TENDER DOCUMENTS - Vadodara Municipal Corporation

211
1 | Page VADODARA MUNICIPAL CORPORATION TENDER FOR DESIGN & CONSTRUCTION OF PUMP HOUSE AND SITC OF PUMPING MACHINERIES ON NEWLY CONSTRUCTED U/G SUMP AT KAPURAI HEAD WORKS VOLUME I PRE-QUALIFICATION BID EXECUTIVE ENGINEER WATER SUPPLY PROJECT VADODARA MUNICIPAL CORPORATION PMC (PROJECT MANAGEMENT CONSULTANT) JULY 2022

Transcript of TENDER DOCUMENTS - Vadodara Municipal Corporation

1 | P a g e

VADODARA MUNICIPAL CORPORATION

TENDER FOR

DESIGN & CONSTRUCTION OF PUMP HOUSE AND

SITC OF PUMPING MACHINERIES ON NEWLY

CONSTRUCTED U/G SUMP AT KAPURAI HEAD

WORKS

VOLUME – I

PRE-QUALIFICATION BID

EXECUTIVE ENGINEER

WATER SUPPLY PROJECT

VADODARA MUNICIPAL CORPORATION

PMC (PROJECT MANAGEMENT CONSULTANT)

JULY 2022

2 | P a g e

TENDER FOR

DESIGN & CONSTRUCTION OF PUMP HOUSE AND

SITC OF PUMPING MACHINERIES ON NEWLY

CONSTRUCTED U/G SUMP AT KAPURAI HEAD

WORKS

INDEX

Sr. No. Contents Page No.

SECTION – 1 Tender Documentation & Form of tender 02

SECTION – 2 Notice inviting Tender & Post

qualification documents (Envelop-A)

07

SECTION – 3 Scope Of Work 25

SECTION – 4 Instruction to Tenderers 28

SECTION – 5 General Conditions of Contract 35

SECTION – 6 Special Conditions of Contract 62

SECTION – 7 Item wise Specifications 78

SECTION – 8 Data Sheets 190

SECTION – 9 Vendor List 199

3 | P a g e

TENDER DOCUMENTS

Number of pages and drawings as shown in the index sheets contains herein technical bid are The set

of tender documents as per list attached is issued to :-

Name of Tenderer : ___________________________

Address of Tenderer : ___________________________

___________________________

___________________________

___________________________

The fees of the tender documents is Rs.10000/- (Rupees Ten Thousand). The date of sale of Tender

document vide receipt no. _______Dated __________. The Tenderer shall submit this tender in

accordance with the various instructions included in the tender documents.

Signature of Tenderer : ____________________

Signature of the Officer issuing

the Tender documents : ____________________

Signature of the Officer

opening the Tender : ____________________

Executive Engineer (W.W.)

Vadodara Municipal Corporation

4 | P a g e

VADODARA MUNICIPAL CORPORATION

“FORM OF TENDER”

To,

The Municipal Commissioner,

Municipal Corporation,

Khanderao Market,

Vadodara.

Dear Sir,

Reference is made to the tender invited by you for the work of

DESIGN & CONSTRUCTION OF PUMP HOUSE AND SITC OF PUMPING

MACHINERIES ON NEWLY CONSTRUCTED U/G SUMP AT KAPURAI HEAD WORKS. . I/We have visited the site and have examined the Drawings, General conditions of Contract,

Specifications, etc. as given in Tender Documents for the above work.

I/We hereby offer to undertake the work of DESIGN & CONSTRUCTION OF PUMP HOUSE

AND SITC OF PUMPING MACHINERIES ON NEWLY CONSTRUCTED U/G SUMP AT

KAPURAI HEAD WORKS. . In conformity with the specifications, general and special conditions

of contract, etc as given in Tender documents at the respective rates mentioned in my/our tender.

I/We undertake to complete the works indicated above within 180 days (Excluding Monsoon) from

the date of receipt of work order, including the testing of the structure.

I/We have deposited as earnest money sun as indicated below Rs,.4,65,420.00/- (Rupees Four lacs

Twenty Thousand Five Hundred and Eighty Two Only) which amount is not to bear any interest and

I/We do hereby agree that this sum shall be forfeited if in the event of the Vadodara Municipal

Corporation accepting my/our tender. I/We fail to execute the contract deed when called upon to do

so. I/We hereby agree that unless and until a formal agreement is prepared and executed in

accordance with this, Tender together with your written letter of acceptance there of shall constitute a

binding Contract between us.

I/We understand that you are not bound to accept the lowest or any tender you may receive.

Yours Faithfully,

Signature

Name of Partner’s of the firm

1.

2.

3.

5 | P a g e

VADODARA MUNICIPAL CORPORATION

Tender Copy

Tender and Acceptance of Tender

Serial

From :

To,

The Municipal Commissioner,

Municipal Corporation,

Khanderao Market,

Vadodara.

Dear Sir,

1. I/We hereby tender for execution of the works of DESIGN & CONSTRUCTION OF

PUMP HOUSE AND SITC OF PUMPING MACHINERIES ON NEWLY

CONSTRUCTED U/G SUMP AT KAPURAI HEAD WORKS. . as per tender within the

time schedule of completion of work for jobs, separately signed and accepted by me/us at the

Schedule of rates quotes by me/us for the whole work in accordance with General Tender

Notice, General Conditions of contract. Special conditions of Contract, Specification for

material and workmanship, Drawings, time schedule of completion of jobs and other

documents and papers all as details in Tender documents.

2. It has been explained to me/us that the time stipulated for jobs and completion of work in all

respects and in different stages mentioned in the “Time Schedule of completion of jobs” and

signed and accepted by me/us in the essence of Contract. I/We agree that in the case of

failure on my/our part to strictly observe the time of completion mentioned for jobs or any of

them and to the final completion of work in all respect according to the schedule set out in the

said “Time Schedule of completion of jobs.” I/We shall pay compensation to the owners as

per provision and stipulates contained Clauses of General Condition of contract and I/We

agree to recovery being made as specified therein in exceptional circumstances, extension of

time of which shall always be in writing may, however, be granted by the Executive Engineer

at his entire discretion for some items of work and I/We agree that such extension of time will

not be counted for the extension of completion dates stipulated for jobs for the final

completion of works as stipulated in the said “Time Schedule of Completion of Jobs.

3. I/We agree to pay the Earnest money and security deposit and accept the term and conditions

as laid down in the memorandum below in this respect.

MEMORANDUM

a) General description of work : DESIGN & CONSTRUCTION OF PUMP

HOUSE AND SITC OF PUMPING

MACHINERIES ON NEWLY CONSTRUCTED

U/G SUMP AT KAPURAI HEAD WORKS. .

b) Tender amount : 2,32,70,967.00 (Rupees Two Corer Thirty Two Lac

Seventy Thousand Nine Hundred and Sixty Seven

Only).

c) Earnest Money : 4,65,420.00 (Rupees Four lacs Sixty Five Thousand

Four Hundred and Twenty only) The earnest money

6 | P a g e

paid in cash or demand draft only. The earnest

money is payable as per the tender notice and clause

32 of general instructions to tenders. The earnest

money, if the tender is accepted, will be retained

against the security deposit.

d) Security deposit : 5% of the contract amount which will be paid in the

manner set out in clause-8 of “General Conditions of

Contract”.

(e) Performance Bond : On successful Completion of the project, the 5%

security deposit shall be released against submission

of performance Bank Guarantee for the amount

equal to 5% of contract price by the bidder/operator

valid till the end of the Defect Liability period.

4 Should this tender be accepted, I/We hereby agree to abide by & fulfill all terms and

conditions referred to above and in default thereof to forfeited pay to the Owner or its

successors or its authorized nominees such of money as per are stipulated in conditions

contained in General Tender Notice and other tender documents.

5. I/We hereby pay the earnest money of 4,65,420.00 (Rupees Four lacs Sixty Five Thousand

Four Hundred and Twenty only) Demand Draft of any Nationalized Bank (Name and

Officer of Nationalized Bank) in favour of Municipal Commissioner, Municipal Corporation,

Vadodara.

6. If I/We fail to commence the work specified in the Memorandum in para (3) above or if I/We

fail to deposit the amount of security deposit specified in the Memorandum in (3) prejudice to

any other right or remedy be at liberty to forfeit the said earnest money in full. Otherwise the

said earnest money shall be retained by Owner the security deposit specified in (3) above.

The said Owner shall also be at liberty to cancel the notice of acceptance of tender if I/We fail

to deposit the security as aforesaid or to execute an agreement or to start work as stipulated in

the tender documents.

I/We enclose herewith evidence of my/our experience of execution of works of similar nature and

magnitude carried out by me/us in the prescribed Performa in Appendix-I and also the Income Tax

and Sales Tax Clearance Certificates.

Dated ………..day of …….2022.

Witness :

Name in Block letters

Address : Signature of Tenderer(S)

with the seal of the firm.

7 | P a g e

VADODARA MUNICIPAL CORPORATION

SECTION – 2

NOTICE INVITING TENDER

8 | P a g e

VADODARA MUNICIPAL CORPORATION

Khanderao Market, Vadodara-390001

TENDER NOTICE

Sealed tenders are invited from the experienced and well equipped contractors who are registered in

appropriate class either with VMC, Central/State/PWD/M.E.S./Semi Government or other such

institutions for the work of “ DESIGN & CONSTRUCTION OF PUMP HOUSE AND SITC OF

PUMPING MACHINERIES ON NEWLY CONSTRUCTED U/G SUMP AT KAPURAI HEAD

WORKS. .”

(1) Estimated Cost :-Rs. 2,32,70,967.00

(2) EMD. :-Rs. 4,65,420.00

(3) Tender Fee :-Rs. 10000.00

(4) Stamp Duty :-Rs. 300 .00

(5)Completion Period :- 180 Days

(1) The tender document for this work can be downloaded from website www.nprocure.com.

(2) Completed tender document shall be submitted online only on or before Dt.01/08/2022 up to

16.00 Hrs.

(3) Technical bid will be opened on Date: 02/08/2022 at 17.00 Hrs.

(4) Conditional tender shall not be accepted.

(5) Other Details of NIT shall be seen on website.

(6) Hard copy of Technical bid, original copy of Tender fees and EMD shall be submitted to Dy.

Municipal Commissioner (Record branch), Vadodara Mahanagar Seva Sadan, Khanderao Market

Building, Rajmahal Road, Vadodara,-390209, by register post/ speed post only on or before

Date:02/08/2022 Up to 16.00 Hrs. Municipal Commissioner reserves the right to accept or reject

any or all tenders without assigning any reason thereof. This Tender notice shall form a part of

contract document.

P.R.O. NO. /22-23 Executive Engineer (W.W.)

Vadodara Municipal Corporation

9 | P a g e

PRE QUALIFICATION DOCUMENTS : (Envelop A)

The criteria and documentation required for post qualification of the bidders are as below. This shall

be submitted in Envelop “A”.

1) Attach Original DD for Earnest Money Deposit.

2) Attach Original DD for Tender fees.

3) True copies attested by gazetted officer or Notarized of the original documents defining the

legal status to the bidder/firm. Its structure and organization place of registration and

principal place of the business shall be furnished.

4) The bidder/firm in the same name, must be well established, experienced contractors, having

registered as an approved appropriate class contractor with VMC /Govt./MES/State

Govt./Semi Govt. or such organizations /Corporations/Boards. (Attach registration certificate

of appropriate class).

Note: The Qualified bidder must have VMC registration certificate of appropriate class in 30

Days after issue of Work Order..

5) Details of Technical & Supervisory personnel already employed by the firm work. The list of

engineers shall be attached with their Designation, qualification, Experience, Mobile Number

& E-mail details.

6) Copy of certificates under labour act and P.F. Registration certificate.

7) Copy of GST Certificate with GST number. Copy of sales tax certificate with sales tax

number and VAT certificate (If applicable).

8) Copy of Income Tax Return of last 3 years

9) Average annual financial turnover during the last 3 years

10) Experience of having successfully completed similar works during last 7 years in Form 3(A)

format only.

11) Bank solvency certificate of Nationalized Bank shall be 25 % of the tender amount.

12) Detail communication facilities like Office/Residence phone number and address, mobile

number, fax number, Email address should be available with the bidder.

13) On going work or partly completed work shall not be given any weightage.

14) Financial resources including bank credits & other facilities available.

15) All the zerox copy must be duly certified for true copy by Gazetted officer or Notarized.

Even though the bidders/firm may meet the above qualifying criteria, the firm shall be liable

to be disqualified or contract may discontinue at any time, if it is found that they have made

misleading of false representation, statements and attachments submitted towards proof of the

qualification requirement and/or their record or poor performance such as abandoning the

works, delay in completion of work, litigation history, financial failure etc.

10 | P a g e

16) Bidder has to submit list of work under arbitration/court case or any dispute. The bidder shall

submit final/latest decision/status of arbitration/court case for all disputes and if it is found

that the decision of dispute is against the bidder then such bidder is liable to disqualify even if

other qualification criteria are met with.

17) The bidder shall have to submit bar chart of whole work divided in minimum 10 activity

justifying the timely completion of work for each component.

18) The Authority letter for signing the tender documents is required to be enclosed along with

the Tender

19) Copy of certificate valid Electrical License.

QUALIFICATION CRITERIA /EXPERIENCE OF BIDDER 1) Average Annual Financial Turnover during the last 3 years, ending 31st March( i.e 2021) othe

previous financial year, should be at least 30% of the estimated cost

2) Experience of having successfully completed similar works during last 7 years ending last day

of month previous to the one in which applications are invited should be either of the

following:-

a. Three similar completed works costing not less than the amount equal to 40% of the estimated

cost.

Or

b. Two similar completed works costing not less than the amount equal to 50% of the estimated

cost.

Or

c. One similar completed work costing not less than the amount equal to 80% of the estimated

cost.

Definition of Similar nature: Similar nature of work means Construction of Civil Work

of RCC Frame Structure of 150.0 SQM and SITC of Pumping Machineries. With allied

Electro- Mechanical and Instrumentation Works having Min Pump Capacity of 160

KW in Single Project.

Regarding Experience of similar nature of work, bidders must have to submit the Form (3A) and

BOQ (BILL OF QUANTITY) duly sign by responsible officer with outward number. Without

“Form (3A)” and “outward number” experience will not be consider.

3) The following multiplying factors shall be considered for calculating relevant cost of the project.

Completion Year of the Work Multiplying Factor

One (2021-22) 1.10

Two (2020-21) 1.21

Three (2019-20) 1.33

Four (2018-19) 1.46

Five (2017-18) 1.61

Six (2016-17) 1.77

Seven (2015-16) 1.95

Note :- The Applicant should indicate actual figures of project costs amount in the schedule

without accounting for the above mentioned factors.

11 | P a g e

FORMS DETAILS

The said details to be submitted on prescribed forms appended with tender documents, detailed as

under:

(i) Financial information Form A

(ii) Solvency certificate from Public sector Nationalized bank Form B

(iii) Details of work completed during last 7 consecutive years Form C

(iv) Details of work awarded or under execution Form D

(v) Performance report of works referred in form C-I,C-II&D should be duly

authenticated/certified by an officer not below the rank of EE or equivalent should be

furnished separately for each work completed or in progress

Form E

(vi)Details of structure and organization Form F

(vii)Details of technical & administrative personal to be employed for the work Form G

(viii)Details of construction Plants, equipment etc. likely to be used in carrying out this

work.

Form H

(ix) Litigation Details Form I

(x) Site Visit certificate Form J

(xi) Bid Capacity Calculation Details Form k

Note: All the documents listed above shall be submitted in soft and Hard copy as per given Form

format.

The department, however, reserves the right to restrict the list of such qualified contractors to any

number deemed suitable by it.

Even though any bidder may satisfy the above requirements, he would be liable to

disqualification if he has:

i. Made misleading or false representation or deliberately suppressed the information in the

forms, statements and enclosures required in the eligibility criteria document,

ii. Record of poor performance such as abandoning work, not properly completing the contract,

or financial failures/weaknesses etc.

Note: All aforesaid form must bear the signature of firm/contractor.

i. The firm/contractor must be legally entitled for carrying out construction of building works.

ii. Tenderer must ensure giving complete information on form’s mentioned above along with

their digital signatures wherever required on form of submission of tender. In case, any

deficiency noticed after opening of tender then no opportunity will be provided to tenderer to

make good the same and the firm/contractor shall be considered ineligible.

If any information furnished by the tenderer is found incorrect at a later stage, he shall be

liable to be debarred from further tendering and taking works in VMC. VMC reserves the right to

verify the contents /particulars furnished by the tenderer independently including out inspection of

works completed by them.

Municipal Commissioner also reserves the right to reject any application/tender without

assigning any reasons.

Signature of Contractor

Date

12 | P a g e

FORM ‘A’

FINANCIAL INFORMATION

Financial analysis, Details to be furnished duly supported by figures in balance sheet / profit and loss

account for the last five years duly certified by the Chartered accountant, as submitted by the

applicant to the income Tax Department copies to be attached).

Sr.

No.

2021-22 2020-21 2019-20

1 Gross annual turnover on

Construction work.

2 Annual Net worth

3 Profit/loss

4 Financial arrangements for carrying out

the

Proposed work.

5 Solvency certificate from bankers of

applicant, Form ‘B’

6 Tax clearance certificate under the

relevant act

Sign. of Chartered Accountant with seal Signature of applicant(s)

13 | P a g e

FORM’B’

FORM OF BANKERS CERTIFICATE FROM APPROVED BANK

(Solvency certificate from a schedule bank)

This is to certify that the best of our knowledge and information that M/S /Sh……………………….

________________________________________ having marginally noted address, a customer of our

bank are/is respectable and can be treated as good for any engagements up to a limit of

INR__________ (INR________________________________________)

This certificate is issued without any guarantee or responsibility on the bank or any of its officers.

(Signature) For the Bank

NOTE:

1. Banker’s certificates should be on letter head of the Bank, sealed in cover addressed to

tendering authority.

2. In case of partnership firm, certificate should include names of all partners as recorded with

the Bank.

14 | P a g e

FORM C

DETAILS OF ALL WORKS RELATED TO THE PROJECT COMPLETED DURING THE LAST THREE YEARS ENDING LAST DAY OF

THE MONTH

Sl.

No.

Name of

Work/Project

& Location

Owner or

sponsoring

Organization

Cost of

works

in

crores

Date of

commencement

as per contract

Stipulated

date of

completion

Actual date

of

completion

Litigation/

arbitration

pending/ in

progress with

details*

Name of

address/

telephone of

officer to

whom

reference

may

be made

Remarks

1 2 3 4 5 6 7 8 9 10

Signature of applicant(s)

*Indicate gross amount claimed and amount awarded by the Arbitrator

15 | P a g e

FORM ‘D’

PROJECTS UNDER EXECUTION OR AWARDED/LOI ISSUED

Sr.

No.

Name of

work/

Project

And

location

Owner or

sponsoring

organization

Cost of

work in

Crores

Date of

commencement

As per contract

Stipulated

date of

completion

Up to date

amount of

the work

executed

(INR)

Slow

progress

if

any &

reason

thereof

Name &

address/

telephone of

officer to

whom

reference may

be

made

Remarks

1 2 3 4 5 6 7 8 9 10

Certified that above list of works are complete and no work has been left out and the information given is correct to my/our knowledge and belief

Signature of Applicant(s)

16 | P a g e

Form ‘E’

PERFORMANCE REPORT OF WORKS REFERRED TO IN FOR “C &D”

1. Sr. No.

2. Name of work/Project and Location

3. For Building works:

i. Nature of building

a. Load bearing

b. RCC Framed Structure

ii. Height of building & numbers of floor.

4. Agreement No.

5. Client name:

6. Amount of Work:

7. Date of Starting of project:

8. Stipulated date of completion:

9. Actual date of completion:

10. Completion cost:

11. Justification for Delay, if any:

12. Amount of compensation

a. Levied for delayed completion if any

b. Amount of reduced rate items, if any

13. Litigation tendency:

14. Feedback from client:

i. Quality of work Very good Good Fair Poor

ii. Finance Soundness Very good Good Fair Poor

iii. Technical Proficiency Very good Good Fair Poor

iv. Resourcefulness Very good Good Fair Poor

v. General behavior Very good Good Fair Poor

Third party feedback, if any:

Signature of applicant Signature & stamp of client

Note : This Form shall be submitted notarized and scan copy of each work entered in C and

D shall be uploaded.

17 | P a g e

FORM ‘F’

DETAILS OF STRUCTURE & ORGANISATION

1 Name & address of the applicant.

2 Telephone No./Telex No./Fax no.

3 Legal status of the applicant (attach copies of original

document defining the legal status(s).

(a) An individual.

(b) A proprietary firm

(c) A firm in partnership

(d) A limited company or corporation.

4 Particulars of Registration with various Government bodies

(attach attested photocopy).

(a) Registration number.

(b) Organization/Place of Registration

1.

2.

3.

4.

5 Name and titles of Directors & officers with designation to

be concerned with this work.

6 Designation of individuals authorized to act for the

organization.

7 Was the applicant ever required to suspend construction for a

period of more than six months continuously after you

commenced the construction? If so give the name of the

project and reason of suspension of work.

8 Has the applicant or any constituent partner in case of

partnership firm every abandoned the awarded work before

its completion? If so, give name of the project and reason for

abandonment.

9 Has the applicant or any partnership firm, ever been debarred

/ black listed for tendering in any organization at any time? If

so give details.

10 Has the applicant or any constituent partner in case of

partnership firm ever been convicted by court of law? If so,

give details

11 In which field of Civil engineering construction you claim

specialization and interest.

12 Any other information considered necessary but not included

above.

Sign of the applicant(s)

18 | P a g e

FORM ‘G’

DETAILS OF TECHNICAL AND ADMINISTRATIVE PERSONNEL TO BE EMPLOYED FOR THE WORK

Sr.

No.

Designation Total

number

Number available for

this work

Name Qualification Professional

experience of details

of work carried out

How these would

be involved in

this work

Remarks

1 2 3 4 5 6 7 8 9

Sign of applicant (s)

19 | P a g e

Form H

Detail of Construction, Plant & Equipment Likely to be used in Carrying out the Work

Sr.

No.

Name of equipment Nos Capacity

of type.

Age Condition Ownership status Current

location

Remarks

Presently

owned

Leased To be

purchased

1 2 3 4 5 6 7 8 9 10 11

EARTH MOVING EQUIPMENT

Excavators (Various sizes)

2 EQUIPMENT FOR HOISTING & LIFTING

3 EQUIPMENT FOR CONCRETE WORK.

1. Concrete batching plant (Fully automatic

of min 30 M3/hr capacity Age: Not more

than 5 years).

2. Concrete pump.

3. a) Concrete transit mixer. b) Other

equipment for transportation of concrete mix.

4. Needle Vibrator (Electrical)

5. Needle Vibrator (Petrol).

6. Table Vibrator (Electrical/Petrol).

7. Shutter Vibrator (Electrical/Petrol).

8. Concrete Mixer (Electrical/Diesel).

9. Pump (Electrical).

4 Power equipment.

1. Diesel Generators.

Any other plant/equipment.

6 Steel centering shuttering/formwork/H-frame

centering (ii) steel plate(at least 60% of plot

area)

Signature of applicant(s)

20 | P a g e

Form ‘I’

LITIGATION DETAILS

Name of applicant / or parties:

Applicant should provide information on any History of litigation or arbitration resulting from

contracts executed in last five years or currently under execution:

Sr.

No.

Year Award for/against

applicant

Name of cline, cause of litigation

&matter of dispute

Disputed Amount

in INR

NOTE:-

1. The above information shall be supported with necessary documents otherwise the same

shall be treated as null & void.

2. If the information to be furnished in this schedule will not be given & come to the notice

subsequently will result in disqualification of bidder.

Sign of Applicant (s)

21 | P a g e

FORM- ‘J’

Site Visit Certificate

(To be submitted separately in sealed Envelope B, Vol.-I Pre-qualification document)

I/we______________________________________________, authorized representative of M/s

___________________________ have visited the site of DESIGN & CONSTRUCTION OF PUMP

HOUSE AND SITC OF PUMPING MACHINERIES ON NEWLY CONSTRUCTED U/G SUMP AT

KAPURAI HEAD WORKS. on __________,2022.

We have inspected and evaluated the existing site with reference to its location, soil conditions, sub soil

water table, etc. We have submitted this offer after satisfying ourselves about the local conditions, local

costs, etc.

Signature of the Tenderer

22 | P a g e

FORM- ‘k’

BID CAPACITY CALCULATION

Assessed Available Bid Capacity = (A x N x 2 – B)

The bidding capacity of the contractor should be more than the estimated cost of the work put to tender. The

bidding capacity shall be based on the formula: (AxNx2)-B where,

A - Maximum value of work executed in any one year during last 5 years taking into account the work

completed as well as work in progress. (updated 2020-2021 price level)

Year

Rupees

Multiplying

Factor

2020-21

x 1.21 =

2019-20

x 1.33 =

2018-19

x 1.46 =

2017-18

x 1.61 =

2016-17

X 1.77 =

A = Rs. _________________ B- Value of existing commitments and ongoing work to be completed during the next ‘N’ years. B = Rs.__________________ N = No. of years (i.e. 0.5 years) prescribed for completion of the works for which bids are invited (Six months). N = Years__________________ As Mentioned in Annexure K. So ; Our Bid Capacity = (A x N x 2 – B) = (…………. x ………….. x 2– …………) = Rs. ______________

23 | P a g e

Annexure K

Statement showing the value of existing commitment, ongoing works & bidding capacity

Sr.

No

Name

Of

Work

Place

Works In Hand Works Tenderer For And Stand

Successfully

BIDED

COST

(In

Lacs)

COST OF

WORK

REMAINING

TO BE

EXECUTED

AS ON DATE

(B1)

ANTICIPATED

DATE OF

COMPLETION

BID

COST

(In

Lacs)

(B2)

STIPULATED

DATE &

PERIOD OF

COMPLETION

MAIN

FEATURES

OF WORK

TOTAL 0 0

BIDDING CAPACITY

A

Bidding Cap. = (AxNX2)-B =

N

B

(Total

of clm.

B1 &

B2

We have checked this above information and we have got bidding capacity as mentioned above. We assure you, at any time if above information / calculation found misleading, VMC can take appropriate action. Signature of tenderer : Date :

24 | P a g e

VADODARA MUNICPIAL CORPORATION

SECTION -3

SCOPE OF WORK

25 | P a g e

SCOPE OF WORKS 1. This work cover

a. Construction of Pump House on existing Newly Constructed U/G Sump Approx.150.0 SQM

b. SITC of Pumping Machineries and allied Electrical & Instrumentation Works.

2. Construction of valve chambers.

3. Plot Development with RCC road and Paver Blocks

4. Job work, CI/DI/MS/HS should be done as per requirement of site situation required or as

directed by Engineer in charge.

5. Water and Electricity for construction and testing for all material and items involved in work shall

be arranged by the Contractor at their own cost and informed to VMC in advance.

6. Testing shall be done by collecting samples from site by Govt. approved testing laboratory at cost

of contractor.

7. Submitting detail drawing/ Sketch to VMC for the stretch of the Existing Structure and allied

work laid as per the specifications and drawings.

8. Any and all other works not indicated but considered necessary for the execution of this work

whether or not specifically mentioned should be call on before execution.

9. For New Pump house power connection taken from Existing Transformer and necessary

arrangements for this shall be in the scope of contractor.

10. All the materials to be used in the execution are to be tested as per relevant latest specifications

and also as per requirement of VMC / PMC / TPI agency.

11. Rates will be inclusive of all govt. taxes i.e. also includes GST.

12. No Price escalation or star rate will be given for any item or material.

13. Contractor to ensure such that there is no damage to the existing Structure and if any damage is

done same shall be rectified by the contractor at their own cost. Also, the contractor shall be

responsible for any such damage or causality.

14. Design, Supply, Installation, Testing, Commissioning of Flowmeters in existing Feeder line and

Pump delivery line.

15. Uninstallation, Shifting and re-installation of existing Pressure Transmitter, Butterfly Valve,

Expansion bellow and Actuator including uninstallation and re-installation of all associated

item in existing feeder line.

26 | P a g e

16. Un-installation of existing Flowmeter at Pump delivery line header including all associated

cables with all necessary tools, tackles, labour etc. including flange modification for

requirement Flowmeter installation.

17. SITC of Indicator panel with glass window to display readings locally.

18. Configuration and Programming from PLC up to SCADA System as per existing architecture.

19. Design, Supply, Installation, Testing and Commissioning of Actuator control panel for

operation of Actuator from Pump house.

20. SITC of Ultrasonic Level Transmitter at Ground Storage Reservoir (GSR)

21. Cabling work from Multifunction meters to existing Gateway Panel.

22. Including required caballing, with conduits and cable trays as per site requirement,

23. The“actual”duty point parameters must be guaranteed at site also. For this, bidder/manufacturer

shall appoint ENERGY AUDITOR APPROVED BY GOVERNMENT OF GUJARAT.

Charge for the same will be in scope of contractor. The energy auditor shall be got approved

from VMC also. He shall been trusted the job after approval at VMC end.

27 | P a g e

CHAPTER-II

SPECIAL CONDITION OF TENDER

Signature of tenderer : Date :

28 | P a g e

VADODARA MUNICIPAL CORPORATION

SECTION – 4

INSTRUCTION TO

TENDERERS

29 | P a g e

SECTION – 3

INSTRUCTION TO TENDERERS

1. The Tenderer are advised to inspect the site of works and be fully acquainted with the site conditions

which may be necessary for the purpose of submitting the tender and for executing the work. If

requested in advance and in writing department will arrange to visit the site of work.

2. In the event of the tender being submitted by the firm, it must be signed by all the partners or by any

partner who has been specifically authorize under the Partnership deed to sign and execute contracts

on behalf of the firm or by any person holding a Power of Attorney authorized him to sign and

execute the contract on behalf of the firm. [The Authority letter is required to be enclosed along

with the Tender].

3. Receipts for payments made on account of any work, when executed by a firm, can be signed by any

of the partners of the firm or any other person authorized by the firm under a Power of Attorney of

give effectual receipt for and on behalf of the firm.

4. The tender shall be filled in strictly according to columns prescribed in the tender stating the rates at

which tenderer are willing to undertake each time of work. Any modifications or additions in the

item of works or in any other part of the tender made by the Tenderer will not be accepted.

5. The VMC shall have the right to reject all or any of the tenders without assigning any reason for

such rejection.

6. Measurements for all the works shall be taken by standard measures available with the VMC and

practice and rules framed by the VMC from time to time. In general IS 1200 shall be followed for

measurement of civil works.

7. The tenderer are required to quote only firm and workable rates and any condition attached to the

rates quoted by them is likely to disqualify the tender for evaluation and consideration for award of

the work. The items specified in scope of work and detailed specification is part of the price bid

item. The tenderer has to execute all the work specified in the scope of work without any extra cost.

The tenderer are required to quote rate accordingly.

8. The tenderer are advised to send their tender by Registered / Speed post so that tender reaches to

VMC on or before the due date. Any tender received after due date shall not be considered.

30 | P a g e

9. Tender not accompanied by Earnest Money in the manner provided in the tender notice shall not be

considered. Amount of earnest money shall not bear any interest and will be refundable to the

Tenderer, if tender is not accepted.

10. Tender shall be filled in and signed only by the duly authorized person or persons of the Tenderer. If

at any item during security and finalization of the tenders, it is found that any tender or tenders are

signed by the persons who are not duly authorized then the earnest money received with such tender

shall stand forfeited.

11. Tenderer shall have to pay Security Deposit in the time and manner prescribed under Clause 1 of the

General Conditions of Contract.

12. Successful Tenderer shall keep all documents ready for signing “Agreement with the VMC”.

Tenderer will have to make himself/itself available at fifteen days notice for executing such

Agreement. The tenderer are advised to carefully study the various conditions of he contract, work

specification, site conditions, VMC’s rules and regulations with regards to safety and security, etc.

13. Deleted

14. Tenderer shall submit along with the tender a list of equipment which he proposes to use for this

work.

15. Tendered rates shall include all the material, taxes, labour and requirements of plants, machinery,

equipment, supervision, handling, cleaning, testing etc. (whether mentioned in the item or

specifications etc. or not) which is required and necessary to complete the item.

16. The tenderer are advised to read together with the specifications including materials and drawings, as

specifications are complimentary part of the item. Items for which details are not given or are given

inadequately reference will be taken from ISI specifications or PWD handbook. Such details shall be

deemed to have been included in the item and the rates quoted shall be all inclusive. Whether

mentioned in the item or not material test as may be required by the Add. City Engineer of VMC

shall be provided and no extra payment will be made for that purpose.

17. Specifications are given for certain numbers of items only. However, the items for which the

specifications are not prescribed but which are relevant to these specifications shall also be executed

in accordance with such specifications.

18. Suitable number of photographs (Hard copy & soft copy in CD) shall be supplied free of cost to the

VMC every month for the progress of various stages of the works such as centering, reinforcement,

concreting, erection of equipments, etc.

31 | P a g e

19. Tenders are required to quote separate prices of different items of work exactly as per price schedule

given in volume of tender document. No change in format is acceptable. Quoting for all items is

also mandatory.

20. Completion time for the work shall be 180 Days (Excluding Monsoon period) from the date of issue

of letter of indent by Vadodara Municipal Corporation.

21. Validity of tenderer’s proposal shall be 120 days from the date of opening of price bid or last

negotiation date if at all allowed.

22. Deleted.

23. Deleted.

24. RATES TO BE IN FIGURES AND WORDS

The Tenderer shall quote the rates online on Nprocure web site. The quoted rates of tender shall

be valid for 25% variation in quantities.

25. EVALUATION OF TENDERS

Any error in quantity or amount in Price bid of tender form showing items of works to be carried out

shall be adjusted in accordance with the following rules :

i) In the event of a discrepancy between description in words and figures quoted by a Tenderer in

the rates column, the description in word shall prevail.

ii) In the event of an error occurring in the amount column of the Schedule B of Tender Form

showing items of work as a result of wrong multiplication of the rate and quantity, the unit shall be

regarded, as firm and multiplication shall be amended on the rate.

iii) All errors in totally in the amount and carrying forward totals shall be corrected.

iv) Any rounding off of amounts against items or in totals shall be ignored.

v) For any item in price bid, the bidder has not quoted the rates (or left blank), it is treated as ‘zero

rate’ and all such item shall be considered as executed free of cost.

The tendered sum so altered shall, for the purpose of the tenders be submitted for the sum

originally tendered and considered for acceptance.

26. CORRECTIONS AND ERASURES

All corrections and Alterations in the entries of tender papers will be signed in full by the Tenderer

with date. No erasures or over writings are permissible.

27. SIGNATURE OF TENDERER

32 | P a g e

The tenderer shall contain the name, residence and place of business of person or persons making the

Tender and shall be signed by the Tenderer with his usual signature. Partnership firms shall furnish

the full names of all the partners in the Tender. It should be signed in the Partnership’s name by all

partners or, by duly authorized representative followed by the name and designation of the person

signing. Tender by a firm shall be signed by an authorized representatives and a power of Attorney

in that behalf shall accompany, the Tender. A copy of the constitution of the firm with names of all

partners shall be furnished.

28. WITNESS

Witness and sureties shall be persons of status and property and their names, occupations and

address shall be stated below their signature.

29. DETAILS OF EXPERIENCE

The Tenderer should enclose documents to show that he has previous experience in having

successfully completed in the recent past work of this nature together with the name of Owner’s

location of sites and value of contract.

30. ENGINEER OF CONTRACTOR

The contractor, on or after award of the work, shall name and depute a qualified Engineer having

sufficient experience in carrying out works of similar nature, to whom the equipments, materials, if

any shall be issued and instructions for construction/execution shall be given.

31. TRANSFER OF TENDER DOCUMENTS

Transfer of Tender documents purchased by one intending tenderer to another is not permissible.

32. EARNEST MONEY DEPOSIT

The tenderer must pay earnest money as given in the notice inviting Tenders and attach the official

receipt, if paid in cash with the Tender, failing which the tender is liable to be rejected. The earnest

money can be paid in cash or Demand draft of any nationalizes Bank at Vadodara and shall be in

favour of Municipal Commissioner, Khanderao Market, Vadodara. EMD shall be attached with the

Tender.

NOTE : No interest shall be allowed on the earnest money deposit by Tenderer. The earnest money

of the unsuccessful tender will be refundable within a reasonable period of the time without any

interest.

33 | P a g e

The earnest money deposit by successful Tenderer will be retained towards the Security Deposit for

the fulfillment of the contract, but shall be forfeited, if the Tenderer fails to execute the agreement

within 15 days after the letter of acceptance of Tender.

33. VALIDITY

Tenders submitted by Tenderers shall remain valid for acceptance for a period of 120 days from the

date of opening of price bid. The Tenderers shall not be entitled during the said period of 120 days,

without the consent of writing of the owner to revoke or cancel his tender or to vary the tender given

or any terms thereof. In case of tenderer revoking or canceling his tender of revoking the same or

vary any terms in regard to thereof without the consent of owner in writing, the owner shall forfeit

earnest money paid by him along with the Tender.

34. TIME LIMIT – PERIOD OF COMPLETION

The period of completion shall be 180 days (Excluding Monsoon)

The Stoppage for monsoon and festivals should be granted as follows.

1. Monsoon period : From 1st June to 15 September.

2. Festivals Diwali : 10 days.

3. Holi : 15 day.

If work on site continues during above mention periods, stoppage will not be granted for that

time.

It will be applicable only if it is found reasonable by the department. Any other extension of

time limit demanded by contractor for their reason, shall not entitle for any price escalation/delay

compensation.

35. ADDENDA

Addenda to the Tender documents may be issued prior to the date of opening of Tenders to clarify

documents or to reflect modifications in the design or contract terms.

Each addendum issued by the Engineer in charge will be distributed in duplicate to each person or

organization to whom a set of Tender documents has been issued.

Each recipient will retain one copy of each addendum for submission along with his tender and

return one singed copy to the Engineer-in-charge shall become part of Tender documents.

34 | P a g e

36. RIGHT OF OWNER TO ACCEPT OR REJECT TENDER

The acceptance of Tender will rest with the Owner. The Owner however, does not bind itself to

accept the lowest tender and reserves to itself the authority to reject any or all the Tenders received

without assigning any reason whatsoever. The whole work may be split up between two or more

contractors or accepted in part and not entirely, if considered expedient.

Tender in which any of the particulars and prescribed information are missing or are incomplete in

any respect and/or the prescribed conditions are not fulfilled are liable to be rejected.

Canvassing in connection with tender is strictly prohibited and tenders submitted by the tenderer,

who resort to canvassing will be liable to rejection.

37. Security Deposit

The person / persons whose tender may be accepted (hereafter called the contractor) shall within 10

days of receipt by him of the notification of the acceptance of the tender, shall submit the security

deposit on the accepted value of the Tender to the Vadodara Municipal Corporation.

38. The successful Tenderer shall be required to execute an agreement within 15 days from the date of issue

of the notice of acceptance of tender. In the event of failure on the part of the successful tenderers

to sign the agreement within the above stipulated period, the earnest money or his initial security

deposit shall be forfeited and the acceptance of the tender shall be considered as cancelled.

In the event of progress of work by the contractor, without executing the contract agreement, the

responsibility with all risk and cost shall be of contractor.

The successful Tenderer will be required to sign the contract agreement on a stamp paper of the

value as per prevailing norms of VMC. Alternatively, if the Tenderer wishes to sign the agreement,

the same be adjudicated by the State Level Authority competent to do so.

It is responsibility of tenderer to get authorized copy of tender documents, map etc so that during the

time of execution of work contractor can proceed with work and all time the details of work is

known to the contractor.

35 | P a g e

VADODARA MUNICIPAL CORPORATION

SECTION – 5

GENERAL CONDITIONS

OF CONTRACT

36 | P a g e

GENERAL CONDITIONS OF CONTRACT

DEFINITION OF TERMS :-

In the Contract documents [as hereinafter defined] the following words & expression shall have the

meanings hereby assigned to them except where the context otherwise requires :-

1. “The Owner or Employer”, means the Municipal Commissioner Vadodara Municipal Corporation,

which may abbreviated as “VMC” and includes the Owner’s or Municipal Commissioner, VMC’s

authorized representatives or successors.

2. The abbreviation VMC wherever used in contract shall mean Vadodara Municipal Corporation and

term shall be used to in place of authorized person or persons who will be operating this contract as

VMC’s representative and will include namely Municipal Commissioner, Add. City Engineer and

Executive Engineer or their authorized representatives.

3. The “Add. City Engineer”, shall means the Add.City Engineer of Vadodara Municipal Corporation

and shall include those who are expressly authorized by him to act on his behalf.

4. The “Executive Engineer”, shall means the Executive Engineer of Vadodara Municipal

Corporation, who is incharge of the project and shall include those who are expressly authorized him

to act for and on his behalf.

5. “The Contractor”, means the person or persons, firm or Company whose tender has been accepted

by the Owner and include the Contractor’s legal representatives, his successor and permitted

assignees.

6. The term “Work or Works” of the contract shall mean all of the various classes of works to be

executed in accordance with the contract, whether temporary or permanent, and include all labour

and material, machinery, instruments, construction equipment, plant, plant operation and

maintenance, all tools and all other items required for the completion of the construction. It shall

also mean the place of working, where the context so includes.

7. “Contract”, shall mean the Agreement between the VMC and the contractor for the execution of

works including therein all contract documents like Condition of Contract, Specification, Drawings,

Prices Bill, Schedule of quantities, Schedule of rates and prices (if any) and tender.

8. The “Contract Price”, means the sum named in the Tender subject to such additional there to or

deduction there from as may be under the provisions hereinafter the contained.

9. “Construction Plant”, means all machinery, tools, appliances or thing of whatsoever nature

required for the execution, completion or maintenance of the works or temporary works (as

hereinafter defined) but does not include materials or other things form or forming part to the

permanent work.

37 | P a g e

10. “Temporary Works”, means all temporary works of every kind required in or about the execution,

completion or maintenance of the works.

11. “Drawings”, means the drawings referred to in the Specification and any modification such

drawings approved in writing by the Add. City Engineer / Executive Engineer, Consultant and such

other drawings, diagrams, or sketches as may from time to time be furnished or approved in writing

by the Add. City Engineer / Executive Engineer.

12. “Site”, means the land and other places on under in or through which the permanent works are to be

executed or carried out & any other land or places provided by the Owner for purpose of the

contract.

13. Words importing the singular number only also include the plural and vice versa where the context

requires.

14. ”Contract Documents”, means collectively the Tender documents, Designs, Drawings,

Specifications agreed variations if any, contract such other documents constituting the Tender and

acceptances thereof.

15. “The Specification”, shall mean the various technical specifications attached and referred to in the

Tender documents. It shall also include the latest edition of relevant Indian Standard Specification

published before entering into contract. Further in absence of any specific reference in I.S.S. the

standards and specifications of P.W.D.H.B. or GWSSB as the case may be will be followed as per

the consent of Add. City Engineer.

16. The “Tender”, means the tender submitted by the contractor for acceptances by the Owner.

17. The “Alternation Order”, means the order given in writing by the Engineer-in-charge to effect to

or deleting from and alternations in the works.

18. The “Completion Certificates”, shall mean the certificate to be issued by the Add. City Engineer,

when the works have been completed to his satisfaction.

19. The “Final certificate”,, in relation to a work means the certificate to be issued by the Add. City

Engineer, after the period of liability is over.

20. The “Period of Liability”, in relation to the work means the specified periods from the date of issue

of completion certificate up to the date of issue of the final certificate during defects that may appear

in the works.

21. The bidder shall have to submit resource/activity chart of whole work divided in minimum 10

activities justifying the timely completion of work. In case the bidder do not submit the schedule

of work progress, it is mandatory to follow the progress of work as decided by VMC during

execution.

22. The bidder must engage minimum one full time qualified, experienced, Diploma/ graduate civil

engineers who will remain present at all time during progress of work & he has to specify the

38 | P a g e

engineer’s name on their payroll, who will remain available during execution of work on same site.

If the absence of Engineer is found on site than Rs.3000 per day penalty shall be imposed.

23. As built drawing (plan & L.S.) of pipe line shall be supplied in three copy showing each & every

detail position horizontal, vertical all important ground reference point. The same drawing shall

be given on compact disc in AutoCAD 2009 or latest version.

24. The contractor shall have to check actual requirement of pipes/material on site, before placing the

order for supply. VMC will neither be responsible for excess quantity to the actual

requirement on site nor delay in the actual supply requirement.

25. Contractor shall give minimum wages as per Govt. Norms to labour and workmen employed by him. If

there is any dispute it is contractor’s own responsibility.

26. No machinery advance shall be given.

CLAUSE 1 SECURITY DEPOSIT

Successful Tender whose proposal will be accepted by the VMC and who will be referred to as “Contractor”

thereafter will have to deposit an amount equal to five percent of the contract price as contractual obligation

in the mode and schedule as given below :

Amount of Security Deposit payable by the contractor will be 5% of the contract value. Full amount of

S.D. may be paid by the successful Tenderer in cash/by demand draft or in the form of bank guarantee

of nationalized bank for the period of time limit of the work and It must be extended until the work complete.

All compensation and other sum of money payable by the contractor to the V.M.C. under the terms of this

contract may be deducted from or paid by sale of whole or part of security deposit along with deduction from

other payments which may be due or which becomes due to be payable to the contractor. Whenever the

amount of Security Deposit gets reduced lower than the amount equal to 5% of contract price the contractor

shall make it up equal to 5% of the contract price by depositing money within 15 days. If the amount of

Security Deposit to be paid in lump sum within the period of 10 days as specified above is not paid tender/

contract already accepted shall be considered as cancelled and legal steps taken against the contractor

recovery of the amounts. The security lodged by a contractor shall be refundable after the final bill & also

after providing performance bank guarantee bond as per clause 40.

CLAUSE 2 : COMPENSATION OF DELAY AND PENALTY DELAY

The time allowed for carrying out the work as entered in the tender shall be strictly observed by the

contractor and shall be reckoned from the date of which the order to commence work is given to the

contractor. The work shall throughout the stipulated period of the contract be proceeded with, with all due

39 | P a g e

diligence (time being deemed to be of the essence of the contract on the part of the contract) and the

contractor shall pay as compensation and or penalty for delay. Further contractor shall to ensure good

progress during the execution of the work. The work shall be completed stage wise as per the schedule

given at the time of tender submission (Refer qualification criteria) before award of the job to contractor, and

which will form the part of the contract, failing which intermediate compensation shall be levied. In case

contractor have not submitted it is confirmation the schedule of work progress, on part of contractor follow

the schedule of work decided by VMC.

In the event of the contractor failing to comply with these conditions of Contract is liable to be

terminated at any stage and / or an amount equal to one half (0.5%) percent of contract amount of

whole work over stipulated time limit shall be levied as a penalty for every week that the delay or

penalty provided always that the total amount of compensation to be paid under the provision of this

clause shall not exceed 10% of the contract value of the work.

The decision of Add.City Engineer will be final for all such delay compensation.

CLAUSE 3 : ACTION WHEN WHOLE OF SECURITYDEPOSIT IS FORFEITED

In any case in which under any clause of this contract, the contractor shall have rendered himself liable to

pay compensation amounting to the whole of his Security Deposit (Whether paid in one sum or deducted by

installment) or in the case of abandonment of the work owing to serious illness or death of the contractor or

any other cause, the Add. City Engineer, on behalf of VMC shall have power to adopt any of the following

courses as man, deemed best suited to the interest of VMC.

a) To rescinded the contract (of which recession notice in writing to the contractor under the hand of

the executive Engineer shall be conclusive evidence) and in that case, the Security deposit of the

b) contractor shall stand forfeited and be absolutely at the disposal of the VMC.

c) To employ labour paid the VMC and to supply materials to carry out the work, or any part of the

works, debiting the contractor with the cost of the labour and price of materials as to the correctness

of which cost and price the certificate of the Add. City Engineer shall be final and conclusive against

Contractor and crediting him with the value of the work done, in all respect in the manner and at the

same rate as if it had been carried out by the contractor under the terms of this contract and in that

case the certificates of the Executive Engineer as to the value of the work done shall be final and

conclusive against the contractor.

40 | P a g e

d) To order that the work of the contractor be measured up and to take such part thereof as shall be

unexecuted out of his hands, and to give it to another contractor to complete, in which case, any

expenses which may be incurred in excess of the sum which would have been executed by him (as to

the amount of which expenses the certificate in writing of the Add. City Engineer shall be final and

conclusive) shall be borne and paid by the original contractor and shall be deducted from any money

due to him by the VMC under the contractor or otherwise or from his security deposit or the

proceeds of sale thereof, of a sufficient part thereof. In the event of any of the above courses being

adopted by the Add. City Engineer the contractor shall have no claim to compensation for any loss

sustained by him by reason of his having purchased, or prepared any materials, or entered into any

engagements, or made any advances on account of or with a view to execution of the work or the

performance of the contract. And in case of the contract shall be rescinded under the provision

aforesaid, the contractor shall not be entitled to recover or be paid any sum, for any work therefore

actually performed by him under this contract unless and until the Executive Engineer shall have

certified in writing the performance of such work and the amount payable to him in respect thereof

and he shall only be entitled to be paid the amount so certified.

CLAUSE 4 : ACTION WHEN THE PROGRESS OF ANY PARTICULAR PORTION OF THE

WORK IS UNSATISFACTORY

If the progress of any particular portion of the work is unsatisfactory the Add. City Engineer /

Executive Engineer shall, not withstanding that the general progress of the work is satisfactory in

accordance with Clause 2, be entitled to take action under clause 3(b) after giving the contractor 10

days notice in writing and the contractor shall have no claim for compensation for any loss sustained

by him owing to such action.

CLAUSE 5: CONTRACTOR REMAINS LIABLE TO PAY COMPENSATION, IF ACTION NOT

TAKEN UNDER CLAUSE 3 POWER TO TAKE POSSESSION OF OR REQUIRE OF

OR SELL CONTRACTOR PLANT AND MATERIAL

In any case in which any of powers conferred upon the Add. City Engineer by Clause 3 and 4 hereof

shall have become exercisable and the same not have been exercised, the non-exercise thereof and

such powers shall not constitute a waiver of any of the conditions thereof and such powers shall not

withstanding be exercisable in any future case of default by the contractor for which by any clause or

clauses thereof he is declared liable to pay compensation amounting to the whole of his security

deposit and the liability of the contractor for past and future compensation shall remain unaffected.

41 | P a g e

In the event of the Add. City Engineer taking action under sub clause (a) or (c) of Clause 3, he may,

if he so desires, take possessions of all or any tools, plant, materials and stores in upon the works or

the site thereof of belonging to the contractor or procured by him and intended to be used for the

execution of the work or any part thereof paying or allowing for the same in the account of the

contract rates or in the case of contract rates not beings applicable at current market rates, to be

certified by the Executive Engineer whose certificates thereof shall be final. In the alternative the

Add. City Engineer may be notice in writing to the contractor of his works foreman or other

authorized agent require him to remove such tools plants, materials or stores from his premises

within a time to be specified in such notice and in the event of the contractor failing to comply with

any such requisition, the Add. City Engineer may remove them at the contractor’s expense or sell

them by auction or private sale at the risk and cost of the contractor in all respect, and the certificate

of the Executive Engineer as to the expense of any such removal, and the amount of the proceeds

and expenses of any such sale shall be final and conclusive against the contractor.

CLAUSE 6: FINAL CERTIFICATE

On completion and acceptance of the work by VMC the contractor shall be furnished with a

certificate by the Add. City Engineer of such completion but no such certificate shall be given or

considered to be complete until the contractor shall have removed from the premises on which the

work shall have been executed all scaffolding, surplus materials and rubbish and shall have cleaned

off the dirt from all wood work, doors, windows, walls, floor or other parts, etc.

CLAUSE 7 : PAYMENT ON INTERMEDIATE CERTIFICATE [RUNNING ACCOUNT] TO BE

REGARDED AS ADVANCES

No advances or payments shall be made for any work, estimated to cost/less than rupees equal to

10% of contract value, till after the whole work shall have been completed and a certificate of

completion is given. But in the case of works estimated to the cost more than rupees 10% of the

contract value the contractor shall on submitting a monthly bill therefore, be entitled to receive

payment proportionate to the part of the work then approved and passed by the Executive Engineer

whose certificate of such approval and passing of the sum so payable shall be final and conclusive

against the contractor. All such intermediate payment, shall be regarded as payments by way of

advance against the final payments only and not as payments, for work actually done and completed,

and shall not preclude the Add.City Engineer / Executive Engineer from requiring bad, unsound,

imperfect or unskilled work to be removed and taken away and reconstructed or re erected, nor shall

any such payments be considered as an admission of the due performance of the contract or any part

42 | P a g e

thereof in any respect or the accruing of any claim nor shall it conclude determine or affect in any

way the powers of the Add.City Engineer as to the final settlement and adjustment of the accounts or

otherwise, or in any way the powers of the accounts or otherwise, or in any other way very or affect

the contract. The final bill shall be submitted by the contractor within one month of the date

fixed for the completion of the work, otherwise the Executive Engineer’s certificate of the

measurement and of total amount payable for the work shall be final and binding on

contractor and all parties.

Rates of items paid in running bills are for the purpose of advance payment only and may be revised

[reduced or increased] in the final bill after final evaluation of the quantity of each item.

5% of the Running Bill amount will be retain from every Running bill and will release at the

time of final bill payment. Amount of final bill should not be less than 10% of the work done

value.

CLAUSE 8 : PAYMENT OF REDUCED RATES ON ACCOUNT OF ITEMS OF WORKS NOT

ACCEPTED AS COMPLETED TO BE AT THE DISCRETION OF THE

EXECUTIVE ENGINEER.

The rates for several items of works estimated to cost more that Rs. 1,000/- agreed to within, shall be

valid only when the item concerned is accepted as having been completed fully in accordance with

the sanctioned specifications. In cases where the items of work are not accepted as so completed the

Executive Engineer may make payments on account of such items at such reduced rates as he may

consider reasonable in the preparation of final or on account bills.

CLAUSE 9 : BILLS TO BE ON PRESCRIBED FORM

The contractor shall submit all bills on the prescribed forms. The charges to be made in the bills

shall always be entered at the rates specified in the tender or in the case of any extra work ordered in

pursuance of these conditions, and not mentioned or provided for in the tender, at the rates herein

after proved for such work.

Following documents must be enclosed with the bill otherwise bill will not be accepted. To

avoid delay contractor must make sure that required documents are attached with all bill.

1) Hard copy of Bill in triplicate with one soft copy. (C.D)

2) Release note from PMC and/or TPI.

3) Colour Photographs of progress of work in hard copy (minimum 5”x7” size and on glossy or mat

finished photo paper) and soft copy. (C.D)

43 | P a g e

4) TPI certificate of pipes, valves and flow meter etc. material purchased.

5) Revised updated Bar chart according to actual progress on site.

6) Progress reports as per clause – 19 of Special condition of contract.

7) Material testing Certificate ( if necessary )

Additional documents required for Final Bill

8) As built drawing (plan & L.S.) of pipe line as per clause 23 of General condition of contract.

9) Performance guarantee bond.

CLAUSE 10: WORKS TO BE EXECUTED IN ACCORDANCE WITH SPECIFICATIONS,

DRAWINGS, ORDERS, ETC.

The contract shall execute the whole and every part of the work in the most substantial and workman

like manner, and both as regards materials and in every other respect in strict accordance with the

specifications. The contractor shall also confirm exactly full and faithfully to the designs, and

instructions in writing relating to work signed by the Executive Engineer

And lodge in his office and to which the contractor shall be entitled to have access for the purpose of

inspection of such office or on the site of the work during the office hours and the contractors shall if

he so requires, be entitled at his own expenses to make or cause to be made copies of the

specifications and of all such designs, drawings or instruction aforesaid.

CLAUSE 11 : ALTERATIONS IN SPECIFICATIONS AND DESIGNS NOT TO BE INVALIDATE

CONTRACTS. RATES FOR WOKS NOT ENTERED OR SCHEDULE RATE.

The Add. City Engineer shall have power to make any alteration in or addition to the original

specifications, drawings and instructions that may appear to him to be necessary or advisable during

the progress of the work and the contractor shall be bound to carry out the work in accordance with

any instruction in this connection which may be given to him in writing signed by the Add. City

Engineer / Executive Engineer and such alteration shall not invalidate contract. Any additional work

which the contractor may be directed to do in the manner above specified as part of the work shall be

carried out by the contractor on the same conditions in all respect on which he agreed to do the main

work, and at the same rates as are specified in the tender for the main work. And if the additional

and altered in the tender for the work, and if the additional and altered work includes any class of

works for which no rate is specified in this contract, then such class of works shall be carried out at

44 | P a g e

the rates entered in the Scheduled Rates or at the calculated rates whichever are lower. If the

additional or altered work for which no rate is entered in the Schedule of Rates in ordered to be

carried out before the rates are agreed upon then contractors shall within seven days of the date of

receipt by him of the order to carry out the work, inform the Executive Engineer of the rate which he

is intention to charge for such class of work, and to arrange to carry out in such manner as he may

consider advisable provided always that if the contractor shall commence work or incurred any

expenditure in regard there to before the rates shall have been determined as lastly here in before

mentioned then in such cases, he shall only be entitled to be paid in respect of the work carried out or

expenditure incurred by him prior to such date of the determination of the rate as aforesaid according

to such rates as shall be fixed by the Executive Engineer, in the event of a dispute, the decision of the

Add. City Engineer will be final. Where however, the work is to be executed according the designs,

drawings and specifications recommended by the contractor and accepted by VMC, the alteration

above referred shall be within the scope of such design, drawings and specifications appended to the

tender. The time limit for completion of works shall be extended in the proportion that the increase

in cost occasioned by alterations or additions bears to the cost of the original contract work, and the

certificate of the Executive Engineer as such proportion shall be conclusive.

CLAUSE 12 : NO COMPENSATION FOR ALTERATION OR RESTRICTION OF WORK.

If at any time after execution of the contract documents, the Add. City Engineer shall, for any reason

what so ever, require the whole or any part of the work, as specified in the tender, to be stopped for

any period or shall not require the whole or part of the work to be carried out at all or to be carried

out by the contractor, he shall give notice in writing of the fact to the contractor, who shall there

upon suspend or stop the work totally or partially, as the case may be. In any such case, except as

provided here under, the contractor shall have no claim to any payment or compensation what so

ever on account of any profit or advantage which he might have derived from the execution of the

work in full but which he did not so derive in consequence of the full amount of the work not having

been carried out, or on account of any loss that he may be put on account of materials purchased or

agreed to be purchased, or for unemployment of labour recruited by him. He shall not have also any

claim for compensation by reason of any alteration having been made in the original specifications,

drawings, designs and instructions which may involve any curtailment of the work as originally

contemplated. Where however, materials have already been purchased or agreed to be purchased by

the contractor before receipt by him of the said notice, the contractor shall be paid for such materials

at the rates determined by the Executive Engineer provided they are not in excess of requirements

45 | P a g e

and are of approved quality and / or shall be compensated for the loss if any, that he may be put to,

in respect of materials agreed to be purchased by him, the amount of such compensation to be

determined by the Executive Engineer whose decision shall be final. If the contractor suffers any

loss on account of his having to pay labour charges during the period during which the stoppage of

work has been ordered under this clause, the contractor shall, on application be entitled to any

compensation on account of labour charge as the Executive Engineer, whose decision shall be final

may consider reasonable. Provided that the contractor shall not be entitled to any compensation on

account of labour charges if, in the opinion of Executive Engineer, the labour could have been

employed by the contractor elsewhere for the whole or part of the period during which the stoppage

of the work has been ordered as aforesaid.

CLAUSE 13 : NO CLAIM TO COMPENSATION ON ACCOUNT OF LOSS DUE TO DELAY IN

SUPPLY OF MATERIALS BY THE VMC.

The contractor shall not be entitled to claim any compensation from the VMC for the loss suffered

by him on account of delay by the VMC in the supply of materials entered in the Schedule A, where

such delay is caused by

1. Difficulties relating to the supply of Railway wagons

2. Force Majeure

3. Act of God

4. Act of enemies of the State or any other reasonable cause beyond the control of VMC.

CLAUSE 14 : ACTION AND COMPENSATION PAYABLE IN CASE OF BAD WORK

If at any time before the security deposit is refunded to the contractor, it shall appear to the Add. City

Engineer or his subordinate in charge of the work that any work has been executed with unsound,

imperfect or unskilled workmanship or with materials of inferior quality, or that any materials or

articles provided by him for the execution of the work are unsound or of a quality inferior to that

contracted for, or are otherwise not in accordance with the contract, it shall be lawful for the Add.

City Engineer to intimate this fact in writing to the contractor and then not with standing the fact that

the work materials or articles complained of may have been inadvertently passed, certified and paid

for the contractor shall be bound forthwith to rectify or remove and reconstruct the work so specified

in whole of or in part as the case may require, or if he is required, shall remove the material or

articles so specified and provided other proper and suitable materials or articles at his own charge

and cost; and in the event of his failing to do so within a period to be specified by the Add.

City Engineer in the written intimation aforesaid the contractor shall be liable to pay compensation at

the rate of one per cent on the amount of the contract sum for every day not exceeding ten days,

46 | P a g e

during which the failure so continues, and in the event of any such failure as aforesaid the Add. City

Engineer may rectify or remove and re-execute the work or remove and replace the materials or

articles as complained of as the case may be at the risk and expense in all respect of the contractor.

If the Add. City Engineer consider that any such inferior work or materials as described above may

be accepted or made use of, it shall be within his discretion to accept the same at such reduced rates

as he may fix here fore.

CLAUSE – 15: WORKS TO BE OPEN TO INSPECTION. CONTRACTOR OR REASONABLE

AGENT TO BE PRESENT.

All works under or in course of execution in pursuance of the contract shall at all times be open to

the inspection and supervision of the Add.City Engineer and his subordinates and the contractor shall

at all times during the usual working hours and at all other times at which reasonable notice of the

intention of the Add. City Engineer or his subordinate to visit the works shall have been given to

included. In the specification or other documents forming part of the contract referred to in these

conditions or not and which may be necessary for the purpose of satisfying or complying with the

requirements of the Add. City Engineer as to any matter on which under these conditions he is

entitled to be satisfied or which he is entitles require together with carriage, therefore, to and for the

work.

The contractor shall also supply without charge the requisite number of persons with the means and

materials necessary for the purpose of setting out works, and counting, weighing and assisting in the

measurement or examination at any time of the work or materials, failing this the same may be

provided by the Executive Engineer at the expense of the contractor and the expense may be

deducted from any money due to the contractor under the contract or from his Security Deposit. The

contractor shall provide all necessary fencing and lights required to protect the public from accident

and shall also be bound to bear the expense of defense of every suit, action or other legal

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 costs which may be awarded in any such suit, action

or proceedings to any such persons or which may be with the consent of the contractor be paid in

compromising any claim by any such person.

CLAUSE 16 : SCAFFOLDING, ETC.

The contractor shall provide suitable scaffolds and working platforms, gangways and stairways and

shall comply with the following regulations in connection there with :

(a) Suitable scaffolds shall be provided for workman for all works that can not be safely done

from a ladder or by other means.

47 | P a g e

(b) A Scaffolds shall not be constructed, taken down, or substantially altered except

(I) Under the supervision by competent and responsible persons and

(II) As far as possible by competent workers possessing adequate experience in this kind

of work

(c) All scaffolds and appliances connected there with and all ladders shall

(I) be of sound material

(II) be of adequate strength having regard to the loads and strains to which they will be

subjected and

(III) be maintained in proper condition.

(d) Scaffolds shall be so constructed that no part thereof can be displaced in consequence of

normal use.

(e) Scaffolds shall not be overloaded and so far as practicable the load shall be evenly

distributed.

(f) Before installing lifting gear on scaffolds special precautions shall be taken to ensure the

strength and ability of the scaffolds.

(g) Scaffolds shall be periodically inspected by a competent person.

(h) Before allowing a scaffold to be used by his workman the contractor shall, whether the

scaffolds has been erected by his workman or not take steps to ensure that it complies fully

with the regulations herein specified.

(i) Working platforms, gangways and stairways shall

(I) be so constructed that no part thereof can sag unduly or unequally and

(II) be so constructed and maintained, having regard to the prevailing conditions as to

reduce as far as practicable risk of persons tripping or slipping.

(III) Be kept free from any unnecessary obstructions.

(j) In the case of working platforms, gangways, working places and stairways at a height

exceeding 5 meters.

(I) Every working platform and every gangway shall be closely boarded unless adequate

measure are taken to ensure safety.

(II) Every working platform and gangway, shall have adequate width and

48 | P a g e

(III) Every working platform, gangway, working place and stairway shall suitably fenced.

(k) Every opening in the floor of a building or a working platform shall, except for the time and

to the extent required to allow the access of persons or the transport or shifting of material

be provided with suitable means to prevent the fall of persons or material.

(l) When persons are employed on a roof where there is a danger of falling from a height

exceeding 4 meters, suitable precautions shall be taken to prevent the fall of persons or

material.

(m) Suitable precautions shall be taken to prevent being struck by articles which might fall from

scaffolds or other working places.

(n) Safe means of access shall be provided to all working platforms and other working places.

(b) SHORING AND STRUTTING IN CASE OF EXCAVATION

All type of shoring and strutting, wherever necessary shall be adopted to withhold the face

of earth, so as to avoid the danger of sides to collapse as per the site requirements and

directed by Executive Engineer.

CLAUSE 17 : HOISTING APPLIANCES ETC.

The contractor shall comply with the following regulations as regards the Hoisting

Appliances to be used by him :

a. Hoisting machines and tackle : including their attachments, anchorages and supports, shall

(I) be of good mechanical construction, sound material and adequate strength and free

patent defect; and

(II) be kept in good repair and in good working order.

b. Every rope used in hoisting or lowering materials or as a means or suspension shall be of

suitable quality and adequate strength and free from patent defect.

c. Hoisting machines and tackle shall be examined and adequately tested after erection on the

site and be re-examined in position at intervals to be prescribed by VMC.

d. Every chain, ring, hook, shackle, swing and pulley block used in hoisting or lowering

materials or as means of suspension shall be periodically examined.

e. Every crane driver or hoisting appliance operator shall be properly qualified.

f. No person who is below the age of 20 years shall be in control of any hoisting machine

including any winch or give signals to the operator.

49 | P a g e

g. In the case of every hoisting machine and of every chain, ring, hook, shackle, swivel and

pulley used in hoisting or lowering or as a means of suspension the safe working load shall be ascertained by adequate means.

h. Every hoisting machine and all gear referred to in the preceding regulation be plainly

marked with the safe working load.

i. In the case of hoisting machine having a variable safe working load each safe working load

and the conditions under which it is applicable shall be clearly indicated.

j. No part of any hoisting machine or any gear referred to in regulation above shall be loaded

beyond the safe working load except of the purpose of testing.

k. Motors, gearings, transmissions, electric wiring and other dangerous parts of hoisting

appliances shall be provided with efficient safeguards.

l. Hoisting appliances shall be provided with such means as will reduce to a minimum the risk

of the accident descent of the load.

m. Adequate precautions shall be taken to reduce to a minimum risk of any part of a suspended

load becoming accidentally displaced.

CLAUSE 18 : MEASURES FOR PREVENTION OF FIRE

The Contractors shall not set fire to any standing jungle, trees brushwood or grass without a written

permit from the Add. City Engineer. When such permit is given and also in all cases when

destroying out of a dug up trees, brushwood, grass etc. by fire, the contractor shall take necessary

measures to prevent such fire spreading to or otherwise damaging surrounding property.

CLAUSE 19 : LIABILITY OF CONTRACTOR FOR ANY DAMAGE DONE IN OR OUTSIDE

WORK AREA

Compensation for all damage done intentionally or unintentionally by contractor’s laborer whether

in or beyond the limits of the work site including any damages caused by the spreading of Fire

mentioned in clause 18 shall be estimated by the Executive Engineer or such other officer as the

VMC may appoint and the estimates of the VMC shall be final and the contractor shall have to pay

the amount of the assessed compensation on demand failing which the same will be recovered from

the contractor as damages in the manner prescribed in clause 1 or deducted

By the Add. City Engineer from any sums that may be due to or become due from the VMC to the

contractor under this contract or otherwise. The contractor shall bear the expenses of defending any

action or other legal proceedings that may be brought by any person for injury sustained by him

owing to neglect of precautions to prevent the spread of Fire and shall be also pay any damage and

cost that may be the court in consequence. However in any case VMC cannot be suit under any

circumstances.

CLAUSE 20 : WORKS NOT TO BE SUBLET

50 | P a g e

The contractor shall not be assigned or sublet without approval of the Add. City Engineer and if the

contractor shall assign or sublet his contract or attempt to do so or become insolvent or commence

any proceedings to the adjudicated an insolvent or make any compensation with his creditors or

attempt to do so, the Add. City Engineer may by notice in writing, rescind the contract. Also if any

bribe, gratuity, gift, loan, prerequisite reward or advantage pecuniary or otherwise shall either

directly or indirectly be given, promised or offered by the contractor or any of his servants or agents

to any public officer or person in the employment of or authorized by the VMC in any way relating

to his office or employment, if any such officer or person shall become in any directly or indirectly

interested in the contract, the VMC may, by notice in writing rescind the contract.

In the event of a contract being rescinded, the Security Deposit of the contractor shall thereupon

stand forfeited and be absolutely at, the disposal of the VMC and the same consequence shall ensure

as if the contract had been rescinded under clause 3 hereof and in addition the contractor shall not be

entitled to recover or be paid for any work therefore actually performed under the contract.

CLAUSE 21: SUM PAYABLE BY WAY OF COMPENSATION TO BE CONSIDERED AS

REASONABLE COMPENSATION WITHOUT REFERENCE TO ACTUAL LOSS.

All sums payable by contractor by way of compensation under any of these conditions shall be

considered as reasonable compensation on be applied to the use of the VMC without any reference

to be actual loss or damage sustained and whether any damages had not been sustained.

CLAUSE 22 : EXECUTION OF WORKS

All works to be executed under the direction and subject to the approval in all respect of the

Executive Engineer for the time being, who shall be entitled to direct at what point or points and in

what manner they are to be commenced and from time to time carried on.

CLAUSE 23 : DECISION OF THE VMC TO BE FINAL

Except where otherwise specified in the contract and subject to the powers delegated to the

Engineer-in-charge by the VMC, the decision of the Add. City Engineer for the time being shall be

final conclusive and binding on all parties to the contract upon all question relating to the meaning of

the specifications, designs, drawings and instruction herein before mentioned and as to the quality of

workmanship or material used on the work or as to any other question, claim, right, matter or thing

whatsoever, in anyway arising out of or relating to the contract designs, drawings, specifications

estimates, instructions, orders or these conditions or otherwise concerning the works or the execution

of failure to execute the same, whether arising during the progress of the work or after completion of

abandonment thereof.

51 | P a g e

CLAUSE 24 : WORK ON SUNDAY

No work shall be done on Sunday or Holiday without written permission of Executive Engineer.

CLAUSE 25 : LUMP SUMS IN TENDER

When the estimate on which a tender is made includes lump sums in respect of parts of the work, the

contractor shall be entitled to payment in respect of the items of work involved or the part of the

work in question is not in the opinion of the Executive Engineer capable of measurement, the

Executive Engineer may at his discretion pay the lump sum amount entered in the contract and the

certificate in writing of the Executive Engineer shall be final and conclusive against the contract with

regard to any sum or sums payable to him under the provisions of this clause.

CLAUSE 26 : ACTION WHERE NO SPECIFICATIONS ARE AVAILABLE

In the case of work for which there is no such specification, work shall be carried out in accordance

with the P.W.D. or I.S.I. specifications and in the event of there being no P.W.D. or I.S.I.

specifications the work shall be carried out in all respects in accordance with the instructions and

requirements of the Executive Engineer.

CLAUSE 27 : DEFINITION OF WORK

The expressions “Work” or “Works” whenever used in these conditions shall unless, there be

something in the subject or context repugnant to such construction be constructed to mean the work

or the works contracted to the executed under or by virtue of the contract, where temporary or

permanent and whether original altered substituted or additions.

CLAUE 28 : QUARRY FEES AND ROYALTIES, ETC.

All quarry fee, royalties, octroi dues and ground rent for stacking materials, if any should be paid by

the contractor.

CLAUSE 29 {A}:ACCIDENT OR INJURY TO WORKMAN

1. The contractor to Indemnify the VMC :

The VMC shall not be liable for or in respect of any damages or compensation payable by

law in respect or in consequence of any accident of injury to any workman or other person in

the employment of the contractor or his any sub-contractor and contractor shall indemnify

the VMC against such damages and compensation and against all claims, demands,

proceedings, costs, charges, expenses whatsoever in respect thereof or in relation thereto.

52 | P a g e

2. Payments of Claims and Damages :

VMC have to pay any money in respect of such claims or demands as aforesaid the amount

so paid and the costs incurred by the VMC shall be charged to and paid by the contractor and

the contractor shall not be at liberty to dispute or question the right of the VMC to make

such payments not with standing the same may have been made without his consent or

authority or in law or otherwise to the contrary.

CLAUSE 29 {B} COMPENSATION UNDER WORKMAN’S COMPENSATION ACT.

The contractor shall be responsible for and shall pay any compensation to his workers

payable under the Workman’s compensation Act 1923, VII of 1923. herein after called the

said Act for injuries caused to the workers. If such compensation is paid by the VMC as

principle under sub – section (I) of section 12 of the said Act on behalf of the contractor, it

shall be recoverable by the VMC from the contractor under sub – section (2) of the section.

Such compensation shall be recovered in the manner laid down in the Clause I above.

CLAUSE 30 : MEDICAL AID TO LABOUR

The contractor shall be responsible for and shall pay the expenses of providing medical aid

to any workman who may suffer a bodily injury as a result of an accident. If such expenses

are incurred by the VMC the same shall be recoverable from the contractor forthwith and be

deducted without prejudiced to any other remedy of the VMC from any amount due or that

may become due to the contractor.

CLAUSE 31 : SAFETY MEASURES

The contractor shall provide all necessary personal safety equipment and first aid apparatus available

for the use of the persons employed on the site, shall maintain the following regulations in

connection therewith.

a. The workers shall be required to use the equipment so provided by the contractor and the

contractor shall take adequate steps to ensure proper use of the equipment by those concerned.

b. When work is carried on in proximity to any place where there is a risk of drawing all necessary

equipment shall be provided and kept ready for use and all necessary steps shall be taken for the

prompt rescue of any person in danger.

c. Adequate provision shall be made for prompt first aid treatment of all injuries likely to be

sustained during the course of the work.

CLAUSE 32 : CLAIM FOR QUANTITIES OF WORK ENTERED IN THE TENDER

53 | P a g e

Quantity shown in the tender are approximate and no claim shall be entertained for quantity of work

executed being either more or less than those entered in the tender or estimate.

CLAUSE 33 : NO CLAIM FOR COMPENSATION FOR DELAY IN STARTING THE WORK

No compensation shall be allowed for any delay caused in the starting of the work on account of any

problem related to acquisition of land delay in administrative clearance of work. And for any delay

in according sanction to estimates.

CLAUSE 34 : CLAIM FOR COMPENSATION FOR DELAYING THE EXECUTION OF WORK

No compensation shall be allowed for any delay in execution of the work on account of water

standing in borrow pits or compartments. The rates ate inclusive for hard or cracked soil excavation

in mud sub-soil water, or water standing in borrow pits and no claim for an extra rate shall be

entertained unless otherwise specified.

CLAUSE 35 : ENTERING UPON OR COMMENCING ANY PORTION OF WORK

The contractor shall not enter upon or commence any portion of work except with the written

authority and instruction of the Executive Engineer or of his sub ordinate in charge of the work.

Failing such authority the contractor shall have no claim to ask measurements or payment for work.

CLAUSE 36 : LABOUR LAWS AND SAFETY REGULATIONS

i. No contractors shall employ any person who is under the age of 12 years.

ii. No contractor shall employ donkeys or other animals with breaching of string or thin rope. The

breaching must be at least three inches wide and should be of tape (Nawar).

iii. No animal suffering from sores, lameness or emaciation or which immature shall be employed on

the work.

iv. The Executive Engineer or his agent is authorized to remove any person or animal found working

which does not satisfy those conditions and no responsibility shall be accepted by the VMC for any

delay caused in the completion of the work by such removal.

iv. The contractor shall pay fair and reasonable wages to the workmen employed by him in the contract

undertaken by him. In the event of any dispute arising between the contractor and his workmen on

the grounds that the wages paid are not fair and reasonable the dispute shall be referred without

delay to the Executive Engineer, who shall decide the same. The decision of the Executive Engineer

shall be conclusive and binding on the contractor, but such decision shall not in any way affect the

54 | P a g e

condition in the contract regarding the payment to be made by the VMC at the sanctioned tender

rates.

CLAUSE 37 : ACCEPTANCE OF CONDITIONS BEFORE TENDERING THE WORK

Any contractor who does not accept these conditions shall not be allowed to tender for works.

CLAUSE 38 : ACTS FOR CONTROLLED PRICE

The price quoted by the contractor shall not in any case exceed the control price if any fixed by

government or reasonable price. Which it is permissible for him to charge a private purchase for the

same class and description of goods under the provisions of Hoarding or Profiteering prevention

ordinance 1943 as amended from time to time if the price quoted exceed the controlled price

permissible under Hoarding and profiteering prevention ordinance the contractor shall specifically

mention this fact in his tender along with the reasons for quoting such higher price. The purchase at

his discretion will in such case exercise the right of revising the price at any stage so as to confirm

with the controlled price of the permissible under the Hoarding and Profiteering Prevention

ordinance. This discretion will be exercise with out prejudice to any other action that may be taken

against the contractor. This condition applies to all rules or act for controlled price.

CLAUSE 39 : Taxes, Duties, Octroi, etc.

The rates to be quoted by the contractor must be inclusive of GST, excise, sales tax and all other

taxes, octroi, Vat, etc. present & future taxes be included. No extra payments on this account will be

made to the contractor

CLAUSE 40 : Defect Liability Period

The defect liability period shall be 36 calendar months from the date of final completion and

acceptance of work by VMC. Contractor shall submit performance guarantee bond of 5%

amount of total work for period of Three Years in prescribed format by VMC. The bank

guarantee of nationalized bank shall be given for full defect liability period at a time. During defect

liability period, contractor shall make good any defect whatsoever nature observed in different works

equipment, or in part of plant or equipment by modifying/replacing/repairing of such defective units

or parts there at his own cost within a period of ten days on hearing from owner about such defect

during liability period. In case if contractor’s failure to do so, it will be got done by owner and entire

cost shall be recovered from contractor’s performance guarantee bond in the form of bank guarantee

or other dues with the company.

CLAUSE 41 : ERRORS AND OMMISSIONS

The contractor should take no advantage of any apparent error or omission in drawings or

specifications and the Add.Add.City Engineer should be permitted to make such corrections and

55 | P a g e

interpretations as necessary to fulfill the intent of the plans and specifications. Alterations,

omissions or correction in the drawings, diagrams or sketches or specifications shall not constitute a

case for a claim of extra payment or extension of time by the contractor.

CLAUSE 42: INSURANCE AGAINST ACCIDENT ETC. TO WORKMEN

The contractor shall at his own expense carry and maintain insurance with reputable Insurance

Companies to his satisfaction but in no case VMC will be responsible for any claim arise due to

inadequate amount and or improper provisions of insurance by the contractor under the employees

State Insurance Act, 1949. Workmen’s compensation and Employer’s liability insurance,

Contractor’s protective liability insurance and any other insurance required under law or regulations

from time to time for this contract.

CLAUSE 43 : ADDITIONAL SAFETY CODE

The contractor shall provide all necessary safety provisions as indicated in safety code given along

with this tender.

CLAUSE 44 : FOSSILS ETC.

All fossils, coins, articles or value of antiquity and structure and other remains or things of

geological or archeological interest discovered on the site shall as between the VMC and the

contractor be deemed to be absolute property of the VMC.

CLAUSE 45 : PROGRAMME

The time allowed for execution of works shall be the essence of the contract. The contract period

shall commence from date of notice of intimation to proceed. The tenderer at the time of submitting

his tender shall indicate to the construction schedule his program of execution of work

commensurate with the total time specified. The contractor shall provide the Engineer-in-charge a

detailed program of the time schedule for execution of the works in accordance with the

specifications and the completion date, the entire program to be finalized by the contractor, has to

confirm the execution period mentioned along with the bill of quantities in the tender documents.

The Engineer-in-charge upon scrutiny of such submitted program by contractor, shall examine

suitability of it to the requirement of contract and suggest modifications, if found necessary.

CLAUSE 46 : ALTERATION IN SPECIFICATION AND DESIGN AND EXTRA WORK

A) The Engineer-in-charge shall have power to make any alteration in, omission from, addition

to, substitution for, the schedule of rates, the original specifications, drawings, designs and

instructions that may appear to him to be necessary or advisable during the progress of work and the

56 | P a g e

contractor shall be bound to carry out such altered/extra/new items of work in accordance with any

instructions which may be given to him in writing signed by Engineer-in-charge and such alteration

omission, additions or substitution shall not invalidate contract and any altered, addition or

substituted work shall be carried out by the contractor on the same conditions of contract. The time

for completion may be extended by Engineer-in-charge as may be considered just and reasonable by

him. The rates for such addition, altered or substituted work shall be worked out as under

a) If the rates for addition, altered or substituted work are specified in the contract for work, the

contractor is bound to carry out such work at the same rates as specified in the contract.

b) If the rates for additional, altered or substituted work are not specifically provided in the contract for

the work, the rates will be derived from the rates of similar items or works in the contract of work.

The opinion of Engineer-in-charge as to whether the rates can be reasonably so derived from the

item of contract will be final and binding to the contractor.

c) If the rates of altered, addition or substituted work can not be determined as specified in (a) or (b)

above, the rates shall be paid as per S.O.R. of VMC/GWSSB/PWD in the same of order preference.

In absence of S.O.R., rate analysis approved by the Add. City Engineer shall be final.

d) If the rates of altered, addition or substituted work can not be determined as specified in (a) or (b) or

(c) above, the contractor shall within seven days of the receipt of order to carry out the work inform

the Engineer-in-charge of the rate which he intends to charge for such work supported by rate

analysis and the Engineer-in-charge will determine the rate on the basis of prevailing market rates of

materials, labour cost at schedule of labour plus 15% thereon as contractor’s supervision overhead

and profits. The opinion of Engineer-in-charge as to market rate of materials and the quantity of

labour involved per unit of measurement will be final and binding on contractor. But under no

circumstances, the contractor suspends work on the plea of non settlement of items falling under this

clause.

CLAUSE 47 : TESTS FOR QUALITY OF WORK

1. The contractor shall be required to give satisfactory hydraulic test wherever required and shall

rectify the defects, if any free of cost. The necessary water, power, labour etc. required for the

hydraulic test shall also be arranged by the contractor at his own cost.

2. All workmanship shall be of the best kind described in the contract documents and in accordance

with the instructions of Engineer-in-charge and shall be subjected from time to time to such tests at

contractor cost as the Engineer-in-charge may direct at the place of manufacture or fabrication or on

the site or at any such place. Contractor shall provide assistance, instruments, labour and materials

57 | P a g e

as are normally required for examining, measuring and testing of any work or workmanship as may

be selected and required by Engineer-in-charge.

3. All tests necessary in connection with the execution of work as decided by Engineer-in-charge shall

be carried out at an approval laboratory at contractor’s cost.

4. Contractor shall furnish the Engineer-in-charge for approval when requested or if required by the

specification, adequate samples of all materials and furnished goods to be used in work sufficiently

in advance to permit tests and examination thereof. All materials furnished and finished goods

applied in work shall be exactly as per approved samples.

CLAUSE 48 : PROCEDURE FOR MEASUREMENT OF WORK IN PROGRESS

1. All measurements shall be in metric system. All the work in progress will be jointly measured by

the representative of Engineer-in-charge and contractor’s authorized agent. Such arrangements will

be got recorder in the measurements book by the Engineer-in-charge or his authorized representative

and signed by the contractor or his authorized representative and signed by the contractor or his

authorized agent in token of acceptance. If the contractor or his authorized agent fails to be present

whenever required by the Engineer-in-charge for taking measurements for any reasons whatsoever,

the measurement will be taken by the Engineer-in-charge or his authorized representative not

withstanding the absence of contractor and these measurements will be deemed to be correct and

binding on the contractor.

2. Contractor will submit a bill in approved Performa in duplicate to the Engineer-in-charge of the

work giving abstract and detail measurements of various items executed during a months as mutually

agreed. The Engineer-in-charge shall verify the bill and the claim, as far as admissible.

3. Payment Condition :- The payment of supply item will be released only after laying and fixing

of the same or 75 % of material amount will be paid on submitting insurance as per clause 38

of special condition of contract and third party inspection certificate for the same material

supplied at site under which the owner secure a lieu on these materials and is safeguarded against a

losses due to any reasons whatsoever. Recoveries of advance so made would not be postponed till

the whole item is completed. They shall be adjusted from his running account bills for the work

done as materials are used. The full deductions being made when the items of work in which they

are used are billed when the mode of measurement is not covered by contractor for any item of work

it shall be as per the prevailing practice of CPWD manual.

CLAUSE 49 : TAXES, DUTIES, OCTROI ETC.

58 | P a g e

a. Contractor agrees to and does hereby accept full and exclusive liability for the payment of any and

all taxes including GST, sales-tax, duties, octroi, vat or entry tax etc. not or herein after imposed,

increased or modified from time to time in respect of work and materials and all contributions and

taxes for unemployment, compensation, insurance and old age pension or annuities now or

hereinafter imposed by the central or State Government authorities with respect to or covered by the

wages, salaries or other compensation paid to the persons employed by contractor.

b. Contractor shall be responsible for compliance with all obligations and restrictions imposed by the

labour law or any other law affecting employed-employee relationship.

3. Contractor further agree to comply and to secure the compliance of all sub-contractor with applicable

central, state, municipal and local laws and regulations and requirement. Contractor also agrees to

depend indemnify and hold harmless the owner from any liability or penalty which may be imposed

by central, state or local authority by reasons any violation by contractor or subcontractor of such

laws, regulations or requirements and also from all claims, suits or proceedings that may be brought

against owner arising under growing out of or by reasons of work provided for by this contract by

third parties or by central or State Government authority or any administrative sub-division thereof.

4. At present there is no sales tax on work contract. Even if at later stage same is imposed by Govt. the

sales tax on work contract shall be borne by contractor.

5. The contractor shall pay octroi as per the rate decided by octroi department of VMC.

6. The contractor shall pay all taxes like GST, sales, income tax, VAT, Service tax or any other tax

which are in force time to time. VMC may not be any way hold responsible for any such taxes.

However VMC can ask to produce the tax payment on the request from detail concern departments

of Govt. or VMC.

SAFETY CODE :

(A) In respect of all labour, directly or indirectly employed in the work for the performance of

contractor’s part of this agreement, the contractor shall at his own expense arrange for all the safety

provision as per safety code of C.P.W.D. and hand book on construction safety practice SP-70-2001

and building & other construction workers

(Regulation of Employment & Condition of Services) Act 1996. The contractor shall serve and

abide by all fire and safety security rules and regulations of the VMC.

(B) First Aid and Injuries

1. Contractor shall maintain first aid facilities to his employees and those of his sub-contractors.

59 | P a g e

2. Contractor shall make outside arrangement for ambulance service and for the treatment of injuries.

Names of those providing these services shall be furnished to VMC prior to start of construction and

their telephone numbers shall be prominently displayed in contractor’s field office.

3. All critical injuries shall be reported promptly to VMC and copy of contractors report covering each

personal injury requiring the attention of a physician shall be furnished to VMC.

( C ) Contractor’s Barricades

1. Contractor shall erect and maintain barricades required in connection with his operation to guard or

protect.

a) Excavations

b) Hoisting Areas

c) Areas adjudged hazardous by contractor’s or VMC’s inspectors.

1. VMC’s existing property subjected to damage by contractor’s operations.

2. Rail road unloading spot.

3. Contractor’s employees and those of his sub-contractors shall become acquainted with

VMC’s barricading practice and shall respect the provisions thereof.

4. Barricades and hazardous areas adjacent to but not located in normal routes of travel shall be

marked by red lanterns.

5. Contractor shall have to make all the arrangement to cover and protect the equipment and

panels stored at work site or installed and which are likely to be damaged due to this work.

Penalty : Penalty for no barricading shall be Rs. 200 per Rmt per day.

d) Scaffolding

The contractor shall provide suitable scaffolds and working platforms, gangways and stairways as

per the conditions laid down in clause no. 16(a) of the general conditions of the contract.

(e) Excavation and Trenching

1. All trenches 1.25 m or more in depth, shall at all times be supplied with at least one ladder for each

30 m length or fraction thereof. The ladder shall be extended from the bottom of the trench to at

least 1 meter above the surface of the ground. The side of the trench which are 1.5 meter or more in

depth shall be stepped back to give suitable slope, or securely held by timer bracing, so as to avoid the danger of sides to collapse.

2. The trenches which are 1.5 meters or more in depth shall be provided with necessary shoring and

strutting or timber bracing, so as avoid the danger of sides to collapse and to withhold the face of earth.

3. The excavated material shall not be placed within 1.5 meter of the edge of the trench or half of the

trench whichever is more.

4. Cutting shall be done from top to bottom. Under no circumstances undermining or undercutting be

done.

60 | P a g e

(f) Demolition

Before any demolition work is commenced also during the process of the work.

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

2. No roads cable or apparatus which is liable to be a source of danger over a cable or apparatus used

by the operator shall remain electrically charged.

3. All practical steps shall be taken to prevent danger to persons employed from risk of fire or

explosion or flooding. No floor, roof or other part of the building shall be so overloaded with debris

or materials as to render it unsafe.

All necessary personal safety equipments as considered adequate by the Executive Engineer should

be kept available for the use of persons employed on the site and maintained in a condition suitable

for immediate use and the contractor should take adequate steps to ensure proper use of equipment

by those concerned as per the clause (30) of General Conditions of the Contract. To ensure

effectively enforcement of the rules and regulations relating to safety precautions, the arrangements

made by the contractor shall be opened to inspection by the welfare officer, Safety Engineer or

Executive Engineer of the VMC or their representatives.

4. No roads cable or apparatus which is liable to be a source of danger over a cable or apparatus used

by the operator shall remain electrically charged.

CLAUSE 50 : THIRD PARTY INSPECTION

All the DI pipes, CI pipes, M.S. pipes, H.S. pipes, Valves and Flow meter ,Pumps etc. shall

be subjected third party inspection appointed by VMC only with their test certificates satisfying the

IS requirements. Third party inspection charges for all above material shall be born by the

contractor.

If VMC/ PMC/ TPI Engineers intend to witness the testing at manufacturer’s works or at

FCRI, Entire expenses of said testing, including to & fro traveling by Air, lodging and boarding etc.

of maximum Two VMC/ PMC Engineers and 1 Third Party Inspector shall be borne by the bidder.

CLAUSE 51 :

The contractor shall have to check actual requirement of pipes/ Specials/ material on site, before

placing the order for supply. VMC will neither be responsible for excess quantity to the actual

requirement on site nor delay in the actual supply requirement.

61 | P a g e

CLAUSE 52 : METHOD OF PAYMENT

Payment to Contractor shall be done by using cashless transactions by VMC, Contractor are required

to provide theire KYC and other bank details so that necessary payment can be updated on their

account. Bidders/Contractors are to maintain cashless transactions with all theire staff’s, Engineers,

Subcontractors, Vendors etc. They are also to maintain cashless transactions with labourers whether

permanent or temporary. All Transactions shall be made as per annexure-1.

CLAUSE 53 : LOCAL LABOUR FROM EMPLOYMENT EXCHANGE

The Bidder/operator should, as far as possible, obtain his requirement of labourers, skilled and

unskilled from the nearest Employment Exchange so as to utilize the local employment potential. If

there are no local Employment Exchange or such exchanges are not able to provide the required

labourers locally, suitable labourers should be utilize to the maximum extent possible.

CLAUSE 54 : FAIR WAGES

If a Bidder/operator fails to pay within “7” (seven) days to the labourer(s)/ worker(s) the minimum

wages prescribed by the Government under the Minimum Wages Act, 1948 as in force from time to

time, the Engineer-In-Charge, VMC shall be at liberty to deduct the amount payable to the laborer(s)/

worker(s) from his (Bidder/operator’s) bills or deposit(s) payable by the Bidder/operator after making

due inquiries and establishing the claim(s) of the laborers(s) /worker(s). The Bidder/operator shall not

be entitled to any payment or compensation on account of any loss that he (Bidder/operator) may have

to incur on account of the action as aforesaid is enforced. Before the action as aforesaid is enforced a

notice in writing to the Bidder/operator shall be issued by the Engineer-In-Charge, VMC, regarding

wages as per Minimum Wages Act in force at the relevant time. If the Bidder/operator does not act as

aforesaid within seven days, then the action contemplated as above shall be taken against him/her.

CLAUSE 55 : SHED FOR MATERIALS

The Bidder/operator will have to construct shed for storing materials with locking arrangements. The

materials will be taken for use in the presence of the departmental persons. No material will be

allowed to be removed from the site of work.

CLAUSE 56 : LIST OF MACHINERY

The Bidder/operator shall also give a list of machinery in his possession and which he proposes to

use on the work.

62 | P a g e

VADODARA MUNICIPAL CORPORATION

SECTION – 6

SPECIAL CONDITIONS

OF CONTRACT

63 | P a g e

SPECIAL CONDITIONS OF CONTRACT

GENERAL

(A) Special conditions of contract shall be read in conjunction with General Conditions of Contract

Material and job Specifications, Drawings and other documents forming part of this contract.

(B) Now withstanding the sub-division of the documents into the separate sections and volumes every

part of each shall be deemed to be supplementary to the complementary of every other part and shall

be read and into the contract so far as it may be practicable to do so.

1. All the materials required for the contract should be brought and well preserved well in

advance. Samples of the same should be shown and got approved in the very beginning. As

soon as material are brought they should be examined, if material is not as per specifications

it should be removed from site.

2. EXTRA ITEMS : This specified in clause no. (14) of General Conditions of Contract :

No extra items be paid within the present scope of work with drawings or details,. If

however, the tenderer feels that there is any extra item, he may write in his forwarding letter

each item, its quantities and cost. For the purpose of comparison and evaluation, this will be

considered and award of work may be made or not made considering these. Later on if any

change is required by the VMC before executing the items, a claim be made by the

contractor pointing out the exact extra item as desired by them, total quantity and amount.

This item be executed only after written sanction of the VMC, if the contractor still claims it

as extra item in absence of any such written claims before execution of that item or if such

claim is rejected, it will be deemed to be contained in regular items of tender and not an

extra one. Rate of extra item, if any, will be settled on the basis of rates tendered by the

contractor and VMC schedule of rates. Rate analysis will be prepared and after inquiry of

labour and materials, the rate shall be decided. This calculated rate will be arrived after due

rate analysis by considering market rates of the labour and material with contractor’s profit

added to such cost thus arrived at. Contractor shall have to produce vouchers to support the

rate analysis.

3. Every tender should be accompanied with a time schedule of progress of work at various

stages. In case these stages are not followed up, actions as stated in the contract will have to

be taken to bring the progress of work as scheduled.

64 | P a g e

4. The tendered shall have to work as per the time schedule enclosed in the tender. The

progress of work will be required every month against target set in time schedule. If it is

found inadequate or falling behind, contract shall take all the necessary actions as suggested

by the “Executive Engineer” to accelerate the speed of work and again back the lost time. In

case of contractor not complying suggestions and instructions of Executive Engineer to

speed up the work, the VMC will have a right to take action as per General Conditions of

Contract Clause (2) and (3).

5. SUB-LETTING:

(1) No sub-letting of work

i) No part of the contract nor any share of interest there in shall in any manner or degree be

transferred, assigned or sub-let by the contract directly or indirectly to any person, firm or

corporation whomsoever except as provided for in the succeeding sub-clause without the

consent in writing of the Add. city engineer.

ii) Sub-contract for Temporary Works Etc.

The City Engineer may give written consent to sub-contract for the execution of any part of

the works at the site, being entered into by the contractor provided each individual sub

contract is submitted to the city engineer or his subordinates before being entered into and

approved by him.

iii) List of sub-contractors to be supplied:

At the commencement of every month the contractor shall supply to the Executive Engineer

list of sub-contractors or other persons or firms engaged by the contractor and working at the

site during the previous month with particulars of the general nature of the sub-contracts of

works.

iv) Contractor’s Liability not Limited by Sub- Contractors :

Not withstanding any sub-letting with such approval as aforesaid and not withstanding that

the Executive Engineer shall have received copies of any sub-contracts, the contractor shall

be and shall remain solely responsible for the quality and proper and expeditious execution

of the works and the performance of all the conditions of the contract in all respect as if such

sub-letting had not taken place and as if such work had been done directly by the contractor.

v) VMC may terminate sub-contracts :

If any sub-contractor engaged upon the works at the site executes any work which in the

opinion of the Executive Engineer is not in accordance with the contract documents, the

VMC may be written notice to the contractor require him to terminate such sub-contract and

the contractor upon the receipt of such notice shall terminate such sub-contract and dismiss

65 | P a g e

the sub-contractors sub the letters shall forthwith leave the works., failing which the VMC

shall have the right to remove such sub-contractors from the site.

vi) No remedy for action taken under this clause :

No action taken by the VMC under the clause shall receive the contractor or any of his

liabilities under the contractor or give rise to any right to compensation, extension of time or

otherwise, failing which the owner shall have the right to remove such sub-contactors from

the site.

6. Inconvenience to the Public :

The contractor shall not deposit materials on any site which will cause seriously

inconvenience to the public. The Executive Engineer may require the contractor to remove

any material which are considered by him to be a danger or inconvenience to the public or

cause them to be removed at the Contractor’s cost.

7. Approach Roads :

Contractors will be permitted to use the existing roads in the areas for the purpose of

transporting labourers and materials etc. The VMC, however, will not undertake to provide

any approach road to the site of works. It shall be entirely the responsibility of the

contractor to provide and maintain such temporary roads at his own cost for the purpose of

movement of men, materials, and equipment. Layout of such approach roads shall be

submitted to the Executive Engineer for his approval before undertaking the construction of

the same.

8. Supply of Materials :

The contractor is required to keep himself in touch with the Executive Engineer for the day-

to-day position of supply of materials to be supplied by owner, so as to adjust the program of

work accordingly in advance to avoid his labour remaining idle on account of non-receipt of

materials. No claim of extra payment due to or arising form delay in supplying the materials

by the Owner shall be entertained, but a reasonable extension of period of contractor may be

considered if found justified. This is specified in clause no. (14) of General Conditions.

9. Water Supply to Contractors:

The contractors shall make his own arrangement of water required for construction, site

office and labour camp. Contractor shall make arrangement for receiving, storage and

distribution of water as per established norms and practice. VMC shall not entertain any

claim of contractor for delays resulting on account of inadequate or irregular water supply.

66 | P a g e

Certified plumbers should be employed by the contractor on the work for all the temporary

sanitary and plumbing works.

10. Contractors Stores and Site Office :

If Suitable area near the site of work is available, it shall be allocated free of rent to the

contractor for storing his equipment plant, materials, etc. and for his site office. If suitable

site near site of work is not available, the contractor should prepare site office away from the

site of the work at his own cost as per the direction of the Executive Engineer.

11. Rates to Include Everything :

The rates quoted in the tender should include all charges for hired, if necessary, of any tools,

and plant, temporary plumbing, water connection, maintenance of sanitary and water

connection, supply of water, cost of cisterns, overhead storage tanks, sheds for materials, his

labour and plant office and staff, charges for getting electric connections and maintaining the

same, clearing the site, watering rolling etc. as specified. The rates shall be inclusive of

octroi duty and any other duties and / or levied, by the Government or public body or body

corporate.

12. Supply of Plant and Equipment Materials and Labour

The contractor shall make his own arrangements to produce all construction plant and

equipment for his work. He shall also forward along with tender a list of type and number of

the equipment with their capacities in good working condition which he will use at site to

ensure completion of the work in specified time.

All materials, construction plants and equipments, etc. once brought by the contractor on the

site are not to be removed from there without the written authority from the Executive

Engineer. Also, the contractor shall have adequate stock of spare parts for the equipment on

the site and work shall not be delayed on this account. Similarly all enabling work built by

the contractor for the main construction undertaken by him are not be dismantled and

removed without the written authority from the Executive Engineer. Thus contractor shall at

his own expenses supply and provide all the construction plant, temporary works materials

both for temporary and for permanent works, labour (including the supervision thereof),

transport to or from the site and in and about the works and other things of every kind

required for the construction, completion and maintenance of the works.

13. Rubbish and Clearance of Site :

The contractor shall clean away all rubbish, vegetation, roots, sods etc. and dump them in

the area indicated by the Executive Engineer and to his satisfaction. No separate rate shall

be allowed for the above. After the work is completed and a group of structures handed

67 | P a g e

over, the contractor shall clear the area surrounding the work of all hutments, temporary

structure and excess stores and remnants of building materials such as brickbats, sand,

kapachi, timber, steel etc. at no extra cost the VMC and land brought to its original

conditions.

14. Bench Marks

The contractor shall protect surveyor’s bench marks line marks and base line marks from

damage of movement during the work.

15. Inspection

The contractors shall inspect the site of work and ascertain site conditions and the nature of

soil to be excavated.

16. Execution of Works :

The contractor is responsible for the correct execution of his work in accordance with the

drawings provided to him and for all mistakes due to working to wrong levels or center

lines. When levels, center lines and bench marks of reference have been once given to him

by the Executive Engineer in writing, it is his responsibility to record, protect and maintain

the said marks, and to work to the same, and no complains can afterwards be attended to for

excess work done inconsequence of such levels not having been kept up and maintained by

the Contractor.

17. The contractor shall obtain the permission of the Executive Engineer before installation of

fixed construction machineries, connections from pipelines, locations of temporary buildings

including labour camps and storage materials, points of tapping electricity supply of

connection. Also the contractor shall not energize any approval of the Executive Engineer.

18. The work shall be carried out in such a manner as not to interfere with or affect, retard or

disturb the progress of other works being executes by other agencies.

19. The contractor shall submit weekly progress report (comprising day to day progress)

to the Executive Engineer in prescribed Performa& give information regarding the

progress of work (with approximate quantity of work) being carried out by him.

20. The contractor shall provide at his own cost adequate closets (Toilet) and sanitary

accommodation for all his workman employed on the site. These shall be in accordance

68 | P a g e

with the rules and regulations of the owner. The lavatories and sanitary accommodation

shall be maintained in good sanitary, working and disinfected conditions.

21. The contractor shall not allow any visitors on the works except with the approval of the

owner.

22. If the headquarters of the tenderer are elsewhere than in Baroda, he shall have a duly

authorized agent at site from the commencement of work until completion of the building

work as specified. Such agent shall be authorized to act on behalf of the contractor, to

accept services of notices under the contract and agree to extra, omissions and varied items

of work and rates for the same. Such agent shall maintain on his staff a qualified engineer

and such other personnel as may be required for the efficient execution of the work. Any

notice under the contract shall be deemed to have been serviced on the contractor is served

upon such agent. The contractor to carry out any rectification under the terms of the

contractor after the work is completed. The contractor shall have the same or another duly

authorized are using carried out. This is specified in clause no. (15) of General Conditions.

23. The successful tenderer shall send a duly authorized competent representative at his

expenses to meet the City Engineer at his office whenever called upon in writing to do so by

the City Engineer and any instructions, directions or explanations given by the City Engineer

to such representatives shall be held to have been given to the successful tenderer.

24. The contractor shall afford facilities to the Executive Engineer for a physical check of such

materials in stock in his godowns or at the site of work, as and when desired by doing so the

Executive Engineer.

25. During the progress of the construction work, if in the drawings, diagrams and the sketches

issued if any to the contractor for the purpose of execution of work any omissions or

inaccuracies are found by the contractor, he shall bring the same forthwith to the notice of

the Executive Engineer and get them clarified immediately.

26. Cement, Steel, Water-power and other material required for construction shall be produced

by contractor from open market. Contractor shall identify potential sources of material and

shall make arrangements for adequate and time bound supply of these items. Contractor

shall have to get the supply sources and material approved by Executive Engineer before

69 | P a g e

bringing material to site. No extension of time shall be granted for completion of work on

account of delays resulting due to non-availability of material, work, electricity etc. at site.

27. Use of animals is prohibited.

28. Contractor must keep a competent and experienced and qualified Civil Engineer with

experience or as directed by the City Engineer to get best workmanship and day-to-day

progress.

29. All the materials and the workmanship shall be the respective kind described in the contract

and in accordance with the Executive Engineer instructions and shall be subjected from time

to time, such tests as the Executive Engineer may direct. The costs of such tests shall be

borne by the contractor. No extra claim will be entertained for the materials, transport,

labour, curing, preservation and supply of test samples of interests and size and shape as

directed by the Executive Engineer.

30. The contractor shall maintain an up to date record register i.e. Material register, Cement

consumption register, Concrete cube test register, Reinforcement Steel consumption register,

work executed day-to-day register and all necessary record maintained by contractor as per

given instructions by the Engineer in charge.

31. A work order register which will also be called site instruction book will be kept as site by

contractor wherein the day-to-day instruction will be noted down by the Executive Engineer

or his subordinate in charge of work. The violation of the instructions written by the

Executive Engineer or his subordinate in charge of the work will be severely viewed. The

obedience and strictly followed up of the instructions will be obligatory on the part of the

contractor.

32. The VMC shall also deduct from running bills submitted by the contractor an amount

equivalent to 2% or as applicable from time to time of the total amount of each of such

running bills towards income tax at source under the relevant provisions of Income Tax Act.

33. The contractor shall indemnify the VMC and every member and officer and employees of

the VMC against all the actions, claims, demands, costs and expenses whatsoever arising out

of or in connection with the matter referred to in the above clause. The contractor shall be

liable to reimburse the VMC and keep indemnify the employer in respect of all actions,

70 | P a g e

claims, procedures, demands, cost expenses which the VMC may have to incur on account

of default of the contractor under the above clause.

34. The VMC will be entitled to deduct from the bills to be paid to the contractor any sum or

sums payable by the contractors and which sum the VMC in required to pay as a principle

employer on account of default of the contractor in respect of all liabilities referred to in

above clause.

35. Force Majure

If the performance of the agreement arising out of the acceptance of the tenderer, quotation

of the tenderer by the VMC, is prevented or delayed or interfered with by any act of nature,

wars, act of enemy, blockades, embargo, insurrections, riots, political or commotions,

strikes, lockouts, acts of Government or other industrial disturbance, explosions or any other

cause whether enumerated or otherwise not within the reasonable control of the tenderer or

VMC, all of which by the exercise of due diligence is unable to foresee or overcome the

Tenderer or the VMC shall not be held responsible for the non-performance of such

agreement or prevention, delay interference or suspension in the performance of such

agreement any thereof should bone or both the parties to such agreement be prevented from

fulfilling the contractual obligation by a state of force Majure lasting continuously for a

period of three months, both the parties shall consult with other regarding the future

implementation of such agreement.

For the force Majure that lasts for less than three months, the agreement shall remain as it is

and suitable period equipment to time of force Majure shall be added in to total time limit

for performance of the contract.

36. Defect Liability Period

Form the date of issue of completion and acceptance certificate a period of thirty six

calendar months shall be consider as Defect Liability period. Contractors Liability for this

period shall be described in Clause 40 of General Conditions of Contract.

37. Sole Arbitrator

Municipal Commissioner, VMC shall be the sole Arbitrator. For any disputes & differences

of any kind arising out of or in connection with the contractor or the carrying out of the

71 | P a g e

works during the progress of the works or after their completion shall be referred to &

settled by Municipal Commissioner, VMC. The decision of the Municipal Commissioner

shall be final & binding to both parties.

38. Insurance

The contractor shall take full responsibility for loss damages and the care plant and works

until it is delivered to site, erected, commissioned and taken over by the owner. Without

limiting such responsibility, the contractor shall, in the joint names of the contractor and the

owner, to protect himself and the interest of the owner, insure the plant and each part thereof

for their full value for the period of 180 days or until they have been taken over whichever

is higher. The contractor alone has to bear the premium / other expenditure for such

insurance. Such insurance shall cover the equipment against loss, damages or destruction by

fire, lighting, earthquake, thefts, perils of the sea of by any cause whatsoever, throughout the

duration of the contract. The contractor shall deposit the policy or policies and receipts for

the premium paid with the owner. All money received under any policy shall be applied in

or towards the replacement and repair of the loss or damage. The insurance must include

provision for payment of foreign currency as may be necessary in respect of any claim.

The work specified in the Tender for works expires taking into consideration the extension

of time, if any, for completion of the work, granted under the relevant clause of the

conditions of the contract in cases other than those where such extension as necessitated on

account of default of the contractor. The decision of the City Engineer as regards the

Operative period of the contract, shall be final and binding on the contractor.

39. Special Condition

Incase if the place of construction and/or alignment of pipe line is required to be change by

Corporation, the successful tenderer shall have to execute these works at new place at the

same rates and conditions without any cost to corporation.

40. Contractor shall liable to comply all queries raised by T.P.I. / P.M.C. agency appointed

by VMC for good quality and better progress of work. Contractor shall inform T.P.I.

and / or P.M.C. agency Before starting the work all time.

41. Cashless payment condition

As per the announcement of Government of India, to make the entire economic system

Cashless & to promote Digital Transaction VMC has published circular no. 21/2016-17 dtd.

72 | P a g e

24-12-2016, all contractors, service providers, Men power out sourcing agency must make

all payments to their employee, labour etc. by cashless system labour contractors in their

Bank account.

42. Contractor should submit their Labour’s & worker’s information with photograph and photo

ID proof to nearby police station.

SPECIAL CONDITIONS FOR ELECTRICAL MECHANICAL &

INSTRUMENTATION WORK

1.0) The bidder must engage minimum one full time qualified, experienced and graduate

Electrical Engineers who will remain present at all time during progress of work& he has to

specify the engineer’s name on their payroll, which will remain available during execution

of work on same site.

2.0) Tenderer has to supply all the Electrical and Mechanical equipments with accessories as per

technical specifications and where ever available with ISI/ISO mark.

3.0) The Vadodara Municipal Corporation is very keen and conscious for energy saving activities.

One of the effort is to have design of pumps actually suiting to site conditions so that

efficiency loss do not occur at site due to different site conditions. Therefore, it is very

important to pay attention towards selection of duty point right at the design stage.

4.0) Please note that, besides pump performance, the system performance is expected. Hence,

audit shall be done for complete system performance. The bidder is expected to suggest the

system changes, if any, for improving system energy performance, right at initial stage

and correct/modify it (if any) during the execution stage so that system efficiency can be

maintained as guaranteed.

5.0) If the pump head is not in defined range i.e.+10% and- 10% of duty point, the contractor

shall modify any part of Bowl assembly or complete replacement of Bowl assembly as per

there quired system head to get maximum efficiency without any extra cost to VMC.

6.0) The Tenderer shall give guarantee of twelve months for all Electrical and Mechanical

equipment after date of commissioning and load test and safe & successful trial of all the

equipment.

7.0) The contractor shall make necessary storage arrangement for all items (one by one) supplied

require for project, Security of all supplied equipment will be arrange by contractor till

completion of whole SETC project, for that require security staff shall also be provided at his

own cost and risk till completion of whole SETC project, otherwise any item/equipment

stolen, misplace or created damages, contractor must necessary arrangement for re-supply

and/or repair of the same item/equipment at his own cost and risk.

73 | P a g e

8.0) Contractor will be responsible for any damage created during transportation and loading-

unloading for SETC work, if found that require rectification/replacement immediately to be

done at contractor’s cost and risk.

9.0) Contractor will be responsible for any accident during SETC work, if found all require

arrangement immediately to be done at contractor’s cost and risk.

10.0) In case of any dispute in execution of work, specification, terms and conditions, the decision

of the Municipal Commissioner shall be final and binding to the contractor.

11.0) Penalty for delay in supply, erection, testing and commissioning will be at the rate of 0.5 %

of the contract value per week. Subject to maximum up to 10 % of the contract value.

12.0) The quantity shown in tender documents are minimum for evaluation purpose only. The

contractor is adviced to visit and observe the said site for actual quantity or measurement before

quoting the rates. The rates quoted by Tenderer shall be on turnkey basis including all material,

equipments required up to final commissioning, testing. Inclusive of all govt. taxes,

S.T.,VAT,excise, octroi, duties and levies etc. No extra payment on this account will made to

the contractor.

13.0) The contractor is requiring giving rates of all the items shown in the different price schedule

attached with the tender. This is requiring for maintenance of books of accounts and part

payment shall be made considering these rates only. However tender shall be allotted

considering total price in the summary of price schedule.

14.0) All items of supply shall be of relevant ISI or ISO whichever is applicable or as specified

and the work done shall be with standard practices of Mechanical & Electrical engineering. All

necessary equipments required for erection shall be arranged by the contractor, and Electrical

work shall be carried out as per Electricity Rules. Workmanship of both Electrical and

Mechanical work shall be guaranteed for one year from the date of commissioning.

15.0) The contractor should enclose documents to show about his previous experience of having

successfully completed in the recent past the work executed together with the tender.

16.0) Test certificate of the material to be supplied shall be given at the time of supply of material.

17.0) Tenderer shall attach performance curve and detail foundation drawing of the pump sets.

18.0) Performance curve of the Pumps i.e. for Pump flow v/s Head, Flow v/s efficiency, Flow v/s

NPSHr, Speed v/s Head, Flow, Efficiency with suitable scale for reviewing the curve easily, all

curve and data sheet of pump set.

19.0) Submission of a tender by a tenderer shall mean that he has read this notice and contract

documents and has made himself aware of the scope and specifications of the work to be done

and of conditions and nature of required quantities of materials stores, tools and plants etc. that

may be required by him in carrying out the work and of local conditions and laws and bylaws

74 | P a g e

of the Government, Vadodara Municipal Corporation and other factors bearing influence on the

execution and cost of the works.

20.0) The contractor shall provide all necessary materials equipments, labor and technical staff,

Engineer etc. for erection, testing and commissioning work at his cost and risk till completion.

Contractor shall have to take necessary insurance cover for his personnel (for example CAR

policy).

21.0) Advance payment terms shall not be granted.

22.0) The Tenderer shall initial all the pages of the tender.

23.0) The contractor should have to get complete installation approved by electrical inspector

before handing over to Corporation. Necessary charges for the same shall be borne by the

contractor

24.0) The test certificate of electrical installation approved by electrical inspector should be

furnished by the contractor.

25.0) No work shall be done on Sunday or holidays without prior permission of the Engineer-in-

charge.

26.0) Only electrical licensed contractor shall be allowed to quote the tender. Copy of valid

licensed contractor is to be attached along with the tender.

27.0) Any deviation in the terms and conditions and technical specifications shall not be allowed.

28.0) The other material like cables and other electrical/mechanical goods, chain pulley block, Fire

Extinguisher etc. shall be supplied with manufacturer’s test certificate wherever available. The

supplier shall have to provide all testing facility to the inspecting agency at free of cost. If such

testing facility is not available with the supplier in that case the inspecting agency will send it to

other laboratory for testing and the charge of the same shall be borne by the supplier.

29.0) Earthing arrangement (double earthing system) shall be done by using copper plate and GI

strip at appropriate size as mention in price schedule Bus bar (copper material) capacity as per

tender terms.

30.0) Motor must have its winding should be of class-“F or H” insulation winding and IE3 class

motor.

31.0) Indicating lamp shall be acceptable either filament type or L.E.D. type.

32.0) Every starter panel shall be with Multi-Function Meter.

33.0) The panels shall be made of sheet steel of 2mm thickness.

34.0) The Nut-Bolt shall be supply with G.I. or zinc plating of suitable length and high tensile

strength.

35.0) Capacitor shall be supply with fuse and M.C.B. arrangement.

75 | P a g e

36.0) Necessary civil work for installation of L.T. Panel, Starter, cable laying, pipe laying etc. in

the scope at contractor.

37.0) “Payment terms against delivery”, if represented in tender shall be put before competent

authority for approval.

38.0) The place of erection of Chlorine plant, Sump level, display unit of flow meter etc. will be

decided by Engineer-in-charge.

39.0) All electrical installation work shall be carried out as per Electricity rules and regulations.

Contractor shall make all necessary arrangements for inspection of the installation from IMP

division including necessary drawings and certificates at his cost and risk for approval and

arrangement of compound with door covering 11kv DP Structure as per Electricity rules and

regulations.

40.0) L. T. cable between L. T. Panel and Soft Starter shall be used having 3.5 core at suitable size

instead at 3 core cable.

41.0) All capacitor shall be supplied & immediately install with suitable distributed KVAR rating as

per site requirement in such a way that for achieve power factor closure to unity as per

MGVCL standard and MGVCL’s test certificate. After all installations of capacitors if power

factor will be measure not closure to unity ( i.e. between 0.98 to 1.00) contractor must have to

take necessary improvement immediately, otherwise if found due to lack of sufficient effort

for achieving require power factor, penalty charged by MGVCL the same amount will be

deducted from running bill.

42.0) Vendor list is published with the tender if, any changes in the name of company by means of

joint venture or sale or other means is happened in that case the new name shall be considered.

43.0) Any revision or amendment in the IS code shall be considered and items shall be supplied with

prevailing IS code at the time of supply.

44.0) VMC will appoint Third Party agency for inspection of all materials and equipment including

major electrical mechanical items for works to be carried out at site, the charges shall be paid

by the VMC. The charges for inspection & testing for TPI of major mechanical and electrical

item (Like Pump set, LT panel, HT panel, Soft Starter & its penal, APFC penal, Transformer,

Flow meter, Sluice valve, CI pipes & fittings, dual plat check valve, Zero Velocity Valve,

expansion bellows etc) which will be carried out at manufacturer’s site will be borne by

Contractor. The representative of VMC will be present at manufacturer’s site at the time of

Third Party Inspection. Contractor has to arrange for Flight tickets for two persons. All the

testing charges of equipment/ machineries and the transportation, lodging and boarding and

any other relevant expense of the team of Vadodara Municipal Corporation which may

consist maximum 2 personals shall be borne by the contractor.

76 | P a g e

45.0) ARBITRATION CLAUSE: In case of all the disputes, decision of the Municipal

Commissioner shall be final and binding to the bidder& Municipal commissioner shall be the

sole arbitrator. Additionally, arbitration and legal matters/proceedings associated within this

scope/tender shall be subject to Vadodara Court’s Jurisdiction only.

46.0) Errors and Discrepancies in Tenders Should the Schedule of quantities and Rates submitted

with the tender be found to contain errors, or discrepancies, the Owner / City Engineer will not

permit any bidder to change the substance or price of his bid after the bid opening. In case of

discrepancy in the quoted rate and the corresponding amount the rate quoted in words in all

cases shall govern. Also the bidder will not be permitted to correct or withdraw material

deviations or reservations once bids have been opened.

47.0) The Bidder shall be considered to have visited the site of work, fully acquainted himself with

the local situations regarding materials, labor and other factors pertaining to work and studied

the plans and estimates before submitting the tender. Bidder must have to upload confirmation

for site visit along with tender documents.

48.0) Miscellaneous items for carrying out SETC work shall be arranged by contractor. No extra

payment for this miscellaneous items will made to the contractor.

49.0) Contractor must visit before supply the material for the site review to evaluate actual required

quantity of material especially for cable, pipeline and fittings (Like flanges, bend, tee, reducer

etc.) items.

50.0) In the event of any discrepancy in the several documents forming the contract or in any one

document, the following order of precedents should apply; Dimension and quantities : (1)

Drawings (2) Price Bid of the Tender form (3) specification and drawings, figured dimensions,

unless obviously incorrect, will be followed in preference to scaled dimensions.

Description: (1) Price Bid of the Tender form (2) Drawings (3) Specifications. In the case of

defective description or ambiguity, the Engineer-In-Charge, VMC shall be entitled to make

corrections and interpretations as necessary to fulfill the plans and specifications.

The contract shall execute the whole and every part of the work in the most substantial and

workman like manner, and both as regards materials and in every other respect in strict

accordance with the specifications. The contractor shall also confirm exactly full and faithfully

to the designs, and instructions in writing relating to work signed by the Executive Engineer.

51.0) If any deviation require in tender terms, condition, specification, item or data as per actual

and latest amendment/revision/required as per site situation for execution of project the

decision of Engineer-In-Charge, VMC shall be final.

52.0) Tenderer has to follow GWSSB technical specification & GWSSB approved vender list for

items, if particular specification is not specified in the tender.

77 | P a g e

53.0) If the work executed is found to be of inferior quality or of any substandard quality not

confirming to the specifications at any point of time during the inspection of by Engineer-in-

charge or any higher Authority, the contract shall be terminated without assigning any reasons

thereof and no payment shall be made towards the probable damages or loss caused to the

contractor and materials purchased by him for this work and no compensation whatsoever

either shall be paid to contractor by Municipal Corporation.

54.0) The contractor shall take ‘All contract risk insurance policy” for the estimated cost of work of

“Work’s man compensation policy” for all workers and labours of contractor and clients

working at site and “Third party insurance policy” to fully cover all third party type risk. The

insurance policy so taken by the contractor for such purpose shall be in the joint name of the

contractor and the client and the policy shall be deposited with the clients.

55.0) The contractor should note that the conditional tenders shall be out rightly rejected.

56.0) Vadodara Municipal Corporation shall not provide ‘C’ form for tax purpose.

57.0) The work contract tax shall not be paid to the contractor.

58.0) No price variation or escalation shall be paid to the contractor.

59.0) The contractor will have to construct shed for storing valuable material at works having

locking arrangement. The material will be taken for use in the presence of the departmental

person. No material will be allowed to be removed from the site of works.

60.0) Contractor shall have to gate approval of the foundation drawing for pump set-motor from

pump set manufacturer and T.P.I.

61.0) After completion of work on site and before finalization of final bill, contractor shall have to

provide satisfactorily installation of motor pump set, soft starter, H.T panel and L.T panel from

original equipment manufacturer. Final bill will be released after reviewing these certificate.

62.0) The tender will be liable to be rejected outright, if while submitting it ----

The tenderer proposes any alteration in the work specified in the tender or in the time limit

allowed for carrying out the work or any other condition.

Any of the pages of the tender are removed or replaced.

Any errors are made by him in the tender.

All corrections and addition or pasted slip are not initiated by tenderers.

The tenderer or in the case of a firm, each partner thereof does not sign or the

signature/signatures is/are not attested by a witness on page of the tender in the space

provided for the purpose.

The tenderers which do not fulfill any of the condition of those in the printed form and those

tenders which are incomplete.

78 | P a g e

VADODARA MUNICIPAL CORPORATION

SECTION -7

ITEM WISE SPECIFICATION

79 | P a g e

PART A - CIVIL

Item No. 1 :

Design (aesthetically) and constructing R.C.C frame structure of pump room with positive suction/

Negativesuction.

SCOPE OF WORK FOR PUMPHOUSE The work shall have to be carried out as per the, drawing and according to specifications laid down in

the tender document and actual requirement on site. The contractor shall have to do structure design for pump house from their structure engineer

and submit all the working drawings and design calculations to the Corporation (Owner) for

approval before execution of the works without any extra cost. Corporation reserves right to

appoint any other agency for checking the design calculations and drawings. Fees for proof

checking of design should be borne by the bidder.

All design/ drawings/ detailing/ provision shall be in confirmation prevailing/latest Indian standards. All safety

hazards shall be consider for the work.

Wherever , reference to the Indian Standard mentioned in the tender document ,it shall be taken as reference to

the latest revision of the I.S. code. This work mainly covers the components to be supplied and executed by the

contractor.

General Specification for Cement Concrete M-20 ,M25, Brick Work, Plaster Work rete

Cement concrete M-20 & M25

R.C.C. work with 1 cm to 2 cm size B.T. chips incl. boxing, centering, vibrating curing smooth finishing in

CM. 1:3 including plaster 1:3 where necessary to bring to surface in line and level etc. complete without

reinforcement.

Column footing up to plinth. Ground beam For columns in super structure For lintels For R.C.C. Hood

R.C.C. beam Slab Foundation for pump etc

The work in general shall be carried out as per specification no. 160 and 161 of P.W.D.H.W.D. H.B. volume

I.

The cement to be used shall be in bags, free from lump and shall be as general specification of materials.

The sand shall be clean, river sand free from all impurities as per the general specification of materials.

The coarse aggregate shall be of machine crushed from approved sevalia quarry of black trap as approved by

the Executive Engineer. The aggregate shall be as per specification of general materials.

The concrete shall be mixed in concrete mixer to have uniform and homogeneous mix. In R.C.C work hand

mixing shall not be allowed except in breakdown of the mixer. However, under unavoidable circumstances

up to the construction joint hand mixing shall be permitted by adding extra 10% of cement at the cost of the

contractor without claiming any extra cost. The hand mixing shall be done only to bring the work to the safe

stage as directed by the Engineer-in-charge.

80 | P a g e

The concrete shall be laid in position immediately before the initial setting time of cement begins. Necessary

safe scaffolding to lift the concrete to various floors shall be prepared by the contractor.

The concrete after placing in position shall be well tempered by mechanical vibrators if necessary and

wooden screeds, so that the whole mass becomes compact and homogeneous of concrete. While placing the

concrete care should be taken that the position of reinforcement is not disturbed. Adequate cover should be

provided by placing precast concrete cover blocks and not by metal pieces or brick bats. After the finishing

of the concrete surface is done the same shall be protected by wet gunny bags till the surface is sufficient

hard to receive final curing. The concrete work after proper setting shall be cured properly by water by

providing dykes or bunds 8 cms to 10 cms high and filling them by water. The curing shall be continuously

done for 14 days. In case of columns, beams, footings, curing by dykes or bund is not possible the RCC

members shall be properly cured by wet gunny bags by continuous watering as directed by the Engineer-in-

charge.

At the time of concreting, proper care shall be taken that honey combing is minimum.

After the form work is removed any such honey combing is found it shall be finished with cement mortar

(1:2) so that all crevices are properly filled up and no reinforcement is exposed. If however, the honey

combing is of very severe nature and is found throughout the surface concreting exposing the reinforcement

the concrete work shall be rejected and redone without any extra cost.

15 cms x 15 cms x 15 cms test cubes and slump test shall be taken during the concreting as per 1.S.S. These

cubes shall be tested at any Government laboratory or Engineering college at the cost of the contractor. The

strength of concrete shall b minimum as specified in ISI 456-1964 for ordinary concrete or as specified by

the design section. After the centering is removed, all exposed RCC members shall be lightly chiseled to

have proper key with mortar for plastering work and shall be finished with cement mortar 1:3 cement plaster

of required thickness to bring work in line and level including neeru finish and 3 coats of white wash. The

slab when projected shall have to be provided drip moulding and no extra payment shall be made on account

of this.

The rate of concrete includes cost of all materials, labour and shall be paid as per size of the member cast and

not finished. The rate is exclusive of the reinforcement. The rate is inclusive of the cost of finishing with

cement plaster 1:3 the exposed faces such as to of lofts, cantilever and chhaja including neeru finishing 3

coats of white or colour wash etc. comp. The rate includes cost of all work as above for all type of RCC roof

of any other work as per detailed drawing prepared by Architect.

In case of casting some of the member which were to be provided as precast, as cast in situ, such work shall

be measured and paid against this item without any extra cost.

The measurement of various members of RCC shall be taken as per respective item and specification as per

ISS No. 1200-1958. The work shall be done as per ISS 456-1964 Para 1 to 5, 4, 2 and Para 7.0 to 8.0 and

will be paid on cu. Mt. basis of the concrete members.

Item No. 1.4: Reinforcement

Providing steel reinforcement for RCC work including cutting as per design drawing etc. complete.

The reinforcement to be used in beams, lintel, slab, column, etc. should be as per structural design. It should

not be rusted or coloured. The reinforcement shall be placed properly & binded with binding wire of

minimum 16 gauge. The cost of the binding wire is included in the item. No extra payment shall be made for

binding wire which is included in the item.

The reinforcement so placed shall be got approved from Engineer- in- charge before any concrete is poured.

81 | P a g e

Item No.1.5

Supplying and pre-fabricating, structural steel work including fixing in position with 3 coats of approved oil

paint inc. one coat of anticorrosive paint.

Such as joists, channels, angles, purlins, iron plates, etc. mild steel sections.

The rate shall be paid on weight basis and will be inclusive of Railway freight, carting, loading, unloading,

etc. complete.

The rates shall be paid on Kilogram basis

Item No. 1.6(A): Brick Masonry

Brick masonry in cement mortar (1:6) including watering, etc. complete.

The brick shall be well burnt of uniform colour having crushing strength not less than 35 kg/sq. cm. as per

general specification of materials and shall be got approved by the Dy. Executive Engineer. The bricks shall

be well wetted for 24 hours before use by sprinkling the water over the bricks chattas.

The mortar for masonry shall be cement mortar of proportion of one part of cement and six parts of sand by

volume. The cement, sand and water shall be used as per general specification of materials.

Brick masonry shall be uniformly laid and the whole work executed in a good manner. The mortar joint shall

not exceed 1 cms in thickness. No brick bats or half bricks to be used in the work unless absolutely necessary

as closer. Every joint should be neatly struck at the close of the days work and before the mortar has set. The

brickwork shall be kept wet for at least 7 days. The masonry wall shall be in plumb, line and level.

If any of the portion of the work is found unsatisfactory and not confirming to the specification the portion

shall be pulled down by the contractor at his own cost and risk immediately on materials obtained from the

pulled down masonry shall not be allowed in work for reuse.

The rate is inclusive of cost of materials, labour centering curing, finishing, etc. complete the rate shall be

paid on cu. mtr. basis.

Item No. 6(B)

-do- superstructure including scaffolding up to floor two level.

Item No.1.7

Brunt brick half wall 10 to 11.50 thick in CM 1:4 incl. strocking the joints for super structure two nos. of

6mm dia. Bars at every fourth course.

The work in general shall be carried out as per specification of item no.9 of plinth masonry except that the

proportion of cement mortar shall be 1:3. The rates includes necessary scaffolding. Rate also includes

providing 2 Nos. of horizontal 6mm dia M.S. bars at every fourth layer property fixed in frames or walls.

The white or colour wash shall be done as per details given in the item of the plastering and nothing extra

shall be paid for the same.

Item No.1.9

82 | P a g e

Providing & fixing 25 mm. thick shutters for doors incl. Indian teak wood frames 10cmx7cm. size incl.

anodized aluminum fixtures & fastening incl. primer coat of approved Quality and two coats of oil paint etc.

comp.

The frame of the door shall be as per I.S.S. and shall be as approved by Executive Engineer. The design and

details shall be as per departments design. The weight of the frame shall be done in presence of departments

representative. the rate includes labour, all iron fixtures and fastening including 2 coats of approved oil paint,

etc. complete.

All door shall be prepared from good quality of teak wood plank shall be of the best description preferably

dry, well-seasoned free from sapwood, sound, straight, free from knots, cracks, shakes and other defects and

free from any appearance or rot. The teak wood shall have to be approved from the Executive Engineer and

shall be applied with one coat of wood preservative paint.

Door frames shall be of standard MS T section or Z section shall be properly framed and mortised and

tennoned together and set solid in masonry by means of projecting flat iron horns three pairs 35 cm x 3cm x

3cm. The visible surface shall be smooth and even.

The parts hidden in masonry shall be painted with Two coats of oil paint. The frame shall be molded as per

design on the both sides. During the progress of work the frames shall be protected from injury. The shutter

shall be hung with three 10cm. iron oxidized butt hinges. If double shutter door is proposed 6 nos. hinges

will be used. Each shutter shall have inside and outside.

i) Anodized Aluminum aldrops of sizes 30 cm. long 16mm dia.

ii) Anodized Aluminum handles 15cm long shall be provided wherever directed.

Paneled Door shutters shall be of Bulsar teak wood as detailed in the drawing item and the styles and rails

shall be of 39mm thick unless otherwise specified molded and mort iced together in a workman like manner.

The styles and rails shall be molded and of width as per design. Each panel shall be in one plank 20mm thick

or as directed and moulded as per design. Measurement shall be in sq. meter from outside to outside of

frames. The fixtures and fastenings shall be as stated above of type mentioned in the item. All doors shall be

properly sandpapered and painted with three coats in oil paints of such tint as directed and the cost of paint

fixture and fastenings is included in the item.

Item No. 1.10

Providing & fixing steel window and ventilator of EZ-7 section fully glazed incl. Brass fixture and fastening

with as per standard make and oil painting three coats etc. completed.

Window of approved quality as per I.S.S. as per design and type including fully glazed or figured glass with

oil painting 2 coats over prime coat of red oxide including 12mm square bars at 10 cm c/c welded to rame

frame including all fixtures and fasteners.

Windows and ventilators etc. shall be truly square and flat is free from twist and warp. They shall e

constructed of sections is which have been cut to the required lengths, tenoned and riveted or welded at the

corners. The general fabrication shall confirm to IS 1038 and 1361.

If the contractor is required to supply doors, windows, ventilators, etc. He shall obtain them from an

approved manufacturer. The contractor shall first submit for the approval of the Engineer-in-charge, the

name and address of the manufacturer whose metal casement he intends to use, together with typical

drawings and specifications describing the details of construction for each type of door and window.

83 | P a g e

The doors, windows and ventilators shall be either galvanized or painted as indicated in drawing or schedule.

All steel surfaces shall first be thoroughly cleaned free of rust, scale or dirt, scale r dirt and mill scale by

picking or similar process and they shall be painted with one cat of an approved primer confirming to IS 102

before dispatch. Alternatively, they may be galvanized by the “Hot dip” zinc spray or electro galvanizing

process as described in IS 1361.

All glazing shall be as per IS 1081 windows and ventilators shall be designed for putty glazing from inside.

All window casements shall holes drilled in the frames and shutters respectively at suitable places for

inserting spring type glazing-clip which shall be supplied by the contractor. All glazing shall be putting to

the shutters of fames with good quantity putty in addition to glazing clips, Glazed panels shall not be placed

directly against the metal. A Thin layer of putty shall be evenly spread over the glazing rebate and the glass

pressed firmly against it.

Doors, windows and ventilators shall not be built in at the time the walls are constructed shall be

subsequently fixed into prepared openings, as laid down in IS : 1081. Holes to accommodate the fixing lugs

are to be left or cut, and the casements fixed after all rough masonry and plaster work have been finalized.

The lugs of the casements shall be jammed in Cement Concrete (150 mark) With stone chips (10mm down)

after holding the casement in proper position, line and level.

The width of the clear unfinished opening in the wall should be 25mm more then the overall width of the

doorframe to allow for 12.5 mm plaster on each jamb. The height of the unfinished opening shall depend

upon whether a thread should is required or not while fixing the door, care shall be taken to see that at least

6mm space is left between the door and finished floor.

Hardware shall be fixed as late as possible, preferably just before the final coat of paint is applied. It shall be

fitted in a workman like manner, so that it may not work loose and in such a way that screws and pins are not

marked and mutilated y hammers and screw drivers. It shall be tested for correct operation.

Where specified doors shall be fitted with a three way bolting device which can be operated from outside as

well as inside and a locking system, which can similarly be operated from outside as per drawings. Solid

Steel bolt handles shall be provided. One on outside and one on the inside of each shutter. In case of doors

provided with a service door, the lock shall be fitted on the service door. All materials shall be the best

procurable and shall confirm to the relevant IS specification. The rate shall be on Sq.m. basis.

Item No. 1.12 : Providing 15 mm thick. plaster work, etc complete :

Cement and clean sand shall be thoroughly mixed dried in the proportion of 1:3 water shall be added

gradually to make the mixture homogeneous. No more cement mortar shall be mixed then can be used within

half an hour. The joints shall be first racked out 12 mm to 20 mm deep and the surface be watered properly

for 12 hours the mixture of sand and cement shall be applied evenly of 15mm thick on the surface of the

wall. The surface shall be finished off at once by rubbing with a towel after applying a thin coat of neat

cement till a smooth surface is obtained.

Item No. 1.13 :

84 | P a g e

20mm thick sand faced cement plastering on walls up to 10 meters above ground level consisting of 12 mm

thick backing coat of 1:3 (1 cement : 3 sand) and 8mm thick finishing coat of C.M.1:1 with water proofing

compound etc. comp.

Over 12mm thick cement plaster as mentioned in item No. 12 scratches has to be made by wire. Over this

8mm thick cement plaster will have to be done in the proposition 1.2 (cement and sand). the sand to be used

shall be passed through 3mm size sieve. The curing shall be done upon the setting period. The rate includes

cork sheet watering scaffolding & white on colour wash in three coats etc

Item No.1.1:

Providing and laying polished Kota stone slab flooring over 20mm (Average) thick base of cement

mortar 1:6 (1-cement, 6-coarse sand) laid over and jointed with grey cement slurry including rubbing

and polishing etc. complete. ( For Pump room)

Rough kotah stone or ladi to be used shall be of the best quality of kotah or shahbad, approved by the

Executive Engineer. It shall be fee seals, laminations etc. and shall be homogeneous nature. It shall have a

good and uniform tint.

The thickness of the ladi is as specified in the item. Unless and otherwise specified the size shall be generally

60x45cm size according to be requirement.

Laying shall be done in such a way that “V” shape grooved shall be formed truly in line and the same shall

be racked out and than filled in with cement slurry and the cement pointing shall be neat and uniform

forming panels by pressings. Weak ladi shall be discarded. Proper slops shall be provide of the finished

surface as directed.

Measurement : The mode of measurement shall be on Sq. Meter basis.

Item No. 2: Providing and fixing pre-cast Rubber Dye / steel Dye inter locking concrete block 60mm

thick with grade of concrete M300 pneumatic compressed / vibrated mechanically and as per

approved design Confirming to IS 15658 : 2006 including 35 mm Sand layer for levelling and filling

the joint with sand in proper line and level as per guidelines of IRC : SP 63-2018 etc. Complete.

1.0.1 Scope: This work shall consist of constructing cement concrete blocks in footpath in

conformity with the lines, levels and dimensions as specified in the drawings.

1.1 Materials: Interlock paver blocks shall be provided in cement concrete of Grade M-300 in

accordance with MoRTH Section 1700 of these Specifications, and as per shape & colour as specified

by Engineer in charge with thickness of 80mm.

1.2 Type of Construction: Pre-cast concrete blocks shall be used.

1.0 Equipment: Pre cast block casting equipment of adequate capacity and controls, capable of

casting the block in required cross-sections and producing a well-compacted mass of concrete free of

voids and honeycombs by using plate /poker vibrator & hydraulic press with smooth finished surface.

1.1 Construction Operations

1.1.1 Block shall be laid on firm foundation of minimum 50 mm thickness of coarse sand confined by

compound wall/or vertical blocks. The base shall be leveled and slightly watered to make it damp.

85 | P a g e

1.1.2 Necessary arrangement for collection of material @ site without causing hardship to traffic &

resident

1.1.3 Vertical and horizontal tolerances with respect to true line and level shall be ± 6mm.

1.1.4 The block shall be fixed with cement slurry

1.0 Measurements for Payment: M-30 grade Cement concrete Inter lock paver blocks shall be

measured in linear square metre for the complete item of work including cost of sand for 50mm thick

& cement slurry for Joints

Item No:3

Box cutting the Road surface to proper slope and camber for making a base for road work incl.

removing the excavated stuff and depositing on the road side slope us directed upto 50 Mt.lead.

This item shall consist of excavation, removal and satisfactory disposal of all materials necessary widening

of Road, Re-sectioning & Profile correction of Road., Side Shoulder & Road by using cutting stuff received

from cutting, in accordance with the requirement of these specification including all lead and lift and

conformity with the lines, grades and cross sections shown in the drawings or directed by the engineer- in –

charge. This work shall include the hauling and stacking of or hauling to sites of embankment for land

scrapping Island, Road work & side shoulder construction etc. of suitable cut materials as required and also

the disposal of unsuitable cut materials in specified manner, including all lead and lifts including trimming

and finishing of the road to specified dimensions or as directed by the engineer in charge including rolling

and watering etc. complete.

Item No:14

GSB: Providing and laying of good quality material of GSB in proper line,level and camber

(compacted thickness 300 MM with roller 8-10MT capacity on GSB as per specification and

instruction by engineer incharge.

1.0 GRANULAR SUB-BASE 300 MM THK :

1. Scope:

2. This work shall consist of laying and compacting well-graded material on prepared

subgrade in accordance with the requirements of necessary box cutting for road these

Specifications. The material shall be laid in one or more layers as sub-base or lower sub-base

and upper sub-base (termed as sub- base herein after) as necessary according to lines, grades

IS Sieve

Designatio

n

Percent by Weight Passing the IS Sieve

Grading I Grading II Grading Ill Grading IV Grading V Grading VI

75.0mm 100 - - - 100 -

53.0mm 80-100 100 100 100 80-100 100

26.5mm 55-90 70-100 55-75 50-80 55-90 75-100

9.50mm 35-65 50-80 - - 35-65 55-75

4.75 mm 25-55 40-65 10-30 15-35 25-50 30-55

2.36mm 20-40 30-50 - - 10-20 10-25

0.85mm - - - - 2-10 -

0.425mm 10-15 10-15 - - 0-5, 0-8

0.075mm <5 <5 <5 <5 - 0-3

86 | P a g e

and cross-sections shown on the drawings or as directed by the Engineer.

3. Materials:

3.3.1 The material to be used for the work shall be natural sand, crushed gravel, crushed stone,

crushed slag, or combination thereof depending upon the grading required. Use of materials

like brick metal, Kankar and crushed concrete shall be permitted in the lower sub-base. The

material shall be free from organic or other deleterious constituents and shall confirm other

gradings given in Table400-1 and physical requirements given in Table3-2. Gradings Ill and IV

shall preferably be used in lower sub-base. Gradings V and VI shall be used as a sub- base-

cum-drainage layer. The grading to be adopted for a project shall be as specified in the

Contract. Where the sub-base is laid in two layers as upper sub-base and lower sub-base, the

thickness of each layer shall not be less than 150mm.

3.3.2 If the water absorption of the aggregates determined as per IS: 2386 (Part3) is greater than 2

percent, the aggregates shall be tested for Wet Aggregate Impact Value (AIV) (IS: 5640). Soft

aggregates like Kankar, brick ballast and laterite shall also be tested for Wet AIV (IS: 5640).

3.3.3

Table3-1: Grading for Granular Sub-base Materials

Table 3-2: Physical Requirements for Materials for Granular Sub-base

Aggregate Impact Value (AIV) IS:2386(Part4)

orIS:5640

40 maximum

Liquid

Limit IS:2720(Part5) Maximum 25

Plasticity Index IS:2720(Part5) Maximum 6

CBR at 98% dry density

(at IS:2720-Part8) IS:2720(Part5) Minimum 30 unless

otherwise specified in

the Contract

4. Construction Operations:

3.4.1 Preparation of Sub-grade:

Immediately prior to the laying of sub-base, the subgrade already finished to Clause 301 or

305 as applicable shall be prepared by removing all vegetation and other extraneous matter,

lightly sprinkled with water, if necessary and rolled with two passes of 80-100 kN smooth

wheeled roller.

3.4.2 Spreading and Compacting:

The sub -base material of the grading specified in the Contract and water shall be mixed

mechanically by a suitable mixer equipped with provision for controlled addition of water and

mechanical mixing. So as to ensure homogenous and uniform mix. The required water content

shall be determined in accordance with IS: 2720(Part8). The mix shall be spread on the

prepared subgrade with the help of a motor grader of adequate capacity, its blade having

hydraulic controls suitable for initial adjustment and for maintaining the required slope and

grade during the operation, or other means as approved by the Engineer.

Moisture content of the mix shall be checked in accordance with IS:2720 (Part2) and

suitably adjusted so that, at the time of compaction, it is from 1 to 2 percent below the optimum

moisture content. Immediately after spreading themix, rolling shall be done by an approved

roller. If the thickness of the compacted layer does not exceeds 100 mm, a smooth wheeled

87 | P a g e

roller of 80 to 100 kN weight may be used. For a compacted single layer upto 200 mm the

compaction shall be done with the help of a vibratory roller of minimum 80 to 100kN static

weight capable of achieving the required compaction. Rolling shall commence at the lower

edge and proceed towards the upper edge longitudinally for portions having uni direction

across fall or on super-elevation. For carriage way having cross fall on both sides, rolling shall

commence at the edges and progress towards the crown. Each pass of the roller shall uniformly

over lap not less than one-third of the track made in the preceding pass. During rolling, the

grade and cross fall (camber) shall be checked and any high spots or depressions which become

apparent, corrected by removing or adding fresh material. The speed of the roller shall not

exceed 5 km per hour. Rolling shall be continued till the density achieved is atleast 98 percent

of the maximum dry density for the material determined as per IS: 2720 (Part8).The surface of

any layer of material on completion of compaction shall be well closed, e from movement

under

compaction equipment and from compaction planes, ridges, cracks or loose material. All loose,

segregated or otherwise defective areas shall be made good to the full thickness of layer and re-compacted.

5. Surface Finish and Quality Control of Work:

The surface finish of construction shall conform to the requirements of Clause 902. Control on

the quality of materials and works shall be exercised by the Engineer in accordance with

Section 900.

6. Arrangements for Traffic:

During the period of construction, arrangements maintained in accordance with Clause 112.

Item no. 5:

Providing and casting in situ C.C. in grade M-10 (approx. corresp. to prop. 1:2:4) (proportions

as per mix design or as per Table 9 of IS456 2000 in masses by weigh batching) using granite,

quartzite trap metal of size 6 mm to 20 mm for RCC work, including scaffolding centering,

form work, needle vibrated consolidation, curing comp. up to 6 meter depth or height

(excluding cost of reinforcement and neat finishing) with centering and

shuttering/deshuttering etc. comp. for structure for other than water retaining.

a) Column footing up to plinth.

b) Ground beam

c) For columns in super structure

d) For lintels

e) For R.C.C. Hood

f) R.C.C. beam/coping

g) Slab

h) Foundation for pump

i) Thrust Block or Encasing of Pipes etc.

The work in general shall be carried out as per specification no. 160 and 161 of P.W.D.H.W.D. H.B.

volume I.

The cement to be used shall be in bags, free from lump and shall be as general specification of

materials.

The sand shall be clean, river sand free from all impurities as per the general specification of

materials.

The coarse aggregate shall be of machine crushed from approved sevalia quarry of black trap as

approved by the Executive Engineer. The aggregate shall be as per specification of general materials.

88 | P a g e

The concrete shall be mixed in concrete mixer to have uniform and homogeneous mix. In R.C.C

work hand mixing shall not be allowed except in breakdown of the mixer. However, under

unavoidable circumstances up to the construction joint hand mixing shall be permitted by adding

extra 10% of cement at the cost of the contractor without claiming any extra cost. The hand mixing

shall be done only to bring the work to the safe stage as directed by the Engineer-in-charge.

The concrete shall be laid in position immediately before the initial setting time of cement begins.

Necessary safe scaffolding to lift the concrete to various floors shall be prepared by the contractor.

The concrete after placing in position shall be well tempered by mechanical vibrators if necessary

and wooden screeds, so that the whole mass becomes compact and homogeneous of concrete. While

placing the concrete care should be taken that the position of reinforcement is not disturbed.

Adequate cover should be provided by placing precast concrete cover blocks and not by metal pieces

or brick bats. After the finishing of the concrete surface is done the same shall be protected by wet

gunny bags till the surface is sufficient hard to receive final curing. The concrete work after proper

setting shall be cured properly by water by providing dykes or bunds 8 cms to 10 cms high and

filling them by water. The curing shall be continuously done for 14 days. In case of columns, beams,

footings, curing by dykes or bund is not possible the RCC members shall be properly cured by wet

gunny bags by continuous watering as directed by the Engineer-in-charge.

At the time of concreting, proper care shall be taken that honey combing is minimum.

After the form work is removed any such honey combing is found it shall be finished with cement

mortar (1:2) so that all crevices are properly filled up and no reinforcement is exposed. If however,

the honey combing is of very severe nature and is found throughout the surface concreting exposing

the reinforcement the concrete work shall be rejected and redone without any extra cost.

In case of volume of concrete more than 5M3 at a time contractor shall cast 15 cms x 15 cms x 15

cms test cubes and slump test shall be taken during the concreting as per I.S.S. These cubes shall be

tested in witness of Owner/ PMC/ TPI’s Engineers at any Government approved laboratory or

Engineering college at the cost of the contractor. The strength of concrete shall be minimum as

specified in ISI 456-1964 as specified by the design section. After the centering is removed, all

exposed RCC members shall be lightly chiseled to have proper key with mortar for plastering work

and shall be finished with cement mortar 1:3 cement plaster of required thickness to bring work in

line and level including neeru finish and 3 coats of white wash. The slab when projected shall have

to be provided drip molding and no extra payment shall be made on account of this.

The rate of concrete includes cost of all materials, labour and shall be paid as per size of the member

cast and not finished. The rate is exclusive of the reinforcement. The rate is inclusive of the cost of

finishing with cement plaster 1:3 the exposed faces such as to of lofts, cantilever and chhaja

including neeru finishing 3 coats of white or colour wash etc. comp. The rate includes cost of all

work as above for all type of RCC roof of any other work as per detailed drawing prepared by

Architect.

In case of casting some of the member which were to be provided as precast, as cast in situ, such

work shall be measured and paid against this item without any extra cost.

The measurement of various members of RCC shall be taken as per respective item and specification

as per ISS No. 1200-1958. The work shall be done as per ISS 456-1964 Para 1 to 5, 4, 2 and Para 7.0

to 8.0 and will be paid on cu. Mt. basis of the concrete members.

89 | P a g e

Item no. 6:

Providing and casting in situ C.C. in grade M-25 (approx. corresp. to prop. 1:2:4) (proportions

as per mix design or as per Table 9 of IS456 2000 in masses by weigh batching) using granite,

quartzite trap metal of size 6 mm to 20 mm for RCC work, including scaffolding centering,

form work, needle vibrated consolidation, curing comp. up to 6 meter depth or height

(excluding cost of reinforcement and neat finishing) with centering and

shuttering/deshuttering etc. comp. for structure for other than water retaining.

j) Column footing up to plinth.

k) Ground beam

l) For columns in super structure

m) For lintels

n) For R.C.C. Hood

o) R.C.C. beam/coping

p) Slab

q) Foundation for pump

r) Thrust Block or Encasing of Pipes etc.

The work in general shall be carried out as per specification no. 160 and 161 of P.W.D.H.W.D. H.B.

volume I.

The cement to be used shall be in bags, free from lump and shall be as general specification of

materials.

The sand shall be clean, river sand free from all impurities as per the general specification of

materials.

The coarse aggregate shall be of machine crushed from approved sevalia quarry of black trap as

approved by the Executive Engineer. The aggregate shall be as per specification of general materials.

The concrete shall be mixed in concrete mixer to have uniform and homogeneous mix. In R.C.C

work hand mixing shall not be allowed except in breakdown of the mixer. However, under

unavoidable circumstances up to the construction joint hand mixing shall be permitted by adding

extra 10% of cement at the cost of the contractor without claiming any extra cost. The hand mixing

shall be done only to bring the work to the safe stage as directed by the Engineer-in-charge.

The concrete shall be laid in position immediately before the initial setting time of cement begins.

Necessary safe scaffolding to lift the concrete to various floors shall be prepared by the contractor.

The concrete after placing in position shall be well tempered by mechanical vibrators if necessary

and wooden screeds, so that the whole mass becomes compact and homogeneous of concrete. While

placing the concrete care should be taken that the position of reinforcement is not disturbed.

Adequate cover should be provided by placing precast concrete cover blocks and not by metal pieces

or brick bats. After the finishing of the concrete surface is done the same shall be protected by wet

gunny bags till the surface is sufficient hard to receive final curing. The concrete work after proper

setting shall be cured properly by water by providing dykes or bunds 8 cms to 10 cms high and

filling them by water. The curing shall be continuously done for 14 days. In case of columns, beams,

footings, curing by dykes or bund is not possible the RCC members shall be properly cured by wet

gunny bags by continuous watering as directed by the Engineer-in-charge.

90 | P a g e

At the time of concreting, proper care shall be taken that honey combing is minimum.

After the form work is removed any such honey combing is found it shall be finished with cement

mortar (1:2) so that all crevices are properly filled up and no reinforcement is exposed. If however,

the honey combing is of very severe nature and is found throughout the surface concreting exposing

the reinforcement the concrete work shall be rejected and redone without any extra cost.

In case of volume of concrete more than 5M3 at a time contractor shall cast 15 cms x 15 cms x 15

cms test cubes and slump test shall be taken during the concreting as per I.S.S. These cubes shall be

tested in witness of Owner/ PMC/ TPI’s Engineers at any Government approved laboratory or

Engineering college at the cost of the contractor. The strength of concrete shall be minimum as

specified in ISI 456-1964 as specified by the design section. After the centering is removed, all

exposed RCC members shall be lightly chiseled to have proper key with mortar for plastering work

and shall be finished with cement mortar 1:3 cement plaster of required thickness to bring work in

line and level including neeru finish and 3 coats of white wash. The slab when projected shall have

to be provided drip molding and no extra payment shall be made on account of this.

The rate of concrete includes cost of all materials, labour and shall be paid as per size of the member

cast and not finished. The rate is exclusive of the reinforcement. The rate is inclusive of the cost of

finishing with cement plaster 1:3 the exposed faces such as to of lofts, cantilever and chhaja

including neeru finishing 3 coats of white or colour wash etc. comp. The rate includes cost of all

work as above for all type of RCC roof of any other work as per detailed drawing prepared by

Architect.

In case of casting some of the member which were to be provided as precast, as cast in situ, such

work shall be measured and paid against this item without any extra cost.

The measurement of various members of RCC shall be taken as per respective item and specification

as per ISS No. 1200-1958. The work shall be done as per ISS 456-1964 Para 1 to 5, 4, 2 and Para 7.0

to 8.0 and will be paid on cu. Mt. basis of the concrete members.

Item No.7

Supplying cutting, bending, binding and placing in position steel as per plan and design and as per ISS

2502 including cost of steel and binding wire for reservoirs/structures only including lift up to 6 meter

height or depth below G.L. for all diameters deformed (TMT) bars confirming to relevant IS Fe -500

grade for all diameters.

All reinforcement steel shall be TMT tor steel conforming to relevant I.S. for all RCC structure with Fe-500

conforming to IS-1786.

All reinforcement shall be clean, free from pitting, oil, grease, paint, loose mill scales, rust, dirt, dust, or any

other substance that will destroy or reduce bond. All Grade of reinforcement steel shall be as per Price bid.

The rate shall be paid per Kg or Matric ton.

Item No.8.

Labour charges for laying R.C.C floor of M-250 grade of concrete (trimix) to be concreted in alternate

panels. The panel shall be formed on four sides with M.S channel bolted in position for forming the

size. The entire concrete mass shall be vibrated with skirt vibrator so as to bring out slurry on top and

91 | P a g e

smooth finished integrally as per instruction of engineer in charge using vaccum de watering system as

per manufacturer's specification including applying "NITO FLOOR HARD TOP" or equivalent

(Faircrete, Fosroc, sika applied at the rate of 4.5 kg / 10 sqm on RCC floor as per manufacturer's

specification ) after base concrete has stiffened to the point when light foot traffic leaves an imprint of

about 3 mm. Any bleed water should have evaporated including fixing expansion joints with 20 mm

thick salitex boards fitting, joint cutting, filling bitumen curing etc. complete as per instruction of site

engineer. Excluding steel & including form work with all tools, plants , machinery and all cost of

chemical required for trimix concrete including groove cutting 4 to 5 mm wide and 60 mm deep at

every 6 meter distance.

TRIMIX:

How to place high-quality durable Industrial floors the requirements on the quality of

Industrials floors have rapidly become more exacting during the few years. The reason for this is

mainly the use of fork-left trucks and other modern transport equipment. The increased wheel

loads require higher compressive strength and wear resistance of the floor than before. With

increasing lift heights higher accuracy as to the fines of the floors becomes a prerequisite. These

demands of cause lead to a further checking of traditional floor placing methods and to

development of new building methods. The TREMIX Vacuum Dewatering Technique Which

is described here satisfies these high quality requirements. In addition, this method advantages

.e.g. Lower manufacturing costs. offers several

Traditional floor placing: several courses.

According to traditional floor placing methods, a base course is first placed. This base is then

covered with a topping. This topping, which may consists of one or several courses, must be

placed very carefully. Therefore, it is quite a hard work. The topping must have good bond to

the structural concrete if it is to function in operation and in traffic. Problems like break away of

the topping are usual on this type of floors.

In spite of similar initial materials, the physical properties of concrete and topping are different.

Both layer behave differently at varying temperature-weather-and environment conditions. This may

lead to stresses in the floor. For bimetals, such stresses are desirable but not for industrial floors,

as they cause separation of the topping from the base concrete, cracking and finally breakaway. A

repair is then inevitable Repairs are not only expensive but also associated with costly

interruptions in production and cause dust and noise problems.

Modern floors: single course.

The considerations to avoid the problems involved with traditional floor placing lead to

monolithic industrial floors. The structural concrete needs no topping.

The monolithic method is successfully used in road building since decades. Extensive research

and practical experience from the placing of thousands of kilometers of concrete roads have brought

these up to their present high quality level. The Monolithic concrete roads are placed with heavy

building machines. Very stiff concrete consistency class K-1 with a very low water/cement ratio

used. Road building owes its high quality to this technique.

The great weight of the machines and the hardly workable concrete do not however, in general

allow the use of this technique for industrials floors.

Monolithic industrial floors, which have the same high quality as concrete roads, are therefore

nowadays-placed according go the TRIMIX Vacuum Dewatering Method.

92 | P a g e

The advantage of this method is that a plastic and easily workable concrete can be placed with

light equipment, and after that great part of the surplus water is extracted from the concrete,

and the desirable quality y improvement is achieved.

The TRIMIX Vacuum Dewatering Method has been used with great success for high-quality

Industrial floors for many years.

The use of the TRIMIX Vacuum Dewatering Method.

This method follows the well-known laws of concrete technology and construction. For full

utilization of the advantages of the advantages of the TREMIX Vacuum Dewatering system, the

following points should be observed already at the planning stage.

Base:

If the Industrial floors are placed directly on the ground, the base must have a sufficient

bearing capacity. If necessary, frost protection layers are placed on free surfaces or appropriate

filling materials for floors in halls or hangars.

At this work and also at the ensuing concrete placing careful attention should aid to the

calculation of the expected traffic loads keeping in mind also those often-bigger ones, which occur

during the construction work.

If industrial floors are placed as suspended floors, the usual conditions regarding formwork and

static loads are valid.

Installations:

The position of the pipes for water and drainage, heating, electrics supply and telephones must

be fixed before concreting starts, so they not hinder the concreting work. Through vacuum

processing shrinkage is reduced by 50.75 % compared to that of normal concrete. Correspondingly,

Joint spacing can be increased on vacuum dewatered industrial floors. Joint less bays 20x20 m is

possible. New condition for this is however that stability of the bars and the construction including

reinforcement is calculated with regard to future traffic loads.

Also on suspended floors the joint distance can be increased. At the execution, however

attention must be paid to the stresses of the construction. The joints must be expansion joints

which give enough room for the movement of concrete. Expansion joints can as a rule is localized

on fixed bases for flat industrial floors. Dummy joints are working joints, the placing of which is

determined by daily production e.g. 400 Sq.mt. at 20x20 m for heavy traffic the joints must be

carried out as for highways with grooved joints. Contraction joints to ¼ of the slab thickness are cut

afterwards. They give clear and stresses.

Their construction is easier and cheaper than from removal their function faultless and reliable.

Slope:

Concrete floors can have star shaped or roof shaped slopes Roof shaped slopes preferable.

Separation layer:

Before placing concrete on ground, a plastic sheet must be placed on the gravel or sand bed as

a separation layer for protection against humidity and water. It also works as a sliding layer

which prevents concrete from sticking to the sub base and allows the working of the concrete, in

order to avoid cracking.

93 | P a g e

This separation layer is not needed for suspended floors Concrete is placed directly on ordinary

from and special preparation are not necessary.

Reinforcement:

Reinforcement depends on the static constructional demands on the floors. A careful estimation of

the expected traffic loads on the floor and the base is necessary.

Important:

Vacuum concrete should be made according to standards IRC-58 with regard to concrete quality

you must not use so much water that it runs on its own into the for work. Even if the excess water is

then extracted during to vacuum treatment the quality of the concrete would suffer. Therefore the

exacting demands of the standard IRC-58 should be observed.

Admixture:

A pre-test of the admixtures, if used is to the carried out on order to determine their suitability

for vacuum dewatering.

Quality:

The improved properties of vacuum concrete can be proved by taking specimens from cores or 15

cm cubes. The cubes are made in a TTREMIX laboratory apparatus called TM 1. Work cycle

according to the TREMIX Vacuum dewatering process. The TREMIX Vacuum dewatering

process has been developed in order to rationalize the concrete work and to achieve high quality

concrete floors.

This system is advantageous to anyone involved in buildings projects, to the designer as it means

high quality and new aspects on the practical work, to a contractor trouble-from application on

sites, to estimating engineer noticeable cost savings and finally, to the end user durability and

maintenance costs.

Concrete of consistency (8-12 cm slump) is placed either by pump crame skip or direct from

concrete truck. Then follows poker vibration. The next step is leveling which is carried out with

TREMIX surface vibrator.

The surface vibrator, available in lengths of 3 to 12 m. consists of a light alloy double beam.

The beam is provided with tensioning road to prevent deflection. The TREMIX surface vibrator

leaves a concrete surface within the tolerance region of IRC-58.

Vacuum dewatering process:

The purpose of vacuum processing is the removal of surplus water forms the concrete to

provide quicker setting & earlier maximum strength properties. Vacuum dewatering takes place

immediately after the screeding operation.

Upon the surface of the wet concrete is placed a filler pad consisting of two layers. The bottom

layer is contract with the concrete is the fine nylon cloth to act as filler. The upper layer consists of a

special type of plastic net & acts as a water duct. Finally the top cover consisting of a light plastic

sheet is placed over the filler pad projecting slightly outside on all sides. The border of the top

cover rests directly upon the wet concrete to produce an airtight seal.

The suction met is connected with suction houses to a vacuum pump. the normal atmospheric

pressure in the pump is reduced by 90% & 90% of the atmospheric pressure compresses the concrete.

Concrete is submitted to a pressure of Air

pressure .1N / mm2

Depression .01N/mm2

94 | P a g e

= Effective pressure .09 N/ mm2

This pressure of about 9000 kp/m2 compresses the concrete &compacts the aggregates. At the

same time the excess water which not necessary for the hydration process of the cement is

extracted from the concrete & consciously discharged with the air.

Apart from normal compaction through vibration, static compaction takes place during

vacuum dewatering with ensuring reduction w/c ratio. The initial w/c/ ratio is reduced by 10 to

20%. This explains the noticeable improvement s of the concrete properties achieved through

vacuum dewatering.

Vacuuming time is about 1 to 2 min. per cm concrete thickness depending on the particle shape in

the mix. M250 One vacuum pump with two suction met can dewater 50 to 60 m2. A 20 cm thick

concrete slab takes about 30 min. dewater. Accordingly a normal daily production rate is about 400

m2.

95 | P a g e

PART B – MECHANICAL

ITEM 1: Submerged Centrifugal Pump: Providing submerged centrifugal pump set (water immersed ,dry air filled ,class F insulated TEWC motor

integrally mounted on volute casing pump set for water duty ,3 Phase 50 +_3% Hz , 415 +- 10% Volts

along with suitable foundation /installation devise with cable lenght from pumps to panel & of following

material of construction.

Impeller -CF8M ,Casing -CI FG 260 ,Wearing ring -SS,TC mechanical seal ,CS/SS Bearing ,SS Shaft with

Seelevs , SS Stainer & MS Motor body

Motor rating 159 KW, Capacity: 906.00 m3/hr, Head:40 mtrs

1.1 SCOPE: The scope shall include but not limited to the following:

Supply, installation, testing & commissioning of submerged centrifugal pump with motor, Auto Coupling

System (with Integral Duck Foot Bend), Foundation Bolts, precast foundation, Alloy Steel Chain (10 mtr.) &

Guide Rail Pipe / Wire (as per sump depth), attaching the auto coupling system to riser, Copper power as

well as control cable upto starter / MCC (Minimum 25 mtr. length) with all accessories complete required for

UG sump application.

1.2 DESIGN STANDARDS: Following standards to be considered for design & testing of the pump set IS 325, 8225, 4889, 4772, 4029,

4691 and other relevant Indian Standards to be followed Standard or equivalent BSS. Testing as per ISO

9906 or IS 9137 or IS 5120

1.3 DESIGN FEATURES: 1.3.1 The pump set shall be of Compact Unitary construction.

1.3.2 The pump casing shall be centrifugal Volute Casing type with the Impeller mounted directly onto the

Extended Solid Motor Shaft (without any couplings).

1.3.3 The Impeller shall be of high efficiency Multi Channel type.

1.3.4 The pump set should be Single Stage type i.e. it should have only one impeller & one Casing

1.3.5 Speed: the pump’s speed shall be restricted to a maximum of 1500 rpm.

1.3.6 The pump shall meet maximum allowable shut-off head. The shut off head shall be at least

120% of the specified duty point head.

1.3.7 The pumps shall not overload the motors at any point on the maximum pump speed performance

characteristic curve and the pump operating range

1.3.8 To ensure vibration-free operation, all relative components of each pumping unit shall be statically and

dynamically balanced to BS 6861.

1.3.9 The completed units, when assembled and operating, shall be free of cavitations, vibration, noise, and

oil or water leaks over the range of operation.

1.3.10 Vibration levels shall not exceed the levels given in BS 4675 for Class machines, quality bands A and

B.

1.3.11 Pumps shall be designed and constructed to satisfactorily operate and perform within the designated

design conditions and the requirements specified herein. They shall be designed for a life of 100,000 hours

with service intervals at 20,000 hours.

1.3.12 The Pump, motor and associated electrical equipment shall be rated for a minimum 10 starts per hour

1.3.13 The pump shall be capable of developing the required total head at rated capacity for its continuous

operation. Pumps of particular category shall be identical and shall be suitable for parallel operation. The

head capacity curve shall be continuously rising towards shut off with the highest at shut off. The pump set

shall be suitable for starting with delivery valve open as well as closed at any operating point. The motor

96 | P a g e

should also start accordingly. The pump set shall be capable of withstanding the accidental rotation in

reverse direction.

1.3.14 The Motor Rating should be higher of the two criteria:

(a) at least 10 % over the Maximum pump shaft input at any point of the curve for motors

&/or

(b) 15 % over pump shaft input @ duty point (i.e. bkW)

1.4. CONSTRUCTIONAL FEATURES:

1.4.1 Casing 1.4.1.1 Casing shall be volute centrifugal type.

1.4.1.2 Casing shall be of Cast Iron (FG 260 as per IS 210 or GG25 or EN-JL1040)

1.4.2 Impeller : Impellers shall be fabricated according to the rated motor size as follows:

1.4.2.1 Statically and dynamically balanced, keyed to the shaft

1.4.2.2 Provided with pump-out vanes to prevent material from getting behind the impeller and into

mechanical seal area.

1.4.2.3 Pumps must be equipped with a method of restoring impeller to casing clearance in the

axial direction, to restore the pump efficiency, at site, without the need for dismantling of pump and

machining for replacement of wear rings.

1.4.2.4 Impeller clearance adjustment shall not be done unless approved by the Engineer

1.4.2.5 Impellers shall be of closed, Multi vane type.

1.4.3. Induction Motor (Submerged) Design: 1.4.3.1 The motor shall be of Squirrel Cage, Induction type, Air Filled yet capable of Water Immersion up to

20mwc for S1 duty – Motors with Oil or Water filled windings shall not be allowed.

1.4.3.2 The motor shall be rated for 4l5 ± 10 % V, 3 phase 50 ± 5% c/s A.C. Its winding should be of Class

“F or H” insulation * (withstanding winding hot spot temperature of up to 185°C respectively) while the

nominal temp rise of winding hotspot should not exceed that of class “B”.

1.4.3.3 Motor shall be capable of starting and accelerating the load with the applicable method of starting

without exceeding the acceptable winding temperatures, when the supply voltage is in the range of 10%

above of the rated motor voltage.

1.4.3.4 Motor shall be designed to withstand 120% of the rated speed for two minutes without any

mechanical damage in either direction of rotation.

1.4.3.5 The motor should be wound using Dual Coated, Super Enamelled; Copper wire with high

temperature index as per I.S. 4800 Part-13. PVC / Poly propylene – poly ethylene insulation for winding

wires shall not be allowed. Motor’s Insulation should be Vacuum Varnish Impregnated & Oven Baked to

ensure Moisture Impervious & Mechanically Robust insulation. Dip or Pour type Air Dry Varnishing shall

not be allowed

1.4.3.6 Motor Protection A) Thermal Overload Protectors (Bi Metallic Over Load Relays) should be embedded in each phase of the

stator winding & Drive End (Thrust) Bearing housing to detect overheating & trip the motor from the control

panel in the event of the temperature exceeding the safe operating limit (above 130 C for winding & above

90 C for bearings).The operational logic of these TOP’s shall be NC while at fault they should Open Circuit

at 240V mains.

B) To detect primary Mechanical Seal’s Leakage a Moisture Sensor shall be provided in intermediately Oil

Chamber (& not in the Motor casing or elsewhere) – this shall detect water mixing in oil by mode of

increased leakage current from the moisture sensor.

1.4.4 Cables 1.4.4.1 A watertight Cable Junction Box sealed from the motor shall be provided for the motor power and

signalling cables. The cable shall be of minimum 25 m to be terminated in MCC. It should be Copper Cored,

Dual Sheathed EPRS/PVC type.

97 | P a g e

1.4.4.2 A watertight cable junction box sealed from the motor shall be provided for the motor power and

signalling cables complete with all external corrosion resistant cable glands. The cable shall be brought

directly out of the submersible motor without joints, and shall be of sufficient length, minimum 20 m to be

terminated in an IP 67 junction box (in the scope of electrical contractor) outside adjacent to the wet well.

They shall be sized in accordance with the electricity utility regulations and BS 7671.

1.4.5 Shaft & Bearings

Pumps Shafts shall be fabricated as follows:

1.4.5.1 Pump Shafts shall be of such diameter that they will not deflect more than 0.05 MM

measured at the mechanical seal, whilst operating at full driver output.

1.4.5.2 The Shaft shall be turned, round and polished.

1.4.5.3 The Shaft shall be key-sealed for securing the impeller. Bearings shall be fabricated as follows.

1.4.5.4 The Solid Shaft shall be supported by heavy duty Ball or Roller bearings with a minimum L10 life of

1,00,000 hours in accordance with BS 5512. The bearings should be Permanently Greased with Premium

Quality, High Temperature and Long Life Grease thereby obviating the need of re-lubrication for upto L10

life of the bearings. Oil Lubricated bearings shall not be allowed.

1.4.5.5 Bearings shall be capable of taking the static weight of the rotating parts and any thrust generated by

the operation of the pump.

1.4.5.6 The upper bearing(s) shall be of the grease lubricated sealed for life type, the lower bearing(s) shall

be lubricated by the internal oil supply.

1.4.5.7 The bottom bearing(s) shall be of the angular contact ball bearing type in combination with roller

bearing(s).

1.4.5.8 Remote indication shall be provided for bearing high temperature, using a Bi metallic Thermal

overload relay at the lower bearing to provide a signal at 95 deg C.

1.4.6 Guide Rail 1.4.6.1 The guide rails shall not support any portion of the weight of the pump.

1.4.6.2 The final connection between the pump discharge flange and discharge elbow (duck foot bend) shall

ensure zero leakage by means of a Neoprene seal/suitable mechanical arrangement (no profile gaskets) fixed

on to the pump discharge flange, thereby avoiding a metal to metal contact.

1.4.7 Stuffing Box / Oil Chamber 1.4.7.1 The pressurized entry of water into the motor (from the pump’s volute casing) should be prevented

by two separate mechanical seals in mounted in a Tandem mode within an oil chamber.

1.4.7.2 The Primary (Inboard) seal should be of Silicon Carbide or Tungsten Carbide faces to withstand

erosive wear due to any silt particles. The Secondary (Outboard) seal should be of Carbon v/s Cast Chrome

Molybdenum Steel or Silicon Carbide or Tungsten Carbide – i.e. Thermally Unstable materials like

Alumina/ Aluminum Oxide shall not be allowed.

1.4.7.3 Seals must be capable of withstanding rotation in either direction.

1.4.7.4 A detector shall indicate when moisture is leaking past the first seal

1.5 INSTALLATION SPECIFICATIONS:

1.5.1 The pump shall be suitable for Vertical, Permanent; Wet (Submerged) Installation – i.e. Auto Coupling

System. The installation shall be carried out at existing UG sump which is in operating condition.

1.5.2 The pump set should be coupled to the rising mains by an Automatic Coupling

system. The automatic coupling system should have a pedestal (which is bolted on to sump bottom by pre-

grouted foundation bolts) which is permanently bolted onto the rising mains.

1.5.3 The automatic coupling system design should be such that a unbuilt bend is integrally cast with the

pedestal. This design obviates the need of bolting on a separate duck foot (DF) bend to pedestal. Separately

98 | P a g e

bolted CI IS DF bends are not allowed as they are not conductive to replace flange gaskets (between the CI

IS DF bend and the pedestal).

1.5.4 To prevent swiveling of the pump set (while lowering into & pulling out of sump), Larger

(With discharge size ≥ 125m) &/or Deep Installed (with

Pumps; the Auto Coupling system should preferably have Two Guide Elements (either

Pipes or Wires) – i.e. Single Guide Element shall not be preferred.

1.5.5 To "fish out" a Vertically Installed Submerged pump set (even if a chain has not been attached to the

lifting hook prior to the pump set being lowered) the pump should have a self-centering lifting hook / wire

rope sling. Its design should be such that the lifting chain's hook can be engaged to it without the need for

man to enter the wet sump to engage the same.

1.5.6 The Pump shall be mounted directly into the suction trench of the UG sump onto

auto coupling system whose delivery end shall be coupled to the riser.

1.6 TESTING: The pump sets shall be tested at the works of the manufacturer in accordance of ISO 9906 or

IS 9137 or IS 5120 (Tolerance Class 2) at the test bench of the manufacturer.

3.6.1 As Submerged Centrifugal pumps are installed on specialized Auto Coupling Device, where no

external bolting between the pump & the delivery piping is possible – so it is absolutely Essential that this

joint is leak free or else there may be a substantial Pressure /Leakage Loss

between the Pump & the Auto Coupling System (as they are not clamped together like

conventional Gasket & Bolted Flanged Joints). So, it is compulsory that the pump should be tested on an

Auto Coupling System only –i.e. testing the pump with flange, gasket bolted delivery piping is not allowed.

1.6.2 To ascertain compatibility of pump set with Star Delta Starter, the pump sets shall be preferably tested

on Star Delta Starter (in accordance if ISO 9906 or IS 5120). After the testing of the pump at rated speed has

been completed, placing the pump on the rated duty point at

50Hz: the speed shall then be reduced to 90, 80 & 70% (of full speed) to ascertain the stable performance of

the pump set at reduced speed. During this operation, there should be no vibration or current fluctuations.

1.6.3 The Flow shall be measured by preferably by Full Bore Electro-Magnetic or Ultrasonic Flow Meters

but compulsorily with mensuration inaccuracy not exceeding 0.5%.

1.6.4 In case of MNC pump manufacturers not having adequate testing facility within reasonable

Distance (i.e. decided by the area of operation of the TPI); the pumps should be tested at the Alternative Test

Bed or at Field within 30 days of installation which the contractor/ manufacturer is bound to offer at no extra

cost. The Field Testing shall include the following:

1.6.5 Motor Routine Tests: IR, HV, No Load Amperes, Vibration, etc. routine and type tests in accordance

with IS: 4029 and IS: 325 at the manufacturers works shall be offered. Test certificates shall be endorsed to

the effect that they are properly balanced and free from vibration. In addition, a test shall be required to

establish the maximum transient starting current.

1.6.6 Pump Performance Testing (in accordance with IS 5120 / IS ISO 9906, Grade 2 -5% / ISO

2548-5%) : Measurement of Head, Discharge, Motor Input at at least 6 different points to plot the Actual

Performance Curves.

1.6.7 All the Extra Charges for such Field Testing shall be borne by the Contractor. It is clarified that, in case

of Field Testing Failure; the customer reserves the right to detain the pumps in their custody until the

contractor replaces the failed pumps with new pumps which shall again be subjected to Re-Testing. No extra

charges shall be paid by VMC to the contractor.

1.7 GUARANTEE:

1.7.1 The contractor shall give performance guarantee of the pump for 60 Months from the date of

completion of SITC work. It means contractor has to maintain the flow and head parameters (DUTY POINT)

of the pump for five years within +/- 5 % tolerance limit, for that contractor has to carry out all replacement /

99 | P a g e

repair / modifications/ maintenance of necessary part/parts/pump as required to achieve the performance duty

parameters & same shall be verified by every year in presence of VMC engineer without any extra charges.

If Contractors failed to give the performance at site than, VMC reserves the right to ask for the penalty as per

or detain the pumps until the contractor replaces the failed pumps with New pumps which shall again be

subjected to Retesting. No extra charges shall be paid by VMC to the contractor.

Except pump all other mechanical and electrical equipments used in this project shall be keep in the working

satisfactory condition during five years of GUARANTEE PERIOD. If contractor fails to repair/replace the

faulty equipments within stipulated time then penalty as per tender shall be impose and VMC has right to

take action as per the tender terms and condition.

1.7.2 The pump manufacturer should guarantee the following parameters for 5 years Flow Rate

1.7.2.2 Total Head

1.7.2.3 Guaranteed Efficiency

1.7.2.4 Motor Input

1.7.3 For the material workmanship, the contractor shall give 60 Months of

guarantee from the date of SITC work completion. PARTICULARES

DESCRIPTION

Pump – Motor set Combined Efficiency (Minimum) 75.0 %

ITEM 2: Supply, installation, testing and commissioning of Manually Gear operated

Horizontal shaft DI DF Butterfly Valve, conforming to IS 13095 / BS 5155, PN 1.6 with SS 304

renewable seat rings, indicator, gear box with bolts, nuts &

washers, gaskets, etc. as per specifications and complete in all respect.

Size: 350 mm NB (at header after DPCV)

Resilient seated butterfly valve short body shall be as per IS 13095/ BS 5155. Valve shall be suitable for

mounting in any position.

For Valve size 150mm and above end connection shall be flanged and for sizes up to and including

125mm shall be flanged / full lug wafer type

The valve seat shall be of integrally cast or replaceable design. When the valve is fully closed, the seal

shall seat firmly so as to prevent leakage. The seat surfaces shall be machined smooth to provide a long

life for the seal.

All fasteners shall be set flush so as to offer the least resistance possible to the flow through the valve.

Valve shall be suitable for throttling purpose.

All valve, spindles and hand wheels shall be positioned to give good access for operational personnel.

Valve of diameter 400 mm and above shall be provided with enclosed gear arrangement for ease of

operation. The operation gear shall be such that they can be opened and closed by one man against an

unbalanced head 15% in excess of the maximum specified rating. Valve and any gearing shall be such

as to permit manual operation in a reasonable time and not exceed a required rim pull of 400 N.

All hand wheels shall be arranged to turn in a clockwise direction to close the valve, the direction of

rotation for opening and closing being indicated on the hand wheels.

Butterfly valve where specified shall be electrically operated.

100 | P a g e

MATERIALS OF CONSTRUCTION:

SR.

NO.

COMPONENT

MATERIAL

(a)

Body

Cast Iron : IS 210 Gr FG 260

(b)

Body ring

Stainless Steel; BS 970 Gr. 431 S29

(c)

Disc

Ductile Iron : IS 1865 Gr 500/7

(d)

Shaft

Stainless Steel; BS 970 Gr. 431 S29

(e)

Disc ring

EPDM Rubber

(f)

Bearing

Teflon

1. Butterfly Valve shall confirm to IS: 13095 with ISI Mark PN-1.6.

2. Butterfly valve with Sleeve of EPDM & Disc, Shaft & internal part of SS-410 & ISI mark only.

3. Valve shall be suitable for frequent operation as well as operation after long periods of idleness in

either open or closed position.

4. Butterfly shall have a gear mechanism operating arrangements with indicator to see the open close

status.

5. All valves shall be tested, hydraulically as per relevant is standards. Body test and test shall be

carried out and check for water tightness.

6. Materials certificate physical & chemical analysis certificates of all component of the valve

shall be furnished to VMC.

Certified hydraulic test report for all body casting shall be furnished to VMC.

ITEM NO: 3

Supply, installation, testing, commissioning of double flanged DI Pipes confirming to IS

8329-2000, class K9 with connections complete for delivery and header lines and as per

Specifications & drg. The scope also includes connection with main header/rising main.

1.0 Material :

1.1 The Material in general shall be confirming to is: 1387:1993.

1.2 Method for brinell Hardness test of Material shall confirm to IS:1500:1983.

1.3 Sampling Criteria for the various tests unless specified in this specification shall be as laid down in

IS 11606:1986.

1.4 Pipe shall be suitable for push on joint Including supply of EPDM Rubber Gasket, confirming to ISI

5382-1985 read with IS 12820-1989.

2.0 Manufactures :

2.1 The Metal used for the manufacture of pipe shall confirm to the appropriate as grade specified in IS

8329:2000. It shall be prepared at the discretion of the Manufacture in a cupola, an active Mixer of

other suitable furnace or any other Suitable Standard Method.

2.2 The Pipes shall be stripped with all precautions to avoid warping shrinkage defects teri mental to

their good quality, The pipes showing shall be sound and free from surface or the defects., pipes

showing shall infection which, result from the Method of Manufacture and which do not affect their

serviceability shall not be rejected on that account alone. Minor defects arising out manufacturing

process may, be rectified with the console of the purchaser.

101 | P a g e

2.3 The Pipes shall be such that they could be cut, drilled on machined. In case of dispute the pipes may

be accepted provided hardness measured on the external unmachine surface does not exceed 230

HBS.

2.4 If necessary, the pipes may be subjected to reheat treatment to ensure that brinell hardness does

not exceed the specified value.

2.3 In case of push on joint, the sp got ends shall be suitably chamfered for smooth entry of pipe in the

socket filled with the rubber gasket, socket and Spigot dimensions including chamfer must be

checked and a test certificate to the effect shall be submitted for each and every pipe.

3.0 The socket dimensions shall be perfectly suitable for rubber gaskets confirming to IS 5382-1985 read

with to IS 12820:1989.

The Spigot dimensions including chamfer shall be strictly as per of IS 8329

4.0 Sampling :

4.1 Sampling Criteria for the various tests, unless specified shall be as laid down in IS 11606 :1986

5.0 Mechanical Test :

5.1 Mechanical tests shall be carried out during manufacture. Two tests shall be conducted for every

batch of production. Total no. of pipes for each batch would be as per Clause 9.2 of IS 8329:2000.

5.2 Ring Test and Tensile Test :

Two test pieces obtained by cutting rings or bars from the spigot and of two pipes Selected for

testing except for pipes manufactured under controlled cooled process as described when tested in

accordance with the methods specified in IS: 8329 shall satisfy the requirements mentioned in it.

5.3 Brinell Hardness Test

When tested in accordance with IS:1500:1993, the Brinell Hardness shall not exceed 230 HB on the

external unmachined surface.

5.4 Retest :

If any piece represeriteting lot fails in the first instance two additional test shall be made on test

pieces selected from two other pipes from the same lot. If both the results satisfy the specified

requirement the lot shall be accepted. Should either of these additional tests pices fail, the lot shall be

deemed as not complying with IS 1536:1989 and shall be liable for rejection.

5.4.1 In the event of lot not found confirming to this standard, the same may be re-offered for inspection

after reheat treatment.

6.0 Hydrostatic Test

6.1 All Pipes shall be tested hydrostatically at the pressure specified in Table 1 of IS 8329 : 2000 as

appropriate To perform the test the pressure shall be applied internally and shall the steadily

maintained for a period of minimum 15 seconds during which pipes may be struck moderately with a

700 gm hammer. The pipes shall withstand the pressure test and shall not show any sign of leakages

sweating or other defects, As far as possible the hydrostatic test shall be conducted before coating

the lining of pipes.

6.2 Works Test Requirements :

Socket and spigot pipes shall withstand test pressure specified in

TABLE : 1 Hydrostatic Test Pressures for Centrifugally Cast Socket and Spigot Pipes.

Class Hydrostatic Test Pressure at work MPa

---------------------------------------------------------------------------------------------

from 80 to 300 DN* 350 to 600 DN* 700 to 1000 DN*

(1) (2) (3) (4)

---------------------------------------------------------------------------------------------

K-9 3.2 2.5 1.8

102 | P a g e

* DN - Nominal diameter in MM

---------------------------------------------------------------------------------------------

7.0 Sizes and Mass :

7.1 The range of nominal diameter, DN, of pipes and flanges is as follows :

250 , 300 , 400 , 500 , 600 , 700 , MM or as Specified in Schedule – ‘B’

NOTE :

Nominal diameter is a number used to classify pipes and corresponds approximately to their clear internal

diameter.

7.2 Working lengths of socket and spigot pipes.

(a) socket and spigot pipes 5.0 , 5.5 and 6.0 m

7.3 Dimensions and mass of uncoated socket and barrel of the pipes shall IS confirm to IS:8329.

7.4 Mass for sockets and pipes barrels as specified in IS: 8329 shall have density of cast as 7050 KG /

Mt3.

8.0 Tolerance

8.1 Tolerance in Diameter :

8.1.1 The tolerance of external diameter of Barrels far all type of pipes unless specified shall be as per Table-

7 of Clause 15.1.1 of IS:8329:2000.

8.1.2 For requirement of interchangeability all pipes should be within the tolerance specified. Push on

flexible joints may need closer tolerance for its effective performance.

8.2 Tolerance on Ovality :

8.2.1 Pipes Shall be as far as possible circular internally and externally. The tolerance for out of roundness of

the socket and spigot ends in the jointing some for push on joint are given in Table below:

8.2.2 In case of oval spigot ends for push on joints (DE), the minor axis is permitted to be less than the

minimum allowable diameter by the value given below provided the mean diameter De measured by

circumferential tape, comes, within the minimum allowable dimensions of DE Table 2 after applying

the tolerance:

Table : Allowable Oviality for push on Joint Pipes

---------------------------------------------------------------------------------------------

Nominal Diameter DN Allowable difference between

MM Minor axis and DE min. mm.

1. 2.

---------------------------------------------------------------------------------------------

80 to 300 1.00

350 to 600 1.75

700 to 2.00

750 to 800 2.40

103 | P a g e

8.2 Tolerance on Thickness

The tolerance on the wall thickness ‘e’ and of pipes shall be as follows :

---------------------------------------------------------------------------------------------

Dimensions Tolerance in MM

Wall thickness - (1.3 + 0.001 DN)

---------------------------------------------------------------------------------------------

No limit for the plus tolerance is specified.

---------------------------------------------------------------------------------------------

8.4 Tolerance on length

The tolerance on length of pipes shall be as follows :

Type of Casting Tolerance in MM

---------------------------------------------------------------------------------------------

Socket and spigot end +_ 100

---------------------------------------------------------------------------------------------

8.5 Permissible Deviation from a Straight Line :

The Pipes shall be straight. when rolled along two gentries separated by approximately two third the

length of the pipe to be checked, the maximum deviation from a straight line in MM shall not be

greater than 1.25 times the length ‘L’ in Meters of the pipe thus

FM /< 1.25 < L

Where

FM = Maximum deviation from straight line, and

L = length of the pipe.

8.6 Tolerance on Mass

8.7 The permissible tolerance on standard Mass of pipe shall be + 8 percent for sizes unto and including

200 DN and + 5 percent for sizes above 200 DN.

9.0 Coating : Pipe shall be supplied with internal and external coating.

9.1 External Protection : -

Each pipe shall be coated externally with Metallic zinc coating with finishing layer as mentioned in

Annexure A of IS : 8329-2000.

9.2 Coating shall not be applied to any pipe unless its surfaces is clean, dry and free from dust.

9.3 The pipes shall be coated by spraying process in which metallic zinc material is heated to a molten

state and projected in small droplets.

9.4 The coating material shall set rapidly with good adherence are shall not scale off.

9.5 The Metallic zinc coating shall cover the outside diameter of the pipe end and shall be free from such

defects as bare patches or lack of adhesion.

104 | P a g e

9.6 Damaged area of zinc coating caused by handling are acceptable provided that the damaged is less

than 5 cm2/ m

2 of coated surface and provided that the minor dimensions of the damaged area do not

exceed 5 mm.

9.7 The average mass of zinc coating shall be not less than 130 g/m2 with a local minimum of 110

gm/M2.

10.0 Internal Coating :

When the pipes are to be used for conveying potable water the inside coating shall not contain any

constituent soluble in such water or any ingredient which could impart any test or whatsoever to the

potable water after sterilization and suitable washing of the mains.

10.1 All the pipes must be supplied with internal cement mortar lining strictly confirming to provision of

IS : 8329:2000.

10.2 Cement used for centrifugal lining must be of the best brand available confirming to relevant Indian

standard .

10.3 The sand used for preparation of mortar shall have controlled granulameric distribution from fine to

coarser elements, it shall be clean and free from dust, clay on any kind of impurities.

10.4 The water used for preparation of the mortar shall not contain substances dexterous to the mortar nor

not to the water as it is eventually intendent to transport in the pipe.

10.5 The mortar of the lining shall be composed of cement , sand and water.

10.6 The mortar shall be thoroughly mixed and shall have a consistency which result in dense and

homogeneous lining.

10.7 Condition of the interior surface of the pipe before application of the lining.

All foreign bodies lose scale of any other Material which could be detrimental to good contract

between the metal and the lining shall be removed from the surface which the lining is to be applied.

The inner surface of the pipe shall also be free of any metal projections likely to Project beyond 50

% the thickness of the lining.

10.8 Application of the lining

The Mortar of the lining is cast centrifugally inside the pipes.

Apart from the inner surface of the joint, the parts of the pipe coming into contact with transported

water shall be entirely covered with mortar.

The mortar shall be free of any cavities or visible air bubbles, arid, care shall be taken to ensure

maximum density at all points, The centrifuging the pipe shall be controlled so that segregation of

the sand in the lining is reduced to a minimum.

Once centrifuging is finished, the lining shall be cured at temperatures greater than 0 degree C. Any

loss of water from the mortar by evaporation shall be sufficiently slow that hardening is not

impeded.

105 | P a g e

Repairs to damaged or defective areas are allowable. The damaged Mortar shall first be removed

from these areas. The the defective part shall be repaired by using. for example, a trowel within fresh

mortar so that a continuous lining having a constant thickness is again obtained.

10.9 Thickness of the lining

The normal thickness of the lining and the Minimum permissible mean and local values are given in

the table.

At the pips ends, the lining may be reduced to values below the minimum thickness. The length of

the chamfer shall be as small as possible but. In any case shall be less than 50 mm.

10.10 Determination of lining thickness

The thickness of the lining will be checked on the frostily centrifuged mortar by the insertion of a

steel pin. or on the hardened mortar of a non destructive method of measurement.

The thickness of the lining shall be measured at both ends of the pipe in at least one section

perpendicular to the pipe axis.

In each, section which so shall be at least 200 mm from the pipe end measurements shall be taken at

four point spaced at 90.*

The values for the thickness of the lining shall be reported to the nearest 0.1 mm.

The lining thickness measured at any one point in the pipe shall not be smaller than the minimum

value given in the table.

The arithmetic means of the four measurement in is section shall not be less than the minimum value

specified in the IS :8329:2000.

10.11 Surface condition of the Bardened lining

The surface of the cement mortar lining shall be uniformly smooth, only isolated grains of sand are

allowed to appear on the surface of the lining.

The lining shall not be irritable and shall be free from corrugations or ridges that could reduce the

thickness of the lining to less than the minimum value at one point, as specified in the table.

On contraction of the lining, the formation of cracks cannot be avoided. These cracks, together with

other isolated crack which may result from manufacture or any develop during transportation , are

acceptance up to a width of 0.8 mm.

The structure of the lining is related to the centrifuging process.

On the inner surface of the lining a thin layer of fine sand and cement is formed which may extend

up to approximately one quarter of the total thickness of the mortar.

10.12 Thickness of the lining

The thickness of the lining shall be inspected on at least one pipe per section and per centrifuging

installation , for each diameter manufactured, which is as per IS 8329 : 2000

106 | P a g e

Table – Thickness of the cement mortar lining

All dimensions are in mili meters.

---------------------------------------------------------------------------------------------

DN Thickness Maximum Crack width/ Nominal Value

Tolerance Radialy Displacement

---------------------------------------------------------------------------------------------

80 to 300 3.0 -1.5 0/8

350 to 600 5.0 -2.0 1/0

700 to 1200 6.0 -2.5 1/2

1400 to 2000 9.0 -3.0 1/5

Note : - Fittings ends may have chamfer maximum length 50 mm.

---------------------------------------------------------------------------------------------

11.0 Marking :

11.1 Each pipe shall have cast stamped or indelibly painted on it the following appropriate marks :

(a) Manufacturing name, intake or identification mark :

(b) The nominal diameter:

(c) class reference:

(d) Mass of pipes

(e) The last two digits of the year of Manufacture.

(f) Name of the purchaser : VMC

(g) ISI Certification mark.

11.2 Marking may be done in the socket faces of pipe centrifugally cast in metal mould.

11.3 All the DI pipes shall be subjected third party inspection from TPI Agency appointed by VMC only

with their test certificates satisfying the IS requirements. Make for pipes shall be Electrosteel or

Jindal Saw Pipes or LANCO. Third party inspection charges shall be born by the contractor.

NOTE: The contractor shall have to check actual requirement of pipes/material on site, before placing the

order for supply. VMC will neither be responsible for excess quantity to the actual requirement on

site nor delay in the actual supply requirement.

(a) The payment of this item shall be done as per clause 48(3), General Condition of contract, and Rest of

the payment of this item shall be done after laying and jointing of pipeline.

The rate shall be per RMT

ITEM 4: DI FITTINGS

Supply, installation, connection with delivery / header, testing and commissioning of Flanged DI

Fittings and Specials like 90 deg. Bend, Drilled / Blind Flanges, Reducer / Enlarger, TEE etc. as

required to complete the piping and connection of pumps with main header/rising main

conforming to IS 9523.

Pipes and Fittings

(a) General

107 | P a g e

Ductile iron pressure pipes and fittings (up to Class K9) shall comply with IS 8329 and IS 9523.

All fittings shall be socketed unless specified except for incoming & outgoing below unit shall be

flanged.

(b) Materials

The materials used in the manufacture pipes and fittings shall comply with IS 8329 and IS 9523.

(c) Tests Tests on pipes and fittings shall be carried out in accordance with IS 8329 and IS 9523.

Testing of Pipe:

The main test among others to be conducted shall be as per IS: 8329-2000 or with its latest

revision/amendments.

[a] Mechanical Tests Mechanical tests shall be carried out during manufacture of pipes as specified in the Standards. The

frequency and sampling of tests for each batch of pipes shall be in accordance with IS 11606-1986. The

test results so obtained for all the pipes and fittings of different sizes shall be submitted to

Engineer. The method for tensile tests and the minimum tensile strength requirement for pipes and

fittings shall be as per IS; 8329/EN 545 for pipes and IS: 9523/EN 545 for fittings.

[b] Brinell Hardness Test For checking the Brinell hardness the test shall be carried out on the test ring or bars cut form the

pipes used for the ring test and tensile test in accordance with IS:1500. The test shall comply with the

requirements specified in IS: 1500/ISO 6506.

[c] Re-tests If any test piece representing a lot fails in the first instance, two additional tests shall be made on test

pieces selected from two other pipes from the same lot. If both the test results satisfy the specified

requirements the lot shall be accepted. Should either of these additional test pieces fail to pass the test, the

lot shall be liable for rejection.

For hydrostatic test at works, the pipes and fittings shall be kept under test pressure as specified in the

standard for a period of minimum 15 seconds during which the pipes shall be struck moderately with a

700 g hammer for conformation of satisfactory sound. They shall withstand the pressure test without

showing any leakage, sweating or other defect of any kind. The hydrostatic test shall be conducted

before surface coating and lining.

Quality Assurance The manufacturer shall have a laid down Quality Assurance Plan for the manufacture of the products

offered which shall be submitted along with the tenders.

The Employer’s Representative shall be permitted free access to the place of manufacture for the

purpose of examining and witnessing the testing of pipes and fittings.

Joints

(a) 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 suitable for carrying raw sewage with high septicity.

EPDM Rubber Gasket: Rubber Gasket shall be suitable for Push-on-Joint on lines carrying septic sewage.

The spigot ends shall be suitably chamfered or rounded off to facilitate smooth entry of pipe in the

socket fitted with the rubber gasket. Rubber Gasket shall confirm to IS 5382-1985 and ISO : 4633-

1996 its latest revision or amendments if any. Rubber ring bundles form every lot shall carry

with them manufacturers test certificate for the following mechanical properties.

□ Hardness

□ Tensile strength

□ Compression set

□ Accelerated again test

□ Water absorption test

□ Stress relaxation test

108 | P a g e

Rubber rings shall be clearly labeled in bundles to indicate the type of ring, the type of joint, the size

of the pipe with which they are to be used, the manufacturer’s name and trade mark, the month

and year of manufacture and the shelf life.

(b) Flanged Joints The flanges shall comply with dimensions and drilling details in IS 8329 for applicable class. 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 Employer’s Representative.

Linings

Ductile iron pipes and fittings shall have a sulphate resistant cement mortar lining, in accordance with IS

11906 or ISO 4179.

Pipe linings shall be inspected on site and any damage or defective areas made good to the satisfaction

of the Employer’s Representative. The Contractor may use specialist mortars, mortar additives or

curing agents only with the approval of the Employer’s Representative.

Certain sections are amplified as follows:

Sulphate Resistant Cement shall be used and no other additive shall be used without the written

approval of the Employer’s Representative, and shall be used strictly in accordance with the

manufacturer’s recommendations.

The minimum thickness of the lining at one point shall not be less than 4 mm.

Internal lining: Internally pipe shall be SRC Cement mortar lined (as per IS - 8329-2000).

The mortar shall contain by mass at least one part of cement to 3.5 part of sand.

All pipes and fittings shall be internally lined with cement mortar using high speed centrifugal process in

accordance with ISO 4179/IS 8329. Cement mortar lining shall be applied at the pipe manufacturing shop

in conformity with the aforesaid standards. No admixtures in the mortar shall be

used without the approval of the Engineer. The sand to cement proportion of sand if justified by the sieve

analysis.

Pipe lining shall be inspected on site and any damage or defective areas shall be made good to the

satisfaction of the Engineer. Lining shall be uniform in thickness all along the pipe. The minimum

thickness of factory applied cement mortar lining shall be as per IS: 8329 Annex-B or ISO 4179. This is

given below.

Nominal Pipe Size (mm) Nominal lining thickness (mm)

Up to 300 3

350-600 5

700-1200 6

1400-2000 9

Coating Pipe shall be delivered internally and externally coated.

External Coating:

Pipe shall be metallic zinc coated and after that it shall be given a finishing layer of bituminous paint as

per IS - 8329-2000. Zinc coating shall comply with IS: 8329/EN 545/ ISO 8179. Only molten zinc spray

coating shall be acceptable. The average mass of sprayed metal shall not be less than 130 g/sqm with a

local minimum of 110 g/sqm.

109 | P a g e

Bitumen overcoat shall be of normal thickness of 70 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 preferably through an automatic process.

Damaged areas of coating shall be repainted on site after removing any remaining loose coating and

wire brushing any rusted areas of pipe.

(a) General Ductile iron pipes and fittings shall be zinc coated with a bitumen over coating, all in accordance with the following Specifications. Buried pipes and fittings shall also have a site or factory

applied polythene sleeving. Pipe coatings shall be inspected on site and any damage or defective

areas made good to the satisfaction of the Employer’s Representative.

(b) 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.

(c) Bitumen Coating

Bitumen coating shall be of normal thickness 0.07 mm 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.

(d) Polythene Sleeving

Where polythene sleeving is specified to be applied in addition to bitumen coating it shall comply with

ISO 8180. Site applied sleeving shall be stored under cover, out of direct sunlight, and its exposure

to sunlight shall be kept to a minimum. Pipes having a factory applied sleeving must be stored in the

same conditions.

ITEM 5: Supply, installation, testing and commissioning of DI DF Dual Plate Check Valve

conforming to API 594, Class 125 with CS dual door, hinge pin & stop pin of SS 410, springs of

AISI 304 and seat of SS 304, along with all required accessories, gaskets and hardwares, etc.

complete as per IS and Specification.

General All double flanged dual plate check valves shall conform to API 594-1997 and API 598 or its latest amendment for pressure rating PN 1.0/ PN 1.6 / Class 300. All the parts of the valve shall be designed so as to withstand the test pressure as specified in the standard. Valve shall be free from sharp projections which are likely to get clogged with stringy materials.

The internal dimensions and shape of the body, plates, etc. shall ensure that the area for flow passage at

any cross section in the valve is not less than the area of the nominal bore of the valve as per

manufacturing standard.

The designs of the plates, hinge pin, stop pins, etc shall ensure free swinging of the plates. The spring

action shall optimize the equal closing rates of each plate. The dual plates face shall have close face

contact with the body seat ring in close position. Valves shall be designed for horizontal and vertical

mounting position. The plates shall not vibrate under full or partial flow condition.

Valve shall be quick closing type with non-slam characteristics. The non-slam characteristics shall be

achieved by providing suitable combination of plates, springs and hydraulic passages.

B. FEATURES OF CONSTRUCTION BODY: Valve body shall be double flanged. The minimum thickness of metal for body shall be as per

110 | P a g e

directives given in the API 594 and shall be maintained throughout any section uniform. The Flange to

flange dimensions shall be in accordance with manufacturing standard (tables 2A & 2B).

Body of the valve shall be fitted with removable seat ring securely fixed in machined recesses by

proper engineering practice. Rear side of valve flanges shall be machined or spot faced for proper

seating of bolt head, washer and nut.

Each check valve shall carry an embossed ARROW to indicate the direction of flow.

FLANGES: Valve flange faces shall be parallel to each other and shall be at right angle to the valve centerline. The

finish on facing shall comply with MSS SP-6 / ASME B 16.5. The flanges and their dimensions of

drilling shall be in accordance with the requirements of IS 1538, Table IV & VI.

PLATES & HINGES: Plates and hinges shall be designed so as to withstand satisfactorily the repeated impacts likely to

occur during service. Plates shall be securely positioned on body seat face with the assistance of

required nos. of spring or other devices. Plate seating face shall be renewable or uniformly deposited

weld metal machined and lapped using good manufacturing process so as to provide leak less seating on

body face ring.

The spring action shall optimize the equal closing rates of each plate. The plates shall be totally

vibration free under full or partial flow condition.

INTERNAL WETTED PARTS: Internal wetted parts shall be suitable for the specified service conditions. The term shall include but not be limited to hinges, pins, bolts, bearings and any other part in contact with the fluid medium other than the body, plates, trim, springs and pipe plugs.

OPTIONAL ITEMS:

1. Valves above 300 mm size shall have lifting eyebolts.

2. Valves above 600 mm size shall have support foot. 3. Valves above 600 mm size shall have Bypass arrangement as per process requirement.

Materials of Construction a) Body : Cast Iron, IS 210 GR 260

b) Plates / Doors : Cast Steel, Gr. WCB c) Body Ring : SS to BS 970 Gr 304 S16

d) Plate Ring / Face : SS to BS 970 Gr 304 S16 e) Hinge Pin / Stop pin : SS, AISI 410

f) Springs : SS, AISI 304

ITEM 6:

EXPANSION BELLOWS:

Supply, installation, testing and commissioning of flanged metallic S.S. expansion bellows confirming to

EJMA standard with PN 1.6 rating & all necessary carbon steel hardware’s as per data sheet.

Expansion bellow shall be shall be in accordance with the EJMA/ ASME standard.

The bellows shall be metallic corrugated design of MOC as specified and shall have double flange

with liner / internal sleeve. The Fatigue life expectancy considered for the Expansion Bellows shall be

111 | P a g e

min. 3000 cycles. The drilling standard of expansion joint flange shall be matched on piping side to ensure proper alignment and bellows is not subjected to torsional forces due to misalignment. The

expansion joint shall be single bellow design and shall be generally suitable for axial movement of up to

total 30mm (20mm axial compression & 10mm axial extension). Further it shall be suitable

accommodate angular misalignment of piping for up to min. 5mm / 3 degrees for installation.

To achieve maximum flexibility coupled with required resistance to pressure, bellows shall be formed

with single or multiple walls using a number of concentric cylinders (multi-ply construction) of

specified MOC, each longitudinally welded. However for the blower application the bellows shall be of

multi-ply construction only.

The expansion joint overall length for up to 250mm size shall be 250mm and for rest above 250mm

shall be 300mm.

Generally the expansion joint is provided of single bellow design as a dismantling / disassembly joint in

piping near valve or pump or flow meter or such device or equipment for ease of removal and

jointing. Tie Rods / Threaded draw bars attached to expansion joint assembly shall be provided for this

application.

In case of bellows used for air piping application / in air blower discharge piping or such application

witnessing vibration and temperature variations the expansion joint shall be single bellow with or

without limit rods as recommended by manufacturer suitable to absorb axial movement and to suit this

requirement.

In case of bellows used for diaphragm type dosing pump or such pulsating service the expansion joint

shall be single bellow with or without limit rods as recommended by manufacturer suitable to absorb

axial movement and to suit this requirement.

The austenitic stainless steel shall be welded using the T.I.G. welding method.

The weld end pipe shall be suitable for design pressure (Min. PN 10 or higher as per design) and for CS

/ MS weld end pipe shall be with min. corrosion allowance of 3mm for water /waste water

application. However for blower application the bellows shall be designed for a working pressure of

min. 1 Bar or higher as per design and for a temperature of min. 115 deg. C or higher as per design and

for a velocity of min. 25 m/sec or higher as per design and the liner thickness shall be suitable for the

same.

During installation the bellows as a practice shall always to be placed between two fixed points. Thrust block or saddle welded to pipe to make it fixed must be provided on both sides of EB. For

blower application generally after the bellow the first support (saddle or suitable) shall be provided at 4D

distance and second support 14D distance from bellows to dampen the vibrations.

The shipping bracket of bellows shall be removed only after installation of the bellows at site.

MATERIAL OF CONSTRUCTION

Component Description Water / Sewage / Sec. Treated Indl.

Effluent / Air Application

Bellows SS 304 (ASTM A 240 Tp. 304)

Internal Sleeves / Liners SS 304 (ASTM A 240 Tp. 304)

Weld End Pipe CS / MS

Flanges IS:2062 with drilling as per IS:1538, PN10

Tie / Limit Rods Carbon Steel (CS) as per IS 1367

Nut, Bolt , Hardware CS as per IS 1367

112 | P a g e

ITEM7:

SITC of CI Temper proof Flanged Air Valve with Isolation Sluice Valve as per IS 14845 PN-1.6 &IS-

14846 PN-1.6 respectively with SS304 float, gun metal nozzle, complete hardware's, bolts, nuts &

washers, gaskets etc. including all taxes, Insurance, Transportation, freight charges, Inspection

charges, loading, unloading, conveyance to departmental stores, stacking, security etc. as per IS and

Specification.

Valves shall be tested at manufacturer works for visual inspection, hydro test, operational test and

dimensional check as per relevant standard.

Manufacturer shall offer valves for testing & inspection as per approved QAP and shall furnish all

relevant certificates including material test cert. for review and approval.

Valve shall be subjected to hydrostatic tests as specified in IS 14845-2000 for Body test, High pressure

orifice seat test and low pressure orifice seat test for minimum 2 minutes duration.

VISUAL INSPECTION:

Valves shall be offered for visual inspection and dimensional check before dispatch. The components of

the valves shall not be painted before inspection.

Valve shall be dispatched only after visual inspection and clearing instruction for dispatch.

ITEM8: Electric Operated Hoist:

Supply, erection, testing and commissioning of Single girder type Providing electric operated hoist

with travelling trolly with arrangement, lifting hook, load chain & hand chain & locking device etc

Capacity, Span: as per site condition, Lift: as per site condition

ERECTION - GENERAL

1.1. The Contractor’s staff shall include adequate and competent erection engineers with proven, suitable,

previous experience on similar contracts to supervise the erection of the works and sufficient skilled,

semi-skilled and unskilled Labour to ensure completion of works in time. The contractor shall not

remove any representative, erector or skilled Labour from the site without prior approval of the Engineer

in charge (EIC) or Engineer in charge’s representative.

1.2. The Contractor shall ensure that no installation or erection work shall commence until full and

unconditionally approved working drawings, signed and stamped by the EIC are available at site.

1.3. The Contractor’s erection staff shall arrive on the site on dates to be agreed by the EIC. Before they

proceed to the site, however, the contractor shall first satisfy himself, as necessary, that sufficient plant

of his (or his sub contractor’s) supply has arrived on site so that there will be no delay on this account.

1.4. One erection engineer who shall be required to be the contractor’s representative shall be conversant

with the erection and commissioning of the complete works. Should there be more than one erector, one

shall be in charge and the contractor shall inform the EIC in writing which erector is designated as his

representative and is in charge. Erection engineer is to report to project manager.

113 | P a g e

1.5. The Contractor shall be responsible for setting up and erecting the plant to the line and levels of

reference and of the positions, levels dimensions and alignment, appliances and labour in connection

therewith. The checking of setting out of any line or level by the EIC or EIC’s representative shall not in

any way relieve the contractor of his responsibility for the correctness thereof.

1.6. Erection of plant shall be phased in such a manner so as not to obstruct the work being done by other

contractors or operating staff who may be present at the time. Before commencing any erection work, the

contractor shall check the dimension of structures where the various items of Plants are to be installed

and shall bring any deviations from the required position, lines or dimensions to the notice of the EIC.

Plant shall be erected in a neat and workmanlike manner on the foundations and at the locations shown

on the approved drawings. Unless otherwise directed by the EIC, the contractor shall adhere strictly to

the aforesaid approved drawings. If any damage is caused by the contractor during the course of erection

to new or existing plant or buildings or any part thereof, the contractor shall, at no additional cost to the

Employer, make good, repair or replace the damage, promptly and effectively as directed by the EIC and

to the EIC’s satisfaction.

1.7. The contractor shall align all equipment and holding down bolts and shall inform the Employer before

proceeding with grouting in the items concerned. The contractor shall ensure that all equipment is

securely held and remains in correct alignment before, during and after grouting in.

1.8. The approval by the Employer of the contractor’s proposals for rigging and hoisting any items of the

plant into final positions shall not relieve the contractor from his responsibility for damage to completed

structures, parts or members thereof or other installed equipment. He shall at his own cost make good,

repair or replace any damaged or injured items, whether structural, electrical, architectural, or of any

other description, promptly and effectively to the satisfaction of the Employer.

1.9. No plants or other loads shall be moved across the floors of structures without first covering the floors

with timber of sufficient size so that applied loads will be transferred to floor beams and girders of steel

or concrete. If it is required to reduce bending stresses and deflection, the beams and girders shall be

provided with temporary supports.

1.10.During erection of the plant the EIC will inspect the installation from time to time in the presence of the

contractor’s site representative to establish conformity with the requirements of the specifications. Any

deviations and deficiencies found or evidence of unsatisfactory workmanship shall by corrected as

instructed by the EIC.

EOT/HOT Crane/CPB / HOIST / HOT monorail shall be tested for overload tests at 125% of the rated load, speed of lifting and deflection check at manufacturer works. All required test certificates shall be furnished for hook, wire rope, brake. etc. and complete crane/hoist/CPB/monorail.

114 | P a g e

WITNESSING OF PERFORMANCE TESTING OF EOT/HOT CRANE/ CPB/HOIST/HOT-

MONORAIL

Type of Material Handling

Equipment

Witnessing / Review for each type & capacity

(Ele./Manual)

CPB/HOIST/HOT-

monorail/Chain Hoist

Visual / Performance witnessing Not Required. Manufacturer shall test all the CPB / Hoist & HOT internally and

shall provide their Internal test records along with material test

certificates for all major parts as per Tender, Dimensional check

certificates, etc. as per approved QAP & DS of CPB / Hoist & HOT

for review, record and dispatch clearance prior to dispatch of

material.

EOT / HOT Crane 100 % EOT / HOT Crane shall be witnessed at manufacturer works for performance test as per approved documents / QAP

ITEM 9: DRAIN PUMP: Supply of Horizontal Mono-Submersible Pump set (Drain pump)

As per IS: 14220 / 1994 & its latest amendments of following duty parameters with suitable submersible

motor as per IS: 9283 / 1994 & its latest amendments working on 3 ø, 415 V ± 10%, 50 ± 3% Hz power

supply, rated speed 2900 RPM of following duty capacity. Material of Constructions: Impeller- High tensile

brass / LTB II; Casing- CI FG 260; Pump & Motor shaft- SS 304; Bearing Bush- LTB Incapacity: 40 m3 / hr

and Head: 10 Mtr

ITEM 10 : Dewatering pump(Diesel Driven):

Providing and erecting portable diesel self-priming horizontal mono sump pump set (Dewatering set)

with four wheel trolley, GI medium duty delivery and suction pipes, specials, suction strainer etc

complete set Materials of construction; Impeller-Bronze Casing C.I Shaft Carbon Steel 12-30 LPS

with 0-12 mtrs Head.

ITEM 11: PRESSURE GAUGE:

Design, Supply, Installation, Testing, Commissioning of Bourdon Type Pressure Gauge, ±1%

accuracy, Direct bottom 1/2" NPT (M) process connection, IP 67, Glycerine filled, SS304 Case with

Bayonet Type Bezel, SS316 L Bourdon Tube, SS316 Movement material, Aluminium dial with black

graduation on white background, Micro Zero adjustable pointer, neoprene gasket, Blow out disc,

shatter proof glass, SS tag plate etc as per IS 3624.(Pump delivery & header).

Range : 0 - 10 kg / sq.cm.and 150 mm dia

All pumps, compressors and air blowers shall have PG at their discharge lines. Pressure Gauges for process

fluids containing sludge/solids and corrosive chemicals shall be of diaphragm type. PG dial face shall be

marked with pressure element material. Ran that the gauge normally operates in the middle third of the scale

and shall confirm to IS 3624 standard dials, wherever possible.

Diaphragm seals, filled type or mechanical type shall be furnished where plugging of the element may occur

or where suitable material is not available in highly corrosive services. When chemical seals are required,

they shall be of clean out type with flushing connection.

Pressure Gauge Dial Size shall be of minimum 150mm and of white with balck engraving, shall be provided

with blow out disc, toughened/safety glass window, bayonet type bezel ring, case material of SS304,

Boudron Element / Socket of SS316, movement parts of SS, weather proof to IP adjustment at the pointer,

bottom process connection shall be 1/2” NPT, over protection of 130% of FSD.

115 | P a g e

In case of Diaphragm type Pressure Gauge, Diaphragm / Lower Chamber Wetted Parts shall be os SS316,

Upper Chamber of SS304 / SS316, with silicon oil seal ANSI B16.5 flanged process connection

Following accessories shall be supplied as a standard with all pressure gauges:

Isolation Valve : Required, Gate / Ball Valve, SS 316

Manifold Valve : Required, SS 316, 3 Way 2 Valve type

116 | P a g e

PART C- ELECTRICAL

1: LOW VOLTAGE (LT) PANEL BOARD (PMCC):

1.1 SCOPE This scope shall cover supply, installation, testing and commissioning of various medium

voltage Panel Board as described in Bill of quantities and drawings.

Medium voltage Panel Board will be installed indoor and is connected through the cables.

1.2 SERVICE CONDITIONS AT SITE Ambient Temperature : Max. / Min. = 50° C. / 6° C.

Design temperature : 50 Degree C. Relative humidity : 95% max. Voltage : 415+/- 5%, TPN Frequency : 50 Hz. + 5% to -5% Neutral : Solidly / earthed neutral. Fault level : 50KA or as per SLD whichever higher, Symmetrical at

1.3

415V solidly earthed.

DOCUMENTATION

Contractor shall furnish drawings, data and manuals in six sets along with equipment supplied.

i.) General arrangement drawing indicating accessories and dimensions.

ii.) Foundation plan and loading. iii.) Termination arrangement with dimensions. iv.) Three phase wiring diagrams

v.) SLDs and control schemes

vi.) Terminal plans vii.) Bill of quantity for each panel with make and model no.\

viii.) Submit catalogues of switchgear, & control devices.

ix.) Technical Data sheet for Air Circuit Breaker, MCCB’s, Major items etc. with the

manufacturer catalogues and data sheet.

Documents to be submitted after placement of order.

Final documents:

As built drawings with AutoCAD soft copy.

Instruction and maintenance manual – Six copies.

Test certificates – Six copies.

1.4 GENERAL SPECIFICATIONS

1.4.1 All the Panels shall be metal clad, totally enclosed, rigid, floor / wall mounting, air

insulated, cubicle type suitable for operation on three phase 415 V, 50 Hz., neutral

effectively grounded at transformer and short circuit level as mentioned in the drawings.

1.4.2 The painting of all the metal part shall be with seven tank process followed by powder

coating as per the standard.

1.4.3 The Panels shall be designed to withstand the heaviest condition at site, with maximum

expected ambient temperature of 50° c., 95% humidity.

117 | P a g e

1.5 STANDARDS AND CODES

The Panels shall comply with the latest edition of relevant Indian Standards and Indian

Electricity Rules and Regulations. The following Indian standards shall be complied with:

STANDARD

NO.

PARTICULAR

IS : 4237 General requirements for switchgear and control gear for voltages

not exceeding 1000 V a.c. or 1200 V d.c.

IS : 5578 Guide for marking of insulated conductors.

IS : 11353 Guide for uniform system of marking and identification of

conductors and apparatus Terminals.

IS : 13947 Low voltage switchgear and control gear.

IS : 8197 Terminal marking for electrical measuring instrument and their

accessories.

IS : 2551 Danger notice plates

IS : 10118 Code of Practice for selection, installation and maintenance of

switchgear and control gear.

IS : 8623 Specification for factory built assemblies of switchgear and control

gear for voltage up to and including 1000 V A.C. and 1200 V D.C.

IS : 8828 Miniature circuit breakers.

IS : 9224 HRC fuse links

IS : 2705 Current transformer

IS : 3156 Voltage transformer

IS : 3231 Electrical relay for protection

IS : 1248 Indicating instrument

IS : 722 Integrating instrument

IS : 6875 Control switches and push buttons

IS : 1822 A.C. motor starters of voltage not exceeding 1000 V

Indian Electricity Act and Rules (as amended up to date) and approval of FIA of India.

The Panels also require approval of the consultant at various stage of their manufacture such as

design, selection, construction, testing, shipping etc.

1.6 CONSTRUCTION CUBICAL TYPE PANELS

i.) STRUCTURE

118 | P a g e

The Panels shall be of compartmentalized design so that circuit arc / flash products do not

create secondary faults and be fabricated out of high quality CRCA sheet, suitable for

indoor installation having dead front operated and floor / wall mounting type.

All CRCA sheet steel used in the construction of Panels shall be 2.0mm. thick for body and

partitions, 1.6 mm for doors and shall be folded and braced as necessary to provide a rigid

support for all components. Joints of any kind in sheet steel shall be seam welded, all welding

slag grounded off and welding pits wiped smooth with plumber metal. Removable gland

plates shall be provided for power and control cables. The gland plates shall be 3 mm thick

and for single core cables shall be of non-magnetic material.

The Panels shall be totally enclosed, completely dust and vermin proof. Gaskets between

all adjacent units and beneath all covers shall be provided to render the joints dust proof.

All doors and covers shall be fully gasketed with foam rubber and /or rubber strips and

shall be lockable. Starter panel openings shall be covered with louvers and wire mesh

(non ferrous) of proper size to prevent entry of foreign material or insects.

All panels and covers shall be properly fitted and screwed with the frame and holds in the

panel correctly positioned. Fixing screws shall enter into holes, taped into an adequate

thickness of metal or provided with bolts and nuts. Self threading screws shall not be

used in the construction of Panels.

A base channel of 75 mm. x 40 mm. x 6 mm. thick shall be provided at the bottom. A

clearance of 300 mm. between the floor of the Panels and the bottom of the lower most

unit shall be provided.

Panels shall be preferably arranged in multi-tier formation. The Panels shall be of

adequate size with a provision of 20% spare space to accommodate possible future

additional switchgear. The size of the Panels shall be designed in such a way that the

internal space is sufficient for hot air movement and the electrical component does not

attain temperature more than 50°c.If necessary, openings shall be provided for natural

ventilation, but the said openings shall be screened with fine weld mesh. All the electrical

component shall be de-rated for 50°c.

Knock out holes of appropriate size and number shall be provided in the Panels in

conformity with the number, and the size of incoming and outgoing conduits / cables.

Alternately, the Panels shall be provided with removable sheet steel plates at top and

bottom to drill holes for cable / conduit entry at site.

The Panels shall be designed to facilitate easy inspection, maintenance and repair.

The Panels shall be sufficiently rigid to support the equipment without distortion under

normal and under short circuit condition. They shall be suitably braced for short circuit

duty.

ii.) PAINTING:

The painting shall be seven tank process followed by powder coating.

iii.) CIRCUIT COMPARTMENTS:

119 | P a g e

Each circuit breaker and switch fuse unit shall be housed in separate compartments and

shall be enclosed on all sides. Sheet steel hinged lockable door shall be duly interlocked

with the breaker in `ON’ and `OFF’ position.

The door shall not form an integral part of draw out position of the circuit breaker. All

instruments and indicating lamp shall be mounted on the compartment door. Sheet steel

barriers shall be provided between the tiers in a vertical section.

iv.) INSTRUMENT COMPARTMENTS:

Separate adequate compartment shall be provided for accommodating instruments,

indicating lamps, control contactors / relays and control fuses etc. These components shall

be accessible for testing and maintenance without any danger of accidental contact with

live parts of the switchgear / control gear, bus bar and connections.

v.) BUSBARS:

The bus bar shall be air insulated and made of high quality, high conductivity, high

strength E C g r a d e Aluminum.

The bus bar shall be of 3 phases and neutral system with separate neutral and earth bar.

The size of neutral bus bar in all main panels or lighting panels and feeders for LDB shall

be 50% of phase bus bar. The bus bar and interconnection between busbars and various

components shall be of high conductivity Copper. The busbar shall be of rectangular

cross-section designed to withstand full load current for phase busbars and half rated

current for neutral busbars in case of MCC panels only and shall be extensible on either

side. The busbar size shall be as per drawing. The busbar shall have uniform cross-

section throughout the length.

The busbars and interconnections shall be insulated with epoxy coated bus sleeves. The

busbar shall be supported on bus insulators of SMC/DMC type at sufficiently close intervals

– not more than 500 mm for panels above 1000 A, to prevent busbars sag and shall

effectively withstand electromagnetic stresses in the event of short circuit capacity as

specified in respective SLD.

The busbar shall be housed in a separate compartment. The busbar shall be isolated with 3

mm. thick bakelite sheet to avoid any accidental contact. The busbar shall be arranged

such that minimum clearance between the busbar is maintained as per electrical

requirements.

All busbar connections shall be done by drilling holes in busbars and connecting by

chromium plated or tinned plated brass bolts and nuts. Additional cross-section of busbar

shall be provided in all Panels to cover up the holes drilled in the busbar. Spring and flat

washers shall be used for tightening the bolts.

All connections between busbars and circuit breakers / switches and cable terminals shall

be through aluminum strips of proper size to carry full rated current. These strips shall be

insulated with insulating tapes.

Panel to panel entry of bus bar shall be effectively sealed by electrical and thermal insulation

barriers so that products of flashover do not travel from one panel to another panel

creating multiple faults.

120 | P a g e

Busbar shall be calculated on 50 deg. C. ambient temp. and 85 deg. C. for continuous and

short time rating. Busbar surrounding air temp. shall be considered 70 deg. C. for busbar

calculation

All joint shall have non-flammable insulation shrouds for secondary insulation purpose vi.) ELECTRICAL POWER AND CONTROL WIRING CONNECTION:

Terminal for both incoming and outgoing cable connections shall be suitable for 1100 V

grade, aluminum / copper conductor PVC insulated and PVC sheathed, armoured cable

and shall be sui table for connections of solderless sockets for the cable size as

ndicated on the appended drawings for the Panels.

Power connections for incoming feeders of the main Panels shall be suitable for 1100 V

grade aluminum conductor (PVC) cables.

Both control and power wiring shall be brought out in cable alley for ease of

external connections, operation and maintenance.

Both control and power terminals shall be properly shrouded. Clip on type terminals shall

be provided up to 10 sq.mm conductor and above 10 sq.mm bolt type terminals shall be

used.

10% spare terminals shall be provided on each terminal block. Sufficient terminals shall

be provided on each terminal block, so that not more than one outgoing wire is

connected per terminal.

Terminal strips for power and control shall preferably be separated from each other by

suitable barriers of enclosures.

Wiring inside the modules for power, control, protection and instruments etc. shall be

done with use of 660 / 1100 V grade; PVC insulated FRLS copper conductor wires

conforming to IS: 694 & 8130 Power wiring inside the starter module shall be rated for

full current raring of respective contactor, but not less than 4.0 sq.mm. Cross-section area.

For current transformer circuits, 2.5 sq.mm. Copper conductor wire shall be used. Other

control wiring shall be done with 1.5 sq.mm. Copper conductor wires. Wires for

connections to the door shall be flexible. All conductors shall be crimped with solderless

sockets at the ends before connections are made to the terminals.

Control power supply to modules through the control transformer only.

Control power wiring shall have MCB for circuit protection. All indicating lamps shall be

protected by MCB.

Particular care shall be taken to ensure that the layout of wiring is neat and orderly.

Identification ferrules shall be fitted to all the wire termination for ease of identification

and to facilitate checking and testing.

Spring type washers shall be used for all copper and aluminum connections.

Final wiring diagram of the Panels power and control circuit with ferrules numbers shall

be submitted along with the Panels as one of the documents against the contract.

vii.) TERMINALS:

The outgoing terminals and neutral link shall be brought out to a cable alley suitably

located and accessible from the panel front. The current transformers for instruments

metering shall be mounted on the disconnecting type terminal blocks. No direct

121 | P a g e

connection of incoming or outgoing cables to internal components of the distribution

board is permitted and only one conductor may be connected in one terminal.

viii.) WIREWAYS:

A horizontal / vertical metal / Al. wire way with screwed covers shall be provided at the

top to take interconnecting control wiring between different vertical sections.

ix.) CABLE COMPARTMENTS:

Cable compartments of minimum 300 mm size shall be provided in the Panels for easy

termination of all incoming and outgoing cables entering from bottom or top. Adequate

supports shall be provided in the cable compartments to support cables. All outgoing and

incoming feeder terminals shall be brought out to terminal blocks in the cable

compartment.

x.) EARTHING:

GI earth bars of min.50x6 mm or as specified in SLD (higher of two) shall be provided

in the Panels for the entire length of the panel. The frame work of the Panels shall be

connected to this earth bar. Provisions shall be made for connection from this earth bar

to the main earthing bar coming from the earth pit on both side of the Panels. The earth

continuity conductor of each incoming and outgoing feeder shall be connected to this

earth bar. The armour shall be properly connected with earthing clamp, and the clamp

shall be made for connection from this earth pit on both side of the Panels.

The earth continuity conductor of each incoming and outgoing feeder shall be connected

to this earth bar. The armour shall be properly connected with earthing clamp, and the

clamp shall be ultimately bonded with the earth bar.

xi.) LABELS:

Engraved PVC labels shall be provided on all incoming and outgoing feeders. Single line

circuit diagram showing the arrangements of circuit inside the distribution board shall be

pasted on inside of the panel door and covered with transparent laminated plastic sheet.

xii.) NAME PLATE:

A name plate with the Panel’s designation in bold letters shall be fixed at top of the

central panel. A separate name plate giving feeder details shall be provided for each

feeder module door.

Inside the feeder compartments, the electrical components, equipments, accessories like

switchgear, control gear, lamps, relays etc. shall suitably be identified by providing stickers.

Name plate shall be engraved of 3 ply,(Red-White-Red or Black- White-Black) lamicold

sheet. However, black engraved perpex sheet name plates shall also be acceptable.

Engraving shall be done with square groove cutters.

Name plate shall be fastened by counter sunk screws and not by adhesives.

xiii.) DANGER NOTICE PLATES:

The danger notice plate shall be affixed in a permanent manner on operating side of the

Panels.

The danger notice plate shall indicate danger notice both in Hindi and English and with a sign

of skull and bones.

The danger notice plate, in general, meets the requirements of local inspecting authorities.

122 | P a g e

Overall dimensions of the danger notice plate shall be 200 mm. wide x 150 mm. high. The

danger notice plate shall be made from minimum 1.6 mm. thick mild steel sheet and

after due pre-treatment to the plate, the same shall be painted white with vitreous enamel

paint on both front and rear surface of the plate.

The letters, the figures, the conventional skull and bones etc. shall be positioned on plate as

per recommendation of IS : 2551-1982.

The said letters, the figures and the sign of skull and bones shall be painted in signal red

colour as per IS : 5-1978.

The danger plate shall have rounded corners. Location of fixing holes for the plate shall be

decided to suit design of the Panels.

The danger notice plate, if possible, be of ISI certification mark.

xiv.) INTERNAL COMPONENTS:

The Panels shall be equipped complete with all types of required number of ACB, MCCB’s,

contactors, relays, fuses, meters, instruments, indicating lamps, push buttons, fittings,

busbars, cable connectors etc. and all the necessary internal connections / wiring as required

and as indicated on relevant drawings. Components necessary for the proper and complete

functioning of the Panels but not indicated on the drawings shall be supplied and installed on

the Panels.

All parts of the Panels carrying current including the components, connections, joints and

instruments shall be capable of carrying their specified rated current continuously, without

temperature rise exceeding the acceptable values of the relevant specifications at the part of

the Panels.

All units of the same rating and specifications shall be fully interchangeable.

1.7 COMPONENTS

1.7.1 GENERAL

The type, size and rating of the components shall be as indicated on the relevant drawings.

While selection of the capacity of the components resulting from the prevailing

conditions like ambient temperature shall be allowed for the thermal and magnetic trip

rating shall be compensated for the ambient temperature.

The rating indicated on the drawing is ratings anticipated at prevailing site conditions. 1.7.2 AIR CIRCUIT BREAKER

(a) General Specifications:

• ACBs shall conform to IEC 60947-2.

• Plastic components used in all ACBs shall conform to Glow wire test as per IEC 60695-2-1.

• ACBs shall have ‘CE’ marking & suitable for Isolation.

• ACBs shall have rated impulse withstand voltage of 12kV for main circuit & 4kV for Auxiliary

circuit.

• ACBs shall have Rated insulation voltage of 1000V.

• ACBs shall be with RoHS compliance.

123 | P a g e

• All ACBs shall have Icu=Ics=Icw for 1 Second with Combined Test Sequence Certification

from Independent Testing Approved Authorities DEKRA/CPRI/ERDA/ASTA/KEMA, etc. The

certification should not be more than 10 years old.

• It shall not be possible to open the racking shutter unless ACB is in OFF condition.

• For safety of operator, the ACB should remain in OFF condition during Racking Operation.

• ACBs shall offer Double Insulation from Front Face (Class 2 operating safety)

• ACBs shall offer option of pad locking the racking shutter to prevent the inadvertent racking

operation and facilitates implementation of ‘LOTO’ system.

• 4 Pole ACBs shall have shall have fully rated Neutral (100% w.r.t. Phase)

• ACBs up to 4000A shall be suitable for Aluminum as well as Copper termination. The same

shall be available in ACB manufacturer’s catalogue.

• ACB’s above 3200A shall be highest frame size by the manufacturer and shall have split poles/

terminals for better heat dissipation.

• Front Facia of ACB shall have information on following: Rated Current, Poles, Release,

Breaking Capacities, Serial Number, ON/OFF Status, Spring Charge/Discharge Status, Voltage

Ratings of Shunt, Closing Coil, Motor, Under voltage Release

(b) Mechanical:

• ACBs shall conform to Pollution degree - 4.

• ACBs shall have inbuilt Mechanical & Electrical anti-pumping to prevent auto reclosing on

fault. Electrical anti-pumping shall be applicable to Electrical version ACBs.

• ACBs shall offer minimum IP54 Degree of Protection on Breaker Front.

• ACBs shall offer minimum IK08 Degree of Impact Protection on Breaker Front.

• It shall be possible to rack out a draw-out ACB to maintenance position for regular inspection.

• ACB shall be provided with in-built safety shutter & rating error preventer.

• For safety of users, interlock shall be provided between breaker operating mechanism & the arc

chutes to prevent closing of ACB in case the arc chutes are not properly secured.

• It shall be possible to remove the arc chute without using any tool for quick preventive

Maintenance / Inspection.

• Sliding shutter shall be provided for ON/OFF push button to avoid accidental / unwanted

operation of ACB.

• Racking handle in case of draw-out ACB shall be accessible from front without opening the

panel door.

• Silver plated copper/ copper alloy adapters shall be used for busbar termination, as

recommended by OEM.

124 | P a g e

• ACBs shall have Break Time not greater than 25msec to reduce stresses on system while

clearing high faults.

• ACBs shall be provided with minimum 4NO+4NC auxiliary change over contacts and all

contacts should be available for use.

(c) Accessories:

• Wherever under voltage release is specified, it shall have adjustable time delay with range of 0-5

sec to avoid any nuisance tripping during short-time voltage dips.

• Ratings of voltage-based accessories like UV, Shunt, Closing, and ECD should be visible from

Front Facia without opening the panel door.

• ACBs shall have operation counter indicating the number of operating cycles the circuit breaker

has seen and shall be visible on the front-facia.

• It shall be possible to annunciate different types of faults to a remote location using common

fault indication micro switch.

• It shall to possible to interlock breaker at different positions in the cradle.

(Service/Test/Isolated).

• Provision shall be available to interlock between ACBs using key lock scheme.

• ACB should have provision of neutral configurator to provide flexibility of choosing neutral in

4P Breakers

• Provide ACB accessories to show Status (ON – OFF – Trip) and control (ON – OFF) over RS-

485 Communication.

• The 100%N ACB shall facilitate the feature of changing the Neutral position on site without

disturbing the existing busbar arrangement.

• Incomer ACB should have counter to check mechanical operation.

(d) ACB Release:

• Protection release shall be Microprocessor based RMS current sensing type.

• Release should be without BCD switch or potential meter to avoid tampering.

• It shall be possible to enable or disable any protection setting as per system requirement.

• Release shall be accessible from front without opening panel door.

• Micro-processor healthiness shall be indicated by Power ON LED.

• Release should have overload, Short-circuit, Instantaneous, Earth-Fault & neutral protection

with adjustable current & time-delay setting.

• Protection against under/overvoltage, voltage unbalance, residual voltage, Under/over

frequency, under-current, current unbalance, reverse power, Leading & Lagging power factor,

over-temperature sensing at Cradle terminals Double Short Circuit Selectivity and the same shall

125 | P a g e

be with Adjustable Time Delay.

• Protection release shall be provided with Test button to check healthiness of microprocessor and

test socket in front.

• It shall be possible to interchange protection release without changing the CT and upgrade

release for both way communication.

• Release shall conform to EMI/EMC tests.

• In case wherever 3 Pole ACBs with O/L, S/C, E/F (In-built E/F mandatory in all ACBs) are

specified, Neutral CT should be provided from ACB Manufacturer for accurate E/F Protection.

• ACB shall have communication facility via RS485 Port Modbus Protocol providing Status of

ACBs (ON/OFF) & shall also be capable of Controlling the ACB (ON/OFF) through Remote

(User’s Computer Interface)

• The protection release shall offer option of lowering the In (Nominal Current) value through

protection release itself without adding any additional hardware.

• The release shall offer Real Time Temperature Monitoring Protection of ACB by sensing

temperature of ACB Terminals.

• Pre-Alarm function shall be available for Overload, Short-Circuit & Earth fault.

• The protection release shall offer feature of Directional Short Circuit to protect system from the

Short Circuit faults in the reverse direction.

• The ACB shall facilitate the feature of changing the Neutral position on site without disturbing

the existing busbar arrangement.

• The Protection Releases of the ACB shall provide Ground Fault Protection from 10% of In.

• Protection unit shall have Query, to store last trip information & shall have a backup for at least

72 hours after the tripping occurred.

• Release shall have in-built thermal memory with activate & deactivate mode to take care of

thermal stresses due to repetitive overloads.

• Protection setting in the release shall be password protected to prevent unauthorized access to

release settings.

• The protection release shall have minimum 20 trip records

1.7.3 MOULDED CASE CIRCUIT BREAKER

• The MCCBs shall conform to IEC 60947 & the latest applicable standards.

• All MCCBs shall be of fixed type unless otherwise specified in the specifications elsewhere.

• MCCBs shall be of four pole/ triple pole with neutral construction arranged for simultaneous

four/ three-pole manual closing and opening and for automatic instantaneous tripping on short

126 | P a g e

circuit.

• All the incomer & bus coupler MCCBs for Main LT PMCC panels shall be FP type with

microprocessor based O/L +S/C + inbuilt E/F release & all outgoings MCCBs shall be TPN

with thermal magnetic based O/L +S/C + E/F releases.

• For all MCCBs short circuit settings and over load setting shall be adjustable.

• For achieving the Earth Fault protection in thermal magnetic (TM) based MCCBs, external

CBCT, Earth Fault relay & shunt trip provision shall be considered as part of complete TM

based MCCB.

• The ON, OFF and TRIP positions of the MCCB shall be clearly indicated by using LED

indications.

• MCCBs shall be with ICS = ICU = 100%

• MCCB shall be capable of withstanding the thermal stresses caused by overloads and locked

rotor currents of values associated with protective relay settings of the motor starting equipment

and the mechanical stresses caused by the peak short circuit current of value associated with the

switch gear rating.

• All the MCCBs shall be of current limiting type and shall provide a cut off in 4-8 milli seconds

for prospective currents during faults.

• All the MCCBs shall be provided with extended type rotary operating handle with door

interlock.

• MCCB terminals shall be shrouded and designed to receive cable lugs for cable sizes relevant to

circuit ratings.

• All MCCBs shall be provided with additional Trip & Alarm contacts, exclusively for

Purchaser’s use.

• All the switchgear selection for motor feeders shall be Type-2 co-ordinated.

1.7.4 FUSE

Fuses shall be of high rupturing capacity (HRC) fuse links and shall be in accordance with

IS: 2000-1962 and having high rupturing capacity of not less than 15 KA at 415 V. The

back-up fuse rating for each motor / equipment shall be so chosen that the fuse does not

operate on starting of motors / equipment. HRC fuses shall be of the make as specified in

Make of Material.

1.7.5 MINIATURE CIRCUIT BREAKERS

• MCB shall be hand operated, air break, quick make, quick break type.

• Operating mechanisms shall be mechanically trip-free from the operating knob to prevent the

contacts being held closed under overload or short-circuit conditions.

• Each pole shall be fitted with a bi-metallic element for overload protection and a magnetic

element for short-circuit protection. Multiple pole MCBs shall be mechanically linked such that

127 | P a g e

tripping of one pole simultaneously trips all the other poles. The magnetic element tripping

current classification shall be of the type suitable for the characteristics of the connected load.

Where this is not specified, it shall be Type C.

• The short circuit rating shall be not less than that of the system to which they are connected.

1.7.6 MICROPROCESSOR BASED SOFT STARTER FOR MOTORS Fully automatic microprocessor based soft starters with built-in bypass terminals for pump control

application shall be considered for the motors above 75 kW.

The features/ requirements of the starters shall be as per following but not limited to:

The soft starter shall be designed, built and tested according to the latest editions of

applicable IEC standards/ IEC 947-4-UL, CE.

Input Voltage – 3Ph, 415V, ±10%

Input Frequency – 50 Hz, ±5%

Control Voltage – 100 - 240 V AC

Ambient Conditions:

Temperature – 50 Deg C. (Operating range -5 to 70ºC)

Relative Humidity of 5 to 95%

Control Method – Torque Control/ Reduced Voltage/ Ramp

Motor Protection – Thermal overload protection

Starter Protection – S/C, Phase imbalance, Phase failure, Phase reversal, O/ V, U/ V,

Locked rotor, excessive starts per hour for application, Phase loss input/ output, Motor output

loss.

EMC standard – IEC 61000-4-2 level-3, IEC 61000-4-3 level-3

Built-in communication port for RS 485.

Type 2 Co-ordination shall be ensured.

The soft starter shall be complete with the following acceleration and deceleration

settings & display requirements as a minimum-

o Starting Torque: Initial torque shall be adjustable from 0-100% of maximum

locked rotor torque.

o Ramp Time: The time between starting torque and maximum torque shall be

adjustable between 1 to 60 seconds. The time between maximum torque &

stop shall be adjustable between 2 to 120 seconds

The current limit feature shall have the following characteristics:

o The maximum allowed current during start shall be adjustable from 150% to 500% of

soft-starter maximum current rating.

o Starting torque shall be fixed at 40% when utilizing the current limit function.

Voltage Ramp start & Full voltage DOL start shall be possible.

For stop function – Linear torque control, Quadratic Torque Control, Voltage

ramp control, soft break etc. functions shall be provided.

The soft-starter shall be provided with a functional ground to remove and/ or

minimize electrical noise injected on the soft starter control board.

Normally open output relays shall be provided for faults and status indications.

128 | P a g e

Normally closed contacts for fault relays shall be provided as an option.

The soft-starter shall be provided with a 2-position dip switch to select between

the normal in-line connection (3-lead motor) and inside the delta (6-lead or 12lead

delta wound motors).

The soft-starter shall be controlled completely through solid state design algorithms. No moving

electromechanical contacts shall be allowed.

All adjustments shall be made from the front of the soft starter through keyboard (soft keys)

Shaft Power measurement without the use of external electro mechanical sensors.

Shaft overload and under load protection shall be available through the controller, even in a by-

pass configuration.

When fault conditions are detected, the controller shall inhibit starting or shut down SCR pulse

firing.

The standard feature pump control shall be implemented to provide closed loop control of a motor

to match the specific torque requirements of centrifugal pumps for both starting and stopping.

This shall aid in eliminating the phenomenon commonly referred to as “water hammer”.

The soft-starter shall be designed for three-phase control with two anti parallel SCRs in each

phase. SCR-Diode combination shall not be acceptable.

o The PCB shall provide digital microprocessor control and supervision of all

controller operation, including SCR pulse firing control.

o The PCB power supply shall be self-tuning to accept control power input from 100 to 240

or 380 to 500 V AC, 50/ 60 Hz.

o The SCR firing circuitry shall incorporate an RC snubber network to prevent false SCR

firing.

o When fault conditions are detected, the controller shall inhibit starting or shut down SCR

pulse firing.

SCRs shall have the following minimum repetitive peak inverse voltage ratings:

o 200 to 525V: 1600 V

o 200 to 690V: 1800V

a) APPLICABLE STANDARDS

The Soft starter shall conform to the latest applicable standards specified below. In case of

conflict between standards and this specification, this specification shall govern.

Microprocessor Soft Starter IEC : 947.4.2 / EN 50081-1,50082-2 & 60204-1

Metal Enclosed Switchgear IS : 3427

Current Transformers IS: 2705/BS : 7626

Degree of protection IS : 13947(Part-1) / IEC : 947-1/BSEN : 60529

Electrical Relays for Power System

protection

IS : 3231, 3842/BS : 142/IEC : 255

Electrical Indicating Instruments IS : 1248/BS : 89 /IEC : 51

AC Electricity Meters IS :722 / BS : 2692

129 | P a g e

Specification for copper rods and bars for

electrical purposes

IS : 613

Code of practice for phosphating iron and

steel

IS : 6005/ BS : 3189

b) CONTROLLER’S FEATURES AND MODES Following Starting modes require for controller:

Linear Torque control for Start

Pump Control

Current Limit Start

Voltage ramp Start

Voltage ramp with current limit Start

Full Voltage DPL Start

Remote analogue control

Soft Start with Selectable Torque Boost

Slow Speed time controlled

Slow Speed external controlled

Dual Ramp Start

Bypass control

Bypass contactor mode with all the protection parameter working

a) Following Stopping modes require for controller:

Adaptive Acceleration required.

Linear Torque control for Stop

Quadratic Torque control for Stop.

Pump Control

Remote analogue control Stop

Slow Speed time controlled

Slow Speed external controlled

Dual Ramp Stop

Bypass control

b) Following Additional features also require for controller:

a) Analog output

b) Built in Display (LCD / LED)

c) Following Operation features require for controller:

Keyboard

Remote

d) Following Protection features require for controller:

Motor Thermal Overload

Soft Start thermal overload

PTC input

Phase imbalance

Phage reversal

Over voltage

Under voltage

Locked Rotor

Excessive Starts per hour for application

130 | P a g e

Phase loss input / output

Current(Asymmetry)

Negative Phase sequence Earth fault

Limitation of Starting

e) Following Viewing functions require for controller :

Motor Current

Three Phase Voltage

Shaft Power in kW / HP (selectable)

Motor thermal capacity

Motor Energy consumption (kWh)

Power factor

Run time in hours

f) Following Fault Indication functions require for controller: (Optional)

Line failure

Phase imbalance

Over temperature–motor

Over temperature

Locked Rotor

Motor output loss

Overload–Shaft Torque Under load–Shaft Torque Phase imbalance

Over voltage

Under voltage

Excessive Starts

Phase reversal

Event List of 15 latest fault indications/occurrence c) DRAWINGS AND DATA

The following shall be furnished as part of the Tender:

o General arrangement showing plan, elevation and typical sectional views.

o Technical Details of soft starters including Make, Model No. during approval stage.

o Technical literature on the Microprocessor based Electronic Soft starter offered along

with authorization letter from the company stating the service back up confirmation

during warranty period & there after

o The following shall be furnished after award of contract for Purchaser's approval:

o General arrangement showing plan as per actual construction, elevation and typical

section views. Foundation plan showing location of fixing channels, floor opening etc.,

o Schematic power and control wiring drawings for each feeder.

TECHNICAL DATA SHEET FOR SOFT STARTER

SR.

NO.

PARTICULAR DETAILS

DATA TO BE

FILLED BY

THE BIDDER

1.0

Make

Pl. Furnish.

131 | P a g e

2.0

Model No.

Pl. Furnish.

3.0

Rated Insulation Voltage

Pl. Furnish.

4.0

Rated Operational Voltage

Pl. Furnish.

5.0

Rated Control Supply Voltage

Pl. Furnish.

6.0

Rated Control Circuit Voltage

Pl. Furnish.

7.0

Starting Capacity at Operational

Current

Pl. Furnish.

8.0

Number of starts per hour

Pl. furnish

9.0

Overload Capability (Overload

class)

Pl. furnish

10.0

Ambient Temperature

Pl. furnish

10.1

During operation

10.2

During storage

11.0

Degree of Protection

Pl. furnish

11.1

Main Circuit

11.2

Supply & Control Circuit

12.0

Main Power Circuit

12.1

Cooling System

Required, Pl. furnish

16.0

Human Machine Interface

Required, Pl. furnish

17.0

Control Circuit

Please Furnish

17.1

Number of inputs

2 (start, stop)

17.2

Number of additional

programmable inputs

Required, Pl. furnish

18

Protections

18.1

Electronic overload

Required, Pl. furnish

18.2

Dual overload

Required, Pl. furnish

18.3

Over Heating Protection

Required, Pl. furnish

18.4

Locked Rotor Protection

Required, Pl. furnish

18.5

Under load Protection

Required, Pl. furnish

18.6

Phase imbalance

Required, Pl. furnish

18.7

High current

Required, Pl. furnish

18.8

Phase Reversal Protection

Required, Pl. furnish

19

Warnings

19.1

High Current

Required, Pl. furnish

19.2

Low Current

Required, Pl. furnish

132 | P a g e

19.3

Over Load Trip

Required, Pl. furnish

19.4

Over temperature

Required, Pl. furnish

20

Communication Protocol

Required, Pl. furnish

21

Remote Operation through PLC

Required.

1.7.7 CONTACTORS

The contactors shall meet with the requirements of IS: 13947 and BS: 775.

The contactors shall have minimum making and breaking capacity in accordance with

utilization category AC3 for motorized application including the soft starter by pass

contactor and shall be suitable for minimum Class II intermittent duty.

If the contactor forms part of a distribution board then a separate enclosure is not required,

but the installation of the contactor shall be such that it is not possible to make an accidental

contact with live parts.

1.7.8 VOLTMETER

Voltmeter shall be digital. The dial of the meter shall be square in shape of 96 x 96 mm.

The voltmeter selector switch shall be arranged to provide line to line voltage reading and

line neutral voltage.

1.7.9 AMMETER

Ammeter shall be digital. The dial of the ammeter shall be square in 96 x 96 mm. Separate

current transformer shall be provided for all ammeters.

1.7.10 CURRENT TRANSFORMER

Where ammeters are called for C.T.s shall be provided for current measuring. Each phase

shall be provided with separate current transformer of accuracy Class I and suitable VA

burden for operation of associated metering and controls. Current transformer shall be in

accordance with IS : 2705 – 1992 as amended upto date.

1.7.11 PUSH BUTTONS

The push button unit shall comprise of the contact element, a fixing holder, and a push button

actuator. The push button shall be momentary contact type. The contacts shall be of silver

alloy and rated at 10 Amps. Continuous current rating. The actuator shall of standard type

and colour as per its usage for ON, OFF and TRIP. Wiring for Remote ON, OFF push button

is to be required.

1.7.12 INDICATING LAMPS

Indicating lamps assembly shall be screw type with built in resistor having non fading colour

lens. LED type lamps are required. Wiring for Remote ON, OFF, TRIP indicating lamp is

required.

Colour shade for the indicating lamps shall be as below:

ON indicating lamp : Red

OFF indicating lamp : Green

133 | P a g e

TRIP indicating lamp : Amber

1 1 Ultra bright LED display,96x96 mm

2 Accuracy: 0.3% in V&I,0.5%in Power

3 True RMS measurement

4 Measurement L-L&L-N Voltage, Current phase and neutral

5 Frequency, power factor

6 Power( Active, apparent, reactive)

7 Demand measurement

8 Energy

9 RS 485 Communication compatible for MODBUS type open protocol

1.8 SHOP DRAWINGS

Prior to fabrication of the Panels the supplier / contractor shall submit for consultant’s approval

the shop / vendor drawing consisting of G.A. drawing, sectional elevation, single line

diagram, bill of material ACB/MCCB/MCB/Soft starter make and model no along with

technical data sheet. etc. and design calculations indicating type, size, short circuiting rating of

all the electrical components used, busbar size, internal wiring size, Panels dimension,

colour, mounting details etc. in 6 sets.. The contractor shall also submit manufacturer’s

catalogues of the electrical components installed in the Panels along with the drawing.

1.9 INSPECTION

At all reasonable times during production and prior to transport of the Panels to site, the

supplier / contractor shall arrange and provide all the facilities at their plant for inspection.

1.10 TEST CERTIFICATES

Testing of Panels shall be carried out at factory with TPI agency & with client representative

as specified in Indian standards in the presence of consultant. The test results shall be recorded

on a prescribed form. The test certificate for the test carried out at factory and at site shall be

submitted in duplicate to the consultant for approval.

TECHNICAL DATA SHEET FOR MEDIUM VOLTAGE PANEL BOARD

SR.

NO.

PARTICULAR

DETAIL

S

DATA TO BE FILLED BY

THE BIDDER

1.0 SITE CONDITION

1.1

Type / Make

Indoor / As per tender

1.2

Mounting

Floor

1.3

Ambient Temperature

50°C

1.4

Atmosphere

Corrosive, Humid and Dusty

2.0

CONSTRUCTION

2.1

Housing

2.0 mm thick CRCA sheet for

body and all partitions

134 | P a g e

2.2

Protection Class

IP-4X

2.3

Doors

1.6 mm thick CRCA sheet

with Hinges

2.4 Gland Plate 3 mm thick

2.5

Base channel

75 x 40 mm C Channel

3.0

OPERATIVE

CONDITION

3.1

Voltage

415 V ± 10%

3.2

No. of phase

3

3.3

System

3 phase, 4 wire

3.4

Frequency

50 Hz, +5% / -5%

3.5

Fault Current

50 KA at MCC or as per SLD

3.6

Neutral Grounding

Solid

4.0

CONTROL SYSTEM

4.1

Voltage

For Indication

230 V A.C.

For Metering

230 V A.C.

For Protection

230 V A.C.

4.2

Control Supply Through

Control Transformer

230 V A.C. for MCC & APFC

only

4.3

Control Wiring

1.5/2.5 mm² FRLS Cu. Wire

5.0

BUSBAR

5.1

Phase Busbar

A.

Material

ALUMINIUM

B.

Support

SMC / DMC

C.

Insulation

PVC sleeves

D.

Isolating Barriers

Fiber Glass / Poly Carbonate

of minimum 1.5 mm thickness

E.

Current Density

0.8Amp./mm²(Temperature rise

calculation for selection of

busbar shall be submitted)

5.2

Neutral Busbar Material

Same as Phase Bus

5.3

Earth Busbar Material

As per SLD

6.0

PLC Based System

As per requirement

7.0

PAINTING

135 | P a g e

7.1

Sheet should be 7 tank

processed, Oven Baked at

310 °C. With powder

coating.

Required

7.2

Colour

Siemens Gray or As per

Approved by client

8.0

PANEL TEMPERATURE

RISE

8.1

Max. temperature rise

inside the panel ( °C)

40 °C above ambient

8.2

Pump Starter Cubicle

Adequate ventilation &

cooling arrangements to be

provided in all soft starter

compartment with supporting

calculations

9.0

Control Wiring

9.1

Wire Size

1 C X 1.5 mm² / 1 C X 1.0

mm²

10.0

Hardware (Zinc Plated)

YES

11.0

Space Heater

230 V A.C. with thermostat

12.0

Pocket For Drawings at

door

YES

13.0

Degree of protection

Minimum IP 42

Note: Other specifications not mentioned in datasheet shall be considered as per

tender specifications.

2. L.T. CAPACITOR & CAPACITOR BANK

2.1 SCOPE

This specification covers supply, installation, testing and commissioning of capacitor banks

suitable for continuous duty.

2.2 CODES AND STANDARDS The design, manufacture and performance of the capacitor banks shall comply with all currently

applicable statutes, regulations and safety codes in the locality where the equipment will be

installed. The equipment will also conform to the latest applicable Indian / British / IEC

standards. In particular the equipment shall conform to the latest revisions of the following:

IS : 2834 Shunt capacitors for power system.

IS: 9224 Low voltage fuses

When the above standards are in conflict with the stipulation of this specification, this

specification supersedes them.

136 | P a g e

2.3 CONSTRUCTION

2.3.1 CAPACITOR BANK

Capacitor banks shall comprise of identical delta connected three phase units. The individual

capacitor unit shall be manufactured out of Heavy duty APP design comprising of double

hazy and thick polypropylene film between two electrodes of thick aluminium foil. Each

individual element of the capacitor unit shall be provided with silver fuse wire. The

capacitor unit shall consist of many such elements in series / parallel combinations for getting

the desired KVAR output. The capacitor shall be vacuum impregnated with liquid dielectric

having high thermal stability.The phase terminal connections of the capacitor unit shall be

brought out at the top through metal insulators which should be soldered to the fabricated top

cover. The capacitor shall be provided with suitably rated discharge resistors. The capacitor

shall be designed to withstand the Electro dynamic and thermal stresses caused by transient

over current during switching. Space heaters and cubicle lighting shall be as per

requirement.

2.3.2 BUSBARS CHAMBER

Capacitor bank shall be provided with a busbar chamber. The chamber shall be dust and

vermin proof in construction, fabricated from 2 mm thick sheet steel. Continuous neoprene

rubber gaskets shall be provided on all mating surfaces. TP Bus-bars shall be of Aluminum /

As per SLD supported on epoxy insulators of adequate rating and strips.

The bus bar sizes and clearances shall be suitable for connection of cables through crimping type

cable lugs. Busbar chamber shall be extended suitably on one side to enable termination of cable.

There shall be a provision of cable end box at the end of busbar chamber undrilled removable

gland plate and access covers to be provided for cable entry as required.

Capacitor shall be switched through 8/12 stage APFC Relay.

2.3.4 EARTHING The enclosure of capacitor unit shall be provided with 2 nos. 10 mm earth terminals each

complete with two plain and one spring washer, nuts etc. These terminals shall be effectively

bonded to the common sheet steel frame work. Each bank will have two external earth terminals

in the busbar chambers complete with hardware.

2.3.5 PAINTING

The painting shall be of 7 tank process with powder coating same as Motor control centre

specification only.

2.3.6 DRAWINGS

The following drawings shall be submitted along with the bid:

i.) General arrangement drawing showing overall dimensions, weight, internal arrangement

and mounting details, Bill of material along with Make and model no of each component.

ii.) Terminal chamber, showing bus-bar arrangement with all dimensions.

iii.) Technical detail, Make and Model No of APFC relay.

2.3.7 TEST & TEST CERTIFICATES

137 | P a g e

Vendor shall carry out all routine tests in the presence of purchaser’s

representative/TPI [if desired by client] as specified in IS: 2834 and shall furnish the test

certificates.

The vendor shall also carry out the thermal stability test on the units in the presence of

purchaser’s representatives.

The capacitor units shall be tested from electric supply authorities like state / local electricity

board and the test certificates in duplicate shall be furnished to client and also the copy

shall be submitted to the electric supply authority while getting the power supply released

from them.

3. LOW VOLTAGE (LT) CABLES

3.1 GENERAL:

The scope shall be inclusive of supply, installation, testing & commissioning of power & control

cables, cable terminations, cable accessories, stripping of cable insulation, supplying and fixing of

Aluminum lugs for aluminum cables & tinned plated copper lugs for copper cables and

crimping the same to the conductor, supply and fixing of double compression cable glands

including all labour supply and consumable material required for jointing/ termination. The rate

shall also include the laying of cable in ground/ in cable trays / cleating to structure etc.

3.2 APPLICABLE STANDARD:

The cables shall confirm to the latest applicable standards specified below. In case of conflict

between standards and this specification, this specification shall govern.

PVC insulated cables(for voltage up to 1100 V) IS: 694

HRPVC & PVC insulated cables heavy duty IS: 1554

Cross linked polyethylene insulated PVC sheathed cables IS: 7098

Low frequency cables and wires with PVC insulation and sheath IEC: 189-1 & IEC-

189-2

PVC insulation and sheath of electric cables IS: 5831

Polyethylene insulation and sheath for electric cables IS: 6474

Conductors for insulated electric cables IS: 8130

Methods of test for cables IS: 10810

Specification for drums of electric cables IS: 10418

Specification for PVC insulated cables for electricity supply BS: 6346

Specification for PVC insulation and sheath of electric cables BS: 6746

3.3 CONSTRUCTIONAL FEATURES:

138 | P a g e

a) The 11kV power cables shall conform to 11kV Earthed grade (E), three core, stranded, Aluminium

conductor, screened by extruded semi-conducting compound, cross-linked poly ethylene (XLPE)

insulated, cores screened with non-magnetic metallic tape laid up with inner and outer extruded PVC

sheath compound Type-ST2 and galvanized steel strip armouring. The cables shall generally

conform to IS 7098-1985 with relevant parts thereof.

b) Armouring shall conform to latest version of IS: 3975.

c) The LV Power cables shall be 1.1kV grade, 4/ 3.5/ 3 Core, multi-stranded, Al/ Cu conductor, XLPE

insulated, extruded inner & outer PVC sheath compound type ST2 and galvanized wire (up to 6 sq

mm) / steel strip(>6 sq mm) armoured cables. All single phase, Lighting cables, UPS cables shall

have 100% Neutral.

d) All the control cables shall be 1.1kV grade, no. of cores (as per requirement/ application with

minimum 2 spare cores for 7C & above) multi-stranded, Copper conductor, XLPE insulated,

extruded inner PVC & outer PVC FRLS sheath compound type ST2 and galvanized steel round wire

armoured.

e) All control cables shall be with following specific requirements:

i. Copper conductor stranded class 2.

ii. XLPE Insulated

iii. Provided with inner extruded PVC and outer PVC FRLS sheath of extruded black PVC

compound.

iv. Galvanized steel armouring in the form of GI round wire.

v. Core identification shall be by printed numerals.

vi. The insulation over the individual conductor core will be colour coded.

vii. Minimum 2 spare cores for above 7C.

f) The DC power supply cable shall be two core, multistranded copper conductor, armoured cables

with inner extruded PVC & outer PVC FRLS sheath. All control wiring shall be PVC FRLS

insulated.

g) All the power & control cables used in the Hazardous area shall be flame proof type suitable for the

intended application.

h) Earthing Cable shall be Single core multi-stranded Cu, 1.1 kV grade, XLPE insulated, un-armoured

green coloured outer sheath with yellow strips/ band cable to be laid in trays, underground, trenches

etc. as applicable.

139 | P a g e

i) Submersible Cables: Multi core flexible Cu conductor XLPE insulated & PVC sheathed heavy duty

cable suitable for submersible application (in case of submerged pumps) shall be manufactured as

per governing standards. High purity electrolytic grade, annealed Cu conductor shall be used. Cables

shall be extruded inner & outer PVC sheathed. PVC compound shall be dielectric grade & shall be

impervious to water, oils & grease etc. Similarly double PVC sheathing shall also be done as per IS:

5831/ 1984. Flexible inner sheath & high abrasion resistant flexible outer sheath is required for these

cables. Double PVC sheathing shall be done so as to withstand abrasion & prevent ingress of water

along the interstices of the cable. Core identification shall be by printed numerals. Conductors shall

be as per IS 8130. Cable shall be constructed as per relevant IS/ IEC standards.

3.4 CABLE COLOURS:

a) All cable cores shall be colour coded throughout their length and shall be so connected between

switchboard, distribution board, plant and accessories, that the correct sequence or phase colours are

preserved throughout the system.

b) The colour coding should be as follows:

i. 3 phase Red, Yellow and Blue

ii. single phase or dc supply Red and Black

iii. earth Green/Green with Yellow coloured band

iv. control Gray (DC)

3.5 CABLE CONDUCTORS:

a) Cables up to 4.0 sq.mm shall be Cu multi-stranded conductor with galvanized steel round wire

armoured & balance cables shall be Al multi-stranded conductor with galvanized steel round wire/

flat strip armoured.

b) Single core cable shall have nonmagnetic material armouring.

c) Lighting final distribution circuits shall be of a minimum cross-section of 1.5 mm2.

d) Small control cables shall be of a minimum cross-section of 1.5 mm2.

e) Internal wiring of control panels shall be of a minimum cross-section of 1.5 mm2 flexible and

multistranded.

f) Instrumentation and control cabling shall be of a minimum cross-section 1.5 mm2 for external use

and 1.0 mm2 for internal use.

g) Cable Sizing shall be done as per design criteria specified in specifications.

3.6 CABLE NUMBERING:

All cables shall be allocated a unique number which shall be fixed to each end of the

cable using a corrosion resistant label. Necessary loop at both ends shall be provided for future use and

cables of different categories shall be tagged with the following subscripts and three digit number.

HV power HV-P_ _ _

LV power P_ _ _

140 | P a g e

Control C_ _ _

Instrumentation I_ _ _

Protection PR_ _ _

Telecommunication T_ _ _

3.7 CABLE TERMINATION:

a) Cable Lugs

i. Cable lugs shall be of tinned copper, solder less crimping type for Cu cables & AL lugs for

the AL cables.

ii. The current rating of the lugs shall be same as that of the respective cable conductors.

iii. Bi-metal strip/ Bi-metallic lug shall be used whenever two different metals are to be

connected together.

iv. Double holes extended neck (long barrel neck) type lugs shall be used in case of cables

above 185 sq. mm.

v. Anticorrosion/ anti-oxidation compounds shall be used for crimping lugs. This shall

especially be ensured for Al cable terminations & bimetallic terminations shall be used

wherever required.

vi. If termination is done with crimping tool employing crimping die then forming dies shall be

used to make the sector shaped conductor into a round conductor before crimping the lugs

on the conductor. The lug must not be crimped directly on the sector conductor. Before

crimping the lug, the conductor shall be thoroughly cleaned and special jelly applied over

it to prevent further oxidation.

b) Cable Glands

i. Glands shall generally be of the double compression hexagonal type brass glands. Earth

continuity of brass glands shall be assured.

ii. Double compression type cable glands shall be used. Cable glands shall be brass

casting, machine finished and Nickel-plated to avoid corrosion and oxidation. Rubber

components used in cable gland shall be of neoprene.

iii. For single core cables, gland shall be with brass ring.

iv. Glands for single core cables shall be constructed from non-magnetic materials.

v. Cable glands shall be with metric threads.

vi. Where holes for cable entries are not provided it shall be the responsibility of the

Contractor to mark out and drill such holes. Burrs and swarf shall be removed, care

being taken to ensure that swarf and filings, etc do not enter the equipment.

vii. For non-hazardous areas cable glands in situations where moisture may be present shall

be double seal weatherproof type, gland shrouds shall be used and entry shall be sealed.

viii. For dry indoor situations, standard industrial glands with shrouds are acceptable.

ix. For hazardous areas, glands conforming to EEE standard shall be used with double seal

and shroud.

141 | P a g e

c) Trefoil Clamps for Single Core Cables.

i. All the single core cables shall be laid in trefoil formation only.

ii. The grouping & sequencing of three single core cables arranged in trefoil formation

shall be done in such a way to ensure balanced current distribution.

iii. Trefoil clamp of suitable size & having nonmagnetic material shall be used.

iv. The Trefoil groups shall be held in trefoil clamps at an interval not exceeding 3.0

meters.

v. In addition to trefoil clamps as mentioned above, the tre-foil groups of cables shall be

additionally tied by means of 3.0 mm dia. nylon cord clamp at an interval not exceeding

750 mm.

d) Where ever applicable, supply & installation provision of bimetallic strip for connection between

Al to Cu strip & GI to Cu strip shall be provided.

3.8 CABLE DRUMS:

a) Cables shall be supplied in non-returnable wooden drums. The wood used for construction of the

drum shall be properly seasoned and free from defects and wood preservative shall be applied to the

entire drum. All ferrous parts shall be treated with a suitable rust preventive coating to avoid rusting

during transit or storage.

b) Before winding the cables on drums, Contractor shall obtain Purchaser’s approval for the drum

lengths. Cable ends shall be sealed by non-hygroscopic sealing caps.

c) Contractor has to ensure reference of an arrow and suitable accompanying wording which shall be

stenciled on the sides of the drums indicating which way it should be rolled. The number on each

drum shall be either branded at the end of the drum or stamped on the metal attached to an end of the

drum. The cable shall be placed on the drum in such a manner that it will be protected from injury

during transit. Each end of the cable shall be firmly and properly secured to the drum. The drum

shall be securely blocked in position so that the cable will not be displaced during transit. Cable ends

shall be sealed by non-hygroscopic sealing caps.

d) It shall be the Contractor’s responsibility to prepare the drum cutting schedule so that cable wastage

is minimum while cutting.

e) Contractor shall obtain Purchaser’s approval for the drum lengths.

3.9 TESTS BEFORE AND AFTER LAYING OF CABLES AT SITE:

Following Routine & acceptance tests on each drums as per IS 10810, IS 7098 standard &

other specified relevant standards shall be performed by the manufacturer and witnessed by

Purchaser/Purchaser’s Representative.

a) For 1.1 kV Power & Control cables:

i. Dimensional & visual check

142 | P a g e

ii. Conductor resistance test

iii. Insulation Resistance Test

iv. High voltage test

b) For 11 kV power cables:

i. Design and visual check

ii. Conductor resistance test

iii. Very low frequency AC HV test (instead of DC test)

iv. Insulation resistance including P.I. at rated voltage

v. Capacitance and tan delta

vi. AC leakage current

vii. Partial discharge measurement

c) All HV cables shall be subjected to DC or AC (preferably DC) high voltage test after terminating but

before commissioning as per Table 6.0 in IS: 1255 (Code of practice for Installation & Maintenance

of Power Cables up to and including 33kV).

d) Cables shall be checked for insulation resistance before and after jointing. The voltage rating of the

Megger for cables of different voltage grades shall be as indicated below.

Voltage Grade Megger rating

1.1kV 500V

11kV 1000V

e) Following tests in the presence of Purchaser/ Purchaser’s representative shall be carried out at site

before commissioning of cables.

i. Insulation Resistance test between phases and phase to Neutral and phase to earth.

ii. Continuity test of all the phases, neutral and earth continuity conductor.

iii. Sheathing continuity test.

iv. Earth resistance test of all the phases and neutral.

3.10 DRAWINGS / DOCUMENTS REQUIRED:

a) As a part of the Bid, Contractor shall furnish the following :

i. General information

ii. Principal technical data

143 | P a g e

b) After award of contract it shall be the responsibility of Contractor to work out a detailed layout for

the complete plant cabling system. The layout drawing shall be furnished for the approval of

Purchase/ Purchaser's representative before commencement of installation including cable trays,

cable racks/ trenches, accessories, tray supports, conduits etc.

c) Contractor to submit following Drawings/ Details after award of contract

i. Cable Sizing calculations

ii. Details of Installation of cables in trenches, on cable trays, directly buried etc at all locations

inside the plant.

iii. Cable routing layout inside and outside the plant with route marker provided at 15 meter

interval.

iv. Bill of quantities of cables, lugs and glands.

v. HV Cable termination and mounting Kit Layout drawing.

d) Following Type Tests reports as per relevant standard to be submitted for the same rating & type of

Cables conducted in past for review of Purchaser/ Purchaser’s Representative by the Contractor at

the time of inspection & testing of equipment. Type test reports should be valid and not be older than

the 5 years.

i. Annealing test

ii. Tensile test

iii. Wrapping test

iv. Test for thickness of insulation & sheath

v. Physical test for insulation & sheath

vi. Tensile strength and elongation at break of insulation and sheath

vii. Loss of mass test

viii. Ageing in air oven

ix. Shrinkage test

x. Heat shock test

xi. Insulation resistance test

xii. High voltage test

xiii. Flammability test

3.11 CABLE TRAY AND ACCESSORIES:

a) Cable trays shall be of Galvanised Steel/ Fibre Reinforced Plastic and of ladder/ perforated/ solid

type, complete with all necessary coupler plates, elbows, tees, bends, reducers, stiffeners and other

accessories and hardware as detailed in the relevant drawings. All hardware (i.e. bolts, nuts, screws,

washers, etc) shall be hot dip galvanized.

144 | P a g e

b) Cable trays of ladder and perforated types and the associated accessories such as coupler plates, tees,

elbows etc., shall be fabricated from 14 gauge (2.0 mm thick) mild steel sheets. Cable tray covers

shall be fabricated from 16 gauge perforated (1.60 mm thick) M.S. sheets.

c) The cable trays shall be supplied in standard lengths of 2500 mm and clear inside widths of trays

shall be as follows:

i. Perforated type trays: 150, 300, 450 and 600 mm.

ii. Ladder type trays: 300, 450, 600 and 750 mm

d) Cable trays, accessories and covers shall be painted with one shop coat of red oxide zinc chromate

primer and two site coats of aluminium alkyd paint for indoor use.

e) For outdoor use, cable trays, accessories and covers shall be either galvanized or made of aluminium

as specifically mentioned in the layout drawings.

f) For use in corrosive atmospheres both indoors and outdoors, the cable trays, accessories and covers

shall be as per serial no.(e) above.

g) The spacing of rungs for ladder type of trays shall be 250 mm unless otherwise noted.

h) All finished cable trays and accessories shall be free from sharp edges, corners, burrs and

unevenness.

3.12 CABLE TRENCH:

Construction of Cable Trench in brick or bela stone masonry, locally available in C.M. 1:6

foundation concrete 150mm thick in C.C. 1:3:6 of trap metal size 25 to 40mm thick,

inside cement plaster in C.M. 1:3 upto 1.20 Height & 0.90M Width including complete

civil work, excavation and refilling with cast in situ RCC slab in one single piece with 230

mm thick brick masonry wall in CM 1:6.

4. EARTHING:

4.1 Scope:

a) The scope includes collection of data, design of the system as per relevant National/International

Standards preparation of layout drawing supply of earthing conductors, earth electrode, earthing

strips installation and approval to the satisfaction of electrical inspector under this tender

specification.

b) Earthing system shall be provided to ensure equipment safety, personnel safety and facilitate

designed operation of protective switching during earth fault conditions in the associated system.

4.2 Applicable Standards:

The earthing and lightning protection system shall conform to the CEA guidelines and the

latest applicable standards indicated below:

Code of Practice for Earthing IS: 3043

Code of Practice for the Protection of IS/IEC 62305

Hot dip galvanizing IS: 2629, 2633, 4759

145 | P a g e

Structural steel IS: 2062 & 808

Welding IS: 816

4.3 Earthing:

a) The design basis for designing earthing conductor is indicated under design criteria for electrical

system. Earthing system shall be provided for complete plant i.e. pumping stations, switchyard and

all electrical equipments as per the latest edition including all official amendments and revisions of

IS-3043 and CEA guidelines.

b) All materials and fittings used in the earthing installation shall conform to the relevant Indian

Standards or shall be approved by the Engineer's representative & CEIG.

c) Contractor has to carry out soil resistivity test at, at least 4 locations for which locations shall be

provided by Purchaser’s representative. Testing to be done at each site.

d) Soil resistivity shall be carried out by Wenner four electrode method as described in IS 3043.

Contractor has to carry out the test in presence of Purchaser’s representative & test shall be carried

out keeping electrode spacing as 1, 2, 4, 6, 8, 10, 15, 25 M (each, along all 8 directions) as per

normal practice and report has to be submitted. Polar curves shall be used for measurement of mean

soil resistivity, which shall be used in finding earthing resistance at a particular location. Mean soil

resistivity values shall be approved by Purchaser’s representative.

e) The Contractor shall base his earthing calculations on actual measurement carried out by him in the

presence of Purchaser/ Purchaser's Representative.

f) Galvanized Iron flat / wire shall be used as earthing conductor.

g) The underground joints in the system shall be properly welded or brazed and the bolted type

connection shall be made with structures/ equipments. Petroleum jelly shall be applied to contact

surface of the bolted joints, which will be covered with bituminous compound and tapes.

h) Earthing conductor shall be protected against mechanical damages considering the installation

conditions.

i) The earthing system shall comprise one or more earth electrodes, earthing grid or a combination of

these in order to obtain the required earth electrode resistance of less than 1 Ohms.

j) For equipment earthing, two earthing leads will be used if rated voltage of the equipment is 250 volts

& above and one earthing lead will be provided for equipment rated below 250 volts.

k) The earthing conductors in outdoor areas shall be installed at a minimum depth of 600 mm below

FGL.

l) For each 11 KV DP Structure, minimum 2 nos. of Chemical earthing with earthpit of minimum bore

dia. 225mm 2 Mtrs. long Earthing Electrode consisting Pipe-in-Pipe Technology as per IS 3043-

1987 made of corrosion free G.I.Pipes having Outer pipe dia of 80 mm having 80-200 Micron

galvanising, Inner pipe dia of 40 mm having 200-250 Micron galvanising, connection terminal dia of

14 mm with constant ohmic value surrounded by special back filling chemical compound and bricks

masonry block and CI Cover complete as per IS 3043 with necessary length of double GI earth flat

50 x 6mm / 25x6 mm bolted with lug to the earth electrode complete connected to the required point

of DP with end socket as per direction and duly tested by earth tester conforming to IS as per

drawing and specifications complete.

146 | P a g e

m) For each transformer and DG neutral, minimum 2 nos. of Chemical earthing with earthpit of

minimum bore dia. 225mm 3 Mtrs. long Earthing Electrode consisting Pipe-in-Pipe Technology as

per IS 3043-1987 made of corrosion free G.I.Pipes having Outer pipe dia of 80 mm having 80-200

Micron galvanising, Inner pipe dia of 40 mm having 200-250 Micron galvanising, connection

terminal dia of 14 mm with constant ohmic value surrounded by highly conductive compound with

high charge dissipation. The earthing electorde shall be buried in specifically prepared earth pit 3

mtr. below ground surrounded by special back filling chemical compound and bricks masonry block

CI Cover complete as per IS 3043 with necessary length of 70sq.mm. YWaY cable with lug to the

plate complete connected to the transformer and DG neutral with end socket as per direction and

duly tested by earth tester conforming to IS as per drawing and specifications.

n) For other equipment & area, Earth electrodes shall be of heavy duty galvanized mild steel of not less

than 40 mm NB and minimum 3000 mm long. Where multiple rods are used they shall be separated

by a distance of not less than 2000mm.

o) Each earth electrode pipe shall be welded at the top to a mild steel plate to which the earthing strips

shall be connected. These connections shall each be housed in individual inspection chamber set

which shall project 100 mm above the finished ground level and shall allow disconnection for testing

of individual electrodes. The chamber shall be permanently marked `Electrical Earth'.

p) All materials used for the earth electrode installation shall be purpose made for the application and

site conditions and shall be approved by the Purchaser’s Representative.

q) All civil works, such as excavation, boring, provision of charcoal & salt in adequate quantity,

backfilling for the installation of the earth electrodes and the earth pit/ inspection pit shall be in the

scope of Contractor.

r) After the earth installation has been completed the Contractor shall demonstrate to the Purchaser/

Purchaser’s Representative that the resistance of the electrodes to earth and the continuity of the

earth network are within the limits specified. Any additional earth electrodes and test instruments

required for the tests shall be provided by the Contractor.

s) Main Equi-potential Bonding Conductor: Main equi-potential bonding conductors shall be provided

to connect the earth electrode system to conductive parts forming the Works.

t) Circuit Protective Conductors: An independent circuit protective conductor shall be provided for

each circuit and may comprise one or any of the following as appropriate:

i. A separate core within a multicore cable

ii. A separate conductor installed within a conduit or trunking. Steel conduit or trunking

shall not be used as a circuit protective conductor.

iii. The metal sheath of an armoured cable. The sheath shall be bonded to the metal work of

the apparatus and to the apparatus earth bar, if any.

iv. the copper sheath of a mineral insulated copper sheathed cable

v. An independent earthing conductor MS or GS run adjacent to the circuit it protects.

vi. The size of the circuit protective conductor shall be calculated in such a manner as not

to take into consideration the contribution of any other parallel or fortuitous earth paths.

147 | P a g e

vii. The armoring of the supply cable shall not form the sole means of earthing a

switchboard or large electrical load.

4.4 Instrumentation Earth:

a) An instrumentation earth bus shall be provided in each control panel. This shall comprise a GI flat of

cross section not less than 25 x 6 mm and length to suit the number of connections. It shall be

mounted on at least two insulated supports and be provided with a single earth connection to the

control panel electrical power earth.

b) If due to the physical size of a control panel more than one instrument earth bar is required the

additional bar shall be connected again with a single earth connection to the same point as before on

the control panel electrical earth bar. In this fashion all instrument earths shall be connected radialy

from the same earth point.

c) All signal cable screens (analogue and digital) shall be terminated on to the instrument earth bar.

Signal cable screens shall be earthed at the control panel end only. Screens at the field end shall be

tied back and insulated.

d) Surge Protector Devices (SPDs) associated with the control and instrumentation system shall be

earthed to the instrument earth in accordance with the SPD manufacturer’s recommendations.

4.5 Important Instructions for Earthing:

a) Each pole of lightning arrestors shall be earthed with separate earth pit.

b) Two-earth conductor shall connect outdoor CT secondary winding to earth grid.

c) The switchyard fencing shall be earthed at every alternate block and the switchyard gate shall be

earthed with flexible GI wire.

d) All the earthing material with laying etc. shall be included in the scope.

e) The entire plant will have an earth grid laid in trenches/ trays/ buried in the ground outside. The main

earthing grid shall be embedded at a minimum depth of 600 mm below FGL which shall be

connected to earth electrodes.

f) All interconnections of the earthing grid conductors will have welded type joints except at electrodes

with disconnecting facility and at equipment with bolted connections. All indoor earthing grids will

be suitably interconnected to the external earthing grid.

g) Each steel/ RCC column of the building will be interconnected to the floor-earthing grid. Steel

columns, steel strips / conduits, cable trays etc. will not be used as earth continuity conductors.

h) Disconnecting type facility shall be provided between Earthing grid & each earth electrode.

i) All connection between the conductors shall be welded/ brazed type. Metallic pipe, conduit,

structures shall be bonded to lightning protection conductors to prevent the side flashover. But no

metallic pipe, conduit, structure shall be used as air termination conductor or down conductor.

j) The down conductors shall be fixed with embedded brass posts (on concrete columns) with nuts &

bolts used for fixing the saddle/ clamp (direct drilling of down comer and fixing with screw shall not

be acceptable).

k) Cleats for ‘earthing and lightning protection systems’ shall be of GI.

148 | P a g e

l) The lightning protective conductor shall not be connected with the earthing above ground however

both the systems shall be interconnected below ground.

m) The earth pits may require boring & drilling in the soil & the same shall be considered in

Contractor’s scope.

n) Earth electrode with disconnecting facility shall be provided so that the resistance of the independent

earth electrode may be measured.

o) Internal earth Bus of each panel shall be connected to both ends to the earthing system by means of

earthing conductor.

p) Metallic frames of all current carrying equipment, structures supporting and adjacent to current

carrying conductors, lightning protection system conductors, metallic structures, metallic stairs, hand

rails, fences shall be connected to a single earthing system. Neutral points of various systems shall be

connected to the dedicated treated earth pits and these earth pits shall be interconnected to each other

below ground.

q) All connections in the equipment earth conductors buried in ground (or otherwise) shall be cad

welded/ brazed, whereas connection at equipment end shall be of bolted type. All connections shall

be of low resistance. All bimetallic connection shall be treated with suitable compound to prevent

moisture ingression. For Bimetallic bolted connection, bimetallic washers shall be used. All bolted

joints shall have minimum two bolts to ensure proper surface contact. Termination of stranded

conductors at earth inserts shall be with ring type/ lugs.

r) Galvanized conductors shall be touched up with zinc-rich paint where holes are drilled at site for

bolting to equipment/structure.

s) Suitable earth risers approved by the Engineer shall be provided above finished floor/ ground level,

if the equipment is not available at the time of laying of the main earth conductor. The minimum

length of such risers inside the building shall be 200 mm and outdoor shall be 500 mm above ground

level.

t) Metallic conduits and pipes shall be connected to the earthing system unless specified otherwise.

u) All cable trays will be earthed at minimum two places by suitable sized GI flats to main earthing

system earth conductor. The cable trays shall also be earthed at a regular interval of not more than 10

meters by 25 x 3 mm GS flat.

v) Earthing Pits

i. Adequate number of earthing pits shall be provided in conjunction with earthing grid for

the earthing system. The minimum spacing between two adjacent earthing pits shall not

be less than 2000mm and shall be kept 1500 mm away from footings of the structure.

ii. Earthing pits shall be located in ground, which has a reasonable chance of remaining

moist.

iii. A galvanized iron strip of adequate size (as per calculations) shall be provided from

plate electrode to about ground level to facilitate jointing with earth conductors. Each

earth electrode ending at the pit shall be connected to suitable linking strips to connect

and disconnect the earthing suitably.

149 | P a g e

iv. Earthing chamber shall be of RCC/ brick chamber of 600 mm x 600 mm, with Hinged

cast Iron chequered cover plates. The covers shall have holes for handling. Earthing

pits (chambers) shall be painted Green and the earth-pit number shall be marked on it.

v. Earthing cables crossing other metallic structures such as conduits pipelines etc shall be

minimum 300 mm away from such structures.

vi. Earthing conductors shall be protected against mechanical damage.

vii. All earth lead connections shall be as short and direct as possible and shall be without

kink.

viii. The main earth loop in plant area shall be generally routed along cables. When

equipments are located away from main earth loops, suitable sub-loops shall be run up

to them for deriving connections for individual equipment. The entire earthing system

shall fully comply with the CEA guidelines and requirements.

ix. The contractor shall have to carry out any changes as desired by the Electrical inspector

or the Engineer in charge, in order to make installation conforming to the CEA

guidelines 2010 and IS 3043.

4.6 Drawings/ Documents Required:

The Contractor should prepare Layout drawings, after award of contract and before

commencement of work for Purchaser’s approval, showing the location of earthing grid,

electrodes, interconnection grids and earthing leads to various equipment, down comers,

isolating links etc. should be accompanied by design calculations.

5. SAFETY EQUIPMENTS / REQUIREMENTS AND MISCELLANEOUS ITEMS:

a) Following safety procedure and practice should be provided by Contractor in switchgear room/ sub-

station as per latest edition of I.S. 5216.

b) 900 mm wide antiskid insulating mat as per IS 15652 and of reputed make to be spread in front of

the 11kV, 415V switch gear panels & power DBs, DCDB etc.

c) First aid box with all the standard contents.

d) First aid chart made of cloth for electrical shock treatment printed in English, Hindi and Gujarati

duly framed with front glasses.

e) Charts / drawings duly framed with front glass.

f) 11kV and 415V Single line diagrams in adequate sizes approved by Purchaser’s representative & in

line with the local electrical inspector

g) Routine maintenance schedule for High Voltage Switchgear, Distribution Transformers, Low voltage

Switchgears, APFC panels, Fire Alarm System, UPS system etc.

h) Provision of portable type Class A, B, C, and D type fire extinguishers at various locations in line

with the statutory requirements.

i) FIRE SAFETY:

150 | P a g e

The requirement of hand appliance in switchgear room, electrical equipment room shall be

provided as per Clause 4.0 of Fire Protection Manual by Regional Tariff Committee, 10th

edition 1988.

Water Sealing & Fire Barriers at appropriate locations as specified in this specifications &

good engineering practices.

j) DEGREE OF PROTECTION:

The enclosures of the control cabinets, junction boxes and Marshalling boxes, panels etc. to

be installed shall provide minimum degree of protection as detailed here under

i. Installed outdoor – IP 55

ii. Installed indoor – IP 42, 52, 54.

The degree of protection shall be in accordance with IS 13947 (Part I)/ IEC 947 (Part I)/ IS

2063/ IEC 529.

6. INTERNAL WIRING

This section covers, definition of point wiring, system of wiring and supply, installation,

connection, testing and commissioning of point wiring for light points, ceiling fan

points, exhaust fan points, convenience socket outlet points, power socket outlet points etc.

including fixing of light fixtures, ceiling fan, exhaust fan, wall fan etc.

6.1 STANDARDS

The following standards and rules shall be applicable: STANDARD

NO.

PARTICULAR

IS : 732

Code of practice for electrical wiring installation (System voltage not

exceeding 650 V)

IS : 1646

Code of practice for fire safety of buildings (General) Electrical

installation.

IS : 2509

Rigid non-metallic conduits for electrical wiring.

IS : 6946

Flexible (Pliable) non-metallic conduits for electrical installation.

IS : 1293

3 pin plugs and sockets.

IS : 8130

Specifications of conduits for electrical installation.

IS : 3854

Switches for domestic purpose.

IS : 3415

Fittings for rigid non-metallic conduits.

IS : 4648

Guide for electrical layout in residential building Indian electricity act

and rules.

All standards and codes mean the latest.

151 | P a g e

6.2 POINT WIRING A point shall consist of the branch wiring from the distribution board together with a switch as

required, including the ceiling rose or pendant holder or swan holder, or ceiling fan box or

socket or suitable termination. A point shall include, in addition, the earth continuity conductor

/ wire from the distribution board to the earth pin / stud of the outlet / switch box and to the

outlet points.

The point wiring shall be carried out in the under mentioned manner:

6.2.1 Supply, installation, fixing of conduits with necessary accessories, junction / pull / inspection

/ switch boxes and outlet boxes.

6.2.2 Supplying and drawing of wires of required size including earth continuity wire.

6.2.3 Supply, installation and connection of flush type switches, sockets, cover plates, switch

plates, etc.

6.2.4 The point shall be complete with the branch wiring from the distribution board to the outlet

point, through switch board, conduit with accessories, junction, pull, inspection boxes,

control switch, socket, outlet boxes, ceiling roses, button / swan holder, connector etc.

6.3 POINT RATE

The rate per point shall include supply, installation, connection, testing and commissioning of

point as described under “point wiring”. The measurements of the points will be enumerated.

6.4 SYSTEM OF WIRING

Unless otherwise mentioned on the drawings, the system of point wiring shall be as follows:

6.4.1 The system of wiring shall consist of single core, PVC insulated, 650/1100 volt grade, copper

conductor FRLS wires laid through exposed (surface mounted) PVC conduits as directed.

6.5 GENERAL The contractor shall submit for approval, the shop drawing of conduit layout indicating the

route of the conduits, number and size of the conduits, location of junction / inspection / pull

/ outlet boxes, size and location of switch boxes, number and size of wires pulled through

each conduit and all other necessary relevant details prior to laying of conduits. Only after

the drawings are approved, the contractor shall proceed the work of conduit laying.

6.6 MATERIAL 6.6.1 PVC CONDUITS:

All non-metallic PVC conduits shall conform to IS: 9537. The conduit shall be plan and type

as specified in IS: 9537 and shall be used with the corresponding accessories (Refer IS: 3419

specification for fittings for rigid non PVC metallic conduits). PVC conduits shall be rigid

unplasticised, heavy gauge having 2.0 mm. wall thickness upto 20 mm. diameter conduits and

2.5 mm. wall thickness for all sizes above 20 mm. diameter.

6.6.2 BOXES:

All the boxes for switches, sockets and other receptacles, junction boxes, pull boxes and

outlet boxes shall be fabricated from 2.0 mm. thick mild sheets painted with two coats of red-

152 | P a g e

oxide and then two coats of enamel paints as called for. Colour of the paints shall be as

approved by the client. The boxes shall have smooth external and internal finished surface.

Boxes in contact with earth or exposed to the weather shall be of 2 mm. mild steel and hot

dip galvanized after fabrication. Separate screwed earth terminal shall be provided in the box

for earthing purpose. All boxes shall have adequate no. of knock out holes of required diameter

for conduit entry. Switch boxes to receive switches, socket outlets, power outlets, telephone

outlets, fan regulators, etc. shall be fabricated to the approved shape and size to

accommodate all the devices without overcrowding. Outlet boxes to receive ceiling fan shall

be fitted with adequately sized rod / hook to fix ceiling fan. The boxes shall be of minimum

depth of 65 mm.

6.6.3 COVER PLATE:

The cover of the boxes to receive outlet points shall be of best anodized sheet cut to shape

and size or plate of approved manufacturers of switches.

6.6.4 CABLES:

i.) The cables shall conform to IS: 694. For all internal wiring FRLS wires of 650 / 1100

volts grade, single core shall be used.

ii.) The conductors shall be plain annealed copper conductors complying with IS: 1554. iii.)

The conductors shall be circular copper conductor.

iv.) The insulation shall be XLPE compound complying with the requirements of IS: 694. It

shall be applied by an extrusion process and shall form a compact homogenous body.

v.) The thickness of XLPE insulation shall be as set out in the relevant standards

vi.) The cores of all cables shall be identified by colours in accordance with the following

sequence.

a) Single phase - Red

b)

Three phase

- Red, Yellow, Blue

c)

Neutral

- Black

d)

Earth

- Green or Green/Yellow

vii.) Means of identifying the manufacturer shall be provided throughout the length of cable.

viii.) Unless otherwise specified in the drawings the size of the cables used for internal wiring

shall be as follows:

ix.) In case of circuit wiring for lights, exhaust fans, convenience socket outlet points

(P+N+E) :

(A) 1.5 mm.² - From MCB at Panel to switch boards.

(B) 1.5 mm.² - From switch boards to outlet points

153 | P a g e

(C) 4.0 mm.² - From MCB at Panel to 20 Amp socket.

6.6.5 SWITCHES:

Switches shall conform to IS: 3854, IS: 1293 and IS: 4615. The switches shall be single pole,

single or two way and shown on the drawings or as specified. They shall be of moulded type

rated for 250 volt, and of full 5 / 15A capacity. They shall be provided with insulated dollies

and covers.

The switches shall be rocker operated with a quite operating mechanism with bounce free

snap action mechanism enclosed in an arc resistant chamber. The switches shall have pure

silver and silver cadmium contacts. The switches shall be flush modular type The make of

the switches shall be as indicated in the drawings or BOQ or make of material or as suggested

and approved by the client. The switches installed in outdoor area shall be industrial, metal

clad type, and shall be provided in weather proof enclosures, complete with weather proof

gasketed covers.

6.6.6 SOCKETS:

i.) The sockets shall conform to IS: 1293. Each socket shall be provided with control switch of

appropriate rating. The sockets shall be moulded type, rated for 250 volts, and either of full

5 A or 15 A capacity, as mentioned on the drawings.

ii.) Sockets shall be of three pin type, the third in being connected to earth continuity conductor.

The socket shall be flush modular type. The sockets installed in machine room, plant

room or wet / damp area shall be metal clad weather proof type. The finishing and make

of all the sockets shall be same as light switch. The socket shall have fully sprung contacts

and solid brass shrouded terminals to ensure positive electrical connections.

iii.) The sockets shall be provided with automatic shutters, which open only when earth pit of the

plug inserts in the socket.

iv.) The socket shall be provided with three pin plug top suitable to the socket and of the

same make as socket.

6.7 DRAWING OF CONDUCTORS

6.7.1 The drawing and joining of copper conductor or wires shall be executed with due regard to

the following precautions, while drawing insulated wires into the conduits, care shall

be taken to avoid scratches and kinks which may cause breakage of conductors. There

shall be no sharp bends.

6.7.2 Insulation shall be shaved off for a length of 15 mm at the end of wire like sharpening of a

pencil and it shall not be removed by cutting it square or ringing.

6.7.3 PVC insulated copper conductor wire ends before connection shall be properly soldered

(at least 15 mm length) with soldering flux / copper solder, for copper conductor. Strands

of wires shall not be cut for connecting to the terminals. The connecting brass-screws shall

have flat ends. All looped joints shall be soldered and connected through terminals block /

connectors. The pressure applied to tighten terminal screws shall be just adequate, neither

154 | P a g e

too much nor too less. Conductors having nominal cross section are exceeding 4 sq. mm

shall always be provided with crimping type cable sockets. At all bolted terminals, brass

flat washer of large area and approved steel spring washers shall be used. Brass nuts and

bolts shall be used for all connections.

6.7.4 Only certified wire man and cable jointers shall be employed to do joining work.

6.7.5 For all internal wiring PVC insulated wires of 650 / 1100 volts grade shall be used. The sub-

circuit wiring for point shall be carried out in looping system and no joint shall be allowed in

the length of the conductors. No wire shall be drawn in to any conduit, until all work of

any nature that may cause injury to wire is completed. Care shall be taken in pulling the wires

so that no damage occurs to the insulation of the wire. Before the wires are drawn

into the conduits the conduits shall be thoroughly cleaned of moisture, dust, and dirt or

any other obstruction by forcing compressed air through the conduits.

6.8 JOINTS

The wiring shall be by looping back system, and hence all joints shall be made at main

switches, distribution boards, socket outlets, lighting outlets and switch boxes only. No joints

shall be made inside conduits and junction boxes. Joints where unavoidable, due to any

specified reasons, prior permission in writing shall be obtained from the client before

making such connections. Joints by twisting conductors are prohibited.

6.9 LOAD BALANCING

Balancing of circuit in three phase installation shall be planned before the commencement of

wiring and shall be strictly adhered to.

6.10 EARTHING

All earthing systems shall be in accordance with IS: 3043 - 1985 code of practice for earthing.

6.11 TESTING OF INSTALLATION

Before a completed installation is put into service, the following tests shall be complied

with

6.11.1 INSULATION RESISTANCE

i.) The insulation resistance shall be measured by applying 500 volt megger with all

fuses in places, circuit breaker and all switches closed.

ii.) The insulation resistance in gegaohms of an installation, measured shall not be less than

50 mega ohms divided by the number of points on the circuit.

iii.) The insulation resistance shall be measured between

EARTH TO PHASE

EARTH TO NEUTRAL

PHASE TO NEURAL

155 | P a g e

PHASE TO PHASE

6.11.2 EARTH CONTINUITY PATH:

The earth continuity conductors shall be tested for electrical continuity and the electrical

resistance of the same along with the earthing lead but excluding any added resistance or earth

leakage circuit-breaker measured from the connection, with the earth electrode to any point in

the earth continuity conductor in the completed installation and shall not exceed one ohm.

6.11.3 POLARITY OF SINGLE POLE SWITCHES:

A test shall be made to verify that every no-linked, single pole switch is connected to one of

the phase of the supply system.

6.11.4 COMPLETION CERTIFICATES:

All the above tests shall be carried out in presence of client and the results shall be recorded in

prescribed forms. Any default during the testing shall be immediately rectified and that

section of the installation shall be re tested. The completed test result from shall be submitted to

the client for approval.

On completion of an electric installation a certificate shall be furnished by the contractor,

countersigned by the certified supervisor under whose direct supervision the installation was

carried out. This certificate shall be in a prescribed form as required by the local electric

supply authority.

7. LIGHT FIXTURES

7.1 SCOPE

The scope of work shall cover the supply, assembling and testing of various types of L E D

light fixtures as per specification and latest standards.

7.2 STANDARDS

7.2.1 The following standards and rules shall be applicable :

i.) IS 3646 - 1960 Code of practice for interior illuminator.

ii.) IS 1913 - 1969 General and Safety requirements for Electric lighting fittings. iii.)

Indian Electricity Act and Rules issued there under.

7.2.2 All codes and standards mean the latest. Where not specified otherwise the installation shall

generally follow the Indian Standard Code of Practice or the relevant British Standard Code of

Practice in the absence of Indian Standard.

7.3 GENERAL REQUIREMENTS

7.3.1 All fixtures shall be latest, energy efficient, complete with ballast igniter, starter, capacitor,

LED accessories and fixings necessary for installation whether so detailed under fixture

description or not.

156 | P a g e

7.3.2 Fixture housing, frame or canopy shall provide a suitable cover for the fixture outlet box or

fixture opening.

7.3.3 Fixture shall be completely wired with FRLS wires and constructed to comply with the regulations

and standards for Electric Lighting Fixtures, unless otherwise specified. Fixtures shall bear

manufacturer’s name and the factory inspection label unless otherwise approved.

7.3.4 Wiring within the fixture and for connection to the branch circuit wiring and shall not be not less

than 1.5 sq. mm. copper for 250 Volt application. Wire insulation shall suit the temperature

conditions inside the fixture and wires bypassing the choke shall be heat protected with a heat

resistant sleeve.

7.3.5 Metal used in lighting fixtures shall be not less than 22 SWG or heavier if so required to

comply with specifications or standards. Sheet steel reflectors shall have a thickness of

not less than 20 SWG. The metal parts of the fixtures shall be completely free from

burrs and tool marks. Solder shall not be used as mechanical fastening device on any

parts of the fixture.

7.3.6 Non-reflecting surfaces such as fixture frames and trim shall be Aluminum die cast.

7.3.7 All the fixtures are as per the IP – 2X / 4X protections for indoor application where as IP - 6

X protections for outdoor application.

7.3.8 Lighting fixtures shall be designed for minimum glare and for continuous operation under specified

atmospheric condition.

7.3.9 All fixtures shall be complete with accessories like power factor improvement

capacitors, low loss ballast; long range igniter maximum distance between igniter and

fixture shall be 30 mtr. etc.

7.3.10 LED fixture shall be of sheet steel casing with corrosion resistance finish. It shall be provided

with separate wiring channel with cover plate and an earth terminal. All screw shall be chromium

plated only. Lamp and starter holders shall be of tough moulded plastic with spring loaded

rotor type connector. Capacitors shall be low loss paper impregnated hermetically sealed.

Internal wiring shall be neatly clipped and where by passing the ballast, a suitable heat resistance

barrier or sleeve shall be provided.

7.3.11 Industrial low bay / medium bay / high bay fitting shall be of die cast Aluminium housing,

high purity Al. Reflector, acrylic cover and wire guard.

7.4 REFLECTOR

Light reflecting surface shall be mirror finished having the reflection factor of not less than

90%. All parts of reflector shall be completely covered by finish and free from irregularities. It

shall be capable of withstanding a 6 mm. radius bend without showing sign of cracking,

peeling or loosening from the base metal. Finish shall be capable of withstanding 72 hours

exposure to ultra violet sun lamp placed 10 cm. from the surface without discoloration, hardening

or warping and retain the same reflection factor after exposure. Test report shall be furnished for

each lot of fixtures.

157 | P a g e

Lighting fixture reflectors shall generally be manufactured from aluminium sheet of not less than

20 SWG. They shall be readily removable from the housing for cleaning and maintenance

without disturbing the lamps and without the use of tools. They shall be security mounted to the

housing by means of positive fastening devices of a captive type.

Polystyrene egg-box type louvers shall be provided whenever specified. Appropriate captive type

fixing devices shall be incorporated for securing these. 7.5 CAPACITORS

7.5.1 Lighting fixture capacitors shall have a constant value of capacitors and shall be connected

across the supply of individual lamp circuits.

7.5.2 Each capacitor shall be suitable for operation at 240 volts ± 5% single phase 50 Hz with a

suitable value of capacitance so as to correct the power factor of lists corresponding

lamp circuit to the extent of 0.98 lag.

7.5.3 The capacitors shall be hermetically sealed preferably in metal container to prevent seepage

of impregnating material and ingress of moisture.

7.5.4 All light fixture shall have THD less than 3% and power factor greater than 0.98.

7.6 TEST

The following routine tests shall be conducted as per the relevant Indian Standards

7.6.1 Each fixture shall be tested at 1500 volts r.m.s. 50 Hz for one minute and no flashover

of breakdown shall occur between current carrying parts and ground.

7.6.2 Insulation resistance of each fixture shall be tested at 500 V.D.C. and the insulation resistances

so measured shall not be less than 2 mega ohms between all current carrying parts and ground.

7.6.3 Each fixture shall be examined visually to ensure that it is complete in all respects and

satisfactorily finished.

7.6.4 Type and routine test certificates shall be submitted for tests conducted as per r elevant IS/BS

for the fixture and accessories.

7.7 DRAWINGS AND DATA As per of the proposal the bidder furnish relevant descriptive and illustrative literature on

lighting fixtures and accessories and following drawings/ data for the respective lighting fixtures

:-

7.7.1 Dimensional Drawings.

7.7.2 Mounting details cable entry facilities and weights.

7.7.3 Light distribution diagrams (Zonal & Isokandora)

7.7.4 Light absorption and utilization factors.

7.7.5 LED output V/S temp. Curves.

158 | P a g e

8 INSTALLATION, TESING & COMMISSIONING – ELECTRICAL EQUIPMENT”

8.1 In accordance with the specific installation instructions, as shown in Contractor’s drawings or as

directed by the Engineer In Charge the Contractor shall unload, erect, install, wire, test and

place into commercial use of all electrical & instrumentation equipment included in the contract.

Equipment shall be installed in a neat manner so that it is level, plumb, and properly aligned

and oriented.

8.2 The Contractor shall furnish all supervision, labour, tools, equipment, rigging materials and

incidental materials such as bolts, wedges, anchors, concrete inserts etc. required to completely

install, test and adjust the equipment.

8.3 Drawings, instructions and recommendations shall be correctly followed in handling, settling,

testing and commissioning of all equipment and care shall be exercised in handling to avoid

distortion to stationary structures, the marring of finish, or damaging of delicate instruments or

other electrical parts.

8.4 The Contractor shall erect and commission the equipment as per the instructions of the Purchaser/

Engineer In Charge and shall extend all co-operations to him. All the guidelines of original

equipment manufacturer shall also be followed for erection, testing and commissioning

8.5 In case of any doubt/ misunderstanding as to correct interpretation of drawings or instructions,

necessary clarification shall be obtained from the Engineer’s Representative. The Contractor

shall be held responsible for any damage to the equipment consequent to not following

instructions correctly.

8.6 The Contractor shall move all equipment into the respective buildings through regular doors or

floor openings provided specifically for the equipment. The Contractor shall make his own

arrangement for lifting of equipment.

8.7 Where assemblies are supplied in more than one section, the Contractor shall make all necessary

mechanical and electrical connections between sections including the connections between

bus bars/ wires. The Contractor shall also carry out the adjustments/ alignments necessary for

proper operation of the circuit breakers. All insulators and bushings shall be protected against

damage during installation. Insulators or bushings chipped, cracked or damaged due to negligence

or carelessness shall be replaced by the Contractor at his own expenses.

8.8 The Contractor shall take utmost care in handling instruments, relays and other delicate

mechanisms. Wherever the instruments or relays are supplied separately, they shall be mounted

only after the associated control panels have been erected and aligned. The blocking material/

mechanism employed for the safe transit of the instruments and relays shall be removed after

ensuring that the panels have been completely installed and no further movement of the same

would be necessary. Any damage to relays and instruments shall be immediately reported to the

Engineer In charge.

159 | P a g e

8.9 Equipment furnished with finished coats of paint shall be touched up by the Contractor if their

surface is spoiled or marred while handling.

8.10 Foundation work and grouting of fixing bolts or channels for all transformers, switchgear,

motors, and control panels shall be carried out by the Contractor.

8.11 POWER/ DISTRIBUTION TRANSFORMERS:

Inspection, storage, installation, testing and commissioning of transformers shall be in accordance

with the latest Indian Standards Code of Practice IS:10028. All commissioning tests as

applicable, vide Appendix B of IS: 10028 (Part II) shall be carried out. Fire Wall of 4 Hr fire

rating shall be provided between two transformers.

8.12 HV/ LV SWITCHGEAR CONTROL PANELS:

Switchgear control panels shall be installed in accordance with the latest Indian Standard Code of

Practice 10118. The switchgear panels shall be installed on finished surface or concrete or steel sills. The

Contractor shall be required to install and align any channel sills which form part of the foundations.

Tape or compound shall be applied where called for. The base of outdoor type units shall be sealed in an

approved manner to prevent ingress of moisture.

a) Following minimum clearances shall be observed while finalizing the HV/ LV panel layouts-

i. Minimum clearance of 1.0 meter shall be maintained from the rear of the panel to the

nearest wall /structure.

ii. Minimum clearance of 2.0 meter between panels facing opposite to each other.

iii. Side clearance for LV panels shall be either ≤ 200mm or ≥ 800 mm.

iv. For HT metal enclosed, indoor panels, Minimum 1 meter clearance from all sides &

2.0 meter in the front.

8.13 Emergency Exit doors shall be provided for electrical room, complying with the requirements of

NBC 2005 latest edition.

8.14 After installation of all power and control wiring, the Contractor shall perform operating tests on all

switchgear and panels to verify the proper operation of switchgear/ panels and the correctness of

the interconnections between various items of equipment. This shall be done by applying normal a-c

or d-c voltage to the circuits and operating the equipment. Megger tests for insulation, polarity

checks on the instrument transformers, operation tests on equipment, and installation tests shall

be carried out by the Contractor who shall also make all necessary arrangements for proper

functioning of the equipment.

160 | P a g e

8.15 The Contractor shall install copper/ steel conductors, braids, etc., required for the system and

individual equipment earthing. All work such as cutting, bending, supporting, painting/

coating, drilling, brazing/ soldering/ welding, clamping, bolting and connecting onto

structures, equipment frames, terminals, rails or other devices shall be in the Contractor’s scope

of work. All incidental hardware and consumables such as fixing cleats/clamps, anchor

fasteners, lugs, bolts, nuts, washers, bituminous compound, welding rods, anti-corrosive

paint as required for the complete work shall be deemed to be included by the Contractor as

part of the installation work.

8.16 The quantities, sizes, material of earthing conductors and electrodes to be installed as per

requirement. Routes of the conductors and locations of electrodes shall be shown in the earthing

layout drawings, which are to be prepared by Contractor & approved by Purchaser’s representative.

8.17 The work of embedment of earthing conductor in RCC floors/ walls along with provision of earth

plate inserts/ pads/ earth risers shall be done by the Contractor when the floors are cast or during

construction of walls. Contractor’s scope of installation shall also include, laying the conductors in

position with 60 mm concrete cover, making welded connections to inserts/pads/risers above the

floor near the equipment. The embedded conductors shall be connected to reinforcing rods wherever

necessary.

8.18 If the tap connections (earthing leads) from the floor embedded main earthing grid to the equipment

are more than 500 mm long then the same shall be embedded in floor by theContractor where

required, together with associated civil work such as excavation/chasing, concreting and surfacing.

The concrete cover over the conductor shall not be less than 60 mm.

8.19 Installation of earth conductors in outdoor areas, buried in ground, shall include excavation of earth

up to 600 mm deep 450 mm wide, laying of conductors at 600 mm depth, brazing/ welding as

required, of main grid conductor joints as well as risers of length 500 mm above ground at required

locations and then backfilling material to be placed over buried conductor shall be free from stones

and other harmful mixtures. Backfill shall be placed in layers of 150 mm, uniformly spread

along the ditch, and tampered utilizing pneumatic tampers or other approved means. If the excavated

soil is found unsuitable for backfilling, the Contractor shall arrange for suitable material from

outside.

8.20 Installation of earth connection leads to equipment and risers on steel structures/ walls shall

include laying the conductors, welding/ cleating at specified intervals, welding/ brazing to the

main earth grids risers, bolting at equipment terminals and coating welded/ brazed joints by

bituminous paint. Galvanized conductors shall be touched up with zinc rich paint where holes are

drilled at site for bolting to equipment/ structure.

8.21 Electrodes shall be installed in constructed earth pits, and connected to main buried earth grid, The

scope of work shall include excavation, construction of the earth pits including all materials

required for construction of earth pits, placing the rod and fixing test links on those pipe/ rod/

plate electrodes in test pits and connecting to main earth conductors.

161 | P a g e

8.22 Installation of lightning conductors on the roofs of buildings shall include laying, anchoring,

fastening and cleating of horizontal conductors, grouting of vertical rods wherever necessary, laying

fastening/ cleating/ welding of the down comers on the walls/ columns of the building and

connection to the test links to be provided above ground level.

8.23 Installation of the test links shall include mounting of the same at specified height on

wall/column by suitable brackets and connections of the test link to the earth electrode.

8.24 Suitable earth risers shall be provided above finished floor/ ground level. If the equipment is not

available at time of laying of the main earth conductors, the minimum length of such riser inside the

building shall be 200 mm and outdoors shall be 500 mm above ground level. The risers to be

provided shall be marked in project drawings.

8.25 An earthing mat shall be provided under each operating handle of the isolator and operating

mechanism of HV breakers. Operating handle of the isolator and supporting structure shall be

bonded together by a flexible connection and connected to the earthing grid.

8.26 A separate earth electrode bed shall be provided adjacent to structure supporting lightning arrestors.

Each connection shall be as short and as straight as practicable. For arrestors mounted near

transformers, earth conductors shall be located clear off the tank and coolers.

8.27 Wherever earthing conductors passes through walls, galvanized iron/PVC sleeves shall be provided

for the passage of earthing conductor. The pipe ends shall be sealed by the Contractor by suitable

water proof compound.

8.28 Earthing Connections:

a) All connections in the main earth conductors buried in earth/ concrete and connection between main

earthing conductor and earth leads shall be of welded type.

b) Connection between earth leads and earthing terminal provided on the equipment shall be bolted

type.

c) All bimetallic connections shall be treated with suitable compound to prevent moisture ingression.

d) Metallic conduits and pipes shall be connected to the earthing system.

e) Lightning protection system down conductors shall not be connected to other earthing conductors

above ground level. Also no intermediate earthing connection shall be made to lightning arrester and

transformer earthing leads which shall be directly connected to pipe electrode.

8.29 Earth Electrodes:

a) Electrodes shall as far as practicable, be embedded below permanent moisture level.

162 | P a g e

b) Test pits with concrete covers shall be provided for periodic testing of earth resistance. Installation of

pipe electrodes in test pits shall be suitable for watering. The necessary materials required for

installation of test pits shall be supplied and installed by Contractor. The installation work shall also

include civil work such as excavation and connection to main earth grid.

c) Earth pits shall be treated with salt and charcoal. In case found necessary, then with the approval of

Purchaser’s representative, Back fill compound of suitable composition may be used. Back fill

material shall not be water soluble & shall retain moisture & enhance conduction around electrode.

Back fill compound shall be low resistance & non corrosive earth enhancement compound which

shall provide safe discharge path to fault current & lightening current.

d) Ohmic value shall be within safe limits & it shall be stable & not fluctuating.

e) Soil, salt and charcoal placed around the electrode shall be finely graded, free from stones and other

harmful mixtures. Backfill shall be placed in layers of 250 mm thick uniformly spread and

compacted. If excavated soil is found unsuitable for backfilling, the Contractor shall arrange for a

suitable soil from outside.

8.30 INSTALLATION OF CABLE RACKS AND CABLE TRAYS

a) Lines and grade for trays may be measured from building steel and finished floor elevations. Change

in line or grade, or the addition of offsets by means of cutting standard tray sections and inserting

additional tray fittings to match with the existing arrangement shall be considered as a normal part of

the work.

b) Where embedded steel inserts in concrete floors/ walls for welding the supports for cable racks/ trays

are not available, Contractor shall provide suitable anchor fasteners at no extra cost.

c) Cable shall be clamped to the cable trays at every 750 mm distance.

d) Flexible metallic conduits shall be used for termination of connection to equipment such as motors,

limit switches and other apparatus.

8.31 Cable Trays:

All the cable tray shall be hot dipped galvanized with minimum galvanization thickness as per mentioned in

this specifications.

a) Cable tray shall be of perforated sheet steel with formed flanges and of minimum thickness not less

than 1.25 mm for trays up to 100 mm width, not less than 1.5 mm for trays from 100 mm to 150 mm

width and not less than 2.0 mm for trays from 150 mm to 300 mm width.

b) All the cable trays above 300 mm width shall be of ladder type with minimum thickness of 2.5 mm.

c) Cable tray for use in areas where chlorine gas may be present shall be constructed from U-PVC or

GRP. Cable tray supports shall be of a compatible finish with the associated cable tray.

d) All cable trays tees, intersection units, bends, turns and sets shall be prefabricated (made by the

manufacturer) and shall be of a matching design to the main section of cable tray.

163 | P a g e

e) Tray shall only be joined by couplers supplied by the manufacturers. The joint shall be secured in

accordance with the manufacturer’s instructions.

f) Cable tray supports supplied by a manufacturer or made up on Site shall have adequate strength to

maintain rigid support to the fully laden cable tray along its entire length and shall ensure that the

deflection of any one section does not exceed 15 mm at mid span.

g) Wherever possible, cable trays shall be installed in full lengths without cutting. Should it be

necessary to cut or drill a length of tray, the bared ends or damaged section of the tray shall

immediately be given a coat of zinc rich cold galvanized paint. All site manufactured accessories,

supports and metal fittings required to ensure correct installation of the cable trays shall be similarly

treated.

h) All cables shall be firmly secured to the tray using purpose made saddles, as approved by the

Purchaser’s Representative, together with proprietary nylon fasteners and/or cable cleats. Following

installation of cables, the tray shall remain rigidly supported and the deflection of any section shall

not exceed 15 mm at mid span. All brackets and tray work shall be suitable for withstanding a

temporary weight of 125 kgs.

i) Cable trays shall not be cut to allow the passage of cables through the surfaces of the tray

j) The sizing of the cable tray shall provide a minimum of 20% spare capacity.

k) The tray shall be run at least 300 mm clear of plumbing and mechanical services.

l) Bends in the installation shall take account of the minimum bending radii of cables to be installed.

m) All the cable trays shall be supplied with cable tray supports (of adequate size) at no more than 1.2

meter interval.

n) Other cable tray details & cabling system shall be as per typical drawings attached with the

specifications.

8.32 Cable Trunking – Metal:

a) Cable trunking shall be manufactured from mild steel of not less than 1.25 mm and shall be hot

dipped galvanized. The Contractor shall ensure that the size of the trunking is adequate for the

number of cables to be installed together with 50% spare capacity and shall in any case be 50 mm x

50 mm minimum size.

b) Segregation of cables shall be carried out if required using continuous sheet steel barriers with the

bottom edge welded to the trunking.

c) The trunking shall have two return flanges for rigidity. Where necessary, additional strengthening

straps shall be fitted internally. The cover shall overlap the trunking and be made of the same gauge.

Fixing screws for covers shall be recessed and be of the self-retaining `quick fix' type. All bends,

tees and intersections shall be of the gusset type and shall, wherever possible, be purpose made by

the manufacturer and of a matching design to the main trunking.

d) Cables shall be retained in the trunking when the cover is removed by means of straps. Internal

connecting sleeves shall be fitted across joints in the trunking and earth continuity ensured by

bonding each section of trunking to a continuous earth wire.

164 | P a g e

e) Non-flammable fire barriers shall be inserted where the trunking passes through walls or floors.

Conduit connections to trunking shall be made by flanged couplings and male bushes.

f) Trunking shall be supported at intervals not greater than 2 meter horizontally or 2.5 meter vertically.

g) Crossings over expansion joints shall be made in flexible conduit.

h) Should it be necessary to cut or drill a section of trunking or a trunking fitting the bared ends shall

immediately be given a coat of zinc rich cold galvanizing paint.

i) Cable and conduit/ trunking runs shall be determined by the Contractor and agreed by the

Purchaser’s Representative before any work is started. The run shall be at least 300 mm clear of

plumbing and mechanical services.

j) Conduit/ trucking systems erected outside a building shall be weatherproof.

8.33 CABLE INSTALLATION:

a) Cable installation shall be in accordance with IS 1255: 2001- latest edition.

b) Cables shall be installed in such a way that the minimum bending radii are not reduced when

installed or during installation. Cables shall not be installed in ambient temperatures below that

recommended by the cable manufacturer.

c) Cables grouped together shall have insulation capable of withstanding the highest voltage present in

the group.

d) Cables of different categories shall be installed so as to maintain satisfactory clearances for safety

and in order to reduce the possibility of electrical interference. The following Table details the

distances in mm that shall be maintained between the different categories of cable.

Table of Separation Distances in mm between different Categories of Cable

Cable Category HV Power LV Power C&I/

Protection

Tele-communication

HV Power N/A 300 500 500

LV Power 300 N/A 300 300

C&I/ Protection 500 300 N/A 100

Tele-communication 500 300 100 N/A

e) These separations are minimum and special circumstances such as the presence of high current

flows, or harmonic content may necessitate larger separation distances.

f) A distance of minimum 300mm shall be maintained between the cables to be laid on trays/ conduits

carrying low voltage AC and DC signals and a distance of minimum 600 mm shall be maintained

between cables carrying HT and LT signals.

g) In order to make economic use of the cable support system, cables shall be arranged in groups

having diameters in the close proximity. These groups shall be securely tied to the cable support

system at intervals not exceeding 900 mm for horizontal runs and 300 mm intervals on vertical runs.

165 | P a g e

h) In order to make the most economic use of cable tray and duct capacity, multicore cabling shall be

utilized in order to connect instrumentation groups by using suitably located sub-distribution

junction boxes. The junction boxes shall be suitable for the area in which they are to be installed and

for the type of circuit. They shall be readily accessible for maintenance and clearly labeled junction

boxes shall be constructed of die cast Aluminium and provide degree of protection IP 65.

i) Instrumentation cables shall be continuous without any joints. Separate cables shall be used for

digital and analogue signals at all times. Digital and analogue signals shall be segregated within

junction boxes.

j) Cables shall be laid in a manner such that any electrical interference between cables shall not have a

detrimental effect on the life and operation of Plant.

k) Where practical a separate cable support system shall be provided for power and non-power cables.

Where this is not practical a separation as per indicated in above table shall be maintained between

power and non-power cables when run on the same support system.

l) Heavy duty galvanized iron cable tray and ladder racking shall be used for cable support systems.

FRP/ GRP cable support systems shall be used in areas used for the storage and handling of chlorine.

These systems shall be used to route cables around walls and within cable trenches. Cables shall be

securely fixed to the support systems. Bundling of cables shall be permitted where allowance for this

practice has been made in sizing the cables.

8.34 Laying of Cables:

a) Each instrumentation and power supply cable shall be terminated to individual panel/ terminal box.

b) Identification of each cable shall be by proper ferrules at each junction as per cable schedule to be

prepared by Contractor.

c) Cables shall be laid in accordance with layout drawings and cable schedule which shall be prepared

by Contractor and submitted for approval.

d) All cable routes shall be carefully measured and cables cut to the required lengths, leaving sufficient

amount for the final connection of the cable to the terminals on either end.

e) Various cable lengths cut from the cable reels shall be carefully selected to prevent undue wastage of

cables.

f) A loop of 1.0 meter shall be left near each field instrument before terminating the cable.

g) Cables shall be complete uncut lengths from one termination to the other.

h) Separate cables shall be used for digital and analog signals.

i) All cables shall be identified close to their termination point by cable numbers as per cable

interconnection schedules.

j) Identification tags shall be securely fastened to the cables at both the ends.

k) Cable shall be rigidly supported on structural steel and masonry, using individually cast or malleable

iron galvanized clips, multiple cable supports or cable trays.

l) The Contractor shall take the actual measurement of the cables and the associated accessories such

as cable trays, conduits etc required at site, prior to the placement of order on the cables.

166 | P a g e

8.35 Cables Laid Direct in Ground:

a) Buried cable up to 1.1 kV shall have a laid at a minimum depth of 750 mm measured from FGL to

the top of the highest cable. On crossing roadways the cable shall be run through a PVC-U duct of

minimum diameter 100 mm with a minimum of 1000 mm cover and encased on all sides by 150 mm

of concrete.

b) Cables of greater than 1.1kV shall be buried at a minimum depth of 1 meter.

c) The bottom of the cable trench shall be freed of sharp stones and such like and 75 mm of sieved sand

laid below the cable. After cable laying 75 mm of sieved sand shall be laid above the cable. For HT

cables sand bedding shall be of 150 mm & cables shall be covered with half round Hume pipes of

twice the diameter of cable.

d) Interlocking cable protective covers, minimum 1 m long x 300 mm wide, marked ‘Danger-Electric

Cable' in English and the vernacular shall be laid on top of the sieved sand. Covers shall extend the

whole length of the cable trench and shall overlap cables by a minimum of 50 mm.

e) Warning tape shall be laid a minimum of 200 mm above the protective covers.

f) Cables are to be installed without tees or through joints unless otherwise approved by the

Purchaser’s Representative. Single core cables shall be run in trefoil formation.

8.36 Cables Laid in Underground Ducts:

a) Underground ducts shall be constructed of impact resistant PVC-U and laid at a minimum depth of

750 mm, ducts shall be surrounded by at least 75 mm of sieved sand except at road crossings where

it shall be 1 meter deep and encased on all sides by 150 mm of concrete.

b) The Contractor shall ensure that sufficient draw-in points have been provided and that adequate

room has been allowed for installation of cables. Drawstrings shall be provided in all ducts to enable

additional cables to be installed when required.

c) Where cables pass in or out of any duct entries into or within buildings such entries, together with

any spare ducts shall be sealed against the ingress of moisture by means of duct stoppers and

bituminous compounds or by any other method approved by the Purchaser’s Representative. The

stopper shall have a fire resistance of at least 30 minutes. Single core cables in trefoil formation shall

pass through the same duct and shall not be separated. However, for two different trefoil formations,

they shall be laid in separate ducts.

8.37 Cables installed in Conduit:

a) Conduits shall be galvanized heavy gauge solid drawn or welded screwed steel type and be in

accordance with IS 9537, Part 2 or BS 4568. Accessories shall either be malleable cast iron screwed

type or pressed steel and galvanized.

b) A space factor of 40% shall not be exceeded, but in any case conduit of less than 20 mm diameter

shall not be permitted. The tubing shall be perfectly smooth inside and out and free from flaws and

imperfections of any kind. Both ends of every length of tubing shall be properly reamed with all

sharp edges removed before erection.

167 | P a g e

c) Where a number of conduits converge, malleable cast iron or heavy gauge sheet steel adaptable

boxes shall be employed in order to avoid crossings. Conduits shall be connected by means of male

brass bushes and couplings.

d) Where conduits are greater than 25 mm, straight through joint boxes shall be of the trough type.

Where conduit and/ or fittings are attached to equipment casings, the material or case of the casing

shall be tapped for a depth of not less than 10 mm or male bushes and flanged couplings shall be

used.

e) Heavy hexagonal lock nuts shall be used at all positions where running joints are required and care

shall be taken to ensure that they seat firmly and evenly on to the mating faces of coupling or other

adjacent accessories. All junction boxes, draw-in boxes, and inspection fittings, shall be so placed

that the cables can be inspected and, if necessary, withdrawn and re-wired throughout the life of the

installation.

f) Generally not more than two bends or offsets or one coupling will be permitted without a suitable

inspection accessory. Fish wires shall not be left in conduits after erection. The whole of the

installation shall be arranged for a loop-in type of system with joints being carried out at switches,

isolators, etc. Intermediate joints in the cable will only be allowed by arrangement with the

Purchaser/ Purchaser’s Representative.

g) Ends of conduits which are liable to be left open for any length of time during building operations

shall be plugged to prevent the ingress of dirt, cement, etc. and covers, either temporary or

permanent, shall be fitted on all boxes.

h) Generally, conduits shall not cross expansion joints of buildings, but where they cannot be installed

in any other manner then a flexible conduit shall be used across the expansion joint. A total 150 mm

movement shall be allowed.

8.38 Surface Installation:

Surface conduits shall be secured and fixed by means of distance spacing saddles or approved

purpose made clips at every 500mm, which allow the conduits to be taken directly into

accessories without sets or bends. Conduits shall be run in a square and symmetrical manner. An

efficient means shall be adopted to provide for the drainage of condensation and the runs shall be

properly ventilated. All surface conduit runs shall be marked out for approval by the Purchaser’s

Representative before the installation is carried out. Where large multiple parallel conduit runs

would occur, use may be made of galvanized cable trunking. Conduits installed on structural

steelwork shall be secured at spacing not exceeding those for surface conduit by girder clips,

otherwise fixing shall be as for surface conduits on walls, drilled and tapped to the metalwork. Power

driven fixings shall only be used with the express permission of the Purchaser’s Representative. Any

drilling or access which is required through any structural member of the building shall be agreed with

the Purchaser/ Engineer in Charge before carrying out the work.

a) Exposed threads and places where galvanizing has been damaged shall be cleaned and then painted

with two coats of an approved metallic zinc based paint. This treatment shall be applied as the work

proceeds.

8.39 Concealed Installation:

168 | P a g e

a) Concealed conduits shall be securely fixed to prevent movement before laying of screeds, floating of

plaster, casting of columns or other building operations necessary after the conduit installation.

Crumpets or similar fixings shall be used for attaching the conduit to blockwork, etc. Building nails

will not be accepted.

b) At least 15 mm cover shall be allowed for finishes over the conduit. Where this cover cannot be

maintained then expanded metal shall be fitted with the conduit. Conduit cast into reinforced

concrete floors shall be fixed to the steel reinforcing with binding wire and the conduit boxes filled

with expanded polystyrene or enclosed in a plastic bag to prevent the ingress of concrete when

poured. Where possible, the conduit boxes shall be fixed to shuttering to give a flush finish. The

conduit junction boxes shall be provided after every 30M straight line of conduit and at each bend.

c) Conduit installed in voids, false ceilings, and other concealed routes shall be installed as specified

for the surface conduits. Wiring shall be carried out after the false ceiling or permanent ducts have

been completed. Conduit installed in floors shall be sealed against ingress of moisture.

d) The conduit installation shall be inspected by the Purchaser’s Representative before the building

operation conceals the work.

8.40 Cable Installed in Flexible Conduit:

a) Flexible conduit shall be of the waterproof galvanized type or PVC wire-wound type with cadmium

plated mild steel couplings. Lengths of flexible conduits shall be sufficient to permit withdrawal,

adjustment or movement of the equipment to which it is attached and shall have a minimum length

of 300 mm. Flexible conduit shall not be used as a means of providing earth continuity. A single

earth conductor of adequate size shall be installed external to the conduit complete with earth

terminations.

b) Where conversion from rigid conduit to flexible metallic conduit is to be made, the rigid conduit

shall terminate in a through type box and the flexible conduit shall extend from this box to the

equipment, the earth continuity cable shall be secured to the box and to the piece of equipment by

properly designed earthing screws. The use of lid facing screws, etc., will not be permitted. Adapters

shall incorporate a grub screw or a gland to prevent the flexible conduit becoming loose.

8.41 Cable Clipped Direct:

a) All cable hangers, clips, cleats and saddles shall be of an approved type and appropriate to the type

and size of cable installed. Their spacing shall be such as to ensure a neat appearance and prevent

sagging of the cables at all times during their installed life.

8.42 Cable Installed in Internal Floor Trench:

a) In shallow trenches (maximum depth 500 mm)

b) In shallow trenches used for electrical services only, cables may be laid in a neat and orderly

manner on the floor of the trench. One layer only shall be allowed. Additional cables shall be

installed on the walls of the trench in an acceptable manner & such a way that, in no case the

distance between two different types of cable shall not be less than the separation distance

tabulated above.

169 | P a g e

c) Where the trench is shared by other services, cables shall be installed on the walls of the trench in

an acceptable manner & such a way that, minimum separation distance of 300mm shall be

maintained.

d) All other trenches including walk through service ducts

e) Cable trenches & cable installation shall be in accordance with the attached typical cabling system

drawings.

f) Where other services are present the cables shall be segregated from them by separation distances as

mentioned above and wherever possible kept above `cold' wet services. Cables should not be run

if at all possible above or in close proximity to `hot' services.

g) The cabling shall be installed in such a manner as to allow access to the other services for normal

maintenance without disturbance of the electrical installation.

8.43 Cable Terminations and Joints:

a) Power Cable Terminations

i. Power cables shall be terminated in suitable boxes arranged for bolting to switchgear, motor

starters and motors.

ii. Cores shall have either crimped lugs or sleeves to match either post terminals or bolted

clamp terminals.

iii. Each cable entry into a terminating box shall be made through a suitable gland, which

shall have provision for securing the armour where applicable. Where single core glands

are required these shall be of the non-magnetic type and the associated box bottom

plate, where the core passes through, shall not have a continuous magnetic path.

iv. Adequate provision shall be made to bond the cable armouring to the box and/or

switchgear casing of a suitable size to withstand the prospective short circuit fault

current of the system, glands shall be fitted with earth bonding tags where intimate

screwed contact between gland and cable box is not possible.

v. Where cable glands are exposed to the weather these shall be protected by heat shrink

plastic sleeve or purpose moulded sleeves covering the gland continuously from overall

sheath to the gland neck.

vi. Where terminations of multicore type have to be made on to items of Plant which have

to be dismantled for maintenance, these shall be made off through glands into an

adaptable box containing terminals and flexible single cores taken into the equipment

via flexible waterproof plastic covered conduit, and a separate earth core linking the box

to the equipment.

vii. Where single core cables are glanded to or pass through cabling plates the gland plate or

cabling plate shall be constructed of non-magnetic material.

b) Power Cable Joints:

170 | P a g e

i. Through joints shall only be allowed with the approval of the Purchaser’s Representative.

Where such joints are necessary in thermoplastic and elastomeric cables, the cables shall be

jointed with epoxy or acrylic resin cold setting compound, which has been premeasured and pre-

packed ready for use. The boxes shall preferably be of split, moulded plastic type with filling

vents for compound. Bonding straps shall be fitted with armour clamps across the joint and

inspected by the Purchaser/ Purchaser’s Representative prior to filling the box with compound.

Wrapped pressure type joints will not be accepted.

c) Multi-core or Control Cable Terminations:

i. A sufficient number of terminals shall be provided to terminate all cable cores. For control

and auxiliary wiring an additional 20% of this number shall be provided as spares.

ii. Not more than one core of internal or external wiring shall be connected on any one

terminal. Where duplication of terminal blocks is necessary, purpose-made solid links

shall be incorporated in the design of the terminal blocks.

iii. Terminals which remain energized when the main equipment is isolated shall be

suitably screened and labeled.

iv. Terminal blocks for different voltages or circuit type shall be segregated into groups and

distinctively labeled.

8.44 Cable Fixings:

a) Ties and strapping shall be suitable for securing cable and cable groups to cable tray or ladder.

They shall be resistant to chemical and marine corrosion. Plastic coated metal ties used in order to

obtain corrosion resistance shall not be acceptable. Nylon ties shall be resistant to the effects of

ultra-violet light and shall be self-extinguishing.

b) Large single cables shall be secured with cable clamps or cable cleats.

8.45 Cable Identification:

At each end of each cable, in a uniform and visible position a label shall be fixed on the cable in

accordance with the cable schedule. Labels shall be made of PVC and shall be indelibly marked to

the approval of the Purchaser’s Representative. The label shall be retained using proprietary nylon

strips passing through two fixing holes at either end of the label. If the cable gland is not

normally visible, then the label shall be fixed inside the panel by means of screws.

8.46 Marking Locations of Underground Cables:

a) The location of all underground cables shall be engraved on brass or other non-corrodible plates to

be fixed to the exterior surface of all walls of buildings 300 mm above ground level and directly

above the point where cables pass through the wall.

b) Cable route markers as per the attached drawing shall be installed at an interval not more than 15

meter & at bending/ road crossings the interval shall be at every 10 meter.

c) The minimum depth for laying of underground cable route markers shall be as per indicated in the

typical drawings attached with this tender.

171 | P a g e

8.47 Additional Requirements for Cable Installations:

a) The Contractor shall install, test and commission the cables specified in the specification. Cables

shall be laid directly buried in earth, on cable racks, in built up trenches, on cable trays and

supports, in conduits and ducts or bare on walls, ceiling etc. as per drawings, which are to be

prepared by Contractor & approved by Purchaser’s representative. Contractor’s scope of work

includes unloading, laying, fixing, jointing, bending, and termination of the cables & all related

accessories. The Contractor shall also supply the necessary materials and equipment required for

jointing and termination or the cables.

b) All apparatus, connections and cable work shall be designed and arranged to minimize risk of fire

and any damage which might be caused in the event of fire. Wherever cables pass through floor

or wall openings or other partitions, suitable bushes of an approved type shall be supplied and put

into position by the Contractor.

c) Standard cable grips and reels shall be utilized for cable pulling. If unduly difficult pulling occurs,

the Contractor shall check the pull required and suspend pulling until further procedure has been

approved by the Engineer’s Representative. The maximum pull tension shall not exceed the

recommended value for the cable measured by the tension dynamometer. In general, any lubricant

that does not injure the overall covering and does not set up undesirable conditions of electrostatic

stress or electrostatic charge may be used to assist in the pulling of insulated cables in conduits

and ducts.

d) After pulling the cable, the Contractor shall record cable identification with date pulled neatly with

waterproof ink in linen tags. Identification tags shall be attached securely to each end of each

cable with non-corrosive wire. The said wire must be non-ferrous material on single conductor

power cable. Tags shall further be attached at 10 meter intervals on long runs of cables on cable

trays and in pull boxes. Cable and joint markers and RCC warning covers shall be provided

wherever required.

e) Sharp bending and kinking of cables shall be avoided. The bending radius for various types of

cables shall not be less than those specified below:

i. 11 kV, XLPE insulated, multicore : 15 times the overall dia of the cable

ii. armoured cables

iii. 1.1 kV, XLPE insulated, multicore : 12 times the overall dia of the cable

iv. armored cables

v. (If shorter radius appears necessary, no bend shall be made until clearance and

instructions have been received from the Purchaser/ Engineer in charge)

f) Power, control and instrumentation cables shall be laid in separate cable racks/ trays.

g) Where groups of HV, LV and control cables are to be laid along the same route, suitable barriers

to segregate them physically shall be provided.

h) Where cables cross roads and water, oil, gas or sewage pipes, the cables shall be laid in reinforced

spun concrete or steel pipes. For road crossings the pipe for the cables shall be buried at no less

than one meter depth.

172 | P a g e

i) Cables laid in ground shall be laid on a 75 mm riddled earth bed. The cables shall then be covered

on top and at their sides with riddled earth of depth of about 150 mm. This is then gently filled up

to a depth of about 100 mm above the top of uppermost cable to provide bedding for the protective

cable covers which are placed centrally over the cables. The protective cable covers for LV cables

may be of earthenware and for HV cables of reinforced concrete. The RCC covers shall have one

hole at each end, to tie them to each other with GI wires to prevent displacement. The trench is

then backfilled with the excavated soil and well rammed in successive layer of not more than 300

mm in depth, with the trenches being watered to improve consolidation wherever necessary. To

allow for subsidence, it is advisable to allow a crown of earth not less than 75 mm in the centre

and tapering towards the sides of the trench.

j) In each cable run some extra length shall be kept at a suitable point to enable one or two straight

through joints to be made, should the cable develop a fault at a later date.

k) Cables on cable racks, on cable trays and conduits shall be formed to avoid bearing against edges

of trays, racks, conduits or their supports upon entering or leaving trays, racks or conduits. Cables

shall be racked or laid directory into cantilevered cable trays where practicable, but in some cases

it may be necessary that cables are pulled or threaded into trays. To facilitate visual tracing, cables

in trays shall be laid only in single layers and unnecessary crossing of cables shall be avoided.

Cables on trays shall finally be clamped in an approved manner.

l) Cable splices will not be permitted except where permitted by the Purchaser/ Purchaser’s

Representative. Splices shall be made by Contractor for each type of wire or cable in accordance

with the instructions issued by cable manufacturer’s and the Engineer’s Representative. Before

splicing, insulated cables shall have conductor insulation stepped and bound or penciled for

recommended distance back from splices to provide a long leakage path. After splicing, insulation

equal to that on the spliced conductors shall be applied at each splice.

m) Jointing of cables shall be in accordance with relevant Indian Standards Codes of Practice.

Materials and tools required for cable jointing work, including cold setting bituminous compound

shall be supplied by the Contractor. Cables shall be firmly clamped on either side of a straight

through joint at a distance of not more than 300 mm away from the joints. Identification tags shall

be provided at each joint at all cable terminations.

n) At cable terminal points where the conductor and cable insulation will be terminated, terminations

shall be made in a neat, workmanlike and approved manner by men specialized in this class of

work.

o) Control cable termination shall be made in accordance with wiring diagrams, using colour codes

established by the Purchaser’s Representative for the various control circuit, by code marked

wiring diagram.

p) When control cables are to be fanned out and cabled together with cord, the Contractor shall make

connections to terminal blocks, and test the equipment for proper operation before cables are

corded together. If there is any question as to the proper connection, the Contractor shall make a

temporary connection with sufficient length of cable so that the cable can be switched to another

terminal without splicing. After correct connections are established through operating the

equipment, cables shall be cut to their correct lengths, connected to terminals in the specified

manner, and corded together where necessary to hold them in place in a workmanlike manner.

173 | P a g e

q) Cable seals shall be examined to ascertain if they are intact and that cable ends are not damaged. If

the seals are found to be broken the cable ends shall not be jointed until after due examination and

testing by the Purchaser/ Purchaser’s Representative. Before jointing is commenced, insulation

resistance of both sections of cables to be jointed shall be checked by megger.

r) After installation and alignment of motors, the Contractor shall complete the conduit installation,

including a section of flexible conduit between motor terminal box and trench/ tray. The

Contractor shall install and connect the power, control and heater supply cables as per equipment

manufacturer’s drawings.

s) Metal sheath and armour of the cable shall be bonded to the earthing system of the station. The

size of conductor for bonding shall be appropriate with the system fault current.

8.48 LIGHTING SYSTEM INSTALLATION:

a) Lighting fixtures complete with lamps and accessories

b) Main Lighting distribution board

c) Lighting panels

d) Receptacles and lighting control switches

e) Point wiring

f) Street lighting poles and flood light towers

g) Multi core cables for street and boundary lighting

h) Maintaining equipment/ materials during storage and being responsible for the equipment/

material until they are handed over to Purchaser.

i) Installation, testing and commissioning shall be carried out in accordance with the drawings and as

stipulated in this specification.

8.49 Applicable Standards for lighting system installation

Electrical wiring installations (System voltage exceeding 650 V) IS: 732

Code for practice for interior illumination (Part-1) IS: 3646/ BS: 8206

Code of practice for street lighting installation IS: 1944

Code of practice for industrial lighting IS: 6666

Code of practice for fire safety of building IS: 1646

Boxes for enclosure of electrical accessories IS: 5133(Part-1)

Guide for safety procedures and practices in electrical work IS: 5216

Ceiling roses IS: 371

8.50 Lighting Fixtures:

174 | P a g e

a) The installation of lighting fixtures shall be based on the mounting arrangement shown in the

drawings. The rates quoted for installation shall include all materials required to mount the

fixtures. Hooks in RC slabs for suspension of high bay fixtures shall be provided wherever not

already provided. Cost of supply and installation of such hooks shall be included in the cost of

installation of lighting fixtures. Rate for installation of lighting fixtures shall include cost of

installation of control gear box wherever applicable.

b) Installation of receptacles and switches shall be carried out suitably. Switch shall be mounted in

flush with the front cover plate. Cost of supply and installation of necessary hardware shall be

included in the lump sum rates quoted for installation of receptacles/ switches.

c) Lighting distribution boards shall be installed at the suitable location. Installation shall include

supply and installation of base channels, foundation bolts, etc.

d) Outdoor lighting distribution boards shall be installed on a concrete plinth. The top of plinth shall

be 1000 mm (min.) above the grade level. Cost of construction of concrete plinth shall be included

in Contractor’s scope. No cement and steel will be supplied by Purchaser. Installation cost of

lighting distribution board shall include cost of installation of earthing conductor from LDB to the

nearest earthing grid.

8.51 Point Wiring:

a) Contractor has to prepare the detailed conduit layout drawing showing primary & secondary point

wiring points. Point wiring also covers the wiring of the associated control switches of lighting

fixtures/control switches of receptacle units.

i. Primary Point Wiring:

Primary point wiring covers the wiring between a circuit of the lighting panel to the

junction box of the first lighting fixture/receptacle unit and between junction boxes of

the subsequent lighting fixture connected to that circuit of the lighting panel. In some

cases where there are junction boxes, the primary point covers the wiring between

junction box and the first lighting fixture/receptacle unit in that circuit.

ii. Secondary Point Wiring:

Secondary point wiring covers the wiring of the remaining lighting fixtures/receptacle

unit other than that covered under primary point of that circuit in the lighting panel.

Secondary point wiring also covers the wiring of the associated control switches of

lighting fixtures/control switches and control switches of receptacle units.

b) Supply and Installation of Conduit Point Wiring:

i. The point wiring shall include supply of necessary materials for the conduit wiring such as

galvanized rigid steel conduit, galvanized M.S. fixing saddles with spacer plates,

nylon/fiber fixing plugs, galvanized M.S. fixing screws, 12 SWG galvanized steel

earthing wire, FRLS PVC insulated Copper conductor wires, control switches and

pulling, termination of the earthing/ FRLS PVC insulated wires as required, installation

of control switches, drilling holes in brick walls/RCC roof slabs for taking the wiring

conduits and refinishing and any other works/material necessary for making point

wiring complete in all respects.

175 | P a g e

ii. Wires used for conduit point wiring of lighting fixtures/ceiling fans, 5A receptacles and

receptacles above 15A shall be 1.1 kV grade, FRLS PVC insulated, single core,

multistranded Copper conductor wires of sizes not less than 1.5 sq. mm and 2.5 sq. mm

respectively. Wires shall conform to IS: 694 and shall bear the ISI mark.

iii. Contractor shall take into consideration necessary galvanized MS fixing clamps when

the wiring conduits are to be supported from steel roof truss/structural members.

c) Supply & Installation of cabling for Street and Flood Lighting

i. Work includes supply and installation of cables required between LDB and junction box

mounted on street lighting pole/flood lighting tower and also between junction box

mounted on flood light tower to metal enclosed control gear box located near flood light

fixture, supply and installation of all the termination accessories such as crimping type

cable lugs and double compression cable glands at each junction box and fixture,

termination, testing and commissioning of cables. Contractor’s scope of work also

includes excavation, preparation of riddled soil bedding, supply and installation of

protective covers over the cable, backfilling, ramming, supply and installation of route

markers, supply and installation of HDPE / Hume pipes for road crossing, etc, supply

and installation of necessary cleating arrangement for cabling on flood light tower,

supply of labour, supervision, welding equipment, all tools and tackles and testing

equipment as required.

ii. Contractor shall plan and cut the cables in such a way that there is no wastage and no cable

jointing is required in any run. However, should any joint become necessary the same

shall be provided by the Contractor and a joint marker shall also be provided at no extra

cost. Earthing of street light pole/flood light tower, lighting fixtures, etc. are included

under Contractor scope.

d) Point wiring shall also include/ hold good for the following:

i. Supply and installation of lighting control switches and switchboxes complete with fixing

accessories.

ii. Drilling holes in brick/ RCC wall and roof for taking cable or conduit, sealing and

refinishing with cement plaster.

iii. Testing, commissioning and handing over the lighting system in commercial working

condition.

iv. Marginal shifting of any fixture/accessory from the location indicated in the lighting

layout drawings.

8.52 Outdoor Lighting (Street and Flood Lighting): The following shall be deemed to be included as

part of the installation work for outdoor lighting point wiring.

a) Installation of multicore/ single core cables between LDB and junction box mounted on street light

pole/flood lighting tower, from junction box to metal enclosed control gear box.

b) Supply and installation of crimping type cable lugs, double compression type cable glands at each

junction box and fixture, termination, testing and commissioning of cables.

176 | P a g e

c) Contractor’s scope shall also include excavation and preparation for buried cables. Supply and

installation of route markers, supply and installation of HDPE/ Hume pipes for road crossing shall

also be included in the scope of installation of point wiring.

d) Supply and installation of necessary cleating arrangement for cabling on flood light poles.

e) Contractor shall provide necessary foundation for erecting street light pole/ flood light tower and

install the same. Contractor shall prepare foundation drawings with necessary details & Purchaser

Representative’s approval shall be obtained.

f) Contractor shall plan and cut the cables in such a way that there is no wastage and no cable

jointing is required in any run. However, should any joint become necessary, the same shall be

provided by the Contractor and joint marker shall also be provided at no extra cost.

g) Earthing of street light pole/flood light tower, lighting fixtures, control gear boxes, junction boxes,

etc. are also included in the scope of installation of point wiring. Contractor shall earth street light

pole/flood light poles and junction box with 25x3 mm G.S. flat tap off from the 25x3 mm M.S.

flat earthing grid along the street lighting included in scope. The Contractor shall interconnect

earthing grid to plant main earthing grid at first and last pole of each feeder circuit and at one

intermediate poles.

h) Installation of lighting Poles and Towers for Outdoor Lighting (Street and Flood Lighting)-

i. Work includes supply and installation of street light poles and flood light towers including

associated junction boxes with fuses, links and terminals for junction boxes and junction

boxes near each flood light fixtures.

ii. All street light poles and towers shall be painted with one shop coat of red oxide oil primer

followed by two coats of aluminium alkyd paint.

8.53 Installation of Lighting Distribution Board, Lighting Panels (AC & DC), 230 V, AC 1- Ph

Distribution Boards.

Installation of above items shall include necessary foundation channels, bolts/nuts,etc.for

grouting lighting distribution boards, iron brackets/ grouting brackets, bolts/nuts for wall/

column mounted panels and associated civil works.

8.54 Details of work requirements are covered in lighting installation notes and details and typical drawings

which form the part of specification. Any changes, if necessary due to site conditions/requirements

shall be carried out after obtaining approval of Purchaser/ Purchaser’s Representative. The

changes carried out shall be marked clearly in the layout drawings by Contractor and ‘AS BUILT

DRAWING’ shall be prepared by the ‘Contractor’ and this shall be forwarded to Purchaser’s

site / design office.

a) Wiring

i. Wiring shall be carried out strictly as per project drawings and technical specification. All

exposed conduit wiring shall have provision for easy inspection. Where cable wiring is

specified, cable shall be cleated on to the wall as close to the ceiling as possible. In all types

of wiring due consideration shall be given for neatness and appearance.

177 | P a g e

ii. Wherever DC emergency lighting is provided, emergency lighting wires shall run in a

separate conduit. Colour of the wires used shall be as follows; white for positive, black for

negative.

iii. Wherever lighting system has three phase distribution, separate conduits shall be used for

different phases. For easy identification of phases and neutral wires the following colour

wires shall be used.

R - Phase - Red

Y - Phase - Yellow

B - Phase - Blue

N - Neutral - Black

b) There shall be a circuit breaker on each live conductor of supply mains at the point of entry.

c) Conductors not arranged for connection to the same system or supply different phases of the same

supply, shall be kept apart throughout their entire run.

d) Receptacles and lighting fittings in general shall be fed from different Circuits. Five amps

receptacles for toilet or small rooms can be fed from the lighting circuit with proper isolating

arrangement.

e) Each final sub-circuit from a lighting panel shall be controlled by a single pole switch connected

to the live conductor.

f) For long conduit wiring runs, inspection/ pull boxes shall be provided at intervals not exceeding 10

meters. Such facilities shall also be provided at conduit bends.

8.55 General Practices for lighting:

a) All receptacles and switches to be installed in offices and control rooms shall be flush mounted

within the wall and those in other areas shall be wall or column mounted.

b) Ceiling roses shall not embody fuse terminals as an integral part. For voltages exceeding 250

volts, a ceiling rose or any similar attachment shall not be used.

c) All exposed metal parts of the plug, when the plug is in complete engagement with the socket

outlet, shall be in effective electrical connection with the earthing pin.

8.56 Earthing for lighting:

Conduits and fittings shall be earthed by 12 SWG GI wires run along the length of the conduit

and secured by means of suitable clamps efficiently fastened to conduit tip. To achieve

perfect electrical continuity, the conduits shall be bonded effectively on either end of a coupling

and other joints.

a) Conduits shall be earthed at the ends adjacent to switch boards at which they originate or

otherwise at the earth clip, clamp or gland, in effective electrical contact with the conduit.

178 | P a g e

b) For outdoor lighting poles & mast 8 SWG GI earth wire shall be run buried in ground at a depth of

600 mm along-with lighting cables and shall be terminated up to the junction box on the pole and

12 SWG wire shall be taken up to the pole fitting. In case of lighting poles where the main earth

grid is far away from the pole, local pits shall be provided for pole earthing.

9. PRECOMMISSONING-TESTS ON ELECTRICAL EQUIPMENT/ SYSTEMS TO BE

CARRIED OUT AFTER INSTALLATION:

9.1 GENERAL:

Pre-commissioning tests in addition to mentioned in the specification requirements for various

equipments but not limited to following shall be carried out by Contractor in presence of

Purchaser/ Purchaser’s representative. Commissioning shall be carried out only after

obtaining satisfactory results, acceptable to Purchaser/ Purchaser’s representative.

9.2 ELECTRICAL EQUIPMENT:

11 KV Equipment (Lightning Arrestors, AB Switch/ Isolators & Insulators etc):

a) Visual checks for cracks in insulators.

b) Earth secured continuity check

c) IR Test with 5KV Megger

Power/ Distribution Transformer:

a) Insulation resistance test HV side, LV side and HV - LV.

b) Magnetizing current test.

c) Winding resistance test.

d) Voltage Ratio & Tap continuity test at all tap.

e) Vector group test.

f) Magnetic Balance Test.

g) Buchholz Relay Test (if any)

h) Neutral CT Test (if any)

i) Winding Temperature Indicator/ Oil Temperature Indicator Test

j) Polarization Index Test (For LV windings 3.3 KV and above)

k) Local/ Remote operations of OLTC (if any)

l) Operational tests of RTCC panel (if any) as per schematic drawing.

m) No load test and performance observations

HT Metal Enclosed Switchgear:

179 | P a g e

a) IR values of power and control circuits

b) Local/ Remote operations in test as well as service position including all electrical interlocks

c) Control circuit and operational tests as per schematic drawing.

d) Tripping through relays and trip circuit health.

e) Anti-pumping device operation

f) Protection system operation stability and sensitivity by primary injection testing method

including testing of metering circuits

g) HV Test on switchboard

h) Panel indication, annunciation, space heater circuits

i) Spare contact for customer use

j) Termination correctness & proper installation.

LT Metal Enclosed Switchgears:

a) IR Values of power & control circuits.

b) Mechanical charging - closing - tripping of breaker.

c) Electrical charging - closing - tripping of breaker.

d) Trip circuit healthiness and tripping through relays.

e) Remote closing/ Tripping/ Interlocks circuits

f) Indication/ Annunciation/ Panel space heater circuit/ Spare contacts for customer use

g) Secondary injection testing of protective relays/ releases.

h) CT testing for polarity, ratio, IR values and magnetization for class PS characteristics

i) PT testing for ratio, IR values.

j) IR Values of breaker.

k) Testing of modules for DOL/ Star-Delta/ ATS/ Soft Starter starting or any other starting

method as per the schematic drawings applicable.

Power and Control Cables:

a) IR Values before Hi-pot

b) Hi-pot Test - Measurement of leakage current

c) IR Values after Hi-pot

Induction Motors:

a) IR Values

b) Polarization Index Test

180 | P a g e

c) Interlocks and simulation tests local / remote operations

d) No load test

Control Panels for Miscellaneous Equipment:

a) IR Values of all power circuits

b) Operational test and scheme - wiring testing as per control schematics

Lighting System:

a) Visual inspection for operating problems

b) System activation -burning in the lamps for 100 Hrs

c) Measuring light level & reflectance.

Earthing System:

a) Earthing resistance of each electrode.

b) Earthing resistance of grid.

181 | P a g e

PART D – INSTRUMENTATION

FLOW METER:

Design, Supply, Installation, Testing, Commissioning of Full-Bore Electromagnetic flow meter with factory

calibrated,

Regular Power Operated,

flanged connection,

Flow sensor,

Indicator, transmitter and totaliser with

all accessories viz. surge arrestor, associated cables, cabinets, hardwares, etc complete as per following

specifications:

Flow Meter/ Sensor:

DC pulsed type,

IP 68 Protection,

Flanged process connection as per IS 1538 or equivalent standard,

SS304/ Metallic Alloy Flow Tube,

SS316/ SS 316 L/ Hastelloy Sensor,

SS316/ Hastelloy Grounding Ring/ Inbuilt Grounding Electrode,

Neoprene/ Polyurethane/ Hard Rubber/ Rilsan lining,

SS304/ Die Cast Aluminium/ Carbon steel with Anticorrosive Paint Coil Housing with Junction Box,

CS flanges.

Flow Transmitter/ Converter (Remote Field Mounted):

Microprocessor based, Modular design, 2 line LCD for indication of actual flow rate, forward, reverse, sum

totaliser display, ±0.5% accuracy at 0.3 to 4 m/sec velocity, 4 to 20 mA with HART and Modbus output, one

scalable pulse, one status output, IP 67 protection, Die cast aluminium/ polycarbonate/ SS316 with

Anticorrosive Paint/ PU finish with glass window enclosure, Inbuilt EEPROM and Data Logger, 20 meters

cable length for sensor to transmitter communication etc., along with and including wall mounted/ stand

mounted cabinet, along with all mounting accessories, hardware, etc. complete in all respect and as per specs

and including material and job work to install in existing line.

The general specifications for electromagnetic flow meter shall be as under: -> IS 1538

Service Clear Water Application

Function To measure & indicate Instantaneous Flow and

Totalised Flow / Transmit (Flow)

Fluid Conductivity >= 20 μS/cm

Installation Indoor or Outdoor, Below or Above Ground as per piping / site conditions

Operating Temperature 0 to 50 °C

Flow Sensor / Tube /

Element

Type of Sensor Full bore Remote type

Flange Materials CS with anti-corrosive epoxy paint or better as per mfr. Std.

Flanged process connection as per IS 1538

Tube Material SS304 or SS 316

Liner Material Neoprene/ Polyurethane/ Hard Rubber/ Rilsan lining

Body Material / Coil Housing

SS304/ Die Cast Aluminium/ Carbon steel

with Anticorrosive Paint Coil Housing with

Junction Box

182 | P a g e

Electrode Material SS316/ SS 316 L/ Hastelloy Sensor

Power Supply From Transmitter

Grounding Type / Material SS316/ Hastelloy Grounding Ring

Protection Class IP-68

Cable Entry (for separated /

remote version) & Glands Shall be as per mfr. Std. and suitable to

maintain the specified protection class at site

Cable Length Sensor to

Transmitter

Min. 20m, dual shielded cable

Painting, where applicable Chemical Resistant, Epoxy Painted

TRANSMITTER

Function Transmit and indicate

Type Remote (Non-Integral) type, Microprocessor

based, User Programmable.

Flow / Velocity

Measurement Range

Max. Flow

Velocity

Flowmeter shall be capable to measure flow

with velocity up to max. 10 m/sec.

Minimum Flow Velocity

up to 0.3 m/sec. (and below that, accuracy shall be as per mfr. Std.)

Accuracy Flow Vel. >= 0.3 m/s

+ 0.5% of Flow Rate / Measured Value or better

Flow Vel. < 0.3 m/s

as per mfr. Std. for flow velocity up to 0.3 m/s

Analogue Output Signal For Flow Isolated, 4 -20 mA DC with HART

Digital Output MODBUS over RS-485(2 wire) for flowrate, flow-totalizer and diagnostic parameters. Pulsed O/P Required For Totalized flow

Instrument Power Supply 100 to 240 VAC + 10%, 50 Hz + 5% or 24V DC.

Cable / Conduit Entry 1/2" NPT.

Local Indicator / Display Inst. & Total Flow

2 or more lines LCD display for indication of actual flow rate, forward, reverse, sum totalizer of 8/9 digits.

Enclosure Type & Protection Class

Weather Proof to IP 67 protection or better

MOC Die cast aluminum/ polycarbonate/ SS316 with

Anticorrosive Paint/ PU finish with glass window

enclosure withstanding harsh environment with

chemical resistant / epoxy coating

Type Wall mounting / Pipe mounting

Vibration Conditions Conformity with IEC 60068-2-6 or equivalent., shall be able to endure vibration, when in service, without any degradation in performance

Pipe not Full Detection / Empty Pipe Detection

Required

183 | P a g e

Cabinet for Transmitter To prevent from

direct sun

& rain

Required. Lockable Mild Steel Epoxy Painted Housing with front door with glass window for viewing

Size & Qty. As per BOQ

Flow meter shall be mounted as per manufacturer’s recommendation and good engineering

practices and each flow meter shall be provided with a expansion bellows or D.I. Flanged Adapter

at suitable location to enable ease of removal / insertion of flow meter for maintenance. For flow

meter mounted below ground level, chamber shall be sized suitably to accommodate flow meter and

bellows/flanged adapter in the same chamber and sufficient space to dismantle and reinstall the same.

Following Certificates to be submitted along with flowmeter datasheet for approval.

LAB Certificate in accordance with ISO 17025 (In house Flow Test Lab accredited in accordance

with ISO 17025 having accuracy 3 times better than flow meter accuracy, certificate to be

submitted. 100% flow meter to be tested in the in-house lab of the flow manufacture. If in-house

Lab is not available all 100% flow meter shall be calibrated at FCRI and inspection to be offered at

FCRI only

IP 67/ IP 68/ National Electrical Manufacturers Association (NEMA) Type Test Certificate for

Product Quality Assurance

Welding Procedure Certificate in accordance with ISO 3834.

Local Indicator panel

Panel shall include,

2 Nos. of Digital flow indicators cum totalizer.

1 Nos. of Level indicator.

3 Nos. of current splitters for retransmission of flow and level signals.

1 Nos. of Cooling Fan.

Required MCBs of suitable rating for powering up local indicators, current splitters, Cooling

Fan

The Panel shall be outdoor duty, made out of 2.0 thick mm CRCA sheet steel and properly powder

coated.

Panel shall be of multi door, Inner door with cutout for installation of 2 Nos. of Digital flow

indicators cum totalizer and 1 Nos. of Level indicator and outer door with glass window and lock.

Panel shall be including required MCBs for powering up local indicators, current splitters with

suitable mounting arrangement and cooling fan with Suitable air vent filter.

Bidder shall include cost of SETC of required cables, Trays and conduits for panel's power supply

requirement in BOQ of Local indicator Panel.

Programming of PLC and configuration in SCADA Software for integration with existing SCADA

System for 2 Nos. of Flowmeters and 1 Nos. of Level Transmitter

Successful bidder shall do programming and configuration of existing PLC and SCADA to replicate

existing logics and mimics from Existing PLC to existing SCADA system, and operation and

interlocks for operation of Valves using Actuator.

Necessary temporary access rights of PLC and SCADA will be provided to successful bidder for the

said purpose. It will be sole responsibility of bidder to assure no downtime of existing SCADA

system any misconfigurations during the said changes/additions causing existing system issues shall

be rectified by successful bidder.

184 | P a g e

Interested bidders need to visit carry out survey of existing PLC and SCADA system prior and quote

accordingly.

SITC of Local Control Panel for Actuator Operation as per Specifications, including SETC of

required cables, Trays and conduits for panel's power supply requirement.

The Panel shall be outdoor duty, made out of 2.0 thick mm CRCA sheet steel and properly powder

coated.

Panel shall comprise of open and close push buttons for open and close command to actuator with

necessary interlock with local/remote option to operate from PLC/Local control Panel.

Local indicators for showing all feedback signals received from actuator and provide necessary

signal multiplier arrangement for sending the same to PLC panel.

Bidder to provide channel to channel galvenic isolation cards with minimum 20% spare for all inputs

and outputs to panel.

Panel to be mounted just beside local indicator panel to observe instantaneous flow readings from

feeder line flowmeter or bidder shall provide required arrangement for achieving the same.

The rates shall include SETC of required cables, Trays and conduits for panel's power supply

requirement of the panel and accessories and instruments to achieve the functionality mentioned

above.

Non-Contact Ultrasonic Type Level Transmitter with Integral Display

The rates shall include SETC of required cables, Trays and conduits for panel's power supply

requirement of the panel and accessories and instruments to achieve the functionality mentioned

above.

Sensor with Head Mounted Transmitter:

The sensor should be non-contact type, field mounting type, housing shall have minimum IP65

protection, PP/ PVC Sensor MOC

Microprocessor based indicator with LED / LCD digital display

Panel/ wall mounting type

2 wire loop powered with 4-20mA with HART output.

Accessories: Mounting bracket, nut, bolts etc. as per system requirement and Hook up diagram of

the Instruments.

Level Transmitter shall be suitable for range of 0 to 8 meter.

All enclosures for field instruments shall be outdoor duty, made out of 2.0 thick mm CRCA sheet steel

and properly powder coated. Minimum of IP-66 Unless specified.

INSTRUMENT CONNECTIONS:

Electrical cable entry shall be ½” NPT(F). Suitable cable gland shall be used. End connections shall

meet the following unless, otherwise specified: Threaded end connection shall be NPT as per ANSI /

ASME B.1.20.1 Flanged end connection shall be as per ANSI / ASME B16.5

PUSHBUTTONS AND SWITCHES

Pushbuttons for operational circuits shall be provided with a shroud, guard or other suitable

means to prevent inadvertent operation. They shall be in accordance with the high standard

generally required by the specification as a whole and by the equipment with which they are

associated.

185 | P a g e

Illuminated pushbuttons where used shall be of a design that allows easy replacement of the lamps

from the front of the panel.

If legends are engraved on the pushbuttons, they shall be clear and concise and shall be approved by

the Engineer – In charge before manufacture.

Control switches shall be in accordance with the high standard generally required by the

specification as a whole and by the equipment with which they are associated.

FIELD MOUNTED INSTRUMENTS

Field mounted instruments shall, where possible, be hermetically sealed. If this is not possible,

they shall be of weatherproof construction with heavy cases. Transmitters and similar equipment

shall be further enclosed in purpose made weatherproof; glass reinforced fire-retardant polyester

resin cabinets.

Particul

ar regard shall be paid to the case of access to all instruments. Serial number/calibration plates shall

be visible when the instrument is in its cabinet.

Locally mounted indicating instruments shall be mounted in viewable positions.

Field mounted instruments shall be complete with all mounting brackets, pillars, fittings and

fixings to complete the installation with necessary Foundations.

FIELD TRANSMITTERS:

Smart transmitters when used shall be used in analog mode only. Smart transmitters when

specified shall have accuracy of 0.1% of span, as a minimum.

General specifications for CONTROL PANEL:

Control panels shall be prefabricated type, Sourced from Approved Vendors.

Control Panel shall be CNC machine prefabricated out of CRCA sheet steel of thickness not less than

2 mm, modular in construction, properly reinforced, powder coated and having rigid frame structure.

Internal mounting plate including the gland plate shall be 3 mm thick. Anti-vibration pad, Predrilled

base channel ISMC – 100 or equivalent for all sides. The instrument panel shall have dimensions as per

system requirement. However, the Control panel height shall not exceed 2100 mm.

The exterior corners and edges shall be rounded to give a smooth overall appearance with

projections kept to a minimum.

Lifting lugs shall be provided for installation purposes and shall be replaced with corrosion

resistant bolts after installation.

Control Panel shall be completely metal enclosed and shall be dust, moisture and vermin proof.

Panel enclosures shall provide a degree of protection not less than IP 52 in accordance with IS: 13947

Part-I.

Control Panel shall be freestanding type. There shall be sufficient reinforcement to provide

level surfaces, resistance to vibrations and rigidity during transportation and installation.

186 | P a g e

Metal sills in the form of metal channels properly drilled shall be furnished along with anchor bolts

and necessary hardware for mounting the Instrument panels. These shall be dispatched in advance

so that they may be installed and leveled when concrete foundations are poured.

Cable entries to the panels shall be from the bottom with fire retardant spray compound

sealing. Instrument panels shall be provided with louvers along with washable micron filters AIRIN –

AIROUT fans will be provided.

No process fluid of any kind, except instrument air, shall enter the instrument cubicle. All cable

entry shall be from the bottom of the panel. Also, power supplies greater than 230 V shall not enter the

LCP.

The internal layout of the panel/cabinets shall be designed considering proper approach for each

item for maintenance. Following point must be taken into consideration while deciding the internal

layout:

a.) All wiring inside the panels shall be housed in covered non-flammable plastic raceways arranged

to permit easy accessibility to various instruments for maintenance adjustment, repair and removal.

No raceway shall be more than 70% full.

b.) Separate wiring raceways shall be used for power supply wiring and low-level signal wiring.

c.) Distance between terminal strips and side of the panel parallel to the strips up to 50 terminals: Min. 50

mm. d.) Distance between terminal strip and top and bottom of cabinet: Min. 75 mm.

e.) Distance between two adjacent terminal strips: Min. 100 mm. f.) Distance between cable gland plate and the bottom of strips: Min. 300 mm.

g.) 20% spare terminals shall be provided as a minimum.

Overall height of Control Panel shall not exceed 2100 mm. Panel mounted instruments and

controls shall be such mounted that they are accommodated between 800 mm and 1300 mm from floor

level.

Control Panel shall be provided with fluorescent type lighting fixtures controlled from totally

enclosed door operated switches for internal illumination of the panel cabinets.

Contractor shall provide with necessary cooling fans and cut-outs covered with appropriate filters

for necessary air changes to limit temperature rise within panel to 5 deg Cover ambient temperature.

Contractor shall consider necessary power conditioning unit (UPS) to prevent power fluctuation

and surge to damage the instruments as well as other electronic components.

Mounting

All equipments on front of panel shall be mounted flush or semi-flush. In case of semi-flush mounting, only flange or bezel shall be visible from the

front.

Equipment shall be mounted such that removal and replacement can be accomplished

individually without interruption of service to adjacent equipment.

Equipment mounted inside the panel shall be so located that terminals and adjacent devices are

readily accessible without the use of special tools. Terminal markings shall be clearly visible.

Earthing for Instruments

187 | P a g e

The panel shall be equipped with an earth bus securely fixed along the inside base of panel.

Minimum two numbers of Dedicated Earth Stations to be provided each for Instruments / Panel

Earthing and for Signal (Electronic) earthing. The earth station shall be of cu plate type electrode

or maintenance free pipe in pipe technology having earth electrode of 50 mm dia. and length of 3000

mm.

All metallic cases of instruments and other panel mounted equipment shall be connected to the

instrument earth bus.

Looping of earth connections which would result in loss of earth connection to other devices when

the loop is broken shall not be permitted. However, looping of earth connections between

equipment to create alternative paths to earth bus shall be provided.

A separate instrument earth bus will be created which will be floating and all the cable shields will

be terminated onto this bus. This bus will be connected to an electronic earth pit as specified above.

Frame Earthing All metal parts other than those forming part of an electrical circuit shall be connected to a copper earth bar run along the inside bottom of the panel. The minimum section of the earth bar shall be 25 mm x

3 mm. A 15 mm diameter hole is to be provided at each end of the bar. Connection of the earth bar to

the station earth shall be carried out by Contractor.

Space Heater

Strip type space heaters of adequate capacity shall be provided inside control panels to prevent

moisture condensation on the wiring and panel mounted equipment when the panel is not in

operation. The

heaters shall operate on 230 V AC. Heaters inside the panels shall not be mounted close to the wiring

or any panel mounted equipment. The operation of heaters shall be controlled by thermostats.

Interior Lighting and Receptacles Each panel shall be provided with either a LED lighting fixture rated for 5 watt, 230V, 1 phase, 50 Hz

supply for the interior illumination of the panel during maintenance. The illumination lamp shall

be operated by door switch or manual switch. Each panel section shall be provided with separate

lighting.

Each panel shall be provided with 230V, 1 phase, 50 Hz, combined 5 amps and 15 amps, 3

pin receptacle with a switch and neon indication. The receptacle with switch shall be mounted

inside the panel at a convenient location. If the panel has front and rear doors then maintenance socket shall be provided at both locations.

Lables

All the equipment mounted on the front facia of Instrument panel as well as equipment mounted inside

the panels shall be provided with individual labels with equipment designation engraved. The

labels shall be mounted directly below the respective equipment. Also, the panel shall be provided at

the top

with a label engraved with panel designation.

Switches and Miniature Circuit Breakers (MCBs)

188 | P a g e

Each instrument panel shall be provided with necessary arrangement for receiving, distributing,

isolating and protecting of DC and AC supplies for various controls, signaling, lighting and space

heater circuits. The incoming and sub-circuits shall be separately provided with DP Miniature Circuit

Breakers

(MCBs). Potential circuits for relaying and metering also shall be protected by MCBs.

Intra-panel (i.e. Panel Internal) Wiring Connections within a panel, between panel mounted devices and terminal blocks or between two panel

mounted devices will be made by 600-vo l t grade, multi stranded copper flexible conductor

insulated with FRLS Grade PVC and designed for a minimum conductor temperature of 70 degrees

centigrade.

The wires shall be shielded, where necessary.

Panels shall be supplied completely wired internally, with a colour coding scheme decided

mutually between the Purchaser and the Contractor, to equipment and terminal blocks and ready

for external cable connections at the terminal blocks.

Wires within the panel shall be continuous i.e. without splicing and shall comprise stranded

copper conductors. Internal wiring or wiring between the two assemblies shall be commensurate

with mechanical safety.

Wire termination shall be made with solderless crimping type of tinned copper lugs which firmly

grip the conductor and insulation. Insulated sleeves shall be provided at all the wire terminations.

Engraved core identification plastic ferrules, marked to correspond with panel wiring diagram shall

be fitted at both ends of each wire. Ferrules shall fit tightly on the wires and shall not fall off

when the wire is disconnected from terminal blocks. The ferrule system shall adopt single tube

printed arrangement so that all the characters remain on one line always & hence easily readable

Terminal Blocks Terminal blocks for power connection shall be 600V grade, 20 amps rated, one-piece moulded,

complete with stud type terminals, washers, nuts and lock nuts and identification markings.

Terminal block design shall include a white fibre marking strip with clear plastic, hinged

terminal covers.

Markings on the terminal strips shall correspond to wire numbers on the wiring diagrams. All

control output terminals will be fused type .

All spare contacts and terminals of the panel mounted equipment and devices shall be wired to

terminal blocks.

Panel internal wiring shall not be looped directly from instrument to instrument. The same shall

be looped through the panel terminal block only.

If accidental short circuiting of certain wires is likely to result in malfunction of equipment, such

as closing or tripping of a breaker, these wires shall not be terminated on adjacent terminal blocks.

Cable Supports All external cables shall present a neat appearance and shall be suitably braced, placed in troughing clipped or laced to prevent effects of

vibration.

189 | P a g e

Terminal / Identification Every terminal p l u g shall be uniquely identified within the terminal cabinet by means of a terminal

number. Appropriate labels shall be used to permit quick and unambiguous identification of

each terminal and test plug.

ANALOGUE SIGNAL MULTIPLIERS: Providing loop power with option to select measurement with power and without. The multiplier will provide 2 outputs of 4-20mA one for the panel mounted indicator and other for PLC i/p. There shall total galvanic isolation between field I/O’s and also between the 2 outputs.

RECEIVING INDICATORS/CONTROLLERS:

All indicators/controllers shall be electronic (microprocessor based) programmable indicator and

shall be mounted on the control panel located in the control room.

Notes: Indicating instruments shall indicate various process parameters as per following measuring units, in general:

Flow M3/Hr. or MLD or LPS a s per process requirement

Level ft. Feet

Pressure Psi – Pound per square inch as pr process req. Temperature C Degree Celsius Concentration ppm or mg/l Parts per million or Milligram per liter. Current A Amperes Voltage V Volts Power W Watts Electrical Energy Whr Watt-hours Frequency Hz Hertz Speed r.p.m. Revolutions per minute.

Multiplying factors for flow scales shall be specified on manufacturer’s name plate.

190 | P a g e

DATA SHEETS

DOCUMENT: TECHNICAL DATA SHEET FOR SUBMERGED CENTRIFUGAL

PUMPSET

SR.NO. DESCRIPTION PARTICULARS

1 Application Water

2 Type of motor Squirrel cage induction type with IP68 enclosure

3 Rated Flow 906 m3 /hr

4 Rated Head 40 mt

5 No. of units. Total - 03Nos

6 Supply system fault level 15 KA

7 Supply neutral Solidly-earthed

8 Rated voltage 415 V

9 No. of Phases & frequency 3 Phase & 50 Hz.

10

Supply condition

± 10% voltage variation

± 5% frequency variation

± 10% combined voltage and frequency variation

11 Speed 1500 rpm maximum

12 Combined Guaranteed Efficiency

(Minimum)

75.00%

13 Pump Delivery Nozzle Size As per pump manufacturer model

14 Duty condition as per IS 325 or

equivalent

S1 suitable for constant operation

15 Method of Starting Star Delta

16

Starting torque & Pull Out Torque

Sufficient enough to start the pump with

delivery valve open and when other pumps are

running. Sufficient to bring the motor to normal speed

in minimum time

17 Class of Insulation & temp. rise

by thermometer

Class “F or H” but Temperature rise restricted to that

of class “B” i.e. 75°C

18 Ambient temperature 45° C

19 a) Type of Cooling

Surface cooled by circulation of water

through jacket shell.

20 b) Degree of protection

≥ IP 68 (should withstand Immersion) on S1 basis

21

Cable details

≥ 3 1/8 Cores (minimum Earth) Cable size As per BOQ.

22

Shaft orientation. Horizontal / Vertical

Vertical

23 Type of bearings Ball / Roller / Thrust Anti Friction type

24

Bi Metallic Relay for Winding

Thermal Over Load Yes, one in each phase; for trip, alarming and indicating set to trip @ 130 °C

25

Bi Metallic Relay for Drive

end Bearing

Thermal Over Load Required by Bi Metallic Overload Thermal Switches set to Trip @ 90

°C

26 Winding connections 6 Terminals

191 | P a g e

27

MATERIAL OF CONSTRUCTION

27.1 Suction Strainer Required

27.2 Pump (Volute) Casing

Cast Iron (FG 260 as per IS 210 or GG25 or EN- JL1040)

27.3

Suction Bell mouth & miscellaneous pump parts

Cast Iron (FG 260 as per IS 210 or GG25 or EN-JL1040)

27.4

Impeller & Wearing Rings (Casing

& Impeller)

Cast Austenitic Stainless Steel (SS 316 or CF

8M or 1.4406) & Bronze LTB2 respectively

27.5

Pump-Motor Shaft

Stainless Steel (SS 410 or SS 430 or 1.4021 or 1.4460) or EN8 (C45) with SS 410/ 420

Sleeves

27.6

Motor Casing, Oil Chamber &

other parts

Cast Iron (FG 260 as per IS 210 or GG25 or

EN-JL1040)

27.7

Motor ‘s (Squirrel Cage) Rotor

Dual/DEEP Cage Copper Bar type

27.8 Motor Cooling Jacket SS 304

27.9

Mechanical Seals

Faces : Primary (Inboard) : Silicon Carbide

v/s Silicon Carbide or Tungsten Carbide v/s

Tungsten Carbide Secondary ( Outboard )

:Carbon v/s Cast Chrome Molybdenum Steel

or Silicon Carbide or Tungsten Carbide

Elastomers : All “O” rings of Viton &

Bellows of either Viton OR Nitrile

28

Auto Coupling System (a)Pedestal

cum Delivery Bend (b)Slider

Bracket I-Guide Rail Pipes /

Wires & Foundation Bolts

Cast Iron (FG 260 as per IS 210 or GG25 or

EN-JL1040) Ductile Cast Iron or Cast Steel

(SG 400/12 or EN-JS1050 or GGG 40) or

WCB SS 304

28.1 Fasteners Stainless Steel SS 316.

Note: Complete data shall be filled in the prescribed data sheet format, shall be duly stamped by

the pump manufacturer or his authorized dealer & shall be attached in the technical bid failing

which the price bid shall not be opened.

Back-up guarantee from the manufacturer for five years must be submitted along with the tender.

192 | P a g e

SUBJECT: DATA SHEET FOR SLUICE VALVE

PARTICULARS

DATA TO FILL BY CONTRACTOR /

VENDOR

Make

Manufacturing Std.

Size in mm and Qty.

Pressure Rating

Stem Type

Ends - Flanged Flanged, FF as per IS-1538 having off center bolt holes

Bonnet Bolted

Disc Solid Wedge

Max. Valve Torque-Nm

Type of Operation - as per Specifications / BOQ

Seat- Body & Disc Renewable

Direction of Closing CW - Marked on Hand Wheel

Repacking /Back Seat Bush Arrangement -

Required for 350mm and above

Channel & Shoe in Arrangement - Required for 600mm & above

Gear Box arrangement - Required for 350 mm & above

Material Of Construction

Body / Bonnet /Disc (M)

Stem (M)

Body & Disc seat (M)

Stem nut & Stuff. Box Bush

Stuffing box & Gland

Channel & Shoe lining

Gland Packing

Bolts, studs & nuts

Hand wheel /Cap

Details for Electrically Operated Valve

Actuator make / model

Actuator Torque capacity/ RPM

Power supply

Valve opening/closing time

PAINTING Refer General Requirement for Mechanical

Items / Equipment Section / Tender

Specifications

DRAWINGS / DOCUMENT SUBMISSION As Above

TESTING As Above

M – Denotes material test certificate required

193 | P a g e

SUBJECT: DATA SHEET FOR DUAL PLATE CHECK VALVE

PARTICULARS DATA TO FILL BY

CONTRACTOR / VENDOR

Make

Mfg. Standard

Size in mm / Qty.

Pressure Rating

Ends Flanged, FF as per IS-1538 having off

center bolt holes

MATERIAL OF CONSTRUCTION

Body (M)

Plates (M)

Body Seat

Plate Seat / Face

Hinge Pin / Stop pin (M)

Springs (M)

Bolts, studs & nuts

ACCESSORIES

Drain Plug Not Required

Lifting Eye Bolts Required

Support Foot Not Required

By Pass Arrangement - Not Require Not Required

PAINTING Refer General Requirement for

Mechanical Items / Equipment

Section / Tender Specifications

DRAWINGS / DOCUMENT SUBMISSION As Above

TESTING As Above

M – denotes material test certificate required

194 | P a g e

DOCUMENT: TECHNICAL DATA SHEET FOR BUTTERFLY VALVE.

PARTICULARS DATA TO FILL BY

CONTRACTOR / VENDOR

CONSTRUCTIONAL FEATURES

Make

Mfg. Standard

Size in mm & Qty.

Pressure Rating

End Connection

Disc Double Eccentric

Eccentricity-1 in mm

Eccentricity-2 in mm

Type of Operation - as per Specifications / BOQ

MATERIAL OF CONSTRUCTION

Body (M)

Disc (M)

Stem (M)

Body seat (Renewable) (M)

Disc seal

Clamping ring

Bolts, studs & nuts

ACCESSORIES

Gear Box (Required for above 150 mm)

By-Pass Arrangement (Required for above 600 mm)

Support foot (Required for above 900 mm)

Hand Wheel Required

Details for Electrically Operated Valve

Actuator make / model

Actuator Torque capacity/ RPM

Power supply

Valve opening/closing time

PAINTING Refer General Requirement for

Mechanical Items / Equipment

Section / Tender Specifications

DRAWINGS / DOCUMENT SUBMISSION As Above

TESTING As Above

M – denotes material test certificate required

195 | P a g e

SUBJECT: DATA SHEET FOR AIR VALVE

PARTICULARS DATA TO FILL BY

CONTRACTOR / VENDOR

Make

Mfg. Standard

Size in mm and quantity

Pressure Rating

End Connection Flanged, flat faced as per IS-1538 having off center bolt holes

Material Of Construction

Body (M)

Body Cover (M)

Cowl (M)

Small Orifice Nipple

Low Pressure seat ring and face ring (M)

Disc seat (M)

High pressure orifice

Float ( Low Pressure Orifice)

Float ( High Pressure Orifice)

Bolts, studs & nuts

PAINTING Refer General Requirement for

Mechanical Items / Equipment

Section / Tender Specifications

DRAWINGS / DOCUMENT SUBMISSION As Above

TESTING As Above

NOTE: 01. For components (marked-M) material certificates shall be furnished

196 | P a g e

DOCUMENT: DATA SHEET FOR METALLIC EXPANSION BELLOWS

PARTICULARS DATA TO FILL BY CONTRACTOR /

VENDOR

Make

Mfg. Standard

Size in mm and quantity

Overall length in mm

Pressure Rating

Axial expansion in mm

Axial compression in mm

Fatigue life expectancy

Mode of installation – AS per Design / SOQ / Tender Drawing

Ends - Flanged, FF as per IS-1538 having off

center bolt holes

Flanged, FF as per IS-1538 having off

center bolt holes

No of Convolution

Thickness of Weld End

Thickness of internal sleeve

Qty. & Position of Rods

MATERIAL OF CONSTRUCTION

Bellows ( M )

Internal Sleeves ( M )

Flanges ( M )

Lugs

Rods

Hardware

PAINTING Refer General Requirement for

Mechanical Items / Equipment Section /

Tender Specifications

DRAWINGS / DOCUMENT SUBMISSION As Above

TESTING As Above

M- Denotes material test required

197 | P a g e

DOCUMENT: DATA SHEET FOR E.O.T CRANE

PARTICULAR DATA TO FILL BY

CONTRACTOR / VENDOR

GENERAL DATA

Capacity in TON

Location

Quantity

Mfg. Standards

CRANE DATA

Make

Model

Type – Single / Double Girder

Class of Hoist

Lift in m.*

Span in m*

Bay length in m.*

No. of Falls-min

Travel speed in m/min.

• Longitudinal

• Cross

Main Hoist speed- m/min.

Creep speed in m./min.

Fixed Girder Details

Type of Suspension

Track - Min. 40 X 40 mm MS Sq. Bar

Brakes

Method of Operation

CONSTRUCTIONAL FEATURE

End Carriage (M)

Bridge (M)

End Stopper – Required on either side of the bridge.

Wheel Base

Gear (M)

Wire Rope (M)

Hook Details & Mfg. Std. (M)

Rope Drum & Sheaves (M)

Wheels (M)

Shaft (M)

Trolley

Bearings

Maintenance Platform/ access walkway

ELECTRICAL DETAILS

Power Supply

Motor Standard

Control Voltage

Class of Insulation / Drg. of Protection

198 | P a g e

Temperature - Ambient- 50 Deg. C

Make

Type of Motor - Hoist Duty

Main Hoisting

L.T.

C.T.

Method of starting

Type of cooling

Total Connected Load-kw

Mech. Stopper for LT C.T

Pendant with hanging chain/rope

Limit Switches for

• over hoisting

• over lowering

• over cross travel

• over long travel

Trailing cable system

Control Panel

Isolation Switch for ele. Power

Hoist Motor VFD Make, Model and Type

WEIGHT

Weight of Hoist in kg

Weight of Bridge in kg

PAINTING Refer General Requirement for

Mechanical Items / Equipment

Section / Tender Specifications

DRAWINGS / DOCUMENT SUBMISSION As Above

TESTING As Above

Notes: 1. For components (marked-M) material certificates shall be furnished

2. ( * ) Contractor shall visit the site and obtain the data about span, lift, bay length, etc.

suitable for proposed / existing pump house or location of installation as applicable and shall

furnish in data sheet.

199 | P a g e

VADODARA MUNICIPAL CORPORATION

SECTION -9

VENDOR LIST

200 | P a g e

VENDOR LIST

Contractor shall follow the Vendor list as below for all the items to be procured in this tender:

APPROVED VENDOR LIST FOR CIVIL ITEMS

S. NO. MATERIAL / WORK SUPPLIER / MANUFACTURER / VENDOR / AGENCY

1 Cement (OPC) 43 Grade /

53 Grade

Ultratech / ACC / JK Laxmi / Ambuja / Binani / Siddhi / Kamal

/ Coramandel / Birla Super.

2 Cement (SRC) Ultratech / ACC / JK Laxmi / Ambuja / Binani / Siddhi / Kamal

/ Coramandel / Birla Super.

3 Cement (White) Birla / JK / Ultratech

4 Cement (PPC) Ultratech / ACC / JK Laxmi / Ambuja / Binani / Siddhi / Kamal

/ Coramandel / Birla Super.

5 RMC Ultratech, JK Laskhmi, Lafarge India Ltd

6

Bricks Ordinary Burnt Clay Bricks of any brand conforming to IS: 1877

with minimum Crushing Strength of 40 Kg / cm2 and Water

Absorption Ratio restricted to 25% for Bricks used in Panel Walls

and 20% for Bricks used in Load Bearing Walls

7 Mild / Tor Steel / CRS

Steel

TISCO / SAIL / Tata / Electro therm / Hytuff /

8 Structural Steel Sail / Tata iron steel Co. Ltd / Jindal / Essar Steel Ltd / Ispat Ltd /

Electrotherm.

9 Screws GKW Nattlefold / Oxidised

10 Dash Bolt Fasteners Fischer / Hilti

11 Ceramic Tiles Spartex / Kajaria / Nitco / Johnsons / Pedder

12 Glazed Tiles (1

st Quality) H & R Johnson / Kajaria / Spartex / Naveen / Rommano / Somani

Pilkingtm / ECL

13 Granite Tiles Bell Granito / Naveen / H & R Johnson / RAK Ceramics – Dubai

/ Restile Ceramic

14 Glass Mosaic Tiles Bisazza India / Pino Bisazza

15 Paver Blocks Conwood Prefab / Hindustan Prefab or equivalent/Vyara

16 Adhesives Pidilite / Fairmate / Bal Adhesive / MC Bauchemie / Cementone

India / Fosrock / Sunanda Speciality Coating

17

MS Door Frames &

Shutters(With

Galvanising)

Agew / Ferrosteel / Sen Harvic / Weldoors /

18 Door Shutters (Wooden) Kutty / Anchor / Classic / Goyal / Timber Techniks / Sejpal

Doors / Wood Designs / Northern Doors

19 Door Shutters (FRP) &

Plastic

Everest fibre glass Industries / Unipals India / Advance Marketing

/ Yashashri Polyextrusion / Sintex

20 Hardware (Handles /

Hinges / Mortice Locks)

Sobeet / Vijayan / Navbharat Brass Works / CIEF / Amarbhoy

Dossaji

21 Aluminium Windows Aluminite / Aluplex / Almech / Indrajit Associates / Aldoweit /

Crystal Corporation / Indal / Jindal / Ajit India

22 Night Latch Godrej / Sobeet /

23 Paints:

a. Internal Snowcem / Asian / ICI / British Paints / Shalimar / Nerolac /

Burger / Jenson & Nicholson

b. External Snowcem / Asian / ICI / British Paints / Shalimar / Nerolac /

Burger / Jenson & Nicholson

24 Synthetic Plaster Finish Nitco / Accro / Damani Dye Stuff / Supreme / Renova

25 Waterproofing Works India Waterproofing Co. / Likproof India / Overseas

Waterproofing Co.

201 | P a g e

S. NO. MATERIAL / WORK SUPPLIER / MANUFACTURER / VENDOR / AGENCY

26 Waterproofing

Compound

Accoproof / Pediproof / CICO / Impermo / Vamiplas 302 /

Vamiproof 101 & 102

27 Glazing Float Glass of Modi / Asahi / Saint Gobain

28 M.S. Rolling Shutters

(With Galvanising)

Swastik / Standard / Shudwar

29 Aluminium Grills DECO / Alumnigrille

30 Aluminium Joinery Crystel Corporation / Alumlite / Aluplex / Alm

31 Anti-stripping Agent Yuva / BE 100

32

Chemical Admixtures and

Compounds for RCC and

Mortar

MC Bauchemie / Krishna Conchem Products / Sunanda

Chemicals / Pidilite / Fairmate / Fosroc / Sika Qualcrete

33 Anti-Corrosive Paint Krishna Conchem Products / CICO Chemisol Adhesive / Burger

34 Sanitary ware Jaquar / Hindustan / Parry / Cera

35 Flushing Cistern Flush Line or equivalent Approved ISI Manufacturers

36 Sanitary Fittings and

Fixtures

Jaguar / Dripless / Kingston / Essco / Ess Ess

37 Lead for Lead Joints Approved ISI Manufacturers

38 Rubber Ring Approved ISI Manufacturers

39 Stainless Steel Sink Nirali / Tuff / Diamond / Kingston / Neel Kamal

40 SW Gully Trap and Stone

ware Pipes

Perfect / Sonya / Girco / Elecon / Rajura

41 Cast Iron Covers RIFCO / Mohit Steel / Ashok Iron Works / Jayswal Neco

42 Piling Works Kvaerner / Afcons / Michigan Engineering / L & T / Safe

Foundations

43 Fire-fighting Works Monsher / Mather & Platt / Bells Controls

44 Elevators Otis / Mitsubishi / Kone / Schindler

45 Sodium Nitrate Devica Chemicals or equivalent Approved ISI Manufacturers

46 Sodium Silicate Devica Chemicals or equivalent Approved ISI Manufacturers

47 Marine Plywood Anchor / Kitply

48 Neeru Swastic Instant Neeru or equivalent Approved ISI Manufacturers

49 Lime for Whitewash As directed by Engineer-in-charge

50 Tarfelt Shalimar / Lloyds

51 Lightening Conductor Approved ISI Manufacturers

52

Teak Wood C.P. Teakwood / First Quality with following Tolerances.

Sap Wood to the extent of 25% Wrap to the extent of 10 mm in

3m Knots / meter

53 S.W. Pipes Burn & Co. / Perfect Potteries / Navroji Vakil

54 CI Soil Pipes & Fittings

as per IS : 3989 / 84

NECO / CENTRI

55 G.I. Pipes Class “C” TATA / Zenith / Jindal

56 G.I. Fittings Approved ISI Manufacturers

57 Gate Valve / Non Return

Valve

Sant / Zoloto / Leader /Hawa Engineers Ltd

58 S.W. Pipes Rajura or other Approved ISI Manufacturers

202 | P a g e

S. NO. MATERIAL / WORK SUPPLIER / MANUFACTURER / VENDOR / AGENCY

59 Flush Valve Jaguar / Ess Ess/CERA

60

FRP Resins:- M/s. Bakelite Ltd., Network Polymers

Pvt. Ltd., Crest Composites.,Asland., Rain Coat.,

Glass Fiber Reinforcement:- Saint Gobin,

Binani, Jusi India., Owens corning.

The contractor shall distinctly understand that it will not be their prerogative to insist on a particular brand

from the list / and final selection will be done with the approval of Engineer in charge.

203 | P a g e

APPROVED VENDOR LIST FOR MECHANICAL EQUIPMENT

S. NO. MATERIAL / WORK SUPPLIER / MANUFACTURER / VENDOR / AGENCY

1

Submersible Centrifugal Pump

Kirloskar / Mather & Platt / Grundfoss / Aqua / KSB /

Kishor / Xylem/ ITT-flyght/ Jasco

2

Drain / Dewatering / De-silting

Pumps (Submersible /

Horizontal)

Kirloskar / Jasco Pump / /Beacon Weir / Mather & Platt

3 Metering / Dosing Pumps Swellore / Shapotools / Milton Roy

4

Sluice Valves / DI Resilient Seated

Sluice Valves

Kirloskar / IVC / IVI / VAG /AVK Valves / Jupi te r

/Hawa Enginee rs Ltd

5

Non Return Valves (Single /

Multi door) / Dual Plate Check

Valves

Kirloskar / IVC / IVI / VAG /AVK

Valves / Jupi t e r /Hawa Enginee rs Ltd

6

Butterfly Valves / DI Resilient

Seated Butterfly Valves

Kirloskar / IVC / IVI / VAG /AVK//Jupi te r /Hawa

Enginee rs Ltd

7

Knife Gate Valve Kirloskar / IVC / IVI / VAG /AVK/Mcwane

/ Jupi te r /Hawa Enginee rs Ltd

8

Pressure Reducing Valve Kirloskar / IVC / IVI / VAG /AVK/Jupi t e r /Hawa

Enginee rs Ltd

9

Sluice Gates / Open Channel

Gates

Kirloskar / IVC / IVI / VAG /AVK /Hawa Engineer s

L td

10 Ball Valves Kirloskar / IVC / IVI / VAG /AVK /Hawa Engineer s

L td

11

HOT / EOT Crane and Pulley

block / Grit Removal

Mechanism with Grab Bucket

Morris / Indef / Safex / Japs / Khodiyar Engineers

12

D.I. Pipes Electro steel / Jindal / Electrotherm.

13

D.I. Double Flanged (DI DF)

Pipes & Fittings.

Electro Steel / Kejriwal / Lanco / Kiswok /

Jindal / Electrotherm / Truform (DI pipe for DI DF Pipe

manufacturing shall be as per approved make of DI Pipes

only)

14

C.I. Pipes & fittings. Electrosteel / Electro Steel / Kejriwal

15

Chlorinator Metito / Sun Engineering / Pennwalt (Evoqua) / Chlorotech /

Banaco / Semience

16 Chlorine Container ISGEC / Anup

17 HDPE / MDPE Pipes Dutron / Duraline / Kimplas / Jain

18 PVC / UPVC / CPVC Pipes Astral / Supreme / Prince / Dutron

19

M.S. / C.S. / G.I. Pipes Jindal / Zenith / Tata / Welspun / Samshi / Asian

/ SAIL

20

Air Compressor Ingersoll-Rand / Khosla / Kirloskar / Chicago

Pneumatic

21

Gas Compressor (Sewage / Bio-

Gas)

Atlas Copco / Chicago Pneumatic / Dresser-

Rand / Siemens / Sulzer

22 Bearing for all equipments SKF / FAG

23 Fasteners Precision / Echjay / Tata

24 Mechanical Seals Eagle Seals (Sealol) / Durametallic / Burgman

25 Electric Actuator Auma / Sanyata /Rotork

204 | P a g e

S. NO. MATERIAL / WORK SUPPLIER / MANUFACTURER / VENDOR / AGENCY

26 MS / GI Plates & Sheets Essar / Tata / Jindal / SAIL / Zenith / Asian

27 Expansion Bellows B.D. Engineers / Precision / Precise Engg.

28 Paint Asian Paints / Berger / Deluxe / J & J

29 Air Conditioners Daikin / Hitachi / O- General

30

UV System A O Smith / American Air & Water Inc. /

Calgon / Trojan UV / Ultra Aqua / Xylem

31 Refrigerator Samsung / LG / Whirlpool / Bosch / Godrej

32 Zero velocity valve Sureseal(JASH)

The contractor shall distinctly understand that it will not be their prerogative to insist on a particular brand from the list / final selection will be done with the approval of Engineer in charge.

205 | P a g e

APPROVED VENDOR LIST – ELECTICAL EQUIPMENT / COMPONENT

. No ITEM DESCRIPTION APPROVED

MAKE

1 COMPACT

SUBSTATIONS

ABB / CGL / SCHNEIDER (PREV. AREVA) / SIEMENS/ BHEL /

C&S / VOLTAMP

2 DISTRIBUTION

TRANSFORMERS

ABB / AREVA / BBL / BHEL / CGL / EMCO / GEC / KEC /

SCHNEIDER / RAYCHEM RPG LTD. / TRANSFORMERS &

RECTIFIERS INDIA LIMITED / VOLTAMP / POWERLITE

3

TRANSFORMER

LIGHTING - DRY

TYPE (CAST RESIN)

ABB / AUTOMATIC ELECTRIC LTD. / CGL / INDCOIL /

KOTSONS / VOLTAMP

4

MV SWITCHBOARD &

SWITCHGEAR MV - 11 /

33KV - INDOOR /

OUTDOOR TYPE

(VCB/SF6)

ABB / AREVA / BHEL / CGL / GEC / JYOTI / L & T /

SCHNEIDER / SIEMENS / AUTH. SYSTEM INTEGRATOR FOR

HEREIN APPROVED MAKE OF OEM

5 PROTECTIVE RELAYS

(NUMERICAL TYPE) ABB / ALSTOM / CGL / GE / L & T / SCHNEIDER / SIEMENS

6

PROTECTIVE /

AUXILLARY RELAYS

(ELECTROMECHANICAL

TYPE)

ABB / ALSTOM / CSPC / EASUN REYROLLE / GE / GEC L & T /

SCHNEIDER / SIEMENS

7 ELECTRONIC CIRCUIT

RELAY ALLEN BRADLEY / OEN / OMRON / PLA

8 CONTROL AND RELAY

PANEL

ABB / ALSTOM / EASUN REYROLLE / L & T / SCHNEIDER /

SIEMENS

9

INSTRUMENT

TRANSFORMERS (CT /

PT)

AEP / ASHMOR / AUTOMATIC ELECTRIC / CGL / CONTROL &

SWGR / ECS / GILBERT AND MAXWELL / INDCOIL / JYOTI /

KAPPA / PRAGATI / PRECISE / SILKAANS

10

L.V. SWITCHBOARD -

DRAWOUT / FIXED TYPE

(PCC / PMCC / MCC /

MLDB / MPDB / MOVDB /

APFC)

ABB / ALPHA NIPPON / C & S / CGL / ELEMBICA / ELEMECH /

GSONS POWER / HORIZON / INDUSTRIAL CONTROLS / L&T /

PATEL BROTHERS / POSITRONICS / POWER &

INSTRUMENTATION (O) LTD. / SCHNEIDER / SIEMENS / SUN

AUTOMAT / SWATI SWITCHGEAR/HIGH VOLT/ ALSTOM /

JYOTI /M.D. INDUSTRIES / ANY OTHER MANUFACTURER

WHO MEETS THE REQUIREMENT SPECIFIED AT NOTE NO. 1

BELOW.

Note No.-1:

Any LT Panel Manufacturer meeting / possessing the following requirements as a minimum shall

also be qualified as an approved vendor for supply of LT Panels: 1. Should have obtained approval from CPRI / ERDA and obtained type test certificate for LT

Panel with rated voltage of 415V (3-Ph. + N), 50Hz rated frequency and min. 3200A rated

current and having short circuit withstanding strength of min. 65kA for one sec.

2. Should have obtained approval from CPRI / ERDA and obtained type test certificate for

Degree of Protection Class IP-55 or above for LT Panel with rated voltage of 415V (3-Ph. + N),

50Hz rated frequency and certificates must have validation for current year.

3. The company should be in existence for min. 5years and shall have GST Registration

Certificate.

4. Shall be ISO 9001:2015 or latest amended up to date certified

5. The panel manufacturer should have min. average turnover of 3 Crores for similar panel

manufacturing in last Two (2) financial year (Trading or contracting turnover shall not be

considered), duly certified by chartered accountant.

Necessary supporting documents / copy of certificates duly notarized shall be submitted along with the

206 | P a g e

technical bid along with self-attested undertaking for manufacturing facilities on panel manufacturer’s letter

head (by bidder submitting bid as a panel manufacturer or by the bidder who is proposing to supply panel or

carry out panel related work from such manufacturer including submission of back-up guarantee as per

tender). Client reserves to inspect the works facility of such panel vendor at any stage of bid / execution to

assess the facility and verifying the requirements as specified above (The cost of such visit by Client officials

of up to two persons including travel, lodging, boarding, local conveyance, etc. shall be borne by bidder).

Further bidder and vendor (LT Panel manufacturer) to note that at any stage if it is observed that the LT

panel vendor details submitted are incorrect or fake or forged, Client reserves right to initiate action against

such bidder / vendor including keeping their registration with Client in abeyance for up to 3 years or as

decided by the concerned authority of Client.

11

AIR CIRCUIT BREAKERS

ABB / L&T / SCHNEIDER (PREV. AREVA) /

SIEMENS/LEGRAND/C&S

12 MCCB’S ABB / C&S / GEC / L&T / SCHNEIDER / SIEMENS/LEGRAND

13

SWITCH DISCONNECTOR

FUSE UNIT (SDF) AND

SWITCH DISCONNECTOR

ISOLATOR

ABB / C&S / GEC / L&T / SCHNEIDER / SIEMENS/INDOASIAN

14 CHANGE-OVER SWITCH BCH / C&S / GE POWER / HAVELLS / HPL / KRAUS & NAIMER

/ L&T / SCHNEIDER / SIEMENS

15

SOFT STARTER

(MICROPROCESSOR

BASED)

ABB / DANFOSS / L&T / ROCKWELL / SCHNEIDER / SIEMENS

16 VVVF DRIVES (VFD) ABB / CG POWER (EMOTRON) / DANFOSS (DANFOSS /

VACON) / ROCKWELL / SCHNEIDER / SIEMENS

17 MV CAPACITORS ABB / EPCOS / SHREEM / UNIVERSAL/ VISHAY

18 LV CAPACITORS / POWER

CAPACITOR

ABB / EPCOS / HAVELLS / ASIAN / BHEL / CGL / GEC /

KHATAU JUNKER / MADHAV / MALDE / NEPTUNE /

SCHNEIDER / UNIVERSAL/ SHREEM/ PRABODHAN/POWER

MATRIX / SIEMENS/VISHAY

19

DETUNED SERIES

REACTORS WITH

TEMPERATURE MICRO

SWITCH (HARMONIC

FILTER REACTOR)

EPCOS / WHEPL / YESHA/NEPTUNE/ VISHAY

20

DYNAMIC POWER

FACTOR CORRECTION

THYRISTOR MODULE

EPCOS/ SCHNEIDER/NEPTUNE

21 APFC PANEL

ABB / DATAR / EPCOS / L&T / NEPTUNE / SCHNEIDER /

ASIAN / CGL / ALL APPROVED

VENDORS FOR LT PANEL/EASUN/ ALSTOM /

CSPC / SIEMENS

22 APFC RELAY /

CONTROLLER

ABB / DATAR / ENERCON / EPCOS / L & T / SCHNEIDER /

SIEMENS / NEPTUNE / CUMMINS / SYNTEL / TRINITY

23 CAPACITOR DUTY

CONTACTOR ABB / EPCOS / L & T / SCHNEIDER / SIEMENS / C&S

24

MICROPORCESSOR

BASED MOTOR

PROTECTION RELAY

WITH RS 485

C&S/ ABB / L & T / SCHNEIDER / SIEMENS

25

AC / DC POWER &

AUXILLARY

CONTACTOR

ABB / BCH / C & S / GE / L&T / SCHNEIDER / SIEMENS

/INDOASIAN

26 BI-METAL / ELECTRONIC ABB / C&S / GE / L&T /

207 | P a g e

/ MICROPROCESSOR

BASED OVERLOAD

RELAY

SCHNEIDER / SIEMENS/CSPC/ALSTOM / CG/INDOASIAN

27 THERMISTER RELAY ALSTOM / INSTA CONTROLS / MINILEC

28 UV/OV PROTECTION ABB / C&S / GE / L&T /

SCHNEIDER / SIEMENS/CSPC/ALSTOM / CG/INDOASIAN

29 TIME SWITCH ALSTOM / INSTA CONTROLS / MINILEC

30

TIMERS / TIME DELAY

RELAY

BCH / EAPL / L&T / LEGRAND / MINILEC / OMRON / PLA /

SCHNEIDER / SIEMENS / TEKNIC /

THEBEN/ELICO/INDOASIAN

31

MOTORS

ABB / BBL / BHEL / CG POWER / JYOTI / KEC / MARATHON /

SIEMENS

32

BATTERY CHARGER &

DCDB

AMARA RAJA / AMCO POWER / AUTOMATIC ELECTRIC /

CALDYNE AUTOMATICS / CHHABI ELECTRICALS / EXIDE /

HBL POWER SYSTEMS / HIREL-HITACHI / MASS-TECH

CONTROLS / UNIVERSAL INSTRUMENTS

33

LIGHT FIXTURES

BAJAJ / C & S / CGL / GE / HAVELLS / PHILIPS / SURYA /

WIPRO / SCHREDER / L.T.

34

CABLES H.V. - XLPE

INSULATED

HAVELLS / KEI / NICCO / POLYCAB / PRIMECAB (RAVIN

CABLES) / RPG CABLES (KEC International) / TORRENT

CABLES / UNIVERSAL / ASIAN CABLE / CCI / FORT GLOSTER

/ FINOLEX

35

LT POWER & CONTROL

CABLES / EARTHING

CABLES

AVOCAB / CCI / FINOLEX / HAVELLS / KEI / LAPP / NICCO /

POLYCAB / PRIME CAB (RAVIN CABLES)/ RPG CABLES

(KEC INTERNATIONAL)/ RR KABEL /

TORRENT / UNIVERSAL CABLES / ASIAN CABLE /

FORT GLOSTER

36 WIRES - FLEXIBLES (ALL

TYPES)

AVOCAB / FINOLEX / KEI / L&T / LAPP / POLYCAB / RR

KABEL / UNIVERSAL/ANCHOR/HAVELLS/ATLAS

37

LIGHTING / SMALL

POWER DISTRIBUTION

BOARDS / ENCLOSURES

ABB / BCH / C&S / ELDON / ENCLOTEK / HENSEL /

INDO ASIAN / L&T / LEGRAND / RITTAL / SCHNEIDER /

SIEMENS / HAVELLS / STANDARD ELECTRIC /ALL LV

PANEL VENDORS

38 MCB, RCCB, RCBO / MCB

ISOLATORS

ABB / C&S / INDO ASIAN / L&T / LEGRAND / MOELLER /

SCHNEIDER / SIEMENS/GEC/HAVELLS/ C&S/INDOASIAN

39 MPCB ABB / C&S / L&T / SCHNEIDER (PREV. AREVA) / SIEMENS/

INDOASIAN

40

ALARM ANNUNCIATORS

(SOLID STATE TYPE

WITH LED

ILLUMINATION) / FACIA

ANNUNCIATOR

ALSTOM / DIGICONT / ICA / IICP / MINILEC / PROCON INST.

(P) LTD / PROTON ELECTRONICS/APLAB

41

DECORATIVE /

MODULAR SWITCH &

SOCKET

ABB / ANCHOR / CLIPSAL / CRABTREE / L&T / LEGRAND /

MK - HONEYWELL / SIEMENS/SCHNEIDER/INDOASIAN

42

CEILING / WALL

MOUNTING / EXHAUST

FANS

ALMONARD / BAJAJ / CGL / HAVELLS / KHAITAN / ORIENT /

USHA

43 CABLE TERMINATION /

JOINTING KITS

3M / ABB KABELDON / M SEAL / RAYCHEM/XICOM/CCI

44

CONTROL / SELECTOR

SWITCH

ABB / ALSTOM / BCH / GE POWER CONTROLS / HAVELLS /

KAYCEE / L&T / SCHNEIDER / SIEMENS/RECOM/ SULZER/

EE/JYOTI

208 | P a g e

45

INDICATING LAMPS

BCH / L&T / SCHNEIDER / SIEMENS / TEKNIC CONTROLS /

VAISHNO/IEC / EE

46 TERMINAL BLOCK /

CONNECTORS

CONNECTWELL / ELMEX / PHEONIX / TELEMECHANIQUE /

WAGO

47

CONSTANT VOLTAGE

TRANSFORMER/

CONTROL

TRANSFORMER

AE / ASHMORE / G&M / INDCOIL / NEC / PRAGATI / PRECISE

/ SILKAANS

48 SEMICONDUCTOR FUSE BUSSMANN / FERRAZ / GE / SIEMENS

49 HRC FUSE (POWER &

CONTROL)

ABB / C&S / L & T / SCHNEIDER / SIEMENS /

TECHNOELECTRIC/INDOASIAN / GE

50

PUSHBUTTONS

BCH / L & T / RASS / SCHNEIDER / SIEMENS / TEKNIC /

VAISHNO

51

PUSH BUTTON

STATIONS / JUNCTION

BOX

(FOR CAST ALUMINIUM

ONLY)

BALIGA / BCH / CEAG / EXPROTECTA / FCG / FLEXPRO /

HANSU / HENSEL / PUSTRON / SCHNEIDER / SIEMENS /

SUDHIR/EXCEL

52

NON METALLIC

ENCLOSURES

(INCLUDING INDUSTRIAL

RECEPTACLES / PB

STATION)

BCH / HENSEL / LEGRAND / PUSTRON / RITTAL /

SCHNEIDER / SIEMENS / SINTEX

53

DIGITAL AMMETER/

VOLTMETER/ POWER

FACTOR METER

AE / KRYKARD / L & T / MASIBUS / RISHABH / SCHNEIDER /

SECURE / ALSTOM / NIPPEN / ASIAN / SIEMENS/IMP/MECO/

CONZERV/NEWTEK ELECTRICALS

54

TEMPERATURE

SCANNER WITH RS 485

MODBUS

COMMUNICATION

MASIBUS/NIVAM/NISHKO/ELECTRONET/REDIX/MULTISPAN

55

ELECTROMECHANICAL

METERS – AMMETER &

VOLTMETER

AE / IMP / MECO / RISHABH

56

KWH / LOAD MANAGER /

MULTI FUNCTION

METER

ABB / KRYKARD / L&T / SCHNEIDER / RISHABH / SECURE /

IMP/ MECO / CONZERV/ ENERCON

57 CABLE LUGS 3D / COMET / CONNECTWELL / DOWELLS / JAINSON/3M

58

CABLE GLANDS (SINGLE

/ DOUBLE

COMPRESSION, NI-

PLATTED BRASS)

BALIGA / BRACO / COMET / ELECTROMEC / EX-PROTECTA /

FCG / HMI / JAINSON / SIEMENS / SUDHIR

59 CABLE GLANDS –

POLYAMIDE FIBOX / GEWISS / HENSEL / LAPP

60

LIGHTNING ARRESTORS

CGL / ELPRO / JAYSHREE / OBLUM / WS / BIRLA NGK

INSULATORS

61

SURGE SUPPRESSORS

ABB / EMERSON / ERICO / MTL / OBLUM / PEPPERL+FUCHS /

PHOENIX / SCHNEIDER / SIEMENS / WEID MULLER

62 UNINTERRUPTED

POWER SUPPLY (UPS)

ABB / EMERSON / FUJI / HITACHI / INVENSYS / SCHNEIDER /

SOCOMEC

63 GI CABLE TRAYS

GLOBE / INDIANA / JACINTH / LEGRAND /M.M.

ENGINEERING / SHARDA / SILVERLINE POWER / SHREE

KRISHNA ENGG. / VATCO/SUPER ELECTRO

64 UPVC CONDUIT &

ACCESSORIES AKG / CLIPSAL / L&T / POLYCAB / PRECISION / SALZER

209 | P a g e

65 MS / GI CONDUIT &

PIPES

BEC INDUSTRIES / JINDAL / JK TUBE / SAIL / TATA STEEL /

ZENITH

66

SMF / VRLA / NI-CD /

LEAD ACID (PLANTE /

TUBULAR) BATTERY

AMARA RAJA BATTERIES LTD. / AMCO / EXIDE / HBL

POWER SYSTEMS LTD./AUTOMATIC ELECTRIC

67

MS / GI LIGHTING POLES

& BRACKETS (TUBULAR

SWAGED / OCTAGONAL)

AMBICA ENGINEERING / BAJAJ / BOMBAY TUBES AND

POLES / GAYATRI ELECTRICALS / INDIA ELECTRIC POLES /

RIDDHI POLES / SHAKTI POLES / SURYA /SHREE KRISHNA

ENGG. / UTKARSH INDIA / FABIRON

68 HIGH MAST LIGHTING

SYSTEM BAJAJ / CGL / PHILIPS / SURYA/VALMONT

69 SANDWICH BUS

TRUNKING (BUSDUCT) C&S/ SCHNEIDER/SIEMENS/ L&T/ ABB

70 CONVENTIONAL

BUSDUCT

ABB / C&S / L&T / SCHNEIDER / SIEMENS / STARDRIVE / ALL

LT PANEL VENDORS

71

DIESEL ENGINES

ASHOK LEYLAND / CATERPILLAR / CUMMINS / KOEL /

MAHINDRA POWEROL / MITSUBISHI / PERKINS / VOLVO /

WARTSILA

72 ALTERNATORS FOR DG

SETS

BHEL / CGL / JYOTI / KEC / KOEL / LEROY SOMER / NGEF /

STAMFORD

73

AMF RELAY,

SYNCHRONIZING RELAY

(WITH RS 485)

DEEP SEA/ C&S/WOODWARD/DEIF

74

HANDHELD DIGITAL

MULTIMETER / CLIP-ON

METER / MEGGER

FLUKE / IMP / MECO / MOTWANE / RISHABH

75 BATTERY BACKED

POWER PACK ALAN/G’LEC/BHARANI/GOGATE

76 ALUMINIUM BUSBAR

MATERIAL BANCO/HINDALCO/JINDAL

77 PANEL CRCA/MS/GI

PLATES & SHEET ESSAR/TATA/JINDAL/SAIL

78

CHEMICAL TYPE

EARTHING INCLUDING

COPPER BONDED

ELECTRODE & BACK

FILL COMPOUND

ASHLOK / CURSP / ECO TECHNOLOGY & PROJECTS/ENNOV

INFRA / ERICO/ISG GLOBAL / PRAGATI

ELECTROCOM/SAARA EARTHING/ EQUI. REPUTED MAKE

SUBJECT TO CLIENT APPROVAL

79

ACTIVE HARMONIC

FILTER SOLUTION /

PANEL

ABB / DANFOSS / SCHNEIDER / AMTECH / EPCOS / CONSULE

NEOWATT / SCHNEFFER / AB LIFASA

80 PVC CONDUITS &

ACCESSORIES PRECISION / CLIPSAL / L&T

81 LIGHTNING ARRESTER ELPRO / OBLUM / CGL / BIRLA NGK INSULATORS

82 MODULE TYPE PLUG

SOCKET ANCHOR / HAVELLS / CLIPSAL / TOYAMA / MDS

The contractor shall distinctly understand that it will not be their prerogative to insist on a

particular brand from the list, and final selection will be done with the approval of Engineer in

charge.

210 | P a g e

LIST OF APPROVED VENDORS FOR INSTRUMENTATION SYSTEM

S. NO. MATERIAL / WORK SUPPLIER / MANUFACTURER / VENDOR /

AGENCY

1

Electromagnetic Flow Meter E+H / Siemens / ABB / Krohne Marshall / Yokogawa /

Emerson

2

Process Analyzers (pH / DO / Free /

Residual Chlorine / Ammonium / Nitrate /

Phosphate / ORP / Conductivity / TSS /

MLSS /BOD / COD / etc.)

E+H, Emerson, Hach, Polymetron / WTW,

Yokogawa, Xylem

3 Hydrostatic Level Transmitter ABB / E+H / Krohne Marshall / Siemens / / Emerson

4 Displacer / Float Switches Levcon / Nivo / Toshbro / Pune Techtrol / SBEM

5 PP Float / Buoyancy Switch Pepprl+Fuchs / Baumer / E+H / Pune Techtrol /

SBEM

6 Float & Board Type Level Gauge /

Indicator

Levcon / Nivo / Toshbro / Pune Techtrol / SBEM /

7 Pressure Transmitter E+H / Siemens / ABB / Krohne Marshall / Yokogawa/

Honeywell

8

Pressure Gauge Wika / General Instruments Consortium

/ Baumer / Pricol / Waree / Manometer (I) P Ltd.,/ Forbes

9

Panel mounted Process

Indicator & Flow Integrator

ABB /Selectron / Masibus / Forbes Marsall / Lectrotek /

Yokogawa / Nishko/ Nivam/ Masibus /,

Mutispan

10 Pressure / Diff. Pressure Switch / DP

Gauge

Danfoss / Indfoss / Switzer / Orion

11

Programmable Logic Controllers (PLC) /

SCADA Software

Rockwell (Allen Bradeley) / Siemens / Schneider / ABB /

GE / Honeywell/Mitsubishi

12

Control Panel Enclosure Rittal / BCH / Eldon / Pyrotech Schneider / Enklotek /

Bartakke

13 Alarm Annunciator Aplab Ltd. / Minilec / IIC / Masibus / Lectrotek

14 Solenoid Valves Asco / Rotex / Schrader

15 Tube Fittings Excel Hydropneumatic / Multimetal / Placka /

Wesmec / Fluid Controls

16 Instrument Valves / Manifolds / Aptek / Anmol (Superlok) / Excel Hydropneumatic /

General / Smart

17 Fittings Instrument Consortium / Multimetal /

Technomatic / Placka

18 Pneum. Brass Fittings Swagelok / Multimetal Industries / SMC / Festo

19

Instrument Cables

(Power / Signal / Control)

Associated Cables, Associated Flexible and

Wires P.Ltd., Brooks Cables, Thermo Cables, Udey Pyro,

RPG Cables. Polycab

20 Cable Glands Ex-protecta / Braco / Comet / Dowells / Siemens

211 | P a g e

S. NO. MATERIAL / WORK SUPPLIER / MANUFACTURER / VENDOR /

AGENCY

21 Junction Box Ex-protecta / CEAG / Sudhir / Baliga / FCG

22 Cable Tray M.M.Engineering / Globe / Jacinth / Silverline

Power / Shree Krishna Electricals

23 Computer System HP-Compaq / Dell / Acer / IBM– Lenovo /

Sony

24 UPS Hirel-Hitachi / Emerson / APC/Luminus/Numeric /

Merlin

25 Control Panel Accessories /

Components:

A Miniature Relay Omron / Phoenix / Rockwell / Schneider

B Indication Pilot Lamps (LED Type) Teknic / Schneider / Siemens

C Push Button / Selector Switch(with

NO / NC Element)

Teknic / Schneider / Siemens

D DC Power Supplies (DIN Rail

mounted)

Phoenix / Omron / Aplab / Schneider / Rockwell

E Terminals Elmex / Phoenix / Wago / Connectwell

F Panel Wires Finolex / Havell’s / RRKabel / L&T

G Panel Illumination Philips / Crompton / GE

26 L2 & L3 Network Switch CISCO / Extreme Networks / HP / NEC / Brocade

27 Blade Server Hardware IBM / HP / Dell / Fujitsu / NEC

28 SAN IBM / HP / Dell / Fujitsu / NEC

29 Video wall with Controller Barco / Christi Digital / Mitsubishi / Samsung / NEC

30 42U Racks with Cooling & Motion

Sensor

APC / Rittal

31 Server / Network Security Trend Micro / HP / Kaspersky

32 Indicator Masibus / Lectrotek

33 LED / LCD TV Sony / Samsung / LG / Panasonic

34 AC O General / Hitachi / Daikin / Mitsibiti / Panasonic /

Voltas

35 4G / 5G GPRS Modem Mastero, D-Link, Axitech, Net-gear, Moxa

36 Media Converter Digisol, TP-Link, Microtek, D-Link, Moxa

37 Antivirus software Quick heal, McAfee, Norton

The contractor shall distinctly understand that it will not be their prerogative to insist on a particular brand

from the list / and final selection will be done with the approval of Engineer in charge.