Documenti di Didattica
Documenti di Professioni
Documenti di Cultura
Table of Contents
Page 1
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
Page 2
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
Page 3
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
Page 4
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
Page 5
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
Page 6
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
(b) Output 2: Institutional strengthening, skilling, and capacity building for operational
sustainability achieved. The project will strengthen institutional structures and capacity of
PHED, the bulk water supplier up to the GPs, and project GPs - for efficient and
sustainable drinking water service delivery. It will support and enable them to conduct
web-based water quantity and quality monitoring, electronic billing and collections, meter
1
Data provided by Ministry of Drinking Water and Sanitation, India.
2
Vision Plan – 2020 (To Provide Safe, Sustainable and Adequate Water Supply to All Humans
and Livestock by 2020), Public Health and Engineering Department, August 2011, Government of
West Bengal, available at http://www.wbphed.gov.in/main/index.php/vision-2020).
3
An Anganwadi is a typical health care center in rural India.
4
Village-level administrative authority, the first-tier of the local administrative body of the West
Bengal Government
5
Block-level administrative authority, the second-tier of the local administrative body of the
Government
6
District-level administrative authority, third tier of the local administrative body of the
Government
Page 7
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
reading, and accounting. To ensure long-term asset sustainability and service delivery,
GoWB will issue a government order defining roles and responsibilities of PHED and
project GPs called asset management and service delivery framework (AMSDF) which
each project GPs will endorse prior to commissioning of the system. The project will
introduce innovative practices and high technology for smart water management to
create a model for rural water service delivery and bulk water supply systems for the
state and the country. It will provide skill training, and generate employment for about350
locals, of which 33% minimum are expected to be females. It will support the project GPs
in creating public awareness on water, sanitation and hygiene (WASH), and benefits and
opportunities arising from the project. It will also support the state to strengthen water
and sanitation safety planning, develop regulatory framework and piloting for fecal sludge
(or septage) management in West Bengal.
The Capacity of WTP is 36 Mld. Treated water from the WTP will be pumped from the clear
water reservoir in WTP to proposed overhead reservoirs in both the blocks.
Page 8
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
The soil is laterite red and hard beds are covered with scrub jungle and Sal wood.
Page 9
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
The estimated gross water demand (WTP Output) for the 2 Blocks is estimated as 36 Mld in
2050 (12.0 Mld for Mejhia Block and 24.0 Mld for Gangajalghati Block) and 26.1 Mld in 2022
(8.5 Mld for Mejhia Block and 17.6 Mld for Gangajalghati Block).
Page 10
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
The main parameters and specifications delineated in this document shall form the
framework of the Contractor’s final design and execution of the work. The Specification is
intended to indicate the minimum requirements of the Employer.
Page 11
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
(d) Making arrangements for equipment and materials required for maintaining the
safety of the sites and the workmen at the sites (helmets, boots, jackets, safety
belts, gloves, scaffolding, barricading, etc).
(e) Submittal of an initial work program and schedule and updating the same every
month for approval by the Employer's Representative.
(f) Development and submittal of a Traffic Control Plan prior to the start of pipeline
installation along any route. The plan shall indicate the period of road closure;
identify the detour routes for roads that will be closed where there is not a
second traffic lane and the means of access of residences where the access to
them has been blocked by construction activities. It is the responsibility of the
Contractor to seek approval of the Traffic Control Plan. The Employer will
provide all necessary assistance in getting the approval.
(g) Site clearance and levelling of the work sites.
(h) Layout of the works shall be as per the drawings.
(i) Disposal of surplus soil and construction waste as directed by Employer’s
Representative, and maintaining the construction sites in orderly manner.
(j) Performing tests on materials received and for the finished works and
maintaining complete records and registers required on site as per the QA/QC
Manual.
(k) Participating in weekly progress meetings with the Employer and Employer’s
Representative to review the schedule and other pertinent issues.
(l) Factory and field testing, pre-dispatch inspections, packaging, transportation to
the Project Site, providing transit insurance, storage, handling at the sites,
installation, trial runs and commissioning of all components/elements of the
system including the pipes, fittings, valves, hydrants, etc
(m) Remedying any defects identified during the Contract period.
(n) Site clearance and restoration of the premises after completion of the work.
(o) Submission of 'As Built' drawings and Operation and Maintenance Manuals.
(p) Any other items, as described elsewhere in the document.
Page 13
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
shall be delivered to the Employer’s Representative with prints. No prints from these shall be
supplied to anyone without the written permission of the Employer.
The submission of photographs shall be as follows:
(a) Progress photographs (each of them shall have 6 colour prints without mounting in
150x100 mm size and the soft copy supplied within first week of each month)
(b) Record photographs (each of them shall have 4 colour prints in 150x100 mm without
mounting and the soft copy supplied within first week of each month)
(c) The Contractor shall supply four prints of each of the photograph which shall be
taken at locations and times determined by the Employer’s Representative.
Both categories of photographs shall be properly referenced to the approval of the
Employer’s Representative and on the back of each print shall be recorded the date of the
photograph and the direction in which the camera was facing, and identifying description of
the subject, and the reference.
Photographs taken for the record purposes as ordered by the Employer’s Representative
shall have on the reverse of one print the signature of the Contractor and the Employer's
Representative's Representative for the purpose of attestation. If required, the Contractor
may at his own expense have an additional print similarly attested for his retention.
Page 15
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
Should there be any detail of construction or materials which have not been referred to in the
specifications or in the bill of quantities and drawings but the necessity for which may be
implied or inferred there from, or which are usual or essential to the completion of the work in
the trades for serving the purpose, the same shall be executed and if such work becomes an
extra item of work, in the opinion of the Engineer, then it shall be analysed by the Engineer
and may be approved by the Employer for payment to the Contractor. The objective of the
contract is to deliver the specified service in totality and hence all expenditure/ cost are to be
considered to achieve the goal.
Page 16
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
materials for the works; construction of civil works; testing of pipelines and water retaining
structures; major mechanical and electrical work; and other important work for each major
facility within the overall project scope. Planned durations and start dates shall be indicated
for each work item subdivision. Each major component and subdivision component shall be
accurately plotted on time scale sheets not to exceed A1 in size. Not more than four sheets
shall be employed to represent this overview information.
The Employer’s Representative and the Contractor shall meet to review and discuss the
construction schedule within 5 days after submittal to the Employer’s Representative. The
Employer’s Representative’s review and comment on the schedules will be limited to
conformance with the sequencing and any milestone requirements in the Contract
Documents. The Contractor shall make corrections to the schedules necessary to comply
with the requirements and shall adjust the schedules to incorporate any missing information
requested by the Employer’s Representative.
Page 17
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
(c) Explanations for any lack of work on critical path activities planned to be
performed during the last month.
(d) Explanations for any schedule changes, including changes to the logic or to
activity durations.
(e) A list of the critical activities scheduled to be performed in the next two month
period.
(f) The status of major material and equipment procurement.
(g) The status of the Environmental Management Plan
(h) The value of materials and equipment properly stored at the Site but not yet
incorporated into the Works.
(i) Any delays encountered during the reporting period.
(j) An assessment of inclement weather delays and impacts to the progress of the
work.
The Contractor may include any other information pertinent to the status of the project and
shall include additional status information requested by the Employer’s Representative.
Page 18
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
Page 19
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
approval. In the event the Engineer determines that such proposed deviations do not ensure
substantially equal performance, the Contractor shall comply with the standards specified in
the contract documents (or relevant codes as mentioned in the contract documents and or as
decided by the Engineer).
Page 20
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
The work of temporarily supporting and protecting the public utility services during execution
of the Works shall be deemed to be part of the Contract and no extra payment shall be made
for the same.
The Contractor may be required to carry out certain works for and on behalf of the various
bodies and he shall also provide such assistance to the various bodies as may be authorised
by the Engineer.
Page 21
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
A written narrative report of the status of the project which shall include:
(k) The status of major project components (percent complete, amount of time ahead or
behind schedule) and an explanation of how the project will be brought back on
schedule if delays have occurred:
(l) The progress made on critical activities indicated on the CPM Schedule.
(m) Explanations for any lack of work on critical path activities planned to be performed
during the last month.
(n) Explanations for any schedule changes, including changes to the logic or to activity
durations.
(o) A list of the critical activities scheduled to be performed in the next two month period.
(p) The status of major material and equipment procurement.
(q) The status of the IEE / EMP
(r) The value of materials and equipment properly stored at the Site but not yet
incorporated into the Works.
(s) Any delays encountered during the reporting period.
(t) An assessment of inclement weather delays and impacts to the progress of the work.
The Contractor may include any other information pertinent to the status of the project and
shall include additional status information requested by the Engineer.
Page 22
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
authorities at his own. Same shall be reimbursed to the Contractor as per actual against
proof of such payment from Provisional Sum.
Page 23
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
diseases. The Contractor shall inform the Engineer regarding sources, installation and
operation of supply of potable water within a week after the supply is commenced.
Provision of toilets for labour and employees shall be made to avoid public nuisance as well
as pollution of water courses and air. Toilets shall not be located near streams or rivers. The
Contractor shall construct suitable septic tanks and/or soak pits along with room of pit-type
latrines. Sufficient water must be provided and maintained in the toilets. Proper methods of
sanitation and hygiene should be employed during the whole project duration. The Contractor
shall provide waste disposal facilities such as dustbins and waste disposal pits.
The details of Survey and Investigation carried out for reference are appended for
information. However, the Contractor is required to carry out independent survey and
investigation activities to ascertain the ground realities.
The minimum requirements for the survey and investigation activities are stated herein. It is
the responsibility of the Contractor to carry out the survey and investigation in details based
on the assessed scope of the work and overall requirements as deemed fit based on site
condition and design requirements.
Page 26
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
The bore log exploration will be carried out upto a depth of 30m below average Ground Level
at the location and or upto the refusal strata (N>100). The available information after bore
logging shall be submitted to the Engineer in Six (6) hard copies and one soft copy.
The investigation results shall be used to establish the soil parameters that are to be adopted
for the designing the treatment units as per relevant IS codes:
− The soil investigation is necessary for finalization of the type of foundation of the
structure and hence all necessary parameters like SBC, N-Value etc. are required to be
determined for design purpose.
− All the Soil Test Reports are to be submitted in a separate booklet (soft copy as well as
hard copy) containing details of soil characteristics, testing details and results, foundation
design and recommendations.
The geo-technical investigation works shall be carried out by reputed agencies, acceptable to
the Engineer. The geo-technical investigation report shall include specific recommendations
for the safe bearing capacity of the soil at various depths. Agency engaged by the contractor
for geo technical investigation may be asked for removal if found not suitable in the opinion of
the Employers representative.
In case of cohesive soils, each load increment shall be maintained until the settlement is less
than 0.02mm/minute or 6 hours whichever is later. Dial gauge readings for settlement shall
generally be taken at 1, 2.25, 4, 6.25, 9, 16, 25, 60, 90 and 120 minutes from the start of
each stage of loading. Thereafter the readings shall be taken at hourly interval upto a further
4 hours and at two hours interval thereafter for another 6 hours.
Other than cohesive soils, each stage loading shall be maintained for a minimum duration of
one hour or till the settlement rate reduces to 0.02mm/minute whichever is later. No
extrapolation of settlement rate from periods less than one hour shall be permitted. The final
loading shall be maintained for 24 hours. During unloading, reading of dial gauge shall be
recorded for each stage of unloading.
Loading shall be carried out in stages as specified above till one of the following conditions
occurs:
(1) Failure of soil under the plate i.e. the settlement of the plate at constant load becomes
progressive and reaches a value of 50 mm.
(2) Load intensity of 40 Tons/sqm is reached without failure of the soil.
Backfilling of the pit shall be carried out as per the directions of the Engineer. Unless
otherwise specified the excavated soil shall be used for this purpose.
Recommendations shall be given duly considering the type of soil/rock, structure, foundation
type and ground water table etc in the area. The recommendations shall include but not be
limited to the following.
− Type of foundation to be adopted for various structures duly considering the sub
strata characteristics, water table, total settlement permissible for the structures and
equipments, minimum depth and width of foundation etc
For shallow foundations, the following shall be indicated with comprehensive supporting
calculations.
− Net safe bearing pressure for isolated square/rectangular footings and continuous
strip footings at different founding depths below ground level considering both shear
Page 28
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
failure and settlement criteria giving reasons for the type of shear failure adopted in
the calculation.
− Net safe bearing pressure for raft foundation of widths greater than 6m at various
depths below ground level considering both shear failure and settlement criteria.
− Modulus of sub-grade reaction and modulus of elasticity from plate load test results
along with time-settlement curves and load settlement curves in both natural and log-
log graph.
The report shall also outline recommendation of increasing the safe bearing capacity by filling
with coarse sand and other soil strengthening / stabilizing options.
Page 29
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
The reference bench mark for the area shall be obtained by the Contractor from the
Engineer’s Representative. The working bench marks/ level shall be approved by the
Engineer’s Representative. Checks must be made on these bench marks once in every
month and adjustments, if any, agreed with the Engineer’s Representative and recorded.
An up-to-date record of the DGPS bench marks including approved adjustments, if any, shall
be maintained by the Contractor and also a copy supplied to the Engineer’s Representative
for his record. These bench marks shall be on a permanent structure.
The entire topographic survey shall be carried out by Total Station having facility of
transferring data to computer. All traverse stations shall be recorded with X, Y and Z
coordinates and shall be checked to eliminate any error. However the Z values obtained from
this should not be used for any survey work. The BMs shall be connected for X and Y
coordinates by Total Stations with closing at intervals. In case of closing error being outside
the permissible limit, survey to be repeated for proper closing.
Levels of all temporary BMs shall be obtained by Auto levels only. Levels shall be closed to
eliminate any error.
Location of traverse stations for carrying out Total Station survey shall be selected on the
following basis:
• It should be located on the edge of the road so that traffic is not disturbed while the survey
is in progress.
• It should be triangulated properly with respect to existing permanent features (as far as
possible).
• It should as far as possible be near to a permanent structure so that it can be identified
easily on field.
Traverse stations should be located such that last station signal bottom and next station
signal bottom are clearly visible from the occupied station.
Page 31
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
Page 32
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
Page 33
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
In absence of any suitable provisions for live loads in IS Codes or as given above for any
particular type of floor or structure, any assumptions made must receive the approval of
Employer’s Representative prior to starting of the design work. Apart from the specified live
loads or any other load due to storage of materials, any other equipment load or possible
overloading during maintenance or erection/ construction in part or full shall also be taken
into account. Most critical condition shall be considered in the design.
Page 34
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
4.2.12 Joints
Movement joints such as expansion joints, complete contraction joints, partial contraction
joints and sliding joints shall be designed to suit the requirements. However, contraction
joints shall be provided at specified locations spaced not more than 7.5m in both directions at
right angles to each other for walls and rafts.
Suitable gap at the location of expansion joints placed at a suitable interval, not more than
30m shall be provided in walls, floors and roof slabs of all structures.
Construction joints shall be provided at right angles to the general direction of the member.
The locations of construction joints shall be decided as per convenience of construction. To
avoid segregation of concrete in walls, horizontal construction joints are normally to be
provided at every 2m height. Approved PVC water stops of 150 mm width shall be used for
walls and 230 mm width for base slabs.
Expansion joints for non-liquid retaining structures shall be provided as per IS: 3411.
Page 35
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
4.2.14 Foundations
The minimum depth of foundations for all structures, equipment, buildings and frame
foundations and load bearing walls shall be as per IS: 1804. However, it shall not be less
than 1.5m from the GL at that location in case of ordinary soil. It shall be reviewed by the
Employer’s Representative in case hard stratum is encountered within that depth.
Care shall be taken to avoid the interference of the foundations or any other component of
the new building with the foundations of adjacent buildings or structure. Suitable adjustments
in depth, location and size may have to be made depending on site conditions.
Special attention is drawn to the danger of uplift being caused by the ground water table. A
base raft or piling for underground structures shall be designed for uplift forces that are likely
to be developed.
Where the level of foundation is above or near the natural/ existing ground level, this
difference shall be filled up in the following ways:
− In case of non-liquid retaining structures, the natural top soil shall be removed till a
firm stratum is reached (minimum depth of soil removed shall be 500 mm) and the
elevation difference shall be made up by compacted backfill as per specifications.
However, the thickness of each layer of the backfill shall not exceed 150 mm. The
area of backfilling for floor slabs shall be confined to prevent soil from slipping out
during compaction. The safe bearing capacity of this well compacted backfilled soil
shall not be considered more than 100 KN/m2 in the design. Pitching shall be
provided to maintain slope.
− In case of liquid retaining structures, the natural top soil shall be removed and the
elevation difference shall be made up with plain cement concrete.
Page 36
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
(b) The minimum grade of concrete to be used for water retaining structures shall be
M30 grade having minimum cement content of 320 kg/m3 with maximum 20 mm size
coarse aggregates. The quantity of the admixture shall be as per mix design.
(c) All other structural reinforced concrete shall be at least of M25 grade having minimum
cement content of 300 kg/m3 with maximum 20 mm size coarse aggregates. The
quantity of the admixture shall be as per mix design.
(d) All design for liquid retaining structures shall be done as per IS: 3370. For walls and
base slabs of liquid retaining structures, the following shall be considered:
1 Minimum reinforcement shall be as per IS: 3370 (Part II). This reinforcement
shall be placed closer to the concrete faces and the minimum specified clear
cover as per IS: 3370 and clause (v) above.
2 The maximum length of panel to be concreted, sequence of pouring and
height of pour shall be as per specifications, IS: 456 and IS: 3370 (Part I) as
applicable.
(e) Approved quality waterproofing compound (chloride free) shall be added during
concreting of all liquid retaining structures in the proportion specified by the
Manufacturer or 2% by weight of cement, whichever is higher.
The minimum cover to all reinforcement including stirrups and links shall be as per IS: 456.
However the minimum clear cover shall not be less than the following:
Table 1: Minimum Clear Cover requirement for structures
Location Minimum Clear Cover (in mm)
At each end of reinforcing bar Maximum of 25 mm and twice the
diameter of bar
Column longitudinal bar 40 mm
Beam main bar Maximum of 25 mm and the diameter
of bar
Slab Maximum of 15 mm and diameter of
bar
Wall 25 mm
Footing and base slab 50 mm
Liquid retaining structures (for all 40 mm
structural members including roof above)
Sludge retaining structures (for all 50 mm
structural members including roof above)
All buildings shall have minimum 1.0m wide, 100 mm thick plinth protection paving in M15
grade concrete or stone slabs/ tiles. All plinth protection shall be supported on well
compacted stratum.
The following minimum thickness shall be used for different reinforced concrete members,
irrespective of design concrete grade used:
Table 2: Minimum Thickness of Structural Elements
Structural Component Minimum Thickness
Walls for liquid retaining structures 200
Roof slabs for liquid retaining structures 150
Bottom slabs for liquid retaining structures 200
Floor slabs including roof slabs, walkways, canopy slabs 125
Walls of cables/ pipe trenches, underground pits etc. 125
Column footings 300
Parapets, chajja 100
Precast trench cover 100
Page 37
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
Page 38
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
The mix design shall be done according to provisions of SP: 23 (Reference may also be
made to ACI 211.1-77 for guidance).
For any change in quality/quantity in the ingredients of a particular concrete, for which mix
has been designed earlier and approved, the mix has to be redesigned and approval
obtained again.
Page 39
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
The outline dimensional drawings submitted by the Contractor shall include the following
parameters of equipment in addition to overall dimensions:
− Load details
− Support details
− Foundation pocket details
Note: For submittals related to Electrical, Mechanical and Instrumentation Works and SCADA
refer to the Particular Requirements for Electrical, Mechanical and Instrumentation Works
and SCADA.
The drawings and documents related to Civil Works to be provided by the Contractor shall
include the following, but not be limited to those listed:
Sl. Description To be submitted
No. with Tender after Contract award
1.0 Methodology of construction of raw water intake √ √
well - cum - pumping station and approach
bridge including GA drawings
2.0 General WTP layout showing all proposed √ √
treatment units and all buildings including
components
3.0 Construction methodology for all other √
components of the work
4.0 Structural drawing showing reinforcement √
details of all the components as specified by
Employer's Representative
5.0 Plan and sections of all the buildings showing √
layout of Plumbing and Sanitary work on scale
as specified by Employer's Representative
6.0 Structural drawing showing member sizes and √
their fixing details, foundation details, etc.
Detailed design calculations and working drawings shall be prepared and shall have to be
submitted by Contractor for scrutiny.
The submittals shall include but not limited to:
− Architectural drawing and General Arrangement drawing for each structural unit
Page 40
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
− Structural Design for each of the building units / structure (pump house and storage
reservoir)
− Detailed RCC drawings including reinforcement details
− Plumbing and Sanitary Drawings
− Mechanical drawings (Ventilation arrangement, ACs, as applicable for the building
units, Pumps, Cranes, piping layout etc for the pump house)
− Electrical drawings (as applicable) and
With reference to the drawings, the contractor shall submit the Bar bending schedule for all
RCC Structures (element-wise) for review and approval. Reinforcement checking at site shall
be based on approved drawings and approved BBS.
For works related to Steel structures, the Contractor shall provide detailed Bill of Materials for
review and approval.
Detailed quantity estimates for items for plumbing and sanitary works for each building unit
and structures shall also be submitted for approval.
The contractor shall submit the detailed design and analysis (Calculations, Spreadsheets,
Input and Output files of the designs, where specific Design Software is used) and submit the
report in six (6) sets including soft copy for approval. Design input and Output files in original
format should be made available to the Engineer in required formats that can be viewed and
edited, if required.
The contractor shall submit six (6) sets of working drawings including design including soft
copy for approval.
The works at site shall be carried out based on the detailed layout plan, duly approved by the
Employer / Engineer. The construction of all installation works / utilities (like cable, drains,
piping arrangement etc) shall commence only after approval of the detailed layout plan.
Page 41
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
Page 42
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
First Aid Kits shall be provided in the Raw Water Intake well, Clear Water Pump House,
Administrative building, Laboratory room and SCADA Control room.
Page 43
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
approved quality and brand over acrylic primer on plastered or concrete surface,
unless stated otherwise.
(h) The external surfaces of the buildings shall have two coats of acrylic primer and paint
(2 coats), of approved quality and shade over a coat of primer.
(b) Anti-termite treatment shall be provided for all structure / building units as per IS:
6313 with injection of chloropyrious emulsifiable concrete (1%) timber care ground
treatment chemically emulsion 1:3 and creating a chemical barrier under and around
the column pits, wall trenches, basement excavation, top surface of plinth filling,
junction of wall and floor along the external perimeter of building, expansion joints,
surrounding of pipes and conduits etc.
(c) Provision of water supply and sanitation facilities shall be provided for Administrative
building, Staff quarters cum laboratory and Store cum Operators room. Such
arrangements shall be made as required to meet the demand for the building units.
(d) The building units shall be provided with potable water supply from minimum one
overhead tank (minimum 2000Litre Capacity) placed on the roof of the building.
Tanks shall be PUF Insulated Tank with PE.
(e) Bathroom/ W.C. floor slab shall be provided with anti-skid tiles (300mmx300mm). The
walls shall tiles upto a height of 1.2m above the Floor level. The finished floor level in
Bathroom / W.C. areas shall be normally 12 mm below the finished floor level on the
outer side. All toilet blocks shall have the following minimum facilities:
o One (1) No. anglo-Indian Water Closet in white glazed vitreous china ware of
approved make complete in position with necessary bolts, nuts, with “S” trap.
o 1 No. Urinal of sizes 600 mm x 400 mm x 300 mm flat back type in white
porcelain separated by a kota stone partition of size 680 mm x 300 mm shall be
provided outside toilet.
o 1 No. Wash basin of size 510 mm x 400 mm in white Porcelain with inlet, outlet
with bottle trap.
o 1 No. Mirror of size 400 mm x 600 mm PVC moulding wall mounted type fitted
over washbasins.
o 1 No. Plastic liquid soap bottle.
o 1 No. Chromium plated brass towel rails minimum 750 mm long.
o The stopcocks, valves and pillar cocks shall be of chromium-plated brass,
heavy duty.
o All fittings such as `P’ or `S’ traps, floor traps, pipes, down-take pipes etc.
Each Toilet block shall be provided with 2 numbers of Steel Buckets (20 Litres) and 2 Steel
mugs.
The waste-water from toilet blocks shall be led to a septic tank with soak pit. The Contractor,
at a suitable location, shall provide a septic tank (minimum 20 Users) and a soak pit.
Construction of septic tank shall be done with 1st class brick work in cement mortar (1:4)
including two 560 mm dia. R.C.C. manhole cover (heavy type) of approved make supplied,
fitted and fixed in the 100mm thick R.C.C (1:1.5:3) top slab with necessary fittings, 20mm
thick cement plaster (4 : 1) with neat cement finish to the internal surfaces and 15 mm thick
cement plaster (4 : 1) to outside wall upto 200 mm below G.L floor finished with 25 mm thick
grey artificial stone over 100 mm thick R.C.C (1:1.5:3) bottom slab including supplying, fitting
and fixing all necessary specials, fittings, S.W. tees, C.I. foot rest etc. including excavation
earth in all sorts of soil, shoring, bailing out and pumping out water as necessary, ramming,
dressing the bed and refilling the sides of the tanks with earth, removing spoils, filling up the
chamber with clear water, removing foreign materials from the chamber and including
constructing attached inspection pit and connecting all necessary pipes, joints etc. with
internal plaster work and artificial stone flooring is to be done with admixture of water
proofing compound. After completion of the tank, the tank shall have to be filled up with clear
water after removing any foreign materials from the inside of the tank, if any.
Page 44
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
Circular soak well shall be 2.5 metre deep with dry brick work upto 1.6 metre from the ottom
having 150 mm intermediate cement brick work (1:4) band all round and cement brick work
(1:4) upto 0.90 metre from top with 20mm thick cement plastering (1:4) to inside face upto
the depth of cement brick work, 15mm thick cement plaster (1:4) on outer face from top of
the well upto G.L. and 6 mm thick cement plaster (1:4) on top of the R.C.C. cover slab
including filling bottom 1.00 metre of inside of the well with brick metal (50 mm to 63 mm
size) including R.C.C. cover slab of 100 mm thick with cement conc (1:1.5:3) with stone chips
with necessary reinforcement and shuttering including one 560 mm dia. R.C.C. manhole
cover (heavy type)of approved make supplied, fitted and fixed in the cover slab with
necessary fittings, making necessary arrangements for pipe connections, excavation of well
including shoring, dewatering and removing the excess earth from the premises complete in
all respect with all costs of labour and materials.
Suitable drainage arrangement shall be provided for conveyance of the grey water.
(f) All building including rooms under the project shall be provided with appropriate
signboards indicating the function of the rooms involved. The name of the structural /
building units shall be clearly written for easy identification. The letters and figures
shall be such that these are easily read from a distance. These shall be stencilled or
drawn in pencil and got approved before painting. They shall be of uniform size and
finished neatly. The edges shall be straight or in pleasant smooth curves.
(g) All office floors shall have vitrified tiles. Staircase in the administrative building shall
be laid with Marble stone flooring with 18 mm thick marble stone over 20 mm thick
cement mortar (1:4).
(h) The passage area, stair blocks in the building units shall be finished with minimum 25
mm thick Kota Stone treads and 20 mm thick Kota Stone skirting. The rise of stairs
shall not exceed 170 mm and minimum width of the tread shall not be less than
275mm. All steps shall have 20mm nosing.
(a) The pump rooms and store rooms shall have 52 mm thick cement concrete flooring
with concrete hardener topping, under layer 40 mm thick cement concrete 1:2:4 (1
cement : 2 coarse and : 4 graded stone aggregate 20 mm nominal size) and top layer
12 mm thick cement hardener/ Ironite consisting of mix 1:2 (1 cement hardener mix :
2 graded stone aggregate 6 mm nominal size) by volume, hardening compound
mixed @ 2 litre per 50 kg of cement or as per manufacturer’s specifications.
(b) All roof tops shall be made accessible with concrete stairs. Provision for MS vertical
ladders fitted with landing point extensions will be permitted where considered
appropriate by the Engineer to access areas not frequently visited.
(c) All floor cut-outs and cable ducts, etc. shall be covered with pre-cast concrete covers
in outdoor areas and G.I. chequered plates of adequate thickness in indoor areas. All
uncovered openings shall be protected with hand railing (minimum 1.0m). All hand
railings outside shall be of mild steel (painted with epoxy) and inside the buildings
shall be of stainless steel. Vertical posts (minimum 1.0m) shall be spaced not more
than 1.5m, while horizontal rails shall be at 2 layers. Vertical posts shall be 65mm,
while railing shall be of 50mm diameter.
(d) The design of buildings shall reflect the climatic conditions. All the building units shall
as far as possible permit the entry of natural light. Emergency exit doorways shall be
provided from all buildings in order to comply with local and international regulations.
Stairways and paved areas shall be provided at the exit points. All types of opening
such as doors, windows and ventilators shall be minimum 25% of the floor area.
(e) The reinforced concrete roofs shall be made waterproof by application guaranteed for
10 years. The finished roof surface shall have adequate slope to drain quickly the
rainwater to Rain Water (RW) down-take points.
(f) All the exterior doors and windows shall be provided with R.C.C. chajja of approved
design. Top surfaces of chajjas and canopies shall be made waterproof by providing
a screed layer of adequate slope or application of an approved roof membrane and
sloped to drain the rainwater.
Page 45
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
(g) Kerbs to be provided below the hand railing on the catwalks/pathways should be as
per relevant sections of the Factory Act. Wherever equipment and machinery is
required to be moved for inspection, servicing, replacement etc., suitable movable
gantry of required capacity shall be provided. All chequered plates shall be hot dip
galvanized.
(h) Suitable access ladder, platform, staircase, walkways (minimum 1.2m wide), hand
railing etc. (all structural steel) shall be provided for approach to all the equipment on
and inside the unit as well as for easy accessibility of different subsystems of the
plant supplied under this specification. Hand railings provided in pump house /
reservoirs shall be minimum 1.0 m height.
(i) All Windows / Ventilators of mild steel (IS:1038), shall be with bubble free float glass
6mm thick tinted / coloured / clear glass (as approved) as per IS: 2835. All steel
windows and ventilators shall be provided with (15kg/sqm) M.S grill of approved
design joints continuously welded with M.S, Flats and bars of windows, railing etc.
fitted and fixed with necessary screws and lugs. The design of the grills shall be duly
approved by the Engineer.
(j) Rolling shutter shall be provided for all pump houses, store rooms and Electric Sub-
station buildings, and in location and dimension as shown in the drawings. Rolling
shutter shall be of steel rolling grills link type with 18 B.G .of approved type steel to
the section 75mm wide, fitted with coil wire spring to necessitate the fitting of required
Nos. of C.I. Pulleys on heavy type solid drawn seamless steel tube complete with
locking arrangements both inside and outside specially built-up side guide channels
including providing a hood for the steel rolling shutter in the room. The rolling shutter
shall be painted with two coats of approved aluminium paint over a coat of red lead
primer.
(k) All buildings shall be provided with furniture and facilities for regular use. Wooden
furniture as considered shall be of best quality teak wood. Executive chairs (minimum
4 nos.), Tables, Steel Almirah shall be provided for all office rooms.
(l) Provision of air conditioning arrangements shall be provided in the Meeting room,
SCADA control room, office room(s) in the Administrative building and Laboratory
room. Doors and windows in these locations shall be of aluminium frame with sliding
arrangement. Anodized brass screws / chromium brass screws shall be used for
fixing. Fittings shall be got approved by the Engineer before fixing. Aluminium
windows /ventilators shall confirm to IS: 1948. The windows shall have 8mm thick
bubble free float glass (tinted / coloured) of approved make and brand conforming to
IS: 2835. All windows and ventilators/skylights shall be of heavy duty aluminum
extruded section of approved design.
(a) The rooms shall be finished 2 coats of acrylic emulsion paint (luxury paint) of
approved make and brand on walls and ceiling including sand papering in
intermediate coats including putty.
(b) The pump house, guard room, operators room shall be provided with MS sheet door.
(c) Wooden doors shall be flush type doors of deluxe decorative (both side) quality,
conforming to I:S 2202 timber frame consisting of top and bottom rail and side styles
of well seasoned timber 65mm wide each and the entire frame fitted with 27.5mm
wide battens places both ways in order to made the door of solid core and internal
lipping with teak, mahogony or rose wood as approved decorative veneers using
phenol formaldehyde as glue.
(d) Door for toilet block shall be of 30 mm thick both side pre-laminated factory made
solid Panel PVC Door Shutter consisting of outer frame (covered with 5 mm thick
heat moulded PVC “C” channel) made out of M.S. tubes of (19 gauge thickness).
Page 46
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
nos. of Rolled Steel Joists (RSJ) and RCC Roof beams. The columns shall be constructed to
support the RSJs over which crane shall be fixed for lifting the Pumps, Motors, Pipes, Valves,
and Electrical Accessories as well as to support RCC roof beams.
The area of the pump station should be sufficient space to locate all the Working and
Standby units of pump, motor along with associated valves, piping, control panels and cable
trays in a rational manner with easy access and with sufficient space around each equipment
for the maintenance and repairs.
Provision of a head room and material handling tackle with adequate clearance to lift the
motor clear off the face of the coupling and also carry the motor to the service bay without
interference with any other apparatus including adequate clearance to dismantle and lift the
largest column assembly.
5.2.5 Flooring
Unless, specified otherwise, the pump rooms shall have 52 mm thick cement concrete
flooring with concrete hardener topping, under layer 40 mm thick cement concrete 1:2:4 (1
cement : 2 coarse and : 4 graded stone aggregate 20 mm nominal size) and top layer 12 mm
thick cement hardener/ Ironite consisting of mix 1:2 (1 cement hardener mix : 2 graded stone
aggregate 6 mm nominal size) by volume, hardening compound mixed @ 2 litre per 50 kg of
cement or as per manufacturer’s specifications.
Page 48
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
5.2.6 Finishing
Outside plaster shall be 20mm thick (1:6), while inside plaster shall be 12mm thick (1:6).
Ceiling plaster shall be 6mm thick (1:4) with Plaster of Paris punning. For outside plaster,
waterproofing compound of approved make and quality shall be added to the cement mortar
in proportions as specified by the manufacturer.
All the internal walls and ceiling shall be provided with 2 coats of Interior grade acrylic
emulsion (Standard quality) of approved quality and brand over acrylic primer on plastered or
concrete surface, unless stated otherwise. The external surfaces of the buildings shall have
two coats of acrylic primer and paint (2 coats), of approved quality and shade over a coat of
primer.
Page 49
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
5.4.3 Flooring
Flooring shall be cement concrete flooring with high performance non-metallic floor hardener
containing specially graded non-metallic hard wearing natural aggregates imparting floor
hardness in the range of mohr scale 8-9 & capable of achieving 28 days compressive
strength of 25 MPa with air content less than 3% applied as a dry shake @ 5Kg/sgm
sprinkled to provide durable, non-slip monolithic floor for application of the topping over
freshly laid concrete with under layer of 40 mm. thick cement concrete (1:2:4) (1 cement : 2
coarse sand : 4 graded stone aggregate 20 mm nominal size) as per specification of the
manufacturer and as per direction of Engineer-in-Charge.
5.4.4 Furniture
The following furniture’s shall be provided:
o Two (2) number of wooden size 1200x600x740
o Four (4) number wooden Chairs 525x630x815
o Two (2) number Steel almirah
The table shall have 18mm thick particle board laminated with veneer top (shade to be
approved by Engineer) and back panel having teal wood beading all around on top. Drawers
(minimum 3 nos.) to be provided with suitable locking arrangement and handle with glass top
(5 mm thick) shall be provided).
Steel almirah shall be fabricated from high quality CRCA steel of 20 gauge having anti rust
treatment equipped with precision lock and four adjustable shelves with powder coated finish
of Size (minimum): 1980mmx915mmx485mm.
o The stopcocks, valves and pillar cocks shall be of chromium-plated brass, heavy
duty.
o All fittings such as `P’ or `S’ traps, floor traps, pipes, down-take pipes etc.
The toilet block shall be provided with 2 numbers of Steel Buckets (20 Litres) and 2 Steel
mugs. The waste-water from toilet blocks shall be led to a septic tank with soak pit. The
Contractor, at a suitable location, shall provide a septic tank (minimum 20 Users) and a soak
pit. The floor slab shall be provided with anti-skid tiles (300mmx300mm). The walls shall tiles
upto a height of 1.2m above the finished floor level.
Page 51
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
This apart, provision for Electrical Sub-station (and Switch Yard) with open space for main
and auxiliary transformer. The scope also includes:
− Area grading, final dressing and Levelling including Landscaping (With Gardens,
Lawns, Tree Guards etc)
− Peripheral road access road including in-plant road including pathways
− Secured boundary wall (with fencing) and Gate
− Plant and Road Illumination
All complete as per drawings, documents, technical requirements as stated in the bid
document. The scope and requirements shall be read in conjunction with Particular
specification for Mechanical Works, Electrical and Instrumentation and SCADA works.
Page 52
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
− Provision of loading and unloading bay to facilitate attending to major repairs and
overhauling.
The minimum area of the pump house shall be not less than as indicated in the tender
drawings.
Design of the entire pump house shall be taken care such that no columns come in the
long and cross travel of EOT crane. The travel of crane in longitudinal and transverse
direction shall ensure maximum floor coverage including unloading bay.
For operation of valves at suction & delivery side, necessary RCC walkway shall be
provided at suitable levels.
Foundation system for support of Rotary machines such as Horizontal Pumps shall strictly
comply with the requirements of Code IS: 2974 (Part-IV)-latest edition. The Rotary Machine
support system require careful study of the foundation system with due consideration of
vibration characteristics. For satisfactory design and construction, the following precautions
need be taken with careful dynamic analysis of machine foundation and its supporting
structures:
(a) The natural frequency of the Foundation System shall be analysed and the mass of
the Foundation System shall be considerably larger than the mass of the whole
machine.
(b) Dynamic Analysis due to insufficient clearance between impeller and casing of
Pumps shall be checked and frequency arising out of this type of vibration need to
be made as per relevant IS Code.
(c) Dynamic Response check of the block foundation may be carried out as per
relevant IS Code.
(d) Permissible amplitude of Vibration of displacement as per IS Code 2974 (Part-IV),
is to be calculated and the design shall be checked accordingly.
(e) Permissible stresses in Soil / Concrete be suitably reduced/increased as per IS
Code.
(f) Natural frequency of Foundation System shall be such as shall avoid resonance
with the Operating Speed of the Machine. The natural frequency of the foundation
system shall not be within ±20% of the operating speed of the machine.
(g) The foundation system shall be so dimensioned that the resultant force due to mass
of the machine and mass of the Foundation passes through the Centre of gravity of
the base area of the Foundation.
The successful Bidder is required to submit a “Technical Write-up” with relevant details of
Foundation System. This shall help the Employer / Engineer to fix up the accepted
Parametric Norms of the foundation System that shall finally be adopted in the design and
construction of the Building and Structures after award of the contract.
All exposed Mild Steel parts shall be coated with red oxide primer, zinc chromate primer of
approved brand and manufacture overlaid with epoxy based coal tar paint giving a total dry
film thickness of at least 275 microns, unless specified otherwise.
Outside plaster shall be 20mm thick (1:6), while inside plaster shall be 12mm thick (1:6).
Ceiling plaster shall be 6mm thick (1:4) with Plaster of Paris punning.
The internal walls and ceiling shall be provided with 2 coats of Interior grade acrylic emulsion
(Standard quality) of approved quality and brand over acrylic primer on plastered or concrete
surface. The building outside shall be provided with 2 coats of protective and decorative
acrylic exterior emulsion paint of approved quality, over acrylic primer.
The hand railing inside the pump house shall be of stainless steel of minimum 50mm
diameter. The height of hand railing shall not be less than 1.0m. Vertical posts shall be
placed at a minimum distance of 1.5m centre to centre. Horizontal hand rails shall provided
at two levels.
Doors shall MS framed with metal sheet (Heavy duty) as per IS.
Page 53
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
All Windows / Ventilators of mild steel (IS:1038), shall be with bubble free float glass 4mm
thick tinted / coloured / clear glass (as approved) as per IS: 2835. All steel windows and
ventilators shall be provided with (15kg/sqm) M.S grill of approved design joints continuously
welded with M.S, Flats and bars of windows, railing etc. fitted and fixed with necessary
screws and lugs. The design of the grills shall be duly approved by the Engineer.
The ventilation arrangement shall be complete with tube axial supply air fans with all
accessories including ducting arrangement for supplying air and exhaust fans. The same
shall be supplied in adequate quantities to ensure minimum 12 air changes per hour.
The pump house shall have 40mm of cement concrete flooring with high performance non-
metallic floor hardener containing specially graded non-metallic hard wearing natural
aggregates imparting floor hardness in the range of mohr scale 8-9 & capable of achieving
28 days compressive strength of 25 MPa with air content less than 3% applied as a dry
shake @ 5Kg/sgm sprinkled to provide durable, non-slip monolithic floor for application of the
topping over freshly laid concrete with under layer of 40 mm. thick cement concrete (1:2:4) (1
cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size) as per specification
of the manufacturer & as per direction of Engineer-in-Charge.
The Contractor shall submit to the equipment data as applicable. These shall include general
arrangement, plan – profile, drawings for pipeline, structural details, details of pump /
equipment, foundations, installation details for cabling, earthing and lighting systems, wiring
diagrams, cable schedules, etc.
Rolling shutter shall consist of steel rolling grills link type, shutter with 18 B.G .of approved
type steel to the section 75mm wide, fitted with coil wire spring to necessitate the fitting of
required Nos. of C.I. Pulleys on heavy type solid drawn seamless steel tube complete with
locking arrangements both inside and outside specially built-up side guide channels including
providing a hood for the steel rolling shutter in the room, painting two coats of approved
aluminium paint over a coat of red lead primer complete.
Rolling shutter shall be with locking and gear arrangement.
The water supply service connection, internal and external plumbing arrangements,
arranging of water from the proposed delivery / pumping pipe main (from the booster
pumping station) shall be included within the scope of the works of the building. The cost of
such arrangements for water supply facilities shall be included within the quoted rates for
subject work.
6.3.1 Finishing
Outside plaster shall be 20mm thick (1:6), while inside plaster shall be 15mm thick (1:6).
Ceiling plaster shall be 6mm thick (1:4) with Plaster of Paris punning.
The inside walls and ceiling shall be rendered with White Cement base “Water Proof” wall
putty of approved make & brand(1.5 mm thick), overlaid with acrylic emulsion paint of
approved make and brand on walls and ceiling (luxury quality).
Outside walls shall be provided with weather coat emulsion paint (2 coats) over a coat of
primer (Cement paint).
All bathrooms shall be provided with anti-skid tiles (300mmx300mm).
Page 54
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
Page 55
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
6.4.6 Furniture
Provision of four (4) nos. 1131x 2060x930 Wrought Iron Cot and two (2) nos. steel wardrobe
in the Staff quarters shall be made.
In the laboratory room following facilities shall be provided:
o Two (2) Nos. Storage Based Laboratory Table
o Two (2) Nos. Chemical / Reagent / Glassware /Plastic ware storage racks.
o Four (4) Nos. 525 x 630 x 815 Size steel office chair (made of steel frame of 25 mm x 11
gauge pipe duly powder coated epoxy finish. Cushion shall be 75 mm thick in seat and
50 mm thick in back.
o Two (2) Nos. wooden stool.
o One (1) Nos. Computer table (16 gauge ERW MS pipes 'C' frame designed with sliding
keyboard on nylon rollers. Table top and sliding board of 18mm pre-laminated particle
board with PVC lipping)
o One (1) Nos. 1200x600x740 wooden working table with drawers and
o One (1) Steel almirah fabricated from high quality CRCA steel of 20 gauge having anti
rust treatment equipped with precision lock and four adjustable shelves with powder
coated finish.
Page 57
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
(15) Twelve Crucibles, Gooch F, 30 ml and Three Crucible Holders, Gooch (B).
(16) One Water Bath with 8 nos. of hole, electrically operated SS made – complete.
(17) Two Thermometers, general lab engraved stem 10o to 260o C, 1o subdivision.
(18) One Thermometer, precision: 1o to 101o C, 1/10o subdivision
(19) One Interval Timer, Spring wound.
(20) One stop watch.
(21) One chloroscope for measurement of residual chlorine with necessary reagents -
complete.
(22) One atomic absorption spectrophotometer with the provision of Zeeman
background/ Smith Hieftje background correction suitable for determination, traces
of metals and non- metals like As, Cd, Cr, Hg, CN, Cu, Co, Ni, Pb, etc. including
installation with supply of all accessories including Computer, printer etc.
(23) One Photo meter (SQ – 118) with computer printer and other accessories all
complete.
(24) One Ion Analyser – complete.
(25) One Conductivity meter – complete
(26) One electrical turbidity meter (Nephelomatric method) capable of measuring
turbidity in the range of 0 – 2000 NTU- complete.
(27) One BOD Incubator –complete
(28) One Double Walled Oven for operation at temperatures up to 400o C. It should be
provided with at least three trays and suitable temperature indicators, temperature
deviation being ±0.5oC. It will be electrically heated with thermostatic control,
power supply being 230 V, single phase, 50 cycles, AC.
(29) One Demineralizer –complete.
(30) One Turbidity meter, Jackson
(31) Two Turbidity meter Tube, 75 cm, white
(32) One Centrifuge, International Clinical model - complete.
(33) One Centrifuge head, 4 place, 50 ml
(34) Twelve Centrifuge tubes, 50 ml
(35) Membrane filters assembly –complete.
Page 59
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
The substation building height should be 4.5m. Typical layout drawing is appended. Fire brick
barrier wall shall be provided as shown and marked in the drawings.
The supplier H.T. Breaker room shall have no ventilation and no windows, only rolling
shutter, while the Consumer H.T. Breaker room shall have provision of exhaust fan for
ventilation, no windows, louvers at lower side and rolling shutter.
The L.T. Panel room shall have provision of exhaust fan for ventilation, and shutter height of
3.5m.
The Transformer room shall have provision for exhaust fan and rolling shutter and shall have
adequate dimensions for installation of dual transformer.
6.6.3 Flooring
Flooring shall be cement concrete flooring with high performance non-metallic floor hardener
containing specially graded non-metallic hard wearing natural aggregates imparting floor
hardness in the range of mohr scale 8-9 & capable of achieving 28 days compressive
strength of 25 MPa with air content less than 3% applied as a dry shake @ 5Kg/sgm
sprinkled to provide durable, non-slip monolithic floor for application of the topping over
freshly laid concrete with under layer of 40 mm. thick cement concrete (1:2:4) (1 cement : 2
coarse sand : 4 graded stone aggregate 20 mm nominal size) as per specification of the
manufacturer and as per direction of Engineer-in-Charge.
6.6.4 Furniture
Provision of 1 no. 1200x600x740 wooden working table, 4 nos. 525x630x815 size office chair
and one (1) No. steel almirah shall be made.
The table shall have 18mm thick particle board laminated with veneer top (shade to be
approved by Engineer) and back panel having teal wood beading all around on top. Drawers
(minimum 3 nos.) to be provided with suitable locking arrangement and handle with glass top
(5 mm thick) shall be provided).
Steel almirah shall be fabricated from high quality CRCA steel of 20 gauge having anti rust
treatment equipped with precision lock and four adjustable shelves with powder coated finish
of Size (minimum): 1980mmx915mmx485mm.
Page 60
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
contractor and approved by the Engineer. The dimension of the building shall be as outlined
in the tender drawing.
The Contractor shall submit detail structural design of the building for approval of the
Engineer. The Contractor shall also prepare the working drawings, showing the foundation
details, details of fixing of doors, windows, reinforcement details, plumbing and sanitary
arrangement, and electrical drawings including detailed Bill of Materials and Quantities for
approval of the Engineer.
The building shall be an RCC framed structure, with 250mm thick brick masonry work for
external walls. 75 mm thick RCC Damp Proofing Course in M15 shall be provided to all
building walls. Plinth protection shall be laid for a width of 1.2m from the external wall. The
plinth level shall be 600mm above the Finished Ground level.
The flooring for the Guard room shall be 40mm thick Cement concrete flooring 1:2:4 (1
cement: 2 coarse sand: 4 graded stone aggregate) finished with a floating coat of neat
cement.
Outside plaster shall be 15mm thick (1:6), while inside plaster shall be 20mm thick (1:6).
Ceiling plaster shall be 6mm thick (1:4) with Plaster of Paris punning.
The internal walls and ceiling shall be provided with 2 coats of Interior grade acrylic emulsion
(Standard quality) of approved quality and brand over acrylic primer on plastered or concrete
surface. The building outside shall be provided with 2 coats of protective and decorative
acrylic exterior emulsion paint of approved quality, over acrylic primer.
Windows shall be with integrated grills conforming to IS 1038 and manufactured from rolled
steel sections conforming to IS 7452 with non-friction projecting type, box type hinges,
glazing clips, lugs locking bracket, handle plate as per direction of the Engineer.
Windows shall be with bubble free float glass 4mm thick tinted / coloured / clear glass (as
approved) as per IS: 2835. Steel windows shall be provided with (15kg/sqm) M.S grill of
approved design joints continuously welded with M.S, Flats and bars of windows, railing etc.
fitted and fixed with necessary screws and lugs. The design of the grills shall be duly
approved by the Engineer.
The door shall be of MS sheet of relevant IS (Heavy duty).
The guard room shall be provided with one wooden table (of size 1200mm x 600mm
x740mm) and 2 number plastic chairs of reputed make.
Page 61
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
uniform size and finished neatly. The edges shall be straight or in pleasant smooth curves.
The thickness and height of the lettering shall be as approved by the Engineer. Lettering
shall be vertical or slanting as required. Two or more coats of paint shall be applied till
uniform colour and glossy finish are obtained.
Black Japan paint (conforming to IS: 341) or ready mixed paint as ordered by the Engineer
shall be used. The paint shall be of approved brand and manufacture. Ordinary ready mixed
paint shall be of the shade required by the Engineer.
The backwash reservoirs shall be provided with Lightning Arrestor.
Lightning conductor shall be provided with Copper bar of 25 mm diameter and 3 m height,
fixed at the center of roof and connected by Aluminium strip of 25mm width and 3mm
thickness. The strip shall be connected to a 600x600x6mm thick copper plate embedded
below ground, 3 m away from the structure, with 40mm diameter GI pipe in earthing etc.
complete. The Aluminium strip for horizontal length below ground and 3 m height above
ground shall be covered by 40 mm diameter GI pipe which shall be fixed with one of the
columns of the reservoirs. Earthing shall comply to IS: 3043.
Aluminium ladder, 0.50 m wide with hand railing, shall be provided inside the container from
roof level to the container bottom with adequate slope for entering into the container. The
reservoir opening shall be covered with heavy duty Cast Iron cover of adequate size.
Page 62
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
after planting, (c) Procurement of required plants and planting and (d) Safety and security of
plants and fencing etc.
The site shall be properly graded and levelled in consultation and to the satisfaction of the
Employer’s Representative.
The road / pavement structure unless specified otherwise shall comprise of 900mm coarse
sand as sub-grade followed by 150mm thick granular sub-base (Grade-I/II) in 2 layers, base
course of water bound macadam, 150mm thick topped with bituminous macadam, 100mm
thick followed by Dense Bituminous concrete, 40mm thick as the weathering course.
Page 63
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
Page 64
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
The design of the Transmission main shall also include surge analysis and proposals for
surge protection devices. The designs shall also include design of thrust block and anchor
blocks for the various pipe diameters and range of pressures in the system. The rising mains
shall be commissioned with a complete programme of pressure-testing, flushing and
disinfection.
The tender drawings showing the tentative alignment and pipe diameters of the Transmission
main have been issued for guidance to the Contractor. It is the responsibility of the contractor
to design and validate the design of the Transmission main to meet the demand
requirements for each water supply zone / reservoir and fulfil the requirements of the
contract.
Page 65
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
− The use of nominal pipe diameters for design and analysis is subject to the discretion
of the Engineer.
− The Contractor may propose suitable Control valves to regulate the flow to the
reservoirs. Flow setting for the Control Valves shall be specified and detailed
specification submitted to the Engineer for approval. The flow setting proposed for
the control valve shall be done in consultation with valve manufacturer and shall be
realised in practice.
− Design of the transmission main shall be carried out for an extended period
simulation of minimum 72 hours. In and during the extended period simulation, the
overhead reservoirs which shall get filled up will be closed, sequentially. The
timelines, through which each of the reservoirs get filled up and is required to be
closed, shall be clearly provided.
− The design may opt for simultaneous filling up of all the overhead reservoirs or batch-
wise phased filling up of the overhead reservoirs. The daily water demand pattern for
the water supply zones for the overhead reservoirs shall also be proposed, based on
which the EPS shall be carried out.
An initial design of the Transmission main system shall be provided to the Contractor. The
design of the Transmission main system shall be re-designed based on the design
requirements to fulfil the water demand for each zone / reservoir.
The design of the transmission main shall be validated and calibrated with the as laid / built
Transmission main network during commissioning and continuously monitored during the
Operation and Maintenance period.
Page 66
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
Page 67
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
Page 68
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
The basic objective of carrying out surge analysis is to have a purpose-designed, economical
and dependable surge control device(s) as necessary to ensure the following:
− Sub-atmospheric pressures are avoided over entire length of the transmission
(pumping) main system.
Page 70
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
− Maximum positive pressure is restricted to safe level such that sum of working
pressure and controlled surge pressure is within safe design pressure of the pumping
mains.
The Contractor shall carry out surge analysis from the reputed Consultant/ Institution for all
the possible flow scenarios and install the devices required to prevent surge for the worst
scenario. Detailed hydraulic transient analysis based on the method characteristics shall be
carried out for the piping system based on the following:
• Pump discharge valve closing time and pump stopping sequence
• Conditions arising due to stopping/ tripping of pumps
• Type, size and number of air release valves in the pumping mains shall be decided
based on the analysis
• Pump discharge valve opening time during start-up condition and pump starting
sequence
• The report of transient analysis shall consist of methodology adopted, characteristic
curve/ data for boundary conditions, complete input data used for execution of
software for various events, result of the programme and concluding remarks of the
analysis.
• There should not be any occurrence of negative pressure (vacuum pressure) in the
pipeline.
• The pipeline profile to be considered for surge analysis shall be based on the results
of topographical survey being carried out by the Contractor.
The compressors shall be reciprocating type air cooled, electric motor driven through belt
drive. The compressor and motor shall be mounted on common fabricated steel base plate
with suitable belt guard.
The crank shaft shall be of precision balance type. Bearing shall be adequately sized for
heavy duty. Crank pin bushing shall be replaceable and precision ground.
Page 72
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
Inter cooler shall be made of finned copper tube and provided with safety valves to prevent
over pressurization.
Connecting rod shall be made in one piece with solid end construction with integral splash
lubrication.
Cylinder shall have large number of radial fins to dissipate heat. Cylinder bore shall be
smoothly machined. Cylinder head shall be easily accessible for inspection.
Pistons shall be designed for smooth running and fitted with compression rings and oil
control rings suitable for high pressure and minimum wear. Valves shall be made of stainless
steel for wear resistance and longer life.
Piston displacement As per design/ recommendations of Contractor
Maximum working As per design/ recommendations of Contractor
pressure
Method of starting Auto start - stop with DOL starter set to : as per design/
recommendations of Contractor
Number of Compressors 2 base mounted compressors with one receiver of 1 m3 at
each site
instructions of the Engineer. After completion of pipe laying work the carriageway shall be
permanently restored and made useable by traffic. Excavated surplus and debris shall be
removed from site. All barricades shall be removed. Blockade in carriage way fully or partly
are to be done with prior permission from the concerned authority.
Page 74
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
Signs, lights, barriers and other traffic control devices, as well as the riding surface of
diversions shall be maintained in a satisfactory condition till such time they are required as
directed by Engineer.
When traffic is routed permanently into the new road following the completion of construction,
the diversions which are no longer required shall be removed and the ground reinstated to its
original condition.
Page 75
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
If in the opinion of the Engineer the progress or the quality of the work cannot be guaranteed
by the available quantity and type of tools and equipment the contractor has to provide
additional ones to the satisfaction of the Engineer.
Page 76
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
Rolling or dragging pipes along the ground or over other pipes already stacked shall be
avoided too.
Any storage area used by the Contractor to store pipe shall be prepared in the following
manner:
− Establish firm, well-drained and level are as for pipe stacking, with adequate room for
vehicle access and turning
− Posting supervisory staff at the site to resister the arrival of deliveries, supervise off-
loading and guard the inventory of pipe
− Erecting covered storage materials susceptible to damage by the weather.
− Installing approved supports for pipes and specials, which shall keep them at least
150mm clear of the ground and support them securely without damage to their
coatings.
The Engineer shall reserve the right to test the stored pipes and pipe specials, in case he is
dissatisfied with the storage facilities.
Pipelines shall be constructed in lengths with a separate full-time gang working on each
length. The work on lengths may proceed concurrently. Excavation for the pipeline in any one
length shall not at any time proceed more than 1 km beyond the end of a hydraulically tested,
completed and backfilled length of pipeline, unless otherwise approved by the Engineer. The
exposed joints between tested sections shall be disregarded in the above definition.
Each trench shall be excavated to the minimum width necessary to ensure an adequate
working space.
Pipes shall be laid in a dry trench. If the formation of the trench lies below the water table the
contractor shall install a dewatering system with the approval of the Engineer. Dewatering
shall continue until all work below the water table has been completed or as otherwise
directed by the Engineer.
Before any pipe, special or valve is laid in position , ready for jointing, its internal surface
shall be thoroughly wiped, clean and free of dirt, stones etc. to ensure that no debris, sticks,
stones, rags or other foreign material left in the pipeline. The pipes shall be laid true to
alignment and gradient as indicated by the Engineer. Each pipe shall be aligned between
sight rails so that, except where otherwise specified or ordered by the Engineer, the finished
pipeline shall be in a straight line both in horizontal and vertical planes.
Page 77
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
The Contractor must plug the open pipe ends suitably after the end of days work to prevent
entry of debris and mud.
8.1.7 Dewatering
Underground water table or water from other sources is likely to be encountered during the
laying of pipes. Such water shall be taken into consideration by the Contractor in his
proposed method of working and pumped out suitably. The water shall be removed / pumped
out after excavation and this shall be conveyed to an approved discharge point. No separate
payment shall be made on account of de-watering.
8.1.9 Backfilling
On completion of the pipe laying operations in any section, for a length of about 100 m and
while further work is still in progress, backfilling of trenches shall be started by the Contractor
with a view to restricting the length of open trenches. For the purpose of backfilling the depth
of the trench shall be considered as divided into the following three zones, starting from the
bottom of the trench to its top.
(a) From the bottom of the pipe to the level of the center line of the pipe.
(b) From the level of the center line of the pipeline to a level 300 mm above the top of the
pipe.
(c) From a level 300 mm above the top of the pipe to the top of the trench.
Special care shall be taken during all backfilling operations to avoid damage to the pipe
coating or displacement of the pipe.
Page 78
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
Backfilling in layer (i) shall be done with selected approved material available from
excavation, well graded sand, fine gravel or other approved material placed in layers not
exceeding 150 mm. The backfilling material shall be deposited in the trench for its full width
on each side of the pipe, fittings and appurtenances simultaneously, and shall be compacted
so as to achieve 90 to 95% modified proctor density. Backfill immediately adjacent to the pipe
shall be carefully placed and compacted using suitably shaped hand tampers. Backfill in the
remaining space up to the sides of the trench shall be compacted by mechanical means.
Backfilling in layer (ii) shall be done with selected approved material available from
excavation, well graded sand, fine gravel or other approved material placed in layers of 150
mm. The back filling material shall be deposited in the trench for its full width of each side of
the pipe, fittings and appurtenances simultaneously. The column of backfill along the sides of
the pipe shall be compacted by mechanical means to achieve 90 to 95% modified proctor
density, while the area immediately above the crown of the pipe shall be compacted by hand
to achieve 90% modified proctor density. Care shall be taken to ensure that mechanical
compacting equipment is not used in the zone from the top of the pipe up to 300 mm above
the crown of the pipe.
Backfilling in layer (iii) shall be done with excavated material which is suitable for backfilling
with the prior approval of the Engineer. The trench shall be backfilled with selected
excavated material free from topsoil and vegetation, or boulders, clods of earth or stones
larger than 200 mm in size. Filling shall be done in layers not exceeding 200 mm in thickness
and mechanically compacted so as to achieve 90% modified proctor density. No stones shall
be allowed to touch the pipe directly.
All backfill material shall be free from cinders, ashes, slag, refuse, rubbish, vegetable or
organic materials, lumpy or frozen material, boulders, rocks or stones or other material which
in the opinion of the Engineer is unsuitable or deleterious.
Unless otherwise specified or permitted by the Engineer, all backfill material shall be
compacted by mechanical means using equipment with suitably shaped feet or plates. At the
time of placing the backfill, the Contractor will be responsible to ensure that the optimum
moisture content is achieved so that the required degree of compaction is achieved. If
necessary, the Contractor shall be required to add water to the backfill material in such a
manner so that the moisture content is uniform throughout each layer during compaction.
Care shall be taken during backfilling not to injure or disturb the pipes, joints or coating.
Filling shall be carried out simultaneously on both sides of the pipes so that unequal pressure
does not occur.
The Contractor shall be responsible to ensure that the water content of the soil shall be kept
as near the optimum moisture content as possible. Regular measurement of the field dry
density shall be taken by the Contractor at various levels in the backfilling as required by
specifications and the Engineer. Any backfill which fails to achieve the required degree of
Page 79
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
compaction shall be re-excavated, replaced and re-compacted to the required density, all at
the Contractor’s cost.
Only mechanical compaction shall be done unless otherwise specified or approved by the
Engineer. No mechanical plant other than approved compacting equipment shall run over or
operate within the trench until backfilling has reached its final level or the approval for the
Engineer has been obtained.
Walking or working on the completed pipeline shall not be permitted unless the trench has
been filled with the specified bedding and backfilling up to height of at least 300 mm over the
top of the pipe except as may be necessary for tamping, etc., during backfilling work.
The trench shall be refilled so as to build up to the original ground level, keeping due
allowance for subsequent settlement likely to take place. The surface of the refilled
excavations shall be left slightly higher than the adjacent ground and shall be maintained by
the Contractor to a smooth even slope. Should any subsidence take place either in the filling
of the trenches or near about it during the works the Contractor shall make good the same at
his own cost. All the surplus excavated stuff (including rock) will be the Contractor’s property
and he will be responsible to make proper arrangement for disposal of the same.
Suitable surplus excavated material shall be used to fill in any low spots above the pipeline
as instructed by the Engineer. Such material shall be evenly placed and compacted in layers
not exceeding 200 mm thick after compaction. The method of compaction employed shall
achieve not less than 90% modified proctor density.
IS:5382 Specification of rubber sealing rings for gas mains, water mains and sewers
IS:8329 Centrifugally cast (spun) ductile iron pressure pipes for water, gas and sewage –
Specification
IS:9523 Ductile iron fittings for pressure pipes for water, gas and sewage – Specification
IS:12288 Code of practice for use and laying of ductile iron pipes
IS: 638 Sheet Rubber jointing and rubber insertion jointing
Other IS codes not specifically mentioned here but pertaining to the use of DI pipes and
fittings form part of these specifications.
Page 81
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
test certificate issued by the manufacturer with the pipe supply, without which payment for
pipe supply shall not be released
Acceptance tests shall be conducted in line with the provisions of the IS 9523
8.2.8 Marking
Each Pipe shall have as cast or stamped or legibly and indelible painted .The marking shall
show the following:-
1 The Manufacturer’s name or trade mark.
2 The nominal diameter of pipes.
3 Year of Manufacture.
4 Batch Number.
5 Class of Pipes
6 ISI certification mark on each pipe
7 Any important information that the manufacturer deems fit to be inscribed on pipe.
8 Name of the Owner (PHED,WEST BENGAL)
Page 83
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
Page 84
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
percentage elongation, guided bend test, shall be carried out and the test values shall be in
conformity with those specified in IS: 4711.
8.4.10 MS Specials
MS specials as required shall be fabricated on site by cutting the pipes as required. Flanged
Page 86
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
specials shall be with standard flange dimensions and thickness as specified under relevant
IS Standard.
It is essential to check the capability of the welders who will carry out the job. The welders
engaged in the execution of the pipe work shall be qualified and tested welder in line with
ASME Norms and IS:2825.
The electrodes used for welding shall confirm to IS: 814.
Page 88
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
Bend Test
Bend testing is effective in disclosing brittleness, cracking, or gross defects such as lack of
root fusion, or large slag inclusions in the weld, or cracking. In the heat-affected zone it will
not normally show micro cracking.
Bend tests are usually made in pairs, one with the outside face of the weld in tension and the
other with the root in tension. To be acceptable, a test-piece must be capable of bending
through 1800 over a former of given radius (e.g. 1½ times plate thickness for carbon steel),
with no more than minor surface fissures.
Due to homogeneity of the joint, there is a tendency for free bend test specimens to take up
an irregular shape. This defect is overcome to some extent in the guided bend test, but can
be avoided most effectively by the use of the controlled bend test.
Impact Testing
The notch may be placed with its root in the weld, the weld boundary, or the heat-affected
zone, but most frequently it is placed in the weld metal itself. Impact test results from welds
show even greater scatter than with wrought material due to the in homogeneity of the weld
structure. The grain size of the weld deposit, for example, may vary from run to run, or
according to position relative to the weld exist.
Nick-break Test
One of the oldest methods of testing fusion weld is to cut a strip about 19mm wide at right
angle to the weld axis and make a saw-cut down the centerline of the weld 3mm to 6mm
deep. By holding one half of the specimen in a vice and giving the other half a blow with a
hammer, or by bending in a machine, the weld is broken. This test, which is required by
various boiler and pressure vessel codes, shows up any centerline defects such as lack of
fusion, which may be present in the sample.
b) Non-destructive Test (NDT)
In general, NDT methods are based upon the application of tests involving the use of some
physical property of the material under inspection, whereby the behavior of the material or
component is compared with that of similar material, or part known to be sound and therefore
used as a standard of comparison. The NDT methods applied to welds are the following:
• Visual observations
• Ultrasonic test
Visual observations
This comprises of cleaning the welds and checking the weld bead profile, presence of cracks,
blowholes, undercut and overlap and spacing of weld bead ripples, etc. for fillet joints,
templates can be used for checking the bead profile.
Dry Pentrant Test
This test is widely used for the detection of surface cracks. This method consists in spraying
the liquid penetrant (paraffin) on to the clean weld surface. After some time all the visible die
is washed out by a suitable remover which washes out the visible dye. A coating of
emulsified white powder (called developer) is applied by spraying. Dye, which is trapped in
discontinuities due to capillary action, is drawn out into the powder coating (like a blotting
paper). The cracks in particular are clearly defined against a white background.
Ultrasonic Test
This procedure establishes requirements for ultrasonic testing (UT) of tubular materials
(pipes and tubes) by manual, contract pulse echo method. This is applicable for ferritic and
austentitic steel tubular products of 12 mm OD and larger size.
• Reference
Page 89
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
• Surface Condition
The scanning surface shall be neat & clean, free of dirt, scale, grease, paint and other foreign
materials. The surface finish shall be better than 3 µm. Excessive surface roughness and
scratches which interferes with free movement of search unit shall be removed.
• Personnel Qualification
Scanning shall be carried out by personnel qualified by the ISNT or the ASNT to UT Level 1
or higher. Verification of calibration, scanning, analysis of indications and reporting shall be
by personnel qualified by the ISNT or the ASNT to UT Level II or higher. The head of the QA
unit may conduct evaluation tests to check the theoretical and practical capability of the
personnel performing UT.
• Scan Directions
Circumferential scanning in both directions is mandatory. As a supplementary requirement
longitudinal scanning also may be required by referencing document, such as NB-2550.
Scanning speed shall be less than 150 mm/sec. Minimum overlap shall be 10% of probe
size. Signal to noise ratio shall be at least 31.
Page 90
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
• Calibration
Reference standard shall be of the same nominal diameter and thickness and the same
nominal composition and heat treatment as the material being examined and should be of
sufficient length to establish efficient calibration facility. The search unit shall be 450 (in steel)
angle probe of size 10 mm or smaller as specified in referencing document.
For circumferential scanning, the reference standard shall have axial rectangular notches on
the inside and outside surfaces. Their length shall be 25 mm or less, width not to exceed 1.6
mm, and a depth not greater than the larger of 0.1 mm or 5% of the nominal wall thickness.
For axial scanning the reference standard shall have a transverse (circumferential) notch on
the inner and outer surfaces. Dimensions of the transverse notches shall be same as that of
longitudinal notches.
Using the calibration standard, adjust the equipment to produce clearly identifiable
indications from both the inner and outer surface notches. The relative response from the
inner and outer surface notches shall be as nearly equal as possible by probe selection. Use
the lesser of the two responses to establish the rejection level.
On large diameter or heavy wall pipe and tubing, if the inner and outer surface notch
amplitude cannot be made equal because of test metal distance and inside diameter
curvature, make DAC curve using inner and outer surface notches to establish separate
rejection levels for flaws clearly identifiable as located at the inner and outer surfaces.
• Examination
Examination shall be conducted on the finished product, unless otherwise the referencing
code calls for an intermediate scanning. Scanning shall be done at +6 dB above calibration
dB, and recording/evaluation shall be carried out at calibration/reference dB.
• Acceptance Criteria
All indications that are equal to or greater than the rejection level established during
calibration shall be considered unacceptable.
• Re-calibration
Calibrations, DAC shall be verified:
a) At the start of examination
b) At least every 4 hrs during examination
c) At the finish of the examination
d) When there is a doubt on the validity of the calibration
e) Substitution of any of the following :
Search unit, cable, power source, couplant, UT instrument, operator.
• Reporting
The report shall include at least the following information :
a) Identification of the material, type, size, lot, heat
b) Identification of the examination equipment and accessories
c) Name &qualifications of UT operator and reviewing Engineer
d) Details of examination technique, including examination speed and
testing frequency
e) Description of the calibration standard with sketches, including the
actual (measured) dimensions of the artificial discontinuities
f) Description of the distance – amplitude correction procedure, if used
Page 91
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
• Documentation
The complete record of the UT examination shall be submitted to the
Engineer in two sets.
Interpretation of Test Results, Recording & Reporting
After conducting the tests the weldments as per specification, the testing inspector must
compile the test results and evaluate them. Proper documentation is to be made along with
RG film for submission to the Engineer for his acceptance or otherwise. Some of the welding
defects are mentioned here for general guidance.
• Welding Defects
There may be two classes of welding defects:
i) External
ii) Internal
External defects include:
i) Surface non-uniformity
ii) Deviation from the prescribed dimension
Page 92
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
• External Defects
Some of the major external defects have been described below.
Surface Non-uniformity
Weld surface should have a smooth finish where ripples are regularly spaced and where the
surface plane is free from undulations. Irregularity of the bead surface indicates that during
welding arc had either broken may times or variation in arc length had occurred frequently.
These appearances in most cases show some internal defects like improper fusion or gas
holes.
Deviation from Prescribed Dimension
Shape and size of the weld dimension determine the strength of the joint. Any deviation from
the specified one is a major defect. This indicates the lack of skill in craftsmanship. It is
measured usually by measuring gauges. The gauges are metal plates with cuts
corresponding to the cross-section of a given size and type of weld. The weld size for butt
weld is the thickness of the work with some plus tolerance and that for fillet weld is the leg
length.
Unfilled Crates
Craters on the weld surface should be thoroughly melted and filled. One can have some idea
about the welding parameters used by the operator from the very look of the crater. A very
deep spongy crater will invariably result from the use of high current and overheating
whereas a low current will produce a shallow crater, enhancing the chance of improper
fusion. These craters if left unfilled may, on some occasion, initiate longitudinal crack, which
is likely to propagate along the weld axis when the metal is re-heated by subsequent passes.
The crater left unfilled causes sharp change in section at the spot inviting stress to
concentrate. This may cause slag inclusion.
Undercuts
Undercut shows itself at the toe of the weld. It is caused due to melting away of the base
metal. Undercutting is a serious defect attributable either to the faulty technique of the
operator or to the burning characteristics of a non-quality electrode. Excessive heat input in
most cases of undercutting is the cause as far as arc welding is concerned. Undercutting
Page 93
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
occurring at the junction of a weld layer and the base metal in groove weld has to be carefully
tackled otherwise it can lead to slag inclusions. It reduces the joint strength because it
reduces the cross section of the metal.
Over-convexity, in butt weld also reduces the effective cross-section of the weld seam.
Plastic models in tension examined under polarized light clearly show that the stress lines get
deflected at the reinforced zone.
Overlaps
It is a defect generally connected with fillet welds. It is due to improper welding technique or
improper welding heat. This overlapping means only wastage of metal and on some
occasions may give rise to serious notch effect especially on the H Plate.
Surface cracks may be transverse, longitudinal and crater crack. The origin of all cracks is
due to one or combined effect of the following reasons:
• Internal defects
Some of the major internal defects have been described below.
Porosity
By porosity is meant a type of minute voids inside the weld metal occurring during
solidification of weld metal. This results for the Chemical reaction, which evolves gases. As
the weld metal starts falling in temperature. Its capacity to keep gas in solution decreases. As
a result, the gas is released forming voids. The causes may be as follows:
i) Insufficient pudding as this does not give time for the trapped gas to
escape the molten metal before it solidifies
ii) Excessive welding heat
iii) Inadequate protection against atmosphere contamination
iv) Moist electrodes &fluxes and shielding gases
Page 94
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
Page 95
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
and helpers should be protected from the rays produced by the welding arc by the use of
proper handshields or goggles fitted with proper coloured fitter glasses.
The problem with radiation emitted by arc welding does not confine itself to shutting out
ultraviolet rays alone. Provision must be made to protect the eyes of the welder from infrared
rays and intense light as well. Infrared rays have a wavelength ranging from 750 to 2000
millimicrons. These rays are commonly called heat rays, because when they encounter any
material, which they cannot penetrate, they are absorbed and changed into heat waves.
These are the rays which produce the sensation of heat when they fall upon the skin.
Prolonged exposure of the skin will result in a sunburn condition.
Since coloured glasses have to be used for protection against ultraviolet rays and infrared
rays, the intensity of visible light also is reduced. However, not any type of coloured lens will
do. The lens used should meet definite specified standards. In this connection, reference
may be made to IS:1082 entitled “Specification for equipment for eye and face protection
during welding”.
When welding in the open or large ventilated shops, fumes are scarcely noticeable. Only
when the ventilation is very poor and the fumes of the arc are abnormally heavy and cut
down the amount of fresh air taken in by the welder, some uneasy symptoms, such as
stuffiness, are felt by the welder. The remedy is simply a matter of adequate ventilation.
There are, of course, a few exceptions to the general statement that welding fumes are
normally harmless. Lead and cadmium fumes are certainly dangerous. Zinc fumes (produced
from welding galvanized iron), though not as dangerous as lead and cadmium, are also
harmful.
General Ventilation
In case welding operation has to be carried out inside a confined space viz. steel pipe line
etc., suitable method of ventilation should be provided. The only way to protect the welders is
by supplying uncontaminated air by means of an airline respirator. The specification on “fume
extraction, air supply system” as given below may also be referred to in this connection.
General Safety Precautions
There are minor hazards such as burns that may occur from flying hot metal, slag, spatter,
etc. In order to protect the welder from possible effects of all these hazards, the following
general safety precautions are recommended. It should be borne in mind that the welder is
ultimately responsible for using in a proper manner the safeguards suggested by the
Employer.
Precautions are required in respect of danger from :
• Electric shock
o The electrode holder should be sufficiently insulated and should have an insulating flange
between the handle and the bare part that grips the electrode. The welding cable should
be examined periodically, particularly where it enters the holder as the insulation is liable
to become ineffective through heat and constant flexing.
o The welding equipment must be safely earthed. There should be two distinct and
different earthing circuits, so that in case one of them fails, the other will afford protection.
o An insulated board should be used for hanging up the electrode holder when not in use.
o The welder/ helper should be protected from flying pieces of slag while chipping by
wearing chipping goggles fitted with clear glasses. When welding is done in confined
spaces, forced ventilation must be provided.
o Combustible materials should never be stored near the welding booth, nor should they be
used to support the work.
o The welding and earthing cables should be laid such that they never get trampled over by
any moving vehicle.
o Pipeline, tank, or portable containers should be welded first making sure that they are
free from an explosive mixture of vapours.
o If others are working near the site of welding, they should be protected from the rays of
the arc by means of movable screens, if this is not possible, they should be made to wear
protective goggles.
o The power lines connected to the welding power source should be out of reach of any
one standing on the ground.
o Even if there is the least chance of causing a fire, a fire extinguisher should be kept
within reach.
o It is recommended that welders and helpers should equip themselves with “auto
darkening safety helmet,gloves, boiler suit type apron and industrial type safety boots”.
8.4.21 Lighting
Sufficient lighting arrangement (sodium vapour type explosion proof) and hand lamps are to
be provided inside pipe for the purpose of welding. Power should be supplied from captive
source at site.
boundary markers, drains, opening out of road surface etc. and their permanent restoration
shall be done by the Contractor following the direction/advice of the Project Authority through
the Engineer. In case of underground/ overhead utilities such as electric lines/ telephone
lines etc. temporary relocation/ diversion/ supporting shall be done by the Contractor under
the guidance of the owner of the utilities. Permanent relocation of the utilities, if required, to
be done as decided by the owner of the utility will be got done through the owner of the utility
at the cost of the Employer and the Contractor need not include it in his cost.
Page 99
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
Construction of Pedestals
Suitable foundation with RCC or otherwise will have to be designed and provided. It has to
be kept in mind that the pipes after laying in alignment will have the ends butt welded and the
design and location of pedestals should be decided keeping this in mind. RCC pedestals and
foundation may need to be provided with nominal temperature and shrinkage reinforcement.
Synthetic rubber pads or equivalent will be required to be provided at pipe seating on the
pedestal.
Marking
Each joint shall have a distinct marking at a prominent place indicating year & month,
agency, welder’s number and joint number. This should be done by punching on an
aluminum strip of 3mm thickness x 100mm long x 30mm wide. The aluminum strip should be
fixed at a prominent place by any possible means.
Butt welding of joints shall be done from inside or outside. The detailed specifications for
welding of the joints including the qualifications/experience stipulated for the welding
personnel, specifications on welding rods etc. to be used, the welding procedure and the
procedure for examination of welds including ultrasonic examination are given above. On
completion of the jointing, the Contractor shall have to finish the external coating and internal
epoxy lining on the joint strip. The Contractor’s financial offer should include the cost of all
materials and labour for the welding operation including 100% ultrasonic testing (UT) of
welds.
Page 100
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
Page 101
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
The pipe supports of the pipe bridge shall be designed and constructed in accordance with
approved standards. The final detailed arrangements shall be designed by the Contractor
and approved by the Engineer prior to the commencement of work.
For canal and river crossing, suitable span are to be designed to minimize the number of
pier. All Pier and abutment shall be on suitably designed (Raft) foundation and or foundation
suitably anchored to rock, based on the soil investigation report.
For the purpose of data on flow, High Flood level etc, are to be collected from the concerned
authority. The Engineer will assist in collection of those data.
For crossings of the road side drains, wherever required, the pipeline shall be laid below the
bottom of the side drain with adequate cover. The transmission pipeline at such crossings
shall be laid by carrying out only required excavation below drains by caving from both sides
and simultaneously inserting the pipes.
8.6.3 Excavation
Excavation shall be undertaken within a shield which must be kept close to the working face
at all times. The shield shall be equipped with steering jacks to adjust the alignment. In loose
materials, face boards shall be available for closing the exposed excavation at the end of
each shift, or when jacking ceases.
Page 102
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
shall be present at all times during the progress of work and shall be responsible for
maintaining correct line and level.
8.7.3 Requirements
The top of the chambers shall be raised (atleast 25mm) above the (existing) ground level to
avoid ingress of storm water. In case, the chambers are constructed on road edges, the
same should be made flush with the carriage way top / shoulder.
The height of valve / flow meter top from the top slab shall be minimum 30 cms.
After the completion of the chambers the space between the structure and the excavation
shall be backfilled with compacted material. Such backfill shall be placed in layers of 15 cm.
The chambers shall have suitable arrangement for drainage of storm water. Where washouts
have their outfalls to ditches/ water-bodies, it will be necessary to install an outfall structure to
prevent any possibility of soil erosion. The Contractor shall identify all the washout locations
Page 103
Bid Document Section-6: Employers Requirement
Contract Package No.: WBDWSIP/DWW/NCB/BK/03/2018-19 Particular Requirements for Civil Works
during the initial route survey and shall agree with the Engineer including the type of outfall to
be used at each location.
The valves / flow-meters shall be seated on a concrete block, of atleast 300mm height.
8.7.7 Footrests
Access steps shall be of specially designed rungs (PVC encapsulated) in accordance with
the drawings and specification. No improvised units shall be installed unless otherwise
directed/ approved by the Engineer.
Footrests shall be of polypropylene coated, conforming to ASTMD 4101 specification,
injection moulded around a 12 mm steel reinforcing bar of grade Fe 415 conforming to
IS:1786 (approx. wt. of 0.9 kg) as shown in drawing. These shall be embedded in cement
concrete (1:2:4) at least 100 mm, while the brickwork is in progress. These shall be fixed 30
cm apart vertically and staggered laterally and shall not project more than 11 cm from the
wall.
Page 104