0% found this document useful (0 votes)
200 views271 pages

Tender

The document is a bidding document for the procurement of civil works for a water supply scheme project. It includes sections on bid reference, invitation for bids, instructions to bidders, general conditions of contract, specifications, drawings, contract data, qualification information, securities and forms, and forms of bid. The document provides details on the project, eligibility criteria, bid submission process, bid opening and evaluation, and award of contract.

Uploaded by

ViKas Saket
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
200 views271 pages

Tender

The document is a bidding document for the procurement of civil works for a water supply scheme project. It includes sections on bid reference, invitation for bids, instructions to bidders, general conditions of contract, specifications, drawings, contract data, qualification information, securities and forms, and forms of bid. The document provides details on the project, eligibility criteria, bid submission process, bid opening and evaluation, and award of contract.

Uploaded by

ViKas Saket
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 271

BIDDING DOCUMENT FOR

PROCUREMENT OF
CIVIL WORKS
(NATIONAL COMPETITIVE BIDDING)

NAME OF WORK:- Construction, Testing &


Commissioning of Rudrapur Water Supply Scheme
Zone-IV ‘A’ for Ward No. 5 (Kheda) (1150 Kl/22m Staging
OHT, D.I. K-9 Rising main, D.I. K-7 distribution system,
Tube Well, Pump House & House service connection
etc.) District U.S. Nagar.

PROGRAMME:- AMRUT
BID No.:- 02/AMRUT/KSP/2019-20

SUPERINTENDING ENGINEER
CONSTRUCTION CIRCLE
UTTARAKHAND PEYJAL NIGAM NAINITAL
Email Id:- sepeyjal_ntl@yahoo.co.in
Phone No.:- 05942-235741

1
INDEX

Section Description Page No.


No.
I Bid Reference 4

II Invitation for Bids (IFB) 6 to 8

III Instruction to Bidders (ITB) 10 to 41

IV General Conditions of Contract (GCC) 42 to 71

V Specifications 72 to 220

VI Drawings 221

VII Contract Data 222 to 227

VIII Qualification Information, Declaration and 228 to 252


Other Forms
IX Securities and Other Forms 253 to 258

X Form of Bid 259 to 261

XI Bill of Quantities 262 to 270

2
SECTION - I

BID

REFERENCE

3
OFFICE OF THE SUPERINTENDING ENGINEER,
CONSTRUCTION CIRCLE
UTTARAKHAND PEYJAL NIGAM,
NAINITAL
NATIONAL COMPETITIVE BIDDING (Re Tendering)
1. Tender Notice (IFB) No. : 2951/613 /452 Dated: 22.10.2019
2. Bid No. : 02/Amrut/Rdr/2019-20
3. Name of Work : Construction, Testing & Commissioning of Rudrapur water supply scheme
Zone IV ‘A’ (for Ward No. 5 (Kheda) (1150Kl/22m Staging OHT, D.I. K-9 Rising
main, D.I. K-7 distribution system, Tube Well, Pump House & House service
connection etc. ) District U.S. Nagar
4. Under the Programme : AMRUT
5. Under the Jurisdiction of : Executive Engineer, Project Implementation Unit (AMRUT), Uttarakhand
Peyjal Nigam, Kashipur
6. Website for downloading : http://www.uktenders.gov.in
& Online Submission of
Bid
7. Period for downloading : From date 26.10.2019 at 17:00 hrs
of Bidding Document
8. Time, Date and Place of : 31.10.2019 at 13:00 hrs at the Office of the Executive Engineer, Project
Pre – Bid Conference Implementation Unit (AMRUT), Uttarakhand Peyjal Nigam, Kashipur
9. Period for Online : From Dated 01.11.2019 at 10:00 hrs
Submission of Bidding to
Document Dated 10.11.2019 at 17:00 hrs
10. Deadline Date & Time for : 11.11.2019 at 17:00 hrs
Offline submission of
documents
11. Time & Date of Opening : 13.11.2019 at 13:00 hrs
of Bids
12. Place of Opening of Bids : Office of the Executive Engineer, Project Implementation Unit (AMRUT)
Uttarakhand Peyjal Nigam, Haldwani.
13. Officer Inviting Bid : Superintending Engineer, Construction Circle, Uttarakhand Peyjal Nigam,
Nainital
14. Cost of tender : Rs. 5000.00
document+G.S.T.18%
Postage extra if Rs. 900.00
required by Rs. 5900.00 Total
post
15. Earnest money : Rs. 16.50 Lacs
16. Reference of obtaining : Other references / information of bid can be seen in the Office / can be
information about bid obtained from the office of Executive Engineer, Project Implementation
Unit (AMRUT), Uttarakhand Peyjal Nigam, Kashipur District Udham Singh
Nagar (Uttarakhand) 244713 Or can be asked from Phone no. 05947-
274278 Email Id:- eepiuamrutksp@gmail.com, eepeyjalnigam_ksp@yahoo.in

4
SECTION - II

INVITATION FOR

BIDS (IFB)

5
6
7
8
SECTION - III

INSTRUCTIONS TO
BIDDERS

(I.T.B)

9
Section III: Instructions to Bidders

Table of Clauses

A.General Page No. D. Submission of Bids Page No.

1. Scope of Bid 11 19. Submission of Bids 32


2. Source of Funds 11 20. Deadline for Submission of Bids 33
3. Eligibility Criteria 11 21. Late Bids 34
4. Qualification of Bidder 14 22. Modification &Withdrawal 34
Terms & Condition for
4a- E&M Work 16
5. One Bid per Bidder & 28
Cost of Bidding
6. Site Visit 28
7. Advance Payment 28

B. Bidding Documents E. Bid Opening and Evaluation

8. Content of Bidding Documents 28 23. Bid Opening 34


9. Clarification of Bidding Documents 29 24. Process to be Confidential 37
10. Amendment of Bidding Documents 29 25. Clarification of Bids 28
26. Examination of Bids and 37
Determination of Responsiveness
27. Financial Evaluation and 38
Compassion of Bid
C. Preparation of Bids 28. Negotiation with bidders 38

11. Language of Bid 29


12. Documents Comprising the Bid 30
13. Bid Prices 30 F. Award of Contract
14. Currencies of Bid and Payment 30
15. Bid Validity 30 29. Award Criteria 38
16. Bid Security 31 30. Employer's Right to Accept any 39
Bid and to Reject any or all Bids
17. Alternative Proposals by Bidders 31 31. Notification of Award 39
18. Participation in Bid 31 32. Performance Security 39
33. Settlement of Disputes 39 0

34. Corrupt or Fraudulent Practices 39

10
A. General
1 Scope of Bid
1.1 Construction, Testing & Commissioning of works detailed in the table given
in IFB (Section-II) under the jurisdiction of the Executive Engineer
specified in Bid Reference (Section-I), referred to as “the works” hereafter.

1.2 The successful bidder will be expected to complete the works within the
intended completion period specified in the IFB (Section-II).

1.3 Throughout these documents, the terms “bid” and “tender” and their
derivatives (bidder / tenderer, bid / tender , bidding / tendering, etc.) are
synonymous.

2 Source of Funds
2.1 The Employer has arranged the funds from the budget of Govt. of India / Govt.
of Uttarakhand / External Funding Agency under the programme specified
in Bid Reference (Section-I).

3 Eligible Bidders

3.1 This Invitation for Bids is open to all eligible bidders meeting the
eligibility criteria as defined in Sub Cl. 3.5.
3.2 All bidders shall provide in Section-VI II ( Qualification Information, Declaration
and other forms) a statement that the Bidder is not related / associated, nor
has been related / associated in the past, directly or indirectly, with the
Employer / Consultant or any other entity (as defined in Section-IV under
“Definitions”) and also any of its staff. Any bidder found concealing the
facts in violation of the above shall automatically be disqualified and all
his securities with the department shall stand forfeited.
3.3 Government owned enterprises may participate in bidding only if they are
legally and financially autonomous, operate under commercial law and
are not a dependent agency of the Owner & fulfil all the requirements
as described in eligibility criteria for this tender.
3.4 The Bidder s must not be under a declaration of ineligibility for corrupt
and fraudulent practices issued by the Owner through any of its
authorities / Engineers in accordance with Sub Cl. 34.1.
3.5 Eligibility Criteria
(a) Any Bidder who is presently doing Civil works of similar nature through
different contract agreements in Central Govt. / Any State Govt. / Central or
State Govt. Undertaking Department / Government Institution are eligible to
bid. For this purpose, similar nature of work will be considered under the
following categories:-
(i) Water Supply Civil works
a) Over Head Tank
b) Pipe Laying
c) Water Supply Turn Key Project
(ii) Water Supply Electrical & Mechanical Works- Tube Well with automation.
Experience of only the relevant category works will be considered in Cl. 3.5 (d)
& (e) given below.
11
(b) The bidder is to provide the requisite information in the annexed formats
to qualify and determine the eligibility for bidding.
(c) The bidder should have achieved a minimum annual financial turnover of
value not less than 50% of contract value in any two years (separately)
during the last 7 years for all type of construction works including those
categorized in Cl. 3.5 (a) above.
(d) The bidder, as prime contractor , should have satisfactorily completed in
last 7 years at least one similar work of value not less than 70% of contract
value or should have satisfactorily completed at least two similar works of
value not less than 60% of contract value each. or should have
satisfactorily completed at least three similar works of value not less than
40% of contract value each.
(e) The bidder, as prime contractor, should have executed in any one year
out of last 7 years, a minimum of 50% of the quantities of items of works
(excluding pipe lines work part of work) specified in Contract Data (Section –
VII) out of the Bill of Quantities given in Section-X.
For pipelines works, the bidder, as prime contractor, should have executed
50% quantity of pipelines work (Total length) in last 7 years and a minimum of
30% of the quantities of pipelines works (Total length) in any one year out of
last seven years specified in contract data (Section-VII) out of the bill of
quantities given in section-X.
(f) The Bidder, however, must be registered in category A with the Central
Government / Any State Government or Central / State Govt. Undertaking
Department as a Prime Contractor. Proof of certificate to this effect is
required to be given by the Bidder.
(g) The Bidder, those are not registered with Uttarakhand Peyjal Nigam, shall
have to give an undertaking on a non-judicial stamp paper of Rs. 100.00, in
the format prescribed in Sub Cl. 4.2 (y) below, that in case his bid is accepted,
he will get himself registered in Uttarakhand Peyjal Nigam in appropriate
category within three months of acceptance of his bid, failing which the
prescribed cost of Registration Form, Registration Fees and General Security
as per departmental Registration Regulations – 2016 and it’s latest
amendment, will be deducted from his first Running Bill.
(h) The bidder should have documentary evidence of financial standing equal to
50% of contract value well substantiated by the balance sheet submitted
with Income Tax Return of last 3 years.
(i) Experience of work required in Cl. 3.5 (d) & (e) above should be under a
Central Govt. Department / any State Govt. Department / Central or
State Govt. Under takings.
(j) Experience certificate for the similar works obtained from any private agency /
contractor shall not be considered.
(k) Availability of necessary equipment and machinery, either owned or
leased, as indicated in Contract Data (Section-VII) should be furnished.
The bidder shall have to furnish the attested copies of the Cash Memo,
RC etc. of the key and critical equipment required for the work as a proof
of such owned equipment and machinery. Any cash memo or bill from a non-
registered firm or any unit not licensed for the manufacture of heavy
equipment of this nature shall not be considered. In technical evaluation of
bid, marking will only be done for owned equipment and machinery and not on
leased one.
(l) Bidder will have to furnish the availability of technical staff required for
this work, as detailed in Contract Data ( Section-VII), with minimum
experience specified in implementation / construction of similar works and
12
other key personnel with adequate experience.
(m) Bidder will have to furnish the availability of Credit Limit from any Public Sector
(SBI and Nationalized) / Scheduled bank of value not less than the
amount as indicated in Contract Data (Section-VII). This value shall be
equivalent to three months cash flow of the project. The Credit Limit
Certificate issued by the bank should not be more than 3 months old. Its
Format is attached in Section-VIII.
(n) Bidders who meet the minimum qualification criteria will be qualified only if
their Available Bid Capacity is more than the total bid value. The
Available Bid Capacity will be calculated as under:-
Assessed Available Bid capacity = (A x N x 2 - B)
where
A= Maximum value of Civil Engineering works executed in any one year during
the last five years (updated to the price level of the current financial
year) taking into account the completed as well as works in progress.
N= Number of years prescribed for completion of the works for which bids are
invited.
B= Value (updated to the price level of the current financial year) of
existing commitments and ongoing works to be completed during the next
years.
Note: - The statements showing the value of existing commitments and on-going
works as well as the stipulated period of completion remaining for each of the
works listed in the statement should be countersigned by the Engineer in
charge, not below the rank of an Executive Engineer or equivalent.
Escalation factors (to update to the price level of the current financial
year) will be as follows:-

Year Before Multiplying factor


One 1.04
Two 1.11
Three 1.18
Four 1.27
Five 1.36
Six 1.45
Seven 1.55

(n) The bidder is required to obtain both 60% or above marks in total and
40% or above marks in each individual item in the technical evaluation of bid
as specified in Sub Cl. 23.4 (ii).
(o) Even though the bidders meet the above qualifying criteria on the basis
of information furnished by them in the bid documents, they will be
treated as disqualified if they have:-
(i) Furnished misleading or false information in the prescribed
forms, statements and attachments submitted in proof of the qualification
requirements; and/or
(ii) Record of poor performance such as leaving the works
uncompleted, improper completion of contracted works, inordinate delays
in completion of works, litigation history, or financial failures etc. and / or
(iii) Participated in the previous bidding for the same work and had been
found guilty of provisions of Cl. 3.5 (o) (i) & (ii) above.
Note: - If required The Contractor shall have to produce extract copy of the
agreements, certificates for the satisfactory execution of the similar type of
works in progress and those completed, in support of experience required
under Cl. 3.5 (d) & (e) from a competent employer not less than the rank of the

13
Executive Engineer or equivalent. The year wise detail of quantities of different
item of works executed and their value as per their agreements should also be
furnished in support of the experience certificate.
4 Qualification of Bidders:-
4.1 All the Bidders shall provide a brief profile of themselves and their partners, if
any / the profile of bidding Company along with its Articles of Association / Joint
Venture Agreement along with the profile of each participating Firm. They shall
also provide a preliminary description of proposed work methods and schedule
including necessary drawings and charts, along with other documents required in
the for mats detailed below.
4.2 Documents required to be submitted for Qualification:-
The bidder shall include the following documents and information with their bids
on requisite for mats and other details given in Qualification Information
Declaration & Other forms (Section-VIII).
(a) Proof of Registration (class ‘A’ and type) in Central Government / any State
Government / Central Govt. or State Government Undertaking Department, a brief
profile of bidder and his partners, if any / the profile of bidding Company
along with its Articles of Association, copy of registration certificate under
Company Act etc. In case a partner of bidding Joint Venture is a Pipe Supplier,
proof of being its authorized licensee, copies of original documents defining the
constitutional or legal status in JV, copy of Memorandum of Articles of
participating firms.
(b) Written Power of Attorney of the authorized signatory of participating firm / lead
partner of JV on a non- judicial stamp paper of `100.00 duly notarized by a Public
Notary.
(c) Joint Venture Agreement on Form- I given in Section-VIII on non- judicial stamp
paper of `100.00 Stamp Paper duly notarized in case of bidder being a JV.
(d) Cost of bidding document in the form of Demand Draft as mentioned in
condition 1 of IFB (Section-II).
(e) Bid Security (Earnest Money) mentioned in Tender Notice (IFB) in the form of
FDR / NSC as required in condition 2 of IFB ( Section-II).
(f) Affidavit of Bid Validity for the time period as mentioned in condition 6 of IFB
(Section-II) on Form-II given in Section- VIII on `100.00 Stamp Paper duly
notarized.
(g) Public Sector (SBI & Nationalized) / Scheduled Bank’s Credit Limit
Certificate of requisite amount as mentioned in Contract Data (Section-VII ) on
Form-III given in Section-VIII. The relevant certificate should not be more
than three months old.
(h) Undertaking on ` 100.00 Stamp Paper in Form-IV given in Section-VIII,
duly notarized, that the decision of the Departmental Tender Committee
regarding the acceptance of the bids shall be final and binding on the bidder.
(i) Affidavit on ` 100.00 Stamp Paper on the Form-V given in Section-VIII,
duly notarized, regarding no relation with any of the staff from Uttarakhand
Peyjal Nigam.
(j) Affidavit on `100.00 Stamp Paper on the Form-VI given in Section-VIII,
duly notarized, regarding no dues or recoveries of IT, CST, State Trade Tax or
any other Government taxes & duties pending in connection with works
done under any previous employer.
(k) General Information of bidder in the Form-VII given in Section-VIII.
(l) Affidavit on `100.00 Stamp Paper on the Form-VIII given in Section-VIII,
duly notarized, regarding either no litigation pending currently or
information on any litigation pending currently or occurred during the last
seven years regarding the works done under the previous employers,
involving the Bidder, other parties concerned, cause of dispute and the
amount involved etc. as the case may be.

14
(m) Details of Financial Assets for evidence of adequacy of working capital
required for proper execution of this contract on Form- given in Section- IX
VIII.
(n) Details of Annual Turnover of last 7 years on the Form-X given in Section-
VIII.
(o) Experience of work of similar nature, with work wise details, during last
7 years including details of subletting done, if any, on the Form-XI given in
Section-VIII, and proof of satisfactory completion of works within the
designated time as per the contract agreement and the value of the work done
within the time frame substantiated by the certificates issued by employers
not below the rank of Executive Engineer.
(p) Details of Physical Quantities of items required in the Contract Data (Section-
VII), executed under different agreements by the bidder in last 5 year s
on Form-XII given in Section-VI II, substantiated by the certificates issued
by employers not below the rank of Executive Engineer.
(q) Summary of current contract commitments / works in progress, for which a
letter of indent or acceptance has been received by the bidder and also for the
contracts under execution/ approaching completion, specifying stages of each
on Form-XIII given in Section-VIII , along with addresses and contact nos. of
the corresponding employers who may be contacted for further
information regarding these contracts.
(r) Proposal for subcontracting the components of the works included in
this tender which the bidder intends to sublet, if any, on Form-XIV
given in Section-VIII, the aggregate sum of which should not be more than 20
percent of the total Bid Value ( The bidder shall furnish and annex the
qualifications and experience of each identified sub-contractor for similar
work done during the last 7 years). No vertical splitting of work for sub-
contracting is acceptable.
(s) Bidder’s banker detail of last 2 years on Form-XV (Section-VIII).

(t) Affidavit on `100.00 Stamp Paper on the Form-XVI given in Section-VIII,


duly notarized, regarding availability of Construction Equipment to be
deployed for the project i.e. equipment detail either owned or proposed to be
purchased or leased.
(u) Affidavit on `100.00 Stamp Paper on the Form-XVII given in Section-VIII,
duly notarized, regarding Key personnel available and proposed to be
engaged for management, and super vision of the Project, their qualification
and experience.
(v) Proposed Site Organization Chart on Form-XVIII (Section-VIII).
(w) The proposed methodology and programme of construction, backed with
equipment planning and deployment, duly supported with broad calculations
and quality control procedures proposed to be adopted, justifying their
capability of execution and completion of the work as per requisite
specifications on Form-XIX (Section-VIII).

(x) Affidavit on ` 100.00 Stamp Paper on the Form- XX given in Section-VIII,


duly notarized, regarding registration in Uttarakhand Peyjal Nigam with in 3
months of acceptance of bid.
(y) Audited Profit & Loss Statement, Balance Sheet, and Income Tax Return of
last 7 years.

15
OFFICE OF THE GENERAL MANAGER
(BHUJAL/SARVAYSHAN), HEAD OFFICE UTTARAKHAND
PEYJAL NIGAM, DEHRADUN
Terms & Conditions
Note :- The tenderer are requested to read the following instructions carefully and quote their offer
accordingly as per relevant documents mentioned below :-

For Drilling & Development of tubewell


1. Bidders are advised to quote their rates separately for each items.
2. Tenderer should be registered in Uttarakhand Peyjal Nigam any govt department/MES/PSU/state
PSU/CPWD for same work category in specific class for tube well as well as other related work at
the time of purchasing of bid document.
3. Bidders are advised to visit the respective sites before quoting their rates. Once the bids are
accepted, no claim whatsoever will be acceptable.
4. The bidders who fulfil the prequalification as required as per other terms & conditions at only
may participate in tendering.
5. Bidders are advised to visit the respective sites before quoting their rates. Once the bids are
accepted, no claim whatsoever will be acceptable.
6. The ordered work has to be started within seven days after confirmation of work through email,
whatsApp, fax or by post which ever first conveyed.
Experience :-
7. Any Bidder who is presently doing works of similar nature through different contract agreements
in Central Govt. / Any State Govt. / Central or State Govt. Undertaking Department/Government
Institution are eligible to bid. For this purpose, similar nature of work will be considered under the
following categories:-
(i) The bidder, as prime contractor, should have satisfactorily completed in last 7 years counting
backward from the last date of submission of the tender at least one similar work of value not
less than 70% of contract value or should have satisfactorily completed at least two similar
works of value not less than 60% of contract value or should have satisfactorily completed at
least three similar works of value not less than 40% of contract value each. However it would
be also a condition that the tenderer must have satisfactorily executed and completed the
above mentioned works with some Central/State Govt department or an autonomous body or
PSU of State Govt or Central Govt. Actual value of such similar executed works shall be
increased at a simple rate of 7% per annum to bring the same to the current costing level,
calculated from the date of current rates which were prevailing at the time of invitation of
tender. Being different specialized jobs of civil and E&M works, following shall also be
applicable. In case of joint-venture for civil and E&M if each joint-venture partner also fulfil
the above condition for civil as well as E&M works separately, shall also be considered.
(ii) (ii) Bidder should have owned at least mentioned method drilling machine capable to drill upto
desired depth O.P unit & compressor of desired specification with all relevant document
registration, insurance, and permit etc. It necessary applicable suitable for drilling in all
mentioned area.
(a) Experience of work required in above should be under a Central Govt. Department/any State
Govt. Department/Central or State Government Undertakings.
(b) Experience certificate for the similar works obtained from any private agency/contractor shall not
be considered.
16
(c) Availability of necessary equipments and machinery, documents should be furnished. Bidder
should furnish the affidavit regarding T&P at Rs. 100/- Non Judicial Stamp paper.
8. Tenderer haven’t any dispute or legal conflict with the department.
9. Tendered should have will established staff as per work requirement and proof of same has to be
attached.

Payment:-
1- 100% value of work done will be made after testing of tube well by O.P. Unit in
satisfactory conditions and obtaining sand free desired discharge for discharge less than
desire discharge up to 75%, payment will be made in accordance to less percentage.
2- But for less than 75% of the desired yield no payment of the tube well construction work
will be made to bidder.
(iii) Income tax and other taxes shall be deducted from the bills at the time of payment as per Govt
norms for which T.D.S. will be issued by the department.
10. Penalty :– It is compulsory to complete the work in all respect within time in case the work is not
completed within the stipulated period, a penalty @ 0.25% per day up to a maximum 10% of the
contract amount will be imposed if time extension is not granted by the department.
11. Required 300&200mm dia 7.9mm thick MSERW pipe confirming to IS 4270 for tube well
assembly and pea gravel shall also be supplied by the tenderer. As per latest IS Code.
12. The contractor shall have to design the tube well assembly according to strata encountered and
after approval of logging by the department. The tube well assembly will be lowered by the
contractor is presence of Assistant Engineer or Engineer designated to do so.
13. The tenderer whose tender accepted will have to complete the drilling work in such a manner that
the bore of tube well must be vertical and pumping plant may be lowered in tube well without any
obstruction.
14. Conditional offer will not be entertained.
15. The contractor will have to maintain a progress register of drilling and strata sample at every 3
Mtr. and at any point where strata changes at site and will submit the progress report of work done
as and when required by department.
16. The quantities mentioned in the Schedule – G are tentative and may vary near to actual execution;
however the payment of these items will be made as per actual executed work.
17. The necessary water required during drilling will be arranged by the tenderer.
18. As tube well is to be constructed approx 200 Mtr. deep hence you will drill the tube well in such
a manner with the help of casing pipe/drill bit/drilling cutter opted drilling method so that the
300x200mm dia housing pipe may be lowered up to a depth of 200 Mtr. Though drilling of tube
well may vary as per the site condition.
19. The successful tenderer will have to develop the tube well by submersible over pumping unit of
60% over pumping capacity of to get the sand free discharge as per direction of engineer in
charge.
20. The pipe supplied shall be tested by third party and have to then at the time of supply for
assembly though it will be counter check at site by Engineer-in-charge then only pipe may be
used for assembly.
21. All the efforts will be made that the work is not suspended for want of decision from the
department, however due to any reason beyond the control, it may take some time for which no
compensation shall be paid by the department to you.
22. In case of any accident / miss happening at site, the department shall not compensate for the loss
of equipment’s and man power. All the rectification work /safety of man power and all activities
at site shall be solely your responsibility.
23. The tenderer must be supply of pea gravel as per IS 460-1962 or as per latest amended.
24. Tenderer must be to construct the tube well work as per IS 2800 (Pt-1) 2001 or as per latest
amended.
17
25. The tenderer must be develop the tube well as per IS 11189-1999 or as per latest amended.
26. The tenderer must be test the tube well as per IS 2800 (Pt-2) 1999 or as per latest amended.
General
1. Eligibility Criteria
(a) Any Bidder who is presently doing works of similar nature through different contract
agreements in Central Govt. /Any State Govt./Central or State Govt. Undertaking
Department/Government institution are eligible to bid. For this purpose, similar nature of work
will be considered under the following categories:-
The bidder, as prime contractor, should have satisfactorily completed in last 7 years counting
backward from the last date of submission of the tender at least one similar work of value not less
than 70% of contract value or should have satisfactorily completed at least two similar works of
value not less than 60% of contract value or should have satisfactorily completed at least three
similar works of value not less than 40% of contract value each. However it would be also a
condition that the tenderer must have satisfactorily executed and completed the above mentioned
works with some Central/State Govt department or an autonomous body or PSU of State Govt or
Central Govt. Actual value of such similar executed works shall be increased at a simple rate of
7% per annum to bring the same to the current costing level, calculated from the date of current
rates which were prevailing at the time of invitation of tender. Being different specialized jobs of
civil and E&M works, following shall also be applicable. In case of joint-venture for civil and
E&M if each joint-venture partner also fulfil the above condition for civil as well as E&M works
separately, shall also be considered.
(ii) Works in the region of Kashipur/Rudrapur or like strata with proof to justify any where in
India.
(iii) Bidders have to provide specific area of their work experience for 1 (a) (i).
(iv) Bidder should have owned at least drilling machine with all relevant documents suitable to
drilling in all mentioned area.
(v) Bidder should have owned at least one number compressor of 250psi/350psi and 1100/1400
CFM capacity with one no. DG set of suitable capacity and pumping plant & accessories of
suitable for O.P. UNIT
(b) The Bidder is to provide the requisite information in the annexed formats to qualify and
determine the eligibility for bidding.
(c) The bidder, however, must be registered with the Central Government/Any State
Government or Central/State Govt. Undertaking Department as a contractor proof of certificate to
this effect is required to be given by the bidder.
(d) Experience of work required in CI.1(a)(i) above should be under a Central Govt.
Department/Any State Govt. Department/Central of State Government Undertakings. In all cases
an affidavit should be submitted by the contractor along with the tender declaring he has not
executed the work (On the basis of which he wants himself to be (Qualified/eligible) through any
other contractor on a back to back basis and that he has not been debarred from tendering by any
authority.
(e) Availability of necessary equipments and machinery owned as indicated in contact Data
(Clause-1a iv & v) should be furnished. Bidder should furnish the affidavit regarding T&P as
prescribed in bid document at Rs. 100/- Non Judicial Stamp paper.
(f) Bidder should have owned at least mentioned method drilling machine capable to drill up to
desired depth O.P unit & compressor of desired specification with all relevant document
registration, insurance, and permit etc. It necessary applicable suitable for drilling in all
mentioned area.

18
(g) Bidder will have to furnish the availability of technical staff required for this work, as
detailed in contract Data with minimum experience specified in implementation/construction of
similar works and other key personnel with adequate experience.

For Pumping Plant


(I) Name of work is SITC of Pumping Plant & accessories at seven different sites of
Kashipur/Rudrapur Tubewells.
(II) The work shall be executed as per relevant IS code & as per direction of Engineer-in – charge.
(III) The tenderer should be authorised dealer or should be authorised by the manufacture for this
tenderer.
(IV) The bidder, as prime contractor, should have satisfactorily completed in last 7 years counting
backward from the last date of submission of the tender at least one similar work of value not
less than 70% of contract value or should have satisfactorily completed at least similar works
of value not less than 60% of contract value or should have satisfactorily completed at least
three similar works of value not less than 40% of contract value each. However it would be
also a condition that the tenderer must have satisfactorily executed and completed the above
mentioned works with some Central/State Govt department or an autonomous body or PSU of
State Govt or Central Govt. Actual value of such similar executed works shall be increased at
a simple rate of 7% per annum to bring the same to the current costing level, calculated from
the date of current rates which were prevailing at the time of invitation of tender with an
experience of duty of pumping plant as :-
(i) Head & Discharge of pumps-70% head of required pumps with 70% discharge of
required pumps for each stage as well as 50% quantity of pumps.
(ii) The contractor will qualify technically if the bidder has executed/completed/Installed the
higher duty pumps (both head and discharge. along with stabilization of six months
successfully. Experience from government department shall only be considered in the form of
completion certificate issued by not below the post of Executive Engineer .
(V) Tenderer should have will established staff for work as required.
(VI) The tenderer should in his own interest visit the site and familiarizes himself with the site
condition before tendering.
(VII) Bidder should be registered for the work i.e. electrical mechanical work in desired class
certificate should be attached.
(VIII) No. T&P shall be issued by the Department and nothing extra shall be paid on account of this.
(IX) The work to be awarded by this tender shall be treated as indivisible work contract.
(X) The tenderers are advised not to deviate from the technical specifications/ items, terms &
conditions of NIT like terms of payment, guarantee etc.
(XI) The Pump sets of high efficiency/less electricity consumption shall be preferred and it should
be confirmed by firm itself action will be taken for any discrepancies/differences in
given/quoted data by the manufacturer and calculated by the firm as well as for more
electricity consumption than the quoted/given data during testing of pump and if electricity
consumption found more than the quoted/given figure it will be recovered from the firm
proportionate more over more than 3% electricity consumption at duty point - Pump shall be
rejected along with the forfeited of security deposited by the firm calculation of energy
consumption shall be calculated@ Rs. 4.5/ unit (KVAH) for 16 Hours per day for 350 days in
each year for 15 years. So firm has to quoted most efficient pumps as well as quoted figure
should be accurate in each and every respect.
(XII) The department reserves the right to reject all or any tender without assigning any reason
thereof.
(XIII) Make should be mentioned clearly for each items.
(XIV) Energy consumption shall be considered on the basis of 16 hours per day running for 15 years
accordingly weightage will be given for energy efficient pumping plant.

19
(XV) Quantity of items may vary as per actual conditions at site moreover bidder shall be liable to
supply the items at quoted prices even for those item which shall be required during
stabilization period of pumping plant.
(XVI) Performance curve issued from manufacturer of pumping plant for specific duty shall be
submitted along with bidding.
(XVII) Testing certificate issued by the manufacturer has to be given at time of delivery of items,
pumping plant along with confirmation of schedule “E” as quoted during bidding.
(XVIII) All material used/supplied shall be as per latest IS Code or as per state government
department norms & schedule.
(XIX) Make and model no of pump and motor should be clearly mentioned and capacity along with
efficiency should be mentioned separately too.
(XX) Bid document shall be considered as a whole and bidder shall be considered as agree to accept
all bid document conditions.
(XXI) F.O.R. at respective different sites of Kashipur/Rudrapur Tubewells.

Completion period:-
(a) Completion period for SITC of pumping plant is three months that is excluding stabilization
period which is six month after commissioning of pumping plant accordingly on account of delay
shall be counting as a whole.
(b) Stabilization period is tentative as the scheme is to be transfer to Uttarakhand Jal Sansthan. Hence
scheme shall be under this office only up to transfer of scheme therefore stabilization period is
excluding to SITC of pumping plant.
Rates:-
The rates quoted by the tenderer shall be firm and inclusive of all taxes (including works contract
taxes) duties and levies and all charges for packing, forwarding, insurance, Freight and delivery at
site including temporary construction storage, risks, overhead charges general
liabilities/obligations and clearance from local authorities and rate of GST should be mentioned
clearly for each Item or as a whole.
Terms of payment:-
90% payment shall be made after commissioning & testing of pumping plant & confirmation of
desired parameters at site and 10% after one month of successful running of pumping plant.
Deduction from bills:-
Income Tax/GST and other deduction shall be made from the bills of the contractor as per the
prevailing government rules. The rates quoted are therefore deemed to include all such taxes.
Penalty clause:-
If the work is not completed within stipulated time or the part of a contract a penalty @ 0.25%
per day for delay up to maximum of 10% will be recovered from the contractor if time extension
not approved by the competent authority considering all the facts and on the request of the
bidder.
Completeness of tender:-
All sundry equipment, fitting, unit assemblies, accessories, hardware items, foundation bolts,
termination lugs for electrical connections, and all other items which are useful and necessary for
efficient assembly and installation of equipment and components of the work shall be deemed to
have included in the tender irrespectively of the fact whether such items are specifically
mentioned in the tender documents or not.
Storage and custody of materials:-
No separate storage accommodation shall be provided by the department. If accommodation is
available at the site where the installation has to be made only in that case the accommodation for
storage of sundry materials and erection provided by the department, else the contractor has to

20
make his own arrangement. Watch and ward of the stores and their safe custody shall be
responsibility of the contractor till the final taking over of the installation by the department.
Guarantee:-
All equipments shall be guaranteed for a period of 12 months from the date of commissioning or
18 months for supply of Items, testing against unsatisfactory performance and or break down due
to defective design. Workmanship of material the equipments or components, or any part thereof,
so found defective during guarantee period shall be repaired or replaced including lowering &
lifting of pumping set free of cost to the satisfaction of the Engineer- in charge. In case it is felt
by the department that undue delay is being caused by the contractor in doing this the same will
be got done by the department at the risk and cost of the contractor. The decision of Engineer-
in – charge in this regard shall be final.
Extension of time:-
If the contractor shall desire an extension of time for completion of the work on the ground of
unavoidable hindrances in its execution he shall apply in writing, giving details of hindrances to
the Project Manager with in 7 ( Seven) days of the date of occurrence of hindrance.

For Automation
1- Name of work is automation of Pumping Plant at different tube wells at Kashipur/Rudrapur under
Amrut programme.
2- Completion period One month for supply of items and fifteen day for installation &
commissioning.
3- System should be capable to integrate the existing system without change of parameter of
installed system.
4- The party bidding for the above tender shall be an original equipment manufacturer of SCADA
system hardware and software.
5- The bidder, as prime contractor, should have satisfactorily completed in last 7 years counting
backward from the last date of submission of the tender at least one similar work of value not less
than 70% of contract value or should have satisfactorily completed at least two similar works of
value not less than 60% of contract value or should have satisfactorily completed at least three
similar works of value not less than 40% of contract value each. However it would be also a
condition that the tenderer must have satisfactorily executed and completed the above mentioned
works with some Central/State Govt department or an autonomous body or PSU of State Govt or
Central Govt. Actual value of such similar executed works shall be increased at a simple rate of
7% per annum to bring the same to the current costing level, calculated from the date of current
rates which were prevailing at the time of invitation of tender. Being different specialized jobs of
civil and E&M works, following shall also be applicable. In case of joint-venture for civil and
E&M if each joint-venture partner also fulfil the above condition for civil as well as E&M works
separately, shall also be considered.
6- Bidder should have experience O&M automated system for a minimum period six of month or
more to ensure the O&M capability of bidder.
7- Automation should be password protected and subjected to use the android application based for
at least five users and it should be expandable up to eight users to enable departmental officials
for operation & checking of status of system on their android based phone
8- All the displays for data should be in HMI display with screen size of 7’’ with colour touch screen
with all mimics system facilitate to execute all the operation through HMI display.
9- Item quantity may vary as per the site requirement

21
10- Display of status of tube well should also be available on Google earth/net with different colour
coding to enable the user to know the status of tube well.
11- System should be well enable to convey the fault and it’s type on all display screen including
android based application too.
12- System should have all the data on regular basis at a along with the time of any functioning.
13- Flow meter should be calibrated to justify the v-notch discharge if required.
14- The work shall be executed as per relevant IS code & as per direction of Engineer-in – charge.
15- The tenderer should in his own interest visit the site and familiarizes himself with the site
condition before tendering.
16- Firm should be registered in appropriate class category in any govt department/MES/PSU/state
PSU/CPWD for same work category.
17- Bidder should be registered for the work i.e. electrical mechanical work in desired class certificate
should be attached.
18- No. T&P shall be issued by the Department and nothing extra shall be paid on account of this.
19- The work to be awarded by this tender shall be treated as indivisible work contract.
20- Experience certificate and other certificate should be self explanatory with full address and
issuing authority details.
21- During the facilitation to check bidder capability to integrate the existing system if any fault or
miss-happening occur bidder shall be fully responsible and will have to the remove/rectify the
problem for which a nominal amount of Rs. 10000.00 deposited in the form of FDR,CDR or NSC
pledged in favor of Project Manager, Project Implementation Unit (Amrut/Electrical),
Uttarakhand peyjal Nigam, Dehradun.
22- The tenderer will have to fill up his rates only online (BOQ).
23- Make should be mentioned clearly for each items and should be confirm to IS or latest ISO code.
24- Quantity of items may vary as per actual conditions or requirement.
25- F.O.R. at different site at Kashipur/Rudrapur under Amrut programme.
26- Customization of system for any parameter shall be done as per the direction of engineer-in-
charge to make the system more and more advance and useful without any further cost escalation
27- System should also capable/optional to run manually as whole or part their of it required at the
time of maintains or another requirement/condition of department.
28- System should be compatible to detect the dry running of tubewell/system with configuration to
the flow meter to avoid dry/lass running of system/tubewells also subjected to the alarming single
beyond a particular value.
29- The system should be compatible to detect abnormal pressure variation to avoid unnecessary
leakage or undue pressure on pump and capable to communicate the same on communication
device along with tripping of system to avoid fault.
Rates:-
The rates quoted by the tenderer shall be firm and inclusive of all taxes duties and levies and all
charges for packing, forwarding, insurance, Freight and delivery at site including temporary
construction storage, risks, overhead charges general liabilities/obligations and clearance from
local authorities and rate of GST should be mentioned separately hence rate shall be inclusive all
except GST.
Terms of payment:-
90% payment shall be made after commissioning & testing of system for desired parameters and
10% after successful running of system.
Deduction from bills-
Income Tax/GST and other deduction shall be made from the bills of the contractor as per the
prevailing government rules. The rates quoted are therefore deemed to include all such taxes.
22
Penalty clause:-
If the work is not completed within stipulated time or the part of a contract a penalty @ 0.25%
per day for delay up to maximum of 10% will be recovered from the contractor if time extension
not approved by the competent authority considering all the facts and on the request of the bidder.
Completeness of tender:-
All sundry equipment, fitting, unit assemblies, accessories, hardware items, termination lugs for
electrical connections, and all other items which are useful and necessary for efficient assembly
and installation of equipment and components of the work shall be deemed to have included in the
tender irrespectively of the fact whether such items are specifically mentioned in the tender
documents or not.
Storage and custody of materials:-
No separate storage accommodation shall be provided by the department. If accommodation is
available at the site where the installation has to be made only in that case the accommodation for
storage of sundry materials and erection provided by the department, else the contractor has to
make his own arrangement. Watch and ward of the stores and their safe custody shall be
responsibility of the contractor till the final taking over of the installation by the department.

Guarantee:-
All equipments shall be guaranteed for a period of 12 months from the date of commissioning or
18 months from supply of Items, testing against unsatisfactory performance and or break down
due to defective design. Workmanship of material the equipments or components, or any part
thereof, so found defective during guarantee period shall be repaired or replaced free of cost to the
satisfaction of the Engineer- in charge. In case it is felt by the department that undue delay is
being caused by the contractor in doing this the same will be got done by the department at the
risk and cost of the contractor. The decision of Engineer-in – charge in this regard shall be final.
Extension of time:-
If the contractor shall desire an extension of time for completion of the work on the ground of
unavoidable hindrances in its execution he shall apply in writing, giving details of hindrances to
the Project Manager with in 7 ( Seven) days of the date of occurrence of hindrance.
For Servo Voltage Stabilizer
1- Name of work is servo voltage stabilizer at different tube wells at Kashipur/Rudrapur under
Amrut programme.
2- Completion period One month for supply of items and fifteen day for installation &
commissioning.
3- The bidder, as prime contractor, should have satisfactorily completed in last 7 years counting
backward from the last date of submission of the tender at least one similar work of value not less
than 70% of contract value or should have satisfactorily completed at least two similar works of
value not less than 60% of contract value or should have satisfactorily completed at least three
similar works of value not less than 40% of contract value each. However it would be also a
condition that the tenderer must have satisfactorily executed and completed the above mentioned
works with some Central/State Govt department or an autonomous body or PSU of State Govt or
Central Govt. Actual value of such similar executed works shall be increased at a simple rate of
7% per annum to bring the same to the current costing level, calculated from the date of current
rates which were prevailing at the time of invitation of tender. Being different specialized jobs of
civil and E&M works, following shall also be applicable. In case of joint-venture for civil and
E&M if each joint-venture partner also fulfil the above condition for civil as well as E&M works
separately, shall also be considered.

23
4- Item quantity may vary as per the site requirement more over specification/technical details of
item shall be govern on the basis of pumping plant duty finalized.
5- The work shall be executed as per relevant IS code & as per direction of Engineer-in – charge.
6- The tenderer should in his own interest visit the site and familiarizes himself with the site
condition before tendering.
7- Firm should be registered in appropriate class category in any govt department/MES/PSU/state
PSU/CPWD for same work category.
8- Bidder should be registered for the work i.e. electrical mechanical work in desired class certificate
should be attached.
9- No. T&P shall be issued by the Department and nothing extra shall be paid on account of this.
10- The work to be awarded by this tender shall be treated as indivisible work contract.
11- Experience certificate and other certificate should be self explanatory with full address and
issuing authority details.
12- The tenderer will have to fill up his rates only online (BOQ).
13- Make should be mentioned clearly for each items and should be confirm to IS or latest ISO code.
14- Quantity of items may vary as per actual conditions or requirement.
15- F.O.R. at different site at Kashipur/Rudrapur under Amrut programme.
16- System should also capable/optional to run manually as whole or part their of it required at the
time of maintains or another requirement/condition of department.
Rates:-
The rates quoted by the tenderer shall be firm and inclusive of all taxes duties and levies and all
charges for packing, forwarding, insurance, Freight and delivery at site including temporary
construction storage, risks, overhead charges general liabilities/obligations and clearance from
local authorities and rate of GST should be mentioned separately hence rate shall be inclusive all
except GST.
Terms of payment:-
90% payment shall be made after commissioning & testing of system for desired parameters and
10% after successful running of system.
Deduction from bills-
Income Tax/GST and other deduction shall be made from the bills of the contractor as per the
prevailing government rules. The rates quoted are therefore deemed to include all such taxes.
Penalty clause:-

If the work is not completed within stipulated time or the part of a contract a penalty @ 0.25%
per day for delay up to maximum of 10% will be recovered from the contractor if time extension
not approved by the competent authority considering all the facts and on the request of the bidder.
Completeness of tender:-

All sundry equipment, fitting, unit assemblies, accessories, hardware items, termination lugs for
electrical connections, and all other items which are useful and necessary for efficient assembly
and installation of equipment and components of the work shall be deemed to have included in the
tender irrespectively of the fact whether such items are specifically mentioned in the tender
documents or not.
Storage and custody of materials:-
No separate storage accommodation shall be provided by the department. If accommodation is
available at the site where the installation has to be made only in that case the accommodation for
storage of sundry materials and erection provided by the department, else the contractor has to

24
make his own arrangement. Watch and ward of the stores and their safe custody shall be
responsibility of the contractor till the final taking over of the installation by the department.
Guarantee:-

All equipments shall be guaranteed for a period of 12 months from the date of commissioning or
18 months from supply of Items, testing against unsatisfactory performance and or break down
due to defective design. Workmanship of material the equipments or components, or any part
thereof, so found defective during guarantee period shall be repaired or replaced free of cost to the
satisfaction of the Engineer- in-charge. In case it is felt by the department that undue delay is
being caused by the contractor in doing this the same will be got done by the department at the
risk and cost of the contractor. The decision of Engineer-in-charge in this regard shall be final.
Extension of time:-

If the contractor shall desire an extension of time for completion of the work on the ground of
unavoidable hindrances in its execution he shall apply in writing, giving details of hindrances to
the Project Manager with in 7 ( Seven) days of the date of occurrence of hindrance.
Note :-

1. NOC for the specific department is required as & when it is mandatory.


2. Electrical permanent connection from UPCL shall be obtained as per recommended Kilowatts
required by connection charges paid to UPCL by the contractor which shall be reimbursed on
actual basis. The electrical connection shall be taken on the name of authority who will maintain
the scheme after construction hence all the formalities regarding electrical connection will be the
responsibility of the contractor.
3. Electrical consumption during establishment work shall be reimbursed on actual basis though for
any temporary connection or unit consumed so during construction of work will be on account of
contractor completely.

(Er. Anuj Kaushik) (Er. Rajesh Kumar)


Project Manager General Manager (Bhujal/survey)

25
4.3 Joint Venture

Bids from Joint Ventures are acceptable. Bids submitted by a Joint Venture (JV) of not
more than three firms / contractor s as partner s shall comply with the following
requirements:
a) There shall be a Joint Venture Agreement (refer Form-I in Section-VIII ) specific for
this contract package between the constituent fir ms, indicating clearly, amongst other
things, the proposed distribution of responsibilities, both financial as well as technical,
amongst them for execution of the work. For the purpose of this clause, the most
experienced partner will be defined as the Lead Partner. A copy of the notarized Joint
Venture agreement in accordance with requirements mentioned in the said Form-I, duly
signed by the legally authorized signatories of all the partners of the Joint Venture, shall
be submitted in original with the tender.
b) The bid, and in the case of successful bidder, the Form of Agreement etc. of
Contract Bond, shall be signed by the Lead Partner and shall be deemed to be
legally binding on all the partners in respect of all operative parts of the ensuing Contract
inclusive of Agreement of Arbitration, etc.
c) Lead partner shall be nominated as being the partner -in-charge, and this
authorization shall be evidenced by submitting a Power of Attorney signed by the
legally authorized signatories of all the partners.
d) The partner- in-charge shall be authorized to incur liabilities and to receive
instructions for and on behalf of all the partners of the Joint Venture, whether
jointly or separately. Entire execution of the Contract (including payments) shall be
carried out exclusively through the partner-in-charge. A copy of the said authorization
shall be furnished with this bid.

e) All partners of the Joint Venture shall be liable jointly and individually for the
execution of the Contract in accordance with the Contract terms & conditions, and
a relevant statement to this effect shall be included in the authorization mentioned under
sub clause (c) above as well as in the Form of Tender and the Form of Agreement (in
case of a successful bidder).

f) In the event of default by any partner, in the execution of his part of the Contract, the
Employer shall be so notified within 30 days by the partner - in-charge, or in the case of
the partner -in- charge being the defaulter, by the remaining partner(s) of the Joint
Venture. In case of the defaulter being a partner other than the partner -in-charge,
the partner- in-charge shall, within 30 days of the said notice, assign the work of the
defaulting partner to any other equally competent party acceptable to the Employer to
ensure the execution of that part of the Contract, as envisaged at the time of bid.
Failure to comply with the above provisions will make the Contractor liable for
action by the Employer under the Conditions of Contract. But if the partner-in-charge
defaults, then it shall be construed as default of the Contractor and shall be treated as
Breach of Contract under the Conditions of Contract.
g) Notwithstanding the permission to assigning the responsibilities of the defaulting
partner to any other equally competent party acceptable to the Employer as mentioned
in Sub Cl. ( f) above, all the partners of the Joint Venture will retain the full and
undivided responsibility for the performance of their obligations under the Contract
and / or for satisfactory completion of the Works.

h) The bid submitted shall include all the relevant information as required under
the provisions of Sub Cl. 4.2 of ITB and furnished separately for each partner.

26
4.4 If bidder is a Joint Venture, the partners would be limited to three (including lead
partner). Joint Venture firm shall jointly and individually responsible for completion
of the project. Joint Venture must fulfill the following minimum qualification
requirement:-
i) The lead partner shall meet not less than 50% of qualification criteria given in
Cl. 3.5 (c), (d) & (e) of I TB above and must comply with the provisions of Cl. 3.5 (f) &
(g).
ii) All the partners jointly shall meet 100% of all qualification criteria given in Cl. 3.5 (a)
to (o) of ITB above.
iii) I n the event the Employer finds the bidder guilty under Cl. 3.5 (o) of ITB above, all
of the Joint Venture partners will automatically stand disqualified.
iv) Joint Venture Partners shall also provide a certified copy of the Mutual
Agreement arrived amongst them regarding distribution of work and roles &
responsibilities, undertaking joint and individual liabilities, for the performance of
ensuing Contract against this bid.
v) The available bid capacity of the JV as required under Cl. 3.5 ( m) of ITB above will
be applied for all the partners jointly. The total bid capacity available shall be more
than estimated contract value.

Note 1 - The bidder / contractor shall submit the proof of all the contract
agreements (e.g. copy of acceptance letter, letter of date of start, certificate of
work completion etc) for which the payments have been received during the last
seven years, in support of details given in Form -XI. The contractor shall also submit
Balance Sheet, Profit & Loss Statement for last 7 years. It is mandatory that the Balance
Sheet must be in profit for last 2 years.

Note 2 - In Sub Cl. 3.5 (d) above, similar work means agreements registered during
the last seven years of value indicated as above & the value of the work executed under
the agreement during the above period only. The contractors shall have to produce the
list of running works of similar nature, in progress and certificate for their up to date
progress and execution of the work satisfactorily. The certificate will be furnished by
the employer not less than the rank of the Executive Engineer.
Note 3 - Only the agreements registered during the above period shall be considered.
Requisite time of completion of the contract bond and the actual time of completion of the
work should also be indicated separately. The detail of payment received for such
contract shall be submitted year wise based on form 16 A issued by employer i.e. the
certificate of deduction of tax at source under section 203 of the Income Tax Act. 1961.
The photocopies of the Form – 16 A shall be enclosed duly attested.
Note 4 - The Contractor shall have to produce extract copy of the agreements,
certificates for the satisfactory execution of the similar type of works in progress and
those completed from a competent employer not less then the rank of the Executive
Engineer. The year wise detail of quantities of different item of works executed and their
value as per their agreements should also be furnished in support of the experience
certificate.
Note 5 - The Contractor should submit certificates from an officer of Govt. / Semi
Govt. / Govt. undertaking indicating therein the names of the works completed, value
of works and period during which it is completed. The certificates should have the
signature and seal of the officer. In the absence of such certificates, the tender may not
be considered.
Note 6 - Contractor has to satisfy the eligibility criteria for technical capability
competence as well as for financial capacity and organizational resources.
Note 7 - The experience certificate from any private contractor or private
organization and as a sub contractor to prime contractor shall not be considered while
evaluating the bid in compliance to the qualifying criteria.
27
Note 8 - The Experience of any bidder who got the awarded work executed by
subletting the same in whole or piece to other contractor, shall likely to be disqualified
and such experience shall not be considered for the technical qualification.
Note 9 - The bidder showing T.D.S. deduction in their balance sheet, income tax return
shall have to submit details of T.D.S., date of deposition with I.T.D. and copy of challans,
thus, submitted, reasons for deduction of T.D.S. and attested copy of the sub agreement
made for to this effect is also required to be submitted.
Note 10- The bidder shall have to submit copies of the income tax return filed and
clearance receipts for the last seven years. The bidder shall also give an undertaking that
the bidding firm or any of its directors or partners have no dues / recovery pending with
any government departments that is IT, CST, state trade tax or any other Government
dept. of taxes and the bidder shall have to submit an affidavit of same on `100/- (One
Hundred only) stamp paper duly notarised for the same.
5 One Bid per Bidder & Cost of Bidding
5.1 Each Bidder shall submit only one Bid for a work. In case, a bidder who submits
more than one Bid for a work or if a Joint Venture partner is found to have
participated in more than one JVs for the same work, it will cause the bids of all such JVs
/ Bidder disqualified.
5.2 The Bidder shall bear all costs associated with the preparation and submission of
his Bid. The Employer will, in no case, be responsible or liable for any such
costs.
6. Site Visit
6.1 The Bidder , at the Bidder’s own responsibility, risks and cost, is encouraged to
visit and examine the Site of Works and its surroundings and obtain all
information that may be necessary for preparing and quoting rates in the Bid and entering
into a Contract for construction of the Works. The costs of visiting the Site shall be at the
Bidder's own expense.
7. Advance Payment
7.1 N.A.

B. Bidding Documents
8 Content of Bidding Document
8.1 The set of bidding document comprises the documents listed below and
addendum issued in accordance with Cl. 10:
Section Particulars
I Bid Reference
II Invitation for Bids (IFB)
III Instruction to Bidders (I TB)
IV General Conditions of Contract (GCC)
V Specifications
VI Drawings
VII Contract Data
VIII Qualification Information, Declaration and
Other Forms
IX Securities and Other Forms
X Bill of Quantities
8.2 The bid documents shall be published online on the e-Government Procurement
System (e-GPS) portal i.e. http://www.uktenders.gov.in on the date and time as
mentioned in the Notice Inviting Tender. The bidding document published by the Tender
Inviting Officer in the website will appear in the “Latest Active Tenders” tab. The Bidder /
Guest User can download the bid document only after the due date & time for sale. The
publication of the tender will be for specific period of time till the last date of submission
of bids as mentioned in the “Notice Inviting Tender” after which the same will be
removed from the list of Latest Active Tenders.
28
8.3 The bidder is expected to examine carefully all instructions, terms and conditions
of contract, contract data, forms, specifications, bill of quantities, certificates,
annexure and drawings etc. in the Bid Document. Failure to comply with the
requirements of Bid Documents shall be at the bidder’s own risk. Pursuant to Cl.
26 hereof, bids which are not substantially responsive to the requirements of the Bid
Documents, shall be rejected.
9 Clarification of Bidding Documents and Pre-bid Meeting
9.1 The bidder may ask questions only personally or by phone or by written letters
from Executive Engineer, Project Implementation Unit (AMRUT) Uttarakhand Peyjal
Nigam Kashipur, District U.S. Nagar, (Uttarakhand) 244713. Or through Phone no.
05947-274278 Email Id:- eepiuamrutksp@gmail.com and EXECUTIVE ENGINEER will
clarify queries related to tender and work. Bidders are advised to attend pre-bid meeting
to get better answers of their queries and if required tender document may be accordingly
modified.
9.2 Pre- bid meeting
9.2.1 The bidder or his official representative is invited to attend a pre-bid
meeting, which will take place as per time and date as mentioned in Bid Reference.
9.2.2 The purpose of the meeting will be to clarify issues and to answer questions on
any matter that may be raised by a prospective bidder or his representative at that stage.
9.2.3 The bidder is requested to submit any questions in writing or by E-mail so as to
reach the Employer not later than one week before the meeting. Question & Queries
received after pre Bid meeting will not be replied/admitted for any modification in
Bid/Bidding process.

9.2.4 Minutes of the meeting, including the text of the questions raised ( without
identifying the source of the enquiry) and the responses given will be uploaded on the
website. Any modifications of the bidding documents listed in Sub Cl. 8.1, which may
become necessary as a result of the pre-bid meeting, shall be made by the Officer
Inviting Tender exclusively through the issue of an Addendum pursuant to Cl. 10
and not through the minutes of the pre-bid meeting.
9.2.5 Non-attendance of the pre-bid meeting will not be a cause for disqualification of a
bidder.
10 Amendment of Bidding Documents

10.1 Before the deadline for submission of bids, the Officer Inviting Tender may
modify / cancel the bidding documents by issuing addenda / cancellation notice.

10.2 Officer Inviting Tender shall publish any addendum / corrigendum / cancellation of
tender in the website and shall also display it on office notice board. The notice
thus issued shall be part of the bidding documents. The system shall generate a mail
to those bidders who have already uploaded their tenders before the publication
date of such notice. These bidders, if they wish, can modify their tender and upload
it again on the website.

10.3 To give prospective bidders reasonable time in which to take an addendum into
account in preparing their bids, the Employer may at his discretion, extend, as
necessary the deadline for submission of bids, in accordance with Sub Cl. 20.2
below.

C. Preparation of Bids

11 Language of Bid

11.1 All documents relating to the Bid shall be in the English language.
29
12 Documents Comprising the Bid

12.1 The Bid submitted by the Bidder shall comprise the following:-
(i) Cost of bidding document in the form as specified in Notice Inviting Tender.
(ii) Bid Security in the form as specified in Cl. 16 of these instructions.
(iii) All documents pursuant to Sub Cl. 4.2 of these instructions with supporting
information and certificates required.
(iv) Bill of Quantities with bidder ’s name & address filled on top and Rates filled
against each item for Item Rate Tender & Percentage above or below for
Percentage Rate Tender.

12.2 The documents listed at Sub Cl. 12.1 (i), (ii) & (iii) above are required to
be submitted both online as well as offline while the documents listed at ( iv) has to be
submitted online only. In case of discrepancy between number of online and offline
documents as per Sub Cl. 12.1 (iii) , the Officer Inviting Tender may ask the bidder to
submit suitable balance documents in accordance with Sub Cl. 25.1.

13 Bid Prices

13.1 The Contract shall be for the whole Works, as described in Sub Cl. 1. 1 based on
the priced Bill of Quantities submitted by the Bidder.

13.2 The contractor shall fill-in his offered item wise rates for all items of works
described in the Bill of Quantities (B.O.Q) for Item Rate Tender and shall fill
percentage above or below for Percentage Rate Tender. Items for which no rates are
entered by the bidder will not be paid-for by the Employer when executed and shall be
deemed to be covered by the other item rates and prices in the B.O.Q.

13.3 All duties, taxes, including customs and excise duty and other levies payable by
the contractor under the contract, or for any other cause, shall be deemed to be
included in the rates, prices and total bid-pr ice submitted by the Bidder.
13.4 The rates and prices quoted by the Bidder shall be fixed for the entire duration of
the contract and shall not be subject to revision, increase or adjustment on any account.

14 Currencies of Bid and Payment.

14.1 The unit rates and the prices shall be quoted by the bidder entirely in
Indian Rupees. All payments shall be made in Indian Rupees.

15 Bid Validity

15.1 Bids shall remain valid for acceptance normally for a period of 180 days or
as indicated in condition 6 of Section-II ( IFB), whichever is more. A bid submitted with a
shorter validity period shall be rejected as non-responsive.

15.2 In exceptional circumstances, prior to expiry of the original time limit, the
Employer may request the bidders to extend the period of validity for a specified
additional period. The request and the bidder’s responses shall be made in
writing or by e-mail. A bidder may refuse the request without getting his bid security
forfeited. A bidder agreeing to the request will not be required or permitted to modify his
30
bid rates & prices, but will be required to extend the validity of his bid security
for a period of the extended validity, and in compliance with Cl. 16 in all respects.

16 Bid Security

16.1 The bidder shall furnish, as part of his Bid Security, the amount in the prescribed
form mentioned under Notice Inviting Tender. The bidder shall scan all the written
/ printed pages of the Bid Security and upload the same in portable document
format (PDF) to the system in the designated place of the technical bid. Furnishing
scanned copy of such document is mandatory otherwise his / her bid shall be declared
as non responsive and liable to rejection. The Bidder shall furnish the original Bid
Security in separate envelope marked as ‘BID SECURITY’ in accordance with details
given in I FB. It shall be either physically submitted in the office of concerned Division
or delivered through Registered Post in the same office before the specific date
mentioned in the Notice Inviting Tender. Officer Inviting Tender shall not be responsible
for any postal delay and / or non-receipt of the original copy of the bid security on or
before the specified date and time. Non submission of original bid security within
the designated period shall debar the bidder from participating in the online
bidding system. Combined bid security for more than one work is not acceptable.
16.2 Any online bid not accompanied by an acceptable Bid Security and not submitted
as indicated in Sub Cl. 16.1 above shall be rejected by the Employer as non-
responsive.
16.3 The Bid Security of unsuccessful bidders will be returned within 45 days of the
end of the Bid validity period specified in Sub Cl. 15.1.

16.4 The Bid Security of the successful Bidder will be discharged when the Bidder has
signed the Agreement / Contract Bond and furnished the required Performance
Security.

16.5 The Bid Security may be forfeited, if:-


a) the Bidder withdraws or modifies the Bid after bid opening during the period of bid
validity; or
b) in the case of a successful Bidder, he fails within the specified time limit to-
i. sign the Agreement / Contract Bond; or
ii. Furnish the required Performance Security.

17 Alternative Proposals by Bidders

17.1 Bidders shall submit offer s that comply with the requirements of the bidding
documents, including the conditions of contract, basic technical design as indicated
in the drawings and specifications. Conditional offer or alternative offers will not be
considered in the process of tender evaluation.

18 Participation in Bid

18.1 Getting Digital Signature Certificate (DSC) : The bidder is required to obtain
Digital Signature Certificate (DSC) from one of the authorized Certifying Authorities
(CA). Digital signature is mandatory to participate in the e-tendering. More information on
how to obtain a DSC and also its use is available under the link “Information about
DSC” on the e-GPS portal i.e. http://www.uktenders.gov.in. Bidders already
possessing the digital signature issued from authorized CAs can use the same in these
tenders.
31
18.2 Portal Registration: The contractor / bidder intending to participate in the bid is
required to register in the portal using his / her active personal / official e- mail ID as his /
her Login ID and attach his / her valid Digital Signature Certificate (DSC) to his / her
unique login ID. He / She will enter relevant information as asked for about the firm /
contractor. This is a one-time activity for registering in the portal.
i) Bidders participating through Joint Venture shall declare the authorized
signatory through JV Agreement. It is mandatory that the DSC issued in the name of
the authorized signatory is used in the portal.
ii) Any third party / company / person under a service contract for operation of e-
procurement system in the Uttarakhand State or his / her subsidiaries or their parent
companies shall be ineligible to participate in the procurement processes that are
undertaken through the e-procurement system irrespective of who operates the
system.

18.3 Logging to the Portal: The contactor / bidder is required to type his / her login ID
and password. The system will again ask to select the DSC and confirm it with the
password of DSC as a second stage authentication. For each login, a user’s DSC will
be validated against its date of validity and also against the Certification
Revocation List (CRL) of respective CA stored in system database. The system checks
the unique Login ID, password & DSC combination and authenticates the login
process for use of the portal.

18.4 Downloading of Bid: The bidder can download the tender of his choice and save it
in his system to undertake necessary preparatory work off-line and upload the completed
tender at his convenience before the closing date and time of submission.

D. Submission of Bids
19. Sealing and Marking of Bids/Submission of Bid.
19.1 The bidder shall carefully go through the tender and prepare the required
documents. The bid shall have a Technical Bid and a Financial Bid. The
Technical Bid generally consists of cost of bid document, Bid Security, Bidding Document
& all the Supporting Documents in support of qualification. The Financial Bid
consists of Bill of Quantities (BOQ) and any other price related information /
undertaking including rebates.

19.2 The protected Bill of Quantities (BOQ) uploaded by the Officer Inviting Tender for
the bid is authentic BOQ. Any alteration / deletion / manipulation in BOQ shall lead
to cancellation of bid.

19.3 The bidder shall upload the scanned copy / copies of document in support
of eligibility criteria and qualification information in prescribed for mat in PDF to the
portal in the designated locations of Technical Bid.

19.4 The bidder shall write his name in the space provided in the specified location in
the protected Bill of Quantities (BOQ) published by the Officer inviting Tender. The
bidder shall type rates in figure only in rate column in case of item rate tender
and type percentage excess or less up to one decimal place only in case of percentage
rate tender.

19.5 The bidder shall log on to the portal with his / her DSC and move to the desired
tender for uploading the documents in appropriate place one by one
32
simultaneously checking the documents.

19.6 The bidder shall ensure the following before final submission of his bid:-

i. The bids once submitted cannot be viewed, retrieved or corrected. The bidder
should ensure the correctness of the bid prior to uploading and take printout of the
system generated summary of submission to confirm successful uploading of bid.
The bids cannot be opened by the Officer Inviting Tender before the due date & time
of opening.
ii. Each process in the e-procurement is time stamped and the system can detect the
time of login of each user including the bidder .
iii. The Bidder should ensure clarity / legibility of the document uploaded by him to
the portal.
iv. The system shall require all mandatory forms and fields filled up by the contractor
during the process of submission of the bid / tender.
v. The bidder should check the system generated confirmation statement on the
status of the submission.
vi. The bidder should upload his bid sufficiently ahead of the bid closure time to
avoid traffic rush and failure in the network.
vii. The Officer Inviting Tender is not responsible for any failure, malfunction or
breakdown of the electronic system used during the e-procurement process.
viii. The bidder is required to upload documents related to his eligibility criteria
and qualification information and Bill of Quantities duly filled in. It is not necessary
on the part of the bidder to upload the drawings and other bid documents (after
signing) while uploading his bid. It is assumed that the bidder has referred all the
drawings and documents uploaded by the Officer Inviting Tender.
ix. Seeking any revision of rates or backing out of the bid, claiming for not having
referred to any or all the documents provided in the Bid uploaded by the Officer Inviting
Tender, will be considered as plea to disrupt the bidding process and in such cases,
the bid security shall be forfeited.
x. The bidder will not be able to submit his bid after expiry of the date & time of
submission of Bid ( server time).

19.7 The bidders are also required to submit cost of bidding document, bid security & all
the documents listed in Sub Cl. 4.2 of Section-III (I.T.B.) in original, either by registered
post or by hand, in the office of the concerned Division up to the date and time as
mentioned in Notice Inviting Tender.
19.8 Security of Bid Submission: The bids submitted by the bidder are fully secured
as:-
i. All bids uploaded by the bidder to the portal will be encrypted.
ii. The encrypted bid can only be decrypted / opened by the authorized openers
on or after the due date and time.
20 Deadline for Submission of Bids
20.1 Complete bids must be submitted before the scheduled date and time as specified
in Notice Inviting Tender. The date & time of Bid Submission shall remain
unaltered even if the specified date of submission of bids is declared as a holiday for the
Officer Inviting Tender. However employer has full right to alter any tender schedule key
date including bid submission and date.

20.2 The Officer Inviting Tender may extend the deadline for submission of bids by
issuing an amendment in accordance with Cl. 10, in which case all rights and
obligations of the Officer Inviting Tender and the bidders previously subject to the
original deadline will then be subject to the new deadline.

33
21 Late Bids
21.1 Bids cannot be submitted after the deadline date and time as specified in Notice
Inviting Tender. Documents required offline must reach either by registered post or by
hand, in the office of Executive Engineer, Project Implementation Unit (AMRUT),
Uttarakhand Peyjal Nigam, Kashipur, Distt-Udham Singh Nagar (Uttarakhand) 244713
upto the date and time as mentioned in tender time schedule (Key Dates) otherwise the
bid will be rejected.

22 Modification and Withdrawal of Bids

22.1 Resubmission of bid by the bidder s for any number of times before the final date
and time of submission is allowed.

22.2 Resubmission of bid shall require uploading of all documents including price bid
afresh.

22.3 If the bidder fails to submit his modified bids within the predefined time of
receipt, the system shall consider only the last bid submitted.

22.4 The bidder can withdraw his bid before the closure date and time of receipt of the
bid by uploading scanned copy of a letter addressing to the Officer Inviting Tender
citing reasons for withdrawal. The system shall not allow any withdrawal after expiry of
the closure time of the bid.
E. Bid Opening and Evaluation
23 Bid Opening

23.1 Bids cannot be opened before the specified date and time. All bid openers have to
log on to the portal to decrypt the bid submitted by the bidders. On the due date and
appointed time & place, the Bid Openers will open the Bid in the presence of the Bidders
or their representatives who choose to attend at the time, date and place specified.
The bidders and guest users can view the summary of opening of bids from any system.
Contractors are not required to be present during the bid opening at the opening
location if they so desire. If the specified date of Bid opening is declared a
holiday in the Officer Inviting Tender ’s Office, then the Bids will be opened at the
specified time and location on the next working day. In case bids are invited for more
than one package, the order for opening of the “Bid” shall be that in which they
appear in the “Notice Inviting Tender”.

23.2 During bid opening, the covers containing original financial instruments towards
cost of bid and bid security in the for m specified in the “Notice Inviting Tender” & valid
for the period stated in the bid, received before due date & time shall be opened and
declared. The Bid Openers shall continue opening of other documents if they are
satisfied about the appropriateness of the cost of bid and bid security. The bid prices,
item wise rates, total amount of each item in case of item rate tender and percentage
above or less in case of percentage rate tenders will then be announced.

23.3 All the opened bids shall be downloaded and printed for taking up evaluation.
The Bid Openers shall sign on each page of the documents and BOQ as well as
Comparative Statement and furnish a certificate that the documents as available in the
portal for the tender have been downloaded.

23.4 (i) Subject to confirmation of the Bid Security by the issuing Bank / Post Office,
the bids accompanied with valid Bid Security shall be taken-up for evaluation. If
any bid contains any deviation from the bid documents and / or deviation of the Bid
34
Security, then the Bid will be r ejected and the bidder will be informed accordingly.
(ii) The Bids will be evaluated technically by Departmental Tender Committee on the
basis of criteria as mentioned below:-
Attributes Evaluation Marks
Obtained
(A) Financial strength-20 marks (i) 60% marks for minimum eligibility
criteria
(i) Average annual turnover - 12
marks (ii) 100% marks for twice the minimum
eligibility criteria or more
(ii) Solvency Certificate & Financial
Capability-8 marks In between (i) & (ii) – on pro-rate basis

(B) Experience in similar works - (i) 60% marks for minimum eligibility
20 marks criteria

(ii) 100% marks for twice the minimum


eligibility criteria or more

In between (i) & (ii) – on pro-rate basis

(C) Performance of works- 40 marks

Parameter Criteria for points Score Maximum marks

1. Timely Completion 25
of Works

Assessed by Time
Over Run (TOR) If TOR upto 1.00 2.00 3.00 > 3.00

(a) Without levy of


compensation 25 20 10 0
(b) With levy of
20 10 5 0
compensation

20 10 5 0
(c) Levy of
compensation not
decided

TOR=AT/ST,

Where AT=

Actual Time;

ST= Stipulated Time

Note: Marks for value in between the stages indicated above is to be determined by straight line

35
variation basis.

2. Quality of Works (i) Very Good 15 15

(ii) Good 10

(iii) Fair /
Satisfactory 5
(iv) Poor
0

(D) Personnel Key Personnel & (i) 80% for Max. 10 marks
and Supervisory Staff minimum Eligibility
Establishmen per Cl.3.5 (l) Criteria
t - 10 marks above (details
given in Contract (ii) 100% for 1.5
Data, i.e. Section- times of minimum
VII) Eligibility Criteria

In between (i) &


(ii) – on pro-rate
basis

(E) Plant & Equipments & (i) 80% for Max. 10 marks
Equipment - Machinery as per minimum Eligibility
10 marks Cl.3.5 (k) above Criteria
(details given in
Contract Data, i.e. (ii) 100% for 1.5
Section-VII) times of minimum
Eligibility Criteria

In between (i) &


(ii) – on pro-rate
basis

Total - 100 Minimum 60 marks overall Max. Marks – 100


Marks Qualifying Marks (Subject to
minimum 40%
qualifying marks
in individual item
also)

(iv) Technical evaluation of all bids shall be carried out as per information
furnished by the bidders. But evaluation of bids does not exonerate bidders from
checking their documents at later date. If the bidder is found to have misled the
evaluation through wrong information, action as per Cl. 34 of ITB shall be taken against
the bidder / contractor.

36
24 Process to be Confidential

24.1 Information relating to the examination, clarification, evaluation, and comparison of


bids and recommendations for the award of a contract shall not be disclosed to the
bidders or any other persons not officially involved with such process until the award
of the Bid to the successful Bidder has been announced. Any effort by a Bidder to
influence (in any manner whatsoever) the process, right from bid submission to the
final bid award decision, may result in the rejection of his Bid.

25 Clarification of Bids

25.1 After receipt of confirmation of the bid security, the bidder may be asked in
writing to clarify on the documents provided in the Technical Bid, if necessary, with
respect to any doubts or illegible documents. The Officer inviting Tender may ask for
any other document of historical nature during technical evaluation of the tender.
Provided in all such cases, furnishing of any document in no way alters the Bidder’s pr
ice bid. Non submission of legible documents may render the bid non- responsive.

25.2 The bidders will respond in not more than seven days of issue of the clarification
letter, failing which the bid of the bidder will be evaluated on its own merit.

25.3 Subject to Sub Cl. 25.1, no Bidder shall contact the Officer Inviting Tender or
any of his authorities on any matter relating to the Bids from the time of bid
opening to the time of award of contract. If the Bidder wishes to bring additional
information to the notice of the Departmental Authorities, he should do so in
writing.

26 Examination of Bids and Determination of Responsiveness

26.1 Prior to detailed evaluation of Bids, the Departmental Tender Committee


will determine whether each Bid-
(a) meets the eligibility criteria defined in this Bid Document.

(b) has been properly signed by the bidder or authorized signatory holding Power of
Attorney in his favour.

(c) is accompanied by the required securities and

(d) is substantially responsive to the requirements of the bidding documents.

26.2 A substantially responsive Bid is one which conforms to all the terms, conditions,
and specifications of the Bidding documents without material deviation or
reservation. A material deviations or reservation is one :-

(a) Which affects in any substantial way the scope, quality or performance of the works;
(b) Which limits in any substantial way the Employer’s rights or the Bidder’s
obligations under the Contract; or

(c) whose rectification would affect unfairly the competitive position of other
Bidders presenting substantially responsive Bids.

26.3 If a Bid is not substantially responsive, it will be rejected by the Departmental


Tender Committee or higher authorities, and may not subsequently be made
37
responsive by correction or withdrawal of the non conforming deviation or
reservation.

27 Financial Evaluation and Comparison of Bids

27.1 The Employer will evaluate and compare only the bids determined to be
substantially responsive in accordance with Cl. 26.

27.2 In evaluating the bids, the Employer will determine for each Bid the evaluated
Bid Pr ice by adjusting the Bid pr ice as follows:
(a) Making an appropriate adjustments for any other acceptable modifications,
variations and deviations; and / or
(b) Making appropriate adjustments to reflect discounts or other price
modifications offered before the deadline for submission of the bid.
27.3 The Employer reserves the right to accept or reject any variation or deviation
in qualification. Variations and deviations and other factor s, which are beyond the
provisions, requirements and scope of the Bidding documents, shall not be taken into
account in Bid evaluation.

27.4 If the Bid of the successful Bidder is seriously unbalanced in relation to the
Employer’s estimate of the cost of work to be performed under the contract, the
Employer may require the Bidder to produce detailed price analysis for any or all items of
the Bill of Quantities, to demonstrate the internal consistency of those prices with the
implementation / construction methods and schedule proposed. After evaluation of
the pr ice analysis, the employer may require that the amount of the performance security
set forth in Cl. 32 be increased at the expense of the successful bidder to a level
sufficient to protect the Employer against financial loss in the event of default of the
successful bidder under the contract.

27.5 A bid which contains several items in the Bill of Quantities which are
unrealistically priced low and which cannot be substantiated satisfactorily by the bidder
may be rejected as non responsive.

27.6 Conditional Bids are liable to be rejected.

28. Negotiation with Bidders

Negotiation with Bidders after bid opening shall not normally be done. However, in
exceptional circumstances where price negotiations is considered necessary due to
some unavoidable circumstances, the same may be resorted to only with the lowest
evaluated responsive bidder.

F. Award of Contract

29 Award Criteria

29.1 The designated competent authority of the department will ordinarily award the
Contract on recommendation of the Departmental Tender Committee to the Bidder
whose Bid has been determined to be substantially responsive to the Bidding
documents and who has offered the lowest evaluated Bid Price, provided that such
Bidder has been determined to be (a) eligible in accordance with the provisions of Cl.
3 and (b) qualified in accordance with the provisions of Cl. 4. The summary of Award of
38
Contract will be displayed on the website and also on office notice board.

30 Employer’s Right to accept any Bid and to reject any or all Bids

30.1 Notwithstanding Cl. 29, the Employer reserves the right to accept or reject any
Bid, and to cancel the bidding process and reject all bids, at any time prior to the award of
Contract, without thereby incurring any liability to the affected Bidder or bidders or
any obligation to inform the affected Bidder or bidders of the grounds for the
Employer ’s action.
Employer reserve the right to provide relaxation to any bidder in qualification/
experience/ bid capacity etc.

31 Notification of Award and Signing of Agreement

31.1 The bidder whose Bid has been accepted will be notified of the award by the
Employer prior to expiration of the Bid validity period by e-mail confirmed by
registered letter. This letter (hereinafter and in the Conditions of Contract called the
“Letter of Acceptance”) will state the sum that the Employer will pay to the Contractor
in consideration of the execution, completion and maintenance of the Works by the
Contractor as prescribed by the Contract (hereinafter and in the Contract called the
“Contract Price”). The issue of the Letter of Acceptance shall be treated as
closure of the bid process and commencement of the contract.

31.2 The notification of award will constitute the formation of the Contract, subject
only to the furnishing of a performance security in accordance with the provisions of Cl.
32.

31.3 The Agreement will incorporate all correspondence between the Employer and
the successful Bidder. It will be signed by the Employer and dept ready for
signatures of the successful Bidder in the office of employer within 28 days
following the notification of award along with the letter of Acceptance. Within 21 days of
receipt of this letter, the successful Bidder will furnish performance security, stamp
papers of requisite amount as per the current Stamp Act and sign the Agreement with
the Employer. Notice to proceed with the work shall be issued by the Engineer In
charge with copy thereof to the Officer Inviting Tender. The Officer Inviting Tender
shall upload the summary of award of work and declare the bidding process as
complete.

31.4 Upon the furnishing by the successful Bidder of the Performance Security,
the Employer will promptly notify the other Bidders that their Bids have been
unsuccessful and accordingly release their Bid security.

32. Performance Security

32.1 Within 21 days of receipt of the Letter of Acceptance, the successful Bidder shall
deliver to the Employer a Performance Security in any of forms given below for an
amount equivalent to 5% of contract price plus additional security for unbalanced
39
bids in accordance with Cl. 27.4 of ITB and Cl. 52 of GCC:-
(a) Fixed Deposit Receipt from any Public Sector (SBI & Nationalized) / Scheduled
Bank located in India.
(b) National Savings Certificate issued by any Indian Post Office duly endorsed by the
competent postal authority in India.
(c) Bank Guarantee from any Public Sector (SBI & Nationalized) / Scheduled Bank
located in India. However, the Employer is free to get it verified from the
concerned issuing bank.

32.2 Failure of the successful bidder to comply with the requirements of Sub Cl. 32.1
shall constitute a breach of contract, cause for annulment of the award, forfeiture of the
bid security and any such other action, the Employer may deem fit under the contract
and the Employer may resort to awarding the contract to the next ranked responsive
bidder.

33 Settlement of Disputes

33.1 Disputes between Contractor and Engineer / Employer shall be resolved as per the
provisions of Cl. 24 & 25 of General Condition of Contract (Section IV).

34 Corrupt or Fraudulent Practices

34.1 The Employer requires the Bidder s / Supplier s / Contractors under this contract to
observe the highest standard of ethics during the procurement and execution of this
contract. In pursuance of this policy:-
(i) “Corrupt practice” means the offering, giving, receiving or soliciting of anything of
value or significance to influence the action of a public official in the procurement
process or in Contract execution, and
(ii) “Fraudulent Practice” means a misrepresentation of facts in order to influence a
procurement process or the execution of a contract to the detriment of the
Employer and includes collusive practices among Bidders (prior to or after bid
submission) designed to establish bid prices at artificial non-competitive levels and
to deprive the Employer of the benefits of free and open competition.
34.2 The Employer will reject a proposal for award of work if he determines that the
Bidder recommended for award has been engaged in corrupt or fraudulent
practices in competing for the contract in question and will declare a Bidder
ineligible either indefinitely or for a stated period of time, to be awarded a
contract / contracts if he, at any time determines that the bidder has been engaged in
corrupt or fraudulent practices in competing for, or in executing the contract.
34.3 After the award of work & signing the Contract Bond, sub-letting any work
or par t thereof to any other contractor, except as submitted with the bid documents
under Sub Cl.4.2 (r), by the Bidder / Lead Partner of a JV is strictly prohibited. If at any
stage, it is found that the contractor has indulged in subletting the work or par t thereof
to any other contractor in contravention of the above, it shall be considered a
serious violation of the conditions of the Contract and this act shall also be treated as
corrupt & fraudulent practice and in that case the contract bond is likely to be rescind with
forfeiture of the full Performance Security deposit.

Superintending Engineer
Construction Circle,
Uttarakhand Peyjal Nigam
Nainital

40
SECTION - IV

GENERAL
CONDITIONS OF
CONTRACT
(G.C.C.)

41
General Conditions of Contract
Table of Contents

A. General Page C. Quality Control Page


No. No.

1 Definitions 43 32 Identifying Defect 56


2 Interpretation 45 33 Tests 56
3 Language and Law 46 34 Completion& 58
Commissioning of works
4 Engineer's Decisions 46 35 Correction of Defects 58
5 Delegation 46 36 Uncorrected Defects 59
6 Communications 46
7 Subcontracting 46 D. Cost Control
8 Other Contractors 46 37 Bill of Quantities 59
9 Personnel 47 38 Changes in the Quantities 59
10 Employer’s & Contractor's 47 39 Variations 59
Risks
11 Employer's Risks 47 40 Payments for Variations 59
12 Contractor’s Risks 47 41 Cash Flow Forecasts 60
13 Insurance 48 42 Payment Certificates 60
14 Site Investigation Reports 48 43 Payments 60
15 Queries about the Contract Data 48 44 Compensation Events 62
45 Tax 62
16 Contractor to Construct the 47 46 Currencies 62
Works
47 Appreciation 63
17 The Works to Be Completed by 47 48 Retention 63
the Intended Completion Date
49 Liquidated Damages 63
18 Approval by the Engineer 47 50 Penalty 63
19 Safety 48 51 Advance Payment 63
20 Discoveries 48 52 Securities 63
21 Possession of the Site 48
22 Access to the Site 48 53 Cost of Repairs 64
23 Instructions 48 E. Finishing the Contract
24 Disputes 48 54 Completion 64
25 Procedure for Disputes 49 55 Handing Over 64
26 Replacement of Adjudicator 54 56 Final Account 64
B. Time Control 57 Drawing/ Manuals 64

27 Program 55 58 Termination 64
28 Extension of the Intended 55 59 Payment upon Termination 66
Completion Date 60 Property 67
29 Delays Ordered by the Engineer 55 61 Release from Performance 67
62 Fraud & Corruption 67

30 Management Meetings 55
31 Early Warning 56 F. Special Conditions of 68
Contract

42
A. General
1. Definitions

1.1 Terms which are defined in the Contract Data (Section-VII) other than
those defined hereunder shall keep their respective meanings as defined
therein. Capital initials are used to identify the defined terms.

The Adjudicator (synonymous with the Dispute Review Expert) is the


person appointed jointly by the Employer and the Contractor to resolve
disputes in the first instance, as provided for in Cl. 24 and 25 hereunder.

Bill of Quantities means the priced and completed Bill of Quantities


forming part of the Bid.

Chief Engineer means the Zonal Chief Engineer of that Zone under
which the work / Divisional Office lies.

Compensation Events are those defined in Cl. 44 hereunder.

The Completion Date is the actual date of completion of the Works as


certified by the Engineer in accordance with Sub Cl. 54.1.

The Contract is the agreement in the form of a Contract Bond between


the Employer and the Contractor to execute & complete the works in a
specified time and thereafter to maintain them during the defect liability
period specified therein. It consists of the documents listed in Sub Cl. 2.3
below.

The Contract Data defines the documents and other information which
comprise the Contract.

The Contractor is a person or a corporate body (which may be a Firm, a


Company or a Joint Venture) whose bid has been accepted by the
Employer to carry out the Works.

The Contractor's Bid is the duly completed Bidding Document


submitted by the Contractor to the Employer.

The Contract Price is the price stated in the Letter of Acceptance and
thereafter as adjusted in accordance with the provisions of the Contract.

Days are calendar days; months are calendar months and years are
calendar years.

A Defect is any part of the Works not completed in accordance with the
Contract.

43
The Defects Liability Period is the period specified in the Contract Data
and calculated from the Completion Date.

The Employer is the authority named in the Contract Data who will
employ the Contractor to carry out the Works by means of Contract
Bond.

The Engineer is the person named in the Contract Data (or any other
competent authority working under him, authorized and notified to the
contractor, to act in replacement of the Engineer) who is responsible for
supervising the execution of the works and administering the Contract.

The Engineer’s Representatives are the persons named in the


Contract Data who are responsible for supervising the execution of the
works on behalf of the Engineer.

Equipment is the Contractor's machinery (including Tools & Plants) and


vehicles brought temporarily to the site for proper execution of works.

The Initial Contract Price is the Contract Price listed in the Employer's
Letter of Acceptance.

The Intended Completion Date is the date on which it is intended that


the Contractor shall complete the works. The Intended Completion Date
is specified in the Contract Data. The Intended Completion Date may be
revised/ extended only by the competent authority by issuing an
extension of time.

Materials are all supplies, including consumables, intended to be used


and brought to site / site store, including their quantity actually
consumed, by the Contractor in the Works.

Managing Director is the authority in which the powers of Head of


Department (HOD) of Uttarakhand Peyjal Nigam are vested.

Owner is Uttarakhand Peyjal Sansadhan Vikas Evam Nirman Nigam


(Uttarakhand Peyjal Nigam) through its Chairman.

Plant is any integral part of the Works which is to have a mechanical,


electrical, electronic or chemical or biological function.

The Site is the project area as defined in the Contract Data.

Site Investigation Reports are those which are either included in the
Bidding documents, or required to be submitted by the Contractor therein
after conducting the specified site investigations, and are factual
interpretative reports about the surface and sub-surface conditions at the
site.

44
Specifications mean the Specifications of the Works included in the
Contract and any modifications or additions made / approved by the
Employer for proper execution and completion of works.

The Start Date is given in the Contract Data. It is the date when the
Contractor is required to commence the execution of contracted works. It
does not necessarily coincide with any of the Site Possession Dates.

A Subcontractor is a person or corporate body (which may be a Firm or


a Company) who has a Sub-Contract with the Contractor, in conformity
of provisions contained in Cl. 7 below, to carry out a part of the work in
the Contract which includes work on the Site.

Temporary Works are the works which are designed, constructed and
installed by the Contractor, needed for proper construction or execution
of the Works and are to be removed or removed thereafter.

A Variation is the difference in quantities of works resultant to any


instructions duly given by the Engineer / Employer / Higher Authorities
either in writing or verbally which varies the Works. Any such verbal
instructions shall immediately be confirmed by the contractor in writing to
the Employer duly acknowledged by his office.

The Works are all that which the Contract requires the Contractor to
construct, install, maintain during the defect liability period and handover
to the designated authority, as defined in the Contract Data.

2. Interpretation

2.1 In interpreting these General Conditions of Contract, singular also means


plural, male also means female or neuter, and the other way around.
Headings have no significance. Words have their normal meaning under
the language of the Contract unless specifically defined. The Engineer /
Employer will provide instructions clarifying queries about the Conditions
of Contract.

2.2 If sectional completion is specified in the Contract Data, references in the


Conditions of Contract to the Works, the Completion Date, and the
Intended Completion Date apply to any Section of the Works (other than
references to the Completion Date and Intended Completion date for the
whole of the Works).

2.3 The documents forming the Contract shall be in the following order:
(1) Agreement
(2) Copies of Performance Security Documents
(3) Letter of Acceptance
(4) Section VII of Contractor’s Bid (Contract Data)
(5) Section X of Contractor’s Bid (Form of Bid)
(6) Section XI of Contractor’s Bid (Bill of Quantities)

45
(7) Section IV of Contractor’s Bid (General Conditions of
Contract including Special Conditions of Contract)
(8) Section V of Contractor’s Bid (Specifications)
(9) Section VI of Contractor’s Bid (Drawings)
(10) Remaining Sections I, II, III, VIII & IX of Contractor’s Bid
(11) Supporting documents of Section VIII & IX of Contractor’s Bid
(12) Any other document required for forming the Contract.
3. Language and Law
3.1 The language of the Contract and the law governing the Contract are
stated in the Contract Data and Section-F of this GCC (Special
Conditions of Contract).

4. Engineer's Decisions

4.1 Except where otherwise specifically stated, the Engineer, in the role
representing the Employer, will decide all routine contractual matters
between the Employer and the Contractor.

5. Delegation

5.1 The Engineer may delegate any of his duties and responsibilities to any
of his representatives after notifying the Contractor and may cancel any
such delegation after notifying the Contractor. Similarly, the Employer
may also delegate any of his duties and responsibilities to the Engineer
or his representative in the like manner.

6. Communications

6.1 Communications between parties which are referred to in the conditions


shall be effective only when made in writing or by e-mail at Contractor’s
ID. A notice shall be effective only when it is delivered or deemed to be
delivered as per law / in terms of Indian Contract Act.

7. Subcontracting

7.1 Normally, Subcontracting of works is not allowed in case of Joint


Venture. However, the contractor can employ sub-contractors only for
specialized works details of which shall be given by the bidder, at the
time of bidding, in the Form-XIV as per Cl.4.2 (r) of ITB (Section-III).
Subcontracting does not alter the Contractor's obligations in any manner.
8. Other Contractors

8.1 The Contractor shall cooperate and share the Site with other contractors,
the Employer / Engineer / their representatives, public authorities, utility
services etc, as required according to their schedule of various activities
during the execution of the Contract including defect liability period. The
Contractor shall also provide all necessary facilities and services for
them. The Employer / Engineer may modify the schedule of other
contractors and shall notify the contractor of any such modification.

46
9. Personnel

9.1 The Contractor shall employ the key personnel named in the Schedule of
Key Personnel as referred to in the Contract Data to carry out their
functions for proper execution and completion of works stated in the
Schedule. The Employer / Engineer may ask the Contractor for
replacement of any key personnel listed in the Schedule with the
personnel having equivalent or better qualifications, abilities, and
relevant work experience and will, accordingly, approve the revised list of
key personnel.

9.2 If the Engineer / Employer / any Higher Authority ask the Contractor to
remove a person who is a member of the Contractor’s staff or his work-
force stating the reasons, the Contractor shall ensure that the person
leaves the Site within three days and has no further connection with the
work in the Contract. If any such person is declared undesirable, then he
will have to leave the site immediately.

10. Employer’s and Contractor's Risks

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

11. Employer's Risks

11.1 The Employer is responsible for the excepted risks which are-(a) the
risks of war, hostilities, invasion, act of foreign enemies, rebellion,
revolution, insurgency, military coup or usurp of power, civil war, riot,
commotion or disorder (if not restricted to the Contractor’s employees),
and contamination from any nuclear fuel or nuclear waste or radioactive
toxic explosive and any such other happening in the Employer’s country,
in so far as they directly affect the execution of the Works, or (b) a cause
due, solely, to the design of the Works, other than the Contractor’s
design, or (c) dispute by villagers on land / source / pipeline alignment
etc., or (d) delay in forest land acquisition, or (e) non availability of funds,
or (e) delay due to natural calamities like landslide, flood, earthquake,
cloud burst etc.

12. Contractor’s Risks

12.1 All risks of loss of, or damage to, physical property (either pertaining to
the Contracted Works or to the Employer or any Third Party) and of
personal injury and death (of Contractor’s staff / member of work-force or
the Employer’s staff or any Third Party) which arise during and in
consequence of the performance of the Contract, other than the
excepted risks, are the responsibility of the Contractor.

47
13. Insurance

13.1 The Contractor, at his own cost shall provide, in the joint names of the
Employer and the Contractor, insurance cover from the Start Date to the
end of the Defects Liability Period, in the amounts and deductibles stated
in the Contract Data for the following events which are due to the
Employer’s risks and Contractor’s risks as well:

(a) loss of or damage to the Works, Plant and Materials;

(b) loss of or damage to Equipment;

(c) loss of or damage of property (except the Works, Plant, Materials


and Equipment) in connection with the Contract; and

(d) personal injury or death.

13.2 Policies and certificates for insurance shall be delivered by the


Contractor to the Employer for his approval before the Start Date. All
such insurance shall provide for compensation to be payable in the types
and proportions of currencies required to completely rectify / compensate
the loss or damage incurred.

13.3 If the Contractor does not provide the required insurance policies and
certificates within stipulated time, then the Employer may affect the
insurance which the Contractor should have provided and recover the
premium which the Employer has paid from payments otherwise due to
the Contractor or, if no payment is due, the payment of the premium shall
be a debt due.

13.4 Both parties, the Contractor and the Employer, shall comply with all
conditions of the insurance policies.

13.5 However, any alterations to the terms of insurance shall not be made,
either by the Contractor or by the Insurance Company, without prior
approval of the Employer.

14. Site Investigation Reports

14.1 The Contractor, in preparing the Bid, shall rely on any site Investigation
Reports referred to in the Contract Data, supplemented by any other
information available to the Bidder.

15. Queries about the Contract Data

15.1 The Engineer / Employer will clarify queries on the Contract Data.

48
16. Contractor to Construct the Works

16.1 The Contractor shall make necessary arrangements, at his own cost, for
detailed survey to verify the actual availability and levels of suitable site
locations for different components of works as well as alignments of
pipeline, and shall intimate his findings to the Engineer in writing. If any
significant change from the sanctioned project proposal is found, then the
Contractor shall get the designs and drawings modified accordingly, at
his own cost, in compliance of Engineer’s / Employer’s written directions
for the same and shall get such modified deigns and drawing approved
by competent technical authority, through the Engineer, before
procurement of material for works and actually starting the execution of
works. The contractor shall construct and install all the Works in
accordance with the approved Specifications of works and as per the
approved Designs and Drawings, and also ensuring the compliance of
the Engineer’s / his Representatives’ / Employer’s / Higher Authority’s
instructions. The Contractor shall be solely responsible for proper
workmanship, timely completion and due performance of all the works.

16.2 Protection of Environment:


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

17. The Works to Be Completed by the Intended Completion Date

17.1 The Contractor shall make all efforts to commence the execution of the
Works on the Start Date and shall carry out the Works in accordance
with the program submitted by the Contractor and duly approved by the
Engineer / Employer and modified / updated by Competent Authority, if
necessary. This program shall invariably be within the framework of the
mile-stones prescribed in Contract Data (Section-VII), in order that all the
works are completed in all respect by the Intended Completion Date.

18. Approval by the Engineer

18.1 The Contractor shall submit, and get approved by the Engineer, all the
Specifications, Designs, Drawings & Site Plan showing locations of all
the proposed Temporary Works, required to execute the Contract.

18.2 The Contractor shall solely be responsible for safe design of Temporary
Works and safety of all materials / machinery / equipments etc. stored /
placed in them and all residing / handling personnel.
49
18.3 The Engineer's approval shall not relive the Contractor of his responsibility of
proper design and safety of the Temporary Works.

18.4 The Contractor shall obtain approval of third parties deployed by the owner /
Govt. on the design and layout of the Temporary Works where required.

19. Safety

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

20. Discoveries

20.1 Anything of historical or other interest or of significant value, discovered on the


Site, shall be the property of the Employer. The Contractor is to notify the
Engineer of such discoveries and strictly carry out the Engineer's instructions
for dealing with them.

21. Possession of the Site

21.1 The Employer shall give possession of all parts of the Site to the Contractor. If
possession of any part is not given by the date stated in the Contract Data, the
Employer is deemed to have delayed the start of the relevant activities and
this will be a Compensation Event.

22. Access to the Site

22.1 The Contractor shall allow the Engineer / Employer / Higher Authorities, and
any person authorized by them, access to the Site or to any place where work
in connection with the Contract is being carried out or is intended to be carried
out and to any place where materials or plant are being installed /
manufactured / fabricated / assembled / stored for the works.

23. Instructions

23.1 The Contractor shall carry out all instructions of the Engineer / Employer /
Higher Authorities / their Authorized Representatives which comply with the
provisions of the Contract as well as with the laws / bye-laws applicable to the
area where the Site is located.

23.2 The Contractor shall permit the Engineer / Employer to inspect the
Contractor’s accounts and records relating to the performance of the
Contractor and to have them audited by auditors appointed by the Employer, if
so required by the Employer.

24. Disputes

24.1 If the Contractor believes that a decision taken by the Engineer /


Employer was either outside the authority given to the Engineer /
Employer by the Contract / relevant law / delegated by the Owner or the
decision was wrongly taken, the matter shall be referred to the Employer
st
/ 1 Appellant Authority within 14 days of the notification of the
50
Engineer's / Employer’s decision. If the contractor is still not satisfied with
st
the decision of Employer / 1 Appellant Authority, the settlement of
dispute will further be taken as follows-
st nd rd
S. 1 Appellant 2 Appellant 3 Appellant
Contract value
No. Authority Authority Authority
Upto ` 10 EXECUTIVE Superintending
1 ENGINEER Sole Arbitrator
Lacs Engineer
Superintending Sole Arbitrator
` 10 Lacs to Superintending
2 Engineer (Other
` 75 Lacs Engineer
Circle)
` 75 Lacs to Chief Engineer Chief Engineer Sole Arbitrator
3
` 5 Crore (Zonal) (Other Zone)
4 ` 5 Crore to Chief Engineer Managing Director Sole Arbitrator
` 25 Crore (Zonal)
5 More than ` 25 Managing Director Adjudicator Panel of Arbitrators
Crore

Note:
1-Adjudicator for S.No.5 shall not be below the rank of Chief Engineer (Level-1)*.
2-Arbitrator for S.No.1 & 2 shall not be below the rank of Superintending Engineer*.
3-Arbitrator for S.No.3 shall not be below the rank of Chief Engineer (Level-II)*.
4-Arbitrator for S.No.4 shall not be below the rank of Chief Engineer (Level-I)*.
5-Arbitrators in the Panel of Arbitrators for S.No.5 shall not be below the rank of
Chief Engineer (Level-I)*.

* In service or retired from any Central Govt. / State Govt. / Central or State Govt.
undertaking department of any state in India.

25. Procedure for Settlement of Disputes


st nd
25.1 The 1 / 2 Appellant Authority shall give a decision in writing within 60
days of receipt of notification of a dispute. Either party of the Contract may
st nd
refer a decision of the 1 Appellant Authority to the 2 Appellant Authority
nd
or the decision of 2 Appellant Authority to an Arbitrator / Panel of
rd st nd
Arbitrators (3 Appellant Authority) within 28 days of the 1 / 2 Appellant
Authority’s written decision, as the case may be. If neither party refers the
nd rd
dispute to 2 / 3 Appellant Authority within the above 28 days, then in that
st nd
case, the 1 / 2 Appellant Authority’s decision will be final and binding.

51
25.2 The Adjudicator shall be paid a gross Settlement Fees as agreed
between the Adjudicator and the parties of the Contract subject to ceiling,
if any, specified by Uttarakhand Government. In addition to this, daily
fees for hearing at his place or at the court of jurisdiction of concerned
district headquarter shall be paid at the rate as agreed together with
other reimbursable expenses of the types specified therein. All such
gross & daily fees, together with other expenses, shall be divided equally
between the Employer and the Contractor, whatever decision is reached
by the Adjudicator. Either party may refer a decision of the Adjudicator
for Arbitration within 28 days of the Adjudicator's written decision. If
neither party refers the decision of Adjudicator for arbitration within the
above 28 days, the Adjudicator's decision will be final and binding.

25.3 The arbitration shall be conducted as per following procedure:-


(a) For the contracts of value Rs. 25 Crore & below –
nd
The decision of 2 Appellant Authority on disputes or differences
shall be referred to a Sole Arbitrator. The Sole Arbitrator shall be
appointed by agreement between the parties of the Contract; failing
such agreement, the Arbitrator shall be appointed by the appointing
authority, namely President of the Local Chapter of Institution of
Engineers (India), falling within the State of Uttarakhand. The
Arbitration shall be conducted and settled in accordance with the
Indian Arbitration and Conciliation Act, 1996. The Arbitrator shall be
paid a gross Settlement Fees as agreed between the Arbitrator and
the parties of the Contract subject to ceiling, if any, specified by
Uttarakhand Government. In addition to this, daily fees for hearing
at his place or at the court of jurisdiction of concerned district
headquarter shall be paid at the rate as agreed together with other
reimbursable expenses of the types specified therein. All such
gross & daily fees, together with other expenses, shall be divided
equally between the Employer and the Contractor, whatever
decision is reached by the Arbitrator.

(b) For the contracts of value more than Rs.25 Crore –


nd
i. The decision of 2 Appellant Authority on disputes or
differences shall be referred to a Panel of Arbitrators. In case of a
domestic Contractor, arbitration on such disputes or differences
shall be settled in accordance with the Indian Arbitration and
Conciliation Act, 1996. The Arbitral Tribunal (Panel of Arbitrators)
shall consist of three Arbitrators, one each to be appointed by the
Employer & the Contractor and the third Arbitrator shall be chosen
by the two Arbitrators so appointed by the Parties and shall act as
Presiding Arbitrator. In case of failure of the two arbitrators
appointed by the parties of the Contract to reach upon a consensus
regarding the choice of the third Arbitrator, within a period of 30
days after their appointment, then the third Arbitrator shall be
appointed subsequently by President of the Local Chapter of
Institution of Engineers (India), falling within the State of
Uttarakhand.

52
ii. In case of a foreign Contractor, arbitration on such disputes & differences shall
be conducted and settled in accordance with provisions of the Indian Arbitration
and Conciliation Act, 1996, if the Contractor consents so. However, if he doesn’t,
then it may be conducted and settled in accordance with the UNCITRAL
Arbitration Rules. The Arbitral Tribunal (Panel of Arbitrators) shall consist of three
Arbitrators, one each to be appointed by the Employer and the Contractor. The
third Arbitrator shall be chosen by the two Arbitrators so appointed by the Parties
of the Contract and shall act as the Presiding Arbitrator. In case of failure of the
two arbitrators appointed by the parties of the Contract to reach upon a consensus
regarding the choice of the third Arbitrator, within a period of 30 days after their
appointment, then the third Arbitrator shall be appointed subsequently by
President of the Local Chapter of Institution of Engineers (India), falling within the
State of Uttarakhand.
iii. If one of the parties fails to appoint its arbitrator in pursuance of sub-clause (a)
and (b) (i) & (b) (ii) above within 30 days after receipt of the notice of the
appointment of its arbitrator by the other party, then the President of Local
Chapter of the Institution of Engineers (India) falling within the State of
Uttarakhand, both in cases of the Indian Contractor as well as Foreign Contractor,
shall appoint the arbitrator. A certified copy of the order of President of the Local
Chapter of Institution of Engineers (India), making such an appointment shall be
furnished to each of the parties.
iv. Arbitration proceedings shall be held only at court of jurisdiction of respective
district headquarter and the language of the arbitration proceedings and that of all
documents and communications between the parties shall be either in Hindi or in
English, in case of Indian Contractor and in English, in case of Foreign Contractor.
v. The decision of the majority of arbitrators shall be final and binding upon both
the parties of the Contract.
vi. The expenses incurred by each party in connection with the arbitration proceedings
as also the fees and expenses payable to the Arbitrator appointed by such party or on
its behalf shall be borne by each party itself. The Arbitrator, appointed by the
Employer / Owner, shall be paid a gross Settlement Fees as agreed between the
Arbitrator and the Employer subject to ceiling, if any, specified by Uttarakhand
Government. In addition to this, the Arbitrator appointed by the Employer / Owner
shall be paid daily fees for hearing at his place or at the court of jurisdiction of
concerned district headquarter shall be paid at the rate specified in the Contract Data
together with other reimbursable expenses of the types specified therein. The third
Arbitrator, who heads the Panel of Arbitrators, shall be paid gross Settlement Fees
slightly higher (maximum upto 20%) than the fees of the Arbitrator appointed by the
Employer / Owner, subject to ceiling, if any, specified by Uttarakhand Government. In
addition, he will be paid daily fees for hearing and other reimbursable expenses at the
same rate as applicable to the Arbitrator appointed by Employer / Owner. All such
gross & daily fees, together with other expenses payable to the third. Arbitrator, shall
be divided equally between the Employer and the Contractor, whatever decision is
reached by the Panel of Arbitrators.
vii. Performance under the contract shall continue during the arbitration proceedings
and payments due to the contractor by the Engineer / Employer / Owner shall not
be withheld, unless they are the subject matter of the arbitration proceedings.

53
26. Replacement of Adjudicator / Arbitrator

26.1 Should the Adjudicator or any Arbitrator resign or die during the process
of Adjudication / Arbitration, or should the Employer and the Contractor
agree that the Adjudicator / Arbitrator is not fulfilling his functions in
accordance with the provisions of the Contract and / or the relevant
Arbitration Act / Rule, they shall jointly sign a declaration to discontinue
the appointment of such Adjudicator / Arbitrator; and a new Adjudicator /
Arbitrator shall be jointly appointed by the Employer and the Contractor.
In case of disagreement in this regard between the Employer and the
Contractor, within 30 days, the Adjudicator / Arbitrator shall be appointed
by the Appointing Authority specified in the Contract Data at the request
of either party. The gross Settlement Fees, or any part thereof, shall not
be payable to such resigned / deceased / discontinued Adjudicator /
Arbitrator.

B. Time Control

27. Program

27.1 Within the time stated in the Contract Data and the milestones specified
therein, the Contractor shall submit to the Engineer / Employer for
approval a Program for execution of the Works including Environmental
Management Plan showing the general methods, arrangements,
sequence and timing for all the activities necessary for the Works along
with monthly cash flow forecast. This Program shall necessarily include
PERT Chart as well as Bar Chart of all the activities.

27.2 An update of the Program shall be a program showing the actual


progress achieved on each activity and the effect of the progress
achieved on the timing of the remaining works including any changes to
the sequence of the activities required for timely completion of works
within the Intended Completion Period.

27.3 The Contractor shall submit to the Engineer / Employer, for approval, an
updated Program at intervals no longer than the period stated in the
Contract Data. If the Contractor does not submit an updated Program
within this period, the Engineer / Employer may withhold the amount
stated in the Contract Data from the next payment certificate and
continue to withhold this amount until the next payment up to the date on
which the overdue Program has been submitted.

27.4 The Engineer's / Employer’s approval of the Program shall not alter the
Contractor's obligations of timely completion of works within the Intended
Completion Period. The Contractor may revise the Program and submit it
to the Engineer / Employer again at any time. A revised Program is to
show the effect of Variations and Compensation Events also.
28. Extension of the Intended Completion Date

28.1 The Engineer / Employer / Higher Competent Authority may extend the
Intended Completion Date, if a Compensation Event occurs or a
54
Variation is necessitated which makes it impossible for Completion to be
achieved by the Intended Completion Date without taking additional
steps to accelerate the remaining work and which would cause the
Contractor to incur additional costs. Intended completion date may be
extended by competent authority at is own discretion or satisfaction
without assigning in reason.

28.2 The Engineer / Employer / Higher Competent Authority shall decide


whether to extend and by how much to extend the Intended Completion
Date, within 30 days of the Contractor asking the Engineer for a decision,
upon the effect of a Compensation Event or Variation by submitting full
supporting information. If the Contractor fails to give early warning of a
possible delay in writing to the Engineer or fails to notify the Engineer
about the hindrances causing unavoidable and justifiable delay, which is
beyond his control, within a week of commencement of such delay /
hindrance or fails to deal with the hindrances responsible for any
avoidable delays, such delays shall not be considered in assessing the
new Intended Completion Date. Employer’s decision regarding the
Contractor’s failure to deal with avoidable delays due to any reason shall
be final and binding. The delay in procurement of material for whatsoever
reason, except due to natural calamities, shall also not be considered for
extension of Intended Completion Date. Contractor shall submit his
application on format prescribed by department for extension of time with
application stating details to Engineer in original. Photo copy or scanned
copy of such application will not be entertained. After receiving original
application on prescribed format, Engineer will either reject it or forward
to Employer with clear reasons and recommendations for necessary
action. Intended Completion Date may be extend or may not be
extended, by Competent Authority at his own discretion or satisfaction
without assigning any reason.

29. Delays Ordered by the Engineer / Employer

29.1 The Engineer / Employer may instruct the Contractor to delay the start or
progress of any activity within the Works, at any time during the execution
of the Contract, if he considers it proper in the interest of works or for
safety of works / staff / material / third party. The Contractor shall not be
entitled to any compensation for such delays, but the Engineer /
Employer / Higher Authorities may consider the same for extension of
Intended Completion Date.

30. Management Meetings

30.1 Either the Engineer or the Employer may require the Contractor to attend
a Management Meeting at any time during progress of work. The
objective of a Management Meeting shall be to review the plans for the
remaining works and to deal with matters raised in accordance with the
early warning procedure. Such meetings shall be called by Engineer,
whenever he feels it necessary after taking approval from Employer.

55
30.2 The Engineer shall record the minutes of Management Meetings and
shall provide copies of the same to all those attending the meeting
and to the Employer as well. The responsibility of the parties for
actions to be taken is to be decided by the Engineer / Employer
either during the Management Meeting or after the Management
Meeting and shall inform about it in writing to all concerned.

31. Early Warning

31.1 It shall be the duty of the Contractor to give an early warning, in


writing, to the Engineer at the earliest regarding specific likely future
events or circumstances that may adversely affect the progress of
work or quality of the work or delay the execution of works or likely to
increase the Contract Price.

31.2 The Contractor shall cooperate with the Engineer in considering any
proposals and in carrying out, by anyone involved in the work, any
resulting instructions of the Engineer to minimize or avoid the effect
of any such events or circumstances on the works.

C. Quality Control

32. Identifying Defects & Shortcomings

32.1 The Engineer / Employer / Higher Authorities shall check the


Contractor's work, but such checking shall not relieve the Contractor
of his responsibilities regarding correctness, quality and quantity of
works in any manner. The Engineer / Employer / Higher Authorities
shall notify the Contractor of any defects or shortcomings that are
found and instruct the Contractor to search for a defect or
shortcoming and to uncover and test any work which may have a
defect or shortcoming in their opinion.

32.2 The contractor shall permit the Engineer’s / Employer’s / Owner’s


authorized representative or any Technical Auditor / Third Party
designated by Owner / State / Central Govt. to check the
contractor’s work and to notify the Contractor of any defects or
shortcomings that are noticed during inspections. Such a check
shall neither relieve the Contractor’s responsibilities regarding
specifications as defined in the Contract Agreement nor shall relieve
him from any responsibilities regarding proper performance of
works.

33. Tests

33.1 All the civil construction and pipeline materials & fittings supplied
(other than the materials provided by Uttarakhand Peyjal Nigam, if
any) shall be got tested, prior to installation, through IIT, Roorkee /
Sri Ram Institute of Industrial Research, Delhi/NABL Laboratory any
other Institution of repute designated by the Engineer / Employer, by
the contractor at his own expense. If the test report doesn’t conform
to relevant Specifications / IS Standards, the contractor will replace
such defected materials from site within a week of receipt of the
56
report, at his own cost. The materials or fittings required to be tested
prior to installation shall not be installed until the Engineer has approved
the test results. The number of samples to be tested will be decided as
per the directions of Engineer. All the samples shall be drawn and sealed
jointly by the Contractor / his Authorized Representative and the
Engineer / his Authorized Representative.

33.2 Concrete cubes shall have to be casted by the contractor during


construction of all RCC / PCC works and got them tested through IIT,
Roorkee / Sri Ram Institute of Industrial Research, Delhi / NABL
Laboratory or any other Institution of repute designated by the Engineer /
Employer, by the contractor at his own expense. Similarly, the Contractor
may be required to get cement mortar or any such component of finished
works tested. A proper record of all tests shall be maintained by the
Contractor in a Testing Register, which may be required to be produced
to the Engineer any time or as many time, as required. In addition, the
Contractor shall submit to the Engineer all test reports in original as soon
as they are received, copies of which may be retained by the Contractor
for his own record. If any of the test reports doesn’t conform to relevant
Specifications / IS Standards, the contractor will demolish and
reconstruct such defected works within shortest possible time, entirely at
his own risk and cost. The number of samples to be tested will be
decided as per the directions of Engineer. All the samples drawn from
work shall be taken and sealed jointly by the Contractor / his Authorized
Representative and the Engineer / his Authorized Representative.

33.3 All the water retaining structures and pipelines / sewer lines laid along
with their appurtenant works shall have to be hydraulically tested by the
contractor for detection of any seepage / leakages and their due
performance under the required test conditions, in isolated sections to be
determined by the Engineer, during progress of the works or after their
completion. Such hydraulic testing shall be performed by the Contractor
in presence of the Engineer or his Authorized Representative in the
required manner and as per the specifications set out in the
Specifications of Works including all necessary arrangements and supply
of required equipments, at his own cost. Hydraulic testing shall be
deemed to be satisfactorily accomplished, only when it is duly signed /
countersigned by the Engineer. A proper record of all tests shall be
maintained by the Contractor in a Testing Register, which may be
required to be produced to the Engineer at any time or as many time, as
required. In addition, the Contractor shall submit to the Engineer all test
reports in original as soon as they are received, copies of which may be
retained by the Contractor for his own record. If any of the test reports
doesn’t conform to relevant Specifications / IS Standards, the contractor
will demolish and reconstruct such defected works within shortest
possible time, entirely at his own risk and cost.

57
33.4 Execution of any water retaining structure or pipeline work with
appurtenant structures shall be deemed to be completed only after their
satisfactory completion, followed by their hydraulic testing as per the
provisions of Sub Cl. 33.3 above. Such works shall not be treated as
actually completed unless the certificate of hydraulic testing has been
furnished by the Contractor and duly signed / countersigned by the
Engineer and a mention to this effect has been recorded on the
measurement book after recording measurements of the concerned
works.

33.5 Water required for construction, curing, testing etc., if not available
through the executed works, shall have to be arranged by the Contractor
from his own sources and at his own cost. No responsibility in this regard
shall lie on the Engineer / Employer / Owner.

33.6 If the Engineer instructs the Contractor to carry out any test not specified
in the Specifications to check any component of work, equipment,
machinery etc. for its due performance or a possible defect / shortcoming
and the test shows that it doesn’t conform to the desired specifications /
performance or found to have a defect / shortcoming, then the Contractor
shall pay all expenditure incurred in connection with such tests and shall
rectify the defect / shortcoming immediately, and if it is not possible then
shall dismantle / demolish / remove such works, equipments, machinery
etc. from the site of works at the earliest and entirely at his own risks and
costs.

34. Completion and Commissioning of Work

34.1 The Contractor shall ensure to complete and commission the work up to
date of Intended Completion date as defined in Contract Data. One
month before the end of completion period, the Contractor shall request
the Engineer to issue a certificate of completion of the works and the
Engineer will do so after inspecting the works by himself / Higher
Authorities / Govt. Technical Audit / Third Party Quality Control team and
certify that the work has been completed as per the specifications within
the completion period as defined in the Contract Data.

Note: Where in certain cases, the technical specifications provide for


acceptance of works within specified tolerance limits at reduced rates,
Engineer will certify payments to Contractor accordingly.

35. Correction of Defects

35.1 The Engineer shall give notice to the Contractor of any Defects noticed
during the Defects Liability Period, which begins after the date of
successful Completion and is defined in the Contract Data.

58
35.2 Every time notice of a Defect is given, the Contractor shall correct the
notified Defect within the length of time specified in the Engineer’s
notice.

36. Uncorrected Defects

36.1 If the Contractor has not corrected a Defect within the time specified in
the Engineer’s notice, the Engineer will get the Defects corrected at the
Contractor’s cost and the cost so incurred will be debitable from pending
bills due to the Contractor and the retention money.

D. Cost Control

37. Bill of Quantities

37.1 The Bill of Quantities shall contain items for the construction, installation,
testing, commissioning, maintenance & handing over of work to be done
by the contractor as defined in Section-XI (Bill of Quantities).

37.2 The Bill of Quantities is used to calculate the Contract Price. The
Contractor is paid for the quantity of the work done at the rate in the Bill
of Quantities for each item. For Lump Sum contracts / items, the payment
shall be made as per the payment schedule.

38. Changes in the Quantities

38.1 If the quantity of the work to be executed differs from the quantity in the
Bill of Quantities for the particular item, it should be brought to the notice
of the Engineer by the contractor before the execution of work. After
verification, he will approve or seek the approval of the competent
authority for such variations in quantities of the contract.
38.2 If requested by the Engineer, the Contractor shall provide the Engineer
with a detailed cost breakdown of any rate in the Bill of Quantities.

39. Variations

39.1 All Variations shall be included in updated Programs produced by the


Contractor.

40. Payments for Variations

40.1 The Engineer shall assess the quotation, which shall be given within
seven days of the request or within any longer period stated by the
Engineer and before the Variation is ordered.
40.2 If the work in the Variation corresponds with an item description in the Bill
of Quantities and if, in the opinion of the Engineer, the quantity of work is
above the limit stated in Sub Cl. 37.1, the rate in the bill of Quantities
shall be used to calculate the value of the Variation.

59
40.3 The Contractor shall provide the Engineer with a quotation (with
breakdown of unit rates) for carrying out the Variation.
40.4 If the Contractor's quotation is unreasonable (or if the contractor fails
to provide the Engineer with a quotation within a reasonable time
specified by the engineer in accordance with Sub Cl. 40.1), the
Engineer may order the Variation and make a change to the
Contract Price which shall be based on the prevent schedule of
rates.

41. Cash flow forecasts

41.1 When the Program is updated, the contractor is to provide the


Engineer with an updated cash flow forecast.

42. Payment Certificates

42.1 The Contractor shall submit to the Engineer monthly statements of


the estimated value of the work completed less the cumulative
amount certified previously along with details of measurement of the
quantity of works executed in a tabulated form as approved by the
Engineer.

42.2 The Engineer shall check the details given in the Contractor's
monthly statement and certify the amounts to be paid to the
Contractor after taking into account any credit or debit for the month
in question in respect of materials for the works in the relevant
amounts and under conditions set forth in Sub Cl. 51.4 of G.C.C. and
Contract Data (Secured Advance).

42.3 The value of work executed shall be determined by the Engineer


after due check measurement of the quantities claimed as executed
by the contractor.

42.4 The value of work executed shall comprise the value of the
quantities of the items in the Bill of Quantities completed.

42.5 The value of work executed shall include the valuation of Variations
and Compensation Events.

42.6 The Engineer may exclude any item certified and paid earlier in a
previous certificate or reduce the proportion of any item previously
certified if it comes to his knowledge later on to do so.

43. Payments

43.1 Payments shall be adjusted for deductions of advance


payments, retention, other recoveries in terms of the contract and
taxes, at source, as applicable under the law. The Employer shall
pay the Contractor, the amounts certified by the Engineer as early as
possible.

60
43.2 Payment schedule will be as per Sub Cl. 42.1 except for items
covering lump sum items such as Over Head Tank 1150Kl/22m
Staging. The payment schedule for this item will be as follows

1. R.C.C. Over Head Tank


Mode of Payment
The interim payment for R.C.C. O.H.T. shall be regulated as below:

Sr. Particulars Percentage of


No. Lump-Sum
amount of the
work.

1- Excavation in foundation and casting of foundation, beam 25%


and columns up to G.L. including re-filling in the excavated
earth.

2- Completion of staging and R.C.C. staircase up to bottom 20%


or ring beam.

3- Casting of bottom ring beam, bottom dome, conical wall, 20%


including starter for cylindrical wall balcony.

4- Casting of cylindrical wall, top dome and top ring beam 20%
including fixing of manhole cover ventilator and R.C.C.
staircase upto top dome.

5- Completion and fixing of misc. items. i.e. water level 5%


indicator, lightening conductor, M.S. ladders and railing of
G.I. pipe including angle iron post and fixing of vertical
pipes and fittings etc.

6- Testing for water tightness, construction of floor, apron, 10%


sluice valve, washout and over flow chamber and finishing
of work and painting of structure to the satisfaction of
Engineer I/C & handed over to maintenance departmental
i.e. Uttarakhand Jal Sansthan.

Note:- The Contractor should note carefully that the progress of the work will
be checked from time to time on pro-rata basis of total completion
period.

61
For Electrical & Mechanical Works

For Drilling & Development of Tube Well

3- 100% value of work done will be made after testing of tube well by O.P.
Unit in satisfactory conditions and obtaining sand free desired discharge
for discharge less than desire discharge up to 75%, payment will be
made in accordance to less percentage.
4- But for less than 75% of the desired yield no payment of the tube well
construction work will be made to bidder.
5- For Pumping Plant
90% payment shall be made after commissioning & testing of pumping
plant & confirmation of desired parameters at site and 10% after one month
of successful running of pumping plant.
3. For Automation
90% payment shall be made after commissioning & testing of system for
desired parameters and 10% after successful running of system.
4. For Servo Voltage Stablizer
90% payment shall be made after commissioning & testing of system for
desired parameters and 10% after successful running of system
44. Compensation Events

44.1 The following are Compensation Events unless they are caused by
the Contractor:
(a) The Employer does not give access to a part of the Site by the
Site Possession Date stated in the Contract Data.
(b) The Employer modifies the schedule of other contractors in a
way which affects the work of the contractor under the contract.
In case it relates with the work under the contract.
(c) The Engineer orders a delay or does not issue drawings,
specifications or instructions required for execution of works in
time.
44.2 If a Compensation Event would prevent the work being completed
before the Intended Completion Date, the Intended Completion Date
is extended. The Engineer shall decide whether and by how much
the Intended Completion Date shall be extended.

44.3 The Contractor shall not be entitled to compensation to the extent


that the Employer's interests are adversely affected by the
Contractor not having given early warning or not having cooperated
with the Engineer.
45. Tax
45.1 The rates quoted by the Contractor shall be deemed to be inclusive
of the sales and other taxes including GST etc. that the Contractor
will have to pay for the performance of this Contract. The Employer
will perform such duties in regard to the deduction of such taxes at
source as per applicable law.

46. Currencies

46.1 All payments shall be made in Indian Rupees.

62
47. Appreciation

47.1 If the Contractor achieves completion of the Works prior to the time
prescribed in Contract Data, the Employer shall issue an
appreciation letter to the Contractor / Bidder.

48. Retention

48.1 The Employer shall retain from each payment due to the Contractor
the proportion stated in the Contract Data until Completion of the
whole of the Works.

48.2 The total amount retained will be paid to the Contractor when the
Defects Liability Period is passed and the Engineer has certified that
all Defects notified by the Engineer to the Contractor before the end
of this period have been corrected.

49. Liquidated Damages

49.1 The Contractor shall pay liquidated damages to the Employer at the
rate per day stated in the Contract Data for each day that the
Completion Date is later than the Intended Completion Date (for the
whole of the works or the milestone as stated in the contract data).
The total amount of liquidated damages shall not exceed the amount
defined in the Contract Data. The Employer may deduct liquidated
damages from payments due to the Contractor. Time is the essence
of the contract and payment or deduction of liquidated damages
shall not relieve the contractor from his obligation to complete the
work as per agreed construction program and milestones or from any
other of the contractor’s obligations and liabilities under the contract.

49.2 If the Intended Completion Date is extended after liquidated


damages have been paid, the Engineer shall correct any
overpayment of liquidated damages by the Contractor by adjusting
the next payment certificate.

50. Penalty

50.1* N.A.

51 Secured Advance:
The Engineer shall make advance payment in respect of materials
intended for but not yet incorporated in the Works in accordance with
conditions stipulated in the Contract Data.

52. Securities

52.1 The Performance Security shall be provided to the Employer no later


than the date specified in the Letter of Acceptance and shall be
issued in an amount and form and by a bank surety acceptable to

63
the Employer, and denominated in Indian Rupees. The Performance
Security shall be valid until a date 28 days from the date of expiry of
Defects Liability Period and the additional security for unbalanced
bids shall be valid until a date 28 days from the date of issue of the
certificate of completion.

53. Cost of Repairs

53.1 Loss or damage to the Works or Materials to be incorporated in the


Works between the Start Date and the end of the Defects Correction
periods shall be remedied by the Contractor at the Contractor's cost
if the loss or damage arises from the Contractor's acts or omissions.
Finishing the Contract
54. Completion
54.1 The Contractor shall request the Engineer to issue a Certificate of
Completion of the Works and the Engineer will do so upon deciding
that the Work is completed in accordance with Cl. 34.
55. Handing Over
55.1 The Contractor shall handed over the work to maintenance
department i.e. Uttarakhand Jal Sansthan within one month of the
Engineer issuing a certificate of Completion.
55.2 The Handing Over of this entire scheme named as Rudrapur Water
Supply Scheme Zone-IV ‘A’ for Ward No. 5 (Kheda) to the
Uttarakhand Jal Sansthan/U.L.B. will be the responsibility of the
contractor “The final Bill payment of the contractor or minimum
5% of the bond amount (whichever is higher) will be
paid/released after the complete handing over of the entire
scheme to Uttarakhand Jal Sansthan/U.L.B.
56. Final Account
56.1 The Contractor shall supply to the Engineer a detailed account of the
total amount that the Contractor considers payable under the
Contract before the end of the Defects Liability Period. The Engineer
shall issue a Defect Liability Certificate stating that the all the defects
have been rectified and certify any final payment that is due to the
Contractor within 60 days of receiving the Contractor's account if it is
correct and complete. If it is not, the Engineer shall issue within 60
days a schedule that states the scope of the corrections or additions
that are necessary. If the Final Account is still unsatisfactory after it
has been resubmitted, the Engineer shall decide on the amount
payable to the Contractor and issue a payment certificate, within 60
days of receiving the Contractor’s revised account.
57. Drawing / Manuals

57.1 If the Contractor does not supply the Drawings and / or manuals by
the dates stated in the Contract Data, or they do not receive the
Engineer’s approval, the Engineer shall withhold the amount stated
in the Contract Data from payments due to the Contractor.
58. Termination

58.1 The Employer may terminate the Contract if the other party causes

64
a fundamental breach of the Contract, or any other reason thereof.

58.2 Fundamental breaches of Contract include, but shall not be limited


to the following:

(a) the Contractor stops work for 28 days when no stoppage of


work is shown on the current program and the stoppage has
not been authorized by the Engineer;

(b) the Contractor is made bankrupt or goes into liquidation other


than for a reconstruction or amalgamation;

(c) the Engineer gives Notice to correct a particular Defect and


the Contractor fails to correct it within the specified period of
time determined by the Engineer;

(d) the Contractor does not maintain a security of the works


executed or in progress;

(e) the Contractor has delayed the completion of works by the


number of days for which the maximum amount of liquidated
damages can be paid as defined in the Contract data;

(f) if the Contractor, in the judgment of the Purchaser has


engaged in fraud and corruption, as defined in GCC Cl. 62, in
competing for or in executing the Contract, and

(g) if the contractor is Joint Venture and the lead partner becomes
defaulter in the execution of works under contract,

(h) The Contractor has contravened Cl. 7 of GCC read with SCC
and Cl. 9 of GCC
(i) The contractor does not adhere to the agreed construction
program (Cl. 27 of GCC) and also fails to take satisfactory
remedial action as per

agreements reached in the management meetings (Cl. 30) for a


period of 60 days.
(j) The contractor fails to carry out the instructions of Engineer within
the specified time determined by the Engineer in accordance with
GCC Sub Cl. 16.1 and 23.1.

58.3 Notwithstanding the above, the Employer may terminate the Contract
for convenience.

58.4 If the Contract is terminated the Contractor shall stop work immediately,
handover the site along with the work executed and materials available
at the site up to the date of termination. The Engineer shall immediately
takeover the site along with the materials on ‘As is where is basis’ and
make it safe and scare.

65
58.5 Fundamental breach of contract by the contractor may result into
following consequences, as decided by the Engineer / Employer:-
i. Performance security submitted by the contractor can be forfeited.
ii. Rescind the contract (of which recession notice in writing to the
contractor under the hand of the Engineer shall be conclusive
evidence) and in which case the security deposit of the contractor
together with such sum or sums due to him under the contract
shall stand forfeited and be absolutely at the disposal of the
Engineer.
iii. Determine the contract and call in other contractor, or employ daily
labour to dismantle bad work if necessary (the bad work to be
certified by the Engineer whose decision shall be final) and to
renew and complete the said works and pay the cost of such
contractor for daily labour and price of materials required for such
dismantling, renewing and completion out of the said security
deposit or such sum or sums as may be due to the contractor
under this contract, and if such sum or sums due to the contractor
under this contract, and if such cost be more than the amount
made up the security money and the sum or sums due to the
contractor under this contract the difference between it and the
sum made up by the security money and the balance due to the
contractor as aforesaid shall be a debt due from the said
contractor.
iv. Take legal action against the contractor if the breach of the
contract is related to Fraud and Corruption as per Sub Cl. 58.2 (f).
v. Blacklist the Contractor and debar him for award of any contract in
Uttarakhand Peyjal Nigam.

In the event of either of the above courses being adopted by


the Engineer, the contractor shall have no claim for compensation
for any loss sustained by him by reason of his having purchased or
procured any materials, or entered into any agreement, or made
any advance on account of, or with a view to the execution of the
work or the performance of the contract. And in case the contract
shall be rescinded under the provision aforesaid, the contractor
shall not be entitled to recover or be paid any sum for any work
therefore actually performed under this contract, unless and until
the Engineer certifies in writing the performance of such work and
the value payable in respect thereof.

59. Payment upon Termination

59.1 If the Contract is terminated because of a fundamental breach of


Contract by the Contractor, the Engineer shall issue a certificate for
the value of the work done less advance payments received up to
the date of the issue of the certificate, less other recoveries due in
terms of the contract, less tax due to be deducted at source as per
applicable law and less the penalty to be imposed as per the rates
as indicated in the Contract Data. Additional Liquidated Damages
shall not apply. If the total amount due to the Employer exceeds any
payment due to the Contractor the difference shall be a debt payable
to the Employer.

66
60. Property

60.1 All materials on the Site, Plant, Equipment, Temporary Works and
Works are deemed to be the property of the Employer, if the
Contract is terminated because of a Contractor’s default. The
Engineer will assess the cost of utilizable materials lying at site,
which will be final and binding to the contractor and will be deemed
to be the property of the department. The Engineer will be free to use
the materials for the past under project or any other project.

61. Release from Performance

61.1 If the Contract is frustrated by the outbreak of war or by any other


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

62. Fraud and Corruption

62.1 The Employer requires that Bidders, Suppliers, Contractors, and


Consultants under this contract, observe the highest standard of ethics
during the procurement and execution of such contracts. In pursuit of this
policy, the Employer:

(a) defines, for the purposes of this provision, the terms set forth
below as follows:

(i) “corrupt practice” means the offering, giving, receiving, or


soliciting, directly or indirectly, of anything of value to
influence the action of a public official in the procurement
process or in contract execution;

(ii) “fraudulent practice” means a misrepresentation or


omission of facts in order to influence a procurement
process or the execution of a contract;

(iii) “collusive practice” means a scheme or arrangement


between two or more Bidders, with or without the
knowledge of the borrower, designed to establish bid
prices at artificial, non competitive levels; and

(iv) “coercive practice” means harming or threatening to harm,


directly or indirectly, persons or their property to influence
their participation in the procurement process or affect the
execution of a contract;

(b) will sanction a firm or individual, including declaring them

67
ineligible, either indefinitely or for a stated period of time, to be
awarded a contract by Uttarakhand Peyjal Nigam if it at any time
determines that they have, directly or through an agent, engaged,
in corrupt, fraudulent, collusive or coercive practices in competing
for, or in executing, a contract by Uttarakhand Peyjal Nigam; and

(c) will have the right to require that Contractors to permit the
Employer to inspect their accounts and records and other
documents relating to the bid submission and contract
performance and to have them audited by auditors appointed by
the Employer.

F. Special Conditions of Contract


63.1 LABOUR :

The Contractor shall, unless otherwise provided in the Contract,


make his own arrangements for the engagement of all staff and labour,
local or other, and for their payment of wages, housing and transport

The Contractor shall, if required by the Engineer, provide the details


of worker men employed by the Contractor on the Site.

During the Construction of work, the contractor shall give preference


to local labour.

63.2 COMPLIANCE WITH LABOUR REGULATIONS :

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

68
The employees of the Contractor and the Sub-Contractor in no case shall be
treated as the employees of the Employer at any point of time.

SALIENT FEATURES OF SOME MAJOR LABOUR LAWS APPLICABLE


TO ESTABLISHMENTS ENGAGED IN BUILDING AND OTHER
CONSTRUCTION WORK
(The law as current or on the date of bid opening will apply)

a) Workmen Compensation Act 1923: The Act provides for compensation in


case of injury by accident arising out of and during the course of
employment.

b) Payment of Gratuity Act 1972: Gratuity is payable to an employee under


the Act on satisfaction of certain conditions on separation if an employee
has completed 5 years service or more or on death the rate of 15 days
wages for every completed year of service. The Act is applicable to all
establishments employing 10 or more employees.

c) Employees P.F. and Miscellaneous Provision Act 1952 (since amended):


The Act Provides for monthly contributions by the employer plus workers
@ 10% or 8.33%. The benefits payable under the Act are :

(i) Pension or family pension on retirement or death, as the case may


be.

(ii) Deposit linked insurance on the death in harness of the worker.

(iii) payment of P.F. accumulation on retirement/death etc.

d) Maternity Benefit Act 1951: The Act provides for leave and some other
benefits to women employees in case of confinement or miscarriage etc.

e) Contract Labour (Regulation & Abolition) Act 1970: The Act provides for
certain welfare measures to be provided by the Contractor to contract
labour and in case the Contractor fails to provide, the same are required to
be provided, by the Principal Employer by Law. The Principal Employer is
required to take Certificate of Registration and the Contractor is required to
take license from the designated Officer. The Act is applicable to the
establishments or Contractor of Principal Employer if they employ 20 or
more contract labour.
f) Minimum Wages Act 1948: The Employer is supposed to pay not less than the
Minimum Wages fixed by appropriate Government as per provisions of the Act
if the employment is a scheduled employment. Construction of Buildings,
Roads, Runways are scheduled employments.
g) Payment of Wages Act 1936: It lays down as to by what date the wages are to
be paid, when it will be paid and what deductions can be made from the
wages of the workers.
h) Equal Remuneration Act 1979: The Act provides for payment of equal wages
for work of equal nature to Male and Female workers and for not making
discrimination against Female employees in the matters of transfers, training
and promotions etc.

69
i) Payment of Bonus Act 1965: The Act is applicable to all establishments
employing 20 or more employees. The Act provides for payments of annual
bonus subject to a minimum of 8.33% of wages and maximum of 20% of
wages to employees drawing Rs.3500/-per month or less. The bonus to be
paid to employees getting Rs.2500/- per month or above upto Rs.3500/- per
month shall be worked out by taking wages as Rs.2500/-per month only. The
Act does not apply to certain establishments. The newly set-up
establishments are exempted for five years in certain circumstances. Some of
the State Governments have reduced the employment size from 20 to 10 for
the purpose of applicability of this Act.
j) Industrial Disputes Act 1947: The Act lays down the machinery and procedure
for resolution of Industrial disputes, in what situations a strike or lock-out
becomes illegal and what are the requirements for laying off or retrenching the
employees or closing down the establishment.
k) Industrial Employment (Standing Orders) Act 1946: It is applicable to all
establishments employing 100 or more workmen (employment size reduced
by some of the States and Central Government to 50). The Act provides for
laying down rules governing the conditions of employment by the Employer on
matters provided in the Act and get the same certified by the designated
Authority.
l) Trade Unions Act 1926: The Act lays down the procedure for registration of
trade unions of workmen and employers. The Trade Unions registered under
the Act have been given certain immunities from civil and criminal liabilities.
m) Child Labour (Prohibition & Regulation) Act 1986: The Act prohibits
employment of children below 14 years of age in certain occupations and
processes and provides for regulation of employment of children in all other
occupations and processes. Employment of Child Labour is prohibited in
n)
o)
p) Building and Construction Industry.
n) Inter-State Migrant workmen’s (Regulation of Employment & Conditions of
Service) Act 1979: The Act is applicable to an establishment which employs 5
or more inter-state migrant workmen through an intermediary (who has
recruited workmen in one state for employment in the establishment situated
in another state). The Inter-State migrant workmen, in an establishment to
which this Act becomes applicable, are required to be provided certain
facilities such as housing, medical aid, traveling expenses from home upto
the establishment and back, etc.
o) The Building and Other Construction workers (Regulation of Employment and
Conditions of Service) Act 1996 and the Cess Act of 1996: All the
establishments who carry on any building or other construction work and
employs 10 or more workers are covered under this Act. All such
establishments are required to pay cess at the rate not exceeding 2% of the
cost of construction as may be modified by the Government. The Employer of
the establishment is required to provide safety measures at the Building or
construction work and other welfare measures, such as
Canteens, First-Aid facilities, Ambulance, Housing accommodations for
workers near the work place etc. The Employer to whom the Act applies
has to obtain a registration certificate from the Registering Officer
appointed by the Government.

p) Factories Act 1948: The Act lays down the procedure for approval at plans
before setting up a factory, health and safety provisions, welfare
provisions, working hours, annual earned leave and rendering information
regarding accidents or dangerous occurrences to designated authorities. It
is applicable to premises employing 10 persons or more with aid of power

70
or 20 or more persons without the aid of power engaged in manufacturing
process.
Salient features of some of the major laws that are applicable are given
below :
The Water (Prevention and Control of Pollution) Act, 1974, This provides
for the prevention and control of water pollution and the maintaining and
restoring of wholesomeness of water. 'Pollution' means such
contamination of water or such alteration of the physical, chemical or
biological properties of water or such discharge of any sewage or trade
effluent or of any other liquid, gaseous or solid substance into water
(whether directly or indirectly) as may, or is likely to, create a nuisance or
render such water harmful or injurious to public health or safety, or to
domestic, commercial, industrial, agricultural or other legitimate uses, or to
the life and health of animals or plants or of aquatic organisms.

The Air (Prevention and Control of Pollution) Act, 1981, This provides for
prevention, control and abatement of air pollution. 'Air Pollution' means the
presence in the atmosphere of any 'air pollutant', which means any solid,
liquid or gaseous substance (including noise) present in the atmosphere in
such concentration as may be or tend to be injurious to human beings or
other living creatures or plants or property or environment.

The Environment (Protection) Act, 1986, This provides for the protection
and improvement of environment and for matters connected therewith,
and the prevention of hazards to human beings, other living creatures,
plants and property. 'Environment' includes water, air and land and the
inter-relationship which exists among and between water, air and land,
and human beings, other living creatures, plants, micro-organism and
property.
The Public Liability Insurance Act, 1991, This provides for public liability
insurance for the purpose of providing immediate relief to the persons affected
by accident occurring while handling hazardous substances and for matters
connected herewith or incidental thereto. Hazardous substance means any
substance or preparation which is defined as hazardous substance under the
Environment (Protection) Act 1986, and exceeding such quantity as may be
specified by notification by the Central Government.

71
SECTION - V

SPECIFICATIONS

72
Technical Specification for Civil Works

INDEX
1 General 76
2 Earthwork And Excavation 84
3 Concrete And Allied Works 92
4 Formwork 126
5 Reinforcement 132
6 Brick Work 135
7 Plastering 138
8 Flooring 139
9 Distempering And Painting 142
10 Expansion Joints And Construction Joints 148
11 Epoxy Coating And Bituminous Painting 151
12 Bored Well 152
13 R.C.C. Over Head Tank 153
14 Pump House 159
15 Pipeline Work 159
16 Valves 180
17 Specification for E&M Work 190

73
List of Tables
Table 1: List of IS
Table 2: Foreign Material Limitations in Fine Aggregate Table 3: Grading of Sand for Fine
Aggregate
Table 4 : Foreign Material Limitations in Coarse Aggregate Table 5: Grade of Concrete
Table 6: Compressive Strengths at 28 days Table 7: Minimum Cement Content in
Concrete Table 8: Limits of Consistency
Table 9 : Types of Water Stops
Table 10 : Proportions for Standard Grout Table 11 : Proportions for Non-Shrinking
Grout Table 12 : Period for Formwork

74
PREAMBLE

The “Specifications” are to be read for the purpose of pricing in conjunction with
"Conditions of Contract" of the Tender Documents containing Instructions to Bidder and
General Conditions of Contract; and “Financial Bid” of this tender.

The prices quoted in the Financial Bid shall be all inclusive of value for the work
described including all costs and expenses which may be required in and for the
execution of the work described together with all general risks, liabilities and
obligations set forth or implied in the document on which the tender is based.

All works shall be carried out strictly as per detailed specifications whether actually
specified or not. If not specified work shall be carried out as per directions of Owner /
Engineer.

The total amount entered in the Financial Bid shall be written in ink and shall be
entered both in figures and words.

Specifications of items of work described in BOQ for each item shall read this in
conjunction with other technical specifications and specific technical requirements and
quote accordingly.

No separate payment whatsoever shall be made for dewatering if required to be done


during excavation, laying of PCC and RCC laying and jointing of pipes, construction of
manholes, testing and backfilling etc. and hence Contractor should quote accordingly.

If the bidder needs any clarification, they shall obtain the same in writing from Owner /
Engineer. No notice will be taken of any verbal discussions in such matters.

Abbreviations used in this Specifications document have the meanings shown below:

mm Millimetre CI Cast Iron


cm Centimetre GI Galvanized Iron
M Metre GSW Glazed Stone Ware
km Kilometre BBCC Burnt Brick Cement
Concrete
sq.m Square Metre RCC Reinforced Cement
Concrete
Plain Cement
cum. Cubic Metre PCC Concrete
M.T. Metric Ton wt Weight
SWG Standard Wire Gauge kg Kilogram
R.M. Running Metre I.D. Internal Diameter
nos. Numbers C.M. Cement Mortar
MS Mild Steel IS Indian Standards
M.D Metre Depth of Manhole SS Stainless Steel

75
General
Specifications & Drawings
The drawings of the proposed work(s)/plant(s) are incorporated in tender documents.
These drawings are made for Tenderer’s guidance only.

The Contractor will have to submit detailed design as well as General Arrangement
drawings and structural drawings to the Engineer–in -Charge and obtain prior approval
to start the construction, erection and commissioning of civil, electrical and mechanical
components of the water supply scheme.

Work shall be carried out by Contractor exactly in accordance with the Drawings
marked as released for construction and approved by Engineer-in-Charge and as per
the instructions of the Engineer-in-Charge in writing.
Materials
The term “Materials” shall mean all materials, good s and articles of every kind whether
raw, processed or manufactured and equipment and plant of every kind to be supplied
by the Contractor for incorporation in the works.

Except as may be otherwise specified for particular parts of the Works the provision of
clauses in “materials and workmanship” shall apply to materials and workmanship for
any part of the works.

All materials shall be new and of the kinds and qualities described in the Contract and
shall be approved by the Engineer in- charge.

Materials shall be transported, handled and stored in such a manner as to prevent


deterioration, damage or contamination failing which such damaged materials will be
rejected and shall not be used on any part of the Works under this contract.
Standards
The special attention of the Contractor is drawn to the relevant sections and clauses of
the National Building Code of India & PWD specifications and latest BIS Codes (Latest
editions along with amendments) and should follow them strictly in addition to the
specifications & conditions stipulated in this volume.
Materials and workmanship shall comply with the relevant Indian Standards (with
amendments), unless a more recent amendment is specified hereinafter, or with the
requirements of any other authoritative standard approved by the Engineer-in-Charge
which shall be no less exacting in the opinion of the Engineer-in-Charge than the
corresponding standard quoted here in.
The specifications, standards and codes listed below are made a part of this
specification. All standards, tentative specifications, specifications, codes of practice
referred to herein shall be the latest editions including all applicable official
amendments and revisions.
If no standard is indicated, the relevant Indian Standard, if any, shall apply. Indian
standards are published by BIS.
Hand Book shall be followed, wherever not specified in this “Volume II: Technical
Specifications”, IS specifications shall be applicable. In case of discrepancy Engineer-
in-Charge’s decision will be final & binding.
All structures must be constructed as per standards of earthquake safety. All the
standards make / guidelines given for safety against earthquake for construction of
structures in IS Codes must be followed.

76
List of Important Indian Standards
The following list includes various Indian Standards which are important and are
referred to in the general specifications and used in construction works. These
standards are to be strictly adhered to unless otherwise is applicable in the relevant
context. These standards are to be followed both in respect of materials and
construction of civil engineering works included in the tenders.
Though the list of Indian Standards includes the year of Publication of the standard, it
may not in all cases be the latest. It is obligatory that only the latest edition of the
standard is referred to and followed, along with all amendments and revisions issued
with respect to the standard under consideration. This list is not exhaustive but
contains only the standards that are very frequently used on the construction works. If
a standard exists for a particular item of material or equipment or code of practice the
same shall be followed whether the same is included in this list, specifications, other
parts of the tender documents or not. Some Indian Standards are referred to in the
specifications/ drawings/ other parts of the tender documents and they are
supplementing this list if they do not find a place in the list.
Table 1: List of IS
S.No. IS Code No. / Year Title
1 2062-1984 Specification for Structural Steel (Fusion Welding Quality)
2 269-1976 Ordinary and low heat Portland cement
3 383-1970 Coarse and fine aggregates from natural sources for
concrete
4 432(part1)-1982 Mild steel and medium tensile steel bars
5 455-1976 Portland slag cement
6 456 Code of practice for plain and reinforced cement concrete
7 516-1959 Methods of test for strength of concrete
8 800-1984 Code of practice for general construction in steel
9 816-1969 Code of practice for use of metal arc welding for general
construction in mild steel
10 1038-1983 Steel-doors, windows and ventilators
11 1077-1986 Common burnt clay building bricks
12 1199-1959 Methods of sampling and analysis of concrete
13 1200 (part1-26) Method of measurement of building and civil engineering
Works
14 1477 (part 1-2) Code of practice for painting of ferrous metals in buildings
15 1542-1977 Sand of plaster
16 1726 (part 1,2 & 4) Cast iron manhole covers and frames
17 1786-1985 High strength deformed steel bars and wires for
concrete Reinforcement
18 2116-1980 Sand for masonry mortars
19 2212-1962 Code of practice for brickwork
20 2250-1981 Code of practice for preparation and use of masonry
mortars
21 2386 (part I-VIII) Methods of tests for aggregate for concrete
22 2502-1963 Code of practice for bending and fixing of bars for
reinforced concrete
23 2720 (part IV, VIII) Methods of test for soil

77
S.No. IS Code No. / Title
Year
24 3370 (part I-IV) Code of practice for concrete structures for the
storage of Liquids
25 3696 Safety code for scaffolds and ladders
26 3764-1966 (part Safety code for excavation work
1-2)
27 4082-1977 Recommendations on stacking and storage of
construction materials at site
28 6248-1979 Metal rolling shutters and rolling grills
29 7293-1974 Safety code for working with construction machinery
30 7969-1975 Safety code for handling and storage of building materials
31 Code National Building Code of India
32 4014 Code of practice for steel tubular scaffolding.
33 5121 Code of practice for deep foundation
34 3764 Safety code for excavation work
35 4082 Recommendations on stocking & storage material at site.
36 7293 Safety code of working with construction machinery.
37 7364 Plastic pipe work for potable water supply (part I-III)
38 IS 3589-1981 ERW Pipes
39 1239 Part 1 GI Pipes

Indian Standards Institution


Manak Bhavan
9, Bahadur Shah Zafar Marg
New Delhi - 110 002.

General Specifications

The contract shall be deemed to be completed when all the works described
in the specifications and set out in schedules have been successfully completed,
tested and maintenance period of one year from the date of completion and handling
over to the department is over.
The Engineer will establish the necessary bench marks and levels but the
contractor must set out the works and he will responsible for its correctness and it
shall be incumbent him to dismantle, remove and rebuild at his own expenses work
not correctly set out.
Further before ordering any materials, the contractor shall made his own
conclusions as to the actual amount of materials as the payment will only be made on
'Net' measurement of the work actually completed.
The contractor shall provide all pegs, plates, pillars, required for setting out
the work and shall give such as may be required by the Engineer or his authorized
representative in fixing bench marks, giving levels and carrying works before, during
& after execution of work.
As materials are collected and the construction of each section of the work is
completed, it will be checked by the Engineer or his authorized representative. The
representative of contractor shall ascertain from the Engineer's representative from
time to time as to what part or portions he wishes to check over and passes but such
approval shall in no way relieve the contractor from any of his responsibility which
78
shall not end until the contract has been completed.
During the progress of the work and the period of maintenance the contractor
shall carry out such tests as in the opinion of the Engineer or his authorized
representatives are necessary. The rates in BOQ shall include cost of such tests.
As the work proceeds the contractor shall submit Samples of materials for
approval as may be required by the Engineer and all deliveries at the site shall not be
below the standard of the samples. The contractor must tender in general in
accordance with the requirements of these specification.
The contractor must fill in ink the rates and amount etc. in English in BOQ. He
must write in words as well as in figure the rates and total cost of each item in the
columns provided in BOQ. BOQ must also be signed by the contractor firms or a duly
authorized agent acting on his behalf.
The contractor must carefully go through the conditions, specifications and
items of contract and study the drawing before tendering. In cases of any absurdity he
should apply to the Engineer-in-charge for its rectification as no excuse for want of
knowledge for non-compliance of any part or portion of these specifications or terms of
contract shall be considered.
Octroi charges on all materials supplied by the contractor for the work from
outside the Municipal limits shall be paid by him to the Municipal Board in accordance
with the Municipal Schedule of rates in force at the time the materials cross the
Municipal barrier. The contractor shall consult the Municipal Schedule of rates and
make an allowance for the claim in his rates as no extra claim on account of it shall be
entertained.
In item wise contract, firm prices in rupees and paisa shall be quoted for each
item in the BOQ and in a manner as indicated in the tender, tender shall remain good
and open for acceptance for a period of three calendar months from the date they are
opened.
The contractor shall, before tendering, consider the all aspect of work and shall
also arrange for supply of drinking water to his own employee and labour. All such
facilities as are required to be provided for the labours under the labour welfare Rules
in force shall be provided by the contractor at his own cost.
The contractor shall be responsible for fencing off in a good and sufficient
manner all excavating works and materials at site so as to prevent accidents by night
as well as during day time. He shall also be responsible for lighting up in a proper and
sufficient manner at night for the portion of the work which is open or under
construction. He shall appoint sufficient number of watchmen on duty when his workers
are not actually working, to safeguard work and the materials. He should make his
rates sufficiently comprehensive to allow for these duties. In case of accidents caused
by the neglect of such precautions contractor shall be fully responsible.
Notice boards shall be supplied and fixed in suitable positions where the road or
other through fares have been opened out for the construction work, and the traffic has
to be diverted or cautioned. Such board shall display in large letters in black and white
or in red and white such warnings as road-closed, drive slow, work ahead etc.
Note: - All caution Boards considered or directed by the Engineer in charge shall be
provided by the contractor at his own cost as and when required and in case it is
observed by the Engineer that due care in display of board not taken by the contractor.
The Engineer reserves the right to set another board fixed, chargeable to the
contractor.
The contractor will provide for partiers at each of portion of the road under repair
and red flag shall be placed at each barrier by day and Red Light by night. The
contractor must include in his rates necessary charges direr sum required for diversion
of traffic. And all such diversions shall be maintained neat and clean, well rammed and
watered.

79
The contractor shall provide at his own expense a tip for surplus earth and shall
include in his rates a sufficient sum to cover the cartage and disposal charges in this
connection.
The contractor shall include in his rates a sufficient amount to cover the cost of
all temporary bridges and channel across trenches or excavations at the places
considered necessary by the Engineer. He shall also provide for temporary diversion
and reinstatement of all drains open or covered, or water mains that may be met with
during the execution of the work.
All measurements connected with the work shall be taken geometrically or net
and the dimensions given in BOQ shall be held to mean the finished size of the
respective items of work.
The rates of supply, laying and joining of various pipe line e.g. G.I., M.S., D.I.,
C.I., A.C. & P.V.C., includes supply lowering laying, jointing, carting, testing &
maintenance of all type of specials also e.g. G.I., M.S., D.I., C.I., A.C. & P.V.C. DIF &
plane ended specials for which no extra payment in any manner shall be made to the
contractor, however to account for above measurements for the pipe line work, for all
types of pipes i.e. e.g. G.I., M.S., D.I., C.I., A.C. & P.V.C. and all class of pipes i.e. light,
medium & heavy (suitable for different pressure) for the purpose of payments will be
made from end to end without making any deductions for the length (s) occupied by
such specials and fitting. In case of plain ended of D/F fittings, the rates of lowering,
laying, jointing, testing and maintenance shall be treated included in pipe line laying,
jointing works and for there no separates payment for these shall be made but the
length (s) occupied by these shall be measured as explained above. No carting and
fixing shall be paid. No separate payment on any account for above shall be
entertained, as the rate of these are treated included in laying & joining of pipe line
work, of respective included in laying & jointing of pipe line work, of respective item.
The quantities given in the BOQ are approximate and may vary. The payment
will be made on actual "Net" measurements taken during construction and after
completion of the works as per attached schedule. It is therefore, important that the
contractor should order the exact quantity of materials required after working out his
own quantities as he will not be paid for any materials ordered & procured but not used
on work.
The work shall he paid for in manner set out in the general conditions here to
annexed and at the rates stated deleted in BOQ.
MATERIALS (RAW & MANUFACTURED)
The contractor shall procure, provide and supply and include in his rates for all
labour, materials, tools and plants required temporarily or permanently on the works
that may become proper or necessary to complete the execution of the work in all
respects.
The sand used on the "Works" for cement mortar, lime mortar, cement concrete
and other purpose shall comply in every respect with public works department detailed
specification No. 7 Part-I Section-DA (Buildings) of public works department.
These materials shall comply in every respect with the respective clauses of the
P.W.D. detailed specification, Part-I Section-'A' (Buildings) which shall be deemed to
be incorporated in this contract. Contractor shall be responsible for the safe cartage,
storage and use of these materials.
All the joining materials used for laying jointing of D.I. S&S pipes and D/S pipe
specials and fitting and also for G.I., M.S., A.C. & P.V.C. pipes & specials shall be arranged
by the contractor. These will be subject to the approval of the Engineer. The load used
shall be of the best quality B.M. refined soft pig virgin lead and shall be obtained from an
approved stockiest or manufacturer. The spun-yern shall be of best machine made quality.
The rubber insertions for flanged joints shall be 3 mm. thick. The bolts and nuts of
approved make and sizes shall also be supplied by the contractor for making the flanged
joints.
80
All steel required such as M.S. rounds. Angle Iron etc. will be arranged by the
contractor himself. The steel used on works shall be of tested quality.
Certain other materials not particularly mentioned or described herein may be
required for the works and these if not specifically mentioned shall comply with the
description sate out in P.W.D. Detailed specification or Indian or British standard
specifications for the respective materials. The specification in so far as they are
applicable, shall be deemed to be incorporated in the contract, in a manner as given in
schedule-E.

WORK & WORKMANSHIP


The tenderer are advised to inspect the sites at which the work is to be carried
out so that they may form their own idea regarding the difficulties in transportation of
materials and execution of work.
They are also advised to make their own investigations regarding the conditions
of underground sub-soil conditions & strata, availability of materials and water required
for construction and tests so that they may quote their rates after accounting for all the
difficulties and making provisions for the complete items of works. It may be noted by
the tenderer that the various items of works included in BOQ required to be executed
for construction of water retaining structures have to be executed with all due care so
that the water retaining structures remain completely water tight. The contractor shall
be responsible for the complete water tightness of the pipe line joints, and reservoirs
and other similar water tight structures and he will be required to give a water tightness
test for the same at his own cost, in a manner as described at appropriate places, to
the satisfactions of the Engineer in charge.
The alignment of various mains to be laid has been clearly shown on the plans
which can be seen in the office. The EXECUTIVE ENGINEER reserves the right to
alter the alignments and to affect similar changes without any compensation what so
over.
The excavation for foundations of buildings and trenches for pipe line shall be
carried out in accordance with the P.W.D. detailed specification No. 3 of Part-I section
‘A’ and L.S.G.E.D./U.P. Jal Nigam, detailed specifications No. 2 & 3. The rate shall
include for sheeting, shuttering, timbering, pumping out of water where ever necessary
all complete and also sorting out of serviceable materials if any. The contractor shall be
responsible for any damage done to adjoining property or to any of the works in
progress or partially competed due to any slips, subsidence’s etc. He shall make good
all damages on this account at his own cost to the satisfaction of Engineer.
The trenches shall be made of sufficient width to provide proper and enough
working space. However, he should note that the width of the trenches that shall be
payable will be upto a maximum of 0.6 meters plus pipe inner dia. If the contractor
excavates a width lesser than this, the actual width excavated will be paid.
The bed of the trenches for laying of pipe line shall be made perfectly level
without any projections of stones, boulders etc.
The contractor shall provide gangways for the convenience of pedestrians and
occupants of the adjoining property. The closure of roads or diversions of traffic shall
not be slowed unless obligatory in the opinion of the Engineer.
Pipes shall be truly laid to the depth and gradient with the aid of rails and
boning rod or as may be directed by the Engineer.
Care shall be given to see that all pipes and specials are carefully cleaned
before joining is commenced and precautions must be taken to prevent any rubbish or
foreign matter finding its way into the pipes whiles they are being laid. These of all the
mains that are laid by him and if called up to do so, shall test each section before it is
covered up under pressure equal to a head of 60 meters of water and should any
leakage or obstruction found in the pipe before or during the maintenance period he
will be required to trace the cause and remove and rectify the same at his own cost.
81
No damaged pipes and specials shall be lowered in the trenches. Rates will
also include the cost of testing of pipe lines. The work shall not be considered as
complete till the pipe lines are tested as specified.
The rates for service valve chamber shall be for the complete chamber as per
type design. Rate shall include for supply of fixing of R.C.C. pipe. Valves fire hydrants,
all are supplied by the contractor. The rates shall include for the supply of all jointing
materials e.g. for the supply of rubber insertions, packing, bolts, nuts, washers etc.
This item shall also include the laying and jointing of tail pieces with lead and spun
yarn. Fixing of sluice valves shall be paid extra over the length of pipe line.
It may be necessary to open these water supply fittings, oil and grease, replace
the gland packing etc. The rate shall include for all such works.
When shingles are used in concrete work, then a deduction equal to 7 (seven)
percent shall be accounted to work out actual consumption of cement. In case when
shingles are used consumes more cement, then after accounting above deduction,
then recovery for the extra consumption shall be effected at double rates for the
wasteful consumption, as per condition of schedule-I. The contractor should make
himself familiar with the actual cement consumption figures for different mixes before
carrying any particular work. The theoretical consumption figures, as workout during
the progress of work should tally with the consumption figures, of course after
accounting the deductions as mentioned above for shingle.
Leaving aside the case when specific written orders exits, the contractor in no
case should use extra cement than the norms fixed for particular work which can be
had from the respective office on written request. In case if the contractor does
consume extra cement then treating it as a wasteful expenditure no payment will be
made to contractor for said wasteful expenditure. The contractor’s rate shall include for
carting the material to site of work and embedding the same in PCC as shown in the
drawings. All other chambers shall be constructed as per type design and the item of
works involved in construction of the same shall be as per relevant P.W.D. & Jal Nigam
detailed specifications.
The cement concrete work shall be carried out as per P.W.D. detailed
specifications. No. 30 and 31 of Part-I section ‘A’ (Buildings). The coarse aggregate
shall consisting of approved shingle aggregate or hard stone ballast of 40 mm. gauge
for P.C.C. 1:4:8 and 20mm. gauge for P.C.C. 1:2:4. The face stones shall be laid in
alternate headers and stretchers. The stones shall break joints on the faces for at least
½ the height of the coarse. The walls and pillars shall be carried up truly plumb and all
courses shall be laid truly horizontal. Each stone shall be laid with both bed & vertical
joints quite full of mortar. Simple lapping at the edges shall not be permitted. No face
joint shall be thicker than 10 mm. The mortar used shall consist of one part of cement
and 4 parts of approved of local sand. The joints shall be struck finished at the time of
laying. The rate shall include for supply of all materials, scaffoldings, labour, tools and
plants, etc. required for proper completion of the work.
The work shall be carried out in accordance with P.W.D. detailed specifications
No. 35 of Part-I section ‘A’ (Buildings) in general. The rate shall include for rendering
smooth of all exposed surface after removal forms and centering which shall be neat
and properly smooth ened planks. No extra payment for the rendering plastering of
surface of RCC shall be made.
The moulds and centering of concrete shall be substantially and rigidly
constructed true to shape and dimensions shown in drawings. The rate shall include
for cleaning of mild steel bars of all rust, dust etc., their fixing in position, and binding
the same, with 24 BMG wire.
For all R.C.C. works, stone grit 10 mm. to 12 mm. gauge or as specified in the
BOQ and clean coarse sand will be used. The mix shall be in the proportion as given
in the description of items or drawings.
The work shall be carried out in accordance with PWD detailed specifications
82
No. 35 & 89 of Part-I section ‘A’ (Buildings). The rate of M.S. reinforcement for R.C.C.
work shall include for cleaning of mild steel bars of grease, dust etc., cutting to the
same and fabrication to required shape and size. The reinforcement shall be measured
for end to end and no extra payment shall be made for hook, band, over lapping and
wastage. The bars shall be bent cold. The over lapping shall be to a length not less
than 45 times the diameters of the bars and all bars shall be hooked at each end.
All steel used in the different works shall be of tested quality and will be
arranged by the contractor himself. The contractor shall furnish the test certification of
the steel brought by him to the site in demand and will also bear the charges for the
testing of steel brought to the site if desired by the Engineer. It shall be free from
pitting, loose, rust or mild scales, oil or grease, adhering earth or other materials that
may adhere the bond between the concrete and the steel.
The work shall be carried out as per P.W.D. detailed specifications Part-I
section ‘A’ (Buildings) end as per conditions given in reference books/booklets under
schedule. Only first class bricks confirming various specified test (s) should be used.
The rate shall include for the supply of C.I. fittings and appurtenances of
approved quality and make at site of work and fixing the same as per direction of the
Engineer-in-charge all complete, as per conditions of the contracts.
There may be certain other items of work which though not specifically
mentioned or described here in above may be required to be executed for the due
completion of the work under this contract. All such works shall be carried out as per
relevant Jal Nigam or P.W.D. detailed specifications of Part-I and II and these
specifications shall be deemed to have incorporated in this contract, read along with
other clauses applicable under this contractor.
Best quality paint or varnish for each class of work shall be used and the work
shall be carried out according to P.W.D. detailed specification No. 69 & 70 part-I
section ‘A’ (Buildings). The color and make shall be approved by Engineer-in-charge.
The contractor is advised quote their rates after working out their own quantities
of work required to be done and quote their rates accordingly. The rates shall include
for the supply and fixing of G.I. pipes specials of approved quality as per BIS
specification. The rate shall also include for painting the exposed pipe.
Maxfalt will be filled in mid between R.C.C. roof mixed with coarse sand and
saw dust after making the expansion joints by cutting the edges of slabs. The work
shall comply with P.W.D. detailed specifications. White washing or color washing shall
comply with P.W.D. detailed specification no. 74 Part-I Schedule ‘A’ (Buildings) and as
described in BOQ. The color shall be getting approved first from Engineer-in-charge.
This work shall be complying with Jal Nigam and P.W.D. detailed specifications
and specified in BOQ to the satisfaction of Engineer I/C.
Semicircular P.C.C. drain shall be constructed as per type design. All the item of
work in valued in construction shall be carried out as per P.W.D. detailed specification.
The interior of drain shall be perfectly smooth with neat cement and shall be truly semi
circular.

83
Earthwork and Excavation

RELEVANT IS CODES
IS: 1200 : Method of Measurement for Building Works
IS: 3764 : Safety code for Excavation Work
IS: 3385 : Code of practice for measurement of civil engineering
Works
IS: 2720 : Part II - Determination of Moisture Content
Part VII - Determination of Moisture content dry
: density
relation using light compaction
: Part VIII - Determination of Moisture Content Dry Density
using heavy compaction
: Part XXVIII - Determination of Dry Density of soils, in
place, by the sand replacement method
: Part XXIX - Determination of Dry Density of soils, in
place, by the core cutter method.
EXCAVATION
Definitions

The following terms shall have the meanings hereby assigned to them:
Top Soil means any surface material, including turf, suitable for use in soiling
areas to be grassed or cultivated.
Excavation means excavation in open cut (excluding trench excavation) down
to levels required as per approved Drawings or otherwise as being the general levels
after completion of excavation.
Site Clearance
All area of the Site, marked in the Specification / Drawings shall be cleared to the
extent required by the Engineer-in-Charge of all buildings, walls, gates, fence and other
structure and obstructions of all bushes, hedges, trees, stumps, roots and other
vegetation except for trees marked for preservation. Material so cleared shall so far as
suitable be preserved and stacked will be the property instructed by the Engineer-in-
Charge.

Before starting the work the site shall be cleared of all shrubs, grass, and other
vegetation including large and small bushes, all stumps, removal of roots, cutting and
disposal of small trees up to 300 mm girth etc.
All the tress having girth above 300 mm. (the girth shall be measured at a height of 1.5
m above the ground level) by felling, logging, fashioning of timber and billeting of all
branches, trunks etc. including removal of all roots etc. complete as directed.
All serviceable reclaimed material shall be stacked separately at the site shown by the
Engineer In Charge near the site of excavation and/or transported as directed by
Engineer In Charge
After the tree is cut and roots taken out, the potholes formed shall be filled with good
earth in 250mm layers and consolidated unless directed by the Engineer in Charge
otherwise. The trees shall be cut in suitable piece as instructed by the Engineer In
Charge

84
General Excavation
General excavation means excavation required for structures and from borrows areas,
and shall not include trench excavation. General excavation may also include
miscellaneous isolated lengths of trenches beneath or adjacent to other structures, trial
pits along the structural layout or otherwise.
The ground shall be excavated by such methods and to such dimensions and depths
as shall allow for the proper construction of the works and safety of personnel and
equipment used on excavation. Slopes required for stable formation of sides shall be
provided.
The excavation in earth, murum, boulders, soft and hard rock shall be carried out to the
correct levels required and specified and no tolerance, plus or minus, shall be
permitted. However, if any depressions/Loose pockets are formed due to removal of
boulders, they shall be made good by filling with 1:5:10 concrete up to the bottom layer
of the footing/raft. Payment for all types of excavation shall be made by detailed
measurement supported by ground levels recorded prior to and after completion of
excavation, subject to the limit for payment indicated by the slopes of excavation
indicated in the specification drawing. Any additional excavation will be at the
contractor’s expense, unless specifically approved by the Engineer-in-Charge.
Measurement for excavation shall be done all as per dimensions of P.C.C. given in
design drawings & specifications. For concrete foundations same shall be paid on least
dimensions at bottom and contractor shall cover any extra excavation required for
workspace, supports etc while quoting.
As far as possible excavation should be done by means of mechanical equipment. The
bidder should quote accordingly and nothing extra will be paid for mechanical
excavation and deployment of extra staff.
It will be the responsibility of the contractor to obtain prior permissions from the
competent authority to use blasting device, if at all to be resorted to and the license are
to be obtained for the same.
The chance of blasting required shall be well decided with the expert, to avoid any
damage to the surrounding property. However for any such damage to the surrounding
property or public or additional excavation shall be the contractor's responsibility and
the risks what so ever arising from the same will have to be borne by the contractor.
Lead
Lead for deposition of the excavated materials should be at appropriate places. For the
purpose of measurement of lead, the area to be excavated or filled or area in which
excavated material is to be deposited /disposed off shall be divided into suitable blocks
and for each of the blocks, the distance between centerlines shall be taken as the lead
which shall be measured by the shortest straight line route on plan and not the actual
route taken by contractor. No extra compensation is admissible on the grounds that the
lead including that for borrowed material had to be transported over marshy or kaccha
land route.
Excavation in Hard Rock
Excavation in hard rock may be done either by blasting or chiseling depending upon
the site conditions. When excavation has reached within 300 mm of the required
formation level, further excavation shall be carried out carefully either by blasting (if as
directed by the Engineer-in-Charge) or chiseling. Where blasting is resorted to, small
charges shall be used to minimize occurrence of heavy over-cuts. The Contractor shall
make every effort to carry out the excavation to correct formation level as far as
practicable. In order to minimize the over break and loosening of materials at the
finished surfaces, final cutting for the last 450 mm to 600 mm in rock shall be carried
out by controlled blasting and trimming with the help of pneumatic or other power tools.
Unless otherwise specified, the over break shall not exceed 75 mm. The over breakage
of 75 mm shall not be measured for payment and therefore the Contractor while
85
quoting his rates for rock excavation has to take this into account. Deduction of 40% or
higher percentage as may be decided by the engineer-in-

Charge shall be made to allow for the voids. Stacks shall not be of width greater than
1.5 m wide or of height less than one meter

Blasting shall be carried out by the licensed person The contractor shall provide a
method statement and shall comply fully with the requirements of this clause, or any
direction, order, requirement or instruction given by the police department or any other
relevant authorities as required by the law.
Contractor shall submit Blasting plan to the ENGINEER-IN-CHARGE and take
approval for the same on daily basis
Contractor shall plan the blasting activities in well advance and convey same to the
Engineeer In-charge so as to co-ordinate with all the work groups at site.

This includes rock, which is easily excavated by blasting, but due to close proximity of
structures or any other reason that the Engineer-in-Charge may consider, will have to
be excavated by chiseling.

It should be noted that this clause does not override the contractor's obligation to
satisfy the requirement of the relevant authorities but sets out the extent to which the
Engineer in charge will exercise his control in approving the contractor's use of
explosive to ensure that explosive are always used in a safe manner. It is the
contractor's sole responsibility to ensure that his method of blasting is safe, that all
statutory and imposed limitation are adhered to, and to obtain a permit to use explosive
from the relevant authorities and to comply with the condition of issue of the permit.

The contractor shall be solely responsible for obtaining the necessary licenses for the
procurement, possession, transport, storage and handling of explosive and for
ensuring the validity of such licenses at all times. Before starting work, the contractor
shall satisfy the Engineer that all the requirement permits are in order and that this
category of work is adequately covered in the policies of insurance.

Explosives shall be used in the quantities and manner recommended by the


manufacturers.

All necessary precautions shall be taken to preserve the materials below in the
soundest possible condition and also beyond the lines of all excavations.

Blasting by means of drill holes, tunnels or any other similar method shall be the
responsibility of the contractor.

The contractor shall take all necessary precautions during blasting operations to
ensure that no injure is caused to persons or damage to property or to the finished
works. Shots shall be properly loaded and capped and only appropriate charges shall
be used in each hole.

Storage and Transport


Proper building or magazine, with separate compartment for detonators in suitable
positions for the storage of explosive in the manner and quantities to be approved,
shall be provided. Separate vehicles or vessels for detonators shall also be used for
the transportation of explosives. The prevention of any unauthorized issue or improper
use of any explosive brought on to the site shall be the responsibility of the contractor
86
and only experienced licensed short firers shall be employed to handle the explosive
for the purpose of the work the relevant security regulations dealing with the storage,
handling and transport of explosives shall be complied with.

Safety
The Contractor shall provide an approved system of warning and preparing the general
public and all site personnel of an impending blast by both audible & visual means and
shall ensure that the blasting area is cleared of all personnel immediately prior to
blasting. This system shall comply with all statutory requirements. The contractor’s
attention I drawn to the need to devise adequate system for warning and clearing the
public from specified areas during blasting operations and to prevent persons entering
the blasting area.

When blasting is near to the proximity of existing public and private thoroughfares,
traffic is to be stopped just prior to firing. The operation is to be carried out I close
cooperation with the police department and in such a way as to cause minimum traffic
delay.

All operations involving explosives shall be suspended on the approach of a


thunderstorm and shall not be resumed until the storm has clearly passed.

Blasting screens shall be erected to conform with the permit conditions. Public roads,
private roads and property adjacent to the site and services within the site area shall be
protected by rock fall fences which will be subjected to the engineer’s approval.

The contractor shall take all necessary precautions to avoid damage to permanent and
temporary works already completed. In all cases, delay blasting techniques will be
mandatory with the quantity of explosives restricted to ensure that the peak particle
velocity generated does not exceed the peak particle velocity of each component of the
safe limits of the nearest structure subject to vibration damage. All operations shall stop
when these limits are exceeded until reports are made available to the engineer that no
damage has occurred and will not occur or corrective action has been taken to lower
the vibration. The sound level limit in areas where site personnel or public can access
during blasting operation must not exceed 110 dB.

The contractor may not be permitted to use explosives in areas of the site immediately
adjacent to pylon positions. Particular limitations may apply in such areas depending on
the contractor’s proposed method of working and a detailed method statement will
therefore be required from the contractor. The method statement shall cover the
methods of excavation and protection systems proposed, all of which shall be
subjected to the approval of the relevant authorities and the Engineer.

In all such cases particular attention should be paid to the requirements stated above
and effects on these structures and installations shall be closely monitored and the
quantities of explosives limited accordingly.

Drilling rigs for shot hole shall be of the hydraulic type fitted with efficient silencers and
with means of dust separation.
The Contractor may report to any of the following methods to excavate rock by
chiseling: Wedging by means of crowbars, pick axes or pneumatic drills Heating and
quenching Controlled blasting with a small charge just sufficient to make a crack in
rock which will be subsequently removed by wedging No extra payment shall be
made for removal of rock by chiseling and controlled blasting.

87
Excess excavation to be made good
The contractor, at his own expense, shall, if directed, remove from the Site all excess
material resulting from excess excavation and shall make good the same with such
kind of fill material or in such class of concrete as may be reasonably required by the
Engineer-in-Charge having regard to the circumstances.
Stripping Top Soil
Where ordered by the Engineer-in-Charge, top soil shall be stripped to such depths and
over such areas as he may direct, as a separate operation prior to any further
excavation, which may be required.
Supporting Excavations
The Contractor shall properly support the sides and ends of all excavations to prevent
any fall or run from any portion of the ground outside the excavation and to prevent
settlement or damage to structures adjacent to the excavation. Any excavation
necessary to provide space for such support or other working space shall be carried
out. If, for any reason, any portion of the bottoms, sides or ends of any excavations
shall give way, the contractor shall at his own expense take all necessary remedial
measures including the extra necessary excavation and removal of excess material.
Where the Contractor proposes and is permitted by the Engineer-In-Charge to perform
excavations with sloping faces (other than sloping excavations shown on the Drawings
or required as permanent features of the Works) and without shoring, the excavated
faces shall be to stable slopes and heights.
Trimming Excavations
When excavating to specified or required levels for the foundation of any structure or to
specified or required limits for the face of any structure required to abut undisturbed
ground, the Contractor shall not excavate the last 150 mm until immediately before
commencing the constructional work, except where the Engineer-in-Charge shall permit
otherwise. After getting the permission for the commencement of the construction, if the
contractor delays on any account & the formation level gets damaged he will have to do
further excavation upto 150mm or as per Engineer-in-charge’s instructions at his own
account.
Before commencement of any constructional work all shattered and loose materials
shall be removed from the excavations by hand so as to ensure that the work rests on
a solid and perfectly clean foundation or abuts against solid ground.
Inspection by the Engineer-in-Charge
When the specified levels or limits of excavation are reached the Engineer-in-Charge
will inspect the ground exposed, and if he considers that any part of the ground is by its
nature unsuitable he may direct the Contractor to excavate further. Such further
excavation shall be refilled to the specified levels or limits with concrete, selected
excavated material or selected imported material as directed by the Engineer-in-
Charge.
Should the material forming the bottom of any excavation, while acceptable to the
Engineer-in-charge at the time of his inspection, subsequently become unacceptable to
him due to exposure to weather conditions or due to flooding or have puddles, soft or
loss during the progress of the works, the Contractor shall remove such damaged,
softened or loosened material and excavate without any extra cost.
Disposing Excavated Material
All excavated material shall remain the property of the Employer. The Contractor shall
ensure that no excavated material which is suitable for and is required for re-use in the
Works is transported unless so ordered by the Engineer-in-Charge.

Back-Filling General Site Grading And Sand Filling


88
Fill Material
All fill material whether such material is brought from outside borrow areas or
excavation within the site, will be subject to Engineer-in-Charge’s approval after
carrying required tests at Contractor’s Soil testing laboratory. Notwithstanding any
approval given to the fill material or borrow areas from which fill material is proposed to
be brought, the Engineer-in-Charge reserves the right to reject such material which
does not meet the specification requirements or unsuitable for the purpose for which it
is intended.

Backfilling
Excavated material used as back filling to excavations or completed structures shall be
free from rubbish, vegetation, clods and lumps and shall be approved by the Engineer-
in-charge. The approved materials shall be placed in layers, not exceeding 150 mm in
depth before compaction and shall be compacted with watering, consolidating and
ramming. The maximum boulder size shall be of 150 mm for filling material
Soft material shall not be used as back filling around structures in rock. The Contractor
shall backfill such excess excavation with concrete; rubble, stone or rock fills as
directed by the Engineer-in-Charge. Filling other than concrete shall be placed in layers
not exceeding 150 mm in thickness, shall be thoroughly compacted and have adequate
fined content to fill the voids.
Should the material being placed as back filling, while acceptable at time of selection,
become unacceptable to the Engineer-in-Charge due to exposure to weather
conditions or due to flooding or have become puddles, soft or segregated during the
progress of the works, the Contractor shall remove such damaged, softened or
segregated material and replace it with fresh approved material at his expense.
The Contractor shall while placing the back filling make due allowance for any
settlement that may occur before the end of the Defects Liability Period, remove any
excess material or make up any deficiency by back filling to the specified levels. As a
rule material to be back filled shall be stacked temporarily at a suitable place.
General Site Grading: Site grading shall be carried out as directed by the Engineer-in-
Charge. Excavation shall be carried out as specified in the specification. Filling and
compaction shall be carried out as specified under (6) of this Clause unless otherwise
indicated below.
The approved material shall be placed in layers not exceeding 150 mm in depth before
compaction and shall be compacted to 90% of Proctor Density with water contain at
OMC. The Contractor shall protect the earth fill from being washed away by rain or
damaged in any other way. Should any slip occur, the Contractor shall remove the
affected materials and make good the slip without any extra cost.
The fill shall be carried out to such dimensions and levels as directed by the Engineer-
in-charge, after the compaction.
Sand filling below Plinth and other places

Back filling shall be carried out with sand at places as directed by the Engineer-in-
Charge. The sand used shall be clean, medium grained and free from impurities. The
filled-in-sand shall be kept flooded with water for 24 hours to ensure maximum
consolidation. Any temporary work required to contain sand under flooded conditions
shall be to the Contractor’s account. The surface of the Consolidated sand shall be
dressed to the required
level or slope. Construction of floors or other structures on sand fill shall not be started
until the Engineer-in-Charge has inspected and approved the fill.

89
Where specified in the schedule of works, compaction of the plinth fill shall be carried
out by means of 12 tone rollers smooth wheeled, sheep foot or wobbly wheeled rollers.
A smaller weight roller may be used only if permitted by Engineer-in-Charge. As rolling
proceeds water sprinkling shall be done to assist consolidation. Water shall not be
sprinkled in case of sandy fill.

The thickness of each unconsolidated fill layer can in this case upto 300 mm. Engineer-
in-Charge will determine the thickness of layers in which fill has to be consolidated
depending on the fill material and equipment used.

Rolling shall commence from outer edge and progress towards the centre and continue
until compaction is to the satisfaction of the Engineer-in-charge, but in no case less
than 10 passes of the roller will be accepted for each layer.

The compacted surface shall be properly shaped, trimmed and consolidated to an even
and uniform gradient. All soft spots shall be excavated and filled and consolidated.

At some locations / areas it may not be possible to use rollers because of space
restrictions etc. Contractor shall then be permitted to use pneumatic tampers, rammers
etc and he shall ensure proper compaction.
Fill Density
The compaction, only where so called for, in the schedule of quantities /items shall
comply with the specified (proctor/modified proctor) density at moisture content differing
not more than 4 percent from optimum moisture content. Contractor shall demonstrate
adequately at his cost, by field and laboratory tests that the specified density had been
obtained.

Local Rules And Regulations


The Contractor shall familiarize himself with the local rules and regulations governing
the excavation, quarrying operations, etc. and the work shall be carried out strictly in
accordance with rules and regulations, if any. Whenever a quarry is required to be
opened in connection with the execution of work covered under this Contract, the
Contractor shall investigate that it shall yield stones and other materials such as sand,
murum, soil etc. of approved quality and shall satisfy himself as to the availability in
desired quantity. He shall supply necessary quantity of sand, stone, metal aggregate
etc. to the Engineer-in-Charge for carrying out tests as desired by the Engineer-in-
Charge and well in advance of its use so as to carry out tests and to get approval. The
cost of opening and operating the quarry & royalties and ant other charges shall be
borne entirely by the Contractor.
The Contractor shall obtain necessary permission from the concerned authorities
before opening the quarry. In case of quarries in private land on payment of whatever
charges as may be due to the owner.

DEWATERING
All excavations shall be kept free of water. Grading in the vicinity of excavations shall
be controlled to prevent surface water running into excavated areas. The Contractor
shall remove by pumping or other means approved by Engineer-in-Charge any water
inclusive of rain water and sub-soil water accumulated in excavation and keep all
excavations de-watered until the foundation work is completed and back filled. Sumps
made for
dewatering must be kept clear of the excavations/trenches required for further work.

90
Method of pumping shall be approved by Engineer-in-Charge; but in any case, the
pumping arrangement shall be such that there shall be no movement of sub-soil or
blowing in due to differential head of water during pumping. Pumping arrangements
shall be adequate to ensure no delays in construction.
When there is a continuous inflow of water and quantum of water to be handled is
considered in the opinion of Engineer-in-Charge, as large, well point system: Single-
stage or Multi-stage shall be adopted. Contractor shall submit to the Engineer-in-
Charge his scheme of well pointing system including stages, the spacing, number and
diameter of well points, headers etc. and the number, capacity and location of pumps
for approval.
The rates for excavation are inclusive of dewatering by any means and no extra
payment is allowed for excavation in wet condition.

TIMBER SHORING
The Timber Shoring shall be as per 3764-1966 safety code for excavation work.

Close timbering shall be done by completely covering the sides of the trenches and pits
generally with short, upright members called ‘polling boards’. The boards shall
generally be placed in position vertically side by side without any gap on each side of
the Excavation and shall be secured by horizontal walings of strong wood at maximum
1.2 m spacing and suitably strutted. If the soil is very soft and loose, the boards shall be
placed horizontally against each side of the excavation and supported by vertical
walings, which in turn shall be suitably strutted. The lowest boards supporting the sides
shall be taken into the ground and no portion of the vertical side of the trench or pit
shall remain exposed, so as to render the earth liable to slip out.
The shoring material shall not be sizes less than those specified below unless steel
sheet piling is used or unless otherwise approved by the Engineer-in-charge in writing:

Planks - 5 cm x 25 cm
Waling pieces - 10 cm x 20 cm
Struts - 15 cm x 20 cm

Timber shoring shall be ‘close’ or ‘open’ type, depending on the nature of soil and the
depth of pit or trench. The type of timbering shall be as approved by Engineer-in-
charge. It shall be the responsibility of the Contractor to take all necessary steps to
prevent the sides of excavations, trenches, pits, etc., from collapsing.
Timber shoring may be required to keep the sides of excavations vertical to ensure
safety of adjoining structures or to limit the slope of excavations, or due to space
restrictions or for other reasons. Such shoring shall be carried out, except in an
emergency, only under instructions from the Engineer-in-Charge.
The withdrawal of the timber shall be done very carefully to prevent the collapse of the
pit or trench. It shall be started at one end and proceeded systematically to the other
end. Concrete or masonry shall not be damaged during the removal of the timber. No
claim shall be entertained for any timber, which can not be retrieved.
In the case of open timbering, the entire surface of the side of trench or pit is not
required to be covered. The vertical boards of minimum 25 cm X 5 cm sections shall be
spaced sufficiently apart to leave unsupported strips of maximum 50 cm average width.
The detailed arrangement, sizes of the timber and the spacing shall be subject to the
approval of the Engineer-in-Charge. In all other respects, the specification for close
timbering shall apply to open timbering.

In case of large pits and open excavations, where shoring is required for securing
safety of adjoining structures or for any other reasons and where the planking across
sides of excavations/pits cannot be strutted against, suitable inclined struts supported
91
on the excavated bed shall be provided. Load from such struts shall be suitably
distributed on the bed to ensure no yielding of the strut.

RAIN WATER DISCHARGE


Scope
The scope covers the drainage of the rainwater in excavated areas.

Grading in the vicinity of excavation shall be such as to exclude rain/surface water


draining into excavated areas. Excavation shall be kept clean of rain and such water as
the Contractor may be using for his work by suitably pumping out the same at no extra
cost to the Owner. The scheme for pumping and discharge of such water shall be
approved by the Engineer-in-Charge.

Concrete And Allied Works


GENERAL
The quality of materials and method and control of manufacture and transportation of
all concrete work irrespective of mix, whether reinforced or otherwise shall conform to
the applicable portions of this specification.
The Engineer-in-Charge shall have the right to inspect the source/s of material/s, the
layout and operation of procurement and storage of materials, the concrete batching
and mixing equipment, and the quality control system. Such an inspection shall be
arranged and Engineer-in-Charge’s approval obtained, prior to starting of concrete
work. However, this shall not relieve the contractor with any of his responsibilities and
all the materials, which do not conform to the specifications, will be rejected.
The minimum wall thickness for all RCC wall shall be 225 mm
thick. The liquid retaining structures will be in M30 grade.
The Contractor will maintain all registers and formats for quantity qualitative and
quantitative measures of all concrete works on daily basis of steel consumed and
concreting done updated on daily basis.
APPLICABLE CODES
The following specifications, standards and codes, including all official
amendments/revisions and other specifications & codes referred to therein to therein,
should be considered a part of this specification. In all cases the latest
issue/edition/revision shall apply. In case of discrepancy between this specification and
those referred to herein this bid document, this specification shall govern.
MATERIALS
IS:29 - Specification for 33 grade ordinary Portland cement
IS:455 - Specification for Portland slag cement.
IS:148 - Specification for Portland-pozzolana cement.
IS: 811 - Specification for 43-grade ordinary Portland cement.
IS: 123 - Specification for sulphate resisting Portland cement.
IS: 383 - Specification for coarse and fine aggregates from natural sources for
concrete.
Specification for mild steel and medium tensile steel (Parts-I & II)
IS: 432 - bars
and hard-drawn steel wires for concrete reinforcement.
Specification for high strength deformed steel bars and wires for
IS: 1786- concrete
reinforcement.

92
IS: 1566- Specification for hard-drawn steel wire fabric for (Part-I) concrete
reinforcement.
IS: 9103- Specification for admixtures for concrete.
IS: 2645- Specification for integral cement waterproofing compounds.
IS: 4990- Specification for plywood for concrete shuttering work.

MATERIAL TESTING

IS: 4021 - Methods of physical tests for hydraulic cement. (Parts-1 to 13)
IS: 4032 - Method of chemical analysis of hydraulic cement.
IS: 650 - Specification for standard sand for testing of cement.
IS: 2430 - Methods for sampling of aggregates for concrete.
IS: 2386 - Methods of test for aggregates for concrete. (parts-I to VIII)

IS: 3025 - Methods of sampling and test (physical and chemical) water used
in industry.
IS: 6925 - Methods of test for determination of water-soluble chlorides in
concrete admixtures.

MATERIALS STORAGE
IS: 4082 - Recommendations on stacking and storing of construction
materials at site

CONCRETE MIX DESIGN

IS: 10262 - Recommended guidelines for concrete mix design.


SP: 23 - Handbook on Concrete Mixes. (S & T)

CONCRETE TESTING

IS: 1199 - Method of sampling and analysis of concrete.


IS:516 - Method of test for strength of concrete
IS: 9013 - Method of making, curing and determining compressive strength
of accelerated cured concrete test specimens.
IS: 8142 - Method of test for determining setting time of concrete by
penetration resistance.
IS: 9284 - Method of test for abrasion resistance of concrete.
IS: 2770 - Methods of testing bond in reinforced concrete.

EQUIPMENT

IS: 1791 - Specification for batch type concrete mixers.


IS: 2438 - Specification for roller pan mixer.
IS: 4925 - Specification for concrete batching and mixing plant.
IS: 5892 - Specification for concrete transit mixer and agitator.
IS: 7242 - Specification for concrete spreaders.
IS: 2505 - General Requirements for concrete vibrators: Immersion type.
IS: 2506 - General Requirements for screed board concrete vibrators.
IS: 2514 - Specification for concrete vibrating tables.
IS: 3366 - Specification for pan vibrators.
IS: 4656 - Specification for form vibrators for concrete.
93
IS: 11993 - Code of practice for use of screed board concrete vibrators.
IS: 7251 - Specification for concrete finishers.
IS: 2722 - Specification for portable swing weigh batchers for concrete
(single and double bucket type).
IS: 2750 - Specification for steel scaffoldings.

CODES OF PRACTICE
IS: 456 - Code of practice for plain and reinforced concrete.

Code of practice for general construction of plain and


IS: 457 - reinforced
concrete for dams and other massive structures.
IS:3370 - Code of practice for concrete structures for storage of
liquids.(parts-I to IV)
IS: 3935 - Code of practice for composite construction.
IS: 2204 - Code of practice for construction of reinforced concrete shell roof.
Criteria for the design of reinforced concrete shell structures
IS: 2210 - and
folded plates.
IS: 2502 - Code of practice for bending and fixing of bars for concrete
reinforcement.
IS: 5525 - Recommendation for detailing of reinforcement in reinforced
concrete works.
IS: 2751 - Code of practice for welding of mild steel plain and deformed bars
used for reinforced concrete construction.
IS: 9417 - Specification for welding cold worked bars for reinforced concrete
construction.
IS: 3558 - Code of practice for use of immersion vibrators for consolidating
concrete.
IS: 3414 - Code of practice for design and installation of joints in building.
IS: 4326 - Code of practice for earthquake resistant construction of building.
IS:4014 - Code of practice for steel tubular scaffolding.(parts-I & II)
IS: 2571 - Code of practice for laying in-situ cement concrete flooring.
IS: 7861 - Code of practice for extreme weather concreting.
Part-I: Recommended practice for hot weather concreting.
Part-II: Recommended practice for cold weather concreting.
IS: 13920 - Ductile Detailing of Reinforced Concrete Structure subjected to
1993 seismic forces.
SP-16 - Design Aids for Reinforcement Concrete to IS:456-1978 (S&T) -
1980
SP-24 - Explanatory Handbook on IS: 456-1978
SP-34 - Handbook on Concrete Reinforcement and Detailing(S&T) - 1987
CONSTRUCTION SAFETY
IS:3696 - Safety code for scaffolds and ladders.(Parts-I & II)
IS:7969 - Safety code for handling and storage of building materials
IS: 8989 - Safety code for erection of concrete framed structures.
MEASUREMENT
IS: 1200 - Method of measurement of building and engineering works.
IS: 3385 - Code of practice for measurement of civil engineering works.

94
MATERIALS FOR STANDARD CONCRETE
The ingredients to be used in the manufacture of concrete shall consist solely of
Ordinary Portland Cement or Sulphate Resistant Cement clean sand, natural course
aggregate, clean water, and admixtures.

The contractor will have to make own arrangements for procuring cement and steel.
Cement remaining in bulk storage at the mill, prior to shipment for more than 6 months
or cement in bags in local storage in the hands of vendor for more than 3 months after
completion of tests may be retested before use and may be rejected if it fails to
conform to any of the requirement of IS 269-1976.

The Contractor will have to make his own arrangements for transport from supplier
godown and storage of adequate quantity of cement. Contractor will construct cement
godown. in batches of 10x10, which will provide complete protection from dampness,
contamination and minimize caking and false set. Cement bags shall be stored in a dry
enclosed shed (storage under tarpaulins will not be permitted), well away from the
outer walls and insulated from the floor to avoid contact with moisture from the ground
and so arranged as to provide ready access. Damaged or reclaimed or partly set
cement will not be permitted to be used and shall be removed from the site. The
storage bins and storage arrangement shall be approved by the Engineer-in-Charge.
Consignments of cement shall be stored as received and shall be consumed in the
order of their delivery. Stacking of cement shall be done as per IS and in such a way
that first come cement shall be used first.

Cement held in storage for a period of ninety (90) days or longer shall be tested.
Should at any time the Engineer-in-Charge have reasons to consider that any cement
is defective, then irrespective of its origin, date of manufacture and or manufacturer’s
test certificate, such cement shall be tested immediately at the Contractor’s cost at an
approved laboratory and until the results of such tests are found satisfactory, it shall not
be used in any work. Testing certificates for each batch of cement should be submitted
by the contractor to the Engineer-in-Charge, before starting the concreting work. The
Contractor shall not be entitled to any claim of any nature on this account.

Aggregate
s i)
General
“Aggregate” in general designates both fine and coarse inert materials used in the
manufacture of concrete (Vide BIS 456 & BIS 383) and confirming to tests as per BIS
2386 (Part I to VI)

“Coarse Aggregate” is aggregate most of which is retained when passed through on


4.75 mm BIS sieve.

Aggregates shall consist of natural sands, stone (crushed or uncrushed) and gravel
from a source known to produce satisfactory aggregate for concrete and shall be
chemically inert, non-flaky, strong, hard, durable against weathering, of limited porosity
and free from deleterious materials that may cause corrosion of the reinforcement or
may impair the strength and or durability of concrete. The grading of aggregates shall
be such as to produce a dense concrete of specified strength and consistency that will
work readily into position without segregation and shall be based on the “mix design”
and preliminary tests on concrete specified later.

95
ii) Storage of aggregates
All coarse and fine aggregates shall be stacked separately in stock piles in the
material yard near the work site in bins properly constructed to avoid inter mixing of
different aggregates. Contamination with foreign material and earth during storage
and while heaping the materials shall be avoided. The aggregates must be of
specified quality not only at the time of receiving at site but more so at the time of
loading into mixer. Rakers shall be piled in layers not exceeding 1.20 m in height to
prevent coning or segregation. Each layer shall cover the entire area of stockpile
before succeeding layers are started. Aggregates that have become segregated
shall be rejected.

iii) Specific Gravity


Aggregates having a specific gravity below 2.4 (saturated surface dry basis) shall
not be used.
FINE AGGREGATE
Fine aggregate shall consist of natural or crushed sand conforming to BIS 383
confirming to tests as per BIS 2386 part I to VI. The sand shall be clean, sharp, hard,
strong and durable and shall be free from dust, vegetable substances, adherent
coating, clay, alkali, organic matter, mica, salt, or other deleterious substances, which
can be injurious to the setting qualities/strength/durability of concrete.
Screening and Washing: Sand shall be prepared for use by such screening or
washing, or both, as necessary, to remove all objectionable foreign matter while
separating the sand grains to the required size fraction.
Foreign Material limitations: The percentage deleterious substances in sand delivered
to the mixer shall not exceed the following:

Table 2: Foreign Material Limitations in Fine Aggregate

Sr. No. Foreign material Percentage by weight


Uncrushed Crushed
1 Material finer than 75 3.0 15.0
micron
BIS sieve
2 Shale 1.0 -
3 Coal & Lignite 1.0 1.0
4 Clay Lumps - 1.0
Total 5.0 17.0

d) Gradation: Unless otherwise directed or approved by the Engineer-in-Charge,


the grading of sand shall be within the limits indicated hereunder:

96
Table 3: Grading of Sand for Fine Aggregate

BIS :Sieve Grading Grading Grading Zone Grading Zone


Designation Zone I Zone II III IV

10 mm 100 100 100 100


4.75 mm 99-100 90-100 90-100 95-100
2.36 mm 60-95 75-100 85-100 95-100
1.18 mm 30-70 55-90 75-100 90-100
600 microns 15-34 35-59 60-79 80-100
300 microns 5-20 8-30 12-40 15-50
150 microns 0-10 0-10 0-10 0-15

Where the grading falls outside the limits of any particular grading zone of sieves,
other than 600 microns IS sieve, by total amount not exceeding 5%, it shall be
regarded as falling within that grading zone. This tolerance shall not be applied to
percentage passing the 600 micron IS sieve or to percentage passing any other sieve
on the coarser limit of grading zone I or the finer limit of grading zone IV. Fine
aggregates conforming to grading zone IV shall be used. Mix designs and preliminary
tests shall show its suitability for producing concrete of specified strength and
workability.

e) Fineness Modulus
The sand shall have a fineness modulus of not less than 2.0 or more than 3.5.
The fineness modulus is determined by adding the cumulative percentages
retained on the following IS sieve sizes (4.75 mm, 2.36 mm, 1.18 mm, 600
microns and 150 microns) and dividing the sum by 100.

COARSE AGGREGATE

Coarse aggregate for concrete, except as noted above, shall conform to IS 383 &
IS 2386. This shall consist of crushed stone and shall be clean and free from
elongated, flaky or laminated pieces, adhering coatings, clay lumps, coal residue,
clinkers, slag, alkali, mica, organic matter or other deleterious matter.
Screening and Washing: Crushed rock shall be screened and/ or washed for the
removal of dirt or dust coating, if so requested by the Engineer-in-Charge.

97
Grading

i) Coarse aggregate shall be either in single size or graded, in both cases the
grading shall be within the following limits:
BIS Sieve Percentage passing for single sized Percentage Passing For Graded
aggregate of normal
Size (mm) size Aggregate of Normal Size
40 mm 20 mm 16 mm 12.5m 10mm 40 mm 20 mm 16 mm 12.5m
m m
63 100 - - - - 100 - - -

40 85-100 100 - - - 95-100 - - -

20 0-20 85-100 100 - - 30-70 95-100 100 -

16 - - 85-100 100 - - - 90-100 -

12.5 - - - 85-100 100 - - - 90-100

10 0-5 0-20 0-30 0-45 85-100 10-35 25-35 30-70 40-85

4.75 - 0-5 0-5 0-10 0-20 0-5 0-10 0-10 0-10

2.36 - - - - 0-5 - - - -

ii) The pieces shall be angular in shape and shall have granular or crystalline surfaces.
Friable, flaky and laminated pieces, mica and shale, if present, shall be only within
tolerance limits which will not affect adversely the strength and or durability of
concrete. The maximum size of coarse aggregate shall be 40 mm for M-7.5 and M-
10 and 20mm for M-15 to M-30 concrete, or as directed by the Engineer-in-charge
or specified. The maximum size of coarse aggregate shall be the maximum size
th
specified above but in no case greater than 1/4 of the minimum thickness of the
member, provided that the concrete can be placed without difficulty so as to
surround all reinforcement thoroughly and fill the corners of the form. For plain
concrete the maximum size of aggregate shall be of 40 mm. For heavily reinforced
concrete members, the nominal maximum size of the aggregate shall be 5 mm less
than the minimum clear distance between the reinforcing main bars or 5 mm less
than the minimum cover to reinforcement whichever is smaller.

98
Foreign material limitations
The percentage of deleterious materials in the aggregate delivered to the mixer shall
not exceed the following:
Table 4 : Foreign Material Limitations in Coarse Aggregate

Sr. Foreign Material Percentage by Weight


No. Uncrushed Crushed

1 Material finer than 75 micron BIS 3.0 3.0


Sieve
2 Coal and lignite 1.0 1.0
3 Clay Lumps 1.0 1.0
4 Soft Fragments 3.0 -

Total 8.0 5.0

Water
Water used for washing, mixing and curing shall be free from injurious amounts of
deleterious materials. Potable water is generally satisfactory for mixing and curing
concrete. Physical and chemical analysis of the water should be submitted to the
Engineer-in-charge, before starting the work.

In case of doubt, the suitability of water for making concrete shall be ascertained by the
compressive strength and initial setting time test specified in BIS 456. The sample of
water taken for testing shall be typical of the water proposed to be used for concreting,
due account being paid to seasonal variation. The sample shall not receive any
treatment before testing other than that envisaged in the regular supply of water
proposed for use in concrete. The sample shall be stored in a clean container
previously rinsed out with similar water.

Average 28 days compressive strength of at least three 15 cm concrete cubes


prepared with water proposed to be used shall not be less than 90% of the average
strength of three similar concrete cubes prepared with distilled water. The cubes shall
be prepared, cured and tested in accordance with the requirements of BIS 516.

The initial setting time of test block must be made with the appropriate test cement and
the water proposed to be used. It shall not be less than 30 minutes and shall not differ
by more than +/-30 minutes from the initial setting time of control test block prepared
with the appropriate test cement and distilled water. The test block shall be prepared
and tested in accordance with the requirements of BIS 4031.

Where water can be shown to contain an excess of acid, alkali, sugar or salt, Engineer-
in-charge may refuse to permit its use. As a guide, the following concentrations
represent the maximum permissible values.
To neutralize 200 ml sample of water, using phenolphthalein as indicator, it should not
require more than 2 ml of 0.1 normal NaOH. The details of test shall be as given in BIS

99
3025.

To neutralize 200 ml sample of water, using methyl orange as an indicator, it should


not require more than 10 ml of 0.1 Normal HCl. The details of test shall be as given in
BIS 3025.

Percentage of solids, when tested in accordance with the method indicated below shall
not exceed the following:

Solids Percen Method of test


t
Ref. to col. no in IS:3025) Organic
(organic solid = total solids minus ignited residue) 0.02 10 and 11
Inorganic 0.03 11(ignited residue)
Sulphates (as So4) 0.05 20
Alkali Chlorides (as Cl) 0.20 24
Suspended matter 0.20 12
The pH value of water shall not generally be less than 6.
Steel and Aluminum Members Encased in
Concrete
Structural steel and aluminum ladders etc. to be encased in concrete shall be without
paint. Primer should be used for encasing purpose. The encasing shall be done in
concrete with 10 mm, maximum size aggregate and works cube strength not less than
150 kg/sq.cm. at 28 days unless otherwise specified. The member shall be wrapped
with galvanized aluminum wire mesh of adequate size. The galvanized aluminum wire
mesh shall be kept 20 mm from the edge or surface of the member and shall be held in
position securely. The member will have a minimum cover of 50 mm unless otherwise
indicated in the drawings. Where the clear cover is more than 75 mm, concrete with 20
mm coarse aggregate can be used.
Anchor Bolts, Anchors, Sleeves, Inserts, Hangers/Conduits/Pipe and Other Misc.
Embedded Fixtures

The contractor shall build in to concrete work all the items mentioned in Drawings or
Engineer In Charge and shall embed them partly or fully as directed and secure the
same as may be required. The materials if required to be supplied by the contractor,
shall be as specified and be of best quality available according to relevant Indian
standards of approved manufacture and to the satisfaction of the engineer. Exposed
surface of embedded materials is to be painted with one coat of approved anti-
corrosive paint and/ or bituminous paint without any extra cost to the owner. If welding
is to be done subsequently on the exposed surface of embedded material the paint
shall be cleaned off the member to a minimum length of 50 mm beyond each side of
the weld line.

Necessary templates, jigs, fixtures, supports etc. shall be used as may be required or
directed by the Engineer In Charge.
Controlled Concrete
All concrete in the works shall be “Controlled Conc rete” as defined in IS: 456 except
for M-7.5 and M-10 for which normal mix concrete shall be used. Whether reinforced or
otherwise, all concrete works to be carried out under this specification shall be divided
into the following classifications:

100
Minimum Compressive Strength of 15 cm cubes at 7 days and 28 days after mixing,
conducted in accordance with IS: 516.

Any operation of concrete done at atmospheric temperature above 40 degree C or


where the temperature of concrete at the time of placement is expected to be beyond
40 degree C may be categorize as hot weather concreting and should be confined to
the requirement of IS 7861(Part-I) 1975 and SP-23 (S&T)-1982.

Class Preliminary Test Works Test Max. Size Locations For


2 2
N/mm N/mm Of Use
At 7 Days At 28 days At 7 days At 28 days Aggregate
Mm

M40 33.5 50.0 27.0 40.0 20


M35 30.0 44.0 23.5 35.0 20 As indicated
M30 25.0 38.0 20.0 30.0 40 or 20 in the
M25 22.0 32.0 17.0 25.0 40 or 20 specifications
M20 17.5 26.0 13.5 20.0 40 or 20 or as required
M15 13.5 20.0 10.0 15.0 40 or 20

Note: It shall be very clearly understood that whenever the grade of concrete such as
M-20, etc. is specified it shall be contractor’s responsibility to ensure the minimum
crushing strength stipulated for the respective grade of concrete is obtained at works.

Mix Design
General
This is essential for investigating the grading of aggregates, water-cement ratio,
workability and the quality of cement required to give preliminary and works cubes of
the minimum strength specified. The proportions of the mix shall be determined by
weight. Adjustment of aggregate proportions due to moisture present in the aggregate
shall be made. Determination of mix proportions shall be carried out according to
“Recommended guidelines for Concrete Mix Design” conforming to I S: 10262.
Whenever there is a change either in required strength of concrete, or water-cement
ratio or workability or the source of aggregates and/or cement, preliminary tests shall
be repeated to determine the revised proportions of the mix to suit the altered
conditions. While designing proportions, over-wet mixes shall always be avoided.
While fixing the value for water/cement ratio for preliminary mixes, assistance may be
derived from the graph (Appendix A, BIS 456 showing the relationship between the 28
day compressive strengths of concrete mixes with different water/cement ratios and the
7-day compressive strength of cement tested in accordance with IS: 269.

Preliminary Tests
Test specimens shall be prepared with at-least two different water/cement ratios for
each class of concrete, consistent with work ability required for the nature of the work.
The materials and proportions used in making preliminary tests shall be similar in all
respects to those to be actually employed in the works as the object of these tests is to
determine the properties of cement, aggregates and water necessary to produce
concrete of required consistency and to give the specified strength, it will be
contractor’s sole responsibility to carry out these tests and he shall therefore furnish to

101
Engineer-in-Charge a statement of proportions proposed to be used for the various
concrete mixes. For preliminary tests, the following procedure shall be followed.

Materials shall be brought to the room temperature and all materials shall be in a dry
condition. The quantities of water cement and aggregates for each batch shall be
determined by weight to an accuracy of 1 part in 100 parts.

Mixing concrete shall be done by hand (for small quantities, as directed by Engineer-in-
Charge) or in a small batch mixer as per IS: 516 in such a manner as to avoid loss of
water. The cement and fine aggregate shall first be mixed dry until the mixture is
uniform in color. The coarse aggregate shall then be added, mixed and water added
and the whole batch mixed thoroughly for a period of not less than two minutes until the
resulting concrete is uniform in appearance. Each batch of concrete shall be such a
size as to leave about 10% excess concrete, after molding the desired number of test
specimens.

The consistency of each batch of concrete shall be measured immediately after mixing,
by the slump test in accordance with IS: 1199. If in the slump test, care is taken to
ensure that no water or other material is lost, the material used for the slump test may
be re-mixed with the remainder of the concrete for making the specimen test cubes.
The period of re-mixing shall be as short as possible yet sufficient to produce a
homogeneous mass.

The samples for compression tests of concrete shall be made as per IS: 516 on 15 cm
cubes. Each mould shall be provided with a metal base plate having a plate surface so
as to support the mould during filling without leakage. The base plate shall be
preferably attached to the
mould by springs or screws. The parts of the mould when assembled shall be positively
and rigidly held together. Before placing concrete, the mould and base plate shall be
cleaned and oiled. The dimensions and internal faces of the mould shall be accurate
within the following limits. Height and distance between the opposite faces of the mould
shall be of specified size +0.2 mm. The angle between the adjacent internal faces and
between internal faces and top and bottom faces of mould shall be 90-degree +0.5
degree. The interior faces of the mould shall be plane surfaces with a permissible
variation of 0.03 mm.
Concrete test cubes shall be moulded by placing fresh concrete in the mould and
compacted as specified in IS 516.

Curing shall be as specified in IS 516. The cubes shall be kept in moist air of at least
90% relative humidity at a temperature of 27 degree C + 2 degree C for 24 hours +2
hours from the time of adding water to the dry ingredients. Thereafter they shall be
removed from the moulds and kept immersed in clean, fresh water and kept at 27
degree C +2 degree C temperature until required for test. Curing water shall be
renewed every seven days. A record of maximum and minimum temperatures at the
place of storage of the cubes shall be maintained during the period they remain in
storage.
The strength shall be determined based on not less than five cube test specimens for
each age and each water cement ratio. All these laboratory test results shall be
tabulated and furnished to the Engineer-in-Charge. The test results shall be accepted
by the Engineer-in-Charge if the average compressive strengths of the specimens
tested is not less than the compressive strength specified for the age at which
specimens are tested subject to the condition that only one out of the five consecutive
tests may give a value less than the specified strength for that age. The Engineer-in-

102
Charge may direct the contractor to repeat the tests if the results are not satisfactory
and also make such changes as he considers necessary to meet the requirements
specified Proportioning, Consistency, Batching and Mixing of Concrete.
The determination of the water cement ratio and proportion of aggregates to obtain the
required strength shall be made from preliminary tests by designing the concrete mix.
Controlled concrete shall be used on all concrete work complying with all the
requirements of IS: 456. Cube tests shall be carried out by the contractor on the trial
mixes before the actual concreting operation starts. Based on the strength of the
concrete mix sanction for the use has to be obtained from Engineer-in-Charge.

If during the execution of the works it is found necessary to revise the mix because of
the cube tests showing lower strengths than the required one due to inconsistency of
quality of material or otherwise, The Engineer-in-Charge shall ask for fresh trial mixes
to be made by the contractor. No claim to alter the rates of concrete work shall be
entertained due to such change in mix variations, as it is the contractor’s responsibility
to produce the concrete of the required grade.
Great care shall be exercised when mixing the actual works concrete using the
proportions of the selected trial mix. The final concrete mix shall have the same
proportions and same source of cement, fine and coarse aggregates and water as that
of the approved selected mix.
A reasonable number of bags should be weighed separately to check the Net weight,
where the weight of cement is determined by accepting the manufacturer's weight per
bag at the site. Proper control of mixing water is deemed to be of paramount
importance. If mixers with automatic addition of water are used, water should be either
measured by volume in
calibrated buckets, tins or weighed. All measuring equipment shall be maintained in a
clean serviceable condition and their accuracy periodically checked and certified and
the Engineer-in-Charge’s approval obtained.

The Engineer-in-Charge may require the contractor to carry out moisture content tests
in both fine and coarse aggregates. The amount of the added water shall then be
adjusted to compensate for any observed variations in the moisture contents. BIS:
2386 shall be referred to for determination of moisture content.

No substitution in material, used on the work or alteration in the established proportions


shall be made without additional tests to show that the quality and strength of concrete
are satisfactory. No alterations shall be permitted without the prior sanction of the
Engineer-in-Charge.
Mixing of Concrete
The mixing of concrete shall be strictly carried out in an approved type of mechanical
Concrete mixer. The mixing equipment shall be capable of combining the aggregates.
Cement and water within the specified time into a thoroughly mixed and uniform mass,
and of discharging the mixture without segregation. The entire batch shall be
discharged before recharging. Mixing periods shall be measured from the time when all
of the solid materials are in the mixing drum, provided that all of the mixing water shall
be introduced before one fourth of the mixing time has elapsed. The mixing time in no
case shall be less than two minutes. The mixer speed shall not be less than 14 nor
more than 20 revolutions per minute.
Mixing shall be continued until there is a uniform distribution of the materials and the
mass is uniform in color and consistency. Hand mixing of concrete shall not be
permitted at all.

For quantities less than 1 cum of concrete, hand mixing may be permitted at the

103
discretion of the Engineer-in-Charge with 10% excess cement quantity.
Grade of Concrete
The different grades of concrete specified shall conform to the strengths as required by
IS: 456-1987.Standard deviation shall be calculated as stated in 14.5 of IS: 456-1978.
The acceptable criteria for concrete shall be as stated in clause 15 of IS: 456 -
1978.The assumed standard deviations as given in table 6 of IS: 456-1978 has to be
followed and are given here under. However, the minimum cement content shall be as
per Table no. 7: Minimum Cement Content in Concrete in this tender document.

Table 5: Grade of Concrete


Grade of Concrete Assumed Standard Deviation N/sq.mm
M 10 2.3
M 15 3.5
M 20 4.6
M 25 5.3

In order to get a quick idea of quality of concrete the optional tests are conducted as
stipulated in 14.1.1 of IS: 456-1978 and the results are analyzed according to table 5
on page 41 of IS: 456-1978.

Controlled Concrete
Controlled concrete shall be used on all concreting works except where specified
otherwise the mix proportions for all grades of concrete shall be designed to obtain
strengths corresponding to the values specified in table below for respective grades of
concrete.

Table 6: Compressive Strengths at 28 days

Grade Specified Characteristic Compressive Strength at 28 days


(N/sq.mm )
M15 15
M20 20
M25 25
M30 30

The maximum Water : Cement ratio for all controlled concrete works shall be as
specified in IS: 456-1978 as Preliminary tests as specified in the BIS code and required
by the Engineer-in-charge shall be carried out sufficiently ahead of the actual
commencement of the work with different grades of concrete made from representative
samples of aggregates and cement expected to be used on the job to ascertain the
ratios by weight of cement of total quantity of fine and coarse aggregates and the water
cement ratio required to produce a concrete of specified strength and desired
workability.

The minimum cement content for each grade of concrete shall be as per table below.

Table 7: Minimum Cement Content in Concrete

104
Grade of Concrete Minimum Cement Content in Concrete
(kg/cum of finished Concrete)
M 15 300
M 20 330
M 25 360
M 30 400

At least 4 (four) trial batches are to be made and 7 test cubes should be taken for each
batch noting the slump on each mix. These cubes shall then be properly cured and two
cubes from each mix shall be tested in a testing laboratory approved by the Engineer-
in-Charge at 7 days and others at 28 days for obtaining the ultimate compressive
strength. The test reports shall be submitted to the Engineer in charge. The cost of mix
design and testing shall be borne by the contractor. On the basis of the preliminary test
reports for trial mix, a proportion of mix by weight and water cement ratio will be
approved by the Engineer-in-Charge, which will be expected to give the required
strength. Consistency and workability and the proportions so decided for different
grades of concrete shall be adhered to during all concreting operations. If however at
any time the Engineer-in-Charge feels that the quality of material, being used has been
changed from those used for preliminary mix design, the contractor shall have to run
similar trial mixes to ascertain the mix proportions and consistency.

The mix once approved must not be varied without prior approval of the Engineer-in-
Charge. However should the contractor anticipate any change in the quality of future
supply of materials than that used for preliminary mix design, he shall inform the same
to the Engineer-in-Charge and bring fresh samples sufficiently ahead to carry out fresh
trial mixes. The Engineer-in-Charge shall have access to all places and laboratory
where design mix is prepared. Design mix will indicate by means of graphs and curves
etc. the extent of variation in the grading of aggregates which can be allowed.

In designing the mix proportions of concrete, the quantity of both cement and
aggregate shall be determined by weight. All measuring equipment shall be maintained
in clean and serviceable condition and their accuracy periodically checked.

To keep the water cement ratio to the designed value, allowance shall be made for the
moisture contents in both fine and course aggregates and determination of the same
shall be made as frequently as directed by the Engineer-in-Charge. The determination
of moisture contents shall be according to IS: 2386 (Part III). Absorption of water by dry
aggregates shall not be more than 5%.

Strength Requirements
Where ordinary Portland cement conforming to IS: 269 or Portland blast furnace slag
cement conforming to IS: 455 is used the compressive strength requirements for
various grades of concrete shall be as shown in table below. Where rapid hardening
Portland cement is used the 28 days compressive strength requirements specified in
Table- hereunder shall be met in 7 days. The strength requirements specified in table
shall apply to both controlled concrete and ordinary concrete.

Strength Requirements of Concrete

105
Grade of Minimum Compressive Strength Concrete in
Concrete Accordance with IS: 516 (In kg/cm)

As per IS: 456-1978


For 15 cm cube specimens
at 7 days at 28 days
Work
Work Test Preliminary Test
M 15 100 200 150
M 20 135 260 200
M 25 170 320 250
M 30 200 380 300
Other requirements of concrete strength as may be desired by the Engineer-in-Charge
shall be in accordance with Indian Standard IS: 456 (latest revision). The acceptance
of strength of concrete shall be as per clause 5.4 “Sample size and Acceptance
Criteria” of IS: 456 (latest revision) subject to stipulation and/or modifications stated
elsewhere in this specification if any.
Concrete work found unacceptable shall have to be dismantled and replaced to the
satisfaction of the Engineer-in-Charge by the Contractor free of cost to the Owner. No
payment will be made for the dismantled concrete, the relevant formwork and
reinforcement, embedded mixtures etc. wasted in the dismantled portion shall be
made. In the course of dismantling if any damage is done to the embedded items or
adjacent structures, the same shall also be made good free of charge by the contractor
to the satisfaction of the Engineer in charge. If the water quantity has to be increased in
special cases, cement also has to be increased proportionately to keep the ratio of
water to cement same as adopted in trial mix design for each grade of concrete.
Workability
The workability of concrete shall be checked at frequent intervals by slump test. Where
facilities exist and if required by the Engineer-in-Charge, alternatively the compacting
factor test in accordance with IS: 1199 shall be carried out. The degree of workability
necessary to allow the concrete to be well consolidated and to be worked into the
corners of form work and round the reinforcement to give the required surface finish
shall depend on the type and nature of the structure and shall be based on experience
and tests. The limits of consistency for structures are as specified in the table below:

106
Table 8: Limits of Consistency
Placing Conditions Degree of Values of Workability
Workability
Concreting of shallow Very low 20-10 seconds Veebee
Sections time or 0.75-0.80
with vibration compacting factor
Concreting of lightly Low 10-5 seconds or 0.80-0.85
Reinforced sections With compacting factor or
vibration slumps 25-75 mm
Concreting of lightly Medium 5-2 seconds Veebee
Reinforced sections time or 0.85-0.92
Without Vibration or compacting factor or 50-
Heavily reinforced Section 100mm slump for 20
with Vibration mm Aggregate
Concreting of heavily High Above 0.92 compacting
Reinforced sections factor Or 75-100 mm
compacting Without slumps For 20 mm
vibration factor/Slipform aggregate
work; Pumped concrete
Trench fill; Very High Slumps 100 - 150 mm
In situ piling
Workmanship
All workmanship shall be according to the latest relevant standards. Before starting a
pour the contractor shall obtain the approval of the Engineer-in-Charge and all other
concerned department including safety dept, in a “Pour Card” maintained for this
purpose. He shall obtain complete instructions about the material and proportion to be
used, slump, workability of water per unit of cement, number of test cubes to be taken,
finishing to be done and any admixture to be added etc.

SAMPLING AND TESTING CONCRETE IN THE FIELD


Sampling and Testing of Concrete shall conform to IS: 456 2000.
a) Facilities required for sampling materials and concrete including whether proof
buildings to house the facilities in the field, shall be provided by the contractor at no
extra cost. The following equipment with operator shall be made available in
serviceable conditions.
i. Concrete cube-testing machine suitable for 15 cm cubes of
100 tonnes capacity with proving calibration ring 1 no.
ii. Cast iron cube moulds 15 cm size 12 nos.
iii. Slump cone complete with tamping rod 1 set
iv. Laboratory balance to weigh upto
5 kg with sensitivity of 10 gm 1 no.
v. BIS sieves for coarse and fine aggregates 1 set
vi. Set of measures from 5 litres to 0.1 litre 1 set
vii. Electric oven with thermostat upto 120 C 1 no.
viii. Flakiness gauge 1 no.
ix. Elongation index gauge 1 no.
x. Sedimentation pipette 1 no.
xi. Calibrated glass jar 1.0 litre capacity 2 nos.
xii. Glass flasks and metal containers As required
xiii. Chemical reagents like sodium hydroxide,
tannic acid, litmus paper etc. - As required
xiv. Laboratory balance of 2 kg capacity and
107
sensitivity of 1 gm - 1 no.
xv. Weighing Machine for cement bags of 6 Nos.: 2 no.
xvi. Vernier Calipers As required.
xvii. Thermometer for concrete 1 no.

No concrete of any kind may be placed until the field concrete testing laboratory as
specified is provided to the satisfaction of the Engineer. The contractor shall notify the
Engineer in advance of all concrete and concrete material testing as provided in the
clause to provide the Engineer/his representative with an opportunity to witness all
prescribed tests.

At least 6 test cubes of each class of concrete shall be made of every 50cum concrete
or part thereof or from different batches as directed by Engineer-in-Charge. Such
samples shall be drawn on each day for each type of concrete. Of each set of 6 cubes,
three shall be tested at 7 days age and three at 28 days age. The cubes must be
casted from various batches to arrive at an average strength. The laboratory test
results shall be tabulated and furnished to the Engineer. The Engineer will pass the
concrete if average strength of the specimens tested is not less than the strength
specified, subject to the condition that only one out of three consecutive tests may give
a value less than the specified strength but this shall not be less than 90% of the
specified strength.

Consistency: Slump tests shall be carried out as often as requested by the Engineer
and invariably from the same batch of concrete from which the test cubes are made.
Slump tests shall be done immediately after sampling.

CONCRETE TESTS
The Engineer-in-Charge, may order tests to be carried out on cement, sand, coarse
aggregate, water in accordance with the relevant Indian standards.

Tests on Cement shall include:


Fineness test
Test for normal consistency
Test for setting time
Test for soundness

Test for tensile strength


Test for compressive strength
Test for heat of hydration (by experiment and by calculations) in accordance with BIS
269

Tests on Sand shall include:


Sieve test
Test for organic impurities
Decantation test for determining clay and silt content
Specific gravity test
Test for unit weight and bulk age factor
Test for sieve analysis and fineness modulus

Tests on Coarse Aggregate shall include:


Sieve analysis
108
Specific gravity and unit weight of dry, loose and rodded aggregate
Soundness and alkali aggregate reactivity
Petrography examination
Deleterious materials and organic impurities
Test for aggregate crushing value

Any or all these tests would normally be ordered to be carried out only if the Engineer
feels the materials are not obtained and shall be performed by the contractor at a test
laboratory approved by Engineer-in charge. The contractor shall bear the charges of
these optional tests.
Concrete not made to the requirements of specification in all respects may be rejected
by the Engineer-in-Charge in which case it shall be removed and reconstructed entirely
at the expense of the contractor.

Load Test on Members or Any Other Tests

In the event of any work being suspected of material or workmanship or both, the
Engineer-in-charge requiring its removal and reconstruction may order, or the
contractor may request that it should be load tested in accordance with the following
provisions.
The test load shall be 125% of the maximum superimposed load for which the structure
was designed. Such test load shall not be applied before 56 days after the effective
hardening of concrete. During the test, struts strong enough to take the whole load
shall be placed in position leaving a gap under the members. The test load shall be
maintained for 24 hours before removal.
If within 24 hours of the removal of the load, the structure does not show a recovery of
at least 75% of the maximum deflection shown during the 24 hours under load, the test
loading shall be repeated after a lapse of at least 72 hours. The structure shall be
considered to have failed to pass the test if the recovery after the second test is not at
least 75% of the maximum deflection shown during the second test. If the structure is
certified as failed by the Engineer-in-Charge, the cost of all the new construction and
the load tests shall be borne by the contractor.

Any other tests, e.g. taking out in an approved manner concrete cores, examination
and tests on such cores removed from such parts of the structure as directed by the
Engineer-in-Charge, sonic testing etc. shall be carried out by the contractor, if so
directed, at no extra cost.

Unsatisfactory tests
Should the results of any test prove unsatisfactory, or the structure shows signs of
weakness, undue deflection or faulty construction, the contractor shall remove and
rebuild the member or members involved or carry out such other remedial measures as
may be required by the Engineer-in-Charge.

Admixtures
General
Admixtures may be used in concrete where required, only with the approval of the
Engineer-in-Charge. How ever it should be seen that, with the passage of time, neither
the compressive strength nor its durability is reduced. Calcium chloride shall not be
used for accelerating set of the cement for any concrete containing reinforcement or
embedded steel parts. When calcium chloride is permitted to be used, such as in mass
concrete works, it shall be dissolved in water and added to the mixing water in an
109
amount not to exceed 1.5% of the weight of the cement in each batch of concrete.
When admixtures are used, the designed concrete mix shall be corrected accordingly.
Admixtures shall be used as per manufacturer’s instruction and in the manner and with
the control specified by the Engineer-in-Charge.
Air Entraining Agents
Neutralized Vinson resin or other approved air in the concrete mix agents shall conform
to the requirements of ASTM standard 6.260; Air Entraining Admixtures for Concrete.
The recommended total air content of the concrete is 4% + 1%. The method of
measuring air content shall be as per IS: 1199.
Water Reducing Admixtures
Water reducing lignosulfonate admixture may be added in quantities approved by the
Engineer-in-Charge. The admixtures shall be added in the form of a solution.
Retarding Admixtures
Retarding agents may be added to the concrete mix in quantities approved by the
Engineer-in-Charge.
Water Proofing Agent
Water proofing agents shall conform to IS: 2645.
Other Admixtures
The Engineer-in-Charge may at his discretion allow the contractor to use any other
admixture in the concrete.
Preparation Prior to Concrete Placement, Final Inspection and Approval
Before the concrete is actually placed in position, the insides of the formwork shall be
inspected to see that they have been cleaned and oiled. Temporary openings shall be
provided to facilitate inspection, especially at bottoms of columns and wall forms, to
permit removal of sawdust, wood shavings, binding wire, dirt etc. Openings shall be
placed or holes drilled so that these materials and water can be removed easily. Such
openings/holes shall be suitably plugged later.
The various agencies shall be permitted ample time to install drainage and plumbing
lines, floor and trench drains, conduits, hangers, anchors, inserts, sleeves, bolts,
frames and other miscellaneous embedment to be cast in the concrete as specified or
required or as is necessary for the proper execution of the work as specified in the
drawings.

All embedded parts, inserts, etc. supplied by the contractor shall be correctly
positioned and securely held in the forms to prevent displacement during depositing
and vibrating of concrete.
All anchor bolts shall be positioned and kept in place with the help of properly
manufactured templates unless specifically waived in writing by the Engineer-in-
Charge. Slots, openings, holes, pockets etc. shall be provided in the concrete work in
the position specified in drawing or required or as directed by the Engineer-in-Charge.
Reinforcement and other items to be cast in concrete shall have clean surfaces that will
not impair bond.
Prior to concrete placement, all work shall be inspected and approved by the Engineer-
in-Charge and if found unsatisfactory, concrete shall not be poured until after all
defects have been corrected.
Approval by the Engineer-in-Charge of any and all materials and work as required
herein shall not relieve the contractor from his obligation to produce finished concrete
in accordance with the requirements of the specifications.

110
Rain or wash water
No concrete shall be placed in wet weather or on a water-covered surface. Any
concrete that has been washed by heavy rains shall be entirely removed, if there is any
sign of cement and sand having been washed away from the concrete mixture. To
guard against damage, which may be caused by rains, the works shall be covered with
tarpaulins immediately after the concrete has been placed and compacted before
leaving the work unattended. Any water accumulating on the surface of the newly
placed concrete shall be removed by approved means and no further concrete shall be
placed thereon until such water is removed. To avoid flow of water over/around freshly
placed concrete, suitable drains and sumps shall be provided. During summer season,
temperature of water should be maintained, as per the criteria and for the same, icing
should be done for concreting work.
Bonding Mortar
Immediately before concrete placement begins, prepared surfaces except formwork,
which will come in contact with the concrete to be placed, shall be covered with a
bonding mortar as specified.
The corrosive matters on the reinforcement should be removed by means of wire
brush.
Laitance should be removed by means of chiseling from top concrete layer which was
earlier concreted
Transportation
General
All buckets, containers or conveyors used for transporting concrete shall be mortar-
tight, leak proof irrespective of the method of transportation adopted, concrete shall be
delivered with the required consistency and plasticity without segregation or loss of
slump. However, chutes shall not be used for transport of concrete without the written
permission of the Engineer-in-Charge and concrete shall not be re-handled before
placing.
Retempered or Contaminated Concrete
Concrete must be placed in its final position before it becomes too stiff to work. On no
account, water shall be added after the initial mixing. Concrete, which has become stiff
or has been contaminated with foreign materials shall be rejected and disposed off as
directed by the Engineer-in-Charge.
Avoiding Segregation
Concrete shall, in all cases, be deposited as nearly as practicable directly, in its final
position and shall not be re-handled to flow in a manner which will cause segregation,
loss of materials, displacement of reinforcement, shuttering or embedded insets, or
impair its strength. For locations where direct placement is not possible, and in narrow
forms, the Contractor shall provide suitable drop and “Elephan t Trunks” to confine the
movement of concrete. Special care shall be taken when concrete is dropped from a
height, especially if reinforcement is in the way, particularly in column and the walls.
Placing by Manual Labour

Except when otherwise approved by the Engineer-in-Charge, concrete shall be placed


in the shuttering by shovels or other approved implements, and shall not be dropped
from a height more than 1.0 m or handled in a manner, which will cause segregation.
Placing by Mechanical Equipment
The following specification shall apply when placing concrete by use of mechanical
equipment is warranted considering the nature of work involved. The control of placing
shall begin at the mixer discharge. Concrete shall be discharged by a vertical drop into
the middle of the bucket or hopper and this principle of a vertical discharge of concrete
111
shall be adhered to throughout all stages of delivery until the concrete comes to rest in
its final position.
Types of Buckets
Central-bottom-dump buckets of a type that provides for positive regulation of the
amount and rate of deposition of concrete in all dumping positions, shall be employed.
Operation of Bucket
In placing concrete in large open areas, the bucket shall be spotted directly over the
position designated and then lowered for dumping. The open bucket shall clear the
concrete already in place and the height of drop shall not exceed 1.0 m. The bucket
shall be opened slowly to avoid high vertical bounce. Dumping of buckets on the swing
or in any manner, which results in separation of ingredients or disturbance of previously
placed concrete, will not be permitted.
Placement of Restricted Forms
Concrete placed in restricted forms by barrows, buggles, cars, short chutes or hand
shoveling shall be subject to the requirement for vertical delivery of limited height to
avoid segregation and shall be deposited as nearly as practicable in its final position.
Chuting
Where it is necessary to use transfer chutes, specific approval of Engineer-in-Charge
must be obtained to type, length slopes, baffles, vertical terminals and timing of
operations. These shall be so arranged that an almost continuous flow of concrete is
obtained at the discharge and without segregation. Concrete should flow smoothly in
the chute and there should not be any obstruction to the flow. To allow for the loss of
mortar against the sides of the chutes, the first mixes shall have less coarse aggregate.
During cleaning of chutes, the wastewater shall be kept clear of the forms. Concrete
shall not be permitted to fall from the end of the chutes by more than 1.0 m. Chutes,
when approved for use shall have slopes not flatter than 1 vertical, 3 horizontal and not
steeper than 1 vertical, 2 horizontal. Chutes shall be of metal or metal lines end of
rounded cross section. The slopes of all chute sections shall be approximately the
same. The slopes of all chute sections shall be approximately the same. The discharge
end of the chutes shall be maintained above the surface of the concrete in the forms.

Placing by Pumping/Pneumatic Placers


Concrete may be conveyed and placed by mechanically operated equipment e.g.,
pumps or pneumatic placers only with the written permission of the Engineer-in-Charge
at no extra cost. The slump shall be held to the minimum necessary for conveying
concrete by this method.

When pumping is adopted, before pumping of concrete is started, the pipeline shall be
lubricated with one or two batches of mortar composed of one part cement and two
parts sand. Care shall be taken to avoid stoppages in work once pumping has started.
When a pneumatic placer is used, the manufacturer’s advice on layout of the pipeline
shall be followed to avoid blockages and excessive wear. Restraint shall be provided at
the discharge box to cater for the reaction at this end. Manufacturer’s
recommendations shall be followed regarding concrete quality and all other related
matters when pumping/ pneumatic placing equipment is used. It should be noted that
no extra payment is made for these items, if required and directed by Engineer-in-
Charge.
Concrete in Layers
Concreting, once started, shall be continuous until the pour is completed. Concrete
shall be placed in successive horizontal layers of uniform thickness ranging from 15 cm
to 45 cm directed by Engineer-in-Charge. These shall be placed as rapidly practicable
to prevent the formation of cold joints or planes of weakness between each succeeding
112
layer within the pour. The thickness of each layer shall be such that it can be deposited
before the previous layer has stiffened. The bucket loads or other units of deposit, shall
be spotted progressively along the face of the layer with such overlap as will facilitate
spreading the layer to uniform depth and texture with a minimum shoveling. Any
tendency to segregation shall be corrected by shoveling stones into mortar rather than
mortar on to stones. Such a condition shall be corrected by redesign of mix or other
means, as directed by the Engineer-in-Charge.

Cover Blocks
Cover blocks of required size depending on the cover of the reinforcement as
mentioned in the drawings shall be prepared in 1:3 cement mortar with fine aggregates
and minimum compressive strength of 300 kg/sq.cm.
Bedding of Layers
The top surface of each pour and bedding planes shall be approximately horizontal
unless otherwise instructed. Top layer should be rough and with key for further
extension of work.
Compaction
Concrete shall be compacted during placing with approved vibrating equipment until
the concrete has been consolidated to the maximum practicable density, as specified
in the IS, is free of pockets of coarse aggregate and fits tightly against all form
surfaces, reinforcement and embedded fixtures. Particular care shall be taken to
ensure that all concrete placed against the form faces and into corners of forms against
hardened concrete at joints is free from voids or cavities. The use of vibrators shall be
consistent with the concrete mix and caution exercised not to over vibrate the concrete
to the point that segregation results.
Type of Vibrators
Vibrators shall conform to BIS specifications. Type of vibrator to be used shall depend
on the structures where concrete is to be placed. Shutter vibrators to be effective, shall
be firmly secured to the formwork which must be sufficiently rigid to transmit the
vibration and strong enough not to be damaged by it. Immersion vibrators in sufficient
numbers and each of adequate size shall be used to properly consolidate all concrete.
Tapping or external vibrating of forms by hand tools or immersion vibrators will not be
permitted.

Use of Vibrators
The exact manner of application and the most suitable machines for the purpose must
be carefully considered and operated by experienced men. Immersion vibrators shall
be inserted vertically at points not more than 450 mm apart and withdrawn when air
bubbles cease to come to the surface. Immersion vibrators shall be withdrawn very
slowly. In no case shall immersion vibrators be used to transport concrete inside the
forms. Particular attention be paid to vibration at the top of a lift e.g. in a column or wall.
Melding Successive Batches
When placing concrete in layers, which are advancing horizontally as the work
progresses, great care shall be exercised to ensure adequate vibration blending and
melding of the concrete between the succeeding layers.
Penetration of Vibrators
The immersion vibrator shall penetrate the layer being placed and also penetrate the
layer below while the under layer is still plastic to ensure good bond and homogeneity
between the two layers and prevent the formation of cold joints.
Vibrating against Reinforcement/Formwork
Care shall be taken to prevent contact of immersion vibrators against reinforcement
113
steel. Immersion vibrators shall not be allowed to come in contact with reinforcement
steel after start of initial set. They shall also not be allowed to come in contact with
forms or finished surfaces.
Use of Form Attached Vibrators
Form attached vibrators shall be used only with specific authorization of the Engineer-
in-charge.
Use of Surface Vibrators
The use of surface vibrators will not be permitted under normal conditions. However,
for thin slabs, surface vibrating by specially designed vibrators may be permitted, upon
approval of Engineer-in-Charge.
Stone Pockets And Mortar Pond ages
The formation of stone pockets and mortar pond ages in corners and against faces of
forms shall not be permitted. Should these occur, they shall be dug out, reformed and
refilled to sufficient depth and shape for thorough bonding, as directed by the Engineer-
in-Charge.
Placement Interval
Except when placing with slip forms, each placement of concrete in multiple lift work,
shall be allowed to set for at least 24 hours after the final set of concrete and before the
start of a subsequent placement.
Special Provision in Placing
When placing concrete in walls with openings, in floors of integral slabs and beam
construction and other similar conditions, the placing shall stop when the concrete
reaches the top of the opening in walls or bottom horizontal surface of the slab, as the
case may be.

Placing shall be resumed before the concrete in place takes initial set, but not until it
has had time to settle as determined by the Engineer-in-Charge.
Placing Concrete Through Reinforcing Steel
When placing concrete through reinforcing steel, care shall be taken to prevent
segregation of the coarse aggregate. Where the congestion of steel makes placing
difficult, it may be necessary to obtain Engineer in-Charge’s permission for temporarily
moving the top steel aside for proper placement & for restoring reinforcement as per
drawing.

Bleeding
Bleeding or free water on top of concrete being deposited into the forms, shall be the
cause to stop the concrete pour and the conditions causing this defect corrected before
any further Concreting is resumed.
Application of Araldite for Bonding of New and Old Concrete
General
Araldite epoxy resins will be used to bond fresh concrete to concrete that is fully cured,
to give a monolithic bond capable of transmitting high stresses when traditional bonding
agents such as cement slurry cannot always be relied upon to provide good adhesion
which is particularly the case when large areas are involved.

The Araldite based formulation shall be applied to a suitably prepared concrete sub-
strata and the fresh concrete poured as soon as possible, but always during the ‘open
time’ of the adhesive.
Materials used shall be of best quality like CIBA, FOSROC or ROFF and approved by
the Engineer-in-Charge.
114
Manufacturer’s instructions shall be followed in all
respects. No separate payment shall be paid for this item
of work.
Formulation
Parts by
ARALDITE GY250 100 weight
Parts by
Hardener HY825 20 weight
Parts by
Hardener HY830 20 weight
Parts by
Hardener HY850 20 weight
Parts by
Silica Flour 20 weight
Application

The application of the adhesives shall be as per manufacturer standards.


Preparation of the Substrata
To obtain good adhesion, it is necessary to have clean and sound substrata.
Preparation can be carried out using a variety of techniques including chemical
treatment and mechanical methods such as grinding, milling, and abrading, planning
and sand blasting. Dust and loose particles resulting from the pretreatment should be
removed by vacuum cleaning or oil-free or blast.

Mixing
The resin and hardener should be thoroughly mixed in the dry filler. The mixed, ready
to use adhesive should not contain lumps of unwetted filler and should be of uniform
color. For a total weight of 1 kg or less hand mixing should be sufficient. For quantities
in excess of 1 kg, the use of a mechanical mixer is recommended.
Pot life and ‘Open time’
The pot life is the period during which the ready to use ARALDITE based formulation
must be applied. After this period, the mix can no longer be worked and will have
begun to set in its container. The table below indicates the pot life at different
temperatures:

Mix Temperature Pot life in minutes

90
25⁰ C Minutes
60
30⁰ C Minutes
45
35⁰ C Minutes

(The figures in this table are for batches less than 1 kilogram).
The ‘Open time’ is the maximum period of time allow able between application of the
ARALDITE adhesive and pouring the fresh concrete. Exceeding the ‘Open time’ would
result in considerably reduced adhesion. The adhesive should be applied to the pre-
treated substrata as soon as the components have been mixed and fresh concrete
poured immediately afterwards.

115
Accurate knowledge of the ‘Open time’ is essential in case the work is interrupted.
Table gives the ‘Open time’ of ARALDITE based formu lations as a function of
substrata temperature. In all cases, the adhesives shall be applied immediately after
mixing. Any delay between mixing and application will reduce the ‘Open time’. Fresh
concrete must be poured before the adhesive begins to gel. New to old concrete
bonding is not recommended at temperatures below 5-Degree Centigrade, as curing
cannot be assured under these circumstances.
Methods of Application
The shape and size of the concrete structure will determine the method of application
used. The ARALDITE based adhesive may be applied by hand using brushed, brooms
or any other suitable applicator.
Suitability of Fresh Concrete
Best results are obtained when the water/ cement ratio of the new concrete is low as is
practicable.
Coverage
One kilogram of the mixed ARALDITE adhesive including hardeners and filler covers
an area of 2 to 3 sqm. When applied with a stiff nylon bristle brush. However, the
coverage is very much dependent on the finish in the concrete.
Handling Precautions
Epoxy resins can cause irritation of the skin in sensitive person if incorrectly handled.
Certain safety precautions must therefore be observed and those handling the resins
and hardeners should be given suitable instructions. Those working with epoxy resins
should, above all, be instructed that personal cleanliness at the place of work is
essential. The resin and hardener should not be allowed to come into direct contact
with the skin. The most effective protection is achieved by wearing rubber or polythene
gloves, the latter having the advantage that they can be replaced when dirty. They are
more pleasant to wear if cotton gloves are worn underneath. Parts of the skins, which
have come into contact with the resin or hardener, should be washed with lukewarm
water and a mild soap. Special cleaning creams may be used as they have proved to
be highly suitable.
Construction Joints
A construction joint is defined as a joint in the concrete introduced for convenience in
construction at which special measures are taken to achieve subsequent continuity
without provision for further relative movement.
No concreting shall be started until the Engineer-in-Charge has approved the method
of placing the positions and form of the construction joints and lifts. The construction
joints
shall be so located as not to impair the strength of the structure. Water stops shall be
inserted as per clause 3.20
Concrete placed to form the face of a construction joint shall have all Laitance removed
and the aggregate exposed prior to the placing of fresh concrete. The Laitance shall
wherever practicable be removed by spraying the concrete where it is still green. The
whole of the concrete surface forming part of the joint shall be hacked to expose the
rd
aggregate to the 1/3 size of maximum size of aggregate. Where aggregate is
damaged during hacking, it shall be removed from the concrete face by further hacking.
All loose matter shall be removed and the exposed surface thoroughly cleaned by wire
brushing, air blasting or washing, leaving the surface clean and damp. Immediately
before fresh concrete is placed, a 12 mm thick layer of sand/cement mortar mixed in
the same proportions as in the concrete shall be spread in the horizontal face of the
116
construction joint. A drier mix shall be used for the top lift of horizontal face of the
construction joint. A drier mix shall be used for the top lift of horizontal pours to avoid
Laitance. The new concrete shall be well worked against the prepared face before the
mortar sets. Special care shall be taken to obtain thorough compaction and to avoid
segregation of the concrete along the joint plane.
Movement Joints
Movement joints are defined as all joints intended to accommodate relative movement
between adjoining parts of a structure, special provision being made where necessary
for maintaining the water tightness of the joint. The contractor shall comply with the
instructions of manufacturers of proprietary jointing materials and shall, if required by
the Engineer-in-Charge, demonstrate that the jointing materials can be applied
satisfactorily.
The surface of set concrete in a movement joint shall, as shown on the drawings, be
painted with two coats of bituminous paint and new concrete shall be placed against it
only when the paint is dry. Expansion joints shall be formed by a separating strip of
approved preformed joint filler.
Caulking grooves shall be provided. At all joints where a caulking groove is formed,
immediately prior to caulking, the groove shall be wire brushed and loose material
removed and blown out by compressed air. After the groove has dried, it shall be
primed and caulked with approved sealing compound applied in accordance with the
manufacturer’s instructions. At all caulked joints, the face of the caulking strip and a
width of concrete on either side shall be painted with two coats of paint having the
same base as the sealing compound.
Water Stops and Joint Fillers
Water stops
At all construction, contraction and expansion joints in the water retaining structures
and wherever specified or directed by the Engineer-in-charge, water stops shall be
provided. The water stops shall be PVC type or of any other equivalent material as
approved by the Engineer-in-charge. PVC water stops shall have a tensile strength of
2
not less than 14 MN/m and elongation at break of not less than 300%. Water stops
shall not be exposed to direct sunlight for long periods. Before being concreted in water
stops shall be cleaned of all foreign materials. Wherever provided, water stops shall be
placed in such a manner that they are embedded in the adjacent sections of the panels
for equal width.
As far as possible, jointing on site shall be confined to the making of butt joints in
straight runs of water stops and all the joints should be monolithic. Where it is agreed
with the Engineer-in-Charge that it is necessary to make an intersection or change of
direction of any joint, other than a butt joint in a straight run on site, a preliminary joint,
intersection or change of direction piece shall be made and submitted to such tests as
the Engineer-in-Charge may require.

Flexible water stops shall be fully supported in the form work, free of nails and clear of
reinforcement and other fixtures. Damaged water stops shall be replaced and during
concreting care shall be taken to place the concrete so that water stops do not bend or
distort or displace.

117
The different types of water stops to be used in liquid retaining structures will be as
follows:

Table 9 : Types of Water Stops

Sr. Type of Joint Type of water stops


Partial/complete
Contraction joint in walls 230 mm wide, ribbed with hollow centre
1. and slabs bulb & 6 mm minimum thickness
Expansion joints in walls 230 mm wide, ribbed with hollow centre
2. and slabs bulb & 9 mm minimum thickness
Construction joint in raft 230 mm wide, ribbed with hollow centre
bulb & 9 mm minimum thickness
3.
Construction joint in wall 230 mm wide, ribbed with hollow centre
4. bulb & 6 mm minimum thickness
230 mm wide, ribbed with hollow centre
5. Expansion joint raft bulb & 9 mm minimum thickness
Partial/complete 230 mm wide, ribbed with hollow centre
6. Contraction joint in raft bulb & 9 mm minimum thickness

Jointing fillers

Joint fillers shall be of durable, compressible and non-extruding material.


Details of jointing material required here. Type of joint, size or width of joint and joint
filler material to be used with preferred brands if any.

Sealing Compounds
Horizontal joints shall, where used in water-retaining structures be sealed with a cold
pouring polysulphide rubber sealing compound of quality equal to, or better than
serviced “Paraseal”. Horizontal joints in roofs, floors and other non-water retaining
structures shall be sealed with an approved sealant with properties equal to or better
than serviced “Paraplastic 41”. Vertical joints and joints in the soffits of slabs in both
water retaining as well as non-water retaining structures shall be sealed with a trowel or
gun applied polysulphide rubber sealing compound such as serviced “Vertical” or
equivalent. Sealing compounds shall be fully cured before water is permitted to come in
contact. At 40 C, the curing time would be approximately 7 weeks for polysulphide
compounds like CIBA, FOSROC or ROFF as approved by Engineer-in-charge.

Tolerances in Concrete Surfaces


Concrete surfaces for the various classes of unformed and formed finishes specified in
various clauses shall comply with the tolerances shown in Table hereunder, except
where different tolerances are expressly required by the specification. In the table ‘line
and level’ and ‘dimension’ shall mean the lines, levels and cross-sectional dimensions
as specified and required. Surface irregularities shall be classified as ‘abrupt’ or
‘gradual’. Abrupt irregularities include by shall not be limited to offsets and fins
caused by displaced or misplaced formwork, loose knots and other defects in
118
formwork materials, and shall be tested by direct measurement. Gradual irregularities
shall be tested by means of a straight template for plane surfaces and 1.5 m long
formed surfaces.
Class of Maximum tolerance (mm) in:
Dimensio
finish Line & Abrupt Gradual n
level irregularity irregularity

U1 12 6 6 -
U2 6 3 3 -
U3 6 3 3 -
F1 12 6 6 +12-6
F2 6 6 6 +12-6
F3 3 3 3 +6-

Curing, Protecting, Repairing and Finishing


Curing
All concrete shall be kept continuously in a damp or wet condition by ponding or by
covering with a layer of sacking, canvas, hessian or similar materials and kept
constantly wet for at least seven days from the date of placing concrete in case of OPC
and 10 days in case of mineral admixture or blended cements are used. The period of
curing shall be not less than 10 days for concrete exposed to dry and hot weather
condition
Curing with Water
Fresh concrete shall be kept continuously wet for a minimum period of 10 days from
the date of placing of concrete, following a lapse of 12 to 14 hours after laying of
concrete. The curing of horizontal surfaces exposed to the drying winds shall however
begin as soon as the concrete has hardened. Water shall be applied to formed
surfaces immediately upon removal of forms. Quantity of water applied shall be
controlled so as to prevent erosion of freshly placed concrete.
Continuous Spraying
Curing shall be assured by use of an ample water supply under pressure in pipes, with
all necessary appliances of hose, sprinklers and spraying devices. Continuous fine mist
spraying or sprinkling shall be used, unless otherwise specified or approved by the
Engineer-in-Charge.
Alternate Curing Methods
Whenever in the judgment of the Engineer-in-Charge, it is necessary to omit the
continuous spray method, a covering of clean sand or other approved means such as
wet gunny bags, which will prevent loss of moisture from the concrete, may be used.
No type of covering will be approved which would stain or damage the concrete during
or after the curing period. Covering shall be kept continuously wet during curing period.
For curing of concrete in sidewalks, floors, flat roofs of other level surfaces, the ponding
method of curing is preferred. The method of containing the ponded water shall be
approved by the Engineer-in-Charge. Special attention shall be given to edges and
corners of the slabs to ensure proper protection to these areas. The ponded areas shall
be kept continuously filled with water during the curing period.
119
Curing Compound
Surface coating type-curing compounds shall be used only by special permission of
Engineer-in-Charge. Curing compounds shall be liquid type white pigmented,
conforming to US Bureau of Reclamation specification. No curing compound shall be
used on surfaces where future blending with concrete, water of acid proof membrane
or painting is specified. Curing compound shall be used only after getting
sufficient/satisfactory test results at site.
Curing Equipment
All equipment and materials required for curing shall be on hand and ready for use
before concrete is placed.
Protecting Fresh Concrete
Fresh concrete shall be protected from defacements and damage due to construction
operations by leaving forms in place for an ample period as specified in section D3 of
this specification. Newly placed concrete shall be protected by approved means such
as tarpaulins from rain, sun and winds. Steps as approved by the Engineer-in-Charge
shall also be taken to protect immature concrete from damage by debris, excessive
lading, vibration, abrasion or contact with other materials, etc. that may impair the
strength and/or durability of the concrete. Workmen shall be warned against and
prevented from disturbing green concrete during its setting period. If it is necessary that
the workmen enter the area of freshly placed concrete, the Engineer-in-Charge may
require that bridges be placed over the area.
Repair and Replacement of Unsatisfactory Concrete
General
Immediately after the shuttering is removed, the surface of concrete shall be very
carefully gone over and all defective areas called to the attention of the Engineer-in-
Charge who may permit patching of the defective areas or also reject the concrete unit
either partially or in its entirety. Rejected concrete shall be removed and replaced by
the contractor. Holes shall be filled with mortar composed of one part of cement to one
and half parts of sand passing 2.36 mm I.S sieve after removing any loose stones
adhering to the concrete. Concrete surfaces shall be finished as described in
specifications or as directed by the Engineer-in-Charge. Superficial honey combed
surfaces and rough patches shall be similarly made good immediately after removal of
shuttering, in the presence of the Engineer-in-charge and superficial water and air
holes shall be filled in. The mortar shall be well worked into the surface with a wooden
float. Excess water shall be avoided. Unless instructed otherwise by the Engineer-in-
Charge, the surface of the exposed concrete placed against shuttering shall be rubbed
down immediately on removal of shuttering to remove fine or other irregularities, care
being taken to avoid damaging the surface. Surface irregularities shall be removed by
grinding. If reinforcement is exposed or the honeycombing occurs at vulnerable
positions e.g. ends of beams or columns, it may be necessary to cut out the member
completely or in part and reconstruct. The decision of the Engineer-in-Charge shall be
final in this regard. If only patching is necessary, the edges being cut perpendicular to
the affected surface or with a small under cut if possible. Anchors, tees or dovetail slots
shall be provided whenever necessary to attach the new concrete securely in place. An
area extending several centimeters beyond the edges and the surfaces of the prepared
voids shall be saturated with water for 24 hours immediately before the patching
material is placed.
For small repairs concerned Engineering-Charge shall permit to repair the same and
shall be repaired at his directions. For major repairs contractor shall submit the method
of statement and on approval of same shall carry such repairs with strict compliance to
the method of statement.

120
Use of Epoxy
The use of epoxy for bonding fresh concrete used for repairs will be permitted upon
written approval of the Engineer-in-Charge. Epoxies shall be applied in strict
accordance with the instructions of the manufacturer.
Method of Repair
Small size holes having surface dimensions about equal to the depth of the hole, holes
left after removal of form bolts, grout insert holes and slots cut for repair of cracks shall
be repaired as follows.
The hole to be patched shall be roughened and thoroughly soaked with clean water
until absorption stops. A 5 mm thick layer of grout of equal parts of cement and sand
shall be well brushed into the surface to be patched, followed immediately by the
patching concrete which shall be well consolidated with a wooden float and left slightly
protrude of the surrounding surface. The concrete patch shall be built up in 10 mm thick
layers, after an hour or more, depending upon weather conditions, it shall be worked off
flush with a wooden float and a smooth finish obtained by wiping with hessian. A steel
trowel shall be used for this purpose. The mix for patching shall be of the same
materials and in the same proportion as that used in the concrete being repaired,
although some reduction in the maximum size of the coarse aggregates may be
necessary and the mix shall be kept as dry as possible. Mortar filling by air pressure
(gunniting) shall be used for repair of areas too large and/or too shallow for patching
with mortar. Patched surfaces shall be given a final treatment to match the colour and
texture of the surrounding concrete. White cement shall be substituted for ordinary
cement, if so directed by the Engineer-in-Charge, to match the shade of the patch with
the original concrete.
Curing of Patched Work
The patched area shall be covered immediately with an approved non-staining, water-
saturated material such as gunny bags which shall be kept continuously wet and
protected against sun and wind for a period of 24 hours. Thereafter, the patched area
shall be kept wet continuously by a fine spray, or sprinkling for not less than 10 days.
All fillings shall be tightly bounded to the concrete and shall be sound, free from
shrinkage cracks after the fillings have been cured and dried.
Approval by the Engineer-in-Charge
All materials, procedures and operations used in the repair work shall be subject to the
approval of the Engineer-in-Charge.
Finishing
General
The type of finish for formed concrete surfaces shall be as follows, unless varied by the
design/architectural drawings and specifications.
When the structure is in service all the surfaces shall receive no special finish, except
repair of damaged or defective concrete, removal of fine and abrupt irregularities, filling
defective concrete, filling of holes left by form ties and rods and clean up of loose or
adhering debris. Surfaces which will be exposed to the weather and which would
normally be level, shall be sloped for drainage. Unless a horizontal surface or the slope
required is specified, the tops of narrow surfaces such as stair treads, walls, curbs and
parapets shall be sloped across the width approximately 1 in 30. Broader surfaces
such as walkways, and platforms shall be sloped about 1 in 50. Surfaces that will be
covered by backfill or concrete, subfloors to be covered with concrete topping, terrazzo
or quarry tiles and similar surfaces shall be smooth ascended and leveled to produce
even surfaces. Surface irregularities shall not exceed 6 mm. Surfaces which will not be
covered by backfill, concrete or tile toppings such as outside decks, floors of galleries
and sumps, parapets, gutters, side-walks, floors and slabs, shall be consolidated,
121
screened and floated. Excess water and laitance shall be removed before final
finishing. Floating may be done with hand or power tools and started as soon as the
screened surface has attained a stiffness to permit finishing operations and these shall
be the minimum required to produce a surface uniform in texture and free from
screened marks or other imperfections. Joints and edges shall be tooled as specified
or as directed by the Engineer-in-Charge.
Standard Finish For Exposed Concrete
Exposed concrete shall mean any concrete, other than floors or slabs, exposed to view
upon completion of the works. Unless otherwise specified, the standard finish for
exposed concrete shall be a smooth finish. A smooth finish shall be obtained with the
use of lined or plywood forms having smooth and even surfaces and edges. Panels of
forms shall be of uniform size and be as large as practicable and installed with closed
joints. Upon removal of forms the joint marks shall be smoothed off and all blemishes,
protections etc., removed leaving the surfaces smooth.
Integral Cement Concrete Finish
When specified, an integral cement concrete finish of specified thickness for floors and
slabs shall be applied either monolithic or bonded, as specified or directed by the
Engineer-in-charge. The surface shall be tested with a straight edge and any high and
low spots eliminated. Floating or travelling of the finish shall be permitted only after all
surface water has evaporated. Dry cement or a mixture of dry cement and sand shall
not be sprinkled directly on the surface of the cement finish to absorb moisture or to
stiffen the mix.

Rubbed Finish
A rubbed finish shall be provided only on exposed concrete surfaces. Upon removal of
forms, all fins and other projections on the surfaces shall be carefully removed, offsets
leveled and voids and/or damaged sections immediately saturated with water and
repaired by filling with a concrete or mortar of the same composition as was used in the
surface. The surfaces shall then be thoroughly wetted and rubbed with car borundun or
other abrasive. Cement mortar may be used in the rubbing, but the finished surfaces
shall not be brush coated with either cement or grout after rubbing. The finished
surfaces shall present a uniform and smooth appearance.

Protection
All concrete shall be protected against damage until final acceptance by the Engineer-
in-Charge.
Hot Weather Requirement
All Concrete work performed in hot weather shall be in accordance with IS:456, except
as herein modified.
Admixtures may be used only when approved by the Engineer-in-Charge.
Adequate provisions shall be made to lower give limit concrete temperatures by cool
ingredients, eliminating excessive mixing, preventing exposure of mixers and
conveyors to direct sunlight and the use of reflective paint on mixers, etc. The
temperature of the freshly placed concrete shall not be permitted to exceed 38 degrees
centigrade.
Consideration shall be given to shading aggregate stockpiles from direct rays of the
sun and spraying stockpiles with water, use of cold water when available, and burying,
insulating, shading and/or painting white the pipelines and water storage tanks and
conveyance.
In order to reduce loss of mixing water, the aggregate, wooden forms, subgrade,
adjacent concrete and other moisture absorbing surfaces shall be well wetted prior to
122
concreting, placement and finishing shall be done as quickly as possible.
Extra precautions shall be taken for the protection and curing of concrete.
Consideration shall be given to continuous water curing and protection against high
temperatures and drying hot winds for a period of at least 7 days immediately after
concrete has set and after which normal curing procedures may be resumed.
Placing Concrete Underwater
a) Under all ordinary conditions, all foundations shall be completely dewatered and
concrete placed in the dry. However, when concrete placement under water is
necessary, all work shall conform to IS:456 and the procedure shall be as
follows: Method of Placement
Concrete shall be deposited underwater by means of tremises, or drop bottom
buckets of approved type.
Direction, Inspection and Approval
All work requiring placement of concrete underwater shall be designed, directed
and inspected with due regard to local circumstances and purposes. All
underwater concrete shall be placed according to specifications approved by
the Engineer-in-Charge.
b) Special precautions shall be taken for prevention of lifting of concrete due to
uplift pressure of subsoil water.
Precast Concrete
General
Precast concrete units, whether manufactured on or off site, shall comply in every way
with the provisions of the contract for in situ concrete. Wherever possible, precast units
shall be hydraulically pressed. When ready for incorporation in the works, precast units
shall be responsible for the accuracy of the level, shape of the bed or platform. A
suitable serial number and the date of casting shall be impressed or painted on each
unit.
Striking Forms
Side shutters shall not be struck in less than 24 hours after depositing concrete and no
precast unit shall be lifted until the concrete reaches strength of at least twice the
stress to which the concrete may be subjected to at the time of lifting.
Precast Units
The lifting and removal of precast units shall be undertaken without causing shock,
vibration or undue bending stresses to or in the units. Before lifting and removal takes
place, contractor shall satisfy the Engineer-in-Charge or his representative that the
methods he proposes to adopt for these operations will not over-stress or otherwise
effect seriously the strength of the precast units. The reinforced side of the units shall
be distinctly marked.
Curing
All precast work shall be protected from the direct rays of the sun for at least 7 days
after casting and during that period each unit shall be kept constantly watered or
preferably be completely immersed in water if the size of the unit so permits.
Slots, Openings, Etc.
General
Slots, openings or holes, pockets, etc., shall be provided in the concrete work in the
approved positions as per design drawings and as directed by Engineer-in-Charge and
extra reinforcement should be provided as per design requirement. Short pipes with
puddle collar shall be fixed in the side wall of suction pipes. They shall be supplied at
the appropriate time during construction. Any deviation from the approved drawings
shall be made good by contractor at his own expense, without damaging any other
work. Sleeves, bolts, inserts etc., shall also be provided in concrete work where so
required.

123
Grouting
Standard Grout
The proportions of grout shall be such as to produce a flowable mixture consistent with
minimum water content and shrinkage. The grout proportions shall be limited as
follows:
Table 10 : Proportions for Standard Grout

W/c ratio
Sr Use Grout thickness Mix proportions (max.)

One part Portland


1. Fluid Under 25 mm cement to one part sand
0.44
One part Portland
25mm & over but cement To 2 parts of
2. General less than 50mm sand 0.53

One part Portland


3. Stiff Mix 50mm & over cement to 3 parts of 0.53
sand

Sand shall be such as to produce a flow able grout without any tendency to segregate.
Sand for general grouting purposes shall be graded within the following limits:

Passing BIS 2.36 mm sieve 95 to 100%


Passing BIS 1.18 mm sieve 65 to 95%
300 micron
Passing BIS sieve 10 to 30%
150 micron
Passing BIS sieve 3 to 10%

Sand for fluid grouts shall have the fine material passing the 300 and 150 micron
sieves at the upper limits specified above. Sand, for still grouts, shall meet the usual
grading specifications for concrete laitance. Anchor bolts, anchor bolt holes and the
bottoms of equipment and column base plates shall be cleaned of all oil, grease, dirt
and loose material. The use of hot, strong caustic solution for this purpose will be
permitted. Prior to grouting, the hardened concrete surfaces to be grouted shall be
saturated with water. Water in anchor bolt holes shall be removed before grouting is
started. Forms around base plates shall be reasonably tight to prevent leakage of the
grout. Adequate clearance shall be provided
between forms and base plate to permit grout to be worked properly into place.
Grouting, once started, shall be done quickly and continuously to prevent segregation,
bleeding and breakdown of initial set. Grout shall be worked from one side of one end
to the other to prevent entrapment of air. To distribute the grout and to ensure more
complete contact between base plate and foundation and to help release trapped air,
link chains can be used to work the grout into place. Grout throughout holes in base
plates shall be by pressure grouting. Variations in grout mixes and procedures shall be
permitted if approved by the Engineer-in-Charge.

124
Non-Shrinking Grout for Equipment Foundation

Non-shrinking grout shall be used for grouting of machine base plates, anchor bolts,
other anchoring devices and at locations where ordinary grouts are ineffective due to
shrinkage. It shall be composed of a type of expansive hydraulic sheeting binder and
select-graded aggregates. It shall have properties as mentioned below:

Table 11 : Proportions for Non-Shrinking Grout

Sr. Properties Values


1 Maximum grain size 6 mm
2 Water % (for 80% flow) 15.17
3 Density of hardened grout 2.27 - 2.30 gm/m1
2
4 Compressive strength N/mm
Minimum 3 days 23
7 days 34
28 days 45
5 Expansion %
Free 0.10 - 0.20
Restrained 0.08 - 0.12
Restrained 0.08 - 0.12
Mixing, batching, cleaning, preparation of surface and curing of non-shrinking grout
shall be done as per manufacturer’s instructions. Brands like FOSROC or
BUILDMASTER etc. shall be used as per manufacturer specifications.

Inspection
All materials, workmanship and finished construction shall be subject to continuous
inspection and approval of the Engineer-in-Charge.
All materials supplied by the Contractor and all work or construction performed by the
Contractor which is rejected as not being in conformity with the specifications and
requirements, shall be immediately replaced.
All concrete shall be protected against damage until final acceptance by the Engineer-
in-Charge.

Clean-Up
Upon completion of the concrete work, all forms, equipment, construction tools,
protective coverings and any debris resulting from the work shall be removed from the
premises.
All debris i.e. empty containers, scrap wood, etc., shall be removed to “dump” daily, or
as directed by the Engineer-in-Charge.
The finished concrete surfaces shall be left in a clean condition satisfactory to the
Engineer-in-Charge.
Records of Concreting
An accurate and up to date record showing times, dates, weather and temperature
conditions when various positions of all the concrete structures forming the works were
concreted will be kept by the contractor and shall be countersigned by the Engineer-in-
Charge. If the Contractor fails to sign the Engineer-in-Charge’s record, it shall
nevertheless be regarded as correct and binding on the Contractor.

125
The Contractor has to submit concrete pour card in duplicate duly to be signed to the
Engineer-in-Charge for each type of concreting work. Contractor shall keep copy of it,
after Engineer-in-Charge has checked and signed the pour card.
Foundation Bedding, Bonding and Jointing
In no case foundation shall rest on any loose strata or loose pockets etc. even though it
has reached level shown on design drawings and referred back to design engineer /
Engineer-in-Charge
All surfaces upon or against which concrete will be placed shall be suitably prepared by
thoroughly cleaning, washing and dewatering, as specified or as the Engineer-in-
Charge may direct, to meet the various situations encountered in the work.
Soft or spongy areas shall be cleaned out and backfilled with lean concrete or clean
sand fill compacted.
Prior to construction of formwork for any item where soil will act as bottom form,
approval shall be obtained from the Engineer-in-Charge for the suitability of the soil.
Preparation of Rock Strata of Foundations
To provide tight bond with rock foundations, the rock surface shall be prepared and the
following general requirements shall be observed.
Concrete shall not be deposited on large sloping rock surfaces. Where required by the
Engineer-in-Charge, the rock shall be cut to form rough steps or benches to provide
roughness or a more suitable bearing surface.
Rock foundation stratum shall be prepared by picking, barring, wedging and similar
methods which will leave the rock in an entirely sound and unshattered condition.
Shortly before concrete is placed, the rock surface shall be cleaned with high pressure
water and air jet even though it may have been previously cleaned in that manner.
Prior to placing concrete, the rock surface shall be kept wet for a period of 2 to 4 hours
unless otherwise directed by the Engineer-in-Charge.
Before placing concrete on rock surfaces all water shall be removed from depressions
to permit thorough inspection and proper bonding of the concrete to the rock.

Formwork

Formwork, Fixing and General


All formwork shall be constructed of waterproof plywood or preferably sheet metal.
Plywood used for form work shall be conforming to BIS: 4990 i.e. Specification for
plywood for concrete shuttering works. The materials for formwork shall got approved
by the Engineer-in-Charge before starting the work. Formwork shall be firmly
supported, adequately strutted, braced and tied to withstand the placing and vibrating
of concrete and the effects of weather. The tolerance on line and level shall not exceed
3 mm and the soffits of beams other than pre-stressed beams shall in the absence of
any specified camber, be erected with an upward camber of 6 mm for each 3 meters of
span.
The Contractor shall be responsible for the calculations and designs for the formwork,
and if required, shall submit them to the Engineer-in-Charge for approval before
construction. On form work to external faces, which will be permanently, exposed, all
horizontal and vertical formwork joints shall be so arranged that joint lines will form a
uniform pattern on the face of the concrete. Where the Contractor proposes to make up
the form work for standard sized manufactured form work panels, the size of such
panels shall be approved by the Engineer-in-Charge before they are used in the
construction of the Works. The finished appearance of the entire elevation of the
structure and adjoining structures shall be considered when planning the pattern of
joint lines caused by form work and by construction joint to ensure continuity of
126
horizontal and vertical lines.
Faces of form work in contact with concrete shall be free from adhering foreign matter,
projecting nails and the like, splits or other defects, and all form work shall be clean and
free from standing water, dirt, shavings, chippings or other foreign matter. Joints shall
be sufficiently watertight to prevent the escape of mortar or the formation of fins or
other blemishes on the face of the concrete and no bleeding should be allowed through
the joints.

Form work shall be provided for the top surfaces of sloping work where the slope
exceeds fifteen degrees from the horizontal (except where such top surface is specified
as spaded finish) and shall be anchored to enable the concrete to be properly
compacted and to prevent flotation, care being taken to prevent air being trapped.

Openings for inspection of the inside of the form work and for the removal of water
used for washing down shall be provided and so formed as to be easily closed before
placing concrete. Before placing concrete, all bolts, pipes or conduits or other fixtures
which are to be built in shall be fixed in their correct positions, and cores and other
devices for forming holes shall be held fast by fixing to the formwork or otherwise.
Holes shall not be cut in any concrete without approval of the Engineer-in-Charge.

All exterior angles on the finished concrete of 90 degree or less shall be given 20 mm x
20 mm chamfers unless otherwise ordered by the Engineer-in-Charge.

No ties or bolts or other device shall be built into the concrete for the purpose of
supporting formwork without the prior approval of the Engineer-in-charge. The whole or
part of any such supports shall be capable of removal so that no part remaining
embedded in the concrete shall be nearer than 50 mm from the surface in the case of
reinforced concrete and 150 mm in the case of un-reinforced concrete. Holes left after
removal of such supports shall be neatly filled with well rammed dry-pack mortar.

Formwork in contact with the concrete shall be treated with suitable non-staining mould
oil to prevent adherence of the concrete except where the surface is subsequently to
be

rendered. Care shall be taken to prevent the oil from coming in contact with
reinforcement or with concrete at construction joints. Surface retarding agents shall be
used only where ordered by the Engineer-in-Charge.

No formwork shall be started or placed unless the requirement work is fully completed
and checked by Engineer-in-Charge.

Necessary cover blocks shall be provided before starting connection.

Removal of Formwork
Formwork shall be so designed as to permit any removal without resorting to
hammering or levering against the surface of the concrete.
The periods of time elapsing between the placing of the concrete and the striking of the
loads likely to be imposed on the concrete and shall in any case be not less than the
periods shown in Table below. Where soffit formwork is constructed in a manner during
and after such removal of a sufficient number of adequate supporting props in an
undisturbed condition, the Contractor may, with the agreement of the Engineer-in-
Charge, remove the formwork at the earlier times listed below provided that the props
are left in position.
127
Table 12 : Period for Formwork

Position of formwork Days for striking


Walls 1
Sides of beams and columns 2
Slabs (Props left under) 3
Props to slabs (span not exceeding 4.5m) 7
Props to slabs (span exceeding 4.5 m) 14
Beams soffits (props left under) 7
Props to beams (span not exceeding 6 m) 14
Props to beams (span exceeding 6 m) 21
Circular structures, domes ,cantilever portions
etc. 21

Not with standing the foregoing, the Contractor shall be held responsible for any
damage arising from removal of formwork before the structure is capable of carrying its
own weight and any incidental loading.

Striking shall be done slowly with utmost care to avoid damage to projections and
without shock or vibration, by gently easing the wedges. If after removing the formwork
it is found that timber has been embedded in the concrete. It shall be removed and
made good as specified earlier.

Reinforced temporary openings shall be provided, as directed by the Engineer-in-


Charge, to facilitate removal of formwork which otherwise may be inaccessible.

The rods, clamps, form bolts, etc. which must be entirely removed from walls or similar
structures shall be loosened not sooner than 24 hours not later than 40 hours after the
concrete has been deposited. Ties, except those required to hold forms in place, may
be removed at the same time. Ties, withdrawn from walls and grade beams shall be
pulled toward the inside face. Cutting ties back from the faces of the walls and grade
beams will not be permitted.

For liquid retaining structures, no sleeves for through bolts shall be used nor shall
through bolts be removed as indicated above. The bolts, in this case, shall be cut at 25
mm depth or more from the surface and then the hole shall be made good by cement
sand mortar of the same proportions as the concrete just after striking the form work.

Formed Surfaces - Classes of Finish

Finishes to formed surfaces of concrete shall be classified as F1, F2, or F3, or such
other special finish as may be particularly specified. Where the class of finish is not
specified the concrete shall be finished to Class F1.

Form work for Class F3 finish shall be lined with as large panels as possible of non-
staining material with a smooth unblemished surface such as sanded plywood or hard
compressed fiber board, arranged in a uniform approved pattern and fixed to back form
work by oval nails. Unfaced wrought boarding or standard steel panels shall not be
permitted.

128
Form work for Class F2 finish shall be faced with wrought tongued and grooved boards
or plywood or metal panels arranged in a uniform approved pattern free from defects
likely to detract from the appearance of the surface.

Form work for Class F1 finish shall be constructed in sheet metal. Surfaces
subsequently to be rendered, plastered or tiled shall be adequately scrabbled or
hacked as soon as the form work is removed to reduce the irregularities to not more
than half the thickness of such rendering, plastering or bedding for tiles and to provide
a satisfactory key.

Defects in Formed Surfaces


Workmanship in formwork and concreting shall be such that concrete shall normally
require no making good, surfaces being perfectly compacted and smooth.

If any blemishes are revealed after removal of formwork, the Engineer-in-Charge’s


decisions concerning remedial measures shall be obtained immediately. These
measures may include, but shall not be limited to the following:

Fins, pinhole bubbles, surface discoloration and minor defects may be rubbed down
with sacking immediately after the formwork is removed.
Abrupt and gradual irregularities may be rubbed down with carborundun and water
after the concrete has been fully cured. These and any other defects shall be remedied
by methods approved by the Engineer-in-Charge which may include using a suitable
epoxy resin or, where necessary, cutting out to a regular dovetails shape at least 75
mm deep and refilling with concrete over steel mesh reinforcement sprung into the
dovetail.

The form work shall be checked by the Engineer-in-Charge before the form work
starts and form found defective shall be rejected and the same can be used after
rectifying the defects and with due approval of the Engineer-in-Charge
Holes to be Filled
Holes formed in concrete surfaces by form work supports or the like shall be filled with
dry-pack mortar made from one part by weight of ordinary Portland cement and one
part fine

aggregate passing BIS sieve 1.18 mm. The mortar shall be mixed with only sufficient
water to make the materials stick together when being molded in the hands.
The contractor shall thoroughly clean any hole that is to be filled with dry-pack mortar
and where the surface has been damaged, the contractor shall break out any loose,
broken or cracked concrete or aggregate. The concrete surrounding the hole shall then
be thoroughly soaked after which the surface shall be dried so as to leave a small
amount of free water on the surface. The surface shall then be dusted lightly with
ordinary Portland cement by means of a small dry brush until the whole surface that will
come into contact with the dry-pack mortar has been covered and darkened by
absorption of the free water on the surface. The surface shall then be dusted lightly
with ordinary Portland cement by means of a small dry brush until the whole surface
that will come into contact with the dry-pack mortar has been covered and darkened by
absorption of the free water by the cement. Any dry cement in the hole shall be
removed.
The dry-pack material shall then be placed and packed in layers having a compacted
thickness not greater then 15 mm. The compaction shall be carried out by use of a

129
hardwood stick and a hammer and shall extend over the full area of the layer, particular
care being taken to compact the dry-pack against the sides of the hole. After
compaction, the surface of each layer shall be scratched the dry-pack fill and striking
the block several times. Steel finishing tools shall not be used and water shall not be
added to facilitate finishing.

Tolerances

Tolerance is a specified permissible variation from lines, grade or dimensions given in


approved drawings. No tolerance specified for horizontal or vertical building lines or
footings shall be construed to permit encroachment beyond the legal boundaries.
Unless otherwise specified, the following tolerances will be permitted:

Tolerances for RCC Structures


i. Variation from the plumb
In the lines and surfaces of columns, piers, walls 5 mm per 2.5 m or 25
mm, whichever is less.
For exposed corner columns and other conspicuous lines
In any bay or 5 m maximum 5 mm
In 10 m or more 10 mm
ii. Variation from the level or from the grades indicated on the approved
drawings In slab soffits, ceilings, beam soffit, and in arises
In 2.5 m 5 mm
10
In any bay or 5 m maximum mm
15
In 10 m or more mm
For exposed lintels, sills, parapets, horizontal grooves and other conspicuous
lines
In any bay or 5 m maximum 5 mm
In 10 m or more 10 mm
iii. Variation of the linear building lines from established position in plan and related
position of columns, wall and partitions
10
In any bay or 5 m maximum mm
20
In 10 m or more mm

130
iv. Variation in the sizes and locations of sleeves, openings in walls and floors except in the
case of and for 5mm anchor bolts

v. Variation in cross sectional dimensions of columns and beams and in the thickness
of slabs and walls
Minus 5 mm
Plus 10 mm

vi. Footings Variation in dimension in plan


Minus 5 mm
Plus 10 mm

vii. Misplacement or eccentricity 2% of footing width in the direction of


misplacement but not more than 50 mm Reduction in thickness: Minus 5% of
specified thickness subject to a maximum of 50 mm

viii.Variation in steps
In a flight of stairs
Rise 3 mm
Tread 5 mm
In consecutive steps
Rise 1.5 mm
Tread 3 mm
Tolerances in other Concrete Structures

ix. All structures


Variation of the constructed linear outlines from established position in plan
In 5 m 10 mm
In 10 m or more 15 mm
Variations of dimensions to individual structural features from established positions
In 20 m or more 25 mm
In buried construction 50 mm
Variation from plumb, from specified batter or from curved surfaces of all structures
In 2.5 m 10 mm
In 5 m 15 mm
In 10 m or more 25 mm
In buried construction twice the above amounts
Variation from level or grade indicated on approved drawings in slab, beams, soffits,
horizontal grooves and visible arises
In 2.5 m 5 mm
In 7.5 m or more 10 mm
In buried construction Twice the above amounts
Variation in cross-sectional dimensions of columns, beams, buttresses, piers and
similar
members
Minus
Plus
x. Footings for columns, piers, walls, buttresses and similar members Variation of
dimensions in plan
5 mm
10 mm

131
10
Minus mm
50
Plus mm
Misplacement or eccentricity
2% of footing width in the direction of misplacement but not more than 50
mm. Reduction in thickness
5% of specified thickness subject to a maximum of 50 mm

xi. Tolerance in other types of structures shall generally conform to those given in
Clause 2.4 of Recommended Practice for Concrete Formwork (American
Concrete Institute Act 347).

xii. Tolerance in fixing anchor bolts shall be as follows:


Anchor bolts without sleeves + 5 mm
Anchor bolts with sleeves + 5 mm for bolts up to 20 mm dia
3 mm for bolts above 32 mm dia
Embedded parts + 5 mm in all directions

Bracing, Struts and Props


Form work shall be braced, strutted, propped and so supported that it shall not deform
under weight and pressure of the concrete and also due to the movement of men and
other materials. Bamboo shall not be used as props or cross bearers.
The formwork for beams and slabs shall be so erected that the formwork on the sides
of the beams and under the soffit of slabs can be removed without disturbing the beam
bottoms. Repropping of beams shall not be done except when props have to be
reinstated to take care of construction loads anticipated to be in excess of the design
load. Vertical props shall be supported on wedges or other measures shall be taken
whereby the props can be gently lowered vertically while striking the formwork.
If the formwork for a column is erected for the full height of the column, one side shall
be left open and built up in sections as placing of the concrete proceeds, or windows
may be left for pouring concrete from the sides to limit the drop of concrete to 1.0 m as
directed by the Engineer-in-Charge.

Contractor shall submit the detailed design and methodology with applicable drawings
if any of Formwork system for different members for approval of Engineer-in-Charge.

Reinforcement
Relevant IS
Codes
IS:432 Mild steel and medium tensile steel bars & hard drawn steel
: wire for concrete reinforcement
IS:1786 : Cold twisted steel bars for concrete reinforcement
IS:2502 (1963): Code of practice for bending and fixing of bars for concrete
reinforcement
IS:55225(1969): Recommendations for detailing of reinforcement in RCC
works
IS:2751 : C.P. for welding of MS bars used for RCC
IS:9417 Recommendations for welding cold worked steel bars for
: RCC
IS:10790 : Methods of sampling of reinforced steel
132
General
Reinforcement shall be high strength deformed corrosion resistant (CRS) bars as per
IS:1786 – Fe415. Wire mesh or fabric shall be in a ccordance with IS:456. Substitution
of reinforcement will not be permitted except upon written approval from the Engineer-
in-Charge.
Storage
The reinforcement shall not be kept in direct contact with the ground but stacked on top
of an arrangement of timber sleepers or the like.
If the reinforcing rods have to be stored for a long duration, they shall be coated with
cement wash before stacking and/or be kept under cover or stored as directed by the
Engineer-in-Charge.
Fabricated reinforcement shall be carefully stored to prevent damage, distortion,
corrosion and deterioration.
It should be seen that the reinforcement will not be exposed to direct sunlight and
preventive measures should be taken for the same.
Quality
All reinforcements shall be clean, free from grease, oil paint, dirt, loose mill scale, loose
rust, dust bituminous material or any other substances that will destroy or reduce the
bond. All rods shall be thoroughly cleaned before being fabricated. Pitted and defective
rods shall not be used. No welding of rods to obtain continuity shall be allowed unless
approved by the Engineer-in-Charge. If welding is approved, the work shall be carried
out as per IS:1786 - Fe415 according to the best modern practices and as directed by
the Engineer-in-Charge. In all cases of important connections, tests shall be made to
prove that the joints are of full strength of bars welded. Special precautions, as
specified by the Engineer-in-Charge, shall be taken in the welding of cold worked
reinforcing bars and bars other than mild steel.

Laps
Laps and splices for reinforcement shall be as per IS: 456-2000. Splices in adjacent
bars shall be staggered as mentioned in structural drawings and locations of all splices
shall be approved by the Engineer-in-Charge.

Also contractor shall submit the Bar bending schedule for approval of Engineer-in-
Charge and shall follow same unless and until changed by any design changes.

Bending
Reinforcement bars supplied bent or in coils, shall be straightened before they are cut
to size. Straightening of bars shall be done cold and without damaging the bars.
All bars shall be accurately bent according to the sizes and shapes shown on the
approved detailed working drawings/bar bending schedules. They shall be bent
gradually by machine or other approved means. Reinforcing bars shall not be
straightened and re-bent in a manner that will injure the material; bars containing
cracks/splits shall be rejected. They shall be bent cold, except bars of over 25 mm in
diameter, which may be bent hot if specifically, approved by the Engineer-in-Charge.
Bars, which depend for their strength of cold working, shall not be bent hot. Bars bent
hot shall not be treated beyond cherry red colour (nor exceeding 845 C) and after
bending shall be allowed to cool slowly without quenching. Bars incorrectly bent shall
be used only if the means used for straightening and re-bending be such as shall not,
in the opinion of the Engineer-in-Charge, injure the material. No reinforcement shall be
bent when in position in the work without approval, whether or not it is partially

133
embedded in hardened concrete. Bars having kinks or bends other than those required
by design shall not be used.
Fixing
Reinforcement shall be accurately fixed by any approved means and maintained in the
correct position shown in the approved Drawings by the use of blocks, spacers and
chairs, as per IS:2502 to prevent displacement during placing and compaction of
concrete. Bars intended to be in contact at crossing points shall be securely bound
together at all such points with number 16 gauge GI wire. The vertical distances
required between successive layers of bars in beams or similar members shall be
maintained by the provision of mild steel spacer bars at such intervals that the main
bars do not perceptibly sag between adjacent spacer bars. No binding wire shall
protrude in cover area and shall bent inside.
Cover
Unless indicated otherwise, clear concrete cover for reinforcement (exclusive of plaster
or other decorative finish) shall be as follows:
At each end of a reinforcement bar, not less than 25 mm nor less than twice the
diameter of the bar whichever is greater
For a longitudinal reinforcing bar in a column, not less than 40 mm, nor less than the
diameter of the bar. In case of columns of minimum dimension of 20 cm or under with
reinforcing bars of 12 mm and less in diameter, a cover of 25 mm may be used.
For longitudinal reinforcing bars in a beam, not less than 40 mm nor less than the
diameter of the bar, whichever is greater
For tensile, compressive, shear or other reinforcement in a slab, or wall, not less than,
20 mm, nor less than the diameter of such reinforcement.
For any other reinforcement, not less than 20 mm, nor less than the diameter of such
reinforcement.
For footing and other principal structural members in which the concrete is poured on a
layer of lean concrete, the bottom cover shall be reduced to 60 mm.
For concrete surfaces exposed to the weather or the ground after removal of forms,
such as retaining walls, grade beams, footing sides and tops, etc. not less than 40 mm
for bars larger than 16 mm diameter and not less than 30 mm for bars 16 mm diameter
or smaller.
For liquid retaining structures, the minimum cover to all steel shall be 40 mm or the
diameter of the main bar, whichever is greater.
The correct cover shall be maintained by cement mortar cubes or other approved
means. Reinforcement for footings, grade beams and slabs on subgrade shall be
supported on precast concrete blocks as approved by the Engineer-in-Charge. The use
of pebbles or stones shall not be permitted.
The 28 day crushing strength of cement mortar cubes/precast concrete cover blocks
shall be at least equal to the specified strength of concrete in which these cubes/blocks
are embedded.
The minimum clear distance between reinforcing bars shall be in accordance with
IS:456
Inspection
After final erection of reinforcement, it shall be intimated to Engineer-in-Charge in
writing or through pour cards. Erected and secured reinforcement shall be inspected
and approved by the Engineer-in-Charge prior to placement of concrete.

Welding OF Reinforcement
Reinforcement which is specified to be welded shall be welded by any process which
conforms with the requirements of IS:2751 and which the Contractor can demonstrate

134
by bend and tensile tests will ensure that the strength of the parent metal is not
reduced and that the weld possesses a strength not less than that of the parent metal.
The welding procedure established by successful test welds shall be maintained and
no deviation from this procedure shall be permitted.
Welds in positions other than those shown on the approved Drawings shall not be
permitted. Tack welding to lightly secure reinforcement in place will be permitted
subject to approval of the Engineer-in-Charge.
Supply of Reinforcing Bars
Steel reinforcement, such as MS bars HYSD bars etc. required for the works shall be
procured by contractor. Bidder shall consider use of any of the following brands of
Steel bar reinforcements required for civil works and associated works:
Steel bar reinforcement (Grade Fe 415): TISCON- CRS of TATA or High strength
Rebar (Thermo-mechanically treated bar) of SAIL, TATA, Shyam, Rathi, Vizag make.

The contractor shall arrange for transport, loading, unloading and storage at the work
sites. The contractor should plan the procurement of steel in such a way that at least
required quantity of steel of specified sizes is available at site for 3 months period.

Steel brought on site shall be stored in proper manner as approved by Engineer In


Charge so as to avoid distortion, deterioration and corrosion. The contractor shall
maintain proper register for the steel account, showing the steel received at site, steel
used, and the balance stock on site, to the entire satisfaction of the Engineer-in-Charge

Brick Work

These specifications deal with all types of brickwork required for buildings, manholes,
drains, retaining walls or any construction made out of bricks.
Relevant IS
Codes
IS:1077 : Common burnt clay building bricks
IS:2180 : Heavy duty burnt clay-building bricks
IS:2212 : C.P. for brickwork
IS:3495 (I – IV) : Method of test for clay building bricks
IS:5454 Method of sampling of clay building
: bricks

Materials
Bricks
Bricks used for the construction of brick masonry shall be sound, hard, rectangular in
shape and size and well burnt of uniform deep red, cherry or copper colour and shall
conform to IS:1077-1986.
The bricks shall be brought from approved brick kilns. The bricks shall be free from
cracks, chippings flaws, stones or lumps of any kind. The bricks shall not show any
signs of efflorescence and shall be homogeneous in texture.
They should emit a clear metallic sound on being struck and shall have a minimum
compressive strength of 75 kg/sq.cm. They shall not absorb water more than specified
in the Indian Standard Specifications, of its dry weight when soaked in cold water for 24
hours.

135
Mortar
The proportion of the cement mortar used for the masonry work shall be as specified
on the various drawings for different places/types of construction, bills of quantities,
specifications for each part of the work.
Mortar should be prepared by volume using boxes of appropriate sizes on clean
platform or this sheet to avoid mixing of foreign material and maintain consistency of
mortar.
Sharp coarse sand is mixed with the required quantity of cement for the preparation of
the mortar. Mortar shall be prepared in accordance with IS:2250-1981. The sand used
for the masonry mortar shall meet the requirements as specified in IS:2116-1980. Sand
for masonry mortars. Sand and cement of required proportions are mixed in small
quantities in a dry state first and then water is added to make the mortar of required the
consistency suitable for the type of work it is required as directed by the Engineer-in-
charge. No left over mortar shall be used and therefore only that much quantity of
mortar that can be consumed within 30 minutes shall be mixed in batches.
Construction
The brick masonry shall be constructed as per the Indian Standard Code of Practice for
Brick Work - IS: 2212-1962. The thickness of the joints shall not be thicker than those
specified in of the above Code of Practice.

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

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

No part of the structure shall be raised more than one meter above than the rest of the
work. In case it is unavoidable the brickwork shall be raked back at an angle of not
more than 45 degrees so as to maintain a uniform and effectual bond, but raking shall
not start within 60 cms from a corner.

In cases of construction of buttresses, counter forts, returns they are built course by
course carefully bound into the main walls. At all junctions of walls the bricks at
alternate courses, shall be carried into each of the respective walls so as to thoroughly
unite both the walls together. The brickwork shall not be raised more than 14 courses
per day.

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

Vertical joints in alternate courses shall come directly one over the other and shall be
truly vertical. Care shall be taken to ensure that all the joints are fully filled up with
mortar, well flushed up where no pointing is proposed, neatly struck as the work
136
proceeds. The joints in faces, which are plastered or painted, shall be squarely raked
out to a depth not less than 12 mm while the mortar is still green. The raked joints shall
be well brushed to remove the loose particles and the surfaces shall be cleaned with a
wire brush so as to remove any splashes of mortar sticking to the surfaces during the
construction.

All iron fixtures, pipes, bolts, conduits, sleeves, holdfasts etc., which are required to
built into the walls shall be embedded in cement mortar or cement concrete as shown
in the drawings/indicated in the specifications directed during the execution by the
Engineer-in-charge as the work proceeds and no holes be left for fixing them at a later
date unless authorized by the Engineer-in-Charge.
Curing
Fresh work shall be protected from rain by covering the work suitably. Masonry work as
it progresses shall be thoroughly kept wet by watering on all the faces for atleast 7
(Seven) days after completion of the parts of the work. Proper watering cans, flexible
pipes, nozzles shall be used for the purpose. The top of the masonry work shall be kept
flooded at the close of the day’s work by constructing fillets of mortar 40 mm high all
around the edges of the top course. In case of fat lime mortar curing shall start two
days after construction of masonry and shall continue for seven days. No additional
payment is admissible for curing and the rates quoted are deemed to be inclusive of
the cost of curing.

Scaffolding
Double scaffolding sufficiently strong so as to withstand all loads that are likely to come
upon it and having two sets of vertical supports shall be provided. Where two sets of
vertical supports are not possible the inner end of the horizontal supporting pole shall
rest in a hole provided in a header course only. Only one header for each pole shall be
left cut. Such holes, however shall not be permitted in pillars under one meter in width
or immediately near the skewbacks of arches. Such holes shall be filled up immediately
after removal of the scaffoldings. Safety Code for Scaffolds and Ladders, IS:3696-1987
(Parts I and II) shall be followed. The cost of scaffolding is deemed to be included in
the rates quoted for brick masonry and no separate costs are payable.

Damp-Proof Course
Materials and Workmanship
Where specified, all the walls in a building shall be provided with damp-proof course
cover plinth to prevent water from rising up the wall. The damp-proof course shall run
without a break throughout the length of the wall even under the door or other
openings. Damp-proof course shall consist of 50 mm thick cement concrete of 1:2:1
nominal mix with approved water-proofing compound admixture confirming to IS: 2645
in proportion as directed by the manufacturer. Concrete shall be with 10 mm down
graded coarse aggregates.

If he surface of brickwork/stone masonry work shall be leveled and prepared before


laying the cement concrete. Side shuttering shall be properly fixed to ensure that slurry
does not leak through and is also not disturbed during compaction. The upper and side
surface shall be made rough to afford key to the masonry above and to the plaster.

Damp-proof course shall be cured properly for at least seven days after which it shall
be allowed to dry for taking up further work.

137
Plastering
Relevant IS
Codes
IS:1542 : Sand for plaster
IS:1661 C.P. for application of ferrous metals in
: building
IS:2394 : C.P. for application of lime plaster finish

Plastering
Cement mortar used for plastering shall be of the mix proportions and thickness as
specified on the drawings or bill of quantities or particular specifications for the various
different parts of the works.

The materials used i.e. cement, sand and water shall be of the same quality and of the
same specifications as indicated for plain and reinforced cement concrete works in the
Section D2 of this tender.

Sand further shall meet the specifications as laid down in IS:1542-1977 Specification
for sand for plaster.

The surfaces that are to be applied with plaster shall be thoroughly cleaned to remove
dust, dirt, loose particles, oil, soil, slats etc. that may be sticking to the surfaces. The
surfaces shall be washed clean and watered properly for 4 hours before applying
plaster.

Plaster shall not, in any case, be thinner than specified. It shall have uniform specified
thickness. When smooth finishing is required the cement plastering shall be floated
over with neat cement within 15 minutes after application of the last coat of plastering.

The plaster shall be protected from the sun and rain by such means as the Engineer-in-
charge in charge may approve. The plastered surfaces shall be cured for 7 (seven)
days. Construction joints in plastering shall be kept at places approved by the
Engineer-in-Charge. When the thickness of the plaster specified is to be made up in
more than one layer, the second layer shall be applied only when the lower coat is still
green. After applying the first layer the surface should be roughed and wherever
specified, approved brands of additives like water proofing compounds shall be added
in specified quantities as recommended by the manufacturer of the compound, or as
directed by the Engineer-in-Charge.

Wherever scaffolds are necessary for plastering they shall be provided. Stage
scaffolding shall be provided for ceiling plaster. To ensure even thickness and true
surface, patches of plaster about 15 cms x 15 cms shall be first applied both
horizontally as vertically 2 m apart. Plastering shall be done from top to bottom and
care shall be taken to avoid joints on continuous surface.
Sand face plaster shall consist of first layer of 12 mm average thick cement plaster in
cement mortar 1: 6 (One part cement and Six parts coarse sand). A second layer of 4
mm average thick in cement mortar 1:4 (one part cement and four part coarse sand)
shall be applied. After the application of final coat, the surface shall be finished with the
application of sponge rubber or as directed to obtain a uniform sand particle surface
finish.

138
In case any other finish like rough cast finish or dry dash finish is specified in the
drawings the same shall be provided as directed by the Engineer-in-Charge. Surfaces,
which are to be plastered, shall be roughened while they are still green or raked so as
to give proper bond between the surface and plaster.

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

No additional charges for works like scaffolding curing etc. are payable over and above
the rates quoted for brickwork. The rates quoted shall be deemed to be inclusive of all
such works.

Material
Neeru shall be made of the best description of lime slaked with fresh water and sifted.
The lime to be reduced to fine powder by grinding it on a stone or in a hand mill, with a
thick solution of mussalla to be made or as may be desired by the engineer. The neeru
thus prepared shall be kept moist until used and the quantity to be prepared at one time
shall be such that it can be consumed in eight days.
Workmanship
All stone or brick masonry shall be thoroughly wetted and joints raked out to a depth of
at least 20mm and walls washed before any plastering is done. The surface shall then
rendered with fine sand, to the specified thickness and roughness. The surface shall
then be floated or set with a thin coat, 3mm thick of cement and polished, well with a
trowel or flat board. The cement mortar shall be used within 30 minutes after it leaves
the mixing board or mill. Before any plasterwork is started patches of plaster 150mm x
150mm shall be put on at every 3 meters apart as gauges so as to ensure an even
thickness throughout the work. Cement plaster shall be done in even square or strips.
Care shall be taken to keep the whole surface thoroughly wetted for at least a week.
The finishing surface shall be as specified and directed. If neeru finish is specified then
the same shall be applied to the prepared and partially set but somewhat plastic
surface with steel trowel to a thickness slightly exceeding 1.5 mm and rubbed down to
1.5mm thickness and polished to a perfectly smooth and even finish working from top
to bottom. The surface shall be then colored, if required with 3 coats of white or colour
wash for which no extra payment shall be made.

Flooring
Relevant IS
Codes
IS:777 : Glazed earthen ware tiles
IS:1237 : Cement Concrete flooring tiles
IS:1443 C.P. for laying & finishing of cement concrete flooring
: tiles
IS:2114 : C.P. for laying in-situ terrazzo floor finish

139
General
The materials and workmanship conform to the provisions of the following codes and
standards. In particular and with such other standards as mentioned hereinafter. BIS:
269, 385, 515, 653, 712, 809, 1077, 1195, 1196, 1197, 1198, 1237, 1344, 1443.
Cement Concrete Flooring
General
Flooring shall consist of a sub-base laid on the compacted earth or sand fill as required,
a base course laid on the sub-base and then a finishing layer of concrete, Terrazzo or
any other material as specified to be laid. The materials for filling (Earth or sand as
specified in drawings) shall be brought from the source as approved by the Engineer-
in-Charge.
Filling
The surface to receive the filling shall be first cleared free of all roots, vegetation and
wetted. Filling in plinth or other specified levels shall proceed in layers of 15 cm. Along
with the construction of building, it shall be watered and well rammed in layers as
mentioned above and compacted to the satisfaction of the Engineer-in-Charge.

Care shall be taken to remove all roots, vegetation, foreign matter, etc. from the earth
used for filling. After thorough consolidation, required quantity of the filling
corresponding to the thickness of floor shall be scrubbed to make space for the
flooring.
Where sand filling is specified, the sand shall be clean, free from vegetation and other
deleterious materials and same procedure followed as for earth filling. In case of sand
filling, if required, flooding shall be done to achieve required compaction.
Preparation of Bed
The bed for flooring shall be prepared either level or sloped as per relevant drawings or
as instructed by Engineer-in-Charge. Care shall be taken that there are no roots,
vegetation, foreign matter, etc.
Sub-Base
On the prepared bed as indicated above, boulder, or gravel or broken bricks or sand or
cement concrete (1:4:8 as per BIS: 465) shall be laid to thickness as specified. This
layer shall be beaten with rammers until thoroughly consolidated. All the material used
shall conform to the required specifications.

The materials proportion, mixing, laying, and curing, etc. for cement concrete shall be
carried out as specified.
The finished work shall be of uniform depth over the whole floor with surface even and
parallel to the prepared bed as per drawing or as directed by Engineer-in-Charge.

a. Boulders as Sub-base Course


Boulders shall be laid over the prepared bed as per general specification and
shall be of size 100 to 150 mm and shall be of approved quality. Boulders being
used shall be free from decay, weathering and be stacked in such heaps in
place as directed by Engineer-in-charge, the thickness being as specified in the
relevant drawings.

b. Sand Layer
Sand for sand layer to be laid over the prepared bond shall be clean, free from
admixture as per specification. Sand layer shall be spread in one or more layers
to the thickness as indicated in drawings or schedule of item watered and
rammed.
140
Base Coarse
Cement Concrete
It shall be of specified mix and shall generally conform to “Construction Specification
for Cement Concrete”.

Panels
To prevent construction cracks, the floor space shall be divided into square or
rectangular panels. The base course of specified thickness shall be laid in alternate
panels or any other pattern as approved by Engineer-in-Charge. The panels shall be of
uniform size, not exceeding 4.0 m. in any direction for a floor having thickness 40 mm
and above. Alternate panels shall be laid on different days.

Construction joints shall be formed in between the sequential panels cast, with straight
edges, 20 mm deep and 12 mm wide in groove form. These joints on completion of
work, shall be cleaned and washed free of dust with the help of brush and shall be
treated with hot bitumen poured in the gap, over which fine sand shall be spread to
arrest the flow of bitumen.
Shuttering
The panels shall be bounded by glass strips having the same depth as the concrete
floor. These shall be fixed in position with their top at proper level, giving slope. The
floors shall butt against masonry of wall before it is plastered.

Concreting
Cement concrete shall be placed in position with or without MS reinforcements as
shown in drawings and beaten with trowel and finished smooth or left rough as directed
by the Engineer-in-Charge. Beating shall cease as soon as surface is found covered
with cream of mortar. The surface shall be checked with the help of straight edge and
made true.

The shuttering shall be removed next day. Care shall be taken to see that edges are
not damaged and fresh mortar from adjacent panels is not splashed over them. The
joints between panels shall come out as fine straight line.

MS reinforcement used for concrete base course with reinforcement shall conform to
relevant BIS Specifications as detailed in drawings. Before placing of those
reinforcements, they shall be cleared of scales with wire brush and oily stains removed.
Floor Finish Plain Cement Finish
Finishing of the surfaces shall follow immediately after the completion of base course.
The surface shall be left for some time till the moisture disappears from it. Use of dry
cement or cement and sand mixture sprinkled on the moisture shall not be permitted.

Fresh quantity of cement at 2.2 kg per square metre of flooring shall be mixed with
water to form thick slurry and spread over the surface, while the concrete is still green.
It shall be pressed twice by means of iron floats, once when the slurry is applied and
second time when cement starts setting.
The junction of floor with wall plaster, clods or skirting shall be rounded off uniformly
where so required upto 25 mm radius or as directed. The men engaged on finishing
operations shall be provided with raised wooden platform to sit on, so as floor finish is

specified, the top surface of floor finish shall be chequered with mesh or similar
impression before the finish has set.
141
Curing
Each finished portion of floor, on completion, shall be kept wet with ponding or moist
sand or moist gunny bags as per specifications. At no time, cement concrete layer,
plain or reinforced shall be allowed to dry during curing time.
Distempering and Painting

General
Engineer’s approval shall be obtained before commencing the painting work. All paints
and preserves shall be of approved make and colour and their application shall
conform to the manufacture’s instructions. Where more than one undercoat is specified
it shall be applied in coats of distinctive tints. Workmanship shall conform to the
requirement of IS:2395

Unless the manufacturer’s instructions state otherwise48 hours drying time shall elapse
between successive applications of any primer and 24 hours between applications of
all subsequent coats. The surface of bituminous paints shall be left at least 3 days
before further handling.

No paints in any coats shall be applied until the engineer is satisfied that the surface is
clean and dry. And that any previous coat is satisfactory and has hardened adequately.
When a surface has been approved, it must be painted immediately.
Paint work shall be rubbed down with a glass paper between coats. No paint shall be
applied to a surface, which is damp, dirty or otherwise inadequately prepared.
Concrete, brickwork and plaster
Where specified to be painted, concrete and plaster shall be rubbed smooth and any
cracks, blister holes and other imperfections cut out, filled and made good. The surface
shall be dried to the satisfaction of the engineer before painting is commenced and
drying time if at least 28 days shall be allowed after laying brickwork and plaster or
stripping formwork from concrete. The surface shall be brushed to remove any
efflorescence and then painted with the following:
for interior brick work and concrete, apply two coats of oil paint up to 1 meter height
and for remaining part two coats of plastic emulsion paint over a coat of primer.
For exterior brickwork and concrete, apply two coats of cement based paint over a coat
of primer with a water repellant coat of siliconate solution of app[roved make.

Where painting with plastic emulsion is specified, all uneven surface shall be made up
by use of putty of appropriate quality, after the surface has been thoroughly cleaned of
all dust and dirt and sand papered.
Ironwork and Ungalvanised Steelwork
Structural steelwork shall be shot blasted to a "white metal" finish, and grease and oil
removed prior to painting. Priming shall immediately follow blast cleaning and no
cleaned surface shall be left unprimed for more than four hours. Only primers that
chemically inhibit corrosion shall be used. Where the iron or steelwork is not in contact
with raw or treated water, the primer shall be red lead complying with IS: 57. Where
there is a possibility that the steel or ironwork may come in contact with water, the
priming treatment shall be non toxic, zinc chromate or equivalent. Where it is
anticipated that further welding will be required. an approved welding primer shall be
applied to the areas to be welded and re primed with the main primer when welding has
been completed. Primer coats shall not be less than 0.05 mm each.

142
After erection, all damaged areas shall be made good, and re primed where the
original coat has spread under the primer, the affected surface shall be cleaned down
to bare metal to the satisfaction of the Engineer and then re primed.

Repainting shall be carried out as soon as possible after erection. If` it is to he exposed
to weather or condensation, it shall receive one further coal of primer.

Metalwork in intermittent or permanent contact with raw or treated water shall have two
finishing coats of an approved coal tar pitch epoxy paint such as "Epilux 5" by Berger
Paints, or equivalent. The total coating shall be minimum of 0.125 mm thick.
After the second coat of primer is hard dry, the entire surface shall be wet rubbed
cutting down to a smooth uniform surface. When the surface becomes dry, be
undercoat of synthetic enamel paint conforming-to IS:2932 of optimum thickness shall
be applied by brushing with minimum of brush marks. The coat shall be allowed to hard
dry. The under coat shall then be wet rubbed cutting down to a smooth finish, taking
adequate care to ensure that at no place the undercoat is completely removed. The
surface shall then be allowed to dry.
The first finishing coat of paint shall be applied by brushing and allowed to hard dry.
The gloss from the entire surface shall then be gently removed and the surface dusted
off. The second finishing coat shall then be applied by brushing.
At least 24 hours shall elapse between the application of successive coats. Each coat
shall very slightly in shade and this shall be got approved by the Engineer.
Galvanized Steelwork
Newly galvanised steelwork shall be primed with an etch primer such as calcium
plumbate. Steelwork that has been galvanised for a long period so that the surface has
oxidised adequately to allow adhesion of under-coats, need not have an initial coat of
each primer.

After priming, galvanised steelwork in constant or intermittent contact with raw or


treated water shall be given two coats of an approved coat of tar pitch epoxy paint
such as "Epilux 5" by Berger Paints, or equivalent. The total coating shall have a
minimum thickness of 0.1 25 mm.

Protective coats for galvanised steelwork not in contact with water shall
be: One coat of micaceous iron oxide paint for interior galvanised steel
work. Two coats Of micaceous iron oxide paint for external galvanized
steelwork.

Galvanised steelwork not in contact with water shall be finished with at least one coat
of gloss paint on top of an approved undercoat.

Bituminous Surfaces
Metalwork items that have been given a shop treatment of bituminous paint shall be
painted with two coats of` an approved anti-bleed paint before applying a coat of
decorative finishing paint.

Aluminum Surfaces
Aluminum surfaces shall be worked clean, dried and thoroughly degreased before
painting, by an appropriate solvent (such as one consisting of equal parts of white spirit
143
and light solvent naptha). Flame cleaning shall not be permitted. The clean degreased
surface shall be treated to ensure paint adhesion either by mechanical roughening,
chemical adhesion, or etch primers or wash primers applied in strict conformity with the
manufacturer's instructions or by other treatment approved by the Engineer.

The pretreated surface shall receive a priming coat with an inhibiting pigment
containing not less than 20% by weight of fine chromate or other approved chromate in
a suitable water-resisting vehicle.

The priming coat shall not contain any copper or mercury compounds and it shall also
be free from graphite and carbonaceous materials and shall not contain any lead.
Priming coat shall consist of a tung-oil phenolicresin which is pigmented with equal
parts of zinc tetoroxy chromate and red iron oxide.

Aluminum surfaces in contact with concrete, or resting on pads on concrete, shall be


painted with two coats bituminous paint, and the concrete surfaces shall also receive
two coats bituminous paint.

Woodwork
Woodwork for painting shall be carefully rubbed down, treated with preservatives and
knotted, stopped and primed in the shop. Care shall be taken to ensure that priming is
thoroughly brushed into every part of the surface and in particular at end grains, joint
and notches where two coats are to be applied. Primers for wood shall he of a
standard equivalent to, or better than "Aluminum Wood Primer Sealer A519-3697" by
I.C.I. Paints.

After the woodwork has been fitted and all defects in the surfaces have been made
good and re primed, one coat of approved undercoat shall be applied to internal
surfaces and two coats to external surfaces. An undercoat of quality equal to or better
than "Delux Undercoat A522 line" shall be used.

'Timber work shall be decoratively finished with one coat of finishing paint of standard
equal to, or better than "Delux Gloss Finish A365 line".

Waterproof Cement Paint


Surface Preparation
The wall should be washed thoroughly with clean soft water and freed of all loose
particles, dust, dirt, lichen, moss, efflorescence and Lime wash by Scrubbing with a
wire brush. Inequality and holes shall be filled up with cement paste, which should be
allowed to set. To get even uniform mat finish it is necessary to keep the surface damp
throughout the operation. In hot dry weather the wall should be frequently sprinkled
with water to keep it moist.
Mixing the paint
Loosen the contents by either rolling the drum or shaking the container before opening
it. Take one measure of water by volume in a clean pot and add two volumes of
approved quality waterproof cement paint conforming to IS: 5410. Stir well to make a
paste of high consistency then add one more measure of water constantly stirring the
mixture. The final composition of water and paint is now 1:1 by volume. Keep stirring
the mixture all the time and use it up within an hour. Do not use the mix if it is left over
'for more than two hours.

144
Method of Application
Wet the surface by any convenient method. A small surface can be wetted by brush.
When applying paint surface should be damp and not wet. While applying the first coat
brush hard into the surface to cover pores and cavities to ensure better bond. Twelve
hours after applying the first coat cure the surface by sprinkling the water. Before
applying the second coat damp the surface and after the application of second coat
cure it as directed above. In hot climate repeat curing at least twice at the interval of six
hours for optimum best results.
Curing
After sprinkling fine spray of water should cure each application paint normally after
twelve hours when paint film is hardened satisfactorily. In summer when weather is hot,
curing may be done little earlier. Water marks may be left over the surface if a stream
of water is allowed to flow before the paint film is hardened.
Silicon Paint
Preparation
A solution for application shall be prepared from Syltrit 1772 or equivalent. The
Manufacturer's instructions shall be followed. This solution shall be prepared to a
concentration of about 3 % solids by mixing 1 kg. of water dilatable solution of sodium
methyl siliconate with 9 kg. of water. Concentration higher than 3% solids are not
recommended as they may cause a white precipitate of sodium carbonate formation.
Application
A flooding technique should be used in applying to obtain the best penetration. When
spraying, the solution should not be atomized or misted, but flowed on in a solid
stream, with the spray gun held, at a distance just enough to eliminate foaming on the
masonry surface. If foaming is allowed then certain visible marks might appear after
application. The run down of 150 to 300 mm should be maintained with generous
overlapping of passes. Dipping and brushing methods are also suitable. After
application of the solution, the treated surface should be allowed to dry at least 24
hours to develop maximum water repellency. This interval may be shortened somewhat
by force drying at temperatures to 30 degree C. Though this removes the water quickly,
time must still be allowed for the curing. Reaction between the solution and the surface
being treated. Until the reaction is complete the applied film still remains water soluble
and any rain failing during this time can wash it out. So application should be done in
dry weather or at least in absence of rain and fog.
Spraying Equipment
Spraying equipment shall be hand operated stirrup pump with stainless steel nozzle
fitted with PVC or polyethylene delivery pipe. Components of the spraying, equipment
that are in contact with the treating solution should be of black iron, mild steel, stainless
steel, Teflon, PVC or polyethylene. They should not be of aluminum or galvanised
steel. .
Safety
The solution should always be applied in a liquid stream, not by misting or fogging. If
misting occurs, avoid inhalation. Contact with the eyes or skin should be treated
immediately by flooding the area with large quantities of water for at least 15 minutes.
Relevant IS Codes
IS:63 : Whiting for paints
IS:133 : Enamel, interior, undercoating & finishing colour as
required
IS:2395 : C.P. for painting concrete, masonry & plaster surfaces
IS:5410 : Cement paint, colour as required
IS:5411 : Plastic emulsion paint for interior use

145
Distempering
Type
Distempering shall be of the oil or water bound type as specified.

Material
Dry distemper or oil bound washable distemper of approved brand and manufacture for
water bound and oil bound respectively conforming to IS:426 shall be used. The
proportions of the mix shall be as per the approved manufacturer’s instructions.

The dry distemper shall be stirred slowly in clean warm water using 8.6 liters of water
per kg. of distemper or as specified by the approved makers. The mixture shall be well
stirred before and during use to maintain an even consistency.

Thinner as stipulated by approved manufacturer shall be used in case of distemper for


oil bound type.
Dry distemper shall not be mixed in larger quantity than is actually required for one day
work.
Preparation of Surface and Priming Coat
The surface shall be thoroughly brushed free from mortar dropping and other foreign
matter and sand papered smooth.

A priming coat of whiting shall be applied over the prepared surface in case of water
bound distempering and distemper primer or cement primer shall be applied in the case
of oil bound distemper. The white washing coat shall be used as priming coat for
distemper.
Application
After the primer coat is dried for atleast four hours, the entire surface shall be coated
uniformly with proper distemper brushed in horizontal strokes, immediately followed by
vertical ones which together shall constitute one coat.

Subsequent coats shall be applied in the same way and only after the previous coat
has dried. Enough distemper shall be mixed to finish one room at a time. The finished
surface shall be even and uniform and shall no brush marks. After each days work, the
brushes shall be washed in hot water and hung down to dry. Old brushes, which are
dirty or caked with distemper, shall not be used.

Decorative Finish Cement Paint


Surface Preparation
Plastered surface shall be thoroughly cleaned of dust, dirt, grease, oil marks, etc.
before the coat is applied. All the holes and depressions should be filled with gypsum
prior to application of the paint. The surface shall be wet with clean water before paint
is applied. Application of primer shall be as per specifications recommended by
approved manufacturer and as directed by the Engineer-in-charge.
Preparation of Mix and Application
Any approved cement paint shall be mixed in such quantities as can be used up within
an hour of mixing. The solution shall be applied on the prepared surface with good
quality brushes and no brush mark shall be visible on the finish work.

146
Painting
Painting General
Paints, oils, varnishes etc. of approved brand and manufacture conforming to relevant
Indian Standard Codes shall be used. Ready mixed paints as received from approved
manufacturer without any admixture shall be used. The contractor shall obtain
permission for the make and color of the paint he proposes to use and if required,
polish for wood work shall be tested as per IS:5807 (parts I and II).

Whenever thinning is necessary, the brand of thinner recommended by approved


manufacturer or as instructed by Engineer-in-charge shall be used. Paints, oil,
varnishes, thinner, etc. shall be brought to the site in the original containers in sealed
condition and shall be kept in the joint custody of contractor and Engineer-in-Charge.
Commencing the Work
Painting except priming coat shall generally be taken in hand after all other building
work is practically finished. Approval of Engineer-in-Charge shall be sought before
commencing the work.

Workmanship
All the work shall be carried out wherever applicable as per IS:1477 (Parts I & II) and
IS:2338 (Part I)
Preparation of Surface
The surface shall be thoroughly cleaned. All dirt, dust, scales and grease shall be
removed before painting is started. The surface shall be perfectly dry to permit good
absorption. The prepared surface shall receive approval from Engineer-in-Charge for
commencing the painting work. For wood surfaces, a priming coat without coloring
material should be applied after which all the holes, cracks etc shall be stopped with
putty and all knots properly killed with quick lime.

Specially for wood surface, knots if visible shall be covered with red lead conforming to
BIS:103. Holes and identification on the surface shall be filled with wood putty and
rubbed smooth. Surface should be thoroughly dry.
Application
Paint shall be thoroughly stirred in the container when pouring into smaller containers
for use. It shall be continuously stirred while applying on the surface. The painting shall
be applied evenly and smoothly in the direction of grains of wood and perpendicular to
it. Each coat shall be allowed to dry before the next coat is applied.

Specified number of coats shall be applied and atleast 24 hours shall elapse between
application of the first coat and the subsequent second coat. No painting shall be
carried out on exterior work in wet weather condition or on surface which are not
entirely dry. Each coat shall be lightly rubbed down with sandpaper or fine pumice
stone and cleaned of dust before the next coat is laid. No left over paint shall be put
back into stock tins.

The finished surface shall be free from hair or brush marks, strokes, clogging of paint
puddles in the corners of panels, angles of moulding, etc.
Painting with Synthetic Enamel/Enamel Paint
Material
Synthetic enamel/enamel paint of approved brand and manufacture and of required
shade shall be used for the topcoat only. The paint for under coat shall be of shade to

147
match the topcoat, as recommended by approved manufacturer shall be used.
Preparation of Surface
The surface shall be thoroughly cleaned. All dirt, scales and grease shall be removed
before painting started. The surface shall be perfectly dry to permit good absorption.
The prepared surface shall receive approval from Engineer-in-Charge for commencing
the painting work.

Specially for wood surfaces, knots if visible shall be covered with red lead conforming
to IS:103. Holes and indentation on the surface shall be filled with good putty and
rubbed smooth. Surface should be thoroughly dry.
Application
Under Coat
One coat of the specified paint of shade matching with the shade of the top coat shall
be applied and allowed to dry overnight. It shall be rubbed next day with the finest
grade of wet abrasive paper to ensure smooth and even surface, free from brush marks
and all loose particles dusted off.

Top Coat
Top coats of specified paint in the desired shade shall be applied after the under coat
is thoroughly dried. Additional finishing coat shall be applied if found necessary to
ensure a properly uniform glossy surface.

Expansion Joints and Construction Joints

General
The item of providing expansion joints and construction joints in concrete includes all
the material, labour, tools and plants necessary for completing the item in best
workmanlike manner.
Material
The Material to be used in the joints shall be ribbed PVC water stop of specified width
approved by the Engineer, bitumen impregnated fibre board as filler conforming to
IS:10566 and approved sealant material (In case of movement joint only). In addition,
IS:12220-1987 and 1838 shall also be adhered.
Joints in Floor
Joints in floor shall be provided as specified on drawings. In case of PVC water stops
to be provided horizontal position flat-footed PVC water stops shall be used. The water
stops shall be provided in such a way that half the portion of water stop (width wise) is
embedded in the concrete and half remains exposed for next concrete. Steel
reinforcement shall not be discontinued where construction joints in floor are provided.
Joints in Walls
Expansion Joint
Expansion joints shall be provided in the roof slab and wall and divide wall is of R.C.C.
The joints shall be so located that in no case the slab shall be more than 45 metres
long in one stretch. The general layout of roof slab showing the position of expansion
joint is given in the accompanying drawing. The two adjoining portions of the roof slab
at the expansion joints shall be separated by a gap of about 25 mm width which shall
be bridged by means of
230 mm wide water stop. These water stops shall be fixed in such a manner that it is

148
equally embeded in each portion of the slab on either side of the joint and shall be
located at mid section of the slab. The joint shall be continuous in length and shall be
properly joined together or welded at all junction along its length. The gap between the
adjacent slab below the water stops shall be filled with filler material like thermocol or
such compound which may be approved by the Engineer.

This may be achieved by placing a strip of filler material in position adjacent to the face
of concreted slab panel while concreting the adjoining panel. The space above, water
stop shall be filled with sealant material overlaid by filler material like thermocol and
polysulphide sealant as shown in the drawing.

The expansion joints in the end wall and divide wall shall be provided in such a manner
that the joint shall divide the structure longitudinally and transversely as shown in the
drawing. The two adjacent parts of the wall shall be separated by a gap of about 25
mm width which shall be bridged by 300 mm wide PVC water stop. However, no gap
shall be provided in the footing of the wall. The gap on water face shall be treated with
polysulphide sealant material as shown in the drawing. The water stops shall be either
PVC or either equivalent approved by the Engineer as per specifications given
hereinafter.
Construction Joint
The construction joints shall be generally provided at the end of the concreting or
colcreting operation of an element or a member of a structure, or at boundary of the
panels or segments or at pre-determined locations. The construction joints in the
R.C.C. slab shall be characterised by the continuance of the reinforcing steel, being a
structural R.C.C. member. The concreting of a slab at the joint shall be done by laying
the concrete against the vertical stopping off boards, the adjoining panels being cast
butting against each other.

Construction joints in the side wall and the divide wall of reservoir shall be of two types
(I) horizontal construction joints and (ii) vertical construction joints.

The horizontal construction joints shall be serrated type where stones from the lower lift
of the wall shall be projecting out sufficiently and will be embedding into the over laying
lift of the wall masonry giving a well bonded, and consequently, a water tight joint.

The vertical construction joints in the wall shall be of tongue and groove type. The
groove of these joints shall be 300 mm x 300 mm and it shall be provided 300 mm
away from the water face of the wall. These joints shall be provided with PVC water
stop at a depth of 200 mm from water face which shall be primarily responsible for the
water from water face which shall be primarily responsible for the water tightness of the
joints. These joints shall have a plain finish for a depth of 300 mm from water face by
virtue of its casting against vertical face of the centering of vertical face of the
previously cast panels cast butting against each other while the remaining depth
beyond 300 mm shall have masonry facing which will present a rough surface and thus
provide a good bond between the consecutive panels.

In the case of divide wall the water stop shall be located at the centre of the key which
shall be located at the centre of divide wall. The key shall be of the same dimensions
as that in the end walls.

The construction joints in the bottom layer of the floor which shall be case in colcrete
shall be cast against vertical stopping off boards. On the water face the vertical joints
shall have
149
a groove provided with bitumen of 12 mm x 20 mm size which shall be filled with
polysulphide sealant material.

No such special treatment need be done for the joints provided in the roof slab, bottom
layer of the floor and the horizontal joints in the wall. The joints in roof slab and bottom
layer of the floor shall however, be staggered with those in the overlaying layers such
as brick bat coba, I.P.S. and top R.C.C. layer of the floor to minimise the chances of
leakage by increasing its path, if any.

Complete Construction Joints


These joints are provided in the top layer of the floor of the reservoir with a view to
localise shrinkage cracks at these joints. These joints are characterised by complete
discontinuity of steel without any initial gap as in the case of expansion joints. The
joints between the adjacent panels of the floor shall be provided with a groove at top of
dimension 12 mm x 20 mm and it shall be filled with polysulphide sealant and they shall
be provided with water stops as specified earlier.

The joint between top layer of the floor and the walls or between the top layer of the
floor and the column footing, shall also be provided with a groove of 12 mm x 20 mm
which shall be filled with sealant material as per specifications given below:

Joint Fillers : Joint fillers shall be of durable, compressible and non-extruding material.
It shall be non-staining, non-absorbent and compatible with sealant material used.

Sealant Material: The joint sealing compounds should be capable of properly ensuring
water tightness in vertical and horizontal and inclined joints in water retaining and other
structures having severe service conditions in respect of anticipated movement or
exposure to weather. Typical uses include expansion joints in the walls of water tanks,
and in roof and deck slabs exposed to the weather.

The compound should be flexible, durable and weather proof and should have
sufficient elasticity to allow joint movements of the concrete components wherever
necessary.

The sealant shall be polysulphide rubber sealing compound conforming to BS 4254 of


1967 or ASA-A 116-1-1960 or any other equivalent specifications. It shall be capable of
cold pouf application for horizontal joints and cold application of vertical and inclined
joints. The sealing compounds shall be suitable for use in the tropics where it will be
subjected to high ambient temperatures, humidity and very strong sunlight. It shall not
degrade under these conditions and shall be suitable for use with raw and treated
water including water dosed with chlorine. The sealant shall be odour and taint free
from lead. It shall be available in choice of colours and shall give a though, permanent
seal, be waterproof, non-staining and remain resilient. Sealing compounds for vertical
and horizontal joints shall be used complete with the appropriate quantity of primer as
per manufacturer’s instruction for use. The primers should ensure good adhesion to the
concrete and should be specially developed for respective sealing compounds. The
sealants shall be applied with pressure guns or without guns as specified by the
manufacturers. Sealing compound shall be fully cured before water is permitted to
come in contact.

The sealant material should be formulated as to have a storage period of one year at a
o
temperature of 40 C.
150
Epoxy Coating and Bituminous Painting

Epoxy Coating
General
Epoxy coating is to be applied to the internal surface of the unit wherever specified.
The thickness of epoxy film shall be 300 microns.
Materials
A solvent free epoxy coating like “Araldite GY 255” manufactured by Hindustan CIBA
Geigy Limited, Bombay or equivalent product of FOSROC is to be used for forming the
film. Incase of use of an equivalent it should be got approved by the Employer placing
supply orders. Materials used and process of application to the concrete of other
surfaces should be strictly according to the instructions of the suppliers of the epoxy.
Araldite GY 255 one part by weight is to be mixed with 1 part by weight of Hardener H
Y 45. The viscosity should be such that it is convenient for brush application.
Subsurface Preparation
The concrete surface should be cleaned thoroughly by sand blasting. The mild steel
parts also are to be cleaned to be free of grease and thoroughly sand blasted. The
coverage should not be more than 6 sq.m. for concrete and 5 sq.m. for mild steel per
kg of epoxy respectively.

The moisture content of concrete before application of epoxy coating shall be less than
4%. This has to be checked properly through a small sample. To achieve this epoxy
coating shall be done in hot season.
Curing
The curing should be done for 7 days at room temperature. if the temperature is less
than 15 c the space should be warmed up by incandescent lamps, heaters, blowers or
infrared lamp. The instructions of the supplier manufacturer of the product both as for
use of materials and application take priority over the above instructions and they
should be followed very rightly.

Bituminous Painting
2
Two coats of bituminous paint of 80/100 grade, with 1.65 kg/m spread will be provided
on internal face of sludge sump.
Material
The material shall be of best quality un-pigmented bituminous base pain of such a
composition as to satisfy the requirements of IS-9862.with total volatile matter
contained in the paint shall not exceed 55% by weight.

At least 95% of the solid materials shall be soluble, in carbon di-sulphide or in benzene,
and the closed flash point as determined in Abel's apparatus shall not be less than (86
F)30 C. The paint shall remain liquid and retain its consistency at the ordinary
atmospheric temperature when packed in suitable containers. The drying time shall not
he less than 2 hours and not more than 8 hours, and after drying, paint shall not shoe
any surface cracks, tendencies to powder or discoloration due to weathering action or
expansion and contraction. It shall also be able to resist the action of acids and alkalis.
It shall not soften under the action of mineral turpentine.

The film resulting from brushing the material on a strip of tinned iron, 30 standard wire
gauge after being allowed to dry at room temperature not below (65 F) 18.3 C for 48
hours shall not, when bent double over a (quarter inch)6 mm dia rod, show any signs of
flaking or cracking. The time occupied for the actual bending shall not exceed one
151
second. When the paint has dried hard, a 4H pencil should not be capable of
scratching it. The weight of the paint shall be firm 0.83 to 1.25 kg per liter, the
component of the paint shall he such as not to react with water chlorinated or otherwise
and develop poisonous or harmful elements thereto.

The paint shall be of' Indian manufacture of approved make and quality
Application
All corners and junctions shall be properly rounded off to present a uniform and smooth
finish. After complete curing of the plaster, it will be allowed to day up. After drying the
moisture content shall be brought to a value less than 4% by using a below-lamp. The
surface should be well cleaned with smooth brush to make it dust free. The coating
shall be allowed to dry and kept in dry condition till final setting takes place.

Bored Well / Tube Well

Bored wells are tubular wells drilled into permeable layers to facilitate abstraction of
ground water through suitable strainers into the well extending over the required range
or ranges of the water bearing strata. There are various ways of drilling such wells
through different soils and for providing suitable strainers with gravel shrouding, where
necessary.
These wells are used for obtaining water from shallow as well as deep aquifers. Open
end tubes are sunk by removing the material from the interior by different methods.
After the required depth is reached the pipe with the cutter is taken out of the bore and
the well pipe with the strainer is then lowered into the hole. The annular space between
the bore and the well screen is then shrouded with pea gravel. Casing of wells in soft
soils must be cased throughout. When bored in rock it is necessary to case the well at
least through the soft upper strata to prevent caving. Casing is also desirable for the
purpose of excluding surface water and it should extend well into the solid stratum
below. Where artesian condition exists and water will eventually stand higher in the well
than the adjacent ground water, the casing must extend into and make a tight joint with
the impervious stratum to prevent escape of water into the ground above.
Large casing is generally made of welded or riveted steel pipe. For smaller sizes of
pipes which are to be driven, the standard wrought iron pipes are generally used; for
heavy driving, extra strong pipe is necessary. The life of the pipe is affected by
corrosion due to the carbonic acid encountered in some cases. The use of rust
resisting alloys is advisable in such cases. Non-reinforced plastic, usually PVC casing
up to 100 mm dia and reinforced plastic casing and fibre glass for longer dia up to 400
mm, are coming into vogue. In providing the strainer arrangement whereby water is
admitted and sand or gravel excluded, it is desirable to make the openings of the
strainer as large as practicable to reduce friction while at the same time preventing
entrance of any considerable amount of sand. Where the acquifer consists of particles
that vary widely in size, however, the capacity of the well is improved by using strainer
openings through which the finer particles are drawn into the well while the coarser
ones are left behind with increased void space. The size of openings may be selected
after a study of the mechanical analysis of the acquifer material to permit the passage
of all fine particles representing a certain percentage, by weight, of the water bearing
material.

152
R.C.C. Over Head Tank
1:- Purpose of work:-
The proposed work is intended for storage of water for use of water supply to the
surrounding areas.
2:- Description of works included in the contract:-
The contract shall include.
2.1 The soil testing of the proposed site of O.H.T. & accordingly supply of detailed
design and calculation of the sizes of various members of tank along with detailed working
dimensional drawing get prepared by qualified design specialist holding at least post
graduate degree in structural engineering in quid triplicate within 15 days after the tender
is accepted. The design should based upon. Soil testing report of a reputed institute like
I.I.T. Roorkee or equivalent
2.1.1 Foundation:-
A suitable foundation of the tank shall be designed based on soil characteristics at
site with proper approval of engineer-in-charge whose decision shall be final and binding
in regard to type and shape of foundation as well.
2.1.1.1 Allowable bearing capacity of soil or soil condition with type of foundations:-
The total loads due to various causes of over head tank should be transferred to
earth by means of raft foundation whom net safe bearing capacity to be tested by
contractor on own cost, the contractor has to make his own arrangement for testing of nett
safe bearing capacity as the contractor is solely responsible for the structural safety of the
over head tank. The rates quoted should be comprehensive enough to cover the expenses
for conducting the test for which no extra payment shall be made by the department. The
responsibly for the structural soundness and water tightness of the tank shall rest with the
contractor. The approval of design submitted by the contactor shall in no way shift the
responsibility for the same on the department. The design of raft foundation shall be based
on balanced cantilever as per I.S. 2950 (Part-I) And/or Pile foundation which may
singly/double bulged under reamed bored/bored compaction cast in situ pile the provision
in design and construction should be made as per IS:2911 (Part-III) or which may be
bored/bored compaction cast in situ the design and construction of pile should be made as
per IS:2911(Part-I Sec.2). At least one working pile shall have been tested for safe and
ultimate load as per procedure laid in IS:2911 (part-IV) However, bored compacted pile
shall be preferred which shall be properly connected for load distribution to safe guard
against differential settlement. The decision of Engineer-in charge in this regard shall be
final and binding on the contractor the design shall base on soil properties.
The bottom of foundation i.e. raft with circular ring beam or cut off level or piles
should be at least 2.0 m below G.L. and there should be at least 1.50m clear cover
available over the top of foundation beam or pile cap or connecting braces of piles to pass
the pipes.
Pile and raft foundation, where due to sub-soil conditions does not permit neither
the raft foundation nor the pile foundation a combination of pile and raft foundation should
have been provided. For designing the pile and raft foundation, the load coming from over
head tank due to various causes should be increased 1.20 times. The load calculated thus
shall be transmitted to foundation soil through raft and pile foundation in a ratio of 40:80
respectively. The raft and pile shall be designed and constructed as detailed above.
2.1.1.2 Permissible increase in bearing capacity of soil:-
a. Due to wind:- i. Where the bearing pressure due to wind is less than 25% of that
and live load, it may be neglected in design where this exceeds 25% foundation may be
no proportioned that pressure due to combined dead, live and wind loads, does not
exceeds the allowable bearing pressure by more than 25%
ii. A further increase in allowable bearing capacity due to wind pressure may be
allowed for safe faction as per IS: specification.
b. Due to earth quake forces when earth quake forces are considered, the permissible
allowable pressure of pertaining soil shall be in accordance to para 3.3.3 table 1 of IS:

153
1893 depending upon the type of foundation of the structures.
2.1.1.3 Safety against over turning and uplifting:-
The diameter, staging of tank and area of foundation shall be so selected, such that
the body of the OHT is safe against over turning due to wind or seismic forces when
container is full with water and empty in both conditions. Similar the dimensions of raft
foundation select shall be safe against uplifting of raft and the pressure on raft shall not
exceed. The net allowable bearing capacity under wind or seismic conditions when
container is full with water and empty in both conditions.
2.1.1.4 The design of foundation shall be made by elastic theory the design any be based
on limit state of collapse with the prior approval of engineer in charge. Tenderer willing to
submit design on limit state of collapse shall quote in schedule “G” the rebate to be given
on account of design on limit state of collapse while quoting the rates when limit state of
collapse method is used the partial safety factor for loads and material strength shall be in
accordance with para 35.4.1 and 34.4.2 of IS: 456. Limit state of serviceability shall have
to be used for foundation under wet conditions. Partial safety factor for loads and material
strength and design consideration shall comply with IS: 456. Design on limit state shall not
be allowed if rebate has not been quoted in SCHEDULE ‘G”
2.1.2 The basic of design of staging shall be as follows:-
2.1.2.1 The staging of tank will be column & bracing the allowable stresses under wind and
seismic loads will be taken as per IS: 456, 875 and 1993 corrected to date.
2.1.2.2. The circular columns be provided and their minimum number should be six,
number of column will be even number in case of more than six.
2.1.2.3. The staging has to be designed for wind loads or earthquake load which ever is
critical. In case of seismic force response spectrum method shall be use. Increase in
stresses shall be allowed as per IS: 875 and IS: 1893 subject to condition that limit state
stresses of the material does not exceeds.
2.1.2.4 The design of staging shall be made by elastic theory, the design may be based
on limit stat of collapse on prior approval of Engineer in charge tenderer willing to submit
design on limit state of collapse shall quote on Schedule “G” The rebate to be given on
account of design on limit state of collapse while quoting the rates when limit state of
collapse method is used, the value of partial safety factor for loads and material strength
shall be in accordance with para 35.4.1 and 35.4.2. of IS: 456 design on limit state of
collapse shall not be allowed if rebate in rates has not been quoted in Schedule “G”
2.1.2.5 The tenderer shall be allowed at the discretion of Engineer-in-charge shaft staging
but constructions of shaft have to be made strictly by slip form method. For shaft staging,
contractor has to quote rebate in rates in Schedule “G”
2.1.2.6 Minimum Mix of concrete in column shall be prepared as M20
2.1.2.7 The ratio between width and depth of bracings shall not be greater than 12
2.1.2.8 Minimum longitudinal reinforcement in a column shall not be less than 0.80% of the
minimum area of concrete required to resist the direct stress.
2.1.2.9 The size of main reinforcement of columns, bracing & beams shall not be greater
than 25mm & less than 12mm in case of columns and 8mm in case of beams, bracing etc.
However size of lateral reinforcement shall not be less than 6mm or 1/4th of the dia of the
largest longitudinal bar which ever is higher.
2.1.3 The basis of design of tank body shall be as follows:
2.1.3.1 The minimum thickness of top dome having base dia less than 10m should be not
less than 100mm and that of other members of tank body should not be less than 100mm.
2.1.3.2 The dimensions of tanks shall be selected to give esthetically nice appearance.
2.1.3.3 The maximum height of vertical wall should not be more than 4.00m in OHT upto
500KL capacity and not more than 6.00m in OHT above 500KL capacity. However a
height of 5.00m in OHT above 500KL shall be preferred.
2.1.3.4 A minimum free board of 15cm shall be provided in OHT upto 500KL capacity. In
OHT above 500KL capacity, a 15cm clear free board below shaft of top beam if any
should be provided.

154
2.1.3.5 Thickness of conical and vertical wall of tank should be uniform throughout or
uniformly sloping.
2.1.3.6 The body of tank shall be designed as per IS 3370 (Part-I&II) on no crack basis
and continuity checked for members either in contract with the liquid or enclosing the
space above the liquid shall be not less than M30
2.1.3.7 No cut in balcony shall be provided.
2.1.3.8 Balcony as ring beam can be designed in the tank.
2.1.3.9 The inclination of bottom dome should be 30 to 40. The dia of bottom dome should
be 65% to 70% of dimension of tank.
2.1.3.10 Minimum Reinforcement:-
The minimum reinforcement in walls, floors & roofs is each of two directions at right
angles shall have an area of 0.3% of the concrete section in the direction for sections upto
100mm thick for sections of thickness greater than 100mm and less than 450mm, the
minimum requirement in each of two directions shall be clearly reduced from 0.3% for
100mm. Thick section to 0.2% for 450mm thick section. for section of thickness greater
than 450mm minimum reinforcement in each of the two direction shall be kept at 0.2% In
concrete section of thickness 225mm or greater, two layers of reinforcing steel shall be
places one near each face of the section to make up the minimum reinforcement specified
in this clause.
The minimum reinforcement specified above may be decreased by 20% in case of
high yield strength deformed (tor steel) bars conforming to IS: 1786 or IS 1139 (latest
version)

2.1.3.11 Spacing of reinforcement


The minimum clear spacing between main reinforcement bars in case of columns,
beams and slabs shall be 6mm more than the maximum size of coarse aggregate used, or
equal to the dia of the main reinforcing bars whichever is greater.
In case of more than one layer of bars in a beam, the vertical clear distance
between tow layers shall not be less than 15mm or maximum size or coarse aggregate or
the size of bars which ever is greater except that splicing bars and two way reinforcement
may be in contact with each other.
The Maximum spacing of main bars in slab shall not exceed 300mm or three times the
effective depth of the slab whichever is less.
The transverse or distribution bars shall not be further a parth than 5 times the
effective depth of the slab or 450mm which ever is less.
2.1.3.12 Minimum cover to reinforcement:-
For liquid faces or parts of members either in contact with the liquid or enclosing
the space above the liquid (such as inner faces of roof slab) the minimum cover to all
reinforcement should be 25mm or the dia of the main bar, whichever is greater. In the
presence of soil and water of corrosive character the cover shall be increase by 12mm but
this additional cover shall not be taken into account for design calculations.
In beams, the cover to main bars shall not be less than 25mm or the diameter of
the bar whichever is greater.
The minimum cover of concrete clear of longitudinal bars in case of a column shall
be 40mm or dia of longitudinal bar which ever is greater. In case of columns of 20mm or
less than internal dimension and whose bars do not exceed 12mm dia, 25mm cover may
be used.
2.1.4 The basis of design of stair case and balcony shall be as follows:-
2.1.4.1 Live load shall be taken as 300K.g./Sqm.
2.1.4.2 The rise and tread of stair shall be 18cm & 27 cm respectively.
2.1.4.3 Width of balcony and stair case shall be 1.00 m and the width of landing to balcony
and top dome shall also be minimum 1.00m.
2.4.4.4 No vertical bars ladder will be provided in flight of stair case.

155
2.1.5 General Requirements:-
2.1.5.1 No age factor shall be allowed.
2.1.5.2 In case of any design aspect left in these of specification shall be covered by
relevant latest Indian Standard Code.
2.1.6 Supply and carriage of all materials, tools and plants scaffolding, all type of labour
skilled and unskilled excavation for foundation fabrication etc. required for complete
construction of tank in the rough and sound manner as per design and drawings.
2.1.7 Testing of works during and after completion of the work including maintenance
period set forth in Schedule “E”
2.1.8 Live load on stair case on a balcony should be considered as 300 Kg/sqm. and on
top dome as 100Kg/sqm.
3 Aggregates:-
The stone grit for all R.C.C. structures shall consist of 12mm to 20mm graded. Blue
stone broken grit and the coarse sand shall be coarse Badarpur or sand. Fine sand shall
be of fineness modules not less than 1.15. All material shall be conforming to IS : 383 etc.

4 Ventilator:-
A ventilator shall be provided at the middle of roof of the tank and will have the
internal diameter equal to 1/7th to 1/8th of the internal diameter of the tank 50mm
×50mm×6mm angle iron shall be fixed with column’s of the ventilator and a mosquito proof
wire mesh shall be fixed to the angle iron and over the expanded metal.

5. Manhole:-
60cm × 60cm M.H. cover of 5mm thick M.S. plate shall be provided in the roof duly
hinged and provided with 50×50×6mm angle iron frame with locking arrangements.
Materials required for the construction of manhole cover shall be arranged by
contractor at his own cost.
6. Lighting Conductor:-
The lightning conductor shall consist of the followings:
I An elevation Rod:-
1.2m long 5mm dia solid Aluminum rod having solid cast Aluminum 8cm ball on top
with 5 or more final points securely screwed into it must be fitted at the top of the OHT on
G.I. plate 30cm × 30cm × 6mm with suitable Aluminum nuts, bolts and washers.
ii. Down Conductor:-
It shall consist of 25×3mm aluminum strip and round aluminum wire 9mm dia
above ground level and 8mm dia copper wire below ground level with its upper end
attached down the side of the tank by means of fasteners conductor shall be accurately
attached to the OHT by fasteners which shall be 1m c/c and shall be made of galvanized
steel. Fasteners as prescribed under IS 230 shall only be used. The conductor and
aluminum wire shall be laid about 6m away from the tank floor in a trench and then taken
down to the earth plate electrode which is to be buried 60cm below summer sub soil water
level as per arrangement laid down into I.S. : 1966 clause 7.4.1
The fasteners 10cm long of 10mm dia bolt with 75×6mm aluminum strip with
screws, bolts and nuts etc.) shall be grouted in the body of the tank and column in the
RCC truly vertically and horizontally.
iii. Earth Plate:-
It shall be a C.I. 600×600×6mm plate buried as explained above with all provision
and constructional details as stated in IS 3043-A G.I. pipe shall be fixed for watering and
earth plate and chamber etc. It shall be covered with C.I. cover hinged to C.I. frame in
level with the ground . The lighting conductor shall the lighting conductor consisting of an
elevation rod down conductor and earth plate shall confirm with the standards as required
by the Electrical Inspector of Uttarakhand from time to time. Any amendment, additions
etc. suggested or required by the Electrical Inspector shall be carried out by the contractor,
for which no extra claim shall be entertained.

156
7 Water Level Indicator:-
This will consist of a 3 mm dia steel rope passing over smooth 50mm dia M.S.
pulleys with guides to prevent slipping of the rope. One end of this rope will be tied to 450
mm dia plastic ball float. The other end will be attached with a suitable enameled M.S.
plate (3mm thick) pointer moving up a down along a vertical indicator board fixed in a
frame of angle iron of size 40×40×6mm. The board will be of 3mm thick and 200mm wide
enameled M.S. plate fixed by means of 40×6mm flat iron clamps such that its bottom is at
a height of 3m above G.L. or between Ist and IInd bracing from bottom 25mm dia meter
G.I. pipes will be embedded in the RCC in order to pass rope smoothly wherever the rope
passes through RCC. This will be the contractor responsibility to ensure smooth and
prefect working of the indicator such that a slight increase or decrease in water depth
inside the tank is correctly indicated. the white enameled plate of indicator board will
calibrated in 5 centimeters and meters in red paint water level indicator should be as per
the latest IS code.
All materials for the construction of water level indicator shall be arranged by the
contractor at his own cost.
8 M.S. Ladder:-
M.S. ladders shall be provided from top dome to inside of the tank body upto the
bottom dome or slab of the tank. This will be 60 cm wide (clear of angle iron) consisting of
M.S. 50×50×6mm angle iron sides or stringers and rungs of 20mm diameter M.S. bars
spaced at 25cm c/c. Suitable holes will be made in the angle iron stringers and rungs will
be suitable riveted or welded both the sides.
The ladder outside the tank will be provided with 20mm dia G.I. pipe, railing in three
rows duly supported by 50×50×6cm angle iron posts of 0.60m clear height. This railing will
be provided only on one side of that ladder.
All materials for the construction of M.S. ladders and railing shall be arranged by
the contractor at his own cost.
9 Stair Cases:-
1.00m wide RCC stair case from G.L. to top dome level with landing at suitable
levels. The two column stair case will be provided. There should be an iron gate with
locking arrangement on firs landing to avoid access to the O.H.T.
10 Railing:-
20mm G.I. pipe (Medium Quality) railing in 3 rows will be provided along with the
staircase, landings, balcony, top ring beam and rounds to in section manhole. On the
staircase and landing it will be provided on both the sides and one side at other places.
Railing will be supported by 50×50×6mm angle iron post of 1.25m clear height and at
1.25m in distance c/c above the walk way. At the landing 2 angle iron posts will be
provided on each side while one angle iron on each side will be provided between the two
landings. The angle iron will be fixed to the RCC of the stair case by 16mm dia bolt and
nuts, length of the both dome sufficient to be corner throughout the full width of the
staircase. At other places angle iron will be grout in RCC itself providing RCC covers of
5cm outside angle iron G.I. (Medium) pipe will be fixed to another iron posts by 10mm
hooks duly bolted. All materials for the construction of railing shall be arranged by the
contractor at his own cost.
11 Inlet, outlet washout and overflow arrangement.
D.I. or C.I. D/F inlet, outlet washout and over flow pipes shall be fixed inside and
outside the tank body with necessary specials and fittings, as directed by the Engineer
upto and outside apron depending upon the length of pipes.
The scour pipe shall be fitted at the lowest point of the tank’s floor so that it drains
out last drop of water held in the tank. The tank bottom shall be provided with a gently
slope towards the scour pipe.
The outlet pipes shall be provided flushed with the bottom dome or at slope at the
lowest convenient point as per direction of the Engineer-in charge.

157
D.I. or C.I. D/F or C.I. P./E sluice valve will be fixed at the end of inlet, outlet and
washout pipes near the tank suitable bricks masonry chamber of 1m×1m (clear space) in
1:4 cement mortar over the sluice valves with removable R.C.C. 8cm thick 1:1½:3 cover
having one 15cm ×15cm surface box for opening smooth cement plaster in 1:2 cement
and coarse sand inside the chamber and PCC 1:2:4, 5cm thick floor will also be
constructed by the contractor at his own cost as per direction of Engineer I/C

the pipes, specials & fittings and sluice valve etc. shall be provided by the
contractor as mentioned in schedule “I” but, hoisting in the place true to alignment, fixing
and jointing including supply of all jointing materials, clamps etc. shall be done by the
contractor at his own cost. At a few places, it may be necessary to provide lead joints also
in which case jointing shall be done by contractor at his own cost including supply of lead
and spun yarn etc.

The vertical pipes shall be tightened to column or bracings by 65×6mm M.S.


clamps with rubber packing will be provided by the contractor. One clamp shall be
provided with each pipe at each bracing minimum two Nos. 16mm dia bolts and nuts of
good quality shall be provided with each clamp. One M.S. gate of 1m ×2m also made of
angle iron 40mm ×40mm ×6mm and 40mm ×6mm flat on stair case at the place decided
by the Engineer I/C to be fixed by the contractor at his own cost.

12 Floor and apron:-

the floor and 1m wide apron extending from outer edge of column around shall be
40mm thick PCC 1:2:4 with coarse sand and 6mm to 12mm gauge stone grit over 8cm
PCC 1:4:8 with 40mm gauge stone aggregate and coarse sand.
The drain out side the apron will be of RCC 1:1½:3 or brick work in 1:6 with the section
150mm ×150mm.
The floor will be laid in panels of size not more than 1m ×1 m with 4mm thick glass
strips in between. A brick masonry chamber of 1m ×1 m (inner size) and of suitable depth
will be constructed and necessary arrangement shall be done to connect overflow and
wash out pipe into it. Floor and apron shall be constructed after the tank has been tested
for water tightness to the satisfaction of the Engineer I/C. All materials for construction of
floor apron and chamber upto the plinth level shall be arranged by the contractor at his
own cost.
13 Balcony:-
1.0m clear wide RCC balcony shall be provided around the tank at the middle ring
beam (Junction of conical wall and containers vertical wall)
14 Paintings:-
All exposed R.C.C. work will be painted with 3 coats of approved Apex paints or
superior quality exterior paint as per colour scheme decided by the Engineer I/C.
Color scheme for vertical D.I. or C.I. pipes shall be as follows:-
Inlet Pipes One coat of oxide primer and one coat of black colour with red arrow
showing flow of water and white writing over it.
Outlet Pipes -do-
Washout Pipes -do-
Overflow Pipes -do-
All materials for painting shall be arranged by the contractor at his own cost.
15 Workmanship:-
No plastering will be allowed on the face of concrete work. All RCC work shall be
true to shape, alignment and grade. Vertical pipe shall be perfectly in plumb.
No. Kaccha shuttering will be allowed. Contractor will have to provide proper steel
shuttering.
All RCC work will have to be laid in presence of an Assistant Engineer in charge,

158
otherwise the same may not be accepted and may have to be re-laid at his
(Contractor’s) own cost or the contractor will intimate in writing the work in time
overcome at least one week prior to the Engineer in charge and will lay the
concrete after getting the measurements of reinforcement checked by Assistant
Engineer-in-charge.

PUMP HOUSE

The pump house shall be of adequate size and shall be located at suitable place by the
side of tube well. It will also include V-notch chamber.

Manually operable 3 M.T. capacity Gantry crane with chain pulley block shall be provided
in the pump house. The pump house shall be provided with mono rail girders and proper
size rails for 3 M.T. Capacity crane. The alignment of the mono rail will be suitably
designed to have proper lifting arrangement of mechanical / electrical equipment for repair
/ maintenance purpose.

The brick wall shall be plastered with 12 mm thick (1:6) cement plaster inside and out side.

The inner surface of wall of the pump house shall be painted with plastic emulsion paint,
exterior paints of Asian, Berger or Nerolac make.

ELECTRIFICATION WORK

There shall be proper lighting arrangement inside and outside of all the buildings such as
pump house. Necessary provision for the CFL lamps, electric fans, main switches and
wires etc. shall be made. The tenderer shall have to also furnish the building wise / unit
wise details of electric works to be provided.

Pipeline Work
Relevant IS
Codes
IS:3114 : Code of practice for laying CI pipes
IS:5822 : Code of practice for laying of welded steel for pipes
Plastic pipe work for potable water supply ( part I –
IS:7364 : III)
General Specifications for CI Pipeline Work
Cast Iron Pipe and Specials
1. All CI Pipes and specials supplied for this contract shall confirm to the following
specifications:
IS 1536 - 1976 Specification for centrifugal cast (Spun) iron pressure pipes for
water, gas and sewage.
IS 1538 - 1976 (Part V) Specification for cast iron fittings for pressure pipes.

Wherever reference is made for Indian Standard Specification the latest


specification is applied.

2. All cast iron pipes supplied shall confirm to class LA of Indian Standard
specifications. The work test pressure and the hydrostatic test pressure shall be as
follows:

159
2
Hydrostatic Test pressure at works 3.5 N/mm (35 kg/sq.cm.)
2
Hydrostatic test pressure after installation 1.2 N/mm (12 kg/sq.cm.) All pipes to be
supplied in this contract shall have SBR quantity rubber gaskets rubber tyton joints
as per BIS 5282, 12820 with the spigot end suitably chamfered for smooth entry of
pipe in the socket fitted with SBR quality rubber gasket. Care shall be taken to
ensure that fittings fit easily into this pipe.
Each pipe shall be coated in accordance to Indian Standard specification. All pipe
shall be marked as under:
Manufacturer’s name or identification mark
The Nominal Diameter
Class Reference
Mass of pipe
The number of this Indian Standard and
The last two digits of the year of manufacture.

Cast Iron fittings


All cast iron fittings supplied shall confirm to heavy class of IS:1538, Part 1 to 23. The work
of Test pressure and Hydrostatic test pressure shall be as follow:

Test Pressure
300 mm to 600 mm 2.5 N/sq.mm (25 kg/sq.cm)
600 mm to 1200 mm 1.0 N/sq.mm (10 kg/sq.cm)
Where non standard fittings are required in special locations, this shall be supplied of steel
of minimum plate thickness of 6 mm and fabricated as per drawings and directions of
Engineer-in-charge. These mild steel fittings will be specially protected against corrosion
with painting as shown on drawing.

All Standard fittings marked as under:


Manufacturer’s name or identification mark,
The Nominal Diameter,
Class Reference,
Mass of pipe,
The Number of this Indian Standard, and
The last two digits of the year of manufacturer.

Specification for Laying, Jointing & Testing of CI Rising Main


Stacking
The pipes and specials shall be handled with sufficient care to avoid damage to them.
These shall be lined up on one side of the alignment of the trench, socket facing uphill or
in the direction of flow of water.

Trench For CI Pipes and Specials


The trenches for the pipes shall be excavated to lines and levels as directed. The bed of
the trench shall have to be truly and evenly dressed throughout from one change of grade
to next. The gradient is to be set out by means of bonning rods and the required depth is
excavated at any point. The depth of the trench shall not be less than 1 meter measured
from the top of the pipe to the surface of the ground under roads crossing and not less
than 0.75m elsewhere.

The width of the trench shall be the nominal diameter of the pipe plus 40 cm. but it shall
not be less than 60 cm. in case of all kinds of soils excluding rock and not less than 55 cm.
160
in case of rock. The bed of the trench, if in soft or made up earth, shall be well watered
and rammed before laying the pipes and the depressions if any shall be properly filled with
earth and consolidated in 20 cm. layers. If the rock is met with, it shall be removed to 15
cm. below the level of the pipe and the trench will be refilled with excavated materials and
consolidated to the required grade.
The excavated materials shall not be placed within 1 meter or half of the depth of the
trench whichever is greater from the edge of the trench.

The materials excavated shall be separated and stacked so that in refilling they may be re-
laid and compacted in the same order to the satisfaction of the AVSLC. The trench shall
be kept free of water. Shoring and Timbering shall be provided wherever required.
Excavation below water table shall be done after dewatering the trenches.

After the excavation of the trench is completed, hollows shall be cut at the required
positions to receive the sockets of the pipes and these hollows shall be sufficient depth to
ensure that the barrels of the pipes shall rest throughout their entire length on the solid
ground and that sufficient spaces left for jointing to underside of the pipe joint. These
socket holes shall be refilled with sand after jointing the pipe.

All types of pipes water mains, cables, etc. met within the course of excavation shall be
carefully protected and supported. Care shall be taken not to disturb the electrical and
communication cables.

Laying of Pipes and Specials


Before being laid the pipes shall be examined to see that there are no cracks or defects.
The cracked or defective pipes shall be summarily rejected. The pipes shall be
thoroughly cleaned of all dust and dirt and special care shall be taken to clean the inside of
the socket and outside of the spigots.

The pipes shall be lowered into the trench by means of suitable pulley blocks, sheet legs,
chains ropes etc. In no case the pipes shall be rolled and dropped into the trench. After
lowering, the pipes shall be arranged so that the spigot of one pipe shall be carefully
centered into the socket of the next pipe, and pushed to the full distance that it can go.
The pipeline shall be laid to the levels required. Specials shall also be laid in their proper
position as stated above. For pipe bedding PCC of grade M10 shall be used for which
payment shall be done as per PCC 1:3:6 item of work.
Where so directed, the pipes and specials may be laid on masonry or concrete pillars. The
pipe laid on the level ground shall be laid with socket facing the direction of the flow of
water. In all other cases, the sockets shall be laid facing up hill.

Any deviation either in plan or elevation less than 11 ¼ degree shall be effected by laying
the straight pipes round a flat curve, of such radius that minimum thickness of lead at the
face of the socket shall not be reduced below 6 mm. or the opening between spigot and
socket increased beyond 12 mm at any point. A deviation of about 2 ¼ degree can be
affected at each joint in this way. At the end of each day’s work, the last pipe laid shall
have it’s open ends securely closed with a wooden plug to prevent entry of water, soil, rats
and any other foreign matter into the pipe.

Cement concrete thrust blocks of suitable design as approved by the Owner/ Consultants
shall be provided at 45 degree and 90 degree bands of the pipes and also at places
where there is likelihood of thrust so as to withstand the dynamic and static forces
developed due to water in the pipe line. The thrust blocks shall be made after the joints
have been made.
161
Jointing
Jointing shall be carried out using approved quality rubber rings.

Testing of Joints
After laying and jointing, the pipes and fittings shall be inspected under working conditions
of pressure and flow. Any joint found leaking shall be redone and all leaking pipes
removed and replaced without extra cost. For hydraulic tests, all pipes shall be kept under
test for 15sec at works and shall withstand hydrostatic test pressure as specified in BIS
1536/1989. The pipes shall be slowly and carefully charged with water allowing all air to
escape and avoiding all shock or water hammer.

The draw off takes and stopcocks shall then be closed and specified hydraulic pressure
shall be applied gradually. Pressure gauge must be accurate and preferably should have
been recalibrate before the test. The test pump having been stopped the test pressure
should maintain without loss for at least half an hour. The pipes and fittings shall be tested
in sections as the work of laying proceeds, keeping the joints exposed for inspection
during the testing.

Backfilling
The trenches prepared for laying of pipes shall be backfilled as described under Chap. 2.

MSERW Pipes
1. Supply of Material:-
(a)- General requirement relating to the supply of line pipes shall be as given in
IS: 1387- 1967 and IS 1978 – 1982.
(b)- The steel used for the manufacture of pipes shall be made by open hearth,
electric furnace, basic oxygen or a combination of these processes.
2- Grades: - Line pipes shall be of the following types and grades:-
Grade
Type of Pipes Designation
Seamless, electric welded Y 170, YSt 210, YSt 240
Submerged are welded YSt 210, YSt 240
Butt welded YSt 170

Formation: - Before Pipeline is laid, proper formation shall be prepared.


3- For
buried pipe line, suitable trenches should be excavated; pipe line above ground may be
laid
in cutting or on embankments or be supported by pillars as the case may be.
(a)- The trench shall be so dug that the pipe may be laid to the required alignment
and at required depth. When the pipe line is under a roadway, a minimum cover
of 1.0 m is recommended, but it may be modified to suit local conditions by taking
necessary precautions. The trench shall be shored, wherever necessary, and kept
dry so that the workman may work therein safely, and efficiently. The discharge of

162
the trench dewatering pumps shall be conveyed either to drainage channels or to
natural drains and shall be allowed to be spread in the vicinity of the
worksite.
(b)- When welding is to be carried out with the pipe in the trench, additional
excavation of not more than 600 mm in depth and 900 mm in length should be
provided all round the pipe at the position of the joints for facilities of welding.

4- Welding: - The welding of pipes in field should comply with IS 816: 1969. Electrode
used for welding should comply with IS 814 : 1991. The welded shall be tested in
accordance with procedure laid down in IS 3600 part 1: 1985.
Pipe line jointing shall be done with electric arc welding or using
approved quality of welding electric rod of 08 nos. & 10 nos. for different layers in
proper manner and making necessary arrangements for generator and
welding machine with all its necessary accessories as welding leads, chain-
pulley, cylinder of oxygen and acetylene gas, fuel including supply and cartage upto

site of works and testing of the pipe line and its joint and completing all its
respective works as per satisfaction of Engineer Incharge
5- Pipe Laying: - Before the pipe is lowered, the trench shall be carefully examined to
determine that an even bedding is provided for the pipeline and that the pipe may be
lowered into it without damaging the coating.
The procedure for lowering varies with the method adopted for coating the pipeline.
Where the coating is to be done in the trench, the pipe may be lowered in the trench on
supports sufficiently high so as to facilitate out- coating. The pipe should be lowered
progressively with the help of shear legs or cranes using vide belts or slings. In case of
coated pipes, extra care shall be taken to preserve the coating while lowering. Slings
may be removed progressively without necessity of digging under the pipe. Where the
trench is sheeted, the pipes shall be lowered into the trench by removing at a time, one
or two struts only, care being taken to see that no part of the shoring is disturbed or
damaged. If necessary, additional struts may be fixed during lowering, after the pipe is
lowered, it shall be laid in correct line and level by use of leveling instruments, sight
rails, theodolites, etc. Care shall be taken to see that the longitudinal joints of the
0
consecutive pipes are staggered by at least 30 and should be kept in upper third of
the pipeline, if there are two longitudinal joints they should be on the sides. While
assembling the pipe faces shall be brought close enough to leave a uniform gap not
exceeding 3 mm. The spiders from inside and tightening rings from outside from

163
outside or other suitable equipment should be used to keep the two faces in shape and
positions till at least one run of welding is carried out.
The pipes faces shall first be tack- welded alternately at one or more diametrically
opposite pairs of points. After completing tack welding, full welding shall be carried out
in suitable runs following a sequence of welding portions of segments diametrically
opposite.
Backfilling should closely follow the welding of joints of the pipes, so that the protective
coating should not be subsequently damage. Material harmful to the pipe line shall not be
used for back filling. Refilling shall be done in layers not exceeding 300 mm. Each layer
shall be consolidated by watering and ramming, care being taken to prevent damage to the
pipe line. The filling on the two sides of pipe line should be carried out simultaneously.

6-Test of Pipe Line: - Before putting the line in to commission the welded pipe line
shall be tested both for its strength and leakage by conducting

The pipe shall be free from the following defect-


a) Dents - The pipe wall shall contain no dents deeper than 6.3 mm measured as the
gap between the lowest point of the dent and a prolongation of the original contour
of the pipe. The length of the dent in any direction shall not exceed one half the
pipe diameter. All cold – formed dents deeper than 3mm w ith a sharp bottom
gauge shall be considered injurious. The gauge may be removed by grinding;
b) Offset of plate edges – The radial offset (misalign ment) of plate edges in the weld
seams shall not be greater than 1.6mm for submerged are welded pipe. Fir electric
– welded pipe the radial offset of plate edges plus flash trim shall not be greater
than 1.5mm:
c) Misalignment of weld seam in submerged are welded pipe - Misalignment of the
weld seam (off – seam weld )shall not be a cause fo r rejection provided complete
penetration and complete fusion have been achieved as indicated by non –
destructive examination:
d) Height of outside weld bead - The outside weld bead shall not extend above the
prolongation of the original surface of the pipe more than the amount listed below
Wall thickness, Maximum height of wild bead,
mm mm
12.70 and under 3.0
Over 12.70 4.5
Outside weld beads which are higher than permitted by the requirements of
the clause may be ground to acceptable limit at the option of the
manufacturer:
e) Height of inside weld bead – The inside weld bead ( flash) of electric welded pipe
shall not extend above the prolongation of the original inside surface of the pipe by
more than 1.5mm
f) Trim of inside weld bead – The depth of groove resu lting from removal of internal
weld bead (flash) of electric weld pipe shall not be greater than the amount listed

164
below:
Wall thickness (t), Maximum depth of trim,
mm mm
3.8 and less 0.10t
3.9 to7.5 0.4 mm
7.6 and more 0.05t
Depth of groove is defined as the difference between the wall thicknesses
measured approximate 25 mm from the weld line and the remaining wall under
the groove.
g) Grinding –When surface conditioning by grinding is performance it shall be done in
a workmanlike manner.
h) Hard spots – The surface of welded pipe in sizes 50 8 mm out side diameter shall
be examined visually to detect irregularities the curvature of the pipe. When this
examination fails disclose mechanical damage as the cause of an irregular surface
but instead indicates that the irregular surface may be attribute to a hard spot, the
hardness of the area in question shall determined. If the hardness is 35 Rockqell C
(327 Brinell ) harder and the dimension of the hardened area is greater the 50 mm
in any direction, the section of the pipe containing hard spit shall be removed as a
cylinder.

165
CENTRIFUGALLY CAST (SPUN) DUCTILE IRON PRESSURE PIPES FOR WATER,
GAS AND SEWAGE – SPECIFICATION AS PER IS 8329

(Third Revision)
1 Scope
1.1 This standard specifies the requirements and associated test methods applicable to
ductile iron pipes manufactured in metal (lined or unlined) or sand moulds and their
joints for the construction of pipe lines:
- to convey water, sewage or gas
- to be installed below or above ground
- operated with or without pressure
NOTES
I By sand it is to be understood. sand or mineral based materials used in
foundry trade irrespective of the type of bonding agents
2 All pressures are relative pressures expressed in MPa (IMPa = 10 bar).
1.2 This standard also specifies requirements for materials, dimensions and tolerances,
mechanical properties and standard coatings and linings of ductile iron pipes.
1.2.1 This standard does not restrict the use of other types of joints or future
developments of other joints as long as overall dimensions are maintained for
reasons of safety and interchangeability.
1.3 The standard applies to pipes, which are:
manufactured with socketted, flanged or spigot ends for jointing by means of
various types of gaskets, which are not with in the scope of this standard, and
normally to be delivered externally and internally lined and are suitable for fluid
temperatures between 0°C and 5O”C, excluding frost.
1.4 This standard does not include the provisions for fittings used with the pipes
conforming to this standard. A separate standard IS -9523 covers the specification
on such fittings.
1.5 Fittings conforming to IS 13382 may also be used with ductile iron pipes, when the
pressure requirements matches.

2 TERMINOLOGY
2.0 For the purpose of this standard, the following definitions shall apply:
2.1 Ductile Iron - Type of iron used for pipes, in which graphite is present primarily in
spheroidal or nodular form.
2.2 Pipe- Casting of uniform bore, straight in axis, having either socket, spigot or
flanged ends.
2.3 Fitting -Casting other than a pipe which allows pipeline deviation, change of
direction of bore. In addition flanged-sockets, flanged-spigots and collars are also
classified as fittings.
2.4 Accessory -Any item other than a pipe or fitting which is used in a pipeline, such
as:
- glands and bolts for mechanical flexible joints;
- glands, bolts and locking rings or segments for restrained joints.
NOTE - Valves and hydrants ofall types are not covered by the term accessory.
2.5 Flange - Flat circular end of a pipe or fitting, extending perpendicular to its axis,
with bolt holes equally spaced on a circle.
NOTE -A flange may be integrally cast, threaded-on or weldedon or adjustable; an
adjustable flange comprises a ring, in one or several parts bolted together, which
bears on an endjoint hub and can be freely rotated around the pipe axis before
jointing.
2.6 Spigot - Male end of a pipe or fitting.
2.7 Socket - Female end of a pipe to make the joint with the spigot of an adjacent
component.
166
2.8 Gasket - Sealing component of a joint.
2.9 Joint - Connection between the ends of pipes in which a gasket is used to effect a
seal.
2.10 Flexible Joint - Joint which provides significant angular deflection and movement
parallel and/or perpendicular to the pipe axis.
2.11 Push-on Flexible Joint - A flexible joint in which an elastomeric gasket is located
in the socket and the joint assembly is effected by entering the spigot through the
gasket into the socket.
2.12 Mechanical Flexible Joint - Flexible joint in which sealing is obtained by applying
pressure to the gasket by mechanical means, for example a gland.
2.13 Restrained Joint - Joint wherein a means is provided to prevent separation of the
assembled joint.
2.14 Flanged Joint - Joint between two flanged ends.
2.15 Nominal Size (ON) - Numerical designation of size which is common to all
components in apiping system. It is a convenient round number for reference
purposes and is only loosely related to manufacturing dimensions.
2.16 Nominal Pressure (PIV) - A numerical designation expressed by a number which
is used for reference purposes. All components of the same nominal size DN
designated by the same PN number have compatible mating dimensions.
2.17 Allowable Operating Pressure (AOP) - Internal pressure, excluding surge, that a
component can safely withstand in permanent service.
2.18 Allowable Maximum Operating Pressure (MOP) - Maximum internal pressure,
including surge, that a component can safely withstand in service.
2.19 Allowable Site Test Pressure (STP) - Maximum hydrostatic pressure that a newly
installed component can withstand for a relatively short duration, when either fixed
above ground level or laid and backfilled underground, in order to measure the
integrity and tightness of the pipeline.
NOTE - This test pressure is different from the system test pressure, which is related to
the design pressure ofthe pipeline and is intended to ensure its integrity and leaktightnens.
2.20 Batch - Quantity of castings from which a certain number of samples may be taken
for testing purposes during manufacture.
2.21 Length - Effective length of a pipe, as shown on the drawings of Table 2.
NOTE - For flanged pipes, the effective length is equal to the overall length and is noted L.
For socketted pipes, the effective length is equal to the overall length minus the spigot
insertion depth.
2.22 Ovality- Out of roundness of a pipe section; it is equal to lOO{(A,-A,)l(A,+A,)},
where A,, is the maximum axis and A, the minimum axis of the pipe cross-section.
3 CLASSIFICATION
3.1 Pipes have been classified as K7, K8, K9, KIO, K12,... depending on service
conditions and manufacturing process.
3.2 The class designation shall comprise of:
a) a prefix K.
b) a whole number used for thickness class designation, [this is the selected
coefficient inserted into the equation (1) in 4.3 depending on the service conditions].
3.3 The wall thickness of pipe ‘e’ in mm shall be calculated as a function of the nominal
diameter by the following equation with minimum of 5 mm for
K=7,6mmforK=8and7mmforK=12.
e = K (0.5 + 0.001 Oh') . . . (1)
where
e = wall thickness in mm,
DN = the nominal diameter, and
K = the whole number coefficient.
Ductile Iron or cast iron pipes and specials:-
D.I. K-9 pipe are use in rising main and D.I. K-7 Pipe are use in Distribution System. All the
167
D.I./D.F. cast iron pipes, fittings and specials used on work. The contractor shall make
provision in his rates of their supply & fixing including cutting etc. and T&P required for its
proper completion.

A. Ductile Iron (Spun) pipes:

The Ductile Iron Pipes to be supplied and erected shall be with ISI marking conforming to
IS:8329:2000. The Cement Mortar Ductile Iron(CMDI) Centrifugally Cast (SPUN)
Pressure Pipes for water application shall be with socket, spigot ends and joints
conforming to IS 8329:2000 and IS9523:2000 in standard working length of 5.5 m for
classifications K-7 or K-9, as per details in the subsequent clauses. The pipe shall be
supplied with ISI marked EPDM quality Rubber Gaskets (5% in excess of the requirement
for jointing of pipes). The Successful Bidder shall source all Ductile Iron pipes from
manufacturers having experience of supplying for at least five years and whose Ductile
Iron pipes are in satisfactory performance for at least three years in Indian projects for
which documentary evidence will have to be submitted from Govt. Authority not below the
rank of EXECUTIVE ENGINEER.

B. Ductile Iron Fittings :

D.I. Fittings shall be as per IS:9523/2000. As per clause No. 6.2 of IS:9523/2000, the
design of socket is not a part of the standard. Since the DI fittings manufacturers use their
own joint design, the efficacy of the joint design has to be proved by suitable Type Tests
as per clause No. 5 of ISO: 2531 ( ISO standard for Ductile iron pipes , fittings and
accessories). Type test results are to be certified by a Govt. recognized institution /
inspection agency, are to be submitted with the technical bid

GENERAL

This specification covers the specific requirement of design, material, manufacture


/fabrication, constructional features, inspection & testing, transportation, handling, laying
and site testing of Ductile Iron (DI) Pipes, Joints, fittings and specials.

CODE AND STANDARDS

The material, design, manufacture, dimensions, tolerances, mechanical properties, internal


cement mortar lining, external zinc coating along with bituminous finished layer, inspection
and testing of DI water pipes shall comply with the latest Indian Standard, “IS 8329
(Centrifugally cast (spun) ductile iron pressure pipes for water, gas and sewage –
specification)” or equivalent international standard unless otherwise specified elsewhere in
this Technical Specification. The various referred National and International codes
generally used in the design, manufacture and testing of DI pipes are as mentioned below:

Code
S.No. Code Title
No.

Centrifugally cast(spun) ductile iron pressure pipes for water,


1. IS 8329
gasandsewage – specification

Ductile iron fittings for pressure pipes for water, gas and sewage
2. IS 9523
–specification

3. IS 5382 Rubber sealing rings for gas mains, water mains and sewers

168
Specification for Sheet Rubber Jointing and Rubber Insertion
4. IS 638
Jointing

5. IS 12288 Code of practice for use and laying of Ductile Iron pipes

6. IS 11606 Methods for sampling of Cast Iron pipes and fittings

7. IS 455 Portland slag cement

8. IS 12330 Sulphate resisting Portland cement

9. IS 6452 Specification for high alumina cement for structural use

10. IS 6909 Specification for super - sulphated cement

11. IS 8112 43 grade ordinary Portland cement

12. IS 1387 General requirements for supply of metallurgical materials

13. IS 1500 Methods for Brinell hardness test for metallic materials

14. IS 1608 Mechanical testing of metals - tensile testing

Ductile iron pipes, fittings, accessories and their joints


15. ISO 2531
forwaterapplications

Ductile iron pipes and fittings for pressure and non pressure
16. ISO 4179
Pipelines -- Cement mortar lining

Rubber seals -- Joint rings for water supply, drainage and


17. ISO 4633
sewerage pipelines - Specification for materials

Ductile iron pipes -- External zinc based coating -- Part 1:Metallic


18. ISO 8179
zinc with finishing layer

Ductile iron pipes -- External zinc coating -- Part 2: Zinc rich paint
19. ISO 8179
with finishing layer

20. ISO 8180 Ductile iron pipelines - - Polyethylene sleeving for site application

21. ISO 10802 Ductile iron pipelines - - Hydrostatic testing after installation

22. ISO 10803 Design method for ductile iron pipes

Ductile iron pipes and fittings - - Seal coats for cement mortar
23. ISO 16132
linings

AWWA M 41 Ductile - Iron pipe and fittings (guideline code for design,
24.
manufacturing, testing, jointing, laying &installation etc.)

Ductile iron pipes, fittings, accessories and their joints for water
25. BSEN 545
pipelines - Requirements and test methods

169
DUCTILE IRON (DI) PRESSURE PIPES FOR RISING MAINS & DISTRIBUTION MAINS

Design Requirements

Classification

The class of DI pipes to be provided shall be as specified in the data sheet attached with
this sub section. The external diameter and wall thickness of socket and spigot pipes for
the specified Class shall be as per IS 8329 or equivalent international standard.

Pressure class and thickness class of pipe flanges shall be as specified in the data sheet
attached with this sub section and shall conform to the requirements of IS 8329 or
equivalent international standard.

Length

Socket and Spigot pipes shall be supplied in standard working lengths of 5.5m or 6m and
flanged pipes in lengths of 4m / 5m / 5.5m as per requirements.

Tolerances

Tolerances on External diameter, quality, thickness and length of pipes etc. shall confirm
to the provisions of IS: 8329 or equivalent international standard.

Material Requirements

The metal used for manufacturing the pipes shall be of good quality, commensurate with
the mechanical requirements laid down in IS 8329 or equivalent international standard.

Manufacturing Requirements

Pipes supplied shall be centrifugally cast (spun) Ductile Iron pipes conforming to IS 8329
or equivalent international standard. The pipes shall be stripped with all precautions to
avoid warping or shrinkage defects, detrimental to their good quality. The pipes shall be
sound and free from surface or other defects.

The Successful Bidder shall source all Ductile Iron pipes and fittings from manufacturers
having experience of supplying for at least ten years and whose Ductile Iron pipes and
fittings are in satisfactory performance for at least seven years in Indian projects for which
documentary evidence will have to be submitted from Govt. Authority not below the rank of
EXECUTIVE ENGINEER and ISO:9001 certification. Experience of any other
manufacturer belonging to the same group company of the manufacturer whose products
are offered by the bidders, will be also considered, provided the manufacturer offers the
product under the brand name of the other manufacturer from the group company and
gives a written undertaking of the other group company manufacturer that the products
have been manufactured under his supervision and the required technical know how has
been provided by the other manufacturer.
External layer

The DI pipes supplied shall be provided with external protection of metallic zinc coating
with finishing layer of bituminous paint as per IS 8329 or equivalent international standard.

Internal lining

The pipes shall be provided with suitable cement mortar internal lining as per IS 8329 or
equivalent international standard.

170
Joints

Push on flexible joints shall be provided for pipe to pipe connection as per IS8329 or
equivalent. Wherever, flange joints are required e.g. at terminal points, valves, over ground
and underground pipe connection etc., Welded on flanges shall be used.

Rubber gaskets

Rubber gasket used with push on flexible joints shall conform to the requirements of IS:
5382 or equivalent. Rubber gaskets for use with flanged joints shall conform to IS 638 or
approved equivalent.

DI FITTINGS & SPECIALS

General

DI Fittings should preferably be manufactured by the manufacturer of the pipes. In case


they are not, it will be the responsibility of the manufacturer of the pipes to have them
manufactured through a suitable manufacturer under its own supervision and have it
tested at his/sub contractor’s premises as per the contract. The pipe manufacturer will
ensure the compatibility of the pipes and fittings by prescribed type test with its own pipe
and the outsourced fittings. Therefore Ductile Iron fittings should be sourced from the
manufacturer of the pipes.

The manufacturing unit should have ISO 9001 certification.

The company should have fully equipped laboratory with in-house microscope to check
modularity and to check chemical composition along with tensile, hardness & elongation
by universal testing machine. The laboratory of the manufacturer should be accredited by
NABL.

Since the socket design is not given in the standard the min. socket thickness of fittings at
any point must not be lesser than minimum body thickness given in the standard.

Design Requirements

Classification

The class of DI fittings to be provided shall be as specified in the data sheet attached with
this sub section. The external diameter and wall thickness of fittings for Push on joints for
the specified Class shall be as per IS 9523 or equivalent.

The Pressure class of flanged fittings shall be as specified in the data sheet attached with
this sub section and shall conform to the requirements of IS 9523 or equivalent.

Permissible deviations on length of fittings

The permissible deviations on the length of fittings shall be as per IS: 9523 or equivalent.
Tolerances

Tolerances on external diameter, Raised face height, thickness and Flange drilling of
fittings etc. shall conform to the provisions of IS: 9523 or to the provisions of international
equivalent standard to which they are supplied.

171
Material Requirements

The metal used for manufacturing the fittings shall conform to the appropriate grade as
specified in IS 1865, in commensurate with the requirements of IS 9523 or equivalent.
Manufacturing Requirements

The fittings shall be stripped with all precautions to avoid warping or shrinkage defects,
detrimental to their good quality. The fittings shall be sound and free from surface or other
defects.

Linings and Coatings for Ductile Iron Fittings


The DI Fittings are to be lined with Cement Mortar Linings with a sand cement mixture and
the lining thickness should be as per Table 33 ( Annex B) of IS 9523. The Coatings to DI
fittings shall be similar in line with the provisions of DI pipes. All fittings must be painted with
Zinc rich paint as per Annexure A of IS 9523. Bitumen being used for External coating
should be approved By WRAS or similar approval authority. However, in soil conditions
where soil resistivity is less than 1000 ohm-cm with or without water table, fusion bonded
epoxy lined and coated DI fittings to be used in place of other type of lined and coated
fittings.

Fittings with Flexible Push-on joint

Flexible joints shall be of spigot and socket “push-on” type suitable for angular deflection
in any direction and capable of axial movement to compensate for thermal expansion or
contraction and ground movement.

Fittings with Flanged joint

Fittings with Flanged joints will be with raised face and they shall be supplied complete
with approved gaskets, hot dipped galvanized or cadmium plated bolts, nuts.

Fittings with Mechanical joint

Where Fittings with mechanical type joints are specified, proposed and approved they
shall be supplied complete with approved gaskets, glands, hot dipped galvanized or
cadmium plated bolts, nuts and all other necessary accessories.

Fittings with Restrained Joints

DI fittings with restrained joints shall be utilized in underground application where


pipelines have to cross roads through existing ducts or in areas with restricted
accessibility where the use of concrete anchor blocks is prohibited, or as directed by the
Engineer-in-Charge. The CONTRACTOR shall submit with his bid with full details of the
type of restrained joint he proposes to use.

Whenever in the course of work the CONTRACTOR intends to utilize restrained joints he
shall obtain prior approval from the Engineer-in-Charge.

Calculation of the number of pipe lengths with restrained joints required on both sides of
the fitting shall follow the manufacturer’s recommendation and shall be subject to the
Engineer-in-Charge approval.

Restrained joints shall be designed in accordance with ISO 10804-1. The permissible
angular deflection will be as declared by the manufacturer. The performance Type test of
this Joint in line with ISO 10804-1/EN545 has to be established by the manufacturer by
getting it witnessed by a NABCB (National Accreditation Board for Certification Bodies)
or IAF (International Accreditation Forum) or EA (European Cooperation for Accreditation)
172
accredited institution / certification agency. The certificate must be produced with the
technical bid.

Rubber ring for joints shall be of a type that will not deteriorate when stored under
manufacturer’s guidelines or during operation. The rubber gasket shall be of EPDM
elastomeric in accordance with IS: 5382 suitable for water supply.

Joints between pipe and fittings

Push on flexible joints shall be provided for pipe to fitting connection as per IS 9523 or
equivalent. Flange joints, wherever required, shall conform to the requirements of IS 9523
or equivalent.

Rubber gaskets

Rubber gasket used shall conform to IS : 5382 : 1985 or amended up to date. Other
requirements of gaskets are as per clause – 7 of IS 9523 : 2000. Rubber Gaskets to be
ISI marked EPDM quality.

TYPE TESTS

The contractor / manufacturer shall carry out the type tests as listed in this specification on
the pipes to be supplied under this contract.

The type tests shall be carried out in presence of the Employer’s representative, for which
minimum 15 days notice shall be given by the contractor. The contractor shall obtain the
Employer’s approval for the type test procedure before conducting the type test. The type
test procedure shall clearly specify the test set–up, instruments to be used, procedure,
acceptance norms, recording of different parameters, interval of recording, precautions to
be taken etc. for the type test(s) to be carried out.

In case the contractor / manufacturer has already conducted such specified type test(s),
he may submit the type test reports to the Employer during detailed engineering for
consideration of waiver of conductance of such type test(s) or otherwise as deemed fit by
Employer. Such test(s) should have been either conducted at an independent laboratory or
duly approved by accredited third party agency. The Employer reserves the right to waive
conducting of any or all the specified type test(s) under this contract.

The type test shall be performed whenever a significant change is made in the design,
material or process of manufacture or a new size or size range of the product is being
supplied by the manufacturer.

The following type tests shall be carried out:

Joint Leak Tightness Test

a) Tests for joints (push on flexible joints) shall be conducted as per the guidelines of ISO
2531 to establish adequate joint performance with respect to internal pressure, external
pressure and vacuum pressure under both normal alignment of joints and deflected
alignment of joints as dictated in ISO 2531.

173
b) Tests for Leak tightness and mechanical resistance of flanged joints shall be
conducted as per ISO 2531.

Cement Lining Smoothness Type Test

The contractor / manufacturer should have carried out Cement Lining Smoothness test to
establish C value (Hazen & William’s constant) of the offered DI pipe as 140. Necessary
certificate for the same shall be furnished to the employer.

In case the contractor / manufacturer has not carried out the test, the same shall be
carried out by the contractor / manufacturer within the scope of this contract.

Ring bend test

Ring bend test for 3% deflection with respect to external diameter of DI pipe offered shall
be conducted by contractor / manufacturer to prove that internal cement mortar lining does
not come off the substrate surface of Ductile Iron on random basis for each manufacturing
lot.

If the contractor / manufacturer of pipes do not have the facility for this type test at his own
works, the same can be arranged by him to conduct and demonstrate the test.
TRANSPORTATION AND DELIVERY OF PIPES

Bidder shall have to submit a write up for safe handling and stacking of pipes during
transportation and at site. It shall conform to the requirements stated in IS: 12288 or
equivalent.

All pipes fabricated in the factory and temporarily stacked in the Contractor's yard or
factory shall be transported to site after shop testing & cleaning them internally. The
loading in the factory shall be carried out by means of either acrane, gantry or with shear
legs, so as not to cause any damage to the finished material. Similarly, while unloading
and stacking, great care shall be taken to ensure that the material or lining inside is not
damaged or dented.

The material being delivered at site shall be jointly inspected by the Employer and the
Contractor. Defective or damaged pipe shall be rejected by Employer or in case of minor
damage, the Employer may allow repair of the pipe by the Contractor to the satisfaction of
the Employer as per guideline of IS 8329.

Props of proven designs shall be fixed to the pipes during transit to avoid undue sagging
and consequent distortion. After the pipes are carefully stacked, props may be removed
and re used for subsequent operations.

In case of transport by ship, packing shall be sea worthy so as to ensure safe delivery till
site.

All the Dl fittings shall be properly packed with jute cloth. Rubber rings shall be packed in
polyethylene bags. Rubber rings in PE bags and nuts, bolts etc. shall be supplied in
separate jute bags.

At site, pipes shall be stacked in such a way that suitable gaps shall be left in the pipes at
intervals to permit access from one side to the other.

MARKING

Each Pipe shall have as cast or stamped or legibly and indelibly painted on it with the
following marks:
174
a) The Manufacturer's name or trademark on each pipe

b) The nominal diameter of pipes and batch number.

c) Class of Pipes and fittings

d) A white ring line showing length of insertion at spigot end

e) Standard ISI certification mark for the pipes conforming to IS or international


standard mark to which they are supplied.

f) The last two digits of the year of manufacture

g) Any important information that the manufacturer deems fit to be inscribed on


pipe.

LAYING AND JOINTING OF DI PIPES

Laying Underground

Pipes shall be lowered into the trench with tackle suitable for the weight of pipes. For
smaller sizes, up to 250 mm nominal bore, the pipe may be lowered by the use of ropes
but for heavier pipes suitable mechanical equipment shall be used.

All construction debris shall be cleared from the inside of the pipe either before or just after
a joint is made. All persons shall vacate any section of trench into which the pipe is being
lowered.

The assembly for the pipes shall be made as recommended by the pipe manufacturer and
using the suitable tools.

The socket and spigot ends of the pipes shall be brushed and cleaned. The chamfered
surface and the end of the spigot end have to be coated with a suitable lubricant
recommended by the manufacturer of the pipes. Oil, petroleum bound oils, grease or other
material, which may damage the rubber gasket, shall not be used as lubricant. The rubber
gasket shall be inserted into the cleaned groove of the socket. It shall be checked for
correct positioning.

The two pipes shall be aligned properly in the pipe trench and the spigot end shall be
pushed axially into the socket either manually or with a suitable tool specially designed for
the assembly of pipes and as recommended by the manufacturer. The spigot has to be
inserted up to the insertion mark on the pipe spigot. After insertion, the correct position of
the socket has to be tested with a feeler blade.

Deflection of the pipes, if any, shall be made only after they have been fully assembled.
The deflection shall not exceed 75% of the values indicated by manufacturer.

On gradients of 1:15 or steeper, precautions shall be taken to ensure that the spigot of the
pipe being laid does not move into or out of the socket of the laid pipe during the jointing
operations. As soon as the joint assembly has been completed, the pipe shall be held
firmly in position while the trench is back filled over the barrel of the pipe. The back fill shall
be well compacted.

175
Special provisions in trench shall be made for accommodating socket (Bell) of each pipe,
as applicable so that barrel is uniformly rested on even trench bed surface, which is well
compacted as recommended in codes / standards.

At the end of each working day and whenever work is interrupted for any period of time,
the free ends of laid pipes shall be protected against the entry of dirt, water or other foreign
matter by means of approved plugs or end caps.

Laying above ground

The following is applicable only when no additional bending moments except hat those
due to self weight of pipe and its content are present. If any additional moments are
present, piping contractor has to suitably support the pipe in consultation with
manufacturer and Employer.

a) Socket and spigot pipes

Socket (Bell) and spigot pipes shall be provided with one support (usually pedestal or steel
pipe support) per pipe. The supports shall be positioned behind the socket of each pipe.

Pipes shall be fixed to the supports with mild steel straps so that axial movement due to
expansion and contraction resulting from temperature fluctuations is taken up at individual
joints in the pipeline. Joints shall be assembled with the spigot end withdrawn 5 to 10 mm
from the bottom of the socket to accommodate thermal movements.

The designed anchorage shall be provided to resist the thrusts developed by internal
pressure at bends, tees, etc.

Where a pipeline crosses a watercourse, the design and method of construction shall take
into account the characteristics of the watercourse to ascertain the nature of bed, scour
levels, maximum velocities, high flood levels, seasonal variation, etc., which affect the
design and laying of pipeline.

b) Flanged pipes

The maximum unsupported span for flanged pipes shall not be more than 8m. The
supports shall be located at the centre of every second pipe.

The maximum unsupported span at water course shall also be not more than 8 m. The
relative position of pipe joints and pipe supports shall be as per IS 12288 or equivalent.

The supports of all flanged pipe work spans shall be stable and unyielding due to
movements in the pipeline.

The straps shall prevent any lateral movement or lifting of the pipelines but not restrict
expansions and contractions caused by temperature fluctuations.
Cutting of pipes

The cutting of pipe, if required, for inserting valves, fittings etc. shall be done in a neat and
workman like manner without damage to the pipe or lining so as to leave a smooth end at
right angles to the axis of the pipe. Cutting of pipes shall be reduced to a minimum
required.

Cutting has to be made with suitable tools as per IS 12288 or equivalent and according to
the recommendations of the manufacturer. The spigot end has to be chamfered again at
the same angle as the original chamfered end. If there is no mark for the insertion depth

176
on the spigot ends of the (cut) pipe it shall be marked again according to the instructions of
the manufacturer.

Pipeline anchorage

Pipeline shall be securely anchored at dead ends, tees, bends, tapers and valves to resist
thrust arising from internal pressure. Suitable thrust blocks made of concrete shall be
designed and cast- in-situ.

All specials like bends, tees etc. and appurtenances like valves etc. shall be laid in
synchronization with the pipes. The Contractor has to ensure that the specials and
accessories are available at site ready to be installed together with the pipes.
EXTERNAL PROTECTION

The details of soil resistivity data when enclosed with this specification is for general
guidance of the contractor and the accuracy, validity & adequacy of the data shall be
verified by the Contractor.

The contractor shall carry out soil resistivity survey along the ROW of the pipe line using
Wenner’s 4 pin method in the presence of Employer’s representatives.

On completion of all field work, a report incorporating resistivity (on semi log graph sheets)
data shall be prepared by the contractor and submitted to the Employer.

In case of highly corrosive soil (soil resistivity less than 1000 ohm cm), polyethylene
sleeping shall be provided for encasement of the pipes, fittings and joints against
corrosion. This encasement shall be so designed to prevent the contact of pipe, fittings
and joints with the surrounding backfill and bedding material. It shall conform to the
requirements of IS 8329 & IS 12288 or equivalent international standards.

HYDRAULIC TESTING OF PIPELINES

After laying and jointing, the pipeline shall be tested for soundness and leak tightness of
pipes, fittings and joints, and soundness of any construction work. The pipe line may be
tested in sections.

Water and other facilities as required for such hydro testing shall be arranged by the
Contractor. Each section shall be properly sealed off with special stop ends secured by
adequate temporary anchors. The thrust on the stop ends shall be calculated and the
anchors designed to resist it. All permanent anchors shall be in position and, if of concrete,
shall have developed adequate strength before testing begins.
Hydraulic Testing of Sections

The section under test shall be filled with water, taking care that all the air is displaced
either through vents at the high points or by using a pig or a sphere.

After filling, the pipeline shall be adequately pressurized for a period of time to achieve
stable conditions.

The pipeline is then pressurized up to the full test pressure as stipulated in the datasheet
attached with this sub section and the section under test completely shall be closed off.
The test pressure shall be maintained for a period of not less than 10 minutes to reveal
any defects in the pipes, joints or anchorages. The test pressure shall be measured such
as to ensure that the required test pressure is not exceeded at any point in the entire
pipeline.

177
If the test is not satisfactory, the fault shall be found and rectified. Methods employed for
finding faults shall be as per IS : 12288.

Hydraulic Testing of Complete Pipeline

After all the sections have been joined together on completion of section testing, a test on
the complete pipeline shall be carried out. This test shall be carried out at pressure as
specified in the data sheet attached with this subsection. During the test, the pressure at
any point in the pipeline shall not exceed the pressure as specified in the data sheet
attached with this subsection.

QA REQUIREMENTS FOR DI PIPES, FITTINGS AND SPECIALS

Following tests / inspections to be carried out on the finished pipes, Joints, Gaskets, DI
Fittings & specials as per relevant IS/ISO standard:

1. Pipes produced are subject to following checks;

a. Visual Inspection for workmanship, marking, visual defect etc.

b. Mechanical Properties as per relevant governing Standard

c. Dimension

• Inside Diameter
• Outside Diameter
• Wall Thickness
• Quality of Pipes
• Length of Pipes
• Straightness
d. Hydrostatic Leak Tightness to be carried out as per relevant standard.

e. Zn coating & Bituminous painting on external layer DI pipes shall be carried out as
per relevant standard / Technical Specifications.

f. Identification – Manufacturer Logo, Nominal Diameter, Class, length indication for


cutting of pipe at site, ISI certification mark, pipe no.

2. Internal lining of suitable cement mortar shall be done as per relevant standard /
Technical Specifications.

3. Rubber gaskets shall confirm to the requirement of relevant standard /Technical


Specifications.

4. Joints for pipe, DI Fittings & specials shall be as per relevant standard / Technical
Specifications.

5. Type Tests: Please refer relevant sections of engineering portion of technical


Specification.

178
DATA SHEET FOR DI PIPES, FITTINGS & SPECIALS

S. no. Description Units Parameters

1. Pipe Material Ductile Iron (DI) pipe


internally cement
mortar lined and
externally coated with
metallic zinc & finishing
layer of bituminous
paint

2. Applicable standards IS / ISO / AWWA / BS


as listed in technical
specification

3. Hazen & William’s constant 140

4. Pipe Class K7/K9 based on


approved design as per
IS : 8329 or equivalent

5. Pipe Joint type Push on flexible joints


as per IS 8329

6. Pipe Joint type at valves, pumps Flange Joints as per


and other piping IS:8329 & IS 9523

7. Welded on Flange (as PN 16


applicable) Pressure

Class

8. DI fittings class K12 as per IS 8329 or


equivalent

9. DI fittings flange(as applicable) PN 16 / as per


class approved design

10. Restrain mechanism at bends, Thrust Blocks


specials etc.

11. Other Requirements As per technical


specification

Stop Cock and Bib Cock


Stopcocks and Bib cocks shall be of brass heavy class, chromium plated and of approved
manufacture and pattern complying with IS: 781. They shall be of specified size and of the
screw down type. The cocks shall open in anti-clockwise direction and chromium plating
shall be done in accordance with IS: 1068.

179
Valves
Types of Valve and Meters
Each filter bed shall be provided with meters for head loss, filter discharge recorders, flow
controller, total discharge meter from the filter bed and hydraulically operable sluice
valves, penstock of adequate size and dimension of approved quality. Each filter bed shall
have separate control table for accommodating operating knobs and switches of these
meters and valves. Alternative arrangements of mechanical operation of important valves
should also be made. There shall be a wash water controller installed at a suitable place to
regulate the flow of water coming into the bed. A suitable indicating dial type meter for
reading the flow should be provided and fixed. There shall be adequate arrangements for
disposal of wash water from the filter beds through C.I. pipes and drains connected with
general system of underground drainage. Care shall be taken not to have common wall
between the wash water drain or pipes and pure water channel.
Pure water channel shall be of adequate size and totally covered from all sides with
manhole and heavy glass covered for cleaning arrangement. All precautions shall be
taken to avoid contamination and fouling of pure water.
Clear water channel shall be lined on sides and bottom with white glazed tiles. Suitable pit
about 3 m deep lined with white glazed tiles on sides and bottom and having thick glass
cover shall be constructed at proper and well lighted place to see the clarity of water with
naked eyes. All works to be done as per CPHEEO manual.
For air wash rotary air type blowers capable of delivering 600 LMP per square meter of
free air of filter area 0.4 kg per square cm at the under drains having 100% stand by
including auto transformer, starters, main switches and pipe connection etc. all complete
shall be provided.
Pipe gallery shall be of proper width, adequate length and depth to accommodate different
pipe systems for efficient working of the filtration plant. Discharge of wash water inlet and
outlet pipes and channels etc., pipes and valves shall be so arranged as to have easy
access for working and for repair in case of need in future. Walking platform of not less
than 1.2 m width which shall be made through out the length and connected to the nearby
pump house and chemical house, which shall be covered with R.C.C. roofs.
There shall be 1.20 mt. wide R.C.C. stairs with kota stone rises and treads having 75 cm
high G.I. pipe railings in three rows fixed in R.C.C. Post for access into the operating
platform from the top of clear water channel. Provision shall be made for aluminum ladder
with side railing for access into pipe gallery from top of clear water channel, Walls, Floor,
Stapes of the filter operating platform and walls walk ways in between the filters shall all be
provided with vitreous tiles with approved quality and shade.

There shall be 75 cm wide walkway around the filter beds with 75 cm high, 25 mm G.I.
pipe railing in three rows fitted in 40 mm G.I. pipe railing post. There shall be 40 mm wide
and 25 mm high beat on the edge of filter beds to prevent debris and dust falling into the
beds during cleaning of floor.

Inner walls and ceiling of the filter house shall be painted with plastic emulsion paints over
plaster of paris as per standard specifications and the outer surface of the wall shall have
2
coats of snowcem painting of approved shade. Over cement plaster 12 mm thick 1:4
cement mortor.
Adequate skylight and window shall be provided in the filter house to admit sufficient
natural light. All the window and doors shall be provided with double layer of mosquito
proof netting in addition to the thick glass panels. The netting shall be separately fixed with
teak wood framing.

180
General Specifications for Valves
Gate (Sluice) Valves
Gate Valves shall be either solid wedge or knife gates unless specifically defined on the
drawings.
Solid Wedge Gate-Type Sluice Valves

General
All valves shall be double-flanged. Valves of Indian manufacture and in the size ranging
50mm to 300mm shall conform to BIS 780 and those of size ranging from 350 mm and
larger to BIS:2906. Imported valves shall conform to the relevant British or American
Standards. The materials used in construction, the design and all other relevant features
shall be such that the valves are entirely suitable for use on sewer/sludge pipelines, force
mains and within sewage pumping stations. Valve shall be of suitable pressure rating
which shall not be less than twice the normal operating pressure. PN rating
For duty heads below 100 m – PN1.0
For duty heads above 100 m – PN1.6
Design
The design of the valves will be such that erosion, cavitation, vibration and head loss (in
the fully open position) shall be a minimum external lubrication. The valves should be
capable of being opened and closed against working pressure which exceed the maximum
working pressures by 15 percent.
Materials
The materials used for the manufacture of each component shall be the best available for
the specific purpose and shall not, in any case be inferior to the following:

Cast Iron : BIS. 210 Grade 20


Stainless Steel : BIS. 1570 Grade, BS 970 Type EN, ASTM A 473.
Gun Metal : BIS.1400-LG 2 -C or the equivalent Indian Std.
Cast Steel : Plain Carbon Steel complying with BIS. 1570 Grade, or BS: 970
Grade 431 S 29.
Valve Bodies
a. Castings
The structure of the castings shall be homogeneous and free from non-metallic inclusions
and other injurious defects. All surfaces of castings, which are not machined shall be
smooth and shall be carefully fettled to remove all foundry irregularities.

b. Forgings
All major stress bearing forgings shall be made to a standard specification, which shall be
submitted if required to the Engineer-in-charge for approval before work is commenced.
Forging shall be subjected to non-destructive tests to detect flaws if any. Forging shall be
heat treated for the relief of residual stresses. The name of the maker and particulars of
the heat treatment proposed for such forging shall be submitted to the AVSLC. The
Engineer-in-charge or his inspector may inspect such forging at the place of manufacture
with a representative of the Contractor.
c. Workmanship
Workmanship and general finish shall be of first class commercial quality and in
accordance with best workshop practice.

All similar items of the valve and their component parts shall be completely
interchangeable. Spare parts shall be manufactured from the same materials as the
originals and shall fit in place of all similar items.
181
All parts, which can be worn or damaged by dust shall be totally enclosed in dust proof
housings.

Protective coating shall comply with BS 1218 Clause 16, for use in tropics, or BIS 2906,
Clause 7.

Spindle Details
The spindles shall be of Bronze and to permit the solid wedge gate to be so raised as to
permit an unimpeded flow passage through the valve in open position. Where hand wheels
are provided the direction of rotation and the words ‘OPEN’ shall be marked prominently
on the upper side. All spindles contacting surfaces in the valve body shall be bushed with
gunmetal.

Valve Gates
Each face of the gate shall be lined with heavy gunmetal rings, which will match with
corresponding rings in the body. The rings shall be force fitted by special fixtures and
riveted in the case of valves in the size range 450 mm and larger. When finally assembled,
the body and wedge faces shall provide a watertight bearing surface. When shut, the
gates shall ride on the body seats, to allow for wear.

Operation
The tops of the spindles or gears operated with extension spindles or tee keys shall be
provided with caps of dimensions conforming to BIS 2906 Table III. The direction of
opening shall be indicated on the caps.

Lubrication
At the points where lubrication is needed the Contractor shall furnish full details of the
method to be employed. The requirement of the requisite lubricating equipment and
lubricants for commissioning and operating and maintaining the valves for one year shall
be furnished by the contractor.

Spare Parts
One spare spindle and nut shall be supplied under this contract for each group of 10 sluice
valves or less of the different sizes. The contractor shall take this into account while
quoting the rates for individual items. No separate payment shall be made for this work. In
addition the Contractor shall submit a list of recommended spares for 5 years of operation
and maintenance of all mechanical, electrical and instrumentation works covered under
this

contract. Spares supplied shall be new, unused and interchangeable with the
corresponding components they are intended to replace.

Flanges
Valves of sizes from 80 mm to 300 mm shall have flat flanges as per BIS:1538 Part IV
Table I. Valves of sizes from 350 mm and larger shall have raised flanges as per BIS:
4504, Table 10/11 for 10 bar valves. The flange to flange distances shall be as per
BIS:780 for 80 mm - 300 mm valves and BIS : 2906 for 350 mm and larger valves.

182
Jointing Materials
Each valve shall be supplied under this Contract, with all-requisite joint rings, nuts, bolts
and washers for making the joints on all the valves to be installed under this Contract.
Jointing material between the connecting flanges shall conform to the requirements of BIS
638- 1965. Unless otherwise specified bolting used for jointing exposed connections shall
be carbon steel, conforming to BIS 210 Grade 20 Grade B, with galvanized finish. Bolting
for buried joints and joints that could come into contact with raw sewage shall be Stainless
Steel, as per Clause 2.02 A3. Boltholes shall be off-centre and in correct adjustment
longitudinally.

Special Requirements - 450 mm and Larger Valves


Sluice valves in the size range 450 mm to 1200 mm shall have, in addition to the above
requirements, the following features.
The valves shall have machined gun metal gate slides. Hard bronze shoes shall be
provided on the gate and machined gunmetal channels in the body. The bronze shoes will
be machined accurately to give a close working clearance with the channels. They shall
provide corrosion resistant bearing surfaces and minimize sliding friction and vibration
while maintaining accurate alignment. The use of cast iron channels with brass lining will
be permitted if the lining is at least 6mm thick. The use of other materials for holding the
channels in position will not be permitted.
The valves shall be provided with spur gearing consisting of machined mild steel pinions
and cast iron wheels for valves installed underground. The pinion shafts shall run in gun
metal bushes in a cast iron bearing bracket with provision for lubricating by a grease gun.

Gear wheel ratios will be such that a force of 270 Newton's applied on each end of a bar in
combination with a Tee Key or extension spindle at the following distances from the key
centre will permit smooth operation.

Valve size range (mm) Distance of application of force (mm)


450 - 900 600
1200 750

Valves installed above ground shall be provided with worm gearing. These shall be
machined cut, with bronze wheel and steel worm enclosed in a cast iron gear case which
shall be mounted on a fitting connected to the valve cover flange and shall be complete
with indicator column.

The worm shafts shall be equipped with ball thrust bearing and gunmetal bushes. The
gearbox shall be oil filled and sealed. The worm shaft bearing shall be provided with
grease

gun nipples. The gear ratios shall be so selected that the maximum force required to
develop the requisite operating torque shall not exceed 180 Newton's.

All valves of size 450 mm or more shall have valve gate indicator columns with 10 mm
graduations and indicating the fully open and closed positions. The indicator assembly
should be sufficiently watertight to prevent entry of rainwater into the worm gear box in
outdoor valves.
Factory Tests
All the valves shall be tested at the factory for smooth, trouble free operation and

183
operating torque requirements by operating between fully open and fully closed position
three times.

The hydrostatic tests shall consists of -


Application of a pressure equal to 1 and a half times the maximum working pressure
specified in this section with both ends closed and valve fully open, for ten minutes. No
leakage of water should occur through the metal, flanged joints or valve packing gland, nor
should any permanent deformation of any part occur.
The pressure shall then be reduced to the working pressure and the wedge gate lowered,
thus closing the valve. The stipulated pressures shall then be maintained for 5 minutes on
each side in turn during which no leakage should occur on the downstream side of the
valve seating.

Electric actuators
The sluice valve shall be operated by an electro-mechanical actuator, comprising of
motorized gear train and screw assembly, which drives the valve stem. The actuator shall
be supplied with the following accessories.
AC electric motor,
Reduction gear unit,
Torque switch mechanism complete with set of torque switches,
Limit switch mechanism complete with set of limit switches,
Hand wheel for manual operation,
Hand-auto changeover lever with suitable locking arrangement,
Local control switch / push buttons, and
415 V / 240 V AC control transformer

The actuator shall be suitable for operation in the climate conditions and power supply
conditions given in the specification. The actuator shall be capable of producing not less
than 1½ time the maximum required torque and shall be suitable for at least 15 minutes
continuous operation.

AC Electric Motor
Each motor shall be fully tropicalised and suitable for operation in the prevailing climate
conditions. They shall also be suitable for operating satisfactorily under variations of
electric supply specified.
Motors
The electric motors shall be of 3 phase, squirrel cage type as per IS 325 with insulation to
IS 1271 class “B”. The winding shall be impregnated to render them non-hydroscopic and
oil resistant. All internal metal parts shall be painted. The motor shall be rated for 30 min.

Motor Protection
The motor shall be protected by bimetallic over load relay. The relay shall be manually re-
set type.

Motor Controls
The reversing contactor starter and local controls shall be integral with the valve actuator.
The starters shall comprise mechanically and electrical interlocked reversing contactor of
appropriate rating fed from a 220 V control transformer. The common connection of the
contactor coils at the transformer shall be grounded. HRC type primary and secondary
fuses shall be provided.

184
Local control shall comprise push buttons for open close and stop operations and a local /
remote selector switch lockable in the three positions as below:
Local control only,
Remote control plus local stop only, Stop
locked off - No electrical operation

Vendor should also make a provision for transmitting the mode selected to control panel
and control panel will have corresponding indication lamps.

Wiring and Terminals


Internal wiring shall be of grade PVC insulated stranded cable of 650 V and of minimum
1.5 sq.mm copper for control circuits and of minimum 4 sq.mm for the power circuit. Each
wire shall be number identified at each end. The terminals shall be of stud type and they
shall also be identified by numbers. Cable entries shall be suitable for PVC SWAPVC
cables.

Enclosure
The actuator enclosure shall be IP 67.

Reduction Gear Unit


Reduction gear unit shall be of the totally enclosed oil bath lubricated type. The gearbox
shall be provided with the first charge of oil lubricants and appropriate filling and drain
connections. Gearing shall be adequate to open and close the valves under full indicated
maximum operating pressure differential at a speed sufficient to cover the full extent of
travel.

The valve operating equipment shall have a hammer-blow device to loosen stuck valve or
retrieve jammed valve position.

The gearbox shall have suitable stops to prevent movement of shaft beyond fully open /
close position. The gearbox shall also be designed for 15% more torque than maximum
valve torque.
Torque Switch Mechanism
The torque switch mechanism shall function as follows to stop the motor on closing or
opening of the valve, upon actuation by the torque when the valve disc is restricted in its
attempt to open or close.
The torque switch in the closing direction shall interrupt the control circuit if mechanical
overload occurs during the closing cycle or when the valve is fully closed. The torque
switch in the opening direction shall interrupt the control circuit if mechanical overload
occurs during opening cycle or when the value is fully open.

The mechanism shall facilitate adjustment of the torque at which the switches are required
to operate.
Limit Switch Mechanism
Non-adjustable limit switches shall stop the motor and give indication when the wedge has
attained the fully open or closed position.

The adjustable limit switches shall function to actuate relays / switches, provided for
system interlock, at the desired valve position in both the opening and closing directions.

185
Hand wheel
A hand wheel shall be provided for emergency operation. The hand wheel drive shall be
mechanically independent of the motor drive and any gearing should be such as to permit
emergency manual operation in a reasonable time.

Check Valves

Cast Iron Check Valves


60 mm to 350 mm diameter valves shall be swing check- valves of the lever and spring
type, flanged, and shall have cast iron body and renewable bronze seat, bronze hinge,
stainless steel hinge shaft. The valve shall conform to IS 5312 and, where any of the
requirements specified are not covered therein, to U.S. Federal Specification WW-V-51 D,
Type IV, Class A.

Cast Iron shall conform to ASTM A-126-66 and flanges to ANSI B 16.1. The valves shall
be designed for low head loss, shall be adjustable for non-slamming closure and shall be
seat-tight. An arrow showing direction of flow shall be prominently cast on body of valve.
The water working pressure shall be 10 kg/cm square except that the valve shall have
pressure rating same as the piping where the pipe class is higher. Valves shall be from
approved manufacturer only.

Pump Check Valves larger than 400 mm Diameter


All check valves larger than 400-mm diameter installed on the pump discharge shall be
flanged ductile iron body, cover disc, arm and levers. The seat shall be of renewable
bronze ASTM B 148. The disc shall be hinged on a stainless steel shaft. The gate pins
shall also be of stainless steel. The valves shall be designed for a working, pressure of
10kg/cm square. Valve operation shall be of the oil cushioned type such that the valve
swing to 90 percent closed immediately upon stoppage of flow and cushioning cylinders
shall control the final closure, to prevent mechanical slamming, within an adjustable timing
of one to three seconds. The valves shall be from approved manufacturers only.

Single Faced Sluice Gates

General Specifications
The frames, doors, sealing faces and spindles shall be as specified in the appropriate
clauses herein.

Each gate shall be provided with a suitable hand wheel of adequate diameter for the
duty required and gearing shall be supplied where necessary to ensure that the
required operating force applied by hand to the rim of the wheel does not exceed 25 kg.

Hand wheels shall have cast on them the direction of closing which shall be clockwise
and vandal and weatherproof clear poly-carbonate tube covers shall be securely fitted
to protect the threads of rising spindles. Each tube shall be clearly and permanently
engraved to indicate the position of the Penstock to which it is fitted.

Spindles shall have machine cut robust trapezoidal or square from threads. They shall
be of stainless steel or manganese steel, with the exception of non-threaded sections
of extended spindle installations, which may be of mild steel. Extension spindle
couplings shall be of the muff type and they shall be drilled and provided with a nut and

186
bolt for securing the spindle to the Penstock spindle head, which shall likewise be
drilled to receive the bolt.

Where extended spindles require to be operated at open flooring level, spindle guides
or guide brackets shall be provided close to flooring level.

All Hand wheels, headstocks, floor brackets and guide brackets shall be of cast iron.
Thrust tubes shall be galvanized mild steel or cast iron.

Fixing nuts and bolts supplied by the manufacturer shall be as specified in the
appropriate clauses herein.

All gates shall be of the rising spindle type and provided with headstocks. Unless
otherwise stated thrust tubes shall be provided between Penstock frame and headstock
in order to absorb thrust in both directions of operation for gates of 300 mm (square or
circular) and above. Thrust tubes shall incorporate all necessary fixing brackets and
spindle guide plates.

All materials used in the manufacture of gates shall conform to the following minimum
standards:

Sluice Gate
S.No. Component Materials Specification Grades

1 Gate Frame, Shutter Mild steel IS:2062-1992 Grade A


Stainless Steel ASTM A276 AISI:304,
Aluminium alloy 316, 410
2 Resilient rubber seal Natural Rubber
EPDM Rubber
Neoprene Rubber
3 Rubber seal retainer bar Mild Steel IS : 2062-1992 Grade A
Stainless Steel ASTM A276 AISI : 410
4 Coupling Cast Iron IS : 210-1993 FG 200
Mild Steel IS : 2062-1992 Grade A
Stainless Steel ASTM A276 AISI : 410

187
S.No. Sluice Gate Component Materials Specification Grades

5 Operating Nut / Stem Nut


Leaded Tin IS : 218-1981 LTB 1, LTB 2
Bronze
6 Head stock, Stem guide Cast Iron IS : 210-1993 FG : 200
bracket Stop nut
7 Fasteners & Studs Mild Steel IS : 2062-1992 Grade A
Stainless
Steel ASTM A276 AISI:410
8 Anchor Bolts Mild Steel IS:2062-1992 Grade A
Stainless
Steel ASTM A276 AISI:410
9 Yoke Mild Steel IS : 2062-1992 Grade A

188
SPECIFICATIONS
(E&M WORKS)

189
OFFICE OF THE PROJECT MANAGER,
PROJECT IMPLIMENTATION UNIT(AMRUT/ELECT.)
UTTARAKHAND PEYJAL NIGAM, DEHRADUN
ITEMWISE DETAILS FOR PUMPING PLANT
ACCESSORIES

FOR- SITC of submersible pumping plant for Each Tubewell at


Rudrapur (Zone-IV ‘A’) under amrut programme

1. Pump Set - 01 SET. :- Supply of submersible pumping plant capable of


delivering 1200 Lpm discharge at 80 mtr. head along with submersible self cooled electric
motor to be operated on 415 (+\-) 10% volts, 3 phase, 50 C\s AC supply with submersible
cable supplied by the manufacturer with bottom suction and top delivery suitable to fitted
with 150 mm dia column pipe with all required electro- mechanical parts.
2. Spare Pump Set - 01 SET. :- Same as above.
3. Electrical Panel Cum Starter including phase
reversal unit - 01 SET :- Floor mounted Cubical Panel of 16 SWG
powder coated CRCA sheet dust & Vermin proof having front door opening and rubber
chord lining to prevent dust & moisture duly double coat painted with provision of cable
entry holes and complete with internal wiring and instruments mounted including copper
bus bar for connecting the contactor etc. and instrument mounted within :-

Sl.No Item Rating Qty.

1 Switch disconnector fuse unit TP with HRC fuse 100 Amp. 01 No..
complete as per manufacturer

2 Main & Delta contactor 70 Amp 02 Nos.

3 Star contactor 45 Amp. 01 No.

4 Electronic overload relay 66 Amp. 01 No.

5 HRC control fuse fitting with link 20/6 Amp. 03 Nos.

6 96 sq.mm digital voltmeter 0-500 Volts. 01 No.

7 96 sq.mm. digital ammeter with CT 0-200/5 Amp. 01 No.

8 Ammeter & Voltmeter Selector switch 6 Amp. 02 Nos.

190
9 LED type indicating lamp for RYB, ON, OFF, O/L 22.5 mm 08 Nos.
TRIP, SPP & FLR

10 Push button for START, STOP & O/L RESET 22.5mm 03 Nos.

11 Plug in type relay for PLC operation 1N/O+1 6 Amp. 03 Nos.


N/C

12 Single phasing preventer . - 01 No.

13 Under/over voltage relay. 01 No

14 Electronics timer for S/D changeover. 0-30 sec 01 No.

15 Earth leakage relay with CBCT 0.5 to2.5 Amp. 01 No.

16 Electronic hooter 230 V 02 No.

17 Panel cooling fan - 02 No.

18 Switch with socket combined unit 15/5 Amp. 01 No.

19 LED bulb with holder. 8 watt. 01 set.

20 Toggle switch for lamp. 6 Amp. 01 No

21 Auto/ manual selector switch 6 Amp. 01 No.

22 Filter grill kit 120mm 02 Nos.

23 LT Power capacitor one set complete. 10 KVAR 01 Set.

24 Auto phase reversal unit including all As required 01 set.


accessories complete in all respect.

25 Other Item including Lugs, fennel, Nut Bolt As required 01 set


required to make the panel safe self efficient
and with all protection as necessary for
pumping plant.

4. Main switch :- 01 NO. :- Supply of 100 amp. 3 phase with neutral FN


type main switch 1no with 100 amp. 3 nos HRC fuses including required MS angle Iron
frame.
5. Power wiring & Earthing material:-
(i) Supply of 120 mtr long submersible cable 1x3x 16 sq.mm (Finolex/Havell’s make) as per
IE rules along with proper insulation and jointing material such as lugs etc.

You will carry out complete double loop earthing with copper plate of 600x600x3mm
(ii)
thick including accessories and providing masonry in closer with earthing chamber and

191
cover plate having locking arrangement and watering pipe of 25mm dia x2.7 mtr. long with
supply and laying of 25mmx3mm thick earthing copper strip at 0.50 mtr. blow ground level
including connection/ terminating with nut, bolt, spring, washer etc. as required ( jointing
shall be done by over lapping and with two sets of brass nuts bolt spring washer spaced at
50mm with supply of charcoal, salt and Earthing material as per latest IS code along with
funnel pipe for arrangement for watering.

6. Main piping and valves:- Supply of main piping and valves of 150mm size
having following items.
(a). 150 mm dia x 7.1 mm thick column pipe in 3 mt. length with interlocking arrangement
60 Mtrs.

(b). 150mm dia CI D\f PN-1 sluice valve with hand wheel ( Kirlosker/IVC make) - 2 Nos.

(c) 150mm dia CI D\F reflux valve( Kirlosker/IVC make) -1 No,

(d).150x150x150mm dia Tee heavy duty-1 No,

(e). 150mm dia CI D\F bend 900-2 Nos.

(f). 150mm dia MS D\F pipe of 7.1mm thick 2.0 Mt. length- 2 Nos,

(G).Ventury MSD/F –(150x75mm ) 1 No,

(H).150mm MS DI clamp heavy duty - 1 pair,

(I). MS TW Cap with coller (150x300 mm)-1 No

(J). 150mm dia MSD/F distance piece 1.5 mtr. long.- 1 No.,

(K). Necessary nut, bolts and packing-1 Set

(L) Gauges (pressure gauge up to 10kg/cm2) -1 set,

Under this, you shall supply the following materials:-


(m)100 mm dia Pressure gauge of above range- 01No
(n)Necessary GI fittings, Schrader valve- 01 set as required for above.
7. Lifting Tackle-1 No.
Under this, you shall supply P-type lifting tackle of capacity 3 ton with 4.5 mtr. lift tested up
to 50% over load shall be provided with load and hand chain.
8. Tools & Spanners-1 set.
Under this, you shall supply the following materials of Everest/Taparia/Jhalani make):-
(a) Tool box 01 No.
(b) D.E. spanner set (08 pcs.) 01 set.
(c) Pipe wrench 14” size. 01 No.
(d) Pipe wrench 18” size. 01 No.
(e) Combination plier. 01 No.
(f) Screw wrench 12” size. 01 No.
(g) Screw driver 12” & 14 “ 02 Nos.

192
(h) Hammer with handle -01kg. 01 No

9. Rubber resistance sheet- 01 No.


Contractor shall supply of rubber resistance insulated sheets 2M x 1M x 25mm thick duly
tested.

10. Chlorinator Dozer Pump:- Supply of Chlorinator Dozer pump


2
capacity: with range upto 2 lph, 8 kg/cm pressure to achieve desired PPM of chlorine as
per norms along with:-
(i) Injector and NRV with PVC pipes etc.- 01 set
(ii) 200 Ltr. Capacity PVC tank.- 01 no.

(iii) Starter cum panel for dozing pump.- 01 set

(iv) Single phase automatic stabilizer.- 01 no.

(v)Chlorine testing kit.- 01 set

(vi)Supply of Sodium hypo-chloride (Naocl) solution.- 200 Ltr.

11. Erection/commissioning- 01 Job.


Contractor shall carry out complete erection and commissioning of the pumping plant &
accessories at site.

12. Testing- 01 Job. :- Contractor shall arrange the testing of pumping plant at
site and works.
13. Painting -01 Job
Contractor shall carry out the painting work of all the equipments inside the pump house in
two coats by enameled paint and piping & valves with anti corrosive black paint.

14. Stabilization of Pumping Plant -06 Months.


The pump set shall be maintained by you for 16 hrs. per day for a period of six months
including providing pump operator .

(Rajeev Singh) (Anuj kaushik)


Assistant Engineer PROJECT MANAGER

193
DETAIL TECHNICAL SPECIFICATIONS FOR AUTOMATION
Item no. 1 - INTEGRATED PANEL
Integrated panel comprising of Intelligent GSM BASED REMOTE TERMINAL
UNITS (RTU), redundant as specified, with , 7" colour touch screen HMI with
Ethernet port and required accessories for local control and monitoring of process
parameters, actuator panel to support 2 actuators of bypass & mainline valve, GPRS
modem for 4G communication with accesories, smart energy meter, over voltage &
under voltage trip protection (350V-450 V) selectable, hardwire timer circuit,
isolation transformer complete with all accessories.

Integrated Panel comprises of;-

Specifications of RTU/PLC for Tubewell

IRTU/PLC Specifications
Sr. Description Specification
Nos
1. Make Reputed
2. Input/outputs
a. Digital Input 16 Expandable
Isolation Optical Isolated (5000 Vrms)
Operational Voltage 24V DC external wetting voltage
Specification Local indication using LED
b. Analog Input 6 Expandable
Input ranges 0-5VDC, 4-20mA,
Resolution 16 bit
c. Digital Output 8 Expandable
Isolation Optical Isolated
Operational Voltage 24V DC
Switching Capacity Local indication using LED
Works on tLhe internal 24VDC.

6-10A continuous current (Resistive load).

Pulse on or hold (latched output)


Specification Local indication using LED

d Analog Output 4 (OPTIONAL)

0 to 10 VDC
12 bit
3. CPU ARM Cortex-A9

Quad core, 1GHz CPU clock

4. Data Memory 2GB


5. Programming Memory 4GB Flash Memory
6. Clock Real time clock for time stamping (RTC)
Battery Backed RTC (20ppm crystal stability)
7. Analog to digital converter 16 bit Resolution

194
8. 7” HMI for touch screen control Must
a. Size 7" Widescreen TFT LCD
b. Type LCD backlit
c Memory Card SD card (supports SDHC)
d COM Port Serial/Ethernet/RS 485
e Touch Screen Yes
9. Communication Serial (3 - RS 232, 1 - RS485) (Capable of
communicating using GSM, GPRS, Data call,
Satellite, Radio Modem or Serial wired), Ethernet
(LAN)
10 Communication Protocol support should support all of the following protocols.

1. MODBUS TCP, RTU and ASCII


2. IEC 870-5-101
3. IEC 870-5-103
4. LEO Satellite Network
5. Quad band 850/900/1800/1900 Mhz
6. GPRS multi-slot class 10 (default)/ 8 (optional)
7. GPRS max downlink speed is 85.6 kbps.
8. GPRS max uplink speed is 42.8 kbps.
9. GPRS coding schemes CS1, CS2, CS3 and CS4
10. 2G/3G/4G GPRS/NB-IOT GPRS FALL BACK
11. WI-FI x1 (802.11b/g/n )
12. BLUETOOTH x1 (4.0 BLE)
13. ZIGBEE-RF 2.4 GHz, IEEE 802.15.4, Data Rate:
250 kbps
14. GPS INTERFACE (EXTERNAL)

11 Communication port 3 nos RS 232


1 no RS 485
1no POE Ethernet port

1no Gigabyte Ethernet Port

1nos Usb Port

12 Enclosure suitable IP55 Enclosure


13 Operating temperature 0 to 70 deg C.
14 Storage temperature -20 to 80 deg C
15 Humidity 95 % condensing
16 Vibration IS standard, 5-300 Hz
17 Protection IP 55 grade
18 Mounting Wall mounted/Panel mounted
19 Model iRTU /PLC-as suitable to specs
20 Power Supply Power Supply shall be of high efficiency of SMPS type with
large input range to meet Indian power conditions like:
Universal AC input 85V- 264V, 50/60Hz
21 Redundancy of power supply & CPU Yes/Must
22 Battery Backup The INTELLIGENT REMOTE TERMINAL UNIT will
be provided with battery backup (4 hour) to ensure
that INTELLIGENT REMOTE TERMINAL UNIT is
195
able to run / communicate even during power failure
23 Satellite Communication INTELLIGENT REMOTE TERMINAL UNIT should
be software ready to support LEO / GEO VSAT
satellite communication in case the GSM network is
not available.
24 Approvals / Compliance to IEC standards Compliance to IEC– 60068-2-1/IEC–60068-2-2/IEC
– 60068-2-30/IEC–60068 - 2-78/IEC-68-2-6/IS 9000
Part VIII/IEC-68-2-27/IEC-61000-4-2/IEC-61000-4-
3/IEC-61000-4-4/IEC-61000-4-5 CISPR22
25 1. Short Circuit Protection
Protections to cater to harsh conditions prevalent in 2. Over Voltage protection
water sector
3. Under Voltage Protection
EMI/EMC protection

The Detailed specifications iRTU/PLC

The Intelligent Remote Terminal Unit hardware shall have following basic features:

Intelligent Remote Terminal Unit architecture complexity is Industry 4.0, IIoT enabled flow chart
programmable unit for ease of programming and ease of de-bugging.

Single card architecture housed in industrial IP55 or higher enclosure for simplified design; rack mount
assembly is not preferred.

7" Touch Screen HMI display to display all the pumping Parameters simultaneously on real time basis. The
HMI is used for local operation and set-point control and adjustment.

It should be programmable to display important parameters, mode of operation, signal strength of the GSM /
GPRS network, current Date/Time, cause of Alarm condition and Scheduling information.

It should be possible by the local HMI to set/change mode of operation, set/change Date/Time, set/change
scheduling information and enable /disable alarms on cell by an authentic user having access to the system
through a given password. Touch Screen for AUTO/MANUAL, Pump/tube-well ON/OFF, viewing schedule
and current date/time, recipe variables, On/Off/Trip/Feedback delay timers, PCBPLC variables, GPRS
configurations should also be provided.

The high performance INTELLIGENT REMOTE TERMINAL UNIT must be designed to log all the pumping
station parameters with time stamping in its NON-VOLATILE memory at the defined logging interval.

The parameter logging interval can be set from 1 reading/ 15 Min. or near real time locally form the keyboard
and remotely from the central control station. The logged data can then be down loaded to the central station
PC. The report is generated in Microsoft EXCEL format.

The logged data shall be stored up to one year in the INTELLIGENT REMOTE TERMINAL UNIT and
simultaneously transferred to the MCS on real time basis.

196
LED indication on the front panel shall be provided for the indication of the present mode of operation and for
alarm status along with its simultaneous display on the MCS.

The INTELLIGENT REMOTE TERMINAL UNIT shall be battery backed-up so as to maintain time stamping
during power failure of the monitored pumping parameters which can be used in further analysis.

The INTELLIGENT REMOTE TERMINAL UNIT shall be designed to have communication compatibility for
wireless mode viz. for GSM / GPRS, Zigbee Radio Frequency, Wi-fi, Blue tooth, NB-IOT or wired mode viz.
Telephone and serial, Ethernet to transmit data and receive commands remotely. Communication ports shall be
required in the SCADA Hardware as per system requirement considering:

Two Power Supplies configured in hot standby mode for full redundancy shall be
provided with the following specifications.

1. Input: 230 VAC (range 170 to 270 VAC), 50 Hz

2. Type: SMPS Type for high efficiency.

3. Output: +5 VDC @ 3 amps

a) +12 VDC @ 1 amps


b) +24 VDC @ 1 amps Isolated for status inputs and outputs.

4. Battery Back-up: 4 hour of Battery back up for operation of INTELLIGENT


REMOTE TERMINAL UNIT.

CPUs shall be provided with the following specifications.

1. ARM Cortex-A9 Quad core, 1GHz CPU clock

2. 2 GB RAM

3. FLASH MEMORY 4 GB
4. SD Memory up to 64 GB

5. Real Time Clock (+/-1 minute accuracy over one month)

6. 7” touch screen HMI

7. 16 bit high performance analog to digital converter for high resolution of acquired
data

8. Watchdog timer to 1.6 sec. that provides a reset signal to the CPU if not toggled
due to any hardware or software failure to ensure fail-safe operation.

Analog Inputs

1. Input Range: 0 - 5 VDC, 4 - 20 mA, , HART INTERFACE available for smart


instruments

2. Differential Mode inputs having high CMRR (Common Mode Rejection Ratio)
differential amplifier Single ended inputs will not be considered.

3. 16 bit high Resolution.

4. Input Over voltage protection: +/- 30 VDC Continuous


197
5. Input Low pass RC (Rejection Circuit). Filter for each channel.

6. High performance Instrumentation amplifier

7. High CMMR (Common Mode Rejection Ratio)

8. Common mode voltage (max) + 10 volts

Digital Inputs:

1. Optical isolation

2. 24 VDC inputs

3. isolated inputs

4. Input Current per channel: 12 mA @ 24 VDC

5. Current consumption (max) 180 ma @ 5 V

6. On/Off delay times 1.6 msec

7. Local LED status

Digital Output:

1. Contact rating 24 24 VDC @ 5 amps

2. On /off delay times 3 msec.

3. Local LED status.

Analog Output:

1. Optical isolation

2. Range:, 0-5 VDC, 4 –20 mA

3. 12 bit Resolution

Note: IO must be from same family as CPU & it must be from same manufactures. Isolation
must be built in IO card. External Isolation card shall not be accepted.

Communication:

1. Industry standard peripheral interfaces for TOUCH SCREEN HMI

2. 2G/3G/4G GPRS/NB-IOT fall back MODEM

3. GPS INTERFACE

4. RS-485 Modbus Interface

5. Zig bee RF wireless Interface

6. Wi-fi Enabled

7. Bluetooth Interface

198
8. POE Ethernet Port

9. Gigabit Ethernet Port

10. USB interface

Environmental Specification:

1. Operating Temperature: 0 – 70 degrees Celsius

2. Storage Temperature: -20 to 80 degree Celsius

3. Humidity: 95 % condensing

4. INTELLIGENT REMOTE TERMINAL UNIT shall be complying to IEC –


60068-2-1 / IEC – 60068-2-2 / IEC – 60068-2-30 / IEC – 60068-2-78 / IEC-68-2-6
/ IS 9000 Part VIII / IEC-68-2-27 / IEC-61000-4-2 / IEC-61000-4-3 / IEC-61000-4-
4 / IEC-61000-4-5 CISPR22

5. Vibration: IS Standard, 5-300 Hz, 0.35 mm / 5 g

6. IP 55 grade protection

Approvals:

1. IEC (International Electro-technical Commission) compliance for INTELLIGENT


REMOTE TERMINAL UNIT internals

2. NEMA (National Electrical Manufactures Association) / UL / IP Listing for


enclosures.
Protection:

1. Short Circuit Protection

2. Surge Protection using Metal oxide resistors.

3. Over Voltage protection


EMI (Electromagnetic Interference)/ EMC (Electromagnetic compatibility) protection

The above design is based on RTU and anything other solution being offered by any other
bidder should have minimum features of the RTU specifications detailed earlier.

Control Logic
The control logic shall be programmed using intuitive flow chart programming.
The flow chart programming software shall have following FEATURES:

• Logic building using flow chart components.


• Debugging tools such as break nodes, break points, watch nodes etc.

• It shall be possible to define watch variables and modify


them during runtime.
• Extensive recipe management features shall be provided.
• Detailed project management shall be provided.

199
• It shall be possible to see the effect of logic execution
using mimic generated.
• Logic shall be divided into emergency, sequence and interlocks.
• Interlocks shall be defined a separate block.
• It shall have a library of timers, counters and PID function blocks.
• A position selector switch shall be provided for selecting the
priority operation of pumps.
• Indicating lamps (cluster LED type) shall be provided on
control panel for status of pumps and motorized valves.
• Starting and Stopping of pumps, Open close operation of
motorized valves, system start, and system stop functions shall
be performed through Graphics only.
• The pump operation will be scheduled based as well as can be
level based. Further the pump operation and schedule will be
automatically modified for equal run time to take care of
power failures.
Actuator Panels

Sr. Description Specification


Nos
1. Make Reputed
2 Switchgear
Relay AC,DC
Contactors 2Nos
Operational Voltage 415V Ac
Indication Lamp For Open ,Close and 6
Fault,3Phase
Remote Local Switch 1
Open Close Switch 1
Isolation Transformer 1
Overload Relay 1
3 Pole MCB 1

Terminal For Cable Termination As required

Should be the Integral Part of the Integrated Panel and able to operate the actuators in Manual as
well as auto mode and should have required no of

• Relays
• Contactors
• Indications lamps
• Remote Local Switches
• 415 V , 50 Hz
• Should Be Fully compatible with Actuator supplied

GPRS MODEM

Sr. Description Specification


Nos
1. Make Reputed
2 Input Voltage 7 VDC to 36 VDC (12 VDC, 1A nominal)
3 Antenna Connection SMA 50 ohms - female
4 Operating temperature –40°C to + 85°C
200
5 Storage temperature –40°C to + 85°C
6 Frequency Quad Band 850 / 900 / 1800 / 1900
7 Design Industrial Grade Design
8 Connectivity Reliable GSM/GPRS network
connectivity/Compatible For 4G
Communication.

Smart Energy Meter

Description Specification
Sr.
Nos
1 Make Reputed

2
Display Type 7 Segment LED Display

3
Display Configuration 3 Rows of 4 Digits

4
Electrical Connection 3Ø - 3W, 3Ø - 4W, 2Ø - 3W, 1Ø - 2W

5
Type of Output Pulse Output/RS 485

6
Features Phase Angle Detection, (Max/Min)
Demand Power, Run Hour

7
CT Primary 1 / 5A to 10kA (Programmable for Any
Value)

8
CT Secondary 1 / 5 A (Programmable)

9
PT Primary 100V to 500kV (Programmable for Any
Value)

10
PT Secondary 100V to 500V (Programmable for Any
Value)

11
Rated Input Current Nominal 5A AC (Min – 14mA, Max – 6A)

12
Supply Voltage 240V AC (-15% to +12%) (45/65Hz)

13
Size 96 x 96mm

14 Mounting Type Panel Mount

201
Smart energy meter should be compatible with RTU/PLC and able to transfer Energy data to IRTU/PLC.

Over Voltage Under Voltage Trip Protection

Sr. Description Specification


Nos
1. Make Reputed
2 Supply Voltage 380-440 V AC
3 Over Voltage/ Under Voltage Variable setting
4 Output Contact 2CO
5 Trip setting Yes
6 Trip time delay Yes
7 Resetting Mode Auto/Manual/Remote

Hard wire Timer Circuit For Actuator

In case of high head schemes to limit pressure buildup in the pipeline, hardware
timer circuit is to be provided.

Function of the circuit: The valve is closed and the pump motor is started. As
soon as the pump starter goes to delta, the actuator is given a command to open.
Simultaneously the timer is also powered. If after a preset time the actuator does
not start opening and close limit switch is not released, the safety relay will
operate.

Hence the following items are required for each starter:

1.Relay with 2 change over contact, 230 V AC coil with base - 2 nos.

2.Electronic timer 0-60 sec, 230 V AC – 1 no.

Isolation Transformer

Sr. Description Specification


Nos
1. Make Reputed
2 Primary 0-380V-440V-470V
3 Capacity: 300 VA
4 Insulation 2.5 Kv
5 Rated Temperature 55 deg. C
6 Frequency 50 Hz

with required DIN rail mounted glass fuse type 4 sq. mm screw terminals and with extended bottom
mounting angle; in output side to provide push in type terminals 4 sq mm rating.

Item no. 2- Development & Customization of web & android based SCADA software
202
The SCADA software should be full development version with unlimited tags. The software
should be web based with android app.

SCADA Software at the Master Control Station


All operations can be executed from the existing MCS through extensive
graphics support of the package, which also reduces the learning curve of an
average operator. Distribution system Mimic Diagram makes it easy to identify
that the entire set up of Tube well and Pumping Stations that is generated on the
MCS and user at a glance can have to total status information of the system.

While the operation can be carried out from the MCS, all the data logged onto the
MCS is then analyzed through representation of this data in various meaningful
user defined reports, graphs, trends and customized analytical requirements of the
system.

Reports

One of the most important aspects of the SCADA System is generation of


meaningful reports that summarize the huge amount of data acquired by the
system. The report generation is a flexible facility allowing different levels of
user- defined reports critical for an Operator, Supervisor, Engineer and
Chairman. Operator level reports are detailed and timely for making process
decision; however, the management level reports are a summary of all
information and hence are concise compared to operator reports.

Customized Reports are provided by Report generator modules of SCADA


Software.

Report generator provides flexibility in defining date and time information for
scheduling reports as well as for specifying report contents. This means user can
have:

a. Yearly, monthly, daily water production reports may be automized on


monthly basis.
b. Daily water production report comparing today’s production
to same day’s production of the previous month
Reports can be generated automatically in an unattended situation like hourly, shift
or daily logs, monthly or yearly summaries of flow.

Reports can be auto saved in the defined and configured folders for archiving.

Alarms

Reports can be printed in response to predefined events such as a Tube Well


outage report or a trip log report. Reports can also be printed automatically at
predefined time duration.

Covered under the Alarm Monitoring module, this feature provides alarm reports
for

203
a. Limit Cross over (for controlled parameters viz. over
pressure, tank overflow,
b. Hardware alarm
c. Communication link alarm
d. Each alarm is time stamped and signaled on the MCS.
e. Severity of alarms is indicated through colour-coded
representations of these alarms.
f. Selectable report fields provided by Report generator are as under:
g. Historical Values (Flow, pressure, levels)

h. Calculations based on complex equations (derived flow


based on discharge pressure of TW etc)
i. Max/Min/Avg./Total over user defined time interval
j. Date/Time at which Max/Min occurred
k. Current Date and time

l. User defined variables


Trend Displays

Graphical trends for all critical parameters for immediate access to the
behavior of a particular parameter over a period of time.

Also covers historical trending of parameters like total water production;


this will help not only in concluding the pattern of system utility but also
production forecasting after scrutiny of say last five successive years of
production.

Graphical Displays
Graphs inter-relate critical parameters which help in evaluating overall
system performance. Practically any parameter logged onto the MCS,
canbe interlinked. A few examples can be:

Tube Well discharge pressure vs. Current consumed to cross check the
hydraulic performance and electrical efficiency of the bore-wells.

Daily Cumulative water production vs. Peak flow rate during the day to
ascertain pumping operations in order to meet the daily requirements of
the consumers.

Huge amount of information logged onto the MCS should be


systematically presented by the SCADA package for decision making at
all user levels.

The content, format and utility of this information in general is different


for different levels of usage and it can be further customized for effective
decision making of the high level staff of the Authority.

Hence, while the system shall, on one hand, operate the water distribution
system to achieve optimum performance, the collection and analysis of
204
the key performance parameters shall be used to further improve the
system.

SCADA Software Specification

Operating System

The monitoring and control software supplied by the bidder for the proposed water SCADA
system shall be extremely customized for the applications and shall be:

• A License/development version

• Shall have unlimited Digital and Analog tags

The offered system shall be based on the state of the art 64-bit Windows NT operating system.

The operating system shall have following features:

a) Multi Tasking.
b) Multi User.
c) C2-level security.
d) Networking protocols support.
e) Graphical Users Interface (GUI).
f) WINDOWS emulation.
g) Industry standard RDBMS support.
h) Various Password support.
i) Support for object linking like DDE, OLE etc.

Application Software

The application software offered shall be scalable to meet the demands of growing networks.
The application software is Web Based and shall be written in HTML responsive framework, the
application software can view with all standard Internet browser and it is browser independent.
Similar Mobile Application which can work with any Android or IOS platform is required for
remote monitoring from any site.

The application software have following features:

1. Google Map Interface for Location based Asset Monitoring with pin-Point
Indicator

2. MIMIC Graphics with 3D and animated images with sound effect.

3. Alarm POP Up notification with sound effect.

4. Reports

5. Live Trends

6. Historical data and Graphs

7. Schedule Configurations

8. Controls through MIMIC graphics

9. GPRS Configurations

205
10. Creation of Groups for RTU/PLC

11. Creation of different Users for Group

Features of Web SCADA

User and Group definition

Secured and Controlled access to web SCADA through authentication.

Restrict functionality privileges through bifurcation of User


Category into Admin or Normal User types.

Allow only Super Admin user to Add and configure Clients,


INTELLIGENT REMOTE TERMINAL UNIT Channels
(Analog/Digital) and Add Users.

Configure user accounts by assigning a User ID and password.

Simplify user management through group definition and


allocation of users to groups.

Configure INTELLIGENT REMOTE TERMINAL UNIT

Define INTELLIGENT REMOTE TERMINAL UNIT for the


respective Client and assign a Mobile Number for sending SMS
messages to the centralized software application.

Easily manage INTELLIGENT REMOTE TERMINAL UNIT of same


type by defining the INTELLIGENT REMOTE TERMINAL UNIT
Group List.

Analog and Digital Channel

Provision to define Analog and Digital Channels for INTELLIGENT


REMOTE TERMINAL UNIT .

Enables user to specify Lower (Low Range, Low Limit, Low Low
Limit and Out Low Limit) and Higher (High Range, High Limit,
High High Limit and Out High Limit) range of values for Analog
Channels.

Define the Alarm Priority (Normal, Low, Critical), Alarm


Inhibits (No/Yes) and Trend Page on which the Trends (Graphical
display of data) for respective Analog Channel will be displayed.

Fetch the Analog data and accordingly display the Alarm Type (L,
LL, H, HH) and Priority (Normal, Low, Critical).

Provision to display the High and Low Ranges of Analog data in


different colors through Trends.

206
Mimics

Display the latest Analog/Digital data received from INTELLIGENT


REMOTE TERMINAL UNIT .

Trends

Display historical/live analog data in the form of Graph.


Provision to view Analog Data between the selected date and
time for multiple Analog Channels.
Provision to configure the Start Date, Time and Limits (High-Low,
High-High, Out-High and Normal) within which the Data is to be
graphically represented.

Enables Template definition and allows user to view the Trends as


per the Template, Chart Type (Bar, Line, Pie and Area), and
Appearance (2D/3D) selected.

Allows user to simultaneously view two different Analog


Channels graph by selecting Multi Axes option.

Alarms

Display the Alarms between selected date and time.

Depending on the Tag Value fetched from INTELLIGENT REMOTE


TERMINAL UNIT , display the Alarm Type (HH, L, etc), Alarm
Priority (Normal, Low, and Critical), INTELLIGENT REMOTE
TERMINAL UNIT Name, Tag Description and Tag Value.

Acknowledge Alarms after the site engineer solves problem.

Reports

Define Client-wise Customized Reports by selecting various


combinations of Analog and Digital Channels and view the data
fetched between selected date and time.

Display Minimum, Maximum and Average of Analog data


fetched between selected date and time.

Date/Time Format

Configure and select the Date and Time format in which the
Date/Time is to be displayed for the current session in which the user
is logged in.

Client wise Report Header

Customize Client-wise Report Header to be displayed at the top of


the Reports.

System Benefits

207
Secured and authenticated access to SCADA / Web based
application.

Isolate user functions (Reports, Alarms, Mimics, Trends) from high-


level administrative functions (Client, INTELLIGENT REMOTE
TERMINAL UNIT ) in the system.

Through Web based access enable data acquisition and


configuration to a remote site from any location around the
world.

Allow user to identify system anomalies based on the Channel


configured and data acquired from INTELLIGENT REMOTE
TERMINAL UNIT.

Using Trends, allow user to view and analyze real-time and


historical data of SCADA System by chart. Configure Chart with a
high level functionality.

Acquire latest Analog/Digital data using Mimics.

Search Reports for Analog and Digital data between selected date
and time and view the maximum, minimum and average data fetched
from INTELLIGENT REMOTE TERMINAL UNIT between selected
intervals.

Display Alarms having Critical priority in Red Color. The site


engineer can be notified to solve the problem pertaining to the
INTELLIGENT REMOTE TERMINAL UNIT for which the Alarm
is displayed and acknowledge the Alarm after the problem is solved.

Salient Features

User can check / view data from any PC. This does not need
specialized PC.

User need not install SCADA software.

User can get all the features of the


SCADA Mimics

Repor
ts
Trend
s
Alarm
s etc.
208
User need not take back-up of the important data.

User can configure / save the reports/ trends like a template.

Users who have multiple locations (Geographically) to monitor &


control can access every location from anywhere.

Important note:

Vendor shall supply full development license for each SCADA node without any restrictions in the number
of tags.

DATABASE

The application software shall have following database features:

a) Database offered shall be capable of accommodating at least :


300 500 misbrands
300 500 status indications

300 5000 computed values

b) Instantaneous information:

The On-line/ Real Time data is collection of telemeter misbrands status,


manually entered parameters and calculated or derived parameters along
with validity flags. Updating should take place as follows:
300 Cyclic updating of measured values

300 Instantaneous updating of status information.

c) Real-time database.

It should be possible to store various real time/on-line time stamped


information, calculated results, event and alarm information in a
permanent storage which can be retrieved for the study using the history
option. The rate at which storage of the system shall be user-defined.

d) The database operations shall be carried out in the interactive


mode from operators console without interfering with Data
Acquisition system.

e) Data protection against accidental or unauthorized changes.

209
f) High availability.

g) Easy data maintainability.

h) Static database information of water distribution system e.g. size of


pipes, joints, pumps etc.
i) Link with industry standard RDBMS for storing ON-LINE data.

j) Dynamic data exchange.

k) It shall be possible to change the limits of particular value while


running the system.

l) Authorization: There shall be password protection for data amendment. It


shall be restricted to “Authorized” persons by password, which can be
altered by them only.

m) There shall be facility to exchange real-time data with any other


Dynamic data exchange application.

Data Processing
The offered system shall be capable of the following data processing functions:

a) It shall be possible to perform mathematical calculations.

b) It shall be possible to perform logical operations.

c) It shall be possible to program control logic. The programming


software offered shall allow development of complex control logic
using flow chart programming. Due to intuitive nature of flow chart
programming and ease of programming, enigma desires to use it for
programming of control logic. The board does not have expert
software programmers and hence support for simple flow chart based
programming tools is a must.The flowchart programming tool
offered shall have facility for validating the logic
developed, carrying out simulation runs, to control the process and to
provide an operator interface.

d) The software shall be capable to modify the set user-definable range


Database Functions That Can Be Changed Online:

A highly flexible database editor shall be provided for configuring


analog channels that allows as many as 28 fields to be changed/specified
on-line.

Some of the standard reports required are:

210
Demand Log Report

This report prints the current status of all parameters at the time of

request. Alarm Summary Reports

This report gives a list of all the channels that are in alarm or have
returned back to normal but are not yet acknowledged the date and time
at which the channel went into alarm shall be shown. Moreover, for
normal channels the time when that channel returned to normal shall be
also shown.

Spot Group Logs

This report is quite similar to the demand log, the only difference being
that parameters belonging to a specified group or groups shall only
print.

Historical Group Log

This report is similar to the spot group log report except that user can
generate report based on the historical data that is logged.

Hourly Log Reports

These are logs that are printed at specific time intervals. However, in
case printer in not on-line at that time, a facility shall be provided to
print these reports on demand. The following types of logs shall be
provided.

Daily log

This log shall be initiated every hour and shall print out the hourly
maxi- mum/minimum and average values for the previous hour.

Every 8 hours or at incharge defined interval, shift log shall be printed


out. This report consist of average, minimum and maximum values
for each analog channel for the previous eight hours.

This log provides information about average, minimum and maximum


values of the entire day for each channel.

211
Daily Deviation Log

In any SCADA system it is of prime important to the user to know how


his process variables have fluctuated during the day. This report shall
provide exactly that information. For each process variable, reports of
its maximum value along with its time of occurrence, minimum value
along

with its time of occurrence and running average value of the parameter
shall be printed.

Event List

This report prints a list of events that match the following inputs.

Start Date
This defines the start date from which events should be searched.

Start Time
This defines the start time from which events should be searched.

End Date
This defines the date till which events have to be searched.

End Time
This defines the time till which events have to be searched.

Parameters (Analog)
User shall have the flexibility in defining the parameters that he
wants to get reported.
Parameters (Digital)
This option allows for selection of digital channels and shall be
similar to the one above.
Alarm Types
User can also select the alarm types that he wants to view.

Alarm/Event Display
It is required to appear the alarm on the SCADA PC and Mobile Sets
of specified users. The alarm generation module shall consist of
following:

a. The module shall provide monitoring the data acquired from field
I/O devices, internally calculated points, on event bases and shall
provide real time alarms.

b. There shall be facility to acknowledgement of each and every


alarm generated using various options.

212
c. There should be a provision for individual acknowledgement of alarms
and alarm display should provide information on whether a particular
alarm has been acknowledged.

d. There shall be provision to assign different user defined priority levels.

e. The system should support six or more levels of alarms. Each alarm type
should be displayed in different user configurable color to allow easy
differentiability.

f. In case of more then one INTELLIGENT REMOTE TERMINAL UNIT, the


INTELLIGENT REMOTE TERMINAL UNIT name of the channel in
alarm should also be indicated.

g. The most recent alarm should be displayed at the bottom of the screen.
Alarm Schedule

The following alarms shall be annunciated on the control panel,


appear on the SCADA Computer and on the mobile sets

• Pump tripped on Overload / Under-load / Single Phase /


Voltage Imbalance
• Pump Tripped on Over voltage / Low voltage
• High level in storage tank
• Pump failed to start
• Pump failed to stop
• Motorized valve failed to open
• Motorized valve failed to close
• Emergency stop operated
• Tempering of INTELLIGENT REMOTE TERMINAL UNIT
Enclosure (Intruder Alarm)

The alarm schedule is indicative only. The contractor shall provide all alarms
necessary for annunciation in order to achieve control and monitoring
requirement. Enigma shall provide potential free contacts for relevant alarm
signals in the respective pump panel.
SCADA Software / Hardware should be latest version of OEM & offer
product support of SCADA Software / Hardware from OEM & version
upgrade at least for 10 years.
Salient Features

User can check / view data from any PC. This does not need specialized PC.

User need not install SCADA software.

User can get all the features of the SCADA

Mimics
213
Reports

Trends

Alarms etc.

User can configure / save the reports/ trends like a template.

Users who have multiple locations (Geographically) to monitor & control can access
every location from anywhere

Item no. 3 -Enabling & Development of mimics of process parameters for

Monitoring & control from site through HMI

This is important for local display and control of all process parameters.

Mimic Generation

The HMI software shall consist of a built-in module for mimic


generation. This function can be used for creating complex process
diagrams using basic drawing entities and a library of pre-defined
symbols. It shall be possible to represent a measurement as a digital
readout, dial, horizontal bar, and vertical bar. It shall be possible to
customize alarm massages window anywhere on the screen.
It shall be possible to create a detailed customized data acquisition /
control screens by simple click and drag icons.
It shall be possible to create backgrounds using scanned photographs,
maps, one-line diagrams, engineering drawings etc using popular
graphics or engineering applications which can save images in bitmap
formats.

Mimic Display

It should be possible to create new process diagrams that represent


various sections of the water distribution network at different levels of
details using the mimic generator package.

A Uniform Mimic Color Scheme shall be followed

Performing Pump Operations from Within Mimic

It shall be also possible to perform pumping operations from within mimic


displays through touch Screen.

214
Switching Between Mimics

A list of all available mimics shall be displayed in a menu that can be invoked
by selecting the mimic menu option. User can then select the mimic of his
choice and on confirmation the selected mimic should be displayed.

Item no. 4-Integration of the tubewell with the existing Control Room server

Hardware supplied for tubewell should be fully compatible with existing control room sever and can send and
receive data on server. The ports in the master server, system configuration etc can be inspected on any of
the working day as already mentioned earlier in the tender.

Item No. 5- Electromagnetic Flow Meter-Full Bore

Type Electromagnetic full bore


150 mm NB bore size
1 Pipe size

2 Ambient temperature of fluid -20 to 60 deg C.


3 Accuracy +/- 1 %
4 Output 4-20 mA, RS485
5 Electrode SS 316
6 Power supply 250 V AC, 24 V DC
7 Velocity 0.3 to 10 m/s
8 Coil housing Coated steel
9 Pressure PN10
10 Display 16X2 LCD
11 Protection IP 67

Electromagnetic Flow meter with all the above specification are to be installed at each Tubewell

Item no.6-Actuator

Actuators specified below are to be installed on the gate or Sluice valves


installed by CUSTOMER located on the discharge line of respective pump.
The installation of actuators on the valves and smooth operation of these
actuators is responsibility of the SCADA Vendor.

o All the valves shall be operated by an electro mechanical


actuator, comprising of motorized gear train and screw assembly
which drives the valve stem. The actuator shall be supplied with
the following accessories.

3phase, 415 V, + 10%, 50 Hz. + 5%, A.C. squirrel cage induction motor.

Reduction gear unit.

o Torque switch mechanism complete with set of torque


215
switches. Limit switch mechanism complete with set of
limit switches.
o Hand wheel for manual operation.
o Hand-auto changeover lever with suitable locking
arrangement. Local control switch / push buttons.

o The actuator shall be suitable for operation in the climate


conditions and power supply conditions given in the
specification. The actuator shall be capable of producing not less
than 1½ time the maximum required torque and shall be suitable
for at least 15 minutes continuous operation.

Valve operational requirements:

The operation of valves must be sequential w.r.t the pump operation.


As the pump starts, the valve shall start to open and reach 70% opening
(identified by a limit switch) only after the complete pressure / full pump
speed is reached, does the
valve open 100%; the operation of this valve shall be based on time sequence w.r.t
start time of respective pump.

Actuator Specifications

Sr. Description Specification


No.
1 Type Three phase rotary / multiturn, quarter turn and
linear
2 Enclosure Standard/Flameproof version
3 Output speed 10-426 RPM
4 Output torque max. 30 MKG
5 Locking system Self locking/ Non – self locking
6 Drive kW/HP 0.75/1 to 2.2/3
7 Drive Speed 1500/3000
8 Maximum Axial Thrust 12000 kgs
Capacity
9 Output shaft designs As per DIN 3210
10 Mechanical stopper Adjustable
11 Coupling to suit Butterfly valves, dampers
12 Gear reduction ratio 100:1 (max)
13 Type of gear box Spur gear/worm gear
14 Supply Conditions
a. Rated voltage 415 VAC ± 10%
b. Rated frequency 50 Hz ± 5%
c. Combined variation ± 10%
d. NO. of Phases 3 Phase (4 wire)
15 Reference Standards I. S. 325, IEC34, VDE 0530,BS 2613
16 Type of motor TEFC (Totally Enclosed Fan Cooled, Squirrel cage,
induction.) / TESC (Totally Enclosed
Surface Cooled) for IP 67 / 68
17 Drive Frame Size 80/90
18 Rotor Class KL 60
19 Protection IP 65 as per IS 13947 Part I 1993
20 Class of Insulation Class 'F' with temperature rise restricted to class 'B'
21 Duty cycle As per IS 325 - S1 continuous (S4 - Modulating as a
special case) OR (S2 - 15 / 30 min as a special
case.)

216
22 Method of starting DOL - Direct on line with suitable actuator panel
23 Reference ambient temp 50° C
24 Motor paint corrosion proof epoxy resin paint
25 Motor duty S1 Duty motor suitable for
3 Nos. of consecutive starts in hot condition
8 Nos. of starts distributed over 15 minutes.
2 Travel Switches 1 NO + 1 NC
6
2 Micro Switch
7
a. Torque Switches 1 NO + 1NC
b. Travel / Torque 2 NO + 2 NC
Switches

Item no. 7-Ultrasonic Level Sensor

Sr. No. Description Specification

1. Quantity 1 no for OHT

2. Type Ultrasonic measurement

3. Operating temperature -40 ° C to 70 0C

4. Sp. Gravity 1.0

5. Viscosity 1.0

6. Accuracy ±0.25 % of range

7. Measuring range 0 – 5 / 0 -10 /0 -15 meter

8. Power supply 15 to 30 V DC

9. Current output 4 – 20 mA

10. Protection IP 65

Item no.8- Pressure Transmitter

Sr. No. Description Specification

1 Pressure range 0-10 bar


2 Diaphragm material SS 316L
3 Output signal 1-5 V DC, 4-20 m A optional
4 Zero and spam offset +/- 0.25% of FSD @ 210C
5 Accuracy +/- 0.25% of FSD @ 210C
6 Long term stability +/- 0.25% of FSD/year
7 Input power 10-30 V DC
217
8 Reverse polarity Protected
9 Burst pressure 200% of rated range

Item no.9 -Cabling and Conduting


o Following types of cables shall be supplied laid and terminated as
per instructions provided.
o Copper 1.5 Sq. mm control cables from INTELLIGENT REMOTE
TERMINAL UNIT panel to field sensors.
o Control cables for Aux. Supply to transducers
o GSM / GPRS cable between MCS/INTELLIGENT REMOTE
TERMINAL UNIT and modems
o Any other cables required for the job.
o Control cables shall be of 1100 Volts grade, Tinned annealed
electrolytic solid copper conductor, PVC insulated, extruded PVC
inner sheathed, and overall PVC sheathed conforming to IS 1554-
I/1988.
o Communication cable if used anywhere shall be twisted pair
multi-core 1.0 Sq mm, Braided & Aluminum Foil Shielded &
Screened as per Belden standards.

Cable Installation Specifications

o The contractor shall follow all the ISI rules & regulations.
o Cable shall generally be installed in trenches and buried in
ground except for some short run in trays below the floor. Cables
are laid on trays and risers shall be neatly dressed and clamped at an
interval of 1500 mm and 900 mm for horizontal and vertical cable
runs.
o The clearance between electrical power & data cables must be
maintained 150 mm minimum throughout the route.

o The shield of cable must not be removed up to cable entry to I/O.


o The twist of cable must be maintained up to final termination.
o The insulation twist shield shall not be damaged while pulling the cable.
o The termination and connection of cables shall be done strictly in
accordance with drawings and/ or directed by the E.E.
Mechanical. The work shall include all clamping, glanding, fitting,
fixing, tapping, crimping and grounding as required.
o The vendor shall perform all drilling, cutting on the gland plate and
any other modification required and plugging the extra holes. The
vendor shall provide on control cable cores at all terminations.
Termination and connections shall be carried out in such a manner
as to avoid strain on the terminals.
o The vendor shall supply the required cable glands of suitable type
and size. Cable glands shall be of heavy duty, tinned brass, single/
double compression type complete with necessary armor, clamp and
tapered washer etc. Cable gland shall match with the size of
different control cables. They shall provide dust and leak proof
terminations.
o The vendor shall make every effort to minimize wastage during
erection work. In any case, the wastage shall not exceed 2.5 % for
total quantity of cable supplied.

218
Item no. 10 Accessories -PVC Bend, AC & DC Relays with flexible Pipe
Lugs
o The vendor shall supply the required nos of PVC bend ,Pipe ,Flexible
pipe
o for cable and Lugs for cable termination in each tubewell
o The vendor shall supply the required nos of Ac Dc relay required for
o modification in starter Panel and for interconnection between field
instrument and RTU/PLC in each tubewell

Item no. 11 - Erection, Commissioning & Customization of iRTU/PLC & Software

o Phasing out NO/NC contacts in panels for breaker auxiliary switch for
on/off indications, along with necessary wiring.
o Phasing out of spare NO/NC contacts in panels for “Auto Trip”
indication with necessary wiring.
o Installation, earthling, testing and commissioning of INTELLIGENT
REMOTE TERMINAL UNIT panel along with necessary wiring .
o Supplying, installation, testing and commissioning of hardware, peripherals etc.
o Supplying, installation, testing, customization of software’s.
Submission of cable schedules, wiring schedules, test reports, final .

o Handing over the system as a whole after becoming fully operational to


the maintenance department.
o Although it may not be specified here, but all other work required for successful
installation, testing and commissioning shall be in vendor’s scope.

Item no. 12 Installation of Flow meter with clamp & accessories

o Flow meters if asked for shall be installed according to the


recommended practices to ensure full bore arrangement;
installation shall be carried out with all necessary fittings and
fixtures; supply, testing ,Installation and performance guarantee
of the flow meter to CUSTOMER. It also includes building a
canopy to protect the Flow meters from the harsh weather
conditions
o all other work required for successful installation, testing
and commissioning shall be in vendor’s scope

Item no. 13- Installation of Actuator

o All required measurements of valves for retrofitting has to be done by


the vendor
o Instruments like Actuator shall be installed by Vendor, only
219
according to accepted standards and specifications.
o Valves shall be provided by CUSTOMER and shall be installed
and in operating condition; Vendor shall install their Actuators
suitably selected to operate the valves according to the logic
desired by client.
o Necessary loop power supply for operation of instruments like
Valve etc shall be provided by CUSTOMER.
o Successful Installation testing and commissioning of Actuator is
in vendor Scope.

Item no.14-Installation of Pressure sensor

o Instruments like Pressure shall be installed by Vendor, only


according to accepted standards and specifications.
o Vendor shall install Pressure Sensor suitably selected to operate
the Pressure sensor according to the logic desired by client.
o Necessary loop power supply for operation of Pressure Sensor etc
shall be provided by CUSTOMER.
o Successful Installation testing and commissioning of Pressure
sensor is in vendor Scope.

Item no. 15 Cartage for shifting material to site

o The supplier will deliver materials at destination in any part of Uttarakhand, at his
own risk, in full and good condition.

o Cartage charges will be borne by the customer


o The materials are to be transported by road transport. However, unloading at
destination will be arranged by the supplier.

Item no. 16 Monthly Operation & maintenance of Complete Automatic system.

The tubewells once automated the complete Operation & Maintenance of the
automation system of the tubewells will be the responsibility of the vendor, which will include all
spares repair/replacement and also communication charges of GPRS/SIM. What so ever on account
of automation system of tubewell.

Superintending Engineer
Construction Circle
Uttarakhand Peyjal Nigam
Nainital

220
SECTION - VI

DRAWINGS
(Attached Seperately

221
SECTION - VII

CONTRACT DATA

222
Contract Data

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


The following documents are also part of the Contract whether attached / signed or
not: Clause Reference
· The Methodology and Program of Construction & Environmental Management
Plan [27]
· The Schedule of Key and Critical equipment to be deployed on the work as per
agreed program of construction [27]
· Site Investigation reports [14]

Tender document

The above insertions should correspond to the information provided in the Invitation of
Bids.

The Owner is

Name : Uttarakhand Peyjal Nigam through its Managing Director / Chairman.

Address: 11- Mohini Road, Uttarakhand Peyjal Nigam, Dehradun

The Employer is

Name : Superintending Engineer, Construction Circle, Uttarakhand Peyjal


Nigam, Nainigal (1.1)

Address: Office of Superintending Engineer, Construction Circle, Uttarakhand


Peyjal Nigam, Nainital.

The Engineer is (1.1)

Name : Executive Engineer, Project Implementation Unit (AMRUT), Uttarakhand


Peyjal Nigam, Kashipur

Address: Project Implementation Unit (AMRUT), Uttarakhand Peyjal Nigam,


Kashipur

The Engineer’s Representative are (1.1)

Name : Assistant Engineer & Junior Engineer

Address: Project Implementation Unit (AMRUT), Uttarakhand Peyjal Nigam,


Kashipur.

The name and identification number of the Contract is

SE/KPR/02 Year 2019-20

The Works consist of

Construction, Testing & Commissioning of Rudrapur Water Supply Scheme Zone-IV ‘A’ for Ward
No. 5 (Kheda) District U.S. Nagar.

223
Minimum annual financial turn over in any two years (Separately) during the last 7 financial
years shall not be less than Rs. 412.00 Lakh. [ITB Cl 3.5 (c)]
Satisfactory completion of one similar work of value not less than Rs. 577.00 Lakh or two
similar works of value not less than Rs.494.00 Lakh or three similar work of value not less
than Rs. 330.00 in last 7 financial years.
[ITB Cl 3.5 (d)]
Execution of following minimum quantities of work in any one year out of last 7 years:-
[ITB Cl 3.5 (e)]
Sr. Description of Work Qty. Remark
No.
1 2 3
1 R.C.C. Over Head Tank of 575 Kl or above 1 No.
2 Tube Well with Automation In case of JV if Prime Contractor do not
fulfill experience of Tube Well with
automation work the experience of other
1 No. Joint Venture Partner will be considered.
3 Pump House 1 No.
4 *Supply, laying & Jointing of D.I. and
C.I./G.I./MSERW Pipe line (80mm dia to
400mm dia & above)
Execution of minimum quantity in any one
year out of last seven year 3870 m
Execution of total quantity in last seven year 6450 m
Note:- Experience of supply, laying & jointing of D.I. pipe is compulsory. However the
required minimum quantity 6450 m will be the addition of D.I. & above mentioned other
pipes.
Availability of following necessary equipment and machinery (either owned or leased) :-
[ITB Cl 3.5 (g)]
1 Hydraulic Testing Machine - 1 No.
2 Truck / Tipper - 1 No.
3 Mechanical Concrete Mixer - 2 No.
4 Surface Vibrator - 1 No.
5 Pin Vibrator - 2 No.
6 Water Tanker (not more than seven years old) - 2 No.
7 Cube Testing Machine - 1 No.
8 Dewatering Pumps/System - 1 No.
9 Steel Shuttering - 500 Sqm.
10 Sieve Analysis system for C.A. and F.A. complete. - 1 No.
Availability of following personnel / staff:- [ITB Cl. 3.5 (k)]

1 Project Manager (Civil / Mechanical / Electrical Engineering Degree with 5 years’


post qualification experience in the field of execution of water supply/related
works. - 01 No.
2 Graduate Engineer (with 3 years’ post qualification experience in the field of
execution of water supply/related works. - 01 No.
3 Diploma Engineer (with 5 years’ post qualification experience in the field of
execution of water supply/related works. - 02 No.
Availability of Credit limit of value not less than Rs.412.00 Lakh [ITB Cl. 3.5 (m)]
The Start Date shall be the date of issue of notice to proceed with the work.
The Intended Completion Date for the whole of the Works is 18 months for whole work with
the following milestones: [17, 28]
Milestone dates:
Physical works to be completed Period from the date of issue of
notice to proceed with the work
Milestone 1 i.e. 20% of value of agreement work 4 Month
Milestone 2 i.e. 40% of value of agreement work 8 Month

224
Milestone 3 i.e. 60% of value of agreement work 11 Month

Milestone 4 i.e. 80% of value of agreement work 14 Month

Milestone 5 i.e. 100% of value of agreement work 17 Month

Milestone 6 i.e. Final finish, testing and handing over 18 Month

The following documents also form part of the Contract: [2.3]

Designs & Drawings submitted by the Contractor after

approval of Engineer or Employer

1. Structural Design and drawing of Over Head Tank 1150 KL/22 m Staging shall be
submitted by the bidder after approval of bid.

2. Structural Design and drawings of pump house shall be submitted by the bidder after
approval of bid.

Other drawings shall be made available by the employer at the time of execution of
works.

The Contractor shall submit a revised Program including Environmental

Management Plan for the Works (in such form and detail as the

Engineer shall reasonably prescribe) within 14 days of

delivery of the Letter of Acceptance. [27]

The Site Possession Dates shall be: [21]

Date of issue of notice to proceed with the work

The Site is located in Rudrapur City of Distt. U.S. Nagar as per detail given below:

a) O.H.T. 1150 KL/22 m Staging at New Chamunda Mandir Campus.

b) Rising Main from one existing & one new Tubewell to 1150 K.L. O.H.T.

c) Distribution System of Zone IV ‘A’ in Ward No. 5 (Kheda) of Rudrapur City.

and is defined in drawings Attached

The Defects Liability Period is 12 months from the date of certification of completion of the
whole work. [34]

Insurance requirements are as under: [13]

Minimum Cover for Maximum deductible for


Insurance Insurance

(in ` Lakh) (in ` Lakh)

225
(i) Works and Plant and As Per Rules As Per Rules
Materials

(ii) Loss or damage to As Per Rules As Per Rules


Equipment

(iii) Other Property As Per Rules As Per Rules

(iv) Personal injury or As Per Rules As Per Rules


death insurance:

a) for other people


(` 20 per 1000)

b) for Contractor’s In accordance with the statutory requirements applicable


Employees to India

Note:- It will be responsibility of contractor to know about rules and make insurance policy.
In case of any controversy/noncompliance of rules contractor will be fully responsible.

The period between Program updates shall be 60 days. [27]

The language of the Contract documents is English [3]

In case of any dispute, the jurisdiction for this contract

is District U.S. Nagar, Uttarakhand [3]

The currency of the Contract is INR [46]

Security amount to be submitted at the time of contract is 5%

The proportion of payments retained (retention money) shall be 6% from each bill

subject to a maximum of 5% of final contract price. [48]

The liquidated damages for the whole of the works are

Rs. 0.15% of contract price per day

The maximum amount of liquidated damages for the whole of the works [49]

is (10%) ten percent of final contract price

or 20% of left over work cost at sanctioned estimate cost.

The amounts of the advance payment are: [51]

1. Secured advance 75% of Invoice a) The materials are in-accordance with the
for non- perishable value or Market specification for Works;
materials brought value - lower of
b) Such materials have been delivered to site, and are
to site the two.
properly stored and protected against damage or
226
deterioration to the satisfaction of the Engineer. The
contractor shall store the bulk material in
measurable stacks;
c) The Contractor’s records of the requirements,
orders, receipt and use of materials are kept in a
form approved by the Engineer and such records
shall be available for inspection by the Engineer;
d) The contractor has submitted with his monthly
statement the estimated value of the materials on
site together with such documents as may be
required by the Engineer for the purpose of
valuation of the materials and providing evidence of
ownership and payment thereof;
e) Ownership of such materials shall be deemed to
rest with contractor and he has to submit an
Indemnity Bond in an acceptable format; and
contractor will be fully responsible for damage, loss,
theft etc. due to any reason what so ever.
f) The quantity of materials is not excessive and shall
be used within a reasonable time as determined by
the Engineer.
Repayment of secured advance:

The advance shall be repaid from each succeeding monthly payments


to the extent materials [for which advance was previously paid
pursuant to Clause 51.4 of G.C.C. and 51(3) of Contract Data] have
been incorporated into the Works.

The Securities shall be for the following minimum amounts equivalent as a


percentage of the Contract Price: [52]

Performance Security Rs. 41.25 Lacs for 5 per cent of contract price plus additional
security for unbalanced bids [in terms of ITB Clause 32.1].

The date by which “as-built” drawings in 2 sets are required is within 28 days of issue
of certificate of completion of whole or section of the work, as the case may be.
[57]

227
SECTION - VIII

QUALIFICATION
INFORMATION,
DECLARATION
AND OTHER
FORMS

228
FORM – I
JOINT VENTURE AGREEMENT (ON RS. 100 STAMP PAPER) ……(If applicable)

The Joint Venture Agreement is executed on the …………..day on month year


between M/s ……………………………………(hereafter referred as …………….) through is authorized
representative Shri………………........, having its registered office at ……………….hereinafter called the
“First Party”, M/s …………………………(hereafter referred as …………….) through is authorized
representative Shri………………….., having its registered office at …………………….hereinafter called
the “Second Party” and M/s ……………………………………(hereafter referred as …………….) through is
authorized representative Shri………………….., having its registered office at ……………….hereinafter
called the “Third Party” for the following works tendered by Uttarakhand Peyjal Nigam (UJN) vide
their tender notice letter no. ……………………………

The ‘First Party’, ‘Second Party’ and ‘Third Party’ hereinafter to be collectively referred to as the
JOINT VENTURE (JV).

Whereas this joint Venture (JV) desire by means of this Agreement for tendering
and executing of the aforesaid project works and the respective jobs, right and obligations that
have been defined and set-out hereinafter.

Whereas the ‘First Party’, ‘Second Party’ and ‘Third Party’ and collectively the Joint
Venture (JV) are competent and have requisite expertise and experience and other resources to
successfully execute the project and in consideration of the presence and undertaking contained
and defined herein have mutually agreed as under:-

1. That the ‘First Party’ shall be the ‘Lead Partner’.


2. That the ‘Lead Partner’ is authorized to sign all documents on behalf of the joint
venture (JV) and submit the prequalification bid for the aforesaid project works on
behalf of the joint venture (JV).
3. That in case of successful bid, all terms and conditions of the Contract Agreement shall
be binding.
4. That all partners of JV shall remain liable for over all execution successful completion
of the contract to the Employees as per terms and conditions of the Contract
Agreement.
5. That the ‘All Party’ shall be responsible for the detail project and its execution, incur all
liabilities, ‘First Party’ being the lead partner will be eligible to sign on all contractual
documents, MOUs with the technology provider and design consolations, and to

229
attend all meetings and receive payment and all instructions for and on behalf of all
the JV partners.
6. That the all JV partners have mutually agreed to faithfully fulfill full stake of
responsibilities under the contract agreement in respect of planning, design,
construction, supply of equipments, financing of the project, execution, commissioning
of the project.
7. OBJECTIVE
The objective of the joint venture agreement is to define the rules governing the
relationship between the joint venture partners prior to signature and during performance of
the contract for satisfactory execution of the projects.

In case the JV partners mutually agrees to slice the work in civil and E&M it can be
allowed but the JV Partners shall furnish a mutual agreement of the work with details of work
executed by each partner, but work executed by any of the JV partners, all the JV partners
shall be responsible and liable for whole work as per the scope of the contract.

8. NATURE OF JOINT VENTURE


The legal status of this joint venture is that of collaboration between the two
parties and shall not construe as a partnership as per the Indian act 1932. All the parties accept
responsibilities and liabilities among themselves and of the employer for the successful
execution of the project in accordance to the terms and conditions of contract agreement.

9. OBLIGATION OF EACH PARTY


Each member of this joint venture agreement shall remain responsible and liable
to each other and to the employer for the execution of this particular project in accordance
with the provisions contained in this agreement and scope of work.

10. MODE OF PAYMENT


Payment shall be made to the first being the lead partners but in case of slicing of
the works terms of payment can be made as per their mutual agreement but the taxes shall be
deducted as per the laws:

11. VALIDATION OF THIS JV:


a)- This JV shall come into force upon it signing by the authorized representative of the First,
Second and Third Party.
b)- After signing of this JV, all previous correspondence and the agreement reached earlier
shall be null and void and shall have no effect.

230
c)- This JV will remain valid till decision on award of work is taken by the “Client” (UJN). If the
work is not awarded to JV, this JV will automatically become Null & Void. In case of award
of work to JV, the JV will remain in full force till completion of the contract.
d)- Each JV party agrees to and undertakes to indemnify and hold harmless the other Party
against and liability, loss, cost, damages or expenses sustained as a result of negligent or
improper performance or disturbance caused by itself or by any of it sub contractors,
suppliers or associates in connection to the scope of work of the contract. If any third
party enforces any claim, which is attributable to the scope of work of a certain party, that
party shall settle such claims. The parties agree to indemnify each other against all claims
made by any third party in respect of any infringements of any rights projected by patents,
designs or copyrights or trademarks employed in the project by any party
e)- In the course of working as associates, the JV partners will be sharing information with
each other which may be proprietary/confidential information/knowledge acquired by
each other. It is hereby agreed that all the parties will maintain complete secrecy
regarding such information/knowledge and will not divulge to any party for any other
purpose except for the success of the joint execution of the contact. All the parties will
also indemnify each other against any claim that may arise out of using information, which
are being claimed proprietary.
DECLARATION

The undersigned declare that the statement made and the information provided
in the duly completed application are completed, true and correct in all respect.

Executed on the ……………….(Date) by the duly authorized representative of the


parties hereto.

SIGNED FOR AND BEHALF OF SIGNED FOR AND BEHALF OF

M/S M/S
Authorized Signatory Authorized Signatory
Designation: Designation:
Date: Date:
SIGNED FOR AND BEHALF OF
M/S
Authorized Signatory
Designation:
Date

231
FORM - II

BID VALIDITY
UNDERTAKING

(ON NON-JUDICAL STAMP PAPER OF RS. 100.00)

I, the undersigned do hereby give undertaking that our firm M/s


………………………. agree to abide by this bid for a period

………………………………………...………………………………….….
days for the date fixed for receiving the same and it shall be binding on us
and may be accepted at any time before the expiration of that period.

………………………………………………….
(Signed by an Authorized Officer of the Firm)

……………………………
(Title of Officer)

……………………………
(Name of Firm)

232
FORM - III

SAMPLE FORMAT FOR EVIDENCE OF ACCESS TO OR AVAILABILITY OF


CREDIT FACILITIES – * CLAUSE 3.5 (m) OF ITB

BANK CERTIFICATE

This is to certify that M/s. …………………………… is a repu ted


company
with a good financial standing.

If the contract for the work, namely …………………………………… …………………….

is awarded to the above firm, we shall be able to provide overdraft/credit facilities to the
extent of Rs. …………… to meet their working capital r equirements for executing the
above contract.

__ Sd. __
Name of Bank
Senior Bank Manager
Address of the Bank

* Change the text as follows for Joint venture:


This is to certify that M/s. ……………………………… who has formed a JV with M/s.
…………………………… and M/s. ……………………………. for participating this bid, is a reputed
company with a good financial standing. If the contract for the work, namely
…………………………………………………………. is
awarded to the above Joint Venture, we shall be able to provide overdraft/credit
facilities to
the extent of Rs. …………… to M/s. …………………….. to meet the
working capital
requirements for executing the above contract.

[This should be given by the JV members in proportion to their financial participation.]

233
FORM - IV

AFFIDAVIT
UNDERTAKING

(ON NON-JUDICAL STAMP PAPER OF RS. 100.00 DULY NOTARIZED)

I / We, the undersigned, do hereby give undertaking that the decision of


Departmental Tender Committee regarding the qualified & responsive bids
shall be final & acceptable to us.

………………………………………………….
(Signed by an Authorized Officer of the Firm)

……………………………
(Title of Officer)

……………………………
(Name of Firm)

234
FORM - V

AFFIDAVIT
UNDERTAKING

(ON NON-JUDICAL STAMP PAPER OF RS. 100.00 DULY NOTARIZED)

I / We, the undersigned, do hereby declare that I / We have no relation with


persons responsible for technical design & execution of this project on
employer side.

………………………………………………….
(Signed by an Authorized Officer of the Firm)

……………………………
(Title of Officer)

……………………………
(Name of Firm)

235
FORM - VI

AFFIDAVIT
UNDERTAKING

(ON NON-JUDICAL STAMP PAPER OF RS. 100.00 DULY NOTARIZED)

I / We, the undersigned, do hereby declare that I / We have no dues /


recovery pending of IT, CST, State Trade Tax or any other Government
Department Taxes with any previous employer.

………………………………………………….
(Signed by an Authorized Officer of the Firm)

……………………………
(Title of Officer)

……………………………
(Name of Firm)

236
FORM - VII

GENERAL INFORMATION

All individual firms applying for prequalification must complete the information in this
form. Nationality information should be provided for all owners or applicants that are
partnership or individually owned firms.

1 Name of firm:

2 Head office address:

3 Local office address:

4 Telephone: Contact:

Nationality:
5 Facsimile: E-Mail:

6 Place of incorporation/Registration: Year of incorporation/Registration:

7 Main line of business:

Signature of Contractor
with Seal

Note:- Registration proof has to be attached with the bid. For the companies registered
under company- act by the registrar, copy of the certificate and memorandum should be
attached along with Registration Certificate.

237
FORM – VIII
LITIGATION HISTORY

(A) Litigation

Year Aware for or Name of client/ cause of Disputed Actual amount


against litigation and matter of amount awarded
applicant Dispute Rs. ( in Lac) Rs. ( in Lac)

(B) Recoveries / pending recoveries from department/employer:-

Year Name of deptt. / Amount Recoveries / pending Details


employer Recoveries
Rs. (in Lac)

(C) Punishment History (Give details)

Signature of Contractor
with Seal

238
FORM – IX

FINANCIAL ASSETS DETAIL

Applicant should provide financial information to demonstrate that they meet the
requirements of pre qualification. A copy of the audited balance sheet for each of the
last seven financial years should be attached:

Summarized annual assets and liabilities in Indian Rupees for the previous seven years:

Financial Previous seven years (Figures in Rs. Lacs)


Information
…………. …………. …………. …………. …………. …………. ………….
1. Total Assets

2. Current Assets

3. Total Liabilities

4. Current Liabilities

Profits before
5. taxes

6. Profits after taxes

Total outside liabilities excluding own capital:

Signature of Contractor
with Seal

239
FORM – X
ANNUAL TURNOVER DATA

All individual firms must complete the information in this form. The information supplied
should by the annual turnover of the Applicant in terms of the amount billed to the clients
for each year for similar work in progress or completed.

Annual turnover data (for construction works only) for the last seven years

Turnover (Rupees in
Year Lacs)

……………

……………

……………

……………

……………
……………

……………

Signature of Contractor
with Seal

Note : All data to be certified by registered Charted Accountant of firm and turnover
details issued by the income tax department.

240
FORM – XI

DETAIL OF SIMILAR WORKS PERFORMED OVER LAST 7 YEARS

The information to be filled by the bidder in the following pages will be used for purpose
of Prequalification as provided for in clause 4 of the instruction of Bidders.

Work performed as prime contractor, on work of a similar nature over the last seven
years (Year wise separately):

Year Project Name of Description Contract Value of Date Stipulated Actual Remarks
Name the of work No. Contract Of period of date of explaining
Employer (Rs. Issue completion completion reasons
Lacs.) Of for delay
Work & work
Order completed

Signature of Contractor
with Seal

Note:-
Attach certificate (s) from the Engineer (s) in-charge (not below the rank of EXECUTIVE
ENGINEER)

241
FORM – XII

DETAIL OF PHYSICAL QUANTITIES OF WORK EXECUTED

The information to be filled by the bidder in the following pages will be used for
purpose of Prequalification as provided for in clause 4 of the instruction of Bidders.

Quantities of work executed as prime contractor (in the same name and style) in
the last seven years (Year wise separately):

Project Name of the Description of Contract

Year Name Employer work No. Item Unit Qty.

1. R.C.C. Over Head Tank 575 Kl No.

*Supply, laying & Jointing of D.I.

2 Pipe/C.I./G.I./MSERW Pipe line in

distribution system (80mm dia to 400mm

dia D.I. Pipe) M

Signature of Contractor
with Seal

Note:-
Attach certificate (s) from the Engineer (s) in-charge (not below the rank of
EXECUTIVE ENGINEER)

242
FORM – XIII
SUMMARY OF CURRENT CONTRACT COMMITMENTS / WORKS
IN PROGRESS
Applicant should provide information of their current commitments on all contracts that
have been awarded or for which a letter of intent or acceptance has been received or
for contracts approaching completion but for which an unqualified full completion
certificate has yet to be issued:

Name & Date of Total Value of Value of Completion


No. of award value of Work work to be date as per
Contract project Completed Completed Bond
Agreement (Rs. in (Rs. in (Rs. in
Lacs) Lacs) Lacs)

Signature of Contractor
with Seal

Note : Attach certified copies of the contracts and satisfactory performance certificates
from the Engineer in charge not less than the rank of an EXECUTIVE ENGINEER.

243
FORM – XIV

PROPOSED SUB CONTRACTING DETAIL

Proposed subcontracts and firms involved. [Refer ITB Clause 4.1 (r)]

_____________________________________________________________________
Experience
Sections Value of Sub-contractor in
of the works Sub-contract (name and address) similar work
_____________________________________________________________________

_____________________________________________________________________

Signature of Contractor
with Seal

Note : Subcontracting of Works is applicable only in case of Individual Contractor or Firm.

244
FORM – XV

BIDDER’S BANKER DETAIL

If necessary, use separate sheets to provide complete banker information.

Financial Year ………… :–


Name of Banker :

Address of Banker :

Telephone : Contact name and title

Facsimile E-mail

Financial Year …………. :–


Name of Banker :

Address of Banker :

Telephone : Contact name and title

Facsimile E-mail

Signature of Contractor
with Seal

245
FORM – XVI

EQUIPMENT PROPOSED FOR THIS PROJECT

S. Equipment Name of Current Quantity Either Owned /


No. Name Manufacturer Status Available Leased
1 Hydraulic Testing
Machine
2 Truck
3 Mechanical Concrete
Mixer (Batch type)

4 Surface Vibrator
5 Water Tanker (not
more than seven
years old)
6 Pin Vibrator
7 Cube Testing
Machine
8 Dewatering Pumps
System
9 Steel Shuttering
10 Seive Analysis
System for C.A. &
F.A. complete

Signature of Contractor
with Seal

Note:
1- Attach attested copy of the cash memo, RC etc. for each
equipment.

246
FORM – XVII

KEY PERSONNEL PROPOSED FOR THIS PROJECT

Name of Experience of
S. Professional Detail of
Staff Person relevant field in
No. Qualification experience
proposed Years
1 Project
Manager
2 Graduate
Engineer
3 Diploma
Engineer
4 Diploma
Engineer
5 Other Staff

Signature of Contractor
with Seal

Note: -
1- Attach Bio Data of each personnel.

247
FORM – XVIII

PROPOSED SITE ORGANIZATION CHART

A. Preliminary Site Organization Chart :

B. Narrative Description of Site Organization Chart

Description of relation between Head Office and Site Management

Signature of Contractor
with Seal
248
FORM – XIX

PROPOSED METHODOLOGY, CONSTRUCTION PROGRAMME &


QUALITY CONTROL PROCEDURES

A. Proposed Methodology :

B. Construction Programme :

C. Quality Control Procedures :

Signature of Contractor
with Seal

Note: -
1- Attach separate sheets, if necessary.
2- Gantt / Bar Chart or CPM / PERT Chart may be attached for showing Construction
Programme.

249
FORM – XX

AFFIDAVIT

UNDERTAKING

(ON NON-JUDICAL STAMP PAPER OF RS. 100.00 DULY NOTARIZED)

I / We, the undersigned, do hereby declare that in case our bid is


accepted, I / We will register my / our firm in Uttarakhand Peyjal Nigam in
appropriate category within 3 months of acceptance of my / our bid.
Failing which the department is free to deduct the prescribed cost of
registration form, registration fee and general securities as per
departmental registration regulation 2016 from my / our first running bill.

………………………………………………….
(Signed by an Authorized Officer of the
Firm)

……………………………
(Title of Officer)

……………………………
(Name of
Firm)

250
FORM – XXI
(Declaration regarding customs / excise duty exemption for materials /
construction equipment bought for the work)

To: Superintending Engineer


Construction Circle
Uttarakhand Peyjal Nigam
Nainital.
Dear Sir:
Sub: Certificate for Import / Procurement of Goods / Construction Equipment

1. We confirm that we are solely responsible for obtaining customs /


excise duty waivers which we have considered in our bid and in case
of failure to receive such waivers for reasons whatsoever, the
Employer will not compensate us.

2. We are furnishing below the information required by the Employer for


issue of the necessary certificates in terms of the Government of
India Central Excise Notification No. 108/95 and Customs Notification
No. 85/99.

3. The goods / construction equipment for which certificates are


required are as under:

Remarks
State whether it regarding
Make / Capacity
will be procured justification for
Items Brand [where Quantity Value
locally or the quantity and
Name applicable]
imported their usage in
works

Goods
[a] D.I. K-7

[b] D.I. K-9

[c] Specials
and fittings
[d] Tor Steel Fe
500
[e] Cement
[f] Others
Construction
Equipment
[a]
[b]
[c]
[d]

251
4. We agree that no modification to the above list is permitted after bids
are opened.

5. We agree that the certificate will be issued only to the extent considered
reasonable by the Employer for the work, based on the Bill of Quantities and
the construction programme and methodology as furnished by us along with
the bid.

6. We confirm that the above goods will be exclusively used for the
construction of the above work and construction equipment will not be sold
or otherwise disposed of in any manner for a period of five years from the
date of acquisition.

Date: ___________________ (Signature) _____________________


Place: __________________ (Bidder’s Name and Address)______
(Designation) __________________
(Common Seal) ________________

Note - This letter form (duly filled) shall be submitted by the contractor along with his
bid. Based on this, a certificate will be issued to the contractor within 60 days of
signing of contract and no subsequent changes will be permitted thereafter.

252
SECTION – IX

SECURITIES
AND
OTHER FORMS

253
Other forms

Annex A: Letter of Acceptance

Annex B: Issue of notice to proceed with work

Annex C: Agreement Form

254
Annex A
Letter of Acceptance
(Letterhead paper of the Employer)

________________________[date]
To:__________________________________________________________________
[name and address of the Contractor]
Dear Sirs,
This is to notify you that your Bid dated ____________ for execution of the
_____________________________________________________________________
_________ [name of the contract and identification number, as given in the
Instructions to Bidders] for the Contract Price of Rupees ————————— ——
(_____________) [amount in words and figures], as corrected and modified in
1
accordance with the Instructions to Bidders is hereby accepted by our Agency.

We accept/do not accept that __________________________ be


2
appointed as the Adjudicator .
We note that as per bid, you do not intend to subcontract any component of work.
[OR]
We note that as per bid, you propose to employ M/s. .......................................... as
sub-
contractor for executing …......................... ................
[Delete whichever is not applicable]
You are hereby requested to furnish Performance Security, plus
additional security for unbalanced bids in terms of ITB clause 29.4, in the form
detailed in Para 34.1 of ITB for an amount of Rs.————— within 21 days of th e
receipt of this letter of acceptance valid upto 28 days from the date of expiry of
Defects Liability Period i.e. upto
........... and sign the contract, failing which action as stated in Para 34.2 of ITB will
be taken.
We have reviewed the construction methodology submitted by you along
with the bid in response to ITB Clause 4.1 [w] and our comments are given in the
attachment. You are requested to submit a revised Program including
environmental management plan as per Clause 27 of General Conditions of
Contract within 14 days of receipt of this letter.
Yours faithfully,

Authorized Signature
Name and Title of Signatory
Name of Agency

1 Delete "corrected and" or "and modified" if only one of these actions applies.
Delete "as corrected and modified in accordance with the Instructions to Bidders" if
corrections or modifications have not been effected.
2
To be used only if the Contractor disagrees in his Bid with the Adjudicator
proposed by the Employer in the "Instructions to Bidders."

255
Annex B
Issue of Notice to proceed with the work
(Letterhead of the Employer)

————— (date)

To

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

——————————————

——————————————

Dear Sirs:

Pursuant to your furnishing the requisite security as stipulated in ITB clause 34.1
and
signing of the contract agreement for the construction of —————— @ a Bid Price of
Rs.——————, you are hereby instructed to proceed wi th
the execution of the said
works in accordance with the contract documents.

Yours faithfully,

(Signature, name
and title of
signatory
authorized to sign
on behalf of
Employer)

256
Annex C
Agreement Form
Agreement

This agreement, made the ___________________ day of


______________20_______,
between______________________________________________________________
_______________________________________________________[name and
address of Employer] (hereinafter called “the Employer)” of th e one part and
_____________________________________________________________________
_____________________________________________________________________
__________________________________________[name and address of contractor]
(hereinafter called “the Contractor” ) of the other part.

Whereas the Employer is desirous that the Contractor


execute
_____________________________________________________________________
_____________________________________________________________________
_________________________________________________________[ name and
identification number of Contract] (hereinafter called “the Works”) and the Employer
has accepted the Bid by the Contractor for the execution and completion of such Works
and the
remedying of any defects therein, at a contract price of
Rs.................................................................................
NOW THIS AGREEMENT WITNESSETH as follows:

1. In this Agreement, words and expression shall have the same meanings as are
respectively assigned to them in the Conditions of Contract hereinafter referred to,
and they shall be deemed to form and be read and construed as part of this
Agreement.

2. In consideration of the payments to be made by the Employer to the Contractor as


hereinafter mentioned, the Contractor hereby covenants with the Employer to
execute and complete the Works and remedy any defects therein in conformity in
all aspects with the provisions of the Contract.

3. The Employer hereby covenants to pay the Contractor in consideration of the


execution and completion of the Works and the remedying the defects wherein the
Contract Price or such other sum as may become payable under the provisions of
the Contract at the times and in the manner prescribed by the Contract.
4. The following documents shall be deemed to form and be read and construed as
part of this Agreement, viz.:

257
i) Letter of Acceptance;
ii) Notice to proceed with the works;
iii) Contractor’s Bid;
iv) Contract Data;
v) General Conditions of contract (including Special Conditions of Contract);
vi) Specifications;
vii) Drawings;
viii) Bill of Quantities; and
ix) Any other document listed in the Contract Data as forming part of the
contract.

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

The Common Seal of


____________________________________________________________

was hereunto affixed in the presence of:

Signed, Sealed and Delivered by the said


_________________________________________________
_________________________________________________

in the presence of:

Binding Signature of Employer


_________________________________________________ ___

Binding Signature of Contractor


_____________________________________________________

258
SECTION – X

FORM

OF

BID

259
UTTARAKHAND PEYJAL NIGAM
FORM OF BID
Name of Work: - Construction, Testing & Commissioning of Rudrapur water
supply scheme Zone IV ‘A’ For Ward No. 5 (Kheda)
(1150Kl/22m Staging OHT, D.I. K-9 Rising main, tubewell,
pump house, D.I. K-7 distribution system & House service
connection etc.) District U.S. Nagar.
To,
Superintending Engineer
Construction Circle
Uttarakhand Peyjal Nigam
Nainital
We offer to execute the work described above and remedy any defects there in
conformity with the conditions of contract, Specification, Drawing, Bill of Quantities
and Addenda for the sum (s) of Rs. ___
________________________________________________________

We undertake if our Bid is accepted to commence the works as soon as is


reasonable possible after the receipt of the Engineer’s notice to commence, and
to complete the whole of the work, comprised in the contract with in the time
stated in the document.

We agree to abide by this Bid for the period as prescribed in Clause 15 of the
Instruction to Bidder (Section 1) and it shall remain binding upon us and may be
accepted at any time before the expiration of that period.

Unless and until a formal Agreement is prepared and executed this BID, together
with written acceptance there of shall constitute binding contract between us.

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

Date this ____________________________ day of ____________ 20


_________________
Signature _________________________________ in the capacity of
_________________
authorized in sign Bid for and on behalf of
_______________________________________

260
(In blank capital or typed)

Address. :-

Name of Witness: -
_____________________________________________________________________

_____________________________________________________________________

Address of Witness: -
_____________________________________________________________________

Signature of Witness:
________________________________________________________

_____________________________________________________________________

Occupation of Witness:-
_____________________________________________________________________

_____________________________________________________________________

261
SECTION – XI

BILL OF QUANTITY

262
SCHEDULE – A

Name of Work: - Construction, Testing & Commissioning of Rudrapur water


supply scheme Zone IV ‘A’ For Ward No 5 (Kheda)
(1150Kl/22m Staging OHT, D.I. K-9 Rising main, tubewell,
pump house, D.I. K-7 distribution system, tubewell, pump
house service connection etc.) District U.S. Nagar.

SCHEDULE – B
(DRAWINGS)

All the proposed Drawings are attached with Bid.

SCHEDULE – C

-------------------------Nil--------------------------

SCHEDULE – D
(LIST OF SAMPLES TO BE SUBMITTED)

-------------------------Nil--------------------------

SCHEDULE – E
(TESTS)
All the necessary and required tests before commencement of the work, during
the construction and after all construction regarding material and work shall be
conducted as per latest I.S. specifications or as desired by the Engineer as per
terms and conditions of the contract documents. All the cost of testing shall be
borne by the contractor.

263
OFFICE OF THE PROJECT MANAGER,
PROJECT IMPLIMENTATION UNIT(AMRUT/ELECT.)
UTTARAKHAND PEYJAL NIGAM, DEHRADUN
Construction of 300x200mm dia 200mtr deep tubewell two Nos at Rudrapur
(Zone-IV ‘A’) Under Amrut Programme

SCHEDULE ‘E’
1- Make :
2- Model :

3- No. of stage :
4- Discharge in LPM : 1200 LPM
5- Head in Meter : 80 MTR
6- W.H.P. :
7- Efficiency of pump :
8- B.H.P. at Motor coupling :
9- Efficiency of motor :
10- H.P. input to motor :
11- K.W.I. to motor :
12- B.O.T. (K.W.I./W.H.P.) :
13- Over all Efficiency :
14- Recommended H.P./K.W. of :
motor

A.E

264
SCHEDULE – F
(TIME OF COMPLETION)
The complete work as specified herein shall be completed in all respects, passed
to the satisfaction of Engineer and tested as per latest Uttarakhand Peyjal Nigam
/ U.P. Jal Nigam / PWD/CPWD or I.S. Specifications / codes and provisions in
manual of CPHEEO on the subject within 15 calendar months from the date of
written order of the contractor for commencement of the work.
In addition, defect liability period of 12 (Twelve) months is proposed which
will start after completion of the work.

SCHEDULE – G (Bill of Quantities)

IMPORTANT NOTES:

i. Contractors are requested to read carefully the specification and General


conditions of works included in this contract before quoting their rates in Schedule
G.
ii. The contractors are also requested to first visit the site of work to make
themselves well acquainted with the nature of work, the local conditions, which
may include cartage of materials even by head load or other than the normal
conventional modes, all topographical, geological and hydrological aspects
including soil and sub soil water conditions as no extra payment will be made on
account of them. The contractor should access the actual construction period
likely to be available in a year.
iii. Quantities given in the Schedule G are approximate and may vary to any extent
and some items may be deleted altogether.
iv. The rate tendered herein shall apply for finished item of work and shall include
supply of all material, labour, T&P etc. and finishing the work in real workmanship
manner whether specifically mentioned in the specifications or not.
v. The contractor shall provide caution signs / lights near excavations, trenches,
fencing (barricading arrangement) etc. and employ watchman during nights and
off working days and hours to avoid any accident.
vi. The contractor shall provide all appliances, pumps, engines, machinery, suction
and delivery pipes, fasteners, fuel, electricity, petrol and diesel to run plants,
lubricants, cotton waste etc. and all labour (skilled and unskilled) for proper
pumping of any other flow and also sub soil water to be pumped during execution
of work and contractor shall make his rates sufficiently comprehensive to cover
the cost of such works. All works shall be carried out in dry and clean trench
conditions.
vii. The rates quoted in Schedule G shall be written legibly in figures as well as in
words without any cutting. In case cutting, if necessary, it should be initialed.
There should be no overwriting. All writing should be in same ink and hand writing.
viii. Since the work is of typical nature, contractor should have sufficient T&P and
skilled masons, and labour etc. required for carrying out the work within specified
period as the work is of very urgent nature and time bound.
ix. The contractor should make sufficient provision in his rates to safe guard the
electric pole, water pipe, sewer, shift / reinstate the water conduits (including all

265
required materials, labour, T&P etc.) met with during the excavation, diversion,
cleaning, repair, strengthening, reinstatement of the drain, construction of
manhole or any structures damaged of dismantled during execution of works as
there will be no extra payment on his account other than mentioned in the
Schedule G.
x. While dismantling the bituminous surface, P.C.C. and other Roads, dismantled
material should be properly stacked at convenient or suitable safe site for
reinstatement of Roads. If any damaged or short fall in the materials is found to
reinstate the Roads, the contractor has to supply the required materials at his own
cost for completion of work in all respect. Reinstatement of roads shall commence
only after testing of pipe line, manhole and other appurtenant works after refilling
of trenches by available excavated earth.
xi. All the labour and employees at site for execution of work shall be duly insured.
Contractor will be fully responsible for any accident due to toxic gases and other
type of accident which may occur during execution of work. No compensation for
accident on any ground will be paid to the contractor by the department. However
the contractor shall indemnify the department against such accidents.

xii (i)- All materials shall be supplied strictly as per relevant Indian Standard
Specification with its / their latest amendments wherever applicable.
(ii)- The materials will be required to be packed strictly as per provisions of relevant
I.S. Code.
(iii)- Materials with “ISI certification mark” shall only be accepted. For materials not
available with ISI mark, it shall be accepted “as per BIS”.
(iv)- The Contractor should have adequate testing facilities at site to carry out tests
as laid down in the relevant Indian Standard Specifications.
xiii. The contractor must seek clarifications regarding any ambiguity, whatsoever,
immediately but not later than pre-bid meeting in writing (in three copies), otherwise
the department interpretation in this regard will be binding upon him with no liability
to the department in this regard.
xiv. Tenders are liable to be rejected for failure to observe any or all of the instructions.

Note:-

1. Price for Units shall be F.O.R. destination inclusive of all taxes and duties till the
completion of contract.
2. There will be no change in price quoted below in Schedule G due to increase in a
cost index hence no escalation will be given in the prices till the completion of the
project.
3. I.S.I. Marked Cement of A.C.C./Birla/Ultratech Make & I.S.I. Marked Steel of
Tata/Sail/Vizag/Shyam/Rathi make will have to be used by the contractor.
4. I.S.I. Marked Pipe (D.I./C.I./G.I. etc.), Sluice Valve & Specials of Reputed
Manufactures will have to be used by the contractor.
5. Testing of Material is in the scope of contractor. Contractor should have sufficient
margin in their rates for catering the testing charges of materials & Concrete
Cube.
6. The Handing Over of this entire scheme named as Rudrapur Water Supply
Scheme Zone IV ‘A’ For Ward No. 5 (Kheda) to the Uttarakhand Jal
Sansthan/U.L.B. will be the responsibility of the contractor “The final Bill payment
of the contractor or minimum 5% of the bond amount (whichever is higher) will be
paid/released after the complete handing over of the entire scheme to
Uttarakhand Jal Sansthan/U.L.B.
266
BILL OF QUANTITIES

PREAMBLE

The Bill of Quantities shall be read in conjunction with the instruction to Bidders,
Conditions of Contract, and Technical Specifications & Drawings.
The quantities given in Bill of quantities are estimated and provisional and are
given to provide common basis for Bidding. The basis of payment will be the
actual quantities of work ordered and carried out, and as measured by the
contractor and verified by the engineer and valued at the rates and the prices
tendered in the Bill of Quantities where applicable and otherwise at such rates
and prices as the engineer may fix with in the terms of the contract.
The rate and the prices tendered in the priced Bill of Quantities shall, accept in
so far as it is otherwise provided under the contract include all constructional
plant, Labour, supervision, Material, Cartage, Erection, Maintenance, Insurance,
Profit, Taxes and duties together with all general risks, liabilities and obligation
set out or implied in the contract.
The rates shall be quoted item wise and entirely in Indian Currency.
The whole cost of complying with the provision of the contract shall include in
the items are provided in the priced Bill of Quantities and where no items are
provided the cost shall be deemed to be distributed among the rates and prices
entered for the related items of work.
General direction and description of work and materials are not necessary
repeated or summarized in the Bill of Quantities. Reference to the relevant
sections of the contract documentation shall be made before entering Rates /
Prices again each item in the Bill of Quantities.
The method of measurement of completed work for payment shall be in
accordance with specification for Uttarakhand Peyjal Nigam and as per I.S.
codes relevant for the measurement.
Errors will be corrected by the employer for any arithmetic errors pursuant to
Clause 28 of the instructions to bidders.

267
BILL OF QUANTITIES (SCHEDULE G)
(Attached Separately)
I / We have gone through all the instructions, conditions, specifications and bill of quantities etc. of the tender form which shall be
part of the agreement and here by agree to abide by them fully and offer to execute the work on the rates quoted above by me / us
in the bill of quantities.

Signature of Contractor
Opened By

S.E. / E.E. / E.E. / D.A.

Note:
1. Item for which no rate of price has been entered in will not be paid for by the Employer when executed and shall be deemed
covered by the other rates and prices in the bill of quantities (Refer ITB Clause 14.2 and GCC Clause 43.3)
2. Unit rates and prices shall be quoted by the bidders in Indian Rupee (ITB Clause 15.1)
3. Where there is a discrepancy between the rate in figure and words the rates in words will govern. (ITB Clause 28.1 (a))
4. Where there is a discrepancy between the unit rate and the line item total resulting from multiplying the unit rate by quantity the
unit rate quoted shall govern (ITB Clause 28.1 (b))

268
PAYMENT PROCEDURES

Monthly payment shall generally be made on receipt of


bills.
For the purpose of payment of R/A bills, proportionate
payment of items at various stages of execution will be
admissible as approved by engineer-in-charge.
Recovery, if any, shall be made from the above
payment as per the provisions of contract.
Payment to the contractor of monthly invoice as
aforesaid shall not be deemed to affect in any manner
the contractor’ s responsibility for carrying out the whole
works in accordance with requirements of the Contract
until certification of the whole works and acceptance
thereof by the owner.

SCHEDULE – H
(ADDITIONAL ITEM RATES)
All extra or additional work done or substituted work in place of
work omitted by order of Engineer shall be valued at the rates
and price set out in the contract, if in the opinion of the
Engineer, the same shall be applicable. If the contract does not
contain any rates or prices applicable to the extra or additional
work then the rates shall be minimum of the following:
Derived from the tendered / contract rates of the contract of
similar class of work.
Derived from the Uttarakhand Peyjal Nigam schedule of rates
& D.S.R. Rate for Kashipur District – U.S. Nagar, of the year in
which the work is actually done.
If the rates cannot be decided as above for additional / extra
work, then such type of work shall be agreed upon between
the Engineer and Contractor in writing prior to the work being
taken up in hand. But it shall be based on Uttarakhand Peyjal
Nigam / U.P. Jal Nigam / PWD / Irrigation / CPWD schedule of
rates.

269
SCHEDULE – I
No materials will be issued by department. The contractor has
to arrange himself all the materials to be used in this Water Supply
Project.

270
Abbreviation For

I.F.B Information for Bid


I.T.B Instruction to bidders
G.C.C. General Conditions of Contract
S.C.C. Special Conditions of Contract
Rs. Indian Rupee
L.S. or SUM Lump Sum
No. Number
M or m Linear Meter
KM or Km, Kilometer
Hec Hectare
M2/ m2 or Sqm Square Meter
M3/ m3 or Cum Cubic Meter
CM3/ cm3 or Cu.cm Cubic Centimeter
KG or kg Kilogram
T Tonne
Mld Million Liter per day
HP Horse Power
TPH Tonne Per Hour
PS Provisional Sum
BIS Bureau of Indian Standards
BS British Standard
IS Indian Standard
Prov. Provisional
Eqpt. Hrs Equipment Hours
P.O.L. Petrol, Oil & Lubricants
Veh. Day Vehicle Day
DRB Dispute Resolution Board
WP Working Pressure
MS ERW Mild Steel Electric Resistant Welded
GI Galvanized Iron
API American Petroleum Institute
DI Ductile Iron
CI Cast Iron
S.E. Superintending Engineer
E.E. Executive Engineer
D.A. Divisional Accountant

This Tender Bid Document from Page No. 01 to 271 (Except E&M Work)
and Bill of Quantity is prepared & Checked By.

(Gopal Ram) (Anuj Singh) (S.P. Singh)


(Computer) A.A.E. A.E.

271

You might also like