Você está na página 1de 556

Public Health Engineering Department Tender Document

RRWS&FMP, PACKAGE-9 (CDS-6),Kuchaman Vol-II: Table of Contents

PUBLIC HEALTH ENGINEERING DEPARTMENT


NAGAUR LIFT WATER SUPPLY PROJECT PHASE-II
PACKAGE-9 (CDS-6)

Tender Document

for

“Work for construction of Cluster Distribution System including IEC


activities for 96 villages of Kuchaman Panchayat Samiti, Nawa Tehsil
under CDS 6, Package-9 of JICA assisted Rajasthan Rural Water Supply
& Fluorosis Mitigation Project (Nagaur) with 10 years Operation &
Maintenance on Single Point Responsibility Turnkey basis.

Volume-II
(SCOPE OF WORK & SPECIFICATIONS)

August - 2013
Chief Engineer, PMC,RWSS&FMP,
P.H.E.D. Project(Nagaur), Ajmer
Fax No. 0145-2644209/ Phone No. 0145-2644209
Email: cepmcnagaur@gmail.com & cepmc-ajm-rj@nic.ni
PUBLIC HEALTH ENGINEERING DEPARTMENT
Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Table of Contents

Table of Contents

CHAPTER- 1: PROJECT IN BRIEF ................................................................... 16


1.1 Introduction .................................................................................................. 16
1.2 Existing water supply status: ........................................................................ 16
1.3 Necessity of the project ...................................................................................... 18
1.4 Nagaur lift water supply project ................................................................... 19
1.5 Project components:........................................................................................... 23
1.6 Brief Details of Package 9 (CDS 6) .................................................................... 25
2.1 Extent of Scope Of Work ................................................................................... 39
2.2 General Principles ......................................................................................... 41
2.3 Major Components Of Work ............................................................................. 48
2.3.1 Survey, Investigation, Design & Submission ............................................. 48
2.3.2 Transfer Pumping Mains: .........................................................................49
2.3.3 Cluster Pumping Mains. ....................................................................... 50
2.3.4 Cluster Distribution Network. .............................................................. 50
2.3.5 Pump houses......................................................................................... 50
2.3.6 Clear Water Reservoirs .............................................................................51
2.3.7Elevated Service Reservoirs: ...........................................................................51
2.3.8 Village Transfer Chamber ..................................................................... 52
2.3.9 33/0.415 KV Switchyard ....................................................................... 52
2.3.10 Operation and Maintenance ........................................................................52
2.3.11 IEC activities in the 96 villages ....................................................................52
2.4 Survey & Investigation: s................................................................................... 53
2.5 PUMPING MAINS............................................................................................. 53
2.6 Water Distribution pipelines ............................................................................. 65
2.7 On-line-Sluice valves /butterfly valves ........................................................... 73
2.8 Double ball Kinetic Air valves .......................................................................... 74
2.9 Single ball Air VALVES ................................................................................. 74
2.10 Sectionalizing Valve Chamber ...................................................................... 75
2.11 Scour Valve ........................................................................................................ 76
2.12 Scour Valve Chamber .................................................................................... 77
2.13 Woltman water meter in VTC ........................................................................... 77
2.14 Village Transfer Chamber ................................................................................. 78
2.15 Other items & ACCESSORIES........................................................................... 78

CE(PMC),PHED, Ajmer Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Table of Contents

2.16 Clear Water Pumping Stations ( item no. 3.0) .................................................. 78


2.17 Furniture at pump HOUSES HEADWORKS ................................................... 85
2.18 Campus Area Development Works. .............................................................. 86
2.19 RAIN WATER HARVESTING STRUCTURE AND Other Civil Works. ........ 87
2.20 Pumps & Motors ............................................................................................ 87
2.21 SECTION & Delivery Piping Work. ............................................................... 89
2.22 33/0.415 KV Electric Sub STATIONS ............................................................... 90
2.23 H.T. / L.T. CABLE ..................................................................................... 91
2.24 Motor Control Centers ................................................................................... 91
2.25 Auxiliary Panel .............................................................................................. 91
2.26 Earthings ....................................................................................................... 91
2.27 All other items & Accessories ........................................................................... 92
2.28 Electro maganetic full bore Meter ................................................................... 92
2.29 ultrasonic flow meters ....................................................................................... 93
2.33 Instrumentation, Automation, Communication Control Panel (IACC) .......... 94
2.34 All other items & Accessories. .......................................................................... 97
2.35 Electro Chlorination System ............................................................................. 97
2.36 Clear Water Reservoir with Sump .................................................................... 97
2.37 Elevated Service Reservoirs , PSP’s & CWT’s. ............................................... 101
Village Transfer Chamber. (item no. 2.2) .................................................................... 106
ULTRASONIC water meter in VTC ......................................................................... 106
2.38 Boundary wall ................................................................................................. 108
2.39 All other items & Accessories ...................................................................... 109
2.40 Spares for pipeline works ............................................................................... 109
2.41 Tools & Tackles. .............................................................................................. 109
2.42 Field Laboratory .............................................................................................. 109
2.43 About references: ......................................................................................... 111
2.44 Standards ................................................................................................ 111
2.45 technical staff ............................................................................................... 112
2.46 Technical Requirement of Pump houses at various Head Works And Site
Development Works ................................................................................................ 113
2.47 IEC activities in 96 villages ............................................................................. 119
2.48 Operation And Maintenance ....................................................................... 121
General ...................................................................................................................... 121

CE(PMC),PHED, Ajmer Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Table of Contents

3.1 Preparatory Submissions ................................................................................. 130


3.1.1 L-Section ........................................................................................................ 130
3.1.2 Drawings & Designs ................................................................................. 132
3.2 Standards.......................................................................................................... 133
3.3 DI Pipeline........................................................................................................ 135
3.3.1 Ductile Iron Pipe ........................................................................................... 135
3.3.2 Inspection and Testing ............................................................................ 136
3.3.3 Marking .............................................................................................. 136
3.3.4 Packing and Transport........................................................................ 137
3.3.5 Specials for Ductile Iron Pipes ................................................................ 137
3.3.4 Supply ................................................................................................. 137
3.3.5Lubricant for ductile iron pipes and specials .............................................. 138
3.3.6 Packing ............................................................................................... 138
3.4 UPVC Pipes ..................................................................................................139
3.4.5Scope .............................................................................................................. 139
3.4.6 Material .................................................................................................... 139
3.4.7Classification.................................................................................................. 140
3.4.8 Dimensions of the pipes and the sockets ............................................... 140
3.4.9 Physical & chemical properties ........................................................... 140
3.4.10 Mechanical properties ............................................................................... 141
3.4.11 Tests and conformity criteria ..................................................................... 141
3.4.12 Markings ............................................................................................... 142
3.4.13 Packing and transport ........................................................................... 142
3.4.14 Supply of uPVC Pipes:........................................................................... 143
3.4.15 Rubber Rings for PVC Pipes and Specials ............................................. 143
3.4.16 Specials for uPVC Pipe System .............................................................. 146
3.5 Pipe Laying - General ...................................................................................148
3.5.1 Transportation /storage of pipes and specials ......................................... 148
3.5.2 Earth Work for PIPELINE ....................................................................... 150
3.5.3 Pipe Laying Below ground.................................................................. 159
3.5.4 Pipe Lying below Ground ................................................................... 163
3.5.5 Sequence of Works for ensuring good pipe laying ................................... 174
3.5.6 General Site Grading ............................................................................... 175
3.5.7Damage to Public Utilities ............................................................................ 176
3.5.8 Reinstatement of Road/ Footpath .......................................................... 176
3.5.9 Clearing the Site ...................................................................................... 177
3.5.10 Protection against scouring of foundation ............................................ 177
3.5.11 Anchoring of the pipeline ...................................................................... 178
3.5.12 Documentation ........................................................................................... 178
3.5.13 Field Hydraulic Test .................................................................................. 178
3.5.14 Flushing and Disinfection Of Mains...................................................... 179
3.5.15 Testing of the pipelines ............................................................................. 179
3.5.16 Pre-Commissioning & Commissioning Tests ........................................ 183

CE(PMC),PHED, Ajmer Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Table of Contents

3.6 Surge Control System ...................................................................................... 185


3.7 Road / River / Nallah Crossings .............................................................. 185
3.8 Thrust blocks / Anchor Block ......................................................................186
3.8.1Backfilling around chambers and thrust blocks .......................................... 187
3.9 Installation of Valves & Meters ....................................................................... 187
3.9.1 Fixing........................................................................................................ 187
3.9.2 Jointing Material ..................................................................................... 188
3.9.3 Civil Works ......................................................................................... 188
3.9.4 Design Considerations ........................................................................ 188
3.10 Chambers for valves on pipe line .................................................................189
3.10.1 General ....................................................................................................... 189
3.10.2 Side Clearance required for Chambers ..................................................... 192
3.10.3 Special Provision in Scour valve chambers ........................................... 192

CHAPTER- 4: SPECIFICATIONS FOR PUMPING STATION


(MECHANICAL AND CIVIL WORKS)......................................................... 193
4.1 General ............................................................................................................. 193
4.2 Standards.......................................................................................................... 193
4.3 Mechanical Plant & Equipment ...................................................................... 193
4.3.1 General........................................................................................................... 193
4.4 Pumps ............................................................................................................... 194
4.4.1 Pump Duty Points .................................................................................... 194
4.4.2 Clear Water Pumping Stations: .............................................................. 194
4.4.3 Specifications of Mono block pumps .................................................. 202
4.4.4 Specification for High Pressure Centrifugal Pumps with Multistage
Rings (Horizontal Installation.) .............................................................................. 203
4.4.4.1 Constructural Features:.............................................................................. 203
4.4.4.2 Casing .................................................................................................... 203
4.4.4.3 Impellers ..................................................................................................... 203
4.4.4.4 Shafts .......................................................................................................... 204
4.4.4.5 Stuffing Box:` ............................................................................................. 204
4.4.4.6 General ....................................................................................................... 204
4.4.4.7 Materials of Construction .......................................................................... 204
4.4.4.8 Drawings and information to be Provided ............................................ 204
4.4.5 Dewatering/Drainage and water circulation Pumps................................ 205
4.5 Delivery & Suction Pipes – Design considerations .................................... 207
4.6 Specifications of Valves ................................................................................... 208
4.6.1 General........................................................................................................... 208
4.6.2 Pressure Rating........................................................................................ 208
4.6.3 Size ...................................................................................................... 208

4.7 Manually Operated Travelling Crane (HOT Crane......................................208

CE(PMC),PHED, Ajmer Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Table of Contents

Crane Bridge ......................................................................................................... 208


Trolley and Chain Pulley Block ............................................................................. 209
Data ........................................................................................................................... 209
4.8 Ventilation & Cooling system for Pump Room ............................................210
4.9 Ventilation & Cooling system for Pump Room ............................................210
4.10 Ventilation & Cooling system for Pump Room ............................................211
4.8.1 Exhaust fans.................................................................................................. 211
4.9 Air Conditioner ............................................................................................212
4.9.1 General........................................................................................................... 212
4.9.2 Technical particulars ............................................................................... 213
4.10 Pipe Fittings ..................................................................................................... 213
4.11 Puddle Collar and flanged DI pipeline.........................................................214
4.12 Dismantling joints ............................................................................................ 214
4.13 Testing and inspection..................................................................................... 215
4.13.1 Hydrostatic Test ......................................................................................... 215
4.14 Miscellaneous ..............................................................................................215
4.14.1 Nuts, Bolts, Studs and Washers ................................................................ 215
4.14.2 Gaskets........................................................................................................ 215
4.14.3 Support For Pipe work & Valves ........................................................... 216
4.14.4 Galvanizing............................................................................................ 216
4.14.5 Painting....................................................................................................... 216
4.14.6 Lubrication ................................................................................................. 217
4.14.7 Erection ...................................................................................................... 218
4.15 Pump House Civil Works.............................................................................219
4.15.1 Pumping Station Buildings ................................................................... 219
4.15.2 Pumping Stations ....................................................................................... 220
4.16 Miscellaneous requirements ............................................................................ 223
4.16.1 Nameplates, signboards, nomenclature .................................................... 223
4.16.2 Fire extinguishers ....................................................................................... 223
4.16.3 First aid kits ................................................................................................ 224
4.16.4 Electro Chlorination System ...................................................................... 224
4.16.5 Rain Water Harvesting Structure : ............................................................ 226

CHAPTER- 5: SPECIFICATIONS OF VALVES .......................................... 210


5.1 General ............................................................................................................. 210
5.2 Installation ....................................................................................................... 210
5.3 Flanges .........................................................................................................211
5.4 Operation .....................................................................................................211

5.5 Butterfly Valves ............................................................................................213

CE(PMC),PHED, Ajmer Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Table of Contents

5.5.1 Constructional Features ................................................................................ 213


5.5.2 Features of Construction ......................................................................... 215
5.5.3 Material of Construction ......................................................................... 216
5.6 Sluice / gate Valves : ..................................................................................217
5.7 Air Valve ......................................................................................................218
5.7.1 General........................................................................................................... 218
5.7.2 Material of Construction ......................................................................... 220
5.8 Spring Loaded Dual Plate Check Valve .......................................................221
5.8.1General........................................................................................................... 221
5.8.2 Constructional Features .......................................................................... 221
5.8.3 Materials of Construction ....................................................................... 221
5.9 Non-Return Valves .......................................................................................... 222
5.9.1Constructional Features ................................................................................ 222
5.9.2 Materials of Construction ....................................................................... 222
5.10 Nut, Bolts, Washers ......................................................................................... 223
5.11 Gear Box For Valves .....................................................................................224
5.11.1 Material of Construction ....................................................................... 225
5.12 Electric Actuator .............................................................................................. 225
5.13 Inspection And Tests ....................................................................................... 227

CHAPTER- 6: SPECIFICATIONS FOR PUMPING STATIONS


(ELECTRICAL EQUIPMENT) ......................................................................... 231
6.1 General ............................................................................................................. 231
6.1.1 Scope Works..................................................................................................... 232
6.1.2 design criteria................................................................................................... 232
6.1.3 Environmental Conditions .............................................................................. 233
6.2 Power Supply Information .............................................................................. 233
6.2.1 Fault Levels .............................................................................................. 234
6.3 Metal Enclosed LT Switchgear ........................................................................ 234
6.3.1 Standards ....................................................................................................... 234
6.3.2 Other considerations ............................................................................... 235
6.3.3 Technical parameters .............................................................................. 237
6.3.4 Drawing and documents required after award of Contract ...................... 238
6.4 LT Motors ......................................................................................................... 238
6.4.1 Standards ....................................................................................................... 238
6.4.2 Other considerations ............................................................................... 239
6.4.3 Technical parameters .............................................................................. 239
6.4.4 Drawing and documents required ...................................................... 240

6.5 LT Capacitors ................................................................................................... 240

CE(PMC),PHED, Ajmer Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Table of Contents

6.5.1 Standards ....................................................................................................... 240


6.5.2Other considerations..................................................................................... 240
6.5.3Technical parameters .................................................................................... 241
6.5.4 Drawing and documents required ...................................................... 241
6.6 Cables ............................................................................................................... 241
6.6.1 H.T. Cables .................................................................................................... 241
6.6.2 LT Cables ............................................................................................ 242
6.7 Lighting Fixtures .............................................................................................. 243
6.7.1 Standards ....................................................................................................... 243
6.7.2Other Considerations .................................................................................... 243
6.8 Earthing System ............................................................................................... 244
6.8.1 General........................................................................................................... 244
6.8.2 Conductor size for connections to various equipments shall be as per the
following table .......................................................................................................... 245
6.8.3 Earthing station - Plate type ................................................................... 246
6.9 Lighting System ............................................................................................... 246
6.9.1 General Requirements .................................................................................. 246
6.9.2 Testing...................................................................................................... 248
6.10 Miscellaneous ................................................................................................... 248
6.10.1 Cable glands and lugs............................................................................ 248
6.10.2 Cable trays ............................................................................................. 248
6.10.3 Lighting panels (LP)/ Fan DB .........................................................................249
6.10.4 Rubber mats ............................................................................................... 249
6.10.5 Civil works............................................................................................. 249
6.10.6 Local Push-button (PB) Stations ................................................................ 250
6.11 Spare parts for Electrical Equipment .............................................................. 250

CHAPTER-7: ELECTRIC SUB STATION ..................................................... 252

CHAPTER-7: ELECTRIC SUB STATION ..................................................... 252


7.1 General ............................................................................................................. 252
7.2 Power Supply Information .............................................................................. 252
7.2.1 Fault Levels .............................................................................................. 253
7.3 Design Considerations..................................................................................... 253
7.3.1 General........................................................................................................... 253
7.3.2Transformer Capacity .............................................................................. 253
7.3.4 3.3 kV Drop Out Fuses ................................................................................. 254
7.4 Technical Specification .................................................................................... 254
7.4.4 Power Transformers ..................................................................................... 254
7.5 33 kV Double Break Isolator ............................................................................ 256

7.5.1 Standards ....................................................................................................... 256

CE(PMC),PHED, Ajmer Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Table of Contents

7.5.2Technical parameters .................................................................................... 256


7.5.3 Drawing and documents required ........................................................... 257
7.5.4Inspection ...................................................................................................... 257
7.6 Lightning Arrestor (LA)................................................................................... 257
7.6.1 Standards ....................................................................................................... 257
7.6.2Technical parameters .................................................................................... 257
7.6.3Drawing and documents required ........................................................... 258
7.6.4 Inspection ................................................................................................ 258
7.7 Drop out Fuse (DOF) ....................................................................................... 258
7.7.1 Standards ....................................................................................................... 258
7.7.2 Technical parameters .................................................................................... 258
7.7.3 Drawing and documents required ........................................................... 258
7.7.4 Inspection ...................................................................................................... 259
7.8 Cabling, lighting & Earthing System ............................................................259

CHAPTER 8: SPECIFICATION FOR ELEVATED SERVICE


RESERVOIRS & CLEAR WATER RESERVOIR ......................................... 258
8.1 General ............................................................................................................. 258
8.2 The following activities shall be carried out but shall not be limited to ...... 259
8.3 General RCC .................................................................................................... 260
8.4 Testing .............................................................................................................. 261
8.4.1 Material.......................................................................................................... 262
8.4.2 Concrete ......................................................................................................... 263
8.4.2.1 Failure to Meet Strength Requirements .................................................... 264
8.4.2.2 Check of Reinforcement and Concreting .............................................. 264
8.4.2.3 Minimum Requirement for all reinforced or plain concrete structures . 265
8.4.2.4 Precautions to Keep Service Reservoir Free From Contamination ......... 265
8.4.2.5 Construction joints ..................................................................................... 266
8.4.2.6 Final Finishing ........................................................................................... 266
8.4.2.7 Pipes and Specials ................................................................................. 267
8.5 All flanged Specials ......................................................................................267
8.6 Puddle Collar ................................................................................................... 268
8.7 Ladder............................................................................................................... 268
8.8 Railing .............................................................................................................. 268
8.9 Water level indicators ...................................................................................... 268
8.10 Ventilator .......................................................................................................... 270
8.11 Lightening arrester .......................................................................................... 270
8.12 Painting ............................................................................................................ 270

8.12.1 Painting of metallic surfaces...................................................................... 270


8.13 Plinth Protection .............................................................................................. 270

CE(PMC),PHED, Ajmer Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Table of Contents

8.14 Water bars (for CWR) ...................................................................................... 271


8.15 Polyethylene Sheet (for CWR) ......................................................................... 271
8.16 Slogan and logo ............................................................................................271
8.17 Pipe Clamp ...................................................................................................272
8.18 Man Hole Cover ...........................................................................................272
8.19 Float Valve (For ESR & CWR) ............................................................................ 272
8.20 Testing for water tightness (REPRODUCED from IS 370) ............................ 273
8.21 Design Considerations..................................................................................... 274
8.21.1 Design Submissions ................................................................................... 274
8.21.2 Design Standards ....................................................................................... 275
8.21.3 Design Life ............................................................................................ 275
8.21.4 Design Loading ..................................................................................... 275
8.21.5 Joints .......................................................................................................... 276
8.21.6 Design Conditions for Underground or Partly Underground Liquid
Retaining Structures ............................................................................................. 277
8.21.7 Foundations ................................................................................................ 278
8.21.8 Mimium Thickness Requirements of members: ....................................... 279

CHAPTER-9: SPECIFICATIONS FOR INSTRUMENTATION,


AUTOMATION, COMMUNICATION .......................................................... 279
9.1 General ............................................................................................................. 279
9.2 General Requirement Of PLC/SCADA system ............................................. 279
9.2.1 Receive & store the information from .......................................................... 279
9.2.2 Process the above information to Control .............................................. 280
9.2.3 Alarm Schedule ................................................................................... 280
9.3 Design Requirements of Information & Control System ............................... 281
9.3.1 General........................................................................................................... 281
9.4 Programmable Logic Controllers .................................................................... 283
9.4.1 GSM/GPRS controller.............................................................................. 283
9.4.2 Basic Features but not limited to ............................................................ 284
9.4.3 Processor .................................................................................................. 284
9.4.4 Power .................................................................................................. 284
9.4.5 Other ........................................................................................................ 285
9.4.6 Enviornment ............................................................................................ 285
9.4.7Network Interfaces........................................................................................ 285
9.4.8 GPRS ........................................................................................................ 285
9.4.9 Serial Port #1 console .............................................................................. 285
9.4.10 Serial Port #2 console ................................................................................ 286

9.4.11 Software ...................................................................................................... 286


9.5 PC-based visualization system SCADA......................................................287

CE(PMC),PHED, Ajmer Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Table of Contents

9.6 Instrumentation, Automation, Communication Control (IACC) Panel ........ 290


9.6.1 General........................................................................................................... 290
9.6.2 Mounting ............................................................................................ 291
9.6.3 Earthing for Instruments ......................................................................... 291
9.6.4 Frame Earthing ........................................................................................ 292
9.6.5 Space Heater ............................................................................................ 292
9.6.6 Interior Lighting and Receptacles........................................................... 292
9.6.7Voltage Level and Power Supply Units .................................................... 293
9.6.8 Labels ....................................................................................................... 293
9.6.9 Switches and Miniature Circuit Breakers (MCBs) ................................. 293
9.6.10 Intra-panel (Panel Internal) Wiring........................................................... 293
9.6.11 Terminal Blocks ......................................................................................... 294
9.6.12 Cable Supports ...................................................................................... 295
9.6.13 Terminal/Identification.............................................................................. 295
9.6.14 Painting of Control Panel/ Control Desk .............................................. 295
9.7 Specifications of equipment/system .............................................................. 295
9.7.1 General criteria.............................................................................................. 295
9.8 Flow Measuring System .................................................................................. 296
9.8.1 General........................................................................................................... 296
9.8.2 Electromagnetic full bore type flow meter .......................................... 297
9.8.3 Specifications for Turbine Type Flow Meters With Data Loggers ............ 298
9.8.4 Flow Meter .......................................................................................... 299
9.8.5 Loggers................................................................................................ 300
9.8.6 Flow Indicator and Integrator................................................................. 302
9.9 Level Measuring System ................................................................................. 302
9.9.1 General........................................................................................................... 302
9.9.2 Ultrasonic type Level Measuring System............................................ 303
9.9.3 Level Sensors (LS) ................................................................................... 304
9.9.4 Level Transmitter (LT) ............................................................................ 304
9.9.5 Level Indicators (LI) ................................................................................ 305
9.10 Pressure Measuring System ............................................................................ 305
9.10.1 General ....................................................................................................... 306
9.10.2 Pressure Measuring System ...................................................................... 306
9.10.3 Pressure Gauges .................................................................................... 307
9.11 Microprocessor based Alarm Annunciator..................................................... 307
9.11.1 General ....................................................................................................... 307
9.11.2 Technical..................................................................................................... 308
9.12 Lightning Protection Unit (L.P.U.) .................................................................. 309
9.13 Digital Bargraph Panel Meters ........................................................................ 309

9.14 Digital Panel Meters for electric parameters .................................................. 309


9.15 Analogue Signal Multipliers ........................................................................309

CE(PMC),PHED, Ajmer Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Table of Contents

9.15.1 IACC Panel Power Supply..................................................................... 310


9.16 Cabinets For Field Instruments ....................................................................... 313
9.17 Instrument Power Supply Cables And Instrumentation Signal Cables........ 313
9.17.1 Instrumentation Cables.............................................................................. 314
9.18 Laying Of Cables ..........................................................................................314

CHAPTER 10: SPECIFICATIONS FOR CIVIL WORKS .......................... 317


10.1 Civil and Building Works .............................................................................317
10.1.1 General ....................................................................................................... 317
10.1.2 Design Considerations .......................................................................... 317
10.1.3 Design Standards ....................................................................................... 319
10.2 Materials & Standards ..................................................................................... 324
10.2.1 Samples and Tests of Materials ................................................................. 355
10.2.2 Standards .................................................................................................... 355
10.3 Earthwork ......................................................................................................... 356
10.3.1 General ....................................................................................................... 356
10.3.2 Clearing ................................................................................................. 356
10.3.3 Excavation .................................................................................................. 357
10.3.4 Rock ............................................................................................................ 357
10.3.5 Fill, Backfilling and Site Grading .............................................................. 358
10.3.6 General Site Grading ................................................................................. 360
10.3.7 Fill Density ................................................................................................. 361
10.3.8 Timber Shoring .......................................................................................... 361
10.3.9 Dewatering ............................................................................................ 361
10.3.10 Rain Water Drainage ................................................................................. 362
10.4 Concrete............................................................................................................ 363
10.4.1 General ....................................................................................................... 363
10.4.2 Materials ..................................................................................................... 363
10.4.3 Samples and Tests ...................................................................................... 368
10.4.4 Concrete ...................................................................................................... 369
10.4.5 Formwork .............................................................................................. 373
10.4.6 Preparation Prior to Concrete Placement ................................................. 375
10.4.7 Check for Reinforcement and concreting .............................................. 376
10.4.8 Transporting, Placing and Compacting Concrete .................................. 376
10.4.9 Mass Concrete Works ................................................................................ 378
10.4.10 Curing .................................................................................................... 378
10.4.11 Construction Joints and Keys .................................................................... 379
10.4.12 Foundation Bedding.............................................................................. 380
10.4.13 Repair and Replacement of Unsatisfactory Concrete .............................. 380

10.4.14 Hot Weather Requirements ...................................................................... 381


10.4.15 Cold Weather Requirements..................................................................... 381
10.4.16 Liquid Retaining Structures ...................................................................... 382

CE(PMC),PHED, Ajmer Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Table of Contents

10.4.17 Testing Concrete Structures for Leakage ................................................. 382


10.4.18 Water stops ................................................................................................ 383
10.4.19 Preformed Fillers and Joint Sealing Compound ...................................... 385
10.5 Structural Steel Work....................................................................................... 385
10.5.1 Fabrication ................................................................................................. 385
10.5.2 Tolerances .................................................................................................. 392
10.5.3 End Milling ............................................................................................ 392
10.5.4 Inspection .................................................................................................. 392
10.5.5 Shop Matching........................................................................................... 394
10.5.6 Drilling Holes for other works ............................................................... 398
10.5.7 Marking of Members ............................................................................. 398
10.5.8 Errors ......................................................................................................... 399
10.5.9 Painting ...................................................................................................... 399
10.6 Water Supply And Sanitary Works ................................................................ 407
10.6.1 Sanitary Installation .................................................................................. 407
10.7 Building Details............................................................................................417
10.7.1 Brickwork............................................................................................... 417
10.7.2 Uncoursed Random Rubble Masonry, in Foundation Plinth and
Superstructure ........................................................................................................... 422
10.7.3 Coursed Rubble Masonry (First Sort) for Superstructure ....................... 424
10.7.4 Damp - Proof Course ............................................................................. 425
10.7.5 Miscellaneous Inserts, Bolts etc. ............................................................... 426
10.7.6 Wood work in Doors, Windows, Ventilators & partitions ..................... 426
10.7.7 Steel Doors, Windows and Ventilators .................................................... 429
10.7.8 Aluminum Doors, Windows, Ventilators & Partitions .......................... 432
10.7.9 Steel Rolling Shutters ................................................................................ 436
10.7.10 Base Concrete ............................................................................................ 438
10.7.11 Marble Flooring ......................................................................................... 438
10.7.12 Terrazzo and Plain Cement Tiling Work ............................................... 439
10.7.13 In -situ Terrazzo Work ........................................................................... 442
10.7.14 Kota Stone Slab work ................................................................................ 444
10.7.15 Glazed Tile Finish .................................................................................. 445
10.7.16 In-Situ Cement Concrete Floor Topping .................................................. 447
10.7.17 In-Situ Granolithic Concrete Floor Topping ............................................ 449
10.7.18 Floor Hardener Topping ........................................................................... 449
10.7.19 PVC Sheet/Tile Flooring ........................................................................ 450
10.7.20 Acid Resisting Brick / Tiling Work (for lab) .......................................... 452
10.7.21 Epoxy Lining Work ................................................................................ 453
10.7.22 Water -Proofing ......................................................................................... 455
10.7.23 Cement Plastering Work ........................................................................ 457

10.7.24 Cement Pointing .................................................................................... 460


10.7.25 Water-Proofing Admixtures.................................................................. 460
10.7.26 Painting of Concrete, Masonry & Plastered Surfaces .............................. 461

CE(PMC),PHED, Ajmer Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Table of Contents

10.7.27 Painting & Polishing of Wood Work ..................................................... 464


10.7.28 Painting of Steel Work ............................................................................... 465
10.7.29 Plaster of Paris Board False Ceiling .......................................................... 467
10.7.30 Construction ............................................................................................... 468
10.8 Lighting System ............................................................................................... 472
10.8.1 Scope ........................................................................................................... 472
10.8.2 Drawings and Data ................................................................................ 473
10.8.3 General Requirements ............................................................................... 473
10.8.4 Design Requirement .................................................................................. 473
10.8.5 Lighting System Equipment ...................................................................... 476
10.8.6 Panels / Boards’ Component Equipment ............................................. 477
10.8.7 Lighting Fixtures (luminaries) ................................................................... 483
10.8.8 Accessories for luminaires ......................................................................... 489
10.8.9 Deserts Coolers .......................................................................................... 492
10.8.10 Water Coolers............................................................................................. 493
10.9 Rain Water Harvesting Structures .................................................................. 495

CHAPTER-11: PRE-DISPATCH INSPECTIONS ........................................ 497


11.1 Pre-Dispatch Inspections and Tests ................................................................ 497
11.2 Testing and Inspection of DI/MS/uPVC Pipes & Specials ........................... 498
11.3 Inspection and Testing For Butterfly Valves .................................................. 499
11.4 Inspection and Testing For Sluice Valves ....................................................... 500
11.5 Inspection and Testing For Dual Plate Check Valves .................................... 500
11.6 Inspection and Testing For Air Valves ........................................................... 500
11.7 Inspection and Testing of Clear Water Pumps ............................................... 501
11.8 Inspection and Testing of other Pumps of Rating More Than 10 kW........... 501
11.9 Inspections and Testing Of Manual Monorail Hoist & Semi EOT Crane ..... 502
11.10 Inspection of Motors ........................................................................................ 502
11.11 Inspection of Transformers and Switchyard Control Panel .......................... 502
11.12 Inspection of Vacuum Circuit Breakers .......................................................... 502
11.13 Inspection Of LV Switchgear .......................................................................... 503
11.14 Inspection of LV Distribution Panel, Capacitor Panel and other Panels ...... 503
11.15 Protection and control circuits ........................................................................ 503
11.16 Other Equipments............................................................................................ 504
11.17 Manufacture’s certifications ............................................................................ 504

11.17.1 Cables .................................................................................................... 505


11.17.2 Process Control and Indicating Instruments ............................................ 505
11.17.3 Electrical Equipments ................................................................................ 505
11.17.4 Electrical Measuring Instruments and Meters.......................................... 505

CE(PMC),PHED, Ajmer Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Table of Contents

11.18 System .............................................................................................................. 506

CHAPTER-12: IEC ACTIVITIES ...................................................................... 507


12.1 IEC activities in the 110 Villages ..................................................................... 507
12.2 Objective: .......................................................................................................... 507
12.2.1 Purpose.................................................................................................. 507
12.2.2 Expected Benefits ....................................................................................... 508
12.2.3 Activities ................................................................................................ 509
12.2.4 Main Roll of NGO for IEC activities: ........................................................ 512
12.2.5 Water distribution Management ............................................................... 513
12.2.6 Women Participation ................................................................................. 515
12.2.7 Health Education ....................................................................................... 515
12.2.8 Outputs: ...................................................................................................... 516

CHAPTER-13: SPECIFICATIONS FOR OPERATION AND


MAINTENANCE.................................................................................................. 542
13.1 General ............................................................................................................. 542
13.2 Activities during O&M period .....................................................................542
13.3 Specifications.................................................................................................... 546
13.4 Experience and Qualification of Staff ............................................................. 546
13.5 Tools and Tackles required for O&M: ............................................................ 547
13.6 Lubrication ....................................................................................................... 549
13.7 Spare Parts ....................................................................................................... 549
13.8 Particular Requirements During O&M........................................................... 550
13.9 Pipeline ............................................................................................................. 550
13.10 Periodical Maintenance of EMI Equipement .................................................. 551
13.11 Pumping Station and all other buildings .....................................................555
13.12 Testing of pumps ............................................................................................. 556
13.13 Testing of CWR and ESR ..............................................................................557
13.14 MAINT ENANCE MANAGEMENT SYSTEM .............................................557
13.15 Operations and Maintenance Manual............................................................. 558
13.16 Sub stations: (At all Pumping Stations) .......................................................... 559

CE(PMC),PHED, Ajmer Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9(CDS-6), Kuchaman Vol-II: Project Brief

CHAPTER- 1:
PROJECT IN BRIEF

1.1 INTRODUCTION:

The district Nagaur is located almost in the middle of the state of Rajasthan and extends
between North latitudes 260 25’ and 270 40’ and East longitudes 730 10’ and 750 15’. Its
border stretches with several other district of the state namely, Bikaner, Churu, Sikar, Jaipur,
Ajmer, Pali and Jodhpur district. Total area of district Nagaur is 17178 sq. km. Nagaur district
consists of 1480 villages and 11 towns as per 2001 census. Nagaur District with its present
area covers only 5.18 percentage of the total area of the State and is divided into 10 tehsils and
11 blocks (Panchayat Samities). Its geographical spread is a good combine of plain, hills, sand
mounds & as such it is a part of the great Indian Thar Desert with no perennial river in and
around.

1.2 EXISTING WATER SUPPLY STATUS:

Since Nagaur district is situated in Thar Desert with no perennial river, water supply mainly
depends on ground water, which is also saline and non-potable in most of zones. There are
only a few pockets, where potable ground water is available from deep tubes wells. Depth of
ground water table varies from 70 to 120 meter in general. The existing status of water supply
schemes in the urban & rural sector is as follows:

Urban Sector:

All the 12 towns of the district, having present population of about 5, 71,624 are benefitted
with water supply schemes maintained by PHED. There are total 69864 consumer
connections of different category. The main source of water supply to the towns is ground
water, through hand pumps, open wells and bore wells. Ground water quality in all the
towns does not conform to BIS or WHO standards as fluorides, TDS and nitrates are beyond
acceptable limits.

At present 7.5 MLD water from IGNP is being supplied to Nagaur city through the
transmission system constructed under Package-1 of NLWSP Phase-I. Service level is ranging
from 35 LPCD to 94 LPCD. Two towns are getting water supply once in three days and four
towns once in two days with average supply hour of 1 to 2 hours. The production from 166
bore wells is about 33.06 MLD in urban areas. There are 44 OHSRs of 18365 KL capacity & 31
CWR of 13170 KL capacity. The rising main length in all the 11 towns is about 435 KM and
the distribution network is of about 1283 KM length. The amount of UFW is more than 35%.
The status of urban water supply schemes is shown in the table below-

CE(PMC),PHED, Ajmer 16 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9(CDS-6), Kuchaman Vol-II: Project Brief

Freq. of supply in hr

Average service level


Average Production
Present Population

No of connections
Population 2001
Name of Town

No. of TW
No. of HP
in MLD

LPCD
Nagaur 93915 120000 9.70 48 80 73 29 12825
Moondwa 16017 20520 1.76 24 86 0 08 1892
Kuchera 19521 24987 0.88 24 35 0 04 2141
Merta 40252 52328 3.87 48 74 0 06 7747
Parabatsar 13821 16000 1.50 48 94 48 14 2210
Didwana 44675 56000 4.10 48 73 21 17 8583
Ladnu 57070 72000 5.20 24 72 0 20 10241
Nawa 18230 22000 1.10 24 50 21 09 3089
Makrana 91853 110000 6.0 72 55 34 27 10700
Kuchaman 50587 65000 5.50 24 79 13 26 8049
Degana 9838 12789 0.95 72 74 0 06 2387
G Total 455779 571624 40.56 - - 210 166 69864

Rural Sector:

As per 2001 census, there are 1480 revenue villages i.e. Main Habitations (MH) in Nagaur
district. There are small habitations in the vicinity of the MH and those are called as Other
Habitations (OH) or Dhanis. There are 3750 other habitations in the district. Total population
of rural area as per census 2001 is 2297721. Primarily, water supply in rural area is maintained
by PHED through following type of water supply schemes:

Regional Schemes: Regional Water Supply scheme is a type of scheme in which there
may be one or more source village (s) and water is distributed in two or more villages
through PSP.

P&T Schemes: P&T water supply scheme is a type of schemes where a small GLR is
constructed near a bore-well/open well and water is filled in GLR. Villagers take water
through PSP fitted around or near GLR.

Piped Schemes: Villages having population of 4000 or more as per 2001 census are
covered under these types of schemes. Provisions of house connections, public stand post and
cattle water troughs are taken in these schemes.

Hand Pumps: Villages having population of 1500 or less are generally benefitted through
H.Ps if feasible. One hand pump is generally provided for every 250 persons. Water is drawn
by villagers directly from the hand pump and carried to their houses.

CE(PMC),PHED, Ajmer 17 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9(CDS-6), Kuchaman Vol-II: Project Brief

Name of No of Pop RWSS


SN PWS P&T TSS HP JJY
Tehsil villages 2001 Nos Village
1 Nagaur 183 278548 23 93 18 54 12 3 3
2 Jayal 136 224944 18 82 12 36 0 0 6
3 Didwana 170 285031 33 74 33 16 8 1 38
4 Ladnu 97 158026 14 44 19 24 0 0 10
5 Nawa 193 268146 18 46 24 30 1 26 66
6 Makrana 119 199671 5 14 15 64 6 0 20
7 Parabatsar 110 186413 9 20 12 11 4 10 53
8 Merta 194 296723 23 121 28 27 11 0 7
9 Degana 190 256420 18 125 8 14 23 14 6
10 Khinvsar 88 143799 3 16 8 64 0 0 0
TOTAL 1480 2297721 164 635 177 340 65 54 209

1.3 NECESSITY OF THE PROJECT:


Ground water is the main source of water supply in district and due to scanty rainfall in
previous years and over exploitation of ground water, water level in the district is going
down year to year and almost all the villages face acute shortage of drinking water. Tube
wells, open wells & Hand Pumps were developed in the various villages of district under
various contingency works during last 7-8 years but same could not be proved sustainable.
Moreover, ground water, which is main source of water supply in district, invariably does not
conform to BIS or WHO standards as it contains excess quantities of fluorides, Nitrates,
Chloride and TDS.
Ground water is generally brackish to saline accompanying with high level of fluoride. A
very few pockets have potable water but it also suffers with excess fluoride contents. The
acute level of fluoride is crippling number of habitants of the district and already disfiguring
the teeth of a majority of the pre-adolescent population. As such potable water resources are
highly inadequate in most of targeted coverage areas. Despite quality problem, out of all the
11 blocks of district seven blocks have been declared as over exploited, two blocks are critical
and one block semi critical by Ground Water Department. Moreover, cyclic drought has
severely affected recharge of aquifers.
To explore any possible alternative for potable water GoR had organized a study through
consultants. Swedish International Development Agency (SIDA) was requested by the
Government of India to support a pre-appraisal study for an integrated rural water,
sanitation and health education project in Nagaur district. The study was undertaken by a
team of three international and nine local consultants. The team considered Nagaur District
as one of the most problematic areas in the world regarding water supply and related health
conditions. Conventional methods of solving water problem were not found sufficient for
large part of the area.
SIDA report suggested that IGNP (Indira Gandhi Canal Project) may be the only ultimate
solution to long term water problems of Nagaur District i.e. Water Supply Project to bring
water from IGNP to Nagaur District vide proper infrastructure and looking to its high
investment cost project might be executed in two phases to overcome the financial constraint.
GoR has initiated action as early as in year 2002-03 by reserving 200 cusec of water in Gajner

CE(PMC),PHED, Ajmer 18 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9(CDS-6), Kuchaman Vol-II: Project Brief

Lift Canal of IGNP system to meet drinking water demand of whole Nagaur district and en-
route 2 towns & 111 villages of Bikaner district.

1.4 NAGAUR LIFT WATER SUPPLY PROJECT:


In view of higher cost of the project, it was decided to take up the project in two phases.
Phase I: Nagaur Lift Water Supply Project Phase-I was sanctioned in year 2006-07 to
benefit 502 villages and 5 towns of Nagaur district at an estimated cost of Rs. 761.02 crore.
The population projections for Phase-I of NLWSP for design year 2030 were made with
geometrical projections method by taking 28% growth of previous decade of the State. Since
remaining area of Nagaur district is also proposed to be benefitted with water from IGNP in
Phase-II of NLWSP for the design year 2045, therefore population projections for the area
included in Phase-I on the basis of population projections done for Phase-II up to the design
year 2045 are tabulated below:
Urban Population Projection Phase-I
Population Projections
S. No. Town 2001 2015 2030 2045
1 Nagaur 93,915 133,078 176,091 215,253
2 Basni 21,558 30,548 40,421 49,411
3 Kuchera 19,521 27,661 36,602 44,742
4 Mundwa 16,017 22,696 30,032 36,711
5 Merta 40,252 57,037 75,473 92,258
Total 191,263 271,020 358,618 438,375

Rural Population Projection Phase-I


S. No of Population Projections
Tehsil
No vill. 2001 2015 2030 2045
1 Nagaur 135 215,273 277,056 331,305 369,624
2 Khinvsar 88 143,799 185,069 221,307 246,903
3 Merta 193 296,368 381,426 456,110 508,864
4 Degana 78 106,589 137,180 164,040 183,013
5 Jayal 8 12,463 16,040 19,181 21,399
Total 502 774,492 996,771 1,191,943 1,329,803

All the project components such as raw water pumping station & reservoir, treatment plant,
clear water reservoir & pumping station, Transmission main of 1200 mm diameter from
Nokha Daiya to Nagaur along with intermediate pumping station at Deshnok and clear water
reservoir at Gogelov near Nagaur have been completed and partly put to use to provide
water to Nagaur city. Works to provide water to remaining towns and villages are under
execution.
Phase-II: Looking to alarming stage of depletion of ground water aquifer and deterioration
in quality has forced GoR to take up Phase-II of Nagaur Lift Water Supply Project also on
priority basis to provide sustainable drinking water supply to remaining 978 villages and 7
urban towns of Nagaur district and 2 towns and 111 villages of Bikaner district. It is

CE(PMC),PHED, Ajmer 19 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9(CDS-6), Kuchaman Vol-II: Project Brief

envisaged that provision for design water demand for towns and villages of Bikaner district
shall be included in water production components at Nokha Daiya and carrier up to Deshnok
and water distribution network up to town and village level shall be taken through a separate
project later on. Population projections up to design year 2045 for urban and rural sectors
included in Phase-II of the project is as given below:

Urban Population Projections NLWSP Phase-II

Population Projections
S.No. Town
2001 2015 2030 2045
1 Kuchaman 50587 71682 94851 115945
2 Nawa 18230 25832 34181 41783
3 Makrana 91853 130156 172224 210527
4 Parbatsar 13821 19584 25914 31678
5 Didwana 44675 63304 83766 102395
6 Ladnu 57070 80868 107006 130804
7 Degana 9838 13940 18446 22549
Total Nagaur Distt. 286075 405367 536389 655682
Deshnok &
1 65346 88789 123313 171260
Nokha
Total Bikaner Distt. 65346 88789 123313 171260
Total Urban Phase-II 351421 494156 659702 826942
Rural population Projection NLWSP Phase-II
sS. Tehsil No. of Population Projections
No. village 2001 2015 2030 2045
s
1 Degana 112 149831 192832 230590 257260
2 Didwana 170 285031 366835 438663 489398
3 Jayal 128 212481 273463 327008 364830
4 Ladnu 97 158026 203379 243202 271331
5 Makarana 119 199671 256977 307294 342835
6 Merta 1 355 457 546 610
7 Nagaur 48 63275 81435 97380 108643
8 Nawa 193 268146 345104 412677 460407
9 Parbatsar 110 186413 239914 286890 320071
Total Nagaur
978 1523229 1960396 2344249 2615384
Distt.
1 111 227830 309564 429932 597100
Total Bikaner
111 227830 309564 429932 597100
Distt.
Total Rural
1089 1751059 2269960 2774181 3212484
Phase-II

Water Demand Assessment:

Assessment of water demand has been done on the basis of following parameters

CE(PMC),PHED, Ajmer 20 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9(CDS-6), Kuchaman Vol-II: Project Brief

Urban:
 Service level in towns provided with piped water supply is kept as 100 lpcd as per
decision of GoR.

 Provision for “Unaccounted for water”(UFW) in urban area – 10%

 Institutional and other demands – 10%

 Filtration losses (at Nokha Daiya Head Works) – 3%

Rural:
 Peak surface water demand (for sizing of project component) in for DDP blocks i.e. for
Nagaur district being desert district – 55 lpcd
 10%Water loss in cluster distribution system

Transmission loss: 5%

Raw Water Loss: 4%

Water Demand Assessment Phase I:


 Urban demand was calculated with service level of 100 LPCD & considering 15% UfW
and rural demand was calculated with 70 LPCD. However, as per the new guidelines
of NRDWP, the service level of 55 LPCD was approved by GoR in rural areas of
Desert districts. Emphasis has also been given on reduction of UfW in urban area and
thus only 10.0% UfW has been considered while arriving at demand for the horizon
year. The revised water demand of urban and rural area under Phase I considering
above parameters is given below.

Water Demand of Phase-I

S. Particulars. Water Demand in MLD


No. 2015 2030 2045
1 Urban 34.43 45.56 55.70
2 Rural 63.32 75.72 84.48
Total 97.75 121.28 140.18
Water Demand Assessment for Phase II:

Urban:
A service level of 100 LPCD has been adopted in urban towns as per decision of PHED. In
addition to 100 lpcd, 10% institutional water demand is taken as per decision of Technical
Committee of PHED. CPHEEO manual suggest limiting UfW to 15% of the service level in
urban areas. It is envisaged that urban water supply schemes shall be maintained on
performance based contract, hence UfW, limited to 10% of the service level along with 5%
transmission loss are considered for demand assessment. The projected demand for urban
towns for year 2015, 2030 and 2045 are tabulated below:

CE(PMC),PHED, Ajmer 21 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9(CDS-6), Kuchaman Vol-II: Project Brief

Urban Water Demand for NLWSP Phase II


S. No. Name of Water Demand in MLD
Town 2015 2030 2045
District Nagaur:
1 Kuchaman 9.11 12.05 14.73
2 Nawa 3.28 4.34 5.31
3 Makrana 16.54 21.88 26.75
4 Parbatsar 2.49 3.29 4.02
5 Didwana 8.04 10.64 13.01
6 Ladnu 10.27 13.60 16.62
7 Degana 1.77 2.34 2.86
Total 51.50 68.15 83.30
District Bikaner:
1 Deshnok &
11.28 15.67 21.76
Nokha
Total Bikaner District 11.28 15.67 21.76
Total Urban Phase-II 62.78 83.82 105.06

Rural:
As per NRDWP guideline, the GoR has decided that service level of 55 LPCD shall be
maintained in rural area of Nagaur district. Water loss in transmission system and cluster
distribution system has been taken as 5% & 10% respectively. Block-wise rural water demand
for year 2015, 2030 and 2045 are tabulated below:

Rural Water Demand for NLWSP Phase II


S. No. of Water Demand in MLD
Tehsil
No Villages 2015 2030 2045
1 Degana 112 12.25 14.65 16.34
2 Didwana 170 23.30 27.87 31.09
3 Jayal 128 17.37 20.77 23.18
4 Ladnu 97 12.92 15.45 17.24
5 Makarana 119 16.32 19.52 21.78
6 Merta 1 0.03 0.03 0.04
7 Nagaur 48 5.17 6.19 6.90
8 Nawa 193 21.92 26.22 29.25
9 Parbatsar 110 15.24 18.22 20.33
Total Nagaur District 978 124.53 148.92 166.14
District Bikaner
1 111 19.67 27.31 37.93
Total Bikaner District 111 19.67 27.31 37.93
Total Rural Phase-II 1089 144.20 176.23 204.07

Total Water Demand Projections for Phase-I & II:


Water demand projections for Nagaur district and en-route area of Bikaner district (Phase-I &
Phase-II of NLWSP) is tabulated below:

CE(PMC),PHED, Ajmer 22 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9(CDS-6), Kuchaman Vol-II: Project Brief

No. of Water Demand in MLD


S. Project
Sector Town/
No. Phase 2015 2030 2045
Villages
Urban 5 34.43 45.56 55.70
1 Phase-I
Rural 502 63.32 75.72 84.48
Total Phase-I - 97.75 121.28 140.18
Urban 9 62.78 83.82 105.06
2 Phase-II
Rural 1089 144.20 176.23 204.07
Total Phase-II - 206.98 260.05 309.13
Total Phase-I & II - 304.73 381.33 449.31

1.5 PROJECT COMPONENTS:


Indira Gandhi canal system is adopted source of water for this project. The “Panna Lal
Barupal Lift Canal” popularly known as “Gajner lift canal” of Indira Gandhi canal system,
has reservation of 200 cusec i.e. 5.663 cumec water for drinking purpose for Nagaur Lift
Water Supply Project, proposed to cater drinking water demand of all 12 urban towns and
1480 villages of Nagaur district along with demand of en-route 2 towns and 111 villages of
Bikaner district. A 1.933 KM long link channel of 260 cusec i.e. 7.362 cumec capacity has
already been constructed from downstream of last pumping station (PS-V) to existing Head
Works at Nokha Daiya. Link channel is designed for additional 30% carrying capacity so as to
take additional water to store in raw water reservoir during canal closure period which
generally do not exceed more than 21 days once in a year for maintenance of canal system
and for other unforeseen circumstance.

Nagaur Lift Water Supply Project Phase-I was sanctioned and is under execution to cover 502
villages and 5 urban towns namely Nagaur, Mundwa, Kuchera, Basni Belima, & Merta city of
Naguar district. The package-1 of phase-I, including link channel from source canal i.e.
Gajner Lift Canal to Head Works at Nokha Daiya village, all the components like Raw water
reservoir, treatment plant, clear water reservoir, raw water and clear water reservoir etc at
Nokha Daiya Head Works, transmission main from Nokha Daiya Head Works to Deshnok
IPS & thereafter up to Nagaur, IPS at Deshnok and CWR at Nagaur etc. designed to meet the
water requirement of Phase-I, have been completed and under operation. The Phase-I of the
project was designed for the projected population for the year 2030. Total design population
and water demand for Phase-I is as given below:

a.Total population 2001 census : 962853


b.Total designed population (yr. 2030) : 2021472
c.Total designed demand (yr. 2030) in MLD : 175
d.Net total demand with 20% blending in MLD : 148

Now water demand for the design year 2045 has been worked out for the covered area under
Phase-I & II on the basis of population projections made under Phase-II. Population
projections and water demand for Phase-I & II are given in tables under para 1.5 above. All
the components under Phase-II up to Deshnok IPS shall be housed in the existing Head
Works at Nokha Daiya and Deshnok where sufficient provision was taken for the same. It is
proposed to inter-connect respective units of Phase-I & II as far as possible and to provide

CE(PMC),PHED, Ajmer 23 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9(CDS-6), Kuchaman Vol-II: Project Brief

capacity of each unit under Phase-II taking into account the available capacity of existing unit
under Phase-I.

To provide water facility to towns and villages included in Phase-I, from IPS at Deshnok a
transmission pipe line has been laid up to Gogalav Head Works near Nagaur via Nokha town
of Bikaner district. From Gogalav Head Works, water shall be taken entire project area of
Phase-I and works of these packages are in progress.

To provide water facility to towns and villages included in Phase-II, a transmission pipe line
shall be laid from IPS at Deshnok to PS at Kirap via Jodhyasi, Deh and Jayal. From PS Kirap,
tansmission pipe lines shall be laid towards Ladnu, Degana, Deedwana, Kuchaman, Makrana
and Parbatsar to provide water to towns and villages in the entire project area of Phase-II of
project. Project components proposed under Phase-II are grouped in number of following
packages for the purpose of execution in a view to carry out works in a systematic manner
and to provide water facility to beneficiaries as early as possible.

S.
PACKAGE WORKS INCLUDED
N.
Construction of Raw water pump house, Raw water Reservoir,
1 Package 1 Water Treatment Plant, Raw water Pumping mains, Clear water
transmission main from Nokha Daiya to Deshnok, Clear water
(TM 1) P.H. at Nokha daiya, CWRS at Nokha Daiya, EMI works for PHs,
33 KV dedicated power feeder & Switch yards for PS and SCADA
system for complete transmission system.

Construction of Clear water Reservoir and Pump House at


2 Package 2 Deshnohk, Clear transmission mains from Deshnok to Jayal,
(TM 2) Transfer PHs at Jodhiyasi & Jayal, CWRs for PHs, EMI works for
PHs, 33 KV dedicated power feeder & switchyards at PHs and
Instrumentation for data acquisition
Clear water transmission mains from Jayal to Kirap, Kirap to
3 Package 3 Deedwana, Kirap to Khatu Khurd, Khatu Khurd to Degana, Khatu
(TM 3) Khud to Toshina & Budsu, Budsu to Kuchaman & Makrana &
Parbatasar; Degana to Harsol, Deedwana to Jatinpura, Deedwana
to Ladariya, Transfer & cluster PHs at Khatu Khurd, Toshina,
Makrana & Budsu; CWRs for PHs; EMI works at PHs; 33 KV
dedicated power feeder & Switchyards at PHs; Instrumentation
for data acquisition
Cluster PH at Parbatsar, Gular, Peelwa; EMI works at PHs;
4 Package 4 33/0.44 KV dedicated power feeder & Switchyard; CWRs for PHs;
(CDS 1) Cluster Pumping Mains; Cluster distribution system for 110
villages of Parbatsar tehsil; IEC activities; Instrumentation for data
acquisition
Transfer & Cluster PHs at Ramsiya & Borawad; EMI works at
5 Package 5 PHs; 33/0.44 KV dedicated power feeder & Switchyards; CWRs
(CDS 2) for PHs; Cluster pumping Mains; Cluster distribution system for
119 villages of Makrana tehsil; IEC activities; Instrumentation for
data acquisition
Transfer & Cluster PHs at Kirap (cluster), Didwana, Koliya,
6 Package 6 Ladaria & Jatanpura; EMI works at PHs; 33/0.44 KV dedicated
(CDS 3) power feeder & Switchyards; CWRs for PHs; Cluster Pumping
Mains; Cluster distribution system for 170 villages of Didwana
tehsil; IEC activities; Instrumentation for data acquisition

CE(PMC),PHED, Ajmer 24 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9(CDS-6), Kuchaman Vol-II: Project Brief

S.
PACKAGE WORKS INCLUDED
N.
Transfer & Cluster PHs at Rohini, Jayal, Deh, Degana, Baman
7 Package 7 Kalla, Bawarla & Harsol; EMI works at PHs; 33/0.44 KV dedicated
(CDS 4) power feeder & Switchyards; CWRs for PHs; Cluster Pumping
Mains; Cluster distribution system for 177 villages of Nagaur,
Jayal,Merta & Degana tehsils; IEC activities; Instrumentation for
data acquisition
Transfer & Cluster PHs at Gennana, Ladnu & Dhyawa; EMI works
8 Package 8 at PHs; 33/0.44 KV dedicated power feeder & Switchyards; CWRs
(CDS 5) for PHs; Cluster Pumping mains; Cluster distribution system for
97 villages of Ladnu tehsil; IEC activities; Instrumentation for data
acquisition.
Transfer & Cluster PHs at Kuchaman & Chitawa and cluster PH at
9 Package 9 Bhilal; EMI works at PHs; 33/0.44 KV dedicated power feeder &
(CDS 6) Switchyards; CWRs for PHs; Cluster Pumping mains; Cluster
distribution system for 96 villages of part Nawa (Kuchaman)
tehsil; IEC activities; Instrumentation for data acquisition.
10 Package 10 Fluorosis Mitigation Program

(Soft)

1.6 BRIEF DETAILS OF PACKAGE 9 (CDS 6)


For the purpose of execution of the project, works proposed under Phase-II of the
project have been grouped in 10 packages. Package-9(CDS 6) includes works of
cluster distribution system, cluster pumping stations, CWRs, dedicated power
feeder, IEC activities etc in Kuchaman panchyat samiti & Nawa tehsil of Nagaur
district.

Population:

Details of projected population which shall be benefitted under Package-9 are given
below:

Population for the year


Sector Tehsil No. of villages
2001 2015 2030 2045
Rural Nawa 96 145618 187408 224107 250023

TOTAL 145618 187408 224107 250023

Water Demand:
Water demand for urban and rural sector covered under Package-9 according to
parameters mentioned in para 1.4 above is as given below:

Water Demand in MLD


Sector Tehsil No. of villages
2015 2030 2045
Rural Nawa 96 11.90 14.24 15.88

TOTAL 11.90 14.24 15.88

CE(PMC),PHED, Ajmer 25 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9(CDS-6), Kuchaman Vol-II: Project Brief

Village Clusters:

Clusters of villages have been formed looking to topography of area and feasibility to
provide water from elevated service reservoirs. In general one ESR has been
proposed for one cluster, however an independent ESR is proposed in the village
having population 4000 or more as per 2001 census. As per policy of the department,
Piped Water Supply with house connections is to be provided in such villages. All
the villages of Kuchaman tehsil/Panchayat Samiti have been included in 30 clusters
benefitting total 96 villages. Cluster wise details of villages, projected population,
projected water demand etc. are given in the attached table.

CE(PMC),PHED, Ajmer 26 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9(CDS-6), Kuchaman Vol-II: Project Brief

Nagaur Lift Water Supply Project - Phase-II


Design Population, Water Demand, location of ESRs & Pressure available at village for village clusters in

KUCHAMAN PANCHAYAT SAMITI (PART)

Water Demand (KLD) including 10%


ESR Location

Population ESR

Village Code

Highest GL
distribution losses
Revised

included
Villages
S.N.

cluster

Capacity

Staging
(Mtr.)
2001

2015

2030

2045

2001

2015

2030

2045

(KL)
no.

1 BEGPURA 01889100 427 549 707 845 943 33.21 42.77 51.12 57.05

2 KMN KALOLI 01888700 423 907 1167 1396 1557 54.87 70.6 84.46 94.2
/ CL- CHAWANDIYA
3 01 SURATPURA 01889000 432 786 1012 1210 1350 47.55 61.23 73.21 81.68

4 CHANWANDIYA 01888900 427 1915 2465 2947 3288 115.86 149.13 178.29 198.92

4157 5351 6398 7138 251.49 323.73 387.08 431.85 250 18

5 PAREWADI 01888600 418 2915 3752 4486 5005 176.36 227 271.4 302.8
KMN
6 / CL- PAREWADI RAJAPURA 01888500 413 1155 1486 1778 1983 69.88 89.9 107.57 119.97
02
7 KARKEDI 01888400 408 1812 2332 2789 3111 109.63 141.09 168.73 188.22

5882 7570 9053 10099 355.87 457.99 547.7 610.99 350 18

8 KOKPURA 01889400 437 433 557 666 743 26.2 33.7 40.29 44.95
KMN
9 / CL- ARAKSAR DOLATPURA 01889200 439 1274 1640 1961 2187 77.08 99.22 118.64 132.31
03
10 ARAKSAR 01889300 453 2994 3853 4608 5141 181.14 233.11 278.78 311.03

4701 6050 7235 8071 284.42 366.03 437.71 488.29 250 18


KMN
11 / CL- TODAS TODAS 01889500 473 3975 5116 6118 6825 240.49 309.52 370.14 412.91
04

CE(PMC),PHED, Ajmer 27 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9(CDS-6), Kuchaman Vol-II: Project Brief

Water Demand (KLD) including 10%

ESR Location
Population ESR

Village Code

Highest GL
distribution losses
Revised

included
Villages
S.N.

cluster

Capacity

Staging
(Mtr.)
2001

2015

2030

2045

2001

2015

2030

2045

(KL)
no.

3975 5116 6118 6825 240.49 309.52 370.14 412.91 250 18

12 HUDIL 01889600 492 2881 3708 4434 4947 174.3 224.33 268.26 299.29
KMN
13 / CL- HUDIL CHARANWAS 01889800 473 1295 1667 1993 2224 78.35 100.85 120.58 134.55
05
14 NEHARU NAGAR 01889700 462 1568 2018 2413 2692 94.86 122.09 145.99 162.87

5744 7393 8840 9863 347.51 447.27 534.83 596.71 300 18


KMN
15 / CL- LALAS LALAS 01889900 458 3808 4901 5861 6538 230.38 296.51 354.59 395.55
06
3808 4901 5861 6538 230.38 296.51 354.59 395.55 200 18
KMN
16 / CL- GHATWA-1 GHATWA 01890100 446 5327 6856 8198 9146 322.28 414.79 495.98 553.33
07
5327 6856 8198 9146 322.28 414.79 495.98 553.33 300 18

17 MANJI KI DHANI 01890200 440 1437 1849 2212 2467 86.94 111.86 133.83 149.25
KMN
18 / CL- GHATWA-2 RIKSA 01890300 443 674 867 1037 1157 40.78 52.45 62.74 70
08
19 GANGHI GRAM 01890400 428 504 649 776 865 30.49 39.26 46.95 52.33

2615 3365 4025 4489 158.21 203.57 243.52 271.58 150 18

20 KHORANDA 01890700 460 478 615 736 821 28.92 37.21 44.53 49.67

21 KHORANDI 01890000 443 2624 3377 4038 4505 158.75 204.31 244.3 272.55
KMN
22 / CL- BHILAL BHILAL 01890800 467 959 1234 1476 1647 58.02 74.66 89.3 99.64
09
23 RAMPURA 01891000 465 806 1037 1240 1384 48.76 62.74 75.02 83.73

24 DEV NAGAR 01890600 464 573 737 882 984 34.67 44.59 53.36 59.53

CE(PMC),PHED, Ajmer 28 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9(CDS-6), Kuchaman Vol-II: Project Brief

Water Demand (KLD) including 10%

ESR Location
Population ESR

Village Code

Highest GL
distribution losses
Revised

included
Villages
S.N.

cluster

Capacity

Staging
(Mtr.)
2001

2015

2030

2045

2001

2015

2030

2045

(KL)
no.

25 JIJOT 01890500 464 2158 2777 3321 3705 130.56 168.01 200.92 224.15

7598 9777 11693 13046 459.68 591.52 707.43 789.27 400 18

26 KMN KOTARA 01890900 467 439 565 676 754 26.56 34.18 40.9 45.62
/ CL- LAMBHA
27 10 LAMBHA 01891100 477 537 691 826 922 32.49 41.81 49.97 55.78

976 1256 1502 1676 59.05 75.99 90.87 101.4 150 18

28 LOR KA BAS 01891200 455 1086 1398 1671 1865 65.7 84.58 101.1 112.83
KMN
BHINCHRON KA
29 / CL- NALOT 01891400 465 1289 1659 1984 2213 77.98 100.37 120.03 133.89
BAS
11
30 NALOT 01891300 458 1403 1806 2159 2409 84.88 109.26 130.62 145.74

3778 4863 5814 6487 228.56 294.21 351.75 392.46 200 18


KMN
31 / CL- CHITAWA CHITAWA 01891500 442 6246 8039 9613 10724 377.88 486.36 581.59 648.8
12
6246 8039 9613 10724 377.88 486.36 581.59 648.8 350 18

32 BARALPURA 01888800 435 588 757 905 1010 35.57 45.8 54.75 61.11

33 SHIV 01892000 436 942 1212 1450 1617 56.99 73.33 87.73 97.83

34 KMN SHIV PURVI 01892100 434 956 1230 1471 1641 57.84 74.42 89 99.28
/ CL- SHIV
35 13 BHAWANIPURA 01892300 435 458 589 705 786 27.71 35.63 42.65 47.55

36 BHUTINATHPURA 01892200 436 337 434 519 579 20.39 26.26 31.40 35.03

37 NONPURA 01891900 427 550 708 846 944 33.28 42.83 51.18 57.11

3831 4930 5896 6577 231.78 298.27 356.71 397.91 200 18

CE(PMC),PHED, Ajmer 29 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9(CDS-6), Kuchaman Vol-II: Project Brief

Water Demand (KLD) including 10%

ESR Location
Population ESR

Village Code

Highest GL
distribution losses
Revised

included
Villages
S.N.

cluster

Capacity

Staging
(Mtr.)
2001

2015

2030

2045

2001

2015

2030

2045

(KL)
no.

38 MANGALPURA 01892500 405 1067 1373 1642 1832 64.55 83.07 99.34 110.84
KMN
/ CL- SABALPURA
39 SABALPURA 01892400 423 2474 3184 3807 4248 149.68 192.63 230.32 257
14
40 CHARANWAS 01892600 415 1231 1584 1895 2114 74.48 95.83 114.65 127.9
4772 6141 7344 8194 288.71 371.53 444.31 495.74 250 18

41 UDAYPURA 01892900 403 1032 1328 1588 1772 62.44 80.34 96.07 107.21
KMN
42 / CL- CHANDPURA CHANDPURA 01892700 420 1144 1472 1761 1964 69.21 89.06 106.54 118.82
43 15 JILIYA 01892800 404 3747 4822 5767 6434 226.69 291.73 348.9 389.26
44 ASHPURA 01893000 397 2466 3174 3795 4234 149.19 192.03 229.6 256.16
8389 10796 12911 14404 507.53 653.16 781.11 871.45 450 18

45 KAKOT 01891800 449 785 1010 1208 1348 47.49 61.11 73.08 81.55

46 KMN PREM PURA 01891700 431 1170 1506 1801 2009 70.79 91.11 108.96 121.54
/ CL- KAKOT
47 SARDARPURA 01896600 420 494 636 760 848 29.89 38.48 45.98 51.3
16
48 CHHAPARI 01891600 449 1461 1880 2248 2509 88.39 113.74 136 151.79
49 JASAWANTPURA 01896300 434 631 812 971 1083 38.18 49.13 58.75 65.52
4541 5844 6988 7797 274.74 353.57 422.77 471.7 250 18
KMN
50 / CL- KUKANWALI KUKANWALI 01896800 435 4855 6248 7472 8336 293.73 378 452.06 504.33
17
4855 6248 7472 8336 293.73 378 452.06 504.33 300 18
51 MOTIPURA 01897300 462 953 1227 1467 1636 57.66 74.23 88.75 98.98
KMN
52 / CL- MOTIPURA HANUMAN PURA 01897200 469 498 641 766 855 30.13 38.78 46.34 51.73
18
53 NAGWARA 01897100 454 1885 2426 2901 3237 114.04 146.77 175.51 195.84

CE(PMC),PHED, Ajmer 30 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9(CDS-6), Kuchaman Vol-II: Project Brief

Water Demand (KLD) including 10%

ESR Location
Population ESR

Village Code

Highest GL
distribution losses
Revised

included
Villages
S.N.

cluster

Capacity

Staging
(Mtr.)
2001

2015

2030

2045

2001

2015

2030

2045

(KL)
no.

54 GUGARWAR 01897000 449 1893 2436 2913 3250 114.53 147.38 176.24 196.63
5229 6730 8047 8978 316.36 407.16 486.84 543.18 300 18
55 KMN INDALI 01898000 453 2978 3833 4583 5113 180.17 231.9 277.27 309.34
/ CL- INDALI
56 19 OMPURA 01896900 454 381 490 586 654 23.05 29.65 35.45 39.57

3359 4323 5169 5767 203.22 261.55 312.72 348.91 200 18


57 KMN KERAPURA 01898800 380 930 1197 1431 1597 56.27 72.42 86.58 96.62
/ CL- BHANWTA
58 20 BHANWTA 01895700 411 3932 5060 6051 6751 237.89 306.13 366.09 408.44
4862 6257 7482 8348 294.16 378.55 452.67 505.06 250 18
59 MOONPURA 01895800 423 1038 1336 1597 1782 62.8 80.83 96.62 107.81

60 BHAIRUPURA 01895900 419 948 1220 1459 1628 57.35 73.81 88.27 98.49
KMN
61 / CL- PANCHAWA SHESHMA KA BAS 01896500 422 919 1183 1414 1578 55.6 71.57 85.55 95.47
21
62 PANCHAWA 01896400 423 3728 4798 5737 6401 225.54 290.28 347.09 387.26

63 DEVSAR 01896700 419 252 324 388 433 15.25 19.6 23.47 26.2
6885 8861 10595 11822 416.54 536.09 641 715.23 400 18
64 SHIVDAN PURA 01896200 423 776 999 1194 1332 46.95 60.44 72.24 80.59

65 KMN SUJANPURA 01896000 415 703 905 1082 1207 42.53 54.75 65.46 73.02
SHIVDAN
/ CL-
66 PURA DEEPPURA 01895100 411 1193 1535 1836 2048 72.18 92.87 111.08 123.9
22
67 GOPAL PURA 01896100 412 494 636 760 848 29.89 38.48 45.98 51.3
3166 4075 4872 5435 191.55 246.54 294.76 328.81 200 18
68 RANASAR 01893600 387 1876 2414 2887 3221 113.5 146.05 174.66 194.87
KMN
69 / CL- UGARPURA LIKHAMASAR 01893700 385 651 838 1002 1118 39.39 50.7 60.62 67.64
23
70 ANANDPURA 01893400 392 2246 2891 3457 3856 135.88 174.91 209.15 233.29

CE(PMC),PHED, Ajmer 31 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9(CDS-6), Kuchaman Vol-II: Project Brief

Water Demand (KLD) including 10%

ESR Location
Population ESR

Village Code

Highest GL
distribution losses
Revised

included
Villages
S.N.

cluster

Capacity

Staging
(Mtr.)
2001

2015

2030

2045

2001

2015

2030

2045

(KL)
no.

71 BHANWARPURA 01893300 399 595 766 916 1022 36 46.34 55.42 61.83

72 SHARVAN PURA 01893100 398 1004 1292 1545 1724 60.74 78.17 93.47 104.3

73 UGARPURA 01893200 398 1307 1682 2011 2244 79.07 101.76 121.67 135.76

74 ASANPURA 01893500 389 942 1212 1450 1617 56.99 73.33 87.73 97.83

8621 11095 13268 14802 521.57 671.26 802.72 895.52 450 18

75 KMN RASAL 01893900 383 3240 4170 4986 5563 196.02 252.29 301.65 336.56
/ CL- RASAL
76 24 SARANPURA 01893800 382 840 1081 1293 1442 50.82 65.4 78.23 87.24

4080 5251 6279 7005 246.84 317.69 379.88 423.8 250 18

77 RANWA 01894000 383 2421 3116 3726 4157 146.47 188.52 225.42 251.5

78 JASRANA 01894100 397 1536 1977 2364 2637 92.93 119.61 143.02 159.54
KMN
79 / CL- ROOPPURA TORDA 01894300 402 1222 1573 1881 2098 73.93 95.17 113.8 126.93
25
80 PANWADI 01894400 393 285 367 439 489 17.24 22.2 26.56 29.58

81 ROOPPURA 01894200 402 1587 2042 2442 2725 96.01 123.54 147.74 164.86

7051 9075 10852 12106 426.58 549.04 656.54 732.41 400 18

82 SINDHIPURA 01895600 384 1347 1734 2073 2313 81.49 104.91 125.42 139.94

83 HEERANI 01895400 400 1285 1654 1978 2206 77.74 100.07 119.67 133.46
KMN
84 / CL- HEERANI SHRI NAGAR 01895500 398 600 772 923 1030 36.3 46.71 55.84 62.32
26
85 RAMPURA 01895300 391 655 843 1008 1125 39.63 51 60.98 68.06

86 LAKHAJI KA BAS 01895200 393 369 475 568 634 22.32 28.74 34.36 38.36

CE(PMC),PHED, Ajmer 32 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9(CDS-6), Kuchaman Vol-II: Project Brief

Water Demand (KLD) including 10%

ESR Location
Population ESR

Village Code

Highest GL
distribution losses
Revised

included
Villages
S.N.

cluster

Capacity

Staging
(Mtr.)
2001

2015

2030

2045

2001

2015

2030

2045

(KL)
no.

4256 5478 6550 7308 257.48 331.43 396.27 442.14 250 18


87 HARITPURA 01895000 396 1701 2189 2618 2921 102.91 132.43 158.39 176.72
KMN
88 / CL- RAM NAGAR RAM NAGAR 01894800 398 1258 1619 1936 2160 76.11 97.95 117.13 130.68
27
89 KHARIYA 01894900 392 1122 1444 1727 1926 67.88 87.36 104.48 116.52
4081 5252 6281 7007 246.9 317.74 380 423.92 250 18
KMN
90 / CL- LICHANA LICHANA 01898900 410 5139 6614 7909 8824 310.91 400.15 478.49 533.85
28
5139 6614 7909 8824 310.91 400.15 478.49 533.85 300 18

SARGOTH WITH
91 01894700 391 2256 2903 3472 3874 136.49 175.63 210.06 234.38
KMN PADAMPURA
/ CL- SARGOTH
92 TRISIGIYA 01894500 380 441 568 679 757 26.68 34.36 41.08 45.8
29
93 HANUMAN PURA 01894600 385 541 696 833 929 32.73 42.11 50.4 56.2
3238 4167 4984 5560 195.9 252.1 301.54 336.38 300 18

94 INDOKHA 01898300 426 1583 2037 2436 2718 95.77 123.24 147.38 164.44
KMN
95 / CL- KANKARIYA KANKARIYA 01898200 440 1506 1938 2318 2586 91.11 117.25 140.24 156.45
30
96 HARIPURA 01898100 436 1367 1759 2104 2347 82.7 106.42 127.29 141.99

4456 5734 6858 7651 269.58 346.91 414.91 462.88 350 18

TOTAL 145618 187408 224107 250023 8809.90 11338.23 13558.49 15126.36


* ESR capacity is taken as half day water demand for design year 2045

CE(PMC),PHED, Ajmer 33 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9(CDS-6), Kuchaman Vol-II: scope of work

Transfer pumping Mains


Three pumping stations at Kuchaman, Chitawa & Bhilal are proposed to pump water
into ESRs of 30 clusters. Water shall be pumped from PS at Kuchaman to CWR at
Chitawa PS and from Chitawa it shall be pumped into CWR at Bhilal. Water shall be
pumped from PS at Kuchaman to CWR at Nawa. Pumping stations at Chitawa and
Bhilal shall be exclusively for pumping water to ESRs of cluster whereas pumping
station at Kuchaman shall transfer water to CWR at Chitawa in addition to pump
water to ESRs of clusters. Details of proposed transfer mains are as given below:

Size Length
S. N. Transfer Main section (mm) Type Head (M) (KM)
1 Kuchaman – Chitawa 450 DI K-7 65.43/69.80 21.40
2 Chitawa - Bhilal 250 DI K-7 52.05/55.57 11.60
3 Kuchaman - Nawa 500 DI K-7 45.77/60.48 30.00
Total - - - 63.00

CWR & Pumping Station


Pumping stations along with clear water reservoirs are proposed in the following
villages. Capacity of CWR has been provided equal to 2 hours pumping flow for the
design year 2045. At Kuchaman pumping station, large quantity shall be transferred to
Chitawa & Nawa, therefore capacity of CWR is divided in two parts for the purpose
of chlorination, one for clusters pumping and other for transfer pumping. Chlorination
is proposed only for water required for clusters.
No. of Transfer CWR
S. No. of Cluster Pumps
PS Location Pumps capacity
N.
Working Standby Working standby (KL)
1 Kuchaman 6 6 2 2 3900+600
2 Chitawa 6 6 1 1 900
3 Bhilal 3 3 0 0 200
Total 15 15 3 3

Other details about CWRs and pumping stations are placed at annex 1 & 2. Pumping
arrangement for urban water supply scheme for Kuchaman town and Nawa town are
not included in the scope of this project. However CWRs for design capacity of urban
and rural water demand are proposed at Kuchaman and transfer pumping main up to
Nawa town is proposed with the understanding that it shall be connected to CWR
constructed under any other project. A separate project shall be prepared by the
department for the augmentation requirement of both towns under UIDSSMT.

CE(PMC),PHED, Ajmer
9
34 Signature of Tenderer with Seal
Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9(CDS-6), Kuchaman Vol-II: scope of work

Cluster Pumping Mains


Economical analysis of pumping mains has been done accordingly size of
pipes has been adopted. Surge analysis has also been done for every pumping
main and class of pipe is provided for the maximum head including surge.
Brief details of cluster pumping mains are as follows:

Pipe length in KM
S.N. Pipe Size Type
K-7
1 100 mm DI 47.94
2 150 mm DI 87.52
3 200 mm DI 26.98
Total 162.44

Cluster Distribution System


There are 30 clusters for 96villages under this package. Cluster distribution pipe lines
from ESR to Village transfer chamber have been designed with the help of EPANET
software. Provision for one ESR for every cluster and one VTC for every village is
taken. All details are given in annex-7. However brief details are given below.

Village Clusters
Water from pumping stations shall be distributed to 96 villages of Kuchaman
Panchayat Samiti through following 30 ESRs of village clusters:

S.N. Cluster Pumping Station ESR Location


Cluster No.
1 28 LICHANA
2 29 SARGODH PADAMPURA
3 25 ROOPPURA
4 24 RASAL
5 23 UGARPURA
6 KUCHAMAN (GL-403.193) 15 CHANDPURA
7 22 SHIVDANPURA
8 30 KAKARIYA
9 20 BHANWATA
10 26 HEERANI
11 100 RAMNAGAR
12 12 CHITAWA
13 3 ARAKSAR
14 CHITAWA(GL-442.68) 4 TODAS
15 1 CHAWANDIYA
16 13 SHIV

CE(PMC),PHED, Ajmer
9
35 Signature of Tenderer with Seal
Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9(CDS-6), Kuchaman Vol-II: scope of work

S.N. Cluster Pumping Station ESR Location


Cluster No.
17 14 SABALPURA
18 16 KAKOT
19 18 MOTIPURA
20 17 KUKANWALI
21 19 INDALI
22 21 PANCHAWA
23 11 NALOT
24 2 PAREWADI
25 9 HUDIL
26 6 LALAS
27 9 BHILAL
BHILAL GL-462.452 m)
28 10 LAMBH
29 8 GHATWA-1
30 7 GHATWA-2

CE(PMC),PHED, Ajmer
9
36 Signature of Tenderer with Seal
Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9(CDS-6), Kuchaman Vol-II: scope of work

Pipe lines:

S.No. Pipe Size (mm) Type Length (KM)


1 90 uPVC class-3 83.01
2 110 uPVC class-3 34.35
3 125 uPVC class-3 29.00
4 140 uPVC class-3 27.47
5 160 uPVC class-3 20.52
6 180 uPVC class-3 7.69
7 200 uPVC class-3 1.50
8 225 uPVC class-3 3.68
Total 207.22
Elevated Service Reservoirs:
Capacity No. of ESRs with staging
S.N.
(KL) 18 m 21 m Total
1 150 2 0 2
2 200 5 0 5
3 250 9 0 9
4 300 6 0 6
5 350 3 0 3
6 400 3 0 3
7 450 2 0 2
Total 30 0 30

Village distribution System

Provision for village distribution pipe lines has been taken on lump sum basis.
Number of public stand posts and cattle water troughs has been worked out on the
basis of design population for the year 2045. As per departmental norms of one PSP
for 250 persons and one CWT for 400 persons, provision of 806 PSPs and 506 CWTs
has been included in the estimates. Details of distribution pipe lines included in the
estimate are as given below:

Pipe Size Length


S.N. Type
(mm) (KM)
1 90 uPVC class-3 172.95
2 110 uPVC class-3 30.60
3 125 uPVC class-3 11.60
4 140 uPVC class-3 13.10
5 160 uPVC class-3 6.25
Total 234.5

CE(PMC),PHED, Ajmer
9
37 Signature of Tenderer with Seal
Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9(CDS-6), Kuchaman Vol-II: scope of work

I.E.C. Activities

The main objective of I.E.C. activities is the support of the operation and
maintenance of the water supply project and to maximize its benefits for the the
target population. The activities under this component shall primarily be focused for
building environment for project acceptance. A village level committee viz “Water
and Health Committee (WHC)” shall be formed and will take up all the tasks related
to the project.

Fig. Pumping Stations of Kuchaman

CE(PMC),PHED, Ajmer
9
38 Signature of Tenderer with Seal
Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

CHAPTER-2:
SCOPE OF WORK

2.1 EXTENT OF SCOPE OF WORK

The scope of work under this Single point Responsibility Contract includes
construction of Pumping stations at Khuchaman, Chitwa & Bhilal with 33 KV
switchyard, construction of clear water reservoirs, elevated service reservoirs,
distribution net work from ESR to village transfer chamber, village
distribution net work, construction of public stand posts, cattle water troughs
& IEC activities in the 96 villages of Khuchaman Panchyat of Nawa Tehsil of
Nagaur District. The contractor has also to undertake operation and
maintenance of system for 10 years after completion of defect liability period
of one year.

The Village Transfer Chambers for all 96 villages will be constructed at the
village boundary at the locations given by EIC. The locations of PSPs &CWTs
in each village shall be decided by the Village Water Health and Sanitation
Committee (VWHSC) of respective village. VWHSCs shall be formed by
engaged NGO by the contractor. The contractor is to avail the services of an
NGO for the IEC activities and its payment is also to be made by the
contractor for this package. The selection of NGO will be done on the norms
of the department. Contractor has to start the IEC activities immediately
after 30 days of the award of contract positively. The capacities of proposed
CWR & OHSRs are also shown elsewhere in this chapter. Locations and land
for construction of all the CWR/Pump house/OHSR/ Village Transfer
Chambers etc. shall be provided by the department.

The limits of the contract shall start from the boundary limit of kuchaman
Pumping station (from the inlet sluice valves of CWR kuchaman),
construction of pump houses at Kuchaman, Chitawa & Bhilal with EMI works
and including all 33 KV switchyards at pumping stations, pumping main
from Pump house to CWRs to ESRs, distribution network from ESRs to VTC,
VTC to village distribution system, construction of PSP , CWT and IEC
activites in 96 villages, communication system through SCADA as detailed in
following table as under & in this chapter.

CE(PMC),PHED, Ajmer 39 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

S.No. Particulars. Scope of the contract Remark.


1. Construction of 4 Nos CWRs at Kuchaman CWRs are to be
CWR. (2 nos) ,Chitawa& Bhilal as constructed in two
per proposed capacity. parts, if dia is more
than 10mtr.
2. RCC framed 3 Nos. at
structure Kuchaman,Chitawa &
Pumping Bhilal Head Works.
Stations.
3. 33 KV 3 Nos. at
Switchyards. Kuchaman,Chitawa&
Bhilal having 33/0.415 KV
4. Construction of 30 Nos ESRs.
ESRs
5. Supply, laying & Transfer Pumping Mains
jointing of DI from pumping station to
Pipe lines. CWRs and Cluster
Pumping Mains from
Pumping Station to ESRs.
6. Clusters and For 96 villages.
Villages
Distribution net
work by supply,
laying & jointing
of uPVC pipes.
7. Construction of Total CWTs & PSPs are 506
CWTs & PSPs and 806 respectively.
9. Constriction of Boundary wall for 30 ESRs
boundary wall campus and three
Pumping stations Head
Works.
10. Electro- As per scope of the
mechanical contract.
works.
11. Instrumentation As per scope of the
work. contract.
8. Construction of 96 Nos.
village transfer
chamber.
9. IEC activities. For 96 villages.
10 Operation & 10 years after completion
maintenance. of one year Defect
Liability Period for entire
system.

CE(PMC),PHED, Ajmer 40 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

2.2 GENERAL PRINCIPLES

The contractor shall carryout all works, wholly, in accordance with the terms and
conditions of the contract to fulfill the requirement of the project. All the material
used and the equipment installed shall be as per the specifications defined in the
contract.

Various design criterian have been described in the attached annexure at the end of this
chapter. The contractor shall analysis and design various related system according to these
criterian and specification summarized below.

Generally the following activities shall be carried out for each component of this
contract but shall not be limited to:

(i) Submission of Action Plan/Execution Schedule in accordance with the


provisions of Special Conditions Part A for approval of the Engineer-in-
Charge.

(ii) Detail survey and investigations to be done for design of the whole system
including survey for work of pumping mains and distribution mains, village
distribution network, the contractor has to carry out the survey of indivisual
village & prepair index plan with level& design the distribution net work
with a view to provide water connection to each & every household.Where
ever there is existing pipe line in the village the contractor has to asses the
condition of material of pipeline for suitability of dovetailing it with the new
system. The contractor shall obtain the details of existing system from
respective PHED office.Detail survey & investigations to be done for Head
Works at Kuchaman, Chitawa & Bhilal including preparation of L-sections
based on survey along the proposed pipeline alignment and submission of L-
section of the proposed pipeline to be laid for approval of Engineer in charge.

(iii) Conducting required soil / strata investigations for the foundation of


CWRs/Pump house/ESRs and other civil works in all type of soil conditions.
The contractor is also required to prepare and submit the layout plans of all
the head works and soil resistivity test along the pipeline alignment.

(iv) Preparation & submission of designs of all components (hydraulic, civil,


mechanical, electrical and instrumentation) including hydraulic calculations
for the design of Pumping Mains and Cluster & Village Distribution Mains
according to relevant Indian standards and engineering requirements to
verify the design provisions given by the department. If, the provisions made

CE(PMC),PHED, Ajmer 41 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

by the department are considered inadequate, the Contractor shall provide


additional facilities/ systems, and may change the hydraulic design i.e.,
staging and levels of reservoirs, pump heads, diameter of pipelines, etc. so as
to achieve the objective of delivering design water demand to villages. No
additional payment on account of providing such additional facilities /
systems shall be made except for change in diameters and lengths of
pipelines. While designing the distribution system if the capacity of proposed ESR
after dovetailing (up to the feasible extent), the exsiting service reservoir capacity
works out different from proposed capacity , then the contractor shall have to propose
the ESR capacity nearest available in the BoQ only.

(v) Preparation and submission of structural designs and reinforcement


drawings for ESRs/CWRs etc should be got approved from PMC.

(vi) Preparation and submission of all detailed working drawings on the basis of
conceptual designs and plans approved by the PMC. Design reviews and
appraisals at regular interval.

(vii) Submission of the design/specifications, product brochures, technical data


sheets, test and performance certificates etc of all mechanical equipment
(pumps, valves, fittings etc), electrical/ instrumentation/ automation system,
appurtenances required for surge protection (if any), design of the electrical
components, taking into account the interfaces to the other project
components/packages and the future extensions of the project.

(viii) Electric design and electric load calculation, data sheet, QAPs and fulfillment
of IEC requirement.

(ix) Construction/Installation, testing & commissioning of all civil, mechanical,


electrical and instrumentation works strictly as per scope of work, approved
drawings, designs, relevant IS codes and specifications.

(x) Pre- commissioning checks and inspections as per requirement.

(xi) Testing of hydraulic, mechanical, electrical and instrumentation system as per


relevant IS codes and specifications and guidelines.

(xii) Commissioning of the whole system and optimization as per design


parameters after commissioning of all the components i.e pumping station ,
Transfer Pumping mains, Cluster Pumping mains, cluster ESR’s and village
transfer chambers & village distribution net work in all respect.

CE(PMC),PHED, Ajmer 42 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

(xiii) Responsibility to supply the design water demand to the villages is solely of
the Contractor, the Contractor is required to review the design of the pipe
network, the pumps, the surge analysis etc. and the instrumentation system
at his own and if required shall use the appropriate duty conditions of the
pumps, use additional materials /equipment(s) to achieve the objectives of
the work as defined in clause 2.1 above offer.

(xiv) Getting approval of all designs & drawings, material to be used, equipment
specifications and the samples, prior to dispatch by manufacturer or supplier
/ installation /commissioning of work at site. If any specific provision /
references have been made in more than one specification, at different places
in the tender document (T.D.), the provision which is more stringent, shall be
applicable.

(xv) Designing, providing, erecting, constructing, testing & commissioning of


33/0.415 KV Switch Yard at Kuchaman, Chitawa & Bhilal Head Works. 33
KV electric power feeder shall be made available near the Pumping stations
Head Works area.

(xvi) The complete work of pipeline crossing on any Road Crossing on National
Highway/State Highway/Urban/Rural road, if any, and railway crossing (if
any), Oil and gas pipeline if any, including construction of box culvert if
required, or done by push through technique, is in the scope of this contract.
The charges/fees for permission shall be initially deposited by the contractor
to the concerned department and same will be reimbursed to him after
submission of proof of deposit. However, the contractor shall make the road
(with filling of earth etc. ) just after laying of pipeline is such a condition that
the traffic should not face any hindrance.

(xvii) Road restoration : The contractor shall repair such road where pipeline has
been laid on “as it basis” as per PWD norms/specification.

(xviii) To co-ordinate with the O&M staff and concerned officers of PHED, PWD,
Forest, BSNL, Gram Panchayat, Mining, electric supply company and
personnel of local water supply system or any other department/agency (for
installation of new equipments etc), with the district administrative offices
and other offices for necessary approvals and certificates wherever required.

(xix) Manufacturing, shop testing, pre-dispatch inspection, transportation to site,


providing transit insurance, storage, handling at site, installation, sectional
testing, pre-commissioning testing, commissioning and trial runs for all

CE(PMC),PHED, Ajmer 43 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

components of the system and the system as a whole, including the


hydraulic, mechanical, electrical, Electro-Mechanical and instrumentation
equipment.

(xx) Construction of all buildings and water retaining structures, chambers, thrust
blocks, anchor blocks, saddle supports and other civil and engineering
structures.

(xxi) Ancillary Civil works, campus development and Buildings as defined herein
after.

(xxii) Analysis, design, supply and installation of Surge Control System for the
design flow for pumping mains. Design shall be got approved from a
recognized institute as approved by the PMC, for which all expenses shall be
borne by the contractor.

(xxiii) For laying of pipelines and construction of any component of the project, the
cost of shifting of electrical poles, transformers, water pipe line, telephone
lines, trees, etc., if required, shall be borne by the department. The contractor
shall be responsible for any damage occurred to telephone lines, OFC cables,
cutting of trees, cables, distribution/pumping water mains and gas pipes,
sewer lines, drains while laying water pipeline or construction of any
component of the project and shall be liable to pay the amount levied by
respective department(s) for the repair and/ or damages so occurred.

(xxiv) The submission of as-built drawings of the works is the pre-condition for the
final payment of execution part. The final drawings shall be submitted in 5
copies on linen bound in an album of an approved size. The contractor shall
submit all the completion drawings and approved design calculations on CD
ROM / DVD in two copies with proper directory structure.

(xxv) Operation, routine & preventive maintenance for 10 years after


completion of defect liability period of 1 year. During the defect
liability period system shall be operated & maintained along with
rectification of any defects which are observed / pointed out by the
department as defined in Volume I of tender document, in Special
Conditions of contract.

(xxvi) Providing spares, tools and tackles at the end of the execution of
physical works as per list enclosed.

CE(PMC),PHED, Ajmer 44 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

(xxvii) Reference bench marks for RL shall be adopted as fixed by Survey of


India Department.

(xxviii) Construction of Village Transfer Chambers (VTCs), Public Stand posts


(PSPs) and Cattle Water troughs (CWTs) at the location given by the
EIC for each village. Laying of pipeline from VTC to each PSP and
CWT will be done after approval of design of pipe net work of the
villages by the EIC.

(xxix) Georaphical Information System (GIS) – The GIS shall incorrprate data
from geo-referenced AUTOCAD drawings for the complete pipeline
network laid under this contract. Location of all valves and Tees,
bends, junctions and points of change in alignment of pipeline shall be
determined using differential GPS of 0.6 m accuracy or better.
Attributes of pipeline, like diameter, material, class etc shall be linked
with GIS.

A geographic information system (GIS) solution that provides an overall


map of the utility network and assets, network analysis tools, and
flexibility to add more capabilities, such as online Web access. The
solution consists of a geodatabase geographically referenced information
that can be combined in layers such as physical networks, topography,
and street maps.

The GIS should be based on a technology that uses a relational database


as an open data repository, spatial or geographic and alphanumeric,
enabling linking with major CAD and GIS applications and with
multiple database formats. It should be a fully open, modular and
customizable system, which enables new functionality programming to
meet future needs.

CE(PMC),PHED, Ajmer 45 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

The system must be based on the philosophy of a GIS under ESRI


technology, which will ensure compatibility and future integration with
other systems and tools.

The system should include environments or applications that allow


direct and secure access to facilities base with the purpose of performing
the analysis and consultations deemed necessary. Furthermore, it must
have the resources and/or commands to correlate information, perform
spatial analysis and it has to be able to represent the results with colors
and/or symbols determined by the user, such as tabular analyzes and
then display the results graphically and spatially, make graphical
selections and then show its tabular representation, etc.

There shall be query tools based on web technology that allow


performing basic operations on the database. These queries shall be
performed on the on-line base.
The system shall have the following features:
Network tracing tool:
It shall enable to accomplish tracing operations on the network and
identify those elements that are physically connected. For example,
identify all the network elements that are in the same water supply
system, or identify the pipes and devices that are in the same pressure
system.

Selection Polygons:
The system shall enable to identify automatically those valves and
devices that must be operated to isolate an identified area. It shall allow
to include or exclude valves on the calculation, as well as to establish
new sources or breakpoints. The system should allow to easily extract
the customers are affected by the restriction.

CE(PMC),PHED, Ajmer 46 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

Geo coding:
The system shall provide the required tools to perform address queries,
by means of geocoding techniques from a georeferenced street map.

Map configuration:
The system shall enable the user to configure customized maps with the
information he needs to represent, either with the default information
contained in the GIS or with other information resulting from a previous
analysis. As a result, it shall be able to represent symbols and texts and
to define the size, color or criteria that will be represented. It shall also
enable the user to make designs that allow including the elements to be
shown in the map, such as frames, margins, support images or any other
complementary information such as tabular data or information from
other maps. All the information that have been processed shall be
displayed in the maps following the analysis criteria, i.e., with the
required symbols, colour and text.
The system must be capable to file in a common repository the designed
maps, and therefore make them available for any user.
Queries:
The solution shall have user-friendly interface (without having to use
SQL queries) so that is accessible to non-advanced users.

Layers:
The information shall be managed by layers and according the different
elements that constitute the water supply system, e.g., layers with nodes,
pipes, valves or any combination of them. The system shall have the
capacity to show or hide the selected layers, and to enable or disable
them depending on the scale.

CE(PMC),PHED, Ajmer 47 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

In addition to the above, the following shall also form a part of the scope of
work:

 Arrangement of adequate security, watch and ward of the system during


the execution period to safeguard the equipment and completed section of
the work from any type of mishandling, theft, fire and other hazards, etc.

 Maintaining the site office(s) at all head works with all reasonable office
space for use of project staff of the department.The required furnicher etc
to be arranged by the contractor.

 The contractor shall also provide at least two nos closed-body vehicles (four-
wheeler i.e Bolero etc) not more than one year old, including POL and
driver, to the departmental staff, free of cost, during the entire execution
period for official use and supervision of the work. One four wheeler vehicle
shall be provided for department staff free of cost during one year period of
defect liability and 10 years for O & M period. The vehicles shall be provided
immediately after award of work.

 Providing land line and mobile telephone connections, along with


instrument at all pumping stations at the end of 12 months from date of
commencement. The contractor shall also make payment of all the bills of
above connections, till the end of O&M period.

Restoration of PHED’s premises/ road etc. after completion of the work shall
also be a part of the work.

2.3 MAJOR COMPONENTS OF WORK

The works under this contract are broadly divided in to the following
components:

2.3.1 Survey, Investigation, Design & Submission

(a) Survey and Investigations:

Survey, topographical and Geo-technical investigation required for


proper design and execution of the various component of the project

CE(PMC),PHED, Ajmer 48 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

shall be done by the contractor. L-sections shall be prepared along the


pipeline alignment with levels at 50 m interval or in between, if the
drop in level in between two consecutive points is more than 1.0
meters. All drawings of survey along with the marked L-section of
proposed pipe line, location of all types of valves etc shall be submitted
on scale for approval by the Engineer-in-Charge in soft as well as hard
copies. The L-section should indicate ground levels, invert levels,
depth of cutting, working pressure, co-ordinates of HGL, along with a
route key-plan. L-sections should be submitted in parts (Pumping
Mains first) so as to take-up the work of laying and jointing of pipes at
an early date.

(b) Designs & Submittals for review and approval :

Designs shall be done by contractor. The Contractor will be solely


responsible for preparing and submitting required for
designs/drawings after carrying out appropriate field surveys, data
collection, designs etc. for approval of Engineer-in-Charge. The
contractor will be fully responsible for safety of the structure & water
tightness. Design of complete system for providing drinking water
supply to 96 villages.

 Design of village clusters and verifications of the hydraulic data of the


complete system.

 Design of pumping stations and pumps including EMI required for all
the three pumping stations.

 Design of transfer mains between the pumping station to CWR and


cluster pumping mains from pumping stations to ESRs for all the 30
clusters.

 Design of cluster ESR and cluster distribution system including


village distribution network system with a view to provide water
connection to each & every household.

 Design of Clear water reservoirs.

 Design of RCC structures & 33 KV switchyard

2.3.2 Transfer Pumping Mains:

CE(PMC),PHED, Ajmer 49 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

Providing, laying, jointing, testing & commissioning of 21.40 KM of 450 mm


dia DI K-7 pipe line from Kuchaman PS to CWR at Chitawa, 11.60 KM of 250
mm dia DI K-7 from Chitawa PS to CWR at Bhilal and 30.00 KM of 500 mm
dia DI K-7 from Kuchaman PS to CWR at Nawa with EPDM rubber rings.

2.3.3 Cluster Pumping Mains.

Providing, laying, jointing, testing & commissioning of pumping mains from


pumping stations to ESRs, jointing with EPDM rubber rings as per details
below-

Pipe length in KM
S.N. Pipe Size Type
K-7
1 100 mm DI 47.94
2 150 mm DI 87.52
3 200 mm DI 26.98
Total 162.44

2.3.4 Cluster Distribution Network.

Providing, laying, jointing, testing & commissioning of distribution mains of


uPVC Class-3 Clear Water Distribution pipelines as per details given below-

Pipe Size Length


S.N. Type
(mm) (KM)
1 90 uPVC class-3 83.01
2 110 uPVC class-3 34.35
3 125 uPVC class-3 29.00
4 140 uPVC class-3 27.47
5 160 uPVC class-3 20.52
6 180 uPVC class-3 7.69
7 200 uPVC class-3 1.50
7 225 uPVC class-3 3.68
Total 207.22

2.3.5 Pump houses:

Construction of three RCC framed structure pumping stations (at


Kuchaman,Chitawa & Bhilal) with 100 % standby pumps having switchgear
room, PLC room, chlorination room, Chemical store room, duty room, office

CE(PMC),PHED, Ajmer 50 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

room, toilets and maintenance bay, cable trenches and walkway with stairs ,
battery room having acid resistant flooring etc. The contractor shall provide
following minimum plinth area as below:

SNo Location of PH Minimum plinth area


(sqm )

1 Kuchaman 550

2 Chitawa 320

3 Bhilal 210

2.3.6 Clear Water Reservoirs:

Construction of CWRs at three pumping stations namely Kuchaman,Chitawa


& Nawa. At Kuchaman, Two CWR of 3500 KL & 1000 KL capacity to transfer
water to CWRs at Chitawa & Nawa and one CWR of 900 KL for ESRs of
cluster distribution; at Chitawa, one CWR of 300 KL capacity for ESRs of
cluster distribution and at Bhilal, for ESRs of cluster distribution shall be
constructed.

2.3.7 Elevated Service Reservoirs:

Construction of 30 Elevated Service Reservoirs in village clusters in


Kuchaman Panchayat Samiti. Details of ESRs is as given below:

Capacity No. of ESRs with staging


S.N.
(KL) 18 m Total
1 150 2 2
2 200 5 5
3 250 9 9
4 300 6 6
5 350 3 3
6 400 3 3
7 450 2 2

CE(PMC),PHED, Ajmer 51 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

Total 30 30

The staging of ESR shall be minimum 18 m or above. Following shall be the


minimum pressure requirement:

1. At Village Transfer Chamber ( VTC):10 m

2. At Consumer end ( i.e. for household connection):7 m

3. Some villages of the various clusters may have existing ESR’s which are being used and are in
good condition. The contractor shall verify the same during the survey and dovetail them
while designing the cluster distribution system. If he found the capacity and staging of
existing ESR adequate, than it can be considered while designing the cluster.

2.3.8 Village Transfer Chamber:

Construction of Village Transfer chambers at 96 locations with supply &


installation of valves, pressure gauges, ultrasonic type water meter (GSM
based) including Lithium battery, assembly, specials, pipes etc.

2.3.933/0.415 KV Switchyard:

(i) Construction of 33/0.415 KV switchyard at Kuchaman, Chitawa and Bhilal


pumping stations having GI structures, LA, CT, Drop out fuses,
Isolator at incomer and before transformers, required capacity of
transformers ( one working + one standby) and as per provision of IS
codes.
(ii) Construction of boundary wall, fencing & gates etc.
(iii) Earthing system for complete system as per provision of IS Codes.
(iv)RCC foundations for all equipments.
(v)Approach for switchyards for maintenance.
2.3.10 Operation and Maintenance:

Operation and Maintenance of the entire system of the work shall be carried
out by the contractor for period of 10 year after completion of defect liability
period and also during one year of defect liability period.

2.3.11 IEC activities in the 96 villages:

CE(PMC),PHED, Ajmer 52 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

The contractor shall engage/deploy a NGO having good knowledge about


IEC activities in the field of water supply projects, to carry out the IEC
activities in the 96 villages included in this project. The main objective of the
IEC activities for this project is to create awareness regarding National
Programme for drinking water. The NGO will conduct a household survey
to assess the water consumption, consumer willingness to pay for water bills
and consumer affordability as per direction of Engineer-incharge. This IEC
activity aims to make villagers understand the policies of the State and
Central Government regarding drinking water supply management in rural
areas and to understand the need for sharing the O&M cost and willingness
to maintain the water supply services at village Panchayat & Block level. It
also aims to motivate villagers for active participation in rain water
harvesting programme and sustainable water supply management.

The detail scope of work of these components is as under:

2.4 SURVEY & INVESTIGATION: S

 Survey work shall be carried out by contractor and submitted to the


department for approval along with L-sections of the proposed alignment
of pipelines.

 Contour Survey of pumping station Head Works at Kuchaman, Chitawa


and Bhilal, of all ESRs sites and all the villages included in the project
including preparation of village plans.

 Soil investigation shall be carried out by contractor, before starting the


work. The contractor shall submit credentials of the agency to be engaged
for this work, to EiC for approval. The contractor shall assess type of soil,
strata, ground water level and other required indicators and establish soil
properties while doing excavation for foundation of structures and submit
the same to the Engineer in Charge.

 Special attention is required to determine the corrosive nature of soils


where pipes are required to be laid below ground as well as for
foundation of structures.

2.5 PUMPING MAINS :

CE(PMC),PHED, Ajmer 53 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

The work of pumping mains includes preparatory works, survey,


investigations, hydraulic design of pipeline, manufacturing, testing at factory,
supply, delivery and storage at site, lowering, laying and jointing, sectional
testing, re-filling and commissioning of pipelines of various diameters, along
with supply of specials, pipe appurtenances and associated civil works so as
to achieve the objective of the project. All the DI pipe lines shall also be
checked for maximum surge pressure and class of DI pipe should be adopted
in view of allowable maximum operating pressure including surge as per
IS:8329-2000.

DI pipes shall be used for transfer and cluster pumping mains in the project.
All pipes and specials shall be provided by the Contractor. This work shall
include inspection & testing at manufacturers works, packing, transportation,
supply of pipes as per specifications along with all types of specials, valves
and other material to be used, stacking and/or storage of material, re-
handling, excavation of trenches, laying and jointing of the pipes as per
approved L-sections, construction of thrust blocks and pedestals/anchor
blocks for pipe support to lay pipes above/below ground or by excavation,
and carry out sectional testing, pre-commissioning checks, full commissioning
tests and trial runs. For payment and other purposes, the actual lengths of
connected pipes including specials shall be considered.

All specials like bends, tees, reducers, dismantling joints, rubber rings,
flanges, gaskets, nuts & bolts, rubber sheets, etc to be used in the laying and
jointing of all types of pipes shall be supplied by the contractor as per given
specifications.

The diameter, class and approximate lengths of pipe lines for the project is as
detailed below. However, during execution, the lengths as mentioned below
may increase or decrease for which the adjustment shall be made as detailed
in Volume IV of the tender document.

The head mentioned in the below table is for the demand of year 2030 & 2045
for considering the life of pumping machinery is 15 years but the pipe lines
have been proposed for the demand for the year 2045 with intermediate year
as 2030..

CE(PMC),PHED, Ajmer 54 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

Size Length
S. N. Transfer Main section Type Head (M)
(mm) (KM)
1 Kuchaman – Chitawa 450 DI K-7 65.43/69.80 21.40
2 Chitawa - Bhilal 250 DI K-7 52.05/55.57 11.60
3 Kuchaman - Nawa 500 DI K-7 45.77/60.48 30.00
Total - - - 63.00

CE(PMC),PHED, Ajmer 55 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

Nagaur Lift Water Supply Project - Phase-II


Details of Cluster Pumping Mains
KUCHAMAN PANCHAYAT SAMITI
Length (m) of pipe of Dia Total Total
Water Demand (kld)
in mm & Class
Cluster Head Head
100 150 200
S.N. Pumping ESR Location From To Length yr yr
Station 2015 2030 2045
K-7 K-7 K-7 2030 2045
(in m) (in m)
LICHANA PS KUCHAMAN LICHANA 10780 420.16 502.41 560.54 10780 60.50 66.58
SARGODH PS KUCHAMAN SARGODH
PADAMPURA PADAMPURA 7410 264.71 316.62 353.20 7410 37.95 43.24
ROOPPURA PS KUCHAMAN ROOPPURA
7400 576.49 689.37 769.03 7400 38.83 41.90
RASAL PS KUCHAMAN RASAL
9770 333.57 398.87 444.99 9770 54.16 64.75
UGARPURA PS KUCHAMAN UGARPURA
6840 704.82 842.86 940.30 6840 39.46 43.54
PS KUCHAMAN JN
SHIVDANPURA 7180 944.69 1129.66 1260.26 7180 58.12 61.48
JN SHIVDANPURA ESR
KUCHAMAN CHANDPURA CHANDPURA 2690 685.82 820.17 915.01 2690 28.98 30.51
1 (GL-403.193) SHIVDANPUR JN SHIVDANPURA ESR
A SHIVDANPURA 1500 258.87 309.50 345.25 1500 29.69 30.72
KAKARIYA JN. BHANWATA ESR KAKARIA
5450 364.26 435.66 486.02 5450 68.72 71.09
BHANWATA JN. BHANWATA ESR
BHANWATA 1500 397.48 475.30 530.31 1500 35.20 37.43
JN. HEERANI JN. BHANWATA
3400 761.73 910.96 1016.34 3400 89.49 94.20
HEERANI JN. HEERANI ESR HEERANI
1500 348.00 416.08 464.25 1500 33.01 34.77
PS KUCHAMAN JN. HEERANI
3850 1109.73 1327.04 1480.58 3850 90.28 96.30
RAMNAGAR PS KUCHAMAN ESR
1500 333.63 399.00 445.12 1500 28.24 29.86

CE(PMC),PHED, Ajmer 56 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

RAMNAGAR
Sub Total
70770 23180 33160 14430
CHITAWA PS CHITAWA ESR CHITAWA
500 510.68 610.67 681.24 500 26.08 26.25
ARAKSAR PS CHITAWA ARAKSAR
7080 384.32 459.60 512.71 7080 88.03 94.97
TODAS ARAKSAR ESR TODAS
2580 325.00 388.65 433.56 2580 57.18 59.85
CHAWANDIY PS CHITAWA ESR
A CHAWANDIYA 8070 339.92 406.43 453.44 8070 51.64 60.70
SHIV PS CHITAWA SHIV
7980 313.18 374.55 417.81 7980 45.44 54.02
SABALPURA SHIV ESR
SABALPURA 3830 390.11 466.53 520.53 3830 37.17 42.69
CHITAWA(GL- KAKOT PS CHITAWA ESR KAKOT
7240 371.24 443.91 495.30 7240 47.19 50.45
2 442.68) MOTIPURA PS CHITAWA ESR MOTIPURA
7360 427.52 511.18 570.34 7360 64.83 69.11
KUKANWALI PS CHITAWA KUKANWALI
3550 396.90 474.66 529.55 3550 59.33 64.38
INDALI KUKANWALI ESR INDALI
4690 274.62 328.37 366.35 4690 59.32 62.90
PANCHAWA KUKANWALI ESR
PANCHAWA 5720 562.89 673.04 750.99 5720 23.38 25.66
NALOT PS CHITAWA ESR NALOT
4900 308.92 369.34 412.08 4900 62.67 67.29
PAREWADI SHIV ESR PAREWADI
4850 480.89 575.09 641.54 4850 22.91 26.40
Sub Total
68350 17660 47140 3550
HUDIL JN. LALAS ESR HUDIL
1920 469.64 561.57 626.55 1920 65.03 66.36
LALAS JN. LALAS ESR LALAS
1500 311.34 372.32 415.33 1500 25.23 25.28
PS BHILAL JN.GHATWA
BHILAL GL- 4800 649.28 776.47 866.15 4800 37.75 42.86
3 462.452 m) BHILAL PS BHILAL ESR BHILAL
500 621.10 742.80 828.73 500 31.63 31.87
LAMBH PS BHILAL ESR LAMBH
2600 79.79 95.41 106.47 2600 41.51 41.73
PS BHILAL JN. LALAS
9000 780.98 933.89 1041.88 9000 91.13 98.93

CE(PMC),PHED, Ajmer 57 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

GHATWA JN.GHATWA ESR GHATWA-1


1500 435.53 520.78 581.00 1500 25.43 25.52
GHATWA JN.GHATWA ESR GHATWA-2
1500 213.75 255.70 285.16 1500 25.12 25.14
Sub Total
23320 7100 7220 9000
16244
GRAND TOTAL 0 47940 87520 26980

CE(PMC),PHED, Ajmer 58 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

Pipe shall be laid along the roads leading to the villages, as far as possible on
the outer edge of the road boundary. The alignment adopted in this contract
has been taken along the roads, wherever possible. However, during
execution of the works, if a shorter alternate and feasible route to a village is
found, the department may opt to lay pipeline along that shorter route.
Expenses on account of damages to field boundaries or any other damages in
field or of private property during laying of pipes shall be borne by the
contractor. The grade (i.e. L-section) in which the pipe shall be laid shall be
got approved by the department. The L-section shall be based on the
following principles:

The change in slopes per km. length shall not be more than 10 in number.

The slopes required shall be such that in normal conditions, the clear cover
over the laid pipe barrel should not be more than 2.0 meters in general and
minimum 1.0 meter. However, in general, the limitation for cover shall be as
given in chapter ‘Specification of pipeline’.

The work of laying and jointing of pipes and pipe appurtenances should be
done at required levels. The pipeline alignment in general shall be kept on
the outer edge of the existing / proposed right of way of road boundaries.
Wherever this is not possible, on approval of Engineer-In-Charge, the pipe
can be laid near the road or within the carriageway. No extra payment shall
be made on account of additional excavation required for placing pipes
further away from the road centres. No additional payment shall be made for
excavation of road surface or any other strata for the approved pipe
alignment. The alignment approved by the Engineer-In-Charge shall be final
and binding to the contractor.

For gravity Mains also, if there is any valley in the alignment, NRVs of the
same diameter shall be provided at suitable locations, as decided by the EIC,
to safe guard the pipeline from the back pressure at the time of closure of
valve.

The scope under the item should consist the following requirements;

CE(PMC),PHED, Ajmer 59 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

I. Manufacturing and Testing at works, transportation, packing, supply


of all sizes of DI-K9/K7 pipes, specials, jointing material etc to be
used. Stacking and/or storage of material, re-handling and to lay
pipes below ground by excavation and refilling the trench to ensure
minimum cover of 1.0 meters generally and construction of pedestals
/ portals for pipe support to lay pipe above ground, if required and
then to carry out sectional testing, pre-commissioning checks, full
completion tests and trial runs. The water required for sectional
testing after laying of pipe shall be arranged by the contractor at his
own cost ;

II. Setting out of works;

III. Cutting of the vegetation for the purpose of excavation. However, it


will be contractor’s responsibility to obtain all kind of clearances, if
required to cut the vegetation for laying of pipe line and other civil
works, if the forest department will raise the amount against the
cutting the said vegetation, the amount will be deposited by the
department, but the contractor has to be watched the wood of
damaged vegetation and hand over to forest authorities as per
directions on contractor cost.

IV. Laying and jointing of pipeline including lowering, placing at proper


alignment, cutting pipes, chamfering complete in all respects;

V. Excavation of trenches in ordinary soil/ hard dense soil/ hard dense


soil mixed with boulders/decomposed rocks/hard rock/saturated
soil for laying pipeline below ground as per the L-section approved
by the department. A minimum clear cover of 1.0 m shall generally
be maintained;

VI. Preparation of trench bed, providing sand bedding where pipe is laid
below ground in stretches having boulders / rocky strata;

VII. Refilling & compaction of trenches as per PWD specifications.

VIII. Providing of sluice valves, if the pipeline length is more than 5.0 km,
then sectional valves along with dismantling joint at every 5.0 km is

CE(PMC),PHED, Ajmer 60 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

to be provided. The pipeline of 250 mm or more, than each section


should be provided with scour valve also. The size of the sluice valve
should be same as of the pipeline. The size of scour valve should be
provided after designing as per CPHEEO manual. The RCC valve
chamber with suitable lock and key arrangement should be
constructed at each sluice and scour valve.

IX. The air valves should be provided at an interval not more than 1000
mtr and its min. size of air valve should be as under:

For pipes upto 150 mm:25 mm single air valve

For pipes 200 mm – 350 mm:50 mm double air valve

For pipes 400 mm – 600 mm :100 mm double air valve.

The air valve should be fixed at min. 2.0 mtr high from ground level
and from pipeline to air valve, suitable size of MS pipes should be
provided and it should be encased with RCC. Suitable lock and key
arrangement for the air valve should also be provided.

X. Providing support structures such as saddle supports or portal


frames for pipe laying above ground, wherever required. Generally
minimum ground clearance of 45cm shall be provided below pipe /
supporting slab / beam;

XI. Construction of thrust blocks at each deflection in horizontal and


vertical alignment of pipeline exceeding 5 degree for vertical bends
and 10 degrees for horizontal bends;

XII. The pipeline above ground shall be suitably clamped, to prevent


floating of pipes in submerged conditions;

XIII. Interconnection of pipelines to existing pipelines, existing ESRs,


existing CWRs including providing all specials, civil & mechanical
works as per directions of EIc.

XIV. To repair damage to pipelines, electrical poles, telephone poles,


optical fiber cables etc. and providing suitable structures for crossing
the existing other rising mains during laying clear water mains;

CE(PMC),PHED, Ajmer 61 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

XV. Providing, testing and installing all materials such as bends, tees,
reducers with long radius, dismantling joints, insulating joints,
rubber rings, flanges, nuts & bolts, rubber sheets etc. of required
specifications for the installations;

XVI. Providing anchor blocks wherever necessary;

XVII. Providing protection for foundations of pedestals/portals against soil


erosion;

XVIII. Sectional testing of pipeline;

XIX. Removal of defects in laying and jointing works of all pipelines,


valves and specials;

XX. Any damages of road during the laying & jointing of pipe line and
other activities, the contractor has to be liable to deposit the amount
demanding by concern authority for restoration of the same.

XXI. Compliance of all safety rules at work sites;

XXII. Making connection of new pipes to existing pipes in transmission


and distribution as per directions of EIC;

XXIII. Cleaning, Disinfections, testing and commissioning of all pipelines


laid;

XXIV. Other ancillary works;

Road /Rail /Nullah Crossing :

XXV. The department shall apply for the required road/rail/nullah


crossing permissions and the contractor shall persue the case for an
early sanction. The charges/fees for permission shall be initially deposited
by the contractor to the concerned department and same will be reimbursed
to him after submission of proof of deposit.

XXVI. Encasing with MS pipe of carrier main, as DI/MS pipe line or as per
specifications of concerned department, shall be provided at all

CE(PMC),PHED, Ajmer 62 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

Railway / canal / NH or SH Road / drain crossing and drawing and


specifications of concern department shall be adopted by contractor.

XXVII. Encasing the M.S. pipeline in associated lengths as per requirement


of concern departmental specifications.

XXVIII. It shall be sole responsibility of the contractor to obtain


permission for Road / Rail crossing /oil/gas pipeline crossing from
concern authority by furnishing all details/ drawing / design,
required amount of bank guarantee and undertaking etc. required
for the same time to time. However department PHED will assist
the contractor. Any lapse/delay occur to the project due to late
approval and thereof execution shall be the contractor’s
responsibility. The contractor shall be responsible for any damage
occurred to the public utilities like telephone lines,
distribution/rising main water and gas pipe lines, sewerage pipe
line, drains while laying pipeline and shall be liable to pay the
amount levied by respective department for the repair and / or
damages so occurred;

XXIX. The cost of complete job shall be born by the contractor and is to be
included in LS cost for this item of water transmission & distribution
mains as a single job in price bid;

XXX. The contractor should identify the number of crossings on


National/State highways and district roads etc. The scope under this
item includes all crossings where pipelines are expected to cross any
road/rail/nullah/ oil and gas pipeline as finalized by EIC. The actual
location shall be finalized after survey and finalization of alignment
by the contractor. No additional payment on account of variation in
road/rail/ nullah crossings shall be admissible. The contractor
should assess the crossings before submission of tender.

XXXI. Providing a suitable designed and approved scour-proof bed for


crossing of pipeline below the scour depth of nallah, drain, canal or
river. For pipe crossings of drains above ground, the invert level of
pipe shall be kept 1 m above H.F.L / road level, using suitable
support structures. The structures must be protected by suitably

CE(PMC),PHED, Ajmer 63 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

planned river training works. The crossing below the scour depth or
above HFL has to be decided in co-ordination of the EIC. Detailed
drawing of crossing arrangements proposed to be used shall be
presented to Engineer-In-charge for approval;

XXXII. The laying of pipe shall not obstruct the flow of water in the natural
drains. The drains may be crossed underground at scour depth with
MS pipe in river crossing. The pipe shall be encased through
pushing method and or as per specifications of concern department.
The structures must be protected by suitably planned river training
works;

XXXIII. The minimum requirements of specifications of the governing


agencies for encased line shall be followed;

XXXIV. The contractor shall carry out surge analysis for all the pumping
mains from IISc, Bangalore and get the approval from EIC. Based on
the approval given by EIC, all the mechanical & civil work related to
supply & installation of surge control accessories shall be carried out
by the contractor. If the Zero velocity Valves are provided as surge
control devices, then the valves should be installed in suitable RCC
Chambers provided with manhole cover & locking, drainage, access
arrangement. The work also include providing & fixing of pipe
lengths, bends, tees, dismantling joint, nuts & bolts etc.;

XXXV. The contractor is required to establish a field laboratory at each site


office for ensuring the timely inspection of the material and works;

XXXVI. The contractor shall carry out all works civil and/or mechanical
work which includes supply of specials, valves, tees, bends etc for
interconnecting the proposed water transmission mains under this
contract. The transmission mains shall be connected to the outlet pipe
from outlet chamber of pumping stations at their upstream and shall
be connected to inlet pipe of ESRs & CWR’s as proposed.

XXXVII. The work shall include all other items & accessories not specified
above but required to complete the work on turnkey basis to achieve

CE(PMC),PHED, Ajmer 64 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

the intended objectives in safe, secure, reliable manner adopting best


engineering practices.

2.6 WATER DISTRIBUTION PIPELINES

The works included are as defined below:-

The work of water distribution pipelines under this contract shall include
pipelines as detailed below designed for uPVC pipe but tenderer shall select
his one choice of pipe material out of AC/uPVC class-3/PE PN – 0.6.

Cluster Name of Name of Village Length in (m) of uPVC Pipe Class III of nominal diameter in (mm)
no Cluster
90 110 125 140 160 180 200 225 Total

BEGPURA 2800 0

KALOLI 850 0
KMN /
CHAWANDIYA
CL-01 SURATPURA 0 3620

CHANWANDIYA 1000

3650 1000 0 3620 0 0 0 0 8270

PAREWADI 0 1500
KMN /
PAREWADI RAJAPURA 3400
CL-02

KARKEDI 3530
0 0 5030 5030

KOKPURA 4220
KMN /
ARAKSAR DOLATPURA 3190
CL-03

ARAKSAR 1500
4220 3190 0 1500 0 0 0 0 8910
KMN /
TODAS TODAS 1500
CL-04
0 0 0 0 1500 0 0 0 1500
HUDIL 1500

KMN / CHARANWAS 1800


HUDIL
CL-05
NEHARU NAGAR 2280

4080 0 0 1500 0 0 0 0 5580


KMN /
LALAS LALAS 1500
CL-06
0 0 0 0 1500 0 0 0 1500

CE(PMC),PHED, Ajmer 65 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

Cluster Name of Name of Village Length in (m) of uPVC Pipe Class III of nominal diameter in (mm)
no Cluster
KMN /
GHATWA GHATWA 1500
CL-07
0 0 0 0 0 1500 0 0 1500

MANJI KI DHANI 2210


KMN /
GHATWA-1 RIKSA 180
CL-08
GANGHI GRAM 1750

1930 2210 0 0 0 0 0 0 4140

JUNCTION J1 2120

KHORANDA 500

KHORANDI 2400

KMN / BHILAL 500


BHILAL
CL-09
RAMPURA 840

DEV NAGAR 2170

JIJOT 1080
4010 1080 2400 2120 0 0 0 0 9610

KMN / KOTARA 1060


LAMBHA
CL-10 LAMBHA 500
1560 1560

LOR KA BAS 7620

KMN / BHINCHRON KA
NALOT 2900
CL-11
BAS

NALOT 500
500 0 7620 0 2900 0 0 0 11020
KMN /
CHITAWA CHITAWA 1500
CL-12
0 0 0 0 0 0 1500 0 1500

JUNCTION J1 3070

BHUTINATHPURA 500

BARALPURA 1670
KMN /
SHIV SHIV 500
CL-13
SHIV PURI 550

BHAWANIPURA 2290

NONPURA 1790

7300 0 0 0 3070 0 0 0 10370

CE(PMC),PHED, Ajmer 66 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

Cluster Name of Name of Village Length in (m) of uPVC Pipe Class III of nominal diameter in (mm)
no Cluster

MANGALPURA 3570

KMN /
SABALPURA CHARANWAS 4000
CL-14

SABALPURA 1500

3570 1500 0 4000 0 0 0 0 9070

JUNCTION J1 3680

UDAYPURA 1740
KMN /
CHANDPURA
CL-15 JILIYA 1520

CHANDPURA 1000

ASHPURA 6000
1000 1740 0 6000 1520 0 0 3680 13940
KAKOT 500

PREM PURA 2240

KMN / SARDARPURA 2200


KAKOT
CL-16
CHHAPARI 3440

JASAWANTPURA 2670

7610 0 3440 0 0 0 0 0 11050


KMN /
KUKANWALI KUKANWALI 1500
CL-17
0 0 0 0 0 1500 0 0 1500

NAGWARA 4360

GUGARWAR 5180
KMN /
MOTIPURA
CL-18
HANUMAN PURA 4000

MOTIPURA 500

500 0 13540 0 0 0 0 14040

KMN / INDALI 1500


INDALI
CL-19 OMPURA 5500
5500 0 0 1500 0 0 0 0 7000

KERAPURA 1940
KMN /
BHANWTA
CL-20
BHANWTA 1500

1940 0 0 0 1500 0 0 0 3440


KMN /
PANCHAWA MOONPURA 2100
CL-21

CE(PMC),PHED, Ajmer 67 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

Cluster Name of Name of Village Length in (m) of uPVC Pipe Class III of nominal diameter in (mm)
no Cluster

BHAIRUPURA 1750

PANCHAWA 1500

JUNCTION J1 2200

SHESHMA KA
500
BAS
DEVSAR 1000
2750 2600 0 2200 1500 0 0 0 9050

SHIVDAN PURA 500

JUNCTION J1 3190

KMN / SHIVDAN
SUJANPURA 500
CL-22 PURA

DEEPPURA 600

GOPAL PURA 1620

3220 0 0 0 0 3190 0 0 6410

JUNCTION J1 1180

ASANPURA 2340

ANANDPURA 500

KMN / JUNCTION J2 1250


UGARPURA
CL-23
BHANWARPURA 1200

SHARVAN PURA 500

RANASAR 2220

UGARPURA 1000

LIKHAMASAR 2050

3750 5560 500 0 2430 0 0 0 12240


RASAL 1500
KMN /
RASAL
CL-24 SARANPURA 1770

1770 0 0 0 1500 0 0 0 3270


RAWAN 2390
JASRANA 1110
KMN / TORDA 1445
ROOPPURA
CL-25
PANWADI 6250

ROOPPURA 1000

CE(PMC),PHED, Ajmer 68 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

Cluster Name of Name of Village Length in (m) of uPVC Pipe Class III of nominal diameter in (mm)
no Cluster
6250 5945 0 0 0 0 0 0 12195

LAKHAJI KA BAS 1800

JUNCTION J8 3100

KMN / RAMPURA 1000


HEERANI
CL-26
SHRI NAGAR 500

SINDHIPURA 1800

HEERANI 500
5600 0 0 0 3100 0 0 0 8700

HARITPURA 800
KMN / 500
RAM NAGAR RAM NAGAR
CL-27

KHARIYA 3000
500 3800 0 0 0 0 0 0 4300
KMN /
LICHANA LICHANA 1500
CL-28
0 0 0 0 0 1500 0 0 1500

SARGOTH 1500
KMN /
SARGOTH TRISIGIYA 6550
CL-29
HANUMANPURA 5250

11800 0 1500 0 0 0 0 13300


INDOKHA 3010

KMN / KANKARIYA 1000


KANKARIYA
CL -30
HARIPURA 1710

0 5720 0 0 0 0 0 0 5720
83010 34345 29000 27470 20520 7690 1500 3680 207215

The scope includes the following requirements.

I. Manufacturing and Testing at works, transportation, packing, supply of all


type of uPVC Class 3 pipes, uPVC/CI specials, jointing material etc to
be used. Stacking and/or storage of material, re-handling and to lay
pipes below ground by excavation and refilling the trench ensure by
minimum cover of 1.0 meters generally and construction of pedestals /
portals for pipe support to lay pipe above ground, if required and then
to carry out sectional testing, pre-commissioning checks, full

CE(PMC),PHED, Ajmer 69 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

completion tests and trial runs. The water required for sectional testing
after laying of pipe shall be arranged by the contractor at his own cost
only.

II. Setting out of works

III. Cutting of the vegetation for the purpose of excavation. However, it will
be contractor’s responsibility to obtain all kind of clearances, if required,
from Forest Department for cutting of trees wherever necessitated for
keeping the alignment straight and to get the access for laying of pipe
line, if the forest department will raise the amount against the cutting
the said vegetation, the amount will be deposited by the department,
but the contractor has to be watched the wood of damaged vegetation
and hand over to forest authorities as per their directions and all cost
shall be born by the contractor.

IV. Laying and jointing of pipeline including lowering, placing at proper


alignment, cutting pipes, chamfering complete in all respects.

V.Excavation for trenches in ordinary soil/ hard dense soil/ hard dense soil
mixed with boulders/decomposed rocks/hard rock/saturated soil.

VI. Wherever the pipeline is laid with an embankment to provide minimum


specified cover, the embankment shall be so constructed so that it
doesn’t create pounding of water.

VII. Preparation of trench bed, providing sand bedding where pipe is laid
below ground in boulder / rocky strata.

VIII. Refilling & compaction of trenches in confirmation to the requirement of


this tender document.

IX. Construction of thrust blocks at each deflection in horizontal and vertical


alignment of pipeline exceeding 5 degree for vertical bends and 10
degrees for horizontal bends.

X. To repair damage to pipelines, sewer, drainage pipelines electrical poles,


telephone poles, optical fiber cables etc. and providing suitable

CE(PMC),PHED, Ajmer 70 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

structures for crossing the existing other rising mains during laying
raw/clear water mains.

XI. Interconnection of newly laid pipe lines with existing pipelines & to
connect these pipe lines to proposed ESRs & CWR’s including
providing all specials, civil & mechanical works;

XII. Providing, testing and installing all materials such as bends, tees,
reducers with long radius, dismantling joints, insulating joints, rubber
rings, sluice valves & air valves as required, flanges, nuts & bolts,
rubber sheets etc. of required specifications for the installations.

XIII. Providing anchor blocks wherever necessary.

XIV. Providing protection for foundations of pedestals/portals against soil


erosion.

XV. Removal of defects in laying and jointing works of all pipelines, valves
and specials.

XVI. Compliance of all safety rules at work sites.

XVII. Making connection of new pipes to existing pipes in transmission and


distribution as per directions of EIC.

XVIII. Cleaning, Disinfections, testing and commissioning of all

pipelines laid. XIX.Other ancillary works.

Road,Rail,River/Nallah /oil / gas pipeline Crossing

XX. For MS pipe shall be provided as per specifications of concern


departments. The item shall be measured in the item of DI pipe stretch
to which the crossing portion belongs to :

XXI. Encasing the laid pipe line with M.S. pipeline in associated lengths as
per specifications of concern department.

XXII.It shall be sole responsibility of the contractor to obtain permission for


Road / Rail crossing from concern authority by furnishing all details/
drawing / design, bank guarantee as demanded by the concern

CE(PMC),PHED, Ajmer 71 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

authority and undertaking etc. required for the same time to time.
However department PHED may assist the contractor. Any
lapse/delay occur to the project due to late approval and thereof
execution shall be considered on the contractor’s responsibility. The
contractor shall be responsible for any damage occurred to the
telephone lines, distribution/rising main water and gas pipe lines,
sewerage pipe lines, drains while laying pipeline and shall be liable to
pay the amount levied by respective department for the repair and / or
damages so occurred;

XXIII. The cost of complete job shall be born by the contractor and is to be
included in LS cost for this item of water transmission mains as a single
job in price bid;

XXIV. The contractor should identify the number of crossings on Railway,


National/State highways and district roads etc. The scope under this
item includes all railway & road crossings where pipelines are
expected to cross any road as finalized by EIC.

XXV. Providing a suitable designed and approved scour-proof bed for


crossing of pipeline below the scour depth of nallah, drain, canal or
river. For pipe crossings of drains above ground, the invert level of
pipe shall be kept 1 m above H.F.L / road level, using suitable support
structures. The structures must be protected by suitably planned river
turning works. The crossing below the scour depth or above HFL has
to be decided in co-ordination of the EIC. Detailed drawing of crossing
arrangements proposed to be used shall be presented to Engineer-In-
charge for approval.

XXVI. The laying of pipe shall not obstruct the flow of water in the natural
drains. The drains may be crossed underground at scour depth with
MS pipe in river crossing. The structures must be protected by suitably
planned river training works.

XXVII. The minimum requirements of specifications of the governing


agencies for encased line shall be followed.

CE(PMC),PHED, Ajmer 72 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

XXVIII. The contractor is required to establish a field laboratory at each site office
for ensuring the timely inspection of the material and works;

XXIX. The contractor shall carry out all works civil and/or mechanical work
which includes supply of specials, valves, tees, bends etc for
interconnecting the proposed water distribution mains under this
contract. The distribution lines shall be connected ESRs
(Existing/Proposed) before Duck-foot bend at their upstream and shall
also be connected to pipes of Village Transfer Chamber;

XXX. To provide geo referred AutoCAD drawings of the pipe network laid
under the contract.

XXXI. The work shall include all other items & accessories not specified above
but required to complete the work on turnkey basis to achieve the
intended objectives in safe, secure, reliable manner adopting best
engineering practices..

2.7 ON-LINE-SLUICE VALVES /BUTTERFLY VALVES

Providing, installation and testing of on-line sluice valves, of the same


diameter as that of pipeline, at all junction points, on the main incoming pipe
as well on all branch pipes. All valves to be installed at a particular junction
may be housed in one chamber of appropriate size, the drawing of which
shall be got approved by the EiC.

Providing, installation and testing of on-line sluice valves/butterfly valves, of


the same diameter as that of pipeline, for the purpose of sectionalizing, at an
average spacing of 5 km in the rising mains (not required in distribution
mains). No sectionalizing valve shall be required for a section of pipeline
(node to node) of length less than 5 km and size less than 250mm.Valves
should be soft seated.

The pressure rating of valves shall be as per the maximum design pressure at
the point of installation but not less than PN 1.0. The locations of
sectionalizing valves shall be proposed as per site conditions and shall be got
approved from Engineer-In-Charge. The sectionalizing valves shall be
installed in chambers with a dismantling joint, D/F pipe and other specials.

CE(PMC),PHED, Ajmer 73 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

Minimum clear dimensions of the chamber shall be as per specifications given


in Chapter of pipe line of this section of tender documents. The wall, roof and
other structural members of the chambers shall be constructed as per design,
which shall be got approved from the Engineer-In-Charge.

2.8 DOUBLE BALL KINETIC AIR VALVES

The scope of work under this item includes providing Double Ball Air valves
(Steel ball), along with required connecting pipe, RCC chamber with locking
arrangement, specials, clamps, jointing material etc and its installation, testing
etc on rising main & transmission main. The work will also include providing,
testing & installation of respective size of isolating Ball valves/Sluice valve.
The air valves shall be placed as per the approved on the L-sections. The
double ball kinetic air wall with isolation sluice valve having at an interval
1000 meter shall be provided on transfer main section Kuchaman-Nawa
,Kuchaman-Chitawa, and Chitwa-Bhilal.. The contractor shall show locations
of the air valves on the L- section as per survey and requirement & submit for
approval. Valves shall be placed above the ground after providing Tee and to
connect through pipe from the main pipeline as per approved drawing.

Typical arrangement for installation of air valve and construction of RCC


valve chamber has been provided in drawings in Volume III of this tender
document.

2.9 SINGLE BALL AIR VALVES.

On distribution mains, Single Ball Air valves (Large Orifice) shall be


provided, at an average spacing of 1000 meters, of adequate pressure rating.
Single ball air valve (small orifice) may be provided in few numbers as per
requirement after obtaining approval from EIC. The air valves shall be
provided at convexities of water mains as per L-section. Additional air valves
shall have to be provided if there is any significant peak or change in
gradient, in between two valves placed at above stipulated distance. Valves
shall be placed above the ground after providing Tee/ Clamp (As per
approval of EIC) and to connect through MS pipe from the main pipeline. The
diameter of this MS pipe shall be equal to the NB of the flange of air valve.
The air valves shall be installed with valve chambers, with CI rungs for access

CE(PMC),PHED, Ajmer 74 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

to the valve chamber, door with locking facility, and other facilities shown in
tender drawing. Minimum clear dimensions of the chamber shall be as per
specifications given in Chapter 3 of this section of tender documents. The
wall, roof and other structural members of the chambers shall be constructed
as per design, which shall be got approved from the Engineer-In-Charge.

The scope of work under this item includes providing Single Ball Air valves,
specials, clamps, jointing material etc and its installation, testing etc. The work
will also include providing, testing & installation of respective size of
isolating Sluice valve having a gear arrangement for its operation. The air
valves shall placed at an average distance not exceeding 1000 m. Air valves
shall be provided at all apex and convexities of L-sections.

Tentative Numbers of Single Ball Air Valve as required under this contract
shall be as under but shall not be limited to;

S.No. Type Diameter & Pressure Rating Numbers


1 Single Ball 25/40 mm PN 1.0 204

Typical arrangement for installation has been shown in drawings provided in


Volume-III of this tender document.

2.10 SECTIONALIZING VALVE CHAMBER.

The work includes Construction of RCC Sectionalizing Valve Chamber at


each location of sectionalizing valve along with providing manhole cover
with locking arrangement, at least one MS ladder for access to floor of
chamber and suitable pedestals for supporting valves and pipes. The work
shall also include making suitable holes in floor/Walls for passage of pipes
and making them good.

Tentative Number of sectionalizing valves chambers as required under this


contract shall be as under but shall not be limited to;

S.No. Chamber suitable to House Sluice Numbers


Valves/Butterfly valve of Diameter
1 500 mm dia (S.V) 5
2. 450 mm (S.V) 4

CE(PMC),PHED, Ajmer 75 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

3. 250 mm (S.V.) 2
4. 200 mm (S.V) 2
5. 150 mm (S.V) 10
6. 100 mm (S.V) 3

Typical arrangement required is provided in drawings provided in Volume


III of this tender document.

2.11 SCOUR VALVE.

No scour valve shall be required for a section of pipeline of length less than 5
km and pipelines having size less than 250 mm. The locations of scour valves
in pumping mains shall be proposed as per site conditions and shall be got
approved from Engineer-In-Charge. The size of the scour valve shall be 80 to
150 mm sluice valves (of pressure rating, not less than PN 1.0). The scour
valves shall be installed in chambers with a dismantling pipe and other
specials. Minimum clear dimensions of the chamber shall be as shown in
drawings of tender documents. The wall, roof and other structural members
of the chambers shall be constructed as per design, which shall be got
approved from the Engineer-In-Charge.

Scour valves shall be providing at locations included in the L-section as


approved by the deptt. The scope or work under this item includes providing
& fixing of Scour Valve, valve rod, Dismantling Joint, Jointing Material, Tees
Bends etc and DI jointing pipe equal to scour valve size from scour valve to
pipeline u/s & d/s of associated Scour valve chamber at each location of
scour valve. The work shall include providing & fixing of a maximum of 10m
length of DI pipes from RCC scour valve chamber to guide drained water
towards nearest drain, if the same is available nearby. The tentative numbers
of scour valves shall be as follows;

S.No. Diamter & Pressure Rating Numbers

1 150 mm PN – 1.0 11

Typical arrangement & specials required is provided in drawings provided in


Volume III of this tender document.

CE(PMC),PHED, Ajmer 76 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

2.12 SCOUR VALVE CHAMBER

Construction of RCC Scour Valve Chamber at each location of scour valve


with manhole cover, cover slab & its locking arrangement and a MS
ladder/M.S. lugs for access to chamber floor and suitable pedestals for
supporting valves and pipes. The work shall also include making suitable
holes in floor/Walls for passage of pipes and making them good. In case
where the chamber can be drained in a nearby drain, Laying of maximum 10
mtr of DI pipe including associated excavation, bedding, refilling, compaction
from RCC scour valve chamber to guide towards nearest drain, with pitching
works at the outlet to prevent erosion and settling of pipe. Otherwise, a wet
type scour valve chambers shall be constructed as per the drawing provided
with the T.D.

S.No. Chamber Suitable to house Scour Numbers


Valve of Diameter & Pressure Rating

1 150 mm PN – 1.0 11

Typical arrangement is provided in drawings provided in Volume III of this


tender document.

2.13 WOLTMAN WATER METER IN VTC

(i) Woltman type water meter with data reading device capable of
transmitting data through GSM network (via SMS), shall be provided in
all village – transfer chambers.”.

(ii) The location & type of meter shall be got approved from the Engineer in –
charge. Along with meters, a pressure sensor shall be installed at each
location. The remote reading device which has been installed for
transmitting flow data of meters through GSM should also be able to log
in the reading of the pressure sensors and transmit the same through
GSM. Respective cluster pumping station. All required fitting /
accessories shall be provided by the contractor so that the meter can
aquire and transmit required information and perform following
functions.

CE(PMC),PHED, Ajmer 77 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

a. Consumption above the contractual maximum flow rate value is


received.

b. Inform O&M staff on their mobile phone, in case of pressure drop.

c. Offer 24/7 monitoring of Kay account by sending alarms, via SMS in


case of meter blockage, tampering or abnormal consumption
behavior.

(iii) In addition to the installation of the above referred equipment(s), it shall


be the responsibility of the contractor to provide suitable
equipment(s)/meters for testing the accuracy of installed meters from
time to time, to record; read and provide reading of the meters installed
at remote sites and for control of flow in different branches so as to
achieve the objectives of providing water equal to the designed demand
to each of the individual village. Pressure gauges shall be installed at
suitable locations on the pumping / gravity main to monitor the system.
Meters should efficiently works in working temperature ranging from -
200C to +550C

2.14 VILLAGE TRANSFER CHAMBER.

The work includes construction of RCC Village Transfer Chamber to House


the Woltman type flow meter at 119 locations. The work also includes
providing manhole cover with locking arrangement, at least one Aluminum
ladder for access to floor of chamber and suitable pedestals for supporting
meters, valves and pipes etc in all respect. The work shall also include making
suitable holes in floor/Walls for passage of pipes and making them good.

2.15 OTHER ITEMS & ACCESSORIES.

The work shall include all other items & accessories not specified above but
required to complete the work of pumping/gravity pipelines as on turnkey
basis to achieve the intended objectives in safe, secure, reliable manner
adopting best engineering practices.

2.16 CLEAR WATER PUMPING STATIONS ( ITEM NO. 3.0)

The work of designing and constructing clear water pumping station,


includes construction of the clear water RCC framed pumping stations with
providing and installing all mechanical, electrical and instrumentation plant

CE(PMC),PHED, Ajmer 78 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

and equipment, laying, jointing and testing of the pipe systems within the
limits of contract and commissioning of the pumping station.

Generally, the scope of work for construction of pump house & supply
/installation of pumping machinery within the defined limits of contract is as
listed below:

Detailed contour survey for all the intermediate pumping stations (entire
allotted land), preparation and submission of the layout plan, elevation and
cross-sections for the buildings, structural design and drawings, foundations
and associated civil and pipeline works. The Contractor has to provide large
scale coherent drawings for all units to scales of 1:1000 for plan layouts, 1:100
for plans and sections and 1:20 for details and other scales as appropriate
subject to the prior approval of the Engineer in Charge. The drawings shall
be in standard sizes only. The elevation of the pump houses should be
architecturally attractive with use of decorative stones on the front & sides
except back side.

Detailed soil survey at site location, the soil characteristics (bearing capacity,
chemical analysis, soil resistivity for earthing) in order to decide the
dimensions of the foundations of the buildings and other structures.
Additionally, he has to assess the type of soil, the strata, the level of ground
water and other indicators, if any, and establish soil profiles and submit these
to the Engineer in Charge for inspection. The contractor has to be prepared
the General Arrangement drawing (mechanical) with showing all the sizes of
pump sets, valves & specials, cable trenches for calculate the size of pump
house taking clearance as per provision of IS codes and easy for operation and
maintenance in all respect and submit to EIC for approval. The contractor has
to be proposed the designs (pump discharge and head) according to the
strategies. Hydraulic system designs of the pumping stations and their
equipment; electrical system design of the electrical components, taking into
account the interfaces to the other project components, preparation and
submission of layouts and cross sections of the proposed station, the
equipment, the access roads, the cabling between the units etc. This design
shall be approved by the Engineer in Charge.

CE(PMC),PHED, Ajmer 79 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

Preparation of detailed designs and drawings of all civil works, mechanical,


electrical, earthing, lighting, lightening protection, instrumentation and electro-
mechanical equipment including architectural drawings on the basis of the
approved system design, layout and arrangement. The Contractor shall be fully
responsible for the technical suitability of the design based on the specifications,
sound engineering practices, the relevant latest standard designs and IS
provisions. These designs and drawings shall be submitted for approval to the
Engineer in Charge prior to commencement of the works.

Structural design and reinforcement drawings for all structures of the Work
shall be based on Geo-Tech investigation. SBC tests shall be got done by
approved agency. The Contractor shall be fully responsible for the structural
safety of the buildings.

Preparation and submission of all detailed working drawings on the basis of


designs and drawings approved by the EIC.

No separate payments will be made for the reconnaissance, survey, laboratory


tests, design, drawings, factory and field tests, inspections, testing,
commissioning etc. They shall be included in the rates and prices of the
physical works included in the Bill of quantities. The payments are to be
made for all supplies and physical works described in these documents and
according to the measured and agreed quantities executed.

The works included are as defined below;-

A suitably planned new clear water pumping stations are proposed at


Kuchaman, Chitawa, Bhilal. Sizes of these pumping Stations shall be
sufficient for the pumps required at particular pumping location, the total
area of pumping station and sub areas individually shall not be less than the
respective areas as provided in General arrangement drawings of the
pumping stations in volume – III and as under: .

S.No. Location of Pumping Station Structure Type Min. plinth area of


pump house

1 Kuchaman Head Works RCC Framed 550 Sqm

CE(PMC),PHED, Ajmer 80 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

S.No. Location of Pumping Station Structure Type Min. plinth area of


pump house

2 Chitawa Head Works RCC Framed 320 Sqm

3 Bhilal Works RCC Framed 210 Sqm.

Work description

The work as described hereafter is the concept of the Department. The


Contractor may follow this concept in all details after due survey,
reconnaissance, verification and detailed designs, or may propose his
solutions for individual elements of the system, without deviating from the
basic principles of the Department concept. These are:

 Location of pumping station.


 Nos of cluster pumping system in each of the pumping station feeding single
or multiple elevated storage reservoirs.
 Design philosophy of the pumping station.
 Principles for the installation of appurtenances.
 General design of civil works structures.
 Design philosophy of the instrumentation and control systems.
 Design philosophy of the electrical systems.

If the Contractor accepts the design of the Department and decides to follow
the proposals, he shall also have the full responsibility for the whole design
and construction and installation work and for the satisfactory functioning of
the pump station systems, including co-ordination with other contractors for
connections and interfaces.

Pump Type

Single-stage / multi-stage, horizontal split casing centrifugal pumps or High


Pressure Multi-stage Ring Type Pumps with 1450 RPM speed shall be
installed. Preference shall be given to pumps of higher efficiency.

Recommended Pump Types

CE(PMC),PHED, Ajmer 81 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

 Horizontal Split Casing ( HSC Pumps) with single or two stage or High
Pressure Centrifugal Pumps with multistage ring sections ( Horizontal
installation) with 1450 RPM as a first choice.

 Other type of Pumps such as Back pull-out type coupled or mono block
pumps with 1450 or 2900 RPM as second choice only in exceptional
cases with specific approval from EIC where above mentioned pumps
are not available in the manufacturing range of reputed pump
manufacturers.

a) Minimum acceptable combined ( Pump & Motor together) efficiency limit with
1450 RPM

(i) For Cluster Pump Motor set - not less than 60%

(ii)For Transfer Pump Motor set - not less than 65%

b) Efficiency less than the limits mentioned above may be acceptable in only
exceptional cases with specific approval from EIC subject to following
conditions

c) The contractor submits the request to EIC for accepting lower than specified
efficiency with substantial documentation such as technical offers from
different reputed manufacturers, different combinations of Pump Types ,
Pump RPM etc.

(i) EIC confirms his approval in writing for the acceptance of Lower
efficiencies than the specified limits only in exceptional cases.

Pump Motor

Motors for pump shall be suitable for 0.415 kV, 3 phase, 50 Hz power supply
at all cluster and Transmission head works The motors selected should be as
per latest circulars and directions of the department with regard to energy
saving.

Pump House/ Pumping Station-

1) Construction of the pumping structure suitable to accommodate all


pumps, motors, drives and its accessories, switch gears, panels,
capacitors and capacitor control panels, suction & delivery pipes with
valves and accessories and circulation area, etc. to cater for the
requirement of pumping given herein and ease during maintenance.
Provision for adequate ventilation and fire extinguishers in the pump

CE(PMC),PHED, Ajmer 82 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

house building shall be kept. Provision of maintenance bay shall be


kept in building. The pump house area shall include:

2) Providing pump house plinth area not less than as specified in Tender
drawings. To suitable provide;

 Minimum areas for installation of pump/motor, piping, valves etc


 Minimum areas for Switchgear, MCC and allied control panels.
 For loading/unloading bay and for installation of pump / motor,
piping, valves etc.
 For office room & duty room along with Toilets, lavatory for labour
and managerial staff.
3) Providing cable trenches, cable trays etc. within the pump house
building for installation of motors and other electrical and
instrumentation equipment

4) Providing and installation of 1 number of HOT crane having capacity


2 MT at Kuchaman, and 1 MT at Chitawa and Bhilal Head Works, as
per requirement of the site. The HOT shall be provided as per
requirement for easy loading & unloading of all equipments, i.e
pumps, motors, valves & specials etc.

5) Providing and installation of puddle collars for suction and delivery


pipes.

6) Providing M.S. steps ladder & hand rail for access to all the cluster
pumps floor area for better approach and a MS stair for access to roof.

7) Providing Aluminum framed glazed door entrance and windows for


the control room as per the specifications and provision of IS codes.

8) Providing and installation of all safety equipment (fire extinguisher


and electrical shock treatment chart) to ensure safety of the working
staff for any eventuality that may occur.

9) Providing facilities for potable water supply with water cooler of 80-
liter capacity for drinking purposes at Kuchaman ,Chitawa, Bhilal
head Works.

10) Providing lighting fixtures along with cabling, distribution boards,


switches and other accessories for indoor and outdoor areas of:

CE(PMC),PHED, Ajmer 83 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

 All around the building outer area and the approaches from pump
house and other areas as mentioned in relevant specifications

 At respective pump/motor floor areas, switchgear rooms, control


room, battery room (if required), office areas, lobbies, staircases
and other areas.

11) Providing pipe supports and thrust blocks/anchors for delivery pipes,
valves and manifold pipes. Construction of RCC chamber with proper
cover arrangement for all valve and meter, which are to be installed
outside the pump house but within the head works.

12) Providing Air Conditioner having capacity 1 Nos of 1.5 Tonne


capacity, at each pump house and provide control room with false
ceiling at each Head Works.

13) Providing 1 No. dewatering pump for drainage in each pump houses
with necessary piping arrangement and also provide a local push
button and discharge at suitable location i.e drain near the pump
house.

14) Providing & installation of 4 Nos. Fire Extinguishers at each pump


house as directed by EIC.

15) Providing one First Aid Kit at each pump house.

16) Providing and installation as per requirement, three phase Exhaust


fans for proper ventilation and maintenance of desired temperatures
up to 5 °C in pump houses.

17) Planning of Pump pit space & layout shall be kept considering the
future pumps to handle the flows of year 2045. The details of 2045
flows & related pumping heads are given in hydraulic diagrams of
various reaches available in volume III of Tender Document. Gap
pipes of suitable lengths may be provided both in suction & delivery
side to accommodate future pumps.

18) The size of suction & delivery pipe shall be kept considering flow for
year 2045 and velocity as per CPHEEO manual..

19) Contractor shall provide the one sluice valve at each suction pipe of
the pump. Two sluice valves upto 200mm and less on the delivery

CE(PMC),PHED, Ajmer 84 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

side of the pump. The one sluice valve out of these two should be
electrically operated. For delivery pipe sizes 250 mm or more, one
butterfly valve and one sluice valve (both motorised) should be
provided on the delivery side.. One main sluice valve should also be
provided on the combined delivery pipeline (main delivery header) .

20) PLC System which will envisage water and energy audits. The system
should be able to record continuous readings from flow meters,
pressure transmitters and energy meters so as to enable calculation of
efficiency at which the pump sets are being operated. The system
should also be able to arrive at water losses in different sections and of
the scheme as a whole.

21) Providing & installation of Energy Meters, to measure electrical power


consumed, with each feeder of pump set in the MCC panel. The
reading of these meters shall be sent to the PLC System for energy
audit

2.17 FURNITURE AT PUMP HOUSES HEADWORKS.

The works included are as defined below:

The contractor shall provide following furniture at each of head works.


Contractor shall obtain approval from EIC for type and make of the furniture
before procurement.

Nos.
S. No. Item
Required
1 Office Tables (4’X6’ size table top) 2
2 Computer Table ( 3’ X 4’ size table top with Key 2
board slide)
3 Revolving Chairs with arms 2
4 Office Chairs 6
5 Plastic molded Visitor’s Chairs 4
6 Steel Almirah 1990mm x 915mm x 485mm 1
7 Filling cabinet 2
8 Steel Almirah 1270mm x 765mm x 440mm with 1
glass paneled doors
9 Desert Coolers 2
10 Ceiling Fans (As per requirement) 1 Lot

CE(PMC),PHED, Ajmer 85 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

Nos.
S. No. Item
Required
11 Computer /work station having Intel core @ i7 1 no
processor, 750 GB HDD, 6 GB DDR3 RAM, Blu
Ray DVD writer, in-built modem, 1GB dedicated
graphic memory, Wi-Fi, Wireless LAN Genuine
Windows 7 software and licensed MS office 2007
or latest available at the time of supply , licensed
Anti-virus software. It must be capable
/compatible for operation of GIS software and
autocad.

2.18 CAMPUS AREA DEVELOPMENT WORKS.

The works included are as defined below:

a) Survey of the Head Works campus with existing details.

b) Submission & Approval of developmental plans and landscaping and


drawings

c) Drainage, Road, horticulture works and Rain water harvesting structure


plans & designs

d) Other designs / plans required for selected campus area development

e) Construction of approach road to connect all the units of head works and
also connect to the campus with the main road of campus roads, drains
all along the roads, and horticultures at all pump houses.

f) Lighting work along the approaches inside the campus and all other
arrangements including all cabling, electric fixtures & related civil
works.

g) Grading & leveling of head works land as per approved plan

h) Provide drinking water supply arrangement for head works including


all plumbing fixtures, pipelines etc including related civil works.

i) Providing drainage system of selected area of H/W at PS, where PH is


proposed to be constructed.

j) Providing sanitary arrangements including septic tank soak pit and


sewer with appurtenances for all the units within headwork.

k) Planing, design and construction of Roof top rain water collection

CE(PMC),PHED, Ajmer 86 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

system and rain water recharge structure at all three head works.

l) Landscaping and development of lawn in minimum 1250 sq mtr area at


all three campus.

2.19 RAIN WATER HARVESTING STRUCTURE AND OTHER CIVIL WORKS.

To collect the roof top rain water runoff, Contractor will construct a drainage
system around the pump house building and upto the rain water harvesting
structure at each pumping station campus. Work will include construction of
collection tank, recharge structure complete.

The work shall include all other civil works not specified above but required
to complete the work of civil works at all head works as on turnkey basis to
achieve the intended objectives in safe, secure, reliable manner adopting best
engineering practices.

2.20 PUMPS & MOTORS.

The work of providing & installation of pumps and motors includes design,
manufacture and Testing at manufacturer’s Works, packing for shipment,
delivery to the Site, Supply, unloading, storing, complete erection, setting to
work, Installing, pre-commissioning, trial runs, commissioning, rectification
of defects (defect liability period) for a period of one year from date of
successful commissioning at all these pumping stations.

The works included are as defined below:

Tentative Duty condition Phase-I


SN Location To Reach Nos. Head Flow Type
(m) (LPS)
1. Kuchaman ESR Lichana 2 64 6.3 HSC Pumps Single
P.S stage or two stage
2. Kuchaman ESR 2 41 9.0
P.S or High Pressure
Sargodh*Ramnagar
Centrifugal
3. Kuchaman ESR Rooppura * 2 57 13.70
P.S Multistage Rings
Rasal
type Pumps (
4. Kuchaman ESR Ugarpura 2 42 10.70
P.S horizontal

CE(PMC),PHED, Ajmer 87 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

Tentative Duty condition Phase-I


SN Location To Reach Nos. Head Flow Type
(m) (LPS)
5. Kuchaman ESR Shivdanpura- 2 61 14.30 installation) with
P.S Chandpura 1450 RPM as first
6. Kuchaman ESR Heerani- 2 93 16.80 choice.
P.S Bhanwta- * Back pull-out type
kankariya coupled or
7. Kuchaman ESR Chitawa 2 68 108.97 Monoblock pumps
P.S with 1450/2900
8. Kuchaman CWRNawa 2 43 145.4
P.S RPM as a second
9. choice only in
10. Bhilal P.S ESR 2 45 11 exceptional cases if
Ghatwa,Lambh above mentioned
11. Bhilal P.S ESR Bhilal 2 35 9.40 pumps are not
12. Bhilal P.S ESR Lalas,Hudil 2 72 11.80 available in
13. Chitawa 2 68 12.10 reputed
P.S. ESR Motipura manufacturer’s
14. Chitawa 2 66 4.70 range with prior
P.S. ESR Nalot approval of EIC.
15. Chitawa ESR 2 62 18.6
P.S. Kukanwali,Indali
& Panchawa
16. Chitawa 2 49 32.18
P.S. ESR- Bhilal
17. Chitawa ESR Todas & 2 91 10.70
P.S. Araksar
18. Chitawa ESR Chawandiya 2 55 12.80
P.S. & Chitawa
19. Chitawa ESR Shiv-Sabalpur, 2 48 17.9
P.S. Parewadi

The work includes providing, installation, testing and commissioning of


suitable Energy Efficient Class - I motors for the pumps and aligning &
coupling with motors. This work includes providing Base Plates having rim
type, foundation bolts, grouting material etc.

CE(PMC),PHED, Ajmer 88 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

2.21 SECTION & DELIVERY PIPING WORK.

The work includes following:

a) Providing & installation of suction header pipes of MS for sizes as per


ultimate design demand for the year 2045. This will include providing &
installation of pipes, specials, jointing material, tees, bends, flanges etc.
The suction manifold shall be designed for 0.6m /sec velocity, suction
pipe for 1.5 m/sec velocity and delivery pipe for 2.0 m/sec velocity. The
scope of this work will start from outgoing pipe d/s of valve chamber of
respective CWR. The work will include joining suction pipes to suction
side header pipe along with the header pipe. The minimum thickness will
be as follows :-

S.No. Diameter of Pipes Min. Thickness


1. Upto 300 mm dia. 6 mm
2. From 300 to 600 mm dia. 8 mm
3. From 600 to 1000 mm dia. 10 mm

b) Suction piping work for individual pump along with Sluice valve, Y-type
strainer, dismantling joint, reducer etc, compound pressure gange with
isolation value for all pump houses.

c) All pipes, special shall be suitably coated & lined as per requirement of
technical specifications. All exposed pipe works shall be enamel painted
and all buried pipe works shall be epoxy painted.

d) Delivery piping work along with enlarger, spring loaded check valve, one
motor operated sluice valve and one hand wheel operated sluice valve
upto 200 mm pipe size and above 200 mm, in place of sluice valve (with
hand wheel) the electricall operated Butter fly valve, dismantling joint,
necessary supports pressure gauge & pressure transmitter etc.

e) The delivery Pipe from 1 working & 1 standby pump set or 2 working & 1
standby pump set (as the case may be) shall be connected to main
pumping main & main delivery header for trunk main respectively. One
sluice valve along with RCC chamber shall be provided on the main
delivery header pipeline.

CE(PMC),PHED, Ajmer 89 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

f) Construction of RCC Chamber for each of the outgoing pumping main


with provisions of manhole, locking arrangement, and access ladders etc
for housing sluice valve & flow meters.

g) Providing & installation of sluice valve, dismantling joint, full bore


electromagnetic flow meter (as per instrumentation item) with all specials
as per recommended size for various pipe lines, tees, bends of common
delivery of each pumping main.

h) Providing a length of DI pipe of such length so as to extend 1 mtr beyond


d/s wall of delivery valve chamber for each pumping main.

i) Providing arrangements on suction & delivery pipe for installation of


instruments as detailed in instrumentation section.

The sizes of suction manifold, individual pump suction line, individual pump
delivery line, combined delivery line, type of appurtenances & their sizes to
be installed on suction & delivery line can be referred from P&I diagram of
respective pump house as enclosed in Volume III of tender document. The
sizes are minimum size and contractor has to work out by designing the same
as per the prescribed velocity range and submit the same for approval of the
department.

2.2233/0.415 KV ELECTRIC SUB STATIONS:

The contractor shall be provided 100% standby arrangement of transformer at


all the 33 KV switchyards.

The contractor shall provide and install GI structure will be fabricating &
installed, LA, Isolators with earth switch and without earth switch , Circuit
breakers, CT ,PT, PI , DOF, transformers etc. Contractor shall also provide
aluminium conductor, earthing grid with earth pits, fire wall, boundary wall
with fencing, approach for transport the transformer during maintenance
period shall be provided and commission in all respect by contractor. The
transformer capacity of LT (33/0.415KV) shall be taken as per the requirement
of the site & provisions of the IS codes & standards.

CE(PMC),PHED, Ajmer 90 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

2.23 H.T. / L.T. CABLE

The 33 KV tower shall be installed by other agency at nearby the proposed


switchyards and contractor has to be connected the Gantry of switchyard by
HT conductor as per the standards.

The contractor has to be laid the HT/LT cables from transformer to PMCC
panel. HT/LT cables from PMCC to other panels & equipments will be
supplies & installed by the contractor as per requirement of the sites.

2.24 MOTOR CONTROL CENTERS

Contractor shall provide, install / test & commission motor control centre at
each of the pumping stations to receive supply from two transformers and
will have incoming air circuit breakers with bus coupler providing air circuit
breaker, MCCBs, metering equipment’s, outgoing meters starters DOL up to
22 KW & Automatic star Delta starter, above 22 KW with motor protection
relay & capacitor’s as per requirements. The contractor shall prepare the
single line diagram drawing with design load and submit the size of all
MCCB’s and other equipments of panels for approval.

2.25 AUXILIARY PANEL :

Auxiliary panel will have incomer MCCB, metering & out going reversing
starter for valves control supply MCB for sensors, starter for dewatering
pump, feeders for outdoor , lighting, feeder for Chlorinator spare feeders.

LIGHTING DISTRIBUTION BOARD :

Double door MCB/DB shall have incoming MCB, DP ELCB in 3 phase,


outgoing MCB

LOCAL PUSH BUTTON STATION

Shall be fixed near pump with lockable on off push button for starting /
stopping motor & Ammeter and also be fixed near motorized valves.

2.26 EARTHINGS

CE(PMC),PHED, Ajmer 91 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

Earthing shall be designed by the contractor based on the basis of soil


resistivity of the location at switchyard & pump houses area and shall be got
approved by EIC before start of work.

The LA shall be earthed with separate earth pit and transformer shall also be
earthed separately by two earth pits and also connected with switchyard
earth grid & GI structure will be earthed by minimum required earth
Electrodes & MCC, motors along with other equipment as per design
requirement.

2.27 ALL OTHER ITEMS & ACCESSORIES

The work shall include all other items & accessories not specified above but
required to complete the work of Mechanical & Electrical Equipment &
accessories as on turnkey basis to achieve the intended objectives in safe,
secure, reliable manner adopting best engineering practices.

2.28 ELECTRO MAGANETIC FULL BORE METER .

Providing & installation of Electro- Magnetic full bore meter with transmitter
(to transmit the data to IC to IC panel located on a suitable point on pressure/
gravity main from including any boosters required for signal transfer) and
Digital flow indicator & flow integrator. The full bore electromagnetic flow
meter shall be installed on line including providing & fixing of specials such
as reducers, enlarger, dismantling joint, pipe segments as per given scope of
work and specifications, complete in all respect on each delivery line /
delivery header, going out from the pump houses.

The tentative number of electromagnetic flow meters on the transfer main


pipelines will be as under:

S.No. Transfer main pipeline Size of No. of meter


system pipeline (mm)

1. Kuchman - Nawa 500 mm One at pump house and


one at CWR inlet.

2. Kuchaman – Chitwa 450 mm One at pump house and


one at CWR inlet.

CE(PMC),PHED, Ajmer 92 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

3. Chitwa – Bhilal 250 mm One at pump house and


one at CWR inlet.

2.29 ULTRASONIC FLOW METERS :

The GSM based ultrasonic flow meters are to be provided, installed , tested and
commissioned on the cluster pumping mains in pair, one at pump house and second at
inelt of ESR. The specials required for the installation of the meter should also be
provided along with the meters. The specials should be MS/DI, and duly internal and
external coated in case of MS specials. The reading of the meters should be conveyed
to SCADA system.

2.30 Pressure Sensor on Pump Delivery.

Contractor shall supply & install a pressure sensor with transmitter on each
delivery line of every pump.

2.31 Pressure Gauge on Delivery manifold .

Contractor shall supply & install a glycerin filled 150 mm diameter pressure
gauges on each delivery manifold pipe near the bulk meter for all the pumps.

2.32 Level Measuring System.

Contractor shall provide & install one level ultrasonic sensor, transmitter, LPU,
cables etc on each reservoir under this contract.

CE(PMC),PHED, Ajmer 93 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

2.33 INSTRUMENTATION, AUTOMATION, COMMUNICATION CONTROL PANEL (IACC)

Contractor shall provide Design, Catalogue of manufacturers, installation &


commissioning of Instrumentation, Automation & communication control
panel for Clear Water reservoir & Pump Houses at each of the head works.

The IACC Panel at each headworks shall include following

a) Digital display meter for flow, pressure, water level, status of


pumps/valves, power supply parameters.

b) Automation components such as PLC, Digital IP, OP

c) Wireless Communication components such as Routers, gateways, GSM /


GPRS / Radio medium for voice & data communication.

The control panel shall display all the sensors & recordable parameters on the
control panel.

The following parameters shall be monitored:

For Pump House

a) Water Level in CWR.


b) Motors : Start/Stop/Trip feedback and start /stop control from remote
c) Motorized Valves: Open/Close feedback and open close from remote
d) Flow Meters: Process Values and Set point settings for remote operation
e) Pressure reading: Process Values and Set point setting for remote
operation
f) Each Motor has kWh meter with Modbus port available in MCC panel.
This parameter needs to be communicated to the SCADA system.
g) Every Pump House Incomer will have a multifunction meter with Modbus
port. All Electrical parameters from this meter may be used for logging in
the SCADA.

The work shall include panel, all indicators, PLC, internal wiring, cabling,
conduits, input, and output facilities complete in all respect. The work will
include providing cable from field sensor up to the IACC and connecting
them with field sensors and all conduits, fixing arrangement. The work shall
also include providing, fixing etc of instrumentation & control cabling from &
to all sensor/control elements.

CE(PMC),PHED, Ajmer 94 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

The contractor shall make all necessary arrangements for providing &
installation of interlinking system for integrating (connecting) the whole
instrumentation system of Package IX of Rajasthan Rural Water Sypply and
Flurosis Mitigation Project (Nagaur) to Master SCADA center at Goglav Head
Works and also connect/interlink to the master SCADA center at WTP Nokha
Daiya in Bikaner District. The provision of master SCADA center at Goglav
Head Works shall be taken under Package- I (TM-1) of Rajasthan Rural Water
Supply & Fluorosis Mitigation Project (Nagaur) The contractor shall provide
necessary ports at Nokha Daiya and Goglav Head works for proper
connecting. The provision of PLC system under Package IX of Nagaur Lift
Project, Phase-II. Contractor shall make necessary arrangement for
transmitting the data at master SCADA center Goglav Head Works & connect
the Master SCADA center with WTP Nokha Daiya.

The Control System (PLC)

The entire PLC system is required to receive & store the information From
Electrical, Mechanical & Instrumentation Equipments

Electrical System:

 Input voltage and Amperage of 0.415 KV to individual motors &


transformers of Kuchaman, Chitawa & Bhilal Head Works.

 Power consumption (kWH) on 0.415 KV system, auxiliary transformers


and all HT/LT motors

 Status of all relays used in electrical installations controlling HT/LT


motors

 Status of all motors (on/off)/ & all parameters of (if provided).

Mechanical Equipments

 Status of all pumps.

 Status (on/off/percentage open) of all Butterfly/sluice Valves, on


individual pumps delivery.

Instrumentation Equipments

CE(PMC),PHED, Ajmer 95 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

 Flow data (instantaneous flow rates and total flow) from the pump
house (through flow meter & transducers installed on water main).

 Level of water in the reservoir sumps.

 Pressures at delivery of each pump.

Process the above information to Control

 Operation sequences of valves & pump for starting and closing,


including control over the desired opening of valves after due
monitoring of the electrical health of the system.

 Shut down of pumps in case of any non-transient abnormal conditions


such as low/high voltage, high current drawl, and thermal over load,
excessive shaft vibrations, earth faults etc.

 Shut down of pumps in case of low levels of water in sumps.

 Generation of reports.

 Any other control logic’s required for smooth operation of system.

Alarm Situations

The alarm schedule is indicative of what is required. The Contractor shall


provide for the annunciation of all alarms necessary in order to achieve
control and monitoring requirements.

 33/0.415 KV power failure at pumping station as per the provisions of


the system.

 Tripping of incomer 0.415 KV LT Panel.

 Power Frequency in abnormal Low/High

 Abnormal pressures in manifold.

 Motor tripped on over-load.

 Pumps failed to start/stop.

 Valves unable to open/close.

 UPS failure.

Hardware & Software Requirements in PLC system

CE(PMC),PHED, Ajmer 96 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

Each PLC system shall be supplied with:

 Central Processing Unit (Latest version).


 Memory Unit
 Input/Output Modules
 PLC Hardware and Software
 Programming Unit consisting of desktop computer with requisite software
 Instrument Control Panel (I.C.P.) / Control Desk
 The man machine interface (MMI) consisting of

One Personal Computer with 19” LCD colour monitor with other accessories.

12 PPM, A4 sized Laser Printer,

 Panel Power Supply via an uninterruptible power supply (UPS) of one


hour capacity

2.34 ALL OTHER ITEMS & ACCESSORIES.

The work shall include all other items & accessories not specified above but
required to complete the work of Instrumentation Works as on turnkey basis
to achieve the intended objectives in safe, secure, reliable manner adopting
best engineering practices.

2.35 ELECTRO CHLORINATION SYSTEM .

The contractor has to provide & install Electro Chlorination system with 1.0
Kg/hour,500 gm/hour and 500gm/hour feeding rate along with construction
of suitable sizes chlorination room and all safety equipments & other ancillary
arrangement at following head works;

S.No. Name of Headworks Number

i. Kuchaman ( 1.0 Kg/hr.) 1 No.

ii. Chitawa ( 500 gm/hr.) 1 No.

iii. Bhilal ( 500 gm/hr.) 1 No.

2.36 CLEAR WATER RESERVOIR WITH SUMP.

CE(PMC),PHED, Ajmer 97 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

The works included are as defined below:-

The contractor shall construct RCC Clear Water Reservoirs at following head
works having 2 hours capacity, the capacities of CWR’s as below:

S.NO. Name of Capacity of CWR Incomer


Head Works. in KL
1. Kuchaman 3500+ 1000 800 MM
2. Chitawa 900 450 MM
3. Bhilal 300 250 MM

 The Chitawa CWR shall be connected from the transfer main from
Kuchaman pumping station.
 The CWR at Bhilal shall be connected through pumping station at
Chitawa.
 The CWR at Kuchaman shall be connected through pumping station at
Budsu .

Foundation of CWRs shall be constructed as per provision of SBC in IS Codes


and site conditions from ground level. The capacity of Clear water reservoir(s)
mentioned above is effective capacity. The clear water reservoirs shall have
total live storage above the water level required for pumping with vortex free
suction of respective capacity. The live storage depth shall not exceed 5.00
meters height. The CWR shall be of circular in shape with dome slab, with
suitable hydraulic level and ventilation at Kuchaman, Chitawa & Bhilal Head
Works, so that pump can work with positive suction. The depth of the CWR
shall not be exceed 1.5 meter from the natural ground level, so that the
construction of pump house is not in depth.

The CWR along with allied works as per design and specifications have been
proposed along with all associated works viz: supply, installation, of M.S/C.I
pipes, specials, valves etc. for Inlet/Outlet/Overflow/ Interconnection etc.
The CWR shall be constructed with internal sump of suitable depth and
width to utilize full capacity of CWR with sluice valves shall be provided, so
that run interrupted vortex free flow is available to suction header of pumps.

CE(PMC),PHED, Ajmer 98 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

The works detailed below includes providing and installation of material


unless otherwise mentioned. MS pipes used for the works detailed below
shall have minimum 6.3 mm thickness and shall be internally and externally
coated as per specifications.

Construction of collection chamber of suitable size with free fall from


washout and overflow pipe, with Ferro concrete covers and MS ladder for
access to floor.

Providing puddle collar of adequate size at the bottom of the reservoirs in a


sump of reservoir for out let. Connection of the outlet puddle flange to the MS
suction headers of pump houses, with sluice valve. The main suction header
size shall be designed as per requirements given in chapter "Specifications for
pumping station".

Level indicators at CWRs:-

Ultrasonic type level sensors & transmitters to transmit levels to Instrument


panel at each section of the CWR.

Float valves shall be provided on the inlet of all the CWR so that the pumps
on upstream side may switch-off automatically when the CWR is full.

An alarm should be provided so as to give a hooting sound when CWR is


about to become empty.

Supply a portable de-watering pump at each CWR to drain out the water
from washout chamber having discharge 10 cum/hr and head 10 meter.

The over flow pipe shall have bell mouth.

The work of Clear Water Reservoirs shall also include following:

I. Suitable ventilation shall be provided in the CWR roof at appropriate


location and all opening of CWRs shall be kept covered and lockable.
The ventilators shall be provided with MS grill and stainless steel wire
gauge net, to prevent bird and dust entering into CWRs.

II. The puddle collar for inlets, outlets, overflow & washouts shall also be
provided in CWRs wall.

CE(PMC),PHED, Ajmer 99 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

III. Construction of outlet chamber with sluice valve of outlet pipe size,
dismantling joint, pipe connection with puddle collar of outlet of CWR.

IV. CWRs shall have a provision for connecting to a common suction


manifold of respective pump houses through required numbers of
opening to ensure flow of water from CWR corresponding to
maximum rate of pumping at minimum level of water in clear water
reservoirs.

V. All MS work shall be epoxy painted. The inside bottom surface of the
Top Dome shall be painted with two coats of suitable anti-corrosive food-
grade epoxy coating (two build). Similarly the inside of the vertical wall
shall also be painted with the same from its top to bottom.

VI. If the dia of CWR is more than 10.0 mtr, then the CWR is to construct in
two parts to have ease in cleaning of CWR and accordingly inlet,
outlet, overflow, wash out puddle collars, level indicator
instrumentation etc. will have to erect in each section.

VII. All CWRs will be provided with Local sump.

VIII. At least one Aluminium step ladder shall be provided at all CWRs for
access to CWR floor from CWR roof. At least one MS step ladder shall
be provided from Outside to CWR roof with suitable railing, platform
etc. Access of MS ladders in each sump shall be provided. All MS items
shall be enamel painted with approved make of paint.

IX. All valves provided in the sump and CWR shall be of gear box system
manually operated.

X. Preparation, Submission & Approval of GA Structural


designs/drawings, reproduction.

XI. 1.00 mtr wide Plinth protection of CWR as approved by EIC.

XII. Over flow system shall be provided and dispose at suitable place as
directed by Eic.

XIII. Removal of surplus earth and disposal at site up to 2 kms away from
site of construction as directed by EIC.

XIV. Blasting on hard rocks is prohibited where permanent structures


already exists

CE(PMC),PHED, Ajmer 100 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

XV. Providing PVC water bars at construction joints or providing


construction key as per provisions of IS Codes and good engineering
practice.

XVI. Cleaning, washing & disinfecting the reservoir and making its interior
free of all foreign material, loose particles, debris etc and making it fit
for storage of potable water.

XVII. Testing for water tightness & its commissioning.

XVIII. Submission of As-Built Drawings

XIX. Rectification of defects during defect liability period

2.37 ELEVATED SERVICE RESERVOIRS , PSP’S & CWT’S.

The works included are as defined below:-

The Contractor shall be fully responsible for the soundness of the


construction, structural safety & water tightness of the structure based on the
specifications, sound engineering practices, and latest Provisions in IS Codes.

The contractor shall quote the rate considering the SBC as 10T/m2. If during
geo investigation, the SBC found is less than the 10 T/m2 , then the contractor
shall design the structure on the actual SBC and if more then considering SBC
as 10 T/m2 only , for which no extra payment shall be payable.

The contractor shall have to construct RCC Elevated Service Reservoir at


various head works, the approximate capacities & staging are mentioned
below:

S.No. Name of Village

1 CHAWANDIYA, 250 KL, 18 mtr staging


2 PAREWADI, 350 KL 18 mtr staiging
3 ARAKSAR, 250 KL 18 mtr staging
4 TODAS , 250 KL , 18 mtr staging
5 HUDIL - 300 KL, 18 mtr staging
6 LALAS - 200 KL 18 mtr staging
7 GHATWA-1 - 300 KL 18 mtr staging
8 GHATWA-2 - 150 KL, 18 mtr staging

CE(PMC),PHED, Ajmer 101 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

9 BHILAL- 400 KL, 18 mtr staging


10 LAMBHA- 150 KL, 18 mtr staging
11 NALOT - 200 KL 18 mtr staging
12 CHITAWA- 350 KL , 18 mtr staging
13 SHIV - 200 KL, 18 staging
14 SABALPURA - 250 KL 18 mtr staging
15 CHANDPURA - 450 KL , 18 mtr staging
16 KAKOT 250 KL 18 mtr staging
17 KUKANWALI 300 KL 18 mtr staging
18 MOTIPURA 300 KL 18 mtr staging
19 INDALI 200 KL 18 mtr staging
20 BHANWTA -250 KL 18 mtr staging
21 PANCHAWA -400 KL 18 mtr staging
22 SHIVDAN PURA -200 KL 18 mtr staging
23 UGARPURA -450 KL 18 mtr staging
24 RASAL -250 KL 18 mtr staging
25 ROOPPURA -400 KL 18 mtr staging
26 HEERANI -250 KL 18 mtr staging
27 RAM NAGAR -250 KL 18 mtr staging
28 LICHANA -300 KL 18 mtr staging
29 SARGOTH - 300KL 18 mtr staging
30 KANKARIYA- 350 KL 18 mtr staging

The capacities of ESR(s) mentioned above are effective capacity. The Intz type
ESR shall be constructed with intz type container and with dome shape roof.
As per primarily survey, the staging of the OHSRs are as per above table but
on the basis of actual survey, the contractor will check the terminal head at
village transfer chamber & consumer ends and shall maintain minimum
terminal pressure of 10 meter&7m respectively. If it results in increase the
staging of the OHSR, the contractor will construct the higher staging for ESR
for which no additional payment shall be admissible.

The work of Elevated Service Reservoirs shall also include following:

1. Construction of above reservoirs as per the provisions given in the


“Specifications for civil works”.

2. Supply and installation of puddle collars and duck foot bends for
installation of inlet, outlet and wash out & overflow pipes.

3. Supply and installation of double flanged CI/DI pipes for inlet, outlet, and

CE(PMC),PHED, Ajmer 102 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

washout (scour) and overflow with specials with minimum sizes as


mentioned above.

4. Interconnection of mains to respective duck-foot bends of reservoirs to be


constructed under this contract using suitable specials.

5. Interconnection of outlet pipes from the OHSR to the distribution feeders


for villages connected with OHSR with all materials including specials.

6. Providing, Laying & jointing of all inter-connecting pipeline of inlet & out
let CI/DI double flanged pipes, within the campus boundary of the head
works for OHSRs. The pipe sizes shall be corresponding to the incoming
or outgoing pipes as the case may be.

7. Providing & installation of one sluice valve (resilient seated soft sealing
type) on out let, inlet, washout pipe for each reservoir. The sizes of the
valves shall be equal to that of the main on which they are to be installed.

8. Providing and installation of a non-return valve with bye-pass


arrangement with isolation sluice values as required on each rising main
near each SR, of the same size as the rising main. The location of NRV
shall be approved by the EiC.

9. The overflow pipe shall be joined/interconnected to cluster distribution


system with CI/DI double flanged pipes as decided by EIC.

10. Providing scour / washout pipes & its interconnection with overflow pipe
including P/F (providing & fixing) of sluice valve as shown in drawing of
GA of ESR.

11. Providing a bye-pass arrangement to connect the incoming rising main to


the outgoing distribution line for villages so as to enable supply to the
villages through direct pumping in case of shut down of SR.

12. Valve chamber for valve of out let pipe shall have to be constructed.

13. Providing float valve with auxiliary float in each OSHR. The size of float
valve shall be same as of Inlet pipe. The pressure rating of valve should be
in accordance to the designed maximum pressure.

14. Providing water level indicator as per specifications given in the chapter
of “Specifications for Civil Works” for all reservoirs.

15. Excavation for all structures including working spaces, trench excavation

CE(PMC),PHED, Ajmer 103 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

for pipes & other ancillary works in all sorts of soils, refilling & disposal of
surplus earth at suitable site & dressing as per direction of Engineer-in-
charge.

16. Providing plinth protection works as per specifications and approved


drawings for all reservoirs.

17. Providing lightning arrester on the top of OHSR.

18. Providing access to the top and inside the reservoir as per the
specifications given in the chapter of “Specifications for Civil Works”.

19. Providing ventilation for the reservoir as per the specifications given in the
chapter of “Specifications for Civil Works”.

20. Providing manhole / headroom for access inside the reservoir.

21. Providing 25mm diameter GI pipe (Class B) in two rows in 50x50x6mm


galvanised angle iron railing along the top of reservoir, on the sides of the
staircase and balcony, and at other suitable points for the requirement of
safety of maintenance and execution staff.

22. All the inside surfaces of the structure below ground level shall be painted
with two coats of epoxy paint conforming to respective Indian Standards.
The paint in contact with the stored water shall be conforming to the
standards of non – toxic paint suitable to be used in potable water supply
systems.

23. The inside bottom surface of the Top Dome shall be painted with two
coats of suitable anti-corrosive food-grade epoxy coating (two build).
Similarly the inside of the vertical wall shall also be painted with the same
paint from its top to bottom.

24. The outer top surface of top dome shall be painted with suitable anti-
carbonation paint.

25. A store room shall be constructed below ESR having floor level 15 cm
above F.G.L & ceiling height not less than 2.75 mt. as shown in drawing &
as per direction of engineer in charge.

26. The valves shall be provided on each distribution pipe line, the size of
valves shall be same size of distribution pipe line, the RCC valve chamber
with RCC roof and locking arrangement shall also be provided, so that the

CE(PMC),PHED, Ajmer 104 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

water supply of other cluster villages can be maintained by closing the


valve during repair of particular section.

27. The GSM based ultrasonic flow meter should be provided on main outlet
pipeline from ESR along with required.

28. Testing of tank for water tightness and structural stability by filling it with
water and in accordance to the procedure laid down in tender
document/IS code.

29. Colour washing using cement paint of approved make & quality as per
specifications

30. Painting the metallic surface & putting slogan on tank as per
specifications.

31. Construction of boundary wall with gate, as per drawing, around the land
where ESRs are to be constructed. Approximately 25 X 25 m land shall be
acquired for each ESR.(payable as separate item)

32. The land shall also be graded and leveled. Plantation of trees shall also be
carried out in and around this land by the contractor.

33. Final clearance of site before handing over the work, including leveling of
earth and disposal of surplus earth as per directions of the Engineer in
Charge.

34. Submission of 'As Built' drawings.

35. The responsibility of the contractor will also include preparation &
submission of drawings and designs, execution & testing of all works
specifications stipulated in the tender document. The structural designs &
drawings shall be got approved by EIC.

36. Blasting on hard rocks is prohibited where permanent structures already


exists.

37. Providing PVC/GI water bars at construction joints or provisions in IS


Codes and work shall be carried out as per good engineering practice.

38. Cleaning, washing & disinfecting the reservoir and making its interior free
of all foreign material, loose particles, debris etc and making it fit for
storage of potable water

CE(PMC),PHED, Ajmer 105 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

39. The contractor shall provide & install fire hydrant at each ESR at out let pipe
before flow meter of 65mm dia GI pipe at suitable hight.

40. Providing & fixing water meter as per specification in the inlet pipe to the ESR
with an isolation valve and dismantaling joint including construction of
suitable RCC valve chamber with roof and locking arrangement.

VILLAGE TRANSFER CHAMBER. (ITEM NO. 2.2)

Village Transfer Chambers Shall be constructed near all the all villages
proposed to be covered under present contract (the list of villages is given in
the chapter "System Description".

The Location of Village transfer chamber shall be given by EIC.

The scope of work includes:

1. Construction of Village Transfer chambers shall be as per the provisions


given in the specifications for Civil works and as per drawing annexed in
volume III.

2. The Contractor shall be fully responsible for the soundness of the


construction & structural safety of the structure based on the
specifications, sound engineering practices, and latest I.S. provisions.

3. The work of Village transfer chamber includes the work of excavation of


earth/rock, civil work as per drawing, providing & installation of CI
specials, bulk water meter, dismantling joint, sluice valves, pressure
gauge, MS Ladder, ferro-cement cover or pre-cast RCC slab, MS angles
around the top of the walls, MS hook, locking arrangement etc.

ULTRASONIC WATER METER IN VTC

(i) Ultrasonic type water meter with data reading device capable of
transmitting data through GSM net work (via SMS), shall be provided in
all village – transfer chambers.”.

(ii) The location & type of meter shall be got approved from the Engineer in –
charge. Along with meters, a pressure sensor shall be installed at each
location. The remote reading device which has been installed for

CE(PMC),PHED, Ajmer 106 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

transmitting flow data of meters through GSM should also be able to log
in the reading of the pressure sensors and transmit the same through GSM
to MCC centre. All required fitting shall be provided by the contractor.

a. Consumption above the contractual maximum flow rate value is


received.

b. Inform O&M staff on their mobile phone, in case of pressure drop.

c. Offer 24/7 monitoring of Kay account by sending alarms, via SMS in


case of meter blockage, tampering or abnormal consumption
behavior.

(iii) In addition to the installation of the above referred equipment(s), it shall


be the responsibility of the contractor to provide suitable
equipment(s)/meters for testing the accuracy of installed meters from time
to time, to record; read and provide reading of the meters installed at
remote sites and for control of flow in different branches so as to achieve
the objectives of providing water equal to the designed demand to each of
the individual village. Pressure gauges shall be installed at suitable
locations on the pumping / gravity main to monitor the system.

(iv) Meters should efficiently works in working temperature ranging from -


200C to +550C and have following units & specifications :-

Construction of PSP’s and CWT’s in the villages.

The public stand post and cattle water trough shall be constructed in the
villages, where as the piped water supply scheme are not working,

 The contractor shall prepare the village index plan of each villages
showing the distances, levels and permanent structure main features, so
that location of the PSP’s & CWT’s can be decided and also submit design
of the internal village distribution net work of pipe lines.

 The location of the PSP’s & CWT’s shall be decided by the contractor with
village water health & sanitation committee by conducting meetings. The
locations of the PSP & CWT shall be put-up to EIC for issuing permission
to start the work, so that any dispute may be resolved at site with

CE(PMC),PHED, Ajmer 107 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

villagers.

 The PSP’s & CWT’s shall be constructed as per drawing given in the
volume – III & specifications of civil work. The contractor shall be fully
responsible for the soundness of the construction & structural safety of the
structure based on the specifications, sound engineering practices, and
latest I.S. provisions.

The following submissions are required for approval:-

Submission of structural designs and working drawings for approval of


Engineer-in-charge. The structural design and reinforcement drawings for all
structures of the Work shall be based on Geo-Tech investigation for which no
extra payment will be made to contractor. SBC tests shall be got done through
an approved agency. The foundation shall only be laid on firm rock or hard
soil bed after removing decomposed rock and all loose material.

Submission of test reports of construction material to be used in the structure


Submission of samples of material equipment(s) for approval.
Submission of data sheet for equipments for approval.

No separate payments shall be made for the reconnaissance, preliminary


investigations, surveys, inspections, plinth protection, site clearance etc. They
shall be included in the lump sum rates.

The Contractor shall be fully responsible for Technical suitability of design,


soundness of the construction, structural safety & water tightness of the
structure based on the specifications, sound engineering practices, and latest
IS Provisions.

2.38 BOUNDARY WALL.

Contractor shall construct Stone masonry boundary walls at following head


works for the length provided below

S.NO. Name of Headworks Approx. Length /No.


1. Khucaman Headwork 600 M
2. Chitawa Head works. 300 M

CE(PMC),PHED, Ajmer 108 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

S.NO. Name of Headworks Approx. Length /No.


3. Bhilal Head Works. 260 M
4. For ESR’s 3000 M

Suitable Gates with locking arrangement shall be provided at each of head


works & at all ESR as mentioned above. Contractor shall submit typical cross
section of wall to EIC and get necessary approval before taking up this work.

2.39 ALL OTHER ITEMS & ACCESSORIES

The work shall include all other items & accessories not specified above but
required to complete the work of Civil Works as on turnkey basis to achieve
the intended objectives in safe, secure, reliable manner adopting best
engineering practices.

2.40 SPARES FOR PIPELINE WORKS.

Contractor shall supply spares for pipeline works to the department at the
end of O&M contract period as listed in schedule of prices volume- IV.

Contractor shall supply spares bulk water meter of each size to the
department at the end of contract period of following details;

S. No. Diameter Numbers


1. 50 mm 2
2. 65 mm 2
3. 80 mm 2

2.41 TOOLS & TACKLES.

Contractor shall supply necessary tools & trackles spares for pipeline works
to the department at the end of O&M contract period as listed in schedule of
prices volume- IV.

2.42 FIELD LABORATORY

The works included are as defined below but shall not be limited to

CE(PMC),PHED, Ajmer 109 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

The Contractor is required to establish a field laboratory at one centrally


located site office for ensuring the timely inspection of the material and
works. The laboratory will be equipped with testing facilities sufficient to
cope with the requirements of the tests to be conducted on site. It should have
at least the following equipment, which may be supplemented with
additional equipment as may be found necessary by the Engineer-in-
charge/Contractor.

The Test Equipment, meters, instruments etc., used for testing shall be
calibrated at Recognized Test Laboratories at regular intervals and valid
certificates shall be made available to the Engineer-in-charge. The calibration
certificates should be produced in advance for the approval of the Engineer- in-
charge and if necessary they shall be got recalibrated or substituted before
commencement of the tests.

List of Minimum Laboratory Equipment

S.No.
‘A’ GENERAL
1 Balance 20 kg capacity-self indicating type
2 Electronic Balance 5 kg capacity accuracy 0.5 gm
3 Sieves analysis set of IS with lid and pan: 450 mm
diameter:
63 mm, 53 mm, 37.5 mm, 26.5 mm, 13.2 mm, 9.5 .mm, 6.7
mm and 4.75 mm size
4 200 mm diameter: 2.36' mm, 2.0 mm, 1.18 mm, 600 micron,
425 micron, 300 micron, 150 micron, and 75 micron
Measuring tape, vernier scale, Digital Screw Gauge, die for
concrete cubes, vibrating platform, tools and tackles
5 First aid box
‘B’ For soils and aggregates
1 Dry Bulk Density Test apparatus (sand pouring cylinder,
tray, can etc.) complete
2 Core cutter apparatus 10 cm dia, 10/15 cm height, complete
with dolly, rammer etc.
‘C’ For Cement and cement concrete
1 Slump testing apparatus
2 Compression strength testing machine
“D” For M.S. / DI pipe
1 Ultra sonic gauges for thickness measurement of coating,
lining and MS/DI pipe plate.

CE(PMC),PHED, Ajmer 110 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

S.No.
2 Hydraulic Testing Equipments calibrated pressure gauge
‘E’ For Pumps after erection of pump & motor
1 Portable Temperature Measuring Equipment
2 Illumination Measuring Equipment
3 Portable Tachometer

2.43 ABOUT REFERENCES:

Wherever reference is made to the Departmental design, drawings, or


concept, it may be understood that these are concepts of the Department and
the responsibility for correctness of designs, drawings and safety of
equipment/structure shall rest on the contractor. Bidders are advised to
inspect the site for further clarifications and to understand the scope of work.
It is the bidder’s responsibility to carry out all the works required to complete
the scheme under this project whether it has been mentioned or not.

UNLESS MENTIONED OTHERWISE, IF FOR ANY SPECIFIC PROVISION


REFERENCE HAVE BEEN MADE IN MORE THAN ONE SPECIFICATIONS,
THE PROVISION MORE STRINGENT SHALL BE APPLICABLE’.

The contractor should note it clearly and carefully that all the data,
information, reports and drawings etc. available in this tender document are
simply concept of the Department which are simply for the purpose of
information to the contractors and will have no bearing on the contractual
obligations. The contractor will have a choice to make use of the data, reports,
information, drawings etc provided in this volume but the Department does
not stand any guarantee to this data/information/ reports/
designs/drawings. The contractor will solely responsible for preparing and
submitting the required data/ information/ reports/ designs/ drawings after
carrying out appropriate field survey, data collections designs etc for the
approval of Engineer In-charge. Approval of all designs and drawings,
material to be used, equipment specifications and the samples prior to start
work at site shall be obtained by the contractor.

2.44 STANDARDS

Except as otherwise specified in this technical specification, the Indian


Standards and Codes of practice in their latest version, National Building

CE(PMC),PHED, Ajmer 111 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

code, PWD specification of the state of Rajasthan and Manual of water supply
of GOI shall be adhered to for the supply, handling, laying, installation, and
site testing of all material and works.

2.45 TECHNICAL STAFF

For the execution of work, contractor will have to deploy the technical staff
during the execution period of work contract as detail below:-

S. No. Position Post Qualification and


Experience
1 Project Manager 1 No Graduation in Civil Engineering with 5
years .
2 Site Engineers 2 +1+1 nos Degree in Civil/ Mechanical/ electrical
civil, mech , with 2 years experience
electrical
3 Site Supervisors 3 Nos Diploma / ITI or academic graduation
with 2 years work experience.
4 Surveyors 2 Nos ITI or 10th class having 3 years
experience in survey.

CE(PMC),PHED, Ajmer 112 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

2.46 TECHNICAL REQUIREMENT OF PUMP HOUSES AT VARIOUS HEAD WORKS AND SITE
DEVELOPMENT WORKS :

The building should be designed as RCC framed structure suitable for


efficient administration of Rajasthan Rural Water Supply & Fluorosis
Mitigation Project (Nagaur) RRWS&FMP (Nagaur) with all electrical, Sanitary
works, drains, proper ventilation and water cooler for each chambers and also
provided pipe line for drinking water facilities.

The building shall provide the following plinth area at:-

 Pump house at Kuchaman (not less not less than 550 Sqm.)

 Pump house at Chitawa (not less not less than 320 Sqm.)

 Pump house at Bhilal (not less not less than 210 Sqm.)

S.
Particulars Specification to be adopted
No.
1. Type of Structure RCC framed Structure
2. Damp Proofing Course 100 mm thick Cement Concrete
3. Exterior Walls
(a) Below G. L. Stone masonry in CM 1:4 up to G. L.
(b) Above G. L. Brick Masonry Wall in C. M. 1:4
4. Interior Walls
(a) Below G. L. Stone masonry up to G. L.
(b) Above G. L. Brick Masonry Wall in C. M. 1:4
5. Partition Walls Half Brick in C. M. 1:4 reinforced properly
6. Roofing RCC / For flat roofs treatment shall be
provided with brick bat coba & finishing coat of
25 mm thickness in CM 1:4 with Water
Proofing Treatment
7. Plaster Cement Mortar 1:4 , 25 mm thick

CE(PMC),PHED, Ajmer 113 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

S.
Particulars Specification to be adopted
No.
8 Plinth Protection Plinth Protection 1.5m wide all along Pump
house building.

9 Exterior Finish Architectural attractive stone facia on three


faces (front & sides face and water proofing
cement paint on back side of the building.

10. Interior Finish Floor Wall Doors


Finish

Unit Frame DOOR


a) Chambers. & Marble AE PSDF ALG for
Lobby front and
other
wooden.
b) Staff Toilet KS Tiles upto PSDF PVC
LL
c) Lobby Marble AE AL ALG

o) Office TPT AE PSDF ALG

p) Archive TPT AE PSDF FD

q) Laboratory KS AE PSDF FD

e) Pump house Area Metallic AE Front AL &


hardener MS
fabricated
back side
11. Sanitary
W. C. Indian type Orissa Pan
Urinals Flat Back size 610x400x80 with 25 mm G. I.
Waste pipe

CE(PMC),PHED, Ajmer 114 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

S.
Particulars Specification to be adopted
No.
Flushing Cistern Low Level 10 liter Capacity
Wash Basin Flat Back 550x400 mm

Abbreviations used in above table are:

TPT Terrezo Pre cast WW White Wash KS Kota Stone


Tiles (Grey
Cement)

PSD Pressed Steel PVC Poly Vinyle AE Acrylic


F Door Frame chloride Emulsion Paint

AL Aluminum Box AL Aluminum CC Cement


Section G Glazed Panel Concrete 50 mm
thick

FD Flush Door (Solid DDS Double Door DT Dry Distemper


Core type) Shutter (MS)

LL Lintel Level CC Cement RS Rolling Shutter


H Concrete with
Hardener

 Supply of Laptop / invertor system.

THE contractor SHALL SUPPLY FOLLOWING LAPTOP FOR EFFECTIVE


MONITORING AND SURVEILLANCE OF THE SYSTEM.

Laptop – 2 Nos. with latest configuration as finalized by the EIC . It must


be compatible to handle GIS mapping/AutoCAD software.

Provide suitable size invertor system for the PMC office at Ajmer with
complte installation.

 Doors and Windows:

As a general guideline the total area of doors and windows shall be not less
than about 25 % of the floor area.

CE(PMC),PHED, Ajmer 115 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

Doors to the pump maintenance bay shall be of the rolling shutter type with
manual operation from inside. They shall be 4 m wide and 3.5 m high so that
a truck can enter, (backside first). A standard door shall be provided for entry
of the operators. Doors in dangerous areas (chemical house, main distribution
panel room) shall open to the outside. The chlorinator room shall have two
doors.

All outer doors and those of dangerous areas shall have a self closing device.

The types and locations of the doors and windows shall be approved by the
Engineer in Charge.

All the external walls shall have aluminum section glazed window as per
specification provided in Chapter of specifications of civil works. The other
walls may have steel glazed windows shutters of standard rolled steel section
joints mitred and welded with steel lugs 13 * 3 mm, 10 cm, long with fixed
wire gauge of 14 mesh * 24 gauge to the metal frame of rolled section by metal
beading 20 * 3 with suitable screw at not exceeding 150 mm distance and
square bars or other flat welded, embedded in cement concrete block 15 *10*
10 cm of 1:3:6 (1 cement :3 coarse sand :6 graded stone aggregate 20 mm
nominal size) or with wooden plugs and screws or with fixing clips or with
bolts and nuts as required including providing and fixing of plain glass panes
4 mm thick with glazing clips and special metal sash putty of approved make
or metal beading with screws complete including priming coat of approved
steel primer, partly fixed and partly open able [ Fixed area not to exceed 33%]

Sanitation Facilities:

It should be equipped with Indian type water closet, urinal, flushing cistern
for WC, wash basin, mirror, toilet shelf etc. The disposal (in septic tank
soakpit etc.) should be made at least 15m away from the main building. The
disposal system is part of the contract.

Walkways and Access Stairs

Unless otherwise specified all units shall be accessible by concrete walkways


of a width of 1.5 m. The walkways shall have railings of 1.0 m of galvanised
steel tubes of diameters 32 (pillars and upper railing) and 25 mm (lower

CE(PMC),PHED, Ajmer 116 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

railing). The walkways shall be accessible from the upper floor of the control
building and by means of 1m wide stairs at suitable places for access to the
pump motor sets.

Other activities:-

a)Process water

Supply points for desert coolers and cooling system & flush toilets

b)Drinking water

The contractor shall provide the drinking water facilities within the campus.
These shall be provided at suitable place in the pump house.

Painting work:-

a) Painting of metallic surfaces

If not otherwise stated metallic surfaces shall receive one initial coat in the
manufacturer's workshop. After arrival of the equipment on site, the same
shall be inspected and damaged portions shall be cleaned and given the
primer and under coat of similar paint. After erection all metal work shall be
painted as follows:

Painting of metallic surfaces

All mild steel Galvanisation, chromate primer, and


railing, mild steel ladders, two coats of approved oil paints,
pipes for water supply, grit finishing coat of approved oil based
iron plates paint of approved shades.

Submerged metallic parts and Two coats of bituminous paint


their projections above water
level

Metal parts above water level Primer of red oxide, two under coats
or in dry places and one finishing coat of an approved
oil based paint and of approved shades

CE(PMC),PHED, Ajmer 117 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

All indoor fixtures, Chromium or copper nickel plating


instruments and similar
equipment on panels etc.

Coating of the pipes and the plant equipment is to be provided according to


the specifications and following the colour code.

b) Final Finishing:

The contractor will ensure that the entire building along with all its
installations is in a finished and in new and fully operative condition when
handed over. He shall have repaired and remove all signs of damage that
might have been done during the course of installation and fixing of
equipment. He shall also see that the entire exterior has been finished
properly and the entire site is cleared of all extra construction material, debris
and excavated soil. This shall have to be done to the satisfaction of the
engineer in charge.

Miscellaneous requirements

Name plates, signboards, nomenclature

Each item of the plant shall have permanently attached to it in a conspicuous


position a name plate, on which shall be engraved or stamped the
manufacturer's name, type and serial number, manufacturing year, details of
the design capacity etc. Such labels shall be of non-hygroscopic material to be
approved by the Engineer in Charge.

Near or on each item of the plant a plate with the name and nomenclature
(code) of the item according to the project nomenclature shall be fixed. It shall
be visible from a distance of several meters.

The Contractor shall also provide bilingual signboards and instruction tables
of durable material throughout the plant for the purposes of operation,
maintenance and security:

 Danger and caution signs (English and local language)

 Preventive maintenance schedules (local language)

CE(PMC),PHED, Ajmer 118 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

 Operation instructions (local language)

 Unit names (English and local language)

 Name plates at the doors to the units (English and local language)

Signboards and plates shall be appropriately sized in relation to the relevant


item and its surroundings. Details of the proposed inscription, size, material
and colours shall be submitted to the Engineer in Charge for approval before
any tables are manufactured. They shall be compatible with the instructions
in the operation manual.

All cables shall be provided with clip-on identification numbers on both ends
and at all terminations in between, for identification. The nomenclature shall
correspond to the electrical as-built drawings.

2.47 IEC ACTIVITIES IN 96 VILLAGES.


Role of I.E.C Activities in the Project

I.E.C activities in the 96 villages shall play crucial role in the successful
implementation of the proposed project. Community participation in
implementation of the project is proposed to ensure right from the planning
stage through competent & experienced NGOs. The NGOs will do the
household survey for the “willingness to pay by consumers” and “Consumer
affordability” for the water bill. Capacity of The IEC activities would be
implemented on the model of highly successful German funded “Aapni
Yojana” of Churu & Hanumangarh districts of Rajasthan. Conventionally,
water supply from public stand posts maintained by PHED in urban & rural
area is free of cost. However, in Aapni yojana, which has been declared as
“Special Project” for water tariff purposes, cost recovery is being done for
water being supplied through public stand posts. The main objective of I.E.C
activities is the support of the operation and maintenance of the water supply
project ensuring the sustainability of the project, collect revenue from the
villages, encourage conjunctive use of water and to maximize its benefits for
the target population.

Suggested Panel of NGOs

NGO may be selected from the following list :

CE(PMC),PHED, Ajmer 119 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

1. IIHMR, Jaipur
2. IIMR, Jaipur
3. Bhoruka Cheritable Trust, Rajgarh
4. Urmul Setu, Bikaner
5. Gandhi Vidya Mandir, Sardarshahar
6. GVNML, Lapodia (Dudu)
7. CECOE-DECON, Jaipur
8. LUPIN, Bharatpur
9. Satguru Foundation
10. Satya Foundation , Jaipur

The EIC may approve another NGO apart from above list on request of the contractor
after having satisfied about the credentials of the applied for NGOs.

For the implementation of project components in the villages, the contractor


shall appoint NGO’s & open the appropriate number of cluster offices in the
project area. The project staff of selected NGO will work in close co-
ordination with the PHED staff.

The NGO’s shall employ only such persons who are skilled and experienced
in all activates required for the completion of the IEC work. All deployed staff
for IEC activity should have 2-3 years experience in this field. The NGO shall i
impart project specific training to them prior to deploying them of IEC
activity. Whenever services of NGO staff are found / noticed unsatisfactory
by the department they shall be removed/ terminated by the NGO
immediately as per direction of Engineer-in-Charges.

The NGOs shall establish offices in the largest village in the area of 5 Nos
clusters having, communication facilities and provide vehicle for efficient
work in the cluster villages. NGO shall provide at least one post graduate
staff having 5 years good experience in the same field for the post of
Programme Director and three graduate staff having 3 year experience in the
same field for the post of Manager & coordinator. The person to be deputed
as unit in charge shall be a graduate staff and field staff shall be at least
matriculate to supervise the activities of the work and to act as the NGOs
Representative,. The NGOs shall also provide sufficient skilled field staff at

CE(PMC),PHED, Ajmer 120 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

each office during whole period to ensure completion of the various sections
of the work in the time required. The tentative setup of the NGO shall be as
follows:-

Programme Director on each Package

Programme Manager on 10 cluster Executive Manager on 10 cluster Coordinator on 10 cluster

Unit In-charge on 5 Nos Clusters

Field Staff (Male) 2 Nos. Field Staff (Female) 2 Nos.

The NGOs shall maintain daily records of the progress with regard to the
works carried out, labour engaged. These will form the basis of periodic
reports and returns as may be required by the Engineer in Charge and in the
manner as directed by him.

The IEC activities shall be made as per described in the related chapter.

2.48 OPERATION AND MAINTENANCE

General

The scope of O&M works shall cover O & M of all works executed under this
contract for 10 years after 10 years of O & M, the work of pipelines, CWTs and
PSPs, downstream of the Village Transfer Chamber , the contractor shall hand
over them to the Village Water, Health & Sanitation Committees (VWHSCs)
then they will carry out the O&M of these works thereafter.

CE(PMC),PHED, Ajmer 121 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

The O&M of the Facilities of the scheme shall be run with a well developed
quality management system as per guidelines of ISO 9001:2008 revised up to
date. The contractor, within 12 months of commencement of O&M, shall
obtain ISO 9001:2008 certification from one of the following firms:

1. Bureau Veritas India


2. TUV India of TUV-Nord Group,
3.DNV (Det Norske Veritas)
4.Direct Assessment Services, Chennai
5.SGS India Pvt Ltd, Chennai,

The contractor shall update the O&M Systems and Procedures developed as
per department’s requirements and as per ISO guidelines. The same shall be
submitted to the department for approval along with other O&M documents
like O&M Manuals, Log sheets, Formats, etc. These shall be got audited
annually throughout the O&M period.

Within the frame work of the contractors responsibilities given above, the
contractor shall carry out the following activities, but these shall not limit
requirement of other activities, which otherwise are required as per term and
conditions of contract or to fulfill contractors responsibilities or are essential
as per good engineering practices. The contractor shall be responsible for:

a) shall take over assets of existing piped schemes from the department after
completion of defect liability period & will operate &maintain also for
which no additional payment shall be made

b) Shall provide per day requirement of water as per design to each village
with almost equitable distribution of water in each PSP with required
pressure (Minimum 7.0m). System shall be tested for design demand but
shall be run as per actual demand based on population as per directions of
EIC.

c) Chlorination of water in CWR , if required. Cleaning of ESR/CWR/GLR


by mechanical means once in six months &date of cleaning should be
written on the wall of reservoir.

CE(PMC),PHED, Ajmer 122 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

d) Providing the minimum specified staff as specified in Clause 13.4 during


operation and maintenance period and additional staff as per requirement
during periodic maintenance and in emergencies.

e) Providing all required consumables required for functioning / operation


& maintenance of equipment.

f) The contractor shall also be responsible to prepare and distribute the


revenue bill to each village upto 5th of every month. The contractor shall
remit the revenue & deposit to the PHED within 48 hours.

g) Preventive / breakdown maintenance of all pumps, electrical, mechanical,


instrument equipment, pipe lines installed/laid under the contract etc.. All
costs including costs of all material, equipment, etc required for operation
and / or maintenance (preventive and/or breakdown) shall be borne by
the contractor.

h) Maintenance of the lighting fixtures and the lighting system of all areas
and replacement of all non-functional lighting fixtures within 24 hours.

i) Providing manpower and all materials for the required repairs of all
facilities along with the manpower and materials for repair of the
buildings, reservoirs and pipeline etc built under the contract at his own
cost.

j) Maintenance of the stores for the electrical, mechanical and


instrumentation equipment. The maintenance of stores will include but
shall not be limited to:

k) Patrolling of the water mains laid in the contract, to identify and report the
damages / defects pipe and pipe appurtenances, CD works, en-route
structures.

l) Co-ordination with other contractors and/ or agencies responsible for the


Execution, operation and maintenance for regional schemes and Electric
Supply Company.

The O&M period shall commence after completion of defect liability period
(one year). However, the part commissioning of the project on completion of

CE(PMC),PHED, Ajmer 123 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

certain units, if possible, before completion of execution period, and if


Department desires to use these units, the same shall be put to O&M without
reckoning such period towards the 10 years period of O&M, however charges
for power shall be borne by the department during such operation &
maintenance period.

During Operation & Maintenance either after commencement of the O&M


period as mentioned above or during execution period i.e. part operation &
maintenance if required by department due to part handing over of the
system before completion of execution period of 36 months the following
charges towards O&M shall be paid by the Department / Contractor.

(i) Electric power charges shall be paid by department during entire O&M
period of 10 years. Any power factor surcharge if levied by power
supply agency shall be borne by the contractor.

(ii) Chemical i.e. Common Salt, lime & chlorine shall be arranged by the
Contractorat his own cost.

(iii) All other cost involved for O&M viz. cost of staff, communications, all
materials , materials, spares, consumables, stationery, T&P, vehicles
etc. shall be born by the contractor.

A joint inspection shall be carried out before commencement of O & M work


and following documents shall be inspected at suitable places and location.

(i) As built drawings of civil works and MEI works, test reports of pump/
motor / valves shall be displayed on wooden board duly laminated on
key wall of relevant civil structure.

(ii) Maintenance manual

(iii) History sheet of all pumps, motors and electrical panels.

(iv) Log books (formats)

However item No. (i) & (ii) shall be made available in 4 hard copies along
with soft copy one each for CE/ACE / SE / EE /AEn

CE(PMC),PHED, Ajmer 124 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

During operation and maintenance the contractor shall ensure that the
Department gets the required and envisaged flow(s) at Existing & proposed
ESRs at all Cluster Source Villages and all villages in the package to be
benefited under this project.

The duties of the contractor under this contract shall include the following but
shall not be limited to:

I. Identification and obtaining all the clearances required for the


operation of the facility and for the fulfillment of its obligations under
the Conditions of Contract.

II. Arrange all the necessary manpower & services for the operation and
maintenance of the Facility (as defined in tender document) including
normal watch & wards etc.

III. Make all necessary arrangements for the tools and plants, machinery,
equipments, furniture and transportation vehicles necessary for
operation and maintenance and timely repairs.

IV. Procure and store all required materials, equipment, lubricants,


inventory for repair and operation and maintenance at such locations.

V. Be responsible for the security of the facility and comply with


applicable laws and/or statutory requirements as may be applicable in
the land from time to time.

VI. Co-ordinate and communicate with other agencies like PWD, Railway,
AVVNL, Water Resources Deptt., Telephone Deptt. & National
Highway etc. as and when required.

VII. Be responsible to minimize wastage of water by attending to leakages


of pipe, air valve, scour valve etc. and breaches immediately and shall
repair / restore within 12 hours from the notice of such leakage /
breach. In no case the down time of the pipe / machine should exceed
12 hours.

CE(PMC),PHED, Ajmer 125 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

VIII. Pump / motor /transformer / capacitor bank etc. should be repaired


quickly within reasonable time in order to avoid down time of the
system which shall not normally exceed 12 hours.

IX. Ensure adoption of newly developed energy conservation measures /


regulations viz energy audit, CFL lighting etc.

X. The power factor of electrical system at all location should not be less
than 0.96. The power factor surcharge / load surcharge billed by
AVVNL in any month of O&M period or part O&M period shall be
recoverable from the contractors monthly O&M bill.

XI. Be responsible for most efficient use of power in running of plant and
machinery even lighting load.

XII. The Contractor shall carry out his activities in such a manner that
water will not be wasted, leaked or spilled onto the site or elsewhere.
The Contractor shall bear the cost of correcting any adverse
consequences resulting from such wastage, leakage or spillage, and
shall maintain history of such event in history sheet.

XIII. The contractor shall keep records for daily water drawl from CWR at
Head Works, Flow rates, pressure, operation state of pumps at each
head works, chlorine doses, flow & pressure at each village transfer
chamber, operation state of all mechanical, electrical & instrumentation
equipment. The record shall be kept in formats as approved by EIC.
Contractor shall submit these records to EIC on monthly basis.

XIV. The contractor shall submit report of above operations regularly as


described here under daily / weekly / monthly through e-mail.
Monthly report should also be submitted in hard copies.

XV. The work of plantation is a capital expenditure of the contractor but


during O&M period the plantation installed should be maintained and
dead plants should be replaced. The failure to survive all the 100%
plants shall be recoverable @ twice the rate actually paid during
execution as capital expenditure.

CE(PMC),PHED, Ajmer 126 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

XVI. To keep the entire campus area, particularly toilets neat and clean and
dis-infected by using Phenyl, acid and other chemicals at all head
works. In the situation of failure to maintain hygiene in campus or
toilets, EIC may decide with his discretion and impose a penalty on the
contractor for any occurance.

XVII. Upkeeping and maintaining all illumination system, internal and


external at all head works by changing the default equipment
immediately.

CE(PMC),PHED, Ajmer 127 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

Annuxure to chapter 2 : scope of work


DESIGN CRITERIA

TABLE - 1.1
Design Criteria for Transmission Main & Distribution Network

Number Design Criteria Unit

1. Design Period 30 years


2. Design Flow Demand for the year 2045
3. Daily pumping hours 22 hours
4. Hazen William formula shall be used for
calculating friction losses with C value as
follows
 DI 135
 uPVC 140
5. Minor losses (in Fittings, Valves etc) 10 % of the losses calculated as
per Hazen William formula
6. HGL in the pipeline At least 3 mtr above the top of
pipe
7. Min. Diameter of pipe 100 mm - pipe material DI
90 mm - pipe material uPVC
8. Peak Factor for distribution network 3
9. Min residual pressure at PSP/ House 7m
10. Max. residual pressure at PSP/ House 12 m
11. Min velocity of water 0.6 m/s
12. Max. velocity of water 2.5 m/s
13. Cover depth
 Under traffic ≥1.0 m
 Outside traffic ≥0.8m
14. Leakage losses in Distribution System 10 %

CE(PMC),PHED, Ajmer 128 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

TABLE - 1.2

DESIRED SCALES OF MAPS AND DRAWINGS


(for guidance of the Contractor)

Sr No Drawings / Maps Scale


Horizontal Vertical
1 Map showing Project Package Area 1 : 25,000
and Layout of major water mains of
the scheme
2 Maps showing Village Distribution 1 : 5,000
System
3 Site Plans 1 : 1,000
4 Longitudinal Sections for Pipelines 1 : 1,000 1:20
5 Details of anchor blocks / thrust 1 : 100 1 : 100
blocks, different valve chambers,
expansion joints, if any, any other
details
6 Details of Pipes and Pipeline 1 : 100 1 : 100
trenches for different conditions of
pipe laying such as trench condition,
embankment, over supports, at
major road crossings etc
7 Details of pipeline crossings at water 1 : 50 1 : 50
bodies, railway crossings and minor
road crossings

CE(PMC),PHED, Ajmer 129 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

CHAPTER- 3: SPECIFICATIONS OF DI & UPVC PIPE LINE


These specifications will cover providing & laying of transmission mains, mainly of
DI and uPVC pipes and control of leakage in water supply system. The selection of
pipe class shall be as per the ultimate pumping systems i.e. ultimate water demand
of the year 2045, taking 55 LPCD in rural areas and 100 LPCD in urban areas.

3.1 PREPARATORY SUBMISSIONS

The Contractor shall prepare and submit the following:

3.1.1 L-Section

The contractor shall produce the detailed plan and L-section drawings to the
department showing the proposed placement of pipes and HGL for this
package along the approved alignment.

Longitudinal Sections (L- Sections) and the alignment plan in 6 copies.

For the comprehensive overview of the stretch, the comprehensive L-Section


has to be made available for finalizing the alignment of the pipeline.

The following general criteria must be adhered while preparing the plan and
L-section of the pipeline:

Pipelines in general to be laid underground in most of the reaches with


minimum soil cover of 1.0 m for DI / uPVC pipes.

Throughout the alignment of pipeline if the strata is found rocky, then the DI
pipe in general shall be laid above ground on RCC pedestals as detailed later
in this chapter. If the ground has steep slopes then on each pedestal the pipe
shall also be protected against sliding with facilities to provide free movement
for temperature changes.

If laying of pipe above ground is not possible, to minimise close positions of


bends, small stretches of pipeline may be kept below road, if circumstances so
permits. The pipeline laid below ground shall be provided with grouting, as
specified herein. For long stretches of pipeline i.e. more than 60 meters,

CE(PMC),PHED, Ajmer 130 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

average soil cover of 1.0 meter shall be provided along with cutoff walls to
ensure that the backfilled earth is not eroded during rains.

Wherever the pipeline is to cross the existing oil and natural gas pipelines
or OFC cables, the contractor shall take necessary permissions of the
concerned authorities and lay the pipeline accordingly with required safety
and structures. The department shall provide assistance to the extent possible
to obtain such permission. The contractor shall be liable to all damages/
claims / etc. on account of damages or accident caused due to damages of
such lines

The laying of pipes must not obstruct the flow of water in the natural drains.
The pipe must cross the drains either from below the scour levels or above the
high flood levels. If crossed above the bed level, appropriate structures at
support and in between the nallah/ drain/ canal / river must be provided
with DI pipe in the exposed section. The structure must be protected by
suitably planned river training works. If laid below ground, it must have
sufficient cover without change in the existing grade of nallah/river/canal.
The damaged portions of the embankment and the bed must be restored in
portions the pipeline is laid below canal bed levels with proper compaction
and the canal bed and sides must be lined with CC lining at least 40mm thick
in at least a length of 60 meters U/S and D/S portions. If laid with cover less
than 1.0 m, the pipe should be anchored with rock on which it is laid and shall
be encased with minimum 100 mm reinforced cement concrete all around the
pipe.

Wherever the pipeline is laid with an embankment, the embankment must


not create pounding of water. If the conditions are unavoidable, suitable CD
works must be provided.

Wherever road crossing is to be done or when it is placed near the road edge,
sufficient cement concrete encasing as per design has to be provided so that
IRC class AA loading can be applied without any damage to the pipe section
laid at the crossing.

The drawings have to show the G.L., Invert level of pipe, depth of cutting /
filling, H.G.L. for flow corresponding to Ultimate phase flows, design

CE(PMC),PHED, Ajmer 131 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

working/operating pressure in pipes, type of structures for crossing


rivers,/canals,/ nallahs, etc. submitted for approval by the department. They
also have to show the proposed locations of sluice valves, air valves, scour
valves and specials and the proposed locations and types of the water
hammer control devices. No additional cost shall be payable on account of
change in placement of pipeline in pursuant to the given principle herein.

Based on the data of the surveys provided by the department & reproduced
by Contractor and on the hydraulic data of the pipeline system, the
Contractor has to prepare the final detailed Drawing according to the Indian
Standards, and subjected to the provisions given in this bid document,

3.1.2 Drawings & Designs

The drawing has to be prepared in close coordination with the Engineer-in-


Charge and shall be subject to his approval. The approval procedures have to
be followed as prescribed in the Special Conditions of Contract. Submissions:

After the selection and approved L-section of the pipeline, the following
designs must be got approved:

 HGL for ultimate water demand flows corresponding to year 2045.

 The following designs shall be carried out for ultimate phase’s flow
requirements:-

 Design of Pipe Class (DI Pipes). For all sizes, K-7 and K-9 both shall be
acceptable. The K-7 pipes shall be acceptable up to 80m working
(operating) pressure (as per provisions in relevant BIS) as per HGL drawn
for ultimate flow;

 Design & Drawings of pipe support structures;

 Design & Drawings of Thrust and Anchor Blocks ;

 Design of Surge Protection System;

 Design & Drawings of all CD structures;

 Design & Drawings of allied works;

 Design and Drawing of OFC/road crossing;

CE(PMC),PHED, Ajmer 132 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

 Design the cement mortar lining on inner pipe surface as per relevant IS
codes respectively for DI. The performance with regard to its smoothness
shall be of quality to develop friction losses not more than that calculated
with value Cr=1 as per modified H/W formula as given in CPHEEO
manual.

3.2 STANDARDS

Except as otherwise specified in this technical specification, the


Indian/International Standards and Codes of Practice in their latest version
shall be adhered to for the design, manufacturing, inspection, factory testing,
packing, handling and transportation of product. Should any product be
offered conforming to other standards, the equipment or products shall be
equal to or superior to those specified and the documentary confirmation
shall be submitted for the prior approval of the Engineer in Charge.

This specification requires a reference to the following standard specifications

IS: 4985 Unplasticized PVC pipes for potable water supplies


IS: 10151 PVC and its copolymers for its safe use in contact with
foodstuffs, pharmaceuticals, and drinking water
IS: 10500 Drinking water specification
IS: 12235 Methods of test for unplasticized PVC pipes for potable
water supplies
IS: 4669 Methods of test for PVC resin
IS: 12818 Unplasticized PVC screen and casing pipes for
bore/tubewell
IS: 3400 Methods of test for vulcanised rubber (part-1 to 22)
IS: 1387 General requirements for the supply of metallurgical
material
IS: 210 Grey iron casting
IS: 1536 Centrifugally cast (spun) iron pressure pipe for water, gas
and sewage
IS: 1537 Vertically cast iron pressure pipe for water, gas and sewage
IS: 1538 Cast iron fittings for pressure pipes for water, gas and
sewage
IS: 5531 CI specials for Asbestos cement pressure pipes for water gas
& sewage

CE(PMC),PHED, Ajmer 133 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

IS: 1363 Hexagon head bolts, screws and nuts of product grade A
and B (part:1-5)
IS: 1367 Technical supply conditions for threaded steel fasteners
IS: 780 Sluice valve for water works purposes
IS: 2906 Specifications for sluice valves for water works purposes
IS: 318 Leaded tin bronze ingots and casting
IS: 8543 Methods of testing plastics: Determination of density of
solid plastics
IS: 7181 Horizontally cast iron double flanged pipes for water, gas
and sewage.
IS: 8794 CI detachable joints for use with Asbestos cement pressure
pipes
IS: 5382 Rubber sealing rings for gas mains, water mains and sewers
IS: 5531 Cast iron specials for asbestos cement pressure pipes for
water, gas and sewage
IS: 779 Water meters
IS: 3624 Pressure and vacuum gauges
IS: 341 Black japan, types A, B and C
IS: 9862 Ready mixed paint, brushing, bituminous, black, lead free,
acid, alkali, water and chlorine resisting
IS: 1239 Mild steel tubes, tubular and other wrought steel fittings
IS: 7328 High density polyethylene materials for moulding and
extrusion
IS: 4984 Specification for high density polyethylene pipes for potable
water supplies; sewage and industrial effluents
IS: 554 Dimensions for pipe threads where pressure tight joints are
required on the threads
IS: 1592 Asbestos cement pressure pipes - Specifications
IS: 778 Specifications for copper alloy gate, globe and check valves
for water works purposes
IS: 12820 Dimensional requirements for rubber gaskets for mechanical
joints and push on joint for use with cast iron pies and
fittings for carrying water, gas and sewage.
IS: 9523 Specification for DI fittings for pressure pipes for water, gas,
and sewage.

CE(PMC),PHED, Ajmer 134 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

ISO: 2045 Single socket for uPVC and uPVC pressure pipes with
elastic sealing ring type joints - Minimum depth of
engagement
ISO: 2507 PVC pipes and fittings- Vicat softening temperature - Test
method and specification
ISO: 3603 Fittings for PVC pipe with elastic sealing ring joints pressure
test for leakproofness
ISO: 1167 Thermoplastics pipes for the transport of fluids - Resistance
to internal pressure - Test method and basic specification
ISO 3451-5 Determination of Ash: Part-5 - Poly vinyl chloride
ASTM: D Standard test method for degree of fusion of extruded PVC
2152 pipe and moulded fittings by Acetone immersion
MTNL Mahanagar Telephone Nigam Limited; Technical
specifications for cable ducts.
BS: 4772 Specification for DI fittings
IS: 7634- Code of practice for plastic pipe works for potable water
Parts 1-3 supplies
IS: 8329 Centrifugally cast (spun) ductile iron pressure pipes for
water, gas and sewage.
IS: 12288 Code of practice for use and laying of ductile iron pipes
CPHEEO Manual on Water Supply and Treatment, III edition,
Ministry of Urban Development, New Delhi- May 1999.

3.3 DI PIPELINE

3.3.1 Ductile Iron Pipe

The pipes will be centrifugally cast (spun) Ductile Iron pipes for Water and
Sewage confirming to the IS 8329: 2000 and shall be marked with BIS/ISS. The
pipes used will be either with push on joints (Rubber Gasket Joints) or
Flanged joints. The class of pipe to be used shall be of the class K-9/K-7.

The pipes shall be coated with bitumen as per appendix C and have factory
provided cement mortar lining in the inside as per the provisions of
Appendix B of the IS 8329: 2000.

CE(PMC),PHED, Ajmer 135 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

The pipes will be supplied in standard length of 5.50 and 6.00 meters length
with suitably rounded or chamfered ends. Each pipe of the push on joint
variety will also be supplied with a rubber EPDM gasket. Any change in the
stipulated lengths will be approved by the Engineer – in charge. The gaskets
will confirm to the IS 5382:1985.

The gaskets should also be supplied by the manufacturer of the pipes. They
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 from a suitable manufacturer under it’s own
supervision and have it tested at his/sub contractors premises as per the
contract. The pipe manufacturer will however be responsible for the
compatibility and quality of the products.

The flanged joints will confirm to the Clause 6.2 of IS 8329. The pipe supply
will also include one rubber gaskets for each flange.

3.3.2 Inspection and Testing:

The pipes will be subjected to following tests for acceptance:

Visual and dimensional check as per Clause 13 and 15 of IS 8329


Mechanical Test as per Clause 10 of IS 8329
Hydrostatic Test as per Clause 11 of IS 8329
 The test reports for the rubber gaskets shall be as per acceptance tests
of the IS 5832 and will be in accordance to Clause 3.8

The sampling shall be as per the provisions of the IS 8329

3.3.3 Marking

All pipes will be marked as per Clause 18 of IS 8329 and show as below:

 Manufacturer name/ stamp


 Nominal diameter
 Class reference
 All pipes should be ISI Marked.
 A white ring line showing length of insertion at spigot end

CE(PMC),PHED, Ajmer 136 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

3.3.4 Packing and Transport:

The pipes should be preferably transported by road from the factory and
stored as per the manufacturer specifications to protect damage.

3.3.5 Specials for Ductile Iron Pipes

3.3.5.1. General

This section covers the general requirements for Ductile Iron (DI) fittings
suitable for Tyton joints to be used with Ductile Iron pipes with flanged and
Tyton jointing system.

3.3.5.2. Types of specials

The following types of DI fittings shall be manufactured and tested in


accordance with IS: 9523 or BS: 4772.

 flanged socket
 flanged spigot
 double socket bends (900, 450, 22 1/2 0, 11 1/4 0)
 double socket branch flanged tee
 all socket tee.
 double socket taper.
 All Flanged Tee.
 All Flanged taper.

3.3.4 Supply

All the DI fittings shall be supplied with one rubber ring for each socket. The
rubber ring shall conform to IS: 12820 and IS: 5382 as described in the
preceding chapter. Flanged fittings shall be supplied with one rubber gasket
per flange and the required number of nuts and bolts.

CE(PMC),PHED, Ajmer 137 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

3.3.5 Lubricant for ductile iron pipes and specials

3.3.5.1. General

This section covers the requirements for lubricant for the assembly of Ductile
Iron pipes and specials suitable for Tyton push-in rubber ring joints

3.3.5.2. Specification

The lubricant has to have the following characteristics:

 must have a paste like consistency and be ready for use


 has to adhere to wet and dry surfaces of DI pipes and rubber rings
 to be applied in hot and cold weather; ambient temperature 0 - 50 °C,
temperature of exposed pipes up to 70 °C
 must be non toxic
 must be water soluble
 must not affect the properties of the drinking water carried in the pipes
 must not have an objectionable odour
 has to inhibit bacterial growth
 must not be harmful to the skin
 must have a shelf live not less than 2 years

3.3.5.3. Acceptance tests

 They shall be conducted in line with the provisions of the IS 9523

3.3.6 Packing

All the DI 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.

The fittings should also be supplied by the manufacturer of the pipes. They
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 from a suitable manufacturer under it’s own
supervision and have it tested at his/sub contractors premises as per the

CE(PMC),PHED, Ajmer 138 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

contract. The pipe manufacturer will however be responsible for the


compatibility and quality of the products.

3.4 UPVC PIPES

3.4.5 Scope

This section of the document specifies the required properties of the pipes
made of unplasticized polyvinyl chloride (uPVC) with socket(s) suitable for
elastomeric sealing ring type joints for conveyance of water under pressure
for supply of drinking water. The pipes are intended to be used for buried
water mains with ambient atmospheric temperature reaching up to 50°C and
soil surface temperature rising more than 65°C. The stipulations given in this
document for uPVC pipe which are not covered by any other code/standard,
shall be governed by the provisions of IS 4985

The pipes will be supplied with one end plain with chamfer and other end
socket suitable for elastomeric sealing ring type joints in accordance with IS:
4985.

Each pipe shall be supplied along with a rubber ring suitable for the socket
for elastomeric sealing ring type joints.

3.4.6 Material

The material from which the pipes are made shall consist substantially of
unplasticized polyvinyl chloride conforming to IS: 10151, to which may be
added only those additives that are absolutely needed to facilitate the
manufacture of the polymer, and the production of sound, durable pipes of
good surface, finish, mechanical strength and opacity.

The total quantity of additives like plasticizers, stabilisers, lubricants and


fillers shall not exceed 7.0%.

The bulk density of uPVC pipe shall be 1.39 to 1.44 g/ cm3.

PVC resin of suspension grade K-66/K-67 shall be used for extrusion of uPVC
pipe.

CE(PMC),PHED, Ajmer 139 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

3.4.7 Classification

The pressure rating of pipes shall be of class-3 in accordance with IS: 4985
with a maximum continuous working pressure at 27 0 C of 6 and 10 kg/cm2

Dimensions of the pipes and the sockets

The dimensions and tolerances of pipes shall comply to clauses of IS: 4985.

The tolerance on outside diameter and wall thickness of pipe shall be as per
Table-1 given in IS: 4985.

The dimensions of the socket for elastomeric sealing ring type joint shall be in
accordance with Clause 7.2.1.2 and Tables 4 and 5 of the IS 4985

The pipe shall be supplied in straight lengths of 6 m with tolerance of + 20


mm and -0 mm. The effective length of socket pipe shall be considered as
shown in Figure-3 of IS: 4985.

3.4.8 Dimensions of the pipes and the sockets

The dimensions and tolerances of pipes shall comply to clauses of IS: 4985.

The tolerance on outside diameter and wall thickness of pipe shall be as per
Table-1 given in IS: 4985.

The dimensions of the socket for elastomeric sealing ring type joint shall be in
accordance with Clause 7.2.1.2 and Tables 4 and 5 of the IS 4985

The pipe shall be supplied in straight lengths of 6 m with tolerance of + 20


mm and -0 mm. The effective length of socket pipe shall be considered as
shown in Figure-3 of IS: 4985.

3.4.9 Physical & chemical properties

The pipe shall confirm to the Clause 10 of IS 4985-2000 for its physical and
chemical properties except for the density and ash content provisions which
shall be as per the stipulations of Contract.

The colour of the pipes shall be dark grey.

CE(PMC),PHED, Ajmer 140 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

Influence on water intended for human consumption shall be governed by IS:


12235.

All plastic and non plastic material for components of the uPVC piping
system e. g. Elastomeric sealing ring, lubricants, when in permanent or in
temporary contact with water which is intended for human consumption,
shall not adversely affect the quality of the drinking water.

3.4.10 Mechanical properties

Hydrostatic strength of the pipes

The pipes and integral sealing ring will confirm to internal hydrostatic
pressure in accordance with Clause 11.1 and sampling as per annex D of IS
4985

3.4.11 Tests and conformity criteria

3.4.5.1. Quality assurance from the manufacturer

The following in house tests shall be carried out on the raw material:

 grade (K-value)
 particle size distribution
 bulk density of resin
 bulk density of compound

The manufacturer will also have the following tests conducted from Standard
Test Laboratory

 Effect on water quality


 Internal Hydrostatic Test (Type)

3.4.5.2. Acceptance Test

All uPVC pipes of the same size and class manufactured on a particular
machine shall be considered as a lot for quality control inspection. However,
the maximum size of a lot shall not be more than 1000 pipes.

CE(PMC),PHED, Ajmer 141 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

The sampling procedure and scale of sampling for visual inspection and
dimensional requirements shall be as per given in Annexure-D of IS: 4985.

The pipes shall be tested for lot acceptance.

The following acceptance tests shall be conducted in accordance with IS: 4985
and IS: 12235.

 Visual and dimensional check


 Reversion test.
 Vicat Softening test
 Ash Content
 Bulk density
 Resistance to external blows
 Internal hydrostatic pressure test for pipes and joints
 Opacity

3.4.12 Markings

Each pipe shall be clearly marked as indicated below:

 Manufacturers name and trademark


 Outside diameter in mm.
 Class of pipe and pressure rating
 All pipes should be ISI marked.
 Month and year of manufacturing
 Length of pipe
 Marking of insert depth of spigot

Each pipe shall also be marked in centre strip as circumference 1” wide at


intervals not more than 3 meters to show the class of pipe.

 Class 3 – Green

3.4.13 Packing and transport

The socket and spigot end of all the pipes shall be provided with tightly fitted
end caps, protecting the inside of the pipes effectively against dirt etc. The

CE(PMC),PHED, Ajmer 142 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

end caps shall be of suitable high density (HD) plastic material in any colour
other than black. They shall be fitted to the pipes prior to packing and
transportation.

The pipes shall be transported to the store and site by trucks in pre packed
bundles to ensure adequate protection during transport. At the time of
packing and stacking of pipes the sockets shall be alternated within the pile
and shall project sufficiently for the pipes to be correctly supported along
their whole length. The pipes shall rest uniformly on the vehicle bed over
their whole length during transport, carefully placed and firmly secured
against unwarranted movement during transportation to the satisfaction of
Engineer In charge.

3.4.14 Supply of uPVC Pipes:-

The Contractor shall supply uPVC pipes marked with BIS/ISS. The
Contractor will have to supply uPVC pipes manufactured by manufacturers
having ISO 9000-2000 certification and who has been in the business of supply
of uPVC pipes with elastomeric rubber ring joints and have proven record of
successful supply and testing for minimum one year. The Contractor will
have to present a certified photocopy of this certification for manufacturer he
propose to procure his material from before starting supplies.

3.4.15 Rubber Rings for PVC Pipes and Specials

3.4.15.1. Scope

This section prescribes the requirements for materials used for vulcanised
solid rubber sealing rings for water supply at ambient temperature. It covers
rubber rings for uPVC pipes.

3.4.15.2. Material

The rubber shall be free from extractable substances which impart taste,
odour or toxicity to water. The rubber or its compound shall not content toxic
materials, such as compounds of mercury, antimony, manganese, lead or
copper.

CE(PMC),PHED, Ajmer 143 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

The rubber rings shall be vulcanized from Ethylene propylene (EPDM). The
colour of material shall be black.

The rubber ring shall be long term termite resistant.

The sealing ring shall have no detrimental effect on the properties of the pipe
and shall not cause the test assembly to fail the functional requirements

3.4.15.3. Appearance and homogeneity

The rings shall be homogeneous, free from porosity, grit, excessive blooms,
blisters, or other visible surface imperfections. The fin or flash shall not exceed
0.4 mm and width 0.8 mm.

Rubber rings shall be made of a properly vulcanized virgin rubber compound


containing no scrap or reclaim.

The surface of the rubber rings shall be smooth, free from pitting cracks,
blisters, air marks, and any other imperfection that may affect its behavior in
service. The body of the rubber ring shall be free from porosity and air
pockets.

3.4.15.4. Dimensions and tolerances.

The profile and dimensions of the rubber ring shall be such that under normal
circumstances efficient sealing can be expected for the socket dimensions.

The nominal measurements and the tolerances shall be in accordance with the
figures stated by the manufacturer and they shall be laid down in a drawing.

3.4.15.5. Physical requirements.

The rubber ring shall have the ISI mark and will confirm to IS: 5382 and
comply with the following physical properties when tested in accordance
with IS: 3400.

Properties EPDM
Tensile Strength 11 MPa
Hardness 50, +5, -4 IRHD
Elongation at break Min. 400%
Compression Set 12%

CE(PMC),PHED, Ajmer 144 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

Test condition 27degree C., 72h,


Max. permanent deformation
Water absorption Test Max. 10%
Accelerated ageing Test
Hardness -5 to +8 IRHD
Tensile Strength  20%
Elongation at break -30% to +10%

3.4.15.6. Marking

Each sealing ring shall be permanently marked with:

 The Manufacturer’s name or trade mark.


 The month and year of manufacture
 Diameter of pipe for which the ring is suitable.
 Type of rubber material
 ISI marked.

3.4.15.7. Testing

The scale of sampling and criteria for conformity shall be in accordance with
IS: 5382. The following tests shall be conducted for conformity.

 Hardness
 Tensile strength
 Elongation at break
 Compression set
 Accelerated ageing
 Water absorption
 Stress relaxation

The test pieces shall be cut from the finished product. Where this is not
possible because the sample would be too small, the manufacturer shall
provide test slabs from the same batch of rubber and vulcanised to the same
degree and in the same manner as that of the rubber from which the rubber
rings have been manufactured.

CE(PMC),PHED, Ajmer 145 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

Wherever it is not possible to cut standard test piece from the rings, for
determination of tensile strength and elongation at break, test piece in the
shape of dumb bell as shown in Figure - 2 of IS: 5382 shall be used with the
rate of traverse of moving grip as 15 cm/min.

3.4.15.8. Packing

Maximum 10 pieces of rubber ring shall be packed in one polyethylene bag.


The colour of the polyethylene bags shall be preferably black or dark grey.
The rubber rings packed in polyethylene bags shall be supplied in
bituminised polyethylene lined jute bags to protect them from undue
exposure to light and heat.

The rubber rings should also be supplied by the manufacturer of the pipes.
They 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 from a suitable manufacturer under its own
supervision and have it tested at his/sub contractors premises as per the
contract. The pipe manufacturer will however be responsible for the
compatibility and quality of the products.

3.4.16 Specials for uPVC Pipe System

uPVC specials
Manufacturing and type of sealing joint
All the uPVC fittings shall be fabricated from class-4 uPVC pipes only.
The socket dimensions shall be in accordance with the pipe sockets. The
rubber sealing rings for pipe/specials shall be in accordance with the
specifications .

Type of specials

Double sockets

The double socket special shall be suitable for elastomeric sealing ring type
joint as per the enclosed drawing. The dimensions of the fitting shall be as
given in Table below.

CE(PMC),PHED, Ajmer 146 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

Table for dimensions of Double Sockets

S Suitable for Min. length of fitting Min. spacer (I)


No. pipe OD (mm) (h) mm mm

1 63 235 20
2 90 266 20
3 110 288 20
4 140 314 20
5 160 334 20
6 225 404 30
7 280 460 30
8 315 485 30

Double Socket Bends:

The fabricated bends shall be suitable for elastromeric sealing ring type joint
as per the enclosed drawing. The dimensions of the double socket bends shall
be as given below:

S.No. Outside Radius (r) Angle of bend L1 = L2


diameter in mm in degrees
mm
1 63 221 90 359
221 45 230
2 90 315 90 469
315 45 285
3 110 385 90 551
385 45 326
4 140 490 90 674
490 45 387
5 160 560 90 756
560 45 428
6 225 788 90 1023
788 45 562
7 280 980 90 1268
980 45 674
8 315 1100 90 1410
1100 45 746

CE(PMC),PHED, Ajmer 147 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

3.4.16.1. Quality control tests

All the fitting shall be tested for socket dimension, workmanship/surface


finish and leak tightness in accordance with for uPVC pipes.

3.4.16.2. Supply of specials

All the PVC fittings shall be supplied along with necessary rubber rings. The
rubber rings shall be supplied in black coloured polyethylene bags. The
fittings shall be packed and supplied in jute bags or in cardboard or wooden
boxes according to their size.

The fittings should also be supplied by the manufacturer of the pipes. They
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 from a suitable manufacturer under it’s own
supervision and have it tested at his/sub contractors premises as per the
contract. The pipe manufacturer will however be responsible for the
compatibility and quality of the products.

3.5 PIPE LAYING - GENERAL

PIPE SHALL BE LAID BELOW GROUND UNLESS SPECIFIED


OTHERWISE; THE PIPELINE SHALL BE BURIED WITH MINIMUM COVER
OF 1.0 METER AT TOP, AS SHOWN ON DRAWINGS. NO MATERIAL
SHALL BE ERECTED UNLESS IT HAS BEEN PREVIOUSLY PASSED BY
THE ENGINEER.

PIPES LAID ABOVE GROUND ON PEDESTALS SHALL IN GENERAL


HAVE MINIMUM CLEAR HEIGHT OF 45 CM BETWEEN THE PIPE
INVERT AND GROUND LEVEL. NO UPVC PIPES SHOULD BE LAID
ABOVE GROUND LEVEL,

3.5.1 Transportation /storage of pipes and specials

The contractor has to transport the pipes and other materials from
manufacturer to the site stores and from the site stores to the site of laying as
per the instructions given by the engineer-in charge. Pipes should be handled
with care to avoid damage to the surface and the socket and spigot ends,

CE(PMC),PHED, Ajmer 148 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

deformation or bending. Pipes shall not be dragged along the ground or the
loading bed of a vehicle. Pipes shall be transported on flat bed
vehicles/trailers. The bed shall be smooth and free from any sharp objects.
The pipes shall rest uniformly on the vehicle bed in their entire length during
transportation. Pipes shall be loaded and unloaded manually or by suitable
mechanical means without causing any damage to the stacked pipes.

The transportation and handling of DI pipes shall be made as per IS 12288. All
precautions set out shall be taken to prevent damage to the protective coating
damage of the jointing surfaces or the ends of the pipes.

Whatever method and mean of transportation is used, it is essential that the


pipes are carefully placed and firmly secured against uncontrolled movement
during transportation to the satisfaction of engineer in charge.

Damage to the lining must be repaired as per relevant IS code before pipe
laying according to the instructions of the pipe manufacturer after taking
approval of EIC. Pipes shall not be thrown directly on the ground or inside
the trench.

When using mechanical handling equipment it is necessary to employ


sufficient personnel to carry out the operation efficiently with safety. The
pipes should be lifted smoothly without any jerking motion and pipe
movement should be controlled by the use of guide ropes in order to prevent
damage caused by pipes bumping together or against surrounding objects.

Rolling or dragging pipes along the ground or over other pipes already
stacked shall be avoided.

The pipes should be given adequate support at all the times. Pipes should be
stored on a reasonably flat surface free of stones and sharp projections so that
the pipe is supported throughout its length. In storage pipe racks should be
provide continuous support and sharp corners of metal racks should be
avoided. Pipes should not be stacked in large piles for all pipes. Socket and
Spigot pipes should be stacked in layer with sockets placed in alternate ends
of the stack to avoid lop sided stacks.

CE(PMC),PHED, Ajmer 149 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

Pipes should not be stored inside another pipe. On no account the pipes
should be stored in stressed or bent condition or near the sources of heat.
Pipes should not be stacked more than 1.5 m high and pipes of different sizes
and classes should be stacked separately. The ends of the pipes should be
protected from abrasion. The pipes should be protected from U.V. rays and
excessive heat at all times. Their storage facility should be well ventilated.

The contractor shall provide proper and adequate storage facility to protect all
the materials and equipments against damage from any cause whatsoever
and in case of any such damage /theft, the contractor shall be held
responsible.

The contractor will lay the pipelines along the alignments as per the approved L-
sections; layout shall be given by the Engineer-in charge or his authorized
representatives. The layout shall be given keeping in view the information
available regarding existing services like water lines, sewer lines, telephone
and electric lines/cables. In the event some services fall in the alignment of
lines to be laid, the contractor shall have to shift the alignment or such
services. The contractor shall take all due care to avoid damage to any such
services and in case of any damage occurring to them in progressing the
work, the contractor shall make good the same at his own cost. No additional
time and payment shall be allowed on this account.

Rubber rings shall be handled and stored in their original packing, protected
against sunlight and contacts with petroleum products, solvents and paints.

The contractor shall provide suitable lifting equipment for loading, unloading
and laying of the pipes.

3.5.2 Earth Work for PIPELINE

3.5.2.1. General

The Contractor shall furnish all tools, plant, instruments, qualified


supervisory personnel, labour, materials, any temporary works, consumables,
any and everything necessary, whether or not such items are specifically
stated herein for completion of the work in accordance with the Employer’s
Requirements.

CE(PMC),PHED, Ajmer 150 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

The Contractor shall survey the site before excavation and set out all lines and
establish levels for various works such as grading, basement, foundations,
plinth filling, roads, drains, cable trenches, pipelines etc.

The excavation shall be carried out to correct lines and levels. This shall also
include, where required, proper shoring to maintain excavations and also the
furnishing, erecting and maintaining of substantial barricades around
excavated areas and warning lamps at night.

Excavated material shall be dumped in low lying land, regular heaps, bunds,
riprap with regular slopes within the lead specified and levelling the same so
as to provide natural drainage and avoidance of formation of any puddle of
water near pipe alignment. Rock/soil excavated shall be stacked properly as
approved by the Engineer in Charge. As a rule, all softer material shall be laid
along the center of heaps, the harder and more weather resisting materials
forming the casing on the sides and the top. Rock shall be stacked separately.

Topsoil shall be stock piled separately for later re-use.

3.5.2.2. Clearing

The area to be excavated/filled shall be cleared of fences, trees, plants, logs,


stumps, bush, vegetation, rubbish, slush, etc. and other objectionable matter.
If any roots or stumps of trees are encountered during excavation, they shall
also be removed. The material so removed shall be disposed off as approved
by the Engineer in Charge. Where earth fill is intended, the area shall be
stripped of all loose/ soft patches, top soil containing objectionable matter/
materials before fill commences.

3.5.2.3. Excavation

Excavation shall be taken out to such widths, lengths, depths and profiles as
are shown on the approved L-section or such other lines and grades as may
be agreed with the Engineer in Charge. Rough excavation shall be carried out
to a depth of 150mm above the final level. The balance shall be excavated with
special care.

CE(PMC),PHED, Ajmer 151 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

Soft pockets shall be removed below the final level and extra excavation filled
up with lean concrete as approved by the Engineer in Charge. The final
excavation should be carried out just prior to laying the blinding course.

To facilitate the permanent works the Contractor may excavate, and also
backfill later, outside the lines shown on the drawings provided by the
Contractor as agreed with the Engineer in Charge. Should any excavation be
taken below the specified elevations, the Contractor shall fill it up with
concrete of the same class as in the foundation resting thereon, up to the
required elevation without any cost to the Department.

All excavations shall be to the minimum dimensions required for safety and
ease of working. Prior approval of the Engineer in Charge shall be obtained
by the Contractor in each individual case, for the method proposed for the
excavation, including dimensions, side slopes, dewatering, disposal, etc. This
approval shall not in any way relieve the Contractor of his responsibility for
any consequent loss or damage. The excavation must be carried out in the
most expeditious and efficient manner. Side slopes shall be as steep as will
stand safely for the actual soil conditions encountered. Every precaution shall
be taken to prevent slips. Should slips occur, the slipped material shall be
removed and the slope dressed to a modified stable slope.

3.5.2.4. Excavation for Laying pipe along the road

While laying the pipeline below ground along the road side, the contractor
shall observe the following:

 The contractor shall not be allowed to take earth from the burrow pits if
excavation required to take additional earth results in side slopes steeper
than 1:1 in clay dominating soil and 1:1.5 in case of silty sand or sandy
soils.

 If invert of pipe is kept above the existing burrow pit level or part of pipe
is above it, the minimum side slopes of 1:1 in clay dominating soil and
1:1.5 in case of silty sand or sandy soils shall be provided on the side
towards the burrow pit area so as to provide required cover. The side
slopes shall be properly compacted upto 90% of modified Procter density.

CE(PMC),PHED, Ajmer 152 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

 If earth is taken for providing required cover to pipe from the burrow pits,
the burrow pits shall be so graded upto the nearest drain, that no
impounding of water is possible in burrow pit area.

 If the pipeline is laid just near the road section, as far as practical
minimum cover of 1.0 m shall be ensured. Whenever this requirement of
cover cannot be ensured, concrete casing of deigned thickness as per
considerations given for design in this chapter shall be provided.

3.5.2.5. Excavation by the Use of Explosives

Unless otherwise stated herein, I.S. Specification “ IS:4081: Safety Code for
Blasting and related Drilling Operations” shall be followed. As far as possible
all blasting shall be completed prior to commencement of construction. At all
stages of excavation, precautions shall be taken to preserve the rock below
and beyond the lines specified for the excavation, in the soundest possible
condition. The quantity and strength of explosives used, shall be such as will
neither damage nor crack the rock outside the limits of excavation. All
precautions, as directed by Engineer in Charge, shall be taken during the
blasting operations and care shall be taken that no damage is caused to
adjoining buildings or structures as a result of blasting operations. In case of
damage to permanent or temporary structures, Contractor shall repair the
same to the satisfaction of Engineer in Charge at his cost. As excavation
approaches its final lines and levels, the depth of the charge holes and amount
of explosives used shall be progressively and suitably reduced.

The contractor shall obtain a valid Blasting License from the authorities
concerned. No explosive shall be brought near the work in excess of quantity
required for a particular amount of firing to be done; and surplus left after
filling the holes shall be removed to the magazine. The magazine shall be
built as away as possible from the area to be blasted. Engineer in Charge’s
prior approval shall be taken for the location proposed for the magazine.

In no case shall blasting be allowed closer than 30 metres to any structure or


to locations where concrete has just been placed. In the latter case the concrete
must be at least 7 days old.

For blasting operations, the following points shall be observed.

CE(PMC),PHED, Ajmer 153 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

i) Contractor shall employ a competent and experienced supervisor and


licensed blaster in-charge of each set of operation, who shall be held
personally responsible to ensure that all safety regulations are carried
out.

ii) Before any blasting is carried out, Contractor shall intimate Engineer in
Charge and obtain his approval in writing for resorting to such
operations. He shall intimate the hours of firing charges, the nature of
explosive to be used and the precautions taken for ensuring safety.

iii) Contractor shall ensure that all workmen and the personnel at site are
excluded from an area within 200 m radius from the firing point, at least
15 minutes before firing time by sounding warning whistle. The area
shall also be given a warning by sounding a distinguishing whistle.

iv) The blasting of rock near any existing buildings, equipments or any
other property shall be done under cover and Contractor has to make all
such necessary muffling arrangements. Covering may preferably be
done by MS plates with adequate dead weight over them. Blasting shall
be done with small charges only and where directed by Engineer in
Charge, a trench shall have to be cut by chiseling prior to the blasting
operation, separating the area under blasting from the existing
structures.

v) The firing shall be supervised by a Supervisor and not more than 6 (six)
holes at a time shall be set off successively. If the blasts do not tally with
the number fired, the misfired holes shall be carefully located after half
an hour and when located, shall be exploded by drilling a fresh hole
along the misfired hole (but not nearer than 600 mm from it) and by
exploding a new charge.

vi) A wooden tamping rod with a flat end shall be used to push cartridges
home and metal rod or hammer shall not be permitted. The charges shall
be placed firmly into place and not rammed or pounded. After a hole is
filled to the required depth, the balance of the hole shall be filled with
stemming which may consist of sand or stone dust or similar inert
material.

CE(PMC),PHED, Ajmer 154 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

vii) Contractor shall preferably detonate the explosives electrically.

viii) The explosives shall be exploded by means of a primer which shall be


fired by detonating a fuse instantaneous detonator (F.I.D) or other
approved cables. The detonators with F.I.D. shall be connected by special
nippers.

ix) In dry weather and normal dry excavation, ordinary low explosive
gunpowder may be used. In damp rock, high explosive like gelatin with
detonator and fuse wire may be used. Underwater or for excavation in
rock with substantial accumulated seepage electric detonation shall be
used.

x) Holes for charging explosives shall be drilled with pneumatic drills, the
drilling pattern being so planned that rock pieces after blasting will be
suitable for handling without secondary blasting.

xi) When excavation has almost reached the desired level, hand trimming
shall have to be done for dressing the surface to the desired level.

Any rock excavation beyond an over break limit of 75 mm shall be filled


up as instructed by Engineer in Charge, with concrete of strength not
less than M10. Stopping in rock excavation shall be done by hand
trimming.

xii) Contractor shall be responsible for any accident to workmen, public or


Employer’s property due to blasting operations. Contractor shall also be
responsible for strict observance of rules, laid by Inspector of explosives,
or any other Authority duly constituted under the State and / or Union
Government as applicable at the place of excavation.

3.5.2.6. Stripping Loose Rock

All loose boulders, detached rocks partially and other loose material which
might move therewith not directly in the excavation but so close to the area to
be excavated as to be liable, in the opinion of Engineer in Charge, to fall or
otherwise endanger the workmen, equipment, or the work shall be stripped
off and removed from the area of the excavation. The method used shall be

CE(PMC),PHED, Ajmer 155 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

such as not to render unstable or unsafe the portion, which was originally
sound and safe.

Any material not requiring removal in order to complete the permanent


works, but which, in the opinion of Engineer in Charge, is likely to become
loose or unstable later, shall also be promptly and satisfactorily removed.

3.5.2.7. Timber Shoring

Wherever required close timbering shall be done by completely covering the


sides of the trenches and pits generally with short, upright members called
'polling boards'. These shall be of minimum 25 cm x 4 cm sections or as
approved by the Engineer in Charge. 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 walling of strong wood at maximum 1.2
metre spacing, strutted with ballies or as approved by the Engineer in Charge.
The length of the ballie struts shall depend on the width of the trench or pit. If
the soil is very soft and loose, the boards shall be placed horizontally against
each side of the excavation and supported by vertical walling, 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.

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
the 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 also 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 carefully to prevent the collapse
of the pit or trench. It shall be started at one end and proceeded with,

CE(PMC),PHED, Ajmer 156 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

systematically to the other end. Concrete or masonry shall not be damaged


during the removal of the timber.

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 4 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 Employer’s Requirements 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 on the excavated bed shall be provided. The load
from such struts shall be suitably distributed on the bed to ensure no yielding
of the strut.

3.5.2.8. Dewatering

The Contractor shall ensure that the excavation and the structures are free
from water during construction and shall take all necessary precautions and
measures to exclude ground/rain water so as to enable the works to be
carried out in reasonably dry conditions in accordance with the construction
programme. Sumps made for dewatering must be kept clear of the
excavations/trenches required for further work. The 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 subsoil or
blowing in due to differential head of water during pumping. Pumping
arrangements shall be adequate to ensure no delays in construction. The
dewatering shall be continued for at least (7) seven days after the last pour of
the concrete. The Contractor shall, however, ensure that no damage to the
structure results on stopping of dewatering.

The Contractor shall study the sub-soil conditions carefully and shall conduct
any tests necessary at the site with the approval of the Engineer in Charge to

CE(PMC),PHED, Ajmer 157 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

test the permeability and drainage conditions of the sub-soil for excavation,
concreting etc., below ground level.

The scheme for dewatering and disposal of water shall be approved by the
Engineer in Charge. The Contractor shall suitably divert the water obtained
from dewatering from such areas of site where a build up of water in the
opinion of the Engineer in Charge obstructs the progress of the work, leads to
unsanitary conditions by stagnation, retards the speed of construction and is
detrimental to the safety of men, materials, structures and equipment.

When there is a continuous inflow of water and the quantum of water to be


handled is considered in the opinion of Engineer in Charge, to be large, a well
point system- single stage or multistage, shall be adopted. The Contractor
shall submit to the Engineer in Charge, details of his well point system
including the stages, the spacing, number and diameter of well points,
headers etc., and the number, capacity and location of pumps for approval.

3.5.2.9. Rain Water Drainage

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. The scheme for pumping and discharge of such water
shall be approved by the Engineer in Charge.

3.5.2.10. Bench mark

Permanent benchmarks, at least four in every Kilometer shall be fixed before


the contractor in any section starts any work. These benchmarks shall be fixed
away from the field of work so as not to be disturbed during the execution
and shall be securely fixed in concrete.

3.5.2.11. Fencing, Watching and Lightening

The posts of the fencing shall be of timber, securely fixed in the ground not
more than 2.5 m. apart. They shall not be less than 10 cm in dia. or not less
than 1.25 m above the surface of ground. There shall be two rails, one near the
top of the posts and the other about 0.5 m above the ground and each shall be
of 5 cm to 10 cm in dia. and sufficiently long to run from post to post which

CE(PMC),PHED, Ajmer 158 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

they shall be bound with strong ropes. The method, of projecting rails beyond
the posts and tying together where they meet will not be allowed on any
account. All along the edges of the excavated trenches, a bund of earth about
one metre high shall be formed where so required by the Engineer-in-Charge
for further protection. Proper provision shall be made for lighting at night
and watchman shall be kept to see that this is properly done and maintained.
In addition to the normal lighting arrangements, the contractors shall provide
wherever such work is in progress, battery operated blinking light (6 volts) in
the beginning and end of a trench with a view to provide suitable indication
to the vehicular traffic. The contractor shall provide and display special
boards printed with fluorescent paints indicating the progress of the work
along the road. The contractor shall be held responsible for payment of all
claims for compensation as a result of accident or injury to any person or
property due to improper fencing, inadequate lighting or non-provision of
red flags. The contractors shall at their own cost provide all notice boards
before opening of roads as directed by the Engineer-in-Charge. The
contractors shall make arrangements to direct traffic whenever work in
through fare is in progress.

3.5.3 Pipe Laying Below ground

3.5.3.1. Trench excavation

The earth work shall be carried out as specified above

Before excavating the trench the alignment of pipeline and L-section shall be
approved by Engineer-in-charge. The work of trench excavation should be
commensurate with laying and jointing of the pipeline. It should not be dug
in advance for a length greater than 3 days ahead of work of laying and
jointing of pipeline unless and otherwise directed by the Engineer in charge. It
is proposed to ensure the following:-

 Safety precautions have to be incorporated in the work progress

 Hindrances to the public have to be minimized

 The trench shall not be allowed to erode

 The trench must not be filled with water.

CE(PMC),PHED, Ajmer 159 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

 The trench must not be refilled before laying of the pipes.

 The bed for the laying of the pipes has to be prepared according to the L-
section immediately before laying of the pipes.

The trench excavation of pipeline shall be in accordance with IS 12288. Pipe


trenches shall be excavated to the lines and levels shown on the drawings or
as directed by the Engineer. The depth of the excavated trench shall be as
given in the drawings or as directed by the Engineer. The width of the trench
at bottom between the faces of sheeting shall be such as to provide 250 mm
clearance on either side of the DI pipe except where rock excavation is
involved. No pipe shall be laid in a trench until the section of trench in which
the pipe is to be laid has been approved by the Engineer.

The depth should be sufficient to provide a cover not less than 1000 mm so
that the pipe line will not interfere with the cultivation of land. It may be
necessary to increase the depth of pipeline to avoid land drains or in the
vicinity of roads, railways or other crossing. Care should be taken to avoid the
spoil bank causing an accumulation of rain water.

The bottom of the trench shall be trimmed and leveled to permit even
bedding of the pipes. It should be free from all extraneous matter, which may
damage the pipe or the pipe coating. Additional excavation shall be made at
the joints of the pipes, so that the pipe is supported along its entire length.

All excavated material shall be stacked in such a distance from the trench
edge that it will not endanger the work or workmen and it will avoid
obstructing footpaths, roads and drive ways. Hydrants under pressure,
surface boxes, fire or other utility controls shall be left unobstructed and
accessible during the construction work. Gutters shall be kept clear or other
satisfactory provisions made for street drainage, and natural water – courses
shall not be obstructed.

To protect persons from injury and to avoid damage to property, adequate


barricades, construction signs, torches, red lanterns and guards, as required,
shall be placed and maintained during the progress of the work and until it is
safe for traffic to use the roadways. All materials, piles equipment and pipes
which may serve as obstruction to traffic shall be enclosed by fences or

CE(PMC),PHED, Ajmer 160 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

barricades and shall be protected by illuminating proper lights when the


visibility is poor.

As far as possible, the pipe line shall be laid below existing services, like water
and gas pipes, cables, cable ducts and drains but not below sewers, which are
usually laid at greater depth. Where it is unavoidable, pipeline should be
suitably protected. A minimum clearance of 150 mm shall be provided
between the pipeline and such other services.

Trees, shrubbery fences, poles, and all other property and surface structures
shall be protected. Tree roots shall be cut within a distance of 50 cm from pipe
joints in order to prevent roots from entering them. Temporary support,
adequate protection and maintenance of all under ground and surface
structures, drains, sewers and other obstructions encountered in the progress
of the work shall be provided. The structures, which will be disturbed shall be
restored after completion of the work.

Wherever necessary to prevent caving, trench excavations in soils such as


sand, gravel and sandy soil shall be adequately sheeted and braced. Where
sheeting and bracing are used, the net trench width after sheeting shall not be
less than that specified above. The sides of the excavation shall be adequately
supported at all times and, except where described as permitted under the
Contract, shall be not battered.

The Engineer in co-operation with the Contractor shall decide about the
sheeting / bracing of the trench according to the soil conditions in a particular
stretch and taking into account the safety requirements of the Contractor’s
and Engineer – In – Charge’s staff. Generally, safety measures against caving
have to be provided for trenches with vertical walls if they are deeper than 2.0
m.

3.5.3.2. Trench Excavation to Commensurate With the Laying Progress

The work of trench excavation should be commensurate with laying and


jointing of the pipeline. It should not be dug in advance for a length greater
than 500 m ahead of work of laying and jointing of pipeline unless other wise
defined by the Engineer. The Contractor has to ensure the following:

CE(PMC),PHED, Ajmer 161 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

I. Safety protections as mentioned above have to be incorporated in the work


process
II. Hindrances to be public have to be minimized
III. The trench must not be eroded before the pipes are laid
IV. The trench must not be filled with water when the pipes are laid
V. The trench must not be refilled before laying of the pipes.

The bed for the laying of the pipes has to be prepared according to the L-
Section immediately before laying of the pipes.

3.5.3.3. Bedding of the Pipes:

The DI pipeline shall generally be laid in ordinary sandy soil for which no
extra bedding shall be provided. In such case, while doing the excavation, the
bottom of the trench shall be prepared in a manner so as to match the
curvature of the pipe as far as possible subtending an angle of about 120o at
the center of pipe. Wherever the bottom of the trench is of such a nature (i.e.
any type of rock / hard soil/ boulder) which is likely in the opinion of the
Engineer-in-Charge to cause damage to the pipe or coating or an unsuitable
material is encountered which cannot support the pipe, the contractor shall
excavate the trench to an additional depth below the required depth and shall
refill to required level with suitable material such as loose soil/ sand, to be
approved by the Engineer-in-Charge. The bedding thickness shall be not less
than 15 cm under the barrel of the pipes. The complete pipe has to be covered
and surrounded by the same material as used for bedding so that a total cover
of 30cm above the barrel can be achieved. The excavated hard/dense soil can
be refilled after bedding and covering of the pipe with the loose soil/sand.

The bedding shall be compacted with a light hand rammer. Adding sand
during ramming shall make up any reduction in thickness due to compaction.
For the purpose of the bedding under this item only screened fine sand of
grain size not larger than 2mm shall be used. The sand shall be a clean,
uncoated and free form clay lump, injurious amounts of dust, soft particles,
organic matter, loam or other deleterious substances.

If the sand supplied is unclean it shall be washed. In no case shall sand


containing more than 3.5 % by dry volume or 5% by wet volume of clay, loam

CE(PMC),PHED, Ajmer 162 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

or silt be accepted. Tests specified for determining silt in sand and organic
impurities as described in IS:383 shall apply. Sieved and washed sand shall be
stored on the works in such a manner as to prevent intrusion of any foreign
matter, including coarser particles of sand or any clay or metal or chips. Tests
as indicated above shall be performed if called for by the Engineer at the
expense of the Contractor.

During the work of providing sand bedding and laying the pipeline over it,
loose material from the sides or edges of the trench shall be prevented from
falling inside the trench, by providing shoring and taking other measures.
Also where necessary, trench shall be kept dry by pumping out seepage water
continuously.

3.5.4 Pipe Lying below Ground

Pipes should be lowered into the trench with tools and tackles.

The pipes will be cleaned in the whole length with special care of the spigot
and sockets on the inside / outside to ensure that they are free from dirt and
unwarranted projections. The whole of the pipes shall be placed in position
singly and shall be laid true to profile and direction of slope indicated on
longitudinal sections. The pipes shall be laid without deflection in a straight
alignment between bends and between high and low points. Vertical and
horizontal deflections between individual pipes need the approval of the
Engineer. In no case the deflection shall be more than 75% of those
recommended by the manufacturer.

Before pipes are jointed they shall be thoroughly cleaned of all earth lumps,
stones, or any other objects that may have entered the interior of the pipes,
particularly the spigot end and the socket including the groove for the rubber
ring.

Pipes and the related specials shall be laid according to the instructions of the
manufacturers and using the tools recommended by them.

Cutting of pipes shall be reduced to a minimum required to conform with the


drawings. Cutting has to be made with suitable tools and according to the
recommendations of the manufacturer. The spigot end has to be chamfered

CE(PMC),PHED, Ajmer 163 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

again at the same angle as the original chamfered end. Cutting shall be
perpendicular to the centre line of the pipe. In case of ductile iron pipes the
cut and chamfered end shall be painted with two coats of epoxy paint. If there
is no mark for the insertion depth on the spigot end of the (cut) pipe it shall be
marked again according to the instructions of the manufacturer.

Before pipes are jointed they shall be thoroughly cleaned off all earth lumps,
stones, or any other objects that may have entered the interior of the pipes,
particularly the spigot end and the socket including the groove for the rubber
ring. End caps, if any, shall be removed only just before laying and jointing.

The socket and spigot ends of the pipes shall be brushed and cleaned. The
chamfered surface and the end of the spigot end has 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 has to be checked for correct positioning.

All specials like bends, tees etc. and appurtenances like sluice or butterfly
valves etc. shall be laid in synchronization with the pipes. The Contractor has
to ensure that the specials and accessories are ready in time to be installed
together with the pipes. The designed anchorage shall be provided to resist
the thrusts developed by internal pressure at bends, tees, etc.

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 or other foreign matter by means of approved plugs or ends caps.

When pipe laying is not in progress, the open ends of installed pipe shall be
closed by approved means to prevent entrance of trench water and dirt into
the line.

No pipe shall be laid in wet trench conditions that preclude proper bedding,
or when, in the opinion of the Engineer, the trench conditions or the weather
are unsuitable for proper installation.

The pipe line laid should be absolutely straight unless planned otherwise. The
accuracy of alignment should be tested before starting refilling with the help

CE(PMC),PHED, Ajmer 164 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

of stretching a string between two ends of the straight stretch of pipes to


rectify possible small links in laying.

Pipes should be lowered into the trench with tackle suitable for the weight of
pipes. For smaller sizes, up to 200mm nominal bore, the pipe may be lowered
by the use of ropes but for heavier pipes suitable mechanical equipment have
to used.

On gradients of 1:15 or steeper, precautions should 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 should be held firmly in position while the trench is back
filled over the barrel of the pipe.

Where a pipeline crosses a water course, the design and method of


construction should take into account the characteristics of the water course to
ascertain the nature of bed, scour levels, maximum velocities, high flood
levels, seasonal variation, etc. which affect the design and laying of pipeline.

The assembly of the pipes shall be made as recommended by the pipe


manufacturer and using the suitable tools.

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.

3.5.4.1. Stringing of pipes along the alignment

The pipes shall be laid out properly along the proposed alignment in a
manner that they do not create any significant hindrance to the public and
that they are not damaged.

Stringing of the pipes end to end along the working width should be done in
such a manner that the least interference is caused in the land crossed. Gaps

CE(PMC),PHED, Ajmer 165 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

should be left at intervals to permit the passing of equipment across the


working area. Pipes shall be laid out that they remain safe where placed and
that no damage can occur to the pipes and the coating until incorporated in
the pipeline. If necessary, pipes shall be wedged to prevent accidental
movement. Precautions shall be made to prevent excessive soil, mud etc.
entering the pipe.

Generally, the pipes shall be laid within two weeks from the date of their
dispatch from the manufacturer / store.

3.5.4.2. Laying and Jointing of di pipes

Pipes should be lowered into the trench with tackle suitable for the weight of
pipes. For smaller sizes, up to 200mm nominal bore, the pipe may be lowered
by the use of ropes but for heavier pipes suitable mechanical equipment have
to used.

All construction debris should be cleared from the inside of the pipe either
before or just after a joint is made. This is done by passing a pull-through in
the pipe, or by hand, depending on the size of the pipe. All persons should
vacate any section of trench into which the pipe is being lowered.

On gradients of 1:15 or steeper, precautions should 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 should be held firmly in position while the trench is back
filled over the barrel of the pipe.

The designed anchorage shall be provided to resist the thrusts developed by


internal pressure at bends, tees, etc.

Where a pipeline crosses a water course, the design and method of


construction should take into account the characteristics of the water course to
ascertain the nature of bed, scour levels, maximum velocities, high flood
levels, seasonal variation, etc. which affect the design and laying of pipeline.
The pipe shall be laid accordingly with adequate protection.

The assembly of the pipes shall be made as recommended by the pipe


manufacturer and using the suitable tools.

CE(PMC),PHED, Ajmer 166 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

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 has to be checked for correct
positioning.

The two pipes shall be aligned properly in the pipe trench and the spigot end
shall be pushed axially into the socket either manually or with a suitable tool
specially designed for the assembly of pipes and as recommended by the
manufacturer. The spigot has to be inserted up to the insertion mark on the
pipe spigot. After insertion, the correct position of the socket has to be tested
with a feeler blade.

Deflection of the pipes –if any- shall be made only after they have fully been
assembled.

Precautions against Floatation

When the pipeline laid underground or above ground in a long narrow cutting
gets submerged in water collected in the trench of cutting it is subjected to an
uplift pressure due to buoyancy and is likely to float if completely or partly
empty. In the design of pipelines, provision is to be made to safeguard against
floatation providing sufficient overburden or by providing sufficient dead
weight by means of blocks, etc. Pipe shall be protected against floatation by
providing anchor blocks. Factor of safety for calculations for check against
floating shall be taken as 1.5.

In the case of works extending over one or more monsoon seasons, however,
special care and precautions are necessary during the progress of work on this
account. The work of providing blocks, refilling the earth to the required
level, compacting the same, etc. shall always be done as soon as the pipeline
in the cutting has been laid.

The Contractor shall see that the water shall not be allowed to accumulate in
open trenches. Where work is in an incomplete stage, precautionary work,

CE(PMC),PHED, Ajmer 167 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

such as blank-flanging in the open ends of the pipeline and filling the pipeline
with water etc. shall be taken up as directed by the Engineer.

Such works shall be to the Contractor's account and no separate payment


shall be made for the same. The Contractor's rate for pipe laying shall be
deemed to include such precautionary measures against floatation.

Protection of the pipeline against floatation during the Contract Period shall
be the responsibility of the Contractor. Should any section of the pipeline float
due to his negligence, etc. the entire cost of laying it again to the correct line
and level shall be to his account.

3.5.4.3. Fill, Backfilling and Site Grading

Trenches shall be backfilled with approved selected excavated material only


after the successful testing of the pipeline. The tamping around the pipe shall
be done by hand or other mechanical means. The water content of the soil
shall be as near the optimum moisture content as possible. Filling of the
trench shall be carried out simultaneously on both sides of the pipe in such a
manner that unequal pressure does not occur. Each layer shall be
consolidated by watering, ramming, care being taken to avoid damage to the
pipeline.

Fill,

General

All fill material shall be subject to the Engineer in Charge’s approval. If any
material is rejected by Engineer in Charge, the Contractor shall remove the
same forthwith from the site. Surplus fill material shall be deposited and
excess material shall be disposed off as directed by Engineer in Charge after
the fill work is completed.

No earth fill shall commence until surface water discharges and streams have
been properly intercepted or otherwise dealt with to the approval of the
Engineer in Charge.

CE(PMC),PHED, Ajmer 168 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

Material

To the extent available, selected surplus soil from excavations shall be used as
backfill. Backfill material shall be free from lumps, organic or other foreign
material. All lumps of earth shall be broken or removed. Where excavated
material is mostly rock, the boulders shall be broken into pieces not larger
than 150 mm size, mixed with properly graded fine material consisting of
murum or earth to fill the voids and the mixture used for filling.

If fill material is required to be imported, the Contractor shall make


arrangements to bring such material from outside borrow pits. The material
and source shall be subject to the prior approval of the Engineer in Charge.
The approved borrow pit areas shall be cleared of all bushes, roots of trees,
plants, rubbish, etc. Topsoil containing foreign material shall be removed. The
materials so removed shall be disposed of as directed by Engineer in Charge.
The Contractor shall provide the necessary access roads to borrow areas and
maintain the same if such roads do not exist.

Sand Filling

Where backfilling is required to be carried out with local sand it 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. The
surface of the consolidated sand shall be dressed to 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.

Refilling of trenches

On completion of the pipe laying operations in any section, for a length of


about 100m and while further work is still in progress, refilling of trenches
shall be started by the Contractor with a view of restricting the length of open
trenches. Pipe laying shall closely follow the progress of Trench Excavation
and the Contractor shall not permit unreasonably excessive lengths of trench
excavation to remain open while awaiting testing of the pipeline. If the
Engineer considers that the Contractor is not complying with any of the
foregoing requirements, he may prohibit further trench excavation until he is
satisfied with the progress of laying and testing of pipes and refilling of

CE(PMC),PHED, Ajmer 169 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

trenches. Only soft earth and murrum of good quality free from stones
boulders, roots, vegetation etc., shall be utilised after the lumps are broken for
filling in around the pipes for atleast 30cm all around for pipes. Filling shall
be done in layers not exceeding 150 mm and compacted to 70 to 80% of max.
dry density percent of the maximum dry density as per part VII of IS:2720.
The excavated material nearest to the trench shall be used first. Care shall be
taken during backfilling, not to injure or disturb the pipes, joints or coating.
Filling shall be carried out simultaneously on both sides of the pipes so that
unequal pressure does not occur. Walking or working on the completed
pipeline shall not be allowed unless the trench has been filled to height of at
least 30cm over the top of the pipe except as may be necessary for tamping
etc., during backfilling work.

The remaining portion of the trench may be filled in with a mixture of hard
and soft material free from boulders and clods of earth larger than 150mm in
size if sufficient quantity of good earth and murrum are not available. Filling
in shall be done in layers not exceeding 150 mm in thickness accompanied by
adequate, ramming etc., so as to be compacted to 70 to 80% of the maximum
dry density as per part VII of IS:2720. Water contents of the soil shall be as
near the optimum moisture content as possible. The trench shall be refilled so
as to build up to the original ground level, keeping due allowance for
subsequent settlement likely to take place.

The Engineer in Charge shall, at all times, have powers to decide which
portion of the excavated materials shall be for filling and in which portion of
the site and in what manner it shall be so used.

If any material remains as surplus it shall be disposed of as directed by the


Engineer, which includes loading, unloading, transporting and spreading as
directed within a distance of 1 km. If the Contractor fails to remove the earth
from site within 7 days after the period specified in a written notice, the
Engineer may arrange to carry out such work at the Contractor's risk and cost
or may impose such fine for such omission as he may deem fit. Particular care
shall be taken to keep the trench dry during the entire refilling operation.

CE(PMC),PHED, Ajmer 170 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

No mechanical plant other than approved compacting equipment shall run


over or operate within the trench until backfilling has reached its final level or
the approval of the Engineer has been obtained.

In case of excavation of trenches in rock, the filling upto a level 30 cm above


the top of the pipe shall be done with fine materials such as earth, murum,
etc. The filling up to the level of the centre line of the pipe shall be done by
hand compaction in layers not exceeding 8 cm whereas the filling above the
centre line of the pipe shall be done by hand compaction or approved means
in layers not exceeding 15 cm. The filling from a level 30 cm above the top of
the pipe to the top of the trench shall be done by hand or other approved
mechanical methods with broken rock filling of size not exceeding 15 cm
mixed with fine material as available to fill up the voids.

Filling of the trenches shall be carried out simultaneously on both sides of the
pipe to avoid unequal pressure on the pipe.

Subsidence in filling: Should any subsidence take place either in the filling of
the trenches or near about it during the maintenance period of 12 months
from the completion of the Contract Works, the Contractor shall make good
the same at his own cost or the Engineer may without notice to the
Contractor, make good the same in any way and with any material that he
may think proper, at the expense of the Contractor. The Engineer may also, if
he anticipates occurrence of any subsidence, employ persons to give him
timely notice of the necessity of making good the same, and the expenses on
this account shall be charged to the Contractor.

For the purpose of back-filling, the depth of the trench shall be considered as
divided into the following three zones from the bottom of the trench to its top:

Zone A:
From the bottom of Back-filling by hand with sand, fine gravel or
the trench to the other approved material placed in
level of the layers of 150 mm and compacted by
centre line of tamping. The back-filling material shall
the pipe be deposited in the trench for its full

CE(PMC),PHED, Ajmer 171 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

width of each side of the pipe, specials


and appurtenances simultaneously.
Special care shall be taken to avoid
damage of the pipe and the coating or
moving of the pipe.

Zone B:
From the level of the Back-filling and compaction shall be done by
centre line of the hand or approved mechanical methods
pipe to a level in layers of 150 mm, special care shall
300 mm above be taken to avoid damage of the pipe
the top of the and the coating or moving of the pipe.
pipe

Zone C:
From a level 300 mm Back-filling shall be done by hand or
above the top of approved mechanical methods in 15 cm
the pipe to the layers after compacting and carried to
top of the the level necessary to allow for the
trench. temporary restoration of road and path
surfaces, and also for hard-core (if and
where ordered) on roads or to such
level as will leave the requisite space for
the top soil, road surface etc. to be
reinstated as directed by the Engineer.

In case of agricultural or waste land and after


approval by the Engineer back-filling
may be made in thicker layers and with
less compaction up to 200 – 300 mm
above the initial ground level.

Where the excavation is made through permanent pavements, curbs, paved


footpaths, or where such structures are undercut by the excavation, the entire
back-fill to the Subgrade of the structures shall be made with sand in
accordance with IS 12288.

The excavated material may be used for back-fill in the following cases,
provided it complies with IS 12288 :

CE(PMC),PHED, Ajmer 172 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

a) In Zone C: In cases where settlement is unimportant back-fill shall be neatly


rounded over the trench to a sufficient height to allow for settlement to
the required level.

b) In any zone, when the type of back-fill material is not indicated or specified,
provided that such material consists of loam, clay, sand, fine gravel or
other materials which are suitable for back –filling in the opinion of the
Engineer.

All excavations shall be backfilled to the level of the original ground surfaces
unless otherwise shown on the drawings or ordered by the Engineer, and in
accordance with the requirements of the specification. The material used for
backfill, the amount thereof, and the manner of depositing and compacting
shall be subject to the approval of the Engineer, but the Contractor will be
held responsible for any displacement of pipe or other structures, any damage
to their surfaces, or any instability of pipes and structures caused by improper
depositing of backfill materials.

Trenches shall be backfilled with selected material placed in layers not


exceeding 15 cm in thickness after compacting, wetted and compacted to a
density of not less than 90 percent of the maximum dry density at optimum
moisture content for zone A, zone B and zone C of the surrounding material.
Any deficiency in the quantity of material for backfilling the trenches shall be
supplied by the Contractor at his expense. Water for compaction shall be
arranged by the contractor at his cost.

The Contractor shall at his own expense make good any settlement of the
trench backfill occurring after backfilling and until the expiry of the defects
liability period.

Trenches crossing a road shall be backfilled with selected material placed in


layers not exceedin15cm in thickness after compacting wetted and compacted
to a density of not less than 90 percent of the maximum dry density at
optimum moisture content of the surrounding material. Any deficiency in the
quantity of material for backfilling the trenches shall be supplied by the
Contractor at his expenses.

CE(PMC),PHED, Ajmer 173 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

On completion of pressure and leakage tests exposed joints shall be covered


with approved selected backfill placed above the top of the pipe and joints in
accordance with the requirements of the above specifications. The contractor
shall not use backfilling for disposal of refuse or unsuitable soil.

3.5.5 Sequence of Works for ensuring good pipe laying

1The required fittings, valves and jointing material should be carefully


worked out in beginning. This material should be received in full first of
all on site and stored as pre-directions of manufacturer or as directions
given elsewhere in this manual on standards.

2The pipes should be received on site only after the above fittings, valves and
material for joints have been received and all necessary preparation for
laying has been made.

3The material received should be checked for inspection certification as per


contract and damage during transportation. All damaged should be
separated and not used.

4The pipes received should be stored strictly as per directions of the


manufacturer or as mentioned elsewhere in this manual in this or
standards.

5The pipes and other material should be again inspected for any damage
before use in the trench.

6The fittings and valves should be installed in sequence with the laying of
pipes without leaving any gaps.

7It is desirable to lay the pipelines from the end from where it can be
connected to the water source to enable regular flushing of laid pipes.

8The entry of dirt or any foreign material in the pipe should be religiously
prevented.

9Each joint should be carefully checked for its completeness before covering
up.

CE(PMC),PHED, Ajmer 174 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

10There should be a commensurate progress in trench excavation, laying and


jointing of pipes, fittings, valves etc and testing of laid pipes in sections
so as to complete testing of all pipes laid in quick follow up of completing
laying and jointing.

3.5.6 General Site Grading

Site grading shall be carried out as approved by the Engineer in Charge.


Excavation shall be carried out as specified in the Employer’s Requirements.
Filling and compaction shall be carried out as specifications and elsewhere
unless otherwise indicated below.

If no compaction is called for, the fill may be deposited to the full height in
one operation and levelled. If the fill has to be compacted, it shall be placed in
layers not exceeding 225 mm and levelled uniformly and compacted as
indicated above before the next layer is deposited.

To ensure that the fill has been compacted as specified, field and laboratory
tests shall be carried out by the Contractor.

Field compaction tests shall be carried out in each layer of filling until the fill
to the entire height has been completed. This shall hold good for
embankments as well. The fill will be considered as incomplete if the desired
compaction has not been obtained.

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 material and make good the slip.

If so specified, the rock as obtained from excavation may be used for filling
and levelling to indicated grades without further breaking. In such an event,
filling shall be done in layers not exceeding 50 cms approximately. After rock
filling to the approximate level, indicated above has been carried out, the void
in the rocks shall be filled with finer materials such as earth, broken stone, etc.
and the area flooded so that the finer materials fill up the voids. Care shall be
taken to ensure that the finer fill material does not get washed out. Over the
layer so filled, a 100 mm thick mixed layer of broken material and earth shall
be laid and consolidation carried out by a 12 ton roller. No less than twelve

CE(PMC),PHED, Ajmer 175 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

passes of the roller shall be accepted before subsequent similar operations are
taken up.

3.5.7 Damage to Public Utilities

All precautions shall be taken during excavation and laying operations to


guard against possible damage to any existing structure/pipeline of water,
gas, sewage etc. After excavation of trenches, pipe shall not be lowered unless
the dimensions of trenches and bedding for work for pipes at the bottom of
the trenches are approved by Engineer-in-Charge. Pipes and fittings/specials
shall be carefully lowered in the trenches. Special arrangements such as
cranes, tripods with chain pulley block for lowering the pipes and
fittings/specials shall be made by contractor. In no case pipes and
fittings/specials shall be dropped. The contractor has to responsible for any
damages during the laying of pipe line.

3.5.8 Reinstatement of Road/ Footpath

Wherever the road is required to be cut, the contractor has to obtain prior
permission from the concerned authorities and prepare a negotiable
diversion, at his cost, before taking up road cutting. If the necessary charges
for reinstatement of road/foot path shall be deposited by the department, if
demanding by concern department/authority concern authority. After the
line has been laid and the trench refilled to the original level, the traffic may
be allowed to pass through. After the pipe is laid the road must be properly
re-graded and the damaged portion of road as well as the re-graded portions
must be constructed upto the sub-grade level as per the specifications in the
Chapter for Road Work of this Volume of bid document and requirement of
concern authority.

CE(PMC),PHED, Ajmer 176 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

3.5.9 Clearing the Site

All surplus materials, and all tools and temporary structures shall be removed
from the site as directed by Engineer-in-Charge and the construction site left
clean to the satisfaction of Engineer-in-Charge.

3.5.10 Protection against scouring of foundation:

 Providing pitching:

Wherever the pipeline pedestal or portal foundation are located near a


nallaha or are across a nallaha, the bidder shall provide a cut-off wall
upto the scour depth all around the footing/ foundation at a distance
of 2 times the depth of foundations below the existing ground level.
The portion between the cut-off wall and the foundation shall be filled
with compacted soil and 30cm thick stone pitching shall be done with
weight of stone not less than 40 kg. The minimum section of cut-off
wall shall be of 0.3m in width and minimum 2m in depth. The cut-off
wall shall be of RR masonry in cement mortar 1:4 laid on 1:3:6 Cement
concrete mix minimum 15cm thickness.

 Providing longitudinal walls and cross walls:

Wherever pipe is laid on pedestal across a nallah/drain or in ravines


with drain flowing across the pipe alignment, longitudinal check wall
or curtain wall shall be provided on both sides of the pipe foundations.
The cut-off wall on the upstream side of nallah/drain shall be taken at
least up to 2m depth from the general ground level or up to the scour
depth whichever is more. The downstream side of cut off wall shall be
taken 2.5 m in depth. The area between two walls shall be filled with
compacted soil and a gentle slope shall be provided for drainage of
water in case of minor drain, but a flexible apron shall be provided for
bigger nallah. The minimum width of cut off walls shall be 0.3m. The
wall shall be of RR stone masonry in cement mortar 1:4 and the
exposed top face shall be provided 25mm cement coping in M-15 grade
or grade as per IS 456 concrete. The base course shall be of 1:3:6 mix
concrete of minimum 15 cm thickness.

CE(PMC),PHED, Ajmer 177 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

3.5.11 Anchoring of the pipeline

Thrust blocks shall be provided at each bend, tee, taper, end piece to prevent
undue movements of the pipeline under pressure. They shall be constructed
as per actual design and approval of Engineer in Charge according to the
highest pressure during operation or testing of the pipes, the safe bearing
pressure of the surrounding soil and the friction coefficient of the soil.
Nominal steel shall be provided as per the provisions of CPHEEO manual
and the construction of block shall be done in M15 grade of concrete.

3.5.12 Documentation

MEASUREMENT AND LOGGING:

Contractor shall prepare a special logbook containing all the relevant data
of individual pipe and pipe coating, diameter, length, wall thickness,
defects, pipe number, lot/batch or materials used for each pipe. Sampling
and testing at site test results at manufacturer's plant(s), tests conducted by
independent agency, damages, repairs, rejects and any other information
that Engineer-in-Charge considers to be relevant and required for all
incoming bare pipes and Engineer-in-Charge approved outgoing coated
pipes as applicable.

Contractor shall submit this information in the form of a report at the


agreed intervals.

3.5.13 Field Hydraulic Test

 The Field Hydrostatic test pressure shall be as described in following


related paras & provisions in the IS codes.

 The working pressure and surge pressure shall be calculated for ultimate
flow ie pumping for demand of year 2045.

 Before start of the testing the pipe shall be kept filled at low pressures for
minimum 24 hours to allow absorption of water by lining.

 Pressure building shall be gradual.

 The duration of the test shall be 24 hours after attaining full pressure.

CE(PMC),PHED, Ajmer 178 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

 Rebuilding of pressure up to the testing pressure shall be done after every


fall of 10% from the testing pressure.

 Length of a section for testing preferably shall not be more than 1.5 km
and as per directions of Eic.

 Joints shall be kept open during testing. Adequate anchorages shall be


provided to avoid any movement of pipes.

 All the equipments and water required for field hydraulic test of pipeline
shall be arranged by the contractor for which no additional payment shall
be made.

The contractor shall provide and maintain all requisite facilities, instruments,
for the field testing of the material. All pipes, specials, valves and civil works
shall be replaced by the contractor free of cost if damaged during testing. All
pipes, specials, valves and Civil Works shall be replaced by the contractor free
of cost if damaged during testing being a SPR contract.

3.5.14 Flushing and Disinfection Of Mains

The pipeline shall be disinfected before commissioning for use. After testing
the main, it shall be flushed with water of sufficient velocity to remove all dirt
and other foreign materials. When this process has been completed,
disinfections (using liquid chlorine, sodium or calcium hypo-chlorite) shall be
done as per of IS: 5822.

3.5.15 Testing of the pipelines

3.5.15.1. Sectional tests

After laying and jointing, the pipeline shall be tested for tightness of barrels
and joints, and stability of thrust blocks in sections approved by the Engineer
in Charge. The length of the sections depends on the topographical
conditions. Preferably the pipeline stretches to be tested shall be between two
chambers (air valve, scour valve, bifurcation, and other chamber).

The water required for testing shall be arranged by the contractor himself.
The Contractor shall fill the pipe and compensate the leakage during testing.

CE(PMC),PHED, Ajmer 179 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

The Contractor shall provide and maintain all requisite facilities, instruments,
etc. for the field testing of the pipelines. The testing of the pipelines generally
consists in three phases: preparation, pre-test/saturation and test,
immediately following the pre-test. Generally, the following steps are
required which shall be monitored and recorded in a test protocol if required:

 Complete setting of the thrust blocks.

 partial backfilling and compaction to hold the pipes in position while


leaving the joints exposed for leakage control

 opening of all intermediate valves (if any)

 fixing the end pieces for tests and after temporarily anchoring them
against the soil (not against the preceding pipe stretch)

 at the lower end with a precision pressure gauge and the connection to the
pump for establishing the test pressure

 at the higher end with a valve for air outlet

 If the pressure gauge cannot be installed at the lowest point of the


pipeline, an allowance in the test pressure to be read at the position of the
gauge has to be made accordingly

 Slowly filling the pipe from the lowest point(s).

 the water for this purpose shall be reasonably clear and free of solids and
suspended matter

 Complete removal of air through air valves along the line.

 Closing all air valves and scour valves.

 Slowly raising the pressure to the test pressure while inspecting the thrust
blocks and the temporary anchoring.

 Keeping the pipeline under pressure for the duration of the pre-test /
saturation of the lining by adding make-up water to maintain the pressure
at the desired test level. Make up water to be arranged by Contractor
himself at his own cost.

 Start the test by maintaining the test pressure at the desired level by
adding more make-up water; record the water added and the pressure in

CE(PMC),PHED, Ajmer 180 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

intervals of 15 minutes at the beginning and 30 minutes at the end of the


test period.

 Water used for testing should not be carelessly disposed off on land which
would ultimately find its way to trenches.

The testing conditions for the pipelines are summarized as follows:

 Maximum hydrostatic test pressure for DI K-9 pipes shall be 2.0 times
of maximum design pressure in the pipeline.

 Pre test and saturation period with addition of make-up water

Pressure: Test pressure

Duration: 3 hrs for DI pipes without cement mortar lining / 24


hrs for DI pipes with cement mortar lining

 Pressure test with addition of make-up water

Pressure: Test pressure

Duration: 3 hrs

 Test criteria for DI pipes: Q = 1 liter per km per 10mm of dia. pipe
per 30 m test pressure per 24 hrs.

 Test criteria for uPVC pipes: Q= 4.5 liter per 1.6 km of pipe per 25
mm nominal bore per 30 m head of test
pressure per 24 hrs.

All pressure testing at site should be carried out hydrostatically. The pipes
shall be accepted to have passed the pressure test satisfactorily, if the quantity
of water required to restore the test pressure does not exceed the amount ‘Q’,
calculated by the above formula.

The table, hereunder, gives recommended test pressure for uPVC pipes.

Maximum continuous working pressures and recommended test pressures


Class of Recommended site/ field Test
Working pressure
pipe Pressure
Kg/ sq cm Bar Kg/ sq cm Bar
3 6.0 6.0 9.0 9.0
4 8.0 8.0 12.0 12.0

CE(PMC),PHED, Ajmer 181 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

Due to the elastic characteristics and relatively high thermal expansion and
contraction of uPVC, it is advisable to avoid prolonged pressure tests.

The Engineer in Charge shall accept no section of the pipe work until all
requirements of the test have been obtained.

When the field test pressure is less than 2/3 the works test pressures the
period of test should be at least 24 hours. The test pressure shall be gradually
raised at a rate of 0.1 N/mm2 per minute.

If a drop in pressure occurs, the quantity of water added in order to


reestablish the test pressure should be carefully measured. This should not
exceed 0.1-liter/ mm of pipe diameter per km of pipeline per day for each 30
m head of pressure applied.

Failure to pass the test

All pipes or joints which are proved to be in any way defective shall be
replaced or remade and re-tested as often as may be necessary until a
satisfactory test shall have been obtained. Any work, which fails or is proved
by test to the unsatisfactory in any way shall be redone by Contractor. No
payments shall be made against replacement or remade and retested pipeline.

All pressure testing at site should be carried out hydrostatically. The pipes
shall be accepted to have passed the pressure test satisfactorily, if the quantity
of water required to restore the test pressure does not exceed the amount ‘Q’,
calculated by the above formula.

If it is required to test a section of a pipe line with a free end, it is necessary to


provide temporary support against the considerable end thrust developed by
the application of the test pressure. The end support can be provided by
inserting a wooden beam or similar strong material in a short trench
excavated at right angle to the main trench and inserting suitable packing
between the support and pipe end.

The pipeline stretch will pass the test if the water added during the test
period is not exceeding the admissible limits. No section of the pipe work
shall be accepted b y the Engineer until all requirements of the test have been
obtained.

CE(PMC),PHED, Ajmer 182 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

On completion of a satisfactory test any temporary anchor blocks shall be


broken out and stop ends recover. Backfilling of the pipeline shall be
completed.

3.5.16 Pre-Commissioning & Commissioning Tests

After successful sectional testing & leakage test, Pre-Commissioning &


commissioning tests shall be performed when the work in the section is
completed in all respect and the gaps / interconnections are made.

Commissioning general

After successful sectional tests after pipe laying and other pre-commissioning
tests after physical completion, the pipeline shall be commissioned by the
Contractor. Dynamic commissioning shall be made in conjunction with or
after the commissioning of the respective system.

During testing/commissioning, the Contractor shall supply all material and


labour to supervise, adjust, test, repair and do all things necessary to maintain
the testing/ commissioning. This shall include labour on a 24 hour-a-day
basis during the test period and for such other period of continuous operation
as the Engineer in Charge may consider necessary to establish the efficient
operation of the cluster distribution system.

If any test result shows noticeable variation from the specification


requirements for the system the Contractor shall immediately take steps to
rectify the deficiency without any extra cost to Engineer in Charge.

The Contractor shall test and commission the system for 7 days at a stretch,
from the date of commissioning. On expiry of this period the system shall be
taken over by the Engineer in Charge and a taking-over certificate shall be
issued by the Engineer in Charge, provided all defects and/or deficiencies
noticed are rectified to the satisfaction of the Engineer in Charge.

Generally, the timing of most of the commissioning tests will depend on the
availability of the respective pumps, the water and power availability at the
pumping station and the completion of the reservoir.

CE(PMC),PHED, Ajmer 183 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

Should the supply of water from the pumping station fail or should any other
event beyond the Contractor's control interfere, the commissioning shall be
during such a number of operational periods as the Engineer in Charge may
consider equivalent. Any repairs or replacement required during this period
shall be done by the Contractor at his own cost.

The Contractor shall allow for commissioning to be conducted at any time


during the commissioning period without extra charges under the Contract.

The main indicators for the successful commissioning are:

 no leaks in pipes, joints, specials and valves

 all valves are properly installed and operational

 execution of the entire work including finishing according to the drawings


and the specifications

 submission of as built drawings

Dynamic commissioning

The dynamic commissioning shall commence after the work has been
physically completed to the satisfaction of the Engineer in Charge. It shall
simulate the design and operation conditions which are as follows:

 All branches into existing lines (if already in position) to be shut off.

 Pump in operation, pump discharging into the transmission main. This is for
the commissioning of the transmission pipe only.

 Water being put into the system through overhead tank or direct pumping
as the case maybe.

CE(PMC),PHED, Ajmer 184 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

 Closing of the valves against full static or dynamic pressure.

 Operation of all valves including scour valves (open-close-open).

 Operation of all air valves.

 Operation of all locking arrangements of valve chambers.

3.6 SURGE CONTROL SYSTEM:

In general pumping mains upto 800 mm internal diameter, DI pipe of suitable


class is to be adopted. The contractor shall check the allowable maximum
operating pressure including surge pressure for every pumping main and
accordingly the class of DI pipe shall be adopted as per provisions of relevant
BIS code.

However, if required, the analysis, design, manufacturing & construction /


installation of surge protection devices shall be carried out by the contractor.
It is envisaged that the surge control system shall be so designed such as to
ensure that after installation or construction of requisite surge devices, the
maximum working pressure including instantaneous surge pressure at any
point, in the pipe line is less than 1.1 times the maximum working pressure of
the particular pipe line for the ultimate capacity pumping (demand of year
2045). The surge protection system has to be designed for the ultimate flow
characteristics. The design shall be got done using the software developed by
Indian Institute of Science, Banglore. Contractor shall be at liberty to provide
any surge protection system designed by software developed by IISc,
Banglore or approved agency by the department and meeting Tender
Specifications including ZVV-ACV combination, Air Vessel, Surge Towers
etc. The detailed designs and drawings shall be submitted for the approval of
the department. No work related to installation of surge protection devices
shall be taken up without prior approval of the department. All equipment
shall be of reputed manufacture and shall confirm to Indian Standards or
equivalent.

3.7 ROAD / RIVER / NALLAH CROSSINGS

The road crossings shall be done in such a fashion that no joint comes under
the carriage way and shoulders. The cover below the road surface should be
minimum 0.90 meters otherwise suitably designed concrete encasing in M15

CE(PMC),PHED, Ajmer 185 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

grade of concrete shall be provided. The river and nallah crossings shall be
done by placing pipe below ground level, anchoring the pipe in base rock (if
available) and thereafter providing suitably designed anchor blocks. The
work shall be carried out in confirmation of design requirement of concerned
authorities e.g. PWD/NHAI/Railways/Irrigation Deptt etc.

3.8 THRUST BLOCKS / ANCHOR BLOCK

It is proposed to provide anchorage in the form of “thrust block” at each


deflection in horizontal as well as in vertical alignment of the pipeline as per
requirement of designs, which shall resist the unbalanced pressure at bends.
Gravity type of thrust blocks shall be provided at horizontal and vertical
deflection in pipeline and shall be designed according to the test pressure and
the soil conditions at the site of the thrust block. The thrust shall be according
to the field test pressure of the pipe, acting on the outer diameter including
the compressed rubber gasket. Before designing the thrust block the
Contractor, in coordination with the Engineer-in-Charge shall assess the
stability of the soil considering erosion due to wind and water.

The thrust blocks shall be of concrete M15 or grade as specified in IS 456,


cast on site with surface reinforcement of about 5 kg/m2. The thrust block on
pipe diameters less than 150 mm could be non reinforced, subjected to
approval of EIC. The calculations for the dimensioning and the shape of the
thrust blocks have to be approved by the Engineer-in-Charge.

Design of thrust block shall be done in accordance to the provisions laid


down in IS 5330-1984.

The thrust blocks shall be of reinforced cement concrete on site as per design
and drawings to be approved by Engineer. Typical drawings of thrust blocks
are enclosed in the volume III of the tender document. However, these
drawings are for indicative purposes only. The contractor shall submit his
own designs and drawings based on the actual site conditions for the
approval of the Engineer-in-charge.

The thrust blocks shall be cast directly against the undisturbed soil. If this is
not possible, the backfilled soil at the contact surface shall be compacted well

CE(PMC),PHED, Ajmer 186 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

to full satisfaction of Engineer so that anchor block is not displaced during


operation and testing.

3.8.1 Backfilling around chambers and thrust blocks

After the completion of chambers and thrust blocks the space between the
structure and the excavation shall be backfilled with compacted material.
Such backfill shall be placed in layers of 15 cm measured before compaction,
wetted, if necessary, to optimum moisture and compacted well as per
instruction of engineer in charge

3.9 INSTALLATION OF VALVES & METERS

The installation of valves shall be made according to the instructions of the


manufacturer and the Engineer in Charge. The installation of pressure
reducing valves shall be as per manufacturer’s specifications. The bulk meters
shall be installed as per the manufacturer’s recommendations with a bye-pass
of same size. For isolation of meters and use of the pipeline 3 valves shall be
installed at distance recommended by the manufacturer. For installation of
valves & meters on bye-pass, flanged pipes and specials and suitable
dismantling pipe with detachable joint shall be used. For installation of
different units on a transfer chamber, the arrangements shall be as shown in
the drawing of transfer chamber in Volume III of the tender document.

3.9.1 Fixing:

Loading at store and unloading at site of works shall be done carefully using
suitable mechanical handling devices such as crane, chain pulley etc. The
arrangement for housing of the valves with chambers shall stable & firm
foundations. The chamber and top roof cover with removable lid shall be
provided so that it shall be possible to remove or replace or recondition the
valves seats and to remove the parts without removing the valves from the
pipe work. For this suitable flange adapters may be provided. Butterfly valves
shall be installed in the pipe work in such a manner that they can be removed
from the line for dismantling and replacement of rubber seats.

CE(PMC),PHED, Ajmer 187 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

The tightening of nut and bolts shall be done smoothly in such a way that no
excessive strain occurs on any one side. The nuts shall be tightened on
diametrically opposite site at a time.

3.9.2 Jointing Material:

Each valve shall be supplied with all necessary joint ring, nuts, bolts and
washers for completing the joints such that it will ensure effective sealing of
large orifice even at low pressures.

The weights of floats, in case of air valves, of the same size and type shall not
differ by more than 2%.The timber, if used in the manufacture of floats shall
be seasoned and those provided in large orifice shall be ebonite coated. The
float provided in high pressure chamber, if manufactured from seasoned
wood, shall be coated with “ethylene propylene Rubber” (EPDM)

Sluice or butterfly valves shall be installed between flanges according to the


instructions of the manufacturer.

Valves shall be placed on a support of concrete so that no shear stress is in the


flanges. In case of axial thrust due to closure of a valve against pressure the
valve shall be anchored in the support in a suitable manner to transfer the
thrust into the floor slab of the chamber.

Scour valves shall be installed at the locations specified by the engineer-in-


charge.

3.9.3 Civil Works

Specification of material used, workmanship, testing and sampling of


materials shall be in accordance to respective provisions laid down in the
chapter for “Specifications for Civil Works” of this Volume II of bid
document.

3.9.4 Design Considerations:

The design of various components of civil works to be provided along the


alignment shall be done for “design loading” as approved by Engineer-In-
Charge.

CE(PMC),PHED, Ajmer 188 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

The design of anchor blocks, thrust blocks shall be done for as per the
provision of IS codes.

The pipeline laid near the road or placed for crossing the road shall be
suitably encased in M15 cement concrete of design thickness.

Grade of Cement:

For construction of Valve Chambers, Anchor blocks, pedestal support and


thrust blocks, M15 grade of concrete shall be used. The leveling course,
wherever provided shall be of M10 grade.

3.10 CHAMBERS FOR VALVES ON PIPE LINE

3.10.1 General

The valve chamber shall be provided to house the different valves. A leveling
course of 100 mm thick PCC (1:3:6) shall be provided at the base.

The general arrangement is shown in the drawing of chambers given in


Volume III of the Tender document. At all important chambers locking
arrangements shall be provided, such locations shall be given by Engineer in
Charge. The walls shall be designed to withstand lateral earth pressures. Pre-
cast removable Ferro cement covers or RCC roof on chamber shall be
provided to provide access within the chamber.

Wherever longitudinal forces can occur due to closing of a butterfly


valve/scour valve, these have to be taken into account by anchoring the valve
either in an anchor block or against the walls of the chamber. The same
applies for reducers and tees installed in chambers. The forces have to be
calculated with the maximum pressure, which can occur due to hydraulic,
static or transient conditions. The minimum force has to correspond to a
pressure of 2 bar. The calculations for the dimensioning and the type of such
anchoring and the clamps have to be approved by the Engineer-in-Charge.
The backfill of the chambers has to be compacted to required density.

Air valve chamber shall be constructed with arrangement shown in drawing


enclosed with Tender Document and as per instructions of EIC.

CE(PMC),PHED, Ajmer 189 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

To house a number of valves, meters etc.. in a common chamber, specially


designed chambers as per the provisions detailed herein can also be provided.
Drawings and designs of such chambers shall be got approved by the
Engineer in Charge.

They shall be constructed in cement concrete of M15 grade and P.C.C in 1:3:6 .
The top slab cover shall be pre cast reinforced cement concrete slabs. The pre
cast slabs shall be provided for a length and width which allows dismantling
of the valve without problems. Typical drawings of valve chambers are
enclosed in the volume III of the tender document. However, these drawings
are for indicative purposes only. The contractor shall submit his own designs
and drawings based on the actual site conditions for the approval of the
Engineer-in-charge.

The chambers shall be constructed after the laying of the pipes and the
assembly of specials and valves. The size of the chambers shall be according
to the following criteria as per direction of engineer in charge.

Construction Features

The minimum clear opening of the valve chambers shall be as tabulated


below:

Size of Valve in Minimum Minimum dimensions across the


mm dimensions In direction of flow in mm
direction of flow in
mm
80-100 900 1200
150-300 1200 1200

The valve chambers shall be made of M20 grade of concrete or in stone or


brick masonry as per directions of Engineer in Charge. All valve chambers on
pipe line shall be of RCC in M 20. The thickness of the walls shall be as per
detailed design in consideration to the site conditions. Live load of 150 Kg/
sq. cm shall be considered on the valve chamber roof. The valve chambers
shall be covered with Ferro Cement covers which shall be constructed to the
specifications given herein after. The height of the chamber shall be taken at
least 15 cm above natural ground level and it shall be ensured that the run off
or other flowing water nearby normally does not enters the valve chamber.

CE(PMC),PHED, Ajmer 190 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

Provisions shall be made so that the projections out of ground of the chamber
do not form an obstruction to the road traffic.

The minimum thickness of valve chamber shall be as follows:

1RCC Walls: 150 mm

2Floor M15 grade: 100 mm

3Reinforced Cement Covers : 100 mm

4RR Stone wall below Plinth: 450 mm

5RR stone masonry above plinth : 300 mm

6Brick Masonry in walls : 250mm

7Brick Partition Wall: 100mm

8Plaster on Stone masonry : 25 mm

9Plaster on Brick masonry: 15 mm

A locking facility shall be provided for all chambers using MS rod, hooks and
a liver. The locking arrangement shall be firmly secured in the valve walls.

Provision shall be kept for access to the roof of the chamber and from roof to
the floor of the chamber through suitable, masonry/RSS/cast iron/
Galvanised MS ladder steps of width not less than 30 cm.

Each Valve Chamber shall be provided with CC floor in M15 grade of


concrete. For drainage of water filled inside the chamber, a 25 mm drain pipe
leading to a soakage pit of diameter 900 mm and minimum depth below floor
as 750 mm shall be provided. The soakage pit shall be filled with boulders.

Minimum 25 mm GI pipe shall be taken above the air valve chamber for
providing necessary ventilation.

Pipes passing through walls should be coated by two layer of soft material
(Hessian felt) to allow for differential settling and longitudinal expansion if
directed by engineer in charge. Only metallic pipes may be cast into the walls
for anchoring purposes.

CE(PMC),PHED, Ajmer 191 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of DI & uPVC Pipeline

The work shall include excavation, consolidation, leveling, lean concrete as


per drawing, in foundations, finishing, refilling. It shall include all labour and
material required for the complete chamber.

3.10.2 Side Clearance required for Chambers

Minimum distance of flanges from walls :30 cm

Minimum distance of sockets from walls :30 cm

Minimum distance between highest point of equipment :30 cm


and roof slab

3.10.3 Special Provision in Scour valve chambers

Scour valve chambers shall be constructed according to the typical drawings


given in Volume III. The chambers for scour valves shall be off-line and
placed on the scour pipe. The provisions shown in the scour valve drawings
are to be provided for wet & dry type of scour valve chambers. NP3 RCC
Hume pipe shall be taken up to the nearest drain and shall be suitably pitched
at the outlet with dry type of scour valve chamber. For wet type of scour
valve chambers, a attached wet chamber shall be constructed with overflow
facilities and pitching on the overflow sides for safety of the chamber.

All specifications and constructional details for the valve chambers apply for
the scour chambers accordingly.

CE(PMC),PHED, Ajmer 192 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications for Pumping Station

CHAPTER- 4:
SPECIFICATIONS FOR PUMPING STATION
(MECHANICAL AND CIVIL WORKS)

4.1 GENERAL

The technical specifications for the Mechanical and Electro-Mechanical


material and equipment(s) are detailed below. All valves, MS pipes and
specials used in the pumping stations shall conform to the specifications laid
down in Chapter for specifications for valves and Chapter for specifications
for pipeline work of this volume of tender document. The design criteria,
material specifications, workmanship and testing of materials used for all civil
works shall confirm to provisions laid down in Chapter for specifications for
civil works. Pre-dispatch inspection, pre commissioning tests, commissioning
and trial runs shall be as detailed in respective chapters of this volume.

4.2 STANDARDS

Except as otherwise specified in these technical specifications, the Indian


Standards and Codes of Practice shall be adhered to for the design,
manufacturing, inspection and factory testing, handling, installation and site
testing of all material and equipment used for the work, or where a IS
standard does not exist, to an approved national or international standards.

Only equipment supplied by reputed manufacturers and approved by the


Engineer in Charge will be accepted.

4.3 MECHANICAL PLANT & EQUIPMENT

4.3.1General

It is not the intent to specify herein all the details pertaining to the design,
drawing, selection of equipment/materials, procurement, manufacture,
installation, testing & commissioning, however, the same shall be of high
engineering standard and shall comply with all currently applicable
standards, regulations & safety codes.

CE(PMC),PHED, Ajmer 193 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications for Pumping Station

4.4 PUMPS

4.4.1Pump Duty Points

Based on the available survey data and the water demand for the year 2030,
the duty points have been specified in the scope of work considering that the
life of pumps shall be 15 years i.e year 2030 and replace the same pumps for
the water demand of the year 2045 in the end of year 2030. Pipe lines & pump
house shall be for design demand for the year 2045. However, due to minor
change in alignment and changes in the levels of inlet and outlet at the
terminal points etc., changes are expected in the duty points of the Pumps
which shall only be finalized after detailed layout plan of head works and the L-
section of the pumping mains to be submitted by the contractor and as approved
by EIC. The selected pumps therefore may require suitable adjustments for
efficient operation in different combination within the operating range defined
herein after. .

4.4.2 Clear Water Pumping Stations:

Contractor to design these pump houses complete for Civil, Mechanical,


Electrical & Instrumentation works.

The contractor shall work out the actual head requirements after confirming
field survey for the above requirement and finalizing suction & delivery
levels & other hydraulic parameters.

Contractor has to check this design and modify the duty conditions if
necessary.

4.4.2.1 Design requirements

1. The contractor shall select suitable pumps for operation of Clear water
pumping in the specified operating range. All the pumps shall be of
similar characteristics at every pumping station. There shall be
minimum one working and one standby pump to meet the water
demand with maximum 22 hours of pumping operation per day.

2. The type of pumps shall be Horizontal Split Casing type (HSC)


centrifugal coupled pumps ( single stage or two stage ) with 1450 RMP

CE(PMC),PHED, Ajmer 194 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications for Pumping Station

speed as a first choice. In case suitable HSC pumps are not available
from the manufacturing range of reputed pump manufacturers then
only as a second choice, back pull-out type coupled or monoblock
pumps with 2900 RPM speed will be selected. All the pumps shall be
provided with suitable motors and accessories.

3. The pump shall have a stable head curve, i.e. the total head-capacity
curve shall be continuously rising towards the shut off head. The shut
off head shall be at least 10% more than pump head at intersecting
point of the pump curve with the upper range system head curve. (i. e.
with lowest water level in the suction side CWR)

4. The contractor shall guarantee a minimum overall efficiency for each


pump corresponding to delivery of flow at average water level in the
suction side Clear Water Reservoir and system head corresponding to
Cr value of 1.0.

5. The power characteristic shall be non-overloading and preferably flat


for flows higher than the best efficiency flow (BEF).

6. The required pump NPSH at duty point shall be adequately less than
the available NPSH. The horizontal split casing pumps or back pull-out
type pumps shall be used with positive suction head.

7. Pump must be suitable for operating in parallel over the entire


operating range. The pump shall operate satisfactorily at any point
between the maximum and minimum system resistance, or at the end
of the pump performance curve with respect to the NPSH available at
the lowest permissible suction water level.

8. The pumps shall be capable of reverse rotation up to 125% of the rated


full speed of the drive motor, due to back flow of water, without
damage or loosening of threaded components.

9. The first critical speed shall be away from the operating speed and in
no case less than 130% of the rated speed.

10. The specifications for flanges shall be as per the relevant IS code.

CE(PMC),PHED, Ajmer 195 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications for Pumping Station

11. Spare parts supplied with the pump shall be identical to respective
pump components and shall be from original manufacturer.

12. Pumps shall run smooth without undue noise or vibration. Noise
levels and velocity of vibrations shall be within acceptable limits. Noise
level shall be limited to 85 dba at a distance of 2 m. Velocity of
vibrations shall be within 4.5 mm/s as per relevant Hydraulic
Institutes Standards and IS.

13. Unless otherwise specified the drive unit power rating shall be the
maximum of the following requirements:

 15 % margin over the pump shaft input power required for the flow
and head as considered.

 10 % margin over the maximum shaft input power required within


the “Range of Operation”.

30 % margin over the maximum shaft input power required within
the “Range of Operation” for pumps with shaft input power less
than 15 KW.

 The range of operation shall be +10% to -25% of duty point head.

14. The contractor shall confirm that the pumps shall not be of a new
design and a pump of at least the same size and same type should be in
operation for more than 5000 hours satisfactorily in at least two
locations. The details of locations shall be submitted by the Bidder.

4.4.2.2 General Features of Pumps

The clear water pumps shall have the following features:

a) Type of Drive: 0.415 KV Squirrel cage induction motors at all pumping


stations.

b) NPSH: The required pump NPSH at duty point shall be at least 0.5 m
less than the minimum available NPSH.

4.4.2.3 Codes and standards

CE(PMC),PHED, Ajmer 196 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications for Pumping Station

The design, manufacture and performance of the pumps specified herein shall
comply with the requirements of the applicable Codes and Standards, as
follows, but not limited to:

No. Standard Title


1 IS 6595 Horizontal centrifugal pumps for clear, cold and fresh
(Part II) water.
2 IS 9137 Code for Acceptance Tests for Centrifugal, Mixed flow
and Axial pumps.
3 IS 13537 Technical specification for centrifugal pumps - Class 2
4 ISO 5199 Standards of the Hydraulic Institute of USA.
5 ISO 2373 Balancing of impeller.
6 IS 5120 Performance test of pumps
7 IS 11732 Mechanical Balancing

4.4.2.4 Features of construction

IMPELLER

The impeller shall be an enclosed impeller, made in one piece and securely
keyed on the shaft. The installation will include means to prevent loosening of
the impeller during operation, including rotating in the reverse direction. The
impeller shall be statically and dynamically balanced to prevent vibration, as
per ISO 2373.

CASING RING

The pump shall be provided with a renewable type casing ring, to offer
wearing resistance. Hardness of the casing ring shall be 50 BHN (Brinell
Hardness Number Units) lower than the impeller ring.

IMPELLER RING

The pump impeller shall be provided with a renewable type impeller ring on
both ends. The material of construction of these rings shall be similar to that
of impeller and these shall be hot push fit on impeller. The rings hardness
shall be equal to impeller and 50 BHN more than the casing rings.

CE(PMC),PHED, Ajmer 197 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications for Pumping Station

SHAFT

Single integral shaft, shall be designed to withstand the torque loads


throughout the whole range of operating conditions, for the selected
particular impeller diameter as well as all the impeller diameters covered
between minimum and maximum impeller diameters when coupled to the
motor shaft through flexible coupling. The shaft design should also include
the possibility of running the pump with an electric motor of higher power
rating meant for future expansion with increased impeller diameters.

SHAFT SLEEVES

Replaceable shaft sleeves shall be provided to protect the shaft where it passes
through stuffing boxes. The end of the shaft sleeve assembly shall extend
through the packing gland. Shaft sleeves shall be securely locked or keyed to
the shaft to prevent loosening. Shaft and shaft sleeve assembly shall ensure
concentric rotation.

STUFFING BOXES

Stuffing boxes at driving end and non-driving end shall be of such design that
they can be re-packed, without removing any part, other than the gland and
lantern ring. An axially split gland should be used to facilitate changing the
gland packing. Sufficient space shall be available for maintenance purposes.

AIR RELEASE VALVES

Pump shall be provided with arrangement of valve to vent air, which may get
accumulated in the pump.

SEALING

Self sealing water connections should be provided.

FLANGES

Flanges shall be machined flat, with flange faces vertical and at right angles to
the pump mounting surface. Cast iron flange drilling and thickness shall
conform to IS 1538, (part IV and VI) for ID up to 1500mm and to IS 6392 for ID
greater than 1500mm.

CE(PMC),PHED, Ajmer 198 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications for Pumping Station

BEARINGS

Bearings shall be either grease or oil lubricated and should absorb the radial
and axial thrusts, under all operating conditions. Anti-friction bearing shall be
of standard type and shall be selected to give 20,000 hours continuous
operation at rated operating conditions. The rise in bearing oil/grease
temperature with continuous running of the pump shall be within the
allowable limits which shall not exceed 20°C for grease and 30°C for oil
lubricated bearings above ambient temperature. Cooling arrangements shall
be provided if required. Bush bearings will not be acceptable.

BASE PLATE

The common base plate for pump and motor shall be fabricated from mild
steel sections and have sufficient rigidity to resist vibration and distortion.
Suitable holes shall be provided for grouting and they shall be so located that
the base will be able to be grouted in place, without disturbing the pump and
motor. All pumps and motors shall be properly and accurately aligned, bolted
and doweled to the base plate. Adequate space shall be provided between
pump drain connections and base plate for installation of minimum 20 mm
diameter drain pipe. Foundation bolts shall be complete with nuts and flat
and shake proof washers.

COUPLING

A flexible pin bush type coupling shall be provided, duly bored and keyed to
the pump and motor shafts.

The coupling and the pump shafts have to be designed so that the breaking
load of the coupling system is slightly below that of the shaft.

ACCESSORIES

All specified accessories and any other standard accessories required for
correct and safe operation of the pump shall be furnished with the pumps. All
incidental piping (including valves) required for sealing, lubrication and

CE(PMC),PHED, Ajmer 199 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications for Pumping Station

cooling of stuffing box packing and/or pump bearing shall be furnished by


the Contractor.

A mild steel fabricated coupling guard shall be provided to provide a


safeguard against the open rotating parts of the pump and motor.

Eye bolts (as many as required for safety), shall be provided for ease of lifting
and installation.

4.4.2.5 Technical particulars

Features & Material of Construction

Casing HSC type coupled (Single or two stage) or


High Pressure Centrifugal Pump with
multiple stage rings ( Horizontal
Installation) 1450 RPM as a first choice. and
back pull out type coupled or monoblock
2900 RPM as a second choice.
Drive Direct
Flange Drilling IS 1538
Prime mover Electric Motor (Refer Electrical section)
Casing Cast Iron IS: 210 – Gr. FG 260 with 2 % Ni
Impeller & impeller rings SS (CF8M)
Shaft SS (AISI 410)
Shaft Sleeve SS (AISI 410)
Casing rings SS (CF8M, CA15)
Glands Bronze grade LTB2 of IS 318
Gland Packing Graphite Asbestos
Lantern Rings CI
Gaskets Manufacturer’s Standard durable.
Fasteners (Bolts) Forged Steel for Pressure Parts and Carbon
Steel for Non-Pressure Parts.

Drive data

CE(PMC),PHED, Ajmer 200 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications for Pumping Station

1 Motor 0.415 KV motor, (TEFC) Squirrel cage


induction motors at all pumping stations with
speed (RPM) suitable for duty condition.

4.4.2.6 Accessories and services required to be supplied by the Contractor with


pump.

The contractor is supposed to provide at least the following accessories

 Base Plate
 Foundation Bolts
 Coupling
 Coupling guard
 Vent cock
 Oil cups for bearing lubrication.
 Vent cock
 Oil cups for bearing lubrication

4.4.2.7 Drawings and information to be provided

During detailed engineering the Contractor shall submit the following:

 General arrangement, cross-sectional and dimensional drawings/data


pertaining to selected model.

 Complete detailed drawing of the base plate

 Complete performance curve with

(a) H - Q curves for complete range of impellers between minimum and


maximum size of impellers and efficiency curves super imposed on
them, ( i. e. family curves for the pump) highlighting selected
impeller diameter.

(b) Shaft Power - Q curves for complete range of impellers.

(c) Efficiency - Q curve for Maximum impeller diameter and selected


impeller diameter.

(d) NPSHR Curve for the selected impeller diameter.

CE(PMC),PHED, Ajmer 201 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications for Pumping Station

 Test reports, test performance curves and other particulars, as required


by the applicable clauses of this specification.

Instruction Manuals:

 Instruction manual for erection

 Instruction for pre-commissioning check up, operation, abnormal


conditions, maintenance and repair

 Write up on Controls and interlocks provided

 Recommended inspection points and periods of inspection

 Schedule of preventive maintenance

 Ordering information for all replaceable parts

 Recommendations for types of lubricants, lubricating points, frequency of


lubrication and lubricant changing schedule.

4.4.3 Specifications of Mono block pumps

The mono block pumps shall conform to the requirements of the required
head and flow as given above. The construction features of the pump shall
conform to IS 9079.

The materials of construction shall be similar to the one specified for HSC
Pumps.

Accessories and services required to be supplied by the contractor with


pump.

The bidder is supposed to provide at least the following accessories

 Base Plate
 Foundation Bolts
 Coupling
 Coupling guard
 Vent cock

Drawings and information to be provided

CE(PMC),PHED, Ajmer 202 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications for Pumping Station

During detailed engineering the Bidder shall submit the following:

 General arrangement, cross-sectional and dimensional drawings/data


pertaining to selected model.

 Complete detailed drawing of the base plate

 Complete performance curve ( i. e. family curve for the pump) with

(a) H - Q curves. (b) Shaft Power Curve (c) Efficiency Curve


(d) NPSHR Curve.

highlighting selected impeller diameter.

 Test reports, test performance curves and other particulars, as required


by the applicable clauses of this specification.

Instruction Manuals:

 Instruction manual for erection

 Instruction for pre-commissioning check up, operation, abnormal


conditions, maintenance and repair

4.4.4 Specification for High Pressure Centrifugal Pumps with Multistage Rings
(Horizontal Installation.)

4.4.4.1 Constructural Features:

These are single suction, horizontal shaft, high pressure multistage pumps,
consisting of ring section diffuser casings bolted between suction and delivery
casing.

4.4.4.2 Casing

The casings are of diffuser type. The delivery flange is vertical. The suction
flange can be oriented left,/ right or vertical viewed from driving end.
Smooth hydraulic passages ensure high efficiency.

4.4.4.3 Impellers :

CE(PMC),PHED, Ajmer 203 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications for Pumping Station

Impellers are of enclosed type. The rotating elements are statically and
dynamically balanced. Hydraulic balancing is achieved by balancing ring and
balancing disc depending upon model.

4.4.4.4 Shafts :

The high tensile steel shaft accurately machined and ground is supported on
journal bearing on both sides of impellers. Shaft in stuffing box area is
protected by shaft sleeves.

4.4.4.5 Stuffing Box:`

Standard . Gland packed without cooling upto 900C

4.4.4.6General :

The mono block pumps shall conform to the requirements of the required
head and flow as given above. The construction features of the pump shall
conform to relevant IS Standard.

4.4.4.7 Materials of Construction :

Impeller SS (CF8M)
Casing Ni Cast Iron ( 2% Ni)
Shaft SS (AISI 410)
Motor

4.4.4.8 Drawings and information to be Provided

During detailed engineering the Contractor shall submit the following:

 General arrangement, cross-sectional and dimensional drawings/data


pertaining to selected model.

 Complete detailed drawing of the base plate

 Complete performance curve with

(e) H - Q curves for complete range of impellers between minimum and


maximum size of impellers and efficiency curves super imposed on
them, ( i. e. family curves for the pump) highlighting selected
impeller diameter.

CE(PMC),PHED, Ajmer 204 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications for Pumping Station

(f) Shaft Power - Q curves for complete range of impellers.

(g) Efficiency - Q curve for Maximum impeller diameter and selected


impeller diameter.

(h) NPSHR Curve for the selected impeller diameter.

 Test reports, test performance curves and other particulars, as required


by the applicable clauses of this specification.

Instruction Manuals:

 Instruction manual for erection

 Instruction for pre-commissioning checkup, operation, abnormal


conditions, maintenance and repair

 Write up on Controls and interlocks provided

 Recommended inspection points and periods of inspection

 Schedule of preventive maintenance

 Ordering information for all replaceable parts

 Recommendations for types of lubricants, lubricating points, frequency of


lubrication and lubricant changing schedule.

4.4.4.9 All other requirements such as supply of accessories, selection of drive motor
KW rating etc. shall be similar to requirements specified above for HSC Pumps

4.4.5 Dewatering/Drainage and water circulation Pumps

The dewatering pumps shall be provided at all pumping stations with 100%
stand by units. Pumps, if provided for water circulation for cooling shall also
be provided with 100% stand by units.

These pumps must, comply with following features.

4.4.5.1 General

The dewatering pump shall be of suitable capacity and head. The pump
motor shall be suitable for working with or without submergence in water.
The motor rating shall have sufficient margin over the maximum power

CE(PMC),PHED, Ajmer 205 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications for Pumping Station

required by the pump, to avoid overloading of Motor at any point of


operation.

The pumps shall be electric motor driven.

The pumps shall be vertical, centrifugal, non-clog type. The impeller shall be
mounted on the extended shaft of the motor.

The fixed set shall operate manually and automatically controlled by low and
high level switches in the drain pit.

4.4.5.2 Features of construction

Impeller Bronze Grade LTB II of IS 318


Casing Cast Iron Grade FG 200 of IS 210/ Aluminium as per
mfg. Standard
Shaft 40C8 of IS 1570
Motor 415 V, 3Ph AC supply, submersible

4.4.5.3 Drawings and information to be provided

During detailed engineering the Contractor shall submit the following:

 Leaflets on dewatering / water circulating pump.

 Cross sectional drawings with performance curves.

4.4.5.4 Instruction Manuals:

 Installation manual for erection

 Instruction for pre-commissioning check up, operation, abnormal


conditions, maintenance and repair

 Recommended inspection points and periods of inspection

 Schedule of preventive maintenance

 Ordering information for all replaceable parts

 Recommendations for types of lubricants, lubricating points, frequency of


lubrication and lubricant changing schedule.

CE(PMC),PHED, Ajmer 206 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications for Pumping Station

4.5 DELIVERY & SUCTION PIPES – DESIGN CONSIDERATIONS


 The sizes of manifold pipes shall be as mentioned in the scope of work.

 All the pipes within the Pump House shall be of MS as per IS 1239 Class-
C for sizes upto 150 NB and as per IS 3589-2000 for sizes 200 NB and
above. The minimum thickness for Pipe sizes 200 NB and above shall be
6.35 mm or as specified in IS 3589-1991 or as per the design whichever is
more.

 All the Pump house piping shall be provided with internal food grade
epoxy painting and external enamel painting (minimum two coats) as
approved by EIC.

 Pipes shall be welded with companion flanges of respective valves and


dismantling joints etc.

 Flanges shall be MS Plate flanges manufactured from MS Plates as per IS


2062. Fabrication of flanges in segments is not acceptable.

Mating flanges for the valves / meters or on line equipment shall be shall
be of the the same rating, with same drilling details and same flange face
as that of the valves, meters or online equipment. Thickness of the mating
flange shall in any case will not be less than that of the valve, meter or on
line equipment.

 Flanges at other places and blind flanges shall be as per IS 6392

 The nominal size and thickness of the flanges shall be as defined for
pressure rating 1.0, 1.6 and 2.5 N/mm2 conforming to IS 6392. The
pressure rating of the flanges shall be equivalent to the that of the piping
section in which they are being installed. The selection of the flange out of
these three ratings shall be based on the design pressure at the place of
installation.

 Flanges shall be manufactured from MS Plates confirming to IS 2062.

 Flanges shall be machined on faces and edges to IS 6392 or BS 4504.


Flange drilling shall conform to IS 1538, wherever not specified.

 The suction and delivery pipes shown in the conceptual drawings of clear
water pumping stations are tentative. However the contractor shall check
the same so as to limit the velocity of flow in respective pipes, below 2

CE(PMC),PHED, Ajmer 207 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications for Pumping Station

m/sec. The velocity in the delivery pipes shall not exceed 2.0 m/s. The
velocity in the suction pipe shall not exceed 1.5 m/s. The velocity in
suction manifold shall not exceed 0.6 m/s. These velocities shall
correspond to the ultimate water demand for the year 2045.

4.6 SPECIFICATIONS OF VALVES

4.6.1General

The construction features and other specifications of valves shall be as defined


in chapter for specifications for valves. All valves shall be provided with the
companion flanges.

4.6.2 Pressure Rating

The pressure rating of valves must at least be equal to the maximum expected
pressure at the point of installation with minimum PN1.0 / PN1.6 as the case
may be.

4.6.3 Size

The size of valves must not be less than the size of the respective main
(suction, delivery) pipes.

4.7 MANUALLY OPERATED TRAVELLING CRANE (HOT CRANE


Crane Bridge

a) The crane bridge shall consist of a single bridge girder carrying


two wheels at each end of the span. Steel used shall be tested
quality steel conforming to IS 2062.
b) The long travel bridge wheels shall be rim toughened, heat
treated carbon steel casting conforming to IS: 1030 and shall be
double flanged type. The wheels shall have antifriction ball / roller
bearings. The wheels shall be machined on their treads to match the
runway rail section. The bridge shall have a geared shaft and pulley
connecting to opposite wheels of the span to achieve the long travel
motion of the bridge, by means of a chain. The runway rails of
adequate strength and rigidity, rail clamps and other accessories
for mounting the rails and suitable end stops for the bridge
shall be supplied by the Contractor.

CE(PMC),PHED, Ajmer 208 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications for Pumping Station

Trolley and Chain Pulley Block

a) The chain pulley block shall be operated on the lower flange of the
bridge girder.
b) The load chain shall conform to Grade M8 of IS: 3109 as grade 80 ofIS:
6216. It shall be heat treated to give ductility and toughness so that it
will stretch before breaking. It shall be of welded construction with a
factor of safety not less than 5.
c) The hand chains for the hoisting and traverse mechanism shall hang
well clear of the hook and both the chains shall be on the same side.
The hand chain wheel shall be made from pressed sheet steel and shall
be provided with roller type guarding to prevent snagging and fouling
of the chain. The hand chain shall be at least Grade 30 of IS:6216.
d) All the gearing shall be totally encased. Proper lubricating
arrangements shall be provided for bearings and pinions. Gears shall
be cut from forged steel blanks. Pinions shall be of heat treated alloy
steel. Gears shall be as per BS:436/IS:4460.
e) The trolley track wheels shall be rim toughened, heat treated carbon
steel or low alloy steel or C.I. and shall be single flanged and shall
f) have antifriction ball bearings. The wheels shall be machined on their
treads to match the flanges of the track joints.
g) The travelling trolley frame shall be made of rolled steel conforming to
IS:2062. The sideplates of trolley frame shall extend beyond wheel
flanges, thus providing bumper protection for the wheels. The two side
plates shall be connected by means of an equalising pin.
h) Axles and shafts shall be made of carbon steel and shall be
accuratelymachined and properly supported.
i) The lifting hooks shall be forged, heat treated alloy or carbon steel of
rugged construction. They shall be of single hook type provided with
a standard depress type safety latch. They shall swivel and operate on
antifriction bearings with hardened races. Locks to prevent hooks
from swiveling shall be provided. Hook shall be as per IS:3815/IS:
8610.
j) The brake for the lifting gear shall be automatic and always in action.It
shall be of screw and friction disc type self-actuating load pressure
brake. Brakes shall offer no resistance during hoisting.
Data
Description Particulars
Capacity 1.5 Tonne
Kuchaman PS 2.0 Ton
Chitawa PS 2.0 Ton
Bhilal PS 2.0 Ton

CE(PMC),PHED, Ajmer 209 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications for Pumping Station

Span As per Pump House GA


drawings
Runway Length As per Pump House GA
drawing.
Lift As per Pump House GA
Drawing
Type Single Girder

4.8 VENTILATION & COOLING SYSTEM FOR PUMP ROOM.

The ventilation and cooling system of the pump room must be designed such
as to limit the temperature rise to a maximum 5 ° Centigrade above the
ambient temperature. The ambient temperature is to be taken as 45 °
Centigrade for design of ventilation and cooling system. The contractor shall
provide detailed calculations to determine the temperature of ambient air
within the pump room with all pumps in operation.

4.9 VENTILATION & COOLING SYSTEM FOR PUMP ROOM.

The ventilation and cooling system of the pump room must be designed such
as to limit the temperature rise to a maximum 5 ° Centigrade above the
ambient temperature. The ambient temperature is to be taken as 45 °
Centigrade for design of ventilation and cooling system. The contractor shall
provide detailed calculations to determine the temperature of ambient air
within the pump room with all pumps in operation.

CE(PMC),PHED, Ajmer 210 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications for Pumping Station

4.10 VENTILATION & COOLING SYSTEM FOR PUMP ROOM.

The ventilation and cooling system of the pump room must be designed such
as to limit the temperature rise to a maximum 5 ° Centigrade above the
ambient temperature. The ambient temperature is to be taken as 45 °
Centigrade for design of ventilation and cooling system. The contractor shall
provide detailed calculations to determine the temperature of ambient air
within the pump room with all pumps in operation.

4.8.1 Exhaust fans

4.8.1.1General

Exhaust fans of appropriate rating, in general shall be provided for all


openings at the intake and in suitable numbers as per design of pumping
station buildings at all pumping stations, switchgear rooms, and at manifold
floor levels. The air change ratio by the selected fan must be provided for the
approval of the Engineer–in–Charge, before the selection of exhaust fans.

4.8.1.2 Technical particulars

OPERATING CONDITIONS

1 Fan designation Exhaust duty, 3 Phase.

2 No. of fans and To meet stipulated temperature


design capacity difference and air circulation levels for
limiting temperature rise within
specified limits.

3 Type Wall mounted, centrifugal

4 Fan capacity M3/Hr To be considered at minimum pressure


of 7.5 mm of water column (mmWC)

FEATURES OF CONSTRUCTION

1 Impeller Mild steel or Cast aluminium

2 Hub Cast Iron/Die cast aluminium

CE(PMC),PHED, Ajmer 211 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications for Pumping Station

3 Casing Mild steel

4 Wall cowl Galvanised iron sheet - 22 gauge

5 Bird screen 14 gauge galvanised iron with 12 mm


bird screen.

6 Motor TEFC IP 54, with speed not more than


1000 rpm synchronous.

4.8.1.3 Drawings and information to be provided

During detailed engineering the Contractor shall submit the following:

Leaflets on exhaust fan.

4.8.1.4 Instruction Manuals:

 Installation manual for erection


 Instruction for pre-commissioning check up, operation, abnormal
conditions, maintenance and repair
 Recommended inspection points and periods of inspection
 Schedule of preventive maintenance
 Ordering information for all replaceable parts
 Recommendations for types of lubricants, lubricating points, frequency of
lubrication and lubricant changing schedule.

4.9 AIR CONDITIONER

4.9.1General

In general, split type air conditioners shall be provided. The air conditioner
shall be of a suitable capacity to maintain a temperature of 28° C in the control

CE(PMC),PHED, Ajmer 212 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications for Pumping Station

room considering extreme ambient conditions of temperature and humidity.


The air conditioner must be supplied of a reputed make after approval of EiC.

4.9.2 Technical particulars

4.9.2.1Operating conditions

1 Location Two in control room at all pumping


stations having required capacity.
2 Room size As per approved drawing
3 Outside temperature Ambient 450C
4 Temperature requirement 28° C

4.9.2.2 Drawings and information to be provided

During detailed engineering the Contractor shall submit the following:

 Outline drawings showing the principal dimensions and weights and


installation details.

4.9.2.3 Instruction Manuals:

 Installation manual for erection

 Instruction for pre-commissioning check up, operation, abnormal


conditions, maintenance and repair

 Recommended inspection points and periods of inspection

 Schedule of preventive maintenance

 Ordering information for all replaceable parts

 Recommendations for types of lubricants, lubricating points, frequency of


lubrication and lubricant changing schedule.

4.10 PIPE FITTINGS

Pipe fittings of size 40 NB and below shall be forged carbon steel fittings
conforming to IS-1239 Part-II. Fittings above 50 NB up to 200 NB shall be
welded/seamless conforming to ASTM A-234 Gr. WPB and dimensional

CE(PMC),PHED, Ajmer 213 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications for Pumping Station

standard ANSI B.16.9. Fittings and specials of size 250 NB and above can be
fabricated from MS pipes fabricated as per relevant Indian standards. (900 & 450
elbows with R=1.5D, shall be in 5 piece & 3 piece mitre construction
respectively)

All specials such as bends, tees, tapers, etc. must be fabricated from MS pipes as
per provisions of IS codes and specifications. Before fabrication the detailed
drawings of fabrication of each special must be got approved from the Engineer-
in-Charge. All specials must be brought to site after inner lining and outer
coating as specifications and provisions of IS Codes.

4.11 PUDDLE COLLAR AND FLANGED DI PIPELINE:

The puddle collars embedded in the wall of size less than 600mm will be of
Ductile Iron.

If flanged DI iron pipes and specials shall be used in the pump houses and to
the limit of both pump station suction and delivery pipelines they shall be
manufactured and tested according to IS 1536 and 1537 respectively. Flanges
shall conform to IS 1538

4.12 DISMANTLING JOINTS

All butterfly, sluice valves, non-return valves, Bulk water meters or any other
online valves etc. shall be installed between flanges with a flexible MS
dismantling joint at one side. The joint must allow dismantling of the valve,
meters etc. without causing stress to the joints of the attached pipes. The
minimum clearance of the dismantling joint shall be five (5) cm. The pressure
class of the dismantling joint shall be the same as that of the respective valve
or meter. Drawings of the dismantling joint shall be submitted to the Engineer-
in-Charge for approval. The Nuts and Bolts of the joint shall be hot dip
galvanized. The joints shall be painted /coated as per specifications given for
exposed pipes.

The contractor may also provide & install bellow type dismantling joint of
with material of construction of bellow & internal sleeve as SS or SA 240 Gr-
304. The bellow type-dismantling joint shall be designed as per EJMA code,
USA

CE(PMC),PHED, Ajmer 214 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications for Pumping Station

4.13 TESTING AND INSPECTION

4.13.1Hydrostatic Test

The entire piping with valves and fittings will be site tested for pressure of 1.5
times the design working pressure. Duration of testing shall be a minimum of
30 minutes. In case the piping is to be in a network, isolated portions with
overlapping areas shall be tested. No pressure drop or leakage should be
evident

4.14 MISCELLANEOUS

4.14.1 Nuts, Bolts, Studs and Washers

Nuts and bolts shall be of the best quality bright steel, machined on the shank
and under the head and nut. Studs, bolts and nuts and washers shall be hot
dip galvanized. Bolts shall be of accurate length so that only one thread shall
show through the nut in the fully tightened conditions. Nuts and bolts shall
conform to IS 1363 and IS 1367.

Washers, locking devices and anti-vibration arrangements shall be provided


where necessary.

Where there is a risk of corrosion, bolts, nuts and studs shall be designed so
that the maximum stress does not exceed half the yield stress of the material
under any conditions. All bolts, nuts and screws which are subject to frequent
adjustment or removal in the course of maintenance and repair shall be made
of nickel bearing stainless steel.

The Contractor shall supply all holding down, alignment leveling bolts
complete with anchorages, nuts washers and packing required to fix the plant
to its foundations, bed plates, frames and other structural parts.

The Contractor shall procure and keep at site, reasonable excess quantities to
cover wastage of those materials which will be normally subject to waste
during erection, commissioning and setting to work.

4.14.2 Gaskets

CE(PMC),PHED, Ajmer 215 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications for Pumping Station

Gaskets shall be of Nitrile rubber and readymade machined cut gaskets for
respective flange shall be used. Gaskets cut out from rubber sheet by manual
method are not acceptable.

4.14.3 Support For Pipe work & Valves

All necessary supports, saddles, fixing bolts & foundation bolts shall be
supplied to support the pipe work. Valves and other devices mounted in the
pipe work shall be supported independent of the pipes to which they connect.
Wherever necessary RCC supports shall also be provided

4.14.4 Galvanizing

Wherever galvanizing has been specified the hot dip process shall be used.
The galvanized coating shall be of uniform thickness. Weight of zinc coatings
for various applications shall not be less than those indicated below:

(A)FABRICATED STEEL

Thickness less than 2 mm but not less 340 gm/m2


than 1.2 mm

Thickness 2 mm and above 460 gm/m2.

(B)FASTENERS

Up to nominal size M 10 270 gm/m2.

Over M 10 300 gm/m2.

Galvanizing shall be carried out after all drilling, punching, cutting, bending
and welding operations have been carried out. Burrs shall be removed before
galvanizing. Any site modification of galvanized parts should be covered well
by zinc primer and aluminum Paint.

4.14.5 Painting

Painting of exposed ferrous surface of all items of plant shall be carried out by
the Contractor in accordance with provision in the “Specifications for Civil
Works”.

CE(PMC),PHED, Ajmer 216 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications for Pumping Station

Immediately on arrival at the site all items of plant shall be examined for
condition of the primer coat/finish paint applied at the Manufacturer's works
and unsatisfactory portions shall be cleaned down to the bare metal, all rust
being removed, and the surface made good with similar primer/paint.

After erection, such items which are not finish painted, shall be finish painted,
and items finish painted at the Manufacturer's works shall be touched up for
any damaged paint work.

No painting shall be carried out unless the item has been inspected and
accepted by Engineer in Charge or the person authorized by him. Shades of
finish painting of equipment shall be approved by Engineer-in-Charge.

4.14.6 Lubrication

A complete schedule of recommended oils and other lubricants shall be


furnished by the Contractor in the operation and maintenance manuals. The
number of types of lubricants shall be kept to a minimum. In case of grease
lubricated bearings for electric motors, lithium base grease is preferred.

The Contractor shall indicate the brand name of indigenously available


equivalent lubricants with complete duty specifications, to enable the
department to arrange procurement in future. The Contractor shall furnish
the schedule of quantities for each fill, frequency of filling and annual
requirement.

Where lubrication is effected by means of grease, preference shall be given to


a pressure system which does not require frequent adjustment or recharging.
Frequent, for this purpose means more than once in a month.

Where more than one type of special grease is required, a grease gun for each
special type shall be supplied.

All lubricant systems shall be designed so as not to cause a fire or pollution


hazard.

CE(PMC),PHED, Ajmer 217 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications for Pumping Station

The contractor shall supply flushing oil for such lubrication system when an
item of plant is ready for preliminary running.

4.14.7 Erection

4.14.7.1 General

The contractor's staff shall include at least one competent erection engineer
who should be at least a graduate Engineer with 2 years erection experience
and who should be permanent employees of the contractor, to supervise the
erection of the works using sufficient skilled, semi-skilled and unskilled
labour and to ensure completion of the Works on time. The contractor shall
not remove any representatives, erectors or skilled labour from the site
without the prior approval of the Engineer in Charge

The contractor's erection staff shall arrive on the site on dates to be agreed by
the Engineer in Charge who will give to the contractor advance notice in
writing of the dates on which they will be required. Before they proceed to the
site, however, the contractor shall first satisfy himself, as necessary, that
sufficient material of his supply has arrived on site so that there will be no
delay on this account.

The contractor shall be responsible for setting up and erecting the equipment
to the line and level required.

4.14.7.2 Leveling and Grouting of Machinery

The pumps and motors shall be properly and accurately leveled and aligned
on the concrete plinth by means of tapered metal wedges and metal packing
pieces before any grout is poured. After correct alignment and leveling the
foundation bolts shall be nipped up to hold the machine firmly in position
and it shall be the Contractor's responsibility to check that the position is
maintained after the grout has been poured but before it sets. The grout which
will contain an approved expanding agent will be mixed and poured by the
Contractor. ACC Shrinkomph (anti- shrinkage), grout mixture or equivalent
as approved by Engineer in Charge, is to be used for grouting.

CE(PMC),PHED, Ajmer 218 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications for Pumping Station

The horizontality of base plate top shall be within 0.05 mm/meter. The base
plate top surface and pump motor box are to be blue matched to get a contact
area of at least 80%.

After the grouting mixture has set, the foundation bolts shall be pulled up
hard and the alignment and level rechecked. The Engineer in Charge shall be
informed at all times of the progress of this work and when any checks on
alignment and level are to be carried out so that he may witness the checks if
he so requires. The approval of the Engineer in Charge or his intimation that
the alignment or level of the machines is to his satisfaction shall in no way
relieve the Contract of his obligation under contract to properly install and
align the machines and Pipe work and shall in no way prejudice the Engineer
in Charge's rights to order rectification of any installation work later found to
be improperly carried out.

4.14.7.3 Name Plates

Each main and auxiliary item to the Plant shall have permanently attached to
it, in a conspicuous position, a name plate and rating plate, each of weather-
resistance and fire-resistance material. Upon these shall be engraved or
stamped the manufacturer's name, type and serial number of Plant, details of
the loading and duty at which designed to operate.

Details of proposed inscriptions shall be submitted to the Engineer in Charge


for approval before any labels are manufactured.

4.15 PUMP HOUSE CIVIL WORKS

4.15.1 Pumping Station Buildings

The contractor shall design the pump house for making installation for
pumping machinery designed for ultimate water demand with suitable space
for electromechanical equipments. The design considerations, material
specifications, workmanship and testing of materials shall be as per Chapter
for “Specifications for Civil Works”. The general requirement of pump house
buildings shall be as follows:

CE(PMC),PHED, Ajmer 219 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications for Pumping Station

4.15.2 Pumping Stations

S. No. PARTICULARS SPECIFICATIONS


1. Type of Structure RCC framed Structure
2. Plinth Level Minimum 0.70 meters above
finished ground level.
3. Minimum Height of
building above finished
floor Levels
i) At Pump/motor floor As per the requirement of
area installation of pumping
machinery & valves and specials
for ultimate design water demand
for the year of 2045 with suitable
space as per provisions of IS
codes and minimum height below
crane.
ii) Areas of Switchgear 4 meters minimum
iii) Loading/unloading 7 meters minimum
/maintenance bays
iv) other areas 4 meters
4. External walls Below RCC curtain wall up to plinth
Ground Level beam with cross section as
approved by the EiC
5. External walls above Brick masonry 345 mm thick in
Ground Level Cement Sand mortar 1:4
6. Internal walls Brick masonry 230 mm thick in
Cement Sand mortar 1:4
7. Partition walls Half Brick masonry in Cement
Sand mortar 1:4
8. Area for Control Room Area as specified in scope of work
/ specifications. The area shall
have partitions with aluminum
framed glazed panel partitions of
height up to lintel level
9. Area for Office Area as specified in scope of work
/ specifications.
10. External finish Three sides of the pumping

CE(PMC),PHED, Ajmer 220 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications for Pumping Station

S. No. PARTICULARS SPECIFICATIONS


station shall grit wash in gray
cement with matching colour
grits except back side. (back side
wall shall cement paint matching
with other sides & as per
approval of EiC)
11. Plaster
Interior Plaster 20 mm thick in Cement Sand
mortar 1:4
Plaster on external 12.5 mm thick base plaster for
Walls Grit wash on three sides of the
buildings and back side wall shall
25 mm thick in Cement Sand
mortar 1:4
Toilet Glazed tiles up to lintel level and
plaster 20 mm thick in Cement
Sand mortar 1:4 above lintel level
12. Flooring
a) Pump/motor floor Floor metallic Hardener topping
with CC base
b) Switchgear floor Kota Stone
c) Battery room/ Battery Kota Stone
Charger
room/Operator office
space/ duty room/
office space/toilets and
other areas
d) Control room Kota Stone.
e) Walk ways MS Chequered plates on MS
structures and Kota Stone on RCC
structures.
f) Corridors and stairs Kota stone
13. Painting
a) Outer building area Cement based paint
b) Inner areas of Oil bound Distemper
pump/motor room,
store, maintenance bay,

CE(PMC),PHED, Ajmer 221 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications for Pumping Station

S. No. PARTICULARS SPECIFICATIONS


and other areas
c) Control room / lobby / Acrylic Plastic Emulsion Paint
office area
14. Doors
a) Control room Glass paneled Aluminum Double
door shutters with aluminum
frame and single panel hinged
shutters with door closures. The
first gate shall be provided with
air curtain of appropriate design
to ensure dust proofing.
b) Main Entrance Doors Glass paneled Aluminum door
shutters with aluminum frame
and double panel hinged shutters
with door closures.
c) Switchgear room Glass paneled Aluminum door
shutters with aluminum frame
and single panel hinged shutters
with door closures.
d) toilet and other areas Pressed steel frame with 38mm
thick flush doors shutter
15. Windows
a) On Outer Front Walls Glass paneled Aluminum
and other windows shutters with aluminum frame &
opening in main aluminum safety grills to protect
entrances the glass and double panel
shutters. (All windows in Control
room will be fixed without
shutters of same specifications)
b) Other Windows Steel section window with wire
mesh and safety grill
16. Cooling Arrangement
a) Entrance lobby Fans
b) Office rooms Fans and Coolers
c) Duty Room Fan and Coolers
d) PLC Control room Air Conditioner

CE(PMC),PHED, Ajmer 222 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications for Pumping Station

4.16 MISCELLANEOUS REQUIREMENTS

4.16.1 Nameplates, signboards, nomenclature

Each item of the plant shall have permanently attached to it in a conspicuous


position a nameplate, on which shall be engraved or stamped the
manufacturer's name, type and serial number, year of manufacture, details of
the design capacity etc. Such labels shall be of non-hygroscopic material to be
approved by the Engineer in Charge.

Nearby or on each item of the plant, shall be fixed a plate with the name and
nomenclature (code) of the item according to the project nomenclature. It
shall be visible from a distance of several meters.

The contractor shall also provide bilingual signboards and instruction tables
of durable material, throughout the plant, for the purposes of operation,
maintenance and security:

 Danger and caution signs (English and local language)


 Preventive maintenance schedules (local language)
 Operating instructions (local language)
 Unit names (English and local language)
 Nameplates at the doors to the units (English and local language)

Signboards and plates shall be appropriately sized in relation to the relevant


item and its surroundings. Details of the proposed inscription, size, material
and colours shall be submitted to the Engineer in Charge for approval before
any signboards or plates are manufactured. They shall be compatible with the
instructions in the operation manual.

All cables shall be provided with clip-on identification numbers on both ends
and at all terminations in between, for identification. The nomenclature shall
correspond to the electrical as-built drawings.

The nomenclature and labeling of the plant shall be decided in close co-
operation with the Engineer in Charge.

4.16.2 Fire extinguishers

CE(PMC),PHED, Ajmer 223 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications for Pumping Station

The contractor shall provide dry powder type CO2 fire extinguishers (10 kg)
for the pumping stations at the locations specified in Scope of Work after
consultation with the Engineer in Charge:

4.16.3 First aid kits

Complete first aid kits at all the sites shall be provided for the maintenance
bays of the pump houses. The first aid kit shall consist of all materials,
medicines necessary for treatment of cuts, wounds etc. Following materials in
general in sufficient quantities shall be provided.

Medical cotton, sterile cotton pads


Cotton Bandages, elastic bandages
Pair of scissors, packet of new shaving blades
Sticking plaster for medical use.
Band aid stripes

Following chemicals/medicines shall be provided in sufficient quantities:

Tinctures iodine and mercury chrome


Burnol ointment
Bottles of spirit and of Dettol
Toilet soaps

To be procured under medical advice

Skin lotions and ointments for burns, acid effects


Eye drops for soothing effects

Fire extinguisher and first aid kits shall be provided for the end of the
commissioning period only.

4.16.4 Electro Chlorination System

The contractor shall design, supply, install , test and commission the electro
chlorination system which shall be safe, reliable, efficient and of low
operating cost.

CE(PMC),PHED, Ajmer 224 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications for Pumping Station

Size of the Chlorination System shall be sufficient to achive chlorine level of


minimum 5 ppm and maintain the same level in the water pumped to various
clusters ( including urban water supply) at the design flow rates.

Minimum Chlorination System Capacity at Different Pumping Stations shall


be as under.

Kuchaman PS – 1750 gms of chlorination per hour.

Chitawa PS – 1750 gms of chlorination per hour.

Bhilal PS – 1000 gms of chlorination per hour.

The Electro Chlorination system shall be built with Engineering Plastics and
controlled by microprocessor based pre programmed logic control system. It
shall incorporate sensor system to automatically sense operation throughout
the process to minimize operator intervention. The electro chlorination
Systems shall have major components listed as under :-

1) Brine Tank :- System should have a minimum 250 liters capacity , FRP
material Brine Tank use to store brine solution.

2) Brine pump:- A mono bock pump having sutable discharge capacity.

3) Water Rotameter :- A Rotameter for Chlorine production having suitable


productiion rate .

4) Hypo Tank :- FRP material having capacity of minimum 250 liters.

5) Hypo Dosing Pump:- Mono block pump having suitable discharge capacity
( minimum of 100 lph)

6) Blower :- An air blower for dilution of H2 produced having suitable


capacity .( minimum 25 cum/ hr)

7) Electrolyzers :- An electrolyzer having electrolysis capacity as specificed


above , containing minimum 6 nos or more cells as per design
requirement.

CE(PMC),PHED, Ajmer 225 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications for Pumping Station

8) Rectifier cum Transformer:-Transformer rectifier having minimum rating of


70A/ 25 V.

9) Piping :- System should have appropriate size non metallic piping system
with required fittings & valves etc complete.

10) System control unit for automatic operation as specified above.

4.16.5 Rain Water Harvesting Structure :-

Contractor will have to construct a complete RWH system at each Pumping station
locations Parbatsar, Peelwa and Gular. System will consists of following units :-

a) Desilting / Filter Pit :- Excavation pit constructed in 0.75m dia , 1.50 mtr deep

with RCC rings. Fill with stone/brick/ filter media for water filteration.
b) Collection Tank :- For storage of rain water a 25000 liters capacity storage tank

constructed in Stone masonry walls in cement mortar 1:6, duly plasterd with
minimum 20mm thick plaster in 1:4 ratio mortar.
c) Recharge Tank :- To use the overflow water from collection tank a recharge

tank will be constructed. This tank will be constructed in a size of 3.00 X 1.50
X 1.00 mtr with 1:6 CM stone masonary walls & RCC roof covering in M-20
grade containing provision of vent pipes, one opening covered with manhole
cover. The size of tank shall be 0.75 mtr dia , 4 mtr deep from bed level. The
recharge tank shall consists of construction of recharge shafts in bed with
RCC rings filled with filter media.

CE(PMC),PHED, Ajmer 226 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of Valves

CHAPTER- 5:
SPECIFICATIONS OF VALVES

5.1 GENERAL

This chapter describes the minimum requirements for the provision of Gate
Valves, Butterfly Valves, Check Valves and Air Valves. Prior to the
procurement of valves the Contractor shall obtain the Engineer in charge’s
approval for the materials of construction to be used, construction details
( G.A.drg.). size, rating and make of the valves.

 General applicable Standards to be applied to the Works under this Section


shall be Indian Standards and British Standards or other approved
International Standard.

 As far as practicable all valves of the same type shall be from the same
manufacturer.

 Valves for pipeline installation shall comply with the relevant provisions of
the appropriate BS, IS and other international standards.

 A certificate from the manufacturer’s shop testing shall be provided for


review by the Engineer in charge, prior to despatch.

 Before delivery to site, all working surfaces shall be thoroughly cleaned and
metal protected with grease. The initial charges of oil, grease and similar
materials necessary for the correct setting to work and operation of valves
and penstocks shall be provided by the Contractor. Packing must be
sufficient to ensure complete protection of the valve & fitting during
transit and storage and all valves are to have their openings sealed until
installation.

5.2 INSTALLATION

 All valves, gates, operators and appurtenances shall be installed in


accordance with the manufacturer’s recommendations and as per the
specifications laid for pipe laying, and to the locations indicated on the
drawings.

CE(PMC),PHED, Ajmer 210 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of Valves

 The installation shall be true to alignment and rigidly supported.

 As soon as installation and operating conditions permit, all valves and


appurtenances shall be given a field test to be witnessed by the Engineer
in charge to demonstrate that they meet all requirements and operating
conditions.

 Valves shall be PN rating 1.0, 1.6, 2.0 and 2.5 (as required) based on
hydraulic considerations as per the sum of the hydraulic working pressure
and design surge pressure at the point of installation.

5.3 FLANGES

 The nominal size and thickness of the flanges shall be as defined for pressure
rating 1.0, 1.6 and 2.5 N/mm2 conforming to IS 6392. The pressure rating
of the flanges shall be equivalent to the valve with which they are being
installed. The selection of the flange out of these three ratings shall be
based on the design pressure at the place of installation. However flange
drilling details & flange faces shall be matching with that of respective
valve.

 Valves shall be flanged and the flange face at right angles to the valve
centerline. Backside of valve flanges shall be machined or spot faced for
proper seating of the head and nut.

 Flanges shall be manufactured from MS Plates confirming to IS 2062.

 Flanges shall be machined on faces and edges to IS 6392 or BS 4504. Flange


drilling shall conform to IS 1538, wherever not specified.

 No new or additional holes shall be drilled on site. Tapped holes are not
acceptable in flanges.

5.4 OPERATION

 All sluice valves and butterfly valves on pipeline shall be manually operated
and they shall be provided with suitable hand wheel or key. For valves
greater than 300 mm diameter gear operators shall be used. The direction

CE(PMC),PHED, Ajmer 211 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of Valves

of closing shall be clearly indicated on the hand wheel or body as


appropriate.

 Sluice valves and butterfly valves in the pumping stations which are
electrically operated shall also have provision of manual operation. The
direction of closing shall be clearly indicated on the hand wheel or body as
appropriate. Valves shall be made electically operated as per requirement
and as approved by EiC.

 Manual operation of valves shall be such that the torque effort required to
manually operate the hand wheel manually, lever or chain shall not
exceed 20 kg-m applied by an operator.

 Valves shall be provided with operating hand wheels, caps, extension


spindles and valve boxes as per the requirements of installation and
operation. Extended valve spindles shall have spindle guides and
operating caps.

 For sluice valves upto 600mm diameter installed in underground chamber or


otherwise not easily accessible, the Contractor shall furnish extension
spindles and/or keys, or chains with extension oil cups or such similar
fittings or appliances as may be required to permit easy access for proper
operation, lubrication etc. Valves shall be suitable for frequent operation
as well as operation after long periods of idleness in either open or closed
position.

 Unless detailed otherwise all hand wheels shall have the words “open” and
“close” cast in English with arrows indicating the direction of rotation. All
hand wheels shall be of a solid cast type.

 The valve stem, thrust washers, screws, nuts and all other components
exposed to the water shall be of a corrosion resistant grade of stainless
steel. Valves shall be free from sharp projections. Butterfly valves shall be
provided with bypass arrangement having rising spindle gate valves.
Bypass may be integral with valve or connected between pipes. Minimum
size of by pass for valves in main is 150 mm.

CE(PMC),PHED, Ajmer 212 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of Valves

 Operation must be possible by one man against maximum design working


pressure. For butterfly valves the gearbox shall be provided with self
locking devices. A locking facility shall be provided for the BF valve in
either the fully open, fully closed or intermediate position. Gate valves
and butterfly valves shall be provided with position indicators, to show
whether the valve is in the open or close position.

 Scour valves shall be provided with extension spindle with supports for
operation from operating level / ground level, as required.

 All valves shall be protected against corrosion. Minimum required


application shall be factory applied food grade epoxy system 250 microns
thick.

 Provision for indicator tags shall be made for identification / location of


valves. Marking shall be either cast on the bonnet or the body and shall
show the following:

Manufacturer’s name or mark


Year of valve casting
Size of valve
Designation of working pressure
Number of turns to open, with the direction of closing clearly indicated on
the handwheel or body as appropriate.
Client’s Name

 Gaskets shall be of Nitrile rubber and readymade, machine cut matching


with respective flanges. Gaskets cut out from rubber sheets using manual
methods are not acceptable.

 Nuts and bolts shall be of the best quality bright steel, machined on the
shank and under the head and nut. Nuts and bolts shall conform to IS 1363
and is 1367, unless otherwise specified. Nuts and bolts shall be hot dip
galvanized or shall be chromium plated.

5.5 BUTTERFLY VALVES

5.5.1Constructional Features

CE(PMC),PHED, Ajmer 213 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of Valves

The valves shall be with integral body seat and bubble tight shut-off type,
suitable for ON-OFF & regulated operation.

Butterfly valves shall be of double eccentric and resilient seated type


generally as per BS EN 593, BS 5155 and IS 13095. Valves on transmission
mains which are used for only isolation purposes shall be provided with
stainless steel extension spindle / telescopic arrangement so that valves can
be operated manually or by a portable electric actuator from ground level and
without entering the chamber.

Butterfly valves shall be suitable for mounting in any position. The valve shall
be free from induced vibrations

Butterfly valves shall be suitable for bi-directional pressure testing with dead-
tight shut off even after long period of operation. The valves shall be of
double flanged short body or long body type.

The valve seat shall be of replaceable design. When the valve is fully closed,
the seal shall seat firmly. The seat surfaces shall be machined smooth to
provide a long life for the seal. All fasteners shall be set flush so as to offer the
least resistance possible to the flow through the valve.

The shaft shall be stainless steel with Bronze or equivalent seal with self-
lubricating bearings. Disc pins shall be stainless steel. Rings shall be bi-
directional self-adjusting suitable for pressure or vacuum service. Removal
and replacement of seals shall be possible without removing the operating
mechanism, valve shaft and without removing the valve from the pipeline.
Valve shafts shall be a one-piece unit extending completely through the valve
disc, or of the "stub shaft" type, which comprises two separate shafts inserted
into the valve disc hubs.

All valve spindles and hand wheels shall be positioned to give good access for
operational personnel. Valve of diameter 450 mm and above shall be
provided with enclosed gear arrangement for ease of operation. The gear box
shall be of worm and worm wheel design type, totally enclosed, grease filled
and weather proof. The operation with gearing shall be such that they can be
opened and closed by one man against an unbalanced head of 1.15 times the
specified rating. Valve and gearing shall be such as to permit manual

CE(PMC),PHED, Ajmer 214 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of Valves

operation in a reasonable time and not exceed a required rim pull of 200 N.
The valve disc shall have a 90 degree turn.

The disc shall be designed to withstand the maximum pressure differential across the
valve in either direction of flow. The disc shall be contoured to ensure the lowest
possible resistance to flow and shall be suitable for throttling operation.

It should be possible to open the valve with upstream pipe fully filled and
downstream pipe empty. The shaft shall be designed to withstand the
maximum torque that will be imposed by the operator. It shall be secured to
the discs by tapered stainless steel cotter pins or by bolting.

Valves shall be provided with a continuous mechanical position indicator to


show the position of the disc, mounted on the driven shaft end.

Rigid adjustable stop mechanism shall be provided within the gear box or
elsewhere on the valve to prevent movement of the disc beyond the fully open
or closed position (i.e. set points).

Valves shall be capable of closing against the maximum flow that can occur in
practice. The breakaway torque under maximum differential head conditions
shall be within the manufacturer’s limits.

All hand wheels shall be arranged to turn in a clockwise direction to close the
valve, the direction of rotation for opening and closing being indicated on the
hand wheels.

All hand wheels shall be provided with an integral locking device to prevent
operation by unauthorised persons.

5.5.2 Features of Construction

The requirement shall be as follow: -

Table 'A'

S.N. Particulars Required specifications


(A) General requirements
1. Conforming to BS 5155 Generally or IS : 13095

CE(PMC),PHED, Ajmer 215 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of Valves

S.N. Particulars Required specifications


2. Fluid handled Clear Water
3. Rating (PN 1.0,1.6 and 2.5)
As per maximum design pressure at the
point of installation
5. Temperature of fluid 4 to 45 degree Celsius
(B) Service
1. Tight shut off Yes
(C) Modes of operation
1 Direction of rotation of Clock-wise for closing
hand wheel
2 Orientation of hand wheel Perpendicular
w.r. to pipeline
(D) Type of construction
1. Flanged or Wafer Double flanged short body or double
flanged long body series
2. Face to face dimension As per BS 5155 or IS : 13095
3. Whether lifting lugs and Yes
mounting feet are required
4. Valve installation Horizontal
(E) Any other Information
a) Limit stops should be provided in open and closed position with
protection against excessive operating force with mechanical
position indicator
b) Locking arrangements should be provided for the valve disc to
facilitate removal of gear box.
(G) Tests to be carried out As per BS 5155 or IS : 13095

5.5.3 Material of Construction

S.No. Item Material of construction

(1) Body Spheroidal Graphite Iron IS 1865 Gr 400/12


Ductile Iron DIN 1693-GGG 40/GGG 50

CE(PMC),PHED, Ajmer 216 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of Valves

S.No. Item Material of construction

(2) Disc Spheroidal Graphite Iron IS 1865 Gr 400/12


Ductile Iron DIN 1693-GGG 40/GGG 50

(3) Shaft Stainless steel BS 970 Grade 413 S19

(4) Disc Seal Ring EPDM

(5) Disc Seal Stainless steel ASTM 351-CF8M


Retaining Ring

(6) Body Seat Stainless steel AISI 316/ Nickel weld overlay
micro finished/ integral micro finished seat
with valve body

(7) Shaft Bearing Bronze with EPDM `O’ ring seal

(8) Internal Fasteners Stainless steel SS 316

(9) Nuts, bolts & High tensile steel hot dip galvanized
washers for pipe
flanges

(10) Coating Internal and external with powder or liquid


food grade epoxy coating with minimum dry
film thickness of 250 microns.

5.6 SLUICE / GATE VALVES :-


Soft Seated sluice Valve :-

Manufacturing, supply and delivery of DI D/F (Double Flanged) Sluice Valves (Soft
sealing Sluice Valve/Sluice Valve) with body and bonnet of ductile cast iron of grade
GGG-40, wedge fully rubber lined with EPDM of grade W-270 (approved for
drinking water) and seals of NBR. Stem of Stainless Steel 420 (1.4021) with rolled
threading. The valves should be of vacuum tight under low pressure condition and
100% leak proof when shut. Face-to-face dimensions as per BS 5163-89 and flange
connections as per BS 4504; resilient seated as per EN 1171. With replaceable stem
nut and all the valves should be with electrostatic epoxy powder coating both inside
and outside with pocket less straight through uninterrupted body passage.

CE(PMC),PHED, Ajmer 217 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of Valves

1) Gate valve will be capable of burried applications without chamber Construction.


2)The wedge will have plastic rectangular sliding block at each side which ensures
smooth travelling of the wedge and reduces the torque and wear and tear during
operation.
3) Gate valves will have straight through pocket less body passage without any wedge
sack.
4) Gate valves stem sealing will not be of gland packing type and the sealing is by 3 O-
ring system which ensures 100% leak tightness under full testing pressure of 1,5 times
the rated pressure.
5) As required by the department, the cut models of the valves should be presented for
verification
6) The product shall have three year satisfactory performance certificate of State /
central Government. The certificate shall be issued by Central / State Government
official not below the rank of Executive Engineer .
7) The manufacturer shall have testing and manufacturing facilities in India.

Material of Construction:

Body Ductile iron to EN-JS 1030 (GGG-40)


Wedge Ductile iron to EN-JS 1030 (GGG-40), fully
vulcanized with EPDM rubber [Grade-W
270]
Stem Stainless Steel 420 with 13% chromium
(1.4021)
Stem Nut Brass
Bonnet Gasket EPDM Rubber grade W-270

Stem Sealing 3 O-rings of NBR

Surface Protection Electro static epoxy powder coating min. 250


microns thickness, color RAL 5005 Blue.

5.7 AIR VALVE

5.7.1General

 The valves shall be as per the scope of work. The valves shall be capable of
exhausting air from pipe work automatically when being filled. Air is
being released at a sufficiently higher rate to prevent the restriction of the
Inflow rate. Similarly the valve shall be capable of ventilating pipe work
automatically when being emptied. The air inflow rate is being sufficiently
high to prevent the development of a vacuum in pipeline. The valve shall

CE(PMC),PHED, Ajmer 218 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of Valves

automatically release air accumulating in pipeline work during normal


working condition.

 Kinetic / Double Air valves (to be provided on pumping mains only) shall
be tamper proof & of double orifice type with a large orifice for ventilation
and for exhaust of air of the pipeline and small orifice for release of air
under working pressure. The valve shall be suitable for maximum
working pressure in the system. All air valves shall be provided with
isolating valve and flanged end connection.

 Single Air valves (to be provided in distribution mains only) generally shall
be of large orifice type. The valve shall be suitable for maximum working
pressure in the system.

 Air valves shall be designed to prevent premature closure prior to all air
having been discharged from the line. The orifice shall be positively sealed
in the close position but float (Ball) shall only be raised by the liquid and
not by mixture of air and liquid. The sealing shall be designed to prevent
the floats sticking after long period in the close position.

 For outlets with above ratio less than three, then the joints will be of plate
reinforcement type.

 The aperture of valves must be properly designed for which the contractor
shall submit design calculations or valve characteristic curve for necessary
approvals before the procurement of valves.

 The air valve should be as per AWWA 512-92/ IS-14845.

 All branched outlets, including air valve, Tees will be provided with one
½”BSP half / full coupling duly plugged for measurement of pressure in
due course. The closing plug will be in Stainless Steel (AISI 304 or
equivalent) with Hex. Head and will be provided with copper washer for
sealing.

 Air valves shall thus be designed to automatically operate so that they will

 Positively open under internal pressure less than atmospheric pressure


to admit air in bulk during pipeline draining operation;

CE(PMC),PHED, Ajmer 219 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of Valves

 Exhaust air in bulk and positively close as water, under low head, fills
the body of the valve during filling operation;

 Not blow shut under high velocity air discharge; and

 Exhaust accumulated air under pressure while the pipe is flowing full of
water.

 All air valves shall be constructed so that internal working parts which may
become necessary for repairs shall be readily accessible, removable and
replaceable without use of special tools and removing the valves from the
line.

 Valves shall have nominal diameters upto DN 200, with working pressure
for air valves shall not be less than PN 1.6.

 The Contractor shall verify with the supplier of the valve that the valves
have the capacity to sustain the pipeline test pressures prior to testing.

 The Contactor shall submit air discharge chart (for outflow and inflow of air)
for approval of make of air valves

 All flanges will be drilled as per I.S. 1538.

 The gaskets shall be of nitrile rubber.

5.7.2Material of Construction

Item Material of Construction

Body and cover Spheroidal Graphite Iron IS 1865 Gr 400/12 or


Gr500/7
Ductile Iron DIN 1693-GGG40 / GGG50

Seat ring Dexine (Nitrile Rubber) on bronze seat

Low pressure ball Stainless steel as per IS: 3444

High pressure ball Stainless steel as per IS: 3444

Internal Linkages Stainless steel 304

CE(PMC),PHED, Ajmer 220 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of Valves

Sluice Valve Isolating Sluice Valve conforming to IS 14846

5.8 SPRING LOADED DUAL PLATE CHECK VALVE

5.8.1General

 The valve shall be of flanged type suitable for mounting on a horizontal


pipeline.

 Valves shall possess high speed closing characteristics and be designed for
minimum slam condition when closing.

 Dual plate check valves conform to API 594 and API 598. They shall have
resilient sealing. The spring action shall optimise the equal closing rates of
each plate especially when the friction coefficients are uneven due to one
plate resting upon one another. The plates shall not drag on the seat while
opening. The plates shall not vibrate under full or partial flow condition.

 The minimum body-wall thickness shall conform to those given in Table 1B


of API Standard 594.

 The face-to-face dimensions of valves (including valves with ring-joint


facings) shall conform to those mentioned in Table 2B of API Standard 594.

 The valve body shall be furnished with a clearly visible cat cast, forged,
machined-in, or die-stamped arrow to indicate the direction of flow
through the valve.

5.8.2 Constructional Features

Double Flanged quick closing non slam spring loaded dual plate, generally
conforming to API 594 for pressure rating as per requirement at particular
section, of size equivalent to the delivery pipe, shall be provided with
following material of construction:

5.8.3 Materials of Construction

CE(PMC),PHED, Ajmer 221 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of Valves

(a) Rating As per requirement at particular


section

(b) Body CI to IS 210 Gr FG 260 for PN 1.0 and


CS/MS for PN 1.6 /2.0

(c) Plate CS : A 216 Gr WCB

(d) Hinge Pin /Stop Pin SS. AISI 431

(e) Springs SS. AISI 316

(f) Body & Plate Seat 13% Chromium overlay.

(g) Seal EPDM

(h) Retainer Carbon Steel

(i) Body Bearing SS AISC 316

(j) Plate Bearing SS AISC 316

5.9 NON-RETURN VALVES

5.9.1Constructional Features

Non-return valves shall be double flanged and installed on the delivery side
of the pumps, and shall be suitable for installation in a horizontal pipeline.
Rapid natural closing to be non-slam by suitable design of spring return
mechanism, to ensure that the valve will rapidly fully close the moment
forward flow of the water ceases i.e. on pump shutdown, external counter
weights will not be acceptable. To prevent excessive head loss, larger
diameter non-return valves will be provided with several smaller and lighter
flaps in a single bulkhead. In this case stopper to be provided for the upper
door to avoid contact with shell.

5.9.2Materials of Construction

Body CI to IS Gr FG 200
Door CI to IS Gr FG 200
Spring Spring steel BS:970
Body ring S S. AISI 304

CE(PMC),PHED, Ajmer 222 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of Valves

Door ring SS. AISI 304


Hinge pin AISI 410 /431 Hardened and ground

5.10 NUT, BOLTS, WASHERS

The jointing material such as nuts, bolts, washers, pig lead, rubber packing,
etc. shall be provided by the Contractor.

Nuts and bolts shall be of the best quality bright steel, machined on the shank
and under the head and nut. Studs, bolts and nuts shall be galvanised. Bolts
shall be of accurate length so that only one thread shall show through the nut
in the fully tightened conditions. Nuts and bolts shall conform to IS 1363 and
IS 1367.

Washers, locking devices and anti-vibration arrangements shall be provided


where necessary.

Where there is a risk of corrosion, bolts, nuts and studs shall be designed so
that the maximum stress does not exceed half the yield stress of the material
under any conditions. All bolts, nuts and screws which are subject to frequent
adjustment or removal in the course of maintenance and repair shall be made
of nickel bearing stainless steel.

The Contractor shall supply all holding down, alignment leveling bolts
complete with anchorages, nuts washers and packing required to fix the plant
to its foundations, bed plates, frames and other structural parts.

The Contractor shall procure and keep at site, reasonable excess quantities to
cover wastage of those materials which will be normally subject to waste
during erection, commissioning and setting to work.

Throughout erection, the valves shall be supported properly on wooden


sleepers, etc. and shall be concreted immediately thereafter, as directed.
Before the valves are actually fixed, they shall be cleaned and greased and it
should be seen that all parts are in perfect working condition. In the case of
air valves, the Contractor shall take special care of the dexine joints and the

CE(PMC),PHED, Ajmer 223 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of Valves

ebonite and /or vulcanite balls until they are fixed in position. They shall be
kept immersed in water in suitable containers.

5.11 GEAR BOX FOR VALVES

Gear box must be self locking type, with a continuous indicator. Travelling
nut and screw type of gear boxes are not acceptable

The gear box of quadrant type or traveling nut type must conform to the
provisions of AWWA C-504. The rated torque capability of each operator
shall be sufficient to seat, unseat and rigidly hold in any intermediate position
the valve disc it controls under the operating conditions specified. Operating
torque must be as per requirements given in clause 5.2.2 and 5.3.

The operator must essentially be of self locking type with or without


additional spur gear arrangement to ensure that the effort on hand wheel is
limited to the pull specified.

All valve operators shall be equipped with adjustable mechanical stop-


limiting devices to prevent over-travel of the valve disc in the open and
closed positions. Either end of the worm shaft must be provided with needle
roller bearing to take on the lateral thrust.

The housing for the gearing must be enclosed and sealed in such a way that
there is no leakage of oil / grease even after long period of un-use and there is
no ingress of rain water. Operator for valves, which are likely to be
submerged in water for long period during the rainy season, must be water
tight.

The hand wheels may be provided with extension for easy grip. The hand
wheels must have a provision for locking with a chain and pad lock. All
operators when fitted to the valve shaft must ensure clock wise closing and
this must be indicated on the housing. A mechanical indicator is to be
provided to show disc travel and end of travel.

CE(PMC),PHED, Ajmer 224 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of Valves

5.11.1Material of Construction:

Housing and Cover: Same as valve body


Quadrant: SG Gr 500-7
Spur Gears: EN-8 with hardened pinions of EN-19
Worm: EN-19, hardened
Bearings: FAG/SKF/Equivalent
“O” rings: Nitrile rubber

Hand wheel: Steel / SG Iron

5.12 ELECTRIC ACTUATOR

Actuators shall be suitable for the medium, climatic, environmental and


pressure conditions of the system in which they are to be fitted.

Actuators shall be provided with:

(a) AC Electric Motor.

(b) Reduction gear unit.

(c) Torque switch mechanism.

(d) Limit switch mechanism complete with set of limit switches and
additional two spare sets for suitable position.

(e) Hand wheel, for manual operation.

(f) Valve position indicator.

(g) Hand-auto lever with suitable locking arrangement.

(h) 10 W single phase space heater in the switch compartment.

(i) Blinking light throughout the valve operation.

(j) Junction box for terminating power and control cables.

(k) With additional accessories for integrating with PLC system.

The actuator shall be suitable for operation on 415V, 3 phase, 50 Hz power


supply. The motor winding insulation shall conform to class B as per relevant
BS and motor shall be protected by suitable thermal overload relays. The
actuator shall be capable of producing not less than 1 1/2 times the required

CE(PMC),PHED, Ajmer 225 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of Valves

operator torque at the required time cycle of valve operation. The


transmission shaft connecting the actuator to the valve shall be provided with
2 bearings one at actuator end and one at valve end with universal couplings
at suitable places. The required number of switch/contacts to be provided
shall meet the requirements for PLC system.

The electric motors shall be of the squirrel cage type as per IS 325 with
insulation to IS 1271 Class B. The windings shall be impregnated to render
them non-hygroscopic and oil resistant. All internal metal parts shall be
painted. The motor shall be rated for at laest 15 minutes continuous operation.
They shall also be suitable for operating on the specified electric supply and
shall satisfactorily open and close the valve under variations of electric supply
specified.

Motor shall be protected by suitable overload protection device.

The reversing contactor starter and local controls shall be integral with the
valve actuator. The starter shall comprise mechanically and electrically
interlocked reversing contactors of appropriate rating fed from a 110 Volt
control transformer. The common connection of the contactor coils at the
transformer shall be grounded. HRC cartridge type primary and secondary
fuses shall be provided.

Local control shall comprise pushbuttons for open, close and stop operations
and a Lockable Local/Remote/off selector switch. The control schematics
shall be subject to approval.

Internal wiring shall be of 650/1100 volt grade PVC insulated stranded


copper conductor of minimum 1.5 sq. mm for control circuits and of
minimum 4 sq.mm copper for the power circuit. Each wire shall be number
identified at each end. The terminals shall be of stud type. Cable entries shall
be suitable for PVC insulated/ sheathed, armoured cables. A separate
terminal box shall be provided for the heater. A separate terminal box shall be
provided for cabling to control circuits.

The actuator enclosure shall be fully weatherproof and hose proof to IP 67


and shall be fitted with an anti-condensation heater, which shall be switched
off when the motor is running.

CE(PMC),PHED, Ajmer 226 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of Valves

The torque switch mechanism shall function as follows to stop the motor on
closing or opening of the valve, or 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 the opening cycle or when the valve is
fully open.

The mechanism shall facilitate adjustment of the torque at which the switches
are required to operate.

Non-adjustable limit switches shall stop the motor and give indication when
the disc has attained the fully open or closed position.

The adjustable limit switches shall have control rated 2A, 48 V DC for
specified system interlock, at the desired value position in both the opening
and closing directions.

Motor operators shall be provided with clearly visible local valve position
indicators mounted on the operator assembly to give an indication whether
the valve is fully open, fully closed or in an intermediate position.

Settings and emergency operation shall be possible with the use of a hand
wheel. The Hand wheel shall be of stainless steel and the drive mechanically
independent of the motor drive and any gearing should limit the operating
torque at the hand wheel to less than 15 kg-m and be such as to permit
emergency manual operation in a reasonable time. During electric operation
the hand wheel shall not rotate.

Actuators shall be adjusted at the manufacturer’s works to ensure that they


provide the correct, fully, open position and fully closed position. Mechanical
adjustable stops shall be provided to prevent over-travel of the valve in the
open and closed positions.

5.13 INSPECTION AND TESTS

CE(PMC),PHED, Ajmer 227 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of Valves

The following Inspection and Testing procedures shall be carried out for all
the equipment as applicable:

(a) Visual Inspection.

(b) Material Certificates for all the specified material shall be furnished.

(c) Welding Qualifications.

(d) Dimension Checking.

(e) Stage Inspections (in process inspection).

(f) Hydrostatic / Leak testing for all pressure parts, Pneumatic Leak Test
wherever applicable.

(g) Operation check.

(h) Liquid penetrating tests or magnetic particle tests for all machined
surfaces of pressure parts.

(i) Ultrasonic test for forging materials viz.,

(a) Plates of thickness 20mm and above for pressed / formed parts
such as heads, etc.

(b) Plates, flanges and bars of thickness / diameter 40mm and


above used for fabrication of pressure and load bearing
members and rotating parts.

(j) Radiographic testing for all but welded parts, as per applicable codes.

(k) Hardness tests for all Hardened surfaces.

The Contractor / manufacturer shall maintain proper identification of all


materials used, along with reports for all internal / stage inspection work
carried out, based on the specific job requirement and or based on the
datasheets / drawings / specifications.

Requirement of shop tests for Valves are listed below:

(a) During testing there shall be no visible evidence of structural damage to


any of the valve components.

CE(PMC),PHED, Ajmer 228 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of Valves

(b) Each valve operated actuator shall be shop-operated at least three times
from the fully closed to the fully opened position, and the reverse, under no-
flow condition, to demonstrate that complete assembly is workable.

The tests mentioned below shall be hold points and to be witnessed by a duly
authorized representative of the Employer:

The following tests shall be carried out for butterfly valves in line with IS
13095:

(a) Seat leakage test. Seat test shall be carried out in each direction and the
valve shall be drop tight.

(b) Body hydrostatic test

(c) Disc strength test at body test pressure in each direction.

(d) Valve operation with and without actuator

The following tests shall be carried out for sluice / Gate valves in line with IS
14846:

(a) Seat leakage test ( both sides )

(b) Body hydrostatic test

(c) Valve operation

The material certificates, physical properties, heat treatments and shop test
certificates of valve body, disc, wedge and shaft shall be duly approved and
certified by the manufacturer and these shall be subject to review & approval
by the Engineer.

Notwithstanding the above requirement for inspection and quality control,


the following inspection and quality control measures shall be carried out by
manufacturer:

(a) Magnetic particle tests on body and disc/door.


(b) Dye penetration tests on metal seats.
(c) Ultrasonic tests on shafts.

CE(PMC),PHED, Ajmer 229 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Specifications of Valves

(d) Overload Torque Test shall be carried out on the gear boxes of the valves.
The test shall be carried out by applying 1.5 times the rated torque.

CE(PMC),PHED, Ajmer 230 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Electrical Stations

CHAPTER- 6:
SPECIFICATIONS FOR PUMPING STATIONS
(ELECTRICAL EQUIPMENT)

6.1 GENERAL

It is not the intent to specify herein all the details pertaining to the design,
drawing, selection of equipment/materials, procurement, manufacture,
installation, testing & commissioning, however, the same shall be of high
standard of engineering and shall comply with all currently applicable
standards, regulations & safety codes. These specifications cover the
equipment to be installed in switchgear, switchyard, DC supply system at
required places and other allied equipment, cables etc. along with the
specifications for workmanship, laying cables, earthing systems, lightning
protection etc.

It shall be the responsibility of the Contractor to design the electrical system


based on the selection of the mechanical equipment. The Electrical system
presented in the Single Line diagrams is indicative.The work will be executed
as per the detailed designs and drawings to be prepared by the contractor
and approved by EiC during execution.

The electrical equipment and system has to be connected with the


Instrumentation system. The details of the connectivity of the electrical
system/equipment with the Instrumentation system have to be worked out
by the Contractor to be commensurate with the requirement of the
Instrumentation system to be provided. Irrespective of the provisions given in
these specifications for electrical equipment/works, in this chapter, the
Contractor shall provide all necessary accessories with the equipment dealt
herein or additional equipment required for effective functioning of the
electrical and Instrumentation systems.

The pre-dispatch inspection and pre-commissioning testing and


commissioning details are provided in respective chapters. The specifications
of material and workmanship of all civil works and lighting fixtures shall be

CE(PMC),PHED, Ajmer 231 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Electrical Stations

in compliance with the specifications given in the “Specifications for Civil


Works”.

The brief technical specifications of the various electrical equipment are given
in subsequent clauses comprising the following:

 Applicable Indian Standards


 Other considerations (if any)
 Technical parameters supplied by the department
 Drawings and documents for review/approval

The various systems covering the installation practices are described


separately.

The scope of the Bidder shall cover design and drawing of electrical systems,
selection of the equipment/materials, procurement, expediting, inspection,
packing and forwarding, delivery at site, erection, testing, commissioning,
obtaining the statutory approvals, handing over the complete plant etc.

6.1.1 SCOPE WORKS

The scope of works shall be include but not limited to following major items,
 33 kV HT metering panel
 33kV Sub-station with switch yard, fencing and gate
 33kV/415V Power transformer
 33 kV LA’s and isolator etc
 Protection relays for 33 kV & 415 V equipment
 Earthing system
 433 V Switchboard /Motor contro centre for 415 V equipments and ancillaries
 Power Factor Correction System
 33 kV and 1.1 kV grade Cables
 D.C Distribution System
 Lightning Protection System
 Internal and external lighting
 Safety equipments and fire protection system
 Ventilation in the electrical room.
 Any other equipment required

6.1.2 DESIGN CRITERIA

The contractor shall design the electrical installation taking into consideration the
following

CE(PMC),PHED, Ajmer 232 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Electrical Stations

a)Location and Power demand of each load centre

b)Provision of duplicate supplies to each main load centre

c)Prospective short circuit current

d) Environment in which electrical plant is located

e) Ambient temperature, humidity and its effect on the rating of switchgear,


transformer , cable etc

f) Method of cable installation

g) Cable transient and steady state voltage drop on motor starting

h)Transient voltage drop on motor starting at point of supply

i)Electrical protection discrimination

j)Soil resistivity for earthing system

6.1.3 ENVIRONMENTAL CONDITIONS

All Plant shall be designed and manufactured for continuous operation under climate
and environmental conditions as below.
Ambient temperature - 500 C
Minimum temperature - 00 C

6.2POWER SUPPLY INFORMATION

The proposed power supplies are as follows:

1 33 kV Voltage variation +10 to Three Phase, 50 Hz, effectively


AC -15% Freq. Variation +3 earthed AC System SC. Rating
System to -5% of 1000MVA

2 6.6 kV Voltage variation +10 to Three Phase and neutral, 50 Hz,


AC -15% Freq. Variation +3 effectively earthed system, SC.
System to -5% Rating of 300 MVA

3 415V Voltage variation +10 to Three Phase and neutral, 50 Hz,


AC -15% Freq. Variation +3 effectively earthed system, SC.
System to -5% Rating of 20 MVA

CE(PMC),PHED, Ajmer 233 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Electrical Stations

4 240V Voltage variation + 10% Single phase and neutral, 50


AC to -15 % Hz, effectively earthed system
System Freq. Variation + 3% to -
5%

5 110V Voltage variation +/- Unearthed two wire system


DC 15%
Supply

The ambient temperature for design of the electrical equipment shall be 50° C.

6.2.1Fault Levels

The fault levels of the proposed units in the sub station / pump house shall be
as per IS:2026 as follows:

33 kV system:1000MVA
6.6 kV system:300 MVA
415 V system:20 MVA

6.3 METAL ENCLOSED LT SWITCHGEAR

6.3.1 Standards

No. Standard Description

1 IS 4237 Switchgear general requirements.

2 IS 5578 Guide for making of insulated conductors

3 IS 8623 Factory built assemblies of Sw Gr & Cont. Gr (for voltages


< 650 V).

4 IS 2147 Degree of protection of enclosure for LV switchgear and


control gear.

5 IS 1248 Electrical Indicating Instruments.

6 IS 722 Integrating AC electric meters.

7 IS 2705 Current transformers.

8 IS 3156 Voltage transformers.

CE(PMC),PHED, Ajmer 234 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Electrical Stations

9 IS 10118 Installation and maintenance of switchgear.

10 IS 11353 Guide for uniform system of marking and identification of


conductor and equipment terminals.

11 IS 13947 Specification for low voltage switchgear and control gear

6.3.2 Other considerations

This section is applicable for all 415V switchboard panels

Power control centre (PCC)

Power Distribution Board (PDB)

For general arrangement of switchgear components, refer to the SLD.

The switchboard panel shall be made out of sheet steel in compartmentalized


design and shall be suitable for bottom cable entry on rear side. The
horizontal bus bar chamber shall be on the top whereas vertical bus bars shall
be provided in bus alley at the front.

The minimum clearance on the back and sides of each switchboard panel
shall be 1000 mm and on the front side the same shall be 1500 mm.

At least 2 spare bays of 63 A will be kept in the panel for additional circuits in
future. Indoor ACB’s shall be provided on the incomer of each transformer in
the panel. All lighting loads shall be taken from bay(s) in LV panel to
distribution board(s).

Additional set of NO - NC contacts shall be provided than the required


numbers.

Sheet Steel Thickness 2.0 mm CRCA


1 Enclosure and Doors 1.6 mm CRCA
Partitions and covers 3 mm HR Sheet
Gland Plate min 3 mm HR Sheet
Base Frame

CE(PMC),PHED, Ajmer 235 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Electrical Stations

2 Degree of Protection IP 52
3 Surface Finish Powder coating
4 Shade (Interior & Light Grey, Shade : 631 ( IS : 5 )
Exterior)
5 PVC Heat shrink Black sleeve with coloured tape for
Sleeve R/Y/B
6 Control Connections 1.5 mm2 stranded Copper wire
for PT and other 2.5 mm2 stranded Copper wire
connections
For CT circuits
7 Gasket for Doors Neoprene Gasket shall be provided to
make Panel dust & vermin proof,
conforming to degree of protection IP
52.
8 Earth bus Earth bus of min 50 X 6 mm
Aluminum/Copper suitable for fault
level of panel shall be provided
throughout the length of panels. The
horizontal earth bus shall project out
of the panel at bottom and shall have
at-least two holes for earth
connections.
9 Door closing All power switches shall be door
arrangement interlocked
10 Space heater Panel space heater shall be provided
in each vertical panel with thermostat
control
11 Cable lugs Cu cable lugs for copper cables shall
be fitted.
12 Cable glands Double compression brass cable
glands shall be provided.
13 Operating Height Operating switches, push buttons and
handles shall not be placed below 300
mm and above 2000 mm.
14 Cubicle illumination Shall be provided for all cable alleys
15 Live connections Live connections from Bus Bar up to
switches shall be shrouded in order to
avoid accidental touch.

CE(PMC),PHED, Ajmer 236 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Electrical Stations

6.3.3 Technical parameters

1 TPN bus bar High Conductivity Al grade E91E for TPN


details bare bus bar, size shall be suitable for
continuous current rating as per the detailed
design.
2 Min. clearance Phase to phase - 25 mm & Phase to earth - 20
mm
3 Power freq. 2.5 kV RMS, 50 Hz for one minute
Withstand
4 Short Circuit 25 kA (RMS) for 1 second
Current
5 Max. temp. of bus 70 0 C
bar
6 CT details Cast resin, bar primary type, 5 A CT
CT ratio, burden and class shall be as per the
maximum current expected at the point of
installation in the circuit, indicative CT ratio
and burden are shown in respective SLD
7 ACB/MCCB Rating Shall be as per the maximum current
details expected on that cicuit.ACB/MCCB shall be with
thermal/Electronics/numerical microprocessor
base static release ,U/V & current limiting feature
for incomer
8 Contactor details Rating shall be as per the requirement of the
motors Duty shall be as per application
9 Relays Releases: All the releases for breakers should
be of microprocessor based comprehensive
numerical type for above 22 kW.
Over Load Relay (OLR) : It shall be of thermal
type with hand reset PB on module door and
with single phasing preventions
10 Motor control 415/230 V, AC,50 Hz
supply
11 Selector switch AS for Ammeter with R, Y, B, OFF positions.
details VS for Voltmeter with RY, YB, BR, OFF
positions
12 Indicating Meter Moving iron type, 90 0 scale, for AM & VM,
details Suppressed scale in case of AM for motors
AM dial range to suit CT primary current.

CE(PMC),PHED, Ajmer 237 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Electrical Stations

VM dial range 0-600 volt.


Size 96mm Accuracy Class 1.0
2

13 Multi-function Shall have built in ammeter, voltmeter, kW


meter meter, kVA meter, PF meter, kWH meter,
kVAH meter with RS 485 communication
facility
14 Integrating Meter Electronic/Train gear type, calibrated for
details required CT-PT ratio Accuracy Class 1.0, for
other details refer drawings
15 Push button details Momentary type, 2 NO & 2 NC contacts
of 10 A at 240 V AC
16 Indicating lamp LED type with series resistance,
details

17 Control fuse details HRC cartridge type with base & carrier.
Contactor to select rating.
18 Changeover switch 2 position, on load type
19 Miscellaneous Control terminals shall be of 10 A, 1100 V
details grade, clip on type with din rail mounting.
CT terminals shall be provided with shorting
link and earthing facility
Control wiring - marked with ferrule Nos. at
both ends.

6.3.4 Drawing and documents required after award of Contract

GA drawing of each panel with foundation details

Single line diagram for each panels

Schematic diagrams for various modules

Instruction manuals - installation, operation and maintenance of switchgear

6.4 LT MOTORS

6.4.1 Standards

No. Standard Description


1. IS 325 Squirrel cage induction motors

CE(PMC),PHED, Ajmer 238 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Electrical Stations

2. IS 4691 Type of enclosures


3. IS 6362 Method of cooling
4. IS 4029 Testing of induction motors
5 IS 12075 Mechanical vibrations of rotating electrical
machines
6 IS 12065 Permissible limits of noise level

6.4.2 Other considerations

Contractor shall select the motor as per the required performance of the
pumps based on the pump parameters finalized after approval of hydraulic
design and ascertain the required rating of the motor. Contractor shall also
verify the starting characteristic and acceleration time for motor selection.

The number of permissible restarts (hot & cold) per hour for each motor shall
be informed by the Bidder after obtaining the same from the motor
manufacturer.

If cable termination box provided with the motor is inadequate to accept


required no. of cables, then the Bidder shall provide an adopter box for the
same. The cable termination box location shall be as per the layout drawings

6.4.3 Technical parameters

1 Tentative motor details As per System Requirement


2 Type of motors Totally enclosed fan cooled (TEFC)
Squirrel cage induction motors
3 Protection Class min. IP 52
4 Motor duty Continuous, S1
5 Supply voltage & Voltage : 415 V +10% to -15%
frequency conditions
Frequency : 50 Hz +3% to -5%
Combined variation : + 10% to -15%
6 Insulation class Class B
7 Frame Size Frame size should be selected keeping in
view supply voltage and frequency

CE(PMC),PHED, Ajmer 239 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Electrical Stations

conditions/hot and cold starts.


8 Syn. speed as per driven equipment
9 Starting Method Direct on line (DOL) for motors up to 5
kW, Star delta Starter for motor above 5
kW .But the motor should be designed for
continuous operation in DOL mode
.Motor may be started on DOL mode
10 Starting Current Starting current for the motor in DOL
mode, should not be more than 600 % of
the full load current.
11 Cable termination Cable termination box protection class IP
details 52.
12 Earthing conductor GI strip as per the sizes specified
13 Performance details Efficiency at full load - as per class 1 of
IS 12615-2004
14 Painting details Enamel paint of shade 631 as per IS 5.

6.4.4 Drawing and documents required

GA drawing of the each motor showing dimensional details and terminal box
details
Motor selection details
Motor Characteristics
Schedule of technical particulars shall be submitted for approval
Instruction manual for installation, operation and maintenance for motors
Schedule of technical particulars

6.5 LT CAPACITORS

6.5.1 Standards

Standard Description

IS 2834 Power factor improvement capacitors

6.5.2 Other considerations

The Contractor shall check with manufacturer regarding providing of


inductor coil.

CE(PMC),PHED, Ajmer 240 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Electrical Stations

The Contractor shall work out the automatic power factor control (APFC)
scheme to achieve a power factor of 0.96. The APFC system shall be provided
on both sections of bus bars having bus coupler for sectioning. The power
factor improving capacitor requirement shall be as per the power factor of the
equipment selected by the Contractor.

6.5.3 Technical parameters

a) Quantity and output The figures indicated in SLD are tentative,


the quantity and output must be designed
as per the requirement of load to achieve
the above-referred objective.

b) Power factor control Through APFC as per SLD

c) Capacitor type MPP

d) Rated voltage and 415 Volts 3 phase (line to line), 50 Hz


frequency

e) Maximum over voltage 105 %


the unit capacitor is
capable of withstanding
continuously

6.5.4 Drawing and documents required

GA drawing of the capacitor unit, bank

Instruction manual for installation, operation and maintenance for capacitor


Sizing calculations and technical particulars for APFC

Detailed sizing calculations, technical particulars and control circuit diagram


shall be submitted for approval

6.6 CABLES

6.6.1 H.T. Cables

6.6.1.1Standards

No. Indian Standard Description


1. IS 7098 XLPE insulated electric Cables.

CE(PMC),PHED, Ajmer 241 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Electrical Stations

2. IS 5831 PVC insulation and sheath of electric cables.


3. IS 3975 Mild steel wires, strips and tapes for armoring of
cables.
4. IS 1753 Aluminum conductors for insulated cables.

6.6.1.2 Technical parameters

HT Cables 3 core, Aluminum conductor, XLPE insulated, armored.


Cable Size As per design

6.6.1.3 Drawing and documents required

 Cable catalogue
 Cable sizing calculations ( Cable schedule)

6.6.2 LT Cables

6.6.2.1Standards

No. Standard Description


1. IS 1554 PVC insulated electric Cables.
2. IS 8130 Conductors for insulated electric cables.
3. IS 5831 PVC insulation and sheath of electric cables.
4. IS 3975 Mild steel wires, strips and tapes for armouring
of cables.
5. IS 1753 Aluminium conductors for insulated cables.

6.6.2.2 Other Considerations

Power cable shall be of Al conductor, whereas control and lighting cables


shall be of Cu conductor. The minimum size of Al conductor cable shall be 4
mm2 and Cu conductor cable of 2.5 mm2.

Power cable sizing shall be based on the various de-rating factors


recommended by cable manufacturer, rated current, temperature rise of
conductor and voltage drop.

Control cables of CTs shall be based on the VA burden of CT and relays,


meters.

CE(PMC),PHED, Ajmer 242 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Electrical Stations

6.6.2.3 Technical parameters

LT Cables PVC insulated, taped PVC inner sheath and outer


sheath 650/1100 V grade, with multi-stranded
aluminum/copper conductor, armoured
Cable Cable shall be selected considering following points
selection 1. Current rating of the load
2. De-rating due to grouping of cables
3. Voltage drop up to 3% in cable due to cable
resistance
4. De-rating factor due to ambient temperature.
5. De-rating due to depth in case of buried cables
Spare cores Up to 4 cores - nil
for control 5 cores to 9 cores - 1 core
cables 10 cores to 20 cores - 2 core
21 cores to 30 cores - 3 core
More than 30 cores - 4 core

6.6.2.4 Drawing and documents required

 Cable catalogue
 Cable sizing calculations ( Cable schedule)
 Detailed cable size selection schedule for power cables shall be
 Detailed cable size selectin schedule for power and control cables shall be
submitted for approval

6.7 LIGHTING FIXTURES

6.7.1 Standards

No. Standard Description


1. IS 1913 General & Safety requirements for electric lighting
fittings.
2. IS 1777 Industrial lighting fittings with metal reflector
3 IS 5077 Decorative lighting outfits
4. IS 2149 Luminaries for street lighting
5. IS 6665 Code of practice for Industrial Lighting

6.7.2 Other Considerations

The Lux levels for different areas of the pumping station are defined in the
Chapter of “Specifications for Civil Works”.

CE(PMC),PHED, Ajmer 243 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Electrical Stations

In order to have higher illumination for maintenance and repairs in the pump
room area outlets of 16 A SPN shall be provided for the connection of
portable lamps. 16 A SPN switch with socket shall be provided in every bay
of the pump house on the suction and delivery side walls. The flexible
lighting fixture shall be suitable for GLS lamps.

The bidder shall design the lighting system and get approval of the design
along with related drawings and specifications for the fixtures proposed for
lighting.

6.8 EARTHING SYSTEM

6.8.1 General

All the material required for the earthing system shall be supplied and installed
by the Bidder. The hot dip GI strip of 50 x 6 mm size shall be used.

All the material required for making earthing stations, such as electrode,
charcoal, salt/back fill compound for chemical earthing etc. shall be supplied
by the Bidder. Excavation and refilling for laying of earth strip and for earth pit
shall also be in Bidders scope.

The entire earthing system shall fully comply with Indian electricity act and
rules. The Bidder shall carry out all changes desired by the electrical inspector,
in order to make the installation conform to I.E. Rules.

The earthing strips of LAs shall be directly connected to pipe type earth pit
whereas earthing strips of other equipments can be connected to grid.

The main earth grid shall be laid at a depth of 1000 mm below Grade level. In
trenches, earth strip shall be laid along the trench. It shall be protected against
mechanical damage. Joints and tapping in the main earth grid shall be made in
such a way that reliable and good electrical connections are permanently
ensured. All joints except the equipment end shall be welded. All joints buried
in ground shall be suitably protected by applying two coats of bitumen and
covering with Hessians tape.

Conduits in which cables have been installed shall be bonded and earthed.
Cable amours shall be earthed at both ends.

CE(PMC),PHED, Ajmer 244 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Electrical Stations

Earth pipe electrodes shall be installed as per IS 3043. Their location shall be
marked on earth pit chamber covers.

The electrodes shall be tested for earth resistance by means of standard earth
tester.

A disconnecting facility shall be provided for individual earth pit to check


earth resistance.

All electrical equipment above 230 V shall be earthed at two points and
equipment

230 V and below shall be earthed at one point.

6.8.2 Conductor size for connections to various equipments shall be as per the
following table:

Equipment Conductor Size

Motors Up to 11 kW 8 SWG GI wire


11 kW up to 22 kW 4 SWG GI wire
22 kW up to 37.5 kW 25 x 3 mm GI flat
37.5 kW to 90 kW 25 x 6 mm GI flat
90 kW to 200 kW 40 x 6 mm GI flat
Above 200 kW 50 x 10 mm GI flat

PCC 50 x 6 mm GI flat

PDB 50 x 6 mm GI flat

DG & other panel 50 x 6 mm GI flat

Local control station, 8 SWG GI wire


street light pole & its
junction box

All switchyard 50 x 6 mm GI flat


equipment

Main earth grid 50 x 6 mm GI flat

Lighting Panel 25 x 3 mm GI flat

CE(PMC),PHED, Ajmer 245 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Electrical Stations

Indoor fixtures 14 SWG GI wire

All paint, scale etc. shall be removed before earthing connections are made.

Anchor bolts or fixing bolts shall not be used for earthing connections.

Earthing system calculations shall be submitted for approval

6.8.3 Earthing station - Plate type

The pipe of 40 mm dia. x 3000 mm long GI pipe shall be provided. At the


bottom of the pipe 600 mm x 600 mm x 10 mm plate of GI shall be connected.
Salt and coke shall be filled in layers of 25 mm up to one meter and balance
shall be filled with loose soil. However, care shall be taken that the earth pit
does not sink. The brick chamber (400 x400) shall be made 75 mm above
finished ground level (FGL) and shall have a heavy-duty cast iron frame with
hinged cover at top for inspection. A 40 mm NB GI Watering pipe shall be
provided in the pit./alternatively 50mmx3000mm pipe in pipe earth electrode
with back fill compound may be used for earthing.

6.9 LIGHTING SYSTEM

The cabling/wiring, installation and commissioning of complete illumination


system shall comply with all currently applicable statutes, regulations, fire
insurance and safety codes.

Outdoor lighting shall be carried out by using 1.1 kV grade four core cables.
The cabling for the outdoor lighting fixtures will be done in loop-in/loop-out at
respective outdoor fixture mounted junction boxes. The indoor lighting shall
also be carried out by using 2 Core, 2.5 mm2 copper cables. The indoor office
area wiring shall be carried in conduits.

Outdoor cabling shall be buried in ground whereas indoor lighting wiring


(cable/conduit) shall be of exposed type.

6.9.1 General Requirements

CE(PMC),PHED, Ajmer 246 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Electrical Stations

Except as specifically approved by the Engineer in Charge, installation of


conduits and lighting fixtures shall be commenced only after all major
services in that particular area have been completed.

Location of lighting fixtures, switches and receptacles shall be shown on the


drawings or indicated by the Engineer in Charge and shall be relocated if
required to suit the site conditions. 5A, 3 pin, 15A, 6 pin receptacles with
switches shall be provided on the light control switchboards.

LP's shall be provided with labels indicating LP number and outgoing circuit
feeder numbers.

LPs shall be provided with cable gland for incoming cable and knockouts for
outgoing conduit termination.

Cable and Conduit supports shall be provided at an interval of 300-400 mm


for horizontal runs and 400-500 mm for vertical runs.

Cables and Conduits shall be kept, wherever possible at least 300 mm away
from pipes, heating devices and other equipment.

For the purpose of calculating connected loads of various circuits, a


multiplying factor of 1.25 will be made to the rated lamp voltage for lamp
fixtures to take into account the losses in the control gear.

Bidder shall supply junction boxes, pull boxes, terminal blocks, glands,
conduits and accessories (elbows, tees, bends etc.) and supporting/anchoring
materials, to make the installation complete.

In all types of cabling, due consideration shall be given to neatness and good
appearance. The decision of the Engineer in Charge, regarding acceptance of
appearance, shall be final.

The rate for installation, testing and commissioning of the indoor lighting shall
include the mounting of fixtures with necessary materials, laying of
cable/conduit, pulling of wires through conduit and external earth wire,
providing all accessories for cable/conduit installation, including conduit
fittings. Providing of light control switch board with switches, switch board
mounted 5A, 3 pin receptacles with switches etc. The rate shall also be

CE(PMC),PHED, Ajmer 247 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Electrical Stations

applicable for the lighting fixtures installed outside the building as perimeter
lighting, entrance lighting below canopy etc.

6.9.2 Testing

Lighting installation shall be tested as per the instructions of the Engineer in


Charge and shall include but not be limited to the following:

Measure the insulation resistance of each circuit without the lamps being in
place. It should be not less than 1 M ohms to earth.

Current and voltage of all the phases shall be measured at the lighting panel
busbars with all the circuits switched on with lamps. If required, load shall be
re-balanced on the three phases.

Check the earth continuity for all socket outlets. A fixed relative position of the
phase and neutral connections inside the socket shall be established for all
sockets.

After inserting all the lamps and switching on all circuits, minimum and
maximum illumination level shall be measured in the area with an approved
industrial lightmeter. Bidder shall supply an approved lux meter for testing at
no extra cost.

6.10 MISCELLANEOUS

6.10.1 Cable glands and lugs

All HT cables shall be terminated with HT cable termination kit of indoor or


outdoor type depending on the application.

All LT cable glands shall be made out of brass and shall be of double
compression type.

All LT cable lugs shall be of tinned copper, crimping type.

6.10.2 Cable trays

Cable carrier system shall comprise of site fabricated ladder type cable trays
made out of structural steel and painted with two coats of red oxide primer

CE(PMC),PHED, Ajmer 248 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Electrical Stations

and a final coat of enamel paint. The construction of the cable trays shall be as
per the site requirement and generally in line with the tender drawings.

6.10.3 Lighting panels (LP)/ Fan DB

The panels shall be of 14 gauge sheet metal construction. Panels shall be


equipped with phase and neutral bus bars of adequate capacity and miniature
circuit breakers (MCB). The incomer shall be of ELMCB (earth leakage
miniature circuit breaker) and outgoing circuits shall have only MCBs. MCB
shall be of 9 kA. Miniature circuit breakers shall be mounted in such a way
that operating levers project outside the front cover plates. A hinged door to
cover the operating knobs shall be provided. Synthetic rubber gasketing shall
be provided between box and cover. The board shall be provided with
detachable top and bottom plates with 25 mm knockouts. All metal surfaces
shall be cleaned free of rust, given powder coating of shade 631 as per IS 5. A
415V danger board and engraved nameplate shall be fixed on the panel. The
lighting panels shall be marked with the voltage and No. of phases of the
supply.

6.10.4 Rubber mats

Electrical grade rubber mats shall be provided in the switchgear room in front
of all panels.

6.10.5 Civil works

The civil works required for electrical installation will also be part of this
package. It shall be the responsibility of the Bidder to furnish the necessary
design inputs such as transformer foundation details, foundation details of
supporting structures of CT, CB, DOF, Bus Post Insulators, gantry, etc. to obtain
then necessary approvals. The Bidder shall also co-ordinate all inter-discipline
interfaces between civil and electrical work. Some of the major civil items are
listed below and briefly described in subsequent paragraphs.

Road Crossings by RCC Pipes

 Trench for directly buried cables

6.10.5.1 Road Crossing by RCC Pipes

CE(PMC),PHED, Ajmer 249 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Electrical Stations

Wherever required, RCC pipes of required diameter shall be provided across


the road for road crossings. For directly buried cables, the RCC pipe shall
extend at least 500 mm beyond the road edge. The RCC pipes shall be laid at
least 600 mm below road level or at the trench bottom.

6.10.5.2 Trench for directly buried cables

Cables shall be laid directly in trenches, wherever required. The trench shall be
excavated along the cable route and to the depth, as per drawing/directions of
Engineer in Charge. A sand bedding of at least 150 mm shall be placed before
cables are laid. After laying the cables, the remaining portion up to the top
surface of cable shall be covered by sand. On top of this, a layer of bricks shall
be placed covering the width of the cables. The remaining portion of the trench
shall backfilled with the excavated soil and cable markers placed at every 50
meters.

All openings made by the Bidder for laying of conduit, cable, earthing strip etc.
shall be made good at no extra cost. Wherever such openings are required, the
Bidder shall work in co-ordination with the civil team to minimise breaking
and openings of walls.

6.10.6Local Push-button (PB) Stations

Construction Outdoor type weatherproof


Main pump motor On-off with ammeter
Other motors On-off
Valve motors Forward-stop –reverse spring return
starter with indication for full open/close
position of valve.

6.11SPARE PARTS FOR ELECTRICAL EQUIPMENT

The compulsory spare parts shall be provided as per the list enclosed under
scope of work.

All spare parts shall be packed for long storage under the climatic conditions
prevailing at the site. Each spare part shall be labeled on the outside of its
packing with its description, number and purpose and, if more than one spare

CE(PMC),PHED, Ajmer 250 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Electrical Stations

is packed in a single case, a general description of the case contents shall be


shown on the outside and a packing list enclosed.

CE(PMC),PHED, Ajmer 251 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Electrical Stations

CHAPTER-7:
ELECTRIC SUB STATION
7.1 GENERAL

The brief technical specifications of the various electrical equipments are


given in subsequent clauses comprising the following:

Applicable Indian Standards


Other considerations (if any)
Technical parameters supplied by the department
Drawings and documents for review/approval

The various systems covering the installation practices are described


separately.

The scope of the Bidder shall cover design and drawing of electrical systems,
selection of delivery at site, erection, testing, commissioning, obtaining the
statutory approvals, handing over the complete plant etc.

7.2 POWER SUPPLY INFORMATION

33 KV Power line will be made available near the location of the 33 KV


switchyard or campus premises, the contractor has to design and prepare the
drawing taking all the necessary equipments for construction of 33 KV
switchyard at Parbatsar,Gular and Peelwa pumping stations.

Contractor shall supply & instal GI structure for –

HT metering system

Vacuum circuit breaker wherever required

Transformer

Lighting Arrester
Isolators (with and without earth switch.)
Post Insulators.
Drop out fuse.
Shielding towers.

CE(PMC),PHED, Ajmer 252 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Electrical Stations

The ambient temperature for design of the electrical equipment shall be 50° C.

7.2.1Fault Levels

The fault levels of the proposed units in the sub station / pump house shall be
as per IS: 2026 as follows:

33 KV System: 1000 MVA

415 V system: 20 MVA

7.3 DESIGN CONSIDERATIONS

7.3.1 General

The electrical installations proposed under the contract are for the project
requirement. Wherever found necessary, the installations shall be done
considering the likely extension of the system/system component for
integration with the future extensions.The following shall be considered

 Short circuit level (As specified in chapter 6)

 Soil resistivity

 Ambient temperature, humidity and its effects on the rating of electrical


equipments

 Statutory requirements

7.3.2 Transformer Capacity

The transformer (1 No working + 1 No. standby) of 33 kV / 415 V of rating as


per requirement of respective sub stations for ultimate capacity with 100%
standby equipments in all respect shall be provided to cater the pumping
station electrical load, which is capable to take load of design demand load for
the year 2045 of all equipments. The transformer rating shall be suitable for
running of respective clear water pump motors load and auxiliary load for
year 2045 demand.

7.3.3 33 kV Isolators

Vertically mounted, centre rotating, double break, Isolators shall be provided

CE(PMC),PHED, Ajmer 253 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Electrical Stations

in the 33 kV substation, for dis-connecting the various substation devices.

7.3.43.3 kV Drop Out Fuses

Vertically mounted drop out fuses shall be provided on each transformer line.

7.4 TECHNICAL SPECIFICATION

7.4.4Power Transformers

7.4.4.1 Standards

No Standard Description

1 IS 2026 Specification for power transformer

2 IS 2099 Specification for bushing for alternating voltages


above 10000 V

3 IS 3347 Specification for porcelain transformer bushing

7.4.4.2 Other considerations

The height of the transformer foundation shall be such that the line terminal
(33 KV side) shall at least be 3670mm above top of the finished ground level
of the 33KV outdoor switchyard.

The transformer for pumping stations having capacity 33 / 0.415 (at


Parbatsar, Peelwa and Gular) and all other accessories shall be provided as
per requirement. Requirements of Indian Electricity Rules shall be strictly
fulfilled wherever required.

CE(PMC),PHED, Ajmer 254 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Electrical Stations

7.4.4.3 Technical parameters

7.4.4.4Transformer Particulars

a) Application Power distribution


b) Rating and voltage ratio of each Suitable KVA- 2 Nos. with step
unit down voltage as per selected
motor voltage.
c) Percentage Impedance (subject to As per IS 2026
IS tolerance)
d) Cooling method ONAN
e) 3 Phase unit/single phase unit Three phase single unit
f) Winding material Copper
g) Type of winding Delta – Star
h) Vector Group Dyn11
i) Fault Level on HV side 1000 MVA
j) Neutral earthing of HV, LV Solidly earthed
system
k) Whether fully insulated Yes
l) Impulse voltage withstand 170 kVp (1.2/50 micro sec)
m) Power Frequency withstand 70kV (RMS)
voltage
n) Temp. rise of oil by Thermometer 50 0 C over ambient
o) Temp. rise of winding by 55 0 C over ambient
resistance
p) Tapping on winding HV
q) Total Tapping Range & step range +/-7.5% in step of 2.5%
r) HV side termination suitable for DOG ACSR
s) LV side termination suitability XLPE cable
t) LV wdg. neutral end Additional bushing for external
system earthing
u) Installation Outdoor
v) Colour shade of final painting as Yes - (Shade No. 632)
per IS 5

CE(PMC),PHED, Ajmer 255 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Electrical Stations

7.4.4.5 Drawing and documents required

 GA drawing of the complete transformer


 Foundation drawing for transformer
 GA drawings for bus duct termination, marshalling box
 Schematics and wiring diagrams for marshalling box
 Instruction manual for installation, operation and maintenance
 Detailed technical particular shall be submitted for approval

7.4.4.6 Inspection

Power transformer-All routine tests as per IS 2026

All type test certificate conducted on similar transformer to be


forwarded

7.533 KV DOUBLE BREAK ISOLATOR

7.5.1Standards

No Standard Description
1 IS 9921 Specifications for A.C. Disconnectors (Isolator) and
earth switch.
2 IS 2544 Insulators

7.5.2 Technical parameters

a) Type of Isolator Manually operated, double break, centre post


rotating. Earth switch to be provided as shown
in the SLD
b) Rated voltage 33 kV
c) Rated Current 400 A
d) Terminal suitable for DOG ACSR
e) Installation Outdoor, As shown on the drawings
f) Height of 1200 mm approx. above operating floor
operating handle
g) Creepage min 25 mm / kV
distance

CE(PMC),PHED, Ajmer 256 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Electrical Stations

7.5.3 Drawing and documents required

 GA drawing of the isolator including structure.


 Instruction manual for installation, operation and maintenance.
 Detailed technical particulars shall be submitted for approval

7.5.4 Inspection

All routine test pertaining to isolators


All type test certificate conducted on similar isolators to be forwarded.

7.6 LIGHTNING ARRESTOR (LA)

7.6.1 Standards

No Standard Description
1. IEC 99 Gap less type Lightning arrestors for
alternating current systems
2. IS 5621 Insulators
3. IS 3070 Lightening Arrestors.

7.6.2 Technical parameters

a) Quantity Single pole, 3 Nos.


b) Type of LA Station class, gapless type
c) System voltage 33 kV
d) Type of Earthing Effectively earthed
e) Rated arrestor voltage 30kV (RMS)
f) Nominal discharge current 10 kA
g) Withstand test voltages
a) One minute power 70
frequency Dry or wet kV
(RMS)
b) 10/50 micro sec. impulse
kV (Peak) 170

h) Primary terminal Suitable for DOG ACSR


i) Installation. Outdoor.

CE(PMC),PHED, Ajmer 257 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Electrical Stations

j) Creeping distance. Min. 25mm/KV.

7.6.3 Drawing and documents required

 GA drawing of the LA including structure.

 Detailed technical particulars shall be submitted for approval


 Instruction manual for installation, operation and maintenance.

7.6.4 Inspection

All routine test pertaining to LA


All type test certificate conducted on similar LA to be forwarded.

7.7 DROP OUT FUSE (DOF)

7.7.1 Standards

No. Standard Description


1. IS 9385 Specification for high voltage fuse
2. IS 2544 Insulators

7.7.2 Technical parameters

a) Type of DOF Expulsion type fuse type


b) Quantity and location As shown on the drawings
c) Rated voltage 33 kV
d) Rated Current As per requirement.
e) Fuse link rating Suitable for the load i.e. transformer rating
f) Primary terminal suitable for DOG ACSR
g) Installation Outdoor
h) Creepage distance min 25 mm / kV

7.7.3 Drawing and documents required

 GA drawing of drop out fuse with mounting details.


 Fuse characteristic curves.
 Instruction manual for installation, operation and maintenance of DOF.

CE(PMC),PHED, Ajmer 258 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Kuchaman Vol-II: Electrical Stations

 Detailed technical particulars shall be submitted for approval

7.7.4 Inspection

All routine tests on DOF


All type test certificate conducted on similar DOF to be forwarded.

7.8CABLING, LIGHTING & EARTHING SYSTEM

The technical specifications for cabling, lighting & earthing system shall be as
per details provided in Specification for Pumping Stations (Electrical
Equipment) in this tender document. All other technical specifications shall be
as per relevant Indian Standards.

Detailed layout and earthing system calculation shall be submitted for


approval

CE(PMC),PHED, Ajmer 259 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6),Kuchaman Vol-II: Specifications for ESR & CWR

Chapter 8:
SPECIFICATION FOR ELEVATED SERVICE
RESERVOIRS & CLEAR WATER RESERVOIR

8.1 GENERAL:

The construction of Elevated Service reservoir and Clear water reservoir shall
be carried out in accordance with the drawings and specifications mentioned
herein and relevant IS amended up to date. The general arrangement of the
piping system shall be as per drawings enclosed with the tender documents.
In cases where the specifications given below are silent about any aspects in
respect of any item, the work shall be carried out as per the relevant IS code of
practice in the latest version and as per sound engineering practice as decided
by the Engineer in Charge.

Some of the important IS codes to be referred during execution of the work


are as follows:

Earth work
- IS 3764 – Safety code for excavation works
- IS 3720 – Methods of tests for soils
Soil Investigation
- IS – 1988 – SBC
Concrete Works
- IS.280 – Mild steel wire for general engineering purposes
- IS.269 – Portland cement
- IS.383 – Coarse and fine aggregate
- IS.432 – Medium tension steel bars and hard drawn steel wire
- IS.456 – Code of practice for plain and reinforced concrete
- IS.516 – Methods of testing for strength of concrete
- IS.1199 – Method of sampling and analysis of concrete
- IS.1566 – Fabric reinforcement
- IS.1786 – Cold twisted steel bars for concrete reinforcement

CE(PMC),PHED, Ajmer 258 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6),Kuchaman Vol-II: Specifications for ESR & CWR

Reinforcement
- IS. 3370 – Code of practice for concrete structures for the storage of
liquids
- IS. 7861 – Recommended practice for hot weather concreting (Part-I)
- IS. 4082– Recommendation on stacking and storage of construction
material on site.
General
- IS.875 - Code of practice for structural safety of buildings, loading
standards
- IS.1911 – Dead loads
- IS.1893 – Criteria for earthquake resistant design and structures
- IS.2950 – Design of raft
- IS.1200 – Method of measurements

The scope of work for construction of reservoir includes survey, design,


construction testing and commissioning of partly underground/elevated
clear water RCC reservoir having effective storage capacity for locations as
specified in Scope of Work along with all associated works viz: supply,
installation, of DI/C.I pipes, specials, valves etc. for
Inlet/Outlet/Overflow/Interconnection with existing system as described.

8.2 THE FOLLOWING ACTIVITIES SHALL BE CARRIED OUT BUT SHALL NOT BE LIMITED TO.

(i) The contractor shall carry out topographical survey of site along with
complete soil investigation like S.B.C. , type of soil etc. and submit to
Engineer-in-charge.

(ii) Approval of all designs and drawings, material to be used, equipments


specifications and the samples, prior to commencing of work at site.

(iii) Preparation and submission of the layout plan, cross-section and


conceptual drawings etc. and all other drawings and details for
planning of all components of the project. The drawings must be to the
scale as appropriate subject to the prior approval of the Engineer-in-
charge.

CE(PMC),PHED, Ajmer 259 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6),Kuchaman Vol-II: Specifications for ESR & CWR

(iv) Preparation and submission of all detail working drawings on the basis
of conceptual designs and plans approved by the Engineer-in-charge.

(v) Providing adequately planned plinth protection works for Reservoirs.

(vi) Manufacturing, shop testing, pre-dispatch inspection, transportation to


site, storage, handling at site, fixing for all relevant components of the
system.

(vii) Submission of “As Built” drawings.

No separate payment will be made for the reconnaissance survey, laboratory


test, factory and performance tests, testing and commissioning, etc. This shall
be included in the rate quoted by the contractor.

8.3 GENERAL RCC

The specification for material shall comply with the specification narrated at
relevant chapter of civil works and as written below:

Ordinary Portland Cement (OPC) conforming to IS: 269-1976 mark shall only
be used. Cement manufactured in mini-cement plants shall not be used.

All reinforcement used shall be of TMT steel (Fe 415) ISI marked and from
reputed manufacturer as approved by Engineer in Charge, shall be clean and
free from loose mill scales, rust and coating of oil or other coatings which may
destroy or reduce bond. Minimum size of reinforcement bars shall be of 8mm.
Only steel shuttering shall be used. Shuttering shall be new or in good
condition without holes or dents. It has to be approved by the Engineer in
Charge. The individual elements should be in the good shape to ensure a gap
free shuttering according to the drawings. The paint used shall have good
bonding and shall not stick to the concrete surface. Suitable system have to be
provided for keeping the surface in place and keeping the correct distance in
case of walls. The construction joints should be minimum and they have to be
executed with most care. Before continuing concreting the loose material has
to be removed and they have to be cleaned properly. Honey combing has to
be avoided by suitable shuttering and proper use of vibrators.

CE(PMC),PHED, Ajmer 260 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6),Kuchaman Vol-II: Specifications for ESR & CWR

The water used for concreting shall be free from all undesirable salts and
other impurities and shall be fit for concreting as per IS : 456.

It is specifically being mentioned that the ground water available in this area
may not be potable and not fit for concreting; therefore transportation from
nearby safe and acceptable water source has to be made. For the purpose of
concreting and curing only potable water conforming to provisions of IS: 456
is to be used. For this purpose contractor shall make a temporary
masonry/RCC underground water reservoir of 3 days average water
consumption storage capacity. He shall provide a diesel pump set and
necessary piping arrangement to ensure proper curing.

The exposed surface of concrete shall be kept continuously in a wet condition


by pounding or covering with a layer of sackings, canvas, hessain or similar
materials and kept continuously wet for at least 28days from the date of
placing of concrete.

To obtain a dense concrete and to reduce chances of honeycombing adequate


admixture approved by Engineer-in-Charge shall be used e.g integral water
proofing compound in concrete work. The quantity of the admixture shall be
as prescribed by the manufacturer and as approved by the Engineer in
Charge.

The aggregates and cement shall be proportioned by weight only. The mixing
shall invariably be carried out in mechanical mixer and in such a way so as to
avoid any loss of water or cement. No hand mixed concrete will be allowed. It
should be conveyed, placed in position and compacted by suitable type of
mechanical vibrator as rapidly as practicable but in no case the time of
compaction after mixing shall increase 30 minutes. Standby Concrete Mixer
and Vibrator shall be available at Site.

The concrete shall be cured properly by keeping it moist constantly until end
of three weeks from the date of casting.

8.4 TESTING

Materials and workmanship shall comply with the relevant specifications as


described in subsequent clauses and in the Rajasthan PWD (B&R)

CE(PMC),PHED, Ajmer 261 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6),Kuchaman Vol-II: Specifications for ESR & CWR

Specification and Explanatory Notes for Building and House Drainage. Any
material or workmanship not covered by the above specifications shall
comply with the relevant Indian Standard (with up to date amendments).

8.4.1 Material

The Contractor shall submit to the Engineer-in-Charge or his representative,


samples of the materials which will form part of the permanent works,
sufficiently in advance of the start of the work, so that necessary tests can be
carried out for the approval of the Engineer In Charge or his representative,
before using any such material on site. Samples for the basic materials shall be
submitted from every supplier and from each consignment; if materials differ
from one consignment to another, the consignment differing from the
accepted sample shall be replaced by the Contractor free of cost. The format
will be provided by Engineer In Charge.

The testing of materials to be used in the Works, or of the quality of finished


items shall generally be done in a laboratory approved by the Engineer-in-
Charge or his representative. All testing charges shall be borne by the
Contractor. The following tests shall be carried on a routine basis:

(a) Gradation and specific gravity of coarse and fine aggregate to be used for
concrete work.

(b) Moisture content in fine and course aggregates, bulking of sand of fine
aggregate.

(c) Determination of fines and deleterious materials, organic impurities and


light weight places in course and fine aggregate.

(d) Workability tests on concrete by means of slump cone.

(e) Determination of the crushing strength, absorption and efflorescence of


bricks.

(f) Concrete cube crushing strength at 7 days and 28 days.

(g) Determination of flakiness index and crushing value for coarse aggregates.

CE(PMC),PHED, Ajmer 262 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6),Kuchaman Vol-II: Specifications for ESR & CWR

The above tests (a) to (g) inclusive, shall be done on a routine basis as per
the provisions of the relevant Indian Standards, or as specified by PMC
and explanatory notes shall be kept during the construction period. The
following additional tests of materials and workmanship shall also be
carried out at contractor’s cost, if the Engineer-in-Charge or his
representative requires:

(h) Chemical tests of fine and coarse aggregates, to determine the sulphate,
chlorides and other deleterious material present in the aggregate.

(i) Testing of cement (Physical and Chemical), as per IS 269 or IS 485, as the
case may be.

(j) Tests on steel (Mild and High Tensile (Tor) as per IS 1786 to establish the
Ultimate tensile strength, yield stress, percentage elongation and chemical
composition.

(k) Tests for suitability of water for concrete work.

In addition to the above tests, the Engineer In Charge or his representative,


may request any other test to be carried out from time to time as per the
Indian Standards or the Rajasthan PWD specification, at contractor’s cost.

8.4.2 Concrete

During the progress of construction sampling, preparation of test specimens,


curing and testing of concrete shall be conducted in accordance with IS 1199
and IS 516, to determine whether the concrete being produced complies with
the strength requirements as specified.

At least one slump test shall be carried out for every compressive strength test
carried out, or as directed by the Engineer in Charge. Six numbers 15 cm
cubes shall be made for each cubic meter or portion thereof or for each pour
per grade of concrete. This number may be increased at the discretion of the
Engineer-in-Charge. Six specimens shall preferably be prepared from
different batches, three being tested after 7 days and the remaining three
being tested at 28 days. The Contractor shall provide, at his own expense, all
apparatus, labour and arrange for testing at a laboratory, approved by the
Engineer in Charge.

CE(PMC),PHED, Ajmer 263 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6),Kuchaman Vol-II: Specifications for ESR & CWR

The concrete tested in accordance with “Testing of Concrete” clause above,


shall be the criteria for acceptance of concrete as per IS 456. The strength of
concrete shall be the average strength of three specimens tested at 28 days and
conform to strength requirements for different grades of concrete. If the
advance 7 days tests show crushing strengths that are too low, corrective
measures shall be taken at once, at the Engineer’s direction, without waiting
for the results of the 28 days tests.

8.4.2.1 Failure to Meet Strength Requirements

In cases where concrete tested fails to meet the test requirements, the Engineer-
in-Charge shall have the right to require any one or all the following additional
tests. These shall be carried out by contractor at his own expense. The Engineer-
in-Charge shall be the finally authority for interpreting the results and shall
decide upon the acceptance or otherwise.

 Curing and load testing of the concrete member concerned represented by


the test which failed.

 Replacement of any such portions of the structure. No payment shall be


made for the dismantling of the concrete, relevant form work, or
reinforcement. Embedded fixtures and reinforcement of adjoining
structures damaged during dismantling shall be made good by the
contractor at his own expense.

 Extended curing of the structure of the concrete represented by the


specimen.

 Collecting and testing of a core specimen from the hardened concrete. The
location number and size of such specimen shall be taken as directed by
the Engineer-in-Charge.

 Any Other tests i.e. ultrasonic/ or rebound hammer tests to be decided by


the Engineer-in-Charge, at the contractors own cost.

8.4.2.2 Check of Reinforcement and Concreting

All reinforcement shall be got checked recorded prior to pouring of concrete,


by a representative of the Engineer-in-Charge. Similarly, the entire concrete

CE(PMC),PHED, Ajmer 264 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6),Kuchaman Vol-II: Specifications for ESR & CWR

pouring work shall be done in the presence of an officer not below the rank of
Junior Engineer or support engineer from the consultant. The contractor shall
therefore, give a notice of a minimum three days to the Engineer-in-Charge or
his representatives, such that the work can be checked by him or his
representative. No work shall be covered before inspection and approval of
Engineer-in-Charge.

8.4.2.3 Minimum Requirement for all reinforced or plain concrete structures

Cement concrete (plain or reinforced) shall comply with the requirement of


specifications of Rajasthan PWD (B&R) Specification and Explanatory Notes for
Buildings and House Drainage except in so far as these are not altered or
modified by specific stipulations as given in the specifications herein. The
concrete grades to be used shall not be leaner than following:

Water bearing structure i.e. container, beam platform in the M30


reservoir and roof.

Other structural concrete M25


Lean concrete in foundation M15

a) Minimum cement content of 360 kg/m3 with maximum 20mm size


downgraded coarse aggregates for M 25 grade concrete, whereas
design mix has to be carried out for M25 and above grade.

b) Approved quality water proofing compound (chloride free) shall be


added during concreting of all water retaining structure, in the
proportion specified by the manufacturer/as per design mix or up to
2% (percent) by weight of cement.

c) To check the fine cracks , fibre should be used as secondary


reinforcement in the RCC as per manufacturer recommendation for
water retaining members only.

8.4.2.4 Precautions to Keep Service Reservoir Free From Contamination

As soon as possible after completion of reservoir and after all pipes have been
laid the Contractor shall remove all dirt, debris, materials, tools etc. from the
reservoir and shall wash and brush down with water the whole of the

CE(PMC),PHED, Ajmer 265 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6),Kuchaman Vol-II: Specifications for ESR & CWR

interior. He shall also if required by the Engineer incorporate a mixture of


chloride of lime in the water wash required.

The greatest care shall be taken to keep the entire reservoir free from any
contamination. Strict supervision shall be maintained over the workmen
entering after first washing down. Provision shall be made to enable
workmen to wash their feet or footwear clean and sterilize them before
entering.

8.4.2.5 Construction joints

As construction joints are week in shear normally construction joints, if


required, shall be provided in location where shear stress is minimum.
However, construction joints should be avoided in the bottom slab of any
water retaining structure. In the walls of the water retaining structures
vertical construction joints should be avoided to the maximum possible
extent. In the event the Contractor solely for his convenience proposes
construction joints in the bottom slab and or vertical construction joints in the
wall of the water retaining structures, then the Contractor shall provide
approved PVC water-stop of 230mm width and 8 mm thick in all such joints.
For the convenience of construction and to avoid segregation of concrete
horizontal construction joints shall be provided in a planned way at a height
not more than 2.0M in case of approved admixture, at his cost, is used by the
contractor in the concrete to increasing the workability of the concrete
without affecting the designed water cement ratio. In case such admixture is
not used the height of such cast shall be restricted maximum up to 1.5M.

All such construction joints should be prepared properly like removing of all
loose materials by wire brush and soaking with rich cement slurry mixed with
approved water-proofing compound in prescribed ratio, before pouring next
concrete. Next pour of concrete in any construction joints in water retaining
structures should be within 24 hours of last pour.

8.4.2.6 Final Finishing

The contractor shall ensure that the entire structures along with all its
installations are in a finished and in new and fully operative condition when
handed over. He shall have repaired and remove all signs of damage that

CE(PMC),PHED, Ajmer 266 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6),Kuchaman Vol-II: Specifications for ESR & CWR

might have been done during the course of installation and fixing of
equipment. He shall also see that the entire exterior finished properly and the
entire site is cleared all extra construction material, debris and excavated soil.
This shall have to be done to the satisfaction of Engineer-in-Charge.

8.4.2.7 Pipes and Specials

The CI double flanged Pipes shall conform to IS-7181 / IS-1536 and CI double
flanged fitting specials shall be in accordance with IS-1538.

Sizes of different pipes for inlet, Outlet, Overflow and wash out pipes for
different locations shall be as per scope of work or GA drawing for ESRs &
CWRs:

CI Double flanged Dismantling joints shall be installed in such a manner that


valves can be dismantled without stress to the joints. These shall be for
minimum working pressures of 10 kg/cm2 (1 Mpa) and shall be completely
leak proof with proper gasket arrangement. Flange dimensions shall conform
to latest relevant IS code. Flanged specials shall be supplied with required
nuts, bolts and rubber gaskets. The dismantling joint shall be internally and
externally coated with hot applied (dip) bituminous paint.

8.5 ALL FLANGED SPECIALS

The cast iron flanged specials (all flanged tee, flanged tapers, bends, blank
flanges. Puddle collar) shall conform to IS 1538.

The specials shall be internally and externally coated with hot applied (dip)
bituminous paint.

All flanged specials shall be used for nominal pressure of 25 kg/cm2.

Flanged specials shall be supplied with the galvanised bolts, nuts and rubber
gaskets. The galvanised nut & bolts shall be supplied in jute bag; rubber
gasket shall be supplied in polyethylene bags. The rubber gaskets shall
conform to IS 5382.

The length and size of the puddle collars to be fixed at different places of the
structures shall be decided by the Engineer in Charge.

CE(PMC),PHED, Ajmer 267 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6),Kuchaman Vol-II: Specifications for ESR & CWR

8.6 PUDDLE COLLAR

All puddle collars shall be of DI. The length and size of the puddle collars
shall be as per specifications of tender.

8.7 LADDER

M. S. step ladder 450 mm wide, made up of 50mm x 50mm x 6 mm M.S. angle


iron and steps of suitable width and thickness (as approved by EiC) at 300mm
c/c shall be provided outside from the balcony to top dome. MS cage shall
also be provided on this ladder as shown in drawing. The ladder from top
dome to inside platform and from platform to button dome in the container
shall be of aluminum. Its drawing shall be got approved from EIC before
dispatch.

8.8 RAILING

Hand railing around the platforms, Balcony, stairs and landings shall be
consisting of 25mm diameter medium B class GI pipes in two rows (one at the
top and other at middle level) and 1000mm high vertical post 65x65x6 mm
angle iron @ 1500mm center to center (At least two vertical angles are to be
provided wherever distance is less) with all accessories like elbows, tees etc.
including welding, threading and embedding in cement concrete floor.
Railing shall be protected against corrosion after welding. The pipe shall pass
through hole in the vertical angle.

8.9 WATER LEVEL INDICATORS

Ultra Sonic Water Level Measuring Device :-


This device will be installed in the CWRs and ESRs and read the water level
inside the tank at any moment (as per requirement) and transfer the same to
internet data server using GSM network. Contractor will provide one SIM per
device. Other features are as follows
Flexible operation: The interval for data retrieval will be hourly or as defined by
user.

CE(PMC),PHED, Ajmer 268 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6),Kuchaman Vol-II: Specifications for ESR & CWR

Power source: Power will not be available at the installation location the
device should be battery / solar powered.
SMS alerts: There should be provision for SMS alerts in case of attaining
predefined levels in the reservoirs.
Level sensor should be Ultrasound type or Hydrostatic pressure type for
water column in the tanks based sensor should be installed.
Range and accuracy: The measuring range is 5.0 meters and the maximum
error 1%
Least count: The least count of system should not be more than 1 cms.
The unit should be waterproof (with IP68 protection) and should be able to
work in harsh weather conditions of Rajasthan.
Automated fault detection: The system should have an automated mechanism
for detecting non-functional devices.
The instruments located on each reservoir will communicate with the GSM /
GPRS server module located at the respective Pumping Station. The GSM /
GPRS Server module will acquire data from all the Level transmitters under
the Pumping station service area and process the same.
GSM Connection and recurring expenses: SIM cards for GSM connection for
each of remote level monitoring devices and the reception device will be
provided by the contractor. The initial license cost and related physical
activity for GPRS GSM connection will be incurred by the contractor and
operational cost / monthly billing charges shall be paid by the contractor.
Mechanical Float Water level Indicator :-

Water level indicator consists of an approved copper float and iron counter
weight and connected by 4 mm thick steel flexible stranded wire passing over
aluminum pulleys 7 cm diameter fixed on GI medium class pipe which is
installed as indicated in the drawing shall have to be provided. The scale shall
be calibrated in centimeters and should consist of MS sheet 20 gauge fixed
over wooden plank with an MS angle iron frame of 35 mm X 35 mm X 5 mm
and painted with white enamel bases, letters in black and red. The scale shall

CE(PMC),PHED, Ajmer 269 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6),Kuchaman Vol-II: Specifications for ESR & CWR

be located and fixed with RCC column at 2.3 m above the ground for Service
Reservoir.

For Ground Level Clear Water Reservoir the water level indicator will be
fixed on outer portion of vertical wall as directed by Engineer.

8.10 VENTILATOR

A ventilator, as shown in the drawings, fixed with 24 gauge square mesh of 14


gauge SS wire around the circumference.

8.11 LIGHTENING ARRESTER

Lighting arrester shall be of copper bar of 25mm dia and 2m. long to be
provided at the top of ESR. This is to be connected by a GI strip of 25 mm
wide & 3mm thick. This conductor strip shall be connected to a 450mm x
450mm x 3mm thick copper plate to be embedded below the average ground
level. The earthing system shall comply with Indian Electricity Rules and
shall confirm to IS 3043. The pit shall be refilled by alternate layers of salt and
coke as shown in the drawing and balance shall be filled with loose soil. The
40 mm dia GI watering pipe shall be provided in the pit. Care shall be taken
that earth pit does not sink.

8.12 PAINTING

If not otherwise stated metallic surfaces shall receive one initial coat at the
manufacturer’s workshop. After arrival of the equipment on site, the same
shall be inspected and damaged portions shall be cleaned and given the
primer and under coat of similar paint. After erection all metal work shall be
painted as follows:

8.12.1Painting of metallic surfaces

All mild steel railing, gate, frame, MS ladders, ventilator, manholes, cover,
float valves shall receive a coat of primer of red oxide, two under coats and
one finishing coat of an approved enamel paint and of approved shades.

8.13 PLINTH PROTECTION

Plinth protection works are to be constructed below the Elevated Service


Reservoir, it shall be extended up to 1m from fall of balcony or edge of raft

CE(PMC),PHED, Ajmer 270 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6),Kuchaman Vol-II: Specifications for ESR & CWR

slab, whichever is more all around elevated service reservoir and 1.0 m from
the foundation raft outer edge of partly under ground CWR . It shall consist
of laying lean concrete 150 mm thick in M15, over compacted soil.

The minimum free space between plinth protection and the first bracing of the
ESR shall be 1.60 m.

8.14 WATER BARS (FOR CWR)

The water stop shall be of plastic compound, the basic resin of which shall be
polyvinyl chloride. The compound shall contain additional resins,
plasticizers, inhibitors or other materials such that when the material is
compounded, it shall meet the requirements given in IS. Water stop bar shall
be of reputed make as approved by Engineer In charge. It shall be 230 mm
wide and 8 mm thick having corrugation strips and central bulb . The water
stops shall be jointed in straight reaches only by experienced trained
personnel using a suitable device as approved by the Engineer In charge.

GI Water Stop GI Water stop consisting of 150 mm wide GI strip of 18 gauge


(with 150 mm overlap at the ends) shall be provided at construction joints in
walls of water retaining structures as per drawing and as instructed by the
Engineer In charge.

8.15 POLYETHYLENE SHEET (FOR CWR)

In accordance with IS 3370 (part-I) a layer of 125 micron thick polyethylene


film will be provided between lean concrete (100mm thick M15 concrete) and
the base slab. This is provided to reduce shrinkage cracks in the RCC base
slab.

8.16 SLOGAN AND LOGO

The contractor shall paint a area of 6m x 3m on the vertical wall of the tank
portion by using 3 coats of plastic emulsion paint of shade as approved by
Engineer In Charge to form a base for writing the slogan with 75 mm thick
boarder around the area and logo of “JAL BHI SEEMIT PARIWAR BHI
SEEMIT” in Hindi. For writing the slogan the letters shall be of 30 cm size.
The size of logo shall be 75 cm. The shade for painting the slogan will be
approved and directed by Engineer in Charge.

CE(PMC),PHED, Ajmer 271 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6),Kuchaman Vol-II: Specifications for ESR & CWR

8.17 PIPE CLAMP

The clamp shall be 6mm thick 550mm wide MS flat fixed on pipe & column as
shown in drawing.

8.18 MAN HOLE COVER

Square man hole cover 800x800 mm shall be provided. The cover shall be
made of 3 mm thick MS flat. The frame shall be made of MS angle 80*80*4. The
cover shall be connected to this frame by using two nos. strung hinges.
Arrangement shall be provided as shown in drawings.

8.19 FLOAT VALVE (FOR ESR & CWR)

The float valve system shall be installed at inlet pipe inside the container
portion. The material of construction for different components, are given
below:

Part No. Name of Part Material Specification


1. Body Cast Iron ISD 210, FG 200
2. Valve Cast Iron ISD 210, FG 200
3. Bottom Plate Cast Iron ISD 210, FG 200
4. Washer Plate Gun metal IS 318
5. Seat ring Gun metal IS 318
6. Link Gun metal IS 318
7. Liner Brass -
8. Eye Bolt for Valve Brass -
9. Lever fork Mild steel -
10. Valve face Synthetic -
rubber
11. Float Ball Copper -

The float ball is to be suspended in cylindrical vessel fabricated from 4 mm


hot-dip galvanized MS sheet, so that free upward / downward movement is
offered to the ball as the water level rises / falls in the cylindrical vessel. The
tank shall be hot dipped galvanized after fabrication. The valve shall provide
watertight closing with an upward movement of 165-175 mm in the vessel.

The auxiliary float valve shall be installed in the cylindrical vessel. It shall be
of copper alloy, Corydon pattern with rough body and screwed male ends.
The size of the float and the length of the lever must ensure a watertight

CE(PMC),PHED, Ajmer 272 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6),Kuchaman Vol-II: Specifications for ESR & CWR

closing at a pressure of 6 kg/cm2. The valve design must with view to a


permanent withdrawal at pressures reaching 6 kg/cm2. This relates to
cavitations of the seat, the piston and the washers.

The material of construction for different components, are as under:

Part No. Name of Part Material Specification


1. Float ball Copper -
2. Ball Cap Gun metal BS 1400 LG 2
3. Lever Brass rod BS 2872 or 2873 CZ 114
4. Split Pin Brass -
5. Piston Gun metal BS 1400 GL
6. Piston Cap Gun metal -
7. Washer Nitrile rubber -
8. Body Gun metal BS 1400 GL

The above valves shall be tested for the following hydrostatic pressure. The
lever and its connections to the ball must be designed for heavy-duty
function.

Body of valve : 10 kg/cm2

Seat of valve: 6 kg/cm2

8.20 TESTING FOR WATER TIGHTNESS (REPRODUCED FROM IS 370)

The contractor shall carry out a water tightness test for the maximum water
head condition i.e. with the water standing at full supply level. All cost of
testing shall be born by the contractor. This test shall be carried out in
accordance with the procedure given below:

For water tightness test, before the filling operations are started, the reservoirs
shall be jointly inspected by the Engineer In Charge and the representative of
the Contractor and condition of surfaces of wall, construction joints etc. shall
be inspected and noted and it shall be ensured that jointing material filled in
the joints is in position and all openings are closed. The contractor shall make
necessary arrangement for ventilation and lighting of reservoir by way of
floodlights, circulators etc. for carrying out proper inspection of surface and
internal conditions if so desired by the Engineer in Charge.

CE(PMC),PHED, Ajmer 273 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6),Kuchaman Vol-II: Specifications for ESR & CWR

The water retaining structures shall be filled with water gradually at the rate
not exceeding 30 cm. Rise in water level per hour and shall extend for a
period of 72 hours. Records of leakages starting at different level of water in
the reservoirs, if any, shall be kept.

The reservoirs once filled shall be allowed to remain filled for a period of 7
days before any readings or drop in water level is recorded again at 7 days.
The total drop in surface level over a period of 7 days shall be taken as
indication of the water tightness of the reservoir, which for all practical
purposes shall not exceed 40mm. There shall be no indication of leakages
around the puddle collars or on the wall and bottom of the reservoir.

If the structure does not satisfy the test requirements, and the daily drop in
water level is decreasing, the period of test may be extended for a further
seven days and if the specified limit is not exceeded, the structure may be
considered as satisfactory.

In case the drop in water level exceed the permissible limit with the stipulated
period of test, the Contractor shall carry out such additional works and adopt
such measures as may be directed by the Engineer In Charge to reduce the
leakage in the permissible limit. The entire rectification work that shall be
carried out in this connection shall be at Contractor’s cost.

If the test results are unsatisfactory, the Contractor shall ascertain the cause
and make all necessary repairs and repeat the water retaining structure test
procedures, at his own cost. Should the re-test results still be unsatisfactory
after the repairs, the structure will be condemned and the Contractor will
dismantle and reconstruct the structure, to the original specification, at his
own cost.

8.21 DESIGN CONSIDERATIONS:

8.21.1 Design Submissions

The contractor shall be responsible for the safety of structures, correctness of


design and drawings, even after the approval of the same by Engineer-in-
Charge. Complete detailed design calculations of foundations and
superstructure together with general arrangement drawings and explanatory

CE(PMC),PHED, Ajmer 274 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6),Kuchaman Vol-II: Specifications for ESR & CWR

sketches of reservoir shall be submitted to the Engineer-in-charge for


approval. Separate calculations for foundations or superstructures submitted
independent of each other shall be deemed to be incomplete and will not be
accepted by the Engineer-in-charge.

The design considerations described hereunder establish the minimum basic


requirements of plain and reinforced concrete structures, masonry structures
and structural steel works. However, any particular structure shall be
designed for the satisfactory performance of the functions for which the same
is being constructed.

8.21.2 Design Standards

All designs shall be based on the latest Indian Standard (I.S.) Specifications or
Codes of Practice unless otherwise specified. The design standards adopted
shall follow the best modern engineering practice in the field based on any
other international standard or specialist literature subject to such standard
reference or extract of such literature in the English language being supplied
to and approved by the Engineer-in-charge. In case of any variation or
contradiction between the provisions of the I.S. Standards or Codes and the
specifications given along with the submitted tender document, the provision
given in this specification shall be followed.

8.21.3 Design Life

The design life of all structures and buildings shall be 60 years.

8.21.4 Design Loading

The structure shall be designed to resist the worst combination of the


following loads/ stresses under test and working conditions; these include
dead load, live load, wind load, seismic load, stresses due to temperature
changes, shrinkage and creep in materials, dynamic loads:

Dead Load

This shall comprise all permanent construction including walls, floors, roofs,
partitions, stairways, fixed service equipments and other items of machinery.

CE(PMC),PHED, Ajmer 275 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6),Kuchaman Vol-II: Specifications for ESR & CWR

In estimating the loads of process equipment all fixtures and attached piping
shall be included.

Live Load

Live loads shall be in general as per I.S. 875. However, the following
minimum loads shall be considered in the design of structures:

i) Live load on roofs : 4.00 KN/m2

ii) Live load on all other floors walkways, stairways : 2.00 KN/m2
and platforms

In the absence of any suitable provisions for live loads in I.S. Codes or as
given above for any particular type of floor or structure, assumptions made
must receive the approval of the Engineer-in-charge prior to starting the
design work. Apart from the specified live loads or any other load due to
material stored, any other equipment load or possible overloading during
maintenance or erection/ construction shall be considered and shall be partial
or full whichever causes the most critical condition.

Wind Load

Wind loads shall be as per I.S. 875. Part 3. The risk coefficient should be for
important structure. Simliarly terrain considered as few or no obstruction.

Earthquake Load

This shall be computed as per I.S. 1893 taking into consideration soil
foundation system, importance factor appropriate to the type of structure
basic horizontal seismic coefficient/ seismic zone factor & average
acceleration coefficient. The zone for earth quake consideration shall be zone
3. If in the district , more than one zones have been speicifed in the new
earthquake BIS code, the severest zone has to be considered for the analysis.

8.21.5 Joints

Movement joints such as expansion joints, complete contraction joints, partial


contraction joints and sliding joints shall be designed to suit the structure.

CE(PMC),PHED, Ajmer 276 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6),Kuchaman Vol-II: Specifications for ESR & CWR

No expansion joints in wall, floor & roof of water retaining structure shall be
allowed.

The positions of construction joints should be specified by the designer &


indicated on the drawings. If there is a need on site to revise any specified
position or to have additional joints, the proposed positions should be agreed
with the designer.

The concrete at the joint should be bounded with that subsequently placed
against it, without provision for relative movement between the two concrete
should not be allowed to run to a feather edge & vertical joints should be
formed against stop edges.

8.21.6 Design Conditions for Underground or Partly Underground Liquid


Retaining Structures

Ground or partly underground liquid containing structures shall be designed


for the following conditions:

 Liquid depth up to full height of wall (including top ring beam and free
board) : no relief due to soil pressure from outside to be considered;

 Structure empty (i.e. empty of liquid, any material, etc.): full earth pressure
and surcharge pressure wherever applicable, to be considered;

 Structures shall be designed for uplift in empty conditions with the water
table as indicated in geo-technical report & due care should be taken for
seasonal variation on higher side.

 Walls shall be designed under operating conditions to resist earthquake


forces from earth pressure mobilization and dynamic water loads;

 Ground or partially underground structures shall also be checked against


stresses developed due to any combination of full and empty
compartments with appropriate ground/uplift pressures from below to
base slab. The design shall be such that the minimum gravity weight
exceeds the uplift pressure at least by 20%.

CE(PMC),PHED, Ajmer 277 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6),Kuchaman Vol-II: Specifications for ESR & CWR

 An increase cover of 15 mm is recommended for walls and roof bottom to


account for contract with chlorinated water inside the reservoir. The
increase cover is not proposed for the base slab as cement concrete screed
topping is proposed to provide protection to the RCC Structure.

 The tank portion should be designed using membrane theory and check for
continuity should be made for the joints of the members.

 The average shear per column shall be calculated by taking factor as 2.

 Minimum area of reinforcement ( 0.8%) in column shall be of cross section


area actually provided.

 As wind/seismic forces are basic load on brace , so while designing bracing


beams , no increase should be allowed over permissible stress.

 For calculating moment and shear coefficient in brace centre to centre


vertical distance between braces shall be taken and no further distribution
of moments shall be allowed for designing purpose. If haunches are
provided, then clear vertical distances between braces may be taken for
design.

 Bracing should de deigned for steel beam theory only.

 The raft foundation shall be designed for plate theory analysis.

8.21.7 Foundations

The minimum depth of foundations for the structures, frame foundations and
load bearing walls shall be as per IS 1904 and suitable for site.Bearing capacity
of soil shall be determined as per IS: 6403.

Care shall be taken to avoid the foundations of adjacent buildings or structure


foundations, either existing or not within the scope of this contract. Suitable
adjustments in depth, location and sizes may have to be made depending on
site conditions. No extra claims for such adjustments shall be accepted.

A structure subjected to groundwater pressure shall be designed to resist


floatation. The dead weight of empty structure shall provide a factor of safety
of 1.2 against uplift during construction and service.

CE(PMC),PHED, Ajmer 278 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6),Kuchaman Vol-II: Specifications for ESR & CWR

Where there is level difference between the natural ground level and the
foundations of structure or floor slabs, this difference shall be filled up in the
following ways.

 In case of liquid retaining structures, the natural topsoil shall be removed as


described above and the level difference shall be made up with Plain
Cement Concrete not weaker than M 10.

 All blinding and leveling concrete shall be a minimum 100 mm thick in


concrete grade M15 unless otherwise specified.

8.21.8 Mimium Thickness Requirements of members:

The following minimum thickness shall be used for different reinforced


concrete members, irrespective of design thickness. The raft thickness of CWR
should be higher than the bottom thickness of wall.

(i) Walls for liquid retaining structures


For OHSR – : 150 mm
For CWR - : 200 mm
(ii) Roof slabs for liquid retaining structures (other : 150 mm
than flat slabs)
(iii) Bottom slabs including roof slabs for liquid : 200 mm
retaining structures
(iv) Floor slabs including roof slabs, walkways, canopy : 100 mm
slabs
(v) Wall of cables/ pipe trenches, underground pits : 150 mm
etc.
(vi) Column footings : 300 mm
(vii) Parapets, Chhajja : 100 mm
(viii) Pre-Cast trench cover : 75 mm

CE(PMC),PHED, Ajmer 279 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Instrumentation, Automation,
Kuchaman Communication

CHAPTER-9:
SPECIFICATIONS FOR INSTRUMENTATION, AUTOMATION,
COMMUNICATION

9.1 GENERAL

This section of specifications defines the general requirement of automation


and PLC system to be installed at all the Head Works and the Contractor shall
make all necessary arrangements for providing & installation of interlinking
system for integration of the instrumentation system for package–9 (CDS 6) of
Phase–II of Nagaur Lift Project to the Master SCADA center at Goglawa. The
provision of master SCADA center at Gogelawa has been taken under package-
1 (TM 1) of Nagaur Lift Water Supply Project Phase–II. The contractor shall
provide necessary communication ports for connecting the PLC system to the
Master Control SCADA System, under package –9 (CDS 6) of Nagaur Lift
Water Supply Project, Phase-II. Under Package-9, the proposed Head Works
are at Kuchaman, Chitawa and Bhilal and the contractor shall make necessary
arrangement to transmit the data to master SCADA center at Goglawa. For
selection of field instruments and control system or anything related to
instrumentation, the Contractor shall follow the specifications contained herein.

Irrespective of the detailed specifications of the respective items detailed in


the chapters of pumping stations, the contractor shall be required to provide
all equipment, accessories, cabling, earthing, providing necessary
transducers/sensors, system hardware/software, programming logic etc. to
achieve the requirements listed in Clause 9.2 below. The motorised valves
shall be provided with open/close limit switches.

9.2 GENERAL REQUIREMENT OF PLC/SCADA SYSTEM

The entire PLC system is required to:

9.2.1 Receive & store the information from

ELECTRICAL SYSTEM:

a) Input voltage, amperage

CE(PMC),PHED, Ajmer 279 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Instrumentation, Automation,
Kuchaman Communication

b) Power consumption (kW & kWh) and power factor of all motors at all
Head Works.

c) Status of all LT motors (on/off/trip)

MECHANICAL EQUIPMENTS

a) Status (on / off / % opening) of all motorised Butterfly / sluice Valves,


on individual pumps (delivery & Suction), manifold pipe etc.

INSTRUMENTATION EQUIPMENTS

a) Flow data (instantaneous flow rates and total flow) from the pump
house

b) Sump water Level.

c) Pressure at delivery of each main pump & manifold.

9.2.2 Process the above information to Control

oOperation sequences of valves & pump for opening/closing and start/stop


respectively, including control over the desired % opening of valves after
due monitoring of the electrical health of the system.

oShut down of pumps in case of any non-transient abnormal conditions such


as low/high voltage, high current drawl, thermal over load, excessive
shaft vibrations, earth faults etc.

oShut down of pumps in case of low water level in sumps.

oGeneration of reports.

oAny other control logic necessary for smooth operation of system.

9.2.3 Alarm Schedule

The alarm schedule is indicative of what is required. The Contractor shall


provide for the annunciation of all alarms necessary in order to achieve
control and monitoring requirements.

 Abnormal pressures in manifold.

CE(PMC),PHED, Ajmer 280 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Instrumentation, Automation,
Kuchaman Communication

 Motor tripped on over-load.

 High winding/bearing temperature.

 Pumps failed to start/stop.

 Valves failed to open/close.

 High/Low water levels in sump.

 Pump start sequence failed to complete

 Pump stop sequence failed to complete

 Emergency stop operated

 Low power factor of motors.

9.3 DESIGN REQUIREMENTS OF INFORMATION & CONTROL SYSTEM

9.3.1 General

a) Instrumentation & Control system shall be designed, manufactured,


installed and tested by an experienced system integrator to ensure high
standards of operational reliability. Instruments mounted in field and
on panels shall be suitable for continuous operation. All electronic
components shall be adequately rated and circuits shall be designed so
that change of component characteristics shall not affect plant
operation.

b) All Instrumentation & Control equipment shall be new, of proven


design, reputed make, and shall be suitable for continuous operation.
Unless otherwise specified, all instruments shall be tropicalised. The
outdoor equipment shall be designed to withstand tropical rain and
temperature variation from –2 to + 60o C. Wherever necessary, space
heaters, dust and waterproof cabinets shall be provided. Instruments
offered shall be complete with all the necessary mounting accessories.

c) Electronic instruments shall utilize solid state electronic components,


integrated circuits, microprocessors, etc., and shall be of proven design.

d) Output signal for transmitters shall be 4-20 mA DC linear having two


wire systems.

e) Unless otherwise stated, overall accuracy of all measurement systems

CE(PMC),PHED, Ajmer 281 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Instrumentation, Automation,
Kuchaman Communication

shall be ±1% of measured value, and repeatability shall be ±0.5%.

f) After a power failure, when power supply resumes, the instruments


and associated equipment shall start working automatically. The
system shall be designed for fail-safe operation.

g) The instruments shall be designed to permit maximum


interchangeability of parts and ease of access during inspection and
maintenance.

h) The field instruments i.e. the instruments mounted outside the control
panel shall be mounted at a convenient height of approximately 1.2 m
above grade platform.

i) Unless otherwise stated, field mounted electrical and electronic


instruments shall be weatherproof to IP-52

j) The instruments shall be designed to work at extremes of the ambient


conditions of temperature, humidity, and chlorine contamination that
may prevail. The instruments shall be protected against corrosion as
per the prevailing standards.

k) Lockable enclosure shall be provided for the field-mounted


instruments wherever required.

l) All field/panel-mounted instruments shall have tag plates/name


plates permanently attached to them.

m) The instruments shall be designed for voltage variations of ±10% and


frequency variations of ±5%.

n) All wetted parts of sensors shall be made out of non-corrosive material


capable of working with chlorine content of 5 ppm.

o) All instruments (transmitting analogue signals) installed in the field


(outside pump house), lightning protection units (LPU) shall be
provided at both ends of the connecting cable for the protection against
static discharges/lightning and electromagnetic interference.

p) Unless otherwise specified, double compression glands shall be used


for glanding the cable in field instruments and instrument control
panel.

q) Pressure transmitters shall be provided with two valve manifold and a

CE(PMC),PHED, Ajmer 282 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Instrumentation, Automation,
Kuchaman Communication

test port, so that in site calibration can be carried out.

r) Two wire transmitters shall be provided with on-line test terminals.

9.4 PROGRAMMABLE LOGIC CONTROLLERS

The PLC shall be expandable mini programmable controller and shall have
following minimum technical specifications:

Certified to UL, CSA, FM, Standards EN 61131-2, CE and shipbuilding


approvals, Radio interference suppression according to limit class A,
programmable in LAD, FBD and STL, Supply voltage 24 V DC, Execution
time (bin.): 0.22µs, Data memory, max. 8KByte, Program memory, max.
12KByte, 1 optional memory sub module, Backup time 100h(min. 70 h at 40
°C), 200 days (typ.) with optional battery module, Maintenance-free if no
battery is used, 14 integr. DI 24V DC, 10 integr. DO 24 V DC, 0.75A,
expandable with up to 7 modules, 4 interrupts, 2 analog potentiometers,
sensor power supply 280mA, 32Byte bit memories, 256 counters, 256 timers, 6
high-speed counters, 30kHz, integrated RS 485 interface, max.187.5kBit/s for
connecting other CPUs, PCs, operator control and monitoring elements,
printers, other ASCII devices, Ambient temperature 0 to 55 degrees Celsius,

9.4.1 GSM/GPRS controller:

1. The GSM/GPRS interface controller should operate on 10-30Vdc and shall


be safe from the transients in the LV supply from the transformer.

2. The GSM/GPRS interface and controller shall be of any standard make,


suitable for operation in the range of -5 to +55 degree celcius & relative
humidity 30-95% without condensation.

3. Electromagnetic Compatibility shall confirm to EN55022 Emission test (


Class A) and EN 50082-1 Immunity test

4. GSM / GPRS interface & controller should have modbus communication


capability with RS 485 built in serial port for data acquisition from
Modbus devices and preferably Modbus TCP/IP or IEC 60870-5-104
remote communication protocol.

CE(PMC),PHED, Ajmer 283 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Instrumentation, Automation,
Kuchaman Communication

5. The GSM / GPRS interface and controller should have provision for
communication to mobile control station /SCADA over GPRS. A pc
executing programming software shall be provided for connecting to a
controller through GSM/GPRS interface or M2M gateway for transferring
application, objects and commands.

9.4.2 Basic Features but not limited to:

 Industrial GPRS interface devices


 Firewall and VPN for secure communication
 Mobile independent Static IP
 Should accept IP address from M2M gateway at server or from service
provider
 10/100 base –T Ethernet port
 RS 232/422/485 serial port
 RS 232 device or console serial port
 should support 11 bit serial data
 should have provision for optional: internal heater, battery backup and I/O
extension
 Automatic re-establishment for communications in case of temporary failure
of wireless link
 Provision of fixed IP addresses needed for two way communications
 Inbuilt security mechanisms to prevent unauthorized entry to system. VPN
 Watchdog to reboot the system

 Industrial grade hardware with working capabilities at temperatures


ranging from 0 to 70 degree celcius.

9.4.3 Processor

 32 bit RISC processor


 8MB flash memory
 32 MB SD RAM memory

9.4.4 Power

 6-26 V dc nominal input voltage

CE(PMC),PHED, Ajmer 284 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Instrumentation, Automation,
Kuchaman Communication

 1-5 W power consumption


 Resettable fuse and ESD protection

9.4.5 Other

 Built in temperature sensor


 Built in real time clock

9.4.6 Enviornment

 0 to 55 degree
 humidity 5 to 85% RH

9.4.7 Network Interfaces

 Ethernet port
 10/100 Base –T. Shielded RJ45
 1.5kV isolation transformer
 Ethernet IEEE 802-3, 802-2

9.4.8 GPRS

 Internal module and SIM card socket


 Compliant to GSM phase 2/2+
 FME external antenna connector (50 ohm)
 Dual band EGSM 900( 2W) and GSM 1800
 GPRS
 GPRS multi slot class10
 GPRS mobile station class B
 85.6 kbps GPRS downlink speed
 21.4 kbps GPRS uplink speed
 coding schemes CS1, CS2, CS3 ,CS4
 USSD support

9.4.9 Serial Port #1 console

 RS232 DTE male DB-9 connector

CE(PMC),PHED, Ajmer 285 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Instrumentation, Automation,
Kuchaman Communication

 Full modem and serial signals


 Speed 300-460 800 bps
 Data bits 7 or 8 , stop bits-1 or 2
 Parity – None , Even , Odd
 Flow control – None RTS/CTS
 Protection-15kV ESD and short circuit
 Console RS 232
 1 stop bit

9.4.10 Serial Port #2 console

 RS232 , RS 422, RS 485 selectable


 Full modem and serial signals
 Speed 300-460 800 bps
 Data bits 7 or 8 , stop bits-1 or 2
 Parity – None , Even , Odd
 Flow control – None RTS/CTS
 Protection-15kV ESD and short circuit
 Console RS 232
 1 stop bit

9.4.11 Software

 Network Protocols

oPPP,IP,ICMP,UDP,TCP,ARP

oDNS, DHCP, FTP, TFTP

oHTTP, POP3, SMTP

 Tunneling

oSSHv2 server and client

oSSHv1 server and client

oVPN using SSH protocol

CE(PMC),PHED, Ajmer 286 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Instrumentation, Automation,
Kuchaman Communication

oAuthentication with 1024 bit RSA key

oEncryption with 3DES

 Management

oWWW, SSH, Telnet and console

oFTP,TFTP and HTTP software update

oRouting related

oStatic Routing

oIP masquerading/NAT, firewall

oSerial device connectivity

oDevice server application

oAT modem emulation

oBuilt in webserver and preconfigured pages for diagnostics using


browser

oNetwork/ remote upgradable software

 Firewall

oLAN to GPRS

oGPRS to LAN

oGPRS to Interface

9.5 PC-BASED VISUALIZATION SYSTEM SCADA

A PC-based visualization system for use at the pump house is to be installed


in pump houses as part of the project. Installation of the visualization system
includes links to various programmable controllers (PLCs). The PC-based
visualization system must be able to implement the following functions:

1. Visualization via a Windows-compliant operator interface


2. Alarms and messages
3. Archiving of messages and process values
4. Recipes

CE(PMC),PHED, Ajmer 287 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Instrumentation, Automation,
Kuchaman Communication

5. Documentation of process data, events and recipes


6. Flexible expansion of system functions through Visual Basic Script
7. Language support for multilingual projects
8. User-oriented access protection in accordance with the demands of
regularized sectors
9. Link to a wide range of controllers
10. Open communication between HMI systems and with higher-level
systems
11. Remote operation, diagnostics and administration over intranet and
Internet
12. Easy plant expandability

The visualization system must correspond in design and function to the


current state-of-the-art as operator system and its hardware and software is to
be future-oriented.

The visualization system must be a modern system with attractive operator


interface, open to the office and process world, fully developed and reliable in
its functions, efficiently configured, and scalable for simple and complex
tasks. It must also be suitable for worldwide use and have international
service support.

Commercially available office or industrial PCs with Microsoft Windows 2000


or Windows XP must be used as operating and server stations.

To allow the project to grow, a cost-neutral increase in the number of


variables must be possible at any time, i.e. price-optimized entry-level
systems and subsequent expansions must be price-neutral.

The communication channels and the links to controllers via diverse


communication media must be included in the delivery scope of the
visualization system, e.g. simple drivers for point-to-point links or standard
Ethernet drivers. In addition, communication must be possible with devices
and applications from other manufacturers over the standardized OPC
software interface.

The visualization system must be distinguished by the following system


features:

CE(PMC),PHED, Ajmer 288 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Instrumentation, Automation,
Kuchaman Communication

 PC basis und standard operating system


 executable on all popular PCs equipped with Pentium processor
 32-bit software designed for the standard Microsoft Windows operating
system.
 direct use of hardware and software from the PC sector (e.g. LAN cards)
 can be used as single-user system
 HMI modules
 Graphics system

For freely configurable visualization and operator control via pixel-graphics


objects (Windows, OLE, OCX and ActiveX objects) with dynamic option.

A block library aids in the generation of displays.

Messaging system

For the acquisition and archiving of events with display and operator input
options; freely selectable message classes, message displays and reports.

Process data archiving

For collecting and archiving of measured values, e.g. for curve displays, etc.

Reporting and logging system

For time-driven or event-controlled documentation of messages, message


archives, recipe data and current data in the form of user reports (process
data) or project documentation (feedback documentation of configuration
data) in flexible, freely selectable layout.

Processing functions

For the configuration of events for objects, the formulation and editing of
scripts with Visual Basic Script.

Open interfaces

Integration of Windows application blocks (ActiveX Controls)

Data exchange with other Windows programs over the OPC interface

CE(PMC),PHED, Ajmer 289 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Instrumentation, Automation,
Kuchaman Communication

Interfacing with controllers from other manufacturers

(e.g. via native drivers or OPC)

Documentation scope:

 Hardware documentation
 Standard and system software documentation
 Documentation of the data points
 User manual
 Documentation on the system parameterization
 Plant displays in hardcopy form
 Program listings of plant-specific application software

All documents listed above must be collected and arranged in an orderly


fashion in DIN-A4 file folders and on CD, and two copies must be presented to
the customer for inspection, at the latest upon conclusion of the trial run. In
addition, the delivery scope must include one copy of the software system on
CD.

9.6 INSTRUMENTATION, AUTOMATION, COMMUNICATION CONTROL (IACC) PANEL

9.6.1 General

The instrumentation, Automation, Communication Control Panel shall be


sized to accommodate PLC, GSM/GPRS controller, UPS, Cabling & internal
wiring, receptacles, Digital Panel for parameter to be monitored, space
heaters, power supply etc.

Control Panel shall be CNC machine prefabricated out of CRCA sheet steel of
thickness not less than 2 mm, modular in construction, properly reinforced,
powder coated and having rigid frame structure. Internal mounting plate
including the gland plate shall be 3 mm thick. The control panel shall have
dimensions as per system requirement. However, the control panel height
shall not exceed 2000 mm.

The exterior corners and edges shall be rounded to give a smooth overall
appearance with projections kept to a minimum.

CE(PMC),PHED, Ajmer 290 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Instrumentation, Automation,
Kuchaman Communication

Lifting lugs shall be provided for installation purposes and shall be replaced
with corrosion resistant bolts after installation.

Control Panel shall be completely metal enclosed and shall be dust, moisture
and vermin proof. Panel enclosures shall provide a degree of protection not
less than IP 52 in accordance with IS:13947 Part-I

Control Panel shall be free standing type. There shall be sufficient


reinforcement to provide level surfaces, resistance to vibrations and rigidity
during transportation and installation.

Metal sills in the form of metal channels properly drilled shall be furnished
along with anchor bolts and necessary hardware for mounting the control
panels. These shall be dispatched in advance so that they may be installed and
leveled when concrete foundations are poured.

Cable entries to the panels shall be from the bottom with fire retardant spray
compound sealing. Control panels shall be provided with louvers along with
washable micron filters AIRIN – AIROUT fans will be provided.

9.6.2 Mounting

All equipments on front of panel shall be mounted flush or semi-flush. In case


of semi-flush mounting, only flange or bezel shall be visible from the front.

Equipment shall be mounted such that removal and replacement can be


accomplished individually without interruption of service to adjacent
equipment.

Equipment mounted inside the panel shall be so located that terminals and
adjacent devices are readily accessible without the use of special tools.
Terminal markings shall be clearly visible.

9.6.3 Earthing for Instruments

The panel shall be equipped with an earth bus securely fixed along the inside
base of panel.

All metallic cases of instruments and other panel mounted equipment shall be
connected to the instrument earth bus.

CE(PMC),PHED, Ajmer 291 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Instrumentation, Automation,
Kuchaman Communication

Looping of earth connections which would result in loss of earth connection


to other devices when the loop is broken shall not be permitted. However,
looping of earth connections between equipment to create alternative paths to
earth bus shall be provided.

A separate instrument earth bus will be created which will be floating and all
the cable shields will be terminated onto this bus. This bus will be connected
to an electronic earth pit.

9.6.4 Frame Earthing

All metal parts other than those forming part of an electrical circuit shall be
connected to a copper earth bar run along the inside bottom of the panel. The
minimum section of the earth bar shall be 25 mm x 3 mm. A 15 mm diameter
hole is to be provided at each end of the bar. Connection of the earth bar to
the station earth shall be carried out by Contractor.

9.6.5 Space Heater

Strip type space heaters of adequate capacity shall be provided inside control
panels to prevent moisture condensation on the wiring and panel mounted
equipment when the panel is not in operation. The heaters shall operate on
230 V AC. Heaters inside the panels shall not be mounted close to the wiring
or any panel mounted equipment. The operation of heaters shall be controlled
by thermostats.

9.6.6 Interior Lighting and Receptacles

Each panel shall be provided with a CFL lighting fixture rated for 11 watt,
230V, 1 phase, 50 Hz supply for the interior illumination of the panel during
maintenance. The illumination lamp shall be operated by door switch or
manual switch. Each panel section shall be provided with separate lighting.

Each panel shall be provided with 230V, 1 phase, 50 Hz, combined 5 amps
and 15 amps, 3 pin receptacle with a switch and neon indicating. The
receptacle with switch shall be mounted inside the panel at a convenient
location. If the panel has front and rear doors then maintenance socket shall
be provided at both locations.

CE(PMC),PHED, Ajmer 292 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Instrumentation, Automation,
Kuchaman Communication

9.6.7 Voltage Level and Power Supply Units

Generally, voltage levels for control schemes and power supply for
instruments in the panels, shall be limited to 24 V DC. In case the instruments
require power supply other than 24 V DC, Contractor shall provide necessary
transformers, converters, inverters and other associated hardware required to
generate the requisite power supply. The power supply distribution board for
panel mounted and field mounted instruments shall be provided. Power
supply to all the instruments mounted outside the control panel shall be
provided from the power supply units in the control panel. The power supply
to all the instruments shall be without interruption and shall be continued
even in case of failure of 230 V A.C. power supply. UPS sizing should take
this into consideration.

9.6.8 Labels

All the equipment mounted on the front face of control panel as well as
equipment mounted inside the panels shall be provided with individual
labels with equipment designation engraved. The labels shall be mounted
directly below the respective equipment. Also the panel shall be provided at
the top with a label engraved with panel designation.

9.6.9 Switches and Miniature Circuit Breakers (MCBs)

Each control panel shall be provided with necessary arrangement for


receiving, distributing, isolating and protecting of DC and AC supplies for
various control, signaling, lighting and space heater circuits. The incoming
and sub-circuits shall be separately provided with Miniature Circuit Breakers
(MCBs). Potential circuits for relaying and metering also shall be protected by
MCBs. All such MCBs will be provided with an auxiliary contact to be used
for providing MCB tripped alarm.

9.6.10 Intra-panel (Panel Internal) Wiring

Connections within a panel, between panel mounted devices and terminal


blocks or between two panel mounted devices will be made by 660 volt grade,
stranded copper conductor insulated with PVC and designed for a minimum

CE(PMC),PHED, Ajmer 293 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Instrumentation, Automation,
Kuchaman Communication

conductor temperature of 90 degrees centigrade. The wires shall be shielded,


where necessary.

Panels shall be supplied completely wired internally, with a colour coding


scheme decided mutually between the Department and the Contractor, to
equipment and terminal blocks and ready for external cable connections at the
terminal blocks.

Wires within the panel shall be continuous i.e. without splicing and shall
comprise stranded copper conductors. Internal wiring or wiring between the
two assemblies shall be commensurate with mechanical safety.

Wire termination shall be made with solderless crimping type of tinned


copper lugs which firmly grip the conductor and insulation. Insulated sleeves
shall be provided at all the wire terminations. Engraved core identification
plastic ferrules, marked to correspond with panel wiring diagram shall be
fitted at both ends of each wire. Ferrules shall fit tightly on the wires and shall
not fall off when the wire is disconnected from terminal blocks. All wires
directly connected to trip circuit of breaker or device, shall be distinguished
by the addition of a red coloured unlettered ferrule.

9.6.11 Terminal Blocks

Terminal blocks for power connection shall be 660V grade, 20 amps rated, one-
piece moulded, complete with stud type terminals, washers, nuts and lock
nuts and identification markings. Terminal block design shall include a white
fiber marking strip with clear plastic, hinged terminal covers. Markings on the
terminal strips shall correspond to wire numbers on the wiring diagrams. All
control output terminals will be fused type and all other input signal terminals
will be clip on shrouded type.

All spare contacts and terminals of the panel mounted equipment and devices
shall be wired to terminal blocks.

There shall be a minimum clearance of 250 mm between the first row of


terminal blocks and the associated cable gland plate. Also the clearance
between two rows of terminal blocks shall be a minimum 250 mm.

CE(PMC),PHED, Ajmer 294 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Instrumentation, Automation,
Kuchaman Communication

Panel internal wiring shall not be looped directly from instrument to


instrument. The same shall be looped through the panel terminal block only.

If accidental short circuiting of certain wires is likely to result in malfunction


of equipment, such as closing or tripping of a breaker or positive and negative
wires, these wires shall not be terminated on adjacent terminal blocks.

9.6.12 Cable Supports

All external cables shall present a neat appearance and shall be suitably
braced, placed in troughing clipped or laced to prevent effects of vibration.

9.6.13 Terminal/Identification

Every terminal and test plug shall be uniquely identified within the terminal
cabinet by means of a terminal number. Appropriate labels shall be used to
permit quick and unambiguous identification of each terminal and test plug.

9.6.14 Painting of Control Panel/ Control Desk

All sheet steel work shall be phosphate in accordance with the following
procedure :

i.The pre treatment shall be hot process with running water


for rinsing.

ii. Oil, grease, dirt and swarf shall be thoroughly removed by emulsion
cleaning.

iii.Rust and scale shall be removed by trickling with clean water


followed by final rinsing with dilute dichromate solution.

iv.The control panel shall be powder coated. Thickness of coating of


minimum 60 microns. QA test certificate shall be furnished for thickness
adhesion and hardening of powder coating.

9.7 SPECIFICATIONS OF EQUIPMENT/SYSTEM

9.7.1 General criteria

The design /selection criteria to be applied to instrumentation systems shall


be as follows:

CE(PMC),PHED, Ajmer 295 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Instrumentation, Automation,
Kuchaman Communication

(a) all instruments shall be suitable for continuous operation

(b) all transmitting instruments shall have a 4 - 20 mA linear output

(c) all digital outputs shall be volt free

(d) all instruments shall be designed for the ambient conditions of


temperature and humidity

(e) all wetted parts of instruments sensors shall be non-corrosive and


suitable for use with potable water containing residual chlorine

(f) all instrumentation systems for use out of doors shall be protected to IP
65

(g) all analogue displays shall be of the digital type with no moving parts

(h) instrumentation shall utilise solid state electronic microprocessor


technology and avoid the use where practical of any moving parts

(i) instruments shall resume operation automatically on application of


power following a power failure

9.8 FLOW MEASURING SYSTEM

9.8.1 General

Flow measuring system shall consist of flow sensor/ transducers, flow


integrator & flow transmitter, digital flow indicator & integrator and any
other item required to complete the system.

Flow transducers shall be rugged in construction and shall be suitable for


continuous operation. Flow transducers shall have waterproof construction
and shall be suitable for installation on underground /above ground pipe
lines. Full bore type/removal of flow sensors shall be possible when pipe
lines are pressurized and should be leak proof at 1.5 times the working
pressure at that location. This is not applicable to electromagnetic full bore
flow meter.

To avoid the effects of disturbances in the velocity profile, a straight and


uninterrupted run, upstream as well as downstream from the location of the
flow sensor shall be provided, as required by the flow meter manufacturer.

CE(PMC),PHED, Ajmer 296 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Instrumentation, Automation,
Kuchaman Communication

Contractor shall finalize the exact location of flow transducers in consultation


with Engineer-in-Charge.

The flow transmitter shall be suitable for field mounting and shall accept
input from the flow transducer. It shall process the input signal and provide 4-
20 mA DC output proportional to flow rate. Flow transmitters shall have LCD
display to indicate instantaneous flow rate. The flow range shall be adjustable.
The flow meters shall be suitable for measuring flow at velocities of water
from 0 to 4 m/sec.

Contractor shall construct a suitable concrete chamber for enclosing flow


transducer to be mounted on underground pipe lines. A concrete cabin shall
be constructed above the chamber for housing the flow transmitter. A
concrete cabin shall be constructed for housing the flow transducer and the
flow transmitter to be mounted on surface pipelines.

The Full bore type/Retraction assembly, head of the flow transducers shall be
made of anti corrosive material.

The flow computer shall be microprocessor based and shall have self
diagnosis facilities.

9.8.2 Electromagnetic full bore type flow meter.

If not provided with the flow meter, the flow indicator and integrator shall be
provided.

Details Parameter
. No.
1. Principal Faradays law of electromagnetic
of working induction
2. Type Full Bore Type with integral flow
transmitter
3. Size As per requirement.
4. Signal 4-20 mA DC
out put
5. Time 1 second to 20 second adjustable
contact
6. Pulse out 10 – 18000 pulses per hour
put
a) Out put to drive external

CE(PMC),PHED, Ajmer 297 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Instrumentation, Automation,
Kuchaman Communication

electromagnetic counter of 12 V / 24 V DC
directly
7. Maximu 1000 Ohm
m load resistance
8. Local 3.5 Digit LCD
display
9. Ingress IP 65
Protection
10. Flow 0.25 m/sec to 10 m/sec
velocity
11. Accuracy +/- 1 % of actual flow at reference
condition
12. Repeatab +/– 0.5% of span
ility
13. Power Normal 240 Volt AC + or – 15 % 50 Hz
supply
14. Media As per requirement
pressure
15. Power Maximum 20 W
consumption
16. Materials
Liner Neoprene /Polyurethane
)
Pipe SS316
)
Flanges SS316
)
Coil SS
) housing
Transmitt Cast Aluminum epoxy painted
) er

9.8.3 Specifications for Turbine Type Flow Meters With Data Loggers

For all the off-takes from the transmission main between clear water pumping
station and terminating points, the flow at each off-take point shall be
measured by a turbine type flow meter installed with a bye-pass arrangement
requiring installation of the same size sluice valve, tees, bends and necessary
piping with dismantling joints.

CE(PMC),PHED, Ajmer 298 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Instrumentation, Automation,
Kuchaman Communication

The supplied flow meter must comply with the national/international


specifications and must be suitable for installation of the pulse units of any
logger compatible to the international standards.

The flow meter must be supplied with suitable transmitters, which can be
used in both cases where 240V AC power is available, or where no site power
is available.

The flow meter must comply with the following provisions:

9.8.4 Flow Meter

The flow meter shall consists of :-

(a) Nominal Diameter : As per requirement


(b) Class: EEC/ISO/BIS Class B
(c) Accuracy : ± 1%
(d) Maximum Working Pressure: 10 bars
(e) Temperature range : 0o C-60o C
(f) Smallest Reading : 100 litre
(g) Maximum Reading : 107 m3
(h) Totaliser : Magnetic type (Swivel type)
(i) Tantalizer with Cyble sensor connectivity for direct connectivity with
the pulse unit.

S. No. Unit Specifications

Main Meter Unit


1. Material – Metallic
Display – Digital
Accuracy – +1%
Temperature Range – 00 to 600 C
Maximum working Pressure - 10 bars
Smallest reading – 100 liters
Maximum reading - 107 m3

2. Meter Interface Unit - Digital data output.

CE(PMC),PHED, Ajmer 299 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Instrumentation, Automation,
Kuchaman Communication

3. Analyser - Able to collect the data from four points,


with the option of measurement of
pressure sensor and should process the
raw data at metering point itself, transfers
the minimum bit of data to server.

4. Internal Memory - Should have enough memory to store 60


days data at 15 minute interval.

5. Output - GSM – short message via GSM Network

GPRS – Data file transmission via GPRS

6. Power supply - Unit should have self reliable power source


i.e. autonomous lithium battery having
minimum five years guaranteed life with
data transmission.

9.8.5 Loggers

Flow loggers totally sealed with rugged construction, with inbuilt lithium
battery are required for recording flow in water supply mains. The maximum
expected pressure is 100 meters of water column.

The loggers must be equipped with a note pad area for storing manually
entered information such as location details, site observation, job description
and must be supplied with an application software which may use the node
pad area for storage of scale factors, pulse significance, range settings etc.

The loggers must have communication facility at base or on site to provide


information on the current status (i.e. logging/ stand by, clock setting,
amount of data logged, present input values etc.) and accepting user
commends (start/stop, recording, clear of transfer data etc.) with data

CE(PMC),PHED, Ajmer 300 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Instrumentation, Automation,
Kuchaman Communication

retrieval facilities with the RS232C /432 terminals (Psion organizer, IBM PC
etc.).

Connecting cables at least 10 meter long with accessories to download data


from loggers to site and connecting cables for communicating with IBM PC of
at least 3 meters is to be provided with all loggers. Each logger will also be
supplied with suitable connectors (Quick release helical pressure hose) to be
installed on pipes and connecting them with loggers must also be supplied
with a wall-mounting bracket.

The loggers must fulfill the following criteria:

Inputs

Number of channels : Min. 8


Input impedance :>300 kilo-ohms
Input protection : protected against reverse connection and over
voltage.
Voltage input : Range 0-2 volts, +0.5% accuracy and resolution.
Event input : Switch closure or logic pulse, date and time of event
stored, resolution 10 secs.
State input : Switch closure or logic state.
On state change, date, time and new state are stored
resolution 10 secs.
Count input rate : Switch closures or logic pulse, maximum 10%
Outputs : 2 independent digital outputs for transducer power
control and alarm signaling
Serial port
Type : optically isolated, full duplex, asynchronous.
Command \ data format : ASCII or binary.
Memory
Type : Solid State, Non-volatile.
Size : Minimum 32 Kilobyte.
Data retention : 5 to 10 years (i.e. life of logger).
Clock
Type : Crystal controlled calendar clock.

CE(PMC),PHED, Ajmer 301 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Instrumentation, Automation,
Kuchaman Communication

Supply
Type : Internally powered by single cell.
Life : 5 to 10 years, dependent on method of use.

Environmental

Operating temperature : 00 C to +500 C.


Protection classification : IP68 or equivalent NEMA specifications,
Submersible to 2 meters for unspecified period.

Connectors 12-way input, 4-way serial port,


Mechanical

Mounting : Two fixing holes in base, tapped M4.

9.8.6 Flow Indicator and Integrator

1 Type : Microprocessor based


2 Display : Digital, seven segment back lit LCD/LED
display
3 Digit Height : 14 mm or Higher
4 No. of Digits for
Flow indicator : 5 Digits
Flow integrator : 6 Digits
5 Input : 4-20 mA DC (Isolated) from flow transmitter
through analogue signal multiplier
6 Zero and span : Required
adjustment
7 Manual Reset : Required (shall be key operated)
Facility for flow
integrator
8 Engineering units for
9 Flow rate indicator : Cum/hr
Flow integrator : ml
10 Battery backup for : Required
integrator
Note: Digital flow indicator and flow integrator shall be a combined unit

9.9 LEVEL MEASURING SYSTEM

9.9.1 General

CE(PMC),PHED, Ajmer 302 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Instrumentation, Automation,
Kuchaman Communication

(i) The level transmitter shall be mounted in suitable weatherproof lockable


pedestal enclosures near the level sensor.
(ii) Float and board type level measuring system shall be additionally
provided for level measurement and local display in each sump.
(iii) Level monitoring devices (the level sensor equipment shall be secured to
prevent interference by unauthorized personnel)
(iv) The necessary brackets to secure the instruments to be mounted near
sump and surge tank.
(v) Ultrasonic type level measuring devices shall comprise of a transducer, a
transmitter, remote level indicator and all other items required to
complete the control system.
(vi) The level sensor and the field-mounted transmitter shall be separate and
interconnected by integral cable of sufficient length.
(vii) The transducer shall be suitable for flange or bracket mounting as
required and shall be environmentally protected as per IP65. It shall
have ambient temperature compensation and adjustable datum setting
facilities.
(viii) The design and application of this ultrasonic level meters shall take into
account the vessel or channel construction, the material size, shape,
environment, process fluid or material, the presence of foam, granules,
size etc.
(ix) The installation shall avoid any degradation of performance from
spurious reflections, absorption, sound velocity variations, sensor
detection area, temperature fluctuations, specific gravity changes and
condensation. For application where spurious reflections are
unavoidable the control unit shall be provided with facilities for
spurious reflection rejection.
(x) The transmitter will provided an isolated 4-20mA 2 wire o/p.
(xi) To remove the effect of water turbulence in reservoirs averaging facility
should be provided in the transmitter unit.

9.9.2 Ultrasonic type Level Measuring System

(a) General

i. Accuracy of measuring loop:± 0.5% of full scale

(b) Sensor/transmitter Split type

i. Output:4-20 mA

CE(PMC),PHED, Ajmer 303 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Instrumentation, Automation,
Kuchaman Communication

ii. Mounting:On top of sump


iiiRange:As per requirement
Programming facility with Programmer:Required
(c) Remote Display Unit: Digital panel meter with
3½ digit backlit LCD/LED, ±
0.25% accuracy, 4-20 mA high
and low alarm set point, input
4-20 mA D.C.
(d) Analogue signal multipliers isolation: Required with galvanic and 2
outputs

9.9.3 Level Sensors (LS)

Level sensors of capacitance type, suspension mounted shall be provided for


level measurement of water in tanks/ sump/ reservoir. Guide pipe shall be
provided for probe support.

Technical parameters

N TITLE DESCRIPTION
O

1 NAME OF INSTRUMENT LEVEL SENSOR


2 LOCATION OUT DOOR/INDOOR ON TANKS/ SUMP/
RESERVOIR

3 APPLICATION MEASUREMENT OF WATER LEVEL

4 MOUNTING FLANGE /SOCKET MOUNTING


5 INPUT LEVEL
6 OUTPUT DPDT CONTACT RATED 5A AT 230 V A.C.
7 ACCURACY 2.0% FSR

8 REQUIRED RANGE TO SUIT THE REQUIREMENT


9 POWER SUPPLY 230 V AC OR SUITABLE

10 CONNECTION DETAILS AS REQUIRED

9.9.4 Level Transmitter (LT)

CE(PMC),PHED, Ajmer 304 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Instrumentation, Automation,
Kuchaman Communication

Level transmitter shall be provided for continuous level measurement. Level


transmitter shall be of capacitance type with 4-20 mA output. Canopy
arrangement shall be provided for each LT.

N TITLE DESCRIPTION
O
1 NAME OF INSTRUMENT LEVEL TRANSMITTER
2 LOCATION OUTDOOR, TANK MOUNTED
3 APPLICATION TRANSMISSION OF WATER LEVEL
4 MOUNTING DIRECT/FLANGE MOUNTED
5 INPUT WATER LEVEL
6 OUTPUT 4-20 MA
7 ACCURACY : 1.0% FSR
8 REQUIRED RANGE TO SUIT THE REQUIREMENT
9 POWER SUPPLY 230 V A.C. OR SUITABLE
10 CONNECTION DETAILS SINGLE PAIR SCREENED TWISTED CORE CABLE
11 ENCLOSURE AL DIE CAST, WEATHER PROOF ,IP52

9.9.5 Level Indicators (LI).

Level indicators shall be digital, flush mounted, 7 segment red LED indication
type and shall be provided on the control panel for continuous level
indication at sump/ tanks/ reservoir. Each level indicator shall have input of
4 - 20 mA from respective field mounted level transmitter.

N TITLE DESCRIPTION
O

1 NAME OF INSTRUMENT LEVEL INDICATOR


2 LOCATION CONTROL PANEL
3 MOUNTING FLUSH MOUNTING
4 APPLICATION WATER LEVEL
5 INPUT 4-20 MA FROM LEVEL TRANSMITTER
6 OUTPUT DIGITAL DISPLAY
7 POWER SUPPLY 230 V A.C. OR SUITABLE
8 DISPLAY 7 SEGMENT LED WITH 3 ½ DIGIT DISPLAY

9.10 PRESSURE MEASURING SYSTEM

CE(PMC),PHED, Ajmer 305 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Instrumentation, Automation,
Kuchaman Communication

9.10.1 General

a) Pressure measuring system shall consist of pressure transducer, transmitter


and digital pressure indicator and any other items required to complete
the pressure measuring system.

b) Pressure transmitter shall be rugged in construction and shall be suitable


for continuous operation. Pressure transmitters shall be designed for
operation over 130% of full range.

c) Pressure transmitters shall be suitable for field mounting. They shall


provide 4-20 mA DC output proportional to pressure. Transmitter output
shall be isolated and shall be suitable for transmitting over long distance.
Pressure transmitters shall have high degree of weatherproof protection
as specified in technical particular.

d) Pressure sensor shall be capable of operating in the range of pumps


discharge pressure, and be of the diaphragm type. It shall be provided
complete with impulse tubings, fittings, two valve manifold with drain
cock/calibration valve. Local and remote display units shall be provided

9.10.2 Pressure Measuring System

9.10.2.1 General

Service : Pressure measurement on discharge header of


pumping station
Accuracy of : ± 0.5% of reading or better
measuring loop

9.10.2.2 Pressure Sensor & Transmitter

Sensor : Diaphragm Sensor 2 wire type


Wetted parts material : SS 316
Range : Adjustable over full span
Zero & Span Adjustment : Required
Output signal : 4-20mA, DC
Enclosure Protection : IP 65 of IS 13947 (Part I)

CE(PMC),PHED, Ajmer 306 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Instrumentation, Automation,
Kuchaman Communication

9.10.2.3 Display Unit

Remote display Unit : Digital panel meter with 3½ digit backlit


LCD/LED, ± 0.25% accuracy, high and low
alarm set point, input 4-20 mA D.C.

9.10.3 Pressure Gauges

a) Pressure gauges shall comply with IS 3624/ BS 1780. Glycerin filled dial
shall be provided where the gauge is subjected to pressure pulsation and
/ or vibrations. The internal parts of pressure gauge shall be stainless
steel.

b) Pressure gauges shall be provided on discharge of each pump and


compound pressure gauges shall be provided on suction of each pump.
Pressure gauge shall be bourdon type with a dial size of 200 mm in
diameter and calibrated for the required range. The gauge shall be
supplied complete with impulse tubing, two valve manifold with drain
cock/calibration valve, fittings etc. The pressure gauges shall have an
accuracy of  1% full scale and weather protection class IP 65. All wetted
parts material shall be SS 316.

c) The minimum diameter for round pressure gauges shall be 200 mm unless
specified otherwise or where the gauge forms part of a standard item of
equipment.

d) The zero and span of pressure gauge shall not change by more than ±0.1 %
of the span per 0C changes in ambient temperature.

9.11 MICROPROCESSOR BASED ALARM ANNUNCIATOR

9.11.1 General

a) Microprocessor based alarm annunciators shall be provided for generating


audio visual alarms for each abnormal condition as defined in scope of
work. Alarms shall be initiated by the opening and closing of volt-free
contacts which shall remain unchanged throughout the periods in which
the alarm conditions exist. Alarm circuits shall be capable of conversion
from open-healthy to open-alarm or vice versa by a simple modification
after installation requiring no additional parts or special equipment. Each

CE(PMC),PHED, Ajmer 307 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Instrumentation, Automation,
Kuchaman Communication

alarm shall initiate the operation of both visual and audible devices. The
sound intensity of each audible device shall be suitable for the maximum
sound level of its environment. The sequence of alarm should be user
selectable by dip switch.

b) The operation or acceptance of one alarm shall not inhibit the operation of
the audible device or the flashing of the appropriate alarm indicator if a
future alarm condition occurs.

c) Alarm circuitry shall be arranged so that spurious or transient alarm states


persisting for less than 0.5 seconds do not initiate any action.

d) Isolation facilities shall be provided for the hooter using an MCB

e) Alarm annunciator/indicator legends or labels shall be arranged with three


lines of text as follows :

f) The annunciator will be split architecture type and the facia will have LEDs.

9.11.2 Technical

Alarm annunciator shall be provided on instrument control panel for


annunciation of alarms in control room. The technical particulars of alarm
annunciator are as follows:

(a) Technical Particulars

i. Type : Microprocessor based, split type with alarm


windows mounted on the front door and
electronic modules inside the panel
ii. Mounting:Flush with panel
iii.Construction:Modular
iv.Inputs:Potential free, NO/NC contacts
v.Size of windows:60 mm X 26 mm
vi. Operating sequences:First up (user selectable dip switch)
vii.Bulbs per channel:2 (Cluster LEDs)
viii.Push Buttons:For Reset, Accept and Test
ixHooter:Required, electronic type
xPower supply:24 V DC/240 V AC
xi.Power supply status:Required indication

CE(PMC),PHED, Ajmer 308 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Instrumentation, Automation,
Kuchaman Communication

xiiWeather protection:IP-52 of IS 13947


xiiiNo. of Windows :120 Nos. min

9.12 LIGHTNING PROTECTION UNIT (L.P.U.)

Two numbers of lightning protection units shall be provided for each signal
loop. The lightning protection unit shall be suitable for withstanding the
surge arising out of high energy static discharge/ lightning strikes and
prevent the instrument from any damage. LPU shall provide three stages of
protection through a gas discharge tube, quick acting semiconductor like
Tranzorb, zener diodes, varistors and an automatic disconnect and reset
circuit. LPU shall be a passive unit and shall require no power for its
operation. During a lightning strike it shall clamp on the allowable voltage
and pass the excess voltage to the ground. LPU shall be of self resetting type
to minimize the down time of the measurement loop. LPU shall have a
weather proof casing and shall be suitable for field/back of panel mounting.
LPU provided shall be suitable for connecting in 24 V / 48 V, 4-20 mA DC
signal lines. There should be total isolation between input, output and ground
terminals. The LPU shall have a minimum surge rating of 10 KA.

9.13 DIGITAL BARGRAPH PANEL METERS

Digital Bargraph Panel Meters (DPM) for pressure and level monitoring shall
be microprocessor based and modular in design. They shall accept 4-20 mA
DC signals from transmitters. The DPM'sshall have backlit LCD/LED display.

9.14 DIGITAL PANEL METERS FOR ELECTRIC PARAMETERS

Digital Panel Meters (DPM) for electric parameters to be monitored shall be


microprocessor based and modular in design. They shall accept 4-20 mA DC
signals from transmitters. The DPM'S shall have backlit LCD/LED display.
Digital Panel meters shall be as per relevant Indian Standards of any other
equivalent standards as approved by EIC.

9.15 ANALOGUE SIGNAL MULTIPLIERS

The flow, level and pressure signals shall be provided with back of panel
mounted signal multipliers. They’ll provide loop power with option to select
measurement with power and without. The multiplier will provide 2 outputs

CE(PMC),PHED, Ajmer 309 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Instrumentation, Automation,
Kuchaman Communication

of 4-20mA one for the panel mounted indicator and other for connection to
the PLC. There will be total galvanic isolation between field I/Os and also
between the 2 outputs.

9.15.1 IACC Panel Power Supply

a) The IACCP primary power supply shall be derived from the respective LV
switchboard at 240 V AC. Power for the control system shall then be
derived from this source via an uninterruptible power supply (UPS). This
shall be sized to provide sufficient power to maintain communications
and the instrumentation systems functioning for a period of 1hour. The
estimated load of I & C and communication system must be worked out
and got approved from Department, before procurement of UPS.

b) The UPS shall be a proprietary item and shall be free standing. It shall
incorporate a static bypass switch and maintenance bypass in order to
permit the removal of the UPS from service without interrupting the
power supply to the control system. An AC distribution board shall be
provided for I&C and communication system at each PLC station. This
AC distribution arrangement can be an integral part of the ICP.

c) In case of primary power failure, the input power to UPS shall be switched
automatically to auxiliary power (DG set) and power all critical elements
of the control system. It shall also sense the resumption in power supply
and switch off the power supply.

d) Uninterruptible Power Supply (UPS) System

9.15.1.1 General Requirement

(i) The UPS shall be floor mounted; self contained and metal clad and
shall be suitable for supplying a non linear load.

(ii) It shall be possible to open the enclosures front door when the unit
is in use without exposing any live contact touch.

(iii) The UPS shall be on-line type incorporating minimum six pulse
rectifier and pulse width modulation inverter technology with
microprocessor control. It shall incorporate a static bypass switch
that shall operate in event of UPS failure, overload or manual
initiation in order to transfer the output supply to mains without

CE(PMC),PHED, Ajmer 310 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Instrumentation, Automation,
Kuchaman Communication

disturbance to the output supply.

(iv) The UPS shall incorporate a DC under voltage trip circuit to


electromechanically trip the UPS output in order to protect the
batteries.

(v) The noise level of the unit shall not exceed 60 dB (A) at 1 m from
the UPS cabinet.

(vi) The output of the inverter shall be a sine wave having less than 2%
THD for linear loads and less than 4% for 50% non linear loads. It
shall be suitable for load power factors 0.7 lag to 0.9 lead.

(vii) The unit shall have a dynamic response such that 100 % step load
causes an output voltage transient of less than ±4% with a recovery
of less than 4ms. The load crest factor shall not be less than 3:1.

(viii) Indicators shall be provided for the following

 UPS status

 PS alarm conditions

(ix) The UPS shall provide volt free contact outputs for the following
purpose :

 Warning, (viz., low battery voltage)

(x) The UPS shall have an overloaded capacity of 150% for 30 seconds
and shall be protected in the event of a short circuit of the output.

(xi) The batteries shall be housed, within a separate matching battery


cubicle suitable for location adjacent to the UPS. The batteries shall
be of the rechargeable, sealed maintenance free lead acid type. The
battery supply to the UPS shall be via a fused load break switch
disconnecter circuit breaker. The battery recharge time to 90% of
full charge shall be approximately ten times the discharge time at
full load.

(xii) Terminals shall be shrouded to prevent accidental contact

9.15.1.2 Technical specifications of UPS

CE(PMC),PHED, Ajmer 311 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Instrumentation, Automation,
Kuchaman Communication

The Uninterruptible Power Supply (UPS) System with SMF Lead Acid
battery shall conform to the minimum following specifications:

A.Input

Input Voltage : 230 V,  5%

Frequency : 50 Hz  5%

Nominal DC input : Bidder to design and


(Battery) submit calculations

B.Output

Output : 230 V,

Regulation mode :  1%

Load power factor : 0.8 to unity

Duty : Continuous

Ripple on DC : < 2%

C.G eneral

Principal of operation : Shall be solid state, pulse width


Modulation (PWM)

Cable entry : Bottom

Cooling method : Forced air

Type of Battery : Sealed Maintenance free

1. IACCP System Voltages

The following voltages shall be used for the control system:

TABLE1.1

Item Voltage
Instrumentation power supplies 240 V AC / 24 V DC
PLC input-output modules 24 V DC
PLC input-output circuits/loops 24 V DC

CE(PMC),PHED, Ajmer 312 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Instrumentation, Automation,
Kuchaman Communication

The 24 V shall be derived from the UPS backed 240 V supply within
the control panel by providing a regulated DC power supply unit.

9.15.1.3 IACCP System Protection

All circuits shall be protected against short circuit by the provision of


adequate numbers of miniature circuit breakers of 10KA sec level.

For ease of maintenance and system security power supplies to each


instrument loop and each PLC module shall be protected with an individual
MCB

9.16 CABINETS FOR FIELD INSTRUMENTS

A Cabinet shall be provided for enclosing instruments and associated


accessories which are mounted outside the control panel such as transmitter,
LPU, terminal blocks etc. at all measurement locations.

It shall be fabricated from cold rolled steel with powder coating sheet of
standard gauge and shall be suitable for wall mounting or pedestal mounting
as required.

The cabinet shall conform to IP-65 protection and shall have built in locking
facility. The cabinet shall be earthed properly. A steel plate/pipe, as per the
requirement, shall be provided in the cabinet for mounting the instrument
and accessories.

9.17 INSTRUMENT POWER SUPPLY CABLES AND INSTRUMENTATION SIGNAL CABLES

Cables shall be capable of satisfactorily withstanding without damage,


transportation to site, installation at site, and operation under normal and
short circuit conditions of the various systems to which the respective cables
are connected when operating under the climatic conditions prevailing at the
site as indicated in this specification.

Cable joints in instrument signals and power supply cables shall not be
permitted.

Cables shall be capable of satisfactory performance when laid on trays, in


trenches, conduits, ducts and when directly buried in the ground.

CE(PMC),PHED, Ajmer 313 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Instrumentation, Automation,
Kuchaman Communication

Cables shall be capable of operating satisfactorily under a power supply


system voltage variation of ±15%, a frequency variation of ±5.0s%.

9.17.1 Instrumentation Cables

9.17.1.1 Cables for Digital Signals and Power Supply to Instruments

660V/1100 V grade multi-core cables, multi-stranded high conductivity


annealed 1.0 sq.mm stranded tinned copper conductor, extruded PVC
insulated, with aluminum mylar tape, ATC drain wire run continuously in
contact with aluminum tape, inner sheathed with extruded PVC, armored
with galvanized steel wire overall sheathed with extruded PVC conforming to
IS:1554 & IEC:189 Part II.

9.17.1.2 Cables for Analog Signals and Signals from Temperature Sensors

660 V/1100 V annealed, tinned, high conductivity 1.0 sq.mm stranded copper
conductor extruded PVC insulated two/three cores twisted into pair/traid,
laid up collectively, individual pair/traid shielded and overall shielded with
aluminum mylar tape, ATC drain wire run continuously in contact with
aluminum side of the tape, inner sheathed with extruded PVC, armored with
galvanized steel wire, overall sheathed with extruded PVC conforming to
IS:1554 & IEC:189 Part II.

9.18LAYING OF CABLES

A distance of minimum 300mm shall be maintained between the cables


carrying low voltage AC and DC signals and a distance of minimum 600mm
shall be maintained between cables carrying HT and LT signals. In outdoor
areas, the cables shall be directly buried. Each instrumentation and power
supply cable shall be terminated to individual panel/ terminal box.
Identification of each cable shall be by proper ferrules at each junction as per
cable schedule to be prepared by Contractor.

Cables shall be laid in accordance with layout drawings and cable schedule
which shall be prepared by Contractor and submitted for Engineer's
Representatives approval.

CE(PMC),PHED, Ajmer 314 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Instrumentation, Automation,
Kuchaman Communication

All cable routes shall be carefully measured and cables cut to the required
lengths, leaving sufficient amount for the final connection of the cable to the
terminals on either end. Various cable lengths cut from the cable reels shall be
carefully selected to prevent undue wastage of cables. A loop of 1 meters shall
be left near each field instrument before terminating the cable.

Cables shall be complete uncut lengths from one termination to the other.

All cables shall be identified close to their termination point by cable numbers
as per cable interconnection schedules. Identification tags shall be securely
fastened to the cables at both the ends.

Cable shall be rigidly supported on structural steel and masonry, using


individually cast or malleable iron galvanized clips, multiple cable supports
or cable trays.

CE(PMC),PHED, Ajmer 315 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE--9 (CDS-6), Vol-II: Civil works
Kuchaman

CHAPTER 10:
SPECIFICATIONS FOR CIVIL WORKS

10.1 CIVIL AND BUILDING WORKS

10.1.1 General

This part of the specification covers the design loads to be considered


specifications of material and workmanship for the civil works. Material used
and workmanship for the civil works of pump house, plant, campus
development, repair/new works of pumping station, renovation of buildings,
civil works associated with pipeline laying etc. to be done under the contract
will adhere to the provisions laid down in this chapter.

For materials used other than those specified, the material must conform to
the requirement of respective Indian Standards. The contractor shall get prior
approval of the materials proposed to be used under the contract as per the
provisions of Special Conditions of Contract, from the Engineer-in-Charge.

10.1.2 Design Considerations:

10.1.2.1 Design Submissions

The contractor shall be responsible for the safety of structures, correctness of


design and drawings, even after the approval of the same by Engineer-in-
Charge. Complete detailed design calculations of foundations and
superstructure together with general arrangement drawings and explanatory
sketches shall be submitted to the Engineer-in-charge. Separate calculations
for foundations or superstructures submitted independent of each other shall
be deemed to be incomplete and will not be accepted by the Engineer-in-
charge.

The design considerations described hereunder establish the minimum basic


requirements of plain and reinforced concrete structures, masonry structures
and structural steel works. However, any particular structure shall be

CE(PMC),PHED, Ajmer 317 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

designed for the satisfactory performance of the functions for which the same
is being constructed.

10.1.3 Design Standards

All designs shall be based on the latest Indian Standard (I.S.) Specifications or
Codes of Practice unless otherwise specified. The design standards adopted
shall follow the best modern engineering practice in the field based on any
other international standard or specialist literature subject to such standard
reference or extract of such literature in the English language being supplied
to and approved by the Engineer-in-charge. In case of any variation or
contradiction between the provisions of the I.S. Standards or Codes and the
specifications given along with the submitted tender document, the provision
given in this specification shall be followed.

10.1.3.1 Design Life

The design life of all structures and buildings shall be 60 years.

10.1.3.2 Design Loading

All buildings and structures shall be designed to resist the worst combination
of the following loads/ stresses under test and working conditions; these
include dead load, live load, wind load, seismic load, and stresses due to
temperature changes, shrinkage and creep in materials, dynamic loads:

10.1.3.2.1 Dead Load

This shall comprise all permanent construction including walls, floors,


roofs, partitions, stairways, fixed service equipments and other items of
machinery. In estimating the loads of process equipment all fixtures and
attached piping shall be included.

10.1.3.2.2 Live Load

Live loads shall be in general as per I.S. 875. However, the following
minimum loads shall be considered in the design of structures:

i) Live load on roofs 2.00 kN/m2

CE(PMC),PHED, Ajmer 319 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

ii) Live load on floors supporting equipment such as 10.00


pumps, blowers, compressors, valves etc. kN/m2

iii) Live load on all other floors walkways, stairways 5.00 kN/m2
and platforms

In the absence of any suitable provisions for live loads in I.S. Codes or as
given above for any particular type of floor or structure, assumptions made
must receive the approval of the Engineer-in-charge prior to starting the
design work. Apart from the specified live loads or any other load due to
material stored, any other equipment load or possible overloading during
maintenance or erection/ construction shall be considered and shall be
partial or full whichever causes the most critical condition.

10.1.3.2.3 Wind Load

Wind loads shall be as per I.S. 875. Part 3

10.1.3.2.4 Earthquake Load

This shall be computed as per I.S. 1893 taking into consideration soil
foundation system, importance factor appropriate to the type of structure
basic horizontal seismic coefficient/ seismic zone factor & average
acceleration coefficient.

10.1.3.2.5 Dynamic Load

Dynamic loads due to working of plant items such as pumps, blowers,


compressors, switch gears, traveling cranes, etc. shall be considered in the
design of structures

10.1.3.3 Joints

Movement joints such as expansion joints, complete contraction joints, partial


contraction joints and sliding joints shall be designed to suit the structure.
However contraction joints shall be provided at specified locations spaced not
more than 7.5 m in both right angle directions for walls and rafts.

CE(PMC),PHED, Ajmer 320 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

Expansion joints of suitable gap at suitable intervals not more than 40 m shall
be provided in walls, floors and roof slabs. No expansion joint in water
retaining structure shall be allowed.

The positions of construction joints should be specified by the designer &


indicated on the drawings. If there is a need on site to revise any specified
position or to have additional joints, the proposed positions should be agreed
with the designer.

The concrete at the joint should be bounded with that subsequently placed
against it, without provision for relative movement between the two concrete
should not be allowed to run to a feather edge & vertical joints should be
formed against stop edges.

Expansion joints for non liquid retaining structures shall be provided as per IS
3414.

10.1.3.4 Design Conditions For Underground or Partly Underground Liquid


Retaining Structures

All underground or partly underground liquid containing structures shall be


designed for the following conditions:

1 liquid depth up to full height of wall and no relief due to soil pressure
from outside to be considered;

2 structure empty (i.e. empty of liquid, any material etc.): full earth
pressure and surcharge pressure wherever applicable, to be
considered;

3 partition wall between two compartments : to be designed as one


compartment empty and other full;

4 structures shall be designed for uplift in empty conditions with the


water table as indicated in geo-technical report & due care should be
taken for seasonal variation on higher side.

5 walls shall be designed under operating conditions to resist earthquake


forces from earth pressure mobilization and dynamic water loads;

CE(PMC),PHED, Ajmer 321 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

6 underground or partially underground structures shall also be checked


against stresses developed due to any combination of full and empty
compartments with appropriate ground/uplift pressures from below
to base slab. The design shall be such that the minimum gravity weight
exceeds the uplift pressure at least by 20%.

10.1.3.5 Foundations

1 The minimum depth of foundations for all structures, equipments,


buildings and frame foundations and load bearing walls shall be as
per IS 1904 & as per site conditions.

2 Bearing capacity of soil shall be determined as per IS: 6403.

3 Care shall be taken to avoid the foundations of adjacent buildings


or structure foundations, either existing or not within the scope of
this contract. Suitable adjustments in depth, location and sizes may
have to be made depending on site conditions. No extra claims for
such adjustments shall be accepted by the Employer.

4 A structure subjected to groundwater pressure shall be designed to


resist floatation. The dead weight of empty structure shall provide a
factor of safety of 1.2 against uplift during construction and service.

5 Where there is level difference between the natural ground level


and the foundations of structure or floor slabs, this difference shall
be filled up in the following ways.

6 In case of non-liquid retaining structures the natural top soil shall


be removed till a firm strata is reached (minimum depth of soil
removed shall be 500 mm) and the level difference shall be made up
by compacted backfill as per specifications. However the thickness
of each layer shall not exceed 150 mm. The area of backfilling for
floor slabs shall be confined to prevent soil from slipping out
during compaction.

7 In case of liquid retaining structures, the natural top soil shall be


removed as described above and the level difference shall be made
up with Plain Cement Concrete not weaker than M 15.

CE(PMC),PHED, Ajmer 322 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

8 If pile foundations are used, the contractor shall conduct the initial
routine test as per IS 2911 at his own cost, to determine the safe load
bearing capacity of piles.

10.1.3.6 Design Requirements

The following are the design requirements for all reinforced or plain concrete
structures.

1. All blinding and leveling concrete shall be a minimum 100 mm thick in


concrete grade M15 unless otherwise specified.

Liquid Retaining Structures: All structural reinforced concrete shall be


of a minimum M25 grade with a maximum 40 mm aggregate size for
footings and base slabs and with a maximum 20 mm aggregate size for
all other structural members.

2. The reinforced concrete for water retaining structures shall have a


minimum cement content of 300 kg/m3 with a maximum 20 mm size
aggregate and 330 kg/m3 with a maximum 40 mm size aggregate.

3. The minimum reinforcement in walls, floors and roofs in each of two


directions of right angles within each surface zone shall be as per 7.1 of
IS: 3370 part 2.

4. The nominal cover of concrete for all steel, including stirrups, links,
sheathing and spacers shall be as per 7.2 of IS: 3370 Part 2.

5. All buildings shall be provided with damp proofing for basement and
floors and water proofing for roofs.

6. Any structure or pipeline crossing below roads shall be designed for


Class A of IRC loading.

7. The bridges and bridge supporting structures (for clarifiers etc.) shall
be designed to safely withstand the loadings such as loads and torque
transmitted through scrapper blades, motor etc. depending on the
arrangement offered.

CE(PMC),PHED, Ajmer 323 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

8. All pipes and conduits laid below the structural plinth and road works
shall be embedded in reinforced concrete of grade M20 of minimum
thickness 150 mm.

9. Suitable admixtures may be used with the approval of engineer in


charge.

10. Construction of floors and walls of Liquid Retaining structures shall be


as per 9.4 & 9.5 of IS: 3370 Part 1.

The following minimum thicknesses shall be used for different reinforced


concrete members, irrespective of design thicknesses.

(i) Walls for liquid retaining structures 250 mm

(ii) Roof slabs for liquid retaining structures (other than flat 150 mm
slabs)

(iii) Bottom slabs including roof slabs for liquid retaining 200 mm
structures

(iv) Floor slabs including roof slabs, walkways, canopy slabs 100 mm

(v) Wall of cables/ pipe trenches, underground pits etc. 150 mm

(vi) Column footings 300 mm

(vii Parapets, Chajja 100 mm


)

(viii) Pre-Cast trench cover 75 mm

Design requirement of RCC liquid retaining structures / grade of concrete


/minimum cement content and for other provisions, these shall be governed
by the provisions of IS 456 and IS 3370, whichever is more stringent.

10.2 MATERIALS & STANDARDS

The term “materials” shall mean all materials, goods 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.

CE(PMC),PHED, Ajmer 324 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

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 at least equal to approved samples.

Materials and workmanship shall comply with the relevant Indian Standards
(with amendments) current on the date of submission of the tender.

Where the relevant standard provides for the furnishing of a certificate to the
Engineer-in-charge, at his request, stating that the materials supplied comply
in all respects with the standard, the Contractor shall obtain the certificates
and forward it to the Engineer-in-charge.

The specifications, standards and codes listed below are considered to be part
of this Bid specification. All standards, specifications, codes of practices
referred to herein shall be the latest editions including all applicable official
amendments and revisions.

In case of discrepancy between two standards the provisions more stringent


shall be followed. In case of discrepancy between the Bid Specification and
the Standards referred to herein, the Bid Specification shall govern.

IS No. Title
Construction Planning and Storage of Materials
4082 : Recommendation on stacking and storage of construction
materials at site (first revision)
7969 : Safety code for handling and storage of building materials
EARTHWORK
883 : Design of structural timber in building - Code of practice
(third revision)
1498 Classification and identification of soils for general
engineering purposes (first revision) (Amendments 2)
(Reaffirmed)
2682 : 1984 Chlordane emulsifiable concentrates (second revision)
(Amendment 1) (Reaffirmed 1994)

CE(PMC),PHED, Ajmer 325 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

IS No. Title
3764: 1992 Excavation work - Code of safety (first revision)
4081 Safety code for blasting and related drilling operations
6313 (Part 2) Code of practice for anti-termite measures in buildings: Part
2 Pre constructional chemical treatment measures
(Reaffirmed)
FOUNDATIONS
269 : 33 grade ordinary Portland cement.
432 (Part 1) Mild steel and medium tensile steel bars and hard-drawn
steel wire for concrete reinforcement: Part 1 Mild steel and
medium tensile steel bars (third revision)
455 Portland slag cement
456 Code of practice for plain and reinforced concrete
(Reaffirmed 2000)
1080 : 1986 Code of practice for design and construction of shallow
foundations on soils (other than raft, ring and shell)
1489 (Part 1) Portland pozzolana cement: Part 1 Fly ash based
1489 (Part 2) Portland pozzolana cement: Part 2 Calcined clay based
1786 High strength deformed steel bars and wires for concrete
reinforcement
1904 Code of practice for design and construction of foundations
in soils: General requirements
2062 Steel for general structural purposes
2950 (Part 1) Code of practice for design and construction of raft
foundations: Part 1 Design
2974 (Part 1) Code of practice for design and construction of machine
foundations: Part 1 Foundations for reciprocating type
machines
2974 (Part 2) Code of practice for design and construction of machine
foundations: Part 2 Foundations for impact type machines
(hammer foundations)
2974 (Part 3) Design and construction of machine foundations - Code of
practice: Part 3 Foundations for rotary type machines
(medium and high frequency)

CE(PMC),PHED, Ajmer 326 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

IS No. Title
2974 (Part 4) Code of practice for design and construction of machine
foundations: Part 4 Foundations for rotary type machines of
low frequency
2974 (Part 5) Code of practice for design and construction of machine
foundations: Part 5 Foundation for impact machines other
than hammers (forging and stamping press, pig breakers,
drop crusher and jolter)
3629 Specification for structural timber in building (first revision)
(Reaffirmed 1991)
4091 : 1979 Code of practice for design and construction of foundations
for transmission line towers and poles (first revision)
(Reaffirmed 1987)
6403 Code of practice for determination of bearing capacity of
shallow foundations.
6909 Specification for supersulphated cement
8009 (Part 1) Code of practice for calculation of settlement of foundations:
Part 1 Shallow foundations subject to symmetrical static
vertical loads
8009 (Part 2) Code of practice for calculation of settlement of foundations:
Part 2 Deep foundations subjected to symmetrical static
vertical loading.
4138 Safety code for working in compressed air.
8041 Rapid hardening Portland cement
9456: 1980 Code of practice for design and construction of conical and
hyperbolic paraboloidal types of shell foundations.
19556 Code of practice for design and construction of diaphragm
walls.
11089 Code of practice for design and construction of ring
foundation
12269 53 grade ordinary Portland cement.
13094 Guidelines for selection of ground improvement techniques
for foundation in weak soils.
13301 Guidelines for vibration isolation for machine foundations
SP 36 (Part Compendium of Indian Standards on soil engineering : Part
2) :1988 2 Field testing

CE(PMC),PHED, Ajmer 327 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

IS No. Title
MASONRY
Part 1 Mortars
269 33 grade ordinary Portland cement
383 Coarse and fine aggregates from natural sources for concrete
455 Portland slag cement
456 Code of practice for plain and reinforced concrete
1344 Calcined clay pozzolana
1489 (Part 1) Portland pozzolana cement: Part 1 Fly ash based
1489 (Part 2) Portland pozzolana cement: Part 2 Calcined clay based
2116 Stand for masonry mortars
2250 Code of practice for preparation and use of masonry
mortars
2720 (Parts 1 Methods of test for soils
to 41)
3812 Fly ash for use as pozzolana and admixture
6452 Specification for high alumina cement for structural use
6909 Specification for supersulphated cement
8041 Rapid hardening Portland cement
8043 Hydrophobic Portland cement
8112 43 grade ordinary Portland cement
12269 53 grade ordinary Portland cement
12600 Low heat Portland cement
SP 20 (S &T) : Handbook on masonry design and construction
SP 21 (S &T) Summaries of Indian Standards for building materials
Part 2 Brickwork
269 33 grade ordinary Portland cement
383 Coarse and fine aggregates from natural sources for concrete
455 Portland slag cement
456 Code of practice for plain and reinforced concrete
1489 (Part 1) Portland pozzolana cement: Part 1 Fly ash based

CE(PMC),PHED, Ajmer 328 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

IS No. Title
1489 (Part 2) Portland pozzolana cement: Part 2 Calcined clay based
2645 Integral cement waterproofing compounds
3812 Fly ash for use as pozzolana and admixture
5454 Methods of sampling of clay building bricks
6452 Specification for high alumina cement for structural use
4014 Part 1 Code of practice for steel tubular scaffolding
&2
6909 Specification for supersulphated cement
8041 Rapid hardening Portland cement
8042 White Portland cement
8043 Hydrophobic Portland cement
8112 43 grade ordinary Portland cement
9103 Admixture for concrete
12269 53 grade ordinary Portland cement
12600 Low heat Portland cement
SP 20 (S &T) Handbook on masonry design and construction
SP 21 (S &T) Summaries of Indian Standards for building materials
1077 Common burnt clay building bricks
2212 Code of practice for brick work
3696 (Part 1) Safety code of scaffolds and ladders: Part 1 Scaffolds
4014 (Part 2) Code of practice for steel tabular scaffolding: Part 2 Safety
regulations for scaffolding
SP 25 (S & T) Handbook on caused and prevention of cracks in building
Stonework
1123 Method of identification of natural building stones
1127 Recommendations for dimensions and workmanship of
natural building stones for masonry work
1128 Limestone (slab and tiles)
1129 Recommendation for dressing of natural building stones
1130 Marble (blocks, slabs and tiles)

CE(PMC),PHED, Ajmer 329 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

IS No. Title
1597 (Part 1) Code of practice for construction of stone masonry: Part 1
Rubble stone masonry
1597 (Part 2) Code of practice for construction of stone masonry: Part 2
Ashlar masonry
1905 Code of practice for structural use of un-reinforced masonry
2250 Code of practice for preparation and use of masonry
mortars
3316 Specification for structural granite
3622 Specification for sandstone (slab and tiles)
3696 (Part 1) Safety code of scaffolds and ladders: Part 1 Scaffolds
4101 (Part 1) Code of practice for external facing and veneers: Part 1
Stone facing
12440 Pre-cast concrete stone masonry blocks
SP 20 (S & T) Handbook on masonry design and construction
SP 21 (S & T) Summary of Indian Standards for building materials
Plain And Reinforced Concrete
269 33 grade ordinary Portland cement
383 Coarse and fine aggregates from natural resources for
concrete
432 Mild steel and medium tensile steel bars and hard drawn
(Part 1 & 2) steel wire for concrete reinforcement: Part 1 Mild steel and
medium tensile steel bars. Part 2 Hard drawn steel wire
455 Portland slag cement
456 Code of practice for plain and reinforced concrete
516 Method of test for strength of concrete
712 Building limes
875 (Part 1) Code of practice for design loads (other than earthquake) for
buildings and structures: Part 1 Dead loads -Unit weights of
building material and stored materials
875 (Part 2) Code of practice for design loads (other than earthquake) for
buildings and structures: Part 2 Imposed loads
875 (Part 3) Code of practice for design loads (other than earthquake) for
buildings and structures: Part 3 Wind loads

CE(PMC),PHED, Ajmer 330 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

IS No. Title
875 (Part 4) Code of practice for design loads (other than earthquake) for
buildings and structures: Part 4 Snow loads
875 (Part 5) Code of practice for design loads (other than earthquake) for
buildings and structures: Part 5 Special loads and load
combinations
650 Standard sand for testing of cement
3085 Method of test for permeability of cement mortar & concrete
9284 Method of test for abrasion resistance of concrete
5816 Method of test for splitting tensile strength of concrete
cylinders
8142 Method of test for determining setting time of concrete by
penetration resistance
12600 Low heat Portland cement masonry cement
3466 Masonry cement
3558 Code of practice immersion Vibrator for consolidating
concrete
8042 White Portland cement
13620 Fusion bonded epoxy coated reinforcing bars
1343 Code of practice for Prestressed concrete
883 Design of structural timber in building - Code of practice
1199 Methods of sampling and analysis of concrete
1344 Calcined clay pozzolana
1489 (Part 1) Portland pozzolana cement: Part 1 Fly ash based
1489 (Part 2) Portland pozzolana cement: Part 2 Calcined clay based
1566 Hard-drawn steel wire fabric for concrete reinforcement
1786 High strength deformed steel bars and wires for concrete
reinforcement
1791 Batch type concrete mixers
1946 Code of practice for use of fixing devices in walls, ceilings
and floors of solid construction
2062 Steel and general structural purposes

CE(PMC),PHED, Ajmer 331 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

IS No. Title
2386 (Part 1) Methods of test for aggregates for concrete: Part 1 Particle
size and shape
2386 (Part 2) Methods of test for aggregates for concrete: Part 2
Estimation of deleterious materials and organic impurities
2386 (Part 3) Methods of test for aggregates for concrete: Part 3 Specific
gravity, density, voids, absorption and bulking
2386 (Part 4) Methods of test for aggregates for concrete: Part 4
Mechanical properties
2386 (Part 5) Methods of test for aggregates for concrete: Part 5
Soundness
2386 (Part 6) Methods of test for aggregates for concrete: Part 6
Measuring mortar making properties of fine aggregates
2386 (Part 7) Methods of test for aggregates for concrete: Part 7 Alkali
aggregate reactivity
2386 (Part 8) Methods of test for aggregates for concrete: Part 8
Petrographic examination
2502 Code of practice for bending and fixing of bars for concrete
reinforcement
2505 Concrete vibrators - Immersion type - General requirements
2506 General requirements for screed board concrete vibrators
2514 Concrete vibrating tables
2751 Recommended practice for welding of mild steel plain and
deformed bars for reinforced construction
3025 Methods of sampling and test (physical and chemical) for
water used in industry
3036 Laying lime concrete for a waterproofed roof finish - Code
of practice
3812 Fly ash for use as pozzolana and admixture
4031 (Part 1) Methods of physical tests for hydraulic cement: Part 1
Determination of fineness by dry sieving
4098 Lime-pozzolana mixture (first revision)
4656 Form vibrators for concrete
4925 Concrete batching and mixing plant

CE(PMC),PHED, Ajmer 332 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

IS No. Title
4926 Ready mixed concrete
4990 Plywood for concrete shuttering work
6452 Specification for high alumina cement for structural use
6909 Specification for supersulphated cement
7861 (Part 1) Code of practice for extreme weather concreting: Part 1
Recommended practice for hot weather concreting
7861 (Part 2) Code of practice for extreme weather concreting: Part 2
Recommended practice for cold weather concreting
8041 Rapid hardening Portland cement
8043 Hydrophobic Portland cement
8112 43 grade ordinary Portland cement
9012 Recommended practice for Concreting
9013 Method of making, curing and determining compressive
strength of accelerated cured concrete test specimens
9103 Admixtures for concrete
10262 Recommended guidelines for concrete mix design
12269 53 Grade ordinary Portland Cement
13330 Sulphate resisting Portland Cement
12600 Low heat Portland cement
13311 (Part Non-destructive testing of concrete - Methods of test: Part 1
1) Ultrasonic pulse velocity
13311 (Part Non-destructive testing of concrete - Methods of test: Part 2
2) Rebound hammer
SP 23 (S & T) Handbook on concrete mixes (based on Indian Standards)
SP 24 (S & T) Explanatory handbook on Indian Standard Code for plain
and reinforced concrete
SP 33 (S & T) Handbook on timber engineering
SP 34 (S & T) Handbook on concrete reinforcement and detailing
Anti-Termite Measures
6313 (Part 1) Code of practice for anti-termite measures in buildings: Part
1 Constructional measures

CE(PMC),PHED, Ajmer 333 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

IS No. Title
6313 (Part 2) Code of practice for anti-termite measures in buildings: Part
2 Pre-constructional chemical treatment measures (first
revision)(Amendments 3)
Door and Windows (Wood And Metal)
208 Door handles
303 Plywood for general purposes
399 Classification of commercial timbers and their zonal
distribution
401 Code of practice for preservation of timber
419 Putty, for use on window frames
1003 (Part 1) Timber panelled and glazed shutters: Part 1 Door shutters
1003 (Part 2) Timber panelled and glazed shutters: Part 2 Window and
ventilator shutters
1038 Steel doors, windows and ventilators
1081 Code of practice for fixing and glazing of metal (steel and
aluminium) doors, windows and ventilators
1328 Veneered decorative plywood
1658 Fibre hardboards
1659 Block boards
2191 (Part 1) Wooden flush door shutters (cellular and hollow core type):
Part 1 Plywood face panels
2191 (Part 2) Wooden flush door shutters (cellular and hollow core type):
Part 2 Particle board and hard board face panels
2202 (Part 1) Wooden flush door shutters (solid core type): Part 1
Plywood face panels
2202 (Part 2) Wooden flush door shutters (solid core type): Part 2 Particle
board and hard board face panels
2553 (Part 1) Safety glass: Part 1 General purpose
2835 Flat transparent sheet glass
3087 Wood particle boards (medium density) for general
purposes
3097 Veneered particle boards
3129 Low density particle boards

CE(PMC),PHED, Ajmer 334 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

IS No. Title
3348 Specification for Fibre insulation boards
3478 Specification for high density wood particle boards
3548 Code of practice for glazing in building
10521 Collapsible gates
6248 Metal rolling shutters & grills
10451 Steel sliding shutters
1361 Steel windows for industrial buildings, ventilation blinds for
windows
4021 Timber door, window and ventilator frames
1826 Venation blinds for windows
1948 Aluminum doors, windows and ventilators
4020 Door shutters, method of test
(Parts 1-16)
4351 Specification for steel door frames
4913 Code of practice for selection, installation and maintenance
of timber doors and windows
4962 Specification for wooden side sliding doors
5187 Flush bolts
5437 Figured, rolled and wired glass
5509 Fire retardant plywood
5539 Specification for preservative treated plywood
6198 Legged, braced and battened timber door shutters
6248 Specification for metal rolling shutters and rolling grills
6534 Guiding principles of grading and inspection of timber
6701 Tungsten filament miscellaneous electric lamps
7316 Decorative plywood using plurality of veneers for
decorative faces
7452 Hot-rolled steel sections for doors, windows and ventilators
10439 Code of practice for patent glazing
10451 Steel sliding shutters
10521 Collapsible gates

CE(PMC),PHED, Ajmer 335 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

IS No. Title
10701 Structural plywood
11433 (Part One part grade polysulphide base joints sealant: Part 1
1) General requirements
11433 (Part One part grade polysulphide base joints sealant: Part 2
2) Methods of test
12896 Classification of Indian timbers for door and window
shutters and frames
SP 21 (S & T) Summarise of Indian Standards for building materials
SP 33 (S & T) Handbook on timber engineering
Steel Construction
104 Ready mixed paint, brushing, zinc chrome, priming
123 Ready mixed paint, brushing, finishing, semi-gloss, for
general purposes to Indian Standard Colours No.445, 446,
448, 449, 451, 473 and red oxide
800 Code of practice for general construction in steel
801 Code of practice for use of cold formed light gauge steel
structural members in general building construction.
806 Code of practice use of steel tubes in general building
construction
811 Cold formed light gauge structural steel sections
814 Covered electrodes for manual metal arc welding of carbon
and carbon manganese steel
816 Code of practice for use of metal arc welding for general
construction in mild steel
817 (Part 1) Code of practice for training and testing of metal arc
welders: Part 1 Manual metal arc welding
819 Code of practice for resistance spot welding for light
assemblies in mild steel
919 (Part 1) ISO system of limits and fits: Part 1 Bases of tolerances,
deviations and fits
1024 Code of practice for use of welding in bridges and structures
subject to dynamic loading
1030 Carbon steel castings for general engineering purposes

CE(PMC),PHED, Ajmer 336 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

IS No. Title
1148 Hot-rolled rivet bars (up to 40 mm dia) for structural
purposes
1149 High tensile steel rivet bars for structural purposes
1161 Steel tubes for structural purposes
1182 Recommended practice for radiographic examination of
fusion welded butt joints in steel plates
1261 Code of practice for seam welding in mild steel
4000 Code of practice for high strength bolts in steel construction
1852 Rolling and cutting laterals for list rolled steel structures
1278 Filler rods and wires for gas welding
1323 Code of practice for oxy-acetylene welding for structural
work in mild steels
1363 (Part 1) Hexagon head bolts, screws and nuts of product grade C:
Part 1 Hexagon head bolts (size range M 5 to M 64)
1363 (Part 2) Hexagon head bolts, screws and nuts of product grade C:
Part 2 Hexagon head screws (size range M 5 to M 64)
1363 (Part 3) Hexagon head bolts, screws and nuts of product grade C:
Part 3 Hexagon nuts (size range M 5 to M 64)
1364 (Part 1) Hexagon head bolts, screws and nuts of product grades A
and B: Part 1 Hexagon head bolts (size range M 1.6 to M 64)
1364 (Part 2) Hexagon head bolts, screws and nuts of product grades A
and B: Part 2 Hexagon head screws (size range M 1.6 to M
64)
1364 (Part 3) Hexagon head bolts, screws and nuts of product grades A
and B: Part 3 Hexagon nuts (size range M 1.6 to M 64)
1367 (Part 3) Fasteners - Threaded steel - Technical supply conditions:
Part 3 Mechanical properties and test methods for bolts,
screws and studs with full loadability
1393 Code of practice for training and testing of oxy acetylene
welders
1477 (Part 1) Code of practice for painting of ferrous metals in buildings:
Part 1 Pretreatment
1477 (Part 2) Code of practice for painting of ferrous metals in buildings:
Part 2 Painting

CE(PMC),PHED, Ajmer 337 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

IS No. Title
1929 Hot forged steel rivets for hot closing (12 to 36 mm
diameter)
808 Dimensions for hot rolled steel beams, column channels and
angle sections
1398 Placing paper, water proof, bitumen laminated
4353 Recommendations for submerged arc welding of mild steel
and low alloy steel
2595 Code of practice for radiographic testing
3935 Code of practice for composite constructions
3658 Code of practice for liquid penetration flow detention
1977 Structural steel (ordinary quality)
2062 Steel for general structural purposes
2074 Ready mixed paint, air drying, red oxide-zinc chrome,
priming
2155 Cold forged solid steel rivets for hot closing (6 to 16 mm
diameter)
3502 Steel chequered plates
3613 Acceptance tests for wire flux combination for submerged
are welding
3640 Hexagon fit bolts
3757 High strength structural bolts
5369 General requirements for plain washers and lock washers
5370 Plain washers with outside diameter 3 x inside diameter
5374 Taper washers for I-beams (ISMB)
6419 Welding rods and bare electrodes for gas shielded arc
welding of structural steel
6560 Molybdenum and chromium-molybdenum low alloy steel
welding rods and bare electrodes for gas shielded arc
welding
6610 Heavy washers for steel structures
6623 High strength structural nuts
6649 Hardened and tempered washers for high strength
structural bolts and nuts

CE(PMC),PHED, Ajmer 338 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

IS No. Title
7205 Safety code for erection of structural steel work
7215 Tolerances for fabrication of steel structures
7280 Bare wire electrodes for submerged arc welding of
structural steels
7307 (Part 1) Approval tests for welding procedures: Part 1 Fusion
welding of steel
7310 (Part 1) Approval tests for welders working to approved welding
procedures: Part 1 Fusion welding of steel
7318 (Part 1) Approval tests for welders when welding procedure
approval is not required: Part 1 Fusion welding of steel
8500 Structural steel - Microalloyed (medium and high strength
qualities)
9595 Recommendations for metal arc welding of carbon and
carbon manganese steel
12843 Tolerances for erection of steel structures
5334 Code of practice for magnetic practice flow detention of
welds
SP 6(5) Cold- formed, light-gauge steel structures
Floors and Floor Coverings
77 Linseed oil, boiled for paints
269 33 grade ordinary Portland cement
303 Plywood for general purposes
383 Coarse and fine aggregates from natural sources for concrete
401 Code of practice for preservation of timber
455 Portland stag cement
456 Code of practice for plain and reinforced concrete
533 Gum spirit of turpentine (oil of turpentine)
651 Salt glazed stoneware pipes and fittings
653 Linoleum sheets and tiles
657 Materials for use in the manufacture of magnesium
oxychloride flooring compositions

CE(PMC),PHED, Ajmer 339 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

IS No. Title
658 Code of practice for magnesium oxychloride composition
floors
712 Building limes
723 Steel countersunk head wire nails
809 Rubber flooring materials for general purposes
1077 Common burnt clay building bricks
1195 Bitumen mastic for flooring
1196 Code of practice for laying bitumen mastic flooring
1197 Code of practice for laying of rubber floors
1198 Code of practice for laying, fixing and maintenance of
linoleum floor
1237 Cement concrete flooring tiles
1322 Bitumen felts for waterproofing and damp-proofing
1443 Code of practice for laying and finishing of cement concrete
flooring tiles
1489 (Part 1) Portland pozzolana cement: Part 1 Fly ash based
1489 (Part 2) Portland pozzolana cement: Part 2 Calcined clay based
1580 Bituminous compounds for water proofing and caulking
purposes
1609 Code of practice for laying damp-proofing treatment using
bitumen felts
1661 Code of practice for application of cement and cement-lime
plaster finishes
2114 Code of practice for laying in-situ terrazzo floor finish
2116 Sand for masonry mortars
2180 Heavy duty burnt clay building bricks
2386 (Part 4) Methods of test for aggregates for concrete: Part 4
Mechanical properties
2571 Code of practice for laying in-situ cement concrete flooring
3384 Specification for bitumen primer for use in waterproofing
and damp proofing

CE(PMC),PHED, Ajmer 340 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

IS No. Title
3414 Code of practice for design and installation of joints in
buildings
3461 Specification for PVC - asbestos floor tiles
3462 Specification for unbacked flexible PVC flooring
3502 Steel Chequered plates
3583 Specification of burnt clay paving bricks
3622 Specification for sandstone (slabs and tiles)
3629 Specification for structural timber in building
3670 Code of practice for construction of timber floors
4441 Code of practice for use of silicate type chemical resistant
mortars
4442 Code of practice for use of sulphur type chemical resistant
mortars
4443 Code of practice for use of resin type chemical resistant
mortars
4456 (Part 1) Methods of test for chemical resistant mortars - Part 1
Silicate type and resin type
4456 (Part 2) Methods of test for chemical resistant mortars - Part 2
Sulphur type
4457 Ceramic unglazed vitreous acid resisting tile
4631 Code of practice for laying of epoxy resin floor toppings
4832 (Part 1) Specification for chemical resistant mortars: Part 1 Silicate
type
4832 (Part 2) Specification for chemical resistant mortars: Part 2 Resin
type
4832 (Part 3) Specification for chemical resistant mortars: Part 3 Sulphur
type
4860 Acid resistant bricks
4971 Recommendations for selection of industrial floor finishes
5318 Code of practice for laying of flexible PVC sheet and tile
flooring
5389 Code of practice for laying of hardwood parquet and wood
block floors

CE(PMC),PHED, Ajmer 341 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

IS No. Title
5491 Code of practice for laying of in-situ granolithic concrete
flooring topping
5760 Compressed argon
5766 Code of practice for laying of burnt clays brick flooring
6909 Specification for supersulphated cement
7193 Glass fibre base coaltar pitch and bitumen felts
8042 White Portland cement
8374 Bitumen mastic, anti-static and electrically conducting grade
9077 Code of practice for corrosion protection of steel
reinforcement in RB and RCC construction
9197 Epoxy resin, hardness and epoxy resin compositions for
floor toppings
9472 Code of practice for laying mosaic parquet flooring
10440 Code of practice for construction of RB and RBC floors and
roofs
Wall and Ceiling Finishes and Coverings and Walling
269 33 grade ordinary Portland cement
303 Plywood for general purposes
383 Coarse and fine aggregates from natural sources for concrete
451 Technical supply conditions for wood screws
455 Portland slag cement
459 Corrugated and semi-corrugated asbestos cement sheets
710 Marine plywood
712 Building limes
723 Steel countersunk head wire nails
733 Wrought aluminium and aluminum alloy bars, rods and
sections for general engineering purposes
737 Wrought aluminium and aluminum alloy sheet and strip for
general engineering purposes
777 Glazed earthenware wall tiles
883 Design of structural timber in building - Code of Practice

CE(PMC),PHED, Ajmer 342 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

IS No. Title
1130 Marble (blocks, slabs and tiles)
1237 Cement concrete flooring tiles
1328 Veneered decorative plywood
1344 Calcined clay pozzolana
1414 Code of practice for fixing wall covering
1489 (Part 1) Portland pozzolana cement: Part 1 Fly ash based
1489 (Part 2) Portland pozzolana cement: Part 2 Calcined clay based
1542 Sand of plaster
1635 Code of practice for field slaking of building lime and
preparation of putty
1658 Fibre hardboards
1659 Block boards
1661 Code of practice for application of cement and cement-lime
plaster finishes
1946 Code of practice for use of fixing devices in walls, ceilings
and floors of solid construction
2095 Gypsum plaster boards
2098 Asbestos cement building boards
2114 Code of practice for laying in-situ terrazo floor finish
2116 Sand for masonry mortar
2185 (Part 1) Concrete masonry units : Part 1 Hollow and solid concrete
blocks
2185 (Part 2) Concrete masonry units : Part 2 Hollow and solid light
weight concrete blocks
2185 (Part 3) Concrete masonry units : Part 3 Autoclaved cellular aerated
concrete blocks
2402 Code of practice for external rendered finishes
2441 Code of practice for fixing ceiling covering
2547 (Part 1) Gypsum building plaster : Part 1 Excluding premixed
lightweight plaster
2547 (Part 2) Gypsum building plaster : Part 2 Premixed lightweight
plaster

CE(PMC),PHED, Ajmer 343 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

IS No. Title
2691 Burnt clay facing bricks
2818 Indian hessian : Part 1 General
2849 Specification for non-load bearing gypsum partition blocks
3087 Wood particle boards (medium density) for general
purposes
3097 Veneered particle boards
3129 Low density particle boards
3348 Specification for fibre insulation boards
3466 Specification for masonry cement
3478 Specification for high density wood particle boards
3629 Specification for structural timber in building
3630 Code of practice for construction of non-load bearing
gypsum block partitions
3677 Unbonded rock and slag wool for thermal insulation
3812 Fly ash for use as pozzolana and admixture
4101 (Part 1) Code of practice for external facing and veneers: Part 1
Stone facing
4101 (Part 2) Code of practice for external facing and veneers: Part 2
Cement Concrete facing
4101 (Part 3) Code of practice for external facing and veneers: Part 3 Wall
tiling and mosaics
4407 Code of practice for reed walling
4671 Expanded polystyrene for thermal insulation purposes
5390 Code of practice for construction of timber ceiling
5509 Fire retardant plywood
6730 Felt nails
6738 Panel pins and lost head nails
6760 Slotted countersunk head wood screws
7316 Decorative plywood using plurality of veneers for
decorative faces
8041 Rapid hardening Portland cement

CE(PMC),PHED, Ajmer 344 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

IS No. Title
12727 Code of practice for no fines cast in-situ cement concrete
Roofs and Roofing
158 Ready mixed paint, brushing, bituminous, black lead-free,
acid alkali and heat resisting
217 Cutback bitumen
269 33 grade ordinary Portland cement
277 Galvanized steel sheet (plain and corrugated)
280 Mild Steel wire for general engineering
383 Coarse and fine aggregates from natural sources for concrete
432 (Part 1) Mild steel and medium tensile steel bars and hard-drawn
steel wire for concrete reinforcement: Part 1 Mild steel and
medium tensile steel bars
451 Technical supply conditions for wood screws
455 Portland stag cement
456 Code of practice for plain and reinforced concrete
459 Corrugated and semi-corrugated asbestos cement sheets
723 Steel countersunk head wire nails
725 Copper wire nails
730 Hook bolts for corrugated sheet roofing
805 Code of practice for use of steel in gravity water tanks
808 Dimensions for hot-rolled steel beam, column channel and
angle sections
883 Design of structural timber in building - Code of Practice
1077 Common burnt clay building bricks
1120 Coach screws
1199 Methods of sampling and analysis of concrete
1254 Corrugated aluminium sheet
1322 Bitumen felts for waterproofing and damp-proofing
1343 Code of practice for Prestressed concrete
1344 Calcined clay pozzolana
1489 (Part 1) Portland pozzolana cement: Part 1 Fly ash based

CE(PMC),PHED, Ajmer 345 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

IS No. Title
1489 (Part 2) Portland pozzolana cement: Part 2 Calcined clay based
2098 Asbestos cement building boards
2119 Code of practice for construction of brick-cum-concrete
composite (Madras terrace) floor or roof
2204 Code of practice for construction of reinforced concrete shell
roof
2527 Code of practice for fixing rainwater gutters and down
pipes for roof drainage
2690 (Part 1) Burnt clay flat terracing tiles: Part 1 Machine made
2690 (Part 2) Burnt clay flat terracing tiles: Part 2 Hand made
3007 (Part 1) Code of practice for laying of asbestos cement sheets: Part 1
Corrugated sheets
3007 (Part 2) Code of practice for laying of asbestos cement sheets: Part 2
Semi-corrugated sheets
3629 Specification for structural timber in building
6061 (Part 1) Code of practice for construction of floor and roof with
joints and filler blocks : Part 1 with hollow concrete filler
blocks
6061 (Part 2) Code of practice for construction of floor and roof with
joints and filler blocks : Part 2 with hollow clay filler blocks
6061 (Part 3) Code of practice for construction of floor and roof with
joints and filler blocks : Part 3 Precast hollow clay blocks
joints and hollow clay filler blocks
6061 (Part 4) Code of practice for construction of floor and roof with
joints and filler blocks : Part 4 With precast hollow clay
blocks slab panels
6332 Code of practice for construction of floor and roofs using
precast doubly curved shell units
8869 Washers for corrugated sheet roofing
12093 Code of practice for laying and fixing of sloped roof
coverings using plain and corrugated galvanized steel sheet
(ISO 6589-1983)
12506 Code of practice for improved thatching of roof with rot and
fire retardant treatment

CE(PMC),PHED, Ajmer 346 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

IS No. Title
Damp - Proofing and Waterproofing
73 Paving bitumen
269 33 grade ordinary Portland cement
383 Coarse and fine aggregates from natural sources for concrete
702 Industrial bitumen
1195 Bitumen mastic for flooring
1203 Determination of penetration
1322 Bitumen felts for waterproofing and damp-proofing
1346 Code of practice for waterproofing of roofs with bitumen
felts
1580 Bituminous compounds for water proofing and caulking
purposes
1609 Code of practice for laying damp-proofing treatment using
bitumen felts
1635 Code of practice for field slaking of building lime and
preparation of putty
1834 Hot applied sealing compound for joint in concrete
2116 Sand for masonry mortars
2508 Low density polyethylene films
2527 Code of practice for fixing rainwater gutters and down
pipes for roof drainage
2541 Code of practice for preparation and use of lime concrete
2645 Integral cement water proofing compounds
2690 (Part 1) Burnt clay flat terracing tiles: Part 1 Machine made
2690 (Part 2) Burnt clay flat terracing tiles: Part 2 Hand made
3036:1992 Laying lime concrete for a waterproofed roof finish
3037 Bitumen mastic for use in waterproofing of roofs
3067 Code of practice for general design details and preparatory
work for damp-proofing and waterproofing of buildings
3370 (Part 1) Code of practice for concrete structures for the storage of
liquids: Part 1 General Requirements

CE(PMC),PHED, Ajmer 347 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

IS No. Title
3384 Specification for bitumen primer for use in waterproofing
and damp proofing
4098 Lime-pozzolana mixture
4365 Code of practice for application of bitumen mastic for water
proofing of roofs
5871 Bitumen mastic for tanking and damp-proofing
6494 Code of practice for waterproofing of underground water
reservoirs and swimming pools
7193 Glass fibre base coaltar pitch and bitumen felts
7198 Code of practice for damp-proofing using bitumen mastic
7290 Recommendations for use of polyethylene film for
waterproofing of roofs
9759 Guidelines for dewatering during construction
9918 Code of practice for application of silicone based water
repellent
12027 Silicone-based water repellents
12054 Code of practice for application of silicone based water
repellent
13182 Waterproofing and damp-proofing of wet areas in building
Recommendations
Joints in Buildings (Control of Cracks In Buildings)
1834 Hot applied sealing compound for joint in concrete
1838 (Part 1) Performed fillers for expansion joint in concrete pavements
and structures (non extruding and resilient type): Part 1
Bitumen impregnated fibre
1838 (Part 2) Performed fillers for expansion joint in concrete pavements
and structures (non extruding and resilient type): Part 2
CNSL Aldehyde resin and coconut pith
3414 Code of practice for design and installation of joints in
buildings
10958 General check list of functions of joints in buildings
11433 (Part One part grade polysulphide based joint sealant: Part 1
1) General Requirements

CE(PMC),PHED, Ajmer 348 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

IS No. Title
11817 Classification of joints in buildings for accommodation of
dimensional deviations during construction
11818 Method of test for laboratory determination of air
permeability of joints in buildings
12118 (Part Two parts polysulphide based sealant: Part 1 General
1) requirements
White Washing, Colour Washing and Painting of
Masonry, Concrete and Plaster Surfaces (Calcareous
Surfaces)
44 Iron oxide pigments for paints
55 Ultramarine blue for paints
109 Ready mixed paint, brushing, priming, plaster, to Indian
Standard Colour No. 361 and 631 White and off white
133 Enamel, interior: (a) undercoating, (b) finishing
158 Ready mixed paint, brushing, bituminous, black lead-free,
acid alkali and heat resisting
168 Ready mixed paint, air drying, for general purpose
427 Distemper, dry, colour as required
428 Distemper, oil emulsion, colour as required
702 Industrial bitumen
712 Building limes
2395 (Part 1) Code of practice for painting concrete masonry and plaster
surfaces : Part 1 Operation and workmanship
2395 (Part 2) Code of practice for painting concrete masonry and plaster
surfaces : Part 2 Schedule
2547 (Part 1) Gypsum building plaster: Part 1 Excluding premixed
lightweight plaster
2547 (Part 2) Gypsum building plaster: Part 2 Premixed lightweight
plaster
2932 Enamel, synthetic, exterior (a) undertaking (b) finishing
2933 Enamel, exterior (a) undertaking (b) finishing
3140 Code of practice for painting asbestos cement building
products

CE(PMC),PHED, Ajmer 349 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

IS No. Title
3384 Specification for bitumen primer for use in waterproofing
and damp proofing
5410 Cement paint
5411 (Part 1) Plastic emulsion paint: Part 1 for interior use
5411(Part 2) Plastic emulsion paint: Part 2 for exterior use
6278 Code of practice for whitewashing and colour washing
9862 Ready mixed paint, brushing, bituminous, black lead-free,
acid alkali, water and chlorine resisting
Painting, Varnishing and Allied Finishes (Wood And
Metals)
102 Ready mixed paint, brushing, red lead, non settling,
painting
110 Ready mixed paint, brushing, Grey filler, for enamels for use
over primers
117 Ready mixed paint, brushing, finishing exterior, semi-gloss
for general purposes to Indian Standard Colours No. 101 to
104, 169,174,216, 217, 219, 275, 278, 280,281, 283, 352 to 354,
358 to 365, 384 to 388, 397, 410, 442 to 444
124 (Part 3) Ready mixed paint, brushing, finishing exterior, semi-gloss
for general purposes: Part 3 (superseding IS 119)
127 Ready mixed paint, brushing, finishing exterior, semi-gloss
for general purposes white
128 Ready mixed paint, brushing, finishing exterior, semi-gloss
for general purposes black
133 Enamel, interior: (a) undercoating, (b) finishing
137 Ready mixed paint, brushing, matt or eggshell flat,
finishing, interior to Indian Standard colour as required
144 Ready mixed paint, brushing, petrol resisting, air-drying, for
interior painting of tanks and container, red oxide (colour
unspecified)
158 Ready mixed paint, brushing, bituminous, black lead-free,
acid alkali and heat resisting
198 Varnish gold size
207 Gate and shutter hooks and eyes

CE(PMC),PHED, Ajmer 350 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

IS No. Title
337 Varnish, finishing interior
348 French polish
401 Code of practice for preservation of timber
423 Plastic wood for joiners filter
524 Varnish, finishing, exterior, synthetic, air drying
525 Varnish, finishing, exterior and general purposes
1477 (Part 1) Code of practice for painting of ferrous metals in buildings:
Part 1 Pretreatment
1477 (Part 2) Code of practice for painting of ferrous metals in buildings:
Part 2 Painting
2338 (Part 1) Code of practice for finishing of wood and wood based
materials: Part 1 Operations and workmanship
2338 (Part 2) Code of practice for finishing of wood and wood based
materials: Part 2 Schedules
2339 Aluminium paint for general purposes, in dual container
2554 (Part Code of practice for painting of non ferrous metals in
1&2) buildings
2524 (Part 1) Code of Practice for painting of non-ferrous metals in
buildings; Part 1 Pretreatment
2524 (Part 1) Code of Practice for painting of non-ferrous metals in
buildings; Part 2 Painting
2932 Enamel, synthetic, exterior (a) undertaking (b) finishing
2933 Enamel, exterior (a) undertaking (b) finishing
3531 Glossary of terms relating to corrosion of metals
3536 Ready mixed paint, brushing, wood primer, pink
3537 Ready mixed paint, finishing interior, for general purposes,
to Indian Standard Colours No. 101, 216, 217, 219, 275, 281,
352, 353, 358 to 361, 363, 364, 388, 410, 442, 444, 628, 631, 632,
634, 693, 697, white and black
3539 Ready mixed paint, undercoating for use under oil finishes
to Indian Standard Colours, as required
3585 Ready mixed paint, aluminium, brushing priming water
resistant, for woodwork

CE(PMC),PHED, Ajmer 351 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

IS No. Title
4597 Code of Practice for finishing of wood and wood based
products with nitrocellulose and cold catalysed materials
6005 Code of practice for phosphating of iron and steel
Water Supply And Drainage
Part 1 Water Supply
1172 Code of basic requirements of water supply, drainage and
sanitation
1239 (Part 1) Mild steel tubes, tubular and other wrought steel fittings:
Part 1 Mild steel tubes
1536 Centrifugally cast (spun) iron pressure pipes for water, gas
and sewage
1537 Vertically cast iron pressure pipes for water, gas and sewage
1592 Asbestos cement pressure pipes
3114 Code of practice for laying of cast iron pipes
5822 Code of practice for welded steel pipes for water supply
1626 (Part 1) Asbestos cement building pipes and pipe fittings, gutters
and gutter fittings and roofing fittings: Part 1 (Pipe and pipe
fittings)
2064 Selection, installation an maintenance of sanitary appliances
- Code of practice
2065 Code of practice for water supply in buildings
2692 Ferrules for water services
3076 Low density polyethylene pipes of potable water supplies;
sewage and industrial effluents
4984 Specification for high density polyethylene pipes for potable
water supplies; sewage and industrial effluents
4985 Specification for unplasticised PVC pipes for potable water
supplied
7558 Code of practice for domestic hot water installations
7634 (Part 2) Code of practice for plastics pipe work for potable water
supplies : Part 2 Laying and jointing polyethylene (PE) pipes
7634 (Part 3) Code of practice for plastics pipe work for potable water
supplies : Part 3 Laying and jointing of UPVC pipes

CE(PMC),PHED, Ajmer 352 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

IS No. Title
12183 (Part Code of practice for plumbing in multi-storeyed buildings:
1) Part 1 Water supply
1916 Steel cylinder pipes with lining and coating
4127 Code of practice for laying of salt glazed stoneware pipes
12709 Glass fibre reinforced plastic pipes, joints and rings for
potable water supply
3597 Concrete pipes-methods of test
7319 Perforated concrete pipes
NBC National Building Code of India
SP 35 (S & T) Handbook of water supply and drainage with special
emphasis on plumbing
Part 2 Building Drainage
277 Galvanized steel sheet (plain and corrugated)
458 Precast concrete pipes (with and without reinforcement)
651 Salt glazed stoneware pipes and fittings
782 Caulking lead
783 Code of Practice for laying of concrete pipes
1230 Cast iron rainwater pipes and fittings
1536 Centrifugally cast (spun) iron pressure pipes for water, gas
and sewage
1537 Vertically cast iron pressure pipes for water, gas and sewage
1592 Asbestos cement pressure pipes
1626 (Part 1) Asbestos cement building pipes and pipe fittings, gutters
and gutter fittings and roofing fittings: Part 1 (Pipe and pipe
fittings)
1726 Cast iron manhole covers and frames
1742 Code of Practice for building drainage
3006 Specification for chemically resistant glazed stoneware pipes
and fittings
4111 Code of Practice for ancillary structures in sewerage system
(Parts 1 to 5)
4733 Methods of sampling and test for sewage effluents

CE(PMC),PHED, Ajmer 353 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

IS No. Title
4984 Specification for high density polyethylene pipes for potable
water supplies; sewage and industrial effluents
4985 Specification for unplasticised PVC pipes for potable water
supplied
5329 Code of Practice for sanitary pipe work above ground for
buildings
5455 Cast iron steps for manholes
12592 (Parts Precast manhole covers & frames
1 & 2)
4350 Concrete porous pipes for Under drainage
2470 (Parts 1 Code of Practice for installation of septic tank
& 2)
784 Prestressed concrete pipes
Special Construction Procedures Earthquake Effects, Etc.
1893 Criteria for earthquake resistant design of structures
4326 Earthquake resistant design and construction of buildings-
Code of practice
13920 Ductile detailing of reinforced concrete structures subjected
to seismic forces - Code of practice
13935 Repair and seismic strengthening of buildings - Guidelines
4991 Criteria for blast resistant design of structures for explosions
above ground
6922 Criteria for safety and design of structures subject to
underground blasts
2190 Selection, installation and maintenance of first-aid fire
extinguishers - Code of practice
3696 (Part 2) Safety code of scaffolds and ladders: Part 2 Ladders
4912 Safety requirements for floor and wall openings, railings
and toe boards
General
10005 S.I. units and recommendations for use of their multiples
and of certain other units
6060 Code of practice for day lighting of factory buildings

CE(PMC),PHED, Ajmer 354 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

IS No. Title
3103 Code of practice for industrial ventilation
3483 Code of practice for noise reduction in industrial buildings
2440 Guide for day lighting of buildings
1200 (1 to 28) Method of measurement of Building and Civil Engg. Works
7973 Code of practice for architectural and building working
drawings
962 Code of practice for architectural and building drawings
13415 Code of safety for protective barrier in and around buildings
4801 Safety code for blasting and related drilling operations
8969 Safety code for erection of concrete framed structures

10.2.1 Samples and Tests of Materials

The Contractor shall submit samples of such materials as may be required by


the Engineer-in-charge and shall carry out the specified tests directed by the
Engineer-in-charge at the Site, at the supplier’s premises or at a laboratory
approved by the Engineer-in-charge without any extra cost.

Samples shall be submitted and tests carried out sufficiently early to enable
further samples to be submitted and tested if required by the Engineer-in-
charge.

Approval by the Engineer-in-charge as to the placing of orders for materials


or as to samples or tests shall not prejudice any of the Employer’s powers
under the Contract.

10.2.2 Standards

Materials and workmanship shall comply with the relevant Indian Standards
(with amendments up to date).

Where the relevant standard provides for the furnishing of a certificate to the
Engineer-in-charge, at his request, stating that the materials supplied comply
in all respects with the standard, the Contractor shall obtain the certificates
and forward it to the Engineer-in-charge.

CE(PMC),PHED, Ajmer 355 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

The specifications, standards and codes listed in this chapter are considered to
be part of this Bid specification. All standards, specifications, codes of
practices referred to herein shall be the latest editions including all applicable
official amendments and revisions.

10.3 EARTHWORK

10.3.1 General

The Contractor shall furnish all tools, plant instruments, qualified supervisory
personnel, labour, materials, any temporary works, consumables, any and
everything necessary, whether or not such items are specifically stated herein
for completion of the work in accordance with the Department’s
Requirements.

The Contractor shall survey the site before excavation and set out all lines and
establish levels for various works such as grading, basement, foundations,
plinth filling, roads, drains, cable trenches, pipelines etc. Such survey shall be
carried out by taking accurate cross sections of the area perpendicular to
established reference/grid lines at 8 m in case of buildings and 30 m in case of
roads and pipe lines works intervals or nearer, if necessary, based on ground
profile and thereafter properly recorded.

The excavation shall be carried out to correct lines and levels. This shall also
include, where required, proper shoring to maintain excavations and also the
furnishing, erecting and maintaining of substantial barricades around
excavated areas and warning lamps at night.

Excavated material shall be dumped in regular heaps, bunds, riprap with


regular slopes and leveling the same so as to provide natural drainage.
Rock/soil excavated shall be stacked properly as approved by the Engineer-
in-charge. As a rule, all softer material shall be laid along the centre of heaps,
the harder and more weather resisting materials forming the casing on the
sides and the top.

Topsoil shall be stock piled separately for later re-use.

10.3.2 Clearing

CE(PMC),PHED, Ajmer 356 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

The area to be excavated / filled shall be cleared of fences, trees, plants, logs,
stumps, bush, vegetation, rubbish, slush, etc. and other objectionable matter.
If any roots or stumps of trees are encountered during excavation, they shall
also be removed. The material so removed shall be disposed off as approved
by the Engineer-in-charge. Where earth fill is intended, the area shall be
stripped of all loose/ soft patches, top soil containing objectionable matter /
materials before fill commences.

10.3.3 Excavation

Excavation for permanent work shall be taken out to such widths, lengths,
depths and profiles as are shown on the approved drawings or such other
lines and grades as may be agreed with the Engineer-in-charge Rough
excavation shall be carried out to a depth of 150 mm above the final level. The
balance shall be excavated with special care. Soft pockets shall be removed
below the final level and extra excavation filled up with material as approved
by the Engineer-in-charge. The final excavation should be carried out just
prior to laying the blinding course.

To facilitate the permanent works the Contractor may excavate, and also
backfill later, outside the lines shown on the approved drawings or as agreed
with the Engineer-in-charge. Should any excavation be taken below the
specified elevations, the Contractor shall fill it up with concrete of the same
class as in the foundation resting thereon, up to the required elevation at no
cost to the department.

All excavations shall be to the minimum dimensions required for safety and
ease of working. Prior approval of the Engineer-in-charge shall be obtained by
the Contractor in each individual case, for the method proposed for the
excavation, including dimensions, side slopes, dewatering, disposal, etc. This
approval, shall not in any way relieve the Contractor of his responsibility for
any consequent loss or damage. The excavation must be carried out in the
most expeditious and efficient manner. Side slopes shall be as steep as will
stand safely for the actual soil conditions encountered. Every precaution shall
be taken to prevent slips. Should slips occur, the slipped material shall be
removed and the slope dressed to a modified stable slope.

10.3.4 Rock

CE(PMC),PHED, Ajmer 357 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

10.3.4.1 Stripping Loose Rock

All loose boulders, detached rocks partially and other loose material which
might move therewith not directly in the excavation but so close to the area to
be excavated as to be liable, in the opinion of Engineer-in-charge, to fall or
otherwise endanger the workmen, equipment, or the work shall be stripped
off and removed from the area of the excavation. The method used shall be
such as not to render unstable or unsafe the portion, which was originally
sound and safe.

Any material not requiring removal in order to complete the permanent


works, but which, in the opinion of Engineer-in-charge, is likely to become
loose or unstable later, shall also be promptly and satisfactorily removed.

10.3.5 Fill, Backfilling and Site Grading

10.3.5.1 General

All fill material shall be subject to the Engineer-in-charge’s approval. If any


material is rejected by Engineer-in-charge, the Contractor shall remove the
same forthwith from the site. Surplus fill material shall be
deposited/disposed off as directed by Engineer-in-charge after the fill work is
completed.

No earth fill shall commence until surface water discharges and streams have
been properly intercepted or otherwise dealt with to the approval of the
Engineer-in-charge.

10.3.5.2 Material

To the extent available, selected surplus soil from excavations shall be used as
backfill. Backfill material shall be free from lumps, organic or other foreign
material. All lumps of earth shall be broken or removed unless otherwise
stated. Where excavated material is mostly rock, the boulders shall be broken
into pieces not larger than 150 mm size, mixed with properly graded fine
material consisting of murram or earth to fill the voids and the mixture used
for filling.

CE(PMC),PHED, Ajmer 358 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

If fill material is required to be imported, the Contractor shall make


arrangements to bring such material from outside borrow pits. The material
and source shall be subject to the prior approval of the Engineer-in-charge.
The approved borrow pit areas shall be cleared of all bushes, roots of trees,
plants, rubbish, etc. Top soil containing foreign material shall be removed.
The materials so removed shall be disposed of as directed by Engineer-in-
charge. The Contractor shall provide the necessary access roads to borrow
areas and maintain the same if such roads do not exist.

10.3.5.3 Filling in pits and trenches around foundations of structures, walls, etc.

The spaces around the foundations, structures, pits, trenches, etc., shall be
cleared of all debris, and filled with earth in layers not exceeding 15 cm, each
layer being watered, rammed and properly consolidated to the satisfaction of
Engineer-in-charge. Earth shall be rammed with approved mechanical
compaction machines. Usually no manual compaction shall be allowed unless
the Engineer-in-Charge is satisfied that in some cases manual compaction by
tampers cannot be avoided. The final backfill surface shall be trimmed and
leveled to a proper profile to the approval of the Engineer-in-charge.

The filling shall be done after the concrete or masonry is fully set and done in
such a manner as not to cause undue thrust on any part of the structure.

10.3.5.4 Plinth Filling

Plinth filling shall be carried out with approved material such as soil, sand or
moorum as in layers not exceeding 15 cm watered and compacted with
mechanical compaction machines. When filling reaches the finished level, the
surface shall be flooded with water, unless otherwise directed, for at least 24
hours, allowed to dry and then the surface again compacted as specified
above to avoid settlement at a later stage. The finished level of the filling shall
be trimmed to the level/slope specified.

Compaction of large areas be carried out by means of 12 ton rollers smooth


wheeled, sheep-foot or wobbly wheeled rollers. In case of compaction of
granular material such as sands and gravel, vibratory rollers shall be used. A

CE(PMC),PHED, Ajmer 359 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

smaller weight roller may be used only if permitted by the Engineer-in-


charge. As rolling proceeds, water sprinkling shall be done to assist
consolidation. Water shall not be sprinkled in case of sandy fills.

The thickness of each unconsolidated fill layer can in this be upto a maximum
of 300 mm. The Contractor will determine the thickness of the layers in which
fill has to be consolidated depending on the fill material and equipment used
and the approval of the Engineer-in-charge obtained prior to commencing
filling.

The process of filling in the plinth, watering and compaction shall be carried
out by the contractor in such a way as not to endanger the foundation
columns, plinth walls etc. already built up. Under no circumstances Black
cotton soil shall be used for plinth in filling.

Rolling shall commence from the outer edge and progress towards the centre
and continue until compaction is to the satisfaction of Engineer-in-charge.

The compacted surface shall be properly shaped, trimmed and consolidated


to an even and uniform gradient. All soft spots shall be excavated, then filled
and consolidated.

At some locations/ areas, it may not be possible to use rollers because of


space restrictions, etc. The Contractor shall then be permitted to use
pneumatic tampers, rammers, etc. and he shall ensure proper compaction.

10.3.5.5 Sand Filling in Plinth and Other Places

Where backfilling is required to be carried out with local sand it 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. The
surface of the consolidated sand shall be dressed to 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.

10.3.6 General Site Grading

Site grading shall be carried out as indicated in the approved drawings.


Excavation shall be carried out as specified in the Employer’s Requirements.

CE(PMC),PHED, Ajmer 360 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

Filling and compaction shall be carried out as specified under relevant Clause
and elsewhere unless otherwise indicated below.

If no compaction is called for, the fill may be deposited to the full height in
one operation and leveled. If the fill has to be compacted, it shall be placed in
layers not exceeding 200 mm and leveled uniformly and compacted as
indicated in relevant Clause before the next layer is deposited.

To ensure that the fill has been compacted as specified, field and laboratory
tests shall be carried out by the Contractor.

Field compaction tests shall be carried out in each layer of filling until the fill
to the entire height has been completed. This shall hold good for
embankments as well. The fill will be considered as incomplete if the desired
compaction has not been obtained.

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 material and make good the slip.

10.3.7 Fill Density

Unless otherwise specified the compaction, where so called for, shall comply
with minimum 90% compaction by Standard Proctor at moisture content
differing not more than 4% from the optimum moisture content. The
Contractor shall demonstrate adequately by field and laboratory tests that the
specified density has been obtained.

10.3.8 Timber Shoring

The provisions of relevant IS Code shall be appllied.

10.3.9 Dewatering

The Contractor shall ensure at his cost that the excavation and the structures
are free from water during construction and shall take all necessary
precautions and measures to exclude ground/ rain water so as to enable the
works to be carried out in reasonably dry conditions in accordance with the
construction programme. Sumps made for dewatering must be kept clear of

CE(PMC),PHED, Ajmer 361 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

the excavations/ trenches required for further work. The 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 subsoil or
blowing in due to differential head of water during pumping. Pumping
arrangements shall be adequate to ensure no delays in construction. The
dewatering shall be continued for at least (7) seven days after the last pour of
the concrete. The Contractor shall, however, ensure that no damage to the
structure results on stopping of dewatering.

The Contractor shall study the sub-soil conditions carefully and shall conduct
any test necessary at the site with the approval of the Engineer-in-charge to
test the permeability and drainage conditions of the sub-soil for excavation,
concreting etc., below ground level.

The process for dewatering and disposal of water shall be approved by the
Engineer-in-charge. The Contractor shall suitably divert the water obtained
from dewatering from such areas of site where a build up of water in the
opinion of the Engineer-in-charge obstructs the progress of the work, leads to
unsanitary conditions by stagnation, retards the speed of construction and is
detrimental to the safety of men, materials, structures and equipment.

When there is a continuous inflow of water and the quantum of water to be


handled is considered in the opinion of Engineer-in-charge, to be large, a well
point system-single stage or multistage, shall be adopted. The Contractor
shall submit to the Engineer-in-charge, details of his well point system
including the stages, the spacing number and diameter of well points, headers
etc., and the number, capacity and location of pumps for approval.

If any foundation pits are filled due to accumulation of surface flow during
the progress of work or during rainy season, or due to any other cause all
pumping required for dewatering the pits & removing silt shall be done
without extra cost.

10.3.10 Rain Water Drainage

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

CE(PMC),PHED, Ajmer 362 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

pumping out the same. The scheme for pumping and discharge of such water
shall be approved by the Engineer-in-charge.

10.4 CONCRETE

10.4.1 General

The Engineer-in-Charge shall have the right at all times to inspect all
operations including the sources of materials, procurement, layout and
storage of materials, the concrete batching and mixing equipment and the
quality control system. Such an inspection shall be arranged and the Engineer-
in-Charge’s approval obtained, prior to starting of concrete work. This shall,
however, not relieve the Contractor of any of his responsibilities. All materials
which do not conform to the Specifications shall be rejected.

Materials should be selected so that they can satisfy the design requirements
of strength, serviceability, safety, durability and finish with due regards to the
functional requirements and the environmental conditions to which the
structure will be subjected. Materials complying with codes/standards shall
generally be used. Other materials may be used after approval of the Engineer-
in-Charge and after establishing their performance suitability based on previous
data, experience or tests.

10.4.2 Materials

10.4.2.1Cement

Unless otherwise called for by the Engineer-in-charge, cement shall be


ordinary Portland cement conforming to IS: 2697, IS: 8112 or IS: 12269. Super
Sulphated cement conforming to IS 6909 or super resistant Portland cement
conforming to IS 12330 or Pozzolana Portland Cement conforming to IS 1489..

Sulphate resistant cement conforming to IS 12330 shall be used for all cement
concrete works below ground level at

1. For RCC works to be done in river or nallah section, below existing


ground level.

2. for all stretches along pipe alignment having soil resistivity below 1000
ohm-cm for guniting in MS pipe or for support structures/anchor

CE(PMC),PHED, Ajmer 363 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

blocks/thrust blocks to be laid having soil resistivity below 2000 ohm-


cm for MS pipeline above ground,

3. For all RCC works done in foundation (below ground) at head works.

Only one type of cement shall be used in any one mix for the member. The
source of supply, type or brand of cement within the same structure or
portion thereof shall not be changed without approval from the Engineer-In-
Charge.

Cement which is not used within 90 days from its date of manufacture shall
be tested at a laboratory approved by the Engineer-In-Charge and until the
results of such tests are found satisfactory, it shall not be used in any work.

10.4.2.2 Aggregates (General)

It shall comply with requirement of IS 383 and as specified in IS 456-2000.


Aggregates shall consist of naturally occurring stones (crushed or uncrushed),
gravel and sand. They shall be chemically inert, strong, hard, clean, durable
against weathering, of limited porosity, free from dust/slit/organic
impurities/deleterious materials such as iron pyrites, cod, mica, slate, clay
alkali, soft fragments, sea shells and conform to IS: 383. Aggregates such as
slag, crushed over burnt bricks, bloated clay aggregates, sintered fly ash and
tiles shall not be used.

Aggregates shall be washed and screened before use where necessary or if


directed by the Engineer-in-Charge.

Aggregates containing reactive silica shall not be used.

Plums 160 mm and above of a reasonable size may be used in mass concrete
fill where directed. Plums shall not constitute more than 20% by volume of
the concrete when specifically permitted. The plums shall be distributed
evenly and shall not be closer than 160 mm from the surface. For heavily
reinforced concrete members as in the case of ribs of main beams the nominal
maximum size of aggregate shall be restricted to 5 mm less than minimum
clear distance between the main bars or 5 mm less than the minimum cover to
reinforcement whichever is smaller. Coarse and fine aggregates shall
preferably batched separately, specially for design mix concrete.

CE(PMC),PHED, Ajmer 364 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

The largest possible size, properly graded should be used in order to reduce
water demand.

Graded aggregate shall confirm to requirements in Table 1, 2, 3 & 4. All in


aggregate shall confirm to requirements as per relevant I.S Code .

Table 1 : Graded Aggregate

10.4.2.2.1 Percentage Passing for Normal size of Aggregate

IS Sieve
40 mm 20 mm 16 mm 12.5 mm
Designation

80 100 - - -

40 95-100 100 - -

20 30-70 95-100 100 100

16 - - 90-100 -

12.5 - - - 90-100

10 10-35 25-55 30-70 40-85

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

2.36 - - - -

Table 2 Single Sized Aggregate (Ungraded)

10.4.2.2.2 Percentage Passing for Normal size of Aggregate

IS Sieve 12.5
63 mm 40 mm 20 mm 16 mm 10 mm
Designation mm
80 100 - - - - -
63 85-100 100 - - - -
40 0-30 85-100 100 - - -
IS Sieve 0-5 0-20 85-100 100 - -
Designation 20
16 - - - 85-100 100 -
12.5 - - - - 85-100 100

CE(PMC),PHED, Ajmer 365 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

10 0-5 0-5 0-20 0-30 0-45 85-100


4.75 - - 0-5 0-5 0-10 0-20
2.36 - - - - - 0-5

Table 3

10.4.2.2.3 Making Single Sized to Graded Aggregate

Nominal
Cement size of Part of Single Size Aggregate to be Mixed to
Concrete Graded Get Graded Aggregate (by Volume)
Aggregate
Mix Required 50 mm 40 mm 20 mm 12.5 mm 10 mm
1:6:12 63 9 - 3 - -
40 - 9 3 - -
1:5:10 63 7.5 - 2.5 - -
40 - 7.5 2.5 - -
1:4:8 63 6 - 2 - -
40 - 6 2 - -
1:3:6 63 4.5 - 1.5 - -
40 - 4.5 1.5 - -
20 - - 4.5 - 1.5
1:2:4 40 - 2.5 1 - 0.5
20 - - 3 - 1
12.5 - - - 3 1
1:1.5:3 20 - - 2 - 1
Note Proportions indicated are by volume. If single sized aggregate
specified is not available, the volume of single sized aggregates shall be
varied with a view to obtain the graded aggregate.

Table 4: Grading of Fine Aggregates

14.4.2.2.4 Percentage Passing for


IS Sieve Grading Grading Zone Grading Zone Grading Zone
Designation Zone I II III IV
10 mm 100 100 100 100
4.75 mm 90-100 90-100 90-100 90-100
2.36 mm 60-95 75-100 85-100 95-100

CE(PMC),PHED, Ajmer 366 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

1.18 mm 30-70 55-90 75-100 90-100


600 micron 15-34 35-59 60-79 80-100
300 micron 5-20 8-30 12-40 15-50
150 micron 0-10 0-10 0-10 0-15
Note For crushed stone sands, the possible limit on 150 micron IS sieve is
increased to 20 percent. This does not affect 5 percent allowance
permitted to other sieves.

Table 5
10.4.2.2.5 Percentage Passing All-in-Aggregate Grading of IS Sieve

IS Sieve Designation
mm 40 mm Nominal Size 16 mm Nominal Size
80 100 -
40 95-100 95-100
20 45-75 95-100
4.75 mm 25-45 30-50
600 micron 8-30 10-35
150 micron 0-6 0-6

Fine aggregates are divided into 4 zones. Typical good sand falls in Zone II
grading, however, finer or coarse sand may be used with suitable adjustment
in the ratio of quantities of coarse to fine aggregates.

Very fine sands as included in Zone IV grading should not be used except
when the concrete is closely controlled by design mixes.

10.4.2.3 Water

Water used for both mixing and curing shall conform to IS : 456-2000 and free
from injurious amounts of oils, acids, alkalis, salts, sugar, organic materials
that may be deleterious to concrete or steel. The pH value of water shall not
be less than 6.

10.4.2.4 Reinforcement

CE(PMC),PHED, Ajmer 367 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

Reinforcement shall be of High strength deformed bars and wires to IS 1786


and Rolled steel Grade A made from structural steel to IS 2062 , where ever
required.

All reinforcement shall be free from loose mill scales, loose rust and coats of
paints, oil, mud or other coatings, which may destroy or reduce bond.

10.4.2.5 Admixtures

Accelerating, retarding, water reducing and air entraining admixtures shall


conform to IS : 9103 and integral water proofing admixtures to IS : 2645.

Admixtures may be used in concrete as per manufacturer’s instructions only


with the approval of the Engineer-in-Charge. An admixture’s suitability and
effectiveness shall be verified by trial mixes with the other materials used in
the works. If two or more admixtures are to be used simultaneously in the
same concrete mix, their interaction shall be checked and trial mixes done to
ensure their compatibility. There should also be no increase in risk of
corrosion of the reinforcement or other embedment.

For checking fine crack in the concrete surface, the contractor may use fibre as
secondary reinforcement as per manufacturer’s requirement.

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 such as in mass concrete works, it shall be dissolved in
water and added to the mixing water by an amount not exceeding 1.5 percent
of the weight of the cement in each batch of concrete. The designed concrete
mix shall be corrected accordingly.

10.4.3 Samples and Tests

All materials used for the works shall be tested before use.

Manufacturer’s test certificate shall be furnished for each batch of cement


/steel and when directed by the Engineer samples shall also be got tested by
the Contractor in a laboratory approved by the Engineer-in-Charge.

CE(PMC),PHED, Ajmer 368 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

Sampling and testing shall be as per IS: 2386 under the supervision of the
Engineer-in-Charge.

Water to be used shall be tested to comply with requirements of IS: 456.

The Contractor shall furnish manufacturer’s test certificates and technical


literature for the admixture proposed to be used. If directed, the admixture
shall be got tested at an approved laboratory at no extra cost.

10.4.4 Concrete

10.4.4.1 General

Concrete grade shall be as designated on approved drawings. In concrete


grade M15, M20, M25 etc. the number represents the specified characteristic
compressive strength of 150 mm cube at 28 days, expressed in N/sq. mm as
per IS: 456. Concrete in the works shall be “DESIGN MIX CONCRETE” or
“NOMINAL MIX CONCRETE”. All concrete works of grade M15 shall be
NOMINAL MIX CONCRETE. Grade M20 can be nominal or design mix as
per the requirement whereas all other grades, above M20 necessarily be
DESIGN MIX CONCRETE.

10.4.4.2 Design Mix Concrete

The mix design shall produce concrete having reduced workability


(consistency) and strength not less than approximate values given in table
below. Workability shall be controlled by direct measurement of water
content and checking it at frequent intervals by method prescribed in IS 1199.

a) Mix Design and Testing

For Design Mix Concrete, the mix shall be designed according to IS: 10262 and
SP 23 to provide the grade of concrete having the required workability and
characteristic strength not less than appropriate values given in IS: 456. The
design mix shall be cohesive and does not segregate and should result in a
dense and durable concrete and also capable of giving the finish as specified.
For liquid retaining structures, the mix shall also result in water tight

CE(PMC),PHED, Ajmer 369 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

concrete. The Contractor shall exercise great care while designing the concrete
mix and executing the works to achieve the desired result.

The minimum cement content for Design Mix Concrete shall be as per IS: 456.

The minimum cement content stipulated above shall be adopted irrespective


of whether the Contractor achieves the desired strength with less quantity of
cement. The Contractor’s quoted rates for concrete shall provide for the above
eventuality and nothing extra shall become payable to the CONTRACTOR in
this account. Even in the case where the quantity of cement required is higher
than that specified above to achieve desired strength based on an approved
mix design, nothing extra shall become payable to the CONTRACTOR.

It shall be the Contractor’s sole responsibility to carry out the mix designs at
his own cost. He shall furnish to the Engineer-in-Charge at least 30 days
before concreting operations, a statement of proportions proposed to be used
for the various concrete mixes and the strength results obtained. The strength
requirements of the concrete mixes ascertained on 150 mm cubes as per IS:
516 shall comply with the requirements of IS: 456.

Grade Minimum Specified Characteristic


Compressive Strength Compressive Strength
N/sq.mm at 7 days N/sq. mm at 28 days
M15 10.0 15.0
M20 13.5 20.0
M25 17.0 25.0
M30 20.0 30.0
M35 23.5 35.0
M40 27.0 40.0

Grades lower than M20 shall not be used for reinforced concrete (general)
Grading lower than M25 shall not be used for reinforced concrete in liquid
retaining structures.

A range of slumps which shall generally be used for various types of


construction unless otherwise instructed by the Engineer-in-Charge is given
below:

CE(PMC),PHED, Ajmer 370 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

Structure / Member Slump in millimeters


Maximum Minimu
m
Reinforced foundation walls and footings 75 25
Plain footings, caissons and substructure walls 100 25
Slabs, Beams and reinforced walls 75 25
Pump & miscellaneous Equipment Foundations 100 25
Building columns 50 25
Pavements 50 25
Heavy mass construction 50 25

b) Batching & Mixing of Concrete

Proportions of aggregates and cement, as decided by the concrete mix design,


shall be by weight. These proportions shall be maintained during subsequent
concrete batching by means of weigh batchers capable of controlling the
weights within one percent of the desired value.

Amount of water added shall be such as to produce dense concrete of


required consistency, specified strength and satisfactory workability and shall
be so adjusted to account for moisture content in the aggregates. Water-
cement ratio specified for use by the Engineer-in-Charge shall be maintained.
Each time the work stops, the mixer shall be cleaned out and while
recommencing, the first batch shall have 10% additional cement to allow for
sticking in the drum.

Arrangement should be made by the Contractor to have the cubes tested in an


approved laboratory or in field with prior consent of the Engineer-in-Charge.
Sampling and testing of strength and workability of concrete shall be as per
IS: 1199, IS: 516 and IS : 456.

10.4.4.3 Nominal Mix Concrete

Mix Design & Testing

Mix Designing and preliminary tests are not necessary for Nominal Mix
Concrete. However works tests shall be carried out as per IS: 456. Proportions
for Nominal Mix Concrete and w/c ratio may be adopted as per Table 9 of IS:

CE(PMC),PHED, Ajmer 371 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

456. However it will be the Contractor’s sole responsibility to adopt


appropriate nominal mix proportions to yield the specified strength.

Batching & Mixing of Concrete

The Proportions of materials used for concrete of grades shall be as given


below:

Proportions for Nominal Mix of Concrete

Grade of Total Quantity for Dry Proportion of Fine Quantity of


Concrete Aggregate by Mass per 50 Aggregate to Water per 50
kg of Cement Coarse Aggregate kg of
(as Sum of Fine and (by Mass) Cement, Max
Coarse Aggregates), in in Litres
kg, Max
Generally 1:2
Subject to an
M5 800 upper limit of 1:1.5 60
and a lower limit
of 1:2.5
M 7.5 625 -do- 45
M 10 480 -do- 34
M 15 350 -do- 32
M 20 250 -do- 30

NOTES 1 The proportions of the fine to coarse aggregates should be adjusted


from upper limit to lower limit progressively as the grading of the fine
aggregates becomes finer and maximum size of coarse aggregate
becomes larger. Graded coarse aggregate (see Table 5.1) shall be used.

2 Example: For an average grading of fine aggregate (that is, Zone II of IS


383:1970, Table 4) the proportions shall be 1:1.5, 1:2 and 1:2.5 for
maximum size of aggregates 10 mm, 20 mm and 40 mm respectively.

3 This table envisages batching by weight, Volume batching when done


the nominal mixes would roughly be 1:3:6, 1:2:4 and 1:1.5:3 for M 10, M
15 and M 20 respectively.

CE(PMC),PHED, Ajmer 372 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

4 For underwater concreting the quantity of coarse aggregate, either by


volume or mass, shall not be less than 1.5 times and not more than
twice that of the fine aggregate.

Mixing

Concrete shall be mixed in a mechanical mixer conforming to IS 1791. The


mixing shall be continued until there is uniform distribution of materials and
the mass is uniform in colour and consistency. If there is segregation after
unloading, the concrete should be remixed.

10.4.4.4 In beginning, contractor shall prepare at least 30 cubes of each grade


intended to be used for testing at 1,3,7,14 & 28 days and prepare a graph with
their possible deviation to be referred at later stage. The cube shall be casted
& tested as per relevant code in the presence of EIC.

10.4.5 Formwork

Formwork shall be all inclusive and shall consist of but not be limited to
shores, bracings, sides of footings, walls, beams and columns, bottom of slabs
etc. including ties, anchors, hangers, inserts, false work, wedges etc.

The design and engineering of the formwork as well as its construction shall
the responsibility of the Contractor, However, if so desired by the Engineer- in-
Charge, the drawings and calculations for the design of the formwork shall be
submitted to the Engineer-in-Charge for the approval.

Formwork shall be designed to fulfill the following requirements:

1. Sufficiently rigid and tight to prevent loss of grout or mortar from the
concrete at all stages and appropriate to the methods of placing and
compacting.

2. Made of suitable materials.

3. Capable of providing concrete of the correct shape and surface finish


within the specified tolerance limits.

4. Capable of withstanding without deflection the worst combination of


self weight, reinforcement and concrete weight, all loads and dynamic

CE(PMC),PHED, Ajmer 373 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

effects arising from construction and compacting activities, wind and


weather forces.

5. Capable of easy striking out without shock, disturbance or damage to


the concrete.

6. Soffit forms capable of imparting a camber if required

7. Soffit forms and supports capable of being left in position if required

8. Capable of being cleaned and/or coated if necessary immediately prior


to casting the concrete; design temporary openings where necessary for
these purposes and to facilitate and the preparation of construction
joints.

The formwork for general civil works may be of timber, plywood, steel
depending upon the type of finish specified. Sliding forms and slip form may
be used with the approval of the Engineer-in-Charge. Timber for formwork
shall be well seasoned, free from sap, shakes, loose knots, worm holes, warps
and other surface defects. Joints between formwork and structures shall be
sufficiently tight to prevent loss of slurry from concrete, using seals if
necessary.

The faces of formwork coming in contact with concrete shall be cleaned and
two coats of approved mould oil applied before fixing reinforcement. All
rubbish, particularly chippings, shavings, sawdust, wire pieces dust etc. shall
be removed from the interior of the forms before the concrete is placed.
Where directed, cleaning of forms shall be done by blasting with a jet of
compressed air at no extra cost.

Forms intended for reuse shall be treated with care. Forms that have
deteriorated shall not be used. Before reuse, all forms shall be thoroughly
scraped, cleaned, nails removed, holes suitably plugged, joints repaired and
warped lumber replaced to the satisfaction of the Engineer-in-Charge. The
Contractor shall equip himself with enough shuttering to allow for wastage so
as to complete the job in time.

Permanent formwork shall be checked for its durability and compatibility


with adjoining concrete before it is used in the structure. It shall be properly
anchored to the concrete.

CE(PMC),PHED, Ajmer 374 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

Wire ties passing through beams, columns and walls shall not be allowed. In
their place bolts passing through sleeves shall be used. Formwork spacers left
in-situ shall not impair the desired appearance or durability of the structure
by causing spalling, rust staining or allowing the passage of moisture.

For liquid retaining structures, sleeves shall not be provided for through bolts
nor shall through bolts be removed if provided. The bolts, in the latter case,
shall be cut at 25 mm depth from the surface and the hole made good by
cement mortar of the same proportion as the concrete just after striking the
formwork.

Where specified all corners and angles exposed in the finished structure shall
have chamfers or fillets of 20 mm x 20 mm size.

Forms for substructure may be omitted when, in the opinion of the Engineer-
in-Charge, the open excavation is firm enough (in hard non-porous soils) to
act as a form. Such excavations shall be larger, as approved by the Engineer- in-
Charge, than that required as per drawing to compensate for irregularities in
excavation.

The Contractor shall provide adequate props carried down to a firm bearing
without overloading any of the structures.

The shuttering for beams and slabs shall be so erected that the side shuttering
of beams can be removed without disturbing the bottom shuttering. If the
shuttering for a column is erected for the full height of the column, one side
shall be built up in sections as placing of concrete proceeds or windows left
for placing concrete from the side to limit the drop of concrete to 1.0 m or as
approved by the Engineer-in-Charge. The Contractor shall temporarily and
securely fix items to be cast (embedments/ inserts) in a manner that will not
hinder the striking of forms or permit loss of grout.

Formwork showing excessive distortion, during any stage of construction,


shall be repositioned and strengthened. Placed concrete affected by faulty
formwork, shall be entirely removed and formwork corrected prior to
placement of new concrete at Contractor’s cost.

10.4.6 Preparation Prior to Concrete Placement

CE(PMC),PHED, Ajmer 375 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

Before concrete is actually placed in position, the inside of the formwork shall
be cleaned and mould oil applied, inserts and reinforcement shall be correctly
positioned and securely held, necessary openings, pockets, etc. provided.

All arrangements- formwork, equipment and proposed procedure, shall be


approved by the Engineer-in-Charge. Contractor shall maintain separate Pour
Card for each pour as per the format agreed.

10.4.7 Check for Reinforcement and concreting

All reinforcement shall be checked and recorded prior to pouring of concrete


by an authorised representative of the engineer in Charge. Similarly the entire
concrete pouring work shall be done in the presence of authorised
representative. The contractor shall therefore give a notice of a minimum
three days to the engineer in Charge or his representative such that the works
can be checked by him or his authorised representative.

10.4.8 Transporting, Placing and Compacting Concrete

Concrete shall be transported from the mixing plant to the formwork with
minimum time lapse by methods that shall maintain the required workability
and will prevent segregation, loss of any ingredients or ingress of foreign
matter or water. During hot or cold weather, concrete shall be transported in
deep containers other suitable measures to reduce loss of water by
evaporation and heat loss in cold weather may also be adopted.

In all cases concrete shall be deposited as nearly as practicable directly in its


final position to avoid re-handling. To avoid segregation, concrete shall not be
re-handled or caused to flow. For locations where direct placement is not
possible and in narrow forms and Contractor shall provide suitable drops and
“Elephant Trunks”. Concrete shall not be dropped from a height of more than
1.0 m. Care shall be taken to avoid displacement of reinforcement or
formwork.

Concrete shall not be placed in flowing water. Under water, concrete shall be
placed in position by tremies or by pipeline from the mixer and shall never be
allowed to fall freely through the water.

CE(PMC),PHED, Ajmer 376 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

While placing concrete the Contractor shall proceed as specified below and
also ensure the following:

1. Continuously between construction joints and pre-determined abutments.

2. Without disturbance to forms or reinforcement

3. Without disturbance to pipes, ducts, fixings and the like to be cast in;
ensure that such items are securely fixed. Ensure that concrete cannot
enter open ends of pipes and conduits etc.

4. Without dropping in a manner that could cause segregation or shock.

5. In deep pours only when the concrete and formwork designed for this
purpose and by using suitable chutes or pipes.

6. Do not place if the workability is such that full compaction cannot be


achieved

7. Without disturbing the unsupported sides of excavations; prevent


contamination of concrete with earth. Provide sheeting if necessary in
supported excavations, withdraw the linings progressively as concrete is
placed.

8. If placed directly onto hardcore or any other porous material, dampen the
surface to reduce loss of water from the concrete.

9. Ensure that there is no damage or displacement to sheet membranes.

10. Record the time and location of placing structural concrete.

Concrete shall normally be compacted in its final position within thirty


minutes of leaving the mixer. Concrete shall be compacted during placing
with approved vibrating equipment without causing segregation until it
forms a solid mass free from voids thoroughly worked around reinforcement
and embedded fixtures and into all corners of the formwork. Immersion
vibrators shall be inserted vertically at points not more than 450 mm apart
and withdrawn slowly till air bubbles cease to come to the surface, leaving no
voids. When placing concrete in layers advancing horizontally, care shall be
taken to ensure adequate vibration, blending and melding of the concrete
between successive layers. Vibrators shall not be allowed to come in contact

CE(PMC),PHED, Ajmer 377 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

with reinforcement, formwork and finished surfaces after start of initial set.
Over-vibration shall be avoided; under vibration is likewise harmful.

The vibrator should penetrate rapidly to the bottom of the layer and atleast 15
cm into the preceding layer if there is any. It should be held generally 5 to 15
sec. until the compaction is considered adequate and then withdrawn slowly
at thereof about 8 cm/s.

Concrete may be conveyed and placed by mechanically operated equipment


after getting the complete procedure approved by the Engineer-in-Charge.
The slump shall be held to the minimum necessary for conveying concrete by
this method. When concrete is to be pumped, the concrete mix shall be
specially designed to suit pumping. Care shall be taken to avoid stoppages in
work once pumping has started.

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 before the start of subsequent placement. Placing shall stop when
concrete reaches the top of the opening in walls or bottom surface of slab, in
slab and beam construction, and it shall be resumed before concrete takes
initial set but not until it has had time to settle as approved by the Engineer- in-
Charge. Concrete shall be protected against damage until final acceptance.

10.4.9 Mass Concrete Works

Sequence of pouring for mass concrete works shall be as approved by the


Engineer-in-Charge. The Contractor shall exercise great care to prevent
shrinkage cracks and shall monitor the temperature of the placed concrete if
directed.

10.4.10 Curing

Curing and protection shall start immediately after the compaction of the
concrete to protect it from

1. Premature drying out, particularly by solar radiation and wind;

2. leaching out by rain and flowing water;

3. rapid cooling during the first few days after placing;

CE(PMC),PHED, Ajmer 378 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

4. high internal thermal gradient;

5. low temperature of frost;

6. vibration and impact which may disrupt the concrete and interfere with its
bond to the reinforcement

7. After the concrete has begun to harden i.e. 1 to 2 hr. after laying curing
shall be started.

8. All concrete, unless approved otherwise by the Engineer-in-Charge, shall


be cured by use of continuous sprays or ponded water or continuously
saturated coverings of sacking, canvas, hessain or other absorbent material
for the period of complete hydration with a minimum of 7 days. The
quality of curing water shall be the same as that used for mixing.

9. Where a curing membrane is approved to be used by the Engineer-in-


Charge, the same shall of a non-wax base and shall not impair the concrete
finish in any manner. The curing compound to be used shall be approved
by the Engineer-in-Charge before use and shall be applied with spraying
equipment capable of a smooth, even textured coat.

10. When concrete is used as subgrade for flooring, the flooring may be
commenced before the curing period of subgrade is over, but curing of
subgrade shall be continued along with the top layer of flooring for a
minimum period of 7 days.

11. Curing may also be done by covering the surface with an impermeable
material such as polyethylene, which shall be well sealed and fastened.

10.4.11 Construction Joints and Keys

The position and arrangement of construction joints shall be as indicated by


the contractor in his working drawings dually approved by the department.
Concrete shall be placed without interruption until completion of work
between construction joints. If stopping of concreting becomes unavoidable
anywhere, a properly formed construction joint shall be made with the
approval of the Engineer-in-Charge.

Dowels for concrete work, not likely to be taken up in the near future, shall be
coated with cement slurry and encased in lean concrete as indicated on the
drawings or as approved by the Engineer-in-Charge.

CE(PMC),PHED, Ajmer 379 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

Before resuming concreting on a surface which has hardened all laitance and
loose stone shall be thoroughly removed by wire brushing/hacking and
surface washed with high pressure water jet and treated with thin layer of
cement slurry for vertical joints and horizontal layers.

When concreting is to be resumed on a surface which has not fully hardened,


all laitance shall be removed by wire brushing, the surface wetted, free water
removed and a coat of cement slurry applied. On this, a layer of concrete not
exceeding 150 mm thickness shall be placed and well rammed against the old
work. Thereafter work shall proceed in the normal way.

For horizontal joints, the surface shall be covered with a layer of mortar about
10-15 mm thick composed of cement and sand in the concrete mix. This
cement slurry or mortar shall be freshly mixed and applied immediately
before placing concrete. In the opinion of EIC, if time lag is sufficiently
high/large between old and new concrete pouring, a suitable epoxy resin of
good quality should be used without any extra cost.

10.4.12 Foundation Bedding

All earth surfaces upon which or against which concrete is to be placed, shall
be well compacted and free from standing water, mud or debris. Soft or
spongy areas shall be cleaned out and filled with either soil-cement mixture,
lean concrete or clean sand compacted as approved by the Engineer-in-
Charge. The surfaces of absorptive soils shall be moistened.

Concrete shall not be deposited on large sloping rock surfaces. The rock shall
be cut to form rough steps or benches by picking, barring or wedging. The
rock surface shall be kept wet for 2 to 4 hours before concreting.

Excavation, in clay or other soils that are likely to be affected by exposure to


atmosphere shall be concreted as soon as they are dry. Alternatively, unless
otherwise mentioned the bottom of the excavation shall be protected
immediately by 8 cm thick layer of cement concrete not leaner than M10 or in
order to obtain a dry hard bottom, the last stretch of excavation of about 10
cm shall be removed just before concreting.

10.4.13 Repair and Replacement of Unsatisfactory Concrete

CE(PMC),PHED, Ajmer 380 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

Immediately after the shuttering is removed, all defective areas such as honey-
combed surfaces, rough patches, holes left by form bolts etc, shall be inspected
by the Engineer-in-Charge who may permit patching of the defective areas or
reject the concrete work.

All through holes for shuttering shall be filled for full depth and neatly
plugged flush with surface.

Rejected concrete shall be removed and replaced by the Contractor at no


additional cost to the Employer.

For patching of defective areas all loose materials shall be removed and the
surface shall be prepared as approved by the Engineer-in-Charge.

Bonding between hardened and fresh concrete shall be done either by placing
cement mortar or by applying epoxy. The decision of the Engineer-in-Charge
as to the method of repairs to be adopted shall be final and binding on the
Contractor. The surface shall be saturated with water for 24 hours before
patching is done with cement sand mortar. The use of epoxy for bonding
fresh concrete shall be carried out as approved by the Engineer-in-Charge.

10.4.14 Hot Weather Requirements

Concreting during hot weather shall be carried out as per IS 7861 (Part I).

Adequate provision shall be made to lower concrete temperatures which shall


not exceed 40 deg C at time of placement of fresh concrete.

Where directed by the Engineer-in-Charge, the Contractor shall spray non-


wax based curing compound on unformed concrete surfaces at no extra costs.

10.4.15 Cold Weather Requirements

Concreting during cold weather shall be carried out as per IS: 7861(Part II).

The ambient temperature during placement and up to final set shall not fall
below 50C. Approved antifreeze/accelerating additives shall be used where
directed.

CE(PMC),PHED, Ajmer 381 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

For major and large scale concreting works the temperature of concrete at
times of mixing and placing, the thermal conductivity of the formwork and its
insulation and stripping period shall be closely monitored.

10.4.16 Liquid Retaining Structures

The Contractor shall take special care for concrete for liquid retaining
structures, underground structures and those others specifically called for to
guarantee the finish and water tightness.

The Contractor shall make all arrangements for hydro-testing of structure, all
arrangements for testing such as temporary bulk heads, pressure gauges,
pumps, pipe lines etc.

The Contractor shall also make all temporary arrangements that may have to
be made to ensure stability of the structures during construction.

Any leakage that may occur during the hydro-test or subsequently during the
defects liability period or the period for which the structure is guaranteed
shall be effectively stopped either by cement/epoxy pressure grouting,
guniting or such other methods as may be approved by the engineer-in-
charge. All such rectification shall be done by the contractor to the entire
satisfaction of the engineer-in-charge at no extra cost to the department.

10.4.17 Testing Concrete Structures for Leakage

Hydro-static test for water tightness shall be done at full storage level or soffit
of cover slab, as may be directed by the Engineer-in-Charge, as described
below:

In the case of structures whose external faces are exposed, such as elevated
tanks, the requirements of the test shall be deemed to be satisfied if the
external faces show no sign of leakage or sweating and remain completely dry
during the period of observation of seven days after allowing a seven day
period for absorption after filling with water.

In the case of structures whose external faces are buried and are not accessible
for inspection, such as underground tanks, the structures shall be filled with
water and after the expiry of seven days after the filling, the level of the

CE(PMC),PHED, Ajmer 382 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

surface of the water shall be recorded. The level of water shall be recorded
again at subsequent intervals of 24 hrs. over a period of seven days.
Backfilling shall be withheld till the tanks are tested. The total drop in surface
level over a period for seven days shall be taken as an indication of water
tightness of the structure. The Engineer-in-Charge shall decide on the actual
permissible nature of this drop in the surface level, taking into account
whether the structures are open or closed and the corresponding effect it has
on evaporation losses. Unless specified otherwise, a structure whose top is
covered shall be deemed to be water tight if the total drop in the surface level
over a period of seven days does not exceed 40 mm.

Each compartment/segment of the structure shall be tested individually and


then all together.

For structures such as pipes, tunnels etc. the hydrostatic test shall be carried
out by filling with water, after curing as specified, and subjecting to the
specified test pressure for specified period. If during this period the loss of
water does not exceed the equivalent of the specified rate, the structure shall
be considered to have successfully passed the test.

10.4.18 Water stops

10.4.18.1 Material

The material for the PVC water stops shall be a plastic compound with the
basic resin of polyvinyl chloride and additional resins, plasticizers, inhibitors,
which satisfies the performance characteristics specified below as per IS :
12200. Testing shall be in accordance with IS: 8543.

a) Tensile strength 3.6 N/mm2 minimum


b) Ultimate elongation 300% minimum
c) Tear resistance 4.9 N/mm2 minimum
d) Stiffness in flexure 2.46 N/mm2 minimum
e) Accelerated extraction
i) Tensile strength 10.50 N/mm2 minimum
ii) Ultimate elongation 250% minimum

CE(PMC),PHED, Ajmer 383 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

f) Effect of Alkali 7 days


i) Weight increase 0.10% maximum
ii) Weight decrease 0.10% maximum
iii) Hardness change ± 5 points
g) Effect of Alkali 28 days
i) Weight increase 0.40% maximum
ii) Weight decrease 0.30% maximum
iii) Dimension change ± 1%

PVC water stops shall be either of the bar type, serrated with centre bulb and
end grips for use within the concrete elements or of the surface (kicker) type
for external use.

PVC water stops shall be of approved manufacture. Samples and the test
certificate shall be got approved by the Engineer-in-Charge before
procurement for incorporation in the works.

GI Water Stop GI Water stop consisting of 150 mm wide GI strip of 18 gauge


(with 150 mm overlap at the ends) shall be provided at construction joints in
walls of water retaining structures as per drawing and as instructed by the
Engineer In charge.

10.4.18.2 Workmanships

Water stops shall be cleaned before placing them in position. Oil or grease
shall be removed thoroughly using water and suitable detergents.

Water stops shall be procured in long lengths as manufactured to avoid joints


as far as possible. Standard L or T type of intersection pieces shall be procured
for use depending on their requirement. Any non-standard junctions shall be
made by cutting the pieces to profile for jointing. Lapping of water stops shall
not be permitted. All jointing shall be of fusion welded type as per
manufacturer’s instructions.

Water stops shall be placed at the correct location/level and suitably


supported at intervals with the reinforcement to ensure that it does not
deviate from its intended position during concreting and vibrating. Care shall

CE(PMC),PHED, Ajmer 384 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

also be taken to ensure that no honeycombing occurs because of the


serrations/ end grips, by placing concrete with smaller size aggregates in this
region. Projecting portions of the water stops embedded in concrete shall be
thoroughly cleaned of all mortar/concrete coating before resuming further
concreting operations. The projecting water stops shall also be suitably
supported at intervals with the reinforcement to maintain its intended
position during concreting so as to ensure that it does not bend leading to
formation of pockets. In addition, smaller size aggregates shall be used for
concreting in this region also.

10.4.19 Preformed Fillers and Joint Sealing Compound

10.4.19.1 Materials

Preformed filler for expansion / isolation joints shall be non-extruding and


resilient type of bitumen impregnated fibres conforming to IS: 1838 Part I or
IS 1838 Part 2.

Bitumen coat to concrete/masonry surfaces for fixing the preformed bitumen


filler strip shall conform to IS: 702. Bitumen primer shall conform to IS: 3384.

Sealing compound for filling the joints above the preformed bitumen filler
shall conform to Grade ‘A’ as per IS: 1834.

Other organic solvents such as Polysulphate based joint sealents to IS: 433
Part 1 or IS 12118 Part 1 may be used with the approval of Engineer-In-
Charge.

10.5 STRUCTURAL STEEL WORK

10.5.1 Fabrication

10.5.1.1 General

Steel fabrication as far as possible, should be completed in the shops where


steel work is fabricated. All workmanship and finish shall be of the best
quality and shall conform to the best approved method of fabrication. All
materials shall be finished straight and shall be machined/ground smooth
true and square where so specified. All holes and edges shall be free of burrs.
Shearing and chipping shall be neatly and accurately done and all portions of

CE(PMC),PHED, Ajmer 385 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

work exposed to view shall be neatly finished. Tolerances for fabrication of


steel structures conform IS 7215. Tolerances for erection of steel structures
shall conform to IS 12843.

10.5.1.2 Minimum thickness of metal - Corrosion Protection

Unless, otherwise specified, the thickness of steel section shall be governed as


below:

a. Steel work exposed to weather

Where steel work is directly exposed to weather and is fully accessible


for clearing and repairing the thickness shall not be less than 6 mm;
and where steel is exposed to weather and is not accessible for cleaning
and painting, the thickness shall not be less than 8 mm. This shall not
apply for hot rolled sections covered by Indian Standards.

b. Steel work not directly exposed to weather

The thickness of steel work not directly exposed to the weather shall be
not less than 6 mm. The thickness of steel in secondary members shall
be not less than 4.5 mm. For hot rolled sections to Indian Standards, the
mean thickness of flange be considered and not the web thickness.

c. The requirements (a) and (b) above does not apply to light structural work
or sealed box section or to steel work in which special provision against
corrosion has been made and also in case of steel work exposed to highly
corrosive fumes or vapour in which case the thickness shall be as
approved by the Engineer-In-Charge.

10.5.1.3 Drawings prepared by the CONTRACTOR

The contractor shall prepare all fabrication working and erection drawings for
the entire work. The drawings shall preferably be of one standard size and the
details shown there in shall be clear and legible.

All fabrication drawings shall be submitted to the Engineer-In-Charge for


approval.

CE(PMC),PHED, Ajmer 386 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

No fabrication drawings will be accepted for Engineer-In-Charge’s approval


unless checked and approved by the contractor’s qualified structural engineer
and accompanied by an erection plan showing the location of all pieces
detailed. The CONTRACTOR shall ensure that connections are detailed to
obtain ease in erection of structures and in making field connections.

Fabrication shall be started by the contractor only after Engineer-In-Charge’s


approval of fabrication drawings. Approval by the Engineer-In-Charge of any
of the drawing shall not relieve the contractor from the responsibility for
correctness of engineering and design of connections, workmanship, fit of
parts, details, material, errors or omissions or any and all work shown
thereon.

The drawings prepared by the contractor and all subsequent revisions etc.
shall be at the cost of the contractor for which no separate payment will be
made.

10.5.1.4 Connections

Shop/field connections shall be as per approved fabrication drawings.

In case of bolted connections, taper washers or flat washers or spring washers


shall be used with bolts as necessary. In case of high strength friction grip
bolts, hardened washers be used under the nuts or the bolt heads whichever
are turned to tighten the bolts. The length of the bolt shall be such that atleast
one thread of the bolt projects beyond the nut, except in case of high strength
friction grip bolts where this projection shall be at least three times the pitch
of the thread.

In all cases where bearing is critical, the unthreaded portion of bolt shall bear
on the members assembled. A washer of adequate thickness may be provided
to exclude the threads from the bearing thickness, if a longer grip bolt has to
be used for this purpose.

All connections and splices shall be designed for full strength of members or
loads. Column splices shall be designed for the full tensile strength of the
minimum cross section at the splice.

All members likely to collect rain water shall have drain holes provided.

CE(PMC),PHED, Ajmer 387 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

10.5.1.5 Straightening

All materials, shall be straight and, if necessary before worked shall be


straightened and/or flattened by pressure unless required to be curve linear
and shall be free from twists. Heating or forging shall not be resorted to
without the prior approval of the Engineer-in-Charge in writing.

10.5.1.6 Clearances

The erection clearances of cleaned ends of members connecting steel to steel


should not be greater than 2 mm at each end. The erection clearance at ends of
beams without web cleats should not be more than 3 mm, where greater
clearance is necessary suitably designed seatings shall be provided where
black bolts are used, the diameter of holes shall be 1.5 mm more than the
diameter of permanent bolts and 3 mm more than the diameter of erection
bolts.

10.5.1.7 Cutting

Cutting may be affected by shearing cropping or sawing. Gas cutting by


mechanically controlled torch may be permitted for mild steel only. Gas
cutting of high tensile steel may be permitted if special care is taken to leave
sufficient metal to be removed by machining so that all metal that has been
hardened by flame is removed. Hand flame cutting may be permitted subject
to approval of Engineer-In-Charge.

Except where material is to be subsequently joined by welding no loads shall


be transmitted into metal through a gas cut surface.

Shearing cropping and gas cutting shall be clean, reasonably square and free
from any distortions. Edges shall be ground otherwise.

10.5.1.8 Holding

Holes through more than one thickness of material for members, such as
compound stanchion and girder flanges shall wherever possible be drilled
after the members are assembled and tightly clamped or bolted together

CE(PMC),PHED, Ajmer 388 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

punching may be permitted before assembly, provided the holes are punched
3 mm less in diameter than the required size and reamed after assembly to the
full diameter. The thickness of material punched shall not be greater than 16
mm.

When holes are drilled in one operation through 2 or more separate parts,
these parts, shall be separated after drilling and the brush removed.

Holes in connecting angles and plates other than splices, also in roof members
and light framing may be punched full size through material not over 12 mm
thick except when required for close tolerance bolts or bored hots.

Matching holes for rivets and blade bolts shall register with each other so that
a range of 1.5 mm or 2 mm rivet or bolt more than 25 mm) less in diameter
than the diameter of hole will pass freely through the assembled members in
direction at right angle to such members. Finished holes shall not be more
than 1.5 mm or 2 mm in diameter larger than the diameter of the rivet or
black bolt passing through them.

Holes for turned and fitted bolts shall be drilled to a diameter equal to the
nominal diameter of the shank or barrel subject to IS tolerance specified in IS
919 Part1 parts to be connected with close tolerance or barrel bolts shall
preferably be tightly held together through all the thickness at one operation
and subsequently reamed to size. All holes not drilled through all the
thickness in one operation shall be drilled to a smaller size and reamed out
after assembly. Where this is not practicable the parts shall be drilled and
reamed separately through hard steel jigs.

Holes for rivets or bolts shall not be formed by gas cutting process.

10.5.1.9 Assembly

The component parts shall be assembled and aligned in such a manner that
they are neither twisted not otherwise damaged and shall be so prepared that
the specified camber, if any are provided.

10.5.1.10 Rolling and forming

CE(PMC),PHED, Ajmer 389 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

Plates, channels, R.S.J. etc. for circular bins, bunkers, hoppers, gantry
girders, etc., shall be accurately laid off and rolled or formed to required
profile/shape as called for on the drawings. Adjacent sections shall be match-
marked to facilitate accurate assembly, welding and erection in the field.

10.5.1.11 Riveting

Rivets shall be heated uniformly throughout their length without burning


or excessive scaling and shall be of sufficient length to provide a head of
standard dimensions. They shall, when driven, completely fill the holes
and if counter sunk, the counter sinking shall be fully filled by the rivet;
any protrusion of the countersunk head being dressed off flush if required.

Riveted members shall have all parts firmly drawn and held together
before and during riveting and special care shall be taken in this respect for
all single riveted connections. For multiple riveted connection, a service
bolt shall be provided for every third or fourth hole.

Wherever practicable, machine riveting shall be carried out by using


machines of the steady pressure type. All loose bored or otherwise
defective rivets shall be cut out and replaced before the structure is loaded
and special care shall be taken to inspect all single riveted connections.

Special care shall be taken in heating and riveting long rivets.

10.5.1.12 Bolting

Where necessary, washers shall be tapered or otherwise suitably shaped to


give the heads of nuts and bolts a satisfactory bearing

The threaded portion of each bolt shall project through the nut by at least
one thread.

In all cases where full bearing area of the bolt is to be developed, the bolt
shall be provided with a washer of sufficient thickness under the nut to

CE(PMC),PHED, Ajmer 390 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

avoid any threaded portion of the bolt being within the thickness of the
parts bolted together.

10.5.1.13 Welding

Welding shall be in accordance with IS 816, IS 819, IS 1024, IS 1261, IS 1323


and IS 9595 as appropriate.

Welding procedure shall be submitted to the Engineer-in-Charge for


approval. Welding shall be entrusted to qualified and experienced welders
who shall be tested periodically and graded as per IS 817, IS: 7310 (Part 1)
and IS :7318 (Part 1).

For welding any particular type of joints, welders shall give evidence
acceptable to Engineer-In-Charge of having satisfactorily completed
appropriate tests as per IS 817 Part 1, IS 1393, IS 7307, IS 7310 Part 1 and IS
7318 Part 1 as appropriate.

While fabricating plated beams and built up members, all shop splices in
each component part shall be made before such component part is welded
to other parts of the members. Wherever weld reinforcement interferes
with proper fit-up between components to be assembled off welding, these
welds shall be ground flush prior to assembly.

Approval of the welding procedure by the Engineer-in-Charge shall not


relieve the Contractor of his responsibility for correct and sound welding
without undue distortion in the finished structure.

No welding shall be done when the surface of the members is wet nor
during period of high wind.

Each layer of a multiple layer weld except root and surfaces runs may be
moderately penned with light blows from a blunt tool. Care shall be
exercised to prevent scaling or flaking of weld and base metal from
overpeening.

No welding shall be done on base metal at a temperature below -5 Deg. C.


Base metal shall be preheated to the temperature as per relevant IS codes.

Electrodes other than low-hydrogen electrodes shall not be permitted for


thicknesses of 32 mm and above.

All welds shall be inspected for flaws

CE(PMC),PHED, Ajmer 391 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

The correction of defective welds shall be carried out in a manner


approved by the Engineer-in-Charge without damaging the parent metal.

10.5.2 Tolerances

The dimensional and weight tolerance for rolled shapes shall be in accordance
with IS: 1852 for indigenous steel and equivalent applicable codes for
imported steel. The tolerances for fabrication of structural steel shall be as per
IS: 7215.

Cutting, punching, drilling, welding and fabrication tolerances shall be


generally as per relevant IS codes.

10.5.3 End Milling

Where compression joints are specified to be designed for bearing, the bearing
surfaces shall be milled true and square to ensure proper bearing and
alignment.

10.5.4 Inspection

10.5.4.1 General

The Contractor shall give due notice to the Engineer-in-Charge in advance of


the works being made ready for inspection. All rejected material shall be
promptly removed from the shop and replaced with new material for the
Engineer-in-Charge’s inspection. The fact that certain material has been
accepted at the Contractor’s shop shall not invalidate final rejection at site by
the Engineer-in-Charge if it fails to conform to the requirements of these
specifications, to be in proper condition or has fabrication inaccuracies which
prevent proper assembly nor shall it invalidate any claim which the employer
may make because of defective or unsatisfactory materials and /or
workmanship.

No materials shall be painted or dispatched to site without inspection and


approval by the Engineer-in-Charge unless such inspection is waived in
writing by the Engineer-in-Charge.

CE(PMC),PHED, Ajmer 392 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

The Contractor shall provide all the testing and inspection services and
facilities for shop work except where otherwise specified.

For fabrication work carried out in the field the same standard of supervision
and quality control shall be maintained as in shop fabricated work. Inspection
and testing shall be conducted in a manner satisfactory to the Engineer-in-
Charge.

Inspection and tests on structural steel members shall be as set forth below.

10.5.4.2 Material Testing

If mill test reports are not available for any steel materials the same shall be
tested by the Contractor to the Engineer-In-Charge’s satisfaction to
demonstrate conformity with the relevant specification.

10.5.4.3 Tests on Welds

Radiographic Inspection

All full strength butt welds shall be radio graphed in accordance with the
recommended practice for radiographic testing as per relevant IS code.

Dimensions, Workmanship & Cleanliness

Members shall be inspected at all stages of fabrication and assembly to verify


that dimensions, tolerances, alignment, surface finish and painting are in
accordance with the requirements shown in the Contractor’s approved
fabrication drawings.

10.5.4.4 Test Failure

In the event of failure of any member to satisfy inspection or test requirement,


the Contractor shall notify the Engineer-in-Charge. The Contractor must
obtain permission from the Engineer-in-Charge before any repair is
undertaken. The quality control procedures to be followed to ensure
satisfactory repair shall be subject to approval by the Engineer-in-Charge.

CE(PMC),PHED, Ajmer 393 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

The Engineer-in-Charge has the right to specify additional testing as he deems


necessary, and the additional cost of such testing shall be borne by the
contractor.

The Contractor shall maintain records of all inspection and testing which shall
be made available to the Engineer-in-Charge.

10.5.5 Shop Matching

For structures like, bunkers, tanks, etc. shop assembly is essential. For other
steel work, such as columns along with the tie beams/bracings may have to
be shop assembled to ensure satisfactory fabrication, obtaining of adequate
bearing areas etc., if so desired by the Engineer-in-Charge. All these shop
assemblies shall be carried out by the Contractor.

10.5.5.1 Shop Assembly

The steel work shall temporarily shop assembled complete or as arranged


with the Authority so that accuracy of fit may be checked before dispatched.
The parts shall be shop assembled with sufficient numbers of parallel drifts to
bring and keep the parts in place.

In case of parts drilled or punched, through steel jigs with bushes resulting in
all similar parts being interchangeable the steel work may be shop erected in
such position as arranged with the Authority.

10.5.5.2 Packing

All projecting plates or bars and all ends of members at joints shall be
stiffened, all straight bars and plates shall be bundled, all screwed ends and
machined surfaces shall be suitably packed; and all rivets, bolts, nuts, washers
and small loose parts shall be packed separately in cases so as to prevent
damage or distortion during transit.

10.5.5.3 Inspection and Testing

The EIC shall have free access at all reasonable times to those parts of the
manufacturers’ works which are concerned with the fabrication of steel work

CE(PMC),PHED, Ajmer 394 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

and shall be afforded all reasonable facilities to satisfy that the fabrication is
being undertaken in accordance with the specifications.

Unless specified otherwise, inspection prior to dispatch shall not interfere


with the operation of the work.

10.5.5.4 Site Erection

Plant and Equipment

The suitability and capacity of all plant and equipment used for erection shall
be to the satisfaction of the EIC.

Storing and Handling

All structural steel should be so stored and handled at the site that the
members are not subject to excessive stresses and damage.

Setting Out

The positioning and leveling of all steelwork, the plumbing of stanchions and
the placing of every part of the structure with accuracy shall be in accordance
with approved drawings and to the satisfaction of EIC.

Security during Erection

Safety precaution during erection shall conform to IS 7205:1974. During


erection, the steel work shall be securely bolted or otherwise fastened and,
when necessary, temporarily braced to provide for all load to be carried by
the structure during erection including those due to erection equipment and
its operation.

No riveting, permanent bolting or welding should be done until proper


alignment has been obtained.

10.5.5.5 Field Connections

All field assembly by bolts, rivets and welding shall be executed in


accordance with the requirements of shop fabrication excepting such as

CE(PMC),PHED, Ajmer 395 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

manifestly apply to shop conditions only. Where the steel has been delivered
painted, the paint shall be removed before field welding, for a distance of 50
mm at least on either side of the joint.

10.5.5.6 Painting after Erection

Before painting of such steel which is delivered, all surfaces to be painted


shall be dry and thoroughly cleaned from all loose scale and rust.

The specified protective treatment shall be completed after erection. All rivet
and bolt heads and site welds after de-slugging shall be cleaned. Damaged or
deteriorated paint surfaces shall be cleaned. Damaged or deteriorated paint
surfaces shall be first made good with the same type of paint as the shop coat.
Where specified, surfaces which will be in contact after site assembly shall
receive a coat of paint (in addition to any shop priming) and shall be brought
together while paint is still wet.

Where the steel has received a metal coating in the shop, this coating shall be
completed on site so as to be continuous over any welds and site rivets and
bolts; but subject to the approval of Authority, protection may be completed
by painting on site bolts which have been galvanized or similarly treated are
exempted from this requirement.

Surfaces which will be inaccessible after site assembly shall receive the full
specified treatment before assembly.

Site painting should not be done in frosty or foggy weather, or when


humidity is such as to cause condensation on the surfaces to be painted.

10.5.5.7 Connections

General

As much of the work of fabrication as in reasonably practicable shall be


completed in the shops where the steel work is fabricated.

Rivets, Close Tolerance Bolts, High Strength Friction Grip Fasteners, Black
Bolts and Welding

CE(PMC),PHED, Ajmer 396 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

Where a connection is subject to impact or vibration or to reversal of stress


(unless such reversal is solely due to wind) or where for some special reason,
such as continuity in rigid framing or precision in alignment of machinery,
rivets or close tolerance bolts, high strength friction grip fasteners or welding
shall be used. In all other cases bolts in clearance holes may be used provided
that due allowance is made for any slippage.

10.5.5.7.1 Composite Connections

In any connection which takes a force directly transferred to it and which is


made with more than one type of fastening, only rivets and turned and fitted
bolts may be considered as acting together to share the load. In all other
connections sufficient number of one type of fastening shall be provided to
transfer the entire load for which the connection is designed.

10.5.5.7.2 Members Meeting at a Joint

For triangulated frames designed on the assumption of pin jointed


connections, members meeting at a joint, shall, where practicable, have
their centroidal axes meeting at a point; and wherever practicable the
center of resistance of a connection shall be on the line of action of the load
so as to avoid eccentricity moment on the connections.

1. However, where eccentricity of members or if connection is present, the


members and the connections shall provide adequate resistance to the
induced bending moments.

2. Where the design is based on non-intersecting members at a joint all


stresses arising from eccentricity shall be calculated and this stress
within limits specified.

10.5.5.7.3 Bearing Brackets

Wherever applicable, connections of beams to columns shall include a


bottom bracket and top cleat. Where web cleats are not provided, the
bottom bracket shall be capable of carrying the whole of the load.

10.5.5.7.4 Gussets

CE(PMC),PHED, Ajmer 397 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

Gusset plates shall be designed to resist the shear, direct and flexural
stresses acting on the weakest or critical section. Re-entrant cuts shall be
avoided as far as practicable.

10.5.5.7.5 Lug Angles

Lug angles connecting a channel shaped member, shall as far as possible,


be disposed symmetrically with respect to the section of the member.

In case of angle members, the lug angles and their connections to gusset or
other supporting member shall be capable of developing a strength not less
than 20 percent in excess of the force in the outstanding leg of the angle
and the attachment of the lug angle to the angle number shall be capable of
developing 40 percent in excess of that force.

In the case of channel numbers and the like, the lug angles and their
connections to the gusset or other supporting member shall be capable of
developing a strength of not less than 10 per cent in excess of the force not
accounted for by direct connection of the member, and the attachment of
the lug angles to the member shall be capable of developing 20 percent in
excess of that force.

The effective connection of the lug angle shall, as far as possible terminate
at the end of the member connected, and the fastening of the lug angle to
the member shall preferably start in advance of the direct connection of the
member to the gusset or other supporting member.

10.5.6 Drilling Holes for other works

As a part of this Contract, holes in members required for installing equipment


or steel furnished by other manufacturers or other contractors shall be drilled
by the contractor at no extra cost of the department. The information for such
extra holes will be supplied by the engineer-in-charge.

10.5.7 Marking of Members

After checking and inspection, all members shall be marked for identification
during erection. This mark shall correspond to distinguishing marks on
approved erection drawings and shall be legibly painted and stamped on it.

CE(PMC),PHED, Ajmer 398 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

The erection mark shall be stamped with a metal dye with figures at least 20
mm high and to such optimum depth as to be clearly visible.

All erection marks shall be on the outer surface of all sections and near one
end, but clear of bolt holes. The marking shall be so stamped that they are
easily discernible when sorting out members. The stamped marking shall be
encircled boldly by a distinguishable paint to facilitate easy location.

Erection marks on like pieces shall be in identical locations. Members having


lengths of 7.0 m or more shall have the erection mark at both ends.

10.5.8 Errors

Any error in shop fabrication which prevents proper assembling and fitting
up of parts in the field by moderate use of drift pins or moderate amount of
reaming will be classified by the Engineer-in-Charge as defective
workmanship. Where the Engineer-in-Charge rejects such material or
defective workmanship, the same shall be replaced by materials and
workmanship conforming to the Specifications by the Contractor, at no cost to
the department.

10.5.9 Painting

All fabricated steel material, except those galvanised shall receive protective
paint coating as prescribed in IS 1477 Parts 1 & 2.

All surfaces to be painted, oiled or otherwise treated shall be dry thoroughly


cleaned to remove all loose scale and loose rust.

Shop contact surfaces need not be painted unless otherwise specified.

Surfaces not in contact but inaccessible after shop assembly, shall receive full
specified protective treatment before assembly. This does not apply to interior
of hollow seatings.

Chequered plates shall be painted after the details of painting are approved
by the Engineer-In-Charge.

CE(PMC),PHED, Ajmer 399 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

In case of surfaces to be welded, steel shall not be painted within a suitable


distance of any edges to be welded if paint would be harmful to the welder or
impair the quality of welds.

Welds and adjacent parent metal shall not be painted prior to slugging,
inspection and approved.

Parts to be encased on concrete shall not be painted or oiled.

10.5.9.1 Surface Treatment

All the surfaces of steel work to be painted shall be thoroughly cleaned of all
loose mill scale, rust, grease, dirt and other foreign matter. The type of surface
treatment shall be as specified in the respective item of work. The
workmanship shall generally conform to the requirements of IS 1477- Part I.

Oil and grease removal shall be carried out either by solvent cleaning or by
using alkali type degreasing agents. To remove grease material the surface
shall be cleaned with solvents containing emulsifier. After cleaning, the
surface shall be washed with water. When the surface has cement pelts or
salts, the cleaning shall be done with strong alkalis. After cleaning, water
rinsing and subsequent passivation by dilute chromic acid rinsing shall be
carried out to ensure that no traces of alkali are left on the surface. The
procedure for cleaning by above mentioned methods shall be as per
manufacturers’ instructions.

Manual or Hand Tool Cleaning

Loose mill scale, loose rust and loose paint shall be removed by wire
brushing, scrapping, chipping and rubbing with abrasive paper or steel wool.
This method shall not be employed when the surface has firmly adhering mill
scale. After hand tool cleaning, the surface shall be rubbed with sand paper so
as to ensure that no loose material exists and the surfaces shall be dusted off.

10.5.9.1.1 Mechanical Cleaning

Power Tool Cleaning

CE(PMC),PHED, Ajmer 400 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

This shall be carried out by employing power operated wire brushes. Power
tool cleaning shall be resorted to only if sand/shot blasting is not
possible/permissible and high quality of surface preparation is required.

The surface prior to such cleaning shall be cleaned of dust, grease etc. and
heavier layers of rust shall be removed by chipping.

The power tool cleaning shall remove loose mill scale and rust by adopting
very thorough scrapping, grinding and machine brushing. After the surfaces
are cleaned by compressed air, it shall have a pronounced metallic shine.

10.5.9.1.2 Flame Cleaning

Hard mill scale and rust shall be removed through Oxy-acetylene flame. The
work shall be carried out by trained workmen to ensure that only mill scale is
removed without affecting the parent steel. The work shall be carried out
carefully on welded surfaces so that the strength of weld is not affected due to
heating.

10.5.9.1.3 Sand Blasting and Shot Blasting

i) Sand/shot blasting shall be resorted to only after removal of grease, oil


and other contaminants. The work shall be carried out by impinging
under pressure of air, a jet of sharp sand or granulated steel (steel grits)
on to the metal surface. The process shall ensure complete removal of
rust and firmly adhering mill scale. Special care shall be taken on weld
areas to remove flux and spatter. Blasting shall ensure an even colour
of the surface and the surface shall have silver gray colour. Precautions
shall be taken when sand or shot blasting of light gauge steel surfaces
to ensure that buckling does not occur to continuous impingement of
sand or steel shots under high velocity.

ii) Sand/shot blasting shall be adopted for structures which are exposed
to corrosive conditions for which superior paint protection is to be
adopted.

iii) As Sandblasting causes dust nuisance necessary clearance shall be


obtained by the contractor from competent authorities prior to
commencing sand blasting.

CE(PMC),PHED, Ajmer 401 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

10.5.9.1.4 Chemical Cleaning (Pickling)

A. The cleaning shall be done by pickling in sulfuric, hydrochloric or


phosphoric acids, Pickling shall be carried out in accordance with
detailed procedure as given in IS 6005.

B.Washing after pickling shall remove all traces of the acids. All work pieces
shall be thoroughly inspected and in particular in inaccessible corners.

10.5.9.2 Painting of Ferrous Surface

Unless and otherwise mentioned, all MS fabricated items used in the project
shall be painted with any of the three options given for interior or external
works. The specifications adopted for every component must be got approved
from the Engineer-in-Charge, before use.

Final Number and


Sr. Finishing
Finish Primer Undercoat Thickness of
No. Coat
Required Coating
(1) (2) (3) (4) (5) (6)
A. FOR INTERIORS
(i) Full gloss IS 102: IS 133:1993 IS 133:1993 For optimum
(enamel 1962 (B)1) (B)1) results, two coats
gloss) (see IS 2933:1975 IS 2933:1975 of primer, one
undercoat, and
Note) (B, S)1) (B, S)1)
two finishing coats
IS are recommended.
207:19 The total film
64 thickness shall be
not less than 100
microns.
(ii) Metallic Same - IS 2339:1963 One coat of primer
finishes as for (B) and two finishing
(i) IS 2339:1963 coats; if
bituminous
(S)
aluminum paint is
OR used, three coats
Bituminous will be necessary.
aluminum
paints

CE(PMC),PHED, Ajmer 402 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

Final Number and


Sr. Finishing
Finish Primer Undercoat Thickness of
No. Coat
Required Coating
(1) (2) (3) (4) (5) (6)
(iii) Bitumen Same - IS 158:1981 Three coats of
as for bitumen shall be
(i) used.
B. FOR EXTERIORS
(iv) Full gloss IS 102: IS IS For optimum
1962 2933:19751) 2933:19751) results, two coats
of primer, one
(see
undercoat, and
Note)
two finishing coats
are recommended.
The total film
thickness shall be
not less than 100
micron.
(v) Oil gloss Same - IS 117:1964 Same as for (vii)
as for
OR
(v)
IS 128:1962
(vi) Metallic Same - IS 2339:1963 One coat of primer
finishes as for and two finishing
OR
(v) coats; if
Bituminous bituminous
aluminum aluminum paint is
paint used, three coats
will be necessary.

NOTE – Paint primer conforming to IS 102:1962 may be used only where special
precautions for drying of the primer coat taken and where satisfactory drying
conditions is ensured before application of further coats.

1) Each of these Indian Standards cover both undercoating and finishing


paints, and paints appropriate for the function shall be used in
brushing and in spraying.

10.5.9.3 Materials

CE(PMC),PHED, Ajmer 403 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

1. All the materials shall be of the best quality from an approved


manufacturer. contractor shall obtain prior approval of the engineer-
in-charge for the brand of manufacturer and the colour/shade prior
to procurement for usage in the works.

2. Primer and finish paints shall be compatible with each other to


avoid cracking and wrinkling. As such it is recommended that the
primer and finish paint shall be from the same manufacturer.

3. The colour and shade shall conform to IS Standards referred to in


Appendix ‘D’ of IS 1477-Part II. To facilitate choosing the correct
shade/number from the alternatives available, contractor shall
adopt trial painting in small patches in consultation with and as
directed by the engineer-in-charge.

4. All paint delivered to the fabrication shop/site shall be ready mixed,


in original sealed containers, as packed by the manufacturer.
Thinner shall not be permitted for usage unless specifically directed
by the engineer-in-charge.

5. Paints shall be stirred thoroughly to keep the pigment in


suspension.

6. Contractor shall at his own cost arrange for testing of paints as per
relevant Indian Standard laboratory whenever engineer-in-charge
wants the tests to be carried out for each batch of paints. Test results
shall be submitted to the engineer-in-charge for obtaining approval.

10.5.9.4 Workmanship

1. The type and the number of coats of the primer paint and finish
paint shall be as specified in the respective items of work.

2. Painting shall be carried out only on thoroughly dry surfaces.

3. No painting shall be done in frosty/foggy weather or when the


humidity is high enough to cause condensation on the surface to be
painted. Paint shall not be applied when the temperature of the
surface to be painted is at 50 0 C or lower.

4. Primers shall adhere to the surface firmly and offer a key to the
subsequent coats.

CE(PMC),PHED, Ajmer 404 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

5. The application of paint film serve the twin purpose of protecting


the steel from corrosion and giving the decorative appearance. A
paint which gives the steel adequate protection over a long period
together with good appearance shall therefore be adopted.

6. Workmanship shall generally conform to requirements specified in


IS 1477-Part-II.

7. It is essential to ensure that immediately after preparation of the


surfaces, the first coat of primer paint shall be applied by brushing
and working it well to ensure a continuous film without “holidays”.
After the first coat becomes hard dry a second coat of primer shall
be applied by brushing to obtain a film free from holidays.

8. Structural steel surfaces shall be given the first coat of primer at


shop and the second coat after it is erected in position. Further, any
abraded surfaces of the first coat during transport from shop to site
and during erection shall be provided with a touch up coat of the
primer.

9. The dry film thickness of each coat of primer shall be not less than
25 microns.

10. Application of finishing paints shall be carried out within the


shortest possible time interval after primer since the primer coats are
too thin to give adequate corrosion protection to the steel surface
over a long duration.

11. Filler coats shall be applied to fill dents and to obtain a smooth
finish wherever necessary. Only factory prepared filler suitable for
steel work shall be used. Filler prepared by whiting and linseed oil
by craftsmen at site shall never be used as such fillers may be
unbalanced and incompatible with primer and finishing coats.
Application of filler shall be done with good putty knife and
necessary skill. Filler applied shall be just sufficient to fill the
depression or unevenness and it shall be restricted to the minimum.
It shall be applied in thin layers. In filling depression or unevenness,
as many coats as are necessary may be applied allowing each layer
to dry hard. The hardened coat shall be cut down by wet rubbing

CE(PMC),PHED, Ajmer 405 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

before the subsequent coat is applied. Where necessary, filler coats


shall be applied over the undercoats also.

12. Painting shall be carried out either by brushing or by spraying. The


Contractor shall procure the appropriate quality of paint for this
purpose as recommended by the manufacturer.

13. 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, the undercoat of paint of optimum thickness
shall be applied by brushing/spraying 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.

14. The first finishing coat of paint shall be applied by brushing or by


spraying 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 or by spraying.

15. At least 24 hours shall elapse between the application of successive


coats. Each coat shall vary slightly in shade and this shall be got
approved by the engineer-in-charge.

16. Minimum dry film thickness of each coat of finish paint of synthetic
enamel shall be 25 microns. Minimum dry film thickness of other
finish paints shall be as specified in the respective item of work.

17. Epoxy primer and epoxy paint shall be applied within the specified
pot life all as per recommendations of the manufacturer.

18. Surfaces inaccessible after assembly shall receive two coats of primer
prior to assembly.

19. Surfaces inaccessible after erection, including top surfaces of floor


beams supporting grating or chequered plate shall receive one
additional coat of finish paint over and above the number of coats
specified prior to erection.

20. Portion of steel members embedded to be encased in concrete shall


not be painted. Joints to be site welded shall have no shop paint for

CE(PMC),PHED, Ajmer 406 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

at least 50 mm from the welding zone. Similarly, the steel surfaces


shall not be painted in areas where connection is by use of friction
grip bolts. On completion of the joint, the surfaces shall receive the
painting as specified.

21. Maintenance painting of steel structures will become necessary if the


painting already carried out shows signs of chalking, hairline
cracking, deep checking, fine checking, peeling, blistering and
rusting. The breakdown of a paint film is progressive from the top
finish paint to the primer coat and the object of maintenance
painting is to renovate periodically to effectively check the
breakdown and protect the steel surfaces from corrosion. It is
essential that same quality of paint as specified earlier need be
adopted to ensure compatibility. The general workmanship for
maintenance painting shall conform as per Clause 7 of IS 1477 - Part
II.

22. Contractor shall provide suitable protection as necessary to prevent


paint finishes from splashing on equipment, floors, walls etc.

10.6 WATER SUPPLY AND SANITARY WORKS

10.6.1 Sanitary Installation

All sanitary appliances including sanitary fittings, fixtures, toilet requisites


shall be of size, and design as approved by the Engineer-In-Charge.

All porcelain fixtures, such as wash basin, sink drain board, water closet pan,
urinal, ‘P’ trap etc., shall have hard durable glazed finish. They shall be free
from cracks and other glazing defects. No chipped porcelain fixtures shall be
used. The colour and shades of fixtures must be got approved from EIC.

Joints between iron and earthenware pipes shall be made perfectly air and
water tight by caulking with neat cement mortar.

10.6.1.1 Indian Type Water Closet

This shall be the long pan pattern with separate footrests made of glazed
earthenware, glazed vitreous china or of glazed fire clay. The general
requirements shall conform to IS : 2556 (Parts III and X). Pans shall be

CE(PMC),PHED, Ajmer 407 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

provided with 100 mm vitreous china trap ‘P’ or ‘S’ type with a minimum 50
mm water seal and 50 mm dia. Vent horn. Pan shall be laid at the correct
location and level over a bed of cement-sand admixture. It shall be Ist quality
WC, Orissa pan of size 580 mm x 440 mm.

10.6.1.2 European Type Water Closet

Water closets shall be either of glazed earthenware, glazed vitreous china or


glazed fire clay as specified and shall be of “Double Siphonic type”
conforming to IS:2556 (Part VIII). The closets shall be of one piece
construction with approved plastic/bakelite seat and cover. Each water closet
shall have 4 fixing holes having a minimum diameter of 6.5 mm for fixing to
floor and shall have an integral flushing rim of suitable type.

10.6.1.3 Urinals

Urinals shall be of the bowl pattern, either flat back or angle back type lipped
in front. They shall be of glazed earthenware, glazed vitreous china or glazed
fire clay, and of size 610 x 400 x 80 mm conforming to IS 2556 (Part VI) with 25
mm dia. GI waste pipe coupling etc.. The urinals shall be of one piece
construction. Each urinal shall be provided with not less than two fixings
holes of a minimum dia of 6.5 mm on each side. Each urinal shall have an
integral flushing box rim of suitable type and inlet or supply horn for
connecting the flush pipe. The flushing rim and inlet shall be of the self-
draining type. It shall have a weep-hole at the flushing inlet of the urinal. At
the bottom of the urinal, an outlet horn for connecting to an outlet pipe shall
be provided. The exterior of the outlet horn shall not be glazed and the
surface shall be provided with grooves at right angles to the axis of the outlet
to facilitate fixing to the uniform and smooth throughout to ensure efficient
flushing.

10.6.1.4 Flushing Cisterns

The flushing cisterns shall be automatic or manually operated, high level or


low level, as approved by the Engineer-In-Charge. For water closets and
urinals high level cistern is intended to operate with minimum height of 125
cm and a low level cistern a maximum height of 30 cm between the top of the
pan and the underside of the cistern, They shall be of cast iron, glazed

CE(PMC),PHED, Ajmer 408 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

earthenware, or pressed steel complying iron, glazed requirement of IS 774.


Automatic flushing cistern for urinals shall conform to IS 2326.

10.6.1.5 Wash Basins

1. Wash basins shall be of glazed earthenware, glazed vitreous china or


glazed fire clay as approved by the Engineer-In-Charge and conforming to
IS. 2556.

TypeSize
Flat Back 630 x 450 mm
Flat Back 550 x 400 mm

Wash basins shall be of one piece construction, including a combined


overflow. All internal angles shall be designed so as to facilitate
cleaning. Each shall have rim sloping inside towards the bowl on all
sides except skirting at the back. Basins shall be provided with single
or double tap holes as approved. The tap holes shall be square. A
suitable tap hole button shall be supplied if one tap hole is not required
in installation. Each basin shall have a circular waste hole to which the
interior of basin shall drain. The waste hole shall be either rebated or
bevelled internally with diameter of 65 mm at top and a depth of 10
mm to suit a waste plug having 64 mm diameter. Each basin shall be
provided with nonferrous 32 mm waste fittings. Stud slots to receive
the brackets on the under side of the wash basins shall be suitable for a
bracket with stud not exceeding 13 mm diameter, 5 mm high and 305
mm from the back of basin to the centre of the stud. The stud slots shall
be of depth sufficient to take 5 mm stud. Every basin shall have an
integral soap holder recess or recesses which shall fully drain into the
bowl. The position of the chain stay-hole shall not be lower than the
overflow slot. A slot type of overflow having an area of not less than 5
sq.cm. shall be provided and shall be so designed as to facilitate
cleaning of the overflow. The Department’s Requirements for waste
plug, chain and stay shall be the same as given for sinks.

2. All the waste fittings shall be chromium plated, Bottle trap shall
conform to IS. 5434. The chromium plating shall be of service grade
No. 2 conforming to IS. 1068.

CE(PMC),PHED, Ajmer 409 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

10.6.1.6 Sinks

The sinks shall be of glazed earthenware, glazed vitreous china or glazed fire
clay as approved by the Engineer-In-Charge conforming to IS. 2556 (Part V)
and shall be of the following sizes.

a.450 x 300 x 150 mm.


b.600 x 450 x 200 mm.

They shall be of one piece construction, including a combined overflow. The


floor of the sink shall gently slope towards the outlet. The outlet shall in all
cases be suitable for waste fitting having flange of 64 mm. diameter and the
waste hole shall have a minimum diameter of 65 mm at the bottom to suit the
waste fittings. The waste hole shall be either rebated or beveled having a
depth of 10 mm. Each sink shall be provided with a non-ferrous 40 mm dia.
waste fitting. The sink shall have overflow of the weir type and the inverts
shall be 30 mm below the top edge. Each sink shall be provided with a waste
plug, of suitable dia. chain and stay. The plug shall be of rubber or other
equally suitable material and shall be water tight when fitted. Plug chains
shall be of brass wire chromium plated. It shall have an overall length from
the collar to the stay of not less than 300 mm. There shall be a triangular or D
shackle at each end, one of which shall be brazed to the plug and the other
securely fixed to the stay. The 150 mm long shank of the waste shall be
threaded conforming to the requirements of IS. 2556 for sinks only. The waste
fittings and plug fittings shall be chromium plated. The chromium plating
shall be of service grade No. 2 conforming to IS. 1068.

10.6.1.7 Stop Cock and Bib Cock

A bibcock (bib tap) is a draw off tap with a horizontal inlet and free outlet and
stopcock (stop tap) is a valve with a suitable means of connections for
insertion in a pipeline for controlling or stopping the flow. They shall be of
specified size and shall be of the screw down type. The closing device should
work by means of a disc carrying a renewable non-metallic washer, which
shuts against water pressure on a seating at right angles to the axis of the
threaded spindle which operates it. The handle shall be either crutch or
butterfly type securely fixed to the spindle. The cocks shall open in anti-
clockwise direction. When the bib cocks and stop cocks are required to be

CE(PMC),PHED, Ajmer 410 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

chromium plated, the chromium plating shall be of service Grade No. 2


conforming to IS 1068 in finish and appearance, the plated articles shall be
free from plating defects such as blisters, pits, roughness and shall not be
stained or discoloured.

These fittings shall be of brass heavy class, chromium plated (C.P.) and of
approved manufacture and pattern with screwed of flanged ends as specified.
The fittings shall in all respects comply with the requirements of IS 781. The
standard size of brass fittings shall be designated by the nominal bore of the
pipe to which the fittings are attached. A sample of each kind of fitting shall
be approved by the EIC and all supplies made according to the approved
samples.

All cast fittings shall be sound and free from laps, blow holes and fittings,
both internal and external surfaces shall be clean, smooth and free from sand
etc. Burning, plugging stopping or patching of the casting shall not be
permitted. The bodies, bonnets, spindles and other parts shall be truly
machined and when assembled the parts shall be axial, parallel and
cylindrical with surfaces smoothly finished. The area of the water way of the
fittings shall not be less than the area of the nominal bore.

The fittings shall be fully examined and cleared of all foreign matter before
being fixed. The fittings shall be fitted in the pipeline in a workman like
manner. The joints between fittings and pipes shall be made leak-proof. The
joints and fitting shall be leak proof when subjected to a pressure test
approved by the Employer’s Representative and the defective fittings and
joints shall be replaced or redone.

10.6.1.8 Cast Iron Soil Waste and Vent Pipes and Fittings

All cast iron pipes and fittings shall be of uniform thickness with strong and
deep sockets, free from flaws, air holes, cracks, sand holes and other defects
and conform to IS 1536. The diameter approved shall be internal diameter of
pipe. The pipes and fittings shall be true to shape, smooth and cylindrical and
shall ring clearly when struck over with a light hand hammer. All pipes and
fittings shall be properly cleaned of all foreign material before being fixed.

CE(PMC),PHED, Ajmer 411 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

All plug bends of drainage pipes shall be provided with inspection and
cleaning caps, covers, which shall be fixed with nuts and screws. Pipes shall
be fixed to the wall by W.I. or M.S. holder bat clamps, unless projecting ears
with fixing holes are provided at socket end of pipe. The clamps shall be fixed
to the walls by embedding their hooks in cement concrete blocks (1:2:4) 10 cm
x 10 cm making necessary holes in the walls at proper places. All holes and
breakages shall be made good. The clamps shall be kept 25 mm clear of the
finished face of the walls to facilitate cleaning and painting of pipes.

C.I. pipes and fittings which are exposed shall be first cleaned and then
painted with a coat of red lead primer. Two coats of zinc paint with white
base and mixed with pigment of required colour to get the approved shade
shall be given over the base primer coat.

The thickness of fittings and their socket and spigot dimensions shall conform
to the thickness and dimensions approved for the corresponding sizes of
straight pipes.

The connection between the main pipe and branch pipes shall be made by
using branches and bends with access for cleaning . Floor traps shall be
provided with 25 mm dia puff pipe where the length of the waste is more
than 1800 mm or the floor trap is connected to a waste stack through bends.

All cast iron pipes and fittings including joints shall be tested by a smoke test
to the satisfaction of the Engineer-In-Charge and left in working condition
after completion. The smoke test shall be carried out as stated under :

Smoke shall be pumped into the pipe at the lowest and from a smoke machine
which consists of a bellow and a burner. The material usually burnt is greasy
cotton waste which gives out a clear pungent smoke which is easily detectable
by sight as well as by smell if there is a leak at any point of the pipeline.

Water test and air test shall be conducted as stipulated in IS 5329.

10.6.1.9 Galvanised Mild Steel (G.I.) Pipes

The pipes shall be galvanised mild steel welded pipes and seamless screwed
and sockets types conforming to the requirements of IS 1239, for medium
grade. They shall be of the diameter (nominal bore) approved. The sockets

CE(PMC),PHED, Ajmer 412 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

shall be designated by the respective nominal bores of the pipes for which
they are intended. The pipes and sockets shall be finished neatly, well
galvanised on both inner and outer surfaces, and shall be free from cracks,
surface flaws, laminations and other defects. All screws, threads shall be clean
and well cut. The ends shall be cut cleanly and square with the axis of the
tube.

All screwed tubes and sockets shall have pipe threads conforming to the
requirements of IS 554. Screwed tubes shall have taper threads while the
sockets shall have parallel threads.

The fittings shall be of malleable cast iron or mild steel types complying with
all the appropriate requirements as approved for pipes. The fittings shall be
designated by the respective nominal bores of the pipes for which they are
intended. The fittings shall have screw threads at the ends conforming to the
requirements of IS 554. Female threads on fittings shall be parallel and male
threads (except on running nipples and collars of unions) shall be tapered.

The pipes shall be cleaned and cleared of all foreign matter before being laid.
In jointing the pipes, the inside of the socket and the screwed end of the pipes
shall be oiled and rubbed over tight white lead and few turns of spun yarn
wrapped around the screwed end of the pipe. The end shall then be screwed
in the socket, tee, etc. with the pipe wrench. Care should be taken that all
pipes and fittings are properly jointed so as to make the joints completely
water tight and pipes are kept at all times free from dust and dirt during
fixing. Burrs from the joint shall be removed after screwing. After laying, the
open ends of the pipes shall be temporarily plugged to prevent access of soil
or any other foreign matter.

Any threads exposed after jointing shall be painted or in the case of


underground piping thickly coated with approved anticorrosive paint to
prevent corrosion.

For internal work the galvanised iron pipes and fittings shall run the surface
of the walls or ceiling (not in chase) unless otherwise specified. The fixing
shall be done by means of standard pattern holder bat clamps, keeping the
pipes about 1.5 cm clear of the wall. Pipes and fittings shall be fixed truly

CE(PMC),PHED, Ajmer 413 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

vertical/ horizontal, When it is found necessary to conceal the pipes, chasing


may be adopted or pipes fixed in the ducts of recesses etc. provided there is
sufficient space to work on the pipes with the usual tools. The pipes shall not
ordinarily be buried in walls or solid floors. Where unavoidable, pipes may be
buried for short distances provided adequate protection is given against
damage, but the joints in pipes shall not be buried. M.S. pipe sleeve shall be
fixed at a place where a pipe is passing through a wall or floor for reception of
the pipe and to allow freedom for expansion/contraction and the
movements/maintenance. In case the pipe is embedded in walls or floors it
should be painted with anti-corrosive bitumanastic paint of approved quality.
The pipe should not come in contact with lime mortar or lime concrete as the
pipe is affected by lime. Under the floors the pipes shall be laid in layer of
sand filling or as approved by the Engineer-In-Charge.

G.I. pipes with socket and spigot ends shall be provided with lead caulked
joints wherever specified and the joints shall conform to the requirements of
IS 3114.

The work of excavation and backfilling shall be done true to line and gradient
in accordance with general Department’s requirements for earthworks in
trenches for pipes laid underground.

The pipes shall be laid on a layer of 10.0 cm sand and filled upto 15 cm above
the pipes. A sand cushion of 15 cm on either side of the pipe shall also be
provided. The remaining portion of the trench shall then be filled with
excavated earth. The surplus earth shall be got rid of as directed. When
excavation is done in rock the bottom shall be cut deep enough to permit the
pies to be laid on a cushion of sand 75 mm minimum.

The pipes and fittings after they are laid and jointed shall be subjected to
hydrostatic pressure test as approved by the Engineer-In-Charge and shall
satisfactorily pass the test. Pipe line system shall be tested in sections as the
work proceeds, keeping the joints exposed for inspection. Pipes shall be
slowly and carefully charged with water allowing all air to escape. All draw
off taps shall then be closed and water pressure gradually raised to test
pressure. Care shall be taken to ensure that pressure gauge is accurate and
preferably should have been recalibrated before the test. Pump used having

CE(PMC),PHED, Ajmer 414 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

been stopped, the section of the pipeline shall maintain the test pressure for at
least half an hour. Any joints or pipes found leaking shall be removed and
replaced by the Contractor.

10.6.1.10 Stoneware pipes and fittings

All pipes with spigot and socket ends shall conform to IS 651/3006 and shall
be of grade ‘A’. These shall be sound, free from visible defects such as fine
cracks or hair cracks. The glaze of the pipes shall be free form crazing. The
pipes shall give a sharp clear note when struck with a light hammer.

The following information shall be clearly marked on each pipe and fitting:

a. Internal diameter;
b. Grade;
c. Date of manufacture;
d. Name of manufacturer or his registered trade-mark or both

All pipes and fittings shall have ISI mark. Laying and Jointing of GSW pipes
and fittings shall confirm to ISS: 4127

10.6.1.11 Septic Tank and Soak Pit

Soak pit shall be constructed at the location specified by the Engineer-In-


Charge. Earthwork excavation shall be carried out to the exact dimensions.
Brick masonry lining with open joints shall be constructed in the pit upto 150
mm below the outlet pipeline. Brick in cement mortar 1:6 shall be constructed
above this level up to ground. Well burnt brick aggregates of nominal size 40
mm to 80 mm and coarse sand shall be filled within the chamber.
Construction of pit lining and filling of the brick ballast shall progress
simultaneously. The specification for septic tank shall be stanadrad sepcificed
by the PWD.

10.6.1.12. Frame and Covers

Frame and covers for manholes shall be of required type and dimensions as
per the relevant drawings prepared by the Contractor. The following
information shall be clearly marked on each cover.

CE(PMC),PHED, Ajmer 415 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

a. Year of Manufacture,

b.Identification mark of the purchaser,

c.Sewers/ SWD,

d.Arrow showing direction of flow

e.Cast Iron Frame and Cover

The cast iron frame and cover shall be of gray cast iron as per IS:1726. The
frame and cover shall be coated with black bituminous composition. Coating
shall be smooth and tenacious. It shall not flow when exposed to temperature
of 630C and shall not be brittle as to chip of at the temperature of 0C. The
covers shall have a raised chequered design to provide an adequate non-slip
grip. The rise of the chequer shall be not less than 4 mm. The locking device
for the cover shall be provided as approved by the Engineer-In-Charge. The
CI covers for the load test shall be selected at one for every lot of fifty or part
thereof for each type and size manufactured and as approved by the Engineer-
In-Charge. The frame shall be fixed in cement concrete of M 15 grade all
round and finished with neat cement. The manhole frame shall have
560 mm diameter clear opening and shall weigh not less than 208 kg.
including cover. In case of rectangular CI frame and cover of 900 mm x 600
mm clear opening, the total weight shall not be less than 275 kg. In case of
scraper manhole the frame shall have clear opening of 1200 mm x 900 mm
and shall weigh not less than 900 kg including cover. The manhole cover and
frame shall be painted with three coats of anti-corrosive paint after fixing in
position.

Ferro Cement Concrete covers with CI Frame

Supply & fixing of fiber-reinforced ferro-cement drain cover (light duty)


designed for valve chambers for class “B loading” dually marked on cover
with adequate steel reinforcement having thickness 75 mm, anticorrosive
bitumen painted MS plate rim and on MS lifting hooks, additives and
admixtures like plasticizers, shrinkage resistance compound, abrasion
resistant etc. as per approved drawing and design complete in all respect.

The frame shall be of angle iron of size 80 x 80 x 6 mm duly painted with anti-
corrosive paint having hold fast all along perimeter for fixing in concrete.

CE(PMC),PHED, Ajmer 416 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

10.6.1.13 Miscellaneous

If any damage is caused to the other services such as water supply pipeline,
sewer, cable, etc. during the construction of manholes and erection of vent
shafts, the Contractor shall be held responsible for the same and shall replace
the damaged services to the full satisfaction of the Engineer-In-Charge.

The interior of manholes shall be cleared of all debris after construction and
before testing the same for water tightness by the Contractor.

10.7 BUILDING DETAILS

10.7.1 Brickwork

10.7.1.1 Materials

Bricks used in the works shall conform to the requirements laid down in IS :
1077, IS 2180, IS 2222, IS 2691, IS 3952, IS 6165. The class of the bricks shall be
as specifically indicated in the respective items of work prepared by the
Contractor.

Bricks shall have following dimensions :

Length mm Width mm Height mm


Non Modular Bricks 230 110 70
230 110 30

Common burnt clay bricks are classified on the basis of compressive strength
as given below:

Class designation 10 7.5 5 3.5


Avg. compressive strength N/ mm2 10 7.5 5 3.5

Bricks shall be sound, hard, homogenous in texture, well burnt in kiln


without being vitrified, hand/ machine moulded, deep red, cherry or copper
coloured, of regular shape and size and shall have sharp and square edges
with smooth rectangular faces. The bricks shall be free from pores, cracks,
flaws and nodules of free lime. They shall have smooth rectangular faces with
sharp corners and shall be uniform in colour, tolerance of brick dimension
shall be  3% for designation 10 & above and  8% for lower designation.

CE(PMC),PHED, Ajmer 417 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

Hand moulded bricks shall be moulded with a frog and those made by
extrusion process may not be provided with a frog. Bricks shall give a clear
ringing sound when struck.

10.7.1.2 The sample size for all the tests shall be as follows :

Brick Lot size Sample Size

Class 10 more than 50000 bricks 20 bricks

7.5, 5, 3.5 more than 100000 bricks 20 bricks

The sampling shall be at random & samples shall be stored in a dry place
until tests are done.

10.7.1.3 Compressive Strength:

Five bricks shall be tested. The average compressive strength shall be as per
class designation. The compressive strength of individual brick shall not be
less than 20 % of the specified value.

10.7.1.4 Water absorption:

Five bricks shall be tested for water absorption and shall not exceed 20 % by
weight upto class 12.5 & 15% by weight for higher classes.

10.7.1.5 Efflorescence:

Five bricks shall be tested for efflorescence. The efflorescence shall be ‘nil’ to ‘
moderate’

Sample bricks shall be submitted to the Engineer-in-Charge for approval and


bricks supplied shall conform to approved samples. If demanded by Engineer-
in-Charge, brick samples shall be got tested as per IS : 3495 by Contractor.
Bricks rejected by Engineer-in-Charge shall be removed from the site of works
within 24 hours.

CE(PMC),PHED, Ajmer 418 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

Mortar for brick masonry shall consist of cement and sand.

Mortar leaner than 1:5 and richer than 1:3 shall not be used.

10.7.1.6 Preparation of Mortar

Materials:

Water: Water used shall be clean and reasonably free from injurious or
deleterious materials such as oils, acids, alkalis, salts. The pH value of water
shall not be less than 6.

Cement: Cement shall conform to any of the following:

43 Grade Ordinary Portland IS : 8112


Cement

53 Grade Ordinary Portland IS : 12269


Cement

Sand: Sand for masonry mortars shall confirm to IS 2116

10.7.1.7 Preparation of Mortars:

Mortars shall be prepared and tested as per IS 2250. Mixing of cement mortar
shall be done in mechanical mixers.

10.7.1.8 Workmanship

Workmanship of brick work shall conform to IS : 2212. All bricks shall be


thoroughly soaked in clear water for at least one hour immediately before
being laid. The cement mortar for brick masonry work shall be as specified in
the respective item of work prepared by the Contractor. Brick work 230 mm
thick and over shall be laid in English Bond unless otherwise specified.
100mm/ 115 mm thick brickwork shall be laid with stretchers. For laying
bricks, a layer of mortar shall be spread over the full width of suitable length
of the lower course. Each brick shall be slightly pressed into the mortar and
shoved into final position so as to embed the brick fully in mortar. Only full

CE(PMC),PHED, Ajmer 419 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

size bricks shall be used for the works and cut bricks utilised only to make up
required wall length or for bonding. Bricks shall be laid with frogs
uppermost.

All brickwork shall be plumb, square and true to dimensions shown. Vertical
joints in alternate courses shall come directly one over the other and be in line.
Horizontal courses shall be levelled. The thickness of brick courses shall be
kept uniform. In case of one brick thick or half brick thick wall, at least on e
face should be kept smooth and plane, even if the other is slightly rough due
to variation in size of bricks. For walls of thickness greater than on e brick
both faces shall be kept smooth and plane. All interconnected brickwork shall
be carried out at nearly one level so that there is uniform distribution of
pressure on the supporting structure and no portion of the work shall be left
more than one course lower than the adjacent work. Where this is not
possible, the work be raked back according to bond (and not saw toothed) at
an angle not exceeding 45 deg. But in no case the level difference between
adjoining walls shall exceed one meter. Brick work shall not be raised more
than one metre per day.

Bricks shall be so laid that all joints are well filled with mortar. The thickness
of joints shall not be less than 6 mm and not more than 10 mm. The face joints
shall be raked to a minimum depth of 10 mm/ 15 mm by raking tools during
the progress of work when the mortar is still green, so as to provided a proper
key for the plastering/ pointing respectively to be done later. When plastering
or pointing is not required to be done, the joints shall be uniform in thickness
and be struck flush and finished at the time of laying. The face of brickwork
shall be cleaned daily and all mortar droppings removed. The surface of each
course shall be thoroughly cleaned of all dirt before another course is laid on
top.

During harsh weather conditions, newly built brick masonry works shall be
protected by tarpaulin or other suitable covering to prevent mortar being
washed away by rain.

Brickwork shall be kept constantly moist on all the faces for at least seven
days after 24 hrs of laying. The arrangement for curing shall be got approved
from the Engineer-in-Charge.

CE(PMC),PHED, Ajmer 420 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

Double scaffolding having two sets of vertical supports shall be provided to


facilitate execution of the masonry works. The scaffolding shall be designed
adequately considering all the dead, live and possible impact loads to ensure
safety of the workmen, in accordance with the requirements stipulated in IS :
2750 and IS : 3696 (Part - I). Scaffolding shall be properly maintained during
the entire period of construction. Single scaffolding shall not be used on
important works and will be permitted only in certain cases as decided by the
Engineer-in-Charge. Where single scaffolding is adopted, only minimum
number of holes, by omitting a header shall be left in the masonry for
supporting horizontal scaffolding poles. All holes in the masonry shall be
carefully made good before plastering/ pointing.

In the event of usage of traditional bricks of size 230 mm x 115 mm x 75 mm,


the courses at the top of the plinth and sills as well as at the top of the wall
just below the roof/ floor slabs and at the top of the parapet shall be laid with
bricks on edge.

All brick work shall be built tightly against columns, floor slabs or other
structural members.Brickworks shall be carried out in English Bond

To overcome the possibility of development of cracks in the brick masonry


following measures shall be adopted.

For resting RCC slabs, the bearing surface of masonry wall shall be finished
on top with 12 mm thick cement mortar 1:3 and provided with 2 layers of
Kraft paper Grade 1 as per IS : 1397 or 2 layer of 50 micron thick polyethylene
sheets.

RCC/ steel beams resting on masonry wall shall be provided with reinforced
concrete bed blocks of 150 mm thickness, projecting 150mm on either sides of
the beam, duly finished on top with 2 layer of Kraft paper Grade 1 as per IS :
1397 or 2 layers of 50 micron thick polyethylene sheets.

Steel wire mesh shall be provided at the junction of brick masonry and
concrete before taking up plastering work.

Bricks for partition walls shall be stacked adjacent to the structural member to
predeflect the structural member before the wall is taken up for execution.

CE(PMC),PHED, Ajmer 421 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

Further, the top most course of half or full brick walls abutting against either a
deshuttered slab or beam shall be built only after any proposed masonry wall
above the structural member is executed to cater for the deflection of the
structural element.

Reinforced cement concrete transomes and mullions of dimensions as


indicated in the construction Drawings to be prepared by the Contractor are
generally required to be provided in the half brick partition walls.

Where the drawings prepared by the Contractor indicate that structural steel
sections are to be encased in brickwork, the brickwork masonry shall be built
closely against the steel section, ensuring a minimum of 20 mm thick cement-
sand mortar 1:4 over all the steel surfaces. Steel sections partly embedded in
brickwork shall be provided with bituminous protective coating to the
surfaces at the point of entry into the brick masonry.

10.7.2 Uncoursed Random Rubble Masonry, in Foundation Plinth and


Superstructure

10.7.2.1 Materials

Stones for the works shall be of the specified variety which are hard, durable,
fine grained and uniform in colour ( for superstructure work ) free from
defects like cracks, sand holes, patterns of soft / loose materials veins, other
defects. Quality and work shall conform to the requirements specified in IS :
1597 (Part-I). the percentage of water absorption shall not exceed 5 percent as
per test conducted in accordance with IS : 1124. the Contractor shall supply
sample stones to the Engineer-in-Charge for approval. stones shall be laid
with its grains horizontal so that the load transmitted is always perpendicular
to the natural bed.

Cement-stand mortar for stone masonry works shall be as per IS 2250.

10.7.2.2 Scaffolding

Type of scaffolding to be used shall be as specified in the section of brick


masonry.

CE(PMC),PHED, Ajmer 422 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

10.7.2.3 Workmanship

For all works below ground level the masonry shall be random rubble
uncoursed with ordinary quarry dressed stones for the hearting and selected
quarry dress stones for the facing .

For all R.R. masonry in superstructure the masonry shall be well bounded,
faced with hammer dressed stones with squared quoins at corners. The
bushing on the face shall not be more that 40 mm on an exposed face and on
the face to be plastered it shall not project by more than 12 mm nor shall it
have depression more than 10mm from the average wall surface.

Face stones shall extend back sufficiently and bond well with the masonry.
The depth of stone from the face of the wall inwards shall not be less than the
height or breadth at the face. The length of the stone shall not exceed three
times the height and the breadth on base shall not be greater than three-
fourths the thickness of wall nor less than 150 mm. The height of stone may be
up to a maximum of 300 mm. Face stones or hearting stones shall not be less
than 150 mm in any direction.

Chips and spalls shall be used wherever necessary to avoid thick mortar joints
and to ensure that no hollow spaces are left in the masonry. The use of chips
and spalls in the herating shall not exceed 20 percent of the quantity of stone
masonry. Spalls and chips shall not be used on the face of the wall and below
hearting stones to bring them to the level of face stones.

The maximum thickness of joints shall not exceed 20 mm. All joints shall be
completely filled with mortar. When plastering or pointing is not required to
be done, the joints shall be struck flush and finished as the work proceeds.
Otherwise, the joints shall be raked to a minimum depth of 20 mm by a raking
tool during the progress of the work while the mortar is still green.

Through or bond stones shall be provided in wall upto 600 mm thick and in
case of wall above 600mm thickness, a set of two or more bond stones
overlapping each other by at least 150mm shall be provided in a line from face
to back. Each bond stone or a set of bond stones shall be provided for every
0.5 sq.m. of wall surface.

CE(PMC),PHED, Ajmer 423 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

All stones shall be sufficiently wetted before laying to prevent absorption of


water from the mortar. All connected walls in a structure shall be normally
raised uniformly and regularly. However if any part of the masonry is
required to be left behind, the wall shall be raked back (and not saw toothed)
at an angle not exceeding 45 deg. Masonry work shall not be raised by more
than one meter per day.

Green work shall be protected from rain by suitable covering. Masonry work
shall be kept constantly moist on all the faces for a minimum period of seven
days for proper curing of the joints.

10.7.3 Coursed Rubble Masonry (First Sort) for Superstructure

10.7.3.1 Materials

The materials specification for the work shall be as specified in the section of
random rubble masonry above.

10.7.3.2 Scaffolding

Type of scaffolding to be used shall be as specified in the section of brick


masonry.

10.7.3.3 Workmanship

All Courses shall be laid truly horizontal and shall be of the same height in
any course. The height of course shall not be less 150mm and not more than
300mm. The width of stone shall not be less than its height. Face stones shall
tail into the work for not less than their height and at least 1/3rd the number
of stones shall tail into the work for a length not less than twice their height
but not more than three-fourths the thickness of the wall whichever is smaller.
These should be laid as headers and stretchers alternately to break joints by at
least 75mm.The face stones shall be squared on all joints and bed; the bed
joints being hammer or chisel dressed true and square for at least 80 mm back
from the face and the side joints for at least 40 mm. The face of the stone shall
be hammer dressed so that the bushing shall not be more than 40mm on an
exposed face and 10mm on a face to the plastered. No portion of the dressed
surface shall show a depth of gap more than 6mm from a straight edge placed

CE(PMC),PHED, Ajmer 424 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

on it. The remaining unexposed portion of the stone shall not project beyond
the surface of bed and side joints.

No spalls or pinning shall be allowed on the face. All bed joints shall be
horizontal and side joints shall be vertical and no joints shall be more than
10mm in thickness. When plastering or pointing is not required to be done,
the joints shall be struck flush and finished as the work proceeds. Otherwise,
the joints shall be raked to a minimum depth of 20mm by a raking tool,
during the progress of the work while the mortar is still green.

Hearting shall consist of flat bedded stones carefully laid on their proper beds
and solidly bedded in mortar. The use of chips shall be restricted to the filling
of interstices between the adjacent stones in hearting and these shall not
exceed 10 percent of the quantity of the stone masonry. Care shall be taken so
that no hollow spaces are left any where in the masonry.

The requirement regarding through or bond stones shall be as specified in


clause 0 with the further stipulation that these shall be provided at 1.5m to
1.8m apart clear in every course but staggered at alternate courses.

The quoins which shall be of the same height as the course in which they
occur, shall not be less than 450mm in any direction. Quoin stones shall be
laid as stretchers and headers alternately. They shall be laid square on their
beds, which shall be rough chisel dressed to a depth of at least 100mm from
the face. These stones shall have minimum uniform chisel drafts of 25mm
width at four edges, all the edges being in the same plane.

10.7.4 Damp - Proof Course

10.7.4.1 Materials and Workmanship

All the walls in a building shall be provided with damp-proof course covering
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 opening. Damp-proof course shall consist of cement concrete of 1:2:4
nominal mix with nominal reinforcement and approved water-proofing
compound admixture conforming to IS: 2645 in proportion as directed by the
manufacturer. Concrete shall be with 10mm downgraded coarse aggregates.

CE(PMC),PHED, Ajmer 425 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

The surface of brick work/stone masonry work shall be levelled 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.

10.7.5 Miscellaneous Inserts, Bolts etc.

All the miscellaneous inserts such as bolts, pipes, plate embedment etc., shall
be accurately installed in the building works at the correct location and levels,
all as detailed in the construction Drawing to be prepared by the Contractor.
Contractor shall prepare and use templates for this purpose, if so directed by
the Engineer-in-Charge. In the event, of any of the inserts are improperly
installed, contractor shall make necessary arrangement to remove and
reinstall at the correct locations/levels all as directed by the Engineer-in-
Charge.

10.7.6 Wood work in Doors, Windows, Ventilators & partitions

10.7.6.1 Materials

Timber to be used shall be first class Teak wood as per IS: 4021. Timber shall
be of the best quality and well seasoned by the suitable process before being
planed to the required sizes. The maximum permissible moisture content
shall be from 10 to 16 percent for timber 50mm and above in thickness and 8
to 14 percent for timber less than 50mm in thickness for different regions of
the country as stipulated in IS : 287 . Timber shall be close grained, of uniform
colour and free from decay, fungal growth, boxed heart, pitch pockets of
streaks on the exposed edges, borer holes, splits and cracks. Flush door
shutters of the solid core type with plywood face panel shall conform to IS :
2202 (Part-1)

Transparent sheet glass conform to the requirements of IS : 2835 or IS :2553


(Part-1). Wired and figured glass shall be as per IS: 5437. Builder’s hardware
for fittings and fixtures shall be of the best quality from approved
manufacturers. Each wooden door shutter shall have a minimum of three

CE(PMC),PHED, Ajmer 426 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

hinges and two fastenings like tower bolt, handle and tachle mortise lock etc.
floor stoppers, handles, kick plates etc. shall also be provided. Each window
shutter shall have minimum of 3 hinges and one fastening like tower bolt and
one handle for opening and closing.

10.7.6.2 Workmanship

The workmanship and finish of wood work in doors, windows, ventilators


and partitions shall be of a very high order. Contractor shall ensure that work
is executed in a professional manner by skilled carpenters for good
appearance, efficient and smooth operation of the shutters.

All works shall be executed as per the detailed Drawing prepared by the
Contractor and approved by the Engineer-in-Charge.

All members of the door, window, and ventilator shall be straight without
any warp or bow and shall have smooth well planed faces. The right angle
shall be checked from the inside surfaces of the respective members of the
frame. Frames shall have mortice and tenon joints which shall be treated with
an approved adhesive and provided with metal or wood pins. The vertical
members of the door frame shall project 50 mm below the finished floor level.
The finished dimension of frames shall be rebated on the solid for keying with
the plaster and for receiving the shutters. The depth of rebate for housing the
shutter shall be 15 mm. The size of the frames shall be as specified in the
respective items of work prepared by the Contractor. The workmanship shall
generally conform to the requirements specified in IS : 4021.

The face of the frames abutting the masonry or concrete shall be provided
with a coat of coal tar.

Three hold fasts using 25mm x 6mm mild steel flats 225mm long with split
ends shall be fixed on each side of door and window frames, one at the centre
and the other two at 300 mm from the top and bottom of the frame, for
window and ventilator frames less than 1m in height, two hold fasts on each
side shall be fixed at quarter points. Timber panelled shutters for doors,
windows and ventilators shall be constructed in the form of framework of
stiles and rails with panel insertion. The panels shall be fixed by either
providing grooves in the stiles and rails or by beading. glazing bars shall be as

CE(PMC),PHED, Ajmer 427 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

detailed in the Drawing prepared by the Contractor. The stiles and rails shall
be joined by mortice and tenon joints at right angles. All members of the
shutter shall be straight without any warp or bow and shall have smooth,
well planed faces at right angles to each other. The right angle for the shutter
shall be checked by measuring the diagonals and the difference shall not be
more that + 3mm. Timber panels made from more than one piece shall be
jointed with a continuous tongued and grooved joint, glued together and
reinforced with metal dowels. The workmanship shall generally conform to
the requirements specified in IS : 1003(Parts 1 & 2). The thickness of the
shutter, width/thickness of the stiles/rails/panel type shall be as specified.
Marine plywood panels conforming to IS : 710 shall be used for doors where
specified.

Details of the wooden flush door shutters, solid core type with specific
requirement of the thickness, core, face panels, viewing glazed panel,
venetian louvre opening, teak wood lipping etc. shall be as specified and
approved by Engineer-in-Charge. Panel of shutter shall be of marine plywood
conforming to IS : 710. Flush door shutters shall be from reputed
manufacturers and Contractor shall submit test results as per IS : 4020, if so
desired by the Engineer-in-Charge.

Glazing of door, window, ventilator and partitions shall be with either flat
transparent sheet glass, wired or figured glass. Transparent sheet glass be of
‘B’ quality as per IS : 2835. The thickness and type of glazing to be provided
shall be as specified.

The material of the fittings and fixtures either of chromium plated steel, cast
brass, copper oxidised or anodised aluminum shall be as specified. The
number, size and type of the fittings and fixtures shall be as specified.

Wood work shall not be provided with the finishes of painting / varnishing
etc. unless it has been approved by the Engineer-in-Charge. The type of finish
and the number of coats shall be as stipulated in the respective items of work
prepared by the Contractor.

Wooden railing and architraves shall be of the size and shape with the fixing
arrangement as indicated in Drawing prepared by the Contractor. The

CE(PMC),PHED, Ajmer 428 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

framework of the partitions with mullions and transomes shall be with the
sections of dimensions as specified. Panels of double/single glazing/plywood
shall be fixed as per details specified. Partitions shall be fixed rigidly between
the floor and structural columns/beams including provision of necessary
shims for wedging etc. Finished work shall be of rigid construction, erected
truly plumb to the lines and levels, at locations as per construction Drawing
prepared by the Contractor.

Any carpentry work which may show defects due to inadequate seasoning of
the timber or bad workmanship shall be removed and replaced by contractor
with work as per Specifications.

10.7.7 Steel Doors, Windows and Ventilators

10.7.7.1 Materials

Hot rolled steel sections for the fabrication of steel doors, windows and
ventilators shall conform to IS : 7452 which are suitable for single glazing.

Pressed steel door frames for steel flush doors shall be out of 1.25mm thick
mild steel sheets of profiles as per IS : 4351.

Transparent sheet glass shall conform to the requirements of IS : 2835. Wired


and figured glass shall be as per IS : 5437.

Builder’s hardware of fittings and fixtures shall be of the best quality from the
approved manufacturers.

Hot rolled sections shall confirm to IS 7452 Fire check doors shall conform to
IS 3614 Part 1 & 2. Steel windows for industrial buildings shall confirm to IS
1361.

10.7.7.2 Workmanship

All steel doors, windows and ventilators shall be of the type as specified in
the respective items of work prepared by the Contractor and of sizes as

CE(PMC),PHED, Ajmer 429 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

indicated in the Drawings prepared by the contractor. Steel doors, windows


and ventilators shall conform to the requirements as stipulated in IS: 1038.
Steel windows shall conform to IS : 1361 if so specified.

Doors, windows and ventilators shall be of an approved manufacture.


Fabrication of the unit shall be with rolled section, cut to correct lengths and
metered. corners shall be welded to form a solid fused welded joint
conforming to the requirements of IS : 1038. Tolerance in overall dimensions
shall be within + 1.5mm. The frames and shutters shall be free from warp or
buckle and shall be square and truly plain. all welds shall be dressed flush on
exposed and contact surfaces. Punching of holes, slots and other provision to
install fittings and fixtures later shall be made at the correct locations as per
the requirements. Samples of the units shall be got approved by the Engineer-
in-Charge before further manufacture/purchase by the contractor.

Type and details of shutter, hinges, glazing bar requirement, coupling,


locking arrangement, fittings and fixtures shall be as described in the
respective items of work and/or as shown in the drawings prepared by the
Contractor for single or composite units.

For windows with fly proof mesh as per the item of work prepared by the
Contractor, rotor operator arrangement, for the operation for the glazed
shutters from the inside shall be provided.

Pressed steel door frames shall be provided with fixing lugs at each jamb,
hinges, lock strike plate, mortar guards, angle threshold, shock-absorbers of
rubber or similar materials as per the requirements of IS : 4351. Pressed steel
door frames shall be fixed as built-in as the masonry work proceeds. After
placing it plumb at the specified location, masonry walls shall be built up
solid on either side and each course grouted with mortar to ensure solid
contract with the door frame, without leaving any voids. Temporary struts
across the width shall be fixed, during erection to prevent bow/sag of the
frame.

Door shutters of flush welded construction of section size 105 x 60 mm shall


be 45mm thick fabricated with two outer skills of 1.25mm thick steel sheets,
1mm thick steel sheet stiffeners and steel channel on all four edges. Double

CE(PMC),PHED, Ajmer 430 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

shutters shall have meeting stile edge bevelled or rebated. Provision of glazed
panel, louvres shall be made as per the items of works and/or Drawing
prepared by the Contractor. Shutters shall be suitably reinforced for lock and
other surface hardware and to prevent sagging/twisting including hold fast
of 15 x 3 mm MS oxidised fittings such as butt hinges, sliding bolts, handles
tower bolts etc. complete in all respect including applying priming coat of
approved steel primer. Single sheet steel door shutters shall be fabricated out
of 1.25mm thick steel sheets, mild steel angles and stiffeners as per the
Drawings prepared by the Contractor.

MS sheet single leaf door shutter of 20 SWG in angle iron frame of 35x35x5
mm shall be suitably diagonally braced with 25x3 mm flat iron above and
below lock of size 50x5 mm shall be provided only for Toilets.

Doors, windows and ventilators shall be fixed into the prepared opening. they
shall not be “build-in” as the masonry work proceeds, to avoid distortion and
damage of the units. The dimensions of the masonry opening shall have
10mm clearance around the overall dimensions of the frame for this purpose.
Any support of scaffolding members on the frames/glazing bars is
prohibited.

Glazing of the units shall be either with flat transparent glass or wired /
figured glass of the thickness as specified in the items of works prepared by
the Contractor. All glass panels shall have properly squared corner and
straight edges. Glazing shall be provided on the outside of the frames.

Fixing of the glazing shall be either with spring glazing clips and putty
conforming to IS: 419 or with metal beads. Pre-formed PVC or rubber gaskets
shall be provided for fixing the beads with the concealed screws. The type of
fixing the glazing shall be as indicated in the items of work and/or in
Drawings prepared by the Contractor.

Steel doors, windows and ventilators shall be provided with finish of either
painting as specified or shall be hot dip galvanised with thickness of the zinc
coating as stipulated all as described in the respective items of works
prepared by the Contractor.

CE(PMC),PHED, Ajmer 431 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

The material of the Builders hardware of fittings and fixtures of chromium


plated steel, cast brass, brass copper oxidised or anodised aluminum shall be
as specified in the items of works prepared by the Contractor. The number,
size and type of fittings and fixture shall be as in the Drawing / items of
works prepared by the Contractor.

Installation of the units with fixing lugs, screw, mastic caulking compound at
the specified locations shall generally conform to the requirements of IS :
1081. Necessary holes etc required for fixing shall be made by the Contractor
and made good after installation, workmanship expected is of a high order for
efficient and smooth operation of the units.

10.7.8 Aluminum Doors, Windows, Ventilators & Partitions

10.7.8.1 Materials

Aluminum alloy used in the manufacturer of extruded sections of the


fabrication of doors, windows, ventilators shall conform to designation HE9-
WP of IS : 733.

Transparent sheet glass shall conform to the requirements of IS : 2835. Wired


and figured glass be as per IS : 5437.

10.7.8.2 Type of Openings

Masonry Openings

Masonry opening may either be rebated or flush and in either case, they may
have either external rendering applied or be ‘fair-faced’ (that is, without
external rendering). It is usual for stone or marble masonry to be fair-faced.

10.7.8.3 Size of openings

The overall size of both flush and rebated opening to which the units have to
be fixed shall allow a clearance between the frame and opening and the
amount of clearance depends on whether the opening is extended or fair-
faced.

Flush openings

CE(PMC),PHED, Ajmer 432 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

Rendered flush openings shall allow a clearance between frame and opening
equal to thickness of rendering. Fair-faced flush openings shall allow a
clearance of 3 mm between frame and opening.

Rebated openings

1) Fair - faced masonry openings and timber opening shall allow a


clearance of 3mm between the opening and the outer flange of the
frames. The depth of rebate shall therefore be equal to the distance
between the inner and outer flanges of the frame of the unit. The rebate
shall be 12.5 mm in the case of general building and industrial
windows.

2) Rendered masonry openings shall allow a clearance of 3mm between


opening and the inner flange of the frame and a clearance equal to the
thickness of rendering between the opening and the outer flange of the
frame. The depth of rebate shall therefore be adjusted accordingly.

3) Steelwork openings shall be designed to allow the outer flange of the


window frame section to overlap the steel surface by 10mm.

The size of the Indian Standard units both for building and industrial
purposes are designed for modular opening s which are largely by 12.5mm all
round than these units. This gap of 12.5mm is for fixing those units. In case of
masonry the gap is filled with mastic cement and plaster after the unit is in
position. In the case of steel and timber openings, extra steel or timber fillets
will be necessary to cover this gap of 12.5mm.

10.7.8.4 Installation of single Unit

Units shall be fixed into prepared openings. They shall not be ‘built-in’ as the
walls go up as this practice often results in brickwork being brought right up
to the frame with no clearance allowed and usually distorts the units and
increases the likely hood of damage being done to the unit during subsequent
building work. Placing of scaffolding on frames or glazing bass shall on no
account be done.

The size of the opening shall be checked and cleaned of all obstructions.
Suitable markings may be done to fix the unit in the proper position,

CE(PMC),PHED, Ajmer 433 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

including the fixing hole positions. In case of masonry, holes for fixing lugs
shall be cut 5 cm2 and 5 cm to10cm deep or to fix raw plugs.

The units shall be checked to ensure that they are square and working
satisfactory before fixing.

The units shall then be put in position and the lugs screwed on tight.

When fixing to flush surrounds without rendering, 3mm gap shall be pointed
with mastic on the outside before the internal plaster and rendering; the
plaster and rendering shall be applied to the surrounds after the lugs have
firmly set. When fixing to rebated surrounds without rendering, the frame
shall be bedded in mastic. When fixing to rebated surrounds with rendering,
after bedding in mastic, plaster shall be applied from outside.

In concrete, dressed stone and marble surrounds, the units shall be fixed with
legs.

Wood surrounds are generally rebated and mastic be applied to the sill of the
opening and units placed on it, and screwed on to the opening. In case of steel
opening, special clips may be used to fix the unit.

In case of aluminum frames, the surfaces shall be anchored in direct contact


with the surrounds and shall be protected with two coats of alkali-resistant
paints, to avoid chemical attack from the materials of surround.

10.7.8.5 Installation of Composite Units

Composite units shall follow the procedures described earlier and in addition
shall conform to the following.

Mullions and transome of composite units shall be bedded in mastic to ensure


weather tightness. Mastic shall be applied to channels of the outside frame
sections before assembly.

If there is a cross joint of mullion and transome, the shorter coupling unit
shall run through unbroken.

Mullion normally project 2.5cm at head and sill into the surround; transomes
also project 2.5cm into surround where appropriate they shall be cut.

CE(PMC),PHED, Ajmer 434 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

Builder’s hardware of fittings & fixtures shall be of the best quality from
approved manufacturers.

10.7.8.6 Workmanship

All aluminum doors, windows, ventilators and partitions shall be of the type
and size as specified. The doors, windows, ventilators shall conform to the
requirements of IS : 1948. Aluminum windows shall conform to IS : 1949; if so
specified.

All aluminium units shall be supplied with anodized finish, the minimum
anodic film thickness shall be 0.015mm.

Doors windows and ventilators shall be of an approved manufacture.


Fabrication of the units shall be with the extruded sections, cut to correct
lengths, mitred and welded at the corners to a true right angle conforming to
the requirements of IS : 1948. tolerance in overall dimensions shall be within +
1.5 mm. The frames and shutters shall be free from warp or buckle and shall
be square and truly plane. Punching of holes, slots and other provisions to
install fittings or fixtures later shall be made at the correct locations, as per the
requirements.

Aluminium swing type doors, aluminium sliding windows, partitions shall


be as specified.

IS:1948 and IS :1949 referred to incorporates the sizes, shapes, thickness and
weight per running meter of extruded sections for the various components of
the units. However, new sizes, shapes, thickness with modifications to suit snap-
fit glazing clips etc. are being continuously being added by various leading
manufacturers of extruded sections, which are available in the market. as
such, the sections of the various components of the unit proposed by the
Contractor, will be reviewed by the Engineer-in-Charge and will be accepted
only if they are equal to or marginally more than that given in the codes/ad
specified.

The framework of partitions with mullions and transomes shall be with


anodised aluminium box sections. Anodised aluminium box sections shall be in-
filled with timber of class 3 (silver oak or any other equivalent) as per IS :

CE(PMC),PHED, Ajmer 435 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

4021. The outer frame shall be of size 101.6 x 44.45 x 3.11mm rectangular
tubular section and the shutter shall be made out of specially extruded
tubular section of size for sill member shall be 99.2 x 44.45 x 3.18mm including
glazing of 5.5 mm thick plain glass PVC/Neoprene weather stripping
screwless aluminium bidding fixer such as lock, handle, tower bolt and self
closing device of approved make. Panels of double / single glazing/plywood
shall be fixed as per details indicated in the Drawing to be prepared by the
Contractor. Partitions shall be fixed rigidly between the floor and the
structural columns/beams including provision of necessary shims for
wedging etc. Finished work shall be of rigid construction, erected truly plumb
to the lines and levels, at locations as per the construction Drawings to be
prepared by the contractor.

Specific provisions as stipulated for steel doors, windows, ventilators under


clause 8.7.8 shall also be applicable for this item work. glazing beads shall be
of the snap-fit type suitable for the thickness of glazing proposed as indicated
in the items of works prepared by the contractor. a layer of clear transparent
lacquer shall be applied on aluminium sections to protect them from damage
during installation. This lacquer coating shall be removed after the
installation is completed.

10.7.9Steel Rolling Shutters

10.7.9.1 Materials and Workmanship

Rolled shutters shall be of an approved manufacture, conforming to the


requirements specified in IS : 6248.

The type of rolling shutter shall be self coiling type (manual) for clear areas
up to 12 sq.m, gear operated type (mechanical) for clear areas up to 35 sq.m
and electrically operated type for areas up to 50 sq.m. mechanical type of
rolling shutters shall be suitable for operation from both inside and outside
with the crank handle or chain gear operating mechanism duly considering
the size of wall/column. Electrical type of rolling shutter shall also be
provided with a facility for emergency mechanical operation.

CE(PMC),PHED, Ajmer 436 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

Rolling shutters shall be supplied duly considering the type, specified clear
width/height of the opening and the location of fixing as indicated in the
Drawings prepared by the Contractor.

Rolling shutters of approved make, made of 80 x 1.25mm MS laths interlocked


together through their entire length and jointed together at the end by end
locks mounted on specially designed pipe shaft with brackets, side guides
and arrangements for inside and outside locking with mechanical device
chain and crank operation for operating rolling shutters exceeding 10.00 Sqm
including spring hooks, providing and fixing necessary 25.3 cm long wire
springs grade No.2 and MS top cover 1.25 mm thick (RS). Shutters shall be
built up of interlocking laths 75mm width between rolling centres formed
from cold rolled steel strips. The thickness of the steel strip shall not be less
than 0.90mm for shutters up to 3.50m width and not less than 1.20mm for
shutters above 3.50m width. Each lath section shall be continuous single piece
without any welded joint.

The guide channel out of mild steel sheets of thickness not less than 3.15 mm
shall be of either rolled, pressed or built up construction. The channel shall be
of size as stipulated in IS : 6248 for various clear widths of the shutters.

Hood covers shall be of mild steel sheets not less than 0.90mm thick and of
approved shape.

Rolling shutters shall be provided with a central hasp and staple safety device
in addition to one pair of lever locks and sliding locks at the ends.

All component parts of the steel rolling shutter (excepting springs and insides
of guide channel) shall be provided with one coat of zinc chrome primer
conformity to IS : 2074 at the shop before supply. These surface shall be given
and additional coat of primer after erection at the site along with the number
of coats and type of finish paint as specified in the respective items of works
prepared by the Contractor. Painting shall be carried out as per clause 10.7.28.

In case of galvanised rolling shutter, the lath sections, guides, lock plate,
bracket plates, suspension shaft and the hood cover shall be hot dip
galvanised with a zinc coating containing not less than 97.5 percent pure zinc.
The weight of the zinc coating shall be at least 610 gms/sq.m

CE(PMC),PHED, Ajmer 437 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

Guide channels shall be installed truly plumb at the specified location.


Bracket plate shall be rigidly fixed with necessary bolts and holdfasts.
Workmanship of erection shall ensure strength and rigidly of rolling shutter
for trouble free and smooth operation.

10.7.10 Base Concrete

The thickness and grade of concrete and reinforcement shall be as specified in


items of works prepared by the Contractor.

Before placing the blinding concrete, the sub-base of rubble packing shall be
properly wetted and rammed. Concrete for the base shall then be deposited
between the forms, thoroughly tamped and surface finished level with the top
edges of the forms. Two or three hours after the concrete has been laid in
position, the surface shall be roughened using steel wire brush to remove any
scum or laitance and swept clean so that the coarse aggregates are exposed.
The surface of the base concrete shall be left rough to provide adequate bond
for the floor finish to be provided later.

10.7.11 Marble Flooring

10.7.11.1 Material

Marble stone flooring table rubbed with, 18 to 20 mm thick Makarana


Adanga/andhiar/ Marble (up to tile size 1501 to 3600 sq cm) over 20 mm
(Av.) thick base of CM 1:4 jointing with white cement mortar 1:2 (1 white
cement:2 marble dust) with pigment to match the shade of the marble slab
including grinding , rubbing and polishing shall be provided.

10.7.11.2 Workmanship

Dressing of Slabs/Tiles

Every stone shall be cut to the required size and shape, fine chisel dressed on
all sides to the full depth so that a straight edge laid along the sides of the
stone shall be fully in contact with it. The top surface shall also be fine chisel
dressed to remove all waviness. All angle and edges of the marble slabs shall

CE(PMC),PHED, Ajmer 438 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

be true, square and free from chippings and the surface shall be true and
plane.

The thickness of the slab/tiles shall not be less than 18 mm to 20 mm thick.

Laying

Base concrete or the RCC slab on which the slabs are to be laid shall be
cleaned, wetted and mopped. The bedding for the slab/tiles shall be with
cement mortar 1:4 or with lime mortar (1 lime putty : 1 surkhi : 1 coarse sand)
as given in the description of the item.

The average thickness of the bedding mortar under the slab shall be 20 mm
and the thickness at any place under the slab shall be not less than 12 mm.

The slab/tiles shall be laid and jointed in the same manner as prescribed for
terrazzo and plain cement tiling work below.

10.7.11.3 Polishing & Finishing

The flooring stone and stair treads shall be delivered to site after the first
machine grinding. Machine grinding and polishing shall be commenced only
after a lapse of 14 days of laying. The sequence and three numbers of machine
grinding operations, usage of the type of carborundum stones, filling up of
pin holes, watering etc up to granite finish shall be carried out all as specified
in IS : 1443.

10.7.12 Terrazzo and Plain Cement Tiling Work

10.7.12.1 Materials

Terrazzo tiles shall generally conform in all respects to standards stipulated in


IS: 1237. Tiles shall be of the best quality manufactured adopting hydraulic
pressure of not less than 14 N/mm2.

The type, quality, size, thickness, colour etc., of the tiles for flooring / dado /
skirting shall be as specified.

The aggregates for terrazzo topping shall consist of marble chips which are
hard, sound and dense. Cement to be used shall be either ordinary portland

CE(PMC),PHED, Ajmer 439 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

cement or white cement with or without colouring pigments. The bidder mix
shall be with 3 parts of cement to 1 part of marble powder by weight. The
proportion of cement shall be inclusive of any pigments. For every one part of
cement -marble powder binder mix, the proportion of aggregates shall be 1.75
parts by volume, if the chips are between 1 mm to 6 mm and 1.50 parts by
volume if the chips are between 6 mm to 25 mm.

The minimum thickness of wearing layer of terrazzo tiles shall be 5 mm for


tiles with chips of size varying from 1 mm up to 6 mm or from 1 mm up to 12
mm. This shall be 6 mm for tiles with chips varying from 1 mm up to 25 mm.
The minimum thickness of wearing layer of cement /coloured cement tiles
shall be 5 mm. This shall be 6 mm for heavy duty tiles . Pigment used in the
wearing layer shall not exceed 10 percent of the weight of cement used in the
mix.

10.7.12.2 Workmanship

Laying and finishing of tiles shall conform to the requirements of


workmanship stipulated in IS: 1443.

Tiling work shall be commenced only after the door and window frames are
fixed and plastering of the walls/ceiling is completed. Tiles which are fixed to
the floor adjoining the wall shall go 10 mm under the plaster. Wall plastering
shall not be carried out upto about 50 mm above the level of proposed
skirting /dado.

The base concrete shall be furnished to a reasonably plane surface about 40 to


45 mm below the level of finished floor. Before the tiling work is taken up, the
base concrete or structural slab shall be cleaned of all loose materials, mortar
droppings, dirt, laitance etc. using steel wire brush and well wetted without
allowing any water pools on the surface.

A layer of 25 mm average thickness of cement mortar consisting of one part of


cement to 6 parts of sand shall be provided as bedding for the tiles over the
base concrete. The thickness of bedding mortar shall not be less than 12 mm at
any place. The quantity of water to be added for the mortar shall be just
adequate to obtain the workability for laying. Sand for the mortar shall
conform to IS :2116 and shall have minimum fineness modulus of 1.5. The

CE(PMC),PHED, Ajmer 440 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

surface shall be left rough to provide a good bond for the tiles. The bedding
shall be allowed to harden for a day before laying of the tiles.

Neat cement slurry of honey like consistency using 4.4 kg of cement per sq. m.
of floor area shall be spread over the hardened mortar bedding over such an
area at a time as would accommodate about 20 tiles. Tiles shall be fixed in this
slurry one after the other, each tile being gently tapped with a wooden mallet
till it is properly bedded and in level with the adjoining tiles. The joints shall
be in straight lines and shall normally be 1.5 mm wide. On completion of
laying of the tiles in a room, all the joints shall be cleaned and washed fairly
deep with a stiff broom/wire brush to a minimum depth of 5 mm. The day
after the tiles have been laid, the joints shall be filled with cement grout of the
same shade as the colour of the matrix of the tile. For this purpose white
cement or grey cement with or without pigments shall be used. The freshly
laid portions of the tiles shall be prevented from damage by providing
suitable barriers. The flooring should be kept moist and left undisturbed for 7
days for the bedding /joints to set properly. After this it may be used for light
traffic. Heavy traffic shall not be allowed on the floor for atleast 14 days after
fixing of the tiles.

About a week after laying the tiles, each and every tile shall be lightly tapped
with a small wooden mallet to find out if it gives a hollow sound; if it does,
such tiles along with any other cracked or broken tiles shall be removed and
replaced with new tiles to proper line and level. The same procedure shall be
followed again after grinding the tiles and all damaged tiles replaced,
properly jointed and finished to match. For the purpose of ensuring that such
replaced tiles match with those laid earlier, it is necessary that the Contractor
shall procure sufficient quantity of extra tiles to meet this contingency.

Wherever a full tile cannot be provided, tiles shall be cut to size and fixed.
Floor tiles adjoining the wall shall go about 10 mm under the plaster, skirting
or dado.

The skirting and dado work shall be executed only after laying tiles on the
floor. For dado and skirting work, the vertical wall surface shall be
thoroughly cleaned and wetted. Thereafter it shall be evenly and uniformly
covered with 10 mm thick backing of 1:4 cement sand mortar. For this work

CE(PMC),PHED, Ajmer 441 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

the tiles as obtained from the factory shall be of the size required and
practically full polished. The back of each tile to be fixed shall be covered with
a thin layer of neat cement paste and tile shall then be gently tapped against
the wall with a wooden mallet. Fixing shall be done from the bottom of the
wall upwards. The joints shall be in straight lines and shall normally be 1.5
mm wide. Any difference in the thickness of the tiles shall be evened out in
the backing mortar or cement paste so that the tile faces are in conformity and
truly plumb. Tiles for use at the corners shall be suitably cut with beveled
edges to obtain a neat and true joint. After the work has set, hand polishing
with carborundum stones shall be done so that the surface matches with the
floor finish.

Wall plastering of the strip left out above the level of skirting/dado shall be
taken up after the tiles are fixed.

The sequence and three numbers of machine grinding operations, usage of


the type of carborundum stones, filling up of pin holes, watering etc. shall be
carried out all as specified in IS : 1443.

Tiles shall be laid to the levels specified. Where large areas are to be tiled the
level of the central portion shall be kept 10 mm higher than that at the walls to
overcome optical illusion of a depression in the central portion. Localised
deviation of ± 3 mm in any 3 m length is acceptable in a nominally flat floor.

10.7.13 In -situ Terrazzo Work

10.7.13.1 Materials

Cement shall first be mixed with the marble powder in dry state. The mix
thus obtained shall be mixed with the aggregates in the specified proportions.
Care shall be taken not to get the materials in to a heap which results in the
coarsest chips falling to the edges and cement working to the centre at the
bottom. Materials shall be kept, as far as possible, in an even layer during
mixing. After the materials have been thoroughly mixed in the dry state,
water shall be added, just adequate to obtain plastic consistency for the
desired workability for laying. The mix shall be used in the works within 30
minutes of the addition of water to the cement.

CE(PMC),PHED, Ajmer 442 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

10.7.13.2 Workmanship

The thickness, type, quality, size and colour of chips etc. for the in-situ
terrazzo finish for flooring/dado/skirting shall be as specified in the
respective items of works prepared by the Contractor. Laying and finishing of
in-situ work shall conform to the requirements of workmanship stipulated in
IS : 2114.

In-situ terrazzo finish shall be laid over hardened concrete base. The finish
layer consists of an under layer and terrazzo topping. The under layer shall be
of cement concrete of mix 1:2:4 using 10 mm down graded coarse aggregates.
The combined thickness of under layer and topping shall not be less than 30
mm for flooring and 20 mm for dado/skirting work.

The minimum thickness of toppings shall be 9 mm with marble size chips


between 4 mm to 7 mm and 12 mm with chips size between 7 mm to 10 mm.

Both the under layer and later the topping shall be divided into panels not
exceeding 2 sq.m. for laying so as to reduce the possibility of development of
cracks. The longer dimension of any panel shall not exceed 2 m. Dividing
strips shall be used to separate the panels. When the dividing strips are not
provided, the bays shall be laid alternately, allowing an interval of at least 24
hours between laying adjacent bays.

Dividing strips shall be either of aluminum, brass or other material as


indicated in the items of works prepared by the Contractor. Aluminum strips
should have a protective coating of bitumen. The thickness of the strips shall
be not less than 1.5 mm and width not less than 25 mm for flooring work.

Concrete base shall be finished to a reasonably plane surface to a level below


the finished floor elevation equal to the specified thickness of terrazzo finish.
Before spreading the under layer, the base concrete surface shall be cleaned of
all loose materials, mortar droppings, dirt, laitance etc. and well wetted
without allowing any water pools on the surface. Dividing strips or screed
strips, if dividing strips are not provided shall be fixed on the base and
leveled to the correct height to suit the thickness of the finish. Just before
spreading the under layer the surface shall be smeared with cement slurry at
2.75 Kg/sq.m. Over this slurry, the under layer shall be spread and leveled

CE(PMC),PHED, Ajmer 443 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

with a screeding board. The top surface shall be left rough to provide a good
bond for the terrazzo topping.

Terrazzo topping shall be laid while the under layer is still plastic and
normally between 18 to 24 hours after the under layer is laid. Cement slurry
of the same colour as the topping shall be brushed on the surface immediately
before laying is commenced. The terrazzo mix shall be laid to a uniform
thickness and compacted thoroughly by tamping and with a minimum of
troweling. Straight edge and steel floats shall be used to bring the surface true
to the required level in such a manner that the maximum amount of marble
chips come up and spread uniformly all over the surface.

The surface shall be left dry for air-curing for a period of 12 to 18 hours.
Thereafter it shall be cured by allowing water to stand in pools for a period of
not less than 4 days. Machine grinding and polishing shall be commenced
only after a lapse of 7 days from the time of completion of laying. The
sequence and four numbers of machine grinding operations, usage of the type
of carborundum stones, filling up of pinholes, wet curing, watering etc. shall
be carried out all as specified in IS : 2114.

10.7.14 Kota Stone Slab work

10.7.14.1 Materials

The slabs shall be of approved selected quality, hard, sound, dense and
homogeneous in texture, free from cracks, decay, weathering and flaws. The
percentage of water absorption shall not exceed 5 percent as per test
conducted in accordance with IS : 1124.

The slabs shall be machine cut to the required thickness. Tolerance in


thickness for dimensions of tile more than 100 mm shall be ± 5 mm. This shall
be ± 2 mm on dimensions less than 100 mm.

Slabs shall be supplied to the specified size with machine cut edges to the full
depth. All angles and edges of the slabs shall be true and square, free from
any chipping giving a plane surface. Slabs shall have the top surface machine
polished (first grinding) before being brought to site. The slabs shall be
washed clean before laying.

CE(PMC),PHED, Ajmer 444 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

10.7.14.2 Workmanship

The type, size, thickness and colour/shade etc., of the slabs for
flooring/dado/skirting shall be as specified in the respective items of works
prepared by the Contractor and approved by Engineer-in-charge.

Preparation of the concrete base, laying and curing shall be as per clause 0.

Dado/skirting work shall be as per clause 0. The thickness of the slabs for
dado/skirting work shall not be more than 25 mm. Slabs shall be so placed
that the back surface is at a distance of 12 mm. If necessary, slabs shall be held
in position temporarily by suitable method. After checking for verticality, the
gap shall be filled and packed with cement sand mortar of proportion 1:3.
After the mortar has acquired sufficient strength, the temporary arrangement
holding the slab shall be removed.

The flooring stone and stair treads shall be delivered to site after the first
machine grinding. Machine grinding and polishing shall be commenced only
after a lapse of 14 days of laying. The sequence and three numbers of machine
grinding operations, usage of the type of carborundum stones, filling up of
pin holes, watering etc. shall be carried out all as specified in IS : 1443.

10.7.15 Glazed Tile Finish

10.7.15.1 Materials

Glazed earthenware tiles shall conform to the requirements of IS: 777. Tiles
shall be of the best quality from an approved manufacturer. The tiles shall be
flat, true to shape and free from flaws such as crazing, blisters, pinholes,
specks or welts. Edges and underside of the tiles shall be free from glaze and
shall have ribs or indentations for a better anchorage with the bedding
mortar. Dimensional tolerances shall be as specified in IS: 777.

10.7.15.2 Workmanship

The total thickness of glazed tile finish including the bedding mortar shall be
20 mm in flooring /dado/skirting. The minimum thickness of bedding
mortar shall be 12 mm for flooring and 10 mm for dado/skirting work.

CE(PMC),PHED, Ajmer 445 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

The bedding mortar shall consist of 1 part of cement to 3 parts of sand mixed
with just sufficient water to obtain proper consistency for laying. Sand for the
mortar shall conform to IS:2116 and shall have minimum fineness modulus of
1.5.

Tiles shall be soaked in water for about 10 minutes just before laying. Where
full size tiles cannot be fixed, tiles shall be cut to the required size using
special cutting device and the edges rubbed smooth to ensure straight and
true joints.

Coloured tiles with or without designs shall be uniform and shall be


preferably procured from the same batch of manufacture to avoid any
differences in the shade.

Tiles for the flooring shall be laid over hardened concrete base. The surface of
the concrete base shall be cleaned of all loose materials, mortar droppings etc.
well wetted without allowing any water pools on the surface. The bedding
mortar shall then be laid evenly over the surface, tamped to the desired level
and allowed to harden for a day. The top surface shall be left rough to
provide a good bond for the tiles. For skirting and dado work, the backing
mortar shall be roughened using a wire brush.

Neat cement slurry using 3.3 kg cement per sq. m. of floor area shall be spread
over the hardened mortar bed over such as area as would accommodate
about 20 tiles. Tiles shall be fixed in this slurry one after the other, each tile
being gently tapped with a wooden mallet till it is properly bedded and in
level with the adjoining tiles. For skirting and dado work, the back of the tiles
shall be smeared with cement slurry for setting on the backing mortar. Fixing
of tiles shall be done from the bottom from the bottom of the wall upwards.
The joints shall be in perfect straight lines and as thin as possible but shall not
be more than 1 mm wide. The surface shall be checked frequently to ensure
correct level/required slope. Floor tiles near the walls shall enter
skirting/dado to a minimum depth of 10 mm. Tiles shall not sound hollow
when tapped.

All the joints shall be cleaned of gray cement with wire brush to a depth of
atleast 3 mm and all dust, loose mortar etc. shall be removed. White cement

CE(PMC),PHED, Ajmer 446 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

with or without pigment shall then be used for flush pointing the joints.
Curing shall then be carried out for a minimum period of 7 days of the
bedding and joints to set properly. The surface shall then be cleaned using a
suitable detergent, fully washed and wiped dry.

10.7.16 In-Situ Cement Concrete Floor Topping

10.7.16.1 Materials

The mix proportion for the in-situ concrete floor topping shall be 1:2.5:3.5 (one
part cement : two and half parts sand : three and half parts coarse aggregates)
by volume unless otherwise specified.

The aggregates shall conform for the requirements of IS : 383.

Coarse aggregates shall have high hardness surface texture and shall consist
of crushed rock of granite, basalt, trap or quartzite. The aggregate crushing
valve shall not exceed 30 percent. The grading of the aggregates of size 12.5
mm and below shall be as per IS: 2571.

Grading of the sand shall be within the limits indicated in IS: 2571.

10.7.16.2 Workmanship

The thickness of the floor topping shall be as specified in the items of work
prepared by the Contractor. The minimum thickness of the floor topping shall
be 25 mm.

Preparation of base concrete /structural slab before laying the topping shall
be as per clause 10.7.10. The surface shall be rough to provide adequate bond
for the topping.

Mixing of concrete shall be done thoroughly in mechanical mixer unless hand


mixing is specifically permitted by the Engineer-in-Charge. The concrete shall
be as stiff as possible and the amount of water added shall be the minimum
necessary to give just sufficient plasticity for laying and compacting. The mix
shall be used in the work within 30 minutes of the addition of water for its
preparation.

CE(PMC),PHED, Ajmer 447 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

Floor finish shall be laid in suitable panels to reduce the risk of cracking. No
dimension of a panel shall exceed 2 meters and the length of a panel shall not
exceed one and a half times its breadth. Topping shall be laid in alternate
panels, the intermediate panels being cast after a gap of atleast one day.
Construction joints shall be plain vertical butt joints.

Screed strips shall be fixed dividing the area into suitable panels. Immediately
before depositing the concrete topping, neat cement slurry at 2.75 kg/sq.m. of
area shall be thoroughly brushed into the prepared surface. Topping shall
then be laid, very thoroughly tamped, struck off level and floated with
wooden float. The surface shall then be tested with a straight edge and
mason’s spirit level to detect any inequalities and these shall be made good
immediately.

Finishing of the surface by troweling shall be spread over a period of one to


six hours depending upon the temperature and atmospheric conditions. The
surface shall be trowelled 3 times at intervals so as to produce a smooth
uniform and hard surface. Immediately after laying, the first trowelling just
sufficient to give a level surface shall be carried out avoiding excessive
trowelling at this stage. The surface shall be re-trowelled after sometime to
close any pores and to scrap off excess water or laitance, which shall not be
trowelled back into the topping. Final trowelling shall be done well before the
concrete has become too hard but at time when considerable pressure is
required to make any impression on the surface. Sprinkling of dry cement or
cement sand mixture for absorbing moisture shall not be permitted.

Immediately after the surface is finished, it shall be protected suitably from


rapid drying due to wind/sunlight. After the surface has hardened
sufficiently to prevent any damage to it, the topping shall be kept
continuously moist for a minimum period of 10 days.

It is preferable to lay the topping on hardened base concrete, as against being


laid monolithically with a lesser thickness, since proper levels and slopes with
close surface tolerances is achievable in practice, owing to its greater
thickness. Further, as this would be laid after all other building operations are
over, there will be no risk of any damages or discoloration to the floor finish
which are difficult to repair satisfactorily.

CE(PMC),PHED, Ajmer 448 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

10.7.17 In-Situ Granolithic Concrete Floor Topping

10.7.17.1 Materials and Workmanship

The requirements of materials and workmanship shall be all as per clause


7.7.17 for in situ cement concrete floor topping except that the mix proportion
of the concrete shall be 1:1:2 (cement : sand : coarse aggregates) by volume.

The minimum thickness of granolithic floor topping on hardened concrete


base shall be 40 mm.

10.7.18 Floor Hardener Topping

10.7.18.1 Materials and Workmanship

Floor Hardener topping shall be provided either as integrally finished over


the structural slab/grade slab or laid monolithically with the
concrete/granolithic floor finish on top of hardened concrete base.

Floor hardener of the metallic or non-metallic type suitable for the


performance of normal/medium /heavy duty function of the floor, the
quantum of ingredients and the thickness of topping shall be as specified in
the respective items of work prepared by the Contractor.

For monolithic application with the floor finish/slab the thickness of the layer
shall be 15 mm. The topping shall be laid within 2 to 3 hours after concrete is
laid when it is still plastic but stiffened enough for the workmen to tread over
it by placing planks. The surface for the concrete layer shall be kept rough for
providing adequate bond for the topping. Laitance shall be removed before
placing the topping. The topping shall be screed and thoroughly compacted
to the finished level. Trowelling to smooth finish shall be carried out as per
clause 10.7.16. After the surface has hardened sufficiently, it shall be kept
continuously moist for atleast 10 days.

The procedure for mixing the floor hardener topping shall be as per
manufacturer’s instructions.

Surface shall be prevented from any damages due to subsequent building


operations by covering with 75 mm thick layer of sand.

CE(PMC),PHED, Ajmer 449 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

10.7.19 PVC Sheet/Tile Flooring

10.7.19.1 Materials

PVC floor covering shall be of either unbaked homogeneous flexible type in


the form of sheets/tiles conforming to IS :3462 or homogeneous PVC asbestos
tiles conforming to IS : 3461.

The surface of the sheet/tiles shall be free from any physical defects such as
pores, blisters, cracks etc. which affects the appearance and serviceability.
Tiles /sheets shall meet with the tolerance limits in dimensions specified in
the IS. Contractor shall submit the test certificates, if so desired by the Engineer-
in-Charge.

Each tile/sheet shall be legible and indelibly marked with the name of the
manufacturer or his trade mark, IS certificate mark, and batch number.

The adhesive to be used for laying the PVC flooring shall be rubber based and
of the make as recommended and approved by the manufacturer of PVC
sheets/tiles.

The type, size, colour, plain or mottled and the pattern shall be as specified in
the respective items of work prepared by the Contractor.

10.7.19.2 Workmanship

PVC Floor covering shall be provided over an underbed of cement concrete


floor finish over the base concrete or structural slab. It is essential that the sub-
floor and the underbed are perfectly dry before laying the PVC flooring. This
shall be ensured by methods of testing as stipulated in Appendix -A of IS
:5318.

The surface of the underbed shall have trowelled finish without any
irregularities which creates poor adhesion. Surface shall be free of oil or
grease and thoroughly cleaned of all dust, dirt and wiped with a dry cloth.

PVC sheets/tiles shall be brought to the temperature of the area in which they
are to be laid by stacking in a suitable manner within or near the laying area
for a period of about 24 hours. Where air-conditioning is installed, the

CE(PMC),PHED, Ajmer 450 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

flooring shall not be laid on the underbed until the A/C units have been in
operation for atleast 7 days. During this period, the temperature range shall
be between 20 deg. C and 30 deg. C and this shall be maintained during the
laying operations and also for 48 hours thereafter.

Layout of the PVC flooring shall be marked with guidelines on the underbed
and PVC tiles/sheets shall be first laid for trial, without using the adhesive,
according to the layout.

The adhesive shall be applied by using a notched trowel to the surface of the
underbed and to the backside of PVC sheets/tiles. When the adhesive has set
sufficiently for laying, it will be tacky to the touch, which generally takes
about 30 minutes. The time period need be carefully monitored since a longer
interval will affect the adhesive properties. Adhesive shall be uniformly
spread over only as much surface area at one time which can be covered with
PVC flooring within the stipulated time.

PVC sheet shall be carefully taken and placed in position from one end
onwards slowly so that the air will be completely squeezed out between the
sheet and the background surface and no air pockets are formed. It shall then
be pressed with a suitable roller to develop proper contact. The next sheet
shall be laid edge to edge with the sheet already laid, so that there is
minimum gap between joints. The alignment shall be checked after each row
of sheet is completed and trimmed if considered necessary. Tiles shall be laid
in the same manner as sheets and preferably, commencing from the centre of
the area. Tiles should be lowered in position and pressed firmly on to the
adhesive with minimum gap between the joints. Tiles shall not be slided on
the surface. Tiles shall be rolled with a light wooden roller of about 5 kg to
ensure full contact with the underlay. Work should be constantly checked to
ensure that all four edges of adjacent tiles meet accurately.

Any excess adhesive which may squeeze up between sheet/tiles shall be


wiped off immediately with a wet cloth. Suitable solvents shall be used to
remove hardened adhesive.

CE(PMC),PHED, Ajmer 451 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

A minimum period of 24 hours shall be given after laying for the


development of proper bond of the adhesive. When the flooring is thus
completed, it shall be cleaned with a wet cloth soaked in warm soap solution.

Metallic edge strips shall be used to protect the edges of PVC sheets/tiles
which are exposed as in doorways/stair treads.

Hot sealing of joints between adjacent PVC sheet flooring to prevent creeping
of water through the joints shall be carried out, using special equipment as
per manufacturer’s instructions.

10.7.20 Acid Resisting Brick / Tiling Work (for lab)

10.7.20.1 Materials

The acid resisting tiles shall conform to the requirements of IS: 4457. Acid
resistant bricks shall conform to the requirements of IS: 4860.

The finished tile/brick when fractured shall appear fine grained in texture,
dense and homogeneous. Tile/brick shall be sound, true to shape, flat, free
from flaws and any manufacturing defects affecting their utility. Tolerance in
dimensions shall be within the limits specified in the respective IS.

The tiles/bricks shall be bedded and jointed using chemical resistant mortar
of the resin type conforming to IS: 4832 (Part II). Method of usage shall
generally be as per the requirements of IS: 4443.

10.7.20.2 Workmanship

The resin shall have viscosity for readily mixing with the filler by manual
methods. The filler shall have graded particles, which permit joint thickness
of 1.5 mm.

The base concrete surface shall be free form dirt and thoroughly dried. The
surface shall be applied with a coat of bitumen primer conforming to IS:3384.
The primed surface shall then be applied with a uniform coat of bitumen
conforming to IS: 1580. Tiles or bricks shall be laid directly without the
application of bitumen, if epoxy or polyester resin is used for the mortar.

CE(PMC),PHED, Ajmer 452 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

Just adequate quantity of mortar which can be applied within the pot life as
specified by the manufacturer shall be prepared at one time for bedding and
jointing. Rigid PVC/Stainless Steel/chromium plated tools shall be used for
mixing and laying.

For laying the floor 6 to 8 mm thick mortar shall be spread on the back of the
tile/brick. Two adjacent sides of the tile/brick shall be smeared with 4 to 6
mm thick mortar. Tile/brick shall be pressed into the bed and pushed against
the floor and with the adjacent tile/brick, until the joint in each case is 2 to 3
mm thick. Excess mortar shall then be trimmed off and allowed to harden
fully. Similar procedure shall be adopted for the work on walls by pressing
the tile/brick against the prepared wall surfaces and only one course shall be
laid at a time until the initial setting period.

The mortar joints shall be cured for a minimum period of 72 hours with 20 to
25% hydrochloric acid or 30 to 40% sulphuric acid. After acid curing, the
joints shall then be washed with water and allowed to thoroughly dry. The
joints shall then be filled with mortar to make them smooth and plane. Acid
curing is not required to be carried out if epoxy or polyester and furane type
of resin is used for the mortar.

Resin mortars are normally self curing. The area tiled shall not be put to use
before 48 hours in case epoxy, polyester and furane type of resin is used for
the mortar. If phenolic or cashew nut shell liquid resin is used for the mortar,
the area tiled shall not be put to use for 7 to 28 days respectively, without heat
treatment. This period shall be 2 to 6 days respectively, if heat treatment is
given with infrared lamp.

10.7.21 Epoxy Lining Work

10.7.21.1 Materials

The epoxy resin and hardener formulation for laying of joint less lining work
in floors and walls of concrete tanks/trenches etc. shall be as per the
requirements of IS: 9197.

The epoxy composition shall have the chemical resistance to withstand the
following conditions of exposure:

CE(PMC),PHED, Ajmer 453 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

1Hydrochloric acid up to 30% concentration

2Sodium hydroxide up to 50% concentration

3Liquid temperature up to 60 deg. C.

4Ultraviolet radiation

5Alternate wetting and drying

Sand shall conform to grading zone III or IV of IS: 383.

The hardener shall be of the liquid type such as aliphatic Amine or an


Aliphatic/Aromatic Amine Adduct for the epoxy resin. The hardener shall
react with epoxy resin at normal ambient temperature.

Contractor shall furnish test certificates for satisfying the requirements of the
epoxy formulation if so directed by the Engineer-in-Charge.

10.7.21.2 Workmanship

The minimum thickness of epoxy lining shall be 4 mm. It is essential that the
concrete elements are adequately designed to ensure that water is excluded to
permeate to the surface, over which the epoxy lining is proposed.

The epoxy lining shall be of the trowel type to facilitate execution of the
required thickness for satisfactory performance.

The concrete surfaces over which epoxy lining is to be provided shall be


thoroughly cleaned of oil or grease by suitable solvents, wire brushed to
remove any dirt/dust and laitance. The surfaces shall then be washed with
dilute hydrochloric acid and rinsed thoroughly with plenty of water or dilute
ammonia solution. The surfaces shall then be allowed to dry. It is essential to
ensure that the surfaces are perfectly dry before the commencement of epoxy
application.

Just adequate quantity of epoxy resin which can be applied within the pot life
as specified by the manufacturer shall be prepared at one time for laying and
jointing.

CE(PMC),PHED, Ajmer 454 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

Rigid PVC/stainless steel/chromium plated tools shall be used for laying.


Trowelling shall be carried out to obtain uniformly the specified thickness of
lining.

Lining shall be allowed to set without disturbance for a minimum period of


24 hours. The facility shall be put to use only after a minimum period of 7
days of laying of the lining.

10.7.22 Water -Proofing

10.7.22.1 General

The work shall include waterproofing for the building roofs, terraces, toilets,
floor slabs, walls, and any other areas and at any other locations and
situations as directed by the Engineer-In-Charge. The water proofing shall be
done only for flat slabs.

The waterproofing treatment shall be carried out on top of brick bat coba laid
in cement sand mortar 1:4 in square pattern having a thickness 75 to 100 mm
so as to maintain a roof slope of 1 in 60. The brick bats shall be covered by 25
mm thick finishing coat of cement sand mortar 1:4 mix including water
proofing compound @ 2% of cement used.

The work shall be carried out by an experienced specialist Sub-Contractor


who shall be appointed only after prior approval of the Engineer-in-Charge.

10.7.22.2 Modified Bituminous Membrane

Modified Bituminous Membrane shall be “SUPER THERMOLAY” 4 mm


thick weighing 4 Kg/sq.m, manufactured using APP Polymer modified
bitumen with a central core of non-woven polyester reinforcement (200
gms/sqm) and with top and bottom layers of thermofusible film (top layer
could also be sand finished) of stanoland make, duly approved by the EIC.

10.7.22.3 Water proofing of Horizontal Surfaces (Pumping Station)

The waterproofing shall be applied as follows:

Bitumen primer shall confirm to IS:3384. Bitumen felt shall confirm to IS:1322
& IS:7193. Bonding material for used between successive felts and between

CE(PMC),PHED, Ajmer 455 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

roof surface and felt shall confirm to industrial blown type bitumen of grade
85/25 or 90/15 confirming to IS:702. For top dressing bitumen shall be
industrial blown type as per IS:702 of penetration note more than 40.

A roll of Modified Bituminous Membrane shall be unrolled over the primed


surface and completely bonded to the substrate by pressing down even for
the full width of the roll using a wooden roller. Torching shall be done, where
recommended by the manufacture and where directed by the Engineer-in-
Charge, as the unrolling progresses.

The side overlaps shall be minimum 100 mm whereas the end overlaps shall
be minimum 150 mm; both shall be bonded and sealed by flame torching.

Care shall be taken that the membrane is lapped with the treatment along the
vertical surface and roof gutter treatment for at least 500 mm.

The membrane shall be properly overlapped/terminated at all openings,


rainwater downtakes etc. to ensure that such junctions do not become sources
of leakage.

Top of membrane finally shall be painted with antiglouse reflective paint.

10.7.22.4 Waterproofing of Vertical Surfaces at Roof Level and Gutters

The waterproofing shall be applied as described in (a) above.

Modified Bituminous membrane shall be unrolled and bonded to the


substrate after applying a coat of bitumen and by pressing down evenly for
the full width of the roll.

Light torching shall be done to ensure complete bonding.

The membrane shall be overlapped with treatment for the horizontal surface
by at least 500 mm.

The membrane shall be taken up to a pre-cut chase anchored and sealed.

10.7.22.5 Khurras and Rainwater Down Pipes

CE(PMC),PHED, Ajmer 456 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

Down pipes shall be isolated from RCC work with 6 mm polyethylene foam
fixed with adhesive (Araldite) and sealed with silicone sealant prior to laying
membrane. A water proofing flashing composed of one layer of Hessain
based self finished felt Type 3 Grade 1 and two layers of aluminium foil of
0.075 mm thickness shall be provided. This flashing shall be carried into the
down take pipes for at least 150 mm and sealed with hot bitumen. The
Contractor shall closely coordinate the work with the agency providing and
fixing the rainwater down take pipes.

10.7.22.6 Testing

The treated area (flat and horizontal only shall be tested by allowed water to
stand on the treated areas to a depth of 150 mm for a minimum period of 72
hours.

The treated area (flat and horizontal) shall have continuous slope towards the
rainwater outlets and no water shall pond anywhere on the surface.

10.7.23 Cement Plastering Work

10.7.23.1 Materials

The proportions of the cement mortar for plastering shall be 1:4 (one part of
cement to four parts of sand). Cement and sand shall be mixed thoroughly in
dry condition and then just enough water added to obtain a workable
consistency. The quality of water and cement shall be as per relevant IS
standards. The quality and grading of sand for plastering shall conform to IS :
1542. The mixing shall be done thoroughly in a mechanical mixer unless hand
mixing is specifically permitted by the Engineer-in-Charge. If so desired by
the Engineer-in-Charge sand shall be screened and washed to meet the
Specifications. The mortar thus mixed shall be used as soon as possible
preferably within 30 minutes from the time water is added to cement. In case
the mortar has stiffened due to evaporation of water this may be re-tempered
by adding water as required to restore consistency but this will be permitted
only upto 30 minutes from the time of initial mixing of water to cement. Any
mortar which is partially set shall be rejected and removed forthwith from the
site. Droppings of plaster shall not be re-used under any circumstances.

CE(PMC),PHED, Ajmer 457 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

10.7.23.2 Workmanship

Preparation of surfaces and application of plaster finishes shall generally


conform to the requirements specified in IS : 1661 and IS : 2402.

Plastering operations shall not be commenced until installation of all fittings


and fixtures such as door/ window panels, pipes, conduits etc. are completed.

All joints in masonry shall be raked as the work proceeds to a depth of 10 mm


/ 20mm for brick/ stone masonry respectively with a tool made for the
purpose when the mortar is still green. The masonry surface to be rendered
shall be washed with clean water to remove all dirt, loose materials, etc.,
Concrete surfaces to be rendered shall be roughened suitably by hacking or
bush hammering for proper adhesion of plaster and the surface shall be
evenly wetted to provide the correct suction. The masonry surfaces should
not be too wet only damp at the time of plastering. The dampness shall be
uniform to get uniform bond between the plaster and the masonry surface.

Interior plain faced plaster

This plaster shall be laid in a single coat of 12 mm thickness. The mortar shall
be dashed against the prepared surface with a trowel. The dashing of the coat
shall be done using a strong whipping motion at right angles to the face of the
wall or it may be applied with a plaster machine. The coat shall be trowelled
hard and tight forcing it to surface depressions to obtain a permanent bond
and finished to smooth surface. Interior plaster shall be carried out on jambs,
lintel and sill faces, etc. as shown in the drawing and as directed by the
Engineer-in-Charge.

Plain Faced Ceiling plaster

This shall be applied in a single coat of 6 mm thickness. Application of mortar


shall be as stipulated in above paragraph.

Exterior plain faced plaster

CE(PMC),PHED, Ajmer 458 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

This plaster shall be applied in 2 coats. The first coat or the rendering coat
shall be approximately 14 mm thick. The rendering coat shall be applied as
stipulated above except finishing it to a true and even surface and then lightly
roughened by cross scratch lines to provide bond for the finishing coat. The
rendering coat shall be cured for at least two days and then allowed to dry.
The second coat or finishing coat shall be 6mm thick. Before application of the
second coat, the rendering coat shall be evenly damped. The second coat shall
be applied from top to bottom in one operation without joints and shall be
finished leaving an even and uniform surface. The mortar proportions for the
coats shall be as specified in the respective item of work. The finished
plastering work shall be cured for at least 7 days.

Interior plain faced plaster 20 mm thick if specified for uneven faces of brick
walls or for random/ coursed rubble masonry walls shall be executed in 2
coats similar to the procedure stipulated in above paragraph.

For external plaster, the plastering operation shall be commenced from the
top floor and carried downwards. For internal plaster, the plastering
operations for the walls shall commence at the top and carried downwards.
Plastering shall be carried out to the full length of the wall or to natural
breaking points like doors/ windows etc. Ceiling plaster shall be completed
first before commencing wall plastering.

Double scaffolding shall be used as specified:

The finished plaster surface shall not show any deviation more than 4mm
when checked with a straight edge of 2 m length placed against the surface.

To overcome the possibility of development of cracks in the plastering work


following measures shall be adopted.

1. Plastering work shall be deferred as much as possible so that fairly


complete drying shrinkage in concrete and masonry works take place.

2. Steel wire fabric shall be provided at the junction of brick masonry and
concrete to overcome reasonably the differential drying shrinkage/
thermal movement.

CE(PMC),PHED, Ajmer 459 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

3. Ceiling plaster shall be done, with a trowel cut at its junction with wall
plaster. Similarly trowel cut shall be adopted between adjacent surfaces
where discontinuity of the background exists.

10.7.24 Cement Pointing

10.7.24.1 Materials

The cement mortar for pointing shall be in the proportion of 1:4 (one part of
cement to four parts of fine sand). Sand shall conform to IS : 1542 and shall be
free from clay, shale, loam, alkali and organic matter and shall be of sound,
hard, clean and durable particles. Sand shall be approved by Engineer-in-
Charge and if so directed it shall be washed/ screened to meet specification
requirements.

10.7.24.2 Workmanship

Where pointing of joints in masonry work is specified, the joints shall be


raked at least 15 mm/ 20 mm deep in brick/ stone masonry respectively as
the work proceeds when the mortar is still green.

Any dust/ dirt in the raked joints shall be brushed out clean and the joints
shall be washed with water. The joints shall be damp at the time of pointing.
Mortar shall be filled into joints and well pressed with special steel trowels.
The joint shall not be disturbed after it has once begun to set. The joints of the
pointed work shall be neat. The lines shall be regular and uniform in breadth
and the joints shall be raised, flat, sunk or ‘V’ as may be specified in the
respective items of work. No false joints shall be allowed.

The work shall be kept moist for at least 7 days after the pointing is
completed. Wherever coloured pointing has to be done, the colouring
pigment of the colour required shall be added to cement in such proportions
as recommended by the manufacturer and as approved by the Engineer-in-
Charge.

10.7.25 Water-Proofing Admixtures

Water-proofing admixtures shall conform to the requirements of IS: 2645 and


shall be of approved manufacture. The admixture shall not contain calcium
chloride. The quantity of the admixture and method of mixing etc. to be used

CE(PMC),PHED, Ajmer 460 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

for works shall be as per manufacturer’s instructions and as directed by the


Engineer-in-Charge.

10.7.26 Painting of Concrete, Masonry & Plastered Surfaces

10.7.26.1 Materials

Oil bound distemper shall conform to IS: 428. The primer shall be alkali
resistant primer of the same manufacture as that of the distemper.

Lead free acid, alkali and chlorine resisting paint shall conform to IS: 9862.

All the materials shall be of the best quality from an approved manufacturer.
Contractor shall obtain prior approval of the Engineer-in-Charge for the
brand of manufacture and the colour/ shade. All materials shall be brought to
the site of works in sealed containers.

CE(PMC),PHED, Ajmer 461 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

10.7.26.2 Workmanship

Contractor shall obtain the approval of the Engineer-in-Charge regarding the


readiness of the surfaces to receive the specified finish, before commencing
the work on painting.

Painting of new surfaces shall be deferred as much as possible to allow for


thorough drying of the sub-strata.

The surfaces to be treated shall be prepared by thoroughly brushing them free


from dirt, mortar droppings and any loose foreign materials. Surfaces shall be
free from oil, grease and efflorescence. Efflorescence shall be removed only by
dry brushing of the growth. Cracks shall be filled with Gypsum.
Workmanship of painting shall generally conform to IS : 2395.

10.7.26.3 White Wash

The prepared surfaces shall be wetted and the finish applied by brushing. The
operation for each coat shall consist of a stroke of the brush first given
horizontally from the right and the other from the left and similarly, the
subsequent stroke from bottom upwards and the other form top downwards,
before the first coat dries. Each coat shall be allowed to dry before the next
coat is applied. Minimum of 2 coats shall be applied unless otherwise
specified. The dry surface shall present a uniform finish without any brush
marks.

10.7.26.4 Colour Wash

Colour wash shall be applied in the same way as for white wash. A minimum
of 2 coats shall be applied unless otherwise specified. The surface shall
present a smooth and uniform finish without any streaks. The finished dry
surface shall not show any signs of peeling/ powdery and come off readily on
the hand when rubbed.

10.7.26.5 Cement Paint

The prepared surfaces shall be wetted to control surface suction and to


provide moisture to aid in proper curing of the pain. Cement paint shall be
applied with a brush with stiff bristles. The primer coat shall be a thinned coat

CE(PMC),PHED, Ajmer 462 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

of cement paint. The quantity of thinner shall be as per manufacturer’s


instructions. The coats shall be vigorously scrubbed to work the paint into
any voids for providing a continuous paint film free form pinholes for
effective water proofing in addition to decoration. Cement paint shall be
brushed in uniform thickness and the covering capacity for two coats on
plastered surfaces shall be 3 to 4 kg/ sq.m. A minimum of 3 coats of the same
colour shall be applied. A least 24 hours shall be left after the first coat to
become sufficiently hard before the second coat is applied. The painted
surfaces shall be thoroughly cured by sprinkling with water using a fog spray
at least 2 to 3 times a day. Curing shall commence after about 12 hours when
the paint hardens. Curing shall be continued for at least 2 days after the
application of final coat. The operations for brushing each coat shall be as
detailed above.

10.7.26.6 Oil bound Distemper

The prepared surfaces shall be dry and provided with one coat of alkali
resistant primer by brushing. The surface shall be finished uniformly without
leaving any brush marks and allowed to dry for at least 48 hours. A minimum
of two coats of oil bound distemper shall be applied, unless otherwise
specified. The first coat shall be of a lighter tint. At least 24 hours shall be left
after the first coat to become completely dry before the application of the
second coat. Broad, stiff, double bristled distemper brushed shall be used for
the work. The operations for brushing each coat shall be as detailed above.

10.7.26.7 Acid, Alkali Resisting Paint

A minimum of 2 coats of acid/ alkali resisting paint shall be applied over the
prepared dry surfaces by brushing. Primer coat shall be as per manufacturer’s
instructions.

10.7.26.8 Acrylic Emulsion Paint

Acrylic emulsion paint shall be applied in the same way as for plastic
emulsion paint. A minimum of 2 finishing coats over one coat of primer shall
be provided unless otherwise specified.

CE(PMC),PHED, Ajmer 463 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

10.7.27 Painting & Polishing of Wood Work

10.7.27.1 Materials

0 Wood primer shall conform to IS : 3536

1 Filler shall conform to IS : 110

2 Varnish shall conform to IS : 337

3 French polish shall conform to IS : 348

4 Synthetic enamel paint conform to IS : 2932

All the materials shall be of the best quality from an approved manufacturer.
Contractor shall obtain prior approval of the Engineer-in-Charge for the
brand of manufacture and the colour/ shade. All materials shall be brought to
the site of works in sealed containers.

10.7.27.2 Workmanship

The type of finish to be provided for woodwork of either painting or


polishing, the number coats, etc. shall be as specified in the respective items of
work to be prepared by the Contractor.

Primer and finish paint shall be compatible with each other to avoid cracking
and wrinkling. Primer and finish paint shall be from the same manufacturer.

Painting shall be either by brushing or spraying. Contractor shall procure the


appropriate quality of paint for this purpose as recommended by the
manufacturer. The workmanship shall generally conform to the requirements
of IS : 2338 (Part I).

All the wood surfaces to be painted shall be thoroughly dry and free from any
foreign matter. Surfaces shall be smoothened with abrasive paper using it
across the grains and dusted off. Wood primer coat shall then be applied
uniformly by brushing. The number of primer coats shall be as specified in
the item of work to be prepared by the Contractor. Any slight irregularities of
the surface shall then be made-up by applying an optimum coat of filler
conforming to IS: 110 and rubbed down with an abrasive paper for obtaining

CE(PMC),PHED, Ajmer 464 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

a smooth surface for the undercoat of synthetic enamel paint conforming to


IS: 2932. Paint shall be applied by brushing evenly and smoothly by means of
crossing and laying off in the direction of the grain of wood. After drying, the
coat shall be carefully rubbed down using very fine grade of sand paper and
wiped clean before the next coat is applied. At least 24 hours shall elapse
between the application of successive coats. Each coat shall vary slightly in
shade and this shall be got approved by the Engineer-in-Charge. The number
of coats of paint to be applied shall be as specified in the item of work to be
prepared by the Contractor.

All the wood surfaces to be provided with clear finishes shall be thoroughly
dry and free from any foreign matter. Surfaces shall be smoothened with
abrasive paper using it in the direction of the grains and dusted off. Any
slight irregularities of the surface shall be made up by applying an optimum
coat of transparent liquid filler and rubbed down with an abrasive paper for
obtaining a smooth surface. All dust and dirt shall be thoroughly removed.
Over this prepared surface, vanish conforming to IS : 337 shall be applied by
brushing. Varnish should not be retouched once it has begun to set. Staining if
required shall be provided as directed by the Engineer-in-Charge. When two
coats of varnish is specified, the first coat should be a hard-drying undercoat
or flatting varnish which shall be allowed to dry hard before applying the
finishing coat. The number of coats to be applied shall be as specified. For
works where clear finish of French polish is specified the prepared surfaces of
wood shall be applied with the polish using a pad of woolen cloth covered by
a fine cloth. The pad shall be moistened with polish and rubbed hard on the
surface in a series of overlapping circles to give an even finish over the entire
area. The surface shall be allowed to dry before applying the next coat.
Finishing shall be carried out using a fresh clean cloth over the pad, slight
dampening with methylated spirit an rubbing lightly and quickly in circular
motions. The finished surface shall have a uniform texture and high gloss.
The number of coats to be applied shall be as specified.

10.7.28 Painting of Steel Work

10.7.28.1 Materials

1Zinc chrome primer shall conform to IS : 2074

CE(PMC),PHED, Ajmer 465 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

2Synthetic enamel paint shall conform to IS : 2932

3Aluminium paint shall conform to IS : 2339

All the materials shall be of the best quality from an approved manufacturer.
Contractor shall obtain prior approval of the Engineer-in-Charge for the
brand of manufacture and the colour/ shade. All the materials shall be
brought to the site in sealed containers.

10.7.28.2 Workmanship

Painting work shall be carried out only on thoroughly dry surfaces. Painting
shall be applied either by brushing or by spraying. Contractor shall procure
the appropriate quality of paint for this purpose as recommended by the
manufacturer. The workmanship shall generally conform to the requirement
of IS : 1477 (Part 2).

The type of paint, number of costs etc. shall be as specified in the respective
items of work.

Primer and finish paint shall be compatible with each other to avoid cracking
and wrinkling. Primer and finish paint shall be from the same manufacturer.

All the surfaces shall be thoroughly cleaned of oil, grease, dirt, rust and scale.
The methods to be adopted using solvents, wire brushing, power tool
cleaning etc., shall be as per IS: 1477 (Part - I) and as indicated in the item of
work.

It is essential to ensure that immediately after preparation of the surfaces, the


first coat of red oxide-zinc chrome primer shall be applied by brushing and
working it well to ensure a continuous film without holidays. After the first
coat becomes hard dry, a second coat of primer shall be applied by brushing
to obtain a film free from ‘holidays’. 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, the under cost of synthetic enamel
paint 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

CE(PMC),PHED, Ajmer 466 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

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 applications of successive coats.


Each coat shall vary slightly in shade and this shall be got approved by the
Engineer-in-Charge.

10.7.29 Plaster of Paris Board False Ceiling

10.7.29.1 Materials

Plaster of Paris Boards

The plaster of Paris boards to be used in the false ceiling shall be of an


approved manufacture of manufactured at site by methods and materials
approved by Engineer-in-Charge. The plaster of Paris shall be of the calcium-
sulphate semi-hydrate variety and shall contain not less than 35 percent sulfur
trioxide and other requirements as per IS: 2547 (Part - I) However, its fineness
shall be such that the residue, after drying, and sieving on I.S. sieve
designation 3.35 mm for 5 minutes shall not be more than 1 percent by
weight. Initial setting time shall not be less than 13 minutes. The average
compressive strength of plaster determined by testing 5 cm cubes 24 hours
after removal from moulds and drying in an oven at 40 Deg. C till the weight
of the cubes is constant, shall not be less than 84 Kg per sq. cm.

The plaster of Paris boards reinforced with Hessian cloth or coir shall be
prepared in suitable sizes as shown on the drawings or as directed by Engineer-
in-Charge. Wooden forms of height equal to the thickness of boards shall be
placed on truly level and smooth surface such as a glass sheet. The edges of the
boards shall be truly square. The glass sheet or surface on which form is kept
and the form sides shall be given a thin coat of non-staining oil to facilitate the
easy removal of the board. Plaster of Paris shall be evenly spread into the form
up to about half the depth and Hessian cloth or coir shall be

CE(PMC),PHED, Ajmer 467 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

pressed over the plaster of Paris layer. The weight of Hessian cloth or coir in
the board shall be 250 gm per sq. m. The ends of the Hessian/ coir
reinforcement shall be turned over at all edges to form a double layer for a
width of 50 mm. The Hessian cloth shall be of an open wed texture so as to
allow the plaster below and above to intermix with each other and form an
integral board. The form shall then be filled with plaster of Paris, which shall
be uniform pressed and the wire cut to an even and smooth surface. The
board shall then be allowed to set initially for an hour or so and then removed
from the form and allowed to dry and harden for about a week. The board
after drying and hardening shall give a ringing sound when struck. The
boards shall be true and exact to shape and size and the exposed face shall be
truly plane and smooth. The size of boards shall generally be 600 mm x 600
mm x 12 mm thick. Boards shall be kept dry in transit and stored flat in a
clean dry place and shall not be exposed to moisture. The boards shall always
be carried on edges.

Timber Frame Work

Timber for framework of false ceiling grid and hangers shall be of good
quality and well seasoned. It shall have uniform colour, reasonably straight
and close grains and shall be free from knots, cracks and sapwood. It shall be
treated with approved anti-termite preservative as directed by the Engineer- in-
Charge. Extreme care shall be taken so that the preservative treatment does not
stain the ceiling boards. In case metal hangers are used, these shall be M.S. flats
or bars, having two coats of red oxide zinc chromate paint primer, as shown on
drawings or as approved by Engineer-in-Charge.

Metal Frame Work

The metal frame work may be made of sections of light metal, such as
anodized aluminium, mild steel or as shown on the drawings. The shape of
cross-section shall be such as to facilitate proper suspension and proper fixing
of the ceiling boards covering them and shall be structurally sound and rigid.

10.7.30 Construction

Contractor shall ensure that the frame to support the ceiling is designed for
structural strength and the sizes, weight and strength of ceiling boards to be

CE(PMC),PHED, Ajmer 468 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

fixed and other loads due to live load, air-conditioning ducts, grills, electrical
wiring and lighting fixtures, thermal insulation, etc. as shown on the
drawings. Contractor shall also submit a detailed drawing to show the grid
work, sizes of grid members, method of suspension, position of openings for air-
conditioning and lighting, access doors, etc.

Structural design of timber member for the frame shall be in accordance with
IS: 883, and metal sections shall be of appropriate size and thickness and shall
be approved manufacture, all as approved by Engineer-in-Charge.

The false ceiling grid work shall be carried out as per the approved drawings
or as directed by Engineer-in-Charge. In case of timber grid work, the grid
shall consist of teak wood runners of minimum size 60 mm deep x 40 mm
wide along one direction at 1.2 m centre to centre and secondary runners of
size 50 mm deep to 40 mm wide at 60 mm centre to centre perpendicular to
the main runners.

The timber grid work shall be suspended with the help of wooden hangers or
metal hangers at 1.2 m centre to centre in both the directions. Wooden
hangers shall be adopted for flat R.C. roof slab structures whereas metal
hangers for flat R.C. roof or structural steel floors/ tresses. Metal hangers
shall be fabricated from mild steel/ galvanised flats of 35 mm x 6 mm size or
bars of 10 mm dia. Threaded at the lower end and anchored securely in the
roof concrete or welded to inserts provided on the underside of slabs, beams
etc. All M.S. hangers shall be given two coats of red oxide zinc chromate paint
primer. In case the wood work is of A.C. sheeting supported on purlins an
trusses, hangers shall be suspended from roof steel work. The arrangement of
metal hangers shall be such that the level of false ceiling can be adjusted
during fixing of the ceiling frame work. The ceiling frame work shall be
secured to hangers by means of washers and nuts. The ends of main runners
shall preferably be embedded into the masonry work.

The metal frame work when it is anodised aluminium false ceiling grid
system shall consist of aluminium main member of special T-Profile of 38 mm
x 38 mm x 1.5 mm thick, interlocking with each other to form frames of
various sizes, 600 mm x 600 mm or as shown on the drawing. The main
members shall be suspended from the roof structures by means of steel

CE(PMC),PHED, Ajmer 469 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

hangers as described for timber frame work and supported at the walls by
means of anodised aluminium wall angles.

In the case of timber frame work, all the edges of the plaster of Paris board
shall be fixed to frame members by means of counter sunk and rustless screws
of 2.74 mm size, 40 mm long at a spacing of 100 mm to 150 mm c/c and 12
mm from the edge of the board. Holes for screws shall be drilled and screws
slightly countersunk into the boards. The boards shall be fixed to wooden
framework with a joint clearance of about 3 mm. The joints shall always be in
perfect line and plane.

In case of aluminium grid system, boards shall be just placed into the frames
formed by the main ‘T’ members and the cross members fitted with the clips
for locking boards. Contractor shall take utmost care so as not to force the
boards in position and a slight gap shall be provided so as not to make a tight
joint. The boards shall be cut with a saw, if required, to any shape and size.

As the work of false ceiling may be inter-connected with the work of air-
conditioning ducts and lighting, Contractor shall fully co-operate with the
other agencies entrusted with the above work, who may be working
simultaneously. Contractor shall provide necessary openings, in the false
ceiling work for air-conditioning, lighting and other fixtures. Additional
framing, if required, for the above opening shall also be provided at no extra
cost to Employer. Removable or hinged type inspection or access trap doors
shall be provided at locations specified by Engineer-in-Charge.

10.7.30.1 Finishing

It is essential that false ceiling work should be firm and in perfect line and
level and all boards free from distortion, bulge and other defects, All defective
boards and other material shall be removed from site immediately and
replaced, and ceiling restored to original finish to the satisfaction of Engineer-
in-Charge.

The workmanship shall be highest order and all joinery work for timber work
shall be in the best workmanship manner. The joints for aluminium frame
work shall be of be inter-locking type so that when the cross member is in
place, it cannot be lifted out.

CE(PMC),PHED, Ajmer 470 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

The countersunk heads of crews and all joints shall be filled with plaster of
Paris and finished smooth. After filling the joints, a thick skin of the finishing
material shall be spread about 50 mm wide on either side of the joint and on
to it shall be trowelled dry a reinforcing scrim cloth about 10 mm wide. If
metal scrim is used, a stiffer plaster will be necessary to enable the trowelling
of the scrim down to the board.

10.7.30.2 Fire Stopping

In case of fire protective ceilings, fire resisting barriers at suitable intervals


shall be provided. These shall completely close the gap between the false
ceiling and soffit of the structural slab. The material of the barrier shall be as
indicated by Engineer-in-Charge. (Reference may be made to the British
Standards Institutions CP 290: Code of Practice for suspended ceiling and
lining of dry construction using metal fixing system, for guidance).

10.7.30.3 Asbestos Cement Corrugated Sheet Roofing

1. Asbestos cement corrugated sheets: The sheets shall be of the approved


quality and shall conform to IS:459. The sheets shall free from cracks,
chipped edges or corners and other damages.

2. Slope: The roof shall not be pitched at flatter slope than 1 vertical to 5
horizontal. The normal pitch adopted shall usually be 1 vertical to 3
horizontal.

3. Laying : The sheets shall be laid on the purlins, rafters and other roof
members as indicated in the working drawing approved by the Engineer- in-
charge.

The maximum spacing of purlins under sheets shall be 1.40 m in the case of 6
mm thick sheets and these shall in no case be exceeded. Ridge purlins shall be
fixed at 75 mm to 115 mm from the apex of the roof.

The top bearing surfaces of all purlins and of other roof members shall be in
one plane so that the sheets when being fixed shall not require to be forced
down to rest on the purlins. The finished roof shall present a uniform slope
and the line of corrugations shall be straight and true. The sheets shall be laid
with the smooth side upwards.

CE(PMC),PHED, Ajmer 471 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

The sheets shall be laid with the side lap of half a corrugation and end lap of
15 cm minimum in the case of roofs with a pitch flatter than 1 vertical to 2.5
horizontal or in the case of very exposed situations, the minimum permissible
end lap shall be 20 cms. Side laps should be laid on the side facing away from
the prevailing monsoon winds.

The free overhang of the sheets at the eaves shall not exceed 30 cm.
Corrugated sheets shall be laid from left to right starting at the eaves. The last
or top row sheets shall all have the bottom right hand corner cut with the
exception of the last sheet which shall be laid uncut. If for any reason such as
on considerations of the direction of prevailing winds, laying is to be started
from the bottom right hand corner, then the laying procedure should be
reversed.

Fixing :

Sheets shall be secured to the purlins and other roof members by means of 8
mm diameter galvanised iron J or L hook bolts and nuts. The grip of the J or L
hook bolt on the side of the purlin shall not be less than 25 mm. Each
galvanised iron J or L hook bolt shall have a bitumen washer and a galvanised
iron washer placed over the sheet before the nut is screwed down from above.
On each purlin there shall be one hook bolt on the crown adjacent to the side
lap on the either side. Bitumen washer shall be of approved manufacture.

The GI flat washer shall be 25 mm in diameter, 1.6 mm thick and the bitumen
washer shall be 35 mm in diameter and 1.5 mm thick. The length of J bolt or
crank bolt shall be equal to depth of purlin plus 90 mm.

Holes for hook bolts etc. shall be drilled and not punched, always through the
crown of the corrugation and not in valleys, in location to suit the purlins
while the sheet are on the roof in the correct position. The diameter of holes
shall be 2 mm more than the diameter of the fixing bolts. No hole shall be
nearer than 40 mm to any edge of a sheet or any accessory

10.8 LIGHTING SYSTEM

10.8.1 Scope

CE(PMC),PHED, Ajmer 472 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

This part of specifications covers supply and installation of all equipment


necessary for a complete lighting and receptacle systems, Clear Water Pump
House, Filter Plant, and all other building etc. The type of lighting fixtures
and receptacles, illumination level and approximate quantity required shall
be detailed by the contractor before execution of works so as to achieve the
required criteria.

10.8.2 Drawings and Data

The contractor shall furnish relevant descriptive and illustrative literature on


lighting fixtures and accessories dimensioned drawings/ data for the
respective lighting fixtures with manufacturer’s catalogue numbers.

It shall be the responsibility of the contractor to work out a detailed layouts in


order to provide the level of installations as indicated under Design Criteria
and shall be furnished for the approval of the Engineer-in-Charge before
commencement of installation

10.8.3 General Requirements

The Lighting system includes the following items

1. Lighting fixtures complete with Lamps and accessories

2. Lighting system equipment

3. Light control switches, receptacle units with control switch units, lighting
wires, conduits and other similar items necessary to complete lighting
system

4. Lighting fixture supports, street lighting poles and flood light towers

5. Lighting main distribution board, lighting panels.

6. Multi core cables for street, boundary and flood lighting

7. Provision of automatic on-off road switches through solar system

10.8.4 Design Requirement

10.8.4.1 Lighting Layout

CE(PMC),PHED, Ajmer 473 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

It shall be responsibility of the contractor to work out a detailed layouts for


different units/areas in order to provide the levels of illumination as
indicated in the design requirement above. The contractor shall be responsible
for measuring the levels of illumination after installation and establish
compliance with the specification.

10.8.4.2 Levels of Illumination

The design, manufacture and performance of equipment shall conform to the


latest Indian standard.

Lighting system shall be designed considering following Lux levels.

10.8.4.2.1 Pump Houses

-Pump room area150 Lux


-Mintenance bays250 Lux
-Elect. control room250 Lux
-Control Room250 Lux
-Duty Room250 Lux
-Area in front of building50 Lux
-Surrounding areas10 Lux

10.8.4.2.2 Filter Plant

-Backwash gallary and other areas


of sump pumps, compressors room250 Lux
-Chemical room150 Lux
-Chlorination Room150 Lux
-Control Room250 Lux
-Duty Room250 Lux
-Toilets 150 Lux
-Lab250 Lux
-Stores250 Lux
-Workshop200 Lux
-Corridors & Stairs100 Lux
-Rooms for Offices250 Lux

CE(PMC),PHED, Ajmer 474 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

-Outer areas of Clariflocculator


& Filter beds70 Lux
-Garage70 Lux
-Area in front of building50 Lux
-Surrounding areas20 Lux

10.8.4.2.3 Campus Areas

-Front gate of campus and


Other main crossings50 Lux

-Along the campus roads20 Lux

-Along Campus Boundary20 Lux

10.8.4.2.4 Office buildings

-Rooms250 Lux

-Corridors & Stairs100 Lux

-Bathroom100 Lux

-Area in front of building50 Lux

-Surrounding areas20 Lux

10.8.4.2.5 Residential buildings

-Rooms250 Lux

-Corridors & Stairs150 Lux

-Bathroom100 Lux

-Area in front of building50 Lux

-Surrounding areas20 Lux

In order to have higher illumination for maintenance and repairs in the pump
room area outlets of 16 A SPN shall be provided for the connection of
portable lamps. 16 A SPN switch with socket shall be provided in every bay
of the pump house on the suction and delivery side walls. The flexible
lighting fixture shall be suitable for GLS lamps.

CE(PMC),PHED, Ajmer 475 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

10.8.5 Lighting System Equipment

10.8.5.1 Main Distribution Boards and Lighting Panels Constructional Features

Boards and panels shall be sheet steel enclosed and shall be fully dust and
vermin proof, providing a degree protection of IP 52. Outdoor panels shall in
addition be completely weatherproof with a sloping canopy for protection
rain and providing a degree of protection of IP 54. The sheet used for frame,
enclosures, doors, covers and partitions shall be cold rolled 2 mm thick.

All boards and panels shall be provided with hinged doors for access to
equipment. Doors shall be gasketted all round with neoprene gaskets. For the
main floor mounted distribution boards with the switch fuse units arranged
in tier formation, the hinged door of each unit shall be interlocked so as to
prevent opening of the door when the switch is ON and to prevent closing of
the switch with the door not fully closed. However, a device for by-passing
the interlock shall be provided to enable the operation of the switch with the
door open, when necessary, for examination \ maintenance. For wall
mounting 1phase ways lighting panels when provided with MCBs, a hinged,
latched front door shall be provided with key-locking facility and a slotted
Bakelite sheet shall be provided inside. Only the MCBs operating knobs or the
fuse cap covers shall project out of the Bakelite sheet slots for safe operation
and neat appearance. Incomer to lighting panels shall be provided with TPN
MCB with ELCB.

All accessible live connections \ metals shall be shrouded and it shall be


possible to change individual fuses, switches, MCBs form the front of the
boards \ panels without danger of contact with live metal.

For floor mounting type distribution boards, adequately sized mounting


channels shall be supplied and for wall / column / structure mounting type
panels suitable mounting straps shall be provided.

Adequate interior cabling space and suitable removable cable entry plates
shall be provided for top/ bottom entry of cables through glands and or
conduits as required. Necessary number of glands to suit the specified cable
size shall be provided. Cable glands shall be screwed on type and made of
brass.

CE(PMC),PHED, Ajmer 476 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

Two earthing terminals shall be provided to suit the earthing conductor.

All sheet steel parts shall undergo rust-proofing process which should include
degreasing, de-scaling and a recognised phosphating process. The steel works
shall then be painted with two coats of Zinc – chormate primmer and two
coats of final stove-enamelled finish paint of specified colour.

10.8.5.2 Busbars

Busbars shall be copper conductor of hard drawn (HD) and high


conductivity. Busbars shall be fully insulated by encapsulation in epoxy resin
with moulded caps protecting all joints of heat shrinkable PVC sleeves and
tapes.

Busbars shall be provided with at least the minimum clearances in air as per
applicable standards for 500V, 3 phase system.

Busbars shall be adequately sized for the continuous current rating such that
the maximum temperature of the busbars, busbar risers / droppers and
contacts does not exceed 85 C under site reference temperature.

The busbars, busbars connections and busbar supports shall have sufficient
strength to withstand thermal and electro-mechanical stresses of the fuse /
MCBs let through / cut-off current associated with the specified short-circuit
level of the system.

Busbar supports shall be made from suitable insulating material such as


Hylam sheets, glass reinforced moulded plastic materials, permali wood or
cast resin. Separate supports shall be provided for each phase of the busbars.
If a common support is provided for all three phases, anti-tracking barriers
shall be incorporated.

The neutral bus of the main 3 phase 4 wire distribution board shall be rated
not less than 50% of the phase busbars. The neutral bus of the 1 phase ways
lighting panel shall be rated same as the phase busbars. The neutral bus
should have sufficient terminals and detachable links for full number of single-
phase outgoing lighting circuits.

10.8.6 Panels / Boards’ Component Equipment

CE(PMC),PHED, Ajmer 477 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

10.8.6.1 Switches / Miniature Circuit Breakers (MCB)

Switches / MCBs shall be hand operated, air break, quick make, quick break
type conforming to applicable standards.

The switch shall be protected by fuses and the MCB shall be provided with
overload / short-circuit protective device for protection under overload and
short-circuit conditions. The minimum breaking capacity of MCBs shall be 6
kA r.m.s. at 415 V/220 VD.C.

Switch shall have provision for locking in both fully open and closed position.
MCBs shall be provided with locking facility.

The connections between switch and fuse shall be insulated and all live
connections shall be shrouded.

10.8.6.2 Fuses

Fuses generally shall be of the HRC cartridge fuse-link type having a certified
rupturing capacity of 80 kA at 440 V. Fuses upto 63A for distribution system
of medium short circuit levels may be of HRC cartridge screw-cap, D type,
having a certified rupturing capacity of not less than 46kA at 440 V and 16kA
at 250 V D.C.

Fuses shall be provided with visible indication to show that they have
operated.

Cartridge fuses shall preferably be mounted in moulded in moulded plastic


carriers. If fuse-carriers are not provided, insulated fuses pulling handle shall
be provided for each size of fuse for each switchboard.

10.8.6.3 Indicating Instruments and Meters

Whenever required, instruments and meter shall be of the flush mounting


type. They shall be suitably mounted so as to provide for easy access to CTs
and small wiring.

Instruments shall be of minimum 96 mm square size,, shall have provision for


zero adjustment outside the cover and black numerals on white dial.

CE(PMC),PHED, Ajmer 478 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

Watt-hour meters shall be of direct reading electro-dynamometer type


complete with cyclometer type dials and reverse running stops.

Ammeter / Voltmeter selector switches having 3 positions and off, with stay-
put contacts rated 10A shall be provided when specified.

Potential fuses shall be provided at the tap-off point from the busbars for the
voltmeters.

10.8.6.4 Instrument Transformers

Current and voltage transformers shall be of the dry type, of metering


accuracy class 1.0. Unless otherwise specified, it shall be the responsibility of
the Contractor to ensure that the VA burden of the instrument transformer is
adequate for the meters connected to it.

Test links shall be provided in both secondary leads of the CTs to easily carry
out current and phase angle measurement test. Facilities shall be provided for
short-circuiting and grounding the CTs at the terminal blocks.

Voltage transformers shall be provided with suitably rated primary and


secondary fuses.

10.8.6.5 Indicating Lamps

Indicating lamps shall be of the filament type and low watt consumption.
Lamps shall be provided with series resistors.

10.8.6.6 Internal Wiring

Panels/ boards shall be supplied completely wired, ready for the external
connections at the terminal blocks. Wiring shall be carried out with 650 / 1100
V grade, PVC insulated, stranded aluminum / copper conductors of adequate
sizes shall be used to suit the rated circuit current.

Engraved identification ferrules, marked to correspond with the wiring


diagram shall be fitted at both ends of each wire.

Engraved identification ferrules, marked to correspond with the wiring


diagram shall be fitted at both ends of each wire.

CE(PMC),PHED, Ajmer 479 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

All wiring shall be terminated on terminal blocks. Terminal blocks shall be on


piece rated 500 V, of reputed make, preferably stud type for higher current
ratings such that wires are connected by cable-lugs and complete with nuts
and washers. Terminals shall be adequately rated for the circuit current, the
minimum rating shall be 20A.

Terminal for circuit with voltage exceeding 125 V shall be shrouded.

Terminal shall be numbered and provided with identification strip for


identification of the circuit.

Terminals blocks for C.T. secondary lead wires shall be provided with
shorting and disconnecting / earthing facilities.

10.8.6.7 Labels & Diagram Plate

All door mounted equipment as well as equipment mounted inside the


switchboard / panels shall be provided with individual labels with
equipment designation / rating. Also the boards / panels shall be provided
on the front with a label engraved with the designation of the board / panel.

Labels shall be made of non –rusting metal, 3-ply lamicoid or engraved PVC

Inside the door of the 1 phase ways lighting panels a circuit diagram /
description shall be fixed for reference and identifications.

10.8.6.8 Light Control Switches

Light control switches of ratings and types, i.e. decorative / industrial shall be
supplied as required. The switches shall be suitable for use on 240 V, 1Ph, 50
Hz supply.

Switches shall be of flush type for mounting behind an insulated plate or


incorporated with a switch plate for mounting flush with the surface or wall
or switch box / suitable enclosure. The switch box / enclosure may be
recessed into or mounted on a wall as per the requirement of project layouts.

CE(PMC),PHED, Ajmer 480 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

The size of enclosure boxes shall be chosen to accommodate the number or


switches to be installed at the particular location. The enclosures shall be 18
gauge sheet steel galvanised. The enclosures box shall be covered with
perspex / insulating cove. An enclosure intended for surface mounting shall
not have holes or gaps in its sides other than those expressly provided for
cable entry.

10.8.6.9 Receptacle Units

Receptacle units shall consist of socket outlet with associated switch and plug.
The socket outlet and switch or MCB shall be flush mounted within
galvanised 18 gauge steel enclosure with insulation cover. The box may be
recessed into mounted on a wall as per requirement of project layout.

The receptacle units shall be suitable for 240 V, 1 Ph-N, 50 Hz/415 V, 3 Ph –


N, 50 Hz supply as required.

Single phase receptacles shall be associated with a switch / MCB of same


current rating and receptacle shall become live only when the associated
switch / MCB is in “ON” position.

Three phase receptacles shall be associated with a TPN switch housed in the
same enclosures. The receptacle shall become live only when the associated
switch is in “ON” position.

The plugs shall be provided with cord grips to prevent strain and damage to
conductors / wires at connection and entry points.

10.8.6.10 Lighting Wires

The wires for wiring in lighting system shall be 250 /440 V, 1/ / C, PVC
insulated, unarmoured with stranded copper conductors and shall be laid in
recessed conduit unless otherwise specified..

The minimum area of conductors shall be 1.5 sq. mm for receptacles rated 15
A and 5 A Receptacles and 2.5 sq. mm for receptacles rated 15 A and above.

The wires shall be coded white for phase / positive of D.C. and black for
neutral / negative of D.C.

CE(PMC),PHED, Ajmer 481 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

10.8.6.11 Conduits

Rigid steel / non-metallic conduits and their associated fittings as required


shall conform to applicable standards. The minimum size of conduit shall be
20 mm for surface installation and 25 mm for concealed installation.

Steel conduits shall be seamed by welding and hot dip gavanised. They shall
be supplied in standard lengths of 5 m.

Supply of conduits shall include all associated fitting like couplers, bends and
tees as required for lighting system installation work.

10.8.6.12 Junction Boxes

Junction boxes with terminals shall be supplied for branching and


terminating lighting cables when required for outdoor areas, 3 phase
receptacles etc.

The Junction Boxes shall be dust and vermin proof and shall be fabricated
from 14 gauge sheet steel and shall be complete with removable cover plate
with gaskets, two earthing terminals each with nut, bolt and washer. Boxes
shall be additionally weather proof.

The boxes shall have provision for wall, column, pole or structure mounting
and shall be provided with cable / conduit entry knock outs, terminal blocks,
HRC fuses as required.

The terminal blocks, with specified number of terminals, shall be mounted


securely on brackets welded to the back sheet of the box. The terminals shall
be 600 V, grade one piece construction complete with terminals, insulation
barriers, galvanised nuts, bolts and washers and provided with identification
strips of PVC. The terminals shall be made of copper alloy and shall be of box
clamp type.

The boxes shall be painted with on shop coat of red oxide zinc chromate
primmer followed by a finishing coat of paint.

10.8.6.13 Lighting Poles and Flood Light Pole Mounting

CE(PMC),PHED, Ajmer 482 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

Lighting poles for street light and flood light shall be of stepped tubular steel
poles construction as per applicable standard. These poles shall be coated
with bituminous preservative paints on the inside as well as embedded
outside surface. Exposed outside surface shall be painted with one coat of red
lead oxide primer. After completion of installation two coats of aluminium
shall be applied.

Poles for mounting flood lights shall be supplied whenever required. Unless
otherwise specified, poles, shall be painted with Red lead oxide primer and
two coats of aluminium paint. A steel ladder shall be provided. The length of
each step of the ladder shall be at least 300 mm and spacing between two
adjacent steps not more than 300 mm.

The supply of poles shall be complete with fixing bracket / necessary pipe
reducer for fixing the fitting and also include the necessary associated pole
mounted junction boxes. The required size of poles and the junction box shall
be as per the requirement.

10.8.6.14 Make of material :

All electrical goods/accessories shall be category I as mentioned in Integrated


BSR (PWD)-2012 and it shall be the responsibility of contractor to get one
make approved from EIC, before execution/installation.

10.8.7 Lighting Fixtures (luminaries)

Luminaries shall be designed for continuous trouble-free operation without


reduction in lamp life or without deterioration of materials and internal
wiring. Outdoor fittings shall be weather-proof and rain-proof type.

The Luminaries shall be designed so as to facilitate easy maintenance,


including cleaning, replacement of lamps/starters etc.

Connections between different components shall be made in such a way that


they will not work loose by small vibration.

CE(PMC),PHED, Ajmer 483 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

All Luminaries shall be supplied complete with lamps suitable for operation
on a supply voltage and the variation in supply voltage, frequency and
combined voltage and frequency of  10%  5% and 10% respectively.

Fluorescent type, mercury vapour and sodium vapour type Luminaries shall
be complete with accessories like lamps, ballasts, power factor improvement
capacitors, starters, re-wireble fuse and fuse base. These shall be mounted as
far as possible in the luminaire housing only. If these cannot be
accommodated integral with the Luminaries then a separate metal enclosed
control gear box shall be included to accommodate the control accessories
together with a terminal block suitable for loop-in, loop-out connections.
Outdoor type fixtures shall be provided with outdoor type weather-proof
box.

Fluorescent type Luminaries with more than one lamp shall be provided with
capacitors connected in lead-lag circuit for correction of stroboscopic effect.

Each luminaire shall have a terminal block suitable for loop-in, loop-out and
T-off connection by 250/400 V, 1 core, PVC insulated copper/aluminium
conductor wires up to 4 sq.mm in size. In outdoor areas the termination at the
luminaire shall be suitable for 1100V, PVC insulated, copper/aluminium
conductor, armoured cables of sizes up to 6 sq.mm. conductor. Terminals
shall be of stud or clamp type. The internal wiring should be completed by
means 2 core, 2.5mm2 copper cable and terminated on the terminal block.
Terminal blocks shall be mounted with minimum two fixing screws.

Mounting facility and conduit knock-outs for the luminaires shall be


provided.

10.8.7.1 Earthing

Each luminaire shall be provided with an earthing terminal suitable for


connection to the earthing conductor of 12 SWG GI wire.

Where separate control gear box is provided for housing the accessories the
same shall be provided with an earthing terminal suitable for connecting
earthing conductor of 12 SWG GI wire.

CE(PMC),PHED, Ajmer 484 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

All metal or metal enclosed parts of the luminaire/control gear box shall be
bonded and connected to the earthing terminal so as to ensure satisfactory
earthing continuity.

10.8.7.2 Painting/Finish

All surface of the Luminaire/Control gear box housing accessories shall be


thoroughly cleaned and degreased. It shall be free from scale, rust, sharp
edges and burrs.

The luminaire housing shall be stove-enameled/epoxy stove-enamelled-


vitreous enamelled or anodised as indicated under various types of fittings.

The finish of the luminaire shall be such that no bright spots are produced
either by direct light source or by reflection.

10.8.7.3 Decorative Luminaires

Fluorescent Luminaires

These luminaires shall be generally indoor type provided with cold rolled
cold annealed (CRCA) sheet steel channel/rail cum reflector housing
complete with all electrical control accessories mounted on it. The finish shall
be stove enamelled.

Luminaires shall be suitable for the number of lamps of specified wattage,


direct mounting on ceiling/wall/column pendant mounting or for recess
mounting in false ceiling.

10.8.7.4 Industrial Luminaires

Fluorescent Luminaires

The luminaire shall be provided with CRCA sheet steel mounting, rail with
reflector of minimum 20 SWG thickness and complete with all control
accessories mounted on it. The finish shall be vitreous enamelled.

Luminaires shall be suitable for the number of lamps of specified wattage,


direct mounting on ceiling/wall/column/pendent mounting.

CE(PMC),PHED, Ajmer 485 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

10.8.7.5 Incandescent/Mercury Vapour/Sodium Vapour Luminaires

Bulk Head Luminaire

The luminaire shall be of robust construction, with cast aluminium/vitreous


enamelled housing, heat and shock resistant prismatic or clear glass cover
fixed with neoprene gaskets for sealing. For mechanical protection to the glass
cover, round steel wire-guard with vitreous enamelled finish shall be
provided.

The luminaire shall be suitable for incandescent lamp up to 150 watts, for
direct mounting to ceiling/wall/column and used for general purpose indoor
lighting.

High and Medium Bay Luminaries

High and medium bay luminaires shall be with cast aluminium housing,
anodised aluminium mirror polished reflector canopy with eye bolt for
suspension, cooling fins and glass cover.

The luminaire shall be suitable for mercury vapour lamps up to 1000 watts
and sodium vapour lamps up to 400 watts. The control gear accessories shall
be mounted integral with the luminaire.

High bay luminaires shall be used when the mounting height is above 8
metres while medium bay luminaires shall be used when the mounting height
is around 6 to 8 metres.

10.8.7.6 Flood Light Luminaire

General Purpose flood light luminaire

Flood light luminaires shall be of weather proof construction with cast


aluminium housing, anodised aluminium mirror polished reflector, heat
resistant, toughened glass cover and necessary neoprene gaskets to prevent
ingress of dust.

CE(PMC),PHED, Ajmer 486 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

The housing shall be supported on a cast iron base and capable of being
swivelled in both horizontal and vertical directions and locked in any desired
position.

The Luminaires shall be suitable for single and dual mercury vapour or
sodium vapour lamps up to 400 watts, incandescent lamps up to 1000 watts
or halogen lamps up to 1000 watts. When mercury vapour or sodium vapour
lamps are specified, the same shall be mounted in a separate sheet metal
enclosed/cast aluminium weather proof control gear box.

The luminaire shall be provided with cable gland on the canopy in down
ward direction for cable connection.

It shall be possible to replace the lamp from the canopy without opening the
front glass.

10.8.7.7 Outdoor Lantern Luminaires

Post Top Lantern

Post top lantern Luminaires shall be generally outdoor weather proof type for
illumination of walkways, gate posts, gardens etc.

The luminaire shall be suitable up to 200 W incandescent lamp, 125 W


mercury vapour lamps or 70 W sodium vapour lamp.

Substation Lantern

Sub-station lantern shall be generally outdoor weather proof type for


illumination of switchyard equipment.

The Luminaires shall be suitable up to 200 watts incandescent lamp 125 W


mercury vapour lamp or 70 W sodium vapour lamp.

10.8.7.8 Street Lighting Luminaires

Fluorescent Luminaires

CE(PMC),PHED, Ajmer 487 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

Street lighting fluorescent luminaire shall be outdoor weather proof type for
illumination of secondary roads, walkways, peripheral lighting of buildings
etc.

The luminaire shall be of semi-cut off or non-cut off type, with CRCA sheet
steel housing, vitreous enamelled, plain or corrugated clear acrylic cover,
complete with integral mounted control gear, neoprene gaskets, side pipe
entry or top suspension type.

The luminaire shall be suitable for 1x40 watts or 2x40 watts fluorescent tubes
and for mounting heights up to 4 meters

10.8.7.8.1 Mercury vapour and sodium luminaires

Street light mercury/sodium vapour luminaires shall be outdoor weather


proof type for illumination of main roads, traffic islands etc.

The luminaire shall be of semi-cut off with cast aluminium housing, acrylic or
prismatic cover, polished aluminium reflectors, complete with integral
mounted gear, neoprene gaskets and with rear pipe entry.

The luminaires shall be suitable up to 400 watts mercury or sodium vapour


lamps and for mounting height from 4 metres to 12 metres .

10.8.7.9 Portable Emergency Light Luminaries

Emergency light of Installite luminaries shall be indoor type for providing


emergency light during failure of normal AC supply.

The luminaire shall be with CRCA sheet enclosure, complete with metallised
mirror reflector, leak proof re-chargeable battery rated for two hour
discharge, battery charger, charge-on lamp, push button switches , automatic
changeover switch/relay , two meter length cord with plug, mounting pads
and other accessories required for satisfactory operation of the luminaire.

The luminaire shall be suitable for connection to 240 V,50Hz single phase
supply. On failure of normal A.C. supply the luminaire shall pick-up
automatically and on restoration of A.C. supply the luminaire shall switch off
automatically.

CE(PMC),PHED, Ajmer 488 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

The luminaire shall be suitable for incandescent lamp up to 40W or


fluorescent lamp up to 20W

10.8.8 Accessories for luminaires

10.8.8.1 Reflectors

The reflectors shall be made of CRCA sheet steel/aluminium/silvered


glass/chromium plated sheet chromium plated sheet copper as indicated for
above mentioned luminaires.

Reflectors made of steel shall have vitreous enamelled finish . Aluminium


used for reflectors shall be anodized/epoxy stove enamelled/mirror polished.

Reflectors shall be free from scratches or blisters and shall have a smooth and
glossy surface having an optimum light reflecting coefficient so as to ensure
the overall light output specified by the Contractor.

Reflectors shall be readily removable from the housing for cleaning and
maintenance without disturbing the lamps and without the use of tools. They
shall be securely fixed to the housing by means of positive fastening device of
captive type.

10.8.8.2 Lamp/Starter Holder

Lamp holder shall have low contact resistance, shall be resistant to wear and
shall be suitable for operation at the specified temperature without
deterioration in insulation value. They shall hold the lamps in position under
normal condition of shock and vibration met wit under normal installation
and use.

Lamp holders for the fluorescent lamps shall be of the spring loaded bi-pin
rotor type. Live parts of the lamps holder shall not be exposed during
insertion or removal of lamp or after the lamp has been taken out. The lamp
holder contacts shall provide adequate pressure on the lamp cap pins when
the lamp is in working position.

Lamp holders for incandescent, mercury vapour and sodium vapour lamps
shall be of Edison Screw (E.S.) type.

CE(PMC),PHED, Ajmer 489 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

The starter holders shall be so designed that they are mechanically robust and
free from any operational difficulties. They shall be capable of withstanding
the shocks met wi6thin normal transit, installation and use.

10.8.8.3 Ballasts

The ballasts shall be designed to have a long service life and low power loss.
The ballasts shall be of the inductive, heavy duty type copper wire wound,
filled with thermosetting, insulating., moisture repellent polyester compound
filled under pressure or vacuum. Ballasts shall be provided with taps to set
the voltage + 10% of 240V. End connections and taps shall be brought out to a
suitable terminal block rigidly fixed to the ballast enclosure. Ballasts shall be
free from hum and such of those which produce hum shall be replaced by
Contractor free of cost.

Ballasts shall be mounted using self locking, anti-vibration fixings and shall
be easy to remove without demounting the fittings. They shall be in dust
tight, non combustible enclosures.

Separate ballast for each lamp shall be provided in case of multi lamp
luminaires, except in the case of 2x20 Watts luminaires.

10.8.8.4 Starters

Starters shall have bimetal electrodes and high mechanical strength. Starters
shall be replaceable without disturbing the reflector or lamps and without the
use of any tool. Starters shall have brass contacts and radio interference
capacitors.

10.8.8.5 Capacitors

The capacitors shall have a constant value of capacitance and shall be


connected across the supply of individual lamp circuits.

The capacitors shall be suitable for operation at specified supply voltage


conditions and shall have a value of capacitance so as to correct the power
factor of their corresponding lamps circuit to the extent of 0.95lag or better.

CE(PMC),PHED, Ajmer 490 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

The capacitors shall be hermetically sealed preferably in a metal enclosure to


prevent seepage of impregnate and ingress of moisture.

10.8.8.6 Lamp

Lamps shall be capable of withstanding small vibrations and the connections


at lead in wires and filaments | electrodes shall not break under such
circumstances.

General Lighting Service (GLS) lamps shall be tungsten filament incandescent


type. The filament shall be coiled coil type rated for 230\250 volts, Single
phase A.C.

Lamps shall be with Edison Screw type metal lamp caps to prevent pilferage.

Laps shall be milky white for diffused, soft, glare free lighting and rated upto
100 watts.

10.8.8.7 Fluorescent Lamps

Fluorescent lamps shall be low pressure mercury vapour type with low
wattage consumption and high efficiency and longer burning life (about 2500
hours).

Lamps shall be of white light type suitable for operation on 240 V, single
phase A.C. in standard lengths of 2, 4 and 5 feet and ratings upto 65 watts.

Lamps shall be provided with features to avoid blackening of lamp ends.

10.8.8.8 High intensity discharge lamp

These lamps include high pressure mercury vapour lamps and high pressure
sodium vapour.

High pressure mercury vapour lamps shall be with quartz discharge tube,
internal coated shell quick restrike time (of within 5 minutes) and with
burning life (about 5000 hours) in standard ratings upto 1000 watts.

CE(PMC),PHED, Ajmer 491 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

High pressure sodium vapour lamps shall be with polycrystalline translucent,


coated discharge tube, coated, shell, quick restrike time (of within 5 minutes)
and with burning life (about 10,000 hours) in standard ratings upto 400 watts

10.8.9 Deserts Coolers

General

The Deserts Coolers shall be of steel body complete with Fan, Motor, Filter
Pads, Water Pumps etc. suitable for operation 230 or 240 Volts ± 10 % single
phase 50 Hz Ac supply confirming to IS-3315/1994. The pump set shall be
confirming to IS 11981/87 with latest amendment.

Specifications

Technical parameters of components of desert cooler are as follows:

S. Particulars Capacity
4000 cum per 5000 cum per
No.
hour hour
1. Overall Dimensions of the cooler
Width(measured along discharge 700 mm 770 mm
grill side)
Height 910 mm 950 mm
Length 600 mm 770 mm
2 Air Grill Dimensions
Inside Dimensions(in mm) 505x505 525x525
Outside Dimension (in mm) 645x645 695x610
Gross area of the grill (in sqm) 0.20 0.30
Net area of the grill (in sqm) 0.20 0.29
3 Filter Pads
Area in (in sqm) 0.9 1.0
Material of the Filter pads Wood Wool Wood Wool
4 Tank Dimensions
Size of tank ( in mm) 700x700x170 770x770x170
Capacity of Tank 80 litres 80 litres

CE(PMC),PHED, Ajmer 492 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

S. Particulars Capacity
4000 cum per 5000 cum per
No.
hour hour
5 Maximum power consumption of 280W 350W
the air cooler with load at rated
voltage at zero static pressure
condition
6 Nominal capacity at zero pressure 4000 5000
(cum per hour)
7 Fan
Size/Dia (in mm) 450/500 525/550
Material of Fan Blade MS Sheet/ Aluminium
Speed of Motor ± 10 % Single speed motor 900 rpm, two
speed motor high speed 1300 rpm
and low speed 1250 rpm
Horse power 1/8 or 1/7 1/6 or 1/5
Power Factor 0.9 0.9
Type of enclosures of fan motor Totally enclosed type (TE)
Maximum full load current of fan 1.3
motors (amps)
8 Pump
Type Centrifugal Vertical Type (ISI
marked)
Out put (Head) 1 metre
Out put (delivery) 7 litres per metre
Maximum power consumption 45 watts
HP 1/70
RPM± 10 % Minimum 1200 RPM
Type of enclosures of pump Totally enclosed type
motor
Make of pump motor ISI
Material of Pump Shaft Stainless steel

10.8.10 Water Coolers

General

CE(PMC),PHED, Ajmer 493 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

Water cooler shall conform to IS 1475/78 with latest amendment suitable for
operation on 230 volts ±10 %, 50 cycles single phase AC supply. It shall be
supplied with hermetically sealed type suction cooled compressor with
overload protection conforming to IS 10167 (part I/83 with amendment no.1).
It shall have cooling capacity of 40 litres per hour with storage capacity as 80
litres. The other technical parameters are as under:

Specifications

S. Particulars Parameter
No.
1 Overall Dimensions of
Unit
Width 590 mm
Depth 735 mm
Height 1555 mm
Tank
Width 485 mm
Depth 455 mm
Height 485 mm
2 Details of Cabinet
Material of Construction CRCA Sheet/Coated GI
Thickness 1 mm
Surface Treatment Powder Coated
Type of finish Structural
Dimensions of SS front panel below 410mm X 465 mm
3 Details of pedestal
Material of construction Stainless steel
SS conforming AISI 304
Thickness 2.65 mm
Method of securing to the cabinet SS bolts washer and nuts
4 Rated voltage of water cooler 230 ±10 % volts
5 Details of compressor
Capacity of compressor 900 Kcal per hour
Max output of compressor motors 0.25 KW
Rated
Current 3.1 (nominal) Amps
Speed 2850 RPM
Voltage 230±10 % volts
Maximum full current of compressor 3.4 Amps
Warranty of compressor One year

CE(PMC),PHED, Ajmer 494 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

S. Particulars Parameter
No.
Class of insulation B
Power consumption (max) during 575 watts

10.9 RAIN WATER HARVESTING STRUCTURES

Designing, constructing and maintaining Rain Harvesting structures at all


head works for collection of rain water through roofs of permanent structures
in to an underground tank of capacity sufficient to store the quantity of water
collected over the particular roof as per the average rain fall intensity in that
area. The contractor shall collect the data of rainfall for last 10 years and than
shall design the tank capacity or RR Unit of WTP incorporating rain water
collection as per the available data and roof area. The contractor shall also
install a Rain water gauge at every headwork and shall transmit the data to
control rooms.

The collection of rainwater along all structural buildings, clariflocculators,


reservoirs shall be done with plinth protection work with proper drainage
arrangement along the plinth protection work as approved by EIC. To protect
berms of roads, drainage work along the berm shall be done as approved by
EIC.

CE(PMC),PHED, Ajmer 495 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

CE(PMC),PHED, Ajmer 496 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

CHAPTER-11:
PRE-DISPATCH INSPECTIONS

11.1 PRE-DISPATCH INSPECTIONS AND TESTS

The contractor shall submit a Quality Assurance Programme (QAP) for each
item for approval of Engineer-in-Charge. Actual manufacturing shall start
only after approval of QAP.

It is proposed to get the equipment and material listed in the table below,
inspected prior to dispatch for work site through third party/project
consultants/departmental engineer(s).

S. No. Equipment/Material
1. M.S., D.I.,/ uPVC Pipes
2. M.S., D.I. / uPVC specials
3. All Valves ( Slice , Butterfly,air scour and Dual Plate Check
Valves)
4. Expansion Joints
5. Gear box and Electric Actuators
6. Surge Protection Equipment
7. All pumps and motors above 10 KW
8. Manual / Automotive Monorail Hoist /EOT Crane
9. Power Transformers
10. Vacuum circuit breakers
11. Switch Yard Control Panel
12. All other Electric control panels for LV distribution, Capacitor
panel etc.
13. DG Set
14. Battery Charger
15. Chlorinator
16. Reduction Gears
17. Gears and Control Panel of Rotating Arm

CE(PMC),PHED, Ajmer 497 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

18. all type of Flow meters


19. Various important equipment for automization system
PLC/SCADA system.
20. Various important equipment for cathodic protection as
decided by EIC.

The Contractor shall notify Engineer-in-Charge at least 4 weeks in advance for


carrying out the Pre-Dispatch inspection, and tests before the dispatch of
materials. Failure to Pre-Dispatch inspection/tests, the contractor shall be
liable for all costs incurred against such dispatches. No material scheduled or
notified for pre-dispatch shall be accepted until inspection/tests have been
successfully carried at manufacturers or other selected premises and the
inspection report has been approved by Engineer-in-Charge and he has given
consent for dispatch of material.

In addition to the pre-dispatch inspections, the Engineer-in-Charge may ask


for additional certificates from manufacturer to satisfy with the quality of
material used and for the compliance to respective standards.

For all materials and equipments not listed above, the contractor shall
produce manufacturers test certificates for material, performance, efficiencies,
workmanship and standard compliance etc. as directed by the Engineer-in-
Charge, to satisfy with the quality of the material to be received.

The Engineer-in-Charge may also ask for Pre-Dispatch inspections for any
other item(s) not shown in the list of items requiring pre-dispatch inspection,
for which the contractor shall make necessary arrangements, without any
additional costs to the Department.

11.2 TESTING AND INSPECTION OF DI/MS/UPVC PIPES & SPECIALS

The department's representative/representative of third party inspection


agency shall be stationed to witness the manufacturing and all the tests
mentioned in the Chapter of Specifications for DI/uPVC pipeline work. The
pipes or specials will only be dispatched after necessary certification by the
Department's representative. The Engineer-in-Charge may also ask for
repetition of some tests, even after successful testing by the department's

CE(PMC),PHED, Ajmer 498 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

representative in his presence or in front of a third party authorised by the


Department. The contractor in such cases will co-operate and provide all
necessary facilities for re-testing, without any additional costs to the
Department.

All pipes will be tested at the factory test pressures in accordance to the
relevant IS codes for respective material.

11.3 INSPECTION AND TESTING FOR BUTTERFLY VALVES

Provision for pre-dispatch inspection with respective items are given in


Chapter of “Specifications for Valves”.

During testing there shall be no visible evidence of structural damage to any


of the valve component.

a) The following test shall be carried out for butterfly valves:

1. Seat leakage test at rated pressure

2. Body hydrostatic test at 1.5 times the rated pressure

3. Disc strength test at body test pressure

4. Valve operation with and without actuator

5. For effort Required in manual operation of valve

6. Crack opening test under tension

7. Other tests specified in BS 5155

8. General construction features of gear box as per requirement


given in relevant Chapter.

b) Valves shall be tested with actuators, with a differential head


equivalent to their maximum working pressure, to prove that
the actuators are capable of opening and closing the valves
under maximum unbalanced head condition within the
specified opening or closing period.

CE(PMC),PHED, Ajmer 499 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

11.4 INSPECTION AND TESTING FOR SLUICE VALVES

During testing there shall be no visible evidence of structural damage to any


of the valve component. Following tests shall be carried out.

a) Seat leakage test at rated pressure

b) Hydrostatic test at 1.5 times the rated pressure

c) Valve operation with and without actuator

d) For effort Required in manual operation of valve

e) Other tests specified in IS 14846

f) General construction features of gearbox as per requirement given in


relevant Chapter.

Valves shall be tested with actuator, with a differential head equivalent to


their maximum working pressure, to prove that the actuators are capable of
opening and closing the valves under maximum unbalanced head condition
within the specified opening or closing period.

11.5 INSPECTION AND TESTING FOR DUAL PLATE CHECK VALVES

During testing there shall be no visible evidence of structural damage to any


of the valve component.

a) Seat leakage test at rated pressure

b) Body hydrostatic test at 1.5 times rated pressure

c) Other tests specified in API 598

11.6 INSPECTION AND TESTING FOR AIR VALVES

During testing there shall be no visible evidence of structural damage to any


of the valve component.

a) Seat leakage test at rated pressure


b) Operation
c) Dimensions as per GlennField Kennedy Catalogue drawings
d) As per relevant ISS

CE(PMC),PHED, Ajmer 500 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

11.7 INSPECTION AND TESTING OF CLEAR WATER PUMPS

The performance and hydraulic tests of the clear water pumps shall be made
with their respective duty motors and frequency drive. The following
inspections/tests shall be carried out:

1. Non destructive Casing - Dye penetration test on critical area,


special test
Impeller -Dye penetration test on critical area,
Shaft - Ultrasonic test,

2. Hydrostatic Test 1.5 times the shut-off head

3. Performance Test As per IS 5120 & IS 9137 at reduced speed as


approved by Engineer-in-Charge.
Head v/s Discharge characteristic -
Power absorbed v/s Discharge -
Efficiency v/s Discharge -.

4. Strip Test Clearances within tolerance limits and no


signs of cavitations evident.

5. Mechanical As per IS: 11723, Gr 6.3 or better.


Balancing

6. Other Tests i)For Vibration levels of Shafts


ii)For noise levels

7. Visual Inspection Pumps shall be offered for visual inspection


before shipment. The pump components shall
not be painted before inspection.

11.8 INSPECTION AND TESTING OF OTHER PUMPS OF RATING MORE THAN 10 KW

Hydrostatic Test 1.5 times the shut-off head, or twice the rated
discharge head, whichever is the greater

Performance Test As per IS: 5120 & IS: 9137 at full speed.
Head v Discharge characteristic
Power absorbed v Discharge
Efficiency v Discharge

CE(PMC),PHED, Ajmer 501 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

11.9 INSPECTIONS AND TESTING OF MANUAL MONORAIL HOIST & SEMI EOT CRANE.

Performance Test:125% overload test, deflection test and speed tests shall be
conducted for crane at manufacturer’s works.

11.10 INSPECTION OF MOTORS

Motors over 10 KW site rating shall be subject to full performance tests,


(including Power factor) which may be witnessed by the authorised person /
agency of the department at the Motor manufacturer’s works. These motors
shall be tested coupled with the actual pump to be supplied. Motors of 5.5
KW to 10 KW site rating shall be subject to performance tests but will not be
witnessed. Motors under 5.5 KW site rating shall be subject to “type test”
standards. Type test certificates that shall include the following shall be
provided for all motors:

a) Motor testing shall be carried out in accordance with the requirements


of IS 325.

b) Acceptance Tests - Full load test to determine efficiency, power factor


and slip shall be conducted on all the motors. No negative tolerance
shall be permitted on the tested motor efficiency

c) All type test certificates conducted on similar motors.

11.11 INSPECTION OF TRANSFORMERS AND SWITCHYARD CONTROL PANEL

Power transformer – All routine tests as per IS 2026.

All type test certificate conducted on similar transformer to be forwarded for


review.

All routine tests on switchyard control panel.

All type test certificate conducted on similar switchyard control panel to be


forwarded.

11.12 INSPECTION OF VACUUM CIRCUIT BREAKERS

CE(PMC),PHED, Ajmer 502 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

All Circuit Breakers will be tested as per IS 2516 and:

 Routine tests including H.V. pressure test, milli-volt drop (Ductor) tests;

 To ensure operation of the D.C. closing coil and satisfactory closing of the
circuit breaker with the voltage on the coil down to 80% of its rated
voltage, and that mal-operation does not occur with a voltage on the coil
of 120% of its rated voltage.

 To ensure the satisfactory trip operation of the circuit breaker at no load


conditions with the trip coil energized at 50% of its rated voltage.

 The test figures for heat-run tests performed on identical panel types shall be
made available.

11.13 INSPECTION OF LV SWITCHGEAR

All routine tests on 0.44 KV panel

All type test certificate conducted on similar panels to be forwarded.

11.14 INSPECTION OF LV DISTRIBUTION PANEL, CAPACITOR PANEL AND OTHER PANELS

All routine tests on all panels.

All type test certificate conducted on similar panels to be forwarded.

11.15 PROTECTION AND CONTROL CIRCUITS

Based on the completeness of the circuits in the final manufactured form


within the manufacturer’s works, the following tests shall be carried out:

a. Primary injection tests to ensure correct operation of the current


operated protection relays and direct acting coils over their full range
of settings.

b. Balanced earth fault stability tests by primary current injection. Care


must be taken to reproduce accurately the burdens of interconnecting
cables. A further test to ensure correct polarity must be made after
assembly.

CE(PMC),PHED, Ajmer 503 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

With differential pilot wire schemes it may not be possible to apply


primary injection testing. In this case the circuits shall be proved by
secondary injection. Current transformer characteristics and
calculations associated with the above tests shall be available for
inspection by the Engineer.

c. Tests on auxiliary relays e.g. Buchholz auxiliary, at normal operating


voltage by operation of associated remote relays.

d. Correct operation of control circuits at normal operating voltage by


operating voltage by operation of local control switches, and
simulation of operation from remote control positions.

11.16 OTHER EQUIPMENTS

All the items listed below shall be inspected before dispatch for the general
requirement of testing in the standards to which they conform, the
Department’s requirement as given in the specifications, the general
arrangements and for workmanship.

a) Expansion Joints

b) Gear box and Electric Actuators

c) Other Surge Protection Equipment

d) Chlorinator

e) Piping and Specials

f) DI ( K-7 & K-9) pipes and fittings

g) All type of Flow Meters

h) Communication System Equipment

i) Capacitors

11.17 MANUFACTURE’S CERTIFICATIONS

CE(PMC),PHED, Ajmer 504 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

In addition to the items listed below, the Department may ask for relevant
certificates of the manufacturer for any item supplied in the contract.

11.17.1 Cables

All cables supplied under the Contract shall be subject to routine tests in
accordance with the relevant Indian ISS. Cables will not be accepted on Site
for installation until certificates giving proof of compliance with the
Specification and details of tests results have been received and approved by
the Engineer-in-Charge. A certificate shall be applicable to each drum. The
tests to be carried out on every drum at manufacturer’s premises shall
include:

a. High voltage A.C. insulation pressure test between cores, each core to
earth metallic sheath or Armour as applicable;

b. Insulation resistance test;

c. Core continuity and identification;

d. Conductor resistance test.

11.17.2 Process Control and Indicating Instruments

All flow, level and process measurement controllers, transmitters, recorders,


indicators, vacuum and pressure gauges shall be subject to routine tests in
accordance with the relevant ISO/IS. Test Certificates and the copy of the
applicable code of practice shall be provided against each item of equipment.

11.17.3 Electrical Equipments

Tests to ensure the compliance to respective standards shall be provided for


the Isolators, MCB’s, relays, fuses post insulator and lightening arrestor and
other electrical equipments.

11.17.4 Electrical Measuring Instruments and Meters

Tests shall be undertaken in accordance with the relevant ISO/IS to ensure


accurate operation of all meters such as Ammeters, Voltmeters, Frequency
Meters, Power Factor Meters, KW, KWh & KVAR meters and multi functional
meters.

CE(PMC),PHED, Ajmer 505 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

11.18SYSTEM

All relevant tests on PLC system shall be carried out in accordance with the
relevant ISO/IS/ or any International code followed in manufacturing and
testing of such type of equipments to ensure their accurate functional
requirements as narrated in the tender specifications/ scope of work.

CE(PMC),PHED, Ajmer 506 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

CHAPTER-12:
IEC ACTIVITIES

12.1 IEC ACTIVITIES IN THE 110 VILLAGES.

The contractor shall be appointed /engaged the reputed NGO’s to do the


IEC activates in the 110 villages of this package, which are to covered through
Nagaur Water Supply Project under this package-4 of NLWSP Phase –II. The
scope of work is as follows:-

12.2 OBJECTIVE:-

12.2.1 Purpose:

The main objective of I.E.C. activities is the involvement of community of the


village of project area for supporting to the operation and maintenance of the
water supply project ensuring the sustainability of the project,

The broader objective of community participation is to assure sustainability of


the project by involving the community in village level planning,
implementation and management of water supply. The communities will be
trained, empowered and motivated to take up these tasks. In the process of
community participation the involvement of women and weaker section will
be assured in the decision making.

The main objective of the IEC activities for this project is creating awareness
regarding the national programme of NRDWP of drinking water. The public
education and motivation regarding the necessity of cost the O&M and
willingness to maintain the water supply services at village, Panchayat &
Block level. The need to understand and implement the policies of the state
and Central Government regarding drinking water supply management in
rural areas and to understand the need for sharing the O&M cost of drinking
water supply schemes.

To motivate people for active participation in rain water harvesting


programme and sustainable water supply management. To involve people in
preparation of water security plan of the village.

CE(PMC),PHED, Ajmer 507 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

12.2.2 Expected Benefits:

I.E.C. Activities shall play crucial role in the successful implementation of the
proposed project. Community participation in implementation of the project
is proposed to ensured right from the planning stage through competent &
experienced NGOs. The NGO will conduct a household survey to assess the
water consumption, consumer willingness to pay for water bills and
consumer affordability as per direction of Engineer-incharge. The IEC
activities would be implemented on the model of highly successful Germen
funded “Aapni Yojana” of Churu & Hanumangarh Districts of Rajasthan
state. Conventionally, water supply form public stand posts maintained by
PHED in urban & rural area is free of cost. However, in Aapni Yojana, which
has been declared as “Special Project” for water tariff purposes, cost recovery
is being done for water being supplied through public stand posts.

As a result of IEC activities the following benefits or results are expected.

i) The villages of project are willing to share the cost of the good quality of
water that will be made available to them through this project.

ii) The villagers are willing to participation information of the VWHSC’s


where they are dormant.

iii) The villagers are motivated to work in close coordination with PRI’s
(Panchayati Raj institutions) for implementation of the previous of
NRDWP guidelines.

iv) The school children’s are most aware of the importance safe drinking
water and sanitation.

v) They have a better understanding of rain water harvesting methods and


practices.

vi) The VWHC’s are willing to undertake the management of distribution of


water beyond VTC’s.

CE(PMC),PHED, Ajmer 508 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

vii) Mechanism for assessment, collection and deposition of revenue


generated is developed at village level.

12.2.3 Activities:

The contractor shall be make arrangement & provide experience NGO’s for
the IEC activities in 110 villages of Parbatsar Tehsil of Nagaur District under
this package of Nagaur Lift Project Phase-I.

The main activities of IEC are as under:-

i) Information :-

1. Dissemination of information regarding goals and objectives of the


progremme (Project).

2. Dissemination of information regarding the provision of guidelines of


NRDWP and allied programs.

3. Collection of basic information regarding the social and economical issues in


the project area and creation of the user characteristic data base for
formulation of IEC strategy.

4. Creation and use of geophysical data base with special reference to rainfall
data, existing rain water harvesting structure. Existing groundwater
sources both private and public and the existing assets of PHED.

ii) Education :-

1. Audio visual presentation.


2. Pamphlets & brochure.
3. Workshops & communication.
4. Public meetings and chaupals.

iii) Communication:-

1. Organization of village puppet shows dramas, film shows.


2. Folk music concerts.
3. Rallies and gatherings.

CE(PMC),PHED, Ajmer 509 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

4. Other

Activities in the following three programme component will be done in a


stepwise approach through three stages: preparation, implementation and
follow up.

Water Distribution Management, as the core component.

Health Education, to realize the potential for improved health

Women participation, essential across all activities.

A fourth activity is building a system of monitoring and evaluation and of


management information function in a tow way mode, from head office to
cluster office and village and vice-versa.

In a village, community participation activities will start by collecting basic


information which includes:-

(i) No of houses & Residents in each house.

(ii) House wise cattle population

(iii) Economic & social structure of villages

(iv) Existing water supply facility in village & source wise command etc.

This information will be used for preparing local level planning, after that the
activities of component will be stared for every phase i.e. preparation,
implementation and follow up, a separate set of activities has been proposed,
These activities will be carried out in a stepwise manner so they can achieve
the overall objectives of the community participation. Though the activities in
the component are different, they have strong integration and
interdependence among themselves. All this information will be incorporated
the village Action Plan for water security.

On an average the Community participation activities will work 6 months in a


village. It takes almost 2 months to complete the activities of one phase.
During the preparation phase and the implementation phase the filed teams
of the selected will work closely with villagers and prepare them for taking
responsibility. During the follow-up phase, the NGO will monitor the

CE(PMC),PHED, Ajmer 510 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

activities from a distance and will provide support when needed. After
completion of all three phases the Community participation activities will be
withdrawn from a village. Thereafter villagers and VWHCs will manage the
system independently.

In case of delay in construction of the water supply scheme in certain village,


time for start of IEC activities in such villages shall be rescheduled / deferred
suitably to match the construction schedule.

Activities of different components will be implemented in a village in


following steps.

Activities in a village

Collection of Basic Information


Making of Village Action Plan
Component Wise Activities
Water Distribution Women Participation Health Education
Management
Preparation Phase
Environment Building Environment Building Introducing Health
(a) Identification of Benefits of Project to
Issues leaders and Small
Groups
Villages General (b) Sensitising Women Health Education in
Meeting with VWHC about Project WHC
VWHC Orientation and (c) Identification of
job Distribution women Leaders
Map Making (d) Contacting Women
in Small Group
Large Group Meeting
& WQ Selection
Implementation Phase
Census Site Selection Health education for
SPA, & Masons
Security Money Users Group
Collection & PHED- Formation
VWHC agreement
Site Selection Stand Post Attendant
(SPA) Selection
Village Construction Capacity Building
work

CE(PMC),PHED, Ajmer 511 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

Water Supply
Functional
Community Level
Training
Follow-up Phase
Follow-up use and Support in monitoring Follow-up on Use &
Maintenance Use & Maintenance of Maintenance
PSP, CWT, Sanitation
Units
Regular Deposition of
the Bill’s Payment
CWT :Cattle Water Trough
PSP:Public Stand Post
SPA:Stand Post Attendant
SU:Sanitation Unit
WG:Women Group
SHG:Self Help Group
WHC:Water & Health Committee
U&M :Use & Maintenance
PRA:Participatory Rural Appraisal

12.2.4 Main Roll of NGO for IEC activities:-

For the implementation of project components in the villages, the selected


NGO will open the appropriate number of cluster offices in the project area as
approved by EIC. The project staff of selected NGO will work in close co-
ordination with the PHED staff. The NGO will also conduct the household
survey in all the villages for consumption of water, willingness to pay bills for
water, consumer affordability for water.

The NGO’s selected/deployed by contractor for these 110 villages, shall


employ preferably local such persons who are skilled and experienced in all
activates required for the completion of the IEC work. All deployed staff for
IEC activity should have 2-3 years experience in this field. The NGO shall
impart the project specific training to them prior to deploying them of IEC
activity. Whenever services of NGO staff are found / noticed unsatisfactory
by the department they shall be removed/ terminated by the NGO
immediately as per direction of Engineer-in-Charges.

CE(PMC),PHED, Ajmer 512 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

The NGOs shall establish offices in the largest village in the area of 5 Nos
clusters having, communication facilities and provide vehicle for efficient
work in the cluster villages. NGO shall provide at least one post graduate
with having 5 years good experience in the same field for the post of
Programme Director and three graduates with having 3 year experience in the
same field for the post of Manager & coordinator, the person depute as unit in
charge having graduate and field staff shall be at least matriculate to
supervise the activities of the work and to act as the NGOs Representative,.
The NGOs shall also provide sufficient skilled field staff at each office during
whole period to ensure completion of the various sections of the work in the
time required. The tentative setup of the NGO shall be as follows:-

Programme Director on each Package

Programme Manager on 10 Executive Manager on 10 Coordinator on 10

Unit In-charge on 5 Nos

Field Staff (Male) 2 Field Staff (Female) 2

Report and returns

The NGOs shall maintain daily records of the progress with regard to the
works carried out, labour engaged. These will form the basis of periodic
reports and returns as may be required by the Engineer in Charge and in the
manner as directed by him.

The village level activities will fall under the following broad components.

12.2.5 Water distribution Management

CE(PMC),PHED, Ajmer 513 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

The activities under this component will primarily be focused for building
environment for project acceptance. A village level committee viz. Village
Water and Health Committee (VWHC) has already exists in every village of
the project. If a VWSC already exist in SWAJALDHARA & total sanitation
programme than this will be part of that committee. This committee will sign
an agreement with the PHED and will take-up all the tasks related the project.
By involving the villagers their WHC will select the site of public stand posts
(PSP) and cattle water troughs CWT. The VWHSC will collect monthly water
charges and deposit to the PHED. The VWHC will maintain the internal
water supply system and keep it in the functioning status. The villagers will
be trained and motivated for controlling wastage of water as well as hygienic
way of using water. The VWHC’s will be trained and facilitated to take up all
these tasks.

Village general meeting with VWHC, if any village the VWHC is not formed
then the NGO will organize the meeting with villagers and construct the
VWHC. The following of the member of the committee:-

 Elected public person – President.


 Helping Member of Aasha – Secretary.
 ANM -1.
 Representative of Health Committee -1.
 Representative of self helping group -1.
 Worker of Aaganwari -1.
 Member of NGO’s -1.

The major points to be covered under water distribution management


training will be as follows:

1. VWHC orientation and job distribution.

2. Village action plan including map making : size of village map, type of
map (hand prepare/ blue print/ computer drawn), information to be
marked on the map, provision of approval of draft map form the
department and number of such maps to be provided as decided in
consultation with Engineer-in-Charge.

3. Devising payment model for monthly water charges.

CE(PMC),PHED, Ajmer 514 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

4. Security money collection and PHED-VWHC agreement.

5. Site selection of PSPs and CWTs.

6. Voluntary labour for trench digging for internal pipe laying.

7. Community level training programmes on operation, maintenance fault


reporting, record keeping etc: one person per 250 population of village
with minimum of 2 person in each village shall be trained. Training shall
include repair of pipe line in village boundary, repair of PSPs, material
required for maintenance & availability of such materials etc.

8. Follow-up of use and maintenance of PSPs and CWTs.

9. Follow-up of regular deposition of monthly water charges.

12.2.6 Women Participation:

Women are the primary users of water. They need to be involved in every
step of implementation. In the society they have lesser say in decision making.
Therefore, the community participation initiatives will focus on brining
women in the groups and empower them so they can play a pivotal role in
villages level water supply related decisions. The major steps under women
participation components are as follows:

 Environment building among women (identification of issues of women’s


concern, sensitizing women about project, identification of women about
project, identification of women leader, contacting women in small
groups)

 Large group meeting and selection of women representative for WHC

 Women Group and Self Help Group formation as per need

 Map making through PRA

 Site selection for PSPs and CWTs

 Selection and training of Stand Post Attendants

 Capacity building measures

12.2.7 Health Education:

CE(PMC),PHED, Ajmer 515 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

The ultimate aim of the project is to improve in the standards of health of the
target communities. Merely providing safe water can not improve the health
status if the villagers do not consume it in the safe way and do not maintain
the hygienic environmental conditions. The health education efforts will focus
on educating the villagers about related health and hygiene practices
especially about the water born & Sewage born diseases. The major steps
under health education component are as follows

Selected NGO will perform all the above activities in every village. After the
award of work selected NGO will set-up project and filed offices. The NGO
will prepare the detailed strategies of every component and work. It will
collect primary data of every village and will make action plan of every
village. After that the NGO will implement the work in the close co-
ordination with PHED. The selected NGO will also establish rapport with
other department/ organizations, which are directly or indirectly related to
this work.

12.2.8 Outputs:-

The three main outputs of the works of IEC activities will be as follows:

 Preparation and submission of village action plan for water security for all
the 110 villages.

 Activation of VWHSC and mechanism for maintenance of in village


distribution of water. Minimum one trained person per village for
operation and maintenance of valves, pipelines and pumps.

 Creation of water revenue collection system for each village in close


coordination with Gram Panchayat and payment of the first monthly
water bill of Panchayat in the account of PHED and sustainability of water
collection system.

The deployed NGO shall be created good environment in the villages for
health, sanitation & to pay the water charges as per norms of the Government
& NGO shall work in the villages after the one year of commission of the
village. The list of villages is given below:

List of villages is as under:-

CE(PMC),PHED, Ajmer 516 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

Village Population as per


S.No. Name of Village
Code cenus 2001
1 KALKALLA KI DHANI 01866200 897
2 MANGLANA 01866000 3302
3 NAKA BASTI 01866100 1102
4 DIL DHANI 01865900 1930
5 GANGAWA 01865800 2966
6 GUNAWATI 01865500 1045
7 KISHOREPURA 01865700 767
8 BIDIYAD 01865600 8650
9 KHOKHAR 01867000 2054
10 DEVLI KHURD 01866300 1222
11 CHARANWAS 01866500 841
12 SHYAMPURA 01866901 1453
13 DHOKALIYA 01866400 1344
14 RUNIJA 01866600 1356
15 GIGOLI 01866700 884
16 ADANI 01867100 867

17 PARABATSAR (GRAMIN) 01866800 3696

18 KHIDAR PURA 01867200 1837


19 KINASARIYA 01867300 2216
20 BHESADA 01867400 812
21 NARWA 01867700 858

22 HARNAWA PATTI 01868600 5034

23 HUKMPURA 01868500 566


24 GADHI 01868400 712
25 BADOO 01868300 8576
26 MANDAN 01867600 899
27 HUL DHANI 01867500 2180
28 BHADWA 01868200 3666

29 GUJARO KI DHANI 01868100 883

30 BARNEL 01868700 2012


31 JAGADISHPURA 01869600 476
32 GULAR 01869700 4885
33 JHANJHILA 01870000 3952
34 LALANA KALLA 01869900 1429
35 KANWALAD 01870800 1591
36 BHAWASIYA 01868000 1703
37 NENIYA 01870100 1444
38 HARIPURA 01867900 291
39 KURADA 01868800 4965
40 CHITAI 01871200 1537
41 CHITAWA 01871100 1405
42 LALADA KHURD 01869800 1201
43 NARMA 01869500 1090
44 DHUDHIYA 01870900 1405
45 BAGOT 01871000 3432
46 MALAS GUSAIYA 01867800 1603
47 ROHINDI 01870200 2255
48 ARATH 01870600 562

CE(PMC),PHED, Ajmer 517 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

S.No. Name of Village Village Population as per


49 MEHGAW 01870400 1498
50 PEEPALAD 01870300 3523
51 BITHAWALIYA 01868900 2048
52 MERASI 01869000 1132

53 ANTAROLI SANGA 01869100 1863

54 JALWA 01869200 4437


55 KHEDI KHINWASHI 01869400 1033
56 TINWALI 01869300 267
57 BHAKARI MOLAS 01871400 4832
58 SHIL BHAKARI 01871300 681
59 DHADI KHEDA 01871800 71
60 BAREW 01871900 1665
61 KANTIYA 01872000 611
62 HATHELI 01872100 311

63 BHAWANI GAWN 01871700 770

64 KHANPURA 01870700 1758


65 JHALRA 01872800 1308
66 SANCHOR 01870500 1191
67 LAKHAYAS 01872700 659
68 MODI KHURD 01873300 1777
69 NIMBOLA 01871600 939
70 TAPARWADA 01871500 1756
71 BISAS 01873100 623
72 BAJAWAS 01873200 2835
73 BHERAWAS 01874200 527
74 PALDI KADWA 01872200 885
75 DHOLIYA 01872400 744
76 MUNDOTA 01872300 831
77 RABADIYAD 01872500 2387
78 AJAWA 01872600 1014
79 DHADHOTA 01873000 1999
80 MADHWA 01872900 204
81 CHHIWALI 01874300 154
82 KANKEDIYAS 01874500 388
83 MALAS CHARNA 01874100 216
84 PEELWA 01874000 3857
85 KUNDARI 01875800 2007
86 MANPURA 01875700 840
87 BANDA HEDA 01876100 1254
88 MINDAKIYA 01876000 702
89 KHOKHARIYA 01873900 847
90 ROJAS 01873800 567
91 JALAMPUR 01873600 305
92 NETIYAS 01873700 1083
93 SITAWAT 01873400 1619
94 KULIYANA 01875900 1089
95 RID 01873500 3200
96 KHUNDIYAS 01874800 684
97 KALETRA 01874600 1256
98 MANDOWARI 01874700 1065

CE(PMC),PHED, Ajmer 518 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), ,Kuchaman Vol-II :

S.No. Name of Village Village Population as per


99 BHUTAS 01874400 275
100 BARUN 01875600 837
101 BHARASIYA 01874900 2113
102 PANAWALIYA 01876300 493

103 RAGHUNATHPURA 01876400 1450

104 PEEH 01876200 5454


105 BAWAL 01875200 2145
106 MAYAPUR 01875100 1257
107 CHARANAWAS 01875000 1013
108 BASED 01875500 1298
109 BASSI 01875300 2062
110 SIDIYAS 01875400 851
TOTAL 186413

CE(PMC),PHED, Ajmer 519 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Operation and Maintenance
Kuchaman

CHAPTER-13:
SPECIFICATIONS FOR OPERATION
AND MAINTENANCE

13.1 GENERAL

This section of specifications applies to the specifications of materials used for


operation and maintenance, the workmanship, periodical maintenance,
record keeping, and responsibilities during operation and maintenance
period.

The Contractor shall operate and maintain the entire project package covering
all the units at various pump houses & headworks, rising mains, distribution
pipelines, pipe apputennaces, communication system, SCADA system, PLC ,
rail /road / river / nallah crossings, all the civil structures, buildings,
campus area, and all en-route structures, along the conveyance system for the
entire period specified in the Contract. The contractor shall maintain skilled
staff and sufficient inventory of spares and material from the day one of O&M
as specified in this Document and as per good engineering practice to ensure
elimination partial / complete breakdown periods and minimisation of repair
/ replacement periods.

13.2 ACTIVITIES DURING O&M PERIOD

Within the frame work of the contractors responsibilities given above, the
contractor shall carry out the following activities, but these shall not limit
requirement of other activities, which otherwise are required as per terms and
conditions of contract or to fulfill contractors accountability or are essential as
per good industrial practices. The contractor shall be responsible for

a) To provide water at the required flow rates to all ESRs ( Proposed) in all
cluster villages to be benefited.

b) Providing the minimum specified staff as specified in relevant clauses


during operation and maintenance period and additional staff as per
requirement during periodic maintenance and emergencies.

c) Providing all required consumables/materials required for functioning of

CE(PMC),PHED, Ajmer 542 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Operation and Maintenance
Kuchaman

equipment.

d) Maintenance of all pump houses, their campus, and their surroundings in


neat and clean position.

e) Maintaining, foolproof operation of all PLC systems at all locations round


the clock uninterrupted. Any fault in PLC system, it should be rectified
within 24 hours.

f) Maintenance of the lighting system of all areas and replacement of all non-
functional lighting fixtures within 24 hours.

g) Maintaining the 33/0.415 KV Substation at each head work as per standard


practice/norms.

h) Maintaining;

 Repair history of all mechanical, electrical and instrumentation


control equipment in pump houses and communication instruments.

 Status history of all pumps and motors in Pump Houses

 Log books

 Hourly power availability, input voltages, and kWh meter readings


at all pump houses.

 Daily Operation of pumps hourly readings for operating voltage,


amperage and power factor, pressure at outlet of pumps and flow
rate.

 Hourly levels of sumps.

 Last periodic maintenance done for all equipment/buildings of the


system.

 Observations made during patrolling of pipeline, Roads, and village


transfer chambers & allied structures.

CE(PMC),PHED, Ajmer 543 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Operation and Maintenance
Kuchaman

In addition to maintenance of above logbooks the contractor shall


maintain one observation book at each pumping station. Observations
made in the observation book, by departmental officers, must be
complied with immediately and compliance report shall be sent monthly
to EIC.

i) Providing required spares, accessories or equipment itself for repair /


replacement so that the electrical, mechanical, instrumentation, pipe and
pipe appurtenances, and the communication system works efficiently
and smoothly as per the guarantees given or minimum required
efficiencies asked for in the contract period, without any additional cost
to department. At the end of the contract period the contractor shall
hand over the spares, tools and tackles as per relevant clause of contract.

j) Maintaining the drinking water supply facilities in all pump houses,


office & residential buildings and all its units.

k) Providing manpower for the required repairs of all facilities as defined in


relevant clause along with the manpower and materials for repair of the
roads, buildings and campus area utilities.

l) Maintenance of the adequate stores for the electrical, mechanical and


instrumentation equipment. The maintenance of stores will include but
shall not be limited to:

 Loading / unloading of materials received and issued for works.

 Proper arrangement of material in stores to ensure its safety and easy


availability.

 Maintaining stores area neat and tidy.

 Keeping records and Accounting the incoming materials.

 Keeping records and Accounting the consumed materials.

 To take advance action for procurement, once the store material is

CE(PMC),PHED, Ajmer 544 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Operation and Maintenance
Kuchaman

below the threshold stock limits identified in O&M manual.

The contractor shall be solely responsible for the safety and security of
the goods in the store and its accountability and will be responsible for
any loss or damages in stores for any reasons. He may opt for insurance
cover against the value of goods to be stored without any additional cost
to the department.

m) Daily patrolling of each section of pipelines and village transfer


chambers to identify repair and report the damages / defects of pipes
and its appurtenances, and en-route village transfer chambers allied
structures.

n) Emergency Maintenance / Periodic routine maintenance of pipelines,


electrical, Instrumentation and mechanical equipment(s) at all pumping
station(s). Maintaining a fleet consisting of at least one JCB or other
equivalent or superior hauling machine, sufficient inspection /
patrolling vehicles and material hauling vehicles and any other vehicles
(Min 2 Nos) / machinery / equipment for adequate and timely repairs
and / or for routine / periodic maintenance / patrolling of the system.

o) Periodic routine maintenance of structures/buildings of pumping stations


and others built in the contract, campus areas of pumping station(s).
Such maintenance must ensure adequate cleanliness, ventilation,
illumination and structural safety. In addition to this, the general
hygienic standards must be maintained and adequate plantation,
horticultural activities must be taken up to maintain the total
environment of the campus / building pleasant.

p) Providing adequate man power for watch and ward of all head works.

q) Updating and periodic submissions of the operation and maintenance


manual as defined in specifications for O&M work. The bidder shall take
up all periodic maintenance works provided in the approved O&M
manual.

r) Lubrication of all required components.

CE(PMC),PHED, Ajmer 545 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Operation and Maintenance
Kuchaman

s) Submission of monthly report.

t) Co-ordination & communication with other agencies responsible for


operation & maintenance works, en-route village distribution system
and Ajmer Vidhyut Vitran Nigam Ltd.etc.

u) Arrange a mobile laboratory for testing of water samples.

v) It shall be mandatory for the contractor to upgrade the relevant soft ware
for the SCADA and water management functionaries in coming years
whenever new version of the software released by the original supplier.

13.3 SPECIFICATIONS

The specification of materials used for repairs shall be the same as used in the
original work during execution. If not used during execution, specifications
for such materials, which were not used during construction shall be got
approved by the department, prior to commencement of operation and
maintenance period and must be incorporated in the O&M manual. Without
being limited by this clause, during O&M period, the contractor shall use
appropriate material for repairs even if the material required for such repair is
not approved earlier, and no delay in repairs shall be subjected to such
limitation. But subsequent to such use of material, the contractor shall submit
proposals for the approval of the specifications of such material. The
submissions and approval of material shall be done in accordance to clause 10
of special conditions of contract. The approved material, will subsequently
form a part of the O&M manual.

13.4 EXPERIENCE AND QUALIFICATION OF STAFF

For all operation and maintenance works, the contractor shall provide skilled
staff, who has adequate qualifications and sufficient experience of similar
works. The minimum qualifications and experience required for minimum
staff to be deployed by the contractor shall be as per table below:

S.No. Position P size Qualification


1 Foremen/Sub-Engineer 1 No. Graduate/Diploma in Elect or Mech./ ITI
with 10 years’ experience in similar more
2 Electrician 1 No. ITI in Electric discipline with License as
Electrician

CE(PMC),PHED, Ajmer 546 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Operation and Maintenance
Kuchaman

3 Pipe Fitter 1 No. for 50 km ITI in Piping discipline/Experience as


or 2 clusters Pipe Fitter for 7 years.
4 Helper 2 No. per Fitter He should be minimum 8th standard pass.
for pipeline
1 No. per Pump
operator
5 Pump Operator 1 No per Shift ITI in Pumping discipline or Electric
@ each PS + discipline / 5 years’ experience as pump
Reliever for operator.
weekly off
6 Gardner 1 No. per PS
7 Sweeper 1 No. per PS
8 Other Positions As per
approval of
EIC

13.5 TOOLS AND TACKLES REQUIRED FOR O&M:

The contractor shall arrange following tools and tackles for the operation and maintenance of
the system:

S. No. DESCRIPTION UNIT QTY


1. Hacksaw machine Nos. 1
2. Miscellaneous items and hand tools with safety equipments Nos. Lot
3. Portable Noise level tester Nos. 2
4. Portable vibration tester Nos. 2
5. Magnetic base dial gauge Nos. 2
6. Portable temperature meter Nos. 2
7. Filler gauge Nos. 2
8. Precision spirit level Nos. 2
Tool box with all necessary tools fixed spanner, ring
9. Sets 4.00
spanners, screw drivers, adjustable jaw spanners, etc.
Tripod with chain pulley blocks of 1 Ton capacity (6.0m
10. Nos. 2.00
legs)
11. Tong tester, 1000 Amp Nos. 2.00
Hand crimping tool with dies suitable for cable joining up to
12. Nos. 1.00
95 sq. mm.
13. Hydraulic crimping tool, suitable for cable joining from 25 to Nos. 2.00

CE(PMC),PHED, Ajmer 547 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Operation and Maintenance
Kuchaman

S. No. DESCRIPTION UNIT QTY


400 sq. mm.
14. Hydraulic jack, 5 Ton capacity Nos. 2.00
15. De-watering pump sets of 5 kW with 50 meters hose pipe Nos. 2.00
Motorized and handle operated insulation resistor tester, 5 kV
16. Nos. 2.00
(multi-range setting), with battery pack
17. Handle-operated insulation resistor tester - 1000 Volts Nos. 2.00
18. Insulating oil tester and filter Nos. 1.00
19. Hand grinder (Angle 7”) Nos. 1.00
20. Clamp-on Digital Meter (0 - 1000 Amperes) Nos. 2.00
21. Multi-meter (Digital) Nos. 2.00
22. Micro-Ohm meter Nos. 1.00
23. Portable vacuum cleaner/blower (industrial type) Nos. 2.00
24. Aluminum folding ladder - 6 meters Nos. 2.00
25. 4 terminal Earth Tester (digital) Nos. 2.00
26. Rubber gloves (33 kV rating) Sets 6.00

CE(PMC),PHED, Ajmer 548 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Operation and Maintenance
Kuchaman

13.6 LUBRICATION

A complete schedule of recommended oils and other lubricants shall be


furnished by the Contractor, in the operation and maintenance manuals. The
number of types of lubricants shall be kept to a minimum. In case of grease
lubricated bearings for electric motors, lithium base grease is preferred.

The Contractor shall indicate the brand name of indigenously available


equivalent lubricants with complete duty specification, in the O&M manual.
The Contractor shall also furnish the schedule of quantities for each fill,
frequency of filling and annual requirement in O&M manual.

Where lubrication is effected by means of grease, preference shall be given to


a pressure system, which does not require frequent adjustment or recharging.
Frequent, for this purpose means more than once in a month.

Where more than one type of special grease is required, a grease gun for each
special type shall be used.

All lubricant systems shall be designed so as not to cause a fire or pollution


hazard.

The Contractor shall supply flushing oil for such lubrication system when an
item of plant is ready for preliminary running.

13.7 SPARE PARTS

All spare parts used for the equipment in the maintenance of the system must
be from the manufacturer of the equipment or if the equipment itself has been
made with parts of other manufacturer the parts must be of the same type &
make as used in the equipment shall only be supplied and installed.

All spare parts shall be packed for long storage under the climatic conditions
prevailing at the site. Each spare part shall be labeled on the outside of its
packing with its description, number and purpose and, if more than one spare
is packed in a single case, a general description of the case contents shall be
shown on the outside and a packing list enclosed.The used spare part shall be

CE(PMC),PHED, Ajmer 549 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Operation and Maintenance
Kuchaman

replenished within minimum possible time and this time shall be decided
with Engineer-in-Charge.

13.8 PARTICULAR REQUIREMENTS DURING O&M

The workmanship observed for all repairs and maintenance work must be in
accordance to “Good Engineering Practices”.

13.9 PIPELINE

The specials, pipe sections used must have thickness as per design
requirement at the point of installation and shall be coated internally and
externally if specified. The rubber gaskets/rings, nut & bolts, saddles and
couplers etc. to be used shall be as per revelent specifications.

After each repair the damaged coating of pipes must be repaired and if in
trench conditions, the trench must be filled with approved soil so as to
provide requisite cover.

Stretches along pipe alignments as already specified in pipe specification,


fixity /thrust blocks where cover is washed out or removed due to other
reasons must be rehabilitated so that the required cover is always maintained.

All cracks in pipe supporting structures, valve chambers and their edges must
be racked, filled and made good with cement sand mortar 1:2. Damaged outer
coating / inner lining shall be repaired as per specifications. The contractor to
ensure daily patrolling of pipe line with maintenance of log sheet for record of
lekage detected and removed ,and recording of hourly flow data from
individual pump at all headworks. These data shall be made available to all
control rooms daily by the incharge patrolling, stationed at every head work.

Extent of work shall be as under

a) Repair of leakage’s, damage to any portion of pipes and pipe


appurtenances, pillars, thrust blocks etc., and shall be done to within 24
hours from identification.

b) Emergency Repair(s) of burst(s) for maintaining regular supplies


immediately.

CE(PMC),PHED, Ajmer 550 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Operation and Maintenance
Kuchaman

c) Operation of all valves periodically to check its functioning for operation.


Maintenance of all valves. Inspection of surge protection
equipment/system if any and repair them if required. Contractor shall
submit quarterly reports of all such activities done.

d) To maintain minimum level of inventory required for repair of pipe


leakage(s) and burst(s), valves (air valve, sluice valves, butterfly valves),
flow meters, surge protection devices or any other pipe appurtenances or
equipment(s) installed.

e) Quarterly lubrication of all gear boxes along the alignment.

f) To maintain the valve chambers along the pipeline in clean and dry
conditions.

g) To make necessary arrangements for de-watering in situations warranted


for O&M.

h) To maintain the soil cover on the pipe damaged due to rains, run-off or
due to other reasons.

i) Maintaining clean conditions at pillars and fixity blocks along pipelines.

j) Maintain all the existing pipelines utilized under this project for purpose
of transferring water to all Villages.

13.10 PERIODICAL MAINTENANCE OF EMI EQUIPEMENT

13.10.1 Electrical & Mechnical Equipment

As preventive maintenance, it is advisable to follow a schedule for the


maintenance of the equipments. The schedule covers recommendations for
checks and remedial actions, to be observed at different periodicities such as
daily, monthly, quarterly, semi-annually, and bi-annually.

CE(PMC),PHED, Ajmer 551 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Operation and Maintenance
Kuchaman

Daily

(i) For Motors ;

Check bearing temperatures.

(a) Check for any undue noise or vibration.

(ii) For panel, circuit-breaker, starter ;


(a)Check the phase-indicating lamps
(b) Note reading of voltage, current, frequency etc.
(c)Note energy-meter readings,

(iii) For transformer substation :


(a) Note voltage and current readings.

Monthly

(i) For motor: nothing special other than the daily checks.
(ii)For panel, circuit-breaker, starter :
(a) Examine contacts for relay and circuit breaker. Clean, if necessary.
(b)Check setting of over-current relay, no volt coil and tripping
mechanism and oil in the dashpot relay.
(iii)For transformer substation :
(a) Check the level of the transformer oil.
(b) Check that the operation of the Isolator is okay.
(c) Check contacts of Isolator and of over-current (OC) relay.
(d)Check temperatures of the oil and windings.
(e)Clean radiators to be free of dust and scales.
(f)Pour 3 to 4 buckets of water in each earth-pit.
(g)Cleaning of switchyard to ensure no vegetation growth.

Quarterly

(i) For motor :


(a) Blow away dust and clean any splashing of oil or grease.

CE(PMC),PHED, Ajmer 552 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Operation and Maintenance
Kuchaman

(b) Check wear of slip ring and bushes, smoothen contact-faces or


replace, it necessary. Check spring-tension. Check bush setting for
proper contact on the slip-ring.
(c) Check cable connections and terminals and insulation of the cable
near the lugs, clean all contacts, if insulation is damaged by
overheating investigate and rectify. All contacts should be fully tight.

(ii) For panel, circuit-breaker, starter, etc. :


(a) Check fixed and moving contacts of the circuit breakers/switches.
Check and smoothen contacts with fine glass-paper or file.
(b) Check condition and quantity of oil/liquid in circuit-breaker, auto-
transformer starter and rotor-controller.

(iii) For transformer substation :


(a) Check condition of the H.T. bushing.
Check the condition of the dehydrating breather and replace of silica-gel
charge, if necessary. Reactivate old charge for reuse.

Semi-Annual

(i) For motor :


(a) Check condition of oil or grease and replace if necessary. While
greasing, avoid excessive greasing.
(b) Test insulation by megger.

(ii)For panel, etc. :

Check for corrosion and take remedial measures. Check by megger the
insulation-resistance of switches, busbar, starter-terminals, auto-
transformer, etc. for phase-to-earth and phase-to-phase, resistance.

(iii) For transformer substation :


(a) Check die-electric strength and acid-test of transformer oil and filter, if
necessary.
(b) Test insulation by megger.

CE(PMC),PHED, Ajmer 553 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Operation and Maintenance
Kuchaman

(c) Check continuity for proper earth connections.

Annual

(i) For motor :


(a) Examine bearings for flaws, clean and replace if necessary.
(b) Check end-play of bearings and reset by lock nuts, wherever
provided.

(ii) For panel, etc. :


(a) All indicating meters should be calibrated.

(iii) For transformer substation. :


(a) Check resistance of earth pit/earth electrode.

Bi-Annual

(i)For motor : Same as annual

(ii)For panel, etc. same as annual

(iii)For transformer substation


Complete examination including internal connections, core and windings.

13.10.2 Instrumentation systems Maintenance

All the instruments shall be calibrated at regular intervals as per the


manufacturer’s recommended schedules. A record of such calibration and
maintenance is maintained.
The system software upgrade for the current version, if any shall be done by
the contractor during the warranty period so as to have the current version of
the software at the end of the warranty period.
The system Software updates shall be done by the contractor whenever new
version of the supplied software is release by the vendor, to keep the system up-
to-date during entire period of maintenance contract.

CE(PMC),PHED, Ajmer 554 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Operation and Maintenance
Kuchaman

13.11 PUMPING STATION AND ALL OTHER BUILDINGS

The contractor shall carry out the ordinary repair to building during the O &
M period. The repairs may include but not limited to items: -

 Easing of doors and windows, monsoon repairs to roofs, attention to


drains, rainwater spouts attention to plinth protection.

 External white or color wash, external or internal painting, internal


distempering, within the campus.

The frequency of repairs must not be less than as specified below:

S. Nature of Repair Frequency of


No. repair for
buildings
1 External finishing (color washing) In the 3rd ,7th &
after attending minor repairs such 10th year of
as damage to plaster/pointing etc. O&M

2 Internal finishing (distemper / In the 3rd ,7th &


painting) after attending minor 10th year of O&M
repairs such as damage to plaster
/pointing etc.
3 Painting of woodwork & steel In the 3rd ,7th &
works including shutters and GSS 10th year of O&M
structures.
4 External finishing (Distemper / In the 5th & 10th
painting) after attending minor year of O&M
repairs of all CWRs.

Following repairs prior to onset of monsoon are essential:

Any faults in the electric installation, leakages, earthing, exposed wire ends
and any hazards on this account to the users/inmates of the buildings, should
be taken care of suitably, wiring, which is damaged or outlived, should be
replaced.

Damaged/ Sanitary lines should be replaced and choked lines cleared.

CE(PMC),PHED, Ajmer 555 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Operation and Maintenance
Kuchaman

Proper drainage of the area around the building should be ensured to avoid
stagnation of rainwater / effluent, in order to prevent malarial conditions,
where courtyards exist in the buildings, their drainage into the outer drains
should be ensured. Any choked drains should be cleared properly.

Leaking roofs should be attended to immediately with suitable repairs/


treatment, as the case may be. The rain waterspouts should also be cleared of
blockages, etc. The roof should be swept clean of leaves, debris, and etc. if
any.

The plaster on outer walls of the building, which is exposed to weather,


should be repaired before rains in order to prevent dampness inside. Where
plinth protection has been provided, it should be checked and the damaged
portions, if any, should be repaired before rains.

Damaged flooring should be repaired/ replaced as per requirement, in order


to prevent dampness inside the rooms, etc. during rains.

Periodic repairs of damaged floors, door/window fittings, water taps, water


coolers, furniture, desert coolers, electric circuits, must be taken up on
complaints using the material of same quality as used during construction.

13.12 TESTING OF PUMPS

Performance test of each pump shall be conducted once in year, by using


following test equipement duly calibrated from test labarotory wit prior
approval of EIC

i) Clamp on type flow-meter


ii) Precission pressure gauge
iii) Two Waytermeter for power measurements.

CE(PMC),PHED, Ajmer 556 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Operation and Maintenance
Kuchaman

The test shall be conducted at design head of pump, which shall be generated
by throttling the valve.

If test shows that efficiency of the pump is reduced by 5 % or more the


contractor shall take appropriate corrective measures such as replacement of
wearing rings or impeller or if necessary pump.

13.13 TESTING OF CWR AND ESR

Leak test of CWR and ESR shall be conducted once in two years. If leakage is
observed, it shall be rectified by suitable process such as grouting or the
procedure decided by EIC etc.

13.14 MAINTENANCE MANAGEMENT SYSTEM

The objective of Maintenance Management System is to ensure efficient


O&M, with minimum break down & structure monitoring complete as per
contractual provisions.

The contractor shall compliment web based computerized maintenance


system during the execution and trial maintenance period. The system shall
have following modules:-

a) Asset Register :- For the ready information of all stored assets


(component of capital works) creted by the contractor, under the project
in structural heretical format.

b) Electronic Log Book :- For recording and storing data related to


observations of level pressure, electric parameters, vibrations,
temperature etc and pump & valve operations in structured format.

c) Maintenance Module :- Generate module for Maintenance schedule and


to also record actual maintenance work done. This would include both
preventive as well as break down maintenance with provision for
recording spares/ material used for maintenance work.

d) Spares and consumable Inventory Module :- For recording receipt and


use for recording receipt and consumption spare parts.

CE(PMC),PHED, Ajmer 557 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Operation and Maintenance
Kuchaman

e)H.R. Module :- To record attendance and deployment of manpower on


operation and maintenance work.

f) VWSC Module :- For recording the data documents related to Village


Water & sanitation Committees covered under the project.

g) Reporting Module :- To generate predefined Project Reports on daily /


weekly / monthly / yearly basis for viewing service delivery, operation
al efficiency and contractual compliments .

h) Data input in various service delivery and contractual compliance :- The


data input in various module shall be in real time by the O& M staff in
the web based system so that it can be viewed by authorized person /
officers of department from anywhere.

13.15 OPERATIONS AND MAINTENANCE MANUAL

The comprehensive manual to be submitted before the operation and


maintenance period, i.e. during execution stage as defined in special
conditions, of contract containing the contents as specified in Chapter – 2 of
“scope of work” given in Volume II of bid document, must be updated, not
limited to, on principals listed below:

Up-dating any changes in the procedures existing in the O&M manual,


deemed necessary to be changed due to limitation observed during the
maintenance period and incorporating the procedures for maintenance of
other repairs/break downs not incorporated in the maintenance but faced
during O&M period.

Procedures for repair of leaks/burst in pipes must be provided, with


supporting drawings as provided in the O&M manual must be updated if any
differences are observed during O&M contract.

Frequency of spares used in maintenance of valves (air-valve, sluice valves,


surge control devices and butterfly valves), expansion joints, equipments and
installed for surge protection must be recorded for updating the contents of
manual.

CE(PMC),PHED, Ajmer 558 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Operation and Maintenance
Kuchaman

Record of trouble shooting points and details of events causing troubles


(break down’s) during maintenance of pumps / motors / measuring
equipment(s), / electric panels and accessories therein must be maintained
and used for updating the contents of manual.

Record of locations and type of damages observed during maintenance of


road which are of recurring nature must be used in updating the manual.

The record of Inventory used must be maintained and the relevant portion of
O&M manual must be updated to list out the requirement of Inventory for
maintaining the system for 10 years.

The record of availability of water quantity at Genana, Dhyawa & Ladnu


CWRs monitored during every day of the O&M period must be maintained
and handed over after the expiry of contract period.

The provisions in the manual must incorporate every aspect of good


industrial practices even if not elaborated here or in other parts of the bid
documents. The provisions in the approved operation and maintenance
document shall only be valid and binding for both the parties during
operation and maintenance along with the additions and deletions made.

The manual so prepared must be updated after the end of every year of
operation and maintenance, giving effect to the experience gained and the
observations made by the Department during the maintenance period.

13.16 SUB STATIONS: (AT ALL PUMPING STATIONS)

 Routine and periodical checking of all equipments and structures installed


at switchyard to ensure their normal functioning.

 Regular cleaning of switchyard to ensure no growth of any kind of


vegetation.

 Regular checking of oil levels in all types of transformers and to


supplement as and when required and the contractor to arrange oil
filtration at his level whenever required.

 To keep all joints leads, nut bolts in tightened position.

CE(PMC),PHED, Ajmer 559 Signature of Tenderer with Seal


Public Health Engineering Department Tender Document
RWSS&FMP, PACKAGE-9 (CDS-6), Vol-II: Specifications for Operation and Maintenance
Kuchaman

 To maintain all relays in healthy condition and to recalibrate in 3rd and 5th
year.

 To maintain the required earthing level.

CE(PMC),PHED, Ajmer 560 Signature of Tenderer with Seal

Você também pode gostar