bending and matching are completed.
Galvanizing shall be done by the hot dip process as recommended in IS: 2629 or other such
authoritative international standards and shall produce a smooth, clean and uniform coating
of not less than 610 gm. per square meter. The preparation for galvanizing and the
galvanizing process It must not affect adversely the mechanical properties of the treated
materials.
3.7.2 All assembly bolts shall be thoroughly hot dip galvanized after threading. Threads shall be
of a depth sufficient to allow for the galvanized coating, which must not be excessive at the root
of the threads, so that the nut shall turn easily on the completed bolts without excessive
looseness. The nut threads shall not be galvanized, but oiled only.

3.7.3 The outside surface shall be galvanized. Sample of galvanized materials shall be supplied
to the galvanizing test set out in IS 729 or other such authoritative international standards.

3.8.0 EARTHING

3.8.1 To keep provision in the Pole/structures for earthling, holes shall be drilled on two
diagonally opposite legs of the mounting structures. The holes shall be suitable for bolting 65
mm X 12 mm GI strips and shall be such that the lower hole is about 350 mm above the ground
level, clear of the concrete muffing, for connecting the earthling strip.

CONTRACTOR NO. OF CORRECTION SDE EE 398


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

3.9.0 TEST AND TEST CERTIFICATE

3.9.1 Each consignment ready for transportation shall be offered to MSEDCL for inspection
before dispatch giving a minimum time of not less than 15 days. Samples of fabricated structure
materials shall be subjected to following tests: -

a. Steel: The structural steel shall conform to IS 226 and IS 8500, BS 4360-1068 or ISO / R 630
other such authoritative international standards. Manufacturer's test certificate shall be
submitted for all used steel.

b. Galvanizing: The galvanizing shall be as per IS 2633 or BS 729 other such authoritative
international standards. Zinc coating over the galvanized surfaces shall not be less than 610 gm.
per square meter.

c. Bolts and nuts: Manufacturer's test certificate as per standard practice shall be submitted.

3.9.2 Test at Contractor's Premises

3.9.2.1 GI Pole and structures shall be tested at fabricator works as per relevant IS. If any
pole or structure is found to be weak or damaged the design should be suitably
modified and shall have to re-test.

TECHNICAL SPECIFICATION FOR POWER TRANSFORMERS

4.1.0 SCOPE

4.1.1. These specifications are intended to cover design, engineering, manufacture,


testing/inspection before dispatch, forwarding, packing, transportation to site, insurance
(both during transit & storage), storage, erection, supervision, testing and commissioning of
33/6.6 kV Step-Down ONAN Transformers complete with all accessories/fittings and spare
parts as specified herein.

4.2.0 BIDDING

4.2.1. Each Technical Proposal must be accompanied by each of the following information/
documents with sufficient details along with other documents and information mentioned
elsewhere to enable the purchaser to make an appraisal of the quality and suitability of the
material and equipment offered.

a. Type test certificates of transformer of identical design from a NABL recognized


laboratory, preferably at CPRI laboratory. The Type test certificates should not be more than
3 (three) years old. The type rest certificates should also be accompanied by the drawings of
equipment tested so that the test certificates can be directly linked to the equipment’s offered.
In this regard following points shall also be noted:
i.Equipment which have not been type tested as above shall not be accepted. A promise
or agreement by a Contractor to have the equipment tested after award of a contract is
not acceptable.

b. Type Test reports to be acceptable must relate directly to the equipment offered.
Type Test reports for a higher class/rating of equipment are acceptable with a
commitment from Contractor that the type test shall be performed free of charge on
the particular equipment after the award of contract.

c. Guaranteed and Other Particulars in the formats given in SECTION-17 of this volume. The
bid should also be accompanied by manufacturer’s literatures and brochures.
4.2.2. Failure to meet the requirement of this Clause 4.2.0 shall render a Bid non-responsive.

CONTRACTOR NO. OF CORRECTION SDE EE 399


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
SPECIFIC TECHNICAL REQUIREMENTS (STANDARD CONDITIONS)

i. Rated MVA: 6.3/1.6

ii. Type of cooling: ONAN

iii. Number of Phases: Three

iv. Type of Installation: Outdoor

v. Frequency: 50 Hz.

vi. Cooling medium: Insulating Oil.

vii. Rated Voltage

a) High Voltage Winding: DELTA


b) Low Voltage Winding: STAR

viii. Highest Continuous System Voltage:

a) High Voltage: 36 KV

b) Low Voltage: 7.2 KV

ix. Method of System Earthling: a)


High voltage: Unearthed
b)Low voltage: Solidly
Grounded.

x. Type of tap changer: OFF LOAD

xi. Range of tapping: (+) 3% to (-) 9% in steps of 3%

xii. Neutral terminal to be brought out: On LV Side only.

xiii. Impedance on rated MVA at 75° C: 1.6 MVA 6.3 MVA (Without (-) tolerance)
6.25%. 8.35%.

xiv. Type of Insulation and: 6.6 KV 33 KV Insulation level

a) Type of insulation: Uniform

b) One min. PF withstand: 20KV 70KV test voltage (KV-RMS)

c) Impulse withstand test: 60KV 170KV Voltage (kvp)

xv. Winding connection: Delta (HV) Star (LV) b) Material: Electrolytic Copper

xvi. Vector group: Dyn-11

xvii. Type of cooling: ONAN

xviii. Neutral Earthling: LV neutral shall be solidly earthed through an

xix. Terminal Details

a) 33 KV Termination (outdoor): ACSR WOLF conductor xx.


Outdoor Lightning Arrestor mounted on brackets.
CONTRACTOR NO. OF CORRECTION SDE EE 400
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
b) 6.6 KV Termination: 1C-500 mm2 XLPE cable 2 nos. each
4.3.1. Maximum Temperature rise over an ambient of 50° C

a) Temperature rise of top oil = 40° C (measured by Thermometer)

b) Temperature rise of winding = 45° C (measured by resistance)

4.3.2. Maximum LOSS (without positive tolerance)

a) No-load loss: 2.0KW/5.4 KW

b) Load Loss at 750C: 14.0 KW/33.0


c) KW
4.3.3. RATING & SERVICES

4.3.4. Over load capacity: As per IS: 6600

4.3.5. NOISE LEVEL AT RATED VOLTAGE & FREQUENCY: As per NEMA Pub
TR-1.

4.3.6. MARSHALLING BOX:

One sheet steel (3.15mm size) weather proof marshalling box of suitable construction shall
be provided. Degree of Protection IP-55.

4.3.7. CAPITALIZATION OF LOSSES AND LIQUIDATED DAMAGES:

The capitalization of guaranteed losses of the transformer shall be calculated and considered
while evaluating the bids. The guaranteed values of no load losses and load losses shall be
stated in the bid. Liquidated damages shall be applied to successful Contractor for not
achieving the quoted guaranteed figures. (See clause 4.13.26).

4.6.0 PERFORMANCE:

i. Transformer shall be capable of withstanding for three seconds for 25 KA without


damage to any external short circuit, with the short circuit MVA available at the terminals.
ii. The maximum flux density in any part of the core and yoke at normal voltage and
frequency shall be such that the flux density under 10% over voltage condition shall not
exceed 1.60 Tesla. With limiting value as (VI) below.

iii. Transformer shall under exceptional circumstances due to sudden disconnection of load,
be capable of operating at the voltage approximately 25% above normal rated voltage for
a period of not exceeding one minute and 40% above normal for a period of 5 seconds

iv. The Transformer may be operated continuously without danger on any particular tapping
at the rated MVA ±10% of the voltage corresponding to the tapping.

v. The thermal ability withstand short circuit shall be demonstrated by calculation.

vi. Vi. With combined voltage and frequency variation of +10%, the flux density
shall not exceed 1.7 Tesla.

4.7.0 AUXILIARY POWER SUPPLIES:

The following power supplies shall be available at site:

i. AC, 3-Phase, 400 Volts, 50 Hz. Earthed.

ii. AC, 1-Phase, 230 Volts, 50 Hz. Earthed.


CONTRACTOR NO. OF CORRECTION SDE EE 401
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

iii. 48 V DC

4.8.0 DRAWINGS INCORPORATING THE FOLLOWING PARTICULARS

SHALL BE SUBMITTED WITH THE BID:

i. General outline drawing showing shipping dimensions and overall dimensions, net
weights and shipping weights, quality of insulating oil, spacing of wheels in either direction
of motion, location of coolers, marshalling box and tap changers etc.

ii. Height of centre line of HV and LV connectors of transformers from the rail top level.

iii. Dimensions of the largest part to be transported.

iv. GA drawings/details of various types of bushing.

v. Type test certificates of similar transformers.

vi. Illustrative & descriptive literature of the Transformer.

vii. Maintenance and operation Instructions.

4.9.0 SPARE PARTS:

The mandatory spare parts shall include but not be limited to the following for each rating of
transformer.

i. Bushings:

a. High Voltage - 1 No.

b. Low Voltage - 1 No.

c. Neutral Bushing - 1 No.

ii. Complete set of gaskets for all - 1 Set openings on the tank requiring gasket.

iii. Magnetic oil level gauge with low oil - 1 No. level alarm contacts.

iv. Oil temperature indicator with alarm - 1 No. and trip contacts and maximum reading
pointer.

v. Winding temperature indicator with alarm and trip - 1 No. contacts and maximum
reading pointer

vi. Set of all types of valves comprising one in each type. - 1 Set

vii. Silica gel breather - 1 No.

viii. Buchholz Relay - 1 No.

Note: The quantities indicated above are for each transformer.

4.10.0 WARRANTY

CONTRACTOR NO. OF CORRECTION SDE EE 402


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
4.7.1. The contractor shall be responsible to replace, free of the cost with no transportation and
insurance expenses to the purchaser up to the destination of materials specified in schedule of
dispatch, the whole or any part of the material which under normal and proper use and
maintenance proves defective in material or workmanship within 12 months from the date of
commissioning or 18 months from the date of dispatch whichever express earlier, provided the
purchaser gives prompt written notice of such defects. Such replacement shall be effected by
the contractor with a reasonable time actually required to do so. Contractor’s liability upon
the expiration of the period mentioned above shall terminate.

4.7.2. The above provisions shall also actually apply to the material replaced by the
contractor under this clause, in case, the same is again found to be defective within 12
months of its replacement/repair.

4.8.0 GUARANTEES

4.8.1. The contracting firm shall guarantee among other things the following:

i. Quality and strength of the material used.

ii. Adequate factors of safety for all parts of equipment to withstand the
mechanical and on electrical stresses developed therein. These shall be
stated in the tender.

iii. Suitability of the design and workmanship of the equipment for the
conditions envisaged in the specification.

iv. Efficiencies, Temperature rise and other performance data on equipment


which shall be furnished in the tender.

4.8.2. The Contractor shall be responsible for replacing at site free of cost any part or parts of
the equipment that may prove faulty or fail manufacturing defects on one or more of the
reasons given in clause 4.8.1 stated above within 5 years commencing from the date of
commissioning.

4.8.3. In case of failure of the transformer, the supplier shall take back the faulty transformer
from its plinth for repair at their own cost (or replace the transformer with a new
transformer) and deliver, at their own cost, unload at the destination sub-station transformer
plinth within 45 days, from the date of intimation of defects to the satisfaction of the owner,
at free of cost. If the repair/replacement shall not be completed within 45 days, then the
supplier shall pay penalty @ 0.5% of the contract price for each calendar week of delay from
the end of 45 days from the date of intimation of defects. Also, the Purchaser reserves the
right for forfeiture of the total Composite Bank Guarantee and all the Securities, available
with MSEDCL, in case the Supplier fails to pay the penalty by one month before the expiry
of the guarantee period. Also, this shall be taken as adverse in all future tenders.

4.9.4. The Contractor shall furnish copies of test certificates of materials used for
manufacture and also the test certificates of the tests conducted on the equipment after
manufacture. The contractor shall also furnish the test certificate of bought out components for
approval by the purchaser.

4.10.0 MISCELLANEOUS

i. Padlocks along with duplicate keys as asked for various valves, marshalling box
etc. shall be supplied by the contractor, wherever applicable.

ii.Foundation bolt for wheel locking devices of Transformer shall be supplied by the
Contractor.

CONTRACTOR NO. OF CORRECTION SDE EE 403


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
4.10.1. DELIVERY:

The equipment shall be delivered for Destination.

4.10.2. CONFLICT IN CLAUSE:

In case of any conflict between the Specific Technical Requirements and General Technical
Requirements the requirements indicated as Specific Technical Requirement shall prevail
over the General Technical Requirements.

4.10.3. SERVICES AND EQUIPMENT:

The following is also in the Contractor’s scope of work for turnkey executions.

i. Design of soak pit, cable trenches and foundations for transformers and other

ground mounted equipment.

ii. All civil works.

4.10.4. SCHEDULES:

All schedules annexed to the specification, shall be duly filled by the Contractor separately.

4.10.5. ALTITUDE FACTOR:

If the equipment is to be installed in the hilly area, necessary correction factors as given in
the Indian Standard for oil temperature rise, insulation level etc. shall be applied to the
Standard Technical Parameters given above.

4.11.0 NAME PLATE

The following plates or an approved combined plate shall be fixed to each transformer Tank
at an average height of 1500 mm above the ground level:-

a. A rating plate bearing the data, specified in IEC60076 Part - I. This place shall
also include: -
i. The short circuit current rating.

ii. Time factor for each winding measured.

iii. Measured no load current and no load losses at rated voltage and rated
frequency.

iv. Measured load losses at 75° C (Normal tap only).

v. D.C. resistance of each winding at 75° C.

b) A diagram plate showing in an approved manner, the internal connections and the
voltage vector relationship of the several windings, in accordance with IEC 60076 Part-I
with the transformer voltage ratio for each tap and, in addition, a plan view of the
transformer giving the correct physical relationship of the terminals.

c) A plate showing the location and function of all valves and air-release cocks or
plugs.

d) Diagram plate, indicating the oil levels in the conservators dependent on the oil
temperature.

CONTRACTOR NO. OF CORRECTION SDE EE 404


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
e) Loading plan plate, showing transport dimensions and masses. This plate shall also
warn the erection staff not to remove any cover, before filling the tank with oil to such a level
where the windings are not exposed to the atmosphere. This shall be fixed directly on to the
transformer tank and shall not be removed for transport.

f) Identification plates, alpha-numerical number in an approved manner, for


marshalling cabinets, breathers, valves, cocks, accessories etc. (minimum size: 110mm x
50mm) rigidly fastened by rivets on corrosion proof base plates. In addition, the function
(description) of the related devices shall be clearly indicated on these plates. The
alphanumerical numbers on the identification plates shall be of such a size as to be clearly
legible from the floor level.

g) Plates, showing all control, measuring and monitoring circuits and terminal
blocks. These plates shall be rigidly fixed at the inner side of the hinged door of the
concerned marshalling kiosk.

4.12.0 GENERAL TECHNICAL REQUIREMENTS


4.12.1. CODES & STANDARDS

i. The design, material, fabrication, manufacture, inspection, testing before dispatch, erection,
testing, commissioning and performance of Power Transformers at site shall comply with all
currently applicable statutory regulations and safety codes in the locality where the equipment
shall be installed. The equipment shall also conform to the latest applicable standards and
codes of practice. Nothing in this specification shall be construed to relieve the contractor of
this responsibility.
78. ransformers shall conform to the current applicable standards (IS & IEC) and
codes of practice as specified in clause no. 4.12.2.

4.12.2. The equipment, materials and service covered by this specification shall conform to
the latest applicable provision of the following standards:

IS: 5: Colour for ready mixed paints.

IS335: New Insulating oil for Transformer, Switchgears.

IS: 1271: Classification of insulating materials for electrical Machinery and apparatus
in relation to their stability in services. IS: 2026 (Part I to IV): Power Transformer.

IS: 2071: Method of high voltage testing.

IS: 2099: High Voltage Porcelain Bushing.

IS: 2147: Degree of protection

IS: 2705: Current Transformers.

IS: 3202: Code of practice for climate proofing of electrical Equipment’s.

IS: 3347: Dimensions for porcelain Transformer Bushings.

IS: 3637: Gas operated relays.

IS: 3639: Fittings and accessories for power transformers.

IS: 5561: Electric Power Connectors.

IS: 6600/BS: CP1010: guide for loading of oil immersed transformers.

IS: 10028: Code of practice for selection, installation and Maintenance of


transformers, Part I, II and III.
CONTRACTOR NO. OF CORRECTION SDE EE 405
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

C.B.I.P. Publication: Manual on transformers.

IEC 60076 (Part I –VIII): Power Transformer

If the standard is not quoted for any item, it shall be presumed that the latest version of
Indian Standard shall be applicable to that item.

4.12.3. DRAWINGS:

a. The contractor shall furnish, within fifteen days after issuing of letters Award, six copies
each of the following drawings/documents incorporating name of project and transformer
rating for approval.
i. Detailed overall general arrangement drawing showing front and side elevations and Plan of
the transformer and all accessories including radiators and external features With details of
dimension, spacing of wheels in either direction of motion, net Weights and shipping
weights, crane lift for unthanking, size of lugs and eyes, bushing Lifting dimensions,
clearances between HV and LV terminals and ground, quantity of Insulating oil etc.

ii. Foundation plan showing loading on each wheel and jacking points with respect to
Centre line of transformer.

iii. GA drawing/details of bushing and terminal connectors.

iv. Name plate drawing with terminal marking and connection diagrams.

v. Wheel locking arrangement drawing.

vi. Transportation dimension drawings.

vii. Interconnection diagrams.

viii. Over fluxing withstand time characteristics of transformer.

ix. GA drawing of marshalling box.

x. Control scheme/wiring diagram of marshalling box.

xi. Technical leaflets of major components and fittings.

xii. As built drawing of schematic, wiring diagrams etc.

xiii. Setting of oil temperature indicator, winding temperature indicator.

xiv. Completed technical data sheets.

xv. HV/LV conductor bushing.

xvi. Bushing assembly.

xvii. Bi-metallic connector for connection to “Wolf”/PANTHER ACSR/AAAC


Conductor/Flexible connectors

xviii. Radiator type assembly.

b. All drawings/documents, technical data sheets and test certificates/results/calculations shall be


furnished.

CONTRACTOR NO. OF CORRECTION SDE EE 406


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
4.12.4. Any approval given to the detailed drawings by the purchaser shall not relieve the
contractor of the responsibility for correctness of the drawing and in the manufacture of the
equipment. The approval given by the purchaser shall be general with overall responsibility
with Contractor.

4.12.5. SERVICE CONDITIONS

i. The equipment has to be designed to suit the following climatic


conditions i. Maximum temperature of air in shade: 40° C

ii. Minimum temperature of air in shade: 2° C

iii. Maximum temperature of air in sun: 45 ° C

iv. Maximum humidity: 99%

v. Average number of thunder storm days per annum: 45 days.

vi. Maximum rainfall per annum: 3500 mm

vii. Average rainfall per annum: 2280 mm

viii. Wind pressure: 97.8 Kg/M²

ix. Altitude above MSL: 100 M to 1000 M

4.12.6. GUARANTEE FOR TECHNICAL LOSSES

The Contractor shall indicate values of no load losses at rated voltage and frequency at
normal tap, load Losses and auxiliary losses at rated output, voltage and frequency at normal
tap. The Contractor shall indicate Maximum firm losses without tolerance. The no load loss
value and no-load current at (-) 90%, (+) 112.5% and 100% of rated voltage and frequency.
The load loss values shall also be furnished for operation at Rated frequency and +3% and -
9% and taps in addition to normal taps.

4.13.0 DESIGN, STANDARDIZATION AND GENERAL CONSTRUCTION

FEATURES.

i. All material used shall be best quality and of the class most suitable for working under
the conditions specified and shall withstand the variations of temperature and atmospheric
conditions without distortion or deterioration or the setting up of undue stresses which may
impair suitability of the various parts for the work which they have to perform.

ii. Similar parts, particularly removable ones, shall be interchangeable.

iii. Pipes and pipe fittings, screws, studs, nuts and bolts used for external connections shall be
as per the relevant standards. Steel bolts and nuts exposed to atmosphere shall be of hot
deep galvanized.

iv. Nuts, bolts and pins used inside the transformers and tap changer compartments shall be
provided with lock washers or locknuts.

v. Exposed parts shall not have pockets where water can collect.

vi. Internal design of transformer shall ensure that air is not trapped in any location.

CONTRACTOR NO. OF CORRECTION SDE EE 407


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
vii. Material in contact with oil shall be such as not to contribute to the formation of acid in
oil. Surface in contact with oil shall not be galvanized or cadmium plated.

viii. Labels, indelibly marked shall be provided for all identifiable accessories like relays,
switches, current transformers etc. All label plates shall be of in corrodible material.

ix. All internal connections and fastening shall be capable of operating under overloads and
over-excitation, allowed as per specified standard without injury.

x. Transformers and accessories shall be designed to facilitate proper operation, inspection,


maintenance and repairs.

xi. No patching, plugging, shimming or other, such means of overcoming defects,


Discrepancies or errors shall be accepted.

xii. Schematic Drawing of the wiring, including external cables shall be put under the
propane sheet on the inside door of the transformer marshalling box.

4.13.1. CLEANING & PAINTING

i. The Painting details are given as follows:

Description Surface preparation Primer coat Finish coat Dry Film Thickness Colour Shade
Main tank, pipes, conservator, oil storage tank etc.

(External surface) Shot Blast cleaning SA 21/2 (ISO 8501-1) Epoxy base zinc primer
(60Tm) Aliphatic Polyurethane 2 coats (25 Minimum 110 Tm Shade No. RAL 7032 8501-
1) Tm/coat) Main tank, pipes, conservator, oil storage tank etc.

(Internal surface) Shot Blast cleaning SA 21/2 (ISO 8501-1) Hot oil resistant,
noncorrosive varnish or paint or epoxy - Minimum 30 Tm Glossy white for paint Radiator.
(External surface) Chemical/Shot Blast cleaning SA 21/2 (ISO 8501-1) hot dip
galvanized to IS: 2633. Polyurethane 2 coats (25 Tm/coat) Minimum 110 Tm Matching
shade of tank/different shade aesthetical.

ii. Metal parts not accessible for painting shall be made of corrosion resistant materials.

iii. Interior surfaces of mechanism chambers and marshalling kiosks shall receive three coats
of paint after proper cleaning. The final coat shall be of light coloured anti-corrosion
paint.

iv. All paints shall be carefully selected to withstand heat, rain and extreme of weather. The paint
shall not scale off or crinkle or be removed by abrasion due to normal handling.

v. In case finish paint chips off or crinkle during transit or installation, the contractor shall
arrange for repainting transformer at site at his cost. The paint for repainting shall be
supplied by the contractor.

vi. The paint used shall be ISI marked.

vii. The paint work done shall be guaranteed for a minimum period of 5 years from the date
of receipt of the equipment.

viii. One coat of additional paint shall be given at site by the purchaser. Supplier shall supply
the requisite of paint.

4.13.2. DETAILED DESCRIPTION:

a. Tank
CONTRACTOR NO. OF CORRECTION SDE EE 408
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

i. The Transformer tank and cover shall be fabricated from high grade low carbon plate
steel of tested quality. The tank and the cover shall be of welded construction.

ii. Tank shall be designed to permit lifting by crane or jacks of the complete transformer
assembly filled with oil. Suitable lugs and bosses shall be provided for this purpose.

iii. All beams, flanges, lifting lugs, braces and permanent parts attached to the tank, shall be
welded and where practicable, they shall be double welded.

iv. The main tank body of the transformer, excluding tap changing compartments and
radiators, shall be capable of withstanding pressure of 760 mm of Hg.

v. Inspection hole(s) with welded flange(s) and bolted cover(s) shall be provided on the tank
cover. The inspection hole(s) shall be of sufficient size to afford easy access to the lower
ends of the bushings, terminals etc.

vi. All connections, bolted to the tank shall be fitted with suitable gas oil resistant gaskets, made
of such a material that no serious deterioration occurs under service conditions. Gaskets of nitrile
rubber or equivalent shall be used to ensure perfect oil tightness. All gaskets shall be of closed
design (without Open ends) and shall be of one piece only. Rubber gaskets, used for flange
connections of the various oil compartments shall be laid in grooves or in groove-equivalent
retainers on both sides of the gaskets throughout their total length. Care shall be taken to secure
uniformly distributed mechanical pressure over the gaskets and retainers throughout the total
length. Gaskets of neoprene and/or any kind of impregnated/ bonded cork or cork only which can
easily be damaged by over-pressing are not acceptable. Use of hemp as gasket material is also
not acceptable.

vii. Suitable guides shall be provided for positioning the various parts during assembly or
dismantling. Adequate space shall be provided between the cores and windings and the
bottom of the tank for collection of any sediment.

b) Tank Cover.

The transformer top shall be provided with a detachable tank cover with bolted flanged
gasket joint. The gasket should be of nitrile rubber. Lifting lugs shall be provided for
removing the cover. The surface of the cover shall be suitable sloped so that it does not retain
rain water. Each tank cover shall be of adequate strength and shall not distort when lifted.
Inspection opening shall be provided as necessary to give easy access to bushing, for
changing ratio of winding connections or testing the earth connections. Each inspection
opening shall be of ample size for the purpose for which it is provided, and at least two
openings are at each end of the tank. The tank cover and inspection cover shall be provided
with suitable lifting arrangements. The tank cover shall be fitted with pockets for
thermometer and for the bulbs of the oil and winding temperature indicators and same should
be placed at the centre of the top cover. The thermometer pockets shall be fitted with a
captive screw cap to prevent the ingress of water.

4.13.3. UNDER CARRIAGE

i. The transformer tank shall be supported on steel structure with detachable forged
steel flanged wheels suitable for moving the transformer completely filled with oil. Rail
gauge shall be 1462+0 mm in both directions. Flanged wheels shall be spaced
accordingly. Wheels shall be provided with suitable bearings which shall resist rust and
corrosion and shall be equipped with fittings for lubrication. It shall be possible to swivel
the wheels in two directions, at right angle to or parallel to the main axis of the
transformers.

CONTRACTOR NO. OF CORRECTION SDE EE 409


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
ii. Jacking pads shall be provided on the transformer. It shall be possible to change
the direction of the wheels through 90° when the transformer is lifted on jacks to permit
movement of the transformer both in longitudinal and transverse directions.

iii. Suitable hydraulic jacks (4 nos.) for lifting the transformer shall be supplied by
the contractor, for each rating of the transformer.

4.13.4. CORE (MAGNETIC CIRCUIT)

i. The magnetic circuit shall be constructed from high grade cold rolled non-ageing
grain oriented silicon steel lamination of M-4 grade or better and thickness
should not be more than 0.27 mm.

ii. The primary core material is only to be used. The Contractor should offer the core for
inspection and approval by the purchaser or third party Inspection Agency during the
manufacturing stage. Contractor’s call notice for the purpose should be accompanied
with the following document as applicable as a proof towards use of Prime Core
material.

a. Invoice of supplier,

b. Mill’s test certificate.

c. Packing list,

d. Bill of loading,

e. Bill of entry certificate to custom

Core material should be directly procured from either the manufacturer or their
accredited marketing organization of repute and not through any agent.

iii. The transformer shall be designed in such a way that the maximum flux density in
any part of the core and yoke at rated M.V.A, minimum frequency (48.5HZ) and
highest system voltage shall not exceed 1.6 Tesla. The Contractor shall establish
this by calculation as per given format (Annexure-I).

iv. The laminations shall be free of all burns and sharp projections. Each sheet shall
have an insulating coating resistant to the action of hot oil.

v. Core should be of BOLTLESS type.

vi. The insulation structure for the core to bolts and core to clamp plates shall be such
as to withstand a voltage of 2000 V for one minute.
vii. The completed core and coil shall be so assembled that the axis and the plane of the
outer surface of the core stack shall not deviate from the vertical plane by more than
25 mm.
viii. All steel sections used for supporting the core shall be thoroughly shot or sand blasted,
after cutting, drilling and welding.

ix. The finally assembled core with all the clamping structures shall be free from
deformation and shall not vibrate during operation.

x. The core clamping structure shall be designed to minimize eddy current loss.

xi. The framework and clamping arrangements shall be securely earthed.

xii. The core shall be carefully assembled and rigidly clamped to ensure adequate strength.
CONTRACTOR NO. OF CORRECTION SDE EE 410
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

xiii. Oil ducts shall be provided where necessary to ensure adequate cooling. The welding
structure and major insulation shall not obstruct the free flow of oil through such ducts.

xiv. The design of 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 at right angle to the plane of the lamination which may cause local heating.
The supporting framework of the cores shall be so designed as to avoid the presence of
pockets which would prevent complete emptying of the tank through the drain valve or
cause trapping of air during filling.

xv. The construction is to be of ‘core’ type. The core shall be provided with lugs suitable
for lifting the complete core and coil assembly. The core and coil assembly shall be
so fixed in the tank that shifting shall not occur during transport or short circuits.

4.13.5. MAGNETIC CIRCUIT

4.13.5.1. 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 the
production of flux compartments at right angles to the plane of the lamination which may
cause local heating.

4.13.5.2. Every care shall be exercised in the selection, treatment and handling of core steel
to ensure that as far as is practicable, the lamination are flat and the finally assembled core is
free from distortion.

4.13.5.3. The oxide/silicate coating given on the core shall be adequate; however,
laminations can be insulated by the manufacturers if considered necessary.

4.13.5.4. 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.
4.13.6. MECHANICAL CONSTRUCTION OF CORES

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

4.13.6.2. All steel sections used for supporting the core shall be thoroughly sand blasted or
shot blasted after cutting, drilling and welding.

4.13.6.3. Any non-magnetic or high resistance alloy shall be of established quality.

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

4.13.6.5. 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.

4.13.6.6. The supporting framework of the copper shade is so designed as to avoid the
presence of pockets which would prevent complete emptying of the tank through the drain
valve, or cause trapping of air during failing.

4.13.7. INTERNAL EARTHING

4.13.7.1. EARTHING OF CORE CLAMPING STRUCTURE

i. All internal metal parts of the transformer, with the exception of individual laminations,
core bolts and their individual clamping plates shall be earthed.

CONTRACTOR NO. OF CORRECTION SDE EE 411


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
ii. The top clamping structure shall be connected to the tank by a copper strap. The bottom
clamping structure shall be earthed by one or more of the following methods:

a. By connection through vertical tie-rod to the top structure.

b. By direct metal to metal contact with the tank base.

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

4.13.7.2. EARTHING OF MAGNETIC CIRCUIT.

i. The magnetic circuit shall be connected to the clamping structure at one point
only and this shall be brought out of the top cover of the transformer tank through a
suitably rated insulator. A disconnecting link shall be provided on transformer tank to
facilitate disconnections from ground for IR measurement purpose.

ii. Core clamping rings of metal at earth potential shall be connected to the adjacent
core clamping structure on the same side as the main earth connections.

4.13.7.3. SIZE OF EARTHING CONNECTIONS

i. All earthling connections with the exception of those from the individual coil clamping
rings shall have a cross-sectional area of not less 0.2 Sq. cm.

4.13.8. WINDING

i. All windings shall be made of electrolytic high conductivity copper shall be fully insulated
as defined in IS: 2026. All neutral points shall be insulated for the voltage specified in IS:
2026. The winding shall be so designed that all coil assemblies of identical voltage, rating
shall be interchangeable.

ii. Current density shall not exceed 2.5A/mm2. For HV and LV winding.

iii. Power transformers shall be designed to withstand the impulse test voltages as per IS: 2026.

iv. The transformer shall withstand the power frequency voltage test as per IS: 2026.

v. The winding shall be designed to reduce to a minimum the out-of-balance forces in the
transformers at all voltage ratios.

vi. The insulation of transformer winding and connection shall be free from insulating
composition leading to soften Ooze out shrink or collapse during service.

vii. The stacks of windings shall receive adequate shrinkage treatment before final assembly.

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

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

4.13.9. BRACING OF WINDINGS.

i. The windings and connections of all transformers shall be braced to withstand


shocks, which may occur during transport or due to switching and other transient condition
during service.

ii. Coil clamping rings, if provided shall be of steel.


CONTRACTOR NO. OF CORRECTION SDE EE 412
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

iii. Any metal pieces in contact with laminated rings shall be designed and secured that they
do not weaken the electrical or the mechanical properties of the wings.

iv. If the transpose winding is built up of section of disc coils, separated by spacers, the
clamping arrangements shall be such that equal pressures are applied to all columns of
spacers. All such spacers shall be securely located, shall be of suitable material and shall
receive adequate shrinkage treatment before assembly.
v. Winding shall be subjected to a shrinking and seasoning process, so that no
further shrinkage occurs during service. Adjustable devices shall be provided for taking
up possible shrinkage in service.

vi. All low voltage windings for use in the circular coil concentric winding shall be
wound on a performed insulating cylinder for mechanical protection of the winding in
handling and placing around the core.

vii. Winding shall not contain sharp bends which might damage the insulation or
produce high dielectric stresses. No strip conductor wound on edge shall have width
exceeding six times the thickness.

viii. Materials used in the insulation and assembly of the windings shall be insoluble, non-
catalytic and chemically inactive in the hot transformer oil and shall not soften or the
otherwise affected under the operating conditions.

ix. Varnish application on coil windings may be given only for mechanical protection
and not for improvement in dielectric properties. In no case varnish or other adhesive be
used which shall seal the coil and prevent evacuation of air and moisture and
impregnation by oil.

x. Winding and connections shall be braced to withstand shocks during transport or


short circuit.

xi. Permanent current carrying joints in the windings and leads shall be through cold
crimping. Clamping bolts for current carrying parts inside oil shall be made of oil
resistant material which shall not be affected by acidity in the oil steel bolts, if used,
shall be suitable treated. xii. Terminals of all windings shall be brought out of the tank
through bushings for external connections.

xii. The completed core and coil assembly shall be dried in vacuum at not more than 0.5 mm
of mercury absolute pressure and shall be immediately impregnated with oil after drying
process to ensure the elimination of air and moisture within the insulation. Vacuum may
be applied in either vacuum cover or in the transformer tank.

xiii. The winding shall be so designed that all coil assemblies of identical voltage ratings
shall be interchangeable and field repairs to the winding can be made readily without
special equipment. The coils shall have high dielectric strength.

xiv. Coils shall be made of continuous smooth high grade electrolytic copper
conductor, shaped and braced to provide for expansion and contraction due to
temperature changes.

xv. Adequate barriers shall be provided between coils and core and between high and low
voltage coil. End turns shall have additional protection against abnormal line disturbances.

xvi. Tapping’s shall not be brought out from inside the coil or from intermediate turns and
shall be so arranged as to preserve as far as possible magnetic balance of the transformer at
all voltage ratios.
CONTRACTOR NO. OF CORRECTION SDE EE 413
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

4.13.10. INSULATING OIL.

i. The insulating oil for the transformer shall be of EHV grade, generally conforming to IS:

ii. 335. No inhibitors shall be used in the oil.

iii. The quantity of oil required for the first filling of the transformer and its full specification
shall be stated in the bid. The Contractor shall quote the price of transformer complete with
first filling of oil plus 10% extra. However, the rate of transformer oil in Rupee per litre shall
be quoted separately also. The transformer oil shall be supplied in non-returnable drums.

iv. The design and materials used in the construction of the transformer shall be such as to
reduce the risk of the development of acidity in the oil.

v. The contractor shall warrant that oil furnished is in accordance with the following
specifications.

Characteristic Requirement Method of Test

1) Appearance The oil shall be clear and transparent and free from suspended matter or
sediment a representative sample of oil shall be examined in a 100 mm thick layer at ambient
temp.

2) Density at 20° C Max 0.89 g/cm² IS: 1448

3) Kinetic Viscosity at 27° C Max 27 CST IS: 1448

4) Interfacial at 27° C Min 0.03 N/m IS: 6104

5) Flesh Point 140° C IS: 1448

6) Pour Point Max. -6° C IS: 1448

7) Neutralization Value (Total Acidity) Max 0.03 mg/KOH/g IS: 335 Characteristic
Requirement Method of Test

8) Electric Strength (Breakdown Voltage) Min

a. Less than 72.5 KV 40 KV Class

b. 725.5 KV Class 50 KV

9) Dielectric dissipation factor tan δ at 90° C Max. 0.05 IS: 6262

10) Min. specific resistance (resistivity) at 90° C 1 X 1012 ohm cm IS: 6013

11) Oxidation stability

a. Neutralization value after max.

b. Total sludge after oxidation 0.40 mg/KOH/g 0.10% by weight

12) Presence of oxidation inhibitor the oil shall not contain anti-oxidant additives IS: 335

13) Water content Max.

CONTRACTOR NO. OF CORRECTION SDE EE 414


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
a. Less than 72.5 KV Class 25 pap IS: 2362
4.13.11. COOLING

For the cooling of transformers of ONAN type, the transformers shall be equipped with natural
oil circulation type for the transformer. The transformers shall be capable of giving a continuous
output without exceeding the specified temperature rise at least equal to that stated in schedule of
requirements with all the artificial cooling out of service.

4.13.12. RADIATORS & VALVES

4.13.12.1. RADIATORS

i. Radiators shall be designed so that all painted surface can be thoroughly cleaned by hand
and subsequently.

ii. Radiators shall be designed so as to avoid pockets in which moisture collects and shall
withstand the pressure tests. Radiators shall be detachable and shall be provided with
machinated or ground flanged inlet and outlet branches. Air release plug shall be provided
at the top of each radiator for draining and filling.

4.13.12.2. VALVES

i. Valves shall be of forged carbon steel up to 50 mm size and of gun metal or of


cast iron bodies with gun metal fittings for sizes above 50 mm. They shall be of full way
type with screwed ends and shall be opened by turning counter clock wise when facing
the hand wheel. There shall be no oil leakage when the valves are in closed position.

ii. Each valve shall be provided with an indicator to show the open and closed
position and shall be provided with facility for padlocking in either open or closed
position. All screwed valves shall be furnished with pipe plugs for protection. Padlocks
with duplicate keys shall be supplied along with the valves.

iii.All valves except screwed valves shall be provided with flanges having machined faces
drilled to suit the applicable requirements. Oil tight blanking plates shall be provided for
each connection for use when any radiator is detached and for all valves opening to
atmosphere. If any special radiator valve tools are required, the Contractor shall supply
the same.

iv.Each transformer shall be provided with following valves on the tank.

a. Drain valve so located as to completely drain the tank.

b. Two filter valves on diagonally opposite corners, of 50 mm size.

c. Oil sampling valves not less than 8 mm at top and bottom of main tank

d. One 15 mm air release plug.

e. Valves between radiators and tank.

f. Valve prior to and after the Buchholz Relay.

g. Sludge removal valve at bottom 15 mm.

Drain and filter valves shall be suitable for applying vacuum as specified in the specifications.

4.13.13. ACCESSORIES & FITTINGS

4.13.13.1. BUSHINGS
CONTRACTOR NO. OF CORRECTION SDE EE 415
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

Bushings for 36 KV and below shall be of solid porcelain type. These bushings shall be
suitable for bare ACSR conductor connections/ Flexible connectors. All bushings shall be
equipped with suitable terminals of approved type and size and all external current carrying
contact shall be adequate silver plate. All ends as well as tops of the coil shall be brought to
terminals. In case of connections required outside the tank, these shall be brought out to their
respective terminals through well insulated bushings which shall be detachable and
replaceable without disturbing internal connections. Bushings which pass through the cover
shall be removable without disturbing the transformer cover.

i. The bushing shall have sufficient insulation to avoid leakage to ground and shall be
so located as to provide adequate electrical clearance between bushing and various voltages
and between business and grounded parts. The insulation class of the high voltages neutral
bushing shall be properly co-ordinate with the insulation class of the neutral of the high
voltage winding.

ii. Stresses due to expansion and contraction in any part of the bushing insulator shall not lead to
the development of defects. Outdoor insulators and fittings shall be unaffected by atmospheric
conditions due to weather, fuses, ozone, acids, dust and rapid changes of air temperature. Any
stress shield shall be considered as integral part of the bushing assembly.

iii. Porcelain shall not engage directly with hard metal and where necessary gaskets shall be
interposed between the porcelain and the fittings. All porcelain clamping surface in contact
with gasket shall be accurately grounded and free from glaze
iv. Fixing material used shall be of suitable quality and properly applied and shall not enter
into chemical action with the metal parts or cause fracture by contraction expansion in
service. Cement thickness shall be as small and even as possible and proper care shall be
taken to centre and locate individual parts correctly during cementing. All porcelain
insulators shall be designed to facilitate clearance.

v. Each porcelain bushing or insulator, and paper bushing shall have marked upon it the
manufacturer’s identification mark, and such other marks as may be required to assist in the
representative selection of batches for the purpose of the sample tests.

vi.Clamps and fittings made of steel or galvanized. The bushing flanges shall not be re-
entrant type (shape) which may trap air.

vii. Each bushing shall be so coordinated with the transformer insulation that the flashover
shall occur outside the tank.

viii. All porcelain used in bushings shall be of wet process, homogeneous and free from
cavities or other flaws. The glazing shall be uniform in colour (brown) and free from
blisters, burns and other defects. Porcelain shall be thoroughly vitrified and shall be
impervious to moisture.

ix.All bushing shall have puncture strength greater than dry flashover value.

x. Creep age distance shall be kept 27 mm/KV. Bushings may be provided with
weather shield.

xi.The Contractor is requested to give the guarantee withstand voltage for the above and also
furnish a calibration curve with different settings of the co-ordination gap to enable the
purchaser to decide the actual gap settings. Contractor’s recommendations are also invited
to this respect. During spark gap flashover, the arc shall remain away from the housing
insulator.

xii. Each terminal (including neutral) shall be distinctly marked and coloured for phase
voltage and phase rotation on the primary secondary and tertiary sides in accordance with
CONTRACTOR NO. OF CORRECTION SDE EE 416
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
the diagram of connection supplied with the transformer, the system of marking shall
conform IS 2026-1962 amended up to date.

xiii. All porcelain used in bushings shall be homogeneous, non-porous, uniformly glazed to
brown colour and free from blisters, burns and other defects.

xiv. Stress due to expansion and contraction in any part of the bushing shall not lead to
deterioration.

xv. Bushing shall be designed and tested to comply with the applicable standards.

xvi. Bushings rated for 400A and above shall have non-ferrous flanges and hardware.

xvii. Fittings made of steel or malleable iron shall be galvanized.

xviii. Bushing shall be so located on the transformer that full flashover strength shall be
utilized. Minimum clearances as required for the BIL shall be realized between live parts
and live parts to earthed structures.

xix. All applicable routine and type tests certificates of the bushings shall be furnished for
approval.

xx. Bushings shall be supplied with bimetallic/terminal connectors/ clamp suitable for fixing to
bush terminal and the PURCHASER’S specified conductors. The connectors/clamp shall be
rated to carry the bushing rated current without exceeding atemperature rise of 55° Cover an
ambient of 40° C. the connector/ clamp shall be designed to be corona free at the maximum
rated line to ground voltage.

xxi. Bushing of identical voltage rating shall be interchangeable.

xxii. Each bushing shall be so coordinated with the transformer insulation that all flashover
shall occur outside tank.

4.13.14. PROTECTION & MEASURING DEVICES.

4.13.14.1. On the Conservator Tank

a. The conservator tank 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’s.

b. The conservator tank shall be bolted into position so that it can be removed for cleaning
purposes.

c. The conservator tank shall be fitted with magnetic oil level gauge with low level
electrically insulated alarm contact.

d. The conservator tank shall be fitted with flexible diaphragm type.

e. Transformer shall be provided with thermo siphon filters for ratings of 6.3 MVA to
prolong the life of the transformer oil. The minimum capacity should be of 2% of total oil
volume of the transformer.

f. The conservator should have “Air Cell”.

4.13.14.2. Pressure Relief Device.

CONTRACTOR NO. OF CORRECTION SDE EE 417


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
i. 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 tank. It shall be mounted direct on the tank. A pair of electrically
insulated contacts shall be provided.

ii. 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 inside the tank and of such a design to
prevent gas accumulation.

4.13.14.3. Buchholz Relay

A double float type Buchholz Relay shall be provided. Size should not be less than 50 mm for 1.6
MVA and 80 mm for 6.3 MVA. Any gas evolved in the transformer shall collect in this relay.
The relay shall be provided with a test cock suitable for a flexible pipe connection for checking
its operation. A copper tube shall be connected from the gas collector to a valve located about
1200 mm above ground level to facilitate sampling with the transformer in service. The
device shall be provided with two electrically independent ungrounded contacts, one for
alarm on gas accumulation and the other for tripping on sudden rise of pressure.

4.13.14.4. Temperature Indicator.

a. Oil Temperature Indicator (OTI)

The transformers shall be provided with a 150 mm dial type thermometer for top oil
temperature indication. The thermometer shall have adjustable, electrically independent
ungrounded alarm and trip contacts preferably of mercury. Number of mercury contacts
should be minimum of four pairs.

Maximum reading pointer and resetting device shall be mounted in the local control panel. A
temperature sensing element suitably located in a pocket on top oil shall be furnished. This
shall be connected to the OTI by means of capillary tubing. Accuracy class of OTI shall be
less than equal to 1% or better.

b. Winding Temperature Indicator (WTI)

A device for measuring the hot spot temperature of the winding shall be provided. It shall
comprise the following.

i. Temperature sensing element.

ii. Image Coil.

iii. Auxiliary CTS, if required to match the image coil, shall be furnished and mounted in the
local control panel.

iv. 150 mm dial local indicating instrument with maximum reading pointer mounted in local
panel and with adjustable electrically independent ungrounded contacts, besides that
required for control of cooling equipment, one for high winding temperature alarm and
one for trip. It should have at least four pairs of mercury contacts.

v. Calibration device.

vi. Accuracy class of WTI shall be ±1% or better.

4.13.14.5. Oil Preservation Equipment. Oil Sealing


CONTRACTOR NO. OF CORRECTION SDE EE 418
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
The oil prservation shall be diaphragm type (Air cell) oil sealing in conservator to prevent
oxidation and contamination of oil due to contact with atmospheric moisture.

4.13.14.6. Breather

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

a. The passage of air is through the silica gel.

b. Silica gel is isolated from atmosphere by an oil seal

c. The external atmosphere is not continuously in contact with the silica gel.

d. The moisture absorption indicated by a change in colour of the tinted crystal can be easily
observed from a distance.

e. All breathers shall be mounted approximately 1200 mm above the ground level.

f. Quantity of Silica gel should be of minimum 1Kg for 2000 lit of oil.

4.13.14.7. Thermo-siphon Filter:

Thermo-siphon filter shall be fitted for 6.3 MVA rating or above capacity of

transformers. To extract the harmful constituents like water, acid etc. from oil,

thermo siphon filter of cylindrical shape with perforated steel trays filled with

absorbents such as active alumina should be provided.

The filter assembly shall be mounted on the transformer as well as ground supported and
connected with pipes and shut off valves. Suitable instructions required to be followed for
commissioning, dismantlement and maintenance of filter arrangement, re-generation and
storage of the absorbent etc. must be included in the instrumentation manual. A detailed
drawing showing internal arrangement shall be submitted.

The oil & absorbent capacity required in the thermo-siphon filter is as under.

i. Quantity of oil - 2.0% of total oil by weight

ii. Quantity of absorbent - 0.2% to 0.25% of total oil by weight.

4.13.14.8. MARSHALLING BOX

i. Sheet steel of 3.15 mm thick vermin proof, well ventilated and weatherproof marshalling
box with watertight hinged and padlocked door of a suitable construction shall be provided
for the transformer ancillary apparatus. The box shall have slopping roof and the interior and
exterior painting shall be in accordance with the specification. Padlock along with duplicate
keys shall be supplied for marshalling box. The degree of protection shall be IP-55.

ii. The schematic diagram of the circuitry inside the marshalling box be prepared and fixed
inside the door under a propane sheet.

iii. The marshalling box shall accommodate the following equipment’s:

a. Temperature indicators.

CONTRACTOR NO. OF CORRECTION SDE EE 419


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
b. Control & Protection equipment’s.

c. Terminal blocks and gland plates for incoming and outgoing cables.
All the above equipment except (c) shall be mounted on panels and back of panel wiring shall
be used for interconnection. The temperature indicators shall be so mounted that the dials are
not more than 1600mm from the ground level and the door(s) of the compartment(s) shall be
provided with glazed window of adequate size.

iv. To prevent internal condensation, an approved type of metal clad heater with Thermostat
shall be provided, controlled by a MCB of suitable rating mounted in the box. The
ventilation louvers, suitably padded with felt, shall also be provided. The louvers shall be
provided with suitable felt pads to prevent ingress of dust.

v. All incoming cables shall enter the kiosk from the bottom and the gland plate shall not be
less than 450 mm from the base of the box. The gland plate and associated compartment
shall be sealed in suitable manner to prevent the ingress from the cable trench.

4.13.14.9. OFF LOAD TAP CHANGER.

i. The transformers shall be provided with voltage control equipment of the tap changing
type on the HV side for HV variation of +3% to (-) 9% in equal 5 steps of 3.0% for
varying its effective transformation ratio whilst the transformers are off-load. The tap
changing device shall be off circuit type. The tap changing shall be carried out by means
of an externally operated tapping switch capable of being located and locked in any
required position.

ii. The location of tap changing device shall be such that an operator can very easily change
the tap, while standing on the ground without the aid of any climbing platform. A
warning plate indicating that switch shall not be operated in “ON” position is to be
provided.

iii. The contact resistance between the contact points should be less than 20TW. The
manufacturer should show the resistance to the inspector at the time of inspection.

4.13.15. FITTINGS

The following fittings shall be provided on the transformer:

Conservator with isolating valves, oil filling hole with cap and drain valve. The conservator
vessel shall be filled with constant oil pressure diaphragm oil sealing system.
i. Magnetic type oil level gauge (150 mm dia) with low oil level alarm contacts.

ii. Prismatic/toughened glass oil level gauge.

iii. Silica gel breather wit oil seal and connecting pipe complete first fill of activated silica
gel or Alumina mounted at a level of 1300 mm above ground level
iv. A double float type Buchholz Relay with isolating valve, bleeding pipe and a testing
cock, the test cock shall be for suitable for a flexible (pipe connection for checking its
operation). A 5 mm dia. Copper pipe shall be connected from the relay test cock to a valve
located about 1.25 meters above ground level to facilitate sampling of gas with the
transformer in service. Interconnection between gas collection box and relay shall also be
provided. The device shall be provided with two electrically independent ungrounded
contacts, one for alarm on gas accumulation and the other for tripping on sudden oil surge.
These contacts shall be wired up to transformer marshalling box. The relay shall be provided
with shut off valve on the conservator side as well as on the tank side.

v. Pressure relief devices (including pressure relief valve) and necessary air equalizer
connection between this and the conservator with necessary alarm and trip contacts.
CONTRACTOR NO. OF CORRECTION SDE EE 420
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

vi. Air release plugs in the top cover.

vii. Inspection cover, access holes with bolted covers for access to inner ends of bushing

etc.

viii. Winding temperature (hot spot) indicating device for local mounting complete in all
respects.

Winding temperature indicator shall have four sets of contacts to operate at different settings:

a. To provide winding temperature high ‘alarm’

b. To provide temperature too high ‘trip’.

ix. Dial thermometer with pocket for oil temperature indicator with three set of alarm and
one set of Trip contacts and maximum reading pointer.

x. Lifting eyes or lugs for the top cover, core and coils and for the complete transformer.

xi. Jacking pads.

xii. Protected type mercury/alcohol in glass thermometer and a pocket to house the same.

xiii. Top and bottom filter valves on diagonally opposite ends with pad locking arrangement
on both valves.

xiv. Top and bottom sampling valves.

xv. Drain valve with pad locking arrangement.

xvi. Rating and connection diagram plate.

xvii. Two numbers tank earthling terminals with associated nuts and bolts for connections to
purchaser’s grounding strip. Size of terminal should minimum 40x 40 mm.
xviii. Bi-directional flagged rollers with locking and bolting device.

xix. Marshalling Box (MB)

xx. Shut off valve on both sides of flexible pipe connections between radiator bank and
transformer tank.
xxi. Cooling Accessories:

a. Requisite number of radiators provided with

i. One shut off valve on top

• One shut off valve at bottom.


• Air release device on top

• Drain and sampling device at


bottom.

• Lifting lugs.

xxii. Oil Preservation Equipment: Air cell, Thermo syphon Filter.

CONTRACTOR NO. OF CORRECTION SDE EE 421


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
i. Note: (i)The fittings listed above are indicative and any other fittings which are generally
required for satisfactory operation of the transformer are deemed to be included in the
quoted price of the transformer.
ii. The contacts of various devices required for alarm and trip shall be potential free and shall be
adequately rated for continuous, making and breaking current duties as specified.

4.13.16. CONTROL CONNECTIONS AND INSTRUMENT AND WIRING

TERMINAL BOARDS AND FUSES.

i. Normally no fuses shall be used anywhere. Instead of fuses MCB’s (both in AC &
DC circuits) shall be used. Only in cases where a MCB cannot replace a fuse due to
system requirements, a HRC fuse can be accepted.

ii. All wiring connections, terminal boards, fuses, MCB’s and links shall be suitable
for tropical atmosphere. Any wiring liable to be in contact with oil shall have oil resisting
insulation and the bare ends of stranded wire shall be sweated together to prevent seepage
of oil along the wire.

iii. Panel connections shall be neatly and squarely fixed to the panel. All instruments
and panel wiring shall be run in PVC or non-rusting metal cleats of the compression type.
All wiring to a panel shall be taken from suitable terminal boards.

iv. Where conduits are used, the runs shall be laid with suitable falls, and the lowest
parts of the run shall be external to the boxes. All conduit runs shall be adequately
drained and ventilated. Conduits shall not be run at or below ground level.
v. All box wiring shall be in accordance with relevant IS. All wiring shall be of
stranded copper (48 strands) of 1100 volts grade and size not less than 2.5 sq.mm

vi. All wires on panels and all multi-core cables shall have ferrules which bear the
same number at both ends, as indicated in the relevant drawing.

vii. Vii. at those points of interconnection between the wiring carried out by separate
contractors, where a change of number cannot be avoided double ferrules shall be
provided on each wire. The change of numbering shall be shown on the appropriate
diagram of the equipment.

viii. The same ferrule number shall not be used on wires in different circuits on the same
panels.

ix. Ferrules shall be of white insulating material and shall be provided with glossy finish to
prevent the adhesive of dirt. They shall be clearly and durably marked in black and shall not
be affected by dampness or oil.

x. Stranded wires shall be terminated with tinned Ross Courtney terminals, claw washers or
crimped tubular lugs. Separate washers shall be suited to the size of the wire terminated.
Wiring shall, in general, be accommodated on the sides of the box and the wires for each
circuit shall be separately grouped. Back of panel wiring shall be arranged so that access to
the connecting items of relays and other apparatus is not impeded.

xi. All circuits in which the voltage exceeds 125 volts shall be kept physically separated
from the remaining wiring. The function of each circuit shall be marked on the associated
terminal boards.

xii. Terminal board rows should be spaced adequately not less than 100 mm apart to permit
convenient access to external cables and terminations.

CONTRACTOR NO. OF CORRECTION SDE EE 422


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
xiii. Terminal boards shall be placed with respect to the cable gland (at a minimum distance
of 200 mm) as to permit satisfactory arrangement of multicore cable tails.

xiv. All interconnecting wiring, as per the final approved scheme between accessories of
transformer and marshalling box is included in the scope of this specification and shall be
done by the Transformer supplier.

xv. The schematic diagram shall be drawn and fixed under a transparent pros pane sheet on
the inner side of the marshalling box cover.

xvi. As a rule, the fuses shall be replaced by Miniature Circuit Breakers (MCBs) in the
control and other supplies.

xvii. To avoid condensation in the MB, a space heater shall be provided with an MCB and
thermostat.

xviii. Suitable 11 W, CFL light shall be provided in the Marshalling Box for lighting
purpose.

4.13.17. RADIO INTERFERENCE, VIBRATION AND NOISE

i. Transformers shall be designed with particular care to suppress at least the third and fifth
harmonic voltages so as to minimize interference with communication circuits. Transformer
noise level, when energized at normal voltage and frequency shall not be more than 5
decibels above the NEMA Standard Publication TR-1.

ii. Every care shall be taken to ensure that the design and manufacture of all transformers and
auxiliary plant shall be such as to reduce noise and vibration to the level of that obtained
in good modern practice.

4.13.18. SUPPRESSION OF HARMONICS

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 effect or of circulating currents between
the neutral points at different transforming stations reaching such a magnitude so as to cause
interference with communication circuits. For achieving this suppression of harmonics, delta
connected stabilizing winding should be avoided.

4.13.19. CENTRE OF GRAVITY

The centre of gravity of the assembled transformers shall be low and as near to the vertical
centre line as possible. The transformer shall be stable with or without oil. If the centre of
gravity is eccentric relating to track either with or without oil, its location shall be on the
outline drawing
4.13.20. BOLTS AND NUTS

i. Steel bolts and nuts exposed to atmosphere with suitable finishes like cadmium plated or
zinc plated passivity shall be used for diameter above 6 mm. Brass bolts and nuts of less than
6 mm size shall not be used for electrical connections. Where smaller size is required,
stainless steel or phosphor bronze may be used. Sizes and threads shall be as per Indian
Standard, wherever available, otherwise equivalent British Standard shall be followed. All
nuts and bolts and pins shall be locked in position with exception of those external to the
transformer. The bolts shall be fitted in such a manner that in the event of the nut working
loose and falling off, the bolts shall remain in position. All bolts, nuts and washers in contact
with non-ferrous parts which carry current and are exposed to atmosphere shall be of
CONTRACTOR NO. OF CORRECTION SDE EE 423
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
phosphor bronze, where transfer of current is through bolt. If bolts and nuts are placed that
are inaccessible by means of ordinary spanner, suitable special spanners shall be provided by
the supplier.

4.13.21. FOUNDATION AND FIXING

The transformers shall be provided with complete set of foundation holding down bolts,
washers, nuts, plates and other fixtures as may be required and these shall be supplied by the
Contractor. These fittings shall be fixed by the purchaser in the foundation, unless

otherwise specified as soon as possible after the contract drawings have been approved.
Foundations drawings (6 sets) shall be supplied by the contractor well before the dispatch of
the equipment.

4.13.22. INSPECTION AND TESTING:

i. The Contractor shall carry out a comprehensive inspection and testing programme during
manufacture of the transformer. An indicative of inspection is given under clause 4.13.22.1.
This is, however, not intended to form a comprehensive programme as it is contractor's
responsibility to draw up and carry out such a programme duly approved by the purchaser.

ii. The contractor shall carry out type tests and routine tests on the transformers.

iii. The charges for conducting each of type tests shall be indicated separately in the bid.

iv. The pre-shipment checks shall also be carried out by the contractor.

v. The requirements on site tests are as listed in these specifications.

vi. Certified test report and oscillograms shall be furnished to the Purchaser/Consultants for
evaluation as per the schedule of distribution of documents. The Contractor shall also
evaluate the test results and rectify the defects in the equipment based on his and the
Purchaser's evaluations of the tests without any extra charges to the Purchaser.
Manufacturer's Test Certificates in respect of all associated auxiliary and ancillary equipment
shall be furnished.

vii. The Contractor shall state in his proposal the testing facilities available at his works. In
case full testing facilities are not available, the Contractor shall state the method proposed to
be adopted so as to ascertain the transformer characteristics corresponding to full capacity
testing’s.

4.13.22.1. INSPECTION AND TESTING

The Contractor shall carry out a comprehensive stage inspection and testing program
during manufacture of the transformer. An indicative of inspection is given under
Clause No. 4.13.22.2.

This is, however, not intended to form a comprehensive program as it is contractor’s


responsibility to draw up and carry out such a program duly approved by the
Corporation.
The inspection and testing shall consist of following:

(i). Inspection and testing at different stages of manufacture.

(ii). All routine and other tests as specified on the transformers and accessories.

(iii). Pre shipment checks as specified.

CONTRACTOR NO. OF CORRECTION SDE EE 424


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
(iv). Site tests are as listed in hereunder.

(v). the Contractor shall state in his proposal the testing facilities available at his works. In
case full testing facilities are not available, the Contractor shall state the method proposed to
be adopted so as to ascertain the transformer characteristics corresponding to full capacity
testing.

(vi). Full details of the proposed methods of testing including connection diagrams shall
be submitted by the Contractor for approval at least one month before testing. All tests
shall be witnessed by the Corporation.

4.13.22.2. STAGE INSPECTION

a. Tank and Conservator

(i). Inspection of major weld.

(ii). Crack detection of major strength weld seams by dye penetration test.

(iii). Check correct dimensions between wheels, demonstrate turning of wheels, through

900 and further dimensional check

(iv). Leakage test of the conservator.

(v). Measurement of film thickness of:

Oil insoluble varnish.

Zinc chromate paint.

Finished coat.

(vi). Tank pressure test

(vii). Vacuum test

b.Core

(i). Sample testing of core materials for checking specific loss properties, magnetization
characteristics and thickness.

(ii). Check on the quality of varnish if used on the stampings.

(iii). Check on the amount of burrs.

(iv). Visual and dimensional check during assembly stage.

(v). Check on completed core for measurement of iron loss.

(vi). Visual and dimensional checks for straightness and roundness of core, thickness of
limbs and suitability of clamps.

(vii). High voltage test (2 kV for one minute) between core and clamps.

c. Insulating Material

(i). Sample check for physical properties of materials.

CONTRACTOR NO. OF CORRECTION SDE EE 425


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
(ii). Check for dielectric strength

(iii). Check for the reaction of hot oil on insulating materials.

d. Winding

(i). Sample check on winding conductor for mechanical and electrical conductivity.

(ii). Visual and dimensional checks on conductor for scratches, dent mark etc.

(iii). Sample check on insulating paper for PH value, electric strength.

(iv). Check for the bonding of the insulating paper with conductor.

(v). Check for the reaction of hot oil and insulating paper.

(vi). Check and ensure that physical condition of all materials taken for windings is
satisfactory and free of dust.

(vii). Check for brazed joints wherever applicable.

(viii). Check for absence of short circuit between parallel strands.

e. Checks before Drying Process

(i). Check condition of insulation on the conductor and between the windings.

(ii). Check insulation distance between high voltage connections, between high voltage
connection cables and earth and other live parts.

(iii). Check insulating distances between low voltage connections and earth and other parts.

(iv). Insulating test for core earthling.

f. Checks during Drying Process

(i). Measurement and recording of temperature and drying time during vacuum treatment.

(ii). Check for completeness of drying.

g. Assembled Transformer

(i). Check completed transformer against approved outline drawing, provision for all fittings,
finish level etc.

(ii). Jacking test on the assembled Transformer.

h. Oil

All standard tests in accordance with IS: 335 shall be carried out on Transformer oil sample
before filling in the transformer.

j. Test Reports for bought out items

CONTRACTOR NO. OF CORRECTION SDE EE 426


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
The contractor shall submit the test reports for all bought out/sub contracted items for
approval.

(i). Bucholz relay

(ii). Winding temperature indicators.

(iii). Oil temperature indicators.

(iv). Bushings

(v). Marshalling box

(vi). Air Cell

(vii). Thermo syphon filter

(viii). Off Load Tap changer

(ix). any other item required to complete the works.

Porcelain, bushings, control devices, insulating oil and other associated equipment shall be
tested by the contractor in accordance with relevant IS. If such equipment is purchased by the
contractor on a sub-contract, he shall have them tested to comply with these requirements.

4.13.22.3. FACTORY TESTS

(i). All standards routine tests in accordance IS: 2026 & IEC 60076 shall be carried out.

(ii). Following additional tests shall also be carried out on each transformer as routine test:

a) Magnetic Circuit Test: Each core shall be tested for 1 minute at 2000 volts.

b) Measurement of zero-sequence impedances

c) Measurement of capacitance and tan delta to determine capacitance between


winding and earth. Value of Tan (δ) should not be more than 0.5% at 200C.

d) Measurement of acoustic noise level clause 16.12 of IS: 2026.

e) Measurement of the harmonics of the no-load current

f) Oil leakage test on transformer

g) Magnetic balance test

a. Measurement of magnetization current at low voltage

b. Lightning Impulse Test shall be carried out in accordance with IS-2026 on one
transformer of each rating.

(iii). Following type tests shall be conducted on the transformer of each rating: Temp. Rise

test as per IS: 2026 (Part-I). This test shall be carried out at maximum negative tap.

(iv). All auxiliary equipment shall be tested as per the relevant IS & IEC. Test certificates
shall be submitted for bought out items.

(v). High voltage withstand test shall be performed on auxiliary equipment and wiring after
complete assembly.
CONTRACTOR NO. OF CORRECTION SDE EE 427
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

4.13.22.4. TANK TESTS

Routine Tests

a. Oil leakage Test:

The tank and oil filled compartments shall be tested for oil tightness completely filled with air or
oil of viscosity not greater than that of insulating oil conforming to IS: 335 at the ambient
temperature and applying a pressure equal to the normal pressure plus 35 KN/m2 measured at the
base of the tank. The pressure shall be maintained for a period of not less than 12 hours for oil
and one hour for air and during that time no leak shall occur.

b. Pressure Test

Where required by the Corporation, one transformer tank of each size together with its
radiator, conservator vessel and other fittings shall be subjected to a pressure corresponding
to twice the normal head of oil or to the normal pressure plus 35 KN/m2 whichever is lower,
measured at the base of the tank and maintained for one hour.

4.13.22.5. ROUTINE TESTS ON BUSHINGS

The following tests shall be conducted on bushings:

i. Measurement of creep age distance.

ii. Dry power frequency test on terminal and tapping.

4.13.22.6. PRE-SHIPMENT CHECK AT MANUFACTURERS WORKS

i. Check for proper packing and preservation of accessories like radiators, bushings,
explosions vent, dehydrating breather, rollers, bushels relay, control cubicle connecting pipes
& conservator etc.

ii. Check for proper provision of bracing to arrest the movement of core and winding
assembly inside the tank.

4.13.22.7. INSPECTION AT SITE

The contractor shall carry out detailed inspection covering areas right from the receipt of
material up to commissioning stage. An indicative program of inspection as envisaged by the
Engineer is given below. This is however not intended to form a comprehensive program as
it is contractor’s responsibility to draw up and carry out such a program. (a) a. RECEIPT
AND STORAGE CHECKS
i. Check and record condition of each package visible parts of the transformers etc. for
any damage.

b.INSTALLATION CHECKS

i. Oil impregnation or drying under vacuum at site shall be done with the transformer
and oil at a temperature not exceeding 700 C.
ii. The minimum safe level of oil filling (if different from the Buchholz level) to
which the transformer shall be oil filled under vacuum, shall be indicated in the
manual.

iii. Procedures for site drying, oil purification, oil filling etc. shall be submitted for
approval and complete instructions shall form part of the manual.
CONTRACTOR NO. OF CORRECTION SDE EE 428
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

iv. The Ultra High Vacuum type oil treatment plant of suitable capacity (preferably
2500 litres per hour) suitable for treatment of oil in EHV class transformer shall be
used in order to achieve properties of treated oil.

v. Test on oil samples taken from main tank top and bottom and cooling system.
Samples should be taken only after the oil has been allowed to settle for 24 hours.

vi. Check the leakage for Air Cell.

vii. Check the whole assembly for tightness, general appearance etc.

4.13.22.8. PRE-COMMISSIONING TESTS

a) Check the colour of silica gel in silica gel breather.

b) Check the oil level in the breather housing, conservator tanks, cooling system, etc.

c) Check the bushing for conformity of connection to the lines etc.

d) Check for correct operation of all protection devices and alarms:

i. Buchholz relay.

ii. Excessive winding temperature.

iii. Excessive oil temperature.

iv. Low oil flow.

v. Low oil level indication...

e) Check for the adequate protection on the electric circuit supplying the accessories.

f) Check resistance of all windings on all steps of the tap changer.

g) Insulation resistance measurement for the following:

a. Control wiring.

b. Main windings.

h) Check for cleanliness of the transformer and the surroundings.

i) Continuously observe the transformer operation at no load for 24 hours.

j) Gradually put the transformer on load, check and measure increase in temperature in
relation to the load and check the operation with respect to temperature rise and noise level
etc.
k) Phase out and vector group test.

l) Ratio test on all taps.

m) Magnetizing current test.

n) Contractor shall prepare a comprehensive commissioning report including all


commissioning test results and forward to Corporation for future record.
CONTRACTOR NO. OF CORRECTION SDE EE 429
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

o) The following additional checks shall be. Made:

a. All oil valves are in correct position closed or opened as required.

b. All air pockets are cleared.

c. Thermometer pockets are filled with oil.

d. Oil is at correct level in the bushing & tank etc.

e. Earthling connections are made.

f. Colour of Silica gel is blue.

g. Bushing arcing horn is set correctly and gap distance IS recorded.

4.13.23. DUTY UNDER FAULT CONDITIONS:

i. Except where modified below, it is to be assumed that the amount of generating plant
simultaneously connected is such that normal voltage shall be maintained on one side of any
transformer when there is a short circuit between phases or to earth on the other side. Any
transformer may be directly connected to an underground or overhead transmission line and
switched into and out of service together with its associated transmission line (all
transformers shall be capable of withstanding according to IS 2026 without damage due to
external short circuit between phases).

ii. The transformer and all its accessories shall be capable of withstanding short circuit current
of 25KA for three (3) seconds without damages any external short circuit to earth.
iii. Transformer shall be capable of withstanding thermal and mechanical stresses
conveyed by symmetrical or asymmetrical faults on any winding.

iv. Transformers shall accept, without injurious heating, combined voltage and frequency
fluctuation which produce the 125% over fluxing condition for one minute.

4.13.24. TEST PROCEDURE AND COSTS:

i. The purchaser, at his option, may waive impulse tests provided type test reports of
impulse tests carried out on essentially identical units within 3 years in their factory in India
are furnished by the manufacturer.
ii. No load losses and exciting current shall be measured at rated voltage, rated
frequency and at 90% and 110% of rated voltage, both before and after the lightning impulse
tests.
iii. The method of test loading shall be described in the test report for determination
of both average and hottest spot temperature. Where the winding temperature equipment
is specified, data shall also be included for calibration of hottest spot temperature
indicator.

iv. Resistance of each winding of each phase shall be measured at principal and at all
the taps and corrected to 75°C.

v. Impedance voltage shall be measured at principal and at all taps, and should be
corrected to 750C.

CONTRACTOR NO. OF CORRECTION SDE EE 430


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
vi. Certified test report and oscillograms shall be furnished to the
Purchaser/Consultants for evaluation as per the schedule of distribution of documents.
The Contractor shall also evaluate the test results and rectify the defects in the equipment
based on his and the Purchaser's evaluations of the tests without any extra charges to the
Purchaser. Manufacturer's Test Certificates in respect of all associated auxiliary and
ancillary equipment shall be furnished.

vii. The Contractor shall state in his proposal the testing facilities available at his
works. In case full testing facilities are not available, the Contractor shall state the
method proposed to be adopted so as to ascertain the transformer characteristics
corresponding to full capacity testing.

4.13.25. WITNESSING OF TESTS AND EXCESSIVE LOSSES:

i. The Purchaser and/or his representative or third party nominee reserves the right to
witness any or all tests.

ii. The Contractor/manufacturer should submit the details of loss calculation (as per

Annexure-II) at the time of bidding. Failing to submit the Annexure – II, the Contractor shall
be treated as non-responsive.

iii. The Purchaser reserves the right to reject the Transformer if losses exceed the declared
guaranteed losses by more than 20% or if temperature rise of oil and winding exceed the
values specified elsewhere.

4.13.25.1. Tests are not required to be performed on bought out equipment like oil actuated
relays etc. at the works of the transformer manufacturer. Furnishing test certifications from.
The original equipment manufacturers works shall be deemed to be satisfactory evidence.
Inspection of tests at the sub-- contractor’s works shall be arranged by the supplier wherever
required.

4.13.25.2. The purchaser has all the rights to conduct the tests including type tests, at his own
cost by an independent agency whenever there is dispute regarding the quality of supply, or
interpretation of test results. In the event of failure of transformers in such tests the expenses
incurred in testing shall be to

Be supplier's account. The failed unit shall not be accepted for supply to the purchaser even
after repairs.

4.13.25.3. MSEDCL authorized representative shall be present at the time of commissioning


of Power Transformer.

4.13.25.4. The Contractor shall mention in his tender the place of manufacture, testing and
inspection of the various components of the equipment included in the specification.
Authorized representative of the purchaser shall be present at the time of the test and
contractor shall provide necessary facilities to them.

4.13.25.5. The purchaser's representatives shall be entitled, at all reasonable times during
manufacture, to inspect examine and test on the contractor's premises the material and
workmanship of all equipment to be supplied under this contract and if part of the said
equipment is being manufactured on other

Premises, the contractor shall obtain the purchaser's representatives permission to inspect,
examine and test as if the equipment were being manufactured on the contractor's premises.
Such inspection, examination and testing shall not release the contractor from any of his
obligations under this contract.

CONTRACTOR NO. OF CORRECTION SDE EE 431


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
4.13.25.6. The contractor shall give the purchaser's representatives one month's notice in
writing of the date and the place at which the equipment shall be ready for testing and unless
the purchaser's representative shall inspect within the period so indicated, the contractor may
proceed with the tests and forward to the purchaser duly certified copies of the test
certificates.

4.13.25.7. All the tests detailed in respective sections of these specifications for equipment
shall be carried out at the manufacturer's expenses at his works except where agreed to
otherwise.

4.13.25.8. If any special test, other than those provided in the contract and the relevant
specifications are required by the purchases, whose shall be paid by the purchaser over and
above the contract price.

4.13.26. CAPITALISATION OF LOSSES AND LIQUIDATED DAMAGES FOR

EXCESSIVE LOSSES:

i. LOSSES:

Transformers with lower losses shall be preferred. The Contractor shall indicate the values of
load and no load losses of the transformer in his bid. He shall indicate whether losses

are firm or subject to tolerance. If nothing is indicated regarding tolerance on losses, it shall
be considered that losses are subject to tolerance.

ii) CAPITALISATION OF LOSSES:

For total cost evaluation, the capitalized cost of losses shall be taken into account as per the
following:

Capitalized cost of Transformer = Initial cost of Transformer + Rs. A x WI + Rs. B x We +


Rs. ex Wp where: WI = Iron loss in KW

4.13.27. REJECTION:

The Purchaser may reject any transformer if during tests or service any of the following
conditions arise:

(i.) No load loss exceeds the guaranteed value by 20% or more.

(ii.) Load loss exceeds the guaranteed value by 20% or more.

(iii.) Impedance value exceeds the guaranteed value by (-) 1 0% or more.

(iv.) The difference in impedance values of any two phases during single phase short
circuit impedance test exceeds 2% of the average value guaranteed by the vendor.

(v.) Oil or winding temperature rise exceeds the specified value.

(vi.) Transformer fails on impulse test.

(vii.) Transformer fails on power frequency voltage withstand test.

(viii.) viii)Transformer is proved to have been manufactured not in accordance with the
agreed specification.

4.13.28. SPARE PARTS:

CONTRACTOR NO. OF CORRECTION SDE EE 432


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
4.13.28.1. The Contractor shall quote separately for the following spares.

a. HT bushing

b. L T bushing

c. Neutral bushing

d. One set of gaskets

e. One set of thermometers

f. One oil gauge

4.13.28.2. In case the manufacturer goes out of production of spare parts, then he shall make
available the drawings of spare parts and specification of materials at no extra cost to the
Purchaser to fabricate or procure spare parts from other sources.

4.13.28.3. In preparing the list of spares, recommended, the Contractor shall clearly indicate
nature of spares i.e. 'C' consumable, 'E' for Emergency use and ’s' Susceptible to
failure during erection, testing and commissioning. For category 'C' spares, approximate
frequency of replacement shall also be indicated.

Required spares shall be ordered at the quoted prices after Engineering drawings have been
finalized and released for manufacture and thus ordering time of spares may extend up to the
taking over the plant.

4.13.29. INSTRUCTIONS MANUAL:

Eight sets of the instruction manuals shall be supplied at least four (4) weeks before the
actual dispatch of equipment. The manuals shall be in bound volumes and shall contain all
the drawings and information required for erection, operation and maintenance of the
transformer. The manuals shall include amongst others, the following particulars:

a. Marked erection prints identifying the components, parts of the transformer as dispatched
with assembly drawings.

b. Detailed dimensions, assembly and description of all auxiliaries.

c. Detailed views of the core and winding assembly, winding connections and tapings, tap
changer construction etc. These drawings are required for carrying out overhauling operation
at site.

d. Salient technical particulars of the transformer.

e. Copies of all final approved drawings.

f. Detailed O&M instructions with periodical check lists and pro-forma etc.

4.13.30. COMPLETENESS OF EQUIPMENT:

a. All fittings and accessories, which may not be specifically mentioned in the specification
but which are necessary for the satisfactory operation of the plant, shall be deemed to be
included in the specification and shall be furnished by the contractor without extra charges.
The equipment shall be complete in all details, whether such details are mentioned in the
specification or not, without any financial liability to the Purchaser under any circumstances.

CONTRACTOR NO. OF CORRECTION SDE EE 433


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
b. All deviations from this specification shall be separately listed under the requisite
schedules, in the absence of which it shall be presumed that all the provisions of the
specification are complied with by the Contractor.

4.13.31. TOOLS & TACKLES:

A complete outfit of tools, spanners, gauges, lifting, devices, instruments and all other appliances
necessary as convenient for the complete assembly, erection at site, dismantling
and maintenance of the plant and equipment covered by the contract, together with suitable
racks for holding them, shall be supplied by the contractor.

4.13.32. STORAGE AT SITE

Complete instructions regarding the storage of the equipment at site shall be furnished by the
contractor. If, at any time after the arrival of equipment at site, the contractor or his
representative desires to draw the attention of the purchaser to the conditions of stores, which
in his opinion might affect the state of the equipment stores, he shall do so 1n writing to the
purchaser

4.13.33. QUALITY ASSURANCE PLAN:

The Contractor shall invariably furnish following information along with his offer, failing
which the offer shall be liable for rejection.

i. Statement giving list of important raw materials, names of Sub-suppliers for the raw
materials, list of standards according to which the raw materials are tested, list of tests
normally carried out on raw material in presence of Contractor’s representative, copies of
test certification.

ii. Information and copies of test certificates as in (i) above in respect of bought out items.

iii. List of manufacturing facilities available.

iv. List of areas in manufacturing process, where stage inspections are normally carried out
for quality control and details of such tests and inspection.

v. Special features provided in the equipment to make it maintenance free.

vi. List of testing equipment’s available with the Contractor for final testing of equipment specified
and test plant limitation, if any, vis-a-vis the type, special, acceptance and routine tests specified
in the relevant standards. These limitations shall be very clearly brought out in ‘Schedule of
Deviations’.

vii. Name of the raw materials as well as bought- out accessories and the names of sub suppliers
selected from those furnished along-with the offer.

viii. Type test certificates of the raw material and bought out accessories.

ix. Quality Assurance Plan (QAP) withhold points for purchaser’s inspection. The QAP and hold points
shall be discussed between the purchaser and the supplier before the QAP is finalized. The QAP shall
include all the quality checks as stipulated in this specification.

x. The supplier shall submit the routine test certificates of bought out items and raw
material at the time of routine testing of the fully assembled transformer.

CONTRACTOR NO. OF CORRECTION SDE EE 434


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
MAXIMUM FLUX DENSITY AND CORE WEIGHT CALCULATION

Name of the Contractor: -

Address:-

Type and Grade of Core: -

Thickness [in mm]:-

Core weight calculation:-

Core dia [in mm] =

Window height [in mm] = Limb centre [in mm] =

Weight of core = [3 x window height + 4 x limb centre + 2 x max. width] x Net iron area x
Density of Core

NB: -
1. 1 Specific loss vs. flux density graph for the type of core lamination to be used has To be
furnished.

2. VA/Kg. Vs. flux density graph for the core lamination to be used has to be furnished.

3. Any other factor assumed for above calculation to be explained with reasons.

N.B.:- The Contractor may use its own method of calculation towards determination of

maximum flux density and weight of the core. But the same shall be supported with proper

plantation and justification.

Place:

Date:

Signature of Contractor

With seal of Company.

CONTRACTOR NO. OF CORRECTION SDE EE 435


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

ANNEXURE-II

DETAILS OF LOSS CALCULATIONS FOR POWER TRANSFORMER

1.0 Name of the Firm

2.0 Flux density at

a. 36/7.2 KV and 48.5 Hz [Tesla]

b. 33/6.6 KV & 50.0Hz [Tesla]

3.0 Core weight in Kg.

a. Gross core area [mm²]

b. Stacking factor.

c. Net core iron area [mm²] [ii x iii]

4.0 [a] Specific losses [W/Kg.]

a. At maximum flux density corresponding to 36/7.2 KV and 48.5 HZ.

b. At maximum flux density corresponding to 33/11KV and 50Hz.

b]. Volt ampere/Kg

a. At maximum flux density corresponding to 36/7.2 KV and 48.5 Hz.

b. At maximum flux density corresponding to 33/6.6 KV and 50 Hz.


5.0 Calculated/guaranteed iron loss in KW at:-
a. Acted voltage and rated frequency

b. Maximum system voltage and lowest system


frequency

6.0 Current density [A/Sq. mm] for


a. HV

b. Regulating

c. LV

7.0 Conductor size [in mm²]

a. HV winding

a. Bare

b. Insulated

c. No of conductors in parallel

b. Regulating winding

CONTRACTOR NO. OF CORRECTION SDE EE 436


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
a. Bare

b. Insulated

c. No of conductors in parallel

c. L.V. winding

a. Bare

b. Insulated.

c. No. of conductors in parallel.

8.0 Copper weight

i. H.V. windings

ii. Regulating windings

iii. LV windings

iv. For Tap connections, star connection and any other [please specify]

v. Total copper weight [i] + [ii] + [iii] + [IV]

9.0 L.V. winding resistance in ohms at 75°C/Phase.

10.0 H.V. winding resistance in ohms at 75°C/Phase.

i. At normal tap position

ii. At maximum tap position

iii. At minimum tap position

11.0 Stray losses and eddy current losses [in KW] at 75°C

i. At normal tap position

ii. At maximum tap position

iii. At minimum tap position

12.0 Resistively of copper to be used for winding

13.0 I²R loss at 75°C

i. At normal tap position [in KW]

ii. At maximum tap position [in KW]

iii. At minimum tap position [in KW]

14.0 Calculated guaranteed copper losses [in KW] at 75°C [I²R loss + stray losses]

a. At normal tap position

b. At maximum tap position


CONTRACTOR NO. OF CORRECTION SDE EE 437
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

c. At minimum tap position


15.0 Guaranteed cooler loss [in KW]

16.0 Computed/guaranteed total loss in KW at rated voltage and rated frequency


[Copper loss + cooler loss + Iron loss]
a. At normal tap position

b. At maximum tap position

c. At minimum tap position

NB: - 1. Approximate values in weight and losses etc. are not allowed.

2. Tolerance of + 5% in weights may be quoted without any


approximation Place:
Date

Contractor’s name:
Signature, designation, seal

CONTRACTOR NO. OF CORRECTION SDE EE 438


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

TECHNICAL SPECIFICATION OF 33 KV & 6.6 KV AUTO RECLOSER

5.1.0. SCOPE

The specification covers the design, manufacturing, testing, supply, installation, testing and
commissioning of 33/6.6 kV Un-manned substation made with outdoor pole mounted auto
reclose that have programmable protection features and integrated remote operation
capability and that are intended for distribution networks at nominal A.C. voltages of 36/7.2
kV. Please note that VCB used for Transformers and Capacitor Bank, auto-reclosing feature
is not required and it shall be pole mounted type with all protective features as specified.

5.2.0. APPLICABLE STANDARDS

The following standards contain provisions that, through reference in the text, constitute

requirements of this specification at the time of publication the revisions indicated were

valid. All standards are subject to review and parties to purchasing agreements based on

this specification are encouraged to investigate the possibility of applying the most recent

revisions of the

Standards listed below.

ANSI/IEEE C37.60-1981: Requirements for overhead, pad mounted, dry vault, and
submersible automatic circuit reclosers and fault interrupters for AC systems (RI993) IEC
60255, Electrical relays

IEC 60056:1987, High-voltage alternating-current circuit breakers. Amendment No. 1:1 992.

IEC - 607221

IEC 60529:1989, Degrees of protection provided by enclosures (IP Code).

UNIPEDE NORM (SPEC) 13 (1995): Control Apparatus for Generating Stations and

Substations: Electromagnetic Compatibility Immunity Requirements.

5.3.0. CLIMATIC CONDITIONS

The Substation shall be suitable for satisfactorily working under the following climatic
conditions: -

The switch Switchgears and Auto-re-closers used shall be suitably designed and treated for
normal life and satisfactory operation under the hot and hazardous tropical climate
conditions and shall be dust and vermin proof. All interior and exterior ferrous surfaces of
auto-re-closers and control cabinets shall be manufactured from marine grade stainless steel.
All support structures and associated bolts and nuts with these parts, shall be hot-dip
galvanized.

5.4.0. TECHNICAL DATA SHEET FOR AUTO RECLOSER

Sl. Particulars Unit Data for Data for No. 33kV AR/VCB 6.6kV AR/VCB 1
Type SF6 Solid

2 No of poles 3 3 (3 Phase Ganged Unit) (3 Phase Ganged Unit)


CONTRACTOR NO. OF CORRECTION SDE EE 439
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

3 Service Outdoor

4 Rated System Voltage kV 33 6.6

5 Highest System Voltage kV 38 15.5

6 System earthling solidly earthed System Solidly earthed system

7 Rated Voltage of AR kV 36 7.2

8 Rated Continuous Current Amps

a) For lines 800 630

Max. Ambient Temperature 550 C

Min. Ambient Temperature 20 C

Max. Relative Humidity 100 %

Min. Relative Humidity 56 %

Altitude Below 1000 meters above mean sea level.

Sl. Particulars Unit Data for Data for No. 33kV AR/VCB 6.6kV AR/VCB

b. For Transformers 400 630 9 Rated Frequency Hz 50 50

10 Rated Short Circuit breaking current (I) 3secs - symmetrical RMS 25 16 3 sec 3 sec
11 Rated Short Circuit making current kA PEAK 2.5*I 2.5*I

12 Interrupting medium Vacuum

13 Insulation medium SF6 Solid dielectric

14 Closing mechanism LV Solenoid/Spring Solenoid/Spring

15 Opening mechanism Springs

16 Mounting type Single pole Single pole

17 Enclosure 316 grade stainless steel 316 grade stainless steel

18 Duty cycle O-1strt-CO-2ndrt-CO-3rdrt-CO CO O-1strt-CO-2ndrt-CO-3rdrt-COCO


19 Insulation level

i. Power Frequency with Stand Voltage kV RMS 70 20

ii. Impulse withstands Voltage kV Peak 170 110 20 Minimum clearances between phases
mm 400 375 Minimum clearance between phase to earth 400 295 21 Minimum Creep age
Distance (Total) mm 1100 500 22 operating mechanism: Solenoid- Spring/Spring-Solenoid-
Spring/Spring

Sl. Particulars Unit Data for Data for

No. 33kV AR/VCB 6.6kV AR/VCB

Spring g-Spring

CONTRACTOR NO. OF CORRECTION SDE EE 440


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
.b) Rated voltage of Shunt trip coil

& operating range

V. DC 48[50% - 110%] 48 [50% - 110%]

c. Rated voltage of Closing coil & Operating range

V. DC 48 [80% - 110%] 480 [80% - 110%]

d. No. of trip coils No 2 per AR 1 per AR

e. No. of closing coils No 1 per AR 1 per AR

f. Nos of expandable auxiliary I/O contacts & contact rating (Required for transformer
& Incomer AR) Nos AMPS 12 I/P+8 O/P (per AR) 10 A at 240V AC & 16A at 48V
DC 12 I/P+8 I/P (per CB) 10 A at 240V AC & 16A at 48V DC

g. Minimum thickness of sheet steel for control cabinet mm 3

h. Enclosure Protection IP55

23 Reclosing Three Phase Three Phase auto reclosing auto reclosing

24 Support structure Galvanized (Painted / Galvanized)

25 All other parts (Painted / Galvanized)

Polyurethane AL 7032 (90 microns)

Polyurethane RAL 7032 (90 microns)

26 Minimum size of control wiring (Copper) Sq. mm 2.5

27 Protections

5.5.0. DEFINITIONS AND ABBREVIATIONS

a. Auto-Re closers (AR): A mechanical switching device that, after opening, closes
automatically after a predetermined time. Several enclosures could occur before lockout.

b. Cold load pick-up (CLP) feature: A feature that allows modification of the over-
current protection characteristics in order to prevent relay mal operation under conditions
of system energisation.

c. Dead time: The time between the instant that the current is interrupted by the AR and
the instant the contact of the AR closes as a result of an automatic reclose operation.
[IEC 50- 448-04-09]
d. Definite time lag (DTL) protection element: A protection element with a settable time
delay that is constant above the pick-up current setting.

Bidding Document for Construction of 33/6.6 kV New Unmanned Substations 95


Specifications and Drawings MSEDCL/MSETCL.

e. Delayed protection operation: The protection functionality enabling delayed circuit-


breaker operation, whether this is due to an IDMTL or DTL protection element.

CONTRACTOR NO. OF CORRECTION SDE EE 441


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
f. Disc reset time: The time required for the disc of an electromechanical IDMTL
protection relay to turn back to its original position after it has turned to the position
where a protection operation was initiated.

g. Effectively earthed system: An earthed system in which the healthy phase power
frequency phase-to-earth over voltages associated with earth faults are limited to 80%
of the highest phase-to-phase voltage of the system.

h. Fast curve protection element: A family of curves with operating times


approximately constant (slightly inverse) relative to the multiple of pick-up setting.

i. Instantaneous protection element: An element with no intentional time delay active


above a pre-determined pick-up current setting.

j. Inverse definite minimum time (IDMT) protection element: A protection element the
minimum operating time of which is adjustable and is inversely proportional to the
fault current.
k. Pole-mounted remote terminal unit (PMRTU): A remote terminal unit that is
designed for pole mounting and that operates specific pole-mounted equipment
remotely.

l. Rapid protection operation: The protection functionality enabling rapid circuit-


breaker operation, whether this is due to an instantaneous, fast curve, or a definite
time delay protection element with relatively short definite time delay.

m. Reset time: The time duration after a circuit-breaker close operation for which the
measured currents are below a fault detecting level. On the expiry of this time the
protection sequence resets.

n. Secure control: A single mechanically non-latching switch that affects one state of a
control function only. An example of which is either a non-latching switch or two
separate push buttons that effect one state of a control function only in each position.
If a control is activated repeatedly it only affects that state and does not change the
state of the control.

o. Sensitive earth fault (SEF) relay: A relay that is sensitive to very low earth fault
currents and in which the operating settings are for current magnitude and definite
time delay.
p. Supervisory: Remote control and indications of an AR or a PMRTU by means of a
telecommunications link.

q. Toggled control: A single mechanically non-latching switch/push-button that enables


a Single control functions on the first operation of the switch/push-button and disables the
function on the second operation of the same switch/push button. Bidding Document for
Construction of 33/6.6 kV New Unmanned Substations 96 Specifications and Drawings
MSEDCL/MSETCL.

r. Zone sequence co-ordination (ZSC): The feature that allows protection devices to
maintain sequence co-ordination for combinations of rapid and delayed protection
operations.

5.6.0. Mounting

5.6.1. The AR shall be suitable for single pole mounting.

CONTRACTOR NO. OF CORRECTION SDE EE 442


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
5.6.2. Adequately rated lifting eyes shall be provided and they shall be designed to allow the
completely assembled AR (surge arresters fitted) to be lifted without recourse to a sling
spreader. The diameter of the eyes shall be a minimum of 30mm.

5.6.3. Suitable mounting brackets for surge arresters shall be provided on the line side and on
the load side of the AR, adjacent to the bushings.

5.6.4. The AR shall be fitted with an external M12 earthling stud, complete with a nut, lock
nut and spring washer.

5.6.5. The AR shall have laser cut markings on each bushing marked U1 V1 W1 for the
normal line side and U2 V2 W2 for normal load side.

5.6.6. A detailed drawing of the single pole AR mounting arrangement with surge arresters
fitted shall be provided. The minimum phase-to-earth clearances shall be as per relevant IS
and is to be indicated on the drawing.

5.6.7. The mass of the mounting hardware, the AR and the control cabinet and cable shall be
stated in the tender documentation.

5.7.0. Bushings

5.7.1. Terminals

a. For 33KV AR, the preferred arrangement for bushing is a fully insulated bushing
arrangement achieved by using cycle aliphatic epoxy resin bushings and silicone rubber
bushing boots together with 3 meters 185 mm2, single core, XLPE insulated aluminium
water blocked cable tails to provide a fully insulated bushing arrangement.

b. For 6.6KV AR, the preferred arrangement for bushing is a fully insulated bushing
arrangement achieved by using cyclo aliphatic epoxy resin bushings and silicone rubber
bushing boots together with 3 meters 300 mm2, single core, XLPE insulated aluminium
water blocked cable tails to provide a fully insulated bushing.

5.7.2. Material

The following bushing materials are acceptable:

a. Outdoor Cycle aliphatic epoxy resin and/or Silicone rubber

b. Porcelain bushings and EPDM rubber are not acceptable.

c. Minimum acceptable creep age is 1100 mm for 33 KV AR and 300 mm for 6.6 KV AR...

5.8.0. Finish.

a. All interior and exterior ferrous surfaces of auto-re closers and control cabinets shall be
manufactured from 316 marine grade stainless steel. All support structures and associated
bolts and nuts with these parts, shall be hot-dip galvanized.

b. Suitable precautions shall be implemented to prevent corrosion due to the use of


dissimilar materials.

5.9.0. Control equipment

5.9.1. Control cabinet

a. Cabinets that house equipment for protection and control shall be mounted independently
of the AR.
CONTRACTOR NO. OF CORRECTION SDE EE 443
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

b. Suitable ultraviolet-resistant cable shall be provided to connect the AR to the control


cabinet.

c. It shall be possible to disconnect the cable at the AR while the AR is connected to the
power system, without causing damage or mal-operation: care shall be taken that CTs are not
open circuited. A robust, multi-pin weatherproof connector shall be supplied. The female
part of the connector shall be mounted on the AR and the male part shall be mounted on the
cable. Preference shall be given to products supplying connectors at both the AR and the
control cabinet.

d. Cabinets shall be adequately sealed and dust protected and shall be internally treated to
prevent moisture condensation. The degree of protection shall be IP 55.

e. The supplier shall ensure that the equipment housed in the control cabinet can withstand
the heating effect of direct solar radiation without causing failure and/or mal-operation.
Details shall be provided in the tender documentation.
f. The cabinet shall make provision for bottom entry of three cables. This shall be done with a
pre-punched suitable sized diameter holes. The holes shall be suitably blanked off.

g. The cabinet shall be fitted with an external M12 earthling stud with a nut, lock nut and a
serrated washer.
h. The door of the cabinet shall be fitted with a robust fastening arrangement that is capable of
being secured by a padlock that has a shackle of 8 mm diameter.

i. The cabinet shall be easily removable for workshop repair purposes.

5.9.2. Electronic control equipment

5.9.2.1. The controls shall not suffer any damage if one or more poles of the circuit breaker
fail to respond to either a trip or a close command.

5.9.2.2. Electronic modules shall perform continuous diagnostic monitoring and shall contain
hardware and software watchdog checking.

5.10.0. Protection characteristics

5.10.1. General

i. The ratio of drop-off current to pick-up current shall be at least 95 % for all protection
functions.

ii. The E/F and SEF functions shall be equipped with harmonic filtering to prevent operation
when harmonics are present in the primary residual earth currents. A low pass filter with:

a) 2nd harmonic rejection > 6 1; and

b) 3rd harmonic rejection > 50 1 shall be supplied. Both the SEF function and its filter shall
be described in the tender documentation

5.10.2. All protection functions, i.e. over-current (O/C), earth fault (E/F) and sensitive earth
fault (SEF) shall have elements with characteristics that comply with IEC 255.

5.10.3. The sequence of trip and auto-reclose characteristics for O/C, E/F and SEF shall be
programmable to enable:

CONTRACTOR NO. OF CORRECTION SDE EE 444


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
a) The selection of any combination of the available elements for each trip in the trip-and
reclose sequence; and

b) Separate trip-and-reclose sequences for O/C, E/F and SEF.

5.10.4. In case of IDMTL protection elements the AR shall preferably be provided with a
disc reset Timer that simulates the resetting functionality of an upstream electromechanical
induction disc relay by implementing a disc reset timer. The length of the time delay shall
preferably be settable to be able to simulate the upstream device (settable between 5s and 20
s), however, if a fixed time delay is provided it should be between 4s and 5s.

5.10.5. A zone sequence co-ordination (ZSC) feature shall be provided to ensure trip-close
sequence coordination for combinations of rapid and delayed protection operations applied to
series AR ZSC functionality shall be such that:

a. an AR senses the presence of an over-current or earth fault, as well as the clearance of that
fault by another device and proceeds to the next protection operation in its own sequence;
and
b. It precedes in its sequence of rapid protection operations only, allowing the full number of
delayed operations to be executed for in-zone conditions.

5.10.6. Loss of Phase (LOP) protection shall be provided to ensure the protection
functionality of AR as below:

a. AR should trip with no auto-reclose in case if there is a loss of voltage on one or two
phases on the upstream part of the line. Loss of supply on all three phases shall not generate
the protection trip.
b. Facility to turn LOP ON or OFF without affecting other protection functions of the
device. Password or other form of access control shall be provided

c. The parameters of configuration of LOP shall include the voltage level (phase to ground)
and time of loss of supply on one or two phases. The voltage level shall be configurable from
5000 to 19000 Volts (for 33KV) and 5000 to 9000 (for 11KV) with steps not greater than
250 V. Time range shall be configurable from 1 to 60 sec with steps not greater than 1 sec.

5.10.7. The information about LOP operation in case of the protection trip shall be recorded
accordingly it indication of the phase(s) causing the trip of AR. The information about LOP
operation shall be easily assessable.

d. Rapid protection operation shall be possible by selecting a fast curve or instantaneous


protection element. Co-ordination of the fast curves or instantaneous protection elements
between two devices in series shall be possible either by selecting suitable curves from a
family or by addition of a selectable time increment, typically 0,05s to 3s, in 0,05s steps, or
any other acceptable solution.

5.10.8. Long protection operating times associated with fault levels marginally above the
pick-up setting of the IDMTL protection element shall be avoided by the provision of a Low
Set Definite Time element with the following features:
a. It shall be possible to enable or disable the element. When enabled it shall be active
simultaneously as an overlay with all selected elements;

b. The element shall have the same pick-up current setting as the IDMTL element; and

c. The time delay shall be selectable from 2s to 10s, in 1s steps. The time delay shall be
independent of any curve manipulation.

CONTRACTOR NO. OF CORRECTION SDE EE 445


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
5.10.9. A High Set Instantaneous element with a selectable time delay shall be provided,
with the following features:
a. It shall be possible to enable or disable the element. When enabled it shall be active
simultaneously as an overlay with all selected elements;

b. circuit-breaker lock-out as a result of an operation due to the High Set Instantaneous


element shall be selectable;

c. The pick-up setting range of this element shall be at least 100 % to 1500 % of the over
current setting and shall be independent of any curve manipulation; and

d. The time delay shall be selectable from instantaneous to 1s, in 0, 05 s steps. The time
delay shall be independent of any curve manipulation.

5.10.10. A cold load pick-up (CLP) feature shall be provided that allows user selectable
modification of protection element characteristics under conditions of system energisation.
The CLP function may be provided in one of the following two ways:
a. The instantaneous O/C element and the Low Set Definite Time O/C element could be
blocked for the CLP time duration; and

b. The pick-up current setting of the IDMTL O/C element and the Low Set Definite Time
O/C element may be modified with a settable factor to increase the pick-up current of these
elements for the CLP duration. The instantaneous O/C element should be blocked for this
time. This is the preferred method.

The CLP function shall have the following characteristics:

i. the CLP function shall not in any way interfere with any of the other functions'/elements'
pick-up current settings except as mentioned above;

ii. the CLP functionality shall be such that the active duration of the CLP is selectable from 0
min to 20 min in 1 min steps; and

iii. The modification factor should be settable from 1 to 2 in steps of 0, 1.

5.11.0. Earth fault function

5.11.1. The earth fault setting range shall detect primary earth fault currents down to 20 A.

5.11.2. Delayed protection operation shall be possible by selecting an IDMTL element with
NI, VI or El curve, or a definite time protection element with time delay from 0.05s to 10s, in
0,05s steps.

5.11.3. Rapid protection operation shall be possible by selecting a fast curve or instantaneous
protection element.

5.11.4. Co-ordination of the fast curves or instantaneous protection elements between two
devices in series shall be possible either by selecting suitable curves from a family or by
addition of a selectable time increment, typically 0.05s to 3s, in 0.05s steps, or any other
acceptable solution.

5.11.5. A High Set Instantaneous element with a selectable time delay shall be provided with
the following features:

a. It shall be possible to enable or disable the element. When enabled it shall be active
simultaneously as an overlay with all selected elements;

CONTRACTOR NO. OF CORRECTION SDE EE 446


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
b. circuit-breaker lockout as a result of an operation due to the High Set Instantaneous
element shall be selectable;

c. He pick-up setting range of this element shall be at least 100 % to 1500 % of the earth
fault setting and shall be independent of any curve manipulation; and

d. He time delay shall be selectable from 0,05s to 1s, in 05s steps. The time delay shall be
independent of any curve manipulation.

5.12.0. Sensitive earth fault (SEF) function

5.12.1. A primary earth fault current of 4A to 20A in steps not exceeding 1A shall be
detectable. Delayed protection operation shall be possible by selecting a definite time
protection element with time delay from 3s to 25s, in 1s steps.

5.13.0. Auto-reclose operation parameters

5.13.1. The number of sequential trips to reach lockout shall be selectable to be 1, 2, 3 or

4.

5.13.2. Reset times shall ideally be separately selectable for SEF and the combination of over
current and earth fault functions. The reset time shall be selectable from 5s to 120s in 1s
steps.

5.13.3. Dead times shall ideally be separately selectable for SEF and the combination of
over-current and earth fault functions. The dead time between each -successive enclosure
shall be independently selectable from instantaneous to 5s for the first enclosure and from a
minimum of 2s up to a maximum of 120s for subsequent enclosures.

5.13.4. A close instruction initiated locally or remotely during a dead time shall result in
lockout if the fault is still present upon closure.

5.14.0. Statistical measurement functions

5.14.1. The characteristics of the statistical measurement functions shall be as follows

5.14.2. Measurement shall be done with three-phase-4-wire method.

5.14.3. Quantities to be measured / calculated with class 0.5 accuracy are:

a. r.m.s. phase-to-phase and phase-to-neutral voltage of all three phases:

b. r.m.s current per phase

c. Three phase active power in kW

d. Three phase reactive power in kvars

e. Total three-phase active energy in kWh

f. Power factor

g. Maximum demand

h. Harmonic analysis

CONTRACTOR NO. OF CORRECTION SDE EE 447


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
i. Wave form capture

j. Fault stimulator

5.14.4. The real power energy, reactive energy and apparent energy measurement should be
cumulative. While maximum demand measurement shall be integrated with respect to time.
With selectable time integration periods of 5 min, 15 min, 30 min or 60 min. The data buffer
shall work on the FIFO principle and a minimum size for the data buffer shall store values
for 4 months.

5.14.5. The voltage factor of the voltage transformers shall be a minimum of 1.9 for 8 hours.

5.14.6. CB and Control element shall have the facilities to record the number and duration of
outages. The information shall be assessable locally or remotely using SCADA system. The
following parameters shall be recorded:

a. Cumulative total number of outages

b. Cumulative total outage duration

c. Time and duration of each outage

5.15.0. Local control and indication:

5.15.1. All local controls and indications shall be accessible in adverse weather condition.

5.15.2. The AR shall be provided with external levers to permit manual operation, using an
insulated operating stick, to open, close, lock-out and reset the AR from ground level .
Where these operations can be performed at the control cabinet, it shall only be necessary to
provide a mechanical means to open and lockout the circuit breaker using an insulated
operating stick.

5.15.3. The AR status shall be clearly visible from ground level. “Opened” shall be indicated
with a green “O”. “Closed” shall be indicated by a red “I”. Alternative indications shall be
subject to approval by the purchaser.

5.15.4. Pressure relief facilities shall be provided to enable the AR to withstand safely the
effects of excessive pressure rise due to an internal fault.

5.15.5. Malfunction of the AR shall not pose a safety hazard to the operator due to the recoil
or backlash of items such as external operating rods, ranks and levers.

5.15.6. Easily available (i.e. maximum of one keystroke) local indication of protection
operation shall be provided for at least the last operation of the AR. The function, phase
involved and the current magnitude shall be indicated.

5.15.7. Switches used for local control shall offer the type of control described in table 1
i.e. secure or toggled control. Electronic keypad controls shall offer ‘quick key’
(maximum of one keystroke) access to the controls in table1 if not implemented with
switches

5.15.8. ARs using SF, as an arc extinguishing/Insulating medium shall:

a. Provide a low gas pressure indication at a gas pressure that enables safe operation of the

AR

b. Prevent closing of the AR after it has opened under the above-described condition

CONTRACTOR NO. OF CORRECTION SDE EE 448


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
c. Be provided with a method of inhibiting any operation of the AR in the event of the gas
pressure dropping below a safe pressure.

5.17.0. Local Engineering

5.17.1. The AR controller shall contain a real time clock (with leap year support) that can be
set both locally and remotely. It shall be possible to synchronize the clock with using the
time synchronizing standards (IEC-101/IEC-104 or SNTP protocol.

5.17.2. A facility for selecting all the protection, operating and communications
characteristics shall be locally available in the control cabinet. Optional password protection
against unauthorized changes shall be available.

5.17.3. Non-Volatile memory storage shall be sized to store the following minimum data:

5.17.4. All operating, protection and communications parameters.

5.17.5. An event record containing at least 3000 events (a protection event is defined as all
operations in a sequence until successful sequence reset or lockout). The actual number
available shall be stated in the tender documentation.

5.17.6. Refer to clause 5.14.4

5.17.7. Maximum demand information Maximum demand shall have the facilities to be
configured for weekly or monthly demand.

5.17.8. A pointer shall be provided to indicate up to where the data was last read. This shall
enable regular uploading of the data without re-loading of previously read data...

5.17.9. All events shall be time and date stamped with a resolution of at least 10 ms relative
to the on board real time clock.

5.18.0. Tele-control requirements

5.18.1. The AR controller shall detect and report disconnection of the control cable between
the controller and AR.

5.18.2. It shall be possible to operate AR, change the active protection group, turn Auto-Re-
closers capabilities ON/OFF and turn E/F and SEF ON/OFF remotely using the protocol
specified in

5.19.0. Communications

5.19.1. Communication Overview

5.19.1.1. Technical Requirement for Unmanned Substation Communication.

5.19.1.2. A local control room in the substation shall have all the controls of switchgear from
local PC for the Local & Remote control, monitoring and adjustments software solutions
shall be provided to carryout following tasks as minimum

• ON/OFF Operations
• Change the protection and control
settings
• Up-Load the Event / Data and Demand
Log
• Monitor Contact wear and Breaker
health

CONTRACTOR NO. OF CORRECTION SDE EE 449


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
• Monitor VCB Battery and Battery
Charger
• Communications settings
• Apply Work-Tags for maintenance
• Call-out configuration (In the event of pre-programmed alarm for call-out, the
device calls back the remote station to log the alarm)
• Send messages to the concerned field staff, in case of a call-out, by means of
SMS, Voice Call, E-Mail etc. (Depending on the local resources available, GSM
Service LAN Administrator etc.)

5.19.1.3. Event Logging, configured History & Demand Reports

The system is capable of logging very comprehensive data in three different categories.

a) Event Logging

This log should have all the events observed by the device including ON/OFF operation,
Local commands, protection element pick-up and trip, change of settings, Aux supply, fault
level (Interrupted current values) Battery low etc.

b) Demand Logging

Should upload from the devices all records of weekly and monthly demand, which can be
uploaded by the software from any remote location and used for analysis of load behaviour
on each feeder including the total no of outages and duration of outages

c) Configured History

Should be able to up-load recorded user defined parameters periodically at user defined
frequency i.e. 15/30/60 min. This data can be up-loaded from local or remote software

d) Alarms / Call-outs

There are several types of alarms that can be configured to initiate an emergency call-out. If
any of the user defined alarm occurs in any of the substation feeders, the device immediately
calls up the Remote Control Centre which in turn initiates an alert system by sending SMS
messages, Pre-recorded Voice Messages and E-Mails etc. to user configured locations

e) Provision for GPRS Routers with built-in Modbus/IEC Gateways for data transmission,
connecting cords/cables, antenna etc. shall be kept. The utility in its discretion may also ask
for commissioning and training/handholding, troubleshooting from the supplier

f) Computer System The firm shall also offer a Xeon Server and a node of the good quality
suitable computer system (IBM, HP or Dell make) with latest configurations

g) Specification of Server

a. Industrial grade processor with advance configuration B.


3.2 GHz or higher speed

b. 2 MB or higher L2 ECC Cache

c. Ultra-fast Throughput with 800 MHz FSB

d. 4 GB of DDR2 RAM operating at 400 MHz or higher expendable up to 16GB

e. Server works/Intel server class chipset

CONTRACTOR NO. OF CORRECTION SDE EE 450


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
f. 3x73 GB Ultra Wide SCSI-III Disk (15000rpm) Hot Swap

g. H. Dual Channel Ultra-III SCSI Controller (320MBPS) with RAID (0, 1, 5) having
128MB RAM

h. Minimum 5 PCI/PCI-X Slot

i. Auto-sensing full duplex 10/100/1000 MBPS Ethernet Card

j. Minimum 6 Hot Swap 1.0” drive bays & two 5.25” bays free

k. DVD Writer

l. 17” LCD Colour Monitor

m. 1.44MB FDD

n. PS/2 104Keys Keyboard

o. Server Management features

p. Server Configuration and Software Loading Facility

q. Windows 2000/2003 Server

r. UPS 2 KVA battery with 3 hrs. Backup

s. GSM Modem for SMS

t. Multimedia Speakers for alarm annunciation

h) Specification of Laptop

a. HP/Dell

b. Windows 7

c. Intel Core 2 Duo, 300 GB HDD, 1 GB RAM, DVD R/W

d. Internal Modem

The firm shall also offer Computer room furniture (two computer desks & six chairs) of
Reputed make and ACs of standard make to be installed, at Central Stations.

5.19.1.4. As a minimum, following independent communication ports shall be provided,

that allow for

Simultaneous operation

1. RS 232 (Configurable for Mudbugs, DNP3, IEC 101

2. RS 485 (Configurable for Modbus, DNP3, IEC 101

3. Ethernet. (Configurable for IEC 104)

4. USB Port for Local connection of Laptop PC

CONTRACTOR NO. OF CORRECTION SDE EE 451


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
5.19.1.5. To upload the non-volatile data to and from a personal computer. The requirements
of the personal computer shall be stated in the tender documentation.

5.19.1.6. To interface to remote communications equipment (e.g. GSM / CDMA / GPRS /


PSTN modems, radio-modems and Fibre Optic Modems).

5.19.1.7. One of the RS-232 ports shall support full asynchronous V.24 functionality.

5.19.1.8. The protocol to be supported by the AR controller for remote communications shall
be as follows:

a) Support of IEC 870-5-101 & IEC 870-5-104 protocol for Remote SCADA

b) MODBUS protocol over RS 485 to communicate with the External Numerical Relays/Energy
meters/RTCC Panels the communication interface should be designed in such a way that the
RTU can communicate both local remote station as well as SCADA...

The controller should include on board RTU and a radio power supply user programmable
between 5-15 V dc and rated for 3 A continuous, or 5 A for 30 seconds with a 20 % duty
cycle.

5.20.0. Power supplies

5.20.1. The AR system shall provide power for the electronics, operation of the AR and
operation of the communications equipment (e.g. radio or GSM-modem).

5.20.2. Primary supply: Preference shall be given to the ability to obtain primary power
directly from the HV power system requiring no additional primary supply connection.

5.20.3. Test supply: The AR shall accept an external AC 230 V 50 Hz supply.

5.20.4. Auxiliary supply: An auxiliary supply with the following minimum characteristics
shall be provided

5.20.5. One battery and constant voltage charger with current limiting shall be part of the AR.
Battery standby time shall not be less than 24 h, allowing for ten AR operations and a
Transmit: Receive: Standby duty cycle of 5:5:90 from a 5 W output ratio. The battery shall
recharge to 80 % of its capacity in a maximum of 15 h. The total number of circuit-breaker
operations under the above communications scenario shall be at least 10 AR operations
preventing closing if the battery shall not have enough stored energy to open the circuit-
breaker for a protection trip condition. Details shall be stated in the tender documentation.
5.20.6. Batteries shall be disconnected at the manufacturer's specified minimum voltage.

5.20.7. Battery Low' indication shall be available locally and remotely and shall include a
battery test. The indication of "Battery Low" status shall allow for a further ten AR
operations.

5.20.8. The minimum battery life expectancy shall be 5 years. Details of the guaranteed
life expectancy of the battery shall be stated in the tender documentation.

5.21.0. Maintenance and commissioning

All the communications equipment shall be easily accessible in the control cabinet.
Wiring of "communications links in the control cabinet shall permit the connection of a
temporary protocol- Monitor. It shall be possible to perform secondary injection testing
while the AR is communicating with the centre.

5.21.1. It shall be Possible to disconnect the AR circuit breaker and connect a simulated
breaker to the control cabinet for testing purposes.

CONTRACTOR NO. OF CORRECTION SDE EE 452


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
5.21.2. The AR shall not malfunction while the radio is transmitting via an antenna in close
proximity and the control cabinet door is open.

5.21.3. Provision shall be made in the control cabinet for individually isolating the power
supply to/from the following:

a) Battery;
b) Battery charger;
c) Radio; and
d) Primary supply to the control cabinet electronics.

5.22.0. Rating plate

Each AR shall bear a rating plate of an intrinsically corrosion-resistant material, indelibly


marked with the sea-level rating for which the equipment has been type tested. The rating
plate shall be indelibly marked with:

a. the manufacturer's name;

b. the equipment type designation and serial number of the AR;

c. the mass, in kilograms;

d. the date of manufacture;

e. the voltage transformer ratio, class and burden.

f. auxiliary supply voltage (if applicable); and

5.23.0. Additional information

The following shall be submitted with the tender.

5.23.1. Circuit breaker details

a. manufacturer;

b. Type designation;

c. Place of manufacture;

d. Short circuit breaking capacity; 3s 1s

e. Asymmetrical breaking current;

f. Peak making current; and

g. Critical current (maximum instantaneous peak).


5.23.2. A schematic-wiring diagram of the AR offered.

5.23.3. A general-arrangement drawing of the AR offered.

5.23.4. Details of the maintenance and operating equipment and procedures needed and a
detailed parts list of the various components.

5.23.5. A description of the AR operation, with instruction and maintenance manuals,


including maintenance schedules, protection characteristics, communications facilities, the
method of applying settings to relays and controls, together with any software required and
the cost thereof. The software requirements shall be stated in the tender documentation.
CONTRACTOR NO. OF CORRECTION SDE EE 453
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

5.23.6. A list of recommended spares and tools, quoting the prices of each item and its
availability.

5.23.7. Details of technical back-up facilities available. These details shall be stated in the
tender documentation.

5.23.8. Details of the class, ratio(s) and burden of the protection current transformer and
voltage transformer, if supplied, shall be stated in the tender documentation.

5.23.9. Where applicable details of the low gas pressure alarm/lock-out philosophy;

5.23.10. Details of AR service history:

a) How many in service, where and for what period; and

b) Contact names and numbers.

5.23.11. Details of LV trip/close coil if available as an option

5.23.12. Power requirements for a close operation

5.23.13. The maximum achievable separation between the control unit and the circuit
breaker.

5.23.14. Full details of the protocol implementation and the complete point database.

5.24.0. TESTS

5.24.1. Type tests

a) The AR shall have been type tested in accordance with, and found to comply with, the
requirements of either IEC 62271 or ANSI/IEEE C37.60-1981 for the following, and the
appropriate values shall be stated in the tender documentation:

b) Interrupting performance (automatic operation).

c) Interrupting performance (manual operation).

d) Operating duty.

e) Making current.

f) Minimum tripping current.

g) Insulation (dielectric tests).

h) Radio interference voltage.

i) Temperature rise.

j) Mechanical operations.

k) Control equipment surge withstand capability.

5.24.2. The control cabinet and associated electronics shall have been type tested in
accordance with UNIPEDE NORM (SPEC) 13 (1995): Control Apparatus for Generating
Stations and Substations: Electromagnetic Compatibility Immunity Requirements. The

CONTRACTOR NO. OF CORRECTION SDE EE 454


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
environment shall be considered as failing in the HV substation category, according to
NORM (SPEC) 13.

5.24.3. Test records (on identical equipment) in the form of validated copies of test
certificates issued by a recognized testing authority shall be submitted with the tender
documentation.

5.24.4. Routine tests

Routine tests, as required in the relevant standards, shall be carried out as a normal
requirement of the contract and, unless otherwise agreed upon, shall be witnessed by the
Corporation or by his appointed representative. No additional charge is applicable for such
tests or for the production or presentation of documentation related to routine tests.

A duplicate copy of routine test certificates shall be supplied together with the equipment
when the latter is delivered to the final destination stated in the order.

5.25.0. PACKING/DOCUMENTATION

5.25.1. Packing

All equipment shall be carefully packed to prevent damage or deterioration during normal
transportation, handling and storage.

Each container shall bear the following information on the outside of the container:

a) The address of the destination

b) The gross mass, in kilograms

c) The name of the manufacturer

d) The purchaser's order number and port of destination

5.26.0. Documentation

Each AR shall be supplied complete with the documentation specified in Items as per clause
5.23.1, 5.23.2. 5.23.3 And 5.23.4, together with the routine test certificates specified in
clause 5.24.4.

5.27.0. SPECIAL TOOLS AND TACKLES

5.27.1. The Contractor shall furnish a list of any special tools and tackles required for
maintenance and operation purposes with recommended quantities for each substation.

CONTRACTOR NO. OF CORRECTION SDE EE 455


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
TECHNICAL SPECIFICATION OF OUTDOOR CURRENT AND POTENTIAL

TRANSFORMERS

6.1.0. SCOPE OF CONTRACT

6.1.1. This Section of the Specification covers general requirements for design, engineering,
manufacture, assembly and testing at manufacturer’s works of 33kV and 6.6 kV outdoor
Current and Potential Transformers.

6.2.0. STANDARDS

6.2.1. The equipment covered by this specification shall, unless otherwise stated be designed,
constructed and tested in accordance with the latest revisions of relevant Indian Standards
and shall conform to the regulations of local statutory authorities.

6.2.2. In case of any conflict between the Standards and this specification, this specification
shall govern.

6.2.3. The current transformer shall comply also with the latest issue of the following Indian
standard.

i. IS: 2705(Part-I) Current transformers: General requirement.

ii. IS: 2705(Part-II) Current transformers: Measuring Current transformers

iii. IS: 2705(Part-III) Current transformers: Protective Current transformers

iv. IS: 2705(Part-IV) Current transformers: Protective Current transformers for


Special purpose application.

v. IS: 3156(Part-I) Potential transformers: General requirement.

vi. IS: 3156 (Part-II) Potential transformers: Measuring Potential transformers

vii. IS: 3156 (Part-III) Potential transformers: Protective Potential transformers

6.3.0. GENERAL REQUIREMENTS

6.3.1. The cores of the instrument transformers shall be of high grade, non-aging CRC steel
of low hysteresis loss and high permeability.

6.3.2. Instrument transformers shall be of Dead Tank design or Live Tank design.

6.3.3. The instrument transformers shall be truly hermetically sealed polycrete type

6.3.4. A complete leak proof secondary terminal arrangement shall be provided with each
instrument

Transformers, secondary terminal shall be brought into weather, dust and vermin proof
terminal

Box. Secondary terminal boxes shall be provided with facilities for easy earthling, shorting,
insulating and testing of secondary circuits. The terminal boxes shall be suitable for connection
of control cable gland.

6.3.5. All instrument transformers shall be of single phase unit.

CONTRACTOR NO. OF CORRECTION SDE EE 456


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
6.3.6. The instrument transformers shall be so designed to withstand the effects of temperature,
wind load, short circuit conditions and other adverse conditions.

6.3.7. All similar parts, particularly removable ones, shall be interchangeable with one another.

6.3.8. All cable ferrules, lugs, tags, etc. required for identification and cabling shall be supplied
complete for speedy erection and commissioning as per approved schematics.

6.3.9. The instrument transformers shall be designed to ensure that condensation of moisture is
controlled by proper selection of organic insulating materials having low moisture absorbing
characteristics.

6.3.10. All steel work shall be degreased, pickled and phosphate and then applied with two coats
of Zinc Chromate primer and two coats of polyurethane paint.

6.4.0. COMMON MARSHALLING BOXES

6.4.1. The outdoor type common marshalling boxes shall conform to the latest edition of IS
5039 and other general requirements specified hereunder.

6.4.2. The common marshalling boxes shall be suitable for mounting on the steel mounting
structures of the instrument transformers.

6.4.3. One common marshalling box shall be supplied with each set of instrument transformers.
The marshalling box shall be made of sheet steel and weather proof. The thickness of sheet steel
used shall be not less than 3.0 mm. It is intended to bring all the secondary terminals to the
common marshalling.

6.4.4. The enclosures of the common marshalling boxes shall provide a degree of protection of
not less than IP 55 (As per IS 2147).

6.4.5. The common marshalling boxes shall be provided with double hinged front doors with pad
locking arrangement. All doors and removable covers and plates shall be sealed all around with
neoprene gaskets or similar arrangement.

6.4.6. Each marshalling box shall be fitted with terminal blocks made out of moulded non-
inflammable plastic materials and having adequate number of terminals with binding screws washers
etc. Secondary terminals of the instrument transformers shall be connected to the respective common
marshalling boxes. All out going terminals of each instrument transformer shall terminate on the
terminal blocks of the common marshalling boxes. The terminal blocks shall be arranged to
provide maximum accessibility to all conductor terminals.

6.4.7. Each terminal shall be suitably marked with identification numbers. Not more than two
wires shall be connected to any one terminal. At least 20 % spare terminals shall be provided
over and above the required number.

6.4.8. All terminal strips shall be of isolating type terminals and they shall be of minimum

10 A continuous current rating.


6.4.9. All cable entries shall be from bottom. Suitable removable gland plate shall be provided on
the box for this purpose. Necessary number of cable glands shall be supplied fitted on to this
gland plate. Cable glands shall be screw on type and made of brass.

6.4.10. Each common marshalling box shall be provided with two numbers of earthling
terminals of galvanized bolt and nut type.

6.4.11. All steel, inside and outside work shall be degreased, pickled and phosphate and then
applied with two coats of Zinc Chromate primer and two coats of polyurethane paint. The
colour of finishing paint shall be as follows: -

CONTRACTOR NO. OF CORRECTION SDE EE 457


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
i. Inside: Glossy White

ii. Outside (Polyurethane): RAL 7032

6.5.0. TESTS

6.5.1. Routine/Acceptance Tests (all units)

All routine tests shall be carried out in accordance with relevant Standards. All
routine/acceptance tests shall be witnessed by the Corporation/his authorized representative.

6.5.2. Type Tests: The Contractor shall furnish type test certificates and results for the all
tests as per relevant Standards along with the bid for current and potential transformers of
identical design.

Type test certificates so furnished shall not be older than 3 (three) years as on date of Bid
opening.

6.6.0. NAME PLATES

6.6.1. All equipment shall have non-corrosive name plates fix at a suitable position indelibly
mark with full particular there on in accordance with the standard adapted.

6.7.0. MOUNTING STRUCTURES

6.7.1. All the equipment covered under this specification shall be suitable for mounting on
steel structures. Supply of mounting structures is also in the scope of this tender.

6.7.2. Each equipment shall be furnished complete with base plates, clamps, and washers etc.
and other hardware ready for mounting on existing steel structures.

6.8.0. SAFETY EARTHING

6.8.1. The non-current carrying metallic parts and equipment shall be connected to station
earthling grid. For this two terminals suitable for 40mm X 10mm GI strip shall be provided on
each equipment.

6.9.0. TERMINAL CONNECTORS

6.9.1. The equipment shall be supplied with required number of terminal connectors of approved type
suitable for ACSR/XLPE cable. The type of terminal connector, size of connector, material, and type
of installation shall be approved by the Corporation, as per installation requirement while Approving
the equipment drawings.

6.10.0. PRE-COMMISSIONING TESTS

6.10.1. Contractor shall carry out following tests as pre-commissioning tests. Contractor shall
also perform any additional test based on specialties of the items as per the field instructions of
the equipment Supplier or Corporation without any extra cost to the Corporation. The Contractor
shall arrange all instruments required for conducting these tests along with calibration
certificates and shall furnish the list of instruments to the Corporation for approval.

79. Current Transformers

i. Insulation Resistance Test for primary and secondary.

ii. Polarity test.

CONTRACTOR NO. OF CORRECTION SDE EE 458


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
iii. Ratio identification test - checking of all ratios on all cores by primary injection of
current.

iv. Dielectric test of oil (wherever applicable).

v. Magnetizing characteristics test.

vi. Tan delta and capacitance measurement

vii. Secondary winding resistance measurement

viii. Contact resistance measurement (wherever possible/accessible).

(b) Potential Transformers

i. Insulation Resistance test for primary (if applicable) and secondary winding.

ii. Polarity test.

iii. Ratio test

iv. Dielectric test of oil (wherever applicable).

v. Tan delta and capacitance measurement of individual capacitor stacks.

vi. Secondary winding resistance measurement.

CONTRACTOR NO. OF CORRECTION SDE EE 459


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

TECHNICAL SPECIFICATION FOR CONTROL AND RELAY PANELS

7.1.0. SCOPE

7.1.1. This Section is intended to cover the design, manufacture, assembly, testing at
manufacturers Works of Relay and Control Panels for Transformer Protection against
Unmanned 33/6.6KV Substations.

7.1.2. The Control and Relay Panels required are for control and protection of the Power
Transformers according to requirements. The supply shall include all accessories, special
tools, supporting steels, spare parts, drawings, instruction manuals etc. The panels shall be
supplied complete with all accessories as specified and completely assembled and all internal
wiring completed.

7.1.3. All the sub-stations shall be controlled from remote sub-station as well as local.

The contractor has to supply the C&R panels to match the requirement

7.2.0. STANDARDS

7.2.1. All equipment and all component parts supplied under this specification shall conform
in all respects to the latest issue of relevant Indian Standard Specifications except where
specified otherwise in this specification. Equipment meeting any other authoritative
standards which ensure an equal or better quality may also be acceptable.

7.3.0. TYPE OF PANEL

7.3.1. All panels shall be simplex type. One simplex panel shall be used for one transformer.

7.3.2. Simplex Control and Relay Panels shall consist of vertical fixed front panels with
equipment mounted thereon and having wiring access from the rear. Each cubicle assembly
shall be provided with doors on the rear having handles with built in locking facility. It shall
have double leaf doors with lift off hinges at the back for panels of width more than 800 mm.

7.3.3. Equipment with control functions shall be provided on the front of the panels. Other
equipment, if required may be provided on back of the panels (door mounted). All types of
local communication ports of relays, meters etc. shall be accessible from front or without
opening the panel door.

7.4.0. CONSTRUCTIONAL FEATURES

7.4.1. The panels shall be completely metal enclosed to ensure a dust, moisture and vermin
proof atmosphere. The enclosure shall provide a degree of protection IP55.

7.4.2. Panels shall be rigid free standing and floor mounting type and comprise of structural
frames enclosed completely with specially selected texture finished, cold rolled sheet steel of
thickness not less than 3 mm for weight bearing members of the panels such as base frame,
front sheet and door frames and not less than 2.5 mm for sides, door top and bottom portions.
There shall be sufficient reinforcement to provide level surfaces, resistance to vibration and
rigidity during transportation and installation.

7.4.3. All joints shall be made flush and all edges shall be bent at right angles and rounded.
All structural members shall be bolted or welded together. Necessary arrangement shall be
provided for bolting together the adjacent panels as well as for fastening them to the floor.
The opening required for mounting the equipment shall be punched or cut and filed smooth.

CONTRACTOR NO. OF CORRECTION SDE EE 460


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
7.4.4. All doors, removable covers and panels shall be sealed all around with synthetic
rubber gaskets Neoprene/EPDM generally conforming to provision of IS 11149. However,
XLPE gaskets can also be used for fixing protective toughened glass doors. Ventilating
louvers, if provided shall have screens and filters. The screens shall be made of either brass
or GI wire mesh.

7.4.5. Panels shall have additional rolled channel plinth at the bottom with smooth bearing
surface. The panels shall be fixed on the embedded foundation channels with intervening
layers of anti-vibration strips made of shock absorbing materials which shall be supplied by
the contractor.

7.5.0. MOUNTING OF EQUIPMENTS

7.5.1. All equipment on and in the panels shall be mounted and completely wired to the
terminal blocks ready for external connection. All equipment on the front panels shall be
mounted flush. Terminal markings shall be clearly visible.

7.6.0. INTERNAL WIRING

7.6.1. Panels shall be supplied completely with interconnecting wiring provided between all
electrical devices mounted and wired in the panels and between the devices and terminal
blocks for the devices to be connected to equipment outside the panels. When panels are
located adjacent to each other all inter panel wiring and connections between the panels shall
be furnished and wiring shall be carried out internally. These adjacent inter panel wiring
shall be clearly indicated in the drawing furnished by the supplier.

7.6.2. Wiring shall be carried out with 1100-Volt grade, single core, stranded copper
conductor wires with PVC insulation. The minimum size of stranded copper conductor used
for internal wiring shall be as follows:

80. All circuits except instrument transformers circuits: 2.5 sq. mm. per lead.

81. Instrument transformers circuit: 4.0 sq. mm. per lead.

7.6.3. Auxiliary bus wiring for AC and DC supplies, voltage transformer circuits,
annunciation circuits and other common services shall be provided near the top of the panel
running throughout the entire length of the panels.

7.6.4. Wire terminals shall be made with solder less clamping type of tinned copper lugs,
which firmly grip the conductor and insulation. Insulated sleeves shall be provided at all the
wire terminations. Engraved core identification plastic ferrules marked to correspond with
panel wiring diagram shall be fitted at both ends of each wire. Ferrules shall fit tightly on the
wires and shall not fall off when the wire is disconnected from blocks.

7.6.5. Interconnections to adjacent panels shall be brought out to a separate set of terminals
blocks located near the slots or holes meant for taking the interconnecting wires.
Arrangement shall permit easy

Interconnection to adjacent panels at site and wires for this purpose shall be provided by the
supplier looped and bunched properly inside the panel.

7.6.6. A laminated copy of total schematics is to be fixed on the inside of door.

7.7.0. TERMINAL BLOCKS

7.7.1. All internal wiring to be connected to the external equipment shall terminate on
terminal blocks, preferably vertically mounted on the side of each panel. Terminal blocks
shall be of 650 volts grade and have 10 amps continuous rating, moulded piece, complete
CONTRACTOR NO. OF CORRECTION SDE EE 461
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
with insulated barriers, stud type terminals, washers, nuts and lock nuts. Terminal block
designs include a white fibre-marking strip with clear plastic/silicon chip on terminal covers.
Marking on the terminal strips shall correspond to block and terminal number on the wiring
diagram.

7.7.2. Terminal blocks for current transformer and voltage transformer secondary leads shall
be provided with test links and isolating facilities. Current transformer secondary leads shall
also be provided with short-circuiting and earthling facilities.

7.7.3. At least 20% spare terminals shall be provided on each panel and these terminals shall
be uniformly distributed on all terminal blocks.

7.7.4. There shall be a minimum clearance of 250 mm between first row of terminal blocks
and associated cable gland plates. Also, the clearance between two rows of terminal blocks
shall be a minimum of 150 mm. A steel strip shall be connected between adjacent terminal
block rows at 450-mm intervals for support of incoming cables.

7.8.0. PAINTING

7.8.1. All Sheet steelwork shall be phosphate in accordance with IS 6005.

7.8.2. Oil grease, dirt and warp shall be thoroughly removed by emulsion cleaning. Rust and
scale shall be removed by pickling with dilute acid followed by washing with running water,
rinsing with slightly alkaline hot water and drying.

7.8.3. After phosphate, thorough rinsing shall be carried out with clean water followed by
final rinsing with dilute dichromate solution and oven drying. The phosphate coating shall be
sealed with application of 2 (two) coats of ready mixed, staving type zinc chromate primer.
The first coat may be ‘flashing dried’ while the second shall be saved.

7.8.4. 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 tests. The Corporation shall select the exterior colour of the paint at a later
date.

7.8.5. Each coat of primer and finishing paint shall be of a slightly different shade to enable
inspection of the painting.

7.8.6. The inside of the panels shall be glossy white.

7.8.7. A small quantity of finishing shall be supplied minor touching up required at site after
installation.

7.9.0. NAME PLATES AND MARKINGS

7.9.1. All equipment mounted on front and rear side as well as equipment mounted inside the
panel shall be provided with individual nameplates with equipment designation engraved.
Also, on the top of the each panel on front as well as rear side large and bold name plates
shall be provided for circuit /feeder designation.

7.9.2. All front mounted equipment shall be also provided at the rear with individual name
plates engraved with Tag numbers corresponding to the one shown in the panel internal
wiring to facilitate easy tracing of the wiring. The nameplates shall be mounted directly by
the side of the respective equipment and shall not be hidden by the equipment wiring. 7.9.3.
Nameplates shall be made of non-rusting metal or 3 ply lamicord. Nameplates shall be black
with white engraved lettering.

CONTRACTOR NO. OF CORRECTION SDE EE 462


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
7.10.0. MISCELLANEOUS ACCESSORIES

7.10.1. A 240 Volts, single-phase plug points shall be provided in the interior of each cubicle
with ON-OFF switch for connection of headlamp.
7.10.2. Each panel shall be provided with a fluorescent lighting fixtures for the interior
illumination of the panel complete with all fittings, i.e. lamp, switch (controlled by panel
door)
7.10.3. Each control panel shall be provided with necessary arrangements for receiving,
distributing, isolating and fusing of D.C. and A.C. supplies of various control, signalling,
lighting and space heater circuits. All fuses shall be HRC cartridge type mounted on plug - in
type fuse bases. Fuses shall have operation indicators for indicating blown fuse condition.
Fuse carrier base shall have imprints of the fuse rating and voltage. The main input A.C. and
D.C. circuits shall be protected with miniature circuit breakers.

7.11.0. EARTHING

7.11.1. All panels shall be equipped with an earth bus securely fixed along with inside base
of the panels. The materials and the sizes of the bus bar shall be at least 25X4 mm copper.
When several panels are mounted joining each other, the earth bus shall be made continuous
and necessary connectors and clamps for this purpose shall be included in the scope of
supply. Provisions shall be made for extending the earth bus bar to future adjoining panels on
either side.

7.11.2. All metallic cases of equipment shall be connected to the earth bus by independent copper
wires of size not less than 2.5 sq. mm. Earthling wire shall be connected on terminals with
suitable clamp connectors and soldering shall not be permitted.

7.11.3. PT and CT secondary neutrals or common lead shall be earthed at one place only at
the terminal blocks, where they enter the panels.

7.12.0. RECORDING METERS (TRIVECTOR METERS)

7.12.1. GENERAL

All meters shall be housed in dust proof, moisture resistant, black finished cases and shall be
suitable for tropical use. They shall be accurately adjusted and calibrated at works and shall
have means of calibration, check and adjustment at site. All these instruments and meters
shall be flush mounted type and back connected, suitable for panel Mounting.

CONTRACTOR NO. OF CORRECTION SDE EE 463


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

TECHNICAL SPECIFICATION OF ISOLATORS

8.1.0. SCOPE

8.1.1. This section of the specification is intended to cover design specifications for
manufacture and testing of 33 KV and 6.6 KV gang operated switch (Isolators) with all
fittings and accessories.

8.1.2. The Isolators are for outdoor installation suitable for horizontal/vertical mounting on
pole/mounting structures and for use at sub-stations.

8.1.3. Isolators shall be supplied with Earth Switch as and where specified.

8.2.0. GENERAL

8.2.1. The Isolators and accessories shall conform in general to IS 9921 (or IEC: 62271-

102) except to the extent explicitly modified in specification.

8.2.2. All isolating switches and earthling switches shall have rotating blades and pressure
releasing contacts. All isolating and earth switches shall operate through 90° from closed
position to fully open position.

8.2.3. Complete isolator with all the necessary items for successful operation shall be
supplied including but not limited to the following:

(i). Isolator assembled with complete base frame, linkages, operating mechanism, control
cabinet, interlocks etc.

(ii). All necessary parts to provide a complete and operable isolator installation, control parts
and other devices whether specifically called for herein or not.

(iii). the isolator shall be designed for use in the geographic and meteorological conditions as
given in Section 1.

8.3.0. DUTY REQUIREMENTS

8.3.1. Isolators and earth switches shall be capable of withstanding the dynamic and thermal
effects of the maximum possible short circuit current of the systems in their closed position.
They shall be constructed such that they do not open under influence of short circuit current.

8.3.2. The earth switches, wherever provided, shall be constructional interlocked so that the
earth switches can be operated only when the isolator is open and vice versa. The
constructional interlocks shall be built in construction of isolator and shall be in addition to
the electrical and mechanical interlocks provided in the operating mechanism.

8.3.3. In addition to the constructional interlock, isolator and earth switches shall have
provision to prevent their electrical and manual operation unless the associated and other

interlocking conditions are met. All these interlocks shall be of failsafe type. Suitable
individual interlocking coil arrangements shall be provided. The interlocking coil shall be
suitable for continuous operation from DC supply and within a variation range as stipulated
elsewhere in this specification.

8.3.4. The earthling switches shall be capable of discharging trapped charges of the
associated lines.

CONTRACTOR NO. OF CORRECTION SDE EE 464


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
8.3.5. The isolator shall be capable of making/breaking normal currents when no significant
change in voltage occurs across the terminals of each pole of isolator on account of make/break
operation.

8.3.6. The isolator shall be capable of making/breaking magnetizing current of 0.7A at

0.15 power factors and capacitive current of 0.7A at 0.15 power factors at rated voltage.

8.4.0. CONSTRUCTIONAL DETAILS

8.4.1. All isolating switches and earthling switches shall have rotating blades and pressure
releasing contacts. All isolating and earth switches shall operate through 90° angle from
closed position to fully open position.

8.4.2. Contacts:

a) The contacts shall be self-aligning and self-cleaning and so designed that binding cannot
occur after remaining closed for prolonged periods of time in a heavily polluted atmosphere.

b) No undue wear or scuffing shall be evident during the mechanical endurance tests.
Contacts and spring shall be designed so that readjustments in contact pressure shall not be
necessary throughout the life of the isolator or earthling switch. Each contact or pair of
contacts shall be independently sprung so that full pressure is maintained on all contacts at
all time.

c) Contact springs shall not carry any current and shall not lose their characteristics due to
heating effects.

d) The moving contact of double break isolator shall have turn-and -twist type or other
suitable type of locking arrangement to ensure adequate contact pressure.

8.4.3. Blades:

a) All metal parts shall be of non-rusting and non-corroding material. All current carrying parts
shall be made from high conductivity electrolytic copper/aluminium. Bolts, screws and pins shall
be provided with lock washers. Keys or equivalent locking facilities if provided on current
carrying parts shall be made of copper silicon alloy or stainless steel or equivalent. The bolts or
pins used in current carrying parts shall be made of non-corroding material. All

Ferrous castings except current carrying parts shall be made of malleable cast iron or cast
steel. No grey iron shall be used in the manufacture of any part of the isolator.

b) The live parts shall be designed to eliminate sharp joints, edges and other corona producing
surfaces, where this is impracticable adequate corona shield shall be provided..

c) Isolators and earthling switches including their operating parts shall be such that they
cannot be dislodged from their open or closed positions by short circuit forces, gravity,
wind pressure, vibrations, shocks, or accidental touching of the connecting rods of the
operating mechanism.

d) The switch shall be designed such that no lubrication of any part is required except at very
infrequent intervals i.e. after every 1000 operations or after 5 years whichever is earlier.

8.4.4. Insulators:

a) The insulator shall conform to IS: 2544 and/or IEC-60168. The insulators shall have a
minimum cantilever strength of 400 Kgs. for 33/11 kV insulators respectively.

CONTRACTOR NO. OF CORRECTION SDE EE 465


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
b) Pressure due to the contact shall not be transferred to the insulators after the main blades
are fully closed.

8.4.5. Base:

Each isolator shall be provided with a complete galvanized steel base provided with holes
and designed for mounting on a supporting structure.

8.5.0. EARTHING SWITCHES

8.5.1. Where earthling switches are specified these shall include the complete operating
mechanism and auxiliary contacts.

8.5.2. The earthling switches shall form an integral part of the isolator and shall be mounted
on the base frame of the isolator.

8.5.3. The earthling switches shall be construction ally interlocked with the isolator so that
the earthling switches can be operated only when the isolator is open and vice versa. The
constructional interlocks shall be built in construction of isolator and shall be in addition to
the electrical interlocks. Suitable mechanical arrangement shall be provided for de-linking
electrical drive for mechanical operation.

8.5.4. Each earth switch shall be provided with flexible copper/aluminium braids for connection
to earth terminal. These braids shall have the same short time current carrying
capacity as the earth blade. The transfer of fault current through swivel connection shall not
be accepted.

8.5.5. The frame of each isolator and earthling switches shall be provided with two reliable
earth terminals for connection to the earth mat.

8.5.6. Isolator design shall be such as to permit addition of earth switches at a future date.

It should be possible to interchange position of earth switch to either side.

8.5.7. The earth switch should be able to carry the same fault current as the main blades of
the Isolators and shall withstand dynamic stresses.

8.6.0. OPERATING MECHANISM

8.6.1. The Contractor shall offer manual operated Isolators and earth switches...

8.6.2. Control cabinet/operating mechanism box shall be made of aluminium sheet of


adequate thickness (minimum 3 mm).

8.6.3. Gear should be of forged material suitably chosen to avoid bending/jamming on


operation after a prolonged period of non-operation. Also all gear and connected material
should be so chosen/surface treated to avoid rusting.

8.7.0. OPERATION

8.7.1. The main Isolator and earth switches shall be gang operated.

8.7.2. The design shall be such as to provide maximum reliability under all service
conditions. All operating linkages carrying mechanical loads shall be designed for negligible
deflection. The length of inter insulator and interlope operating rods shall be capable of
adjustments, by means of screw thread which can be locked with a lock nut after an
adjustment has been made. The isolator and earth switches shall be provided with “over
centre” device in the operating mechanism to prevent accidental opening by wind, vibration,
short circuit forces or movement of the support structures.

CONTRACTOR NO. OF CORRECTION SDE EE 466


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
8.7.3. Each isolator and earth switch shall be provided with a manual operating handle
enabling one man to open or close the isolator with ease in one movement while standing at
ground level. Detachable type manual operating handle shall be provided. Suitable provision
shall be made inside the operating mechanism box for parking the detached handles. The
provision of manual operation shall be located at a height of 1000 mm from the base of
isolator support structure.

8.7.4. The isolator shall be provided with positive continuous control throughout the entire cycle
of operation. The operating pipes and rods shall be sufficiently rigid to maintain positive control
under the most adverse conditions and when operated in tension or compression for isolator
closing. They shall also be capable of withstanding all torsional
and bending stresses due to operation of the isolator. Wherever supported the operating rods
shall be provided with bearings on either ends. The operating rods/ pipes shall be provided
with suitable universal couplings to account for any angular misalignment.

8.7.5. All rotating parts shall be provided with grease packed roller or ball bearings in sealed
housings designed to prevent the ingress of moisture, dirt or other foreign matter. Bearings
pressure shall be kept low to ensure long life and ease of operation. Locking pins wherever
used shall be rustproof.

8.7.6. Signalling of closed position shall not take place unless it is certain that the movable
contacts, have reached a position in which rated normal current, peak withstand current and
short time withstand current can be carried safely. Signalling of open position shall not take
place unless movable contacts have reached a position such that clearance between contacts
is at least 80% of the isolating distance.

8.7.7. The position of movable contact system (main blades) of each of the Isolators and
earthling switches shall be indicated by a mechanical indicator at the lower end of the
vertical rod of shaft for the Isolators and earthling switch. The indicator shall be of metal and
shall be visible from operating level.

8.7.8. The contractor shall furnish the following details along with quality norms, during
detailed engineering stage.

8.7.9. Current transfer arrangement from main blades of isolator along with mill volt drop
immediately across transfer point.
8.7.10. Details to demonstrate smooth transfer of rotary motion from motor shaft to the
insulator along with stoppers to prevent over travel.

8.8.0. TEST AND INSPECTION

8.8.1. The switches shall be subjected to the following type test in accordance to with IS:9920.

i. Dielectric test (impulse and one minute) power frequency withstands voltage.

ii. Temperature rise test

iii. Rated off load breaking current capacity

iv. Rated active load breaking capacity

v. Rated line charging breaking capacity


vi. Rated short time current

vii. Rated peak withstand current

viii. Mechanical and Electrical Endurance

CONTRACTOR NO. OF CORRECTION SDE EE 467


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
8.8.2. The equipment shall be subjected to the following routine test.

I. Power frequency voltage dry test

II. Measurement of resistance of the main circuit

III. Operating test.

8.8.3. The porcelain shall have pull out test for embedded component and beam strength of
porcelain base.

8.9.0. CONNECTORS

8.9.1. Each isolator shall be provided with appropriate number of bimetallic clamping type
connectors as detailed in the schedule of requirement. The maximum length of jumper that
may be safely connected or any special instruction considered necessary to avoid under loads
on the post

Isolators should be stated by the Contractor.

8.10.0. SUPPORTING STRUCTURES

8.10.1. All isolators and earthling switches shall be rigidly mounted in an upright position on
their own supporting structures. Details of the supporting structures shall be furnished by the
successful Contractor. The isolators should have requisite fixing details ready for mounting
them on switch structures.

8.11.0. PRE-COMMISSIONING TESTS

8.11.1. Contractor shall carry out following tests as pre-commissioning tests. Contractor shall
also perform any additional test based on specialties of the items as per the field instructions
of the equipment Supplier or Corporation without any extra cost to the Corporation. The
Contractor shall arrange all instruments required for conducting these tests along with
calibration certificates and shall furnish the list of instruments to the Corporation for
approval.

a) Insulation resistance of each pole.

b) Manual operation and interlocks.

c) Insulation resistance of control circuits and motors.

d) Ground connections.

e) Contact resistance.

f) Proper alignment so as to minimize to the extreme possible the vibration during operation.

g) Measurement of operating Torque for isolator and Earth switch.

h) Resistance of operating and interlocks coils.

i) Functional check of the control schematic and electrical & mechanical interlocks.

j) 50 operations test on isolator and earth switch.

CONTRACTOR NO. OF CORRECTION SDE EE 468


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

TECHNICAL SPECIFICATION FOR SURGE ARRESTORS

9.1.0. SCOPE

9.1.1. This Section covers the specifications for design, manufacture, shop & laboratory
testing before dispatch of 33 kV and 6.6 kV 10 kA, Station class heavy duty, gapless
metal (zinc) oxide Surge Arrestors complete with fittings & accessories. 9.2.0.
STANDARDS

9.2.1. The design, manufacture and performance of Surge Arrestors shall comply with IS:

3070 Part-3 unless otherwise specifically specified in this Specification

9.3.0. GENERAL REQUIREMENT

9.3.1. The surge arrestor shall draw negligible current at operating voltage and at the same
time offer least resistance during the flow of surge current.

9.3.2. The surge arrestor shall consist of non-linear resistor elements placed in series and
housed in electrical grade porcelain housing/silicon polymeric of specified creep age
distance.

9.3.3. The assembly shall be hermetically sealed with suitable rubber gaskets with effective
sealing system arrangement to prevent ingress of moisture.

9.3.4. The surge arrestor shall be provided with line and earth terminals of suitable size. The
ground side terminal of surge arrestor shall be connected with 25x6 mm galvanized strip, one
end connected to the surge arrestor and second end to a separate ground electrode. The
Contractor shall also recommend the procedure which shall be followed in providing the
earthling/system to the Surge Arrestor.

9.3.5. The surge arrestor shall not operate under power frequency and temporary over
voltage conditions but under surge conditions, the surge arrestor shall change over to the
conducting mode.

9.3.6. The surge arrestor shall be suitable for circuit breaker performing 0-0.3sec.-CO-3min-
CO- duty in the system.

9.3.7. Surge arrestors shall have a suitable pressure relief system to avoid damage to the
porcelain/ silicon polymeric housing and providing path for flow of rated fault currents in the
event of arrestor failure.

9.3.8. The reference current of the arrestor shall be high enough to eliminate the influence of
grading and stray capacitance on the measured reference voltage.

9.3.9. The Surge Arrestor shall be thermally stable and the Contractor shall furnish a copy of
thermal stability test with the bid.

9.3.10. The arrestor shall be capable of handling terminal energy for high surges, external
pollution and transient over voltage and have low losses at operating voltages.
9.4.0. ARRESTOR HOUSING

9.4.1. The arrestor housing shall be made up of silicon polymeric housing and shall be
homogenous, free from laminations, cavities and other flaws of imperfections that might affect
the mechanical and dielectric quality. The housing shall be of uniform brown colour, free from
blisters, burrs and other similar defects. Arrestors shall be complete with insulating bases, surge
counters with leakage current meters (33 KV LA) and terminal connectors.

CONTRACTOR NO. OF CORRECTION SDE EE 469


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
9.4.2. The housing shall be so coordinated that external flashover shall not occur due to
application of any impulse or switching surge voltage up to the maximum design value for
arrestor. The arrestors shall not fail due to contamination. The arrester housings shall be designed
for pressure relief class as given in Technical Parameters of the specification. 9.4.3. Sealed
housings shall exhibit no measurable leakage.

9.5.0. FITTINGS & ACCESSORIES

9.5.1. The surge arrestor shall be complete with insulating bases, surge counters with leakage
current meters (for 33 KV LA) and terminal connectors.

9.5.2. The terminals shall be non-magnetic, corrosion proof, robust and of adequate size and shall
be so located that incoming and outgoing connections are made with minimum possible bends.
The top metal cap and base of surge arrestor shall be galvanized. The line terminal shall have a
built in clamping device which can be adjusted for both horizontal and vertical take-off.

9.6.0. SURGE MONITOR

9.6.1. A self-contained discharge counter suitably enclosed for outdoor use and requiring no
auxiliary or battery supply for operation shall be provided for each single pole unit. Leakage
current meter with suitable scale range to measure leakage current of surge arrestor shall also be
supplied within the same enclosure. The number of operations performed by the arrestor shall be
recorded by a suitable kilometric counter and surge monitor shall be provided with an inspection
window. There shall be a provision for putting ammeter to record the current/alarm contacts in
the control room if the leakage current exceeds the permitted value. Similar provision shall be
considered for surge counter also.

9.6.2. Surge monitor shall be mounted on the support structure at a suitable height so that the
reading can be taken from ground level through the inspection window and length of connecting
leads up to grounding point and bends are minimum.

9.6.3. Surge monitor shall have to be provided for 33 KV class only.

9.7.0. TESTS

9.7.1. Test on Surge Arrestors

Bidding Document for Construction of 33/6.6 kV New Un-Manned Substations 149

Specifications and Drawings MSEDCL/MSETCL.

The Surge Arrestors offered shall be type tested and shall be subjected to routine and
acceptance tests in accordance with IS: 3070 (Part-3). In addition, the suitability of the Surge
Arrestors shall also be established for the following:

• Residual voltage test

• Reference voltage test

• Leakage current at M.C.O.V

• P.D. test

• Sealing test

• Thermal stability test

• Aging and Energy capability test


CONTRACTOR NO. OF CORRECTION SDE EE 470
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

• Watt loss test

Each metal oxide block shall be tested for guaranteed specific energy capability in addition
to Routine/acceptance test as per IEC/IS.

9.7.2. The surge arrestor housing shall also be type tested and shall be subjected to routine
and Acceptance tests in accordance with IS: 2071.

9.7.3. Galvanization Test

All Ferrous parts exposed to atmospheric condition shall have passed the type tests and be
subjected to routine and acceptance tests in accordance with IS: 2633 & IS 6745.

TECHNICAL SPECIFICATION OF 33KV & 6.6 KV XLPE

10.1.0. SCOPE

12.1.1. The specification covers the design, testing, supply and delivery in proper packed
condition of different grade of 1 or 3 cores. Aluminium Conductor, Cross-linked
polyethylene (XLPE) insulated, PVC sheathed, armoured, screened Power Cables.

10.2.0. DEVIATION

12.2.1. Normally the offer should be as per Technical Specification without any deviation.
But any deviation felt necessary to improve performance, efficiency and utility of equipment
must be mentioned in the “Deviation Schedule” with reasons duly supported by documentary
evidences and advantages of such deviation. Such deviation suggested may or may not be
accepted. But deviation not mentioned in “Deviation Schedule” shall not be considered
afterwards.

10.2.2. SYSTEM DETAILS

10.2.2.1. Voltage grade (KV) of cable required …19/33 3.8/11

10.2.2.2. Service Voltage … 33 KV 6.6 KV

10.2.2.3. Highest Voltage …36 KV 7.2 KV

10.2.2.4. Earthling System Solidly Earthed Solidly Earthed

10.2.2.5. B.I.L. for Cables 170 KV for 33 KV 60 KV for 6.6 KV

10.2.2.6. Fault Level (Maxim.) … See Clause 12.4.5

10.2.2.7. Frequency … 50 C/S 50 C/S.

10.2.3.: STARDARDS

a) IS : 7098 (Part – II) (Latest) :Specification for cross-linked polyethylene Insulated PVC
Sheathed Cables for working Voltage from 3.3 KV up to and including 33 KV,
b) IS: 8130 – 1984 Specification for Conductors for insulated electric cables and flexible
cords.
c) IS: 5830 – 1984: PVC insulation & sheath of electric cables...
d) IS: 3975 – 1979: Armour for cables (for 3 Crore).
e) IS: 10810 – 1984: Methods for test for cables.
f) IS: 10418 – 1982: Cable Drum for Electric Cables.
CONTRACTOR NO. OF CORRECTION SDE EE 471
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

10.3.0. The cable, joints, outdoor and indoor termination and their accessories and fittings may
conform to other Indian and/or equivalent standards or important publications to improve upon
their performance, but shall not fall short of the requirement of this specification. The
Contractor shall clearly indicate such standards in their offers

10.4.0. ELECTRICAL CHARACTERISTICS & PERFORMANCE:-

10.4.1. Description of Cable

a) 19/33 KV Grade: Standard compacted circular Aluminium (H4 Grade) Conductor, FR


type, following A2xWaY for 1-C and A2xWY& A2xFy for 3-core shielded with black
extruded semiconducting compound XLPE insulated, core shielded with black extruded
semi conducting compound, black semi-conducting tape and a copper tape, single layer
G.I. flat strip armoured and black extruded PVC (Type: ST-2), overall sheathed,
conforming generally to IS: 7098 (Part – II).

b) 3.8 /6.6 KV Grade 1, 3-Crore: Same as above but insulation shielding with black
semiconducting tape not necessary. Inner sheath to be wrapped not extruded and strip
armoured. The design shall fully conform to IS: 7098 (Part – II)

10.4.2. Size of Cable: 300 mm2 (1-C) 800 mm2 (1-core) 630 mm2 (1-core) 300 mm2 (1-
core)

10.4.3. Voltage Grade 19/33KV 3.8/6.6KV

10.4.4. Maxim. Conductor Temp: 90 co at maxim. Continuous current

10.4.5. Short Ckt.Current

1) 28.2 KA for 1 sec. For 33 KV, 300 mm2

1) 28.2 KA (537 MVA) for 1 sec. For 6.6 KV, 300 Sq.mm

2) 59.22 KA for 1 sec. For 33 KV, 630 mm2

2) 59.22 KA for 1 sec. For 11 KV, 800 mm2

10.4.6. Maxim. Permissible emergency overload temp. At 25% overload to 100 hrs. Per

year or 500 hrs. In life of cable: 1300C for one hour

10.4.7. Maxim. Permissible short circuit temperature: 2500 C for one hour

10.4.8. Conductor Material: Material to IS: 8130, H4 Grade Aluminium Conductor, Stranded
compacted Circular.

10.4.9. Conductor Screening: Extruded, cross linked, semi-conducting compound of 1.0 mm


thickness for 33 KV & .5 mm for 6.6KV

10.4.10. Insulation: XLPE of thickness, 8.8 (Nominal) for 33KV and 3.6 mm (Nominal)

10.4.16. End Sealing: H.S. Caps (see clause Error! Reference source not found.) (Heat
Shrinkable)

10.4.17.
a) Max. ‘Tan-delta’ at room temp. At nominal phase to neutral voltage (Uo): 0.004
CONTRACTOR NO. OF CORRECTION SDE EE 472
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

b) Maxm. Increment of ‘tan-delta’ between 0.5 Uo to 2 Uo at Room temp: 0.002

10.4.18. Partial discharge value: 20 Pc (Maxim.) at 1.6 Uo.

10.4.19. Impulse Tests: 170 KV for 33 KV and as per ISS for 11 KV

10.4.20. H.V. Tests between Conductors & Screen/Armour : 48 KV (rms) for 33 KV for 5
minutes and as per ISS for 20 kV for 6.6 KV

12.4.21. Maxim. D.C. Rtance/Km: As per relevant I.S.S

82.
B the above parameters are applicable for three core and single core cable, if not otherwise
specified

10.5.0. CABLE CONSTRUCTION:

12.5.1. XLPE underground cable is to be manufactured in continuous catenary process at


controlled elevated temperature and pressure in inert atmosphere with use of suitable
materials for XLPE semi-conducting, insulation and XLPE screen. The inner and outer semi-
conducting sheaths and main polyethylene insulation between the sheaths are to be
simultaneously extruded during the For 6.6KV

12.4.11. Insulation Screening

For 33 KV : Combination of black extruded semi-conducting tape as the non-metallic part


and annealed copper 0.06 mm (minimum) thick tape lapping as metallic part. For 1 core
cable, the non-magnetic metal Armour shall act as metallic part insulation screening. For 6.6
KV: It is same but semi-conducting tape is not required

10.4.12. Inner Sheathing: Black extruded PVC, Type ST-2 compound for 33 KV and
wrapped PVC tape for 6.6 KV as per ISS. For 1 core there shall be No inner sheath.

10.4.13. Armouring: Single layer of round galvanized steel wires/strip for 33 KV and
galvanized steel strips/wire for 6.6 KV (3 cores) as per IS. For 1 core, there shall be non-
magnetic metal Armour.

10.4.14. Overall Sheathing: Coloured PVC, type ST-2 compound to IS: 5831, extruded for both
33KV and 6.6 KV thicknesses shall be as per ISS 12.4.15. Approx. length of cable in a Drum:
250 meters with a tolerance of ± 5% (for 3 cores), 500 meters ± 5% (for 1 core)

Triple Extrusion Process of manufacturing and main insulation of the Cable is to be extruded
unified. The XLPE Cables in this specification does not have any metal sheath and the short
circuit rating of the cable shall depend on the conductivity and continuity of the strands of
the armour wires, which shall be ensured by guarding against corrosion.

10.5.2. CONDUCTOR SCREENING.

A semi-conducting cross-linked polyethylene (XLPE) screening shall be extruded over the


conductor to act as an electrical shield which together with elimination of the so called “Strand
`Effect” prevents to great extent air ionization on the surface of the conductor

10.5.3. INSULATION

The main insulation of the Cable shall be extruded unfilled, chemically cross-linked
polyethylene (XLPE) inert gas cured satisfying the requirement of ISS: 7098 (Part- II)

CONTRACTOR NO. OF CORRECTION SDE EE 473


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

10.5.4. INSULATING SCREEN:

10.5.5. The screen shall be made up as given in Clause 12.4.11 the metal screen eliminates
tangential stress electrostatic field surrounding the conductor and uniform electrical stress in
the insulation. The semi conducting polyethylene (XLPE) screen shall be extruded over the
main poly ethylene insulating wall to prevent partial discharge at the surface of the
insulation. The copper tape shall

Be wrapped over the semi conducting tape or extrusion as mentioned earlier for 3 core
cables. The metal screen so formed around the cores shall be in contact with one another as
the cores are laid up at triangular configuration. For single core cable, Aluminium wires
armouring shall constitute the metallic part of insulation screen. Conductor screening,
insulation and insulation screening shall be extruded in triple extrusion processes so as to
obtain continuously smooth interfaces

10.5.6. The mechanical and chemical properties of the materials for semi conducting screens
are much more important than their electrical properties, but for obtaining the high overall
degree of electrical properties of an E.H.V. cable, the inner and outer semi conducting,
sheaths and the main polyethylene insulation between the sheaths shall be simultaneously
extruded during the manufacturing, process known as “triple extrusion”. The advantages
are

i. The partial discharge level at the surface of the insulation is brought to a minimum.

ii. There shall be no displacement of the semi conducting screen and insulation during
expansion and contraction due to load cycles and bending.

iii. The semi conducting screens are easily removable during joining and termination
operations.

10.5.7. ARMOUR

The cable shall be wire armoured /steel strip in case of 33KV and wire/strip armoured 11
KV, three core cables to insure an adequate return path for the flow of fault current and also
provide suitable mechanical protection. Steel wires/aluminium wire / steel strips of required
size in requisite number as per clause 12.4.13 shall be laid closely in the spiral formation to
protect the circumference of the cable fully and to provide adequate cores

section area for flow of maximum fault current within limits of specified temperature rise
and duration of fault. Direction of the lay of the armour shall be opposite to that of the cable
cores in case of single core cable armour should be of non-metallic material

10.5.8. OUTER SHEATH

A reliable serving shall be necessary for maintaining conductivity of the armour particularly
under corrosive condition in the form of jacket. Cable shall be therefore finished with
extruded PVC over sheath of thickness as per clause 12.4.14. The quality of PVC over sheath
(jacket) shall be ensured for service reliability against moisture intrusion and shall confirm to
type ST-2 of IS: 583

The colour of the outer sheath shall be follows:

For 33 KV cable: GREEN

For 6.6 KV cable: Blue


CONTRACTOR NO. OF CORRECTION SDE EE 474
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

The sheaths shall be protected against white ants, vermin and termites by suitable, durable
and reliable measures. The suppliers shall suggest suitable materials for use, in the event of
damage to the over sheath to prevent the passage of moisture along the cable

10.5.9. CABLE IDENTIFICATION:

The following shall be embossed on the outer sheath for the identification.

a) Manufacturer’s Name or Trade Mark.

b) Voltage Grade.

c) Nominal section and material of conductors and number of cores.

d) Year of manufacture.

e) Inscription of length of cables at 1.0 metre interval.

f) Name of purchaser MSEDCL;

g) Marking “Power” shall be embossed throughout the length of the cable at

10 metre spacing.

h) Type of insulation i.e. XLPE

10.5.10. CEILING OF CABLE ENDS

The cable ends of the cable in the wooden drum for delivery shall be sealed with heat
shrinkable caps.

10.6.0. WOODEN DRUMS:

The cable shall be packed in non-returnable wooden drums

12.6.1. The following information shall be marked on each drum.

a. Drum identification number.

b) Manufacturer’s name, Trade name / Trade mark, if any.

c) Nominal sectional area of the conductor of the cable.

d) Number of cores

e) Type of cable and voltage grade with cable code

f) Length of cable in cable drum

g) Direction of rotation of drum (by means of an arrow)

h) Approx. Weight: tare: gross:

i) Year and country of manufacture

j) Purchase order number

CONTRACTOR NO. OF CORRECTION SDE EE 475


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
k) Date of delivery

l) Name of the purchaser.

Drum shall be proofed against attack by white ant or termite conforming to IS: 10418. The
Drums may also be marked with ISI certificate mark, as applicable.

12.6.2. Safe pulling force: 30 N/mm2 (for conductor)

10.7.0. Tests to be performed as per IS: 7098 (part II)

12.7.1. Type test all the test mentioned below are to be made as per details given in IS:

10810

a) Test on conductor

i. Tensile test (For aluminium)

ii. Wrapping test for aluminium

iii. Resistance test.

b) Test for armouring wire strips.

c)Test for thickness of insulation and sheath.

d)Physical test for insulation.

i. Tensile strength and elongation at break

ii. Ageing in air oven.

iii. Hot test

iv. Shrinkage test.

v. Water absorption (Gravimetric)

e) Physical tests for outer sheath


i. Tensile strength and elongation at break

ii. Ageing in air oven.

iii. Shrinkage test.

iv. Hot deformation

v. Heat shock
vi. Loss of mass in air oven

vii. Thermal stability

viii. Viii. Thermal Stability

f)Partial discharge test

CONTRACTOR NO. OF CORRECTION SDE EE 476


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
g)
nding test

h)Dielectric power factor test


I. As a function voltage

II. As a function of temperature

i) Insulation resistance (volume resistivity) test

j) Heating cycle test

k) Impulse with stand test

l) High voltage test

m) Flammability test

10.7.2. The following test on screen cable shall be performed successfully on the same test
sample of completed cable, not less than 10 m. in length between the test accessories.
a) PD test

b) Bending test followed by PD test

c) Di-electric power factor as function of voltage

d) Di-electric power factor as a function of temperature

e) Heating cycle test followed by Di-electric power factor as a function of


Voltage and PD test.

f) Impulse with stand test and

g) High voltage test as per Para 12.4.20

If a sample fails in test (g) one more sample shall be taken for this test, preceded by
Test (b) and (e).

10.7.3. Acceptance test: the following shall constitute acceptance test:

a) Tensile test (For aluminium)

b) Wrapping test for aluminium

c) Conductor resistance test

d) Test for thickness of insulation and sheath

e) Hot set test for insulation

f) Tensile strength and elongation at break test for insulation and outer sheath

g) PD test (Screen enables) only on full drum length

h) High voltage test, and

i) Insulation resistance (volume resistivity) test

CONTRACTOR NO. OF CORRECTION SDE EE 477


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
j) Spark test on extruded un-insulated outer PVC sheath as per provision clause no 3.2
IEC standard (Publication no.229 of 1982.

10.7.4. Routine test:

The routine test shall be carried out on all cables manufacturer in accordance with this
Specification. The following routine test shall be made on cable length as specified in ISS.

a. Conductor resistance test

b. Partial discharge test on full drum length

c. High voltage test as per clause 12.4.20

12.7.5. Test witness

a. All tests shall be performed in presence of purchaser representatives if so desired by the


purchaser.

b. The contractor shall give at least 15 days advance notice for witnessing such tests.

10.7.6. Test Certificate

a. Certified copies of all routine test carried out at work shall be furnished in 6 copies for
approval of the Purchaser.

b. The cable shall be dispatched from works only after receipt of Purchaser’s written
approval of shop test report.

c. Type test certificates of the cable offered shall be furnished. Otherwise the cable shall
have to be type tested on similar rating as per clause 10 free of any charges to prove the
design.

CONTRACTOR NO. OF CORRECTION SDE EE 478


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

TECHNICAL SPECIFICATION OF 6.6kV CAPACITOR BANK

11.1.0. SCOPE

11.1.1. This section of the specification covers technical requirements for design,
manufacture and testing at the manufacturer’s works before dispatch of shunt capacitor
banks with associated equipment, such as circuit breakers, instrument transformers, reactors,
control and relay panels, lightning arresters etc. for their efficient and trouble free operation
and is to be read together with Sections of this specification which covers the other technical
requirement.

11.2.0. STANDARDS

13.2.1. The shunt capacitor banks and associated equipment shall conform to the latest
edition of the following standards (as amended up to date) except where specified otherwise
in this specification.

a. Capacitors IS: 2834, IS: 13925

b. Circuit breakers IEC: 62271

c. Current transformers IS: 2705

d. Potential transformers IS: 3156

e. Isolators IS: 9921

f. Fuses (external) IS: 2208

g. Protection Relays IS: 3342

h. Motors IS: 325

i. Surge Arresters IS: 3070

13.2.2. Equipment meeting the requirement of International or any other authoritative


standards, which ensure a quality equal to or better than that as per the standards mentioned
above, shall also, is acceptable.

11.3.0. CAPACITOR BANKS

11.3.1. GENERAL

11.3.1.1. The capacitor banks shall be complete with neutral RVT and series reactor as
required. Circuit breaker, offload type isolators, instrument transformer, control and relay
panels, connecting material and any other material required for capacitor bank shall be
included in the scope of supply. 13.3.1.2. The capacitor banks shall be outdoor type suitable
for operation in the climatic conditions as given in SECTION-1 of this specification, and
mounting on steel racks to be supplied by the Contractor.

11.3.1.3. The Contractor shall also furnish details of the connections between the capacitor
units and groups, together with layout diagrams showing the physical arrangements of banks,
complete with dimensions.

11.3.2. CAPACITOR UNITS

CONTRACTOR NO. OF CORRECTION SDE EE 479


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
11.3.2.1. Each capacitor unit of the bank shall be self-contained outdoor type, to give the
required total bank capacity at 50 Hz. Bushing shall be of porcelain and shall be joined to the
case by soldering or other better method.

11.3.2.2. The capacitor units should be manufactured using HAZY polypropylene as


dielectric media and non- PCB impregnate. The impregnation shall be carried out under high
degree of vacuum and the unit shall be of totally sealed type

11.3.2.3. The chemical properties of the insulating fluid used in capacitor units shall be such
that contamination of the environment from the points of view of bio-degradability foxily
and bio-concentration shall be minimum.

11.3.2.4. Each capacitor unit shall be provided with an internal discharge resistor designed to
drain out the residual charge up to 50 Volts or less within 5 minutes after disconnection from
supply.

11.3.2.5. Each capacitor unit shall be individually protected by an internal fuse, suitably rated
for load current. The characteristics of the fuse shall be such that it shall isolate the faulty
unit only and prevent it from mechanical destruction due to internal faults. There shall be
provision for indication/alarm for blown fuse. The fuse shall isolate the faulty capacitor unit
only and the healthy capacitor units shall not be affected in any way by the isolation of faulty
unit.

11.3.2.6. The internal fuses shall conform to relevant Indian Standards or equivalent
International Standards. The design of the internal fuses shall be such that residuals from
fuse operations shall not cause deterioration of the impregnating fluid.

11.3.2.7. Fuses shall be capable of carrying continuously a current of at least 1.65 times the
rated r.m.s. current of the associated unit current.

11.3.2.8. Fuses shall be preferably of the current limiting type but the fuse system shall in
any event be designed to ensure that the energy released into a faulty capacitor unit is less
than the value that shall cause rupture or bursting of the container.

11.3.2.9. Each capacitor unit shall be suitable for continuous operation of 1.3 times rated
current at rated voltage and frequency. This over current factor shall include the combined
effect of presence of harmonics and over voltages up to and including 1.1 times the rated
voltage.
11.3.2.10. Terminals and mounting arrangement may be in accordance with manufacturer’s
standard practice, but should be proportioned with adequate safety margins.

13.3.2.11. The containers of capacitor units shall be of CRCA steel with surface finishing
and painting carried out generally as per clause 3.7.0 of this Volume.

11.3.2.12. Contractor should clearly indicate whether sun shadow to protect the capacitors
from direct sun-rays during the hot part of the year is essential or not. In case the sun shades
are needed they shall form part of the supply of the capacitors.

11.3.3. MOUNTING RACKS

11.3.3.1. The mounting racks shall be of hot dip galvanized steels sections. Each end of the
rack shall have provision to receive incoming line connection. Sufficient space must be
provided between rows in a rack for easy replacement of any capacitor unit. The banks shall
be connected in two or three tier formation.

113.3.2. The racks shall be complete with rack insulators, foundation bolts or any other
hardware etc., for assembly into complete bank.

CONTRACTOR NO. OF CORRECTION SDE EE 480


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
11.3.3.3. The height of the racks of capacitor bank shall be such that for making electrical
connections with the other equipment, proper electrical clearances are maintained.

11.3.4. CAPACITOR BANK SWITCHING CONTROL

11.3.4.1. Switching of capacitor backs would be performed by circuit breakers remote


electrical control from the control room. In addition, there would be local manual/electrical
control of circuit breakers.

11.3.4.2. A Timer must be included with adjustable setting of 0 to 6 minutes to provide a


time lag before which the bank shall not be again switched ‘ON’ (to avoid closing of the
circuit breaker on a trapped charge).

11.3.5. PROTECTION

11.3.5.1. The capacitor banks shall be provided with the following protections:

a) Over current and earth fault protection to cover the faults in the capacitor banks and its
controlling circuit breaker.

b) Over voltage protection.

c) Unbalance protection.

d) No volt protection

11.3.5.2. Requirement of each of the above protections is described below:

a) Over current and earth fault protection Combination of two over current IDMT numeric relays
having 50-200% settings and one E/F relay of IDMT characteristic with 20-80% setting shall be
used with suitable current transformer.

b) Over voltage protection

Shall be provided with an inverse time characteristic. Over voltage relay shall be

energized from a VT connected to the main bus bars on the source side of the circuit

breaker controlling the capacitor banks. Setting shall be variable from 100% to 130% in

steps at least 1% to 2%.

c) Unbalance protection

The unbalance protection shall be provided through current unbalance relay connected to the
NCT of capacitor bank connected in double star. Two such relays, one for trip and other for
alarm shall be provided. The settings of the relays shall be 10% to 40% or 20% to 80% of the
CT secondary current followed by a time delay and through a timer of 0.1 second for
transient free operation of the protection. The relay should not operate for healthy state spill
current in neutral. Number of units of failure on which alarm shall come and tripping is
initiated, shall be clearly mentioned for proper setting of the relays. d) No Volt protection

No Volt protection should be provided to disconnect the bank under no voltage conditions.
This protection shall be energized from the existing bus PT. This protection should not
operate in the event of fault on 6.6 kV feeders which may dip the bus bar voltage to 50%.
There should be provision for adjustment in setting of voltage and time to coordinate 6.6 kV
lines protection with the no voltage protection to avoid mal operation of No voltage relay
under line fault conditions.
CONTRACTOR NO. OF CORRECTION SDE EE 481
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

11.4.0. CIRCUIT BREAKER

11.4.1. The circuit breaker shall be vacuum, outdoor type as per SECTION – 5 of this
Specification.
11.5.0. ISOLATOR AND ISOLATOR-CUM-EARTHSWTICH

13.5.1. The isolator shall be triple pole gang operated having horizontally rotating (centre
pole rotating) blades as per of this SECTION -8 Specification.

11.6.0. CURRENT TRANSFORMERS

13.6.1. The current transformers shall be of the outdoor type single phase, 50Hz, oil
immersed, self-cooled type generally as per SECTION - 6 of this bid document and clause
13.10.0 of this Section.

11.7.0. SERIES REACTOR

11.7.1. The series reactor of 0.45% of capacitor bank rating shall be provided for limiting the
inrush current due to parallel switching of capacitor banks on the same bus.

11.7.2. The series reactors shall be of outdoor type, three phase, 50Hz, air cooled.

11.7.3. The series reactor would be connected towards neutral of the shunt capacitor.

11.7.4. The series reactors shall be complete in all respects including clamps, fixing bolts and
nuts and other accessories and shall conform to the latest edition of IS:5553/IEC-259. 11.7.5.
Requisite number of suitable and matching terminal connectors shall also be supplied along
with the reactor and accordingly, the prices may be quoted.

11.8.0. FITTINGS AND ACCESSORIES

11.8.1. Any fittings or accessories which might not have been mentioned in the specification
but which are usual or necessary in the equipment are to be provided by the contractor
without extra cost. All equipment must be complete in all details whether mentioned in the
specification or not.

11.9.0. TESTS

11.9.1. All equipment offered shall comply with type test stipulated in relevant IS/IEC.

Test reports for all type tests shall be submitted along with the tender.

11.9.2. All equipment shall be subjected to routine and acceptance tests in accordance with
relevant standards without any extra cost to the purchaser.

11.9.3. No equipment shall be dispatched until the test reports are duly approved by the
purchaser.

11.9.4. The endurance test as per the procedure given below shall be carried out on one
capacitor unit of each rating and size specified or on a small unit of rating not exceeding 4.4
kV and 10 kVAR which is equivalent in all respects to the unit to be manufactured. In case, a
small unit is used for testing, over Load run test at Sl. No. (a) 6 below shall be repeated on
complete unit also.

a) ENDURANCE TESTING OF CAPACITOR UNIT

Aim of the test endurance test is a type test on power capacitors for checking the design and
the manufacturing process of the capacitor and specifically to establish that the capacitor

CONTRACTOR NO. OF CORRECTION SDE EE 482


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
shall withstand the service conditions with a high reliability. Specification for endurance test
on power capacitors:

A summary for the test sequence for endurance testing of power capacitors for AC power
system is As follows:

(UN = Rated voltage of the capacitor unit)

1) Routine voltage test the test unit shall be subjected to the routine voltage test between the
terminals by applying 2.15 UN A.C or 4.3 UN D.C. for 10 sec. duration.

2) Conditioning of the capacitors before the test

The test unit shall be exposed to not less than 1.1 UN A.C. at an ambient temperature of
not less than + 10o C for 16 to 24 hours.

3) Initial capacitance and loss measurement The test unit shall be placed for at least 12 hours
in de-energized state in a chamber with a forced air circulation having temperature
selected from the range + 60o C to +75o C with a permitted

Variation of + 2o C. The unit at the same ambient temperature shall then be subjected to
UN. The capacitance and the losses shall be measured 4.5 to 5.5 minutes after the voltage
application.

4) Transient over voltage test

The unit shall be place for at least 12 hours in the un-energized state in a chamber with
forced air circulation having a temperature not exceeding the lower limit of the
temperature category. The test unit shall then be placed at an ambient temperature of +
15o C to +35o C and exposing it to a voltage of 1.1. UN A.C within 5 minutes after
taking it out of the low temperature chamber. The test unit shall be exposed to an over
voltage (AC + DC superimposed) of 2.25 UN for a period of one second duration. The
voltage 1.1 UN is applied during five minutes followed by a new over voltage period.
This sequence is repeated to 100 times a day. The daily cycles are performed UNTIL
1000 over voltage periods have been applied.

5) Capacitance and loss tangent measurement Repetition of test at Sl. No. 3


6) Over load run test
Within one hour after the end of the over voltage test, the test unit shall be exposed to not
less than 1.4 UN a...c voltage for at least 500 hours. The test unit shall be place in a still air
at an ambient temperature of + 15o C to 60o C.
7) Capacitance and tangent delta measurement Repetition of test at Sl. No. 3
8) Reduce routine voltage test Repeat of test at Sl. No. 1 at 75% of the original test voltage.
9) Final capacitance and loss tangent Repetition of test at Sl. No. 3
10) Acceptance criteria

The test unit is considered to have passed the endurance test successfully if no breakdown has
occurred either in two test units out of two or two test units out of three. The capacitance
measurements performed at 3, 5, 7, and 9 steps shall not differ less than an amount corresponding
to either breakdown of an element or operation of an internal fuse.
The variation of the dielectric loss angle evaluated by this test at 3, 5, 7, 8 and 9 steps shall
not exceed beyond the limits Specified in Cl. 14 of IS: 2834-1986. 13.9.5. Corporation also
intends to have ‘Capacitive current switching test’ repeated on the circuit breaker. Contractor
shall quote his charges for the test.

CONTRACTOR NO. OF CORRECTION SDE EE 483


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
TECHNICAL SPECIFICATION OF GALVANISED STEEL TUBULAR POLE

12.1.0. SCOPE

14.1.1. This specification covers the general requirements towards design, manufacture,
testing at manufacturers works, supply and delivery for tubular galvanized steel poles of
circular cross section ( swaged type ) for overhead lines. Poles as per MSEDCL standard
practice if circular poles are not using in Maharashtra.

12.2.0. STANDARD:

14.2.1. The tubular steel poles shall conform to the latest edition of Indian Standard
specification

•IS: 2713 (Part – I, III): 1980 Specification for Steel Tubular poles

•IS 2626

• The Steel Tubular Poles conforming to other internationally accepted, which ensure equal
or higher quality than the standards, mentioned above also be acceptable. In case the
Contractor who wish to offer material conforming to the other standards, salient points of
difference between adopted and specific standards with authentic English Translation shall
be furnished.

12.3.0. Topography and Climatic Condition:

14.3.1. The materials offered, shall be suitable for operation in tropical climate and shall be
subjected to the sun and inclement weather and shall be able to withstand wide range of
temperature variation. For the purpose of design, average atmospheric temperature may be
considered to be 50 °C with humidity nearing saturation.

12.4.0. Materials:

12.4.1. The materials used in construction of tubular steel poles shall be of the tested quality
of steels of minimum tensile strength 540 MPa (: 55 Kgf/mm2).

12.4.2. The materials, when analysed in accordance with IS: 228 (Part-III: 1972) and IS: 228
(Part-IX) shall not show Sulphur and phosphorous contents of more than 0.060 percent each.

12.4.3. The pole shall be hot dip galvanized both out and inside and the Zink coating shall be
630 gm. /m2 as per relevant standard.

12.4.4. The manufacturer galvanization plant shall be such that the length of the hot dip shall
not less than the total length of the pole. The manufacturer has to submit authenticated
evidence of galvanization plant and process or else offer shall be rejected.
12.5.0. Types, Size and construction:

12.5.1. Tubular Steel Poles shall be swaged type.

12.5.2. Swaged poles shall be made of seamless or welded tubes of suitable lengths swaged and
jointed together. No circumferential joints shall be permitted in the individual tube lengths of the
poles. If welded tubes are used they shall have one longitudinal weld seam only: and the
longitudinal welds shall be staggered at each swaged joint.

12.5.3. Swaging may be done by any mechanical process. The upper edge of each joint shall
be chamfered if at an angle of about 450 the upper edge need not be chamfered if a
circumferential weld is to be deposited in accordance With clause No. 532 of IS: 2713 (Part-
I):1980.
CONTRACTOR NO. OF CORRECTION SDE EE 484
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15
12.5.4. The length of joints on swaged poles shall be in accordance with clause No. 5.4 of IS:
2713(Par-I): 1980.

12.5.5. Poles shall be well-finished, clean and free from harmful surface defects. Ends of the
poles shall be cut square. Poles shall be straight, smooth and cylindrical. The weld joints, if
any, shall be of good quality, free from scale, surface defects, cracks, etc.

12.5.6. Tolerances for outside diameter, thickness, length, weight and straightness shall be in
accordance with ARE: 2713 (Part-I): 1980.

12.6.0. Earthling Arrangements:

14.6.1. For earthling arrangement a through hole of 14mm diameter shall be provided in each
pole at a height of 300mm above the planting depth.

12.7.0. PRINCIPAL PARAMETERS

1) Type of Pole SP-76

2) Overall Length 14.5 M

3) Planting Depth 2.0 M

4) Load Applied from top at a distance of 0.50 M

5) Height above ground 12.5 M

6) Length of sections

a. a Bottom 6.5 M

b. Middle 4.0 M

c. Top 4.0 M

7) Outside Diameter & thickness of section a


Bottom, mm 273 x10.90

b Middle, mm 219 x 9.30

c Top, mm 168.3 x 7.28. Base Plate a Mild Steel base plate of size 400 mm x 400mm x 12
mm shall be welded at the bottom of the pole.

8) Galvanization The inner side & outer side and thickness shall
Be not less than 90 micron.

12.8.0. Tests and Test Certificates:

14.8.1. The following tests shall be conducted on finished poles: a.


Tensile test and chemical analysis for Sulphur and phosphorous, b.
Defoliation test,

c. Permanent set test, and

d. Drop test.

e. Galvanization test

14.8.2. In addition to above verification of dimensions as per IS: 2713 (Part-III): 1980 shall
be carried out during Acceptance of lots.
CONTRACTOR NO. OF CORRECTION SDE EE 485
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

14.8.3. Number of poles selected for conducting different tests shall be in accordance to
clause No.10.1.1 and No.

10.1.12: of IS: 2713 (Part-I) 1980.

14.8.4. Tests shall be carried out before supply of each consignment at the manufacturer’s
woks and test certificates Should be submitted to the purchaser for approval prior to delivery.

14.8.5. Re-tests, if any, shall be made in accordance with IS: 2713 (Part-I) 1980.

14.8.6. Purchaser reserves the right to inspect during manufacturing and depute his
representative to inspect/test at the Works.

14.8.7. If any extra cost is required for carrying out the above specified tests, the same shall
be borne by the Contractor.

12.9.0. Marking:

14.9.1. The poles shall be marked with designation, manufacturer’s identification, year of
manufacture and name of the purchaser

14.9.2. The poles may also be marked with the ISI certification mark if applicable

TECHNICAL SPECIFICATION FOR GALVANIZED CHANNEL CROSS ARMS

13.1.0. SCOPE:

This specification covers the design, manufacture, testing at manufacturer's works, transport
to site, insurance, storage, erection and commissioning of Galvanized Cross Arm and
channel used for 33/6.6 KV, Pole mounted substation complete with all accessories as
specified.

13.2.0. Standards

13.2.1. The Galvanized Cross Arm and channel supplied under this specification shall
conform the latest issue of the relevant Indian Standards IS – 226:1975, Regulations etc.
except where specified otherwise.

13.2.2. The rolling and cutting tolerance for steel product conforming to IS: 266 shall be

those specified in the IS: 1852- 1973 with latest revision.

13.2.3. Galvanization conforming to latest version of 1S:2629

13.2.4. In the event of conforming to any standards other than the Indian Standards, the
salient features of comparison shall be clearly set out separately

13.3.0. GENERAL REQUIREMENT:

13.3.1. The cross arm shall be fabricated grade of mild steel of channel section as per
requirement.

13.3.2. All steel members and other parts of fabricated material as delivered shall be free of
warps, local deformation, unauthorized splices, or unauthorized bends.

13.3.3. Bending of flat strap shall be carried out cold. Straightening shall be carried out by
pressure and not by hammering. Straightness is of particular importance if the alignment of
bolt holes along a member is referred to its edges.
CONTRACTOR NO. OF CORRECTION SDE EE 486
DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

13.3.4. Holes and other provisions for field assembly shall be properly marked and cross

referenced. Where required, either by notations on the drawing or by the necessity of

proper identification and fittings for field assembly, the connection shall be match marked.

13.3.5. A tolerance of not more than 1mm shall be permitted in the distance between the

centre lines of bolt holes. The holes may be either drilled or punched and, unless otherwise

stated, shall be not more than 2mm greater in Diameter than the bolts.

13.3.6. When assembling the components force may be used to bring the bolt holes together
(provided neither members nor holes are thereby distorted) but all force must be removed before
the bolt is inserted. Otherwise strain shall be deemed to be present and the structure may be
rejected even though it may be, in all other respects, in conformity with the specification.

13.3.7. The back of the inner angle irons of lap joints shall be chamfered and the ends of the
members cut where necessary and such other measures taken as shall ensure that all
members can be bolted together without strain or distortion. In particular, steps shall be taken
to relieve stress in cold worked steel so as to prevent the onset of embitterment during
galvanizing.

13.3.8. Similar parts shall be interchangeable.

13.3.9. Shapes and plates shall be fabricated and assembled in the shop to the greatest extent
practicable. Shearing flame cutting and chipping shall be done carefully, neatly and
accurately. Holes shall be cut, drilled or punched at right angles to the surface and shall not
be made or enlarged by burning. Holes shall be clean-cut without torn or ragged edges, and
burrs resulting from drilling or reaming operations shall be removed with the proper tool.

13.3.10. Shapes and plates shall be fabricated to the tolerance that shall permit field erection
within tolerance, except as otherwise specified. All fabrication shall be carried out in a neat
and workmanlike manner so as to facilitate cleaning, painting, galvanizing and inspection
and to avoid areas in which water and other matter can lodge.

13.3.11. Contact surfaces at all connections shall be free of loose scale, dirt, burrs, oil and
other foreign materials that might prevent solid seating of the parts.

13.3.12. Welded joints not permissible.

13.3.13. The rolling and cutting tolerance for steel product conforming to IS: 266 shall be
those specified in the IS: 1852- 1973 with latest revision. All dimensions are subject to the
following tolerances:

a) dimensions up to and including 50mm: +1mm: and


b) Dimensions greater than 50mm: +2%

13.3.14. The channel cross arm shall be properly brushed to make it free from rust.

CONTRACTOR NO. OF CORRECTION SDE EE 487


DETAILED SPECIFICATION JIGAON PDN FOR LIS NO. 13,14 & 15

TECHNICAL SPECIFICATION FOR DISTRIBUTION TRANSFORMER

14.1.0. SCOPE

16.1.1. This section of the specifications is intended to cover requirements for design,
engineering, manufacture, testing/inspection at manufacturer’ works before dispatch,
forwarding, packing, transporting and delivery at site of outdoor type naturally air-cooled,
33kV/433-250V Distribution Transformers of capacities 1600 & 250 KVA complete with all
accessories/fittings and spare parts. The Contractor shall quote the price of transformer
complete with first filling of oil.

14.2.0. BIDDING

16.2.1. Each Technical Proposal must be accompanied by each of the following information/
documents with sufficient details along with other documents and information mentioned
elsewhere to enable the purchaser to make an appraisal of the quality and suitability of the
material and equipment offered.

a. Type test certificates of transformer of identical design from a nationally recognized


laboratory, preferably at CPRI/ERDA laboratory. The Type test certificates should not be
more than 3 (three) years old. The type rest certificates should also be accompanied by the
drawings of equipment tested so that the test certificates can be directly linked to the
equipment offered. In this regard following points shall also be noted:

Equipment which have not been type tested as above shall not be accepted. A promise
or agreement by a Contractor to have the equipment tested after award of a contract is
not acceptable.

b. Type Test reports to be acceptable must relate directly to the equipment offered.
Type Test reports for a higher class/rating of equipment are acceptable with a
commitment from Contractor that the type test shall be performed free of charge on
the particular equipment after

The award of contract.

c. Guaranteed and Other Particulars in the formats given at the end of the Section of this
document. The bid should also be accompanied by manufacturer’s literatures and brochures.

14.2.2. Failure to meet the requirement of this Clause 4.2.0 shall render a Bid non-
responsive.

CONTRACTOR NO. OF CORRECTION SDE EE 489


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO.-13,14 &
15

14.3.0. STANDARDS

16.3.1. The Transformer and associated accessories shall conform to the latest issues of the
standards as given below, except to the extent explicitly modified in this specification.
1) CBIP manual on Transformers. Publication no 275

2) Power Transformers IS: 2026, IEC 76

3) Insulating oils for transformers and switchgears IS: 335

4) Bushings for alternating voltages above 1000 V IS: 2099

5) Creep age distance (mm) IS: 3347

6) Outdoor Bushings IS: 3347, DIN 42531 to 33

7) Specification for low voltage bushings IS: 7421

8) Dimensions for clamping arrangements for bushings IS: 4257

9) Specification for Al Wire rods IS: 5434, ASTM B-233

10) Specification for Insulating Kraft Paper IS: 9335, IEC 554

11) Specification for Insulating Press Board IS: 1576, IEC 641

12) Code of practice for installation and maintenance IS:


10028 Of transformers

13) Guide for loading of oil immersed transformers IS: 6600

14) Paper covered Aluminium conductor IS: 6162

15) Rectangular Electrical conductor for electrical machine IS: 6160

16) Electrical Power connector IS: 5561

17) Colours for ready mix paints. IS: 5

18) Ready mixed paint, brushing zinc chromate, priming IS 104

19) Specification for Copper wire rod IS 12444, ASTM B-49

20) Testing for steel sheets and strips and magnetic circuits IS-649

1.1 In case equipment conforms to other international standard which ensure equivalent
or better performance than that specified under Clause 16.3.1, then relevant Standards
shall be forwarded with the bid.
14.4.0. GENERAL SERVICE CONDITION

16.4.1. The climatic conditions at site under which the equipment shall operate
satisfactorily are as follows:-

Contractor No. of corrections SDE Executive Engineer 490


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO.-13,14 &
15

a. Maximum temperature of air in shade 50o C

b. Minimum temperature of air in shade: - 2o C

c. Maximum average daily ambient air temperature 400C

d. Maximum yearly weighted average ambient temperature 320C

e. Maximum Humidity: 100%

f. Average of rainy days per annum: 150

g. Average number of days of thunderstorm per annum: 45

h. Average number of days of dust storm per annum: 25


i. Average annual rainfall: 2280 mm

j. Number of months of tropical monsoon per annum: 5 (May to Sept)

k. Maximum wind pressure: 150Kg/m2

l. Altitude (above mean sea level): 50 to 200 m

14.5.0. GENERAL TECHNICAL SPECIFICATIONS:

14.5.1. The Distribution transformer shall be 3-phase; oil immersed and shall have core
type construction, and should be suitable for outdoor service in hot and humid tropical
climate.

14.5.2. The transformers and all its accessories shall be designed to withstand without
injury, the thermal and mechanical effects of any external short circuit to earth and of
short circuits at the terminals of any winding of values and duration specified in IS-2026.

14.5.3. The transformer shall be capable of being loaded in accordance with IS: 6600.

There shall be no limitation imposed by bushings etc.

14.5.4. The transformer shall be capable of being operated without danger on any
tapping at the rated kVA with voltage variation of plus or minus 10% corresponding to
the voltage of that tapping with normal temperature rise. The design adopted to achieve
this shall be indicated in detail in the offer.

14.5.5. The transformer shall be suitable for continuous operation with frequency
variation of } 5% from normal 50Hz.Combined voltage and frequency variation should
not exceed the rated V/f ratio by 10%.

14.5.6. Transformer shall be capable of withstanding thermal and mechanical stress


caused by symmetrical or asymmetrical faults on any winding. The calculation for the
same to be submitted along with the offer

14.5.7. Transformer shall accept, without injurious heating, combined voltage and
frequency fluctuation, which produces the following over fluxing conditions:

14.5.8. i) 125% for 1 minute or 140% for 5 seconds

Contractor No. of corrections SDE Executive Engineer 491


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO.-13,14 &
15

14.5.9. ii) Over fluxing withstand characteristics up to 140% shall be submitted along
with the bid.
14.5.10. The thermal ability to withstand short circuit shall be demonstrated by
calculation.
14.5.11. The maximum flux density in any part of the core and yokes, at normal voltage
and frequency of transformer shall be such that the flux density under over voltage
condition as per Clause 16.5.5 above shall not exceed 1.9 Tesla.
14.5.12. Maximum Flux Density in any part of the core and yoke at rated KVA,
Maximum System voltage [36 KV] and minimum system frequency [48.5 HZ] shall not
exceed 1.6 Tesla.
14.5.13. The maximum magnetizing current at 110% rated voltage shall not be more
than 125% of that at 100% rated voltage. Accordingly, the operating flux density for
design should be carefully chosen within the stipulated value to achieve the above
requirement. The Contractor shall quote the practically achievable no load current at
different percentages of rated voltage as per Guaranteed Technical Particulars which
shall be verified during no load test.
14.5.14. The maximum current density in any winding shall not exceed 2.50A/sq.mm.

14.6.0. SUPPRESSION OF HARMONICS

The transformers shall be designed with particular attention to the suppression of


harmonic voltage, especially the third and fifth, so as to eliminate wave form distortion.

14.7.0. CENTRE OF GRAVITY

The centre of gravity of the assembled transformers shall be low and as near to the
vertical centre line as possible. The transformer shall be stable with or without oil. If the
centre of gravity is eccentric relating to track either with or without oil, its location shall
be shown on the outline drawing.

14.8.0. GENERAL CONSTRUCTIONAL FEATURES

16.8.1. GENERAL

16.8.1.1. All material used shall be of best quality and of the class most suitable for
working under the conditions specified and shall withstand the variations of temperature
and atmospheric conditions without distortion or deterioration or the setting up of undue
stresses in any part and also without effecting the strength and suitability of the various
parts for the work which they have to perform.

14.8.1.2. Similar parts, particularly removable ones, shall be interchangeable.

14.8.1.3. Pipes, screws, studs, nuts and bolts used for external connections shall be as per
the relevant standards. Steel bolts and nuts exposed to atmosphere shall be galvanized.

14.8.1.4. Nuts, bolts and pins used inside the transformers and tap changer shall be
provided with lock washers or locknuts.

14.8.1.5. Exposed parts shall not have pockets where water can collect.

14.8.1.6. Internal design of transformer shall ensure that air/gas is not trapped in any
location.

Contractor No. of corrections SDE Executive Engineer 492


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO.-13,14 &
15

14.8.1.7. Material in contact with oil shall be such as not to contribute to the formation
of acid in oil. Surface in contact with oil shall not be galvanized or cadmium plated.

14.8.1.8. Labels, indelibly marked, shall be provided for all identifiable accessories. All
label plates shall be of non-corrodible material.

14.8.1.9. All internal connections and fastenings shall be capable of operating under
overloads and over excitation, allowed as per specified standards without injury.

14.8.1.10. Transformer and accessories shall be designed to facilitate proper operation,


inspection, maintenance and repairs.

14.8.1.11. No patching, plugging, shimming or other such means of overcoming defects;


discrepancies or errors shall be accepted.

14.9.0. SURFACE PREPERATION & PAINTING

14.9.1. GENERAL

Refer to Clause 4.13.1, 4.13.2, of Section – 4 16.9.1.1. Of this document.

14.10.0. CORE (MAGNETIC CIRCUIT) AND CONSTRUCTIONAL FEATURES OF


CORE

14.10.1. Refer to Clause No. 4.13.4, 4.13.5, 4.13.5, 4.13.6, 4.13.7, of Section-4, of this
bidding document.

14.11.0. WINDING

14.11.1. GENERAL

i. The current density of copper in any part of the windings shall not exceed 2.50
Amps/Sq. mm.

ii. All windings shall be made of electrolytic high conductivity copper for transformer of
capacity 250 KVA and above and shaped and braced to provide for expansion and
contraction due to temperature changes. Winding shall be fully insulated as defined in IS:
2026. All neutral points shall be insulated for the voltage specified in IS: 2026. The
winding shall be so designed that all coil assemblies of identical voltage, rating shall be
interchangeable.

iii. HV winding shall be of continuous disc type.

iv. LV coil shall be spiral type winding construction.

v. Coil shall be clamped by 8 (eight) numbers of stud and the size should not be less than 20
mm.

vi. LV winding shall be such that neutral formation shall be at top.

vii. Conductor covering for HV winding shall be TPC with minimum 0.35 mm thickness
and for LV conductor TPC with minimum 0.50 mm thickness.

Contractor No. of corrections SDE Executive Engineer 493


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO.-13,14 & 15

viii. Interlayer insulation shall be Nomex/Epoxy dotted Kraft Paper.

ix. Distribution Transformers shall be designed to withstand the impulse and power
frequency test voltages as per IS: 2026.

x. Magnitude of impulse surges transferred from HV to LV windings by induction and


capacitance coupling shall be limited to B.I.L. of LV winding.

xi. The completed core and coil assembly shall be dried in vacuum at not more than 0.5mm
of mercury absolute pressure and shall be immediately impregnated with oil after the
drying process to ensure the elimination of air and moisture within the insulation. Vacuum
may be applied in either vacuum oven or in the transformer tank

xii. Winding shall be subjected to a shrinking and seasoning process, so that no further
shrinkage occurs during service. Adjustable devices shall be provided for taking up
possible shrinkage in service.

xiii. Winding shall not contain sharp bends which might damage the insulation or produce
high dielectric stresses. No strip conductor wound on edge shall have width exceeding six
times the thickness.
xiv. Varnish application on coil windings may be given only for mechanical protection and
not for improvement in dielectric properties. In no case varnish or other adhesive be used
which shall seal the coil and prevent evacuation of air and moisture and impregnation by
oil.

xv. The winding shall be designed to reduce to a minimum, the out-of balance forces in the
transformers at all voltage ratios.

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

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

xviii. Terminals of all windings shall be brought out of the tank through bushings for
external connections

xix. The winding shall be so designed that all coil assemblies of identical voltage ratings
shall be interchangeable and field repairs to the winding can be made readily without
special equipment. The coils shall have high dielectric strength

xx. All leads from windings to terminals shall be rigidly supported to prevent injury from
vibration. Guide tubes may be used where possible.

14.11.2. BRACING OF WINDINGS

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

i. Coil clamping rings shall be of suitable insulating material.

Contractor No. of corrections SDE Executive Engineer 494


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO.-13,14 & 15

ii. Permanent current carrying joints in the windings and leads shall be welded or brazed.
Clamping bolts for current carrying parts inside oil shall be made of oil resistant material
which shall not be affected by acidity in the oil steel bolts, if used, shall be suitably treated.

iii. Adequate barriers shall be provided between coils and core and between high and low voltage
coil. End turns shall have additional protection against abnormal line disturbances.
iv. Coil should be clamped by 8 (eight) numbers of 20 mm dia tie rods between top and
bottom yoke support channels.

14.11.3. BOLTS AND NUTS

14.11.3.1. Steel bolts and nuts exposed to atmosphere with suitable finishes like cadmium
plated or zinc plated passivity shall be used for diameter above 6 mm.

14.11.3.2. Brass bolts and nuts of less than 6 mm shall not be used for electrical connections.
Where smaller size is required, stainless steel or phosphor bronze may be used. Sizes and
threads shall be as per Indian Standard, wherever, available, otherwise equivalent British
Standard shall be followed.

14.11.3.3. All nuts and bolts and pins shall be locked in position with the exception of those
external to the transformer. The bolts shall be fitted in such a manner that in the event of the
nut working loose and falling off, the bolts shall remain in position.

14.11.3.4. All bolts, nuts and washers in contact with non-ferrous parts which carry current
and are exposed to atmosphere shall be of phosphor bronze, where transfer of current is
through bolts.

14.11.3.5. If bolts and nuts are placed that are in accessible by means of ordinary spanners,
suitable special spanners shall be provided by the supplier.

14.12.0. INSULATION MATERIAL:

14.12.1. Electrical grade insulation epoxy dotted Kraft Paper/Nomex and pressboard of
standard make or any other superior material subject to approval of the purchaser shall be
used.

14.12.2. All spacers, axial wedges / runners used in windings shall be made of pre-compressed
Pressboard solid, conforming to type B 3.1 of IEC 641 – 3 – 2 . For cross-over coil winding of
HV all spacers shall be properly sheared and dovetail punched to ensure proper locking. All
axial wedges / runners shall be properly milled to dovetail shape so that they pass through
the designed spacers freely. Insulation shearing, cutting, milling and punching operations
shall be carried out in such a way, that there should not be any burr and dimensional
variations.

14.12.3. Insulating Oil

14.12.3.1. Refer to Clause No. 4.13.10, of Section-4 of this bidding document.

14.13.0. ACCESSORIES & FITTINGS

14.13.1. BUSHINGS:

14.13.1.1. The bushing shall conform to the relevant standards specified and shall be of
outdoor type. The bushing rods and nuts shall be made of brass material 12 mm diameter for
HT bushings. The test as per latest IS: 2099 and IS: 7421 shall be conducted on the
transformer bushings.

Contractor No. of corrections SDE Executive Engineer 495


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO.-13,14 & 15

14.13.1.2. The HV side shall be protected by HRC fuse and the fuse shall be kept prior to
bushings. The termination of both the LV and HV bushing shall be through XLPE cable of
appropriate ratings.

14.13.1.3. Both HV and LV side bushings shall be mounted horizontally and shall be
covered steel sheet of minimum 3.15 mm. The protection class of cover shall be IP55 grade.

14.13.1.4. For protection of LV side, appropriate ACB/MCCB shall be mounted inside the
LV bushings outer cover and necessary arrangement shall be made for terminations of LV
side outgoing cables.

14.13.1.5. The LV side bushing should be of epoxy type conforming to relevant standards.

14.13.1.6. For 33 KV, 36 kV class bushing and for 0.433 kV, 1.1 kV class bushing shall be
used.

14.13.1.7. Dimensions of the bushings of the voltage class shall conform to the Standards
specified and dimension of clamping arrangement shall be as per IS: 4257.

14.13.1.8. Minimum external phase to phase and phase to earth clearances of bushing
terminals shall be as per relevant standards

14.13.1.9. Brazing of all inter connections; jumpers from winding to bushing shall have cross
section larger than the winding conductor. All the Brazes shall be qualified as per ASME,
section-IX.

14.13.2. TERMINAL CONNECTORS

14.13.2.1. HV side terminal arrangement shall be connected by ACSR WOLF conductor.

Connector shall be of universal type.

14.13.2.2. For LV side of 1600 MVA, terminal arrangement shall be designed to


accommodate 4 nos. 1-coe 1000 mm2 XLPE cable in one phase and total gland shall be 21
nos.

14.13.3. Earthling Terminal

14.13.3.1. Two earthling pads (each complete with two nos. (2) tapped holes, M 8 bolts,
plain and spring washers) suitable for connection to 40x6 mm galvanized steel flat shall be
provided each at position close to the two (2) diagonally bottom corners of the tank.

14.14.0. PROTECTION & MEASURING DEVICES

14.14.1. Conservator Tank

14.14.1.1. The conservator tank shall have adequate capacity between highest and lowest
visible levels to meet the requirement of the expansion of the total cold oil volume in the
transformer from minimum ambient temperature to 90°C. The total volume of conservator
shall be 10% of total oil in the transformer.

14.14.1.2. The conservator feed pipe shall be extended 25 mm upwards from the conservator
bed so that a sump is created and the design of feed pipe to transformer tank should be such
that the oil from conservator does not fall directly to the core & coil assembly.

14.14.1.3. The conservator should have one oil filling hole of 32 mm size with casketed
cover. One air release plug of 15mm size shall be required.

Contractor No. of corrections SDE Executive Engineer 496


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO.-13,14 & 15

16.14.1.4. The conservator tank shall be bolted into position so that it can be removed for
cleaning purposes.

14.14.1.5. The conservator tank shall be fitted with prismatic oil level gauge with minimum
and maximum marking.

16.14.1.6. The conservator tank shall be provided in a position not to obstruct the electrical
connections to the transformers.

14.14.1.7. Conservator tank shall be fitted with dial type MOLG for rating 1.6MVA.

14.14.2. Pressure Relief Device

14.14.2.1. Pressure relief device shall be provided at suitable locations which shall be of
sufficient size for rapid release of any pressure that may be generated in the tank and which
may result in damage to the equipment. The device shall operate at the static pressure of less
than the hydraulic test pressure of transformer tank. It shall be mounted directly on the tank.
14.14.3. Oil Preservation Equipment

14.14.3.1. Conservator shall be fitted with Air Cell for rating 1.6 MVA with two numbers
8mm air release valve.

14.14.3.2. Air Cell healthy alarm is required; as such device to detect failure of air cell is to
be fitted.

14.14.4. Oil sealing breather

14.14.5. The conservator shall be fitted with a dehydrating filter breather. It shall be so
designed that

i. Passage of air is through a dust filter & Silica gel

ii. Silica gel is isolated from atmosphere by an oil seal.

iii. Moisture absorption indicated by a change in colour of the crystals can be easily observed
from a distance.

iv. Breather is mounted not more than 1200 mm above rail top level.

v. The breather should have at least 3000g of silica gel per KL of oil.

14.14.6. BUCHHOLZ ELAY

14.14.6.1. Buchholz relay with alarm and trip contact shall be provided for transformer rating
1.6 MVA.

14.15.0. RADIATORS & VALVES

14.15.1. Radiators shall be of press steel having thickness of 1.2 mm Cold Rolled
Continuously Annealed (CRCA) sheet. And design should be such that all painted surface
can be thoroughly cleaned by hand

14.15.2. VALVES

14.15.2.1. One no. 50 NB valve for oil filtration and 32NB valve for 250 KVA transformers.

Contractor No. of corrections SDE Executive Engineer 497


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO.-13,14 & 15

14.15.2.2. One no 50 NB bottom drain valve and 32NB valve for 250 KVA transformer.

14.15.2.3. Radiators shall be connected through appropriate size of butter fly valve.

14.15.2.4. 8 mm valves for top and bottom oil sampling to be fitted.

14.15.2.5. 15 mm air release plug at the top cover.

14.15.2.6. 15 NB bottom valve for sludge removal.

14.15.2.7. Valves shall be of Gun metal.

14.16.0. FITTINGS AND ACCESORIES

14.16.1. The following fittings shall be provided on each transformer

a. Conservator fitted with oil filling hole and cap.

b. Air cell for transformer rating 1.6 MVA.


c. MOLG for conservator

d. Oil and Winding dial type temperature meter with alarm and trip contact for transformer
rating 1.6 MVA.

e. Buchholz relay for rating 1.6 MVA

f. Prismatic type oil gauge

g.Silica gel breather with oil seal.

h.Pressure relief device for main tank.

i. Pocket on tank cover (placed at mid position) for thermometers.

j. Compensation CT for winding temperature.

k.Clamps for HV side LA with earthling strip.

l. Oil level indicator for transformer tank.

m. Valves:-as referred to Clause No. 16.15.2

n.Earthling terminals with lugs- 2 nos.

o. Rating and diagram plate, non-detachable.

p. Lifting lugs for main tank and top cover.

q. Inspection covers.

r. Terminal connectors on the HV/LV bushing

s. Bi-directional flanged rollers with locking and bolting device.

t. Base channel

Contractor No. of corrections SDE Executive Engineer 498


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO.-13,14 & 15

u. IP 55 protected 3.15 mm sheet steel Marshalling box with gland plate, Paint shall be
polyurethane. (For 1.6 MVA)

v. Foundation bolts for wheel locking devices of Transformer shall be supplied by the
Supplier

w. Rating Plate.

MEASUREMENT & PAYMENT FOR ITEMS COVERED UNDER SECTION- VI:

33 KV TRANSMISSION LINE & SWITCH YARD

Measurement of work shall be done as per approved estimate based on vetted design &
drawings. Payment shall be done as per Schedule of Payment, Volume-2.

Note: - For the items of other works, not mentioned in above specifications
contractor has to prepare and submit the technical specification based on relevant IS code,
guidelines of the State government/ concern department/manufacturer along with the
details design and drawings. The technical specifications will be vetted and approved along
with design and drawings. The contractor has to execute the work on
the basis of approved relevant civil/mechanical/Electrical department & WRD

Maharashtra technical specifications.

Contractor No. of corrections SDE Executive Engineer 499


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

CONDITIONS OF CONTRACT
CLAUSE 1

A SECURITY DEPOSIT:-

The person / persons whose Tender may be accepted (herein after called
the contractor, which expression shall unless excluded by or repugnant to the context
include his heirs, executors, administrators, and assigns) shall (A) within 10 days (which
may be extended by the Superintending Engineer concerned up to 15 days if the
Superintending Engineer thinks fit to do so) of the receipt by him of the Notification of the
acceptance of this tender, deposit with the Executive Engineer in the form of Demand Draft
or Irrevocable Bank Guarantee of Nationalized / Scheduled Bank situated in the State of
Maharashtra endorsed in favour of the Executive Engineer a sum sufficient which will make
up the initial security deposit specified in the Tender Form at para (d) (i) of
memorandum. It shall be lawful for the Corporation at the time of making any payment to the
contractor for work done under contract to make up the full amount of Security Deposit as
specified in memorandum at para (d) (ii) by deducting a sufficient sum at the rates
specified at (f) of memorandum from every such payment as last aforesaid until the full
amount of Security Deposit is made up. All compensation or other sums of money payable
by the contractor to Corporation under the terms of his contract may be deducted from or paid
by the sale of sufficient part of his security deposit or from the interest arising there from, or
from any sums which may be due or may become due by Corporation to the contractor
under any other contract or transaction of any nature on any account whatsoever, and in the
event of his security deposit being reduced by reason of any such deduction or sale
as aforesaid, the contractor shall, within ten days thereafter, make good in Demand Draft or
Corporation securities endorsed as aforesaid any sum or sums which may have been deducted
from or raised by sale of his security deposit or any part thereof. The security deposit referred
to, when paid in Demand Draft may, at the cost of the depositor, be converted, into
interest bearing securities from any Nationalized or Scheduled bank’s branch situated in the
State of Maharashtra provided that the depositor has expressly desired this in writing. The
security deposit will not to be accepted in the form of insurance company’s bond as per
Government orders contained CCM/PWD/CAT-4250-S dated 27-12-1956.

B ADDITIONAL PERFORMANCE SECURITY DEPOSITE

In case of offer quoted by the tenderer is less than estimated cost put to tender should be
As per Water Resources Department Govt. Resolution No.निनिदा-0417/प्र.क्र.247/मोप्र-1
नद. 30 िोव्हें बर 2018.
After opening of Envelope No.1 and Envelope No.2, If quoted offer of the L-1 bidder is
found below the estimated cost, then L-1 bidder should submit the required “Additional
Performance Security” within the period of Eight days from the date of opening of Envelope
No.1 & Envelope No.2, in the form of Demand Draft/Bank Guarantee. The L-1 bidder should
take cognizance that this time limit of 8 days will not be relaxed/extended for any reason.
If L-1 Bidder does not submit Additional Performance Security as stated above, then his offer
will be considered as “Non-Responsive” and Second Lowest’s (L-2) bidder will be called for
negotiations. If such L-2 is agreed to execute the work as per L-1 rates, then such L-2’s
offer will be considered for acceptance of the tender.
i) If the tenderer quote his offer up to 10% below the cost put to tender, the amount
equal to 1% of cost put to tender. (Subject to minimum Rs.1000/-)
Example : below by more than 1% to 10 % -- 1% of amount put to tender.
ii) If the tenderer quotes his offer more than 10% below (offer below than 10%) the cost

CONTRACTOR NO OF CORRECTIONS SDE EE 92


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

put to tender, the cumulative amount which is equal to the amount by which offer is
more than 10% below plus the amount as per (i) above.
Example: If quoted rate is 14% below then performance security will be 1% +(14-10)% =
1% + 4% = 5% of the amount put to tender.

ii) If L-1 tenderer offer is more than 10% below up to 15% of the estimated cost
put to tender than he should submit Additional Performance Security of 1% for every
percent after 10% below percentage in addition to the cost of 1% performance
Security mentioned as per (i) above.

iv) If L-1 tenderer offer is more than 15% below the estimated cost put to tender
than he should submit Additional Performance Security 2% for every percent after
15% below percentage in addition to the cost of 6% Additional Performance Security
mentioned as per (i) & (iii) above
Example: If L-1 tenders offer is 19% below the estimated cost put to tender, then he
should submit (1% for below upto 10% Plus 5% for below upto 15% & two times for
remaining percentage i.e. (6%+ (19%-15%) x 2%) = 14%) i.e. Total 14% amount of
the cost put to tender as Additional Performance Security.
v) DD/Bank Guarantee shall be drawn in the name of Executive Engineer,
Jigaon Lift Irrigation Division, Khamgaon
vi) DD/Bank Guarantee shall be drawn on Nationalized or scheduled banks.
vii) Validity of DD shall be minimum 3 months from the date of submission of
tender.
viii) Validity of Bank Guarantee shall be the period of one month after completion
of defect liability period.
ix) The Demand Draft/Bank Guarantee shall be submitted in the office of
Executive Engineer, Jigaon Lift Irrigation Division, Khamgaon within stipulated
period of eight days. This period of 8 days shall not be relaxed for any reasons
whatsoever as mentioned above. Name of work & E-tender number shall be
written on envelope.
x) It is essential to have bank’s MICR & IFSC code on DD/BG.
xi) Executive Engineer shall return the amount of Performance Security within 3
month after satisfactory completion of work.
xii) The Demand Draft/Bank Guarantee submitted by contractor is found to be
false, the earnest money shall be forfeited & he shall be banned to participate
in tender process for a period of 3 years in Water Resources Department.
Note :- for calculating the amount of ADDITIONAL PERFORMANCE SECURITY
contractors offer will be calculated in percentage rounded upto two decimal points
only.

CLAUSE 2

COMPENSATION FOR DELAY

The time allowed for carrying out the work as entered in the tender shall be
strictly observed by the contractor and shall be reckoned from the date on which the order
to commence work is given to the contractor. The work shall throughout the stipulated period
of the contract be proceeded with, with all due diligence (time being deemed to be the
essence of the contract on the part of the contractor). and further to ensure good progress

CONTRACTOR NO OF CORRECTIONS SDE EE 93


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

during the execution of the work, the contractor shall be bound in all cases in which the time
allowed for any work exceeds one month to complete the part works in specified time slice as
per milestone given in Section VI of volume-II. If the contractor has not achieved the target as
per physical programme of all items with respect to time as given in Section VI of volume-II
then the compensation will be recovered with prior notice to the contractor till the achievement
of particular target as decided by the Engineer-in-charge. In the event of the contractor failing
to comply with this condition and the contractor shall pay as compensation an amount equal
to one percent or such smaller amount as the Superintending Engineer (whose decision
in writing shall be final) may decide of amount of the estimated cost of the whole work as
shown by Bidder for every day that the work remains incomplete, non-commenced or
unfinished after the proper dates. And further to ensure good progress during execution of
the work, the contractor shall be bound, in all cases in which the time allowed for any work
exceeds one month to complete. Provided always that the total amount of compensation to be
paid under the provisions of this clause shall Not exceed 10 per cent of the estimated cost of
the work as shown in the tender. Superintending Engineer should be the final authority in
this respect.

The programmed for completion of work is attached herewith. The contractor is


supposed to carry out the work and keep the progress as per milestone given in Section VI of
volume-II. The contractor should complete the work as per phase period given in Month wise
programme.

CLAUSE 3

ACTION WHEN WHOLE OF SECURITY DEPOSIT IS FORFEITED

In any case in which under any clause of this contract the contractor shall
have rendered himself liable to pay compensation amounting to the whole of security
deposit whether paid in one sum or deducted by instalments or in the case of
abandonment of the work owing to serious illness or death of the contractor or any other
cause the Executive Engineer, on behalf of the Corporation, shall have power to adopt
any of the following courses, as he may deem best suited to the interest of Corporation.

a. To rescind the contract (for which rescission Notice in writing to the contractor under
the hand of Executive Engineer shall be conclusive evidence) and in that case the
security deposit of the contractor shall stand forfeited and be absolutely at the disposal
of Corporation.

b. To carry out the work or any part of the work departmentally debiting the
contractor with the cost of the work, expenditure incurred on tools and plant, and
charges on additional supervisory staff including the cost of work-charged establishment
employed for getting the un-executed part of the work completed and crediting
him with the value of the work done departmentally in all respects in the same manner
and at the same rates as if it had been carried out by the contractor under the terms of
his contract. The certificate of the Executive Engineer as to the costs and other allied
expenses so incurred and as to the value of the work so done departmentally shall be
final and conclusive against the contractor.

c. To order that the work of the contractor be measured up and to take such part thereof
as shall be unexecuted out of his hands, and to give it to another contractor to complete,
in which case all expenses incurred on advertisement for fixing a new contracting
agency, additional supervisory staff including the cost of work charged establishment
and the cost of the work executed by the new contract agency will be debited to the
contractor and the value of the work done or executed through the new contractor shall

CONTRACTOR NO OF CORRECTIONS SDE EE 94


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

be credited to the contractor in all respects and in the same manner and at the same rates
as if it had been carried out by the contractor under the terms of his contract. The
certificate of the Executive Engineer as to all the cost of the work and other
expenses incurred as aforesaid for or in getting the unexecuted work done by the new
contractor and as to the value of the work so done shall be final and conclusive against
the contractor,

In case the contract shall be rescinded under clause (a) above, the contractor shall Not
be entitled to recover or be paid, any sum for any work therefore actually performed
by him under this contract unless and until the Executive Engineer shall have
certified in writing the performance of the such work and the amount payable to
him in respect thereof and he shall only be entitled to be paid the amount so certified.
In the event of either of the courses referred to in clause (b) or (c) being adopted and the
cost of the work executed departmentally or through a new contractor and other allied
expenses exceeding the. value of such work credited to the contractors the amount of
excess shall be deducted from any money due to the contractor, by Corporation under
the contract or otherwise howsoever or from his security deposit or the sale proceeds
thereof provided, however, that contractor shall have No claim against Corporation
even if the certified value of the work done departmentally or through a new contractor
exceeds the certified cost of such work and allied expenses, provided always that
whichever of the three courses mentioned in clause (a), (b) or (c) being adopted and the
cost of the work executed exceeding the value of such work credited to the contractors
the amount by Corporation under the contract or otherwise.

CLAUSE 4

ACTION WHEN THE PROGRESS OF ANY PARTICULAR PORTION OF THE


WORK IS UNSATISFACTORY

If the progress of any particular portion of the work is unsatisfactory, the


Executive Engineer shall Notwithstanding that the general progress of the work is in
accordance with the conditions mentioned in clause 2, be entitled to take action as under
after giving the contractor 10 days' Notice in writing.

The Engineer-in-charge will have to order that the work of the contractor
be measured up and to take such part thereof as shall be unexecuted out of his hands,
and to give it to another contractor to complete, in that case all expenses incurred to
advertisements for fixing a new contracting agency, additional supervisory staff
including the cost of work charged establishment and the cost of the work executed
by the new contract agency will be debited to the contractor and the value of the work
done or executed through the new contractor (including escalation due) shall be credited
to the contractor in all respects and in the same manner and at the same rates as if it
had been carried out by the contractor under the terms of his contract. The certificate
of the Executive Engineer as to all the cost of the work and other expenses incurred as
aforesaid for or in getting the unexecuted work done by the new contractor and as to the
value of the work so done shall be final and conclusive against the contractor.

In case the cost of the work executed through a new contractor and
other allied expenses exceeding the value of such work credited to the contractors, the
amount of excess shall be deducted from any money due to the contractor by
Government or Corporation under the contract or otherwise howsoever or from his
security deposit and performance security deposit or the sale proceeds thereof
provided, however, that the contractor shall have No claim against Corporation even if
the certified value of the work done through a new contractor exceeds the certified cost

CONTRACTOR NO OF CORRECTIONS SDE EE 95


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

of such work and allied expenses. The contractor shall have No claims to
compensation for any loss sustained by him by reason of his having purchased, or
procured any materials, or entered into any engagements, or made any advances on
account of or with a view to the execution of the work or the performance of the contract
by reason of his having purchased, or procured any materials, or entered into any
engagements, or made any advances on account of or with a view to the execution of the
work or the performance of the contract The contractor of the whole work shall Not
be considered eligible to tender for the execution of work so withdrawn from this
contract. The contractor will have No claim for compensation, for any loss sustained by
him owing to such action.

CLAUSE 5

POWER TO TAKE POSSESSION OF OR REQUIRED REMOVAL OF OR SELL


CONTRACTOR’S PLANT

In any case in which any of the powers conferred upon the Executive
Engineer by clause 3 and 4 here of shall have become exercisable and the same shall
Not have been exercised the Non-exercise thereof shall Not constitute a waving of any
of the conditions hereof and such powers shall Not withstanding be exercisable in the
event of any future case of default by the contractor for which under any clauses
hereof he is declared liable to pay compensation amounting to the whole of his
security deposit and performance security deposit and the liability of the contractor for
past and future compensation shall remain unaffected.

In the event of the Executive Engineer taking action under clause - 3, he


may, if he so desires, take possession of all / any plant, materials and stores in or upon
the work or the site thereof or belonging to the contractor or procured by him and
intended to be used for the execution of the work or any part thereof paying or
allowing for the same in account at the contract rates or in the case of contract, rates
Not being applicable at current market rates to be certified by the Executive
Engineer whose certificate thereof shall be final. In the alternative the Executive
Engineer may, after giving Notice in writing to the contractor or his clerk of the work
foreman or other authorised agent require him to remove such tools, plant, materials or
stores from the premises within a time to be specified in such Notice and in the event
of the contractor failing to comply with any such requisition, the Executive Engineer
may remove them at the contractor's expense or sale them by auction or private sale
on account of the contractor and at his risk in all respects and the certificate of the
Executive Engineer as to the expense of any such removal and the amount of the
proceeds and expense of any such sale shall be final and conclusive against the
contractor.

CONTRACTOR NO OF CORRECTIONS SDE EE 96


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

CLAUSE 6

EXTENSION OF TIME

If the Contractor shall desire an extension of the time for completion of the work
on the ground of his having been unavoidably hindered in its execution or on any
other ground he shall apply in writing to the Executive Engineer before the expiry
of the period stipulated in tender or before the expiry of 30 days from the date on which
he was hindered as aforesaid or on which the cause for asking for extension occurred,
whichever is earlier and the Executive Engineer may, with prior approval of the officer
accepting the tender, if in his opinion, there are reasonable grounds for granting an
extension, grant such extension as he thinks necessary or proper. The decision of the
CE WRD Amravati in this matter shall be final.

CLAUSE – 6 (A) – EXTENSION OF TIME

In case of delay in handing over the land required for the work due to unforeseen
causes the contractor shall not be entitled for any compensation whatsoever from
Government or Corporation, on the ground that machinery or labour was idle for certain
period, contractor may apply for extension of time limit which may be granted on the merit
of the case.

CLAUSE 7

COMPLETION CERTIFICATE

On the completion of the work within a period of 30 days the contractor shall
be furnished with a certificate by the Executive Engineer of such completion; but No
such certificate shall be given or shall the work be considered to be complete until the
contractor shall have removed from the premises on which the work shall have
been executed all scaffolding, surplus materials and rubbish, and shall have cleaned
off the dirt from all wood work, doors, windows, walls, floor or other parts of any
building in or upon which the work, has been executed or of which he may have had
possession for the purpose of executing the work or until the work have been measured
by the Engineer-in-charge or where the measurement have been taken by his
subordinates until they have received approval of the Engineer-in-charge, the said
measurements being binding and conclusive against the contractor. If the contractor
shall fail to comply with the requirements of this clause as to the removal of scaffolding,
surplus material and rubbish and cleaning of dirt on or before the date fixed for the
completion of the work the Engineer-in- charge may at the expense of the contractor,
remove such scaffolding surplus material and rubbish and dispose off the same as he
thinks fit and clean off such dirt as aforesaid and the contractor shall forthwith pay such
amount of all expenses so incurred but shall have No claim in respect of any such
scaffolding or surplus materials as aforesaid except for any sum actually released by the
sale thereof.

CONTRACTOR NO OF CORRECTIONS SDE EE 97


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

CLAUSE 8

PAYMENT ON INTERMEDIATE CERTIFICATE TO BE REGARDED AS


ADVANCES.

No payment shall be made for any work estimated to cost less than
rupees ten thousand till after the whole of work shall have been completed and a
certificate of completion given. But in the case of works estimated to cost more than
rupees ten thousand the contractor shall on submitting a monthly bill therefore be entitled
to receive payment proportionate to the part of the work then approved and passed by
the Engineer-in-charge, whose certificate of such approval and passing of the sum so
payable shall be final and conclusive against the contractor. All such intermediate
payments shall be regarded as payments by way of advance against the final payments
only and Not as payments for work actually done and completed and shall Not preclude
the Engineer- in-charge from requiring any bad, unsound, imperfect or unskilful work to
be removed or taken away and reconstructed or re-erected Nor shall any such payment
be considered as an admission of the due performance of the contract or any part
thereof in any respect or the occurring of any claim Nor shall it conclude, determine or
effect in any other way the powers of the Engineer-in-charge as to the final settlement and
adjustment of the accounts or otherwise or in any other way vary or affect the contract.
The final bill shall be submitted by the contractor within one month of the date
fixed for the completion of the work, otherwise the Engineer in-charge's certificate of
the measurements and of the total amount payable for the work shall be final and binding
on all parties.

CLAUSE 9 – DELETED

CLAUSE 10

BILL TO BE SUBMITTED MONTHLY.

a. Before starting of work all the initial ground levels/ foundation levels shall be taken by the
authorised Engineer of the Corporation in presence of the contractor or his authorised
engineer and same shall be signed by the contractor in token of his acceptance. A
computerised L-Section, Cross S e c t i o n s and Plan showing levels s h o u l d be prepared
b y contractor and submitted to Executive Engineer based on above measurements without
which work will Not be started. Contractor shall employ a qualified Engineer as
his authorised representative to be present while taking measurements by authorised
Engineer of the Corporation. Bill to be submitted monthly. Running Account bill shall be
submitted by the contractor in each month on or before 10th day for all work executed in
the previous month on the basis of measurements taken by him or his authorised engineer.
The measurements for payments of Running Account Bills shall be taken by the
authorised Engineer of the Corporation in the presence of the contractor or his
authorised engineer and shall be recorded in Measurement Book of the Corporation
within 10 days after submission of bill by contractor. Based on the above
measurements by the contractor shall have to submit his Running Account Bills in
the bill format given by the Corporation If the contractor does Not submit the bill
within the time fixed as aforesaid, the Engineer-in-charge with a prior Notice of 7
days to the contractor may depute a subordinate to measure the said work in
presence of the contractor or his duly authorised agent whose counter signature to / on
the measurements shall be sufficient warrant and Engineer-in-charge may prepare a
bill from such measurements which shall be binding on the contractor in all respects.

CONTRACTOR NO OF CORRECTIONS SDE EE 98


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

If the contractor or his representative doesn’t remain present on the date


specified for taking measurements as specified above, then the Engineer-in-
charge shall order that the measurements be taken in absence on any day after
10 days and in this eventuality the bill prepared by the Executive Engineer shall be
binding on the contractor in all respects. As far as possible the payment of the bills will
be made monthly to the extent of availability of funds for the work under this contract.

b. The Running and final bill shall be submitted by the contractor within one month of
issue of the completion certificate pursuant to Clause 7 of this contract. The Final bill
shall be paid within 6 months of initial submission subject to the extent of availability of
funds for the work under this contract. The procedure enumerated above for the Running
account bills shall be applicable to the Running and final bill also.

CLAUSE 11

BILL TO BE ON PRINTED FORMS.

The contractor shall submit all bills on the printed forms in the format
approved by the Engineer-in-charge. The charges to be made in the bills shall always be
entered at the rates specified in the tender. In the case of any extra work ordered in
pursuance of these conditions, and Not mentioned or provided for in the tender at
the rates hereinafter provided for such work.

CLAUSE 12- DELETED

CLAUSE 13

WORKS TO BE EXECUTED IN ACCORDANCE WITH SPECIFICATIONS,


DRAWINGS, and ORDERS etc.

The contractor shall execute the whole and every part of the work in the most
substantial and workman like manner, and b o t h as r e g a r d s materials and every other
respect in strictly in accordance with specifications. The contractor shall also
confirm exactly fully and faithfully to the designs, drawing and instructions in writing
relating to the work signed by the Engineer-in-charge and lodged in his office and to
which the contractor shall be entitled to have access for the purpose of inspection at such
office, or on the site of the work during office hours.

CLAUSE 14

ALTERATIONS IN SPECIFICATIONS AND DESIGNS NOT TO INVALIDATE


CONTRACTS.

The Engineer-In-Charge shall have power to make any alteration in or additions


to the original specifications, drawings, designs and instructions that may appear to him to
be necessary or advisable during the progress of the work and the contractor shall be bound
to carry out the work in accordance with any instructions in this connection which may be
given to him in writing signed by engineer-in-charge and such alteration shall not invalidate
the contract, and any additional work which the contractor may be directed to do in the
manner above specified as part of the work shall be carried out by the contractor on the
same conditions in all respects on which he agreed to do the main work without additional
payment. Where, however, the work is to be executed according to the designs, drawings
and specifications recommended by the contractor and accepted by the competent
authority the alternations above referred to shall be within the scope of such designs,

CONTRACTOR NO OF CORRECTIONS SDE EE 99


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

drawings, and specifications appended to the tender.

CLAUSE 15

NO CLAIM TO ANY PAYMENT OR COMPENSATION FOR ALTERATION IN


OR RESTRICTION OF WORK.

1. If at any time after the execution of the contract Documents the Engineer shall for any
reason what-so-ever (other than default on the part of the contractor for which the
Corporation is entitled to rescind the contract) desires that the whole or any part of
the work specified in the tender should be suspended for any period or that the whole or
part of the work should Not be carried out at all, he shall give to the contractor a Notice
in writing of such desire and upon the receipt of such Notice the contractor shall
forthwith suspend or stop the work wholly or in part as required, after having due
regard to the appropriate stage at which the work should be stopped or suspended so
as Not to cause any damage or injury to the work already done or endanger the safety
thereof provided that the decision' of the Engineer as to the stage at which the work
or any part of it, could be or could have been safety stopped or suspended shall be
final and conclusive against the contractor. The contractor shall have No claim to any
payment or compensation whatsoever by reason of or in pursuance of any Notice as
aforesaid, on account of any suspension, stoppage or curtailment except to the extent
specified hereinafter.

2. Where the total suspension of work ordered as aforesaid continued for a


continuous period exceeding 90 days the contractor shall be at liberty to
withdraw from the contractual obligations under the contract so far as it pertains
to the unexecuted part of the work by giving a 10 days' prior Notice in writing to the
Engineer, within 30 days of the expiry of the said period of 90 days, of such intention
and requiring the Engineer to record the final measurement of the work already done and
to pay final bill. Upon giving such Notice the contractor shall be deemed to have
discharged from his obligations to complete the remaining unexecuted work under the
contract. On receipt of such Notice the Engineer shall proceed to complete the
measurements and make such payment as may be finally due to the contractor within
a period of 90 days from the receipt of such Notice in respect of the work already done by
the contractor. Such payment shall Not in any manner prejudice the right of the
contractor to any further compensation under the remaining provisions of this clause.

3. Where the Engineer-in-charge is required to suspend the work for a period in excess of
30 days at any time or 60 days in the aggregate, the contractor shall be entitled
to apply to the Engineer-in-Charge within 30 days of the resumption of work after
such suspension for payment of compensation to the extent of pecuniary loss
suffered by him in respect of working machinery remained idle on the site or on the
account of his having to pay the salary or wages of labour engaged by him during the
said period of suspension provided always that the contractor shall not be entitled to any
claim in respect of any such working machinery, salary or wages for the first 30 days
whether consecutive or in the aggregate or such suspension or in respect or any
suspension whatsoever occasioned by unsatisfactory work or any other default on
his part. The decision of the Engineer-in-Charge in this regard shall be final and
conclusive against the contractor.

CONTRACTOR NO OF CORRECTIONS SDE EE 100


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

4. In the event of –

(i) Any total stoppage of work on Notice from Engineer under sub-clause (1) in that behalf.

(ii) Withdrawal by the contractor from the contractual obligations to complete the
remaining unexecuted work under sub-clause (2) on account of continued suspension of
work for a period exceeding 90 days.

It shall be open to the contractor, within 90 days from the service of (i) the Notice of
stoppage of work or (ii) the Notice of withdrawal from the contractual obligations under
the contract on account of the continued suspension of work or (iii) Notice under clause
15 resulting in such curtailment to produce to the Engineer satisfactory
Documentary evidence that he had purchased or agreed to purchase material for
use in the contracted work, before receipt by him of the Notice of stoppage,
suspension or curtailment and require the Corporation to take over on payment such
material at the rate determined by the Engineer, provided, however, such rates shall in
no case exceed the rates at which the same was acquired by the contractor. The
Corporation shall thereafter take over the material so offered, provided the
quantities offered are Not in excess of the requirements of the unexecuted work as
specified in the accepted tender and are of quality and specifications approved by the
Engineer.

CLAUSE 16

TIME LIMIT FOR UNFORESEEN CLAIMS.

Under No circumstances whatsoever shall the contractor be entitled to any


compensation from Corporation on any account unless the contractor shall have
submitted a claim in writing to the Engineer-in-charge within one month of the case of
such claim occurring subject to provision in Clauses 30 and 40 with all authentic
Documents any evidences in support of the claim

CLAUSE 17

ACTION AND COMPENSATION PAYABLE IN CASE OF BAD WORK.

If at any time before the security deposit or any part thereof is refunded to the
contractor it shall appear to the Engineer-in-charge or his subordinates in charge of
the work, that any work has been executed with unsound, imperfect or unskilful
workmanship or with materials of inferior quality, or that any materials or articles
provided by him for the execution of the work are unsound, or of any quality inferior
to that contracted for or are otherwise Not in accordance with the contract, it shall be
lawful for the Engineer-in-charge to intimate this fact in writing to the contractor and
Notwithstanding the fact that the work, materials or articles complained of may have
been inadvertently passed, certified and paid for, the contractor shall be bound forthwith
to rectify, or remove or reconstruct the work so specified in whole or in part, as the case
may require or if so required, shall remove the materials or articles so specified
and provide other proper and suitable materials or articles at his own charge and cost
and in the event of his failing to do so within a period to be specified by the Engineer-in-
charge in the written intimation aforesaid, the contractor shall be liable to pay
compensation at the rate of one percent on the amount of the tender for every day Not
exceeding 10 days, during which the failure so continues and in the case of any such
failure the Engineer-in-charge may rectify or remove and re- execute the work or
remove, and replace the materials or articles complained of as the case may be at the

CONTRACTOR NO OF CORRECTIONS SDE EE 101


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

risk and expense in all respects of the contractor

CLAUSE 18

WORK TO BE OPEN FOR INSPECTION, CONTRACTOR OR RESPONSIBLE


AGENT TO BE PRESENT.

All works under or in course of execution or executed in pursuance of the


contract shall at all times be open to the inspection and supervision of the Engineer-in-
charge and his subordinates and the contractor shall at all times during the usual working
hours and at all other times at which reasonable Notice of the intention of the
Engineer-in-charge and his subordinate to visit the work shall have been given to the
contractor either himself be present to receive orders and instructions or have
responsible agent duly accredited in writing present for that purpose. Orders given to
the contractor's duly authorised agent shall be considered to have the same force
and effect as if they had been given to the contractor himself. Contractor should provide
for safe arrangement for inspection of work at his cost.

CLAUSE 19

NOTICE TO BE GIVEN BEFORE WORK IS COVERED UP

The contractor shall give not less than five days' Notice in writing to the
Engineer-in-charge or his subordinate in charge of the work before covering up or
otherwise placing beyond the reach of measurement any work in order that the same may
be measured and correct dimensions thereof taken before the same is so covered up or
place beyond the reach or measurements and shall Not cover up any work without the
consent in writing of the Engineer-in-charge or his subordinate in charge of the work, and
if any work shall be covered up or placed beyond the reach of measurement, without
such notice having been given or consent obtained the same shall be uncovered
at the contractor's expense and in default thereof no payment or allowance shall be
made for such work or for the materials with which the same was executed.

CLAUSE 20

CONTRACTOR LIABLE FOR DAMAGE DONE AND FOR IMPERFECTIONS.

If during the period specified at (h) in memorandum from the date of


completion as certified by the Engineer-in-charge pursuant to Clause-7 of the contract
after commissioning the work, whichever is earlier in the opinion of the Engineer-in-
charge, the said work is defective in any manner whatsoever, the contractor shall
forthwith on receipt of Notice in that behalf from the Executive Engineer, duly
commence execution and completely carry out at his cost in every respect all the work
that may be necessary for rectifying & setting right the defects specified therein
including dismantling and reconstruction of unsafe portions strictly in accordance
with and in the manner prescribed and under the supervision of the Executive
Engineer. In the event of the contractor failing or neglecting to commence execution
of the said rectification work within the period prescribed therefore in the said
Notice and / or to complete the same as aforesaid as required by the said Notice,
the Executive Engineer get the same executed and carried out departmentally or by any
other agency at the risk on account and at the cost of the contractor. The contractor
shall forthwith on demand pay to the Corporation the amount of such costs, charges and
expenses sustained or incurred by the Corporation of which the certificate of the
Executive Engineer shall be final and binding on the contractor. Such costs, charges
and expenses shall be deemed to be arrears of land revenue and on the event of the

CONTRACTOR NO OF CORRECTIONS SDE EE 102


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

contractor failing or neglecting to pay the same on demand as aforesaid without


prejudice to any other rights and remedies of the Corporation, the same may be
recovered from the contractor as arrears of land revenue. The Corporation shall also be
entitled to deduct the same from any amount which may then be payable or which
may thereafter become payable by the Corporation to the contractor either in respect
of the said work or any other work whatsoever or from the amount of security deposit
retained by Government / Corporation.

However, for the purpose of security towards the maintenance in the defects
liability period the SD at the time of final bill shall be converted into an irrevocable BG
from any branch of a Nationalized/Scheduled Bank in the State of Maharashtra. The BG
shall be for a total period of 4 year.

CLAUSE 21

CONTRACTOR TO SUPPLY PLANT, LADDERS, SCAFFOLDING ETC. AND IS


LIABLE FOR DAMAGES ARISING FROM NON PROVISIONS OF LIGHT,
FENCING ETC.

The contractor shall supply at his own cost all material plant, tools,
appliances, implements, ladders, carriage, tackle, scaffolding and temporary work
requisite for the proper execution of the work, whether in the original, altered or
substituted form, and whether included in the specification or other Documents forming
part of the contract or referred to in these conditions or Not and which may be
necessary for the purpose of satisfying or complying with the requirements of the
Engineer-in-charge as to any matter as to which under these conditions he is entitled to
be satisfied, or which he is entitled to require together with the carriage therefore to
and from the work. The contractor shall also supply without charge the requisite No of
persons with the means and materials necessary for the purpose of setting out works
and counting, weighing and assisting in the measurement or examination at any time
and from time to time of the work or the materials. The contractor shall provide all
necessary fencing and lights required to protect the public from accident and shall also be
bound to bear the expenses of defense of every suit, action or other legal proceeding
that may be brought by any person for injury sustained owing to neglect of the above
precautions and to pay damages and cost which may be awarded in any such suit, action
or proceedings to any such person or which may with the consent of the contractor be
paid in compromising any claim by any such person. List of Machinary in contractor's
possession and which they propose to use on the work should be submitted along with the
.tenderThe contractor shall indemnify the Corporation against all such claims.

CLAUSE 21 (A)

The contractor shall provide suitable scaffolds and working platforms, gangways and
stairways and shall comply with the following regulations in connections therewith.

a. Suitable scaffolds shall be provided for workmen for all works that can Not be safely
done from a ladder or by other means.

b. A scaffold shall not be constructed, taken down or substantially altered except

(i) Under the supervision of a competent and responsible person and

(ii) As far as possible by competent workers possessing adequate experience in this kind
of work.

CONTRACTOR NO OF CORRECTIONS SDE EE 103


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

c. All scaffolds and appliances connected therewith and ladders shall

(i) Be of sound material,

(ii) Be of adequate strength having regard to the loads and strains to which they will be
subjected, and

(iii) Be maintained in proper condition.

d. Scaffolds shall be so constructed that no part thereof can be displaced in consequence of


normal use.

e. Scaffolds shall not be overloaded and so far as practicable the load shall be evenly
distributed.

f. Before installing lifting gear on scaffolds special precautions shall be taken to ensure the
strength and stability of the scaffold.

g. Scaffold shall be periodically inspected by the competent person.

h. Before allowing a scaffold to be used by his workmen the contractor shall, whether the
scaffold has been erected by his workmen or not, take steps to ensure that it complies fully
with the regulations herein specified.

i. Working platform, gangways, stairways shall ,be so constructed that no part thereof can
sag unduly or unequally, be so constructed and maintained having regard to the
prevailing conditions as to reduce as far as practicable risks of persons tripping or
slipping, and be kept free from any unnecessary obstruction.

j. In the case of working platform, gangways, working places and stairways at the height
exceeding 3 meters.

(I) Every working platform and every gangway shall be closely boarded unless
other adequate measures are taken to ensure safety.

(II) Every working platform and gangway shall have adequate width and

(III) Every working platform, gangway, working places and stairways shall be
suitably fenced.

k. Every opening in the floor of a building or in a working platform shall except for the
time and to the extent required to allow the access of persons or the transport or shifting
of materials be provided with suitable means to prevent the fall of persons or materials.

l. When persons are employed on roof where there is a danger of falling from a height
exceeding 3 meters suitable precautions shall be taken to prevent the fall of persons or
materials.

m Suitable precautions shall be taken to prevent persons being struck by articles which
. might fall from scaffold or other working places.

n. Safe means of access shall be provided to all working platforms and other working
places.

o. The contractor(s) will have to make payments to the labourers as per Minimum Wages

CONTRACTOR NO OF CORRECTIONS SDE EE 104


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

Act and will have strictly followed all relevant labour laws.

CLAUSE 21 B

The contractor shall comply with the following regulations as regards the Hoisting
Appliances to be used by him:

a. Hoisting machine and tackle, including their attachments, anchorages and support
shall

(i) Be of good mechanical construction, sound material and adequate


strength and free from patent defect, and

(ii) Be kept in good repair and in good working order.

b. Every rope used in hoisting or lowering materials or as a means of suspension shall be of


suitable quality and adequate strength and free from patent defect.

c. Hoisting machine and tackle shall be examined and adequately tested after erection on a site
and before use and be re-examined in position at intervals to be prescribed by the
Corporation.

d. Every chain, ring, hook, shackle swivel and pulley block used in hoisting or lowering
materials or as a means of suspensions shall be periodically examined.

e. Every crane driver or hoisting appliance operator shall be properly qualified.

f. No person who is below the age of 18 years shall be in control of any hoisting machine,
including any scaffold winch or give signals to the operator.

g. In the case of every hoisting machine and of every chain, ring, hook, shackle, swivel pulley
block used in hoisting or lowering or as a means of suspension, the safe working load
shall be ascertained by adequate means.

h. Every hoisting machine and all gear referred to in preceding regulation shall be plainly marked
with the safe working load.

i. In case of hoisting machine having a variable safe working load, each safe working load and
the conditions under which it is applicable shall be clearly indicated.

j. No part of any hoisting machine or of any gear referred to in regulation (g) above shall be
loaded beyond the safe working load except for the purpose of testing.

k. Motors, gearing transmissions, electric wiring and other dangerous part of hoisting
appliances shall be provided with efficient safeguards.

l. Hoisting appliances shall be provided with such means as will reduce to a minimum risk of the
accidental descent of the load.

m Adequate precaution shall be taken to reduce to a minimum risk of any part of a suspended
. load becoming accidentally displaced.

CONTRACTOR NO OF CORRECTIONS SDE EE 105


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

CLAUSE 22

MEASURE FOR PREVENTION OF FIRE

The contractor shall not set fire to any standing jungle, trees, brushwood or grass
without a written permit from the competent authority under the law. When such permit is
given, and also in all cases when destroying out or dug up trees, brushwood, grass etc. by
fire, the contractor shall take the necessary measure to prevent such fire spreading to
or otherwise damaging surrounding property.The contractor shall make his own
arrangements for drinking water for the labour employed by him and provide sanitary and
.other arrangements

CLAUSE 23

LIABILITY OF CONTRACTOR FOR ANY DAMAGE DONE IN OR OUTSIDE


WORK AREA.

Compensation for all damages done intentionally or unintentionally by


contractor's labour whether in or beyond the limits of Corporation property
including any damage caused by the spreading of fire mentioned in Clause 22 shall
be estimated by the Engineer-in-charge or such other officer as he may appoint and the
estimate of the Engineer- in-charge subject to the decision of the Superintending
Engineer on appeal shall be final and the contractor shall be bound to pay the
amount of the assessed compensation on demand, failing which the same will be
recovered from the contractor as damages in the manner prescribed or deducted by the
Engineer-in-charge from any sums that may be due or become due from Corporation to
contractor under this contract or otherwise.

The contractor shall bear the expenses of defending any action or other legal
proceeding that may be brought by any persons for injury sustained by him owing to
neglect of precautions to prevent the spread of fire and he shall pay any damages and cost
that may be awarded by the court in consequence. The contractor shall indemnify
the Corporation against all such legal actions and consequences thereof.

CLAUSE 24

DELETED

CLAUSE 25

WORKS ON WEEKLY HOLIDAYS

No work shall be done on weekly local holidays without the sanction in


writing of the Engineer-in-charge

CLAUSE 26

(A) WORK NOT TO SUBLET CONTRACT MAY BE RESCINDED AND SECURITY


DEPOSIT FORFEITED SUBLETTING IF WITHOUT APPROVAL FOR BRIBING A
CORPORATION OFFICER OR CONTRACTOR BECOMES INSOLVENT.

The contractor shall not be assigned or sublet without the written approval of the
competent authority who has accepted the tender. And if the contractor shall assign or
sublet his contract, or attempt so to do, or become insolvent or commence any

CONTRACTOR NO OF CORRECTIONS SDE EE 106


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

proceeding to get himself adjudicated and insolvent or make any composition with his
creditors; or attempt so to do or if bribe, gratuity, gift, loan, perquisite reward of
advantage, pecuniary or otherwise, shall either directly or indirectly be given, promised or
offered by the contractor or any of his servants or agents to any Corporation officer or
person in the employ of Corporation In any way relating to his office or employment or
if any such officer or person shall become in any way directly or indirectly interested in
the contract, the Engineer-in-charge may thereupon by notice in writing rescind the
contract, and the security deposit of the contractor shall thereupon stand forfeited and
he absolutely at the disposal of Corporation and the same consequences shall ensure as
if the contract had been rescinded under Clause 3 hereof and in addition the contractor shall
not be entitled to recover or be paid for any work there for actually performed under the
contract.

(B) SUB-CONTRACTING

1. The Contractor may sub-contract part of the construction work, limited to 50% of the contract
value with the approval of the tender accepting authority in writing. The Executive Engineer
should satisfy himself, before recommending to the competent authority, whether the
circumstances warrant such sub-contracting; and the sub-Contractor. So proposed for the work
possesses the civil engineering work experience and adequate financial capacity for the job
proposed to be entrusted.

Any such permission shall not relieve the Contractor from any liability or obligations under
the Contract and he shall be responsible for the acts, defaults and neglects of any of his Sub-
Contractors, his agents or workmen as fully as if they were the acts, defaults or neglects of the
Contractor, his agents and workmen.

CLAUSE 27

SUM PAYABLE BY WAY OF COMPENSATION TO BE CONSIDERED AS


REASONABLE COMPENSATION WITHOUT REFERENCE TO ACTUAL LOSS.

All sums payable by a contractor by way of compensation under any of these


conditions shall be considered as a reasonable compensation to be applied to the use of
Corporation without reference to the actual loss or damage sustained and whether any
damage has or has not been sustained.

CLAUSE 28

CHANGES IN THE CONSTITUTION OF FIRM TO BE NOTIFIED

In the case of tender by firm, any change in the constitution of a firm shall be
forthwith notified by the contractor to the Engineer-in-charge for his information.

CLAUSE 29

DIRECTION AND CONTROL OF THE CHIEF ENGINEER.

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

CONTRACTOR NO OF CORRECTIONS SDE EE 107


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

CLAUSE 30

(A) DIRECTION AND CONTROL OF THE SUPERINTENDING ENGINEER

Except where otherwise specified in the contract and subject to the powers
delegated to him by Corporation under the code, rules then in force, the decision of the
Superintending Engineer of the circle for the time being shall be final, conclusive and
binding on all parties of the contract upon all question relating to the meaning of the
specifications, designs, drawings and instructions herein before mentioned and as to the
quality or workmanship or materials used on the work or as to any other question, claim,
right, matter or thing whatsoever, if any way arising out of or relating to the contract,
designs, drawings, specifications, estimates, instructions, orders or these conditions or
otherwise concerning the works or the execution or failure to execute the same, whether
arising during the progress of the work or after the completion or abandonment thereof.

CLAUSE 30

(B) DIRECTION AND CONTROL OF THE SUPERINTENDING ENGINEER

The contractor may within thirty days of receipt by him of any order passed
by the Superintending Engineer of the Circle as aforesaid appeal against it to the Chief
Engineer concerned with the contract work or project provided that

(a)The accepted value of the contract exceeds Rs.100 Lakhs (Rs. One Hundred Lakhs).

(b) Amount of claim is not less than Rs.1 lakh (Rupees one Lakhs).

CLAUSE 30

(C) DIRECTION AND CONTROL OF THE EXECUTIVE COMMITTEE / CLAIMS


COMMITTEE

If the contractor is not satisfied with the order passed by the Chief
Engineer as aforesaid, the contractor may, within thirty days of receipt by him of any
such order, appeal against it to the Executive Director of the Corporation who if
convinced that prima-facia the contractor's claim rejected by Superintending Engineer /
Chief Engineer is not frivolous and that there is some substance in the claim of the
contractor as would merit a detailed examination and decision by the Executive
Committee at Corporation level for suitable decision shall put up to such committee for
decision in respect of claims up to Rs. 50 lakhs and to claims committee at Government
level in respect of claims above Rs. 50 lakhs.

CLAUSE 31 & 32 DELETED

CLAUSE 33

ACTIONS WHERE NO SPECIFICATIONS

In the case of any class of work for which there is no such specification as is
mentioned in rule, such work shall be carried out in accordance with the Divisional
specifications and in the event of there being no Divisional specification, then in such case
the work shall be carried out in all respects in accordance with all instructions and
requirements of the Engineer-in-charge.

CONTRACTOR NO OF CORRECTIONS SDE EE 108


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

CLAUSE 34

DEFINITION OF WORK

The expression ‘Work’ or ‘Works ’ where used in these condition shall unless
there be something in the subject or context repugnant to such construction, be construed
to mean the work or works contracted to be executed under or in b y virtue of the
contract, whether temporary or permanent and whether original, altered, substituted or
additional.

CLAUSE 35 -DELETED

CLAUSE 36

PAYMENT OF QUARRY FEES AND ROYALTIES

All quarry fees, royalties for material if any shall be paid by the contractor.

The amount so paid by the contractor as royalty charges shall be reimbursed by the
department to the contractor on production of proof/challan dully certified by the revenue
authority.

CLAUSE 37

COMPENSATION UNDER WORKMEN COMPENSATION ACT.

The contractor shall be responsible for and shall pay any compensate to his
workmen payable under the Workman's Compensation Act, 1923 (VIII of 1923)
(hereinafter called the said Act) for injuries caused to the workmen. If such compensation
is payable and / or paid by Corporation as principle under sub-section (1) of section 12 of
the said Act on behalf of the contractor, it shall be recoverable by Corporation from
the contractor under sub-section (2) of the said section. Such compensation shall be
recovered in the manner laid down in C l a u s e 1 above. The contractor shall indemnify the
Government / Corporation against such compensation.

CLAUSE-37 (A)

The contractor shall be responsible for and shall pay the expenses of providing
medical aid to any workmen who may suffer a bodily injury as a result of an accident. If
such expenses are incurred by Corporation the same shall be recoverable from the contractor
forthwith and be deducted without prejudice to any other remedy of Corporation from any
amount due or that may become due to the contractor.

CLAUSE 37 (B)

The contractor shall provide all necessary personal safety equipment and first
aid apparatus available for the use of the persons employed on the site and shall maintain
the same in condition suitable for immediate use at any time and shall comply with
the following regulations inconnection therewith.

(a) The workers shall be required to use the equipment so provided by the contractor and the
contractor shall take adequate steps to ensure proper use of the equipment by those
concerned.

)b(When work is carried on in proximity to any place where there is a risk of drowning all

CONTRACTOR NO OF CORRECTIONS SDE EE 109


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

necessary equipment shall be provided and kept ready for use and all necessary steps shall
be taken for the prompt rescue of any person in danger.

(c) Adequate provision shall be made for prompt first-aid treatment of all injuries like to be
sustained during the course of the work

CLAUSE 37 (C)

The contractor shall duly comply with the provisions of The Apprentices Act,
1961 (III of 1961), the rules made there under and the orders that may be issued from
time to time under the said Act and the said rules and on his failure or neglect to do so,
he shall be subject to all the liabilities and penalties provided by the said Act and said
Rules.

CLAUSE 38

DELETED

CLAUSE 39

EMPLOYMENT OF FAMINE LABOUR

The contractor shall employ any famine labour or other labour of a particular kind
or class .if ordered in writing to do so by the Engineer- in-charge.

CLAUSE 40

NO CLAIM FOR COMPENSATION FOR DELAY IN STARTING WORK.

The contractor shall not enter upon or commence any portion of the work except with
the written authority and instructions of the Engineer-in-charge or of his subordinate in
charge of the work. Failing such authority the contractor shall have No claim to ask for
measurements of or payment of work.

CLAUSE 4 1

NO CLAIM FOR COMPENSATION FOR DELAY IN EXECUTION OF WORK.

No compensation shall be allowed for any delays i n the exec uti on of the
work on a ccount of wat er sta ndi ng in borrow pits or compartments. The rates are
inclusive for hard or cracked soil, excavation in mud, sub-soil, water standing in borrow
pits and No claim for an extra rate shall be entertained unless otherwise expressly
specified in this regards.

CLAUSE- 42

ENTERING UPON OR COMMENCING ANY PORTION OF WORK

The contractor shall not enter upon or commence any portion of the work except
with the written authority and instructions of the Engineer-in-charge or of his subordinate in
charge of the work. Failing such authority the contractor shall have No claim to ask for
measurements of or payment of work.

CONTRACTOR NO OF CORRECTIONS SDE EE 110


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

CLAUSE 43

MINIMUM AGE OF PERSONS EMPLOYED

(i) No contractor shall employ any person who is under the age of 18 years.

(ii) The Engineer-in-charge or his Agent is authorised to remove from the work, any
person or animal found working which does Not satisfy these conditions and No
responsibility shall be accepted by the Corporation for any delay, caused in the completion
of the work by such removal.

(iii) The contractor shall pay fair and reasonable wages which will Not be below the
minimum wages to the workmen employed by him in the contract undertaken by him. In
the event of any dispute arising between the contractor and his workmen on the grounds
that the wages paid are Not fair and reasonable, the dispute shall be referred without delay to
the appropriate Government Authority concerned with labour who shall decide the same. The
decision of the said Authority shall be conclusive and binding on the contractor but
such decision shall Not in any way affect the conditions in the contract regarding the
payment to be made by the Corporation at the sanctioned tender rates.

(iv) Contractor shall provide drinking water facilities to the workers. Similar amenities shall
be provided to the workers engaged on large work in urban areas.

(v) Contractor to take precaution against accidents which takes place on account of labour
using loose garments while working near machinery.

(vi) All facilities provided in the contract labour (Regulation & Abolition Act, 1970), the
Maharashtra Contract Labour Regulation and Abolition Rule, 1971, should be provided.

CLAUSE 4 4

METHOD OF PAYMENT

Payment to contractors shall be made by RTGS from any Scheduled /


Nationalised bank .

Schedule & Milestone of the payment shall be as per section IV of volume -II.

CLAUSE 4 5

ACCEPTANCE OF CONDITIONS COMPULSORY BEFORE TENDERING THE


WORK.

Any contractor who does not accept these conditions shall not be allowed
to tender for works.

CLAUSE 4 6

EMPLOYMENT OF SCARCITY LABOUR.

If Government declares a state of scarcity or famine to exist in any village


situated within 16 kilometers of the work, the contractor shall employ upon such parts of the
work, as are suitable for unskilled labour, any person certified to him by the Executive
Engineer, or by any person to whom the Executive Engineer may have delegated this duty in
writing to be in need of relief and shall be bound to pay to such person wages not below the

CONTRACTOR NO OF CORRECTIONS SDE EE 111


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

minimum which the Government may have fixed in this behalf. Any disputes which may
arise in connection with the implementation of this clause shall be decided by the
Executive Engineer whose decision shall be final and binding on the contractor.

CLAUSE 47

The price quoted by the contractors shall not in any case exceed the control price, if
any, fixed by Government or reasonable price which it is permissible for him to charge a
private purchaser for the same class and description, the controlled price or price permissible
under Hoarding and Profiteering Prevention Ordinances, 1948, as amended from time to
time. If the price quoted exceeds the controlled price or the price permissible under
Hording and Profiteering Prevention Ordinance, the contractor will specifically mention this
fact in his tender along with the reasons for quoting such higher price. The purchaser at his
discretion will in such case exercise the right of revising the price at any stage so as to
conform with the controlled price as permissible under the Hoarding and Profiteering
Prevention Ordinance. This discretion will be. exercised without prejudice to any other
action that may be taken against the contractor.

CLAUSE 48
GST Act 2017:-
A) Registration & GST Rates-
1) Bidder should indicate GSTIN No. (Copy of GST registration to be enclosed) and
PAN No. (Copy of PAN to be enclosed).
2) Tender will be considered / accepted, if & only if the bidder has a valid GST
Registration No.
3) The rates to be quoted by the Contractor / Bidder must be excluding GST but
inclusive of all other applicable taxes and duties that the Bidder will have to pay for
performance of this Contract.

B) Invoicing & Payment-


1) The Tax Invoice for supply of Goods & Services should be raised as per the
provision of GST Act & Rules and must compulsorily mention the Departments
and Bidder GSTIN No., Description of Goods or Services, Taxable value, Tax
Rate, Amount of Tax etc.
2) Reimbursement of GST to the bidder is contingent upon complying with the
following condition by the service provider.
a. Uploading the onward GST Return in GSTN Network portal within
statutory time period.
b. Discharging the GST tax liability to the Govt.
c. Submission of Tax Invoice to department.
d. Submission of proof of payment of GST to department.
e. Availment of Input Tax Credit by department.
3) GST will be paid by the employer / department on the accepted contract value at
the rates applicable to the works contract to the Bidder. The employer / department
will perform such duties in regard to the deduction of other taxes and charges at
source as per applicable law.
4) The Bidder shall be responsible for deposition of applicable GST to the concerned
authority. Extra payment towards GST will be reimbursed by the department on
account of GST after due verification and subject to submission of documentary
evidence by Engineer in Charge.
5) In case the Bidder is not liable to be registered under CGST / IGST / SGST Act, the
department shall deduct the applicable GST from his/their bills and deposit the
same to the concerned authority.

CONTRACTOR NO OF CORRECTIONS SDE EE 112


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

CLAUSE 49- DELETED

CLAUSE 50

EMPLOYMENT OF LOCALLY AVAILABLE LABOURS

The contractor shall employ the unskilled labour to be employed by him on the
said work only from locally available labour and shall give preference to those
persons enrolled under Maharashtra Government Employment and Self Employment
Department’s Scheme. Provided, however, that if the required unskilled labours are
not available locally, the contractor shall in the first instance employ such no of persons
as is available and thereafter may with previous permission. in writing of the Executive
Engineer in charge of the said work, obtain the rest of the requirement of unskilled labour
from outside the above Scheme.

CLAUSE-51

WAGES TO BE PAID TO THE SKILLED AND UNSKILLED LABOURERS


ENGAGED BY THE CONTRACTOR.

The wages to be paid to skilled and unskilled laborers engaged by the contractor.
The contractor shall pay laborers skilled and unskilled, according to the wages prescribed
by the Minimum Wages Act of 1948 applicable to the area in which the work of the
contractor is located.

Contractor shall comply with the provision of apprentices act 1961 and the rule and
orders issued there under from time to time if he fails to do so his failure will be a breach of
the contractor and the superintending engineer may in his discretion cancel the contract. The
contractor shall also be liable for any pecuniary liability arising out on account of any
violation by him of the provision of act.

The contractor shall pay the laborers skilled and unskilled, according to the wages
prescribed by the Minimum Wages Act of 1948 applicable to the area in which the work of
.the contractor is in progress
CLAUSE 52:

All amounts whatsoever which the contractor is liable to pay to the Corporation in
connection with the execution of the work including the amount payable in respect of (i)
materials and/ or stores supplied/ issued hereunder by the Corporation to the contractor (ii)
hire charges in respect of heavy plant, machinery and equipment given on hire by the
Corporation to the contractor for execution by him of the work and (iii)any out standing
advances have been given by the Corporation to the contractor shall be deemed to be arrears
of land revenue and the Corporation may without prejudice to any other rights and remedies
of the corporation recover the same from the contractor as arrears of land revenue.

CONTRACTOR NO OF CORRECTIONS SDE EE 113


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

CLAUSE 53

P.W.Dept.No.CAT/1284 (120)/ Building-2 date 14-8-85.

The contractor shall duly comply with all the provisions of the Contract Labour
(Regulation and Abolition) Act, 1970 (37 of 1970) and the Maharashtra Contract
Labour (Regulation and Abolition) Rules, 1971 as amended from time to time and all other
relevant statutes and statutory provisions concerning payment of wages particularly to
workmen employed by the contractor and working on the site of the work. In
particular the contractor shall pay wages to each worker employed by him on the site
of the work at the rates prescribed under the Maharashtra Contract Labour
(Regulation and Abolition) Rules, 1971. If the contractor fails or neglects to pay wages at
the said rates or makes short payment and the Corporation makes such payment of wages in
full or part thereof less paid by the contractor, as the case may be, the amount so paid
by the Corporation to such workers shall be deemed to be arrears of Land Revenue and
the Corporation shall be entitled to recover the same as such from the contractor or
deduct the same from the amount payable by the Corporation to the contractor hereunder
or from any other amounts payable to him by the Corporation

CLAUSE 54

The contractor shall duly comply with all the provision of the Maharashtra State
Tax on profession and Traders, calling and Employment Act, 1975. (See Rule 3 (2) ). The
contractor shall obtain certificate of registration under this Act and shall produce to
Corporation clearance certificate as and when demanded.

CLAUSE 55-Deleted

CLAUSE 56

CONDITIONS RELATING TO INSURANCE OF CONTRACT WORK


The Contractor shall take out necessary Insurance Policy / Policies (viz.
Contractor’s All risks Insurance Policy, Erection all risks insurance policy etc. as decided
by the Directorate of Insurance) so as to provide adequate insurance cover for execution
of the awarded contract work for total contract value and complete contract period
COMPULSORILY from the “ Directorate of Insurance, Maharashtra State, Mumbai” only.
Its postal address for correspondence is "264, MHADA, First floor, Opp. Kalanagar,
Bandra (East), Mumbai - 400051." (Telephone No.022- 26590403 / 26590690 and Fax
No.022-26592461 / 26590403) Similarly, all workmen appointed to complete the
contract work are required to insure under workmen’s compensation Act. Executive
Engineer shall recover Insurance policy/ premium @ the rate of 1 % of contract cost if
insurance policy from Directorate of Insurance Maharashtra State Mumbai is Not taken.
Insurance Policy / Policies taken out from any other company will Not be accepted. If any
contractor has Not taken out the insurance policy from the “Directorate of Insurance,
Maharashtra State, Mumbai” or has effected insurance with any other Insurance
Company, the same will Not be accepted and 1% of the contract amount or such amount
of premium calculated by the Government Insurance Fund will be recovered directly from
the amount payable to the Contractor for the executed contract work and paid to the
Directorate of Insurance Fund, Maharashtra State, Mumbai. The Director of Insurance
reserves the right to distribute the risks of insurance among the other insurers. The
contactor shall renew the insurance policy for the extended period of the contract. The
contractor shall also takeout additional insurance policy for the increased contract cost if
any. The contractor has to make insurance of work as per Govt. Marathi letter dated 1/7/06. The
payment of instalment made by the contractor towards this insurance will be reimbursed

CONTRACTOR NO OF CORRECTIONS SDE EE 114


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

separately to the contractor by the Engineer-in-charge after verification of original receipt


produced by the contractors per special condition No -50 of Contract.
If the contractor failed to submit the insurance policy as above within one month from the date
of work order or before payment of first R.A. Bill whichever is earlier, the executive engineer
shall recover the charge on account of insurance at the rate of 1% of the contract which will
not be refunded to the contractor.

CLAUSE 57

The contractor shall comply with all rules, regulations byelaws and
directions given from time to time by any local or public authority in connection with this
work and shall pay fees or charges which are leviable on him without any extra cost to
Corporation.

CLAUSE 58 - PRIORITY OF DOCUMENTS

Volume-I, II, & III will be part of the agreement. The documents forming the
Contract are to be taken as mutually explanatory of one another. If there is an ambiguity
or discrepancy in the documents, the Employer's Representative shall issue any
necessary clarification or instruction to the Contractor, and the priority of the
documents shall be as follows:

(a) Form of Contract Agreement;

(b) The Letter of Acceptance;

(c) Volume-I Post -qualification document

(d)The Conditions of Contract (Volume II);

(e) The Special Conditions of Contract (Volume II);

(f) The Design parameters (Volume II)

(g) the technical specifications, the drawings, quality control manual (volume III)

CLAUSE 59 - DOCUMENTS ON SITE

The Contractor shall keep on the Site one complete set of the documents forming the
Contract, the Construction Documents, other communications given or issued and the
documents mentioned in Sub-Clause (Technical Standards and Regulations). The Employer,
the Employer's and Engineer’s Representative and assistants shall have the right to use such
documents at all reasonable times.

CLAUSE 60 – COMMUNICATIONS

a a. Wherever provision is made for the giving or issue of any notice, instruction, consent,
approval, certificate or determination by any person, unless otherwise specified such
communication shall be in writing and shall not be unreasonably withheld or delayed.

b. Wherever provision is made for a communication to be "written" or "in writing", this means
any hand-written, type-written or printed communication, including the agreed systems of
electronic transmission.

c c. All certificates, notices or written orders to be given to the Contractor by the Employer of
Employer’s Representative and all notices to be given to the Employer or to the Employer’s

CONTRACTOR NO OF CORRECTIONS SDE EE 115


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

Representative by the Contractor, shall either be delivered by hand against written


acknowledgement of receipt, or be sent by registered pre or one of the agreed systems of
Electronic Transmission to the Engineer-in-Charge.

CLAUSE 61 - PROVISION OF CONSTRUCTION DOCUMENTS

The Construction Documents shall be in the custody and care of the Contractor. The
Contractor shall provide six copies of the construction document for the use of the Employer's
Representative and assistants.

CLAUSE 62 - CONTRACTOR’S USE OF EMPLOYER’S DOCUMENTS

The documents issued by the Employer or the Employer's Representative to the


Contractor shall (as between the parties) remain the property of the Employer. The Contractor
may, at his cost, copy, use and communicate any such documents for the purposes of the
Contract. They shall not, without the Employer's consent, be used, copied or communicated to
a third party by the Contractor, except as necessary for the purposes of the Contract.

CLAUSE 63 - COMPLIANCE WITH STATUTES, REGULATIONS AND LAW

The Contractor shall, in all matters arising in the performance of the Contract,
comply with, give all notices under, and pay all fees required by, the provisions of any national
or state statute, ordinance or other law, or any regulation of any legally constituted public
authority having jurisdiction over the Works. The Contractor shall obtain all permits, licenses
or approvals required for any part of the Works, in reasonable time taking account of the times
for delivery of the Plant and Materials required for completion of the Works. The Employer
and the Contractor shall comply with the laws of Maharashtra Government where activities are
performed.

CLAUSE 64 - JOINT AND SEVERAL LIABILITY OF JOINT VENTURE PARTNER


If the application is made by a joint venture or consortium of two or more partners the
application shall be signed so as to be legally binding on all partners.
A Joint venture between single contractors, Partnership Firm, Joint Stock Limited Company,
Private / Public Limited Company may be permitted subjected to following conditions

Civil works above 50 crores and for EPC type of work constituting all Civil, Mechanical &
Electrical components, Joint Venture consortium can take part in the tender process. The
individual share in the established Joint Venture shall be in proportion to the civil,
mechanical & electrical work included in the tender. For below instruction shall be followed-
i) As per Clause 58 of Indian Partnership Act, 1932 the Joint Venture Consortium shall be
registered with the Registered of Firms of the Government OR As per Clause 12 of
Limited Liability Partnership Act, 2008 the Joint Venture Consortium shall be Registered
with the Register of Companies.
ii) Under some circumstances if the Joint Venture Consortium is not able to submit the
proof of registration of Joint Venture Consortium with the Registrar of Firms until
the last date of submission of tender the contractor shall at least submit the proof of
the proposal of Registration submitted with the Registrar of Firms to the
appropriate tender opening authority. In such case, the bidder shall submit within
15 days the copy of Joint Venture registered with the Registrar of Firms failing in
which the bid of the bidder shall be kept outside the tendering process and shall not
be considered and in such case if the Joint Venture is the lowest bidder (L1) than
instead of Calling for new tender, the second lowest bidder (L2) shall be given
chance and shall be negotiated to first lowest bidder (L1) on the same terms and

CONTRACTOR NO OF CORRECTIONS SDE EE 116


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

conditions)
iii) It shall be the responsibility of the Joint venture consortium to accept as per the
above terms & conditions.
iv) The Joint Venture Consortium must be got registered with and have a numbers
from various statutory departments i.e. Income Tax, GST, Professional Tax,
Labour-Commissioner etc, and others referred in the tender.
The Joint Venture partnership shall not be dissolved till the completion of defect
liability period as stipulated in tender conditions and till all the liabilities thereof are
liquidated.
vi( One of the partners shall be nominated, as being in-charge and this authorization shall
be evidenced by submitting a power of attorney signed by a legally authorized
signatory of all the partners.
vii( The partner in-charge shall be authorized to incur all liabilities and receive instructions
for and on behalf of any and all partners of the Joint Venture and entire execution of
the contract including payment shall be done exclusively with the partner in charge.
viii( All partners of Joint Venture shall be liable jointly and severally for execution of the
contract in accordance with contract terms, and a relevant statement to this effect shall
be included in the authorization mentioned under (JV) above.
ix( Complete information pertaining to each partner in the respective forms duly signed by
each such partner shall be submitted with the application.
x( Separate information in respect of each firm (entered into Joint Venture) should be
submitted in Proforma
xi( In case of Joint Venture, the sponsoring firm has to submit complete information and
identify of the lead firm. It would be necessary for the Joint Venture to establish to the
satisfaction of the department that the Venture has been made practical, workable and
legally enforceable arrangements amongst the parties, that responsibilities regarding
the execution and financial arrangements have been clearly laid down and assigned
that the individual parties to whom such responsibilities etc. assigned are capable
in their individual capacity to discharge them completely and satisfactorily and also
that the lead firm has necessary skill and capacity to lead responsibility and
involvement for the entire period of execution as well as leading role in control and
direction of the resources of the entire Joint Venture.
4.6 In case of any dispute or any breach of contract, the lead firm shall be held solely
responsible for any recoveries due to the Government Or any fulfilment of works
mentioned in the tender. A registered undertaking thereof (on stamp paper for Rs. 500/-
) shall be submitted by the lead firm along with MOU as prescribed in Appendix 1(b).
4.7 Bidders may Bid independently or in a Joint Venture but they would be allowed to
submit only one bid.
All witnesses and sureties shall be of the person of status and probity and their full names,
occupations and addresses shall be stated below their signatures.
Any change in the legal status of the applicant subsequent to submission of Post-qualification
application will render the application as non-responsive.
The particulars of the proposed work given herein are provisional and must be considered only
as advance information to assist applicant.
In case of Power of Attorney, the original Power of Attorney shall be shown on demand to the
Officers of VIDC at the time of opening of tender or whenever demanded and shall be
submitted to the department.

CLAUSE 65 - LANGUAGE AND LAW


The language of the Contract is English and the law governing the Contract is Law of India.

CLAUSE 66 - GENERAL OBLIGATIONS OF THE EMPLOYER


The Employer shall assist in the land acquisition /crop compensation and pay for
the permanent land acquisition and solarium charges and shall pay the Contractor in

CONTRACTOR NO OF CORRECTIONS SDE EE 117


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

accordance with schedule of payment.

CLAUSE 67 - ENGINEER INCHARGE DECISION

Except where otherwise specifically stated, the Engineer in the role representing the
Department/Vidarbha Irrigation Development Corporation will decide the contractual matters
between the Department and the Contractor.

CLAUSE 68 – DELEGATION

The Engineer shall designate in writing to the Contractor the Engineer’s


Representatives appointed under the Project to assist the Engineer in supervision of the
Works. The Engineer’s Representatives shall include authorized Representatives of:

i. Superintending Engineer, Buldhana Irrigation Project Circle, Buldhana.

ii. Superintending Engineer, Quality Control Circle, Nagpur. (For Quality Control of
work)

iii. Executive Engineer connected with the work.

iv. Consultants for Supervision appointed by the Vidarbha Irrigation Development


Corporation to assist in quality control, scrutiny of the design and drawing,
checking of survey and in contract administration of works.

Any communications given by the Engineer’s Representatives shall have the same effect as
though it had been given by the Engineer.

CLAUSE 69– (A) PERMITS, LICENCES OR APPROVALS

The Employer/Employer’s Representative shall, at the request and cost of the


Contractor, assist him in applying for permits (including permits and licenses necessary under
the Indian Explosive Act 1988 and Indian Explosive Rules 1983), licenses or approvals, which
are required for any part of the Works, for delivery (including clearance through customs) of
Plant, Materials and Contractor's Equipment, and for the completion of the Works. Such
requests may also include requests for the Employer's assistance in applying for any necessary
government consent to the export of Contractor's Equipment when it is removed from the Site.

CLAUSE 69– (B) EMPLOYER’S REPRESENTATIVE’S DUTIES AND AUTHORITY

1 The Employer's Representative shall have no authority to amend the Contract.

2 The Employer's Representative may exercise the authority specified in or necessarily to be


implied from the Contract.

3 Except as expressly stated in the Conditions of Contract, the Employer's Representative shall
have no authority to relieve the Contractor of any of his duties, obligations or responsibilities
under the Contract. Any proposal, inspection, examination, testing, consent, approval or
similar act by the Employer's Representative (including absence of disapproval) shall not
relieve the Contractor from any responsibility, including responsibility for his errors,
omissions, discrepancies, and noncompliance.

CONTRACTOR NO OF CORRECTIONS SDE EE 118


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

CLAUSE 70 - EMPLOYER’S REPRESENTATIVE’S AUTHORITY TO DELEGATE

1. The Employer's Representative may from time to time delegate any of his duties to assistants,
and may at any time revoke any such delegation.

Any determination, instruction, inspection, examination, testing, consent, approval


or similar act by any such assistant of the Employer's Representative, in accordance with the
delegation, shall have the same effect as though it had been an act of the Employer's
Representative. However any failure to disapprove any Plant, Materials, design or
workmanship shall not Prejudice the right of the Employer's Representative to reject such
Plant, Materials, design or workmanship.

CLAUSE 71 - EMPLOYER’S REPRESENTATIVE’S INSTRUCTIONS

Unless it is legally or physically impossible, the Contractor shall comply with


instructions given by the Employer's Representative in accordance with the Contract.

CLAUSE 72 - GENERAL OBLIGATIONS OF THE CONTRACTOR

1 The Works as completed by the Contractor shall be wholly in accordance with the
Contract and fit for the purposes for which they are intended, as defined in the Contract. The
Works shall include any work which is necessary to satisfy the Contract, Contractor's Proposal
and Schedules, or is implied by the Contract, or arises from any obligation of the Contractor,
and all works not mentioned in the Contract but which may be inferred to be necessary for
stability or completion or the safe, reliable and efficient operation of the Works.

2 The Contractor shall design (to the extent as per scope of work), execute and
complete the Works, providing Construction Documents, within the Time for Completion, and
shall remedy any defects within the Contract and Defect Liability Period. The Contractor shall
provide all superintendence, labour, Materials, Contractor's Equipment, Temporary Works and
all other things, whether of a temporary or permanent nature, required in and for such design,
execution, completion and remedying of defects.

3 Before commencing design, the Contractor shall satisfy himself regarding the
design criteria and Parameters. The Contractor shall bring to notice of the Employer's
Representative of any error, fault or other defect in the design criteria and Parameter.

4 The Contractor shall carry out, and be responsible for, the design of the Works.
Design shall be Prepared by qualified designers who are engineers or other professionals who
comply with the criteria (if any) stated in the technical schedules.

5 The contractor holds himself, his designers and design Subcontractors as having the
experience and capability necessary for the design. The Contractor undertakes that the
designers shall be available to attend discussions with the Employer's Representative at all
reasonable times during the Contract Period.

The Contractor shall take full responsibility for the adequacy, stability and safety of all Site
operations, of all methods of construction and of all the Works, irrespective of any approval or
consent by the Employer's Representative.

CLAUSE 73 - CONSTRUCTION DOCUMENTS

1 Construction Documents means all designs, drawings, calculations, methodology and


any other related data provided by the Contractor to the Engineer’s Representative under the

CONTRACTOR NO OF CORRECTIONS SDE EE 119


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

Contract including all samples, patterns, models, operation and maintenance manuals and
other technical information of alike nature submitted by the Contractor and approved by the
Engineer’s Representative. However such approval will not relieve the Contractor of any of his
obligations, responsibilities under the Contract.

The Contractor shall Prepare Construction Documents in sufficient detail to satisfy


all regulatory approvals, to provide suppliers and construction personnel sufficient instruction
to execute the Works, and to describe the operation of the completed Works. The Employer's
Representative shall have the right to review and inspect the Construction Documents.

2 Each of the Construction Documents shall be submitted to the Employer's Representative for
review. If the Employer's Representative, notifies the Contractor that such Construction
Document fails (to the extent stated) to comply with the Employer's Requirements, it shall be
rectified, resubmitted and reviewed in accordance with this Sub-Clause, at the Contractor's
cost.

3 For each part of the Works, and except to the extent that the prior consent of the Employer's
Representative shall have been obtained:

a Construction shall not commence prior to the approval of Construction Document which are
relevant to the design and construction of such part;

b Construction shall be in accordance with such Construction Documents; and

c If the Contractor wishes to modify any design or document which has Previously been
submitted, the Contractor shall immediately notify the Employer's Representative, and shall
subsequently submit revised documents to the Employer's Representative for approval.

If the Employer's Representative instructs that further Construction Documents are


necessary for carrying out the Works, the Contractor shall Prepare such Construction
Documents.

Errors, omissions, ambiguities, inconsistencies, inadequacies and other defects shall


be rectified by the Contractor at his cost.

CLAUSE 74 - CONTRACTOR’S UNDERTAKING

The Contractor undertakes that, if legally and physically possible, the design, the
Construction Documents, the execution and the completed Works will be in accordance with
the following, in order of priority:

a. The law in the Country, and

b. The documents forming the Contract, as altered or modified.

CLAUSE 75 - TECHNICAL STANDARDS AND REGULATIONS

The design, the Construction Documents, the execution and the completed Works
shall comply with the Indian Standard specifications, technical standards, construction and
environmental regulations, and the standards specified, I.R.C. Publications, and circulars
issued by the Department time to time.

CLAUSE 76 - CO-ORDINATION OF THE WORKS

The Contractor shall be responsible for the co-ordination and proper execution of the
Works. The Contractor shall, as specified in the Section IV, afford all reasonable opportunities

CONTRACTOR NO OF CORRECTIONS SDE EE 120


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

for carrying out their work to:

i. The workmen and Employer’s Representatives, and

ii. The workmen of any legally constituted public authorities who may be
employed in the execution on or near the Site of any work not included in the
Contract, which the Employer may require.

The Contractor shall obtain, co-ordinate and submit to the Employer's


Representative for his information all details (including details of work to be carried out off
the Site) from Subcontractors. The Contractor shall ensure that there is no conflict with the
work of other Subcontractors, the Contractor or other contractors.

CLAUSE 77 - SETTING OUT

1. The Contractor(s) shall set out the whole of the work in conjunction with an officer to be
deputed by the Engineer/Engineer-in-Charge and during the progress of the work to amend on
the requisition of the Engineer/Engineer-in-Charge any errors, which may arise therein and
provide all the necessary labour materials and equipment for so doing. The contractor is to
provide all tools, machinery, labour and materials, which may be necessary and required for
the work. All materials and workmanship shall conform to the relevant specifications
mentioned in the tender documents.

2. The contractor shall carry out the detailed survey as described in the scope of work and
elsewhere in the document and Prepare the Pre-commencement survey map for approval of the
Engineer’s Representatives. Based on the approved Pre-commencement survey map, the
contractor will Prepare the necessary working drawings for the purpose of execution.

CLAUSE 78 - EMPLOYER'S RISKS

Employer’s risk shall be for the events stated in Clause 80.

CLAUSE 79 - CONTRACTOR'S RISKS

Except as provided in Clause 78, the Contractor shall be responsible for all risks of
loss or damage to physical property and of personal injury and death which arise during and in
consequence of its performance of the Contract.

CLAUSE 80 - FORCE MAJEURE

1. Definition of Force Majeure

In this Clause, "force majeure" means an event beyond the control of the Employer
and the Contractor, which makes it impossible or illegal for a party to perform, including but
not limited to:

(a) act of God;

(b) War, hostilities (whether war be declared or not), invasion, act of foreign
enemies.

(c) Rebellion, revolution, insurrection, or military usurped power, or civil war;

d) contamination by radio-activity from any nuclear fuel, or from any nuclear waste
from the combustion of nuclear fuel, radio-active toxic explosive, or other hazardous
properties of any explosive nuclear assembly or nuclear component of such assembly;

CONTRACTOR NO OF CORRECTIONS SDE EE 121


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

e) e) Riot, commotion or disorder, unless solely restricted to employees of the Contractor or


of his Subcontractors.

2. Effect of Force Majeure Event

Neither the Employer nor the Contractor shall be considered in default or in


contractual breach to the extent that performance of obligations is Prevented by a force
majeure event.

3. Contractor's Responsibility

Upon occurrence of an event considered by the Contractor to constitute force


majeure and which may affect performance of his obligations, he shall promptly notify the
Engineer and Engineer-in-Charge, and shall endeavour to continue to perform his obligations
as for as reasonably practicable. The Contractor shall also notify the Engineer and Engineer-in-
Charge of any proposals, including any reasonable alternative means for performance, but
shall not effect such proposals without the consent of the Engineer and Engineer-in-Charge.

4. Employer's Responsibility

Upon occurrence of an event considered by the Employer to constitute force


majeure and which may affect performance of his obligations, he shall promptly notify the
Contractor and the Employer's Representative, and shall endeavour to continue to perform his
obligations as far as reasonably practicable. The Employer shall also notify the Employer's
Representative and the Contractor of any proposals, with the objectives of completing the
Works and mitigating any increased costs to the Employer and the Contractor.

5. Payment to Contractor

If, in consequence of force majeure, the Works shall suffer loss or damage, the
Contractor shall be entitled to have included, in an Interim Payment Certificate, the Cost of
work executed in accordance with the Contract, prior to the event of force majeure. If the
Contractor incurs additional Cost in complying with Sub-Clause 80.3, such Cost shall be
determined by the Engineer-in-Charge.

6 Optional Termination, Payment and Release

Irrespective of any extension to time, if a force majeure event occurs and its effect
continues for a period of 180 days, either the Employer or the Contractor may give to the other
a notice of termination, which shall take effect 30 days after the giving of the notice. If, at the
end of the 30 day period, the effect of the force majeure continues, the Contract shall
terminate. If the Contract is terminated the Engineer-in-Charge shall determine the value of the
work done and:

(a) The amount payable for any work carried out shall be regulated with reference to the stage
of work in consistent with the stage of payment against the Lump Sum price stated in the
Contract;

CONTRACTOR NO OF CORRECTIONS SDE EE 122


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

(b) The cost of Materials ordered for the Works which have been delivered to the site: such
Materials shall become the property of the Employer when paid for by the Employer, and the
Contractor shall place the same at the Employer's disposal;

(c) Any other Cost or liability which in the circumstances was reasonably incurred by the
Contractor in the expectation of completing the Works;

(d) The reasonable Cost of removal of Temporary Works; and

(e) The reasonable Cost of repatriation of the Contractor's staff and labour employed wholly
in connection with the Works at the date of such termination;

(a) Interim Payment Certificate is issued to the work is done.

7 Releases from Performance under the Law

If under the law of the Contract the Employer and the Contractor are released
from further performance, the sum payable by the Employer to the Contractor shall be the
same as would have been payable under Sub-Clause 80.6 if the Contract had been
terminated under that Sub-Clause.

CLAUSE 81 - FORECLOSURE OF WORKS BY THE GOVERNMENT

If at any time after the execution of the Contract Documents the Engineer-in-
Charge shall for any reason whatsoever require the whole or any part of the work as
specified in the tender to be stopped for any period or shall not require the whole or part of
the work to be carried out at all or not to be carried out by the Contractor, he shall give notice
in writing of the fact to the Contractor who shall thereupon suspend or stop the work totally
or partially as the case may be. In any such case except as provided hereunder the Contractor
shall have no claim to any payment or compensation whatsoever on account of any profit or
advantage which he might have derived from the execution of the work in full but which he
did not so derive in consequence of the full amount of work not having been carried out or
on account of any loss that he may be put to on account of materials purchased or agreed to
be purchased, or for unemployment of labour recruited by him. He shall not also have any
claim for compensation by reason of any alterations having been made in the original
specifications, drawings, design and instructions which may involve any curtailment of the
work as originally completed. Where, however, materials have already been purchased or
agreed to be purchased by the Contractor before receipt by him of the said notice the
Contractor shall be paid for such materials at the rates determined by the Engineer-in-
Charge, provided they are not in excess of requirements and are of approved quality and/or
shall be compensated for the loss if any, that if he may put to in respect of materials agreed
to be purchased by him, the amount of such compensation to be determined by the Engineer-
in-Charge whose decision shall be final. If the Contractor suffers any loss on account of his
having to pay labour charges during the period of stoppage of work ordered under this
clause, the Contractor shall, on application be entitled to the such compensation on account
of labour charges as the Engineer-in-Charge whose decision shall be final may consider
reasonable, provided that the Contractor shall not be entitled to any compensation on account
of labour charges, if in the opinion of the Engineer-in-Charge, the labour could have been
employed by the Contractor elsewhere for the whole or part of the period during which the
stoppage of the work has been ordered as aforesaid.

CLAUSE 82 - SITE INSPECTIONS:

The contractor should inspect the site and also proposed quarries of choice for

CONTRACTOR NO OF CORRECTIONS SDE EE 123


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

materials source of water and quote his bid price including quarrying, conveyance, royalty
and all other charges etc.

The responsibility for arranging the land for borrow area rests with the Contractor and
no separate payment will be made for procurement or otherwise. The contractor’s quoted bid
price will be inclusive of cost of land for Borrow Area.

CLAUSE 83 - DELETED

CLAUSE 84 - DIVERSION OF STREAMS / NALLAH / DRAINS

1. The contractor shall at all-time carry out construction of cross drainage works in a manner
creating least interference to the natural flow of water while consistent with the satisfactory
execution of work. A temporary diversion and training shall be formed by the contractor at his
cost where necessary. No extra payment shall be made for this work.

2. No separate payment for bailing out sub-soils, water drainage or locked up rain water for
diversion, shoring, foundations, bailing of pumping water either from excavation of soils from
foundations or such other incidental will be paid. The bid price to be quoted by the contractor
is for the finished item of work in situ and including all the incidental charges. The borrow pits
are also to be de-watered by the contractor himself at his expense.

3. The work of diversion arrangements should be carefully planned and Prepared by the
contractor and forwarded to the Engineer-in-Charge. The proposal should be technically viable
and approval shall be obtained for execution.

4. The contractor has to arrange for bailing out water, protection to the work in progress and the
portion of works already completed and safety measures for men and materials and all
necessary arrangements to complete the work.

5. All the arrangements so required should be carried out and maintained at the cost of the
contractor and no separate or an additional payment is admissible.

6. Coffer Dams.

Necessary coffer dams and ring bunds have to be constructed at the cost of contractor and
same are to be removed after the completion of the work. The contractor has to quote his bid
price keeping the above in view.

CLAUSE 85 - ELECTRICITY, POWER AND WATER

The Contractor shall be fully responsible to arrange such electricity, power, water
and fuel as may be necessary to complete the works and fulfil his obligation under the
Contract. The prices quoted by the Contractor shall include the cost of all electricity, power,
water and fuel as may be required including electricity charges required for trial run and
testing of scheme.

CLAUSE 86 - TEMPORARY DIVERSIONS FOR ROADS

1. The contractor shall at all-time carryout work on the road in a manner creating least interference
to the flow of traffic while consistent with the satisfactory execution of the same. For all works
involving improvements to the existing road, the contractor shall in accordance with the due
consent of concerned authority like Railway, National Highway, State PWD etc. and directions

CONTRACTOR NO OF CORRECTIONS SDE EE 124


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

of the Engineer-in-charge provide and maintain during the execution of the work a passage for
traffic, either along a part of the existing carriage way under improvement or along a
temporary diversion constructed close to the road.

2. If in the opinion of the Engineer-in-Charge, it is not possible to pass the traffic on part width
of the carriage-way for any reason, a temporary diversion close to the road shall be constructed
as directed. It shall be paved with the materials such as hard murum, gravel and stone, metal,
asphalt etc. to the specified thickness as specified by concerned authority and as directed by
the Engineer-in-Charge. In all cases, the alignment, gradients and surface type of the diversion
including its junctions, shall be approved by the Engineer-in-charge before the road is closed
to traffic.

3. The contractor shall take all necessary measures for the safety of traffic during construction and
provide erect and maintain such barricades, including signs, markings, flags lights and
information and protection of traffic approaching or passing through the section of the road
under improvement. Before taking up any construction, an agreed phased programme for the
diversion of traffic on the road shall be drawn up in consultation with the Engineer-in-charge
and concerned authorities.

4. The barricades erected on either side of the carriage way portion of the carriage way closed to
traffic, shall be of strong design to resist violation and painted with alternative black and white
stripe. Red lanterns or warnings lights of similar type shall be mounted on the barricades at
night and kept lit throughout from sunset to sunrise.

CLAUSE 87 - RAMPS:

Ramps required during execution may be formed wherever necessary and same are
to be removed after completion of the work. No separate payment will be made for this
purpose.

CLAUSE 88 - MONSOON DAMAGES:

Damages due to rain or flood either in cutting or in banks shall have to be made
good by the contractor till the work is handed over to the Department. The responsibility of de-
silting and making good the damages due to rain or flood rests with the contractor. No extra
payment is payable for such operations and the contractor shall therefore, has to take all
necessary Precautions to protect the work done during the construction and defect liability
period.

CLAUSE 89 - THE WORKS TO BE COMPLETED BY THE INTENDED


COMPLETION DATE:

The Contractor may commence execution of the Works immediately after receipt
of work order and shall carry out the Works in accordance with the programme submitted
by the Contractor, as updated with the approval of the Engineer-in-Charge, and complete
the work by the Intended Completion Date.

CLAUSE 90 – SAFETY

The Contractor is responsible for the safety of all its activities on the Site.

CONTRACTOR NO OF CORRECTIONS SDE EE 125


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

CLAUSE 91 – DISCOVERIES

Anything of historical or other interest or of significant value unexpectedly


discovered on the Site is the property of the Employer. The Contractor shall promptly
notify the Employer of such discoveries and carry out the Employer's instructions for
dealing with them.

CLAUSE 92 – DELETED

CLAUSE 93 - POSSESSION OF THE SITE

1. The Engineer’s Representative shall give possession of the whole Site or such parts of the
Site as are sufficient to enable the Contractor to commence and proceed with the execution
of the Works in accordance with the approved Work Program. The Engineer’s

Representative shall, from time to time, as the work proceeds, give to the
Contractor possession of such further portions of the Site as may be required to enable the
Contractor to proceed with the execution of the Works with due diligence in accordance
with the agreed programme or proposals, as the case may be.

2. If the Engineer’s Representative fails to give possession of the whole or part of the Site to
work, the Contractor in accordance with the proposal of work program the Engineer shall
consider extension of time, due to delayed start of relevant activities.

CLAUSE 94 -APPROACH ROADS AND ROADS IN WORK AREA:

1 Existing public roads and roads Constructed by Government, if any, in work area shall be
maintained by contractor at his own cost. The layout design, construction and maintenance
etc. of the roads shall be subject to the approval of the Engineer-in-Charge.

2 It is possible that work at, or in the vicinity of the work site will be performed by the
Government or by other contractors engaged in work for the Government during the
contract period. The contractor shall without charge permit the government and such other
contractor and other workmen to use the access facilities including roads and other
facilities, constructed and acquired by the contractor for use in the performance of the
works.

3 The contractor’s heavy construction traffic or tracked equipment shall not traverse any
public roads or bridges unless the contractor has made arrangement with the authority
concerned. In case contractor’s heavy construction traffic or tracked equipment is not
allowed to traverse any public roads or bridges and the contractor is required to make some
alternative arrangements, no claim on this account shall be entertained.

4 The contractor is cautioned to take necessary Precautions in transportation of construction


materials to avoid accidents.

CLAUSE 95 - SITE DATA

The Contractor shall be deemed to have inspected and examined the Site, its surroundings, the data
and other available information, and to have satisfied himself before submitting the Tender, as
to:

a The form and nature of the Site, including the sub-surface conditions,

b The hydrological and climatic conditions,

CONTRACTOR NO OF CORRECTIONS SDE EE 126


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

c The extent and nature of the work and Materials necessary for the execution and completion of
the Works, and the remedying of any defects, and

d The means of access to the Site and the accommodation he may require. The Contractor shall
be deemed to have obtained all necessary information as to risks, contingencies and all other
circumstances which may influence or affect the Tender.

CLAUSE 96 - ACCESS ROUTE

1 The Contractor shall be deemed to have satisfied himself as to the suitability and availability of
the access routes he chooses to use. The Contractor shall be responsible for the maintenance of
access routes. The Contractor shall provide any signs or directions which he may consider
necessary for the guidance of his staff, labour and others. The Contractor shall obtain any
permission that may be required from the relevant authorities for the use of such routes, signs
and directions.

2 The Employer will not be responsible for any claims which may arise from the use or otherwise
of any access route. The Employer does not guarantee the suitability or availability of any
particular access route, and will not entertain any claim for any non-suitability or non-
availability for continuous use during construction of any such route.
CLAUSE 97 - RIGHTS OF WAY AND FACILITIES

The Contractor shall bear all costs and charges for special or temporary rights-of-
way required by him for access to the Site. The Contractor shall also provide, at his own cost,
any additional facilities outside the Site required by him for the purposes of the Works.

CLAUSE 98 - CONTRACTOR’S EQUIPMENT

The Contractor shall provide all Contractor's Equipment necessary to complete the
Works. All Contractor's Equipment shall, when brought on to the Site, be deemed to be
exclusively intended for the execution of the Works. The Contractor shall not remove from the
Site any such Contractor's Equipment without the consent of the Engineer-in-Charge.

CLAUSE 99 - SECURITY OF THE SITE

1 The Contractor shall be responsible for keeping unauthorized persons off the Site.

2 Authorized persons shall be limited to the employees of the Contractor, employees of his
subcontractors and persons authorized by the Employer's Representative /Engineer-in-Charge.

CLAUSE 100 - CONTRACTOR’S OPERATIONS ON SITE

The Contractor shall confine his operations to the Site, and to any additional areas which
may be provided by the Contractor and agreed by the Employer's Representative as working
areas. The Contractor shall take all necessary Precautions to keep his personnel and
equipment within the Site and such additional areas, and to keep and prohibit them from
encroaching on adjacent land.

CLAUSE 101 - FOSSILS

All fossils, coins, articles of value or antiquity, and structures and other remains or things of
geological or archaeological interest discovered on the Site shall be the property of the
Employer. The Contractor shall take reasonable Precautions to Prevent his staff, labour or
other persons from removing or damaging any such article or thing. The Contractor shall,

CONTRACTOR NO OF CORRECTIONS SDE EE 127


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

immediately upon discovery of such article or thing, advise the Employer's Representative
and Engineer-in-Charge, who may issue instructions for dealing with it.

CLAUSE 102 - WORKING HOURS

No work shall be carried out on the Site outside the normal working hours, or on the locally
recognized days of rest, unless:

a The work is unavoidable, or necessary for the saving of life or property or for the safety of
the Works, in which case the Contractor shall immediately advise the Engineer-in-Charge,
or

b The Engineer-in-Charge gives his consent.

CLAUSE 103 - WORK DURING NIGHT OR ON SUNDAYS AND HOLIDAYS:

The works can be allowed to be carried out during night, Sundays or authorized
holidays in order to enable him to meet the schedule targets and the work shall require
almost round the clock working keeping in view:

i The provisions of relevant labour laws being adhered to:

ii Adequate lighting, supervision and safety measures are established to the satisfaction of the
Engineer-in-Charge and

iii The construction programme given by the Contractor and agreed upon by the Engineer-in-
Charge envisages such night working or working during Sundays or authorized holidays.

CLAUSE 104 - TRANSPORTATION OF LABOUR:

1 The contractor shall make his own arrangement for the daily transportation of the labour and
staff from labour camps colonies to the work spot. No extra payment will be made to the
contractor for the transportation of the labour.

2 The contractor will at all times duly observe the provisions of employment of children Act
XXVI of 1938 and any enactment or modification of the same and will not employ or permit
any person to do any work for the purpose under the provisions of this agreement in
contravention of said Act. The contractor here by agrees to indemnify the department from
and against all claims, penalties which may be suffered by the department or any person
employed by the department by any default on the part of the contractor in the observance
and performance of the provisions of the employment of children Act. XXVI of 1938 or any
enactment or modification of the same.

3 The contractor shall obtain the insurance at his own cost to cover the risk on the works to
labour engaged by him during period of execution against fire and other usual risks. Contractor
shall follow the provisions contained in model rules relating to labour, water supply and
sanitation in labour camps as applicable under statutory rules and regulations.

CLAUSE 105 - MEASURES AGAINST INSECT & PEST NUISANCE

The Contractor shall at all times take the necessary Precautions to protect
all staff and labour employed on the Site from insect and pest nuisance, and to reduce
the dangers to health and the general nuisance occasioned by the same. The Contractor
shall provide its staff and labor with suitable prophylactics for the Prevention of malaria
and take steps to Prevent the formation of stagnant pools of water. The Contractor shall

CONTRACTOR NO OF CORRECTIONS SDE EE 128


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

comply with all the regulations of the local health authorities and shall arrange to spray
thoroughly with approved insecticide all buildings erected on the Site. Such treatment
shall be carried out at least once a year or as instructed by such authorities.

CLAUSE 106 - CONTRACTOR’S SUPERINTENDENCE

The Contractor shall provide all necessary superintendence during the


design and execution of the Works, and as long thereafter as the Employer's
Representative may consider necessary for the proper fulfilling of the Contractor's
obligations under the Contract. Such supe rintendence shall be given by sufficient
persons having adequate knowledge of the operations to be carried out (including the
methods and techniques required, the hazards likely to be encountered and methods of
Preventing accidents) for the satisfactory and safe execution of the Works.

CLAUSE 107 - CONTRACTOR’S PERSONNEL

The Contractor shall employ (or cause to be employed) only persons who
are careful and appropriately qualified, skilled and experienced in their respective trades
or occupations. The Employer's Representative may require the Contractor to remove
(or cause to be removed) any person employed on the Site or Works, including the
Contractor's Representative, who in the opinion of the Employer's Representative:

a Persists in any misconduct,

b Is incompetent or negligent in the performance of his duties,

c Fails to conform with any provisions of the Contract, or

d Persists in any conduct which is Prejudicial to safety, health, or the protection of the
environment. If appropriate, the Contractor shall then appoint (or cause to be appointed)
a suitable replacement person.

CLAUSE 108 - DISORDERLY CONDUCT

The Contractor shall at all-time take reasonable Precautions to Prevent any


unlawful, riotous or disorderly conduct by or amongst his employees and for the
Preservation of peace and protection of persons and property in the neighbourhood of
the Works against the same. "Disorderly conduct" shall include but not be limited to
harvesting of natural resources such as firewood or fish by the Contractor's labour when
this is done to the detriment of Pre-existing local interests.

CLAUSE 109 - PROGRAM

1 The Contractor shall submit the Work Program within 15 (fifteen) Days from signing of
the agreement. Modification, if any, to work programme format shall be made in
consultation with Engineer and Employer’s Consultant which shall be binding on the
Contractor.

The contractor shall submit an assessed monthly cash flow statement along
with this program.

The Contractor shall submit a programme to the Employer's Representative, for


information, within the time stated in the Tender. The programme shall include the
following:

CONTRACTOR NO OF CORRECTIONS SDE EE 129


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

a The order in which the Contractor proposes to carry out the Works (including each stage
of design, procurement, manufacture, delivery to Site, construction, erection, testing and
commissioning),

b All major events and activities in the production of Construction Documents,

c The periods for the Pre-construction reviews and for any other submissions, approvals
and consents, and

d The sequence of all tests specified in the Contract.

Unless otherwise stated in the Contract, the programme shall be developed


using Precedence networking techniques, showing early start, late start, early finish and
late finish dates.

The Contractor shall, whenever required by the Employer's Representative,


provide in writing, for information, a general description of the arrangements and
methods which the Contractor proposes to adopt for the execution of the Works. No
significant alteration to the programme, or to such arrangements and methods, shall be
made without informing the Employer's Representative. If the progress of the Works
does not conform to the programme, the Employer's Representative may instruct the
Contractor to revise the programme, showing the modifications necessary to achieve
completion within the Time for Completion.

2 The Contractor shall provide an updated Work Program by the last day of each Month,
which shall clearly demonstrate the actual progress achieved on each activity, the effect
of the progress achieved on the timing of the remaining work, and the proposed changes
in activities that will enable the Contractor to complete the Works within the Intended
Completion Date. In case the Contractor fails to submit an updated Work Program
within this time limit, the Engineer-in-Charge will be entitled to withhold an amount of
Rs. 100,0000/- (Rupees Ten lakh only) from the next payment, and continue to
withhold this amount until the next payment after the date on which the overdue
program has been submitted.

3 In addition to the Updated Program, Monthly progress reports shall be Prepared by the
Contractor and submitted to the Engineer in three copies and one copy each to

Engineer’s Representatives. The first report shall cover the period up to the
end of the calendar month after that in which the Commencement Date occurred; reports
shall be submitted monthly thereafter, each within 10 days of the last day of the period
to which it relates. Reporting shall continue until the Contractor has completed all work
which is known to be outstanding at the completion date stated in the taking over
Certificate for the Works. Each report shall include but not limited to:

a Photographs and detailed descriptions of progress, including each stage of design,


procurement, manufacture, delivery to Site, construction, erection, testing and
commissioning;

b. Charts showing the status of construction documents, purchase orders, manufacture and
construction;

CONTRACTOR NO OF CORRECTIONS SDE EE 130


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

c For the manufacture of Distribution Network/ canal Gates, the name of manufacturer,
manufacture location, percentage progress and the actual or expected dates of
commencement of manufacture, Contractor’s inspections, tests and delivery;

d Records of personnel and Contractor’s Equipment on Site;

e Copies of quality assurance documents, test results and certificates of Materials duly
certified by the Consultant;

f Safety statistics, including details of any hazardous incidents and activities relating to
environmental aspects and public relations; and

g Comparisons of actual and planned progress, with details of any aspects which may
jeopardize the completion in accordance with the Contract, and the measures being (or
to be) adopted to overcome such aspects.

The
4 Engineer's approval of the program or an updated program does not alter the Contractor's
obligations under the Contract.

CLAUSE 110 - COMMENCEMENT OF WORKS

The Contractor shall commence the design and execution of the Works
after the receipt of a notice to proceed. The Contractor then proceed with the Works
with due expedition and without delay, until completion.

CLAUSE 111 - TIME FOR COMPLETION

The whole of the Works, and each Section (if any), shall be completed and
shall have passed the Tests on Completion within the Time for Completion for the
Works or such Section (as the case may be).

CLAUSE 112 - SUSPENSION OF WORKS BY THE CONTRACTOR:

If the Contractor suspends the works, or in the opinion of the Engineer-in-


Charge shall neglect or fail to proceed with due diligence in the performance of his part
of the Contract as laid down in the Schedule rate of progress, or if he shall continue to
default or repeat such default. Engineer shall take action in accordance with Clause 120.

CLAUSE 113 - MANAGEMENT MEETINGS


Employer’s Representative may require the Contractor to attend a management
meeting.
The business of a management meeting is to review the plans for remaining
work and to sort out the bottle necks, hindrances in execution of work under Contract.

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 all who attended the meeting.

CLAUSE 114 - EARLY WARNING

1 The Contractor is to warn the Engineer-in-Charge at the earliest opportunity of specific likely
future events or circumstances, which may adversely affect the execution of the Works.

CONTRACTOR NO OF CORRECTIONS SDE EE 131


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

2 The Contractor shall cooperate with the Engineer-in-Charge in making and considering
proposals for how the effect of such an event or circumstance can be avoided or reduced by
anyone involved in the Works and in carrying out any resulting instruction of the Engineer-
in-Charge.

CLAUSE 115 - IDENTIFYING DEFECTS

The Engineer’s Representative shall check the Contractor's work and


notify the Contractor of any Defects which are found. Such checking does not affect the
Contractor's responsibilities. The Engineer-in-Charge may instruct the Contractor to search
for a Defect and to uncover and test any part of the Works, which the Engineer-in-Charge
considers may have a Defect.

CLAUSE 116 - TESTS

If the Engineer instructs the Contractor to carry out a test not specified in the
Specification to check whether any part of the Works has a Defect, and the Contractor shall
pay for the test and any samples.

CLAUSE 117 - CORRECTION OF DEFECTS

1 The Engineer-in-Charge shall give notice to the Contractor of any Defects before the end of
the Defects Liability Period, which begins at Completion.

2 Every time notice of a Defect is given, a Defects Correction Period for the notified Defect
begins. The Contractor shall correct the notified Defect within the Defects Correction Period
at no cost to the Employer. The length of the Defects Correction Period is the length
specified by the Engineer-in-Charge’s notice.

3 The Contractor shall correct Defects which he notices himself before the end of the Defects
Liability Period.

CLAUSE 118 - UNCORRECTED DEFECTS

1 The Engineer-in-Charge may arrange for a third party to correct a Defect if the Contractor
has not corrected it within the Defects Correction Period.

2 The Engineer-in-Charge shall give the Contractor at least 15 days’ notice of his intention to
use a third party to correct a defect. If the contractor does not correct the defect himself
within this period, the Engineer-in-Charge may have the defect corrected by the third party.
The cost of the correction will be deducted from the contract price.

3. The Engineer-in-Charge shall introduce O.K. cards and prescribed the formats there of. O.K.
cards shall relate to all major components of the work. The contractor/ his authorized
representative shall be required to initiate and fill in and present the O.K. card to the
construction staff that would check the respective items. Any defects pointed out by the
Engineer’s Representative and supervision staff of department shall promptly be attended to
by the contractor and the fact of doing so be duly recorded on the back of O.K. card.

4. The Engineer-in-Charge may also introduce checklists, which shall be kept in Bound registers
by the construction supervision staff. The contractor may be required to fill up these lists in the
first instance and shall be subsequently checked by the Construction/ Quality Control
engineers/Engineer’s Representative.

CONTRACTOR NO OF CORRECTIONS SDE EE 132


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

CLAUSE 119 - NOTICE TO CONTRACTOR

If the Contractor fails to carry out any of his obligations, or if the Contractor is not executing
the Works in accordance with the Contract, the Engineer-in-Charge may give notice to the
Contractor requiring him to make good such failure and remedy the same within a specified
reasonable time.

CLAUSE 120 - TERMINATION BY DEPARTMENT

1. The Engineer-in-Charge may terminate the Contract if the Contractor causes a breach of the
Contract.

2. Breaches of Contract include, but are not limited to:

a. The Contractor stops work for 30 days when no stoppage of work is shown on the current
program and the stoppage has not been authorized by the Engineer-in-Charge;

b. The Contractor becomes bankrupt or insolvent, goes into liquidation, has a receiving or
administration order made against him, compounds with his creditors, or carries on business
under a receiver, trustee or manager for the benefit of his creditors, or if any act is done or
event occurs which (under any applicable law) has a similar effect to any of these acts or
events,

c. The Engineer-in-Charge 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 Engineer-in-Charge; and

d. Abandons or repudiates the Contract.

e. 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.

f. If the contractor, in the judgment of the Department has engaged in fraudulent practices in
competing for or in the executing the contract.

g. Assigns the contract or subcontracts the works without the required consent, then the
employer may, after having given 15 days’ notice to the contractor, terminate the contract
and expel him from the site. The contractor shall then deliver all construction documents,
and other design documents made by or for him, to the engineer-in-charge. The contractor
shall not be released from any of his obligations or liabilities under the contract. The
rights and authorities conferred on the employer and the engineer-in-charge by the
contract shall not be affected.

3. The employer may upon such termination complete the works by any other persons or by
any other contractor. The employer or such other contractor may use for such completion
so much of the construction documents, other design documents made by or on behalf of
the contractor, contractor's equipment, temporary works, plant and materials as he or they
may think proper. Upon completion of the works or at such earlier date as the engineer-in-
charge thinks appropriate, the engineer-in-charge shall give notice to the contractor to
remove or arrange removal of the temporary works or any plant or machinery from such
place without delay and at his cost.

4. The Engineer-in-Charge may rescind the contract (of which rescission notice in writing to
the contractor under the hand the Engineer-in-Charge shall be conclusive evidence) and in

CONTRACTOR NO OF CORRECTIONS SDE EE 133


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

which case the security deposit including initial security deposit (performance security) of
the contractor shall stand forfeited and be absolutely at the disposal of Government

5. If the Contract is terminated the Contractor is to stop work immediately, make the Site
safe and secure and leave the Site as soon as reasonably possible.

CLAUSE 121 - VALUATION AT DATE OF TERMINATION

The Employer's Representative shall, as soon as possible after termination under Clause
120, determine and advise the Contractor of the value of the Construction Documents and
Works and all sums then due to the Contractor as at the date of termination.

CLAUSE 122 - PAYMENT AFTER TERMINATION

After termination under Clause 120, the Employer shall not be liable to make
any further payments to the Contractor until the cost of design, execution, completion and
remedying of any defects, damages for delay in completion (if any), and all other costs
incurred by the Employer, have been established.

CLAUSE 123 - CONTRACTOR'S ENTITLEMENT TO SUSPEND WORK

1. If the Employer fails to pay the Contractor the amount due under any certificate of the
Employer's Representative, and fails to explain why the Contractor is not entitled to such
amount, within 60 days after the expiry of the time stated in Clause 133 within which
payment is to be made, except for any deduction that the Employer is entitled to make
under the Contract, the Contractor may suspend work or reduce the rate of work after
giving not less than 7 days' prior notice to the Engineer-in-Charge. Such action shall not
Prejudice the Contractor's entitlements to payment under Clause 133.

2. If the Contractor suspends work or reduces the rate of work, and the Employer
subsequently pays the amount due (including payment in accordance with Clause 133),
the Contractor shall resume normal working as soon as is reasonably possible.

3. If the Contractor suffers delay as a result of suspending work or reducing the rate of work
in accordance with this Sub-Clause, the Contractor shall give notice to the Employer's
Representative. After receipt of such notice, the Employer's Representative shall proceed
to agree or determine any extension of time to which the Contractor is entitled.

CLAUSE 124 - TERMINATION BY CONTRACTOR

The Contractor shall not be entitled to terminate the Contract for any reasons
whatsoever.

CLAUSE 125 - CESSATION OF WORK AND REMOVAL OF CONTRACTOR'S


EQUIPMENT

After termination under Clause 120, the Contractor shall:

a. Cease all further work, except for such work as may be necessary and instructed by the
Employer's Representative for the purpose of making safe or protecting those parts of the
Works already executed, and any work required to leave the Site in a clean and safe condition,

b Hand over all Construction Documents

c. Hand over those other parts of the Works executed by the Contractor up to the date of
termination, and

CONTRACTOR NO OF CORRECTIONS SDE EE 134


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

d. Remove all his staff and labour from the Site.

Any such termination shall be without Prejudice to any other right of the
Employer under the Contract.

CLAUSE 126 - CONTRACT PRICE – SCHEDULE OF PAYMENT.

1. The Contract price shall be the total value of work for the Engineering, procurement and
Construction contract as per contract agreement including commissioning and trial run of
Rising main and structures, maintenance and operation of entire scheme during the defect
liability period of 5 years.

2. The contractor will be paid a firm contract price for completion of all works as specified
under the scope of the work under the contract agreement.

3. The contract price of the total work is divided among different component of works as per
the percentages specified in “Payment schedule” and payments will be regulated
accordingly.

4. The contractor shall give “Bill of Quantities” based on the detailed estimates Prepared on
the basis of approved design; drawings and the items of the estimate shall be suitably
clubbed or grouped for assessment of value of work done.

CLAUSE 127 - CHANGES IN THE QUANTITIES

1. Being a Engineering, procurement and Construction contract, the contractor is bound to


complete the entire work under the contract on a firm lump sum price quoted and on a
single source responsibility basis. The Contractor shall be deemed to have satisfied himself
as to the correctness and sufficiency of the contract price. Therefore the contractor is bound
to execute all supplemental works that are found essential, incidental and inevitable during
execution of main work at no extra cost to the employer.

2. The cost due to such supplemental items of work shall be borne by the contractor.

CLAUSE 128 - EXTRA ITEMS:

Extra items of work shall not vitiate the contract. This being Engineering,
procurement and Construction contract for a firm lump sum price quoted and on single
source responsibility basis, the contractor shall be bound to execute extra items of work
as directed by the Engineer-in-Charge at no extra cost to the employer for the works
covered under this scope of this contract. The cost due to such extra items shall be
deemed to have been included in the contract price quoted.

CLAUSE 129 - CASH FLOW FORECASTS

When the program is updated the Contractor is to provide the Employer


with an updated cash flow forecast.

CLAUSE 130 - CONTRACT PRICE, SCHEDULE OF PAYMENTS, PAYMENT


CERTIFICATES (REFER CLAUSE 131, 132 AND 133 RESPECTIVELY)

CLAUSE 131 - CONTRACT PRICE:

The total contract price shall be total value of the work under
Engineering, procurement and Construction contract as per contract agreement

CONTRACTOR NO OF CORRECTIONS SDE EE 135


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

including commissioning and trial run of the completed Rising main and structures,
maintenance and operation of entire scheme during the defect liability period of 5
years.

a The employer will pay the contractor a firm contract price for completion of all works
as specified under the scope of the work/employers requirement which shall include but
not limited to conducting Engineering surveys, detailed investigation, Fixing alignment,
Design, Preparation of estimates, submission of Schedules, Pursuing permanent land
acquisition proposals with LAO and getting award, pursuing forest proposals and
getting approvals from competent authority. Preparation of schedule of items to be
executed for whole piped Distribution Network, construction of Structures, with all
allied works, providing service road/inspection path on the Rising main etc., leading to
successful completion of Rising main and structures, maintenance during the defect
liability period of 5 years.

b The contractor shall pay all duties, cesses, taxes and levies whatsoever in consequence
of his obligations under the contract and the contract price shall not be adjusted for such
costs.

c Contract price will be paid to the Contractor in Indians Rupees only.

CLAUSE 132 - PAYMENT SCHEDULE:

1 Minimum one running payment in a month in each concerned work division is


permitted. The bill shall be submitted by the contractor by 10 th day of the month,
payment of this bill shall be effected as per provision of payment schedule vide
Section-VI. Non submission of the bills on the schedule dates will absolve the
Department of the liability to make payment.

2 However, no claim on account of delay in payments, which might occur due to reasons
beyond the control of the department, shall be entertained.

3 Contractor’s price bid as approved shall be divided among components of work as


Section-VI of schedule of payment to their respective percentage as stipulated in
schedule of payment, Section-VI and same shall be considered for payment.

4 The schedule of Payment, Section-VI shall supersede all mode of payment(s) /


payments schedule (if) stipulated anywhere in tender document.

5 The proportion of different component of work as compared to overall cost of project is


as per stipulation in Section-VI of schedule of payment.

6 Contractor whose price bid has been accepted shall be required to submit component
wise detailed schedule of payment, based on and limited to the provisions shown in
schedule of Payment, Section-VI. This detailed schedule of payment shall be got
approved from Chief Engineer, Amravati Irrigation W.R.D. Amravati . Distt.
Amravati (Maharashtra)

7 The components shown in schedule of payment, Section-VI shall be further divided


into appropriate sub-components and their stages for the purpose of payment. The
stages should have relation to the programme of construction taking due cognizance of
interdependency of various activities. Each stage shall be expressed as percentage of
total cost of approved bid. Sum of all such stages of particular component shall be
equal to the percentage of that component shown in the schedule of payment, Section-
VI.

CONTRACTOR NO OF CORRECTIONS SDE EE 136


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

8 This detailed schedule of payment approved by the CHIEF ENGINEER,


AMRAVATI IRRIGATION, WRD, AMRAVATI Shall form part of the agreement.

9 The payment shall be released only as per work done and respective component of
work has been completed and/or levels are achieved.

Contractor shall record the joint measurements for work carried out as per
procedure laid down by department for purpose of keeping record and same shall be got
checked from competent authority before payment. All hidden measurement shall be
got 100% checked from the competent authority before payment. The contractor shall
produce results of quality control tests carried out by Quality Control Organization of
Department and Quality Certificate from Employer’s Representative. If the test result
do not fulfil the stipulated criteria laid down in specifications the payment will be
limited as per the provisions in the specification(s) and if number of results fail beyond
the limit of acceptance, then the contractor shall not be paid unless he rectifies all such
imperfect work(s). The decision of the engineer in charge in respect of the matters
pertaining to the quality control shall be final and binding on the Contractor.

CLAUSE 133 - PAYMENTS:

1. The contractor shall execute the various components of work as per approved drawings
and specifications. The contractor shall arrange to submit bill as per the recording of all
measurements of work done of various components and plotted in the cross section
sheets and quantities arrived as per actual execution of work required.

Measurements will be recorded by the authorized representative of


engineer-in-charge for the finished work only for which all tests are conducted and
work done in accordance with specifications and contract conditions by using the
materials specified in the contract.

2. The Contractor shall on submitting the bill thereof be entitled to receive a monthly
payment proportionate to the part thereof then approved and passed by the Engineer-in-
Charge, whose certificate of such approval and passing of the sum so payable shall be
final and conclusive against the Contractor. But all such intermediate payments shall be
regarded as payment by way of advance against the final payment and not as payments
for work actually done and completed and shall not Preclude the requiring of bad,
unsound and imperfect or unskilled work to be removed and taken away and
reconstructed, or any part thereof, in any respect of the occurring of any claim, nor shall
it conclude, determine or affect in any way, the powers of the Engineer-in-Charge
under these conditions or any other way vary or affect the Contract.

3. A bill shall be submitted by the Contractor each month on or before the date fixed by
the Engineer-in-Charge for all work executed in the Previous month and the Engineer-
in-Charge shall take or cause to be taken the requisite measurement for the purpose of
having the same verified and the claim, as far as admissible, adjusted if possible, before
the expiry of ten days from the Presentation of the bill. If the Contractor does not
submit the bill within the time fixed, as aforesaid, the Engineer-in-Charge may depute a
subordinate to measure up the said work in the Presence of the Contractor whose
counter signature to the measurements list will be sufficient warrant, and the Engineer-
in-Charge may Prepare a bill from such list which shall be binding on the Contractor in
all respects. Only constructed portions of the works shall be eligible for payment.

4. The Contractor shall submit all his bills on the format approved by Engineer-in-Charge
along with all quality control test results duly sign by authorized person of agency and

CONTRACTOR NO OF CORRECTIONS SDE EE 137


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

departmental sub-engineers and assistant engineers and the charges in the bill shall
always be entered at the rates specified in the payment schedule specified and approved
by Engineer-in-Charge.

CLAUSE 134 - PAYMENTS AND CERTIFICATES:

1. Payments shall be adjusted for recovery of penalty in terms of Bid conditions and
deposit for the due fulfilment of the contract. Recoveries will be affected towards
royalty and cess charges on the materials used and other statutory taxes as per the State
and Central Government Rules on actual completion of the work as per the contract.

On completion of the entire work and successful completion of defect liability period
the security deposit shall be refunded to the Contractor.

2. In case of over payments or wrong payment if any made to the contractor due to wrong
interpretation of the provisions of the contract, Condition of Contract etc., such
unauthorized payment will be deducted in the subsequent bills for the work or from the
bills under any other contracts with the Government or at any time thereafter from the
deposits available with the Government.

3. Any recovery or recoveries advised by the Government Department either state or


central, due to non-fulfilment of any contract entered into with them by the contractor
shall be recovered from any bill or deposits of the contractor.

4. The contractor is not eligible for any compensation for inevitable delay in handing over
the site or for any other reason. In such case, suitable extensions of time will be granted
after considering the merits of the case by the Chief Engineer, Water Resources
Department, Amravati (Maharashtra)

5. Payments due shall not be withheld, except that;

a. If anything supplied or work done by the Contractor is not in accordance with the
Contract, the cost of rectification or replacement may be withheld until rectification or
replacement has been completed; and / or

b. If the Contractor was or is failing to perform any work or obligation in accordance with
the contract and had been as notified by the Engineer in charge, the value of this work,
or obligation may be withheld until the work or obligation has been performed.

The Employer may, by any payment, make any correction or modification


that should properly be made to any amount Previously considered due. Payment shall
not be deemed to indicate Engineer in charge acceptance, approval, consent or
satisfaction.

6. All progressive payments made to the Contractor shall be reviewed on quarterly basis
and reconciled with the break-up of the schedule. Over payments/under payments
made, if any, shall be adjusted in the next interim payments.

CLAUSE 135 - APPLICATION FOR INTERMEDIATE PAYMENT


CERTIFICATE:

The Contractor shall submit a statement/bill in six copies to the Engineer-


in-charge after the end of each month, in a form approved by the Engineer-in-charge,
showing the amounts to which, the Contractor considers himself to be entitled, together
with supporting documents which shall include the detailed report on the progress

CONTRACTOR NO OF CORRECTIONS SDE EE 138


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

during the month for each section of the Work. The statement shall include the
following items, as applicable, which shall be expressed in Indian Rupees and also shall
include the following items, as applicable, which shall be expressed in the sequence
listed below:

a. The estimated contract value of the Construction Documents produced and the Works
executed up to the end of the month;

b. Amount to be deducted for retention, shall be @ 1% (Security Deposit) from each


interim bill.

c. Any amount to be deducted against recovery of advance amount in accordance with


rate specified in Agreement.

d. Delay damages in respect of non-achievement of milestone as per Agreement.

e. Any other additions or deductions which may have become due in accordance with the
Contract.

f. Deduction of Income tax, works contract tax and other taxes and seignior age and cess
charges on materials used and other statutory obligations etc. as applicable.

g. The total amounts certified on all Previous Interim Payment Certificates.

CLAUSE 136 - INTEREST ON MONEY DUE TO THE CONTRACTOR:

No omission by the Engineer-in-charge to pay the amount due upon certificates shall
vitiate or make void the contract, nor shall the contractor be entitled to interest upon
any guarantee fund or payments in arrears, nor upon any balance which may, on the
final settlement of his accounts, found to be due to him.

CLAUSE 137 - CERTIFICATE OF COMPLETION OF WORKS:

Certificate of Completion of works:

When the whole of the work has been completed and has satisfactory
passed any final test that may be Prescribed by the Contract, the Contractor may give a
notice to that effect to the Employer’s Representative accompanied by an undertaking
to carry out any rectification work during the period of defect liability period, such
notice and undertaking shall be in writing and shall be deemed to be request by the
Contractor for the Employer’s Representative to issue a Certificate of completion in
respect of the Works. The Engineer-in-Charge shall, within sixty days of the date of
delivery of such notice either issue to the Contractor, a certificate of completion stating
the date on which, in his opinion, the works were completed in accordance with the
Contract or give instructions in writing to the Contractor specifying all the Works
which, in the Engineer-in-Charge’s opinion, required to be done by the Contractor
before the issue of such Certificate. The Engineer-in-Charge shall also notify the
Contractor of any defects in the Works affecting completion that may appear after such
instructions and before completion of the Works specified therein. The Contractor shall
be entitled to receive such Certificate of the Completion within Sixty days of
completion to the satisfaction of the Engineer-in-Charge of the Works so specified and
making good of any defects so notified.

CONTRACTOR NO OF CORRECTIONS SDE EE 139


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

CLAUSE 138 – PRICE VARIATION:

If during the operative period of the Contract as defined in condition (i) below, there
shall be any variation, in the Consumer Price Index (New Series) for Industrial workers
for AKOLA centre as per the Labour Gazette published by the Commissioner of
Labour, Government of Maharashtra and /or in the whole-sale Price Index for all
commodities prepared by the office of Economic Adviser, Ministry of Industry,
Government of India, or in the Price of Petrol/Oil and lubricants and major construction
materials like bitumen, cement, steel, various types of metal pipes etc., then subject to
the other conditions mentioned below, price adjustment on account of.

(1) Labour Component.


(2) Material Component.
(3) Petrol / Oil and Lubricants Component.
(4) Bitumen Component.
(5) HYSD and Mild Steel Component.
(6) Cement Component.
(7) C.I. and D.I. Pipes Component.

Calculated as per the formula hereinafter appearing shall be made. Apart from
these, no other adjustments shall be made to the contract price for any reasons
whatsoever, component percentage as given below are as of the total cost of work put
to tender. Total of Labour, Material and POL components shall be 100 and other
components shall be as per actuals.

(1) Labour Component - K1 55% (Tentative)


(2) Materials Component - K2 37% (Tentative)
(3) Petrol / Oil and Lubricants Component - K3 8% (Tentative)
(4) Bitumen-Component. - As actual
(5) HYSD and Mild Steel Component. - As actual
(6) Cement Component. - As actual
(7) C.I. and D.I. Pipe Component. - As actual

Note : Percentage of above components shall vary as per final design and
drawing approved and accepted by the department.

1. Formula for Labour Component :

V1 = 0.85P (K1 x L1 – L0)


---- ----------
100 L0
Where,
V1 = Amount of price variation in Rupees to be allowed for Labour
Component.

P = Cost of Work done during the quarter under Consideration


minus
the cost of Cement, HYSD and Mild Steel, Bitumen, C.I. & D.I.
Pipes, calculated at the basic star rates as applicable for the tender,
consumed during the quarter under consideration.

CONTRACTOR NO OF CORRECTIONS SDE EE 140


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

STAR RATE FOR ( As per PWD SSR 2018-19)


Sr. Material As per PWD As per WRD As per MJP
no. SSR 2019-20 SSR 2018-19 SSR 2019-20
Components For Pump Excavation, Supply &
House, dewatering etc laying of Pipes
Approach & Specials,
road, valves etc
thrust/anchor
block etc
1 Cement per bag Rs. 235/- Rs. 220/- Rs. 248.50/-
2 Steel per MT Rs. 41,200/- Rs. 41,200/- Rs. 44072/-

K1 = Percentage of labour component as indicated above.


L0 = Basic consumer price Index for AKOLA centre shall be average
consumer price Index for the quarter preceding the month in which
the last date prescribed for receipt of tender, falls.
L1 = Average consumer price Index for AKOLA centre for the quarter under
consideration.
2. Formula for Materials Component :

V2 = 0.85 P ( K2 x M1 – Mo )
----- ------------
100 Mo
Where,
V2 = Amount of price variation in Rupees to be Allowed for Material
Component.
P = Same as worked out for labour Component.
K2 = Percentage of materials component as indicated above.
M0 = Basic wholesale price index shall be average wholesale price index for
the quarter preceding the month in which the last date prescribed for
receipt of tender, falls.

M1 = Average wholesale price index during the quarter under consideration.

3. Formula for Petrol, Oil and lubricant Component:


V3 = 0.85 P ( K3 x P1 – Po )
----- -----------
100 Po
Where,

V3 = Amount of price variation in Rupees to be Allowed for POL Component

P = Same as worked out for labour Component.

K3 = Percentage of Petrol, Oil and Lubricant Component.

P0 = Average price of HSD at Mumbai during the quarter preceding the


month . in Which the last date prescribed for receipt of tender, falls.

P1 = Average price of HSD at Mumbai during the quarter under

CONTRACTOR NO OF CORRECTIONS SDE EE 141


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

consideration.

4. Formula for Bitumen Component.

V4 = QB (B1 - B0)

Where,

V4 = Amount of price variation in Rupees to be Allowed for Bitumen


Component.

QB = Quantity of Bitumen (Grade....) in metric tonnes under in the permanent


works and approved enabling works during the quarter under
consideration.

B1 = Current, average ex-refinery price per metric tonne of Bitumen


(Grade….) under consideration including taxes (octroi, excise, sales
tax) during the quarter under consideration.

B0 = Basic rate of Bitumen in rupees per metric tonne as considered for


working out value of P or average ex–refinery price in rupees per metric
tonne including taxes (Octroi, excise, sales tax) of Bitumen for the
grade of bitumen under consideration prevailing quarter preceding for
month in which the last date prescribed for receipt of tender, falls,
whichever is higher.

5. Formula for HYSD and Mild Steel Component :

V5 = SO ( SI1 – SI0 )
--------------- x T
SI0
Where,
V5 = Amount of price variation in Rupees to be Allowed for HYSD / Mild
Steel
Component
S0 = Basic rate of HYSD /Mild Steel in Rupees per metric tonne as
considered for working out value of P.
SI1 = Average Steel Index as per RBI Bulletin during the quarter under
consideration.
SI0 = Average of Steel Index as per RBI Bulletin for the quarter preceding the
month in which the last date prescribed for receipt of tender, falls.
T= Tonnage of steel used in the permanent works for the quarter under
consideration.

6. Formula for Cement Component:

V6 = C0 ( CI1 - CI0 )
--------------- x T
CI0
Where,
V6 = Amount of price escalation in Rupees to be Allowed for Cement

CONTRACTOR NO OF CORRECTIONS SDE EE 142


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

Component
C0= Basic rate of Cement in Rupees per metric ton as considered for
working out value of P.
CI1 = Average Cement Index Published in the RBI bulletin for the quarter
under consideration.
CI0 = Average of Cement Index published in the RBI bulletin for the quarter
preceding the month in which the last date prescribed fro receipt of
tender, falls.
T= Tonnage of Cement used in the permanent work for the quarter under
consideration
7. Formula for C.I. / D.I. Pipe Component:
V7 = Qd (D1 – D0)
Where
V7 = Amount of price escalation in Rupees to be Allowed for C.I. / D.I. Pipe
Components
D0 = Pig Iron Basic price in Rupees per tonne considered for working out
value of P
D1 = Average Pig Iron Price in Rupees per tonne during the quarter under
consideration (published by IISCO).
Qd = Tonnage of C.I./ D.I. pipes used in the works for the quarter under
consideration.
The following conditions shall prevail:
i) The Operative Period of the Contract shall mean the period commencing from
the date of the work order issued to the Contractor and ending on the date on
which the time allowed for the completion of the works specified in the contract
for work expires, taking into consideration the extension of time, if any, for
completion of the work granted by Engineer, under the relevant clause of the
conditions of contract in cases other than those where such extension is
necessitated on account of default of the contractor. The decision of the
Engineer as regards the operative period of the contract shall be final and
binding on the contractor. Where any compensation for liquidated damages is
levied on the contractor on account of delay in completion or inadequate
progress under the relevant contact provisions, the price adjustment amount for
the balance of work from the date of levy of such compensation shall be worked
out by pegging the indices L1, M1, C1, P1, B1, SI1 and CI1 to the level
corresponding to the date from which such compensation is levied.
ii) This Price Variation clause shall be applicable to all contacts in B 1/ B2 & C
form but shall not apply to piece works. The price variation shall be determined
during each quarter as per formula given above in this clause.
iii) The escalation is payable for the extra items or the extra quantities under Clause
38 since the rates for them are to be fixed as per the current DSR or as mutually
agreed without yearly revision. [VIDC, NGP, Outward No. 3941/Tech-1/(94-
2000)/2005 dated 31-10-2005]
iv) This clause is operative both ways, i.e. if the price variation as calculated above
is on the plus side, payments on account to the price variation shall be allowed
to the contractor and if it is on the negative side the Corporation shall be
entitled to recover the same from the contactor and the amount shall be
deductible from any amount due and payable under the contract.
v) To the extent that full compensation for any rise or fall in costs to the contractor
is not entirely covered by the provision of this or other Clauses in the contract,
the unit rate and prices included in the contract shall be deemed to include
amounts to cover the contingency of such other actual rise or fall in costs.

CONTRACTOR NO OF CORRECTIONS SDE EE 143


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

CLAUSE 139 - FINAL ACCOUNT

1. Application for Final Payment Certificate

Not later than 60 days after the issue of the Performance Certificate, the Contractor
shall submit to the Employer's Representative three copies and one copy each for
Engineer’s Representative of a draft final statement with supporting documents
showing in detail, in a form approved by the Engineer:

a. The value of all work done in accordance with the Contract, and

b. Any further sums which the Contractor considers to be due to him under the
Contract.

2. If the Engineer disagrees with or cannot verify any part of the draft final statement, the
Contractor shall submit such further information as the Engineer may reasonably
require and shall make such changes in the draft as may be agreed between them. The
Contractor shall then Prepare and submit to the Engineer-in-Charge the final statement
as agreed (for the purposes of these Conditions referred to as the "Final Statement").

CLAUSE 140 - PROPERTY

All materials on the Site, Temporary Works and Works are deemed to be
the property of the Employer and are at the Employer's disposal if the Contract is
terminated due to breach of Contract by the Contractor.

CLAUSE 141 - RELEASE FROM PERFORMANCE:

If the Contract is frustrated by the outbreak of war or by any other event


entirely outside the control of either the Department or the Contractor the Engineer-in-
Charge 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 works carried out before receiving it and for any work carried out after
wards to which commitment are made by Engineer-in-Charge.

CLAUSE 142- JOINT AND SEVERAL LIABILITY OF JOINT VENTURE


PARTNERS If the Contractor is a joint venture of two or more persons / firms,
all such persons / firms shall be jointly and severally bound to the Employer for the
fulfilment of the terms of the Contract and shall designate one of such persons/firms to
act as a leader with authority to bind the joint venture. The composition or the
constitution of the joint venture shall not be altered.

CLAUSE 143- AS-BUILT DRAWINGS

1. The contractor shall prepare, and keep up-to-date, a complete set of “as-built” records
of the execution of the works, showing the exact “as-built” locations, sizes and details
of the works as executed with cross references to relevant specifications and data
sheets. These records shall be kept on the site and shall be used exclusively for the
purposes of this sub-clause. Two copies shall be submitted to the Engineer-in-Charge
prior to the commencement of the test on completion.

2. In addition, the contractor shall prepare and submit to the “as-built drawings” of the
works, showing all works as executed. The drawings shall be prepared as the works
proceed, and shall be submitted to the Engineer-in-Charge for his inspection. The

CONTRACTOR NO OF CORRECTIONS SDE EE 144


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

Contractor shall obtain the consent of the Engineer-in-Charge as to their size, the
referencing system, and other pertinent details.

3. Prior to the issue of any taking over certificate, the Contractor shall submit the
Engineer-in-Charge six sets of CDs and six printed copies of the relevant “As-built
Drawings”, and any further Construction Documents specified in the Contract. The
Works shall not be considered to be completed for the purposes of taking-over until
such documents have been submitted to the Engineer-in-Charge.

CLAUSE 144 - SITE ENVIRONMENTAL PLAN (SEP)

The Contractor shall Prepare a detailed Site Environmental Plan (SEP) for the work
site, base camp, etc., showing arrangements for disposal / dumping of excavated earth
etc. and other waste, location of fuel, oil and lubricant depots, sheds for equipment,
labour and housing facilities, etc., prior to the construction for approval of the
Engineer-in-Charge.

CLAUSE 145 - SAFETY, SECURITY AND PROTECTION OF THE


ENVIRONMENT

The Contractor shall take all necessary Precautions against pollution or


interference with the supply, or obstruction of the flow of surface or underground
water. These Precautions shall include but not be limited to physical measures such as
earth bunds of adequate capacity around fuel, oil and solvent storage tanks and stores,
oil and grease traps in drainage systems from workshops, vehicle and plant washing
facilities and service and fuelling areas and kitchens, the establishment of sanitary solid
and liquid waste disposal systems, the maintenance in effective condition of these
measures, the establishment of emergency response procedures for pollution events,
and dust suppression, all in accordance with normal good practice and to the
satisfaction of the Engineer-in-Charge. Should any pollution arise from the Contractor's
activities he shall clean up the affected area immediately at his own cost and to the
satisfaction of the Engineer-in-Charge, and shall pay full compensation to any affected
parties.

The Contractor shall take all reasonable steps to protect the environment
(both on and off the Site) and to limit damage and nuisance to people and property
resulting from pollution, noise and other results of his operations. The Contractor shall
ensure that air emissions, surface discharges and effluent from the Site during the
Contract Period shall not exceed the values Prescribed by law.

CLAUSE 146 - USE OF WOOD AS FUEL

The Contractor shall not use wood as a fuel for the execution of any part
of the Works, including but not limited to the heating of bitumen and bitumen mixtures
and the manufacture of bricks for use in the Works, and to the extent practicable shall
ensure that fuels other than wood are used for cooking, and water heating in all his
camps and living accommodations.

In case of fuel wood is required for cooking, water heating or any other
purpose, Contractor shall have a fuel wood depot with permission and as per rules and
regulation of forest department at site and maintain records as directed by officials of
forest department.

CLAUSE 147 - RELATIONS WITH LOCAL COMMUNITIES AND


AUTHORITIES

CONTRACTOR NO OF CORRECTIONS SDE EE 145


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

In sitting and operating his plant and facilities and in executing the Works
the Contractor shall at all-time bear in mind and to the extent practicable minimize the
impact of his activities on existing communities. Where communities are likely to be
affected by major activities such as road widening or the establishment of a camp, large
borrow pit or haul road, he shall liaison closely with the concerned communities and
their Representatives.

CLAUSE 148 - TRANSPORT OF CONTRACTOR'S EQUIPMENT FOR


TEMPORARY WORKS

Where the Contractor intends to use a particular route for the haulage of
large quantities of materials he shall consult well in advance with any affected
communities. The Engineer-in-Charge reserves the right to disallow certain haul routes
should these in his opinion cause or be likely to cause unreasonable nuisance or hazards
to the public. The Engineer-in-Charge’s approval will not remove the Contractor's
obligations under this Sub-Clause to Prevent and repair damage to roads or his liability
for compensation for any accidents caused by his vehicles. The contractor has to make
the temporary roads at his own cost for execution for work as required.

CLAUSE 149 - CLEARANCE OF CONTRACTOR'S FACILITIES

On or before expiry of the Defects Liability Period the Contractor shall


clear away all his temporary facilities including but not limited to offices, camps,
storage and holding yards, workshops, crushing and mixing plant, diversion and haul
roads so that the land is returned to at least its Previous condition and, in the case of
agricultural land, potential productivity. Clearance shall include but not be limited to
tasks such as the removal of unwanted structures, removal of metallic and concrete
debris, removal and disposal of any soil contaminated by diesel, bitumen or other
polluting material, ripping to relieve compaction, grading, replacement of topsoil, and
turfing and grassing, as appropriate. Where improvements have been made such as land
filling or installation of boreholes or construction of boat landings these may be
retained subject to the agreement of the landowner. The Engineer-in-Charge or his
Representative reserves the right to inspect the site of any facilities established or used
by the Contractor in connection with the Works and to undertake any corrective
measures necessary to restore the land, and to recover the cost from money due or to
become due to the Contractor.

CLAUSE 150 - INDEMNITY BOND:

Name of work:…………………………

I
___________________________________________________contractor
S/o.________________ aged____________________________ Resident of
______________________ do hereby bind myself to pay all the claims may come (a)
under Workmen ‟s Compensation Act. 1933 with any statutory modification thereof
and rules there under or otherwise for or in respect of any damage or compensation
payable in connection with any accident or injury sustained (b) under Minimum wages
Act 1948 (c) under payment of wages Act.1924 (d) under the Contractor labour
(Regulation and Abolition) Act. 1970 by workmen engaged for the performance of the
business relating to the above contract i.e., failing such payment of claims of workmen
engaged in the above work, I abide in accepting for the recovery of such claims,
affected from any of my assets with the departments.

CONTRACTOR NO OF CORRECTIONS SDE EE 146


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

CLAUSE 151 - SAFETY AND ACCIDENT PREVENTION OFFICER

Due Precautions shall be taken by the Contractor, at his own cost, to


ensure the safety and protection against accidents of all staff and labour engaged on the
Works, local residents in the vicinity of the Works, and the public travelling through
the Works. The Contractor shall have on his staff on Site a designated officer qualified
to promote and maintain safe working practices. This officer shall have authority to
issue instructions and shall take protective measures to Prevent accidents, including but
not limited to the establishment of safe working practices and the training of staff and
labour in their implementation.

CLAUSE 152 – HEALTH AND PESTS

The Contractor shall at his own expense and throughout the period of the
Contract ensure that suitable arrangements are made for the Prevention of epidemics
and for all necessary welfare and hygiene requirements for his staff and labour, and
shall comply with all the regulations and requirements of the local health authorities
with respect to disease Prevention and control. He shall warn his staff and labour of the
dangers of communicable diseases including those transmitted by insects, water, faecal
/oral contact and sexual activity. The Contractor shall take the Precautions necessary to
protect all staff and labour employed on the Site from insect nuisance, rats and other
pests and minimize the dangers to health and the general nuisance caused by the same.
Should malaria or other insect-borne diseases be Prevalent in the area, he shall provide
his staff and labour with suitable prophylactics, equip living accommodation with
screens and bed-nets, and carry out spraying with approved insecticides, as appropriate.

CLAUSE 153 - FESTIVALS AND RELIGIOUS CUSTOMS

The Contractor shall in all dealings with labour in his employment have
due regard to all recognized festivals, days of rest and religious or other customs.

CLAUSE 154 - EPIDEMICS

In the event of any outbreak of illness of an epidemic nature, the


Contractor shall comply with and carry out such regulations, orders and requirements as
may be made by the Government or the local medical or sanitary authorities, for the
purpose of dealing and overcoming the same.

CLAUSE 155 - ALCOHOLIC LIQUORS OR DRUGS

The Contractor shall not, otherwise than in accordance with the statutes,
ordinances and government regulations orders for the time being in force, import, sell,
give barter or otherwise dispose of any alcoholic liquor or drugs, or permit or suffer any
such importation, sale, gift, barter or disposal by his Subcontractors, agents, staff or
labour.

CLAUSE 156 - RECORDS OF LABOUR AND ACCIDENTS

The Contractor shall maintain full records of numbers, working hours and
wages of labour, safety, health and welfare of persons, accidents, and damage to
property such record has to be produced to Engineer-in-Charge on his demand.

CLAUSE 157 - SITE OFFICE FOR ENGINEER REPREENTATIVES AND


OTHER SUPERVISORY STAFF

CONTRACTOR NO OF CORRECTIONS SDE EE 147


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

The Contractor shall provide site office facilities for the Engineer-in-
Charge and Supervisory Staff including Employer’s Representative.

CLAUSE 158 - DISPLAY PANELS IN THE SITE OFFICE

The Contractor shall provide such charts and drawings as deemed


appropriate to contract and index map, vicinity map, L-sections for all channels,
drawings for the structures, important levels and BMs and facilities provided under the
Contract. Such charts and drawings shall be mounted on a panel, protected with a glass
cover, and affixed on to the wall(s) of the site office.

CLAUSE 159 - SUPPLY OF COLOURED RECORD PHOTOGRAPHS

The Contractor shall, at his own cost, arrange to take digital colour
photographs of size 4” x 6” at various stages / facets of the work including interesting
and novel features of the work as directed by the Engineer’s Representative and supply
two copies of colour record photographs mounted in the albums including 2 sets of CDs
with specification and these shall be kept by Engineer-in-Charge.

CLAUSE 160 - SUPPLY OF VIDEO CASSETTES

The Contractor shall, at his own cost, arrange for video recording of site
before commencement and taking video film of important activities of the work as
directed by the Engineer-in-Charge during the execution of the project and editing them
to a video film of playing time not less than 30 minutes and up to 60 minutes as
directed by the Engineer-in-Charge and these shall be kept by the Engineer-in-Charge.

CLAUSE 161 - PUBLIC AWARENESS / INFORMATION DISPLAY

The Contractor shall, at his own cost, arrange and provide, erect and
maintain necessary display boards / banners etc. at selected points of project site giving
such information as considered necessary for public awareness / information / safety as
directed by the Engineer-in-Charge.

CLAUSE 162 - REQUIREMENT OF LAND

Land for establishment of site office, field laboratory etc. shall be arranged
by the Contractor.

CLAUSE 163 – SERVICES

1. Underground and overhead services met with during construction are to be protected
against damage by the Contractor at his own cost.

2. The contractor shall be required to carry out removal / shifting of existing utilities at his
own cost. The contractor work program shall include any such activity. The work shall
be carried out under supervision of concerned department. The contractor shall pay the
supervision charges of the line agencies.

CLAUSE 164 - EXPLOSIVE AND FUEL STORAGE TANKS

No explosive shall be stored within ½ (half) KM of the limit of the camp


sites. The storage of gasoline and other fuel oils or of Butane, Propane and other
liquefied petroleum gases, shall confirm to the regulations of Maharashtra State
Government and Government of India. The tanks, above ground and having capacity in

CONTRACTOR NO OF CORRECTIONS SDE EE 148


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

excess of 2000 litters, shall not be located within the camp area, nor within 200m, of
any building.

CLAUSE 165 - LAYOUT OF MATERIALS STACKS:

The contractor shall deposit materials for the purpose of the work on such
parts only of the ground as may be approved by the Engineer-in-Charge before starting
work. A detailed survey, clearly indicating position and areas where materials shall be
stacked and sheds built is to be conducted by the contractor at his own cost and only
after obtaining necessary approval of the plan for use of sites by the Engineer-in-
Charge, the Contractor can use the sites accordingly.

CLAUSE 166- USE OF BLASTING MATERIALS:

Procurement of blasting materials and its storage is the responsibility of the


contractor. The contractor shall engage licensed blaster for blasting operation. The
contractor is to act in accordance with Indian Explosive Act and other rules Prevailing,
during the execution of work. It is the responsibility of the contractor to see, that works
by other agencies in the vicinity are not hampered, in such cases if any claim is made
by other agencies that should be borne by the contractor. Carriage of blasting materials,
from the magazine to the work site, is the responsibility of the contractor.

CLAUSE 167 - PLANTS AND EQUIPMENT:

1. The contractor shall have sufficient plant, equipment and labour and shall work such
hours and shifts as may be necessary to maintain the progress on the work as per the
approval progress schedule.

2. It is too expressly and clearly understood that contractor shall make his own
arrangements to equip himself with all machinery and special tools and plant for the
speedy and proper execution of the work and the department does not undertake
responsibility towards their supply.

3. The department shall supply such of the machinery that may be available on hire basis
but their supply cannot be demanded as matter of right and no delay in progress can be
attributed to such non-supply of the plant by the department and the department cannot
be made liable for any damage to the contractor. The Contractor shall be responsible for
safe custody of the departmental machinery supplied to him (which will be delivered to
contractor at the machinery yard at site of work) and he has to make good all damages
and losses if any and bring it to the conditions that existed at the time of issue to the
contractor before handing over the same to the department. The hire charges for the
machinery handed over to the contractor will be recovered.

4. The acceptance of departmental machinery on hire is optional to the contractor.

CLAUSE 168 - STEEL FORMS:

Steel forms should be used for all items involving use of cantering and
shuttering. They shall be such that the concrete surface obtained after removal of
cantering and shuttering shall be single plane without any dents and undulations and
honeycombing.

CONTRACTOR NO OF CORRECTIONS SDE EE 149


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

CLAUSE 169 - INCONVENIENCE TO PUBLIC:

The contractor shall not deposit materials at any site, which will cause
inconvenience to public. The Engineer-in-Charge may direct the contractor to remove
such materials or may undertake the job at the cost of the contractor.

CLAUSE 170 - ECOLOGICAL BALANCE:

a. The contractor shall maintain ecological balance by Preventing de-forestation, water


pollution and defacing of natural landscape. The contractor shall so conduct his
construction operation as to Prevent any unnecessary destruction, scarring, or defacing
of the natural surroundings in the vicinity of the work. In respect of the ecological
balance, Contractor shall observe the following instructions.

i. Where unnecessary destruction, scarring, damage or defacing may occur, as result of


the operation, the same shall be repaired replanted or otherwise corrected at the
contractor’s expense. The contractor shall adopt Precautions when using explosives,
which will Prevent scattering of rocks or other debris outside the work area. All work
area including borrow areas shall be smoothened and graded in a manner to conform to
the natural appearances of the landscape as directed by the Engineer-in-Charge.

ii. All trees and shrubbery which are not specifically required to be cleared or removed for
construction purposes shall be Preserved and shall be protected from any damage that
may be caused by the contractor’s construction operation and equipment. The removal
of trees and shrubs will be permitted only after prior approval by the Engineer-in-
Charge. Special care shall be exercised where trees or shrubs are exposed to injuries by
construction equipment, blasting, excavating, dumping, chemical damage or other
operation and the contractor shall adequately protect such trees by use of protective
barriers or other methods approval by the Engineer-in-Charge. Trees shall not be used
for anchorages. The contractor shall be responsible for injuries to trees and shrubs
caused by his operations.

iii. The contractor’s construction activities shall be performed by methods that will
Present entrance or accidental spillage of solid matter contaminants, debris and other
objectionable pollutants and wastage into river. Such pollutant and waste include earth
and earth products, garbage, cement concrete, sewage effluent, industrial wastes, radio-
active substances, mercury, oil and other petroleum products, aggregate processing,
mineral salts and thermal pollution. Pollutants and wastes shall be disposed off in a
manner and at sites approved by the Engineer-in-Charge.

iv. In conduct of construction activities and operation of equipment the contractor shall
utilize such practicable methods and devices as are reasonably available to control,
Prevent and otherwise minimize the air pollution. The excessive omission of dust in to
the atmosphere will not be permitted during the manufacture, handling and storage of
concrete aggregates and the contractor shall use such methods and equipment as a
necessary for collection and disposal or Prevention of dust during these operations. The
contractor’s methods of storing and handling cement shall also include means of
eliminating atmospheric discharges of dust, equipment and vehicles that give
objectionable omission of exhaust gases shall not be operated. Burning of materials
resulting from clearing of trees, bushes, combustible construction materials and rubbish
may be permitted only when atmospheric conditions for burning are considered
favourable.

CONTRACTOR NO OF CORRECTIONS SDE EE 150


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

b. Separate payment will not be made for complying with the provisions of this clause and
all cost shall be deemed to have been included in the bid price. If any provision is not
complied with, the Contractor will be responsible for payment of penalties and/or any
action taken by the concerned competent authority.

CLAUSE 171 – PRESERVATION & PROTECTION OF EXISTING


VEGETATION

1. The contractor will Preserve and protect all existing vegetation such as trees, on or
adjacent to the site which do not unreasonably interfere with the construction as may be
determined by the Engineer-in-Charge. The contractor will be held responsible for all
unauthorized cutting or damage of trees, including damage due to careless operation of
equipment, stockpiling of materials or trecking of grass areas by equipment. Care shall
be taken by the Contractor in felling trees authorized for removal to avoid any
unnecessary damages to vegetation and tress that are to remain in place and to
structures under construction or in existence and to workmen.

2. All the produce from such cutting of trees by the contractor shall remain the property of
Government and shall be properly stacked at site, approved by the Engineer-in-Charge.
No payment whatsoever shall be made for such cutting and its stacking by the
Contractor.

3. The contractor shall also make arrangements of fuel deposits for supply of required fuel
for the labourers to be employed for cooking purpose at his own cost in order to
Prevent destruction of vegetation growth in the surrounding area of the work site.

CLAUSE 172 - POSSESSION PRIOR TO COMPLETION

The Engineer-in-charge shall have the right to take possession of or use


any completed part of work or works or any part thereof under construction either
temporarily or permanently. Such possession or use shall not be deemed as an
acceptance of any work either completed or not completed.

CLAUSE 173 - DRAWING TO BE KEPT AT SITE

One copy of the drawings furnished shall be kept by the contractor on the
site and the same shall at all reasonable time be available for inspection and use by the
Engineer-in-Charge and the Engineer-in-Charge’s Representative and by any other
persons authorized by the Engineer-in-Charge.

CLAUSE 174 - B.I.S. [I.S.I.] BOOKS AND QAQC MANUALTO BE KEPT AT


SITE

A complete set of Indian Standard Codes and IRC codes referred to in


“Technical Specifications” and QAQC manual shall be kept at site for reference. In
addition to the foregoing any other IS Codes, IRC codes, Technical Books, Technical
Manuals, Technical Literatures, Codes of foreign countries requested by the Engineer –
in – Charge shall be procured by the Contractor and kept at site office for reference. All
the foregoing shall also be supplied in 3 sets to the Engineer-in-Charge.

CLAUSE 175 - CARE AND DIVERSION OF RIVER/STREAM:

The contractor shall submit details regarding the diversion and care of river
or stream during construction of the work along with a separate print-out of the time

CONTRACTOR NO OF CORRECTIONS SDE EE 151


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

table showing earliest and latest start and finish dates of various activities. He should
submit a detailed layout plan with drawings for the diversion and care of river during
construction of work. The above arrangements shall be at contractor’s cost.

CLAUSE 176 - CANTEENS

A cooked food canteen on a moderate scale shall be provided for the benefit of
workers, if it is considered essential.

CLAUSE 177 - SHEDS FOR WORKMEN

1. The contractor shall provide at his own expense sheds for housing the workmen. The
shed shall be on a standard not less than cheap shelter type to live in which the work
people in the locality are accustomed to a floor area of about 2m x 1.5m per two
persons shall be provided. The sheds are to be in rows with 12m clear space between
sheds and 19m clear space between rows if conditions permit. The work people's camp
shall be laid in units of 400 persons each unit to have a clear space of 12m all round.

2. Land should be acquired temporarily for storing contractor's materials or for his staff.
The contractor should make his own arrangements for temporary acquisition of land
required for storing his materials and for housing of this staff at his expenses.

CLAUSE 178 - SUPPLY OF CONSTRUCTION MATERIALS

i. The contractor has to make his own arrangements for procurements, supply and use of
construction materials.

ii. All materials so procured should confirm to the relevant specifications indicated in the
bidding documents.

iii. The contractor shall make his own arrangements for adequate storage of the materials.

CONTRACTOR NO OF CORRECTIONS SDE EE 152


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

SECTION:- II
SPECIAL CONDITION OF CONTRACT

CONTRACTOR NO OF CORRECTIONS SDE EE 153


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

SPECIAL CONDITION OF CONTRACT


1 CONTRACTOR TO INFORM HIMSELF FULLY:

The contractor shall be deemed to have carefully examined the work and site
conditions, conditions of contract in EPC form, the special conditions, the
specifications, schedules and drawings and shall be deemed to have visited the work
site, investigated his own quarries for rubble and sand and to have fully informed
himself regarding the availability of construction materials, and leads involved local
conditions, ancillary works required to be done etc. before quoting the offer. The lead
and lift charges of construction materials are incorporated in the agreement and no
additional claims will be made on this account by the contractor.

If he shall have any doubts as to the meaning of any portion of the special
conditions or the scope of work or the specifications or any other matter
concerning the contract, he shall in good time, set forth the particulars thereof and
submit them to the Engineer-in-charge.

The Engineer-in-charge generally means the Executive Engineer directly in


charge of the work, but also means the Superintending Engineer, Chief
Engineer of Corporation, for exercising powers under this contract.

2 ERRORS, OMISSIONS, DISCREPANCIES:

In case of errors, omissions and / or disagreement between written and scaled


dimensions on the drawings or between the drawings and specifications, the
following orders of preference shall apply.

a)-1) Between actual scaled and written dimensions or description on drawing


and corresponding one in the specification, the latter shall be adopted.
a)-2) Between the quantities in the schedule of quantities, and those arrived at
from the drawings, the former shall apply.
a)-3) Between the written description of the item in the schedule of quantities
and the detailed specifications of the same item, the latter shall be adopted.

b) The information in connection with the works and work site as


well as specifications are contained in this book of contract in general and
in particular in two parts viz. special conditions and specifications for
items of work. In case of any discrepancy or repugnancy in the clauses in
these sections, the specifications will prevail over special conditions.

c) The special conditions of contract and the specifications shall prevail


over various clauses of EPC tender form.

d) In all cases of omissions and / or doubts or discrepancies in the dimensions


or description of any item, a reference shall be made to the Engineer-in-
charge whose elucidation, elaboration or decision shall be considered as
authentic and final subject of the Clause 30 of condition of EPC contract.
The contractor shall be held responsible for any errors that may occur in the
work through lack of reference and precaution.

CONTRACTOR NO OF CORRECTIONS SDE EE 154


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

3 CLEANING UP:

During the execution of the Works, the Contractor shall keep the Site free from all
unnecessary obstruction. The Contractor shall clear away and remove from the Site any
wreckage, rubbish or Temporary Works no longer required.

Upon the issue of any Taking-Over Certificate, the Contractor shall clear away and
remove, from that part of the Site and Works to which such Taking-Over Certificate
refers, all Contractor's Equipment, surplus material, wreckage, rubbish and Temporary
Works. The Contractor shall leave such part of the Site and the Works in a clean and safe
condition to the satisfaction of the Engineer-in-Charge. Except that, the Contractor shall
be entitled to retain on Site, until the expiry of the Contract Period, such Contractor's
Equipment, Materials and Temporary Works as required by him for the purpose of
fulfilling his obligations under the Contract.

If the Contractor fails to remove, by 30 days after the issue of the Performance
Certificate, any remaining Contractor's Equipment, surplus material, wreckage, rubbish
and Temporary Works, the Employer may sell or otherwise dispose of such items at
Contractor’s risk and cost.

4 SIGNING FIELD BOOKS, LONGITUDINAL SECTIONS, CROSS SECTION


AND MEASUREMENT BOOKS:

Before starting the work, and at the end before the work is covered, levels for
plotting the longitudinal section (along the axis as decided by the Engineer-in- Charge
or his authorized representative) and cross section of the portion of the work shall be
taken by the authorized Engineer of the Corporation in the presence of the
contractor or his duly authorized representative and the same shall be recorded in the
measurement books and field books by the authorized Engineer of the Corporation
only. If the contractor fails to sign the levels and measurements recorded by the
Engineer-in-Charge or his representative in the authorized books, the same shall be
final and binding on the contractor. For this purpose, suitable date or dates shall be
fixed by the Engineer-in- Charge and intimated to the contractor at least three days
in advance. If the contractor or his duly authorized representative fails to attend on
the appointed date or dates, the levels shall be taken in his absence and such levels and
longitudinal sections and cross sections based thereon shall be final and binding on
the contractor. The levels will be taken on such alignment and cross sections as will
be useful for reference permanently and described under specifications for
‘Excavation’. The point of locations for the level will depend upon the
roughness of the area and will also be at least in conformity with the
requirements of specifications for ‘Excavation’ as far as possible. Based on the
above measurements and levels recorded by the Engineer of the Corporation,
the contractor shall prepare computerized drawings of plan, L- Sections, Cross
Sections etc. On required size paper and submit the same to Engineer-in-Charge.
Thereafter the contractor can prepare, print and submit the Running Billsalong with
the quality control test result in the standard format for the payment.

5 DAILY CEMENT CONSUMPTION REPORT:

Contractor shall maintain daily cement consumption account for each item in
format as directed by Engineer-in-charge. The daily quantity executed for all the
items executed and cement consumed shall tally with the daily cement issued from
store. The report of daily cement consumed, quantity executed shall be maintained

CONTRACTOR NO OF CORRECTIONS SDE EE 155


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

by contractor on site and copy signed by the site engineer of the Corporation shall be
submitted to Engineer-in-charge. The abstract of item wise daily cement consumption
and quantity executed shall be enclosed with bills by the contractor, which will form
basis of payment of bills.

In the event of cement in branded bags remaining surplus due to authorized


reduction in quantity of work certified by the Engineer-in-Charge and as
Noticed after the issue of completion certificate, the contractor may choose any of the
following three alternatives:

a) To transfer the cement in branded bags, with prior written permission from
the Engineer-in-Charge, to any of the contract work with the
Corporation and account for the same therein.

b) To sell the cement with prior written permission from the Engineer-in-
Charge to any of the contractors carrying out the works on contract
with the Corporation at a price to be negotiated by both the contractors and
account for the same.

6 QUALITY ASSURANCE AND TESTING:

It is the responsibility of the contractor to assure the desired quality of work.


Whenever the testing of construction materials are required as per the detailed
specifications or otherwise required by the Engineer-in-Charge, the same shall be
carried out at the laboratory, selected by the Engineer-in-Charge at Contractor’s
cost. The other tests of mortar, concrete, sand, coarse aggregates etc. shall be carried
out in field laboratory set up by the contractor in presence of quality control
representative at contractors cost. Contractor shall through this procedure assure the
quality of work.

Unless otherwise indicated elsewhere in the Contract, the Quality Assurance and
Quality Control (QA/QC) document, as issued by the department, shall be followed. The
QA/QC document of department shall form the part of the Contract and a copy of the
same shall be made available at the site.

Within 15 (fifteen days) from the date of commencement of work, the contractor
shall arrange to provide at his own cost a fully furnished an adequately equipped field
laboratories at the required locations of site as per specifications and directions of the
Engineer-in-Charge, including maintenance of the same. This shall be removed at the
completion of the work. All dismantled items of field laboratory and all equipment shall
be property of the contractor at the completion of the work.

The calibration of the laboratory equipment and instrument shall at the initial
stages be certified by agencies approved by the Engineer-in-Charge. Laboratory
equipment shall be property maintained and calibrated throughout the period of the
Contract by the Contractor at his own expense. The Contractor shall notify the Engineer-
in-Charge in sufficient advance prior to conducting any tests for materials and work. The
Engineer-in-Charge will also inspect the laboratory and the Contractor shall provide
adequate facilities to the Engineer-in-Charge for his independent verification of the
accuracy and adequacy of the facilities, equipment required at site are as included in the
QA/QC document.

The materials, mixes and any other arrangements, including labourers, shall be
supplied by the contractor to the Corporation at contractor’s cost. The samples for
testing shall be taken in the presence of Engineer-in-Charge or his representative present

CONTRACTOR NO OF CORRECTIONS SDE EE 156


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

on site. The contractor or his authorized representative shall have a free access in
these laboratories, to get himself satisfied about procedures of testing etc. Even if
the contractor or his representative fails to remain present while collecting
samples or testing the results will be considered as authentic and binding on the
contractor.

The Contractor shall institute a quality assurance system to demonstrate


compliance with the requirements of the Contract. Such system shall be in accordance
with the details stated in the Contract. Compliance with the quality assurance system
shall not relieve the Contractor of his duties, obligations or responsibilities.

Contractor shall provide all test reports of material used in the work as desired
from the NABL (National Accreditation Board for Testing & Calibration Laboratories)
approved laboratories or from Quality Control or MERI laboratories of the WRD or as
directed by engineer-in-charge Contractor shall provide periodical quality assurance
report (Weekly/fortnightly/monthly) to Engineer in Charge along with proofs in support
of quality of material brought for the work the process/ execution of work is as per
specification.

Contractor shall submit the account of all materials brought for the work, which are
necessary for execution of work and any other data necessary to assess the quality of
work.

If he fails to fulfil the requirement, the required manpower for testing and field
laboratory with required equipment will be deployed by the Engineer-in-Charge and the
charges will be recovered from the contractor (Provisions of Clause 4 will be applicable)
or the agreement will be revoked. Contractor shall allow any authorized persons by
Employer or Engineer to inspect and check the test and quality control for the Work.

a) PERSONEL FOR QUALITY ASSURENCE:

Sr. No. Personnel with Qualification Nos.


Quality Assurance Engineer
1 (Civil Engineering Graduate with minimum 2 Year experience THREE
in QA testing and report generation work)
Laboratory Assistants TEN TO
2 (Minimum Twelth Pass with Science subject with 2 year TWELEVE
experience in testing of material) (As per work)
TEN TO
Laboratory Attendants
3 TWELEVE
(One for each L.A.)
Social Mobilization/WUA Expert
FOUR
4 (Masters in Social Work with 15 to 20 years’ experience in ,
(As per work)
WUA formation, capacity building and training ets)

CONTRACTOR NO OF CORRECTIONS SDE EE 157


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

b) EQUIPMENTS:

Equipment performance guarantee: The performance guarantees of the


contract are detailed in the item wise specifications. These guarantees shall
supplement the general performance guarantee provisions covered under
special conditions of contract.
Sr. No. Equipment Apparatus for Tests

Earth Work – Field density, Moisture Content, Sieves for Sand &
1
Field testing Equipment Metal.

Silt, Gradation, Moisture Content, Slump, & Cube


2 Concrete Work -
Modules.

Material approval register shall maintain at site for approval of good quality construction
material. The tender rates are inclusive of quality control testing charges.

c) TEST INSPECTION AND REJECTION OF DEFECTIVE


MATERIALS AND WORKS:

The contractor shall without extra cost provide samples and cooperate in
the testing of materials and inspection work. The engineer shall have access at
all times to the places where components are being manufactured for the
contract to determine that manufacture is proceeding in accordance with
drawings and specification and the engineer shall also have access at times to
the places of storage.

Further contractor shall not without written authorization permit entry


on site of work of any person expect authorized representative of the
Corporation or the Engineer or the contractor’s staff and labour directly
engaged on and in accordance with the work.

The tests and inspections of items specified in contract documents at


Engineer-in-charge or his authorized representative. Contractor manufacture’s
works or sub-works shall be witnessed by two representative of the Engineer.
The contractor will provide the cost of travel. Loading and boarding of the
inspectors. The travel shall be arranged generally by Air. 1st class Railway or
Car. The Corporation reserves right to employ the services of other agencies
like IIT / NIT institutes or any other reputed agency, association with the
Corporation for said purposes, however charges for the services of the outside
agency will be borne by the Contractor. The acceptance of the test shall be
entirely with Engineer-in-charges or his authorized representative.

➢ Pumps
➢ Capacitor cubical
➢ Pressure filters
➢ Battery Charger D.C.D.B.

CONTRACTOR NO OF CORRECTIONS SDE EE 158


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

➢ Non Return Valves


➢ EOT Crane
➢ Butterfly Valves
➢ SF-6 Breaker
➢ Rubber expansion joints
➢ Relay & Metering Panel.
➢ Induction Motors (H.T.)
➢ Main panels (H.T. Switchgear)
➢ Power Transformer (Main)
➢ L.T. Distribution Board
Other material than above shall be tested by contractor as directed by
Engineer-in-charge.

The test report of manufacturers certifying that the equipment is


manufactured as per specifications of the tender shall be furnished by
the contractor.

Contractor can not be relived from the responsibility even if the


drawing and quality are approved by the Engineer-in-charge for the
purpose of guarantee and quality of equipment work.

d) REGISTRATION AND STATUTORY INSPECTION:

All registration and statutory inspection fees, if any in respect of his


work in pursuant to this contract shall be to the account of the
contractor. However, any registration, statutory inspection fees,
lawfully payable under the provision of any statutory laws and its
amendments from time to time during execution in respect of the plant
and equipment ultimately to be owned by the corporation shall be
borne by the Contractor. Due to the fault of the contractor or his sub-
contractor the additional fees for such inspection and/or registration
shall be borne by the contractor.

e) INSTRUMENTATION (MECHANICAL) :

In case it is proposed to have any instrumentation in work,


instruments and their accessories will be procured and installed by the
contractor, to protect these instruments as well as their connections
during various stages of work is responsibility of the contractor, The
contractor shall also extend all facilities for installation and
observation of those instruments. All the operations required for
facilitating the installation of the instrument shall stand included in the
relevant item of tender No claim however shall be entertained due to
any delay or obstruction that might be created due to installation or
observation.

f) STANDARD OF ACCEPTANCE OF BENCH TESTS:

Acceptance of bench tests to be conducted at manufacturing works as


shall be governed as below,

CONTRACTOR NO OF CORRECTIONS SDE EE 159


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

The acceptance of performance, test for verification of guarantee of


head find discharge shall be governed by-Para 9.4 of IS 10981 of 1983
similarly the acceptance of tests for verification of guaranteed
efficiency of the pump/motor at the point of intersection shad be at
least 0. 975 of that guarantee.

If during the test, it is found that the pump sets do not meet the
required guarantee performance the pump sets will be sets may be
accepted only after making necessary modifications alteration and re-
testing to meet the guaranteed performance at the contractor’s cost.

g) STANDARD OF ACCEPTANCE OF FIELD TESTS:

Acceptance of field tests lo be conducted at the work site as per


contract shall be governed as below.

The acceptance of performance test for verification of Guarantee of


head and discharge shall be governed by Para 9.4 of IS 9137-1978 (i.e
the combined motor pump unit efficiency at the point of intersection
shall be at least 95. 5% of specified).

If during the test it is found that the pump set does not meet the
required guaranteed performance, the pump set will be dismantled.
Transported to manufacturer’s works for modification alteration etc
and re-transported to site. Reassembled reinstalled and re-
commissioned to the satisfaction of the Engineer by the contractor at
his cost.

h) TRANSPORTATION :

The contractor wherever applicable, shall after proper painting. Pack


and crate all equipment in such a manner as to protect them from
damage and deterioration in transit by road or rail and during storage at
the site till the time of erection. The contractor shall be held
responsible for all damages due to improper packing, while packing all
the materials. The limitation from the point of view of availability of
railway wagon’s size and other modes of transport should be taken into
account. The packing and protection should be conformity requirement
of insurance companies and transport agencies.

The contractor should prepare detailed packing list of all packages and
containers, bundles of loose material, forming each and every
consignment dispatched to site. The contractor shall further be
responsible for making all necessary arrangement for loading,
unloading and other handling right from his work to the site and also
till the equipment is erected , tested and commissioned. He shall solely
responsible for proper storage and safe custody of all equipment’s, all
demurrage wharf age and other expenses incurred due to delivered
clearance of equipment.

CONTRACTOR NO OF CORRECTIONS SDE EE 160


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

i) PROTECTION TO PLANT :

All coated surfaces shall be protected against abrasions, impacts,


discoloration and any other damages. All exposed threaded portions
shall be suitably protected with either a metallic or non-metallic
protecting device. All ends of ail valves and piping’s and conduits
equipment conduits, equipment connections shall be properly sealed
with suitable devices to protect them, from damage. The parts which
are likely to get rusted due to exposure to weather should also be
protected in a suitable manner.

j) PRESERVATIVE SHOP COATING:

All exposed metallic surface to corrosion shall be protected by shop


application of suitable coaling. All surfaces, which will not be easily,
accessible after the shop assembly, shall before hand be treated and
protected for the life of the equipment, all surfaces shall be thoroughly
cleaned of all mill scale oxide and other coating and prepared in the
shop. The surface those are to be finish painted after installation or
require corrosion protection until installation shall be shop painted
with at least two coats of primer. Transformers and other electrical
equipment if included shall be shop finished with one or more coats of
primer and two coats of high-grade resistance enamel.

The finished colors shall be as per manufacturer’s standards to be


selected and specified by (he engineer)

Shop primer for steel surfaces shall be selected after obtaining specific
approval of the Engineer regarding the quality of primer proposed to
be applied.

All other steel surfaces which are not be painted shall be coated with
suitable rust preventive compound subject to the approval of the
Engineer.

k) MATERIAL HANDLING AND STORAGE:

All the equipment furnished under the contract and arriving at site
shall be promptly received, unloaded and transported and stored by the
contractor.

Contractor shall be responsible for examination all the shipment and


notify the engineer immediately of any damage shortage for shortage
discrepancy etc. for the purpose of engineer’s information only. The
contractor shall submit to the Engineer every week a report detailing
all the receipts dining the week however, the contractor shall be solely
responsible for any shortages.

The contractor shall maintain an accurate and exhaustive record


detailing out the list of all equipment received by him for the purpose
of erection and keep such record open for the inspection of the

CONTRACTOR NO OF CORRECTIONS SDE EE 161


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

Engineer at any time.

All equipment shall be handled very carefully to prevent any damage


or loss. No bare wire ropes. Swings etc shall be used for loading and/or
handling of the equipment without the specific written permission of
the engineer. The equipment stored shall be properly protected to
prevent damages either to the equipment or to the floor, where they are
stored. The equipment from the store shall be removed to the actual
location at the appropriate time so as to avoid damage of such
equipment at site.

All electrical panels, control gear motors and such other devices shall
be properly dried by heating before they are installed and energized.
Motor bearings, slip, rings, commentators and other exposed parts
shall be protected against moisture ingress and corrosion during
storage and periodically rotated. Heavy rotating parts in assembled
conditions shall be periodically rotated to prevent corrosion due to
prolonged storage.

The consumable and other supplied likely to deteriorate due to storage


must be thoroughly protected and stored in a suitable manner to
prevent damage or deterioration in quality by storage.

All the materials stored in the open or dusty location must be covered
with suitable weather proof and flame proof covering material
wherever applicable.

The contractor shall be responsible for making suitable indoor storage


facilities to store ail equipment which require indoor storage normally
all the electrical equipment such as motors, control gears, generators
exciters and consumable like electors, lubricants etc. shall be stored in
the closed storage space. The engineer in addition may direct, the
contractor shall strictly comply with.

l) CONTRACTORS MATERIAL BROUGHT ON THE SITE:

The contractor shall bring to site all equipment, parts, materials,


including construction equipment, tools and plants, for the works
under intimation to the engineer. All such good shall from time to time
of their being brought vest in the engineer, but ma not on any account
be removed or taken away by the contractor or his sub-contractor
without written permission of the engineer the contractor shall
nevertheless be solely liable and responsible for any loss or destruction
thereof and damage thereto the corporation has a lien on such goods
for any sum or sums which may at any time be due or owing to
corporation by the contractor under in respect of or by reason to do so.
The engineer shall be at liberty to sell and dispose off any such goods
in a manner as he shall think fit.

Including public auction or private treaty and to apply the proceeds in


or towards the satisfaction of such sum due as aforesaid after the

CONTRACTOR NO OF CORRECTIONS SDE EE 162


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

completion of the work the site under the direction of the engineer the
contractor shall remove the material such as construction equipment,
erection tools and tackle, scaffolding etc. with the written permission
of the engineer. If the contractor fails to remove such materials within
(15) fifteen days of issue of a notice by the engineer to do so then the
engineer shall have liberty to dispose off such materials and credit the
proceeds thereof to the account of the contractor.

m) PROTECTIVE GUARDS:

Suitable guards shall be provided for protection of personnel on all


exposed and/or moving machine parts. All such guards with necessary
specs and accessories shall be designed for easy installation and
removal for.

n) NOISE AND VIBRATIONS :

The equipment supplied and erected by the tenderer with comply with
the and its working shall be within permissible noise and vibration
levels. The vibration shall not exceed the limit specified in the relevant
Stanford of American Hydraulic Institution or B,S. (British
Standards). The noise level of the equipment i e. Pumps/Motors shall
not exceed 80 Db for shop test and 85 Db for site lest, when measured
at a distance of 1.8 M from the outer periphery of the equipment.

o) EQUIPMENT BASE:

A cast iron or welded steel base plate shall be provided for all rotating
equipment which is to be installed on a concrete base "unless
otherwise agreed to by the Engineer. Each base plate shall support the
unit and its drive assembly and shall be of a neat design with pedestal
anchoring the unit.

p) RATING PLATES, NAME PLATES AND LABELS:

Each main and auxiliary item of plant of non-corrosive material, upon


which is to be engraved any identifying manufacturer's name,
equipment type or serial number together with details of the loading
conditions under which the item of plant in question has been designed
to operate and such diagram plates as many be required by the
Engineer.

q) LUBRICANTS LEVEL INDICATORS:

Equipment shall be lubricated by systems suitable for duties of the


equipment. Lubricant level indicators wherever provided shall be
furnished and marked to indicate levels under both stand-still and
operating conditions.
7 CONTRACT DOCUMENTS AND MATTERS TO BE TREATED AS

CONTRACTOR NO OF CORRECTIONS SDE EE 163


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

CONFIDENTIAL:

All Documents correspondence, decisions and other matters concerning the


contract shall be considered as of confidential and restricted nature by the
contractor and he shall Not divulge or allow access thereto to any unauthorized
person.

8 ACCESS TO THE CONTRACTOR’S BOOKS:

Whenever it is considered necessary by the Engineer-in-charge to ascertain the


actual cost of execution of any particular item of work or supply of plant or
material he shall direct the Contractor to produce the relevant Documents such
as pay-rolls, records of personnel, invoices off materials and any and all other
data and Documents relevant to the item or necessary to determine its cost etc.
and the contractor shall when so required furnish information, pertaining to
the aforesaid items in the mode and manner that may specified.

9 BREACH ON PART OF CORPORATION NOT TO ANNUL CONTRACT:

No breach or non-observance on the part of Corporation of any of the


conditions contained herein shall annul this contract or discharge the
Contractor from the observance and performance thereof, but on application to the
Engineer-in-charge, an extension of time may be given to the Contractor in respect
of such breach or non- observance by the Corporation, which shall be governed
by Clause 6 of conditions of contract.

The Contractor shall not, however, be entitled to consideration or any


extension of time for any item of the work unless the contractor shall have
made an application in writing to the Engineer-in-charge within one month of
the arising of the cause needing such extension but the Engineer in charge may at
his discretion, which shall be inclusive wise the condition regarding this period of
one month. .

10 LOCAL LAWS:

All local laws in force at the time of entering into the contract
and those enacted thereafter shall be binding on the Contractor and he shall abide
by the same.

11 TAXES ETC:

All import and excise duties, sales tax, local panchayat tax, service
tax and other taxes, cesses, duties, levies etc. if any shall be borne by the
Contractor and they shall be deemed to have been covered by his quoted
tender rates, except that the contractor shall Not be liable to any land tax for
the land handed over to him for the operation in connection with this
contract or for his colony or appurtenant works constructed by him for the
purpose of this contract. The contractor shall also be liable to all relevant
provisions of the Indian Income Tax Act which may be applicable to him from
time to time. The contractor shall protect and indemnify Corporation against all
claims or liabilities arising from or based on the violation of such laws,
ordinances, regulations, bylaws by him or his employee.

12 PERSONNEL OF THE CONTRACTOR:

CONTRACTOR NO OF CORRECTIONS SDE EE 164


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

The Contractor shall, at all times, maintain on the work, a staff of duly
qualified engineers and supervisors of sufficient experience of similar other
jobs, to assure that the quality of work turned out shall be as intended in
the specifications. The Contractor shall also maintain at the work a Works
Manager of sufficient status, experience and office, and duly authorize him to
deal with all aspects of the day to day work. All communications to and
commitments by this Works Manager shall be absolutely binding on the
Contractor.

The technical personnel including quality assurance personnel should be on


full time basis and should be available at site whenever required by Engineer in
Charge to take instructions.

The Contractor shall supply to the Engineer-in-charge details of


names, qualifications and experience in regards to all supervisory staff employed
by the Contractor and Notify changes when made, and satisfy the Engineer-in-
charge regarding the quality and sufficiency of staff thus employed.

The Engineer-in-charge will have the unquestionable right to ask for changes
in the quality and no of contractor’s staff. The contractor shall on the written
directives of the Engineer-in-charge, remove from the works any person
employed thereon who may in the opinion of the Engineer-in-charge be
incompetent or has misconduct himself. Such person shall not be employed again,
on the work, without the written permission of the Engineer-in-charge. The
contractor shall have to submit information regarding proof of payment of
Professional Tax and the clearance certificates in given format.

If contractor fails to deploy required no. of technical personnel with requisite


qualifications, recovery at the rate of Rs. 25,000/- per person/month will be made
from the contractor. If the contractor fails to deploy requisite staff continuously for 6
months, this may be a cause for termination of the contract.

The Contractor shall not recruit, or attempt to recruit, his staff and labour from
amongst persons in the service of the Employer or the Employer's Representative.

If the Engineer-in-charge asks the Contractor to remove a person who is a


member of Contractor’s staff or his work force which in the opinion of Engineer-in-
Charge misconduct himself, or is incompetent or negligent in the performance of his
duties or whose Presence on site is otherwise considered to be undesirable, the
Contractor shall ensure that the person leaves the site forthwith and has no further
connection with the work in the contract.

13 DEATH, BANKRUPTCY etc.:

If the contractor shall die or commit any act of bankruptcy or


being a corporation, commences winding up except for reconstruction
purposes or carry on its business under a receiver, the executors, successors
or other representatives in law of the estate of the contractor or any such
receiver, liquidator or any person whom the contract may become vested shall
forthwith give Notice thereof in writing to the Corporation and shall for one
month, during which he shall take all reasonable steps to prevent a stoppage of
work, have the option of carrying out this contract subject to his or their
providing such guarantee as may be required by the Corporation, but not
exceeding value of the work for the time being remaining unexecuted.

CONTRACTOR NO OF CORRECTIONS SDE EE 165


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

In the event of stoppage of work, the period of the option under this clause
shall be fourteen days only. Should the above option be Not exercised, the
contract may be terminated by Corporation, by a notice in writing to Contractor
or his successor. The power and provisions reserved to Corporation in this
contract of taking of the work out of the Contractor’s hand shall immediately
become operative. Copy of such Notice shall be pasted on work site and
advertised in newspaper.

14 NOTICES, HOW TO BE GIVEN:

Where any legal or other Notice or any other Documents or any other
direction is to be given to or served upon the Contractor, it shall be deemed to
be duly given or served, if it shall have been either delivered to him personally or
to his recognized representative or Works Manager (including in the case of
Company, the Secretary of Such Company) or delivered at or sent through
the post, addressed to the last known place of business, or abode of the
Contractor, a notice or other Documents which shall be so given to or so served
on any one of the partners in such firms, shall be deemed to have been given or
served on all of them.

15 WORK ORDER BOOK:

The contractor shall maintain bound work order book at work site as
the Engineer-in-charge may direct. This work order book shall have machine
numbered pages in triplicate. The contractor shall make them available to the
Engineer-in-charge or his representative, whenever called for.

Engineer-in-Charge or his representative may record order about works, in


this book leaving the original copy in the book and removing the second and third
copy with him. The contractor or his authorized representative, shall also sign this
work order, in token of its acceptance. All orders recorded in these work order
book, shall be deemed to have been served on the contractor. On completion of
the work all the work order books may be handed over to the Engineer-in-Charge.
In the event of refusal of the Contractor’s representative on the spot to sign the
work order book, Engineer-in-charge shall take the necessary further steps in
respect of further communication and control, modification or stoppage of work as
deemed fit at the entire responsibility of the contractor.

16 PASSING OF FOUNDATION etc.:

After the completion of the work of excavation, the same will be checked
and passed by the Engineer-in-charge as per the powers wasted in them. No
masonry or concrete or backfilling shall be laid unless the foundation is so
passed. No concreting shall commence unless the centering and the reinforcement
is checked and passed by the Engineer-in-charge.

17 REFERENCE TO STANDARD SPECIFICATIONS:

The specifications of the work as enclosed with this contract Documents


are drawn with a specific reference to site conditions and do not everywhere
include the details of the standard tests and procedures which are already laid
down and available in the current Indian Standard Specifications. Wherever such
details are not specified in this contract, the provision under current Indian
Standard Specifications and / or the Standard Specifications (1970) of the

CONTRACTOR NO OF CORRECTIONS SDE EE 166


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

Government of Maharashtra shall be deemed to be applicable.

18 COMMUNICATION AND NOTICES BY CONTRACTORS:

All communications and / or Notices pertaining to works and


concerning matters, such as passing and approving of foundations,
reinforcement and formwork, measurements, mark outs etc. shall be addressed by
the Contractor to the Engineer-in-charge. All such Notices communications, etc.
shall be addressed in good time so as Not to hold up the work.

19 NON-COMPLIANCE OF CONTRACT CONDITIONS:

If the contractor shall neglect or fail to proceed with the works, with
due diligence or he violates any of the provisions of the contracts the Engineer-
in- charge may give Notice to the contractor, identifying deficiencies in
performance and demanding corrective action. The Engineer-in- charge, shall
also clearly state in the Notice the nature of action that shall be taken, if
contractor fails to fulfil by necessary corrective action.

Depending on nature of default the Engineer-in-charge at his discretion,


shall have two options, regarding action to be taken in case of default by
contractor. He shall withhold any of the payments due to the contractor or shall
terminate the contract in whole or in part. But Engineer-in-charge shall, clearly
mention in his Notice, the action that shall be taken if the contractor fails to take
the corrective action. The period of 14 days shall be given to the contractor to take
such corrective action after the issue of such Notice.

No claims, for compensation of any sort, from contractor will be entertained


for withholding the bills indefinitely till specified requirements are complied with
by the contractor. After the issue of the Notice about default by the contractor the
contractor shall Not remove, from the site any plant, equipment and materials. The
Corporation shall have a lien on all such plants, equipment and materials, from the
date of such Notice, till deficiencies have been corrected.

20 CO-ORDINATION WITH OTHER CONTRACTORS:

The contractor should Note that there will be other agencies


including Corporation, working in the same area for works other than that
included in this contract. The contractor shall co-operate with these agencies to
the fullest extent and shall allow them reasonable facility and co-ordination for
execution of work, simultaneously and satisfactorily as intended in the
contract conditions, specifications and drawings.

Should there be a dispute or disagreement between the contractor and other


agencies for any cause whatsoever, the same shall be referred to the
Engineer-in-charge whose decision regarding Co-ordination and facilities to be
provided by all the contractors to others shall be final and binding on all parties and
such decision shall Not vitiate any contract or absolve the contractor of his
responsibility under the contract, and shall Not form ground for any claim or
compensation.

21 FENCING, LIGHTING AND VENTILATION:

The Contractor shall be responsible for the proper lighting, fencing,


guarding and necessary health and safety measures while executing all works

CONTRACTOR NO OF CORRECTIONS SDE EE 167


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

under this contract and for proper provision of temporary roadways,


guards, footways, fences, caution Notices etc., as far as the same may be
rendered necessary by reasons of the work, for the accommodation of workmen,
foot passengers or other traffic and of owners and occupiers of adjacent property
and of the public and shall remain responsible for any accidents that may
occur on account of his failure to take proper and timely precaution.

Maintenance of Services- After all the work under this contract is completed
and accepted as such, in case the Engineer-in-charge so directs, the
contractor shall maintain the lighting, ventilation, communication facilities etc.
up to a date determined by the Engineer-in-charge, but Not longer than for a
period of twelve months. All reasonable charges for such maintenance otherwise
not required by the Contractor for his purposes under the contract will be borne
by Corporation. As regards the reasonableness of such charges, the decision of
the Engineer-in-charge shall be final and binding on the Contractor.

22 LIABILITY FOR ACCIDENTS TO PERSONS:

It shall be contractor’s responsibility to protect against accidents on the


work site. He shall indemnify the Corporation against any claims for damage to
the property, injury to workers or any other persons including Corporation
staff working at the site of work, deaths etc.

On the occurrence of an accident resulting in death or which is so serious


as to be likely to result in death, the contractor shall within 24 hours, report in
writing to the Engineer-in-charge, the facts stating clearly about the
circumstances in which accident has occurred and the subsequent action
taken. Other minor accidents causing minor injuries and loss to property
should be communicated in writing, promptly to the Engineer-in- charge. In all
cases the contractor shall indemnify the corporation against all losses or a
damage resulting directly or indirectly from the contractor’s failure to report in
the manner aforesaid. This includes penalties or fines if any, payable by the
Government as a consequence of failure to give Notice under the Workmen’s
Compensation Act or failure to confirm to the provisions of the said Act in
regard to such accidents.

In the event of accident in respect of which compensation may


become payable under the Workmen’s Compensation Act VIII, of 1923
including all subsequent modifications thereof, Engineer-in-charge may retain
the sums of money as may in the opinion of Engineer-in-charge be sufficient to
meet such liability out of the amounts payable to the contractor. These sums
shall be recovered from the immediate payment due to the contractor in one
instalment or in more than one instalment. The decision of the Engineer-in-
charge regarding this shall be final and binding on the contractor. On receipt of
award from the labour Commissioner, the balance amount shall be
reimbursed to or recovered from the contractor.

It should be Noted that though the Corporation is a Principal employer,


the complete responsibility of compensation shall be on the contractor.

23 THE CONTRACTOR TO SUPPLY AND BE RESPONSIBLE FOR THE


SUFFICIENCY OF THE MEANS EMPLOYED:

The Contractor shall supply & take upon himself the entire responsibility of
the sufficiency of the scaffolding, timbering, machinery, tools, implements and

CONTRACTOR NO OF CORRECTIONS SDE EE 168


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

generally of all the means irrespective of whether such means may or may not
have been approved of or recommended by the Engineer-in-charge and the
Contractor must accept all risks of accidents or damages from whatever cause they
may arise, until the completion of this contract.

24 ACCURACY OF LINES, LEVELS AND GRADES SETTING OUT:

The contractor shall be responsible for the true and proper setting out of
the work and for the correctness of the positions, levels, dimension, alignment of
all parts of the work and for the provisions of all necessary instruments,
appliances and labour in connection with this.

For the purpose of setting out, one temporary / permanent bench mark
shall be established by the Corporation near the site, the value of which shall
be given to the contractor, by the Engineer-in-charge. All the setting out shall be
with reference to this bench mark and reference line.

If at any time during the progress of works the error shall appear or arise in
the position, level, dimension or alignment of any part of the work, the
contractor shall rectify such error to the satisfaction of Engineer-in-charge
without any extra cost to the Corporation.

The periodical checking of these by Corporation staff shall not absolve


the contractor of his responsibility regarding accuracy as contractor is also
responsible to see that the things proceed in such a manner so as to give
desired ends product. In case of deviation, the contractor shall make good to the
discrepancy at his own cost and without any compensation for the
additional work involved. Wherever such discrepancies, if any, are found to
arise between the works of different contractors at the junction of their works the
relative liability to set right their respective discrepancies shall be fixed by the
Engineer-in-charge, whose decision shall be final and binding on the
contractors concerned. The Engineer -in-charge shall further have the unquestioned
right to rectify the discrepancies and recover the costs from the contractor or
contractors according to proportions as he may consider reasonable.

It is the responsibility of contractor to preserve the bench mark and


the reference points established for setting out.

25 EXCAVATED MATERIAL:

All the materials available from excavation will be the property of


Corporation and shall be disposed off only as directed by the Engineer-in-
charge. The materials of approved quality available from the excavation
including that carried out by the Corporation may be used by the contractor in
the items of works included in Schedule ‘B’ or for ancillary or preparatory work
free of cost. However, the contractor has to pay Royalty charges to Revenue
dept. as per prevailing Government orders. Prior approval of Engineer-in-charge
for such use shall, however, be taken. The contractor shall make proper
arrangement for sorting out and stacking material of approved quality that he
proposes to use as aforesaid. Corporation will be free to make use other
materials Not required or not likely to be required for use by the contractor
as will be determined by the Engineer-in-charge.

The excavated material not to be used by the contractor as above or


stacked for his use, but remaining unused at site after completion of works,

CONTRACTOR NO OF CORRECTIONS SDE EE 169


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

shall be disposed off by the contractor at his own cost in a manner and at place
shown in the drawing or as and where the Engineer-in-charge may direct. The
contractor should utilise material available from excavated stuff for backfilling.

26 BANK GUARANTEE, RENEWAL & ENCASHMENT:

Bank guarantee shall be given on the stamp paper of Rs.100/- in the form
prescribed by the Corporation. The bank guarantee shall be valid for the entire
period of contract including defect liability period plus extension of work period.
In case the contract period is extended it will be the responsibility of the
contractor to get validity of Bank Guarantee extended in view of extension
proposed, without which extension will Not be granted. The Engineer-in-charge of
the Corporation reserves the right to en cash the bank guarantee in the event of
breach of any of the term and condition of the contract and failure to perform as
per contract.

The Executive Engineer is empowered to approach to the Bank


for encashment and may take recourse to approach Reserve Bank of India’s
Vigilance Branch and ‘Ombudsman’ as found necessary.

27 INSPECTION OF WORKS:

The Engineer or his duly authorized representative shall have at all times
full power to inspect the work whenever in progress either on the site, in the
contractor’s premises or the work site. Further, contractor shall not without
written authorisation, permit entry on site of work of any person except
authorised representative of the Corporation or the Engineer or the
contractor’s staff and labour directly engaged on and in connection with the
work.

The contractor shall, at his cost, provide all necessary facilities for
proper inspection and supervision of the work, gangways, platforms, scaffolding
and ladders, etc., of suitable dimensions and sufficiently strong at appropriate
locations and all accesses to passages etc. Shall be w e l l l i g h t e d a n d
maintained in good order. The Engineer’s decision about the sufficiency and
adequacy thereof shall be final.

The contractor shall, during working hours, maintain supervisor of


sufficient training and experience to supervise various items and operations of the
work and the said supervisors shall remain present during inspections of
the Engineer. All orders and directions given to such supervisors or other staff of
the contractor shall be deemed to have been given to the contractor directly.
Further the Engineer may, by due notice to the contractor, to be present on any
specified inspection and the contractor shall comply with such directions.

28 OPENING OUT WORKS FOR INSPECTION:

Should the Engineer-in-charge consider, if necessary in order to satisfy


himself as to the quality of work the contractor shall at any time during the
continuance of the contract pull down or cut into any part of the work and
make such openings into and to such an extent through the same as the
Engineer-in- charge may direct and the contractor shall make good the same at
his cost and to the satisfaction of the Engineer-in-charge.

CONTRACTOR NO OF CORRECTIONS SDE EE 170


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

29 JURISDICTION OF COURT FOR DISPUTES:

Disputes, if any, arising out of this contract shall be subject to the


jurisdiction of the Hon. High Court of Bombay., Bench at Nagpur.

30 ADDITIONAL CONDITIONS REGARDING PAYMENT OF ROYALTY


CHARGES AS PER BOMBAY MInOR MINERAL EXTRACTION
(AMENDMENT) RULES, 2003.

The royalty charges are to be paid by the Contractor to the


Revenue authorities. This is the prime responsibility of Contractor as per
Tender CI. No.36, General Conditions Of Contract -Section-III

Amount as stated in clause 36 of the contract shall be withheld by


Corporation for the purpose of payment towards royalty charges. This amount
shall be released to the contractor subject to the following conditions.

a) Contractor shall submit proof, only in the form of certificate from the
mining-office, under Dist. Collector, Revenue Department, of Government
of Maharashtra of the payment of the royalty charges to the concerned
Revenue Authorities acceptable to the Engineer-in-charge.

b) The total amount that can be released shall be limited to the actual
payment made as mentioned in the condition (a).

c) The contractor shall indemnify Corporation towards payment of the


royalty charges.

31 EXCAVATION BY CONTROLLED BLASTING AND CHISELING:

The location where excavation by controlled blasting and chiseling is to


be done is shown below. At other location the excavation is to be done by ordinary
blasting.

a) Controlled blasting-
The excavation by controlled blasting shall be done at following site
condition-

i. The roads having heavy traffic within 100 meter radius of work.

ii. The habitation and public buildings with 200 meter radius
of work.

iii. The electric lines within 100 meter radius of work.

b) Chiseling- The excavation by chiseling shall be done at location where


permanent and important structure is within 30 meter radius from work.

1) Where rate of chiseling and controlled blasting is done, the contractor shall be
responsible for damage to any type of property or life. If any damage is
occurred due to activity of excavation the contractor has to pay the
compensation to the concerned party. If he fails, the compensation will be
paid by the Corporation and recovered from contractor.

2) If the excavation by controlled blasting or chiseling is required to be done at

CONTRACTOR NO OF CORRECTIONS SDE EE 171


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

Chainage and locations other than mentioned above, then contractor shall
write to the Engineer-in-charge. The Engineer-in-charge will inspect the site
and if the work is within the prescribed zone of controlled blasting or
chiseling he will submit the proposal for obtaining permission of higher
authority.

3) The contractor shall maintain account as the proof to prove that the excavation
is done by controlled blasting or chiseling e.g.-

a) For proof of controlled blasting -No of drills, their depth, charge


loaded, other precautions taken and quantity executed.

b) For proof of chiseling - Method of chiseling, equipment and


machinery used and their hours of working, quantity executed.

32 INTERPRETATION OF CLAUSES:

If it is found that interpretation of any one or more clauses considered


together are inter-opposite or vague, the decision of the engineer-in-charge shall be
final and binding to all.

33 SUFFICIENCY OF BID:

The Contractor shall be deemed to have visited and carefully examined the
Project Site and it’s surrounding to have satisfied himself to the nature and
conditions of the means of transport and communications, whether by land or air, as
available at Present and as to possible interruptions there to including the access and
regress conditions for the Site. The Contractor is also deemed to have made
enquiries, examined and satisfied himself as to the sites source for obtaining sand,
stones, bricks and other materials, the sites for disposal of surplus materials and
accommodation for depots, colonies, workshops and other infrastructure facilities as
may be necessary for executing and completing the Works, as also the sub-soil
water and variations thereof, storms, Prevailing winds, climatic conditions and all
other similar matters affecting the works including law & order.

Any neglect or omission or failure on the part of the Contractor in obtaining


necessary and reliable information upon the foregoing or any other matter affecting
the Contract shall not relieve him from any risks or liabilities or the entire
responsibility for the completion of the Works in accordance with the Contract.

No verbal agreement or inference from conversation with any officer or


employee of the Employer either before or after the signing of the Contract shall in
any way affect or modify any of the terms or obligations herein contained. The
Contractor shall also be deemed to have inspected and examined the Site and to
have satisfied himself, before submitting his Bid, as to the form and nature thereof
including the sub-surface conditions and other local conditions, the hydrological,
geological and climatic conditions, the extent and nature of work and materials
necessary for the completion of the Works, the means of access to the Site and the
land for accommodation etc. he may require and, in general, shall be deemed to
have obtained all necessary information, as to risks, contingencies and all other
circumstances which may influence or affect his Bid.

CONTRACTOR NO OF CORRECTIONS SDE EE 172


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

34. CIVIL WORKS:

The scope of work under this section covers provision of all labour, plant and
materials for and execution of all civil works, complete in all respect, as described in
conditions of contract and Technical Specifications of Bid Documents including
incidentals and all necessary works not shown or specified but reasonably implied or
necessary for the proper completion and functioning of the Works in accordance
with the contract including any amendments thereof.

35 a) SUPPLY OF GATES / VALVES AND HYDRO-MECHANICAL PLANT


AND MACHINERY:

i. Supply at respective Site of the work, MS Pipe, Gates / valves and


connected Hydro-Mechanical Plant & Machinery, embedded parts and
Spares etc., shall be made available two months in advance of the
scheduled dates of Installation/erection matching with the progress and
availability of Civil Works to take care of any eventualities of hold
ups/delays during transit.

ii. If for any reason, any parts of the Works of the Project are delayed, then
the total programme may be re-scheduled by mutual agreement between
the Engineer-in-Charge and the Contractor, if necessary, keeping the
overall completion schedule of the project unaltered. No extra cost
whatsoever, on account of such re-scheduling shall be payable to the
contractor.

b) Gates / valves including hoisting arrangement and Elctro-Mechanical


Parts:
The scope of work under this section covers provision of all labour,
plant and materials for supply and execution of all hydro-mechanical works i.e.,
Gates / valves, including electro-mechanical, embedded Parts and hoisting
arrangements complete in all respect, as per Technical Specifications of Bid
Documents including incidentals and all necessary works not shown or specified
but reasonably implied or necessary for the proper completion and functioning of
the Works in accordance with the contract including any amendments thereof.

36. DELETED

37 TESTS AND QUALITY CONTROL:

The Contractor shall be required to carry out all tests in accordance with
relevant Clauses of the Conditions of contracts and the Technical Specifications.
Employer’s authorized Representative shall have at all reasonable times access to
the site and shall have the power to inspect and examine the materials and
workmanship of the works during execution.

a) Employer’s authorized Representative and/or an outside inspection agency


acting on behalf of the Employer shall have access to the site and shall have
the power to inspect and examine all works, the materials and workmanship
of the project works, during execution. The Contractor shall provide
necessary labours tools, scaffolding or any other assistance as desired by the
Employer’s authorized Representative without any extra payment.

CONTRACTOR NO OF CORRECTIONS SDE EE 173


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

i. Where the field quality assurance plan provided for witnessing


tests/inspection on behalf of the Engineer, the Contractor shall give the
Engineer-in-Charge adequate written notice of any inspections/tests.

ii. Where the Engineer or his Representative attends the tests as provided in
clause 37.a.i above, and has any objection to any works or workmanship
which in his opinion is not in accordance with the Contract he shall advise
the Contractor of his objection during tests/inspections. The Contractor
shall give due consideration to such objections and shall make
modifications that may be necessary to meet the said objective.

b) The inspection/tests by Engineer/ Engineer’s Representative/Agency and/or


his countersigning inspection/test certificate(s) thereon shall in no way limit
the liabilities and responsibilities, of the Contractor as stipulated in the
Contract.

c) The Contractor shall maintain and record all measurements and test results
and submit the same to the Employer after completion of such
inspection/tests in various format provided by the department

38 MEASUREMENTS AND PAYMENTS:

a. The Contractor is entitled for interim payment under various sections of the
work in accordance with Clause 133 of the General Conditions of Contract.
Measurement / verification for interim payment certificate of various items,
under various sections of the works, shall be made jointly by the Engineer-
in-Charge or his Subordinate Staff and the Contractor or his authorized
Representative for verifying the claims of the Contractor’s interim
payment/running bills.

b. All items having a financial value shall be measured in the manner as


Prescribed in specification by the contractor and verified by the Engineer-in-
Charge so that a complete record is maintained of all work performed under
the Contract.

c. Measurement shall be signed and dated by both parties on the Site. If there is
any dispute in any of the measurements a note to the effect shall be made in
the measurement record against the disputed items and such note shall be
signed and dated by both parties engaged in taking the measurements and the
Parties shall discuss and resolve the same in accordance with relevant
clauses of the contract.

39 SUPPLEMENTARY REQUIREMENTS:
a) General
The following parts of this Section shall be read in conjunction with the
Section I: Conditions of Contract, and Section II: Special Condition of Contract.
The following Clauses shall supplement the provisions of the corresponding clauses
of Section I and II and whenever there is a conflict, the provisions herein shall
Prevail over those in Section I.

b) Drawings and Designs:

The Contractor shall formulate submission of proposals for alignment

CONTRACTOR NO OF CORRECTIONS SDE EE 174


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

approval, design and drawings and estimates for earthwork, inline structures and
lining according to the powers vested with various departmental officers for
approval. Contractor shall supply to the Engineer-in-Charge 6 (six) copies and each
of the design calculations and drawings for approval. The Contractor shall
incorporate all necessary comments of the Engineer’s Representative in the above
design and drawings, if any, and shall re-submit further 6 (six) copies each of the
revised de and drawings within 10 (ten) days for final approval. The Contractor
shall thereafter submit 10 (Ten) copies each of the approved design and 10 (Ten)
copies each of the approved drawings together with one copy each of the
reproducible tracings to Engineer-in-Charge. Further design calculations and
drawings shall be submitted in sequence as per a schedule to be drawn and agreed
upon mutually.

The documents and drawings shall be in sufficient detail for review. The
scale of the drawing has to be chosen in coordination with the Engineer-in-Charge.
The drawings shall be of standardized sizes and as instructed by the Engineer-in-
Charge. The drawings shall contain the following basic information in the
nameplate:

a) Project name

b) Name and number of the Contract

c) Contractor's name

d) Number and title of the drawing

e) Date and scale

f) Draftsman's name and signature

g) Name of the designer responsible and signature

h) Revision Number (R0 for drawing submitted initially and R1, R2, etc.,
for drawings submitted subsequently).

i) Name and designation of checking official and space for signature.

j) Approving authorities name and designation as specified by the


Engineer-in-Charge and space for the signature.

A blank space 90 x 50 mm shall be provided immediately above the title


block for the approval stamp. If required, the detailed design and the execution
drawings shall be submitted only after verification by the Consultant(s) approved by
the Engineer

The Contractor shall be responsible for Preparation of working drawings


and the construction documents for works, as specified in the Contract. The
procedure for submission and approval of drawings shall be as stated in volume
II, Section III, and the Contractor’s work program shall include such submission
and approval procedure. Drawings given, listed and indexed in volume III are
indicative, but will form part of the contract. The contractor shall carry out
alignment studies including cost economics by examining all possible alternatives
to Prepare detailed layout, designs and drawings of all components of the work
stated in scope of work.

CONTRACTOR NO OF CORRECTIONS SDE EE 175


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

The contractor shall use guidelines in the relevant IS codes, IRC


publications and circulars issued by the department from time to time for various
components of the works. All the studies, layout drawings and modifications if
required to be Prepared for taking up execution of the work, shall be Prepared by
the contractor and shall be got approved from the competent authority. The
contractor will have to submit detailed drawings of each component with
appropriate scales, measurements, RL‟s full dimensions, index map locations of
components such as go down, dumping area, internal roads, etc., The contractor is
expected to organize his work to the best of his knowledge so that final draft of
various types of designs and layouts will be submitted to competent authority
within stipulated time period.

All the studies layouts, drawings, design notes, which have been submitted
to the department, shall become the absolute property of department under the
copy right act and the contractor shall not use the same in whole or part thereof
elsewhere for any purpose without explicit written permission from the
department. In all difference of opinion on technical matters between the
contractor and the Engineer-in-Charge, the decision given by the Engineer shall
be final and binding on the contractor.

c) Contractor’s Work Programme

Within 15 (fifteen) days from the Date of Commencement, the


Contractor shall submit to the Employer a work programme showing the sequence
in which he proposes to carry out various components for completing the Works
as per the Master Control Network within the time for completion. The Master
Control Network shall indicate the sequence of various activities and highlight the
critical activities including delivery of equipment. Such work programme shall be
subject to review and revision by the Employer/Engineer in consultation with the
Contractor from time to time in order to achieve completion of the Works within
the time for completion. The contractor shall also make it in computer aided
project management software to generate Bar Chart based on network technique.

The contractor shall also submit to the Employer/Engineer the information on


detailed methodology of carrying out investigation surveys, design engineering,
detailed construction methodology along with schedule for deployment of plant &
machineries, which shall successively be adjusted in order to meet the actual
requirement to complete the works within the time for completion along with the
work programme.

Execution of the schemes shall be taken as per MILE-STONE at different locations


simultaneously; so that the work can be completed within time for completion.
Effort should be made to complete the work from Head to Tail of the Rising main
simultaneously

Completed schemes shall be tested immediately after execution and their running
and operation shall also be started to get benefit from them.

d) Action when the progress of any crucial item of work is unsatisfactory

If the progress of a crucial item of work, which is important for timely


completion of work is unsatisfactory, the Engineer-in-Charge, shall not
withstanding, that the general progress of work is satisfactory, in accordance with
relevant clause be entitled to take action under this clause after giving the contractor

CONTRACTOR NO OF CORRECTIONS SDE EE 176


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

7 days‟ notice in writing and the contractor will have no claim for compensation for
any loss sustained by owing to such action.

e) Programme – Scheduling / Re-Scheduling

The Works shall be executed and performed in accordance with the Master
Control Network (Work Programme) which shall clearly indicate the interlinking /
interdependencies of all the works of the Contract including relative activities of
Civil Works, Hydro-Mechanical Works, and Electrical Installations. The
Programme shall be reviewed jointly by the Employer/ Engineer and the Contractor,
at least once in a month where-in the hold ups/delays, if any, in the progress of
Works, with reference to the agreed Schedule shall be given Special Attention.
Necessary modifications (updating / Revisions) of the Programme, within the
overall Time for Completion, shall be carried out by mutual agreement between the
Employer/ Engineer and the Contractor.

Supply at Site of the Hydro-Mechanical Plant & Machinery, embedded parts


and Spares etc., shall be made available 2 months in advance of the scheduled dates
of Installation / erection matching with the progress and availability of Civil Works
to take care of any eventualities of hold ups/delays during transit.

If for any reason, any parts of the Works of the Project are delayed, then the
total programme may be re-scheduled by mutual agreement between the Employer/
Engineer and the Contractor, if necessary, keeping the overall completion schedule
of the project unaltered. No extra cost whatsoever, on account of such re-scheduling
shall be payable to the contractor.

The Contractor shall submit to the Engineer, Engineer’s Representative and


Engineer-in-Charge monthly progress report by 5th day of following months in such
form and details as Prescribed.

f) Inspection and tests

Except as otherwise provided all materials and workmanship. If not


otherwise designated by the specifications shall be subject to inspection,
examination and test by the Engineer-in-Charge at any and all times during
manufacture and/or construction and at any/all places where such manufacture or
construction are carried on. The Engineer-in-Charge shall have the right to reject
defective material and workmanship or require its corrections. Rejected
workmanship shall be satisfactorily replaced with proper material without charge
thereof and the contractor shall properly segregate and remove the rejected
material from the Premises, if the contractor fails to proceed at once with the
replacement of the rejected material and / or the construction of defective
workmanship, the Engineer-in-Charge may replace such material and / or correct
such workmanship and charge the cost thereof to the contractor.

The Contractor shall be liable for replacement of defective work up to the


time in accordance with the conditions of contract of all work to be done under
the contract.

The contractor shall furnish promptly without additional charge all


facilities, labour and material necessary for the safe and convenient inspection and
tests that may be required by the Engineer-in-Charge.

CONTRACTOR NO OF CORRECTIONS SDE EE 177


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

All inspections and tests by the department shall be performed in such a


manner as not to unnecessarily delay the work. Special full size and performance
test shall be charged with any additional cost of inspection when the contractor
does not make materials and workmanship ready at the time of inspection.

g) Damage to Works

The works whether fully completed or incomplete, all the works materials,
machinery, plants, tools, temporary buildings and other things connected there with
shall remain at the risk and in the sole charge of the contractor until whole of the
completed work under the Contract has been delivered to the Engineer-in-Charge.
Until such delivery of the entire completed work the contractor shall at his own cost
take all Precautions reasonably to keep all the aforesaid works, materials,
machinery, plants, temporary buildings and other things connected there with free
from any loss or damage and in the event of the same or any part thereof being lost
or damaged, he shall forth with reinstate and make good such loss or damage at his
own cost. The complete shall be insured against all possible risks.

h)Examination and tests on Completion

On the completion of the work the Engineer-in-Charge shall make such


examination and tests of the work as may then see to him possible, necessary or
desirable, and the contractor shall furnish free of cost any materials and labour
which may be necessary thereof, and shall facilitate in every way all operations
required by the Engineer-in-Charge, in making examination and tests. `

i)Trial run of Pipe line System

On the completion or part completion of the work, the completed pipe line
distribution system shall be subjected to trial run for 60 hours up to 30 days to locate
any defect and excessive seepage, if any. The trial run shall not be deemed as
commissioning of the entire system.

j) Haul Roads

The Contractor will have to make the work sites accessible to the
departmental officers for inspection by way of constructing/maintaining all weather
roads/approaches, the cost of which shall be borne by the Contractor.

k)Layout of construction of road

The Contractor shall have to submit detailed plan to the Engineer-in-Charge


showing the layout of the work site, roads and approach roads proposed by him,
before he starts the actual work. Such a road layout road plan will be scrutinized by
the Engineer-in-Charge and any modifications suggested by him shall be binding on
the contractor. If it is decided by the Engineer-in-Charge to have some of the roads
proposed by the Contractor as common road for common use of department and
other contractors or convenient and for compact and planned layout of work site, the
Contractor will be bound to construct them and allow them to be used
simultaneously by other Contractors and departments. In case of disputes, the
decision of the Engineer-in-Charge shall be final and the binding on the Contractor

40 REGULATIONS AND BYE-LAWS:

CONTRACTOR NO OF CORRECTIONS SDE EE 178


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

The contractor shall conform to the regulation, bye-laws, any other statutory
rules made by any local Authorities or by the Government and shall protect and
indemnify Government against any claim or liability arising from or based on the
violation of any such laws, ordinance, regulations, orders, decrees, etc.

41 COMPENSATION FOR DELAY BY DEPARTMENT IN APPROVAL OF


DESIGN DRAWING :

15.1 The contractor shall not be entitled to claim any compensation from
department for the loss suffered by him on account of delay by department in
approval of design, drawing, approval to foundation, approval of Rising Main
alignment etc.

42 ALTERATIONS IN SPECIFICATIONS AND DESIGNS :

17.1 The Executive Engineers connected with work shall have power to make any
alterations in, or omissions from, addition to, or substitutions for the original
specifications and approved drawings, designs and instructions that may appear to
him to be necessary or advisable during the progress of the work and the contractor
shall be bound to carry out the work in accordance with any instruction which may
be given to him in writing signed by the Executive Engineer or Engineer-in-Charge
and such alterations omissions, additions or substitutions shall not invalidate the
contract and any altered, additional or substituted work which the contractor may be
directed to do in the manner above specified as part of the work, shall be carried out
by the contractor on the same conditions, in all respects on which he agreed to do
the main work and at the same Bided cost.

43 PERMISSION FOR CROSSING NH/SH/ROADS/RAILWAY LINES:

24.1 The works of the pipe line systems is likely to have several crossings for
National Highway, State Highway, Other Roads, Railway lines, Oil pipelines, gas
pipelines water pipelines etc., and as such necessary letter to grant the permission
for crossing those Premises shall be issued to the respective authorities by the
Engineer-in-Charge. However the contractors will have to keep the follow-up and
obtain timely clearance from the concerned authorities Costs of those crossing are
included in the Bid.

44 USE OF SITE:

All land required for use of Contractor facility shall be arranged by the
Contractor from private land owner/revenue department at his own cost and no
claim on this account shall be entertained. In case of forestland Engineer-in-charge
will process the proposal Prepared by the Contractor and all further follow up for
clearance is to be done by the contractor.

All areas of operation including those of his staff and labour colonies in case
handed over to the contractor shall be cleared and handed over back in good
condition to the Engineer-in-Charge except the areas under works constructed from
the Engineer-in-Charge The Contractor shall make good to the satisfaction of the
Engineer-in-Charge any damage or alterations made to areas which he has to hand
over back or to other property or land handed over to him for the purpose of this
work.

The lands shall as herein before mentioned be handed over back to the

CONTRACTOR NO OF CORRECTIONS SDE EE 179


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

Engineer-in-charge immediately after completion of the work under this contract


or the termination of the contract whichever is earlier. Also no land shall be held
by the Contractor longer than the Engineer-in- Charge shall deem necessary and
the Contractor shall on due notice by the Engineer-in-Charge vacate and returned
the land which the Engineer- in-Charge may certify as no longer required by the
Contractor for the purpose of the works. In case the lands are not handed over
back to the department within the time limit; specified above penal rent as may be
decided by the Engineer-in-Charge will be recovered from the contractor.

The vegetation and forest is noticeable in project area. The Contractor should
take utmost care for the Preservation of this vegetation and forest. Any damage in
this vegetation and forest will have to be compensated by the Contractor and
decision of Engineer-in-Charge will be final and binding on Contractor.

45 WATER USER ASSOCIATION:

The Contractor shall Prepare village maps of Command Area for chak wise
with due demarcation of area of WUA with territorial areas on basis of water shed.

The Contractor shall obtain details of names of cultivator’s their area under
command area as per revenue records and Prepare Voter’s List of WUA/territorial
constituency wise.
46. OTHER SPECIAL CONDITIONS:

i. The contractor shall review all the information / data available with the department and
assess the scope of additional surveys, investigation etc., that are to be carried out to
fulfill the obligations under the contract.

ii. The contractors shall take this into consideration while quoting for the bid. No claims
whatsoever on this issue will be entertained during execution.

iii. The Contractor shall quote the bid price keeping the above aspects into consideration and
no claims whatsoever on this issue will be entertained.

iv. The contractor may use the excavated useful soils, stone, and other construction material
from Jigaon Lift Irrigation Scheme free of cost for construction purpose on this project
only and rates quoted shall include such utilization. On utilization of above material by
the contractor on works under this contract, royalty charges shall be levied to the
contractor as per Mining / Revenue Department Rules.

v. Wherever the rising main and require shifting of H.T./L.T. power lines, towers, Electrical
poles, Telephone lines water supply lines and any other facility in way of work etc. either
permanently or temporarily the contractor shall arrange for such shifting of power lines
towers, electrical poles etc., through concerned authorities of Maharashtra Electricity
Board at his own cost. The Engineer-in-Charge will process the proposals submitted by
the contractor to the authorities concerned of Maharashtra Electricity Board. The price
bid quoted by the Contractor is deemed to be inclusive of such cost and no claims for
separate payment will be entertained.

vi. Wherever the pipe line system is crossing Railway line, the contractor has to prepare
necessary proposals for seeking permissions of Railway authorities. The Engineer-in-
Charge will process such proposals to the Railway authorities concerned for taking up the
work by them as a deposit work duly paying the Amount demanded by the railway
authorities by the Dept. and shall be recovered from the next running bill of the
Contractor. The Contractor shall include such cost in the bid price or the contractor may

CONTRACTOR NO OF CORRECTIONS SDE EE 180


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

execute himself by obtaining permission from Railway Authorities.

vii. In order to check the accuracy of the investigation work the equipment, labor required
transport and other materials etc., at site of work have to be supplied to the Engineer’s
Representative without extra cost.

viii. Cultivator wise register for outlets with hydraulic particulars.

ix. No extra payment will be made to the bidder if there is any change in type of structure,
specifications, variation in quantities as per actual site conditions.

x. Over head Retro reflective information/Welcome board, Display Boards should be


displayed of size 2.00m x 1.50 on main piped Distribution Network, 1.50m x 1.00m on
branch piped Distribution Network, 1.00 x 0.60m on Disnet pipes at change of reaches,
off-take structures, road crossing or where ever necessary or by engraving on the
structure with enamel painting. Boards / direction boards should also be displayed to
facilitate for inspection both at investigation and execution stages.

xi. During soil exploration by drilling boreholes for foundations, the contractor shall take
required no. of Un-disturbed Samples and normal samples and obtain soil classification
soil properties and bearing capacity by getting them tested in the soil testing laboratories
of Government Labs/Engineering Colleges or other reputed institutes. The contractor
shall provide certain U.D. Samples and normal samples to the Engineer-in-Charge also so
as to get them tested parallel at any other lab to be selected by the Engineer-in-Charge, if
required. The cost of such testing shall be borne by the Contractor.

xii. The Contractor shall furnish draft reports on design Engineering, drawings, in six copies
and soft copy in Hard Disk or Pen Drive for obtaining the approval of the competent
authority. After approval the contractor shall furnish 11 copies of booklets and 1 soft
copy in Hard Disk or Pen Drive. for record of the department at his cost and no separate
payment will be made towards this.

xiii. The contractor shall furnish 10 (ten) copies of Land plan schedules and Land acquisition
proposals for obtaining approval of competent authorities.

xiv. The contractor shall fix enamel-coated metallic measuring gauges both on U/s and D/s
side of all the structures and at suitable locations as suggested by the Engineer-in-Charge.

xv. In respect of Main pipe Distribution Network and all big structures like aqueducts,
siphons etc., measuring structure shall be provided with gauges/ devices fixed in the
structure by the contractor and the cost there of is deemed to be included in the quoted
contract price.

xvi. The co-efficient of discharge (Cd) of all structures cross regulators, Escapes, Head
Sluices, Off-take Sluices etc., shall be calibrated and furnished to the department. Further
Gate operation schedules for each of the above structure are to be Prepared and got
approved by the Engineer-in-Charge by the contractor and cost towards these items is
deemed to be included in the contract price quoted.

xvii. The Contractor shall provide 0.2 km and Kilometer stones of standard design on the main
piped Distribution Networks, piped distribution system and cost thereof is deemed to be
included in the quoted contract price. The contractor has to make his own arrangement
for diversion of flow and dewatering of foundation etc. wherever necessary within the
quoted contract price.

CONTRACTOR NO OF CORRECTIONS SDE EE 181


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

xviii. Construction of Asphalt/WBM service roads and/or inspection paths on Rising main as
specified. The concrete mixes to be adopted for all the structures shall be design mixes
only and these design mixes shall be conducted in the reputed laboratories and got
approved by the Engineer-in-Charge before adoption.

xix. Catch drains are to be provided wherever necessary to facilitate drainage all along the
piped Distribution Networks within the scope of the contract at no extra cost. In case of
cross drainage works the contractor shall excavate necessary approach/ Tail channels to
these structures to have smooth drainage through the structure. The cost of excavation of
such channels shall be borne by the Contractor within quoted contract price. The cost of
Land Acquisition for such channels will be borne by the department

xx. All the crossings of Rising main of National High ways, State Highways, District Roads,
Village roads and all other roads/ Cart tracks shall be provided with suitable bridges as
per standards of the respective departments and as per the permissions granted by them.
The approaches to these bridges shall be provided as per the standard of their respective
departments. The cost of these bridges shall be deemed to have been included in the
contract price quoted.

xxi. If the proposed Rising Main is crossing any existing irrigation Distribution Networks or
channels, supply channels or Sources / Streams to Minor Irrigation tanks, suitable
structures are to be provided within the quoted contract price by the contractor.

xxii. If the Rising Main is crossing oil pipe lines, gas pipe lines, water supply pipeline, or any
other pipe lines, the contractor shall provide suitable crossing in consultation with the
authorities concerned after obtaining the approval either by himself or getting them
executed by the concerned authorities as a deposit work duly depositing the requisite
amount to them. The Engineer-in-Charge will help in processing the proposals to the
authorities concerned to obtain their permission. The cost of such crossings shall be
deemed to be included in the contract price.

xxiii. Diversion of streams that are crossing the proposed Rising Main into nearby stream(s) is
not permitted in general. However in exceptional cases, the Engineer-in-Charge may
consider such proposals depending upon their feasibility, if the distance between them is
not much (i.e., less than 200 m ) and also if such diversion will not affect the riparian
rights of existing or contemplated sources on D/s side.

xxiv. The off takes shall not be placed either in heavy embankments or in deep cuts. Surplus
escape regulators shall not be provided in deep cut reaches.

xxv. R.R. Masonry / CR Masonry / Brick Masonry Structures shall not be permitted.

xxvi. For all the sluices, Regulators, escapes etc., Structural steel structures with suitable
hoisting arrangement and required E/M. Parts shall be provided as per approved designs
of the competent authority. The hoisting arrangement must be such that the steel gates
can be operated by single person. Further all the gates shall be provided with fool-proof
locking arrangement to avoid meddling of gates by miscreants.

xxvii. The contractor has to make his own arrangement for diversion of flow and dewatering of
foundation etc., wherever necessary within the quoted contract price.

xxviii. The concrete mixes to be adopted for all the structures shall be design mixes only and
these design mixes shall be conducted in the reputed laboratories and got approved by the
Engineer-in-Charge before adoption.

CONTRACTOR NO OF CORRECTIONS SDE EE 182


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

xxix. In case of cross drainage works the contractor shall excavate necessary approach/ Tail
channels to these structures to have smooth drainage through the structure. The cost of
excavation of such channels shall be borne by the Contractor within quoted contract
price. The cost of Land Acquisition for such channels will be borne by the department.

xxx. The Contractor shall plant shade giving trees at locations as directed by Engineer-in-
Charge. The Contractor shall arrange cattle guard to all these plants, provide necessary
manure, water them daily and sustain them. If any trees are damaged or lost, he shall
replace with new plants and shall maintain these plants. The Contract price quoted by the
Contractor shall include all these items.

47 MODERN TECHNOLOGY:

The Contractor should adopt the latest/modern methodologies and State of Art
Techniques in the investigation, design of piped Distribution Networks, structures, etc.
and also construction, measuring devices, operation and maintenance.

48 SCOPE OF SERVICES:
a)Surveys and Investigation

The Contractor's Scope of Services in Surveys And Investigation shall include the
following activities:

1 Review and Assessment of Data Requirement.

1.1 Review of available survey and investigation data and identification of survey and
investigation requirement considered necessary for fixing alignment of Rising main,
location of structures, design of main pipe Distribution Network and distributary system
including structures, Preparation of estimates, for record, Preparation of land plan
schedules and Land Acquisition Proposals including property cases and execution,
investigation, commissioning and maintenance of the project. Alignment of Rising main
should as for as possible avoid Abadi Lands and permanent structures.

1.2 Review of technical and design parameters for pipe Distribution Network system
including structures.

1.3 Preparation and submission of Reports on the above for the information to the Engineer-
in-Charge.

1.4 Preparation of work programme for carrying out investigations and studies for the
information of the Engineer-in-Charge.

1.5 The contractor shall submit a review report after carrying out the above activities for
acceptance of the Engineer-in-Charge.

2. Additional/fresh investigations, Observations and Studies

2.1 Carrying out additional/fresh surveys, geo-technical investigations and laboratory tests,
analysis and studies including collection of other relevant data as necessary.

2.2 Evaluation of results of additional investigations and laboratory tests, analysis and
studies including collection of other relevant data as necessary.

2.3 Finalization of conceptual plan based on Preliminary investigation/planning of the


Employer. The detailed investigation and geo technical investigations are to be carried

CONTRACTOR NO OF CORRECTIONS SDE EE 183


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

out for the total Rising main under the work of Contract. The conceptual plan shall be on
whole, to the part principle.

2.4 Preparation and submission of reports on Clause 2.1 & 2.2 above for references,
acceptance and record of Engineer-in-Charge.

3 DETAILED INVESTIGATION:

Data and information related to the Project have been furnished in the bid documents.
All additional survey, investigation and testing data and any other data relevant to design
shall be collected by the Contractor without any financial burden to the Employer.

The alignment should be fixed in such a way that any alignment should not pass through
any restricted area i.e. defense area etc.

The alignment of entire system should plan in such a way that as far as possible forest
land shall be avoided , if it is not possible then total forest area required should not
exceed 1 ha.

3.1 Preparation of a memorandum on conducting surveys and investigation indicating


investigation criteria, methodology to be followed, equipment proposed to be used and
method of analysis for all components of the Work (Command area, pipe Distribution
Network Distribution System, Survey for 3 Ha Chak, rising main and Structures on the
total Rising main).

3.2. Preparation of command survey plans of whole command area on combined village map
with contours at 0.2 m intervals making ridges and villages showing clearly command
area.

3.3. Survey for fixing alignment taking trial pits/bore holes and borrow area survey and
obtaining approval of competent authority and fixing permanent benchmarks connected
with GTS Benchmark.

3.4. Survey for fixing alignment taking trial pits/bore holes and borrow area survey and
obtaining approval of competent authority and fixing permanent benchmarks connected
to every 18 Ha chak with GTS Benchmark along the alignment on the Rising main
Centre line.

3.5. Preparing revenue registers village wise and outlet wise, Preparing chak statement,
distribution system- wise, Outlet register.

3.6. Catchment area survey, grid survey, leveling along nalla/river to determine bed slope
and cross section of nalla/river for C.D. works.

3.7. Grid survey for other structures, such as Road crossing, trial pits, core drilling for
foundation investigation of structures.

3.8. Preparing land plans schedules and land acquisition proposals (Private Land,
Government Land, Forest Land if any etc.) Property cases if any and such as wells, trees,
houses etc., Preparing temporary land acquisitions proposals for borrow area or crop
compensation.

3.9. All the drawings like command area plan, longitudinal sections and cross section of all
the piped Distribution Networks, roads, drains/ Nallas /Rivers site surveys of all the CD
works, Payment Schedules and Land acquisition proposals shall be submitted to

CONTRACTOR NO OF CORRECTIONS SDE EE 184


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

Engineer-in-Charge for obtaining his approval.

4. Liaison with the Employer and Employer’s Representative

Liaison with the Engineer-in-Charge, from the start of investigation to actual


Commissioning of the project in full.

5. Preparation of monthly progress reports on the progress of the investigation work.

b) Design And Engineering


The Contractor's Scope of services in design and engineering shall include the following
activities:

1.0 Review and Assessment of Data Requirement

1.1 Identification of survey and investigation requirement considered necessary for design,
execution, commissioning and operation of the project.

1.2 Review of technical and design Parameters for Rising Main, Electro-mechanical and
underground pipe line works.

1.3 Preparation and submission of Reports on the above for the information to the Engineer-
in-Charge.

1.4 Preparation of work programmers for carrying out additional investigations and studies for
the information of the Engineer-in-Charge.

1.5 The contractor shall submit a review report after carrying out the above activities for
acceptance of the Engineer-in-Charge

2.0 Additional / fresh investigations, Observations and Studies

2.1 Carrying out additional surveys, geo-technical investigations and laboratory tests, analysis
and studies including collection of other relevant data as necessary.

2.2 Evaluation of results of additional investigations, carrying out studies and analysis for the
design of the Project components.

2.3 Finalizations of conceptual plan based upon the Preliminary design/planning of the
Employer, the works to be executed for pipe line Distribution System of the scheme. The
conceptual plan shall be on whole to the part principle.

2.4 Preparation and submission of Reports on point 2.1, 2.2 and 2.3 above for reference,
acceptance and record of the Engineer-in-Charge

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 Work (Pumps, Civil work,
Rising Main, Structure, Electro-mechanical and underground pipe line).These design
briefs shall be submitted to the Engineer-in-Charge for approval by Chief Engineer before
carrying out detailed design and construction drawings.

3.2 Detailed design for the Civil Works i.e., Intake well, Pump House, Distribution chamber,
Electro mechanical and underground pipe line works i.e. pump related electrical
components including drawings required for the execution and the calculations performed

CONTRACTOR NO OF CORRECTIONS SDE EE 185


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

and the construction drawings issued shall be submitted to Engineer-in-charge for


approval by Chief Engineer.

3.3 Detailed design for the Civil Works i.e., Pump House, Distribution chamber, Electro
mechanical and underground pipe line works i.e. pump related electrical components
including drawings required for the execution and the calculations performed and the
construction drawings issued shall be submitted to Engineer-in-charge for approval by
Chief Engineer. Design for the Civil Works i.e., Pump House, Distribution chamber,
Electro mechanical and underground pipe line works i.e. pump related electrical
components including drawings required for the execution and the calculations performed
and the construction drawings issued shall be submitted to Engineer-in-charge for
approval by Chief Engineer.

3.4 Details of control arrangement including drawings required for the execution of the Work
shall be submitted to Engineer-in-Charge for his approval.

3.5 Additional designs and modifications, as needed, during construction

3.6 The contractor shall adopt modern methodology/State of art Techniques in design of
pumps, rising main etc.

3.7 Submission of methodology for commissioning of entire pipe line system.

3.8 Preparation of operation and maintenance Manuals.

4.0 Project Completion Report

4.1 Preparation of as-built drawings for pipe line Distribution System, its structures, pumps,
Gates/ valves& EM Parts of structures and a Detailed Project Completion Report.

5.0 Design liaison

5.1 Design liaison with Engineer-in-Charge and his Representative, Consultant(s) of the
Employer, etc.

5.2 Preparation of Monthly Reports on the progress of the project work as a whole for
information of the Engineer-in-Charge, in respect of:

Investigation & Surveys.

Design and engineering.

Civil Construction.

Pumps, Gates/ valves& Electro-Mechanical Parts

Control arrangement.

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.

CONTRACTOR NO OF CORRECTIONS SDE EE 186


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

6.0 Supply of Drawings, Reports etc.

6.1 Data, Drawings to be furnished by the contractor.

Prior to the commencement of the work the contractor shall submit to the
Engineer-in-charge for approval, drawings or prints in white ammonia
paper of size 1020 mm x 690 mm or 510 mm x 345 mm as may be
suitable, in triplicate, showing the location of major plant, workshop, if
any, roadways, temporary bridges, unloading facilities arid storage yards
etc. which he proposes to put at the site and the contractor is supposed to
plan with respect to the land provided and it shall not be responsibility of
the Corporation to make available the land suitable to the plan submitted
by the contractor.

The contractor shall submit to the Engineer-in-charge for approval within


one month from the date of his receiving notice to start work.

A layout plan of construction, plant and equipments for the execution of


the work which the contractor proposes to adopt at site.

Any changes in the approved layout will be subject to further approval


from the competent authority.

The approval of drawings, however, will not relieve the contractor of his
responsibility for many errors or dimensions.

6.2 Photographs of the Work

The contractor will not be allowed to take photographs showing field


work or the general location of the work. The Engineer-in-charge may
however, at his discretion, allow a few construction photographs to be
taken for the purpose of the contractor's record. Prior approval of the
Engineer-in-charge should be obtained in such cases and also in case such
photographs are to be exhibited in public literature and calendars etc. in
all such cases, soft copies of the photos shall be submitted to the
Engineer-in-charge. after taking approved number of copies and the soft
copy will become the absolute property of the Corporation.
6.3 The Contractor shall furnish to the Engineer-in-Charge the following number of copies
of drawings, reports, photograph, video and other technical documents:
SL. PARTICULARS HARD SOFT REMARKS
NO. COPIES COPIES
(Hard Disk)
1. Drawings for information 6 (six) sets 1 (One)
2. Drawings for approval 6 (six) 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 Hard Disk
4. As-built document Shall be submitted in

CONTRACTOR NO OF CORRECTIONS SDE EE 187


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

accordance with Clause


143 of Conditions of
Contract.
5. Review Report/ Design 3 (Three) One hard copy shall be
Briefs/Design Memo/ sets returned to the Contractor
Design Reports (Draft) with approval or
comments.
6. Review Report/ Design 1 + 10 sets 1 (One) copy
Briefs/Design Memo/ in Hard Disk
Design Reports (Final)
7. Progress Reports (monthly) 6 (Six) sets Hard Copy Also through e-mail to
respective authority
8. Final design computations 6 (six) sets 1 (One) copy
in Hard Disk
9. Detailed Project Completion 10 (Ten) 1 (One) copy
Report sets in Hard Disk
10 Photographs & Video 2 sets 1 (One) copy Whenever necessary
in Hard Disk

6.4 CIVIL WORKS

1) Computer aided monitoring of programme and progress.


2) Necessary plantation should be done at all the Pump house.
3) The forest area involves for lying of pipe line should be minimum. If required the
construction of tunnel in forest area should be designed as Pressure tunnel with suitable
RCC lining as per relevant specifications. Plantation along the Rising main. Trial run and
Commissioning of system including operation and maintenance during construction and
defect liabilities period.

c) GATES / VALVES

The scope of work in this section includes, but not limited to the following:

1. Detailing, supply and manufacture, inspection, shop assembly, testing, painting etc.

2. Delivery, transit insurance, collection of equipment and custom clearance (if any), inland
transportation to site.

3. Site storage, including insurance, transportation and handling. Site erection, painting,
testing and commissioning including provision of labour, plant material etc. for the
above.

4. Handing over to Employer. Supply and installation of all incidentals not specified but are
necessary for proper completion and satisfactory functioning of the system.

5. The Contractor shall supply the following equipment, which will meet in all respects, the
requirements of Employer in regard to performance, durability and satisfactory operation.
All the equipment supplied shall conform to the relevant Indian Standards. Wherever,
Indian Standards are non-existent or silent, relevant International Standards (as agreed
between the Engineer and the Contractor) shall be followed.

The sizes and numbers of units are based upon Employer’s Preliminary design and may
vary to suit site conditions and design requirements.

CONTRACTOR NO OF CORRECTIONS SDE EE 188


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

i) Pumps, Gates / valves with E/M components,

ii) Installation of Embedded Metal Parts.

6. Installation of Electric line including step up, step down transformers.

7. In case there is any increase of power in the specified year the contractor shall be
required to replace pump and motor with high efficiency without any additional cost to
department. In case of failure to do so, the Bank Guarantee shall be forfeited.

8. Obtaining connection at various Pump houses from nearest available source.


49.0 MAINTENANCE & OPERATION DURING DEFECT LIABILITY PERIOD
TERMS AND CONDITIONS:

1. GENERAL

The commissioning shall mean the release of water in entire pipe line Distribution
Network systems up to tail of all distribution network system for 3 Ha Chak.

After completion of the entire work stipulated in the Contract work Contractor shall
commission and provide trial run for 24 hours for 7 days for pipe line Distribution Network
system under the Contract.

After completion of the work, the Contractor shall take care of the maintenance &
operation of entire scheme for 5 years from the date of completion certificate of total work. The
Contractor shall be responsible for the maintenance of all components of the project including
associated works in accordance with prudent utility practice.

1.1 Operation and maintenance


The contractor shall furnish to The Engineer on or before the delivery of the plant
to the site or Corporation store, the operation and maintenance instructions,
erection manual instructions for conservation of material stored at site together
with the detailed drawings of spares and units and other sketches in sufficient
details to enable the Corporation's staff to operate the plant in a smooth and
trounce free manner and to maintain, dismantle, reassemble and adjust all the
parts or units. The contractor shall also furnish the maintenance schedule for
preventive maintenance of plant I he plant shall not be considered as taken over by
Corporation until the operation and maintenance instructions have been supplied
to the Engineer.
1.2 Maintenance of tools and plants
The contractor shall supply with the equipment two complete sets of all special
tools and plants for the erection assembly; dis-assembly and maintenance of the
equipment. However those tools and plants shrill ho separately packed and
brought on lo site.
1.3 Smooth and cavitation free operation of pumps
The tenderer should study the sump layout given in the tender with a view point
of smooth and vibration-free performance of pump sets without vortices and
cavitatioin etc. and the sump for the purpose during the execution stage. In case
no modifications alterations to the sump is suggested, it will be deemed that
proposed layout of sump will be suitable for vortex free cavitation free, smooth
operation of the pump without vibrations etc, the tenderer shall remain fully

CONTRACTOR NO OF CORRECTIONS SDE EE 189


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

responsible for smooth operation of pumping sets as above without any


reservations.

2. SCOPE OF SERVICES:

The scope of services would include the following.

i) To maintain whole pipe line system including its structures and maintenance of all pumps and
electro mechanical components, all electrical and automation components of entire scheme
including field control units.

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 pipe line Distribution Network system and carry out
repair and Preventive maintenance in accordance with the recommendations of the Engineer-in-
Charge.

v) To carry out 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 and defect
liability period of 5 years.

vi) To provide technical and other assistance to the Engineer-in-Charge, in solving operational
and maintenance problems.

vii) Maintain pump house, forebay, approach channel, roads, yards, walkways, the colony,
housekeeping and security of the project.

viii) Suggest improvements in the operation and maintenance schedule for better performance.

ix) To Prepare Annual Operation Plan and submit to the Engineer-in-Charge for approval.

x) To prepare pump/gate operation schedule of all regulation structures and get it approved by
the Engineer-in-Charge.

xi) Necessary fire extinguisher arrangement should be made in the Pump House.

xii) Necessary safety sign boards will be install at work site.

3. GOVERNMENT RULES:

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

Note- for sub-component for which details of specifications not given in tender document
relevant IS code, guidelines of sate government shall be followed.

4. MAINTENANCE PERSONNEL:

CONTRACTOR NO OF CORRECTIONS SDE EE 190


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

The Contractor shall deploy experienced personnel for maintenance & operation 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 in the Bid.

5. RIGHT TO PERFORM UPON CONTRACTOR'S DEFAULT:

If anytime, the Contractor fails to perform and such failure is likely to cause injury to any
person or damage to the project, the Engineer-in-Charge 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.

6. No separate payment shall be made for above and needed any of the maintenance services
during the maintenance & operation period of 5 years and shall be deemed to be included in the
quoted contract price.

7. INSURANCE:

The Contractor shall obtain and maintain in force throughout during period of
construction and maintenance & operation, Contractor’s All Risk Insurance for the project
providing full coverage on replacement value basis. Covered peril shall include fire, flood and
allied perils. Insurance for workers against injury and death as per Workman Compensation Act
shall also be obtained by the Contractor. If agency fails to insure the above works then
department will procure the related insurance policy from Govt. Insurance Fund and the cost so
paid by department to the GIF will be deducted from next running bill.

8. ACCEPTANCE ON COMPLETION OF DEFECT LIABILITY PERIOD:

On completion of defect liability period, there shall be joint inspection by contractor and
Engineer-in-Charge. It shall be verified that the all components of the scheme including Rising
main is constructed as per design and drawing and running with design discharge right up to tail
along with all the structures constructed in the Rising main and performing their function as per
their design requirement without any defects and the certificate shall be accorded to this effect by
both the parties.
50. INSURANCE CHARGES :

Additional Conditions regarding payment of insurance Charges as


a) Insurance charges are to be paid by the contractor to the “Director of Insurance
Maharashtra State, Mumbai”
b) If insurance policy taken out by contractor from government insurance fund Mumbai and
submitted within the period specified in clause 56, Insurance amount will be released to
contractor as per conditions mentioned below.
i. The contractor shall submit proof of Insurance Policies to the Engineer-In-
Charge.
ii. After verification of record submitted by the Contractor, the total amount that
can be released shall be limited to the actual payment made as mentioned in condition
(i).
a) If the actual insurance charges claimed are less than the provision made in the
tender, the amount shall be paid as per actual.

51. LABOUR WELFARE CESS:


a) The amount of labour welfare cess at the rate of 1% will be recovered from
contractor through every Running / final bill as per directions given by the Govt. of
Maharashtra vide Marathi Resolution No. ‘UDHYOG, URJA VA KAMGAR VIBHAG

CONTRACTOR NO OF CORRECTIONS SDE EE 191


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

SHASHAN NIRNAY KRAMANK B. C. A. 2009 / PRA. KRA. 108 / KAMGAR 7A ,


DINANK-17 JUNE 2010” .

52. STAMP DUTY:


b) Contractor shall bear whole required amount of stamp Duty on works
Contract as per Mumbai Stamp Duty Act.1958 clause 34 at the prevailing rates. No
claim against this shall be considered and if the contractor fails to bear this amount,
acceptance of the tender shall be liable to be considered as withdrawn.

53. 52. Land Acquisition:

Contractor has to acquire/on lease the necessary land for execution of work
according to prevailing rules of the government with prior permission from
competent authority. The payment shall be compensated by department upon
production of authenticated records. For all cases proposal shall be Prepared by the
Contractor and all further follow up for clearance is to be done by the contractor.

54 WATER USER ASSOCIATION

2. The Contractor shall obtain details of names of cultivator’s their area under
command area as per revenue records and Prepare Voter’s List of WUA/territorial
constituency wise.

55 COMPENSATION FOR DELAY BY DEPARTMENT IN APPROVAL OF


DESIGN DRAWING

The contractor shall not be entitled to claim any compensation from department
for the loss suffered by him on account of delay by department in approval of
design drawing, approval to foundation approval of Pressurized pipe distribution
network alignment etc.

56 ALTERATIONS IN SPECIFICATIONS AND DESIGNS

17. The Engineers-in-charge connected with work shall have power to make any
alterations in, or omissions from, addition to, or substitutions for the original
specifications and approved drawings, designs and instructions that may appear to
him to be necessary or advisable during the progress of the work and the
contractor shall be bound to carry out the work in accordance with any instruction
which may be given to him in writing signed by the Engineer-in-charge and such
alterations omissions, additions or substitutions shall not invalidate the contract
and any altered, additional or substituted work which the contractor may be
directed to do in the manner above specified as part of the work, shall be carried
out by the contractor on the same conditions, in all respects on which he agreed to
do the main work and at the same Bided cost.

57 PERMISSION FOR CROSSING NH/SH/ROADS/RAILWAY LINES:

The works of the pipe line systems is likely to have several crossings for National
Highway, State Highway, Other Roads, Railway lines, Oil pipelines, gas pipelines
water pipelines etc., and as such necessary letter to grant the permission for
crossing those Premises shall be issued to the respective authorities by the

CONTRACTOR NO OF CORRECTIONS SDE EE 192


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

Engineer-in-Charge. However, the contractors will have to keep the follow-up and
obtain timely clearance from the concerned authorities.

58 Contractor should Serve Pipe Distribution Network work for following


conditions.
A) After actual survey work done if culturable command Area is more than 14477
Hectare Then contractor serve area as per actual survey work done and should
not claim for more than 14477 Hectare.
B) After actual survey work done if actual culturable command Area is less than
14477 Hectare Then contractor should have to execute and serve for 14477 Ha.
area of mentioned villages.

59 WUA FORMATION & CAPACITY BUILDING


For the formation of water user association, capacity building, hand holding, training,
education material ( TCE) contractor should tie-up with NGO’s or agencies or universities
& should submit agreement before the work order.
60 PIPE MATERIAL, MECHANICAL, ELECTRICAL WORK

The raw material required for manufacturing of pipes of various categories as per
approved design & drawings, mechanical components & electrical components should
be having facilities to the engineer in-charge to verify at source of manufacturing . The
furnished components ( Pipe, Mechanical & Electrical components) should be provided
at site embossed with permeant notation of name of work, date of manufacturing, sub
component, Pipe size & details etc. before manufacturing and supplying contractor
should supply chemical composition of raw material and furnished product.

CONTRACTOR NO OF CORRECTIONS SDE EE 193


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

SECTION :- III
DETAIL SCOPE, BIDDER’S OFFER,
PAYMENTS SCHEDULE/ MILESTONE

CONTRACTOR NO OF CORRECTIONS SDE EE 194


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

VIDARBHA IRRIGATION DEVELOPMENT CORPORATION, NAGPUR.


WATER RESOURCES DEPARTMENT, AMRAVATI.
BULDHANA IRRIGATION PROJECT CIRCLE, BULDHANA.
JIGAON LIFT IRRIGATION DIVISION, KHAMGAON.

GENERAL RULES AND DIRECTIONS FOR THE GUIDANCE OF


CONTRACTORS

1) All works proposed to be executed by contract shall be notified in a form of invitation


to tender pasted on a board hung up in the office of the Executive Engineer, and signed
by the Executive Engineer.
This form will state the work to be carried out, as well as the date for submitting and
opening tenders and the time allowed for carrying out the work, also the amount of the
earnest money, to be deposited with the tender and the amount of security Deposit and
performance security. Deposit, if required, to be Deposit by the successful tenderer and
the percentage, if any, to be deducted from bills. Copies of the specifications, designs and
drawings, estimated rates, scheduled rates and any other documents required in
connection with the work shall be signed by the Executive Engineer for the purpose of
identification and shall also be open for inspection by contractor at the office of the
Executive Engineer during office hours.
Where the works are proposed to be executed according to the specifications
recommended by a contractor and approved by a competent authority on behalf of the
Corporation, such specifications with designs and drawings shall form part of the
accepted tender.
2) In the event of the tender being online submitted by a firm, it must be signed by each
partner there of, and in the event of the absence of any partner, it is signed on his behalf
by a person holding a power of attorney authorizing him to do so mentioned in detailed
tender notice.
i) The contractor shall pay along with the tender the sum as stipulated in Details of
Tender as and by way of earnest money online using through e-payment gateway.
ii) If, after submitting the tender, the contractor withdraws his offer, or modifies the
same or if after the acceptance of his tender, the contractor fails or neglects to furnish the
balance of security Deposit, without prejudice to any other rights and powers of the
Corporation hereunder or in law, Corporation shall be entitled to forfeit the full amount
of the earnest money deposited by him.

iii) In the event of his tender not being accepted, the amount of earnest money
Deposited by the contractor shall, unless it is prior there to forfeited under the provision
of sub clause (ii) above, be refunded to him on his passing receipt there for.
3) Receipts for payments made on account of any work, when executed by a firm should
also be signed by all the partners, except where the contractors as described in their
tender as firm, in which case the receipt shall be signed in the name of the firm by one of
the partners or by some other person having authority to give effectual receipts of the
firm.
4) Any person who submits a tender shall fill up online form stating at what price bid he
is willing to undertake each item of the work. Only one rate or such percentage on all the
estimated rates / Schedule rates shall be named.
5) The officer indicated in Detailed Tender Notice or his duly authorized assistant, shall
open the tenders online in the presence of contractors who have submitted tenders, or
their representatives who may be present at the time and he will enter the amounts of the
each tenders in the comparative statement in a suitable form. In the event tender being
accepted, the contractor shall for the purpose of identification sign copies of the

CONTRACTOR NO OF CORRECTIONS SDE EE 195


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

specifications and other documents mentioned in Rule 1. In event of tender being


rejected, the competent officer shall refund the amount of the earnest money Deposited
by the contractor on his giving a receipt of the return of money.
6) The officer competent to dispose of the tenders shall have the right of rejecting all or
any of the tenders without assigning any reason, therefore.
7) No receipt for any payment alleged to have been made by a contractor in regard to any
matter relating to this tender or the contract shall be valid and binding on Corporation
unless it is signed by the Executive Engineer.
8) No materials of any type required for the work shall be supplied by the Corporation,
all the work shall be executed by the tenderer with contractor’s own material(s).The
memorandum of work to be tendered shall be filled in and completed by the office of the
Executive Engineer before the tender form is made available online .
9) All work shall be measured net by standard measure and according to the rules and
customs of the Corporation and without reference to any local custom.

10) Under no circumstances shall any contractor be entitled to claim enhanced price bid
or claim in this contract.
11) All corrections, additions or pasted slips should be initialed digitally
physically/digitally.
12) The measurements of work shall be recorded by Engineer of the Corporation as per
the provisions in the MPW manual & MPW accounts code.
13) In view of the difficult position regarding the availability of foreign exchange, no
foreign exchange would be released by the Corporation for the purchase of plant and
machinery required for the execution of the work contracted for.
14) The Contractor will have to construct shed for storing controlled and valuable
materials at the work site having double locking arrangement. The materials will be taken
for use in the presence of the Corporation persons. No materials will allow to be removed
from the site of works, without prior permission of Engineer-In-Charge.
15) Successful tenderer will have to produce to the satisfaction of the accepting
authority a valid and current license issued in his favor under the provision of the
Contract Labor(Regulation and Abolition Act, 1970) before starting work, failing which
acceptance of the tender will be liable for withdrawal and earnest money will be forfeited
to Corporation.
The contractor shall also submit certified copy of registration under ESIS and PF act
before payment of the first R.A. Bill is made.
16) The payment of bills will be made as and when funds are available with V.I.D.C. No
claim will be entertained on account of delay in payment due to paucity of funds.

CONTRACTOR NO OF CORRECTIONS SDE EE 196


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

ENGINEERING PROCURMENT & CONSTRUCTION


Tender for Works
1. I / We ………………………………………………………. hereby tender for the
execution for the Vidarbha Irrigation Development Corporation (here-in- before and
here-in-after referred to as Corporation) of the work specified in memorandum as
enclosed within the time specified in such memorandum at* in figures
Rs……………………........................ ………………/-
(In words: ……………………………………………………………………………
…………………………………...........................................................................................
..........) and in accordance in all respects with the specifications, designs, drawings and
instructions in writing.
2. I / We ……………………………………………………………agree that the offer shall
remain open for acceptance for a minimum period of 90 days from the date fixed for
opening the same and thereafter until it is withdrawn by me/us by notice in writing duly
addressed to the authority opening the tenders and sent by registered post AD or
otherwise at the office of such authority.
Details of Demand
…………................................................................................................................................
..................................................................................................................……......................
..............................................................
Or cash receipt of Corporation / Bank of Maharashtra in respect to the * Amount to be
specified sum of *
Rs.............................................................................................................. in words Rupees
*......................................................................................... In words and figures
............................................................. representing the earnest money is herewith
forwarded.
The amount of earnest money shall not bear interest and shall be liable to be forfeited to
the Corporation should I/We fail to (1) abide by the stipulation to keep the offer open for
the period mentioned above or (2) sign and complete the contract document as required
by the Engineer and furnish the security Deposit and performance security in form of
demand draft as required in view of offer being more than 1 % below the cost put to
tender if any, as specified in item (d) and (e) of the memorandum enclosed within the
time limit laid down in clause (1) of Conditions of contract. The tenderer should furnish
an agreement in the enclosed format on a non-judicial stamp paper As per Act. The
amount of earnest money may be adjusted towards the security Deposit or refunded to me
/ us if so desired by me / us in, writing, unless the same or any part thereof has been
forfeited as aforesaid.
1. Should this tender be accepted, I/We hereby agree to abide by and fulfill all the terms and
provisions of the conditions of Contract and Special Conditions of Contract included in
this booklet so far as applicable and in default thereof to forfeit and pay to Corporation
the sum of money mentioned in the said conditions.

MEMORANDUM

a. General description Engineering, Procurement and Construction (EPC)


tender for construction of lift Irrigation and
construction of pressurized pipe distribution
network system including management, operation
& maintenance for 60 months periods, formation
of water user association, strengthening and
handing over it etc. works for LIS No.13, 14 &15

CONTRACTOR NO OF CORRECTIONS SDE EE 197


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

for cultivable command area 14,477 Ha of Jigaon


Project Taluka Nandura, Dist. Buldhana .
b. Tender cost : Rs.3,89,48,05,218/-

c. Earnest money (EM) : Rs. 1,94,74,000


E.M.D. amount to be paid through E- payment gate
way

d. Security Deposit (SD) : Rs. 3,89,48,050 /-


(i) Initial (Demand Draft)
1.0%
(ii)To be deducted from bills : Rs. 3,89,48,050 /-
1.0%
Total = Rs. 7,78,96,100/-
.
ii) 2.0% of amount by which
contract cost increases due to
As applicable
stipulations of Clause 14, and
extra Items.
e. Performance Security (If
required in the form of As applicable
Demand Draft/B.G
f Percentage, if any, to be 2.0%
deducted from bills so as to
make up the total amount
required as security deposit
(by the time, half the work as
measured by the cost of
work done is completed).
g Time allowed for completion : 36 Calendar months + 60 months thereafter
of work from date of written for Operation and maintenance
work order. (including monsoon)
h Defect liability period. : 12 Months

Signature of Witness
Signature of Contractor Address
Address
Dated the ______ day of _____________2017
The above tender is hereby accepted by me for and on behalf of the Corporation.
Dated the ______ day of _____________2017

Signature of the officer by who accepted

Dated day of_____________2017

CONTRACTOR NO OF CORRECTIONS SDE EE 198


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

JIGAON PROJECT
Tal.:- Nandura Dist.:- Buldana
Name of Work:-
Engineering, Procurement and Construction (EPC) tender for construction of lift Irrigation and
construction of pressurized pipe distribution network system including management, operation &
maintenance for 60 months periods, formation of water user association, strengthening and handing over
it etc. works for LIS No.13, 14 &15 for cultivable command area 14,477 Ha of Jigaon Project Taluka
Nandura, Dist. Buldhana .

SCHEDULE A

Sr. No Particulars Quantity Unit Rate Remarks


Nil Nil Nil Nil Nil

CONTRACTOR NO OF CORRECTIONS SDE EE 199


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

ADDITIONAL CONDITIONS FOR MATERIAL


(Cement, T.M.T. Bars etc. Brought by Contractor)

1. All materials such as Cement, M.S./ TMT bars etc. required for execution of work shall be
brought by contractor at his own cost.
2. The contractor shall maintain the record of these materials (Cement, Steel etc.) in the pre-
scribed Proforma and register as directed by Engineer-in-charge. These registers shall be
signed by the contractor and representative of Engineer - in- charge. The register shall be
written and completed up to date by the Corporation and shall be signed by both i.e. Corpo-
ration representative and contractor's authorized representative. The register shall be in the
custody of Corporation and shall be maintained by the Corporation.
3. The material required only for this work shall be kept in godown at site. No material shall be
shifted away from the site except for the work for which this agreement is entered, without
prior approval of the Engineer-in-charge.
4 The material i.e. cement, steel, etc. brought, on the work site shall be accompanied with the
necessary Company/Manufacturing firm's test certificates. In addition these materials shall be
tested as per frequency prescribed by the corporation and the cost of such testing shall be
borne by the contractor. If the results are satisfactory, then and then only the material shall be
allowed to be used on the work. If the test results are not as per standard these materials shall
be immediately removed from the work site at contractors cost. In case of cement, if so
requested by the contractor in writing, material shall be allowed to be used before receipt of
test result but this will be entirely at the risk and cost of the contractor.
5 The contractor shall produce sufficient documentary evidence i.e. bill for the purchase re-
ceipts etc. for the purpose of material brought on the work site at once if so requested by the
corporation.
6. All these material i.e. cement, steel, etc. shall be protected from any Damages, rain etc. by
the contractor at his own cost.
7. The contractor will have to erect temporary shed of approved specifications for storing of
above material at work site having double lock arrangement (by double lock it is meant that
godown shall always be locked by two locks, one lock being owned and operated by
contractor and other by Engineer-in- charge or his authorized representative) and door shall
be opened only after lock are opened.
8. If required, the weight of cement bags/steel etc. brought by the Contractor shall be carried
out by the contractor at his own cost.
9. The contractor shall not use cement and other material for the item to be executed outside
the scope of this contract except for such ancillary small item as are connected and absolutely
necessary for execution of this work as may be decided by the Engineer- in - charge.
10. The Corporation shall not be responsible for the loss in cement and steel during transit to
work site. The cement brought by the contractor at the work site store shall mean 50 Kg.
equivalents to 0.0347 cum per bag by weight. The rate quoted should correspond to this
method of reckoning.

11 In case the material brought by the contractor became surplus owing to the change in the
design of the work or otherwise for any reason, the material should be taken back by the
contractor at his own cost after permission of the Engineer-in-charge.

12 R.C.C. pipes: The contractor shall purchase R.C.C. Pipes through M.S.S.I.D.C. with I.S.I.
Mark.

CONTRACTOR NO OF CORRECTIONS SDE EE 200


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

Table-1
JIGAON LIFT IRRIGATION
PAYMENT BREAK-UP SCHEDULE
for LIS-13,14 & 15 of CCA-14477 Ha.

SR.
DESCRIPTION OF THE PARTICULAR ITEMS % AMOUNT
NO.
Estimate
A- For Lift Irrigation Work Item %
%
Vetting of Approach Channel, Forebay, PH, Rising
A Main for LIS-13,14 & 15 of Jigaon Project 0.37% 18009388

Complete Vetting of Design and drawings of Various


Civil, Mechanical, Electrical, Architectural, structural
components of Jigaon lift irrigation schemes (LIS-7)
received from design consultant consist of Approach
Channel, Forebay, Pump house, pump house
components, Pumping Machinery, Electrical Sub
Station, surge tanks, Rising Main, all inline structure
A1 required, all connected components required for 100% 18009388
commissioning of entire scheme as per Indian/
International standards and various Indian codes and
as per standard practices and get vetted from Central
Design Organization, Nasik or Any other organization
as decided by Chief Engineer, Water resources
department, Amravati and all as directed by Engineer-
in-Charge complete.
Construction of Approach channel, Forebay, Main
B Pump House LIS-13 of Jigaon Project 3.74% 182627355
Cleaning cutting thorny shrubs bushes, grass with 15m
B1 lead and all lift etc. Complete as directed. 0.02% 43940
Excavation in all kinds of soil including boulders up to
0.6 m diameter (0.113 cum) for canal, seating of
embankment, filter drains /catch water drains etc., and
placing the excavated stuff neatly in dump area or for
B2 formation of service road / embankment as directed 3.00% 5487408
including cost of all materials, machinery, labor,
dressing bed and sides to required level and profile
etc., complete with lead up to 1 km and all lift as
directed .

CONTRACTOR NO OF CORRECTIONS SDE EE 201


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

Excavation in Hard Murum including boulders up to


0.6 m diameter (0.113 cum) for canal, seating of
embankment, filter drain / catch water drains etc., and
placing the excavated stuff neatly in dump area or for
B3 formation of service road as directed including cost of 8.45% 15438122
all materials, machinery, labor, dressing bed and sides
to required level and profile etc., complete with lead
up to 1 km and all lift as directed .
Providing rubble filling of trap/ granite/ quartzite
B4 gneiss stones for foundations including filling voids 1.01% 1836992
with sand/grit and compaction etc complete.
Providing and laying in PCC M15 grade leveling
course below approach slab complete with fully
automatic micro processor PLC with SCADA enabled
reversible drum type mixer/ concrete batch mix plant
B5 1.82% 3317417
(pan mixer) as per drawings and Technical
specifications etc. complete with fine aggregates of
required specifications (Natural sand / VSI sand finely
washed etc )
Providing and laying in situ /Ready Mix cement
concrete M-20 of trap / granite /quartzite/ gneiss
metal for R.C.C. work in foundations like raft, strip
foundations, grillage and footings of R.C.C. columns
and steel stanchions etc. including bailing out water,
Steel centering formwork, laying/pumping cover
blocks, compaction and curing roughening the surface
B6 12.54% 22899224
if special finish is to be provided (Excluding
reinforcement and structural steel) etc. complete, with
fully automatic micro processor based PLC with
SCADA enabled reversible Drum Type mixer/
concrete Batch mix plant (Pan mixer) etc. complete.
With fine aggregate (Natural Sand / Crushed sand VSI
Grade finely washed etc)
Providing cast in situ / ready mix M20 grade cement
concrete for head walls of CD work / retaining walls
etc. including necessary form work, compaction,
finishing and curing etc. complete. (with reversible
B7 6.56% 11971712
drum type mixer/ concrete batch mix plant (pan mixer)
with SCADA

Providing and laying Cast in situ/Ready Mix cement


concrete M-25 of trap / granite /quartzite/ gneiss metal
for R.C.C. columns as per detailed designs and
drawings or as directed including steel cantering,
formwork, cover blocks compacting and roughening if
special finish is to be provided and curing etc.
B8 4.23% 7725310
complete. (Excluding reinforcement and structural
steel).with fully automatic micro processor based PLC
with SCADA enabled reversible Drum Type mixer/
concrete Batch mix plant (Pan mixer) etc. complete.
With fine aggregate (Natural Sand / Crushed sand VSI
Grade finely washed etc)

CONTRACTOR NO OF CORRECTIONS SDE EE 202


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

Providing and laying Cast in situ/Ready Mix cement


concrete in M-25 of trap/ granite/ quartzite/ gneiss
metal for R.C.C. beams and lintels as per detailed
designs and drawings or as directed including steel
cantering, formwork, cover blocks, laying/pumping,
compaction and roughening the surface if special
B9 finish is to be provided and curing etc. complete. 4.06% 7416429
(Excluding reinforcement and structural steel).with
fully automatic micro processor based PLC with
SCADA enabled reversible Drum Type mixer/
concrete Batch mix plant (Pan mixer) etc. complete.
With fine aggregate (Natural Sand / Crushed sand VSI
Grade finely washed etc)
Providing and laying Cast in situ/Ready Mix cement
concrete M-25 of trap/ granite / quartzite/ gneiss metal
for R.C.C. slabs and landings as per detailed designs
and drawings including steel cantering, formwork,
cover blocks, compaction, finishing the formed
surfaces with cement mortar 1:3 of sufficient
minimum thickness to give a smooth and even surface
B10 1.68% 3064498
or roughening if special finish is to be provided and
curing etc. complete.(Excluding reinforcement and
structural steel).with fully automatic micro processor
based PLC with SCADA enabled reversible Drum
Type mixer/ concrete Batch mix plant (Pan mixer) etc.
complete. With fine aggregate (Natural Sand /
Crushed sand VSI Grade finely washed etc)
Providing and fixing in position HCRM / CRS
(Corrosion Resistant Steel) bar reinforcement of
various diameters for R.C.C. pile caps, footings,
foundations, slabs, beams columns, canopies,
EB11 staircase, newels, chajjas, lintels pardis, copings, fins, 25.14% 45905307
arches etc. as per detailed designs, drawings and
schedules. including cutting, bending, hooking the
bars, binding with wires or tack welding and
supporting as required complete.

CONTRACTOR NO OF CORRECTIONS SDE EE 203


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

Providing cement based water proofing treatment to


terraces (Indian water proofing or alike) with brick
bats laid in required slope to drain the water for any
span after cleaning the base surface. Applying a coat
of cement slurry admixed with approved water
proofing compound and laying the brick bats on
bottom layer in C.M.1:5 admixed with approved water
proofing compound filling up to half depth of brick
bats, curing this layer for 3 days, applying cement
slurry over this layer joints of brick bats with C.M.1:3
admixed with approved water proofing compound and
B12 0.21% 385106
finally top finishing with average 20 mm. thick layers
of same mortar added with jute fibre at 1 Kg per bag
including finishing the surface smooth with cement
slurry admixed with approved water proofing
compound. Marking finished surface with false
squares of 300mm x 300 mm. making the junctions at
the parapet rounded and tapered top for required
height, with drip mold at the junction of plaster and
parapet and curing and covering 10 years Guarantee
against leakproof on Court fee stamp paper of Rs.
500/- including ponding test etc. complete
Providing fly ash brick masonry with conventional/
I.S. type bricks in cement mortar 1:6 in superstructure
B.13 including striking joints, raking out joints, watering 1.55% 2834283
and scaffolding etc. Complete
Providing internal cement plaster 12mm thick in
single coat in cement mortar 1:5 without neeru finish
B14 to concrete or brick surfaces, in all positions including 0.25% 463451
scaffolding and curing etc. complete
Providing sand faced plaster externally in cement
mortar using approved screened sand, in all positions
including base coat of 15 mm thick in cement mortar
1:4 using waterproofing compound at 1 kg per cement
B15 bag curing the same for not less than 2 days and 1.63% 2969609
keeping the surface of the base coat rough to receive
the sand faced treatment 6 to 8 mm thick in cement
mortar 1:4 finishing the surface by taking out grains
and curing for fourteen days scaffolding etc. complete.
Providing and fixing mild steel grill work for
windows, ventilators etc. 20 kg/sqm as per drawing
B16 including fixtures, necessary welding and painting 0.30% 556833
with one coats of anticorrosive paint and two coats of
oil painting complete.

CONTRACTOR NO OF CORRECTIONS SDE EE 204


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

Providing and fixing in position (as per 1868 / 1982)


Aluminum sliding window of three tracks with
rectangular pipe 95 x 38.10 x 0.90 mm at weight 0.637
kg/Rmt. with window frame bottom track section 92 x
31.75 x 1.30 mm at weight 1.070 kg/Rmt.. Top and
side track section 92 x 31.75 x 1.30 mm at weight
0.933 kg/Rmt. The shutter should be of bearing
bottom 40 x 18 x 1.25 mm at weight 0.417 kg/Rmt.
Inter locking section 40 x 18 x 1.10 mm at weight
B17 0.469 kg/Rmt. and handle and top section 40 x 18 x 1.10% 2003056
1.25 mm at weight o.417 kg/Rmt. As per detailed
drawings and as directed by Engineer in charge with
all necessary Aluminum sections fixtures and
fastenings such as roller bearing in nylon casting and
self locking catch fitted in vertical section of shutter
including 5 mm thick plain glass and aluminum
mosquito net shutter with stainless steel jail with all
required screws and nuts etc, complete. With color
Anodizing with box
Providing and laying vitrified mirror / glossy finish
tiles decorative type having size 590 mm to 605 mm x
590 mm to 605 mm of 8 to 10 mm thickness and
confirming to IS. 15622-2006 ( group Bla) of
B18 0.12% 219370
approved make, shade and pattern for flooring in
required position laid on a bed of 1:4 cement mortar
including neat cement float, filling joints, curing and
clearing etc. complete.
Providing and laying in situ cement concrete M30
with trimix treatment for 200 mm thickness for
B19 flooring with groove cutting of 4mm wide and 20mm 1.63% 2974211
deep with necessary refilling with bitumen etc.
complete.
Providing and applying Two coats of wall care Putty
on plastered surface and Ceiling and Walls to prepare
B20 0.09% 161426
surface even and smooth of approved make, etc
complete.
Providing and applying plastic emulsion paint of
approved quality, color and shade to old and new
B21 surfaces in two coats including scaffolding, preparing 0.07% 132529
the surface. (excluding the primer coat)etc. complete.

Providing and applying two coats of water proof


cement paint of approved manufacture and of
B22 approved color to the plastered surfaces including 0.17% 310255
scaffolding if necessary, cleaning and preparing the
surface, watering for two days etc. Complete

CONTRACTOR NO OF CORRECTIONS SDE EE 205


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

Providing and fixing mild steel grill railing 20 kg/sq.m


with teak wood hand rail of size 75mm x 60 mm. and
sill of 75mm.x 25 mm. and newel posts for staircases,
including fabricating, fixtures , erecting, painting the
B23 0.15% 271208
grill work with one coat of anti-corrosive paint and
two coats of oil painting with approved color and
polishing the sill, hand rail and the newel post with
french polish.
Providing and fixing rolling shutter fabricated from
steel laths of minimum thickness 0.9 mm with lock
plate of 3.15 mm thickness reinforced with 35 x 35 x 5
mm angle section fitted with sliding bolts and handles
for both sides, deep M.S. channel section of depth and
thickness not less than 65 mm and 3.15 mm
respectively with hold fast arrangements, M.S.
Bracket plate 300 x 300 x 3.15 mm minimum size and
B24 0.06% 103726
shape with square bar, suspension shaft of minimum
32 mm diameter, hood cover of M.S. sheet not less
than 0.9 mm thickness and of any size at top and
safety devices including mechanical gear operation
arrangement consisting of worm gear wheels and
worms of high grade cast iron or mild steel and one
coat of red lead primer etc. complete. (I.S. 62481979)
(Without mechanical gear)
Watering and compacting of embankment formed of
materials obtained from the road cutting within a lead
B25 of 50 m, not less than 97% of standard Proctor density 0.03% 49003
after laying them in layers of 20 cm. to 30 cm. with
Power roller.
Providing and erecting 1.2 meter high wire fencing
with five rows of barbed wire supported on mild steel
angle ( 50 x 50x 6mm) post at 2.5 m c/c including
excavation of pits of foundation concrete fixing the
B26 posts in ( 1:4:8) cement concrete block of 45x45x45 0.09% 161378
cm and fastening the Wires and painting the angles
with one coat with red lead primer and two coats of oil
painting etc. complete

Providing and fixing H.D.P container Syntex or alike


one piece moulded water tank made out of low density
polyether and built corrugation including of delivery
B27 0.08% 150106
up to destination hoisting and fixing of accessories
such as inlet, outlet overflow of all tanks capacity
above 1000 to 20,000 liters
Providing and fixing 45 cm wide mild steel ladder of
40mm x 6 mm mild steel flat stringers and steps of 18
mm dia. mild steel bar for water tank including fixing
B28 0.02% 35720
it in (1:2:4) M-15 cement concrete block 60cm x 30cm
x 30cm and painting the ladder complete. (Anti
Corrosive Paint)

CONTRACTOR NO OF CORRECTIONS SDE EE 206


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

Providing and Laying factory made colored chamfered


edge Cement concrete grass paver blocks of required
strength, thickness & size/shape, made by table
vibratory method using PU mould, laid in required
colour & pattern over 50mm thick compacted bed of
fine fine aggregate (natural sand/crushed sand VSI
grade finely washed etc.), compacting and proper
embedding/laying of inter locking paver blocks into
the fine aggregate (natural sand/crushed sand VSI
grade finely washed etc.) bedding layer through
B29 0.32% 587271
vibratory compaction by using plate vibrator, filling
the joints with fine aggregate (natural sand/crushed
sand VSI grade finely washed etc.) and cutting of
paver blocks as per required size and pattern, finishing
and sweeping extra fine aggregate (natural
sand/crushed sand VSI grade finely washed etc.) and
complete as per manufacturer specifications &
direction of Engineer-in-Charge. 60mm thick CC
paver block of M-35 grade concrete with approved
colour and design & pattern.
Dewatering by pumping out water collected with 10 to
19 HP Diesel / Electrical pumps including cost of all
materials, machinery, labor, providing sump and all
other ancillary operations whenever necessary etc.
B30 4.66% 8511032
complete under specific & indispensable
circumstances with prior approval from competent
authority with authentic evidence of records justifying
dewatering etc. complete as directed.
Providing selected hard murum filling including
B31 laying in layers of 15 to 20cmwith watering and 5.59% 10205949
compacting etc. complete.
Providing dry rubble stone pitching 23 cm (about 9 )
B32 thick including all material, quarry spalls, labour etc. 11.33% 20682822
complete.
B33 Miscellaneous 2.05% 3752660

providing Rising Main, Valves, Vertical Thrust Block,


C Horizontal Thrust Block, Encasing for Jigaon Lift 13.19% 643792190
Irrigation Scheme No.13,14 & 15

CONTRACTOR NO OF CORRECTIONS SDE EE 207


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

Providing and erecting M.S. pipes made out of MS


plate conforming to IS 2062:1992 including
procurement of plates, gas cutting to required size,
rolling, tack welding, assembling in suitable lengths to
form pipes on automatic welding machine. The
welding shall be ERW/SAW using electrodes having
weld mark E7018 (Low Hydrogen electrodes) and
forming 'V' edge on both ends of pipes, including third
party inspection charges, lowering and laying to
correct position on prepared bedding or on pedestals 65.33% 420602385
C1
or chairs, field hydraulic testing at specified test
pressure as per IS 5822: 1994 sec 11, field welding to
join pipes after laying, Radiographic (5%) and
ultrasonic (10%) testing of welds including all
equipment’s submitting report, expert personnel
required for testing, interpreting and submitting report
along with develop film where applicable, all
incidental charges etc complete as per IS - 3589:2001
and as per specifications (No negative Tolerance in
thickness is permissible)
Excavation for deep trenches for laying rising main in
Earth, Soil of all types, sand, gravel and soft murum
including trimming to correct line, level and to
specified widths including removing the excavated
material and stacking or spreading the same upto a
C2 distance of 15 metres and all lifts as directed, 1.52% 9762909
preparing the bed for foundation and necessary safety
precautions , keep the trench undisturbed till pipe
laying & fixing necessary specials etc complete as per
detailed specifications. (Payable measurements with
vertical excavation) Taking output=320 cum
Excavation for deep trenches for laying rising main in
Hard murum, soft bhisa, hard man and boulder
including trimming to correct line and level and to
specified width, including removing the excavated
material and stacking or spreading the same upto a
C3 distance of 15 metres and all lifts as directed, 0.79% 5114133
preparing the bed for foundation and necessary safety
precautions , keep the trench undisturbed till pipe
laying & fixing necessary specials etc complete as per
detailed specifications. (Payable measurements with
vertical excavation) Taking output=240 cum
Murum bedding in trenches with murum of approved
quality in layers not exceeding 150 mm to 200 mm,
C4 each layer shall be consolidated by watering and 0.60% 3857357
ramming as directed etc complete as directed.

Cleaning the surface of rising main pipe by Sand


Blasting to expose fresh metal surface ready for
painting including removal of all rust, oil, grease, etc. 2.16% 13880082
C5
as per specification including all material, labour and
equipment etc complete. (Qty. of sand
3cum/100sq.mtr.)

CONTRACTOR NO OF CORRECTIONS SDE EE 208


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

Backfilling the trenches in layers not exceeding 300


mm, each layer shall be consolidated by watering and
ramming without disturbing the pipe line with 1.08% 6974620
C6 excavated stuff as directed including breaking of clods
of soil etc complete. (The backfilling on the two sides
of the pipeline should be carried out simultaneously)
Providing and supplying ISI mark CI D/F reflux
valves (non-return valves ) of following dia including
railway freight, inspection charges, unloading from
railway wagon, loading into truck, transportation upto 0.01% 93015
C7
departmental stores, unloading, stacking excluding
GST levied by GOI & GOM in all respect etc.
complete. Reflux valves as per I.S.5312 Part I (1984)
P.N.1.6 with by pass arrangement
Providing double flange sluice valve confirming for
IS14846 including worn gear arrangements as per test
pressure, stainless steel spindle, caps, including
C8 inspection charges, transportation upto departmental 0.03% 181398
store, unloading, stacking excluding GST levied by
GOI & GOM in all respect etc. complete. a) Sluice
valves - PN -1.6 (Without by pass Arrangement)
Providing and supplying Kinetic Double Orifice type
Air Valves confirming to IS 14845 as per MJP’s
standard specifications having small orifice elastic ball
resting on a gun metal orifice nipple, large orifice
vulcanite ball seating on moulded seat ring, with built-
in Kinetic features, isolating sluice valve mounted in
horizontal position and operated by wheel gearing,
C9 inlet face and drilled, including insurance, third party 0.11% 676313
inspection charges, loading, unloading, transportation
upto departmental stores, excluding GST levied by
GOI & GOM in all respect etc. complete.b) Kinetic
Air Valve Flanged Type P-1.6

Lowering, laying and jointing in position following


C.I.D/F Reflex valves, Butterfly valves and Sluice
C10 valves including cost of all labour jointing material,
including nut bolts and giving satisfactory hydraulic
testing etc. complete. (Rate for all class of valves.)
200 mm 0.01% 68412
250 mm 0.01% 35657
Giving satisfactory hydraulic testing of following C. I.
C11 D / F Reflex valves, Butterfly valves and Sluice
valves.
200 mm 0.00% 7599
250 mm 0.00% 3956
Providing rubble filling of trap/ granite/ quartzite
C12 gneiss stones for foundations including filling voids 0.09% 579906
with sand/grit and compaction etc complete.

CONTRACTOR NO OF CORRECTIONS SDE EE 209


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

Providing and laying in situ cement concrete of grade


M-15 of trap / granite / gneiss / quartzite / graded
metal for PCC with or without surface reinforcement /
RCC concreting requiring heavy or special type of
shuttering for works of gallery, sluice, spillway crest,
spillway downstream face, energy dissipating 0.13% 814994
C.13
structures, intake structures, training walls, piers,
abutments etc. with Batching Plant and Transit mixer
with shuttering and scaffolding, placing, compacting,
curing etc. complete with an initial lead of 1 Km. & all
lifts etc complete as directed. A) M-15 (20 MSA) (
Cement Bag 5.64 Bags/Cum)
Providing and laying in situ cement concrete of grade
M-15 of trap / granite / gneiss / quartzite /graded metal
for foundation and bedding with Batching Plant &
C14 Transit Mixer including placing, compacting, curing 3.29% 21195238
etc. complete with an initial lead of 1 Km. & all lifts
etc complete as directed.. A) M-15 (20 MSA) (
Cement Bag 5.64 Bags/Cum)
Providing and fixing in position HCRM / CRS
(Corrosion Resistant Steel) bar reinforcement of
various diameters for R.C.C. pile caps, footings,
foundations, slabs, beams columns, canopies,
staircase, newels, chajjas, lintels pardis, copings, fins, 3.04% 19545341
C15 arches etc. as per detailed designs, drawings and
schedules. including cutting, bending, hooking the
bars, binding with wires or tack welding and
supporting as required complete.

Providing & applying Liquid epoxy coating system to


the external surface of Rising Main Pipes as per
Annex-B of IS 3589:2001, preferably by airless spray
with one coat of Zinc rich epoxy primer (90 % zink
(DFT 40 micron , coverage 9 Sqm / lit) and two coats 7.78% 50085738
C.16 of coal tar epoxy paint (DFT 120 X 2 micron coverage
5 Sqm / Lit / coat) including cleaning the surface to
the satisfaction of Engineer in charge by sand blasting
/ scraping removing oil, grease, other foreign materials
including all necessary material , labour with all leads
and lifts etc. complete
Providing & applying Liquid epoxy coating system to
the interior surface of Rising Main Pipes as per Annex
- B of IS 3589:2001, preferably by airless spray with
one coat of Zinc rich epoxy primer (90% zink ,DFT 40
micron , coverage 9 Sqm / lit) and three coats of coal
tar epoxy paint (DFT 120 X 3 micron coverage 5 9.72% 62558610
C17
Sqm/Lit/coat) including cleaning the surface to the
satisfaction of Engineer in charge by sand blasting
/chemical cleaning / scraping removing oil, grease,
other foreign materials including all necessary
material, labour with all leads and lifts etc. complete.
(Qty. of sand 3cum/100sq.mtr.)

CONTRACTOR NO OF CORRECTIONS SDE EE 210


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

Providing and fixing R.C.C. 200 metre stones as per


I.R.C. standard including fixing in standard size 0.03% 180166
C18
C.C.1:4:8 block including curing, painting lettering
etc. complete.
Disposal of Excavated Material from Rising main/
Detention Tank/ Pump House including Loading, 0.89% 5720610
C19 Unloading & transportation with all Lead & Lift etc.
complete. as directed by Engineer In charge
Construction of Apptroch Road, Internal Roads for
C20 pump house including provision of WBM & BBM 2.27% 14592230
Including CD work etc, complete.
Dewatering by pumping out water collected with 10
to 19 HP Diesel / Electrical pumps including cost of
all materials, machinery, labour, providing sump and
all other ancillary operations whenever necessary etc. 0.56% 3581670
C21
complete under specific & indispensable
circumstances with prior approval from competent
authority with authentic evidence of records justifying
dewatering etc. complete as directed.
Complete Two years operation and maintenance of
Jigoan Lift Irrigation Scheme No.7 Stage 1A & 1B
Mechanical, Electrical and Civil Component including
all type of repairs and all type of daily operations
required for successful commissioning of entire
scheme, all types of routine inspections, agronomist 0.57% 3679852
C.22
services, SCADA operation and maintenance, security
services, vehicles, office administration and accounts,
store, and all other components required for successful
running of scheme all as per scope of work including
materials, personnel's, spares and all as directed by
Engineer-in-Charge.

Pumping Machinery Required for LIS-13,14 & 15 of


D Jigaon Project 1.61% 78711449
Design, manufacture, supply, erection, testing and
Commissioning of horizontal split casing pump set for
the following capacity with allied equipment’s
including all type of Valve, Delivery pipe, joint, cable,
D1 LT pannel, all accessories and synchronized with 98.74% 77717341
SCADA with Testing, Commissioning & Trial
operation for pipe Distribution network planned in
command area of Jigaon Project with appropriate
(minimum 5 years) warranty.
Providing, erecting and commissioning single girder
Electrically Operated Rectangular Over head
Travelling Crane with 6 m lift complete with wire
D.2 rope hoist, class II duty, all three motions electrically 1.27% 1000058
operated by suitable rating motor IP 54, control panel
and down pendant control block. A) 5 Tone Capacity
Above 8 m upto 10 m spa

CONTRACTOR NO OF CORRECTIONS SDE EE 211


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

Supplying Erecting And Commissioning Of 33/44 KV


E Substation And 33 KV pin type Line from Kavthal to 1.31% 64002817
LIS No.13,14 & 15
Design, Manufacture, supply, erection, Testing And
Commissioning of 33/.44 KV Switchyard Equipment
and 33 KV Line, operation , Maintenance, watch and
E1 ward for two years from commissioning for Jigaon 100.00% 64000173
Lift Irrigation no.13,14 & 15 pressurized Pipe
Distribution Network Scheme Switchyard Dist.
Buldana
For PDN of LIS-13, 14 & 15

Detailed Survey of Command Area, Design and


F Vetting of Pipe Distribution Network for LIS-13,14 & 2.37 68939474
15 of Jigaon Project
Preparation of detailed construction plan for pipe
distribution network system including necessary
command survey, linear survey for pipe laying, chak
F1 planning designing of pipe network and preparation of 19.34 13332894
estimates. all as directed by Engineer-in-Charge
complete. A) By Total Station
Complete Vetting of Design and drawings of Various
Civil, Mechanical, Electrical, Architectural, structural
components of Jigaon lift irrigation schemes (LIS-
13,14 & 15) received from design consultant consist
of Pumping Machinery, Electrical Sub Station,
Balancing Tank, Pump house, pump house
components, surge tanks, entire pressurized pipe
distribution network required for drip irrigation of
F2 80.66 55606580
14477 ha CCA, all inline structure required, all
connected components required for commissioning of
entire scheme as per Indian/ International standards
and various Indian codes and as per standard practices
and get vetted from Central Design Organization,
Nasik or Any other organization as decided by Chief
Engineer, Water resources department, Amravati and
all as directed by Engineer-in-Charge complete.
Construction of Balancing Tank Cum Pump House
G For LIS-13,14 & 15 of Jigaon Project. 4.05 117871734
Cleaning cutting thorny shrubs bushes, grass with 15m
G1 lead and all lift etc. Complete as directed. 0.06 70723
Excavation in all kinds of soil including boulders upto
0.6 m diameter (0.113 cum) for canal, seating of
embankment, filter drains /catch water drains etc., and
placing the excavated stuff neatly in dump area or for
G2 formation of service road / embankment as directed 0.64 754379
including cost of all materials, machinery, labor,
dressing bed and sides to required level and profile
etc., complete with lead upto 1 km and all lift as
directed .

CONTRACTOR NO OF CORRECTIONS SDE EE 212


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

Excavation in Hard Murum including boulders upto


0.6 m diameter (0.113 cum) for canal, seating of
embankment, filter drain / catch water drains etc., and
placing the excavated stuff neatly in dump area or for
G.3 0.92 1084420
formation of service road as directed including cost of
all materials, machinery, labor, dressing bed and sides
to required level and profile etc., complete with lead
upto 1 km and all lift as directed .
Providing rubble filling of trap/ granite/ quartzite
G4 gneiss stones for foundations including filling voids 1.62 1909522
with sand/grit and compaction etc complete.
Providing and laying in PCC M15 grade leveling
course below approach slab complete with fully
automatic micro processor PLC with SCADA enabled
reversible drum type mixer/ concrete batch mix plant
G.5 4.46 5257079
(pan mixer) as per drawings and Technical
specifications etc. complete with fine aggregates of
required specifications (Natural sand / VSI sand finely
washed etc )
Providing and laying in situ /Ready Mix cement
concrete M-20 of trap / granite /quartzite/ gneiss
metal for R.C.C. work in foundations like raft, strip
foundations, grillage and footings of R.C.C. columns
and steel stanchions etc. including bailing out water,
Steel centering formwork, laying/pumping cover
blocks, compaction and curing roughening the surface
G6 7.05 8309957
if special finish is to be provided (Excluding
reinforcement and structural steel) etc. complete, with
fully automatic micro processor based PLC with
SCADA enabled reversible Drum Type mixer/
concrete Batch mix plant (Pan mixer) etc. complete.
With fine aggregate (Natural Sand / Crushed sand VSI
Grade finely washed etc)
Providing cast in situ / ready mix M20 grade cement
concrete for head walls of CD work / retaining walls
etc. including necessary form work, compaction,
G7 9.98 11763599
finishing and curing etc. complete. (with reversible
drum type mixer/ concrete batch mix plant (pan mixer)
with SCADA
Providing and laying Cast in situ/Ready Mix cement
concrete M-25 of trap / granite /quartzite/ gneiss metal
for R.C.C. columns as per detailed designs and
drawings or as directed including steel centering,
formwork, cover blocks compacting and roughening if
special finish is to be provided and curing etc.
G.8 3.60 4243382
complete. (Excluding reinforcement and structural
steel).with fully automatic micro processor based PLC
with SCADA enabled reversible Drum Type mixer/
concrete Batch mix plant (Pan mixer) etc. complete.
With fine aggregate (Natural Sand / Crushed sand VSI
Grade finely washed etc)

CONTRACTOR NO OF CORRECTIONS SDE EE 213


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

Providing and laying Cast in situ/Ready Mix cement


concrete in M-25 of trap/ granite/ quartzite/ gneiss
metal for R.C.C. beams and lintels as per detailed
designs and drawings or as directed including steel
cantering, formwork, cover blocks, laying/pumping,
compaction and roughening the surface if special
G9 finish is to be provided and curing etc. complete. 5.54 6530094
(Excluding reinforcement and structural steel).with
fully automatic micro processor based PLC with
SCADA enabled reversible Drum Type mixer/
concrete Batch mix plant (Pan mixer) etc. complete.
With fine aggregate (Natural Sand / Crushed sand VSI
Grade finely washed etc)
Providing and laying Cast in situ/Ready Mix cement
concrete M-25 of trap/ granite / quartzite/ gneiss metal
for R.C.C. slabs and landings as per detailed designs
and drawings including steel cantering, formwork,
cover blocks, compaction, finishing the formed
surfaces with cement mortar 1:3 of sufficient
minimum thickness to give a smooth and even surface
G.10 5.84 6883709
or roughening if special finish is to be provided and
curing etc. complete.(Excluding reinforcement and
structural steel).with fully automatic micro processor
based PLC with SCADA enabled reversible Drum
Type mixer/ concrete Batch mix plant (Pan mixer) etc.
complete. With fine aggregate (Natural Sand /
Crushed sand VSI Grade finely washed etc)
Providing and fixing in position HCRM/CRS
(Corrosion Resistant Steel) bar reinforcement of
various diameters for R.C.C. pile caps, footings,
foundations, slabs, beams columns, canopies,
G11 staircase, newels, chajjas, lintels pardis, copings, fins, 25.75 30351972
arches etc. as per detailed designs, drawings and
schedules. including cutting, bending, hooking the
bars, binding with wires or tack welding and
supporting as required complete.
Providing cement based water proofing treatment to
terraces (Indian water proofing or alike) with brick
bats laid in required slope to drain the water for any
span after cleaning the base surface. Applying a coat
of cement slurry admixed with approved water
proofing compound and laying the brick bats on
bottom layer in C.M.1:5 admixed with approved water
proofing compound filling up to half depth of brick
G12 bats, curing this layer for 3 days, applying cement 2.90 3418280
slurry over this layer joints of brick bats with C.M.1:3
admixed with approved water proofing compound and
finally top finishing with average 20 mm. thick layers
of same mortar added with jute fiber at 1 Kg per bag
including finishing the surface smooth with cement
slurry admixed with approved water proofing
compound. Marking finished surface with false
squares of 300mm x 300 mm. making the junctions at

CONTRACTOR NO OF CORRECTIONS SDE EE 214


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

the parapet rounded and tapered top for required


height, with drip mould at the junction of plaster and
parapet and curing and covering 10 years Guarantee
against leakproof on Court fee stamp paper of Rs.
500/- including ponding test etc. complete

Providing fly ash brick masonry with conventional/


I.S. type bricks in cement mortar 1:6 in superstructure
G13 including striking joints, raking out joints, watering 6.70 7897406
and scaffolding etc. Complete
Providing internal cement plaster 12mm thick in
single coat in cement mortar 1:5 without neeru finish
G.14 to concrete or brick surfaces, in all positions including 2.19 2581391
scaffolding and curing etc. complete
Providing sand faced plaster externally in cement
mortar using approved screened sand, in all positions
including base coat of 15 mm thick in cement mortar
1:4 using waterproofing compound at 1 kg per cement
G15 bag curing the same for not less than 2 days and 5.59 6589030
keeping the surface of the base coat rough to receive
the sand faced treatment 6 to 8 mm thick in cement
mortar 1:4 finishing the surface by taking out grains
and curing for fourteen days scaffolding etc. complete.
Providing and fixing mild steel grill work for
windows, ventilators etc. 20 kg/sqm as per drawing
G.16 including fixtures, necessary welding and painting 0.33 388977
with one coats of anticorrosive paint and two coats of
oil painting complete.
Providing and fixing in position (as per 1868 / 1982)
Aluminium sliding window of three tracks with
rectangular pipe 95 x 38.10 x 0.90 mm at weight 0.637
kg/Rmt. with window frame bottom track section 92 x
31.75 x 1.30 mm at weight 1.070 kg/Rmt.. Top and
side track section 92 x 31.75 x 1.30 mm at weight
0.933 kg/Rmt. The shutter should be of bearing
bottom 40 x 18 x 1.25 mm at weight 0.417 kg/Rmt.
Inter locking section 40 x 18 x 1.10 mm at weight
G.17 0.469 kg/Rmt. and handle and top section 40 x 18 x 1.41 1661991
1.25 mm at weight o.417 kg/Rmt. As per detailed
drawings and as directed by Engineer in charge with
all necessary Aluminium sections fixtures and
fastenings such as roller bearing in nylon casting and
self locking catch fitted in vertical section of shutter
including 5 mm thick plain glass and aluminium
mosquito net shutter with stainless steel jail with all
required screws and nuts etc, complete. With colour
Anodizing with box

CONTRACTOR NO OF CORRECTIONS SDE EE 215


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

Providing and laying vitrified mirror / glossy finish


tiles decorative type having size 590 mm to 605 mm x
590 mm to 605 mm of 8 to 10 mm thickness and
confirming to IS. 15622-2006 ( group Bla) of
G.18 0.66 777953
approved make, shade and pattern for flooring in
required position laid on a bed of 1:4 cement mortar
including neat cement float, filling joints, curing and
clearing etc. complete.
Providing and laying in situ cement concrete M30
with tremix treatment for 200 mm thickness for
G19 flooring with groove cutting of 4mm wide and 20mm 1.49 1756289
deep with necessary refilling with bitumen etc.
complete.
Providing and applying Two coats of wall care Putty
on plastered surface and Ceiling and Walls to prepare
G.20 0.76 895825
surface even and smooth of approved make, etc
complete.
Providing and applying plastic emulsion paint of
approved quality, colour and shade to old and new
surfaces in two coats including scaffolding, preparing
G.21 the surface. (excluding the primer coat)etc. complete. 0.62 730805

Providing and applying two coats of water proof


cement paint of approved manufacture and of
G222 approved colour to the plastered surfaces including 0.58 683656
scaffolding if necessary, cleaning and preparing the
surface, watering for two days etc. complete
Providing and fixing mild steel grill railing 20 kg/sq.m
with teak wood hand rail of size 75mm x 60 mm. and
sill of 75mm.x 25 mm. and newel posts for staircases,
including fabricating, fix-tures, erecting, painting the
G23 0.64 754379
grill work with one coat of anti-corrosive paint and
two coats of oil painting with approved colour and
polishing the sill, hand rail and the newel post with
french polish.
Providing and fixing rolling shutter fabricated from
steel laths of minimum thickness 0.9 mm with lock
plate of 3.15 mm thickness reinforced with 35 x 35 x 5
mm angle section fitted with sliding bolts and handles
for both sides, deep M.S. channel section of depth and
thickness not less than 65 mm and 3.15 mm
respectively with hold fast arrangements, M.S.
Bracket plate 300 x 300 x 3.15 mm minimum size and
G.24 0.38 447913
shape with square bar, suspension shaft of minimum
32 mm diameter, hood cover of M.S. sheet not less
than 0.9 mm thickness and of any size at top and
safety devices including mechanical gear operation
arrangement consisting of worm gear wheels and
worms of high grade cast iron or mild steel and one
coat of red lead primer etc. complete. (I.S. 62481979)
(Without mechanical gear)

CONTRACTOR NO OF CORRECTIONS SDE EE 216


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

Watering and compacting of embankment formed of


materials obtained from the road cutting within a lead
G.25 of 50 m, not less than 97% of standard Proctor density 0.09 106085
after laying them in layers of 20 cm. to 30 cm. with
Power roller.
Providing and erecting 1.2 meter high wire fencing
with five rows of barbed wire supported on mild steel
angle ( 50 x 50x 6mm) post at 2.5 m c/c including
excavation of pits of foundation concrete fixing the
G26 0.30 353615
posts in ( 1:4:8) cement concrete block of 45x45x45
cm and fastening the Wires and painting the angles
with one coat with red lead primer and two coats of oil
painting etc. complete
Providing and fixing H.D.P container Syntex or alike
one piece moulded water tank made out of low density
polyether and built corrugation including of delivery
G.27 up to destination hoisting and fixing of accessories 0.08 94297
such as inlet, outlet overflow of all tanks capacity
above 1000 to 20,000 liters
Providing and fixing 45 cm wide mild steel ladder of
40mm x 6 mm mild steel flat stringers and steps of 18
mm dia. mild steel bar for water tank including fixing
G28 0.03 35362
it in (1:2:4) M-15 cement concrete block 60cm x 30cm
x 30cm and painting the ladder complete. (Anti
Corrosive Paint)
Providing and Laying factory made coloured
chamfered edge Cement concrete grass paver blocks
of required strength, thickness & size/shape, made by
table vibratory method using PU mould, laid in
required colour & pattern over 50mm thick compacted
bed of fine fine aggregate (natural sand/crushed sand
VSI grade finely washed etc.), compacting and proper
embedding/laying of inter locking paver blocks into
the fine aggregate (natural sand/crushed sand VSI
grade finely washed etc.) bedding layer through
G.29 1.18 1390886
vibratory compaction by using plate vibrator, filling
the joints with fine aggregate (natural sand/crushed
sand VSI grade finely washed etc.) and cutting of
paver blocks as per required size and pattern, finishing
and sweeping extra fine aggregate (natural
sand/crushed sand VSI grade finely washed etc.) and
complete as per manufacturer specifications &
direction of Engineer-in-Charge. 60mm thick CC
paver block of M-35 grade concrete with approved
colour and design & pattern.
Dewatering by pumping out water collected with 10 to
19 HP Diesel / Electrical pumps including cost of all
materials, machinery, labour, providing sump and all
other ancillary operations whenever necessary etc.
G.30 1.74 2050968
complete under specific & indispensable
circumstances with prior approval from competent
authority with authentic evidence of records justifying
dewatering etc. complete as directed.

CONTRACTOR NO OF CORRECTIONS SDE EE 217


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

G.31 Miscellaneous 0
1) Architectural Treatment 2.50 2946793
2) Concrete & Soil Testing 0.63 742592
3) Providing Fire Fighting, Drinking Water, Sanitary
Arrangement 1.87 2204201
4) Providing & Fixing Various Type Of Assesaries
For Computer Room & Office Room, CCTV , Air 1.87 2204201
Conditioner Etc.
providing pipeline, Primary Filtration Unit, Vertical
Thrust Block, Horizontal Thrust Block, Encasing up to
H 53.52 1526802328
Chak of 24 Hector of Jigaon Lift Irrigation Scheme
LIS-13,14 & 15
Providing and supplying in standard lengths
Polyethylene Pipes, confirming to IS 4984 / 14151 /
12786 / 13488 with necessary jointing material like
mechanical connector i. e. thread / insert joint / quick
release coupler joint/ compression fitting joint or
flanged joint excluding coupler/specials, including
H1 14.69 224287262
transportation and freight charges, inspection charges,
loading / unloading charges, conveyance to the
departmental stores & stacking the same in closed
shade duly protecting from sunrays & rains, excluding
GST levied by GI & GOM in all respect etc. complete.
A) PE-100 a) Pressure 6 Kg/Sq.Cm
Providing D.I. pipes (push on joints pressure pipes of
D. I. of following class and diameters confirming to
the I. S. specification inclusive cost of jointing
materials (Rubber gasket of EPDM Quality )
excluding GST levied by GOI & GOM in all respect
including Third party inspection charges of TPI
Agency approved by MJP including Transit insurance,
H2 47.84 730422234
Railway Freight, Unloading from railway wagon,
Loading into Truck, Transportation to departmental
store, unloading, stacking etc. completed as directed
by Engineer in charges (IS 1536/2001 for pipes and IS
158/1969 and IS 12820/1989 or latest edition/revision
with amendments for Rubber Gaskets.(IS:8329-2000
Latest Version) (D.I.K-7)
Manufacturing, providing and supplying spirally
welded / ERW/ SAW / fabricated M. S. pipes
(Commercial Quality) including procurements of
plates, gas cutting to required size rolling, tack
welding assembling in suitable lengths to form pipes,
welding on automatic welding machine and forming
H.3 ‘V’ edge on both ends of pipes including railway 0.12 1832163
freight, insurance, unloading from railway wagon,
loading into truck, transport to stores, unloading,
stacking, excluding GST levied by GOI & GOM in all
respect etc. complete as per IS - 3589 and IS-5504 as
applicable as per specifications (No negative tolerance
in thickness is permissible).

CONTRACTOR NO OF CORRECTIONS SDE EE 218


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

Excavation for deep trenches for laying rising main in


Earth, Soil of all types, sand, gravel and soft murum
including trimming to correct line, level and to
specified widths including removing the excavated
material and stacking or spreading the same upto a
H.4 distance of 15 metres and all lifts as directed, 2.37 36185215
preparing the bed for foundation and necessary safety
precautions , keep the trench undisturbed till pipe
laying & fixing necessary specials etc complete as per
detailed specifications. (Payable measurements with
vertical excavation) Taking output=320 cum
Excavation for deep trenches for laying rising main in
Hard murum, soft bhisa, hard man and boulder
including trimming to correct line and level and to
specified width, including removing the excavated
material and stacking or spreading the same upto a
H.5 distance of 15 meters and all lifts as directed, 1.24 18932349
preparing the bed for foundation and necessary safety
precautions , keep the trench undisturbed till pipe
laying & fixing necessary specials etc complete as per
detailed specifications. (Payable measurements with
vertical excavation) Taking output=240 cum
Murum bedding in trenches with murum of approved
quality in layers not exceeding 150 mm to 200 mm,
H.6 each layer shall be consolidated by watering and 1.46 22291314
ramming as directed etc complete as directed.
Lowering, Laying and Jointing H. D. P. E./M. D. P. E.
pipes in proper position including all specials by
compression fitting/electrofusion and butt fusion
jointing procedure as per relevant IS Code complete
H.7 with all materials for jointing procedure like 2.11 32215529
Electrofusion machine, Electric heater/butt fusion
welding machine with hydraulic jack, top loading
clamp etc. and all labors as directed by engineer in
charge as per IS-7634 Part II
Providing & Supply of Electro Fusion Fittings in
accordance with BS EN12201: Part-3 suitable for
drinking water with in black/ blue colour
manufactured from compounded PE80/ PE100 virgin
polymer and compatible with PE80/PE100 pipes, in
H.8 pressure rating SDR11 with min PN12.5 rated for 2.58 39391500
water application and shall be inclusive of all cost
such as testing, inspection charges, transportation up
to store, transit insurance, loading, unloading, stacking
excluding GST levied by GOI & GOM in all respect,
etc. complete.
Lowering laying and jointing with SBR ruber gaskets
C.I. S/S pipes of various classes with CI / MS specials
of following diameter in proper position, grade and
H.9 alignment as directed by Engineer-in-charge including 2.91 44429948
conveyance of material from stores to site of work,
including cost of jointing materials and rubber rings
labour etc. complete. Note : Only SBR Rubber gaskets

CONTRACTOR NO OF CORRECTIONS SDE EE 219


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

to be used as per IS-5382 and IS-12820. a) C.I. ‘L.A.’


Class / Mortar in lined DI K-9/K-7 With Rubber Rings
.
Providing and supplying ISI standard D. I. specials &
fitting with sealing rubber gasket of S.B.R, complete
with cast iron follower gland and M. S. nut bolts
coated or otherwise protected from rusting and
H.10 suitable for D.I. pipes including cost of labour, 3.62 55270244
materials, and transportation to stores, loading and
unloading excluding GST levied by GOI & GOM in
all respect etc. complete as per IS-9523. For all types
of specials, bends tees etc.
Backfilling the trenches in layers not exceeding 300
mm, each layer shall be consolidated by watering and
ramming without disturbing the pipe line with
H11 1.88 28703884
excavated stuff as directed including breaking of clods
of soil etc complete. (The backfilling on the two sides
of the pipeline should be carried out simultaneously)
Providing and supplying ISI mark CI D/F reflux
valves (non-return valves ) of following dia including
railway freight, inspection charges, unloading from
railway wagon, loading into truck, transportation upto
H12 0.88 13435860
departmental stores, unloading, stacking excluding
GST levied by GOI & GOM in all respect etc.
complete. Reflux valves as per I.S.5312 Part I (1984)
P.N.1.6 with by pass arrangement
Providing double flange sluice valve confirming for
IS14846 including worn gear arrangements as per test
pressure, stainless steel spindle, caps, including
H.13 inspection charges, transportation upto departmental 0.54 8244733
store, unloading, stacking excluding GST levied by
GOI & GOM in all respect etc. complete. a) Sluice
valves - PN -1.6 (Without by pass Arrangement)
Lowering, laying and jointing in position following
C.I.D/F Reflex valves, Butterfly valves and Sluice
H.14 valves including cost of all labour jointing material, 0.08 1221442
including nut bolts and giving satisfactory hydraulic
testing etc. complete. (Rate for all class of valves.)
Giving satisfactory hydraulic testing of following C. I.
H.15 D / F Reflex valves, Butterfly valves and Sluice 0.01 152680
valves.
Providing rubble filling of trap/ granite/ quartzite
H.16 gneiss stones for foundations including filling voids 0.09 1374122
with sand/grit and compaction etc complete.
Providing and laying in situ cement concrete of grade
M-15 of trap / granite / gneiss / quartzite / graded
metal for PCC with or without surface reinforcement /
RCC concreting requiring heavy or special type of
H.17 shuttering for works of gallery, sluice, spillway crest, 0.09 1374122
spillway downstream face, energy dissipating
structures, intake structures, training walls, piers,
abutments etc. with Batching Plant and Transit mixer
with shuttering and scaffolding, placing, compacting,

CONTRACTOR NO OF CORRECTIONS SDE EE 220


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

curing etc. complete with an initial lead of 1 Km. & all


lifts etc complete as directed. A) M-15 (20 MSA) (
Cement Bag 5.64 Bags/Cum)

Providing and laying in situ cement concrete of grade


M-15 of trap / granite / gneiss / quartzite /graded metal
for foundation and bedding with Batching Plant &
H.18
Transit Mixer including placing, compacting, curing 0.60 9160814
etc. complete with an initial lead of 1 Km. & all lifts
etc complete as directed.. A) M-15 (20 MSA) (
Cement Bag 5.64 Bags/Cum)
Providing and fixing in position HCRM/CRS
(Corrosion Resistant Steel) bar reinforcement of
various diameters for R.C.C. pile caps, footings,
foundations, slabs, beams columns, canopies,
H.19 staircase, newels, chajjas, lintels pardis, copings, fins, 0.54 8244733
arches etc. as per detailed designs, drawings and
schedules. including cutting, bending, hooking the
bars, binding with wires or tack welding and
supporting as required complete.
Providing and Supplying of Online Automatic screen
Filter with self cleaning mechanism of 200 micron
suitable for 3475 LPS along with isolation butterfly
valve and manifold etc. completed (Primary Filter
H.20 1.76 26871721
Specification) Maximum Flow Rate: 3475 LPS
Filtration Degree : 200 Micron Self Cleaning
Mechanism: Activated by Differential Pressure in the
System
Providing & applying Liquid epoxy coating system to
the external surface of Rising Main Pipes as per
Annex-B of IS 3589:2001, preferably by airless spray
with one coat of Zinc rich epoxy primer (90 % zink
(DFT 40 micron , coverage 9 Sqm / lit) and two coats
H.21 of coal tar epoxy paint (DFT 120 X 2 micron coverage 0.25 3817006
5 Sqm / Lit / coat) including cleaning the surface to
the satisfaction of Engineer in charge by sand blasting
/ scraping removing oil, grease, other foreign materials
including all necessary material , labour with all leads
and lifts etc. complete
Providing & applying Liquid epoxy coating system to
the interior surface of Rising Main Pipes as per Annex
- B of IS 3589:2001, preferably by airless spray with
one coat of Zinc rich epoxy primer (90% zink ,DFT 40
micron , coverage 9 Sqm / lit) and three coats of coal
tar epoxy paint (DFT 120 X 3 micron coverage 5
H.22 0.30 4580407
Sqm/Lit/coat) including cleaning the surface to the
satisfaction of Engineer in charge by sand blasting
/chemical cleaning / scraping removing oil, grease,
other foreign materials including all necessary
material, labour with all leads and lifts etc. complete.
(Qty. of sand 3cum/100sq.mtr.)

CONTRACTOR NO OF CORRECTIONS SDE EE 221


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

Hydraulic testing of H. D. P. E./ M. D. P. E. pipe line


to specified pressure including cost of all materials
and labour and water for testing for specified length
including cutting, placing end cap making
arrangement for filling safe water using reciprocating
H.23 0.23 3511645
type pumps which should be able to provide specified
test pressure gauges and other necessary equipment,
labour, operation charges, etc. required for testing. The
rate under this item shall also include cost of retesting,
if necessary and reinstating to original position..
Hydraulic testing of C.I./D.I. pipe line to specified
pressure including cost of all materials and labour and
water for testing for specified length including cutting,
placing end cap making arrangement for filling safe
water using reciprocating type pumps which should be
able to provide specified test pressure gauges and
H.24 0.32 4885767
other necessary equipment, labour, operation charges,
etc. required for testing. The rate under this item shall
also include cost of retesting, if necessary and
reinstating to original position using water supplied by
the contractor. A) C.I. L.A. Class / Mortar lined D.I.K-
9/ K-7 With Rubber Rings
Pushing of M.S. pipe of following dia for road
crossing and Railway crossing by push through
method in all types of strata by using hydraulic jack
and drilling machine of required diameter, below 3.0
m depth including lowering, laying, jointing of M.S.
H.25 7.16 109319047
casing pipe including cost of labour fuels and material,
required welding machinery, tripod, chain pulley
block, vrane, blower etc. transportation and
dewatering etc. complete as directed by Engineer-in-
charge but excluding cost of M.S. pipe
Excavation for roadway in earth, soil of all sorts, sand,
gravel or soft murum including dressing section to the
required grade, camber and side slopes and conveying
H.26 the excavated materials with all lifts upto a lead of 2.50 38170058
50m. and spreading for embankment or stacking as
directed.
Spreading hard murum/ soft murrum/ gravel or kankar
for side width complete
H.27 2.16 32978930

Providing and fixing R.C.C. 200 metre stones as per


I.R.C. standard including fixing in standard size
C.C.1:4:8 block including curing, painting lettering
H.28 etc. complete. 0.09 1374122

CONTRACTOR NO OF CORRECTIONS SDE EE 222


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

Disposal of Excavated Material from Rising main/


Detention Tank/ Pump House including Loading,
Unloading & transportation with all Lead & Lift etc.
H.29 complete. as directed by Engineer In charge 0.53 8092052

Providing and erecting chain link fencing 1.6 M.


height with G.I. chain link of size 50 x 50 mm, 8
gauge thick and fixed 75 mm above ground level on
vertical M.S. Angles of 40 x 40 x 6 mm size, included
excavating pits for foundation and embedded in C.C.
block of 1:4:8 mix of size 450 x 450 x 670 mm. at
1.75 M. c/c with iron bar 16mm dia as hold fast
H.30 including welding link with angle frame at 30 cm c/c 1.05 16031424
with nuts and bolts and horizontal M.S. Angles at top
and bottom of 25 x 25 x 5 mm size and vertical M.S.
flat 35 x 5 mm and 25 x 5 mm horizontal including
cross support of 40 x 40 x 6 mm angles both side at
every corner or bend embedded in concrete blocks of
1:4:8 of size 450 x 450 x 670 mm including 3 coats of
oil painting etc. complete.
Estimate For providing pipeline, Secondary Filter
from 24 to 3 Hectare For LIS-13,14 & 15 Of Jigaon
Project for
I 10.56 307028216

Providing and supplying in standard lengths


Polyethylene Pipes, confirming to IS 4984 / 14151 /
12786 / 13488 with necessary jointing material like
mechanical connector i. e. thread / insert joint / quick
release coupler joint / compression fitting joint or
I.1 flanged joint excluding coupler/specials, including 29.12 89406616
transportation and freight charges, inspection charges,
loading / unloading charges, conveyance to the
departmental stores & stacking the same in closed
shade duly protecting from sunrays & rains, excluding
GST levied by GI & GOM in all respect etc. complete.
Excavation for deep trenches for laying rising main in
Earth, Soil of all types, sand, gravel and soft murum
including trimming to correct line, level and to
specified widths including removing the excavated
material and stacking or spreading the same upto a
I.2 distance of 15 metres and all lifts as directed, 7.28 22351654
preparing the bed for foundation and necessary safety
precautions, keep the trench undisturbed till pipe
laying & fixing necessary specials etc complete as per
detailed specifications. (Payable measurements with
vertical excavation) Taking output = 320 cum

CONTRACTOR NO OF CORRECTIONS SDE EE 223


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

Lowering, Laying and Jointing H. D. P. E./M. DP. E.


pipes in proper position including all specials by
compression fitting/electrofusion and butt fusion
jointing procedure as per relevent IS Code complete
I.3 with all materials for jointing procedure like 7.42 22781494
Electrofusion machine, Electric heater/butt fusion
welding machine with hydraulic jack, top loading
clamp etc. and all labours as directed by engineer in
charge as per IS-7634 Part II
Providing & Supply of Electro Fusion Fittings in
accordance with BS EN12201: Part-3 suitable for
drinking water with in black/ blue colour
manufactured from compounded PE80/ PE100 virgin
polymer and compatible with PE80/PE100 pipes, in
I.4 pressure rating SDR11 with min PN12.5 rated for 8.79 26987780
water application and shall be inclusive of all cost
such as testing, inspection charges, transportation up
to store, transit insurance, loading, unloading, stacking
excluding GST levied by GOI & GOM in all respect,
etc. complete.
Backfilling the trenches in layers not exceeding 300
mm, each layer shall be consolidated by watering and
ramming without disturbing the pipe line with
I.5 excavated stuff as directed including breaking of clods 4.33 13294322
of soil etc complete. (The backfilling on the two sides
of the pipeline should be carried out simultaneously)
Providing & supplying plastic ball valve including
cost of necessary accessories etc. Complete. Plastic
ball valve 110 mm pressure 5 bar required for each
I.6 outlet. 2.25 6908135

Providing and Supplying of Online Hydraulically


operated Automatic screen Filter with self cleaning
mechanism of 130 micron suitable for 8.40 LPS along
with isolation butterfly valve and manifold etc.
completed.
I.7 22.09 67822533
(Secondary Filter Specification)
1) Maximum Flow Rate: 8.40 L PS
2) Filtration Degree : 130 Micron
3) Self Cleaning Mechanism: Activated by
Differential Pressure in the System
Hydraulic testing of H. D. P. E./ M. D. P. E. pipe line
to specified pressure including cost of all materials
and labour and water for testing for specified length
including cutting, placing end cap making
arrangement for filling safe water using reciprocating
I.8 0.78 2394820
type pumps which should be able to provide specified
test pressure gauges and other necessary equipment,
labour, operation charges, etc. required for testing. The
rate under this item shall also include cost of retesting,
if necessary and reinstating to original position..

CONTRACTOR NO OF CORRECTIONS SDE EE 224


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

Excavation for roadway in earth, soil of all sorts, sand,


gravel or soft murum including dressing section to the
required grade, camber and side slopes and conveying
I.9 the excavated materials with all lifts upto a lead of 9.62 29536114
50m. and spreading for embankment or stacking as
directed.
Spreading hard murum/ soft murrum/ gravel or kankar
I.10 for side width complete 8.32 25544748

Providing Automation System for LIS-13,14 & 15 of


J Jigaon Project 13.47 391559419

DMS-(For Chak) Providing and Supplying of


Distribution Management System which should be
able to Control ,Measure, Monitor the flow of 8.40
LPS from Remote without Electric Energy and with
Wireless Communication. OMS System which should
J.1 17.66 69149393
be able to control the flow as per demand to facilitate
Uniform Distribution of Water to the Outlets
irrespective of its location, elevation and distance from
the water source. System Complete with Enclosure
Cabinet having Vandalized Alert.
OMS-(In Chak) Providing and Supplying of Outlet
Management System which should be able to Deliver
the flow of 8.40 LPS. The System should be able to do
J.2 the Remote On/Off without Electric Energy and with 62.14 243315023
Wireless Communication. System Complete with
Enclosure Cabinet having Vandalized Alert. (18
On/Off Valve)
Providing and Supplying of Air Management System
(AMS) having Tamper proof Enclosure System with
Vandalized Alert and Burst Monitoring by pressure
J.3 monitoring at suitable Air Valve locations. System 9.24 36180090
should be able to work without External Electric
Energy and with Wireless Communication
Providing and Supplying Automaton System for
Pumping station (HSCADA) to enable to operate the
pumps as per Level , Demand etc. complete. The
J.4 System Should be enable to Synchronize with 10.96 42914912
Distribution Network Automation and it should be
able to generate reports ,given alarm etc. complete.
Proposal for formation Formation of Water User
K Association and Training to the stock holder in the 2.52 73340482
command area of LIS-13,14 & 15
Preparation of Digitized command map of various
WUA in showing its jurisdiction, as per instruction of
Engineer in charge and as required as per MMISF act
2005 and rules there of provided all details such as
K.1 alignment of canal chak wise detail, location of 1.27 931424
irrigation, drainage structure and flow measuring
device, details of acquired land, demarkation of head,
middle and tail parts of WUA, minor irrgation
structure like K.T.weir village tank and percolation

CONTRACTOR NO OF CORRECTIONS SDE EE 225


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

tank and all other relevant details are provided by


department. (Assuming 200 To 400 ha CCA of each
WUA)

To prepare and publish benficiaries/ voter's list


including collection of the data from the competent
authority of the department, checking it from the latest
land records (the individual land holding and its title)
K.2 and give publicity to the same at gram panchayat by 1.06 777409
public display and mouth publicity etc. complete as
instructed by engineer-in-charge and required as per
MMISF act 2005 and rule their of (Assuming 200 To
400 ha CCA of each WUA).
To conduct election of WUA including providing
materials like ballot papers, election forms, ballot
boxes etc. and making various arrangement for
K.3 election like providing vehicles, election booth etc. 1.10 806745
complete as instructed by Engineer-in-charge and
required as per MMISF act 2005 and rules thereof
(Assuming 200 To 400 ha CCA of each WUA).
To arrange, conduct Meeting and provide training to
all beneficiaries of WUA's/Managing Committees
members of WUA's as per instructions of Engineer-in-
charge and as required as per MMISF Act 2005 rules
thereof to arrange, conduct meeting and provide
training to all beneficiaries of WUA / managing
committee members of WUA by obtaining all relevant
technical, socio-economic details of WUA from
Department, educated and assist WUA in arrangement
of associations, affairs like, maintenance of necessary
register and book of account MMISF act 2005,
maintaining timely records, conduct general body
meetings and management committee meeting,
K.4 including preparing agenda and recording proceeding,
motivate participation of woman, marginal farmers
and weaker section in every activity help receiving
and distributing water as per entitlement, help in
preparation and implementation of maintenance plan
with technical support of competent authority to help
constitute sub committees as required by MMISF rules
to facilitate capacity building and promote formation,
effective functioning and fostering of WUA to enable
them to discharge their roles and responsibility as
envisaged in MMISF act 2005 and rules thereof etc
complete as per detail specification (Assuming 200 to
400 ha CCA of each WUA and 500 numbers of
beneficiaries)
A) Meeting to be conducted Before Formation of
4.99 3659690
WUA

CONTRACTOR NO OF CORRECTIONS SDE EE 226


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

B) Under take training and capacity building After


Formation of WUA 91.58 67165213

Operation & Maintenance for LIS-13,14 & 15 of


L Jigaon Project 6.86 199449629

Complete five years operation and maintenance of


entire Jigoan Lift Irrigation Scheme (LIS-13,14 & 15)
including all type of repairs in entire scheme including
field and pump house components, all type of daily
operations required for successful commissioning of
entire scheme, all types of routine inspections,
L.1 agronomist services, SCADA operation and 97.80 195061737
maintenance, security services, vehicles, office
administration and accounts, store, and all other
components required for successful running of scheme
all as per scope of work including materials,
personnel's, spares and all as directed by Engineer-in-
Charge.
Complete Three years operation and maintenance of
Jigoan Lift Irrigation Scheme No.(13,14 &
15)Mechanical, Electrical and Civil Component
including all type of repairs and all type of daily
operations required for successful commissioning of
entire scheme, all types of routine inspections,
L.2 agronomist services, SCADA operation and 2.20 4387892
maintenance, security services, vehicles, office
administration and accounts, store, and all other
components required for successful running of scheme
all as per scope of work including materials,
personnel's, spares and all as directed by Engineer-in-
Charge.
Estimate for Miscellaneous Works for Pipe
M distribution Network of LIS-13,14 & 15 1.14 33195761
Construction of Approach Road, Internal Roads for
M.1 pump house including provision of WBM & BBM 91.87 30496946
Including CD work etc, complete.
Providing and fixing of retro- reflectorized
informatorily sign board rectangular/Square in shape
having area greater than 0.9 square meter made out of
___mm aluminium sheet bonded with white retro
reflective sheeting of Class __ ( Type IV High
intensity micro-prismatic grade sheeting-HIP) having
pressure sensitive/heat activated adhesive
retroreflective specified back ground, border and back
M.2 8.13 2698815
side retroreflective symbols, letters, numerals, arrow
as per IRC:67-2012 Table No 8.3, supported with back
support frame 25mm x 25mm x 3mm, duly painted on
back side with two coats of grey stove enamel paint
and supported on two no. mild steel angle iron post 75
mm x 75 mm x 6 mm, 3.5 mt long firmly fixed to the
ground by means of properly designed foundation
with M25 grade cement concrete 45 cm x 45 cm x 60

CONTRACTOR NO OF CORRECTIONS SDE EE 227


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

cm, 60 cm below ground level as per approved


drawing The angle iron post shall be duly painted with
one coat of epoxy primer and two coats of epoxy
finish paints having alternate black and white bands of
25 cm width including GI fixures and transportation
etc. complete.The nut bolts of board with angle iron
post/supporting structure after fixing at site has to be
electrically welded. Class B ( Type IV High intensity
micro-prismatic grade sheeting-HIP) sheeting shall
have 7 years written warranty from the manufacturer
and authorised distributor/convertor issued for field
performance including the screen printed areas and
cut-out sheeting and cut-out durable transparent
overlay film and this warranty certificate in original
should be submitted to the Engineer in charge by the
contractor/supplier. d) 4mm aluminium composite
material of Class C
Pumping Machinery Required for LIS-13,14 & 15
N 2.33 67766837
Design, manufacture, supply, erection, testing and
Commissioning of horizontal split casing pump set for
the following capacity with allied equipment including
all type of Valve, Delivery pipe, joint , cable, LT panel
N.1 ,all accessories and synchronized with SCADA with 95.68 64839310
Testing, Commissioning & Trial operation for pipe
Distribution network planned in command area of
Jigaon Project with appropriate (minimum 5 years)
warranty.
Providing, erecting and commissioning single girder
Electrically Operated Rectangular Over head
Travelling Crane with 6 m lift complete with wire
N.2 rope hoist, class II duty, all three motions electrically 4.32 2927527
operated by suitable rating motor IP 54, control panel
and down pendant control block. A) 5 Tonne Capacity
Above 8 m upto 10 m spa
Supplying Erecting And Commissioning Of 33/6.6
O KV Substation And 33 KV pin type Line for LIS- 4.19 121708139
13,14 & 15
Design, Manufacture, supply, erection, Testing And
Commissioning of 33/.44 KV Switchyard Equipment
and 33 KV Line, operation , Maintenance, watch and
O.1 ward for two years from commissioning for Jigaon 39.21 47721761
Lift Irrigation no.13,14 & 15 pressurized Pipe
Distribution Network Scheme Switchyard.
Design, Manufacture, supply, erection, Testing And
Commissioning of 33/.44 KV Switchyard Equipment
and 33 KV Line, operation ,Maintenance, watch and
O.2 ward for two years from commissioning for Jigaon 60.79 73986378
Lift Irrigation no.13,14 & 15 pressurized Pipe
Distribution Network Scheme Switchyard
Note for (*): The above percentage are Excluding Royalty, GST and Labour Insurance.
GST/Royalty/ Labour Insurance shall be payable as applicable. The procedure about

CONTRACTOR NO OF CORRECTIONS SDE EE 228


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

GST/Royalty/ Labour Insurance deduction at source will be applicable as per Govt.


order/circular issued time to time.
1. Above Percentage for payment after execution of various components of the scheme is
fixed. No advance payment against the procurement of material shall be done
2. For various activities / items involved in the execution of the components of the scheme,
payment schedule shall be further bifurcated as per the estimate prepared according to
sanctioned designs and drawings and after due approval for this bifurcation from Chief
Engineer, Amravati Irrigation, WRD Amravati. The Chief Engineer shall have full
powers to fix interim rates within the various components. Of the scheme.
3. For items payment to the contractor shall be done in proportion to area on which work is
executed. The sequence of procurement of various materials / equipment's and
construction activity must be consistent with the approved construction programme.
4. No undue payments towards the untimely procurements of materials/equipment's which
are not required as per construction stages / approved work programme shall be
entertained.

CONTRACTOR NO OF CORRECTIONS SDE EE 229


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

Conditions of Measurement and Payment


Sr.
Detailed Survey of Command Area, Design and Vetting of Pipe Distribution
No.
1 Network for LIS of Jigaon Project
The stages of payments shall be as follows: -
a Upon completion of survey and submission of contour plans 40%
b Designing the system and submission of design and drawings for approval 40%
c Upon approval of design and drawings 20%
Sr.
No. Construction of Balancing Tank Cum Pump House For LIS of Jigaon Project.
2
The stages of payments shall be as follows: -
a Upon construction of pump house 40%
b Supply, installation and dry testing of pumps 40%
c Commissioning 15%
d During operation and maintenance of 5 years, 1 % per year 5%

Sr.
Providing pipeline, Primary Filtration Unit, Vertical Thrust Block, Horizontal
No.
3 Thrust Block, Encasing up to Chak of 24 Hector of Jigaon Lift Irrigation Scheme.
The unit for payment of this items shall be diameter-length of the pipes actually laid. Total
quantity of diameter-length of all pipes shall be calculated based on the approved design. On
completion of this quantity, contractor will be eligible for 100% payment under this item.
Intermediate payments for lengths not less than 10% of the total quantity will be made. The
stage wise payment shall be made as follows: -
a Purchasing & supplying pipelines including pipe, valves etc. 50%
Laying of pipeline including pipe spacials, valves & installation hydraulic
b 20%
devices of minimum 10 km continuous stretch in flow direction.
c Upon Laying of 50 Km Stretch of Pipe 15%
Upon establishing hydraulic connectivity with the reservoir & testing of
hydraulic devices, discharge verification & verification of pressure, balancing
d 10%
pressure, testing of throttling valves & surge devices & all other hydraulic
testing.
e During operation and maintenance of 5 years, 1 % per year 5%

Sr.
Providing pipeline, Secondary Filter from 24 to 3 Hectare For LIS-Of Jigaon
No.
4 Project

The unit for payment of this item shall be Ha of CCA. The contractor will be entitled of
100% payment under this item upon completing work on CCA of the project. Intermediate
payments for work completed over contiguous area under a WUA of not less than 250 Ha
will be made in the following stage.
a Purchasing & supplying pipelines including pipe special & valves etc. 50%
Laying of pipeline including pipe spacials, valves & installation hydraulic
b devices of minimum 250 Ha(CCA) area and WUA Formation & Capacity 25%
building achieved.
c Upon hydraulic testing. 10%
d Upon establishing hydraulic connectivity with the reservoir 10%
e During operation and maintenance of 5 years, 1 % per year 5%

CONTRACTOR NO OF CORRECTIONS SDE EE 230


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

Sr.
No. Providing Automation System for LIS of Jigaon Project
5
The unit for payment of this item shall be Ha of CCA. The contractor will be entitled to
receive 100% payment for this item upon completion of work over 10609 Ha of CCA. The
intermediate payments will be made upon completing work over contiguous area under a
WUA of not less than 250 Ha.
a Installation of equipment 60%
b Commissioning the installed equipment 25%
c Commissioning the entire system 10%
d During operation and maintenance of 5 years, 1 % per year 5%

Sr.
Formation of Water User Association and Training to the stock holder in the
No.
command area of LIS
6
The stages of payments shall be as follows: -
a Upon completion of infrastructure, buildings etc. 10%
Upon forming of WUAs and conducting election for governing body of field
b 20%
level WUA
Upon forming of WUAs and conducting election for governing body of canal/
c 20%
branch level and Project level WUA
d During defect liability period of 5 years, 10 % per year 50%

Sr.
Operation & Maintenance for Lift Irrigation Scheme of Jigaon Project
No.
7
The stages of payments shall be as follows: -
For this item upon completion of work over 10609 Ha of CCA, the contractor will be
entitled to receive 20% payment at the end of every year in defect liability period.
Sr.
No. Miscellaneous Works for Pipe distribution Network of LIS of Jigaon Project
8
The stages of payments shall be as follows: -
a Upon completion of internal / approach road to pump house 65%
Upon completion of installation of informetric sign board, crop compensations
b 30%
etc.
c During operation and maintenance of 5 years, 1 % per year 5%

Sr.
No. Pumping Machinery Required for LIS of Jigaon Project
9
The stages of payments shall be as follows: -
a Upon supplying pumps on site 50%
b Upon installation and dry testing of pumps 30%
c Commissioning 15%
d During operation and maintenance of 5 years, 1 % per year 5%

CONTRACTOR NO OF CORRECTIONS SDE EE 231


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

Sr. No.Supplying Erecting And Commissioning Of 33/6.6 KV Substation And 33 KV pin


10 type Line from LIS
The stages of payments shall be as follows: -
a Laying 33 KV line 60%
b Construction of switch yards and installation of equipment’s 25%
c Testing and commissioning 10%
d During operation and maintenance of 5 years, 1 % per year 5%

Sr.
No. Construction of Balance work Lift Irrigation Scheme no. 2 of Jigaon Project.
11
The stages of payments shall be as follows: -
a Upon construction of pump house 40%
b Supply, installation and dry testing of pumps 40%
c Commissioning 15%
d During operation and maintenance of 5 years, 1 % per year 5%
Sr.
No. Providing balance work rising main of lift irrigation scheme no. 2
13
a Purchasing & supplying pipelines including pipe, valves etc. 20%
Laying of pipeline including pipe spacials, valves & installation hydraulic
b 50%
devices of minimum 1 km continuous stretch in flow direction.
c Upon Laying of complete Stretch of Pipe 15%
Upon establishing hydraulic connectivity with the reservoir & testing of
hydraulic devices, discharge verification & verification of pressure, balancing
d 15%
pressure, testing of throttling valves & surge devices & all other hydraulic
testing.

Note:- Contractor has to acquire/on lease the necessary land for execution of work according
to prevailing rules of the government with prior permission from competent authority. The
payment shall be compensated by department upon production of authenticated records.

CONTRACTOR NO OF CORRECTIONS SDE EE 232


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

TABLE NO. 12
PHYSICAL CONSTRUCTION PROGRAMME (Tentative)
Name of Work - LIFT IRRIGATION SCHEME
Total Period of Completion-36 Months including Rainy Season
Sr. Milestones I II III IV V VI VII VI IX X XI XII Remar
No. II k
Quarters 1 2 3 4 5 6 7 8 9 10 11 12
Description of Items
1 Detailed Survey of
Command Area, Design
45 45 10 Physic
and Vetting of Pipe
% % % al
Distribution Network for
Jigaon Project
2 Construction of
Balancing Tank Cum 20 40 30 10 Physic
Pump House For LIS % % % % al
Jigaon Project.
3 Providing pipeline,
Primary Filtration Unit,
Vertical Thrust Block,
20 40 30 10 Physic
Horizontal Thrust Block,
% % % % al
Encasing up to Chak of
24 Hector of Jigaon Lift
Irrigation Scheme
4 Providing pipeline,
Secondary Filter from 24 40 30 20 10 Physic
to 3 Hectare For LIS Of % % % % al
Jigaon Project
5 Providing Automation
10 10 20 40 Physic
System for LIS of Jigaon 40%
% % % % al
Project
6 Formation of Water
User Association and
25 55 Physic
Training to the stock 20%
% % al
holder in the command
area of LIS
7 Operation & Maintenance For 5
for Lift Irrigation Scheme year
of Jigaon Project after
comple
tion
100%
work
8 Miscellaneous Works for
Pipe distribution Network 30 30 20 20 Physic
of Jigaon Project % % % % al

9 Pumping Machinery
Required for LIS of 30 30 30 10 Physic
Jigaon Project % % % % al

10 Supplying Erecting And


Commishioning Of 10 10 20 30 30 Physic
33/6.6 KV Substation % % % % % al
And 33 KV pin type Line
11 The work not notified in
the above schedule to be
specified by bidder
(Bidder has to give
details about it
separately)

CONTRACTOR NO OF CORRECTIONS SDE EE 233


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

Notes 1.The mile stone program furnished above is indicative only. The agency shall furnish the
mile stone programme keeping total time for completion for as 24 months. The programme so
furnished will be valid after approval from the competent authority
2.Mile stone must be defined in physical & financial parameters, in 3 months slab period.

CONTRACTOR NO OF CORRECTIONS SDE EE 234


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

ANNEXURE – A
MODEL RULES RELATING TO LABOUR,
WATER SUPPLY AND SANITATION IN
LABOUR CAMPS

CONTRACTOR NO OF CORRECTIONS SDE EE 235


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

ANNEXURE – A
MODEL RULES RELATING TO LABOUR, WATER SUPPLYAND SANITATION IN
LABOUR CAMPS

Note : These model rules are intended primarily for Labour camps which are not of a permanent
nature. They lay down the minimum desirable standard, which should be adhered to
Standard in permanent, or semi-permanent labour camps should not obviously be lower
than those for temporary camps.

1. Location : The camp should be located in elevated and well drained ground in the
locality.

2. Layout : Labour huts to be constructed for one family of 5 persons each. The layout to be
shown in the Prescribed sketch.

3. Hutting : The huts to be built of local materials. Each hut should provide at least 20
sq.meter of living space.

4. Sanitary facilities: These shall be provided latrines and urinals at least 16 meter away
from the nearest quarter separately for men and women, especially so marked on the
following scale.

5. Latrines : Pit privies at the rate of 10 users or two families per seat, Separate urinals are
not required as the privy can be used for this purpose.

6. Drinking Water : Adequate arrangements shall be made for the supply of drinking
water. If practicable, filtered and chlorinated supply shall be arranged. Where supply is
from intermittent sources, a covered storage tank shall be provided with a capacity of five
liters per person per day. Where the supply is to be made from a well, it shall conform to
the sanitary standards laid down in the report of the Rural Sanitation, Committee. The
well should be at least 30 meter away from any latrine or other sources of pollution. If
possible, a hand pump should be installed for drawing the water from well. The well
should be effectively disinfected once every month and quality of water should be got
tested at Public Health Institution between each work of disinfections. Washing and
bathing should be strictly prohibited at places where water supply is from a river. The
daily supply must be disinfected in the storage reservoir and given at least 3 minutes
contact with the disinfectant before it is drawn for use.

7. Bathing and Washing: Separate bathing and washing places shall be provided for men
and women for every 25 persons in the camp. There shall be gap and space of 2 sqm. of
washing and bathing. Proper drainage for the water should be provided.

8. Waste Disposal : Dustbins shall be provided at suitable places in camp and the residents
shall be directed to throw all rubbish into these dustbins shall be provided with covers.
The contents shall be removed every day and disposed of by trenching.

9. Medical Facilities :
(a) Every camp where 1,000 or more persons reside is provided with
whole time Doctor and Dispensary. If there are women in the camp, a whole time Nurse
shall be employed.

(b) Every camp where less than 1000 or more than 250 persons reside
shall be provided with a Dispensary and a part time Doctor and nurse shall also be
employed.

CONTRACTOR NO OF CORRECTIONS SDE EE 236


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

(c) If there are less than 250 persons in any camp, a standard first aid kit
shall be maintained in charge of whole time person, trained in first aid.
All the medical facilities mentioned above should be for all residents in the camp,
including the dependents of workers, if any, free of cost.

10. Sanitary Staff : For each labour camp there should be qualified Sanitary Inspector and
Sweepers. Sweepers should be provided on following scale :-
For camps with strength over
1) 200 but not exceeding 8400 persons.
For camps with strength over
2) 8400 persons
One sweeper for every 75 persons above the first 200 for which three sweepers shall be
provided .One sweeper for every 100 persons above the first 8400 for which six sweepers
should be provided.

CONTRACTOR NO OF CORRECTIONS SDE EE 237


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

ANNEXURE-B
FAIR WAGES TO LABOUR

CONTRACTOR NO OF CORRECTIONS SDE EE 238


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

ANNEXURE – B

FAIR WAGES TO LABOUR

The Contractor shall pay not less than FAIR WAGE to labour engaged by him on the work.

EXPLANATION :-

(a) “FAIR WAGE” means wage whether or any time or piece work as notified at the time of
inviting tenders for the work and where such wages have not been so notified, the wages
Prescribed by the Water Resources Department for the Division in which the work is
done.
(b) The contractor shall, notwithstanding the provisions of the contract, to the contrary, cause
to be paid a fair wage to labourers indirectly engaged on the work, including any labour
engaged by his Sub-Contractors in connection with the said work, as if the labourers had
been immediately employed by him.
(c) In respect of labour directly or indirectly employed on the work for the performance of
the Contractor’s part of this Agreement, the Contractor shall comply with or cause to be
complied with the Labour Act enforce.
(d) The Executive Engineer / Engineer-in-Charge, shall have the right to deduct from the
moneys due to the Contractor any sum required for making good the loss suffered by a
worker or workers by reason of non-fulfillment of the conditions of the contract for the
benefit of the workers, non-payment of wages or of deductions made from his or their
wages, which are not justified by their terms of the contract or non-observance of the
regulations.
(e) The Contractor shall be primarily liable for all payments to be made under and for the
observance of the regulations aforesaid without Prejudice to his right to claim indemnity
from his Sub-Contractors.
(f) The regulations aforesaid shall be deemed to be part of this contract and any breach
thereof shall be deemed to be a breach of contract.
(g) The Contractor shall obtain a valid license under the Contract Labour (Regulation and
Abolition) Act, enforce and rules made there under by the Competent Authority from
time to time before commencement of the work and continue to have a valid license until
the completion of the work.
Any failure to fulfill this requirement shall attract the penal provisions of this
contract arising out of this as resulted in non-execution of the work assigned to the
Contractor.

CONTRACTOR NO OF CORRECTIONS SDE EE 239


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

ANNEXURE - C
UNDERTAKING FORM TENDERER FURNISHING
THE BANK GUARANTEE

CONTRACTOR NO OF CORRECTIONS SDE EE 240


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

ANNEXURE - C

UNDERTAKING FORM TENDERER FURNISHING THE BANK GUARANTEE

If the Bank Guarantee as produced by us herewith is accepted by the V.I.D.C., we


undertake to renew the same at least one month before the date of expiry; of the Bank Guarantee.
In case the contract is not performed to the satisfaction of the Engineer-in-Charge, (here name of
the competent authority) within the stipulated period and if we fail to do so we agree that the
V.I.D.C. will recover the entire amount in cash or from our bills or any other payment due to us
without any notice. This procedure will remain in force till we received in writing from the
V.I.D.C. that the guarantee no longer required to be extended.
Date : Signature of Tenderer
Name of Tenderer :
Address of Tenderer :

Signature of Witness

Date :
Name of Witness : 1.
Address of Witness :

Name of Witness : 2.
Address of Witness :

CONTRACTOR NO OF CORRECTIONS SDE EE 241


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

ANNEXURE - 'D'
BANK GUARANTEE FROM TO BE USED
FOR PERFORMANCE
SECURITY DEPOSIT

CONTRACTOR NO OF CORRECTIONS SDE EE 242


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

ANNEXURE - 'D'
MODEL FORM OF BANK GUARANTEE BOND
(ON STAMP PAPER OF RS. 100)

GUARANTEE BOND
1) This deed of Guarantee is made on the........................................................
By...........................................................................................having his head office
at........................................................................................
[Hereinafter called the 'said Contractors)'] from the demand under the terms and conditions of
Agreement dated....................................................................
Made between…………………………………………….................................
And....................................................................................................
for...................................................... (Here in after called 'the Agreement) of additional Security
Deposit for the due Fulfillment by the said Contractors of
the terms and conditions contained in the said Agreement on production of a Bank Guarantee for
Rs.................. (Rs................................................................................................
...............................only) We..............................................................................
(Hereinafter referred to as 'the Bank') at the request of.....................................
(Contractor) do. Hereby undertake to pay to the Vidarbha Irrigation Development Corporation,
NAGPUR hereinafter referred to as Corporation, an amount not exceeding
Rs..................................... against any loss or damage caused to or suffered by the Corporation
by reasons of any breach by the said Contractor of any of the terms or conditions contained in
the said Agreement.
2) We,.........................................................................(indicate the name of bank) do hereby
undertake to pay the amount due and payable under this guarantee without any demur, merely on
a demand from the Corporation stating that the amount claimed is due by way of loss or damage
caused to or would be caused to or suffered by the Corporation by reason of breach by the said
Contractor(s) of any of the terms or conditions contained in the said Agreement or any reason of
the contractor(s) failure to perform the said agreement.
Any such demand made on the Bank shall be conclusive as regards to the amount due and
payable under this Guarantee shall be restricted to an amount not exceeding
Rs...................................
3) We undertake to pay to the Corporation any money so demanded not withstanding any dispute
or dispute raised by the Contractor(s)/ Supplier(s) in any suit or proceeding sending before any
court or tribunal relating thereto, our liability under this present work being absolute and
unequivocal. The payment so made by us under this bond shall be valid or discharge of our
liability for payment there under and the Contractor(s) / Supplier(s) shall have no claim against
us for making such payment.
4) We..............................................................(indicate the name of Bank) further agree that the
guarantee herein contained shall remain in full force and effect during the period that would be
taken for the performance of the said Agreement and that it shall continue to be force able till all
dues of the Corporation under or by virtue of the said Agreement have been fully paid & its
claims satisfied or discharged or till.....................(office/
Corporation)of............................................................... (Indicate the name of Administrative
Officer) Certifies that terms and conditions of the said Agreement have been fully and properly
carried out by the said Contractor(s) and accordingly discharges this Guarantee. Unless a demand
or claim under this guarantee is made on us in writing on or before the
.................................................... we shall be discharged from all liabilities under this Guarantee
thereafter.
5) We........................................................(indicate the name of Bank) further agree with the
Corporation that the Corporation shall have the fullest liberty without consent and without

CONTRACTOR NO OF CORRECTIONS SDE EE 243


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

affecting in any manner our obligations hereunder to vary any of the terms and conditions of the
said Agreement or to extend time of performance by the said contractor from time to time or
postponed for any time or from time to time any of the powers exercisable by the Corporation
against the said Contractor(s), and to forth or enforce any of the terms and conditions relating to
the said Agreement, and we shall not to be relieved from our liability by reason of an such
variation, or extension being granted to the said Contractor(s)l or for any forbearance, Act or
Commission on the part of the Corporation or any indulgence by the Corporation to the said
Contractor or by any such matter or thing whatsoever which under the law relating to surety
would, but for this provision, have effect of so relieving us.
6)This Guarantee will not be discharged due to the change in the constitution of the Bank or the
change in the constitution of the Contractor/ suppliers.
7)We.......................................................................... (Indicate the name of Bank) lastly undertake
not to revoke this Guarantee during its currency except with the previous consent of the
Corporation in writing.

Dated the...................................... Day of............................. 20

For ............................... (Indicate the name of bank)

CONTRACTOR NO OF CORRECTIONS SDE EE 244


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

ANNEXURE - E

PRICE PROPOSAL AND AGREEMENT FORM

CONTRACTOR NO OF CORRECTIONS SDE EE 245


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

ANNEXURE - E
PRICE PROPOSAL
(TO BE LEFT BLANK AND FILLED UP DURING THE EXECUTION
OFCONTRACT ON THE BASIS OF E-TENDERED AMOUNT ONLINE)

TENDER FOR ENGINEERING, PROCUREMENT AND CONSTRUCTION


CONTRACT,

I/We do hereby tender to execute work under Engineering, Procurement and Construction
contract for execution of pressurized (for micro irrigation) Jigaon Lift Irrigation Scheme No. 7
having gross command area 12891 ha. and cultivable command area 10609 ha. under Jigaon
Irrigation Project located in Purna sub basain under Jigaon Lift Irrigation Division, Khamgaon..
This includes work of all types of survey, planning of entire system, design, drawing, vetting
from concerned authorities, estimation, land acquisition, preparation and obtaining all statutory
clearances & construction of intake structure, gates-hoists. Construction of approach channel,
pump house, and its components, EOT crane, control rooms, internal roads in pump house area,
compound wall and drainage arrangement & gate, providing underground M.S./D.I./HDPE
Rising main including manifolds, primary & secondary filtration units, suitable anti surge
devices, all online structures like thrust/anchor blocks & encasings, railway and road crossing, all
type of valves, water measuring devices and all accessories. Supply, installation, commissioning
and testing of electric H.T/L.T lines from department/M.S.E.T.C.L/ M.S.E.D.C.L substation to
pumping station, supply & installation of 33 KV/11 KV as per requirement substation and switch
yard etc. with all accessories and getting all clearances from statutory authorities. Supply,
installation, commissioning and testing of suitable vertical turbine pumps and motors with related
all electrical & mechanical components of pumps, pump house and accessories. Construction of
section office with water supply and sanitary units. Construction of ESR/GSR & booster pump
house and supply and testing-commissioning of all related pumps, plumbing etc. Supply,
installation, commissioning and testing of Pipe Distribution Network including main, sub mains,
laterals , all its accessories & fittings installation/commissioning & testing of pump & HSCADA
automation system to control entire system. Formation of Water Users Association as per
MMISF Act 2005. To conduct farmers awareness training programme for effective functioning
of the scheme. All other miscellaneous works required for commissioning of entire scheme as
directed by Engineer-in-Charge during execution. Commissioning & testing of entire system after
execution. Option & maintenance of complete commissioned system for 5 years after completion
of project.( Excluding cost of electricity charges during operation & cost of land payable to land
owner).
After completion of scheme, according to the specifications and terms and conditions of the
contract for the sum of
Rs................................................................................................................................... (in Figures
Rs..............................................................................................................................................) and
should this tender be accepted, I/We do hereby agree and bind myself/ourselves to abide by and
fulfill all the conditions annexed to the said specification in default thereof to forfeit and pay to
the Governor of Maharashtra the penalties of sums of money mentioned in the said conditions
covered in the document.
Dated ………………. Tenderer Signature ……………….

Address ………………………………

1. Witness ………………………………

Address ……………………………..

2. Witness ………………………………

CONTRACTOR NO OF CORRECTIONS SDE EE 246


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

Address ……………………………..

The above tender is hereby accepted by me on behalf of the Governor of Maharashtra for
Rs………………………… . ……………………………………………………………..
(In word)

The …………………… 20 ………………..

CONTRACTOR NO OF CORRECTIONS SDE EE 247


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

ANNEXURE - F

AGREEMENT

CONTRACTOR NO OF CORRECTIONS SDE EE 248


CONDITION OF CONTRACT JIGAON PDN FOR LIS NO. 13, 14 & 15

ANNEXURE-F
AGREEMENT
Articles of agreement executed on this ....................................................Day
of............................................................. Two Thousand &
.................................................................................... between the Executive Engineer, VIDC,
(hereinafter referred to as VIDC of the one part and
Shri..................................................................................... (Name and address of the tenderer)
(hereinafter referred to as 'the bounden') of the other part whereas in response to the notification
No. ............................... Dated....................................the bounden has submitted to the VIDC a
tender for the work.................................................................... specified therein subject to the
terms and conditions contained in the said tender.
Whereas the bounden has also Deposited with VIDC a sum of Rs. ................................. as
earnest money for execution of and agreement undertaking the due fulfillment of the contract in
case his tender is accepted by the VIDC.
Now these presents witness and it is mutually agreed as follows:
1. in case the tender submitted by the bounden is accepted by the VIDC and the contract
for...................................... Is awarded to the bounden, the bounden shall
within............................. Days of acceptance of his tender execute an agreement with the
VIDC incorporating all the terms and conditions under which the VIDC accepts his
tender.
2. In case the bounden fails to execute the agreement as aforesaid incorporating terms and
conditions governing the contract, the VIDC shall have power and authority to recover
from the bounden any loss or any damage caused to the VIDC by such breach, as may be
determined by the earnest money is found to be inadequate the deficit amount may be
recovered from the bounden and his properties, movable and immovable, in the manner
hereafter contained.
3. All sums found due to the VIDC under or by the virtue of this agreement shall be
recoverable from the bounden and his properties, movable and immovable, under the
provisions of the Maharashtra Land Revenue Code for the time being in force as though
such sums are arrears of land revenue and in such other manner as the VIDC may deem
fit.
In witness where of Shri____________________________________ and
designation) for and on behalf of the VIDC and Shri -----------------------------
____________________ _________ the bounden have here into set their hands the days
and year shown against their respective signature.
Signed by Shri.______________________________________
date_____________
In the presence of witness.
1.______________________________________

2. ______________________________________

CONTRACTOR NO OF CORRECTIONS SDE EE 249


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

SECTION- VII

RISING MAIN

CONTRACTOR NO OF CORRECTIONS SDE EE 500


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

PIPE MATRIX USED FOR RISING MAINS AND PIPE DISTRIBUTION NETWORK SYSTEM

The pipe matrix both for Rising Mains and pressurized distribution network system following should
be followed as below:

Sr. No. Material Internal Diameter Range


1 HDPE pipes Below 300 mm
2 Lined and Coated DI pipes 300 mm to 1200 mm
3 Lined and Coated MS pipes Above 1200mm

MILD STEEL (M.S.) PIPES FOR RISING MAINS

SCOPE

Manufacturing, Providing and Supplying spirally welded / ERW / SAW / fabricated M.S. pipes (Commercial
Quality) made out of MS plate conforming to IS 2062:1992, M.S. bends made out of MS plate conforming to IS
2062:1992, M.S. tapers, "Y" connection with Crotch plate made out of MS plate conforming to IS 2062:1992, "Y " and
"T" branches with collar plate & Specials made out of MS plate conforming to IS 2062:1992 etc. including procurement
of plates, gas cutting to required size, rolling, tack welding, assembling in suitable lengths to form pipes, all continuous
spiral/circumferential and longitudinal welding to form a pipe on automatic welding machine using electrodes having
weld mark E7018 (Low Hydrogen electrodes) and forming 'V' edge on both ends of pipes, VAT and Excise Duty on
materials required, third party inspection charges, insurance, lowering and laying to correct position on prepared bedding
or on pedestals or chairs, field hydraulic testing at specified test pressure as per IS 5822: 1994 sec 11,field welding to
join pipes after laying, Radiographic testing ( Radiographic testing as per procedure given in IS 4853:1982) and
ultrasonic testing (Ultrasonic testing of field welded joints as per Procedure laid down in IS 4260:1986 ) of welds
including all equipment’s submitting report, expert personnel required for testing, interpreting and submitting report
along with develop film where applicable, all incidental charges etc. complete as per IS - 3589:2001 and as per
specifications (No negative Tolerance in thickness is permissible).Cleaning the surface of rising main pipe by Sand
Blasting to expose fresh metal surface ready for painting including removal of all rust, oil, grease, etc. as per
specification including all material, labour and equipment etc. complete and Providing & applying 3LPE (3 Layer
Polyethylene Coating ) to the external surface of MS Rising Main Pipes & Accessories as per standard specification
given & applying Liquid epoxy coating system to the interior surface of Rising Main Pipes & Accessories as per Annex -
B of IS 3589:2001, preferably by airless spray with one coat of Zinc rich epoxy primer (90% zinc, DFT 40 micron ,
coverage 9 Sqm / lit) and three coats of coal tar epoxy paint (DFT 120 X 3 micron coverage 5 Sqm/Lit/coat) including
cleaning the surface to the satisfaction of Engineer in charge by sand blasting / chemical cleaning / scraping removing
oil, grease, other foreign materials including all necessary material, labour with all leads and lifts etc. Complete.

DESIGN & MANUFACTURING REQUIREMENTS


The pipe shall conform to designation spirally weld (SAW) Fe410 of IS: 3589 or Equivalent Standard. The pipe
shall be manufactured by Submerged Arc Welded process with Spiral seam welding as per IS: 3589 or
Equivalent standard and shall be ISI marked. The dimensional details & acceptable tolerances of the required
pipes be as follows:
a) Pipe shall be conforming to IS: 3589. The thickness of the plate/coil for the manufacturing of the MS pipeline
shall be governed by the structural calculations of Steel Pipelines, the principles laid down in AWWA M-11 or
PD 8010-1:2015(A1:2016). However, to ensure ovality does not exceed 1% of the specified outside diameter for

CONTRACTOR NO OF CORRECTIONS SDE EE 501


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

pipes, it should be ensured that the diameter to thickness ration should not exceed 100 as per clause no.12.3.3.1
of IS 3589.
b) Tolerance on outside diameter and thickness shall conform to IS: 3589 or Equivalent design standard.
c) Random length of pipe to be supplied shall be 12 meters plus or minus 2 meters i.e. 10 to 14 m length.
d)Tolerance on Straightness of pipe shall not be more than 0.2 percent of length of each pipe.
e) Negative tolerance for plate thickness shall not be allowed.
f) The Ovality shall not exceed 1 percent of the specified outside diameter for pipes having diameter to
thickness ratio not exceeding 100 as per clause no 12.3.3.1 of IS3589. Both the ends of each pipe length of pipe
shall be manufactured with bevel ends and shall be delivered with end protection covers.
They should be truly cylindrical of clear internal diameter specified, of uniform thickness, smooth and
strong, free from dents, cracks and holes and other defects.
All materials shall be new and procured directly from the manufacturers for this project.
Internal lining shall be mill applied 500 DFT Liquid Epoxy Lining (according to API RP 5L2/AWWA C200).
IS 16676: Solvent less Liquid Epoxy System for Application on Interior and Exterior Surface of
Steel Water Pipeline
Describes a liquid epoxy system suitable for potable water service, which will provide
corrosion protection to the Interior and Exterior of steel water pipe, fittings and special sections
installed underground. The coating system consists of one coat of two part chemically cured epoxy
primer and one or more coatings of a two part chemically cured epoxy finish coat. The external
coating with epoxy is carried out in the field whereas internal lining with epoxy is carried out in shop
or field. Special sections, welded joints, connections, fittings, bends are coated with liquid epoxy
coating in the field.
The coating system may alternately consist of one or more coats of same epoxy coating without use
of a primer provided the coating meets the performance requirement of IS 16676.
External coating shall be mill applied Three Layer Polyethylene Coating (3 LPE).
IS 15659 (Part 1): Polyolefins coatings (3-layer PE and 3-layer PP) External Coatings for Buried
or Submerged Pipeline
This standard specifies requirements of plant/shop applied three-layer extruded polyethylene and
polypropylene based coatings for corrosion protection of welded and seamless steel pipes. It is used as
external coating of water pipeline.
The coating system shall consist of three layers
· 1st Layer: Epoxy
· 2nd Layer: Adhesive
· 3rd Layer: PE/PP Top Layer

1.1 PROCUREMENT OF STEEL PLATES

Steel materials such as plates, flats, channels etc. required for the fabrication of various items under contract
shall be supplied by the contractor. Steel plates and steel structural required by the contractor for Ancillary use shall
conform to IS: 226-1975/ IS: 2062/1980 (or latest revision). Contractor shall produce the test reports preferably before
dispatch of plates to site. If the Engineer-in-charge desires to have third party testing, contractor shall arrange for the
same at his cost. Third Party Inspecting agency shall be selected by the Engineer-in-Charge.

CONTRACTOR NO OF CORRECTIONS SDE EE 502


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

In case the contractor prefers to fabricate pipe at shop outside the site or opts for purchase of pipes from third
party reputed manufacturer, he shall produce the test reports and arrange for third party inspection of agency deputed by
Engineer-in-Charge, necessarily before dispatch of pipes to site.
The contractor shall make his own arrangements at his own cost to test some samples selected at random from
the steel plates so as to satisfy himself that they meet the requirements in respect of their weld ability, and special
precautions that have to be taken in welding and testing etc. The quality of the finished shells shall be the entire
responsibility of the contractor. He shall rectify the errors if any in the making, or due to substitution, of faulty dispatch
etc., and also major defects of cleavages, etc. in the plates.
If fabricated pipes later on found defective, or wherein the contractor has failed to defect the defects cost of
fabrication testing shall be borne by the contractor. Minor defects such as superficial cleavages in the plates which can
only be detected while bending, sand blasting etc. should be looked into carefully and rectified to the satisfaction of the
Engineer-in-charge at proper time, before further fabrication work is proceeded and in any case before testing of the
pipes hydraulically .Cost of rectifying such defects, repairs and medications of such minor defects etc., shall be borne by
the contractor.
CHEMICAL COMPOSITION

The Ladle analysis shall be as below.


C P S
Steel grade Max Max Max
In case of non-availability of Ladle analysis, the finished product may be checked to verify the chemical
composition if so agreed to by the producer.
PRODUCT ANALYSIS

The P/A shall be carried out on the finished product. The permissible variation in the case of such product
analysis from the limits specified shall be given below.
Table-I
Element Permissible deviation on product analysis percent
Carbon +0.02
Sulphur +0.005
Phosphorus +0.005

SHELL THICKNESS:
All pipes and specials shall generally be of required thickness if due to any reasons the thickness of shell is
modified by Engineer-in-charge the unit rate shall be accordingly modified on weight basis.
TRANSPORTATION:
The transportation of plates / pipes to work site shall be the responsibility of the contractor and unit rate includes
all such costs.
a. Transporting of M.S. Plates, structural steel etc. including loading unloading and stacking as required
shall have to be done within the normal working hours and days.
b. The rate shall be inclusive of all incidental expenses that shall be involved. If the joint statement is
required to be done for checking or any other purpose, the cost of statement including to and from
transport shall be borne by the contractor.
c. The contractor shall be liable to make goods damage caused to M.S. Plates structural steel etc. during
transportation to any private and Government property due to careless handing during transit, loading,
unloading or improper stacking, etc. Contractor is also liable to make goods loss due to theft of plates,
steel materials, etc. when the material is in the charge of the contractor i. e. till R. M. is up to
completion certificate.

CONTRACTOR NO OF CORRECTIONS SDE EE 503


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

d. Contractor shall make his own arrangements of cranes for loading and unloading and trucks etc. for
transporting. He shall intimate the Engineer-in-charge at least one day in advance, the Programme of
transport, to enable the Engineer-in-charge to be present for joint weighment.
The contractor shall bear in mind while quoting that it may not be possible at all times to get a full truck load
material. No claim shall be entertained on this account.

1.2 CUTTING PLATES TO SIZES

Before cutting all edges of the plates shall be cleaned by brushing, grinding on both the sides. Under exceptional
circumstances, either outside or inside bevels may be required and the pipes shall be manufactured and welded
accordingly if so ordered by the Engineer-in-charge.
After the plates are cut, the edges shall be made smooth and p0lished with an electrical or pneumatic grinder to
remove all inequalities. Care shall be taken to see that the cut edges of the plates are perfectly straight. Jigs to be used for
this purpose shall depend upon the type of cutting machine used. The plates cut to the required shape & size 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 during cutting, any plates are found to be laminated, they shall be stacked separately in the yard. The
contractor is not entitled to claim any compensation for handling and cutting such laminated plates. Similarly, if a badly
corroded steel plates are detected at the time of the cutting, the same shall be rejected.
In case steel plates are found to be of such size as would give a slightly smaller or bigger diameter pipe than
theoretical size asked for the pipes of such smaller or bigger diameters may be fabricated only with the previous written
permission of the Engineer-in charge.
The average diameter of the pipe shall not be more or less than within ½% of specified I.D. the average dia shall
be checked by measuring the circumstance at several sections spaced about 1.5 m from one another. However, the
tolerance at the pipe ends shall be within ½% of specified I.D.

1.3 ROLLING OF PLATES.

The plates shall be cold bent only.

1.4 TACKING THE DRUMS

The rolled drums shall be tacked properly with slandered electrodes I.S. 814-1974 to keep the shape intact.
Necessary diagonal stiffeners shall be welded from inside. Each such drum, before being taken to the assembly platform,
shall be numbered on the inside with oil paint.
Marginal cutting as well as left over pieces of plates and other steel section shall be collected by the contractor
and stacked in a tapered heap in their yard.

1.5 ASSEMBLY OF DRUMS INTO PIPES:

The tacked drums shall be transported to an assembly platform where it shall be first tack-welded together to
form a pipe of lengths convenient to transport (5.00m). The contractor may decide this length depending on his
transportation and loading – unloading equipment capacities and soil conditions when the trench has to be closely shored
or when long spans are to be bridged,
The longitudinal joints shall be staggered.

CONTRACTOR NO OF CORRECTIONS SDE EE 504


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

The assembly shall be truly cylindrical and without any kinks. The faces shall be at right angles to the axis of
the cylinder. Suitable arrangement for testing the correctness of the faces shall be provided by the contractor at the
assembly platform.

1.6 SHOP WELDING: FULL WELDING THE PIPES: -

The tack welded assembly as described above shall be transferred to an automatic welding machine for full
welding. Assembly shall be transferred to an automatic welding machine for full welding. The circumferential as well as
longitudinal joints shall be welded on this machine. Hand welding shall 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 least equal to that of the
parent metal, the automatic welding machine shall be of approved make. The Engineer-in-charge from time to time
during the progress of work shall supply working drawings or instructions specifying details of welded joints for
different elements of the fabrication work.
Welded joints (other than for closing length) shall be of the butt-welded type circumferentially welded both
internally and externally. All fields’ welds shall have a throat thickness not less than 0.7 times the thickness of the pipe to
be welded.
All parts to be welded shall have loose scale, slag rust paint and other foreign matter removed by means of wire
brush and shall be left clean and dry. All scale and slag shall be removed from each weld when it is completed.

1.6.1 WELDING MACHINE:

Automatic welding machine of approved make shall be used. Any of the following processes & welding
machines shall be used for manufacturing of pipes-

i. Electric resistance welded and induction welded.


ii. Electric fusion (arc welded)
a. Automatic submerge arc welding
b. Automatic metal arc welding with covered electrodes.
c. Automatic metal arc welding with bare electrodes and CO2
d. Manual metal is welding (this method shall be used only after approval from
competent authority. If approved, the method shall be in accordance with (I.S.9595-1980) Standard
current and voltage required for the machine shall be as per manufactures directions.
Samples of welded joints shall be prepared and tested in the presence of the Engineer-in-charge on experimental
basis to decide standard current and voltage. The values once determined shall be maintained throughout the work and if
any modifications are to be made a written permission of the Engineer-in-charge shall be obtained.

1.6.2 ELECTRODES:

Welding electrodes shall confirm to IS: 814-1974 ‘Specifications for covered electrodes for metal and arc
welding (forth of latest revision)’. The contractor shall use standard electrodes depending on the thickness of the plate
and the type of joint.
1.6.3 TRAINED AND EXPERIENCED WELDERS:
In order to maintain a good standard in welding, the welders shall be well trained and experienced. The skill sets
of the welders shall be tested by the Contractor before deploying them on work. Engineer-In Charge, at its discretion,
may test the skill sets of welders with sample welding and testing.
1.7 GAUGING

CONTRACTOR NO OF CORRECTIONS SDE EE 505


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

M.S. pipes shall have to weld internally and externally. At the time of internal welding a ‘V’ cut is made from
inside of the pipes and after completing the internal welding with required number of runs, the external welding (sealing
run) the internally welded material in the joint shall have to be cleaned by Grouping with gas flame. Now Grouping shall
be done before starting the external welding (sealing run) and the rate of welding shall include the cost of grouping also.
Grouping shall also be carried out before rectify the defective welding wherever necessary and as directed by
the Engineer-in-charge.

1.8 MANUFACTURE OF THE PIPES:

The S/W M.S. Pipes shall confirm to I.S. 3589-2001 and other relevant I.S. Codes. The other relevant I.S. codes
are as below. I.S.228, I.S. 1894-1972, I.S.3228-1985, I.S.3803-1974, I.S.4711-1974, I.S.4736-1986, I.S.9595-1980. Pipes
shall be made from plates by spiral or circumferential butt welding. The weld shall be continuous.

The c/c distance between each spiral weld should not be less than 2 m. In case of electric fusion welding, the
length of each pipe and spacing between the welds should be as directed by Engineer-in-Charge. The length of the
individual pipe shall be between 5 m to 10 m.

1.9 STRAIGHTNESS:

Finished pipe shall not deviate from straightness by more than 0.2% of the total length.
Checking shall be carried out using a taut string or wire from end to end. Along the Side of pipe to measure the
greatest deviation.

1.10 PRECAUTIONS TO BE TAKEN FOR KEEPING THE SHAPE OF PIPE INTACT TILL IT IS
FINALLY PLACED IN POSITION AND WELDED:

Immediately after the manufacturing of the pipe cylinders, the ends shall be braced with four /six arm bracing,
from inside, to avoid reshaping under self-weight or during transportation and handling. If any reshaping/matching is
required at site at the time of field welding, same shall be carried out by the contractor with the help of cylindrical
jacking, at his own cost. Also, the cost of providing and removing the bracing shall have to be borne by the contractor.
The locations of bracings shall be grinded smoothly.

1.11 RECOMMENDED TESTS AND ACCEPTABLE CRITERIONS:

Tensile strength: Tensile test shall be carried out as per IS: 1608. The tensile strength percentage.
Elongation of the pipes shall not be less than values specified in Table given below. The tensile propertied of
strip cut longitudinally (excluding the weld) from selected pipes, shall show the following properties.
Tensile strength MP (min) 410 MPa, min
Yield stress 235 MPa, min.
Elongation on 5.65 √So gauge length 18 percent , min.

OUTER DIA: The tolerance on outer dia of pipe body shall be +1%.

FLATTENING TEST
For ERW pipe ring less than 40 mm in length taken from the end of each selected pipe shall be flattened
between parallel plates as follows.

CONTRACTOR NO OF CORRECTIONS SDE EE 506


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

The test shall be made by keeping the welds at 90degree to the direction of force. No opening shall occur by
fracture in the weld until the distance between the plates is less than 75 % of the original outside dia of the pipe. No
cracks or breaks on the metal elsewhere the in the weld shall occur until the distance between the plates is less than 60%
of the original outer diameter.

GUIDED BEND TEST (FOR SAW PIPES)

Strips not less than 40mm wide cut circumferentially from pipes perpendicular to weld seam with weld near the
middle of sample shall without fracture be doubled over a round bar the diameter of which shall be calculated as given
below: The weld reinforcement shall be removed from faces.
One face and one root bend specimen as per fig.1 of IS: 3589 shall be bent 1800 in a jig in accordance with
Fig.2 of IS: 3589. A may be calculated by the formula given below. The manufacturer shall use a jig based on his
dimensions or a smaller dimension at his option.
1.15 ( D- 2 t)
A=
eD/t- 2e - 1

1.15 = peaking factor


D = specified Outer Diameter in mm
t = specified wall thickness in mm
e = strain in mm i.e. 0.1275 for grade Fe410
Acceptance of bend test shall be as per clause 9.3.2 and 9.3.3 of IS 3589.
The specimens shall not fracture completely. Cracks 6.35 mm or less in length at the edge of the specimen or
3.18 mm or less in length in the center of the specimen shall be discarded. Any cracks greater than 3.18 mm in length and
regardless of depth located within the weld metal shall be cause for rejection. Any pop-out greater than 3.18 mm in
length (6.35 mm at the edge) and 12.5 percent or less of the specified wall thickness in Depth and located in the parent
metal, the heat affected zone, or the fusion line. Shall not be cause for rejection. If the fracture or crack in the specimen is
caused by a defect or flaw that specimen may be disregarded and a new specimen substituted from the same pipe.
On examination of the bent specimen, opening out of a slight defect due to incomplete root penetration or lack
of root fusion need not be considered a cause for rejection provided the defect has sound metal at the back and on either
side of it. In border line cases, further tests shall be made on specimens from the same weld adjacent to the original test
specimen.

1.12 MODE OF MEASUREMENT: -


The payment shall be made on the basis actual weight. However, the weight & thickness of pipe shall be
checked. Contractor shall make arrangement for weighing machine of at least 5 MT for pipes, at site only.

1.13 MODE OF PAYMENT


Payment shall be done as per Payment Schedule, Volume-II and based on Estimate sanctioned after vetting and
approval of design and drawing.

2 LOWERING, LAYING M.S. PIPE & M.S. SPECIALS

MS pipes shall be laid according to provisions made under IS: 5822: 1994 (Reaffirmed 2004) (Reaffirmed
2009). The pipeline to be laid under this contract is below ground or pipeline to be laid underground it is laid on murum /

CONTRACTOR NO OF CORRECTIONS SDE EE 507


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

sand bedding. For pipeline to be laid above ground the pipeline shall be supported on concrete chair. However, Engineer-
in-charge may make modifications depending on site conditions. The contractor shall employ the skilled engineer to fix
alignment with the total station and level.

3.0 FIELD WELDING

3.1 After laying the shells at site to correct line & level, field welding shall be carried out to connect pipe shells
into continuous pipe line. Field welding is also required for connecting specials to the rising main. The
welding of pies in the field shall comply with I.S. 816-1965 (code of practice for use of metal arc welding
for general construction in mild steel.
3.2 Welding Electrodes: -Provisions in clause shall govern.
3.3 Trained and experienced welders Provisions in clause shall govern
3.4 Welded joints (other than for closing length) shall be of the butt-welded type circumferentially welded both
internally and externally. All fields’ welds shall have a throat thickness not less than 0.7 times the thickness
of the pipe to be welded. All parts to be welded shall have loose scale, slag rust paint and other foreign
matter removed by means of wire brush and shall be left clean and dry. All scale and slag shall be removed
from each weld when it is completed.
3.5 Gauging: - Provisions of clause 1.7 shall govern.
3.6 The opening in the laid pipeline if required in the form of manholes made at suitable distance, for access into
the work of cleaning, painting and repairs to the welds etc. shall be closed by welding a new patch on the
joining. Such manholes should as far as possible be provided at the side of pipelines, cutting at the crown of
the pipe should avoided as far as possible. The following procedure should be strictly adopted while
plugging the manholes by patch plating.
1. The manholes shall be plugged by providing a patch plate from a separate streak of pipe of the
same dia. The old plate cut from the pipeline shall not be used for this purpose.
2. The edges of the new plate shall be properly shaped and the same shall be inserted in the
opening by keeping a gap of 3 to 4 mm and tacked.
3. The welding of the patch plate should be done in segment with proper sequence conforming to
IS: 623 (12.3) or in sequence 1-3-2-4 as per B.S.S practice.
3.7 MODE OF MEASUREMENT
The payment for field welding shall be done on Rmt basis based on approved estimate. Measurements shall be
done based on approved estimate prepared on the basis of vetted design & drawing. Payment shall be done as per
Schedule of Payment, Volume-II.

4.0 RADIOGRAPHIC TESTING & ULTRASONIC TESTING

4.1 Radiographic Testing shall be done as per procedure given in IS 4853:1982 & Ultrasonic testing of field
welded joints as per Procedure laid down in IS 4260:1986Before commencing fabrication, the contractor
shall establish a weld identification scheme. The numbering system shall be used for identification purpose
on all shop drawing, radiographic, NDE test report and repairs. The notations used for reporting all weld
inspection shall be clearly marked on the work in paint to ensure exact location of weld defect reported.All
longitudinal butt welds and shop circumferential butt welds shall be examined radio graphically for five
percent weld length in the location directed by the Engineer-in-charge.

CONTRACTOR NO OF CORRECTIONS SDE EE 508


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

4.2 Butt joints in field Circumferential welds and other field welds used for specials shall be tested
ultrasonically for ten percent of the weld length at the location directed by the Engineer-in-charge.
4.3 All the areas of the welds on which repairs have been made shall be examined 100 percent by the method
specified for the original weld. This examination shall be at the contractor’s expense.
4.4 In case of machine welding, if any defect is observed for the entire length of the film the adjacent location
on either side shall be examined radio graphically at contractor cost. The repairs and retest shall be as
approved by the Engineer-in-charge. This procedure shall be repeated as necessary, till such time as the
defects are finally removed to the satisfaction of the Engineer-in-charge.Such repairs shall not be more than
two times at the same location. If the fault continues at the spot after two repairs the action to be taken
including replacement of damaged plate and pipe shall be decided by the Engineer-in-charge but this would
be a contractor’s cost.
4.5 When a weld thus examined shows many unacceptable defects distributed overeats length or when the
defects envisage need for rectification of more than 25 percent of the weld length may be rejected and the
weld shall be cut out & re-welded and shall be re-examined by the methods specified for the original weld
at the expense of the contractor.
4.6 Radiographic testing:
4.6.1 The examination for the soundness of the shop weld shall be carried out as per ASTM-E 1955-
04(2009) standard.
4.6.2 At least 30 days prior to commencing radiographic examination, the contractor shall submit
details of all radiographic equipment, processes and procedures for the approval of the Engineer-
in-charge. The type and make of the radiographic films intended to be used shall also be got
approved from the Engineer-in-charge/
4.6.3 The contractor shall provide at his own expense all materials including radiographic films of 40
cm length and 38 mm wide and all consumables. Equipment’s, etc., necessary for radiographic
examination and shall perform all radiographic examination in accordance with the requirements
of this specifications and of the Engineer-in-charge within eight working hours after taking the
exposure. The films shall then become the property of the Government.
4.6.4 Along with each radiograph, the contractor shall finish his interpretation report in duplicate in the
proforma. The Engineer-in-charge shall be free to make independent interpretation an ask for the
welds, if necessary.
4.6.5 Sections of welds the radiographs of which show any of the following types of imperfections
shall be judged unacceptable.

a) Any type of crack or zone of incomplete fission or penetration.


b) Any elongated slag inclusion or cavities which has length greater than 10 % foot’ in case of
length and width and 2% of ‘t’ in plate thickness where ‘t’ is the thickness of the plate.
c) Any group of slag inclusion in line that have an aggregate length greater than ‘t’ in a length or
12th except when the distance between the successive imperfections exceeds 6l where l is the
length of the longest imperfections in the group.
d) Porosity of rounded indications in excess of that specified by the acceptance standards given
in appendix-IV of ASME boiler and pressure vessels code section-VII Div-I
4.7 Ultrasonic Testing
4.7.1 Ultrasonic examination shall be performed in accordance with the articles-5 of ASME Boiler
pressure vessels code section-V. The relevant references from ASTM specification-E 164-74 shall

CONTRACTOR NO OF CORRECTIONS SDE EE 509


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

also be taken. The ultrasonic examination shall be performed and supervised by experienced and
qualified personnel. If necessary special type of transducers and/or higher test frequency etc. shall
be adapted to improve the reliability of the examination. If equipment with recording facility is
available in the Indian market such equipment shall be used for ultrasonic examination. The record
in such case shall be furnished and the same shall be property of Government.
4.7.2 All indications which produce a response greater than 20 and of the reference level shall be
investigated to the extent that the operator can determine the shape identity and location of all such
reflectors and evaluate them in terms of the acceptance standard given (i) and (ii) below.
i) Discontinuities shall be unacceptable if the amplitude exceeds the reference level and
discontinuities have length which exceed 1/3t. Where it is the thickness of the weld being
examined.
ii) Where discontinuities interpreted to the crack, lack of fusion or incomplete
penetration, they shall be unacceptable regardless of discontinuities of signal amplitude.
4.7.3 The contractor shall make available continuously throughout the contract all equipment necessary
for ultrasonic examination of the welds. The Engineer-in-charge direct which welds are to be
examined.
4.7.4 Defects which have detected by ultrasonic examination shall be repaired as directed by the
Engineer-in-charge. Any defects which produces and ultrasonic echo that fails to reveal the nature
of the defect shall be radio graphically examined when so directed by Engineer-in-charge.
Radiography carried out to identify defects located by ultrasonic examination shall be included in
the measurements for payment.
Measurements shall be done based on approved estimate prepared on the basis of vetted
design & drawing. Payment shall be done as per Schedule of Payment, Volume-II.
5.0 3LPE (3 LAYER POLYETHYLENE COATING) FOR EXTERNAL SURFACE AND INTERNAL
SURFACE EPOXY COATING FOR MS PIPES AND SPECIALS
A) 3 LAYER POLYETHYLENE COATING FOR MS PIPES & SPECIALS
1.0 SCOPE

This procedure covers the side extruded 3-layer polyethylene coating with surface preparation by abrasive Blast
cleaning, prior to the application of coating following by electrostatic fusion bonded epoxy layer as primer, grafted co-
polymer adhesive as tie layer & high-density polyethylene coating as top cat, on Pipes.

a) RAW MATERIAL PROPERTIES & TESTING


The Properties of the Raw Material to be used shall be supplied in sealed, damage free containers’ and bags,
which are marked with the following information.
A. Name of the Manufacturer
B. Type of Material
C. Batch Number
D. Place ad Date of Manufacturer
E. Manufacturing Standard (Should be marked on the RMTC)
F. Shelf Life/Epoxy Date (if application)
G. Health, Safety & Environmental Instructions
H. Storage Instructions
EPOXY POWDER

CONTRACTOR NO OF CORRECTIONS SDE EE 510


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

CURE TIME
GEL TIME
MOISURE CONTENT
PARTICLE SIZE
DENSITY
THERMAL CHARACTERISTICS
ADHESIVE
MELT FLOW RATE @ 190° C/2.16 KG
VICAT SOFTENING POINT
SPECIFIC GRAVITY
POLYETHYLENE
Tensile strength @ +25°C
Melt Flow Rate (190°C/2.16 kg*
Specific Gravity @ + 25°C
Hardness @ + 25°C
Volume resistivity @ + 25°C
Dielectric withstand 1000V/sec Rise @ + 25°C
Vicat softening point
Elongation
Oxidative induction time in oxygen at 220°C, Aluminum Pan,
No screen
Environmental stress cracking resistance
Coating resistivity
Light ageing & heat ageing
Carbon black content
RAW MATERIAL TESTING (IN – HOUSE): -
EPOXY POWDER
Gel Time
Thermal Analysis
ADHESIVE
Melt Flow Rate
Vicat softening Point
POLYETHYLENE
Melt Flow Rate
Vicat softening Point

2.0 DETAILED PROCEDURE

A) INLET RACK

Before coating pipe shall be inspected by QC inspector for any damage or deterioration. Each pipe
shall be inspected for bevel condition, straightness, dents, gouges, ovality, contamination marking etc. Tally
sheets shall be compared with the steel mill documentation and certifications. Pipe seam welds heights shall also
check if it exceeding 3mm in height shall be segregated Corporation. The Seam weld shall be removed flush
with the metal at a distance f 300mm from the pipe end. Every pipe shall be plugged from both ends (with
inflated rubber tubes) to avoid of shots/abrasive inside the pipes. Then the pipe is conveyed to the shot Blaster.

CONTRACTOR NO OF CORRECTIONS SDE EE 511


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

All the ambient conditions such as Relative Humidity, Dew point, ambient temperature shall be recorded in pipe
datasheet.
B) PREHEATING OF BARE PIPE (IF REQUIRED)
The bare pipe shall be preheated in the range of 65° to 85° C for remove; of any moisture & to maintain uniform
temperature throughout the pipe.

C) CHEMICAL PRETREATMENT EITH PHOSPHORIC ACID SOLUTION


(Application shall be strictly as per manufacture Recommendation) All pipes shall be chemically pre-
treated with phosphoric acid solution. 10% solution salt others soluble contamination. The pipe temperature
immediately prior to the phosphoric acid treatment shall be in the range of 49 to 66° C or as per manufacturer
recommendation. The phosphoric Acid solution shall be applied through the Spray nozzles. This shall be
followed by washing with de-ionized water after recommended dwell time. De-ionized water used shall have
not more than 20 ppm of total dissolved solids or 35 µs conductivity contain.
The pH. of pipe surface shall be measured before de-ionized water was and shall be maintained between 1 to 2
& after de-ionized water wash as six to or greater.
D) ABRASIVE BLASTING
The abrasive particle size shall conform to ISO 11124, which shall be verified with the manufactures
test certificate and the external surface of pipe shall be cleaned by steel shots greets. The abrasive shall not
contain 100 ppm chlorides, 100 ppm of sulphates and 2 % by weight of carbonates. Chemical analysis of each
abrasive blast cleaning units. The abrasive blast-cleaning unit shall have an effective dust collection system to
ensure total removal of dust generated during the blast cleaning from the pipe surface. The equipment used for
blast cleaning operations shall meet the specified requirements and shall be free from oil, water, soluble salts
and other forms of contamination to ensure that the cleaning process is not impaired, Traps, separators, and
filters shall be checked for condensed water and oil at the start of each shift and emptied and cleaned regularly.
Abrasive blasted pipe shall be visually examined to ensure that the defects flat ends and other damages
detrimental to the subsequent coating shall be repaired and removed. Cleaned surface shall be free of oil, grease
or any other contaminants.
E) INSPECTION AFTER BLASTING
The standard surface finish of cleaned pipe shall confirm to SIS 055900- SA2 ½ & the Anchor Pattern
(Rz) shall be – 50-100µm measured by stylus type Roughness gauge. After determining Anchor pattern, Quality
of blasting shall be thoroughly inspected for any surface defects such as silvers scab, burns laminations, weld
spatters, gouges scored or any other defect. If found, these shall be removed by filling or grinding and anchor
patter shall be restored by filling. Pipes, which have damages repaired by grinding and have ground areas more
than 200 mm² in diameters, shall be re blasted and re inspected. The maximum degree of dust contamination
shall be level 2 on the magic tape ad per ISO 8502-3. The cleaned pipe surface shall be protected from rainfall
or surface moisture. If rusting occurs or if the surfaces become wet otherwise gets contaminated prior to coating.
Pipe shall be reprocessed so as to meet the requirements.
The maximum elapsed Time shall Not Exceed the Maximum Time as given: -
Maximum 4.0 Hrs.
Any pipe showing flash rusting shall ne relisted.
The blast cleaned pipe surface shall be tested for the presence of soluble salts. If the concentration is
more than 2µgm/cm². The pipe surface shall be chemically cleaned using phosphoric acid or any other suitable
method. The cleaned pipe shall be retested to confirm the removal of soluble salts. Any foreign material or
shot/grit present in the pipe shall be removed by suitable means (mechanical brush, high-pressure air jets, etc.)

CONTRACTOR NO OF CORRECTIONS SDE EE 512


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

the Blast cleaned surface shall not be contaminated with dirt, dust metal particles. Oil water or any other foreign
material, nor shall the surface or its anchor pattern be scarred or burnished. All blast cleaned pipe surface shall
be thoroughly inspected under adequate lighting to determine anchor pattern, quality of blasting and identify any
surface defects prior to coating application.

F) CHEMICAL PRETREATMENT WITH PHOSPHORIC ACID & CHROMATE SOLUTION


3 A) PHOSPHORIC APPLICATION:
When the phosphoric acid wash and rinse is used for further surface cleaning, etching and removal of
soluble salts, it shall be mixed with demonized or RO water according to the manufacturer recommendations.
De-ionized and RO water shall be used for the mixture and for the rising the pipe after the wash. The DI & RO
water shall have not more than 20 ppm of TDS or 35 µs conductivity. The phosphoric acid wash shall be applied
after the blast and after the heating process. The phosphoric acid shall be flooded on the pipe to cover the entire
surface for sufficient dwell time. The pipe shall then be rinsed with DI water to remove all traces of chemicals.
After DI water wash the PH should have 6 or more. Chemically treated pipe surface shall.
3 B) EPOXY POWDER APPLICATION

All the parameters necessary to control during epoxy powder spraying shall be set as per the
recommendations of FBE powder manufacturer. These parameters shall be regular production / Thickness of
epoxy layer shall be minimum 200 to 3000 Microns, which shall be measured at Beginning of each shift.
Reclaimed epoxy powder shall not be used more than 20 %. During application air pressure in the spray guns
shall be controlled & monitored. Alarm/hooters system shall be fitted in case of any deviation in air pressure
beyond the set limits. In case, of pipe coated during air pressure variation shall be rejected this shall be finally
stripped off and recoated.
3C) ADHESIVE APPLICATION
After epoxy application, the adhesive layer shall be applied before gel time of the epoxy and within the
application window recommended by the epoxy powder manufacturer. These parameters shall be established
during the procedure Qualification. Entrapment of air or void formation along the adhesive layer shall be
avoided by forcing the coating on to the pipe during application using silicon pressure rollers. The thickness
shall be measured as per specification (Each shift-semi coated). Adhesive thickness shall be of 200 micron
minimum. The application temperature shall be as per manufacturer’s recommendation to provide the good
quality application. The temperature of adhesive film shall be recorded at start of shift and every 2 hrs.
3 D) POLYETHYLENE COATING (TOPCOAT)

The P.E. layer shall be applied just after the adhesive layer, based on the manufacture’s
recommendation. The application temperature of polyethylene shall ne as per manufacturer recommendation to
provide the specified thickness and good quality coating. Entrapment of air or void formation along the P.E
overlap shall be avoided by forcing the coating on the pipe during application using silicon pressure roller.
4) COOLING OF PIPES
After coating the rotating pipe shall be conveyed through cooling tunnel for quenching. The
temperature of water at the inlet of cooling tunnel shall be cool enough so that it does not get damaged during
handling. The temperature of pipe after cooling shall be less than 60° C. Same water shall be re-circulated
through cooling towers.
5.0 CUT BACK CLEANING

CONTRACTOR NO OF CORRECTIONS SDE EE 513


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

Immediately after cooling and intermediate visual and dimensional inspection the accepted pipes shall
be end brushed up to 150 mm (+) 0/ (-) 25 mm. The brushed end shall have a beheld angle of less than equal to
30°. After completion, coated pipe shall be kicked out on the testing conveyor where the cut –back portion shall
be measured and accepted pipes shall be conveyed further for holiday test ad subsequently for the final
inspection skid/ The exposed pipe surface at the cut back area shall be coated for atmospheric corrosion
protection using alkyd steel zinc chromate.
6.0 INSPECTION AND TESTING
A) VISUAL INSPECTION
Immediately after cooling, each coated pipe shall be visually checked for imperfections and
irregularities of the coating. The coating surface shall be smooth & free of irregularities. In addition to these
inside surfaces of the pipe shall be free of foreign materials such as shots of grits, dust etc.
B) THICKNESS INSPECTION
Thickness of Epoxy and Adhesive shall be measured at each shift. The total coating thickness shall be
determined by taking at least 10 measurements at locations uniformly distributed over the length and periphery
of each pipe. All readings shall meet the minimum thickness can be tolerated on the condition they it does not
attain total extent of more than 5 cm² per meter length of the coated pipe, and the actual coating thickness does
not drop more than 10 % below the permissible minimum coating thickness at these locations frequency.
Initially every pipe shall be checked which shall be reduced upon consistency of results.
C) IMPACT STRENGTH
This test shall be performed before holiday test. The testing apparatus shall be kept. Vertically on the
pipe (Preferably with the help of spirit level attached to the instrument to ensure vertical position of the testing
instrument), specified ball of 25mm Dia shall be released from one – meter height as per DIN 30670. Test shall
be conducted at 30 equidistant along the length of the pipe and then impact area shall be checked at high voltage
i.e., 25 K.V. holiday test should not show a breakdown of coating at impact areas. Acceptance criteria shall be
as per TENDER SPEC. In case of test failure coating shall be stripped off and re coated.
Impact Energy shall be at 65°C>15.Nm, at 23°C?25Nm and -5°C>40Nm
D) INDENTATION HARDNESS
Indentation hardness testing shall be carried out in 2 samples from 1 pipe. Sample shall be not more
than 2 mm thick, which has been removed from the pipe and freed of adhesive. It may be necessary to abrade
the reverse side of the sample to obtain the required thickness. The indenter shall be a 250 Gems metal rod to
which an additional weight can be added. A metal pin with a flat surface of 1.8 mm diameter shall be 2.5 kgs.
(Corresponding to a pressure of 10N/mm².) For measurement if indentation depth, a dial gauge they permits
measurement s to be made to an accuracy of 0.01 mm is required. Testing shall be carried out at temperatures of
23±2°C and the higher temperature being 65±2°c & 80±2°c using temperature controlling water baths if
necessary. After conditioning the sample for one hour at the test temperature the indenter without the additional
weights shall be slowly and carefully lowered to the test piece, and the zero values set at the dial gauge within
five seconds. Following this the additional weight shall be slowly and carefully lowered to the test piece, and the
zero bales set at the dial gauge within five seconds. Following this the additional weight shall be add to the
indenter and after 24 hrs. The depth of penetration shall be read from the dial gauge. And the acceptance criteria
is max 0.2 mm for 23±2°c and 0.3 mm for 65±2°c & 80±2°C.
E) DEGREE OF CURE
Epoxy film samples shall be removed from the pipers. Care shall be taken to remove the samples of full
thickness avoiding inclosing of steel debris. Glass transition temperature differential (ΔTg) and % cure (ΔH)
shall comply the specified requirements.

CONTRACTOR NO OF CORRECTIONS SDE EE 514


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

a. Frequency of this test shall be once per shift. Inspectors shall select pipe randomly during the middle
of a shift. Suitable provisions/ arrangements as per the instruction of inspectors shall be made for this purpose.
b. in Case of test failure production carried out during the din tire shift shall be rejected.
The test result shall be -2°c < delta T <+3°c.
F) CATHOLIC DISBANDMENT TEST.
This shall be performed as per ASTM G-42
a. 28 days CD test shall be conducted during PQT.
b. Maximum raids of disbandment 10 mm at +65°c after 28 days & maximum radius of
disbandment 5 mm at +±20°c after 28 days.
c. Frequency of testing during production: Once per day
d. Maximum radius of disbandment 3 mm at +20°c after 48 hrs. & maximum radius of
disbandment 4 m at + ±65°c after 48 hrs.
G) % ELONGATION TEST
This test shall be performed as per DIN 30670. The percentage elongation at failure shall be at least 200%.
H) TENSILE TEST
This test shall be performed as per ASTM D638. The tensile strength shall be more than 180 kg/m².
I) HARDNESS TEST
This test shall be performed as per ASTM D2240. The Hardness shall be minimum 60 SHORE D.
J) RESIDUAL MAGNETISM
Residual magnetism shall be 25 Gauss Max.
K) ADHESION TEST (PEEL TEST)
In this test, the force applied for peeling is determined by peeling a fixed dimension strip from surface of coated
pipe. Test method shall be as per DIN 30670. Acceptance criteria is Min 35N/cm AT 25±5°c & min 25N/cm at 50±5°C.
7) REPAIRS ON COATING
Defects, repairs and acceptability criteria shall be according to repair procedure
8) CALIBRATION OF EQUIPMENTS
QA/QC In charge shall be responsible for calibration of equipment according to the following schedule.
Nature of equipment Frequency of calibration
Stylus tope roughness gauge once per shift
Thickness Gauge Once per shift
Holiday Detector Every four hours
9) MARKING AND COLOR CODING
All external surfaces of the coated pipes. At one end shall be marked with the following information
MAN industries (I) KTD
Project Name
Pipe size ODX MMW.T
Pipe No.\Field No Heat No.
Date of coating
Steel grade
Smells
Colour Band:
OK PIPE NO BAND
FIELD TESTED PIPES 1 WHITE BAND

CONTRACTOR NO OF CORRECTIONS SDE EE 515


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

Marking shall be stenciled on the coated pipe utilizing a waterproof permanent type paint or
ink which shall not rub off when the coated pipe is handled. Stencil, marking and numbering is created by
proper stenciling tools or machine. The marking shall be legible from a distance of 0 to 12 feet with letters no
less than one half inch heights.
10) MEASUREMENT & LOGGING
The following minimum record shall be maintained as hard copies.
Sr. No. Name of the Document
1. Bare Pipe Inspection Report
2. Daily Test Report
3. Field Test Report
4. Bare Pipe Damage Rectification Report
5. Coating Application Report
6. Final Visual & Dimensional Inspection Report
Coating Datasheets
Coated pipe repair report
11) HANDLING AND STORAGE OF COATED PIPES
The scope of work shall be following
Sand rows arrangement
Receiving/inspection of coated pipes Handling of coated pipes
Pipe stacking arrangement Transportation
Sand rows arrangement
Sand being used shall be free from stones & before placing of coated pipes on ridges of sand rows,
thick P.E. sheets shall be used to cover the sand rows. The sand rows made of bags filled with sand can
also be used.
Receiving / Inspection of coated pipes
On receiving of trailer, each pipe shall be visually checked or any transportation damages either in
coating or pipe ends. Any damage observed, the pipe should be kept/stacked separately for repairs as
per approved procedure
Handling of coated pipes
Pipe shall be handled in a manner to prevent damage to the pipe and its coated surfaces. Eng. hooks
suitably radiuses and line with plastic or similar approved arterial shall be used. Coated pipes must be
handled by means of slings and belts of proper width. Suitable precautions such as placing padding on
the coated pipes hall be taken to ensure that coating on adjacent pipe is not damaged by flared or bell
ends.
Pipe stacking
Pipe shall be stacked in such a manner so as to prevent damage to the coating. All pipes shall be
stacked on level ground free from foreign materials. Stones and vegetation and on support of a proven
load bearing capacity. Pipes shall be suitable spaced from the soil to prevent any contact with the
ground and to prevent surface water from entering during the entire storage period.
The pipes shall be stacked at a slope so that driving rain does not collect inside the pipe. The ends of
the pipes during handling and stacking shall always be protected with bevel protectors and the pipe
stacking padded hook shall be covered with rubber.
Pipe stacks shall be of the same diameter, wall thickness and grade of pipe and shall be marked clearly.

CONTRACTOR NO OF CORRECTIONS SDE EE 516


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

Care shall be taken while unloading of trailers by means of padded hooks with sufficient width & depth
to fit inside of the pipes.
Rolling and skidding or dragging shall not be carried out and shall not be dumped against any other
pipes or objects like trailer body, electric pole/tree etc.
Transportation:
Slings or non-metallic straps shall be used for securing loads during transportation. They shall
be suitable padded at contact points with the pipe.
B. EPOXY COATING TO INTERNAL SURFACE OF MS PIPES & SPECIALS
1 General
Epoxy coating is proposed for internal surface in all conditions. Applying Liquid epoxy coating system
to the interior surface of Rising Main Pipes & Accessories as per Annex - B of IS 3589:2001, preferably by
airless spray with one coat of Zinc rich epoxy primer (90% zinc, DFT 40 micron , coverage 9 Sqm / lit) and
three coats of coal tar epoxy paint (DFT 120 X 3 micron coverage 5 Sqm/Lit/coat) including cleaning the
surface to the satisfaction of Engineer in charge by sand blasting / chemical cleaning / scraping removing oil,
grease, other foreign materials including all necessary material, labour with all leads and lifts etc. Complete.
2 Material
one coat of Zinc rich epoxy primer (90% zinc, DFT 40 micron , coverage 9 Sqm / lit) and three coats of
coal tar epoxy paint (DFT 120 X 3 micron coverage 5 Sqm/Lit/coat) and all as per IS 3589:2001.
3 Surface preparation: 3.1 Cleaning
Prior to abrasive blast cleaning, the internal surface shall be cleaned to remove oil, grease or other
foreign matter. Only approved solvents that do not leave a residue shall be used for cleaning. Cleaning the
surface to the satisfaction of Engineer in charge by sand blasting / chemical cleaning / scraping removing oil,
grease, other foreign materials
4 Application of Epoxy coating: 4.1 Atmospheric conditions
Prepared surfaces must be completely cleaned of dust and dirt by brush or vacuum cleaner and shall be
thoroughly dry. Coating shall not be applied in the following atmospheric conditions.
• Relative humidity exceeding 85%
• When the surface to be coated is less than 30C above the dew point
• The surface temperature is less than70C or greater than 500C.
5 Successive coats
After application of the first coat, the next coat shall be applied within the time limits, surface
conditions, and temperature recommended by the manufacturer.
6 Coating thickness
One coat of Zinc rich epoxy primer (90% zinc, DFT 40 micron, coverage 9 Sqm / lit) and three coats of
coal tar epoxy paint (DFT 120 X 3 micron coverage 5 Sqm/Lit/coat). The coating shall be applied leaving 15 cm
at the edge of pipes/specials for welding of the joint. Coating on this portion shall be applied after welding the
joint. Total thickness DFT 360+40=400 micron minimum.
7 Preheating
The temperature of mixed coating and that of the pipe at the time of application shall not be lower
than100C. Preheating of the coating material, the use of inline heaters to heat the coating material; or heating of
the pipe, fittings or specials may be used to facilitate the application. Heating shall confirm to the
recommendations of the coating material manufacturer.
8 Touch up and repair procedure

CONTRACTOR NO OF CORRECTIONS SDE EE 517


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

The finished coating shall be inspected for damage or reduced thickness. Any such areas shall be
repaired by thoroughly degreasing the surface and barding using180 grade abrasive papers, the abraded areas
shall extend from the edge of the damage for 50–75 mm on to surrounding sound coating. The prepared surface
can then be re- coated.
9 Final curing
Sufficient curing period shall be allowed after application of the coating as per standards for the
coating to gain required strength. The epoxy applied pipes; specials shall be stored for curing in accordance with
the durations given in the following Table.
Ambient Temperature, (deg C) 45 40 35 30 25 20 - 15 10 7*
Minimum number of days storage 1 2 4 5 7 11 17 22
*Minimum possible cure temperature
10 Electrical inspection for continuity
After curing, the coating shall be tested for holidays according to the procedures and using the voltage
settings. Any holidays indicated by the detector shall be got repaired.
11 Testing
All testing shall be done as per relevant standard and specification.
12 Coating of joints after welding
The joint portion shall be cleaned thoroughly as stated above and coated in required coats for same
thickness i.e. 410-micron DFT.
6.0 PROVIDING AND FIXING DIFFERENT TYPES OF VALVE
6.1 Kinetic Air Valve
6.1.1 The works of the item covered by this section shall consist of manufacture supply & fixing of 200 mm
Dia, double chamber kinetic air valves on 1200 mm diameter rising main. The items include third party
inspection and testing of valves by mechanical organization of Water Resources Department of Maharashtra or
any other inspecting agency deputed by Engineer-in-charge. Transporting of the valves from manufactures
factory to work site local handling at work site lowering in position fixing in true plumb and level and tack
welding the air valves. The valves shall either be Kirloskar or Indian valves shall either be of Kirloskar or Indian
Private Limited or Indian Valve company make and shall confirm to the relevant ISI Specifications. The valve
shall also be as per specifications giver hereafter.

6.1.2 The valve shall be of two orifice type (small and large) with grey cast iron bodies. The small orifice shall
discharge air released from water under pressure during working under normal conditions preventing thereby
interference of air with pipe flow capacity while the large orifice shall displace or admit the air while pipe is
being filled or being emptied.
When the pipe is being filled, the air shall release sufficiently at high rate to prevent back pressure restricting
inflow. The air inflow rate when the pipe is being emptied shall be sufficiently high to prevent development of
high vacuum pressure in the pipe.
The orifice sizes, shapes diameter of balls and weights shall be carefully designed for trouble free operation at
the maximum working pressure specified. The clearance between of balls. The contractor shall state the
clearance. The seat for the large orifice shall be of such a material to reduce the risk to adhesion between the
ball and the seat.
By application of hydrodynamic principles, the valve shall be designed to keep large orifice always open
irrespective of velocity of the air discharged and shall only close positively as soon as water arises in the valve.
6.1.3 SPECIFICATION

CONTRACTOR NO OF CORRECTIONS SDE EE 518


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

The following clauses shall specify general mechanical requirements and standards of workmanship for the
goods. General specification clauses shall apply where appropriate except where particularly redefined in the
individual sections of the specifications. Where materials to be used for any component have not been laid down
in the specification. The contractor shall use with the consent of the Engineer, only those materials in such
composition as have been proven in actual service nationally and internationally to be the most suitable for
particular purpose.
6.1.4 MATERIALS
All materials for air valves shall be new and of the kinds and qualities described in the clause hereof, the
materials shall confirm to specifications as below:
1. Float chamber chawl Grey cast iron to IS-210 less than grade and cover 20 or grade 220 of BS: 1452
2. Small orifice float seasoned timber ball covered with soft Rubber.
3. Large orifice float seasoned timber ball covered with hard Vulcanite
4. Orifice guides and 12% Chromium steel confirming to IS1570 or stainless steel to BS 970 3045-15
5. Sealing rings molded rubber of suitable quality
6. Fixing nuts and bolts IS: 1363
7. Joining Materials Mill board on flanged rubber or orifice Bracket.
8. Spindle for internal as per 4 above Screw downs valves of double Orifice valve and spindle of Isolating valve
of Kinetic Air valve
6.1.5 TEST PRESSURES
Kinetic Air valves of required size and associated isolated valves shall be works tested hydraulically and
capable of withstanding a test pressure of 32 kg/Sqcm and working pressure of 16.0 kg. /Sqcm.
6.1.6 MARKING
The following information shall be cast on each valve body in raised letters.
1) Manufacturer’s name and trade mark
2) Year of manufacture (last 2 letters)
3) Nominal size
4) Pressure test
5) I.S.I. or any other certification mark
6) Letters: V.P.D.-AV
6.1.7 FLANGES
The pipe connection flanges of Kinetic air Valves and sluice valves shall be drilled to IS: 1537.
6.1.8 SUBMITTALS
The contractor shall be furnishing the details of weights and diameters of floats required for the valves quoted
by him. The contractor shall furnish:
1. Discharge capacity curves (pressure against discharge of air)
2. Inflow capacity curves (inflow of air against vacuum pressure) and.
3. Sealing pressures required for each size of valves.
6.1.9 POSITIONING AND FIXING OF VALVE.
The valve shall be fixed in true plumb and level on the M.S.: welded rising main pipe line as and when
directed by the Engineer. The location shall be given by the Engineer. As stated elsewhere in the specification.
The quoted rate shall include transportation from manufacturer’s factory to site and also local handing within
500m, inclusive of hauling and hoisting, lowering in position, fixing in true plumb and as Per level as per
drawing and cost of flange joints with rubber packing white zinc paint nuts and bolts and other necessary
materials for making joints with the Rising Main flange.

CONTRACTOR NO OF CORRECTIONS SDE EE 519


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

Any deformation, damages, etc. To the M.S. Rising main pipe line, if any caused during fixing the air
valve, shall be rectified by the contractor and if contractor fails to attend rectification, same shall be done by the
department at contractor’s cost.

7.2 SCOUR VALVE OR SLUICE VALVE


7.2.1 SCOPE OF SECTION
Item covers manufacture of Scour valve of dia 300 for rising main, as per specifications and drawings,
third party inspection & testing, transportation of the valves from the place of Manufacture to the site, local
handling at work site, lowering in position fixing in true plumb and level the valve. The valve I.S.I mark and
shall conform to I.S.-2900-1980 (latest revision) besides other specifications as given hereafter.
17.2.2 DESIGN
The valve shall confirm to I.S. specification No 2906-1980 and designed suitably for working pressure
of 20 Kg/Sq.Cm & Test pressure 30 kg/sq. cm. The general arrangement of the valve assembly shall be shown
in the drawing.
17.2.3 MATERIALS
The material for different component parts of sluice valves shall confirm to the following requirements.
a. Body, bonnet, wedge- Grey C.I.I.S. 210 F.G. 200 Stuffing box. Gland, hand wheel cap
b. Stem-High tensile brass I.S. 320 Alloy 1 or 2 alternately of stainless steel I.S. 6603
c. Wedge nut-
1) leaded tine bronze I.S. 318 Grade 2.
2) High tensile brass I.S. 320 alloy
d. Body seat ring wedge-
1) leaded tin bronze I.S. 318 grade
2) Chromium steel I.S. 1570 20 Cr38 Cr13.
e. Bolts-Carbon steel I.S. 1367 class 4.6
f. Nuts-Carbon steel I.S.1367 class
g. Bonnet gasket-
1) Compressed fiber board I.S. 12 Gr. C. or
2) Rubber I.S. 7630 Type B
h. Gland Packing-Jute hump I.S. 5414 of 1969.
The sluice valve shall be provided with double flanged ends as per I.S. 1530-1976 Hand
Wheel may be of cast finish and of size mentioned in I.S. 2906 sluice valve should be provided with
bypass arrangements.
7.2.4 HYDRAULIC TEST
Each valve shall be subjected to hydraulic tests as per I.S. 2906 -1980 to the test pressure for duration
as specified and shall show no sign of leakage under these tests. Unless otherwise specified the valves shall be
tested for closed end test only.
7.2.5 POSITIONING AND FIXING OF VALVE.
The valve shall be fixed in true plumb and level on the M.S. fabricated pipe as and where directed by
the Engineer. The quoted rate shall include transportation from Manufacture’s Factory to site and also local
handling within 200 m. inclusive of hauling hoisting lowering in position and fixing in true plumb and level as
per drawing and cost of other material such as rubber packing, white zinc paint, nuts, bolts and other necessary
material for making with the Rising main.

CONTRACTOR NO OF CORRECTIONS SDE EE 520


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

Any deformation, damages etc. To the M.S. Rising main pipe, if any, caused during fixing of the scour
valve. Shall be rectified by the Contractor and if contractor fails to attend rectification same shall be done by the
departments at Contractor’s cost.

7.2.6 MODE OF MEASUREMENT


• The unit of measurements shall be per number.
• The unit rate includes,
• Manufacturing & supply cost.
• Third party inspection & testing charges.
• All taxes
• Transportation up to site
• Erection & commissioning

7.3: BUTTERFLY VALVES.


7.3.1 SCOPE:
The works of the item covered by this section shall consist of proving fixing of butterfly valves
suitable for 1200 mm M.S. pipe line as per detailed specifications given here in after testing and
commissioning by third party agency, transportation of the valves to work site, local handling at work
site. Lowering in position, fixing in true plump and level and tack welding the butterfly valves.
7.3.2 POSITIONING AND FIXING OF VALVE:
The valve shall be in true plumb and level on the M.S, Pipe Line 1200 mm as and where
directed by the Engineer-in-charge. The location shall be given by the Engineer-in-charge As stated
elsewhere in the specification the quoted rate shall include transportation to site and also local handling
inclusive of hauling and hoisting, lowering in position, fixing in true plumb and level as per drawing
cost of plumb joints with rubber packing, white zinc.
Each pipe line shall be provided with a butterfly valve in the delivery pipe. The butterfly valve
shall be flanged of PN 1.60 rating water works pattern, eccentrically pivoted and shall be manually
actuated. Manual operation of valve shall be at delivery pipe floor, the valves shall generally confirm to
BS 5155.
Horse power of motor shall be adequate with at least 50 margins over maximum power
required for unseating the valve against the line pressure of 6 Kg/cm 2 or normal operation whichever
is higher.
Butterfly valve 1200 mm dia suitable for flange bolting individually to flanges of pipe and
pump with the disc, to form a section cut through a sphere, working in connection with a cone shaped
seating in body and suitable seal ring, fitted to the disc, with the help of retaining ring and stainless
steel screws shall be confirming to BS 5155. The disc shaft bearing shall be off-set along the pipe axis
from the plane of the so as to get an unbroken position in full closed position.
The head stock, where actuators operating hand wheels shall be located, shall be of C.I.
construction with proper Aesthetic appearance. Hand wheels of the actuators shall be chrome plated.
7.3.3 DESIGN DUTY:
The Butterfly valves shall be suitable for the following duties.
I. Maximum static pressure 5 Kg. Sq.cm
II. Maximum differential pressure 5.5 Kg/sq.cm
III. Maximum rate of flow 1725 LPS

CONTRACTOR NO OF CORRECTIONS SDE EE 521


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

IV. Nature and condition of fluid Raw River with suspended material up to 50
V. Type of actuator Manual / Electrical
VI. Material of construction
a. Body Close grained homogenous C.I. Conforming to IS 210
b. Disc same as body
c. End housing and cove Grey cast iron confirming to Gear box housing for grade 20 of
IS to 210 or cast Manual operation steel.
d. Bearing i) P.T.F.E. (Glass filed or carbon filled) Having for friction coefficient 0.4
(Note: - water itself acts as a lubricant for pipe bearing or ii) Gun metal confirming to
318 grade II
VII. Stub shaft i) Stainless steel AISI 304 Precision Molded nitrile rubber ring (shore
hardness 55 to 65) Rubber seal ring
VIII. Hardware inside stainless steel
Retaining ring-Grey cast iron or cast steel nickel plated. Inside portion of the valve shall be
painted by black paint confirming to IS 158
7.3.4 TESTING:
The valve shall be subjected to test as per BS 5155 of 1984.The certificates in triplicate shall
be furnished. The test shall be witness be witnessed by the Engineer’s represented at manufacturing
works. Test pressure
a) Shell test 15 kg/cm2
b) Disc strength 15 kg/cm2
c) Seat test 11 kg/cm2
(Tight shut off valve condition)
(Test certificate in triplicate shall be furnished before fixing the value in position)
7.3.5 MODE OF MEASUREMENT
The unit of measurements shall be per number.
The unit rate includes,
➢ Manufacturing & supply cost.
➢ Third party inspection & testing charges. All taxes
➢ Transportation up to site
➢ Erection & commissioning

8.0. ITEM: PROVIDING, FABRICATED M.S. SPECIALS & FIXTURES ETC


8.1 SCOPE
This item included the fabrication of M.S. specials and other appurtenances as mentioned
below, from the M.S. plates for the rising main as directed by the Engineer-in-charge.
8.2 SUPPLY
The specials and appurtenances or fixtures to be supplied under this contract agreement are generally
include the following.
a. Bends and branches
b. Flanges
c. Blacks flanges
d. Straps
e. Saddle pieces

CONTRACTOR NO OF CORRECTIONS SDE EE 522


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

f. Wearing plates
g. Bearing plates
h. Flat Manhole covers
i. Plug plates
j. Tapers
k. Platform for scour valves
l. Ring girder, M.S. Rollers, stools etc.
The welding of special shall be done generally as per the specification in section X. Materials
required such as washers, nuts, bolts etc. are to be procured by the contractor at his own cost.
8.3 BENDS AND BRANCHES
Fabrication of single or composite bends and T or ‘Y’ branches shall be done from M.S. plates of same
specifications as used for the pipes of rising main. Fabrication may be done at site also as directed by
the Engineer-in-charge.
8.4 FLANGES
Flanges to be provided at the cost of the pipes or specials where sluice valve, blank flanges, tapers are
to be introduced. The contractor shall assemble the flanges in exact position, by marginal cutting if
required so as to get the desired position of the other specials likes sluice valve etc., either vertically or
horizontally and then shall be fully welded the flanges from both the sides, in such a manner that no
part of welding protrudes beyond the face of the flanges. In case the welding protrudes beyond the
flanges and if ordered by the Engineer-in-charge, the protrusions be removed, the contractor shall
either file or chip these off. If required, and when directed the contractor shall provide gusset, stiffeners
welded at site.

8.5 BLANK FLANGES


Blank flanges shall be provided at all end left unattended for the temporary closure of work and also
for commissioning a section of pipe line laid or for testing of the pipe line. For temporary closures,
non-pressure blank flanges. Consisting of mild steel plates, shall be tack welded at pipe ends. For
pressure pipes. Flanges may be designed as directed by the engineer-in-charge
8.5.1 STRAPS
When the pipe line laying is undertaken from both the ends or in stretches due any site difficulty, the
final connection has to be made by introducing straps to cover gaps up to 30 cm length. Straps are also
required to be provided as per procedure for fixing expansion joint. Such straps shall be fabricated from
the pipes at field. Pipes shall be cut by slitting them longitudinally and slipping them over the ends to
be connected in the form of a collar. The collar shall be in two halves and shall have its inside diameter
of pipe equal to the outside diameter of the pipes to be connected. A minimum lap of 8 cm. On either
ends of the pipe shall be kept or fillet welds the joint. The longitudinal joints of the collar shall be butt
welded. All fill welds shall have a throat thickness of not less than 0.7 times the width of welding.
8.6 SADDLE PIECES
Saddle pieces as required for scour valves and air valves of specified diameters shall be fabricated to fit
properly on to the pipes and flanges. The width of the saddle pieces shall also be to suit to the pipes.
The cutting and welding should be done suitably to project 1m beyond the edge of the valve
manufactured without any extra cost.
8.6.1 WEARING PLATES

CONTRACTOR NO OF CORRECTIONS SDE EE 523


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

Width of the plate shall be 40 cm and length shall be 1/3 rd. of circumference of the pipe. The wearing
plate shall be welded where pipe rests on the R.C.C saddle. Welding shall be all round the edges of
plates.
8.6.2 BEARING PLATES
Bearing plates shall be of 40 cm. In width and length suitable to 1/3rd circumference of pipe plus
length of the side of top of saddle and shall be fixed on saddles with sufficient anchorage of M.S. bars
as per the directions of Engineer-in-charge and drawing.
8.6.3 FLAT OR DISHED MAN HOLE COVERS
For the fabrication of flat or dished manhole covers special dyes with hydraulic press shall be used by
the Contractor to obtain the required shape. The plate shall be cold pressed and no heating shall be
permitted. Drilling of holes as required should be done and welding shall be tack welding.
8.6.4 PLUG PLATES
Plug plates shall be fabricated as directed in the drawing. The size of the plug may vary from 25 mm.
To 40 mm. diameter. The hole for plug shall be cut drilled and threaded as directed to the exact size
and a suitable. G.I. plug shall be provided by the contractor for every plug plate.
8.6.5 TAPERS

Fabricating tapers from the steel plates includes cutting the plates rolling tack welding by machine to
form ‘V’ edge to both ends of tapers, with longitudinal butt welding to form drums.
8.6.6 PLATFORM FOR SCOUR VALVES
These shall be fabricated as per the drawing. A hole of 600 mm. Diameter shall be cut in the center of
the platform for the water to flow down.
8.6.7 RING GIRDERS ETC.
Rings girders shall be fabricated from the rolled steel channels or any other sections suitably
as per direction and drawing. This may be required to be strengthened by welding flats. The M.S.
sections shall be rolled in two halves to the exact curvature to fit in to pipes. To achieve exact curvature
particularly at the ends of channels (rolled section) exact piece to channel may be welded before
commencement of rolling, which can be removed after completion of rolling. The cost included
fabrication. Assembling on pipe and tack welding on both sides of the girder.
Rings girder supports or stools shall be fabricated from M.S. channels or flats as shown in the
drawing. Special jack etc. shall be used during fabrication of ring girder supports so that not
deformation takes place during fabrication.
Rollers shall be fabricated with great care and they shall be straight machined and free from
rust or stain or en-eructation.
8.6.8 GAS CUTTING AND WELDING
Gas cutting (Square or v cut) of pipes plates, specials shall be done as specified with care in
aligning, holding in position and for forming ‘V’ or any other cut as directed by the engineer-in-charge.
Electric or gas welding of steel materials shall be done as per IS: 816-1969 with but joints or lap points
or tack welding as directed by the engineer-in-charge.
8.6.9 MEASURMENT AND PAYMENTS
The measurement for all specials and fixtures shall be on the basis of weight i.e. per metric
tonne and shall be measured up to a second decimal of metric ton. Deductions for the bolts holes shall
be made while computing the weight for payment.

CONTRACTOR NO OF CORRECTIONS SDE EE 524


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

Payment shall be done as per Payment Schedule, Volume-II and based on Estimate
sanctioned after vetting and approval of design and drawing.
9.0 HYDRAULIC TESTING OF PIPE LINE
After the work of laying pipe line is completed and before it is commissioned, the pipe line shall be
tested in the field both for its strength and leakage in the following manner.
Whether stated specifically elsewhere or not; the testing Shall have to be completed within 1 months of
laying and jointing delay in testing shall be subject to a fine at 5% of the cost of the testing item for
delay of every month or part thereof.

The pipe line laid length shall be divided into sections specified by Engineer-in-charge. The
contractor shall recheck pipe and valves for cleanliness and shall recheck operations of the valve .The
open ends of the pipe line for sections thereof shall normally be stopped off by blank flanges or cap
ends additionally secured where necessary by temporary struts and wedges / all anchor and thrust
blocks must have been completed and all pipe straps and other devices intended to prevent movement
of pipe must have been securely fastened. The contractors shall clean out the whole pipe lie and flush it
with water, so as to remove dust, dirt and any foreign matter lying in the pipeline. No separate payment
for the work of cleaning shall be made and the rated under various items of work include the cost
thereof.
Each valve section of the pipe line shall be subjected to hydraulic test in section. For this test ,
the pipe shall be slowly filled with clean water with the existing mains or otherwise by pumping water
into the line ( water and pumping arrangement is to be arranged by contractor) as directed , and all air
shall be expelled from the pipe line through hydrants , air valve, and blow offs fixed on the pipe line
.Once the pipe is full, pumping shall be closed .The pressure in the pipeline should then be raised in
stages and build pressure and maintained by means of suitable approved pumps , to the specified test
pressure based on the elevation of the lowest point on the line or section under test.
The test pressure shall be not less than the 10.0 Kg/cm2 test pressure or 1.5 times the working
pressure whichever is higher. Before starting the pressure test, the expansion joint shall be tightened.
The test pressure shall be maintained for at least 24 hours. The drop-in pressure shall not exceed 0.70
kg/cm2 within a period of 2 hours after the full test pressure is built up under these pressures no leak or
sweating shall be being the expenditure shall be recovered from the contractor’s retention money
withheld in deposit without giving any prior intimation. The contractor shall not challenge or claim any
extra for such action on the part of the Department.
Generally, the contractor shall be required to test the pipe line section of 2 km. using
Necessary equipment. However, if the Engineer-in-charge directs to test full pipe line length. In future
suitable sections in the interest of the work, the tender shall have to carry out the test. In such sections
as directed by engineer –in-charge.
Mode of measurement and payment
The unit of measurement shall be per km. Length of tested pipeline of rising main. Payment
shall be done as per Payment Schedule, Volume-II and based on Estimate sanctioned after vetting and
approval of design and drawing.

10. PROVIDING AND FILLING TRENCH WITH SAND


Providing and filling in the foundation with sand of approved quality including compaction.
10.1 General: -

CONTRACTOR NO OF CORRECTIONS SDE EE 525


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

The item refers to filling sand in the foundations and plinth watering and compacting.

10.2 Materials: -
Sand required for filling in the foundations and the interstices in the soiling shall be clean and
coarse and generally obtained from the local sources unless found to be unsuitable. It shall not contain
more than 10 per cent of clay.
10.3 Construction: -
The sand approved by the Engineer shall be filled in the foundation trenches as shown on the
drawings. The sand shall be filed, watered and compacted in layers 15 cm to 20 cm (about 6” to 8”)
thick. Sand shall be compacted to the maximum density with heavy hand reamers. The total compacted
thickness of the sand layer shall be as shown on the drawings or ordered by the Engineer.
The sand required to fill the interstices in the soling shall be dry and spread uniformly over the
soling and brushed and watered to fill the interstices fully.
10.4 Item to include: -
Providing, filling, watering and compacting the sand in layers in the foundations trenches as
detailed above and all incidental labour, materials and tools etc. Required for the satisfactory
completion of the work. When sand is required to fill the interstices of the soiling, the item shall
include providing and spreading sand and watering.
10.5 Mode of measurement and payment: -
Contract rate for sand used for filling in foundation shall be for a unit of one cubic meter. The
dimensions shall be measured correct up to two places of decimals of a meter and the quantity worked
out correct up to two places of decimals of a cubic meter.
When sand is required for filling in the interstices of the soling, the quantity collected shall be
measured before starting. Spreading and the balance remaining shall be measured after the spreading is
completed. The difference shall be paid as the quantity spread. No deduction shall be made for voids in
both cases.
Payment shall be done as per Payment Schedule, Volume-II and based on Estimate sanctioned
after vetting and approval of design and drawing.
CONSTRUCTION OF ANCHOR BLOCKS & THRUST BLOCK
11.1 Scope
This item includes construction of RCC saddle supports and anchor blocks, thrust block, encasings
required for pipe lines etc.
11.2 Specification:
All RCC work shall be done as per IS 456:2000 and Design shall be done as per CDO Code of practice
for the same. Saddle supports and anchor blocks should be constructed as per the IS code No 15.5330-1984.

SPECIFICATION FOR DUCTILE IRON (DI) PIPES, FITTINGS & SPECIALS

1. GENERAL
This specification covers the specific requirement of design, material, manufacture I fabrication, constructional
features, inspection & testing, transportation, handling, laying, site testing and annual maintenance contract of Ductile
Iron (DI) Pipes, Joints, fittings and specials.
The manufacturer of pipes shall also supply fittings. The manufacturer of pipes should preferably manufacture
them. In case they are not, it will be the responsibility of the manufacturer of pipes to have them manufactured from a

CONTRACTOR NO OF CORRECTIONS SDE EE 526


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

suitable manufacturer under its own supervision and have it tested at his/sub-contractor’s premises as per contract. The
pipe manufacturer will however be responsible for the compatibility and quality of the products.
The manufacturer of DI pipes shall have a valid BIS License for the last 5 years as on the date of bidding and
should be able to demonstrate satisfactory performance of its products for the last 3 years by way of certificates issued by
Government/Semi-Government Authorities not below the rank of Executive Engineer.
The manufacturer of DI fittings shall have a valid BIS License for the last 3 years as on the date of bidding and
should be able to demonstrate satisfactory performance of its products for the last 2 years by way of certificates issued by
Government/Semi-Government Authorities not below the rank of Executive Engineer.
A Declaration in the form of an Affidavit on a non-judicial stamp paper of Rs.10/-, duly affirmed before a
Notary public/1st Class Magistrate should be submitted, stating clearly that the bidder will not source DI pipes and
fittings from a manufacturer who is disallowed/debarred/delisted/blacklisted for supply of DI pipes to any Government
Department/Government Undertaking/Statutory Body/Municipality/ Municipal Corporation in India on the last date for
submission of bid. If any such incident is otherwise discovered, the bidder’s tender/order shall be cancelled summarily
without assigning any reason whatsoever. Ent/Semi-Government Authorities not below the rank of Executive Engineer.

2.0 CODE AND STANDARDS


The material, design, manufacture, dimensions, tolerances, mechanical properties, internal cement mortar lining,
external zinc coating along with bituminous finished layer, inspection and testing of DI water pipes shall comply with the
latest Indian Standard, "IS 8329 (Centrifugally cast (spun) ductile iron pressure pipes for water, gas and sewage -
specification)" or equivalent international standard unless otherwise specified elsewhere in this Technical Specification.
The various referred National and International codes generally used in the design, manufacture and testing of
DI pipes are as mentioned below:

Sr. No. Code No. Code Title


Centrifugally cast(spun) ductile iron pressure pipes for water, gas and sewage -
1 IS 8329
specification

2 IS 9523 Ductile iron fittings for pressure pipes for water, gas and sewage - specification

3 IS 5382 Rubber sealing rings for gas mains, water mains and sewers
4 IS 638 Specification for Sheet Rubber Jointing and Rubber Insertion Jointing
5 IS 12288 Code of practice for use and laying of Ductile Iron pipes
6 IS 11606 Methods for sampling of Cast Iron pipes and fittings
7 IS 455 Portland slag cement
8 IS 12330 Sulphate resisting Portland cement
9 IS 6452 Specification for high alumina cement for structural use
10 IS 6909 Specification for super sulphated cement
11 IS 8112 43 grade ordinary Portland cement
12 IS 1387 General requirements for supply of metallurgical materials
13 IS 1500 Methods for Brinell hardness test for metallic materials
14 IS 1608 Mechanical testing of metals - tensile testing
15 ISO 2531 Ductile iron pipes, fittings, accessories and their joints for water applications
Ductile iron pipes and fittings for pressure and non- pressure pipelines -- Cement
16 ISO 4179
mortar lining

CONTRACTOR NO OF CORRECTIONS SDE EE 527


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

Rubber seals -- Joint rings for water supply, drainage and sewerage pipelines --
17 ISO 4633
Specification for materials
Ductile iron pipes -- External zinc-based coating -- Part I metallic zinc with finishing
18 ISO 8179
layer
Ductile iron pipes -- External zinc rich -based coating -- Part II zinc rich paint with
19 ISO 8179
finishing layer.
20 ISO 8180 Ductile iron pipelines -- Polyethylene sleeving for site application
21 ISO 10802 Ductile iron pipelines -- Hydrostatic testing after installation
22 ISO 10803 Design method for ductile iron pipes
23 ISO 16132 Ductile iron pipes and fittings -- Seal coats for cement mortar linings
Ductile - Iron pipe and fittings (guideline code for design, manufacturing, testing,
24 AWWA M 41
jointing, laying & installation etc.)
Ductile iron pipes, fittings, accessories and their joints for water pipelines -
25 BS EN 545
Requirements and test methods

3.0 DUCTILE IRON (DI) PRESSURE PIPES


3.01 DESIGN REQUIREMENTS
3.01.01 CLASSIFICATION
The class of DI pipes to be provided shall be as specified in the data sheet attached. The external diameter and
wall thickness of socket and spigot pipes for the specified Class shall be as per IS 8329 or equivalent
international standard.
Pressure class and thickness class of pipe flanges shall be as specified in the data sheet attached with this sub-
section and shall conform to the requirements of IS 8329 or equivalent international standard.
3.01.02 LENGTH
Socket and Spigot pipes shall be supplied in standard working lengths of 4m, 5m, 5.5m & 6m and flanged pipes
in lengths of 4m I 5m I 5.5m as per requirements.
3.01.03 TOLERANCES
Tolerances on External diameter, ovality, thickness and length of pipes etc. shall conform to the provisions of
IS: 8329 or equivalent international standard.
3.02.00 MATERIAL REQUIREMENTS
The metal used for manufacturing the pipes shall be of good quality, commensurate with the mechanical
requirements laid down in IS 8329 or equivalent international standard.
3.03.00 MANUFACTURING REQUIREMENTS
3.03.01
Pipes supplied shall be centrifugally cast (spun) Ductile Iron pipes conforming to IS 8329 or equivalent
international standard. The pipes shall be stripped with all precautions to avoid warping or shrinkage defects,
detrimental to their good quality. The pipes shall be sound and free from surface or other defects.
3.03.02 EXTERNAL LAYER
The DI pipes supplied shall be provided with external protection of metallic zinc coating with finishing layer of
bituminous paint as per IS 8329 or equivalent international standard.
3.03.03 INTERNAL LINING
The pipes shall be provided with suitable cement mortar internal lining as per IS 8329 or equivalent
international standard.
3.04.00 JOINTS
CONTRACTOR NO OF CORRECTIONS SDE EE 528
DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

3.04.01 Push-on flexible joints shall be provided for pipe to pipe connection as per IS 8329 or equivalent.
Wherever, flange joints are required e.g. at terminal points, valves, over ground and underground pipe
connection etc., Welded on flanges shall be used.
3.04.02 RUBBER GASKETS
Rubber gasket used with push-on flexible joints shall conform to the requirements of IS: 5382 or equivalent.
Rubber gaskets for use with flanged joints shall conform to IS 638 or approved equivalent.
4.00.00 DI FITTINGS & SPECIALS
4.01.00 DESIGN REQUIREMENTS
4.01.01 CLASSIFICATION
The class of DI fittings to be provided shall be as specified in the data sheet attached with this sub-
section. The external diameter and wall thickness of fittings for Push-on-joints for the specified Class
shall be as per IS 9523 or equivalent.
The Pressure class of flanged fittings shall be as specified in the data sheet attached with this sub-
section and shall conform to the requirements of IS 9523 or equivalent.
4.01.02 PERMISSIBLE DEVIATIONS ON LENGTH OF FITTINGS
The permissible deviations on the length of fittings shall be as per IS: 9523 or equivalent.
4.01.03 TOLERANCES
Tolerances on external diameter, raised face height, thickness and Flange drilling of fittings etc. shall
conform to the provisions of IS: 9523 or to the provisions of international equivalent standard to which
they are supplied.
4.02.00 MATERIAL REQUIREMENTS
The metal used for manufacturing the fittings shall conform to the appropriate grade as specified in IS
1865, in commensurate with the requirements of IS 9523 or equivalent.
4.03.00 MANUFACTURING REQUIREMENTS
4.03.01
The fittings shall be stripped with all precautions to avoid warping or shrinkage defects, detrimental to
their good quality. The fittings shall be sound and free from surface or other defects.
4.03.02 EXTERNAL LAYER
The DI fittings supplied shall be provided with external protection of metallic zinc coating or zinc rich
paint coating with finishing layer of bituminous paint as per IS 9523 or equivalent.
4.03.03 INTERNAL LINING
The fittings shall be provided with suitable cement mortar internal lining as per IS 9523 or equivalent.
4.04.00 JOINTS BETWEEN PIPE AND FITTINGS
4.04.01
Push-on flexible joints shall be provided for pipe to fitting connection as per IS 9523 or equivalent.
Flange joints, wherever required, shall conform to the requirements of IS 9523 or equivalent.
4.04.02 RUBBER GASKETS
All the Dl fittings shall be provided with rubber gaskets for each socket. Rubber gasket used with push-
on flexible joints shall conform to the requirements of IS: 5382 IS 9523 or equivalent.
Rubber gaskets for use with flanged joints shall conform to IS 638 or equivalent.
5.00.00 TYPE TESTS
5.01.00
The contractor I manufacturer shall carry out the type tests as listed in this specification on the pipes to
be supplied under this contract. The bidder shall indicate the charges for each of these type tests

CONTRACTOR NO OF CORRECTIONS SDE EE 529


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

separately in the relevant schedule of Section - VII- (Forms & Procedures) and the same shall be
considered for the evaluation of the bids. The type tests charges shall be paid only for the test(s)
actually conducted successfully under this contract and upon certificati on by the Employer.
5.02.00
The type tests shall be carried out in presence of the Employer's representative, for which minimum 15
days’ notice shall be given by the contractor. The contractor shall obtain the Employer's approval for
the type test procedure before conducting the type test. The type test procedure shall clearly specify the
test set-up, instruments to be used, procedure, acceptance norms, recording of different parameters,
interval of recording, precautions to be taken etc. for the type test(s) to be carried out.
5.03.00
In case the contractor I manufacturer has already conducted such specified type test(s), he may submit
the type test reports to the Employer during detailed engineering for consideration of waiver of
conductance of such type test(s) or otherwise as deemed fit by Employer. Such test(s) should have been
either conducted at an independent laboratory or duly approved by accredited third party agency. The
Employer reserves the right to waive conducting of any or all the specified type test(s) under this
contract. In case type tests are waived, the type test charges shall not be payable to the contractor.
5.04.00
The type test shall be performed whenever a significant change is made in the design, material or
process of manufacture or a new size or size range of the product is being supplied by the
manufacturer.
5.05.00 THE FOLLOWING TYPE TESTS SHALL BE CARRIED OUT:
5.05.01 JOINT LEAK TIGHTNESS TEST
a) Tests for joints (push-on flexible joints) shall be conducted as per the guidelines of ISO 2531
to establish adequate joint performance with respect to internal pressure, external pressure and vacuum
pressure under both normal alignment of joints and deflected alignment of joints as dictated in ISO
2531.
b) Tests for Leak tightness and mechanical resistance of flanged joints shall be conducted as per
ISO 2531.
5.05.02 CEMENT LINING SMOOTHNESS TYPE TEST
The contractor I manufacturer should have carried out Cement Lining Smoothness test to establish C
value (Hazen & William's constant) of the offered DI pipe as 140. Necessary certificate for the same
shall be furnished to the employer.
In case the contractor I manufacturer has not carried out the test, the same shall be carried out by the
contractor I manufacturer within the scope of this contract.
5.05.03 RING BEND TEST
Ring bend test for 3% deflection with respect to external diameter of DI pipe offered shall be
conducted by contractor I manufacturer to prove that internal cement mortar lining does not come off
the substrate surface of Ductile Iron on random basis for each manufacturing lot.
If the contractor I manufacturer of pipes do not have the facility for this type test at his own works, the
same can be arranged by him to conduct and demonstrate the test.
6.00.00 TRANSPORTATION AND DELIVERY OF PIPES
6.01.00
Bidder shall have to submit a write up for safe handling and stacking of pipes during transportation and
at site. It shall conform to the requirements stated in IS: 12288 or equivalent.

CONTRACTOR NO OF CORRECTIONS SDE EE 530


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

6.02.00
All pipes fabricated in the factory and temporarily stacked in the Contractors yard or factory shall be
transported to site after shop testing & cleaning them internally. The loading in the factory shall be
carried out by means of either a crane, gantry or with shear legs, so as not to cause any damage to the
finished material. Similarly, while unloading and stacking, great care shall be taken to ensure that the
material or lining inside is not damaged or dented.
6.03.00
The material being delivered at site shall be jointly inspected by the Employer and the Contractor.
Defective or damaged pipe shall be rejected by Employer or in case of minor damage, the Employer
may allow repair of the pipe by the Contractor to the satisfaction of the Employer as per guideline of IS
8329.
6.04.00
Props of proven designs shall be fixed to the pipes during transit to avoid undue sagging and
consequent distortion. After the pipes are carefully stacked, props may be removed and re-used for
subsequent operations.
In case of transport by ship, packing shall be sea worthy so as to ensure safe delivery till site.
All the Dl fittings shall be properly packed with jute cloth. Rubber rings shall be packed in
polyethylene bags. Rubber rings in PE bags and nuts, bolts etc. shall be supplied in separate jute bags.
6.05.00
At site, pipes shall be stacked in such a way that suitable gaps shall be left in the pipes at intervals to
permit access from one side to the other.
1.00.00 MARKING
Each Pipe shall have as cast or stamped or legibly and indelibly painted on it with the following marks:
a) The Manufacturers name or trademark on each pipe.
b) The nominal diameter of pipes and batch number.
c) Class of Pipes and fittings.
d) A white ring line showing length of insertion at spigot end .
e) Standard ISI certification mark for the pipes conforming to IS or international standard mark
to which they are supplied.
f) The last two digits of the year of manufacturer.
g) Any important information that the manufacturer deems fit to be inscribed on pipe.
8.00.00 LAYING AND JOINTING OF DI PIPES
8.01.00
Laying, erection and jointing of DI pipelines at field I site shall be under the direct supervision of
Manufacturer (Supplier) from whom pipe is sourced I procured.
8.02.00 LAYING UNDERGROUND
Pipes shall be lowered into the trench with tackle suitable for the weight of pipes. For smaller sizes, up
to 250 mm nominal bore, the pipe may be lowered by the use of ropes but for heavier pipes suitable
mechanical equipment shall be used.
All construction debris shall be cleared from the inside of the pipe either before or just after a joint is
made. All persons shall vacate any section of trench into which the pipe is being lowered.
The assembly for the pipes shall be made as recommended by the pipe manufacturer and using the
suitable tools.

CONTRACTOR NO OF CORRECTIONS SDE EE 531


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

The socket and spigot end of the pipes shall be brushed and cleaned. The chamfered surface and the
end of the spigot end have to be coated with a suitable lubricant recommended by the manufacturer of
the pipes. Oil, petroleum bound oils, grease or other material, which may damage the rubber gasket,
shall not be used as lubricant. The rubber gasket shall be inserted into the cleaned groove of the socket.
It shall be checked for correct positioning.
The two pipes shall be aligned properly in the pipe trench and the spigot end shall be pushed axially
into the socket either manually or with a suitable tool specially designed for the assembly of pipes and
as recommended by the manufacturer. The spigot has to be inserted up to the insertion mark on the pipe
spigot. After insertion, the correct position of the socket has to be tested with a feeler blade.
Deflection of the pipes, if any, shall be made only after they have fully been assembled. The deflection
shall not exceed 75% of the values indicated by manufacturer.
On gradients of 1:15 or steeper, precautions shall be taken to ensure that the spigot of the pipe being
laid does not move into or out of the socket of the laid pipe during the jointing operations. As soon as
the joint assembly has been completed, the pipe shall be held firmly in position while the trench is back
filled over the barrel of the pipe. The backfill shall be well compacted.
Special provisions in trench shall be made for accommodating socket (Bell) of each pipe, as applicable
so that barrel is uniformly rested on even trench bed surface, which is well compacted as recommended
in codes I standards.
At the end of each working day and whenever work is interrupted for any period of time, the free ends
of laid pipes shall be protected against the entry of dirt, water or other foreign matter by means of
approved plugs or end caps.
8.03.00 LAYING ABOVE GROUND
The following is applicable only when no additional bending moments except that those due to self-
weight of pipe and its content are present. If any additional moments are present, piping contractor has
to suitably support the pipe in consultation with manufacturer and Employer.
A) SOCKET AND SPIGOT PIPES
Socket (Bell) and spigot pipes shall be provided with one support (usually pedestal or steel pipe
support) per pipe. The supports shall be positioned behind the socket of each pipe.
Pipes shall be fixed to the supports with mild steel straps so that axial movement due to expansion and
contraction resulting from temperature fluctuations is taken up at individual joints in the pipeline.
Joints shall be assembled with the spigot end withdrawn 5 to 10 mm from the bottom of the socket to
accommodate thermal movements.
The designed anchorage shall be provided to resist the thrusts developed by internal pressure at bends,
tees, etc.
Where a pipeline crosses a watercourse, the design and method of construction shall take into account
the characteristics of the watercourse to ascertain the nature of bed, scour levels, maximum velocities,
high flood levels, seasonal variation, etc., which affect the design and laying of pipeline.
B) FLANGED PIPES
The maximum unsupported span for flanged pipes shall not be more than 8 m. The supports shall be
located at the center of every second pipe.
The maximum unsupported span at water course shall also be not more than 8 m. The relative position
of pipe joints and pipe supports shall be as per IS 12288 or equivalent.
The supports of all flanged pipe work spans shall be stable and unyielding due to movements in the
pipeline.

CONTRACTOR NO OF CORRECTIONS SDE EE 532


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

The straps shall prevent any lateral movement or lifting of the pipelines but not restrict expansions and
contractions caused by temperature fluctuations.
8.04.00 CUTTING OF PIPES
The cutting of pipe, if required, for inserting valves, fittings etc. shall be done in a neat and workman
like manner without damage to the pipe or lining so as to leave a smooth end at right angles to the axis
of the pipe. Cutting of pipes shall be reduced to a minimum required.
Cutting has to be made with suitable tools as per IS 12288 or equivalent and according to the
recommendations of the manufacturer. The spigot end has to be chamfered again at the same angle as
the original chamfered end. If there is no mark for the insertion depth on the spigot ends of the (cut)
pipe it shall be marked again according to the instructions of the manufacturer.
8.05.00 Pipeline anchorage
Pipeline shall be securely anchored at dead ends, tees, bends, tapers and valves to resist thrust arising
from internal pressure. Suitable thrust blocks made of concrete shall be designed and cast-in-situ.
8.06.00
All specials like bends, tees etc. and appurtenances like valves etc. shall be laid in synchronization with
the pipes. The Contractor has to ensure that the specials and accessories are available at site ready to be
installed together with the pipes.
9.00.00 EXTERNAL PROTECTION
9.01.00
The details of soil resistivity data when enclosed with this specification is for general guidance of the
contractor and the accuracy, validity & adequacy of the data shall be verified by the Contractor.
9.02.00
The contractor shall carry out soil resistivity survey along the ROW of the pipeline using Winner’s 4-
pin method in the presence of Employer's representatives.
9.03.00
On completion of all field work, a report incorporating resistivity (on semi log graph sheets) data shall
be prepared by the contractor and submitted to the Employer.
9.04.00
In case of highly corrosive soil (soil resistivity less than 1000-ohm cm), polyethylene sleeving shall be
provided for encasement of the pipes, fittings and joints against corrosion. This encasement shall be so
designed to prevent the contact of pipe, fittings and joints with the surrounding backfill and bedding
material. It shall conform to the requirements of IS 8329 & IS 12288 or equivalent international
standards.
10.00.00 HYDRAULIC TESTING OF PIPELINES
After laying and jointing, the pipeline shall be tested for soundness and leak tightness of pipes, fittings
and joints, and soundness of any construction work. The pipeline may be tested in sections.
Water and other facilities as required for such hydro testing shall be arranged by the Contractor. Each
section shall be properly sealed-off with special stop ends secured by adequate temporary anchors. The
thrust on the stop ends shall be calculated and the anchors designed to resist it. All permanent anchors
shall be in position and, if of concrete, shall have developed adequate strength before testing begins.
10.01.00 HYDRAULIC TESTING OF SECTIONS
The section under test shall be filled with water, taking care that all the air is displaced either through
vents at the high points or by using a pig or a sphere. After filling, the pipeline shall be adequately
pressurized for a period of time to achieve stable conditions.

CONTRACTOR NO OF CORRECTIONS SDE EE 533


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

The pipeline is then pressurized up to the full test pressure as stipulated in the data sheet attached with
this sub-section and the section under test completely shall be closed off. The test pressure shall be
maintained for a period of not less than 10 minutes to reveal any defects in the pipes, joints or
anchorages. The test pressure shall be measured such as to ensure that the required test pressure is not
exceeded at any point in the entire pipeline.
If the test is not satisfactory, the fault shall be found and rectified. Methods employed for finding
faults shall be as per IS 12288.
10.02.00 HYDRAULIC TESTING OF COMPLETE PIPELINE
After all the sections have been joined together on completion of section testing, a test on the complete
pipeline shall be carried out. This test shall be carried out at a pressure as specified in the data sheet
attached with this sub-section. During the test, the pressure at any point in the pipeline shall not exceed
the pressure as specified in the data sheet attached with this subsection.
DATA SHEET FOR DI PIPES, FITTINGS & SPECIALS
Sr. No. Description Units Parameters
1. Pipe Material Ductile Iron (DI) pipe internally cement mortar lined
and externally coated with metallic zinc & finishing
layer of bituminous paint
2. Applicable standards IS / ISO / AWWA / BS as listed
3
3. Design Flow m /hr

4. Hazen & William's constant 140


5. Pipe Nominal diameter NB 300-1200
6. Pipe Length m
7. Pipe Class K7 (DN300 - DN1000) and K9 (DN1100 &
DN1200) as per IS8329.
8. Pipe Joint type Push-on flexible joints as per IS 8329 at valves,
pumps and other piping
9. Pipe Joint type at valves, pumps and Flange Joints as per IS 8329 & IS 9523
other piping
10. Welded-on Flange (as applicable) PN 10/16
Class
11. DI fittings class K12 as per IS 8329 or equivalent
12. DI fittings flange (as applicable) class PN 16
13. Restrain mechanism at bends, specials Thrust Blocks
etc.
14. Maximum field hydrostatic test N/mm2 As per relevant Indian Standard
pressure
15. Other Requirements As per technical specification

TRENCH BEDDING AND BACKFILLING OF DI PIPES


01.00.00 PIPE LINE TRENCH
01.01.00 Location
Contractor shall excavate and maintain the pipeline trench on the Centre-line of the pipeline taking into account
the curves of the pipeline. Irrespective of soil conditions and/ or the topography of the ground, the trench shall
CONTRACTOR NO OF CORRECTIONS SDE EE 534
DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

be excavated and finished to the minimum dimensions and cover as specified below including de -watering, if
required.
01.02.00 Size of the Trench
01.02.01
For DI Pipes, the free working space shall conform to IS:12288. Generally, it shall not be less than 200 mm on
either side or one third of diameter of the pipe flange
whichever is greater. The trench shall be excavated so as to provide minimum cover of 1000 mm between the
top of the pipe and finished grade, or as shown in approved drawings. Clear spacing between two pipes shall be
1000mm.
01.03.00
In steep slope areas before commencing the works, proper barriers or other protection shall be provided to
prevent the removed materials from rolling down slope.
01.04.00
On slopes-wherever there is danger of landside, the pipeline trench shall maintain open only for the time strictly
necessary.
01.05.00
In certain slope sections, before the trench cuts through the water tables, proper drainage shall be ensured both
near and trench and the work area in order to guarantee soil stability.
01.06.00
All sewers drain, ditches and other natural waterways involved in the execution of the works shall be maintained
open and functional. The same applies to canals, irrigation canals, pipelines and buried facilities crossed by the
trench for which temporary pipelines shall be laid, if required, and proper temporary installations provided.
01.07.00 EXTRA DEPTH AND CLEARANCE
01.07.01
At points where the contour of the earth may require extra depth to fit the minimum radius of the bend as
specified or to eliminate unnecessary bending of the pipe
according to customary good pipelines, practice, or where a deep trench is required at the approaches to
crossings of roadways, rails, rivers, streams, drainage ditches, and the like, contractor shall excavate such
additional depth as may be necessary.
01.07.02
Contractor shall excavate to additional depth where the pipeline approaches and crosses other pipelines, sewers,
drain pipes, water mains, telephone conduits, and
other underground structures, so that the pipeline may be laid with at least 500 millimeters free clearance from
the obstacle or as specified in the drawings, or such greater minimum clear distances as may be required by
authorities having jurisdiction.
01.07.03
Where the pipeline crosses areas, which specifically require greater than normal depths of cover, the trench shall
be excavated to extra depth in accordance with the
Right-of-Way Agreements or as required.
01.07.04
Additional excavation should be made at each coupling /joint to ensure that the pipe will have continuous
support. The pipe shall not rest on the coupling for support. However, it shall be assured that the coupling area is
properly bedded and backfilled after the joint assembly is completed.
01.08.00 GRADES, BENDS AND FINISH OF TRENCH

CONTRACTOR NO OF CORRECTIONS SDE EE 535


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

The trench is to be cut to a grade that will provide a firm, uniform and continuous support for the pipe. Bends
shall be made in the pipe at significant changes in grade of the trench. The owner reserves the right to set the
grade of the trench and locate the bends if so desired, in which case contractor shall excavate, at no extra cost,
the trench and bend the pipe to such a grade. Number of field bends to lay the pipe to conform to the general
contour of the ground and maintain a normal cover shall be kept to a minimum. This can be accomplished by
cutting the trench slightly deeper at the crest of ridges and by gradually deepening the trench in approaches to
crossings.
01.09.00 ENCROACHMENTS AND WORKING NEAR OTHER UTILITIES
01.09.01
In locations, where pipelines have to be laid in the body of a road, canal, dyke, nallah etc. or other locations
under jurisdiction of Government/Public Bodies, the bidder
shall perform such work without extra compensation, according to the requirement of concerned Authorities.
When it becomes necessary that contractor has to resort to hand digging, well point dewatering, sheet piling or
any other special construction method in these areas, no extra compensation shall be paid. Contractor shall
contact the Authorities concerned in order to become familiar with their requirements.
01.09.02
In locations, where the pipeline has to be laid more or less parallel to existing pipeline, cable and/or other
utilities in the Work Areas, contractor shall perform the work to the satisfaction of the Owner/Authority of the
existing pipeline cable/utility. In such location’s contractor shall perform work in such a way that even under the
weather and flooding conditions, the existing pipeline/utilities shall remain stable and shall neither become
undermined nor have the tendency to slide towards the trench.
01.09.03
Contractor shall be liable for any damage occurring to other pipelines, underground structures/utilities.
01.10.00 Protection of Trench
01.10.01
Contractor shall keep the trench in good condition until pipe is laid, and no claim is to be made to the Owner for
reasons of its caving either before or after pipe is laid.
01.10.02
All timber, sheet-piling jacks or other materials that may be necessary to shore the trench, in order to prevent
caving are to be furnished and removed by contractor after completion of laying.
01.10.03
The Contractor shall have to arrange at his cost bailing or Pumping out all water, which may accumulate in the
trench during the progress of the work, either by percolation, seepage, spring, rain or any other cause. Similarly,
he shall also have to arrange diverting surface flow if any, by providing earthen bunds or by other means at his
own cost.
01.11.00 Blasting
Wherever blasting is required, controlled blasting technique to be adopted. For details of blasting, refer Cl. No.
2.05.00 of Sub -Section III B-01 "Excavation & Filling".
01.12.00
Protection of underground utilities and special methods
01.12.01
Contractor shall obtain plans and full details of all existing and planned underground services from the relevant
Local Authorities & Owner and shall follow these plans closely at all times during the performance of work.
Contractor shall be responsible for location and protection of all underground lines and structures.

CONTRACTOR NO OF CORRECTIONS SDE EE 536


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

01.12.02
Temporary under-pinning or any other type of supports and protective devices necessary to keep the interfering
structure intact shall be provided by the contractor at his own cost and shall be of such design as to ensure
against their possible failure.
01.12.03
Despite all precautions, should any damage to any structure/utility etc. occur, the Owner/Authority concerned
shall be contacted by the Contractor and repair shall forthwith be carried out by contractor at his expense under
the direction and to the satisfaction of Engineer, the concerned Owner/Authority. If contractor fails to repair in
reasonable time, Owner reserves the right to have the repair executed at the cost of the contractor.
02.00.00 BACKFILLING
02.01.00 BACKFILL MATERIAL FOR DUCTILE IRON PIPES
Prior to lowering and laying pipe in any excavated trench, the bottom of the trench may require to be back filled
and compacted (or as the case may be) so as to be proved an acceptable bed for placing the pipe. Bed
preparation in general shall be as per IS: 12288 for DI pipes.
Bed preparation and back filling of excavated trenches for buried pipes depend on type of soil. Soil types are
classified into following 3 categories:
(a) Rock y Soil
(b) Sandy/ Silty soil (including non-expansive clay)
(c) Expansive soil (including water logged/ marshy soil)
The bidder shall note that the piping may travel underground through all types of soils and combination of soils
described above. The type of trench preparation/ bedding and back filling for each are specified below.
In case of agricultural land, it is suggested that the soil may be classified as fertile (top strata) and non-fertile
(sub strata). During the excavation for laying the pipeline both these layers may be heaped separately so that
while back -filling the non-fertile soil is filled first followed by the fertile strata, thus restoring the fertility of the
soil in the excavated area our right of way.
(A) ROCKY SOIL
(1) Trench shall be excavated to a depth of 100mm below pipe invert.
(2) A bed of 100mm shall be laid with granular material (passable through 12.5mm aperture sieve - IS-2405
part-2) which shall be well rammed to form a fair and clean bed for pipe.
(3) Back filling shall be done with the excavated material/ borrow earth after ensuring that it is free of cinders,
ashes, slag, refuse, lumpy/ frozen material, rocks etc. to the satisfaction of the Project Manager. The back fill
from pipe invert up to 300mm above pipe crown shall be done with material passable through 20mm aperture
sieve (as per IS- 2405 part-2 1980). Total mass of loam and clay shall not be more than 10%. Back fill above
this zone up to trench top shall be with similar material but may contain stones with 200mm as their maximum
dimension.
(4) Back filling up to 300mm above pipe crown shall be done by hand without moving or injuring the pipe.
Above this zone up to trench top back fill may be by hand/ approved mechanical method.
(5) Any extra/ additional back-filling resulting from unintended rock blasting even while carrying out controlled
blasting shall be done by the Contractor without any extra cost to the Employer.
(B) SANDY/ SILTY SOIL
(1) Trench shall be excavated to the exact gradient required by the pipe invert so that no bedding is
required. The trench bottom shall be made free of refuse and stones etc. so as to provide a smooth, uniform and
continuous bearing surface

CONTRACTOR NO OF CORRECTIONS SDE EE 537


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

(2) Back filling shall be done with the excavated material after ensuring that it is free of cinders, ashes,
slag, refuse, lumpy/ frozen material, rocks etc. to the satisfaction of the Project Manager.
(3) Back filling upto 300mm above pipe crown shall be done by hand without moving or injuring the pipe.
Above this zone upto trench top back fill may be by hand/ approved mechanical method.
(C) EXPANSIVE/ POOR SUPPORT SOIL
(1) Laying of pipes in such soil shall be avoided as far as possible. One possible method is to increase
trench depth in case the expansive soil occurs at the surface. The method can then be one of the above (a or b)
depending on soil encountered below the layer of expansive soil. The expansive soil shall not however, be used
for back filling the trench bottom to 300mm above the pipe crown. This shall however, be studied techno-
economically (i.e., the aspect of increasing the trench depth to encounter non-expansive soil and follow a or b
above for bed preparation and back filling).
(2) Where expansive soil occurs at a great depth the trench & bed shall be prepared as at a (1) & (2) above.
(3) Back filling around pipes up to 300mm above top of pipe crown shall then be done with sand/ gravel
conforming to clause 8.2.1/ 8.2.2 of IS-3114 or with borrow earth. However, expansion soils having medium
degree of expansion or having marginal degree of severity, as per IS:1498, may be used for backfilling around
pipes with approval of Engineer.
(4) In case of marshy/ water logged soil, the pipes shall be laid on underground concrete pedestal (M25)
installed at a spacing to ensure that the pipe is adequately supported. Prior to construction, design of the pedestal
shall be got approved from Engineer-in-Charge.
02.02.00
During backfilling, it shall be made certain that the granular material flows completely under the pipe to provide
full support. Proper backfilling shall be done in 150mm to 300 mm lifts, depending on backfill material and
compaction method. Between each lift, the proper compaction shall be attained to ensure that the pipe will have
adequate side support.
02.03.00
Backfilling shall not be done until the pipe and appurtenances have the proper fit and the pipe is following the
trench profile at the required depth. Backfilling of trench in water courses shall be carried out as per the relevant
specifications.
02.04.00
Backfilling shall be carried out immediately after the pipeline has been laid in the trench, inspected and
approved by the Engineer, so as to provide a nature anchorage for the pipeline, thus avoiding long exposure of
coating to high temperature, damaging actions of adverse weather conditions, sliding down of trench sides and
pipe movement in the trench. In generals the trench shall be dry during backfilling. The surplus material shall be
neatly crowned directly over the trench and the adjacent excavated areas on both sides of the trench to such a
height which will, in the opinion of the Engineer, provide adequately for future settlement of the trench backfill
during the maintenance period and thereafter. Surplus material, left from this operation shall be disposed of to
the satisfaction of Engineer-in-Charge beyond the Work Area to a place suitably identified by the contractor
himself at no extra cost to the Owner.
02.05.00
At the end of each day’s work, backfilling shall not be more than 500 meters behind the head end of lowered-in
pipe, which has been padded and approved for backfill. The backfill shall be maintained against washouts etc.,
until the completion and final acceptance of the work by engineer.
02.06.00

CONTRACTOR NO OF CORRECTIONS SDE EE 538


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

When backfilling the trenches, the sloping terrains or steep areas, where in the opinion of the Engineer the
backfill may be washed out of the trench, sheet piling or other effective water breakers across the trench shall be
provided. This is to divert the flow of water away from the trench into normal drainage followed before laying
of the pipe line. In no case, the water is to be drained via the trench or via channels other than those followed
before the line was laid.
02.07.00
Contractor shall leave the pipe uncovered at certain locations to allow the engineer to survey the center line of
the pipe and the level of the pipeline in the backfilled trench.
02.08.00
Temporary markers shall be installed during backfilling to locate the pipeline axis. These markers shall then the
replaced with permanent pipeline markers.
02.09.00 ANCHOR BLOCKS/ ENCASEMENT
RCC thrust blocks should be provided at bends and at places of reduction in cross section to take care of thrust
forces as per approved designs/ drawings. Thrust blocks are to be installed at all locations where movement of
pipe is envisaged.
If higher water table is encountered, uplift to shall be checked for pipe empty condition and if there is any uplift,
pipe shall be encased with reinforced cement concrete (M25) of minimum 250 mm thick around the pipe.

CONTRACTOR NO OF CORRECTIONS SDE EE 539


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

HIGH DENSITY POLYETHYLENE PIPES (HDPE) AND FITTINGS

1 SCOPE
This specification covers the requirements for successfully designing, manufacturing, supplying, laying, jointing
and testing at works and site of ISI marked High Density Polyethylene Pipes used for water supply. Use of
HDPE Pipes shall be Pressure class of minimum PN 6 or above and confirming to IS 4984 / 14151 / 12786 /
13488 or relevant Indian code of practice.

13.2 APPLICABLE CODES


The manufacturing, testing, supplying, laying, jointing and testing at work sites of HDPE pipes shall comply
with all currently applicable statutes, regulations, standards and Codes. In particular, the following standards,
unless otherwise specified herein, shall be referred. In all cases the latest revision of the Codes shall be referred
to. If requirements of this Specification conflict with the requirements of the standards / Codes, this
Specification shall govern. Others Codes not specifically mentioned here but pertaining to the use of HDPE
Pipes form part of these Specifications.

IS 4984 High Density Polyethylene Pipes for Water Supply


IS 5382 Rubber sealing rings for gas mains, water mains and sewers.
IS 4905 Methods for random sampling
IS 7328 High density polyethylene materials for molding and extrusion
IS 7634 Laying & Jointing of Polyethylene (PE) Pipes
IS 9845 Method of analysis for the determination of specific and/or overall migration of
constituents of plastics material and articles intended to come into contact with
foodstuffs
IS 10141 positive lists of constituents of polyethylene in contact with food stuffs,
pharmaceuticals and drinking water.
IS 10146 Polyethylene for its safe use in contact with foodstuff, Pharmaceuticals and drinking
water.

13.3 DESIGNATION
Pipes shall be designated as per IS 4984, according to the grade of material, followed by pressure rating and
nominal diameter, for example, PE 100 PN 10 DN 200 indicates a pipe pertaining to material grade 100 having
a pressure rating 1.0 MPa and outside nominal diameter 200 mm.
All IS specifications shall apply to HDPE pipes and they shall be tested by CIPET for the standards required for
HDPE pipes
13.4 COLOUR
The colour of the pipe shall be black.

13.5 MATERIALS
The material used for the manufacturer of pipes should not constitute toxicity hazard, should not support
microbial growth, should not give rise to unpleasant taste or odour, cloudiness or discoloration of water. Pipe
manufacturers shall obtain a certificate to this effect from the manufacturers of raw material by any
internationally reputed organization as per the satisfaction of the Engineer-in- Charge in charge.
13.6 RAW MATERIAL

CONTRACTOR NO OF CORRECTIONS SDE EE 540


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

a. Raw material used to manufacture the HDPE pipes shall be 100% virgin PE100, compounded or Natural
black PE resin confirming to IS: 4984, IS: 7328 and ISO: 4427. For this a certification has to be given by the
resin manufacturer as per clause 3.2.3 of IS: 4984. The resin proposed to be used for manufacturing of water
supply pipes.
The pipes should also comply with the following norms as per ISO 9080
b. The resin should have been certified by an independent laboratory of international repute for having passed
10,000-hour long term hydrostatic strength (LTHS) test extrapolated to 50 years to show that the resin has a
minimum MRS of over 10MPa. Internal certificate of any resin manufacturer shall not be acceptable.
c. Certificate from reputed organization OR Raw material supplier for having passed the full scale rapid crack
propagation test as per ISO 13478. High density Polyethylene (HDPE) used for the manufacture of pipes shall
conform to designation PEEWA-50-T-003 of IS 7328. HDPE conforming to designation PEEWA-50- T-003 of
IS 7328 may also be used with the exception that melt flow rate (MFR) shall not exceed 1.10 g/10 min. In
addition, the material shall also conform to clause 5.6.2 of IS 7328.
d. The specified base density shall be between 940 kg/ m³ and 958 kg/ m³ (both inclusive) when determined at
27°C according to procedure prescribed in IS 7328 The value of the density shall also not differ from the
nominal value by more than 3 kg/ m³ as per 5.2.1.1 of IS 7328. The MFR of the material shall be between 0.20
and 1.10 (both inclusive) when tested at 190°C with nominal load of 5 kgf as determined by method prescribed
in IS 2530. The MFR of the material shall also be within ± 20 percent of the value declared by the manufacturer.
e. The resin shall be compounded with carbon black. The carbon black content in the material shall be within
2.5 ±0.5% and the dispersion of carbon black shall be satisfactory when tested as per IS 2530.
13.7 ANTI-OXIDANT
The percentage of anti-oxidant used shall not be more than 0.3 percent by mass of finished resin. The anti-
oxidant used shall be physiologically harm less and shall be selected from the list given in IS 10141
13.8 REWORKED MATERIAL
No addition of Reworked/ Recycled Material from the manufacturer’s own rework material resulting from the
manufacture of pipes is permissible and the vendor is required to use only 100% virgin resin compound.
13.9 MAXIMUM OVALITY OF PIPE
The outside diameter of pipes, tolerance on the same and ovality of pipe shall be as given in table 2 of IS 4984.
Ovality shall be measured as the difference between maximum outside diameter and minimum outside diameter
measured at the same cross section of the pipe, at 300 mm away from the cut end. For pipes to be coiled the
ovality shall be measured prior to coiling. For coiled pipes, however, re-rounding of pipes shall be carried out
prior to the measurement of ovality.
13.10 DETECTABILITY
HDPE Pipes should be detectable when buried underground, by providing a copper wire of 1.20mm +/- 0.2 mm
Ø, co-extruded along the entire length of pipe.
13.11 LENGTH OF STRAIGHT PIPE
The length of straight pipe used shall be more than 6 m or as agreed by Engineer-in-Charge in charge. Short
lengths of 3 meter (minimum) up to a maximum
13.12 COILING
The pipes supplied in coils shall be coiled on drums of minimum diameter of 25 times the nominal diameter of
the pipe ensuring that kinking of pipe is prevented. Pipe beyond 110mm dia shall be supplied in straight length
not less than 6m.
13.13 WORKMANSHIP / APPEARANCE

CONTRACTOR NO OF CORRECTIONS SDE EE 541


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

Pipes shall be free from all defect including indentations, delaminating, bubbles, pinholes, cracks, pits, blisters,
foreign inclusions that due to their nature degree or extent detrimentally affect the strength and serviceability of
the pipe. The pipe shall be as uniform as commercially practicable in colour opacity, density and other physical
properties as per relevant IS Code or equivalent International Code. The inside surface of each pipe shall be free
of scouring, cavities, bulges, dents, ridges and other defects that result in a variation of inside diameter from that
obtained on adjacent unaffected portions of the surface. The pipe ends shall be cut clearly and square to the axis
of the pipe. IS 4984:1995 shall be followed for visual appearance.
13.14 HANDLING, TRANSPORTATION STORAGE AND LOWERING OF PIPES

• During handling, transportation, storage and lowering, all sections shall be handled by such means and
in such a manner that no distortion or damage is done to the section or to the pipes as a whole.
• The following procedures should be followed so as to eliminate potential damage to pipes and fittings
and to maintain maximum safety during unloading, lifting and lowering.
• Pipes must not be stored or transported where they are exposed to heatsources likely to exceed 60oC.
• Pipes shall be stored such that they are not in contact with direct sunlight, lubricating or hydraulic oils,
petrol, solvents and other aggressive materials.
• Scores or scratches to a depth of greater than 10% or more of wall thickness are not permissible; any
pipes having such defects should be strictly rejected.
• PE pipes should not be subjected to rough handling during loading and unloading operations. Rollers
shall be used to move, drag the pipes across any surface.
• Only polyester webbing slings should be used to lift heavy PE (>315mm) pipes by crane. Under no
circumstances, chains, wire ropes and hooks are used on PE pipes.
• Pipes shall not be dropped to avoid impact or bump. If any time during handling or during installation,
any damage, such as gouge, crack or fracture occurs, the pipe shall be repaired if so permitted by the competent
authority before installation.
• During coiling care should be taken to maintain the coil diameter at or above the specified minimum to
prevent kinks. Coiling shall be done when the pipe attains the ambient temperature from the extruder. In
uncoiling or recoiling care should
• Be taken that sharp objects do not scour the pipe.
• When releasing coils, it must be remembered that the coil is under tension and must be released in a
controlled manner. The end of the coil should be retained at all times, then the straps released steadily, one at a
time. If the coil has bands at different layers of the coil, then they should be released sequentially starting from
the outer layers. The amount of the energy locked up in the coil shall depend on the size of the pipe, the SDR of
the pipe, and the size of the coil.
• Straight lengths should be stored on horizontal racks giving continuous support to prevent the pipe
taking on a permanent set
• Bare coils shall be wrapped with hessian cloth for long distance (> 300Kms) Transportation. The truck
used for transportation of the PE pipes shall be exclusively used of PE pipes only with no other material loaded
– especially no metallic, glass and wooden items. The truck shall not have sharp edges that can damage the Pipe.
• Pipes manufactured at factory are to be carried to the site of work directly or stacked suitably and
neatly along the alignment/road side/elsewhere near by the work site or as directed by the Engineer-in-Charge.
• Damages during transit, handling, storage shall be to the Contractors account and replacement for such
pipes has to be made by the Contractor without any extra cost as directed by the Engineer-in-Charge.
13.15 LOWERING, LAYING OF PIPES

CONTRACTOR NO OF CORRECTIONS SDE EE 542


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

o Each pipe shall be thoroughly checked for any damages before laying and only the pipes which are
approved by the Engineer-in-Charge shall be laid.
o While installing the pipes in trenches, the bed of the trench should be level and free from sharp edged
stones. In most cases, the bedding is not required, as long as the sharp and protruding stones are removed, by
sieving the dug earth, before using the same a backfill material. While laying in rocky areas suitable bed of sand
or gravel should be provided. The fill to about 10 to 15 cm above the pipe should be fine sand or screened
excavated material. Where hard rock is met with, bed concrete M15, 15 cm or 20cm thick sand bed as approved
by the Engineer-in-Charge may be provided

o As PE pipes are flexible, long lengths of fusion-jointed pipes having joints made above ground can be
rolled or snaked into narrow trenches. Such trenches can be excavated by narrow buckets.

o During the pipe laying of continuous fusion jointed systems, due care and allowance should be made
for the movements likely to occur due to the thermal expansion/contraction of the material. This effect is most
pronounced at end connections to fixed positions (such as valves etc.) and at branch connections. Care should be
taken in fixing by finishing the connections at a time the length of the pipe is minimal (lower temperature times
of the day.)
o For summer time installations with two fixed connection points, a slightly longer length of PE pipe
may be required to compensate for contraction of the pipe in the cooler trench bottom.
o The final tie-in connections should be deferred until the thermal stability of the pipeline is achieved.
o The flexibility of polyethylene pipes allows the pipe to be cold bend. The fusion jointed PE pipe is also
flexible as the plain Pipe. Thus the total system enables directional changes within the trench without recourse
to the provision of special bends or anchor blocks. However, the pipe should not be cold bend to a radius less
than 25 times the OD of the pipe.
o The Installation of flanged fittings such as connections to sluice/air/gate valves and hydrant tees etc.,
requires the use of stub ends (collars/flange adaptors complete with backing rings and gaskets. Care should be
taken when tightening these flanges to provide even and balance torque.
o Provision should be made at all heavy fittings installation points for supports (such as anchoring of the
flange in the soil) for the flange joint to avoid the transfer of valve wheel turning torque on to the PE flange
joint.
o PE pipe is lighter than water. Hence care should be taken for normal installations where there could
be a possibility of flooding of the trench
o thus the trench shall be kept free of water till the jointing has been properly done
o When flooded, some soils may lose cohesiveness, which may allow the PE pipe to float out of the
ground. Several design checks are necessary to see if groundwater flotation may be a concern. Obviously, if the
pipeline typically runs full or nearly full of liquid, or if groundwater is always below the pipe, flotation may not
be a significant concern.
o However, weights by way of concrete blocks (anchors) are to be provided so that the PE pipe does not
float when suddenly the trench is flooded and the soil surrounding the pipe is washed away. Thus site conditions
study is necessary to ensure the avoidance of flotation.
o Pipe embedment backfill shall be stone-free excavated material placed and
o compacted to the 95% maximum dry density.
13.16 JOINTING OF PIPES

CONTRACTOR NO OF CORRECTIONS SDE EE 543


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

The pipe shall have heat butt-fusion jointing system that shall provide for fluid tightness for the intended service
conditions.

13.17 BEDDING, BACKFILLING AND COMPACTION


13.17.1 BEDDING
In case of sandy strata no separate bedding is required. However the bottom face / trench bed where pipe shall
be placed shall be compacted to provide a minimum compaction corresponding to 95% of maximum dry
density. The pipe bedding should be placed so as to give complete contact between the bottom of the trench and
the pipe. The minimum cover over buried pipe should be 1 m.
13.17.2 BACK FILLING
Backfilling should be placed in layers not exceeding 15cm thickness per layer, and should be compacted to a
minimum of 95% maximum dry density. The refilling should be done on both sides of pipe together & height
difference in earth fill on each side should not be more to cause lateral movement of pipe.
Most coarse grained soil is acceptable. This may comprise of gravel or sand. However silty sand, clayey sand,
silty and clayey gravel shall not be used unless proposed to be used in conjunction with gravel or clean sand.
It is very important that the pipe zone backfill material does not wash away or migrate in to the native soil.
Likewise, potential migration of the native soil in to the pipe zone backfill must also be prevented.
Heavy earth moving equipment used for backfilling should not be brought until the minimum cover over the
pipe is 90 cm in the case of wide tracked bulldozers or 120 cm in the case of wheeled roaders or roller
compactors.
13.17.3 COMPACTION
Vibratory methods should be used for compaction. Compaction within distances of 15 cm to 45 cm from the
pipe should be usually done with hand tempers. The backfill material should be compacted not less than 95% of
maximum dry density.
13.18 THRUST BLOCK
RCC thrust block should be suitably designed & provided at bends and at places of reduction in cross section to
take care of trust.

13.19 FITTINGS & SPECIALS


All HDPE fittings/ specials shall be of minimum PN 6 or above Pressure class, fabricated in accordance with IS:
8360 (Part me & III). PE Injection moulded fittings shall be as per IS: 8008 (Part I to IX). All fittings/specials
shall be fabricated or moulded at factory only. No fabrication or moulding shall be allowed at site, unless
specifically permitted by the Engineer-in-Charge. Fittings shall be welded on to the pipes or other fittings by use
of Electro- fusion process. Recommended makes for PE / PP fittings / specials are Georg-Fischer, Glynwed,
Astore, Magnum and GPS or as directed by Engineer-in-Charge.
13.20 BENDS
HDPE bends shall be plain square ended conforming to IS: 8360 Part I & III Specifications. Bends shall be
moulded.

13.21 TEES
HDPE Tees shall be plain square ended conforming to IS: 8360 Part I & II Specifications.Tees may be equal
tees or reduced take off tees. Tees shall be moulded.
13.22 REDUCERS

CONTRACTOR NO OF CORRECTIONS SDE EE 544


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

HDPE Reducers shall be plain square ended conforming to IS: 8008 Part I & VII Specifications. Reducer must
be moulded.
13.23 FLANGED HDPE PIPE ENDS
HDPE Stub ends shall be square ended conforming to IS: 8008 Part I & VI Specifications. Stub ends shall be
welded on the pipe. Flange shall be of slip on flange type as described below.
13.24 SLIP-ON FLANGES
Slip-on flanges shall be metallic flanges covered by epoxy coating or plastic powder coating. Slip-on-flanges
shall be conforming to standard mating relevant flange of valves, pipes etc. Nominal pressure rating of flanges
shall be PN10.
13.25 WELDING PROCEDURE (NOT APPLICABLE UP TO 4.35)
Jointing between HDPE pipes and specials shall be done as per the latest IS: 7634 part II. Method of jointing
between the pipes to pipes and pipes to specials shall be with Electro-fusion welding using automatic or semi-
automatic, hydraulically operated, superior quality Electro-fusion machines which shall ensure good quality
fusion welding of HDPE pipes.
13.26 HYDRAULIC TESTING
shall be given different hydraulic tests for ensuring quality of manufacture as per Standard Specification.
13.27 SITE FABRICATION OF PE FITTINGS
Two or more PE specials coming at one place (like PE Tee, Reducer, Flanged end etc.,) shall be jointed at
contractor’s workshop and transported to the site of works for final installation with proposed PE pipelines. In
no case, jointing of three or more welds in one place, at site shall be allowed.
13.28 RAINING
The Contractor shall provide on-site training on PE pipe laying, jointing, testing and maintenance etc., to the
personnel authorized by Corporation.
13.29 MANUALS
Technical Manual on PE pipes including precautions to be taken during operation of the pipeline.
13.30 FLANGES
All flanges employed in the project must be compatible whatever material used.
13.31 MARKING
All pipes shall be marked at maximum interval of 1 m.
The marking shall indicate at least the following information.
1) Manufacturer’s name & / or trade mark.
2) The dimensions (nominal outside diameter X nominal wall thickness)
3) The outside diameter tolerance (A or B)
4) The designation of pipes material (PE 100, PE 80 etc.)
5) The nominal pressure (PN)
6) The production period (date or code)
7) The number of the International standard.
The word “Water” shall also be included.
13.32 PACKING & TRANSPORT
The pipes should be preferably transported by road from the factory and stored as per the manufacturer
specifications to protect damage.
13.33 SUMMARY OF QUALITY TESTS:
Quality Mark :- Pipe: IS 4984

CONTRACTOR NO OF CORRECTIONS SDE EE 545


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

Material :- As per IS 4984. However only virgin resin is allowed,Reworked material is not
allowed.
Grade of Material:- PE 100 as per IS 4984 (Certificate from raw materialManufacturer is required).
Pressure Rating :- Minimum PN 6 or above as per requirement.
Colour :- As per IS 4984
Dimension of Pipe
Diameter :- The nominal diameter (outside)
Wall thickness :- As per IS 4984.
Length:-
i. For diameter 90 mm and 110 mm : 100 meter
ii.For diameter more than 110 mm : minimum 6 meter. (Tolerance as per IS 4984)
Visual Appearance:- as per IS 4984.
Test and sampling :- as per IS 4984.
Special Test :- Notch hydraulic Test for the HDPE pipe made from PE-100 grade raw material as
per ASTM 1474 OR ISO 13479 at manufacturers laboratory or independent laboratory and should pass the
Hydraulic test as per IS:4984:1995 for a minimum 165 Hours. The test reports shall not be more than three
months old.

Pipe shall convey water under variable temperature conditions ranging from 4 degree centigrade to 45 degree
centigrade.

JOINTING OF PIPES (PIPE END):


More than 110 mm diameter: Butt-fusion (Heat Fusion Process)
Quality Assurance :
Quality Assurance Plan shall be got approved from the Corporation before production start. Note:- All
remaining parameters/specification as per respective IS.

FIELD HYDRAULIC TESTING OF THE PIPELINES


Sectional tests After laying and jointing the pipeline shall be tested for tightness of barrels and joints,
and stability of thrust blocks in sections approved by the Engineer-in-Charge in Charge. The length of the
sections depends on the topographical conditions. Preferably the pipeline stretches to be tested shall be between
two chambers (air valve, scour valve, bifurcation, other chamber) The length of the test section shall be from 1
Km to 2 Km and as directed by the Engineer-In-Charge. . The hydraulic testing shall have to be commenced
immediately after laying and jointing of 1 km reach is completed.
The water required for testing shall be arranged by the contractor himself. The Contractor shall fill the
pipe and compensate the leakage during testing. The Contractor shall provide and maintain all requisite
facilities, instruments, etc. for the field testing of the pipelines. The testing of the pipelines generally consists in
three phases: preparation, pre-test/saturation and test, immediately following the pre-test.
Generally, the following steps are required which shall be monitored and recorded in a test protocol.

• Complete setting of the thrust blocks


• partial backfilling and compaction to hold the pipes in position while leaving the joints exposed for leakage
control
• opening of all intermediate valves (if any)

CONTRACTOR NO OF CORRECTIONS SDE EE 546


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

• fixing the end pieces for tests and after temporarily anchoring them against the soil (not against the preceding
pipe stretch)
• at the lower end with a precision pressure gauge and the connection to the reciprocating pump for establishing
the test pressure
• at the higher end with a valve for air outlet
• If the pressure gauge cannot be installed at the lowest point of the pipeline, an allowance in the test pressure to
be read at the position of the gauge has to be made accordingly
• Slowly filling the pipe from the lowest point(s)
• the water for this purpose shall be reasonably clear and free of solids and suspended matter
• Complete removal of air through air valves along the line.
• Closing all air valves and scour valves.
• Slowly raising the pressure to the test pressure while inspecting the thrust blocks and the temporary anchoring.
• Keeping the pipeline under pressure for the duration of the pre-test/ saturation of the lining by adding make-up
water to maintain the pressure at the desired test level. Make up water to be arranged by Contractor himself at
his own cost.
• Start the test by maintaining the test pressure at the desired level by adding more makeup water; record the
water added carefully and the pressure in intervals of 15 minutes at the beginning and 30 minutes at the end of
the test period.
The pipeline stretch will pass the test if the water added during the test period is not exceeding the admissible limits.
No section of the pipe work shall be accepted by the Engineer-in-Charge in Charge until all requirements of the test
have been obtained.

CONTRACTOR NO OF CORRECTIONS SDE EE 547


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

List of Recommended makes of major items of Plant and Services.

The following manufacturers are recommended for manufacturing of the item given below.
Where more than one manufacturer is listed, the Contractor is free to choose between them.

Item / Component Recommended makes


DI pipe 1) Electrosteel Castings Ltd.
2) Jindal Saw
3) Srikalahasthi Pipes
4) Electrotherm
MS pipe 1) SAIL, Raurkela
2) Jindal Saw
3) Ratnamani
4) Welspum
5) Man Industries
HDPE pipe 1) Jain Irrigation
2) Oriplast
3) Astral
4) Netafim
As per specification required and as approved by
High head , high discharge Pumps the Chief Engineer
As per specification required and as approved by
Pumps and motors the Chief Engineer
Power Transformers ABB / Crompton / Emco / Siemens
Kirloskar / IVC/SAISANKET/G M Dalui or
Sluice Valves / Scour Valves equivalent approved by Chief Engineer
Kirloskar / IVC/ SAISANKET/ G M Dalui or
Non-return / Dual Plate Check Valve equivalent approved by Chief Engineer
Air Valve ARI / G M Dalui or Equivalent
Kirloskar / IVC / L&T (Audco)/SAISANKET/
Butterfly Valve G M Dalui
Valve Actuators Auma / Rotork / Limitork/NUTORK/Greatork
Single faced Sluice Gates Kirloskar / IVC /SAISANKET/ G M Dalui
SAISANKET/ARI/SIDOMA or equivalent
BLADDER VESSEL approved by Chief Engineer.
ARI/SAISANKET / G M Dalui or equivalent
SURGE SUPPRESSION VALVE approved by Chief Engineer.
AnupEngg. / LoneStar / Vedanta/RM Applied/
Dismantling / Expansion joints /BD Engineering/ G M Dalui
Emerson / Krohne Marshall /
Electro-magnetic Flow meters Yokogawa/Saisanket
Ultrasonic Type Level Measurement Endress+Hauser / Krohne Marshall /
Device Hycontrol UK./BMT/SBEM
Float & Board Type Level Nivo (Toshniwal), Endress + Hauser, Pune
Measuring system Techtrol
Programmable Logic Controllers Rockwell (Allen Bradly) / Siemens
(PLC) /Honeywell/
HT Switch Gear Alstom / Jyoti / Crompton / Siemens /Schneider
Vacuum Circuit Breaker (VCB) Siemens / Schneider M.G. / Jyoti / L & T
Air Circuit Breaker (ACB) Siemens / Schneider M.G. / Jyoti / L & T
Moulded Case Circuit Breaker (MCCB) Siemens / Schneider M.G. / Jyoti / L & T
Soft starters Siemens / Alstom / Jyoti / ABB/JAYASHREE
Relay and Contactors Siemens / Alstom / Jyoti / ABB / L&T
Cables Tropodur / Finolex / Asian / Gloster / Incab/ Universal /
Polycab/Sterlite/Havels/KEI
EOT crane Hitech / Indef / Hiking / Ambika/JAPS/SASEX
Panel Enclosures and Consoles Rittal / President / Cutler Hammer/ELDON
Switch fuse Disconnect or L & T, FN Type, Siemens 3 KL Type, GEPC

CONTRACTOR NO OF CORRECTIONS SDE EE 548


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

Multi-Function Energy Meters Enercon, L & T, SOCOMEC


Capacitor bank Crompton Greaves, Khatau Junker, Malde, L &T
Battery HBL NIFE, Exide, Amco
Battery Charger Chaabi Electrical, Masstech
Tacho Meter on line Kana Electric, Proton, Jay Shree Electronics
Pressure switch Indfoss, Switzer,Tag Process Instruments, DANFOSS,
SWITZER
Flow switch Switzer, General Instrument, ForbesMarshall
Pressure gauge WAREE, WIKA, AN Instruments, Guru, Hitech
Pressure Transmitter Emerson, Foxbro, Druck, Endress – Hauser, ABB,
Control Valves C Valves/ARI/Bermad
Engineering cum Operator work Station IBM, Compaq, Dell
Local Supervisory Station IBM, Compaq, Dell
HMI Software Wincc, Rs View, Monitorpro, Intellution, Indusoft
Alarm Annunciator Minilec, Peacon, ICA, APLAB
Uninterruptible Power Supply HI-Real, Pulse, Tata Libert, APC, APLAB
Lightening Protection Unit MH Inst, Crompton Greaves, MTL, Pepper & fuchs,
Rittmeyer, Cirprotec
Instruments & Control Cables Delton, Asian, Servel, TCL, Thermopad
Receiver Indicator/Digital panel meter Masibus, Yokogawa, Lectrotek, NISHKOMTL INSTS
Intercom system Betel, Samsung, Tata, Panasonic, Matrix
Conductivity level switch Pune techtrol, SBEM, Krohne Marshall, E+H, NIVO
Printer EPSON, HP, CANNON, WIPRO or equivalent approved by
Engineer-in-Charge.
Multifunction power monitor MASIBUS, L&T, ENERCON, SOCOMECH, SECURE, DAE,
SCHNEIDER or equivalent approved by Engineer in-
Charge.
Temperature Scanner SaiTech, Masibus, Nishko, Lectrotek
Analog Signal Multiplier MASIBUS, MTL INSTS, NISHKO
Portable vibration measuring equipment Shrenk Every, IRD, STM Instrument, TIME
Portable sound measuring equipment CENTER, MECORD, CYNGET
Air conditioning Voltas, Samsung, Carrier, Hitachi
Furniture Godrej, Ergo, Featherlite or equivalent approved by
Engineer-in-Charge.
Anti-Vacuum valves ARI Or or equivalent approved by Engineer-in-Charge.

Note-It should be certified by the above vendors that the spares of all the above
makes should be easily available in India for regular maintenance.

CONTRACTOR NO OF CORRECTIONS SDE EE 549


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14
& 15

SECTION- VIII

PIPE DISTRIBUTION NETWORK

(PDN)

CONTRACTOR NO OF CORRECTIONS SDE EE 550


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

PIPE DISTRIBUTION NETWORK (PDN)

For the sub-components of pipe distribution network (PDN) works, contractor has to prepare and
submit the specification based on relevant IS code, guidelines of the State government/manufacturer along
with the details design and drawings. The specifications will be vetted and approved along with design and
drawings. The contractor has to execute the work on the basis of approved specifications. The specifications
shall be for following major items but not limited to these items.

1. COMPONENTS OF THE YSTEM:


The system consists of:
a) Main pipeline off taking from head regulators or from the distribution chamber as a substitute for main
canal / Dy / Minor.
b) Lateral pipeline as distribution network to convey the water to different locations as substitute for field
channels.
c) Distribution chambers to act as a off take for taking out the water at field head as a substitute for field
channels or water courses.

2. SCOPE:
The scope of this manual is to provide the basic guidelines for planning and design of gravity
pipe distribution network. It will include survey, investigations, data required and steps for the
alignments of pipe network. The basic assumption and consideration in design will also be incorporated
with an illustrative design example to facilitate the uniform code of practices in designing gravity pipe
distribution network.
Broad Conceptual layout (BCL) Report of PDN for LIS should be prepared and getting approval
from Chief Engineer WRD Amaravati before starting detailed design of PDN work.

3. PIPE DISTRIBUTION SYSTEM:


Adaption criteria and various requirements-
3.1 GENERAL:

Use of HDPE pipes has been increasing rapidly for irrigation distribution network. These pipes are
light in weight and thus easy to handle and lay in the field, also they are leak proof. They are used for
both low pressure and high-pressure system.

3.2 ADOPTION CRITERIA


3.2.1 The gravity flow pipe line distribution system shall be adopted.
a) Limited water availability and extensive command
b) Uneven ground and undulated terrain.
c) Adoption of modern techniques for further development
d) Limited electric energy availability
e) Farmers response and acceptability
f) On demand water supply
g) Ensuring equitable water distribution
h) Ensuing water rights

CONTRACTOR NO OF CORRECTIONS SDE EE 551


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

i) The gravity flow pipeline is generally suitable for ground slope Steeper than 1 in 300 or and otherwise
buster pumps are necessary to create sufficient head and to maintain minimum/ non silting velocity in
the pipe
j) Techno-economic feasibility as compare to open channel
k) Improve benefit cost ratio
l) Improve water use efficiency
m) Fast potential development and its efficient utilization, high returns on the capital investment

3.3 PIPE MATERIALS:

3.3.1 Pipe material shall be judiciously selected from the point of view of durability, life and overall
cost, which includes, besides the pipe cost, the installation and maintenance cost necessary to ensure
the required function and performance of the pipelines throughout the designed lifetime.

The most widely use material for low-pressure pipeline system is reinforced cement concrete and plain
cement concrete. However, the DI/MS/HDPE pipes are recommended, as the various dia. pipes are
now easily available, ease in installation and significantly maintenance free, immediate and easy
repairs at local levels.

3.4 TYPE OF PIPES AND THEIR SELECTION:


The pipe matrix both for Rising Mains and pressurized distribution network system following should
be followed as below:

Sr. No. Material Internal Diameter Range


1 HDPE pipes Below 300 mm
2 Lined and Coated DI pipes 300 mm to 1200 mm
3 Lined and Coated MS pipes Above 1200mm
ECONOMIC SIZE OF PIPE
Selection of pipe should be done by taking into account the life span, life cycle analysis, annual
operational cost and other Techno-economic considerations.
Graph showing optimization of pump/ pipeline system as given by Central Water
Commission guidelines for planning and design of piped irrigation network (Part-I&II July-2017)
page no.-26 should be considered for design of pipes. Care should be taken for balancing of pipeline
network and power consumption.
Any alternative studies related to power consumption and pipeline network should be
submitted and approved by Chief Engineer WRD Amaravati before finalization of design.

CONTRACTOR NO OF CORRECTIONS SDE EE 552


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

3.5 DESIGN REQUIREMENT OF UNDERGROUND PIPE DISTRIBUTION NETWORK:


An underground PDN must be properly designed to handle the required flow throughout the
system efficiently. Diameter less than 50 mm shall not be used. Pipes of larger size than desirable add
to the cost of the system.
3.5.1 The design pressure is in the range of 1 to 25 m. Though DI/MI/HDPE class 2.5 Kg/ cm² is
convenient for use, DI/MI/HDPE class 4 Kg/ cm² pipes are recommended.
3.5.2 Installation requirement: The pipeline should be installed at sufficient depth below the ground
surface to provide protection from hazards imposed by temperatures, soil cracking, Culturable farm
operation, vehicle pressure crossing the pipeline. The minimum depth of cover should be 1.5 m below
ground level or as mentioned by standard guidelines /GR/ Circulars/ Engineer-in-charge.
3.6 REQUIREMENT FOR SYSTEM FUNCTIONING:
3.6.1 Water is let-out in the pipeline from source (canal / reservoir / distribution chamber) by gravity
and it is seen that sufficient working head at every transit working point is available.
3.6.2 Arrangement for measuring the discharge while lifting water in the pipeline must be available e.g.
V Notch, Venture flume, CTF, Flow meter. Water flows through main pipe line on the basis of
hydraulic gradient. At low level, the available hydraulic gradient is more, results in higher discharge.
To control it, the diameter of the pipe component is so selected that the frictional head loss is equal to
the hydraulic gradient.
3.6.3 For continuity of uniform flow and for better operation, introduction of air release valves, drain
valves and control ball valves are useful.
3.6.4 The branches / sub mains supplies water to various laterals. The lateral terminates into pipe
turnout / hydrant. The top of pipe turnout is kept 15 to 20 cm above the highest point in its command /
or at suitable location.
3.6.5 It is desirable to provide separate hydrant for individual holding or farmer, but are holding size is
1.5 ha. To achieve same time running of all turnouts and a discharge not less than 5 to 6 lps
(manageable discharges for surface application of water), the command area of each chak is decided.
The turnout discharge is kept proportionate to the area.
4.0 SURVEY & INVESTIGATION:
Topographic survey of command is to be carried out by using the grid method. A detailed
contour map of the entire command area is to be prepared with contour interval of 0.2 m to 1.0 m in the
scale of 1:4000. Alignments of main canal, distribution and minor are to be marked as per the procedure
adopted for conventional planning of irrigation network.
Command map along with alignments of Irrigation network shall develop by using Auto-CAD
software. Hard and soft copy of the same shall be used for further planning & design of gravity pipe
distribution network.
5.0 PLANNING AND DESIGN:
e information required for planning and design play a vital role.
5.1 DATA REQUIRED:
Following data is to be collected and provided by the Project authorities to the Designer.
1. Survey number wise contour map of the command area (soft & hard copies) to the scale of 1:4000 showing
existing buildings, structures, wells, roads, rail tracks, pipelines, village boundaries, drains, etc.
2. Annual water planning of the project
3. Water entitlement per ha. CCA
4. Outlet discharge at source

CONTRACTOR NO OF CORRECTIONS SDE EE 553


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

5. Controlling levels at source e.g. CBL of head regulator, FSIL in Distribution chamber
6. Cropping pattern is provided in Volume-II.
5.2 PLANNING:
The PDN comprises of intake chamber at outlet of minor / distributor and a pipe turnout /
hydrant in each sub chak. The intake chamber helps the water to enter the DI/MI/HDPE pipeline
system gravitationally. It also helps as silt chamber to deposit the grit / silt before entering the PDN.
5.2.1 Steps to be followed in planning and designing PDN.
1. Decide the water allowance i.e. discharge lps per ha CCA considering the fortnightly
crop water requirement to be fulfill in a rotation of seven days with six days running time.
2. Chak Planning - Decide the chak size. The chak size should be so selected that it
should receive 4 to 6 lps discharge i.e. discharge equal to a well water pump set, to which the farmers
are familiar and are able to irrigate their filed either by surface water application methods.
3. After conducting detailed survey, the GCA under this scheme was identified.
Following points as per general practice are followed during chak planning. As far as possible, the
chaks are planned considering natural topographical boundaries such as Major Nallas, Major Roads,
Railway track, Village settlement areas, Survey boundaries etc. While planning of the chaks, every
effort is made not to cross Village boundaries & Gut boundaries. As far as possible, the average Chak
size is kept close to 24 Ha (GCA). The Chak Planning should be done in such a way that the proposed
outlet comes at the highest elevation for that particular Chak, so that the whole area of the chak can be
irrigated.
4. Mark the boundaries of the chak and fix the turnout location in such a way that
complete area can be irrigated with minimum removal of high-level ground patches.
5. Mark the alignment of DI/MS/HDPE pipelines. Lateral supplies water to TOs, sub
mains supplies water to two or more laterals/sub main or a combination of sub mains and laterals the
alignment is proposed as per site situation and location of the high point in the chak. The apex points
are coming in horizontal alignment so as to avoid obstructions such as Village settlement area, Forrest
land, Nallas, roads etc. The distribution network is aligned in such a way that it should irrigate all the
chaks within minimum length. The diameter of main lines is verifying from the head to tail portion
respectively according to the discharge requirement.
6. Knowing the discharge through a pipe component, its length, elevation difference
between its two ends find out the diameter of the pipe required in such a way that the frictional head
loss compensate the elevation difference.
7. To account for the losses due to bends, tees, reducers etc. the efficiency assumed as
90% for lateral, 95% for sub main and 98% for mains.
8. Diameter at the main pipe is so decided that the effective head i.e. (HGL - GL) should not be less
than 0.60 m. However, in exceptional cases effective head to the extent of 0.20 m may be allowed.5.3
MAPPING AND DRAWING:
5.3.1 For grass root planning / initial planning, topographical map of the area in AutoCAD is required. Contour,
allied details shall be shown, to have an idea of topography. Maps should depict all major details i.e. building,
roads, railroads, lakes points, irrigation structures, etc.
5.3.2 The alignment should be prepared for the PDN.
5.3.3 Use of Casing: Buried gravity piping system can be installed under railroads, plant roads and equipment
access ways without the use of casing, sleeves or boots. Usually 1 m of well-compacted earth cover above the
top of the pipe is sufficient to protect the pipe from most anticipated live and dead loads. In case of existence of

CONTRACTOR NO OF CORRECTIONS SDE EE 554


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

unstable soils or poor drainage, casing to the pipe is required. Casings are usually jacked, augured or tunneled
under roads, railroads or access ways. Casing material includes carbon steel pipe, corrugated steel pipe and
reinforced concrete sewer and drainpipe.

5.4 DESIGN SPECIFICATIONS:


5.4.1 System Capacity: The design capacity of the PDN shall be sufficient to provide an adequate flow of
water to meet the irrigation requirement of the planned crop area.
5.4.2 Friction Loss: For design purpose, friction head loss shall not be less than those computed by modified
Hazen-Williams equation for DI/MI/HDPE pipe.
5.4.3 Flow Velocity: The PDN is liable to clogging / choking due to sedimentation. Hence, minimum
permissible velocity should be fixed to safeguard the system against silting.
The design (Non-Silting) water velocity in a pipeline when operating at system capacity shall not be less than
0.60 m/sec.
5.4.4 Air release and vacuum relief valve: Air release and vacuum relief valves shall be installed at the summits,
at the ends and at the entrance of the pipelines to provide air escape and air entrance.
5.4.5 Drain valve: As far as possible the pipes are laid with uniform downward slope. In case of un avoided
siphon, minimum 90 mm size drain valve (in case of pipelines having dia. 90 mm or more) shall be installed.
When the pipelines are less than 90 mm dia., provide drain valve of size equal to dia. of pipe.
5.5 DESIGN FORMULA:

The design of supply conduits is dependent on resistance to flow, available pressure or head, allowable
velocities of flow, sediment transpose quality of water and relative cost.
5.5.1 Formulae: There are number of formulae available for use in calculating velocity of flow / friction head
loss and normally Modified Hazen-William's formula is used for DI/MS/HDPE.

Modified Hazen Williams Formula


V = 143.534 Cr x R^0.6575 x S^0.5525
Hf = {L x (Q/Cr) ^1.81}
{994.62 x D^4.81}
In which
V = velocity of flow in m / sec.
CR = Pipe roughness coefficient
R = hydraulic radius in m. (for circular pipe, r = internal radius)
S = frictions slope (i.e. slope of HGL line)
D = Internal diameter of pipe in m.
Hf = friction head loss in m.
L = Length of pipe in m.
Q = Flow of pipe in m^3 / sec

CONTRACTOR NO OF CORRECTIONS SDE EE 555


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

SECTION- IX
OPERATION & MAINTENANCE,
TRAINING & CAPACITY
BUILDING OF FARMERS

CONTRACTOR NO OF CORRECTIONS SDE EE 556


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

SECTION-IX:
SPECIFICATIONS FOR OPERATION & MAINTENANCE, TRAINING &
CAPACITY BUILDING OF FARMERS IN JIGAON LIFT IRRIGATION SCHEME

1.0 SCOPE OF WORK

Operation & maintenance for period for entire scheme shall be 60 months (5 Years) including all types of
repairs, replacements of electrical, mechanical, civil, components required for successful running of
commissioned scheme for all seasons i.e. for complete 12 months of year. Training for WUA/Farmers, capacity
building of farmers for successful running of WUA.

O&M also consist of training of every stakeholder for implementation of new farming methodologies and
techniques for success of the scheme with contractors own cost. Detailed schedule of training along the bid
document shall be submitted to Engineer-in-Charge. Detailed schedule of training shall be got approved from
competent authority. Training regarding entire scheme operation shall be given to WUA members and
employees appointed by them during the O&M period so that after completion of O&M period, trained persons
can easily operate and maintain the scheme successfully.

In addition to above scope of work, following task required for operation & maintenance of scheme.

1. Most Efficient, optimum and effective use of water and Electricity.


2. Regular operation, maintenance and servicing of all mechanical, electrical,
electronic equipments including all primary & secondary filtration units.
3. Compliance of safety rules and regulation.
4. Preventive maintenance and schedule maintenance.
5. Co-ordination with department officials for all maintenance & operation related
work and giving feedback to Engineer-in-Charge shall be the responsibility of
Contractor.
6. Breakdown Maintenance
7. Maximum service to consumer for maintaining uninterrupted water supply.
8. Maintenance of proper record of operation, maintenance and training given to
stockholders/Farmers. ( Log Book, Registers, check lists which should be approved by Project
Engineer and Engineer-in-Charge)
9. Operation & Maintenance of entire scheme by 24X7 Basis for entire 365 Days.
10. Collection of water charges including Electricity Charges from WUA/farmers.
Crop area measurement, water demand collection, etc.
11. Repairing/Replacement of tools/spares/equipments required for maintenance of
entire scheme.
12. Provision of agronomical services for farmers in the command of jigaon lift irrigation scheme
13. Establishment, operation & maintenance of Complaint Cell (Call centre Type)
for recording & attending complaints from user. Same data shall be immediately
submitted to department including complaint attendance register and resolve of
complaint.
Note: Complaint shall be attended within 24 Hours of complaint. If contractor fails to attained
complaint within 24Hours, fine of Minimum Rs. 1000/per complaint shall be charged from Running

CONTRACTOR NO OF CORRECTIONS SDE EE 557


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

Bill of contractor. (All major faults and problems shall be reported to Engineer-in-Charge or his office
within 12 hours through a memo only).
14. Any damage or loss due to failure to carry out prescheduled maintenance work
shall be the responsibility of Contractor.
15. During last Two years out of Five years of maintenance period, activity of
handing over of distribution scheme to WUA’s shall be completed.
16. Management of Entire command area as declared by Water Resources Department.
17. Preparation of Annual Operation Plan and submit to the Engineer-in-Charge for
approval
TRAINING PROGRAMME & CAPACITY BUILDING OF FARMERS/WUA

Class room training, field training to every stake holder on subjects like Soil testing,
Cropping pattern, contract farming, Fertigation, Marketing, Crop water
Requirements, etc.
Minimum 1 training programme in every month (During 5 Years of O&M) including guest lecture facility, food,
field visits including all misc. items etc.
Training related to formation and functioning of WUA before starting of O&M period.
Proper co-ordination with department for arrangement of training shall be done.
Expenditure on training shall be borne by the contractor .

2.0 MATERIALS & MANPOWER


Defect liability of entire project is 5 Years after receiving of completion certificate. All materials, Spares &
tools, vehicles, consumable, manpower required for successful maintenance and operation of Entire scheme
shall be the responsibility of contractor including all costs. The Contractor shall deploy experienced personnel
for maintenance & operation 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 Engineer-in-Charge.
3.0 MODE OF MEASUREMENTS
Measurement of O&M shall be done on monthly basis.
4.0 MODE OF PAYMENT
As per payment Schedule in Volume-II on monthly basis.
5.0 OTHER SPECIFICATIONS FOR O&M

1. GENERAL
The commissioning shall mean the release of water in entire pipe line Distribution Network systems up to tail of
all distribution network system 4 to 6 ha Chak with PDN.
After completion of the entire work stipulated in the Contract work Contractor shall commission and provide
trial run for 24 hours for 14 days for pipe line Distribution Network system under the Contract.
After completion of the work, the Contractor shall take care of the maintenance & operation of entire scheme for
5 years from the date of completion certificate of total work. The Contractor shall be responsible for the
maintenance of all components of the project including associated works in accordance with prudent utility
practice.

2. GOVERNMENT RULES

CONTRACTOR NO OF CORRECTIONS SDE EE 558


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

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 Corporation.
3.RIGHT TO PERFORM UPON CONTRACTOR'S DEFAULT
If anytime, the Contractor fails to perform and such failure is likely to cause injury to any person or damage to
the project, the Engineer-in-Charge may, but shall have no obligation to, perform any such obligation. The cost
to the Corporation of affecting such performance would be deducted from the payment due to the Contractor.
4. No separate payment shall be made for above and needed any of the maintenance services during the
maintenance & operation period of 5 years and shall be deemed to be included in the quoted contract price.
5. ACCEPTANCE ON COMPLETION OF DEFECT LIABILITY PERIOD:
On completion of defect liability period, there shall be joint inspection by contractor and Engineer-in-Charge. It
shall be verified that the all components of the scheme including Rising main is constructed as per design and
drawing and running with design discharge right up to tail along with all the structures constructed in the rising
main and performing their function as per their design requirement without any defects and the certificate shall
be accorded to this effect by both the parties.

CONTRACTOR NO OF CORRECTIONS SDE EE 559


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

SECTION- X

MISCELLANEOUS WORKS

CONTRACTOR NO OF CORRECTIONS SDE EE 560


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

SECTION- X:
SPECIFICATIONS FOR MISCELLANEOUS WORKS

1.0 CLEARING SITE

SCOPE
The item pertains to the provision of site clearing including cutting small shrubs, vegetation,
bushes and clearing stumps and molehills in the canal works.
CLEARING SITE

The land width required for component of canal shall be cleared for all trees having a girth
of 30 cm and less brushwood, vegetation, bushed, stumps and other objectionable material.
The roots of trees shall be removed to a depth of 30 cm. below the surface of the foundation
land and side slopes and the excavation filled up with excavated material in 15 cm. To 20
cm. Layers and the compacted. Brushwood, vegetation, bushes, stumps etc. shall be cut flush
with the ground. All the material cleared shall be the property of Corporation. Useful
material shall be arranged in convenient stacks as directed, at convenient place of disposal
and handed over the Corporation for disposal. Unsuitable material shall be burned or
otherwise disposed off by the Contractor at his own cost as directed by the Engineer-in-
charge without causing any nuisance, inconvenience or damage to the property of the people
in neighborhood in cases, the material shall be disposed off in a neat manner.
DISPOSAL OF STUFF REMOVED
All materials removed; as a result of clearance shall be a property of Corporation. Useful
material shall be arranged in convenient stacks as directed by the Engineer-in-charge.
Useless material shall be disposed off by the Contractor as directed by the Engineer-in-
charge without causing any nuisance, inconvenience.
ITEM TO INCLUDE

Clearing for canal embankment appurtenant works including cutting trees having a girth of
30 cm removing vegetation roots and molehills and disposal of material removed. All
necessary labour, materials and use of tools for carrying out the item shall be arranged by the
Contractor.

2.0 EMBANKMENT

SCOPE OF WORK

The item shall include Contractors own material brought up to site of work; deposition
spreading in final position and consolidation as hereinafter specified. Whatsoever the
embankment is formed by utilizing excavated stuff from excavation. The item also includes
re-handling and picking up of the excavated stuff and its sorting wherever necessary.

CONTRACTOR NO OF CORRECTIONS SDE EE 561


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

CLEARANCE OF SITE
Before commencing the embankment, the site should be cleared of stones, sand, shrub,
vegetation etc. without any charges. If the soil on which the bank is to be placed is not
suitable for laying banks, the whole or the portion of the same should be stripped off as
directed in writing by the Engineer-in-charge and materials so stripped if suitable shall be
utilized for bank work or filling of the stripped up portion, as directed by Engineer-in-
charge.
MATERIAL
The embankment shall be constructed of Contractor’s own soil, hard murum of approved
quality as approved by the Engineer-in-charge and also laid as directed in the appropriate
zones of the section, approved by the Engineer-in-charge. Materials harder than soft rock
shall not be used for casing except with the written permission of the Engineer-in-charge
who may allow hard rock partly to be used on outer slopes of the bank.
MURUM
Casing shall be previous soils consisting of murum of approved quality for desired section.
Materials for casing shall be free from roots and vegetable mounds or other organic matter.
All clods and lumps up to and above 10 cm. Cubes shall be broken up as the work proceeds.
The materials to be incorporated in the casing zone shall be got classified from the Engineer-
in-charge with regard to its suitability before being used in bank work.
STRETCHES OF EMBANKMENT
The embankment shall be made of 150 to 250 meter in lengths and not in small bits.
ALLOWANCE FOR SETTLEMENTS IN HEIGHT

The banks shall be made to extra height at a rate of 10 cm. per meter of designed height to
allow for probable settlement of banks. The widths at base and top in this case remain
unchanged. The extra work so done shall be measured and paid for under the respective
items of banking after deductions of specified shrinkage allowance.
USE OF EXCAVATED MATERIAL.

All the material required for the construction of the appropriate zones of the canal
embankment shall come from following sources in order of prorate. The materials
obtained from the excavation of canal and approved for use in the embankment by the
Engineer-in-charge.

After utilizing the materials obtained as above the remaining materials required for
construction of embankment shall be taken from the approved borrow areas of the contract.
The materials obtained from the borrow area should also be got approved prior to its use.

The material already excavated and stacked alongside the cuts in the reaches shall be
permitted to be used free of cost in the respective zones of the embankment in respect of
suitability of use of such materials, decision of Engineer-in-charge shall be final. The rate of
this item includes cost of sorting out of material for casing from the spoil bank.
CONTRACTOR NO OF CORRECTIONS SDE EE 562
DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

The quantity of earth work from borrow area mentioned above shall be worked out by deducting
the total usable soils of excavation in the appropriate zones whether actually used or not 10
percent wastage for utilisation shall be allowed in excavation quantities.

The utilisation of the excavated materials should be so planned that these materials shall be
used directly in the embankment with the minimum lead. No changes shall be paid for re-
handling or if used with a longer lead when it can be used within a shorter lead. The
quantities to be deducted for the utilisation in embankment in appropriate zones as detailed
above shall be arrived on the basis of the following conversion table.
Excavation measured Converted compacted
Sr.
Type of Material in place i.e. direct banks measurements for
No
measurements or cut the purpose of reduction
All soft material for 1 Cubic meter 0.9 Cubic meter
1. hearting
1 Cubic meter 1 Cubic meter
2. Hard material for casing
1 Cubic meter 1.2 Cubic meter
3. Soft rock
1 Cubic meter 1.4 Cubic meter
4. Hard rock

BORROW PITS

No borrow pits shall be allowed in the Corporation land acquired for the canal, branches,
minors, and sub-minors.
DEPOSITION OF MATERIAL.
All materials obtained from excavation or Contractors own materials shall be laid in regular
layers not exceeding 23 cm. Thickness loose. The layers of earth shall have a slight slope
towards centre of bund, which shall be formed by dumping earth from the sides towards the
centre. During monsoon, a small crown shall be maintained at the middle of the bank work to
facilitate easy drainage of rainwater. The material shall be laid to the section inclusive of
pride. The profiles shall show the total heights and slopes including allowances for
settlement. The bank is to be constructed evenly to the full section of the set out. The
finished bank work shall be dressed neatly to the sections and slopes shown by the profile.

WATERING AND COMPACTION


Compaction of bank shall be done by 8 to 10 tone rollers. Before consolidation, the layer
shall be moistened with adequate quantity of water to bring the percentage of O.M.C. with
variation of 2 percent of O.C.M. The rate of the item includes charges for rolling and for
providing sprinkling water with all leads and lifts required for the purpose. Before laying the
next layer the previous layers shall be scrapped and picking done if required compaction, the
Corporation shall employ additional rollers at Contractor’s cost. The hearting and casing shall
be raised simultaneously order that the whole embankment may be raised evenly.
CONTRACTOR NO OF CORRECTIONS SDE EE 563
DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

The compaction shall have to be uniform over the full width of the bank. The roller should be
made to travel over the entire design section of each layer so that the earth is fully
consolidated and leaves no visible marks on the surface or as directed by the Engineer-in-
charge. Where, smooth rollers are used, the surface of each layer of compacted material shall
be roughened with a borrow and thoroughly harrowed raked before depositing the succeeding
layer of material and care shall be exercised to avoid the occurrence of horizontal seams.
Earth works should be continuous from day to day. In case of break in consolidation
exceeding four days, the dried surface shall be well watered and harrowed before a fresh layer
of earth is laid on it.
The spreading of the next layer shall be carried out only after the whole underlying layer has
been properly consolidated.
The Contractor shall arrange for the water required for the work and no extra charges shall be
allowed on this account. Water required to bring up the moisture content to its optimum
figure shall be sprinkled uniformly over the entire area and not poured in ditches. The
Contractor should give all facilities for the Corporation staff to conduct the optimum moisture
content and do density tests at sit.
TEMPING COMPACTION

In those parts of the embankment inaccessible to the specified rolling equipment around and in
account with structures and in proximity of structure where the rolling equipment shall not be
permitted to operate, compaction shall be accomplished either with manual or mechanical tempers
of approved type. Roller shall not be permitted to operate within one meter of concrete or
masonry structures and fill within this distance shall be tamped by manual or mechanical
tempers.
All materials to be tamped shall be spread in layers not over 8 cm. Thick when loose. The
moisture content of the material may be +2 percent water than O.M.C. and amount of
tamping shall be exercised to obtain a good contract and bond with surface of concrete and
masonry structures.
In order to achieve compaction up to the edges of the embankment, the embankment section
shall be widened on inner side by minimum 30 cm or more to get width required for rolling as
directed by Engineer-in-charge. The price so provided shall not be payable under the item of
excavation, initially. However, the payment shall be made for removal of material from pride
under the item of excavation of soft strata under canal earthwork and lining. The Contractor
may use this material for raising of embankment in the zone above free board, for which
payment shall be made under the relevant item of embankment.
Inner section of distributaries of minors (capacity less than 0.15 M3/Sec) and approaches of
structure on canal as directed by Engineer-in-charge shall be completely filled and compacted
with murum casing in layers. The quantity of this extra filling shall be paid under the relevant
item of embankment. The removal of quantity extra filed material in the inner side of the

CONTRACTOR NO OF CORRECTIONS SDE EE 564


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

section of canal, distributary or minor shall be paid under the item of excavation for soft
strata and the material so excavated shall be reused in the embankment and shall be paid
under the relevant item of embankment to be constructed. This removal shall be done as per
the instructions of Engineer-in-charge.
DRESSING
DRESSING OF BANK

After completion of work, the bank including spoil shall be dressed evenly to the required
section as directed with no extra cost of Corporation.
The side slope shall be accurately dressed to required slope and section by stretching string
between the template faces. Dressing should be accompanied by watering and ramming,
including replacing or refilling the murum material. Dressing and removal of inner side pride
should be done just before commencing the lining as per direction of the Engineer-in-charge.

LAYING AND TESTING

The material placed in the embankment shall be laid in 15 cm layers if plain roller is used and 22
cm layers if sheep foot roller is used and shall be properly watered and compacted to attain dry
density of not less than 95% of the proctor density for the material under consideration. The
soil shall be brought to +2 percent of O.M.C. as determined in the laboratory by adding the
required amount of water either at the borrow pits or on the embankment.
In case of canal embankment a dry density up to 90% of optimum dry density (Standard
Proctor Density) shall be accepted but shall be paid at reduced rate to be approved by the
Superintending Engineer, Nagpur Irrigation Circle, Nagpur.

FIELD DENSITY

The field density tests shall be conducted to ascertain that a density of 95 percent of the
proctor density is attained. The number of such tests shall not be less than one for every 500
cubic meters of the rolled or compacted earthwork per layer or two per day whichever is
more.
3.0 PROVIDING, LAYING AND JOINTING NP2/NP3 R.C.C. PIPES
GENERAL

The item shall include providing and fixing in position R.C.C. pipes of specified class/type.
And internal diameter including collar and fixing in C.M. 1:2 including cost of all materials
and labour for handling transport and laying.
MATERIALS

Concrete pipes and collars shall be of the class and diameter mentioned in the item and shall
comply with I.S. 458-1956 and brought by the Contractor near the site of work.

The collars shall be of the appropriate size for fixing of the concrete pipes specified on
drawings and shall comply with the I.S. 458-1956.

CONTRACTOR NO OF CORRECTIONS SDE EE 565


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

The cement mortar shall comply with specification stipulated in general specification.

HANDLING AND LAYING OF PIPES

All care shall be exercised in loading, transporting and unloading of concrete pipes. Handling
shall be such as to avoid impact. Gradual unloading by inclined planes by chain pulley block
shall be done.
All pipes and collars shall be inspected by the Engineer-in-charge before being laid broken
cracked or defective pipes or collars shall not be used.
Pipes shall be lowered in to the trenches carefully. Mechanical appliances may be used.
Pipes shall be laid true to line and grade as specified. The sections of the pipes shall be
jointed together in such a manner that there shall be little unevenness as possible along the
inside of the pipe.
Laying of pipes shall always proceed upgrade of a slope.
Walking of working on the completed pipe shall not be permitted until the trenches have been
back filled to a height of at least 30 cm. Over the pipe except as may be necessary in trapping
of back filling.
The back fill material shall be selected and deposited with reference to future safety of pipe.
Only suitable soils clean and free from boulders, large roots, excessive amounts of sob or
other vegetation and free from lumps shall be used and care shall be taken when back filling
not to injure or disturb the pipe or the joints. The payment for back filling shall be made in
the respective item of earthwork.
The tamping around the pipe shall be done by hand or other hand operated mechanical means.
The water content of the soil shall be as near the optimum moisture content as possible.
Compacted back fill shall be placed in horizontal layers not exceeding 15 cm. After
compaction. Heavy stones shall neither be dropped on the top of pipe nor shall be allowed to
roll down the side of the embankment against the pipe.
JOINTING OF PIPES
Spun yarn and hemp dipped in hot bitumen shall be inserted inside the groove gap between two
adjacent pipes and the next pipe pressed home with jack. The R.C.C. collar of appropriate dia.
which is inserted earlier on the pipe shall then be placed at the junction and cement mortar of 1:1
prop (Cement and sand) shall then be caulked inside the clearance between the pipe and collar
using angle iron ring for support against the collar. The sand to be used for jointing shall be
entirely free of clay and other foreign materials. The neat cement and sand to be used for jointing
shall be mixed with just little quantity of water to make the mixtures moist so that when the
mixture is gripped tightly in hand, it shall just retain its shape and not fall down nor leave any
trace of moist cement on hand. The angle iron ring shall be removed after the caulking is
completed and neat filled joints of cement mortar 1:1 shall be made on both sides of the collar
giving a neat finish.
CURING OF JOINTS

CONTRACTOR NO OF CORRECTIONS SDE EE 566


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

Every joints shall be kept wet for ten days. The joints shall be covered with gunny bags so as
to have proper curing and kept continuously wet.

BELL MOUTH ENTRY


The shape of the bell mouth shall be as shown in the drawing. The bell mouth shall be
constructed in cement concrete 1:2:4 prop. And pipe shall end at distance of ½ dia. of the
vertical face of upstream at entry. This shall be done with semi moulded steel template.
Finish shape and texture shall be good. Upper half cast like arch and usual precautions casting
shall be observed.

4.0 CONSTRUCTING MURUM FILLING OVER HAUNCHES AND PIPES Etc.


CONSTRUCTION
Murum of selected and approved quality shall be spread, levelled, watered and rolled or
consolidated in layers not more than 15 cm. In thickness and as per the direction of Engineer-
in-charge.
Rolling shall be done in layers by roller of approved design in the parts of the structure which
is in accessible for the rolling equipment; the compaction shall be done by hand tamping or
by any other method approved by the Engineer-in-charge.
5.0 PROVIDING AND FIXING R.C.C. 1:2:4 HALF KM. STONE AND KILO METER
STONES OF STANDARD SIZE AND SHAPE INCLUDING FIXING IN BLOCK OF
C: C 1:4:8 INCLUDING PAINTING AND LETTERING ETC. COMPLETE.
GENERAL
The item provides for supply of precast R.C.C. 1:2:4 kilometre half kilometre stones of
specified dimensions at site and fixing them in a block of C.C. 1:4:8 as shown in drawing
including painting and lettering etc. complete.
CONSTRUCTION
MANUFACTURE
The stones shall be of the dimensions as specified on the drawing. Wooden or steel shuttering
shall be used to cast the stones of required dimensions. The reinforcement as specified in the
stones shall be fabricated, assembled and placed in the form by keeping the specified cover.
The side form shall be removed after 24 hours and the sides finished smoothly and neatly
with 1:2 cement mortars immediately. The stones shall be properly cured for 21 days by
immersing them in pond.
FIXING
The half kilometre stones and kilometre stones shall be fixed in position as indicated on the
drawing or as directed by the Engineer-in-charge. It shall be fixed in ground in a block of
C.C. 1:4:8 of size as specified. Any excavation necessary for fixing of the stone and laying of
the C.C. bedding shall be done by the Contractor at his cost.
ITEM TO INCLUDE

CONTRACTOR NO OF CORRECTIONS SDE EE 567


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

Supply of half kilometre/kilometre stones, necessary excavation, fixing in cement concrete


and painting and lettering. All labours, material and tools and plant required for completion of
the item satisfactorily.
6.0 RAILWAY/ROAD CROSSING
Pushing of M.S. pipe of following dia for Road crossing and Railway crossing by Push
Through Method in all type types of strata by using hydraulic jack and drilling machine of
required diameter , below 3.0 m depth including lowering, laying , jointing of M.S. casing
pipe including cost of labour, fuels and materials, required welding machinery , tripod, chain,
pulley block, crane, blower etc. transportation and dewatering etc. complete as directed by
Engineer-in-Charge but excluding cost of M.S. Pipe. (Departmental fees/ deposit charge if
any shall be paid by department).
IS 15663 (Part-2):2006 Design and Installation of Natural Gas Pipelines Part2 Laying of
Pipelines in Crossing shall be applicable for crossing work.
Material required for the same shall be as per relevant Indian standard code of practice.
7.0 INFORMATORY SIGN BOARDS
Providing and fixing informatory sign boards in square or rectangular shape of any size made out
16 gauge (1.6mm) thick mild steel sheet painted with one coat of zinc chromate-stoveing primer
and two coats green stove enamel paint on front side and grey stove enamel on back side and
border / message / symbols etc. with cut out of Type - IV (High intensity micro prismatic grade
sheeting) / Type - XI (Prismatic grade sheeting) vide clause no 801 as per ASTM D 4956
specifications, fixed over 2.00 mm thick aluminium sheeting / 3mm to 4.00 mm thick ACP
Sheeting Supported including M.S. angle frame of 35 mm x 35 mm x 3 mm and two M.S. angle
iron post of size 65 mm x 65 mm x 6mm, 3.65 m long properly cross braced with angle iron of
size 50 mm x 50 mm x 5 mm duly painted with alternate black and white bands of 25 cm width
including G.I. fixtures etc. and fixing the board in 1:4:8 concrete block of size 60 cmx 60 cm x
75 cm including transportation etc. complete. The nut bolts of board with angle iron
post/supporting structure after fixing at site has to be electrically welded. Sqm. Retro
reflective sheeting should be written warranty of five years for Type IV / seven years for
Type XI from the manufacture & authorized distributor/convertor, for satisfactory field retro
reflectance of retro reflective sheeting. Performance, durability & stipulated this certificate in
original should be submitted to the Engineer in charge by the contractor/supplier.
All as per Spec. No. : As per IRC-67, & M.O.R.T. & H .Circular No. RW/NH-
33023/31/88 D.O.III Dated 2-5-1994 Type- IV (High intensity micro prismatic grade
sheeting)

CONTRACTOR NO OF CORRECTIONS SDE EE 568


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

Information boards at pump house, TRG


Centre Welcome board at pump house,
TRG centre
Total Quantity
Display boards inside pump house
Minimum 200 Sqm.
Display boards for each chak
Display boards for Main lines, branches,
various crossings

8.0 ROAD WORK


All work related to construction of permanent/ temporary road shall be as per latest PWD
Maharashtra Standard Specifications for Roads and as per latest provisions of IRC
Publications and as directed by Engineer-in-Charge.

CONTRACTOR NO OF CORRECTIONS SDE EE 569


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

SECTION- XI

OTHER SPECIFICATIONS

CONTRACTOR NO OF CORRECTIONS SDE EE 570


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

SECTION- XI:
OTHER SPECIFICATIONS & REQUIREMENTS

1. The contractor shall review all the information / data available with the department
and assess the scope of additional surveys, investigation etc., that are to be carried
out to fulfil the obligations under the contract.
2. The contractors shall take this into consideration while quoting for the bid. No
claims whatsoever on this issue shall be entertained during execution. The
Contractor shall quote the bid price keeping the above aspects into consideration and
no claims whatsoever on this issue shall be entertained.
3. The contractor may use the excavated useful soils, stone, and other construction
material from Jigaon Lift Irrigation Scheme no.-7 free of cost for construction
purpose on this project only and rates quoted shall include such utilization.
4. Wherever the rising main requires shifting of H.T./L.T. power lines, towers,
Electrical poles, Telephone lines water supply lines and any other facility in way of
work etc. either permanently or temporarily the contractor shall arrange for such
shifting of power lines towers, electrical poles etc., through concerned authorities at
his own cost. The Engineer-in-Charge shall process the proposals submitted by the
contractor to the authorities concerned. The price bid quoted by the Contractor is
deemed to be inclusive of such cost and no claims for separate payment shall be
entertained.
5. Wherever the pipe line system is crossing Railway line, the contractor has to prepare
necessary proposals for seeking permissions of Railway authorities. The Engineer-
in-Charge shall process such proposals to the Railway authorities concerned for
taking up the work by them as a deposit work duly paying the Amount demanded by
the railway authorities by the Dept. and shall be recovered from the next running bill
of the Contractor. The Contractor shall include such cost in the bid price or the
contractor may execute himself by obtaining permission from Railway Authorities.
6. In order to check the accuracy of the investigation work the equipment, labour
required transport and other materials etc., at site of work have to be supplied to the
Engineer’s Representative without extra cost.
7. Cultivator wise register for outlets with hydraulic particulars shall be prepared.
8. No extra payment shall be made to the Contractor if there is any change in type of
structure, specifications, variation in quantities as per actual site conditions.
9. Overhead Retro reflective information/Welcome board, Display Boards shall be
displayed on main piped Distribution Network, on branch piped Distribution
Network, on Disnet pipes at change of reaches, off-take structures, road crossing in
every chak or where ever necessary. Boards / direction boards should also be
displayed to facilitate for inspection both at investigation and execution stages.
CONTRACTOR NO OF CORRECTIONS SDE EE 571
DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

10. During soil exploration by drilling boreholes for foundations, the contractor shall
take required no. of Un-disturbed Samples and normal samples and obtain soil
classification soil properties and bearing capacity by getting them tested in the soil
testing laboratories of Government Labs/Engineering Colleges or other reputed
institutes. The contractor shall provide certain U.D. Samples and normal samples to
the Engineer-in-Charge also so as to get them tested parallel at any other lab to be
selected by the Engineer-in-Charge, if required. The cost of such testing shall be
borne by the Contractor.
11. The contractor shall fix enamel-coated metallic measuring gauges both on U/s and
D/s side of all the structures and at suitable locations as suggested by the Engineer-
in-Charge.
12. In respect of pipe Distribution Network measuring structure shall be provided with
gauges/ devices fixed in the structure by the contractor and the cost there of is
deemed to be included in the quoted contract price.
13. The co-efficient of discharge (Cd) of all structures cross regulators, Escapes, Head
Sluices, Off-take Sluices etc., shall be calibrated and furnished to the department.
Further Gate operation schedules for each of the above structure are to be Prepared
and got approved by the Engineer-in-Charge by the contractor and cost towards these
items is deemed to be included in the contract price quoted.
14. The Contractor shall provide 0.2 km and Kilometre stones of standard design on the
Rising main, main piped distribution system and cost thereof is deemed to be
included in the quoted contract price. The contractor has to make his own
arrangement for diversion of flow and dewatering of foundation etc. wherever
necessary within the quoted contract price.
15. Construction of Asphalt/WBM service roads and/or inspection paths on Rising main
as specified. The concrete mixes to be adopted for all the structures shall be
design mixes only and these design mixes shall be conducted in the reputed
laboratories and got approved by the Engineer-in-Charge before adoption.
16. Catch drains are to be provided wherever necessary to facilitate drainage all along
the piped Distribution Networks within the scope of the contract at no extra cost. In
case of cross drainage works the contractor shall excavate necessary approach/ Tail
channels to these structures to have smooth drainage through the structure. The cost
of excavation of such channels shall be borne by the Contractor within quoted
contract price. The cost of Land Acquisition for such channels shall be borne by the
department.
17. All the crossings of Rising main of National High ways, State Highways, District
Roads, Village roads and all other roads/ Cart tracks shall be provided with suitable
bridges as per standards of the respective departments and as per the permissions

CONTRACTOR NO OF CORRECTIONS SDE EE 572


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

granted by them. The approaches to these bridges shall be provided as per the
standard of their respective departments. The cost of these bridges shall be deemed
to have been included in the contract price quoted.
18. If the proposed Rising main is crossing any existing irrigation Distribution Networks
or channels, supply channels or Sources / Streams to Minor Irrigation tanks, suitable
structures are to be provided within the quoted contract price by the contractor.
19. If the Rising main is crossing oil pipe lines, gas pipe lines, water supply pipeline, or
any other pipe lines, the contractor shall provide suitable crossing in consultation
with the authorities concerned after obtaining the approval either by himself or
getting them executed by the concerned authorities as a deposit work duly depositing
the requisite amount to them. The Engineer-in-Charge shall help in processing the
proposals to the authorities concerned to obtain their permission. The cost of such
crossings shall be deemed to be included in the contract price.
20. Diversion of streams that are crossing the proposed Rising main into nearby stream(s) is
not permitted in general. However in exceptional cases, the Engineer-in-Charge may
consider such proposals depending upon their feasibility, if the distance between them is
not much (i.e., less than 200 m) and also if such diversion shall not affect the riparian
rights of existing or contemplated sources on D/s side.
21. The off takes shall not be placed either in heavy embankments or in deep cuts.
Surplus escape regulators shall not be provided in deep cut reaches.
22. R.R. Masonry / CR Masonry Structures shall not be permitted.
23. For all the sluices, Regulators, escapes etc., Structural steel structures with suitable
hoisting arrangement and required E/M. Parts shall be provided as per approved designs
of the competent authority. The hoisting arrangement must be such that the steel gates
can be operated by single person. Further all the gates shall be provided with fool-proof
locking arrangement to avoid meddling of gates by miscreants.
24. The contractor has to make his own arrangement for diversion of flow and dewatering of
foundation etc., wherever necessary within the quoted contract price.
25. The concrete mixes to be adopted for all the structures shall be design mixes only
and these design mixes shall be conducted in the reputed laboratories and got
approved by the Engineer-in-Charge before adoption.
26. In case of cross drainage works the contractor shall excavate necessary approach/
Tail channels to these structures to have smooth drainage through the structure. The
cost of excavation of such channels shall be borne by the Contractor within quoted
contract price. The cost of Land Acquisition for such channels shall be borne by the
department.
27. The Contractor shall plant shade giving trees at locations as directed by Engineer-in-
Charge. The Contractor shall arrange cattle guard to all these plants, provide
necessary manure, water them daily and sustain them. If any trees are damaged or
CONTRACTOR NO OF CORRECTIONS SDE EE 573
DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

lost, he shall replace with new plants and shall maintain these plants. The Contract
price quoted by the Contractor shall include all these items.

CONTRACTOR NO OF CORRECTIONS SDE EE 574


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

ANNEXURE

IS CODES

CONTRACTOR NO OF CORRECTIONS SDE EE 575


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

Annexure-I

The various IS codes for different components of the system are tabulated as under-

SR.
COMPONENT DESCRIPTION IS
NO
Dimensional requirements for rubber gaskets for mechanical joints and push
1 on joint for use with cast iron pies and fittings for carrying water, gas and IS:12820
sewage.
2 Sluice valve for water works purposes IS:14846
3 Pressure and vacuum gauges IS:3624
Ready mixed paint, brushing, bituminous, and black ,lead free, acid, alkali
4 IS:9862
,water and chlorine resisting
5 Mild Steel tubes, tubular and other wrought steel fittings IS:1239
Specifications for copper alloy gate, globe and check valves for water works
6 IS:778
purposes.
7 Specification for steel for general structural purposes IS:2062
Specification for dimensions for hot rolled steel beam, column, channel
8 IS:808
and angle sections
Specification for covered Electrodes form annual metal arc welding of
9 IS:814
Carbon and carbon manganese steel.
10 Acceptance tests for wire flux combination for submerged arc welding. IS:3613
Specification for dimensions for hot rolled steel beam, column, channel
11 IS:808
and angle sections
Specification for covered Electrodes form annual metal arc welding of
12 IS:814
Carbon and carbon manganese steel.
13 Acceptance tests for wire flux combination for submerged arc welding. IS:3613
Specification for bare wire electrodes for submerged arc welding of structural
14 IS:7280
steel
15 Technical supply conditions for threaded steel fasteners IS:1367
16 Specification for plain washers. IS:2016
specification for ready mixed Paint hair drying, red oxide zinc chrome and
17 IS:2074
priming
18 Ready mixed paint, brushing, red lead, non-setting, Priming IS:102
Specification for high strength deformed steel bars and wires for concrete
19 IS:1786
reinforcement
Specification for mild steel and medium tensile bars and hard drawn steel
20 wire for(Part-I) Concrete reinforcement: Mild steel and medium tensile steel IS:432
bars
21 Specification for 33 grade ordinary Portland cement IS:269
22 Specification for rapid hardening Portland cement IS:8041
23 Specification for coarse and fine aggregates from natural sources for concrete IS:383
24 Specification for sulphate resisting Portland cement IS:12330
25 Code of practice for plain and reinforced concrete IS:456
26 code of practice for general construction in steel IS:800
Code of practice for use of metal arc welding for general construction in mild
27 IS:816
steel

28 Recommendation for submerged arc welding of mild steel & low alloy steels IS:4353
29 Code of practice for training and testing of metal arc welders IS:817
30 Recommended practice for radiographic examination of low alloy steels IS:1182
31 Code of practice for radiographic testing IS:2595
32 Code of practice for liquid penetrant flaw detection. IS:3658
33 Code of practice for magnetic particle flaw detection of welds. IS:5334
34 Code of procedure for testing of fusion welded joints and weld meta in steel IS:3600

CONTRACTOR NO OF CORRECTIONS SDE EE 576


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

Recommended practice for radiographic examination of fusion welded


35 IS:4853
Circumferential joints in steel pipes.
Specification for seamless or electrically welded steel pipes for water gas
36 IS:359
and sewage (168.3 to2032 mm outside diameter).
37 Steel pipes for hydraulic purposes IS:6631
Code of practice for ultrasonic testing of ferrous welded pipes and tubular
38 IS:7343
products.
39 Safety code for industrial radiographic practice IS:2598
40 Code of practice for laying of welded steel pipes for water Supply IS:5822
41 High Density Polyethylene Pipes for Water Supply IS:4984
42 Rubber sealing rings for gas mains, water mains and sewers. IS:5382
43 Methods for random sampling IS:4905
44 High density polyethylene materials for moulding and extrusion IS:7328
45 Laying & Jointing of Polyethylene (PE) Pipes IS:7634
Method of analysis for the determination of specific and/or overall Migration
46 of constituents of plastics material and articles intended to Come into contact IS:9845
with food stuffs
Positive list of constituents of polyethylene in contact with food stuffs,
47 IS:10141
pharmaceuticals and drinking water.
Polyethylene for its safe use in contact with foodstuff, Pharmaceuticals and
48 IS:10146
drinking water.

IS:127886:1989(Re
49 Polyethylene pipe for irrigation laterals with amendments number 5
affirmed 1998)

50 PVC pipes for water supply IS 4985 : 1999


51 Quality of irrigation water IS 11624:1986
52 HDPE Pipes IS 4984 : 1995
53 Moulded PVC fittings IS 7834 : 1987
54 GI and MS fittings IS 1879 : 1987
55 CI Non return valves IS 778 : 1984
56 GM Valves IS 778 : 1984
57 Fabricated PVC fittings IS 10124 : 1988
58 Sluice Valves IS 780 : 1984
59 PE Fabricated Fittings IS 8360 : 1977
60 PE Moulded Fittings IS 808 : 2003
61 PVC Foot valves and NRV IS 10805 : 1986
62 Specification for ordinary Portland cement, 33 grade (fifth revision) IS 269:2013
63 Code of practice for plain and reinforced concrete (fourth revision) IS 456:2000
64 Method of test for strength of concrete IS 516:1959
65 Methods of test for aggregates for concrete Part 1 Particle size and shape IS 2386(Part 1):1963

66 Code of practice for bending and fixing of bars for concrete reinforcement IS 2502:1963

67 Handbook on concrete mixes (Based on Indian Standards) SP 23(S&T): 1982

68 Specification for pressure reducing valves for domestic water supply systems IS 9739:1981
69 Specification for Flush and and urinals IS 9758:1981
Plastic bib taps, pillar taps, angle valves and stop valves for hot and cold
70 IS 9763:2000
water services - Specification (second revision)
71 Sluice valves for water works purposes (50-1200 mm) Specification IS 14846:2000
72 Specification for building limes (third revision) IS 712:1984
73 Specification for cement concrete flooring tiles (second revision) IS 1237:2012
Code of practice for laying and finishing of cement concrete flooring tiles
74 IS 1443:1972
(first revision)
75 Specification for sand for plaster (second revision) IS 1542:1992

CONTRACTOR NO OF CORRECTIONS SDE EE 577


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

76 Code of practice for external rendered finishes Jul IS 2402:1963


77 Code of practice for laying in-situ cement concrete flooring first revision IS 2571:1970
78 Code of practice for white-washing and colour washing IS 6278:1971

Ceramic Tiles - Methods of Test, Sampling and Basis for |Acceptance part 15 IS 13630(Part
79
ceramic tiles and basis for acceptance {Superseding IS 13711:1993) 15):2006 | 10545-1

80 Chequered cement concrete tiles (first revision) IS 13801:2013


81 Wall coverings in roll forms - Vocabulary and symbols IS 15401:2003
Wall coverings in roll form for finished wall papers, vinyl’s and plastic wall
82 IS 15418:2003
coverings
83 Adhesives for use with ceramic tile and mosaic Specification IS 15477:2004
84 Precast concrete blocks for paving - Specification IS 15658:2006
85 Code of partice for genral construction in steel (third revision) IS 800:2007
86 Specification for plywood tea-chests: Part1 General(fifth revision) IS 10(Part 1):1990

Timber panelled and glazed shutters: Part 1 Door Shutter103s Specification


87 IS 1003(Part 1):2003
(fourth revision)

88 Specificatio104n for steel doors, windows and ventilators (third revision) IS 1038:1983

Code of practice for fixing and glazing of metal (steel and aluminium) doors,
89 IS 1081:1960
windows and ventilators
90 Specification for aluminium doors, windows and ventilators IS 1948:1961
91 Specification for steel sliding shutters (top hung type) IS 10451:1983
92 Specification for collapsible gates IS 10521:1983
93 Code of practice for sound insulation of non industrial buildings IS 1950:1962
94 Code of practice for acoustical design of auditoriums conference halls IS 2526:1963
95 Code practice for natural ventilation of residential buildings (first revision) IS 3362:1977
96 Guide for heat insulation of non-industrial buildings (first revision) IS 3792:1978
97 Recommendations for buildings and facilities for physically handicapped IS 4963:1987
98 Code of practice for day lighting of factory buildings IS 6060:1971
99 Code of practice for brick works (first revision) IS 2212:1991
100 Code of practice for setting out of buildings IS 11134:1984
101 Guidelines for maintenance management of buildings: Part 2 Finance IS 15183(Part 2):2002

Standard colours for building and decorative finishes (with supplement) (first
102 SP 1650: 1973
revision)
103 Specification for plywood for general purposes (third revision) IS 303:1989
104 Specification for veneered decorative plywood (third revision) IS 1328:1996
105 Specification for veneered particle boards (second revision) IS 3097:2006
106 Specification for commercial veneers IS 14315:1995
107 Specification for first-aid hose reel for fire fighting (first revision) IS 884:1985
108 Specification for portable fire extinguisher halons-1211 type IS 11108:1984
Code of basic requirements for water supply, drainage and sanitation (fourth
109 IS 1172:1993
revision)
Code of practice for installation of septic tanks: Part 2 Secondary treatment
110 IS 2470(Part 2):1985
and disposal of septic tank effluent
Code of practice for sanitary pipe work above ground for buildings (first
111 IS 5329:1983
revision)
Handbook on water supply and drainage with special emphasis on
112 SP 35(S&T): 1987
plumbing
113 Code of safety for excavation work (first revision) IS 3764:1992

IS 4081:2013IS
114 Code of safety for blasting and related drilling operations (second revision)
4081:2013

CONTRACTOR NO OF CORRECTIONS SDE EE 578


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

Recommendations on stacking and storage of construction materials and


115 IS 4082:1996
components at site (second revision)
116 Safety code for working with construction machinery IS 7293:1974
117 Safety code for handling and storage of building materials IS 7969:1975
118 Code of safety for protective barriers in and around buildings IS 13415:1992
119 Handbook on construction safety practices SP 70: 2001
120 Common burnt clay building bricks Specification (fifth revision) IS 1077:1992
121 Dimensions of tables and chairs for office purposes (second revision) IS 3663:1991
122 Code of practice for waterproofing of roofs with bitumen felts (third revision) IS 1346:1991

123 Handbook on method of measurement of buildings works (first revision) SP 27: 1987

Specification for high density polyethylene pipes for potable water supplies
124 IS 4984:1995
(fourth revision)
Specification for plasticised PVC pipes for potable water supplies (third
125 IS 4985:2000
revision)
126 Handbook for pipes and fittings for drinking water supply SP 57: 1993
Specification for precast reinforce concrete door and window frames (first
127 IS 6523:1983
revision)
128 Specification for glazed earthen wall tiles (second revision) IS 777:1988
129 Code of practice for building byelaws IS 1256:1967
130 Recommendation for spaces for human activities. IS 5533:1969
131 Vertical turbine pump for clear cold, fresh water IS 1710
132 Technical requirements for Roto-dynamic special purpose pumps IS 5120
Centrifugally cast(spun) ductile iron pressure pipes for water, gas and
133 IS8329
sewage- specification
134 Ductile iron fittings for water, gas and sewage Specification IS9523
135 Rubber sealing rings for gas mains, water mains and sewers IS5382
136 Specification for Sheet Rubber Jointing and Rubber Insertion Jointing IS638
137 Code of practice for use and laying of Ductile Iron pipes IS 12288
138 Methods for sampling of Cast Iron pipes and fittings IS11606
139 Portland slag cement IS455
140 Sulphate resisting Portland cement IS 12330
141 Specification for high alumina cement for structural use IS6452
142 Specification for super-sulphate cement IS6909
143 43 grade ordinary Portland cement IS8112
144 General requirements for supply of metallurgical materials IS 1387
145 Methods for Brinell hardness test for metallic materials IS 1500
146 Mechanical testing of metals -tensile testing IS 1608
147 Ductile iron pipes, fittings, accessories and their joints for water applications ISO 2531

Ductile iron pipes and fittings for pressure and non-pressure pipelines--
148 IS04179
Cement mortar lining
Rubber seals-- Joint rings for water supply, drainage and sewerage pipelines-
149 IS04633
Specification for materials
Ductile iron pipes external zinc based coating part 1:Metallic zinc with
150 IS08179
finishing layer
Ductile iron pipes-- External zinc coating-- Part 2: Zinc rich paint with
151 IS08179
finishing layer
152 Ductile iron pipelines-- Polyethylene sleeving for site Application IS08180
153 Ductile iron pipelines-- Hydrostatic testing after installation ISO 10802
154 Design method for ductile iron pipes ISO 10803
155 Ductile iron pipes and fittings- Seal coats for cement mortar linings ISO 16132
Ductile iron pipe and fittings manufacturing, testing, jointing, laying
156 AWWAM41
&installation etc.)
Ductile iron pipes, fittings, accessories and their joints for water pipelines -
157 BS EN 545
Requirements and test methods
158 High Density Polyethylene Pipes for Water Supply IS 4984
CONTRACTOR NO OF CORRECTIONS SDE EE 579
DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

159 Rubber sealing rings for gas mains, water mains and sewers. IS 5382
160 Methods for random sampling IS 4905
161 High density polyethylene material for moulding and extrusion IS 7328
162 Laying & Jointing of Polyethylene (PE) Pipes IS 7634
Method of analysis for the determination of specific and/or overall migration
163 of constituents of plastics material and articles intended to come into contact IS 9845
with foodstuffs
Positive lists of constituents of polyethylene in contact with food stuffs,
164 pharmaceuticals and drinking water. IS 10146 Polyethylene for its safe use in IS 10141
contact with foodstuff,
165 PVC Fabricated Fittings IS 10124-1988
166 PVC Moulded Fittings IS 7834-1995
167 G. I. Pipes IS 1239-1990
168 G. I. Fittings IS 1879-1987
169 C. I. Sluice Valve IS 780-1984
170 C. I. Non Return Valve IS 5312-1969
171 Colour for ready mixed paints. IS: 5
New Insulating oil for Transformer, Switchgears.Classification of insulating
172 IS335
materials for electrical
173 Machinery and apparatus in relation to their stability in services. IS: 1271
174 Power Transformer. IS: 2026 (Part I to IV)
175 Method of high voltage testing. IS: 2071
176 High Voltage Porcelain Bushing. IS: 2099
177 High Voltage Porcelain Bushing. IS: 2099
178 Degree of protection IS: 2147
179 Current Transformers. IS: 2705
180 Code of practice for climate proofing of electrical Equipment’s. IS: 3202
181 Dimensions for porcelain Transformer Bushings. IS: 3347
182 Gas operated relays. IS: 3637
183 Fittings and accessories for power transformers. IS: 3639
184 Electric Power Connectors. IS: 5561
185 Guide for loading of oil immersed transformers. IS: 6600/BS: CP1010

Code of practice for20 selection, installation and Maintenance of


186 IS: 10028
transformers, Part I, II and III.

187 Current transformers: General requirement IS: 2705(Part-I)

188 Current transformers: Measuring Current transformers IS: 2705(Part-II)

189 Current transformers: Protective Current transformers IS: 2705(Part-III)

Current transformers: Protective Current transformers for Special purpose


190 IS: 2705(Part-IV)
application.

191 Potential transformers: General requirement. IS: 3156(Part-I)

192 Potential transformers : Measuring Potential transformers IS: 3156 (Part-II)

Potential transformers : Protective Potential transformers Specification for


193 IS: 3156 (Part-III)
cross-linked polyethylene Insulated PVC
Sheathed Cables for working Voltage from 3.3 KV up to and including 33 IS : 7098 (Part – II)
194
KV, (Latest)

195 Specification for Conductors for insulated electric cables and flexible cords. IS: 8130 – 1984

196 PVC insulation & sheath of electric cables... IS: 5830 – 1984

197 Armour for cables (for 3 Crore). IS: 3975 – 1979

CONTRACTOR NO OF CORRECTIONS SDE EE 580


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

198 Methods for test for cables. IS: 10810 – 1984

199 Cable Drum for Electric Cables. IS: 10418 – 1982

· IS: 2713 (Part – I,


200 Specification for Steel Tubular poles
III): 1980

201 Power Transformers IS: 2026, IEC 76


202 Insulating oils for transformers and switchgears IS: 335
203 Bushings for alternating voltages above 1000 V IS: 2099
204 Creep age distance (mm) IS: 334
205 Outdoor Bushings IS: 3347
206 Specification for low voltage bushings IS: 7421
207 Dimensions for clamping arrangements for bushings IS: 4257
IS: 5434, ASTM B-
208 Specification for Al Wire rods
233

209 Specification for Insulating Kraft Paper IS: 9335, IEC 554

210 Specification for Insulating Press Board IS: 1576, IEC 641
211 Code of practice for installation and maintenance Of transformers IS: 10028
212 Guide for loading of oil immersed transformers IS: 6600
213 Paper covered Aluminum conductor IS: 6162
214 Rectangular Electrical conductor for electrical machine IS: 6160
215 Electrical Power connector IS: 5561
216 Specification for Copper wire rod IS 12444, ASTM B-49
217 Testing for steel sheets and strips and magnetic circuits IS-649

CONTRACTOR NO OF CORRECTIONS SDE EE 581


DETAILED SPECIFICATIONS JIGAON PDN FOR LIS NO 13, 14 & 15

INDEX MAP

CONTRACTOR NO OF CORRECTIONS SDE EE 582

Potrebbero piacerti anche