Escolar Documentos
Profissional Documentos
Cultura Documentos
Tender Document
for
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
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.
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-
Freq. of supply in hr
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.
Lift Canal of IGNP system to meet drinking water demand of whole Nagaur district and en-
route 2 towns & 111 villages of Bikaner district.
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
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:
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
Assessment of water demand has been done on the basis of following parameters
Urban:
Service level in towns provided with piped water supply is kept as 100 lpcd as per
decision of GoR.
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%
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:
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:
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:
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
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.
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)
Population:
Details of projected population which shall be benefitted under Package-9 are given
below:
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:
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.
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
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
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
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.
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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.
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
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
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
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
Village Clusters
Water from pumping stations shall be distributed to 96 villages of Kuchaman
Panchayat Samiti through following 30 ESRs of village clusters:
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
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:
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:
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.
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
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.
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:
(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.
(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.
(viii) Electric design and electric load calculation, data sheet, QAPs and fulfillment
of IEC requirement.
(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.
(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.
(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.
(xxvi) Providing spares, tools and tackles at the end of the execution of
physical works as per list enclosed.
(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.
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.
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.
In addition to the above, the following shall also form a part of the scope of
work:
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.
Restoration of PHED’s premises/ road etc. after completion of the work shall
also be a part of the work.
The works under this contract are broadly divided in to the following
components:
Design of pumping stations and pumps including EMI required for all
the three pumping stations.
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
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:
1 Kuchaman 550
2 Chitawa 320
3 Bhilal 210
Total 30 30
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.
2.3.933/0.415 KV Switchyard:
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.
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..
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
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
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;
VI. Preparation of trench bed, providing sand bedding where pipe is laid
below ground in stretches having boulders / rocky strata;
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
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:
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.
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;
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.
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
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;
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;
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.;
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
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
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
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
JUNCTION J1 2120
KHORANDA 500
KHORANDI 2400
JIJOT 1080
4010 1080 2400 2120 0 0 0 0 9610
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
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
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
JASAWANTPURA 2670
NAGWARA 4360
GUGARWAR 5180
KMN /
MOTIPURA
CL-18
HANUMAN PURA 4000
MOTIPURA 500
KERAPURA 1940
KMN /
BHANWTA
CL-20
BHANWTA 1500
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
JUNCTION J1 3190
KMN / SHIVDAN
SUJANPURA 500
CL-22 PURA
DEEPPURA 600
JUNCTION J1 1180
ASANPURA 2340
ANANDPURA 500
RANASAR 2220
UGARPURA 1000
LIKHAMASAR 2050
ROOPPURA 1000
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
JUNCTION J8 3100
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
0 5720 0 0 0 0 0 0 5720
83010 34345 29000 27470 20520 7690 1500 3680 207215
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.
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.
V.Excavation for trenches in ordinary soil/ hard dense soil/ hard dense soil
mixed with boulders/decomposed rocks/hard rock/saturated soil.
VII. Preparation of trench bed, providing sand bedding where pipe is laid
below ground in boulder / rocky strata.
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.
XV. Removal of defects in laying and jointing works of all pipelines, valves
and specials.
XXI. Encasing the laid pipe line with M.S. pipeline in associated lengths as
per specifications of concern department.
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;
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.
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..
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.
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.
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;
3. 250 mm (S.V.) 2
4. 200 mm (S.V) 2
5. 150 mm (S.V) 10
6. 100 mm (S.V) 3
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.
1 150 mm PN – 1.0 11
1 150 mm PN – 1.0 11
(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.
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.
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.
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.
Work description
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
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%
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.
2) Providing pump house plinth area not less than as specified in Tender
drawings. To suitable provide;
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.
9) Providing facilities for potable water supply with water cooler of 80-
liter capacity for drinking purposes at Kuchaman ,Chitawa, Bhilal
head Works.
All around the building outer area and the approaches from pump
house and other areas as mentioned in relevant specifications
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.
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.
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
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.
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
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.
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.
system and rain water recharge structure at all three head 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.
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.
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.
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.
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.
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.
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.
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.
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
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.
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.
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 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.
Contractor shall supply & install a pressure sensor with transmitter on each
delivery line of every pump.
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.
Contractor shall provide & install one level ultrasonic sensor, transmitter, LPU,
cables etc on each reservoir under this contract.
The control panel shall display all the sensors & recordable parameters on the
control panel.
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.
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 entire PLC system is required to receive & store the information From
Electrical, Mechanical & Instrumentation Equipments
Electrical System:
Mechanical Equipments
Instrumentation Equipments
Flow data (instantaneous flow rates and total flow) from the pump
house (through flow meter & transducers installed on water main).
Generation of reports.
Alarm Situations
UPS failure.
One Personal Computer with 19” LCD colour monitor with other 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.
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;
The contractor shall construct RCC Clear Water Reservoirs at following head
works having 2 hours capacity, the capacities of CWR’s as below:
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 .
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.
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.
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.
II. The puddle collar for inlets, outlets, overflow & washouts shall also be
provided in CWRs wall.
III. Construction of outlet chamber with sluice valve of outlet pipe size,
dismantling joint, pipe connection with puddle collar of outlet of CWR.
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.
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.
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.
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.
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 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.
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
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.
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.
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
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.
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”.
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
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.
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.
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
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 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".
(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
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.
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
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 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.
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;
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.
The works included are as defined below but shall not be limited to
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.
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.
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
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
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.
For the execution of work, contractor will have to deploy the technical staff
during the execution period of work contract as detail below:-
2.46 TECHNICAL REQUIREMENT OF PUMP HOUSES AT VARIOUS HEAD WORKS AND SITE
DEVELOPMENT WORKS :
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
S.
Particulars Specification to be adopted
No.
8 Plinth Protection Plinth Protection 1.5m wide all along Pump
house building.
q) Laboratory KS AE PSDF FD
S.
Particulars Specification to be adopted
No.
Flushing Cistern Low Level 10 liter Capacity
Wash Basin Flat Back 550x400 mm
Provide suitable size invertor system for the PMC office at Ajmer with
complte installation.
As a general guideline the total area of doors and windows shall be not less
than about 25 % of the floor area.
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.
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:-
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:
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
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
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:
Name plates at the doors to the units (English and local language)
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.
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.
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.
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
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:-
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.
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.
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:
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.
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.
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.
The O&M period shall commence after completion of defect liability period
(one year). However, the part commissioning of the project on completion of
(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.
(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.
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
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:
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.
VI. Co-ordinate and communicate with other agencies like PWD, Railway,
AVVNL, Water Resources Deptt., Telephone Deptt. & National
Highway etc. as and when required.
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.
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.
TABLE - 1.1
Design Criteria for Transmission Main & Distribution Network
TABLE - 1.2
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.
The following general criteria must be adhered while preparing the plan and
L-section of the pipeline:
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.
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 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
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,
After the selection and approved L-section of the pipeline, the following
designs must be got approved:
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 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
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.
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
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.
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.
3.3.3 Marking
All pipes will be marked as per Clause 18 of IS 8329 and show as below:
The pipes should be preferably transported by road from the factory and
stored as per the manufacturer specifications to protect damage.
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.
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.
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
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
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.
PVC resin of suspension grade K-66/K-67 shall be used for extrusion of uPVC
pipe.
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
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 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 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.
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.
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
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
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.
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 following acceptance tests shall be conducted in accordance with IS: 4985
and IS: 12235.
3.4.12 Markings
Class 3 – Green
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
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.
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.
3.4.15.1. 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.
The rubber rings shall be vulcanized from Ethylene propylene (EPDM). The
colour of material shall be black.
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
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.
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.
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.
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%
3.4.15.6. Marking
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.
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
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.
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.
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
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:
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.
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,
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.
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.
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.
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.
3.5.2.1. General
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.
3.5.2.2. Clearing
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.
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.
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.
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.
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.
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.
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.
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.
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,
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
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.
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
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.
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:-
The bed for the laying of the pipes has to be prepared according to the L-
section immediately before laying of the pipes.
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.
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.
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.
The bed for the laying of the pipes has to be prepared according to the L-
Section immediately before laying 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.
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.
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.
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
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.
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.
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
Generally, the pipes shall be laid within two weeks from the date of their
dispatch from the manufacturer / store.
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.
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.
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,
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.
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.
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.
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.
Sand Filling
Refilling of trenches
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.
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
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.
The excavated material may be used for back-fill in the following cases,
provided it complies with IS 12288 :
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.
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.
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.
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.
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
passes of the roller shall be accepted before subsequent similar operations are
taken up.
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.
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.
Providing pitching:
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
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.
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.
The duration of the test shall be 24 hours after attaining full pressure.
Length of a section for testing preferably shall not be more than 1.5 km
and as per directions of Eic.
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.
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.
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.
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:
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
the water for this purpose shall be reasonably clear and free of solids and
suspended matter
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
Water used for testing should not be carelessly disposed off on land which
would ultimately find its way to trenches.
Maximum hydrostatic test pressure for DI K-9 pipes shall be 2.0 times
of maximum design pressure in the pipeline.
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.
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.
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.
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.
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.
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.
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.
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.
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
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.
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
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
3.9.1 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.
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.
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)
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:
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.
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
Provisions shall be made so that the projections out of ground of the chamber
do not form an obstruction to the road traffic.
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.
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.
All specifications and constructional details for the valve chambers apply for
the scour chambers accordingly.
CHAPTER- 4:
SPECIFICATIONS FOR PUMPING STATION
(MECHANICAL AND CIVIL WORKS)
4.1 GENERAL
4.2 STANDARDS
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.
4.4 PUMPS
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. .
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.
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.
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)
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.
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.
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.
30 % margin over the maximum shaft input power required within
the “Range of Operation” for pumps with shaft input power less
than 15 KW.
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.
b) NPSH: The required pump NPSH at duty point shall be at least 0.5 m
less than the minimum available NPSH.
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:
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.
SHAFT
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.
Pump shall be provided with arrangement of valve to vent air, which may get
accumulated in the pump.
SEALING
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.
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
Eye bolts (as many as required for safety), shall be provided for ease of lifting
and installation.
Drive data
Base Plate
Foundation Bolts
Coupling
Coupling guard
Vent cock
Oil cups for bearing lubrication.
Vent cock
Oil cups for bearing lubrication
Instruction Manuals:
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.
Base Plate
Foundation Bolts
Coupling
Coupling guard
Vent cock
Instruction Manuals:
4.4.4 Specification for High Pressure Centrifugal Pumps with Multistage Rings
(Horizontal Installation.)
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 :
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.
4.4.4.6General :
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.
Impeller SS (CF8M)
Casing Ni Cast Iron ( 2% Ni)
Shaft SS (AISI 410)
Motor
Instruction Manuals:
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
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.
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
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.
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.
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.
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.
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
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.
4.6.1General
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.
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
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.
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.
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.
4.8.1.1General
OPERATING CONDITIONS
FEATURES OF CONSTRUCTION
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
4.9.2.1Operating conditions
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
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.
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
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
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
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.
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
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.
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
(B)FASTENERS
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”.
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
Where more than one type of special grease is required, a grease gun for each
special type shall be supplied.
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.
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.
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.
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.
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:
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:
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.
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:
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.
Fire extinguisher and first aid kits shall be provided for the end of the
commissioning period only.
The contractor shall design, supply, install , test and commission the electro
chlorination system which shall be safe, reliable, efficient and of low
operating cost.
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.
5) Hypo Dosing Pump:- Mono block pump having suitable discharge capacity
( minimum of 100 lph)
9) Piping :- System should have appropriate size non metallic piping system
with required fittings & valves etc complete.
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.
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.
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.
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
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.
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
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.
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.
Scour valves shall be provided with extension spindle with supports for
operation from operating level / ground level, as required.
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.
5.5.1Constructional Features
The valves shall be with integral body seat and bubble tight shut-off type,
suitable for ON-OFF & regulated operation.
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
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.
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.
Table 'A'
(6) Body Seat Stainless steel AISI 316/ Nickel weld overlay
micro finished/ integral micro finished seat
with valve body
(9) Nuts, bolts & High tensile steel hot dip galvanized
washers for pipe
flanges
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.
Material of Construction:
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
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.
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
Exhaust air in bulk and positively close as water, under low head, fills
the body of the valve during filling operation;
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
5.7.2Material of Construction
5.8.1General
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 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.
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:
5.9.1Constructional 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
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.
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.
ebonite and /or vulcanite balls until they are fixed in position. They shall be
kept immersed in water in suitable containers.
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 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.
5.11.1Material of Construction:
(d) Limit switch mechanism complete with set of limit switches and
additional two spare sets for suitable position.
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.
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.
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.
The following Inspection and Testing procedures shall be carried out for all
the equipment as applicable:
(b) Material Certificates for all the specified material shall be furnished.
(f) Hydrostatic / Leak testing for all pressure parts, Pneumatic Leak Test
wherever applicable.
(h) Liquid penetrating tests or magnetic particle tests for all machined
surfaces of pressure parts.
(a) Plates of thickness 20mm and above for pressed / formed parts
such as heads, etc.
(j) Radiographic testing for all but welded parts, as per applicable codes.
(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.
The following tests shall be carried out for sluice / Gate valves in line with IS
14846:
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.
(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.
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.
The brief technical specifications of the various electrical equipment are given
in subsequent clauses comprising the following:
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.
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
The contractor shall design the electrical installation taking into consideration the
following
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
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
6.3.1 Standards
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).
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.
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.
6.4 LT MOTORS
6.4.1 Standards
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.
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
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.
6.6 CABLES
6.6.1.1Standards
Cable catalogue
Cable sizing calculations ( Cable schedule)
6.6.2 LT Cables
6.6.2.1Standards
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
6.7.1 Standards
The Lux levels for different areas of the pumping station are defined in the
Chapter of “Specifications for Civil Works”.
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.
6.8.1 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.
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.
All electrical equipment above 230 V shall be earthed at two points and
equipment
6.8.2 Conductor size for connections to various equipments shall be as per the
following table:
PCC 50 x 6 mm GI flat
PDB 50 x 6 mm GI flat
All paint, scale etc. shall be removed before earthing connections are made.
Anchor bolts or fixing bolts shall not be used for earthing connections.
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.
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.
Cables and Conduits shall be kept, wherever possible at least 300 mm away
from pipes, heating devices and other equipment.
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
applicable for the lighting fixtures installed outside the building as perimeter
lighting, entrance lighting below canopy etc.
6.9.2 Testing
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
All LT cable glands shall be made out of brass and shall be of double
compression type.
Cable carrier system shall comprise of site fabricated ladder type cable trays
made out of structural steel and painted with two coats of red oxide primer
and a final coat of enamel paint. The construction of the cable trays shall be as
per the site requirement and generally in line with the tender drawings.
Electrical grade rubber mats shall be provided in the switchgear room in front
of all panels.
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.
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.
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
CHAPTER-7:
ELECTRIC SUB STATION
7.1 GENERAL
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.
HT metering system
Transformer
Lighting Arrester
Isolators (with and without earth switch.)
Post Insulators.
Drop out fuse.
Shielding towers.
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:
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
Soil resistivity
Statutory requirements
7.3.3 33 kV Isolators
Vertically mounted drop out fuses shall be provided on each transformer line.
7.4.4Power Transformers
7.4.4.1 Standards
No Standard Description
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.
7.4.4.4Transformer Particulars
7.4.4.6 Inspection
7.5.1Standards
No Standard Description
1 IS 9921 Specifications for A.C. Disconnectors (Isolator) and
earth switch.
2 IS 2544 Insulators
7.5.4 Inspection
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.
7.6.4 Inspection
7.7.1 Standards
7.7.4 Inspection
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.
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.
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
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
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.
(iv) Preparation and submission of all detail working drawings on the basis
of conceptual designs and plans approved by the Engineer-in-charge.
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.
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 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
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
(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.
(g) Determination of flakiness index and crushing value for coarse aggregates.
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.
8.4.2 Concrete
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.
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.
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.
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.
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
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.
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.
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
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.
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:
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.
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.
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
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.
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
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
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:
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.
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.
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.
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.
The clamp shall be 6mm thick 550mm wide MS flat fixed on pipe & column as
shown in drawing.
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.
The float valve system shall be installed at inlet pipe inside the container
portion. The material of construction for different components, are given
below:
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
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.
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.
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.
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.
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.
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:
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
No expansion joints in wall, floor & roof of water retaining structure shall be
allowed.
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.
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.
The tank portion should be designed using membrane theory and check for
continuity should be made for the joints of the members.
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.
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.
CHAPTER-9:
SPECIFICATIONS FOR INSTRUMENTATION, AUTOMATION,
COMMUNICATION
9.1 GENERAL
ELECTRICAL SYSTEM:
b) Power consumption (kW & kWh) and power factor of all motors at all
Head Works.
MECHANICAL EQUIPMENTS
INSTRUMENTATION EQUIPMENTS
a) Flow data (instantaneous flow rates and total flow) from the pump
house
oGeneration of reports.
9.3.1 General
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.
The PLC shall be expandable mini programmable controller and shall have
following minimum technical specifications:
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.
9.4.3 Processor
9.4.4 Power
9.4.5 Other
9.4.6 Enviornment
0 to 55 degree
humidity 5 to 85% RH
Ethernet port
10/100 Base –T. Shielded RJ45
1.5kV isolation transformer
Ethernet IEEE 802-3, 802-2
9.4.8 GPRS
9.4.11 Software
Network Protocols
oPPP,IP,ICMP,UDP,TCP,ARP
Tunneling
Management
oRouting related
oStatic Routing
Firewall
oLAN to GPRS
oGPRS to LAN
oGPRS to Interface
Messaging system
For the acquisition and archiving of events with display and operator input
options; freely selectable message classes, message displays and reports.
For collecting and archiving of measured values, e.g. for curve displays, etc.
Processing functions
For the configuration of events for objects, the formulation and editing of
scripts with Visual Basic Script.
Open interfaces
Data exchange with other Windows programs over the OPC interface
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
9.6.1 General
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.
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
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
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.
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.
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.
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.
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.
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.
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.
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.
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.
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.
All sheet steel work shall be phosphate in accordance with the following
procedure :
ii. Oil, grease, dirt and swarf shall be thoroughly removed by emulsion
cleaning.
(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
9.8.1 General
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.
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.
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
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.
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.
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.
retrieval facilities with the RS232C /432 terminals (Psion organizer, IBM PC
etc.).
Inputs
Supply
Type : Internally powered by single cell.
Life : 5 to 10 years, dependent on method of use.
Environmental
9.9.1 General
(a) General
i. Output:4-20 mA
Technical parameters
N TITLE DESCRIPTION
O
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
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
9.10.1 General
9.10.2.1 General
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.
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.
9.11.1 General
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.
f) The annunciator will be split architecture type and the facia will have LEDs.
9.11.2 Technical
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.
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.
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
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.
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.
(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
(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.
UPS status
PS alarm conditions
(ix) The UPS shall provide volt free contact outputs for the following
purpose :
(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.
The Uninterruptible Power Supply (UPS) System with SMF Lead Acid
battery shall conform to the minimum following specifications:
A.Input
Frequency : 50 Hz 5%
B.Output
Output : 230 V,
Regulation mode : 1%
Duty : Continuous
Ripple on DC : < 2%
C.G eneral
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
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.
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.
Cable joints in instrument signals and power supply cables shall not be
permitted.
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
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.
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.
CHAPTER 10:
SPECIFICATIONS FOR CIVIL WORKS
10.1.1 General
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.
designed for the satisfactory performance of the functions for which the same
is being constructed.
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.
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:
Live loads shall be in general as per I.S. 875. However, the following
minimum loads shall be considered in the design of structures:
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.
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.
10.1.3.3 Joints
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 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.
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;
10.1.3.5 Foundations
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.
The following are the design requirements for all reinforced or plain concrete
structures.
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.
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.
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.
(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
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.
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.
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)
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)
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
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
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)
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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.
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.
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.
10.3.2 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.
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
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.
10.3.5.1 General
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.
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.
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.
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.
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.
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.
10.3.9 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
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.
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.
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
Sulphate resistant cement conforming to IS 12330 shall be used for all cement
concrete works below ground level at
2. for all stretches along pipe alignment having soil resistivity below 1000
ohm-cm for guniting in MS pipe or for support structures/anchor
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.
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.
The largest possible size, properly graded should be used in order to reduce
water demand.
IS Sieve
40 mm 20 mm 16 mm 12.5 mm
Designation
80 100 - - -
40 95-100 100 - -
16 - - 90-100 -
12.5 - - - 90-100
2.36 - - - -
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
Table 3
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 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
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
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.
All materials used for the works shall be tested before use.
Sampling and testing shall be as per IS: 2386 under the supervision of the
Engineer-in-Charge.
10.4.4 Concrete
10.4.4.1 General
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
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.
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.
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.
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:
Mixing
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.
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.
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.
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.
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.
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.
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.
While placing concrete the Contractor shall proceed as specified below and
also ensure the following:
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.
5. In deep pours only when the concrete and formwork designed for this
purpose and by using suitable chutes or pipes.
8. If placed directly onto hardcore or any other porous material, dampen the
surface to reduce loss of water from the concrete.
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.
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.
10.4.10 Curing
Curing and protection shall start immediately after the compaction of the
concrete to protect it from
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.
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.
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.
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.
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.
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.
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.
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.
Concreting during hot weather shall be carried out as per IS 7861 (Part I).
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.
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.
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.
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
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.
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.
10.4.18.1 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.
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.
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.
10.4.19.1 Materials
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.
10.5.1 Fabrication
10.5.1.1 General
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.
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.
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
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.
10.5.1.5 Straightening
10.5.1.6 Clearances
10.5.1.7 Cutting
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
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.
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
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.
10.5.1.12 Bolting
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
avoid any threaded portion of the bolt being within the thickness of the
parts bolted together.
10.5.1.13 Welding
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.
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.
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.
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 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.
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.
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.
The Contractor shall maintain records of all inspection and testing which shall
be made available to the Engineer-in-Charge.
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.
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.
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
and shall be afforded all reasonable facilities to satisfy that the fabrication is
being undertaken in accordance with the specifications.
The suitability and capacity of all plant and equipment used for erection shall
be to the satisfaction of the EIC.
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.
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.
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.
10.5.5.7 Connections
General
Rivets, Close Tolerance Bolts, High Strength Friction Grip Fasteners, Black
Bolts and Welding
10.5.5.7.4 Gussets
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.
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.
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.
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.
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.
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.
Welds and adjacent parent metal shall not be painted prior to slugging,
inspection and approved.
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.
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.
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.
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.
ii) Sand/shot blasting shall be adopted for structures which are exposed
to corrosive conditions for which superior paint protection is to be
adopted.
B.Washing after pickling shall remove all traces of the acids. All work pieces
shall be thoroughly inspected and in particular in inaccessible corners.
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.
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.
10.5.9.3 Materials
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.
4. Primers shall adhere to the surface firmly and offer a key to the
subsequent coats.
9. The dry film thickness of each coat of primer shall be not less than
25 microns.
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
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.
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.
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.
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
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.
10.6.1.3 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.
TypeSize
Flat Back 630 x 450 mm
Flat Back 550 x 400 mm
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.
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 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
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.
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.
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
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.
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
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
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.
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
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.
a. Year of Manufacture,
c.Sewers/ SWD,
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.
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.
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.
10.7.1 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.
Common burnt clay bricks are classified on the basis of compressive strength
as given below:
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 :
The sampling shall be at random & samples shall be stored in a dry place
until tests are done.
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.
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’
Mortar leaner than 1:5 and richer than 1:3 shall not be used.
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.
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
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.
All brick work shall be built tightly against columns, floor slabs or other
structural members.Brickworks shall be carried out in English Bond
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.
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.
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.
10.7.2.1 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.
10.7.2.2 Scaffolding
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.
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.
10.7.3.1 Materials
The materials specification for the work shall be as specified in the section of
random rubble masonry above.
10.7.3.2 Scaffolding
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
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 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.
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.
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.
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.
10.7.6.1 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)
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
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
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
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.
10.7.7.1 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.
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
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.
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.
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.
10.7.8.1 Materials
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.
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
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
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.
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,
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.
Composite units shall follow the procedures described earlier and in addition
shall conform to the following.
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.
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.
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.
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.
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.
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.
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
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.
10.7.11.1 Material
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
be true, square and free from chippings and the surface shall be true and
plane.
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.
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.
10.7.12.1 Materials
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
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.
10.7.12.2 Workmanship
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.
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
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.
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.
10.7.13.1 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.
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.
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.
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.
10.7.14.1 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.
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.
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.
10.7.15.1 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.
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.
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
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.
10.7.16.1 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.
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.
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.
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.
10.7.19.1 Materials
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
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
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.
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.
10.7.20.1 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.
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.
10.7.21.1 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:
4Ultraviolet radiation
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.
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.
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.
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
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.
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 overlapped with treatment for the horizontal surface
by at least 500 mm.
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.
10.7.23.1 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.
10.7.23.2 Workmanship
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.
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.
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.
2. Steel wire fabric shall be provided at the junction of brick masonry and
concrete to overcome reasonably the differential drying shrinkage/
thermal movement.
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.
10.7.24.1 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
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.
10.7.26.1 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.
10.7.26.2 Workmanship
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.
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.
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.
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.
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.
10.7.27.1 Materials
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
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 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
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.
10.7.28.1 Materials
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.
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.
10.7.29.1 Materials
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
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 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.
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
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
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.
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.
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.
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
10.8.1 Scope
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
-Rooms250 Lux
-Bathroom100 Lux
-Rooms250 Lux
-Bathroom100 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.
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.
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.
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 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.
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.
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.
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.
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.
Indicating lamps shall be of the filament type and low watt consumption.
Lamps shall be provided with series resistors.
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.
Terminals blocks for C.T. secondary lead wires shall be provided with
shorting and disconnecting / earthing facilities.
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.
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.
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.
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.
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.
10.8.6.11 Conduits
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.
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 boxes shall be painted with on shop coat of red oxide zinc chromate
primmer followed by a finishing coat of paint.
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.
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.
10.8.7.1 Earthing
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.
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
The finish of the luminaire shall be such that no bright spots are produced
either by direct light source or by reflection.
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.
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.
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 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.
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.
Post top lantern Luminaires shall be generally outdoor weather proof type for
illumination of walkways, gate posts, gardens etc.
Substation Lantern
Fluorescent Luminaires
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
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 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.
10.8.8.1 Reflectors
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.
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.
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
10.8.8.6 Lamp
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.
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.
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.
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
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
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
General
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
S. Particulars Parameter
No.
Class of insulation B
Power consumption (max) during 575 watts
CHAPTER-11:
PRE-DISPATCH INSPECTIONS
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
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.
All pipes will be tested at the factory test pressures in accordance to the
relevant IS codes for respective material.
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:
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
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.
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.
The test figures for heat-run tests performed on identical panel types shall be
made available.
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
d) Chlorinator
i) Capacitors
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;
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.
CHAPTER-12:
IEC ACTIVITIES
12.2 OBJECTIVE:-
12.2.1 Purpose:
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.
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.
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.
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.
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.
i) Information :-
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 :-
iii) Communication:-
4. Other
(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.
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.
Activities in a village
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
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:-
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.
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:-
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.
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:
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.
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:
CHAPTER-13:
SPECIFICATIONS FOR OPERATION
AND MAINTENANCE
13.1 GENERAL
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.
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.
equipment.
f) Maintenance of the lighting system of all areas and replacement of all non-
functional lighting fixtures within 24 hours.
h) Maintaining;
Log books
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.
p) Providing adequate man power for watch and ward of all head works.
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.
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:
The contractor shall arrange following tools and tackles for the operation and maintenance of
the system:
13.6 LUBRICATION
Where more than one type of special grease is required, a grease gun for each
special type shall be used.
The Contractor shall supply flushing oil for such lubrication system when an
item of plant is ready for preliminary running.
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
replenished within minimum possible time and this time shall be decided
with Engineer-in-Charge.
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.
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.
f) To maintain the valve chambers along the pipeline in clean and dry
conditions.
h) To maintain the soil cover on the pipe damaged due to rains, run-off or
due to other reasons.
j) Maintain all the existing pipelines utilized under this project for purpose
of transferring water to all Villages.
Daily
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
Semi-Annual
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.
Annual
Bi-Annual
The contractor shall carry out the ordinary repair to building during the O &
M period. The repairs may include but not limited to items: -
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.
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.
The test shall be conducted at design head of pump, which shall be generated
by throttling the valve.
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.
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 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.
To maintain all relays in healthy condition and to recalibrate in 3rd and 5th
year.