Você está na página 1de 191

K A R N ATA K A U R B A N WAT E R S U P P LY A N D D R A I N A G E B O A R D

OFFICE OF THE CHIEF ENGINEER


KARNATAKA URBAN WATER SUPPLY AND DRAINAGE BOARD
JALAMANDALI COMPOUND, SIR M.VISHVESHVARAYYA ROAD,
DHARWAD-580001.

Telephones: (0836) - 2447090 Fax: (0836) – 2446890


TENDERS FOR THE WORK OF

Augmentation of water supply scheme to Badami, Kerur towns and 18 enroute villages from
Almatti reservoir as source (Package-I)

Tender Reference : Indent No. 2494

Date and time for commencement of downloading : Date: 29-07-2019, Time: 11.00 Hrs.
Of tender document from the e-procurement portal
https://eproc.karnatka.gov.in
Last date and time for seeking clarifications if any : Date: 27-08-2019, Time: 11:00 Hrs.
Date, time and venue of pre-bid meeting : Date: 27-08-2019, Time: 11:00Hrs
Office of the Chief Engineer
Karnataka Urban Water Supply and
Drainage Board Dharwad.
Last date and time for downloading of the tender document : Date: 26-09-2019, Time: 17:00 Hrs.
From the e-procurement portal https://eproc.karnataka.gov.in

Last date and time for submission/uploading of tender in the : Date: 26-09-2019 , Time: 17:30 Hrs.
E-procurement portal https://eproc.karnataka.gov.in
Date and time for opening of the Technical tenders : Date: 30-09-2019 Time: 11:00 Hrs.
Date and time for opening of the financial tenders : Date: 30-09-2019 after 11:30 Hrs.

Place for opening of the tenders and address for communication: Office of the Chief Engineer
Karnataka Urban Water Supply and
Drainage Board, Dharwad.
2

Contents
Section Description
No.

1 INVITATION FOR TENDERS (IFT)

2 INSTRUCTIONS TO TENDERERS (ITT)

3. QUALIFICATION INFORMATION

4. FORM OF TENDER, EARNEST MONEY DEPOST FORM,


AFFIDAVIT FORM LETTER OF ACCEPTANCE, NOTICE
TO PROCEED WITH THE WORK AND AGREEMENT FORM

5. CONDITIONS OF CONTRACT (CC)

6. CONTRACT DATA

7 SPECIFICATIONS

8 DRAWINGS

9. BILL OF QUANTITIES

10. FORMATS OF SECURITIES


SECTION 1: INVITATION FOR TENDERS (IFT)

Date: IFT no.: KUWSDB/2019-20/WS/WORK_INDENT 2494


1. The Chief Engineer, Karnataka Urban Water Supply and Drainage Board, Dharwad invites
e-tenders (as per Rule 18-A of the KTPP Act) from eligible tenderers, for the construction of
works detailed in the Table below. The tenderers may submit tenders for any or all of the works
given in the Table. Two Cover Tender procedure as per Rule 28 of the KTPP Act shall be
followed. The Tenderers are required to upload two separate folders one Techno-Commercial
Tender folder containing the Earnest Money Deposit details and the details of their capability to
undertake the tender (as detailed in ITT Clause 3and 6), and the second folder containing the
Financial tender. The first folders will be opened first and evaluated. The second folders of those
tenderers found to be qualified to execute the tendered works are only opened The Tenderers
are advised to note the minimum qualification criteria specified in Clause 3 of the Instructions to
Tenderers to qualify for award of the contract.
2. Tender documents are available on line in the Government of Karnataka e-procurement portal
from 29-07-2019 to 26-09-2019 the tenders are to be submitted online through the e-
procurement portal https://eproc.karnataka.gov.in only. Tenders submitted in any other
manner will not be accepted. Tenderers are required to obtain Level III digital signature from
designated firms (available on the e-procurement portal) and then register with the Government
of Karnataka e-procurement platform and submit tenders by using their ID and digital signature.
3. Tenderer must provide earnest money deposit and pay tender processing fee as specified in
columns 4 and 5 of the Table below and as detailed in Clause 13 of the Instructions to Tenderers
(ITT).
4. A Pre-tender meeting will be held on 27-08-2019 at 11.00 hours at the office of Chief Engineer
Karnataka Urban Water Supply and Drainage Board Dharwad to clarify the issues if any, and to
answer questions on any matter that may be raised at that stage as stated in Clause 8.2 of
‘Instructions to Tenderers’ of the tender document.
5. Tenders along with necessary information/documents must be uploaded to the e-procurement
portal https://eproc.karnataka.gov.in as per tender document on or before 17.30 hours on
26-09-2019 and First Folder containing the Techno-Commercial tender will be opened on
30-09-2019 after 11.00. hours at the stipulated venue, in the presence of the Tenderers or their
authorized representatives who wish to attend. If the office happens to be closed on the date of
opening of the tenders as specified, the tenders will be opened on the next working day at the
same time and venue.
6. Other details can be seen in the tender documents posted on the e-procurement portal.
7. The Employer shall not be liable for any delays due to system failure beyond its control. Even
though the system will attempt to notify the Tenderers of any tender updates, the Employer shall
not be liable for any information not received by the Tenderers. It is the Tenderer’s responsibility
to verify the e-procurement portal for the latest information related to the tender. E-mail address
of the Helpdesk is hphelpdesk.blr@intarvo.com. E-procurement portal help desk telephone
numbers are: (080) - 25501216/ 25501227 (Timings 900 hours to 2100 hours). The Tenderer is
4

required to ensure browser capability of the computer well in advance to the last date and time
for receipt of the tenders. The Employer shall not be responsible for non-accessibility of e-
procurement portal due to internet connectivity issues and technical glitches.

TABLE

Package Name and description of work Approximate Earnest Tender Period of


No. value Money Processing completion
of work Deposit fee (Rs.) Including
(Rs. lakhs) (Rs. lakhs) monsoon
1 Augmentation of water supply 13281.96 132.82 As per 36 months
scheme to Badami, Kerur towns and stipulation in including
18 enroute villages from Almatti the e- monsoon
reservoir as source (Package-I)
procurement
portal

Sd/-
Chief Engineer
KUWS & DB, Dharwad
SECTION 2: INSTRUCTIONS TO TENDERERS (ITT)

Table of Clauses

A. General Page No.


1. Scope of Tender

2. Eligible Tenderers
3. Qualification of the Tenderer
4. One Tender per Tenderer
5. Cost of Tendering
6. Site Visit

B. Tender Documents

7. Content of Tender Documents


8. Clarification of Tender Document

9. Amendment of Tender documents

C. Preparation of Tenders

10. Documents comprising the Tender


11. Tender prices
12. Tender validity
13. Tender Processing Fee and Earnest Money Deposit
14. Format and signing of Tender
D. Submission of Tenders
15. Tendering through E-Procurement System
16. Deadline for submission of Tenders
17. Late Tenders
18. Modification and Withdrawal of Tenders
E. Tender opening and evaluation
19. Opening of First Folder (Techno-Commercial Tender) of all Tenderers
and evaluation to determine qualified Tenderers
20. Opening of Second Folder (Financial Tenders) of qualified Tenders and evaluation
21. Process to be confidential
22. Clarification of Tenders
23. Examination of Tenders and determination of responsiveness
24. Correction of errors
25. Evaluation and comparison of Tenders
6

F. Award of contract

26. Award criteria


27. Employer’s right to accept any Tender and to reject any or all Tenders
28. Notification of award and signing of Agreement
29. Security deposit
30. Advance payment and Security
31 Corrupt or Fraudulent Practices
A. General
1. Scope of Tender:
1.1 The Chief Engineer Karnataka Urban Water Supply and Drainage Board Dharwad (Referred to
as Employer in these documents) invites tenders following “Two Cover tender procedure”, from
eligible Tenderers, for the construction of works (as defined in these documents and referred to
as "the works") detailed in the Table given in the Invitation for Tenders (IFT).

2. Eligible Tenderers:
2.1 Tenderers shall not be under a declaration of ineligibility for corrupt and fraudulent practices
issued by the Government of Karnataka.
2.2 Tenders from Joint ventures are not acceptable.

3. Qualification of the Tenderer:

3.1 All Tenderers shall upload to the e-procurement portal https://eproc.karnataka.gov.in the requested
information (in First Folder Techno–Commercial Tender) accurately and in sufficient detail as
also the requested documents as stipulated in Section 3: Qualification information.

3.2 To qualify for award of this contract, each Tenderer in its name should have in the last five years
i.e. 2014-15 to 2018-2019)
(a) Achieved in at least two financial years a minimum financial turnover (in all classes of civil
engineering construction works only) of Rs. 8855.00 lakh1
(b) Satisfactorily completed (at least 90% of the contract value), as prime contractor, at least
One Water Supply work of value not less than Rs. 6641.00 lakh2
(c) Executed3 in any one financial year, the following minimum quantities of work
i. Earthwork Excavation in all strata : 71350.00 Cum
ii. Supply, laying, jointing, testing and commissioning of MS / DI pipe of length:
26250.00 meter
iii. Supply, laying, jointing, testing and commissioning of DI / HDPE pipes or in
combination of length: 33700.00 meter
iv. Construction of 10.00 lakh litre capacity RCC OHT-1No.
(d) The Tenderer or his identified sub contractor should have satisfactorily executed water
supply House service connections-3311 No’s in any one year during the last five years
(e) The Tenderer or his identified sub contractor should have satisfactorily carried out the
Maintenance of water supply system after defects liability period, in any one year during
the last five years.

1
To bring to the FY in which the tenders are invited, financial turnover of previous years shall be given a
weight of 10% per year.
2
To bring to the FY in which the tenders are invited, value of works completed in previous years shall be given
a weight of 10% per year.
3
The quantity could be in one or more contracts. However it has to be in one financial year.
8

Note:- Weightage of 10% per year will be added to the annual Turn over
and also to the value of completed works of previous years to
bring them to the price level of financial year 2019-20

3.3 Each Tenderer should further demonstrate:


(a) Availability by owning the following key and critical equipment for this work:

- Excavator -4Nos
- Electro fusion Welding Machine for HDPE pipelines upto 250mm dia pipe- 4 Sets
- 5 HP Capacity Hydraulic Testing Machine – 4 Sets
- Concrete Mixers(1 cement bag capacity) with Hoppers and weigh batch – 4 Nos
- 20/40mm Pin Vibrator – 8 Nos
- Vibrator rollers – 4 Nos
- Water Tankers – 4 Nos.

(b) The remaining can be deployed on lease/hire basis, provided, the relevant documents
(commitment agreements etc.,) for availability for this work are furnished along with
qualification information.
- Excavator -4Nos
- Electro fusion Welding Machine for HDPE pipelines upto 250mm dia pipe- 4 Sets
- 5 HP Capacity Hydraulic Testing Machine – 4 Sets
- Concrete Mixers(1 cement bag capacity) with Hoppers and weigh batch – 4 Nos
- 20/40mm Pin Vibrator – 8 Nos
- Vibrator rollers – 4 Nos
- Water Tankers – 4 Nos.

NOTE :
Based on the studies, carried out by the Employer the minimum suggested major equipment to
attain the completion of works in accordance with the prescribed construction schedule are
shown in the above list.

The bidders should, however, undertake their own studies and furnish with their tender, a
detailed construction planning and methodology supported with layout and necessary drawings
and calculations (detailed) to allow the employer to review their proposals. The numbers, types
and capacities of each plant / equipment shall be shown in the proposals along with the cycle
time for each operation for the given production capacity to match the requirements. (This
should be uploaded in the First Folder Techno-Commercial tender in the e-
procurement portal. Failure to furnish the information as above may result in rejection
of the tenders )

(c) Liquid assets and / or availability of credit facilities of no less than Rs. 1512.00 Lakhs
(Credit lines / letter of credit / certificates from banks for meeting the fund requirement)

3.4 To qualify for a package of contracts made up of this and other contracts for
which tenders are invited in this IFT, the Tenderer must demonstrate having
experience and resources to meet the aggregate of the qualifying criteria for the
individual contracts.
3.5 Sub-contractors’ experience and resources shall not be taken into account in determining
the Tenderer’s compliance with qualifying criteria except to the extent stated in 3.2 (d) &
(e), above.
3.6 Tenderers who meet the above specified minimum qualifying criteria, will only be
qualified, if their available tender capacity is more than the total estimated value of the
work put to tender. The available tender capacity will be calculated as under:

Assessed available tender capacity = (A*N*1.5 - B)


Where,
A = Maximum value of civil engineering works executed in any one year during the
last five years (updated to 2019 - 20 price level) taking into account the
completed as well as works in progress.
N = Number of years prescribed for completion of the works for which tenders are
invited. (3 years)
B = Value, (at 2019-20 price level), of existing commitments and on-going works to
be completed during the next 3 Years

Note-1:- The statements showing the value of existing commitments and on-
going works as well as the stipulated period of completion remaining for
each of the works listed should be countersigned by the Employer
(Government Departments/ Government Undertakings) who has
executed the Agreement.
3.7 Even though the Tenderers meet the above criteria, they are subject to be disqualified if
they have:
- made misleading or false representations in the forms, statements and attachments
submitted in proof of the qualification requirements; and/or
- Record of poor performance such as abandoning the works, not properly completing the
contract, inordinate delays in completion, litigation history, or financial failures etc.; and/or
- participated in the previous Tender for the same work and had quoted unreasonably high
tender prices and could not furnish rational justification.

4. One Tender per Tenderer:


4.1 Each tenderer shall submit only one tender for one package. A tenderer who submits or
participates in more than one Tender (other than as a sub-contractor or in cases of
alternatives that have been permitted or requested) will cause all the proposals with the
Tenderer’s participation to be disqualified.

5. Cost of Tendering:
5.1 The tenderer shall bear all costs associated with the preparation and submission of his
tender, and the Employer will in no case be responsible and liable for those costs.
10

6. Site visit:

6.1 The Tenderer at his own responsibility and risk is encouraged to visit and examine the Site
of Works and its surroundings and obtain all information that may be necessary for
preparing the Tender and entering into a contract for construction of the Works. The cost
of visiting the Site shall be at the Tenderer’s own expense.

B. Tender documents
7. Content of Tender documents
7.1 The set of tender documents shall have all the Sections given in Page 2:
7.2 The tender documents are available on line on the website http://eproc.karnataka.gov.in
the tender documents can be downloaded free of cost.

8. Clarification of Tender Documents


8.1 A prospective tenderer requiring any clarification of the tender documents may notify on
line the Employer .The Employer will respond to any request for clarification which he
receives up to the pre-bid meeting date and time. Description of clarification sought and
the response of the Employer will be uploaded for information of all the prospective
tenderers without identifying the source of request for clarification.
8.2 Pre-tender meeting:
8.2.1 The tenderer or his authorized representative is invited to attend a pre-tender meeting
which shall take place at office of the Chief Engineer, KUWS & DB Jalamandali
Compound, M. Visvesvaraya Road, Dharwad on 27-08-2019 at 11.00Hrs.
8.2.2 The purpose of the meeting will be to clarify issues and to answer questions on any
matter that may be raised at that stage.
8.2.3 The tenderer is requested to submit any questions online through the e-procurement
portal not later than the day of the meeting.
8.2.4 Minutes of the meeting, including the text of the questions raised (without identifying the
source of enquiry) and the responses given will be uploaded on the web site
https://eproc.karnataka.gov.in for the information all the prospective tenderers without
identifying the source of questions raised. Any modification of the tender documents
listed in Sub-Clause 7.1 which may become necessary as a result of the pre-tender
meeting shall be made by the Employer exclusively through the issue of an Addendum
pursuant to Clause 9 and not through the minutes of the pre-tender meeting.
8.2.5 Non-attendance at the pre-tender meeting will not be a cause for disqualification of a
tenderer.
9. Amendment of Tender documents
9.1 Before the deadline for submission of tenders, the Employer may modify the tender
documents by issuing addenda / corrigendum which shall be posted on the e-
procurement portal. https://eproc.karnataka.gov.in.
9.2 Any addendum / corrigendum thus issued shall be part of the tender documents and
shall be notified as addendum/corrigendum in the e-procurement portal, which shall be
binding on all the prospective tenderers.
9.3 To give prospective tenderers reasonable time in which to take an addendum
/corrigendum into account in preparing their tenders, the Employer shall extend as
necessary the deadline for submission / uploading of tenders, in accordance with Sub-
Clause 16.2 below. This shall be notified in the e-procurement portal.

C. Preparation of Tenders

10. Documents comprising the Tender

10.1 The tender submitted by the Tenderer shall be submitted / uploaded in two folders and the
folders shall contain the documents as follows:

10.1.1 First Folder – Techno - Commercial Tender:


a. Details of Tender Processing and Earnest Money Deposit in accordance with Clause of ITT
and in the form given in Section;
b. Scanned copy of the BG
c. Qualification Information as per formats given in Section 3;
d. Sub contractor’s qualification & experience in support of their meeting the prescribed
qualification criteria.
10.1.2 Second Folder – Financial Tender:
(a) The Tender (in the format indicated in Section 4)
(b) Priced Bill of Quantities (Section 9);
And any other forms/statements etc., required to be completed and submitted by
Tenderers in accordance with these instructions. The documents listed under Sections
3, 4, 6 and 9 shall be filled in without exception.

10.2 Tenderers submitting tenders together with other contracts stated in the IFT to form a
package will so indicate in the tender together with any discounts offered for the award of more
than one contract.

10.3 Only the originals of the tender security (if it is in the form of Bank guarantee) uploaded shall
be produced or delivered by post/ courier to the Office of Employer within 5 days after the last
date of submission/uploading of the tender which shall be verified and retained by the
Employer. The Employer shall not be held responsible for any delays in the receipt of the
aforesaid documents. During this period the verification of the receipt of the tender processing
12

fee as well as the cash portion of the tender security shall be completed. The Bank Guarantee
(for Earnest Money Deposit) would be checked for their adequacy with respect to amount,
validity and acceptability. The tenders of only those tenderers who have paid the stipulated
tender processing fee and adequate earnest money deposit in an acceptable form and duly
valid as stipulated shall be opened at the appointed time to be notified on the e-procurement
portal.
However, if the tenderer uploads the Bank Guarantee, but does not produce original at the time
of technical scrutiny, such tenders will not be disqualified either in the technical bid stage or
financial bid stage. But the qualified tenderer (L1) must submit the original copy of the BG at
the time of agreement. (As per G.O. No. PWD 107 CRM 2013, Bangalore dated: 20.2.2014)
10.4 In case of any discrepancy between the uploaded documents of (BG) and the originals of
these documents, the originals that are duly verified by the Employer shall prevail.

11. Tender prices

11.1 The contract shall be for the whole works as described in Sub-Clause 1.1, based on the
priced Bill of Quantities submitted by the Tenderer on line (in two Parts A and B ).
Part A : Completion of the Civil works(item rate);
Part-B: Operation & Comprehensive Maintenance of the scheme for five year (including
one year defect liability period) and inclusive of all cost of labour and
consumables, if any beyond the defects liability period.
Note: The repairs and replacement cost if any during the Operation and
maintenance period of 4 years after Operation and Maintenance during
one year Defect Liability Period i.e. event oriented, shall be paid at the
quotation rates approved by the Engineer / Employer as and when on
occurrence.
Rates quoted shall be Exclusive of GST. The GST shall be paid to the Tendered amount
separately.

11.2 The Tenderer shall make online entries to fill in rates in the Bill of Quantities for Part-A
and part-B. Upon numerical entry of the rates for the various items of Bill of Quantities,
the amount in words would automatically appear and the total tender price would
automatically be calculated by the system and would be displayed. Items for which no
rate or price is entered by the Tenderer will not be paid for by the Employer when
executed and shall be deemed covered by the other rates and prices in the Bill of
Quantities.

11.3 Rates quoted shall be Exclusive of GST. The GST shall be paid to the Tendered amount
separately.

11.4 The rates and prices quoted by the Tenderer for Part-A of the Contract shall be subject
to adjustment during the performance of the Contract in accordance with the provisions
of Clause-40 of the Conditions of Contract. The Tender Prices quoted by the
Tenderer for Part-B Operation and Maintenance shall not be subject to Price
Adjustment.

12. Tender validity

12.1 Tenders shall remain valid for a period not less than 90 (Ninety) days after the deadline
date for tender submission specified in Clause 16. A tender valid for a shorter
period shall be rejected by the Employer as non-responsive.

12.2 In exceptional circumstances, prior to expiry of the original time limit, the Employer may
request (only one time) that the Tenderers may extend the period of validity for a
specified additional period. The request and the Tenderers' responses shall be made in
writing or by cable. A Tenderer may refuse the request without forfeiting his earnest
money deposit. A Tenderer agreeing to the request will not be required or permitted to
modify his tender, but will be required to extend the validity of his earnest money deposit
for the period of the extension, and in compliance with Clause 13 in all respects.

13. Tender Processing fee and Earnest money deposit


13.1 The Tenderers are required to pay (in the method as detailed in ITT Clause 13.2) as a
part of its tender the requisite tender processing fee as per details available on the e-
procurement portal. The tenderers shall also furnish, as part of his tender, earnest
money deposit in the amount as shown in column 4 of the Table of IFT for this particular
work. This earnest money deposit amount could (at the tender’s option) be made either
in full in the method as detailed in ITT Clause 13.2 or partly through the method as
detailed in ITT Clause 13.2 and balance through Bank Guarantee. However the
minimum amount of tender security that has to be paid in the method as detailed in ITT
Clause13.2 shall be Rs,1 (one) lakh. The BG should be issued by Nationalized/
Scheduled banks. BG should be drawn in favour of the Chief Engineer, KUWS & DB
Dharwad payable at Dharwad. The details of payment of tender processing fee
and earnest money deposit shall be filled in the Form given in Section 4 and
uploaded in the First Folder.

13.2 The tender processing fee and the cash portion (Minimum Rs.1 lakh) of the tender
security as specified in the Table of IFB shall be denominated in Indian Rupees and
shall be paid in the e-procurement portal using any of the following payment modes:
-Credit Card
-Direct Debit
-National Electronic Funds Transfer (NEFT)
-Over the Counter payment (OTC)
The OTC payment facility will be available at the designated ICICI Bank branches for
making payment from the date of notification of the IFB in the e-procurement portal.
14

13.3 Bank Guarantees shall be issued by Nationalized/Scheduled banks, as earnest money


deposit shall be unconditional and should be in the format as given in Section 10 and
shall be valid for 45 days beyond the validity of the tender.

13.4 The tenders of those tenderers who have not paid the tender processing fee as well as
minimum cash portion of Rs.1.00 (one) lakh in the method as detailed in Clause 13.2
of the ITT will be rejected by the system and tenderers would not be able to submit their
tenders. Any tender not accompanied by an acceptable earnest money deposit and not
secured as indicated in Sub-Clauses 13.1, 13.2 and 13.3 above shall be rejected by the
Employer as non-responsive.
13.5 The earnest money deposit of unsuccessful Tenderers will be returned within 60 days
after the expiry of the tender validity period specified in Sub-Clause 12.1.
13.6 The earnest money deposit of the successful Tenderer will be discharged when the
Tenderer has signed the Agreement and furnished the required Performance Security.

13.7 The earnest money deposit may be forfeited:


(a) If the Tenderer withdraws the Tender after tender opening during the period of
tender validity;
(b) In the case of a successful Tenderer, if the Tenderer fails within the specified
time limit to
(i) Sign the Agreement; or
(ii) Furnish the required Security deposit

14. Format and signing of Tender: Deleted

D. Submission of Tenders

15. Tendering through e-procurement system:

15.1 The Tenderers shall upload their tenders through e-procurement platform. No other
modes of submission are permitted. The tendering is through website
https://eproc.karnataka.gov.in . Detailed guidelines for viewing of tenders and
submission of online tenders are given in the website. The prospective tenderers can
submit their tender online. However the tenderers are required to have
enrolment/registration in the web site and should have valid Digital Signature Certificate
(DSC). The DSC can be obtained from any authorized certifying agencies as given in
the e-procurement portal. The tenderers should register in the web site
https://eproc.karnataka.gov.in. After this, the tenderers can log in the site through the
secured login.
15.2 The tenderers are requested to go through the tender documents carefully and
submit the required information and documents without exception to avoid risk
of rejection of tenders.

15.3 The tenders shall submit online all the requirements under two separate folders, First
folder containing Techno-Commercial information and documents as stipulated in
Clause 10.1 of ITT. The financial tender shall be in the Second folder. All the
documents are to be signed digitally by the tenderer. After electronic online tender
submission, the system generates a unique tender reference number which is time
stamped. This shall be treated as acknowledgement of tender submission.

16. Deadline for submission of the Tenders

16.1 Tenders must be submitted/ uploaded no later than 17.30 hours on 26-09-2019. The
e-procurement platform will not accept the tenders after the stipulated date and time (as
per the clock of the e-procurement platform).

16.2 The Employer may extend the deadline for submission of tenders by issuing an
amendment in accordance with Clause 9, in which case all rights and obligations of the
Employer and the Tenderers previously subject to the original deadline will then be
subject to the new deadline as extended. The amendment/notification shall be notified in
the e-procurement platform.

17. Late Tenders

17.1 Tenders cannot be uploaded by the tenderers after the deadline for
submission/uploading of tenders (as per the clock of the e-procurement platform)
prescribed by the Employer.

18. Modification and Withdrawal of Tenders

18.1 In the “My Bids” section of the e-procurement portal, the tenderers can view the status
of their tenders and decrypt tender(i.e. in cases where the Tenderer has chosen to
encrypt the tender using his own public key) for modification or withdrawal before the
stipulated date and time for submission/ uploading.

18.2 Tenderers may cancel/modify their tenders before the deadline for submission of the
tenders.

18.3 For modification of tenders, the tenderers need not make any additional payment
towards the cost of tendering process. For tender modification and consequent re-
submission, the tenderer is required to cancel his bid submitted earlier (only the financial
16

is cancelled. All the uploaded documents would be there). The last modified tender
submitted by the tenderer within the tender submission time shall be considered as the
tender. For this purpose, modifications/ withdrawal by other means will not be
accepted. In online system of tender submission, the modification/cancellations is
allowed any number of times. The tenderers may cancel its bid by clicking on the cancel
button in the MY Bids Section before the deadline for submission of tenders, however if
the tender is cancelled and not resubmitted within the stipulated time on the last date of
submission of tenders, it would deemed to be withdrawn.

18.4 As per the system design, in case a tenderer wishes to modify his tender before the ;last
date and time for submission of tenders and after submission of the tender, then the
tenderer is required to withdraw his bid first. In order to provide a quick reference to his
financial tender entered by the tenderer in the e-procurement system, a provision has
been made in the e-procurement system wherein the tenderer can retain a copy of the
financial tender in his local machine prior to his submission of tender. The values as
available in the copy of the financial tender can subsequently be copied into the financial
tender screen which then is made available to the tenderer on withdrawal of his tender
price to last date and time of tender submission.

18.5 No tender may be modified/ cancelled online after the deadline for submission of
tenders.

18.6 Withdrawal or modification of a Tender between the deadline for submission of Tenders
and the expiration of the original period of Tender validity specified in Clause 12.1 above
or as extended pursuant to Clause 12.2 is not allowed in the e-procurement system. If
the tenderer does the same through any other medium, then it may result in the
forfeiture of the earnest money deposit pursuant to Clause 13.

E. Tender opening and evaluation

19. Opening of First Folder (Techno-Commercial) tender of all Tenderers and


evaluation to determine qualified Tenderers:

19.1 The Employer will open/ unlock the First Folders of all the Tenderers uploaded through
e-procurement platform as specified above, including modifications made pursuant to
Clause 18 online after 11:00 hours on 30 -09-2019 in the presence of tenderers or their
authorized representatives, who choose to be present at the stipulated place as notified
in the procurement portal. In the event of the specified date of Tender opening being
declared a holiday for the Employer, the Tenders will be opened at the appointed time
and location on the next working day. The tenderers can also view the contents of first
folder after the opening of the tenders. The tenderer’s representatives who are present
shall produce authorization letter and shall sign evidencing their attendance.
19.2 The Tenderer’s names, the presence or absence of earnest money deposit (amount,
format and validity), the submission of qualification information and such other
information as the Employer may consider appropriate will be announced by the
Employer at the opening. No tenders shall be rejected at the tender opening.
19.3 The Employer shall prepare minutes of the Tender opening, including the information
disclosed to those present in accordance with Sub-Clause 19.2 and the same shall be
uploaded on the e-procurement portal.
19.4 The Employer will evaluate and determine whether each tender (a) meets the eligibility
criteria defined in ITT Clause 2; (b) is accompanied by the required earnest money
deposit as per stipulations in ITT Clause and (c) meets the minimum qualification criteria
stipulated in ITT Clause 3.
19.5 To assist in the examination, evaluation the Employer may at his discretion, ask any
tenderer for clarification regarding the information/documents uploaded. The request for
clarification and the response shall be in writing, but no change in the
information/document uploaded shall be sought, offered.
19.6 After completion of evaluation of the techno-economic tender, the Employer shall draw
out a list of qualified Tenderers and upload the same on the e-procurement portal.

20 Opening of Second Folder (Financial Tender) of qualified Tenderers and


evaluation:

20.1 The Employer will notify all the Qualified Tenderers on the e-procurement portal, the
time, date and venue fixed for the opening of the Second Folder containing the Financial
Tenders. The Employer will open the Second Folders of Qualified Tenderers at the
appointed time and date (as notified in the procurement portal) in the presence of the
Tenders or their authorized representatives who choose to attend. In the event of the
specified date of Second Cover opening being declared a holiday for the Employer, the
Second Covers will be opened at the appointed time and location on the next working
day.

20.2 Deleted.

20.3 The Tenderers' names, the Tender prices, the total amount of each Tender, any
discounts, and such other details as the Employer may consider appropriate, will be
announced by the Employer at the opening. No Tender shall be rejected at Tender
opening.

20.4 The Employer shall prepare minutes of the Second Folder Tender opening, including the
information disclosed to those present in accordance with Sub-Clause 20.3 and upload
the same on the e-procurement portal for information of the tenderers.
20. Process to be confidential
18

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


Tenders and recommendations for the award of a contract shall not be disclosed to
Tenderers or any other persons not officially concerned with such process until the
award to the successful Tenderer has been announced. Any effort by a Tenderer to
influence the Employer's processing of Tenders or award decisions may result in the
rejection of his Tender.

22 Clarification of Tenders
22.1 To assist in the examination, evaluation, and comparison of Tenders, the Employer may,
at his discretion, ask any Tenderer for clarification of his Tender, including breakdowns of
unit rates. The request for clarification and the response shall be in writing or by cable,
but no change in the price or substance of the Tender shall be sought, offered, or
permitted.
22.2 Subject to sub-clause 22.1, no Tenderer shall contact the Employer on any matter
relating to its Tender from the time of the Tender opening to the time the contract is
awarded. If the Tenderer wishes to bring additional information to the notice of the
Employer, it should do so by uploading on the e-procurement portal.

22.3 Any effort by the Tenderer to influence the Employer in the Employer’s Tender
evaluation, Tender comparison or contract award decisions may result in the rejection of
the Tenderers’ Tender.
23. Examination of Tenders and determination of responsiveness
23.1 Prior to the detailed evaluation of Tenders, the Employer will determine whether each
Tender; (a) has been properly signed; and; (b) is substantially responsive to the
requirements of the Tender documents.

23.2 A substantially responsive Tender is one which conforms to all the terms, conditions, and
specifications of the Tender documents, without material deviation or reservation. A
material deviation or reservation is one (a) which affects in any substantial way the
scope, quality, or performance of the Works; (b) which limits in any substantial way,
inconsistent with the Tender documents, the Employer's rights or the Tenderer's
obligations under the Contract; or (c) whose rectification would affect unfairly the
competitive position of other Tenderers presenting substantially responsive Tenders.

23.3 If a Tender is not substantially responsive, it will be rejected by the Employer, and may
not subsequently be made responsive by correction or withdrawal of the nonconforming
deviation or reservation.

24. Correction of errors: Deleted

25. Evaluation and comparison of Tenders


25.1 The Employer will evaluate and compare only the Tenders determined to be
substantially responsive in accordance with Clause 23.
25.2 In evaluating the Tenders, the Employer will determine for each Tender the evaluated
Tender Price by adjusting the Tender Price as follows:
(a) Making an appropriate adjustment for acceptable variations, deviations; and
(b) Making appropriate adjustments to reflect discounts or other price modifications
Offered in accordance with Clause 18.
25.3 The Employer reserves the right to accept or reject any variation, deviation, or
alternative offer. Variations, deviations, and alternative offers and other factors which are
in excess of the requirements of the Tender documents or otherwise result in unsolicited
benefits for the Employer shall not be taken into account in Tender evaluation.
25.4 The estimated effect of the price adjustment conditions under Clause 40 of the
Conditions of Contract, during the implementation of the Contract, will not be taken into
account in tender Evaluation.
25.5 If the tender of the successful tenderer is seriously unbalanced in relation to the
Employer’s estimate of the cost of the work to be performed under the contract, the
Employer may require the Tenderer to produce detailed price analyses for any or all
items of the Bill of Quantities, to demonstrate the internal consistency of those prices
with the construction methods and schedule proposed. After evaluation of the price
analyses, the Employer may require that the amount of the performance security set
forth in Clause 29 be increased at the expense of the successful Tenderer to a level
sufficient to protect the Employer against financial loss in the event of default of the
successful under the contract. The Format of the Bank Guarantee is given in Section10.
The Bank Guarantee shall be valid until 28 days from the date of issue of certificate of
completion of works.
F. Award of Contract
26. Award criteria
26.1 Subject to Clause 27, the Employer will award the Contract to the Tenderer whose
Tender has been determined to be substantially responsive to the Tender documents
and who has offered the lowest evaluated Tender Price, provided that such Tenderer
has been determined to be (a) eligible in accordance with the provisions of Clause 2,
and (b) qualified in accordance with the provisions of Clause 3.

27. Employer's right to accept any Tender and to reject any or all Tenders
27.1 Notwithstanding Clause 26, the Employer reserves the right to accept or reject any
Tender, and to cancel the Tender process and reject all Tenders, at any time prior to the
award of Contract, without thereby incurring any liability to the affected Tenderer or
Tenderers or any obligation to inform the affected Tenderer or Tenderers of the grounds
for the Employer's action.

28. Notification of award and signing of Agreement


20

28.1 The Tenderer whose Tender has been accepted will be notified of the award by the
Employer prior to expiration of the Tender validity period by cable, telex, e-mail or
facsimile confirmed by registered letter. This letter (hereinafter and in the Conditions of
Contract called the "Letter of Acceptance") will state the sum that the Employer will pay
the Contractor in consideration of the execution, completion, and maintenance of the
Works by the Contractor as prescribed by the Contract (hereinafter and in the Contract
called the "Contract Price").

28.2 The notification of award will constitute the formation of the Contract, subject only to the
furnishing of Security deposit in accordance with the provisions of Clause 29.

28.3 The Agreement will incorporate all agreements between the Employer and the
successful Tenderer. It will be kept ready for signature of the successful Tenderer in the
office of Employer within 20 days following the notification of award along with the Letter
of Acceptance. Within 20 days of receipt of notification of award, and upon furnishing of
the Performance Security as required (including the additional performance security for
unbalanced tender) the successful Tenderer will sign the Agreement.
28.4 Upon signing of the Agreement, the Employer will promptly notify the other Tenderers
that their Tenders have been unsuccessful.

29. Security deposit


29.1 Within 20 days of receipt of the Letter of Acceptance, the successful Tenderer shall
deliver to the Employer a Security deposit in any of the forms given below for an amount
equivalent to 5 % of the Contract price (Part-A and part-B) plus additional security for
unbalanced tenders in accordance with Clause 25.5 of ITT and Clause 43 of the
Conditions of Contract. :
a. Cash or
b. Banker’s cheque/ Demand draft/ Cashier’s cheque/ Pay Order in favour of The
Executive Engineer KUWS & DB, Division Vijayapur payable at Vijayapur.
c. A bank guarantee in the form given in Section 10; or
d. Specified Small Savings Instruments (SSI) pledged to the Executive Engineer
KUWS & DB, Division Vijayapur.

29.2 If the security deposit is provided by the successful Tenderer in the form of a Bank
Guarantee, it shall unconditional and issued either by a Nationalized / Scheduled bank
in the format as given in Section10.
29.3 The security deposit if furnished in cash or demand draft/CC/BC/Pay order can, if
requested, be converted to interest bearing securities at the cost of the contractor.
29.4 Failure of the successful Tenderer to comply with the requirements of Sub-Clause 29.1
shall constitute sufficient grounds for cancellation of the award and forfeiture of the
earnest money deposit.

30 Advance Payment and Security:

30.1 The Employer will provide an advance payment (for mobilization) on the contract price of
Part- A as stipulated in the Conditions of Contract, subject to the maximum amount as
stated in the Contract Data. The advance payment shall be made on submission of the
Unconditional Bank Guarantee for an equal amount in the Form as given in Section 10.

31. Corrupt or Fraudulent practices

31.1 The KUWS&DB require that the Tenderers/ Suppliers/ Contractors, observe the highest
standard of ethics during the procurement and execution of such contracts. In
pursuance of this policy, KUWS&DB:
(a) will reject a proposal for award if it determines that the Tenderer recommended
for award has engaged in corrupt or fraudulent practices in competing for the
contract in question;
(b) will declare a firm ineligible, either indefinitely or for a stated period of time, to be
awarded a KUWS&DB contract if it at any time determines that the firm has
engaged in corrupt or fraudulent practices in competing for, or in executing, a
KUWS&DB contract.

31.2 Furthermore, Tenderers shall be aware of the provision stated in sub-clause 49.2 of the
Conditions of Contract.
22

SECTION 3: QUALIFICATION INFORMATION

Note: The Tenderer shall carefully fill in the herein required information completely and also
upload in First Folder (Techno-Commercial tender) all the documents as requested in complete
form. The information to be filled in by the Tenderer here under will be used for purposes of
determining the Tenderer’s eligibility to tender, determining whether he meets the specified
minimum qualification criteria as specified in Clause3 of ITT and also determine his capacity to
perform the contract as provided for in Clause 3 of the Instructions to Tenderers. Incomplete and
insufficient furnishing of information and not uploading the requested documents may result in
rejection of the Tender. This information will not be incorporated in the Contract.

1.1 Constitution or legal status of Tenderer 4 --------------------------

Certificate of Registration/Incorporation 5 _____________________________

GST Registration Certificate:


_______________________________

Principal place of business: _______________________________

Details of PAN Card issued by Income tax authorities: 6 Number:


Date of Issue:
Place of Issue:
Issued by whom:

1.2 Total value of civil engineering construction


Works executed and payments received in the last five financial years
(In Rs. Lakhs)7
2014-15______________
2015 -16 ______________
2016 -17 ______________
2017 -18______________
2018- 19 ______________

4
Attach copy of document in support of information provided
5
Attach copy of document in support of information provided
6
Attach self attested copy
7
Attach Certificate from Chartered Accountant
1.3 Work performed as Prime Contractor (in the same name) on works of similar nature during the five
financial years specified in 1.2 above.8

Project Name of Descrip- Contract Value of Date of Specified Actual date of Remarks explaining reasons
Name Employer -tion of Number contract issue of period of completion for delay in completion of
work
Work Rs. Lakhs work completion
order
1 2 3 4 5 6 7 8 9

1.4 Quantities of work executed as prime contractor (in the same name) during the last five financial years
specified in 1.2 above:9
Year Name Name of Quantity of work performed Remarks
of Employer Indicate
Work contract
reference
Supply, laying, Supplying, laying, Earthwork Construction of
jointing, testing jointing and excavation 10.0 lakh litre
and commissioning of in all strata capacity RCC
commissioning of HDPE//DI pipeline or in in Cum OHT
MS / DI pipe of combination in meters No.
length in meters
2014-15
2015-16
2016-17
2017-18
2018-19

1.5 Information on works for which Tenders have been submitted and works which are yet to be completed
as on the date of this Tender.
(A) Existing commitments and on-going works:

Description Place & Contract Name and Value of Stipulated Value of Anticipated
of Work State No & Address of Contract(Rs. period of works date of
Date Employer lakhs) completion remaining to completion
be completed
1 2 3 4 5 6 7 8

(B) Works for which Tenders already submitted:

Description Place & Name and Estimated Stipulated Date when Remarks if
of Work State Address of value of period of decision is any
Employer works completion expected
1 2 3 4 5 6 7

8
Attach Certificates from the Employer (Government Departments/ Government Undertakings) who has
executed the agreement.
9
Attach certificates from the Employer (Government Departments/Government Undertakings) who has
executed the agreement.
24

1.6. The following items of equipment are considered essential for successfully carrying out the works. The
Tenderer should furnish all the information listed below.

Item of Equipment Requirement Owned and available Remarks


No. Capacity Owned Number/ Age/
Capacity Condition

1.7 Reports on the financial standing of the tenderer, such as profit and loss statements and auditor’s
reports for the last five years;
1.8 Qualification and experience of the key technical and management personnel in permanent
employment with the tenderer and those that are proposed to be deployed on this contract, if awarded.
1.9. Name, address, and telephone, telex, and fax numbers of the Tenderers' bankers who may provide
references if contacted by the Employer.
1.10 Evidence of access to financial resources to meet the qualification requirement specified in ITT
Clause3.3 (c): Cash in hand, Letter of Credit etc. List them below and attach certificate from the
Banker in the suggested format as under:

BANKER’S CERTIFICATE

This is to certify that M/s. ………………………….. is a reputed company with a good financial
standing. If the contract for this work, namely ……………………………… (name of the work) is
awarded to the above firm, we shall be able to provide overdraft/credit facilities to the extent of Rs.
…………… to meet the working capital requirements for executing the above contract

To,
The Chief Engineer,
KUWS & D Board, Dharwad

Sd/-
Name of the Bank, Senior Bank Manger
Address:……………………………….

1.11 Proposals for subcontracting components of works as detailed in ITT Clause 3.2
(d)&(e),

Item of Work Value of Sub-Contract Identified Sub-Contractor Experience of similar


work10 (Name and address)

1.12 Information on litigations in which the Tenderer is involved:

Other Party (ies) Employer Details of dispute Amount involved Remarks showing present status

10
Attach certificates from the respective Employer (Government Departments/ Government Undertakings) who
has executed the agreement.
1.13 The proposal should include:
(a) A detailed description of the proposed works:
(b) Drawings ,including plans elevations and typical cross sections in appropriate sizes and scales
( c ) Commentary on the Employer’s Requirements detailing how the layout and other critical requirements will
be achieved
(d)Manufacturer’s brochures and other details of the main items of the plant including spares:
(e) A statement stating that the works would confirm to the Employers requirement.

Note: The Formats duly filled, signed and the information and documents requested in this Section 3
should be uploaded in the First Folder (Techno-Commercial tender).
26

SECTION 4:
EARNEST MONEY DEPOSIT FORM, AFFIDAVIT FORM LETTER OF ACEPTANCE, NOTICE TO
PROCEED WITH THE WORK AND AGREEMENT FORM

DETAILS OF PAYMENT OF TENDER PROCESSING FEES AND EARNEST MONEY


DEPOSIT
From: (Tenderer)
………………………………………
……………………………………
………………………………..
To:
The Chief Engineer
Karnataka Urban Water Supply and Drainage Board
Dharwad.
Sir:

1. I/ We have made the payment of the tender processing fees of Rs. ………/-
Rupees………………………….only (in words) through Credit Card/Direct Debit/
National Electronic Funds Transfer (NEFT)/ over the counter in …………….
branch of ICICI bank on……………. (Strike the modes not used)

2. I/ We have made the payment of the Earnest Money of Rs……………


Rupees…………………… ……………… only (in words) through Credit
Card/Direct Debit/National Electronic Funds Transfer (NEFT)/ over the counter in
………… branch of ICICI bank on ……….. (Strike the modes not used)

3. I/ We have made the payment of the balance of Earnest Money of Rs……….


Rupees…………………………. Only(in words) through the following:

Bank Guarantee No:. …………… dated ……… issued by ……………. Valid


up to ……………for an amount of Rs………… Rupees………….
……………. Only (in words);

4. We agree that the Earnest Money deposited by us as detailed above may be


forfeited by the Employer if we:

(a) Withdraw our bid during the period of validity specified in the bidding
document;

(b) Do not sign the Agreement within the specified time limit in case we are
successful and letter of acceptance has been communicated;

(c) Do not furnish the required Performance Security deposit as required in Clause
29 of ITB

……………………………………………..

(Signature and Name of Tenderer)


Date:

Note: This Form has to be duly completed, signed and uploaded on the e-procurement
portal in the First Folder – Techno Commercial Tender
28

AFFIDAVIT REGARDING CORRECTNESS OF INFORMATION FURNISHED AND DOCUMENTS


SUBMITTED

I ……………………………………………………. Son/daughter of …………………………………………..


residing at ……… …………………………………………………………………………. (Addresss)
Authorized Signatory/Proprietor /Partner/ Director of M/s…………………………………….. situated at
…………………………………………………. …………………………………………………… (Address)
hereby solemnly declare as under:
1. That I have submitted my tender for the work……………………………………………………………
………………………….. in response to Invitation to Tender No.
………………………………………… ………………issued by
……………………………………………………………………………………….. on the e-
procurement portal https://eproc.karnataka.gov.in.

2. That I have uploaded the scanned copies/copies of the following documents as required by the tender
document and in support of my meeting the stipulated eligibility and qualification requirements as
stipulated in the tender document:

(a) …………………………………………………………………………………………………..;

(b) …………………………………………………………………………………………………..;

(c) ……………………………………………………………………………………………………;

(d) ……………………………………………………………………………………………………;

(e) ……………………………………………………………………………………………………;

(f) …………………………………………………………………………………………………….;

(g) ………………………………………………………………………………………………………;

(h) ……………………………………………………………………………………………………..;

(i) ……………………………………………………………………………………………………..;

3. That the information furnished by me in the format are correct to the best of my knowledge and the
documents/ certificates uploaded are true to the originals;

4. That I am in possession of the original documents and ready to produce the original documents and
the original documents in support of the qualification information furnished for verification by the
Employer or his authorized representative within 5 days of receiving the request from the Employer or
his authorized representative;

5. That I have not made misleading or false representation in the Forms, Statements and Attachments
submitted/ uploaded in proof of qualification requirements;

6. That I do not have record of poor performance such as abandoning the works, not properly completing
the contracts, inordinate delays in completion in completion, litigation history or financial failures etc,;

7. That I have not participated in the previous tenders for the same work and could not furnish rational
justification for the prices quoted by me when requested by the Employer;
8. I am aware of the provision of ITT Clause 3.7 and agree that I am subject to be disqualified on the
above accounts and also aware that the KUWS&DB can take administrative action against me.

Deponent

VERIFICATION:
Verified at …………………………. On this ……………….. month ……………………. Year that
contents of the above affidavit are true and correct to the best of my knowledge and belief and nothing
is false or fabricated or has been concealed there from.

Deponent:

Note:
1) This Form has to be duly completed, signed and uploaded on the e-procurement
portal in the First Folder – Techno Commercial Tender.
2) The affidavit may be submitted in the letter head of the Bidder, duly Notarised by the
Notary.
30

Letter of Acceptance
(letterhead paper of the Employer)
________________________[date]

To: _________________________________________________________________________[name and


address of the Contractor]

Dear Sirs,

This is to notify you that your Tender dated ____________ for execution of the
______________________________________________________________________________________
[name of the contract and identification number, as given in the Instructions to Tenderers] for the Contract Price
of Rupees ——___________________________________________________________ (_____________)
[amount in words and figures], as corrected and modified in accordance with the Instructions to Tenderers is
hereby accepted by our Agency.

You are hereby requested to furnish Performance Security deposit, in the form detailed in Clause 29.1 of ITT for
an amount of Rs.————— within 20 days of the receipt of this letter of acceptance valid up to 30 days from
the date of expiry of Defects Liability Period i.e. up to ............ plus additional security for unbalanced tenders
in terms of Clause 25.5 of ITT, in the form detailed in Clause 29.1 of ITT for an amount of Rs.—————
within 20 days of the receipt of this letter of acceptance valid up to 28 days from the date of expiry of Intended
Completion Period and sign the contract, failing which action as stated in Para 29.4 of ITT will be taken.

Yours faithfully,

Authorized Signature

Name and Title of Signatory

Name of Employer/Employer’s Representative

Note: This Form is for the information of the Tenderer. It is NOT to be completed and uploaded by the
tenderer on the e-procurement portal

Issue of Notice to proceed with the work


(letterhead of the Employer)
————— (date)
To

—————————————— (name and address of the Contractor)

——————————————

——————————————

Dear Sirs:

Pursuant to your furnishing the requisite security deposit as stipulated in ITT Clause 29.1 and signing of
the contract agreement for the work of Augmentation of water supply scheme to Badami,Kerur towns and 18
enroute villages from Almatti reservoir as source (Package-I) a Tender Price of Rs.——————, you are
hereby instructed to proceed with the execution of the said works in accordance with the contract documents.

Yours faithfully,

(Signature, name and title of signatory authorized to sign on behalf of Employer)

Note: This Form is for the information of the Tenderer. It is NOT to be completed and uploaded by the
Tenderer on the e-procurement portal
32

Agreement Form

This agreement, made the ___________________day of ______________20_______,


between___________________________________________________________________________________
________________________________________[name and address of Employer]
(hereinafter called “the Employer”) of the one part and _____________________________________________
__________________________________________________________________________________________
______________________________________________________[name and address of contractor]
(hereinafter called “the Contractor”) of the other part.

Whereas the Employer is desirous that the Contractor execute _____________________________


__________________________________________________________________________________________
______________________________________________________________________________________[ na
me and identification number of Contract] (hereinafter called “the Works”) and the Employer has accepted the
Tender by the Contractor for the execution and completion of such Works and the remedying of any defects
therein at a contract price of Rupees...............................

NOW THIS AGREEMENT WITNESSETH as follows:

1. In this Agreement, words and expression shall have the same meanings as are respectively assigned to
them in the Conditions of Contract hereinafter referred to, and they shall be deemed to form and be read
and construed as part of this Agreement.
2. In consideration of the payments to be made by the Employer to the Contractor as hereinafter mentioned,
the Contractor hereby covenants with the Employer to execute and complete the Works and remedy any
defects therein in conformity in all aspects with the provisions of the Contract.
3. The Employer hereby covenants to pay the Contractor in consideration of the execution and completion of
the Works and the remedying the defects wherein the Contract Price or such other sum as may become
payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.
4. The following documents shall be deemed to form and be read and construed as part of this Agreement,
viz:
i. Letter of Acceptance;
ii. Notice to proceed with the works;
iii. Contractor’s Tender;
iv. Contract Data;
v. Conditions of contract (including Special Conditions of Contract);
vi. Specifications and Employer’s Requirements including Book of Specification as prescribed by the
Board;
vii. Drawings;
viii. Bill of Quantities;
ix. Any other document listed in the Contract Data as forming part of the contract.

In witness whereof the parties thereto have caused this Agreement to be executed the day and year first before
written.

The Common Seal of ___________________________________________________________


was hereunto affixed in the presence of:
Signed, Sealed and Delivered by the said ___________________________________________________
_________________________________________________________________________________

in the presence of:


Binding Signature of Employer _______________________________________________________
Binding Signature of Contractor _____________________________________________________

Note: This Form is for information of the Tenderer and is NOT to be completed and uploaded by the
Tenderer on the e-procurement portal.
SECTION 5: CONDITIONS OF CONTRACT
Table of Contents
A. General Pag

1. Definitions
2. Interpretation
3. Law governing contract
4. Employers decisions
5. Delegation
6. Communications
7. Subcontracting
8. Other Contractors
9. Personnel
10. Employer’s and Contractor’s risks
11. Employer’s risks
12 Contractor’s risks
13. Insurance
14. Site Investigation Report
15 Query about Contract Data
16 Contractor to construct the Works
17. The Works to be completed by Intended Completion Date
18 Approvals by the Employer
19. Safety
20. Discoveries
21. Possession of the Site
22. Access to the Site
23. Instructions
24. Procedure for resolution of disputes

B. Time Control
25. Program
26. Extension of the Intended Completion Date
27. Delays ordered by the Employer
28. Management meetings
C. Quality Control
29. Identifying defects
30. Tests
31. Correction of defects
32. Uncorrected defects
D. Cost Control
33 Bill of Quantities (BOQ)
34 Variations
35. Payment for Variations
36. Submission of bills for payment
37 Payments
38. Compensation events
39. Tax
40 Price Adjustment
41. Liquidated damages
42. Advance Payments
43. Securities
44. Cost of repairs
E Finishing of Contract
45. Completion
46. Taking Over
34

47. Final account


48. As built drawings and/or Operating and Maintenance Manuals
49. Termination
50 Payment upon termination
51. Property
52. Release from performance

F Special Conditions of Contract


Conditions of Contract

A. General

1. Definitions

1.1 Terms which are defined in the Contract Data are not also defined in the Conditions of Contract but keep
their defined meanings. Bold letters are used to identify defined terms.

“Continuous pressured water supply (24 Hour Supply)” means continuous water supply in 24
hours a day, 7 days in a week, 365 days in a year delivered at a minimum pressure of 7 m at
all consumer water connection points every day, and a minimum pressure of 10 m measured
at identified critical measurement point (CMP’S)

Bill of Quantities means the priced and completed Bill of Quantities forming part of the Tender.
Compensation events are those defined in Clause 38 hereunder.
The Completion Date is the date of completion of the Works as certified by the Employer in
accordance with Sub Clause 46.1.
The Contract is the contract between the Employer and the Contractor to execute, complete and
maintain the Works. It consists of the documents listed in Clause 2.2 below.
The Contract Data defines the documents and other information which comprise the Contract.
The Contractor is a person or corporate body whose Tender to carry out the Works has been accepted
by the Employer.
The Contractor's Tender is the completed Tender document submitted by the Contractor to the
Employer.
The Contract price is the price stated in the Letter of Acceptance and thereafter as adjusted in
accordance with the provisions of the Contract.
Days are calendar days; months are calendar months.
A Defect is any part of the Works not completed in accordance with the Contract.
The Defects liability period is the period named in the Contract Data and calculated from the
Completion Date.
The Employer is the party who will employ the Contractor to carry out the Works.
The Employer’s Requirement means the document entitled Employer’s Requirements, as included in
the Contract and any additions and modifications to such document in accordance with the Contract.
Such document specifies the purpose, scope and/or design and/or technical criteria for the works.
Equipment is the Contractor's machinery and vehicles brought temporarily to the Site to construct the
Works.
The Initial Contract price is the Contract Price listed in the Employer's Letter of Acceptance.
The Intended Completion Date is the date on which it is intended that the Contractor shall complete
the Works. The Intended Completion Date is specified in the Contract Data. The Intended Completion
Date may be revised only by the Employer by issuing an extension of time.
Materials are all supplies, including consumables, used by the contractor for incorporation in the
Works.
Operation and Comprehensive Maintenance of the Water Supply System for Five Years
(including One year Defect Liability Period) after completion of the works.
Plant is any integral part of the Works which is to have a mechanical, electrical, electronic or chemical
or biological function.
The Site is the area defined as such in the Contract Data.
Specification means the Specification of the Works included in the Contract and any modification or
addition made or approved by the Employer.
The Start Date is given in the Contract Data. It is the date when the Contractor shall commence
execution of the works. It does not necessarily coincide with any of the Site Possession Dates.
A Subcontractor is a person or corporate body who has a Contract with the Contractor to carry out a
part of the work in the Contract which includes work on the Site.
A Variation is an instruction given by the Employer which varies the Works.
The Works are what the Contract requires the Contractor to construct, install, and turn over to the
Employer, as defined in the Contract Data.
36

2. Interpretation

2.1 In interpreting these Conditions of Contract, singular also means plural, male also means female or
neuter, and the other way around. Headings have no significance. Words have their normal meaning
under the language of the Contract unless specifically defined. The Employer will provide instructions
clarifying queries about the Conditions of Contract.
2.2 The documents forming the Contract shall be interpreted in the following order of priority:
1. Agreement
2. Letter of Acceptance, notice to proceed with the works
3. Contractor’s Tender
4. Contract Data
5. Conditions of Contract
6. Specifications and Employer’s Requirements including Book of Specification as Prescribed
by the Board (Annexure).
7. Drawings
8. Bill of quantities and
9. Any other document listed in the Contract Data as forming part of the Contract, book of
Specifications prescribed by Board.

3. Law governing contract

3.1 The law governing the Contract is the Laws of India supplanted by the Karnataka Local Acts.

4. Employer's decisions

4.1 Except where otherwise specifically stated, the Employer will decide contractual matters between the
Employer and the Contractor.

5. Delegation

5.1 The Employer may delegate any of his duties and responsibilities to other people after notifying the
Contractor and may cancel any delegation after notifying the Contractor.

6. Communications

6.1 Communications between parties which are referred to in the conditions are effective only when in
writing. A notice shall be effective only when it is delivered (in terms of Indian Contract Act).

7. Sub-Contracting: Deleted

8. Other Contractors

8.1 The Contractor shall cooperate and share the Site with other contractors, public authorities, utilities,
and the Employer.

9. Personnel

9.1 The Contractor shall employ the technical personnel (of number and qualifications) as may be stipulated by
GOK from time to time during the execution of the work. The technical staff so employed shall be
available at site as may be stipulated by the Employer.
9.2 If the Employer asks the Contractor to remove a person who is a member of the Contractor’s staff or his
work force stating the reasons, the Contractor shall ensure that the person leaves the Site within seven
days and has no further connection with the work in the Contract.

10. Employer’s and Contractor's risks


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

11.1 The Employer is responsible for the excepted risks which are:
(a) rebellion, riot commotion or disorder unless solely restricted to employees of the Contractor or his
Sub-Contractors arising from the conduct of the Works; or
(b) a cause due solely to the design of the Works, other than the Contractor’s design; or
(c) any operation of the forces of nature (in so far as it occurs on the Site) which an experienced
contractor:
(i) could not have reasonably foreseen; or
(ii) could reasonably have foreseen, but against which he could not reasonably have taken at
least one of the following measures;
(A) prevent loss or damage to physical property from occurring by taking appropriate
measures or
(B) insure against such loss or damage

12. Contractor’s risks

12.1 All risks of loss of or damage to physical property and of personal injury and death which arise during
and in consequence of the performance of the Contract other than the excepted risks are the
responsibility of the Contractor.

13. Insurance:

13.1 The Contractor shall prior to commencing the works, effect and thereafter maintain insurances , in the
joint names of the Employer and the Contractor, (cover from the first working day after the Start Date
to the end of Five years of Operation and Comprehensive Maintenance period), in the amounts stated
in the Contract Data :
(a) for loss of or damage to the Works, Plants and Materials and the Contractor’s equipment;
(b) for liability of both Parties for loss, damage, death and injury to third parties or their property
arising out of the Contractor’s performance of the Contract including the Contractor’s liability for
damage to the Employer’s property other than the Works and
(c) for liability of both Parties and of any Employer’s representative for death and injury to the
Contractor’s personnel except to the extent that liability arises from the negligence of the
Employer, any Employer’s representative or their Employees.
13.2Policies and certificates for insurance shall be delivered by the Contractor to the Employer for his approval
before the Start Date. All such insurance shall provide for compensation to be payable to rectify the
loss or damage incurred. All payments received from insurers relating to loss or damage shall be held
jointly by the Parties and used for the repair of the loss or damage or as compensation for loss or
damage that is not to be repaired.
13.3 If the Contractor fails to effect or keep in force any of the insurances referred to in the previous sub-
clauses or fails to provide satisfactory evidence, policies or receipts, the Employer may without
prejudice to any other right or remedy, effect insurance for the cover relevant to such default and pay
the premiums due and recover the same as a deduction from any other monies due to the Contractor. If
no payments are due, the payment of the premiums shall be a debt due.
13.4 Alterations to the terms of insurance shall not be made without the approval of the Employer.
13.5 Both Parties shall comply with any conditions of the insurance policies.

14. Site Investigation Reports:

14.1 The Contractor, in preparing the tender, shall rely on any site investigation reports referred to in the
Contract data, supplemented by any information available to the Tenderer.

15. Queries about the Contract Data


38

15.1 The Employer will clarify queries on the Contract Data.

16. Contractor to construct the Works

16.1 The Contractor shall construct the Works in accordance with the Specification and Drawings. In the
case of death of the Contractor after executing the Agreement/commencement of the work, his legal
heir, if an eligible registered Contractor and willing can execute and complete the work at the accepted
tendered rates.

17. The Works to be completed by the Intended Completion Date

17.1 The Contractor may commence execution of the Works on the Start Date and shall carry out the Works
in accordance with the program submitted by the Contractor, as updated with the approval of the
Employer, and complete them by the Intended Completion Date.

18. Approval by the Employer:

18.1 The Contractor shall submit Specification and drawings showing the proposed Temporary Works to the
Employer, who is to approve them if they comply with the Specifications and Drawings.
18.2 The Contractor shall be responsible for the design of Temporary Works
18.3 The Employer’s approval shall not alter the Contractor’s responsibility for design of the Temporary
Works.
18.4 The Contractor shall obtain approval of third parties to the design of third parties to the design of the
temporary Works where required.
18.5 All Drawings prepared by the Contractor for the execution of the temporary or permanent Works, are
subject to prior approval by the Employer before their use.

19. Safety

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

20. Discoveries

20..1 Anything of historical or other interest or of significant value unexpectedly discovered on the Site is
the property of the Employer. The Contractor is to notify the Employer of such discoveries and carry
out the Employer's instructions for dealing with them.

21. Possession of the Site

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

22. Access to the Site

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

23. Instructions

23.1 The Contractor shall carry out all instructions of the Employer which comply with the applicable laws
where the Site is located.

24. Procedure for resolution of Disputes:


24.1 If the Contractor is not satisfied with the decision taken by the Employer, the dispute shall be referred
by either party to Arbitration within 30 days of the notification of the Employer’s decision.
24.2 If neither party refers the dispute to Arbitration within the above 30 days, the Employer’s decision will
be final and binding.
24.3 The Arbitration shall be conducted in accordance with the arbitration procedure stated in the Special
Conditions of Contract.

B. Time Control

25. Program

25.1 Within the time stated in the Contract Data the Contractor shall submit to the Employer for approval a
Program showing the general methods, arrangements, order, and timing for all the activities in the
Works.
25.2 The Employer's approval of the Program shall not alter the Contractor's obligations. The Contractor
may revise the Program and submit it to the Employer again at any time. A revised Program is to show
the effect of Variations and Compensation Events.

26. Extension of the Intended Completion Date

26.1 The Employer shall extend the Intended Completion Date if a Compensation Event occurs or a
Variation is issued which makes it impossible for Completion to be achieved by the Intended
Completion Date.
26.2 The Employer shall decide whether and by how much to extend the Intended Completion Date within
21 days of the Contractor asking the Employer for a decision upon the effect of a Compensation Event
or Variation and submitting full supporting information.

27. Delays ordered by the Employer

27.1 The Employer may instruct the Contractor to delay the start or progress of any activity within the
Works.
28. Management meetings

28.1 The Employer may require the Contractor to attend a management meeting. The business of a
management meeting shall be to review the progress achieved and the plans for remaining work.
28.2 The responsibility of the parties for actions to be taken is to be decided by the Employer either at the
management meeting or after the management meeting and stated in writing to be distributed to all
who attended the meeting.

C. Quality Control
29. Identifying defects

29.1 The Employer shall check the Contractor's work and notify the Contractor of any Defects that are
found. Such checking shall not affect the Contractor's responsibilities. The Employer may instruct the
Contractor to search for a Defect and to uncover and test any work that the Employer considers may
have a Defect

30. Tests

30.1 If the Employer instructs the Contractor to carry out a test not specified in the Specification to check
whether any work has a Defect and the test shows that it does, the Contractor shall pay for the test and
any samples. If there is no Defect the test shall be a Compensation Event.

31. Correction of defects


40

31.1 The Employer shall give notice to the Contractor of any Defects before the end of the Defects Liability
Period, which begins at Completion and is defined in the Contract Data. The Defects Liability Period
shall be extended for as long as Defects remain to be corrected.
31.2 Every time notice of a Defect is given, the Contractor shall correct the notified Defect within the length
of time specified by the Employer’s notice.

32. Uncorrected defects

32.1 If the Contractor has not corrected a Defect within the time specified in the Employer’s notice, the
Employer will assess the cost of having the Defect corrected, and the Contractor will pay this amount.

32.2 The BOQ is used to calculate the Contract Price. The Contractor is paid for the quantity of the work
done at the rate in the BOQ for each item

D. Cost Control
33. Bill of Quantities (BOQ)

33.1 The BOQ shall contain items for the construction, installation, testing, and commissioning work to be
done by the Contractor.
33.2 The BOQ is used to calculate the Contract Price. The Contractor is paid for the quantity of the work
done at the rate in the BOQ for each item

34. Variations

34.1 The Employer shall have power to order the Contractor to do any or all of the following as considered
necessary or advisable during the progress of the work by him
(a) Increase or decrease of any item of work included in the Bill of Quantities (BOQ);
(b) Omit any item of work;
(c) Change the character or quality or kind of any item of work;
(d) Change the levels, lines, positions and dimensions of any part of the work;
(e) Execute additional items of work of any kind necessary for the completion of the works; and
(f) Change in any specified sequence, methods or timing of construction of any part of the work.
34.2 The Contractor shall be bound to carry out the work in accordance with any instructions in this
connection, which may be given to him in writing by the Employer and such alteration shall not vitiate
or invalidate the contract.
34.3 Variations shall not be made by the Contractor without an order in writing by the Employer, provided
that no order in writing shall be required for increase or decrease in the quantity of an item appearing
in the BOQ so long as the work executed conforms to the approved drawings.
34.4 The Contractor shall promptly request in writing the Employer to confirm verbal orders and the officer
issuing the oral instruction shall confirm it in writing within 30 days, failing which the work shall be
carried out as though there is no variations. In case variation is approved, it shall be accompanied by
BOQ, failing which the Contractor shall be responsible for deviation if any. Further, approval of
competent authorities has to be obtained for variations.

35. Payments for Variations

35.1Payment for increase in the quantities of an item in the BOQ up to 25% of that provided in the Bill of
Quantities shall be made at the rates quoted by the Contractor.
35.2For quantities in excess of 125% of the tendered quantity of an item as given in the BOQ, the Contractor
shall be paid at the rate given in or derived from in the Schedule of Rates (applicable for the area of the
work and current at the time of award of contract) plus or minus the overall percentage of the original
tendered rates over the current Schedule of Rates prevalent at the time of award of contract.
35.3 If there is no rate for the additional, substituted or altered item of the work in the BOQ, efforts would
be made to derive the rates from those given in the BOQ or the Schedule of Rates (applicable for the
area of the work and current at the time of award of contract) and if found feasible the payment would
be made at the derived rate for the item plus or minus the overall percentage of the original tendered
rates over the current Schedule of Rates prevalent at the time of award of contract
35.4 If the rates for additional, substituted or altered item of work cannot be determined either as at 35.1 or
35.2 or 35.3 above, the Contractor shall be requested to submit his quotation for the items supported by
analysis of the rate or rates claimed, within 7 days.
35.5If the Contractor's quotation is determined unreasonable, the Employer may order the Variation and make a
change to the Contract Price which shall be based on Employer’s own forecast of the effects of the
Variation on the Contractor's costs.
35.6 If the Employer decides that the urgency of varying the work would prevent a quotation being given
and considered without delaying the work, no quotation shall be given and the Variation shall be
treated as a Compensation Event.
35.7 Under no circumstances the Contractor shall suspend the work on the plea of non-settlement of rates
for items falling under this Clause.

36. Submission of bills for payment

36.1 The Contractor shall submit to the Employer monthly bills of the value of the work completed less the
cumulative amount paid previously.
36.2 The Employer shall check the Contractor's bill and determine the value of the work executed which
shall comprise of (i) value of the quantities of the items in the BOQ completed and (ii) valuation of
Variations and Compensation Events.
36.3 The Employer may exclude any item paid in a previous bill or reduce the proportion of any item
previously paid in the light of later information.

37. Payments

37.1 Payments shall be adjusted for deductions for advance payments, other than recoveries in terms of the
contract. The GST shall be paid to the tendered amount separately. The Employer shall pay the
Contractor the within 60 days of submission of bill. The Contractor shall be liable to pay liquidated
damages for shortfall in progress.
37.2 The increase in GST shall not be paid in the extended period of contract for which the
Contractor alone is responsible for delay as determined by the authority while granting the
extension of time.

38. Compensation events

38.1 The following are Compensation events unless they are caused by the Contractor:
(a) The Employer does not give access to a part of the Site by the Site Possession Date stated
in the Contract Data.
(b) The Employer orders a delay or does not issue drawings, specifications or instructions
required for execution of works on time.
(c) The Employer instructs the Contractor to uncover or to carry out additional tests upon
work which is then found to have no Defects.
(d) The Employer gives an instruction for dealing with an unforeseen condition, caused by the
Employer, or additional work required for safety or other reasons.
(e) The effect on the Contractor of any of the Employer’s Risks.
(f) The Employer unreasonably delays issuing a Certificate of Completion.
(g) Other Compensation Events listed in the Contract Data or mentioned in the Contract.

38.2 If a Compensation Event would cause additional cost or would prevent the work being completed
before the Intended Completion Date, the Contract Price shall be increased and/or the Intended
Completion Date is extended. The Employer shall decide whether and by how much the Contract Price
shall be increased and whether and by how much the Intended Completion Date shall be extended.
38.3 As soon as information demonstrating the effect of each Compensation event upon the Contractor's
forecast cost has been provided by the Contractor, it is to be assessed by the Employer and the Contract
Price shall be adjusted accordingly. If the Contractor's forecast is deemed unreasonable, the Employer
shall adjust the Contract Price based on Employer’s own forecast. The Employer will assume that the
Contractor will react competently and promptly to the event.
42

38.4 The Contractor shall not be entitled to compensation to the extent that the Employer's interests are
adversely affected by the Contractor not having given early warning or not having cooperated with the
Employer.

39. Tax

39.1 The rates quoted shall be Exclusive of the GST. The GST shall be paid to the tendered amount
separately.
39.2. The increase in GST shall not be paid in the extended period of contract for which the Contractor
alone is responsible for delay as determined by the authority while granting the extension of
time.

40. Price Adjustment:

40.1 Contract price for PART- A (Civil Works) shall be adjusted for increase or decrease in rates and prices
of labour, materials, fuels and lubricants in accordance with the following principles and procedures
and as per formulae given in the Contract Data. The price adjustment is not applicable for Part-B, O &
M.

(a) The price Adjustment shall apply for the work done from the date of commencement up to the end
of original period of completion or extensions granted by the Employer and shall not apply to
work carried out beyond the stipulated period of completion for reasons attributable to the
Contractor;
(b) Price Adjustment shall be admissible from the date of opening of tenders (original or extended)
(c) The price adjustment shall be determined during each quarter from the formulae given in Contract
Data.
(d) Following expressions and meanings are assigned to the work done during the quarter:

R = Total value of work done during the quarter. It will include the amount of secured
advance paid for (if any) during the quarter, less the amount of the secured advance
recovered during the quarter. It will exclude value for works executed under
variations for which price adjustment (if any) will be worked out separately based on
the terms mutually agreed.

40.2To the extent that full compensation for any rise or fall in costs to the contractor is not covered by the
provisions of this or other Clauses in the Contract, the unit rates included in the contract shall be
deemed to include amounts to cover the contingency of such other rise or fall in costs.

41. Liquidated damages

41.1 The Contractor shall pay liquidated damages to the Employer at the rate per day stated in the Contract
Data for each day that the Completion Date is later than the Intended Completion Date (for the whole
of the works or the milestone as stated in the Contract Data). The total amount of liquidated damages
shall not exceed the amount defined in the Contract Data. The Employer may deduct liquidated
damages from payments due to the Contractor. Payment of liquidated damages does not affect the
Contractor's liabilities.

41.2 If the Intended Completion Date is extended after liquidated damages have been paid, the Employer
shall correct any overpayment of liquidated damages by the Contractor by adjusting the next payment
of bill.

42. Advance Payments:

42.1The Employer shall make payment to the Contractor of the amounts stated in the Contract Data by the date
stated in the Contract Data, against provision by the Contractor of an unconditional bank guarantee in a
form acceptable to the Employer issued by a Nationalized/Scheduled Bank in amounts equal to the
advance payment. The guarantee shall remain effective until the advance payment has been repaid, but
the amount of the guarantee shall be progressively reduced by the amounts repaid by the Contractor.
Interest will not be charged on the advance payment.

42.2The Contractor is to use the advance payment only to pay for Mobilization expenses required specifically
for execution of the Works. The Contractor shall demonstrate that advance payment has been used in
this way by supplying copies of invoices or other documents to the Employer.

42.3The advance payment shall be repaid by deducting proportionate amounts from payments otherwise due to
the Contractor, following the schedule of completed percentages of the Works on a payment basis. No
account shall be taken of the advance payment or its repayment in assessing valuation of the work
done, variations, price adjustments, compensation events or liquidated damages.

43. Securities:

43.1The Security deposit (including additional security for unbalanced tenders) shall be provided to the
Employer no later than the date specified in the Letter of Acceptance and shall be issued in an amount
and form and type of instrument acceptable to the Employer. The Security deposit shall be valid until a
date 30 days from the date of expiry of Defects Liability Period and the additional security for
unbalanced tenders shall be valid until a date 28 days from the date of issue of the certificate of
completion.

44. Cost of Repairs:

44.1 Loss or damage to the Works or Materials to be incorporated in the Works between the Start Date and
the end of the Defects Correction periods shall be remedied by the Contractor at the Contractor's cost if
the loss or damage arises from the Contractor's acts or omissions.

E. Finishing the Contract


45. Completion

45.1 The Contractor shall request the Employer to issue a Certificate of Completion of the Works and the
Employer will do so upon deciding that the Work is completed.

46. Taking over

46.1 The Employer shall take over the works when the O&M period has been completed by the contractor.
The contractor may apply by notice to the Employer for a taking Over Certificate not Earlier than 14
days before the expiry of the contracted O&M period.

47. Final account

47.1 The Contractor shall supply to the Employer a detailed account of the total amount that the Contractor
considers payable under the Contract before the end of the Defects Liability Period. The Employer
shall issue a Defect Liability Certificate and certify any final payment that is due to the Contractor
within 90 days of receiving the Contractor's account if it is correct and complete. If it is not, the
Employer shall issue within 90 days a schedule that states the scope of the corrections or additions that
are necessary. If the Final Account is still unsatisfactory after it has been resubmitted, the Employer
shall decide on the amount payable to the Contractor and make payment within 60 days of receiving
the Contractor’s revised account.

48. As - built drawings and /or Operating and Maintenance Manuals

48.1 If “as built”11 Drawings and/or operating and maintenance manuals are required, the Contractor shall
supply them by the dates stated in the Contract Data.

11
44

48.2 If the Contractor does not supply the Drawings by the dates stated in the Contract Data, or they do not
receive the Employer’s approval, the Employer shall withhold the amount stated in the Contract Data
from payments due to the Contractor.

49. Termination

49.1 The Employer or the Contractor may terminate the Contract if the other party causes a fundamental
breach of the Contract.
49.2 Fundamental breaches of Contract include, but shall not be limited to the following:
(a) the Contractor stops work for 45 days when no stoppage of work is shown on the current
Program and the stoppage has not been authorized by the Employer;
(b) The Contractor becomes bankrupt or goes into liquidation other than for a reconstruction
or amalgamation;
(c) the Employer gives Notice that failure to correct a particular Defect is a fundamental
breach of Contract and the Contractor fails to correct it within a reasonable period of time
determined by the Employer;
(d) the Contractor does not maintain a security which is required;
(e) the Contractor has delayed the completion of works by the number of days for which the
maximum amount of liquidated damages can be paid as defined in the Contract data; and
(f) if the Contractor, in the judgment of the Employer has engaged in corrupt or fraudulent
practices in competing for or in the executing the Contract.
For the purpose of this paragraph : “corrupt practice” means the offering, giving, receiving
or soliciting of any thing of value to influence the action of a public official in the
procurement process or in contract execution. “Fraudulent practice” means a
misrepresentation of facts in order to influence a procurement process or the execution of a
contract to the detriment of the Borrower, and includes collusive practice among Tenderers
(prior to or after Tender submission) designed to establish Tender prices at artificial non-
competitive levels and to deprive the Borrower of the benefits of free and open
competition.”
49.3 When either party to the Contract gives notice of a breach of contract to the Employer for a cause other
than those listed under Sub Clause 49.2 above, the Employer shall decide whether the breach is
fundamental or not.
49.4 Notwithstanding the above, the Employer may terminate the Contract for convenience.
49.5 If the Contract is terminated the Contractor shall stop work immediately, make the Site safe and secure
and leave the Site as soon as reasonably possible.

50. Payment upon Termination

50.1 If the Contract is terminated because of a fundamental breach of Contract by the Contractor, the
Employer shall prepare bill for the value of the work done less advance payments received up to the
date of the bill, less other recoveries due in terms of the contract, less taxes due to be deducted at
source as per applicable law and less the percentage to apply to the work not completed as indicated in
the Contract Data. Additional Liquidated Damages shall not apply. If the total amount due to the
Employer exceeds any payment due to the Contractor the difference shall be a debt payable to the
Employer.
50.2 If the Contract is terminated at the Employer's convenience or because of a fundamental breach of
Contract by the Employer, the Employer shall prepare bill for the value of the work done, the
reasonable cost of removal of Equipment, repatriation of the Contractor's personnel employed solely
on the Works, and the Contractor's costs of protecting and securing the Works and less advance
payments received up to the date of the certificate, less other recoveries due in terms of the contract,
and less taxes due to be deducted at source as per applicable law and make payment accordingly.

51. Property

51.1 All materials on the Site, Plant, Equipment, Temporary Works and Works are deemed to be the
property of the Employer, if the Contract is terminated because of a Contractor’s default.
52. Release from performance
52.1 If the Contract is frustrated by any event entirely outside the control of either the Employer or the
Contractor the Employer shall certify that the Contract has been frustrated. The Contractor shall make
the Site safe and stop work as quickly as possible after receiving this certificate and shall be paid for
all work carried out before receiving it and for any work carried out afterwards to which commitment
was made.

F. Special Conditions of Contract


1. Labour:

The Contractor shall, unless otherwise provided in the Contract, make his own arrangements for the
engagement of all staff and labour, local or other, and for their payment, housing, feeding and
transport.

The Contractor shall, if required by the Employer, deliver to the Employer a return in detail, in such
form and at such intervals as the Employer may prescribe, showing the staff and the numbers of the
several classes of labour from time to time employed by the Contractor on the Site and such other
information as the Employer may require.

2. Compliance with labour regulations:

During continuance of the contract, the Contractor and his sub contractors shall abide at all times by all
existing labour enactments and rules made there under, regulations, notifications and bye laws of the
State or Central Government or local authority and any other labour law (including rules), regulations,
bye laws that may be passed or notification that may be issued under any labour law in future either by
the State or the Central Government or the local authority. The Contractor shall keep the Employer
indemnified in case any action is taken against the Employer by the competent authority on account of
contravention of any of the provisions of any Act or rules made there under, regulations or notifications
including amendments. If the Employer is caused to pay or reimburse, such amounts as may be
necessary to cause or observe, or for non-observance of the provisions stipulated in the
notifications/bye laws/Acts/Rules/regulations including amendments, if any, on the part of the
Contractor, Employer shall have the right to deduct any money due to the Contractor including his
amount of security deposit. The Employer shall also have right to recover from the Contractor any
sum required or estimated to be required for making good the loss or damage suffered by the
Employer.
The employees of the Contractor and the Sub-Contractor in no case shall be treated as the employees
of the Employer at any point of time.

SALIENT FEATURES OF SOME MAJOR LABOUR LAWS APPLICABLE TO


ESTABLISHMENTS ENGAGED IN CONSTRUCTION WORKS
(The law as current on the date of bid opening will apply)
46

a) Workmen Compensation Act 1923: The Act provides for compensation in case of injury by accident
arising out of and during the course of employment.

b) Payment of Gratuity Act 1972: Gratuity is payable to an employee under the Act on satisfaction of certain
conditions on separation if an employee has completed 5 years service or more or on death the rate of 15
days wages for every completed year of service. The Act is applicable to all establishments employing 10
or more employees.

c) Employees P.F. and Miscellaneous Provision Act 1952 (since amended): The Act Provides for monthly
contributions by the employer plus workers @ 10% or 8.33%. The benefits payable under the Act are :

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

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

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

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

e) Contract Labour (Regulation & Abolition) Act 1970: The Act provides for certain welfare measures to
be provided by the Contractor to contract labour and in case the Contractor fails to provide, the same are
required to be provided, by the Principal Employer by Law. The Principal Employer is required to take
Certificate of Registration and the Contractor is required to take license from the designated Officer. The
Act is applicable to the establishments or Contractor of Principal Employer if they employ 20 or more
contract labour.

f) Minimum Wages Act 1948: The Employer is supposed to pay not less than the Minimum Wages fixed by
appropriate Government as per provisions of the Act if the employment is a scheduled employment.
Construction of Buildings, Roads, Runways are scheduled employments.

g) Payment of Wages Act 1936: It lays down as to by what date the wages are to be paid, when it will be
paid and what deductions can be made from the wages of the workers.

h) Equal Remuneration Act 1979: The Act provides for payment of equal wages for work of equal nature to
Male and Female workers and for not making discrimination against Female employees in the matters of
transfers, training and promotions etc.

i) Payment of Bonus Act 1965: The Act is applicable to all establishments employing 20 or more
employees. The Act provides for payments of annual bonus subject to a minimum of 8.33% of wages and
maximum of 20% of wages to employees drawing Rs.3500/-per month or less. The bonus to be paid to
employees getting Rs.2500/- per month or above upto Rs.3500/- per month shall be worked out by taking
wages as Rs.2500/-per month only. The Act does not apply to certain establishments. The newly set-up
establishments are exempted for five years in certain circumstances. Some of the State Governments
have reduced the employment size from 20 to 10 for the purpose of applicability of this Act.

j) Industrial Disputes Act 1947: The Act lays down the machinery and procedure for resolution of Industrial
disputes, in what situations a strike or lock-out becomes illegal and what are the requirements for laying
off or retrenching the employees or closing down the establishment.

k) Industrial Employment (Standing Orders) Act 1946: It is applicable to all establishments employing 100
or more workmen (employment size reduced by some of the States and Central Government to 50). The
Act provides for laying down rules governing the conditions of employment by the Employer on matters
provided in the Act and get the same certified by the designated Authority.
l) Trade Unions Act 1926: The Act lays down the procedure for registration of trade unions of workmen
and employers. The Trade Unions registered under the Act have been given certain immunities from civil
and criminal liabilities.

m) Child Labour (Prohibition & Regulation) Act 1986: The Act prohibits employment of children below 14
years of age in certain occupations and processes and provides for regulation of employment of children
in all other occupations and processes. Employment of Child Labour is prohibited in Building and
Construction Industry.
n) Inter-State Migrant workmen’s (Regulation of Employment & Conditions of Service) Act 1979: The Act
is applicable to an establishment which employs 5 or more inter-state migrant workmen through an
intermediary (who has recruited workmen in one state for employment in the establishment situated in
another state). The Inter-State migrant workmen, in an establishment to which this Act becomes
applicable, are required to be provided certain facilities such as housing, medical aid, travelling expenses
from home upto the establishment and back, etc.

o) The Building and Other Construction workers (Regulation of Employment and Conditions of Service)
Act 1996 and the Cess Act of 1996: All the establishments who carry on any building or other
construction work and employs 10 or more workers are covered under this Act. All such establishments
are required to pay cess at the rate not exceeding 2% of the cost of construction as may be modified by
the Government. The Employer of the establishment is required to provide safety measures at the
Building or construction work and other welfare measures, such as Canteens, First-Aid facilities,
Ambulance, Housing accommodations for workers near the work place etc. The Employer to whom the
Act applies has to obtain a registration certificate from the Registering Officer appointed by the
Government.

p) Factories Act 1948: The Act lays down the procedure for approval at plans
before setting up a factory, health and safety provisions, welfare provisions, working hours, annual
earned leave and rendering information regarding accidents or dangerous occurrences to designated
authorities. It is applicable to premises employing 10 persons or more with aid of power or 20 or more
persons without the aid of power engaged in manufacturing process.
q) Prohibition Act-1993: Employment of manual scavenging and construction of
dry latrine (Prohibition) act 1993: The act prohibits the use of labours in cleaning of manhole chambers
which is in use.

Extract copy of the Karnataka labour Act is attached. Annexure A and A-1

3, Sub-contracting: (GCC Clause 7)

Please add the following as Clause 7:


The contractor shall not be required to obtain any consent from the Employer for:
a) Deleted;
b)the provision of labour; and
c) the purchase of materials which are in accordance with the standards specified in the Contract.
4. Protection of Environment:

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

Add the following as GCC Clause 16.2:


48

The contractor shall take all reasonable steps to protect the environment on and off the Site and to avoid
damage or nuisance to persons or to property of the public or others resulting from pollution, noise or
other causes arising as a consequence of his methods of operation.

During continuance of the contract, the contractor and his sub-contractors shall abide at all times by all
existing enactments on environmental protection and rules made there under, regulations, notifications
and bye-laws of the State or Central Government, or local authorities and any other law, bye-law,
regulations that may be passed or notification that may be issued in this respect in future by the State or
Central Government or the local authority.

Salient features of some of the major laws that are applicable are given below:

The Water (Prevention and Control of Pollution) Act, 1974, this provides for the prevention and control
of water pollution and the maintaining and restoring of wholesomeness of water. 'Pollution' means such
contamination of water or such alteration of the physical, chemical or biological properties of water or
such discharge of any sewage or trade effluent or of any other liquid, gaseous or solid substance into
water (whether directly or indirectly) as may, or is likely to, create a nuisance or render such water
harmful or injurious to public health or safety, or to domestic, commercial, industrial, agricultural or
other legitimate uses, or to the life and health of animals or plants or of aquatic organisms.

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

The Environment (Protection) Act, 1986, this provides for the protection and improvement of
environment and for matters connected therewith, and the prevention of hazards to human beings, other
living creatures, plants and property. 'Environment' includes water, air and land and the inter-relationship
which exists among and between water, air and land, and human beings, other living creatures, plants,
micro-organism and property.

The Public Liability Insurance Act, 1991, this provides for public liability insurance for the purpose of
providing immediate relief to the persons affected by accident occurring while handling hazardous
substances and for matters connected herewith or incidental thereto. Hazardous substance means any
substance or preparation which is defined as hazardous substance under the Environment (Protection) Act
1986, and exceeding such quantity as may be specified by notification by the Central Government.

5. Arbitration (Clause 24) The procedure for arbitration shall be as follows

5.1 The procedure for arbitration shall be as follows:

(a) In case of Dispute or difference arising between the Employer and a contractor relating to any
matter arising out of or connected with this agreement, such disputes or difference shall be settled
in accordance with the Arbitration and Conciliation Act, 1996. The Arbitral Tribunal shall consist
of 3 arbitrators one each to be appointed by the Employer and the Contractor. The third Arbitrator
shall be chosen by the two Arbitrators so appointed by the Parties and shall act as presiding
arbitrator. In case of failure of the two arbitrators appointed by the parties to reach upon a
consensus within a period of 30 days from the appointment of the arbitrator appointed
subsequently, the Presiding Arbitrator shall be appointed by Indian Water works Association or
any one of the Organization decided by the Board, as per list enclosed in Annexure B.

(b) If one of the parties fails to appoint its arbitrator in pursuance of sub-clause (a) above within 30
days after receipt of the notice of the appointment of its arbitrator by the other party, then the
Presiding Arbitrator shall be nominated by Indian Water works Association or any one of the
Organization decided by the Board, as per list enclosed in Annexure B.
A certified copy of the order of the order of the Indian Water Works association making such an
appointment shall be furnished to each of the parties / or one from the list of Arbitrator decided by
the employer.

(c) Arbitration proceedings shall be held at Dharwad, Karnataka, India, and the language of the
arbitration proceedings and that of all documents and communications between the parties shall be
English.

(d) The decision of the majority of arbitrators shall be final and binding upon both parties. The cost
and expenses of Arbitration proceedings will be paid as determined by the arbitral tribunal.
However, the expenses incurred by each party in connection with the preparation, presentation,
etc., of its proceedings as also the fees and expenses paid to the arbitrator appointed by such party
or on its behalf shall be borne by each party itself.

(e) Performance under the contract shall continue during the arbitration proceedings and payments
due to the contractor by the owners shall not be withheld, unless they are the subject matter of the
arbitration proceedings.

(f) A certified copy of the order of the Indian Water Works Association (any one of the
Organizations as per list enclosed in Annexure B) making such an appointment shall be furnished
to each of the parties.

6. Liquidated Damages: (GCC Clause 41)

Sub-clause 41.1:
Please substitute the last sentence with the following:

“Time is the essence of the contract and payment or deduction of liquidated damages shall not relieve the
contractor from his obligation to complete the work as per agreed construction program and milestones
or from any other of the contractor’s obligations and liabilities under the contract.”

Liquidated damages once levied as per Contract Data for delay of achievement of a milestone cannot be
refunded even if the subsequent milestone is achieved in time or the entire work is completed by the
intended completion date, unless the extension of time is granted for that particular milestone.

7. Royalties: (GCC Clause 39)

The Employer shall deduct Royalties on materials used in the works from progress payments to the
Contractor at the rates specified in the “Karnataka Minor Minerals Concession Rules 2003” as published
by the Commerce and Industries Department (Mines) and as amended from time to time till the date of
submission of tenders. It shall be responsibility of the Tenderer to ascertain the applicable rates as on the
date of submission of tenders. However the latest amendment as per record available in this office is
given in Annexure C. Any representation on the discrepancy between the rates as contained in Annexure
C and the latest amendment will not be entertained.

8. Karnataka Building and other Construction Worker’s Welfare Cess: (GCC Clause 39)

The Employer shall deduct Cess from the bills of the Contractor at the rates as may be notified from time
to time under the Building and other Construction Workers Welfare Cess Act 1996. The current rate is
1% of the tender amount.
In addition G.O. No. LD/300/LET/2006, Dtd : 18-01-2007 and addendum G.O. No. LD/95/LET/2013,
Dtd : 01-04-2013 with latest amendments shall be part of the documents.
50

8.1 Goods and Service Taxes (GST) (clause-39 of GCC)


The rates Quoted shall be exclusive of GST. The GST shall be paid to the tendered amount
separately. The increase in GST shall not be paid in the extended period of contract for which the
Contractor alone is responsible for delay as determined by the authority while granting the
extension of time.

9. Quarry materials: (GCC Clause 14)

The Contractor shall be wholly responsible to identify the suitable sources for quarry materials required
for the works, such as earth, sand, stone, murrum etc and to make his own arrangements for collection
and transportation of the materials irrespective of the leads and lifts required. The quarry thus identified
by the Contractor should have proper license from the Government of Karnataka. All materials that is
quarried and transported by the Contractor shall satisfy the requirements set forth in the Specifications
shall be subject to the approval of the Employer. The Contractor is deemed to have taken this into
account while offering his rates and no claim whatsoever shall be entertained for extra costs on this
account.

10. Third Party Inspection and Testing: (GCC Clause 29)

The Employer may engage a Third Party for inspection of materials at manufacturer’s works & site and
also the work site activities. The fee for the third party inspection shall be paid by the Employer. The
items for Third Party Inspection and the stages of Inspection are given in Annexure D. The list is
illustrative and not exhaustive.

11. Procurement of materials and equipment:

The Contractor shall procure and use ISI marked materials and equipment or those conforming to
relevant Bureau of Indian Standards or any applicable standards. The Contractor shall obtain
approval to the drawings and the Quality Assurance Plan (QAP) of the materials to be used in the
project by the competent authority before execution.

12. Bill of Quantities: (GCC Clause 33)

The Bill of Quantities shall be in two Parts A, & B. Part A (Item rate works) will be for those items
which have been designed by KUWS&DB , for which rates have to be quoted by the Tenderer for each
item and the Contractor gets paid for the quantities of each item executed at the rates quoted by him.,
Part-B shall be for the O & M for five years including O&M during one year during Defect Liability
Period. The tenderer shall quote his rates for O & M. The tendered prices shall include all cost of labour,
personal,Consumables.
Note:- The repairs and replacement cost if any during the O&M period of 4 years, after O&M
during one year Defect liability period, i.e Event Oriented, shall be paid at the quotation rates
approved by the Engineer / Employer as and when on occurrence. During the Defect liability
period, cost of repairs and Replacement on account of defects if any shall be borne by the
Contractor.

13. Price Adjustment: (GCC Clause 40)

Price Adjustment for Part-A (Civil works) shall be made application of the appropriate price adjustment
formula as given in the Contract Data.
Price Adjustment for Part-B – Operation and Maintenance, is not applicable.

R = Total value of work done during the quarter It will include the amount of secured advance paid for
(if any) during the quarter, less the amount of the secured advance recovered during the quarter. It will
exclude value for works executed under variations for which price adjustment (if any) will be worked
out separately based on the terms mutually agreed.
14. Special clauses applicable for Operation and Comprehensive Maintenance of the distribution
system:

14.a The water supply system has to be maintained for a period of Five year after the completion of
the works (including one year defect liability period). During the period of Operation and
Comprehensive Maintenance the Contractor shall be responsible for all labour, personnel for
supervision and all materials required for successful operation of the system. The Contractor
would be responsible for any replacement / removal of defects at his own cost during defect
liability period.

14.b On the expiry of the First year of operation and comprehensive maintenance (which overlaps
the defect liability period), the Employer or his representative shall release the security
Deposit for Part A of the Contract work.

14.1 Design, Drawings and Documents:

14.1.1 General Design Obligations:

The Contractor shall carry out, and be responsible for, the design of the Works. Design shall be prepared
by qualified designers who are engineers or other professionals who comply with the criteria (if any)
stated in the Employer’s Requirements. Unless otherwise stated in the Contract, the Contractor shall
submit to the Employer for consent the name and particulars of each proposed designer and design sub-
contractor.
The Contractor warrants that he, his designers and design sub-contractors have the experience and
capability necessary for the design. The Contractor undertakes that the designers shall be available to
attend discussions with the Employer at all reasonable times, until the expiry date of the Defect Liability
Period.

14.1.2 Contractor’s Documents:

The Contractor’s Documents shall comprise the technical documents specified in the Employer’s
Requirements, documents required to satisfy all regulatory approvals, as built drawings and Operation
and maintenance manuals. The documents shall be in English language.
The Contractor shall prepare all Contractors’ Documents and shall also prepare any other documents
necessary ti instruct the Contractor’s personnel. The Employer’s personnel shall have the right to inspect
the preparation of all these documents, whenever they are being prepared.
If the Employer’s Requirements describe the Contractor’s Documents which are to be submitted to the
Employer for review and/or approval, they shall be submitted accordingly. Contractor’s Documents
exclude any documents which are not specified as being required to be submitted for review and/or for
approval.
The Employer shall review the documents and give his comments if any or approve the document failing
which it would be presumed that the Contractor’s Document is approved.
The execution of such part of the Works shall not commence till the approval of the document or expiry
of 21 days of submission. Execution of such part of the Works shall be in accordance with the reviewed
and approved Contractor’s Documents. If the Contractor wishes to modify any design or drawing which
has been submitted for review previously, the Contractor shall give notice to the Employer. Thereafter
the Contractor shall submit revised documents to the Employer in accordance with the above procedure.
If the Employer instructs that further Contractor’s Documents are required, the Contractor shall prepare
then promptly.
If errors, omissions, ambiguities, inconsistencies, inadequacies or other defects are found in the
Contractor’s Documents, they and the Works shall be corrected at the Contractor’s cost not withstanding
any consent or approval given earlier.
52

Any such approval or consent or any review (under this Clause or otherwise) shall not relieve the
Contractor from any obligation or responsibility under this Contract.

14.2 Technical Standards and Regulations:

The design, the Contractor’s Documents, the execution and the completed Works shall comply with
Bureau of Indian Standards, building, construction, and environmental laws applicable to the product
being produced from the Works and other standards specified in the Employer’s Requirements,
applicable to the Works, or defined by the applicable laws.

If changed or new applicable standards come into force in India after the date of commencement of
Works, the Contractor shall give notice to the Employer and (if appropriate) submit proposals for
compliance. In the event that:
(a) The Employer determines that compliance is required;
(b) The proposals for compliance constitute a variation;

then the Employer shall initiate a variation in accordance with Clause Variations and Adjustments.

14.3 Training:

The Contractor shall carry out the training of Employer’s personnel in the operation and maintenance of
Works to the extent specified in the Employer’s Requirements. If the Contract specifies training which is
to be carried out before taking over, the Works shall not be considered to be completed for the purposes
of taking over under Clause [ Taking Over of the Works ] until this training has been completed.

14.4 Care and Supply of Documents:

Each of the Contractor’s Documents shall be in the custody and care of the Contractor, unless and until
taken over by the Employer. Unless otherwise stated in the Contract, the Contractor shall supply to the
Employer six copies of each of the Contractor’s Documents.

The Contractor shall keep, on the Site, a copy of the Contract, publications named in the Employer’s
Requirements, the Contractor’s Documents, and variations and other communications given under the
Contract. The Employer’s Personnel shall have the right of access to all these documents at all reasonable
times.

If a Party becomes aware of an error or defect of a technical nature in a document which was prepared
for use in executing the Works, the Party shall promptly give notice to the other Party of such error or
defect.

If the Contractor suffers delay and/or incurs Cost as a result of an error in the Employer’s Requirements,
and an experienced contractor exercising due care would not have discovered the error when scrutinizing
the Employer’s Requirements, the Contractor shall give notice to the Employer and shall be entitled
subject to GCC Clause 26 to:
(a) An extension of time for any such delay, if completion is or will be delayed;
(b) Payment of any such cost plus reasonable profit which shall be included in the Contract Price

After receiving this notice, the Employer shall proceed in accordance with Clause 26 to agree or
determine (i) whether and (if so) to what extent the error could not reasonably have been so discovered,
and (ii) the matters described in sub-paragraphs (a) and (b) above related to this extent.

14.5 Contractor’s use of Employer’s Documents:


As between the Parties, The Employer shall retain the copyright and other intellectual property rights in
the Specification, the Drawings and other documents made by(or on behalf of) the Employer. The
Contractor may at his cost, copy, use and obtain communication of these documents for the purposes of
the Contract. They shall not, without the Employer’s consent, be copied, used or communicated to a third
party by the Contractor, except as necessary for the purposes of the Contract.

14.6 Transportation of Goods:

The Contractor shall give the Employer not less than 21 days notice of the date on which any Plant or a
major item of other Goods will be delivered to the Site.

The Contractor shall be responsible for packing, loading, transporting, receiving, unloading, storing and
protecting the Goods and other things required for the Works;

The Contractor shall indemnify and hold the Employer harmless against and from all damages, losses
and expenses (including legal fees and expenses) resulting from the transport of Goods and shall
negotiate and pay all claims arising from their transport.

14.7 Contractor’s Equipment:

The Contractor shall be responsible for all Contractors’ Equipment. When brought on to the Site,
Contractors’ equipment shall be deemed exclusively intended for the execution of the Works.

The Contractor shall not remove from the Site any major items of Contractor’s Equipment without the
consent of the Employer. However consent shall not be required for vehicles transporting Goods or
Contractor’s personnel to the Site.

14.8 Electricity and Water:

The Contractor shall be responsible for the provision of all power, water and other services he may
require. The water and electricity charges for Part-C will be borne by the Employer. For the construction
activities water and electricity charges will be borne by the bidder.

14.9 Execution of the Contract:

14.9.1 Manner of Execution:

The Contractor shall carry out the manufacture of Plant, the production and manufacture of materials and
all other execution of the Works:
(a) In the manner (if any) specified in the Contract;
(b) In a proper workmanlike and careful manner, in accordance with recognized good practices; and
(c) With properly equipped facilities and non-hazardous materials, except as otherwise specified in the
Contract;

14.9.2 Contractor’s Superintendence:

Throughout the design and execution of the Works and as long thereafter as is necessary to fulfill the
Contractor’s Obligations, the Contractor shall provide all necessary superintendence to plan arrange,
direct, manage, inspect and test the work. Superintendence shall be given by a sufficient number of
persons having adequate knowledge of the language for communications and of the operations to be
carried out (including the methods and techniques required, the hazards likely to be encountered and
methods of preventing accidents for the satisfactory and safe execution of the Works.

14.10 Contractor’s Operation on Site:


54

The Contractor shall confine his operations to the Site and to any additional areas which may be
obtained by the Contractor and agreed by the Employer as working areas. The Contractor shall take all
necessary precautions to keep Contractor’s equipment and personnel within the Site and these additional
areas and to keep them off adjacent land.
During the execution of the Works, the Contractor shall keep the Site free from all unnecessary
obstruction, and shall store or dispose of any Contractor’s equipment or surplus materials. The
Contractor shall clear away and remove from the Site any wreckage, rubbish and temporary works which
are no longer required.

14.11 Program: (GCC Clause 25)

The Contractor shall submit a detailed time program to the Employer within 28 days after receiving the
notice to commence the Works. The Contractor shall also submit a revised program whenever the
previous program is inconsistent with actual progress or with the Contractor’s obligation. Each program
shall include:
(a) The order in which the Contractor intends to carry out the Works, including the anticipated timing of
each stage of design, Contractor’s Documents, procurement, manufacture, inspection, delivery to
Site, construction, erection, testing, commissioning and trial operations;
(b) The periods of reviews and for any other submissions, approvals and consents specified in the
Employer’s Requirements;
(c) The sequence and timing of inspections and tests specified in the Contract;
(i) A supporting report which includes:
(ii) A general description of the methods which the Contractor intends to adopt and of the
major stages in the execution of the works; and’
(iii) Details showing the Contractor’s reasonable estimate of the number of each class of
Contractor’s personnel and of each type of Contractor’s equipment required on the Site for
each major stage

If at any time, the Employer gives notice to the Contractor that a program fails (to the extent stated) to
comply with the Contract or to be inconsistent with the actual progress and the Contractor’s stated
intentions, the Contractor shall submit a revised program to the Employer.

14.12 Progress Reports:

Monthly progress reports shall be prepared by the Contractor and submitted to the Employer in six
copies. The first report shall cover the period up to the end of the first calendar month following the
Commencement Date. Reports shall be submitted thereafter each within 7 days after the last day of the
period to which it relates.
Reporting shall continue until the Contractor has completed all work which is known to be outstanding
at the completion date stated in the Taking Over Certificate for the Works.
Each Report should include:

(a) Charts and detailed descriptions of progress, including each stage of design, Contractor’s
Documents, procurement, manufacture, delivery to Site, construction, erection, testing,
commissioning and trail operation;
(b) Photographs showing the status of manufacture and of progress at the Site;
(c) For the manufacture of main items of Plant and Materials, the name of the manufacturer,
manufacture location, percentage progress, and the actual and expected dates of:
(i) Commencement of manufacture;
(ii) Contractor’s inspections;
(iii) Tests; and
(iv) Shipment and arrival at the Site;
(d) Details of Contractor’s personnel and equipment;
(e) Copies of quality assurance documents;
(f) List of variations, including details of any hazardous incidents and activities relating to
environmental aspects and public relations; and
(g) Comparisons of actual and planned progress, with details of any events or circumstances which may
jeopardize the completion in accordance with the Contract, and the measures being (or to be)
adopted to overcome delays;

14.13 Inspection: (GCC Clause 29)

The Employer’s personnel shall at all times:


(a) Have full access to all parts of the Site and to all places from which natural materials are being
obtained; and
(b) During production, manufacture and construction (at the Site and elsewhere) be entitled to examine,
inspect measure and test the materials and workmanship and to check the progress of manufacture of
Plant and production and manufacture of materials.

The Contractor shall give the Employer’s personnel full opportunity to carry out these activities,
including providing access, facilities, permissions and safety equipment. No such activity shall relieve
the Contractor from any obligation or responsibility.

The Contractor shall give notice to the Employer whenever any work is ready and before it is covered up,
put out of sight, or packaged for storage or transport. The Employer shall then either carry out the
examination, inspection, measurement or testing without unreasonable delay, or promptly give notice to
the Contractor the Employer does not required to do so. If the Contractor fails to give the notice, he shall,
if and when required by the Employer, uncover the work and thereafter reinstate and make good, all at
the Contractor’s cost.

14.14Testing: (GCC Clause 30)

This Clause shall apply to all tests specified in the Contract, other than the Tests after Completion (if
any).

The Contractor shall provide all apparatus, assistance, documents, and other information, electricity,
equipment, fuel, consumables, instruments, labour, materials and suitably qualified and experienced staff,
as are necessary to carry out the specified tests efficiently. The Contractor shall agree with the Employer
the time and place for the specified testing of any Plant, materials and other parts of the Works.

14.15Rejection:

If as a result of an examination, inspection, measurement or testing any plant, materials, design or


workmanship is found to be defective or otherwise not in accordance with the Contract, the Employer
may reject the Plant, Materials, design or workmanship by giving notice to the Contractor with reasons.
The Contractor shall then promptly make good the defect and ensure that the rejected item complies with
the Contract.

14.16Variations and Adjustments: (GCC Clause 34)

14.16.1 Right to Vary:


Variations may be initiated by the Employer at any time prior to issuing the taking over certificate for the
Works, either by an instruction or by a request for the Contractor to submit a proposal. A variation shall
not comprise the omission of any work which is to be carried out by others.

The Contractor shall execute and be bound by each variation, unless the Contractor promptly gives
notice to the Employer stating (with supporting particulars) that (i) the Contractor cannot readily obtain
the Goods for the variations, (ii) it will reduce the safety or stability of the Works, or (iii) it will have an
56

adverse impact on the achievement of the Schedule of Guarantees. Upon receiving this notice, the
Employer shall cancel, confirm or vary the instruction.

14.16.2 Value Engineering:

The Contractor may at any time submit to the Employer a written proposal which in the Contractor’s
opinion will, if adopted, (i) accelerate completion, (ii) reduce the cost to the Employer of executing,
maintaining or operating the Works, (iii) improve the efficiency or value to the Employer of the
completed Works, or (iv) otherwise be of benefit to the Employer. The proposal shall be prepared at the
cost of the Contractor and shall include the items as specified in the variation procedure.

14.16.3 Variation Procedure:

If the Employer requests a proposal prior to instructing a variation, the Contractor shall respond in
writing as soon as practicable either by giving reasons, why he cannot comply (if this is the case) by
submitting:
 A description of the proposed design and/or work to be performed and a program for its
execution;
 The Contractor’s proposal for any necessary modifications to the program;
 The Contractor’s proposal for adjustment of the Contract Price;

The Employer shall as soon as practicable after receiving such proposal respond with approval,
disapproval or comments. The Contractor shall not delay any work whilst awaiting a response.

Each instruction to execute a Variation, with any requirements for the recording of the Costs, shall be
issued by the Employer to the Contractor, who shall acknowledge receipt.

Upon instructing or approving a Variation, the Employer shall make every effort to agree or determine
adjustments to the Contract Price and the Schedule of Payments. These adjustments shall include
reasonable profit, and shall take into account of the Contractor’s submission.

14.17Tests on Completion: (GCC Clause 45)

The Contractor shall carry out the tests on Completion in accordance with this Clause after providing the
documents (as built drawings as well as Operation and Maintenance Manuals.

The Contractor shall give to the Employer not less than 21 days notice of the date after which the
Contractor will be ready to carry out each of the Tests on Completion. Unless otherwise agreed, Tests on
Completion shall be carried out within 14 days after this date, on such day or days as the Employer may
instruct.

The Tests on Completion shall be carried out in the following sequence:

(a) Pre-commissioning tests, which shall include the appropriate inspections and functional tests to
demonstrate that each item of Plant can safely undertake the next stage;
(b) Commissioning tests, which shall include the specified operational tests to demonstrate that the
Works or Section can be operated safely and as specified under all available operating conditions;
and
(c) Trial operation, which shall demonstrate that the Works perform reliably and in accordance with the
Contract.

During trial operation, when the Works are operating under stable conditions, the Contractor shall give
notice to the Employer that the Works are ready for any other Tests on Completion, including
performance tests to demonstrate whether the Works conform with criteria specified in the Employer’s
Requirements and with the Schedules of Guarantees.
Trial operation shall not constitute a taking over under Clause. Unless otherwise stated elsewhere any
product produced by the Works during trial operation shall be the property of the Employer.

In considering the results of the tests on Completion, the Employer shall make allowances for the effect
of any use of the Works by the Employer on the performance or other characteristics of the Works. As
soon as the Works have passed each of the Tests on Completion, the Contractor shall submit a certified
report of the results of these Tests to the Employer.

14.18Delayed Tests:

If the Tests on Completion are being unduly delayed by the Employer it shall be a compensation event.

If the Tests on Completion are being unduly delayed by the Contractor, The Employer may by notice
require the Contractor to carry out the Tests within 21 days after receiving the notice. The Contractor
shall carry out the Tests on such day or days within that period as the Contractor may fix and of which he
shall give notice to the Employer.

If the Contractor fails to fails to carry out the Tests on Completion within the period of 21 days, the
Employer’s personnel may proceed with the Tests at the risk and cost of the Contractor. The Tests on
Completion shall then be deemed to have been carried out in the presence of the Contractor and the
results of the Tests shall be accepted as accurate.

14.19Re-testing

If the Works, or a component of the Work, fail to pass the tests on completion, Rejection Clause shall
apply, and the Employer or the Contractor may require such failed tests, and the Tests on Completion to
be repeated under the same terms and conditions.

14.20Failure to Pass Tests on Completion

If the Works or a component of the Work fails to pass the tests on completion repeated under Sub-Clause
14.3, the engineer shall be entitled to:

a) Require the contractor to make good the defects or ensure that the materials or plant comply with
the contract and order further repetition of tests on completion under Sub-Clause 14.3; or

b) If the failure deprives the Employer of substantially the whole benefit of the Works or component,
reject the Works or component of the Works (as the case may be), in which event the employer
shall have the same remedies against the contractor as are provided under Clause 19; or

In the event that the performance of any item of plant or equipment tests out to be marginally less
than stipulated under the contract, then the Employer, at his sole discretion, may authorize to issue
Taking Over Certificate for said component as an alternative to the other remedies under this Sub-
Clause. In such case, the Employer shall determine an appropriate reduction in the contract price
with due regard to the circumstances, the actual performance of the item of plant or equipment
compared to the specified performance, and the impact of the reduction in performance on the
overall performance of the facility as a whole. Such reduction in the contract price shall be binding
on the Contractor, and the Contractor shall then proceed in accordance with his other obligations
under the contract.

15. Taking Over the Works and Components of the Works: (GCC Clause 46)

The Employer shall take over the Works when the O&M period has been completed by the Contractor.
The Contractor may apply by notice to the Employer for a taking Over Certificate not earlier than 14
days before the expiry of the contracted O&M period
58

The Employer shall within 21 days after receiving the Contractor’s application:
(a) Issue the Taking Over certificate to the Contractor,
(b) Reject the application, giving reasons and specifying the work required to be done by the Contractor
to enable the Taking Over Certificate to be issued. The Contractor shall then complete this work
before issuing further notice under this Clause.

If the Employer fails either to issue the taking Over Certificate or to reject the Contractor’s application
within the period of 21 days, and the Works or its components (as the case may be) are substantially in
accordance with the Contract, the Taking Over Certificate shall be deemed to have been issued on the last
day of that period.

Upon the issue of a Taking Over Certificate, the Contractor shall clear away and remove, from that part
of the Site and Works to which the Taking Over Certificate refers, all Contractor’s equipment, surplus
material. wreckage, rubbish and temporary works. The Contractor shall leave that part of the Site and the
Works in a clean and safe condition. However, the Contractor may retain on Site, during the Defect
Liability Period, such goods and equipment as are required for the Contractor to fulfill obligations under
the Contract.

16. Performance Certificate:

Performance of the Contractor’s obligations shall not be considered to have been completed until the
Employer has issued the Performance certificate to the Contractor stating the date on which the
Contractor completed the obligations under the Contract.

The Employer shall issue the Performance Certificate within 28 days after the latest of the expiry dates of
the Defect Liability Period or as soon thereafter as the Contractor has supplied all the Contractor
Documents and completed and tested all the Works, including remedying any defects. Only the
Performance Certificate shall be deemed to constitute the acceptance of the Works.

17. Clearance of Site:

Upon receiving the Performance Certificate, the Contractor shall remove any remaining Contractor’s
equipment, surplus material, wreckage, rubbish and temporary works from the Site. If these items have
not been removed within 28 days of issue of the Performance, The Employer may get the site cleared at
the cost of the Contractor and deduct the expenditure from the amounts due to the Contractor.

18. Operation and Maintenance Manual: (GCC Clause 48)

Before commencement of the trial run of the plant, the Contractor shall submit 6 (six) copies of the
operation and maintenance manual in English and Kannada languages containing descriptions,
illustrations, sketches, drawings, sectional drawings, sectional arrangement view and manufacturer’s part
numbers (as may be instructed by the Employer) to enable the connections, functions, operation and
maintenance of all components of the complete plant to be easily followed and for all parts to be easily
identified to facilitate ordering of the replacement parts. Exploded views where appropriate shall be used
to clarify.

The Manuals shall also include the following:

 Technical data of each equipment and their performance;


-Instructions for servicing and overhauling;
-Particulars of lubricating oils and grease to be used, also alternative indigenous commercial
lubricating oils suitable for use;
 Performance curves for all units regarding efficiency loading and output;
 Performance curves for the motors;
 List of tools mounted on wall panels;
 List of spares provided in the spares box;
 Spare parts list (Fast moving and slow moving separately) with manufacturer’s part numbers;
 List of photographs of the plant and machinery as fabricated by the manufacturers;
 DOs and DONTs;
 Safety precautions to be taken etc,
60

Annexure A
Extracts of Contract Labour (Regulation and Abolition) Act 1970

ANNEXURE - A

(a) The Contractor shall, at all times during the continuance of the Contract, comply fully with all existing
Acts, regulations and byelaws including all statutory amendments and re-enactment of State or Central
Government and other local authorities and any other enactments, notifications and acts that may be
passed in future either by the State or the Central Government or local authority, including Indian
Workmen's Compensation Act, Contract Labour (Regulation and Abolition) Act 1970 and Equal
Remuneration Act 1976, Factories Act, Minimum Wages Act, Provident Fund Regulations, Employees
Provident Fund Act, schemes made under the same Act and also Labour Regulations mentioned in
Annexure A to Section IV, Health and Sanitary Arrangement for Workmen, Insurance and other
benefits and shall keep Employer indemnified in case any action is commenced by competent
authorities for contravention by the Contractor. If the Employer is caused to pay or reimburse, such
amounts as may be necessary to cause or observe, or for non-observance of the provisions stipulated
henceforth on the part of the Contractor, the Engineer shall have the right to deduct from any moneys
due to the Contractor, his amount of performance security or recover from the Contractor personally
any sum required or estimated to be required for making good the loss or damage suffered by the
Employer, responsibility in connection with the employees of the Contractor, who shall, in no case, be
treated as the employees of the Employer at any point of time.

Fair Wages

(b) The Contractor shall pay the labourers engaged by him on the work not less than fair wage which
expression shall mean, whether for time or piecework, the respective rates of wages fixed by the Public
Works Department as fair wages for the area payable to the different categories of labourers or those
notified under the Minimum Wages Act for corresponding employees of the Employer, whichever may
be higher.

(c) The Contractor shall, notwithstanding the provisions of a contract to the contrary, cause to be paid a
fair wage to labourers indirectly engaged on the Works, including any labour engaged by
sub/contractors in connection with the sand works as if the labourer had been directly employed by
him.

NOTICES

(d) The Contractor shall, before he commences the work, display, and correctly maintain, in a clean and
legible condition at a conspicuous place on the Site, notices in English and in a language spoken by the
majority of the workers, stating therein the rate of wages which have been fixed as fair wages and the
hours of work for which such wages are earned and send a copy of such notices to the Engineer.

Wages Records

(e) The contractor shall maintain records of wages and other remuneration paid to his employees in such
form as may be convenient and as per the requirements of the Employer/Engineer and the Conciliation
Officer (Central), Ministry of Labour, Government of India, or such other authorized person appointed
by the Central or State Government and the same shall include the following particulars of each
worker:

(i) Name, worker's number and grade;


(ii) Rate of daily or monthly wage;
(iii) Nature of work on which employed;
(iv)Total number of days worked during each wage period;
(v) Total, amount payable for the work during each wage period;
(vi) All deduction made from the wage with details in each case of the ground for which
the deduction is made;
(vii) Wage actually paid for each wage period.

(f) The Contractor shall provide a Wage Slip for each worker employed on the Works.
(g) The Wage records and Wage Slips shall be preserved for a least 12 months after last entry;

Inspection of Wage Records


(h) The Contractor shall allow inspection of the aforesaid Wage Records and Wage Slips to the Engineer
and to any of his workers or to his agent at a convenient time and place after due notice is received or
to the Employer or any other person authorized by him on his behalf.

(i) The Employer, the Engineer or any other person authorized by them on their behalf shall have power to
make enquiries with a view to ascertaining and enforcing due and proper observance of the Fair Wages
Clause. He shall also have the Power to investigate into any complaint regarding any default made by
the Contractor or sub-contractor in regard to such provision.

(j) The Employer shall have the right to deduct from the money's due to the Contractor any sum required
or estimated to be required for making good the loss suffered by a worker or workers by reason of non-
payment of the aforesaid fair wage, except on account of any deductions that may be permissible under
any law for the time being in force.

(k) (i) A workman shall be entitled to be represented in any investigation or enquiry under this Clause by:
(a) An officer of a registered Trade Union of which he is a member.
(b) An officer of a federation of Trade Unions to which the Trade Union referred to in previous
sub-clause is affiliated.
(c) Where the worker is not a member of any registered Trade Union, by an officer of a registered
Trade Union connected with or by any other workmen employed in the industry in which the
worker is employed.
(ii) The Contractor or sub-contractor shall be entitled to be represented in any investigation or inquiry
under this Clause by an office of an Association of Employers of which he is member.
(iii)No party shall be represented by a legal practitioner in any investigation or inquiry under this
Clause, unless all parties agree otherwise.

Safety Provisions

1) The Contractor shall comply with all the precautions as required for the safety of the workmen by the
I.L.O. Convention No. 62 as far as they are applicable to the contract.

The Contractor shall provide all necessary safety appliances, gears like goggles, helmets, masks, etc., to the
workmen and the staff.

(i) Suitable scaffolds shall be provided for workmen for all work that cannot safely be done from the
ground, or from solid construction except for such short period work as can be done safely from
ladders, When a ladder is used, an extra labour shall be engaged for holding the ladder and if the
ladder is used for carrying materials as well, suitable foot-holds and hand-holds shall be provided on
the ladder, which shall be given an inclination not steeper than 1/4 to (1/4) horizontal in 1 vertical).

(ii) Scaffolding or staging more than 3.25 meters above he ground or floor, swing or suspended from an
overhead support or erected with stationary support shall have guard rail properly attached bolted,
braced and otherwise secured 1 meters high above the floor or platform of such scaffolding or staging
and extending along the entire length may be necessary for the delivery of materials. Such scaffolding
or staging shall be so fastened as to prevent it from swaying from the support for structure.

(iii) Working platform, gangways, and stairways shall be so constructed that they do not sag unduly or
unequally and if a height of a platform or gangway or stairway is more 3.25 meters above ground level
or floor level, it shall have closely spaced boards, have adequate width and be suitably provided with
guard rails as described in (ii) above.
62

(iv) Every opening in floor of a structure or in a working platform shall be provided with suitable means to
prevent fall of persons or materials by providing suitable fencing or railing with a minimum height of
one meter.

(v) Safe means of access shall be provided to all working platforms and other working places. Every
ladder shall be securely fixed. No portable single ladder shall be over 9 meters in length. Width
between side rails in a rung ladder shall in no case be less than 30 cm for ladders upto and including 3
meters in length. For longer ladders the width shall be increased at least 6mm for each additional 30cm
of length. Spacing of steps shall be uniform and shall not exceed 30cm.

Adequate precautions shall be taken to prevent danger from electrical equipment. No materials on any
of the sites shall be so stacked or placed as to cause danger or inconvenience to any person or the
public. The Contractor shall provide all necessary fencing and lights to protect public from accidents
and shall be bound to bear expenses of defending every suit, action or other proceedings at law that
may be brought by any person for injury sustained owing to neglect of the above precautions and to
pay any damages and cost which may be awarded in any such suit, action or proceeding to any such
person or which may with the consent of the Contractor be paid to compromise any claim by any such
person.

(vi) Excavation and Trenching: All trenches, 1.5 meters or more in depth shall at all times be supplied with
at least one ladder for each 20 meters in length or fraction thereof. Ladder shall be extended from
bottom of trench to at least 1 meter above surface of the ground. Sides of trench which is 1.5 meters or
more in depth shall be stepped back to give suitable slope or securely held by timber bracing, so as to
avoid the danger of collapsing of sides. Excavated material shall not be placed within 1.5 meters of
edge of trench or half the depth of trench, whichever is more. Cutting shall be done from top to bottom.
Under no circumstances, undermining or undercutting shall be done.

(vii) Demolition: Before any demolition work is commenced and also during the process of the work:

A. All roads and open areas adjacent to the work site shall either be closed or suitably protected.

B. No electric cable or apparatus which is liable to be a source of danger over a cable or apparatus used
by operator shall remain electrically charged.

C. All practical steps shall be taken to prevent danger to persons employed by the Employer, from risk of
fire or explosion, or flooding. No floor, roof or other part of a building shall be so overloaded with
debris or materials as to render it unsafe.

(i) All necessary personal safety equipment as considered adequate by the Engineer shall be available for
use of persons employed on the Site and maintained in a condition suitable for immediate use and the
Contractor shall take adequate steps to ensure proper use of the equipment by those concerned.

A. Workers employed on mixing asphaltic materials, cement, lime mortars/concrete shall be provided
with protective footwear and protective goggles.

B. Those engaged in handling any material which is injurious to eyes shall be provided with protective
goggles.

C. Those engaged in welding works shall be provided with welder's protective eye-shield.

D. Stone breakers shall be provided with protective goggles and protective clothing and seated at
sufficiently safe intervals.

E. When works are taken up in sewers and manholes, which is in use, the Contractor shall ensure that
manhole covers are open and manholes are ventilated at least for an hour before works to be taken.
Manholes so open shall be cordoned off with suitable railing and provide warning signals or boards to
prevent accident to public.
The Contractor shall not employ men below the age of 18 years and women on the work of painting
with products containing lead in any form. Whenever men above the age of 18 years are employed on
the work of lead painting, the following precautions shall be taken.

No paint containing lead or lead products shall be used except in the form of paste or ready made paint.

Suitable face masks shall be supplied for use by workers when paint is applied in the form of spray or a
surface having lead paint dry rubbed and scrapped.

Overalls shall be supplied by the Contractor to workmen and adequate facilities shall be provided to
enable workers to wash during and on close of day's work.

(ii) When work is done near any place where there is risk of drowning all necessary equipment shall be
provided and kept ready for use and all necessary steps taken for prompt rescue of any person in
danger and adequate provision made for prompt first aid treatment of all injuries likely to be sustained
during the course of the work.

(iii) Use of hoisting machines and tackle including their attachments, anchorage and supports shall conform
to the following:

(A) (i) These shall be of good mechanical construction, sound material and adequate strength and free from
patent defects and shall be kept in good adequate strength and free from patent defects and shall be
kept in good working order and properly maintained.

(ii) Every rope used in hoisting or lowering materials or as a means of suspension shall be of durable
quality and adequate strength, and free from defects.

(B) Every crane driver or hoisting appliance operator shall be properly qualified and no person under the
age of 21 shall be in charge of any hoisting machine including scaffold or of signals to operator.

(C) In case of every hoisting machine and of every chain hook, shackle swivel and pulley block used in
hoisting, lowering or as means of suspension, safe working load shall be ascertained by adequate
means. Every hoisting machine and all gear referred to above shall be plainly marked with safe
working load. In case of a hoisting machine or a variable safe working load each safe working load and
conditions under which it is applicable shall be clearly indicated. No part of any machine or any gear
referred to above in the paragraph shall be loaded beyond safe working load except for the purpose of
testing.

(D) In case of the Employer's machine, safe working load shall be notified by the Engineer or his
representative. As regards Contractor's machines, the Contractor shall notify safe working load of each
machine to Engineer or his representative whenever he brings it to site of work and get it verified by
him.

(iv) Motors, gearing, transmission, electric wiring and other dangerous parts of hoisting appliance shall be
provided with efficient safeguards hoisting appliances shall be provided with such means as will
reduce the risk of accident during descent of load to the minimum. Adequate precautions shall be taken
to reduce to the minimum risk of any part of a suspended load becoming accidentally displaced. When
workers are employed on electrical installations which are already energised, insulating mats, working
apparel such as gloves, sleeves and boots, as may be necessary, shall be provided, workers shall not
wear any rings, watches and carry keys or other material which are good conductors of electricity.

(v) All scaffolds, ladders and other safety devices mentioned or described herein shall be maintained in
safe condition and no scaffold, ladder or equipment shall be altered or removed while it is in use.
Adequate washing facilities shall be provided at or near places of work.
64

(vi) These safety provisions shall be brought to the notice of all concerned by display on a notice board at a
prominent place at the work spot. Persons responsible for ensuring compliance with the safety code
shall be named therein by the Contractor.

(vii) To ensure effective enforcement of the rules and regulations relating to safety precautions,
arrangements made by the Contractor shall be open to inspection by the Engineer or his representative
and the Inspecting Officer as defined in the Contractor's Labour Regulation mentioned in thereafter
these Documents as Annexure A of Section IV.

(viii) Notwithstanding anything contained in conditions (i) to (xiv) above, the Contractor shall remain liable
to comply with the provisions of all Acts, rules, regulations and byelaws for the time being in force in
India and applicable in this matter.

(m) The Contractor shall be responsible for observance, by his sub/contractors, of the forgoing provisions.

(n) For work carried out in the vicinity of any wharf or quay, the Contractor shall abide by all the
provisions of the Dock Workers (Safety, Health and Welfare) Scheme, 1961.

Footwear
(o) The contractor shall at his own expense provide footwear for all labour engaged on concrete mixing
work and other types of work involving the use of tar, cement, etc., to the satisfaction of the Engineer
or his Representative, and on his failure to do so, the Employer shall be entitled to provide the same
and recover the cost from the Contractor.
Local Labour
(p) The Contractor is encouraged as far as possible to employ, in the execution of the Contract, qualified
Indian citizens as workmen. Employment of expatriate personnel is subject to the Indian Laws and
Regulations. In case the contractor wishes to employ expatriate personnel in any particular trade or
skill required to execute the contract, the Employer will assist the Contractor in obtaining permission
for which the Contractor shall submit requisite data.
Model Rules for Labour Welfare

(i) Definitions:

(A) Workplace means a place at which, on an average, twenty or more workers are employed.
(B) Large workplace means a site at which, on an average, 250 or more workers are employed.
(ii) First Aid:

At every workplace, there shall be maintained in a readily accessible place first aid appliances
including an adequate supply of sterilized dressings and sterilized cotton wool as prescribed in the Factory
Rules of the State in which the work is carried on. The appliances shall be kept in good order and, in large work
places, they shall be placed under the charge of a responsible person who shall be readily available during
working hours.
At large workplaces, where hospital facilities are not available within easy distance of the Works, First
Aid Posts shall be established and be run by a trained compounder.
Where large workplaces are remotely situated and far away from regular hospitals, an indoor ward
shall be provided with one bed for every 250 employees.
Where large workplace are situated in cities, towns or in their suburbs and no beds are considered
necessary owing to proximity of city or town hospitals, suitable transport shall be provided to facilitate removal
of urgent cases to these hospitals. At other workplaces, some conveyance facilities shall be kept readily
available to take injured person on persons suddenly taken seriously ill, to the nearest hospital.
At large workplaces, there shall be provided and maintained an ambulance room containing the
prescribed equipment and in the charge of such medical and nursing staff as may be prescribed. For this
purpose, the relevant provisions of the Factory Rules of the State government of the area where the work is
carried on, may be taken as the prescribed standard.
(iii) Accommodation for Labour:
The Contractor shall during the progress of the Work provide, erect and maintain necessary temporary
living accommodation and ancillary for labour at his own expenses to the standards and scales as approved by
the Engineer.
(iv) Drinking Water:
In every workplace, there shall be provided and maintained at suitable places, easily accessible to
labour, a sufficient supply of cold water fit for drinking.
Where drinking water is obtained from an intermittent public water supply, each workplace shall be
provided with storage of cold water fit for drinking.
Ever water supply storage shall be at a distance of not less than 15 meters from any latrine, drain or
other source of pollution. Where water has to be drawn from an existing well, which is within such proximity of
latrine, drain or any other source of pollution, well shall be properly chlorinated before water is drawn from it
for drinking. All such wells shall be entirely closed in and be provided with a trap door which shall be dust-
proof and water-proof.
A reliable pump shall be fitted to each covered well. The trap door shall be kept locked and opened
only for cleaning or inspection which shall be done at least once a month.
(v) Washing and Bathing Places :
Adequate washing and bathing places shall be provided separately for men and women. Such places
shall be kept in clean and drained condition.
(vi) Scale of Accommodation in Latrines and Urinals:
There shall be provided within the precincts of every workplace, latrines and urinals in an accessible
place, and the accommodation, separately for each of these, shall not be less than at the following scale:

No. of Seats
(a) Where number of persons does not exceed 50 2
(b) Where number persons exceed 50 but does not exceed 100 3
(c) For additional persons per 100 or part thereof 3

In particular cases, the Engineer shall have the power to increase the requirement, wherever necessary.

(vii) Latrines and Urinals:

Except in workplaces provided with water/flushed latrines connected with a water borne sewage
system, all latrines shall be provided with receptacles on dry-earth system which shall be cleaned at least four
times daily and at least twice during working hours and kept in a strictly sanitary condition. Receptacles shall be
tarred inside and outside at least once a year.

If women are employed, separate latrine and urinals, screened from those for men and marked in the
vernacular in conspicuous letters. "For Women Only" shall be provided on the scale laid down in rule (vi).
Those for men shall be similarly marked "For Men Only". A poster showing the figures of a man and a woman
shall also be exhibited at the entrance to latrines for each sex. There shall be adequate supply of water, close to
latrines and urinals.

(viii) Construction of Latrines:

Inside walls shall be constructed of masonry or other non-absorbent material and shall be cement
washed inside and outside at least once a year. The dates of cement washing shall be noted in a register
maintained for the purpose and kept available for inspection. Latrines shall have at least thatched roof.
66

(ix) Disposal of Excreta:

Unless otherwise arranged for by the local sanitary authority, arrangement for proper disposal of
excreta by incineration at the workplace shall be made by means of suitable incinerator approved by the local
medical, health and municipal or cantonment authorities. Alternatively, excreta may be disposed off by putting a
layer or night soils at the bottom of a pucca tank prepared for that purpose and covering it with a 15 cm layer of
waste or refuse and then covering it with a layer of earth for a fortnight (when it will turn into manure).

The Contractor shall, at his own expense, carry out all instructions issued to him by the Engineer to
effect proper disposal of soil and other conservancy work in respect of Contractor's work-purpose or employees
on the site. The Contractor shall be responsible for payment of any charges which may be levied by municipal
or cantonment authority for execution of such work on his behalf.

(x) Provisions of shelters during rest:

At every workplace, there shall be provided, free of cost, four suitable sheds, two for meals and two
others for rest, separately for use of men and women labour. Height of each shelter shall not be less than 3
meters from floor-level to lowest part of roof. Sheds shall be kept clean and the space provided shall be on the
basis of at least 0.5 sqm per head.

(xi) Creches:

At a place at which 20 or more women are ordinarily employed, there shall be provided at least one hut
for use of children under the age of 6 years belonging to such women. Huts shall not be constructed to a
standard lower than that of thatched roof, mud floor and wall with wooden planks spread over mud floor and
covered with matting.

Huts shall be provided with suitable and sufficient openings, for light and ventilation. There shall be
adequate provision of sweepers to keep the places clean. There shall be two maid-servants in attendance.
Sanitary utensils shall be provided to the satisfaction of local medical, health and municipal or cantonment
authorities. Use of huts shall be restricted to children, their attendants and mothers of children.

Where the number of women workers is more than 25 but less than 50, the Contractor shall provide at
least one hut and one maid-servant to look after children of women workers.

Size of creche(s) shall vary according to the number of women workers employed.

Creche(s) shall be properly maintained and necessary equipment like toys, etc., provided.

(xii) Canteen:

A cooked food canteen on a moderate scale shall be provided for the benefit of workers wherever it is
considered necessary.

(xiii) Planning, setting and erection of the above mentioned structures shall be approved by the Engineer or his
representative and the whole of such temporary accommodation shall at all times during the progress of the
work be kept tidy and in a clean and sanitary condition to the satisfaction of the Engineer or his representative
and at the Contractor's expense. The Contractor shall conform generally to sanitary requirements of local
medical, health and municipal or cantonment authorities and at all times adopt such precautions as may be
necessary to prevent soil pollution of the site. On completion of the Works, the whole of such temporary
structures shall be cleared away, all rubbish burnt, excreta or other disposal pits or trenches filled in and
effectively sealed off and the whole of site left clean and tidy at the contractor's expense to the entire
satisfaction of the Engineer.

(xiv) Anti-malarial precautions:


The Contractor shall, at his own expense, conform to all anti-malarial instructions given to him by the
Engineer, including filling up any borrow pits which may have been dug by him.

(xv) Enforcement:

Inspecting Officer mentioned in the Contractor's Labour Regulations or any other Officer nominated
on his behalf by the Engineer shall report to the Engineer all cases of failure on the part of the Contractor and/or
his sub-contractor to comply with the provisions of these Rules either wholly or in part and the Engineer shall
impose such fines and other penalties as are prescribed in the conditions of contract.

(xvi) Interpretations, etc.:

On any question as to the application, interpretation or effect of these Rules, the decision of the Chief
Labour Commissioner or Deputy Chief Labour Commissioner (Central) shall be final and binding.

(xvii) Amendments:

The Employer may, from time to time, add to, or amend these Rules and issue such directions as it may
be considered necessary for the proper implementation of these Rules or for the purpose of removing any
difficulty which may arise in the administration thereof.
68

Extracts of Contract Labour (Regulation and Abolition) Act 1970

ANNEXURE - A - 1

CONTRACTOR’S LABOUR REGULATIONS

Regulation 1 - Definition

In these regulations, unless otherwise expressed or indicated, the following words and expression shall have the
meaning hereby assigned to them :

a) “Labour” means workers employed by a contractor directly, or indirectly, through a sub-contractor, or by an


agent on his behalf on a payment not exceeding Rs. 1.600/- per month.

b) “Wages” means wages, which shall include wages for weekly day of rest and other allowance, whether for
time or piece work, after taking into consideration prevailing market rates for similar employments in the
neighborhood but shall not be less than the minimum rates of wages fixed under the Payment of minimum
Wages Act.

c) “Contractor” for the purpose of these regulations shall include an agent or sub-contractor employing labour
on the work taken on contract.

d) “Inspecting Officer” means any Labour Enforcement Officer, or Assistant Labour Commissioner of the
chief labour Commissioner’s Organisation.

e) “Form” means a form appended to these Regulations.

Regulation 2 - Notice of Commencement

The Contractor shall within SEVEN days of commencement of the Work, furnish in writing to the Inspecting
Officer of the area concerned the following information:

a) Name and situation of the work


b) Contractor’s name and address
c) Particular of the Department for which the work is undertaken
d) Name and address of sub-contractors as and when they are appointed
e) Commencement and probable duration of the work
f) Number of workers employed and likely to be employed
g) Fair wages for different categories of workers
Regulations 3 - Hours of Work and Weekly Day of Rest

I. Number of hours of work which shall constitute normal working day: The number of hours which shall
constitute a normal working day for an adult shall be NINE hours. The working day of an adult worker
shall be so arranged that, inclusive of intervals, if any, for rest, it shall not spread over more than Twelve
hours on a day. When an adult worker is made to work for more than nine hours on any day or for more
than FORTY EIGHT hours in a week, he shall in respect of overtime work, be paid wages at double the
ordinary rate of wages.

II. Weekly day of Rest: Every worker shall be given a weekly day of rest which shall be fixed and notified at
least TEN days in advance. A worker shall not be required or allowed to work on the weekly rest day unless
he has or will have a substituted rest day, one of the five days immediately before or after the rest day.
Provided no substitution shall be made which will result in the worker working for more than ten days
consecutively without a rest day for a whole day.
Where in accordance with the foregoing provisions, a worker works on the rest day and has been given
a substituted rest day, he shall be paid wages for the work done on the weekly rest day at the overtime rate of
wages.

NOTE : The expression “ordinary rate of wages” means the fair wage the worker is entitled to.

Regulations 4 - Display of Notice Regarding wages, Weekly day of Rest, etc.,

The Contractor shall before he commences his work on contract, display and correctly maintain and
continue to display and correctly maintain in a clean and legible condition in conspicuous places on the works,
notice in English and in the local language spoken by majority of workers, giving the rate of fair wages, the
hours of work for which such wages are payable, the weekly rest days workers are entitled to and name and
address of the Inspecting Officer. The Contractor shall send a copy of each of such notice to the Inspecting
Officer.

Regulation 5 - Fixation of Wage periods

The Contractor shall fix wage periods in respects of which wages shall be payable. No wage period
shall normally exceed one week.

Regulation 6 - Payment of wages

1. Wages due to every worker shall be paid to him direct. All wages should be paid in current coins or
currency or in both.

2. Wages of every worker employed on the Contract shall be paid where the wage period is one week, within
THREE days from the end of the wage period; and in any other case before the expiry of the 7th day or
10th day from the end of the wage period according as the number of workers does not exceed 1,000 or
exceeds 1,000.

3. When employment of any worker is terminated by or on behalf of the Contractor, the wages earned by him
shall be paid before expiry of the day succeeding the one on which his employment is terminated.

4. Payment of wages shall be made at the Work Site on a working day except when the work is completed
before expiry of the wage period in which case final payment shall be made at the Work Site within 48
hours of the last working day and during normal time.

Note: The term “Working Day” means a day on which the work on which the labour is employed is in progress.

Regulation 7 - Register of Workmen

A register of workmen shall be maintained in the Form appended to the regulations and kept at the
work site or as near to it as possible and relevant particulars of every workman shall be entered therein within
THREE days of his employment.

Regulation 8 - Employment Card


The Contractor shall issue an Employment card in the Form appended to these regulations to each
worker on the day of work or entry into his employment. If a worker already has any such card with him issued
by the previous employer, the Contractor shall merely endorse that Employment Card with relevant entries. On
termination of employment, the Employment Card shall again be endorsed by the Contractor and returned to the
worker.

Regulation 9 - Register of Wages etc.


70

1. A Register of Wages cum Muster Roll in the Form appended to these regulations shall be maintained and
kept at the Work Site or as near to it as possible.

2. A wage slip in the form appended to these regulations shall be issued to every worker employed by the
Contractor at least a day prior to disbursement of wages.
Regulation 10 - Fines and Deductions which may be made from Wages

1. Wages of a worker shall be paid to him without any deductions of any kind except the following:
a) Fines
b) Deductions for absence from duty; i.e. from the place of his employment where he is required to
work. The amount of deduction shall be in proportion to the period for which he was absent;
c) Deduction for damage to or loss of goods expressly entrusted to the employed person for custody,
or for loss of money which is required to be accounted for, where such damage or loss is directly
attributable to his neglect or default.

d) Deductions for recovery of advances or for adjustment of overpayment of wages, advance


granted being entered in a register; and
e) Any other deductions which the Employer may from time to time allows.

2. No fines shall be imposed on any worker save in respect of such acts and omissions on his part as have
been approved by the Chief Labour commissioner.

3. No fine shall be imposed on a worker and no deductions for damage or loss shall be made from his wages
until the worker has been given an opportunity of showing cause against such fines or deductions.

4. The total amount of fines which may be imposed in any one wage period of a worker shall not exceed an
amount equal to 0.3% of the wages payable to him in respect of that wage period.

5. No fine imposed on a worker shall be recovered from him on installments, or after expiry of sixty days
from the date on which it was imposed. Every fine shall be deemed to have been imposed on the day of the
act or omission in respect of which it was imposed.

6. The Contractor shall maintain both in English and the local language a list, approved by the Chief Labour
Commissioner, clearly stating the acts and omissions for which penalty or fine may be imposed on a
workman and display it in good condition in a conspicuous place on the Work Site.

7. The Contractor shall maintain a register of fines and the register of deductions for damage or loss in the
forms appended to these regulations which should be kept at the place of work.

Regulation 11 - Register of Accidents


The Contractor shall maintain a register of accidents in such form as may be convenient at the work
place but the same shall include the following particulars :
a) Full particulars of the labourers who met with accident.
b) Rate of wages
c) Sex
d) Age
e) Nature of accident and cause of accident
f) Time and date of accident
g) Date of Time when admitted to hospital
h) Date of discharge from the hospital
i) Percentage of loss of earning capacity and disability as assessed by the medical Officer.
j) Claim required to be paid under Workmen’s Compensation Act.
k) Date of payment of compensation.
l) Amount paid with details of the person to whom the same was paid
m) Authority by whom the compensation was assessed
n) Remarks
Regulation 12 - Preservation of Register

The Register of workmen and the Register of wages cum Muster Roll required to be maintained under
these Regulations shall be preserved for 3 years after the date on which the last entry is made therein.

Regulation 13 – Enforcement
The Inspecting Officer shall either on his own motion or on a complaint received by him carry out
investigations and send a report to the Engineer specifying the amounts representing Workers Dues and amount
of penalty to be imposed on the Contractor for breach of these regulations, that have to be recovered from the
Contractor, indicating full details of the recoveries proposed and the reason therefore. It shall be obligatory on
the part of the Engineer on receipt of such a report to deduct such amounts from payments due to the
Contractor.

Regulation 14 - Disposal of Amounts Recovered from the Contractor


The Engineer shall arrange payment to workers concerned within FORTY FIVE days of receipt of a
report from the Inspecting Officer except in cases where the Contractor had made an appeal under Regulation
16 of these regulations. In cases where there is an appeal, payment of workers dues would be arranged by the
Engineer wherever such payment arise, within THIRTY days from the date of receipt of the decision of the
Regional Labour Commissioner (RLC).

Regulation 15 - Welfare Fund

All moneys that are recovered by the Engineer by way of worker’s dues which could not be disbursed
to workers within the time limit prescribed above, due to reasons such as whereabouts of workers not being
known, death of workers, etc., and also amounts recovered as penalty, shall be credited to a Fund to be kept
under the custody of the Employer for such benefit and welfare of workmen employed by Contractors as the
Engineer may deem fit.

Regulation 16 - Appeal against decision of Inspecting Officer

Any person aggrieved by a decision of the Inspecting Officer may appeal, against such decision of the
Regional Labour Commissioner concerned with THIRTY days from the date of the decision forwarding
simultaneously a copy of this appeal of the Engineer.

The decision of the Regional Labour Commissioner shall be final and binding upon the Contractor and
the Workmen.

Regulation 17 - Representation of Parties

1. Workmen shall be entitled to be represented in any investigation of enquiry under these Regulations by an
officer of a registered trade union of which he is a member or by an officer of a Federation of Trade Unions
to which the said trade union is affiliated or where the workman is not a member of any registered trade
union by an officer of a registered trade union, connected with, or by any other workmen employed in the
industry in which the worker is employed.
2. A contractor shall be entitled to be represented in any investigation or enquiry under these Regulations by
an officer of an association of Contractors of which he is a member or by an officer of a Federation of
associations of Contractors to which the said association is affiliated or by an officer of association of
employees connected with or by any other employer engaged in the industry in which the Contractor is
engaged.
3. No party shall be entitled to be represented by a legal practitioner in any investigation or enquiry under
these Regulations.

Regulation 18 - Inspecting of Books and Other Documents


The Contractor shall allow inspection of the Registers and other documents prescribed under these Regulations
by Inspecting Officers and the Engineer or his authorized representative at any time and by the worker or his
agent on receipt of due notice at a convenient time.
72

Regulation 19 - Interpretation etc.:

On any question as to the application, interpretation or effect of these regulations, the decision of the Chief
Labour Commissioner or Deputy Chief Labour Commissioner (Central) as the case may be, shall be final and
binding.

Regulation 20 – Amendments:

The Employer may, from time to time, add to or amend these Regulations and issue such directions as it may
consider necessary for the purpose of removing any difficulty which may arise in the demonstration thereof.

REGISTRATION OF WORKMEN
SHEET NO. A-11
SECTION IV
(Regulation 7)

1. Name and address of the Contractor ____________________________________


2. Number and date of Contract _________________________________________
3. Name and address of the Department awarding the Contract _________________
4. Nature of the Contract and location of the work ____________________________
5. Duration of the Contract _________________________

Permanent
Date of Signature
Home Date of
Father’s/ Nature of Commenc or thumb
Sl. Name and Age & Address of Present termination
Husband’s Employment ement of impressio Remarks
No. Surname Sex Employee Address or leaving of
name Designation employm n of the
(Village, employment
ent employee
Dist : Thana)
SECTION IV
SHEET NO. A-14
A - 13

EMPLOYMENT CARD
(Regulation 8)

1. Name and Sex of the Worker _________________________________________


2. Father’s / Husband’s Name ____________________________________________
3. Address ___________________________________________________________
4. Age or Date of Birth _________________________________________________
5. Identification marks __________________________________________________

Particulars of next kin (wife/husband and children, if any, or of dependent next of kin in case the worker has no
wife/husband or child).

Name _____________________
Full address of Dependents
(Specify Village, Dist and State _________________________________________)

Name and Total


Particular Total Leave
address of Wage wages
s of period for taken
Employer Nature of rate with earned
location which the Actual (No. Of
(specify work particula by the Signatur
Sl. of work worker is number days Wage Remark
whether a done by rs of worker e of the
No. site and employed of days should period s
contractor the unit in the employer
descriptio (from worked be
or a worker case of period
n of work ----- to specifie
subcontra piece shown
done -----) d)
ctor) under

N.B. For a worker employed at one time on piece work basis and at another on daily wages, relevant extra
in respect of each type of employment should be made separately.
74

WAGE SLIP
(Regulation 9)
SHEET NO. A-9
Name of Contractor

Place

1. Name of the Worker with father/husband’s name

2. Nature of Employment

3. Wage Period

4. Rate of Wages Payable

5. Total attendance/Unit of work done

6. Date(s) on which overtime worked

7. Overtime Wages

8. Gross Wages Payable

9. Total Deductions (including nature of deductions)

10. Net Wages Payable

Signature/Thumb Impression Signature/Thumb Impression


of Contractor of employee
REGISTER OF FINES
(Regulation No. 10 (vii))
Nature Whether
and date workman
Date &
Father’s/ of the showed Date on
Sl. Departm Rate of amount
Name Husband’s Sex offense cause which fine Remarks
No. ent wages of fine
name for which against fine realized
imposed
fine or not, if so
imposed enter date
76

Annexure: B

LIST OF ORGANIZATIONS WHO ARE CONSIDERED AS APPOINTING AUTHORITY FOR


APPOINTMENT OF ARBITRATORS

a. Indian Council of Arbitration, New Delhi;


b. International Centre for Alternative Disputes Resolution (India);
c. Indian Roads Congress;
d. Indian Building Congress;
e. Indian Institute of Bridge Engineers;
f. Indian Institute of Public Health Engineers;
g. Indian Water Works Association
h. Indian Institute of Science, Bangalore
Annexure C

SUB: THE KARNATAKA MINOR MINERALS CONCESSION (AMENDMENT) RULES, 2003.

COMMERCE AND INDUSTRIAL SECRETARIAT


NOTIFICATION NO. CI 81, MMN 2014, BANGALORE, DATED: 18th February, 2014

SCHEDULE – I
(See Sub. Rule (1) of Rule 36)

“DEAD RENT”
SL. Name of the Minor Mineral Rate per Unit/quantity
No.
1. ORNAMENTAL AND DECORATIVE BUILDING STONES- as defined under 37500
clause (m) of rule 2.
2 Felsite and its varieties suitable for use as Ornamental Stores. 37500

3 Quartizite and Sand stone and their varieties suitable for use as Ornamental 37500
Stones.
4 Marble or crystalline lime stone as Ornamental Stone 37500
5 Bentonite 27500
6 Fullers Earth 27500
7 Lime Stone under title “ Shahabab stone” 16500
8 Lime Stone (Non Cement) 16500

9. Ordinary building stones - Entire state


As defined under clause (g) of rule 2
a Bangalore, Kolar, Mysore, Mandya and Tumkur 18750
b Other Districts 11000
10. Lime Shell 16500
11. Lime Kankar. 16500
12. Agate and Chalcedony. 16500
13. Ordinary sand 11000
14 Brick and Tile clays 5500
15 Steatite and sand stone used for making household utensils/articles - Entire state 11000
16 Sand stone used for making house hold articles 11000
17 Murram. 4000
18 All other minor minerals - Entire state 5500
78

SCHEDULE – II
(See Sub. Rule (1) of Rule 36)

ROYALTY

Rate per Unit/quantity


SL.
Name of the Minor Mineral With in the Outside the
No.
state state
1 2 3 4
1. ORNAMENTAL AND DECORATIVE BUILDING STONES- as
defined under clause (m) of rule 2.
(A) DYKE ROCKS

i) Black granites
a)Mysore and Chamarajanagar Districts. Rs.4800 per M3 Rs.7500 per M3
b) All other Districts other than (a) above. Rs.3500 per M3 Rs.4500 per M3
ii) Other varieties of dykes other than black granites Rs.2500 per M3 Rs.3000 per M3
(Entire State)
(B) (1) PINK and Red granites
(ILKAL PINK VARIETY)
(i)Hungund Taluk of Bagalkot and Badami taluk of Rs.4000 per M3 Rs.6000 per M3
Bagalkot Dist., Kushtagi of Koppal Dist.
ii) PINK and Red granites, gneisses and their textural Rs.3000 per M3 Rs.4000 per M3
& structural varieties (other than ILKAL Pink variety)
(C) GREY & WITH GRAINTES and Their varieties
i) Very fine grained grey Granite (SIRAGREY variety)
Chintamani, Siddalaghatta of Chikkaballapur Dist., Hoskote of Rs.2000 per M3 Rs.3000 per M3
Bangalore District.

ii) Grey & white granites & their textural varieties having shades Rs.1400 per M3 Rs.2100 per M3
of grey, black & white colours, (other than (i) above)
Entire State

iii) Grey Granite of Sadarahally, Koira of Bangalore Rural District. Rs.800 per M3 Rs.1200 per M3

2. Felsite and its varieties suitable for use as ornamental stones - Entire Rs.1800 per M3
state
3. Granite and Sand stone and their varieties suitable for use as ornamental Rs.1800 per M3
stones- Entire state
4. Marble or crystalline lime stone as ornamental stone - Entire state Rs.1800 per M3
5. Bentonite - Entire state Rs.400 per MT
6. Fullers earth - Entire state Rs.125 per MT
6A Buff colour (waste) The permits should not exceed 20% of permit issued Rs.60 per MT
for FULLERS EARTH
7. Lime stone under the title “Shahabad stone” Rs.150 per 10
meter or Rs.150
per MT.
8. Lime stone (Non cement) when used for building stone - Entire state Rs.40 per MT
9. Ordinary building stones – (Entire state Rs.60 per MT
as defined under clause (g) of rule 2
10. Lime Shell - Entire state Rs.100 per MT
11. Lime Kankar (Non- Cement) - Entire state Rs.50 per MT
12. Agate, Chalcedony, Glint- Entire state Rs.240 per MT
13. Ordinary sand - Entire state Rs.60 per MT
14. Steatite and sand stone used for making household utensils/ articles - Rs.40 per MT
Entire state
15. (a) Murrum (All types of soils) Entire state Rs. 20 per MT
(b) Clay used for manufacturing tiles and bricks Rs. 40 per MT
16. All other minor minerals - Entire state 30% of sale
value at pit
mouth
17. Waste rocks generated in ornamental stone quarry - Entire state Rs.300 per
Tonne or Rs.850
(See explanation under Rule 36)
per M3
18. Irregular shaped waste rock, Generated in Stone quarry which is not Rs.60 per MT
suitable for ornamental purposes- Entire state.
19. Waste rocks generated in Shahabad stone quarries- Entire state Rs.60 per MT
(See explanation under Rule 36)
20. Finished kerb stones/cubes not exceeding 30 cms. Each face – Entire Rs.110 per MT.
State

By Order and in the name of the Governor of Karnataka

Sd/-
(K. VENKATESH)
Desk Officer (Mines),
Commerce & Industries Department.
80

Annexure D

Sl. No. Items Stages of Inspection


1 Pumps 1. Review of material test certificate for pump casing, bowls, shaft,
impeller bearings, columns pipe etc.,
2. Review of heat treatment certificate if any
3. Dynamic balancing or rotating parts/impeller.
4. Examination of the shaft
5. Hydro test of casing
6. Performance test at 49 Hz frequency including vibrating
measurement covering following test.

i) Capacity in LPM/LPS
ii) Delivery Head in mtrs.
iii) Efficiency at the specified duty
iv) Power absorbed by the pump at the specified duty
v) N.P.S.H required
vi) Maximum power required by the pump
vii) Shut off Head of the pump
viii) Discharge of the pump when only on pump is operated in
the system
ix) Delivery pressure when only on pump is operated in the
system
x) Power absorbed by the pump when only one pump is
operated in the system
xi) Efficiency of the pump when only one pump is operated in
the system
xii) Visual and dimensional check
xiii) Strip test
xiv) Speed test at 49 Hz and 50 Hz frequency.
2 MOTORS 1. Dynamic balancing of rotor and visual examination of rotor
assembly.
2. Visual inspection and testing of starter assembly.
3. Review of Test Certificate for conductor, Starter coils, shaft
Bearings etc.,
4. Routine test no load x load test vibration measurement as per IS
5. Verification of type test report
6. Visual and dimensional check.
3 Switch gear and 1. Visual and dimensional check
Electrical Panels 2. Verification of bill of materials
3. Functional Test
4. HV/IR Test
5. Verification of type test reports
6. Voltage ratio, burden class, induced high voltage, applied high
voltage test for potential transformers
7. Current ratio, burden, class of accuracy, test for current
transformers
8. Rate symmetrical breaking capacity, rated making capacity,
rated short time current, auxiliary voltage for release coils,
impulse with standard voltage test for Switch Gear panels.
9. Test results of Relay provided.
4 Transformer 1. Visual inspection, dimensional check and verification of bill of
materials
2. Iron losses and Copper losses test at 90% of the rated voltage,
100% rated voltage and 110% of the rated voltage
3. Resistance voltage test at HV side and L.V. side
4. Routine tests as per IS 2026
5. Verification of type results, temperature rise test, Impulse test,
Insulting oil test. etc.,
5 Capacitor All routine and type test as per IS: 2834 such as sealing test, test for
output/capacitance, Insulation resistance test between terminals.
Containers and loss angle measurements, test for efficiency of
discharge divide, test for dielectric loss angle, thermal stability test,
self healing test, voltage test between terminals.

6 Cables 1. Visual Inspection and Dimensional check


2. Routine test as per IS: 1554
3. Insulation test, resistance test, current rating test, star reactance
test, star capacitance test, short circuit current test, voltage drop
test.
7 Valves 1. Visual and dimension check.
2. Review of material test certificate for valve body and internals.
3. Operational smoothness.
4. Hydraulic test/Leakage test as per applicable codes.
5. Any other direction given by the Board to the inspecting agency
to carryout the third party inspection.
8 Pipes 1. visual and dimensional check
2. Review of chemical and physical test certificates as per the
relevant Indian standard specifications
3. Hydrostatic pressure test as per the relevant Indian Standard
specifications.
4. Hydraulic proof testing Standards factory
5. Ultrasonic testing of welded joints for MS pipes
6. Checking the integrity of epoxy lining for MS pipes at joints
after laying and jointing pipes.
82

ANNEXURE-F

QUALITY ASSURANCE PLAN FOR MATERIALS

1. MS Pipes.
2. DI Pipes.
3. HDPE Pipes.
4. Valves.
SECTION 6: CONTRACT DATA

The following documents Requirement Clause


are also part of the Contract reference as
per CC & SCC
The Schedule of Operating -Applicable- 48 of CC
and Maintenance Manuals The contractor should submit the related
documents within 30 days after completion
and commissioning of the entrusted work.
The Methodology and -Applicable- 25 of CC
Program of Construction The Methodology and Program of construction
should be submitted within 7 days from the
site possession date and concurrence with
Clause 1.13 of Section -3
Site Investigation Reports Trial pit Detail, Key map 14 of CC
Trail pit details, accessibility of site of work
The Schedule of Key and -Applicable- 25 of CC
Critical Equipment to be
deployed on the work as per
agreed program of
construction
THE CHIEF ENGINEER, KARNATAKA URBAN WATER SUPPLY AND
The Employer Name is :
DRAINAGE BOARD, DHARWAD

Address: Jalamadali Compound, Sir.M.Vishweshvaraya 1.1 of CC


Road
D.C.Compond
Dharwad

Name of authorized Executive Engineer, KUWS & D Board, Division, 1.1 of CC


Representative: Vijayapur

The Name and identification Construction of Intake well, Jack well cum 1.1 of CC
No of the Contract is Pump House, providing and laying of 559
mm,406mm, 355.6mm, 323.9mm, 273.10mm
dia MS Raw water / Pure water Rising Main,
Construction of 10 LL capacity RCC OHT on 15
mtr Staging, providing Continuous pressurised
water supply distribution system to Kerur and
Badami town Item rate (Part-A), and Operation
and Comprehensive maintenance for Five
years (Including O&M during defect liability
period of one year) after completion of works
(PART-B) under Augmentation of water supply
scheme to Badami,Kerur towns and 18 enroute
villages from Almatti reservoir as source.
KUWS & DB/2019-20/WSS/WORK-INDENT/2494

The work consist of The scope includes survey, establishing 1.1 of CC


sufficient Benchmarks, Design and preparation
of working drawing and approval from
competent authority, implementation &
84

successful commissioning of 1) 4mtr dia


Intake well, 2) 1000mm dia RCC NP-3,
connection pipeline, 3)10mtr dia Jack well and
13 mtr dia pump house,4) 12m x 20m Switch
Gear Room, 5) 30m x 30m
Transformer yard 6) 559
mm,406mm,355.60mm 323.9mm, 273.10mm
dia MS Raw water / Pure water Rising Main, 7)
10 LL capacity RCC OHT on 15 mtr Staging, 8)
Providing Continuous pressurised water supply
distribution system to Kerur and Badami town
(Part-A) (Item rate), Operation and
Comprehensive maintenance for Five years
(Including O&M during defect liability period of
one year) after completion of works (PART-B)

The scope includes study, survey, establishing sufficient Benchmarks, Design and preparation of working
drawing and approval from competent authority, implementation & successful commissioning of Augmentation
of water supply scheme to Badami,Kerur towns and 18 enroute villages from Almatti reservoir as source.
- ITEM RATE -
Study, Survey, Preparation of Base map, Analysis and Design, Drawing.
Scope of work includes:
Part-A: Civil works
I) Providing and laying of:
a. 75 mm dia HDPE PE-100, PN-8 46695 Mtrs.
b. 90 mm dia HDPE PE-100, PN-8 65402Mtrs.
c. 110 mm dia HDPE PE-100, PN-8 -8605 Mtrs.
d. 160 mm dia HDPE PE-100, PN-8 -2500 Mtrs.,
e. 200 mm dia K-7 DI Pipe -2915 Mtrs
f. 250 mm dia K-7 DI Pipe – 200 Mtrs
g. 300 mm dia K-7 DI Pipe – 50 Mtrs
h. 559 mm dia MS OD 6.4mm thick - 34000 Mtrs
i. 559 mm dia MS OD 5.6mm thick -16000Mtrs
j. 406 mm dia MS OD 5.6mm thick – 15500 Mtrs
k. 355.6 mm dia MS OD 5.6mm thick – 2000 Mtrs
l. 323.9 mm dia MS OD 5.6mm thick – 27000 Mtrs
m. 273.10 mm dia MS OD 5.6mm thick – 3550 Mtrs
II) Construction of 10 LL capacity RCC OHT -1 No

III) Providing and installing House Service Connections – 12417 No’s( Badami 7414 No’s, Kerur 5003
No’s)

IV) Construction of, Intake well, Connecting Pipeline and Jackwell cum pump house, RCC foot bridge,
Switch Gear Room and Elevated Transformer platform.

Part-B : Operation & Maintenance for a period of 60 months including one year defect liability period of the
proposed Augmentation of water supply scheme to Badami, Kerur towns and 18 enroute villages from Almatti
reservoir as source including existing WTP at Kerur town.
Key map showing the various components of the system is presented in Drawings Section.

2.1 Survey, establishing sufficient Benchmarks, Design and preparation of working drawing and approval
from competent authority before execution for Augmentation of water supply scheme to Badami,Kerur
towns and 18 enroute villages from Almatti reservoir as source and also operation and maintenance for a
period of 60 months. However the defect liability period is 1 year.
2.2 Earth work excavation laying of bedding wherever specified, laying of pipes jointing, testing &
commissioning of all pipe lines, back filling the trenches and restoring and making good all surfaces
which are damaged during excavation.
2.3 Fixing and connecting all pipeline fixtures such as valves, bends, tees, blank flanges, tail pieces, flow
meter/electro-mechanical equipments/level indicators and controllers / pressure gauges/ NRV’s
/PRV’s /equalizers / booster/ piezometers / pressure gauges pumps as may be necessary etc.
2.4. Construction of all appurtenant structures such as pipe supports, valve chambers, thrust blocks and
anchor blocks etc.,
2.5. Dismantling and reconstruction of structures such as culverts, storm water drains, roads etc., and
shifting of utility lines such as water supply pipe lines, sewer lines coming in the way of the pipeline
alignment.
2.6. Testing and commissioning of the Head works, pipe line, OHT, Sump, Pump house, distribution system
and House Service Connections after laying and jointing and OHT after construction.
2.7. Construction of suitable culverts at valley points as directed by the Engineer.
2.8. Operation & Maintenance of the works under the scope of the tender for 5 years including O&M during
the defect liability period 12 months after successful commissioning. The contractor has to set right the
defect of any kind in the manufacture, laying and jointing of all the pipelines and in the other works in
this scope of tender, during the defect liability period of 12 months.
2.9 All work shall be done as per the specifications. The works shall include providing all materials,
equipments, labour, tools, plants, transport etc., and all other services necessary for the complete
construction including necessary sub-soil investigations.
2.10 The alignment of the pipeline and other typical details of pipe bedding, valve chambers, thrust blocks,
pipe supports, and the general arrangement of the components of works are furnished in Section :8:
Drawings. Further details shall be furnished in the construction drawings during the construction stage.
2.11 During the defect period of 12 months, any defects of any kind in manufacture, laying, jointing and
constructions etc., shall be rectified by the Contractor as per the same specification as that of the item of
work done. If there are any damages to the materials supplied by the Bidder the same is to be replaced
by the bidders at his own cost and risk. The Defect Liability Period of the Contract will be 12 months
from the date of successful commissioning of the entire distribution network and allied works under the
scope of tender.

NOTE:

i. Required nos. of soft copies & hard copies shall be provided as specified by the board.
The start date shall be the date of issue of notice to proceed with the work. [1.1]
The Intended Completion Date for the whole
of the Works is 36 Months including monsoon with the following milestones [17, 26]

Milestone dates:
The milestone for completing the works in all respects is indicated below;
Milestone 1 – End of 12 months.
Milestone 2 – End of 24 months.
Milestone 3 – End of 36 months.
86

Mile stone Cumulative Physical works to be completed Period from the date of issue of
Number notice to proceed with the
work
Mile stone 1 Earthwork Excavation- 78443.00 Cum End of 12 Months
Supplying & Laying of HDPE/ MS/ DI/RCC Pipes- 37603.00
Rmt
Providing and laying cement concrete- 1906.00 Cum
Supplying and fabricating TMT steel - 186.00 MT
House Service Connections- 994 Nos
Mile stone 2 Earthwork Excavation- 213516.00 Cum End of 24 Months
Supplying & Laying of HDPE/ MS/ DI/RCC Pipes – 149911.00
Rmt
Providing and laying cement concrete- 5339.00 Cum
Supplying and fabricating TMT or HYSD steel – 473.00 MT
House Service Connections- 6958 Nos

Milestone 3 Earthwork Excavation- 301019.00 Cum End of 36 Months


Supplying & Laying of HDPE/ MS/ DI/RCC Pipes- 224717
Rmt
Providing and laying cement concrete- 8228.00 Cum
Supplying and fabricating TMT or HYSD steel - 708.00 MT
House Service Connections- 12417 Nos

The Site Possession Date is: 14 days from the date of work order [21]
The Site is located at Kerur, Badami town, and Almatti Dam in Vijayapur District
[1.1]
and is defined in drawings nos.1 to 2.
The Defects Liability Period is 365 days [31]

Insurance requirements are as under: [13]

Type of Cover Minimum cover for Insurance

(i) Works and of Plant and materials The sum stated in the Agreement plus 20%
(ii) Loss or damage to equipment Full replacement cost
(iii) Loss or damage to property of Third Party Full replacement cost
(iv) Personal injury or death insurance Rs.20 lakhs to cover 4 persons @Rs.5 lakhs each.
(a) for Third Party
(b) for Contractor’s employees or labour In accordance with the statutory requirements
applicable to Karnataka

Price Adjustment Formula [40]

Price Adjustment:
APPLICABLE FOR:
PART- A - (ITEM RATE WORKS) NOT APPLICABLE FOR PART-B : OPERATION &
MAINTENANCE

R= Value of work of PART- A (Civil Works only) items as defined in Clause 40.1 of Conditions of
Contract
Price Adjustment formulae for Part-A (Item rate )
Adjustment for labour component:

Price adjustment for increase or decrease in the cost due to labour shall be paid in accordance with the
following formula:

VL = 0.85 x PL /100 x R x(Li - Lo ) /Lo where,

VL = Increase or decrease in the cost of work during the quarter under consideration due to changes in
rates for local labour;
Lo = The average consumer price index for industrial workers for Hubli-Dharwad Centre for the quarter
preceding the date of opening of tenders as published by the Labour Bureau, Ministry of Labour,
Government of India;
Li= The average consumer price index for industrial workers for Hubli-Dharwad Centre for the
quarter under consideration as published by Labour Bureau, Ministry of Labour, Government of
India
PL = Percentage of labour component of the work

Note: The consumer price index is available in http//labourbureau.nic.in

Adjustment for Cement Component:

Price adjustment for increase or decrease in the cost of cement component procured by the contractor shall
be paid in accordance with the following formula.

VC = 0.85 x PC /100 x R x (Ci - Co ) /Co , Where,

VC = Increase or decrease in the cost of the work during the quarter under consideration due to
changes in the rates for cement;
Co = The all India average wholesale price index for Ordinary Portland Cement for the quarter
preceding the date of opening of the tenders as published by the Office of Economic Advisor,
Ministry of Commerce and Industry, Government of India , New Delhi;
Ci = The all India average wholesale price index for Ordinary Portland Cement for the quarter
under consideration as published by the Office of Economic Advisor, Ministry of Commerce
and Industry, Government of India, New Delhi
PC = Percentage of cement component of the work

Note: The index numbers are available in the website http://ea industry.nic.in

Adjustment for Steel (for reinforcement, steel work) component:

Price adjustment for increase or decrease in the cost of steel procured by the contractor shall be paid in
accordance with the following formula.

Vs = 0.85 x Ps /100 x R x (Si – So)/ So where,

Vs = Increase or decrease in the cost of work during the quarter under consideration due to changes in
rates for steel;
So = All India average wholesale price Index for steel Mild Steel - Long products for the quarter
preceding the date of opening of Bids as published by the Office of Economic Adviser, Ministry
of Commerce and Industry, Government of India, New Delhi;
Si = All India average wholesale price Index for steel Mild Steel - Long products for the quarter
under consideration as published by the Office of Economic Adviser, Ministry of Commerce
and Industry, Government of India, New Delhi;

Ps = Percentage of steel (for reinforcement, steel work) component of the work


88

Note: For the application of this clause, index of steel Mild Steel - Long products has been chosen to
represent the group.

Adjustment for Iron Pipes (DI Pipes, CI Pipes and DI/CI Valves) component:

Price adjustment for increase or decrease in the cost of Iron Pipes (DI Pipes, CI Pipes and DI/CI Valves)
procured by the contractor shall be paid in accordance with the following formula.

Vp = 0.85 x Pp /100 x R x (Pi – Po)/ Po where,

Vp = Increase or decrease in the cost of work during the quarter under consideration due to changes in
rates for Iron Pipes (DI Pipes, CI Pipes and DI/CI Valves)
Po = All India average wholesale price Index for Iron pipe (Pig iron) for the quarter preceding the
date of opening of Bids as published by the Office of Economic Adviser, Ministry of Commerce
and Industry, Government of India, New-Delhi;
Pi = All India average wholesale price Index for Iron pipe (Pig iron) for the quarter under
consideration as published by the Office of Economic Adviser, Ministry of Commerce and
Industry, Government of India, New Delhi;
Pp = Percentage of Iron Pipes (DI Pipes, CI Pipes and DI/CI Valves) component of the work

Note: For the application of this clause, index of Pig iron has been chosen to represent the group.

Adjustment for HDPE pipes and materials component:

Price adjustment for increase or decrease in the cost of HDPE pipe & materials procured by the contractor
shall be paid in accordance with the following formula.

Vv = 0.85 x Pv /100 x R x (Vi – Vo)/ Vo where,

Vv = Increase or decrease in the cost of work during the quarter under consideration due to changes in
rates for HDPE pipe & materials;
Vo = All India average wholesale price Index for Polyethylene for the quarter preceding the date of
opening of Bids as published by the Office of Economic Adviser, Ministry of Commerce and
Industry, Government of India, New Delhi;
Vi = All India average wholesale price Index for Polyethylene for the quarter under consideration as
published by the Office of Economic Adviser, Ministry of Commerce and Industry, Government
of India, New Delhi;

Pp = Percentage of HDPE pipe & materials component of the work

Note: For the application of this clause, index of polyethylene has been chosen to represent the
group.

Adjustment for MS pipes and materials component:

Price adjustment for increase or decrease in the cost of MS pipe & materials procured by the contractor
shall be paid in accordance with the following formula.

VM = 0.85 x Pv /100 x R x (Vi – Vo)/ Vo where,


VM = Increase or decrease in the cost of work during the quarter under consideration due to changes in
rates for MS pipe & materials;
Vo = All India average wholesale price Index for Steel: Pipes, Tubes & poles for the quarter
preceding the date of opening of Bids as published by the Office of Economic Adviser, Ministry
of Commerce and Industry, Government of India, New Delhi;
Vi= All India average wholesale price Index for Steel: Pipes, Tubes & poles for the quarter under
consideration as published by the Office of Economic Adviser, Ministry of Commerce and
Industry, Government of India, New Delhi;
Pp = Percentage of MS pipe & materials component of the work

Note: For the application of this clause, index of Steel: Pipes, Tubes & poles has been chosen
to represent the group.

Adjustment of Bitumen Component:

Price adjustment for increase or decrease in the cost of bitumen shall be paid in accordance with the
following formula:
VB = 0.85 x PB/100 x R x (Bi – Bo)/Bo , Where
VB = Increase or decrease in the cost of work during the quarter under consideration due to
changes in the rate for bitumen.
Bo = The official retail price of bitumen at the IOC /HPCL/BPL or any other depot at Badami /
Kerur town as applicable on the day 30 days prior to the date of opening of Bids.
Bi = The official retail price of bitumen at the IOC/HPCL/BPL or any other depot at Badami /
Kerur town as applicable for the 15th day of the middle calendar month of the quarter under
consideration.
PB = Percentage of bitumen component of the work.

Adjustment of Fuel and Lubricant component:

Price adjustment for increase or decrease in cost of Fuel and Lubricants shall be paid in accordance with
the following formula:

VF = 0.85 x PF /100 x R x (Fi - Fo )/ Fo, Where,


VF = Increase or decrease in the cost of work during the quarter under consideration due to
changes in the rates for Fuel and Lubricants.
Fo = The official retail price of High Speed Diesel (HSD) at the IOC/HPCL/BPL or other
consumer pump at Badami / Kerur town as applicable on the day 30 days prior to the date
of opening of Bids.
Fi = The official retail price of HSD at the IOC/HPCL/BPL or other consumer pump at
Badami / Kerur town as applicable for the 15 th day of the middle calendar month of the
quarter under consideration.
PF = Percentage of Fuel and Lubricant component of the work.

Note: For the application of this Clause the price of HSD has been chosen to represent Fuel
and Lubricant Group

Adjustment for Plant, Machinery and Spares Component:

Price adjustment for increase or decrease in the cost of plant, machinery and spares procured by the
contractor shall be paid in accordance with the following formula:

VPS = 0.85 x PPS/100 x R x (PSi – PSo)/PSo, Where


VPS = Increase or decrease in the cost of work during the quarter under consideration due to
changes in the rates for plant and machinery spares.

PSo= The all India average wholesale price index for Manufacture of machinery for mining,
quarrying and construction for the quarter preceding the date of opening of bids, as
published by the Office of the Economic Advisor, Ministry of Commerce and Industry,
Government of India, New Delhi
PSi = The all India average wholesale price index for Manufacture of machinery for mining,
quarrying and construction for the quarter under consideration as published by the Office
90

of the Economic Advisor, Ministry of Commerce and Industry, Government of India, New
Delhi
PB = Percentage of Plant and Machinery Spares component of the work.

Note: For the application of this Clause index of Manufacture of machinery for mining,
quarrying and construction has been chosen to represent the Group.

Adjustment for PVC pipes and materials component:

(i) Price adjustment for increase or decrease in the cost of PVC pipes and materials procured by the
contractor shall be paid in accordance with the following formula.

Vv = 0.85 x Pv /100 x RA x (Vi – Vo)/Vo where,

Vv = Increase or decrease in the cost of work during the quarter under consideration due to
changes in the rates for PVC Pipes and materials;

Vo = The all India average wholesale price index for Poly Vinyl Chloride for the quarter
preceding the date of opening of Bids as published by the Office of Economic Advisor,
Ministry of Commerce and Industry, Government of India, New Delhi

Vi = The all India average wholesale price index for Poly Vinyl Chloride for the quarter under
consideration as published by the Office of Economic Advisor, Ministry of Commerce and
Industry, New Delhi

Pv = Percentage of PVC pipes and materials component of the work


Note: For the application of this clause, index of Poly Vinyl Chloride has been chosen to represent PVC
pipes and materials group.

Adjustment for Other materials:

Price adjustment for increase or decrease in the cost of other materials other than Labour, Cement, Steel,
Iron pipes, HDPE pipes, PVC pipes, MS pipes, Bitumen, Fuel and Lubricants, Plant, Machinery and
Spares12, procured by the contractor shall be paid in accordance with the following formula:

VM = 0.85 x PM/100 x R x (Mi – Mo)/Mo, Where


VM = Increase or decrease in the cost of work during the quarter under consideration due to
changes in the rates for local materials other than Labour, Cement, Steel, Iron pipes, HDPE
pipes, PVC pipes, MS pipes, Bitumen, Fuel and Lubricants, Plant, Machinery and Spares
Mo = The all India average wholesale price index for all commodities for the quarter preceding
the date of opening of bids, as published by the Office of the Economic Advisor, Ministry
of Commerce and Industry, Government of India, New Delhi
Mi = The all India average wholesale price index for all commodities for the quarter under
consideration as published by the Office of the Economic Advisor, Ministry of Commerce
and Industry, Government of India, New Delhi
PM = Percentage of other material component (Other than labour, cement, steel, iron pipes, HDPE
pipes, PVC pipes, MS pipes, bitumen, fuel and lubricants and plant, machinery and spares)
of the work.

The following percentages will govern the price adjustment for the Part A items of the contract:

Sl. No. Description Percentage


1 Labour – PL 19

12
2 Cement – PC 2
3 Steel – PS (Reinforcement) 2.5

4 MS Pipes and materials 30.5


5 DI/CI Pipes and valves- Pp 2.0
6 HDPE Pipes and materials 2.0
7 Bitumen – PB 2.0
8 Fuel and Lubricants – PF 5.00
9 Plant and Machinery Spares – PP 15.00
10 Other materials – PM 20.00
Total 100.00

Price adjustment for Part-B: O&M is Not applicable.

The liquidated damages for the whole of the works for Part-A is Rs. 13,00,000/- per day and that for
the milestones are as under:
Sl. Description Penalty
No.
1 Milestone I 3,65,400.00
2 Milestone II 7,87,800.00
3 Milestone III 13,00,000.00

Part-B (Operation and maintenance):

The penalty of 0.1% of the total 5 year O & M Contract price per day subject to maximum of 10% will be
levied for non-achievement of the performance target during O&M period

The maximum amount of liquidated damages for the whole of the works [41]
is ten percent of final contract price.

The amounts of the advance payment are: [42]

Nature of Advance Amount Conditions to be fulfilled


1. Mobilization 5% of the contract price On submission of un-conditional bank guarantee for
the amount of advance (to be drawn before end of
20% of Contract period)

(The advance payment will be paid to the Contractor no later than 30 days after fulfillment of the above
conditions).

Payment for Providing and laying of


A) MS pipe line
a) 60% of quoted rates against supply of bare pipes and after due third party inspection.
b)10% of quoted rates after inner lining and outer coating as per tender specification and after third party
inspection.
c) 15% of quoted rates after, laying & jointing of these pipes as per tender specification and after third party
inspection and certificate.
d)10% of quoted rates after successful hydraulic testing of the pipeline in sections and after third party
inspection and certificate.
e) 5% of quoted rates after successful commissioning of entire pipeline and after third party inspection and
certificate.
B) For DI/ HDPE/ CI/ PVC/ RCC/ GI pipe line
92

a) 75% of quoted rates against supply of finished pipe and after due third party Inspection.
b) 10% of the quoted rates after laying and jointing of these pipes as per Tender specifications and after
third party inspection and certificate.
c) 10% of the quoted rates after successful hydraulic testing of the pipeline in Sections and after third
party inspection and certificate.
d) 5% of the quoted rates after successful commissioning of the entire pipeline and after third party
inspection and certificate.
C) For House Service Connection Equipments and water meters
a) 60% of quoted rates against supply of Tapping Equipments and water meters after due third party
Inspection.
b) 30% of the quoted rates after fixing and successful hydraulic testing and after third party inspection
and certificate
c) 10 % of the quoted rates after successful commissioning of the entire pipeline and after third party
inspection and certificate
D) For Valves and Bulk Flow meters:
a) 75% of quoted rates against delivery of each consignment in good condition at site of work after due
third party inspections.
b) 10% of quoted rates of each equipment after erection and due third party report.
c) 10% of quoted rates of each equipment after electrification and successful commissioning and after
third party inspection and certificate
d) 5% of quoted rates after successful commissioning of entire pipeline and after third party inspection
and certificate
Note: Secured Advance is not applicable for MS/ DI/ HDPE/ CI/ PVC/ RCC/ GI Pipes, Valves, Flow
Meters/HSC/Water Meters.

Repayment of advance payment for mobilization: [42]


The advance loan shall be repaid with percentage deductions from the interim payments certified by the
Employer under the Contract. Deductions shall commence in the next Interim Payment Certificate following
that in which the total of all such payments to the Contractor has reached not less than 15 percent of the
Contract Price or 2 months from the date of payment of first installment of advance, whichever period
concludes earlier, and shall be made at the rate of 7.5% percent of the amounts of all Interim Payment
Certificates until such time as the loan has been repaid, always provided that the loan shall be completely
repaid prior to the expiry of the original time for completion pursuant to Clauses 17 and 26.

The date by which “as-built” drawings in scale 1:2500 in 2 sets are required is within 30 days of issue of
certificate of completion of Whole or Section of the Work as the case may be. [48]
The date by which Operating and Maintenance Manuals are required is within 30 days of issue of certificate of
completion of Whole or Section of the Work as the case may be. [48]

The amount to be withheld for failing to supply “as built” drawings or supply of Operation and Maintenance
Manuals by the date required is Rs. 50.00 Lakhs. [48]

The following events shall also be fundamental breach of the contract: [49.2]

1. The contractor has contravened Sub-clause 7.1 and Clause 9 of CC.


2. The contractor does not adhere to the agreed construction program and agreed environmental
management plan and also fails to take satisfactory remedial action as per agreements reached in the
management meetings (Clause 28) for a period of 60 days.
3. The contractor fails to carry out of the instructions of Employer within a reasonable time
determined by the Employer in accordance with GCC Clause 23.1.

The percentage to apply to the value of the work not completed representing the Employer's [50.1]
Additional cost for completing the Works shall be minimum of 30 percent sufficient to get the balance of works
completed by alternative agency.
94

SECTION 7: SPECIFICATIONS

The Specifications for the various construction materials and completed items of Works shall be as contained in
the “Book of Specification” as issued by the Karnataka Urban Water Supply & Drainage Board and as amended
from time to time. The Book of Specifications as well as the amendments issued as of date is available on the
Web site of the Board. The prospective tenders are requested to familiarize themselves with the specification
acceptable and prescribed by the Board.
However for ready reference the important specifications for some of the materials and items of work are
reproduced hereunder for ready reference. In case of any discrepancy between the specifications
reproduced hereunder and that contained in the Book of Specification and the amendments issued by
Board, the specifications contained in the Book of Specification and the amendments issued shall prevail.

1. GENERAL
1.1 Equivalency of Standards and Codes:

Wherever reference is made in the Contract to specific standards and codes to be met by the goods and
materials to be furnished, and work performed or tested, the provisions of the latest current edition or revision
of the relevant standards and codes in effect shall apply, unless otherwise stated in the Contract. Where such
standards and codes are national, or relate to a particular country or region, other authoritative standards which
ensure an equal or higher quality than the standards and codes specified will be acceptable subject to the
Engineer's prior review and written approval. Differences between the standards specified and the proposed
alternative standards must be fully described in writing by the Contractor and submitted to the Engineer at least
28 days prior to the date when the Contractor desires the Engineer's approval. In the event the Engineer
determines that such proposed deviations do not ensure equal or higher quality, the Contractor shall comply
with the standards specified in the documents

The following codes and standards unless specified herein shall be referred to.

IS : 456 Code of practice for plain and reinforced concrete


IS : 458 Specification for pre cast concrete pipes (with and without reinforcement)
IS : 516 Method of test for strength of concrete
IS : 638 Specification for sheet rubber jointing and rubber insertion jointing
IS : 783 Code of practice for laying of concrete pipes
IS : 816 Code of practice for use of metal arc welding for general construction in mild steel
IS : 1367 Technical supply conditions for threaded steel fasteners
IS : 1387 General requirements for the supply of metallurgical materials
IS : 1500 Method for Brinell hardness test for metallic materials
IS : 1916 Specification for steel cylinder pipes with concrete lining and coating
IS : 2078 Method for tensile testing of grey cast iron
IS : 3597 Method of tests for concrete pipes
IS : 3658 Code of practice for liquid penetrant flow detection
IS : 5382 Specification for rubber sealing rings for gas mains, water mains and sewers
IS : 5504 Specification for spiral welded pipes
IS : 6587 Specification for spun hemp yarn
IS : 7322 Specification for specials for steel cylinder reinforced concrete pipes
IS : 8329 Specification for centrifugally cast (spun) ductile iron pressure pipes for water, gas and sewage
IS : 9523 Specification for ductile iron fittings for pressure pipes for water, gas and sewage
IS : 12820 Specification for dimensional requirements of rubber gaskets for mechanical joints and push-on joints
for use with cast iron pipes and fittings for carrying water, gas and sewage
IS : 314 Code of practice for laying of cast iron pipes
IS : 374 Excavation work - Code of Safety
IS : 417 Code of practice for laying of glazed stoneware pipes
IS : 5822 Code of practice for laying of electrically welded steel pipes for water supply.
IS : 6530 Code of practice for laying of asbestos cement pressure pipes
1.2 Arrangement for Traffic during construction
General
The contractor shall at all times carry out work on the roads in a manner creating least interference to the
flow of traffic while consistent with the satisfactory execution of the same. For all works involving
improvements to the existing roads, the contractor shall, in accordance with the directives of the Engineer,
provide and maintain, during execution of the work, a passage for traffic either along a part of the existing
carriageway under improvement or along a temporary diversion constructed close to the road. The
contractor shall take prior approval of the Engineer regarding traffic arrangements during construction.
Passage of Traffic along a part of the existing carriageway under improvement.
For widening/strengthening existing carriageway where part width of the existing carriageway is proposed
to be used for passage of traffic, treated shoulders shall be provided on the side on which works is not in
progress. The treatment to the shoulder shall consists of providing at least 150mm thick granular base
course covered with bituminous surface dressing in a width of at least 1.5 m and the surface shall be
maintained throughout the period during which traffic uses the same to the satisfaction of the Engineer. The
continuous length in which such a work shall be carried out, would be limited normally to 500 m at a place.
However, where work is allowed by the Engineer in longer stretches passing places at least 20 m long with
additional paved width of 2.5 m shall be provided at every 0.5 km interval.
In case of widening existing two lane to four lane, the additional two lanes would be constructed first and
the traffic diverted to it and only thereafter the required treatment to the existing carriageway would be
carried out. However, in case where on the request of the contractor, work on existing two lane
carriageway is allowed by the Engineer with traffic using part of the existing carriageway, stipulations as in
para above shall apply.
After obtaining, permission of the Engineer, the treated shoulder shall be dismantled, the debris disposed
off and the area cleared as per the direction of the Engineer.
Passage of Traffic along a Temporary Diversion
1. In stretches where it is not possible to pass the traffic on part width of the carriageway, a temporary
diversion shall be constructed with 7 m carriageway and 2.5 m earthen shoulders on each side (total
width of roadway 12m) with the following provision for road crust in the 7 m width:
 200mm (compacted) granular sub base
 225 mm (compacted) granular base course: and
 Premix carpet with Seal coat/mix seal surfacing.
2. The alignment and longitudinal section of diversion including junctions and temporary cross drainage
provision shall be as approved by the Engineer.
1.3 Traffic safety and control
1.The contractor shall take all necessary measures for the safety of traffic during construction and provide,
erect and maintain such barricades, including signs, markings, flags, lights and flagmen as may be
required by the Engineer for the information and protection of traffic approaching or passing through the
section of the highway under improvement. Before taking up any construction, an agreed phased
programme for the diversion of traffic on the highway shall be drawn up in consultation with the
Engineer.
2.The barricades erected on either side of the carriageway/portion of the carriageway closed to traffic, shall
be of strong design to resist violation and painted with alternate black and white stripes. Red lanterns or
warning lights of similar type shall be mounted on the barricades at night and kept lit throughout from
sunset to sunrise.
3.At the points where traffic is to deviate from its normal path (whether on temporary diversion or part
width of the carriage way) the channel for traffic shall be clearly marked with the aid of pavement
markings, painted drums or a similar device as per the directions of the Engineer. At night, the passage
shall be delineated with lanterns or other suitable light source.
4.One way traffic operation shall be established whenever the traffic is to be passed over part of the
carriageway inadequate for two lane traffic. This shall be done with the help of temporary traffic signals
or flagmen kept positioned on opposite sides during all hours. For regulation of traffic, the flagmen shall
be equipped with red and green flags and lanterns/lights.
5.On both sides, suitable regulatory/warning signs as approved by the Engineer shall be installed for the
guidance of road users. On each approach, at least two signs shall be put up, one close to the point where
96

transition of carriageway begins and the other 120 m away. The signs shall be of approved design and of
reflectory type, if so directed by the Engineer.

1.4 Maintenance of Diversions and Traffic Control Devices

Signs, lights, barriers and other traffic control devices, as well as the riding surface of diversions shall be
maintained in a satisfactory condition till such time they are required as directed by Engineer. The temporary
traveled way shall be kept free of dust by frequent application of water, as directed by the Engineer.

1.5 Measurements for payment and rate

1. All arrangements for traffic during construction including provision of temporary


cross drainage structures, if required, and treated shoulder as described in Clause 1.9.2.2 including their
maintenance, dismantling and clearing debris, where necessary, shall be considered as incidental to the
works and shall be the contractor’s responsibility
2. The construction of temporary diversion including temporary cross drainage
structures as described in Clause 1.9.2.3 shall be measured in linear m and the unit contract rate shall be
inclusive of full compensation for construction (including supply of material, labour, tools, etc.,)
maintenance, final dismantling and disposal.

1.6 Safety, Security and Protection of the Environment


The Contractor shall, throughout the execution and completion of the Works and remedying of any
defects therein
(a) have full regard for the safety of all persons entitled to be upon the Site and keep the Site (so far as the
same is under his control) and the Works (so far as the same are not completed or occupied by the
Employer) in an orderly state appropriate to the avoidance of danger to such persons
(b) provide and maintain at his own cost all lights, guards, fencing, warning signs, watching, when and
where necessary or required by the Engineer or by any duly constituted authority, for the protection of
the Works or for the safety and convenience of the public or others
(c) take all reasonable steps to protect the environment on and off the Site and to avoid damage or nuisance
to persons or to property of the public or others resulting from pollution, noise or other causes arising as
a consequence of his methods of operation and
(d) Screen all lights provided by the Contractor so as to not to interfere with any signal light on the railways
or with any traffic or signal lights of any local or other authority.

1.8 Fossils
All fossils, coins, articles of value or antiquity and structures and other remains or things of geological or
archaeological interest discovered on the Site shall, as between the Employer and the Contractor, be deemed to
be the absolute property of the Employer. The Contractor shall take reasonable precautions to prevent his
workmen or any other persons from removing or damaging any such article or thing and shall, immediately
upon discovery thereof and before removal, acquaint the Engineer of such discovery and carry out the
Engineer’s instructions for dealing with the same. If, by reason of such instructions, the Contractor suffers delay
and/or incurs costs then the Engineer shall, after due consultation with the Employer and the Contractor,
determine any extension of time to which the Contractor is entitled under Sub-Clause 44.1 to 44.3, and shall
notify the Contractor accordingly, with a copy to the Employer. Any price adjustment which may be applicable
for such time extension granted by the Engineer.

1.9 Patent Rights


The Contractor shall save harmless and indemnify the Employer from and against all claims and
proceedings for or on account of infringement of any patent right, design trademark or name or other protected
rights in respect of any Contractor’s Equipment, materials or Plant used for or in connection with or for
incorporation in the Works from and against all damages, costs, charges and expenses whatsoever in respect
thereof or in relation thereto, except where such infringement results from compliance with the design or
Specification provided by the Engineer.
1.10 Avoidance of Damage to Roads

The Contractor shall use every reasonable means to prevent any of the roads or bridges communicating
with or on the routes to the Site from being damaged or injured by any traffic of the Contractor or any of his
Subcontractors and, in particular, shall select routes, choose and use vehicles and restrict and distribute loads so
that any such extraordinary traffic as will inevitably arise from the moving of materials, Plant, Contractor’s
Equipment or temporary Works from and to the Site shall be limited, as far as reasonably possible, and so that
no unnecessary damage or injury may be occasioned to such roads and bridges.

1.11 Transport of Contractor’s Equipment or Temporary Works

Save insofar as the Contract otherwise provides, the Contractor shall be responsible for and shall pay the
cost of strengthening any bridges or altering or improving any road communicating with or on the routes to the
Site to facilitate the movement of Contractor’s Equipment or Temporary Works and the Contractor shall
indemnify and keep indemnified the Employer against all claims for damage to any such road or bridge caused
by such movement, including such claims as may be made directly against the Employer, and shall negotiate
and pay all claims arising solely out of such damage.
If it is found necessary for the Contractor to move one or more loads of heavy constructional and
equipment, materials or pre-constructed units or parts of units of work over roads, highways, bridges on which
such oversized and overweight items are not normally allowed to be moved, the Contractor shall obtain prior
permission from the concerned authorities. Payments for complying with the requirements, if any, for protection
of or strengthening of the roads, highways or bridges shall be made by the Contractor and such expenses shall
be deemed to be included in his Contract Price.

1.12 Transport of Materials or Plant

If, notwithstanding Sub-Clause 30.1, any damage occurs to any bridge or road communication with or on
the routes to the Site arising from the transport of materials or Plant, the Contractor shall notify the Engineer
with a copy to Employer as soon as he becomes aware of such damage or as soon as he receives any claim from
the authority entitled to make such claim. Where under any law or regulation the hauler of such materials or
Plant is required to indemnify the road authority against damage the Employer shall not be liable for any costs,
charges or expenses in respect thereof or in relation thereto.

1.13 Waterborne Traffic

Where the nature of the Works is such as to require the use by the Contractor of waterborne transport the
foregoing provisions of the Clause shall be construed as though “road” included a lock, dock, sea wall or
other structure related to a waterway and “vehicle” included craft, and shall give effect accordingly.

1.14 Opportunities for Other Contractors


The Contractor shall, in accordance with the requirements of the Engineer, afford all reasonable
opportunities for carrying out their work to:
(a) any other contractors employed by the Employer and their workmen,
(b) the workmen of the Employer, and
(c) the workmen of any duly constituted authorities who may be employed in the execution on or near the
Site of any work not included in the Contract or of any contract which the Employer may enter into in
connection with or ancillary to the Works.

1.15 Facilities for Other Contractors

If, however, pursuant to Sub-Clause 31.1 the Contractor shall, on the written request of the Engineer:
(a) make available to any such other contractor, or to the Employer or any such authority, any roads or ways
for
the maintenance of which the Contractor is responsible, or
(b) permit the use, by any such, or Temporary Works or Contractor’s Equipment on the Site, or
(c) provide any other service of whatsoever nature for any such Works
98

the Engineer shall determine an addition to the Contract Price in accordance with Clause 52 and shall
notify
the Contractor accordingly, with a copy to the Employer.

1.16 Contractor to Keep Site Clear


During the execution of the Works the Contractor shall keep the Site free from all unnecessary
obstruction and shall store or dispose of any Contractor’s Equipment and surplus materials and clear away and
remove from the Site any wreckage, rubbish or Temporary Works no longer required.

1.17 Clearance of Site on Completion

Upon the issue of any Taking-Over Certificate the Contractor shall clear away and remove from that part
of the Site to which such Taking-Over Certificate relates all Contractor’s Equipment, surplus material, rubbish
and Temporary Works of every kind, and leave such part of the Site and Works clean and in a workmanlike
condition to the satisfaction of the Engineer. Provided that the Contractor shall be entitled to retain on Site, until
the end of the Defects Liability Period, such materials, Contractor’s Equipment and Temporary Works as are
required by him for the purpose of fulfilling his obligations during the Defects Liability Period.

1.18 Epidemics

In the event of any outbreak of illness of an epidemic nature, the Contractor shall comply with such
regulations and carry out such orders as are issued by the Government or Local Authority.

1.19 Labour

1.19.1 Engagement of Staff and Labour

The Contractor shall make his own arrangements for the engagement of all staff and labour, local or
other, and for their payment, housing, feeding, water and transport.

1.19.2 Compliance with Labour Regulations


The Contractor and his Sub-contractors shall abide by the local laws and regulations governing labour as
detailed in Annexure A and Annexure A- I.

1.19.3 Returns of Labour and Contractor’s Equipment

The Contractor shall, if required by the Engineer, deliver to the Engineer a return in detail, in such form
and at such intervals as the Engineer may prescribe, showing the staff and the numbers of the several classes of
labour from time to time employed by the Contractor on the Site and such information in respect of Contractor’s
Equipment as the Engineer may require. For Contractor’s Labour Regulation, refer to Annexure A and A-1.

1.20 Materials, Plant and Workmanship

1.21 Quality of Materials, Plant and Workmanship

All materials, Plant and workmanship shall be:


(a) of the respective kinds described in the Contract and in accordance with the Engineer’s instructions, and
(b) subjected from time to time to such tests as the Engineer may require at the place of manufacture,
fabrication or preparation, or on the Site or at such other place or places as may be specified in the
Contract,
or at all or any of such places.
The Contractor shall provide such assistance, labour, electricity, fuels, stores, apparatus and instruments
as are normally required for examining, measuring and testing any materials or Plant and shall supply samples
of materials, before incorporation in the Works, for testing as may be selected and required by the Engineer.
The Contractor is encouraged, to the extent practicable and reasonable, to use plant and materials from
sources within India.
1.22 Cost of Samples

All samples shall be supplied by the Contractor at his own cost if the supply thereof is clearly intended
by or provided for in the Contract.

1.22.1 Cost of Tests

The cost of making any test shall be borne by the Contractor if such test is:
(a) clearly intended by or provided for in the Contract, or
(b) particularized in the Contract (in cases only of a test under load or of a test to ascertain whether the
design
of any finished or partially finished work is appropriate for the purposes which it was intended to fulfill)
in
sufficient detail to enable the Contractor to price or allow for the same in his Tender.

1.22.2 Cost of Tests Not Provided For

If any test required by the Engineer which is:


(a) not so intended by or provided for, or
(b) (in the cases above mentioned) not so particularized, or
(c) (though so intended or provided for) required by the Engineer to be carried out at any place other than
the
Site or the place of manufacture, fabrication or preparation of the materials or Plant tested.

1.23 Suspension

1.23.1 Suspension of Work

The Contractor shall, on the instructions of the Engineer, suspend the progress of the Works or any part
thereof for such time and in such manner as the Engineer may consider necessary and shall, during such
suspension, properly protect and secure the Works or such part thereof so far as is necessary in the opinion of
the Engineer.
Unless such suspension is:
(a) otherwise provided for in the contract, or
(b) necessary by reason of some default of or breach of Contract by the Contractor or for which he is
responsible, or
(c) necessary by reason of climatic conditions on the site, or
(d) necessary for the proper execution of the Works or for the safety of the Works or any part thereof (save to
the extent that such necessity arises from any act or default by the Engineer or the Employer or from any of the
risks defined in Sub-Clause 20.4),
Sub-Clause 40.2 shall apply.

1.23.2 Engineer’s Determination Following Suspension


Where, pursuant to Sub-Clause 40.1 this Sub-Clause applies the Engineer shall after due consultation
with the Employer and the Contractor, determine any extension of time to which the Contractor is entitled under
Sub-Clause 44.1 to 44.3 and shall notify the Contractor accordingly, with a copy to the Employer. Any price
adjustment which may be applicable for such time extension granted by the Engineer will be determined in
accordance with Sub-Clause 70.1 to 70.2.
1.23.3 Suspension Lasting More than 180 Days
If the progress of the Works or any part thereof is suspended on the written instructions of the Engineer
and if permission to resume work is not given by the Engineer within a period of 180 days from the date of
suspension then, unless such suspension is within paragraph (a), (b), (c) or (d) of Sub-Clause 40.1 the
Contractor may give notice to the Engineer requiring permission, within 28 days from the receipt thereof, to
proceed with the Works or that part thereof in regard to which progress is suspended. If, within the said time,
such permission is not granted, the Contractor may, but is not bound to, elect to treat the suspension, where it
100

affects part only of the Works, as an omission of such part under Sub-Clause 51.1 to 51.2 by giving a further
notice to the Engineer to that effect, or where it affects the whole of the Works, treat the suspension as an event
of default by the Employer and suspend his work under the Contract.

2.0 Sign Board


The Contractor shall provide a sign board at the site of the Works of approved size and design which
provides (i) the name of the Project (ii) the names and addresses of the Employer, the Contractor and the
Consultant; (iii) the name and short description of the Project, (iv) the amount of the Contract Price ; and (v) the
starting and completion dates.

2.1 Samples and Tests

The Contractor shall be responsible to develop a quality control program and to provide all necessary
materials, apparatus, instruments, equipment, facilities and qualified staff for sampling, testing and quality
control of the materials and the works under the Contractor. Without limiting the generality of the foregoing, the
Contractor shall either (i) establish a testing laboratory at the site of Works which is adequately equipped and
staffed to carry out all sampling and testing in accordance with the requirement set out in the General
Specifications and/or these Special Specifications and provide all field equipment and apparatus as necessary to
conduct all specified in-situ tests and/or any Tests on Completion, or (ii) arrange for routine sampling, testing
and reporting, as required, through a certified independent testing laboratory acceptable to the Engineer.

All costs of such sampling, testing and reporting of test results will be borne by the Contractor, and the
Contractor shall include sufficient provisions in his tendered rates to allow for independent sampling and
laboratory testing under the direction of the Engineer up to 5% of the required tests at no additional cost. The
Contractor shall furnish certified copies of all test reports to the Engineer within 3 days of completion of the
specified tests.

The Contractor shall, within 28 days after the date of the Letter of Acceptance, submit to the Engineer
for his consent a detailed description of the arrangements for conducting the quality control programme during
execution of the Works, including details of his testing laboratory, equipment, staff and general procedures. If
following submission, or at any time during the progress of Works, it appears to the Engineer that the
Contractor's quality control programme is not adequate to ensure the quality of the Works, the Contractor shall
produce a revised programme which will be adequate to ensure satisfactory quality control.

2.2 Protection of Utilities

The Contractor is required to carefully examine the location of the Works and their alignments and to
make special enquiry's with all authorities concerning all utility lines such as water, sewers, gas pipe, telephone
(underground and/or overhead) lines, electric cable (underground and/or overhead) lines, etc.; and to determine
and verify to his own satisfaction the character, sizes, position and lengths of such utilities from authentic
records. The Contractor shall be wholly responsible for the protection and/or facilitating relocation of such
utilities as may be required, and shall not make any claim for extra work or extra time that may be required to
protect or facilitate relocating such utilities. If any major shifting or realignment of water, sewers, gas pipes,
electric and telephone lines is necessary due to their interference with the proposed Works, the same may be
done by the contractor. The cost of such relocation will be borne by the Employer.
In case the alignment of the pipeline crosses the high tension electrical transmission lines belonging to
the Karnataka State Electricity Board (KEB) or other authorities, the Contractor shall take all precautions
necessary to see that the work is carried out with care and safety, without disturbing such transmission lines.
The Contractor will be responsible to carry out all construction activities in such reaches in consultation with
the owners of such facilities. However, satisfactory completion of the entire work will be the responsibility of
the Contractor.

If there are soak pits, sump pits removal of debris disposal and support of pipe on the pits are to be listed
to be paid extra by engineer as per bid conditions.
2.3 Earth Work:
General

The earth work for laying of the water main shall generally carried out as per Book of specifications
for procurement of project works as provided in Section 11 of the Bid document with an additions
and modification as enumerated in the special specification under this chapter.

The earth work for laying of water main shall include:

1) Removal of all surface obstructions including shrub, jungle, etc. and


2) Carrying out all necessary excavation as per specifications.
3) Providing & installing at place all sheathings, shoring & bracing to the trenches at necessary
for the work and removal there of after the work.
4) Pumping and baling out water for progressive escalation and keep trenches dry during
concreting, pipe lining and jointing process till the joints mature.
5) Providing for un-interrupted surface water flow during progress of work.
6) Arrangements for diversion of flows from storm drains, valleys or other success.
7) Protecting all pipes, conduits, culverts, roads, railway tracks, utility poles, fences, buildings
and other public and private properties fouling the work.
8) Removal and disposal of surplus soil from excavation after back filling to the specified lead.
9) Leveling and dressing of surplus soil from excavation or part of it in soil banks along with the
trench as directed by Engineer.

2.4 SCOPE OF WORK: The scope of work under this contract includes the following,

The scope includes survey, establishing sufficient Benchmarks, Design and preparation
of working drawing and approval from competent authority, implementation & successful
commissioning of Augmentation of water supply scheme to Badami, Kerur towns and 18
enroute villages from Almatti reservoir as source. After successful Commissioning,
Operation & Maintenance of the system for 5 years including O&M during one year
Defect liability Period.

Part-A: Civil works


I) Providing and laying of:
a. 75 mm dia HDPE PE-100, PN-8 46695 Mtrs.
b. 90 mm dia HDPE PE-100, PN-8 65402Mtrs.
c. 110 mm dia HDPE PE-100, PN-8 -8605 Mtrs.
d. 160 mm dia HDPE PE-100, PN-8 -2500 Mtrs.,
e. 200 mm dia K-7 DI Pipe -2915 Mtrs
f. 250 mm dia K-7 DI Pipe – 200 Mtrs
g. 300 mm dia K-7 DI Pipe – 50 Mtrs
h. 559 mm dia MS OD 6.4mm thick - 34000 Mtrs
i. 559 mm dia MS OD 5.6mm thick -16000Mtrs
j. 406 mm dia MS OD 5.6mm thick – 15500 Mtrs
k. 355.6 mm dia MS OD 5.6mm thick – 2000 Mtrs
l. 323.9 mm dia MS OD 5.6mm thick – 27000 Mtrs
m. 273.10 mm dia MS OD 5.6mm thick – 3550 Mtrs
II) Construction of 10 LL capacity RCC OHT -1 No

III) Providing and installing House Service Connections – 12417 No’s ( Badami – 7414 Nos, Kerur – 5003
Nos)

IV) Construction of, Intake well, Connecting Pipeline and Jackwell cum pump house, RCC foot bridge,
Switch Gear Room and Elevated Transformer platform.
102

Part-B: Operation & Maintenance for a period of 60 months including one year defect liability period of the
proposed Augmentation of water supply scheme to Badami, Kerur towns and 18 enroute villages from Almatti
reservoir as source

2.4..2 Earth work excavation lying of bedding wherever specified, laying of pipes jointing, testing &
commissioning of all pipe lines back filling the trenches and restoring and making good all surfaces
which are damaged during excavation.

2.4.3 Fixing and connecting all pipeline fixtures such as valves, bends, tees, blank flanged, tail pieces, flow
meter etc., and an air vessel tee with a blank flange at the start of the rising main.
2.4.4. Construction of all appurtenant structures such as pipe supports, valve chambers, thrust blocks and anchor
blocks etc.,
2.4.5. Dismantling and reconstruction of structures such as culverts, storm water drains, roads etc., and shifting
of utility lines such as water supply pipe lines, sewer lines coming in the way of the pipeline alignment.
2.4.6. Testing and commissioning of all the components under the scope of work after construction
2.4.7. Construction of suitable culverts at valley points as directed by the Engineer.
2.4.8. The defect liability period shall be 12 months after successful commissioning of the works under the
scope of the contract During this period, the contractor has to set right the defect of any kind in the
manufacture, laying and jointing of all the pipelines and in the other works in this scope of tender at his
own cost and risk.
2.4.9 All work shall be done as per the specifications. The works shall include providing all materials,
equipments, labour, tools, plants, transport etc., and all other services necessary for the complete
construction including necessary sub-soil investigations.

The alignment of the pipeline and other typical details of pipe bedding, valve chambers, thrust blocks,
pipe supports, and the general arrangement of the components of works are furnished in Section 8:
Drawings. Further details shall be furnished in the construction drawings during the construction stage.

2.5 Detailed Specifications:

EARTH WORK:

The earth work excavation for laying of pipe shall be carried out, in general as follows:

1) Before excavating the trench the alignment of pipeline shall be approved by the Engineer. The
excavation of the trenches and pits for manholes / chambers shall be carried out in accordance
with the specification and shall be done such that it does not get far ahead of the laying
operation as approved by the Engineer.
2) To protect persons from injury and to avoid damage to property, adequate barricades,
construction signs, red lanterns and guards as required shall be placed and maintained during
the progress of the construction work until it is safe for the traffic to use the road ways. The
contractor shall provide sign boards at salient points in streets and keep men to guide the traffic
at his own cost. The relevant Indian Standards and the rules and regulations of local authorities
in regard to safety provisions shall be observed.
3) Trial pits may be dug by the Contractor, without being directed to do so, along the lines of the
trenches as shown on the drawings in advance of the excavations for the purpose of satisfying
himself as to the location of under ground obstructions or conditions. The Contractor shall
proceed with caution, in any excavation and shall use every means to determine the exact
location of underground structures, pipelines, conduits, etc., prior to excavation in the
immediate vicinity there off. The contractor shall be solely responsible for the cost of
protection or repair or replacement of any structure, pipeline, conduit etc., above or below
ground which may be broken or otherwise damaged by his operations.
4) Suitable fencing shall be provided along the sides of trenches and pits. The posts of fencing
shall be of timber securely fixed in the ground not more than 3 m apart and they shall not be
less than 75 mm in diameter or less than 1.2 m above the surface of the ground. There shall be
two rails, one near the top of the posts and the other about 50 mm above the ground and each
shall be 50 mm to 70 mm in diameter and sufficiently long to run from post to post to which it
shall be bound with strong rope. The method of projecting rails beyond the posts and tying
them together where they meet will not be allowed on any account. All along the edges of the
excavated trenches a bank of earth about 1.2 m high shall be formed where required by the
Engineer for further protection.
5) The lighting, barricading, guarding of the trenches and the maintenance of watchman shall be
done by the Contractor at his cost. At every 30 meters interval and at every change in the
gradient, sight rails shall be provided and fixed by the Contractor at his own cost. The sight
rails and boning rods for checking the excavation and inverts of the pipes shall be of the quality
approved by the Engineer. In all streets in the city / town at every 15 m interval, blank board
shall be provided by the contractor at his own cost, to facilitate crossing of the trenches by the
public residing on the either side.
6) The road metal and also the rubble packing shall first be stripped off for the width of the trench
/ pit and separately deposited in such place or places as may be determined by the Engineer.
7) During excavation, large stones and rubble shall be separated and removed from the excavated
soil and stacked separately. The material from excavation shall be deposited on either side of
the of the trench leaving adequate clear distance from the edges of the trench and pit or as may
be necessary to prevent the sides of the trench / pit to slip or fall or at such a distance and in
such a manner so as to avoid covering fire hydrants, sluice values, manhole covers, etc. and so
as to avoid abutting the wall or structure or causing inconvenience to the public and other
service organization or otherwise as the Engineer may direct.
8) Contractor shall take into account additional excavation if any as the Engineer may require in
order to locate the position of water pipes, drains, sewers, etc. or any other works which may
be met with, in or about the excavation of trenches / pits while quoting the rates for excavation.
Such service lines if met with during excavation shall be properly maintained by the contractor,
by means of shoring, strutting, planking over, padding or otherwise as the Engineer may direct,
and shall be protected by the contractor from damage during the progress of the work.
9) Wherever extra width of excavation shall be necessary for shoring and strutting, of the
trenches on account of the nature of the soil, such extra width required to accommodate the
shoring boards shall not be paid for separately and the rates quoted for trench work are
deemed to be inclusive of all such incidental work.
10) All precautions shall be taken during excavation and laying operations to guard against
possible damage to any existing structures / pipelines of water, gas, sewage etc.
11) If the work for which the excavation has been made is not complete by the expected date of the
setting in of monsoon which is First week of June or the setting in of rain whichever is earlier,
or before the day fixed by the Engineer for filling in any excavation on account of any festival
or special occasions, contractor shall backfill such excavation and consolidate the filling.
12) Utmost care shall be taken to see that the width of the trench at the top of pipe is not more than
(External diameter of pipe in mm + 600 mm) + (400 mm for every 1500 mm depth of cutting)
or as specified in the cross section drawing (in case there is any difference, the latter shall
prevail). In case additional width is required it shall be provided only in the top portion from
the ground level up to 300 mm above the crown of pipe. If any extra width is provided in the
area below this portion, contractor shall have to provide remedial measures in the form of lime
concrete or rubble masonry or otherwise at the discretion and to the satisfaction of the
104

Engineer. If rock is met with, it shall be removed to 15 cm below the bottom of pipes and
fittings / specials and the space resulting shall be refilled with lean cement concrete of adequate
depth, properly consolidated to give the curved seating. The bottom of the trench shall be
properly trimmed to permit even bedding of the pipe line. Bottom of trenches / pits shall be
saturated with water and well rammed where ever the Engineer may consider it necessary to do
so. For laying of pipes larger than 1200 mm in diameter, in earth and murum, the curvature of
the bottom of the trench should match the curvature of the pipe as far as possible, subtending
an angle of 120 degrees at the centre of the pipe.
13) Wherever a socket or collar of pipe or fitting / special occurs, a grip is to be cut in the bottom
of the trench or concrete bed to a depth of at least 75 mm below the bed of the pipe so that the
pipe may have a fair bearing on its shaft and does not rest upon its socket. Such grip shall be of
sufficient size in every respect to admit the hand, all around the socket in order to make the
joint and the grip shall be maintained clear until the joint has been approved by the Engineer.
14) When welding is to be carried out with the pipes and specials in the trench, additional
excavation of not more than 60 cm in depth and 90 cm in length shall be made at joints in order
to facilitate welding.
15) The excess excavated material shall be carried away from site of works to a place up to a
distance as directed by the Engineer. This shall be done immediately so as not to cause any
inconvenience to the public or traffic. If the instructions from Engineer are not implemented
within seven days from the date of instructions to cart the materials and to clear the site, the
same shall be carried out by the Engineer at contractor’s risk and cost and any claim or dispute
shall not be entertained in this respect.
16) Refilling of trenches, where the excavation is rock shall be with the surplus soft soil from pits
located with all lead and lift.
17) It is to be distinctly understood that no extra payment shall be made for the excavation from
borrow pits located for obtaining earth for refilling, any instructions of the Engineer to bring
earth for refilling shall be detailed in writing and a separate extra payment shall be made for
the additional conveyance. No payment shall be made for disposal of soil for excavation,
surplus to or unsuitable for filling. Any additions or modifications specified in this Chapter
shall be followed. The Contractor shall make all excavations required for laying and jointing of
the pipeline and construction of pertinent structures as required by the project. Except where
otherwise required by the project or instructed by the Engineer, all excavation shall be in open
cut to the specified widths and depths. The Contractor is advised to satisfy himself with regard
to the likely conditions that may be met with during the execution of the Works, with regard to
the underground obstructions or conditions, necessary dewatering requirements etc., before
quoting the rates.

2.6 Classification of Excavation


All materials involved in excavation shall be classified in four categories as follows:

2.7 Ordinary soil


This includes excavation in all types of soil including soil containing gravel, murrum, loose
boulders, viz., ordinary gravelly soil, hard gravelly soil, wet soil, stiff slushy soil, chettu soil
and calcareous strata, but exclusive of disintegrated rock, soft rock/shale;
2.8 Soil Containing Disintegrated Rock, Soft Rock and Soft Shale, Medium Hard rock
This category includes excavation in soil containing disintegrated rock, soft rock or soft shale
which can be cut by shovel, lime stone, sand stone, hard shale and schist fissured rock, without
resorting to blasting and no hand or mechanical chiseling is required.

2.9 Hard Rock


This category includes excavation in hard rock requiring hand or mechanical chiseling or
blasting. In case of difference in opinion between the classification of rock requiring blasting
and that requiring chiseling, wedging, the decision of the Engineer shall be final and binding
on the Contractor.

2.10 Limits of excavation


The width of trench for laying of pipe lines DI/PVC/MS/HDPE/ RCC/GI, shall be as per
relevant IS codes with latest amendment. A minimum earth cover of 1.0 m shall be maintained
above the pipe top, unless otherwise specified or shown in the alignment drawings. Any extra
excavation required for providing suitable bedding for the pipeline or for maintaining the
grade of the pipeline, shall be paid extra at actual, and based on the quoted rates.
The Contractor shall be responsible to ensure that the widths and depths of the trenches
do not exceed the limits shown in the construction drawings. Should the excavation occur
beyond the dimensions specified therein, because of the negligence of the Contractor, the
Contractor shall fill the excess space with granular material or concrete as directed by the
Engineer. Nothing extra shall be paid to the Contractor on account of this.

2.11 Trial pits

Trial pits may be dug by the Contractor, without being directed to do so, along the lines of the
trenches as shown on the drawings in advance of the excavations for the purpose of satisfying
himself as to the location of Under Ground obstructions or soil conditions.

2.12 Slips and slides

If slips, slides, over breaks or subsidence occur in cuttings during the process of construction
they shall be removed at the cost of the contractor as ordered by the Engineer. Should slip
occur, the slipped material shall be removed and the slope dressed to a modified stable slope.
Removal of the slipped earth will not be paid for if the slips are due to the negligence of the
contractor. Adequate precautions shall be taken to ensure that during construction the slopes
are not rendered unsuitable or give rise to recurrent slides after construction. If finished slopes
slide into the roadway subsequently, such slides shall be removed and paid for at the contract
rates for the class of excavation involved, provided the slides are not due to any negligence on
the part of the contractor. The classification of the debris material from the slips, slides etc,
shall conform to its condition at the time of removal and payment made accordingly regardless
of its condition earlier.
The Contractor is responsible for proper protection of excavations made by him from
any slips and slides. All slides and caving shall be handled, removed or corrected by the
Contractor without any extra compensation at whatever time and under whatever
circumstances they may occur. The excavations shall be made good and brought to necessary
depth, width and levels without any extra cost.
106

2.13 Stacking of excavated material


The excavated material shall be stacked at least 600 mm away from the sides of the
trench.

2.14 Safety measures

The Contractor shall provide adequate safety measures during excavation. They shall include:
1. Barricading all sides of the open trenches.
2. Red danger lights as can be easily visible from dusk to dawn at an interval of 20 m and
at all the road crossings.
3. Traffic signals and display boards giving direction for diversion of traffic at the
appropriate places as may be directed by the Engineer.
4. Adequately safe wooden plank / Board or steel plate over the trenches at every 15
metres interval to facilitate crossing by the public residing on either side of the trench.
5. Round the clock watch and ward maintaining all safety regulations at the site of work
and protecting the site from unauthorized intrusions.

a. Progress of Excavation of pipe trenches

The Contractor shall adjust excavation of trenches in such lengths that the pipes can be laid in
such exposed portion of the trench within 3 days.

b. strutting and Bracing

Contractor shall suitably design polling boards, walling and struts to meet different soil
conditions that might me encountered in excavating trenches / pits. The horizontal and vertical
spacing of struts shall be such that not only the sides of trenches shall be prevented from
collapse but also easy lowering of pipe in trenches shall be ensured without creating undue
obstructions for the excavation of work. Any inconvenience and / or / delay that might be
caused in lowering pipes in trenches as a result of adopting improper spacing of struts by
Contractor shall be his sole responsibility. While taking out shoring planks the hollows of any
form must simultaneously be filled in with soft earth well rammed with rammers and with
water.

Engineer may order portions of shoring to be left in the trenches / pits at such places, where it
is found absolutely necessary to do so as to avoid any damage which may be caused to
buildings, cables, gas-mains, water-mains, sewers, etc., in close proximity of the excavation, by
pulling out the shoring from the excavations. Contractor shall not claim, on any reason,
whatsoever for the shoring which may have been left in.

Where the subsoil conditions are expected to be of a soft and unstable character in trench / pit
excavation the normal method of timbering may prove insufficient to avoid subsidence of the
adjoining road surface and other services. In such circumstances contractor will be required to
use steel trench sheeting or sheet piling adequately supported by timber struts, walling, etc., as
per the instructions, manner and method directed by the Engineer. The Contractor shall supply,
pitch, drive and subsequently remove trench sheeting or piling in accordance with other items
of the specifications.

The Contractor shall supply, fix and maintain necessary sheathing, shoring and bracing etc., in
steel or wood, as may be required to support the sides of the Providing, to protect workmen in
the trench and to prevent any trench movement which might any way injure or delay the work,
change the required width of the trench, make unsafe condition for adjacent pavements,
utilities, buildings or other structures above or below ground.

Sheathing, shoring and bracing shall be withdrawn and removed as the backfilling is being
done, except when the Engineer may agree that such sheathing, shoring and bracing be left in
place, at the Contractor's request. In any case, the Contractor shall cut off any such sheathing at
least 600 mm below the surface and shall remove the cut off material from the trench.

All sheathing, shoring and bracing which is left in place under the foregoing provisions shall be
removed in a manner so as to not endanger the completed work or other structures, utilities or
property, whether public or private.

c. Excavation in Rock

Excavation in rock shall be carried out to a depth, 150 mm more than the bottom level of pipe
and to a width equal to the diameter of the pipe plus minimum working space on either side as
given in drawing. Unless otherwise directed by the Engineer, rock excavation shall be
progressed at least by 20 m in advance of the pipe length proposed to be laid.

2.15 Blasting of Rock


Excavation of rock by blasting may be carried out if permitted by the Engineer depending
upon the location and circumstances. Contractor shall submit a detailed plan and methodology
for such blasting operation to the Engineer for approval. The responsibility of the Contractor
with respect to the use of explosives in blasting includes compliance with all laws, rules and
regulations of the State or Local Municipalities governing the storage, use, manufacture, sales,
handling, transportation or other disposition of explosives. All operations involving the
handling, storage and use of explosives, shall be conducted with every precaution by trained
and reliable men under experienced supervisors. Blasting shall not be undertaken until all
persons in the vicinity have had ample notice and have reached positions out of danger there
from. The Contractor shall take special precautions for blasting at and near the top of trench as
well as for the proper use of explosives in the trench to prevent damage to surface, structures,
water supply mains, sewers, storm drains or other buried structures. The Contractor shall
advice the department in advance when charges are to be set off.

After blasting, the Contractor shall thoroughly seal the excavated trench/pit, remove all loose
and shattered rock or other loose materials and make the excavation safe before proceeding
with further work. The Contractor shall not be entitled to compensation for removal of loose or
shattered rock or other loose materials resulting from the enlargement of the excavation
beyond the required limits.

Rock requiring blasting or chiseling shall exclude all rocks such as soft rock, small boulders
which can be removed either with pickaxe or crow bars, and shall apply to only rocks which
cannot be removed by any of these means. In case of differences in opinion, the decision of the
Engineer shall be final and binding on the Contractor.

2.16 Excavation for Inlets, Junction Chambers and Other Appurtenant Structures
The Contractor shall excavate as required for all structures with foundations to firm,
undisturbed earth up to the level of the under side of the structure. If the excavation is in rock,
the Contractor shall excavate all rock at least to the minimum limits shown on the standard
details for trenches and to the grade of the bottom of inlets, junction chambers or other
structures as required. Where the bottom of the structure is in rock, it should be ensured that no
rock shall project above the lower surface of the concrete in such a manner so as to reduce the
108

required thickness of concrete placed simultaneously as an integral part of the foundation and
to the outside of structure foundation where structure is to be built. The Contractor shall
excavate the trench / pit to provide necessary working space on all sides and for
accommodating any sheathing, shoring or bracing etc.

2.17 Contractor's Responsibility


The Contractor shall be responsible for the adequate pumping, drainage and bailing out of
water from the excavation. In case of failure to make such provisions or any other provisions
which may result in unsuitable sub-grade conditions, the Contractor shall replace and repair the
sub-grade as directed to the satisfaction of the Engineer, at his own cost and responsibility.

Should the Contractor select to use a gravel sub-grade to facilitate flow of water to pumps or
other points of disposal, such gravel sub-grade shall not be measured or paid for as an extra
item.

2.18 Works Included in Excavation


The following works as per specifications are also included in excavation and the term
'Excavation' shall construe to mean all such items of work. The quoted rates should include the
same:

1. Provision of side space or additional space in the trench/pit for working and/or
accommodating sheathing, shoring, bracing, etc.
2. Supply, installation and removal after the work, all sheathing, shoring and bracing required
to protect the excavation where required or where such work is recommended by the
Engineer.
3. Protection of excavations.
4. Providing adequate safety measures.
5. Additional work in connection with overhead wires and poles.
6. Excavations for socket hollows.
7. Change of trench location in accordance with Clause 15.7.7 of Chapter 11.
8. Additional work in conducting blasting operations as required, in case the excavation is in
rock.
9. Supplying and fixing of sight rails and boning rods in the trench to facilitate measurement
of work.
2.19 Bedding for the pipe
Bedding shall be provided all along the stretch of the pipe line, which differs based on the
area through which the pipe line passes. Pipe shall be generally laid on earth bedding. When
rock is met with, it shall be provided with gravel/sand bedding. Concrete arch bedding shall be
used in situations where the pipeline crosses the road below and the pipe may be subjected to
damage from passing vehicles. However, the type of bedding to be provided shall be as decided
by the Engineer. The various types of beddings are specified below:

2.20 Earth Bedding:


The pipes shall be placed on the natural, undisturbed earth bedding, which has been carefully
shaped to fit the lower part of the pipe for a width of at least 50 % of its external diameter. The
trench shall be excavated to an extra breadth and depth, wherever weld joints are coming and
the bedding shall be given to the weld joint such that it is relieved of all loads, permitting the
pipe Chapter to be firmly bedded throughout its length. Filling and removing earth or similar
materials beneath the pipe to adjust with the grade will not be permitted except filling with
compacted granular bedding material or murum.
2.21 Gravel Bedding
Wherever rock is met with, it shall be removed upto 150 mm below the bottom level of the
pipe to a minimum width equal to the width of the trench and the resulting space shall be filled
up with good quality compacted gravel. The granular material shall be filled in the trench upto
the level of ¼ the outer diameter of the pipe line, above the bottom of trench and well
compacted. Unless otherwise directed by the Engineer, rock excavation shall progress at least
20 m in advance of the pipe length proposed to be laid.
2.22 Concrete Arch bedding

Wherever concrete bedding is proposed to be provided, it shall be provided as per the approved
drawings or as directed by the Engineer. The sub-grade shall be prepared to dimension as
shown in the Drawings. The pipe shall be provided with sand bedding below and concrete arch
above. The dimensions and thickness of bedding etc., shall be as per the approved Drawings.

The bottom of the trench may be slopped on the sides or kerbed. The sand bedding shall be
provided below the pipe. The sand used shall be clean, medium grained and free from
impurities. The sand shall be compacted by hand compaction, by watering and ramming, in
layers not exceeding 150 mm.

The minimum thickness of concrete for the arch portion shall be as specified in the Drawings
or as directed by the Engineer. Dry mix will not be permitted. The slump for concrete for the
arch portion shall not be more than 25 mm. All water in the trench must be bailed out prior to
taking up bedding work. When concrete is to be placed over the pipe for arch portion, it shall
be placed carefully so as not to damage or injure the joints or displace the pipe. Back filling
shall be done in a careful manner and at such time after the concrete is set, so as not to damage
the concrete. Joints shall be avoided under the roads, but they shall be located on either side of
the roads.

The concrete arch bedding shall only be used when the pipe line crosses the road below and
where directed by the Engineer.

2.23 Special Bedding in poor sub grades

During the progress of work, if the subgrade is observed to be of poor quality which is
unsuitable for laying the pipe line and which is not the result of the Contractor's negligence, the
Engineer may direct the Contractor to strengthen the subgrade as mentioned below-

Where the bottom of the trench at sub-grade is found to consists of material which is unstable
to such a degree that in the opinion of the Engineer, it cannot be removed and replaced with
approved material thoroughly compacted in place to support the pipe properly, a suitable
foundation for the pipes, consisting of piling, timbers or other materials, in accordance with
relevant drawings and as instructed by the Engineer shall be constructed.

During the progress of the work, should the foundation for the pipeline be in soft, yielding or
spongy materials which are unsuitable for the sub-grade of the pipe line and which is not the
result of the contractor’s negligence, to make proper provisions for adequate drainage of the
excavation, the contractor shall remove such unsuitable sub-grade materials to the depth
directed by the Engineer. The contractor shall fill the excavated depth in the manner here in
after described or as directed by the Engineer.

The contract unit for foundation shall be one cubic meter. The foundations will be measured for
payment complete in place. The contract unit price shall be total compensation for furnishing
110

all Labour, tools, materials, equipment and incidentals necessary to complete the work,
including all excavation and disposal of surplus material.

2.24 Rock Foundations

The space resulting from the removal of unsuitable materials shall be filled with crushed stone,
local lime stone rock, free from loamy soil, clay and vegetable matter, graded in size from 25
mm to 30 mm in general.
The strengthening shall be done either by crushed stone or local lime stone, with depth not
exceeding 450 mm (ref. Clause 15.7.10.4 of Book of Specifications for Procurement of Project
Works); or by gravel, with depth not exceeding 225 mm or by concrete of mix 1:4:8

30 Backfilling of Trenches and around foundations of structures


3.1 General
1) Filling in trenches for pipes and drains shall be commenced as soon as the joints of pipe
and drains have been tested and passed. The backfilling material shall be properly
consolidated by watering and ramming, taking due care that no damage is caused to the
pipes.
2) Where the trenches are excavated in soil, the filling from the bottom of the trench to the
level of the centerline of the pipe shall be done by hand compaction with selected approved
earth in layers not exceeding 8 cm, backfilling above the level of the centerline of the pipe
shall be done with selected earth by hand compaction or other approved means in layers
not exceeding 15 cm.
3) In case of excavation of trenches in rock, the filling upto a level 30 cm above the top of the
pipe shall be done with fine materials, such as earth, moorum etc. The filling up of the
level of the centerline of the pipe shall be done by hand compaction in layers not exceeding
8 cm, whereas the filling above the centerline of the pipe shall be done by hand compaction
or approved means in layers not exceeding 15 cm. The filling from a level 30 cm above the
top of the pipe to the top of the trench shall be done by hand or other approved mechanical
methods with broken rock filling of size not exceeding 15 cm mixed with fine materials as
available to fill up the voids.
4) Filling of the trenches shall be carried out simultaneously on both sides of the pipes to
avoid unequal pressure on the pipe.
5) All fill material will be subject to Engineer’s approval. If any material is rejected by
Engineer, contractor shall remove the same forthwith from the site at no extra cost to the
Employer. Surplus fill material shall be deposited/ disposed off as directed by the Engineer
after the fill work is completed.
6) No earthfill shall commence until surface water discharges and streams have been properly
intercepted or otherwise dealt with as directed by the Engineer.

4.0 Material:

4.1 To the extent available, selected surplus soils from excavated materials shall be used as backfill.
Fill material shall be free from clods, salts, sulphates, organic or other foreign material. All clods
of earth shall be broken or removed. Where excavated material is mostly rock, the boulders shall
be broken into pieces not larger than 150mm size, mixed with properly graded fine material
consisting of murum or earth to fill up the voids and the mixture used for filling.
4.2 If any selected fill material is required to be borrowed, contractor shall make arrangements for
bringing such material from outside borrow pits. The material and source shall be subject to prior
approval of the Engineer. The approved borrow pit area shall be cleared of all bushes, roots of
trees, plants, rubbish etc, top soil containing salts sulphate and other foreign material shall be
removed. The materials so removed shall be burnt or disposed off as directed by the Engineer.
Contractor shall make necessary access roads to borrow areas and maintain the same, if such
access road does not exist, at his cost.

5.0 Filling in pits and trenches around foundations of structures, walls etc:
5.1 As soon as the work in foundation has been accepted and measured, 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 before
the succeeding one is laid. Each layer shall be consolidated to the satisfaction of the Engineer.
Earth shall be rammed with approved mechanical compaction machines. Usually no manual
compaction shall be allowed unless Engineer is satisfied that in some cases manual compaction
by tampers cannot be avoided. The final backfill surface shall be trimmed and leveled to proper
profile as directed by the Engineer or indicated on the drawings.

5.2 The Contractor shall use selected surplus spoils from excavated materials for backfilling. The
excavated materials suitable for backfilling shall be stored not closer than 600 mm from the edge
of the trench and shall not obstruct any public utilities or interfere with travel by local inhabitants
or general public. Handling and storage of excavated materials must meet with the regulations of
the Local Government Authorities. The detailed specifications for backfilling shall be as per
Clause 8 of IS: 3114-1994

6.0 Method of Backfilling


Trenches and excavated pits for structures shall be backfilled to original ground level or to such
other levels, as the Engineer may direct. All backfilling shall be carried out in orderly manner
expeditiously and consistent with good workmanship.
Backfill material put into the trenches/pits for backfilling, shall unless otherwise specified be
compacted and built up as to minimize future settlement as much as is reasonably possible. For
this, care shall be exercised in selecting backfill material free from large hard clay lumps,
especially in cramped areas directly adjoining the walls of structures.
Backfilling in trenches shall be done as pipe laying progresses, with the permission of the
Engineer, after the pipe or conduit is properly bedded, jointed and inspected and all
measurements for the location of Y-Junctions, tees, etc., are properly recorded by the Engineer
and sufficient time is allowed for the joint materials or cement concrete or mortar to set.
However the joints shall be left open for inspection during testing, which shall be backfilled after
successful completion of testing, after obtaining permission from the Engineer. Backfilling
around and over the pipe, conduit, or structure shall be taken up uniformly on all sides and in the
sequence and manner specified hereinafter, with care to avoid the displacement or damage to the
pipe, conduit or structure.

For the purpose of backfilling, the depth of trench shall be divided into the following three zones
measured from bottom to top of trench, as follows:

i. Zone A : From bottom of trench to the centre line of pipe,


ii. Zone B : From the level of centre line of pipe to a level of 300 mm above the top of pipe,
iii. Zone C: From a level of 300 mm above the top of pipe to the top of trench.

Backfilling in the trenches and around structures shall be carried out in horizontal layers of
uniform thickness of not more than 150 mm when measured loose. As may be necessary to attain
maximum compaction, the backfill material shall be moistened by sprinkling with water. After
placing each layer of backfill material, the layer shall be thoroughly and uniformly compacted by
means of mechanical or hand tampers. The compacting equipment and the manner of its use
shall be subject to the approval of the Engineer.
112

After the backfill material is placed in Zone A and Zone B as specified above, the remaining
portion i.e., Zone C of the trench may be machine backfilled. Even in this case the backfill
material shall be placed in uniform horizontal layers of not more than 150 mm thickness. Small
pebbles of size less that 50 mm, if any, shall be so distributed throughout the mass, that all
interstices are solidly filled with fine material. The backfill material shall be tamped with
mechanical tamping equipment, after moistening the backfill by sprinkling with water to obtain
maximum compaction.
Machine backfill shall be so conducted that the material deposited in the trench shall not fall
directly on top of the pipe from such a height as might result in damage to the pipe joints or
alignment.
If the trench is subjected to conditions which might cause flotation of the pipe before sufficient
backfill has been placed, the Contractor shall take the necessary precautions to prevent floatation
of the pipe, conduit or structure.
Before final acceptance of the work, additional tamped earth shall be added to restore the settled
trench surface to the required level of the adjacent earth surface or to the base of crushed rock
wearing surface or to the finished earth base.
As per clause 4 (Backfilling of Trenches and around foundations of structure) of section-7 If
from the excavated spoil, enough backfill material is not available, imported, selected and
approved backfill material from the borrow pits is required to be placed for backfill, on approval
of the Engineer. Backfilling of trenches where the excavation is in the rock shall be with the
surplus soft soil, with all lead and lift.

7.0 Measurement and Payment for Excavation


7.1 For Excavation
The measurement for excavation shall be considering the allowable widths, depths with allowed
side slopes (if any) for different classes of soils as per approved classification. The measurement
for excavation shall be based on “neat line” dimensions as specified in the drawing or
Specifications, for different types of soils and depth of excavation. The total volume of
excavation shall be computed as a square bottomed trench of width equal to the outer diameter
of the pipe, with minimum working space as given in the drawing, added to it, length up to the
length of the trench being measured and depth of trench being average depth taken at 30 m
intervals, between the level of bottom of trench and the original surface of the ground. The
length of the trench shall be measured as per the actual length of pipes and fittings / specials laid
at work site. However depth shall be measured at closure intervals at vulnerable places. The
volume of excavation for structures like valve chambers, thrust blocks and anchor blocks etc.,
shall be computed and measured for payment as per the bottom area of the particular structure
on outer periphery multiplied by the average depth between the level of the finished bottom of
the structure and the original surface of the ground. The quantity shall be measured in cubic
meters correct to two decimal places. The method of measurement for excavation for different
classes of soils shall be as follows:

7.2 In Ordinary Soil and Soil Mixed with Disintegrated Rock and Soft Rock / Shale
In this category of soils, the excavation quantity shall be computed as specified above.

In Hard rock
In case of hard rock requiring chipping or chiseling, measurements shall be taken prior to and
after chiseling and the volume of rock excavation shall be measured based on this difference. In
case of excavation in hard rock by blasting, the quantity of rock excavated shall be stacked
along the side of the trench, which will be cross checked with the trench dimensions. The
excavation in rock shall be paid on stack measurements with a deduction of 40% in volume for
voids. However, the payment for rock excavation by blasting shall be limited so as not to
exceed the volume computed based on the trench dimensions as per specifications.
7.3 For Excavation in Combination of Ordinary Soil, Disintegrated
Rock, Soft Rock/Shale and Hard Rock/Schist
Wherever the excavation is undertaken in combination of ordinary soil, disintegrated rock, soft
rock /shale and hard rock, the hard rock part shall be measured and paid as explained in Sub-
Clause 6.1, 6.2, 6.3 and the soil part shall be measured and paid for the total measurable
excavated quantity deducting the quantity measured for the hard rock. The total computed
volume of excavation shall be equal to the sum of the computed volumes for each category of
excavation undertaken.

7.4 For Bedding


The Contractor shall include the cost of earth bedding required for the pipeline in the tendered
rate for pipe laying. For providing gravel and Concrete arch beddings in accordance with Sub-
Clauses 1.26 and 1.27 respectively of this Section, the Contractor shall The surplus quantity of
excavated earth shall be disposed off as specified in the Sub-Clause 3.7.3 of this Chapter
without any extra cost. The quantity shall be measured in cubic meter correct to two decimal
points.

8.0 HDPE pipeline


Supplying HDPE pipeline PE 100, PN 8 pipes conforming to IS 4984:1995 with latest
amendments and conveying to worksite, rolling and lowering into trenches, laying true to line
and perfect linking at joints, jointing of HDPE pipes and specials (including cost of specials)
with jointing of approved type, testing and commissioning, including loading and unloading at
both destinations and cuts of pipes wherever necessary. Encasing the pipe all-round to a depth
of not less than 15cms with soft gravel or selected earth available from the excavation, etc.,
complete giving hydraulic test as per relevant ISS with all lead and lift testing and
commissioning. The rate is inclusive of required specials and fittings etc and giving necessary
hydraulic test to the required pressure as per ISS (Contractor will make his own arrangements
for procuring water for testing).
8.1 Field Hydrostatic Testing:-

After laying the pipe, pipeline shall be tested. The testing shall be done as per Clause 15.5, 16.3 Book of
Specifications for procurement of Project works. The water and any other equipments required for testing shall
be arranged by the contractor. The water used for testing shall be approved quality.

8.2 Laying of pipe:-

Pipes shall be laid in underground with minimum earth cover of 1mtr.Pipes shall be laid in sections of 500m
each. Laying of pipes shall be as per clause 15, Book of Specifications for procurement of project works. All
pipes, fittings and materials shall be tested and approved by the Engineer before being laid. Any pipes fittings.
8.3 Procedure for Butt Fusion Welding for HDPE pipes.
With a clean dry cloth wipe the inside and outside surfaces of the two pipe ends to be joined to remove dirt,
moisture and foreign materials. It is important that the ends protruding past the clamp jaws be absolutely clean
and free of any kind of contaminations.

Install pipe in the welding machine clamps. Ends should extend approximately one inch past alignment clamps
for facing. Check alignment and adjust as required to get perfect alignment of the meeting surfaces.

Pipe ends should be perfectly faced by facer or square-cut with appropriate tools meant for the same. Remove
any burr on the meeting faced / square-cut ends by a knife. Do not touch the meeting pipe ends by hand, which
may contaminate the meeting surfaces due to dirt or perspiration or body oil.
114

Bring the two pipe ends together after facing, to see the alignment once again and ensure the alignment is
perfect.

Separate the two pipe ends and insert the heater plate between the two pipe ends. Bring the movable pipe
section against the heater plate until both pipe-ends are in full and firm contact with the heater plate.

As soon as the pipe ends are firmly in contact with the heater plate, immediately remove the pressure given to
the clamp to remove the pressure on pipe ends on heater plate. If the pressure on the pipe is maintained during
heating, the melt will be squeezed away from the pipe ends and create a concave effect in the pipe ends and
this will weaken the joint.

Heat the pipe ends until properly sized melt bead are formed on both pipe ends. As the pipe melt against the
heater plate during the heating period, the molten plastic will swell and form melt beads around the pipe ends.
The melt beads should be the same size on both ends and uniformly sized all the way around,

The butt fusion temperature is normally situated between 2000 C to 2350 C depending on the variable factors.

Pipe Size Approximate one side melt bead width


Less than 90mm OD pipes 1.60mm
90mm OD to 180mm pipes 3.20mm
200mm to 250mm OD pipes 4.75mm
280mm to 630mm OD pipes 6.25mm

Please note the meld bead width values given above are indicative only and depending on wall thickness of the
pipe, the material grade, production type, temperature of the heater plate and the applied fusion-cycle, the melt
well head width may vary.

After melting has been completed as described above, separate the pipe ends, just enough to remove the heater.
Quickly observe the parts to be joined to ensure sufficient and uniform melting patters. Then quickly bring the
pipe ends together with the fusion jointing pressure. Join the pipe ends within a time of (3+0.0dn) seconds with
a maximum 6 seconds for diameters up to and including dn 250 mm and a maximum of 12 seconds for
diameters above dn 250 mm.
To ensure a good quality joint, it should have a smooth symmetrical bead shape around the entire pipe
circumference as shown in the following figure A. The bead depression “A” shall not extent below the pipe
surface.

If the molten plastic sticks to the heater, do not continue with jointing. Allow the pipe ends to cool and start all
over again from the beginning the prefacing / square cutting. Fusion jointing pressure would vary with pipe
size, wall thickness and material grade.

The force applied will cause each bead to roll back on to the pipe, Insufficient or excessive roll back is one
indication of a faulty joint flg. ‘B’.

While maintaining the pressure used in making joints, allow the joints to cool naturally for 30 to 90 seconds
per inch of pipe diameter before removing from the clamps. Heavier walled (lower SDR) pipes require longer
cooling time. However, the cooling time will vary depending on the prevailing climatic / environmental
conditions.

On examining if the joint appears faulty, cut open the joint and start all over again from the beginning.

On satisfactory appearance, remove fused pipe from the welding clams. Allow the joint to cool under no
pressure at least for 20 minutes after removal from welding clamps before subjecting the joint to testing,
bending or backfilling stresses.
8.4 HYDRAULIC TEST PROCEDURE FOR THE HDPE PIPE LINES

1. Before standing any test, the system shall be visually inspected to ensure that the recommendations for
the correct installation procedure have been compared with and that the pipeline together with appliance,
valves and fittings are laid in the prescribed manner.
2. The entire sketch shall be back filed as per specifications, leaving about 0.5m space on the either side
of the joints, fittings and valves, etc.
3. All control valves fitted on the pipeline to be tested shall be positioned open for the duration of the
testing and open ends temporarily closed with watertight fittings. The upper end plug/fitting should have
an arrangement of GI pipe fitted with stopcock for release of air while filling the pipeline, as indicated in
enclosed figure.
4. Two pressure gauges duly calibrated (Calibration certificate not older than 6 months) shall be fixed, on
at the lower end and the other at the upper end of the pipeline. The gauges shall be fixed in such a way that
it is convening to note the readings.
5. Not more than 1500m length of pipe preferably between valve to valve shall be taken for testing at a
time and shall be filled from the lower end with water slowly and carefully either by hand pump or power
driven pump(Positive Displacement Type) to avoid surge pressure and also for easy ventilation of air from
the pipeline. Ventilation at high points may be required to purge air pockets while the test section shall be
filled. Ventilation may be provided by loosening flanges or by using Air valve. Pre. Lightening shall be
done for any loosened flanges before applying the test pressure. The test pressure shall be applied
gradually at the rate of 1Kg/cm2/min at lower end.
6. The gauge at the lower and shall show the lost pressure whereas the upper end gauge shall indicate a
corresponding value accounting for the static head difference i.e difference in elevation between the upper
end and lower end of the lost section(if the difference in elevation shall be of about 30m and test pressure
shall be 1.50 times the maximum rated pressure in distribution system (i.e 12 Kg/Cm2) registered at the
lower end gauge(pressure gauge 1) then the corresponding pressure of the upper end gauge (pressure
gauge 2) shall show 12-3=9Kg/cm2)
7. The test pressure shall not be loss of and a trial runs the rated pressure of the pipe under use (in general
maximum rated pressure in distribution system is about 9Kg/cm2.Therefore 1.5 times of 9 i.e. 13.50
Kg/cm2 pressure shall be considered as test pressure for all the distribution system pipeline).
8. The test procedure shall consist of two phases, viz., initial expansion phase and test phase, During the
initial expansion phase(about 4 hours).The test section shall be pressurized to the test pressure i.e 1.5.times
the rated pressure and sufficient make-up water shall be added after each hour for four hours to return to
the test pressure.
9. The Test phase shall be of 3 hours duration. The pressure gauge reading shall be recorded at both ends
at an interval of half hour for 3 hours. After 3 hours of test phase, measured amount of make up water shall
be added to return to test pressure. If the amount of make-up water added does not exceed the values in the
Table 1 – Test phase Makeup water amount for HDPE pipes, enclosed,. the pipe shall be deemed to pass
the hydraulic test.
10. The total test time including initial pressurizations, initial expansion and time at test pressure shall not
exceed eight hours if the pressure test can not be completed due to leakage or equipment failure etc the test
section shall be de-prescribed and allowed to relax for at least eight hours before brining the test section up
to test pressure again.
11. After the successful test, the water shall be drained through the scour valve to the natural drain point
without causing to the public.
12. Recording of Test should be done in the format enclosed as Appendix-1
13. Contractor should make arrangement to all the materials as given in Appendix-2 before testing.

Test Phase Make-Up Water Amount for HDPE Pipes

Diameter of PNS HDPE pipes as per IS Standards Make up Water Allowance after 3
Outer Diameter Avg. hours in Liters per 100 M of Pipe
50 44.9 2.2
63 56.7 2.5
75 67.4 2.6
90 81.1 3.5
110 99.3 4.0
116

125 112.8 6.0


140 126.3 7.2
100 144.4 9.4
160 162.5 11.0
200 180.6 12.4
225 203.1 16.6
250 225.8 21.9
260 252.9 25.9
315 284.5 35.8
355 320.7 43.9
400 350.6 53.1
450 405.7 62.0
500 451 78.4
560 504.9 98.2

Source: Plastic Pipe Institute (PPI)


2.7 The agency should get approval for hydraulic design of distribution system after conducting detail survey.

Appendix – 1
HYDROSTATIC TEST FOR HDPE PIPES
Lab Ref. No.__________
Date________________

Package Name Package No.


Contractor Name: Contract No:
Daily Log Ref ----------- Date Tested

Date ----------------------.____

Sl. OD ID m Stretch Length(m) Applied test Test phase reading Quantity of Observati
No (mm) m) pressure(Kg/cm after make up on
2) water added
after 3 hrs in
litre/100m
1 hr 2 hr 3 hr

Comments of the Engineer/Consultant. ______________________________

Any rectification to be done by the contractor._____________________________


Signature of the Engineer/Consultant Signature of the Contractor
Appendix – 2

List of Material required for Hydraulic Testing of HDPE Pipes

1) Pressure gauge with calibration not older than 6 months


2) Air vent
3) Power supply/DG set in case of mechanical pump
4) Measuring jar to measure make up water
5) Storage for make up water
6) Stop cock
7) Blind flanges with suitable GI piping arrangement
8) Arrangement for water for testing.

7.5 Electro Fusion Tapping HDPE Saddle and Electro Fusion Fittings
The electro fusion fittings should comply with the following specific requirements.
7.5.1 It shall comply with the requirements of BS EN 12201-3, BS EN 1555-3 or ISO 8085-3.
7.5.2 All the fittings shall be of SDR 11 rating.
7.5.3 The Electro fusion couplers used for drinking water applications should have undergone type test by WRc-
NSF, U.K. according to BS 6920 in any of their Certified Laboratories like WRc-NSF/GW/KIWA/SPGN
and certificate of Compliance to be produced for the following parameters.
a. Odour and Flavour of Water.
b. Appearance of Water.
c. Growth of Micro Organism
d. Extraction of substances that my be of concern to Public Health (Cyto Toxicity)
e. Extraction of Metals.
7.5.4 All the Electro fusion couplers and other fittings shall be manufactured by injection moulding using virgin
compounded PE 100 (HDPE) polymer having a melt flow rate between 0.5-1.1 grmas/10 minutes and
shall be compatible for fusing on either PE 80 or PE 100 distribution mains manufactured according to
the relevant national or international standards. The polymer used should comply with the requirements
of BS 3412 and / or BS EN 12201-1. The Electro fusion couplers intended for water distribution
applications shall be coloured blue for the clear identification of the services.
7.5.5 All the Electro fusion couplers should be individually packed so that they can be used instantaneously at
site without additional cleaning process. The protective packing should be transparent to allow easy
identification of the fittings without opening the bags.
7.5.6 The Electro Fusion coupler should be with only a single heating coil to fully Electro fuse the fitting to the
adjoining pipe or pipe component as applicable. The heating coils shall be terminated at terminal pins of
4.0 or 4.7 millimetre diameter, protected with terminal shrouds. Each terminal shroud should be
additionally protected with polyethylene shroud caps.
7.5.7 No heating element shall be exposed and all coils are to be integral part of the body of the fittings. The
insertion of the heating element in the fitting should be part of the injection moulding process and coils
inserted after the injection moulding process or attached to the body of the fitting as a separate embedded
pad etc., are strictly not acceptable.
7.5.8 The pipe fixation shall be achieved by external clamping devices and integral fixation devices are not
acceptable.
7.5.9 The brand name, size, raw material grade, SDR rating and batch identification are to be embedded as part
of the injection moulding process. Each fitting should also be supplied with a Data Card or stickers with
appropriate barcode as well as manual setting information for data transfer purpose. The barcode sticker
should also include the fusion and cooling time applicable for the fitting for the manual setting of a
manual fusion control box.
7.5.10 The fittings should be V-regulated type designed to fuse at a fusion voltage of 40 volts AC.
7.5.11 The heating elements should be designed for fusion at any ambient temperatures between -5 to +40
degree centigrade at a constant fusion time i.e without any compensation of fusion for different ambient
temperature.
7.5.12 limited path style fusion indicator acting for each fusion zone as visual recognition of completed fusion
cycle should be incorporated into the body of each fitting near the terminals. The fusion indicators
should not allow the escae of the molten polymeter through them during or after the fusion process.
118

7.5.13 All the sockets in the Electro Fusion fittings should include a method of tapping controlling the pipe
penetration (pipe positioner / stopper).
7.5.14The Electro fusion Tapping ferrule should be with bottom clamps / belt to ensure proper tightening of the
fitting to the pipe. Saddles with wrap around clamps made of polyethylene, nylon or any such other
material will not be acceptable.
7.5.15 The tapping EF Tapping saddle should be supplied with suitable adaptors for proper positioning of the
loading clamp into the saddle.
7.5.16 The torque required to operate the cutter after fusion on the PE mains should not exceed 45 N-m.
7.5.17 The cutter should be designed in such a way that the cut coupon is not allowed to fall into the pipeline
and is retained inside the body of the cutter providing a positive sealing of the hole in the cutter head for
pressure testing.
7.5.18 The Electro fusion tapping Ferrules, will have female threaded outlet to connect compression Metal
insert Male thread, adaptor fitting for further extension of connection.
7.5.19 The threaded outlet should be from sizes ½” to 2” BSP to suit the required House Service Connections.
7.5.20 The outlet should be reinforced with female threaded metal inserts of Brass MOC.
7.5.21 The tapping on the PE mains shall be achieved by a custom built metal cutter supplied by the
manufacturer one each for the standard packing box.

7.6 . COMPRESSION FITTINGS:


Compression fittings used for House Service Connection comply as per ISO 14236

7.6 .1 Materials of Construction.


Compression fittings material shall confirm to ISO 14236 Clause-5
A. Body-Polypropylene
B. Nut/Cap-Polypropylene
C. Clip Ring-POM (Acetylic resin)
D. Packing bush-Polypropylene.
E. “O” ring-NBR
F. Threaded metal inserts –SS 304 with BSP Threads.

7.6.2 Pressure testing.


The pressure rating of compression fittings as per clause 8 of ISO 14236 which shall be PN16.

Dimensions :
The Dimension of compression fittings shall be as per clause 7.1 of ISO 14236.

7.6.3 Performance requirements :


The Dimension fittings shall be tested as per ISO 14236. Following Test methods shall be performed.

Clause 8.2.1 - Leak tightness under internal pressure.


Clause 8.2.2 - Resistance to Pull out.
Clause 8.2.3 -Leak tightness under Internal Vaccum.
Clause 8.2.4 - Long term Prssure Test for Leak tightness for assembled joint.
Clause 8.3.2.1 - MRS Value as per ISO 9080
Clause 8.3.3.1 - Resistance to internal pressure.

7.7 Effects on Quality of Water.

The Compression fittings for intended for conveyance of Potable water for Human consumption to be tested to
comply with BIS 6920 specifications in any of the laboratories like DVGW / KIWA / SPGN / WRc-NSF and
certificate of compliance to be produced for the following parameters.

a. Odour & Flavour of Water.


b. Appearance of Water.
c. Growth of Micro Organism
d. Extraction of substances that may be of concern to Public Health (Cyto Toxicity)
e. Extraction of Metals.
For clear identification of the Water Services, the nuts of the fittings should be coloured blue white the body to
be black. All fittings with threaded ends should be with BSP threads.

7.8 . Gun Metal BALL VALVES (STOP COCKS).


Gun metal Ball Valves used for HOUSE Service Connections shall comply to IS: 1703-89.

7.8.1 Material of Construction:


Ball Valve material shall confirm to relevant IS standards.
a. Body and Handle –Gun metal.
7.9 . HDPE Pipes
These specifications are for HDPE black PE 100, PN16 pipes for House Service connections of Dia 20
mm OD.

7.9.1 Raw Material


Raw material used to manufacture HDPE black pipes shall be virgin natural Resin PE 100 containing
those anti-oxidants. UV stabilizers and pigments necessary for manufacturing to ISO 4427 standard. The PE
100 Resin shall have MRS of 8 Mpa.
7.9.2 Effects on water quality
The HDPE PE 100 Black pipes shall confirm to clause 3.5 of ISO 4427 for conveyance of water for
Human Consumption. Also the pipes intended for conveyance of potable water for Human consumption to be
tested to comply with BS 6920 specifications in any of the laboratories like DVGW/KIWA/SPGN/WRc-NSF
and certificate of compliance to be produced for the following parameters.
a. Odour and Flavour of water
b. Appearance of water
c. Growth of Micro Organism
d. Extraction of substances that may be of concern to Public Health (Cyto Toxicity)
e. Extraction of Metals

For clear identification of the Water Services, the nuts of the fittings should be coloured blue or the
body to be black. All fittings with threaded ends should be with BSP threads.

7.9.3. Gun metal Ball Valve (STOP COCKS). -

The ball valve shall be of Gun metal as specified conforming to IS: 1703-89. The ball valve shall be of
following class:
a) High Pressure - Indicated by the abbreviation ‘HP’ for use on mains having pressure of 1.75 kg/sq. cm. or
above. These shall remain closed at a test pressure of 13.5 kg/sq. cm.
Nominal size of ball valve
Sl.
Diameter of spherical float 15 20 25 32 40 50
No.
mm mm mm mm mm mm
1 High Pressure (mm) 127 152 203 229 254 305
3 Minimum weight of ball valve including 283 446 823 1149 1589 1852
back nut, body and piston (gms)

Performance Requirements:
The Ball valves shall be tested as per ISO 4422.Folowing test methods will be performed.
Clause 7.1 - Resistance of Valve Bodies to internal pressure
Clause 7.2 - Crushing Test
Clause 7.3 - Endurance Test
Clause 7.4.2 - Seat and Packing Test
Clause 7.4.1 - Operating Torque Test
120

The Ball Valves intended for conveyance of Potable water for Human consumption to be tested to comply with
BS 6920 specifications in any of the laboratories like DVGM / KIWA / SPGN / WRc –NSF/ equivalent
institutions approved by the employer and certificate of compliance to be produced for the following
parameters:
a. Odour & Flavour of Water.
b. Appearance of Water.
c. Growth of Micro Organism
d. Extraction of substances that may be of concern to Public Health (Cyto Toxicity)
e. Extraction of Metals.
7.9.4 Bib cock and Stop cock – Gun metal: A bib cock (bib tap) is a draw off tap with a horizontal inlet and
free outlet and a stop cock (stop tap) is a valve with a suitable means of connections for insertion in a pipe line
for controlling or stopping the flow. They shall be of specified size and shall be of screw down type and shall
conform to IS: 781-84. The closing device shall work by means of 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. Valve shall be of the
loose leather seated pattern. The cocks (taps) shall open in anti-clock wise direction.
The bib cock and stop cock shall be polished bright. The minimum finished weights of bib tap (cock)
and stop tap (cock) shall be as specified in Table below:
Size (mm) Minimum finished weight
Bib tap (Kg.) Stop tap (Kg.)
8 0.25 0.25
10 0.30 0.35
15 0.40 0.40
20 0.75 0.75

7.9.5 Pressure Rating:


The pressure rating of HDPE black PE 100 pipes shall be confirming to clause 4.1of ISO 4427 1996.
7.9.6 Colour of Pipes
The colour of HDPE PE 100 pipes shall be black confirming to clause 3.2 of ISO 4427 : 1996.
7.9.7. Dimensions:
The pipe dimensions shall be as per latest revisions of clause 4.1 of ISO 4427: 1996 and pipes upto
diameters 32 mm shall be supplied in coils of 300 mtrs. The internal diameter, wall thickness, length and other
dimensions of pipes shall be as per relevant tables of ISO 4427 : 1996. Each pipe shall be of uniform thickness
throughout its length. The wall thickness of the PE 80 pipes shall be as per the table given below:

Nominal Dia of HDPE Wall thickness


PR rating
pipe (mm) Minimum Maximum
20 PN 16 2.3 2.8
25 PN 12.5 2.3 2.8
32 PN 12.5 3.0 3.5
The dimension tolerances shall be as per ISO 4427 clause 4.1.3
7.9.6. Performance requirements:
The pipe supplied should have passed the acceptance test as per ISO 4427. The manufacture should provide the
test certificates for the following tests.

1. Melt Flow Rate


2. Density
3. Oxidation and induction test
4. Hydrostatic Test
5. Pigment dispersion Test
6. Longitudinal Reversion Test.

These tests should be performed in the in-house laboratory of the pipe manufacture. The employer will depute
third party inspection Agency to the pipe manufacturing facility of the manufacturer to inspect the pipes as per
QAP approved by Engineer in charge.
Training: The contractor shall provide training to Engineer in charge regarding erection, functionality & other
manufacturing problem in the original manufacture factory unit for 5 days.

7.10.0 BUTT WELDING PROCEDURE FOR PE PIPES (HDPE)


Jointing between HDPE pipes and specials shall be done as per the latest IS 7634 part II. Method of jointing
between the pipes to pipes and pipes to specials shall be with butt fusion welding using automatic or semi
automatic, hydraulically operated, superior quality butt fusion machines which will ensure good quality butt
fusion welding of HDPE pipes. For pipes 160 mm dia and above, Hydraulic Jack must be used in butt welding.

7.10.1 PRINCIPLE
The pipes to be joined are held in clamps which grips and re rounds the pipe, pipe ends are prepared by
planning with an electrically driven trimmer. Then the pipe surfaces are heated using an electrically/powered
non-stick heater plates. When molten, the pipe ends are brought together and held under pressure until cooled.
Procedure:
Step 1 : Wipe the inside and outside surface of the pipe with clean dry cloth to remove any dirt on the
pipe. Pipe ends shall be cleaned using knife edge.
Step 2 : Install the pipes on the welding machine clamps. Check alignment. Adjust to get perfect alignment
of the mating surfaces.
Step 3 : Face the pipe ends using the electrically driven facer.
Step 4 : Check alignment once again after facing.
Step 5 : Insert the heater plate and bring the movable pipe end close to heater plate such that both the ends
in firm contact with the heater plate.
Step 6 : Heat the pipe until properly sized melt bead is formed on the both pipe ends.
Step 7 : Remove the heater plate and bring close the pipe ends as quick as possible under the desired
pressure.
Step 8 : Allow the cooling time under pressure and then remove the clamps.
Step 9 : Check the bead pattern to ensure a good quality joint.

7.10.2. BUTT FUSION JOINTING OF PE PIPES AND FITTINGS-


7.10.2 .1 RECOMMENDED PARAMETERS
The AusPoly Technical Committee has prepared this publication as a guide to the butt fusion of polyethylene
pipe using AS/NZS 4130 materials as a basis.
The user should always check the applicability of the Parameters to any given project and whether the version
on hand is current. As the conditions of the use of welding equipment are outside the control of the committee,
no liability / can be accepted by AusPoly in connection with the use of this table.

Butt Fusion Parameters Units Value Comments


Heater plate temperature Degree C 220 +15
Pressure value : Bead up kPa 175+25 Insert this Value in the formula (note 6),
and add drag pressure.
Approx bead width after bead up mm 05+01 t t = Wall thickness (see note 4)
Bead up time Second Approx. 6t Varies with ambient temp
Pressure value : Heat soak kPa Drag only
Heat soak time Second 15t
Max. changeover time Second 3+0.01 D D= pipe diameter (see note 5)
Max. time to achieve welding Second 3+0.03 D Pressure should be increased smoothly
pressure using most of the time allowed to reach
weld pressure.
Pressure value : Welding and kPa 175 +25 Insert this value in the formula (note 6) and
122

cooling add drag pressure


Welding & Cooling time Minute 10+0.51 Time in clamps
t<15 mm
Welding & Cooling time Minute 1.5t Time in clamps
t<15 mm
Min bead width after cooling mm 3+0.5t Typical (see note 2)
Max bead width after cooling mm 5+0.75t Typical (see note 2)

11.2.2 Drawing:

Machine pressure
P1 P3

Drag
pressure P

T1 T2 T3 T4 T5

7.11.2.3.Notes:

These parameters apply to the butt fusion PE80 or PE 100 polyethylene materials as specified in AS/NZS 4131
These parameters may also apply to the butt fusion PE80 to PE100, this may result in slightly different bead
formation without reducing weld quality. If in doubt refer to the pipe maker. Only pipes and fittings of the same
diameter and wall thickness should be built fused together.
t=mean pipe wall thickness calculated from AS4130 min/max values, rounded to the nearest mm.
D=mean pipe outside diameter calculated from AS4130 min/max values, rounded to the nearest mm.

Pressure calculation formula : pipe annular areas


_________________ x Pressure value.
hyd. Cylinder area
Where Pipe annuals area =(D-t) t

For ambient temperature > 25 0 c, cooling time must be increased by 1 minute p0 C above 250C.
For ambient temperature <50C, cooling time may be decreased by 1 minute p0C below 50C.

7.12.0. ELECTRO FUSION WELDING PROCEDURE.


The saddles and the couplers for HSC shall be joined using good quality EF welding equipment with bar code
sensing facility.
Procedure.
Step 1 : The surfaces on which EF fitting is to be joined shall be scrapped and cleaned properly using the
scrappers.
Step 2 : Removed the plastic covering on the fitting and immediately place the fitting on the pipe where the
fitting is to be welded.
Step 3 : Use proper holding tools to hold the fitting with the surface to be joined.
Step 4 : Use bar code reader to sense the data on the fitting.
Step 5 : Allow proper cooling time and then remove the clamps.

7.13. Specials and fittings (GI)


The fittings for GI pipes shall be of mild steel tubular or wrought steel fittings confirming to IS 1239
(Part-II). The fittings shall be designated by the respective nominal bores of the pipes for which they are
intended.
7.14. Jointing.
The pipes shall be cleaned and cleared of all foreign matter before being joined. While joining the pipes
the inside of the socket and the screwed end of the pipes shall be oiled and rubbed over with white lead
and a few runs 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 shall be taken that all pipes and fittings are properly joined
so as to make the joint completely water tight and pipe are kept at all times free from dust and dirt during
fixing. Butt from the joint shall be removed after screwing. After laying the open ends of the pipe shall be
temporarily plugged to prevent access of water, soil or any other foreign matter.

7.15 HDPE pipes


This specification covers the requirements for manufacturing, supplying, laying, jointing testing work site,
of High Density Polyethylene (HDPE) pipe used for water supply.

7.15.1 Applicable codes.


The laying of HDPE pipes and fittings / specials shall comply with all currently applicable status
regulations, standard and codes. In particular the following standards, unless other wise specifies herein
shall be referred. In all cases, the latest revision of the standards / codes shall be referred.- If requirements
of this Specification conflict with the requirements of the standards / codes, this Specifications shall
govern

IS : 4984-1995 Specification for High Density Polyethylene pipes for potable water
supply and sewerage
IS : 14333-1996 Code of practice for HDPE pipes for sewerage applications
IS : 8008 (Part I to VII) Injection moulded HDPE fittings for potable water supply, specific
requirements for Bends, Tees, Reducers etc.,
IS : 8360-1977 (Part I to IV) Specifications for fabricated HDPE fittings for potable water supply
IS : 7634-1975 (Part II) Code of practice for plastic pipe work for potable water supply (laying
and jointing Polyethylene pipes)

Other IS codes not specifically mentioned here but pertaining to the use of HDPE pipes shall form the
Specifications

7.15.2 Maintenance
i) The HDPE pipes and fittings shall be of approved brand conforming to IS: 4984-1995 and IS : 8008 (Part I
to VII) or IS, 8360 (Part I to IV) respectively and shall be free from defects.
ii) The pipes are manufactured in sizes from OD 20 mm to OD 1000 mm at pressure ratings of 2.50 PN, 4.00
PN, 6.00 PN, 10.00 PN, 12.50 PN and 16.00 PN.

7.15.3 Specials and fittings


HDPE specials and fittings shall confirm to the following IS.
IS : 8008-1995 (Part I to IV) Injection moulded HDPE fittings.
IS : 8360-1977 (Part I to IV) Fabricated HDPE fittings.

7.15.4 Dimensions and tolerances


The pipes and fittings shall be inspected before laying for defects, cracks etc., and any pipe fitting found
unsuitable shall be rejected.

7.15.5 Inspection of pipes


The pipes and fittings shall be inspected before laying for defects, cracks etc., and any pipe fitting found
unsuitable shall be rejected.

7.15.6 Laying and jointing of HDPE pipes and fittings.


Laying of pipes shall in general be in accordance with Clause 15.7 Specifications given in IS:7634 (Part
1) shall also be followed as applicable.

7.15.7 Notes:
124

i. If any damage is caused to the pipeline during execution of work or while cleaning / testing the pipeline
as specified, contractor shall be held responsible for the same and shall replace the damaged pipeline and
retest the same at his own cost to the full satisfaction of the Engineer.
ii. Water for testing of pipelines shall be arranged by Contractor at his own cost.
iii. All the electro fusion fittings should be manufactured top quality virgin PE 100 resin which should be
compatible with the distribution mains.
iv. The products shall comply with the requirements of EN 12201-3 EN 1553-3 or ISO 8085- with latest
amendments

7.16 Technical Specifications for Electro Fusion tapping:

All the electro fusion fittings included in this document will be designed for use in water distribution system
and be manufactured/supplied by manufacturers having latest ISO certification for their quality systems. The
products should comply with the following specific requirements.

1. All the electro fusion fittings should have Melt Flow Rate (MFR) in the range between 0.4 to 1.4
gms /10 min and shall be compatible for fusing on PE 100 distribution line manufactured
according to the relevant national or international standards. The polymer used should comply
with the requirements of BS 3412 and/or BS EN 12201-1.

2. All the electro fusion fittings should be manufactured in PE100 - material which should be
compatible with the distribution mains.

3. The tapping saddles to have drilling cutter which enable s tapping even below the maximum
permissible operating pressure; the disc cut out of the pipe wall is permanently kept in the drilling
cutter.

4. The products shall comply with the requirements of BS EN 12201-3: 2003, BS EN 1555-3 or ISO
8085-3.

5. All the fittings shall be of SDR 11 rating.

The product group used for drinking water applications should have undergone type test by
WRc-NSF, U.K. according to BS 6920 and a certificate from either WRc-NSF or WRAS (Water
Regulations Advisory Scheme) should be available evidencing this fact/ equivalent institutions
approved by the employer.

6. All the products shall be manufactured by injection moulding using virgin compounded PE 100
(HDPE) polymer having a melt flow rate between 0.5 – 1.1 grams/10 minutes and shall be
compatible for fusing on PE 80 distribution mains manufactured according to the relevant national
or international standards. The polymer used should comply with the requirements of BS 3412
and/or BS EN 12201 -1.

7. The fittings intended for water distribution applications shall be coloured blue for the clear
identification of the services.

8. All the electro fusion products should be individually packed so that they can be used
instantaneously at site without additional cleaning process. The protective packing should be
transparent to allow easy identification of the fittings without opening the bags.

9. The electro fusion products should be with only a single heating coil to fully electro fuse the
fitting to the adjoining pipe or pipe component as applicable. The heating coils shall be
terminated at terminal pins of 4.0 or 4.7-millimeter diameter, protected with polyethylene shroud.
Each terminal shroud should be additionally protected with polyethylene shroud caps.

10. No heating element shall be exposed and all coils are to be integral part of the body of the fitting.
The insertion of the heating element in the fitting should be part of the injection moulding process
and coils inserted after the injection moulding process or attached to the body of the fitting as a
separate embedded pad etc. are strictly not acceptable.

11. The pipe fixation shall be achieved by external clamping /suitable devices as directed by the
Engineer in charge.

12. The brand name, size, raw material grade, SDR rating and batch identification are to be embedded
as part of the injection moulding process. Each fitting should also be supplied with a barcode
sticker for fusion parameters attached to the body for setting the fusion parameters on an fusion
control box. The barcode sticker should also include the fusion and cooling time applicable for
the fitting for the manual setting of a manual fusion control box.

13. The fittings should be V-regulated type designed to fuse at a fusion voltage of 40 volts AC.

14. The heating elements should be designed for fusion at any ambient temperatures between -5 to
+40 degree centigrade at a constant fusion time i.e. without any compensation of fusion time for
different ambient temperatures.

15. A limited path style fusion indicator acting for each fusion zone as visual recognition of completed
fusion cycle should be incorporated into the body of each fitting near the terminals. The fusion
indicators should not allow the escape of the molten polymer through them during or after the
fusion process.

16. All the sockets in the electro fusion fittings should include a method of tapping controlling the
pipe penetration (pipe positioner/stopper).

17. The EF tapping ferrules should be the top loading type which are to be clamped on the mains for
fusion using the custom made top loading clamps exerting 1500N (150 kilograms approximately)
top load.
18. The tapping ferrules should be supplied with suitable adaptors for proper positioning of the top-
loading clamp into the saddle.

19. The Torque required to operate the cutter after fusion of the PE mains should not exceed 45 N-m.

20. The cutter should be designed in such a way that the cut coupon is not allowed to fall into the
pipeline and is retained inside the body of the cutter providing a positive sealing of the hole in the
cutter head for pressure testing.

21. The tapping ferrules will have female threaded outlet to connect necessary compression fittings for
further connecting MDPE Pipe in House connection.

22. The threaded outlet should be from sizes ½” to 1” BSP to suit the required House Service
Connections.

23. The outlets should be reinforced with female threaded metal inserts of SS 304.

7.16.1 Installation and Fusion Jointing


The fusion jointing process shall be carried out as per the procedure outlined in the DVS220 standard,
if not available equivalent standards acceptable to employer.

A protocol for each fusion joint to be printed to ensure the joint process carried out is error free. The
electro fusion machine shall have the facility to record & make print for each joint.

The precautions & measures as mentioned by electro fusion fittings/machine manufacturer be taken up
rigorously while making the joints in the field.
126

The related pipe jointing accessories such as proper pipe cutter, Universal scrapped clamping kits, Pipe
cleaners, Top load tools (for tapping saddle installation), Pipe peelers supplied by the same electro
fusion fitting/machine supplier shall be used to ensure perfect jointing.

The usage of tapping tools such as taping keys, tension clamps supplied by the same electro fusion
fitting /machine supplier must be used to ensure perfect tapping of main lines.

The piping system will be tested as per the guidelines given by ISO standard. The guideline shall be
furnished by the supplier of electro fusion fittings, tools and machines.

7.16.2 Electro fusion Welding Machine


Supplying delivery and testing at site Electro fusion welding machine as under:

The electro fusion control unit shall be designed for use with any electro fusion fittings required up to
48V. The unit shall operate in three modes, Automatic, Manual and Barcode. The unit shall be
complete with all accessories and shall have the following features as minimum.

Full output voltage and output current monitoring throughout the jointing cycle.

Automated output voltage (True RMS) level control between 10 and 48 VAC

Graphical display of output current and voltage levels.

Data logging facility for storing minimum 600 joint records and facility for data transfer and print out.
Required software shall be provided.

Shall have Soft start feature to present shock loading on generators.


Temperature compensation facility.
Protection against fitting overheat.
The unit shall give user friendly step by step operator instructions and printing facility (in English &
Kannada languages).
Shall have back-lit graphical display.
Shall have a single combined lead for all modes of operation.
RS 232 serial interface cable shall be provided along with the unit.
The machine shall be provided with barcode reader and adaptors if any required.
These unites are provided with 7 segment display unit to select the output voltage, Temperature, Fusion
Time and Error message in case of malfunctions occurring before or during the Fusion.
The output voltage level control shall be between 10 and 44 VAC.

Specification
Operating Temperature Range (Min). -10 to +50 Deg C
Operating Voltage Range (min) 190 V to 270 V, 45 to 50 Hz
Output Voltage 8 to 44 VAC
10 – 44 VAC (Barcode Mode)
Enclosure Protection IP 54
Input Cable length Minimum 12 meters
Output Cable length Minimum 4 meters

8.0 Valves

8.1 DI Sluice Valves


Supply and delivery to work site, loading, unloading, stacking and fixing of Resilient seated soft sealing
Sluice valves with body, bonnet of ductile iron of Grade GGG40/50, wedge fully rubber lined with EPDM
and seals of NBR and the valves should be of vacuum tight and 100% leak proof with face dimensions as
per BS 5163-89/IS 14846-2000/DIN/3202 F4/f5. The stem sealing should be with toroidal sealing rings
(Minimum 2 'O'-rings). All the valves should be with Electrostatic powder coating both inside and outside
with pocket less body passage. The valves shall be supplied with suitable size galvanized bolts and nuts of
required numbers etc., complete with all lead and lift as directed by the Engineer-in-Charge.

8.2 DI Air Valves


Supply and delivery to work site, loading, unloading, stacking and fixing of single chamber triple
function tamper proof (Both the orifces to be housed in the single chamber). Air valves with Body and
cover in Ductile cast iron of grade GGG 40/50. All internal parts such as float, sheel etc., all cover bolts
of austenitic alloy steel, Dn 50 float of HOSTAFLON and gaskers and seals of EPDM. Epoxy powder
coating (EP-P) inside and outside colour blue RAL5005 with all lead and lift as directed by the
Engineer-in-Charge. The valves should be designed for all the three function i.e., 1. Large orifice for
venting of large air volumes on start up, 2. Large orifice for intake of large air volumes, 3. Small orifice
for discharge of pressurized air during operation.

8.3 DI Pressure Controlling Valves


Supply and delivery of DI Pressure Controlling Valves with Isolation Sluice valves. The valves should be of
vacuum tight and 100% leak proof. All the valves should be with Electrostatic powder coating both inside and
outside with pocket less body passage. The valves shall be supplied with suitable size galvanized bolts and nuts
of required numbers of approved brand. Extended spindle of MS rod with HDPE casing labour charges for
jointing and fixing valve as per and fittings like Tees, Reducers, bends etc

1. This valve will include:


a. 2 flanges of pressure rating PN10/ PN16; as required
b. main valve hydraulically operated;
c. controlled by a pilot valve;
d. central control box, to control the opening/closing and reaction speed;
e. a pressure gauge for commissioning;
f. The valve should have a position indicator, open speed regulator on pilot pipes, and able to
receive 2 manometers.
2. Material of valve will be:
a. body of Ductile Iron;
b. main bearing of bronze;
c. other parts of stainless steel or copper alloy;
d. auxiliary circuit shall be in stainless steel or cupper alloy;
e. sealing and diaphragm of NBR or EPDM;
f. material pilot valve and central control box: all functioning parts of stainless steel and rubber
parts of NBR;
g. The cover shall be able to remove for cleaning of floating equipment. Cover bolts and nuts have
to be stainless steel.
h. Connecting rods with bronze/PTFE bearing bush
i. Corrosion protection.

Inside and outside of epoxy powder coating of 150 microns thick.


The globe valve will support a water temperature up to 50°C.
Flanges will be according to ISO 7005 PN 10 (EN 1092-2).
Dimension face to face must be according to ISO 5752-1, or EN 558-1.
Design data/ Size 100mm 150mm 200mm
Maximum upstream pressure 7 bars 7 bars 7 bars
Minimum upstream pressure 3 bars 3 bars 3bars
Downstream pressure 0.6 to 2 bars 0.6 to 2 bars 0.6 to 2 bars
Maximum flow capacity 20 l/s 40 l/s 70 l/s
Minimum flow capacity 2 l/s 4 l/s 7 l/s
128

Features and Benefits of the Pressure reducing valve shall be as follows


 Line pressure driven – Independent operation
 In-line serviceable – Easy maintenance
 Globe, Diaphragm Type
 Moderated valve reaction
 Protected diaphragm
 Flexible design – Easy addition of features
 Variety of accessories – Perfect mission matching
 "Y" or angle, wide body – Minimized pressure loss
 Semi-straight flow – Non-turbulent flow
 Stainless Steel raised seat – Cavitation damage resistant
 Obstacle free, full bore – Uncompromising reliability
 V-Port Throttling Plug – Low flow stability
 End Connections (Pressure Ratings): Flanged: ISO PN16, PN25 (ANSI Class 150, 300)
 Threaded: BSP or NPT
 Working Temperature: Water up to 80°C (180°F)
 Standard Materials: Body & Actuator: Ductile Iron
Internals: Stainless Steel, Bronze & coated Steel
Diaphragm: NBR Nylon fabric-reinforced
Seals: NBR
 Coating: Fusion Bonded Epoxy, RAL 5005 (Blue) NSF & WRAS approved or Electrostatic
Polyester Powder, RAL 6017 (Green)

The Pressure Reducing Valve shall reduce higher upstream pressure to lower preset downstream pressure
regardless of fluctuating demand or varying upstream pressure.

8.4 Altitude valve:


Altitude valve to maintain a constant (adjustable) level. If the water is drawn from the reservoir, head pressure
is lowered and the main valve opens. Hydraulically operated main valve with pilot valve In control circuit -
range of control valve : 4 - 21 mWc - including manometer start - up tool and visual position indicator - high
capacity filter with inspection glass and ball valve for manual drain of the filter - face to face length : 480 mm -
flange dimensioned and drilled acc to EN 1092-2 PN 10 medium: water range of temperature : upto 50 deg C
material main valve : body parts of ductile cast iron EN-JS1030 (GGG-40) seat and control device made of
stainless steel - valve sealing and diaphragm made of EPDM material control circuit and pilot valve : all
functional parts made of EPDM high capacity filter made of stainless steel, inspection glass made of pressure
resistant polypropylene Corrosion protection: inside and outside epoxy coated, colour : blue, RAL 5005 etc.,
Altitude valve to maintain a constant (adjustable) level. If the water is drawn from the reservoir, head pressure
is lowered and the main valve opens. Hydraulically operated main valve with pilot valve In control circuit -
range of control valve : 4 - 21 mWc - including manometer start - up tool and visual position indicator - high
capacity filter with inspection glass and ball valve for manual drain of the filter - face to face length : 480 mm -
flange dimensioned and drilled acc to EN 1092-2 PN 10 medium: water range of temperature : upto 50 deg C
material main valve : body parts of ductile cast iron EN-JS1030 (GGG-40) seat and control device made of
stainless steel - valve sealing and diaphragm made of EPDM material control circuit and pilot valve : all
functional parts made of EPDM high capacity filter made of stainless steel, inspection glass made of pressure
resistant polypropylene Corrosion protection: inside and outside epoxy coated, colour : blue, RAL 5005 etc.,
complete
Note:-Design shall be got approved by the competent authority
9.0 Electro-magnetic flowmeter:
Manufacture, Supply & delivery, assembly at site, erection, electrification, testing, trial run and commissioning
of brand new, best efficient full bore battery operated Electro Magnetic bulk flow water meters to measure both
raw & pure water having minimum conductivity of 5µS/cm, of approved make or equivalent make and
conforming to relevant BIS or ISO Standards based on the origin of the goods, including the sensors, loggers,
signal convertor, all other accessories and as per the following description. The acceptance/ routine tests shall be
either conducted at M/s Fluid Control Research Institute, Palghat, Kerala/ any of the Laboratories approved by
the National Accreditation Board for calibration Laboratories (NABL) or EEC/ MID pattern approval
certificate/equivalent institutions approved by the employer. The flowmeters shall be compatible for SCADA
system

Type of Flow Meter: Inline magnetic inductive, factory assembled and factory calibrated on a precision
calibration rig. Alternate forms of measuring devices like insertion flow meters, clamp on flow meters, turbine
or PD flow meter are not acceptable.

PRIMARY HEAD
Process parameters
Service : Water
Optimum Temperature : up to 50℃
Optimum Pressure : up to 10 Bar (max) & 25 Bar (max)
Velocity range : Between 0.5 m/s to 5 m/s
Flow Sensor
Type : Pulsed DC excitation
Meter size : As per the requirement
Flow tube : upto DN 200: metallic alloy, Above 200 DN:
Stainless steel
Liner : Rilsan/PTFE/Neoprant rubber
Coil housing material : Sheet steel PU painted
Connection / junction box : Stainless steel
Measuring Electrode : Hastelloy C
Earthing : By Grounding Electrode
Process connections : Flanged to EN 1092-1 standard
Flange MOC : CS
Flow Direction : Marked on the flow sensor
Accuracy : +/- 0.5 % of measured value
Sensor cable : 20 Meter
Weather protection Class : IP 68 / equivalent to NEMA 6
Area Classification : Non-hazardous
Insulation of field coils : Class E

Signal converter
Mounting : Separate version (Remote)
Type : Microprocessor based with display
Accuracy : +/- 0.5 % of measured value for velocity > 0.5 m/s
Reliability : +/- 0.1 % of reading, 0.2 % of full scale
Outputs : 2 Pulse Outputs & 2 Status Outputs
Display Type : 8 digit LC display
Display parameter : Actual flow rate, sum totalizer (8 digit)
: Flow direction, flow velocity
Self-diagnostic : Empty pipe direction
Batter Life : 5 years.
Housing : Die cast aluminium with polyster top coat
Cable entry : M20 X 1.50
Area Classification : Non-hazardous
Weather protection Glass : IP67

Meter markings
The water meter shall be marked with the following identifications:
Direction of water flow with an arrow indicating the direction
Trade mark and / or name of the manufacturer.
The metrological class and Qn rate in m3 per hour.
The manufacturer’s serial number of the meter permanently affixed to the meter’s upper or lower case.
Stamped with the initial “KWB”
130

Working pressure
Approval marking and no. of approval certificate.
Year of manufacturing printed on the counter or engraved the head ring
Minimum sustainable pressure shall be PN 16 bar
Flow rate; Minimum, Maximum and transition flow shall be as per relevant standards.
Data logger: Supplying, installing and commissioning of Pressure monitoring point (PMP) which includes
supply, fixing and installation of dual channel data logger with in- built battery, C/W flexible
pressure lose and quick fit connector and digital cable (bare wire) with required accessories,
required size etc.,

Notes:
1) If the flow meter size works out to be smaller than the pipeline size, bidder shall offer suitable reducers and
expanders. The reducers/expanders shall be of MS, smaller dia end flanged to suit the flow meter flanges and
the larger dia end finished for welding to the pipe. The conical angle of reduction should not exceed 10 Deg.
The bidder should guarantee that installation of such reducers and expanders immediately before and after the
flowmeter will not affect the accuracy stated above for the flowmeter.
2) The accuracy of calibration of flow meters at the factory shall be better by a factor of 2 than the guaranteed
acuracy. This higher accuracy should be reflected in the calibration certificate of the flowmeter (+/- 0.25% 0.5%
accuracy and +/- 0.4% for 0.8% accuracy)
3) Bidder shall include 20 mtr cable length in the basic offer and quote additionally for unit rate per metre for
both the special signal and the coil supply cable.
4) Supplying and fixing at site M.S Reducer/expander of 8mm thickness for pipes up to 600mm dia and 10mm
thickness for pipes above 600mm dia with flange thickness as per relevant ISS, with smaller dia end flanged to
suit the flow meter flanges and the larger dia end finished suitable for jointing to M.S /D.I/C.I/PSC/HDPE pipes
with necessary tail piece and other accessories. The offer shall include cutting of pipes and complete preparation
of site. The conical angle of the reducer/expander should not exceed 10 degree. The reducer/expander should be
coated with epoxy paint on both inside and outside. Released pipes shall be handed over to the Purchaser.

5) Power supply to electro-magnetic flow meter – Battery operated with 2 internal batteries having a life
span of 5 years.
6) Supplying and laying Data cable.
7) Supply & laying of suitable capacity signal cable
8) Supply & laying of suitable capacity supply cable
9) Supply and installation of calibration unit which includes training of purchaser's personnel
10) Data Loggers
Input: Current (4-20Ma)
Totaliser: Inbuilt
Display: LED display , 5 digit for flow rate & 8 digits totaliser
Logging Time: Programmable
Accuracy:0.25% of Full Scale
Datalogging: Memory capacity 512 KB
Communication Port for SCADA ;
RS485(Modbus)
Parallel port : For Dotmatrix Printing

Conditions:

1) The offered flowmeter should be calibrated at the factory on calibration rigs having an accuracy at
least ten times better than the flow meter accuracy guaranteed. Further the calibration rig accuracy
should be traceable to National / International standards. The calibration facility should be
accredited/certified by an independent authority of International reputation. This accreditation
certificate for the calibration facility should be furnished along with the offers.
2) Each flow meter supplied should be accompanied by the calibration certificate
3) During Warranty, the supplier shall carry out the calibration of flow meters without any extra cost once
in six months.
4) If the water meter were found to be defective during Warranty as per relevant standards then the entire
cost of dismantling, testing and re-fixing including transportation charges would be borne by the
supplier.
5) The flow meters shall have arrangements for servicing/repairing without resorting to dismantling the
flanged joints or removing entire unit.
6) Erection of flow meter includes charges for excavation of earth and removal of the pipeline as directed
by the Engineer-in charge and handing over of released pipes to the purchaser. Any damages to the
existing pipeline occurred while fixing the flow meter; the same shall be rectified by the supplier at his
own cost and as directed by the Engineer -in -Charge.

10 Valve Chambers, Thrust Blocks/Anchor blocks etc.


The Contractor shall build Valve Chambers & Thrust Blocks/Anchor blocks and such other
miscellaneous structures that may be required at the locations shown by the Engineer and as shown in
the drawings or as may be otherwise specified or directed. The specifications of these ancillary structures
shall generally be as enumerated in Clause 17 of the Book of Specifications for Procurement of Project
Works, unless otherwise specified in this Chapter or advised by the Engineer based on the site
conditions.

The various structures shall be built as the pipe laying progresses and the Engineer at his discretion, may
stop work entirely on the laying of pipe or construction of other structures, until the construction of the
structures already approved by the Engineer are completed by the Contractor.

10.1 Pipe Supports


Pipe supports shall be constructed as per Clause 17.6 of Book of Specifications for Procurement of
Project Works, wherever needed, as per the directions of the Engineer. Pipe supports shall be of saddle
type. Pipe supports shall also be provided for the stretches of the pipe, where the pipe is to be gradually
brought above the ground for crossing any obstructions as shown in the drawings. The distance between
pipe supports shall not exceed 5.0 m centre-to-centre.
Pipe supports shall be as per the approved designs and to be taken to a depth of at least 1. 30 mtrs. below
ground level as shown in the drawing and shall have sufficient height above ground to be able to support
the pipe. 20 mm dia tor steel clamp shall be provided all round the pipe and fixed to the pipe supports
using appropriate means as shown in the drawings or as directed by the Engineer.
There shall be no joints at the location of the pipe supports. The joints shall be located on any one side of
the support, at a minimum distance of 200 mm from the face of the support.

The successful bidder should execute the pipe supports as per the approved designs obtained from the
Employer.

10.1.1 Thrust Blocks


Thrust blocks shall be provided for both horizontal and vertical bends greater than 5deg, to effectively
transfer the hydrostatic thrust developed during the operation of the rising main, to the ground. They
shall be constructed at the locations shown in the alignment drawings, and are of the respective
dimensions shown therein, depending on the angle of bends, and the pressures developed in the main.
They shall be constructed as per Clause 17.5 of Book of Specifications for Procurement of Project
Works. The surrounding virgin land of the thrust blocks shall not be disturbed, to effectively transfer the
thrust developed in the main.

10.1.2 Valve chambers


Stone masonry/RCC valve chambers shall be provided for all valves. The specifications of the valve
chamber shall generally confirm to Clause 17.4 of Book of Specifications for Procurement of Project
Works. These valve chambers are of different sizes suitable for air valves & scour valves with RCC pre-
cast slabs covering. They shall be constructed as per the details shown in the drawings. The stone
masonry valve chamber with RCC pre-cast cover, shall be constructed as shown in the Drawings for all
Valves. It shall have a opening in the side wall for access into it. Outside the valve chambers, for
scouring of water, draft channels shall be provided.
132

10.1.3 Providing & Installing Bulk & Domestic Water Meters with Strainers

10.1.3.1General Specifications

Technical Specification for Water Meters conforming to Class – B of ISO:4064 / IS 779 – 1994 and its
latest amendments.

1. Domestic Water Meters (Multi Jet)/equivalent approved by the employer.

Technical Specifications for 15MM, 20MM, 25MM & 32MM – Multi-jet ‘Class B’ Domestic Water
Meters
Specifications for Multi-jet meters for horizontal and/or vertical installation

10.1.3.2 Scope of Application

The meter will be used for the measurement of cold, chlorinated potable water.

10.1.3.3 Applicable Standards


The meter shall conform to both IS 779 and ISO (4064) standards with latest amendments. Valid EEC /
MID certification is necessarily for the manufacturing unit from where the meters would be supplied.
This certificate shall be valid at least up to end of 2017 or as applicable. For EEC meters, the bidders
should categorically mention the following:
 Name, address and contact details with phone, fax details of the EEC approval issuing
authority.
 Validity of the approval.
Alternative to EEC / MID certificate / Life cycle & accuracy test certificate conducted after May 2017 or
as applicable by FCRI / NABL accreditated laboratories should be enclosed with the tender documents
as well as any other technical document which may help Board in assessing the meters technical merits
and its suitability for the prevailing operating conditions.

Meter Type: The meters shall be:


 Multi-jet
 Inferential meters
 Super dry dial
 Hermitically sealed
 Class B
 Nominal size of water meters shall be 15mm, 20mm, 25mm & 32mm.

10.3.1.4. Material
All the materials used to construct/ manufacture customer meters shall confirm to Appendix B of IS 779
or clause 4.7 of ISO 4064-1. in particulars the following:
 Body shall be of Brass. Grade DCB2 of IS 1264 – 1989.
 Registration Box shall be made of brass. Grade DCB2 of IS 1264 – 1989.
 Cap ring shall be made of brass. Grade DCB2 of IS 1264 – 1989/Engg. Plastic
 Screws & studs shall be made of SS. 07Cr18Ni9 of IS 6911 – 1992.
 Strainers shall be made of HDPE
 Impeller shall be made of Engineering Plastic.
 Impeller shaft shall be either SS 07Cr18Ni9 of IS 6911 – 1992
 Nipples and nuts shall be of Brass LCB2 of IS 292 – 1983.
 The spindle and bearings inside the hydraulic chamber shall be made of polished stainless
steel with hard metal tip and sapphire.
Materials which come in contact with the water supply shall withstand 2 ppm (parts per million) of
chlorine residual in the water supply and shall be resistant to corrosion.
The water meter and accessories shall be manufactured from materials of adequate strength and
durability. The materials, which come in contact with the potable water, shall not create a toxic hazard,
shall not support microbial growth, and shall not give rise to unpleasant taste or discoloration in the
water supply. However, the spindle and bearings inside the hydraulic chamber shall be made of polished
stainless steel with hard metal tip and sapphire.

Furthermore the internal pressure cup should overlap the meter body. The lower case of the meter shall
be painted with thermal painting internally and externally. The painting materials should be safe for
human uses and not affect human health (Health certificates should be included in the bidding
documents). The painting colour shall be agreed on later upon order award.

Construction: Meter shall be as per clause 9 of IS 779 – 1994 or relevant clauses of ISO 4064-1. Each
meter will be supplied with two cylindrical nipples or tail pieces with connecting nuts. Threads on the
connection shall conform to latest version of IS 2643 (part 1 to3) or ISO 228-1. All meters shall be
supplied with an easily removable tubular inlet strainer. The Seal & Sealing wires shall be rust proof
material like engineering plastic.
10.2 Service Connections
One Service Connection means one tapping from a distribution main/ sub-main including one tapping
saddles, elbows, service pipe from tapping point to the chamber near property boundary or inside the
property boundary as per the direction with ball valve of Gun metal / Brass material
The bidder has to provide house connections up to beginning of the property including stand post and
one tap including all specials, materials required, Necessary sketch is enclosed.
The house connection using High Density Polyethylene pipes (HDPE) shall consist of the following;
10.2.1 Items for Option 1:
Electro Fusion Tapping saddle of PN 16 PE 100 compatible to the HDPE Mains of various diameters.
The outlets should be reinforced with female threaded metal inserts of SS 304, metal inserted male
thread elbow, HDPE PE 100 Black pipes, 90 deg double compression elbows, Gunmetal/Brass ball
valves of required sizes and water meter. The outlet size shall be either 15mm, 20 mm depending upon
the type of Service Connection.
Electro fusion Tapping saddle shall be provided with a SS-304 Brass cutter with cutting edges for
making hole / tapping on the Mains as shown in drawing and Fusion joint in such a manner that the 20-
63mm dia outlet depending on requirement of the house service connections rotate able 360 degree to
the axis of pipeline including maintaining the same for the period under O&M.
Note: Electro fusion Tapping Saddle with or without provision for 360 degree rotation will be considered
with the approval of Employer.
10.2.2 Items for Option 2:
Providing required sizes of HSC brass ferrule with union confirming to relevant IS make hole by drilling
on top of DI distribution mains, fixing the ferrule for diameter 250 mm and making the connection water
tight etc., as shown in the drawing and as directed by the Engineer including cost of required specials,
drilling charges, hydraulic testing, maintaining the same for the period under O&M.
From tapping on DI mains, metal inserted male thread elbow, HDPE PE 100 Black pipes, 90 deg double
compression elbows, Gunmetal/Brass ball valves of required sizes and water meter
10.2.3 Items common for both options:
From the outlet of Male Threaded compression Elbow, 15/ 20 mm HDPE Service Pipe shall be extended
upto the RCC/BBM chamber at property boundary as shown in the drawing. At the end of the Service
pipeline, 90 Deg Double Compression Elbow shall be fixed and HDPE Service pipe shall be connected.
From the Service Pipe, a , Gunmetal/Brass Ball valve of necessary size with Compression joint at one
side and Female joint at one side. The Ball valve shall be as per IS: 1703-89 and rated PN 16
The entire assembly shall be as per the enclosed drawing.
The connecting pipe shall be made out of HDPE conforming to ISO 4984 & ISO 4427-1996. This
International standard specified the required properties of pipes made from polyethylene (PE) to be used
for buried water mains and services and for water supply above ground both inside and outside
buildings. In addition, it specifies some general properties of the material from which these pipes are
made, including a classification scheme. Other relevant IS and International Standards applicable for the
HDPE pipe shall be followed as approved by the Engineer.
134

The HDPE Pipes for drinking water applications should have undergone type test by WRc-NSF, U.K.
according to BS 6920 and a certificate from either WRc-NSF or WRAS (Water Regulations Advisory
Scheme) should be available evidencing this fact/equivalent institutions approved by the employer.

10.2.4 Technical Specifications for Electro Fusion tapping:


All the electro fusion fittings included in this document will be designed for use in water distribution system
and be manufactured/supplied by manufacturers having latest ISO certification for their quality systems. The
products should comply with the following specific requirements.

24. All the electro fusion fittings should have Melt Flow Rate (MFR) in the range between 0.4 to
1.4 gms /10 min and shall be compatible for fusing on PE 100 distribution line manufactured
according to the relevant national or international standards. The polymer used should comply with
the requirements of BS 3412 and/or BS EN 12201-1.
25. All the electro fusion fittings should be manufactured in Black PE100 - material which should
be compatible with the distribution mains.
26. The tapping saddles to have drilling cutter which enable s tapping even below the maximum
permissible operating pressure; the disc cut out of the pipe wall is permanently kept in the drilling
cutter.
27. The products shall comply with the requirements of BS EN 12201-3: 2003, BS EN 1555-3 or
ISO 8085-3.
28. All the fittings shall be of SDR 11 rating.
The product group used for drinking water applications should have undergone type test by WRc-
NSF, U.K. according to BS 6920 and a certificate from either WRc-NSF or WRAS (Water
Regulations Advisory Scheme) should be available evidencing this fact/ equivalent institutions
approved by the employer.
29. All the products shall be manufactured by injection moulding using virgin compounded PE
100 (HDPE) polymer having a melt flow rate between 0.5 – 1.1 grams/10 minutes and shall be
compatible for fusing on PE 100 distribution mains manufactured according to the relevant national
or international standards. The polymer used should comply with the requirements of BS 3412
and/or BS EN 12201 -1.
30. The fittings intended for water distribution applications shall be coloured blue for the clear
identification of the services.
31. All the electro fusion products should be individually packed so that they can be used
instantaneously at site without additional cleaning process. The protective packing should be
transparent to allow easy identification of the fittings without opening the bags.
32. The electro fusion products should be with only a single heating coil to fully electro fuse the
fitting to the adjoining pipe or pipe component as applicable. The heating coils shall be terminated
at terminal pins of 4.0 or 4.7 millimeter diameter, protected with polyethylene shroud. Each
terminal shroud should be additionally protected with polyethylene shroud caps.
33. No heating element shall be exposed and all coils are to be integral part of the body of the
fitting. The insertion of the heating element in the fitting should be part of the injection moulding
process and coils inserted after the injection moulding process or attached to the body of the fitting
as a separate embedded pad etc. are strictly not acceptable.
34. The pipe fixation shall be achieved by external clamping /suitable devices as directed by the
Engineer in charge.
35. The brand name, size, raw material grade, SDR rating and batch identification are to be
embedded as part of the injection moulding process. Each fitting should also be supplied with a
barcode sticker for fusion parameters attached to the body for setting the fusion parameters on an
fusion control box. The barcode sticker should also include the fusion and cooling time applicable
for the fitting for the manual setting of a manual fusion control box.
36. The fittings should be V-regulated type designed to fuse at a fusion voltage of 40 volts AC.
37. The heating elements should be designed for fusion at any ambient temperatures between -5
to +40 degree centigrade at a constant fusion time i.e. without any compensation of fusion time for
different ambient temperatures.
38. A limited path style fusion indicator acting for each fusion zone as visual recognition of
completed fusion cycle should be incorporated into the body of each fitting near the terminals. The
fusion indicators should not allow the escape of the molten polymer through them during or after the
fusion process.
39. All the sockets in the electro fusion fittings should include a method of tapping controlling the
pipe penetration (pipe positioner/stopper).
40. The EF tapping saddle should be the top loading type which are to be clamped on the mains
for fusion using the custom made top loading clamps exerting 1500N (150 kilograms
approximately) top load.
41. The tapping ferrules should be supplied with suitable adaptors for proper positioning of the
top-loading clamp into the saddle.
42. The Torque required to operate the cutter after fusion of the PE mains should not exceed 45
N-m.
43. The cutter should be designed in such a way that the cut coupon is not allowed to fall into the
pipeline and is retained inside the body of the cutter providing a positive sealing of the hole in the
cutter head for pressure testing.
44. The tapping saddle will have female threaded outlet to connect necessary compression fittings
for further connecting HDPE Pipe in House connection.
45. The threaded outlet should be from sizes ½” to 1” BSP to suit the required House Service
Connections.
46. The outlets should be reinforced with female threaded metal inserts of SS 304.

10.2.5 Installation and Fusion Jointing


The fusion jointing process shall be carried out as per the procedure outlined in the DVS220 standard, if
not available equivalent standards acceptable to employer.
A protocol for each fusion joint to be printed to ensure the joint process carried out is error free. The
electro fusion machine shall have the facility to record & make print for each joint.
The precautions & measures as mentioned by electro fusion fittings/machine manufacturer be taken up
rigorously while making the joints in the field.
The related pipe jointing accessories such as proper pipe cutter, Universal scrapped clamping kits, Pipe
cleaners, Top load tools(for tapping saddle installation), Pipe peelers supplied by the same electro fusion
fitting/machine supplier shall be used to ensure perfect jointing.
The usage of tapping tools such as taping keys, tension clamps supplied by the same electro fusion
fitting /machine supplier must be used to ensure perfect tapping of main lines.
The piping system will be tested as per the guidelines given by ISO standard. The guideline shall be
furnished by the supplier of electro fusion fittings, tools and machines.
10.2.6 Electro fusion Welding Machine
Supplying delivery and testing at site Electro fusion welding machine as under:
The electro fusion control unit shall be designed for use with any electro fusion fittings required upto
48V. The unit shall operate in three modes, Automatic, Manual and Barcode. The unit shall be complete
with all accessories and shall have the following features as minimum.
Full output voltage and output current monitoring throughout the jointing cycle.
Automated output voltage (True RMS) level control between 10 and 48 VAC
Graphical display of output current and voltage levels.
Data logging facility for storing minimum 600 joint records and facility for data transfer and print out.
Required software shall be provided.
Shall have Soft start feature to present shock loading on generators.
Temperature compensation facility.
Protection against fitting overheat.
The unit shall give user friendly step by step operator instructions and printing facility (in English &
Kannada languages).
Shall have back-lit graphical display.
Shall have a single combined lead for all modes of operation.
136

RS 232 serial interface cable shall be provided along with the unit.
The machine shall be provided with barcode reader and adaptors if any required.
These unites are provided with 7 segment display unit to select the output voltage, Temperature, Fusion
Time and Error message in case of malfunctions occurring before or during the Fusion.
The output voltage level control shall be between 10 and 44 VAC.
Specification
Operating Temperature Range (Min). -10 to +50 Deg C
Operating Voltage Range (min) 190 V to 270 V, 45 to 50 Hz
Output Voltage 8 to 44 VAC
10 – 44 VAC (Barcode Mode)
Enclosure Protection IP 54
Input Cable length Minimum 12 meters
Output Cable length Minimum 4 meters
10.2.7 COMPRESSION FITTINGS:
Compression fittings used for House service connection comply as per ISO 14236
10.2.8 Material of Construction
Compression fittings material shall confirm to ISO14236.Clause -5.
A .Body-Polypropylene
b. Nut / Cap –Polypropylene.
c. Clip Ring-POM (Acetylic resin)
d. Packing bush- Polypropylene
e. “O” ring - NBR
f. Threaded metal inserts –SS 304 with BSP Threads

10.2.9 Pressure testing


The pressure rating of compression fittings as per clause 8 of ISO 14236 which shall be PN16
10.2.10 Dimensions:
The Dimension of compression fittings shall be as per clause 7.1 of ISO 14236
10.2.11 Performance requirements
The compression fittings shall be tested as per ISO 14236. Following Test methods shall be performed.
Clause 8.2.1 -Leak tightness under internal pressure.
Clause 8.2.2 -Resistance to Pull out.
Clause 8.2.3 -Leak tightness under Internal Vaccum.
Clause 8.2.4 -Long term Pressure Test for Leak tightness for assembled joint
Clause 8.3.2.1-MRS Value as per ISO 9080
Clause 8.3.3.1-Resistance to Internal pressure.
10.2.12 Effects on Quality of Water
The Compression fittings for intended for conveyance of Potable water for Human consumption to be
tested to comply with BS 6920 specifications in any of the laboratories like DVGM / KIWA / SPGN /
WRc –NSF/ equivalent institutions approved by the employer and certificate of compliance to be
produced for the following parameters :
a. Odour & Flavour of Water.
b. Appearance of Water.
c. Growth of Micro Organism
d. Extraction of substances that may be of concern to Public Health (Cyto Toxicity)
e. Extraction of Metals.

For clear identification of the water services, the nuts of the fittings should be coloured blue while the
body to be black. All fittings with threaded ends should be with BSP threads.
10.2.13 Pipes – Galvanized iron
The pipes (tubes) shall be galvanized mild steel hot finished seamless (HFS) or welded (ERW) HRIW or
HFW screwed and socketed conforming to the requirements of IS : 1239-90 Part – 1 for medium grade. They
shall be of the diameter (nominal bore) specified in the description of the item, the sockets shall be designated
by the respective nominal bores of the pipes for which they are intended.
Galvanizing shall conform to IS : 4736-1986 - The zinc coating shall be uniform adherent, reasonably smooth
and free from such imperfections as flux, ash and dross inclusions, bare batches, black spots, pimples, lumpings
runs, rust stains, bulky white deposits and blisters. The pipes and sockets shall be cleanly finished, well
galvanized in and out and free from cracks, surface flaws laminations and other defects. All screw 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: 554-1985.
Screwed tubes shall have taper threads while the sockets shall have parallel threads.
All tubes shall withstand a test pressure of 50 Kg/sq. cm. without showing defects of any kind.
Fittings - The fittings shall be of mild steel tubular or wrought steel fittings conforming to IS: 1239 (Part –II) or
as specified. The fittings shall be designated by the respective nominal bores of the pipes for which they are
intended.
10.2.14 Ball Valve (STOP COCKS). - The ball valve shall be of Gun metal as specified conforming to IS:
1703-89. The ball valve shall be of following class:
a) High Pressure - Indicated by the abbreviation ‘HP’ for use on mains having pressure of 1.75 kg/sq. cm. or
above. These shall remain closed at a test pressure of 13.5 kg/sq. cm.
Nominal size of ball valve
Sl.
Diameter of spherical float 15 20 25 32 40 50
No.
mm mm mm mm mm mm
1 High Pressure (mm) 127 152 203 229 254 305
2 Minimum weight of ball valve including 283 446 823 1149 1589 1852
back nut, body and piston (gms)

Performance Requirements:
The Ball valves shall be tested as per ISO 4422.Folowing test methods will be performed.
Clause 7.1 - Resistance of Valve Bodies to internal pressure
Clause 7.2 - Crushing Test
Clause 7.3 - Endurance Test
Clause 7.4.2 - Seat and Packing Test
Clause 7.4.1 - Operating torque Test
The Ball Valves intended for conveyance of Potable water for Human consumption to be tested to comply with
BS 6920 specifications in any of the laboratories like DVGM / KIWA / SPGN / WRc –NSF/ equivalent
institutions approved by the employer and certificate of compliance to be produced for the following parameters
:
a. Odour & Flavour of Water.
b. Appearance of Water.
c. Growth of Micro Organism
d. Extraction of substances that may be of concern to Public Health (Cyto Toxicity)
e. Extraction of Metals.

10.2.15 Bib cock and Stop cock - Gum metal: A bib cock (bib tap) is a draw off tap with a horizontal inlet and
free outlet and a stop cock (stop tap) is a valve with a suitable means of connections for insertion in a pipe line
for controlling or stopping the flow. They shall be of specified size and shall be of screw down type and shall
conform to IS: 781-84. The closing device shall work by means of 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. Valve shall be of the
loose leather seated pattern. The cocks (taps) shall open in anti-clock wise direction.
138

The bib cock and stop cock shall be polished bright. The minimum finished weights of bib tap (cock)
and stop tap (cock) shall be as specified in Table below:
Size (mm) Minimum finished weight
Bib tap (Kg.) Stop tap (Kg.)
8 0.25 0.25
10 0.30 0.35
15 0.40 0.40
20 0.75 0.75
10.2.17. Pressure Regulating Valves:

Pressure regulating/ control valves must be Automatic Hydraulic Control Valves of diaphragm type and
will work as pressure reducing valve for reducing of a higher upstream pressure to a constant lower
downstream pressure, independent changes of the capacity or variations of the upstream pressure.
Or Pressure Control Valves for high diameters are automatic hydraulic control valve and work as
pressure reducing valve for reducing of higher upstream pressure to a constant downstream pressure,
independent charges of the capacity or variations of upstream, control valve through –passage design,
rotationally symmetric flow path, annular flow cross section in any open position, linear regulating
characteristics, Axial movement of plunger by means of crack shaft drive, with irreversible worm gear
box, including position indicator.
1. This valve will include:
a. 2 flanges of pressure rating PN10;
b. main valve hydraulically operated;
c. controlled by a pilot valve;
d. central control box, to control the opening/closing and reaction speed;
e. a pressure gauge for commissioning;
f. The valve should have a position indicator, open speed regulator on pilot pipes, and able to
receive 2 manometers.
2. Material of valve will be:
a. body of Ductile Iron;
b. main bearing of bronze;
c. other parts of stainless steel or copper alloy;
d. auxiliary circuit shall be in stainless steel or cupper alloy;
e. sealing and diaphragm of NBR or EPDM;
f. material pilot valve and central control box: all functioning parts of stainless steel and rubber
parts of NBR;
g. The cover shall be able to remove for cleaning of floating equipment. Cover bolts and nuts have
to be stainless steel.
h. Connecting rods with bronze/PTFE bearing bush
i. Corrosion protection:

Inside and outside of epoxy powder coating of 150 microns thick.


The globe valve will support a water temperature up to 50°C.
Flanges will be according to ISO 7005 PN 10 (EN 1092-2).
Dimension face to face must be according to ISO 5752-1, or EN 558-1.
Design data/ Size 100mm 150mm 200mm
Maximum upstream pressure 7 bars 7 bars 7 bars
Minimum upstream pressure 3 bars 3 bars 3bars
Downstream pressure 0.6 to 2 bars 0.6 to 2 bars 0.6 to 2 bars
Maximum flow capacity 20 l/s 40 l/s 70 l/s
Minimum flow capacity 2 l/s 4 l/s 7 l/s

Features and Benefits of the Pressure reducing valve shall be as follows


 Line pressure driven – Independent operation
 In-line serviceable – Easy maintenance
 Double chamber design
 Moderated valve reaction
 Protected diaphragm
 Flexible design – Easy addition of features
 Variety of accessories – Perfect mission matching
 "Y" or angle, wide body – Minimized pressure loss
 Semi-straight flow – Non-turbulent flow
 Stainless Steel raised seat – Cavitation damage resistant
 Obstacle free, full bore – Uncompromising reliability
 V-Port Throttling Plug – Low flow stability
 End Connections (Pressure Ratings): Flanged: ISO PN16, PN25 (ANSI Class 150, 300)
 Threaded: BSP or NPT
 Working Temperature: Water up to 80°C (180°F)
 Standard Materials: Body & Actuator: Ductile Iron
Internals: Stainless Steel, Bronze & coated Steel
Diaphragm: NBR Nylon fabric-reinforced
Seals: NBR
 Coating: Fusion Bonded Epoxy, RAL 5005 (Blue) NSF & WRAS approved or Electrostatic
Polyester Powder, RAL 6017 (Green)
The Pressure Reducing Valve shall reduce higher upstream pressure to lower preset downstream
pressure regardless of fluctuating demand or varying upstream pressure.

11 Ductile Iron Pipes and Fittings


1. General
Ductile iron pressure pipes and fittings shall be Class K-7 &9 and shall comply with IS: 8329 and
IS: 9523. All fittings shall be socketed unless specified otherwise.
2. Materials
The materials used in the manufacture of pipes and fittings shall comply with IS 8329 and IS
3. Tests
Tests on pipes and fittings shall be carried out in accordance with IS 8329 and IS 9523.
The Engineer shall be permitted free access to the place of manufacture for the purpose of
examining and witnessing the testing of pipes and fittings.
4. Joints
4.1. Spigot and Socket Joints
These shall have sockets which are integral with the pipe and incorporate an elastomeric rubber
ring gasket conforming to IS 12820.
4.2. Flanged Joints
These shall comply with dimensions and drilling details in IS 8329 for PN 10 flanges. All
flanged joints between steel and ductile iron pipe work shall be electrically isolated joints. These
shall have isolation gaskets between the flanges, isolation sleeves around all bolts and isolation
washers under all bolt heads and nuts. All materials shall be supplied by a specialist
manufacturer and be to the approval of the Engineer.

5. Cement Mortar Lining


All pipes and fittings shall be internally lined with cement mortar in accordance with ISO
4179/IS: 11906. Cement mortar lining shall be applied at the factory in conformance with the
above mentioned standards. No admixtures in the mortar shall be used without the approval of
the Engineer.

6. Coatings
140

6.1 General
Ductile iron pipes and fittings shall be zinc coated with bitumen over coatings, all in accordance
with the following Specifications. Buried pipes and fittings shall also have a site or factory
applied polythene slewing. Coating shall not be applied to pipe and fittings unless its surface is
clean, dry and free from rust. Pipe coatings shall be inspected on site and any damage or
defective areas made good to the satisfaction of the Engineer.

6.2 Zinc Coating


Zinc coating shall comply with ISO 8179 and shall be applied as a spray coating. The mass of
sprayed metal shall not be less than 130 g/m2 as described in Clause 5.2 of ISO 8179.

6.3 Bitumen Coating


Bitumen coating shall be of normal thickness 75 microns unless otherwise specified. It shall be a
cold applied compound complying with the requirements of BS 3416 Type II, suitable for tropical
climates, factory applied in accordance with the manufacturer’s instructions. Damaged areas of
coating shall be repainted on site after removing any remaining loose coating and wire brushing
any rusted areas of pipe. The bidder should make his own arrangements for procuring water for
testing purpose.

7 Laying of DI Pipe:

The DI pipes should be conveyed rolled, lowering in to the trenches, laying true to line leveling,
with perfect linking at joints, testing and commissioning including loading and unloading at both
destination and cuts of pipe wherever necessary including jointing of DI pipes and specials
(including cost of specials) with rubber gaskets conforming to relevant ISS including cleaning the
socket, spigot ends with soap solution and applying soap solution to the spigot and socket ends
before insertion of jacking and fixing in perfect condition. The pipe should be hydraulically
tested confirming to relevant ISS. The bidder should make his own arrangements for procuring
water for testing purposes.

8. HYDRAULIC TEST PROCEDURE FOR DUCTILE IRON PIPE

1. The hydraulic test for DI pipeline should follow the procedure explained in CPHEEO
manual. However the same has been presented in simplified manner through following
paragraphs.

2. Before standing any test, the system shall be visually inspected to ensure that the
recommendations for the correct installation procedure have been complied with and that the
pipeline together with appliances, valves and fittings are laid in the prescribed manner.

3. The entire sketch shall be backfilled as per specifications, leaving about 0.5m spaces on the
either side of the joints, fittings and valves etc.

4. All control valves fitted on the pipeline to be tested shall be positioned open for the duration
of the testing and open ends temporarily closed with watertight fittings. The upper end
plug/fitting should have an arrangement of CI pipe filled with stopcock for release of air
while filling the pipeline, as indicated in enclosed figure-1.

5. Two pressure gauge duly calibrated (Calibration certificate not older than 6 months) shall be
fixed, one at the lower end (pressure gauge-1) and the other (pressure gauge-2) at the upper
end of the pipeline. The gauges shall be fixed in such a way that it is convenient to note the
readings.
6. Not more than 1500m length of pipe preferably between valve to valve shall be taken for
testing at a time and shall be filled from the lower end with water slowly and carefully either
by hand pump or power driven pump(positive Die placement type) to avoid site pressure and
also for easy ventilators of an from the pipeline. Ventilation at the high points may be
required to purge air pockets while the test section shall be filled. Ventilation may be
provided by loosening flanges or by using an valves. Re-tightening shall be done for any
loosened flanges before applying the test pressure. The test pressure shall be applied
gradually at the rate of 1Kg/cm2 min at the lower end. The gauge at the lower end shall show
the higher test pressure. The upper end gauge shall indicate a relative valve duly accounting
for the static head difference i.e. difference in elevation between the upper end and lower end
of the test section. (if the difference in elevation shall be of about 30m and test pressure shall
be of 35 Kg/cm2 registered at the lower end gauge(pressure gauge-1) then the corresponding
pressure at the upper end gauge (Pressure gauge-2) shall show 35-3 – 32 Kg/cm2.

7. The test pressure shall not be less than the maximum of the following
1.5 times the maximum sustained operating pressure
1.5 times the maximum pipeline static pressure
Sum of the maximum pipeline static pressure and the maximum surge pressure subject to
maximum equal to the work test pressure for any pipe fittings incorporated.

8. The test phase shall be of 4 hours duration. The pressure gauge reading shall be recorded at
both ends at an interval of half hours. After completion of 4 hours of test phase, measured
unions of make up water shall be added return to twist pressure.

The quantity of makeup water should not per day for each 30m in head of pressure applied
if the amount of makeup water added does not exceed the calculated quantity, the pipe shall
deemed to pass the hydraulic test.

9. After the successful test, the water shall be drained through the scour valve to the natural
drain point without causing nuisance to the public.

10. Recording of the Test should be done in the format enclosed as Appendix-1

11. Contractor: should make arrangement for all the materials as given in Appendix-2 before
testing.

APPENDIX-1

HYDRAULIC TEST FOR DI PIPES


Lab Ref.No._______

Date:_________

Package Name: Package No._____________

Contractor Name: Contract No._________

Daily Log Ref.________ Tested as per Date Tested.___________


Date:________________ CPHEEO_______
142

Sl. ID Stretch Length Applied Test Phase Reading After Quantity Observations
No (mm) (m) Test of make
Pressure up water
(Kg/cm2) added
after 4 hrs
in
liter/Km
1 2 hr 3 hr 4
hr hr

Comments of the Engineer/Consultant:

Any rectification to be done by Contractor

Signature of the Engineer/Consultant Signature of Contractor Engineer

Signature of Engineer,

APPENDIX-2

List of Material required for Hydraulic Testing of DI Pipes:

1. Pressure Gauge with calibration certificate not older than 6 months old
2. Air Vent
3. Power supply/DG set in case of mechanical pump
4. Measuring jar to measure make up water
5. Storage for make up water
6. Stop cocks
7. Blind flanges with suitable GI piping arrangement
8. Arrangement of water for testing.

8.2 Safety measures

The Contractor shall provide adequate safety measures during excavation. They shall
include:
1. Barricading all sides of the open trenches.
2. Red danger lights as can be easily visible from dusk to dawn at an interval of 20
m and at all the road crossings.
3. Traffic signals and display boards giving direction for diversion of traffic at the
appropriate places as may be directed by the Engineer.
4. Adequately safe wooden plank / board or steel plate over the trenches at every
15 metres interval to facilitate crossing by the public residing on either side of
the trench.
5. Round the clock watch and ward maintaining all safety regulations at the site of
work and protecting the site from unauthorized intrusions.

9.0 M.S.PIPELINE
9.1 Manufacturing, providing, transporting, rolling, lowering, laying & Jointing, testing,
commissioning of MS ERW (Electric Resistance Welded) / SAW (Submerged Arc Welded) MS
pipes (Fe-410 grade) conforming to IS 3589-2001 with latest amendments including perfect
linking and welding of joints to correct position including cost and conveyance of pipes and
materials with all lead and lifts, cost of all labour and giving satisfactory hydraulic test as per IS
3589-2001 with latest amendments for test pressure and working pressure both at factory and site
etc complete as per detailed specifications with inside CM 1:1.5 lining of minimum 10mm thick
up to 610 mm dia OD and out side minimum 25 mm thick coating in CM 1:3 over 50 x 50 mm
weld mesh of 13 gauge, including loading and unloading of pipes for the diameter and specified
thickness of plate as noted below, including bailing out of water wherever necessary as directed
by the Engineer-in-charge. (Contractor will make his own arrangement for procuring water for
testing)
The thickness of plate, thickness of internal lining and thickness of external gunitting
are as stated below:
Sl. Clear outer dia Thickness Thickness of Minimum Type of welding
No. of MS Pipe/shell of pipe internal lining Diameter of pipe
before external after internal
Gunneting lining
1 559.00 mm 6.40 mm 10.0 mm 526.20 mm SAW
2 559.00 mm 5.60 mm 10.0 mm 527.80 mm SAW
3 406.00 mm 5.60 mm 10.0 mm 374.80 mm SAW
4 355.60 mm 5.60 mm 10.0 mm 324.40 mm ERW
5 323.90 mm 5.60 mm 10.0 mm 292.7 mm ERW
6 273.10 mm 5.60 mm 10.0 mm 241.90 mm ERW

Note:- No negative tolerance in respect of thickness is permissible


9.2 Each pipe MS shall be in lengths of 6 to 12 mtrs based on availability, ease in handling,
transportation & laying.
9.3 The surfaces of the MS pipe shall be cleaned thoroughly with sand blasting before any lining or
gunitting is done.
9.4 The steel pipes shall be manufactured with beveled ends suitable for jointing by butt welding at
the ends, all around the periphery in accordance with IS 3589/2001 Clause 15.
9.5 The MS pipe to be provided shall be of Spirally welded conforming to IS 3589/2001 with latest
amendments. The manufacturing process for MS pipe should be Electric fusion arc welding
(Automatic Submersed Arc Welding).
9.6 The internal lining for the MS Pipe shall have smooth finish.
9.7 The MS pipes of raw water rising main should be hydraulically tested and should be capable of
withstanding the maximum test pressures at factory confirming to IS 3589 / 2001 with latest
amendments.
9.8 INTERNAL LINING AND EXTERNAL GUNITTING:
144

The Cement Mortar and cement concrete used for pipes and specials shall be confirmed to the
specifications mentioned in the chapter 10 of standard specifications. The Maximum size of the
aggregate shall be1/3rd the thickness of concrete cover inside the steel pipe or 12mm whichever
is less. The concrete mix shall be have a minimum cement content of 450kg/m 3 and minimum
characteristic compressive strength of 25 N/mm2 at 28 days. The Cement Mortar shall have a
minimum cement content of 600Kg/m3 and characteristic compressive strength of 25 N/mm 2 at
28 days as per clause 15.5.3.2 of Book of specifications.(Chapter 11).

9.9 MS Specials:
Manufacturing, providing, transporting, rolling, lowering, laying and jointing, testing and
commissioning of MS specials, of minimum 8.0 mm thick conforming to IS 7322:1985 with
latest amendments, perfect linking and welding of joints to correct position including cost and
conveyance of materials with all lead and lifts, cost of all labour and giving satisfactory
hydraulic test as per IS 3589:2001 with latest amendments for test pressure and working
pressure both at factory and site etc., complete as per detailed specifications with inside lining
two coats of food grade epoxy painting of approved make with each coat of 250 micron, thick
(after dry) over one coat of food grade epoxy primer of approved make with minimum of 50
micron thick (after dry) and outside 25mm thick coating in CM 1:3 by providing 50 x 50mm
weld mesh including loading and unloading of pipes for the following category to suit
MS/DI/PVC pipes. The weight of the MS shell only be considered before lining and coating for
arriving at the rate. (contractor will make his own arrangements for procuring water for testing).
9.10 Testing: MS Pipes & Specials
1. Hydrostatic Testing after manufacturing: After manufacturing the pipes. Before giving any
lining or coating, each pipe section shall be given a hydrostatic test at factory, in accordance
with Clause 13 of IS 3589/2001 with latest amendments.
2. Field Hydrostatic Testing : After laying the pipe, leaving the joints exposed for inspection and
testing, the rising main shall be tested in sections of not more than 500m each. The field test
pressure shall be 2 (Two) times the maximum working pressure in the rising mains. Pipes or
fittings which are found defective shall be replaced and joints found leaking shall be redone,
without any extra payment. The testing shall be done as per Clause 15.5, 16.3, of Book of
Specifications for Procurement of Project Works. The water and any other equipment required
for testing shall be arranged by the contractor at his cost. The water used for testing shall be of
approved quality.
3. Testing of Weld Joints: In addition, 5% of weld joints shall be subjected to Ultrasonic test as per
IS: 4260.
4. Laying of pipe: Pipes shall be laid underground with a minimum earth cover of 1M. Pipes shall
be laid in sections of 500m each. Laying of pipes shall be as per Clause 15, of Book of
Specifications for Procurement of Project Works. All pipes, fittings and materials shall be tested
and approved by the Engineer before being laid. Any pipes, fittings or material failed before
they are tested and approved shall be removed and replaced with tested and approved material.
9.11 Process Validation
Process validation for laying pipe shall be done by the Contractor before starting such process.
This shall be done to the satisfaction of Engineer-in-charge of work.
10.0 OVER HEAD TANKS (Shaft type)
(i) It is proposed to construct Shaft type RCC Over Head Tanks of 10.00 LL (1 No) capacity on 15Mtr.
Staging at Badami town.

(ii) The Over head tanks shall be constructed, tested, and commissioned as water retaining structure as
per the requirement, criteria and specifications given in the following sub-clauses. The structural
dimensions of overhead tanks given in the drawings are tentative and can change at the time of
execution and the contractor should execute the OHT’s at the same respective, unit rates as quoted
in the section-9, Bill of Quantities for the changed quantities also.
(iii) After carrying out Geological investigations, the structural designs and drawings shall be got
approved well in advance by the Competent Authority before execution.

The specifications for construction of OHT’s should be conforming to detailed specification given in
BOQ (section-9).

10.1 General :
1.Capacity and Staging : 10.00 LL capacity (1 No) RCC OHT on 15M. staging
2.Shape : Shaft type.
3.Type of construction: : M25 Design Mix (minimum cement content 360Kgs/ Cum) for RCC supporting
structure portion i.e., raft, footing, main and secondary beams and shaft portion
using weigh batch mixing plant and M30 Design Mix (minimum cement
content 400Kgs/Cum) for RCC water retaining or container portion i,e. shell,
bottom dome ring beams above staging side wall and top dome portions weigh
batch mixing plant. CC 1:1.5:3 grade screed concrete as per IS 3370.
10.2 Structural Requirements :
1. Finishing of RCC surfaces
(i) inside of side walls;
bottom dome conical wall :plastering with CM 1:3, 20mm thick to smooth finish
(ii) inside of roof :plastering with CM 1:3, 12mm thick to smooth finish

(iii) outside surface :plastering with CM 1:3, 12mm thick smooth finish , smoothly rendered
exposed faces shall be finished with two coats water proof cement paint of
approved colour and shade over one coat of primer after scrapping the
surface with wire brush etc., Steel - Fe-500

2. Base Concrete : CC 1:1.5:3 screed concrete and RCC design


Mix M25 and M30 as per IS 3370 & IS 456
10.3 Functional Requirements:
a) Access 45 Cms wide 65 x 65 x 8mm angle iron with 20mm MS bars at 25 Cms center to
center with 25 mm dia GI hand railing with angle iron props at 2 M. interval with
0.5 Mtr height and two coats of non poisonous anticorrosive bituminous paint.
b) Ventilation Finial as per approved Board drawing with copper mesh.
c) Inspection 60 x 60 Cms size MS frame and shutters with 3mm thickness including painting.
door
d) Level indicator Enameled gauge plate 3mm to 4mm thick 0.23 M. wide with copper floats
indicators and flexible nylon wire, painting figures with approved enameled paint.
e) Lightening Aluminium strip 25 x 3mm size including grounding aluminium Embedded in
arrestor shaft with 40mm dia GI Conduit & specials etc.
f) Puddle Flange Suitable dia puddle flange both for inlet and outlet shall be provided in the bottom
dome of the ESR itself with leak proof

Note:1) For all water retaining structures M30 design mix concrete shall be
used as per IS 3370 with latest amendments.
2) The work shall be taken up only after approval of the design and
drawings from the competent authority
11.0 PVC pipes: Supplying PVC ringtite pipes conforming to IS 4985:2000 with latest amendments and
conveying to worksite, rolling and lowering into trenches, laying true to line and level and perfect
linking at joints, testing and commissioning, including loading and unloading at both destinations
and cuts of pipes wherever necessary including jointing of PVC pipes and specials (including cost
146

of specials) with jointing of approved type, with all labour, including encasing the pipe alround to a
depth of not less than 15cms with soft gravel or selected earth available from the excavation etc.,
complete and giving necessary hydraulic test to the required pressure as per ISS (contractor will
make his own arrangements for procuring water for testing) with all lead and lift as directed by the
Engineer in Charge.
12.0 RCC pipe:- Supplying S&S RCC spun pipes NP-3 class conforming to IS 458:1988 with latest
amendments and conveying to worksite, rolling and lowering into trenches, laying true to line and
level including loading and unloading at both destinations and jointing of pipes and specials
(including cost of specials) including perfect linking of joints with jack to correct position
including cost of jointing materials ie., rubber rings confirming to IS for S&S RCC pipes and
giving necessary hydraulic test to the required pressure as per ISS and testing & commissioning
(contractor will make his own arrangements for procuring water for testing)etc complete.

12.1 Butterfly valve:- Supplying and fixing of DI double flanged double eccentrically disc, butterfly
valves conforming to DIN 335 / IS 13095 with renewable soft seal on the disc and body seat face
of nickel weld overlay micro finished with power or liquid epoxy coating with minimum thickness
of 250 microns applied on both body and disc inside and outside. Face to face dimensions as per
EN 558-1 basic series 14 (DIN 3203 F4) or AWWA C 504: 80 or BS 5155 or IS 13095. The valves
shall be supplied along with the required number of standard make galvanized Bolts and nuts. The
flange drilling standard is IS 1538. Hence, drilling of hole in the valves shall match with the pipe
flange drilling standard. The valves are to be suitable for buried operation with the gear box sealed
and lubricated for life time operation complete
13.0 Structural Concrete and Mortar
13.1 Grade of Concrete
13.1.1 Controlled Concrete
-- Deleted ----
13.1.2 Ordinary Concrete
In case of ordinary concrete, mix is not required to be designed by preliminary tests and
proportions of cement, fine aggregates and coarse aggregates are specified by volume. The
ordinary concrete shall be by volumetric mix as given in Table-4 below. For cement which
normally supplied in bags and is used by weight, volume shall be worked out taking 50 kg of
cement as 0.035 cubic metre in volume. Shaking, ramming or hammering shall not be done.
Proportioning of sand shall be as per its dry volume and in case it is damp, allowance for
'bulkage' shall be made as per IS:2386 (Part III).

Ingredients required for ordinary concrete containing one bag of cement for different proportions
of mix shall be as given in Table-4 below.
Table-4

Ingredients Required for Ordinary Concrete

Nominal Mix by volume Total quantity of dry Quantity of water in


Cement : Fine Aggregate : aggregates in kg (max) by mass litre (max) per 50 kg
Coarse Aggregate per 50 kg of cement (to be of cement
** taken as the individual masses ***
of fine and coarse aggregates)
1:4:8 625 45
1:3:6 480 34
1:2:4 350 32
1:1.5:3 250 30

* In the designation of a concrete mix, letter 'M' refers to the mix and the number refers to
the specified 28 days' works compressive strength of that mix on 150 mm cubes, expressed in N/
sq. mm.
** The proportions of the aggregate shall be adjusted from upper limit to lower limit
progressively as the grading of the fine aggregates becomes finer and the maximum size of
coarse aggregate becomes larger.

*** The amount of water should be kept minimum required for proper workability. The quantity
given in the column is not to be exceeded.

13.1.3 Design Mix Concrete

In case of Design Mix concrete, mix is required to be designed by preliminary tests and
proportions of cement, fine aggregates and coarse aggregates are specified by volume or weight.
The design mix concrete shall be by weigh batch mix the cement requirement is given in table 5
below. For cement which normally supplied in 50Kg bags and is used by weight, volume shall
be worked out taking 50 kg of cement as 0.035 cubic metre in volume. Shaking, ramming or
hammering shall not be done. Proportioning of sand shall be as per its dry volume/weight as per
design and in case it is damp, allowance for 'bulkage' shall be made as per IS:2386 (Part III).

Cement requirement for the proposed design mix concrete shall be as given in Table-5
below.

Table-5
Nominal Mix by volume Charectristic Cube Min Quantity of
Cement : Fine Aggregate : strength after 28 Cement per Cum of
Coarse Aggregate days curing N/mm2 Concrete Kgs
** ***
M25 25 360
M30 30 400
* In the designation of a concrete mix, letter 'M' refers to the mix and the number refers to
the specified 28 days' works compressive strength of that mix on 150 mm cubes, expressed in N/
sq. mm.

** The proportions of the aggregate shall be adjusted from upper limit to lower limit
progressively as the grading of the fine aggregates becomes finer and the maximum size of
coarse aggregate becomes larger.

*** The amount of water should be kept minimum required for proper workability necessary
plasticizer shall be added to maintain workability as per IS. The quantity given in the column is not to be
exceeded.

13.1.4 Strength Requirement of Concrete


Where Ordinary Portland Cement conforming to IS.269 or Portland Blast Furnace
Cement conforming to IS:455 is used, the compressive strength requirements for various grades
of concrete controlled as well as ordinary shall be as given in Table-6. Where rapid hardening
Portland Cement is used, the 28 days compressive strength requirements specified in Table-6
shall be met at 7 days.

For controlled concrete, the mix shall be so designed as to attain in preliminary tests a
strength at least 33 per cent higher than that required on work tests for concrete up to and
including M 25, and 25 per cent higher for higher grades. Preliminary tests need not be made in
case of 'ordinary concrete'.
Table-6
Strength Requirements of Concrete
148

Compressive test Strength on 150 mm cubes after testing in accordance


with IS:516 (N/sq.mm)
Minimum at 7 days Minimum at 28 days

1:3:6 10
1:2:4 15
1:1.5:3 20
M25 25
M30 30

1. In all cases, the 28 days compressive strength specified in Table-6 shall alone be the criterion for
acceptance or rejection of the concrete.
2. Where the strength of a concrete mix, as indicated by tests, lies in between the strength for any two
grades specified in Table-6, such concrete shall be classified for all purposes as a concrete belonging to
the lower of the two grades between which its strength lies.
3. Use of Plums in Ordinary Concrete
Stone Plums shall not be used unless specified in the drawings. When stone plums are used, the size
may be from 150 to 300 mm. The maximum dimension of these stones or plums shall not exceed
1/3rd the least dimension of the members.

All plums shall be hard, durable, clean and free from soft materials or loose pieces or deleterious
substances in them and shall not have sharp corners.
During concreting the first layer of concrete of the specified mix shall be laid to a thickness of at least
two and a half times the thickness of the maximum size of plums to be used. The plums shall then be
laid while the top portion of this concrete is still green but sufficiently stiff to prevent complete
submergence of the plums under their own weight. These plums shall be about half embedded in the
concrete and the remaining part exposed so as to form a key with the next layer of concrete. No plums
shall be used for concrete-laid under water.
While placing the plums, care shall be taken to see that the clear distance between any two plums is not
less than either the width or thickness of either of the plums. The distance from plums to the outer
surface or from any steel reinforcement shall be equal to greatest width of the plum.
If plums of stratified stone are used, they shall be laid on their natural bed. Stones with concave faces
shall be laid with the concave portion upwards. The thickness of the next and successive layers of
concrete shall be at least twice that of the largest plums. The total volume of plums shall not exceed
15% of the volume of the finished concrete.
14.0 Other Specials and Instruments
The Contractor is responsible to provide sufficient number of specials, as required for completing the
work satisfactorily.
14.1 Commissioning:
After satisfactory completion of all the components under the scope of the tender, the works shall be
commissioned for operation.
15.0 Performance targets
15.1 During the trial run period wherever leakages or repairs to water supply related facilities are taken up
there shall not be any damage to any utilities. The Bidder shall take care of the existing utilities. Any
damages to the existing utilities are to be rectified by the bidder at his own cost.
15.2 The leakages occurred during trial run period are to be attended duly segregating the affected areas (Sub
17.3
DMA) and the repairs are to be attended within 24 hours. During this period unaffected area should be
continued with continuous pressurized water supply as usual.
15.3 The contractor shall maintain minimum pressure measurement complying to 7 Mtr. residual pressure at
customer tap or 10 mtr residual pressure at tapping point for all house connections in the proposed water
zones under the scope of work with adequate water supply quantity as per norms.
15.4 The proportion measured in percentage terms of total volume of water billed to customer in a designated
supply are to that of total system input volume in the designated supply area in the distribution operating
Zone which the Bidder is supplying continuous pressurized water supply to the customer properties. The
percentage of NRW / UFW shall be restricted to15% throughout maintenance period.
15.5 The total number of customers in distribution operating zone to which continuous pressurized water
supply is to be delivered by the Continuous pressurized water supply shall mean that potable safe quality
water delivered continuously at 7m pressure at customer tap. Emergency stoppages of not exceeding
twelve hours and no more that an average of 3 emergency stoppages of less than 12 hours each shall
occur in any continuous period of six months.
16.0 Reinstatement of roads.
The road restoration / reinstatement shall be carried out after completion and necessary testing of all the Works
and only after approval of the Engineer.
Contractor shall make good of the road surface to the original grade, level and specifications as per Bill of
Quantities. Trenches shall be backfilled in layers as per clause mentioned in this section, well watered and well
compacted before road restoration to avoid settlement of restored strip. In case any settlement of the road
restoration strip, the Contractor has to rectify the surface by redoing the restoration work at no extra cost to the
owner as per Bill of Quantities. Road restoration shall be done as per the requirements of the concerned local
authorities, requirements specified in this section of Technical bid and as directed by the Engineer. The
replacement of road structures shall be carried out as soon as practicable and in conformity with IRC guidelines
after backfilling has been completed. Suitable excavated road pavement which complies with the requirements
of the Engineer may be used at the sub-base levels. Compaction shall be carried out with approved mechanical
compacting equipments.
The edges of the trench shall be cut to form a straight line consistent with fixed width of trench. A vertical joint
shall be formed between the new work and the existing road surface and shall be painted with hot bitumen or
rich cement slurry as the case may be, as approved by the Engineer. The joint between the base course and
wearing course shall be stepped 75 mm.
The finished levels of the completed reinstatement shall conform with the adjoining carriageway surface.
Reinstatement of the wearing courses shall match as nearly as practicable the colour or other characteristics of
the existing surface.

16.1 WATER BOUND MACADAM SUB – BASE / BASE.


16.1.1. Scope.
This work shall consist of clean, crushed aggregates mechanically interlocked by rolling and bonding together
with screening, binding material where necessary and water laid on properly backfilled pipeline and manhole
trenches and finished in accordance with the requirements of these specifications and as directed by the
Engineer.
The scope involves Providing, laying , spreading and compacting stone aggregates of specific sizes to Water
Bound Macadam specification including spreading in uniform thickness, hand packing, rolling with 3 wheeled
steel/vibratory roller 8-10 tones in stages to proper grade and camber, applying and brooming requisite type of
screening/binding materials to fill up the interstices of coarse aggregates ,watering and compacting to the
required density with all lead & lifts etc complete with the following two layers of materials each of compacted
to 75mm thick,
(i). Materials (Refer table 400 - 7, 8 & 9) Using Screening Crushable type such as Moorum or Gravel Grading-
II (Clause: 404 of MORT & H).
(ii).Material (Refer table 400 - 7, 8 & 9) Using Screening Crushable type such as Moorum or Gravel Grading-
III (Clause: 404 of MORT & H).

16.1.2. Materials
(a). Coarse aggregates - Coarse aggregates shall be either crushed or broken stone, crushed slag, over burnt
(Jhama) brick aggregates or any other naturally occurring aggregates such as kankar and laterite of suitable
quality. Materials other than crushed or broken stone and crushed slag shall be used in sub-base courses only. If
crushed gravel / shingle is used, not less than 90 per cent by weight of the gravel/shingle pieces retained on 4.75
mm sieve shall have at least two fractured faces. The aggregates shall conform to the physical requirements set
forth in Table 400-15. The type and size range of the aggregate shall be specified in the contract or shall be as
specified by the engineer. If the water absorption value of the coarse aggregate is greater than 2 per cent, the
soundness test shall be carried out on the material delivered to site as per IS: 2386 (Part 5)- copy enclosed as
Annexure.
150

(b). Crushed or broken stone - The crushed or broken stone shall be hard, durable and free from excess flat,
elongated, soft and distinguished particles, dirt and other deleterious material.
Table 400-6, Physical requirements of coarse aggregates for water bound macadam for sub– base courses.

Test Test Method Requirements


1 * Los Angeles Abrasion value IS:2386 40 percent (Maxi.)
Or IS:2386 (Part-4) or 30 percent (Maxi.)
*Aggregate impact value IS;5640**
2 Combined Flakiness and IS:2386 (Part - 1) 30 percent (Maxi.)
Elongation indices (Total)***

* Aggregate may satisfy requirements of either of the two sets.


** Aggregates like brick metal, kankar, laterite etc. which get softened in presence of water shall be tested for
Impact value under wet condition in accordance with IS : 5640.
*** The requirement of flakiness index and elongation index shall be enforced only in the case of crushed
broken stone and crushed slag.
(c). Crushed slag - Crushed slag shall be made from air-cooled blast furnace slag. It shall be of angular shape,
reasonably uniform in quality and density and generally free from thin, elongated and soft pieces, dirt or other
deleterious materials. The weight of crushed slag shall not be less than 18.2 KN per m3 and the percentage of
glossy material shall not be more than 20. It should also comply with the following requirements:

(i) Chemical stability To comply with requirements of appendix of


BS : 1047
(ii) Sulphur content Maximum 2 per cent
(iii) Water absorption Maximum 10 per cent

(d). Over-burnt brick aggregates - Brick aggregates shall be made from over burnt bricks or brick bats and be
free from dust and other objectionable and deleterious materials.
(e). Grading requirement of coarse aggregates - The coarse aggregates shall conform to one of the Grading
given in Table 400 – 7 as specified, provided, however, the use of Grading No. 1 shall be restricted to sub-base
courses only.
Table 400 – 7, Grading requirements of coarse aggregates
Gradation Size range I.S. Sieve designation Percent by weight
passing
1 90 mm to 45 mm 125 mm 100
90mm 90-100
63mm 25-60
45mm 0-15
22.4mm 0-5
2 63 to 45 mm 90mm 100
63mm 90-100
53mm 25-75
45mm 0-15
22.4mm 0-5
3 53 to 22.4 mm 63mm 100
53mm 95-100
45mm 65-90
22.4mm 0-10
18.2mm 0-5
Note: The compacted thickness for a layer with Grading 1 shall be 100 mm while for layer with other grading
i.e., 2 & 3, it shall be 75 mm.
(f). Screenings - Screenings to fill voids in the coarse aggregate shall generally consist of the came material as
the coarse aggregate. However, where permitted, predominantly non-plastic material such as murrum or gravel
(other than rounded river borne material) may be used for this purpose provided liquid limit and plasticity index
of such material are below 20 and 6 respectively and fraction passing 75 micron sieve does not exceed 10 per
cent.
Screenings shall conform to the grading set forth in Table 400-8. The consolidated details of quantity of
screenings required for various grades of stone aggregates are given in Table 400 – 9. The table also gives the
quantities of materials (loose) required for 10 m2 for sub-base base compacted thickness of 100/75 mm. The use
of screenings shall be omitted in the case of soft aggregates such as brick metal, kankar, laterites, etc. as they
are likely to get crushed to a certain extent under rollers.
Table 400 – 8, Grading for screenings
Grading Size of IS Sieve Per cent by weight
classification screenings
designation passing the IS sieve
A 13.2 mm 13.2 mm 100
18.2mm 95-100
5.6mm 15-35
180mm 0-10
B 18.2 mm 18.2mm 100
5.6mm 90-100
180mm 15-35
Table 400 – 9, Approximate quantities of coarse aggregates and screenings required for 100 / 75 mm
compacted thickness of water bound macadam (wbm) sub-base / base course for 10 m2 area

Classificat Size Compact thickness Screenings


ion Range Loose Qty.
Stone screening Crushable type such as
murram or gravel
Grading For WBM sub- Grading Loose Qty.
classificati base/ base course classification
on and size (loose Qty) and size
Grading-1 90mm 100 mm Type A13.2 0.27 to 0.30 m3 Not Uniform 0.30 to 0.2
to 45mm to 1.43 m3 mm m3
Grading-2 63mm 75 mm Type A 0.12 to 0.15 m3 - do - 0.22 to 0.24
to 45 mm 0.91to 0.7m3 13.2 mm m3
-do- - do - - do - Type B 0.20 to 0.22 m3 - do - - do -
18.2 mm
Grading-3 53mm - do – - do - 0.18 to 0.21 m3 - do - - do -
to 22.4
mm
(g). Binding material - Binding material to be used for water bound macadam as a filter material meant for
preventing ravelling, shall comprise of a suitable material approved by the engineer having a Plasticity Index
(PI) value of less than 6 as determined in accordance with IS : 2720 (Part 5).
The quantity of binding material where it is to be used will depend on the type of screenings. Generally, the
quantity required for 75 mm compacted thickness of water bound macadam will be 0.06 – 0.09 m3 / 10m2 and
0.08 – 0.10 m3/ 10 m2 for 100 mm compacted thickness.
The above mentioned quantities should be taken as a guide only, for estimation of quantities for construction
etc.
Application of binding materials may not be necessary when the screenings used are of crushable type such as
murrum or gravel.
16.1.3. Construction operations
(a). Preparation of base - The surface of the sub-grade /sub-base/base to the specified lines and cross fall
(camber) and made free of dust and other extraneous material. Any ruts or soft yielding places shall be corrected
in an approved manner and rolled until firm surface is obtained if necessary by sprinkling water. Any sub-
base /base / surface irregularities, where predominant, shall be made good by providing appropriate type of
profile corrective course (levelling course) to applicable clause of these specifications.
As far as possible, laying water bound macadam course over an existing thick bituminous layer may be avoided
since it will cause problems of internal drainage of the pavement at the interface of two courses. It is desirable
to completely pick out the existing thin bituminous wearing course where water bound macadam is proposed to
be laid over it. However, where the intensity of rain is low and the interface drainage facility is efficient, water
bound macadam can be laid over the existing thin bituminous surface by cutting 50 mm x 50 mm furrows at an
152

angle of 45 degrees to the centre line of the pavement at one meter intervals in the existing road. The directions
and depth of furrows shall be such that they provide adequate bondage and also serve to drain water to the
existing granular base course beneath the existing thin bituminous surface.

(b). Inverted choke - If water bound macadam is to be laid directly over the subgrade, without any other
intervening pavement course, a 25 mm course of screenings (Grading B) or coarse sand shall be spread on the
prepared subgrade before application of the aggregates is taken up. In case of a fine sand or silty or clayey
subgrade, it is advisable to lay 100 mm insulating layer of screening or coarse sand on top of fine grained soil,
the gradation of which will depend upon whether it is intended to act as a drainage layer as well. As a preferred
alternative to inverted to act as a drainage layer as well.
As a preferred alternative to inverted choke, appropriate geo-synthetics performing functions of separation and
drainage may be used over the prepared subgrade as directed by the engineer. Section 700 shall be applicable
for use of geo-synthetics.

(c). Spreading coarse aggregates - The coarse aggregates shall be spread uniformly and evenly upon the
prepared sub-grade/sub-base/base to proper profile by using templates placed across the road about 6 m apart, in
such quantities that the thickness of each compacted layer is not more than 100 mm for Grading 1 and 75 mm
for Grading 2 and 3, as specified in clause 18.1.2., Wherever possible, approved mechanical devices such as
aggregates spreader shall be used to spread the aggregates uniformly so as to minimize the need for manual
rectification afterwards. Aggregates placed at spread in one or more layers by any approved means so as to
achieve the specified results.
The spreading shall be done from stockpiles along the side of the roadway or directly from vehicles. No
segregation of large or fine aggregates shall be allowed and the coarse aggregate as spread shall be of uniform
gradation with no pockets of fine material.
The surface of the aggregates spread shall be carefully checked with templates and all high or low spots
remedied by removing or adding aggregates as may be required. The surface shall be checked frequently with a
straight edge while spreading and rolling so as to ensure a finished surface as per approved drawings. The
coarse aggregates shall not normally be spread more than 3 days in advance of the subsequent construction
operations.

(d). Rolling - Immediately following the spreading of the coarse aggregate, rolling shall be started with three
wheeled power rollers of 80 to 100 KN capacity or tandem or vibratory rollers of 80 to 100 KN static weight.
The type of roller to be used shall be approved by the engineer based on trial run. Except on super-elevated
portions where the rolling shall proceed from inner edge to the outer, rolling shall begin from the edges
gradually progressing towards the centre. First the edge/ edges shall be compacted with roller running forward
and backward. The roller shall then move inward parallel to the centre line of the road, in successive passes
uniformly lapping preceding tracks by at least one half width.
Rolling shall be discontinued when the aggregates are partially compacted with sufficient void space in them to
permit application of screenings. However, where screenings are not to be applied, as in the case of crushed
aggregates like brick metal, laterite and kankar, compaction shall be continued until the aggregates are
thoroughly keyed. During rolling, slight sprinkling of water may be done, if necessary. Rolling shall not be done
when the sub-grade is soft or yielding or when it causes a wave-like motion in the sub-grade or sub-base course.
The rolled surface shall be checked transversely and longitudinally, with templates and any irregularities
corrected by loosening the surface, adding or removing necessary amount of aggregates and re-rolling until the
entire surface conforms to desired cross fall (camber) and grade. In no case shall the use of screenings be
permitted to make up depressions.
Material which gets crushed excessively during compaction or becomes segregated shall be removed and
replaced with suitable aggregates.

(e). Application of screenings - After the coarse aggregate has been rolled to as per above specification,
screenings to completely fill the interstices shall be applied gradually over the surface. These shall not be damp
or wet at the time of application. Dry rolling shall be done be damp or wet at the time of application. Dry rolling
shall be done while the screenings are being spread so that vibrations of the roller cause them to settle into the
voids of the coarse aggregates.
The screenings shall not be dumped in piles but be spread uniformly in successive thin layers either by the
spreading motions of hand shovels or by mechanical spreaders, or directly from tipper with suitable grit
spreading arrangement. Tipper operating for spreading the screenings shall be so driven as not to disturb the
coarse aggregate.
The screenings shall be applied at a slow and uniform rate (in three or more applications) so as to ensure filling
of all voids. This shall be accompanied by dry rolling and becoming with mechanical brooms, hand-brooms or
both. In no case shall the screenings be applied so fast and thick as to form cakes or ridges on the surface in
such a manner as would prevent filling of voids or prevent the direct bearing of the roller on the coarse
aggregate. These operations shall continue until no more screenings can be forced into the voids of the coarse
aggregate. The spreading, rolling, and brooming of screenings shall be carried out in only such lengths of the
road which could be completed within one day’s operation.

(f). Sprinkling of water and grouting - After the screenings have been applied, the surface shall be copiously
sprinkled with water, swept and rolled. Hand brooms shall be used to sweep the wet screenings into voids and to
distribute them evenly. The sprinkling, sweeping and rolling operation shall be continued, with additional
screenings applied as necessary until the coarse aggregate has been thoroughly keyed, well-bonded and firmly
set in its full depth and a grout has been formed of screenings. Care shall be taken to see that the base or sub-
grade does not get damaged due to the addition of excessive quantities of water during construction.
In case of lime treated soil sub-base, construction of water bound macadam on top of it can cause excessive
water to flow down to the lime treated sub-base before it has picked up enough strength (is still “green”) and
thus cause damage to the sub-base layer. The laying of water bound macadam layer in such cases shall be done
after the sub-base attains adequate strength, as directed by the engineer.

(g). Application of binding material - After the application of screenings in accordance with the above clause.
The binding material where it is required to be used shall be applied successively in two or more thin layers at a
slow and uniform rate. After each application, the surface shall be copiously sprinkled with water, the resulting
slurry swept in with hand brooms, or mechanical brooms to fill the voids properly, and rolled during which
water shall be applied to the wheels of the rollers if necessary to wash down the binding material sticking to
them. These operations shall continue until the resulting slurry after filling of voids, forms a wave ahead of the
wheels of the moving roller.

(h). Setting and drying - After the final compaction of water bound macadam course, the pavement shall be
allowed to dry overnight. Next morning hungry spots shall be filled with screenings or binding material as
directed, lightly sprinkled with water if necessary and rolled. No traffic shall be allowed on the road until the
macadam has set.
The engineer shall have the discretion to stop hauling traffic from using the completed water bound macadam
course, if in his opinion it would cause excessive damage to the surface. The compacted water bound macadam
course should be allowed to completely dry and set before the next pavement course is laid over it.

16.1.4. Reconstruction of defective macadam

The finished surface of water bound macadam shall conform to the tolerance of surface regularity as prescribed
in the relevant IS standards. However, where the surface irregularity of the course exceeds the tolerances or
where the course is otherwise defective due to sub-grade soil mixing with the aggregates, the course to its full
thickness shall be scarified over the affected area, reshaped with added material or removed and replaced with
fresh material as applicable and re-compacted. In no case shall depressions be filled up with screenings or
binding material.

16.1.5. Arrangement for traffic.


During the period of construction, the arrangement of traffic shall be done as per by the contractor in
accordance with the applicable clause of this section.

16.1.15. Measurements for payment.


Water bound macadam shall be measured as finished work in position in cubic metres as per Bill of Quantities
item of work.

16.2. PRIMING OF BASE COURSE WITH BITUMINOUS PRIMERS


16.2.1 Scope
154

This specification relates to the operation of priming an absorbent base course, preparatory to a subsequent
bituminous treatment, through application of a low viscosity bituminous material by spraying. The specification
is intended to indicate what is considered to be a good practice for priming and shall apply unless modified by
special provisions to take into account any unusual conditions.
The scope involves, Providing and applying primer coat with bitumen emulsion on prepared surface of granular
Base of low porosity such as WBM including clearing of road surface and spraying primer at the rate of 0.75
kg/sqm using mechanical means. As per MORTH specification clause No. 502 complete in all respects with all
lead & lifts etc complete.

16.2.2 Materials
The bituminous primer to be used should be such that it can penetrate into the base course to perform its
intended function.

16.2.3. Types of primer


Table 16.2.1 can be used as guidance for choice of primer on different types of surfaces.
Type of Surface Emulsion Cut-back Road tar
Low porosity Not suitable MC-0 RT-1 or RT-2
Medium porosity SS or MS MC-1 orSC-1 MC-2 or SC-2 RT-2 or RT-3
High porosity MS MC-3 or RC-1 RT-3 or RT-4

16. 2.4.Viscosity
For selecting the appropriate type of primer out of the materials indicated in Table 1, the atmospheric
temperature during application should be given consideration. Also, within the range of viscosity specified, the
primer for use may be selected keeping in view the level of porosity of the surface to be treated.

16.2.5. Quantity of primer


The primer shall be applied at the rate of 0.75 kg/sqm.

16.2.15. Construction
a. Weather and seasonal limitations
Cut-back and road tar primers shall not be applied on wet surface or during dust storm or when the weather is
foggy or rainy. Bitumen emulsion can be applied on wet surface. However, emulsions shall not be applied
during dust storm or when it is actually raining.
Atmospheric temperature during priming should be above 10 C.
b. Equipment
All equipment required for the execution if work should be in good working condition at site.
c. Preparation of base course surface
The base course surface to be primed shall be swept clean and free from dust. All loose materials and other
foreign matter on the surface shall be removed completely, if necessary by using power blowers or sweepers.
Large irregularities, potholes, depressions, etc. shall be repaired prior to priming. Minor depressions may be
ignored until the surface is primed. After which these might be patched with a suitable premixed material prior
to the subsequent bituminous treatment.
The underlying surface shall be dry prior to priming. Except that in the case of bitumen emulsions, it may be
desirable to dampen the surface slightly in order to obtain better penetration of the primer.
Pre-wetting should be done by water spraying, using equipment capable of uniform application of water over
the entire surface. The spraying may be taken up 2 to 12 hours before priming, in such quantity that the surface
during priming is damp but not saturated with water. Traffic shall be kept off the prepared areas prior to
priming.
d. Application of primer
After the base to be primed has been prepared as described above, the primer shall be uniformly applied over
the surface using mechanical sprayers. Rate of application of primer shall correspond to the quantities given in
clause 16.2.5.
The spraying should preferably be carried out using sprayer mounted on distributor truck or with hand sprayer
using mechanical pump. The use of hand-held containers such as watering cans, perforated buckets etc. Is
unacceptable and should not be permitted under any circumstances. Quantity should be checked periodically
using Tray Coating Test or any other suitable means.
Temperature of application of primer should be high enough to permit the primer to be sprayed effectively
through the jets of the spray bar and to cover the base course surface effectively.

e. Curing
The primed surface shall be allowed to cure fully. No traffic shall be allowed over the primed surface during
this period and in any case not before 24 hours if the primer is a cut-back bitumen and 6 hours in the case of
bitumen emulsion. Any pool of excess cut-back primer, which has not been completely absorbed by any part of
the base course surface during the curing period, should be carefully swept over the adjacent surface, and then a
light sand blotter course applied. The amount applied should be just sufficient to blot up the excess bitumen and
prevent it being picked up under traffic. If an excess of bitumen residue is found on the primed surface after
bitumen emulsion has broken, a very light sand dusting may be applied to soak up the surplus material.
All loose sand should be swept from the base course surface prior to any subsequent bituminous treatment.

16.3. Tack Coat


All specifications in the clause 18.2.6 shall apply to this item of work and the specific scope of work
involves Providing and applying tack coat with bitumen emulsion using emulsion pressure distributor at the rate
as specified in BOQ on the prepared granular surface cleaned with mechanical broom such as WBM surface as
per MORTH specification clause No. 503 complete in all respects with all lead & lifts etc complete for old
surfaces at vertical and horizontal joints.

16.4. SPECIFICATIONS FOR SINGLE COAT BITUMINOUS SURFACE DRESSING (20MM THICK
PRE-MIX BITUMINOUS SURFACING).

16.4.1. Scope.
This specification is intended to indicate what is considered to be good practice for construction of single coat
bituminous surface dressing and shall apply unless modified by special provisions to take into account unusual
conditions. The work specified consists of a wearing surface composed of a single application of bituminous
material covered with one application of cover material of size as specified below, applied on a previously
prepared base or pavement.
The specific scope involves, Providing, laying and rolling of open-graded premix surfacing of 20 mm thickness
composed of 13.2 mm to 5.6 mm aggregates either using penetration grade bitumen 80/100 or cut-back or
emulsion to required line, grade and level to serve as wearing course on a previously prepared base, including
mixing in suitable plant, laying and rolling with a smooth wheeled roller 8-10 tonne capacity, finished to
required level and grades. Mechanical method using Penetration grade Bitumen and HMP of appropriate
capacity, as per MORTH specification No.511 complete in all respects. (Bitumen 1.46kg/sqmt. Metal = 0.027)
with 40-60 TPH hot mix with all lead & lift etc complete.

16.4.2. Materials
a. Bituminous materials - The bituminous materials shall be of grade 80/100 or cut-back conforming to the
requirements as specified and provided for in the proposal and satisfy the related specification, issued by the
Indian Standards Institution (vide I.S.I Standards 73-1961,215-1961,217-1961 and 454-1961).
b. Cover materials
(i). General requirements - The cover material shall consist of crushed stone, crushed slag crushed gravel
(shingle) or other stones, as specified, and shall have clean, strong, durable, and fairly cubical fragments
free from disintegrated pieces, salt, alkali, vegetable matter, dust and adherent coatings. The aggregate shall
preferably be hydrophobic in nature and of low porosity.
(ii). Physical requirements - The aggregate shall satisfy the requirements given in Table 16.4.1.
Table 16.4.1
Sl. Property Value Method of test
No.
1 Abrasion value, using Los Angeles machine or Max. 35% IS: 2386 (Part IV)
Aggregate impact value Max. 30% - do -
2 Flakiness index Max. 25% IS: 2386 (Part I)
3 Stripping value Max. 25% IS: 6241
4 Water absorption (except in case of slag) Max. 1% IS: 2386 (Part III)
5 Soundness: Loss with sodium sulphate – 5 cycles (in Max. 12% IS: 2386 (Part V)
156

case of slag only)


6 Unit weight or bulk density (In case of slag only) Min. 1120 kg per m3 IS: 2386 (Part III)

Where all these conditions cannot be satisfied, it is left to the Engineer-in-charge to allow reasonable tolerances.
Size - The size of chippings to be used shall depend on whether the treatment is for the first coat or for the
subsequent or renewal coat and shall be as per the size specified below. For single application of the aggregate,
it is desirable to keep the grading of the various sizes as specified in Table 16.4.2.

Table 16.4.2

Sieve designation nominal size of aggregate Specification


I For surfacing water-bound macadam - first coat 100 percent passing through 20 mm square mesh
sieve and retained on 10 mm square mesh sieve
II For subsequent or renewal coats 10 mm 100 percent passing through 12.5 mm square mesh
sieve and retained on 15.3-mm square mesh sieve.
Note – It is essential to sieve the aggregates through proper size sieves to ensure the size stipulated in the
specifications. The sieve sizes indicated above are as per IS: 460 – 1962.

16.4.3. Construction methods


a. Weather and seasonal limitations - Preferably, the surface dressing work shall be carried on only when the
atmospheric temperature in shade is 16°C or above. No bituminous material shall normally be applied when the
surface or the cover material is damp, when the weather is foggy or rainy or during dust storm, except, in case
of emulsions, the surface should be slightly damp.
b. Equipment - All equipment necessary for the proper construction of work shall be on the site of the work in
good condition.
c. Preparation of road surface - The underlying course on which surface dressing is to be laid shall be
prepared, shaped and conditioned to a uniform grade and section as specified. Any depressions or pot-holes
shall be properly made up and thoroughly compacted sufficiently in advance. The defective parts should be
clearly cut out and the patches of new material put in, and not put on the existing surface.
Where the existing surface shows signs of "fatting-up", such position should be rectified. It is important that the
surface be dry and thoroughly cleaned immediately before applying the binder. The surface should be swept
clean free of caked earth and other foreign matter cleaned first with hard brushes, then with softer brushes and
finally blowing off with sacks or gunny bags to remove the fine dust. The base shall be applied with Tack coat
as per clause 18.4.uniformly preferably by a mechanical sprayer.
d. Application of bituminous material - After the surface to be treated has been prepared, as specified above,
bituminous material shall be sprayed uniformly over the dry surface preferably using mechanical sprayers. The
binder shall be applied at a temperature appropriate to the type of binder and equipment used. The premix open
graded surfacing consisting of aggregates 13.2mm to 5.60mm shall be applied to an uniform thickness as per
applicable IS standards to get the final compacted thickness of 20mm.
e. Rolling cover materials - Immediately after the application of the cover materials as described, the entire
surface shall be rolled with a 8 to 10 tonne smooth wheeled road roller. The rolling shall begin at the edge and
proceed lengthwise, over the-area to be rolled lapping not less than one third of the roller tread and proceed
towards the centre. When the centre is reached, the rolling shall then start at the opposite side and again proceed
towards the centre. In the super-elevated portions, the rolling should proceed from the inner to the outer edge.
While the rolling is in progress, additional aggregate shall be spread by hand in whatever quantities may be
required to fill irregularities and to prevent picking up of the aggregate by the roller. Rolling shall be continued
until the particles are firmly embedded in the bituminous materials and present a uniform closed surface.
Excessive rolling which results in the crushing of the aggregate particles shall be avoided.
f. Finishing - The finished surface shall be uniform and conform to the lines, grades and typical cross sections
shown in the specifications.
g. Opening to traffic - When straight run bitumen or road tar is employed as the binder, the finished surface
shall be thrown open to traffic on the following day but if in special circumstances, the road is required to be
opened to traffic immediately after rolling, speed of the traffic shall be limited to 16 km per hour till the
following day. Where cutback bitumen and emulsion is employed, the finished surface shall be kept closed to
the traffic until it has sufficiently cured to hold the cover aggregates in place. Controlling of traffic shall be
done by some suitable device, such as barricading and posting of watchmen, etc.

16.5. SEAL COAT.


The scope of work involves Providing and laying seal coat sealing the voids in bituminous surface laid to the
specified levels, grade and cross fall using Type A seal coat as per MORTH specification clause No. 513
complete in all respects with all lead & lift etc complete.(Bitumen = 0.98 kg/sqmt. Metal =0.009).

16.15. SPECIFICATIONS FOR CONSTRUCTION OF CONCRETE ROADS

16.15.1. Scope
This is intended to indicate what is considered to be good practice for the construction of cement concrete road
pavements, including preparation of the subgrade and sub -base underneath these pavements. This does not
however cover the requirements of fully mechanized constructions.
The scope involves providing specified thickness of spcified proportion cement concrete as base course and
specified thickness of specified proportion cement concrete as wearing course as per approved construction
drawings and specifications.

16.15.2 Materials
a. Ordinary Portland Cement - This should comply with the requirements of IS - 8112 with latest revisions
(Specification for Ordinary Portland Cement)
b.Steel:Fe-500 Grade conforming to relevant IS with latest amendments
c. Aggregates
General - Aggregates should comply with IS - 383 -1970 "Specification for Coarse and Fine Aggregates from
Natural Sources for Concrete (Second Revision)" with special reference to the additional requirements
stipulated for use in road works excepting in the case of Los Angeles Abrasion Test limit.
The Los Angeles Abrasion Test limits shall be not more than 35 per cent and 50 per cent for concrete wearing
course and sub -base course respectively. ln addition, the limits of deleterious material shall not exceed the
requirements set out in IS - 515 -1959 “Specification for Natural and Manufactured Aggregates for Use in Mass
Concrete." Weathered rock should not be used. In order to make good concrete, it is important to avoid crushed
aggregate of poor shape. Very angular, flaky, elongated or splintery aggregates give a harsh mix of low
workability. Maximum size of aggregate should not exceed l/4th of the pavement slab thickness. In case of
pavements having reinforcement, maximum size of aggregate should also not exceed l/4th of minimum clear
spacing between reinforcing bars.
c. Coarse aggregates
Continuous grading - Continuously graded coarse aggregate should be furnished in at least two separate sizes
with separation at 20 mm I.S. sieve when combined material graded from 40 to 4.75 mm is specified, and at 25
mm I.S. sieve when combined material graded from 50 to 4.75 mm is specified.
d. Fine aggregate - Fine aggregate shall preferably be natural sand. Crushed stone sand may also be used
satisfactorily in concrete. The fine aggregate shall conform to IS: 383 -1970, the permissible percentage passing
limits on 300 and 150 -micron sieves shall be 15 -55 per cent and 0 -20 per cent respectively instead of 15 -50
percent and 0 -15 per cent as stipulated in IS Specification.
Crushed sand is usually more angular in shape than naturally occurring sand, and for this reason may tend to
make the mix a little harsher. In some cases, it may prove advantageous to use a mixture of naturally occurring
sand and crushed stone sand if the former is not obtained in adequate supply or where its grading is poor.
Bulking due to presence of moisture in the fine aggregate should be accounted for when volumetric batching is
employed.
e. Water - Water used in mixing or curing of concrete shall be clean and free from injurious amounts of oil, salt,
acid, vegetable matter or other substances harmful to the finished concrete. It shall meet the requirements
stipulated in clauses of IS: 456 -2000 "Code of Practice for Plain and Reinforced Concrete". Potable waters are
generally
considered satisfactory for mixing or curing.
f. Dowel and tie bars - Dowel and tie bars shall be plain round steel bars conforming to the requirements of IS:
432 -19615.
g. Premoulded joint filler - Premoulded joint filler shall be of the thickness shown on the drawings within a
tolerance of 1.5 mm. It shall be 25 mm less in depth than the thickness of the slab, within a tolerance of 3
mm and of the full width between road forms. Holes to accommodate dowel bars shall be accurately bored or
158

punched out. The joint filler shall comply with the requirements of IS: 1838 -1961 "Specification for Preformed
Fillers for Expansion Joint in Concrete, Non -extruding and Resilient Type (Bitumen -impregnated Fiber)."

16.15.3. Water content and workability


The water content per batch of concrete should be maintained constantly except for suitable allowances to be
made for free moisture and absorption by aggregates determined from time to time during construction.
Adjustments for workability shall be made by variations in the ratio of the coarse to fine aggregate or improving
upon their grading without change in cement content or water -cement ratio. The slump of the concrete mix for
pavements compacted by vibration should not be more than 25 mm, preferably between 0 and 12 mm, and that
by manual compaction not more than 50 mm. No price adjustment would be permissible for variations in the
gradations of the aggregates or in the ratio of coarse to fine aggregates necessitated from adjustment at site.

16.15.4. Tools, equipment and appliances


General
All tools, equipment and appliances necessary for proper preparation of sub-grade, laying of sub -base and
batching, mixing, placing, finishing and curing of concrete shall be at the project site in good working condition
and shall have been inspected by the engineer before the paving operations are permitted to start. Throughout
the construction of the project, the construction agency shall maintain all necessary tools, equipment and
appliances in first class working condition to ensure proper execution of the work. Arrangements shall also be
made for requisite number of stand -by units in the event of break -downs during construction.

16.15.4.1. List of tools, equipment and appliances


A list of tools, equipment and appliances required for the different phases of concrete road construction is given
below.

This list pertains to semi -mechanised type of construction only, as practised most in this country.
(a) Subgrade and sub -base compaction -
(i) Compaction equipment (three wheeled or tandem roller, pneumatic roller, vibratory roller or sheep -foot
roller)
(ii) Watering devices (water lorries, bhisties/water carriers or watering cans),
(b) Preparation of sub -bass for concreting and formwork
(i) Scratch templates or strike boards
(ii) Bulk -heads
(iii) Pick axes, shovels and spades
(iv) Formwork and iron stakes
(c) Concrete manufacture
(i) Shovels and spades
(ii) Sieving screens
(iii) Weigh batcher
(iv) Aggregate measuring boxes (only where volume batching of aggregates is permitted as a special case)
(v) Water pump
(vi) Water measures
(vii) Concrete mixer
(d) Transportation, laying and compaction of concrete
(i) Wheel barrows/iron pans
(ii) Wooden bridges
(iii) Spades
(iv) Concrete vibrators (both internal and screed board types)
(v) Wooden hand tampers
(e) Finishing operations - surface and joints
(i) Wooden bridges
(ii) Floats (longitudinal and long -handled wooden floats)
(iii) Templates
(iv) Three -meter long straight edges including one master straight edge
(v) Graduated wedge gauges
(vi) Mild steel sections and blocks for making joint grooves
(vii) Edging tools including double -edging tools
(viii) Canvas belts
(ix) Long handled brooms
(x) Diamond cutter (when making saw -cut joints)
(xi) Grinder (for grinding local high spots)
(f) Curing
(i) Hessian cloth burlap or polyethylene sheeting
(ii) Watering devices as in a (ii) (for ponding operation)
(g) Cleaning and sealing of joints
(i) Iron raker
(ii) Coir brush
(iii) Cycle pump/pneumatic air blower
(iv) Kerosene stove
(v) Thermometer
(vi) Transferring pot
(vii) Painter's brush
(viii) Pouring kettle
(ix) Scraper

16.15.15. Curing of concrete - Immediately after the finishing operations have been completed the entire
surface of the newly laid concrete shall be covered against rapid drying, and cured. Failure to provide sufficient
cover material of the stipulated type or inadequate supplies of water for curing shall be adequate cause for
immediate suspension of concreting operations.

16.15.15.1. Initial curing - After completion of the finishing operations, the surface of the pavement shall be
entirely covered with wet hessian cloth, burlap or jute mats. The coverings used shall be of such length (or
width) that when laid will extend at least 500 mm beyond the edges of the slab, shall be so placed that the entire
surface and both the edges of the slab are completely covered. They shall be placed as soon as the concrete has
set sufficiently to prevent marring of the surface. Prior to their being placed, the coverings shall be thoroughly
wetted with water and placed with the wettest side down. They shall be so weighed down as to cause them to
remain in intimate contact with the surface covered. They shall be maintained fully wetted and in position for 24
hours after the concrete has been placed, or until the concrete is sufficiently hard to be walked upon without
suffering any damage. To maintain the coverings wet, water shall be gently sprayed so as to avoid damage to the
fresh concrete. If it becomes necessary to remove the coverings for any reason, the concrete slab shall not be
kept exposed for a period of more than half an hour.
Worn coverings or coverings with holes shall not be permitted. Coverings reclaimed from previous use other
than curing concrete shall be thoroughly washed prior to use 'for curing purposes, if the covering is furnished in
strips, the strips shall be laid to overlap at least 150 mm.
Covering shall be placed from suitable wooden bridges (IRC -43 -1972). Walking on freshly laid concrete to
facilitate placing coverings shall not be permitted.

16.15.15.2. Final curing - Upon the removal of the covering the slab shall be thoroughly wetted and then cured
by one of the following methods of final curing -
(a) Curing with wet earth - Exposed edges of the slab shall be banked with a substantial berm of earth. Upon
the slab shall then be laid a system of transverse and longitudinal dykes of clay about 50 mm high, covered with
a blanket of sandy soil free from stones to prevent the drying up and cracking of clay. The rest of the slab shall
then be covered with sufficient sandy soil so as to produce a blanket of earth not less than 40 mm depth after
wetting. The earth covering shall be thoroughly wetted while it is being placed on the surface and against the
sides of the slab and kept thoroughly saturated with water for 14 days and thoroughly wetted down during the
morning of the 15th day and shall thereafter remain in place until the concrete has attained the required strength
and permission is given to open the pavement to traffic. When such permission is granted, the covering shall be
removed and the pavement swept clean. If the earth covering becomes displaced during the curing period, it
shall be replaced to the original depth and re -saturated,

16.15.16. Opening to traffic - In general, traffic shall be excluded from the newly constructed pavement for a
period of 28 days where Ordinary Portland Cement, Portland Blast Furnace Slag Cement and Portland
Pozzolona Cement are used, or for a period of 7 days where Rapid Hardening Cement is used. In all cases,
before the pavement is opened to traffic it shall be cleaned and the joints shall be sealed.
160

17.0 The detailed specifications under Book of Specifications is part of the Bid however not contradicting
the provisions of Section -7 or any other provisions in this tender
PART B
OPERATION & MAINTENANCE OF THE PROPOSED BULK WATER SUPPLY SYSTEM AND
CONTINUOUS PRESSURISED WATER SUPPLY SYSTEMS TO BADAMI AND KERUR TOWN FOR
A PERIOD OF 5 YEARS (INCLUDING 1 YEAR DEFECT LIABILITY PERIOD).

Scope of work:-
1 Operation & Maintenance: The contractor shall carry out the operation & maintenance of the proposed
bulk water supply system and continuous pressurized Water Supply to Badami and Kerur towns

For a period of 60 months from the date of successful commissioning includes O & M during 12 months
defect liability period. This includes:
(1) Complete establishment charges (Human resources): This includes the salary of Site Engineer
(Graduate)/ Electrical supervisor(ITI) / Pump Operator(ITI)/ water analyst (B Sc. Graduate)/ water
Analyst(SSLC) Assistant / Lab assistant / Watchman / Helper /waterman etc., The minimum no. of personnel
for O & M will be as per clause 22 & 24 of Section 7- PART B.

1.1 Operation and maintenance (including routine / preventive / breakdown maintenance) of the proposed Bulk
and continuous pressurized distribution network in Badami and Kerur town.
1.2 Operation and maintenance (including routine preventive maintenance) of (facilities created) all valves &
pipeline/appurtenances/electro-mechanical equipment & other devices supplied, installed/erected &
commissioned by the contractor in the proposed Bulk and continuous pressurized distribution network to
Badami and Kerur Town, including the existing WTP at Kerur town
1.3 The Contractor shall carry out routine checkup and preventive / periodical maintenance of the proposed
Bulk including the existing WTP at Kerur town and continuous pressurized distribution network to Badami
and Kerur Town as per manufactures manual/ instructions and standard engineering practice or as directed
by Engineer in-charge.
1.4 The Revenue management includes meter reading, Generation of bills, issue of bills, and preparation of
DCBS etc., complete excluding cash collection.
The repairs and replacement work or any other event oriented work not included in BOQ is to be carried out as
per quotation rates approved by the Engineer / Employer as & when on occurrence
2. Arrangement of spares
The Contractor shall procure the necessary spares, cost of the Materials viz., pipes, specials, rubber gaskets etc.,
required for repairs and replacement of Pipelines, Valves, Flow meters, Pressure regulating Valves and any other
gadgets, etc required for the maintenance of the proposed Bulk and continuous pressurized distribution network
to Badami and Kerur Town duly obtaining approval to the quotation from the Employer / Engineer

3. Arrangement of Consumables
All Consumable items used for operation and maintenance of valves and other devices installed in the
distribution system e.g. gland packing, nut bolts, etc., shall be procured and maintained by the contractor.

3. DELAYS IN PROCUREMENT OF SPARES AND CONSUMABLES


Whenever Engineer in charge feels that the Contractor is delaying the procurement and installation / use of
some particular spare or consumable and which in his opinion may hamper the proper operation of distribution
system, then the Engineer in-charge will be authorized to procure the same & get it installed/fixed through some
other agency. Such situation will be treated as unsatisfactory performance of Contractor and he shall be liable as
per clause of special conditions of contract.

4. DAMAGES TO DEPARTMENTAL EQUIPMENTS


Normally there should not be any break down in the system. However if break down is found to happen because
of damage of any part or equipment due to negligence of contractor then the same shall have to be replaced /
repaired by the contractor at his cost without any loss of time.
162

6. REPLACEMENT OF EQUIPMENTS AND THEIR PARTS


Any part or equipment found necessary by the contractor to replace during the preventive maintenance shall be
replaced after written approval of Engineer In charge. The cost of such part / equipment shall be borne by the
Employer only.

7. Cleaning / desilting of existing storage reservoirs


Cleaning / de silting of sump, Over head tanks, etc., shall be done by the contractor as per direction of the
Engineer in-charge. The dates of cleaning of these units shall be finalized in consultation with the employer.
8. UP KEEPING of LOG BOOKS AND RECORDS

The following records shall be maintained and produced periodically by the contractor and shall be made
available to the Engineer in-charge for regular checking and verification. (As per pro –forma desired by
Engineer in charge) The log book / necessary other records shall be up dated on daily basis.
a) Log book showing pressure & discharge in the distribution system, levels in storage reservoirs, and
interruption of power if any, to be recorded. The format of log book shall be finalized in consultation with
Engineer in-charge.
b) History sheet of overhauling / maintenance / replacement of consumable / non consumable related to all the
important mechanical equipments which will be duly verified by the Engineer in-charge.
c) A return in the format prescribed at Appendix shall be prepared and submitted to the Engineer in- charge
(separately) on the say of due date.
d) The observation in the log books should be recorded on hourly basis. Printed log books shall be provided by
the Contractor at his own cost. The log books shall be securely kept under the charge of a responsible person
and shall be made available to any officer of the department on demand. Log books of the previous month
shall be deposited to the Engineer concerned every month. All the log books will be deposited to the
Engineer In –charge after completion of the contract.
e) An inspection Register will be maintained by the contractor. Instruction recorded in the register shall be
compiled with immediately under the directions of the Engineer in charge and the compliance shall be
recorded in books.

9. UP KEEPING AND GUARDING OF DISTRIBUTION SYSTEM

Watch & ward shall be made available round the clock for safety of the valves and other devices installed in the
Bulk and distribution system.

10 Periodical maintenance and overhauling of equipments

All type of valves and other devices shall also be operated and periodically maintained as per manufacture
manual and standard practice. All measuring equipments / devices for measuring pressure discharge, levels etc.,
shall be operated and periodically maintained and calibrated as per manufacturer’s manual.

11. Manual on operation of valves & distribution system

Manual indicating the location, type, and operation of different valves and the operation system of distribution
system is to be prepared by the contractor and necessary training to the Board / ULB staff is to be provided by
the contractor.

12. Bench marks: Pressure, water quality and quantity, water auditing / Non revenue water (to be limited to
15%) of bulk supply measure for each DMA.

13. Daily flow measurements shall be recorded & the data shall be updated into the computers of the offices
established at Badami and Kerur town by the contractor.

14. Any associated work which has not been mentioned here in the tender document but is required or
anticipated to be done by the tenderer, should be executed by him for successful Bulk and
continuous pressurized water supply system to Badami and Kerur town and these works will be
considered accordingly and paid separately after approval from the Employer
15. Environmental Management Plan for each of the Distribution Operating Zone

Project Activity Environmental Impacts Mitigation Measures Responsibi


lity
Primary
1.Isolation of Distribution 1.Temporary disruption of water supplies to 1.Alternative water supply arrangements such as supply Engineer
Operating Zone the consumers during Implementation. through tankers shall be provided
2.Flooding and leakage of water in the 2.Appropriate bypass and leak control arrangements shall Bidder
influence Area during implementation be ensured
2.Replacing the boundary 1.Temporary disruption of water supply to 1. Alternative supply arrangements such as supply Bidder
valve the consumer during Implementation through tankers shall be provided.
3.Construction of valve 1.Temporary disruption to traffic during 1.Appropriate traffic diversion plans shall be prepared and Engineer
chamber with strainer, construction implemented during construction
pressure reducing valve
and meter
4.Leak detection and 1.Disuption of water supply to the 1. Alternative supply arrangements such as supply Engineer
replacement of mains consumers during execution through tankers shall be provided.
2.Disruption of traffic during execution 2.Appropriate traffic diversion plans shall be prepared and Bidder
implemented during construction
3.Safety hazards to households in the 3. Provision of temporary crossings/ bridges in the Bidder
neighborhood implementation area
4.Flooding and leakage of water in the leak 4.Adequate temporary drainage arrangements shall be Bidder
detection areas provided
5.Distrubance to other utilities such as 5. Scheduling activities in consultation with the other Bidder
telephone cables and sewer lines etc utility agencies. and ensuring minimum disturbance to
the utilities
5.Replacement of service 1.Temporary disruption of water supply 1. Alternative supply arrangements such as supply Engineer
connections through tankers shall be Provided.
6.Provision of appropriate 1.Temporary disruption of water supply 1. Alternative supply arrangements such as supply through Engineer
water meters & taps tankers shall be Provided.
7.Continuous supply of 4.Improvement of health and hygiene of the Positive Impact
water during operation communities due to improved / increased
water quality
5.Reduction of illegal connections, pit taps, Positive Impact
etc. leading to reduction damages to water
supply infrastructure
6.Reduction in community investment on Positive Impact
water storage, pumping and other
expenditure leading to positive economic
impacts
7.Reduced community disputes on water Positive Impact
supply within the zone

16. OPERATION & MAINTENANCE MANAGEMENT PLAN


The contractor shall undertake the O & M management plan as shown below:

Maintenance Management
Recording of complaints
Complaints management
Maintenance Request Processing
Job Card Processing
Work Scheduling
Emergency maintenance
Maintenance Reporting
Formulation of proactive programs
Maintenance & Repairs
Inspections
Monitoring & Control
Log reading
164

Quality sampling
Bulk meter Reading
Pressure-Flow reading
Leakage detection and network location
Operations Management
Zone management
Real time balancing
Incidents & Emergencies
Individual House Service Connection.

17. Water Quality Management Plan


The Contractor shall analyse water quality readings for the last year at inlet, at consumer points and at dead
ends to establish current levels of water quality.
The Contractor shall analyse supply records for the last year to establish input water volumes and patterns per
zone/ groups of zones (as possible).
The Contractor shall obtain current pressure readings and quantity of supply details in the network and at
consumer points to establish current pressure levels of supply by utilizing appropriate instruments and
equipment duly calibrated.
Analyse influence of water quality variables at any network source.
Provide recommendations for:

(i)Equipment requirements: The Contractor shall provide clear, detailed recommendations of any additional
equipment the TMC/urban local body will need for improving meter reading, enabling customer/ connection
field surveys, enabling network field surveys and investigations both for data validation and leakage detection
purposes etc.,

(ii)Institutional Strengthening: The Contractor shall provide clear, detailed recommendations in terms of
identifying and defining (1) required human resources, in terms of organisational structure, job titles and job
descriptions, (2) required business procedures to be adopted, (3) “Best-practice” methodologies to be
deployed, (4) Deliverables to be expected from the department, (5) a detailed Action plan required to bring
the recommended changes, encompassing a training plan, a change management plan and a risk management
plan.

(iii) Staff Training: The Contractor shall provide training for the Board/urban local body staff whenever
instructed by the employer.

(iv) Water quality management program: Activities shall include the review of existing practices and
procedures and the development of a new program. The program shall define required tests, procedures for
sampling and testing, monitoring points.

17.1 Leakage management program:

The Contractor shall provide clear specific guidelines and programme addressing all known
components of leakage. Also the existing UFW & NRW is to be exactly assessed using the leak detection
instruments for all the zones and to submit the report before implementation of continuous pressurized water
supply system(24/7 system).

17.2 Emergency Response Plan:

Activities shall include the investigation of current procedures and resources, recommendations
towards formulating an Emergency Response Plan.
17.3 Safety Plan:

Activities shall include investigation of current procedures and resources, the preparation of a Safety
Plan and report, and the development of an Occupational Health and Safety guidelines.

REVENUE COLLECTION

17.4 Meter reading / Billing / dis-connection & re-connection of house service connection, are included in the
scope of the contract. If there is any dispute, the decision of the employer is final and binding. The
collection of the revenue of the delivered bills is not in the scope of the bidder. But the bidder shall take
all the measures to assist the board / local body to achieve the targets as decided by the authority from
time to time. Water billing software will be provided by the Board. Any subsequent up gradation /
enhancements during O&M period shall be made by Employer.

17.5 During the initial 12 months defects liability period any Repairs / replacement are to be done by the
Bidder at free of cost for those components which are executed by the contractor.

17.6 The Bidder shall generate the water bills to the consumers at the rate per KL for metered connections and
Slab rates for unmetered connections as per the Govt. order

18. Quality aspects

18.1 The bidder shall maintain 100% water quality during the O&M period and shall also identify & establish
chlorination plants with the advice of the Board and the cost is included in the Bill of Quantities of
Section -9. It shall meet the CPHEEO recommendations/IS standards.

19. Schedule of material for O & M


19.1 The cost of stationeries required for the office works during O & M period shall be paid to the contractor
as per Bill of Quantities of Section -9.
a. Office accommodation will be provided by Town Municipality Badami and Town Panchayat
Kerur town at free of cost. The energy charges of the office established by the contractor shall be borne by
the respective Urban local bodies.

20. Payment for O & M.


Monthly payment will be released duly verifying the performance/targets achieved and as follows:

80% before the 12th of the subsequent month of billing. (Example: If the billing month is January,
80% part payment shall be released on or before 12th of February).
19% after due verification* of the performance/ Targets achieved of the reports submitted at the end
of the subsequent month.
1% after the completion of the O & M period.
*Verification of reports:-
i) The Reports should meet the various conditions stipulated in various sections.
ii) The report shall include a certificate from the Third party appointed by the Board.
iii) The engineer shall verify the report and within Ten days the bill shall be accepted or returned
with observations.
iv) The bidder shall achieve following performance targets parameters as per Bid condition.
a) Pressure
b) Quality
c) NRW
d) Billing
e) Redressal of complaints and attending leakages.
f) Quantity of per capita supply.
166

If there is failure in achieving one or all the parameters in any month the cost will not be
paid at the rate19%/6 (i.e., 3.17%) for failure of each of the parameters for the particular
month.

20.1. Definition Measurement and exception of performance target


20.1.1 Pressure compliance in project area
a. Definition: The minimum pressure at the critical Zonal points at all times shall be equal to or more than 10m
at Ferrule and 7m at Tap
b. Measurement: Pressure data shall be logged continuously at all critical Zonal points at the intervals of
15minutes using pressure loggers. Pressure compliance percentage shall be a ratio of number of critical Zonal
points meeting the performance target per month to total number of critical Zonal points multiplies by number
of days in a month.
c. Exceptions: Non availability of bulk water in OHT/GLSR, power failure or any planned interruptions in the
network
20.1.2 Quality compliance in project area:
a. Definition: minimum residual chlorine within the distribution system shall be more than or equal to 0.2mg/l
b. Measurement :Contractor shall take at least four random samples from the customer taps per zone per day
(15 x 4= 60 samples per day). Quality Compliance percentage shall be a ratio of number samples meeting the
performance target (>_ 0.2 mg/l of residual chlorine) in a month to total number of samples collected in a
month.
c. Exceptions: Non availability of bulk water at OHT/GLSR, power failures or any planned interruptions in the
network.
20.1.3 Leakage levels in project area (NRW):
a. Definition: It is a ratio of water billed/ accounted to that of water put into distribution system.
b. Measurement: Water billed to customers in a month and water supplied but not billed (m3/month) shall be
collected from customer database. Water put into system as measured at the outlet of all GLRs or ESRs or any
direct supply in a month (m3/month) shall be calculated based on the bulk meter readings.
c. Exceptions: public use such as fire fighting.
20.1.4 % of customers billed in project area:
a. Definition: It is ratio of total number of customers bills generated in a month to the total number of active
customers in customer database.
b. Measurement: Source of data for number of customers bills generated in a month as well as the number of
active customers shall be obtained from customer data base.
c. Exceptions: No exceptions
20.1.5 Resolution of customer complaints in project area:
a. Definition: It is ration of total number of customers complaints resolved in a month to the total number of
complaints received in that month.
b. Measurement: Source of data shall be customer service module.
c. Exceptions: Complaints which require major works to resolve the complaints.
20.1.6 Quantity as per consumer requirement:
a. Definition: Quantity of water consumed by the customer.
b. Measurement: Actual Monthly customer water bills.
c. Exceptions: No exceptions.

Performance Targets :

Sl Weigh U O&M period in months


Performance
N tage in ni 13 to 19 to 25 to 31 to 43 to 49 to 60 to
Targets 1 to 6 7 to 12 37 to 42
o %age t 18 24 30 36 48 54 60
1 Pressure 30 % 90% 90% 90% 90% 95% 95% 95% 95% 95% 95%
Compliance
2 Quality 10 % 100% 100% 100% 100% 100% 100% 100% 100% 100% 100%
Compliance
3 Leakage levels 20 % 45% 37% 32% 27% 20% 15% 15% 15% 15% 15%
(NRW)
4 % of customer 20 % 80 % 85% 85% 90% 90% 95% 95% 95% 95% 95%
billed
5 Resolution of 10 % 80 % 85% 85% 90% 90% 95% 95% 95% 95% 95%
Complaints on
Services
6 Quantity of per 10 % 100% 100% 100% 100% 100% 100% 100% 100% 100% 100%
capita supply *

21. Handing over Plan:- After completion of maintenance period of 12+48 = 60 months, the Bidder should
hand over the drawings, estimates, repair work data’s, Billing data, etc and assets to the engineer. Any loss of
assets will be recovered from the Bidder.
22. Penalty:- If there is any dispute in the targets/bench marks achieved, the decision of the employer shall be
binding & final. The penalty of 0.1% of the total Five year O&M contract price per day subject to maximum
of 10% will be levied for non achievement of the performance target during O&M period. If there is failure
on the part of the contractor for not achieving the performance target, action will be taken as per the tender
clauses and the contract will be terminated and continuous pressurized water supplies will be maintained at
the risk and cost of bidder.
The bidder shall engage the following minimum personnel for carrying out the O & M of the
22.1
proposed continuous pressurized water supply system during the initial 12 months of defect liability
period and shall be paid as per Bill of Quantities of Section -9. The bidder should submit the muster
role of the minimum personnel engaged or O&M of continuous pressurized water supply system.

Table 1
Sl Description Unit Quantity per
No Month
I Supervisory Staff
1 Site Engineer (Graduate) Nos. 1
2 Electrical supervisor (ITI) Nos. 2
3 Pump Operator(ITI) Nos. 4
II Water Works Laboratories
1 water analyst (BSc. Graduate) Nos. 1
2 water Analyst(SSLC) Assistant Nos. 2
3 Lab assistant Nos. 1
III Labour Portion
1 Labour charges for operating & maintaining the proposed Bulk and
continuous pressurized distribution system in Badami and Kerur
Town
1.1 Watchman Nos. 3
1.2 Helper Nos. 4
1.3 Waterman(Valveman) Nos. 4
V Administrative staff
1 House Keeping Nos. 0

22.2 The bidder shall engage the following minimum personnel for carrying out the O&M of the proposed
continuous pressurized water supply system during the 48 months after the defect liability period and
shall be paid as per Bill of Quantities of Section -9. The bidder should submit the muster role of the
minimum personnel engaged for O&M of continuous pressurized water supply system.
168

Table 2
Sl Description Unit Quantity per
No Month
I Supervisory Staff
1 Site Engineer (Graduate) Nos. 1
2 Electrical supervisor (ITI) Nos. 2
3 Pump Operator(ITI) Nos. 4
II Water Works Laboratories
1 water analyst (BSc. Graduate) Nos. 1
water Analyst(SSLC) Assistant Nos. 2
Lab assistant 1
III Labour Portion
1 Labour charges for operating & maintaining the proposed Bulk and
continuous pressurized distribution system in Badami and Kerur
Town
1.1 Watchman Nos. 3
1.2 Helper Nos. 4
1.3 Waterman(Valveman) Nos. 4
V Administrative staff
1 House Keeping Nos. 0

22.3 The bidder shall engage the following minimum vehicles for carrying out the O&M of the proposed
continuous pressurized water supply system for a period of 12 months and shall be paid as per Bill of
Quantities of Section -9.

Sl Description Unit Quantity per


No Month
1 Hiring of Jeep / car / Trax or equivalent make vehicle on monthly Per 0
rental basis including cost of consumables, driver pay, cost of month
transportation. (1)

2 Hiring of TATA ACE or equivalent make vehicle on monthly rental Per 0


basis including cost of consumables, driver pay, cost of month
transportation at Indi.

22.4 The bidder shall engage the following minimum vehicles for carrying out the O&M of the proposed
24x7 water supply system for a period of 48 months and shall be paid as per Bill of Quantities of
Section -9.

Sl Description Unit Quantity


No per Month
1 Hiring of Jeep / car / Trax or equivalent make vehicle on monthly Per 0
rental basis including cost of consumables, driver pay, cost of month
transportation. (1)

2 Hiring of TATA ACE or equivalent make vehicle on monthly rental Per 0


basis including cost of consumables, driver pay, cost of month
transportation at Indi.

22.5 The bidder shall maintain the following for a period of 12 months and shall be paid as per Bill of
Quantities of Section -9.
Sl Description Unit Quantity
No per Month
Office Maintenance & Equipments
1 Internet Connection Charges per month for each office. Per 1
month
2 Providing office stationary for the office at Badami and Kerur Per 10
Town month
3 Communication system (Smartphone) Monthly rent and Usage Each 2
charges.

22.6 The bidder shall maintain the following for a period of 48 months and shall be paid as per Bill of
Quantities of Section -9.
Sl Description Unit Quantity
No per Month
Office Maintenance & Equipments
1 Internet Connection Charges per month for each office. Per 1
month
2 Providing office stationary for the office at Badami and Kerur Town Per 10
month
3 Communication system (Smartphones) Monthly rent and Usage Each 2
charges.

22.7 The bidder shall provide and maintain the following for a period of 12 months and shall be paid as
per Bill of Quantities of Section -9.
Sl Description Unit Quantity
No per Month
Other Items for O & M
1 Supply of Chlorine gas for maintaining minimum residual chlorine at Tonnes/ 1
customer point in the distribution network in Badami and Kerur town month

2 Supply of Chlorine gas for maintaining minimum residual chlorine at Tonnes/ 1


customer point in the distribution network in Badami and Kerur town month

3 Providing IEC activities Per 1


month

22.8 The bidder shall provide and maintain the following for a period of 48 months and shall be paid as per
Bill of Quantities of Section -9.
Sl Description Unit Quantity
No per Month
Other Items for O & M
1 Supply of Chlorine gas for maintaining minimum residual chlorine Tonnes/ 1.2
at customer point in the distribution network in Badami and Kerur month
town
2 Supply of Chlorine gas for maintaining minimum residual chlorine Tonnes/ 1.2
at customer point in the distribution network in Badami and Kerur month
town

23. The energy charges of the office established by the bidder at Badami and Kerur town shall be paid by the
concerned ULB on a monthly basis to the HESCOM.
170

24. –Deleted --
25. Service level Benchmarks to be achieved in proposed Bulk and continuous pressurized water supply system
of Badami and Kerur town by the Bidder. The parameters are explained above.
26. O & M Personal and equipments/ materials mentioned is indicated are minimum. If required more,
contractor shall arrange the same at his cost.

27. Operation and Maintenance Manual:

The Contractor shall submit 8 (eight) hard copies with a soft copy in open source of the procedures for
installation, operation and maintenance manual of all the equipments, appurtenances, hardware, software and
other accessories with recommendations of the OEM (Original Equipment Manufacturers) in English language
containing descriptions, illustrations, sketches, drawings, sectional drawings, sectional arrangement view and
manufacturer’s part numbers (as may be instructed by the Employer) to enable the connections, functions,
operation and maintenance of all components of the complete plant to be easily followed and for all parts to be
easily identified to facilitate ordering of the replacement parts. Exploded views where appropriate shall be used
to clarify.

28. Performance Certificate:


Performance of the Contractor’s obligations shall not be considered to have been completed until the Employer
has issued the Performance certificate to the Contractor stating the date on which the Contractor completed the
obligations under the Contract.

The Employer shall issue the Performance Certificate within 28 days after the latest of the expiry dates of the
O&M period.

29.0 O&M Obligation:

29.1 The Contractor shall during the O&M Period (Post commissioning period), undertake all services
relating to operation and maintenance of the Project Infrastructures in conformity with O&M
requirements set out in CPHEEO manual and IS standards.
29.2 The Contractor shall undertake operations and maintenance of the Project Infrastructures by itself or
through contractor possessing requisite Technical/ financial/ managerial expertise/ capability, but in
either case, the Contractor shall remain solely responsible to meet the O&M requirements.
29.3 The Contractor shall incorporate good management practices and appropriate technologies required for
meeting the Performance Standards.
29.4 The Contractor shall, during the O&M Period;
a. have requisite organization and designate and appoint suitable staff/ representatives as it may
deem appropriate to supervise the Project, to deal with the Employer and to be responsible for all
necessary exchange of information required pursuant to this O&M PERIOD;
b. For the purposes of determining that the Project Infrastructures are being maintained in
accordance with the O&M Requirements, the Contractor shall with due diligence carry out all
necessary and periodical Tests in accordance with the instructions and under the supervision of the
Employer. The Contractor shall maintain proper record of such Tests and the remedial measures
taken to cure the defects or deficiencies, if any, indicated by the Test results.
c. Conduct all Tests to ascertain compliance with O&M Requirements.
29.5 The Contractor shall as per pre agreed format record the system performance and periodically provide
the same to Employer.
In the event the Contractor has failed to operate and maintain the Project in accordance with the O&M
Requirements, and such failure has not been remedied despite a notice to that effect issued by the Employer
(“Notice to Remedy”), Employer may, without prejudice to any of its other rights /remedies, be entitled to
operate and maintain the Project or cause to repair and maintain the Project Infrastructures at the risk and cost
of the Contractor. The Contractor shall reimburse all 200% (two hundred percent) of the costs incurred by
Employer on account of such operation and maintenance or repair and maintenance within 7 days of receipt of
Employer claim thereof.
The Contractor shall be deemed to be in material breach of O&M Requirements if the Employer acting
reasonably and in accordance with the provisions hereof, has determined that the there has been a breach of the
Contractor’s obligations as follows:
a. there has been failure/ undue delay in carrying out scheduled/ planned maintenance or the
scheduled/ planned maintenance has not been carried out in accordance with the O&M
Requirements;
b. the maintenance of the Project Infrastructures or any part thereof has deteriorated to a level
which is below the acceptance level prescribed by the O&M Requirements;
c. there has been a serious or persistent let up in adhering to the O&M Requirements and
thereby the Project Infrastructures or any part thereof is not safe for operations;
d. there has been persistent breach of O&M Requirements. For avoidance of doubt, persistent
breach shall mean:
i. any breach of O&M Requirements by the Contractor which has not been remedied
by the Contractor despite a Notice to Remedy in respect thereof issued by the Employer ;
ii. recurrence of a breach by the Contractor, during the pendency of Notice to Remedy
by the Employer requiring the Contractor to remedy a breach, and repeated occurrence of a
breach notwithstanding that earlier breach has been remedied pursuant to Notice to Remedy
or otherwise. Upon occurrence of a material breach of O&M Requirements, Employer shall,
without prejudice to and notwithstanding any other consequences provided be entitled to
terminate this O&M contract.

31 Penalty
In case of non achievement of following service indicators as detailed hereunder Contractor shall be liable for
penalty which shall be calculated as follows:

Penalty Structure:
The penalty shall be limited to 10% of amount reserved for O&M under the main contract.

Annexure-I

S. Parameter Accepta Penalty Modality Calculation Methodology


N. ble (Rupees)
Infracti
on
(A) (B) (D) (E) (F)
1. Water Quality not 10 Five Employer or its agency If the infraction is more than
as CPHEEO locations Thousands conducted tests in the ten then the penalty shall be=
standard rupees per recognized laboratory – Rupees twenty five thousands
infraction laboratory test certificate. + (number of infraction
beyond (B). beyond 10) multiplied by
Rupees five thousands.
2. Non Receipt of 50 non One 1. Two arrear and If the infraction is more than
Water Charge Bill Receipt thousands customer complain; fifty then the penalty shall be =
or error in water per 2. Enquiry by Employer Rupees two thousand five
bill infraction officials or its agency; hundred + (number of
infraction beyond fifty)
multiplied Rupees one
thousands.
3. Delay in No One 1. Customer signature on Number of days delayed
Connection Toleranc thousands the completion multiplied by one thousands
e per day certificate. And/or rupees per infraction.
2. Updated customer
database
4. Delay in No Two 1. Notice issued by NKPP Number of days delayed
disconnection Toleranc Thousands and data of completion multiplied by two thousands
e per day certificate submitted by rupees per infraction.
172

S. Parameter Accepta Penalty Modality Calculation Methodology


N. ble (Rupees)
Infracti
on
(A) (B) (D) (E) (F)
operator with
photograph. And/or
2. Physically verified by
NKPP or its agency on
the due date of
disconnection with
photograph having
digital time and date.
5. Delay in repair Attended Five Physical verification by Number of days delayed
work as per the within thousands NKPP or ots agency. multiplied by Five thousands
Notice Served the rupees per infraction.
stipulate For surface/minor leaks –
d time Respond within 1 hours and
period complete within 24 hrs
Other complaints – within 2
days
6. Non resolution of 10 Two 1. Customer complain If the infraction is more than
customer customer Thousands database. ten then the penalty shall be =
complain/issues s 2. MC resolution; Rupees ten thousand +
falling within the 3. Employer or its (number of infraction beyond
ambit of Contractor agency’s physical ten) multiplied Rupees two
by the same verification thousands.
customer in the
same calendar
month.

32 Metering

31.1 The Operator shall test and calibrate all Water Meters wherever there is complaint by Consumer /
Engineer / TPI agency
31.2 If at any times either party has reasonable grounds to suspect that any Water Meter is not accurate in
any respect, the discrepancy or suspected discrepancy shall be immediately reported to other party in
writing along with any evidence in support of such claim and the Bidder shall arrange for the testing
of the relevant Meter.
31.3 If at any of the Meters fails to register or, upon test is found not to be writhing the accuracy standards
established by the equipment supplier or if not available in the latest revision of the relevant
standard, then for the purposes of this Contract a reasonable adjustment in accordance with
generally accepted engineering practices shall be made correcting all measurements, which
adjustments shall reflect, if determinable, the actual period during which any inaccurate
measurements were made. If such period cannot be determined it shall be deemed to be such period
as shall be equal to one-half of the time from the date of the last previous test of such meter or
measuring equipment, provided that the period covered by any such correction shall not exceed six
months.
31.1 The costs of all testing of the Meters shall be borne by the Bidder except in the case of testing
carried out at the instigation of the Owner which shall only be borne by the Bidder if such testing
reveals the relevant meters to be inaccurate by more than [3]% and otherwise by the Owner if within
such accuracy standards.

33 The boundary for the continuous pressurized water supply area will be demarcated with the
concurrence of the local body.
32.1 If any new addition of the hamlets and housing colonies which are included to the municipal area
which are beyond the scope of the tender arises, the Employer shall make special arrangement to
provide water supply to that areas either intermittent or continuous pressurized on mutually agreed
supplementary conditions without affecting the boundary fixed for continuous pressurized areas.

34 Information, Education & Communication (IEC)

34.1 Societal transformation : IEC campaign is aimed transformation of societal misgivings and to
involved them with this sector so that a continuous pressurized water supply can be achieved
34.2 Participating and involvement of citizens: it is aimed at involvement of community through
information sharing, education and effective communication of for assuring safe drinking water
to all citizens and their active involvement in management and grievance redressal mechanism
for ensuring efficient service delivery.
34.3 Awareness generation: it is undertaken for building of awareness among citizens about their
rights and responsibilities as well as the quality consciousness amongst consumers. Awareness
regarding safe water would lead to demands, which can only be ensured through undertaking
responsibility of management of system by community. Loud and clear message does generate
awareness.
34.4 Reaching out to community and messes: An exhaustive campaign is undertaken to reach out to
masses through a wide range of IEC tools.
34.5 Feedback Mechanism: The feedback mechanism is also aimed at for effective service delivery
and sustainability of drinking water supply.
34.6 Information sharing: Lot of information needs to be shared with the community and IEC
campaign is aimed at sharing of all the information with stakeholders. Information sharing at
town/city level is very vital for involvement of one and all.
34.7 Transparency: The IEC campaign is also intended for building and atmosphere of trust and
transparency with Urban Local bodies and stakeholders.
34.8 Reforms: Reforms for sustainability of drinking water supply sector in terms of financial as well
as water availability are the basic challenges of packaging the IEC campaign. The campaign aims
at involvement of citizens managing the drinking water supply at local levels by developing at
tariff mechanism and the system thus leading to sustainability of this sector, as well taking up
local initiatives for conservation, renewal and recharging of local sources for it sustainability.
34.9 Bridging the knowledge gap: IEC campaign is also aimed at sharing knowledge with the
community about available technology options and financial management, water resource
management (WRM) measures, quality if drinking water and its supply and other such vital
issues of this sector.
34.10 During Operation and maintenance period wherever leakages or repairs to water supply related
facilities are taken up there shall not be any damage to any utilities. The Bidder shall take care of
the existing utilities. Any damages to the existing utilities are to be rectified by the bidder at his
own cost.

35 The Bidder shall ensure residual cholrine of 1 to 2 PPM at storage Reservoirs and 0.1 to 0.2 PPM at
Consumer point duly verifying the time required to reach the water to Consumer. If necessary to maintain
the minimum residual chlorine the bidder shall provide necessary Chlorine boosters with no extra cost.
36 If there is any problem in Bulk and continuous pressurized water supply system to any of the street/area of
Badami and Kerur town, the cost will be recovered proportionately at the rate “No. of connections affected/
Total no. of connections”.
37 –deleted--
38 The samples drawn shall be tested in the reputed Engineering Colleges, reputed laboratories & also
facilities available at the concerned town if available.
39 The leakages occurred during maintenance period are to be attended duly segregating the affected areas
(Sub zone of DMA) and the repairs are to be attended within 24 hours. During this period unaffected area
should be continued with continuous pressurized water supply as usual.
174

40 It is the responsibility of the Board for refurbishing of existing bulk, distribution and other structures like
OHT, GLSR, WTP etc., before handing over to the Bidder for operation and maintenance. During operation
and maintenance, if any problem arises in the existing system which affects the performance. It is the
responsibility of the Board rectify the same. In such cases, the Bidder is not responsible for non
achievement of the service level benchmarks.

ANNEXURE-V
Service level Benchmarks to be achieved in continuous pressurized water supply System of Badami and
Kerur Towns by the Contractor. The Explanation for the following parameter is given and then the
actual targets are given at the end.

1.1 Coverage of Water Supply Connections


1.2 Per Capita Supply of Water
1.3 Extent of Metering of Water Connections
1.4 Extent of Non-Revenue Water
1.5 Continuity of Water Supply
1.6 Quality of Water Supplied
1.7 Efficiency in Redressal of Customer Complaints

1.1 COVERAGE OF WATER SUPPLY CONNECTIONS

Performance Indicator
Indicator Unit Definition
Household level coverage of direct % Total number of households in the service area that are connected to
water supply connections the water supply network with direct service connections, as a
percentage of the total number of households in that service area.
Service area implies a specific jurisdiction in which service is
required to be provided.

Data Requirements
Data required for calculating the
Unit Remarks
indicator
a. Total number of households in the Number The total number of households (not properties) in the service area
service area should be calculated. The service area refers to either the ward or
ULB limits. Cadastre maps supplemented through actual ground
level surveys should provide these data. Exclusive
Surveys need not be carried out, and data can be collected during
other surveys carried out for property tax, or other such purposes
may be collected and complied.

b. Total number of households with Number This will include households which receive municipal water
direct water supply connection supply at one common point, from where it is stored and
distributed to all households (for example, as in apartment
complexes). Households supplied water through public stand posts
or tankers should be excluded. Households completely dependent
on other water sources such as bore wells, open wells, etc., should
not be included.
Household coverage for water % Coverage = [(b/a)*100]
supply connections

1.2 PER CAPITA SUPPLY OF WATER


Performance Indicator
Indicator Unit Definition
Per capita quantum of water supplied litres per capita Total water supplied to consumers expressed by
per day (lpcd) population served per day.

Data Requirements
Data required for calculating the
Unit Remarks
indicator
a. Water supplied to the distribution litres per Daily quantities should be measured through metering, and
system month records maintained. The total supply for the month should be
based on an aggregate of daily quantum. Only treated water input
into the distribution system should be measured. If water is
distributed from multiple points, the aggregate of that quantity
should be considered. The quantum should exclude bulk water
transmission and distribution losses, as measured through water
audit tests. This quantum should include water purchased directly
from any other sources and put into the distribution system, if
any. Water may have been purchased from neighboring ULBs,
Cantonment Boards, etc. Water supplied in bulk to large water
intensive industries/industrial estates should be excluded.
b. Population served Number The number of people in the service area served by the utility.
While typically the number of residents are considered, if the
town has a significant floating population of tourists who
temporarily reside in the city, such a population should be
included. Tourist population estimates can be reasonably
computed on the basis of bed capacity of hotels, and occupancy
rates.
c. Number of days in the month Number The number of days in the specific month.
d. Additional information on areas litres per The number of people in these service areas served by the utility.
where water is supplied at a rate capita The quantity of water supplied to these areas measured through
less than 70 lpcd per day bulk meters or by scientific calculation using flow velocity and
(lpcd) head.
Water supplied lpcd Per capita water supplied = [(a/c) /b]
176

1.3 EXTENT OF METERING OF WATER CONNECTIONS

Performance Indicator
Indicator Unit Definition
Extent of metering of water % The total number of functional metered water connections
connections expressed as a percentage of the total number of water supply
connections. Public stand-post connections should also be
included. Weekly metering in quarterly year may be considered
as an average.
Data Requirements
Data required for calculating the
Unit Remarks
indicator
a. Total number of direct service Number This will include households and establishments which receive
connections municipal water supply at one common point, from where it may
be stored and distributed for all households (for example, as in
apartment complexes). Households completely dependent on
other water sources such as bore wells, open wells, etc., should
not be included.
b. Total number of public stand-posts Number The total number of public stand-post connections, which are
currently in use, should be considered.
c. Number of metered direct service Number Of the total number of direct service connections (to all
connections categories of consumers), the number of connections which have
functional meters, and metered quantities is the basis for billing
of water charges.
d. Number of metered public stand- Number Typically, public stand-posts are not metered. However, if some
posts are metered, they should be included. Weekly metering in
quarterly year may be considered as an average
Extent of metering of water % Extent of metered connections = [(c + d)/ (a + b)]*100
connections

1.4 EXTENT OF NON-REVENUE WATER (NRW)

Performance Indicator
Indicator Unit Definition
Extent of NRW % This indicator highlights the extent of water produced which
does not earn the utility any revenue. This is computed as the
difference between the total water produced (ex-treatment
plant) and the total water sold expressed as a percentage of the
total water produced. NRW comprises: a) Consumption which
is authorized but not billed, such as public stand-posts; b)
Apparent losses such as illegal water connections, water theft
and metering inaccuracies; and c) Real losses which are
leakages in the transmission and distribution networks.

Data Requirements
Data required for calculating the
Unit Remarks
indicator
a. Total water produced and put into Million Daily quantities should be measured through metering, and records
the transmission and litres on the transmission and distribution system should be maintained.
distribution system per day The total supply for the month should be based on the aggregate of
(or) the daily quantum. Only treated water input into the distribution
month system should be measured. If water is distributed from multiple
points, the aggregate of that quantity should be considered. This
quantum should include water purchased directly from any other
sources and put into the distribution system, if any. Water may have
been purchased from neighboring ULBs, Cantonment Boards, etc.

b. Total water sold Million The actual volume of water supplied to customers who are billed for
litres the water provided. Ideally, this should be the aggregate volume of
per day water consumed as per which consumers have been billed.
(or) However, in the absence of a complete and functionally effective
month metering regimen, alternate methods of measurement need to be
evolved, with lower but acceptable levels of reliability.
NRW % NRW = [((a - b)/a)*100]

Rationale for the Indicator


The reduction in NRW to acceptable levels is vital for the financial sustainability of the water utility. NRW can
be reduced through appropriate technical and managerial actions, and therefore monitoring NRW can trigger
such corrective measures. The reduction of real losses can be used to meet currently unsatisfied demand or to
defer future capital expenditures to provide additional supply capacity. The reduction of NRW is desirable not
just from a financial standpoint, but also from the economic and environmental benefits’ point of view. The
benchmark value for NRW may be considered at 15 percent.

1.5 CONTINUITY OF WATER SUPPLY

Performance Indicator
Indicator Unit Definition
Continuity of water supply Hours per Continuity of supply is measured as the average number
day of hours of pressurized water supply per day. Water
pressure should be equal to or more than a head of 10
metre (m) at the ferrule point/meter point for the
178

connection.

Data Requirements
Data required for calculating the
Unit Remarks
indicator
Average hours of pressurized supply Hours The number of hours of supply in each operational zone (or
per day DMA) should be measured continuously for a period of
seven days. The average of the seven days should be
considered for that month. Measurement should exclude
hours of supply where the pressure is less than the
minimum standards for piped water supply. The zone-wise
figures should be averaged out to get city-wise data.

1.6 QUALITY OF WATER SUPPLIED

Performance Indicator
Indicator Unit Definition
Quality of water supplied % The percentage of water samples that meet or exceed the
specified potable water standards, as defined by the
Central Public Health and Environmental Engineering
Organization (CPHEEO). The sampling regimen should
meet standards and norms laid down.

Data Requirements
Data required for calculating the
Unit Remarks
indicator
a. Total number of water supply Number The actual number of water samples that are taken for
related complaints received per per testing in the month. Samples should be drawn at both
month month points—outlet of the treatment plant and at the consumer
end. The sampling regimen should meet laid down
standards and norms.
b. Number of samples that meet the Number Of the total number of samples drawn in the month, the
specified potable water standards per number of samples that have met or exceeded the specified
in the month month potable water standards. All parameters of the quality
standards should be met. Even if one standard is not met,
the sample cannot be assumed to have met the standards.
Quality of water supply % Quality of water supply = [(b/a)*100]

Rationale for the Indicator


The quality of water supplied is as important a performance indicator as other service delivery indicators. Poor
water quality can pose serious public health hazards. Water-borne diseases are quite common in Indian cities,
particularly among the urban poor. Although, in most cases, the source of water that causes such
diseases/epidemics is not the municipal piped water supply, it is very important to monitor the supply.
Therefore, this performance indicator must be regularly monitored, the benchmark value for which is 100
percent.
1.7 EFFICIENCY IN REDRESSAL OF CUSTOMER COMPLAINTS
Performance Indicator
Indicator Unit Definition
Efficiency in redressal of customer % The total number of water supply-related complaints
complaints redressed within 24 hours of receipt of complaint, as a
percentage of the total number of water supply related
complaints received in the given time period.

Data Requirements
Data required for calculating the
Unit Remarks
indicator
a. Total number of water supply Number The total number of all supply-related complaints from
related complaints received per per consumers received during the month. Systems for
month month receiving and logging in complaints should be effective and
easily accessible to the citizens. Points of customer contact
will include common phone numbers, written complaints at
ward offices, collection centers, drop boxes, online
complaints on the website, etc.
b. Total number of complaints Number The total number of water supply-related complaints that
redressed within the month per are satisfactorily redressed within 24 hours or the next
month working day, within that particular month. Satisfactory
resolution of the complaint should be endorsed by the
person making the complaint in writing, as a part of any
format/proforma that is used to track complaints.
Efficiency in redressal of % Efficiency in redressal of complaints = [(b/a)*100]
complaints

Rationale for the Indicator


It is important that, in essential services such as water supply, the ULB/water utility has effective systems to
capture customer complaints/grievances, escalate them internally for remedial action and resolve them. While
many ULBs/utilities have put in place systems to capture complaints, much more work needs to be done to put
in place back-end systems for satisfactory resolution of those complaints on time. As water supply is an
essential service, the benchmark time for redressal is 24 hours or the next working day. It is, therefore,
180

important to monitor this indicator. The benchmark value for this indicator will depend on a number of factors
such as the size of the city, age of the network, etc. The benchmark value for this indicator is set at 80 percent.

2.5 Third Party Inspection for O& M:

The Employer may engage a Third Party for inspection for the Operation and maintenance of the bulk
and continuous pressurized water supply to Badami and Kerur town. The fee for the third party
inspection shall be paid by the Employer. The Third Party Inspection is for the performance targets from
clause 2.1 to 2.4 of Section 7 and is as per the approved O&M action plan.

3.0 The Operation & Maintenance period may be extended as per mutually agreed rates above 60
months

The detailed Specifications under Book of Specification, is part of the Bid. However not contradicting to
the provisions of Section:7 or any other provisions in this Tender
Annexure – III

Book of Specifications
182

SECTION 8: DRAWINGS

Uploaded separately

1.Schematic Diagram
2.Distribution network Drawing
3.10 LL capacity RCC OHT Type drawing
4. L-Section of RW / PW Rising Main
5.Typical water supply House Service Connection Drawing
6.Layouts of existing WTP & ESR’s
SECTION 9: BILL OF QUANTITIES

Uploaded separately

(1) Item for which no rate or price has been entered in will not be paid for by the Employer when executed
and shall be deemed covered by the other rates and prices in the Bill of Quantities (refer: ITB Clause 11.2
and CC Clause 37.2).

(2) Unit rates and prices shall be quoted by the Tenderer in Indian Rupees.
184

SECTION 10: FORM OF SECURITIES

FORMAT OF EARNEST MONEY DEPOSIT (BANK GUARANTEE)

WHEREAS, _________________________ [name of Tenderer] hereinafter called “the Tenderer”) has


submitted his Tender dated ________________ [date] for the construction of
_______________________________[name of Contract] (hereinafter called “the Tender”).

KNOW ALL PEOPLE by these presents that We ______________________________ [name of bank]


of ______________________ [name of country] having our registered office at
______________________ (hereinafter called “ the Bank”) are bound unto
_______________________[name of Employer] (hereinafter called “the Employer”) in the sum of
___________________1 for which payment well and truly to be made to the said Employer the Bank
binds itself, his successors and assigns by these presents.

SEALED with the Common Seal of the said Bank this ________ day of __________ 2019___.

THE CONDITIONS of this obligation are:

(1) If after tender opening the Tenderer withdraws his tender during the period of Tender validity
specified in the Form of Tender; or

(2) If the Tenderer having been notified of the acceptance of his tender by the Employer during
the period of tender validity:

(a) fails or refuses to execute the Form of Agreement in accordance with the Instructions
to Bidders, if required; or

(b) fails or refuses to furnish the Performance Security, in accordance with the Instruction
to Bidders;

We undertake to pay to the Employer up to the above amount upon receipt of his first written
demand, without the Employer having to substantiate his demand, provided that in his demand the
Employer will note that the amount claimed by him is due to him owing to the occurrence of one or
any of the two conditions, specifying the occurred condition or conditions.

This Guarantee will remain in force up to and including the date __________ days after the
deadline for submission of Bids as such deadline is stated in the Instructions to Bidders or as it may
be extended by the Employer, notice of which extension(s) to the Bank is hereby waived. Any
demand in respect of this guarantee should reach the Bank not later than the above date.

DATE ______________ SIGNATURE OF THE BANK ___________

WITNESS ______________ SEAL ________

[signature, name, and address]


1 The Bidder should insert the amount of the guarantee in words and figures denominated in
Indian Rupees. This figure should be the same as shown in Clause 16.1 of the Instructions to
Bidders.
Note: This Format is to be used for submission of the EMD if this option is used.
186

FORMAT OF BANK GUARANTEE FOR SECURITY DEPOSIT

To: ______________________________________________ [name of Employer]


_________________________________________ [address of Employer]

WHEREAS _________________________ [name and address of Contractor] (hereinafter called "the


Contractor") has undertaken, in pursuance of Contract No. _____ dated ________________ to execute
__________________________ [name of Contract and brief description of Works] (hereinafter called "the
Contract");

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish
you with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with
his obligations in accordance with the Contract;

AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of
the Contractor, up to a total of Rs.____________________ [amount of guarantee]
13
_Rupees__________________________ __________________________[in words], and we undertake to pay
you, upon your first written demand and without cavil or argument, any sum or sums within the limits of
____________________ [amount of guarantee]14 as aforesaid without your needing to prove or to show
grounds or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Contractor before presenting
us with the demand.

We further agree that no change or addition to or other modification of the terms of the Contract or of
the Works to be performed there under or of any of the Contract documents which may be made between you
and the Contractor shall in any way release us from any liability under this guarantee, and we hereby waive
notice of any such change, addition or modification.

This guarantee shall be valid until 30 days from the date of expiry of the Defects Liability Period.

Signature and seal of the guarantor _____________________________


Name of Bank ____________________________________________
Address ____________________________________________
Date ____________________________________________

Note : This Format is for the information of the Tenderer and is NOT to be completed and
uploaded.

13

14
PERFORMANCE BANK GUARANTEE (for unbalanced items)

To: ______________________________________________ [name of Employer]


_________________________________________ [address of Employer]

WHEREAS _________________________ [name and address of Contractor]


(hereinafter called "the Contractor") has undertaken, in pursuance of Contract No. _____
dated ________________ to execute __________________________ [name of Contract
and brief description of Works] (hereinafter called "the Contract");

AND WHEREAS it has been stipulated by you in the said Contract that the
Contractor shall furnish you with a Bank Guarantee by a recognized bank for the sum
specified therein as security for compliance with his obligations in accordance with the
Contract;

AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to
you, on behalf of the Contractor, up to a total of ____________________ [amount of
guarantee] 1___________________________ [in words], such sum being payable in the
types and proportions of currencies in which the Contract Price is payable, and we undertake
to pay you, upon your first written demand and without cavil or argument, any sum or sums
within the limits of ____________________ [amount of guarantee]1 as aforesaid without
your needing to prove or to show grounds or reasons for your demand for the sum specified
therein.

We hereby waive the necessity of your demanding the said debt from the Contractor
before presenting us with the demand.

We further agree that no change or addition to or other modification of the terms of


the Contract or of the Works to be performed there under or of any of the Contract documents
which may be made between you and the Contractor shall in any way release us from any
liability under this guarantee, and we hereby waive notice of any such change, addition or
modification.

This guarantee shall be valid until …….. (i.e.) 28 days from the date of issue of the
certificate of completion of works.

Signature and seal of the guarantor _____________________________


Name of Bank ____________________________________________
Address ____________________________________________
Date ____________________________________________

Note: This Format is for the information of the Tenderer and is NOT to be completed and
uploaded on the e-procurement portal
188

BANK GUARANTEE FOR ADVANCE PAYMENT

To: __________________________________________ [name of Employer]


__________________________________________ [address of Employer]
___________________________________________[name of Contract]

Gentlemen:

In accordance with the provisions of the Conditions of Contract, subclause 51.1


("Advance Payment") of the above-mentioned Contract,
________________________________ [name and address of Contractor] (hereinafter
called "the Contractor") shall deposit with ________________________ [name of
Employer] a bank guarantee to guarantee his proper and faithful performance under the said
Clause of the Contract in an amount of _____________ [amount of guarantee]
1
_________________________________ [in words].

We, the ____________________ [bank or financial institution], as instructed by the


Contractor, agree unconditionally and irrevocably to guarantee as primary obligator and not
as Surety merely, the payment to ____________________ [name of Employer] on his first
demand without whatsoever right of objection on our part and without his first claim to the
Contractor, in the amount not exceeding ____________________ [amount of guarantee]1
__________________________________ [in words].

We further agree that no change or addition to or other modification of the terms of


the Contract or of Works to be performed there under or of any of the Contract documents
which may be made between _____________________ [name of Employer] and the
Contractor, shall in any way release us from any liability under this guarantee, and we hereby
waive notice of any such change, addition or modification.

This guarantee shall remain valid and in full effect from the date of the advance
payment under the Contract until _________________________ [name of Employer]
receives full repayment of the same amount from the Contractor.

Yours truly,

Signature and seal: _____________________________


Name of Bank/Financial Institution: _______________
Address: ____________________________________
Date: ____________________

__________________________
1 An amount shall be inserted by the bank representing the amount of the Advance
Payment, and denominated in Indian Rupees.
Note: This Format is for the Information of the Tenderer and is NOT to be completed and uploaded on
the e-procurement portal
INDENTURE FOR SECURED ADVANCES

THIS INDENTURE made the……………. day of ………….. 201.. BETWEEN …………………….


……………………………… (herein after called the Contractor which expression shall where the context so
admits or implies be deemed to include his executors, administrators and assigns) of the one part and the Chief
Engineer…….. , Karnataka Urban Water Supply and Drainage Board or his authorized representative,( herein
after called the Employer, which expression shall where the context so admits or implies be deemed to include
his successors in office and assigns) of the other part.
WHEREAS by an agreement dated ……………………………. (herein after called the said agreement) the
Contractor has agreed AND WHEREAS the Contractor has applied to the Employer that he may be allowed
advances on the security of materials absolutely belonging to him and brought by him to the site of Works the
subject of the said agreement for use in the construction of such of the works as he has undertaken to execute at
rates fixed for the finished work (inclusive of the cost of materials, labour, plant, equipment and other charges)
AND WHEREAS the Employer has agreed to advance to the Contractor the sum of
Rupees……………………………………………………. on the security of materials, the quantities and other
particulars of which are detailed in the accounts of Secured Advances attached to the Running Account Bill for
the said works signed by the Contractor on,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, and the Employer has reserved to himself
the option of making any further advance or advances on the security of other materials( such materials to
include materials, plant, equipment etc) brought by the Contractor to the site of the said works.
NOW THIS INDENTURE WITNESSETH that in pursuance of the said agreement and in consideration of the
sum of Rupees…………………………….. on or before the execution of these presents paid to the Contractor
by the Employer (the receipt whereof the Contractor doth hereby acknowledge) and of such further advances (if
any) as may be made to him as aforesaid the Contractor doth hereby covenant and agree with the Employer and
declare as follows:
(1) That the said sum of Rupees……………………………………… so advanced by the Employer to the
Contractor as aforesaid and all or any further sum or sums advanced as aforesaid shall be employed by
the Contractor in or towards expediting the execution of the said works and for no other purpose
whatsoever;

(2) That the materials detailed in the said Account of Secured Advances which have been offered to and
accepted by the Employer as security are absolutely the Contractor’s own property and free from
encumbrances of any kind and the Contractor will not make any application for or receive a further
advance on the security of materials which are not absolutely his own property and free from
encumbrances of any kind and the Contractor indemnifies the Employer against all claims to any
materials in respect of which an advance has been made to him as aforesaid;

(3) That the materials detailed in the said Account of Secured Advances and all other materials on the
security of which any further advance or advances may hereafter be made as aforesaid(herein after
called the said materials) shall be used by the Contractor solely in the execution of the said works in
accordance with the directions of the Employer and in the terms of the said agreement;

(4) That the Contractor shall make at his own cost all necessary and adequate arrangements for the proper
watch, safe custody and protection against all risks of the said materials and that until used in
construction as aforesaid the said materials shall remain at the site of the said works in the Contractor’s
custody and on his own responsibility and shall at all times be open to inspection by the Employer or
his authorized representatives. In the event of the said materials or any part thereof being stolen,
destroyed or damaged or becoming deteriorated in a greater degree than is due to reasonable use and
wear thereof the Contractor will forthwith replace the same with other materials of like quality or
repair and make good the same as required by the Employer or his authorized representative;

(5) That the said materials shall not on any account be removed from the site of the said works except with
the permission of the Employer or his authorized representative on that behalf;
190

(6) That the advances shall be repayable in full when or before the Contractor receives payment from the
Employer of the price payable to him for the said works under the terms and provisions of the said
agreement, provided that if any intermediate payments are made to the Contractor on account of the
work done than on the occasion of each such payment the Employer will be at liberty to make a
recovery from the Contractor’s bill for such payment by deducting there from the value of the said
materials then actually used in the construction n and in respect of which recovery has not been made
previously, the value for this purpose being determined in respect of each description of materials at
the rates at which the amounts of the advances made under these presents were calculated;

(7) That if the Contractor shall at any time make any default in the performance or observance in any
respect of any of the terms and provisions of the said agreement or of these presents the total amount
of the advance or advances that may still be owing to the Employer shall immediately on the
happening of such default be repayable by the Contractor to the Employer together with interest
thereon at twelve percent per annum from the date or respective dates of such advance or advances to
the date of repayment and with all costs, charges, damages and expenses incurred by the Employer in
or for the recovery thereof or the enforcement of this security or otherwise by the reason of the default
of the Contractor and the Contractor hereby covenants and agrees with the Employer to repay and pay
the same respectively to him accordingly;

(8) That the Contractor hereby charges all the said materials with the repayment to the Employer of the
said sum of Rupees ……………………………. and any further sum or sums advanced as aforesaid
and all costs, charges, damages and expenses payable under these presents PROVIDED ALWAYS and
it is hereby agreed and declared that notwithstanding anything in the said agreement and without
prejudice to the powers contained therein if and whenever the covenant for payment and repayment
herein before contained shall become enforceable and the money owing shall not be paid in accordance
therewith the Employer may at any time thereafter adopt all or any of the following courses as he may
deem fit:-

(a) Seize and utilize the said materials or any part thereof in the completion of the said works on
behalf of the Contractor in accordance with the provisions in thata behalf contained in the said
agreement debiting the Contractor with the actual cost of effecting such completion and the
amount due in respect of advances under these presents and crediting the Contractor with the value
of work done as if he had carried it out in accordance with the said agreement and at the rates
thereby provided. If the balance is against the Contractor he is to pay same to the Employer on
demand;

(b) Remove and sell by public auction the seized materials or any part thereof and out of the moneys
arising from the sale retain all the aforesaid repayable or payable to the Employer under these
presents and pay over the surplus (if any) to the Contractor;

(c) Deduct all or any part of the moneys owing out of the security deposit or any sum due to the
Contractor under the said agreement.

(9) That except in the event of such default on the part of the Contractor as aforesaid interest on the said
advance shall not be payable;

(10) That in the event of any conflict between the provision of these presents and the said agreement, the
provisions of these presents shall prevail and in the event of any dispute or differences arising over the
construction or effect of these presents, the settlement of which has not been herein before expressly
provided for the same shall be referred to the Managing Director KUWS&DB whose decision shall be
final and provisions of the Indian Arbitration Act , 1996 shall apply to any such reference.
In witness whereof the said………… and ……………… by the order and under direction of the
Employer have hereunto set their respective hands the day and year first above written.

Signed, sealed and delivered by…………………………………………………


The said Contractor in the presence of:
Witness: Signature: ……………………………………….
Name: ………………………………………..
Address:………………………………………

Signed by the order and direction of the Employer in the presence of :


Witness: Signature: ……………………………………….
Name: ……………………………………………
Address:…………………………………………….

Note: This Format is for the information of the Tenderer and is NOT to be completed and uploaded on
the e-procurement portal.

28 days

Você também pode gostar