0% found this document useful (0 votes)
381 views442 pages

Jharkhand Water Project Bids

1. The Jharkhand Urban Infrastructure Development Company (JUIDCO) Ltd. is inviting bids for the construction and 5 years of operation and maintenance of a water supply system in Hussainabad, Jharkhand, India. 2. The project involves intake works, rising main, a 9.5 MLD water treatment plant, clear water main, overhead reservoirs, distribution network, and house service connections. The construction period is 730 days including a 90 day trial period, followed by 1825 days of operation and maintenance. 3. To be eligible, bidders must have an average annual turnover of INR 375 million in the last 5 years, a positive net worth for the last

Uploaded by

Vaijul Desai
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
381 views442 pages

Jharkhand Water Project Bids

1. The Jharkhand Urban Infrastructure Development Company (JUIDCO) Ltd. is inviting bids for the construction and 5 years of operation and maintenance of a water supply system in Hussainabad, Jharkhand, India. 2. The project involves intake works, rising main, a 9.5 MLD water treatment plant, clear water main, overhead reservoirs, distribution network, and house service connections. The construction period is 730 days including a 90 day trial period, followed by 1825 days of operation and maintenance. 3. To be eligible, bidders must have an average annual turnover of INR 375 million in the last 5 years, a positive net worth for the last

Uploaded by

Vaijul Desai
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 442

JHARKHAND URBAN INFRASTRUCTURE DEVELOPMENT COMPANY LIMITED

(A Government of Jharkhand Undertaking)


3rd Floor, Pragati Sadan, Kutchery Chowk, Ranchi-834001
E-Mail Id - pdt.juidco@gmail.com, juidcolimited@gmail.com
Ph no. - 0651-2243203; CIN: U45200JH2013SGC001752

INVITATION FOR BIDS

(Open Competitive bidding - National)

Bid Invitation No: JUIDCO/NIT/HWSS/JURLIP/OCB/02/339 Date: 06.03.2020

Loan No. and Title: 52028-004-IND: Jharkhand Urban Resilience and Livability Improvement Project
Contract No.: JURLIP/02

Title: “Construction and 5 years of Operation and Maintenance of Water Supply System in Hussainabad
(Intake works, Rising main, 9.5 MLD Water treatment plant, Clear water main, Overhead reservoirs,
Distribution network and House service connections)”

Deadline for Bids: 17.04.2020

1. India has applied for a financing from the Asian Development Bank (ADB) toward the cost of
Jharkhand Urban Resilience and Livability Improvement Project. Part of this financing will be
used for payments under the contract named above. Bidding is open to bidders from eligible
source countries of ADB.
2. The Jharkhand Urban Infrastructure Development Company (JUIDCO) Ltd., represented by the
Project Director, Jharkhand Urban Resilience and Livability Improvement Project, (Employer)
invites sealed Bids from eligible Bidders for the “Construction and 5 years of Operation and
Maintenance of Water Supply System in Hussainabad (Intake works, Rising main, 9.5 MLD
Water treatment plant, Clear water main, Overhead reservoirs, Distribution network and House
service connections)”. Time of Completion will be 730 days (inclusive of 90 days of trial and run
period) thereafter 1825 days of Operation and Maintenance concurrent with 365 days of Defect
Liability Period.
3. Only eligible Bidders with the following key qualifications should participate in this bidding:
a) Minimum average annual construction turnover of INR 375 million (Three Seventy-Five
hundred) million calculated as total certified payments received for contracts in progress or
completed, within the last five (5) years.
b) As a minimum, the Bidder’s net worth for the last year calculated as the difference between
total assets and total liabilities should be positive.
c) Participation as a contractor, Joint Venture partner, or Subcontractor, in at least one (1)
water supply distribution contract, having WTP as component, that has been successfully or
substantially completed within the last seven (7) years and that is similar to the proposed
works, where the value of the Bidder’s participation exceeds INR 225 million.

The detailed criteria are indicated in the ‘Section 3 – Evaluation and Qualification Criteria’ of the
Bidding document.

4. Open Competitive bidding - National will be conducted in accordance with ADB’s “Single-Stage
- Two-Envelope” Bidding Procedure and is open to all Bidders from eligible countries as describe
in the Bidding Documents.
5. To obtain further information and inspect the Bidding Documents, Bidders should contact:
The Project Director (Technical),
Jharkhand Urban Infrastructure Development Company Limited
3rdFloor, Pragati Sadan, Kutchery Chowk
Ranchi, Jharkhand-834001, Country: INDIA
Facsimile number 0651 2243203,
E-mail: pdt.juidco@gmail.com
Website: www.jharkhandtenders.gov.in
6. To purchase the Bidding Documents in English, eligible bidders should:

• The bidders are advised to download the entire bidding document (free of charges) using
their User ID and Password from the official website www.jharkhandtenders.gov.in. The
aspiring bidders without having User ID and Password may obtain the same from the
website: www.jharkhandtenders.gov.in. Such bidders are required to have Digital
Signature Certificate (DSC) from any of the Certifying Authorities authorized by
Government of India for issuing DSC. The bidders may contact Mr. Kumar Himmat
(Mobile Number: +918788097721) for any support in generating user ID and password
on above website.
• All Bidders are required to pay a non-refundable fee of INR 25,000 (inclusive of tax)
towards the cost of bidding document in the form of Bank Demand Draft favoring
“Managing Director, Jharkhand Urban Infrastructure Development Company Limited”,
payable at Ranchi.
• The bidders are required to submit (a) original Bank Demand Drafts towards the cost of
bid document, and (b) original Bid Security as per ITB 19 (Section 1, read with Section
2 of the bidding document), to The Project Director (Technical), Jharkhand Urban
Infrastructure Development Company Limited, 3rd Floor, Pragati Sadan, Kutchery
Chowk, Ranchi, Jharkhand-834 001 on or before the due date and time for bid
submission, failing which the bids will be declared as incomplete and liable for rejection.
7. Pre-bid meeting will be held at Office of the Project Director, JUIDCo Ltd (Address given above)
at 11:00 Hrs on 20.03.2020. Bidders interested in participating in the bids are advised to attend
the same. Bidders are encouraged to visit the site, at their own cost, before the pre-bid meeting
/ submission of bid.
8. Bids must be delivered online on www.jharkhandtenders.gov.in on or before 16.30 hours on
17/04/2020.
9. The bid security and other documents which are required to be submitted in hard copy, the
Bidders shall refer the Bidding Documents.
10. Technical bids will be opened on 17.04.2020, 17.00 hours in the presence of Bidders’
representatives who choose to attend, whereas the Financial Bids shall remain encrypted and
unopened in the system. The Financial Bids of only Technically Responsive and Qualified
Bidders shall be opened after Technical Bid Evaluation, whereas, the Financial Bids of those
Bidders whose Technical Bids are not responsive and qualified shall remain encrypted or be
flushed by the system after the contract is awarded.

Sd/-
Project Director (Technical)
Jharkhand Urban Infrastructure Development Company Ltd. (JUIDCO)
(Undertaking Govt. of Jharkhand)
3rdFloor, Pragati Sadan
Kutchery Chowk , Ranchi,
Jharkhand-834001, INDIA
Jharkhand Urban Resilience and Livability Improvement Project
(JURLIP)

Jharkhand Urban Infrastructure Development Company Limited

Procurement of Works
BIDDING DOCUMENT
for

JURLIP/02: Construction and 5 years of Operation


and Maintenance of Water Supply System in
Hussainabad (Intake works, Rising main, 9.5 MLD
Water treatment plant, Clear water main, Overhead
reservoirs, Distribution network and House service
connections)

Single-Stage: Two-Envelope Bidding Procedure

Issued on: 06.03.2020


Invitation for Bids No.: JURLIP/ 02
OCB No.: JURLIP /02
Employer: Urban Development and Housing Department,
Government of Jharkhand, represented by The Project
Director (Technical), Jharkhand Urban Infrastructure
Development Company Limited.
Country: India
Preface
This Bidding Document for the Procurement of Works has been prepared by Urban
Development and Housing Department, Government of Jharkhand and is based on the Standard
Bidding Document for the Procurement of Works (SBD Works) issued by the Asian Development
Bank dated June 2018.

ADB’s SBD Works has the structure and the provisions of the Master Procurement Document
entitled “Bidding Documents for the Procurement of Works”, prepared by multilateral development
banks and other public international financial institutions, except where ADB-specific considerations
have required a change.
Table of Contents - Summary Description

PART I BIDDING PROCEDURES


Section 1 - Instructions to Bidders (ITB) ------------------------------------------------ 1-1
This Section specifies the procedures Bidders should follow when preparing and submitting their
Bids. Information is also provided on the submission, opening, evaluation of bids, and on the award
of contract.

Section 2 - Bid Data Sheet (BDS) ---------------------------------------------------------- 2-1


This Section consists of provisions that are specific to each procurement and supplement the
information or requirements included in Section 1 - Instructions to Bidders.

Section 3 - Evaluation and Qualification Criteria (EQC) --------------------------- 3-1


This Section contains the criteria to determine the lowest evaluated bid and the qualifications of the
Bidder to perform the contract.

Section 4 - Bidding Forms (BDF) ---------------------------------------------------------- 4-1


This Section contains the forms which are to be completed by the Bidder and submitted as part of its
Bid.

Section 5 - Eligible Countries (ELC) ------------------------------------------------------ 5-1


This Section contains the list of eligible countries.

PART II REQUIREMENTS
Section 6 - Employer’s Requirements (ERQ) ------------------------------------------ 6-1
This Section contains the Specifications, Drawings, and Supplementary Information that describe
the Works to be procured, Personnel Requirements, and Equipment Requirements.

PART III CONDITIONS OF CONTRACT AND CONTRACT FORMS


Section 7 - General Conditions of Contract (GCC) ---------------------------------- 7-1
This Section contains the general clauses that govern the Contract. These General Conditions shall
be the Conditions of Contract for Construction, Multilateral Development Bank Harmonized Edition,
prepared by the Fédération Internationale des Ingénieurs-Conseil (FIDIC MDB Edition, June 2010).
These Conditions are subject to the variations and additions set out in Section 8 (Particular
Conditions of Contract).

Section 8 - Particular Conditions of Contract (PCC) -------------------------------- 8-1


This Section contains provisions that are specific to each contract and that modify or supplement the
GCC. Whenever there is a conflict, the provisions herein shall prevail over those in the GCC.

Section 9 - Contract Forms (COF) --------------------------------------------------------- 9-1


This Section contains forms, which, once completed, will form part of the Contract. The forms for
Performance Security and Advance Payment Security, when required, shall only be completed by
the successful Bidder after contract award.
Section 1 - Instructions to Bidders 1-1

Section 1: Instructions to Bidders


This Section specifies the procedures to be followed by Bidders in the preparation and submission of
their Bids. Information is also provided on the submission, opening, evaluation of bids, and award of
contract.

Table of Clauses

A. General .........................................................................................................................................1-3
1. Scope of Bid ............................................................................................................................1-3
2. Source of Funds ......................................................................................................................1-3
3. Fraud and Corruption ..............................................................................................................1-3
4. Eligible Bidders .......................................................................................................................1-6
5. Eligible Materials, Equipment, and Services ...........................................................................1-7

B. Contents of Bidding Document .................................................................................................1-8


6. Sections of Bidding Document ................................................................................................1-8
7. Clarification of Bidding Document, Site Visit, Pre-Bid Meeting...............................................1-8
8. Amendment of Bidding Document ..........................................................................................1-9

C. Preparation of Bids .....................................................................................................................1-9


9. Cost of Bidding ........................................................................................................................1-9
10. Language of Bid ......................................................................................................................1-9
11. Documents Comprising the Bid ............................................................................................1-10
12. Letters of Bid and Schedules ................................................................................................1-10
13. Alternative Bids .....................................................................................................................1-10
14. Bid Prices and Discounts ......................................................................................................1-11
15. Currencies of Bid and Payment ............................................................................................1-12
16. Documents Comprising the Technical Proposal ...................................................................1-13
17. Documents Establishing the Qualifications of the Bidder .....................................................1-13
18. Period of Validity of Bids .......................................................................................................1-13
19. Bid Security/Bid-Securing Declaration ..................................................................................1-13
20. Format and Signing of Bid ....................................................................................................1-15

D. Submission and Opening of Bids ............................................................................................1-15


21. Sealing and Marking of Bids .................................................................................................1-15
22. Deadline for Submission of Bids ...........................................................................................1-16
23. Late Bids ...............................................................................................................................1-16
24. Withdrawal, Substitution, and Modification of Bids ...............................................................1-16
25. Bid Opening ..........................................................................................................................1-17

Bidding Document Hussianabad WSS Procurement of Works Single-Stage: Two-Envelope


1-2 Section 1 - Instructions to Bidders

E. Evaluation and Comparison of Bids ....................................................................................... 1-19


26. Confidentiality ....................................................................................................................... 1-19
27. Clarification of Bids ............................................................................................................... 1-19
28. Deviations, Reservations, and Omissions ............................................................................ 1-19
29. Examination of Technical Bids ............................................................................................. 1-19
30. Responsiveness of Technical Bids....................................................................................... 1-20
31. Nonmaterial Nonconformities ............................................................................................... 1-20
32. Qualification of the Bidder .................................................................................................... 1-21
33. Subcontractors ..................................................................................................................... 1-21
34. Correction of Arithmetical Errors .......................................................................................... 1-21
35. Conversion to Single Currency............................................................................................. 1-22
36. Domestic Preference ............................................................................................................ 1-22
37. Evaluation and Comparison of Price Bids .......................................................................... 1-22
38. Abnormally Low Bids ............................................................................................................ 1-22
39. Unbalanced or Front-Loaded Bids ....................................................................................... 1-23
40. Employer’s Right to Accept Any Bid, and to Reject Any or All Bids ..................................... 1-24
41. Notice of Intention for Award of Contract ............................................................................. 1-24

F. Award of Contract ..................................................................................................................... 1-24


42. Award Criteria ....................................................................................................................... 1-24
43. Notification of Award ............................................................................................................ 1-24
44. Signing of Contract ............................................................................................................... 1-25
45. Performance Security ........................................................................................................... 1-25
46. Bidding-Related Complaints ................................................................................................. 1-25

Single-Stage: Two-Envelope Procurement of Works Bidding Document for Hussianabad WSS


Section 1 - Instructions to Bidders 1-3

A. General
1. Scope of Bid 1.1 In connection with the Invitation for Bids (IFB) indicated in the Bid Data
Sheet (BDS), the Employer, as indicated in the BDS, issues this
Bidding Document for the procurement of Works as specified in
Section 6 (Employer’s Requirements). The name, identification, and
number of contracts of the open competitive bidding (OCB) are
provided in the BDS.

1.2 Throughout this Bidding Document,


(a) the term “in writing” means communicated in written form and
delivered against receipt;
(b) except where the context requires otherwise, words indicating the
singular also include the plural and words indicating the plural also
include the singular; and
(c) “day” means calendar day.

2. Source of Funds 2.1 The Borrower or Recipient (hereinafter called “Borrower”) indicated in
the BDS has applied for or received financing (hereinafter called
“funds”) from the Asian Development Bank (hereinafter called “ADB”)
toward the cost of the project named in the BDS. The Borrower intends
to apply a portion of the funds to eligible payments under the
contract(s) for which this Bidding Document is issued.

2.2 Payments by the ADB will be made only at the request of the Borrower
and upon approval by ADB in accordance with the terms and
conditions of the Financing Agreement between the Borrower and ADB
(hereinafter called “Financing Agreement”), and will be subject in all
respects to the terms and conditions of that Financing Agreement. No
party other than the Borrower shall derive any rights from the
Financing Agreement or have any claim to the funds.

3. Fraud and 3.1 ADB’s Anticorruption Policy (1998, as amended to date) requires
Corruption Borrowers (including beneficiaries of ADB-financed activity), as well as
Bidders, Suppliers, and Contractors under ADB-financed contracts,
observe the highest standard of ethics during the procurement and
execution of such contracts. In pursuance of this policy, ADB

(a) defines, for the purposes of this provision, the terms set forth
below as follows:
(i) “corrupt practice” means the offering, giving, receiving, or
soliciting, directly or indirectly, anything of value to influence
improperly the actions of another party;
(ii) “fraudulent practice” means any act or omission, including a
misrepresentation, that knowingly or recklessly misleads, or
attempts to mislead, a party to obtain a financial or other
benefit or to avoid an obligation;
(iii) “coercive practice” means impairing or harming, or
threatening to impair or harm, directly or indirectly, any
party or the property of the party to influence improperly the
actions of a party;

Bidding Document Hussianabad WSS Procurement of Works Single-Stage: Two-Envelope


1-4 Section 1 - Instructions to Bidders

(iv) “collusive practice” means an arrangement between two or


more parties designed to achieve an improper purpose,
including influencing improperly the actions of another
party;
(v) “abuse” means theft, waste or improper use of assets related
to ADB-related activity, either committed intentionally or
through reckless disregard;
(vi) “conflict of interest” means any situation in which a party has
interests that could improperly influence that party’s
performance of official duties or responsibilities, contractual
obligations, or compliance with applicable laws and
regulations;
(vii) “obstructive practice” means (a) deliberately destroying,
falsifying, altering or concealing of evidence material to an
ADB investigation, or deliberately making false statements
to investigators, with the intent to impede an ADB
investigation; (b) threatening, harassing or intimidating any
party to prevent it from disclosing its knowledge of matters
relevant to a Bank investigation or from pursuing the
investigation; or (c) deliberate acts intended to impede the
exercise of ADB’s contractual rights of audit or inspection or
access to information; and
(viii) “integrity violation" is any act, as defined under ADB’s
Integrity Principles and Guidelines (2015, as amended from
time to time), which violates ADB’s Anticorruption Policy,
including (i) to (vii) above and the following: violations of
ADB sanctions, retaliation against whistleblowers or
witnesses, and other violations of ADB's Anticorruption
Policy, including failure to adhere to the highest ethical
standard.
(b) will reject a proposal for award if it determines that the Bidder
recommended for award has, directly or through an agent,
engaged in corrupt, fraudulent, collusive, coercive, or obstructive
practices or other integrity violations in competing for the Contract;
(c) will cancel the portion of the financing allocated to a contract if it
determines at any time that representatives of the Borrower or of a
beneficiary of ADB-financing engaged in corrupt, fraudulent,
collusive, coercive, or obstructive practices or other integrity
violations during the procurement or the execution of that contract,
without the Borrower having taken timely and appropriate action
satisfactory to ADB to remedy the situation;
(d) will impose remedial actions on a firm or an individual, at any time,
in accordance with ADB’s Anticorruption Policy and Integrity
Principles and Guidelines, including declaring ineligible, either
indefinitely or for a stated period of time, to participate 1 in ADB-
financed, -administered, or -supported activities or to benefit from
an ADB-financed, -administered, or -supported contract, financially
or otherwise, if it at any time determines that the firm or individual
has, directly or through an agent, engaged in corrupt, fraudulent,
collusive, coercive, or obstructive practices or other integrity

1
Whether as a Contractor, Subcontractor, Consultant, Manufacturer or Supplier, or Service Provider; or in any other capacity
(different names are used depending on the particular Bidding Document).

Single-Stage: Two-Envelope Procurement of Works Bidding Document for Hussianabad WSS


Section 1 - Instructions to Bidders 1-5

violations; and

(e) will have the right to require that a provision be included in bidding
documents and in contracts financed by ADB, requiring Bidders,
suppliers and contractors to permit ADB or its representative to
inspect their accounts and records and other documents relating to
the bid submission and contract performance and to have them
audited by auditors appointed by ADB.

3.2 All Bidders, consultants, contractors, suppliers, and other third parties
engaged or involved in ADB-related activities have a duty to cooperate
fully in any screening or investigation when requested by ADB to do
so. Such cooperation includes, but is not limited to, the following:

(a) being available to be interviewed and replying fully and truthfully to


all questions asked;

(b) providing ADB with any items requested that are within the party’s
control including, but not limited to, documents and other physical
objects;

(c) upon written request by ADB, authorizing other related entities to


release directly to ADB such information that is specifically and
materially related, directly or indirectly, to the said entities or issues
which are the subject of the investigation;

(d) cooperating with all reasonable requests to search or physically


inspect their person and/or work areas, including files, electronic
databases, and personal property used on ADB activities, or that
utilizes ADB’s ICT resources or systems (including mobile phones,
personal electronic devices, and electronic storage devices such
as external disk drives);

(e) cooperating in any testing requested by ADB, including but not


limited to, fingerprint identification, handwriting analysis, and
physical examination and analysis; and

(f) preserving and protecting confidentiality of all information


discussed with, and as required by, ADB.

3.3 All Bidders, consultants, contractors and suppliers shall ensure that, in
its contract with its sub-consultants, sub-contractors and other third
parties engaged or involved in ADB-related activities, such sub-
consultants, sub-contractors and other third parties similarly undertake
the foregoing duty to cooperate fully in any screening or investigation
when requested by ADB to do so.

3.4 The Employer hereby puts the Bidder on notice that the Bidder or any
Joint Venture partner of the Bidder (if any) may not be able to receive
any payments under the Contract if the Bidder or any of its Joint
Venture partners, as appropriate, is, or is owned (in whole or in part)
by a person or entity subject to applicable sanctions.

Bidding Document Hussianabad WSS Procurement of Works Single-Stage: Two-Envelope


1-6 Section 1 - Instructions to Bidders

3.5 Furthermore, Bidders shall be aware of the provision stated in


Subclause 1.15 and 15.6 of the Conditions of Contract.

4. Eligible Bidders 4.1 A Bidder may be a natural person, private entity, or government-owned
enterprise subject to ITB 4.5—or any combination of them with a
formal intent to enter into an agreement or under an existing
agreement in the form of a Joint Venture. In the case of a Joint
Venture,

(a) all partners shall be jointly and severally liable; and


(b) the Joint Venture shall nominate a Representative who shall have
the authority to conduct all business for and on behalf of any and
all the parties of the Joint Venture during the bidding process and,
in the event the Joint Venture is awarded the Contract, during
contract execution.

4.2 A Bidder, and all parties constituting the Bidder, shall have the
nationality of an eligible country, in accordance with Section 5 (Eligible
Countries). A Bidder shall be deemed to have the nationality of a
country if the Bidder is a citizen or is constituted, incorporated, or
registered, and operates in conformity with the provisions of the laws of
that country. This criterion shall also apply to the determination of the
nationality of proposed Subcontractors or Suppliers for any part of the
Contract including related services.

4.3 A Bidder shall not have a conflict of interest. All Bidders found to have
a conflict of interest shall be disqualified. A Bidder may be considered
to be in a conflict of interest with one or more parties in the bidding
process if any of, including but not limited to, the following apply:
(a) they have controlling shareholders in common; or

(b) they receive or have received any direct or indirect subsidy from
any of them; or

(c) they have the same legal representative for purposes of this bid; or

(d) they have a relationship with each other, directly or through


common third parties, that puts them in a position to have access
to material information about or improperly influence the bid of
another Bidder, or influence the decisions of the Employer
regarding this bidding process; or

(e) a Bidder participates in more than one bid in this bidding process,
either individually or as a partner in a Joint Venture, except for
alternative offers permitted under ITB 13 of the Bidding Document.
This will result in the disqualification of all Bids in which it is
involved. However, subject to any finding of a conflict of interest in
terms of ITB 4.3(a)-(d) above, this does not limit the participation
of a Bidder as a Subcontractor in another Bid or of a firm as a
Subcontractor in more than one Bid; or

(f) a Bidder, Joint Venture partner, associates, parent company, or


any affiliated entity, participated as a Consultant in the preparation
of the design or technical specifications of the works that are the
subject of the Bid; or

Single-Stage: Two-Envelope Procurement of Works Bidding Document for Hussianabad WSS


Section 1 - Instructions to Bidders 1-7

(g) a Bidder was affiliated with a firm or entity that has been hired (or
is proposed to be hired) by the Employer or Borrower as Engineer
for the contract; or

(h) a Bidder would be providing goods, works, or nonconsulting


services resulting from or directly related to consulting services for
the preparation or implementation of the project specified in the
BDS ITB 2.1 that it provided or were provided by any affiliate that
directly or indirectly controls, is controlled by, or is under common
control with that firm.

4.4 A firm shall not be eligible to participate in any procurement activities


under an ADB-financed, -administered, or -supported project while
under temporary suspension or debarment by ADB pursuant to its
Anticorruption Policy (see ITB 3), whether such debarment was directly
imposed by ADB, or enforced by ADB pursuant to the Agreement for
Mutual Enforcement of Debarment Decisions. A bid from a temporary
suspended or debarred firm will be rejected.

4.5 Government-owned enterprises in the Employer’s country shall be


eligible only if they can establish that they (i) are legally and financially
autonomous, (ii) operate under commercial law, and (iii) are not a
dependent agency of the Employer.

4.6 A Bidder shall not be under suspension from bidding by the Employer
as the result of the execution of a Bid–Securing Declaration.

4.7 Bidders shall provide such evidence of their continued eligibility


satisfactory to the Employer, as the Employer shall reasonably
request.

4.8 Firms shall be excluded if by an act of compliance with a decision of


the United Nations Security Council taken under Chapter VII of the
Charter of the United Nations, the Borrower’s country prohibits any
import of goods or contracting of works or services from that country or
any payments to persons or entities in that country.

4.9 In case a prequalification process has been conducted prior to the


bidding process, this bidding is open only to prequalified Bidders.

5. Eligible Materials, 5.1 The materials, equipment, and services to be supplied under the
Equipment and Contract shall have their origin in eligible source countries as defined
Services in ITB 4.2, and all expenditures under the Contract will be limited to
such materials, equipment, and services. At the Employer’s request,
Bidders may be required to provide evidence of the origin of materials,
equipment, and services.

5.2 For purposes of ITB 5.1 above, “origin” means the place where the
materials and equipment are mined, grown, produced, or
manufactured, and from which the services are provided. Materials and
equipment are produced when, through manufacturing, processing, or
substantial or major assembling of components, a commercially
recognized product results that differs substantially in its basic
characteristics or in purpose or utility from its components.

Bidding Document Hussianabad WSS Procurement of Works Single-Stage: Two-Envelope


1-8 Section 1 - Instructions to Bidders

B. Contents of Bidding Document


6. Sections of 6.1 The Bidding Document consist of Parts I, II, and III, which include all
Bidding Document the sections indicated below, and should be read in conjunction with
any addenda issued in accordance with ITB 8.

PART I Bidding Procedures


Section 1 - Instructions to Bidders (ITB)
Section 2 - Bid Data Sheet (BDS)
Section 3 - Evaluation and Qualification Criteria (EQC)
Section 4 - Bidding Forms (BDF)
Section 5 - Eligible Countries (ELC)
PART II Requirements
Section 6 - Employer’s Requirements (ERQ)
PART III Conditions of Contract and Contract Forms
Section 7 - General Conditions of Contract (GCC)
Section 8 - Particular Conditions of Contract (PCC)
Section 9 - Contract Forms (COF)

6.2 The IFB issued by the Employer is not part of the Bidding Document.

6.3 The Employer is not responsible for the completeness of the Bidding
Document and their addenda, if they were not obtained directly from
the source stated by the Employer in the IFB.

6.4 The Bidder is expected to examine all instructions, forms, terms, and
specifications in the Bidding Document. Failure to furnish all
information or documentation required by the Bidding Document may
result in the rejection of the bid.

7. Clarification of 7.1 A prospective Bidder requiring any clarification on the Bidding


Bidding Document shall contact the Employer in writing at the Employer’s
Document, Site address indicated in the BDS or raise his inquiries during the pre-bid
Visit, Pre-Bid meeting if provided for in accordance with ITB 7.4. The Employer will
Meeting respond in writing to any request for clarification, provided that such
request is received no later than 21 days prior to the deadline for
submission of bids. The Employer shall forward copies of its response
to all Bidders who have acquired the Bidding Document in accordance
with ITB 6.3, including a description of the inquiry but without
identifying its source. Should the Employer deem it necessary to
amend the Bidding Document as a result of a request for clarification, it
shall do so following the procedure under ITB 8 and ITB 22.2.

7.2 The Bidder is advised to visit and examine the Site of Works and its
surroundings and obtain for itself on its own responsibility all
information that may be necessary for preparing the Bid and entering
into a contract for construction of the Works. The costs of visiting the
Site shall be at the Bidder’s own expense.

7.3 The Bidder and any of its personnel or agents will be granted
permission by the Employer to enter its premises and lands for the
purpose of such visit, but only upon the express condition that the
Bidder, its personnel, and agents will release and indemnify the

Single-Stage: Two-Envelope Procurement of Works Bidding Document for Hussianabad WSS


Section 1 - Instructions to Bidders 1-9

Employer and its personnel and agents from and against all liability in
respect thereof, and will be responsible for death or personal injury,
loss of or damage to property, and any other loss, damage, costs, and
expenses incurred as a result of the inspection.

7.4 The Bidder’s designated representative is invited to attend a pre-bid


meeting, if provided for in the BDS. The purpose of the meeting will be
to clarify issues and to answer questions on any matter that may be
raised at that stage.

7.5 The Bidder is requested to submit any questions in writing, to reach the
Employer not later than 1 week before the meeting.

7.6 Minutes of the pre-bid meeting, including the text of the questions
raised, without identifying the source, and the responses given,
together with any responses prepared after the meeting, will be
transmitted promptly to all Bidders who have acquired the Bidding
Document in accordance with ITB 6.3. Any modification to the Bidding
Document that may become necessary as a result of the pre-bid
meeting shall be made by the Employer exclusively through the issue
of an addendum pursuant to ITB 8 and not through the minutes of the
pre-bid meeting.

7.7 Nonattendance at the pre-bid meeting will not be a cause for


disqualification of a Bidder.

8. Amendment of 8.1 At any time prior to the deadline for submission of Bids, the Employer
Bidding Document may amend the Bidding Document by issuing addenda.

8.2 Any addendum issued shall be part of the Bidding Document and shall
be communicated in writing to all who have obtained the Bidding
Document from the Employer in accordance with ITB 6.3.

8.3 To give prospective Bidders reasonable time in which to take an


addendum into account in preparing their Bids, the Employer may, at
its discretion, extend the deadline for the submission of Bids, pursuant
to ITB 22.2

C. Preparation of Bids
9. Cost of Bidding 9.1 The Bidder shall bear all costs associated with the preparation and
submission of its Bid, and the Employer shall in no case be responsible
or liable for those costs, regardless of the conduct or outcome of the
bidding process.

10. Language of Bid 10.1 The Bid, as well as all correspondence and documents relating to the
bid exchanged by the Bidder and the Employer, shall be written in the
language specified in the BDS. Supporting documents and printed
literature that are part of the Bid may be in another language provided
they are accompanied by an accurate translation of the relevant
passages in the language specified in the BDS, in which case, for
purposes of interpretation of the Bid, such translation shall govern.

Bidding Document Hussianabad WSS Procurement of Works Single-Stage: Two-Envelope


1-10 Section 1 - Instructions to Bidders

11. Documents 11.1 The Bid shall comprise two envelopes submitted simultaneously, one
Comprising the called the Technical Bid containing the documents listed in ITB 11.2
Bid and the other the Price Bid containing the documents listed in ITB
11.3, both envelopes enclosed together in an outer single envelope.

11.2 The Technical Bid shall comprise the following:

(a) Letter of Technical Bid;


(b) Bid Security or Bid-Securing Declaration, in accordance with ITB
19;
(c) alternative Bids, if permissible, in accordance with ITB 13;
(d) written confirmation authorizing the signatory of the Bid to commit
the Bidder, in accordance with ITB 20.2;
(e) documentary evidence in accordance with ITB 17, establishing the
Bidder’s qualifications to perform the contract;
(f) Technical Proposal in accordance with ITB 16;
(g) Any other document required in the BDS.

11.3 The Price Bid shall comprise the following:

(a) Letter of Price Bid;


(b) completed Price Schedules, in accordance with ITB 12 and ITB 14;
(c) alternative price Bids, at Bidder’s option and if permissible, in
accordance with ITB 13;
(d) Any other document required in the BDS.

11.4 In addition to the requirements under ITB 11.2, Bids submitted by a


Joint Venture shall include a copy of the Joint Venture Agreement
entered into by all partners. Alternatively, a Letter of Intent to execute
a Joint Venture Agreement in the event of a successful Bid shall be
signed by all partners and submitted with the Bid, together with a copy
of the proposed agreement.

12. Letters of Bid and 12.1 The Letters of Technical Bid and Price Bid, and the Schedules,
Schedules including the Bill of Quantities, shall be prepared using the relevant
forms furnished in Section 4 (Bidding Forms). The forms must be
completed without any alterations to the text, and no substitutes shall
be accepted. All blank spaces shall be filled in with the information
requested and as required in the BDS.

13. Alternative Bids 13.1 Unless otherwise indicated in the BDS, alternative Bids shall not be
considered.

13.2 When alternative times for completion are explicitly invited, a statement
to that effect will be included in the BDS, as will the method of
evaluating different times for completion.

13.3 Except as provided under ITB 13.4 below, Bidders wishing to offer
technical alternatives to the requirements of the Bidding Document
must first price the Employer’s design as described in the Bidding
Document and shall further provide all information necessary for a

Single-Stage: Two-Envelope Procurement of Works Bidding Document for Hussianabad WSS


Section 1 - Instructions to Bidders 1-11

complete evaluation of the alternative by the Employer, including


drawings, design calculations, technical specifications, breakdown of
prices, and proposed construction methodology and other relevant
details. Only the technical alternatives, if any, of the lowest evaluated
Bidder conforming to the basic technical requirements shall be
considered by the Employer.

13.4 When specified in the BDS, Bidders are permitted to submit alternative
technical solutions for specified parts of the Works. Such parts will be
identified in the BDS and described in Section 6 (Employer’s
Requirements). The method for their evaluation will be stipulated in
Section 3 (Evaluation and Qualification Criteria).

14. Bid Prices and 14.1 The prices and discounts quoted by the Bidder in the Letter of Price
Discounts Bid and in the Bill of Quantities shall conform to the requirements
specified below.

14.2 The Bidder shall fill in rates and prices for all items of the Works
described in the Bill of Quantities. Items against which no rate or price
is entered by the Bidder will not be paid for by the Employer when
executed and shall be deemed covered by the rates for other items
and prices in the Bill of Quantities.

14.3 The price to be quoted in the Letter of Price Bid, in accordance with
ITB 12.1, shall be the total price of the Bid, excluding any discounts
offered. Absence of the total bid price in the Letter of Price Bid may
result in the rejection of the Bid.

14.4 The Bidder shall quote any discounts and the methodology for their
application in the Letter of Price Bid, in accordance with ITB 12.1.

14.5 The prices shall be either fixed or adjustable as specified in the BDS.

(a) In the case of Fixed Price, prices quoted by the Bidder shall be
fixed during the Bidder’s performance of the contract and not
subject to variation on any account. A Bid submitted with an
adjustable price will be treated as nonresponsive and rejected.

(b) In the case of Adjustable Price, prices quoted by the Bidder shall
be subject to adjustment during performance of the contract to
reflect changes in the cost elements such as labor, material,
transport, and contractor’s equipment in accordance with the
provisions of the Conditions of Contract. A Bid submitted with a
fixed price will be treated as nonresponsive and be rejected. The
Bidder shall furnish the indexes and weightings for the price
adjustment formulas in the Tables of Adjustment Data included in
Section 4 (Bidding Forms) and the Employer may require the
Bidder to justify its proposed indexes and weightings. Any bid that
omits indexes and weightings shall be subject to clarification with
the Bidder.

14.6 If so indicated in ITB 1.1, bids are being invited for individual contracts
or for any combination of contracts (packages). Bidders wishing to
offer any price reduction for the award of more than one Contract shall
specify in their bid the price reductions applicable to each package, or

Bidding Document Hussianabad WSS Procurement of Works Single-Stage: Two-Envelope


1-12 Section 1 - Instructions to Bidders

alternatively, to individual Contracts within the package. Price


reductions or discounts shall be submitted in accordance with ITB
14.4, provided the Bids for all contracts are submitted and opened at
the same time.

14.7 All duties, taxes, and other levies payable by the Contractor under the
Contract, or for any other cause, as of the date 28 days prior to the
deadline for submission of bids, shall be included in the rates and
prices and the total Bid Price submitted by the Bidder.

15. Currencies of Bid 15.1 The unit rates and the prices shall be quoted by the Bidder entirely in
and Payment the currency specified in the BDS.

15.2 Bidders shall indicate the portion of the bid price that corresponds to
expenditures incurred in the currency of the Employer’s country in the
Schedule of Payment Currencies included in Section 4 (Bidding
Forms).

15.3 Bidders expecting to incur expenditures in other currencies for inputs


to the Works supplied from outside the Employer’s country and wishing
to be paid accordingly may indicate the other currencies in the
Schedule of Payment Currencies included in Section 4 (Bidding
Forms).

15.4 The rates of exchange to be used by the Bidder for currency


conversion during bid preparation shall be the selling rates for similar
transactions prevailing on the date 28 days prior to the deadline for
submission of bids published by the source specified in the BDS. If
exchange rates are not so published for certain currencies, the Bidder
shall state the rates used and the source. Bidders should note that for
the purpose of payments, the exchange rates confirmed by the source
specified in the BDS as the selling rates prevailing 28 days prior to the
deadline for submission of Bids shall apply for the duration of the
Contract so that no currency exchange risk is borne by the Bidder.

15.5 Foreign currency requirements indicated by the Bidders in the


Schedule of Payment Currencies shall include but not limited to the
specific requirements for

(a) expatriate staff and labor employed directly on the Works;


(b) social, insurance, medical and other charges relating to such
expatriate staff and labor, and foreign travel expenses;
(c) imported materials, both temporary and permanent, including fuels,
oil and lubricants required for the Works;
(d) depreciation and usage of imported Plant and Contractor's
Equipment, including spare parts, required for the Works;
(e) foreign insurance and freight charges for imported materials, Plant
and Contractor's Equipment, including spare parts; and
(f) overhead expenses, fees, profit, and financial charges arising
outside the Employer's country in connection with the Works.

Single-Stage: Two-Envelope Procurement of Works Bidding Document for Hussianabad WSS


Section 1 - Instructions to Bidders 1-13

15.6 Bidders may be required by the Employer to clarify their foreign


currency requirements, and to substantiate that the amounts included
in the unit rates and prices and shown in the Schedule of Payment
Currencies are reasonable and responsive to ITB 15.3 above, in which
case a detailed breakdown of its foreign currency requirements shall
be provided by the Bidder.

15.7 Bidders should note that during the progress of the Works, the foreign
currency requirements of the outstanding balance of the Contract Price
may be adjusted by agreement between the Employer and the
Contractor in order to reflect any changes in foreign currency
requirements for the Contract, in accordance with Subclause 14.15 of
the Conditions of Contract. Any such adjustment shall be effected by
comparing the percentages quoted in the bid with the amounts already
used in the Works and the Contractor's future needs for imported
items.

16. Documents 16.1 The Bidder shall furnish a Technical Proposal including a statement of
Comprising the work methods, equipment, personnel, schedule, and any other
Technical information as stipulated in Section 4 (Bidding Forms), in sufficient
Proposal detail to demonstrate the adequacy of the Bidders’ proposal to meet
the work requirements and the completion time.

17. Documents 17.1 To establish its qualifications to perform the Contract in accordance
Establishing the with Section 3 (Evaluation and Qualification Criteria) the Bidder shall
Qualifications of provide the information requested in the corresponding information
the Bidder sheets included in Section 4 (Bidding Forms).

17.2 Domestic Bidders, individually or in Joint Ventures, applying for


eligibility for domestic preference shall supply all information required
to satisfy the criteria for eligibility as described in ITB 36.

18. Period of Validity 18.1 Bids shall remain valid for the period specified in the BDS after the bid
of Bids submission deadline date prescribed by the Employer. A bid valid for a
shorter period shall be rejected by the Employer as nonresponsive.

18.2 In exceptional circumstances, prior to the expiration of the bid validity


period, the Employer may request Bidders to extend the period of
validity of their Bids. The request and the responses shall be made in
writing. If a bid security is requested in accordance with ITB 19, it shall
also be extended 28 days beyond the deadline of the extended validity
period. A Bidder may refuse the request without forfeiting its bid
security. A Bidder granting the request shall not be required or
permitted to modify its Bid.

19. Bid Security/Bid- 19.1 Unless otherwise specified in the BDS, the Bidder shall furnish as part
Securing of its Bid, in original form, either a Bid-Securing Declaration or a bid
Declaration security as specified in the BDS. In the case of a bid security, the
amount and currency shall be as specified in the BDS.

19.2 If a Bid-Securing Declaration is required pursuant to ITB 19.1, it shall


use the form included in Section 4 (Bidding Forms). The Employer will
declare a Bidder ineligible to be awarded a Contract for a specified
period of time, as indicated in the BDS, if the Bid-Securing Declaration

Bidding Document Hussianabad WSS Procurement of Works Single-Stage: Two-Envelope


1-14 Section 1 - Instructions to Bidders

is executed.

19.3 If a bid security is specified pursuant to ITB 19.1, the bid security shall
be, at the Bidder’s option, in any of the following forms:

(a) an unconditional bank guarantee,


(b) an irrevocable letter of credit,
(c) a cashier’s or certified check, or
(d) SWIFT message in the form of MT760.
all from a reputable source from an eligible country as described in
Section 5 (Eligible Countries). In the case of a bank guarantee, the bid
security shall be submitted either using the Bid Security Form included
in Section 4 (Bidding Forms) or another form acceptable to the
Employer. The form must include the complete name of the Bidder.
The bid security shall be valid for 28 days beyond the original validity
period of the bid, or beyond any period of extension if requested under
ITB 18.2.

19.4 Unless otherwise specified in the BDS, any Bid not accompanied by a
substantially compliant bid security or Bid-Securing Declaration, if one
is required in accordance with ITB 19.1, shall be rejected by the
Employer as nonresponsive.

19.5 If a bid security is specified pursuant to ITB 19.1, the bid security of
unsuccessful Bidders shall be returned promptly upon the successful
Bidder’s furnishing of the performance security pursuant to ITB 45.

19.6 If a bid security is specified pursuant to ITB 19.1, the bid security of the
successful Bidder shall be returned promptly once the successful
Bidder has signed the Contract and furnished the required
performance security.

19.7 The bid security may be forfeited or the Bid Securing Declaration
executed, if

(a) notwithstanding ITB 24.3, a Bidder withdraws its bid during the
period of bid validity specified by the Bidder on the Letters of
Technical Bid and Price Bid, except as provided in ITB 18.2; or
(b) the successful Bidder fails to
(i) sign the Contract in accordance with ITB 44;
(ii) furnish a performance security in accordance with ITB 45;
(iii) accept the arithmetical correction of its Bid in accordance with
ITB 34; or
(iv) furnish a domestic preference security, if so required.

19.8 If the bid security is required as per ITB 19.1, the bid security of a Joint
Venture shall be in the name of the Joint Venture that submits the Bid.
If the Joint Venture has not been legally constituted at the time of
bidding, the bid security shall be in the name of any or all of the Joint
Venture partners. If the Bid-Securing Declaration is required as per ITB
19.1, the Bid-Securing Declaration of a Joint Venture shall be in the

Single-Stage: Two-Envelope Procurement of Works Bidding Document for Hussianabad WSS


Section 1 - Instructions to Bidders 1-15

name of the Joint Venture that submits the Bid. If the Joint Venture has
not been legally constituted at the time of bidding, the Bid-Securing
Declaration shall be in the names of all future partners as named in the
letter of intent mentioned in ITB 4.1.

20. Format and 20.1 The Bidder shall prepare one original set of the Technical Bid and one
Signing of Bid original set of the Price Bid comprising the Bid as described in ITB 11
and clearly mark it “ORIGINAL - TECHNICAL BID” and “ORIGINAL -
PRICE BID.” Alternative Bids, if permitted in accordance with ITB 13,
shall be clearly marked “ALTERNATIVE.” In addition, the Bidder shall
submit copies of the Technical and Price Bids, in the number specified
in the BDS, and clearly mark each of them “COPY.” In the event of any
discrepancy between the original and the copies, the original shall
prevail.

20.2 The original and all copies of the Bid shall be typed or written in
indelible ink and shall be signed by a person duly authorized to sign on
behalf of the Bidder. This authorization shall consist of a written
confirmation as specified in the BDS and shall be attached to the bid.
The name and position held by each person signing the authorization
must be typed or printed below the signature. If a Bidder submits a
deficient authorization, the Bid shall not be rejected in the first
instance. The Employer shall request the Bidder to submit an
acceptable authorization within the number of days as specified in the
BDS. Failure to provide an acceptable authorization within the period
as stated in the Employer’s request shall cause the rejection of the Bid.
If either the Letter of Technical Bid or Letter of Price Bid or Bid-
Securing Declaration (if applicable) is not signed, the Bid shall be
rejected.

20.3 Any amendments such as interlineations, erasures, or overwriting shall


be valid only if they are signed or initialed by the person signing the
Bid.

D. Submission and Opening of Bids


21. Sealing and 21.1 Bidders may always submit their Bids by mail or by hand. When so
Marking of Bids specified in the BDS, Bidders shall have the option of submitting their
Bids electronically. Procedures for submission, sealing, and marking
are as follows:

(a) Bidders submitting Bids by mail or by hand shall enclose the


original of the Technical Bid, the original of the Price Bid, and each
copy of the Technical Bid and each copy of the Price Bid, in
separate sealed envelopes, duly marking the envelopes as
“ORIGINAL - TECHNICAL BID,” “ORIGINAL - PRICE BID,” and
“COPY NO… - TECHNICAL BID” and “COPY NO…. - PRICE
BID.” These envelopes, the first containing the originals and the
others containing copies, shall then be enclosed in one single
envelope per set. If permitted in accordance with ITB 13,
alternative Bids shall be similarly sealed, marked and included in
the sets. The rest of the procedure shall be in accordance with ITB
21.2 and ITB 21.5.
(b) Bidders submitting Bids electronically shall follow the electronic bid

Bidding Document Hussianabad WSS Procurement of Works Single-Stage: Two-Envelope


1-16 Section 1 - Instructions to Bidders

submission procedures specified in the BDS.


21.2 The inner and outer envelopes shall

(a) bear the name and address of the Bidder;


(b) be addressed to the Employer in accordance with BDS 22.1; and
(c) bear the specific identification of this bidding process indicated in
the BDS 1.1.

21.3 The outer envelopes and the inner envelopes containing the Technical
Bid shall bear a warning not to open before the time and date for the
opening of Technical Bid, in accordance with ITB 25.1.
21.4 The inner envelopes containing the Price Bid shall bear a warning not
to open until advised by the Employer in accordance with ITB 25.7.

21.5 If all envelopes are not sealed and marked as required, the Employer
will assume no responsibility for the misplacement or premature
opening of the Bid.

22. Deadline for 22.1 Bids must be received by the Employer at the address and no later
Submission of than the date and time indicated in the BDS.
Bids

22.2 The Employer may, at its discretion, extend the deadline for the
submission of Bids by amending the Bidding Document in accordance
with ITB 8, in which case all rights and obligations of the Employer and
Bidders previously subject to the deadline shall thereafter be subject to
the deadline as extended.

23. Late Bids 23.1 The Employer shall not consider any Bid that arrives after the deadline
for submission of bids, in accordance with ITB 22. Any bid received by
the Employer after the deadline for submission of Bids shall be
declared late, rejected, and returned unopened to the Bidder.

24. Withdrawal, 24.1 A Bidder may withdraw, substitute, or modify its Bid – Technical or
Substitution, and Price – after it has been submitted by sending a written notice, duly
Modification of signed by an authorized representative, and shall include a copy of the
Bids authorization in accordance with ITB 20.2, (except for withdrawal
notices, which do not require copies). The corresponding substitution
or modification of the Bid must accompany the respective written
notice. All notices must be

(a) prepared and submitted in accordance with ITB 20 and ITB 21


(except for withdrawal notices, which do not require copies), and in
addition, the respective envelopes shall be clearly marked
“WITHDRAWAL,” “SUBSTITUTION,” “MODIFICATION”; and
(b) received by the Employer no later than the deadline prescribed for
submission of Bids, in accordance with ITB 22.

24.2 Bids requested to be withdrawn in accordance with ITB 24.1 shall be


returned unopened to the Bidders.

Single-Stage: Two-Envelope Procurement of Works Bidding Document for Hussianabad WSS


Section 1 - Instructions to Bidders 1-17

24.3 No Bid may be withdrawn, substituted, or modified in the interval


between the deadline for submission of Bids and the expiration of the
period of bid validity specified by the Bidder on the Letters of Technical
Bid and Price Bid or any extension thereof.

25. Bid Opening 25.1 The Employer shall open the Technical Bids in public at the address,
on the date and time specified in the BDS in the presence of Bidders`
designated representatives and anyone who chooses to attend. Any
specific electronic bid opening procedures required if electronic bidding
is permitted in accordance with ITB 21.1, shall be as specified in the
BDS. The Price Bids will remain unopened and will be held in custody
of the Employer until the specified time of their opening. If the
Technical Bid and the Price Bid are submitted together in one
envelope, the Employer may reject the entire Bid. Alternatively, the
Price Bid may be immediately resealed for later evaluation.

25.2 First, envelopes marked “WITHDRAWAL” shall be opened and read


out and the envelope with the corresponding Bid shall not be opened,
but returned to the Bidder. No bid withdrawal shall be permitted unless
the corresponding withdrawal notice contains a valid authorization to
request the withdrawal and is read out at bid opening.

25.3 Second, outer envelopes marked “SUBSTITUTION” shall be opened.


The inner envelopes containing the Substitution Technical Bid and/or
Substitution Price Bid shall be exchanged for the corresponding
envelopes being substituted, which are to be returned to the Bidder
unopened. Only the Substitution Technical Bid, if any, shall be opened,
read out, and recorded. Substitution Price Bid will remain unopened in
accordance with ITB 25.1. No envelope shall be substituted unless the
corresponding substitution notice contains a valid authorization to
request the substitution and is read out and recorded at bid opening.

25.4 Next, outer envelopes marked “MODIFICATION” shall be opened. No


Technical Bid and/or Price Bid shall be modified unless the
corresponding modification notice contains a valid authorization to
request the modification and is read out and recorded at the opening of
Technical Bids. Only the Technical Bids, both Original as well as
Modification, are to be opened, read out, and recorded at the opening.
Price Bids, both Original as well as Modification, will remain unopened
in accordance with ITB 25.1.

25.5 All other envelopes holding the Technical Bids shall be opened one at
a time, and the following read out and recorded:

(a) the name of the Bidder;


(b) whether there is a modification or substitution;
(c) the presence of a bid security or Bid-Securing Declaration, if
required; and
(d) any other details as the Employer may consider appropriate.

Only Technical Bids and alternative Technical Bids read out and
recorded at bid opening shall be considered for evaluation. Unless
otherwise specified in the BDS, all pages of the Letter of Technical Bid
are to be initialed by at least three representatives of the Employer

Bidding Document Hussianabad WSS Procurement of Works Single-Stage: Two-Envelope


1-18 Section 1 - Instructions to Bidders

attending bid opening. No Bid shall be rejected at the opening of


Technical Bids except for late bids, in accordance with ITB 23.1.

25.6 The Employer shall prepare a record of the opening of Technical Bids
that shall include, as a minimum, the name of the Bidder and whether
there is a withdrawal, substitution, or modification; alternative
proposals; and the presence or absence of a bid security or Bid-
Securing Declaration, if one was required. The Bidders’
representatives who are present shall be requested to sign the record.
The omission of a Bidder’s signature on the record shall not invalidate
the contents and effect of the record. A copy of the record shall be
distributed to all Bidders who submitted Bids on time, and posted
online when electronic bidding is permitted.

25.7 At the end of the evaluation of the Technical Bids, the Employer will
invite bidders who have submitted substantially responsive Technical
Bids and who have been determined as being qualified for award to
attend the opening of the Price Bids. The date, time, and location of
the opening of Price Bids will be advised in writing by the Employer.
Bidders shall be given reasonable notice of the opening of Price Bids.

25.8 The Employer will notify Bidders in writing who have been rejected on
the grounds of their Technical Bids being substantially nonresponsive
to the requirements of the Bidding Document and return their Price
Bids unopened.

25.9 The Employer shall conduct the opening of Price Bids of all Bidders
who submitted substantially responsive Technical Bids, in the
presence of Bidders` representatives who choose to attend at the
address, on the date, and time specified by the Employer. The Bidder’s
representatives who are present shall be requested to sign a register
evidencing their attendance.

25.10All envelopes containing Price Bids shall be opened one at a time and
the following read out and recorded:

(a) the name of the Bidder;


(b) whether there is a modification or substitution;
(c) the Bid Prices, including any discounts and alternative offers; and
(d) any other details as the Employer may consider appropriate.

Only Price Bids discounts, and alternative offers read out and
recorded during the opening of Price Bids shall be considered for
evaluation. Unless otherwise specified in the BDS, all pages of the
Letter of Price Bid and Bill of Quantities are to be initialed by at least
three representatives of the Employer attending bid opening. No Bid
shall be rejected at the opening of Price Bids.

25.11The Employer shall prepare a record of the opening of Price Bids that
shall include, as a minimum, the name of the Bidder, the Bid Price (per
lot if applicable), any discounts, and alternative offers. The Bidders’
representatives who are present shall be requested to sign the record.
The omission of a Bidder’s signature on the record shall not invalidate
the contents and effect of the record. A copy of the record shall be

Single-Stage: Two-Envelope Procurement of Works Bidding Document for Hussianabad WSS


Section 1 - Instructions to Bidders 1-19

distributed to all Bidders who submitted Bids on time, and posted


online when electronic bidding is permitted.

E. Evaluation and Comparison of Bids


26. Confidentiality 26.1 Information relating to the examination, evaluation, comparison, and
postqualification of Bids and recommendation of contract award, shall
not be disclosed to Bidders or any other persons not officially
concerned with such process until information on the Contract award is
communicated to all Bidders.

26.2 Any attempt by a Bidder to influence the Employer in the evaluation of


the Bids or Contract award decisions may result in the rejection of its
Bid.

26.3 Notwithstanding ITB 26.2, from the time of bid opening to the time of
Contract award, if any Bidder wishes to contact the Employer on any
matter related to the bidding process, it may do so in writing.

27. Clarification of 27.1 To assist in the examination, evaluation, and comparison of the
Bids Technical and Price Bids, the Employer may, at its discretion, ask any
Bidder for a clarification of its Bid. Any clarification submitted by a
Bidder that is not in response to a request by the Employer shall not be
considered. The Employer’s request for clarification and the response
shall be in writing. No change in the substance of the Technical Bid or
prices in the Price Bid shall be sought, offered, or permitted, except to
confirm the correction of arithmetic errors discovered by the Employer
in the evaluation of the Price Bids, in accordance with ITB 33.

27.2 If a Bidder does not provide clarifications of its Bid by the date and time
set in the Employer’s request for clarification, its Bid may be rejected.

28. Deviations, 28.1 During the evaluation of Bids, the following definitions apply:
Reservations, and
Omissions (a) “Deviation” is a departure from the requirements specified in the
Bidding Document;
(b) “Reservation” is the setting of limiting conditions or withholding
from complete acceptance of the requirements specified in the
Bidding Document; and
(c) “Omission” is the failure to submit part or all of the information or
documentation required in the Bidding Document.

29. Examination 29.1 The Employer shall examine the Technical Bid to confirm that all
of Technical Bids documents and technical documentation requested in ITB 11.2 have
been provided, and to determine the completeness of each document
submitted.

29.2 The Employer shall confirm that the following documents and
information have been provided in the Technical Bid. If any of these
documents or information is missing, the offer shall be rejected.

(a) Letter of Technical Bid;

Bidding Document Hussianabad WSS Procurement of Works Single-Stage: Two-Envelope


1-20 Section 1 - Instructions to Bidders

(b) written confirmation of authorization to commit the Bidder;


(c) Bid Security or Bid-Securing Declaration, if applicable; and
(d) Technical Proposal in accordance with ITB 16.

30. Responsiveness 30.1 The Employer’s determination of a Bid’s responsiveness is to be based


of Technical Bid on the contents of the bid itself, as defined in ITB11.

30.2 A substantially responsive Technical Bid is one that meets the


requirements of the Bidding Document without material deviation,
reservation, or omission. A material deviation, reservation, or omission
is one that,

(a) if accepted, would:


(i) affect in any substantial way the scope, quality, or
performance of the Works specified in the Contract; or
(ii) limit in any substantial way, inconsistent with the Bidding
Document, the Employer’s rights or the Bidder’s obligations
under the proposed Contract; or
(b) if rectified, would unfairly affect the competitive position of other
Bidders presenting substantially responsive Bids.

30.3 The Employer shall examine the technical aspects of the Bid submitted
in accordance with ITB 16, Technical Proposal, in particular, to confirm
that all requirements of Section 6 (Employer’s Requirements) have
been met without any material deviation, reservation, or reservation.

30.4 If a Bid is not substantially responsive to the requirements of the


Bidding Document, it shall be rejected by the Employer and may not
subsequently be made responsive by correction of the material
deviation, reservation, or omission.

31. Nonmaterial 31.1 Provided that a Bid is substantially responsive, the Employer may
Nonconformities waive any nonconformities in the Bid that do not constitute a material
deviation, reservation, or omission.

31.2 Provided that a Technical Bid is substantially responsive, the Employer


may request that the Bidder submit the necessary information or
documentation, within a reasonable period of time, to rectify
nonmaterial nonconformities in the Technical Bid related to
documentation requirements. Requesting information or
documentation on such nonconformities shall not be related to any
aspect of the Price Bid. Failure of the Bidder to comply with the request
may result in the rejection of its Bid.

31.3 Provided that a Technical Bid is substantially responsive, the Employer


shall rectify quantifiable nonmaterial nonconformities related to the Bid
Price. To this effect, the Bid Price shall be adjusted, for comparison
purposes only, to reflect the price of a missing or non-conforming item
or component. The adjustment shall be made using the method
indicated in Section 3 (Evaluation and Qualification Criteria).

Single-Stage: Two-Envelope Procurement of Works Bidding Document for Hussianabad WSS


Section 1 - Instructions to Bidders 1-21

32. Qualification of 32.1 The Employer shall determine to its satisfaction during the evaluation
the Bidder of Technical Bids whether Bidders meet the qualifying criteria specified
in Section 3 (Evaluation and Qualification Criteria).

32.2 The determination shall be based upon an examination of the


documentary evidence of the Bidder’s qualifications submitted by the
Bidder, pursuant to ITB 17.1. Unless permitted in the BDS, the
determination shall not take into consideration the qualifications of
other firms such as the Bidder’s subsidiaries, parent entities, affiliates,
Subcontractors (other than Specialist Subcontractors if permitted in
ITB 33.2 of the Bidding document), or any other firm(s) different from
the Bidder.

32.3 An affirmative determination shall be a prerequisite for the opening and


evaluation of a Bidder’s Price Bid. The Employer reserves the right to
reject the bid of any bidder found to be in circumstances described in
GCC 15.2(e). A negative determination shall result into the
disqualification of the Bid, in which event the Employer shall return the
unopened Price Bid to the Bidder.

33. Subcontractors 33.1 Unless otherwise stated in the BDS, the Employer does not intend for
the contractor to execute any specific elements of the Works through
nominated subcontractors.

33.2 If subcontractors are proposed for any of the key activities listed in
Section 3 (Evaluation and Qualification) Criteria 2.4.2, they shall be
considered as “Specialist Subcontractors” and shall meet qualification
requirements for the relevant key activities.

34. Correction of 34.1 During the evaluation of Price Bids, the Employer shall correct
Arithmetical arithmetical errors on the following basis:
Errors
(a) If there is a discrepancy between the unit price and the total price
that is obtained by multiplying the unit price and quantity, the unit
price shall prevail and the total price shall be corrected, unless in
the opinion of the Employer there is an obvious misplacement of
the decimal point in the unit price, in which case the total price as
quoted shall govern and the unit price shall be corrected.
(b) If there is an error in a total corresponding to the addition or
subtraction of subtotals, the subtotals shall prevail and the total
shall be corrected.
(c) If there is a discrepancy between the bid price in the Summary of
Bill of Quantities and the bid amount in item (c) of the Letter of
Price Bid, the bid price in the Summary of Bill of Quantities will
prevail and the bid amount in item (c) of the Letter of Price Bid will
be corrected.
(d) If there is a discrepancy between words and figures, the amount in
words shall prevail, unless the amount expressed in words is
related to an arithmetic error, in which case the amount in figures
shall prevail subject to (a), (b) and (c) above.

34.2 If the Bidder that submitted the lowest evaluated bid does not accept
the correction of errors, its Bid shall be disqualified and its bid security

Bidding Document Hussianabad WSS Procurement of Works Single-Stage: Two-Envelope


1-22 Section 1 - Instructions to Bidders

may be forfeited or its Bid-Securing Declaration executed.

35. Conversion to 35.1 For evaluation and comparison purposes, the currency(ies) of the Bid
Single Currency shall be converted into a single currency as specified in the BDS.

36. Domestic 36.1 Unless otherwise specified in the BDS, domestic preference shall not
Preference apply.

37. Evaluation and 37.1 The Employer shall use the criteria and methodologies listed in this
Comparison of Clause. No other evaluation criteria or methodologies shall be
Price Bids permitted.

37.2 To evaluate the Price Bid, the Employer shall consider the following:

(a) the bid price, excluding Provisional Sums and the provision, if any,
for contingencies in the Summary Bill of Quantities, but including
Daywork items, where priced competitively;
(b) price adjustment for correction of arithmetic errors in accordance
with ITB 34.1;
(c) price adjustment due to discounts offered in accordance with ITB
14.4;
(d) converting the amount resulting from applying (a) to (c) above, if
relevant, to a single currency in accordance with ITB 35;
(e) adjustment for nonmaterial nonconformities in accordance with ITB
31.3;
(f) assessment whether the bid is abnormally low in accordance with
ITB 38; and
(g) application of all the evaluation factors indicated in Section 3
(Evaluation and Qualification Criteria).

37.3 The estimated effect of the price adjustment provisions of the


Conditions of Contract, applied over the period of execution of the
Contract, shall not be taken into account in bid evaluation.
37.4 If this Bidding Document allows Bidders to quote separate prices for
different contracts, and the award to a single Bidder of multiple
contracts, the methodology to determine the lowest evaluated price of
the contract combinations, including any discounts offered in the Letter
of Price Bid, is specified in Section 3 (Evaluation and Qualification
Criteria).
37.5 The Employer shall compare all substantially responsive Bids to
determine the lowest evaluated Bid price, in accordance with ITB 37.2.

38. Abnormally Low 38.1 An abnormally low bid is one where the bid price, in combination with
bids other elements of the bid, appears to be so low that it raises concerns as
to the capability of the Bidder to perform the contract for the offered bid
price.

38.2 When the offered bid price appears to be abnormally low, the
Employer shall undertake a three-step review process as follows:

(a) identify abnormally low costs and unit rates by comparing them

Single-Stage: Two-Envelope Procurement of Works Bidding Document for Hussianabad WSS


Section 1 - Instructions to Bidders 1-23

with the engineer’s estimates, other substantially responsive bids,


or recently awarded similar contracts;
(b) clarify and analyze the bidder’s resource inputs and pricing,
including overheads, contingencies and profit margins; and
(c) decide whether to accept or reject the bid.
38.3 With regard to ITB 38.2 (b) above, the Employer will seek a written
explanation from the bidder of the reasons for the offered bid price,
including a detailed analysis of costs and unit prices, by reference to
the scope, proposed methodology, schedule, and allocation of risks
and responsibilities. This may also include information regarding the
economy of the manufacturing process; the services to be provided, or
the construction method to be used; the technical solutions to be
adopted; and any exceptionally favorable conditions available to the
bidder for the works, equipment or services proposed.

38.4 After examining the explanation given and the detailed price analyses
presented by the bidder, the Employer may:

(a) accept the bid, if the evidence provided satisfactorily accounts for
the low bid price and costs, in which case the bid is not considered
abnormally low;
(b) accept the bid, but require that the amount of the performance
security be increased at the expense of the bidder to a level
sufficient to protect the Employer against financial loss. The
amount of the performance security shall generally be not more
than 20% of the contract price; or
(c) reject the bid if the evidence provided does not satisfactorily
account for the low bid price, and make a similar determination for
the next ranked bid, if required.
39. Unbalanced or 39.1 If the Bid, which results in the lowest evaluated Bid Price, is seriously
Front-Loaded Bids unbalanced or front-loaded in the opinion of the Employer, the
Employer may require the Bidder to produce detailed price analyses
for any or all items of the Bill of Quantities, to demonstrate the internal
consistency of those prices with the construction methods and
schedule proposed, as well as the pricing and sources of materials,
equipment and labor.

39.2 After the evaluation of the information and detailed price analyses
presented by the Bidder, the Employer may as appropriate:

(a) accept the Bid; or


(b) accept the Bid, but require that the total amount of the
Performance Security be increased at the expense of the Bidder to
a level sufficient to protect the Employer against financial loss in
the event of default of the successful Bidder under the Contract
subject to ITB 45.2; or
(c) reject the Bid and make a similar determination for the next ranked
bid.

Bidding Document Hussianabad WSS Procurement of Works Single-Stage: Two-Envelope


1-24 Section 1 - Instructions to Bidders

40. Employer’s Right 40.1 The Employer reserves the right to accept or reject any Bid, and to
to Accept Any Bid, annul the bidding process and reject all Bids at any time prior to
and to Reject Any contract award, without thereby incurring any liability to Bidders. In
or All Bids case of annulment, all Bids submitted and specifically, bid securities,
shall be promptly returned to the Bidders.

41. Notice of Intention 41.1 If Standstill provisions apply as specified in the BDS, the standstill
for Award of period shall be defined in the BDS to specify the duration subsequent
Contract to notification of intention for award of contract (before making the
actual contract award) within which any unsuccessful bidder can
challenge the proposed award.

F. Award of Contract
42. Award Criteria 42.1 The Employer shall award the Contract to the Bidder whose offer has
been determined in line with ITB 37 to ITB 39 above to be the lowest
evaluated Bid and is substantially responsive to the Bidding Document,
provided further that the Bidder is determined to be qualified to perform
the Contract satisfactorily.

43. Notification of 43.1 Prior to the expiration of the period of bid validity and upon expiry of
Award the standstill period specified in ITB 41.1, or upon satisfactory
resolution of a complaint filed within standstill period, if applicable, the
Employer shall transmit the Notification of Award using the form
included in Section 9 (Contract Forms) to the successful Bidder, in
writing, that its Bid has been accepted.

43.2 Unless standstill period applies, upon notification of award,


unsuccessful Bidders may request in writing to the Employer for a
debriefing seeking explanations on the grounds on which their Bids
were not selected. The Employer shall promptly respond in writing
and/or in a debriefing meeting to any unsuccessful Bidder who, after
publication of contract award, requests a debriefing.

43.3 Until a formal contract is prepared and executed, the notification of


award shall constitute a binding Contract.

43.4 Within 2 weeks of the award of contract or expiry of the standstill


period, where such period applies, or, if a complaint has been filed
within the standstill period, upon receipt of ADB’s confirmation of
satisfactory resolution of the complaint, the borrower shall publish in an
English language newspaper or widely known and freely accessible
website the results identifying the bid and lot or package numbers, as
applicable and the following information:

(a) name of each Bidder who submitted a Bid;


(b) bid prices as read out at bid opening;
(c) name and evaluated prices of each Bid that was evaluated;
(d) name of Bidders whose bids were rejected and the reasons for
their rejection; and
(e) name of the winning Bidder, and the price it offered, as well as the
duration and summary scope of the contract awarded.

Single-Stage: Two-Envelope Procurement of Works Bidding Document for Hussianabad WSS


Section 1 - Instructions to Bidders 1-25

44. Signing of 44.1 Promptly after notification, the Employer shall send the successful
Contract Bidder the Contract Agreement.

44.2 Within 28 days of receipt of the Contract Agreement, the successful


Bidder shall sign, date, and return it to the Employer.

45. Performance 45.1 Within 28 days of the receipt of notification of award from the
Security Employer, the successful Bidder shall furnish the performance security
in accordance with the conditions of contract, subject to ITB 38 and
3ITB 9, using for that purpose the Performance Security Form included
in Section 9 (Contract Forms), or another form acceptable to the
Employer. If the institution issuing the performance security is located
outside the country of the employer, it shall have a correspondent
financial institution located in the country of the employer to make it
enforceable.

45.2 Failure of the successful Bidder to submit the above-mentioned


Performance Security or to sign the Contract Agreement shall
constitute sufficient grounds for the annulment of the award and
forfeiture of the bid security or execution of the Bid-Securing
Declaration. In that event, the Employer may award the Contract to the
next lowest evaluated Bidder whose offer is substantially responsive
and is determined by the Employer to be qualified to perform the
Contract satisfactorily.

45.3 The above provision shall also apply to the furnishing of a domestic
preference security if so required.

46. Bidding-Related 46.1 The procedures for dealing with Bidding-Related Complaints arising
Complaints out of this bidding process are specified in the BDS.

Bidding Document Hussianabad WSS Procurement of Works Single-Stage: Two-Envelope


Section 2 - Bid Data Sheet 2-1

Section 2 - Bid Data Sheet


This Section consists of provisions that are specific to each procurement and supplement the information or
requirements included in Section 1 - Instructions to Bidders.

A. General

ITB 1.1 The number of the Invitation for Bids (IFB) is:-
JUIDCO/NIT/HWSS/JURLIP/OCB/02/339

ITB 1.1 The Employer is: The Urban Development and Housing Department, Jharkhand,
represented by, The Project Director (Technical), Jharkhand Urban Infrastructure
Development Company Limited.

ITB 1.1 The name of the open competitive bidding (OCB) is: Construction and 5 years
of Operation and Maintenance of Water Supply System in Hussainabad (Intake
works, Rising main, 9.5 MLD Water treatment plant, Clear water main, Overhead
reservoirs, Distribution network and House service connections)

The identification number of the OCB is: JURLIP/02

The number and identification of lots comprising this OCB is: Nil

ITB 1.2 Remove para a and replace with the following:

(a) the term “in writing” means communicated in written form (e.g. by mail, email,
fax, distributed or received through electronic procurement system used by the
Employer) and delivered against receipt.

ITB 1.3 The Employer shall use the e-Tendering platform:


https://www.jharkhandtenders.gov.in to manage the following aspects of this
bidding process

i) Clarification(s) to the Bidding Documents, in accordance with ITB 7.1


ii) Transmission of the Minutes of the pre-Bid Meeting, in accordance with ITB 7.6
iii) Issuance of Addendum or addenda, in accordance with ITB 8.2

ITB 2.1 The Borrower is: India

ITB 2.1 The name of the Project is: Jharkhand Urban Resilience and Livability
Improvement Project (JURLIP)

Bidding Document for Hussianabad WSS Procurement of Works Single-Stage: Two-Envelope


2-2 Section 2 - Bid Data Sheet

B. Contents of Bidding Documents

For clarification purposes only, the Employer’s address is:


ITB 7.1
Attention: The Project Director (Technical)
Jharkhand Urban Infrastructure Development Company Limited,
3rd Floor, Pragati Sadan,
Kutchery Chowk,
Ranchi, Jharkhand
PINcode: 834001
Country: INDIA
Telephone: 0651 2243203
E-mail: pdt.juidco@gmail.com

The Employer shall publish the Clarifications on Bidding Document, if any, only at
the e-Tendering platform indicated in ITB 1.3.

ITB 7.4 A Pre-Bid meeting willtake place.

Date: 20/03/2020
Time: 11.00 AM (Local)
Place: Jharkhand Urban Infrastructure Development Company Limited
Office of the Project Director (Technical)
3rd Floor, Pragati Sadan
Kutchery Chowk,
Ranchi, Jharkhand -834001

A site visit conducted by the Employer: will not be organized.

Add the following at end of ITB 7.6 :


ITB 7.6
The Employer shall publish the Minutes of the Meeting at the e-Tendering
platform indicated in ITB 1.3 of the BDS

Add the following at end of ITB 8.2:


ITB 8.2
The Employer shall publish the Addendum or addenda at the e-Tendering
platformindicated in ITB 1.3 of the BDS.

The Employer should not be faulted for bidder’s failure to download the
addendum or addenda.

Single-Stage: Two-Envelope Procurement of Works Bidding Document for Hussainabad WSS


Section 2 - Bid Data Sheet 2-3

C. Preparation of Bids

ITB 10.1 The language of the Bid is: English

ITB 11.2 (g) The Bidder shall submit with its Technical Bid the following additional documents:

Code of conduct (ESHS); Contractor’s Environment and Social Management


Plan (C-ESMP)

The Bidder is required to submit original of the bid security, in Employer’s office
address as per ITB 22.1 on or before the due date and time for bid submission. A
scanned copy of the Bid Security shall be required to be uploaded by Bidder in
the e-Tendering platform during online bid submission. A bid will be considered as
incomplete and liable for rejection if (i) the original of the bid security did not reach
Employer’s office address on or before the due date and time for bid submission,
and (ii) should there be any discrepancy between the scanned copy of the bid
security and the original submitted by bidder.

Indian Firms- GST Number as issued by statutory authority. However,


International bidder will be required to submit GST registration after award of work
but before the release of Advance payment.

ITB 11.3 (d) The Bidder shall submit with its Price Bid the following additional documents:
None

ITB 12.1 The units and rates in figures entered into the Bill of Quantities and Daywork
Schedule should be typewritten, if written by hand, must be in print form. Bill of
Quantitiesand Daywork Schedule not presented accordingly may be considered
nonresponsive.

ITB 13.1 Alternative Bids shall not be permitted.

ITB 13.2 Alternative times for completion shall not bepermitted.

ITB 13.4 Alternative technical solutions shall be permitted for the following parts of the
Works: None

ITB 14.2 Unit rates and prices for all items of the Works described in the Bill of Quantities
shall be expressed in positive values. If unit rates and prices are expressed in
negative values, the bid will be rejected.

Add the following at end of ITB 14.5:


ITB 14.5
The prices quoted by the Bidder shall be adjustable. The formula for adjusting the

Bidding Document for Hussianabad WSS Procurement of Works Single-Stage: Two-Envelope


2-4 Section 2 - Bid Data Sheet

prices and explanatory details are specified in the GCC Clause 13.8. Bidder shall
fill out the Tables of Adjustment Data in Section 4 (Bidding Forms).

ITB 15.1 The unit rates and the prices shall be quoted by the Bidder entirely in Indian
National Rupee (INR)

ITB 15.4 The rates of exchange shall be the selling rates 28 days prior to the deadline for
submission of bids published by: Reserve Bank of India

ITB 18.1 The bid validity period shall be 120 days from the date of submission of bid.

ITB 19.1 The Bidder shall furnish a bid security in the amount of INR 7.5 million (Seventy
Five Lakh only).

ITB 19.2 Not Applicable

ITB 19.3 Replace ITB 19.3 with the following:

The Bid Security shall be in the form of:

Unconditional Bank Guarantee in the name of Managing Director, Jharkhand


Urban Infrastructure Development Company Limited all from a reputable source
from an eligible country.

The bid security shall remain valid for 28 Days beyond the original validity period
for the bid, and such additional period subsequently requested.

In the case of a bank guarantee, the bid security shall be submitted using the Bid
Security Form included in Section 4 (Bidding Forms).

The bank guarantee shall be issued by a reputable bank, which may include
scheduled banks or nationalized banks of Employers country or a foreign bank
through a correspondent bank located in India to make it enforceable.

The Bidder is required to submit original copy of the bid security in Employer’s
ITB 19.4 office address as per ITB 22.1 on or before the due date and time for bid
submission. A scanned copy of the Bid Security corresponding to the original
shall be uploaded by Bidder in the e-Tendering platform during online bid
submission. A bid will be considered as incomplete if original copy of the bid
security did not reach Employer’s office address before the due date and time for
bid submission.

Should there be any discrepancy between scanned copy of the bid security and
the original submitted by bidder, Employer shall not consider the bid for
evaluation

“The authorized representative of the Bidder shall digitally sign and submit its bid
ITB 20.1 online in the e-Tendering platform”.

Single-Stage: Two-Envelope Procurement of Works Bidding Document for Hussainabad WSS


Section 2 - Bid Data Sheet 2-5

ITB 20.2 The written confirmation of authorization to sign on behalf of the Bidder shall
consist of: An organizational document, board resolution or its equivalent, or
power of attorney specifying the representative’s authority to sign the Bid on
behalf of, and to legally bind, the Bidder. If the Bidder is an intended or an existing
Joint Venture, the power of attorney should be signed by all partners and specify
the authority of the named representative of the Joint Venture to sign on behalf of,
and legally bind, the intended or existing Joint Venture. If the Joint Venture has
not yet been formed, also include evidence from all proposed Joint Venture
partners of their intent to enter into a Joint Venture in the event of a contract
award in accordance with ITB 11.2.

ITB 20.2 The Bidder shall submit an acceptable authorization within14days.

D. Submission and Opening of Bids

ITB 21.1 Bidders shall submit their Bids electronically on e-Tendering platform only.

ITB 21.1 (b) Bidders shall submit their Bids electronically; the electronic bidding submission
procedures shall be through web site www.jharkhandtenders.gov.in

I. Bidders shall submit Bids only electronically through the e-Tendering


http://www.jharkhandtenders.gov.in

II. Bidders should enroll online in the e-Tendering platform

III. Bidders shall obtain a Digital Signature Certificate (DSC) as prescribed in


the e-Tendering platform to complete online enrolment and bid
submission.

IV. The Bidder is advised to submit its bid online in the e- Tendering platform
well in advance before the prescribed time.

V. Bids submitted online in the e-Tendering platform shall be considered as


the original of the bid.

VI. The bidders are advised to download the BOQ excel sheets from the
portal and fill their rates in respective column of excel sheet. Bidder is not
allowed to modify other BOQ Items like description, quantity, etc. and
also should not rename the excel sheet.
ITB 22.1 Bidder shall submit its bid before expiry of the date and time for bid submission as
specified in the e-Tendering platform. The system will automatically lock the
tender as per the server clock. The Time followed in the portal is ordinarily as per
Indian Standard Time (IST) which is GMT+5:30 hours. Bid opening date specified
in the e-Tendering platform shall be taken as the final date. Employer reserves
the right to open bids on or after the announced bid opening date and time
specified in the e-Tendering platform www.jharkhandtenders.gov.in
Bid submission and bid opening timelines will be defined as per online e-
Tendering system server clock only.
The address for submission of the original copy of bid security and tender
document is:

Bidding Document for Hussianabad WSS Procurement of Works Single-Stage: Two-Envelope


2-6 Section 2 - Bid Data Sheet

For bid submission purposes only, the Employer’s address is:


Attention: The Project Director (Technical)
Jharkhand Urban Infrastructure Development Company Limited,
3rd Floor, Pragati Sadan
Kutchery Chowk,
Ranchi, Jharkhand
PIN code: 834001
Country: INDIA

Telephone: +919973768183

The deadline for bid submission is:


Date: 17-04-2020 Time:4.30 PM

ITB 25.1
The opening of the Technical Bid shall take place at:
Street address: Jharkhand Urban Infrastructure Development Company Limited,
3rd Floor, Pragati Sadan
Kutchery Chowk,
Ranchi, Jharkhand
PINcode: 834001
Country: INDIA
Date: 17-04-2020
Time: 5.00 PM

ITB 25.1
Electronic bid opening procedure shall be as follows:

1. First Technical Bid will be downloaded on scheduled date. There after


financial bid will be downloaded of responsive bidders on scheduled date.
2. Technical bids shall be opened online and bidders may view the status of
technical bid opening online in the e-Tendering platform. The designated
representative
Date – 17-04-2020
Time – 5.00 PM
Location- Ranchi
3. The Price bids will remain unopened in the e-Tendering platform and will
remain encrypted, until the specified time of its opening. The Price Bids will
be opened online in the e-Tendering platform upon expiry of the date and
time specified in the e-Tendering platform for price bid opening. If the Price
Bid details are uploaded in Technical bid slots in the e-Tendering platform,
the Employer may reject the entire Bid.

ITB 25.5 The Letter of Technical Bid shall be initialed by three [3] representatives of the
Employer attending Bid opening.

Single-Stage: Two-Envelope Procurement of Works Bidding Document for Hussainabad WSS


Section 2 - Bid Data Sheet 2-7

ITB 25.10 The Letter of Price Bid and Bill of Quantities shall be initialed by three [3]
representatives of the Employer attending Bid opening.

The contents of ITB 25.10 shall be replaced as under

The price Bid of only those Bidders whose technical bids are evaluated as
substantially responsive will be opened electronically. The Price Bid opening shall
take place on the date and time as informed to the technically responsive bidders.
The price Bid recorded and opened at the time of opening shall be considered for
evaluation.

E. Evaluation and Comparison of Bids

ITB 32.2 Qualifications of other firms such as the Bidder’s subsidiaries, parent entities,
affiliates, subcontractors shall notbe permitted.

ITB 33.1 The Employer does not intend for the contractor to execute any specific elements
of the Works through nominated subcontractors.

ITB 35.1 The currency that shall be used for bid evaluation and comparison purposes to
convert all bid prices expressed in various currencies into a single currency is:
Indian National Rupee (INR).

The source of selling exchange rate shall be: Reserve Bank of India (RBI)

The date for the selling exchange rate shall be: 28 days prior to the deadline for
Submission of bids.

ITB 36.1 Domestic preferenceshall not apply.

ITB 41.1 Standstill provisions shall apply. The duration of standstill period will be 10 days
from the date of notice of intention for award of contract.

The Employer shall, at the start of the standstill period, notify in writing each
bidder that submitted a bid, of its intention to award a contract to the successful
bidder at the end of standstill period. The notification (using the form included in
Section 9 (Contract Forms)) shall include the following information:

(a) the name of each Bidder who submitted a Bid;


(b) the bid prices as read out at bid opening;
(c) the name and evaluated prices of each Bid that was evaluated;
(d) the name of bidders whose bids were rejected and the reasons for their
rejection;
(e) the name of the winning Bidder, and the price it offered, as well as the
duration and summary scope of the contract awarded; and
(f) a statement of the reason(s) the bid of the unsuccessful bidder to whom the
notification is addressed was unsuccessful, unless the price information under
(e) of this paragraph already reveals the reason.

Bidding Document for Hussianabad WSS Procurement of Works Single-Stage: Two-Envelope


2-8 Section 2 - Bid Data Sheet

F. Award of Contracts

ITB 46.1 The procedures for Bidding-relatedcomplaints are referenced in the Procurement
Regulations for ADB Borrowers (Appendix 7). The Bidder should submit its
complaint following these procedures, in writing, to:

For the attention: Mr. Shashi Rajan, IAS


Title/position: Project Director - EAP
Employer: Jharkhand Urban Infrastructure Development Company Limited.
E-mail address: pdspmg@gmail.com

Single-Stage: Two-Envelope Procurement of Works Bidding Document for Hussainabad WSS


Section3 - Evaluation and Qualification Criteria 3-1

Section 3 - Evaluation and Qualification


Criteria
- Without Prequalification -
This Section contains all the criteria that the Employer shall use to evaluate bids and qualify
Bidders. In accordance with ITB 32 and ITB 36, no other methods, criteria and factors shall be
used. The Bidder shall provide all the information requested in the forms included in Section 4
(Bidding Forms).

Table of Criteria

1. Evaluation ............................................................................................................ 3-2


1.1 Adequacy of Technical Proposal ..................................................................................................3-2
1.2 Completion Time ................................................................................................................... ...…3-2
1.3 Technical Alternatives ..................................................................................................................3-2
1.4SpecialistSubcontractors………………………………………………………………………………...3-2
1.5 Quantifiable Nonconformities and Ommissions ...........................................................................3-2
1.6 Domestic Preference ...................................................................................................................3-3
1.7Other Criteria………………………………………………………………………………………….…..3-3
1.8 Award Criteria for Contract ...........................................................................................................3-4
1.9 Multiple Contracts .........................................................................................................................3-5

2. Qualification......................................................................................................... 3-6
2.1Eligibility .......................................................................................................................................3-6
2.1.1 Nationality .........................................................................................................................3-6
2.1.2Conflict of Interest ................................................................................................................3-6
2.1.3ADB Eligibility .......................................................................................................................3-6
2.1.4Government-Owned Enterprise ...........................................................................................3-6
2.1.5United Nations Eligibility ......................................................................................................3-6

2.2Historical Contract Non-Performance .......................................................................................3-7


2.2.1 History of Non-Performing Contracts ................................................................................3-7
2.2.2Suspension Based on Bid-Securing Declaration .................................................................3-7
2.2.3PendingLitigation and Arbitration .........................................................................................3-7

2.3 Financial Situation......................................................................................................................3-7


2.3.1Historical Financial Performance .........................................................................................3-7
2.3.2Average Annual Construction Turnover ...............................................................................3-8
2.3.3Financial Resources ............................................................................................................3-8

2.4ConstructionExperience .............................................................................................................3-9
2.4.1Contracts of Similar Size and Nature ...................................................................................3-9
2.4.2Construction Experience in Key Activities .........................................................................3-10

Bidding Document for Hussainabad WSS__________ Procurement of Works Single-Stage: Two-Envelope


3-2 Section 3 - Evaluation and Qualification Criteria

1. Evaluation
In addition to the criteria listed in ITB 37.2 (a)–(f), other relevant factors are as
follows:

1.1 Adequacy of Technical Proposal


Evaluation of the Bidder’s Technical Proposal will include an assessment of the
Bidder’s technical capacity to mobilize key equipment and personnel for the
contract consistent with its proposal regarding work methods, scheduling, and
material sourcing in sufficient detail and fully in accordance with the requirements
stipulated in Section 6 (Employer’s Requirements) and to complete the work in all
respects as per the provisions of the Contract.

Noncompliance with equipment and personnel requirements described in Section 6


(Employer’s Requirements), which are not an exhaustive and is minimum indicative
in nature, shall not normally be a ground for bid rejection, and such noncompliance
will be subject to clarification during bid evaluation and rectification prior to contract
award.

1.2 Completion Time


An alternative Completion Time, if permitted under ITB 13.2, will be evaluated as
follows:
Not Applicable

1.3 Technical Alternatives


Technical alternatives, if permitted under ITB 13.4, will be evaluated as follows:
Not applicable

1.4 Specialist Subcontractors


Only the specific experience of Specialist Subcontractors for key activities specified in
criterion 2.4.2 Construction Experience in Key Activities will be considered. The
experience of Specialist Subcontractors in contracts of similar size and nature, and their
financial resources shall not be added to those of the Bidder for purposes of
qualification of the Bidder.
Bidder is required to provide sub-contracting agreement along with the bid submission

1.5 Quantifiable Nonconformities and Omissions


Subject to ITB 14.2 and ITB 37.2, the evaluated cost of quantifiable nonconformities
including omissions, is determined as follows:

Pursuant to ITB 31.3, the cost of all quantifiable nonmaterial nonconformities shall be
evaluated, including omissions in Daywork where competitively priced but excluding
omission of prices in the Bill of Quantities. The Employer will make its own assessment
of the cost of any nonmaterial nonconformities and omissions for the purpose of
ensuring fair comparison of Bids.

If any item is not quoted by the bidder, to this effect, the Bid Price will be adjusted, for
comparison purposes only, to reflect the price of a missing or non-conforming item or
component. For this purpose, the highest price quoted amongst the substantially
responsive bidders of that particular missing or non-conforming item would be added to
the Bid Price to arrive at the Evaluated Bid Price of the respective bidder. (In case all

Single-Stage: Two-Envelope Procurement of Works Bidding Document for __________


Section3 - Evaluation and Qualification Criteria 3-3

the bidders have not quoted the particular item, then the Engineer’s Estimate for the
particular item would be taken for this purpose) However, it should be noted that this
adjustment would be for comparison only andthe ‘Award Price’ to the successful bidder
would be based on the Lowest Evaluated Bid Price without the price adjusted for the
purpose on non-conformities / errors / omissions. No separate payment would be
made to the missing or non-confirming item and it is deemed that contractor would
execute the missing / non-confirming item at the ‘Award Price’ (calculated without
adjustments of missing or non-confirming item or component) as mentioned above.

1.6 Domestic Preference


If domestic preference is provided for under ITB 36.1, the following procedure shall
apply:
Not applicable

1.7 Other Criteria


The following factors and methods will apply under ITB 37.2 (g):
Price Bid Evaluation Methodology
a) The Price Bid: The price bid as quoted by the bidder in the price schedule shall
consist of following components:
i. Construction cost: The total construction cost quoted by the bidder in
price schedule (ref Sr. No. 1 to Sr. No. 506).
ii. Annual Operation and maintenance cost (O&M): The Bidder shall also
quote cost for annual O&M of water treatment plant (WTP), pumping
stations, etc. (i.e. cost of consumables, spares, chemicals, etc.), and repair
and maintence cost of the water pipeline network, manpower, adminstation
and all other assocaited costs over a period of 5 years, including 1 year of
Defects Liability Period (DLP) in the price schedule (Sr No. 507 to Sr. No
519).
iii. Annual Electricity Cost: The estimated total cost of the electricity
consumed by the project facilities (including plant, equipment, etc,) during
the 5 years O&M period (including DLP). For this purpose, the Bidder shall
quote maximum guaranteed electricity consumption (kWh/year) for every
operating year for 5 years (including DLP) and for the nominal design flow
of 9.5 MLD for operating all assets like water pumping stations, water
treatment plant, etc. in price schedule (Sr. No. 520 to Sr. No. 525).
It may be noted that the bidders who fail to quote construction cost, annual O&M
Cost and maximum guaranteed electricity consumption (kWh/year) for every
operating year for 5 years (including DLP) in serial numbers mentioned above
will be rejected for further evaluation.
b) The price bid after opening in eGP system will only show the total construction cost,
which shall not be considered for award of the contract, but the lowest evaluated
bidder will be determined based on the following method:
i. Construction cost: will be considered without applying any discounts
factor as quoted by the bidder;
ii. O&M cost: will be considered as quoted by the bidder for 5 year period
iii. Annual electricity cost: The maximum guaranteed annual electricity
consumption shall be multiplied by the current rate of electricity charges of
Rs. 6.50 per kWh to calculate annual electricity cost.
The annual O&M cost quoted by the bidder will be added to the annual electricity
cost to calculate total annual O&M cost. This O&M cost over 5 years will be
discounted at the rate of 8% (Eight Percent) to derive net present value (NPV),
which will be added to the construction costs to obtain the Evaluated Bid Price. The
decision for award of contract will be based minimum Evaluated Bid Price.

Bidding Document for Hussainabad WSS__________ Procurement of Works Single-Stage: Two-Envelope


3-4 Section 3 - Evaluation and Qualification Criteria

c) It may be noted that the electricity bill up to the guaranteed electricity consumption
will be paid by Hussianabad Nagar Parishad. Any amount over and above the
guranteed electricity consumption shall be paid by contractor directly or if paid by
the Hussianabad Nagar Parishad, the excess amount will be adjusted from O&M
payments.
1.8 Multiple Contracts
Not Applicable

Single-Stage: Two-Envelope Procurement of Works Bidding Document for __________


Section3 - Evaluation and Qualification Criteria 3-5

2. Qualification

2.1 Eligibility

Criteria Compliance Requirements Documents


Joint Venture
Single Submission
Requirement All Partners Each One
Entity Requirements
Combined Partner Partner

2.1.1 Nationality
Nationality in accordance with must meet must meet must meet not Forms
requirement requirement requirement applicable
ITB Subclause 4.2. ELI - 1; ELI - 2
with attachments

2.1.2 Conflict of Interest


No conflicts of interest in must meet must meet must meet not Letter of Technical
requirement requirement requirement applicable Bid
accordance with ITB Subclause
4.3.

2.1.3 ADB Eligibility


Not having been declared must meet must meet must meet not Letter of Technical
requirement requirement requirement applicable Bid
ineligible by ADB, as described
in ITB Subclause 4.4.

2.1.4 Government-Owned Entity


Bidder required to meet must meet must meet must meet not Forms
requirement requirement requirement applicable ELI - 1; ELI - 2
conditions of ITB Subclause 4.5.
with attachments

2.1.5 United Nations Eligibility


Not having been excluded by an must meet must meet must meet not Letter of Technical
requirement requirement requirement applicable Bid
act of compliance with a United
Nations Security Council
resolution in accordance with
ITB Subclause 4.8.

Bidding Document for Hussainabad WSS__________ Procurement of Works Single-Stage: Two-Envelope


3-6 Section 3 - Evaluation and Qualification Criteria

2.2 Historical Contract Non-Performance


2.2.1 History of Non-Performing Contracts

Criteria Compliance Requirements Documents


Joint Venture
Single Submission
Requirement All Partners Each One
Entity Requirements
Combined Partner Partner

Non-performance of a contracta Must meet Must meet Must meet N/A Form CON-1
requirement requirement requirementb
did not occur as a result of
contractor default since 1st
January 2014.

a Nonperformance, as decided by the Employer, shall include all contracts where (i) nonperformance was not challenged
by the contractor, including through referral to the dispute resolution mechanism under the respective contract; and (ii)
contracts that were so challenged but fully settled against the contractor. Nonperformance shall not include contracts
where the Employer’s decision was overruled by the dispute resolution mechanism. Nonperformance must be based on
all information on fully settled disputes or litigation, i.e. dispute or litigation that has been resolved in accordance with
the dispute resolution mechanism under the respective contract and where all appeal instances available to the Bidder
have been exhausted.
b This requirement also applies to contracts executed by the Bidder as Joint Venture member.

2.2.2 Suspension Based on Execution of Bid-Securing Declaration

Criteria Compliance Requirements Documents


Joint Venture
Single Submission
Requirement All Partners Each One
Entity Requirements
Combined Partner Partner

Not under suspension based on must meet must meet must meet not Letter of Technical
requirement requirement requirement applicable Bid
execution of a Bid-Securing
Declaration pursuant to ITB 4.6.

2.2.3 Pending Litigation and Arbitration


Pending litigation and arbitration criterion shall apply.

Criteria Compliance Requirements Documents


Joint Venture
Single Submission
Requirement All Partners Each One
Entity Requirements
Combined Partner Partner

All pending litigation and must meet not must meet not Form CON - 1
requirement applicable requirement applicable
arbitration, if any, shall be
treated as resolved against the
Bidder and so shall in total not
represent more than 50 percent
of the Bidder’s net worth
calculated as the difference
between total assets and total
liabilities.

Single-Stage: Two-Envelope Procurement of Works Bidding Document for __________


Section3 - Evaluation and Qualification Criteria 3-7

2.3 Financial Situation

2.3.1 Historical Financial Performance

Criteria Compliance Requirements Documents


Joint Venture
Single Submission
Requirement All Partners Each One
Entity Requirements
Combined Partner Partner

Submission of audited financial must meet not must meet not Form FIN - 1 with
requirement applicable requirement applicable attachments
statements or, if not required by
the law of the Bidder’s country,
other financial statements
acceptable to the Employer, for
the last [3] years to demonstrate
the current soundness of the
Bidder’s financial position. As a
minimum, the Bidder’s net worth
for the last year calculated as
the difference between total
assets and total liabilities should
be positive.

2.3.2 Average Annual Construction Turnover

Criteria Compliance Requirements Documents


Joint Venture
Single Submission
Requirement All Partners Each One
Entity Requirements
Combined Partner Partner

Minimum average annual must meet must meet must meet must meet Form FIN - 2
construction turnover of requirement requirement (25%) (40%)
INR 375 million calculated as of the of the
total certified payments received requirement requirement
for contracts in progress or
completed, within the last Five
(05) years.

Bidding Document for Hussainabad WSS__________ Procurement of Works Single-Stage: Two-Envelope


3-8 Section 3 - Evaluation and Qualification Criteria

2.3.3 Financial Resources

Criteria Compliance Requirements Documents


Joint Venture
Single Submission
Requirement All Partners Each One
Entity Requirements
Combined Partner Partner
For Single Entities: must meet not not not Form FIN – 3 and
requirement applicable applicable applicable Form FIN – 4
The Bidder must demonstrate that
its financial resources defined in
FIN-3, less its financial obligations
for its current contract commitments
defined in FIN-4, meet or exceed
the total requirement for the Subject
Contract of INR 63 Million.

For Joint Ventures: not not not must meet Form FIN – 3and
applicable applicable applicable requirement Form FIN – 4
(1) One partner must demonstrate
that its financial resources
defined in FIN-3, less its financial
obligations for its own current
contract commitments defined in
FIN-4, meet or exceed its
required share of INR 25 Million
from the total requirement for the
Subject Contract.

AND
(2) Each partner must demonstrate not not must meet not Form FIN – 3 and
that its financial resources applicable applicable requirement applicable Form FIN – 4
defined in FIN-3, less its financial
obligations for its own current
contract commitments defined in
FIN-4, meet or exceed its
required share of INR 16 Million
from the total requirement for the
Subject Contract.

AND
(3) The joint venture must not must meet not not Form FIN – 3 and
demonstrate that the combined applicable requirement applicable applicable Form FIN – 4
financial resources of all partners
defined in FIN-3, less all the
partners’ total financial
obligations for the current
contract commitments defined in
FIN-4, meet or exceed the total
requirement for the Subject
Contract of INR 63 million

Single-Stage: Two-Envelope Procurement of Works Bidding Document for __________


Section3 - Evaluation and Qualification Criteria 3-9

2.4 Construction Experience

2.4.1 Contracts of Similar Size and Nature

Criteria Compliance Requirements Documents


Joint Venture
Single Submission
Requirement All Partners Each One
Entity Requirements
Combined Partner Partner

Participation as a contractor, must meet not not must meet Form EXP - 1
requirement applicable applicable requirement
Joint Venture partner, or
subcontractor in at least one
contract that has been
successfully or substantially
completed within the last seven
(7) years and that is similar to
the proposed works, where the
value of the Bidder's
participation exceeds INR 225
million. The experience of the
contractor with respect to the
following items shall be treated
as similarity of bidder's
participation: (a) construction of
water treatment plant and (b)
either construction of overhead
tank / ground level service
reservoir or providing laying
jointing of water pipelines of any
material or type, such as rising
main, feeder main, or water
distribution pipeline.

2.4.2 Construction Experience in Key Activities


May be complied with by the Bidder or by Specialist Subcontractor unless otherwise indicated. In case of
a Joint Venture Bidder, at least one of the partners must have experience in key activities if the Bidder
itself will carry out the relevant key activity. In case if Specialist Subcontractors are proposed by the Bidder
for key activities, each Specialist Subcontract must have experience in related key activity as a single
entity.

If the key activity is to be undertaken by a Specialist Subcontractor, the Employer shall require evidence of
the subcontracting agreement from the Bidder.

Criteria Compliance Requirements Documents


Single Entity or Joint Venture
Its Specialist or Its Specialist Submission
Requirement Subcontractors Subcontractors Requirements
For the above or other contracts Bidder must meet one partner must Form EXP – 2
requirement meet requirements
executed during the period
stipulated in 2.4.1, (during the last
7 financial years), a minimum
construction experience is
required in the following key
activities:
1. Participation in either under a

Bidding Document for Hussainabad WSS__________ Procurement of Works Single-Stage: Two-Envelope


3-10 Section 3 - Evaluation and Qualification Criteria

single or under different contracts


that have been successfully
completed in last seven (7) years,
wherein scope of works under the
contract included design,
construction, testing and
commissioning of the following
project components in India

a) A water treatment plant of


capacity not less than 2.4 MLD;

b) Water supply pipelines of not


less than 13 km of length;

c) An Elevated Service Reservoir


or a Ground Level Service
Reservoir of capacity not less than
of capacity not less than 600KL;

d) Raw or clear water pumping


station with capacity not less than
75 HP and discharge capacity of
not less than 54 lps;

2. Participation in an operation and


maintenance contract for at least 2
years during last 7 years for water
distribution system serving a
minimum of 3000 house service
connections or a population
equivalent of 15000 persons.

Single-Stage: Two-Envelope Procurement of Works Bidding Document for __________


Section 4 - Bidding Forms 4-1

Section 4 - Bidding Forms


- Without Prequalification-

Table of Forms

Letter of Technical Bid ......................................................................................................................4-2

Letter of Price Bid ..............................................................................................................................4-5

Bid Security ........................................................................................................................................4-7

Technical Proposal ..........................................................................................................................4-10


Personnel ....................................................................................................................................4-11
Form PER – 1: Proposed Personnel ....................................................................................4-11
Form PER – 2: Resume of Proposed Personnel .................................................................4-12
Equipment ...................................................................................................................................4-13
Site Organization .........................................................................................................................4-14
Method Statement .......................................................................................................................4-14
Mobilization Schedule..................................................................................................................4-14
Construction Schedule ................................................................................................................4-14

Bidders Qualification ..................................................................................................... 4-15


Form ELI – 1: Bidder’s Information Sheet.....................................................................................4-16
Form ELI – 2: Joint Venture Information Sheet ............................................................................4-17
Form CON – 1: Historical Contract Non-Performance ..................................................................4-18
Form FIN – 1: Historical Financial Performance ...........................................................................4-20
Form FIN – 2: Average Annual Construction Turnover .................................................................4-21
Form FIN – 3: Availability of Financial Resources.......................................................................4-22
Form FIN – 4: Financial Requirements for Current Contract Commitments.................................4-23
Form FIN – 5: Self-Assessment Tool for Bidder's Compliance to Financial Resources ...............4-24
Form EXP – 1: Contracts of Similar Size and Nature ..................................................................4-25
Form EXP – 2: Construction Experience in Key Activities ...........................................................4-26

Schedules .........................................................................................................................................4-27
Schedule of Payment Currencies ................................................................................................4-27
Tables of Adjustment Data ..........................................................................................................4-28

Bill of Quantities...............................................................................................................................4-29

Bidding Document for Hussianabad WSS Procurement of Works Single-Stage: Two-Envelope


4-2 Section 4 - Bidding Forms

Letter of Technical Bid


-Note-
The bidder must accomplish the Letter of Technical Bid on its letterhead clearly showing the bidder’s complete
name and address.

Date: ..................................................
OCB No.: ..................................................
Invitation for Bid No.: ..................................................

To:
Project Director (Technical)
Jharkhand Urban Infrastructure Development Company Limited,
3rd Floor, Pragati Sadan, Kutchery Chowk,
Ranchi, Jharkhand -834001

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including
Addenda issued in accordance with Instructions to Bidders (ITB) 8.

(b) We offer to execute in conformity with the Bidding Documents the following Works:[ . .
.insert narrative . . .]

(c) Our Bid consisting of the Technical Bid and the Price Bid shall be valid for a period of [ .
. .insert bid validity period as specified in ITB 18.1 of the BDS . . .] days from the date fixed for the
bid submission deadline in accordance with the Bidding Documents, and it shall remain
binding upon us and may be accepted at any time before the expiration of that period.

(d) Our firm, including any Subcontractors or Suppliers for any part of the Contract, have
nationalities from eligible countriesin accordance with ITB 4.2.

(e) We, including any Subcontractors or Suppliers for any part of the contract, do not have
any conflict of interest in accordance with ITB 4.3.

(f) We are not participating, as a Bidder, either individually or as partner in a joint venture,
in more than one Bid in this bidding process in accordance with ITB 4.3(e), other than
alternative offers submitted in accordance with ITB 13.

(g) Our firm, joint venture partners, associates, parent company, its affiliates or subsidiaries,
including any Subcontractors or Suppliers for any part of the contract, are not subject to,
or not controlled by any entity or individual that is subject to, a temporary suspension or
a debarment imposed by the Asian Development Bank or a debarment imposed by the
Asian Development Bank in accordance with the Agreement for Mutual Enforcement of

Single-Stage: Two-Envelope Procurement of Works Bidding Document for Hussianabad WSS


Section 4 - Bidding Forms 4-3

Debarment Decisions between the Asian Development Bank and other development
banks.1
(h) Our firm, joint venture partners, associates, parent company, affiliates or subsidiaries,
including any Subcontractors or Suppliers for any part of the Contract, are not, or have
never been, temporarily suspended, debarred, declared ineligible, or blacklisted by the
employer’s country, any international organization, and other donor agency.

If so debarred, declared ineligible, temporarily suspended, or blacklisted, please state


details (as applicable to each joint venture partner/ associate/ parent company/ affiliate/
subsidiaries/ subcontractors/ suppliers):
(i) Name of Institution: __________________
(ii) Period of debarment, ineligibility, or blacklisting (start and end date): ____________
(iii) Reason for the debarment, ineligibility, or blacklisting: ________________________

(i) Our firm’s, joint venture partners’, associates’, parent company’s affiliates’ or
subsidiaries’, including any Subcontractors or Suppliers key officers and directors have
not been [charged or convicted] of any criminal offense (including felonies and
misdemeanors) or infractions/violations of ordinance which carry the penalty of
imprisonment.

If so charged or convicted, please state details:


(i) Nature of the offense/violation: __________________
(ii) Court/Area of jurisdiction: __________________
(iii) Resolution (i.e. dismissed; settled; convicted/duration of penalty):
__________________
(iv) Other relevant details:

(j) We understand that it is our obligation to notify ADB should our firm, joint venture
partners, associates, parent company, affiliates or subsidiaries, including any
Subcontractors or Suppliers, be temporarily suspended, debarred or become ineligible
to work with ADB or any other MDBs, the employer’s country, international
organizations, and other donor agencies, or any of our key officers and directors be
charged or convicted of any criminal offense or infractions/violations of ordinance which
carry the penalty of imprisonment.

(k) Our firm, joint venture partners, associates, parent company, affiliates or subsidiaries,
including any subcontractors or suppliers, are not from a country which is prohibited to
export goods to or receive any payments from the employer’s country by an act of
compliance with a decision of the United Nations Security Council taken under Chapter
VII of the Charter of the United Nations.

1 These institutions include African Development Bank, European Bank for Reconstruction and Development (EBRD), Inter-
American Development Bank (IADB), and the World Bank Group. According to paragraph 9 of the Agreement, other
international financial institutions may join upon the consent of all Participating Institutions and signature of a Letter of
Adherence by the international financial institution substantially in the form provided (Annex B to the Agreement). Upon
adherence, such international financial institution shall become a Participating Institution for purposes of the Agreement.
Bidders are advised to check www.adb.org/integrity for updates.

Bidding Document for Hussianabad WSS Procurement of Works Single-Stage: Two-Envelope


4-4 Section 4 - Bidding Forms

(l) [We are not a government-owned enterprise] / [We are a government-owned enterprise
but meet the requirements of ITB 4.5].2

(m) We have not been suspended nor declared ineligible by the Employer based on
execution of a Bid-Securing Declaration in accordance with ITB 4.6.

(n) We agree to permit ADB or its representative to inspect our accounts and records and
other documents relating to the bid submission and to have them audited by auditors
appointed by ADB.

(o) If our Bid is accepted, we commit to mobilizing key equipment and personnel in
accordance with the requirements set forth in Section 6 (Employer’s Requirements) and
our technical proposal, or as otherwise agreed with the Employer.

(p) We understand that any misrepresentation that knowingly or recklessly misleads, or


attempts to mislead may lead to the automatic rejection of the Bid or cancellation of the
contract, if awarded, and may result in remedial actions, in accordance with ADB’s
Anticorruption Policy and Integrity Principles and Guidelines (as amended from time to
time).

Name .................................................................................................................................................
In the capacity of ...............................................................................................................................
Signed ...............................................................................................................................................
............................................................................................................................................................
Duly authorized to sign the Bid for and on behalf of .........................................................................
Date
…………………………………………………………………………………………………………..

2
Use one of the two options as appropriate.

Single-Stage: Two-Envelope Procurement of Works Bidding Document for Hussianabad WSS


Section 4 - Bidding Forms 4-5

Letter of Price Bid


-Note-
The bidder must accomplish the Letter of Price Bid on its letterhead clearly showing the bidder’s complete
name and address.

Date: ..................................................
OCB No.: ..................................................
Invitation for Bid No.: ..................................................
To:
Project Director (Technical)
Jharkhand Urban Infrastructure Development Company Limited,
3rd Floor, Pragati Sadan, Kutchery Chowk,
Ranchi, Jharkhand -834001

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including
Addenda issued in accordance with Instructions to Bidders (ITB) 8.

(b) We offer to execute in conformity with the Bidding Documents and the Technical Bid
submitted for the following Works.[ . . .insert narrative . . .]

(c) The total price of our Bid, excluding any discounts offered in item (d) below is:

[amount of foreign currency in words], [amount in figures], and [amount of local currency in words], [amount
in figures]

The total bid price from the Summary of Bill of Quantities should be entered by the bidder only in BOQ (xls
Format). Quoting the Price bid in any other place including the Letter of Price Bid may result in the rejection
of the bid.

(d) The discounts offered and the methodology for their application are: [ . . .insert discounts
and methodology for their application if any . . .]

(e) Our Bid shall be valid for a period of [ . . .insert bid validity period as specified in ITB 18.1 of the
BDS. . . .] days from the date fixed for the bid submission deadline in accordance with the
Bidding Documents, and it shall remain binding upon us and may be accepted at any
time before the expiration of that period.

(f) If our Bid is accepted, we commit to obtain a performance security in accordance with
the Bidding Documents.

Bidding Document for Hussianabad WSS Procurement of Works Single-Stage: Two-Envelope


4-6 Section 4 - Bidding Forms

(g) We have paid, or will pay the following commissions, gratuities, or fees with respect to
the bidding process or execution of the Contract.3

Name of Recipient Address Reason Amount


......................................... ....................................... ................................ .....................
......................................... ....................................... ................................ .................... .

(h) We understand that this bid, together with your written acceptance thereof included in
your notification of award, shall constitute a binding contract between us, until a formal
contract is prepared and executed.

(i) We understand that you are not bound to accept the lowest evaluated bid or any other
bid that you may receive.

(j) We agree to permit ADB or its representative to inspect our accounts and records and
other documents relating to the bid submission and to have them audited by auditors
appointed by ADB.

Name .................................................................................................................................................
In the capacity of ...............................................................................................................................
Signed ...............................................................................................................................................
............................................................................................................................................................
Duly authorized to sign the Bid for and on behalf of .........................................................................
Date ........................................................................................................................................

3
If none has been paid or is to be paid, indicate “None”.

Single-Stage: Two-Envelope Procurement of Works Bidding Document for Hussianabad WSS


Section 4 - Bidding Forms 4-7

Bid Security
Bank Guarantee
............................................................. Bank’s name, and address of issuing branch or office4 .............................................................

Beneficiary: Managing Director


Jharkhand Urban Infrastructure Development Company Limited,
3rd Floor,Pragati Sadan, Kutchery Chowk,
Ranchi, Jharkhand -834001

Date:................................................................................................................................................................................................................
Bid Security No.: ....................................................................................................................................................................................

We have been informed that . . . . . name of the bidder. . . . . (hereinafter called "the Bidder") has
submitted to you its bid dated . . . . . . . . . (hereinafter called "the Bid") for the execution of . . . .
. . . . name of contract . . . . . . . under Invitation for Bids No. . . . . . . . . . (“the IFB”).
Furthermore, we understand that, according to your conditions, bids must be supported by a
bid guarantee.
At the request of the Bidder, we . . . . . name of bank. . . . . hereby irrevocably undertake to pay
you any sum or sums not exceeding in total an amount of . . . . . . . . . .amount in words . . . . . . . .
. (. . . . . . .amount in figures . . . . . . . )upon receipt by us of your first demand in writing
accompanied by a written statement stating that the Bidder is in breach of its obligation(s)
under the bid conditions, because the Bidder
(a) has withdrawn its Bid during the period of bid validity specified by the Bidder in the
Letters of Technical and Price Bid; or
(b) does not accept the correction of errors in accordance with the Instructions to Bidders
(hereinafter “the ITB”); or
(c) having been notified of the acceptance of its Bid by the Employer during the period of
bid validity, (i) fails or refuses to execute the Contract Agreement, or (ii) fails or refuses
to furnish the performance security, in accordance with the ITB, or (iii) fails or refuses to
furnish a domestic preference security, if required.
This guarantee will expire (a) if the Bidder is the successful Bidder, upon our receipt of copies
of the Contract Agreement signed by the Bidder and the Performance Security issued to you
upon the instruction of the Bidder; or (b) if the Bidder is not the successful Bidder, upon the
earlier of (i) our receipt of a copy of your notification to the Bidder of the name of the
successful Bidder, or (ii) 28 days after the expiration of the Bidder’s bid.
Consequently, any demand for payment under this guarantee must be received by us at the
office on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No.
458.5

. . . . . . . . . . . .Authorized signature(s) and bank’s seal (where appropriate) . . . . . . . . . .

4
All italicized text is for use in preparing this form and shall be deleted from the final document.
5
Or 758 as applicable.

Bidding Document for Hussianabad WSS Procurement of Works Single-Stage: Two-Envelope


4-8 Section 4 - Bidding Forms

TechnicalProposal
Guaranteed electricity consumption

Personnel

Equipment

Site Organization

Method Statement

Mobilization Schedule

Construction Schedule

Single-Stage: Two-Envelope Procurement of Works Bidding Document for Hussianabad WSS


Section 4 - Bidding Forms 4-9

Guaranteed electricity consumption


Maximum guaranteed electricity consumption: The Bidder shall quote and guarantee the
electricity consumption for every operating year for 5 years (including DLP) in the following
format

Sr. DLP/1st 2nd 3rd 4th 5th


Month
No. year year year year year
Maximum
electricity
1 This is to be filled in BOQ format .
Consumption in
kWh per year*

* The ‘maximum electricity consumption’ is the electricity consumption for operating the WTP including pumping
stations at nominal design flow.

Bidding Document for Hussianabad WSS Procurement of Works Single-Stage: Two-Envelope


4-10 Section 4 - Bidding Forms

Personnel

Form PER – 1: Proposed Personnel

Bidder should provide the details of the proposed personnel and their experience record in the
relevant Information Forms below for each candidate:

1. Title of position*

Name

2. Title of position*

Name

3. Title of position*

Name

4. Title of position*

Name

5. Title of position*

Name

6. Title of position*

Name

etc. Title of position*

Name

-- Note --
* As listed in Section 6 (Employer’s Requirements).

Single-Stage: Two-Envelope Procurement of Works Bidding Document for Hussianabad WSS


Section 4 - Bidding Forms 4-11

Form PER – 2: Resumé of Proposed Personnel

The Bidder shall provide all the information requested below. Use one form for each position.

Position

Personnel Name Date of birth


information

Professional qualifications

Present Name of employer


employment

Address of employer

Telephone Contact (manager / personnel officer)

Fax E-mail

Job title Years with present employer

Summarize professional experience in reverse chronological order. Indicate particular technical


and managerial experience relevant to the project.

From To Company/Project/Position/Relevant Technical and Management


Experience

Bidding Document for Hussianabad WSS Procurement of Works Single-Stage: Two-Envelope


4-12 Section 4 - Bidding Forms

Equipment

Form EQU: Equipment

The Bidder shall provide adequate information and details to demonstrate clearly that it has the
capability to meet the equipment requirements indicated in Section 6 (Employer’s Requirements),
using the Forms below. A separate Form shall be prepared for each item of equipment listed, or for
alternative equipment proposed by the Bidder.

Item of Equipment

Equipment Name of manufacturer Model and power rating


Information

Capacity Year of manufacture

Current Current location


Status

Details of current commitments

Source Indicate source of the equipment

 Owned  Rented  Leased  Specially manufactured

Omit the following information for equipment owned by the Bidder.


Owner Name of owner

Address of owner

Telephone Contact name and title

Fax Telex

Agreements Details of rental / lease / manufacture agreements specific to the project

Single-Stage: Two-Envelope Procurement of Works Bidding Document for Hussianabad WSS


Section 4 - Bidding Forms 4-13

Site Organization

Method Statement

Mobilization Schedule

Construction Schedule

Bidding Document for Hussianabad WSS Procurement of Works Single-Stage: Two-Envelope


4-14 Section 4 - Bidding Forms

Bidders Qualification
To establish its qualifications to perform the contract in accordance with Section 3 (Evaluation
and Qualification Criteria) the Bidder shall provide the information requested in the
corresponding Information Sheets included hereunder.

Single-Stage: Two-Envelope Procurement of Works Bidding Document for Hussianabad WSS


Section 4 - Bidding Forms 4-15

Form ELI - 1: Bidder’s Information Sheet

Bidder’s Information

Bidder’s legal name

In case of a Joint Venture,


legal name of each partner

Bidder’s country of
constitution

Bidder’s year of
constitution

Bidder’s legal address in


country of constitution

Bidder’s authorized
representative
(name, address, telephone
number(s), fax number(s), e-
mail address)

Attached are copies of the following documents.

❑ 1. In case of a single entity, articles of incorporation or constitution of the legal entity named above, in accordance with ITB
4.1 and ITB 4.2.

❑ 2. Authorization to represent the firm or Joint Venture named above, in accordance with ITB 20.2.

❑ 3. In case of a Joint Venture, a letter of intent to form a Joint Venture or Joint Venture agreement, in accordance with ITB 4.1.

❑ 4. In case of a government-owned enterprise, any additional documents not covered under 1 above required to comply with
ITB 4.5.

Bidding Document for Hussianabad WSS Procurement of Works Single-Stage: Two-Envelope


4-16 Section 4 - Bidding Forms

Form ELI - 2: Joint Venture Information Sheet

Each member of the Joint Venture and Specialist Subcontractor must fill out this form separately.
Joint Venture / Specialist Subcontractor Information

Bidder’s legal name

Joint Venture Partner’s or


Specialist Subcontractor’s
legal name

Joint Venture Partner’s or


Specialist Subcontractor’s
country of constitution

Joint Venture Partner’s or


Specialist Subcontractor’s
year of constitution

Joint Venture Partner’s or


Specialist Subcontractor’s
legal address in country of
constitution

Joint Venture Partner’s or


Specialist Subcontractor’s
authorized representative
information
(name, address, telephone
number(s), fax number(s), e-
mail address)
Attached are copies of the following documents.
❑ 1. Articles of incorporation or constitution of the legal entity named above, in accordance with ITB 4.1 and ITB 4.2.
❑ 2. Authorization to represent the firm named above, in accordance with ITB 20.2.
❑ 3. In the case of a government-owned enterprise, documents establishing legal and financial autonomy and compliance with
commercial law, in accordance with ITB 4.5.

Single-Stage: Two-Envelope Procurement of Works Bidding Document for Hussianabad WSS


Section 4 - Bidding Forms 4-17

Form CON - 1: Historical Contract Non-Performance

Each Bidder must fill out this form in accordance under Criterion 2.2.1 and 2.2.3 of Section 3
(Evaluation and Qualification Criteria) to describe any history of non-performing contracts and
pending litigation or arbitration formally commenced against it.

In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide
the Joint Venture Partner’s name below:

Joint Venture Partner: ___________________


Table 1: History of Non-Performing Contracts
Choose one of the following:

❑ No non-performing contracts.

❑ Below is a description of non-performing contracts involving the Bidder (or each Joint Venture member if Bidder is a Joint
Venture).

Amount of
non-
performed Total
Year Description
portion of Contract
contract ($ Amount ($
equivalent) equivalent)

[insert
Contract Identification: [indicate complete contract name/ number, and any [insert [insert
year] other identification] amount] amount]
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Reason(s) for nonperformance: [indicate main reason(s)]

Bidding Document for Hussianabad WSS Procurement of Works Single-Stage: Two-Envelope


4-18 Section 4 - Bidding Forms

Table 2: Pending Litigation and Arbitration

Choose one of the following:

❑ No pending litigationand Arbitration.

❑ Below is a description of all pending litigationand Arbitration involving the Bidder (or each Joint Venture member if Bidder
is a Joint Venture).

Value of
Value of
Pending
Pending
Year Matter in Dispute Claim as a
Claim in $
Percentage of
Equivalent
Net Worth

[insert
Contract Identification: [indicate complete contract name/ number, and any [insert [insert
year] other identification] amount] amount]
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Matter of Dispute: [indicate full description of dispute]
Party who initiated the dispute: [indicate “Employer” or “Contractor”]
Status: [indicate status of dispute]

- Note -
Table 2 of thisform shall only be included if Criterion 2.2.3 of Section 3 (Evaluation and Qualification Criteria) is
applicable.

Single-Stage: Two-Envelope Procurement of Works Bidding Document for Hussianabad WSS


Section 4 - Bidding Forms 4-19

Form FIN - 1: Historical Financial Performance

Each Bidder must fill out this form.

In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide
the Joint Venture Partner’s name below:

Joint Venture Partner: ___________________

Financial Data for Previous ……… Years [$ Equivalent]

Year 1: Year 2: Year __:

Information from Balance Sheet

Total Assets (TA)

Total Liabilities (TL)

Net Worth = TA – TL

Current Assets (CA)

Current Liabilities (CL)

Working Capital = CA -
CL

To be obtained for most recent year and carried forward to FIN-


Most Recent
3 Line 1; in case of Joint Ventures, to the corresponding Joint
Working Capital Venture Partner’s FIN – 3.

Information from Income Statement

Total Revenues

Profits Before Taxes

Profits After Taxes

❑ Attached are copies of financial statements (balance sheets including all related notes and income statements) for the last
_____ years, as indicated above, complying with the following conditions:
• Unless otherwise required by Section 3 of the Bidding Document, all such documents reflect the financial situation of the
legal entity or entities comprising the Bidder and not the Bidder’s parent companies, subsidiaries, or affiliates.
• Historical financial statements must be audited by a certified accountant.
• Historical financial statements must be complete, including all notes to the financial statements.
• Historical financial statements must correspond to accounting periods already completed and audited (no statements for
partial periods shall be requested or accepted).

Bidding Document for Hussianabad WSS Procurement of Works Single-Stage: Two-Envelope


4-20 Section 4 - Bidding Forms

Form FIN - 2: Average Annual Construction Turnover

Each Bidder must fill out this form.

The information supplied should be the Annual Turnover of the Bidder or each member of a Joint
Venture in terms of the amounts billed to clients for each year for work in progress or completed,
converted to US dollars at the rate of exchange at the end of the period reported.

In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide
the Joint Venture Partner’s name below:

Joint Venture Partner: ___________________

Annual Turnover Data for the Last …….Years (Construction only)


Amount Exchange $
Year
Currency Rate Equivalent

Average Annual Construction Turnover

Single-Stage: Two-Envelope Procurement of Works Bidding Document for Hussianabad WSS


Section 4 - Bidding Forms 4-21

Form FIN – 3: Availability of Financial Resources

Bidders must demonstrate sufficient financial resources, usually comprising of Working Capital
supplemented by credit line statements or overdraft facilities and others to meet the Bidder’s financial
requirements for

(a) Its current contract commitments, and


(b) The subject contract.

In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide
the Joint Venture Partner’s name below:

Joint Venture Partner: ___________________

Financial Resources
No. Source of financing Amount ($ equivalent)

1 Working Capital (to be taken from FIN-1)

2 Credit Linea

3 Other Financial Resources

Total Available Financial Resources

a
To be substantiated by a letter from the bank issuing the line of credit. Only fund based unutilized line of
credit shall be considered.

Bidding Document for Hussianabad WSS Procurement of Works Single-Stage: Two-Envelope


4-22 Section 4 - Bidding Forms

Form FIN- 4: Financial Requirements for Current Contract Commitments

Bidders (or each Joint Venture partner) should provide information on their current commitments on
all contracts that have been awarded, or for which a letter of intent or acceptance has been
received, or for contracts approaching completion, but for which an unqualified, full completion
certificate has yet to be issued.

In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide
the Joint Venture Partner’s name below:

Joint Venture Partner: ___________________

Current Contract Commitments


Employer’s Outstanding Remaining
Contract Contract Contract Monthly Financial Resources
Name of Contact
No. Completion Value Period in Requirement
Contract (Address, Tel,
Date (X / Y)
Fax) (X)a months (Y)b

Total Monthly Financial Requirement for Current Contract Commitments $ . . . . . . . . . . . . . . . . .

a Remaining outstanding contract values to be calculated from 28 days prior to the bid submission deadline ($
equivalent based on the foreign exchange rate as of the same date).
b
Remaining contract period to be calculated from 28 days prior to bid submission deadline.

Single-Stage: Two-Envelope Procurement of Works Bidding Document for Hussianabad WSS


Section 4 - Bidding Forms 4-23

Form FIN - 5: Self-Assessment Tool for Bidder’s Compliance to Financial Resources


(Criterion 2.3.3 of Section 3)

This form requires the same information submitted in Forms FIN-3 and FIN-4. All conditions
of “Available Financial Resources Net of CCC ≥ Requirement for the Subject Contract” must
be satisfied to qualify.

Form FIN-5A: For Single Entities


Results:
Total Available Total Monthly Financial Yes or No
Financial Requirement for Current Available Financial Requirement [D must be
For Single Resources from Contract Commitments Resources Net for the Subject greater than or
Entities: FIN – 3 (CCC) from FIN – 4 of CCC Contract equal to E]
(A) (B) (C) D = (B - C) (E) (F)

_________ ...........
(Name of Bidder)

Form FIN-5B: For Joint Ventures


Total Available Total Monthly Financial Available Results:
Financial Requirement for Current Financial Requirement Yes or No
For Joint Resources Contract Commitments Resources Net for the Subject [D must be greater
Ventures: from FIN – 3 (CCC) from FIN – 4 of CCC Contract than or equal to E]
(A) (B) (C) D = (B - C) (E) (F)
One Partner:

____________ ...........
(Name of Partner)

Each Partner:

_____________ ...........
(Name of Partner 1)

_____________ ...........
(Name of Partner 2)

_____________ ...........
(Name of Partner 3)

All partners ∑ D = Sum of available financial resources net of ∑ D = _______ ...........


combined current contract commitments for all partners

- Note -
Form FIN – 5 is made available for use by the bidder as a self-assessment tool, and by the employer as an evaluation work
sheet, to determine compliance with the financial resources requirement as stated in 2.3.3. Failure to submit Form FIN-5 by
the Bidder shall not lead to bid rejection.

Bidding Document for Hussianabad WSS Procurement of Works Single-Stage: Two-Envelope


4-24 Section 4 - Bidding Forms

Form EXP – 1: Contracts of Similar Size and Nature

Fill out one (1) form per contract.

The exchange rate to be used to calculate the value of the contract for conversion to a specific
currency shall be the selling rate of borrower’s national bank on the date of the contract.

Contract of Similar Size and Nature


Contract
Contract No. . . . . . of . . . . .
Identification

Award Date Completion Date

Total Contract Amount $

If partner in a Joint Venture or


Percent of
subcontractor, specify participation of Amount
Total
total contract amount

Employer’s name
Address
Telephone number
Fax number
E-mail

Description of the Similarity in Accordance with Criterion 2.4.1 of Section 3 (Evaluation and
Qualification Criteria)
Participation as a contractor, Joint
Venture partner, or subcontractor
in at least one contract that has
been successfully or substantially
completed within the last seven (7)
years and that is similar to the
proposed works, where the value
of the Bidder's participation
exceeds INR 225 million. The
experience of the contractor with
respect to the following items shall
be treated as similarity of bidder's
participation: (a) construction of
water treatment plant, and (b)
either construction of overhead
tank / ground level service
reservoir or providing laying
jointing of water pipelines of any
material or type, such as rising
main, feeder main, or water
distribution pipeline.

Single-Stage: Two-Envelope Procurement of Works Bidding Document for Hussianabad WSS


Section 4 - Bidding Forms 4-25

Form EXP - 2: Construction Experience in Key Activities

Fill out one (1) form per contract.

Each Bidder must fill out this form.

In case of a Joint Venture, at least one of the Joint Venture Partners who will comply with the
requirements must fill out this form and provide the Joint Venture Partner’s name below:

Joint Venture Partner: ___________________

If complied by Specialist Subcontractor, the Specialist Subcontractor must fill out this form and
provide the Specialist Subcontractor’s name below:

Specialist Subcontractor: ___________________

Contract with Similar Key Activities

Contract No. . . . . . of . . . . . Contract Identification

Award Date Completion Date

Total Contract Amount $

If partner in a Joint Venture or


subcontractor, specify participation of Percent of Total Amount
total contract amount

Employer’s name
Address
Telephone number
Fax number
E-mail

Bidding Document for Hussianabad WSS Procurement of Works Single-Stage: Two-Envelope


4-26 Section 4 - Bidding Forms

Description of the Key Activities in Accordance with Criterion 2.4.2 of Section 3 (Evaluation and
Qualification Criteria)
1. Participation in either under a
single or under different contracts
that have been successfully
completed in last (7) years, where
in scope of works under the
contract includes Design,
Construction and Commissioning of
following project components in
India:
a) One water treatment plant of
capacity not less than 2.4 MLD
b) One Contract of Water supply
pipelines for more than 13 km of
length
c) One Elevated Service Reservoir
or a Ground Level Service
Reservoir of capacity not less than
of capacity not less than 600KL

d) Raw or clear water pumping


station with capacity not less than
75 HP and discharge capacity of not
less than 54 lps;
2. Participation in an operation and
maintenance contract for at least 2
years during last 7 years for water
distribution system serving a
minimum of 3000 house service
connections or a population
equivalent of 15000 persons.

Single-Stage: Two-Envelope Procurement of Works Bidding Document for Hussianabad WSS


Section 4 - Bidding Forms 4-27

Schedules

Schedule of Payment Currencies

Not Applicable
For ...........................insert name of Section of the Works .................................

Separate tables may be required if the various sections of the Works (or of the Bill of Quantities)
will have substantially different foreign and local currency requirements. In such a case, the
Employer should prepare separate tables for each Section of the Works.

A B C D
Rate of Percentage of
Local Currency
Name of Payment Amount of Exchange Net Bid Price (NBP)
Equivalent
Currency Currency to Local 100xC
C=AxB
Currency NBP

Local Currency
1.00

Foreign Currency #1

Foreign Currency #2

Foreign Currency #3

Net Bid Price 100.00

Provisional Sums
Expressed in Local 1.00
Currency

BID PRICE

- Note -
The rates of exchange shall be the selling rates 28 days prior to the deadline for submission of bids published by
the source specified in BDS 15.

Bidding Document for Hussianabad WSS Procurement of Works Single-Stage: Two-Envelope


4-28 Section 4 - Bidding Forms

Tables of Adjustment Data To be entered by the bidder

Table A - Local Currency

Bidder’s Bidder’s
Index Index Base Value
Source of Index Local Currency Proposed
Code Description and Date
Amount Weighting

Nonadjustable — — — A: 0.15
B:
C:
D:
E:

Total 1.00

Table B - Foreign Currency (Not Applicable)


Name of Currency: ............................................................................................
Insert name of currency. If the bidder wishes to quote in more than one foreign currency, this table should be
repeated for each foreign currency.

To be entered by the bidder

Bidder’s Bidder’s
Source of Base Value Equivalent in
Index Code Index Description Currency in Proposed
Index and Date FC1
Type/Amount Weighting

Nonadjustable — — — A: 0.15
B:
C:
D:
E:

Total 1.00

- Note -
As per GCC 1.1.3.1, “Base Date” means the date 28 days prior to the latest date for submission of the bid.

Tables of Adjustment Data shall only be included if prices are to be quoted as adjustable prices in accordance
with ITB 14.5.

Single-Stage: Two-Envelope Procurement of Works Bidding Document for Hussianabad WSS


Section 4 - Bidding Forms 4-29

Bill of Quantities

Annexed Separately

Bidding Document for Hussianabad WSS Procurement of Works Single-Stage: Two-Envelope


Section 5 - Eligible Countries 5-1

Section 5 - Eligible Countries


Eligible Countries: This section contains the list of eligible countries

1. Afghanistan 35. Micronesia, Federated States of


2. Armenia 36. Mongolia
3. Australia 37. Myanmar
4. Austria 38. Nauru
5. Azerbaijan 39. Nepal
6. Bangladesh 40. The Netherlands
7. Belgium 41. New Zealand
8. Bhutan 42. Norway
9. Brunei Darussalam 43. Pakistan
10. Cambodia 44. Palau
11. Canada 45. Papua New Guinea
12. China, People’s Republic of 46. Philippines
13. Cook Islands 47. Portugal
14. Denmark 48. Samoa
15. Fiji 49. Singapore
16. Finland 50. Solomon Islands
17. France 51. Spain
18. Georgia 52. Sri Lanka
19. Germany 53. Sweden
20. Hong Kong, China 54. Switzerland
21. India 55. Taipei,China
22. Indonesia 56. Tajikistan
23. Ireland 57. Thailand
24. Italy 58. Timor-Leste
25. Japan 59. Tonga
26. Kazakhstan 60. Turkey
27. Kiribati 61. Turkmenistan
28. Korea, Republic of 62. Tuvalu
29. Kyrgyz Republic 63. United Kingdom
30. Lao People’s Democratic Republic 64. United States
31. Luxembourg 65. Uzbekistan
32. Malaysia 66. Vanuatu
33. Maldives 67. Viet Nam
34. Marshall Islands 68. Niue

Bidding Document for Hussianabad WSS Procurement of Works Single-Stage: Two-Envelope


4-2 Section 4 - Bidding Forms
SECTION -6
EMPLOYER’S REQUIREMENTS

This Section contains the Scope of Services, Specifications, Drawings, supplementary


information that describe the existing system, Personnel Requirements and Equipment
Requirements

Section – 6……………………………………………………………………..1
6.1. Project Background……………………………………………………..3
6.2. Project Area Background……………………………………………….3
6.3. Existing Water Supply Situation……………………………….………..3
6.4. Scope Of Work & Services……………………………..………………..4
6.5. Methodology Of Services…………………………………………….…..15
6.6. Supplementary Information………………………………………………306

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
LIST OF APPENDICES:

Appendix 1 Recommended minimum O&M staff pattern surface source-:typical staff


pattern (for 5 to 25 Mld system) with conventional treatments
Appendix 2 Schedule of preventive maintenance clarifloculators and their drive
Appendix 3 Minimum staff recommended for water works laboratories
Appendix 4 Particulars to be supplied with the samples
Appendix 5 Specimen form for short physical and chemical examination
Appendix 6 Specimen form for complete physical, chemical and biological
examination
Appendix 7 Specimen form for short physical and chemical examination
Appendix 8 Specimen form for complete bacteriological examination of water
Appendix 9 Minimum equipments needed for physical and chemical tests
Appendix 10 Equipment needed for bacteriological up to 2000c examination
Appendix 11 Test to be done by water works laboratories
Appendix 12 Initial Environmental Evaluation with Environment Management Plan
Appendix 13 Draft Due Diligence Report

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
6.1. PROJECT BACKGROUND

6.1.1 Jharkhand Urban Infrastructure Development Company Limited (JUIDCO), – a


company created under the administrative control of Urban Development & Housing
Department, Government of Jharkhand (GOJ) for formulations, implementation and
monitoring of various Central/State sponsored urban infrastructure development schemes in
the state.

6.1.2 The proposed Jharkhand Urban Resilience and Livability Improvement Project
(JURLIP) would support urban service improvement strategies and policy initiatives of GoJ
under the Jharkhand Vision and Action Plan 2021. The project will complement ongoing
efforts of the GoJ for urban infrastructure and service improvement and institutional reforms
under various national flagship programs.1 The JURLIP will contribute to “improved urban
living” in select towns, which is one of the themes under Jharkhand Vision and Action Plan
2021.

6.1.3 The GOJ, though Department of Economic Affairs, Government of India (GOI) is in
the process of finalization of a loan from the Asian Development Bank (ADB) toward the cost
of JURLIP. The first tranche of loan from ADB is estimated in the range of $150- $200 million
and part of this loan will be used for payments under this package. The provisions of
advanced contracting and retroactive financing would apply to this packages so as to
accelerate procurement of civil works.

6.2. PROJECT AREA BACKGROUND

6.2.1 Description of the Project Area

Hussainabad (Japla) is a small town in Jharkhand serving as the main market for nearby
villages. It is a sub division of Palamu district. On the border of Jharkhand and Bihar. The
Railway station is called ‘Japla’. Stations towards Bihar from Japla, are Kajrat, Nawadih and
Nabinagar. Railway is the main source for intercity commutation but local buses and small
vehicles also operate between nearby city. Hussainabad is located at 24.53º N and 86.02ºE.
Hussainabad town slope has of an average elevation of 476 ft (145 m). Son river is located
about 4 km of Hussainabad. The climate of Hussainabad is typical humid Sub tropical
climate with high variation between summer and winter temperatures. Average temperature
varies from minimum of 3ºC to maximum of 44.9 ºC, occasional extremes have ranged from
1.8ºC to 47ºC. The average annual rainfall is about 732 mm.

6.3. EXISTING WATER SUPPLY SITUATION

Piped Water supply scheme to Hussainabad town is from Son River as a source to fulfil the
water demand of town. The project was sanctioned by Drinking Water & Sanitation
Department (DW&SD), GOJ as per letter issued by Chief Engineer, dated 08.02.2006 &
Technically sanctioned by Chief Engineer (Drinking Water& Sanitation) GOJ. The water
supply scheme was commissioned in the year 2012-13.

Son River, near village Deori is the source of the existing scheme. The head work has been
constructed on the right bank of the Son River near village Deori. Water is being pumped by
VT pumps to the Water treatment plant constructed in Deori village through DI rising main.
Pure water is then pumped to the existing ESR by centrifugal pumps from pure water sump

1 The national flagship programs launched by the Ministry of Housing & Urban Affairs (MoHUA) include Atal
Mission for Rejuvenation and Urban Transformation (AMRUT), Smart Cities Mission (SCM) and Swacha Bharat
Mission.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
through pure water rising main. The distribution system of DI pipe network, has been laid in
about 25% of the Nagar Panchayat area.

Extension of pipe lines in newly developed areas has not been done yet. Water treatment
plant (WTP) having capacity 3 Mld which is not sufficient to meet the water demand balance
75% of area is not covered under the existing water distribution scheme and the quality of
water is also susceptible. Insufficient terminal pressure in the outlying areas and non-uniform
spatial supply rate of water development and growth of the town is obstructed due to non-
availability of safe and adequate drinking water.

6.4. SCOPE OF WORK & SERVICES

6.4.1 Definitions

The words, terms and expressions beginning with capital letters and defined under this
Section including those in General Conditions of Contract (GCC) and those in Particular
Conditions of Contract (PCC) shall, unless the context otherwise requires, have the
meanings as described thereto herein:

• “Boundary Limits” shall mean the boundary within which the Contractor has the
responsibility of providing services in accordance to the terms and conditions under
this Contract;

• “Contractor’s Personnel” means personnel hired and deployed by the Contractor


under provision of Works and Services but excluding the Hussainabad Nagar
panchayat (HNP) or DW&SD or Public Health and Environmental Department
(PHED) Personnel;

• “CPHEEO” means the Central Public Health and Environmental Engineering


Organization under the Ministry of Housing & Urban Affairs (MoHUA), GOI.

• “Consumer or Customer” means all entities (including individuals) to which/whom


DW&SD / Contractor / Operator/ HNP provides water services through the existing
water distribution system or through the newly developed system and includes all
existing consumers at the time of the Commencement Date and entities which
become consumers after the Commencement Date.

• “Consumer Relation Management Centres” means the special centres, planned and
established by the Contractor to provide commercial and public relations services to
consumers under this Contract.

• “Contract Date” means the date on which the contract is signed

• “Contract Period” means the period of Contract counted from Commencement Date
up to Contract Completion Date.

• Contract Completion Date is the date of end of O&M Period, when the all the
obligations under this contract are complete and project is handed over to Employer.

• “Critical Measurement Points” means the locations agreed for undertaking


measurement of flow and pressure in the water supply system for facilitating the
monitoring of minimum Service levels stipulated in Clause of Performance
Standards.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
• “Consumer Water Connection Points” means the points in the distribution pipe from
which water connections are given to the consumers.

• “Contract Commencement date” means the stipulated date of commencement of


contract indicated in Notice to Proceed (NTP). NTP is issued after signing of the
agreement or as decided by the Employer.

• Contract completion means the Final Handover Date that includes operation
services.

• Construction Period means the period commencing from Contract Commencement


Date to completion of construction of the permanent works.

• “DMA” or District Metered Area (DMA) means a discrete area of water distribution
network, created by closing boundary valves so that it remains flexible to changing
demands.

• “DPR” means the Detailed Project Report of Hussainabad Water Supply Project.

• “DNI” means Distribution Network Improvement.

• “DNI Plan” means the detailed techno-economic Distribution Network Improvement


plan of the Contractor to achieve the minimum service levels stipulated in
Performance Standards in this Section.

• “DW&SD” means the Drinking Water & Sanitation Department, GoJ.

• “Electricity Department” means the local service provider supplying electricity for
facilitating Operation of the facilities.

• “ESR” means Elevated Service Reservoir; GLSR (Ground Level Service Reservoir),
SR (Service Reservoirs), OHSR (Over Head Service Reservoir) has the same
meaning as ESR.

• “Existing Assets” means infrastructure components, plant, machinery, equipment and


any other units existing at the site as on the Contract Commencement Date.

• “Initial Handover Date’ means the date on which the Contractor/operator takes over
the first zone for operation and maintenance, after completing works of water
distribution network and making house service connections. “Initial Handover” is
synonymous to “the date stated in the initial Commissioning Certificate.

• “Final Handover Date” means the date on which the Contractor finally handovers the
entire water supply system including existing bulk water supply system developed by
DW&SD, after successful five years of operation and maintenance of the contract
period to JUIDCO or local body“Government Agencies” means all those agencies
comprising of local, state and central government authorities directly or indirectly
connected to provision of water services to the consumers in concerned Service
Area.

• HNP – Hussainabad Nagar panchayat.

• “Major Maintenance” means large capital maintenance works requiring replacement


of existing infrastructure / assets like pumps, motors, pipes, transformers,
instrumentation, civil structures other than procured and installed by the contractor
and include, those which are procured and installed by contractor and whose

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
operational life is exceeded than those specified in CPHEEO manual during the
currency of Operation Period.

• “Mandatory Works” means, works which are listed in the Bill of Quantities and are
required to be constructed, installed or erected and commissioned in line with the
provisions of this Contract unless such works require change of scope or design as
agreed, as part of the DNI works.

• “Minimum Service Levels” means the levels of service to be maintained in the


operations, maintenance and management and service delivery to consumers,
described in Clause of Performance Standards in this Section.

• “Minor Maintenance” means routine preventive or corrective maintenance works


such as minor repair, reconditioning, or replacement of spare parts to ensure
serviceability of existing and new infrastructure assets procured and installed by the
Contractor including, pipes, electrical equipment, flow meters, pressure monitoring
equipment, and consumer meters, starter panel, electromechanical equipment etc.

• “Mobilization period” means the period in which the contractor mobilizes his
resources i.e, manpower, machineries and other facilities on site and makes the
essential arrangements required for execution.. It is the period commencing from the
date of signing of contract Date and extends up to 30 days.

• “New Assets” means infrastructure components, plant, machinery, equipment and


any other units procured, supplied, installed, erected and commissioned by the
Contractor during the Implementation period other than those existing on the site as
on the Contract Commencement Date.

• “NRW” or Non-Revenue Water means that quantity of water, which does not earn
any revenue. This is difference of quantity, between the volume of system input
water and the billed volume of water within a defined boundary limit and time line.
This is computed as the difference between the total water produced and the total
water billed expressed as a percentage of the total water produced. NRW mainly
comprises. Apparent losses such as illegal water connections, water theft and
metering inaccuracies and Real losses which are leakages in the transmission and
distribution networks.

• NRW in a DMA: A district metering area refers to a zone of a water supply network
that can be isolated and provided with a bulk meter to measure input water quantity
and consumer meters to measure consumption. The difference is used for assessing
NRW in the district metering area.

• “O&M Payments” means the eligible payments towards operation, maintenance,


repairs and service delivery after meeting the stipulated performance indicators.

• “Operator” means the agency to operate the system after taking over. Contractor
means the agency to design construct the works. For the purpose of this Contract,
the Operator is synonymous to the Contractor.

• “O&M Period/ Operation Service Period” operation and maintenance (O&M) period
starting from end of Construction Period and counted for 1825 days (5 years),
including extensions, if any, in line with the terms of contract

• “Performance Standards” mean the Minimum Service Levels to be achieved and


maintained by the Operator during Contract period set forth in Clause of
Performance Standards in this Section.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
• “Physical losses” is the difference between the NRW and the combined volume of
unbilled authorized consumption, unauthorized consumption and meter inaccuracies
within a defined boundary limit and defined time line.

• “Planned Maintenance” means activities required to undertake preventive


maintenance of all assets existing or proposed to be installed under the Contract.

• “Potable Water Specification” means the water quality requirements of potable water
to be supplied to the Consumers as stipulated in IS 10500 Guidelines for Physical
and Chemical Parameters and Bacteriological Quality of Drinking Water, in the
Manual on Water Supply and Treatment, CPHEEO, GOI, MoHUA, New Delhi.

• “Preparatory Period or Service Improvement Plan Preparation period” is the period


commencing from the Contract Commencement Date during which time the
Contractor will prepare the Service Improvement Plan.

• PMC – Project Management Consultant appointed by JUIDCO for preparation of


DPR and for overall supervision, monitoring of the Project.

• “Release Event” shall mean an event such as no availability of water at the source,
no availability of electricity etc., or an event of force majeure.

• “JUIDCO” means Jharkhand Urban Infrastructure Development Company or its


successor agency.

• “Schedules or Schedule” means the schedules forming part of this contract, or any
one of them, as the context requires.

• “Scope of Services” shall mean all those services to be provided by the Contractor in
accordance to the obligations, activities, responsibilities and tasks in implementing
the contract.

• “Scheduled Completion Date” shall mean the date by which the construction of all the
Works as per the agreed Service Improvement Plan are to be completed,
commissioned, tested and certified by the Engineer or Employer’s Representative.

• “Services” means all those activities, interventions, actions and tasks required as part
of the implementation of design and construction works including all planning,
design, detailed engineering, procurement, construction, rehabilitation and
operations, maintenance, and management in providing continuous pressurized
water supply services to the consumers in concerned Service Area.

• “Service Area” means the area where HNP is responsible for provision of water
supply services to consumers. The Service Area can be either within the
administrative Nagar Panchayat boundary as extended from time to time and include
future growth areas where JUIDCO / HNP decides to provide expansion of water
services and undertake operation, maintenance and management services.

• Sub-Project area is synonymous to the Service area.

• “SIP” mean Service Improvement Plan also known as design and development plan
proposed by the contractor and approved by Employer.

• “Water Charge” means the charges per kilo litre of water to be paid by the connected
consumers as fixed by the authority from time to time.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
6.4.2 The Scope of Services.

Table 1: Scope of Work and Services


Sl. Components Indicative Quantity
No.

1. Confirmatory survey, review, updating, detail designing of all the For complete project
structures to be constructed in the water supply scheme, which
includes the proposed Raw water Intake works, Raw water pumping
machinery, raw water rising main ESRs, WTP, distribution system
with connections along with preparation of SIP.

2. Rehabilitation of Existing Water Treatment Plant, Clear Water Rising Existing capacity of
main, ESRs, etc. These are indicated only individual structure
as mentioned in BOQ

3. Confirmatory Survey, Design, supply, construction & commissioning 9.5 Mld


of Intake well, connecting main and Jack well with pump house.
Supply, Erection (Installation), testing and commissioning of Sluice
Gates, Coarse screens, with manually operated cleaning
arrangement.

4. Redesigning, Supply, Erection (installations), Testing and For complete project


Commissioning of Raw water rising main.

Vertical Turbine pumps and centrifugal pump and other electrical


installation.

Supply, Erection (installation), Testing and Commissioning of all the


piping & valves.

5. Supplying, Erection (installation) Testing & Commissioning of For complete project


Electrical installations such as electrical motor, HT switch gear,
Control Gear, Power Transformer, HT/LT Cables, Power Cable and
Control Cables, LPBS, MCC, including substation, earthing etc.
Taking power connection, Construction of associated civil structures
as per specification & drawings.

6. Confirmatory survey, design, supply, construction & commissioning 9.5 Mld


of 9.5Mld WTP along with Sludge recycling tank Electrical
Substation, Staff Quarter and associated facilities

7. Confirmatory Survey, redesign, supply, construction & 6.81 KM


commissioning of Raw Water Transmission Main (Minimum dia 350
mm DI-K9)

8. Confirmatory Survey, redesign, Supply, construction of 8.505 KM


Clear/Treated Water Transmission Main

9. Confirmatory Survey, redesign, Supply, Construction of Water 53.379 KM


Distribution network with DI K7 Pipe

10. Confirmatory Survey, Design, Supply, Construction of Elevated 3 nos..


Service Reservoir

11. Providing House Service connection along with Water meter, pipe 6303 Nos.
fittings etc.

12. Bulk meters, pressure sensors, level sensors for ESRs and Pure For complete project
Sump, communication RTUs through GPRS, SCADA. As per design

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Sl. Components Indicative Quantity
No.

requirement and scope of work

13. Design, Supply and Installation of SCADA system required for For complete project
effective management of the water supply system based on the
continuous data, its analysis and management.

14. Operation and Maintenance of system including Intake Well, Jack For complete project
well, Raw water and pure water Pumping machineries, WTP, ESR,
Water Distribution, all other components service delivery with
performance guarantee, meter reading and billing system and
customer service for the completed DMAs including customer
service centres from Initial Handover date of the DMAs till Contract
Completion Date

Please note:

1. Bidders are advised to visit the proposed site before quoting.


2. The above list is indicative and not exhaustive in nature.
3. Any items of work which have not been specifically mentioned but are necessary for
construction as per good engineering practice and safety norms and operation & guaranteed
performance of the proposed works shall be deemed to be included within the scope of work
of these Employer’s Requirements and shall be provided by the contractor without any extra
cost to the employer.

Table 2: Component Wise Technical Specification

Sr No Sub work Details Unit

1. Intake well:

a) Diameter 3.0 m

b) Depth 4.20 m

c) Bottom Level RL120.20 m

2. Connecting pipe

a) Length 60 m

b) Diameter 700 mm

c) Type DI K-7

3. Jack Well and Pump House (9.5 Mld):

a) Diameter 8.0 m

b) Depth 11.632 m

c) Bottom level RL 116.380 m

d) Floor level of Pump House RL 128.012 m

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Sr No Sub work Details Unit

4. Raw water Pumping Machinery:

a) For (1W+1S)

b) Hours of pumping 16 Hrs

c) HP 150 HP

d) Discharge 385688 LPH

e) Head 61 M

5. Raw Water Main (From Intake well to WTP) 6.81 Km

Diameter – 350 DI K-9

6. Water Treatment Plant with recirculation facility:

a) Location: Hussainabad

b) Capacity 9.5 Mld

C) Sludge settling tank (Recirculation system with


pumping arrangement to feed water up to inlet point
of WTP)

Recirculation system capable of handling waste


water from 9.5 MLD WTP and pumping arrangement
to feed water up to inlet point of WTP with necessary
works

7. Staff Quarter 2 Nos

120 sqm

8. Clear water Pumping Machinery:

For Existing Zone-1 (1W+1S)

a) Hours of pumping 20 Hrs

b) HP 60 HP

c) Discharge 126000 LPH

d) Head 75 M

For Zone-2 (1W+1S)

a) Hours of pumping 20 Hrs

b) HP 55 HP

c) Discharge 186260 LPH

d) Head 38 M

For Zone-3 (1W+1S)

a) Hours of pumping 20 Hrs

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Sr No Sub work Details Unit

b) HP 30 HP

c) Discharge 93626 LPH

d) Head 40 M

For Zone-4 (1W+1S)

a) Hours of pumping 20 Hrs

b) HP 25 HP

c) Discharge 106973 LPH

d) Head 29 M

9 Transmission Mains:

a) From WTP to 3 ESRs (Pumping)

Día Length Unit

200 DI K-9 3480 M

250 DI K-9 3395 M

300 DI K-9 1630 M

a) Material for Transmission Mains. D.I. K9 Pipe

b) Total Length of Transmission Mains 8505 m

10 Elevated Service Reservoir:

a) Existing ESR’ 1.00 Nos.

Cap – 450000 Lit Staging 21m

b) Proposed ESR’s 3 Nos.

c) ZONE – II: Near Anumandal – 25 m Staging Height 1180 Cubic Meter

d) ZONE – III: Near Data Nagar – 22 m Staging Height 600 Cubic Meter

e) ZONE – IV: Block Office – 18 m Staging Height 680 Cubic Meter

11 Distribution network

a) Diameter. In mm Length

100 39677 M

150 3581 M

200 3391 M

250 2999 M

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Sr No Sub work Details Unit

300 2024 M

350 1327 M

400 380 M

Total Length 53379 M

b) Material DI K-7

12 SCADA:

Provision of SCADA Automation to Head Works,


WTP & ESR’s @ various locations.

Reconfirmation of Electromechanical designs for


SCADA system along with logic developments

13 Miscellaneous works such as Staff quarter &


Compound Wall @ WTP and provision of fencing
/barbed wire at ESRs,

Staff Quarters at WTP 2 Nos

14 Providing House Service Connections 6303 Numbers

Table no. 2.1 Water Treatment Plant Specification for 9.5 MLD
Sl. No. Particulars

Designing (aesthetically ), providing constructing and commissioning Conventional Water


Treatment Plant consisting of all Civil, Mechanical and Electrical works including cost of
providing and applying epoxy paint to inside surface of water retaining structures in
A contact with chlorine and providing anti-termite treatment to entire structure below ground
level, mechanical and electrical components of various sub-works as given below,
including necessary hydraulic testing, structural testing, equipment testing and trial run for
a period of 3 months, etc. complete as directed by Engineer-in-charge (turn-key job).

1 Aeration Fountain- Plan are a not less than 0.625 square metre per MLD

Ventury Flume - With necessary devices, consisting of simple mechanical indicator.


2
(Pedestal type gauge)

Flash Mixer-Rapid mixing device, detention time 60 seconds to give velocity gradient 300
3
to 400 sec -1, vane mixer type conforming to I.S. 7090 of 1985.

4 Flocculator – Conforming to I.S.7208-1974 (Type-C) with detention period of 30 minutes.

Clarifier - Horizontal flow circular tank, detention period 2-5 hours, overflow rate 30 cubic
metre per square metre per day (to be specified), Weir loading not more than 300 cubic
5 metre per metre per day, with mechanical sludge scraper conforming to I.S. No. 10313-
1982.

Rapid Sand Filter House-Filter designed for filtration rate of 5,000 litres per square metre
per hour, minimum 2 beds for plant up to 10 MLD, for larger plants as specified, filters to
6
be located in filter house with roof slab, pipe gallery and platform minimum 5.5 metre in
width

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Filter Sand-Effective size 0.45 to 0.70 mm, uniformity coefficient not more than 1.7, nor
less than 1.3, depth of water over sand 0.75 M, free board 50cm, gravel 0.45 M in depth,
a sand and gravel conforming to I.S. 8491 (i)-77, back wash by air wash, standard
appurtenances (to be specified), rate of flow controller, filter gauge, sand expansion
gauge, etc.

Wash Water Tank-Capacity to be specified and suitable to supply water to wash 2 filter
b
units at a time where the units are 4 or more

c Wash Water Pumps - Capacity to fill water tank in 1 hour with 100% standby.

Air Blowers - Capable of delivering 600 LMP per square metre of free air, of filter area at
d
0.4 kg/sq.cm at the under drains (100% stand by)

7 Chemical House in Two Storeys

a Ground floor to accommodate 7 days' alum requirement and sundry storage.

b First floor to accommodate alum and lime tanks etc.

Solution tanks - Minimum 3 tanks (one for preparation, second for dosing and third as
stand by), each tank capable of giving 8 hours maximum dose without interruption,
c minimum free board 0.30M, trays for dissolving, level indicator, mechanical agitation
devices, solution feed and drain lines, solution feed device (constant head device,
strength of solution up to 10% only) conforming to I.S. 9222 Part-I 1979.

8 Pure Water Sump and Pump House.

a Capacity of sump – One hour of designed flow.

b Pump House- Pump house of required size over the sump or by the side.

Store House-Suitable for alum storage of three months requirement in monsoon with 10%
9
extra capacity for other sundry articles.

10 Vacuum feed type Chlorinators- Make to be approved by MJP.

a Conforming to I.S. 10533 - A Part-II 1983

b Rate for withdrawal

Temperature Degree
Kg. of Chlorine discharge per day (Cylinders)
'C'

45 67 Tonnes

10 6.35 9.50 110

15 10.75 16.10 130

20 14.50 21.24 254

27 & Above 18.70 28.12 315

c Chlorinator equipment and container room to conform to I.S. 10553 Part-I 1983.

d 100% standby shall be provided.

11 By pass arrangements - C.I. or M.S. pipes.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Disposal of waste from WTP : Safe disposal arrangement to nearby nalla including cost of
12
pipe.

For WTP of capacity 30 mld and more additional arrangement for backwash water recycle
13
shall be provided, including sump, pumping machinery, rising main etc. complete.

Drainage arrangements to decant all units of WTP with CI pipes up to boundary of each
14
unit and further extension with RCC pipes to nearby nalla.

15 Electrical installation – Both internal and external including entire plant area.

16 Laboratory equipment –As per requirement (to be specified during tendering).

Sanitary blocks – Carpet area -15 square metre minimum up to 25 MLD and 25 square
17
metre above 25 MLD.

Administrative block and internal road-To accommodate office room, chlorine room,
18 laboratory room, panel board room, blower room etc. and WBM road to connect all units
from main gate of plot.

Rates given below are inclusive of up lift pressure if any and dewatering during entire
19
work.

20 All pipes conduits channel with 20% overloading.

21 These rates are applicable to seismic zones 2, 3 and 4.

22 All RCC structures shall be constructed in M-300

The WTP design should be as per the above specification and CPHEEO manual on water supply
1999.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
6.5 METHODOLOGY OF SERVICES

6.5.1 Distribution Network Improvement (DNI) on District Metering Area (DMA) basis:

The Distribution Network Improvement (DNI) shall be based on DMA basis. The Contractor
shall, set up hydraulically isolated District Metered Areas (DMAs) within the Service Area of
each ESR. Each DMA comprising of about 500 to 800 consumer connections shall be
considered as basic administrative unit for the purpose of sectional commissioning and
operation and maintenance (O&M) purpose. The probable Drawings for water supply
distribution network on DMA basis will be supplied by employer. The Contractor shall review
all designs and if required shall redesign the water supply distribution network to ensure
equitable, continuous, pressurized water supply to the Consumers by using the hydraulic
model and simulating both present (Year 2019) and future (Year 2049) conditions, Each
DMA preferably have one inflow point and be isolated by installing valves / end plugs. DMA
at entry point will be provided with a bulk flow meter. Each DMA will have at least two Critical
Measurement Points (CMPs) in each zone (Area in command of one ESR) for continuous
logging of pressure, and the CMPs shall be such that they should be at the highest and
farthest points from the command reservoir. The performance parameters of the contractor
during O&M Period shall be assessed on DMA basis. The O&M agencies will also organize
themselves in the same manner over the Contract Period. DMA wise monthly reports will be
generated to assess the DMA performance. Monthly meter readings will be taken and will be
linked to the NRW assessment system. Contractor, PMC also may suggest good
management practices. Lessons learnt from other utilities/agencies will also be incorporated
for better management services.

6.5.2 Methodology for designing of DNI

The proposed distribution system will be inter connected with the existing distribution
system. The contractor should survey and review all existing designs and if required shall
redesign the proposed distribution system considering the existing distribution system with
due assistance from the local bodies/employer. Since the entire existing distribution system
is being used, measurement of current NRW level for existing system is required. The Scope
of contractor will involve both technical and consumer orientation with social approach with
help of local body (Hussainabad Nagar Parishad). The consumers shall be taken in
confidence and be informed time to time for the status update. It will be verified by project
consultant before making payment in DMA. All the connections shall be recorded on GIS
based database duly attaching each connection with meter serial number to respective
property with social and contact data of each consumer available in database. This database
shall be of use to understand demand of water and for servicing consumers. The physical
work shall not be started in more than 3 DMAs at a time and unless the work is 90%
completed including commissioning of the new system as proposed in one DMA, no fourth
DMA shall be taken in hand without permission of employer. All informal settlements, and
poor households (slums) which are qualified as authorized settlements, as per eligibility
conditions issued by the State Government, will be included in the DMAs and network
designs for individual household connections. Contractor will proactively provide individual
house connections to poor households including those in slums and informal settlements
with due consultation with local body.

Works shall be planned and executed to provide continuous pressurised water supply in
each DMA. The Zones/DMAs shall be equipped with the instrumentation for monitoring the
performance of service delivery in the area. The instrumentation capable of transferring the
real-time data to the SCADA system shall include the parameters of performance evaluation
of the contractor during the operation, maintenance and service delivery. It shall include the
DMA inlet flow meter, DMA outlet flow meter if any (if the outlet of one DMA forms the inlet
for other), and the pressure transducers at critical measurement points. The consumer meter
reading data for a given month of all the consumers within DMA shall be entered in the
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
computer every month and shall be used in conjunction with the Zone/DMA inlet and outlet
meter data for the month to work out the NRW of the Zone/DMA/complete system. The
pressure readings transmitted by the pressure transducers at critical points in DMA shall not
only be used for the performance monitoring and payment mechanism but also for
continuously improving the model, using it for providing connections to the new consumers
duly understanding its effect on the system’ interpreting the possible leakages in the DMA
using the bulk flow meter and consumer meter data and running the model to understand
the implication of the pressure readings.

The Contractor’s approach and methodology towards this work shall be in line with the
overall principles and thinking of the Employer stated above. The SIP for DNI shall be
compatible with these concepts.

6.5.3 Methodology for measurement of NRW and real losses during Operation
Services

The contractor’s methodology shall also spell out how the NRW and real losses will be
measured within his battery limit which starts from Intake point to WTP, WTP to ESRs, ESR
to consumer ends The Employers Concept for this is described below and the contractor’s
methodology shall be generally in tune with it with further better modification.

The International Water Association (IWA) matrix method for the assessment of water loss
at different stages shall be followed. A typical IWA water balance matrix is given below:

Table 3: IWA water balance matrix:


Water Billed Billed Water Exported
Export Authorised Revenue
Consumption Billed Metered Water
Own Authorised Consumed
Sources Consumption Billed Unmetered
Consumed
UN Billed Un Billed Metered
Authorised Consumed
Corrected Consumption Un Billed Un Metered
System Consumed
In put Water Unauthorised
volume Supply Apparent Consumption Non-
Losses Customer Metering in Revenue
accuracy & data Water
Water handling record (NRW)
Imported Water Leakage on
Losses Transmission and or
Distribution Main
Real Losses Leakage and overflow
at Utility’s storage tank
Leakage on Service
Connection up to point
of customer metering

The application of this matrix for the performance-based operation payment will be with
control point measurement at WTP outlet flow meter feeding to concerned Nagar Panchayat
water supply system and the consumption based on the sum of meter readings of the
consumers which are billed or unbilled. During Initial Handover Period, NRW will be
calculated from water supplied from and measured at ESR outlet to the connected consumer
consumption based on the sum of meter readings of the consumers which are billed or
unbilled.
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
For stage, wise application water balance between following should be analysed:

• Intake Well to WTP Inlet Point

• WTP Out Let point to ESRs

• Each ESR and DMA under it.

Other permutations can be achieved using the flow meters at outlets and the level sensors
for each tank and consumer meters for SR to consumer reach. The data can provide priority
action areas depending on the % and absolute value of NRW in the respective reaches.

The monitoring is to be started as soon as DMA is commissioned, and the contractor will
submit details in key parameters (pressure, bulk supply, consumer readings zone/ DMA wise
etc.). The complete water supply system will be controlled and operated on SCADA. The
bulk supply of water at each stage i.e. Pure Sump, OHSR, Zone & DMA will be accessed
through SCADA on specifically designed software. Bulk flow meter reading should be
registered every day at fixed time (generally before start of supply in morning). It should be
accomplished through SCADA report generation. Domestic water meter reading at stipulated
time in stipulated periodicity (the periodicity can be kept weekly or as felt fit by the Engineer).
The consumer reading should be manually fed in software evolved for SCADA operation
dovetailed with other SCADA accessed details. The format output for the monitoring should
be evolving in such manner which shall clearly shows key parameters of water supply
system specifically NRW evaluation calculations. As per the assessment of NRW, other
interventions required to control leakages/losses should also be identified which will have to
be taken up to accomplish desired performance parameters specified under the contract.

6.5.4 Methodology for commissioning of zone cum DMA

The contractor shall give a complete methodology for commissioning of DMAs which shall
include an exhaustive and sequential method with the formats designed to achieve and
monitor:

• The distribution system pipelines in a DMA/ zone hydraulically tested.

• Readiness of database of all the properties and consumer registered / unregistered to


be connected to the new system on GIS based map of the DMA with clear indication of
roads.

• Proposal to connect all the consumers to the new system and methodology for pressure
and flow control of each consumer vis-à-vis his registered demand.

• Public awareness programs planned to achieve people’s participation in managing


demand by using the continuously available water to their absolute need only and not to
waste, and to communicate importance of metered system and its benefit.

• The water to be taken in SR shall be calculated based on the demand of the population
with ceiling of 135 lpcd in any case. In no case in order to sustain demand of one zone
for continuous water supply, other area shall suffer. A continuous consumer awareness
to spread the demand in different hours of the day to bring it to the use pattern
considered in design shall be tried. The initial teething troubles shall be overcome at the
earliest but not later than 45 days of commissioning of zone/DMA.

• The billing shall be on time without fail for which a detail program shall be prepared. The
first bill on time gives early signal for those who have increased demand just because
water is available continuously.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
• A vigilant surveillance to see that no reverse flow occurs, no high consumptions go un
noticed shall be done for first some months. The pattern of water flowing out of SR be
critically observed for the entire day at 10 minutes interval for initial months. Unusual
night flows shall be checked by surveillance visits in the night at the time when unusual
high flow is seen on bulk outlet meter.

6.5.5 Methodology for Measurement of Performance Standards

The Contractor shall develop a robust methodology and framework for measurement and
monitoring of Performance Standards stipulated under the contract and proposed as part of
the SIP (Reference Table No. 5). The Employer with the assistance of the Employer’s
representative or Auditing Body shall verify the same and upon agreement between the
Parties the agreed methodology shall form the basis for monitoring the performance of the
Contractor and apply the Non-Performance Adjustments on the eligible O&M Payments in
case of failure to meet the performance standards.

6.5.6 Methodology for Site Acquaintance

As part of this activity, contractor is required to:

• Establish contact with all relevant stakeholders JUIDCO, DW&SD, PHED, HNP, PWD,
NHAI, Electricity Distribution Company, Telecommunication companies and the local
traffic police and other government agencies including consultants under the JUIDCO.

• Become familiar with the concerned Nagar Panchayat water supply system, and the
applicable standards and guidelines for water supply design, and with existing assets
and current on-going works in the Service Area. The contractor shall also study the
works being done by PHED and other departments being undertaken during the same
period in the same area.

• Satisfy himself with the nature and scope of work and the prevailing Site conditions.

• Be familiar with governing Laws and regulations in order to undertake studies and
construction activities under the Contract such as Environmental and social impact
assessments and prevention, mitigation and monitoring of impacts during construction.

• Compensation for damages to property or services.

• Occupational health and safety including workers’ compensation.

• Signage for construction works and the permissions and co-ordination required from
the different agencies.

• The Contractor shall review and validate the Detailed Project Report of the project
which will enable him to prepare SIP.

• In line with the Detailed Project Report (DPR) approved for funding.

• In compliance with the Draft Master Plan – Vision 2031 for concerned Nagar
Panchayat Town.

• In compliance to the terms and conditions of the Project.

• In coordination with the on-going and programmed activities of DWSD, PHED, HNP
and GoJ as the case may be.

• Any deviations to the document, data provided by JUIDCo and consultation shall be
highlighted and got approved as part of the SIP.
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
• In case of any interventions proposed in the SIP, which are not part of the DPR or
those interventions which are part of the DPR but require improvement from
conventional design practices, the Contractor shall provide sufficient explanation and
justification as to how implementing such interventions would influence the
achievement of the Performance Standards stipulated in the document. In a situation
where the Employer does not agree to the interventions proposed in SIP, there may be
mutually agreed revision of the Performance Standards.

6.5.7 Survey and Mapping:

The contractor shall procure a colour satellite image of 0.5 m resolution (using provisional
sum amount) and digitize all the footprints, roads, water bodies, electricity poles, water
supply and other infrastructure components as visible in the image. A detailed topographical
survey of the area shall be carried out using Total Station equipment and the spot levels and
the contours at 0.5 m interval shall be drawn on the GIS based digitized map in Arc GIS.
Contractor will survey all underground utilities up to 1.5 m depth and mark on GIS based
maps by linking with geo referenced points.

Pipe Line Survey : Contractor should take RL after every 20 m, covering all major structures,
all road network with material and width, Electricity poles, road crossings, bridges, culverts
with sufficient TBM marked after every 1000 m interval etc.

The contractor shall perform the confirmatory surveys and furbish the following data as
well:

• Structures (Intake well, Jack well, ESRs, WTP)

• 5 x 5 grid survey (Inside water for jack well and intake well),

• HFL marking in case of Jack well,

• TBM marking

The contractor should also gather data regarding existing networks details with diameters,
material, year of installation. Drawings and planning for connection of proposed distribution
system with existing pipes.

6.5.8 Consumer Survey

A complete door to door consumer survey to ground truth the footprints and the properties in
the subproject area shall be carried out. It may happen that the satellite image may give one
footprint, but the footprint may be divided in several properties internally either horizontally or
vertically. The foot print shall be divided to show clear distinction.

The Contractor shall undertake a door-to-door survey of all properties whether connected to
the network or un-connected and obtain the details in regard to name, address, number of
resident members, categories of general residential households (independent housing,
group housing connections and apartments), urban poor households, government housing,
non-domestic, commercial, institutional, religious places, industrial and fire services and any
other category of resident, consumers income status in the Service Area ,availability of water
connection, metering status, estimated consumption levels, alternate water supply
arrangements, willingness to pay, etc. The contractor shall get the data from DWSD / PHED
/ HNP about the authorised water connection and their location of properties. The data
collected from household survey shall be geocoded to the footprints from the digitized
satellite image. This geospatial database will be used for the water demand of each property
to be collected at the junction of distribution network pipe and the system shall be designed
and modelled accordingly.
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
6.5.9 Road restoration:

Road restoration is a critical activity which requires special attention of the contractor.
Following guidelines should be followed:

• The contractor shall have to restore the road to its existing condition and position
completely including refilling trench in layers, watering, rolling and compacting within
10 days or as indicated at the earliest by the Engineer in-charge depending upon
the site conditions after trenching is completed in a street/reach. The contractor
shall ensure that in case of WBM road it should not be kept unrestored for a length
more than 5 kms, whereas in case of Bituminous and concrete road restoration
should be done on a regularly basis. Further, depending upon the site conditions,
the Engineer-In-charge can direct the contractor to complete the restoration work at
any stage.

• Contractor shall erect information board at his own cost showing type of work,
inconvenience expected & timeline for various construction activities going to take
place in a street or a reach of road as per direction of Engineer-In-Charge.

• Contractor shall deploy a community outreach team headed by a qualified social


expert (post graduate in sociology) having minimum 3 years’ experience of social
activity work with government recognized NGO or other government institutes to
make strong relation with public prior to start of work in a ward / area.

• The cutting of existing C.C. pavement shall be done by using mechanical cutter to
ensure cutting in regular line and the laying of C.C pavement shall be done below
30-degree ambient temperature.

5.10 Provisions of road restoration:

For laying water line on B/T Surface for road and road width, restoration up to stage in
trench width and bituminous work (wearing surface) shall also be carried out up to the trench
width of the Existing Road.

Notwithstanding all which has been laid down on road restoration, Employer’s representative
with reasons recorded and prior permission of PIU in charge will be authorized to come up
with the site-specific solution based on prevailing ground situation.

6.5.11 Hydraulic Modelling:

• The Contractor shall develop a Hydraulic Network Model (HNM) for water supply
system. The HNM shall be built on contour maps of 1m interval GIS map. The data
pertaining to water supply infrastructure like Reservoirs, Pumping Stations, rising
mains and distribution system, valves shall be obtained through field study and
consumer survey captured on the network model using GIS.

• The hydraulic network modelling by using latest software shall be carried out by
collecting the actual property wise water demand allocated to the nearest junction.
Following broad guidelines may be followed during hydraulic modelling.

• The junction shall be placed at the branching out/ at the crosses at the valves. The
model shall be worked out by considering the domestic demand as 135 lpcd. Water
supply (at consumer end) and actual demand for commercial and industrial
requirement.

• The hydraulic water use pattern for the day spread over 24 hours shall be based on
the survey data captured through consumer habits of water use in different hours at
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
present and by following the standard pattern, after continuous water supply is
successfully implemented.

• The storage reservoir capacities shall be modelled to verify the water level in various
hours. It shall neither be empty nor overflow. The incoming flow at constant rate shall
be decided accordingly.

• The DMAs which are still to develop where the present water requirement is quite
less as compared to the design demand, the present scenario with existing water
demand shall be run and the incoming flow shall be adjusted accordingly.

• The minimum pressure in the distribution network when full demand in the zone cum
DMA is developed shall not be less than 12 m of water column at consumer meter
point. The excessive pressure in the typical areas shall be managed using the
appropriate pressure management techniques at distribution system level and other
at the individual connection level.

• All new connections shall be marked on GIS map and captured as additional demand
in the model and updated model.

• The hydraulic model shall be calibrated using set of observed data of pressure from
sensors placed in distribution network at critical points of high and low pressures and
flow from the consumer and bulk flow meters. The calibrated model shall be further
validated using other set of live data. This validated model shall be used for the
operation and management and while making decision for giving new connections
and branches.

6.5.12 SCADA

The scope of work under this section includes the design and construction of all works for
the water supply (transfer) system automation. SCADA System implementation is an
enhancement to the existing water supply system for better service delivery to the public
through automated control of water supply system.

SCADA System includes, a Master Control Centre to be established as a central control


centre and multiple number Local Control Centres at numbers of reservoir sites and head
works in the distribution network system. The Master Control Centre (MCC) will be located
within the compound of WTP campus and the Local Control Centres (LCC) shall be located
at ESR’s.

SCADA System Scheme should be sufficient to monitor and control the designated flows of
clear water, water levels, and valve mechanisms from source to distribution. All pump sets
should have controlling (on/off) facility through RTU/PLC from control centres.

All pumps should be connected with flow/valve controllers and should communicate with
server through RTU/PLC, which shall be control from remote locations (MCC/LCC). All
reservoirs should be equipped with auto-controlled level sensors. To mitigate the water
losses SCADA system shall shut down the pumps in case of excess water supply in
reservoir and shall control distribution supply in case of limited water availability in reservoir.
Starting and end points of all DMA’s should be mounted with pressure terminals (PT’s) to
report pressures at any given time that would help to identify the system working, faults and
leakages.

Data from each device shall be collected at Data Centre located at MCC though
RTU’s/PLC’s. MCC shall have overall controlling power on SCADA scheme, LCC should be
facilitated with limited power/permissions and shall be able to control local site.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Daily, weekly, monthly, quarterly and yearly reports shall be generated through automated
software processing. These reports shall help in controlling and analysing the efficiency of
the overall system.

6.5.13 The Summary Obligations under the Contract

Table 4: Summary obligations related to Water supply

Sl. Component Study Design Rehab Construct Operate Maintain


No.

1. Intake Well & Pump House YES YES NO YES YES YES

2. Connecting Pipe YES YES NO YES YES YES

3. Jack Well YES YES NO YES YES YES

4. Raw Water Pumping YES YES NO YES YES YES


Machinery at Intake Well

5. Raw water Pumping Main YES YES NO YES YES YES


from Intake Well to WTP

6. Water Treatment Plant YES YES NO YES YES YES

7. Clear water Pumping YES YES NO YES YES YES


machinery

8. Clear Water Pumping main YES YES NO YES YES YES

9. New Elevated Service YES YES NO YES YES YES


Reservoir

10. New Water Distribution YES YES NO YES YES YES


Network

11. Staff Quarter YES YES NO YES YES YES

12 SCADA YES YES NO YES YES YES

13. House Service Connection YES YES NO YES YES YES


& Metering

6.5.14 Important Milestone and Key Time periods under Contract

Table 5: Important milestone and key timelines

Completion Time
S. Sectional from stipulated date
Event of start Activities
No. Milestone of contract start
(days)

DESIGN AND ENGINEERING PHASE

1 Mobilisation 30 Contract signing Establishment of Site Office,


Labour Camp, Mobilization of
Equipment & Required
manpower at site.

Contractor will prepare the


Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Completion Time
S. Sectional from stipulated date
Event of start Activities
No. Milestone of contract start
(days)

labour management plan and


issue the guideline for the
labour for their movement
and behaviour with local
community. This will be
verified and certified by the
CSQC after certification for
the team then only contractor
will mobilise the labours and
start the work.

2 Survey and Design 60 Contract signing Submission & Approval of


of WTP, ESRs, Raw Design and Drawing for
Water and Clear approval to the Client
Water Rising Main

3 Survey and Design 90 Contract signing Submission & Approval of


of Distribution Design and Drawing for
network, house approval to the Client
connections, staff
quarter, SCADA)

CONSTRUCTION & EXECUTION PHASE

4 Intake well and 180 Completion of Certified Report of


Jack Well Work Design & Employer’s Representative
Engineering
Phase

5 water treatment 450 Completion of Certified Report of


plant of installed Design & Employer’s Representative
capacity 9.5 Mld Engineering
with Clear water Phase
rising main

6 ESRs 450 Completion of Certified Report of


Design & Employer’s Representative
Engineering
Phase

7 Distribution network 450 Completion of Certified Report of


with house Design & Employer’s Representative
connections and Engineering
SCADA system Phase

8 Staff quarters; 450 Completion of Certified Report of


Design & Employer’s Representative
Engineering
Phase

9 House Connections 90 After completion Certified Report of


of Distribution Employer’s Representative
Network, During
Trial Run

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Completion Time
S. Sectional from stipulated date
Event of start Activities
No. Milestone of contract start
(days)

OPERATION SERVICES PHASE

10 Handing over back 30 days 30 days before Joint verification of assets,


to Employer End of O&M Issuance of O&M Period
Period. completion certificate and
joint signing of Handing Over
document

6.5.15 Phasing of Contract

The Contract is divided into two phases (i) Construction phase, and (ii) Operation Services
phase, spread over the Contract Period; starting from the Contract Commencement Date
and ending on Contract Completion Date and includes:

• Mobilization, preparatory and construction period as per approved Service


Improvement Plan, and

• Operation, Maintenance, Manage, Repairs and Service Delivery Period during the
Contract Period as per the sectional completion of work from Initial Hand over Date
till the end of Contract Period.

6.5.16 Mobilization Period

A Mobilization Period of 30 days is provided in the Contract. During the Mobilization Period
the Contractor is required to:

• Establish a furnished project office in concerned HNP town limit

• Employ the staff required for starting the preparatory work

• Mobilise the survey teams

• Provide the computer hardware, software required for, GIS based maps preparation,
hydraulic modelling, project management etc. Along with connectivity

• Establish furnished Engineer’s office.

6.5.17 Preparatory Period During this period, the Contractor is required to:

• Be Familiar with the project site condition after required consultation

• Collect data and maps etc.

• Conform/ conduct topographic survey to ascertain the levels, road width, existing
services etc

• Surveys for all underground utilities up to 1.5 m depth and marking on GIS based
maps by linking with geo referenced points,

• Conduct door to door survey and prepare data base of the existing properties with
service connections details on GIS platform, using 0.5 m resolution satellite image of
the service area, by linking with geo referenced points.
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
• Review the detailed design, drawing of WTP, ESR etc. And prepare a Distribution
Network Improvement Plan for water supply.

• Prepare an asset inventory report, baseline water balance and strategy for improving
services with a focus on improving Consumer services.

Service Improvement Plan (SIP) Document.

The Contractor, during preparation of the SIP, may be allowed to suggest refinement of
overall design of the network for reduction of DMAs/ Zones, ESRs and other aspects for long
term efficiency, effectiveness and sustainability of the water supply system. The Contractor,
in his SIP shall be in such a way that cost estimates of works does not exceed the
corresponding physical quantity of the work (Value Engineering). The SIP submitted by the
Contractor may include proposal(s) which in the Contractor’s opinion reduce the cost of
constructing, maintaining or operating the Works, or improve the efficiency or value to the
Employer of the completed Works, or otherwise be of benefit to the Employer. Any such
proposal may be considered by the Engineer with due diligence looking to the bid sanctity.

6.5.18 The SIP comprises of the following two parts

Part I –Construction Works:

• SIP should be prepared based on Employer’s requirement including sectional


completion requirement.

• Detailed design, drawings and cost estimates of work and improvement as a part of
Value Engineering should be proposed to meet the Performance Standards.

• Work plan, Methodology and timelines for implementation should be in line with the
employers’ broad concept /requirement.

• Detailing of integrated Contract Management Information System by using latest


software like Primavera, Microsoft office architecture, data capture, management and
reporting structures, protocols including all related hardware, software, installation.

• Contractor Personnel deployment plan.

• Construction Plant and equipment deployment plan.

• Asset Replacement Schedule (if any) with justification.

• Detailed methodology for continuous monitoring of the performance of the Contractor


in achieving and maintaining the Performance Standards for release of the eligible
O&M Payments.

• Compliance matrix of contract and service requirement, O&M requirement and other
requirements like social, environmental etc.

Part – II – O&M Procedures and Policies.

• Annual Operation Plan (AOP) covering all operations, maintenance and


management requirements in the Service Area.

• Emergency Response Plan (ERP).

• Consumer Management and Public Relations Plan.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
• Standard Operating Procedures (SOP’s) for routine operations and emergency
responses.

• Energy optimization program.

• Connections policy for all types of connections including services to the urban poor
and treatment of illegal connections.

• Network expansion policy.

• Detailing of an Integrated Management Information System (MIS) including its


architecture, data capture, management and reporting structures, protocols including
all related hardware, software, installation, and operation and maintenance
requirements.

• Periodic reporting plan including the formats for different performance reports.

• The computer hardware and software improvement plan for continued operation of
the MIS, instrumentation and SCADA.

The Contractor shall submit the draft SIP within 150 days from the Contract Commencement
Date to allow the Employer to undertake a thorough review of the draft SIP and suggest
amendments if any.

Table 6: Schedule of activities of the SIP


Activity Activity Target period of
No. completion from the
contract Start of Event
Commencement
Date

1. Mobilisation on site 30 days From contract


commencement date

2. Procurement of Satellite Image, 45 days From contract


ground verification, footprint dividing commencement date
into properties, preparing consumer
survey ready format and planning for
its sequence

3. Topographical and consumer survey 60 days From contract


of the service area commencement date

4. Importing the GIS file for Hydraulic 70 days After completion of


modelling of Water and sewage in activity (2) and (3)
design software, demand allocation to
footprints and Hydraulic Network
Modelling

5. Complete system design and 90 days After completion of


drawings, preparation of abstract of activity (4)
final quantities and cost estimates for
the SIP

6. Preparing PERT chart, manpower, 100 days After completion of


equipment, mobilisation plan, cash activity (5)
flow plan, detailed methodology of
continuous monitoring etc.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Activity Activity Target period of
No. completion from the
contract Start of Event
Commencement
Date

7. Detailed O&M plan, Standard 110 days After completion of


Operating Procedures and policies activity (5)
plan, Performance measurement plan,
customer data base for water supply
system

8. Compilation and submission of SIP in 120 days After completion of


complete activity (6) and (7)

9. Scrutiny of SIP at JUIDCO in 130 days After completion of


complete activity (8)

10. Shortcoming improvement 140 days After completion of


activity (9)

11. Approval of final SIP 150 days After completion of


activity (10)

Contactor shall submit the outcome of each activity for review of Employer’s representative
immediately after completion of the activity. Employer’s representative will review the
outcomes on regular basis and will submit their review comments within 15 days of receipt of
the document. Contractor will develop separate data base for water supply.

Contractor shall also submit the activity wise monthly report for monitoring of the employer.
Progress of all activities will be reviewed on monthly basis.

6.5.19 SIP Implementation

The Scope of Services during the implementation period shall essentially comprise of
implementing the approved SIP based on the hydraulic model prepared for water distribution
based on DMA approach. SIP will be implemented in accordance to national best practice
and industry standards and sufficient care shall be taken by the Contractor in minimizing
supply interruptions, traffic disruptions and ensuring good and timely communications with
the Consumers in the Service Area. During work execution, contractor would be required to
inform the residents, say, of a particular street, well in advance about the type of work,
inconvenience expected, timelines for various works, etc. Contractor to have a strong Public
Relations and Community Outreach team.

All the Works and interventions proposed as part of the SIP shall be in conformity with the
Specifications set out in the Employer’s Requirements.

6.5.20 Construction of New service reservoirs

The scope includes construction of 3 new ESRs in concerned Service Area and to make
them fit for service as well as to monitor the flow and terminal pressures.

6.5.21 Distribution Network Improvements works

The contractor will implement the distribution network improvement works in accordance to
the technical specifications and prudent industry practices. The primary objective of the
Distribution Network Improvements is to ensure rationalized, equitable, continuous and

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
pressurized water services to the Consumers in the Service Area on a DMA based
approach.

Implementation of the DNI shall be planned in such a way that the current service area
covered under the existing ESRs are taken up on the first priority followed by other areas to
be commissioned in sequence to synchronize with the implementation and commissioning of
new source.

If distribution pipeline is not laid in any particular area or water meter is not possible to install
at individual connection with the approval of Employer or its representative, measurement
will be made at entry point of the street and bulk water will be measured. Operator will be
responsible for that work which has been done by him.

6.5.22 Consumer Connections

The Contractor shall undertake installation of new consumer connections by drilling &
threading on DI / CI pipe, using Gun Metal Ferrule, a compression joint to receive MDPE /
HDPE pipe from ferrule to the end of street followed by a compression elbow and then GI
pipe till ball valve followed by installation of a Consumer meter, accessories and meter box
(as required) at the nearest point inside the Consumer property boundary.

6.5.23 Consumer Relation Management Centre

The Contractor shall design, develop and set up consumer relation management centres
(CRMC) 2 no’s each of not less than 40 sqm and one Central Control Centre (CCC) of about
60 sqm. To facilitate receiving and resolving consumer requests in the areas of new
connections, service deficiencies, resolution of billing disputes, payment of bills etc. The
consumers shall file their complaints through e-mail, text message from mobile phones,
telephone, Fax and other electronic media. Contractor will maintain two toll free numbers
each for water supply at CCC. The Centres shall function between 8am to 8pm during all
working days and between 8am to 1pm during public holidays including Sundays. The
CRMC and CCC shall be air conditioned and have dedicated and reasonable space and
furniture for the Consumers to wait, interact and represent their requirements. During the
other off-peak times of 8pm to 8am, the Contractor shall have a facility to receive Consumer
complaints through telephone, fax, text message, email and any other electronic media. The
complaints once received should be acknowledged automatically and a registration number
shall be given to the complainant immediately. The CRMC and CCC shall be equipped with
sufficient human resources, hardware and software to facilitate continuous record of
consumer requests, monitoring the resolution, and reporting completion of necessary actions
and tasks. There shall be an exclusive desk for servicing the urban poor consumers
preferably serviced by an efficient lady executive who can interact in local language.The
systems shall be managed through a dedicated server situated at CCC. Necessary
connectivtity shall be organised by the contractor. CRMC and CCC shall 24x7 power supply.

Management Information System.

Contractor shall develop, establish, operate and manage during the entire Contract Period a
comprehensive Integrated Management Information System (MIS) in respect of all matters
including but not limited to.

• Design and Construction activities.

• All the Operation and maintenance activities.

• Billings and collection systems.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
• Consumer services, including data bases relating to complaints and questions,
response times and resolution.

• Financial management, including accounting systems.

• Performance information systems; and

• Others as identified during SIP preparation and implementation.

6.5.24 Establishing Billing and Systems

The Contractor shall:


(a) Prepare and monitor the profile of water service Consumers in the Service Area
describing consumer categories and other attributes collected through consumer survey in a
GIS platform geocoded to the property footprints. The database and software shall be able to
analyse the number of Consumers under each category, estimated average volume of water
consumed per month, and estimated average revenue per month.

(a) Develop and implement basic Standard Operating Procedures for

i. Service connections.

ii. Preparing, issuing, and collecting a bill for water service.

iii. how water consumption is estimated for meter under repair Consumers, and

iv. Dealing with underpayment or non-payment.

(b) Develop and implement:

i. Meter reading procedures and arrangements.

ii. Meter reader control, and

iii. Efficient and accurate meter reading practices.

(c) Set up and implement in detail the procedures, and the facilities for achieving the
high level of efficiency.

6.5.25 Operator’s Obligations

From the end of Construction Period, the Contractor shall supply potable water to the legal
and authorized Consumers through the water supply network laid and commissioned.
Contractor shall be responsible for operation, maintenance and management of water
supply Service Area as detailed below:

Table 7 : Operator’s Obligations


Sl. Obligation Period
No.

1. Managing the distribution network for distributing water From Initial Handover date
efficiently, equitably and minimizing non-revenue water
(NRW) and maintaining the infrastructure on DMA basis.

2. Meter reading, monthly billing, bill distribution customer From Initial Handover date
services and maintaining the infrastructure in water supply
service.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
3. Detecting and monitoring non-revenue connections and From Initial Handover date
consumption.

4. Provide consumer service connections on approval or From Initial Handover date


sanction by Employer (HNP/PHED/DWSD).

5. Operating existing Intake Well, WTP and existing ESR etc. From Final Handover date

6. Operating new Intake Well, New WTP and New ESR etc. From Final Handover date

7. Providing continuous pressurized water supply to the From Final Handover date
connected consumers and maintaining the infrastructure

6.5.26 Scope of Operation Services.

From Initial Handover Date to Final Handover Date:

• Managing the distribution network for distributing water efficiently, equitably and
minimizing non-revenue water (NRW) and maintaining the infrastructure on DMA
basis.

• Providing continuous pressurized water supply to the connected consumers and


maintaining the infrastructure.

• Meter reading, monthly billing, bill distribution and customer services and maintaining
the infrastructure.

• Detecting and monitoring non-revenue connections and consumption.

• Provide consumer service connections on approval or sanction by Employer


(HNP/PHED/DW&SD).

• Provide continuous on-the-job trainings and other capacity building programs.

From Final Handover date to expiry of Operation Period:

• O&M of existing Intake and from new Intake Well including pumping of Raw Water to
WTP.

• O&M of existing and new WTP, treatment of raw water for converting potable water
and pumping of clear water to ESRs.

• O&M of existing and New ESR.

• O&M of existing and new electrical substation.

• O&M of existing and new distribution system.

• O&M of existing and new rising main.

• Sampling of treated water as per CPHEEP manual.

• Managing the distribution network for distributing water efficiently, equitably and
minimizing non-revenue water (NRW) and maintaining the infrastructure on DMA
basis.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
• Providing continuous pressurized water supply to the connected consumers and
maintaining the infrastructure.

• Meter reading, monthly billing, bill distribution and customer services and maintaining
the infrastructure.

• Detecting and monitoring non-revenue connections and consumption.

• Provide consumer service connections on approval or sanction by Employer


(HMC/PHED).

• Provide continuous on-the-job trainings and other capacity building programs

The Contractor will supply the water through water tankers during emergencies and for
special functions as per direction of Employer. Tankers will be provided by local body.The
expenses of the tanker will be borne by the contractor.

Replacement of equipment, assets or infrastructure which is not part of the contractor’s work
or agreed in the SIP for replacement shall be paid separately. Contractor will include costs
for repairs of bulk flow meters, valves, panels, motor pumps and all other equipment and its
spares including battery, and other equipment in his quoted price. Useful life of house
service connection meters (domestic meter) is considered 7 years from the date of
commissioning of meter. If any meter requires replacement before 7 years’ period, it will be
replaced at costs of the Operator and will not be paid. Any meter requires replacement after
seven years’ period will be paid with the quoted rate under Operation Service Costs. For
such replacement, operator will submit request to the Employer. Employer, with proper due
diligence and verification that it really requires replacement, will approve for replacement.
Any equipment supplied and installed by the contractor shall not be paid separately for
replacement or repairs etc. except house service connection meters.

6.5.27 Meter Reading:

The Contractor shall:

• Read all consumer water meters in accordance with the general instructions of the
Employer on monthly basis.

• Register all consumer water meter readings in the appropriate computer data base.

• Develop a monitoring program of random spot-checks to ensure the accuracy of the


meters and the meter reading process and provide written reports to the Employer on
the results.

• Develop and implement a plan; the intent of which is to ensure that:

• All consumer meters are in working condition.

• All consumer meters are accurate.

• All consumer meters are read.

• All consumer meters are in suitable and easily approachable locations.

• Problems related to unprotected and unsealed consumer meters are resolved.

• Develop and implement a program to estimate consumption in circumstances where


metering problems exist, and

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
• Provide advice as to methods to improve the meter reading process to ensure
greater accuracy.

• Identify consumer meters which have not been read; and

• Respond to reports of malfunctioning consumer revenue meters from Consumers.

• Billing responsibility.

The contractor shall establish and operationalize billing system before commissioning the
first Supply Zone. Contractor shall generate the water bills with the tariff decided by HNP/
JUIDCO / DW&SD. All bills will be processed, printed, collated, distributed and handled by
the Contractor on behalf of and as an agent of Employer (JUIDCO / PHED / DW&SD / HNP
etc.).

The Employer shall have full and unrestricted access to the billing software, all current and
historical billing data and the consumer service centres operated and managed by the
Contractor upon request. All reasonable requests for data and analysis from the billing data
system shall not be unreasonably refused by the Contractor.

6.5.28 Meter Testing

The Contractor shall test and calibrate all water meters supplied and installed by the
contractor as required. If at any time either Party has reasonable grounds to suspect that
any water meter is not accurate in any respect, the discrepancy or suspected discrepancy
shall be immediately reported to the Employer in writing along with any evidence in support
of such claim and the Contractor shall arrange for the testing of the relevant meter.

If any of the water meters fails to register or, upon testing, is found not to be within the
accuracy standards established by the equipment supplier, or the latest revision of the
Bureau of Indian Standards (BIS) or other relevant standard, then for the purposes of this
Contract, a reasonable adjustment in accordance with generally accepted engineering
practices shall be made correcting all measurements, and reflecting, if determinable, the
actual period during which any inaccurate measurements were made. If such period cannot
be correctly determined, it shall be deemed to be equal to one-half of the time from the date
of the last test of the meter or measuring equipment, provided that the period covered by the
correction does not exceed six months.

The cost of all testing of the water meters shall be borne by the Contractor except in the
case of testing carried out at the instigation of the Employer or Consumer which shall only
be borne by the Contractor if such testing reveals the relevant meter to be inaccurate (limit
as specified by water meter manufacturer) and otherwise by the Employer or Consumer if
within such accuracy standards.

The consumer meter calibration using portable calibrated meter and without taking out the
consumer meter from the service shall be essentially done after every three years and
completed within one year, and for this the continuous daily program shall be charted out.
The observations shall be recorded and those meters which have gone beyond the accuracy
limits specifies in ISO 4064, shall be serviced to reinstate the accuracy.

6.5.29 Training

Contractor will provide on the job training during operation services to the staff of Employer /
PHED / DWSD and HNP. Such trainings will be commenced 30 days prior to commissioning
the first DMA. Also, that in the last year of O&M Period and before 30 days from the date of
handing over the assets back to the Employer, the Contractor shall organize detailed training
to the identified staff in technical, commercial and financial aspects of water services
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
provision to enable the Employer to build sufficient capacity and skills to manage the water
services after the Contract Completion Date. Commencing from 30 days before the Contract
Completion Date, the staff either from Employer or from a future Contractor will overlap and
co-manage the operations to ensure continuity in service delivery.

6.5.30 Electricity Consumption

During the preparation of the Service Improvement Plan, the contractor shall make
necessary arrangements for maintaining the power factor of existing pumps and motors
provided by DWSD / PHED / HNP for water supply scheme before Handing over the same.
During O&M Period, the contractor shall be responsible for maintaining power factor of
minimum 0.9 and suitable capacitor bank and energy efficient system shall be installed; for
existing machineries and proposed new machineries. The costs incurred in this shall be
included in the quoted rates. Any penalty levied by electrical department will be recovered
from contractor. The contractor should make necessary arrangements to take electric
connections at all existing and proposed permanent installations from competent authority of
Jharkhand in the name of JUIDCO or local body as directed, the corresponding charges
should be included in the quoted rates. Charges incurred in deposit and fees for taking
connections will be paid by employer. Power charges during O&M will be directly paid by the
Employer.

Penalty for not meeting the Electric Consumption Guarantee


Contractor shall give complete details of total power consumption, guaranteed power
generation and net power consumption.
During Operation and Maintenance, damages payable by Contractor to Employer for
exceeding the guaranteed power consumption shall be equal to the actual cost of the excess
energy consumed + 10%. Such payable amount will be assessed for each month during
O&M period based on monthly power meter records & bill generated thereof by the JBVNL
or any other Govt. agency entrusted for the same.
During Operation and Maintenance, damages payable by Contractor to Employer for not
producing the guaranteed power generation shall be equal to the cost of the excess energy
consumed due to less than guaranteed power generation. Such payable amount will be
assessed for each month during O&M period.
After the Completion Test, the guarantees would come into effect for power consumption
and power generation.
6.5.31 Maintaining Performance Standards

The performance standards for the Construction works during the SIP implementation shall
consist of quality of work as per specifications and the time line for completion as per the
milestones defined in Table –5 “Key time periods and milestones" (Refer section 6.5.14 of
the tender document). The measurement of the quality of work will be as per the tests laid
down in the specifications of various items while the measurement of the achievement of
milestones is based on the defined works and defined dates given in Table-5 “Key time
periods and milestones""(Refer section 6.5.14 of the tender document).

6.5.32 Periodic Reports

The Contractor shall prepare and submit periodic reports on different plans, progress of
Works, performance standards etc., including exceptional reports on emergencies if any.
The Contractor shall as part of the SIP develop the required formats for the periodic reports
and identify any critical reporting requirements in order to enable timely decision making by

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
the Employer.The contractor should prepare a detailed schedule for every 30days time
period.

6.5.33 Railway Crossing

Laying of pipeline work will be done under the supervision of Railway engineer /Railway
authorities as per the approved plan and guideline issued by Indian Railway. The contractor
should establish written communication with Assistant Divisional Engineer Railway of the
concerned division.

6.6 Time for Completion

Time of completion of above-mentioned scope of works shall be 730 days (24 months) from
the date of issue of work order. Trial Run period will be for 3 months (90 days) after
successful completion & commissioning of the works as certified by the Engineer-In-Charge
followed by five years of O&M which includes first year as defect liability period.

6.7 Handing Over

• The works will be taken over on satisfactory completion of the O&M Period provided
that the works / equipment is in good running condition.

• All records of O&M are handed over to HNP/ JUIDCO or as advised by Employer in
proper working condition.

• After O&M Period, the contactor shall paint pump house and ESR both inside and
outside the structure and all exposed piping, as mentioned in Item specification.

In case Handing over is delayed on account of contractor’s failure, the O&M Period will be
extended further till it meets the requirement without any extra cost to HNP/ JUIDCO.

6.7.1 Structural Drawings

For mechanical and Electrical Equipment’s and for which designs are needed to be
submitted by the contractor it shall submit the same in same in Three sets of which will
include detailed design calculations/specifications equipment shall be submitted to the
JUIDCO. Only after receiving the go ahead from JUIDCO, the contractor with the same
approved drawings and designs can use the same for further manufacturing and subsequent
procurement. One set of such approved drawings/ design calculations/ specifications will be
returned to the Contractor for the purpose of using in execution of work.

The structural design and drawings for all RCC structures such as Intake well, Jack well &
Pump house, Water Treatment Plant, ESRs, etc. shall be prepared by the Contractor and
the same shall be got approved stipulated authority. The scrutiny and other charges must be
borne by the Contractor.

The contractor should furbish detailed Hydraulic design preparation and reconfirmation for
pipe line designing, capacity calculations, with structural designs, and GA drawing.

6.7.2 Soil Investigation

The bidder/ contractor must carry out soil investigations and submit the report in 5 sets.
Test for soil investigation and bearing capacity needed to be conducted in all sites where
structures are proposed, using advanced methods. For Jack well, full depth investigation is
mandatory.

6.7.3 Topographical Survey


Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
The contractor must carry out plain table survey of the identified plot for proposed pumping
station. In addition, level survey shall also be carried out and the levels shall be correlated
with an approved benchmark as shown by JUIDCO. The levels given in the tender drawing
are for guidance purpose only and the contractor shall carry out survey and submit all survey
drawings in 5 sets and 2 soft copies in AutoCAD Format as directed by the Engineer-In-
Charge.

6.7.4 Equivalency of Standards and Codes

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

6.7.5 Signboard

The Contractor at his own cost, shall provide sign boards at approved locations, in English
and Hindi at the site of the Works of approved size and design which provides.

• The name of the Project.

• The name and addresses of the Employer, the Contractor and the Consultant.

• The name and short description of the Project.

• The amount of the Contract Price; and

• The starting and completion dates. Contractor shall take care of signboards and do it
in case of loss, damage, theft etc. as desired by the Engineer-in-Charge.

6.7.6 Quality Assurance Programme / Sample Tests

The Contractor shall be responsible to develop a quality control program and provide all
necessary material, apparatus, instruments, equipment, facilities and qualified staff for
sampling, testing of the materials and the works under the Contractor. Without limiting the
generally of the foregoing, the Contractor shall either (i) establish a testing laboratory at the
site of Works which shall be adequately equipped and staffed to carry out all sampling and
testing in accordance with the requirement set out in the tender document specifications and
provide all field equipment and apparatus as necessary conduct all specified in – situ tests
and / or any Tests on Completion, or (ii) arrange for routine sampling, testing and reporting,
as required, through a certified independent testing laboratory acceptable to the Engineer-in-
Charge. The Contractor shall obtain the approval of the Engineer-in-Charge for the quality
control programme developed by him and incorporate any modifications suggested by the
Engineer-in-Charge at no extra cost.

All costs of such sampling, testing and reporting of test results will be borne by the
Contractor, and the Contractor shall include sufficient provisions in his tendered rates to
allow for independent sampling and laboratory testing under the direction of the Engineer-in-
Charge. The Contractor shall furnish certified copies of all test reports to the Engineer-in-
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Charge within 3 days of completion of the specified tests.

The Contractor shall, within 14 days after the date of the issue of Letter of Acceptance,
submit to the Engineer-in-Charge for his consent a detailed description of the arrangements
for conducting the quality control programme during execution of the work, including details
of his testing laboratory, staff and general procedures. If following submission, or at any time
during the progress of Works, it appears to the Engineer-in-Charge of the Works, the
Contractor shall produce a revised programme, as desired by the Engineer-in-Charge which
will be adequate to ensure the quality of the Works and satisfactory quality control. If the
contractor fails to ensure quality control program the action deemed fit will be taken against
the contractor. JUIDCO shall carry out supervision and quality control and monitoring the
progress of works at the risk and cost of the contractor.

6.7.7 Inspection

Bidders to note that various items to be procured / executed under this contract are subject
to inspection by JUIDCO & their authorized representatives. Cost of inspection shall be
borne by the contractor.

The Contractor shall provide sufficient furnished office accommodation as approved by the
Engineer-in-charge within 15 days of award of the Contract for the Engineers’ staff which
shall be air conditioned.
In addition to the above the Contractor shall provide a meeting room, for shared use by the
Engineers’ staff, with table and chair provision for up to 15 persons.
The Contractor shall employ personnel to keep the engineers’ staff site offices clean and tidy
on a daily basis. The maintenance charges are to be borne by the Contractor.
Further, the Contractor will also provide a SUV of make & model of choice by the Engineer-
in-charge along with driver and running expenses and maintenance with mileage of up to
3000km a month.
The cost shall deem to be included in the quoted cost by the bidder.

6.7.8 Ready Mix Concrete

The Bidder should submit along with the tender, a copy of the letter of consent from the
approved R.M.C. plant owner to the effect that he would be agreeable to do the R.M.C. work
for the said contract, if the Bidder does not possess his own R.M.C. plant.

The Ready-Mix Concrete proposed for the works is inclusive of carting (transportation from
plant to the site of work) pumping, placing etc.

Ready mix concrete prepared and transported will be as per IS 4926 of 1976 or the latest
I.S. Code. The contractor shall provide Mix design for approval of the Consultant and only
after getting approval shall proceed with the placing of order for R.M.C concrete.

No. dry mix shall be brought on site and water added there at.

Ready mix concrete will be brought to the site from R.M.C. plant only by transit mixers
(agitators).

Every transit mixer will carry delivery ticket, mentioning the minimum following details: -

• Name of Manufactures and Depot

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
• Serial No. Ticket

• Date

• Truck No.

• Name of contractor to whom the R.M.C. is being supplied

• Location of contract

• Specified workability

• Cement content and grade of cement

• Time of loading

• Quality of concrete

When the truck arrives on site, the drum should always be speeded to be 10 to 15 rev /min,
for at least 3 minutes; to make sure the concrete is thoroughly mixed and uniform, before
discharge.

The sampling and testing requirements for ready mixed concrete are the same as those for
site mixed concrete. As regards testing of workability, there is bit of problem because the
standard requirement is that the sample should be made up of at least four portions taken at
intervals from the complete discharges. This obviously involves discharging all the concrete,
by which time, it is too late, for the workability, before discharge. The following procedure is
one that has been accepted by many contractors, suppliers and clients, and recommended.
After making sure that the concrete has been uniformly mixed, take a sample from the first
0.5 cum. of concrete discharge, and do a slump (or compacting factor) test on the sample. If
the result complies with specified requirements, then the load should be accepted. If the
results are beyond limits, a further sample should be taken from the second 0.5 cum. of the
discharged. If this is satisfactory, the load should be accepted, if not, the concrete should be
rejected, as the same is not as per the specified range. The specified slump is 90 mm. While
carrying out above tests, it may vary by + 10 mm as per IS 4926: 1976.

6.7.9 Drawings

Specification Drawings are included in the tender document. These drawings are meant for
the Bidders guidance only.

Released for Construction’ drawings, for civil works only broadly conforming to the basic
scheme, will be progressively issued to the Contractor by the Engineer during the course of
work. ‘Released for Construction’ drawings may be revised and revised copies will be issued
to the Contractor from time to time by the Engineer.

The Contractor shall carefully scrutinize the “Released for Construction” drawings and shall
be responsible to point out discrepancies, if any, to the Engineer before execution of any
part of the Works affected thereby

The contractor should furbish all the survey drawings with all the details mentioned in pipe
survey, structures survey along with drawings and proposals for Right of the way with survey
drawings, L-sections showing invert levels of pipe, diameter, material and crossing details of
roads or river in it.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
6.7.10 Specifications

The Specifications are intended for general description of quality and workmanship of
materials and finished work. They are not intended to cover minute details. The work shall
be executed in accordance with the best modern practices and using special techniques.

Issue and Return of Contract Documents.

In addition to the two certified true copies of the Contract Document (including drawings) to
be supplied to the Contractor, the Contractor will be supplied with two copies of the
Specifications and Bill of quantities and two copies of all drawings, which may be issued.

6.7.11 Construction Materials

All construction materials including cement, reinforcing steel, structural steel, sand,
aggregates and sulphate resistant cement (if situation demands) shall be procured by the
Contractor from approved sources. The material so procured shall conform to the
Specifications laid down in the Contract. The Contractor’s responsibilities for construction
materials shall be as set out in the Technical Specifications of Contract.

6.7.12 Site

The Hussainabad Nagar panchayat/ JUIDCO will not be in a position to make available any
land for the Contractor’s camp for labour, staff, batching plant, storage of construction
material. The Contractor will have to negotiate separately with private parties for such
camping ground for his use in the vicinity of the work sites at his own cost. For this purpose,
the Nagar Panchayat will only issue a recommendatory letter on specific request from the
Contractor to facilitate obtaining necessary permission from the private parties.

Geological Information

The Nagar Panchayat accepts no responsibility whatsoever for inferences drawn from the
drawings, or from inspection of the site and the Contractor is deemed to have satisfied
himself on his own responsibility as to the extent to which this information represents the
conditions to be encountered.

6.7.13 Temporary Works

A reasonable time (in any case not less than 14 days) before he intends to commence
construction of any temporary works, the Contractor shall submit full particulars including
drawings of the same for the approval of the Engineer’s Representative. Submission to and
approval by the Engineer’s Representative of any such particulars shall not relieve the
Contractor of any of his responsibilities under the Contract.

6.7.14 Works to be kept Clear of Water

The Contractor shall keep the Works well drained until the Engineer certifies that the whole
of the Works is substantially complete and shall ensure that so far as is practicable all work
is carried out in the dry. Excavated areas shall be kept well drained and free from standing
water.

The Contractor shall construct, operate and maintain all temporary works including pumping
arrangements that may be necessary to exclude water from the Works while they are in
progress and till, they are handed over to the Nagar Panchayat. No separate payment will
be made for such dewatering works/measures. Unit rates quoted by the Contractor for Item
of Excavation will be deemed to have covered expenses for such dewatering
works/measures.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Notwithstanding any approval by the Engineer’s Representative of the Contractor’s
arrangement for the exclusion of water, the Contractor shall be responsible for sufficiency
thereof and for keeping the Works safe at all times, particularly during any floods and for
making good at his own expense any damage to the Works, including any that may be
attributable to floods. Any loss of production or additional costs of any kind that may result
from floods shall be at the Contractor’s own risk and cost.

6.7.15 Discharge of Water into Existing Watercourse

The Contractor shall make provision for the discharge or disposal from the Works and
temporary works of all water and waste products howsoever arising and the method of
disposal shall be to the satisfaction of the Engineer’s Representative and of any Authority or
person having an interest in any land or watercourse in which waste may be so discharged.
In the event there being no municipal storm water drains adjacent to the Work Site, the
Contractor shall provide for drains to the point of disposal of pumped discharges to the
satisfaction of the Engineer. The Contractor shall make his own arrangements for trapping of
the silt before leading the water into drains or watercourse.

All the necessary expenses for such arrangements shall be deemed to be included in the
quoted prices. The requirements of this clause shall not limit any of the Contractor’s
obligations or liabilities under the Contract.

6.7.16 Prevention of Pollution

The Contractor shall ensure that at all times during construction of the Works all reasonable
precautions are taken to the satisfaction of the Engineer’s Representative to prevent
pollution of the Site and of the environment. In particular, the Contractor shall prevent
pollution arising from the disposal or spilling of sewage, diesel, fuel oil, liquid mud or from
the disturbance of natural dust, aggregate dust or cement dust. The Contractor shall take all
reasonable precautions to control the noise levels generated by construction equipment and
mobile vehicles used for muck handling and disposal, below 80 dB(A). The Contractor
should carry out environmental monitoring during the pre-construction, construction , post-
construction and operation as per the provisions in the Environmental Management Plan
(Appendix 12)

Dust generation at the site shall be suppressed by suitable a method such as periodic water
sprays (at least two times every day along the entire work zone) to the satisfaction of the
Engineer’s representative. Trucks carrying excavated muck shall be adequately covered to
prevent any spillage of muck on the roads while transporting the same to the locations of
disposal. Any overloading shall not be allowed.

Adequate toilet facilities with proper arrangement for treatment discharge of treated effluent
shall be made by the Contractor.

The contractor should make the necessary arrangements and develop an efficient system in
disposal of the sludge generated from the WTP. The waste generated from the 9.5 MLD
WTP should be properly disposed with a recirculation system with pumping arrangement
with inlet and outlet pipes. The location of the sludge disposal site will be conveyed by the
employer through a kml FILE (Google earth location).

Upon site finalization of contractor’s camp, a draft plan shall be prepared following
provisions in the IEE and provided to the environmental expert or the engineer-in-charge for
vetting and approval.

6.7.17 Effects of Weather

The Contractor shall ensure that no damage occurs to the Works during construction by
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
arranging adequate protection for each work or building work against the effects of any
natural cause such as drought, sunshine, wind or rainfall (including erosion and flooding). No
work shall be performed when in the opinion of the Engineer’s Representative such work is
liable to be injuriously affected by the weather. The Contractor shall have no claim against
the Nagar Panchayat on account of loss alleged to have been sustained directly or indirectly
by reason of the Engineer’s Representative declining to permit such work to start or
continue, or ordering any work damaged by the weather to be made good or removed and
re-executed.

6.7.18 Site to be kept Tidy

The Contractor shall keep the Site and all working areas in a tidy and workmanlike condition
and free from rubbish and waste materials. Any temporary works, construction equipment,
materials or other things which for the time being are not required for use by the Contractor
may, with the consent of the Engineer’s Representative, be removed from the Site but
otherwise shall be dispersed about the Site in an orderly fashion and shall be properly and
securely stored thereon.

6.7.19 Safety Measures and Services

The Contractor shall be responsible for the safety of all workmen and other persons entering
or in the works and shall take all measures necessary to ensure their safety to the approval
of the Engineer’s Representative. Reference in these respects shall be made to the
following.

• Provision of proper safety and emergency regulations; fire, gas and electric shock
precautions, stretchers and first aid box together with rescue facilities generally for
each place of working.

• All safety provisions of IS codes with resect to working at heights, and deep
excavation, scaffolding, ladders, guardrails etc shall be considered.

• Providing cautionary signs and or information signs boards. Sheeting will be made of
encapsulated lens type of retro-reflective type and message / borders will be screen
printed complete as per screen specification in IRC SP 55: 2001.

• Provision of efficient safety helmets, reflective jackets, full body harness, gloves,
safety googles and gumboots for all personnel including the Engineer’s
Representative and each of his staff and any authorized visitors to the Site.

• The Contractor shall provide in Safety clothing required during the operation shall
also be provided during the operation maintenance service

• The Contractor shall provide safety showers, eye baths, bubblier drinking water and
the closest source of water during the emergency as per the provisions of the
CPHEEO. The contractor shall train the employees for use of the safety equipment.

• The Contractor shall provide first aid and life saving equipment both during the
construction and operations as per the CPHEEO manual or good construction
practices. The Contractor shall train personnel for use of life saving respiratory safety
equipment for any emergency relating to Chlorine gas during the operations.

• The contractor shall stop work during lightning or excessive heat or any other
extreme weather conditions to ensure safety of the workers.

• The Contractor shall provide red and white reflective level traffic cone made of low
density polythene (LDPE) material with square base of 390 X 390 X 35 and height of
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
770 mm , 4 kg in weight and placed at 1.5 m interval all as per BS: 873 as per and
IRC SP 55: 2015 for traffic diversion. The Contractor shall provide flashing beacon
warning lights as per specification in IRC SP 55: 2001

• Safe control of water whenever required including provision of ample standby


generating and pumping plant

• Provision and maintenance of suitable lighting to provide adequate illumination of


works with appropriate spares and standby equipment.

• Provision and maintenance of safe, sound mechanical equipment, each item of plant
having an update testing certificate.

• Provision and maintenance of safe, sound ropes, slings, pulleys, and other lifting
tackle, each appliance having an up to date test certificate where appropriate.

• The access to the worksite shall be restricted by putting up barricades, as


appropriate or as directed by the Engineer. Only authorised persons shall be allowed
to enter the worksite;

• The contractor shall provide adequate crossover points (e.g. MS trench bridge . MS
trench bridge shall be provided as per the width of the trench plus 4 ft of landing pad
on both sides and width of the bridge 3 ft having handrail of at a height between 39
in and 45in from the top deck and mid rail at 20in -22in from the top deck , slip
resistant decking and completely drained capable of bearing a load of 300 kg) for
access to properties.

• Provision of notices 1.0 m x 1.5 m size written in bold letters in English and Hindi to
be erected at points of access likely to be used by the public, which shall warn the
public of the existence of the Works. These notices shall be in addition to any
statutory requirements demanded of the Contractor.

• Three types of barricading are considered Barricading “ includes providing


barricading for trenches(less than 100mm) using 80-100 mm dia wooden bellies as
vertical post, at least 1.5m above ground level and at least 30-45 cm below ground
level at a spacing of 3 m. Two rows of PVC Tape (preferably red in colour) strip
barricading horizontal strip securely tied by the vertical members. Vertical members
shall be painted in red and white colour. OR Providing and fixing barricading (for
trenches 100-250 mm) at site of work for restricting the general public using 40 mm
dia M.S. pipe ("B" class) as vertical post with average spacing of 1.80 meter between
two vertical posts, having height at least 1.5m above road/ ground level and at least
30-45cm below road/ ground level by making suitable size hole in road/ ground,
providing and fixing suitably two rows of 100mm wide PVC Tape preferably of red
colour. The M.S. pipe shall be painted in red and white colour strips as per approved
pattern as and when it becomes shabby but at least after every alternate shifting at
new location. OR Providing and Fixing barricading of trenches ( trench size 250-350
mm) with minimum 0.63mm thick GI corrugated sheets (minimum width of each
sheet shall be 60 cm) for covering the barricading in one/ two rows one above
another and painting in red and white stripes as per the specifications and directions
of the Engineer- In-charge with proper fixing arrangements with GI limpet washers
nuts and bolts complete in all respect. After shifting/ removal of barricading the hole
shall be filled up properly and site is to be cleared in all respect. The replacement if
required shall also be considered Rate is inclusive of cost of all material , installation,
removal and cleaning of site after completion and transport to another site for
reinstallation. This item shall be carried out as per direction of the Engineer.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
• The Contractor shall submit for approval of the Engineer’s Representative detailed
proposals under (a) above. When the regulations have been approved and before
the work is started, the Contractor shall distribute copies in English or in other
languages as appropriate to all his employees and to the Engineer’s Representative.

• Preparation of traffic management plan and waste (spoils) management plan etc.

• Proper sanitation and personal hygiene to promote proper health treatment of local
and migrant worker which will control the movement of diseases vectors.

• The Contractor shall carry out periodic health checks for workers and the summary of
the report shall be made part of the compliance report submitted to ADB

The Contractor shall ensure that all his employees are fully conversant with the regulations,
emergency and rescue procedures, etc., and the Contractor shall enforce the rule that any
employee committing a serious breach of such regulations shall be instantly dismissed and
shall not be re-employed. No separate payments shall be made for observing any safety
measures and services.

6.7.20 Water Supply, Sanitation and Electrical Supply for Construction

The Contractor shall make suitable arrangements for water at his own cost, for the
construction of the Works and provide a satisfactory arrangement for supply of potable water
for drinking (as per IS 10500 (2012), washing, sanitation and cleaning.

The Contractor shall have to make his own arrangement to store adequate quantities of
water. The Contractor shall provide lavatories and urinals for the use of site personnel at no
charge. The Contractor shall also make necessary arrangements for disposal of wastes from
lavatories and urinals after treatment to the satisfaction of the Engineer at no extra cost.
Municipal Solid Waste generated by the labours shall also be collected treated and disposed
as per the provisions of the Solid Waste Management Rules 2016. Hazardous waste,
construction and demolition waste shall be managed as per the Hazardous and Other
Wastes (Management and Transboundary Movement) Rules 2016 and Construction and
Demolition Waste Management Rules 2016.

No electrical supply will be provided by JUIDCO / Hussainabad Nagar Panchayat/ PHED /


DW&SD during construction. The contractor shall make his own arrangement.

6.7.21 Claims for Damage to Persons or Property

Any claim received by the Nagar Panchayat or the Engineer’s Representative in respect of
matters in which the Contractor is required under the Contract to indemnify the Nagar
Panchayat will be passed on to the Contractor who shall likewise inform the Nagar
Panchayat and the Engineer’s Representative of any such claim which is submitted directly
to him by a claimant. The Contractor shall do everything necessary, including notifying the
insurers of claims received, to ensure that all claims are settled properly and expeditiously
and shall keep the Nagar Panchayat and the Engineer’s Representative informed as to the
progress made towards settlement, failing which the Nagar Panchayat shall be entitled to
make direct payment to claimants of all outstanding amounts due to them and deduct the
same by way of offset, the amounts so paid from any sums due or which become due from
the Nagar Panchayat to the Contractor.

If the Contractor receives a claim which he considers to be in respect of matter in which he


is indemnified by the Nagar Panchayat under the Contract, he shall immediately pass such
claim to the Nagar Panchayat.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Earthworks

6.7.22 Applicable Codes

The following Indian Standard Codes, unless otherwise specified herein, shall be applicable.
In all cases, the latest revision of the codes shall be referred to:

Table 8: Indian Standard Codes

IS 783 : Code of Practice for Laying of Concrete Pipes.

IS 1200 : Methods of Measurement of Building and Civil Engineering Works (Part 1 to Part 28)

IS 3764 : Excavation Work – Code of Safety

IS 2720 : Methods of Tests for Soils

: Part 2- Determination of Water Content

: Part 7- Determination of Water Content-Dry Density Relation Using Light


Compaction

: Part 8- Determination of Water Content – Dry Density Relation Using Heavy


Compaction

: Part 28 -Determination of Dry Density of Soils in Place, by the Sand Replacement


Method.

: Part 29 -Determination of Dry Density of Soils in Place, by the Core-Cutter Method

: Part 31-Field Determination of California Bearing Ratio

General

6.7.23 Earthwork General

Clauses 2.2.1.1 to 2.2.1.6 hereof are of general application and shall be read in conjunction
with other clauses in Section 2.2 (Earthworks).

Table 9: Definitions

“Soft Strata” means all kinds of soils containing kankar, sand, silt, murum and /or
shingle, gravel, and clay, loam, peat, ash, shale, etc. which can
generally be excavated by spades, pick axes and shovels. This shall
also include embedded rock boulders not longer than 1 meter in any
direction and not more than 200 mm in any one of the other two
directions.
“Soft Rock” and “Hard Soft Rock means boulders and other materials which in the opinion of
the Engineer could normally be removed by picks, hammer, crow bars,
Rock” wedges and pneumatic breaking equipment. This shall also include rock
boulders longer than 1 meter in any direction and not more than 500mm
in any one of the other two directions. Excavation in macadam & tarred
roads and pavements and dismantling masonry shall also be included
under this item. Hard Rock means rock occurring in large continuous
masses which in the opinion of the Engineer could be loosened by
blasting or by other rock quarrying methods. Rock boulders in sixes not
classified under Ordinary/Hard Soils and Soft & Decomposed Rock
shall be considered as hard rock.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
“General Excavation” Means excavation in open cut in top soil, ordinary & hard soils or soft &
decomposed rock or hard rock (excluding Trench Excavation) down to
levels specified on the Drawings or otherwise as being the general
levels after completion of excavation but excluding excess excavation.
“Trench Excavation” Means excavation of trenches in any material into which pipes are to be
laid to levels and limits specified on the Drawings or otherwise.

“Topsoil” Means any surface materials, including turf, suitable for use in soiling
areas to be grassed or cultivated.

“Excess Excavation” Means excavation outside the limits specified for General or Trench
Excavation. (Excess Excavation will not be paid for.)
“Controlled Blasting” Means blasting under express control by designing and limiting the
charge of blast to ensure that the peak particle velocity due to blast at
the nearest structure as measured by engineering seismograph does
not exceed 5 mm per second.

6.7.24 Levels to be recorded

Before the surface of any part of the Site is disturbed or the works thereon are begun, the
Contractor shall take and record levels of any such part, in the manner specified or as
agreed with the Engineer, in the presence of the Engineer and such levels when agreed with
the Engineer shall form the basis for measurement.

6.7.25 Excavation in Hard Rock by Chiselling

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

The Contractor may resort to any of the following methods to excavate rock by chiselling:

• Wedging by means of chisels, wedges, pneumatic drills and crowbars.

• Heating and quenching.

• Controlled blasting with a small charge just sufficient to make a crack in rock which
will be subsequently removed by wedging.

• The blasting or control blasting shall be done with prior permission from the
Engineer-in-Charge only.

No claim for extra payment shall be entertained by the Nagar Panchayat or client, for using
explosives for excavation in hard rock as mentioned above where excavation by chiselling is
specified or directed by the Engineer.

Disposal of Materials-Lead

Excavated materials should be disposed in all lead. No extra compensation is admissible on


the grounds that the lead including that for borrowed material had to be transported over
marshy or kuccha land route.

Excess Excavation to be made good

The Contractor, at his own expense, shall, if directed, remove from the Site all materials
resulting from Excess Excavation and shall make good the same with such kind of fill
material or such class of concrete as may be reasonably required by the Engineer having
regard to the circumstances without any extra cost to the employer.
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
6.7.26 General Excavation

General excavation means excavation required for general site grading, structures,
roadwork’s and borrows areas and shall not include Trench Excavation. General excavation
may also include miscellaneous isolated lengths of trenches inside or adjacent to other
structures.

The ground shall be excavated by such methods and to such dimensions and depths as
shall allow for the proper construction of the Works and safety of personnel and equipment
used on excavation. Slopes required for stable formation of sides shall be catered to in the
rates quoted for the item.

Where nominal payment limits of excavation are not shown in the Drawings or otherwise
specified, they shall be deemed to be the minimum net limits which would allow the outline
of the completed structure to be lowered vertically from ground level into its final position.
The Contractor shall make his own allowance for any working space required, and any
excavation outside the aforesaid limits which has not been ordered by the Engineer, whether
it be excavated to suit the Contractor’s method of working or unavoidable over break or due
to his carelessness or error, shall be held to be Excess Excavation and shall not be paid.

6.7.26.1.1 Supporting Excavations

The Contractor shall well and effectively support the sides and ends of all excavations to
prevent any fall or run from any portion of the ground outside the excavation and to prevent
settlement or damage to structures adjacent to the excavation. Any extra excavation
necessary to provide space for such support or other working space shall be held to be
Excess Excavation. If, for any reason, any portion of the bottoms, sides or ends of any
excavations shall give way, the Contractor shall at his own expense take all necessary
remedial measures including the excavation and removal of all the ground thereby disturbed
both within and outside the nominal limits of excavation and such extra excavations shall be
held to be Excess Excavation.

Where the Contractor elects and is permitted by the Engineer to perform excavations with
sloping faces (other than sloping excavations required as permanent features of the Works)
and without shoring, the excavated faces shall be to stable slopes and heights and the
resulting extra excavation shall be held to be Excess Excavation.

6.7.26.1.2 Trimming Excavations

When excavating to specified levels for the foundation of any structure or to specified limits
for the face of any structure required to about undisturbed ground, the Contractor shall not
excavate the last 150 mm until immediately before commencing the constructional work,
except where the Engineer shall permit otherwise. Should the Contractor have excavated to
within 150 mm above these specified levels or to within 150 mm of these specified limits
before he is ready or able to commence the constructional work he shall, where required by
the Engineer, excavate further so as to remove net less than 150 mm of material
immediately before commencing the constructional work and such further excavation shall
be held to be Excess Excavation.

Before commencement of any constructional work all shattered and loose material shall be
removed from the excavations by hand so as to ensure that the work rests on a solid and
perfectly clean foundation or abuts against solid ground.

6.7.26.1.3 Inspection by the Engineer

When the specified levels or limits of excavation are reached, the Engineer will inspect the
ground exposed and if he considers that any part of the ground is by its nature unsuitable,
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
he may direct the Contractor to excavate further. Such further excavation shall be refilled to
the specified levels or limits with concrete, selected excavated material or selected imported
material as directed by the Engineer, but shall not be held to be Excess Excavation.

Should the material forming the bottom of any excavation, while acceptable to the Engineer
at the time of his inspection, subsequently become unacceptable to him due to exposure to
weather conditions or due to flooding or have become puddle, soft or loose during the
progress of the Works, the Contractor shall remove such damaged, softened or loosened
material and excavate further by hand. Such further excavation shall be held to be Excess
Excavation.

6.7.26.1.4 Disposing Excavated Material

All excavated material shall remain the property of Employer. The disposal of excavated
material within the Site will, unless the Engineer orders otherwise, be at the Contractor’s
discretion but shall be so arranged as to suit the overall requirements for the construction of
the Works.

The Contractor shall ensure that no excavated material which is suitable for and is required
for reuse in the works is transported to the Engineer’s tip unless so ordered by the Engineer.

The Term “excavation” shall be deemed to include for disposing excavated material within
the Site in any of the following ways: -

Back filling to excavations and completed structures (except where such backfilling is
specified as special filling) using suitable excavated material and including placing in
temporary spoil tips and any double handling required all so as specified hereafter, or
transporting and placing approved excavated material in permanent spoil tips, including the
shaping and drainage of such tips all as specified hereafter; or transporting selected
excavated material to specified locations within the Site where embankments are to be
constructed or where filling around structures is specified to be constructed as embankment
including tipping ready for spreading and compacting and any double handling required.

6.7.26.1.5 Backfilling

Fill Material

All fill material whether such material is brought from outside borrow areas or excavation
within the site, will be subject to Engineer’s approval. Notwithstanding any approval given to
the fill material or borrow areas from which fill material is proposed to be brought, the
Engineer reserves the right to reject such material which in his opinion either does not meet
the specification requirements or is unsuitable for the purpose for which it is intended.

It shall be Contractor’s responsibility to locate suitable borrow areas for required fill material.
Such areas will be inspected by Engineer and approved before Contractor decides to borrow
the fill material. The topsoil, which may contain vegetation, rubbish, slush etc. shall not be
used. If required by Engineer, Contractor shall arrange to have trial pits of specified
dimensions and numbers dug at specified locations, for the Engineer to examine the nature
and type of material likely to be obtained from the borrow areas.

Unless separately provided for, all lead, lift and transportation required for bringing in the fill
material from borrows areas or from excavation from within the site shall be included in the
Contractor’s quoted unit rates.

The borrowed soil shall be generally granular, and non-cohesive. It shall consist of sand,
silty sand, murrum, ordinary soil, gravel and shingles. Dredged material, free from clayey
deposit, will be accepted. Fill material shall also be free from sulphates, salts, organic,

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
foreign and other harmful or objectionable materials. Any material rejected by the Engineer
shall be removed from the site immediately.

Roads, of temporary nature, required to be constructed for access and for movement of
men, materials, equipment’s, transport vehicles, vehicles carrying fill material etc. to or over
borrow areas and/or to or over areas on which fill has to be deposited shall be constructed
by the Contractor at his own cost. Such costs shall be deemed to have been included in the
unit rates quoted by Contractor. Such access roads shall be maintained in good condition
during all seasons to ensure completion of the work according to the time schedule.

Backfilling

Excavated material used as backfilling to excavations or completed structures shall be free


from rubbish, vegetation, clods and lumps and shall be approved by the Engineer. The
approved materials shall be placed in layers, not exceeding 225 mm in depth before
compaction and shall be compacted to a dry density not less than 95% of the maximum dry
density obtained by the test in Part 7 of IS 2720 or to such higher density as is specified
hereinafter or shown on the Drawings. During compaction, the backfill shall have a uniform
moisture content equal to or a little above the optimum moisture content recorded in the IS
Compaction Test. Where necessary the Contractor shall adjust the moisture content of the
backfill either by drying out or by adding water. After such drying out or adding of water the
backfill shall be thoroughly mixed until the moisture content is uniform. Soft material shall not
be used as backfilling around structures in rock. The Contractor shall backfill such excess
excavation with concrete, rubble, stone or rock fill as directed by the Engineer. Filling other
than concrete shall be placed in layers not exceeding 300 mm in thickness, shall be
thoroughly compacted and have adequate fines content to fill the voids. Should the material
being placed as backfilling, while acceptable at the time of selection, become unacceptable
to the Engineer due to exposure to weather conditions or due to flooding or have become
puddle, soft or segregated during the progress of the Works, the Contractor shall at his own
expense remove such damaged, softened or segregated material and replace it with fresh
approved material.

The Contractor shall when placing the backfilling make due allowance for any settlement
that may occur before the end of the Defects Liability Period. Where necessary, the
Contractor shall during the Defects Liability Period and at or before the end of the Defects
Liability Period remove any excess material or make up any deficiency or backfilling to the
specified levels.

Backfilling as per specification the sides of foundations of columns, footings, structures,


walls, tanks, rafts, trenches, etc. with excavated material will be paid for separately. It shall
be clearly understood that the rate quoted for excavation shall include conveying of selected
stacked material to the place of final backfill, compaction, etc. as specified. As a rule,
material to be backfilled shall be stacked temporarily within the basic lead of 0.5 kilometre
for such material.

Payment for filling inside plinth or similar filling with selected excavated material will be made
separately. Payment for this work will be made based on measurement of plinth dimensions
filled. The plinth ground levels shall be recorded beforehand for this purpose. Backfilling,
plinth filling and site grading with borrowed earth will be paid for at rates quoted. The quoted
rate shall include all operations such as lead and transport, fill, compaction, etc. as specified.
Actual quantity of consolidated filling or actual quantity or excavation in the borrow pits (less
such top soil which has been excavated and not used for filling) whichever is less shall be
measured and paid for in cubic meters. The lead lift etc. shall be as indicated in the schedule
of quantities.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Compaction shall be carried out to achieve at least 95% of standard Proctor Dry Density at
an optimum moisture content determined in accordance with the relevant IS Specification. It
shall be ensured however that the minimum compacted dry density is not less than 1.6 M.T.
/M3. As the work progresses field density tests shall be conducted on each layer at the rate
of one test for every 1000 square meters to check whether the desired compaction has
actually been achieved.

6.7.26.1.6 Local Rules and Regulations

The Contractor shall familiarize himself with the local rules and regulations governing the
excavation, quarrying operations, etc. and the work shall be carried out strictly in accordance
with rules and regulations, if any. Whenever a quarry is required to be opened in connection
with the execution of work covered under this Contract, the Contractor shall investigate that
it shall yield stones and other materials such as sand, murrum, soil etc., of approved quality
and shall satisfy himself as to the availability in desired quantity. He shall supply free of cost
necessary quantity of sand, stone, metal aggregate, etc. to the Engineer for carrying out
tests as required by the Engineer and well in advance of its use so as to get approval to the
quality of the material. The cost of opening, operating and transporting the material from the
quarry shall be borne entirely by the Contractor.

The Contractor shall obtain all necessary permission from the concerned authorities before
opening the quarry. In case of quarries in private lands, it is for the Contractor at his cost to
arrange for quarrying of the material on payment of whatever charges as may be due to the
owner.

6.7.26.1.7 Spoil Tips on the Site

The limits of permanent spoil tips shall be as shown on the Drawings or as may be required
by the Engineer f or landscaping purposes. Temporary spoil tips may be used to store
excavated material as required and shall be arranged by the Contractor subject to the
Engineer’s approved having regard to any particular requirement Only material which is
required by the Engineer shall be placed in the various spoil tips, topsoil being placed in
separate spoil tips where so ordered. No tree trunks, stumps, roots, branches or rubbish of
any kind shall be placed in spoil tips.

The Contractor shall form separate spoil tips of useful materials as follows: -

• Good quality rubble and hardcore

• corner stones

• Inferior quality rubble

• Soft rock, earth and murrum

• Hard rock

Permanent spoil tips shall be finished to shapes as indicated on the Drawings or as required
by the Engineer. Temporary spoil tips shall be so shaped as to maintain stability and good
drainage at all times.

6.7.26.1.8 Transportation/Disposal of Excavated Material off Site

Excavated material which is not required for or is unsuitable for re-use in the works shall be
disposed of as directed to suitable locations. Such material shall remain the property of the
Nagar Panchayat and shall be transported and deposited at suitable places. Material so
deposited shall be shaped up or spread and levelled as directed by the Engineer. Any

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
necessary work to provide access to Engineer’s tips or other preliminary work in connection
therewith shall be carried out by the Contractor in consultation with the Engineer and the
expenses thereof shall be included in the rat e quoted for the item. Disposal of surplus
excavated stuff will be solely the responsibility of the contractor himself and all the related
cost shall be borne by the contractor. On pre- works documentation, we suggest that the
following text be incorporated into the bid document under a relevant section: Before start of
transporting materials and construction activities, adequately record the condition of roads,
agricultural land and other infrastructure

6.7.26.1.9 Dewatering

All excavations shall be kept free of water. Grading in the vicinity of excavations shall be
controlled to prevent surface water running into excavated areas. Contractor shall remove by
pumping or other means any water inclusive of rainwater and subsoil water accumulated in
excavation and keeps all excavations dewatered until the foundation work is completed and
backfilled. Sumps made for dewatering must be kept clear of the excavations/trenches
required for further work. Method of pumping shall be acceptable to the Engineer, but in any
case, the pumping arrangement shall be such that there shall be no movement of subsoil or
blowing in due to differential head of water during pumping. Pumping arrangements shall be
adequate to ensure no delays in construction.

When there is a continuous inflow of water and quantum of water to be handled is


considered in the opinion of Engineer as large, well point system, single stage or multistage,
shall be adopted. The Contractor shall submit to Engineer his scheme of well point system
including the stages, the spacing, number and diameter of well points, headers etc., and the
number, capacity and location of pumps for approval.

The cost of dewatering shall be included in the item rate for excavation unless and until
provided separately in the tender.

6.7.26.1.10 Anti-termite Treatment

This part of specification covers chemical treatment of soils for the protection of underground
structures from attack by subterranean termites.

Table 10: Applicable codes


Code Description

IS 6313 (Part 1) : Constructional measures

IS 6313 (Part 1) : Pre-constructional chemical treatment Measures

IS 6313 (Part 1) : Treatment for existing buildings

Materials

Chemicals toxic to subterranean termites may be used effectively to check termite


infestation in the soil. Chemicals conforming to Indian standards in water emulsion shall be
applied uniformly over the area to be treated.

Mound Treatment

If termite mounds are found within the plinth area, these shall be destroyed by means of
insecticides in form of water suspension or emulsion which should be poured into the
mounds at several places after breaking open the ear hen structure and making holes with

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
crow bars. For a mound volume of about one cubic meter, 4 litres of an emulsion in water of
one of the following may be used:

• 5 percent DDT.

• 0.5 percent BHC.

• 0.25 percent dieldrin.

• 0.25 percent Aldrin.

• 0.5 percent heptachlor.

• 0.5 percent chlordane.

Soil Treatment

Soil beneath the structure and around the foundation shall be treated with soil insecticide.
The purpose of treatment is to create chemical barrier between the ground from where
termites come and woodwork and other cellulosic materials in the structure. Any one of the
following chemicals in water emulsion shall be applied uniformly over the area to be treated.

Table 11: Soil Treatment

Chemical Concentration by weight, percent

Dieldrin 0.5

Aldrin (conforming to IS1306) 0.5

Chlordane (conforming to IS2863) 0.5

Heptachlor (conforming to IS6432) 0.5

6.7.26.1.11 Measurement of General Excavation

Items in the Bill of Quantities for “excavations” except where expressly indicated otherwise
shall apply to excavation in any material and shall include not only all works in connection
with excavation but also stacking the excavated material on the Site for being used as
backfill or disposing the excavated material to permanent spoil tips or to embankments all as
specified.

Items for “Disposal to Engineer’s tip” measured extra over excavation items, shall include for
the disposal of excavated material to any suitable tipping location, all as specified, for all
leads and lifts, by the most direct practicable route.

All work in connection with excavation and subsequent disposal of excavated material as
specified shall be valued by measurement of such items as are set forth in the Bill of
Quantities for “Excavation” and where appropriate, items for “Soft & Hard Rock”.

All such measurement shall be the net volume of the material excavated to the specified
levels and limits described herein or shown on the Drawings, no allowance being made for
bulking. No separate payment shall be made in respect of Excess Excavation.

The allowable trench width for pipeline trenches shall be pipe dia. + 600 mm. No additional
excavation over and above this will be allowed if any.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
6.7.26.1.12 Providing and Constructing Coffer Dam

General

The item provides for constructing temporary coffer dam for carrying out the work of intake,
Head work including submerged weir & infiltration Gallery and providing barricading/signs
(applicable to all work site), Plastic tubes or large thick plastics and signals, watchman and
red light, maintaining the diversion, etc. a condition satisfactory for the use of construction
work till the completion and dismantling the cofferdam on completion of the work. Alignment

The Contractor shall align the cofferdam suitably and obtain approval of the Engineer before
construction of the same.

Construction

The cofferdam shall be constructed to the satisfaction of the Engineer on the approved
alignment with an eye on safety and convenience for the construction at all times and shall,

• Not have a gradient

• Have a specified width and specified height

• Have a two lane of filled empty cement bags of sand or murum and in between
hearting B.C. soil for stopping seepage of flow for construction purpose.

The Engineer may permit in writing deviation in the above, if circumstances justify. The
coffer dam shall be formed in layers as directed. Two lanes of filled empty cement bags by
murum or sand shall be used as directed and then in between the lane of bags of hearting
material should be laid and should be consolidated to required strength and condition or as
directed by the Engineer.

Maintenance

The Contractor shall maintain the coffer dam in a reasonably good condition till the work is
over. He shall also be responsible to reconstruct it or parts of it if damaged due to floods, or
any other cause without extra claims for the same. If the Contractor fails to repair the
cofferdam in a satisfactory manner, even after being required by the Engineer to do so within
a specified period in writing, the Engineer will be free thereafter to repair and keep the
cofferdam in satisfactory condition at the cost of the Contractor.

Special Points

The Contractor shall be responsible thus for, Suitable alignment of the coffer dam.

• Construction of the coffer dam as directed by the Engineer.

• Providing adequate and necessary barricades, sign boards, signals and watchmen.

• Maintenance of the coffer dam in good condition.

• Reconstruction of the coffer dam when damaged.

Item to Include

• All the labour, material use of equipment’s, tools and plants necessary for lighting,
constructing, maintaining the coffer dam satisfactory till completion of work.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
• All sorts of compensation and responsibilities arising out of the coffer dam
construction.

• After completion of work the constructed coffer dam will be dismantled and all
material should be disposed of from site as directed.

Contractor to Dewater Whenever Required

The areas shall also be maintained free of water after any part of the works is completed for
inspection, safety and installation by the Employer or for any other reasons determined as
necessary by the Engineer -in-charge. The contractor shall pump all water from the site of
the Intake Works shall keep the foundation free of water while excavating, grouting,
concreting and placing masonry and continue to keep the works free of water for a period as
may be required for proper setting of mortar, or concrete or otherwise required for the
completion of works.

Repairs and Removal of Diversion Channel, Coffer Dam etc.

The Contractor shall have to construct and maintain during construction of headwork all
coffer dams, diversion channels and other diversion of protective work as necessary after
approval from Engineer-in-charge. The Contractor shall not be entertained to any damages
or damagers on account of or by reason of any amount of water leaking through, under or
around coffer dams, diversion channels and other diversion of protective works or over
topping of the diversion works.

Closure of Diversion Works etc.

The items and method of closure of diversion channel or any other opening such as
temporary under sluices, etc. shall be subject to the approval of the Engineer-in-charge.
Temporary under sluices if kept shall be plugged as specified by the Engineer-in-charge
without extra cost.

Damage due to Floods

If any foundation pits or work portions are filled due to flood or flow during the progress of
work or during rainy season or due to any other causes, all pumping required to dewater the
pit and desilting shall be done without extra cost.

Removal of Coffer Dams and Closing of Diversion Cuts, etc.

All coffer dams and other protective work constructed for facility of dewatering shall be
removed after they have served their purpose in a manner and to extent directed by the
Engineer-in-charge from time to time. All the diversion works or diversion cuts shall be
closed in like manners.

The downstream and upstream of coffer dam shall be removed in such a manner as not to
interfere with the satisfactory working of the energy dissipation arrangements, outlets, etc.

No Claims due to Change in Design of Structure

No claims towards increase in dewatering area or diversion arrangements due to change in


the design of structure shall be entertained by the Employer over and above as specified in
/BOQ .

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
6.7.26.1.13 Landscaping

Landscaping involves beautification of the Pump House, WTP and ESR site by levelling the
plot, tree plantation etc. there by modifying the appearance of the site. Contractor has to
develop proper landscaping from professional landscape architect approved by JUIDCO.

6.8 Concrete and Allied Works

6.8.1 Scope

This specification covers the general requirements for concrete to be used on jobs using
RMC/on-site production facilities including requirements in regard to the quality, handling,
and storage of ingredients, proportioning, batching, mixing and testing of concrete and also
requirements in regard to the quality, storage, bending and fixing of reinforcement. This also
covers the transportation of concrete from the mixer to the place of final deposit and the
placing, curing protecting, repairing and finishing of concrete.

6.8.2 Applicable Codes and Specifications

The following specifications, standards and codes are made a part of this specification. All
standards, tentative specifications, specifications, codes of practice, referred to herein shall
be the latest editions including all applicable official amendments and revisions.

In case of discrepancy between this specification and those referred to herein this
specification shall govern.

Table 12: Material


Sr. No. IS Code Description

1. IS 269 Specification for 33 grade ordinary Portland cement.


2. IS 8112 Specification for 43 grade ordinary Portland cement.
3. IS 12269 Specification for 53 grade ordinary Portland cement.
4. IS 455 Specification for Portland slag cement.
5. IS 12330 Specification for sulphate resisting Portland cement.
6. IS 1489 Specification for Portland pozzolana cement. (Parts 1 & 2)
7. IS 4031 Methods of physical tests for hydraulic cement. (Parts 1 to 15)
8. IS 650 Specification for standard sand for testing cement.
9. IS 383 Specification for coarse and fine aggregates from natural sources for
10. IS 2386 concrete.
Methods of test for aggregates for concrete. (Parts 1 to 8)
11. IS 516 Method of test for strength of concrete.
12. IS 1199 Methods of sampling and analysis of concrete.
13. IS 2062 Steel for general structural purposes.
14. IS 3025 Methods of sampling and test (physical and (Parts 1 to 49) chemical) for
water and wastewater.
15. IS 432 Specification for mild steel and medium tensile (Parts 1 & 2)-steel bars and
hard- drawn steel wire for concrete reinforcement.
16. IS 1566 Specification for hard-drawn steel wire fabric for concrete reinforcement.
17. IS 4990 Specification for plywood for concrete shuttering work.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
18. IS 2645 Specification for integral cement waterproofing compounds.
19. BS 4449 Specification for carbon steel bars for the reinforcement of concrete
20. IS 10262 Recommended guidelines for concrete mix design.
21. SP 23 Handbook on concrete mixes (based on Indian Standards).
22. IS 458 Specification for precast concrete pipes (with and without reinforcement).
23. IS 1786 Specification for high strength deformed steel bars and wires for concrete
reinforcement.
24. IS 13620 Fusion Bonded Epoxy Coated Reinforcing Bars-Specification.
25. IS 1893 Criteria for Earthquake Resistance Design of structures.
26. IS 13290 Code of Practice for Earthquake Resistance Design and Construction of
Buildings.

Table 13: Equipment


Sr. No. IS Code Description
1. IS 1791 Specification for batch type concrete mixers.
2. IS 243 Specification for roller pan mixer.
3. I 2505 Specification for concrete vibrators-immersion type-general requirements
4. I 2506 Specification for general requirements for screed board concrete vibrators.
5. IS 2514 Specification for concrete vibrating tables.
6. IS 336 Specification for pan vibrators.
7. IS 4656 Specification for form vibrators for concrete.
8. IS 2722 Specification for portable swing weigh batchers for concrete (single and
double bucket type).
9. IS 2750 Specification for steel scaffoldings.

Table 14 Codes of Practice


Sr. IS Code Description
No.
1. IS 456 Code of practice for plain and reinforced concrete.
2. IS 1343 Code of practice for pre-stressed concrete’s
3. IS 457 Code of practice for general construction of plain and reinforced concrete for
dams and other massive structures.
4. IS 3370 Code of practice for concrete structures for the (Parts 1 to 4) storage of
Liquids.
5. IS 3935 Code of practice for composite construction.
6. IS 3201 Criteria for design and construction of precast trusses and purlins.
7. IS 2751 Recommended practice for welding of mild steel plain and deformed bars for
reinforced construction.
8. IS 9417 Recommendations for welding cold worked steel bars for reinforced concrete
construction.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Table 15: Construction Safety

Sr. IS Code Description


No.
1. IS 3696 Safety code of scaffolds and ladders (Parts 1 & 2).

Table 16: Measurement


Sr. IS Code Description
No.
1. IS1 1200 Methods of measurement of building and civil (Parts 1 to 28) engineering works.

6.8.3 General

The quality of materials and method and control of manufacture and transportation of all
concrete work irrespective of mix; whether reinforced or otherwise shall conform to the
applicable portions of this specification.

The Engineer shall have the right to inspect the source/s of material/s, the layout and
operation of procurement and storage of materials, the concrete batching and mixing
equipment, and the quality control system. Such an inspection shall be arranged and the
Engineer’s approval obtained, prior to starting of concrete work.

6.8.4 Materials for Standard Concrete

The ingredients to be used in the manufacture of concrete shall consist solely of ordinary
Portland cement clean water, and admixtures, if specifically called for on drawings or
specifications, or due to conditions at site warranting the use of it.

Cement

Unless otherwise specified in the Bill of Quantities or called for by the Engineer, cement
shall be Ordinary Portland Cement in 50 kg. Bags conforming to IS 8ll2 or IS 12269. The
use of bulk Cement will be permitted only with the approval of the Engineer Changing of
brands or type of cement within the same structure shall be avoided as far as possible. If site
condition demand, Sulphate Resisting Cement conforming to IS 12330 may have to used.

Unless otherwise specified in the Bill of Quantities or called for by the Engineer, cement
shall be ordinary Portland cement in 50 kg. Bags conforming to IS 8ll2 or IS 12269. The use
of bulk Cement will be permitted only with the approval of the Engineer Changing of brands
or type of cement within the same structure shall be avoided as far as possible. If site
condition demand, Sulphate Resisting Cement conforming to IS 12330 may have to used.

A certified report attesting to the conformance of the cement to.IS specifications by the
cement. Manufacturer shall be furnished, to the Engineer, at least seven days prior to use in
the works.

The contractor shall have to make his own arrangements for the procurement and storage of
adequate quantity of cement. Cement in bulk may be stored in bins or silos, which will
provide complete protection from dampness, contamination and minimize caking and false
set. Cement bags shall be stored in a dry enclosed shed (storage under tarpaulins will not
be permitted), well away from ground and so arranged as to provide ready access.
Damaged or reclaimed or partly set cement shall not be permitted to be used and shall be

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
removed from the site. The storage bins and storage arrangements shall be such that there
is no dead storage. Not more than 12 bags shall be stacked in any tier. The storage
arrangement shall be approved by the Engineer. Consignments of cement shall be stored as
received and shall be consumed in the order of their delivery.

Cement held in storage for a period more than ninety (90) days shall not be used. Should, at
any time, the Engineer have reasons to consider that any cement is defective, then
irrespective of its origin, date of manufacture and /or manufacturer's test certificate, such
cement shall be tested immediately at Contractor's cost at any approved test laboratory and
until the results of such tests are found satisfactory, it shall not be used in any work. The
Contractor shall not be entitled to any claim of any nature on this account.

Aggregates

• “Aggregate" in general designates both fine and coarse inert materials used in the
manufacture of concrete.

• "Fine Aggregate" is aggregate most of which passes through 4.75 mm IS sieve.

• "Coarse Aggregate" is aggregate most of which is retained on 4.75 mm IS sieve.

A fine and coarse aggregates proposed for use in the work shall be subject to the Engineer's
approval and after specific materials have been accepted, the source 'of supply of such
materials shall not be changed without prior approval of the Engineer.

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

Sampling and Testing

Samples of the aggregates for mix design and determination of suitability shall be taken
under the supervision of the Engineer and delivery to the laboratory, well in advance of the
scheduled placing of concrete. Records of tests, which have been made on proposed
aggregates and on concrete made from this source of aggregates, shall be furnished, to the
Engineer in advance of the work for use in determining aggregate suitability. These tests
shall also be done periodically on samples of material actually being used in concreting
during course of concreting operations; as directed by the Engineer. The costs of all such
tests, sampling, etc., shall be borne by the Contractor.

Storage of Aggregates

All coarse and fine aggregates shall be stacked separately in stock piles in the material yard
near the work site in bins properly constructed to avoid inter mixing of different aggregates.
Contamination with foreign material and earth during storage and while heaping the
materials shall be avoided. The aggregate must be of specified quality not only at the time of
receiving at site but more so at the time of loading into mixer. Rakers shall be used for lifting
the coarse aggregate from bins or stock piles. Coarse aggregate shall be piled in layers not
exceeding l.20 metres in height to prevent coning or segregation, each layer shall cover the
entire area of the stock pile before succeeding layers are started. Aggregates that have
become segregated shall be rejected. Rejected material after remixing may be accepted, if
subsequent tests demonstrate conformance with required gradation.
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Specific Gravity

Aggregates having a specific gravity below 2.6 (saturated surface dry basis) shall not be
used without special permission of the Engineer.

6.8.5 Fine Aggregate

Fine aggregate except as noted above, and for other than lightweight concrete shall consist
of natural sand conforming to IS 383. The Sand shall be clean, sharp, hard, strong and,
durable and shall be free from dust, vegetable substances, adherent coating, clay', alkali,
organic matter, mica, salt or other deleterious substances, which can be injurious to the
setting qualities / strength / durability of concrete.

Screening and Washing

Sand shall be prepared for use by such screening or washing, or both, as necessary to
remove all objectionable foreign matter while separating the sand grains to the required size
fractions.

Foreign Material Limitations

The percentages of deleterious substances in substance in sand delivered to the mixer shall
not exceed the following:

Table 17: Foreign Material

Sl. No. Foreign Material Percent by weight

Uncrushed Crushed
1. Material finer than 75 microns IS sieve 3.00 15.00

2. Shale 1.00 -

3. Coal and lignite 1.00 1.00

4. Clay lumps 1.00 1.00

5. Total of all above substances including items (i) to (iv) for 5.00 2.00
uncrushed sand and items (iii) and (iv) for crushed sand

Grading

Unless otherwise directed or approved, the grading of sand shall be within the limits
indicated hereunder tarpaulins will not be permitted), well away from ground and so
arranged as to provide ready access. Damaged or reclaimed or partly set cement shall not
be permitted to be used and shall be removed from the site. The storage bins and storage
arrangements shall be such that there is no dead storage. Not more than 12 bags shall be
stacked in any tier. The storage arrangement shall be approved by the Engineer.
Consignments of cement shall be stored as received and shall be consumed in the order of
their delivery.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Table 18: Percentage passing for IS Sieve

IS Sieve Grading

Designation Zone I Zone II Zone III Zone IV


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

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

Fineness Modulus

The sand shall have a fineness modulus of not less than 2.2 or more than 4.2. The-fineness
modulus is determined by adding the cumulative percentages. retained on the following IS
sieve sizes (4.75 mm. 2.36 mm, 1.18 mm, 600 microns, 300 microns and 150 micron) and
dividing the sum by 100.

6.8.6 Coarse Aggregate

Coarse aggregate for concrete, except noted above and for other than lightweight concrete
shall conform to IS 383. This shall consist of natural or crushed stone and gravel, and shall
be clean, and free from elongated, flaky or laminated pieces, adhering coatings, clay lumps,
coal residue, clinkers, slag, alkali, mica, organic, matter or other deleterious matter.

Screening and Washing

Natural gravel and crushed rock shall be screened and or washed for the removal of dirt or
dust coating, if so, demanded by the Engineer.

Grading

Coarse aggregate shall be either in single size or graded. In both cases, the grading shall be
within the following limits:

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Table 19 Percentage passing for IS Sieve

IS Sieve Percentage passing for single sized aggregate Percentage passing for graded
of nominal Size aggregate of nominal size
Designation
63 mm 40 mm 20 mm 16 mm 12.5 mm 10 mm 40 mm 20 mm 16mm 12.5 mm
80 mm 100 - - - - - 100 - - -
63 mm 85 100 - - - - - - - -
to100
40 mm 0 to 30 85 to 100 - - - 95 to 100 - -
100 100
20 mm 0 to 5 0 to 20 85 to 100 - - 30 to 70 95 100 100
100 to100
16 mm - - - 85 to 100 - - - 90 to -
100 100
12.5 mm - - - - 85 to100 100 - - - 90 to 100

10 mm 0 to 5 0 to 5 0 to 20 0 to 30 0 to 45 85 to 10 to 35 22 to 30 to 70 40 to 85
100
4.75 mm - - 0 to 5 0 to 5 0 to 10 0 to 20 0 to 5 0 55to 10 0 to 10 0 to 10

2.36 mm - - - - - 0 to 5 - - - -

The pieces shall be conical in shape and shall have granular or crystalline surfaces. Friable
flaky and laminated pieces, mica and shale, if present, shall be only in such quantities that
will not, in the opinion of the Engineer; affect adversely the strength and/or durability of
concrete. The maximum size of coarse aggregate shall be 40mm for M15 concrete and for
20 mm for M20 to M30 concrete, or as directed by the Engineer or specified otherwise. The
maximum size specified above, but in no case greater than ¼ of the minimum thickness of
the member, provided that the concrete can be placed without difficulty so as to surround all
reinforcement thoroughly and fill the corners of the form. Plums above 160 mm and up to
any reasonable size can be used in plain mass concrete work of large dimensions up to a
maximum limit of 20% by volume of concrete when specifically approved by the Engineer.
For heavily reinforced concrete members, the nominal maximum size of the aggregate shall
be 5 mm less than the minimum clear distance between the reinforcing main bars or 5 mm
less than the minimum cover to the reinforcement whichever is smaller. The number of fine
particles occurring in the free state or as loose adherent shall not exceed 1 % when
determined by laboratory sedimentation tests as per IS 2386. After 24 hours' immersion in
water, a previously dried sample shall not have gained more than 10% of its oven dry weight
in air, as determined by IS 2386.

Foreign Material Limitations

The percentage of deleterious substances in the aggregate delivered to the mixer shall not
exceed the following:

Table 20: Foreign Material

Sl. Foreign Material Percent by weight

No. Uncrushed Crushed


1. Material finer than 75 microns IS sieve 3.00 3.00

2. Coal and lignite 1.00 1.00

3. Clay lumps 1.00 1.00

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
4. Soft fragments 3.00 -

5. Total of all the above Substances 5.00 5.00

6.8.7 Water

Water used for washing, mixing and curing shall be free from injurious amounts of
deleterious materials. Potable waters are generally satisfactory for mixing and curing
concrete.

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

Average 28-day compressive strength of at least three 15 cm concrete cubes prepared with
water proposed to be used shall not be less than 90% of the average strength of three
similar concrete cubes prepared with distil1ed water. The cubes shall be prepared, cured
and tested in accordance with the requirements of IS 516.

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

Where water can be shown to contain an excess of acid, alkali, sugar or salt, the Engineer
may refuse to permit its use.

As a guide, the following concentrations represent the maximum permissible values:

To neutralize 200 ml. sample of water, using Phenolphthalein as indicator it should not
require more than 2 ml. of 0.1 Normal NaOH. The details of test shall be as given in IS 3025.

To neutralize 200 ml. sample of water, using methyl orange as an indicator, it should not
require more than 10 ml. of 0.1 Normal HCl. The details of test shall be as given in IS 3025.

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

Table 21: Method of Test for Solids

Solids Percent Method of Test (Ref. Clause in IS 3025)

Organic 0.02 10 and 11 (Organic solids total solids minus ignited residue)
Inorganic 0.30 11 (ignited residue)

Sulphates 0.05 20

Alkali Chlorides (asCl) 0.20 24

Suspended matter 0.20

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
The pH value of water shall not generally be less than 6.

6.8.8 Street Shapes Encased in Concrete

Structural steel columns, beams, girders and bracings to be encased in concrete shall be
unpainted, if so, indicated on the drawings. The encasing shall be done in concrete of
gradeM30 with 10 mm maximum size, aggregate unless otherwise specified in drawings.
The steel member shall be, wrapped with galvanized wire mesh of the size indicated on the
drawings. The galvanized wire mesh shall be kept 20 mm from the edge or surface of the
steel member and shall be held in position securely. The steel member will have a minimum
cover of 50 mm unless otherwise indicated on the drawings. Where the clear cover to steel
is more than 75 mm, mild steel bars and concrete with 20 mm coarse aggregate shall be
used.

6.8.9 Standard Concrete

All concrete in the works shall be "Controlled concrete" as defined in IS 456, except for M7.5
and M10 for which nominal mix concrete shall be used. Whether reinforced or otherwise, all
concrete works to be carried out under this specification shall be in grades as designated in
the following table :

Table 22: Concrete and specifications

Grade of Concrete Minimum Compressive At 7 Strength specified characteristic


days (N/mm2) compressive strength at 28 days (N/mm2)

40 27 40

35 23.5 35

30 20 30

25 17 25

20 13.5 20

15 10 15

Notes:

• It shall be very clearly understood that whenever the grade of concrete such as M20,
M25, etc. is specified, it shall be the Contractor's responsibility to ensure that
specified crushing strength" stipulated for the respective grade of concrete is
obtained at works.

• Minimum cement content shall be as under, while irrespective of the size of


aggregate used, for all structures.

Table 22: Grade of Concrete and its Minimum Cement Content


Grade of Concrete Minimum Cement Content (Kg/m3)

M15 - 300

M20 - 330

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Grade of Concrete Minimum Cement Content (Kg/m3)

M25 - 360

M30 - 400

• The minimum cement content stipulated above shall be adopted irrespective of


whether the Contractor achieves the desired strength with less quality of cement. The
Contractor’s quoted rates for concrete shall provide for the above eventuality and nothing
extra shall become payable to the Contractor on this account. Even in the case where the
quantity of cement required is higher than that specified above, nothing extra shall become
payable to the Contractor.

6.8.10 Mix Design

General

This is to investigate the grading of aggregates water-cement ratio, and the quantity of
cement required to give desirable workability and the characteristic strength not less than
appropriate values. The proportions of the mix shall be determined by weight. Adjustment of
aggregate proportions due to moisture present in the aggregate shall be made. Mix design
shall be done as per the recommended procedure laid down in IS 10262.

Whenever there is a change in water-cement ratio or workability or the source of aggregates


and/or cement, preliminary tests shall be respected to determine the revised proportions of
the mix to suit the altered conditions. While designing mix proportions, over-wet mixes shall
always be avoided.

While fixing the value for water cement ratio for preliminary mixes, assistance shall be
derived from IS 10262 showing the relationship between the 28-day compressive strengths
of concrete mixes with different water- cement ratios and the 28-day compressive strength of
cement tested in accordance with IS 4031.

Preliminary Test

Test specimens shall be prepared with at least two different water cement ratios for each
class of concrete, consistent with workability required for the nature of the work. The
materials and proportions used in making preliminary tests shall be similar in all respects to
those to be actually employed in the works as the object of these tests is to determine the
proportions of cement, aggregates and water necessary to produce concrete of required
consistency and to give the specified strength. It will be the Contractor’s sole responsibility to
carry out these tests and he shall therefore furnish to the Engineer a statement of
proportions proposed to be used for the various concrete mixes. For preliminary tests, the
following procedure shall be followed:

Materials shall be brought to the room temperature and all materials shall be in a dry
condition. The quantities of water, cement and aggregates for each batch shall be
determined weight to an accuracy of 1 part in 1000 parts.

Mixing Concrete

It shall be done by hand or in a small batch mixer as per IS 516 in such a manner as to
avoid loss of water. The cement and fine aggregate shall first be mixed dry until the mixture
is uniform in colour. The coarse aggregate shall then be added, mixed and water added and
the whole batch mixed thoroughly for a period of not less than two minutes until the resulting
concrete is uniform in appearance in each batch of the desired number of test specimens.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Consistency

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

Size of Test Cubes

Compression strength tests of concrete cubes shall be made as per IS 516 on 15 cm cubes.
Each mould shall be provided with a metal base plate having a plane surface so as to
support the mould during filling without leakage. The base plate shall be preferably attached
to the mould by spring or screws. The parts of mould when assembled shall be positively
and rigidly held together. Before placing concrete, the mould and base plate shall be
cleaned and oiled. The dimensions and internal faces of the mould shall be accurate within
the following limits:

Height and distance between the opposite faces of the -mould shall be of specified size +
0.2 mm. The angle between the adjacent internal faces and between, internal faces and top
and bottom plates of mould shall be 90+0.5 degrees. The internal faces of the mould shall
be plane surfaces with a permissible variation of 0.03 mm.

Compacting

Concrete test cubes shall be moulded by placing fresh concrete in the mould and compacted
as specified in IS 516.

Curing

Curing shall be as specified in IS 516. The cubes shall be kept in moist air of at least 99%
relative humidity at a temperature of 270C + 20C for 24 hours +1/2 hour from time of adding
water to the dry ingredients. Thereafter they shall be removed from the moulds and kept
immersed in clean, fresh water, and kept at 270C + 20C temperature until required for test.
Curing water shall be renewed every seven days. A record of maximum and minimum
temperatures at the place of storage of the cubes shall be maintained during the period they
remain in storage.

Trial Mixes

The mix proportion for a given grade of concrete, calculated, in accordance with IS 10262,
shall be checked by means of trial batches. The quantity of materials of each trial shall be
sufficient for at least three cube test specimens and for carrying out workability test
according to IS 1199. The procedure for trial mixes shall be as per Clause 4 and
APPENDIX -D of IS 10262.

6.8.11 Proportioning, Consistency, Batching and Mixing of Concrete Proportioning

Aggregate

The proportions which shall be decided by conducting preliminary tests shall be by weight.
These proportions of cement and fine and coarse aggregates shall be maintained during
subsequent concrete batching by means of weights batchers conforming to IS2722 capable
of controlling the weights within one percent of the desired value. Except where it can be
shown to the satisfaction of the Engineer that the supply of properly graded aggregates of
uniform, quality can be maintained over the period of work, the grading of aggregates shall be
controlled by obtaining the coarse aggregate in different size and blending them in the right

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
proportions. The different sizes shall be stocked in separate stock piles. The grading of
coarse and fine aggregates shall be checked as possible, as determined by the Engineer, to
ensure maintaining of grading in accordance with the samples used in preliminary mix design.
The material shall be stock piled well in advance of use.

Cement

Cement shall be measured by weight.

Water

Only such quantity of water shall be added to the cement and aggregate in the concrete mix -
as to ensure dense concrete, specified surface finish, and satisfactory workability, consistent
with the strength stipulated for each class of concrete. The water added to the mix shall be
such as not to cause segregation of materials or the collection of excessive free water on the
surface or the concrete.

Definition of Water-Cement Ratio

The water-cement (W-C) ratio is defined as the weight of water in the mix (including the
surface moisture or the aggregates) divided by the weight of cement in the mix.

Water-Cement Ratio

The actual water-cement ratio to be adopted shall be determined in each instance by the
Contractor and approved by the Engineer.

Proportioning Water Cement Ratio

The W-C ratio specified for use by the Engineer shall be maintained. The Contractor shall
determine the water content of the aggregates as frequently as directed by the Engineer as
the work progresses and as specified in IS -2386 (Part 3) and the amount of mixing water
added at the mixer shall be adjusted as directed by the Engineer so as to maintained the
specified W-C ratio. To allow for the variation in weight of aggregates due to variation in their
moisture content, suitable adjustments in the weights of aggregates shall also be made.

Consistency and Slump

Concrete shall be of a consistency and workability suitable for the conditions of the job. After
the amount of water required is determined, the consistency of the mix shall be maintained
throughout the progress of the corresponding parts of the work and approved tests: e.g.
slump tests, compacting factor tests, in accordance with IS 1199, shall be conducted from
time to time to ensure the maintenance of such consistency.

The following tabulation gives a range of slumps which shall generally be used for various
types of construction unless otherwise instructed by the Engineer:

Table 23: Slumps For Various Types Of Construction

Slump in millimetres
Item of Work
(Maximum) (Minimum)

Reinforced foundation walls and footings 75 25

Plain footings and substructure walls 75 25

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Slump in millimetres
Item of Work
(Maximum) (Minimum)

T.G. and massive foundations 50 25

Slabs, beams and reinforced walls 100 25

Pumps & miscellaneous equipment foundations 75 25

Building columns 100 25

Pavements 50 25
Heavy mass construction 50 25

Batching and Mixing of Concrete

The materials and proportions of concrete materials as established by the preliminary tests
for the mix designs shall be rigidly followed for all concrete on the project and shall not be
changed except when specifically permitted by the Engineer. Concrete shall be produced
only by weigh batching the ingredients. The mixer and weigh batchers shall be maintained
in clean, serviceable condition. The accuracy of weigh batchers shall be periodically
checked. They shall be set up level on a firm base and the hopper shall be loaded evenly.
The needle shall be adjusted to zero when the hopper is empty. Fine and coarse
aggregates shall be weighed separately. Volume batching will not be permitted. However,
the Engineer may permit volume batching by subsequent conversion of the weights of the
aggregates into the equivalent volumes knowing the bulk densities, only in the case of
small and less important pours involving concrete of not more than 0.25 cubic meters on
days when other pours involving weigh batching are not likely to be taken up. Concrete
shall be of strength stipulated in the respective items. All concrete shall be mixed in
mechanically operated batch mixers complying with IS: 1791 and of the approved make
with suitable provision for correctly controlling the water delivered to the drum. The
quantity of the water each time the work stops, the mixer shall be cleaned out and when
next commencing the mixing, the first batch shall have 10% additional cement, to allow for
sticking in the drum.

Whenever it is found necessary to produce, concrete of quantity less than 5 cum in a day,
the contractor shall take prior approval of the Engineer/Consultant for onsite production of
concrete for miscellaneous works.

Sampling and Testing Materials and Corporate in the Field

Facilities required for sampling materials and concrete in the field shall be provided by the
Contractor at no extra cost.

The following equipment with operators shall be made available at site (all must be in
serviceable condition):

Table 24: Equipment the Operators required at site:


Equipment Quantity

Concrete cube testing machine suitable for 15cm cubes of 100tones : 1No.
capacity with proving calibrating.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Equipment Quantity

Cube moulds 15 cm size : 24Nos. (Minimum)


Slump cone complete with tamping rod : 1set
Laboratory balance to weigh upto10 kg. with sensitivity of 10 gm. : 1No.
IS sieves for coarse and fine aggregates. : 1Set.
Set of measures from 5 liters to 0.1 litre. : 1 Set.
Electric oven with thermostat up to 1200C. : 1No.
Flakiness gauge. : 1No.
Elongation index gauge. : 1No.
Sedimentation pipette. : 1No.
Pycnometer. : 1No.
Calibrated glass jar (1 Hire capacity). : 2Nos.
Glass flasks and metal containers. : As required
Chemical reagents like sodium hydroxide, Tannic acid, litmus papers, : As required
etc.

Laboratory balance of 2 kg. capacity and sensitivity of 1gm. : 1No.

Note:

Arrangement shall be made by the Contractor to have the cubes (20% of all the samples)
tested in an approved laboratory in lieu of a testing machine at site at his expense.

Sampling and Strength Test of Concrete.

The sampling and Testing of strength of concrete shall be carried out in accordance with
Clause 14 of IS: 456.

Consistency

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

6.8.12 Admixtures

General

Admixtures may be used in concrete only with approval of Engineer based upon evidence
that, with the passage of time, neither the compressive strength nor its durability be reduced.
Calcium chloride shall not be used for accelerating set of the cement for any concrete
containing, reinforcement, or embedded steel parts. When calcium chloride is permitted to
be used, such as in mass concrete-works, it shall be dissolved in water and added to the
mixing water in an amount not to exceed l.5 percent of the weight of the cement in each
batch of concrete. When admixtures are used, the designed concrete mix shall be corrected
accordingly. Admixture shall be used as per manufacturer's instructions and in the manner
and with the control specified by the Engineer.

Air Entraining Agents


Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Where specified and approved by the Engineer, Pulverized vinsol resin or any other
approved air entraining agent may be used to produce the specified amount of air in the
concrete mix and these agents shall conform to the requirements of ASTM standard G260
"Air Entraining Admixtures for Concrete." The recommended total air content of the concrete
is 4% + 1%. The method of measuring air content shall be as per 1S 1199.

Water Reducing Admixtures

Where specified and approved by the Engineer, water reducing lignosulfonate mixture shall
be added in quantities specified by the Engineer. The admixture shall be added in the form
of a solution.

Retarding Admixtures

Where specified and approved by the Engineer, retarding agents shall be added to the
concrete mix in quantities specified by the Engineer.

Waterproofing Agents

Where specified and approved by the Engineer, waterproofing agent conforming to IS 2645,
shall be added in quantities specified by the Engineer in accordance with the manufacturer's
recommendation but not exceeding 3% by weight of cement.

Other Admixtures

Engineer may at his discretion instruct the Contractor to use any other admixture in the
concrete.

6.8.13 Optional Tests

The Engineer, if he so desires, may order tests to be carried out on cement, sand, coarse
aggregate and water in accordance with the relevant Indian Standards.

Test on cement shall include

• Fineness test.

• Test for normal consistency.

• Test for setting time.

• Test for soundness.

• Test for tensile strength.

• Test for compressive strength.

• Tests on sand shall include

• Sieve test.

• Test for organic impurities.

• Decantation test for determining clay and silt content.

• Specific gravity test.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
• Test for unit weight and bulk age factor.

• Lest for sieve analysis and fineness modulus.

Tests on coarse aggregate shall include

• Sieve analysis.

• Specific gravity and unit weight of dry, loose and rodded aggregate.

• Soundness and alkali aggregate reactivity.

• Petro graphic examination.

• Content of deleterious materials and organic impurities.

• Test for aggregate crushing value.

• Test for aggregate Impact value.

Any or all these tests shall normally be ordered to be carried out only if the Engineer feels
the materials are not in accordance with the specifications or if the specified concrete
strengths are not obtained and shall be performed by the Contractor at an approved test
laboratory. The Contractor shall bear the charges of-these optional tests.

If the works cubes do not give the stipulated strengths, the Engineer reserves the right to
ask the Contractor to dismantle such portions of the work, which in his opinion is
unacceptable, and to reconstruct to the standard stipulated at the Contractor's cost. The unit
rate for concrete shall be all inclusive, including making preliminary mix design and test
cubes, works cubes, testing them as per specifications, slump tests, optional tests etc.,
complete.

Load Test on Members or Any Other Tests:

In the event of any work being suspected of faulty material or workmanship or both, the
Engineer requiring its removal and reconstruction may order, or the Contractor may request
that it should be load tested in accordance the following provisions:

The test load shall be 125 percent of the maximum superimposed load for which the
structure was designed. Such test load shall not be applied before 56 days after the effective
hardening of concrete. During the test, struts strong enough to take the whole load shall be
placed in position leaving a gap under the members. The test load shall be maintained for 24
hours before removal.

If within 24 hours of the removal of the load, the structure does not show a recovery of at
least 75 percent of the maximum deflection shown during the 24 hours under load, the test
loading shall be repeated after a lapse of at least 72 hours. The structure shall be
considered to have failed the test if the recovery after the second test is not at least 75
percent of the maximum deflection shown during the second test. If the structure is certified
as failed by the Engineer, the cost of the load test shall be borne by the Contractor.

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

6.8.14 Unsatisfactory Tests:

Should the results of any test prove unsatisfactory, or the structure shows signs of
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
weakness, undue deflection or faulty construction, the Contractor shall remove and rebuild
the member or members involved or carry out such other remedial measures as may be
required by the Engineer. The Contractor shall bear the cost of so doing, unless the failure of
the member or members to fulfil the test conditions is proved to be solely due to faulty
design. The cost of load and other tests shall be borne by the Contractor it the tests show
unsatisfactory results.

6.8.15 Concrete in Alkali Soils and Alkaline Water

Where concrete is liable to attack from alkali salt or alkaline water special cements
containing low amount of tri - calcium aluminates shall be used, so specified on the
drawings. Such concrete shall have a minimum 28 days compressive strength of 30 N/mm2
and shall contain not less than 400Kg of cement per cubic meter of concrete in place. If
specified, additional protection shall be obtained by the use of a chemically resistant stone
facing or a layer of Plaster of Paris covered with suitable fabric, such as jute thoroughly
impregnated with tar.

6.8.16 Formwork

6.7.16.1 Formwork fixing and General

• All form work shall be constructed of waterproof plywood or preferably sheet metal.
Plywood used for formwork shall be conforming to BIS: 4990 i.e. Specification for
plywood for concrete shuttering works. The materials for formwork shall got approved
by the Engineer-in-Charge before starting the work. Formwork shall be firmly
supported, adequately strutted, braced and tied to with stand the placing and
vibrating of concrete and the effects of weather. The tolerance online and level shall
not exceed 3mm and the soffits of beams other than prestressed beams shall in the
absence of any specified camber, be erected with an upward camber of 6 mm for
each 3 meters of span.

• The Contractor shall be responsible for the calculations and designs for the
formwork, and if required, shall submit them to the Engineer-in-Charge for approval
before construction. On form work to external faces, which will be permanently,
exposed, all horizontal and vertical formwork joints shall be so arranged that joint
lines will form a uniform pattern on the face of the concrete. Where the Contractor
proposes to make up the form work for standard sized manufactured form work
panels, the size of such panels shall be approved by the Engineer-in-Charge before
they are used in the construction of the Works. The finished appearance of the entire
elevation of the structure and adjoining structures shall be considered when planning
the pattern of joint lines caused by form work and by construction joint to ensure
continuity of horizontal and vertical lines.

• Faces of form work in contact with concrete shall be free from adhering foreign
matter, projecting nails and the like, splits or other defects, and all form work shall be
clean and free from standing water, dirt, shavings, chippings of other foreign matter.
Joints shall be sufficiently water tight to prevent the escape of mortar or the formation
of fins or other blemishes on the face of the concrete and no bleeding should be
allowed through the joints.

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

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

• All exterior angles on the finished concrete of 90 degree or less shall be given
20mmx20mm chamfers unless otherwise ordered by the Engineer-in-Charge.

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

• Formwork in contact with the concrete shall be treated with suitable non-staining
mould oil to prevent adherence of the concrete except where the surface is
subsequently to be rendered. Care shall be taken to prevent the oil from coming in
contact with reinforcement or with concrete at construction joints. Surface retarding
agents shall be used only where ordered by the Engineer-in-Charge

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

• Necessary cover block shall be provided before starting connection.

6.7.16.2 Removal of Formwork

• Formwork shall be so designed as to permit any removal without resorting to


hammering or levering against the surface of the concrete.

• The periods of time elapsing between the placing of the concrete and the striking of
the loads likely to be imposed on the concrete and shall in any case be not less than
the periods shown in Table below. Where soffit formwork is constructed in a manner
during and after such removal of a sufficient number of adequate supporting props in
an undisturbed condition, the Contractor may, with the agreement of the Engineer-in-
Charge, remove the formwork at the earlier times listed below provided that the
props are left in position.

Table 25: Period of Formwork

Position of Formwork Days for Striking


Position of Formwork

Walls 1

Sides of beams and columns 2

Slabs (Drops left under) 3

Props to slabs (span not exceeding 4.5m) 7

Props to slabs (span exceeding 4.5m) 14

Beams soffits (props left under) 7

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Position of Formwork Days for Striking
Props to beams (span not exceeding 6m) 14

Props to beams (span exceeding 6m) 21

Circular structures, domes, cantilever portions etc. 21

• Notwithstanding the foregoing, the Contractor shall be held responsible for any
damage arising from removal of formwork before the structure is capable of carrying
its own weight and any incidental loading.

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

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


facilitate removal of formwork which otherwise may be inaccessible.

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

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

6.8.17 Preparation prior to Concrete Placement

Final Inspection and approval

Before the concrete is actually placed in position, the insides of the formwork shall be
inspected to see that they have been cleaned and oiled. Temporary openings shall be
provided to facilitate inspection especially of bottoms of columns and wall forms, to permit
removal of saw dust, wood shavings, binding wire, rubbish dirt etc. Openings shall be placed
or holes drilled so that these materials and water can be removed easily. Such
openings/holes shall be suitably plugged later.

The various trades shall be permitted ample time to install drainage and plumbing lines, floor
and trench drains, conduits, hangers, anchors, inserts, sleeves, bolts, frames and other
miscellaneous embedment’s to be provided in the concrete as indicated on the drawings or
as is necessary for the proper execution of the work. The Contractor shall co-operate fully
with all such agencies and shall permit the use of scaffolding, from work, etc. by other trades
at no extra cost.

All embedded parts, inserts, etc. shall be correctly positioned and securely held in the forms
to prevent displacement during depositing and vibrating of concrete.

All anchor bolts shall be positioned and kept in place with the help of properly manufactured
templates unless specifically waived in writing by the Engineer.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
The use of all such templates, fixtures, etc. shall be deemed to be included in the rates.

Reinforcement and other items to be embedded in concrete shall have clean surfaces that
will not impair bond.

Slots, openings, holes, pockets, etc. shall be provided in the concrete work in the positions
indicated in the drawings or as directed by the Engineer.

Reinforcement and other items to be embedded in concrete shall have clean surfaces that
will not impair bond.

Prior to concrete placement, all work shall be inspected and approved by the Engineer and
if found unsatisfactory, concrete shall not be poured until after all defects have been
corrected at the Contractor's cost.

Approval by the Engineer of all materials and work as required herein shall not relieve the
Contractor from his obligation to produce finished concrete in accordance with the drawings
and specifications.

Rain or Wash Water

No concrete shall be placed in wet weather or on a water-covered surface. Any concrete


that has been washed by heavy rains shall be entirely removed, if there is any sign of
cement and sand having been washed away from the concrete mixture. To guard against
damage, which may be caused by rains, the works shall be covered with tarpaulins
immediately after the concrete has been placed and compacted before leaving the work
unattended. Any water accumulating on the surface of the newly placed concrete shall be
removed by approved means and no further concrete shall be placed thereon until such
water is removed. To avoid flow of water over/around freshly placed concrete, suitable
drains and sumps shall be provided.

Bonding Mortar

Immediately before concrete placement begins, prepared surfaces except formwork, which
will come in contact with the concrete to be placed, shall be covered with a bonding to
mortar as specified in paragraph 2.3.26 (c) of this section.

6.8.18 Transportation

• General

All buckets, containers or conveyances used for transporting concrete shall be mortar tight.
Irrespective of the method of transportation adopted, concrete shall be delivered with the
required consistency and plasticity without segregation or loss of slump. However, chutes
shall not be used for transport of concrete without the written permission of Engineer and
concrete shall not be re-handled before placing.

• Retendered or Contaminated Concrete

Concrete must be placed in its final position before it becomes too stiff to work. On no
account water shall be added after the initial mixing. Concrete, which has become stiff or
has been contaminated with foreign materials shall be rejected and disposed of as directed
by the Engineer.

• Cleaning of Equipment’s

All equipment’s used for mixing, transporting and placing of concrete shall be maintained in
clean condition. All pans, buckets, hoppers, chutes pipelines and other equipment’s shall be
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
thoroughly cleaned after each period of placement.

6.8.19 Procedure for Placing of Concrete

• Engineer's Approval of Equipment & Methods

Before any concrete is placed, the entire placing program, consisting of equipment, layout,
proposed procedures and methods shall be submitted to Engineer for approval if so,
demanded by Engineer and no concrete shall be placed until Engineer's approval has been
received. Equipment for conveying concrete shall be of such size and design as to ensure a
practically continuous flow of concrete during depositing without segregation of materials,
considering the size of the job and placement location.

• Time Interval between Mixing and Placing

Concrete shall be placed in its final position before the cement reaches its initial set and
concrete shall normally be compacted in its final position within thirty minutes of leaving the
mixer, and once compacted it shall not be disturbed.

• Avoiding Segregation

Concrete shall, in all cases, be deposited as nearly as practicable directly in its final position,
and shall not be re - handled or caused or to flow in a manner which will cause segregation,
loss of materials, displacement of reinforcement, shuttering of embedded inserts or impair is
strength. For locations where direct placement is not possible, and in narrow forms,
Contractor shall provide suitable drop and "Elephants Trunks" to confine the movement of
concrete. Special care shall be taken when concrete is dropped from a height, especially if
reinforcement is in the way, particularly in columns and thin walls.

• Placing by Manual Labour

Except when otherwise approved by Engineer, concrete shall be placed in the shuttering by
shovels or other approved implements and shall not be dropped from a height more than 1.0
M or handled in a manner, which will cause segregation.

• Placing by Mechanical Equipment

The following specification shall apply when placing of concrete by use of mechanical
equipment is specifically called for while inviting bids or is warranted considering the nature
of work involved.

The control of placing shall begin at the mixer discharge. Concrete shall be discharged by a
vertical drop into the middle of the bucket or hopper and this principle of a vertical discharge
of concrete shall be adhered to throughout all stages of delivery until the concrete comes to
rest in its final position.

• Type of Buckets

Control-bottom-dump buckets of a type that provides for positive regulation of the amount
and rate of deposition of concrete in all dumping positions shall be employed.

• Operation of Bucket

In placing concrete in large open areas, the bucket shall be spotted directly over the position
designated and then lowered for dumping. The open bucket shall clear the concrete already
in place and the height of drop shall not exceed 1.00 meter. The bucket shall he opened
slowly to avoid high vertical bounce. Dumping of buckets on the swing or in any manner
which results in separation of ingredients or disturbance of previously placed concrete will
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
not be permitted.

• Placement in Restricted Forms

Concrete placed in restricted forms by barrows, buggies, cars, short chutes or hand
shovelling shall be subject to the requirement for vertical delivery of limited height to avoid
segregation and shall be deposited as nearly as practicable in its final position.

• Chuting

Where it is necessary to use transfer chutes, specific approval of Engineer must be obtained
to type, length, slopes, baffles, vertical terminals and timing of operations. These shall be so
arranged that an almost continuous flow of concrete is obtained at the discharge end without
segregation. To allow for the loss of mortar against the sides of the chutes, the first mixes
shall have less coarse aggregate. During cleaning of chutes, the wastewater shall be kept
clear of the forms. Concrete shall not be permitted to fall from the end of the chutes by more
than 1.0 M. Chutes when approved for use, shall have slope not flatter than 1 vertical: 2
horizontals, and not steeper than 1 vertical: 1 horizontal. Chutes shall be metal or metal
lined and of rounded cross section the slopes of all chute sections shall be approximately
the same. The discharge end of the chutes shall be maintained above the surface of the
concrete in the forms.

• Placing by Pumping/Pneumatic Placers

Concrete may be conveyed and placed by mechanically operated equipment e.g. pumps or
pneumatic placers only with the written permission of Engineer. The slump shall be held to
the minimum necessary for conveying concrete by this method. No extra payment will be
made for the pumps or pneumatic placers required for concreting.

When pumping is adopted, before pumping of concrete is started the pipeline shall be
lubricated with one or two batches of mortar composed of one-part cement and two parts
sand. The concrete mix shall be specially designed to suit pumping. Care shall be taken to
avoid stoppages in work once pumping has started.

When pneumatic placer is used, the manufacture's advice on layout of pipeline shall be
followed to avoid blockages and excessive wear. Restraint shall be provided at the
discharge box to cater for the reaction at this end.

Manufacturer's advice shall be followed regarding concrete quality and all other related
matters when pumping/pneumatic placing equipment are used.

• Concrete in Layers

Concreting, once started, shall be continuous until the pour is completed. Concrete shall be
placed in successive horizontal layers of uniform thickness ranging from 15 cm to 90 cm
directed by Engineer. These shall be placed as rapidly practicable to prevent the formation
of cold joints or planes of weakness between each succeeding layer within the pour. The
thickness of each layer shall be such that it can be deposited before the previous layer has
stiffened. The bucket loads or other units of deposit shall be spotted progressively along the
face of the layer with such overlap as will facilitate spreading the layer to uniform depth and
texture with a minimum of shovelling. Any tendency to segregation shall be corrected by
shovelling stones into mortar rather than mortar on to stones. Such a condition shall be
corrected by redesign of mix or other means, as directed by Engineer.

• Bedding of Layers

The top surface of each pour and bedding planes shall be approximately horizontal unless

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
otherwise instructed.

• Compaction

Concrete shall be compacted during placing, with approved vibrating equipment until the
concrete has been consolidated to the maximum practicable density, is free of pockets of
coarse aggregate and fits tightly against all form surfaces, reinforcement and embedded
fixtures. Particular care shall be taken to ensure that all concrete placed against the form
faces and into corners of forms or against hardened concrete at joints is free from voids or
cavities. The use of vibrators shall be consistent with the concrete mix and caution exercised
not to over vibrate the concrete to the point that segregation results.

• Type of Vibrators

Vibrators shall conform to IS specifications. Type of vibrator to be used shall depend on the
structure where concrete is to be placed. Shutter vibrators to be effective, shall be firmly
secured to the formwork which must be sufficiently rigid to transmit the vibration and strong
enough not to be damaged by it. Immersion vibrators shall have "no load" frequency,
amplitude and acceleration as per IS 2505 depending on the size of the vibrator. Immersion
vibrators in sufficient numbers and each of adequate size shall be used to properly
consolidate all concrete Tapping or external vibrating of forms by hand tools or immersion
vibrators will not be permitted.

• Use of Vibrator

The exact manner of application and the most suitable machines for the purpose must be
carefully considered and operated by experienced men. Immersion vibrators shall be
inserted vertically at points not more than 450 mm apart and withdrawn when air bubbles
cease to come to the surface. Immersion vibrators shall be withdrawn very slowly. In no
case shall immersion vibrators be used to transport concrete inside the forms. Attention shall
be paid to vibrations at the top of a lift e.g. in a column or wall.

• Moulding Successive Batches

When placing concrete in layers, which are advancing horizontally as the work progresses,
great care shall be exercised to ensure adequate vibration, blending and melding of the
concrete between the succeeding layers.

• Penetration of Vibrator

The immersion vibrator shall penetrate the layer being placed and also penetrate the layer
below while the under layer is still plastic to ensure good bond and homogeneity between
the two layers and prevent the formation of cold joints.

• Vibrating against Reinforcement

Care shall be taken to prevent contact of immersion vibrators against reinforcement steel.
Immersion vibrators shall not be allowed to come in contact with reinforcement steel after
start of initial set. They shall also not be allowed to come in contact with forms or finished
surfaces.

• Use of Form Attached Vibrators

Form attached vibrators shall be used only site-specific authorization of Engineer.

• Use of Surface Vibrators

The use of surface vibrators will not be permitted under normal conditions. However, for
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
thins labs, such as highways, runways and similar construction, surface vibration by
specially designed vibrators may be permitted, upon approval of Engineer.

• Stone Pockets and Mortar Bondages

The formation of stone pockets or mortar bondages in corners and against faces of forms
shall not be permitted. Should these occur, they shall be dug out, reformed and refilled to
sufficient depth and shape for thorough bonding, as directed by Engineer.

• Placement Interval

Except when placing with slip forms, each placement of concrete in multiple lift work shall
be allowed to set for at least 24 hours after the final set of concrete and before the start of a
subsequent placement.

• Special Provision in Placing

When placing concrete in walls with openings, in floors of integral slab and beam
construction and other similar conditions, the placing shall stop when the concrete reaches
the top of the opening in walls or bottom horizontal surface of the slab, as the case may be.
Placing shall be resumed before the concrete in place takes initial set, but not until it has had
time to settle as determine d by the Engineer.

• Concrete through Reinforcing Steel

When placing concrete through reinforcing steel, care shall be taken to prevent segregation
of the coarse aggregate. Where the congestion of steel makes placing difficult, it may be
necessary to temporarily move the top steel aside to get proper placement and restore
reinforcing steel to design position.

• Bleeding

Bleeding or free water on top of concrete being deposited into the forms, shall because to
stop the concrete pour and the conditions causing this defect corrected before any further
concreting is resumed.

6.8.20 Construction Joints

A construction joint is defined as a joint in the concrete introduced for convenience in


construction at which special measures are taken to achieve subsequent continuity without
provision for further relative movement.

The Contractor shall submit to the Engineer for his approval, as soon as Practicable after the
acceptance of his Tender and not less than three weeks before the commencement of
concreting, drawings showing his proposals for placing concrete on which the position of all
construction joints and lifts shall be shown. No concreting shall be started until the Engineer
has approved the method of placing, the positions and form of the construction joints and
lifts. The construction joints shall be so located as not to impair the strength of the structure.
Rebates, keys or notches shall be formed and water stops inserted as the Engineer may
require. The position of construction joints and the size of the formwork panels shall be so
co-ordinate that where possible the line of any construction joints coincides with the line of a
formwork joint and that in any case all construction joint lines and formwork joint lines
appear as a regular and uniform series.

For all exposed horizontal joints and purposely inclined joints, a uniform joint shall be formed
with a batten of approved dimensions to give a straight and neat joint line.

Concrete placed to form the face of a construction joint shall have a laitance removed and
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
the aggregate exposed prior to the placing of fresh concrete. The laitance shall wherever
practicable be removed by spraying the concrete surface with water under pressure and
brushing while the concrete is still green. Where the laitance cannot be removed while the
concrete is still green, the whole of the concrete surface forming part of the joint shall be
hacked to expose the aggregate. Where aggregate is damaged during hacking it shall be
removed from the concrete surface by further hacking. All loose matter shall be removed
and the exposed surface thoroughly cleaned by wire brushing, air blasting or washing,
leaving the surface clean and damp Immediately before fresh concrete is placed, a 12mm
thick layer of sand/cement mortar mixed in the same proportions as in the concrete shall be
spread in the horizontal face of the construction joint.

6.8.21 Treatment of Construction Joints on Resuming Concreting

A drier mix shall be used for the top lift of horizontal pours to avoid laitance. All laitance and
loose stones shall be thoroughly and carefully removed by wire brushing/hacking and
surface washed.

Just before concreting is resumed, the roughened joint surface shall be thoroughly cleaned
and loose matter removed and then treated with a thin layer of cement grout of proportion
specified by Engineer and worked well into the surface. The new concrete shall be well
worked against the prepared face before the grout mortar sets. Special care shall be taken
to obtain thorough compaction and to avoid segregation of the concrete along the joint
plane.

6.8.22 Movement Joints

Movement Joints are defined as all joints intended to accommodate relative movement
between adjoining parts of structure, special provision being made where necessary for
maintaining the water tightness of the joint. The Contractor shall comply with the instructions
of manufacturers of proprietary jointing materials and shall, if required by the Engineer,
demonstrate that the jointing materials can be applied satisfactorily.

The Contractor shall submit to the Engineer for his approval, as soon as practicable after the
acceptance of his Tender and not less than three weeks before the commencement of
concreting, details of his proposals for the installation of water stops. These shall show
where joints are to be located and details of the intersections and changes of direction to a
scale that shows the position of any joint or shape or any moulded section.

As far as possible jointing on Site shall be confined to the making of butt joints in straight
runs of water stops. Where it is agreed with the Engineer that it is necessary to make an
intersection or change of direction of any joint, other than a butt joint in a straight run on Site,
a preliminary joint, intersection or change of direction piece shall be made and submitted to
such tests as the Engineer any require.

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

The surface of set concrete in a movement joint shall, where specified on the Drawings, be
painted with two coats of bituminous paint and new concrete shall be placed against its only
when the paint is dry. Expansion joints shall be formed by a separating strip of approved
performed joint fill.

Caulking grooves shall be provided as shown on the Drawings. At the joints where a
caulking groove is formed, immediately prior to caulking the groove shall be wire brushed
and loose material removed and blown out by compressed air. After the groove has dried it
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
shall be primed and caulked with approved jointing compound applied in accordance with
the Manufacturer’s instruction. At all caulked joints, the face of the caulking strip and a width
of concrete on either side shall be painted with two coats of paint having the same base as
the caulking compound.

6.8.23 Water Stops and Joint Fillers

• General

When proprietary names are given in the drawings they shall be interpreted only as a
reference of quality and do not oblige the Contractor to use the product specified. However,
all water stops and joint filers shall be subject to the approval of the Engineer and applied in
accordance with the manufacturer’s instructions.

• Water stops

At all construction, contraction and expansion joints wherever specified or directed by the
Engineer, water stops shall be provided. The water stops shall be PVC type or of any other
equivalent material as approved by the Engineer. PVC water stops shall have a tensile
strength of not less than 14 MN/m2 and elongation at break of not less than 300%. Water
stops shall not be exposed to direct sunlight for long periods. Before being concreted in,
water stops shall be cleaned of all foreign materials. Wherever provided, water stops shall
be placed in such a manner that they are embedded in the adjacent sections of the panels
for width.

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

Table 26: Types of water stop to be used in liquid retaining structures

No. Type of Joint Type of Water stops

1. Partial/ complete contraction 150 mm wide, ribbed with hollow bulb and 5 mm min.
joint in walls and slabs Thickness
2. Expansion joints in walls and 22 mm wide, ribbed, with hollow bulb and 9 mm minimum
slabs thickness.
3. Constructor joint in raft 225 mm wide, ribbed, without hollow central bulb and 9
mm minimum thickness.
4. Construction joint in wall 150 mm wide, ribbed, with hollow central bulb and 5 mm
minimum thickness.
5. Partial/complete contraction 225 mm wide, ribbed, with hollow central bulb and 9 mm
joint in raft minimum thickness.
6. Expansion joint in raft 225 mm, wide, ribbed, with hollow central bulb and 9 mm
minimum thickness.

• Joint Fillers

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

6.8.24 Sealing Compounds

• General

Horizontal joints shall, where used in water retaining structures be sealed with a cold
pouring polysulphide rubber sealing compound of quality equal to, or better than
TECHSEAL RED 941. Horizontal joints in roofs, floors and other non-water retaining
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
structures shall be sealed with an approved sealant with properties equal to or better than
TECHSEAL REL 941. Vertical joints and joints in the soffits of slabs shall be sealed with a
trowel or gun applied polysulphide rubber sealing compound such as TECHSEAL RDL 940
or equivalent. Sealing compounds shall be fully cured before water is permitted to come in
contact at 400 C the curing time shall be approximately 7 weeks for a polysulphide
compound.

• Preformed Joint Sealants

Where preformed joint sealants are shown on the drawings, approved material shall be
used.

• Preformed Slip Membrane

Where indicated on drawings, a preformed slip membrane of quality equal to Serviced “Slip
strip” shall be used in accordance with the manufacturer’s instructions and the drawing.

• No Fines Concrete

No fines concrete shall be made from water, cement and coarse aggregate of 12mm
nominal size. The aggregate/cement ratio shall be 6:1 by volume and sufficient water shall
be added to ensure that the cement paste completely coats the aggregate. No fines
concrete shall not be mixed by hand, or vibrated. After placing, there shall be no layer of
laitance on the surface of the concrete.

6.8.25 Tolerances in Concrete Surfaces

Concrete surfaces for the various classes of unformed and formed finishes specified in
various clauses shall comply with the tolerances shown in Table 27 hereunder, except
where different tolerances are expressly required by the Specification or shown on the
Drawings.

In Table 27 ‘line and level’ and ‘dimension’ shall mean the lines, levels and cross-sectional
dimensions shown on the Drawings.

Surface irregularities shall be classified as ‘abrupt’ or ‘gradual’. Abrupt irregularities include,


but shall not be limited to; off-sets and fins caused by displaced or misplaced formwork,
loose knots and other defects in formwork materials, and shall be tested by direct
measurement. Gradual irregularities shall be tested by means of a straight template for
plane surfaces or its suitable equivalent for curved surfaces, the template being 3m long for
unformed surfaces and 1.5m long for formed surfaces.

Table 27: Maximum tolerance in Concrete Surfaces

Maximum tolerance in (mm)

Class of Finish Line and level Abrupt Gradual Dimension


irregularity Irregularity
U1 +12 6 +6 -

+6 3 +3 -

U3 +6 3 +3 -

F1 +12 6 +6 +12-6

F2 +6 6 +6 +12-6

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
F3 3 3 +3 +6

6.8.26 Curing, Protecting, Repairing & Finishing

• Curing

All concrete shall be cured by keeping it continuously damp for the period of time required
for complete hydration and hardening to take place. Preference shall be given to the use of
continuous sprays, or ponded water, continuously saturated covering of sacking, canvas,
hessian or other absorbent materials, or approved effective curing compound s applied with
spraying equipment capable of producing a smooth, even-textured coat. Extra precautions
shall be exercised in curing concrete during cold and hot weather as outlined hereinafter.
The quality of curing water shall be the same as that used for mixing concrete.

Certain types of finish or preparation for overlaying concrete must be done at certain stages
of the curing process and special treatment may be required for specific concrete surface
finish. Curing of concrete’s made of high alumina cement and super sulphated cement shall
be carried out as directed by Engineer.

• Curing with Water

Fresh concrete shall be kept continuously wet a minimum period of 10 days from the date
of placing of concrete, following a lapse of 12 to 14 hours after laying concrete. The curing
of horizontal surfaces exposed to the drying winds shall however begin as soon as the
concrete has hardened. Water shall be applied to formed surfaces immediately upon
removal of forms. Quantity of water applied shall be controlled so as to prevent erosion of
freshly placed concrete.

• Continuous Spraying

Curing shall be assured by use of an ample water supply under pressure in pipes, with all
necessary appliances of hose, sprinklers and spraying devices. Continuous fine mist
spraying or sprinkling shall be used, unless otherwise specified or approved by Engineer.

• Alternate Curing Methods

Whenever, in the judgment of Engineer, it may be necessary to omit the continuous spray
methods, a covering of clean sand or other approved means such as wet gunny bags which
will prevent losses of moisture from the concrete, may be used. No type of covering will be
approved which would stain or damage the concrete during or after the curing period.
Covering shall be kept continuously wet during the curing period.

For curing of concrete in pavements, sidewalks, floors, flat roofs or other level surfaces, the
ponding methods of curing are preferred. The methods of containing the ponded water shall
be approved by Engineer. Special attention shall be given to edges and corners of the slabs
to ensure proper protection to these areas. The ponded areas shall be kept continuously
filled with water during the curing period.

• Curing Compounds

Surface coating type-curing compounds shall be used only by special permission of


Engineer. Curing Compounds shall be liquid type white pigmented conforming to U.S.
Bureau of Reclamation Specification. No curing compound shall be used on surfaces where
future blending with concrete, water or acid proof membrane, or painting is specified.

• Curing Equipment
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
All equipment and materials required for curing shall be on hand and ready for use before
concrete is placed.

• Protecting Fresh Concrete

Fresh concrete shall be protected from the elements, from defacements and damage due to
construction operations by leaving forms in place for an ample period as specified later in
these specifications. Newly placed concrete shall be protected by approved means such as
tarpaulins from rain, sun and winds. Steps as approved by Engineer shall also be taken to
protect immature concrete from damage by debris excessive loading, vibration, abrasion or
contact with other materials, etc., that may impair the strength and/or durability of the
concrete. Workmen shall be warned against and prevented from disturbing green concrete
during its setting period. If it is necessary that workmen enter the area of freshly placed
concrete, Engineer may require that bridges be placed over the area.

• Repair and Replacement of Unsatisfactory Concrete

Immediately after the shuttering is removed, the surface of concrete shall be very carefully
gone over and all defective areas called to the attention of Engineer who may permit
patching of the defective areas or also reject the concrete unit either partially or in its
entirety. Rejected concrete shall be removed and replaced by Contractor at no additional
expense to Nagar Panchayat. Holes left by form bolts, etc., shall be filled up and made
good with mortar composed of one part of cement to one and half parts of sand passing
through 2.36 mm IS sieve after removing any loose stones adhering to the concrete. Mortar
filling shall be struck off flush at the face of the concrete. Concrete surfaces shall be
finished as described under the particular items of work.

Superficial honeycombed surfaces and rough patches shall be similarly made good
immediately after removal of shuttering, in the presence of Engineer and superficial water
and air holes shall be filled in. The mortar shall be well worked into the surface with a
wooden float. Excess water shall be avoided. Unless instructed otherwise by Engineer, the
surface of the exposed concrete placed against shuttering shall be rubbed down
immediately on removal of shuttering to remove fine or other irregularities, care being taken
to avoid damaging the surface. Surface irregularities shall be removed by grinding.

If reinforcement is exposed or the honeycombing occurs at vulnerable positions e.g. ends of


beams or columns it may be necessary to cut out the member completely or in part and
reconstruct. The decision of the Engineer shall be final in this regard. If only patching is
necessary, the defective concrete shall be cut out till solid concrete is reached (or to a
minimum depth of 25mm) the edges being cut perpendicular to the affected surface or with
small undercut if possible. Anchors, tees or dovetail slots shall be provided whenever
necessary to attach the new concrete securely in place. An area extending several
centimetres beyond the edges and the surfaces of the p prepared voids shall be saturated
with water for 24 hours immediately before the patching material is placed.

• Use of Epoxy

The use of epoxy for bonding fresh concrete used for repairs will be permitted upon written
approval of Engineer. Epoxies shall be applied strictly in accordance with the instructions of
the manufacturer.

• Methods of Repair

Small size holes having surface dimensions about equal to the depth of the hole, holes left
after removal of form bolts, grout insert holes and slots cut for repair of cracks shall be
repaired as follows. The hole to be patched shall be roughened and thoroughly soaked with
clean water until absorption stops.
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
A 5-mm thick layer of grout of equal parts of cement and sand shall be well brushed into the
surface to be patched, followed immediately by the patching concrete which shall be well
consolidated with a wooden float and left slightly proud of the surrounding surface. The
concrete patch shall be built up in 10mm thick layers. After an hour or more, depending
upon weather conditions, it shall be worked off flush with a wooden float and a smooth
finish obtained by wiping with hessian. A steel trowel shall be used for this purpose. The
mix for patching shall be of the same materials and in the same proportion as that used in
the concrete being repaired, although some reduction in the maximum size of the coarse
aggregates may be necessary and the mix shall be kept as dry as possible.

Mortar filling by air pressure (guniting) shall be used for repair of areas too large and / or
too shallow for patching with mortar. Patched surfaces shall be given a final treatment to
match the colour and texture of the surrounding concrete. White cement shall be
substituted for ordinary cement, if so, directed by Engineer, to match the shade of the patch
with the original concrete.

• Curing of Patched Work

The patched area shall be covered immediately with an approved non-staining, water-
saturated material such as gunny bags, which shall be kept continuously wet and protected
against sun and wind for a period of 24 hours. Thereafter, the patched area shall be kept
wet continuously by a fine spray, or sprinkling for not less than 10 days.

• Approval by Engineer

All materials, procedures and operations used in the repair of concrete and also the
finished repair work shall be subject to the approval of Engineer. All fillings shall be tightly
bonded to the concrete and shall be sound, free from shrinkage cracks after the fillings
have been cured and dried.

• Finishing

The type of finish for formed concrete surfaces shall be as follows, unless otherwise
specified by the Engineer. For surfaces against which backfill or concrete is to be placed, no
treatment is required except repair of defective areas. For surfaces below grade, which will
receive waterproofing treatment, the concrete shall be free of surface irregularities, which
would interfere with proper application of the waterproofing material, which is specified for
use.

Unless specified, surfaces which will be exposed when the structure is in service shall
receive no special finish, except repair of damaged or defective concrete, removal of fins
and abrupt irregularities, filling of holes left by form ties and rods and clean-up of loose or
adhering debris.

Surfaces which will be exposed to the weather and which would normally be level shall be
stopped for drainage. Unless the drawing specifies a horizontal surface or shows the slope
required, the tops of narrow surface such as stair treads, walls, curbs and parapets shall be
sloped across the width approximately 1 in 30. Broader surfaces such as walkways, roads,
parking areas and platforms shall be sloped about 1 in 50. Surfaces that will be covered by
backfill or concrete, subfloors to be covered with concrete topping, terrazzo or quarry tile,
and similar surfaces shall be smooth screened and levelled to produce even surfaces.
Surface irregularities shall not exceed 6mm. Surfaces which will not be covered by backfill,
concrete or tile toppings such as outside decks, floors of galleries and sumps, parapets,
gutters, side-walks, floors and slabs, shall be consolidated, screeded and floated. Excess
water and laitance shall be removed before final finishing. Floating may be done with hand
or power tools and started as soon as the screeded surface has attained a stiffness to permit

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
finishing operations and these shall be the minimum required to produce a surface uniform
in texture and free from screed marks or other imperfections. Joints and edges shall be
tooled as called for on the drawings or as directed by Engineer.

• Standard Finish for Exposed Concrete

Exposed concrete shall mean any concrete, other than floors or slabs, exposed to view upon
completion of the job. Unless otherwise specified on the drawings, the standard finish for
exposed concrete shall be a smooth finish.

A smooth finish shall be obtained with the use of lined or plywood forms having smoothed
and even surfaces and edges. Panels of forms shall be of uniform size and be as large as
practicable and installed with closed joints. Upon removal of forms the joint marks shall be
smoothed off and all blemishes, projections, etc., removed leaving the surfaces smooth.

• Integral Cement Concrete Finish

When specified on the drawings an integral cement concrete finish of specified thickness for
floors and slabs shall be applied either monolithic or bonded, as specified on the drawings.
The surface shall be tested with a straight edge and any high and low spots eliminated.
Floating or trowelling of the finish shall be permitted only after all surface water has
evaporated. Dry cement or a mixture of dry cement and sand shall not be sprinkled directly
on the surface of the cement finish to absorb moisture or to stiffen the mix.

• Rubbed Finish

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

• Protection

All concrete shall be protected against damage until final acceptance by Engineer/Owner.

6.8.27 Preparation of Earth Strata of Foundations

• General

All earth surfaces upon which or against which concrete is to be placed, shall be well
compacted and free from standing water, mud or debris. Soft, yielding soil shall be removed
and replaced with suitable earth well compacted as directed by Engineer, where specified,
lean concrete shall be provided on the earth stratum for receiving concrete. The surface of
absorptive soils against which concrete is to be placed shall be moistened thoroughly so
that no moisture will be drawn from the freshly placed concrete and later shall help to cure
the concrete.

• Preparation of Concrete Surfaces

The preparation of concrete surfaces upon which additional concrete is to be placed later,
shall preferably be done by scarifying and cleaning while the concrete is between its initial
and final set. This method shall be used wherever practicable and shall consist of cutting
the surface with picks and stiff brooms and by use of an approved combination of air and

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
water jet as directed by Engineer. Great care shall be taken in performing this work to avoid
removal of too much mortar and the weakening of the surface by loosening of aggregate.

When it is not practicable to follow the above method, it will be necessary to employ air
tools to remove laitance and roughen the surface. The final required result shall be a pitted
surface from which all dirt, unsound concrete, laitance and glazed mortar have been
removed.

• Bonding Treatment (Mortar)

After rock or concrete surfaces upon which new concrete is to be placed have been
scarified, cleaned and wetted as specified herein, they shall receive a bonding treatment,
immediately before placement of the concrete.

The bonding medium shall be a coat of cement-sand mortar. The mortar shall have the
same cement-sand proportions as the concrete, which shall be placed on it. The water-
cement ratio shall be determined by placing conditions and as approved by the Engineer.

Bonding mortar shall be placed in sufficient quantity to completely cover the surface about
10 mm thick for rock surface and about 5 mm thick for concrete surfaces. It shall be
brushed or broomed over the surface and worked thoroughly into all cracks, crevices and
depressions. Accumulations or puddles of mortar shall not be allowed to settle in
depressions and shall be brushed out to a satisfactory degree, as determined by the
Engineer.

Mortar shall be placed at such a rate that it can be brushed over the surface just in advance
of placement of concrete. Only as much area shall be covered with mortar as can be
covered with mortar as can be covered with concrete before initial set in the mortar takes
place. The amount of mortar that will be permitted to be placed at any one time or the area,
which it is to cover, shall be in accordance with the Engineer’s directions.

• Cleaning and Bonding Formed Construction Joints

Vertical construction joints shall be cleaned as specified above or by other methods


approved by Engineer. In placing concrete against formed construction joints, the surfaces
of the joints, where accessible, shall be coated thoroughly with the specified bed-joint
bonding mortar immediately before they are covered with concrete or by a scrubbing with
wire brooms dipped into the fresh concrete. Where it is impracticable to apply such a mortar
coating, special precautions shall be taken to ensure that the new concrete is brought into
intimate contact with the surface of the joint by careful paddling and spading with aid of
vibrators and suitable tools.

• Expansion and Contraction Joints

Provision shall be made for expansion and contraction in concrete by use of special type
joints located as shown on the drawing. Contraction joint surfaces shall be treated as
directed by the specifications on the drawings or as directed by the Engineer.

6.8.28 Hot Weather Requirement

All concrete work performed in hot weather shall be in accordance with IS 456, except as
herein modified. Admixtures may be used only when approved by the Engineer. No extra
payment for admixtures will be paid.

Adequate provisions shall be made to lower concrete temperatures, by cool ingredients,


eliminating excessive mixing, preventing exposure of mixers and conveyors to direct

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
sunlight and the use of reflective paint on mixers, etc. The temperature of the freshly placed
concrete shall not be permitted to exceed 380C.

Consideration shall be given to shading aggregate stockpiles from direct rays of the sun
and spraying stockpiles with water, use of cold water when available, and burying,
insulating, shading and / or painting white the pipelines and water storage tanks and
conveyances.

In order to reduce loss of mixing water, the aggregates, wooden forms, subgrade, adjacent
concrete and other moisture absorbing surfaces shall be well wetted prior to concreting.
Placement and finishing shall be done as quickly as possible.

Extra precautions shall be taken for the protection and curing of concrete. Consideration
shall be given to continuous water curing and protection against high temperatures and
during hot winds for a period of at least 7 days immediately after which normal curing
procedures may be resumed.

6.8.29 Placing Concrete Underwater

• General

Under all ordinary conditions all foundations shall be completely dewatered and concrete
placed in the dry. However, when concrete placement underwater is necessary, all work
shall conform to IS 456 and the procedure shall be as follows:

• Method of Placement

Concrete shall be deposited underwater by means of tremor drop bottom buckets of


approved type.

• Direction, Inspection and Approval

All work requiring placement of concrete underwater shall be designed, directed and
inspected with due regard to local circumstances and purposes. All underwater concrete
shall be placed according to the plans or specifications and as directed and approved by
the Engineer.

6.8.30 Slots, Openings etc.

Slots, openings or holes, pockets, etc. shall be provided in the concrete work in the
positions indicated in the drawings or as directed by Engineer. Any deviation from the
approved drawings shall be made good by Contractor at his own expense, without
damaging any other work. Sleeves, bolts, inserts, etc. shall also be provided in concrete
work where so specified.

6.8.31 Inspection

All materials, workmanship and finished construction shall be subject to continuous


inspection and approval of Engineer. All materials supplied by Contractor and all work or
construction performed by Contractor rejected as not in conformance with the specifications
and drawings, shall be immediately replaced at no additional expense to Corporation.

Approvals of any preliminary materials or phase of work shall in no way relieve the
Contractor from the responsibility of supplying concrete and/or producing finished concrete
in accordance with specifications and drawings. All concrete shall be protected against
damage until final acceptance by the Engineer.

6.8.32 Clean-Up
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Upon completion of the concrete work, all forms, equipment construction tools, protective
coverings any debris resulting from the work shall be removed from the premises. All debris
i.e. empty containers scrap wood, etc. shall be removed to “dump” daily, or as directed by
Engineer. The finished concrete surfaces shall be left in a clean condition satisfactory to
Engineer.

6.8.33 Records of Concreting

An accurate and up to date record showing times, dates, weather and temperature
conditions when various positions of the works were concreted will be kept by the Engineer
and shall be countersigned by the Contractor or his representative. If the Contractor fails to
sign the Engineer’s record it shall nevertheless be regarded as correct and binding on the
Contractor.

6.8.34 Storage of Cement

The contractor shall provide a godown of specified capacity for storage of cement bags. The
godown shall be provided with two locks on each door. The key of one lock at each door
shall remain with the Engineer or his representative and that of the other locks with the
Contractor’s authorized person at the work site so that cement is removed from the godown
only according to daily requirements with the knowledge of both the parties.

Cement brought to the site shall not be removed from the site without the prior written
approval of the Engineer. The contractor shall at his own expense forthwith remove from the
site all surplus cement and upon such removal, the same shall revert in and become the
property of the Contractor.

The Engineer and his assistants shall have free access to the godown at any time for the
inspections of stock of cement.

• Cement Storage Capacity

It is incumbent on the part of the Contractor to construct cement godown of a minimum


capacity equal to 1 & 1/2 times of the maximum monthly consumption required for the work.
The maximum monthly consumption shall be determined from the work program submitted
by the Contractor and approved by the Engineer.

6.7.34.1 Foundation Bedding, Bonding and Joints

All surfaces upon or against which concrete will be placed shall be suitably prepared by
thoroughly cleaning, washing and dewatering, as may be indicated in the plans or as the
Engineer, may direct, to meet the various situations encountered in the work.

Soft or spongy areas shall be cleaned out and back-filled with either a soil-cement mixture,
lean concrete or clean sand fill compacted to a minimum density of 90% Modified Proctor,
unless otherwise mentioned in Schedule of Quantities.

Prior to construction of formwork for any item where soil will act as bottom form, approval
shall be obtained from the Engineer as to the suitability of the soil.

6.8.35 Preparation of Rocky Strata of Foundations

To provide tight bond with rock foundations, the rock surface shall be prepared and the
following general requirements shall be observed. Concrete shall not be deposited on large
sloping rock surfaces. Where required by the Engineer or as indicated on the plans, the rock
shall be cut to form rough steps or benches to provide roughness or a more suitable bearing
surface.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Rock foundation stratum shall be prepared by picking, barring, wedging and similar methods
which will leave the rock in an entirely sound and un-shattered condition. Shortly before
concrete is placed, the rock surface shall be cleaned with high pressure water and air jet
even though it may have been previously cleaned in that manner.

Prior to placing concrete, the rock surface shall be kept wet for a period of 2 to 4 hours
unless otherwise directed by the Engineer. Before placing concrete on rock surfaces all
water shall be removed from depressions to permit thorough inspection and proper bonding
of the concrete to the rock.

6.8.36 Measurement of In-situ Concrete

For concrete placed in situ separate measurements shall be made of plain (i.e. un-
reinforced) concrete and of reinforced concrete for each of the specified classes of concrete.

In situ concrete and all work in connection therewith as specified shall be valued by the
measurement of only such items as are set forth in the Bill of Quantities. In-situ concrete
shall be measured to the limits shown on the Drawings and any concrete placed outside
such limits by reason of the Contractor’s method of working or due to his carelessness or
error and whether it has been permitted by the Engineer or not, shall not be measured for
payment. No deduction from the measurement shall be made in respect of:

• Any purpose made hole or opening which has an average cross-sectional area less
than 0.2m 2 or which has a volume less than 0.1m3;

• Any chamfer less than 100 mm wide on the splay;

• The space occupied by any reinforcement, rails, joists or the like embedded in the
concrete; Foundations, rafts, shall be measured between the top blinding concrete
and the top surface of raft; Columns shall be measured from the top of
raft/foundation/slabs, etc. bottom of upper slabs/floors. Capitals and brackets from
columns shall be measured as part of column; Beams shall be measured between
supports where resting on columns and below slab bottom. Admixtures, where
ordered by the Engineer, shall be measured as the net weight of admixture properly
used in the manufacture of concrete.

6.8.37 Reinforcement

6.7.37.1 Supply

All steel shall be new and procured from original producers. No rerolled steel shall be
accepted. The steel to be used shall be TMT of grade FE-500 as per design. The Contractor
shall submit to the Engineer the manufacturer’s test certificates for chemical analysis and
physical properties of steel reinforcement for each consignment of steel at least seven days
prior to delivery at site. Further the Contractor shall arrange to get tested any three samples
from steel brought at site by him in Laboratory at his cost and result should be submitted to
the JUIDCO. Defective steel brought by Contractor shall be rejected.

At least three samples of each diameter should be tested from every 10 tonnes or part
thereof. Tested lots only will be permitted to be used.

The Engineer may order physical and / or chemical tests, for confirmation, on such steel
reinforcement when he considers necessary. If such confirmatory tests are found to be
unsatisfactory, the reinforcement shall not be used in any work. Random tests on steel
supplied by the Contractor may be performed by the Corporation as per relevant Indian
Standards. All costs incidental to such tests shall be at the contractor’s expense. Steel not
conforming to specifications shall be rejected.
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Only new steel shall be delivered to the site and shall be clean, free from grease, oil, paint,
dirt, loose mill scale, loose rust, dust, bituminous materials or any other substances that will
destroy or reduce the bond. All rods shall be thoroughly cleaned before being fabricated.
Pitted and defective rods shall not be used. Preferred make for steel shall be SAIL, TISCO,
JINDAL, WAIZAG, ESSAR approved by the Engineer-in-Charge.

6.8.38 Storage

The reinforcement shall not be kept in direct contact with the ground but stacked on top of
an arrangement of timber sleepers or equivalent. If the reinforcing rods have to be stored for
a long duration, they shall be coated with cement wash before stacking and/or be kept under
cover or stored as directed by the Engineer.

Fabricated reinforcement shall be carefully stored to prevent damage, distortion, corrosion


and deterioration.

6.8.39 Quality

Reinforcement shall be corrosion resistance TMT deformed bars (Thermo Mechanical


Treatment) as per IS: 1786. Wire mesh or fabric shall be in accordance with IS: 1566.
Substitution of reinforcement will not be permitted except upon written approval from the
Engineer.

6.8.40 Laps

Laps and splices for reinforcement shall be as shown on the Drawings. Splices in
adjacent bars shall be staggered and the locations of all splices, except those specified
on the Drawings, shall be approved by the Engineer. The bars shall not be lapped unless
the length required exceeds the maximum available lengths of bars at site.

6.8.41 Bending

Reinforcing bars supplied bent or in coils, shall be straightened before they are cut to size.
Straightening of bars shall be done in cold and without damaging the bars. This is
considered as a part of reinforcement bending fabrication work.

All bars shall be accurately bent according to the sizes and shapes shown on the detailed
working drawings. They shall be bent gradually by machine or other approved means.
Reinforcing bars shall not be straightened and re bent in a manner that will make the
material inferior; bars containing cracks or splits shall be rejected. They shall be bent cold,
except bars of over 25mm in diameter, which may be bent hot if specifically approved by
the Engineer. Bars which depend for their strength on cold working shall not be bent hot.
Bars bent hot shall not be treated beyond cherry red colour (not exceeding 8450 C) and
after bending shall be allowed to cool slowly without quenching. Bars incorrectly bent shall
be used only if the means used for straightening and rebinding such as shall not, in the
opinion of the Engineer, injure the material. No reinforcement shall be bent when in position
in the work without approval, whether or not it is partially embedded in hardened concrete.
Bars having kinks or bends other than those required by design shall not be used.

6.8.42 Fixing

Reinforcement shall be accurately fixed by any approved means and maintained in the
correct position shown in the Drawings by the use of blocks, spacers and chairs, as per IS
2502, to prevent displacement during placing and compaction of concrete. Bars intended to
be in contact at crossing points shall be securely bound together at all such points with
number 16 gauge annealed soft iron wire. The vertical distances required between
successive layers of bars in beams or similar members shall be maintained by the provision

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
of mild steel spacer bars at such intervals that the main bars do not perceptibly sag
between adjacent spacer bars.

6.8.43 Cover

Unless indicated otherwise on the Drawings, clear concrete cover for reinforcement
(exclusive of plaster or other decorative finish) shall be as follows:

• At each end of reinforcing bar, neither less than 25 mm nor less than twice the
diameter of the bar.

• For a longitudinal reinforcing bar in a column, not less than 40 mm, nor less than the
Diameter of the bar. In case of columns of minimum dimension of 20 cm or under,
with reinforcing bars of 12 mm and less in diameter, a cover of 25 mm may be used.

• For longitudinal reinforcing bars in a beam, not less than 25 mm nor less than the
Diameter of the bar.

• For tensile, compressive, shear or other reinforcement in a slab or wall not less than
15 mm, nor less than the diameter of such reinforcement.

• For any other reinforcement, not less than 15 mm, nor less than the diameter of such
Reinforcement.

• For footings and other principal structural members in which the concrete is
deposited directly against the ground, cover to the bottom reinforcement shall be 75
mm. If concrete is poured on a layer of lean concrete the bottom cover may be
reduced to 50 mm.

• For concrete surfaces exposed to the weather or the ground after removal of forms,
such as retaining walls, grade beams, footing sides and top, etc. not less than 50 mm
for bars larger than 16 mm diameter and not less than 40 mm for bars 16 mm
diameter or smaller.

• Increased cover thickness shall be provided, as indicated on the Drawings, for


Surfaces exposed to the action of harmful chemicals (or exposed to earth
contaminated by such chemicals), acid, alkali, saline, atmosphere, sulphurous
smoke, etc.

• For reinforced concrete members, totally or periodically immersed in sea water or


Subject to seawater spray, the cover of concrete shall be 50 mm more than those
specified on (a) to (e) above.

• For liquid retaining structures, the minimum cover to all steel shall be 40 mm or the
Diameter of the main bar, whichever is greater. In the presence of sea water and
soils and water of corrosive character the cover shall be increased by 10mm.

• Protection to reinforcement in case of concrete exposed to harmful surroundings may


also be given by providing a dense impermeable concrete with approved protective
coatings, as specified on the drawings. In such a case, the extra cover mentioned in
(h) and (i) above may be reduced by the Engineer to those shown on the drawings.

• The correct cover shall be maintained by cement mortar cubs or other approved
Means. Reinforcement for footings, grade beams and slabs on subgrade shall be
supported on precast concrete blocks as approved by the Engineer. The use of
pebbles or stones shall not be permitted.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
• The 28-day crushing strength of cement mortar cubes/precast concrete cover blocks
shall be at least equal to the specified strength of concrete in which these
cubes/blocks are embedded.

• The minimum clear distance between reinforcing bars shall be in accordance with IS
456 or as shown in the drawings.

Inspection

Erected and secured reinforcement shall be inspected and approved by the Engineer prior
to placement of concrete.

Supply of Reinforcing Bars

All the steel reinforcements required for the Works will be supplied by the Contractor. All
steel brought on site shall be stored in a proper manner as approved by the Engineer so as
to avoid distortion, deterioration and corrosion.

Measurement of Reinforcements

Reinforcement and all work in connection therewith shall be valued by measurement of only
such items as are provided in the Bill of Quantities. Bar reinforcement shall be measured as
the calculated weight of reinforcement detailed on the Drawings or otherwise specified, and
for this purpose the weight of reinforcement shall be calculated in accordance with Table
below.

Reinforcement required in compliance with specified laps of bars shall be included in the
weight measured for payment. Fabric reinforcement shall be measured as the net area of
fabric laid and laps shall not be measured. In no case shall measurement be made in
respect of binding wire, welding, chairs, spacers, waste in cutting, or laps introduced by the
Contractor (with the Engineer’s permission).

Notwithstanding anything in this Clause, where reinforcement is specified as being included


in other measured work (for example, in precast concrete) it shall not be measured for
payment.

Table 28: Weight of reinforcement

Diameter of bar in mm Weight in kg/m

6 0.22

8 0.39

10 0.62

12 0.89

16 1.58

20 2.47

25 3.85

32 6.31

36 7.99

40 9.87

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
6.8 Building Works

• Applicable Codes and Specifications

The following codes, standards and specifications are made a part of this specification. All
standards, tentative specifications, specifications, codes of practices referred to herein shall
be the latest edition including all applicable official amendments and revisions.

In case of discrepancy between this Specification and those referred to herein, the following
Specification shall govern.

Table 29: IS Code Specification

IS CODE DESCRIPTION

IS:110 : Ready mixed paint, brushing, and grey filler, for enamels for use over primers.

IS:269 : Specification for 33 grade ordinary Portland cement.

IS8112 : Specification for 43 grade ordinary Portland cement.

IS12269 : Specification for 53 grade ordinary Portland cement.

IS:280 : Specification for mild steel wire for general engineering purposes.

IS:287 : Recommendations for maximum permissible moisture content of timber used


for different purposes.

IS:337 : Varnish, finishing interior.

IS:348 : French polish.

IS:383 : Specification for coarse and fine aggregates from natural sources for
concrete.

IS:412 : Expanded metal steel sheets for general purposes.

IS:419 : Specification for putty for use on window frames.

IS:428 : Washable Distemper – Specification.

IS:702 : Specification for industrial bitumen.

IS:710 : Specification for marine plywood.

IS:712 : Specification for building limes.

IS:733 : Wrought aluminium and alluminiumal1oys, bars, rods and sections for general
engineering purposes.

IS:777 : Specification for glazed earthenware tiles.

IS:1003 : Specification for timber panelled and glazed shutters - Part 1 Door Shutters.

IS: 1003 : Specification for timber panelled and glazed shutters - Part 2 Window
ventilator shutters.

IS: 1038 : Specification for steel doors, windows and ventilators.

IS: 1077 : Specification for common burnt clay building bricks.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
IS CODE DESCRIPTION

IS:1081 : Code of practice for fixing and glazing of metal (steel &aluminium) doors,
windows and ventilators.

IS:1124 : Method of test for determination of water absorption, apparent specific gravity
and porosity of natural building stones.

IS: 1237 : Specification for cement concrete flooring tiles.

IS:1322 : Bitumen felts for water- proofing and damp proofing.

IS: 1346 : Code of practice for waterproofing of roofs with bitumen felts.

IS: 1361 : Specification for steel windows for industrial buildings.

IS: 1397 : Specification for craft paper.

IS: 1443 : Code of practice for laying and finishing of cement concrete flooring tiles.

IS: 1477 : Code of practice for painting of ferrous metals in buildings Part 1 – Pre-
treatment.

IS: 1477 : Code of practice for painting of ferrous metals in buildings Part 2 – Painting.

IS: 1542 : Specification for sand for plaster.

IS: 1580 : Specification for bituminous compounds for waterproofing and caulking
purposes

IS:1597 : Code of practice for construction of stone masonry: Part 1 Rubble stone
masonry

IS:1659 : Specification for block boards.

IS:1661 : Code of practice for application of cement and cement-lime plaster finishes.

IS:1834 : Specification for hot applied sealing compound for joint in concrete.

IS:1838 : Specification for preformed fillers for expansion joint in concrete pavements
and structures (non-extruding and resilient type): Part 1 Bitumen impregnated
fibre.

IS:1948 : Specification for aluminium doors, windows and ventilators.

IS:1949 : Specification for aluminium windows for industrial buildings.

IS:2074 : Ready mixed paint, air drying, red oxide-zinc chrome, and priming.

IS:2114 : Code of practice for laying in-situ terrazzo floor finish.

18:2116 : Specification for sand for masonry mortars.

1S:2185 : Specification for concrete masonry units (Parts 1,2&3).

IS:2202 : Specification for wooden flush door shutters (Solid core type): Part 1- Plywood
face panels.

IS:2202 : Specification for wooden flush door shutters (Solid core type): Part 2. -
Particle board face panels and hardboard face panels.

IS:2212 : Code of practice for brickwork.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
IS CODE DESCRIPTION

IS:2250 : Code of practice for preparation and use of masonry mortars.

IS:2338 : Code of practice for finishing of wood and wood-based materials - Part 1-
Operations and workmanship.

IS:2338 : Code of practice for finishing of wood and wood-based materials - Part 2 –
Schedules.

IS:2339 : Aluminium paint for general purposes, in dual container.

18:2395 : Code of practice for painting Concrete, masonry and plaster surfaces- Part 1 -
Operations and Workmanship.

IS:2395 : Code of practice for painting Concrete, masonry and plaster surfaces-Part-
2Schedule.

IS:2402 : Code of practice for external rendered finishes.

IS:2571 : Code of practice for laying in-situ cement concrete flooring.

IS:2572 : Code of practice for construction of hollow concrete block masonry.

IS:2645 : Specification of integral cement waterproofing compounds.

IS:2690 : Specification for burnt clay flat terracing tiles: Part 1 Machine made.

IS:2691 : Specification for burnt clay facing bricks.

IS:2750 : Specification for steel scaffoldings.

13:2835 : Flat transparent sheet glass.

IS:2932 : Specification for enamel, synthetic, exterior types (a) undercoating, (b)
finishing.

IS:3036 : Code of practice for laying lime concrete for a waterproofed roof finish.

IS:3067 : Code of practice of general design details and preparatory work for damp
proofing and waterproofing of buildings.

IS:3068 : Specification for broken brick (burnt clay) coarse aggregates for use in lime
concrete.

IS:3384 : Specification for bitumen primer for use in waterproofing and damp proofing.

IS:3461 : Specification for PVC-asbestos floor tiles.

IS:3462 : Specification for un-backed flexible PVC flooring.

IS:3495 : Method of test for burnt clay building bricks: Part 1 to 4.

IS:3536 : Specification for ready mixed paint, brushing, wood primer.

IS:3564 : Specification for door closers (hydraulically regulated).

IS:3696 (Parts1 : Safety code of scaffolds and ladders.


&2)

IS:4020 : Methods of test for wooden flush door (Part 1 to 16).

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
IS CODE DESCRIPTION

IS:4021 : Specification for timber door, window and ventilator frames.

IS:4351 : Specification for steel door frames.

IS:4443 : Code of practice for use of resin type chemical resistant mortars.

IS:4457 : Specification for ceramic unglazed vitreous acid resisting tile.

IS:4631 : Code of practice for laying epoxy resin floor toppings.

IS:4832 : Specification for chemical resistant mortars (Part 2)

IS:4860 : Specification for acid resistant bricks.

IS:4948 : Specification for welded steel wire fabric for general use.

IS:5318 : Code of practice for laying of flexible PYC sheet and tile flooring.

IS:5410 : Cement paint.

IS:5411 (Parts1 : Specification for plastic emulsion paints (Part 1).


&2)

IS:5437 : Wired and figured glass.

IS:5491 : Code of practice for laying off in-situ granolithic concrete floor topping.

IS:6041 : Code of practice for construction of autoclaved cellular concrete block


masonry.

1S:6042 : Code of practice for construction of light weight concrete block masonry.

IS:6248 : Specification for metal rolling shutters and rolling grills.

IS:7193 : Specification for glass fibre base bitumen felts.

IS:7452 : Specification for hot rolled steel sections for doors, windows and ventilators.

IS:8042 : Specification for white Portland cement.

IS:8543 : Methods of testing plastics (Part l/Section 1).

IS:8543 : Methods of testing plastics (Part l/Section 2).

IS:8543 : Methods of testing plastics (Part 2/Section 1).

IS:8543 : Methods of testing plastics (Part 2/Section 2).

IS:8543 : Methods of testing plastics (Part 2/Section 3).

IS:8543 : Methods of testing plastics (Part 3/Section 1).

IS:8543 : Methods of testing plastics (Part 3/Section 2).

IS:8543 : Methods of testing plastics (Part 4/Section 1).

IS:8543 : Methods of testing plastics (Part l3/Section 1).

IS:9197 : Specification for epoxy resin, hardeners and epoxy resin composites for floor
topping.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
IS CODE DESCRIPTION

IS:9862 : Specification for ready mixed paint, brushing, bituminous, black, lead-free,
acid, alkali, water and chlorine resisting.

IS:12200 : Code of practice of water-stops at transverse contraction joints in masonry


and concrete dams.

Brick work Mortar

Mortar for brickwork, brickwork and stonework shall be prepared in accordance with IS
2250. Cement mortar shall consist of 1 part of Portland cement to 4 parts of sand. Mortar
shall be mixed on clean, hard dry platforms protected from sun and rain. The constituents
shall be measured using properly made gauge boxes and shall be thoroughly mixed dry
before water is added. Any mortar not used 30 minutes after the water is added shall be
discarded.

Portland cement for mortar shall comply with Clause 2.3.4 (a) of the Specification. Natural
Sand for mortar shall comply with IS 2116 and shall be of the following grading-

Table 30: Portland cement grading-

IS SIEVE Percentage Passing by Weight


4.75 mm 98-100
2.36 mm 80-100
1.18 mm 60- 80
600 microns 40-65
300 microns 10- 40
150 microns 0-10

Sand for mortar shall be from an approved source and shall consist of hard, coarse
siliceous grains free from deleterious matter. It shall be stored separately from other sand
or fine aggregate and shall be kept covered. The Contractor shall submit three samples of
natural sand for mortar for the Engineer's approval if ordered. Water for mortar shall comply
with Clause 2.3.7 of the Specification.

Bricks

Bricks for common brickwork shall be whole, sound, well burnt clay bricks / fly ash bricks as
per approved by Engineer-in-charge, free from cracks and best locally available. Three
samples of bricks to be supplied shall be submitted to the Engineer for his approval prior to
procurement. Bricks shall not be tipped on the Site but shall be carefully stacked by hand
keeping the different grades. Broken or damaged bricks shall not be used in brickwork.

The crushing strength of ordinary clay bricks shall not be less than 50 kg/cm2 and its water
absorption shall not be more than 20% for bricks used in panel walls and 15% for load
bearing walls. Tolerances in dimensions of bricks shall be allowed only in conformity with IS
1077 (i.e. ± 3.3%).

Brickwork

Brickwork shall be built in accordance with the requirements of IS 2212. Every brick shall be
wetted and laid on a full and close joint of mortar on its bed, side and end in one operation,
joints being fully flushed up as the work proceeds. The previous course shall be wetted, if it
has dried and the walls shall be brought up evenly with no portion racked up (and not

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
toothed) more than one meter higher than another. All brickwork shall be properly bonded
together. Joints shall not exceed 10mm in thickness and shall be raked out to a depth of 7
.5mm as a key for rendering or plastering. All courses shall be truly horizontal and all
perpends shall be strictly plumb and square.

All 230mm thick brick masonry shall be plumb from outside.

Measurement of Brickwork

Unit of measurement for brickwork shall be cubic meter for 230 mm thickness and above
and square meter for 115mm thickness. No deductions will be made for openings less than
0.1 square meter in area in brick masonry walls. The rates shall include for carrying out the
work as specified and no separate payment will be made for cutting, scaffolding, watering,
forming openings and reveals, building to shape around other structures, forming cavities,
wall ties, building in lintels, pipes and beams and providing weep holes and transoms and
mullions as indicated in drawing including shuttering. Only reinforcement shall be paid for
extra.

6.9 Finishes

Finishes Generally

The Contractor shall demonstrate his ability to apply finishes to the standards required
under the Contract. If, in the opinion of the Engineer, the demonstrations do not satisfy the
standards required, the Engineer may order the Contractor to employ a specialist firm of
sub-contractors approved by the Engineer to carry out all or part of this work.

Kota Stone Flooring

Stones should be of approved quality, hard, sound, durable and of uniform thickness.
Edges shall be chisel dressed and the top surface shall be machine mirror polished with
joints running true and parallel from side to side. Stones should be laid on a bed of lime
mortar of proportion 1:2 or cement mortar of proportion 1:3. Thickness of mortar bedding
should not be less than 12mm and not more than 25mm. Before lying, the stone slabs
should be thoroughly wetted with clean water. Thick cement slurry should be spread over
the mortar bed over as much area as could be covered with the slabs within half an hour.
The slabs are then laid and gently tapped with mallet till it is firmly and properly bedded.
There should be no hollows left. The joints should not be more than 2 mm wide. The joints
should be struck smooth. The floor should be kept covered with damp sand or water for a
week. Slabs should be of standard sizes and shapes. Slabs supplied should meet all the
required properties and test requirements as stipulated in IS 1124.

Kota stones in skirting shall be laid against a bedding of cement mortar (1:3) 20mm thick to
the full height of skirting, to a true plane, level and plumb. The workmanship shall be similar
to flooring. The skirting shall be laid projected beyond the finished plastered surfaces. The
continues horizontal grooves it the top of skirting shall be provided if required. The skirting
surfaces shall be re-polished with hand to satisfaction of the Engineer. The skirting shall be
cured for 7 days. The specifications and workmanship for Kota stone risers shall be the
same as per Kota stone skirting. Top of exposed skirting shall be machine cut and polished
Tiles used at projecting corners shall be suitably levelled to present a neat corner.

Cement Plaster

Cement and sand

Cement and sand mortar proportion shall conform to the specifications as mentioned in the
tender.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Workmanship

All brick masonry shall be thoroughly wetted and joints raked out to a depth of at least
20mm and walls washed before any plastering is done. The surface shall then be rendered
with a mortar of specified parts of Portland cement and fine sand, to 20mm thickness and
specified roughness. The surface shall then be floated or set with a thin coat of 3mm thick
cement and polished well with a trowel or flat board. The cement mortar shall be used
within 30 minutes after it leave': the mixing board or mill. Before any plaster work is started
patches of plaster 150mm x 150mm shall be put on at every 3 meters apart as gauges so
as to ensure an even thickness throughout the work. Cement plaster shall be done in even
squares or strips. Care shall be taken to keep the whole surface thoroughly wetted for at
least a week. The finishing surface shall be as specified and directed.

The junction between beams and brickwork shall be plastered after fixing the expanded
metal wire mesh of 300 mm width. The wire mesh shall be of size 20mm x 20mm gauge
thickness. No separate payment shall be made for fixing such mesh.

Sand Faced and Plain Faced Cement Plaster

The external plaster shall be finished with sand faced cement plaster in two coats. All brick
masonry surfaces to be plastered shall be thoroughly wetted for at least 6 hours and the
joints raked to a depth of at least 20 mm before plastering.

The first coat of cement plaster in 1:4 proportions shall be applied uniformly all over the
surface to be plastered to a thickness of 14 mm with a trowel and in exact plumb. This coat
shall be allowed to set for not less than half an hour Indentation shall then be made in the
form of waves by raking a wire broom over the surface to form a key for the second coat.
Waterproofing compound. shall be added in the

1st coat of cement mortar at the rate as specified by the Engineer or by the manufacturer
and as approved by the Engineer. The plastered surfaces shall be cured for seven days
and thereafter allowed to dry out for 3 days before taking up the second coat of plaster.

The second coat shall be applied in 1:4 proportions using clean sand screened through a
mesh of not less than 0.5 mm and not more than 3.00mm size to a uniform thickness of
6mm by trowel and flat board in exact plumb. The surface shall then be tapped with a cork
piece to give a desirable uniform granular appearance. Care shall be taken for keeping
whole surface thoroughly wetted for at least one week.

The plain faced cement plaster shall be in cement mortar 1:4 and shall be 12mm thick. The
workmanship shall be similar to that for sand faced plaster, except that waterproofing
compound shall not be added. All surfaces applied with plain faced cement plaster shall be
finished with as specified.

Inserts, Bolts, etc.

Fabricated pipe, plate or moulded, cast or fabricated frame inserts, bolts, etc. shall be
provided in masonry and concrete works as indicated on the drawings or as directed by
Engineer-in- Charge. It is imperative that all inserts, bolts, fixtures and fittings shall be
provided in the position very accurately. Such inserts and bolts shall be fixed by use of
templates. If as a consequence of negligence on the part of the Contractor, the inserts,
bolts, fixtures, fittings, etc. are out of alignment, the Contractor shall make arrangements to
have the inserts and bolts removed and re-fixed in their proper position as directed by the
Engineer, at no cost to employer.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Measurement of Finishes

The rate for Kota Stone Flooring and Skirting shall be per square meter of flooring laid and
shall be inclusive of all costs involved including supplying, setting, pointing, polishing etc.
No extra payment shall be made if; the dado is to be made flush with wall surface.

Waterproofing Work- For roofs having slopes steeper than 1 in 75, waterproofing work shall
be measured as per the actual area covered. For all other roofs, it shall be measured as per
the plan area of the roof.

Measurements for Plain Faced and Sand Faced Cement Plaster shall be the whole
plastered surface of walls, after making deductions for openings and for dressing and other
portions not plastered. All plastering shall be measured in superficial area basis in square
meters unless otherwise described or ordered by the Engineer. The unit rate shall be for
one sq. meter of plaster.

For the jambs, soffits, sills, etc. of the openings in the above works, deductions and
additions shall be made in the measurements as indicated below.

• No deduction shall be made for ends of joists, beams, posts, etc. and for openings
not exceeding 0.5 square meters each. No additions or extra payments shall be
made for any reveals, jambs, soffits, sills, etc. of these openings nor for finishing the
plaster around the ends of joists, beams, posts, etc.

• For openings, in masonry work plastered, exceeding 0.5 square meters but not
exceeding 3 square meters each, no addition or extra payment shall be made for
reveals, jambs, soffits, sills, etc. of these openings.

- When both faces of walls are plastered with the same type of plaster, item
deductions shall be made for one face only,

- When the plaster on both faces of such wall differs, deduction shall be made for
the opening area from the respective plaster item measured at the frames for
doors, windows, etc. on the side where the width of reveal is less than that on the
other side, and no deduction being made for the opening for the plaster on the
other side.
- In case of opening exceeding 3 square meters each, deductions for the opening shall be
made on each side and the areas of jambs, soffits and sills of the openings shall be
measured and paid for.

6.10 Wood work

6.10.1 Wood work in Doors

Wood used for all work shall be the best of the respective class specified, and properly
seasoned by at least 6 months air drying, suitable for joiner's work, should be of natural
growth, uniform in texture, straight grained, free from sapwood, dead knots, open shakes,
boreholes, rot, decay and any all other defects and blemishes.

The thickness specified for joiner's wrought timbers, are unless otherwise specified, prior to
planning and 3mm will be allowed from the thickness stated for each wrought face. All
joining shall be wrought on all faces and finished off by hand with sand paper, with slightly
rounded arises. The joints shall be pinned with hard wood pins and put together with white
lead. Jointing shall be by means of mortise as approved.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Any joiner's work which shall split, fracture, shrink, or show flaws or other defects du e to
unsoundness, inadequate seasoning or bad workmanship, shall be removed and replaced
with sound material at the Contractor's expense.

Doors, frames, transoms and mullions shall be rebated. All dimensions shall be as per
drawings. The top framing member of doors shall project about 150mm in brick work. The
verticals of door frames shall project about 50 mm below finished floor. Surface coming in
contact with brick work shall be painted with bitumen as directed by the Engineer. Each of
the door frames shall be provided with 3 Nos. M.S. 225 x 25 x 6 mm flat spill hold-fasts on
each side.

These hold fasts shall be embedded in concrete work. The work shall conform to IS: 4021.
The doors shall be panelled or solid flush doors as described in the item of work.

6.10.2 Single leaf doors

• 3 Nos. heavy duty railway type butt hinges 150mm long.

• Mortise lock with one oxidized brass 350 mm long 16mm diameter Aldrop and with
handles on both sides 1 no. (Chromium plated brass).

• Tower bolt 300 mm long.

• Door stopper 1no.

6.10.3 Double leaf doors

• 6 Nos. heavy duty railway type hinges 150mm long.

• Aldrop 1 No.

• Tower bolts 300 long, 2 Nos.

• Cast handles 4 Nos.

• Door stopper 2 Nos.

Where the single leaf doors are 1200mm wide the number of hinges used shall be four.
Similarly, if the height of the door exceeds 2200mm, the number of hinges shall be suitably
increased.

Door closures shall be of heavy-duty hydraulic type and shall be separately paid. Panelled
doors shall comprise of 250mm wide bottom rail, 150mm wide middle rail and all other rails
middle, top and vertical 100mm wide. All rails shall be of specified thickness. Panels shall
be 30mm thick. Doors will generally have no sills but if a few should be provided; the
Contractor shall do so at no extra cost to employer.

The workmanship of all door shutters shall conform to the requirements of IS 1003 (Parts
1&2) and IS 2202 (Parts 1&2). If required, flush door panels shall be tested as per IS 4020
at no extra cost to the employer.

Cupboards, almirahs and shelves shall be provided as directed. The doors could be of
either hinged type of sliding type as approved by the Engineer. All dimensions as furnished
in the specification shall be followed. Fixtures and fittings as directed by Engineer shall be
used.

Railings and architraves shall conform to the shape shown on drawings or as approved and
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
fixed by means of screws (counter sunk or otherwise) or bolts.

The finish expected is of a very high order and the work shall be all inclusive whether or not
all detailed specifications have been spelt out and the work shall be free from blemish.

Woodwork shall not be painted, oiled or otherwise treated before it has been approved by
the Engineer.

The whole of the woodwork shall first be treated with two coats of anti-termite wood
preservative chemicals of an approved make. All the wood shall thereafter be applied with
primary coat of paint. The application of primer shall not be done within 24 hours of the
application of the second coat of anti-termite treatment.

Measurement

All the doors will be measured in square meters. The measurement will be taken to the
outside of framework exclusive of horns, projections, etc. The rate quoted shall be all
inclusive such as nails, screws, gazing, fixtures, fittings, providing peep holes, locking
device, handles, door stoppers, etc. The rate shall also be inclusive of polishing / painting
with 3 coats of approved paint over primer coat. The rate quoted for doors shall include the
cost of supplying and fixing frames as well. The rate for all doors shall include for providing
and fixing only oxidized brass fittings and fasteners.

Glass

General

Glass shall conform to the requirements of relevant IS codes and shall free from bubble,
smoke wanes, air holes, scratches and other defects and shall be cut to fit the rebates with
due allowance for expansion.

Sheet Glass

Sheet glass shall be flat, transparent and clear as judged by the unaided eye. It shall be free
from cracks. Sheet glass shall be of B quality or ordinary quality and the thickness shall be
as specified in the Bill of Quantities. Sheet glass used for glazing in building shall conform to
IS 2835. Modulus of rupture of sheet glass shall be 380 kg/cm2. Density of sheet glass shall
be 2500 Kg/m3.

Wired Glass

All wired glass shall be 6 mm thick, polished Georgian or equivalent wired glass with both
faces ground and polished.

The glass shall conform to IS 5437.

Plate Glass

Generally, where specified windows shall be glazed in polished plate or float glass of glazing
glass quality (G.G) of 6mm or 10mm thickness. Modulus of rupture of plate glass shall not
be less than 190 Kg/cm2.

Glazing

Putty for glazing to wood shall be prepared in accordance with IS: 1635. Glazing work in
buildings shall conform to IS 3548. Compound for glazing to metal is to be an approved
special compound manufactured for the purpose.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Aluminium Windows

All extruded sections used in work of aluminum windows shall be 5 mm thick. All sections
shall be aluminum anodized. (Thickness of anodizing between 15/- microns to 20/- microns),
in matt or polished finish as directed. Aluminum windows of only approved manufacturers
shall be used. The aluminum windows shall conform to IS 1948. Fixing of all aluminum
windows shall be carried out through the Agency of Manufacturers as per their
specifications. Aluminum windows shall be completely water tight. In case the sections as
mentioned in the Drawing arc not available, the Contractor shall be allowed to use different
sections on approval by the Engineer but the Contractor shall be paid as per tender item and
no claim for extra item shall be entertained.

The aluminum windows shall have either side projected or top projected shutters as per
drawing to facilitate the cleaning of glasses. In case of side hung windows friction, hinges
shall be used, with stainless steel pins. Centre hung ventilators shall be hung on two pairs of
cup- pivots of aluminum alloy or brass or bronze pivots chromium plated. Glass panes shall
be free from flaws, speck or bubbles and shall be with properly squared comers and straight
edges.

Fittings for windows

One opener, one handle and 15cms long tower bolt of brass, chromium plated. The rate
shall include the cost for fabrication, erection on site, anodizing, glass beading, neoprene
rubber gaskets, fixtures, fastening, scaffolding, staging etc., if required. The mode of
measurements shall be the same as for steel windows.

Steel Ventilators (if applicable)

Steel ventilators shall be supplied complete with frames and fitted with fixtures where
appropriate under items in the Bill of Quantities.

Steel is used in fabrication of ventilators shall have a minimum thickness of 5mm. Steel
frames for glass block windows shall have a thickness of 5mm. There shall be no distortion
in the frames. The whole frame with the exception of lugs and external faces of channels
shall be pre-coated with approved bitumen emulsion or galvanized after manufacture. The
work should be carried out as per BOQ details in tender and as directed by Engineer-in-
Charge.

Rolling Shutters

The rolling shutters shall conform to the size indicated in drawings and shall be of quality
specified in the Schedule of Quantities. The rolling slats shall be in one piece and be made
of heavy gauge steel sheets minimum 18 SWG in thickness.

A cylindrical hood shall be provided on the top to enclose the shutter when it is open. The
rolling shutters shall be provided with suitable locking arrangements and deep channel
guides. In case galvanized rolling shutters are specified the rolling, shutter shall be made of
hot dip galvanized slats, hood, deep channel guides all preferably in one piece. The work
should be carried out as per schedule B details in tender and as directed by Engineer-in-
Charge.

In case of hand operated pull and push type rolling shutters of sizes larger than 10 square
meters in area and in case of very large gear operated and /or as directed by the Engineer,
rolling shutters shall be provided with ball bearings for smooth and efficient operation. In
case of large rolling shutters and depending upon local wind conditions, the rolling shutters
should be provided with special locking type of wider channel guides or it shall be provided
with central movable channel supports to take up the design wind pressures in the area.
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
The rates quoted shall be inclusive of providing three coats of approved paint over 2 coats of
approved primer coat (one shop coat and one coat after erection) where not galvanized.
Rates quoted shall also include cost of lever lock and erection. Fixing lugs to be provided to
guide channel to suit actual site conditions or as directed by the Engineer at no extra cost.

Measurement

Glass and Glazing

a) No separate payment shall be made for glazing work.

b) No separate payment shall be made for clips, bolts and nuts, mastic cement, putty,
beads etc. that may be required for fixing the glass.

c) No separate payment shall be made for cleaning the glass after erection.

d) No separate payment shall be made for cutting the glass panes, to required sizes.
Metal windows, doors shall be classified by the groups shown on the drawings and
shall be measured on a square meter opening in masonry and shall include for
supply, handling shop- coating, installation defect rectification and glazing work.

Distempering, White / Colour Washing

Distempering

The surface to be treated shall be thoroughly cleaned of all dirt and loose particles etc.
Inequalities and holes shall be filled with gypsum which should be allowed to set hard before
distemper is applied.

Distemper shall be of well-known brands of approved make. It shall be applied by a broad


stiff brush in two coats over a coat of primer. The first and second coat shall be applied only
after the primer coat has thoroughly dried. The first coat shall be of a lighter tint. The shade
of the oil bound distemper shall be got approved by the Engineer. Oil bound distemper shall
conform to the requirements of IS: 428respectively.

Snow cem Wash/ Plastic Emulsion Paint:

All the building shall have two coats of snow cem wash of approved shade over a coat of
cement primer on outer surface and two coat plastic emulsion paint over inner surface
including preparing the plastered surface smooth with sand paper, scaffolding, centering etc.
all complete as per building specification.

Painting General

All paints and preserves shall be of approved make and their application shall conform to the
manufacturer’s instructions. Where more than one undercoat is specified it shall be applied
in coats of distinctive tints.

Unless the manufacturer's instructions state otherwise 48 hours drying time shall elapse
between successive applications of any primer and 24 hours between applications of all
subsequent coats. The surface of bituminous paints shall be left at least 3 days before
further handling.

No paints in any coat shall be applied until the Engineer's Representative is satisfied that the
surface is clean and dry, and that any previous coat, is satisfactory and has hardened
adequately. When a surface has been approved, it must be painted immediately.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Paintwork shall be rubbed down with glass paper between coats. No paint shall be applied
to a surface, which is damp, dirty or otherwise inadequately prepared. Final painting shall
not be commenced until substantial completion of the Contract unless otherwise ordered.

Painting of Concrete and Brickwork

Where specified to be painted, concrete shall be rubbed smooth and any cracks, blister
holes and other imperfections cut out, filled and made good. The concrete and brick work
shall be dried to the satisfaction of the Engineer before painting is commenced and drying
time of at least 28 days shall be allowed after laying brickwork or stripping form work from
concrete. The surface shall be brushed to remove any efflorescence and then painted with
the following: -

a) For interior brick work and concrete, apply two coats of oil bound distemper paint
over a coat of primer.

b) For exterior brick work and concrete, apply two coats of cement based paint over
a coat of primer with a water repellent coat of silicate solution of approved make.

c) Paint to be used for the various items of work should be approved make and
colour. It is imperative that the Contractor should obtain Engineer's permission in
regard to the make and colour of paint that he proposes to use for the various items of
work. The painting work shall be carried out as directed by the Engineer, keeping,
however, in view the recommendations of the manufacturer.

Ironwork and Un-Galvanized Steel work

Structural steelwork shall be shot blasted to a "White metal" finish, and grease and oil
removed prior to painting. Priming shall immediately follow blast cleaning and no cleaned
surface shall be left unprimed for more than four hours. Only primers that chemically inhibit
corrosion shall be used. Where the iron or steelwork is not in contact with raw or treated
water, the primer shall be red lead complying with IS 57. Where there is a possibility that the
steel or ironwork may come in contact with water the priming treatment shall be nontoxic,
zinc chromate or equivalent. Where it is anticipated that further welding will be required, an
approved welding primer shall be applied to the areas to be welded and re-primed with the
main primer when welding has been completed. Primer coats shall not be less than 0.05 mm
each.

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

Repainting shall be carried out as soon as possible after erection. If it is to be exposed to


weather or condensation it shall receive two further coats of primer.

Metalwork in intermittent or permanent contact with raw or treated water shall have two
finishing coats of approved coal tar pitch epoxy paint such of reputed brand. The total
coating shall be a minimum of 0.125mm thick.

After priming, iron and steelwork to have a decorative finish shall be painted as follows-

a) Interior work shall be given one coat of micaceous iron oxide paint, and then one
approved undercoat plus one coat of gloss paint.

b) Exterior work shall be as for interior work except that two coats of micaceous iron oxide
shall be applied.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Galvanized Steelwork

Newly galvanized steelwork shall be primed with an etch primer such as calcium plum bate.
Steelwork that has been galvanized for a long period so that the surface has oxidized
adequately to allow adhesion of undercoats need not have an initial coat of each primer.
However, this decision shall lie with the Engineer.

After priming, galvanized steelwork in constant or intermittent contact with raw or treated
water shall be given two coats of approved coal tar pitch epoxy paint of reputed brand. The
total coating shall have a minimum thickness of0.125mm.

Protective coats for galvanized steelwork not in contact with water shall be:

a) One coat of approved micaceous iron oxide paint for interior galvanized steel work.

b) Two coats of an approved micaceous iron oxide paint for external galvanized steelwork.
The F 432 line from I.C.I. Paints or similar approved would be suitable.

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

Bituminous Surfaces

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

Aluminium Surfaces

All Aluminum work shall be powder coated as specified in Schedule B and as directed by
Engineer-in-Charge.

Wood Work

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

After the woodwork has been fitted and all defects in the surfaces have been made good
and re -primed, one coat of approved undercoat shall be applied to internal surfaces and two
coats to external surfaces. An undercoat of good quality shall be used.

Timber work shall be decoratively finished with one coat of finishing paint of good standards
Plaster work shall be rubbed down smooth and any cracks, blisters or other imperfections
cut out and made good. The plaster work shall be completely dry before painting is
commenced and any efflorescence on the surface shall be removed by dry brushing. Plaster
work shall be sealed with an approved alkali resistant sealer such as "Plaster Sealer A572-
PJ-0170" from I.C.I. Paints.

After lightly rubbing down the sealer the surfaces shall be painted with three coats of
emulsion paint of good

Measurement of Painting

The cost of any shop treatment and priming of surfaces shall be included for in the supply of
the item concerned. The painting shall be measured on the basis of area of surface required

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
to be painted or distempered. The area of surface painted at Site shall be measured once
only for the number of coats specified herein. Measurement shall be net with no allowance
for bolt heads, rivet heads or other protuberances.

The Contractor shall include in his rates for painting pipe work all Coates of treating brackets
and supports and in his rates for walls and ceilings, all costs for painting electrical conduit
switch boxes and other small items needing different treatment to the surface on which they
are fixed. All costs of making good damaged surfaces shall be included in the rates.

Except where otherwise stated, rates entered in the Bill of Quantities shall allow for the
supply of the machinery.

MS pipe line

General

Following specifications are in amplification OR in addition to the specifications for the


respective item given in P.W.D. Hand Book Volume I and II (Latest Edition), Red Book of
Government of Jharkhand and shall be strictly adhered to. Relevant ISS and latest
amendments thereon shall also be referred.

Alignment

Alignments and line out for the work shall be carried out by the Contractor as per directions
of the Engineer-in-charge and the work shall be carried out as per the alignment, for which
Contractor must provide at this cost all materials such as sight-rails, boning rods, peg nails,
chunna, flags, etc. and also the required labour for line outs. The cost of constructing pillars,
platforms for temporary benchmarks is also to be borne by the Contractor.

Providing MS Pipes

The feeder mains pipes are to be manufactured from MS Plate / HRC of a grade Fe 410 with
factory lined by centrifugal spinning with controlled conditions for internal (lining) and shall
have external coating (guniting) with appropriate grade of cement mortar as per Indian
standard 3589-2001 specifications. The length of pipe should not less than six meters. The
thickness of internal cement mortar lining and the thickness of cement mortar out coating
(guniting) and the proportion of mortar shall be as per the wording of item in schedule B.

1. Pipes to be supplied under this contract should be spirally welded only and shall
conform to IS 3589-2001and IS5504.

2. In case Supplier proposes to supply pipes to the standards superior to the above
standards no weightage will be given while evaluating the bid and for payment.

3. Specific Requirements.

1) Method of Manufacture

(i) Electric resistance welded (ERW).

(ii) Submerge Arc Welded (SAW).

2) Applicable Standards (with latest editions)

ISO-1977 welded or seamless steel tubes for water, sewage and gas.

BS 3601-1974 steel pipes and tubes for pressure purposes, carbon steel, ordinary duties.

API 5L-1980 specification for gas line pipe.


Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
IS 3589-2001specification for steel pipes for water and sewage.

IS 4711-1964 methods of sampling of steel pipes, tube and fittings.

IS 1894-1972 methods of tensile testing of steel tubes.

IS 5822-1986 code of practice for laying and jointing MS pipes.

3) Inspection

Inspection of MS pipe is divided in two parts.

• Inspection during manufacturing

a) Identification of plate/strip material for manufacturing.

b) Qualification of welding process to be used for manufacturing of pipes.

c) Qualification of welders.

d) Dimensional check before start of welding to avoid rejection at a later stage.

• Inspection of ready-built pipes

a) Visual inspection.

b) Dimensional check.

c) Hydraulic tests for pressure.

d) Mechanical Tests.

e) Tensile test.

f) Flattening test (for ERW pipes only).


Testing and Acceptance Criteria

Visual Inspection

All pipes shall be free from defects such as cracks, surface flaws, laminations, etc. The ends
shall be cleanly cut and reasonably square with axis of the pipe.

Dimensions and Tolerances

The dimensions such as ID / OD and thickness shall conform to the requirement of order
and applicable specifications. No negative tolerance in thickness is allowed.

Straightness

Finished pipe shall not deviate from straightness by more than 0.2% of the total length or
6mm which is lower.

Hydraulic Pressure Test

Each pipe shall be hydraulically tested at manufacture’s works. The hydraulic test pressure
is calculated from the formula.

2 STP = D

Where,
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
P = Test pressure in MPa

S=Stress in MPa which is taken as 60% of the specified minimum yield stress. The
maximum test pressure to be limited to 5 MPa wherever applicable.

T = Specified thickness in mm.

D = Specified outside diameter in mm.

a) Tensile Test

Tensile test shall be carried out as per IS 1894-1972. The parent metal of pipe is subjected
for measurement of ultimate tensile and elongation properties. Another sample is taken for
testing of strength of the weld, the ultimate tensile strength of which should normally be
more than or equal to ultimate tensile of parent metal. However, the minimum.

Table 31: Mechanical properties for pipes as per IS 3589-1991

Steel Grade Tensile Strength Percentage


(Fe) (Min. Mpa) (Min)
410 410 18

b) Flattening Test (for ERW pipes)

A ring not less than 40mm length taken from one end of each selected pipe shall be
flattened between two parallel plates. The test shall be taken by keeping the weld at
900 to the direction of the force. No opening shall occur by fracture in the weld unit
until the distance between the plates is less than 75% of original O.D. of pipe and no
cracks or breaks on the metal elsewhere than in the weld shall occur until the
distance between the plate is less than 60% of original O.D.
The approved pipes are stamped on one end for identification by inspecting authority.

Steel Requirements Standard : IS 2062-1999 Fe - 410 W-A grade Steel

Ultimate Tensile Strength : 410 MPa

Yield Stress : 2,5000 Kg/cm2

Design Requirements

Internal Pressure

Design Pressure taken should be maximum of the following:

a) 1.5 times maximum working pressure.

b) Sum of maximum working pressure plus surge pressure.

However, the design pressure should not exceed 5 MPa as per IS 3589-2001 specifications.

Pipes to be supplied under this contract shall conform to IS-3589-2001 or latest version of
Indian Standard.

Factory test pressure will not less than 15kg / sqcm.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Site test pressure will not be less than 10kg / sqcm.

In case Supplier proposes to supply pipes to the standards superior to the above standards
no weightage will be given while evaluating the bid and for payment.

Marking: -

Each pipe shall be legibly marked with the following details:

a. Manufacturer’s name OR trademark.

b. Outside diameter and specified wall thickness; and

c. Pipe designation.

Example: ABC - 508.0 – 8 – SAW 410.

The MS pipes will be measured on length in meters, the thickness in mm by ultrasonic


thickness gauge and diameter using steel tape.

MS Specials

General

All specials like distance pieces, straps, tapers, saddles, branches, tees, etc. shall be
generally fabricated in the factory. Only small kinks or bends may be fabricated on site, care
being taken to see that the length of the fabricated fitting is at least equal to the diameter of
the pipe to which it is being fixed. Such fabrication of specials on site shall be done only on
approval of the Engineer-In-Charge and as per his directions.

All specials shall necessarily be in steel and shall be laid in the same manner specified in
pipe section. The rate for providing special shall be as mentioned in the schedule B of the
tender. The length of bend shall be the mean length. The main specials and appurtenances
to be fabricated under this contract are as per list following which is inclusive. The typical
drawings for these are to be provided by the contractor during execution. The contractor
shall give working drawing for the specials and appurtenances for fabrication thereof
depending on the site conditions.

1. One piece cut composite bends.

2. Loose flange rings.

3. Stiffener rings.

4. Pressure and non-pressure type blank flanges.

5. ‘Y’ Branches and tees.

6. Tapers and wearing plates, dished manholes.

7. All flanged and plain ended specials

Workmanship

Dished Manhole Cover

For fabrication of dished manhole covers, the Contractor shall use special dyes in the
Hydraulic press to obtain the required shape. The plate shall be cold pressed and no heating
shall be permitted.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Loose Flange Rings

Loose flange rings shall be cut from the plates of suitable thickness as directed by the
Engineer. In order to avoid the wastage, steel plates shall be cut in maximum 4 segments,
to form a complete ring when welded together. Both holes of required size at the exact c/c
distance in required pitch circle shall be drilled through the flange rings. They shall be
mounted and tack welded on pipes / specials, etc. as shown on the approved drawing
whenever required.

Stiffener rings shall be cut from the M.S. channel of suitable size as required by the
Engineer-in-charge. In order to avoid wastage, these shall be cut in segments to form rings,
when welded together. These shall be provided on site in segments and shall be welded on
the pipes, as per instructions of Engineer-in-charge.

Tapers

The tapers shall be fabricated in one or more pieces as may be necessary according to their
length and sizes of plates available. These shall be stiffening rings fixed on them as per
details supplied by the Engineer-in-charge during fabrication.

Special care to be taken during fabrication of composite bends, tees and ‘Y’ Branches. The
testing of these special is not envisaged at the fabrication stage. These shall be subjected to
test when the completed pipeline is tested hydraulically. In view of this, the Contractor, in his
own interest, shall fabricate these specials with all the care, so that there is no failure of any
welded joint during testing of the completed pipeline, which will invite dewatering the main,
repairing and retesting. If directed by Engineer-in-charge, the Contractor will have to
manufacture M.S. bend from the available M.S. pipes by cutting and welding the pipe pieces
as required, including painting of specials fabricated with epoxy paint.

Measurement and Payment

Fabrication of the various specials shall be measured and paid under the relevant item in
the bill of quantities on length basis as stipulated in Schedule ‘B’. These items shall include
the cost of supply of all labour, material (unless otherwise states) and machinery for
fabricating these specials and appurtenances as per specifications and shall include all cost
of conveying materials from store to factory and handling materials within the fabrication
yard stacking them properly in the yard and other ancillary works involved.

Welding

All components of a standard shell, either straight or bent etc. shall be welded, wherever
possible by use of automatic arc welding machine by metallic shielded arc process with
alternating current. Hand welding shall not be permitted except for sealing runs and such
other minor works at the discretion of the Engineer. The strength of the joint shall be at least
equal to that of the parent material.

The Contractor shall use electrodes of approved make and size, the size depending on the
thickness of plate and type of joint. It shall also use with standard current and arc voltage
required for the machine in use with such modifications as may be found necessary after
experimental welding. For this purpose, samples of welded joints shall be prepared and
tested in the presence of the Engineer. The values once determined shall be maintained
throughout the work and if any modifications are to be made, a written permission of the
Engineer shall be obtained.

All the shop and field welding shall conform to the requirements of IS: 4353.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
All longitudinal and circumferential joints shall be double welded butt joints. Due to non-
accessibility of both side welding, field girth joints shall be accomplished using back up
plates.

The welding shall be of the best workmanship free from flaws, burns, etc. and the Contractor
shall provide for his own electrodes and equipment, over to keep the electrodes at the
desired temperatures and dry. In order to maintain a good standard in welding, welders shall
be tested by the Contractor in presence of engineer before they are entrusted with the job.
Qualification standard for welding procedures, welders and welding operation shall confirm
to the requirements of IS: 7307 and IS: 7310 (latest). Periodical tests as regards their
efficiency shall also be taken at intervals of about 6 months and those found inefficient shall
be removed from the job. Only those who pass the test, shall be posted on the job. If an
incompetent welder has already welded some pipes, all welding done by him previously
shall be rejected. The defects if any, shall be set right to the satisfaction of the Engineer.

All such check tests and rectifications of defects shall be entirely at the cost of the
Contractor. No pipes or steel sections shall be erected unless the work of the welder
concerned has been proved to be satisfactory. Site welds shall be done by specially
selected welders.

A record shall be maintained showing the names of welders and operators who have worked
on each individual joint. Hand-welding shall preferably be carried out by a pair of welders so
that, by observing proper sequence, distortion can be avoided. A joint entrusted to a
particular individual or a pair shall be as far as possible, completed by them in all respects,
including sealing run. No helper or other unauthorized person shall be permitted to do any
welding whatsoever. In case of infringement of above, the persons shall be punished as
directed by the Engineer.

The welded joint after welding should not become brittle or sensitive to blows and there
should be no loss of toughness due to welding or heat treatment. The material after welding
and heat treatment is to be tougher than the base metal and is to retain its original ductility.
No allowance will be made for thinning of weld and the weld should in no point be less than
the nominal thickness of plate.

Upon receipt of the order and prior to the start of fabrication, the Contractor shall submit to
the Engineer for his approval the “welding procedure” he intends to use in the shop work.
Similarly, prior to the start of the field welding, procedure for the field welding must be
submitted to the Engineer for his approval. Manual welding shall be adopted only when
machine welding is not possible.

Electrode

The Contractors shall use standard electrodes depending on the thickness of plate and the
type of joint. They shall also use standard current and voltage required for the machine in
use as per manufacturer’s directions. Welding electrodes shall conform to IS: 814
“Specifications for covered electrodes for metal arc welding of mild steel. Contractor shall
use electrodes of Advani and Premier Brand, depending on the thickness of the plates to be
welded and the type of joint. The Indian made or equivalent foreign made electrodes of the
required quality approved by the Engineer, shall be used wherever possible. After welding
joints shall be gauged to remove irregular penetration till even surface is exposed. Gauging
shall be resorted when the plate thickness is above 6 mm.

Testing of Welded Joints

i. The welded joints shall be tested in accordance with the procedure laid down in
IS:3600 “Code of procedure for testing of fusion welded joints and weld metals in steel”.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
ii. Test pieces shall be taken out by the Contractor from the welded joint in the field at
the positions pointed out by the Engineer. This must be done without any delay and in any
case within 3 days’ time. Any further delay in this case is liable to cause Contractor’s
payment to be withheld till proper compliance on their part. The sample so taken out shall
then be cut to the exact shape and dimensions and machined as described hereunder,
before the same is handed over to the Engineer for testing. This shall be done within a
week. All the work up to machining and testing shall be done by the Contractor at their own
cost.

iii. The shape of the test piece removed from the pipe shall be such as to give specimen
of the required dimensions, and at the same time leave a hole in the pipe with rounded
corners, this hole shall be patched up immediately by inserting and welding a piece of steel
plate of the same thickness and curvature. Great care shall be taken in preparing these
patch plates so as to get a good buttweld.

iv. The entire cost of the tests including taking out test samples, machining the test
pieces, transport to and from the laboratory and testing them in a laboratory, the cost of
patching up the test piece hole in the pipe, payment of all testing fees, cleaning and painting
etc. shall be borne by the Contractors. The tests shall be carried out in some Government or
Semi- Government Institute approved by the Engineer. This shall be arranged by the
Engineer entirely at the Contractor’s cost.

The following tests shall be carried out:

Tensile test:

The test specimen taken perpendicularly across the weld shall be shaped in accordance with
IS: 1663 (Part I and II). The specimen shall be taken from the end of the pipe or at any point
in the pipe as directed by the Engineer and shall be cut with the weld approximately in the
middle of the specimen. The tensile test specimen shall be flattened and the sides shall be
machined. The protruding welded portion from both inside and outside shall be removed by
machining before the specimen a handed over to the Engineer for testing.

At least one test specimen shall be taken out from every 200 meters length of pipes welded.
If a test specimen shows defective machining or develops flaws not associated with welding,
it may be discarded and another specimen submitted. The welded joint shall show a strength
of not less than the minimum tensile strength specified for the plate. (IS:2062).

Bend test:

Bend test shall be carried out by the Contractor at the discretion of the Engineer. A bend test
specimen shall be prepared sin the same way as for tensile test and tested in the factory by
the Contractor at their cost in the presence of the Engineer. The specimen shall be taken
from the same pipe from which a specimen for tensile test is taken out. The specimen shall
stand being bent cold through 180 degrees round a pin, the diameter of which is equal to 4
times the thickness of plate, without developing cracks. In making the bend test the body of
the welded metal should be on the outside and the root should be placed next to the pin.

Procedure to be adopted in case of failure of the above tests

a) Re-Test: If results of tensile and or bend test of any lot do not conform to the
requirements specified, re-tests of two additional specimens from the same lot shall be
made, each of which shall conform to the required specifications. In case of a failure of one
or both, extensive gauging and repairing shall be carried out to the lot of joints from which
the samples have been taken as directed by the Engineer before the lot can be accepted.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
In case both the samples yield satisfactory results in the re-test described above, gauging
and repairing will be required to be carried out on the joint which has failed in the initial test
only.

b) Expenses for re-testing: All charges about re-testing of the welded sample including
machining, testing etc. shall be borne by the Contractor.

Shop Testing

After fabrication, but before application of protective coatings all pipes and specials shall be
subjected to a shop hydraulic test. Standard lengths of pipes shall be directly subjected to
test and non-standard pipe and elbows can be tested as standard pipe before being cut to
size.

The test pressure shall be as specified above. Each pipe shall be filled with water and the
pressure slowly and uniformly increased until the required test pressure is reached. The pipe
to be tested shall be given a serial no. which shall be painted on its inside together with
details such as pipe no. shell thickness, diameter, length etc. as directed. It shall be entered
in the register to be maintained by the manufacturer at his factory.

Prior to testing, the pipe shall be inspected thoroughly and all the apparent defects in
welding such as jumps, porosity etc. shall be repaired by gouge and re- welding.

The hydraulic test shall be carried out under cover at the factory in the presence of and to
the satisfaction of the Engineer or the inspection agency appointed by the Employer.

For indicating the pressure inside the pipe an accurate pressure gauge of approved make
duly tested and calibrated for the accuracy of readings shall be mounted on one of the
closures which close the pipe ends. The pressure shall be applied gradually by approved
means and shall be maintained for at least 10 minutes or till the inspection of all welded
joints is done during which time the pipe shall be hammered throughout its length with sharp
blows, by means of a 1 kg hand hammer.

The pipe shall withstand the test without showing any sign of weakness, leakage, oozing or
sweating. If any leak or sweating is observed in the welded joints, the same shall be repaired
by gouging and re-welding after dewatering the pipe. The repaired pipe shall be re-tested to
conform to the specified pressure.

If any leak or sweating is observed in pipe shell the pipe under test shall be rejected
temporarily. The manufacturer shall stack such rejected pipes separately in his yard. The
Engineer shall inspect the same and after taking cuts if necessary, shall determine the
nature of repairs to be carried out thereon and shall then decide as to how and where they
shall be used. No payment shall be made for handling or carrying out repairs, but, payment
for the procurement of plates, fabrication and shop hydraulic testing of the pipe shall be
released only after acceptance of the pipe with necessary repairs and subsequent testing
etc. are carried out by the Contractor to the satisfaction of the Engineer. The Engineer shall
be supplied with two copies of the results of all the tests carried out.

No pipe shall be transported out of the factory to the site unless they are hydraulically tested
except permitted by the Engineer in writing to do so.

A register shall be maintained in suitable format giving the following information for each
pipe tested:

1. Serial No.

2. Shell No.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
3. Date of Test

4. Thickness and specification of steel

5. Weight of steel

6. Maximum test pressure tested

7. Details of test performance

8. Name of Engineer’s representative witnessing tests

A copy of these details shall be furnished to the Engineer.

Specials and Appurtenances

General

The specials and appurtenances to be fabricated and supplied under this Contract are as
follows, they shall conform to the details as shown in the drawings:

a) One-piece cants, composite bends, pipe pieces with fixed out diameter.

b) Flat and dished manhole covers.

c) Flange rings.

d) Stiffener rings.

e) Pressure and non-pressure type blank flanges.

f) Plug plates.

g) Saddle pieces.

h) Tapers – concentric and eccentric i.e. level invert tapers etc.

i) Pipes with spigot end and pipes with socket end.

j) Split collars etc.

k) Protective covers for expansion joints, butterfly valves etc.

l) Bypass assembly.

m) Way branches – symmetrical as well as unsymmetrical etc.

n) Miscellaneous specials and appurtenances such as domes, tees, manhole covers or


any sized or shaped specials not covered by above items.

o) Manholes.

p) Kinetic air valves.

q) Scour valves.

r) Butterfly valves.

s) Telescope expansion joint with cover.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
In addition to the above, other structural fixtures like ladders, platforms, walkways etc. shall
have to be fabricated and erected for which the payment shall be made as per the relevant
items.

Specials

General

Specials, such as tees, Y-pieces, bends (single or composite), tapers, etc. shall necessarily
be in steel and shall be manufactured as per standards and tested and laid in the same
manner as the pipes. Small branches, single piece bends, etc. may be fabricated at site,
care being taken to ensure that the fabricated fittings have at least the same strength as the
pipeline to which they are to be jointed.

Bends

i. Bends shall be fabricated taking into the account the vertical and horizontal angles
for each case.

ii. The bends shall have welded joints and the upstream and downstream ends of each
bend shall have a straight piece of variable lengths as required.

iii. Bends shall be designed with deflection angle of maximum 10deg. Between
segments.

iv. When the point of intersection of a horizontal angle coincides with that of a vertical
angle, or when these points can be made to coincide, a single combined or
compound bend shall be used, designed to accommodate both the angles. The
combined bend should have a pipe angle equal to the developed angle, arrived at
from appropriate formula.

v. All joints in bends shall be thermally stress relieved as specified.

vi. Details of thrust collars anchor bolts, holding down straps, saddle plate etc. should be
furnished together with full specification in Contractor’s fabrication drawing.

Manholes

i. Manholes shall be placed at locations as shown in drawing and as directed by the


Engineer. Manholes in the pipeline shall be placed in suitable position in the top
quadrant.

ii. The Contractor shall fabricate different parts of manhole in conformity with relevant
IS specific cation, well established practices and as directed by the Engineer.

Closing or Make up Sections

Closing or make up sections shall be furnished at appropriate locations on the line to permit
field adjustments in pipeline length to compensate for shrinkage in field welded joints,
differences between actual and theoretical lengths and discrepancies in measurements.

Test Heads

Test heads may be ellipsoidal, standard dished as per ASME code or hemispherical heads.
They shall be welded in the shop and removed after the test. Allowance should be made in
the length of the pipe section receiving the test head for the welding and removal of the head
and preparation of the plate edges for the final weld after testing.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
No separate payment will be made for such test heads. The rate quoted for the hydraulic
test shall be deemed to cover the cost of such installations.

Flanges

Flanges shall be provided at the end of pipes or special where sluice valves, blank flanges,
tapers, etc. must be introduced. The flanges received from the manufacturers will have
necessary bolt holes drilled. The Contractor shall assemble the flanges in the exact position
by marginal cutting if necessary, to get the desired position of the sluice valves, etc. either
vertical or horizontal and shall then fully weld the flanges from both sides in such a way that
no part of the welding protrudes beyond the face of the flanges. In case the welding
protrudes beyond the flanges and if the Engineer orders that such protrusions shall be
removed, the Contractor shall file or chip them off. If required and when ordered by the
Engineer, the Contractor shall provide and weld gusset stiffeners, as directed onsite.

a) Blank Flanges

Blank flanges shall be provided at all ends left unattended for the temporary closure of work
and for commissioning a section of the pipeline or for testing the pipeline laid. For temporary
closure, non- pressure blank flanges consisting of mild steel plates, tack welded at the pipe
ends may be used. For pipes subjected to pressures, the blank flanges or domes suitably
designed as per Engineer’s requirements shall be provided.

b) Stiffener Rings

The Contractor shall provide stiffener rings wherever directed by the Engineer. The
Contractor shall weld the same to the pipes with one circumferential run on each side.

c) Straps

Wherever pipe laying work is done from two faces and / or must be done in broken stretches
due to any difficulty met with at site, the final connection must be made by introducing straps
to cover gaps up to 30cm length. Such straps shall be fabricated in the field by cutting pipes,
slitting them longitudinally and slipping them over the ends to be connected in the form of a
collar. The collar shall be in two halves and shall have the inside diameter equal to the
outside diameter of the pipe to be connected. A minimum lap of 8 cm on either ends of the
pipe shall be kept and fillet welds shall be run both internally and externally in circumferential
joint. The longitudinal joints of the collar shall be butt welded.

All fillet welds shall have a throat thickness of not less than 0.7 times the width of welding.

Storing & Stacking

The pipes shall be delivered, unloaded and stacked where they are required as stipulated in
the supply order, or the accepted agreement.

Unloading:

The pipes of die, up to 600mm shall be unloaded from the wagon or truck by holding them in
loops framed with wire / hemp ropes and sliding over planks set not steeper than 450. The
plank shall be sufficiently strong and two ropes shall always be used to roll the pipes down
to the planks or these pipes shall be unloaded from the Truck/lorry or wagon with the help of
tripod with chain pulley block. The pipes of die above 600mm shall be unloaded from the
Truck / Trailers or wagon with the help of crane or mechanical handling facility by using
belts. Hooks not allowed. Only one pipe shall be unloaded at a time.

Under no circumstances the pipes shall be thrown down from the carriers or dragged or
rolled along hard surface. The pipes shall be checked by the consignee for any visible
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
damage (such as damaged edges, crack or spalling) while unloading and only good pipes
shall be sorted out and kept along the alignment of the pipeline. Any pipe, which shows any
damage shall be discarded, stacked separately so that the same does not get mixed with
good pipes.

Stacking:

The pipes shall be stacked separately for each type and diameter at the location as directed.
If required the stacking pile of pipes may be supported by wooden bullies. While unloading
the pipes along the alignment of pipe line the following safety precautions shall be taken by
the contractor.

The pipe and specials unloaded along the alignment shall not obstruct the traffic.

1) The signal arrangement during day and night shall be provided.

2) Guarding of pipes wherever necessary.

3) Any other precautionary measures as directed by the Engineer-in-Charge as


deem-fit without any extra cost.

Transporting MS Pipe

The item includes arrangement for lifting and loading the pipe into truck transporting the
pipes having length 6.0 each from stack yard to the site of work by truck or whatever means
including all loading involved in this operation, unloading the pipes by crane at the site of
work, etc. including all materials, labour and equipment’s for this operation. The rate
mentioned in Schedule ‘B’ also accounts for deciding (if required) for conveying pipes for
hillock/hilly portion, creek portion and river portion.

If during transportation or while loading and unloading, any pipes are damaged the cost of
the damage poor ton of pipes excluding the scrap value will be recovered at current market
rate from the contractor. The Contractor should note that the payment of transportation of
pipes including loading, unloading and carting is admissible only for the pipes which are
required to be carried within 500 m lead. No extra payment will be made for lead beyond
500m.

No payment for transportation of bare or United MS pipes including loading, unloading and
cutting is admissible for the above conditions, if the pipes are required to be carried within a
lead of 500M. The guniting yard should be located at suitable locations along the alignment
of the pipeline in consultation with the Engineer-in-charge. In case of transportation of United
M.S. pipes, a special care needs to be taken to avoid any damage to the united portion of
the pipe. Special care needs to be taken to avoid any damage to the united portion of the
pipe. If the geniting to the M.S. pipes is damaged during handling loading, unloading or
carting, the same will have to be rectified by contractor at his own cost and risk.

Lowering, Laying of MS Pipeline, Clearing Vegetation etc.

The contractor shall clear that site of work of all grass, shrubs, trees, stumps, rubbish etc., at
his cost before the start of the work and after every monsoon, till the defect liability period.
The cleared grass, tree etc., shall be disposed of, by the contractor as directed by the
Engineer.

All useful timber shall be loaded, transported, unloaded and stacked at a place as directed
by Engineer without any extra charges.

The Contractor, wherever applicable, shall strictly follow regulation of the forest department

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
The contractor shall clear the site. All rubbish, building materials, debris, excavated
materials, etc. be cleaned and restore the site, in clean and tidy condition to the full
satisfaction of the Engineer.

The pipeline being laid under this contract is below and above ground. For pipeline portion to
be laid above ground the pipeline shall be supported on R.C.C. Chairs.

The supports shall be cast to the true alignments and / or levels as per detailed drawing
prepared while laying. The Engineer may make modifications in the alignment and/or levels
at his discretion, depending on the site conditions. Before actual laying the line, the
contractor should carry out the detailed working survey and plot it on the paper. He should
mark the alignment considering the actual working operation as per tender condition and it
shall be got approved from the Engineer-In-Charge. For this very important work the
contractor should procure two accurate precision digital levelling instruments and shall use
the same on this work. These instruments shall be the property of the JUIDCO. The detailed
survey will include bearing and compass survey and the levels. The contractor shall make
out the special requirement from this mark it on the relevant plan in AutoCAD 2006 and
accordingly he should submit the details to the Engineer-in-charge and get it approved. The
actual excavation work should not be started on field till the complete detailed survey work is
approved by the Engineer-in-charge.

The contractor shall use theodolite to fix the alignment and levels of the supports. All
working survey work for fixing the alignment and levels shall be done by the contractor.
Contractor shall, therefore, have in his employment experienced Engineer for this work. The
contractor will have to arrange for site rails required for checking the excavation and pipe
gradient. The chairs shall be cast section serially so that laying of pipes can be started as
soon as sufficient number of chairs are ready. Programme of casting of chairs shall be in
accordance with the approved programme of laying of pipes lines. Pipe supports consisting
of chair either on prepared formation or on plain c.c. pipes shall be constructed as shown on
the drawing, or as specified hereinafter and as directed by the Engineer. Suitable locations
for the Construction of thrust blocks and anchor blocks etc. shall be done in two stages, viz.
firstly the portion below the invert of the pipe line shall be cast. The design of the thrust
blocks anchor blocks, fixity blocks shall be done by the contractor suitable to the site
conditions and shall be submitted to the Engineer-In-Charge based on the detailed survey
on the enlarged section. The designs shall be got approved from the competent authority
before execution. Size of the blocks can be marked on the alignment and if there are any
difficulties, same may be refer to the Engineer-in-charge. The distance between two
successive fixity points shall generally not exceed 300m. Expansion joint shall be provided
midway between two fixity points in case of above ground pipe laying.

The Engineer shall decide the mode, number and the location of construction of fixity points
and his decision shall be final and binding on the Contractor.

Additional Specification for Laying of M.S. Pipeline.

To facilitate welding and geniting at the circumferential field joints, pits shall be excavated at
such locations at the bottom and on the sides. This excavation will not be paid separately
since included in the item of work.

Underground Pipe Laying (Bare M.S. Pipeline and United pipes)

General

Underground pipe laying under this contract shall be done for pipe line to be laid along
National Highway / State Highway in residential zone through village, town or crossing of the
roads or cart track for portion along nalo bank and below the road portion. Pipe laying shall
be done as shown on the drawings or as directed by Engineer, to the correct line and level.
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
The Engineer, at his discretion, may change the alignment and / or levels depending on the
actual conditions on site. The minimum cover under roadway, etc. where traffic is expected
over the pipeline shall be 120cm as specified in IS 5822. The minimum cover for pipeline
along the National Highway and state Highway shall generally be 90 cm, where traffic is not
expected over the pipeline.

Pipes and specials to be laid underground shall be provided with 40mm guniting and
internally mortar lined as specified separately as per requirement. Care shall be taken to see
that while handling these pipes the pipes and Gunited portion is not damaged. The rate for
lowering and laying pipes as specified in the relevant item of Schedule ‘B’ of respective Sub-
works, includes all expenses because labour, machinery, material, etc. Required for
complete process of laying. No extra rate for any reason for this job will be admissible, even
if the process of lowering and laying of these pipes required additional labour, machinery,
materials, etc. from safety point of view.

Laying Procedure

The contractor shall lower the pipes of standard lengths. Short length pipes shall be lowered,
only if found necessary and only after obtaining the Engineer’s permission. The pipes shall
be lowered 258

in the trench on prepared bedding or concrete bedding as per the decision of Engineer-in-
charge. Pipes shall not be laid on the open rock bottom as it may damage the pipe shell
because point loads. The alignment and levels shall be checked by the theodolite. Cutting of
pipes shall not be allowed for matching the sides of trenches excavated. While assembling
the pipes, the ends shall be brought close enough to leave a uniform gap not exceeding
3mm. Marginal cutting shall be done, if found between pipe aces to be joined. When the pipe
is properly assembled and checked by Engineer for correct line and level, it shall be firmly
supported on wooden beams and then tack welded. In the trenches where shoring is
provided, care shall be taken to see that during lowering of pipes; only required struts are
removed at a time with additional precautions to keep the shoring in position, if necessary.

The length of the pipeline has been suitably divided into various sections. These sections
can be taken up for excavation and laying according to the convenience. To have the chain
ages serially from beginning to the end of the pipeline it is required to mark chain ages along
the length of the pipeline. The serial number of pipes are too recorded according to laying
and details of pipe used for specials should be maintain according and should be submit. As
the work will be going on for a longer period, it is necessary to construct semi-permanent
blocks of concrete on other side of the alignment along the road. These blocks can give
exact chain ages as per the working survey. These are painted on the blocks and should be
distinctly visible. Luminous paint shall be used for this purpose.

Measurement and Payment

The laying shall be measured as per linear meter of pipeline and specials laid, measured
along the center line on top of the pipe. The rate shall include supply of all labour, materials,
machinery for laying the pipes below ground including local handling within 500M inclusive
of hoisting and lowering in position, tack welding including marginal cutting wherever
necessary. Laying of specials and full field welding of joints shall be paid for separately
under the relevant items in the bill of quantities.

Daily Record on the Computer

As the work progresses, various activities are either complete or on way of completion.
Every activity on completion is payable at the rate decided as per tender. It is necessary to
have systematic approach for taking the measurements. Activity scheduling shall be
sequentially whether it is directly payable or otherwise. Quantification of activity shall be
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
reported from site in charge to the office daily. It is posted in the customized software. On
completion of certain payable quantities pay ability is reflected. It must be compared with
BOQ and % work done against each item or sub item is depicted for review purposes. At the
earliest opportunity, these measurements of quantities shall be validated from the Engineer-
in- charge.

Contractor shall develop the customized software of Running Bill format, which is easily
acceptable in the Accounts branch of the Corporation. Contractor should submit periodical
monthly bill in this format only. He should also submit comparative progress report in M.S.
Project. Its graphical representation also shall be given in AutoCAD 2006. Physical and
financial progress report shall also get validated from technical and accounts branch of the
Corporation. Contractor can give the copies of report generation to the City Engineer and
Executive Engineer.

Every Quarter a similar report be generated and submitted to the and Executive Engineer. A
soft copy of such a report shall also be given along with a presentation in Power point. It
shall contain the clips of important visits and instructions received from the dignities and
higher officers.

No separate payment is expected for these activities. However, it will add to the
understandings about the procedures and method of review and it will add to the
transparency in the execution of the work.

Gas Cutting

Gas cutting of M.S. pipes may require to be adopted on site for fabrication of kinks on site
or for preparing distance pieces, straps, etc. and for cutting holes in pieces for man - holes,
branches, scour valve, Air valves and other appurtenances and temporary manholes for
cleaning, welding etc. After gas cutting, the edges shall be made smooth and even, to
remove all inequalities. Ends of the pipe shall have ‘V’ edge and as per relevant IS code.

Measurement and Payment

Gas cutting shall be measured in linear meters of gas cutting done and shall be paid for in
relevant items in the Bill of Quantities and Rates and shall include providing all labour,
material and machinery for gas cutting, irrespective of any lift and any circumstances, all
ancillary preparations and including chamfering the ends to form ‘V’ edges.

Murum Bedding

The murum to be used shall be of approved quality soft murum to be laid in 20cms average
thickness to the grade as directed by the Engineer-in-charge. The width admissible for
payment shall be the same as per excavation trench width admissible under excavation
item. The murum bedding shall be provided where there is black cotton soil or hard material
below pipes or wherever directed and it shall be well rammed so as not to sink the pipeline.

Ductile Iron Pipeline and Fittings

Scope

This specification covers the requirement for manufacturing, supplying, laying, joining,
testing and commissioning of ductile Iron pipeline and fittings including associated civil
works required for the same.

Standards

The following standards, specifications and codes are part of this specification. In all cases,
the latest revision of the codes including all applicable official amendment and revisions
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
shall be referred to. In case discrepancy between this specification and those referred to
herein, this specification shall govern.

Table 32: IS Codes


IS Code Description

IS:8329 Centrifugally Cast Ductile Iron pipe for water, gas and sewage.

IS:9523 Ductile Iron pipes fittings for pressure pipes for water, gas and sewage.

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

IS:638 Sheet rubber jointing and rubber insertion jointing.

IS:1500 Methods for Brinell hardness test for metallic material

IS:5382 Specification for rubber sealing rings for gas mains, water mains and sewers.

IS:3764 Excavation work-code of safety.

IS:460 Test sieves Part I.

Manufacturing and Source for Supply of Ductile Iron Pipes and Fittings

General

a) The Ductile Iron pipes should confirm to IS: 8329 and the pipe should be ISI mark.

b) The pipe manufacturer should have ISO 9001certification.

However, the name of vendor must be got approved from JUIDCO before procurement of DI
pipes.

c) The bidder shall not deviate from the technical specification of pipe materials, fittings,
pumps, motors and valves etc. Alternative offers will be out rightly rejected.

d) All tests specified either in this specification or in the relevant Indian Standards
specified above shall be performed by the supplier / contractor at his own cost and in
presence of Engineer-in-charge, if desired. For this, sufficient notice before testing of pipes
and fittings shall be given to the Engineer-in-charge.

Materials

The Ductile Iron pipes shall be centrifugally cast (spun) Ductile Iron pipes confirming to the
IS: 8329. The pipes used will be with push on joints (rubber gasket joints). The class of
pipes to be used shall be of the Class K-7 or as per mentioned in BOQ.

The pipes shall be coated with bitumen as per IS: 9523 and shall have factory applied
centrifugal cement mortar lining inside as per the provisions of the IS: 8329.

The pipe shall be supplied length of 5.50 and 6.00meter length with suitable rounded or
chamfered ends. Each pipe of the push on joint variety shall also be supplied with a rubber
SBR gasket. The gasket shall confirm to IS: 5382.

The Ductile iron fittings shall be manufactured and tested in accordance with IS: 9523. The
fittings shall be provided with cement mortar lining inside and outside bitumen coating. The
Ductile Iron fittings shall be of Class K-12 (K-14 for Tees) suitable for either push-on-
jointing or flanged jointing as per the site requirement with PN10 flanges. The fittings must
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
be accompanied by the compatibility certificate issued by the manufacturer. The fittings
may be of the following type as per site requirement.

• Flanged Socket

• Flanged Spigot

• Double Socket Bends (900,450,22-1/20,11-1/40)

• Double socket branch flanged tee

• Double socket taper

• All flanged tee

• All flanged taper

• Double flanged bends (900,450,22-1/20,11-1/40)

The manufacturer of pipes shall supply the Ductile iron fittings. The rubber gaskets for
jointing should preferably be manufactured by the manufacturer of pipes. In case they are
not, it will be the responsibility of the manufacturer of pipes to have them manufactured from
a suitable manufacturer under its own supervision and have it tested at his / sub-contractor’s
premises as per the contract. The pipe manufacturer will however be responsible for the
compatibility and quality of the gaskets.

Alternative to the standard Ductile Iron fittings, fabricated MS fittings with inside and outside
epoxy (food grade) painting may be used. If required, the MS flanges can also be welded to
the DI pipes, as per the procedures laid down by the manufacturer of DI pipes. The decision,
to adopt or not to adopt fabricated MS fittings with inside and outside epoxy (food grade)
painting instead of Ductile Iron fittings will be taken by Engineer-in-charge and shall be final
and binding on the contractor.

Dimensions and Tolerances

The internal diameter thickness and length of barrel, dimensions of pipes and fittings shall
be as per the relevant tables of IS: 8329/ IS: 9523 of different class of pipes and fittings.

Inspection and Testing

The pipes will be subjected to following tests for acceptance:

• Visual and dimensional check as per clause 13 and 15 of IS8329

• Mechanicaltestasperclause10ofIS:8329

• Hydrostatictestasperclause11ofIS:8329

• The test reports of the rubber gaskets shall be as per acceptance tests of the IS:
5832 and will be in accordance to clause3.8.

The sampling shall be as per provisions of the IS 8329.

Marking

All pipes will be marked as per clause 18 of IS 8329 and as shown below:

I. Manufacturer name /stamp.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
II. Nominal diameter.

III. Class reference.

IV. A white ring line showing length of insertion at spigot end.

V. JUIDCO/ Hussainabad WS.

Packing and Transport

The pipes should be preferably transported by road from the factory and stored as per the
manufacturer specifications to protect damage of the pipes.

Specials / Fittings for Ductile Iron Pipes

General

This section covers the general requirements for Ductile Iron (DI) fittings suitable for push-
on- joints or flanged to be used with Ductile Iron pipes with push-on-jointing and flanged
system.

Supply

All the DI fittings shall be supplied with one rubber for each socket. The rubber ring shall
conform to IS: 5382 and as per socket profile of pipes. Flanged fittings shall be supplied with
on flat rubber gasket per flange and the required number of nuts and bolts.

Lubricant for Ductile Iron Pipes and Specials

The lubricant used for the assembly of DI pipes and suitable for push-on-joints should have
the following characteristics.

• Must have a paste like consistency and be ready for use.

• Has to adhere to wet and dry surfaces of DI pipes and rubberrings.

• To be applied in hot and cold weather; ambient temperature0-500C.

• Must be non-toxic.

• Must be water-soluble.

• Must not affect the properties of the drinking water carried in the pipes.

• Must not have an objectionable odour.

• Has to inhibit bacterial growth.

• Must not be harmful to the skin.

• Must have a self-life not less than 2 years acceptance tests.

• They shall be conducted in line with the provisions of the IS9523.

All the DI fittings shall be properly packed with jute cloth. Rubber rings in polyethylene bags
and nuts, bolts etc. shall be supplied in separate jute bags.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Specifications for Laying and Jointing of DI Pipe Line

Preparatory Work

The contractor will inspect the route along which the pipeline is proposed to be laid and
observe / find out the existing underground utilities / construction falling in the alignment
route. He should make all efforts to keep the pipe as straight as possible with the help of
ranging rods. Wherever there is need for deviation, it should be done with the use of
necessary special or by deflection in pipe joints (limited to 75% of permissible deflection as
per manufacturer). The alignment as proposed should be marked on ground with a line of
white chalk and got approved from Engineer-in-charge.

Alignment Map

The alignments Map, valves and chambers may be changed at site in co-operation with and
after approval of the Engineer-in-charge. The minimum cover to the top of the pipe shall be
1m.

Tools and Equipment

The contractor should provide all the tools and equipment required for the timely, efficient
and professional implementation of the work as specified in the various sections of the
contract and as specified by the instructions of manufacturers of the pipes and other
material to be handled under this contract. On demand, he shall provide to the Engineer-in-
charge the progress or the quality of the work cannot be guaranteed by the available
quantity and type of tools and equipment, the contractor should provide additional ones to
the satisfaction of the Engineer -in-charge. The contractor will always have a levelling
instrument on site

Transportation of Pipes and Specials & Storage

The contractor should transport the pipes and other materials from manufacturer to the site
of laying as indicated by the Engineer-in-charge. Pipes should be handled with care to avoid
damage to the surface and the socket and spigot ends, deformation or bending. Pipes shall
not be dragged along the ground or the loading bed of a vehicle. Pipes shall be transported
on flat bed vehicle / trailers. The bed shall be smooth and free from any sharp objects. The
pipes shall rest uniformly on the vehicle bed in their entire length during transportation. Pipes
shall be loaded and un-loaded manually or by suitable mechanical means without causing
any damage to the stacked pipes.

The transportation and handling of pipes shall be made as per IS: 12288. Handling
instructions of the manufacturers of the pipes shall be followed. All precautions set out shall
be taken to prevent damage to the protective coating, damage of the jointing surfaces or the
ends of the pipes.

The pipe should be given adequate support at all times. Pipe should be stored on a
reasonably flat surface free from stones and sharp projections so that the pipe is supported
throughout its length. In storage, pipe racks should provide continuous support and sharp
corners of metal racks should be avoided. Pipes should not be stacked in large piles for all
pipes and especially under warm temperature conditions. Socket and spigot pipes should be
stacked in layer with sockets placed in alternate ends of the stack to avoid lop sided stacks.

Pipes should not be inserted inside another pipe. On no account, the pipes should be stored
in stressed or bent condition or near the sources of heat. Pipes should not be’ stacked more
than 1.5m high and pipes of different sizes and classes should be stacked separately. The
ends of the pipes should be protected from abrasion. Pipes should not be inserted inside
another pipe. On no account, the pipes should be stored in stressed or bent condition or
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
near the sources of heat. Pipes should not be’ stacked more than 1.5m high and pipes of
different sizes and classes should be stacked separately. The ends of the pipes should be
protected from abrasion.

The contractor shall provide proper and adequate storage facilities to protect all the
materials and equipment’s against damage from any cause whatsoever and in case of any
such damage / theft, the contractor shall be held responsible.

Pipe Trench

Trench Excavation

The trench excavation of pipeline shall be in accordance with IS: 12288. Pipe trenches shall
be excavated to the lines and levels shown on the drawings or as directed by the Engineer-
in-charge. The depth of the excavated trench shall be as given in the drawings or as directed
by the Engineer-in-charge. The depth of the excavated trench shall be as given in the
drawings or as directed by the Engineer-in-charge. The width of the trench at bottom
between the faces or sheeting’s shall be as to provide 300mm clearance on either side of
the DI pipe. The depth should be sufficient to provide cover not less than 1.0m for clear
water main and 0.6m for distribution main so that the pipeline for protection against traffic
loads. It may be necessary to increase the depth of pipeline to avoid land drains or in the
vicinity of roads, railways or other crossings. Care should be taken to avoid the spoil bank
causing an accumulation of rainwater. The bottom of the trench shall be trimmed and
levelled to permit even bedding of the pipes. It should be free from all extraneous matter,
which may damage the pipe or the pipe coating. Additional excavation shall be made at the
joins of the pipes, so that the pipe is supported along its entire length.

As far as possible, the pipe line shall be laid below existing services, like water and gas
pipes, cables, cable ducts and drains but not below sewers, which are usually laid at greater
depth. Where it is unavoidable, pipe line should be suitably protected. A minimum clearance
of 150 mm shall be provided between the pipe line and such other services.

As far as possible, the pipe line shall be laid below existing

Trench Excavation to Commensurate with the Laying Progress

• The work of trench excavation should be commensurate with laying and jointing of
the pipeline. It should not be excavated in advance for a length greater than 500m ahead of
work of laying and jointing of pipeline unless otherwise defined by the Engineer-in-charge.

The contractor should ensure the following:

• Safety protections as mentioned above, have to be incorporated in the work process.

• Hindrances to the public have to be minimized.

• The trench must not eroded before the pipes are laid.

• The trench must not be filled with water when the pipes are laid.

• The trench must not be refilled before laying of the pipes.

The bed for the laying of the pipes should be prepared according to the alignment plan
immediately before laying of the pipes.

Bedding of the Pipes

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
The trench bottom shall be even and smooth so as to provide a proper support for the pipe
over its entire length, and shall be free from stones, lumps, roots and other hard objects that
may injure the pipe or coating. Holes shall be dug in the trench bottom to accommodate
sockets so as to ensure continuous contact between the trench and the entire pipe barrel
between socket holes. The requirement of other type of bedding for certain / complete length
of pipes may also be checked on the drawings issued for the same. Bedding thickness shall
be minimum 150mm.

Laying and Jointing of Pipes

General

The pipes will be cleaned in the whole length with special care of the spigot and sockets on
the inside / outside to ensure that they are free from dirt and unwarranted projections. The
whole of the pipes shall be placed in position singly and shall be laid true to profile and
direction of slope indicated on longitudinal sections. The pipes shall be laid without
deflection in a straight alignment between bends and between high and low points. Vertical
and horizontal deflection between individual pipes needs the approval of the Engineer-in-
charge. In no case deflection shall be more than 75% of those recommended by the
manufacturer.

Before pipes are jointed they shall be thoroughly cleaned of all earth lumps, stones, or any
other objects that may have entered the interior of the pipes, particularly the spigot end and
the socket including the groove for the rubber ring .The contractor shall not leave a gap for
fittings and shall lay line in a continuous stretch. Pipes and the related specials shall be laid
according to the instructions of the manufacturers and using the tools recommended by
them Cutting of pipes shall be reduced to a minimum required to conform to the drawings.
Cutting should be made with suitable tools and according to the recommendations of the
manufacturer. The spigot end should be chamfered again at the same angle as the original
chamfered end. Cutting shall be perpendicular to the centerline of the pipe. If there is no
mark for the insertion depth on the spigot end of the (cut) pipe it shall be marked again
according to the instructions of the manufacturer.

At the end of each working day and wherever work is interrupted for any period of time, the
free ends of laid pipes shall be protected against the entry of dirt or other foreign matter by
means of approved plugs or end caps.

When pipe laying is not in progress, the open ends of installed pipe shall be closed by
approved means to prevent entrance of trench water and dirt into the line.

Laying and Jointing of DI Pipes

Pipes should be lowered into the trench with tackle suitable for the weight of pipes. For
smaller sizes, up to 200mm nominal bore, the pipe may be lowered by the use of ropes but
for heavier pipes suitable mechanical equipment should be used.

All construction debris should be cleared from the inside of the pipe either before or just after
a joint is made. This is done by passing a pull-through in the pipe, or by hand, depending on
the size of the pipe.

All persons should vacate any section of trench into which the pipe is being lowered. The
designed anchorage shall be provided to resist the thrusts developed by internal pressure at
bends, tees etc.

The assembly for the pipes shall be made as recommended by the pipe manufacturer and
using the suitable tools. The socket and spigot ends of the pipes shall be brushed and
cleaned. The chamfered surface and the end of the spigot end should be coated with a
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
suitable lubricant recommended by the manufacturer of the pipes. Oil, petroleum bound oils,
grease or other material, which may damage the rubber gasket, shall not be used as
lubricant.

The rubber gasket shall be inserted into the cleaned groove of the socket. It should be
checked for correct positioning.

The tow pipes shall be aligned properly in the pipe trench and the spigot end shall be
pushed axially into the socket either manually or with a suitable tool specially designed for
the assembly of pipes and as recommended by the manufacturer.

The spigot should be inserted up to the insertion mark on the pipe spigot. After insertion, the
correct position of the socket should be tested with a feeler blade.

Deflection of the pipes, if any shall be made only after they have fully been assembled. The
deflection shall not exceed 75% of the values indicated by the pipe manufacturer. For ease
of laying, the pipes shall be laid with socket facing the direction in which the work is
progressing. For pipes on slope, the socket should be laid with socket facing uphill.

Anchoring of the Pipeline

Thrust blocks shall be provided at each bend, tee, taper, end piece to prevent undue
movements of the pipeline under pressure. They shall be constructed as per designs
submitted and approved by Engineer-in-charge, according to the highest pressure during
operation or testing of the pipes, the safe bearing pressure of the surrounding soil and the
friction coefficient of the soil.

Testing of Pipelines

Sectional Tests

After laying and jointing the pipeline shall be tested for tightness of barrels and joints, and
stability of thrust blocks in sections approved by the Engineer-in-charge. The length of the
sections depends on the topographical conditions. Preferably the pipeline stretches to be
tested shall be between two chambers (air valve, scour valve, bifurcation, and other
chamber). At the beginning, the contractor shall test stretches not exceeding 2km. After
successful organization and execution of tests the length may be extended to more than 2
km after approval of the Engineer-in-charge.

The contractor himself shall arrange the water required for testing. The contractor shall fill
the pipe and compensate the leakage during testing. The contractor shall provide and
maintain all requisite facilities, instruments, etc. for the field-testing of the pipelines.

The testing of the pipelines generally consists in three phases: preparation, pre-test /
saturation and test, immediately following the pre-test. Generally, the following steps are
required which shall be monitored and recorded in a test protocol if required:

• Complete setting of the thrust blocks.

• Partial back filling and compaction to hold the pipes in position while leaving the joints
exposed for leakage control.

• Opening of all intermediate valves (if any).

• Fixing the end pieces for tests and after temporarily anchoring them against the soil
(not against the preceding pipe stretch).

• At the lower end with a precision pressure gauge and the connection to the pump for
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
establishing the test pressure.

• At the higher end with a valve for air outlet.

• If the pressure gauge cannot be installed at the lowest point of the pipeline, an’
allowance in the test pressure to be read at the position of the gauge has to be made
accordingly.

• Slowly filling the pipe from the lowest point(s).

• The water for this purpose shall be reasonably clear and free of solids and suspended
matter.

• Complete removal of air through air valves along the line.

• Closing all air valves and scour valves.

• Slowly rising the pressure for the duration of the pre-cast / saturation of the lining by
adding make-up water to maintain the pressure at the desired test level. Make-up water
to be arranged by contractor himself at his own cost.

• Start the test by maintaining the test pressure at the desired level by adding more
make-up water; record the water added and the pressure in intervals of 1 hour at the
beginning and 2 hours at the end of the test period.

• Water used for testing should not be carelessly disposed of on land, which would
ultimately find its way to trenches.

• All DI pipes shall be tested for minimum Test pressure of 5kg/sq.cm.

• The testing conditions for the pipelines shall be as per the test pressures and condition
laid out in IS 8329 for DI pipes.

• The pipeline stretch will pass the test if the water added during the test period is not
exceeding the admissible limits. No section of the pipe work shall be accepted by the
Engineer-in-charge until all requirements of the test been obtained.

On completion of a satisfactory test any temporary anchor blocks shall be broken out and
stop ends removed. Backfilling of the pipeline shall be completed.

Leakage Test

The testing conditions for the pipelines are summarized as follows:

Maximum allowable hydrostatic test pressure for DI K-7 pipes shall be 1.5 times working
pressure in the pipeline or as per IS 8329-2000, whichever is maximum.

The method of filling the pipeline with water shall be approved by the Engineer-in-charge.
The length under test shall be filled making certain that all the air is displaced through an air
valve installed at the top of blank flange situated at the high end of the line. The length shall
remain under constant moderate pressure 10 to 20m of head of water, for a period of
several hours until the pressure can be maintained without additional pumping.

The pressure shall then be slowly increased at a maximum rate of 10m per minute to the full
test pressure and pumping discontinued for a 3 hour or until the pressure has dropped by
10m, whichever occurs earlier. The quantity of water pumped to restore the pressure shall
be the measure of leakage from discontinuation of pumping until its resumption.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
The pipe length shall pass the test if the leakage is not more than 1.00 litres per mm
diameter per kilometer per 24 hours for each 100m head of pressure applied and the full test
pressure has been sustained for at least 3 hours.

If it is required to test a section of a pipeline with a free end, it is necessary to provide


temporary support against the considerable end thrust developed by the application of the
test pressure. The end support can be providing by inserting a wooden beam or similar
strong material in a short trench excavated at right angle to the main trench and inserting
suitable packing between the support and pipe end.

The pipeline stretch will pass the test if the water added during the test period is not
exceeding the admissible limits. No section of the pipe work shall be accepted by the
Engineer-in-Charge until all requirements of the test have been obtained.

On completion of a satisfactory test any temporary anchor blocks shall be broken out and
stop ends removed.

Backfilling for the pipeline shall be completed.

Failure to Pass the Test

All pipes or joints which are proved to be in any way defective shall be replaced or remade
and re -tested as often as may be necessary until a satisfactory test shall have been
obtained. Any work, which fails or is proved by test to the unsatisfactory in any way shall be
redone by the contractor. No payments shall be made against replaced or remade and
retested pipeline.

Flushing and Disinfecting of Pipelines

After testing and commissioning, the contractor shall flush the pipes with a velocity not less
than 1 m/s or as approved by the Engineer-in-charge.

Continuous Feed

(a) In this method, water from the distribution system or other approved source and the
chlorine shall be feed at constant rate into the new main at concentration of at least 20 mg/1.
A properly adjusted hypochlorite solution injected into the main with a hypo chlorinator, or
liquid chlorine injected into the main through a solution feed chlorinator and booster pump
shall be used. The chlorine residual shall be checked at intervals to ensure that the proper
level is maintained. Chlorine application shall continue until the entire main is filled. All
valves, hydrants, etc., along the main shall be operated to ensure their proper disinfection.
The water shall remain in the main for a minimum of 24hours. Following the 24 hours period
no less than 10 mg/1 chlorine residual shall remain in the main.

(b) The Contractor shall provide photo and submit a record of the value of chlorine
residual at starting point and after 24 hours before completion of work.

(c) The above test shall be carried out in the presence of Employer’s Representative. If
the value is insufficient, the disinfections work shall be repeated until satisfactory results are
achieved.

(d) Waste chlorine residual water shall be neutralized before it is discharged to any
drainage system.

Slug Method

(a) In this method a continuous flow of water shall be fed with a constant dose of
chlorine (as in the previous method) but with rates proportioned to give a chlorine
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
concentration of at least 300mg/1.The chlorine shall be applied continuously for a period of
time to provide a column of chlorinated water that contacts all interior surfaces of the main
for a period of at least 3 hours. As the slug passes tees, crosses, etc., proper valves shall be
operated to ensure their disinfection. This method shall be used principally for large diameter
mains where continuous feed is impractical.

(b) Regardless of the method used, it is necessary to make certain that backflow of the
strong chlorine solution into the supplying line does not occur. Following the prescribed
contact period, the chlorinated water shall be flushed to waste until the remaining water has
a chlorine residual approximating that throughout the rest of the system. Bacteriological tests
as prescribed by the Employer’s representative shall be taken, and if the results fail to meet
minimum standards, the disinfecting procedure shall be repeated and the results again
tested before placing the main in service.

(c) The Contractor shall provide photo and submit a record of the value of chlorine
residual at starting point and after 24 hours before completion of work.

(d) The test shall be carried out in the presence of Employer’s Representative. If the
value is insufficient, the disinfections work shall be repeated until satisfactory results are
achieved.

(e) Waste chlorine residual water must be neutralized before it is discharged to any
drainage, as approved by the Employer’s Representative.

Backfilling of the Pipe Trench

For the purpose of back filling, the depth of the trench shall be considered as divided into the
following three zones from the bottom of the trench to its top:

Zone A: From the bottom of the trench to the level of the centre line of the pipe

Back-filling by hand with good earth, sand, fine gravel or other approved material placed in
layers of 150 mm and compacted to a density of not less than 90 percent of the maximum
dry density at optimum moisture content of the surrounding material. The back-filling
material shall be deposited in the trench for its full width of each side of the pipe, specials
and appurtenances simultaneously. Special care shall be taken to avoid damage of the pipe
and the coating or moving of the pipe.

Zone B: From the level of the centre line of the pipe to a level 300 mm above the top
for the pipe.

Back-filling and compaction shall be done by hand or approved mechanical methods in layer
of 150mm; special care shall be taken to avoid damage of the pipe and the coating or
moving of the pipe. The compacted density shall be not less than 90% of the maximum dry
density at optimum moisture content of the surrounding material.

Zone C: From a level 300mm above the top of the pipe to the top of the trench

Back-filling shall be done by hand or approved mechanical methods in 15 cm layers after


compacting and carried to the level necessary to allow for the temporary restoration of road
and path surfaces, and also for hard-core (if and where ordered) top soil, road surface etc. to
be reinstated as directed by the Engineer-in-charge. The compacted density shall be not
less than 90% of the maximum dry density at optimum moisture content of the surrounding
material.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
In case of agricultural or waste land and after approval by the Engineering-in-charge back-
filling may be made in thicker layers and with less compaction up to 200-300mm above the
initial ground level.

Where the excavation is made through permanent pavements, curbs, paved footpaths, or
where such structures are undercut by the excavation, the entire back-fill to the sub-grade of
the structures shall be made with sand or other approved material in accordance with IS
12288..

The excavated material may be used for back-fill in the following cases, provided it complies
with IS 12288 Clause4.11.1.

a. In Zone C: In cases where settlement is unimportant the back-fill shall be neatly


rounded over the trench to a sufficient to allow for settlement to the required level.

b. In any zone, when the type of back-fill material is not indicated or specified, provided
that such material consists of loam, clay, sand, fine gravel or other materials which are
suitable for back-filling in the opinion of the Engineer-in-charge.

All the excavations shall be backfilled to the level of the original ground surfaces unless
otherwise shown on the drawings or ordered by the Engineer-in-charge and in accordance
with the requirements of the specification. The material used for backfilling, the amount
thereof, and the manner of depositing and compacting shall be subject to the approval of the
Engineer-in-charge, but the contractor will be held responsible for any displacement of pipe
or other structures, any damage to their surfaces, or any instability of pipes and structures
caused by improper depositing of backfill materials..

Trenches crossing a road shall be backfilled with selected material placed in layers not
exceeding 15cm in thickness after compacting, wetted and compacted to a density of not
less than 90 percent of the maximum dry density at optimum moisture content of the
surrounding material. Any deficiency in the quality of material for backfilling shall be supplied
by the contractor at his expense.

The contractor shall at his own expense make good any settlement material placed in layers
not exceeding 15cm in thickness after compacting, wetted and compacted to a density of not
less than 90 percent of the maximum dry density at optimum moisture content of the
surrounding material. Any deficiency in the quality of material for backfilling shall be supplied
by the contractor at his expense.

The contractor shall at his own expense make good any settlement of the trench backfills
occurring after backfilling and until the expiry of the defects liability period.

On completion of pressure and leakage tests exposed joints shall be covered with approved
selected backfill placed above the top of the pipe and joints in accordance with the
requirements of the above specifications. The contractor shall not use backfilling for disposal
of refuse or unsuitable soil.

Sequence of Works for Ensuring Good Pipe Laying

The required fittings, valves and jointing material should be carefully worked out in
beginning. This material should be received before excavation / laying of the pipeline and
stored as per directions of manufacturer or as directions given elsewhere in this manual on
standards.

The pipes should be received on site only after the above fittings, valves and material for
joints has been received and all necessary preparation for laying has been made.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
The material received should be checked for inspection certification as per contract and
damage during transportation. All damaged material should be separated and not used.

The pipe received should be stored strictly as per directions of the manufacturer or as
mentioned elsewhere in this specifications or manuals / standards. The pipes and other
material should be again inspected for any damage before use in trench.

The fittings and valves should be installed in sequence with the laying of pipes without
leaving any gaps. It is desirable to lay the pipelines from the end from where it can be
connected to the water source to enable regular flushing of laid pipes.

The entry of dirt or any foreign material in the pipe should be religiously prevented. Each
joint should be carefully checked for its completeness before covering up.

There should be a commensurate progress in trench excavation, laying and jointing of pipes,
fittings, valves etc. and testing of laid pipes in sections so as to complete testing of all pipes
in quick follow up of completing laying and jointing.

Backfilling Around Chambers and Thrust Blocks

After the completion of chambers and thrust blocks the space between the structure and the
excavation shall be backfilled with compacted material. Such backfill shall be placed in
layers of 15cm measured before compaction, wetted, if necessary, to optimum moisture and
compacted well as per instruction of Engineer-in-Charge.

Other Civil and Related Works

Crossing of Existing Distribution Pipes and Connecting Pipes

Existing transmission and distribution pipes and connecting pipes of standpipes should be
protected during the laying of the pipes. In case of impossibility of deviation, the pipes have
to be replaced according to the instructions of the Engineer-in-charge. The contractor has
the full responsibility in case of destruction of pipes and other services due to inattention of
his staff. All costs for the reinstatement of the original status of the pipes other services in
case of damage have to be borne by him.

Thrust Block, Chairs, Anchor Blocks, Fixity Blocks

The contractor shall locate the thrust blocks, anchor blocks etc. according to the survey he
has done. He should get the designs approved for all such blocks from the Engineer-in-
charge.

Mix to be used shall be as mentioned in the Schedule “B”. The chairs shall be constructed
as per the directions of the Engineer-in-charge and detailed drawing shall be got approved
from him. The distance between the chairs and height of the chairs shall be as per the
approval of the Engineer-In-Charge. Material required for Construction.

1) Sand and Metal of best variety will be insisted. Samples of these will have to be got
approved prior to use on work.

2) OPC of 43 grade in Jute / PVC bags (weighting 50kg .Each) shall be used for all
water retaining structures.

Reinforcement

The steel to be used shall be TMT of grade FE-500 as per design. The Contractor shall have
to procure the steel from open market from the approved vendor / firm / company. The steel
procured by Contractor shall be only tested one and the Contractor shall produce

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
manufacture’s test certificate without which it shall not be accepted. Further the Contractor
shall arrange to get tested any samples from steel brought at site by him in Laboratory at his
cost and result should be submitted to the JUIDCO. Defective steel brought by Contractor
shall be rejected.

At least three samples of each diameter should be tested from every 10 tonnes or part
thereof / per lot. Tested lots only will be permitted to be used.

The PCC and RCC work shall be as per IS 456 / 1976, and its latest revision. Concrete
mixer (weigh batch mixer) shall be used for preparing concrete. Vibrator shall be used to
consolidate concrete while placing in position concrete. Representative samples in form of
test cubes shall be taken by the JUIDCO representative / Supervisor and shall be tested
under his supervision. Charges of testing shall be borne by the Contractor and will be
recovered from bills payable to him.

Before lowering of all pipes in trenches a layer of murum selected from excavated stuff shall
be provided below. Pipeline for proper grading and to act as cushion etc.

Removal of Excavated Stuff

• After refilling of trenches, surplus earth remaining on the alignment of the pipe line
laid will have to be disposed of at suitable places as directed by Engineer-in-charge.

• Surplus excavated materials is the property of JUIDCO and therefore contractor is


not empowered to sell this excavated material to any other agency.

• The disposal of surplus excavated material will be entirely contractor’s responsibility.


The disposal shall be done as directed by Engineer for all lifts and leads.

• The contractor shall dispose the excess excavated material at a location which has
been designated by the JUIDCO. The Contractor has however, carry out consultation
with the community adjoiningg the disposal site and provide them with the necessary
information about the project and the activities. He shall also intimate them about the
measures which would be taken for prevention of any pollution (both air pollution and
surface water run-off).

• The materials shall be conveyed by means of suitable devices.

• The materials conveyed to the place of disposal shall either be stacked or spread as
directed by Engineer-in-charge or his representative.

• The routes for O&M, payment of any royalties, compensation to land owners and for
damages, if any, etc. during the process of conveyance etc. shall be the sole
responsibility of the contractor.

• This item includes all labours materials and equipment required for loading,
conveyance, unloading, stacking or spreading the material.

• The tender rate shall be for one cubic meter of excavation quantity conveyed to the
place of disposal.

The quantity conveyed and disposed of shall be calculated from the trench excavation less
quantity of murum / sand bedding, pipe volume, concrete volume, if any refilled volume of
trench etc. and balance net excavation quantity will be payable tuner this item. The quantity

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
up to two places of decimal of a meter shall be measured and paid for. No bulk age is
allowable.

Painting of Letters

Painting of letters shall be done in general as per specifications for painting of pipeline Item,
regarding procedure and quality.

The background paint shall be oil paint of approved shade and colour. Similarly lettering the
size, height, thickness, etc. shall be as per instructions issued by the Engineer-in-charge. No
separate Payment shall be made for this item.

Cleaning and Painting

General:

Above ground pipeline shall be cleaned and painted externally with one coat of primer and
covering two coats of approved epoxy paint.

Cleaning

External surfaces of pipes, specials shall be thoroughly cleaned by using scrapers, wire
brushes to remove all rust mill, scale paint any other foreign material, to the satisfaction of
the Engineer-in-Charge, to give a shining metallic surface. Surface so cleaned shall be
washed with water simultaneously using wire brush. Care shall be taken to see that the
metal cleaning solution is completely removed from the surface by washing.

Painting

Primer paint or iron paint and epoxy paint conforming to the specifications given Appendix–I
of relevant Indian Standard Specification shall be only used. The sample of the paints shall
be tested at the contractor’s cost as specified therein. The application of one coat of primer
and covering two coats of epoxy paint shall be carried out to the full satisfaction of the
Engineer- in-Charge and as per the manufacturer’s instructions. Finished surface shall show
a uniform application of paint. Painting may be done manually or by spray. The painting of
specials with one coat of primer and two coats of epoxy has been deemed to be included in
the rates for fabrication of the specials. The contractor shall however, paint them on site
after fixing is complete by initial one coat of primer and covering two coats of epoxy. The
rate for this item shall include supply of all labour, material, etc. for cleaning and painting.
The surface of pipes and special with one coast of primer and two coats of epoxy paint and
shall include the cost of protecting and guarding the painted surface till it dries. Rate is
applicable for all works at all lifts and site conditions.

General Specifications for Oil Paint

a. Grinding and Mixing

The paint shall be thoroughly ground and in such condition, that stirring readily produces a
smooth uniform mixture of such consistency that the paint works well under the brush. It
shall be free from skin and gritty particles, the residue on 240mesh. B.S. Sieve not
exceeding 1%.

b. Colour capacity, finish and consistency

The paint film prepared in the manner described in Indian Standard Specification No.101,
1964 (or latest revision) for paints, shall after drying for 48 hours, satisfy the requirements in
colour capacity and the finish.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
c. Surface drying of colour

The change in colour of the dried paint film will be tested in the manner described in Clause
No.12 of the Indian Standard Specification No. 101 for paints.

d. Water

The paint shall not contain more than 0.5 percent to 1 percent of water as determined in the
manner described in Clause No.14 of the Indian Standard Specification No. 101 for paints.

e. Flash point

The flash point shall not be below 900 F (350) unless it is not possible to have this
flash point, because the quality of controlled raw materials.

f. Drying Time

The paint when tested on a steel plate shall become sufficiently dry in between 4 and 12
hours and hard dry in not more than 24 hours and tack dry in not more than 48 hours as per
I.S. 101. 1.

g. Resisting Properties

The paint shall remain liquid and retain its consistency at the ordinary atmosphere
temperature when packed in suitable container. After application and drying, the paint the
paint shall not show any surface cracks due to weathering action or expansion and
contraction. The paint shall able to resist the action of acid and alkalis after application.

h. Covering Capacity

The covering capacity for all types of paints shall not be more than 16-18 m2 per litters at 35
to 40 microns dry film thickness.

Specifications for Valves

Except as otherwise specified in this technical specification, the Indian/ International


Standards and Codes of Practice in their latest version shall be adhered to, for the design,
manufacturing, inspection, factory testing, packing, handling and transportation of product.
The work of providing, installation, testing and commissioning shall be as per the relevant
Indian standards or where a IS standard does not exist, to an approved national or
international standard. Should any product be offered conforming to other standards, the
equipment or products shall be equal to or superior to those specified and the documentary
confirmation shall be submitted for the prior approval of the Engineer. Only equipment
supplied by reputed manufacturers and approved by the Department will be accepted.

If any provision is prescribed in more than one Indian Standards, the specification more
stringent shall be used for the work.

Sluice Valves Gate (Sluice) Valves

Gate Valves shall be either solid wedge or knife gates unless specifically defined on the
drawings.

Solid Wedge Gate-Type Sluice Valves

General

A Sluice valve of 300mm and above diameter shall be of approved make and shall be
provided in the pipeline as scour valves. The sluice valves of cast iron body suitable for the
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
PN 1.0 rating shall be provided and shall confirm to IS: 14846:2000. The sluice valves shall
be double flange, water works pattern, inside screw, non-rising spindle type and shall be
fitted with double faced gunmetal taper wedge made in one piece and having two machined
facing rings securely fixed into machined recesses in the wedge. The guides and the lugs
shall be provided to guide the wedge through its full travel and the lugs and guides shall be
lined with bronze. The bronze liners provided on guides and lugs shall be secured by
counter- sunk screws or rivets of nonferrous metals. The clearances (radial and lugs axial)
between the lugs and guides shall not exceed 2.5mm. All valves shall be provided with gear
arrangement having provision for manual operation also.

The valve positions are tentatively indicated. The valves shall be installed on pipeline and
intended to be operated manually. The gear arrangement and all allied accessories shall be
provided by the valve manufacturer only.

Design

The design of the valves will be such that erosion, cavitations, vibration and head loss (in the
fully open position) shall be a minimum with external lubrication. The valve should be
capable of being opened and closed against working pressure, which exceed the maximum
working pressure by 15 percent.

Materials

The materials used for the manufacture of each component shall be the best available for
the specific purpose and shall not, in any case be inferior to the following.
Table 32 Material for Component Parts of Sluice Valve(Clause 6 of IS 14846: 2000)

Preferred
Sr. Ref to Grade or Alternative Ref to Grade or
Component
No. IS No. Designation Material IS No. Designation
Material

Body, Bonnet,
Dome, stool
Spheroidal or 1865 50017
cover, wedge, Grey cast
1. 210 FG 200 Nodular iron
stuffing box, iron
Cast Steel 1030 230-450W
gland, thrust
plate and cap

2062 F 410WA
Mild Steel
Grey cast
2. Hand Wheel 210 FG 200 Cast Steel 1030 230-450W
iron
Nodular Iron
1865 400/12

12 Cr 13/04
High Tensile 320 or HT 2
Cr 18 Ni 10
Stainless Brass
3. Stem 6603 6912 FHTB2
Steel 04Cr 17Ni 12 Stainless
Steel 6603 20Cr 13
MO 2

High Tensile 320 or


HTB 2
Wedge Nut, Leaded tin Brass
4. 318 LTB -2 6912
shoe, Channel bronze Phosphor
FHTB-2
bronze 28

5. Body seat ring,


Leaded tin 318 LTB-2 Alloy Steel 3444 Gr.1, Gr.4,
wedge facing
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Preferred
Sr. Ref to Grade or Alternative Ref to Grade or
Component
No. Material IS No. Designation Material IS No. Designation

ring and bushes bronze Stainless steel 6603 Gr.10

04Cr18Ni10

Carbon 1363
6. Bolts Class 4.6 Stainless steel 6603
Steel (part I)

Carbon 1363
7. Nuts Class 4.0 Stainless steel 6603
Steel (part I)

Neoprene
8. Gasket Rubber 638 Type B
Rubber

Jute and
9. Gland Packing 5414 Rubber 638 Type B
hemp

Spheroidal Alloy Steel 1570 40 Ni2 CrMO28


10. Gear 1865 Gr 500/7
graphite iron Gr B
Cast Steel 1030

Grey cast Cast Steel 1030 230-450W


11. Gear housing 210 FG 200
iron S.G. Iron 1865 400/12

1570 40Ni12Cr1 MO
Wrought 1570 Alloy Steel
Pinion & pinion
12. Carbon C55Mn75 Stainless (part 4) 28 04Cr 18Ni
shaft (part 3)
Steel Steel 10
6603

Valve Bodies

1. Castings

The structure of the castings shall be homogeneous and free from non-metallic inclusions
and other injurious defects. All surfaces of castings, which are not machined shall be smooth
and shall be carefully fettled to remove all foundry irregularities.

2. Forgings

All major stress bearing forging shall be made to a standard specification, which shall be
submitted if required to the Engineer-in-charge for approval before work is commenced.
Forging shall be subjected to non-destructive tests to detect flaws if any. Forging shall be
heat treated for the relief of residual stresses. The name of the maker and particulars of the
heat treatment proposed for such forging shall be submitted with JUIDCO. The Executive
Engineer-in-charge or his inspector may inspect such forging at the place of manufacture
with a representative of the Contractor.

3. Workmanship

Workmanship and general finish shall be of first class commercial quality and in accordance
with best workshop practice.

All similar items of the valve and their component parts shall be completely interchangeable.
Spare parts shall be manufactured from the same materials as the originals and shall fit in

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
place of all similar items. All parts, which can be worn or damaged by dust shall be totally
enclosed in dust proof housings.

Protective coating shall comply with BS 1218 Clause 16, for use in tropics, or BIS
2906, Clause 7.
Spindle Details

The spindles shall be of Bronze and to permit the solid wedge gate to be so raised as to
permit an unimpeded flow passage through the valve in open position. Where hand wheels
are provided the direction of rotation and the words ‘OPEN’ shall be marked prominently on
the upper side. All spindles contacting surfaces in the valve body shall be bushed with
gunmetal.

Valve Gates

Each face of the gate shall be lined with heavy gunmetal rings, which will match with
corresponding tings in the body. The rings shall be force fitted by special fixtures and riveted
in the case of valve in the size shall provide a watertight bearing surface. When shut, the
gates shall ride on the body seats, to allow for wear.

Operation

The tops of the spindle or gears operated with extension spindles or tee keys shall be
provided with caps of dimensions conforming to IS 14846:2000. The direction of opening
shall be indicated on the caps.

Lubrication

At the points where lubrication is needed the Contractor shall furnish full details of the
method to be employed. The requirement of the requisite lubricating equipment and
lubricants for commissioning, operating and maintaining the valves for five years shall be
furnished by the Contractor.

Spare Parts

One spare spindle and check nut shall be supplied under this contract for each group of 10
sluice valves or less of the different sizes. The contractor shall take this into account while
quoting the rates for individual items. No separate payment shall be made for this work. In
addition, the Contractor shall submit a list of recommended spares for 5 years of operation
and maintenance of all mechanical and instrumentation works covered under this contract.
Spares supplied shall be new, unused and interchangeable with the corresponding
components they are intended to replace.

Flanges

Valves of sizes from 80 mm to 300mm shall have flat flanges as per BIS: 1528. Valves of
sizes from 350 mm and larger shall have raised flange as per BIS 4504, for 16 bar valves.
The flange to flange distance shall be as per IS 14846:2000.

Jointing Materials

Each valve shall be supplied under this Contract, with all-requisite joint rings, nuts, bolts and
washers for making the joints on all the valves to be installed under this Contract. Jointing
material between the connecting flanges shall conform to the requirements of BIS 638-1965.
Unless otherwise specified bolting used for jointing exposed connections shall be carbon
steel, conforming to BIS 210 Grade 20 Grade B with galvanized finish. Bolting for buried

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
joints and joints that could come in to contact with waste water shall be Stainless Steel, as
per Clause 2.02 A3. Bolt holes shall be off- centre and in correct adjustment longitudinally.

Factory Test

All the valves shall be tested at the factory for smooth trouble-free operation and operating
torque requirements by operating between fully open and fully closed position three times.

The hydrostatic tests shall consist of –

a) Application of a pressure equal to 1 and a half times the maximum working pressure
specified in this section with both ends close and valve fully open, for ten minutes. No
leakage of water should occur through the metal, flanged joints or valve packing gland, nor
should any permanent deformation of any part occur.

b) The pressure shall then be reduced to the working pressure and the wedge gate
lowered, thus closing the valve.

The stipulated pressure shall then be maintained for 5 minutes on each side in turn during
which no leakage should occur on the downstream side of the valve seating.

Reduction Gear Unit

Reduction gear unit shall be of the totally enclosed oil bath lubricated type. The gearbox
shall be provided with the first charge of oil lubricants and appropriate filling and drain
connections. Gearing shall be adequate to open and close the valves under full indicated
maximum operating pressure differential at a speed sufficient to cover the full extent of
travel. The valve operating equipment shall have a hammer-blow device to loosen stuck
valve or retrieve jammed valve position.

The gearbox shall have suitable stops to prevent movement of shaft beyond fully open /
close position. The gearbox shall also be designed for 15% more torque than maximum
valve torque.

Hand wheel

A hand wheel shall be provided for emergency operation. The hand wheel drive shall be
mechanically independent of the motor drive and any gearing should be such as to permit
emergency manual operation in a reasonable time.

Butterfly Valve

General

The Butterfly valve shall be flanged type S.G. Iron body, resilient seated valves for “Tight
Shut- Off” (which shall not leak in closed condition). The Butterfly valve shall be designed for
maximum velocity of 4.08m/sec, at the valve in let with valve fully opened and pressure
rating with seat pressure at 16 kg / cm2 and body pressure at 24kg / cm2. The Butterfly
valve shall be with both ends flanged conforming to relevant IS 5155 / IS 13095 suitable for
PN 1.0 working pressure. The valve shall be of approved make only.

The manufacturer shall give pressure differential at various angles of opening of the valve.
The valves are to be used as leak proof isolation valves. The valves disk shall be double
concentric type with two-piece shaft stainless steel (BS 970) grade 431-S-29 with locking
arrangement and handle. Valves shall be suitable for fixing on horizontal main with valves
shaft in horizontal position.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Design and Manufacturing Body

Body pressure shall be 20kg / sq. cm.

Bores

Body and parts shall be circular. The bore through the valve shall be as near as practicable
to the nominal size of valve. The body of the valve shall be so designed that body seat ring
shall not break contact with body seat ring with seating on the disk with slight over travel or
under travel of the disk at the maximum pressure.

Body Ends

The valves shall be double flanged ends. The flanges of the valves shall be with raised faces
and shall be drilled as per IS: 6392-1971 (BS-4504). The flanges shall be at right angles to
the axis of bore and concentric with the bore and faces shall be parallel.

Means of Rest

Slinging: Means for slinging shall be provided for lifting the valves. The valves shall be
provided integrally cast seal for resting the valve on horizontal floor or plinth with adequate
clearance for access to the bottom.

Disk

The disk shall be designed so that it shall safely cast in maximum differential pressures
across the closed valve. The design shall be such that there is no contact in fully opened
valve position. The disk shall be of rigid construction to withstand any deflection or
deformation at the rated pressure. The valve disk shall be designed with no external ribs
transverse to the flow.

The maximum static head on the valve disk shall be 160 meters when the valve is closed.
The valve shall be capable of being seated and unseated under the most adverse
conditions, appropriate to its rating specified.

Directions of closing, gearing arrangements, hand wheel etc.: Removable handle shall be
fitted to close valve by rotating in a clockwise direction when facing the handle, they shall be
marked with an arrow and the word ‘CLOSE’ or ‘SHUT’. Further arrow and the word “OPEN’
shall also be marked in raised letters.

Gear Arrangements

The arrangement shall be of worm or spur gear with suitable design and workmanship, so as
to ensure easy operation and satisfactory working of Butterfly valves. The whole
arrangements shall be enclosed in a closed box.

Shaft

The design of the shaft shall be such that, it shall be generally proportioned and it will safely
sustain maximum differential pressures across the closed valve. The shaft and any keys or
dowels etc. for transmitting the torque between shaft and disk shall be capable of
withstanding the maximum torque required to operate the valve.

Bearing

As the valves are to be used with the shaft in horizontal position, the bearings preferably
SKF or any reputed approved co, shall be suitable for the maximum load as well as thrust.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Body Seat Rings

Body seat Ring shall be of stainless steel and shall be replaceable. The seat ring shall be
secured by means of corrosion resistant screws.

Disk Seating Ring

Resilient seating shall be designed to provide shut off at the maximum pressure rating of the
valve specified and securely attached to the disc. The resilient seating shall be renewable
without dismantling the valve. The Clamping ring on the disk shall be of stainless steel of
suitable size and in one piece construction. The bolt heads or the clamping ring shall be
flush with the surface of the ring. The disc shall have streamline shape to achieve a low
head loss characteristic. The material used shall be synthetic rubber or any other material
compatible with the service requirement specified elsewhere.

Materials

The materials as specified in the table below (as per IS: 13095-1991) should be used but
other material can also be used provided they are better suitable in all respects for the
purpose. However, the manufacturer should give material table being used in valve and get
approved from the competent authority before manufacture

Table 33: Material as per IS: 13095-1991


Component Material IS Referred Grade
Cast Iron 210:1978 FG 200, Min

Spheroidal graphite iron 1865:1974 SG 400/12


Body
2004:1978 CI.2 or CI. 3
Carbon steel
1875:1978 CI.2 or CI. 3

Cast Iron 2856:1987


210:1978 CI.1200,
FG or CI.
Min2

Spheroidal graphite iron 1865:1974 SG 400/12


2004:1978 CI.2 or CI. 3
Disc Carbon steel
1875:1978 CI.2 or CI. 3

Stainless Steel 2856:1987


5444:1987 CI.16ororCI.
Gr. Gr.27
Gun Metal 318:1981 Gr. LTB1 or LTB2
Aluminium Bronze 305:1981 Gr. 2
12 Cr 13

15 Cr 16 Ni 2
Stainless Steel 6603:1972
04 Cr 18 Ni 10
Shaft 04 Cr 17 Ni 12
MO2
Carbon Steel 1570 (part 2): 1979 40 C 8

Aluminium Bronze 305:1981 Gr.2

Nickel copper alloy

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Component Material IS Referred Grade

6603:1972 04 Cr 18 Ni 10
Stainless steel
3441:1987 04 Cr 17 Ni 12
MO2

Gun Metal 318:1981 Gr. LTB1 or LTB2


Seating ring / Seal
retaining ring
Aluminium Bronze 305:1981 Gr. 2

Deposited metal suitable for


Duty or resilient material

(see Note)

Nitrile, Neoprene,
Seat Elastomers - EPDM

Shaft bearing Rubber


Manufacturer’s standards,
- -
Suitable for duty
Seals

Internal Fastenings Stainless Steel Manufacturer’s standard Suitable for duty

Carbon steel: tensile strength


External bolting - -
390 N / mm2 or MPa

Note: When the resilient seals forms parts of:

• The body and the disc is made of grey cast iron, spheroidal graphite iron, or carbon
steel it is recommended that the disc should be provided with a disc facing, deposit
on the edge, or coated all over.

• The disc and the body is made of grey cast iron, spheroidal graphite iron or carbon
steel it is recommended that the body should be provided with a facing ring, deposit
on diameter in contract with resilient seal of coated all over.

Assembling

After assembling, each valve shall be operated from the fully closed to fully open position
and vice-versa, under no flow condition, to demonstrate that the assembly is workable.

All valves shall be tested to pressure by the manufacturer at his work and at his cost in the
presence of representative of Engineer-In-Charge. The valves shall be tested before
painting.

Tests

Each valve shall be subjected to following test. The Valve shall be tested in both directions.
Duration of the test shall be 30 minutes.

Body Test

With both ends closed and disc in slightly open position, a hydrostatic pressure 1.5 times
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
primary rating shall be applied to the inside of the valve body. Under this test, there shall be
no leakage from the interior of the valve to atmosphere due to porosity, faulty packing or
any other defect.

Disc Strength Test for Tight Shut off Valve

With one end open to the atmosphere and the disc in the closed position, the valve shall be
tested to 1½ times the maximum service rating of the disc. No leakage through the disc or
structural damage shall be permitted. This test shall be repeated with other end, end open
to atmosphere.

Seat Test for Tight Shut off Valve

With one end open to the atmosphere and the disc in the closed position, there shall be no
leakage in the seating faces when pressure equivalent to maximum service rating of the
disc is applied to the other end of the valve. The test shall be repeated with other end
exposed to atmosphere.

Air Test

The butterfly valve shall be placed in horizontal position with disc firmly closed. The water
shall be filled in upper part of valve. On lower side a blank flange with nipple shall be fixed
in the position through the nipple air shall be blown into to max, pressure of 18 kg. / Sq.cm.
No air bubble should appear through water filled in upper part of valve. The test shall be
repeated reversing valve with lower side made on upper side.

Inspection

The Inspection of the valve shall be carried out at works of the manufacturer and
manufacturer shall provide all testing equipment’s and facilities at his cost.

Protection Coating

Protecting coating to C.I., parts shall be applied along after physical inspections or
hydraulic test of the coating is done by the Engineer-In-Charge or his representative.

Valve Movements

Stop mechanism shall be provide in the gearbox to prevent the movement of valve disc
beyond designed ‘Full Open’ or ‘Full Closed’ Position. This requirement shall be further
achieved by provision of integral stopper in the valve body, if possible, in case stop
mechanism in gearbox fails.

Nuts, Bolts & Studs

All nuts, bolts and studs of suitable size shall be supplied along with the valve.

Lubricants

The manufacturer shall furnish full details of the method of lubrication to be approved.

Painting

After testing and before dispatch, all unmachined exterior surfaces of the valve shall be
painted or otherwise protected against rusting.

Exposed machined surfaces liable to rusting shall be well covered with a rust preventive
composition, which should not be applied to any resilient component.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Marking

The names shall be clearly marked in cast raised letter the following:-

• Manufacturers trademark No. or patent mark.

• Year of Manufactures.

• Identification number.

• Size of Valve.

• Type of Valve.

• Primary service Rating.

• Letters: JUIDCO.

• Associations Certificate mark.

• Flow direction arrow.

The valve manufacturer should test one butterfly valve for the cycle test as per AWWA-C-
504 standard in an external laboratory to qualify the design and credibility; this will be as per
section-5 of AWWA standard C-504-80. Valve should be only in cast construction; fabricated
valve is not acceptable. Valves seal should be in EPDM material. Testing of valves should
be carried out as per enclosed test procedures.

• Seat test with water.

• b. Seat test with Air.

• c. Body test.

Jointing of Butterfly Valve

The butter fly valve shall be joined to flanges cast on. The jointing material used between
flanges of pipe and valve shall be compressed fibre board or rubber of thickness between
3mm to 6mm. Each bolt should be tightened a little at a time taking care to tighten
diametrically opposite bolts one after another shall not be allowed.

Kinetic Air Valve (Tamper Proof)

The Kinetic Air valve (Tamper proof) shall confirm to IS: 14845-2000 [Resilient Seated Cast
Iron Air Relief Valves] for Water Works Purposes.

Scope and General Design Feature

This section covers the requirements of kinetic double ball air valves to be used for
evacuation of accumulation of air in water mains under pressure, for the exhaust of air when
such mains are being charged with water and for inlet of air when they are emptied of water.
The design shall be such that higher the rate of flow the greater the resultant down thrust
keeping the ball 'glued' to its seat until the last drop of air is expelled from the pipe system.

The valves shall have an integrated sluice valve. If required, they shall be installed on a
flange welded on the MS pipe / special. The possible air velocity (inflow and outflow) must
be at least 10 m/s. The working pressure of the air valves shall be 10 kg / cm2 (1 Mpa) or 16
kg / cm2 (1.6 Mpa).

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Construction Feature

The flow of air should be as unobstructed as possible. The low-pressure orifice shall be in
the same axis as the main discharge / incoming air flow and must have a diameter
sufficiently large.

The cone angle in the low pressure (large orifice) chamber should be carefully calculated
and there should be adequate height to allow for free movement of the vulcanite ball in the
low chamber. The annulus around the low-pressure vulcanite covered ball is to be
generously proportioned for discharge of air under various differential pressures.

The orifice shall be carefully profiled to allow the requisite flow of air under varying
differential pressure. It shall be in moulded synthetic rubber such that even after extended
contact the vulcanite covered ball does not stick to it when the line pressure becomes zero.
In the high pressure chamber the orifice shall be in profiled in such a manner that the rubber
covered ball is not damaged even after extended contact. There should be machined guide
in the chamber which ensures that the ball travels vertically and makes contact with the
nipple and seals off the orifice without fail.

Material

The material for different components parts of the air valve shall conform to relevant IS
code. The body and seat of the valve shall withstand a working pressure of 16 kg / cm2 for
at least 15 minutes.

Fixing of Different Types of Valves

The required sluice valves, air valves, scour valves, etc. shall be supplied by the Contractor.
The valves and materials supplied shall be flanged or plain ended as per requirement. The
valves are to be carted to the site from supply place, lowered in the trenches or erected and
jointed to the pipeline as directed with all jointing materials, such as rubber packing nuts and
bolts, etc. and the labour, which included in the scope of work. The joints shall be normally
flanged but in case of some difficult situation any Socket & Spigot lead joints is required to
be done it shall be done by the Contractor. The required number of jointing for fixing these
valves is included in the scope of work.

The Contractor shall provide the valves of reputed makes as specified invendor’s list. This
item includes providing and fixing of valves at site of work including transportation, loading
and unloading etc., all materials and labour required for fixing, including testing. The size of
nuts, bolts and packing shall be as per IS specifications as suitable for the type of valves
and as per the direction of Engineer-in-Charge. The location of the valves shall be as per the
direction of Engineer-in-Charge

So far as Kinetic Air valves are concerned, special care shall be taken for joints and the
ebonite and / or vulcanite balls. These shall be kept immersed in water. These shall be used
just before testing operation is to start. The scope for fixing of air valves includes the fixing of
isolating valve below the Kinetic / vacuum breaker cum air cushion Air Valve.

Laying of Appurtenance

Unless otherwise specifically mentioned in the tender items, the required sluice valves,
scour valves, Kinetic air valves etc. shall be supplied by the contractor. The valves and
materials supplied shall be flanged or plain ended as per requirement. The valves are to be
carted to the site from supply place, lowered in the trenches or erected and jointed to the
pipeline as directed with cost of all jointing materials, such as rubber packing nuts and bolts,
etc. and the labour cost, which included in the tender items. The joints shall be normally
flanged but in case of some difficult situation any S&S lead joints is required to be done it
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
shall be done free of cost by the contractor shall have no extra claims for joint required to be
done. The required number of jointing for fixing these valves is included in the tender item. If
there is delay in procurement of these materials by the contractor on account of their non-
availability, no claims for any compensation shall be entertained. The measurement will be
per number of valve and the length for tailpieces will be payable under item of laying and
jointing. Prescribed % amount will be paid on its supply and remaining amount will be
released on completion of fixing and testing.

Providing and Fixing of Different Types of Valves

This item includes providing and fixing of valves at site of work including cost of
transportation, loading and unloading etc. all materials and labour required for fixing,
including testing. The size of nuts, bolts and packing shall be as per IS specifications and
Suitable for the type of valves and as per the direction of Engineer-in-Charge. The location
of the valves shall be as per the direction of Engineer-in-Charge.

Mode of measurement shall be on number basis. For air valves with isolating valve (if
specified in Schedule ‘B’) the work of providing and fixing isolating valve and air valves shall
be considered together for the purpose of payment and no separate payment for providing
and fixing of isolating valve or air valve shall be made. In case, it is directed to fix either of
isolating valve or air valve, 50% rate of concerned air valve fixing item shall only be payable
to the contractor.

So far as Kinetic Air valves are concerned, special care shall be taken for joints and the
ebonite and /or vulcanite balls. These shall be kept immersed in water. These shall be used
just before testing operation is to start. The rate for fixing of air valves includes the fixing of
isolating valve below the 284 Kinetic Air Valve.

Specification for Fixing of Minor Fixtures

Fixtures (minor)

Manholes shall be fixed at locations as directed by the Engineer-in-Charge and as shown on


the drawing in a workman like manner. These shall be measured in M. Tones and paid for
under local handling inclusive of hauling and hoisting and fixing in true line and level, cost of
all labour, material and machinery for fixing including tack welding. Full welding shall be paid
for separately.

Flanges

Flanges shall be provided at the end of the pipes or specials where sluice valves, blank
flanges, tapers, etc. must be introduced. These shall have the necessary bolt holes already
drilled. The Contractor shall assemble the flanges in exact position with marginal cutting, if
necessary, to match with the bolt holes of the sluice valves or blank flanges etc. Then flange
shall be fully welded from both sides in such a way that no portion of the welds protrudes
beyond the flanges.

Flanges shall be measured in M. Tones and paid for in the relevant item of the Bill of
Quantities and Rates. The rate shall include providing all labour and materials (unless
otherwise stated) and machinery and transporting from stacking yard, loading, unloading
and fixing in position and tack welding including the marginal cutting. Full welding shall be
paid separately.

Blank flanges

For closing the end of pipes, blank flanges shall be used. Blank flanges may be required
temporarily or for testing, etc. or even as a permanent feature. For temporary closures, non-

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
pressure type blank flanges or domes shall be used. These shall be designed to the
requirements as approved by the Engineer-in-Charge. Blank flanges of any type shall also
be measured in M. Tones and payment shall be made in the relevant item in the Bill of
Quantities and Rates. The rate shall include providing all labour, materials, (unless
otherwise stated) machinery etc. and local transporting of the blank flanges from the stores
yard to site, loading, unloading, hoisting and fixing in position and tack welding the same.

Stiffener Rings

The M.S. Channels shall be conforming to IS-226-1975 and IS-1977. All the material shall
be new. The testing charges for sample testing shall be borne by the Contractor. Stiffener
rings shall be in two or three segments and shall be welded to the pipeline with two
circumferential runs on each side. Pieces of the rings shall be welded to each other as
directed by the Engineer. These shall be welded to the pipes before lowering them into the
trench. Stiffener rings shall also be measured in metric tonnes and shall be paid for in the
relevant item in the Bill of Quantities and Rates. The rates shall include providing the
channels (unless otherwise stated), all labour, material and machinery, transporting,
transporting from the stacking yard to site, reassembling and tack welding them as directed.
Full welding shall be paid separately. Major Fixtures

Major Fixtures

Major fixtures such as Tees, Domes, and Y Branches etc. shall be fabricated in the factory
as per the site requirements and a detailed drawing be prepared and got approved from the
Engineer-in-charge. These shall be fixed in position at site as directed by the Engineer-in-
charge. Rate includes 285

local transportation at and up to site, hoisting and fixing in position, including tack welding.
Payment shall be made under the relevant items in the Bills of Quantities and Rates on
weight basis. Full welding shall be paid for separately.

Appurtenances

The Contractor shall transport appurtenances to the site and fix them at the places as shown
on the drawing or as directed by the Engineer-in-Charge.

Payment for fixing different appurtenances shall be made under the relevant item in the Bill
of Quantities and rates shall include supply of the labour, material and machinery for
hoisting, assembling, fixing including the cost of rubber packing, white paint, nuts and bolts,
spun yarn, etc. required. The drawing shall be prepared for the location for the fixing of the
appurtenances and for the activities involved and shall be got approved from the Engineer-
in-charge. Before fixing these shall be cleaned, greased and it shall be checked that these
are in proper working condition. They shall be fixed in true plumb and level. Sluice valves
shall be properly supported on wooden sleepers, till the Anchor block cast is set. For every
appurtenance detailed sequential legible branding is necessary. The process shall be
submitted and got approved from the Engineer-in-Charge.

Field Hydro Testing

General

As soon as pipe has been placed on their bedding and before back-filling they shall be
tested for leakage. Before any testing, the Contractor shall ensure that the pipeline is
anchored adequately and that thrusts from bends, branch outlets or from the pipeline ends
are transmitted to solid ground or to a suitable temporary anchorage. Open ends shall be
stopped with plugs, caps or blank flanges properly jointed.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Testing shall be done under supervision of the Engineer-in-charge. The contractor shall
notify the Engineer at least one clear working day before hand of his intention to test a
section of pipeline

Methodology of Testing:

Completed pipes and joints shall be hydrostatically tested prior to acceptance and service.
The contractor shall make necessary arrangement of water for testing purpose at his own
cost. This shall be carried out regularly stretch wise as the installation proceeds. Installation
should never exceed testing by more than 1 km length.

After the jointing process is complete and before backfilling the trenches, the entire section
of the gravity pipeline shall be proved by the Contractor to be water tight. Before
commencing the hydraulic test, the pipelines shall be filled with water and maintained full for
24 hours by adding water, if necessary, under a head of 6m of water. The test shall be
carried out by suitably plugging the low end of the sewer and the ends of connections, if any,
and filling the system with water. A knuckle bend shall be temporarily jointed at the top end
and a sufficient length of vertical pipe jointed to it so as to provide the required test head or
the top end may be plugged with a connection to a hose ending in a funnel, which could be
raised or lowered till the required head is obtained and fixed suitably for observation. The
pipeline shall be subjected to a test pressure of at least 3m head of water at the highest
point of the section under test.

During testing period, any leakage including excessive sweating, which causes a drop in the
test water level will be visible and defective part of the work should be removed and made
good. If any damage is caused to the pipeline during the execution of work or while cleaning
/ testing the pipeline 286 as specified, the contractor shall be held responsible for the same
and shall replace the damaged pipeline and re-test the same to the full satisfaction of the
Engineer-in-charge.

• The Sectional Hydraulic Test shall be carried out after the pipeline section to be
tested has been laid jointed and backfilled to a depth sufficient to prevent floatation.

• Each length of the pipeline to be tested shall be capped or blanked off at each end and
securely strutted or restrained to withstand the forces which will be exerted when the test
pressure is applied.

• Proposals for testing where thrusts on structures are involved, even where thrust
flanges on the piping are installed, shall be with the prior approval of the Engineer-In-
Charge.

• The proper method of filling the pipeline with water shall be used. The length
under test shall be filled making certain that all air is displaced through an air valve or
any other appropriate mechanism. The test length shall then remain under constant
moderate pressure as per testing method given in the IS7634.

• As per IS code water required to build up allowable drop in pressure during test
will be treated as a makeup water.

• The maximum allowable test pressure shall be 1.5 times the system design
pressure or pipe rating whichever is higher.

• Notwithstanding the satisfactory completion of the hydraulic test, if there is any


discernible leakage of water from any pipe or joint, the Contractor shall, at his own
cost, replace the pipe, repair the pipe or re-make the joint and repeat the hydraulic
test with cost including the cost of water.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
• Test pressures are to be measured in kg/cm2 at the centre of the blank flange
situated at the lowest end of the pipeline under test. Unless otherwise specified the
test pressure shall be as stated below.

a. Criteria for Testing of Pressure Pipeline

Gauges for testing pressure pipelines shall either be of the conventional circular type, not
less than 150 mm in diameter, calibrated in meter head of water, or shall have a digital
indicator capable of reading increments of 0.1m head. They shall be graduated such that the
test pressureisatleast75%ofthereading.BeforeanygaugeisusedtheContractorshallarrange for
it to be checked independently, and a dated certificate of its accuracy shall be provided. Two
gauges of each type to be used shall be provided for the sole use of the Engineer and shall
remain in the Engineer's possession for the duration of the contract.

Before testing, valves shall be checked and sealed, the sections of main filled with water and
the air released. After having been filled, pipeline shall be left under operating pressure for
the period of not less than 3 hours, so as to achieve conditions as stable as possible for the
pressure shall then be raised slowly in 3 steps (0.5Pn, 1.0Pn, 1.5Pn) every fifteen minutes
until the test pressure being 1.5 times the working pressure is reached in the lowest part of
the tested section, and the pressure shall be maintained at this level, for a period of one
hour.

The pipe section shall be considered as having passed the test if leakage is less than 0.02
liters / mm of pipe diameter per kilometer per 24 hour for each bar of pressure applied when
measured over a period of steady pressure of not less than 4 hours. The period of sustained
pressure shall be extended in accordance with the Engineer's instructions. Where high daily
variations in ambient temperature prevail the Engineer may require that 24 hours test period
is mandatory. In case of failure of the test the fault will be repaired and the test will be
repeated completely at the contractor's expense.

Notwithstanding the satisfactory completion of the hydraulic test, if there is any dissemble
leakage of water from any pipe or joint the contractor shall at his on cost replace the pipe,
repair the pipe or remake the joints and repeat the hydraulic test.

Additional Specification

Valve Chamber with Precast RCC Covers

The wall chamber shall be constructed to house the valves on pipeline as specified in
Schedule B. The wall chamber shall be constructed in BB Masonry as given in description
of Schedule B for respective item of work. The work shall be carried out strictly in
accordance with the specifications and as directed by the Engineer-in-charge. This item
includes a cost of all labours, materials etc. complete. The measurement of the item will be
taken on number basis and paid for accordingly. The size of the chamber shall be as
specified.

Interconnection Work

The interconnection work between the existing main and proposed main to be laid under
this contract shall proceed from the new main to the existing main. Before actually
proceeding with the interconnection work, the contractor shall make ready necessary tools
and plants required for the work at site, such as pump-sets, shoring materials, etc. He shall
also keep necessary skilled workmen of sufficient strength at site and once the work is
commenced, the entire interconnection work shall proceed without interruption by engaged
labour for carrying out the work on a continuous basis both day and night till the work is
completed. The work shall be executed as per programme approved by the Engineer-in-
charge and shall be completed within the time as directed by the Engineer-in-charge, for
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
each individual interconnection. The work shall be carried out under the direction of the
Engineer-In-Charge or his representative from the beginning to end. Laying of specials,
valves (except straight pipes from the branch of the main to the connecting point in the
existing main) including conveying specials etc. from the stores or site stacking, excavation,
timbering, pumping out water from the trenches, lowering, aligning, jointing specials and
valves, cutting the existing mains, bailing out water, inserting the necessary branches,
jointing, testing, refilling, etc., is included in the scope of work and no separate payment on
this account will be admissible to the contractor.

Remaking the Road Surface

Remaking of Road along the alignment of pipeline shall be as per the existing road. All
roads shall be of WBM with asphalting BM + AC. All roads shall be provided with drainage
and shall be constructed to prevent standing water.

WBM shall be constructed with 60mm metal 150mm thick, 40mm gravel 100mm thick with
300 mm thick hard murrum casing and 75mm thick semi grout. The top coat shall be 75mm
thick BM with 4% bitumen and AC shall be with 6.25% bitumen content. All the road works
should be as per MORTH specification.

The work of remaking of road and storm water drainage shall be carried out as per
approved section by Engineer-in-charge.

Table 34: Abstract of Specifications


Reference to
standard
Sr. No. Item Standard Specification No. Page No
specifications PWD
Handbook

24,25,26,27,28,
1 Excavation B-1 & B-2 Bd. A-1 to A-13 Vol I Vol II
257 to 265

Materials Lime,
Cement, Neeru
water, Fine and
A-1, A-2, A-4, A-5, A-6, A-7,
coarse aggregate,
2. A-8, A-9, A-10, a,b,c, A-11, 5 to 18 Vol I
Stone Bricks, HT
A-12, A-13, A-14
steel wires,
stainless steel, cast
steel.

CI:WI:MS wire
A-15, A-16, A-17 a,b and C
timber, oil paints

3 Structural Steel Bd, C2, B, 19.1 273 Vol II and I

Plane cement
4 Bd E1 to E7 287 to 291 Vol II
concrete

Reinforced cement
5 Bd F2 to Bd F16 297 to 306 Vol II
concrete

6 Steel Bd F17 306 to 307 Vol II

b 8(a), b 8 (b), Bd. G1 Bd G2 40 to 45, 313 to


7 Brick Masonry Vol I, Vol II
G3, G4, G5 G6, G7 317

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Reference to
standard
Sr. No. Item Standard Specification No. Page No
specifications PWD
Handbook

8 Stone masonry B9 (i) 57 Vol I

9 Cement plaster B11 (i) 65 to 66 Vol I

10 Cement pointing B13 67 Vol I

11 General wood work B20 82,83,84 Vol I

12 Oil painting B21 84,85,86 and 87 Vol I

13 Water proofing Bd j (3) 355,356 Vol II

Bd M1, M2, M3, M4, M5, M6,


14 Paving 379 to 383 Vol II
M7

15 Glazed tiles Bd M12, Bd M13 385, 386 Vol II

16 Marble Mosaic B4 M14, Bd M15 386, 387 Vol II

17 Chequered tiles Bd M33 (a) and (b) 392 Vol II

Wood finishes
18 Bd N 399,400 Vol II
French polish

19 Wooden Door Dn T1 477 Vol II

20 Glass & Glazing Bd. S 465 to 467 Vol II

21 Iron Grill work Bd U1 537 Vol II

22 Laying of CI pipes Bd V1 to V3 547 Vol II

GI pipes Bd V5 555

23 Water meter Bd V6 & V7 553,554 Vol II

24 Taps Bd V8 555 Vol II

25 Gunmetal brass tap Bd V10 and V11 555 Vol II

26 Rolling shutter Bd T56 511 Vol II

27 MS ladder Bd V19 559 Vol II

28 Water Closet Bd V20 559 to 560 Vol II

29 Urinals Bd V25 562 to 563 Vol II

30 Hand Basin Bd V30 565 to 566 Vol II

31 Sink Bd V31 566 to 567 Vol I

CI / AC rain water
32 Bd V33 and V34 567 to 568 Vol II
pipes

33 CI soil pipes Bd V35 570 to 571 Vol II

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Reference to
standard
Sr. No. Item Standard Specification No. Page No
specifications PWD
Handbook

34 AC soil pipes Bd V36 570 to 571 Vol II

Stone ware soil


35 Bd V39 573 Vol II
pipe

36 Concrete soil Bd V41 574 Vol II

37 Septic tank Bd V45 2-3 575 Vol II

Elevated Service Reservoir

Designing (aesthetically) and constructing RCC elevated service reservoirs after testing the
soil bearing capacity by reputed firm or Institution of following capacity with RCC staging
consisting of columns, internal and external bracings spaced vertically not more than 4.5
meters centre to centre including excavation in all types of strata, foundation concrete,
cement plaster with water proofing compound to the inside face of the container including
refilling disposing of the surplus stuff within a lead of 50 meters, all labour and material
charges including lowering, laying, erecting, hoisting and jointing of pipe assembly of inlet,
outlet, washout, overflow and bypass arrangements as per design and it's connection with
distribution main, providing and fixing accessories such as M.S. ladder, C.I. manhole frame
and covers water level indicators, lightening conductor, G.I. pipe railing around walk way
and top slab providing spiral stair case from ground level to roof level, M.S. grill gate of
2Mtrs height with locking arrangement, brick masonry chamber for valves ventilating shafts
providing and applying three coats of cement paint to the structure including roof slab &
epoxy paint to internal surface and anti-termite treatment for underground parts of the
structures and giving satisfactory water tight-ness test as per I. S. code. The job to include
painting the name of the scheme and other details on the reservoir as per direction of
Engineer-in-charge.

Notes –

• The design of the structure be in accordance with relevant I.S. specification (I.S.
3370 - 2009 or revised).

• The design shall satisfy the stipulations as per I.S. 1893 -1984 and I.S.13920 /
1993 for seismic force and I.S.-11682 / 1985 for R.C.C. staging of overhead tanks.

• For design having more than 6 columns, provision of internal bracing is obligatory.
External bracings is also obligatory.

• The entire structure shall be in M-25 mix only. However, concrete in contact with
water such as container, base slab wall roof slab &footing in water borne area shall
be M-30.

• Plain round mild steel bars grade-I conforming to I.S.432 part-I or high yield
strength deformed bars conforming to I.S. 1786 or I.S. 1139 shall be used, grade-I
mild steel bars will not be allowed.

• Irrespective of the type of foundation proposed in the design, one set of bracing be
provided at the ground level.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
• These rates include providing M.S. ladder for E.S.R.s up to 2 lakh litres capacity
and providing spiral stair case for E.S.R. above 2 lakh litres capacity.

• Staging shall have to be designed with stresses of M-20 concrete for ESR.
However, all RCC construction should be done in M-25. Structures in contact with
water shall be designed & casted in M-30.

• These rates are including the cost of up lift pressure if any and entire dewatering
during execution. In case of water logging area where water is struck at shallow
depth, extra provision of dewatering shall be made as per site condition.

• All conditions given in the Member Secretary's Circular No. MJP / TS-I / 350 /
1668 dt. 2-8-97 and MJP / S-I / 350 / 2127 dt. 13-7-99 shall be strictly followed and
additional cost, if any, due to these conditions is included in the rates mentioned
below.

• 75 %-part rate shall be payable for reinforcement concrete and plastering items of
containers of E.S.R. till satisfactory hydraulic testing for water tightness is given; and
till that work shall be treated as incomplete.

• SBC and geotechnical investigation will be by contractor for finalisation of type of


foundation for each location.

Location of ESR (May vary at the time of Execution as per directives of Engineer-in-charge.

Table 35: Location of ESR

Name of structure Location of Land Khata No. Plot No. Staging


(m)
WTP. 14/15 98/75 -

ESR-1 Near Anumandal 16 192 25

ESR-2 Datanagar 219 431 22


ESR-3 Near Block Office 52 523 18

Electrical Requirements

Introduction

The general requirements include design, manufacture, inspection and testing at works,
supply and delivery at site, unloading and storing the equipment at site of installation,
testing and commissioning of the equipment at site listed below. All the electrical and
instrumentation equipment’s to be supplied under this contract have to be of reputed
makes. The equipment of those manufacturers, who have sufficient proven experience of
manufacturing the respective equipment of similar capacity, shall be considered. The
respective equipment should have been manufactured, supplied, installed, commissioned
successfully and should be running satisfactorily since at least last 5 years continuously.
Certificates from the end users, regarding their satisfactory Performances, shall have to be
submitted in this regard.

Particular requirements of all electrical equipment’s are covered under ‘Technical Schedule’
of Particular Requirements – Electrical’ of this Specification. Various equipment / items
shall conform to latest applicable standards specified. In case of Conflict between
standards and this specification, this specification shall govern.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
General

This section of specifications defines the general requirements of Electrical System to be


installed and selection of all Electrical Equipment’s or anything related to Electrical System
requirements, the Contractor shall follow the specifications contained herein.

The scope of work includes design, equipment selection, manufacture, inspection at the
Manufacturer’s works, supply, installation (including storing, unloading and transferring the
material / equipment to the Contractor’s storage area, maintaining equipment and material
in safe custody and assembling the elements of the equipment and installing at the Project
Site, testing, conducting Trial Runs and Pre-commissioning of the plant, equipment and
electrical system to the satisfaction of the JUIDCO’s representative. After successful
Commissioning of the plant and 5 years of O&M, it shall be handed over to the Concerned
Municipal Nagar Panchayat.

The Contractor shall submit his design calculations and drawings based on ‘Design Criteria
for Electrical Equipment and Systems’ for the review and approval of the JUIDCO’s
Representative. The Incoming Main Feeders of 11KV Voltage shall be as per the availability
from as per the Electricity Board.

The scope of the Contractor’s design and installation shall include, but not be limited to: the
main and secondary transformers; HV / MV / LV switchboards; MV / LV energy efficient
motors; MV / LV Neutral soft starters where required and appropriate or new technology
based Electronic Soft Starters; MV / LV capacitors; HV, MV and LV power cables and
control cables; a DC supply system with DCDB; APFCR, JUIDCO’s, MCCs; Distribution
Boards; Protective Relays and other associated equipment. The work shall also include the
specifications for workmanship, laying cables, lighting systems, earthing systems, lightning
protection etc.

The following assumptions have been made to arrive at the estimated load of the different
sites.

Table 36: Load Factor

Main motor 0.95

Auxiliary motor 0.9

Auxiliary load, valve motors, etc. 0.9

Lighting load 1.0

Table 37: Diversity Factor

Main and Auxiliary motor 1.0

Auxiliary load, valve motors, etc. 1.5

Lighting load 1.2

It shall be the responsibility of the Contractor to cross check the design of the electrical
system based on the selection of the mechanical and Instrumentation equipment being
supplied in this Project.

All the electrical and instrumentation equipment to be supplied under this Contract shall be
of reputed manufacturers. The equipment of only those manufacturers, who have sufficient
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
proven experience in manufacturing the respective equipment of similar capacities, shall be
considered. The respective equipment shall have been manufactured, supplied, installed,
and be running satisfactorily for at least last 5 years. The Contractor shall submit major
products, capacity of production and supply records (past 5 years) of the intended
manufacturers for the major electrical equipment and materials supplied by them in his Bid
for proven of their capability.

For uniformity of appearance all switchgear and control panels shall have a common
appearance and colour.

In order to reduce the number and variety of spares to be inventoried to minimum, electrical
components of a similar type and purpose used throughout the Works shall be of the same
manufacturer and type / series.

Panel builders shall not provide ventilation grills / forced ventilation fans on electrical
Panels. Panels shall be adequately sized to cool the panel naturally.

The Bidder shall provide the required sizes, ratings and quantities for substation equipment,
all plant items and miscellaneous systems such as cabling, earthing, lightning protection,
internal & external lighting, auxiliary power distribution, etc.

Design of the common electrical items like the substation, main transformers, and
redundant power distribution lines is based on loading criteria. Electrical equipment such as
switchboards, cabling, etc. shall be, furnished and installed based on demands under this
Project.

Sufficient space in the switchyard and switchboards / control rooms shall be constructed for
expansion and / or upgrading requirements.

All equipment offered shall comply with the requirements specified in the latest editions of
applicable Indian / International Standards and shall also comply with the good engineering
practices.

Drawings provided in the Documents are indicative and to be read as general guidance to
the Bidder for bidding purpose only. The Contractor shall provide the Electrical System to
suite site conditions, standard engineering. The shop drawings shall be submitted to the
JUIDCO Representative for his approval. The shop drawings shall include but not be limited
to literatures and catalogues of manufacturer, working drawings, Type certificate of similar
equipment, Guaranteed Technical Particulars (GTP), Quality Assurance Plan (QAP) and
any other supporting materials required for the evaluation of the JUIDCO Representative.
The Contractor shall resubmit shop drawings where requested in accordance with the
instructions and recommendations made by the JUIDCO Representative for his approval.

Single Line diagram provided is the representation of basic requirement for the project.
However, contractor shall study the actual requirement and the equipment’s going to be
supplied such as Mechanical, Instrumentation and loads required each and every item shall
be brought into the single line diagram with value addition. It should be noted that loads
above 7.5kw shall be three phases only. All single-phase requirements shall be met from
ACDB / lighting panel.

The Contractor or JV partner shall possess a valid Electrical Contractor’s license of


appropriate class issued by Government body and from the concerned statutory bodies
governing the area of work. The Contractor shall fully comply with the relevant statutory
rules and regulations.

All type (as applicable) of routine and acceptance tests on all the equipment shall be
conducted in accordance with the latest applicable IS and IEC Standards in the presence of
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
JUIDCO’s Representative as required or a designated Third-Party Inspector as appropriate.
All costs for the tests shall be borne by the Contractor. All Test reports including type test
reports within last 5 years of similar equipment as require in the Contract and requested by
the JUIDCO’s Representative shall be submitted by the Contractor to the JUIDCO’s
Representative before delivery of the equipment at site.

All Pre-commissioning tests shall be carried out at the presence of JUIDCO’s


Representative and approval of format for the same shall be obtained before
Commissioning. All approved test reports shall be properly maintained by the Contractor
and shall be handed over to the JUIDCO after completion of the Project. All sub-standard
instruments and accessories required for testing and inspection of the equipment specified
herein shall be provided by the Contractor at no extra cost to the Employer.

Spares / Interchangeability / Inter-opera Ability

In order to reduce the spares holding to a minimum electrical component of a similar type
and purpose used throughout the Works, unless it can be shown by the Contractor to be
impractical, shall be of the same manufacturer and type / series. Inter-opera ability of the
electrical system with Instrumentation control system shall be ensured. All mandatory
spares required for satisfactory operation of the equipment shall be listed and supplied
along with the equipment.

Special Tools

Special tools for operation and maintenance shall be provided, along with equipment which
is being supplied.

Statutory Requirement

All statutory requirement pertaining Electrical Installations and related installations as Per
IER and IS shall be met by the contractor. Approval of Electrical works from Electrical
inspector is in the scope of the contractor. After completion of installation work, the
Contractor shall arrange for inspections and shall obtain approval from the applicable
statutory bodies. Any modifications or revisions in the equipment or installation of the
equipment as required by the statutory bodies shall be carried out by the Contractor. All
costs and fees for testing, inspection, calibration, modification or revision of the works
required for approval by such statutory bodies shall be borne by the Contractor.

Power Supply from Electricity Board

The contractor should liaison with Electricity Board for availing permanent power supply for
the respective site. The tapping point for permanent power supply will be concerned nearby
Substation or as per directed by electricity board at the time of execution.

Safety

The contractor shall implement all safety aspects in to the overall electrical system to
protect the environment and working staff. All safety aspects to be considered during
execution if any safety laps found in the electrical system shall be carried out by the
contractor without any cost implication.

Equipment

• HV, MV and LV Transformers.

• 22 KV, 3.3 KV Metal enclosed switchboards & switchgears.

• 415 V metal enclosed switchgears (PCC) / MCC.


Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
• 3.3 kV / 415 V Power capacitor and control panel.

• Diesel Standby Generator with AMF Control Panel.

• Battery, battery charger and DC Distribution Board.

• Non-Segregated Bus Duct.

• Power & control cables.

• Cable carrier system.

• Lighting system.

• Earthing and lightning protection systems.

Please Note that the safety regulations regarding use of appropriate rubber mat nearby
electrical equipment is also to be followed by the contractor.

Transformers

The capacity of transformer shall be based on operation of two pumps on each transformer.
In the event of outage of any one of the transformers the load can be transferred to other
standby transformer or standby transformer & associated pumps can be put in operation to
the meet the water demand.

Transformer system shall have provision such that inter-opera ability with instrumentation
controls system is possible.

Ratings

Table 38: Design ratings of the power transformer shall be as under:


Capacity 1000 KVA/630KVA/200KVA

Overload rating AS per IS; 2026

HV Voltage 22 KV

Transformer ratio at no load 22 kV to 3.3 kV

Tapping’s -15% to +5% in steps of 1.25%

Vector group Dy-11

Primary connection Delta

Secondary connection Star

Impedance 6.25%

Temperature rise limits oil (measured by thermometer) 50 deg. C ambient

Winding (Measured by resistance method) 55 deg. C above ambient

1 minute power frequency with stand voltage for For HV side-35 KV For LV side - 10 KV
windings and bushings (KV-RMS)

Noise level 80 db or less

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Tap changing method On load tap changer with automatic
voltage regulation

FITTINGS

• Fittings as under shall be provided with power transformer:

• On load tap changer with automatic voltage regulator.

• Conservator with all accessories and magnetic level gauge with alarm contact.

• Explosion vent with diaphragm.

• Air relief vent.

• Buchholz relay, with alarm and trip contacts.

• Inspection cover on tank cover.

• Oil sampling valve.

• Oil drain valve.

• Filtering connection.

• Grounding terminals on tank.

• Lifting lugs for transformer.

• Pulling eyes.

• Lifting lugs or eyes for cores and windings.

• Rollers.

• Dial type oil temperature indicator with alarm and trip contacts.

• Resistance type winding temperature indicator with alarm and trip contacts.

• Winding diagram and rating plate.

Weather proof control cabinet / Marshalling box for all control cables/ wiring.

• Cable end box on LV side suitable to accommodate cable size stated in cable
schedule.

The transformers shall conform to all the latest applicable standards. Some of the
standards are specified below

Table 39: Applicable Standards


Transformers Standards

Power Transformer IS:2026 / BS:171 / IEC:60076

Fittings and Accessories IS:3639

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Transformers Standards

Auxiliary Transformer IS:1180

Procedure for testing IS: 1180 / 2026

Loading of oil immersed transformer IS: 6600 / BS: CP.

1010 / IEC:60354

Transformer Oil IS:335 / BS 148 / IEC:60296

Bushings for > 1000V, AC IS:2099/BS:223/IEC:60137

Bushings for 1000V, AC IS:7421

Degree of Protection IS:13947 (Part 1) / IEC:60947-1

Double float type Buchholz Relay IS:3637

Electrical insulation classified by thermal stability IS1271/BS:2757 / IEC:60085

Climate Proofing BS: CP1014

Code of Practice for selection, installation and IS – 10028


maintenance of transformers

Manual on Transformers CBIP Publication No. 295

Features of Construction

The transformer tank shall be made from high-grade sheet steel, suitably reinforced by
stiffeners made of structural steel sections. All seams, flanges, lifting lugs, braces, and
other parts attached to the tank shall be welded. The interior of the tank shall be cleaned by
sand blasting and painted with two coats of heat resistant, oil insoluble paint. Adequately
sized manholes shall be provided for ease of inspection and maintenance. Steel bolts and
nuts exposed to atmosphere, shall be galvanized. The tank cover shall be removable and
shall be suitably sloped so that it does not retain rainwater.

Each tank together with radiators, conservator, bushings and other fittings shall be
designed to withstand without permanent distortion the following conditions:

Full vacuum of 760mm of Hg for filling with oil under vacuum. Internal gas pressure of 0.35
kg / cm² with oil at operating level.

Lifting lugs and eyebolts shall be so located that a safe clearance is obtained without the
use of a spreader, between the sling and transformer bushings.

Transformers shall be provided with detachable or fixed type radiators. Fins of the radiators
shall not have sharp edges and shall be rounded in shape.

The transformer core shall be constructed from high grade, non-ageing, cold-rolled, grain
oriented, silicon steel laminations. The steel laminations shall be of "core" type. Each
lamination shall be coated with insulation which is unaffected by the temperature attained
by the transformer during service. Core laminations shall be annealed and burrs removed
after cutting. Cut edges shall be insulated. The framework and clamping arrangements of
core and coil shall be securely earthed inside the tank by a copper strap connection to the
tank.
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Windings shall be of insulated copper wire or copper strip. Windings and insulation shall be
so arranged that free circulation of oil is possible between coils, between windings, and
between winding and core. The windings shall be fully shrunk under vacuum before
assembly. High voltage end-windings shall be suitably braced to withstand short circuit
stresses and stresses caused up by surges.

The sequence and orientation of HV / LV side phase and neutral bushings shall be as
specified in the latest edition of relevant IS.

Transformer shall operate without injurious heating at the rated KVA and at any voltage up
to + 10 % of the rated voltage of any tap. Transformer shall be designed for 110%
continuous over-fluxing withstands capability.

Transformer shall be provided with earth fault current protection on LV side transformer
feeder protection.

Winding Connections

Windings shall be of HV: Delta & LV: Star, vector group Dyn 11.

Rating

The rating of transformers shall be as per standard ratings shown in IS 2026.

Type of Cooling

The transformers shall be oil immersed with natural oil circulation, type ONAN. With the
provision for radiator cooling with fans for forced cooling, if required will be added in future.
The rating of the transformer with ONAF shall be specified.

Impedance and Losses

The percentage impedance, no load & loan losses shall be as per IS 2026.

Performance Requirements

• The transformers shall be suitable for operation without danger on to any particular
tapping at the rated KVA provided that the voltage does not vary by more than ±
10% of the voltage corresponding to the tapping.

• The transformers shall be suitable for continuous operation with a frequency


variation of ± 3% of rated frequency, combined voltage and frequency variation
should not exceed 10%.

• All transformers shall be capable of withstanding external short circuit without damage as
per IS 2026.

• The transformers shall be capable of continuous operation in accordance with


relevant IS for loading of oil immersed transformers.

• The neutral terminal of star windings shall be designed for the highest over current
that can flow through this terminal.

• The temperature rise of oil & windings over the specified ambient temperature shall
not exceed the limits given below with air as cooling medium.

• Top oil (measured by thermometer) :35° C

• Winding (measured by resistance) :45° C


Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
• Noise level of transformers shall be less than 80 db.

Tap Changer

For transformer of rating less than or equal to 500kva, tap changing shall be carried out by
means of an off circuit externally operated self-positioning switch when the transformer is in
de-energized condition. Tapings shall be provided on the higher voltage winding for
variation of HV voltage from plus + 2.5% to minus - 12.5% in steps of 2.5%. For transformer
of rating greater than 500 kva. On load tap changer may be provided on HV side for
variation HV voltage from plus 5% to minus 15% in steps of 1.25% with Electronic Type
Remote Tap Changing Controller (RTCC), Automatic Voltage Regulator (AVR) etc.

On Load Tap Changing Gear for Transformer (above500KVA)

• The OLTC gear shall be designed to complete successfully tap changes for the
maximum current to which transformer can be loaded i.e., 150% of the rated
current. Devices shall be incorporated to prevent tap change when the through
current is more than the safe current that the tap changer can handle. The OLTC
gear shall withstand through fault currents without injury.

• When a tap change has been commenced it shall be completed independently of


the operation of the control relays and switches. Necessary safeguard shall be
provided to allow for failure of auxiliary power supply or any other contingency which
may result in the tap changer movement not being completed once it is commenced.

• Oil in compartments which contain the making and breaking contacts of the OLTC
shall not mix with oil in other compartments of the OLTC or with transformer oil.
Gases released from these compartments shall be conveyed by a pipe to a separate
oil conservator or to a segregated compartment within the main transformer
conservator. A Buchholz relay shall be installed in the above pipe. The conservator
shall be provided with a prismatic oil level gauge and Magnetic oil level gauge.

• Oil, in compartments of OLTC which do not contain the make and break contacts,
shall be maintained under conservator head by valve pipe connections. Any gas
leaving these compartments shall pass through the Buchholz relay before entering
the conservator.

• Oil filled compartments shall be provided with filling plug, drain valve with plug, air
release vent, oil sampling device, inspection opening with gasketed and bolted
cover with lifting handles.

• OLTC driving mechanism and its associated control equipment (Local) shall be
mounted in an outdoor, weather-proof cabinet with IP 55 protection which shall
include:

i. Driving motor (415V, 3-phase, 50 Hz. AC squirrel cage).

ii. Motor starting contactor with thermal overload relays, isolating switch and HRC
fuses.

iii. Duplicate sources of power supply with automatic changeover from the running
source to the standby source and vice versa.

iv. Control switch: Raise/off/lower (spring return to normal type).

v. Remote/local selector switch (maintained contact type).

vi. Mechanical tap position indicator showing rated tap voltage against each position
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
and resettable maximum and minimum indicators.

vii. Limit switches to prevent motor over-travel in either direction or final mechanical
stops.

viii. Brake or clutches to permit only one tap change at a time on manual operation.

ix. Emergency manual operating device (hand crank or hand wheel).

x. A five-digit operation counter.

xi. Electrically interlocked reversing contractors (preferably also mechanically


interlocked).

xii. 240V, 50 Hz. AC space heater with switch and HRC fuses.

xiii. Interior lighting fixture with lamp door switch and HRC fuses.

xiv. Gasketed and hinged door with locking arrangement.

xv. Terminal blocks, internal wiring, earthing terminals and cable glands for power and
control cables.

xvi. Necessary digital protection relays, contractors, current transformers etc.

Control Requirements for OLTC

The following electrical control features shall be provided:

• Positive completion of load current transfer, once a tap change has been initiated,
without stopping on any intermediate position, even in case of failure of external
power supply.

• Only one taps change from each tap change impulse even if the control switches or
push button is maintained in the operated position.

• Cut-off of electrical control when manual control is resorted to. Cut-off of a counter
impulse for a reverse tap change until the mechanism comes to rest and resets the
circuits for a fresh operation.

• Cut-off of electrical control when it tends to operate the tap beyond its extreme
position.

Automatic Control of OLTC

Automatic OLTC control shall include the following items:

• Voltage setting device.

• Voltage sensing and voltage regulating devices.

• Line drop compensate or with adjustable R and X elements.

• Timer 5-25 seconds for delaying the operation of the tap changer in the first step for
every tap change operation.

• Adjustable dead band for voltage variation.

i. OLTC Panel (Remote Tap Changing Controller)(RTCC)

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
• The OLTC remote control equipment shall be suitable for 110V DC supply and shall
be housed in an indoor sheet steel cubicle to be located in a remote-control room.
The OLTC control panel shall comprise of rigid welded structural frames made of
structural steel section or of pressed and formed cold rolled steel and frame
enclosures, doors and partitions shall be of cold rolled steel of thickness 2mm.
Stiffeners shall be provided wherever necessary. All doors, removable covers and
plate shall be gasketed all around with neoprene gaskets. Panel shall be dust,
weather and vermin proof providing degree of protection of IP 54, colour of finish
shade for interior and exterior shall be glassy white and light grey semi glossy shade
of IS-5 respectively.

• Earthing bus shall be of 25 x 6 mm copper.

• Control switch: Raise / off / Lower (spring return to normal type).

• Auto / manual selector switch (maintained contact type).

• Tap position indicator

• Fascia type alarm annunciations with “accept” and “lamp test” facilities.

(i) A.C. supply failure.

(ii) Drive motor auto tripped.


(iii) Tap change delayed.

• Necessary auxiliary relays.

• 8. Lamp indications for:

(i) Tap change in progress.

(ii) Lower limit reached.

(iii) Upper limit reached.


Double compression Cable glands for power and control cables.

240V rated panel space heater with thermostat and ON-OFF MCB.

• Fluorescent type Energy efficient (lumen per Watt shall be specified) interior lighting
fixture with 18W lamp and door switch.

• MCB / HRC fuses.

• Terminal blocks.

• Internal wiring.

• Earthing terminal.

OCTC Mechanism for Transformer (Less than or equal to 500KVA)

Off circuit tap changing mechanism shall comprise the following.

• Operating handle of wheel, accessible from ground level.

• Tap position indicator.


Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
• Pad locking arrangement.

• The tap-changer connections and contacts shall be accessible through an access


hole having a bolted gasketed cover.

Fittings and Accessories

The following fittings and accessories shall be provided with transformer.

• Name plate, rating plate and diagram plate.

• Two earthing terminals on opposite ends of the transformer tank.

• Inspection manhole in the cover.

• Lifting lugs for the transformer, core assembly and tank core.

• Conservator, complete with filling plug, sump and drain valve, and a shut-off valve
on the pipe connection between transformer tank and conservator, to permit
removal of the conservator. The conservator shall be designed to maintain an oil
seal through a temperature range of 1000C.

• Oil level indicator with minimum marking.

• Weather proof dehydrating breather with Clear polycarbonate desiccant container


weight of the desiccant shall meet 400 charge life days. Desiccant type shall be self-
indicating breather silica gel as the dehydrating agent.

• Plain Oil Level Gauge for all transformers up to 500 kva. Above 500 kva. Magnetic
type oil level gauge with low oil level alarm contact, mounted on the conservators
with waterproof and dustproof terminal box and shall be wired to marshalling box.

• Gas detector relays with separate alarm and trip contacts complete with shut-off
valves shall be wired to marshalling box.

• Separate drain valve, oil sampling valve with plug and top filter valve shall be
provided on the tank and shall be leak proof after commissioning.

• Explosion vent with diaphragm for relieving pressure inside the transformer. The
device shall be rain proof after operation. For transformers of 500 KVA and above
Pressure Relief Valve (PRV) and shall be wired to marshalling box. An equalizer
pipe connecting the pressure relief device to the conservator shall be supplied.

• Separately mounted, water proof and dustproof marshalling box housing the
buchholz relay wiring, MOG oil level low wiring, oil temperature indicator, winding
temperature indicator with alarm and trip contacts and PRV with trip contacts to
marshalling facilities for electrical devices mounted on transformer including load
management signal shall be provided to give an information about the over
loading condition of the transformer and all signals shall be wire able to alarm
annunciation. (The signal shall not give indication for momentary over loading).

• The marshalling box shall be in accordance with IS 13947 Part-1. The degree of
protection shall be IP55 with space heaters etc.

• For transformers rated 500 KVA and above. Adequate number of air vents for
relieving trapped air during oil filling / during maintenance and shall be leak proof
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
after commissioning.

• Thermometer pockets and sensing element mounted on the transformer tank cover
for measuring top oil temperature.

• Four jacking pads for lifting the transformer with jacks.

• Pulling eyes and skids for the movement of the transformer.

• Bidirectional wheels for movement of the transformers.

• Accessories for clamping the wheel mounted transformer to the foundation in order
to withstand earthquake forces with a seismic acceleration of 0.2g.

• Transformer shall be supplied complete with insulating oil required for first filling plus
10% excess oil in non-returnable drums (With gas analysis report).

Cable Terminations/ Cabling Requirement

Cable termination boxes for transformers shall be suitable for dry termination of HV and LV
cables. Non-magnetic gland plates shall be provided for the termination of cables.
Maximum size of the cable and number of cables that can be terminated shall be indicated.

It shall be possible to remove the cable boxes without dismantling the cable glanding or
draining the oil.

Disconnecting links shall be provided to facilitate testing of the cable. All transformers shall
be provided with lockable emergency Push Button station near the transformer to trip the
transformer as per IER. Wired to marshalling box of transformer and Alarm Annunciation of
transformer feeder. All transformers shall be provided with alarm annunciation on
transformer breaker control panel.

Tolerance on Losses

The permissible tolerances on the guaranteed values of transformer losses shall be as per
IS 2026. The values of load-losses and No-load losses shall be within the values given in
latest edition of Applicable IS for Transformers.

Rejection

The JUIDCO or JUIDCO’s Representative reserves the right to reject the transformer if the
same does not meet the specification requirement, subject to tolerances as per IS 2026.
The impedance values difference and temperature rise values shall not exceed from the
guaranteed specified values. The rejected transformers shall be replaced by transformers
complying with the requirements of this specification at the Contractor’s cost. Transporting
the rejected and replacement transformers as well as installation and commissioning of
both the transformers shall be at the Contractor's cost.

Drawings and Data

All Drawings, data, Guaranteed Technical Particulars, Temperature rise calculations,


detailed literature, catalogues, Type test certificates of typical transformer etc. shall be
submitted along with the bid / after award of contract.

11/3.3kv. Metal Enclosed Switchboards & Switchgears

2kv. metal enclosed Switchboards and Switchgear system shall have provision such that
inter-opera ability with instrumentation control system.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Applicable Standards

The switchgear and its components shall conform to the latest applicable standards
specified below:

Table 40: Standards for switchgear and its components

Switchgear Components : Standards

IS: 13118 / BS: 5311 / IEC: 60056, 60694, IEC


Circuit Breakers :
62271-100

IS: 3427 / BSEN:60298 / IEC:60298, IEC 62271-


Metal Enclosed switchgear :
200

Current Transformers : IS: 2705 / BS: 7626

Voltage Transformers : IS: 3156 / BS: 7625 / IEC: 60186

Arrangement for Switchgear Bus bars, Main


: IS: 5578, 11353, 8084
Connections and Auxiliary wiring

Busbar Support insulators : IS: 2544 / BS: 3297 / IEC :60 273

IS: 2147/1962 (Part 1) / IEC: 6.529-1989 / BSEN:


Degree of Protection :
60529

Electrical Relays for Power system


: IS: 3231, 3842 / BS: 142 / IEC: 60255
protection

Direct acting Electrical Indicating


: IS: 1248 / BS: 89 / IEC :60051
Instruments (Analogue)

High Voltage Fuses : IS: 9385 / BS: 2692 / IEC: 60282

AC Electricity Meters : IS: 14372, 13010 / BS: 5685 / IEC: 60145, 60211

Specification for copper rods and bars for


: IS: 613
electrical purposes

Code of practice for phosphate iron and


: IS: 6005 / BS: 3189
steel

Alternating current Switches for voltages


: IS: 9920 / IEC: 60129, 60265 & 60298
above 1000 V.

Low voltage fuses : IS: 13703 / BS 1362 / IEC 60269

Toggle switches : IS: 3452 / BS: 3676

Code of practice for selection, installation


and maintenance of switchgear and control : IS: 10118
gear.

Control switches : IS:13947 / BSEN 60947 / IEC: 60947

Classification of Hazardous areas having


Flammable gases and vapours for Electrical : IS 5572, IS 5571
Installation

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Switchgear Components : Standards

Electrical apparatus for explosive gas


: IEC 60079
atmospheres-General Requirements

Fault level calculation : IS: 13234 / 13235

Constructional Features

Switchgear design shall be of metal enclosed, single front, free standing, floor mounted and
fully compartmental execution having separate sections for each circuit. Each Circuit shall
have a separate vertical panel with distinct compartments for main bus bars, circuit breaker,
cable termination and auxiliary devices. The adjacent panels shall be completely separated
by steel sheets except in bus bar sheet compartments where insulated barriers shall be
provided to segregate adjacent panels. Compartments with doors for access to operating
mechanism shall be so arranged as not to expose high voltage circuits. Switchgear cubicle
shall be provided with hinged door on the front with facility for locking door handle.
Switchboard shall be dust and vermin-proof and shall have a degree of protection of
enclosure of IP 4X and the relay and meter compartments shall have a degree of Protection
not less than IP 52. All removable covers shall be gasketed all around with neoprene or
superior gaskets.

Instruments, relays and control devices shall be flush-mounted on hinged door of the
metering compartment located in the front portion of cubicle. The metering compartment
shall be properly shielded to prevent mal-operation of electronic equipment such as
numerical / static relays due to electro-magnetic fields. All transformers shall be provided
with alarm annunciation on breaker control panel.

The Copper bus bar shall have sufficient cross section to carry the momentary short circuit
and short time fault current for at least 1 second or higher without exceeding maximum
allowable temperature rise. The copper bus shall be properly supported to withstand
stresses induced by the rated momentary short circuit current with tested support
insulators. Necessary shrouding shall be provided where ever required.

Each switchgear cubicle shall be fitted with a label on the front and rear of the cubicle. Each
switchboard shall also be fitted with label indicating the switchboard designation, rating and
duty. Each relay, instrument, switch, fuse and other devices shall be provided with separate
label.

The fully draw-out modules shall have all the circuit components mounted on withdraw able
type steel chassis. All power and control connections shall be of the draw out type. It shall
be possible to withdraw the chassis mounted circuit components without disconnecting any
connections. All draw-out contacts shall be of silver plated copper.

In case of circuit breaker compartments, suitable barriers shall be provided between


breaker and all control, protective and indication circuit equipment including instrument
transformers such that no live parts are accessible. External cable connections shall be
through separate cable compartments for power and control cables. Safety shutters shall
be provided to cover up the fixed high voltage contacts on bus bars when the circuit breaker
carriage is moved to’ test’ and ‘isolated’ positions.

One metal sheet shall be provided between two adjacent vertical sections running to the full
height of the switchboard except for the horizontal bus bar compartment. However, each
shipping section shall have metal sheets at both ends. After isolation of the power and
control connections of a circuit, it shall be possible to carry out maintenance in a

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
compartment safely, with the bus bars and adjacent circuits alive.

Circuit breakers shall be vacuum type with three separate single pole interrupting units,
operated through a common shaft by a sturdy operating mechanism. Surge Arrestors shall
be provided for each motor / transformer feeder. Circuit Breakers shall be re strike free,
stored energy operated and trip free type. Circuit breaker along with its operating
mechanism shall be mounted on a wheeled carriage moving on guides, designed to align
correctly and allow easy movement. Plugs and sockets for power circuits shall be silver
faced and shall be insulated with suitable insulating material shrouds. All corresponding
components of circuit breaker cubicles of same rating shall be interchangeable with one
another. Anti-pumping relay and trip coil suspension relay shall be provided.

There shall be ‘Service’, ‘Test’ ‘Fully withdrawn’ positions for the breakers. In the ‘Test’
position the circuit breaker shall be capable of being tested for operation without energizing
the power circuits, i.e. the control circuits shall remain undisturbed while the power contacts
shall remain disconnected. Separate limit switches, each having a minimum of 2 ‘NO’ + 2
‘NC’ contacts, shall be provided for both ‘Service’ and ‘Test’ positions of the circuit
breakers. All these service, test, fully withdrawn, spring charge and breaker ON / OFF shall
be visible mechanically from outside the breaker panel when the front door is closed.

Electrical tripping shall be performed by shunt trip coils. “Local / Remote” selector switch
lockable in “Local” position shall be provided on the cubicle door. ‘Red’ and ‘Green’
indicating lamps shall be provided on cubicle door to indicate breaker close and open
positions. Breaker “Service” and “Test” positions shall be indicated by separate indicating
lamps on the cubicle door, in case mechanical indication of “Service” and “Test” positions
are not available on the cubicle door.

Connection of the control / interlocking circuits between the fixed portion of the cubicle and
the breaker carriage shall be preferably by means of plug socket arrangement.

Surge arrestors shall be provided for all motors / transformer feeders and shall be metal
oxide gapped or gapless type generally in accordance with IEC 60099-1and suitable for
indoor only.

Core balance CT’s (CBCT) shall be provided on outgoing motor and transformer feeders
having CT Ratio 50 / 1A or more. These CBCT’s shall be mounted inside the switch gear
panel.

Operating Mechanism Control (if applicable)

• Circuit breakers shall be operated by a motor spring charging type of mechanism.


The mechanism shall be completing with motor, opening spring, closing spring and
all accessories to make the mechanism a complete operating unit.

• Operating mechanism shall normally be operated from the breaker cubicle itself.

• The tripping spring shall be charged by the closing action, to enable quick tripping.
Closing of the circuit breaker shall automatically initiate recharging of the springs to
enable the mechanism to be ready for the next closing stroke. Charging time for the
springs shall not exceed 30 seconds. It shall be possible to manually charge the
springs in an emergency. Transfer from motor to manual charging shall
automatically disconnect the charging motor. All operating mechanisms shall be
provided with "ON" - "OFF" mechanical indication. The charging mechanism shall be
provided with mechanical indicators to show "charged" and "discharged" conditions
of the spring. Failure of any spring, vibration or mechanical shock shall not cause
tripping or closing of the circuit breaker.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
• Only one closing operation of the circuit breaker shall result from each closing
impulse (manual or electrical), even if the breaker trips while the control device
(manual or electrical) is being held in the "close" position.

• The circuit breaker mechanism shall make one complete closing operation, once the
push button (PB) or control switch has been operated and the first device in the
control scheme has responded, even though the PB or control switch is released
before the closing operation is complete, subject to the condition that there is no
counter-impulse for tripping.

• Means shall be provided to manually open and close the breakers slowly, when the
operating power is not available, for maintenance and adjustments. A local manual
trip device shall also be provided on the operating mechanism.

• Circuit breaker control shall be on 110 V DC. Closing coils and other auxiliary
devices shall operate satisfactorily at all voltages between 80-110% of the control
voltage. Trip coils shall operate satisfactorily between 50 -110 % the rated control
voltage.

Safety Interlocks and Features

• Withdrawal or engagement of a circuit breaker shall not be possible unless it is in


the open position.

• All circuit breaker shall have lockable local / remote selector switch, for closing the
breaker from local shall be possible only in TEST position. Whereas as closing from
remote shall be possible in either SERVICE and TEST position. For opening breaker
from local shall be possible only when local remote selector switch shall be in local
position. Opening breaker from remote shall be either breaker in service position or
selector switch being in remote position.

• All Motors and Service Transformers feeder breaker shall have lockable emergency
push button (open able only with key) near motor and service transformer, hard
wired to respective circuit breaker panel.

• Operation of a circuit breaker shall not be possible unless it is in service position,


withdrawn to test position or fully drawn out. It shall not be possible to close the
circuit breaker electrically in the service position, without completing the auxiliary
circuit between the fixed and moving portions.

• Circuit breaker cubicles shall be provided with safety shutters operated


automatically by the movement of the circuit breaker carriage to cover the stationary
isolated contacts when the breaker is withdrawn. Padlocking facilities shall be
provided for locking the shutters positively in the closed position. It shall, however,
be possible to open the shutters intentionally against spring pressure for testing
purposes.

• The circuit breaker carriage shall be earthed before the breaker reaches the test
position from fully withdrawn position. In case of breakers with automatic
disconnecting type of auxiliary disconnects, the carriage shall be earthed before the
auxiliary disconnects are made and the carriage earthing shall break only after the
auxiliary disconnects break.

• Caution name plate, “Caution Live Terminals” shall be provided at all points where
the terminal sare likely to remain live, i.e. incomer to the switchboard. Suitable
interlock s hall be wired for the purpose.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Earthing

Copper earthing bus shall be provided and extended throughout the length of the
switchboard. It shall be bolted to the framework of each unit and brazed to each breaker
earthing contact bar. It shall be located at the bottom of the board. The earth bus shall have
sufficient cross section to carry the momentary short circuit and short time fault current for
at least 1 second or higher without exceeding maximum allowable temperature rise. The
earth bus shall be properly supported to withstand stresses induced by the momentary
short circuit current.

Suitable clamp type terminals at each end of the earth bus shall be provided to suit the size
of the earthing conductors. Bolted joints, slices, tap, etc. to the earth bus shall be made with
at least two bolts. Positive earthing of circuit breaker frame shall be maintained when it is in
the connected position and in all other positions whilst the auxiliary circuits are not totally
disconnected.

Hinged doors shall be earthed through flexible earthing braid of adequate cross section. All
non- current carrying metal work of the switchboard shall be effectively bonded to the earth
bus.

Positive connection of the frames of all the equipment mounted in the switchboard to the
earth bus bar shall be maintained through insulated conductors of size equal to the earth
bus bar or the load current carrying conductor, whichever is smaller.

All instrument and relay cases shall be connected to earth bus bar by means of 1100V
grade, green coloured, PVC insulated, stranded, tinned copper, 2.5 sq. mm conductor
looped through each of the earth terminals.

Circuit/ Bus Bar Earthing Facility

It shall be possible to connect each circuit or set of 3 phase bus bars of the switchboard to
earth through earthing switches. Earthing switches / earthing devices shall be mechanically
interlocked with the associated breakers to prevent accidental earthing of live circuit or bus
bars. In case the earthing facility comprises earthing trucks to be inserted in place of circuit
breakers, separate earthing trucks shall be supplied for each type / size of breaker. The
earthing facilities proposed to be provided by the Bidder shall be clearly detailed in the Bid
and shall be subject to JUIDCO’s approval. Auxiliary contacts (min. 2 NO + 2 NC) shall be
provided on each earth switch / earthing device and shall be wired to the terminal block for
interlocking purpose.

Annunciations

Annunciation shall be of fascia type with translucent plastic window for each alarm point.
Annunciate fascia plates shall be engraved in block lettering with respective alarm
inscriptions. The inscriptions shall be clearly readable and visible when the respective
fascia LED light is lighted. Each annunciation window shall be provided with two LED Lights
to provide redundancy against LED light failure. Lamps shall be of clustered LED type.

All fascia annunciated points shall be suitable to accept external contacts of either ‘NO’ or
‘NC’ self or hand reset type for initiating the annunciation sequence. Annunciations shall be
suitable for accepting fleeting faults of duration as less as 15 milliseconds.

For static annunciation schemes, special precaution shall be taken by the Contractor to
ensure that spurious alarm conditions do not appear due to influence of external magnetic
fields on the annunciated wiring and switching disturbances from the neighbouring circuits
within the panels / desks.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
A “Lamp Test” push button shall be provided for each individual panel’s group of
annunciations to limit the sudden drain on the battery. Provision of testing facilities for
flasher and audible electronics dual tone alarm circuits of annunciations is desirable for
alarm and trip. The Contractor shall give the details of the offered scheme.

Annunciation shall have following features:

• Suitable for annunciating subsequent faults immediately after the sound cancel of
the previous fault.

• During lamp test, if a fault occurs, the corresponding lamp circuit shall be automatically
disconnected from the “lamp test” circuit and shall start flashing.

• Designed to prevent mal-operation of the scheme or sequence when the push


buttons are pressed incorrectly or in the wrong order.

• "Alarm Supply Failure” Alarm scheme similar to the normal annunciation sequence,
but shall operate on a different DC supply or on AC auxiliary supply

• Alarm annunciation shall be provided for transformers, DC & DCDB system where
ever discrete local automation is envisaged.

• Duel tone Hooter to indicate alarm and trip signals separately.

Indicating Instruments & Meters (Digital Type)

The instruments shall be electronic / digital type with LCD display. These instruments
should have high performance ratio and can be equipped with digital output (for alarms) or
with interfacing facilities for communication and remote reading of parameters.

Metering Instruments(Digital Type)

• Multi-Function Meter with the facility to measure KW, KWH, KVAr, PF, KWh, Hz with
communication port.

• Multi-Function Meters shall be of the accuracy class 1.0, suitable for measurement
of unbalanced loads in three phase three wire circuits.

• MFM shall be suitable for operation from the secondary of CTs and VTs. They shall
be provided with a separate 3 phase 4 wire type test blocks for the testing of the
meters without disturbing the CT and VT secondary connections.

• Ammeter shall be digital ammeter with built in selector switch with / without CT.

• Voltmeter shall be digital type with built in selector switch with / without PT.

The instruments can be electronic / digital type with LCD display. These instruments should
have high performance ratio and can be equipped with digital output (for alarms).

Control and Selector Switches

Control and instrument switches shall be heavy duty rotary type, provided with escutcheon
plates clearly marked to show operating position and suitable for semi-flush mounting with
only the switch front plate and operating handle projecting out. The connections shall be
from the back. The contact assembly at the back of the switch shall be enclosed in dust tight
removable covers.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
The control switches shall be 3 positions, spring return to neutral type. They shall be
provided with contacts to close in ‘normal after close’ and ‘normal after trip’ position. Each
switch shall have external red and green indicating lamps, (except when discrepancy type
switches are called for). In addition, a semaphore indicator shall be provided for earthing
switch. Local / Remote selector switch shall be stay put 2/3 position with lockable provision.

Contacts of the switches shall be spring assisted and contact faces shall be of silver / silver
alloy. Springs shall not be used as current carrying parts. Contact rating and configurations
of the switches shall be adequate for the functions desired.

Indicating Lights/ Pilot Lights

Indicating light shall be rated for operation at either 230 V AC or at the 110V DC system
voltage as applicable. Lights shall be provided with translucent light covers.

Clustered LED type lamps shall be provided. Lenses shall be glass or plastic in standard
colours, red, green, blue, white and amber, in accordance with IEC 60073. Miniature pilot
lamps may be provided with plastic marking plate contained inside square (or rectangular)
front lens to provide indication of legend or symbols engraved on the marking plate.

The basis of colours shall be as follows:

Table 41: Basis of colours


Colour Description

Red Flow of energy.


Green No flow of energy.
White Supervision of power available, relay coil healthy, etc.

For all alarm conditions such as pressure low, overload,


Amber
Disagreement with original condition ‘abnormal’ condition or ‘sequence–on’
condition also for service and test position.
For all healthy conditions such as control supply, spring charged and lockout relay
Blue
coil healthy.

Yellow For R, Y, B indication lights, yellow as one of the light.

Push Buttons

Push buttons shall be of momentary contact type with rear terminal connections. The colour
of the push button actuator shall be red for ‘OPEN / STOP’ and green for ‘CLOSE /
START’. The push button knob shall be suitably shrouded to prevent inadvertent operation.
The push buttons shall be provided with integral inscription plates engraved with their
designation.

Normal stop push button shall be mushroom type latch able in red colour, after pressing
and it is latched and latch can be removed by clockwise rotation. (Motor stops automatically
after pre-determined conditions such as delivery valve close in case of pumps.) This may
replace stop push button.

Emergency stop push button red in colour shall be lockable by pressing the push button
and can be opening only with key and with shrouding. (Motor stopped immediately
irrespective of predetermined conditions required) Emergency Push button with shrouding
shall be provided near transformer and motors for remote tripping. Reset push button shall
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
be either for resetting the flag and OLR or LEDs with push but ton for resetting.

All push buttons shall have independent, potential free, 2NO + 2NC contacts. The contact
faces shall be of silver / silver alloy. The contacts shall be rated 10A and capable of
breaking inductive load of 5A at 110V DC. All push button shall have additional NO / NC
potential free for hard wiring to instrumentation control panel.

Space Heaters

Adequately rated anti-condensation space heaters shall be provided for each switchboard /
cubicle / marshalling box, bus ducts and Motors above 7.5 kw. Space heater shall be of the
industrial strip continuous duty type, rated for operation on a 240 V, 1 phase, 50 Hz, AC
system. Space heater shall be provided with a single pole MCB with overload and short
circuit release, a neutral link and a RTD thermostat to cut off the heaters at 350 C.

Cubicle Lighting / Receptacle

Each cubicle shall be provided with interior lighting by means of 18 W energy efficient
(lumen per watt shall be indicated) CFL, fluorescent tube lighting fixture. An MCB shall be
provided for the lighting circuit. The lighting fixture shall be suitable for operation from a 240
V, 1ph, 50 Hz, AC supply. A 240 V, 1 phase, AC 5/6, A 2/3 pin receptacle (socket) plug point
shall be provided in the interior of each panel with an MCB.

Power and Control Cable Termination

Terminals for power connections shall be complete with adequate phase segregating
insulating barriers, shrouds and suitable aluminium solder less crimping type of bimetallic
lugs for terminating the cables and control cables lugs and ferrules shall be tinned copper
confirming to IS 8309. The cable lugs for control cables shall be provided with insulating
sleeve and shall suit the type of termination provide on the equipment’s.

Double compression type glands with armour and bonding clamps for the termination of all
solid dielectric multi core cables shall be provided and shall confirm to BS: 6121. They shall
be designed to secure the armour wires to provide electrical continuity between the armour
and the threaded fixing component of the gland and to provide water tight seals between the
cable outer sheath and gland and between the inner sheath and threaded fixing component.
The gland shall preferably project above the gland plate to avoid entry of moisture.

Earthing connectors between cable armour and earth shall be routed outside the cable gland
in an approved manner. Gland insulation shall be capable of withstanding test for
appropriate high voltage for one minute.

Cable terminations for HV / MV cables shall be heat / cold shrinkable type. Adequately sized
shrouds / bolts shall be provided at connections to completely cover the terminations.
Suitable flange type glands Nickel coated shall be provide.

Where core-balance type current transformers are provided on the feeder cables for earth
fault protection, glands for cables shall be insulated from earth in an approved manner.

Wiring for Control and Protective Circuits

All low voltage wiring for control, protection and indication circuits shall be carried out with
1100 V grade, PVC insulated cable with stranded, tinned copper conductor of minimum
1.5sq.mm size. The size of conductor for CT circuits shall be minimum 2.5sq.mm.

All wiring shall be run on the sides of panels and shall be neatly bunched and cleated
without affecting access to equipment mounted in the panel. The wiring shall be bound and
supported by clamping, roughing or lacing. Spiral wrapping will not be accepted. Wire ways
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
shall not be more than 50% full. Adequate slack wire shall be provided to allow for one re-
stripping and reconnection at the end of each wire. When screened cables or wires are
necessary, an insulating sheath shall be included. Wiring and supports shall be of fire-
resistant material.

Wiring shall only be jointed or tied at terminals. Terminals of the clamp type shall not have
more than two wires connected.

Termination and Ferrules

Engraved core identification ferrules, indicating starting panel, TB No. / ending panel, TB
No. Vise versa to be marked to correspond with the wiring diagram, shall be fitted to each
wire and each core of multi core cables terminated on the panels.

Moisture and oil resisting insulating material shall be used. The ferrules shall be of the
interlocking type and shall grip the insulation firmly without falling off when the wire is
removed.

All wires forming part of a tripping circuit shall be distinctively marked. Spare auxiliary
contacts of electrical equipment shall be wired to terminal blocks.

Control Wiring Terminal Blocks

Terminal blocks shall be of 1100 V grade, 10A and stud type. Brass stud of at least 6 mm
dia. with fine threads shall be used and securely locked within the mounting base to prevent
turning. Each terminal shall comprise two threaded studs, with a link between them,
washers, and matching nuts and locknuts for each stud. Connections to the terminals shall
be at the front.

Terminals shall be numbered for identification, grouped according to function. Engraved


‘black on- white’ labels shall be provided on the terminal blocks describing the function of
the circuit.

Terminals for circuits with voltage exceeding 110V shall be shrouded. Terminal blocks at
different voltages shall be segregated into groups and distinctively labelled. Terminals used
for connecting current transformer secondary leads shall be ‘disconnecting and shorting’
type with a facility for earthing the secondary.

Terminal blocks shall be arranged with 100mm clearance, between any two sets. Separate
310terminal stems shall be provided for internal and external wiring respectively. All wiring
shall be terminated on terminal blocks, using crimping type lugs or claw type of terminations.
At least 20% cores shall be kept spare in multi core control cables. At least 10% spare
terminals shall be provided and space for adding another 10% spares terminals shall also
available in each set of TBs.

Bus Bars

The Bus bars shall be of electrical grade, high conductivity, copper and shall be provided
with minimum clearances as per relevant IS. Bus bar cross section shall be uniform
throughout the length of the switchgear. All bus bars and bus taps shall be insulated with
close fitting sleeve of hard, smooth, dust and dirt free, heat shrunk PVC insulation of high
dielectric strength, to provide a permanent non-ageing and non-tracking protection,
impervious to water, tropical conditions and fungi. The insulation shall be non-inflammable
and self-extinguishing type and in fast colours to indicate phases. The dielectric strength
and properties shall hold good for the temperature range of 0 to 950 centigrade. If the
insulating sleeve is not coloured, bus bars shall be colour coded with coloured PVC tape at
suitable intervals.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Bus bar joints shall be of the bolted type. Spring washers shall be provided to ensure good
contact at the joints. Bus bars shall be thoroughly cleaned at the joints and suitable contact
grease shall be applied just before making a joint. Adequate cross section shall be
considered at joints and ‘T’ Joints, which shall be higher than the nominal cross section.

Direct access to, or accidental contact with bus bars and primary connections shall not be
possible. All apertures and slots shall be protected by baffles to prevent accidental shorting
of bus bars due to insertion of maintenance tools. Sequence of red, yellow and blue phases
and neutral for four-pole equipment shall be left to right and top to bottom, for horizontal
and vertical layouts respectively.

End terminations at transformer end and MV panel end shall be flexible bus bar such that
no load / force / weight of the bus bar act on the terminal studs.

Relay Metering and Scanner Panel for 11 KV System

General

A combined panel of Relay metering and scanner for transformer is to be designed and
provided as per detailed specifications. For 200kva transformer appropriate monitoring,
measurement and tripping system to be used.

Protection relays shall be provided to open the circuits in the event of fault. The relays shall
conform to specifications in subsequent sub-clauses.

The relays, instruments and indications specified below shall be housed in common relay
and metering panel located in the pump house. The CT’s and PT’s installed on pole
structure shall be connected for protection and metering. The control voltage for tripping
shall be tapped from rectifier unit in VCB.

Protection Relay

A separate protection relay for each VCB for over current, short circuit, and earth fault
protection shall be provided. The relay shall be triple pole, 5A rating having, and two over
current elements with 50% to 200% range and one earth fault element with 20% to 80% with
inverse definite minimum time lag characteristic and instantaneous high set relay for 200%
to 800%. All relays 311 shall be in one standard case and mounted flush on panel. The relay
shall be suitable for operation on 110VDC with rate of 70%-110% of rated voltage. The
relays shall be provided with plug setting on coil and time multiplier to reset tripping time.

The relay shall conform to IS: 323 in general and IS: 3231 in particular– The relays shall be
of rectangular shape with tight dust covers removable from the front. It shall have external
reset positive action indicator. The auxiliary relays shall be series or shunt connected and
shall be series or shunt connected and shall be non-draw out type. The main relay shall be
draw out type. It shall not trip the circuit when de-energized.

Facilities as under shall be provided.

• Test facilities with loose test plug.

• Provision for easy isolation of trip circuits of each relay Testing and maintenance.

Meters

• 2No. 96 / 144mm voltmeter having 0-36kv range and equipped with 4 position
selector switches, indicating voltage on incoming two feeders.

Scanners
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Scanners shall be provided to indicate the following in respect of transformers (1000 KVA
,600KVA, 200kva.)

i. Winding temperature.

ii. Oil temperature.

Panel

The Panel shall house the protection relays, all vital controls, and indications, fault an
annunciation and metering instruments. The Panel shall be totally enclosed, dust and
vermin proof with degree of protection no less than IP 54. The panel shall be fabricated
from steel sheet of 2mm thickness reinforced with steel section and shall be floor mounted
on base channel of ISMC of 75mm at least 50mm above floor. The panel shall be mounted
on box channel of ISMC of 50mm. The height of panel shall be equal to height of 3.3kv
panel. Panel with proper finish of spray painted.

The relays controls and meters etc. mounted flush on the front side of the panel. Doors
shall be provided at the rear.

The panel shall incorporate following components:

i. Nos. over current plus earth fault IDMTL relays with instantaneous high set relay.
The range shall be 50 to 200% for over current and 20 to 80% for earth fault suitable
for operation on 110 V DC with 70-110% of rated voltage of high set instantaneous
element adjustable between 200-800% shall be incorporated.

ii. 2 Nos. remote control switches, for closing opening of VCB’s.

iii. Illuminated windows (for each VCB)

• Circuit breaker on: Red.

• Circuit breaker Off: Green.

• Spring charged.

• Spring discharged.

• Trip circuit healthy.

• Trip circuit faulty.

• Relay energized: Red.

• 2 spare windows duly wired

iv. Audio visual non-trip alarm annunciation (for 1600kva transformer)

• Transformer oil level low for transformer.

• Transformer buchholz relay annunciation.

• Transformer winding temperature high for transformer.

v. Audio visual trip alarm annunciation (for each relay)

• Two spare windows duly wired.

• Over current relay operated.


Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
• Earth fault relay operated.

• Transformer oil temperature high.

• Transformer buckholz relay operated.

vi. Digital scanners (3 Nos. which includes one spare) for oil and winding temperature.

vii. Under voltage relay shall be provided.

Grouped alarm annunciation shall be provided to indicate operation of the relays, and hooter
shall be located at top of the panel. Audible alarm accepts push button, test push button,
reset push button and push button for on demand trip circuit healthy position shall be
provided for each relay.

Inspection and Testing

• The panel shall be offered for tests / inspection to JUIDCO Engineers as under.

(i) H.V. simulation test.

(ii) ii. Complete panel after assembling.


• The relays on 2 Incoming VCB’s shall be got tested from Electricity Board or other
agency acceptable to the department before commissioning the system.

Current & Voltage Transformers

Current transformers shall be of cast resin, bar-primary type unless specified otherwise,
suitable for continuous operation at the ambient temperature prevailing inside the
switchgear enclosure and shall have polarity markings indelibly marked on each
transformer and at the lead terminations at the associated terminal block. The class of
insulation shall be Class E or better. Current transformers shall be able to withstand the
thermal and mechanical stresses resulting from the maximum short circuit and momentary
duties of the switchgear. For wound-primary type CT’s, the short time current rating shall
not be less than 0.5sec. CT core laminations shall be of high grade silicon steel. Where
multi-ratio current transformers are specified, a label shall be provided, clearly indicating
the connections required for the alternative ratios. These connections shall also be shown
on panel wiring diagrams. Identification labels shall be fitted giving type, ratio, rating, output
and serial numbers and duplicate rating labels are to be fitted on the exterior of the
mounting chambers suitably located to enable reading without the removal of any cover or
metal sheeting forming part of the structure of the switchboard.

Magnetization characteristics, calculated performance and protective settings shall be


provided by the Contractor. All Voltage Transformers shall be of Single Phase type. The
bus VT’s shall be housed in a separate panel in a truck so as to be fully with draw able. All
Voltage transformers shall have HRC fuses on Primary and Secondary Side. There shall be
provision for changeover on secondary side of Voltage Transformers to have alternate
arrangement in case one Voltage 313 Transformer fails.

Relays

• All Protective relays shall be numerical type. Numerical relays shall have
appropriate setting ranges, accuracy, resetting ratio, transient overreach and other
characteristics to provide required sensitivity.

• All numerical protective relays shall be flush mounted at the front with connections
at the rear. Shall have communication port for remote, metering and monitoring
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
facility, suitable for electrical measurement including voltage, current, power (active /
reactive) and energy parameters.

• All numerical relays shall have keypad to allow relay settings from m relay front.
Resetting knobs shall be accessible from the front on removing the external cover
and shall be external to the case.

• All numerical relays and timers shall be rated for 110V DC supply voltage shall be
capable of satisfactory continuous operation between 70% to 110% of the rated
voltage. Making, Carrying and Breaking Current ratings of the relay Contacts shall
be adequate for the circuits in which they are used.

• The numerical relays shall have communication, Metering and Monitoring Facility.
The communication facility shall have two Ports local front port for laptop
communication and the second port, an IEC 61850 port, for LAN Communication
with LAN.

• The numerical processor shall be capable of measuring and sharing values of a


wide range of quantities, events, faults and disturbance recordings with time
stamping using internal real-time clock. Battery backup for real time clock in the
event of power failure shall be provided.

• Numerical Relays shall have diagnostic feature with self-check for power failure,
Programmable routines, memory and main CPU Failures etc.

• The Protective relays shall have adequate number of potential free contacts
(Programmable). The Contacts shall be suitable for directly wiring in the breaker
closing and tripping circuits operating from 110 V DC Control Voltage.

• The current operated relays shall have provision for 4 Sets of CT Inputs and Voltage
operated relays shall have provision for 3PT inputs. Relays shall be suitable for CT
secondary current suitable for CT Secondary current of 1A / 5A selectable at Site.

• Numerical Relays shall be immune to any kind of electromagnetic interference and


capacitance effect due to length of connected control cables.

• Timer function shall be programmable for ON / OFF delays.

• Numerical Relays shall be able to provide supervisory function such as trip circuit
monitoring, circuit breaker monitoring, PT&CT supervisions and recording facilities
with post fault analysis.

• All relays shall withstand minimum test voltage of 2 KV AC RMS for one minute.

• Numerical relays shall have two level password protections, one for read only and
other for authorization for modifying the setting etc.

Energy Monitoring and Power Supply Management

Necessary Provisions & features shall be incorporated to enable energy monitoring / energy
management for the installation. Energy Metering shall meet the requirement of guaranteed
specific energy consumption specified by the contractor through instrumentation control
system, without any manipulation.

In case, Numerical relays having built in features of energy measurement of requisite


accuracy and provided in switch gear, separate energy meter is not required.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Necessary provision & features shall be incorporated to under voltage monitoring / relay for
incomer feeder, bus bar chamber and control supply.

Motor Control Switch gear Panel

General

A panel comprising 3.3kv switchgear and control gears shall be designed for

• Reception of power from the 3.3kv Master Control panel.

• Distribution of power to raw water pump motors.

• Protection of the panel and motors from short circuit, earth fault, over current, under
voltage, stalling and single phasing.

• Indication for voltage, current and operating conditions of breakers, relay, and motor.

• Annunciation.

• Auto trip.

• Interlocking.

Components

The components shall be as per single line diagram and as per applicable.

IS3.3kv.Breakers and Bus Couplers

General

The breakers shall be Vacuum Circuit breaker for indoor installation. It shall be housed in
metal clad enclosure. The enclosure shall be totally enclosed, dust and vermin proof. The
panel shall incorporate control protection and annunciation instruments / features and
detailed subsequently.

Construction Features

The breaker shall be 3 poles operated through a common shaft, draw out type and provided
with automatic closing shutters. It shall have separate compartments for breakers, bus bars,
CT PT meters cable box.

The breaker shall have constructional features as under:

• The contact of suitable proven material and of shape to break 17.49 KA current.

• 230V AC motor with gang operated spring charging mechanism indication of spring
state, position limit switches and all other accessories suitable for any number of
closing and opening operation, so long as power is available to the motor and at
least one closing and opening operation, in case of power failure.

• Crank for manual charging of spring.

• Required NO +NC contacts with minimum 2 NOS + 2 NC’s spare contacts.

• Closing coils rated for 110V DC and suitable for operation on 70 -110% of rated
voltage.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
• Trip coil rated for 110V DC and suitable for operation on 70-110% of rated voltage.

• Operating mechanism housed in weather proof enclosure at accessible height.

• Mechanical ON-OFF release.

• Operation counter.

Rating

Table 42: Minimum ratings of the breaker shall be as under:

Rated voltage 3.3 KV


Rated current 630 A
Symmetrical breaking current (RMS) 26.20 KA
Fault level 150 MVA
Short time rating 26.20 KA for 1 second
Peaking making capacity 55.10 KA
1 minute power frequency with stand voltage 10 KV

Accessories

The breakers shall incorporate all the following accessories like

• Nos. CT’s of ratio 600/5-5 with 20 KA burden and of class 10 P 10 for Protection
and class I for metering.

• 1 No. 3 phase PT 3300 V / 110 / 50 VA burden with fuse and test block.

• 1 No. TP IDMTL relay having two over current elements with 50%, 200% range and
one earth fault element with 20% to 80% range suitable for operation on 110 V DC
with range of 70-110% of rated voltage. A high set instantaneous element
adjustable between 200% to 800% shall be incorporated.

• 1 No. 0 – 600 Amp Ammeter with selector switch.

• 1 No. 0 – 4 KV voltmeter with selector switch.

• Nos. indicating lamps for ON, OFF, TRIP and HEALTHY.

• 1 No. instantaneous under voltage relay resettable between 20% to 80% of rated
voltage. The relay shall be associated with time delay relay.

• Cable termination from power cable and glands for control cable.

• Arrangement for rectifier to obtain 110V DC from PT for control circuits.

6.16KV Bus Coupler Breaker, Isolator/ VC Panel

The bus coupler breaker shall be generally conforming to specification for incoming
Breaker, with all accessories in sub – clause for incoming VCB, except cable termination
CTs and PT’s.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Motor Duty Vacuum Contactor

Vacuum contactor shall be provided for direct-on-line starting, control and protection of the
motor.

Each of the 8 Panels shall conform to the following.

3.3 KV Vacuum Contactor Panel

3.3 KV switchgear for motors shall comprises of isolating switch, motor duty HRC fuses and
vacuum contractors housed in a meter clad, dust moisture and vermin proof enclosure. The
vacuum contactor panel shall be complete with control, protection and annunciation
instruments/equipment’s.The arrangement of 3.3KV vacuum contactor panel shall be
generally as shown in the accompanying single line diagram.

Construction Feature

Vacuum contactor panel shall be built in single tier construction with a provision of isolation
and motor duty HRC fuses of suitable capacity. Vertical section of the panel shall contain
CT’s, PT’s bus bars etc. The isolators shall be off load type. The contact movement shall be
through balance contact spring so as to provide consistency in operation at minimum
contact pressure. The vacuum interrupter bottles shall be of ceramic material, having high
degree of tensile compression and binding strength. The ceramic material shall also have
high conductivity, softening point and breakdown voltage. The contact shall be made from
special alloy or shall be filled with antisurge alloy. Vacuum contractors shall be
mechanically interlocked with isolating 316 switches to prevent the opening of isolator when
the contactor is on. In case, however, isolator is open when the contactor is closed position,
the contact shall open out before the isolator contacts are opened.

Operational Control

The vacuum contactor shall be employed for direct on line starting of the pump motor. The
operating coils of the vacuum contactor shall be rated for 110 V DC supply without the need
for resistors. The opening and closing speeds shall be obtained with minimum contact
bounce by suitably balancing the spring pressure. The arcing period shall not exceed half
cycle. Current shall be chopped at very low value so that resulting over voltage shall be well
within the limits. Necessary arrangement / device shall be provided to keep over voltage /
surge during making and breaking with limit. Required auxiliary contacts shall be fitted in
the number of contractors with spare NO and NC contacts. The arrangement of bus bar
instrument transformers, cable compartments, wiring and terminal blocks etc. shall be
generally as described for 3.3 KV circuit breakers.

Each Vacuum contactor panel shall comprise of following equipment’s / instruments.

• 1 No. 3.3 KV 400 Amps vacuum contactor suitable for AC 4 duty

• Nos. 200 Amp motor duty HRC fuses, for back up protection.

• Nos. CT’s of ratio 200 / 5 / 5 Amp for metering class 1.0 and 10 P 10 for protection
having 20 VA burden, and 3 Nos. PT’s having suitable burden for under voltage
relay and rectifier.

• 1 No. Motor protection relays having instantaneous short circuit, single Phasing over
load, locked rotor and earth fault protection element.

• 1 No. High speed tripping relay with hand reset contacts.

• Nos. Indicating lamps for ‘ON’,” OFF” and ‘TRIP’ indication of the contactor.
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
• Trip circuit supervision indication shall be provided with push button for ‘ON
DEMAND’

• 1 No. Digital type Ammeter range 0-200-1200 with suppress scale for CT ratio 200 /
5A along with 4 position ammeters to read each phase.

• 2 Nos. Indicating lamps for motor space heater ‘ON & OFF’.

• Required Nos. of cable glands suitable for control cables and XLPE armoured cable
of 3.3 KV grade.

• Indication for sluice valve ‘close’ ‘operating’ and ‘full open’ shall be provided with ON
and OFF push button for operating valve actuator, with interlocking and time delay
arrangement.

• Suitably rated HRC fuses for capacitor bank.

• 1 No. Instantaneous under voltage relay with adjustable setting range of 20% to
80% and 110V. The under-voltage relay shall be associated with time delay relay,
fix centre.

• 10 Point temperature scanner on each vacuum contactor for indication and alarm in
conjunction with 3 wire platinum RTD (100 ohms or so) embedded in stator winding
suitable sensing unit in both bearings of motor.

Panel Construction

The panel, 3.3 KV control gear (VCB and Vacuum contactor) housed in totally enclosed
sheet metal clad, vermin and dust proof cubicles, suitable for floor mounting and of equal
height. The panel shall incorporate the following

• Triple pole single bus bars housed in enclosed compartment in horizontal formation.

• Enclosed vertical bus bars serving the 3.3 KV motors.

• Identical separate compartment for all panels for breakers contractors, instruments,
bus bars CT, PT cable termination relays and annunciation and HT fuses for
capacitor connection.

• Inter panel barriers in the bus bars chambers shall be of epoxy.

The panel shall be fabricated from M.S. sheet 2mm thick, hinged door shall be provided at
the front and rear with car type handles. Mechanical interlock, shall be provided to prevent
opening of the front door in ‘ON’ position or alternative arrangement shall be provided to trip
the supply it he event of opening of the front door. Cable entries and exists shall be from
bottom. The indicating and operating devices shall be preferably at uniform levels and shall
not be above 1600mm from floor level. The panel frame work shall have minimum ISMC
100 base channel.

Bus Bars

The bus bars shall be of minimum rectangular section rated current continuously. All joints
shall be silver plated. The bus bars shall be covered with heat resistant PVC.

Sleeves with colour Code and joint shall be epoxy shrouded. The bus bars shall be
supported on durable non-hygroscope supports rigidly fixed to frame work.

The terminal blocks shall be one piece moulded and screwed type. At least one spare
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
terminal block shall be provided in each panel.

Control cables shall be neatly run over PVC cable shall be neatly run over PVC cable trays
and shall be terminated in compression type terminated blocks. Identification Codes as
approved by the Engineer shall be used for cable terminations.

CT and PT

The CT and PT for metering and protection shall be epoxy resin cast. Short time rating of
the CT shall be 17.49 KA for 1 second. The PT shall be connected on both primary and
secondary sides through current limiting type fuses. The PT shall be mounted on with draw
able truck.

For Alarm annunciation, interlocking, Earthing, painting, Label danger mark mat and
inspection refer relevant specification of 3.3 KV Master Control Panel.

Testing

The following routine tests shall be carried out on the assembled switchboard / panel during
inspection at the manufacturer’s works in addition to other tests as per applicable
standards.

• Primary injection tests to ensure correct ratios and polarity of current and voltage
transformers and of the current operated protection relays and direct acting coils,
over their full range of settings.

• Balance earth fault stability test by primary current injection. Care must be taken to
reproduce accurately the burdens of interconnecting cables. A further test to ensure
correct polarity must be made after assembly.

• Tests on auxiliary relays at normal operating voltages by operation of associated


remote relays.

• Correct operation of sequencing and control circuits at normal operating voltages by


operation of local control switches, and simulation of operation from remote control
positions.

• Functionality tests to check the interfacing status contacts and instrumentation.

• One minute power-frequency voltage dry withstands tests on the main circuits.

• One minute power-frequency voltage dry withstands tests on auxiliary circuits.

• Insulation resistance tests.

All circuit breakers shall be subject to the following tests

• Routine tests including a HV pressure test, mill volt drop test and mechanical tests.

• Testing to ensure the operation of the DC closing coil and the satisfactory closing of
the circuit breaker with the voltage of the coil down to 80% of its rated voltage, and
that mal-functioning does not occur with the voltage on the coil at 120% of its rated
voltage.

• Verifying the interchangeability of removable identically equipped circuit breakers,


and checking of all mechanical and electrical interlocks.

Type test figures for heat test runs performed on identical panel types shall be made
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
available.

Drawings and Data

All Drawings, data, Guaranteed Technical, Temperature rise calculations, detailed literature,
catalogues, Type test certificates of typical type of Panel, test certificates for digital
instruments etc. shall be submitted along with the bid / after award of contract.

Pump Motors 3.3 KV VSS MOTORS

General

The Contractor shall provide 3.3 KV squirrel cage motors of approved make for driving raw
water pumps. The motors shall conform to I.S. 325 and all other applicable latest IS. The
contractor shall have to supply winding data of motor duly signed by manufacturer.

The motor shall be suitable for voltage variations for 10%, frequency variation of +/-3% and
combined variation of 10% and speed 1000RPM (Synchronous). The Torque speed and
current-speed characteristic of the motors shall be suitable to accelerate the driven
equipment to full speed without exceeding the limit of starting current at 6 times full load
current.

Design

• The rated power of the motor shall be at least 10% above the maximum power
required over rated head ranges of pump. However, output rating of motor shall not
be less than 560 KW.

• The starting time and locked rotor withstand time under hot condition shall have
suitable discrimination for proper selection of protection relay.

• The locked rotor withstand time under hot condition and at 110% rated voltage shall
be more by at least 3 second than the starting time with driven equipment coupled
and at 85% rated voltage.

The motors shall be suitable for restricted operation at following conditions.

i. Accelerating the driven equipment from stand still to full speed within duration of 1
minute or less at 65% of rated voltage.

ii. Operation on load at 75% of rated voltage for 5 minutes.

iii. Two starts in quick succession from cold condition.

iv. One hot restart at maximum steady state temperature over ambient temperature of
480C.

v. Three starts per hours equally spaced over the duration after attaining thermal
equilibrium. The class of insulation of the motor shall be minimum F class. However,
temperature rise of the motor when operating at extreme conditions of voltage and
frequency Variation shall not exceed 800C by thermometer and 900C by resistance
over an ambient temperature of 450C at site.

Construction

The motor shall be flanged mounted, vertical solid shaft TEFC. The rotor shall be
statistically and dynamically balanced. Critical speed shall not be in the range of 80% to
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
120% of the motor speed. The motors shall be screen protected, drip proof construction
with degree of enclosure protection conforming to IP-23 or superior and having heavy duty
and friction bearings, grease lubricated type. The cable box shall be phase segregated and
with degree of protection conforming to IP 54. The terminal box shall be suitable for
termination of power cable as per size in cable schedule. The fault withstand capacity of the
cable box shall not be less than the fault level as specified.

Accessories

Accessories as under shall be provided

• Shaft mounted cooling fan of cast iron / aluminium or mild steel and dynamically
balanced.

• Space heater, operating on 1 phase 240 V 50 Hz supply incorporating necessary


interlocking to ensure that space heat is ‘Off when motor is running and ‘on’ when
motor is idle with separate terminal box conforming to IP 54 protection on motor
frame.

• Resistance temperature detector, for detecting temperature of winding with


terminals brought to separate terminal box for high temperature alarm and higher
temperature trip, and indication on scanner in vacuum contractor panel.

• Bearing temperature detector for both bearing and wired to scanner in vacuum
Contactor panel.

Testing

All the motors shall be tested in presence of third-party agency approved by the department
and Engineer-in–charge or his representative at manufacturer’s works. All the tests shall be
carried out as per latest IS and better to ensure the better performance.

The typed tested motor shall be used for performance test of pumps at manufacturer’s
works.

The scope of testing is as follows :

• Review of raw materials test certificates and quality control procedure.

• All the motors shall be offered for routine test and one motor of 560 KW shall be
offered for type test at full load. The vibration level should be within permissible limit
(IS: 12075) and noise level shall be 80 db. / or less for which certificate shall be
submitted.

• Any type of transportation required for testing of motor and pump shall be arranged
by contractor.

Capacitors

The pump motors shall be provided with suitable capacitors for improving power factors to
unity power factor at normal duty condition. However, KVAR selected shall not exceed the
magnetizing KVAR of the motor, even if corrected P.F is less than 0.95 lagging calculations
for the same shall be submitted. The capacitors shall be suitable for operation at rated
voltage and shall be connected in respective power circuit of the motor.

The capacitor bank shall be complete with structure, connection earth wise, discharge
resistors etc. The capacitor shall be low loss, polypropylene and craft paper insulated foiled
type impregnated with chlorinated biphenyl 1 or mineral oil. The capacitor rating shall be
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
subject to prior approval on furnishing letter from motor manufacturer stating, magnetizing
KVAR and uncorrected PF at rated power required by the pump.

Total 8 capacitor banks are to be provided and respectively connector to power circuit of
3.3kv Vacuum contactor of 3.3kv motor gear panel through suitably rating HRC Fuse.3.3kv
bus connector of each capacitor shall be totally enclosed type and provided with suitable
rating CT’s and pedestal mounting ammeter with selector switch to measure Amp. Rating of
each capacitor individually. The capacitors should be tested at manufacturer’s works for
routine test in presence of Third-Party Engineer.

Metal Enclosed Switchgears (PCC / MCC)

415v Metal Enclosed Switch gear (PCC / MCC) system shall have provision such that inter-
opera ability with instrumentation controls system

The switchgear and components shall conform to the latest applicable standards specified
below:

Table 43: Applicable Standards

Switchgear Components : Standards

Switchgear General Requirements : IS:13947 / BS:5486 / IEC:60947

Factory Built Assemblies of SWGR : IS:8623 / BS:5486 / IEC:60439


and Control gear for Voltages up to and
including.1000V AC & 1200V DC

Air Break Switches : IS:13947-P3 / BSEN:60947 / IEC:60947-3

Moulded Case Circuit Breaker : IS 13947 Part-2 / IEC 60947-2 / BS EN 60947-2

Miniature Circuit Breakers : IS:8828 / BSEN:60898

Low voltage Fuses : IS:13703 / BS:1362 / IEC:60269-1

Contractors : IS:13947 / BS EN60947-4 / IEC:60947-1

Starters : IS:13947 / BS EN60947-4 / IEC:60292-1TO 4

Control Switches / Push buttons : IS:13947 Part–3&5 / BSEN 60947

Current Transformers : IS:2705/BS:7626

Voltage Transformers : IS:3156/BS:7625/IEC:60044, 60186

Indicating instruments (Analogue) : IS:1248/BS:89/IEC:60051

Marking and Identification of : IS:11353/BS:159


Conductors and Apparatus Terminals

A.C. Electricity Meters : IS:13010,13779,14372, 8530/BS:5685 / IEC 60145, 60


211

Degree of Protection : IS:13947 / IEC:60947-P1

Selection installation and maintenance : IS:10118


of switchgear and control gear

Code of practice for phosphate iron and : IS:6005/BS:3189

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Switchgear Components : Standards

steel

Specification for copper rods and bars : IS:613


for electrical purposes

Control transformers for switchgear : IS:12021


and control gear voltage not
exceeding 1000V AC

Classification of Hazardous areas : IS 5572


having Flammable gases and
vapours for Electrical Installation

Guide for Selection of Electrical : IS 5571


Equipment for Hazardous areas

Electrical apparatus for explosive : IEC 60079


gas atmospheres - General
Requirements

Features of Construction

• The switchgear shall be metal enclosed, dust proof, modular type, suitable for indoor floor
mounting and shall have following features.

i. Total height of switchgear shall not exceed 2300mm. Height of Switches; Push
buttons shall not exceed 1800mm and shall not be less than 700mm.

ii. Shall be single / double front execution and fixed type

iii. Shall have designation labels both on front and rear sides

iv. Shall be provided with proper gasketing for removable covers, doors, between
panels and base frame and all around the perimeter of adjacent panels.

v. Degree of Protection shall be IP54 for indoor & IP55 for Outdoor.

vi. Thickness of CRCA Sheet is 2.5mm for frames and 2mm for doors and sides.

vii. Shall follow IS 5572 / IEC 60079, standard specification and standard practice for
installation in Hazardous area

• Switchgear shall be divided into distinct vertical sections each comprising

i. A completely enclosed bus bar compartment running horizontally.

ii. Enclosed vertical bus bars serving all modules in vertical section.

iii. A separate horizontal enclosure for all auxiliary power and control buses, if required.

iv. Vertical cable alley of 250mm wide covering entire height.

• Operating devices shall be incorporated only in the front of switchgear

• Each shipping section shall have metal sheets at both ends

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
• Cable alley shall be provided with suitable hinged doors

• Copper Earth bus of suitable size shall be provided at the bottom.

• Rear of Single Front Switchgear shall be provided with removable panels with
screws.

• All doors shall be with concealed type hinges and captive screws.

• Each vertical section shall be equipped with 240v, 1 Phase, and 50Hz space heater
controlled by thermostat.

• A 240 V, 1 phase, AC plug point shall be provided in the interior of each cubicle with
on-off switch for correction of head lamps.

• Inter changeability.

All identical equipment and corresponding parts be fully interchangeable without any
modifications.

Main and Auxiliary Buses

• Switchgear bus bars shall be of uniform cross section throughout the length and
made of high conductivity, electrical grade hard drawn copper conductor.

• Bus bar shall be fully insulated by encapsulation in epoxy resin with moulded caps
protecting all joints and shall be adequately supported to withstand stresses
developed due to short circuits. Supports shall be of glass reinforced phenolic
material or cast resin.

• Bus bar joints shall be provided with contact grease at the joints and shall be
complete with tensile steel bolts and Belleville washers and nuts.

Moulded Case Circuit Breaker (MCCB) / Motor Protection Circuit Breaker (MPCB) /
Other

Electrical Components

MCCBs shall be of the air break, quick make, quick break and trip free type and shall be
totally enclosed in a heat resistant, moulded, insulating material housing. MCCBs shall
have an ultimate short circuit capacity not less than the short circuit current Specified.
MCCBs shall have a service short circuit breaking capacities (ICS) equal to the ultimate
short-circuit capacity (I CU).

Each pole of MCCB shall be fitted with a bi-metallic thermal element for inverse time delay
protection and a magnetic element for short circuit protection. Alternatively, they shall be
fitted with a solid-state protection system. Such a protection system shall be fully self-
contained, needing no separate power supply to operate the circuit breaker tripping
mechanism. Thermal element shall be adjustable. Adjustments shall be made
simultaneously on all poles from a common facility. Thermal elements shall be ambient
temperature compensated. The MCCB’s shall be provided with the following features.

• Common trip bar for simultaneous tripping of all poles

• Shrouded terminals

• Time for clearing short circuit current of 20 msec.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
• 2 NO + 2 NC auxiliary contacts

• Extended rotary handle with pad lock arrangement.

• Extended copper terminal from MCCB.

• Shall be provided with adjustable O/C, E/F, and S/C.

MPCB shall be provided for Motor up to 7.5 kW for DOL starting from panel / Local DOL.
Comprehensive MPCB for Motors up to 200 kW for Automatic star / delta starting in LV.

Switches and Fuses

415v air-break switched shall be of the load break, fault make, group operated type. For
use on 3-phase systems, the switches shall be of the triple pole type with a link for neutral
wire. For use on single phase system, the MCB type switches shall be of the two-pole type.
Switches shall be of the heavy duty, quick make and quick break type. Switch contacts shall
be silver plated, and contract springs shall be of stainless steel. Switch handles shall have
provision for locking in both fully open and fully closed positions. Mechanical ON-OFF
indication shall be provided on the switches.

Switches for controlling motor circuits shall be of the load break, fault make type, and shall
be capable of breaking locked rotor current of the associated motor.

All DC circuit fuses shall be on both poles and 415 V switches and fuses shall be provided
with the following interlocks so that. The fuses are not advisable unless the system requires
the same.

It is not possible to close the switch when the cover is open, but an authorized person may
override the interlock and operate the switch. After such an operation, the cover shall be
prevented from closing if the switch is left in the ‘ON’ position.

Fuse less system shall be provided, in case fuses required, fuses shall be of the HRC
cartridge type, mounted on plug-in type of fuse bases. Fuses shall be provided with visible
indicators to show that they have operated.

Earthing and neutral lines in main supply circuits shall be of solid silver-plated copper and
be of the bolted pattern.

Fuses and links functionally associated with the same circuit shall be mounted side by side.

Miniature Circuit Breaker (MCB) and ELCB/RCCB

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 tripping of one pole simultaneously trips all the other poles. The magnetic element
tripping current classification shall be of the type suitable for 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. ELCB / RCCB shall be provided for all Lighting and
Plug and socket points.

Contractors

The power contractors used in the switchboard shall be of, air break, single throw, triple
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
pole, electromagnetic type. Contractors shall be suitable for uninterrupted duty and rated
for Class AC3 duty in accordance with the latest edition of IS 13947 Operating coils of all
contractors shall be suitable for operation on 240v, single phase, and 50Hz supply.
Contractors shall be provided with at least two pairs of NO and NC auxiliary contacts.
Contractors shall not drop out at voltages down to 70% of coil rated voltage. Contractors
shall be provided with a three element, positive acting, ambient temperature compensated,
time lagged, hand reset type thermal overload relay with adjustable settings. The hand
reset button shall be flush with the front door of the control module, and shall be suitable
for resetting the overload relay with the module door closed. Relays shall be either direct
connected or CT operated. Overload relay and reset button shall be independent of the
"Start" and "Stop" push buttons. All TPN contactor shall all be provided with single phasing
preventer (SPP)Motor starters shall be complete with auxiliary energy meters, protective
relays, timers and necessary indications such that inter-opera ability with the
instrumentation system.

Indicating Instruments & Meters

All indication instruments and watt hour meters shall be of the digital type and shall have an
accuracy of Class 1.0. Digital type ammeters, voltmeters and multifunction energy meters
shall have communication facility.

Safety Arrangements

All terminals, connections and other components, which may be “live” when front access
door is open, shall be adequately screened. It shall not be possible to obtain access to an
adjacent cubicle or module when any door is opened. Components within the cubicles shall
be labelled to facilitate testing.

Earthing of Switchboards/ Panels

Each switchboard, control panel, etc. shall be provided with copper earth bus bar running
along its entire length. The earth bus bar shall be located at the bottom of the board/panel.

Earth bus bars shall be of copper and shall be rated to carry the rated symmetrical short
circuit current of the associated board/panel for one second, unless otherwise specified.
Earth bus bars shall be properly supported to withstand stresses induced by the momentary
short circuit current of value equal to the momentary short circuit rating of the associated
switchboard / panel.

Positive connection of the frames of all the equipment mounted in the switchboard to the
earth bus bar shall be maintained through insulated conductors of size equal to the earth
bus bar or the load current carrying conductor, whichever is smaller.

All instrument and relay cases shall be connected to earth bus bar by means of 1100v
grade, green coloured, PVC insulated, stranded, tinned copper, 2.5sq. mm conductor
looped through the case earth terminals.

Internal Wiring

The internal wiring shall be carried out with 650 / 1100V grade, PVC insulated, stranded
conductor wires. The minimum size of conductor for power circuits shall be 4 Sq.mm
copper conductor. Control circuits shall be wired with copper conductor of at least 1.5
Sq.mm.

Drawing and Data

All Drawings, data, guaranteed technical, temperature rise calculations, detailed literature,

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
catalogues, type test certificates of typical type MV panel etc. shall be submitted along with
the bid / after award of contract.

3.3 Kev / 415 V APFC Power Capacitor and Control Panel

Table 44: Applicable Standards

Reference standards IS:13585, IS:13925

Shunt capacitors for power systems IS: 13340

Internal fuses and internal overpressure IS: 12672


disconnections for shunt capacitors

Metal enclosed switchgear IS: 3427 / BSEN 60298 / IEC:

60298

Code of practice for phosphate iron and steel IS: 6005/BS: 3189

Specification for copper rods and bars for electrical IS: 613
purpose

Design Features

• The capacitor banks shall be complete with all parts that are necessary or essential
for efficient operation. Such parts shall be deemed to be within the scope of supply
whether specifically mentioned or not.

• The capacitor bank shall be complete with the required capacitors along with the
supporting post insulators, steel rack assembly, copper bus bars, copper connecting
strips, foundation channels, fuses, fuse clips, etc. The steel rack assembly shall be
hot dip galvanized.

• The capacitor bank may comprise of suitable number of single phase units in series
parallel combination. However, the number of parallel units in each of the series
racks shall be such that failure of one unit shall not create an overvoltage on the
units in parallel with it, which will result in the failure of the parallel units.

• The complete capacitor banks with its accessories shall be metal enclosed (in sheet
steel cubicle), indoor floor mounting and free-standing type.

• All sheet steel work shall be thoroughly cleaned of rust, scale, oil, grease, dirt and
swarf by pickling, emulsion cleaning etc. The sheet steel shall be phosphate and
then painted with two coats of zinc rich primer paint. After application of primer, two
coats of finishing synthetic enamel paint oven baked/stove shall be applied.

• The assembly of the banks shall be such that it provides sufficient ventilation for
each unit.

• Necessary louvers may be provided in the cubicle to ensure proper ventilation.

• Each capacitor unit/bank shall be fitted with directly connected continuously rated,
low loss discharge device to discharge the capacitors to reduce the voltage to
50volts within one minute in accordance with the provisions of the latest edition of
IS: 13925 Part-1.
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
• Capacitors shall be of Mixed Dielectric of polypropylene and paper with internal
element fuses. The impregnate shall be non-PCB (poly chlorinated biphenyl) oil.

• Each unit shall satisfactorily operate at 130% of rated KVAR including factors of
overvoltage, harmonic currents and manufacturing tolerance. The units shall be
capable of continuously withstanding satisfactorily any overvoltage up to a
maximum of 10% above the rated voltage, excluding transients.

• Unit Protection

• Each capacitor unit shall be individually protected by an HRC fuse suitably rated for
load current and interrupting capacity, so that a faulty capacitor unit shall be
disconnected by the fuse without causing the bank to be disconnected. Thus, the
fuse shall disconnect only the faulty unit and shall leave the rest of the units
undisturbed. An operated fuse shall give visual indication so that it may be detected
during periodic inspection. The fuse braking time shall co-ordinate with the pressure
built up within the unit to avoid explosion. Mounting of the individual fuse may be
internal or external to the capacitor case.

• The Inputs to the APFC system is Voltage input from two phases and current input
from the third phase. Out of two phases of voltage one phase voltage is taken as
Reference 0 and other phase voltage as 3.3 / 0.440 kv. APFC need to be installed
CT (Current Transformer) on the third phase at main incomer ACB after transformer,
which will give signal to the APFC Relay. Based on this input the ASIC (Application
Specific Integrated Circuit) OR Call it as Microprocessor internal to the APFC Relay
will give output signal to relay outputs which will energize coil of the contactor so
that the contactor come in line connecting the capacitor bank in circuit. However,
this is step correction means PF is corrected in steps. The Voltage rise due to
connection of capacitor banks is marginal.

There will be no frequency correction with APFC System.

• The capacitor units shall be subjected to the following tests:

(i) Load test - At 110% rated voltage at an ambient temperature of 450 to 500C for a
period of 8 hours or more.

(ii) Leakage test - Initially after impregnation and total sealing, each capacitor shall be
heated up to 800 C to 1100 C for a few minutes.

(iii) After the load test, each capacitor unit shall be carefully inspected for leakage.
APFC Power Capacitor and Control Panel

• Power capacitor and control panel shall be housed in metal enclosed cubicle. Power
capacitor shall be housed in the lower compartment and capacitor control panel at
top compartment.

• The control equipment including capacitors shall be mounted in a panel of cold rolled
sheet steel. The panel shall be of indoor type and shall consist of:

• Bus bars shall be of copper conductor of hard drawn (HD) and high conductivity

• Isolating switch shall be two times the rated capacitor current.

• Capacitor Duty Contactor shall be three times the rated capacitor

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
• Overload element to match the rated capacitor.

• APFC Relays responsive to current / voltage / KVAR / PF as specified for automatic


switching shall be of microprocessor based suitable for both for state board
Electricity and DG set with reduced power factor.

• Sequencing devices, timers and auxiliary relays for automatic sequential switching of
the capacitors in and out of the circuit.

• Auto-manual selector switches.

• Push button for opening and closing the power circuit.

• Red and green cluster LED lights for capacitors ON / OFF indication.

• Protective numerical relays to protect the healthy capacitor units when one unit fails
in a series connection.

• Space heater and cubicle lighting as per the requirements.

• Earthing of individual capacitors as required in panel.

Load Brake / Disconnect Switches and Fuses for MV Motor Capacitor Panels.

Disconnect switches shall be of the load break, fault make, grouping operated type. For use
on 3-phase systems, the switches shall be of the triple pole type with a link for neutral
connection. The capacity of LBS shall be rated three time the capacitor rating. Making
capacity of LBS shall be supported with type test certificate of similar unit.

The disconnect switches shall be of the heavy duty, quick make and quick break type. It
shall be electrically and manually operated. Their contacts shall be silver plated, and
contact springs shall be of stainless steel. Their handles shall have provision for locking in
both fully open and fully closed positions. Mechanical ‘ON-OFF’ indication shall be provided
and visible from front panel door.

For combination units of disconnect switches and fuses, the following interlocks shall be
incorporated:

• The fuses shall not be accessible unless the disconnect switch is in the fully open
position.

• It shall not be possible to close the disconnect switch when the fuse cover is open,
but an authorized person may override the interlock and operate the disconnect
switch. After such an operation, the cover shall be prevented from closing if the
disconnect switch is left in the "ON" position.

• Fuse failure indicator connected to VCB and LBS trip circuit.

• CBCT for the cable with relay to trip the VCB and LBS.

• LBS shall be provided with 2 NO 2NC Aux contact.

• Ready ness / Door inter lock with Main VCB panel for motor.

• All fuses shall be of the HRC cartridge type in accordance with IEC 60269 mounted
on plug -in type of fuse bases. Fuses shall be provided with visible indicators to
show that they have operated. Current vs. time characteristics of all types of fuses
shall be furnished to the Employer’s Representative as a part of the design
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
submittal.

• Fuses and links functionally associated with the same circuit shall be mounted side
by side.

• An adequate number of spare fuse cartridges of each rating shall be supplied and
fitted in clips inside the panel.

Drawings and Data

All Drawings, data, guaranteed technical, temperature rise calculations, detailed literature,
catalogues, type test certificates of typical type of APFC Panel etc. shall be submitted along
with the bid / after award of contract.

Battery, Battery Charger and D.C. Distribution Board

Battery, Battery Charger shall be three phase incoming supply with breaker. DC equipment
shall comply with IEC 60896 including those standards referred to therein.

Material and Construction

General

The storage batteries should be fabricated with Flat pasted type positive plates and Flat
pasted type negative plates as per relevant Standards and shall be assembled in hard
containers of durable and robust construction.

The design of battery shall be as per field proven practices. Partial plating of cells is not
permitted. Paralleling of cells externally for enhancement of capacity is not permitted. The
cells shall be so designed to be suitable for Horizontal Stacking.

Containers

The containers material shall have chemical and electro-chemical compatibility and shall be
acid resistant. The material shall meet all the requirements of VRLA batteries and be
consistent with the life of battery. The container shall be fire retardant and shall have an
Oxygen Index of at least 28%. The porosity of the container shall be such as not to allow
any gases to escape except from the regulation valve. The tensile strength of the material
of the container shall be such as to handle the internal cell pressure of the cells in the worst
working condition. Cell shall not show any deformity or bulge on the sides under all working
conditions. The container shall be capable of withstanding the rigours of transport, storage
and handling. The containers shall be enclosed in a steel tray.

Cell Covers

The cell covers shall be made of suitable material compatible with the container material
and permanently sealed with the container. It shall be capable to withstand internal
pressure without bulging or cracking. It shall also be fire retardant and shall comply with the
provisions set forth in clause of 5.2 above. Fixing of Pressure Regulation Valve & terminal
posts in the cover shall be such that the seepage of electrolyte, gas escapes and entry of
electro-static spark are prevented.

Pressure Regulation Valve

Each cell shall be provided with a pressure regulation valve. The valve shall be self-re-
sealable and flame retardant. The valve unit shall be such that it cannot be opened without

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
a proper tool. The valve shall be capable to withstand the internal cell pressure specified by
the manufacturer.

Terminal Posts

Both the positive and negative terminals of the cells shall be capable of proper termination
and shall ensure its consistency with the life of the battery. The surface of the terminal post
extending above the cell cover including bolt hole shall be coated with an acid resistant and
corrosion retarding material. Terminal posts or any other metal part which is in contact with
the electrolyte shall be made of the same alloy as that of the plates or of a proven material
that does not have any harmful effect on cell performance. Both positive and negative posts
shall be clearly and unambiguously identifiable. All exposed metal parts (connectors,
terminals etc.) shall be protected with heat shrinkable silicon sleeves for reducing the
environmental impact including a corrosive environment.

Connectors, Nuts & Bolts, Heat Shrinkable Sleeves

Where it is not possible to bolt the cell terminals directly to assemble a battery, separate
non- corroding lead or copper connectors of suitable size shall be provided to enable
connections of the cells. Copper connections shall be suitably lead coated to withstand
corrosion due to sulphuric acid at a very high rate of charge or discharge. The area of
cross-section of the connectors shall be rated at 2 Amp / sq.mm minimum at 6-hour rate of
discharge. Nuts and bolts for connecting the cells shall be made of copper, brass or
stainless steel. Copper or brass nuts and bolts shall be effectively lead coated to prevent
corrosion. Stainless steel bolts and nuts can be used without lead coating.

All exposed metal parts (connectors, terminals etc.) shall be protected with heat shrinkable
silicon sleeves for reducing the environmental impact including a corrosive environment.

Flame Arrestors

Each cell shall be equipped with a Flame Arrestor to defuse the Hydrogen gas escaped
during charge and discharge. Material of the flame arrestor shall not affect the performance
of the cell.

Separators

The separators used shall be glass mat or synthetic material having high acid absorption
capability, resistant to sulphuric acid and good insulating properties. The design of
separators shall ensure that there is no misalignment during normal operation and handling.

Stand/ Supporting Rack

Necessary stands/supporting racks for fixing and installing the batteries shall be supplied
with cell insulators and stand insulators. These racks / stands shall be so designed that
cells are placed within easy reach at convenient height to facilitate easy maintenance.
Minimum number of screw should be used primarily for anchoring. The joining of the frames
should not leave crevices and ensure proper and tight fit. Necessary screws etc. should be
supplied such that the racks can be fitted without any extra material. Racks shall be
constructed so as to permit free access to the floor directly beneath, thus cleaning of both
cells and floor is quick and simple task. Racks shall be duly painted with two (2) coats of
acid resistance paint and supplied in assembled state with marking. A small quantity of
loose paint shall be supplied to enable the purchaser to restore at site for any finish which
may got damage during transport. One set of battery testing equipment shall be supplied for
each battery sets according to BS-6290 (Part-IV-1997) & IEC-896-2/BSEN 6089.2, IEEE-
1188 / 1189.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
The 110V 200 AH battery shall be suitable for float charge working with 12 Amps load. The
battery voltage shall not vary beyond 1% of the nominal voltage under float charge
conditions and while discharging at 10 Hrs. Rating. The battery will be used for feeding light
load in the control room when AC supply fails. The battery should be capable of float / quick
charge when AC supply is restored.

Accessories

Each battery set shall be supplied complete with all necessary accessories viz. Stand, inter-
cell connections, cell insulators, stand insulators, cell No. plates with fixing pins,
thermometer, cell testing Voltmeter (3-0-3V) complete with leads, spanners, rubber
syringes, rubber gloves and apron etc.

Rating

The rating of battery cells shall be 10 hrs. rating corrected to 270C as defined under Clause
No. 4.1 of IS:1651 / 1991. The Ampere-hour rating for 110v battery banks shall be 200AH.
Each cell will be of 2volts. Thus, the battery bank for 110v shall consist of 55 cells
respectively.

Designation

The cell shall be designated by symbol as per relevant Standards.

Marking

The following information shall be ineligibly and durably marked on the outside of the cell.

Nominal voltage.

• Manufacturer's type and trade name.

• AH capacity at 10-hour rate.

• Voltage for float operation at 20 deg. C. with tolerance of 1%.

• Month & Year of manufacture.

• Country of origin.

• The cells and batteries may also be marked with the ISI certification mark, if any.

Capacity Requirement and Dimensions

When the battery is discharged at 10 hour rate, it shall deliver 80% of C (rated capacity,
corrected at 270 Celsius) before any of the cells in the battery bank reaches 1.85 V/cell.
The capacity (corrected at 270 Celsius) shall also not be less than 70% of C and not more
than 120% of C before any cell in the battery bank reaches 1.75 V/cell.

The battery shall be capable of being recharged from the fully exhausted condition
(1.75V/cell) at the specified float voltage. The battery design shall permit the charging of the
battery at 2.45V/cell (when two cells shorted). All the cells in a battery shall be designed for
continuous float operation at the specified float voltage throughout the life.

The battery voltage shall not be less than the following values, when a fully charged battery
is put to discharge at C/10 rate.

Table 45: Battery voltage

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
After Six minute of discharge 1.98V

After Six hours of discharge 1.92V

After 8 hours of discharge 1.85V

After 10 hours of discharge 1.75V

The bidder shall provide the Tables & Graphs showing relation of the closed-circuit voltage,
impedance and the residual capacity of each cell in the battery, when it is discharged to the
end voltage of 1.75V/cell at C/10 and C/8 rate of discharge. A table and graph showing the
relation between the impedance and residual capacity of each cell shall also be provided by
the bidder.

Expected Battery Life

The battery for float applications shall be capable of giving more than 1200 DOD (up to
80%) cycles at an average temperature of 35 Deg. C Celsius. DOD (Depth of Discharge) is
defined as the ratio of the quantity of electricity (in Ampere-hour) removed from a cell or
battery on discharge to its rated capacity.

Chemical Requirements:

Oxygen recombination efficiency of cell / battery shall be higher than 95% for charge
current C/10 under normal working conditions. The cell pressure shall be sufficient for 99%
gas recombination when working at C/10 rate of charge and ambient temperature of 270
Celsius. Under normal operating conditions grid corrosion shall not be more than 0.05
mm/year.

Throughout its life, in the operating condition of C/10 rate of charge and C/8 rate of
discharge in average ambient temperature of 350 Celsius, shedding of active material shall
not lead to short circuit. The growth of positive plate shall be less than 8% of the total plate
area throughout the specified life.

While operating in the normal conditions, the cell or battery shall not lead to dry out,
throughout the life of the battery.

Manufacturer shall supply the necessary data to support the requirement. The battery shall
not exhibit thermal runaway while working in the average ambient temperature of 350 C,
operating range of 0 to 500C and at a charge rate of C/10 and discharge rate of C/8.

Testing

Type Tests

The following tests shall constitute the type tests as per BS 6290 (Part-IV) /1997, IEC: 896-
2 / BSEN6089.2, IEEE /1189 (latest amended):

• Capacity Test

• Mechanical Test

• Short Circuit Test

• Ripple voltage Test.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
• Charge retention test.

• Endurance test.

• Suitability for float operation.

The above tests shall be performed on the basic cell constituting the 110v-200 AH Battery
set.

The following shall be carried out as acceptance tests:

• Verification of dimensions and marking and polarity test.

• Capacity test.

• Ampere-hour and Watt-hour efficiency test.

Inspection

All the tests and Inspection shall be made at the place of manufacturer unless otherwise
especially agreed upon by the bidder and purchaser at the time of purchase. The bidder
shall afford the inspection officer(s) representing the purchaser all facilities without charges,
to satisfy him that the material is being furnished in accordance with this specification. The
purchaser has the right to have the tests carried out at his own cost by an independent
agency whenever there is a dispute regarding the quality of supply.

The Inspection may be carried out by the purchaser at any stage of manufacture / before
despatch as per relevant standard.

Inspection and acceptance of any material under the specification by the purchaser, shall
not relieve the bidder of his obligation of furnishing material in accordance with the
specification and shall not prevent subsequent rejection if the material is found to be
defective. The Bidder shall keep the purchaser informed in advance, about manufacturing
programme so that arrangements can be made for inspection.

The purchaser reserves the right to insist for witnessing the acceptance/ routine testing of
the bought-out items.

Quality Assurance Plan

The tenderer shall invariably furnish following information along with his offer, failing which
his offer shall be liable for rejection. Information shall be separately given for individual type
of equipment offered.

• Statement giving list of important raw materials names of sub-suppliers for the raw
materials, list of standards according to which the raw materials are tested. List of
tests normally carried out on raw materials in presence of tenderer's representative,
copies of test certificates.

• Information and copies of test certificates as in (i) above in respect of bought out
accessories.

• List of manufacturing facilities available.

• Level of automation achieved and list of areas where manual processing exists.

• List of areas in manufacturing process, where stage inspections are normally carried
out for quality control and details of such tests and inspections.
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
• Special features provided in the equipment to make it maintenance free.

• List of testing equipment available with the tenderer for final testing of equipment
specified and test plant limitation. If any, vis-a-vis the type, special acceptance and
routine tests specified in the relevant standards. These limitations shall be very
clearly brought out in schedule of deviations from specified test requirements.

The successful tenderer shall within 30 days of placement of order, submit following
information to the purchasers.

i. List of raw material as well as bought out accessories, and the names of raw
material as well bought out accessories, and the names of sub suppliers selected
from those furnished along with offer.

ii. Type test certificates of the raw material and bought out accessories.

iii. Quality Assurance Plan (QAP) withhold points for purchaser's inspection. The
quality assurance plan and purchaser's hold points shall be discussed between the
purchaser and supplier, before the QAP is finalized.

The successful tenderer shall submit the routine test certificates of bought out accessories
and central excise passes for raw material at the time of routine testing of the fully
assembled equipment.

Documentation

The bidder shall submit the detailed drawings indicating the dimensions for battery sets
including stands. The successful tenderer shall within 2 weeks of placement of order submit
three sets of final version of all the drawings for purchaser's approval. The purchaser shall
communicate his comments / approval on the drawings to the supplier within four weeks.
The supplier shall if necessary, modify the drawings and resubmit the three copies of
modified drawings for purchaser's approval within two weeks from the date of purchaser's
comments.

The manufacturing of equipment’s shall be strictly in accordance with the approved


drawings and no deviation shall be permitted without the written approval of purchaser.

The approval of drawing by purchaser shall not relieve the supplier of his responsibility and
liability for ensuring correctness and correct interpretation of the drawings for meeting the
requirements of the latest revision of applicable standards, rules and code of practices. The
equipment shall confirm in all respect to high standards of engineering, design,
workmanship and latest revisions of relevant standards at the time of ordering and
purchaser shall have the power to reject any work of materials which in his judgment is not
in full accordance therewith.

Packing and Forwarding

The equipment shall be packed in creates suitable for vertical / horizontal transport as the
case may be, and suitable to withstand handling during transport and outdoor storage
during transit. The supplier shall be responsible for any damage to the equipment during
transit due to improper and inadequate packing. The easily damageable material shall be
carefully packed and marked with the appropriate caution symbol wherever necessary
proper arrangement for lifting, such as lifting hooks etc. shall be provided. Any material
found short inside the packing cases shall be supplied by the supplier without any extra
cost.

Instruction Manual

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
The manufacturer shall supply three copies of instructions manual for initial charging (if
required) / treatment, and routine maintenance during service, with each and every battery
set. The following information shall be provided on, the instruction cards.

• Designation of cell or battery.

• Ampere hour capacity.

• Nominal voltage.

• Manufacturer's instructions for charging.

• Voltage for float operation at 200c. with tolerance 1%.

• Maintenance instructions.

• Environmental & safety provisions required.

Battery Charger and D.C. Distribution Board

The battery charger and D.C. distribution board shall conform to the latest applicable
standards specified below. In case of conflict between the standards and this Specification,
this Specification shall govern.

Table 46: Applicable Standards

Basic climatic and mechanical durability tests for : IS: 9000


components for electronic and electrical
equipment.

Environmental tests for electronic and : IS: 9000

electrical equipment’s.

Metal clad base material for printed circuits for use : IS: 5921
in electronic and telecommunication equipment

Transformers and inductors (power, audio, pulse : IS: 6297


and switching) for electronic equipment.

Printed wiring boards : IS: 7405

Environmental requirements for semi-Conductor : IS: 6553


devices and integrated circuits.

Terminals for electronic equipment : IS: 4007

Factory built assemblies of switchgear and control : IS :8623/BS: 5486 /


gear for voltages up to and including 1000v AC
and 1200v DC IEC: 60439

Air break switches : IS: 13947 (Part –3),

BSEN 60947-3

Miniature circuit breakers : IS 8828 / BSEN: 60898

HRC cartridge fuses : IS: 13703 / BS: 88

Contractors : IS: 13947 (Part – 3) / BS:775 / IEC: 60158-1

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Control switches / push buttons : IS:13947

Indicating instruments (Analogue) : IS:1248 / BC:89 /EC:51

Degree of Protection : IS:13947-(Part1) / IEC: 60947-1

Climate-proofing of electrical equipment : BSCP : 1014

Code of practice for phosphate iron and Steel : IS: 6005 / BS:3189

Semi-conductor converters : IEC: 60146

Semi-conductor rectifier equipment safety code : IS: 6619

Specification for copper rods and bar for : IS: 613


electrical purposes

Battery Charger

• Battery charger shall be combined float-cum-boost type.

• The charger shall be static type composed of silicon controlled rectifiers (SCR’s)
and diodes connected in three phase full wave half controlled bridge circuit.

• The rectifier transformers for float and boost chargers shall be indoor dry type,
double wound with delta-star connections. The BIDDER shall ascertain if taps are
required and provide adequate number of primary and secondary taps, if necessary.

• The float charger shall be designed for supplying:

i. The D.C continuous load and short-time overload.

ii. The trickle charging current of the battery.

• The boost charger shall be designed for supplying the boost charging current of the
battery.

• If the battery and charger are to be supplied by separate contractors, the charger
Contractor shall coordinate with the battery contractor regarding float / trickle boost
charging current & voltages required for the battery.

• Battery Charger shall be provided with facility for both automatic and manual control
of output voltage and current and necessary selector switch shall be provided.
Contractor regarding the float/trickle and boost charging current and voltages
required by the battery.

• Performance

• Float Charger.

The D.C. output voltage during float charging shall be stabilized within 1% of the set DC
bus voltage.

Manual control shall be used if auto mode fails.


i. Boost Charger

For boost charging the discharged battery after a mains failure, the rectifier shall charge the
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
battery at high rate limited to the maximum boost charging voltage. After a specified
number of hours (adjustable) when the rated cell voltage is reached, the charger shall be
returned to float charge status.

• In case of combined float-cum-boost charger, the switching and control of high rate
charge and return to float charge shall be by automatic controller/regulator. Manual
control shall be used if auto-mode fails.

• During boost charging following emergency measures shall be provided:

• If the AC mains supply fails, an arrangement shall be made to automatically connect


the battery directly across the load.

• If the separate or spare float charger supplying D.C. load fails, the load shall be fed
from the point of connection at the tapping of the battery via adequately rated
blocking diodes.

• Suitable filter Circuits shall be provided in the chargers to limit the ripple content

• (peak to peak) in the output voltage to 1% irrespective of D.C Loads.

• The D.C System shall be unearthed. Sensitive earth fault detectors shall be
provided in DC system to annunciate earth fault.

Charger Panel and D.C. Distribution Board

• Battery charger panel and D.C. distribution board shall be sheet metal enclosure free
standing type with cable entry from bottom.

• Indications, controls and output voltage setting adjustments shall be on front panel.
The Contractor shall submit a scheme for alarm and trip indication lamps on the
cabinet and for fault annunciation contacts paralleled for remote annunciation.

• The components shall be liberally rated and housed in a well-ventilated sheet metal
cubicle complete with input and output terminals. Louvers shall be provided for
ventilation backed up by fine wire mesh so that the degree of protection shall be
equal to or better than IP-42.

• Bus bars shall be of Electrolytic Copper Grade conductor of hard drawn (HD) and
high conductivity. Bus bars shall be fully insulated by encapsulation in epoxy resin
with moulded caps protecting all joints

• All printed circuit cards shall be plug-in type, interlocked to prevent insertion in a
wrong slot.

• Each card shall have LED indication on its front plate to indicate normal condition
and readily and marked test pins.

• All components shall be accessible to the maintenance technician for easy


disassembly and replacement. Access to parts of equipment shall be with minimum
danger from all hazards.

• All components and modules shall be clearly and unambiguously marked and all
wiring colour-coded and tagged.

• All power and control wiring within the cubicle shall be done with stranded copper
wires. The power wiring shall be adequately sized for the required rating. The

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
minimum sizes for control wiring will be 1.5 mm2 and for power wiring shall be 2.5
mm2, 650 / 110v grade.

• Ground terminals with isolating links shall be provided.

• Cable glands shall be provided to suit the incoming and outgoing cables.

• C DB shall meet the emergency lighting requirement also

Components/Accessories

The main items are listed below. However, additional items required for completeness or to
meet the specified performance or operational requirements of the charger, shall be
deemed to be included in the Contractor’s scope. Instead of incoming ON / OFF switches,
sticker fuses and contractors, the Contractor may provide suitably rated 3 pole MCB’s with
overload and short circuit protection and auxiliary contacts.

• One (1) set - Three phase full wave half controlled bridge rectifier circuit comprising
silicon controlled rectifiers and silicon diodes complete with resistor / capacitor
network for surge protection. The diodes/SCRs shall be individually protected by
fuses with fuse fail indication.

• One (1) Double wound, dry type, three phases suitably rated mains transformer.

• One (1) set of suitably rated control transformers for electronic controller.

• One Electronic controller comprising of power supply card, soft start cum current
limit card, auto trickle mode card with facility for setting trickle charge current and
monitoring battery current, error amplifier cards and pulse generating cards for
achieving the DC output voltage stabilization of 1% and also for achieving current
limiting feature. The electronic controller shall have protection features with
indications for under-voltage, over-voltage, set output voltage and phase failure or
voltage unbalance.

The electronic controller shall be provided with following features.

i. Boost current stabilization of 2% with AC input variation of voltage and frequency


variation of 10% and 5% respectively.

ii. Boost charge current limiter with potentiometer to adjust the setting.

• Adequately sized necessary built-in accessories shall be provided such that on


failure of the controller in auto mode the voltage can be effectively controlled
manually.

• One (1) Filter circuit comprising of smoothing choke and condensers complete with
HRC fuse with trip indication for filter condenser circuit.

• One (1) Auto/Manual selector switch for selecting the mode of operation of the
controller.

• One (1) front panel mounted potentiometer for set point adjustment of output voltage
in auto mode.

• One (1) front panel mounted potentiometer for manual adjustment of voltage in
manual mode.

• One (1) TP AC ON/OFF switch for float charger incoming.


Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
• One (1) set of HRC / MCB fuses complete with fuse fittings for AC input with
suitable ratings and with trip indication.

• One (1) set of the pilot lamps with series resistors to indicate float charger AC Mains
‘ON’ Condition.

• One (1) Digital Voltmeter, ammeter and frequency meter for Mains.

• One (1) AC contactor with suitably rated coil and three main and 2 NO + 2 NC
auxiliary contacts, suitably rated thermal overload relay and ON / OFF control
switch.

• One (1) set of HRC fuses complete with fuse fittings for the DC output, and with trip
indication.

• One (1) Digital DC ammeter, with shunt, suitable range to read the float charger
output current.

• One (1) Digital DC ammeter, with shunt, suitable range to read the charging and
discharging current for battery.

• One (1) Double pole DC ON / OFF MCB switch for float charger output.

• One (1) LED indicating lamp to indicate float charger DC ‘ON’ condition.

• Duel tone alarm Annunciation System with RS 485 output with following.

i. AC Supply Failure.

ii. Rectifier Fuse Failure.

iii. Surge Circuit Fuse Failure.

iv. Filter Fuse Failure.

v. Load Limiter Operated.

vi. Charger Trip.

vii. Battery on Float.

viii. Battery on Boost.

ix. DC Earth leakage.

Power Electronic Components

• Diode and thyristors shall be of mono crystalline type silicon, capable of continuous
output at specified voltages. It shall have high power efficiency.

• If many diode or thyristor assemblies are connected in parallel, care shall be taken
to ensure that each rectifier or thyristor operates within its rating and shares the load
uniformly. This may be achieved with the help of chokes. Also, care should be taken
to select matched pairs of rectifier heat sink units.

• Each diode or thyristor built in a multi-built assembly shall be provided with a short
circuit protection to avoid complete shut-down of the equipment because of a fault
on single unit. Suitable fuses shall be provided for such protection.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
• Necessary spare capacity shall be built in the equipment to continuously supply full
load even with one unit out of circuit.

• The diodes or thyristor banks shall be natural air cooled.

• The diodes or thyristors shall be protected against over voltage due to chopping
surges with the aid of snubbers (i.e. resistor-capacitor combination and Metal oxide
varister). It shall be ensured that normal load currents and especially fault currents
are shared equally between parallel links, within the specified limits. To achieve this,
great care shall be taken to design the layout of the rectifier links to ensure equal
lengths of bus bars and as near as possible identical contact resistance in each
current path.

Drawings and Data

All Drawings, data, guaranteed technical, temperature rise calculations, detailed literature,
catalogues, type test certificates of typical Battery charger etc. shall be submitted along
with the bid / after award of contract.

MV and LV Motors

All motors shall comply with the following International standards, including standards
referred to therein. IEC60034,

IEC 60072

IS 325

IS 4029

IS 4691

IS 6362

IS 12065

IS 12075

IEC 60085

IS 1271

IS 13555

IS 12615

IS 8789

IS 900

The motors shall be as manufactured by manufacturer as approved by the JUIDCO.

Performance Features

he MV / LV motors shall be of the totally enclosed fan cooled type, with degree of protection
for enclosure of IP 55 and shall be suitable for continuous operation and direct-on-line
starting, unless otherwise specified.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Motors shall be suitable in all respects for service in extreme climatic conditions. Main
conductor and slot insulation shall be non-hygroscopic and in accordance with Class F of
IEC 60085.

Motors shall can operate continuously at rated output at any frequency between 49 and

51Hz and at any voltage within + 10% of the nominal value. Motors shall be designed to be
operated for a period of not less than five minutes at a voltage of 20% below the nominal
value and at normal frequency without injurious overheating.

The starting current at rated voltage when started direct-on-line shall not exceed 6 times
the rated full load current. When started with soft starter it should be 2.5 to 3 times the rated
full load current. The motor characteristics shall be co-ordinated with soft starter
manufacturer by contractor.

All bearings shall be fitted with oil or grease lubricators. Vertical shaft motors shall have
thrust bearings. 339

All terminals shall be of the stud type of adequate size for the particular duty, marked in
accordance with an approved standard and enclosed in a weatherproof box.

All terminal boxes shall be fitted with an approved sealing chamber, conduit entry or
adapter plate, as required, together with the necessary fittings to suit the type of cable
specified.

Power Rating of the Motors

The power rating of the motors shall be of the following

• 115% of the power input to the piece of equipment at duty point at a speed
corresponding to a frequency of 50Hz.

• The maximum power input while operating with maximum and minimum system
resistance considering pumps or other equipment operating in parallel at a speed
corresponding to a frequency of 50Hz.

• In the case of pumps, they shall be able to operate at any point along their Q-H
performance curve without overloading the motor.

Motors shall be capable of starting and accelerating the load with the applicable method of
starting, without exceeding permissible winding temperatures, when the supply voltage is
80% of the rated voltage.

Motors shall be capable of satisfactory operation at a supply voltage of 80% of the rated
voltage for 5 minutes, commencing from hot condition.

The locked rotor withstand time under hot conditions at 110% rated voltage shall be more
than the starting time at minimum permissible voltage by at least two seconds or 15% of the
accelerating time, whichever is greater. The locked rotor current of motors shall not exceed
600% of full load current of motor, which is inclusive of 20% tolerance.

Motors when started with the drive imposing its full starting torque under the specified
supply voltage variations shall be capable of withstanding at least two successive starts
from cold conditions and one start from hot condition without injurious heating of windings.
The motors shall also be suitable for three equally spread starts per hour under the above
referred supply conditions.

In case of motors started by soft starters, the three phases shall be segregated by metal
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
barriers within both line and neutral side terminal boxes. The two (2) terminal boxes shall
be on opposite sides.

The earthing pad shall be of non-corrodible metal, welded / brazed at two locations on
opposite sides. The pad size shall be 75 x 65 x 25 mm with two (2) holes drilled at 40mm
centers, tapped and provided with suitable bolts and washers for connecting the earthing
strip.

Motors shall have space heaters suitable for 230v, single phase 50Hz AC supply. These
shall be placed in easily accessible positions in the lower part of motor frame.

Provision / pocket shall be made, where specified or directed, to measure temperature of


bearing by inserting hand held temperature measuring device. (One number portable
instrument shall be provided along with the equipment) The same instrument shall also be
used to measure the pump bearing temperature or RTD temperature probe shall be
inserted to measure the temperature along with winding temperature. All wired up to
terminal box and details to be furnished to instrumentation.

Vibration sensors shall be embedded in the motor winding to avoid damage of windings due
to stress due to electrical power. All wired up to terminal box and details to be
furnished to instrumentation.

Motors shall have drain plugs so located that they will drain water, resulting from
condensation or other causes from all pockets in the motor casing.

Insulation

Any joints in the motor insulation such as at coil connections or between slot and winding
sections, shall have strength equivalent to that of slot sections of the coil. The insulation
shall be given tropical and fungicidal treatment for successful operation of the motor in
extreme climate. The motors shall be provided with class F insulation with temperature rise
limited to that of class B insulation.

The rotor bars shall not be insulated in the slot portion between the inner core laminations
for squirrel cage motors.

Features of Construction

The motor construction shall be suitable for easy disassembly and re-assembly. The
enclosure shall be sturdy and shall permit easy removal of any part of the motor for
inspection and repair.

Motors weighing more than 25kg shall be provided with eyebolts, lugs or other means to
facilitate safe lifting.

The rotor bars shall not be insulated in the slot portion between the inner core laminations
for squirrel cage motors.

At least six (6) numbers of duplex resistance type temperature detectors (RTD’s) each
having a DC resistance of 100 ohms at 00 Celsius, shall be embedded in the stator winding
at locations where highest temperatures may be expected. The material of RTD’s shall
be platinum.

At least three (3) numbers of accelerometer vibration sensors shall be embedded on the
end- winding for early detection of vibration is key in preventing forced outages.

Terminal Box

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Terminal boxes shall be of weather proof construction designed for outdoor service. To
eliminate entry of dust and water, gaskets of neoprene, Buna N shall be provided at cover
joints and between box and motor frame. The terminal box shall be suitable for bottom entry
of cables. It shall be suitable of being rotated through 3600in steps of 900. The terminals
shall be of stud type with necessary plain washers, spring washers and check nuts. They
shall be designed for rated current carrying capacity and shall ensure ample phase to
phase and phase to earth clearances. Suitable cable glands and lugs shall be supplied to
match specified cables.

Separate terminal box or plug and socket connectors shall be provided for termination of
cables for RTD’s.

Separate terminal box or plug and socket connectors shall be provided for termination of
cables for vibration sensors.

Accessories

Two (2) independent earthing points shall be provided on opposite sides of the motor for
bolted connections. These earthing points shall be in addition to earthing stud provided in
the terminal box.

Testing

All Motors shall be subject to all routine tests as per the latest applicable IS and which shall
also include the following

• Insulation resistance test.

• Measurement of winding resistance.

• High voltage test.

• No load / full load tests to determine efficiency, power-factor and slip.

• Momentary overload test.

• Test for noise levels of motor.

• Test for vibration severity of motor.

• Over speed test.

• Locked rotor readings of voltage, current and power input at a reduced voltage.

• Heat run test (on motors including and above 3.3 KV rating only).

Test certificates for test runs performed on identical motors (on motors including and above
3.3 KV rating only) shall be made available. Whenever two (2) or more identical motors
(including and above 3.3 KV rating) are being offered, type tests on one (1) of them shall be
carried out, including heat run test.

• DOL Starter feeder shall be provided for all induction motors up to 7.5 KW. With
Motor

• Protection Circuit breaker.

• Fully Automatic Star Delta starter shall be provided for motors from 9 KW up to 75
KW with MCCB, MPR etc.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
• Wherever regulated flow / control is required a VFD shall be provided.

• Soft Start starter shall be provided for motors above 75 KW with MCCB, CMPR etc.

• All Motors above 250 KW shall be with 3.3 KV starting with soft starters, VCB, and
Capacitor etc. with RTD’s and Vibration sensors.

• The 3.3 kv system will consist of motor for driving pumps and other equipment. The
vacuum circuit breaker shall be suitable for direct-on-line starting with maximum
starting current of about 6 times the full load current.

• In 3.3kv Motor Neutral Starters Vacuum contractors shall have three (3) vacuum
interrupters, one for each pole. The arcing period shall not exceed one half of a
cycle. Current shall be chopped at very low values such that the resulting induced
voltage shall be within IEC recommendations. Surge suppressor for chopping shall
be incorporated in the design, if required.

• All De-watering pump shall have local ON / OFF starter Control panel arrangement
and protection against IP 65, under voltage, over voltage, single phasing, over Load
with time delay to prevent nuisance tripping.

• All submersible pumps shall have Control Cubicle with suitable starter arrangement
and protection against under voltage, over voltage, single phasing, wrong phase
sequence, low water level, moisture entry, over temperature with time delay to
prevent nuisance tripping.

• All Motor Operated Valves shall have Actuator panel with suitable Forward / Reverse
starter with all protections to control the valve from all its positions linearly to the
selected reference position from remote PLC panel.

• All motors from 9kw up to 75kw shall be provided with large motor terminal box
greater than the standard type.

• All motors above 75kw shall be provided with double terminal box, one for motor
power connection and one for neutral soft start connection.

Soft Starters for MV Motors

The soft starters shall comply with the requirements of the following International standards
including those standards referred to therein

• IEC60034

• IEC 60947

• IS325

Construction and Performance Features

Motor soft starters shall be switched reactance type or flux compensated type or electronic
type.

Control, metering and current transformers for differential protection.

i. Shorting (bypass) arrangement.

ii. Bus bars.

iii. Power cable terminations.


Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
iv. Push buttons with indicating lamps.

v. Interlocking with motor VCB.

Soft starter shall achieve smooth starting by torque control for gradual acceleration of the
drive thus preventing jerks and extending the life of equipment. Starting current shall be
limited to 2.5 to 3 times the rated current of the motor. The soft starter manufacturer shall
co-ordinate with motor manufacturer for this purpose. Separate removable gland plates
shall be provided for power and control cables. Each cubicle shall be fitted with a label in
the front and rear of the cubicle, indicating the panel designation, rating and duty. Each
relay, instrument, switch, fuse and other devices shall be provided with separate labels. A
detailed wiring diagram shall be provided showing the starting interlock, trip circuit, starting
and running mode signals. It shall be possible to manually start the motor locally from the
starter panel or in ‘Auto’ mode through the PLC.

Main Bus Bars

Bus bars shall be fully insulated by encapsulation in epoxy resin, with moulded caps
protecting all joints. Bus bars shall be supported on insulators capable of withstanding
dynamic stresses due to short circuit. Bus bars shall be of hard drawn copper conductor
and of high conductivity, EC grade copper of 99.7% purity.

Earthing

A copper earthing bus shall be provided at the bottom and extended throughout the length
of the panel. It shall be bolted / welded to the framework. All non-current carrying metal
work of the panel shall be effectively bonded to the earth bus. Hinged doors shall be
earthed through flexible earthing braid.

Panel Accessories and Wiring

Panels shall be supplied completely wired internally up to equipment and terminal blocks
and ready for the external cable connections at the terminal blocks. Inter panel wiring
between compartments of the same panel shall be provided. All auxiliary wiring shall be
carried out with 1100 volts grade, single core, stranded copper conductor with PVC
insulation. The sizes of wire shall be not less than 1.5 sq. mm. Terminal blocks shall be of
stud type, 10 A rated, complete with insulated barriers. Terminal blocks for CT’s shall
be provided with test links and isolating facilities. All spare contacts and terminals of cubicle
mounted equipment and devices shall be wired to terminal blocks. Accuracy class for
indicating instruments shall be 1.0 or better. Instruments shall be 110 mm square, with
a2400 scale for flush mounting with only flanges projecting. Push buttons shall be provided
with inscription plates engraved with their functions.

Indicating lamps shall be of clustered LED type. Space heaters of adequate capacity shall
be provided inside each panel. They shall be suitable for 230v, 1ph, 50Hz supply. They
shall be complete with MCB and thermostat. Each panel shall be provided with 230
volts, 1 phase, 50 Hz, 5 A, 3 pin receptacle with MCB located in a convenient position. An
interior illuminating lamp together with the operating door switch and protective MCB’s shall
be provided. The DC and AC auxiliary supply shall be distributed inside the panel with
necessary isolating arrangements at the point of entry and with sub-circuit MCBs as
required.

Testing

Each soft starter unit shall be tested at the manufacturer’s work. Test result must satisfy all
of the characteristics during starting and acceleration against their quoted values listed in
the design submittals.
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Cables: HV, LV Power and Control

Cables of voltage rating above 1.1KV (i.e. 3.3 KV, 22 KV etc.) should be of XLPE round
armoured and 1.1KV and below should be PVC cable.

The cables shall conform to the latest applicable standards specified below.

Table 47 Applicable Standards

PVC insulated cables (for voltage up to 1100V) : IS: 694

HRPVC & PVC insulated cables heavy duty : IS: 1554

Cross linked polyethylene insulated PVC : IS: 7098

Low frequency cables and wires with PVC : IEC: 60189-1 & IEC: 60189-2
sheathed cables
PVC insulation and sheath of electric cables : IS: 5831
insulation and sheath
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 : BS: 6346


supply

Specification for PVC insulation and sheath of electric : BS: 6746


cables.

Features of Construction

HV Power Cables:

XLPE Insulated HV all aluminium stranded Power Cables:

The Cables shall be 22kv, 3.3kv earthed grade, heavy duty, stranded aluminium Conductor,
XLPE Insulated, Conductor Screening by extruded Semiconducting compound, insulation
screening through Combination of semi conducting compound and non-magnetic tape
(Copper tape), inner sheath over laid up cores, galvanized steel wire armoured (Aluminium
wire armouring for single core cables), outer sheath of extruded black PVC Compound type
ST-2. Core Identification shall be by printed numerals.

LT Power Cables

• PVC Insulated Cables

The Cables shall be 1.1 KV Grade, heavy duty, Stranded Aluminium above 6 sq.mm /
Copper Conductor 6 sq. mm and below, PVC Compound type A insulated, inner sheathed,
galvanized steel wire / armoured, black PVC compound type ST1 outer sheathed.

• XLPE Insulated Cables

The Cable shall be 1.1 KV Grade, heavy duty, stranded aluminium above 6 sq.mm / Copper
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Conductor 6mm and below, XLPE insulated, inner sheathed, galvanized steel wire
armoured, extruded black PVC Compound type ST2 outer sheathed.

• Control Cables: (4 sq. mm and below with copper conductor).

The Cables shall be 1.1KV grade, heavy duty, stranded copper conductor, PVC Compound
type A Insulated, galvanized steel wire armoured extruded PVC type ST1 outer sheathed.

• The tests carried out on every cable length and / or drum at manufacturer's
premises shall include following tests as applicable but not be limited to:

i. High voltage DC insulation pressure test, between cores, each core to earth,
metallic sheath or armour as applicable.

ii. Insulation resistance test;

iii. Core continuity test and identification.

iv. Conductor resistance test.

v. Elongation test.

vi. Smoke density test.

vii. HCl gas generation test.

viii. Anti-rodent test (presence of lead).

Cable Rating

The Contractor shall ensure that cable and wires associated with the distribution and
control systems, plant wiring and all other installations throughout the Works are
adequately rated for their use. In assessing the rating of any cable or wire, the following
factors shall be taken into account:

• Supply voltage and frequency.

• Maximum voltage drop permissible.

• Type and magnitude of load.

• Fault level and duration related to circuit protection relays and fuses.

• Circuit over current protection.

• Route length and disposition of cables.

• Ambient temperature.

• Method of installation

All power cables shall be sized for continuous current carrying capacity at the ambient
temperature of 450 C. The design current of any circuit shall exceed the full load current of
the supplied device by at least 10%. Power cables shall be sized to limit the maximum
voltage drop to no more than 3%. Under motor starting conditions the corresponding
voltage drop shall not affect the operation of the motor controls or the ability of the motor to
start and run effectively and in any event shall not exceed 10%. The Contractor when sizing
cables for the remote operation of shunt trip coils shall take due account of the voltage drop
caused by the momentary current surge taken at the instant of energisation. HV and LV
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
cables shall be sized for a fault clearance time of 0.5 seconds for the incoming feeders and
0.16 seconds for switchboard feeders controlled by circuit breaker.

All power cables shall be sized based on continuous current capacity, permissible voltage
drop and short circuit current rating. The voltage drop shall be limited to 2.5 % at rated
equipment current rating.

Cable Colours

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.

The colour coding should be as follows

3 Phase Red, Yellow and Blue.

1 Phase Red and Black.

Earth Green / Yellow.

Control Blue (dc) and Red (ac).

Cable Conductors

Copper conductors shall be used for cables of sizes up to 4 Sq.mm. Aluminium conductors
shall be used for cables of size 6 Sq. mm and above. Cores of cross-sectional area greater
than 1.5 mm2 shall be stranded. Lighting final distribution circuits shall be of a minimum
cross-section of 1.5 mm2. Power cables shall be of a minimum cross-section of 2.5 Sq.
mm. internal wiring of control panels shall be of a minimum cross-section of 1.0 Sq.mm
flexible and stranded. Control cables shall be of a minimum cross-section 1.5 Sq.mm for
external use and 1.0 Sq.mm for internal use.

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. Cables of different categories shall be tagged with the
following subscripts and three-digit number.

HV Power HV-P.............

LV Power P...................

Control C.............

instrumentation I..............

Protection PR.............

Cable Drums

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.

The Bidder shall indicate in the offer, the maximum length for each size of cable, which can
be supplied on one drum. The actual length supplied on each drum shall be within tolerance
limit of 5% without any tolerance on total ordered quantity of each size of cable. However,
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
before winding the cables on drums. Contractor shall obtain Employer’s approval for the
drum lengths.

Each drum or coil of cable shall be accompanied by a certificate stating the manufacturer's
name, cable size and number of cores, length, result and date of tests as required in the
Employer’s Requirements. Cables manufactured more than 12 months before delivery will
not be accepted. All cables shall be delivered with cable ends effectively sealed by
hygroscopic scaling caps. When a cable is cut from a drum both ends shall be immediately
sealed to prevent ingress of moisture. Cables shall not be transported to site in loose coils
but a number of short lengths of cable may be transported on the same drum. The
Contractor shall be wholly responsible for the purchase and / or hire costs of all cable
drums and for the removal of these drums from site after use.

Cable Installation

General

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.

Cables grouped together shall have insulation capable of withstanding the highest voltage
present in the group.

Cable fire sealing shall be provided such that fire proof cable penetration seals rated for two
hours shall be provided. The FPS system shall comply in all respects with the requirements
of the codes and standards described in IEC 331 and IEC 332. Type tests shall be
conducted on different fire-stop test specimens described above in accordance with
standard IEEE 634.

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 48: Separation Distances in mm between different Categories of Cable

Cable Category HV Power LV Power C&I/Protection

HV Power N/A 300 500

LV Power 300 N/A 300

C&I/Protection 500 300 N/A

These separations are minimum and special circumstances such as the presence of high
current flows, or harmonic content may necessitate larger separation distances.

In order to make economic use of the cable support system, cables shall be arranged in
groups of 50 mm maximum overall diameter. 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.

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.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Where practical a separate cable support system shall be provided for power and non-
power cables. Where this is not practical a separation of 150 mm shall be maintained
between power and non - power cables when run on the same support system.

Heavy duty galvanized iron cable tray and ladder racking shall be used for cable support
systems. Plastic or 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.

Cables laid Direct in Ground

Buried cable up to 1100 V shall have a minimum cover of 500 mm measured 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.

Cables of greater than 650 / 1 100V shall be buried with a minimum cover of 1m. 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 75mm of sieved sand shall be laid
above the cable. Interlocking cable protective covers, minimum 1m 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 50mm. Warning tape shall be laid a minimum of 200mm above the
protective covers. Cables are to be installed without tees or through joints unless otherwise
approved by the Engineer. Single core cables shall be run in trefoil formation.

Cables laid in Underground Ducts

Underground ducts shall be constructed of impact resistant PVC-U and laid at a minimum
depth of 500 mm, ducts shall be surrounded by at least 75 mm of sieved sand except at
road crossings where it shall be 1m deep and encased on all sides by 150mm of concrete.
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.

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
Engineer. 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.

Cable Installed in Conduit

General

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. 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.

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
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
connected by means of male brass bushes and couplings.

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.

Heavy hexagonal lock nuts shall be used at all positions where running joints are required
and great 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.

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, Isolator / V.C. Panels, etc. Intermediate joints in the cable will only
be allowed by arrangement with the Engineer. Where terminal blocks are necessary, they
shall be of the porcelain type with brass pinching screws.

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.

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.

Surface Installation

Surface conduits shall be secured and fixed by means of distance spacing saddles or
approved purpose made clips 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
Engineer 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
Engineer. Any drilling or access which is required through any structural member of the
building shall be agreed with the Engineer before carrying out the work 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.

Concealed Installation

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. Crampets or similar fixings shall be used for attaching the conduit to
brick work, etc. Building nails will not be accepted.

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
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
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.

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.

The conduit installation shall be inspected by the Engineer before the building operation
conceals the work.

Cable Installed in flexible Conduit

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 300mm. 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.

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.

Cable Installed in Cable Trunking-Metal

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. Segregation of cables shall be carried out if
required using continuous sheet steel barriers with the bottom edge welded to the trunking.
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.

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. 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. Trunking
shall be supported at intervals not greater than 2m horizontally or 2.5m vertically.

Crossings over expansion joints shall be made in flexible conduit. 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.

Cable and conduit / trunking runs shall be determined by the Contractor and agreed by the
Engineer before any work is started. The run shall be at least 150mm clear of plumbing and
mechanical services. Conduit / trunking systems erected outside a building shall be
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
weatherproof.

Cable Installed on Cable Tray

Cable tray shall be of perforated sheet steel with formed flanges and of minimum thickness
not less than 1 mm for trays up to 100 mm width, not less than 1.25 mm for trays from 100
mm to 150 mm width and not less than 1.5 mm for trays from 150 mm to 300 mm width.

Cable tray shall be hot dipped galvanized. Cable tray for use in areas where chlorine gas
may be present shall construct from U-PVC or GRP. Cable tray supports shall be of a
compatible finish with the associated cable tray.

All cable tray tees, intersection units, bends, turns and sets shall, whenever possible, be
purpose made by the manufacturer and shall be of a matching design to the main section of
cable tray.

Tray shall only be joined by couplers supplied by the manufacturers. The joint shall be
secured in accordance with the manufacturer’s instructions.

Cable tray supports supplied by a manufacturer or made up on Site shall be of ample


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.

Wherever possible, cable trays shall be installed in full lengths without cutting. Should it be
necessary to cut or drill a length of tray, then for galvanized trays, 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.

All cables shall be firmly secured to the tray using purpose made saddles, as approved by
the Engineer, 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 125kg.

Cable trays shall not be cut to allow the passage of cables through the surfaces of the tray.

The sizing of the cable tray shall provide a minimum of 25% spare capacity. The tray shall
be run at least 150 mm clear of plumbing and mechanical services.

Cable Installed on Ladder Rack Systems

Ladder racking either light or heavy weight shall be proprietary item and installed in
accordance with manufacturer's instructions. Bends in the installation shall take account of
the minimum bending radii of cables to be installed. Cables shall be clipped to the ladder
rack using designed for the system in use and appropriate to the type and size of cable
installed. The sizing of the cable rack system shall provide a minimum of 25% spare
capacity. The ladder racking shall be run at least 150 mm clear of plumbing and mechanical
services.

Cable Clipped Direct

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

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
cables at all times during their installed life.

Cable Installed in Internal Flood Trench in Shallow Trenches (Maximum Depth 500
mm)

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 approved manner.

Here the trench is shared by other services, cables shall be installed on the walls of the
trench in an approved manner.

All other trenches including walk through service ducts cabling shall be installed to the walls
of the trench in an approved manner. Where other services are present the cables shall be
segregated from them 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. 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.

Cable Terminations and Joints

Power Cable Terminations

Power cables shall be terminated in suitable boxes arranged for bolting to switchgear,
motor starters and motors. Cores shall have either crimped lugs or sleeves to match either
post terminals or bolted clamp terminals.

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.

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.

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.

Where terminations of multi core type must be made on to items of Plant which must 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.

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.

Power Cable Joints

Through joints shall only be allowed with the approval of the Engineer. 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
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
for compound. Bonding straps shall be fitted with armour clamps across the joint and
inspected by the Engineer prior to filling the box with compound. Wrapped pressure type
joints will not be accepted.

In case of HT cable end termination and straight through joints shall be approved heat
shrinkable type. High voltage test shall be conducted and test reports and megger values
shall be submitted after test along with calibration certificates of the instrument used for
measuring.

Multi Core or Control Cable Terminations

A sufficient number of terminals shall be provided to terminate all cable cores including 10%
spare cores. For control and auxiliary wiring an additional 20% of this number shall be
provided as spares.

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.

Terminals which remain energized when the main equipment is isolated shall be suitably
screened and labelled. Terminal blocks for different voltages or circuit type shall be
segregated into groups and distinctively labelled.

Cable Fixings

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.

Large single cables shall be secured with cable clamps or cable cleats.

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 Engineer. 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.

Cable Glands

Glands shall generally be of the mechanical double compression hexagon type. Earth
continuity of brass glands shall confirm to BS: 6121 / EN 50262: 1999. This may be
achieved by the rigid clamping of the armour within the gland and the intimate contact
between the threaded components of the gland and the equipment. Each gland shall be
installed complete with proprietary earth tag providing a ready means of connecting a
flexible strand or strip earth bond to the gland at any position around the gland in relation to
the associated apparatus. Adequate earth continuity shall be assured between the earth
tag, the gland and the armour wires of the cable where applicable.

Glands for single core cables shall be constructed from non-magnetic materials. Each gland
shall be installed complete with a proprietary non-ferrous lock-nut to secure the gland body
to the equipment where the entry hole is plain, i.e. not tapped.

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
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
ensure that swarf and filings, etc. do not enter the equipment.

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.

For dry indoor situations, standard industrial glands with shrouds are acceptable.

For hazardous areas, glands conforming to Exceed standard shall be used with double sea
l and shroud.

Power cable glanding arrangements in hazardous areas shall incorporate an insulated


adapter and earth link. This shall provide the facility to disconnect the armouring from the
glanded device in order that a true earth loop value may be measured when carrying out
tests on the installation. Cable Glands shall be suitable for indoor and outdoor use,
appropriate for single wire armoured, plastic or rubber sheathed cable. Which provides grip
to the cable with outer and inner seals suitable for all climatic conditions. Weatherproof and
waterproof.

Marking Locations of Underground Cables

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 300mm above ground level
and directly above the point where cables pass through the wall. In addition, concrete route
marker posts shall be installed at intervals of not more than 50m at all junctions and
changes of direction along the cable route and cable joint markers shall be provided where
ever undergrounding cable joint exists. Such marker posts shall be not less than 200mm
high and of substantial construction. A drawing or sample of a typical marker post shall be
submitted for the approval of the Engineer.

The markers shall be marked `electric cable' / ‘cable Joint’ in English and the vernacular.

Drawings and Data

All Drawings, data, guaranteed technical, detailed literature, catalogues, type test
certificates of typical type of cable etc. shall be submitted along with the bid / after award of
contract.

Cable Carrier System

General

The cable carrier system covers the supply of cable racks, cable trays and its supporting
accessories.

Table 49 Applicable Standards:

Steel for general structural purposes IS: 2062

Dimensions for hot rolled steel beam, column channel and angle sections IS: 808

Code of practice for use of metal arc welding for general construction in mild steel IS: 816

Hot deep galvanizing of iron & steel IS: 2629

Methods of testing uniformity of coating of zinc coated articles IS: 2633

Hot dip zinc coatings on structural steel and other allied products IS: 4759

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Cable Racks, Trays and their Support Structure

a) Typical cable tray arrangement/trench arrangement/directly buried cable arrangement


etc.

b) Cable racks / trays shall be fabricated from standard structural steel members.

c) All cable trays, vertical raceways, cable racks and cable tray supporting structures shall
be hot dip galvanized.

Galvanizing

Wherever galvanizing has been specified, the hot dip process shall be used. The
galvanized coating shall be of uniform thickness. Weight of Zinc coatings for various
applications shall not be less than those indicated below:

Fabricated steel

Thickness 1.2 mm up to 2 mm :340 grams / Sq. mm.

Thickness 2 mm up to 5 mm :460 grams / Sq. mm.

Thickness 5 mm and above :610 grams / Sq. mm.

Fasteners

Up to Nominal Size M 10 :270 grams / Sq. mm.

Over M 10 :300 grams / Sq. mm.

Galvanizing shall be carried out after all drilling, punching, cutting, bending and welding
operations have been carried out. Burrs shall be removed before galvanizing. Any site
modification of galvanized parts such welded joints, fabricated cable trays and supports
should be covered well by zinc rich primer and aluminium paint.

Drawings and Data

All Drawings, data, guaranteed technical, calculations, detailed literature, catalogues,


similar test certificates etc. shall be submitted along with the bid/ after award of contract.

Lighting System

General Requirements

The Lighting system includes the following items

Lighting fixtures complete with Lamps and accessories lumen per watt shall be indicated.
Lighting system equipment shall have ISI make. Light control switches, receptacle units
with control Switch units, lighting wires, conduits and other similar items necessary to
complete lighting system shall be provided. Lighting fixture supports, street lighting poles
and flood Lighting, Main Lighting distribution board, lighting panels, Multi core cables for
street, boundary and flood lighting shall be ISI make. DC Emergency Lighting shall be
provided for Substation room, SCADA room and Switchgear room. Load balancing of
lighting system shall be made.

The illumination levels for various areas shall be as follows

Table 50: Illumination levels

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Area Illumination level (lux) (lumen/Sq.mm.)

Pump Houses/Equipment Rooms 250

Office/Conference Rooms 400

Electrical/Switchboard Rooms 250

All Other Indoor Areas 150

Outdoor Switchyard Area 50

Outdoor Plant Areas and Roads 10

The following values of ‘light loss factor’ shall be considered for design:

Indoor air-conditioned area : 0.8

Other indoor areas : 0.7

Outdoor area : 0.6

The Contractor shall furnish detailed design calculations, uniformity factors, and ratios of
maximum to minimum illumination levels, ratios of average to minimum illumination levels,
glare values, etc. for approval by the JUIDCO’s Representative. Detailed characteristics of
various types of fixtures including photometric curves and tables shall also be furnished for
review.

The size of the wiring to be furnished shall be such as to limit the voltage drop to a
maximum within 3% of the service voltage. The minimum area of conductor shall be as
follows:

Table 51: Minimum area of Conductor

Min Copper Conductor


Service Current Rating Loading
Area

Lighting Fixtures All 1.5 mm2 per the lamp

Receptacles 6A 2.5 mm2 100 watts

Receptacles 16A 4.0 mm2 500 watts

Industrial Receptacle 20A, 3Ø 6.0 mm2 1500 watts

Lighting load / Ø 20A 4.0 mm2 3000 watts

Applicable Standards:

All light fittings shall be energy efficient type with lumen per watt shall be specified. The
design, manufacture and performance of equipment shall conform to the latest standards
specified below

Table 52: Standards for Lighting Fixtures & Accessories


Details Standards

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Details Standards

Electrical lighting fittings general and safety IS: 1913/ BS:4533


requirements

Code of practice for industrial lighting IS: 6665

Calculation of Co-efficient of Utilization IS: 3646 (Part - III)

Industrial lighting fittings with metal IS: 1777

Reflectors

Decorative lighting outfits IS: 5077

Dust proof electric lighting fittings IS: 4012

Dust tight electric lighting fittings IS: 4013

Flood lights IS: 10322/BS:4533

Luminaires for street lighting IS: 10322 Part 5

Water tight electric lighting fittings IS: 3553/ BS: 4533, 5225(I)

Bayonet lamp holders IS: 1258/BSEN 61184/IEC:60061

Edison screw lamp holders IS: 10276/BSEN 60238

Bi-Pin lamp holders for tubular fluorescent lamps IS: 3323

Starters for fluorescent lamp holders for starters for IS: 2215/BSEN 60155
tubular

Fluorescent lamps IS: 3324/ BSEN 60400

Ballast for use in fluorescent lighting fittings IS:1534(Part 1)/BSEN 60920 & 60921

Transistorized ballast for fluorescent lamps IS: 7027

Ballast for HP mercury vapour lamp IS:6616

Capacitors for use in fluorescent HPMV & LP sodium IS: 1569/ BSEN 61048
vapour discharge circuits

Vitreous enamel reflector for tungsten filament lamp IS: 8017

Tubular fluorescent lamps IS: 2418 (Part –1) /BSEN 60081


IEC: 60081

High pressure mercury vapour lamps IS: 9900/BS:3677/ IEC: 60188

Tungsten filament general electric lamps IS: 418/IEC:60432

Cast acrylic sheets for use in Luminaries IS: 7569

Screw less terminal and electrical connections for IS: 10322


lighting fittings

High pressure sodium vapour lamps IS: 9974

Emergency lighting units IS: 9583

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Details Standards

Ignition proof enclosures, dust-tight for elect. IS: 11005


Equipment

Luminaries IS: 10322 (Part I to V)

3.Lighting System Equipment:

Arrangement for bus bars, main connections and IS: 5578/ 11353/BS: 159
auxiliary wiring and marking

Enclosed distribution fuse boards and Cut-outs for IS: 2675/ BSEN 60439
voltages not exceeding 1000V

Cut-outs for voltages not exceeding 1000V General IS: 13947


requirements for switchgear and Control gear for
voltages not exceeding1000 V

Code of practice - installation and maintenance of IS: 10118/BS:6423, BS: 6626, BS


switchgear 6867

Factory built assemblies of switchgear and control gear IS: 8623/BS-5486/ IEC:60439
for voltages up to and Including 1000 V AC and 1200 V
DC

Miniature air break circuit breakers for AC circuits IS: 8828/ BSEN 60898

HRC cartridge fuse links up to 650 V IS: 9224/BS:88/ IEC:60269

Current transformers IS: 2705/BS:7626/ IEC:60185

Voltage transformers IS: 3156/BS:7625/ IEC:60186

Direct acting electrical indicating Instruments IS: 1248/BS:89/ IEC:60051

A.C. electricity meters IS: 722/BS 5685

Electrical relays for power system protection IS:3231/BS:142/ IEC:60255

Switches for domestic and similar purposes IS: 3854/BS:3676

Three pin plugs and socket outlets IS: 1293/BS:546

Boxes for enclosure of electrical accessories IS:14772

Rigid steel conduits for electrical wiring IS: 9537/BS:31

Accessories for rigid steel conduits for wiring IS: 3837/BS-31

Flexible steel conduits for electrical wiring IS: 3480

Rigid non-metallic conduits for electrical Installations IS: 9537/BS:4607(2)

Fittings for rigid non-metallic conduits IS: 3419/BS:4607(2)

PVC insulated cables for working voltages Up to and IS: 694


including 1100 V

Tubular steel poles IS: 2713

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Details Standards

Specification for copper rods and bars for electrical IS: 613
purposes

Code of practice for phosphate iron and steel IS: 6005/ BS:3189

Fittings for rigid steel conduits for wiring IS: 2667

Lighting Fixtures (Luminaries)

• Luminaries shall be designed for continuous trouble-free operation without reduction


in lamp life or without deterioration of materials and internal wiring. Outdoor fittings
shall be weather- proof and rain-proof type.

• The Luminaries shall be designed so as to facilitate easy maintenance, including


cleaning,

• Replacement of lamps / starters etc.

• Connections between different components shall be made in such a way that they
will not work loose by small vibration.

• For each type of Luminaries the Contractor shall furnish the utilization factor tables
to indicate the proportion of the light emitted by the bare lamps which falls on the
working plane.

• All Luminaries shall be supplied complete with lamps suitable for operation on a
supply voltage with the variation in supply voltage, frequency and combined voltage
and frequency of 10%, 5% and 10% respectively.

• The Luminaries and accessories shall be designed to have low temperature rise.
The temperature rise above the ambient temperature shall be as indicated in the
relevant Standards.

• Fluorescent type, induction type, mercury vapour type and sodium vapour type
Luminaries shall be complete with accessories like lamps, ballasts, power factor
improvement capacitors greater than 0.95 PF, starters, re-wirable fuse and fuse
base. These shall be mounted as far as possible in the luminaire housing only. If
these cannot be accommodated integral with the Luminaries then a separate metal
enclosed control gear box shall be included to accommodate the control
accessories together with a terminal block suitable for loop-in, loop-out connections.
Outdoor type fixtures shall be provided with outdoor type weather-proof box.

• Fluorescent type Luminaries with more than one lamp shall be provided with
capacitors connected in lead-lag circuit for correction of stroboscopic effect.

• Each luminaire shall have a terminal block suitable for loop-in, loop-out and T-off
connection by 250 / 400 V, 1 core, PVC insulated copper / aluminium conductor
wires up to 4 sq.mm in size. In outdoor areas, the termination at the luminaire shall
be suitable for 1100 V, PVC insulated, copper / aluminium conductor, armoured
cables of sizes up to 6 sq.mm conductor. Terminals shall be of stud or clamp type.
The internal wiring should be completed by means of standard copper wire of
minimum 1sq.mm size and terminated on the terminal block. Terminal blocks shall
be mounted with minimum two fixing screws.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
• Mounting facility and conduit knock-outs for the luminaries shall be provided.

• The fixtures provided shall be energy efficient and shall be consuming less power.

• Earthing

• Each luminaire shall be provided with an earthing terminal suitable for connection to
the earthing conductor of 12 SWG GI wire.

• Where separate control gear box is provided for housing the accessories the same
shall be provided with an earthing terminal suitable for connecting earthing
conductor of 12 SWG GI wire.

• All metal or metal enclosed parts of the luminaire / control gear box shall be bonded
and connected to the earthing terminal so as to ensure satisfactory earthing
continuity.

Painting / Finish

• All surfaces of the Luminaire / Control gear box housing accessories shall be
thoroughly cleaned and degreased. It shall be free from scale, rust, sharp edges
and burrs.

• When enamel finish is specified, it shall have a minimum thickness of 2 mils for
outside surface and 1.5mils for inside surface. The finish shall be non-porous and
free from blemishes, blisters and fading.

• The luminaire housing shall be stove-enamelled/epoxy stove-enamelled-vitreous


enamelled or anodized as indicated under various types of fittings.

• The surface shall be scratch resistant and shall show no sign of cracking or flaking
when bent through 900 over 1/2” dia. Mandrel.

• The finish of the luminaire shall be such that no bright spots are produced either by
direct light source or by reflection.

• External control gear box provided for housing accessories shall be painted or
galvanized.

Decorative Luminaries

Fluorescent Luminaries

• These luminaries shall be generally indoor type provided with cold rolled cold
annealed (CRCA) sheet steel channel / rail cum reflector housing complete with all
electrical control accessories mounted on it. The finish shall be stove enamelled.

• Decorative fluorescent type luminaries shall be either open type, provided with
translucent white opal acrylic diffusers, polystyrene lens prismatic or square
polystyrene louvers.

• Luminaries shall be suitable for the number of lamps of specified wattage, direct
mounting on ceiling / wall / column pendant mounting or for recess mounting in false
ceiling.

• Decorative luminaries with mirror optic reflectors shall be of the wide-angle


dispersion type. Where these luminaries are mounted in control rooms and
computer rooms, clip-on type adjustable reflectors which can be attached onto the
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
tube shall be provided to direct the light output in the desired direction. This is
mainly to reduce reflection of the light source from TV / monitor screens.

• Luminaries mounted recessed in false ceiling shall be with reflector housing and
spring loaded fixing arrangement for the diffuser/louver frame. It shall be possible to
have access to the lamp and other accessories from below.

Industrial Luminaries

Fluorescent Luminaries

• The luminaire shall be provided with CRCA sheet steel mounting rail with reflector of
minimum 20 SWG thicknesses and complete with all control accessories mounted
on it. The finish shall be vitreous enamelled.

• Luminaries shall be suitable for the number of lamps of specified wattage, direct
mounting on ceiling / wall / column / pendent mounting.

• The distribution of light shall be such that at least 80% of the total luminous flux from
the luminaire shall be in the lower hemisphere.

• The luminous output of the luminaire with reflector shall not be less than 75%
irrespective of type of reflector used.

CFL/ Mercury Vapour/ Sodium Vapour/ Induction Lamps Luminaries

Bulk Head Luminaire

• The luminaire shall be of robust construction, with cast aluminium / vitreous


enamelled housing, heat and shock resistant prismatic or clear glass cover fixed
with neoprene gaskets for sealing. For mechanical protection to the glass cover,
round steel wire-guard with vitreous enamelled finish shall be provided.

• The luminaire shall be suitable for CFL up to 15 watts, for direct mounting to ceiling /
wall / column and used for general purpose indoor lighting.

High, Medium and Low Bay Luminaries

• High and medium bay luminaries shall be with cast aluminium housing, anodized
aluminium mirror polished reflector canopy with eye bolt for suspension, cooling fins
and glass cover.

• The luminaire shall be suitable for mercury vapour lamps up to 1000 watts and
sodium vapour lamps up to 400 watts or induction lamps. The control gear
accessories shall be mounted integral with the luminaire.

• High bay luminaries shall be used when the mounting height is above 8 meters
while medium bay luminaries shall be used when the mounting height is around 6 to
8 meters.

Flood Light Luminaire

General purpose flood light luminaire

• Flood light luminaries shall be of weather proof construction with cast aluminium
housing, anodized aluminium mirror polished reflector, heat resistant, toughened
glass cover and necessary neoprene gaskets to prevent ingress of dust.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
• The housing shall be supported on a cast iron base and capable of being swivelled
in both horizontal and vertical directions and locked in any desired position.

• For focusing purposes, knobs, shall be provided along with sector plate indicating
the angle in degrees between 0 and 90 deg. in vertical direction.

• The Luminaries shall be suitable for single and dual mercury vapour or sodium
vapour lamps up to 400 watts, induction lamps up to 400 watts or halogen lamps up
to 1000 watts. When mercury vapour or sodium vapour lamps are specified, the
same shall be mounted in a separate sheet metal enclosed/cast aluminium weather
proof control gear box.

• The luminaire shall be provided with cable gland on the canopy in down ward
direction for cable connection.

• It shall be possible to adjust the lamp position to achieve wide beam, medium beam
or narrow beam.

• It shall be possible to replace the lamp from the canopy without opening the front
glass.

Outdoor Lantern Luminaries

Post top Lantern.

• Post top lantern Luminaries shall be generally outdoor weather proof type for
illumination of walkways, gate posts, gardens etc.

• The luminaire shall have cast aluminium spigot of 50/60 diameter finished with
corrosion proof paint for mounting, opal acrylic or high-density polyethylene (HDP)
diffuser bowl, complete with integral mounted control gear,neoprene gaskets,
earthing terminal etc.

• The luminaire shall be suitable up to 100 W induction lamp, 125 W mercury vapour
lamps or 70 W sodium vapour lamp.

Sub-station Lantern

• Sub-station lantern shall be generally outdoor weather proof type for illumination of
switchyard equipment.

• The luminaire shall have cast aluminium housing finished with corrosion proof paint,
spigot for mounting on pole, prismatic glass refractor dome to give distribution of
light in horizontal plane, anodized aluminium reflector to give light distribution at an
angle.

• 20 to 40 degrees, above the horizontal plane, complete with integral mounted


control gear, neoprene gaskets, earthing terminal etc.

• The Luminaries shall be suitable up to 100 watts induction lamp, 125 W mercury
vapour lamp or 70 W sodium vapour lamp.

Street Lighting Luminaries

Fluorescent Luminaries

• Street lighting fluorescent luminaire shall be outdoor weather proof type for
illumination of secondary roads, walkways, peripheral lighting of buildings etc.
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
• The luminaire shall be of semi-cut off or non-cut off type, with CRCA sheet steel
housing, vitreous enamelled, plain or corrugated clear acrylic cover, complete with
integral mounted control gear, neoprene gaskets, side pipe entry or top suspension
type.

• The luminaire shall be suitable for 1 x 40 watts or 2 x 40 watts fluorescent tubes and
for mounting heights up to 4 meters with T5 lamps.

Mercury vapour, Induction and sodium vapour luminaries.

• Street light induction / mercury / sodium vapour luminaries shall be outdoor weather
proof type for illumination of main roads, traffic islands etc.

• The luminaire shall be of semi-cut off with cast aluminium housing, acrylic or
prismatic cover, polished aluminium reflectors, complete with integral mounted
control gear, neoprene gaskets and with rear pipe entry.

• The luminaries shall be suitable up to 400 watts mercury or sodium vapour lamps
and for mounting heights from 4 meters to 12 meters.

Portable Emergency Light Luminaries

• Emergency light of Installed luminaire shall be indoor type for providing emergency
light during failure of normal AC supply.

• The luminaire shall be with CRCA sheet steel enclosure, complete with metalized
mirror reflector, leak proof re-chargeable battery rated for two-hour discharge,
battery charger, charger-on lamp, push button switches, automatic changeover
switch/relay, two-meter length cord with plug, mounting pads and other accessories
required for satisfactory operation of the luminaire.

• The luminaire shall be suitable for connection to 240 V, 50 Hz single phase supply.
On failure of normal A.C. supply the luminaire shall pick-up automatically and on
restoration of A.C. supply the luminaire shall switch off automatically.

• The luminaire shall be suitable for incandescent lamp up to fluorescent lamp up to


20W.

Accessories for Luminaries

Reflectors

• The reflectors shall be made of CRCA sheet steel/ aluminium/ silvered


glass/chromium plated sheet copper as indicated for above mentioned luminaries.

• The thickness of steel/aluminium shall comply with relevant standards. Reflectors


made of steel shall have vitreous enamelled finish. Aluminium used for reflectors
shall be anodized/epoxy stove enamelled/mirror polished. The finish for the reflector
shall be as indicated for above mentioned fittings.

• Reflectors shall be free from scratches or blisters and shall have a smooth and
glossy surface having an optimum light reflecting coefficient so as to ensure the
overall light output specified by the Contractor.

• Reflectors shall be readily removable from the housing for cleaning and
maintenance without disturbing the lamps and without the use of tools. They shall
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
be securely fixed to the housing by means of positive fastening device of captive
type.

Lamp holders/ Starter Holders:

• Lamp holders shall have low contact resistance, shall be resistant to wear and shall
be suitable for operation at the specified temperature without deterioration in
insulation value. They shall hold the lamps in position under normal condition of
shock and vibration met with under normal installation and use.

• Lamp holders for the fluorescent lamps shall be of the spring loaded bi-pin rotor
type.

• Live parts of the lamps holder shall not be exposed during insertion or removal of
lamp or after the lamp has been taken out. The lamp holder contacts shall provide
adequate pressure on the lamp cap pins when the lamp is in working position.

• Lamp holders for induction, mercury vapour and sodium vapour lamps shall be of
Edison Screw (E.S.) type.

• The starter holders shall be so designed that they are mechanically robust and free
from any operational difficulties. They shall be capable of withstanding the shocks
met within normal transit, installation and use.

Control switchgear ectronic ballasts/ Ballasts:

• The ballasts shall be designed to have a long service life and low power loss. The
ballasts shall be of the inductive, heavy duty type copper wire wound, filled with
thermosetting, insulating, moisture repellent polyester compound filled under
pressure or vacuum. Ballasts shall be provided with taps to set the voltage within
the range of variation in supply voltage of ±10% of 240 V. End connections and taps
shall be brought out to a suitable terminal block rigidly fixed to the ballast enclosure.
Ballasts shall be free from hum and such of those which produce hum shall be
replaced by Contractor free of cost.

• Ballasts shall be mounted using self-locking, anti-vibration fixings and shall be easy
to remove without demounting the fittings. They shall be in dust tight, non-
combustible enclosures.

• Separate ballast for each lamp shall be provided in case of multi lamp luminaries,
except in the case of 2 x 20 Watts luminaries.

Starters/igniters:

• Starters shall have bimetal electrodes / electronic igniters and high mechanical
strength. Starters shall be replaceable without disturbing the reflector or lamps and
without the use of any tool. Starters shall have brass contacts and radio interference
capacitors.

Capacitors

• The capacitors shall have a constant value of capacitance and shall be connected
across the supply of individual lamp circuits.

• The capacitors shall be suitable for operation at specified supply voltage conditions
and shall have a value of capacitance to correct the power factor of their
corresponding lamps circuit to the extent of 0.95 lag or better.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
• The capacitors shall be hermetically sealed preferably in a metal enclosure to
prevent seepage of impregnate and ingress of moisture.

Lamps

Lamps shall be capable of withstanding small vibrations and the connections at lead in
wires and filaments/electrodes shall not break under such circumstances.

a) Induction lamps

b) Induction type lamps shall be rated for 230/250 volts, Single phase A.C.

c) Lamps shall be with Edison Screw type metal lamp caps to prevent pilferage.

d) Lamps shall be milky white for diffused, soft, glare free lighting and rated up to 100
watts.

e) Fluorescent Lamps

f) Fluorescent lamps shall be low pressure mercury vapour (T 5) type with High lumen
/ wattage consumption and high efficiency and longer burning life (about 2500
hours).

g) Lamps shall be of white light type suitable for operation on 240 V, single phase A.C.
in standard lengths of 2, 4 and 5 feet and ratings up to 65 watts.

h) Lamps shall be provided with features to avoid blackening of lamp ends.

i) High intensity discharge lamp

These lamps include high pressure mercury vapour lamps and high-pressure sodium vapour
lamps.

i. High pressure mercury vapour lamps shall be with quartz discharge tube, internal coated
shell, quick re-strike time (of within 5 minutes) and with burning life (about 5000 hours) in
standard ratings up to 1000 watts.

ii. High pressure sodium vapour lamps shall be with polycrystalline translucent, coated
discharge tube, coated shell, quick re-strike time (of within 5 minutes) and with burning life
(about 10,000 hours) in standard ratings up to 400 watts

Lighting System Equipment

Main Lighting Distribution Board and Lighting Panels (AC Phase segregated & DC)

Constructional Feature

i. Boards and panels shall be sheet steel enclosed and shall be fully dust and vermin
proof, providing a degree of protection of IP 52. Outdoor panels shall in addition be
completely weather-proof with a sloping canopy for protection against rain and
providing a degree of protection of IP 55. The sheet steel used for frame, frame
enclosures, doors, covers and partitions shall be cold rolled 2 mm thick.

ii. All boards and panels shall be provided with hinged doors for access to equipment.
Doors shall be gasketed all round with neoprene gaskets. For the main floor, mounted
distribution boards with the MCB arranged in tier formation, the hinged door of each
unit shall be interlocked so as to prevent opening of the door when the switch is ON
and to prevent closing of the switch with the door not fully closed. However, a device
for by-passing the door interlock shall be provided to enable the operation of the switch
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
with the door open, when necessary, for examination/maintenance. For wall mounting
1-phase ways lighting panels when provided with MCBs, a hinged, latched front door
shall be provided with key-locking facility and a slotted Bakelite sheet shall be provided
inside. Only the MCBs operating knobs or the fuse cap covers shall project out of the
Bakelite sheet slots for safe operation and neat appearance. Incomer to lighting panels
shall be provided with TPN MCB with ELCB.

iii. All accessible live connections/metals shall be shrouded and it shall be possible to
change individual fuses, switches, MCBs from the front of the boards/panels without
danger of contact with live metal.

iv. For floor mounting type distribution boards, adequately sized mounting channels shall
be supplied and for wall/column/structure mounting type panels suitable mounting
straps shall be provided.

v. Adequate interior cabling space and suitable removable cable entry plates shall be
provided for top/bottom entry of cables through glands and or conduits as required.
Necessary number of glands to suit the specified cable sizes shall be provided. Cable
glands shall be screwed on type and made of brass.

vi. Two earthing terminals shall be provided to suit the earthing conductor.

vii. All sheet steel parts shall undergo rust-proofing process which should include
degreasing, de-scaling and a recognized phosphate process. The steel works shall
then be painted with two coats of Zinc - chromate primer and two coats of final stove-
enamelled finish paint of specified colour.

Bus bars:

i. Bus bars shall be of copper conductor of hard drawn (HD) and high conductivity. Bus
bars shall be fully insulated by encapsulation in epoxy resin with moulded caps
protecting all joints.

ii. Bus bars shall be provided with at least the minimum clearances in air as per
applicable standards for 500 V, 3 phase systems.

iii. Bus bars shall be adequately sized for the continuous current rating such that the
maximum temperature of the bus bars, bus bar risers/droppers and contacts does not
exceed 85 C under site reference ambient temperature.

iv. The bus bars, bus bar connections and bus bar supports shall have sufficient strength
to withstand thermal and electro-mechanical stresses of the fuse/MCB’s let
through/cut-off current associated with the specified short-circuit level of the system.

v. Bus bar supports shall be made from suitable insulating material such as Hylam
sheets, glass reinforced moulded plastic materials, permali wood or cast resin.
Separate supports shall be provided for each phase of the bus bars. If a common
support is provided for all three phases, anti-tracking barriers shall be incorporated.

vi. The neutral bus of the main 3 phase, 4 wire distribution board shall be rated not less
than 50% of the phase bus bars. The neutral bus of the 1 phase ways lighting panel
shall be rated same as the phase bus bars. The neutral bus should have sufficient
terminals and detachable links for full number of single-phase outgoing lighting circuits.

Panels/Boards’ Component Equipment:

Miniature Circuit Breakers (MCB) / ELCB / RCCB

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
i. MCBs shall be hand operated, air break, quick make, quick break Type conforming to
applicable standards.

ii. The switch shall be protected by fuse and the MCB shall be provided with
overload/short-circuit protective device for protection under overload and short-circuit
conditions. The minimum breaking capacity of MCBs shall be 6 kA r.m.s. at 415 V/220
V D.C.

iii. Switch shall have provision for locking in both fully open and closed positions. MCBs
shall be provided with tag on facility.

iv. The incomer shall be MCCB for ≥ 100 A and shall be MCB TPN for < 100A
connections shall be phase segregated shall be insulated and all live connections
shall be shrouded. RCCB with suitable rating shall be provided for incomer 100mA
and power receptacle feeder 30mA. One digital type energy meter shall be provided
on each lighting MCB DB.

Fuses for DC / Thyristor fuses:

i. Fuse less system is preferable however some special case fuses can be used.
Fuses generally shall be of the HRC cartridge fuse-link type having a certified
rupturing capacity of 80 kA at 440 V. Fuses up to 63A for distribution systems of
medium short circuit levels may be of HRC link type, having a certified rupturing
capacity of not less than 46kA at 440 V and 16 kA at 250 V D.C .

ii. Fuses shall be provided with visible indication to show that they have operated.

iii. Insulated fuse pulling handle shall be provided for each size of fuse for each
switchboard.

iv. All thyristors shall be protected with fuses and fuse fail indicators.

Indicating Instruments and Meters (Digital):

Whenever required, digital instruments and meters shall be of the flush mounting type.
They shall be suitably mounted so as to provide for easy access to CTs and small wiring.

ii. Instruments such as voltmeter and ammeter shall be of digital instruments.

Watt-hour meters shall be of direct reading of digital multifunction meter.

Instrument Transformers:

i. Current and voltage transformers shall be of the dry type, of metering accuracy
class 1.0. Unless otherwise specified, it shall be the responsibility of the Contractor
to ensure that the VA burden of the instrument transformer is adequate for the
meters connected to it.

ii. Test links shall be provided in both secondary leads of the CTs to easily carry out
current and phase angle measurement tests. Facilities shall be provided for short-
circuiting and grounding the CTs at the terminal blocks.

iii. Voltage transformers shall be provided with suitably rated primary and secondary
fuses.

Indicating Lights:

Indicating lights shall be of the clustered LED type with translucent covers.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Internal Wiring:

• Panels/boards shall be supplied completely wired, ready for the external


connections at the terminal blocks. Wiring shall be carried out with 650/1100V
grade, PVC insulated, stranded aluminium/copper conductors. Conductors of
adequate sizes shall be used to suit the rated circuit current.

• Engraved identification ferrrules, marked to correspond with the wiring diagram shall
be fitted at both ends of each wire.

• All wiring shall be terminated on terminal blocks. Terminal blocks shall be one piece
moulded rated 500V,of reputed make, preferably stud type for higher current ratings
such that wires are connected by cable-lugs and complete with nuts and washers.

• Terminals shall be adequately rated for the circuit current; the minimum rating shall
be 20A.

• Terminals for circuits with voltage exceeding 125V shall be shrouded.

• Terminals shall be numbered and provided with identification strip for identification
of the circuit.

Terminal blocks for C.T. secondary lead wires shall be provided with shorting and
disconnecting/earthing facilities.

Labels& Diagram Plate:

• All door mounted equipment as well as equipment mounted inside the


switchboard/panels shall be provided with individual labels with equipment
designation/rating. Also, the boards/panels shall be provided on the front with a
label engraved with the designation of the board/panel.

• Labels shall be made of non-rusting metal, 3-ply lamicoid or engraved PVC.

• Inside the door of the 1 phase ways lighting panels a circuit diagram/description
shall be fixed for reference and identification.

Light Control box and switches:

• Light control switches of ratings and types, i.e. decorative/industrial shall be


supplied as required. The switches shall be Modular suitable for use on 240V, 1Ph,
50Hz supply.

• Switches shall be of flush type for mounting behind an insulated modular plate or
incorporated with a switch plate for mounting flush with the surface of wall or switch
box/suitable enclosure. The modular switch box / enclosure may be recessed into or
mounted on a wall as per the requirement of project layouts.

• The size of enclosure modular boxes shall be chosen to accommodate the number
of switches to be installed at the location. The enclosures shall be 18-gauge sheet
steel galvanized. The enclosure plates / boxes shall be fabricated out of quality
tested raw material such as metal, PVC, power coated metal. An enclosure intended
for surface mounting shall not have holes or gaps in its sides other than those
expressly provided for cable entry.

Receptacle Units:

• Receptacle units shall consist of socket outlet with associated switch and plug. The
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
socket outlet and switch (5/6A) or MCB (15/16A) shall be flush mounted within
galvanized 18-gauge steel / modular enclosure with insulation cover. The box may
be recessed into or mounted on a wall as per requirements of project layouts.

• The receptacle units shall be suitable for 240V, 1 ph. - N, 50 Hz, 5/6A / 415V, 3 Ph.
- N, 50 Hz, and 15/16A supply as required.

• Single phase receptacles 15/16A shall be associated with ELCB / RCCB and MCB
of same current rating and the receptacle shall become live only when the
associated ELCB / RCCB and MCB is in “ON” position.

• Three phase receptacles shall be metal clad associated with a TPN MCB housed in
the same enclosure. The receptacle shall become live only when the associated
MCB switch is in “ON” position

• The plugs shall be provided along with three phase receptacles with cord grips to
prevent strain and damage to conductors/wires at connection and entry points.

Lighting Wires:

• The wires for wiring in lighting system shall be 1100-volt grade ISI make, 1/C, PVC
insulated, un-armoured with stranded copper conductors.

• The minimum area of conductors shall be 1.5 sq.mm. for light fittings and 5/6A
Receptacles and 2.5 sq.mm for receptacles rated 15/16 A and above.

• The wires shall be coded white for phase/positive of D.C. and black for
neutral/negative of D.C.

Conduits:

• Rigid non-metallic conduits and their associated fittings as required shall conform to
applicable standards. The minimum size of conduit shall be 20 mm for surface
installation and 25 mm for concealed installation.

• Non-metallic conduits shall be supplied in standard lengths of 5 m of 2.5 mm


thickness and shall confirm IS 9537 Part-3.

• Supply of conduits shall include all associated fittings like couplers, bends and tees
as required for lighting system installation work inclusive of all the consumables
such as adhesive tape / paste, rawal plug, screws etc.

Junction Boxes:

• Square or rectangular type modular Junction boxes with terminals shall be supplied
for branching and terminating lighting cables when required for indoor / outdoor
areas, 3 phase receptacles etc.

• The junction boxes shall be dust and vermin proof and shall be fabricated from
quality tested raw material such as metal, PVC and powder coated metal and shall
be complete with removable cover plate with gaskets. Boxes shall be additionally
weather proof with earthing terminals.

• The boxes shall have provision for wall, column, pole or structure mounting and
shall be provided with cable/conduit entry knock outs, terminal blocks, earthing
terminals as required.

• The terminal blocks, with specified number of terminals, shall be mounted securely
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
on brackets welded to the back sheet of the box. The terminals shall be 600 V,
grade, one piece construction complete with terminals, insulation barriers,
galvanized nuts, bolts and washers and provided with identification strips of PVC.
The terminals shall be made of copper alloy and shall be of box clamp type.

• The boxes shall be aesthetic look and weather proof for outdoor unit with MCB for
branching lighting circuit.

Lighting Poles and Flood Light Pole Mounting:

• Lighting poles for street lights and flood lights shall be of stepped tubular steel poles
construction as per applicable standard. These poles shall be coated with
bituminous preservative paint on the inside as well as embedded outside surface.
Exposed outside surface shall be painted with one coat of red lead oxide primer.
After completion of installation two coats of aluminium paint shall be applied.

• Poles for mounting flood lights shall be supplied whenever required and as per
typical attached drawing. Unless otherwise specified, poles shall be painted with
red lead oxide primer and two coats of aluminium paint. A steel ladder shall be
provided. The length of each step of the ladder shall be at least 300 mm and
spacing between two adjacent steps not more than 300 mm.

• The supply of poles shall be complete with fixing bracket/ necessary pipe reducer
for fixing the fitting and also include the necessary associated pole mounted junction
boxes. The required sizes of poles and the junction box shall be as indicated in the
attached drawings.

Drawings and Data:

All Drawings, data, technical, calculations, detailed literature, catalogues, test certificates
etc. shall be submitted along with the bid / after award of contract. Earthing and Lighting
Protection System.

General

The scope of work shall consist of designing the earthing and lightning protection systems
in accordance with the applicable standards and specific design criteria listed below:

• The design shall be based upon the average value of soil resistivity as measured for
different electrode spacing at the Project Site. Measurements shall be taken from 2
to 100 meters or more in steps of 5 and 10 meters. At least 2 sets of 20 readings
each shall be taken over the project area, each set in a different direction.

• Permissible values of step and touch potentials shall be based on the weight of a
human being as 70 kg and an earth fault current of 40 kA for 1 second.

• Gravel where used shall have a surface resistivity taken as 3,000 ohm-m.

• The depth of burial of earth conductors shall be 600 mm below ground level.

• Ground resistance with only electrodes of maximum of 1 ohm.

• Ground resistance of earthing grid of maximum of 1 ohm.

• Provide a corrosion allowance of at least 20%.

• The earthing conductor material shall be GS pipe electrode shall be of a minimum of


40 mm diameter and 3,000 mm long.
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
• Earthing system design and calculations shall be subject to the approval of the
JUIDCO’s Representative.

The earthing and lightning protection system covers earthing conductors, earth electrodes
and accessories. Metallic frame of all electrical equipment shall be earthed by two separate
and distinct connections to earthing system; Crane rails, tracks, metal pipes and conduits
also shall be earthed at two points. Steel RCC Columns, metallic stairs and rails of the
building housing electrical equipment also shall be connected to nearby earthing grid
conductor. Metallic sheaths/ screens and armour of multi core cables shall be earthed at
both ends. Metallic sheaths and armour of single core cables shall be earthed at the
switchgear end only. Every alternate post of switchyard fence shall be connected to the
earth grid by GS flat and gates by flexible lead to earthed post. Each Continuous laid length
of cable tray shall be earthed at minimum two places by GS Flats to earthing system, the
distance between the earthing points shall not exceed 30m.

Lightning Protection System shall compromise vertical / horizontal air terminations, down
conductors, test limits and earth electrodes. Air terminations, down conductors and test
links shall be of galvanized steel conductors and earth connection below the ground level
shall be of mild steel.

While sizing the buried earth conductors, a corrosion allowance of at least 20% shall be
taken. Plant earthing system shall be designed such that the overall earthing grid
resistance is the maximum one (1) ohm.

Lightning Protection System down conductors shall not be connected to other earthing
conductors above the ground level. Earthing and lightning protection system conductors run
along walls, columns, etc. shall be cleared at an interval not to exceed 750 mm.

The earthing and lightning protection system shall conform to the Indian Electricity rules,
and the latest applicable standards indicated below:

Table 53: Applicable Standards


Code of Practice for Earthing : IS: 3043

Code of Practice for the Protection of Building and


: IS: 2309
allied structure against lightning

Hot dip galvanizing : IS: 2629, 2633, 4759

Structural steel : IS: 2062 & 808

Welding : IS: 816

Earthing Conductor

The electrical installation shall where required be connected to the general mass of the
earth by an earthing conductor. The material used for the earthing conductor shall be as
follows:

• Conductors above ground shall be galvanised steel flat.

• Conductor buried in the ground or embedded in concrete shall be galvanised steel,


rod /flat.

Allowance shall be made for reduction in the cross section of the steel over the design life
of the earthing system;
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
The earth electrode system shall comprise one or more earth electrodes, earthing network,
mesh or a combination of these in order to obtain the required earth electrode resistance.

Earth electrodes where used shall be of heavy duty galvanised mild steel pipe of not less
than 40 mm NB and 3000 mm long. Where multiple electrodes are used, they shall be
separated by not less than the driven length.

Each earth electrode pipe shall be welded at the top to a mild steel plate to which the
earthing tapes shall be connected. These connections shall each be housed in individual
concrete inspection chamber set flush to the finished ground level and shall allow
disconnection for testing of individual electrodes. The chamber shall be permanently
marked `Electrical Earth'.

All materials used for the earth electrode installation shall be purpose made for the
application and site conditions and shall be approved by the JUIDCO’s Representative.

Unless otherwise stated all excavation for the installation of the earth electrodes and the
inspection pit shall be carried out by the Contractor.

After the earth installation has been completed the Contractor shall demonstrate to the
Employer’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.

Marker posts and plates shall be provided to mark the route of buried tape or conductor
electrodes. The markers shall be similar to those provided for cable routes.

The lightning protection shall be provided by the contractor as per code of practice for
lightning protection – IS: 2309.

Main Equal Potential Bonding Conductor

Main equal potential bonding conductors shall be provided to connect the earth electrode
system to conductive parts forming the Works.

Equal potential bonding conductors shall have the following minimum sizes.

Table 54: Minimum sizes of Equal potential bonding conductors

Main Equal Potential Conductors Size

Main Earth Conductor buried in earth 40 mm dia. MS Rod / 50 x10mm GS flat

Transformers, main switchboard and standby 50 x 10 mm flat


generator installation

interconnection to lightning protection system 50 x 10 mm flat

interconnection to MCC s 50 x 10 mm

Equal potential Conductors 50 x 6mm flat

interconnection to CP s 25 x 3 mm flat

power factor correction capacitor panel 25 x 3 mm flat

local push buttons 14 SWG wire

lighting distribution board 4 SWG wire

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
lighting and receptacle system 12 SWG wire

outdoor street lighting 8 SWG wire

ladder rack and cable tray at suitable points 25 x 3 mm

hand rails and metallic structures 25 x 3 mm flat

building reinforcement 25 x 3 mm flat

incoming and outgoing process services 25 x 3 mm flat

steel structures comprising storage tanks, 25 x 3 mm flat


mezzanine platform, crane rails, air handling
ductwork systems etc.

LV Motors up to 10 kW 8 SWG wire

10 to 20 kW 4 SWG wire

20 to 50 kW 25 x 3 mm flat

Earth electrode 40mm dia. 3000mm long heavy-Duty G.I. pipe


electrode

Notes:

Equipotential conductors shall interconnect between the device to be bonded and the main
equipotential conductor.

Connections to building structural steelwork or concrete reinforcement shall be made by a


bolted connection to a tag welded to the steelwork or reinforcement bars. Unless otherwise
specified at least two connections shall be made to the steelwork and reinforcement bars at
the perimeter of each building at diagonally opposite locations.

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:

• A separate core within a multi core cable.

• A separate conductor installed within a conduit or trunking. Steel conduit or trunking


shall not be used as a circuit protective conductor.

• The metal sheath of an armoured cable. The sheath shall be bonded to the
metalwork of the apparatus and to the apparatus earth bar if any.

• The copper sheath of a mineral insulated copper sheathed cable.

• An independent earthing conductor MS or GS conductor run adjacent to the circuit it


protects.

Circuit protective conductors associated with the main circuits supplying switchboards and
large electrical loads, i.e. motors in excess of 75 kW shall form a separate core of a multi
core cable feeding the device or shall be an independent insulated copper conductor run
adjacent to the supply cable. 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.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
The armouring of the supply cable shall not form the sole means of earthing a switchboard
or large electrical load.

Where the cable armouring or sheath is used as the circuit protective conductor it shall be
securely bonded at both ends to the metalwork of the apparatus and to an earth bar.
Particular care shall be taken to ensure continuity across items of apparatus situated within
a cable run and should the design of such items of apparatus not give adequate and lasting
continuity through its structural body then additional earthing clips and conductors shall be
provided to independently bond the cable sheaths together. Similarly, additional earthing
clips shall be provided to bond the cable sheaths/armour to any piece of apparatus fitted
with a special earth terminal should the earth connection for the termination gland be
inadequate. Any additional earthing clips shall be fitted within the apparatus wherever
possible.

Instrumentation Earth

An instrumentation earth bus, if required shall be provided in each control panel. This shall
comprise a copper flat of cross section not less than 25 x 6mm 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 instrument plate type earth. 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. In this fashion, all instrument earths shall be connected radials from the same plate
type earth point.

The earth pit for instrumentation system shall be separate. Instrumentation earthing System
conductors shall not be connected to other earthing conductors above the ground level. All
signal cable screens (analogue and digital) shall be terminated onto 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. Connection between instrument earth bar and
instrument plate type earth pit shall be insulated copper wire such that earth pit resistance
is less than 1 Ohm at panel.

SPDs associated with the control and instrumentation system shall be earthed to the
instrument earth in accordance with the SPD manufacturer’s recommendations.

Galvanizing

Wherever galvanising has been specified, the hot dip process shall be used. The
galvanised coating shall be of uniform thickness. Weight of Zinc coatings for various
applications shall not be less than those indicated below:

Table 55: Fabricated steel


Thickness 1.2mm up to 2mm 340grams/Sq. mm.

. Thickness 2 mm up to 5 mm 460grams/Sq. mm.


Thickness 5 mm and above 610grams/Sq. mm.

Fasteners

Up to Nominal Size M10 270grams/Sq. mm.

Over M 10 300grams/Sq. mm.

Burrs shall be removed before galvanising. Any site modification of galvanised parts should
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
be covered well by zinc rich primer and aluminium paint.

FIRE ALARAM

Designing, providing, installing, commissioning and giving test of Fire alarm panel in Indoor
Substation, Pump House as per detailed specifications.

The fire smoke alarm detection system is to be installed as per latest applicable safety
norms and applicable IS some of the reference standards are IS 2189, IS 2175, IS 11360
etc.

The system includes:

• Zone semi addressable fire alarm panel with audible, visible with Reset, Accept,
Lamp test. Battery backup / charger circuit with require supply provide with battery
backup 01 No.

• Zone semi addressable Repeater fire alarm panel with audible, visual with Alarm
Accept, Lamp test for show Repeater signal of pump room 01No.

• Supply of Photo optical detectors with M.S. Junction box for mounting base plate of
smoke detectors with cable gland entry. 09 Nos

• Supply & laying & fixing of 2core x1.5mm copper conductor Armoured Cable with all
fitting accessories. 90 Mtrs

• Supply & laying & fixing of 3core x1.5mm2 copper conductor Armoured Cable for
energize 230volts. Supply for main control panel with fitting accessories 50 Mtrs.

• Supply & laying & fixing of 4core x1.5mm2 copper conductor Armoured Cable from
main fire alarm panel to main gate Security Office Repeater cable. @100 mts.

• S.I.T.C. of External Hooter 01No.

• S.I.T.C. of Manual Call Point with Chain & Hammer (break glass unit) 01 No.

HT Power Line

The HT supply will be drawn from the 220/22 KV AMBI substation of JUVNL/JBVNL as per
the directives of Engineer-In-charge.

The work is to be carried out as per all the technical and safety norms, IE Rules and
regulations applicable for the entire work.

The scope also includes all the necessary permissions, approvals, liaisoning, and cost of
land to erect the poles and necessary arrangements etc., material, labour, Electricity Board
supervision charges.

The indicative list of material to be used for HT line is given below; however, the HT line
work is to be completed as per the approvals and sanctions by JUVNL/JBVNL officials,
Engineer-In -charge, Electrical Inspector etc.

• Description of Material

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
• 22 KVHT Over head work

• RSJ152x152,13 m long

• RSJ 116x100, 11 m long

• MS Channel 100x50x6 mm

• M.S. Channel 75x40x6 mm

• MS angle 50x50x6 mm

• M.S. Flats (50 X 10mm)

• G.I. Nut Bolts

• Disc/ Pin Insulator 22 KV 4500 KG.

• SSN Hardware for 0.1 Dog or AAAC 100 Sq.mm

• Strain Hardware for Dog 0.1 or AAAC.

• ACSR 0.1

• Sleeve Joints

• H.T. Stay Set

• Stay Wire 7/8

• Earthing Sets H. T

• G.I. Barbed Wire `A' type.

• Danger Board in yard.

• Concreting ration 1:4:8

• G.I. Wire 8 SWG/ 6 SWG

• Black Bituminous Paint

• Red Oxide Paint for 2 coats

• Aluminium Paint for 1 coat

• Sundries

• Wedge connectors DOG TO DOG

• 22KVUnderGroundCablework

• Providing, Supplying, 22KV, 3C x 185Sq. mm /240 sqmm /300Sqmm XLPE cable, 1 km

• Laying of 22 KV, 3Cx 185 Sq. mm/240sqmm/ 300Sqmm XLPE cable, 1KM

• Digging for Laying of 22 KV, 3Cx 185 Sq. mm/240sqmm/ 300Sqmm XLPE cable

• Indoor Termination for 22 KV, 3Cx 185 Sq. mm/240sqmm/ 300Sqmm XLPE cable 2Nos

• Out Door Termination for 22 KV, 3Cx 185 Sq. mm/240sqmm/ 300Sqmmcable, 2 Nos

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
• Straight through Joint for 22 KV, 3Cx 185 Sq. mm/240sqmm/ 300Sqmm XLPE cable, 4 Nos

• 22 KV, 4 way HT Feeder pillar, 1 No

• Earthing for HT feeder Pillar, 2 Nos

• Hume pipe150mm full Round

• Hume pipe150mm Half Round

MAKING HOUSE SERVICE CONNECTIONS

One Service connection means one tapping from a distribution main / sub- main including
one tapping saddles, elbows, and service pipe from tapping point to the chamber near
property boundary or inside the property as per the direction with U-ball valve.

Providing required size of HSC brass ferrule with union confirming to relevant IS make hole
by drilling on top of distribution mains, fixing the ferrule making the connection water tight
etc., as shown in the drawing and as directed by the Engineer including cost of required
specials. Drilling charger, hydraulic testing, maintaining the same for the period under O&M.

• All service pipes and fittings from the connection on the water main to any premises
shall be laid by the Contractor as per specifications and the approved drawings. The
connection pipe shall be laid in the ground and shall not be less than 45 cm below
the surface unless laid inside a building. All pipes shall be laid or fixed in such a
manner as not to be exposed to the heat and not to cause any damage to any
consumer’s pipes and fitting and there should not be any risk of mixing waste water
or cause contamination of water. The material of the pipes and fittings shall be got
approved from the Engineer-in-charge before use. The position of the stopcock on
the connection pipe shall be decided by the Contractor. All cocks and taps fitted to
the service pipes in any premises shall be of a screw down pattern and of quality
approved.

• No pipe used for the conveyance of water shall be laid or fixed which shall run
through any drain or any place where water through such pipes is liable to become
polluted or contaminated or where the pipe is likely to get damaged. However, in
unavoidable cases such consumer's pipe may pass through an exterior air tight and
water tight pipe or jacket of cost iron or other material approved by the Executive
Engineer of sufficient length and strength and of such construction as would provide
adequate protection to the inner pipes. The cost of which is to be borne by the
Consumer.

• Every premise supplied with water shall have its own specific connection pipe and
no connection pipe shall be used to supply water to more than one premises.

• The position of stop cock on the connection pipe shall be decided by the Contractor
who shall have exclusive control over this stop cock and its operation.

• For connections of sizes 25 mm and above, the stop cock will be fitted with a crutch
of spindle head of specific design to suit a key or wheel kept by the Contractor.

• The leakages up to the stop cock or up to the meter without stopcock shall be
removed by contractor at his cost.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
MATERIAL

Medium Density Polyethylene pipe (MDPE) below ground level and GI pipe above Ground
level (as a casing pipe for crossing the drain) shall be used for house service connection.

COMPOSITE STRAP SADDLE

SCOPE:

The specification covers the requirements for manufacturing, supplying testing at works of
Composite Strap Saddle used for tapping water supply connection from D.I. pipe
distribution line.

STANDARDS

Pipe compatibility: D.I. K – 7 pipes as per ISO: 2531, EN: 545, EN: 598, IS: 1239-1, IS:
3589. Comply with ISO: 4427 Part – 3 & EN: 12201 – Part -3

SPECIFICATION

GENERAL SPECIFICATIONS:

• Clamp saddles for service connection from water distribution mains shall be of wrap
around design, wide skirt and wide straps support, which shall reinforce the pipe
while providing excellent stability to the saddle. Clamp Saddles for service
connections shall be of fastened strap type with threaded outlet for service
connection.

• The service connection threading sizes shall be conforming to IS: 554.

• Clamp saddles shall be suitable for DI/GI/uPVC/HDPE pipes of nominal sizes.

• The straps shall be elastomer coated (insulated) type for firm grip on pipe as well as
to protect the coating on the pipe and to insulate the un-identical metals. The
saddles shall be single strap type up to pipe sizes of NB 600 and service outlet of
½”, ¾” and 1”.

• The saddles shall be double strap type for pipe sizes above NB 600 or when the
service outlet is 1 ¼”, 1 ½” or 2”.

• Fasteners shall be of threaded nut-bolt-washer type. Nut-bolts of size ½” (M12) shall


be used for saddles of size up to 4” (NB 100) and Nut-bolts of size 5/8” (M16) shall
be used for saddles of size 6” (NB 150) and above.

• The sealing between the saddle and mains shall be obtained by using a profiled
elastomer seal matching to the curvature of the pipe. The seal shall be of elastomer
type, suitable for all potable water applications.

• The Material of construction of the body shall be of a non-corrosive material such as


engineering plastic (PE/PP) or stainless steel or a combination of both.

• The design of the saddle body should be such that, the service connection outlet
metal insert shall project out towards pipe side and align with the hole drilled on the
pipe to ensure positive locking against rocking or creeping on the pipe, as might be
caused by vibration, pressure or excessive external loading.

• The clamp saddles shall be suitable for maximum working pressures up to 10 bars.
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
MATERIAL AND DESIGN SPECIFICATIONS

SADDLE BODY

Non-corrosive Engineering Plastic (PP / PE) body moulded with Stainless steel threaded
metal insert for tapping outlet. Also, the stirrup metal plate shall be duly embedded in the
plastic body, except at the place of nut-bolt lugs. Threading size and dimensions shall
conform to IS: 554. The body shall have retaining cavity housing for internal and external
retention of the elastomeric seal. Sealing shall be achieved by pressure exerted by the
body while fastening the saddle straps & body on the pipe.

SADDLE STRAP:

Saddle straps shall be made of stainless steel 304 grade to prevent corrosion over the long
service life.

STRAP INSULATION

Elastomeric (rubber) insulation / lining shall be such that none of the Stainless-Steel Strap
is in direct contact with the pipe. It shall ensure a firm non-slip grip mounting on the pipe to
prevent the saddle from rocking or creeping on the pipe, as might be caused by vibration,
pressure or excessive external loading.

SADDLE SEAL

It shall be virgin rubber SBR Grade 30 / NBR (NSF 61 approved). It shall be of type
pressure activated hydro-mechanical design. It shall be contoured gasket to provide a
positive initial seal, which increases with increase in the line pressure. Gasket shall be
gridded mat, with tapered ends, with the outlet section having O-ring contacting the saddle
body multiple O-rings contacting the pipe, preferably with a Stainless-steel reinforcing ring
insert moulded to prevent expansion under pressure.

NUTS-BOLTS- WASHER

Stainless Steel Type 304, NC rolled thread, Tightening torque for ½” (M12) nut-bolt: 14 - 15
kg.m and for 5/8” (M16) nut-bolt: 21-23 kg.m

• GRP/ PE Meter Box

• Suitable for accommodation water meter and gate valve as per approved drawing

• Should have proper locking arrangement.

• Capable to bear a live load of 150 kg.

• Indicative size should be 500 mm X 250mm X 250mm.

• Capable to tolerate temperature variation from 5 to 50 degrees Celsius in exposed


conditions.

Water Meters (Consumer)

Scope

This includes magnetic type multiple jet class ‘B’ Digital type inferential (turbine type) water
meters (domestic type) ISI marked/ EEC approved/MID certified having dry dial sizes up to
and including 50mm along with tail pieces with connecting nuts having nominal flow rates in
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
the range of 1.5 to 15 kl/h suitable for measuring the flow of potable water at a nominal
pressure of 1 Mpa (maximum) and ambient temperature.

REFERENCES

Indian Standards 779: 1994 (Reaffirmed 2004)/ ISO 4064.

MATERIALS

Water meter shall be made of materials of adequate strength and stability for the purpose
for which the water meter is to be used. It must be constructed with materials which are
resistant to internal and normal external corrosion and if necessary be protected by some
suitable surface treatment. Parts coming in contact with water shall be made of materials
resistant to corrosion and shall be nontoxic and non-staining. Use of dissimilar metals in
contact under water should be avoided as far as possible in order to minimize electrolytic
corrosion. Water temperature variation within the temperature range specified must not
adversely affect the materials used in the construction of the water meter.

CONSTRUCTION

General

The meters shall be constructed in such a way as to:

• give long service and guarantee against any fraud or tempering and

• Conform with the provisions of Indian Standards, 779-1994 under normal conditions
of use.

Where meters may be subjected to an accidental reversal of flow, they must be capable of
withstanding it without any deterioration or change of their metrological properties, and at
the same time, shall record such a reversal.

Body

The body shall be free from all manufacturing and processing defects, such as blow-holes
and spongy structure and shall not be repaired by plugging, welding or by the addition of
materials. The internal shape of the body shall ensure smooth flow of water and easy
dismantling.

Registration Box & Cap

• Registration Box: The Registration box of dry-dial water meters may be provided
with escape hole(s) for minimizing the accumulation of water. Where the registration
box and cap are integral with the body, no escape hole shall be provided.

• Cap: The material for cap shall be the same as used for registration box. The cap
shall be so designed and fixed to the registration box to avoid entry of water and
dirt. The transparent window which covers the digital portion shall be inserted from
the inside into the cap. The protective lid shall be secured by a robust hinge or other
suitable method of construction. Cap ring where applicable should be of the same
material as of the cap.

• The transparent window glass should be thick enough and shock registrant. It may
be of transparent Acrylic; Window glass shall be coated with automist fluid.

Connections

The meter casing shall be fitted in the pipe line by means of two cylindrical nipples or tail
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
pieces with connecting nuts which shall be provided with each meter. The threads on the
connection shall conform to IS 2643 (part 1 to 3): 1975.

Strainers

Water meter shall be provided with strainers. They shall be rigid, easy to remove, clean and
shall be fitted on the inlet side of the water meter. It shall be possible to remove and clean
the strainer in such a way as not to disturb the registration box or tempering with it. The
strainer shall have a total area of holes not less than twice the area of the nominal inlet
bore of the pipe to which the meter is connected. The free area of holes shall be such that it
complies with the head loss at nominal and maximum flow rate. However, in the case of
meters provided with internal strainer involving opening of the registration box for cleaning,
an additional external strainer shall be fitted on the inlet side satisfying the above
requirements.

Impeller

Impeller and impeller shaft assembly shall rest on a self-lubricating bearing which has a low
frictional resistance as possible. Impeller chamber and measuring chamber

The impeller chamber and measuring chamber shall be rigid and shall not change its form
as a result of internal stress or with use.

Gears and Pinions

The gears coming in contact with water shall be of non-magnetic, stainless steel and
thickness not less than 1.66 mm this shall be so constructed as to fully and smoothly mess
with each other and shall be firmly fitted on the shaft. All other gear and the spindles shall
be of brass or nickel-plated brass. The brass gears shall be made from plates not less than
2 mm thick. All other parts shall confirm to IS 779-2004.

Bearing

Impeller bearing shall be suitably grounded and polished. The shape of the impeller bearing
shall be such as to prevent the penetration of particles of sand and to preclude the deposit
of anything in solution or suspension in water and to facilitate the washing away of such
deposits by the water flow. The shaft of the gears shall revolve freely in these bearings. The
length of the bearing shall ensure their effective operation. All bearing and supporting
plates shall be of Sapphire (Synthetic). The bearing plates shall be of sufficient thickness to
prevent distortion during assembly and tests.

Counter

The counter shall be of the straight reading cyclometer type. The roller of the cyclometer
counter shall be made of plastics (ABS/Acetol co-polymer) especially suitable for the
purpose and shall be self-lubricating. Those counters shall be arranged on single shaft with
interlocking arrangements in such a devise, not allowing any rotation to these counters if
pressure is applied by the object inserting from outside through damaged windows for
changing meter reading. The pointer shall be of brass or plastic and shall be soldered to the
spindle.

Regulator

Every inferential meter shall be provided either with external/ internal regulator. The
external regulator shall be accessible from outside to be operated by the suitable key
without dismantling the meter and not without breaking the seal. The internal regulating
device shall not be accessible from outside.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Sealing

Sealing holes shall be provided and the meter shall be sealed in such a manner as to
render it impossible to obtain access to the measuring unit including registration box and
cap without breaking the seals. The sealing wires shall be made of rust proof material.

Screws and Nuts

Screws, studs and nuts shall be of brass. Where fasteners are likely to come in contract
with water they shall be made of brass as per IS: 320-1980 or stainless steel having not
less than 10% chromium and 8% nickel contents.

INDICATING DEVICE

Indicating device shall be able to record 9999 kl (min) for meter size of 15, 20 and 25mm
and 99999 kl (min) for size 40 and 50mm and shall thereafter indicate zero.

The indicator shall allow by simple juxtaposition of its various constituent elements, a
reliable, easy and unambiguous reading of the volume of water measured, expressed in
litters. The volume is indicated of the row of in-line consecutive digits in one or more
apertures.

The kilo-litters and its multiples shall be indicated in black and sub-multiples of the kilo-
litters in red. The colour coding applies to the drum in in-line digit indicating device. The
actual or apparent height of the digits on the drum shall not be less than 4mm. The digits
from 0 to 9 shall be embossed on the circumference of each counter.

For digital indicators, the visible displacement of all digits shall be upward in value. The
advance of any given digital unit shall be completed while the digit of the immediately next
lower value describes the last tenth of its travel. The drum showing the digits of the lowest
value may move continuously. The whole number of kilo-litters shall be clearly indicated.

Value of verification scale division : Verification scale interval for class ‘B’ meters will be as
given in Table-1 of IS: 779-1994 (amended up to date).

METER SIZE AND OVERALL DIMENSIONS

Meter size and overall dimension should be as per clause No. 9 of IS 779:1994(amended
up to date)

TECHNICAL CHARACTERISTICS

The technical characteristics should be as per clause no. 10 of IS: 779-1994 (amended up
to date).

PRESSURE TIGHTNESS

A meter shall be able to withstand the continuous water pressure of

• 1.6 MPa for 15 minutes, and

• 2 MPa for 1 minute, when tested in accordance with IS: 6784-1995 (amended up to
date) constantly without defects in its functioning, leakage, seepage through the
walls or permanent deformation.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
LOSS OF PRESSURE

Loss of pressure through the meter when determined in accordance with IS: 6784-1995
shall not exceed 0.025 MPa at the nominal flow rate ‘Qn’ and 0.1 MPa at the maximum flow
rate, ‘Q max’.

Note: Nominal flow rate Qn shall be taken as per Table-56 and maximum flow rate Qmax
as twice the nominal flow rate.

TEMPERATURE SUITABILITY

The test shall be carried out in accordance with IS: 6784-1996.

METROLOGICAL CHARACTERISTICS

Metering Accuracy : The maximum permissible error in the metering accuracy when
determining as per IS: 67841995 shall be as under:

Table 56: Metering Accuracy

In the lower region of flow Qmin (inclusive) to Qt (exclusive) +/ - 5%

In the upper region of flow Qt (inclusive) to Qmax (inclusive) +/- 2%

Note: value of Qmin, Qt and Qmax for the three classes of water meters are given

Minimum Starting Flow

The minimum flow at which the meter starts registering shall be as given in Table 3 of IS:
779-1994 (amended up to date) for the class ‘B’ of water meters. The test shall be carried
out in accordance with IS: 6784-1995.

TESTS

Acceptance tests

The production routines are to be repeated at the time of purchase. These tests shall be
carried out at the manufacturer’s works. All the arrangements for the test are to be provided
by the contractor.

Production Routine Tests Production routine tests shall consist of:

• Pressure tightness

• Loss of pressure

• Metering accuracy

• Minimum starting flow

Type Test

• Life Test (Endurance Test)

The above tests and any other test if included later on shall be carried out as per IS:
7791994 and other relevant Indian Standards/ ISO standard.

MARKING

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Each water meter shall be marked/ embossed with the following information.

• Manufacturer’s name or trade mark.

• Nominal size and class of water meter.

• Direction of flow of water on both sides of the body of water meter.

• Year of manufacture and serial number.

• BIS/ISO Certification marking.

In addition to above following specification shall also be complied by the bidder/Contractor

Table 57: Specification

Indicating device Digital type: minimum 4 digits for Kl

External regulator with sealing arrangement

Reading unit Kilolitre

super dry hermetically sealed for clear


The water meter dial
reading in all seasons

The water meter shall be hydrostatically & hydro dynamically balanced so as to give long
service.

Preferably of hard ferrite type shall


withstand against 100° C and it shall
Strength of Coupling magnet
not reduce more than 1 % during the
life span of 15 years.

Suitable for ambient temperature 45° C.

The meter shall be suitable to the water available in the town without affecting its performance
& life.

Water meter shall be provided with Brass nipple and coupling nut.

The serial no. and year of manufacture of the water meter shall be embossed or punched on
body and at one more place other than the body.

The water meters shall be painted with two coats of light blue colour.

Water meter shall be shielded from external magnetic field.

The installation of water meter shall be carried out as per site engineer’s instructions.

The supplier/ manufacturer shall have his own recognized meter test laboratory along with
service facility in operating condition at least for last 5 years.

The test certificates from Govt. / Semi Government – institutions for material of construction of
water meters shall be produced by the contractor at time of inspection.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
The supplier shall submit detailed drawings of all meter supplied size wise with necessary
installation, maintenance and operation manuals.

Table 58: Materials for Body and Component parts of Water Meter

Body/Component of Water Meter Materials Ref to IS

Body Brass Grade DCB2 of IS: 1264-1989

Registration box Brass/ Copper Grade DCB2 of IS: 1264-1989

Cap Brass/ Plastic Grade DCB2 of IS: 1264-1989

Cap ring Brass/ Plastic Grade DCB2 of IS: 1264-1989

Cover Brass/ Plastic Grade DCB2 of IS: 1264-1989

Screws and studs High tensile brass IS: 320-1980

Designation 07 Cr. 18 Ni9 of IS:


Stainless steel
6911-1992

Strainers Plastics HDPE (see IS: 7328-1992)

Impellers Plastics ABS

Designation 07 Cr 18 Ni 9 of IS:
Impeller shaft Stainless steel
6603-1972

Nipples and nuts Brass Grade DCB2 of IS:1264-1989

for use under water

Stainless steel (Note: Stainless steel shaft


should preferably be used with plastic Designation 07 Cr 18 Ni 9 of IS: 6603-1972
gears/ pinions)

for use above water

Brass Rod Grade 1 half hard of IS: 319 - 1989

Brass sheet (for gears only Grade CuZnPh2, half hard of IS: 531-1981

Plastics ABS

Agate/Sapphire (Synthetic)/Graphite filled


Nylon/ Sintered Bearing

Plastics ABS/ Acetal co-polymer

Copper duly enamelled or powder coated

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Body/Component of Water Meter Materials Ref to IS

High impact polystyrene confirming to IS2267:1995/


Plastics
Acrylic/ Acetal co-polymer

MDPE PIPE

All House Service Connection shall be made from MDPE blue pipes made with Marlex
HHM 3802 grade as per IS0 4427 specs.

Standard Lengths, Colour of Pipe & Marking:

All pipes shall be supplied in 300 meter coils and shall be in Blue Colour. Standard marking
shall be as per IS0 4427.

Representative based on the Submission of the following documents by the bidder:

• Copies of Type Test Certificate not older than 5years the terms offered with the
same rating or higher rating.

• List of Clients to whom already the items have been supplied along with the year of
Supply and Value of Orders.

• Copies of Performance Certificate from the User’s for the items.

• Copy of latest ISO Certification for the Manufacturer

• Details of Manufacturing Facilities

• Turn Over of the Manufacturer

• Copies of Approval for the items from reputed Consultants.

General Specification

This part covers conditions pursuant to the contract and shall supplement the general
conditions, detailed specifications and requirements.

Limits of Contract

Equipment furnished shall be complete in every respect with all mountings, fittings, fixtures
and standard accessories, normally provided with such equipment and /or need for erection,
completion, and safe operation of the equipment as required by applicable codes, though
they may not have been specifically detailed in the technical specifications unless included
in the list of exclusions. All similar standard equipment provided shall be interchangeable
with one another.

Drawing

Each drawing submitted by the contractor shall be clearly marked with the name of the
owner, unit designation, the specifications, number and name of the project. If standard
catalogue pages are submitted the applicable items shall be marked therein. All titles,
noting, markings and writings on drawing shall be in English. All dimensions shall be in
metric units. All manufacturing and fabrication work in connection with the equipment prior
to the approval of the drawing shall be at contractor’s risk. The contractor may make any
changes in the design which are necessary to make the equipment conform to provisions
and intent of contract and such changes will again be subject to the approval of the
Engineer-in-charge and shall not relieve the contractor of any of the responsibilities and
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
liabilities under contract.

As Built Drawing

If as built drawing is not submitted in 5 sets of hard coloured copy and 1 set of soft copy
within 28 days of issue of certificate of completion of whole or section of work, as the case
may be, an amount of Rs. 1 Million for projects up to Rs. 500 Million and additional
Rs.0.015 Million for every Rs. 1.00 Million increment in Project cost thereafter, with upper
limit of Rs. 5 Million, will be withheld.

Design Improvements

The Engineer or Contractor may propose changes in the specifications of the equipment or
quality thereof and if the parties agree upon any such changes the specifications shall be
modified accordingly. If any such change agreed upon in such that it affects price and
schedule of completion, the parties shall agree in writing as to the extent of changes in
period and or schedule of completion before the contractor proceeds with the change.
Following such agreements, the provisions there of shall deemed to have been amended
accordingly.

Transportation

The contractor whenever applicable shall after proper painting pack and cart all
equipment’s in such manner as to protect them from damage and deterioration in transit by
road or rail, during storage at site till the time or erection. The contractor shall be held
responsible for all damages due to improper packing. While packing all the materials the
limitations from point of view of availability or railway wagons, size and other modes of
transport should be taken into account. The packing and protection should be in conformity
with the requirements of the insurance companies and transport agencies. The contractor
shall prepare detailed packing list of all packages and containers, bundles and loose
materials forming each and every consignment for making all necessary arrangements for
loading, unloading and other handling, right from his works up to the site and also till the
equipment is erected, tested and commissioned. He shall be solely responsible for proper
storage and safe custody of all equipment.

All demurrage, warehouse and other expenses incurred due to delay in clearance of the
material or any other reasons shall be to the account of contractor.

Protection To Plant

All coated surfaces shall be protected against abrasion, impact, discoloration and any other
damages. All exposed threaded portion shall be suitably protected with either metallic or
non-metallic protective devices. All ends of the valves and piping and conduit equipment
connections shall be properly sealed with suitable devices to protect them from exposure to
weather and should also be properly treated and protected in suitable manner.

Preservative Shop Coating

All exposed metallic surfaces subject to corrosion shall be protected by shop application of
suitable coating. All surfaces which will not be easily accessible after the shop assembly,
shall beforehand be treated and protected for the life of the equipment. All surfaces shall be
thoroughly cleaned of all mill-scale, oxides and other coatings prepared in the shop.
Surfaces that are to be finish painted after installation or require corrosion protection until
installation shall be shop painted with at least two coats of primer.

Material Handling and Storage

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
All the equipment furnished under the contract and arriving at site shall be promptly
received unloaded, transported and stored in a storage space by the contractor. Contractor
shall be responsible for examining all the shipment and notify the Engineer- in-charge
immediately of any damages, storage, discrepancy that is for the purpose of the Engineer’s
information only. The contractor shall submit to the Engineer-In-Charge every week, report
detailing all receipts during the week. However, the contractor shall be solely responsible
for any storage on damage in transit handling and / or in storage and erection of equipment
at site. The contractor shall maintain in accurate exhaustive record detailing out the list of
all equipment received by him for the purpose of erection and keep such record open for
inspection of the Engineer-In-Charge. All the equipment shall be handled carefully to
prevent any damage or loss. The Engineer-in-charge in addition may direct contractor to
move certain other materials, which in his opinion will require indoor storage, and the
contractor shall strictly comply with it.

Contractor’s material brought to Site

The contractor shall bring to site all equipment components, parts, materials including
construction equipment tools and tackle for the purpose of the work under intimation to the
Engineer-In-Charge. All such goods shall from time of their being brought vest in the owner
but may not on any account be removed or taken away by the contractor without written
permission from the Engineer-In-Charge. The contractor shall nevertheless be solely liable
and responsible for any loss or destruction thereof and damage there to. The owner shall
have lieu on such goods for any sum or sums, which may at the time be due to owing to
him by the contractor. After giving 15 days’ notice in writing of his intention to do so, the
owner shall be at liberty to sell and dispose of any such goods in a manner as he shall think
fit including public Auction or private treaty and to apply the proceeds in or towards
completion of work, the contractor shall remove from the site under the directions of the
Engineer-in-charge, the material such as construction equipment, erection tools and
tackles, scaffolding etc. within 15 days of issue of a notice by the Engineer-In-Charge to do
so. Then the Engineer-in-charge shall have the liberty to dispose of such materials and
credit the proceeds there of to the account of the contractor.

Maintenance Tools and Tackles

The contractor shall supply with the equipment one complete set of all special tools and
tackles for the erection assembly and maintenance of the equipment. However, these tools
and tackles shall be separately packed and brought to site. The tenderer shall indicate all
the above items in the annexure. This set shall be for owner’s use and any of the
equipment out of this set shall not be used by the tenderer.

Construction Management

Time is the essence of the contract and the contractor shall be responsible for performance
of his works in accordance with the specified construction schedule. If at any time the
contractor is falling behind the schedule, he shall take necessary action to make good for
such delays by increasing his work force or by working overtime or otherwise accelerate the
progress of work to comply with the schedule and shall communicate such action in writing
to the Engineer-In-Charge satisfying that his actions will compensate for delay. The
contractor shall not be allowed any extra compensation for such action.

Field Office Records

The contractor shall maintain up to date copies of all the drawings, specifications and other
contract documents and any other supplementary data complete with the latest revision
thereto. The contractor shall maintain in addition continuous record of all the changes to the
above contract documents, drawings, specifications, supplementary data etc. affected at

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
the field and on completion of his total assignment under the contract shall incorporate all
such changes on the drawings and other Engineering data to indicate as installed
conditions of the equipment furnished and erected under contract such drawings and
engineering data of equipment’s erected under the contract shall be submitted to the
Engineer-in-charge in number of required copies.

Design Co-ordination

The contractor shall be responsible for the selection and the design for appropriate
equipment’s to provide best-coordinated performance of entire System. The basic design
requirements are detailed out in technical specifications. The design of various
components, sub-assemblies, assemblies, maintenance and all rotating components shall
be so selected that the natural frequency of the complete unit is not critical at or close to the
operating range of the unit.

Quality Assurance Program

To ensure that the equipment and services under the scope of this contract whether
manufactured or performed within the contractor’s premises or at the owner’s site or at only
other place of work are in accordance with the specifications. The contractor shall adopt
suitable quality assurance programs to control such activities at all the points necessary.
Such program shall be outlined by the contractor and shall be finally accepted by the
Engineers after discussions before the award of contract and such agreed program shall
form part of contract.

Unfavourable Working Conditions

The contractor shall confine all his field operations to those works which can be performed
without subjecting the equipment and materials to adverse effects during inclement weather
conditions like monsoon, storms etc. and during other unfavourable construction conditions.
No field activities shall be performed by the contractor which might adversely affect the
quality and efficiency thereof, unless special precautions or measures are taken by the
contractor in a proper and satisfactory manner in the performance of such works and with
the concurrence of Engineer-in-charge, such unfavourable conditions will in no way relieve
the contractor of his responsibility to perform the works as per schedule.

Noise and Vibrations

The equipment supplied and erected by the tenderer will comply best design and erection
practice and its working shall be within permissible noise and vibration levels.

Rating plates, Nameplates and Labels

Each main, auxiliary item of plate is to have permanently attached to it in a conspicuous


position a rating plate of non-corrosive metal upon which is to be engraved any identifying
manufacturers name, equipment type or serial number together with details of loading
conditions under which the items plant in question has been designed to operate and such
diagram plates as may require by the Engineer-in-charge. Each items of plant are to be
provided with a nameplate or label designating the service of the particular equipment. The
inscriptions are to be approved by the Engineer-in-charge or shall be as detailed in the
appropriate sections of the technical specifications. Such name plates or labels are to be
white non-hygroscopic material with engraved black lettering on alternatively in the cast of
indoor circuit breakers etc. if transparent plastic material with suitably, coloured, lettering
engraved on the back. Items of plant such as valves, which are subject to handling, are to
be provided with an engraved chromium plated nameplate or label with engraving filled with
enamel.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Foundation, Dressing and Grouting

The surfaces of the foundations shall be dressed to bring the top surface of the foundations
to the required level prior to placement of the equipment/equipment bases on the
foundations. All the equipment bases and structural steel plates shall be grouted and
finished as per these specifications unless otherwise recommended by the manufacturer.
The concrete foundation surfaces shall be properly prepared by chipping, grinding as
required to bring the type of such foundation to the required level to provide necessary
roughness for bondage and to assure enough bearing strength. All laitance and surface film
shall be removed and cleaned.

Painting

All the exposed metal parts of equipment including piping, structures, railings etc. wherever
applicable after installation unless otherwise surface protected shall be first painted with at
least one coat, rust, scales greases oil and other foreign materials shall be removed by wire
brushing scraping or sand blasting and approved by the Engineer-in-charge for painting.
Afterwards the above parts shall be finished with two coats of alloyed resin machinery
enamel paints. The quality of finished paints shall be as per standards of relevant IS or
equivalent and to be of the approved colour by the Engineer- in-charge.

Colour Code for Pipe Services

All pipe services, wherever applicable are to be painted in accordance with the owner’s
colour scheme by the contractor.

Training of Owner’s Personnel

The contractor shall undertake to train, free of cost personnel selected and sent by the
owner.

Consumables, Oils, Lubricants

All consumables such as chemicals, oil lubricants etc. which will be required to put the
equipment covered under scope of specifications in successful trial run and operations &
maintenance shall be furnished by the contractor.

Check Out of Control Systems

After completion of wiring and cabling the contractor shall check out the operation of all
control systems for the equipment furnished and installed under the specifications and
documents.

Equipment Performance Guarantee

The performance guarantee of the equipment under contract is detailed separately in


technical specifications. This guarantee shall supplement the general performance
guarantee provisions covered under general terms and conditions.

Guarantee

• In the event of an emergency wherein the judgment of the Engineer-in-charge, delay


would cause serious loss or damage, repairs or adjustments may be made by the
Engineer-in-charge or a third party chosen by the Engineer-in-charge without
advance notice to the contractor and the cost of such work shall be paid by the
contractor or by the surety. In the event such action is taken by the Engineer-in-
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
charge, the contractor will be notified promptly and he shall assist wherever possible
in making the necessary corrections. This will not extinguish the contractor’s liability
under terms and condition of contract.

• The cost of any special or general overhaul tendered necessary during the
Operation Period due to defects in the plants or defective work carried out by the
contractor, the same shall be borne by the contractor.

• In case of those defective parts which are not repairable at site but are essential for
the commercial operation of the equipment, the contractor and the Engineer shall
mutually agree to a program of replacement or renewal which will minimize
interruption to the maximum extent in the preparation of the equipment.

• At the end of guarantee period, the contractor’s liability ceases except for latent
defects in respect of goods supplied by sub-contractor to the contractor where a
larger guarantee is (more than twelve months) is provided by subcontractor, the
owner shall be entitled the benefit of such guarantee.

The provisions contained in this clause will not be applicable.

• If the owner has not operated the equipment according to generally approved
industrial practices in accordance with the conditions of operation specified and in
accordance with operating manuals if any.

• In case of normal wear and tear at the parts to be specifically mentioned by the
contractor in the offer.

Engineering Data

The contractor shall furnish complete engineering data of each set of equipment such as
name of the manufacturer, the type of model of each principle item of equipment proposed
to be furnished and erected. Standard catalogues, pages and other documents of the
tenderer may be used in the tender to provide additional information and data as deemed
necessary by the tenderer. The review of this data by an Engineer will cover only general
confirmation of the data to the specifications and documents interfaced with the equipment
provided under the specifications, external connection and of the dimension, which might
affect plant layout. This review by the Engineer-in- charge may not indicate a thorough
review of all the dimensions, quantities and details of the equipment, materials, and any
devices of the items indicated or accuracy of the information submitted. This review or
approval by the Engineer-in-charge shall not be construed by the contractor and limiting his
responsibilities and liabilities for mistakes, and deviations from the requirements specified
under these specifications and documents. All engineering data submitted by the contractor
after final process including review and approval by the Engineer-In-Charge shall form part
of contract documents and the entire work covered under these specifications shall be
performed in the strict conformity unless otherwise expressly requested by the Engineer-in-
charge.

Drawing

Each drawing submitted by the contractor shall be clearly marked with the name of the
owner, unit designation, the specifications, number and name of the project. If standard
catalogue pages are submitted the applicable items shall be marked therein. All titles,
noting, markings and writings on drawing shall be in English. All dimensions shall be in
metric units. All manufacturing and fabrication work in connection with the equipment prior
to the approval of the drawing shall be at contractor’s risk. The contractor may make any
changes in the design which are necessary to make the equipment conform to provisions
and intent of contract and such changes will again be subject to the approval of the
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Engineer-In-Charge and shall not relieve the contractor of any of the responsibilities and
liabilities under contract.

Design Improvements

The Engineer or Contractor may propose changes in the specifications of the equipment or
quality thereof and if the parties agree upon any such changes the specifications shall be
modified accordingly. If any such change agreed upon in such that it affects price and
schedule of completion, the parties shall agree in writing as to the extent of changes in
period and or schedule of completion before the contractor proceeds with the change.
Following such agreements, the provisions there of shall deemed to have been amended
accordingly.

Transportation

The contractor whenever applicable shall after proper painting pack and cart all
equipment’s in such manner as to protect them from damage and deterioration in transit by
road or rail, during storage at site till the time or erection. The contractor shall be held
responsible for all damages due to improper packing. While packing all the materials the
limitations from point of view of availability or railway wagons, size and other modes of
transport should be taken into account. The packing and protection should be in conformity
with the requirements of the insurance companies and transport agencies. The contractor
shall prepare detailed packing list of all packages and containers, bundles and loose
materials forming each and every consignment for making all necessary arrangements for
loading, unloading and other handling, right from his works up to the site and also till the
equipment is erected, tested and commissioned. He shall be solely responsible for proper
storage and safe custody of all equipment.

All demurrage, warehouse and other expenses incurred due to delay in clearance of the
material or any other reasons shall be to the account of contractor.

Protection to plant

All coated surfaces shall be protected against abrasion, impact, discoloration and any other
damages. All exposed threaded portion shall be suitably protected with either metallic or
non-metallic protective devices. All ends of the valves and piping and conduit equipment
connections shall be properly sealed with suitable devices to protect them from exposure to
weather and should also be properly treated and protected in suitable manner.

Preservative Shop Coating

All exposed metallic surfaces subject to corrosion shall be protected by shop application of
suitable coating. All surfaces which will not be easily accessible after the shop assembly,
shall beforehand be treated and protected for the life of the equipment. All surfaces shall be
thoroughly cleaned of all mill-scale, oxides and other coatings prepared in the shop.
Surfaces that are to be finish painted after installation or require corrosion protection until
installation shall be shop painted with at least two coats of primer.

Material Handling and Storage

All the equipment furnished under the contract and arriving at site shall be promptly
received unloaded, transported and stored in a storage space by the contractor. Contractor
shall be responsible for examining all the shipment and notify the Engineer- in-charge
immediately of any damages, storage, and discrepancy.

That is for the purpose of the Engineer’s information only. The contractor shall submit to the
Engineer-in-charge every week, report detailing all receipts during the week. However, the

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
contractor shall be solely responsible for any storage on damage in transit handling and / or
in storage and erection of equipment at site. The contractor shall maintain in accurate
exhaustive record detailing out the list of all equipment received by him for the purpose of
erection and keep such record open for inspection of the Engineer-in-charge. All the
equipment shall be handled carefully to prevent any damage or loss. The Engineer-in-
charge in addition may direct contractor to move certain other materials, which in his
opinion will require indoor storage, and the contractor shall strictly comply with it.

Contractor’s material brought to Site

The contractor shall bring to site all equipment components, parts, materials including
construction equipment tools and tackle for the purpose of the work under intimation to the
Engineer-In-Charge. All such goods shall from time of their being brought vest in the owner
but maynotonanyaccountberemovedortakenawaybythecontractorwithoutwrittenpermission
fromtheEngineerincharge.Thecontractorshallneverthelessbesolelyliableandresponsible for
any loss or destruction thereof and damage there to. The owner shall have lieu on such
goods for any sum or sums, which may at the time be due to owing to him by the contractor.
After giving 15 days’ notice in writing of his intention to do so, the owner shall be at liberty to
sell and dispose of any such goods in a manner as he shall think fit including public Auction
or private treaty and to apply the proceeds in or towards completion of work, the contractor
shall remove from the site under the directions of the Engineer-in-charge, the material such
as construction equipment, erection tools and tackles, scaffolding etc. within 15 days of
issue of a notice by the Engineer-In-Charge to do so. Then the Engineer-in-charge shall
have the liberty to dispose of such materials and credit the proceeds there of to the account
of the contractor.

Maintenance Tools and Tackles

The contractor shall supply with the equipment one complete set of all special tools and
tackles for the erection assembly and maintenance of the equipment. However, these tools
and tackles shall be separately packed and brought to site. The tenderer shall indicate all
the above items in the annexure.

This set shall be for owner’s use and any of the equipment out of this set shall not be used
by the tenderer.

Construction Management

Time is the essence of the contract and the contractor shall be responsible for performance
of his works in accordance with the specified construction schedule. If at any time the
contractor is falling behind the schedule he shall take necessary action to make good for
such delays by increasing his work force or by working overtime or otherwise accelerate the
progress of work to comply with the schedule and shall communicate such action in writing
to the Engineer-In-Charge satisfying that his actions will compensate for delay. The
contractor shall not be allowed any extra compensation for such action.

Field Office Records

The contractor shall maintain up to date copies of all the drawings, specifications and other
contract documents and any other supplementary data complete with the latest revision
thereto. The contractor shall maintain in addition continuous record of all the changes to the
above contract documents, drawings, specifications, supplementary data etc. affected at the
field and on completion of his total assignment under the contract shall incorporate all such
changes on the drawings and other Engineering data to indicate as installed conditions of
the equipment furnished and erected under contract such drawings and engineering data of
equipment’serectedunderthecontractshallbesubmittedtotheEngineer-in-chargeinnumber of
required copies.
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Design Co-ordination

The contractor shall be responsible for the selection and the design for appropriate
equipment’s to provide best-coordinated performance of entire System. The basic design
requirements are detailed out in technical specifications. The design of various
components, sub-assemblies, assemblies, maintenance and all rotating components shall
be so selected that the natural frequency of the complete unit is not critical at or close to the
operating range of the unit.

Quality Assurance Program

To ensure that the equipment and services under the scope of this contract whether
manufactured or performed within the contractor’s premises or at the owner’s site or at only
other place of work are in accordance with the specifications. The contractor shall adopt
suitable quality assurance programs to control such activities at all the points necessary.
Such program shall be outlined by the contractor and shall be finally accepted by the
Engineers after discussions before the award of contract and such agreed program shall
form part of contract.

Unfavourable Working Conditions

The contractor shall confine all his field operations to those works which can be performed
without subjecting the equipment and materials to adverse effects during inclement weather
conditions like monsoon, storms etc. and during other unfavourable construction conditions.
No field activities shall be performed by the contractor which might adversely affect the
quality and efficiency thereof, unless special precautions or measures are taken by the
contractor in a proper and satisfactory manner in the performance of such works and with
the concurrence of Engineer-In-Charge, such unfavourable conditions will in no way relieve
the contractor of his responsibility to perform the works as per schedule.

Noise and Vibrations

The equipment supplied and erected by the tenderer will comply best design and erection
practice and its working shall be within permissible noise and vibration levels.

Rating plates, Name plates and Labels

Each main, auxiliary item of plate is to have permanently attached to it in a conspicuous


position a rating plate of non-corrosive metal upon which is to be engraved any identifying
manufacturers name, equipment type or serial number together with details of loading
conditions under which the items plant in question has been designed to operate and such
diagram plates as may require by the Engineer-in-charge. Each items of plant are to be
provided with a nameplate or label designating the service of the equipment. The
inscriptions are to be approved by the Engineer-in-charge or shall be as detailed in the
appropriate sections of the technical specifications. Such name plates or labels are to be
white non-hygroscopic material with engraved black lettering on alternatively in the cast of
indoor circuit breakers etc. if transparent plastic material with suitably, coloured, lettering
engraved on the back. Items of plant such as valves, which are subject to handling, are to
be provided with an engraved chromium plated nameplate or label with engraving filled with
enamel.

Foundation, Dressing and Grouting

The surfaces of the foundations shall be dressed to bring the top surface of the foundations
to the required level prior to placement of the equipment/equipment bases on the
foundations. All the equipment bases and structural steel plates shall be grouted and
finished as per these specifications unless otherwise recommended by the manufacturer.
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
The concrete foundation surfaces shall be properly prepared by chipping, grinding as
required to bring the type of such foundation to the required level to provide necessary
roughness for bondage and to assure enough bearing strength. All laitance and surface film
shall be removed and cleaned.

Painting

All the exposed metal parts of equipment including piping, structures, railings etc. wherever
applicable after installation unless otherwise surface protected shall be first painted with at
least one coat, rust, scales greases oil and other foreign materials shall be removed by wire
brushing scraping or sand blasting and approved by the Engineer-in-charge for painting.
Afterwards the above parts shall be finished with two coats of alloyed resin machinery
enamel paints. The quality of finished paints shall be as per standards of relevant IS or
equivalent and to be of the approved colour by the Engineer-in-charge.

Training of Owner’s Personnel

The contractor shall undertake to train, free of cost personnel selected and sent by the
owner.

Consumables, Oils, Lubricants

All consumables such as chemicals, oil lubricants etc. which will be required to put the
equipment covered under scope of specifications in successful trial run and operations &
maintenance shall be furnished by the contractor.

Check Out of Control Systems

After completion of wiring and cabling the contractor shall check out the operation of all
control systems for the equipment furnished and installed under the specifications and
documents.

Equipment Performance Guarantee

The performance guarantee of the equipment under contract is detailed separately in


technical specifications. This guarantee shall supplement the general performance
guarantee provisions covered under general terms and conditions.

Guarantee

• In the event of an emergency wherein the judgment of the Engineer-in-charge, delay


would cause serious loss or damage, repairs or adjustments may be made by the
Engineer-in-charge or a third party chosen by the Engineer-in-charge without
advance notice to the contractor and the cost of such work shall be paid by the
contractor or by the surety. In the event such action is taken by the Engineer- in-
charge, the contractor will be notified promptly and he shall assist wherever possible
in making the necessary corrections. This will not extinguish the contractor’s liability
under terms and condition of contract.

• The cost of any special or general overhaul tendered necessary during the Operation
Period due to defects in the plants or defective work carried out by the contractor, the
same shall be borne by the contractor.

• In case of those defective parts which are not repairable at site but are essential for
the commercial operation of the equipment, the contractor and the Engineer shall
mutually agree to a program of replacement or renewal which will minimize
interruption to the maximum extent in the preparation of the equipment.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
• At the end of guarantee period, the contractor’s liability ceases except for latent
defects in respect of goods supplied by sub-contractor to the contractor where a
larger guarantee is (more than twelve months) is provided by subcontractor, the
owner shall be entitled the benefit of such guarantee.

• The provisions contained in this clause will not be applicable.

- If the owner has not operated the equipment according to generally


approved industrial practices in accordance with the conditions of operation
specified and in accordance with operating manuals if any.

- In case of normal wear and tear at the parts to be specifically mentioned


by the contractor in the offer.

Registration and statutory Inspection

All the registration and statutory inspection fees if any in respect of work pursuant to this
contract shall be to the account of contractor. Should any such inspection on registration
need to be re-arranged due to the fault of contractor, the additional fees for such inspection
shall also be borne by the contractor.

Progress Reports and Photographs

During various stages of works in pursuant of the contract the contractor shall at his own
cost submit periodic progress reports as may be reasonably required by the Engineer-in-
charge with such materials as charts, networks, photographs, test certificates etc. Such
progress reports and photographs shall be in the form and size as may be required by the
Engineer-in-charge and shall be submitted in at least three copies and shall contain the
date, the name of the contractor and the title of the photographs. The report shall also
indicate reasons for variance between the schedule and actual progress and the action
proposed for corrective measures whatever necessary.

Work and Safety Regulations

• The contractor will notify the Engineer-In-Charge of his intention to bring on to the
site any equipment or any container with liquid or gaseous fuel or other substance,
which may create hazards. The Engineer-in-charge shall have right to prescribe the
condition under which such equipment’s or container may be handled and used
during the performance works and the contractor shall strictly adhere to such
instructions. The Engineer-in-charge shall have the right to inspect any construction
plant and to forbid its use if in his opinion it is unsafe, no claim due to such
prohibition shall be entertained by the owner.
Where it is necessary to provide and/or store petroleum products or petroleum mixtures and
explosives the contractor shall be responsible for carrying out such provision and/or storage
in accordance with the rules and regulations laid down in Petroleum Act 1934. Explosive Act
1948 and petroleum and carbide of calcium manual. All such storage shall have prior
approvals necessary from chief Inspector of Explosives or any Statutory Authorities. The
contractor shall be responsible for obtaining the same.

Contractor

Contractor shall make necessary arrangements for the following

• It is necessary to carry out the testing of number of equipment’s in the manufacturer’s


works. This is stated in the item wise specification. However, the items, which require
third party inspection as tested below with brief requirement of tests.

• The arrangements for this shall be arranged by the contractor, the cost of testing in
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
factory payable to manufacturer (including power charges etc.) The testing fees of
inspecting authorities etc. shall be arranged by the contractor without any extra cost
to the department.

• Whenever department Engineers will be attending the inspection and testing to and
fro charges will be borne by the department as per Govt. civil service rules. However,
all other arrangements shall be made by the contractor.

Illumination to the pumphouse

Necessary illumination shall be provided in and out at pump house as per direction of
Engineer-in-charge.

Test Trial and operation

The plant shall be on trial operation for three months after testing during which period all
necessary adjustments shall be made while operating over the full load range enabling the
plant to be made ready for performance and guarantee test.

A trial operation report comprising observations and recordings of various parameters to be


measured in respect of the above trial operation shall be prepared by the contractor. This
report, besides recording details of the various observations during trials run shall also
include the dates of start and finish of the trial operations and shall be signed by the
representatives of both the parties. The reports shall have sheets, recording all the details
of interruptions occurred, adjustments made and any major repairs done during the trial
operation. Based on the observations, necessary modifications/ repairs to the plant shall be
carried out by the contractor to the full satisfaction of the Engineer-In-charge to enable the
latter to accord permission to carry out performance and guarantee test on the plant.
However, minor defects which do not endanger the safe operation of the equipment shall
not be considered as reasons for withholding the aforesaid permission.

Commissioning and Operation

After commissioning and testing, there will be three months trial run. During trial run, the
contractor shall depute his personnel full time to operate, maintain and repair the
equipment. The personnel so deputed shall maintain log books and other records as
directed by the Engineer-in-charge. During this period, the owner’s personnel shall
continuously work with Contractor’s personnel to take full responsibility of operating,
maintaining, repairing, etc. of the equipment plant.

Test Trial and Operation

Trial Operation

The plant shall be on trial operation during which period all necessary adjustments shall be
made while operating over the full load range enabling the plant to be made ready for
performance and guarantee test.

The duration of trial operation of the complete equipment shall be at least 90 days, 16 hours
daily, out of which at least 72 hours shall be of continuous operation with full load or any
other duration as may be agreed to between the Engineer and the Contractor. The trial
operation shall be considered successful, provided that each item of the equipment can
operate. continuously at the specified characteristics for the period of trial operation. In case
of interruptions, the trial operation shall be prolonged for the period of interruption.

A trial operation report comprising observations and recordings of various parameters to be


measured in respect of the above trial operation shall be prepared by the contractor. This

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
report, besides recording details of the various observations during trial run shall also
include the dates of start and finish of the trial operations and shall be signed by the
representatives of both the parties. The reports shall have sheets, recording all the details of
interruptions occurred adjustments made and any major repairs done during the trial
operation. Based on the observations, necessary modifications / repairs to the plant shall be
carried out by the contractor to the full satisfaction of the Engineer to enable the latter to
accord permission to carry out performance and guarantee tests on the plant. However,
minor defects which do not endanger the safe operation of the equipment shall not be
considered as reasons for withholding the aforesaid permission.

Commissioning and Operation

The commissioning and operation period will be 3 months and follows the trail operation
period mentioned in foregoing clause, for every individual set of pumping equipment, unless
otherwise specifically agreed.

During the commissioning and operation period, the contractor shall depute his personnel
full time to operate, maintain and repair the equipment. The personnel so deputed shall
maintain logbooks and other records as directed by the Engineer. Only electric power shall
be provided by the Department during this trial run. Chemicals, fuel for generators, and
consumables as required are to be provided by the tenderer. During this period, the owner’s
personnel shall continuously work with Contractor’s personnel to take full responsibility of
operating, maintaining, repairing, etc. of the equipment and plant.

The contractor will have to maintain logs of following works.

• Power availability and voltage.

• Volume of raw water and clear water supplied

• Different parameter of quality of raw & clear water.

• Inventory of chemicals brought to the plant.

• Consumption of chemicals on the basis of quality of raw water.

• Payment of chemical will strictly be made on the basis of above mentioned logs and
contractor will have to submit Xerox copy of such logs with bills/ invoice.

Field officers will have to inspect above mentioned items periodically and will have to put
their comments on the log book. These documents may be verified by senior officer.

Defect liability period will start from the date of start of O&M Period for next one year.
During this one year defect liability period, it will be responsibility of the contractor to
replace all the items if there are any defects such as pump motor, pipe line or any other
component of the project. After successful commissioning the contractor will hand over the
plant to the department. If there is any discrepancy in the data related with trail run, the
defect liability period, mentioned at different places of SBD, data mentioned in this clause
on 8 will prevail.

Common Features of O&M

O&M

Operation and maintenance of constructed and hydraulically tested Jack well and Pump
House along with Electrical, Mechanical, & allied works for a period of 5 years during. The
contractor shall provide all other consumables like chemicals, lubricants, spares, tools, and
carry out all minor /major repairs and replacements etc. The contractor is also to provide
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
required staff for operation and maintenance of the plant and machinery.

Supply of all documentation for the proposed Intake such as, As Built Drawings, Operation
& Maintenance manuals, list of fast wearing spares and stock of spares for minimum five
years of normal operation shall be maintained.

Training to all concerned staff in day to day operations and maintenance of Intake works &
Pumping station with all allied electro mechanical works at the end of O&M Period.

Plinth protection along the periphery of the pump House as per the technical specification

Internal and External plaster with Water proof cement paint to structure and oil painting with
anti-corrosive treatment to all MS, CI and GI works.

Sub soil testing and investigation for assessment of water table and safe allowable bearing
capacity shall be carried out by the contractor through a reputed and specialized firm
approved by Engineer-in-Charge at head works site, approach bridge, river crossing Weir,
WTP/ESR.

Topographical survey to ascertain the exact limits of the plot & levels.

Landscaping & gardening in the open area of WTP.

Bidders are advised to visit the proposed site before quoting.

Any other items of work which have not been specifically mentioned in the specifications
but are necessary for construction of Head Works as per good engineering practice and
safety norms and operation & guaranteed performance of the proposed works shall be
deemed to be included within the scope of work of these specifications and shall be
provided by the contractor without any extra cost to the employer.

The length of the common header shall be extended up to 5 m from the external face of the
Pump House wall.

Detailed plans, drawings and O&M manuals

At least five to six sets of the detailed drawings, maps of each of the component of the
water works along with all relevant O&M manuals should be available with the Operator.
One copy of such documents should be preserved in the office of WTP-in-charge, SDO and
Executive Engineer concerned for reference.

Schedule of daily operations

Schedule of operation should be worked out and a copy of the same should be made
available to the operator concerned. It should be altered as per change in raw water
availability / quality, break downs etc..

Schedule of inspection machinery

Schedule of inspection of machinery, equipment their lubrication and servicing programme


must be prepared and should be available with the operator concerned. Junior engineer
should regularly see that these inspections, lubrications and servicing are being regularly
carried out.

Records

For each piece of equipment and machinery, a record register should be maintained in
which all records of the equipment such as servicing, lubrication, replacement of parts,
operating hours (including cumulative) and other important data is entered.
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Records of quality of water

Complete records of bacteriological and chemical analysis of water from source to the
consumer tap should be maintained and reviewed. Charts could also be prepared for the
important characteristics of the water and any change in these characteristics as compared
to the standards must be taken note of.

Staff position

Appropriate charts indicating the standard staff for each of the unit of operation and
maintenance and staff actually in position (by names if possible) shall be maintained at
each office for review.

Inventory of stores

A reasonable assessment of the stores and spare parts of machinery required over a period
of time say one year or half a year can be made and an inventory of the same prepared.
The aim should be that any material required for replacement is available at any time for the
maintenance.

Features of O&M of Individual Components of Water Works

Preventive Maintenance

Preventive Maintenance of a water supply and distribution system is a set of activities that
shall be performed on a regular basis. Preventive maintenance may increase the initial
project cost marginally, but will result in economical maintenance of the system over the
project life. Specifically, in the internal distribution system, Preventive Maintenance will
increase the life of water mains and appurtenances, which in turn will assure regular and
uninterrupted water supply to consumers. The distribution system is usually the most
expensive component of a water supply system and its proper maintenance will reflect on
the functioning of a system and its associated service life.

Maintenance issues in pipelines will differ from place to place depending on conditions
encountered. Selection of suitable pipe material and periodical maintenance is essential to
ensure that the public receives protected water supply at the most economical rate with
minimum breakdowns, which will ultimately manifest itself as consumer satisfaction.

Salient points to be considered while planning are enumerated below:

• Inspection of mechanical / electrical equipment such as pumps, valves, capacitors for


trouble-free operation and optimum performance

• Equipment shall be chosen of established quality to provide sustained desired


performance.

• Newly laid mains shall be tested to ensure leakage level below specified in IS.

• Precautionary measures against corrosion shall be performed

• A leak detection survey and control shall be performed through DMAs.

• Ducts shall be provided across streets in large towns to permit easy laying of
additional mains, if and where required.

• Provisions of stubs (short length mains) to accommodate a group of ferrule


connections where required.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
• Use of equipment like submersible dewatering pumps, pipe cutting machines, under
pressure cutting machines, pipe detectors, leak detectors, lighting sets, butterfly
valves etc.

• Use of proper chlorinators

• Preparation of 'ward manuals' with details of mains, valves, hydrants, etc. within a
ward or zone

• Maintaining emergency labour teams to work on Sundays and holidays to attend to


emergency works

• Liaison with other utilities for proper work co-ordination and reduced interference

• Adequate staff training

• Application of SCADA and automation to the extent feasible to improve system


reliability and performance.

• System of information dissemination to consumers on possible disruption in supply

Maintenance of Pumps and Pumping Machinery

Maintenance of Transmission Systems

The transmission mains would include raw / treated water pumping as well as gravity mains
from source to treatment works, treatment works to service reservoirs in the distribution
system. The maintenance problems to be attended to for various types of pipes used in the
system are summarized below: -

M.S. pipes laid above ground

• Pipes should be painted at least once in five years to prevent corrosion.

• Appurtenances such as sluice valves, air valves, expansion joints, rollers should be
checked, cleaned at least twice a year and worn out parts replaced. The cleaning
and lubrication of rollers should also be done twice a year, preferably pre-and post-
monsoon.

• Expansion joints should be inspected every month.

• The catch drains provided for the portion of water mains laid in cutting should be
cleaned before onset of monsoon so that no water accumulates in the cutting portion,
resulting in uplift pressure on pipes.

All pipes

• Sufficient stocks of spare pipes and specials


should be maintained for replacement of
damaged ones.

• Regular leak detection surveys should be under


taken particularly for bursting of pipes and leaky
joints.

• A detailed record of break down and leaks


Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
observed and repaired should be maintained section wise so that more vulnerable
lengths could be identified and special measures to repair/replace them could be
undertaken.

A regular schedule of inspection and attendance to all valves including air and scour valves
should be drawn up and the same followed scrupulously. Special attention should be given
to air valves.

O&M of Water Treatment Plants

Problems

The person in charge of the maintenance and operation of water treatment plant should
have a thorough knowledge of the functions of the several units under his control. The
problems that may be posed before him may relate to those arising from.

• poor design

• Faulty execution.

• Special situation during operation.

A resourceful operator should be in a position to bring to the notice of the concerned


person, any faults in design and execution giving rise to problem during the course of
operation and rectify them immediately. The other problems which are to be tackled at the
operational stage are mainly those which arise out of:

• Fluctuations in the quality of the water.

• Fluctuations in the quantity and the changes in the flow pattern.

• Malfunctioning of the unit(s); and

• Mechanical and electrical equipment.

Requirements

Maintenance should be carried out in a manner which prevents emergencies and


unscheduled shutdowns. An efficient maintenance requires considerable skill which can
only be acquired by experience, study and practice. Basically, any maintenance programme
should observe the following general rules:

(a) Keep a set of plans giving details of the several units and indicating the layout and
position of all pipelines and appurtenances.

(b) Establish a systematic plan of daily operation.

(c) Establish a routine schedule for inspection of machinery and lubrication and maintain
records thereof. Instructions for lubrication, the type of lubricant suggested and
frequency of lubrication should be drawn out.

(d) Main data and record of each piece of equipment giving details of cleaning and
replacement of worn parts and other data of importance such as unusual incidents on
faulty operating conditions. Details for any special equipment should be obtained from
manufacturers.

(e) Keep a record of analysis of water collected at various points from the source to the
distribution system and observation on the effect of such quality on the several units

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
of operation; and

(f) List out safety measures including good house keeping,

Raw Water

The problem will mainly relate to the change in the quality of the raw water due to natural
causes and by inadvertent pollution of the source.

In the case of a river source, a sanitary survey of the catchment area should be undertaken
at regular intervals and water samples taken at significant points where pollution is likely to
take place. The analysis of these samples will reveal the degree and nature of pollution and
thus help in taking the necessary measures to check or control the pollution. If the
fluctuations in quality are rapid, the surveys should be undertaken at shorter intervals.
Turbidity is not a special problem as the dosage of the coagulant is adjusted on a daily
routine. On the other hand, a sudden rise in chlorides content will indicate pollution most
probably due to sewage. In such cases, more confirmatory test should be undertaken such
as for nitrogen in its various forms, dissolved oxygen, oxygen absorbed and chlorine
demand to help the operator to decide whether pollution has taken place and to fix the dose
of per chlorination needed.

In the case of a lake as a source the periodical biological and physical examination of the
samples will indicate if there is any need for control of algae which may lead to taste and
odour problems or clogging of filters. Samples taken at different depths in the lake will
indicate the level at which water should be drawn to get the best quality of the water.

Flow Measuring Devices

Float sump should be periodically cleaned to see that silt does not accumulate which may
affect the proper functioning of the float. Charts and pen recorders should be stocked
adequately. Annual or more frequent calibration of these devices is necessary Annual
servicing and checking of the instruments in imperative.

Chemical Feeding Unit

Alum preparation tank is to be painted annually by anti-corrosive paint. V-notch weirs and
floats and floating arrangements should be cleaned daily. Enough spares for the mixing
device in the chemical preparation should be stocked. Setting of the V-notch should be
checked periodically. Sometimes, if the alum dosing equipment is not in order, the alum
slabs are just dumped in the raw water channel. This is bad practice and should not be
adopted as it will mean wastage of alum and improper dosing of alum. Alum should be
made into a solution and dispensed until the dosing equipment is rectified. The optimum
dosing of alum and coagulant aids should be based on a proper and detailed laboratory
study including Jar Test. The chemical feeding rate should be controlled, depending upon
the needs from time to time.

Rapid Mixer

Adequate spares should be kept ready in stock for timely replacement when necessary. Life
of the equipment could be prolonged by periodical painting with anticorrosive paints.

Slow Mixer

Slow Mixer should be operated continuously for avoiding sludge build-up. All equipment
should be painted with anti-corrosive paints every year. Mechanical devices should be
properly lubricated and worn out parts replaced. In non-mechanical type of flocculators like
baffle and tangential flow tanks, desludging at least once in six months is necessary.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Clarifier or Sedimentation Tank

Annual overhauling and repainting of the


unit should be done a month or two prior to
monsoon. Sludge lines should be kept free
of chokages. If any chokes are notices the
lines should be flushed with high pressure
water if chokages are noticed. The
telescopic sludge discharge device, when
provided, should be checked for free vertical
movement and O-rings replaced when
leaky. The traction wheels should be
checked for alignment and rubber wheels
replaced, if required. The unit should be worked continuously to protect the mechanical
parts from ill-effects of corrosion, malfunctioning etc. As mentioned in the CPHEO Manual
the Contractor should ensure recovery of the water from the sludge. Sludge and wash
water should be properly disposed without causing environmental pollution.

As well as problems from sludge build-up. Outlet weirs should be kept cleaned at all times.
Algaecide or bleaching powder may be used for controlling biological growth on weirs.

The important features in the operation of a clarifier are:

(a) The introduction of water into the tank with a minimum turbulence;

(b) The prevention of short–circuiting between inlet and outlet; and

(c) The removal of the effluent with the minimum of disturbance to avoid settled
material being carried out of the tank.

Very often, a basin which is not functioning properly can be modified by making changes to
the inlet and outlet devices by installing stilling baffles so as to improve any or all the
important features mentioned above. Algal growth, if any, should be controlled.

RAPID GRAVITY FILTERS

The common problems encountered are

Defective Gauges

Rate of flow gauges and loss of head gauges frequently get out of order. The operator
should be conversant with the working of gauges and should be able to handle minor
repairs. Necessary spares should be stocked.

However, even if the rate of filtration gauge is under repair, the filtration rate can be
checked whenever desired by closing the inlet valve and observing the time during which
the level of water in the filter falls by a measured distance.

For knowing the loss of head when the gauges are out of operation, a temporary
arrangement consisting of two glass tubes on each side of a calibrated scale could be
provided. One tube is to be connected to the efficient pipe between filter and controller and
the other tube to the filter structure above the sand. The relative elevation of the water
surfaces in these tubes indicates the
prevailing hydraulic gradient or loss of
head through the filter.

Inadequate Media on the Filter Bed

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Expansion of sand bed during backwashing should be kept within the limits to avoid carry-
over of sand to wash water through which would lead to appreciable depletion of sand depth
over a period of time. Sand depth should never be depleted by more than 10cm, when the
media has to be replenished.

The entire bed should be top up with additional sand of required effective size and
uniformity coefficient. Before starting the filter, the sand has to be backwashed to stratify
the bed. For collection of supernatant provision of sludge settlement tank is provided .

Air Binding

This is caused due to the development of negative head and formation of air bubbles in the
filter sand. This could be overcome by more frequent backwashing during these periods.
Provision should also be made wherever feasible for increasing the depth of water over the
bed by about 15 to 30cm. There are chances of air being released if back-wash is carried
out by direct pumping. Air release valves should be provided on the pumping mains in such
cases.

The solution lies in providing adequate depth of water at least 1.5 meters over sand. If air
binding persists, loss of heads may be limited to 1.5 meters instead of normal 2 meters.
This will discourage air binding and will ensure reasonable length of filter runs.

Incrustation of Media

The problem may arise as in the case of water softening with lime soda when sand gets
coated with material that is difficult to remove by normal backwash. The remedy lies in
washing the filter occasionally with sodium hydroxide (10 kg/m2 area of bed) or bleaching
power (20 kg/m2 area of bed).

Cracking of sand Beds.

This occurs mostly when the water is lowered below the surface of the sand. Cracks in a
sand bed under water may also arise due to the cementing of the grains by some material
in the applied water. The vulnerable portion is near the filter walls, since the sand is drawn
away from the walls. The rate of flow increases through such cracks allowing a heavier
deposit of solids at these points, which in turn, intensifies the forces compacting the sand
until a dense mass is formed. The degree of this mass may be limited, creating a dead
area, resulting in an unequal distribution of the wash water. This can be overcome by the
use of hand rake or by draining the bed and removing the clogged sand.

Bumping of Filter Beds.

Sometimes careless and indifferent operation may lead to “bumping” or “lifting” of the filter
beds when switching on the back-wash for a minute to dislodge the sand bed and
recommending filtration without going through the full back-wash cycle is adopted. This
practice should be discouraged as the filtrate quality deteriorates considerably.

Mud balls

These are caused by the general build-up of materials not removed in back-wash. Mud
balls accumulate at or near surface and in course of time clog the entire media.

By proper coagulation and settling of applied water, mud ball formation could be
considerably reduced. Surface washes or surface raking, or shovelling at intervals helps
reduce mud ball formation. Also compressed air scouring during backwash for periods of
three minutes, instead of 1 to 2 minutes, effectively decreases mud ball concentration.

Sand Boils
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
These are caused when disproportionately large discharges of wash water rush towards
expending the sand and displacing the gravel, the situation is encountered mostly due to
the poor distribution of wash-water from the under drain.

Slime Growths

When slime growths are noticed on filters, the bed is cleared in the normal way and the
water is lowered to the level of the sand bed. Then common salt is distributed evenly over
the surface of the sand, using 7 Kg/m2 of filter area, after which the sash water valve is
opened until water rises about15 cm. above the sand level. The water is allowed to remain
for 2 hours to dissolve the salt and then lowered to the bed level to be retained for 24 hours
after which it is thoroughly backwashed before placing into service. If this procedure does
not produce effective results, it may be necessary to replace the media.

Backwash Requirements

The waste water drains carrying filter backwash should be kept free of clogging or
sediment. If the backwash water is led away quickly, there will be no backing up in cater
channels or into the filter bed. Incidentally, it may be worthwhile to consider setting up a
plain sedimentation tank to recover the supernatant from the backwash water. For the small
investment, the water recovery could be appreciable.

The requisite up flow velocity of backwash water should be maintained at the design rate
for proper cleaning of the sand. The practice of backwash at reduced rate for longer periods
should be avoided as it leads to wastage of water and washing becoming ineffective. The
rate of backwash should be 600 litre/sqm (for maximum 10 min of filter area as per
CPHEEO manual.

Backwashing of filters should not be based on arbitrarily fixed time schedules but the
frequency should be in accordance with the filtrate quality and head lose measurement, as
per CPHEEO Manual. Duration should be dependent upon the turbidity of the wasted
water.

Chlorinators

The chlorine demand of filtered water is to be satisfied and free chlorine residual
maintained to make it completely safe. Hence the operator should be careful in
administering, calculated doses accurately.

Bubbling the chlorine gas through the filtered water stored in the clear water reservoir by
dipping rubber tubes connected to chlorine cylinder must be avoided. Chlorine application
should be done through a chlorinator only. The chlorinator should be maintained properly. If
the unit is out of order, the same should be repaired quickly and recommissioned.

A complete understanding of the principles of operation of chlorine gas feeders and


familiarity with tests for pinpointing leakages are essential. Low capacity units require
frequent cleaning of the Rota meter and rate setter. Large capacity chlorinators must have
vaporizers. The gas piping and feeders should be completely dismantled every one or two
years to clean out accumulated impurities.

The Contractor shall also provide chlorine leakage detection and alarm system which shall
actuate whenever gas flows in the vent lines and indicate that gas leak pressure value has
opened. Provisions shall also be made for continuous monitoring of the atmosphere as per
CPHEEO Manual.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Clear Water Sump & Reservoir

Roofing should be periodically checked to ensure that no leakages are there so that
pollution can be prevented. Ventilator outlets should be regularly checked and cleaned to
guard against mosquito breeding and bird droppings. Cleaning of the sump and reservoir
should be done regularly. Level recorder should be kept in working order at all times.
Online monitor is as per the requirement of the BoQ shall be provided.

The total capacity of clear water reservoirs should be adequate for storage of treated water,
especially during low supply periods at night when reservoirs become full. Instances are
reported, where water from the filters have backed up into the inspecting galleries, thus
reducing the rate of filtration. The remedy lies in having additional clear water reservoir in
the plant, or arrangement for the final water to be automatically pumped to the balancing
reservoirs in the town.

Treated Water

The quality of the water before distribution may be controlled by adjusting the calcium
carbonate balance in the water to safeguard against corrosion or excessive scale formation
in pipes. The periodical analysis of the water can also indicate if there is any biological
growth in the main and if any further chlorination is needed to check it. The samples of
water collected from several points should be routinely examined for residual chlorine and
other chemical and bacteriological parameters.

Problems Related To The Quality & Flow Pattern

When flow gets reduced, it may not be desirable to cut out certain units but it is preferable
to operate all the units with reduced flow conditions. In any case, the flow-through condition
in the several units should be periodically studied using appropriate traces. This will help to
locate if there is any short- circuiting so that corrective measures can be adopted.

The flow conditions in open channels should be examined periodically to avoid obstructions
and heading up which will affect the unit process especially the efficiency of the clarification
units.

Aerators

Aerators are required to be maintained in a clean condition so that maximum water surface
and agitation are provided. Slime and algae growth on the surface would require cleaning
and periodic treatment with copper sulphate with or without lime to kill growth. The porous
plates orrubesused with diffusion aerators may become partly clogged either from dust in
the compressed air or from the collection of sediment on the outside surfaces. When
aerators are shutdown, appropriate cleaning with detergents or acid and brush should be
attempted. Clogging of diffuser plates could be minimized by

• Maintaining air filters in effective operation.

• Not over-lubricating air compressors and blowers.

• Maintaining air pressure on diffusers, when compressors are shut down.

Elevated Reservoirs

Important aspects to be considered during


maintenance are:

• Measurement of inflows & outflows:


Whenever measuring devices are provided,
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
it should be seen that discharge at inlets and outlets fairly tally. It should be seen that
water level indicators and recorders are in proper working order.

• Structural Leakages: All structural damages and leakages should be promptly


repaired.

• Preventing External Pollution: The manhole opening, ventilating shafts and overflow
pipes should be properly closed and protected with wire gauge from external
pollution

• General cleanliness in and around the reservoirs should be maintained and


observed. A garden around the reservoir structure may be provided.

• A programme for periodical cleaning of the reservoirs at least once in a year should
be undertaken. During such cleaning process, there should be facility to by-pass the
supply to distribution system.

• Appropriate safety measures to prevent climbing of unauthorised persons should be


provided.

• All the railings provided shall be maintained in a safe and firm condition.

Distribution System

Important aspects of operation and maintenance of distribution system are detection and
prevention of wastage due to leakage. The object is to control the waste within reasonable
limits. Further in case of intermittent supply, possibility of pollution of empty pipelines
cannot be ruled out. Special inspection of pipelines through marshy or high-water table
areas, crossings across waste channels, pipes, etc., and in the vicinity of sewers should be
carried out at regular intervals. Such areas should be identified on plans and bacteriological
tests of tap water in such areas need to be done more frequently and results compared.

A regular programme of leak detection should be undertaken for the entire distribution
system such that each section of the system comes up for leak detection at least once in
three years. Leaks and damages detected should be promptly repaired. The causes of
wastage through leakages such as

• High pressures in distribution.

• Corrosive soils.

• Corrosive water.

• Inferior quality of pipes and fittings.

• Age of pipes.

• Gland packing of valves etc. should also be ascertained. The repair work should
tackle those causes as well.

In a distribution system complaint are received frequently from consumers about

• Non-availability of required quantity of water.

• Low pressure at the supply point.

• Leakages * wastages through valves & pipelines.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
• Unauthorised connections.

One of the major causes of wastage is unauthorized connections. Procedures for granting
connections need to be streamlined. The officer in charge of operation & maintenance of
distribution system should have powers to inspect any household for water supply to know
as from where that household is taking water.

The entire distribution system could be divided into sub-zones served preferably from one
elevated service reservoir. The maintenance and operation of each zone of distribution
system should be entrusted to at least a junior engineer who should be made the
authorized official of the controlling authority to receive and deal with the complaints.
Appropriate registers should be maintained by him to record the complaints and to note in it
the follow-up action till the complaint is redressed. If the complaint is such that it cannot be
dealt with at his level, he should at once refer the matter to higher authorities under
intimation to the complainant. Frequent vigilance checks in the areas having maximum
complaints should be made a part of the duty of the supervisory staff.

It is preferable to have meters provided by the water works controlling agency after
charging appropriate monthly rentals to the consumer. This enables effective control over
defective meters. Meter repair workshops should be established to attend to repairs of
meters promptly. Surface boxes and chamber covers of valves should be frequently
inspected and kept in proper condition. Billing for an out of order meter for more than three
times consecutively, should be avoided. All attempts should be made to repair/replace out
of order meters once these are detected.

Sufficient stock of meters and spares should be available at hand to keep almost every
meter in the field in working order.

Comprehensive water rules should be framed to make the maintenance operation most
effective.

The consumers should be made aware of difficulties and shortcomings in the maintenance
and operation of water supply system. Adequate publicity and public relations are required
to be developed for this purpose.

CONTROL OF QUALITY OF WATER

For a water works industry, ensuring an appropriate equality of water to the consumer is its
primary responsibility. Quality control is, therefore, required at every step in the water
supply process. The physical, chemical and bacteriological tests of water samples need to
be carried out at as frequent intervals as required. Reference may be made to Chapter 15
of water supply manual of CPHEEO for more details. The results of these tests should be
studied and remedial measures taken promptly as and when required.

These tests are usually needed at:

• Source-to determine the raw water quality.

• Treatment Plants-to determine whether the treatment is in conformity with raw-water


quality; and

• Distribution system-to determine whether adequate residual chlorine is present in the


water supply to consumers.

TASTE & ODOUR CONTROL

The following measures are applicable in taste and odour control

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
• Routine examination of samples of raw, settled and filtered water and samples from
distribution system for taste & odour.

• Periodic Treatment with copper sulphate and by chlorine.

• Routine maintenance by flushing distribution system, especially at hydrants served


by dead-end mains; and

• Maintenance of records of consumers’ complaints and corrective action taken so that


it can serve as guide for future.

STAFF PATTERN

Recommended staffing Pattern for Operations & Maintenance of Waterworks for various
capacities is given in Appendices.

Payment for O/M works

Payment of following items should include while quoting rate.

For first year

• Wage to staffs engaged for operating all components including valves operation
water quality testing, securities purpose.

• Cost of chemicals and reagents of approved quality to ensure quality of water as per
WHO guide line.

• The agency will have to test the quality of water on daily basis and maintain its
record in a separate register issued by the department after getting signature by the
authorised person.

• No payment will be done for repair of any component including leakage repair,
replacement of burst pipe (if any) repairing of electrical and mechanical equipment’s,
cables etc.) Since all components are covered under defect liabilities period of one
year.

For second year

Above Sl. no (i), (ii) (iii) and (v) will be applicable for 2nd year also.

Cost of repairing of different components may be added while quoting rates.

All civil structures (i.e. Intake well, Gangway, ESR boundary wall, Office building, staff
quarters, valve chambers with all component etc.) will be repaired if required, White Wash /
Colour Wash / Snow-Cem and painting on steel and wooden surface at the time of handed
over the project. Also, all E&M equipment’s should be in running condition at the time of
handed over.

Additional Operational Services Performance Security:


The Contractor shall quote reasonable O & M Cost for 5 years, which should not be too low.
In case the Contractor quotes less than 10% of the estimated O & M Cost for 5 years given
in the SBD, the difference between the quoted O & M cost and the 10% below estimated
O&M cost shall have to be provided by the Contractor in the form of additional Security
Deposit, in the form of Bank Guarantee to JUIDCO at the time of signing of Contract
Agreement. This will be in addition to the required Security Deposit as per O & M Contract.
This Security Deposit shall be released proportionately on yearly basis by JUIDCO on

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
successful completion of yearly O & M works and certification issued by Engineer-In-
Charge to this effect

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
6.6 SUPPLEMENTARY INFORMATION

Institutional Arrangement

1. JUIDCO will be the Implementing Agency (IA) for the Project. It will have the primary
responsibility for day-to-day project management, coordination and implementation of the
project. It will ensure that project objectives are achieved. It will be directly responsible for
procurement, financial management and safeguard activities under the Project. A state level
PMU will be established in JUIDCO based in Ranchi.

2. The PMU will take the lead role in preparing, implementing, and monitoring of project
performance in line with the project implementation schedule and the Project Operations
Manual (OM). The PMU will also facilitate day-to-day decisions for implementing the project
components and will be responsible for inter-agency coordination. The PMU will prepare
annual work programs, budgets, procurement plans; disburse funds; review fund execution
and accountability; safeguard document preparation and oversee quarterly review meetings,
as well as contract and supervise project staff and consultancy assignments, prepare reports
and other documents, and provide quality control.

3. PMU will also supervise sub-project implementation and will monitor the financial and
physical progress of sub-projects, monitor compliance and implementation of safeguards (as
per environmental and resettlement framework, IPPF, IEEs, resettlement plans and DDRs),
contract management, and the adequacy of public disclosure, consultation, and grievance
redressal.

4. The PMU will be headed by a Project Director, assigned from the State Government
will report to the Secretary, UDHD, GoJ and will be supported by a Deputy Project Director.
The PMU will have set of technical/professional staff including for safeguards compliances.
The PMU will be staffed by the following key positions (i) Deputy Project Director, (ii)
Financial Management Specialist, (iii) Procurement Specialist, (iv) Environmental
Safeguards Specialist, (v) Social Safeguards Specialist, (vi) Contract Management
Specialist, (vii) Municipal Engineers, (viii) Civil Engineers (water supply, sewerage (ix) Urban
/Transportation Planner, (x) Institutional Development Specialist and (xi) support staff.

5. Under PMU, JUIDCo will establish Five PIUs at town level2. Each PIU will be headed
by a Project Manager assigned from state government departments. Each PIU will be
supported by a team of engineers/ professionals with implementation experience and staff
from respective ULB for supporting coordination.

6. PIUs will be responsible for implementation of the sub project including (i) preparing
subproject appraisal reports; (ii) supervising the contractors and design and construction
supervision consultants; (iii) planning, implementing, and monitoring public relations
activities, gender mainstreaming activities, community participation activities, and
safeguards compliance activities; (iv) preparing and submitting periodic progress reports;
(v) assisting PMU in maintaining and updating the PPMS; (vi) making payments to
contractors; (vii) maintaining project accounts; (viii) submission of project accounts to PMU
for compilation and consolidation; and (ix) obtaining statutory clearances

7. The project will engage a consultant (to be referred as PMU-consultant), who will
assist both PMU and PIUs in all subprojects’ safeguard related roles and responsibilities.
JUIDCO has already procured services of project management consultants (PMCs), who are
responsible for DPR preparation, design, project management, technical supervision and

2The Hussainabad water supply project will be implemented and managed by Medininagar PIU

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
contractor management during implementation. PMCs have been assigned project
component specific (sewerage, water supply, storm water drainage, road, etc.)
responsibilities and attached with PIU/PIUs. Selection of PMU-consultant is currently
underway. The PMU- consultant will deploy dedicated social (one) and environment (one)
expert in each of the PIUs besides safeguard management specialists (one each for social,
gender and environmental) stationed at PMU level.

8. The ULBs will be responsible for the local level O&M of respective sub-projects,
consistent with the project’s goal to strengthen ULB capacities, ULBs will be given
responsibility as well as assistance to develop their capacity to manage the development
and operation of infrastructure. The overall institutional structure of JURLIP for safeguard
implementation and compliance monitoring is presented in Figure below.

Figure 2:Institutional arrangements (Safeguards)

9. A state-level Steering Committee will be constituted to provide policy direction and


project oversight. A Tender Evaluation Committee will be constituted to review and evaluate
bids; A Technical Approval Committee will be constituted to approve Tender Evaluation
Committee and other technical and financial matters; and a City level Committee will be
constituted to monitor project implementation and undertake coordination among local
agencies, set up monitoring mechanisms and undertake grievance redress activities as
required.

Safeguards Implementation Arrangements

10. A Safeguards and Gender Cell (SGC) will be constituted in the PMU. The cell will
rope in staff from to fulfil its role functions.

(i) The Project Director, PMU will designate a Safeguards Officer to head the SGC. The
officer will preferably be an engineer who will be provided with training in ADB SPS
2009, social and environmental safeguards. Safeguard Officer will report to PD
directly;

(ii) PMU will also have safeguard specialists (one each for environment, social and
gender, total three specialists) to support safeguard officer.

(iii) PMU will be supported by PIUs in design, implementation of the project.;

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
(iv) Consultancy support: PMU consultant’s safeguard management specialists (one
each for social, gender and environment, total three specialists) will assist SGC-
PMU in its safeguard and gender related role and functions,

11. As for PMU and each PIU will have an Environmental and Social Safeguards Unit
(ESSU). PIU level full time safeguard specialists (one each for environment and social) will
be the designated assistant safeguard officers (ASO) in the ESSU.
Assistant/Junior3engineer rank officers or one with equal qualification and relevant
experience, if sourced from open market, will be designated for these roles;

(i) ESSU-PIU will seek guidance support from and report to SGC-PMU for its safeguard
compliance related functions.

(ii) Consultancy Support: PMU-consultant will assist ESSU-PIU in its safeguard related
role functioning.

(iii) PMU- consultant’s extended team at PIU level will include a full time and dedicated
environment and a social experts.

(iv) ASO (social) with support from social expert (PMU-consultant) will also be
responsible for implementation and compliances with respect to gender related
project activities and outcomes.

12. Environmental and Social Safeguards Tasks: Safeguards and Gender Cell
(SGC), PMU. SGC PMU will have overall responsibility of implementation of project in
compliance with SPS 2009, country legislations, and the project-specific Environmental
Assessment and Review Framework (EARF), resettlement framework and Indigenous
Peoples Planning Framework (IPPF), as agreed between JUIDCO/UDHD and ADB. SGC
will undertake all safeguard activities – studies, verification, monitoring, reporting,
consultation, disclosure, corrective actions, if any, and including review and approval of all
documents prior to disclosure and submission to ADB. The detailed tasks include:

(i) ensure subprojects conform to the agreed subproject selection criteria for the project;

(ii) review and finalize subproject involuntary resettlement and indigenous people
category;

(iii) oversee preparation of resettlement plans/Due Diligence Report (DDRs)/indigenous


people plans (IPPs); confirm existing resettlement plans/ DDRs/ IPPs are updated
based on detailed designs, and that new subproject resettlement plans/ DDRs are
prepared in accordance with the resettlement framework and indigenous people
planning framework (IPPF) prepared for the project;

(iv) responsible for issuing the public notice to acquire a particular land/ property for the
sub-project along with project information/details as well as the project cut if date;

(v) ensure that resettlement plans/ DDRs/IPPs are included in bidding documents and
civil works contracts;

(vi) ensure that water supply safety plan recommended by the World Health Organization
are included in bidding documents and civil works contracts;

(vii) provide oversight on social safeguard management aspects of subprojects and


ensure resettlement plans/ IPPs and impact avoidance measures outlined in the

3 Junior engineers may be deputed to fill this position in smaller ULBs implementing low impact-
low budget projects

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
resettlement framework/ IPPF/ environmental management plan / resettlement plans/
IPP/ DDR are implemented by PIU and contractors;

(viii) ensure that Gender Equality and Social Inclusion (GESI) activities are carried out in
accordance with the agreed plans and frameworks, develop a system and
accordingly monitor and report (to ADB) on functioning/outcomes on gender related
parameters;

(ix) ensured and monitor the provision in the contract to include the indigenous people
households/ communities/ wards to be the beneficiaries of the facilities constructed
under the Project;

(x) facilitate and ensure compliance with all government rules and regulations regarding
No Objection Certificates, third party certificates for negotiated settlement or
donation, land ownership and transfer details etc. for each site, as relevant;

(xi) supervise and guide the PIUs to properly carry out the social safeguard and gender
monitoring (resettlement plan/IPP as per the resettlement framework/ IPPF);

(xii) review, monitor, and evaluate the effectiveness with which the resettlement plans/
IPPs/ provisions of DDRs are implemented, and recommend corrective actions to be
taken as necessary;

(xiii) consolidate monthly social safeguard and gender monitoring reports from PIUs/ PMC
and submit semi-annual social safeguard monitoring reports (SSMR) to ADB;

(xiv) ensure timely disclosure of final resettlement plans/ DDRs/IPPs in locations and form
accessible to the public and affected persons;

(xv) address any grievances brought about through the GRM in a timely manner;

(xvi) oversee training needs assessment of affected persons and vulnerable persons by
PIUs/ consultants, coordinate training activities and convergence with livelihood
programs of the government;

(xvii) identify training needs and coordinate training activities for the PIUs/ contractors/
Project NGOs/consultants for capacity building to implement the resettlement plans/
IPP/DDR, and GRM;

(xviii) coordinate database management for social safeguards implementation and


monitoring; and

(xix) coordinate public awareness campaigns by the PIUs including resettlement


provisions with the help of print and electronic media

13. Social Safeguards Tasks: PMU-consultant (at PMU level). PMU-consultant will
play its role functions both at the PMU level and at the PIU level. At the PMU level, it shall
assist SGC, PMU to achieve compliance with the involuntary resettlement and indigenous
peoples safeguards requirements in accordance with ADB Safeguard Policy Statement 2009
and government policy, and as per the agreed Entitlement Matrix for the project, and
ensuring that the contractors and their sub-contractors design, construct and operate the
project facilities in compliance with the same. Detailed tasks of the consultant at the PMU
level shall include but not limited to, the following:

(i) Establish a system to monitor social safeguards and gender outcomes of the Project;
including the functioning of the GRM, and prepare indicators for monitoring important
parameters of safeguards and gender;

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
(ii) Take proactive action to anticipate the gender equality and social inclusion and social
safeguards aspects of the Project to avoid delays in implementation;

(iii) Support PMU to prepare resettlement plans, Indigenous Peoples Plans, of subproject
water supply schemes that will be appraised during project implementation;

(iv) Support the PMU in ensuring that the social safeguard and Gender Equality and
Social Inclusion (GESI) activities are carried out in accordance with the agreed plans
and frameworks;

(v) Support PMU in preparing gender strategy for JUIDCO/UDHD

(vi) Ensure that the relevant measures specified in the resettlement plans, Indigenous
People Plans and GESI action plan (GAP) will be incorporated in bidding documents
and approved by ADB prior to issuance of invitation for bidding and monitor their
compliance on behalf of PMU; and (f) ensure monitoring of social safeguards plans
and GESI action plan and address unanticipated impacts, if any; and (g) provide
training programs to PMU/PIU staff and contractors involved in the project
implementation for strengthening their capacity in managing and monitoring social
safeguards and gender.

Safeguards and Gender Tasks: Safeguards and Gender Officer (Social), Environmental
and Social Safeguards Unit (ESSU), Project Implementation Unit (PIU).

14. The envisaged responsibilities include:

(i) Coordinate public consultation and information disclosure;

(ii) Liaise with local offices of regulatory agencies in obtaining clearances /approvals;
assist PMU for clearances obtained at state level;

(iii) Preparation of resettlement plans/IPP/GAP with support from PMU-consultant (both


PIU and PMU level team), PMCs and contractor (DBO) and in consultation with PMU

(iv) Oversee day-to-day implementation of resettlement plans/IPPs/GAP by contractors,


including compliance with all government rules and regulations;

(v) Take necessary action for obtaining rights of way;

(vi) Ensure continuous public consultation and awareness;

(vii) Coordinate grievance redress process and ensure timely actions by all parties;

(viii) Review Monthly resettlement plan/IPP/GAP Monitoring Reports of Contractor/PMU-


consultant (PIU level team);

(ix) Review and forward quarterly monitoring reports prepared by PMU-consultant-(PIU


level team) to PMU

Safeguards and Gender Tasks: PMU-consultant (at PIU level). The tasks of PMU-
consultant (PIU level team) will include:

(i) Screen and categorize subproject components;

(ii) Carry out baseline surveys in consultation and support from PMCs;

(iii) Ensure the contractors comply with the agreed social safeguards frameworks,
resettlement plans, and due diligence reports on social safeguards for the project;

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
(iv) Prepare and support PIU in preparation of RP/IPP/GAP and any additional draft
resettlement plans, due diligence reports and prepare any new safeguard documents
as and when required. PMCs will provide support to PMU-consultant team in this
task;

(v) Assist the PIUs in the implementation of final resettlement plans and GESI action
plan;

(vi) Prepare periodic safeguard monitoring reports as per the format acceptable to ADB
and quarterly GESI action plan updates in format provided in Project Administration
Manual (PAM);

(vii) Collect relevant data on implementation of GESI action plan and design gender-
sensitive communication strategy and IEC materials illustrating key social and
behavioural messages related to hygiene, sanitation and health jointly with the
communication specialist and in accordance with the GESI action plan;

(viii) Extend assistance to PMU/PIU in carrying out awareness campaigns focused on


involving women and girls in water management activities in the focus areas and
monitor activities of the Project NGOs

15. Contractor: The Contractor(specifically in case of DBO contracts) will have a


dedicated Social Supervisor, who will hold a Master’s degree in social science and would
have at least 5 years of experience in resettlement planning and implementation, as well as
gender action plan implementation, preferably in multi-lateral aided projects. The tasks of the
Contractor’s Social Supervisor will be to:

(i) Work in close coordination with the PIU, design engineers and consultant’s
safeguards personnel to finalize detailed design keeping the safeguard principles
adopted for the project in view;

(ii) Ensure that all design-related measures (e.g. special considerations for the
vulnerable related to facility locations or design, mitigation measures for affected
persons etc.) are integrated into project designs before approval;

(iii) Conduct joint walk- throughs with PIU, design engineers and PMC social safeguards
personnel in sites/sections ready for implementation; identify the need for DMS, and
conduct DMS to arrive at the final inventory of loss;

(iv) Update the draft resettlement plan and Due Diligence Report and submit to PIU/PMU
and ADB for review and approval;

(v) Ensure strict adherence to ADB and government policy on social safeguards and the
agreed entitlement matrix during implementation;

(vi) Assist with grievance redressal and ensure recording, reporting and follow-up for
resolution of all grievances received;

(vii) Assist PIU in disclosing relevant information on safeguards (eligibility, entitlements,


compensation, cut-off date, processes, timelines, GRM etc.) to beneficiaries and
affected persons including the vulnerable;

(viii) Submit monthly social safeguard and gender action plan monitoring reports to PIU,
with gender-disaggregated data as required for monitoring.

16. The above arrangement will ensure that:

(i) social safeguard issues are addressed;


Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
(ii) resettlement framework is followed in all resettlement issues;

(iii) approved resettlement plans are implemented;

(iv) implementation of resettlement plan is monitored;

(v) periodic monitoring reports are prepared in time and submitted to PMU for onward
transmission to ADB upon approval; and

(vi) Database on resettlement monitoring and due diligence is updated and maintained.

17. The monitoring report will focus on the progress of implementation of the
resettlement plan/resettlement framework, issues encountered, and measures adopted,
follow-up actions required, if any, as well as the status of compliance with ADB SPS 2009,
and relevant loan covenants.

Implementation

18. The ESSU PIU will be responsible for implementation of the resettlement plans and
the SGC PMU for monitoring of the resettlement plans. The ESSU PIU will undertake
surveys and record observations throughout the construction period to ensure that
safeguards and mitigation measures are provided as intended. The SGCPMU through the
ESSU PIU will arrange for delivery of entitlements to affected persons, implementation and
monitoring of safeguards compliance activities, public relations activities, gender
mainstreaming activities and community participation activities. It will also arrange for
obtaining statutory clearances and obtaining no objection certificates from government
agencies and/or other entities, if required. It will also coordinate for obtaining ROW
clearances with related state and national agencies. The PMU-consultant(Resettlement
Specialist/social expert)/Contractor (DBO) will supervise data collection for resettlement plan
/ due diligence report updating, preparation and implementation and prepare progress
reports with respect to resettlement plan implementation. They will record IR impacts at field
level during implementation, need to update resettlement plans/DDRs and need to prepare
resettlement plans where earlier no impacts were envisaged and only DDRs prepared.

19. The ESSU PIU will finalize entitlements in consultation with affected persons, which
will be examined and approved by the PMU. The PIU through the PMC/ contractor will
arrange for delivery of entitlements to affected persons. Organizational
procedures/institutional roles and responsibilities for resettlement plan implementation and
steps and/or activities involved in delivery of entitlements are described in Table 63

20. The ESSU PIU will assist the PMU in implementing and monitoring the resettlement
plan (duly approved by SGC PMU and reviewed/cleared by ADB prior to implementation).
SGC PMU and ESSU PIU staff capacity needs to be built to ensure that they are fully
conversant with public awareness generation activities, consultations and field surveys and
an understanding of data entry and quality control.

Table 63: Institutional Roles and Responsibilities

Activities Agency Responsible

Sub-project Initiation Stage

Finalization of sites/alignments for sub-project (on ground) PMU/PIUs

Coordination between Purchase Committee, District level Revenue PMU/PIUs

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Activities Agency Responsible

Department authorities and land sellers

Meetings at community/ household level with affected persons and PIUs/PMU-consultant/


beneficiaries contractor (DBO)

Resettlement Plan Preparation/ Updating Stage

Conducting DMS Survey/Census of all affected persons PIUs/PMU-


consultant/PMC/contractor
(DBO)

Conducting FGDs/ meetings / workshops during census surveys PIUs/PMU-consultant/


contractor (DBO)

Verification of survey results, vulnerable households PMU/PMU-consultant

Computation of compensation PMU/PMU-consultant,


assisted by PIUs/ contractor
(DBO)

Conducting discussions/ meetings/ workshops with all affected


persons and other stakeholders

Finalizing entitlements PMU/PIUs

Disclosure of final entitlements and compensation packages PIU/PMU-consultant/


contractor (DBO)

Approval of Final Resettlement Plan ADB

Resettlement Plan Implementation Stage

Payment of compensation PIUs/PMU (in coordination


with LA authority)

Consultations with affected persons during rehabilitation activities PIUs/PMU-consultant/


contractor

Grievances Redressal PMU/PIUs/GRC

Internal Monitoring PMU/PIUs

DBO=design-build-operate; FGD=focus group discussion; FLAC= First Land Acquisition Collector; GRC =
Grievance Redress Committee; NGO = nongovernment organization; PMU = project management unit; SSO =
social safeguard officer; PMC= project management consultant; SIA=social impact assessment.

21. The role of the ESSU PIU in resettlement plan implementation and monitoring is that
of a facilitator of the resettlement process. The ESSU PIU will work as a link between the
Project and the affected community. They will educate the affected persons on the need to
Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
implement each project and subproject under the investment program, on aspects relating to
resettlement measures and ensure proper utilization of compensation paid to the affected
persons under the entitlement package. After the approval of the micro plans, the ESSU PIU
will issue identity cards to the entitled persons.

Institutional Capacity

22. Capacity to handle environmental/involuntary resettlement/indigenous people


impacts, gender and vulnerability issues, etc., may need to be built in the Project. Training of
SGC PMU/ESSU PIU staff on ADB SPS 2009 and Operational Manual Bank Policies (OM
F1), covering aspects such as environmental planning/resettlement
planning/implementation, social protection and gender, including the specific recording,
reporting, and disclosure requirements will therefore be needed to be planned separately.

23. For the capacity building of designated social safeguards officer and engineers,
SGCPMU will organize training programs on safeguards. Services of consultant trainers may
be procured for coordinating and imparting required trainings to the staff.

24. Owing to the complexity of Projects spread across multiple ULBs within and across
districts in the state, there is a need to specially focus on capacity building on social (distinct
social, economic and cultural traits and traditions of people and the importance of preserving
these, legal and technical aspects in such Projects with an adequate budgetary provision.
Training on provisions of EARF/resettlement framework. Further, capacity building of CBOs
in the Project area will be considered to ensure that they are able to represent the affected
groups more effectively. If required external resources, e.g., sociologists and development
practitioners with relevant experience will be employed. Additional measures to enhance
institutional capacity include exposure visits of social safeguard staff of the Project to other
Indian states that have successfully implemented ADB funded Projects.

Coordination with Other Agencies and Organizations

25. JUIDCO/UDHD is expected to leverage from its formal inter-departmental linkages


and working relationships with other line departments, state agencies and other
NGOs/CBOs. Networking with agencies such as State Pollution Control Board (SPCB) will
be critical on matters related to environmental issues/clearances. Similarly, Revenue and
Land Reforms Department will play a significant role during land acquisition and
resettlement processes, as will be the significance of other departments such as power and
electricity, drinking water supply, telecom etc. Without effective coordination, safeguards
implementation will be delayed. The PMU will (i) coordinate with the SPCB on environmental
issues and Land and Land Reforms Department to expedite the land related process, and
(ii) interact with the various government agencies on issues pertaining to shifting of utility
lines, etc. Restoration of community assets, if needed, will require help from relevant
government departments as well. The Project will develop lateral linkages to achieve
convergence/mobilize resources to benefit affected persons (e.g. establishing linkages with
the government’s livelihoods Projects) and to achieve the desired results expected from
IEE/EIA and resettlement plan/IPP implementation.

Implementation Process and Implementation Schedule

26. All resettlement and compensation for each contract package will be completed
before displacement. All land required will be provided free of encumbrances to the
contractor prior to handing over of subprojects site and the start of civil works. The
implementation of the resettlement plan will include:

(i) Identification of cut-off date and notification;


Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
(ii) Verification of losses and extent of impacts;

(iii) Finalization of entitlements and distribution of identity cards;

(iv) Consultations with affected persons on their needs and priorities; and

(v) Resettlement, provision of compensation and assistance, and income restoration for
affected persons.

Work in close coordination with the PIU, design engineers and consultant’s safeguards
personnel to finalize detailed design keeping the safeguard principles adopted for the project
in view; Ensure that all design-related measures (e.g. special considerations for the
vulnerable related to facility locations or design, mitigation measures for affected persons
etc.) are integrated into project designs before approval; Assist PIU in disclosing relevant
information on safeguards (eligibility, entitlements, compensation, cut-off date, processes,
timelines, GRM etc.) to beneficiaries and affected persons including the vulnerable;

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
APPENDIX-1

Recommended minimum operation and maintenance staff pattern surface Source-

:Typical staff pattern (For 5 to 25 Mld system) With conventional treatments

Clear
Raw Clear
Sl. Pump Water Service Gravity Distribution
Category of staff Water Water
No.
House Rising reservoir main system
Pump Pump
Main

Superintendent
- - - - - - -
Manager(A.E.E.)
Supervisor/Asstt.
- - 1 - - - -
Manager (A.E.)
Assistant
- - - - - - -
Supervisor/Junior

Manager

Operators 3 - 4 - - - -

1* Fitter-1
1*(For
(For every8 Helper-2
Helpers/Fitters 4 3-1 - -
every
Km) (For every
8 Km.)
10-15Km)
Electrician/Mechanic - - 2 - - - -

Watchman 1 - 3 - 1 1 -

Note:-

• The above staffing pattern does not include personnel for billing, collection and
accounting for water charges.

• Above staffing pattern includes the operating staff required for one off-day in a week
for staff. Suitable adjustments may have to be made between personnel in pump
house and Treatment works.

• In case the total length of the pipe line has been less than 8 Km. under 2 and 4 one
Helper/Fitter would be adequate.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
APPENDIX-2

Frequency/time
Sl. interval at which
Name of section or part to Maintenance to be
inspection & Remarks
be attended carried out
No. maintenance to be
done

Trolley wheels Lubrication (Greasing) One Month

Reduction Gear Box Checking & toping of oil Three Months


level

Time Table mechanism Checking & toping the oil Three Months
level
Dust blowing checking of
Vertical slip ring motor carbon brushes bearing Four Months
etc.

Adjustment of gap between


Rail/Track Four Months
two rails & its aligning etc.

Reduction Gear Box Checking of helical or spur Six Months


gears condition
More
Rubber type wheels Iron
Checking of wear & tear frequently in
Six Months
Wheels alignment & its positioning the old
installations.

Tightening of nuts & bolts,


M/s. Scrapers replacement of Broken Year
parts

Checking of its sprockets


Turn Table mechanism Two Year
chains, steel balls, gear
boxes etc.

Schedule Of Preventive Maintenance Clarifloculators And Their Drive

Personnel Requirements

The bidder must demonstrate that it will have the personal for the key positions the meet the
following requirement. List of Key Staff to be deployed by the Bidder during the Design build
services for Water Treatment Plant, Elevated Service Reservoirs, Intake Well, RCC
Gangway, Raw Water Pipeline, Clear Water Pipeline, Distribution Pipelines, Pump House,
Transformers, Staff Quarters and all appurtenant structures stipulated below :

Table 61: Minimum Staff Recommended For Design Build

Sl. Number of
Personnel* Qualification Design& Build
No. personnel

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Sl. Number of
Personnel* Qualification Design& Build
No. personnel

B.E. Civil + 10 Years Exp. (5 years as


1 Project Manager 1
Manager in Water supply works)

Assistant project B.E. Civil + 7 Years Exp. (3 years Water


2 2
Manager supply works).

B.E. Mech./ Civil + 5 Years Exp. Or Dip.


3 Site Engineer 3
Mech./ Civil +7 years Exp.

B.E. Civil + 3 Years Exp. Or Dip. Civil + 5


4 Surveyor 3
years Exp.

Master’s in Env Science / Management/


Senior environment B.Tech (Env Engg.) with Diploma in Health
5 health and safety safety management from Central Labour 1
engineer Institute / Regional Labour Institute + 5 years
relevant experience

Graduate in Social Science + 5 years of


experience is community development works
6 Social Officer 1
(Example NGOs, Contractual work under
government block offices, etc)

CVs of key staff shall be submitted along with the bid and shall be subject to approval of
Employer.

Requirement of Staff For – O&M

Table 1: Requirement Of Staff For – O&M

1. Billing & collecting water charges

One for every 500 connections to be read


Meter Reader
monthly or a minimum of one if less than bill 500
Bill Clerk
connections (includes leave reserve/shift duty

c) Water rate collectors One for every 1500 monthly billed connections

d) Water rate superintendent One for every 6000 billed connections monthly.

One for every 80 meters per month to be


e) Meter repairer
repaired.

f) Assistant meter repairer -do-

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
APPENDIX- 3

MINIMUM STAFF RECOMMENDED FOR WATER WORKS LABORATORIES

Sl. No. Items Greater than 7.5 Mld. Upto7.5Mld.

Water Analyst(Chemist) 1 -

Water Analyst (Bacteriologist 1 -

Water analyst - 1

Laboratory Technician 3 1

Typist-cum-clerk 1 -

Sample takers 3 1

Laboratory Cleaners 3 2

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
APPENDIX–4

PARTICULARS TO BE SUPPLIED WITH THE SAMPLES

• Name and address of person requesting the examination.

• Date and time of collection and dispatch.

• Purpose of examination.

• Source of water and its location (well, tube well, stream, river etc.)

• Exact place and depth below surface from which sample was taken.

• Weather at the time of collection and particulars of recent rainfall, if any.

• Does the water become affected in taste or odour after rainfall or under any particular
circumstances?

• Are there any complaints from the consumer? If so, the nature of the complaint.

• Character of surroundings, and proximity to drains, cess pools, cattle sheds, manure
heaps, grave yard, bathing Ghats and other sources of pollution.

• Methods of purification and disinfection if any, details, dose of chemicals and points
of applications.

If From a dug well or a bore well.

• Whether an old source or newly constructed.

• Whether opener covered: nature and materials of cover.

• Nature of staining or casing and depth to which constructed and whether it is in good
condition.

• Height and condition of parapet and apron.

• Method of pumping or other means of rising water.

• Depth of well and of water surface from ground level.

• Whether the water is clear as it flows out of tube well and remains clear if exposed to
air (4-6 hours) or becomes dis coloured and turbid.

If from a river or stream.

• Natures of flow and weather floods are common or rare.

• Whether level of water is above or below normal.

• Is there any bathing ghat, boat jetty, burial ground or sewer outfall If upstream, give
distance from sampling point.

If from lakes, impounded reservoirs and tanks.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
• How supplied (Channel, stream, rain).

• Nature of catchment, whether conserved or not.

• Nature of extent of weed growth.

Size and number of service reservoirs.

• Whether open or covered.

• How often cleaned and method of cleaning.

• Date of last cleaning.

Number of hydrants and sewers on the distribution system.

Hours of pumping and supply.

Population served.

Any other particulars.

Station

Signature and name in block letters of the person

Collecting and forwarding the samples.

Date.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
APPENDIX- 5

Specimen Form For Short Physical And Chemical Examination

Name and Address

If the Laboratory:

Name and Address Sender’s No. Date of

If Sender
Collection…………………………

Date and time of

Receipt at laboratory………………

Laboratory Ref. No. Date and time of

Commencing of examination

--------------------------------------------------

1. Raw Water

2. Coagulated water

3. Filtered water

4. Water after specific treatment

5. Distribution system.

Time of collection of sample 1 2 3 4 5


Physical Expressed as

Temperature 0C

Turbidity JTU/NTU

Colour Units of Pt-co-


Scale
Taste & odour Qualitative
Chemical
PH
Conductivity Micromhos/cm
Free CO2 (mg/1) CO2
Alkalinity (mg/1) CaCO2
Phenolphthalein
Total
Chlorides (mg/1) Cl

Nitrites (Qualitative)

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Time of collection of sample 1 2 3 4 5
Dissolved
(mg/1) O2
Oxygen
Hardness (mg/1) CaCO3

Carbonate
Non-

Carbonate
Total
Iron (mg/1) Fe
Fluorides (mg/1) F
Residual Chlorine (mg/1) Cl2

Alumina in (%) Al 2O3 Alum

Available (%) Cl2 In


bleaching
Powder Coagulant Dose-
(mg/1)

Jar Test Chlorine chlorine


Demand
(mg/1) Cl2

Remarks:

Date: Officer-in-charge

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
APPENDIX-6

Specimen form for complete physical, Chemical and biological Examination

Name and Address

If the Laboratory:

Name and Address Sender’s No. Date of

If Sender
Collection…………………………

Date and time of

Receipt at laboratory………………

Laboratory Ref. No. Date and time of

Commencing of examination--------------------------------------------

Raw Water

Coagulated water

Filtered water

Water after specific treatment

Distribution system.

Time of collection of sample 1 2 3 4 5

Physical Expressed as

Temperature 0C
Turbidity JTU/NTU

Colour Units of Pt-co-


Scale
Taste & odour Qualitative

Chemical
PH
Conductivity Micromhos/cm
Free CO2 (mg/1) CO2
Alkalinity (mg/1) CaCO3
Phenolphthalein

Total
Chlorides (mg/1) Cl
Ammonia (mg/I)/N
Free and Saline
Albuminoidal

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Time of collection of sample 1 2 3 4 5

Nitrites (mg/I) N

Nitrates (mg/1) N

Dissolved oxygen (mg/1) O2

Oxygen Absorbed at (mg/1) O2


270C

3 minutes
4 hours
C.O.D. (mg/1) O2
B.O.D. (mg/1) O2
Hardness (mg/1) Ca CO3
Carbonate
Non- Carbonate
Total
Iron (mg/1) Fe
Manganese (mg/1) MN
Fluorides (mg/1) F
Calcium (mg/1) Ca
Magnesium (mg/1)Mg
Residual (mg/1) Cl2
Chloride
Sulphates (mg/1) SO4
Total Solids
Dissolved

Suspended
Volatile
Alumina in (Alum %)
Al2 O3

Available chlorine in
(%) Cl2 bleaching
powder

Coagulant Dose (m
g/1) Jar test
Lonelier Index (mg/1)
Chlorine (mg/1) Cl2
Demand
Total silica (mg/1) SiO2

Phenolic Compounds (mg/1) Phenol

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Time of collection of sample 1 2 3 4 5

Synthetic detergents (mg/1) MBAS

Sulphide (mg/1)S

Arsenic (mg/1) As

Cadmium (mg/1) Cd

Hexavalent Chromium (mg/1) Cr

Copper (mg/1) Cu
Cyanide (mg/1) CN
Lead (mg/1) Pb

Selenium (mg/1) Se

Zinc (mg/1) Zn

Mercury (mg/1) Hg
Oil and grease (mg/1)

Polynuclear Aromatic
(mg/1) PAH
Hydrocarbon

Radio Activity (pci/L)


Gross alpha

Activity
Gross Beta

Total count of Total count of


(plankton Organism) SAU’s/ml)

Remarks:

Date: Officer-in-charge

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Employer’s Requirements: Technical Specifications 299

APPENDIX-7

Specimen Form For Short Physical And Chemical Examination

Name and Address

If the Laboratory:

Name and Address Sender’s No. Date of

If Sender
Collection…………………………

Date and time of

Receipt at laboratory………………

Laboratory Ref. No. Date and time of

Commencing of examination -------------------------------------------

Raw Water

Filtered water

Chlorinated water

Distribution system.

Time of collection of sample 1 2 3 4

Bacteriological Expressed as

Plate count Colonies/ml

200 C

350C

Coliform
MPN/100 ml
Organisms

Remarks:

Date: Officer-in-charge

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Employer’s Requirements: Technical Specifications 300

APPENDIX-8

Specimen Form For Complete Bacteriological

Examination Of Water

Name and Address

If the Laboratory:

Name and Address Sender’s No. Date of

If Sender
Collection…………………………

Date and time of

Receipt at laboratory………………

Laboratory Ref. No. Date and time of

Commencing of examination --------------------------------------------

Raw Water

Filtered water

Chlorinated water

Distribution system.

Time of collection of sample 1 2 3 4

Bacteriological Expressed as

Platecount Colonies/ml

200 C

350 C

Coli form Organisms MPN/100 ml

E. Coli MPN/100 ml
Completed Test
Differential Test (KMVic)

Remarks:

Date: Officer-in-charge

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Employer’s Requirements: Technical Specifications 301

APPENDIX- 9

Minimum Equipments Needed For Physical And Chemical Tests

Category of Water works


Laboratory

I II III

Comparator test set for residual chlorine or chloroscope

pH kit with different discs for pH measurement

Mains operated pH meter completed with one calomel electrode and


X
glass

electrode

Turbidimeter

Dionic water tester or

Conductivity meter

Photoelectric calorimeter/Spectrophotometer

Water bath with 6 to 8 concentric holes and disc, electrically heated X X

Soxhelt extraction unit X X

Kjeldahl digestion unit X X

Hot plates

Distilled water plant

Demineraliser X X

Refrigerator

B.O.D. incubator X X

Muffle furnace

Electric oven

½ H.P. motor X X

Magnetic stirrer

Analytical balance with weight box

Jar-test apparatus

Centrifuge X

Gas cylinder if gas supply is not available

Fume cupboard

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Employer’s Requirements: Technical Specifications 302

In addition, common glassware and accessories like beaker, conical flask, burette, pipette,
volumetric flask etc. will be required

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Employer’s Requirements: Technical Specifications 303

APPENDIX-10

Equipment Needed For Bacteriological Up to 2000c

Examination

• Hot Air Oven

• Autoclave Or Pressure Cooker

• Incubator 370 C or 440 C (Water/Air-Jacketed)

• pH Meter

• Pipette Box (Stainless Steel)

• Wooden Racks/Aluminum Racks

• Wire Baskets

• Cotton / Aluminum Foils

• Brown Paper

• Twine

• Burners (Bunsen) with pilot Lamp

• Suction Flask (1 Litre Cap)

• Suction Pump

• Sampling Bottle (Reagent Bottles of 250 ml. Capacity)

BACTERIOLOGICAL MEDIA

• M. Endo Broth (Dehydrated)

• Lactose or Lauryl Traptose Broth

• Mac conkey broth

• Brilliant Green Bile Lactose Broth

• Total Plate Count Agar

• Peptone/Triyptone water

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Employer’s Requirements: Technical Specifications 304

APPENDIX-11

Test to be done by Water works laboratories


Category of Water works
Name of Test
Laboratory

I II III

Turbidity

Colour

Odour

Conductivity

Alkalinity

Residual Chlorine

pH

Iron

Chloride

Hardness X

Total Solids X X

*Volatile Solids X X

*Suspended Solids X X

*Free and saline ammonia X X

Albuminiod nitrogen X X

Nitrites (qualitative)

Nitrates X X

*Fluorides

Metals other than iron

Jar test for determining alum


X
dose

Chlorine demand

Complete mineral analysis X X

Total count in nutrient agar X X

Presumptive coli forms

Confirmed test, BGB

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Employer’s Requirements: Technical Specifications 305

Category of Water works


Name of Test
Laboratory

Completed test X X

Research into media, etc. X X

Microscopy
X X
* Where applicable

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
300

Appendix 12

Initial Environmental Evaluation With Environment Management Plan

The Draft IEE with EMP is attached herewith, which needs to be revised and got approved by the
Contractor based on his detailed design.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
301

Appendix 13:

Draft Due Diligence Report

The draft Due Diligence Report is attached herewith. The Contractor shall update the RP based
on the detailed design and secure approval from Employer.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
302

SUBMISSION ALONG WITH TECHNICAL BID

Bidders shall also submit following documents along with their Technical Bid
1. Design philosophy including recycling details.
• Writeup on the methodology of sludge disposal, recycling of supernatant.

2. Methodology of construction of Intake facilities.

3. Any other relevant document as intend to attach in support of their technical proposal.

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
303

RELEVANT CODES TO BE FOLLOWED

Following codes are to be followed in connection with design and execution of the work. (If the
code is amended, the amended version of code will be followed)

Sl. No. IS No. Description

1 General IS – 1200 (Part 1 to 28) Measurement of building works, method,


materials& details of construction.

2 Cement IS – 269:1989 Ordinary, Rapid hardening & low heat Portland


cement – 33grade

3 IS – 8112:1989 Ordinary, Rapid hardening & low heat Portland


cement – 43 grade

4 IS – 12269:1987 Ordinary, Rapid hardening & low heat Portland


cement – 53 grade

5 IS – 1489 (Part 1 & 2): 1991 Portland Pozzolana Cement

6 Sand IS – 1542 Sand for plaster

7 IS:2116 – 1980 Sand for masonry mortars.

8 Aggregates IS: 383 – 1970 Aggregates coarse and fine from natural
sources for concrete.

9 Aggregates IS:515 – 1959 Aggregates for use in Mass Concrete Neutral


and manufactured.

10 Bricks IS: 1077 – 1992 Common Burnt clay building bricks

11 IS: 2211 – 1991 Code of practice for brick work

12 Soil IS: 1489 – 1970 Classification & identification of soil for General
Engineering purpose

13 Concrete IS: 456:1978 Code of practice for plain & reinforced concrete
(third version) with amendment no 2

14 IS: 455 – 1989 Portland slag cement

15 IS: 2250-1981 Preparation and use of masonry mortar

16 IS: 6452 – 1989 High Alumina cement for structural us

17 IS: 8041 – 1990 Rapid hardening Portland cement

18 IS – 3370 Part I/1965 – Code of Practice for concrete


structures for the storage of Liquids- General
requirements.

19 IS: 3370 Part II/1965 – do- do- reinforced concrete


Structures

20 IS – 3370 Part IV/1965 – do- do- Design tables

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
304

Sl. No. IS No. Description

21 Test IS – 1199:1959 Sampling & Analysing of concrete

22 IS – 8142: 1976 Tests for setting time of concrete.

23 IS – 516:1959 Tests for strength of concrete

24 IS – 9013: 1978 Tests for compressive strength

25 IS – 4031 Tests for cement

26 1786:1985 High yield strength deformed bar (Grade Fe


415)

27 IS – 1786 :1985 For Steel reinforcement

28 IS –2751: 1966 Welding of reinforcement

29 IS – 2502:1963 Bending and fixing of bars for concrete

30 IS – 9077:1979 Corrosion protection of steel reinforcement in


R.C.C. structure

31 IS–2062:1992 Structural steel

32 IS–2062 :(Grade A) Low Carbon structural test

33 IS–800: 1984 Use of structural steel in general building


construction

34 IS–808:1989 Rolled steel beams, Channels and angles.

35 Is–1038:1983 Steel doors, windows and ventilators.

36 IS–7452:1990 Hot rolled steel section for doors, windows and


ventilators

37 IS–4021:1995 Timber door window and ventilator frames.

38 IS–1003:1991 Timber panelled and glazed door shutters.

39 IS–2202:1991 Wooden flush door shutters (solid core type)

40 IS–2571:1970 Laying inside cement concrete flooring

41 IS–4457:1982 Ceramicun glazed vitreous acid resisting tiles

42 IS–777:1988 Glazed EW wall tiles

43 IS–7198:1974 Damp proofing using bitumen mastic

44 IS–1230:1979 CIrain water pipes & fittings

45 IS–780:1984 Sluice valves for water works purposes. (small


dia 50 m to 300 mm size)

46 IS–2906:1984 do–

(higher dia 350 mm to1200 mm size)

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
305

Sl. No. IS No. Description

47 IS–3950:1979 Surface boxes for sluice valves

48 IS–13095:1991 Butterfly valves for general purposes

49 Is–12969:1990 Method of test for quality characteristics of


valves.

50 IS–12992:1993 Spring loaded safety relief valves.

51 Is–5312:1984 Swing check type reflux valves

52 Is–5330:1984 Design of anchor block for pen shocks with


expansion joints

53 IS–3042:1965 Single faced sluice gate (200mm–1200 mm)

54 Is–1661:1972 Cement and cement lime plaster finishes

55 IS–1237:1980 Flooring tiles of cement concrete.

56 IS–2114:1984 Laying insituter razzo floor finish.

57 IS–1443:1972 Cement concrete flooring tiles, laying and


finishing

58 IS–1609:1991 Laying damp proof treatment using bituminous


felt.

59 IS–1322:1993 Bitumen felt for water proofing and damp


proofing.

60 IS–7193:1994 Glass fibre base coal tar pitch and bitumen felt.

61 IS–6494:1988 Water proofing of underground water reservoir


and swimming pools

62 IS–3067:1988 General design details and preparatory work for


damp proofing and water proofing of building

63 IS–4082:1996 Stacking of storage of constructional materials


at site recommendation

64 IS–3114:1994 Laying of CI pipes.

65 IS–1536:1989 Centrifugally cast (spun) iron pressure pipe.

66 IS–1537:1976 Vertically cast iron pressure pipe.

67 IS–1538:1993 CI fittings for pressure pipe.

68 IS–7181:1986 DF horizontally cast iron pressure pipe.

69 IS–13382:1992 CI special for mechanical end pushon flexible


joints for pressure pipe.

70 IS–5382:1985 Rubber sealing rings for water mains.

71 IS–12820:1989 Dimensional requirements for rubber gasket for

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
306

Sl. No. IS No. Description

mechanical joints & pushon joints.

72 IS–1879:1987 Malleable CI pipe fittings

73 IS–782:1978 Caulking lead

74 IS–11606: 1986 Methods for sampling of CI pipes and


fittings

75 IS–458:1988 Pre cast concrete pipe

76 IS–783:1985 Laying of concrete pipes

77 IS–3597:1985 Method of testing of concrete pipes.

78 IS–10221:1982 Coating and wrapping of underground mild steel


pipelines.

79 IS–2974(Part4): 1979 Foundation for Rotary type machine of low


frequency

80 Is–2911:1979(Part1 section 2) Design and construction of bored casting situ


concrete piles

81 IS–2911:1985(Part4) Load test on piles

82 IS–816: 1991 Use of metal arc welding for general


construction in mild steel

83 IS–1024:1979 Welding in bridge and structures subject to


Dynamic loading

84 IS–822:1970 Procedure for inspection of welds

85 IS–814:1991 Electrodes form annual metal arc welding

86 IS–1052: 1983 Specification for collapsible gate

87 IS–6248:1979 Specification for metal rolling shutter and rolling


grill.

88 IS–7322:1985 Specials for steel cylinder reinforced concrete


pipes.

89 IS–3950:1979 Surface boxes for sluice valves.

90 IS–5312(PtI):1984 Swing check type reflux (non-return, single


door) valves

91 IS–5312(PtII):1986 -do–(Multi door pattern)

92 IS–5822:1994 Laying of Electrically welded steel pipes for


water supply.

93 IS–823 Procedure for manual arc welding of mild steel

94 IS–4353 Sub merged arc welding of mild steel and low


alloy steels

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
307

Sl. No. IS No. Description

95 IS–73–07(PtI) Approved tests for welding procedures (fusion


welding of steel)

96 IS–7310(PtI) Approved tests for welders working to approved


welding procedure (Part I: fusion welding of
steel)

97 IS–2595:1978 Code of practice for radiographic testing

98 IS–4853:1968 Recommended practice for radio graphic


examination of fusion welded circumferential
joints steel pipes

99 IS–1182:1967 Recommended practice for radiographic


examination of fusion welded butt joints.

100 IS–2598:1966 Safety code for industrial radiographic practice.

101 IS–5878(PtIV) Code of practice for construction of tunnels


conveying water (Part4–Tunnel supports)

102 IS–1363 Technical supply conditions for threaded


Fasteners

103 IS–1367(Pt3) Technical supply conditions mechanical


properties and test methods for bolts, screws
and studs with full loadability.

104 IS–10028(Part-II):1981 latest version Transformer

105 Is–325:1978 Up to latest version Three phase induction


motors

106 IS–2254:1985 Up to latest version Vertical motor

107 IS–8544:1977 Up to latest version Starter

108 IS3043 Earthling

109 IE Rules–1956(up to latest version) All electrical installation will have to be done as
per Indian Electrical rules.

110 Manual on Water Supply and Treatment All provisions in the manual are binding in both
Revised and Updated Edition CPHEEO, Design and Execution of the work
GOI, MoHUA, New Delhi

Bidding Document for Hussianabad WSS Procurement of Works Single Stage Two Envelope
Section 7 - General Conditions of Contract 7-1

Section 7 - General Conditions of Contract


The Conditions of Contract comprise two parts, this Section 7 - General Conditions of Contract (GCC)
and the following Section 8 - Particular Conditions of Contract (PCC).

The General Conditions shall be the Conditions of Contract for Construction for Building and Engineering
Works Designed by the Employer, Multilateral Development Bank Harmonized Edition, prepared by the
Fédération Internationale des Ingénieurs-Conseil, or FIDIC (FIDIC MDB Harmonized Construction
Contract) available atFIDIC MDB June 2010. The FIDIC MDB Harmonized Construction Contract is
exclusive for the use of ADB Borrowers and their project implementing agencies as provided under the
License Agreement dated 9 June 2005, between ADB and FIDIC, and, consequently, no part of this
publication may be reproduced, translated, adapted, stored in a retrieval system or communicated, in
any form or by any means, whether mechanical, electronic, magnetic, photocopying, recording or
otherwise, without prior permission in writing from FIDIC, except by the Employer identified in the
contract and only for the exclusive purpose of preparing bidding documents for ADB-financed contracts.

The standard text of the General Conditions chosen must be retained intact to facilitate its reading and
interpretation by Bidders and its review by ADB. Any amendments and additions to the GCC, specific to
the contract in hand, should be introduced in Section 8 (Particular Conditions of Contract), Part A
(Contract Data) and Part B (Special Provisions). Clause numbers in the PCC correspond to those in the
GCC. As per GCC 1.5 (Priority of Documents), the PCC takes precedence over the GCC.

Part A (Contract Data) of the PCC includes data to complement the GCC in a manner similar to the way
in which the Bid Data Sheet (BDS) complements the Instructions to Bidders (ITB).

Part B (Specific Provisions) is to be used to introduce country- or project-specific provisions, if so


required. Whoever drafts the Specific Provisions should be thoroughly familiar with the provisions of the
GCC and with any specific requirements of the Contract. Legal advice is recommended when amending
provisions or drafting new ones.

The Conditions of Contract have been prepared for an ad measurement (unit price or unit rate) type of
contract and cannot be used for other types of contract.

Bidding Document for Hussianabad WSS Procurement of Works Single-Stage: Two-Envelope


7-2 Section 7 - General Conditions of Contract

APPENDIX
General Conditions of Dispute Board Agreement

1. Definitions Each “Dispute Board Agreement” is a tripartite agreement by and between:


(a) the “Employer”;
(b) the “Contractor”; and
(c) the “Member” who is defined in the Dispute Board Agreement as being:
(i) the sole member of the "DB" and, where this is the case, all
references to the “Other Members” do not apply, or
(ii) one of the three persons who are jointly called the “DB” (or “dispute
board”) and, where this is the case, the other two persons are called
the “Other Members.”

The Employer and the Contractor have entered (or intend to enter) into a
contract, which is called the "Contract" and is defined in the Dispute Board
Agreement, which incorporates this Appendix. In the Dispute Board
Agreement, words and expressions which are not otherwise defined shall have
the meanings assigned to them in the Contract.

2. General Provisions Unless otherwise stated in the Dispute Board Agreement, it shall take effect on
the latest of the following dates:
(a) the Commencement Date defined in the Contract,
(b) when the Employer, the Contractor, and the Member have each signed
the Dispute Board Agreement, or
(c) when the Employer, the Contractor and each of the Other Members (if
any) have respectively each signed a dispute board agreement.
This employment of the Member is a personal appointment. At any time, the
Member may give not less than 70 days’ notice of resignation to the Employer
and to the Contractor, and the Dispute Agreement shall terminate upon the
expiry of this period.

3. Warranties The Member warrants and agrees that he/she is and shall be impartial and
independent of the Employer, the Contractor, and the Engineer. The Member
shall promptly disclose, to each of them and to the Other Members (if any),
any fact or circumstance, which might appear inconsistent with his/her
warranty and agreement of impartiality and independence.

When appointing the Member, the Employer and the Contractor relied upon
the Member’s representations that he/she is
(a) experienced in the work, which the Contractor is to carry out under the
Contract;
(b) experienced in the interpretation of contract documentation; and
(c) fluent in the language for communications defined in the Contract.

Single-Stage: Two-Envelope Procurement of Works Bidding Document for Hussianabad WSS


Section 7 - General Conditions of Contract 7-3

4. General The Member shall


Obligations of the
Member (a) have no interest, financial or otherwise, in the Employer, the Contractor
or Engineer, nor any financial interest in the Contract except for payment
under the Dispute Board Agreement;
(b) not previously have been employed as a consultant or otherwise by the
Employer, the Contractor, or the Engineer, except in such circumstances
as were disclosed in writing to the Employer and the Contractor before
they signed the Dispute Board Agreement;
(c) have disclosed in writing to the Employer, the Contractor, and the Other
Members (if any), before entering into the Dispute Board Agreement and
to his/her best knowledge and recollection, any professional or personal
relationships with any director, officer, or employee of the Employer, the
Contractor or the Engineer, and any previous involvement in the overall
project of which the Contract forms part;
(d) not, for the duration of the Dispute Board Agreement, be employed as a
consultant or otherwise by the Employer, the Contractor, or the Engineer,
except as may be agreed in writing by the Employer, the Contractor, and
the Other Members (if any);
(e) comply with the annexed procedural rules and with Subclause 20.4 of the
Conditions of Contract;
(f) not give advice to the Employer, the Contractor, the Employer’s
Personnel or the Contractor’s Personnel concerning the conduct of the
Contract, other than in accordance with the annexed procedural rules;
(g) not, while a Member, enter into discussions or make any agreement with
the Employer, the Contractor, or the Engineer regarding employment by
any of them, whether as a consultant or otherwise, after ceasing to act
under the Dispute Board Agreement;
(h) ensure his/her availability for all site visits and hearings as are necessary;
(i) become conversant with the Contract and with the progress of the Works
(and of any other parts of the project of which the Contract forms part) by
studying all documents received, which shall be maintained in a current
working file;
(j) treat the details of the Contract and all the Dispute Board’s activities and
hearings as private and confidential, and not publish or disclose them
without the prior written consent of the Employer, the Contractor, and the
Other Members (if any); and
(k) be available to give advice and opinions, on any matter relevant to the
Contract when requested by both the Employer and the Contractor,
subject to the agreement of the Other Members (if any).

5. General The Employer, the Contractor, the Employer’s Personnel and the Contractor’s
Obligations of the Personnel shall not request advice from or consultation with the Member
Employer and the regarding the Contract, otherwise than in the normal course of the Dispute
Contractor Board’s activities under the Contract and the Dispute Board Agreement. The
Employer and the Contractor shall be responsible for compliance with this
provision, by the Employer’s Personnel and the Contractor’s Personnel

Bidding Document for Hussianabad WSS Procurement of Works Single-Stage: Two-Envelope


7-4 Section 7 - General Conditions of Contract

respectively.

The Employer and the Contractor undertake to each other and to the Member
that the Member shall not, except as otherwise agreed in writing by the
Employer, the Contractor, the Member, and the Other Members (if any),
(a) be appointed as an arbitrator in any arbitration under the Contract;
(b) be called as a witness to give evidence concerning any dispute before
arbitrator(s) appointed for any arbitration under the Contract; or
(c) be liable for any claims for anything done or omitted in the discharge or
purported discharge of the Member’s functions, unless the act or omission
is shown to have been in bad faith.

The Employer and the Contractor hereby jointly and severally indemnify and
hold the Member harmless against and from claims from which he is relieved
from liability under the preceding paragraph.

Whenever the Employer or the Contractor refers a dispute to the Dispute


Board under Subclause 20.4 of the Conditions of Contract, which will require
the Member to make a site visit and attend a hearing, the Employer or the
Contractor shall provide appropriate security for a sum equivalent to the
reasonable expenses to be incurred by the Member. No account shall be taken
of any other payments due or paid to the Member.

6. Payment The Member shall be paid as follows, in the currency named in the Dispute
Board Agreement:
(a) a retainer fee per calendar month, which shall be considered as payment
in full for
(i) being available on 28 days’ notice for all site visits and hearings;
(ii) becoming and remaining conversant with all project developments
and maintaining relevant files;
(iii) all office and overhead expenses including secretarial services,
photocopying and office supplies incurred in connection with his
duties; and
(iv) all services performed hereunder except those referred to in sub-
paragraphs (b) and (c) of this Clause.

The retainer fee shall be paid with effect from the last day of the calendar
month in which the Dispute Board Agreement becomes effective; until the last
day of the calendar month in which the Taking-Over Certificate is issued for
the whole of the Works.

With effect from the first day of the calendar month following the month in
which the Taking-Over Certificate is issued for the whole of the Works, the
retainer fee shall be reduced by one third. This reduced fee shall be paid until
the first day of the calendar month in which the Member resigns or the Dispute
Board Agreement is otherwise terminated.
(b) a daily fee, which shall be considered as payment in full, for
(i) each day or part of a day up to a maximum of 2 days’ travel time in
each direction for the journey between the Member’s home and the
site, or another location of a meeting with the Other Members (if

Single-Stage: Two-Envelope Procurement of Works Bidding Document for Hussianabad WSS


Section 7 - General Conditions of Contract 7-5

any);
(ii) each working day on Site visits, hearings, or preparing decisions; and
(iii) each day spent reading submissions in preparation for a hearing.
(c) all reasonable expenses, including necessary travel expenses (air fare in
less than first class, hotel and subsistence, and other direct travel
expenses) incurred in connection with the Member’s duties, as well as
the cost of telephone calls, courier charges, faxes and telexes: a receipt
shall be required for each item in excess of five percent (5%) of the daily
fee referred to in sub-paragraph (b) of this Clause;
(d) any taxes properly levied in the Country on payments made to the
Member (unless a national or permanent resident of the Country) under
this Clause 6.

The retainer and daily fees shall be as specified in the Dispute Board
Agreement. Unless it specifies otherwise, these fees shall remain fixed for the
first 24 calendar months, and shall thereafter be adjusted by agreement
between the Employer, the Contractor, and the Member, at each anniversary
of the date on which the Dispute Board Agreement became effective.

If the parties fail to agree on the retainer fee or the daily fee, the appointing
entity or official named in the Contract Data shall determine the amount of the
fees to be used.

The Member shall submit invoices for payment of the monthly retainer and air
fares quarterly in advance. Invoices for other expenses and for daily fees shall
be submitted following the conclusion of a site visit or hearing. All invoices
shall be accompanied by a brief description of activities performed during the
relevant period and shall be addressed to the Contractor.

The Contractor shall pay each of the Member’s invoices in full within 56
calendar days after receiving each invoice and shall apply to the Employer (in
the Statements under the Contract) for reimbursement of one-half of the
amounts of these invoices. The Employer shall then pay the Contractor in
accordance with the Contract.

If the Contractor fails to pay to the Member the amount to which he/she is
entitled under the Dispute Board Agreement, the Employer shall pay the
amount due to the Member and any other amount which may be required to
maintain the operation of the Dispute Board; and without prejudice to the
Employer’s rights or remedies. In addition to all other rights arising from this
default, the Employer shall be entitled to reimbursement of all sums paid in
excess of one-half of these payments, plus all costs of recovering these sums
and financing charges calculated at the rate specified in Subclause 14.8 of the
Conditions of Contract.

If the Member does not receive payment of the amount due within 70 days
after submitting a valid invoice, the Member may (i) suspend his/her services
(without notice) until the payment is received, and/or (ii) resign his/her
appointment by giving notice under Clause 7.

7. Termination At any time, (i) the Employer and the Contractor may jointly terminate the
Dispute Board Agreement by giving 42 days’ notice to the Member; or (ii) the
Member may resign as provided for in Clause 2.

Bidding Document for Hussianabad WSS Procurement of Works Single-Stage: Two-Envelope


7-6 Section 7 - General Conditions of Contract

If the Member fails to comply with the Dispute Board Agreement, the Employer
and the Contractor may, without prejudice to their other rights, terminate it by
notice to the Member. The notice shall take effect when received by the
Member.

If the Employer or the Contractor fails to comply with the Dispute Board
Agreement, the Member may, without prejudice to his other rights, terminate it
by notice to the Employer and the Contractor. The notice shall take effect
when received by them both.

Any such notice, resignation and termination shall be final and binding on the
Employer, the Contractor, and the Member. However, a notice by the
Employer or the Contractor, but not by both, shall be of no effect.

8. Default of the If the Member fails to comply with any of his obligations under Clause 4 (a)-(d)
Member above, he shall not be entitled to any fees or expenses hereunder and shall,
without prejudice to their other rights, reimburse each of the Employer and the
Contractor for any fees and expenses received by the Member and the Other
Members (if any), for proceedings or decisions (if any) of the Dispute Board
which are rendered void or ineffective by the said failure to comply.

If the Member fails to comply with any of his obligations under Clause 4 (e) -
(k) above, he shall not be entitled to any fees or expenses hereunder from the
date and to the extent of the noncompliance and shall, without prejudice to
their other rights, reimburse each of the Employer and the Contractor for any
fees and expenses already received by the Member, for proceedings or
decisions (if any) of the Dispute Board, which are rendered void or ineffective
by the said failure to comply.

9. Disputes Any dispute or claim arising out of or in connection with this Dispute Board
Agreement, or the breach, termination, or invalidity thereof, shall be finally
settled by institutional arbitration. If no other arbitration institute is agreed, the
arbitration shall be conducted under the Rules of Arbitration of the International
Chamber of Commerce by one arbitrator appointed in accordance with these
Rules of Arbitration.

Single-Stage: Two-Envelope Procurement of Works Bidding Document for Hussianabad WSS


Section 7 - General Conditions of Contract 7-7

Procedural Rules
Unless otherwise agreed by the Employer and the Contractor, the Dispute Board shall visit the site at
intervals of not more than 140 days, including times of critical construction events, at the request of
either the Employer or the Contractor. Unless otherwise agreed by the Employer, the Contractor, and
the Dispute Board, the period between consecutive visits shall not be less than 70 days, except as
required to convene a hearing as described below.

The timing of and agenda for each site visit shall be as agreed jointly by the Dispute Board, the
Employer, and the Contractor, or in the absence of agreement, shall be decided by the Dispute
Board. The purpose of site visits is to enable the Dispute Board to become and remain acquainted
with the progress of the Works and of any actual or potential problems or claims, and, as far as
reasonable, to endeavor to prevent potential problems or claims from becoming disputes.

Site visits shall be attended by the Employer, the Contractor, and the Engineer and shall be
coordinated by the Employer in cooperation with the Contractor. The Employer shall ensure the
provision of appropriate conference facilities and secretarial and copying services. At the conclusion
of each site visit and before leaving the site, the Dispute Board shall prepare a report on its activities
during the visit and shall send copies to the Employer and the Contractor.

The Employer and the Contractor shall furnish to the Dispute Board one copy of all documents which
the Dispute Board may request, including Contract documents, progress reports, variation
instructions, certificates, and other documents pertinent to the performance of the Contract. All
communications between the DB and the Employer or the Contractor shall be copied to the other
Party. If the Dispute Board comprises three persons, the Employer and the Contractor shall send
copies of these requested documents and these communications to each of these persons.

If any dispute is referred to the Dispute Board in accordance with Subclause 20.4 of the Conditions of
Contract, the Dispute Board shall proceed in accordance with Subclause 20.4 and these Rules.
Subject to the time allowed to give notice of a decision and other relevant factors, the Dispute Board
shall

(a) act fairly and impartially as between the Employer and the Contractor, giving each of them a
reasonable opportunity of putting his case and responding to the other’s case; and

(b) adopt procedures suitable to the dispute, avoiding unnecessary delay or expense.

The Dispute Board may conduct a hearing on the dispute, in which event it will decide on the date
and place for the hearing and may request that written documentation and arguments from the
Employer and the Contractor be presented to it prior to or at the hearing.

Except as otherwise agreed in writing by the Employer and the Contractor, the Dispute Board shall
have power to adopt an inquisitorial procedure, to refuse admission to hearings or audience at
hearings to any persons other than representatives of the Employer, the Contractor, and the
Engineer, and to proceed in the absence of any party who the Dispute Board is satisfied received
notice of the hearing; but shall have discretion to decide whether and to what extent this power may
be exercised.

The Employer and the Contractor empower the Dispute Board, among other things, to

(a) establish the procedure to be applied in deciding a dispute;

(b) decide upon the Dispute Board’s own jurisdiction, and as to the scope of any dispute referred to
it;

Bidding Document for Hussianabad WSS Procurement of Works Single-Stage: Two-Envelope


7-8 Section 7 - General Conditions of Contract

(c) conduct any hearing as it thinks fit, not being bound by any rules or procedures other than
those contained in the Contract and these Guidelines;

(d) take the initiative in ascertaining the facts and matters required for a decision;

(e) make use of its own specialist knowledge, if any;

(f) decide upon the payment of financing charges in accordance with the Contract;

(g) decide upon any provisional relief such as interim or conservatory measures; and

(h) open up, review and revise any certificate, decision, determination, instruction, opinion or
valuation of the Engineer, relevant to the dispute.

The Dispute Board shall not express any opinions during any hearing concerning the merits of any
arguments advanced by the Parties. Thereafter, the Dispute Board shall make and give its decision in
accordance with Subclause 20.4, or as otherwise agreed by the Employer and the Contractor in
writing. If the Dispute Board comprises three persons:

(a) it shall convene in private after a hearing, in order to have discussions and prepare its decision;

(b) it shall endeavour to reach a unanimous decision: if this proves impossible, the applicable
decision shall be made by a majority of the Members, who may require the minority Member to
prepare a written report for submission to the Employer and the Contractor; and

(c) if a Member fails to attend a meeting or hearing, or to fulfil any required function, the other two
Members may nevertheless proceed to make a decision, unless

(i) either the Employer or the Contractor does not agree that they do so, or

(ii) the absent Member is the chairman and he/she instructs the other Members to not make
a decision.

Single-Stage: Two-Envelope Procurement of Works Bidding Document for Hussianabad WSS


Section 8 -Particular Conditions of Contract 8-1

Section 8 - Particular Conditions of Contract


The following Particular Conditions of Contract (PCC) shall supplement the General Conditions
of Contract (GCC). Whenever there is a conflict, the provisions herein shall prevail over those in
the GCC.

Part A –Contract Data


Ref. GCC Subject Data
The Urban Development and Housing
1.1.2.2 and 1.3 Employer’s name and address
Department, Jharkhand
Represented by
The Project Director (Technical)
Jharkhand Urban Infrastructure Development
Company Limited,
3rd Floor, Pragati Sadan, Kutchery Chowk,
Ranchi, Jharkhand -834001

David Kujur (Project Manager)


1.1.2.4 and 1.3 Engineer’s name and address
Project Implementation Unit (PIU),
Address:

Medininagar Municipal Corporation


Medininagar, Jharkhand.

1.1.2.11 Bank’s name Asian Development Bank (ADB)

1.1.2.12 Borrower’s name India

1.1.3.3 Time for Completion Time of Completion will be 730 days (inclusive
of 90 days of trial and run period) thereafter
1825 days of Operation and Maintenance
concurrent with 365 days of Defect Liability
Period.

1.1.3.7 Defects Notification Period 365 days


Section means the part of Works scheduled to
1.1.5.6 Sections
be completed in accordance to the Design-
Construct Period Milestones provided in Section
6 –Employer’s Requirements, which is also
attached at the end of this Part A.
1.3 Electronic transmission systems
Electronic mail only

1.4 Governing Law Government of India and Government of


Jharkhand
In case of conflict, the Laws of Government of
India shall prevail.

1.4 Ruling language English

1.4 Language for communications English

2.1 Time for access to the Site 15 days after Commencement Date

3.1(B)(ii) Engineer’s Duties and Authority Variations resulting in an increase of the


8-2 Section 8 – Particular Conditions of Contract

Accepted Contract Amount in excess of 10%


shall require approval of the Employer.
The Performance Security shall be furnished in
4.2 Performance Security
two instalments.

The Performance Security shall be in the form of


an unconditional bank guarantee equivalent to
the amount indicated below, issued by any of
the reputable banks including scheduled banks
of India.
Amount of Performance Security:
Two Separate Performance Securities to be
furnished by the Contractor as indicated below:
• Construction Performance Security – 10 %
of the Contract Price (excluding cost of
Operation and Maintenance for 5 years)
• Operations Services Performance Security –
10% of the Price schedule covering Price for
Operation Services
If the guarantee is issued by a foreign financial
institution, it shall have a correspondent financial
institution in India to make it enforceable.

6.5 Normal working hours 8:00 Hrs to 18:00 hrs


Any different or extended working hours shall, at
all times, be compliant with the Country’s labor
legislation

Add 6.25 Respectful Work Environment The following sentence shall apply:
The Contractor shall ensure that its employees
and sub-contractors observe the highest ethical
standards and refrain from any form of bullying,
discrimination, misconduct and harassment,
including sexual harassment and shall, at all
times, behave in a manner that creates an
environment free of unethical behavior, bullying,
misconduct and harassment, including sexual
harassment. The Contractor shall take
appropriate action against any employees or
sub-contractors, including suspension or
termination of employment or sub-contract, if
any form of unethical or inappropriate behavior
is identified.
The Contractor shall conduct training programs
for its employees and sub-contractors to raise
awareness on and prevent any form of bullying,
discrimination, misconduct and harassment
including sexual harassment, and to promote a
respectful work environment. The Contractor
shall keep an up to date record of its employees
and subcontractors who have attended and
completed such training programs and provide
such records to the Employer or the Engineer at
their first written request.
Section 8 -Particular Conditions of Contract 8-3

8.7 & 14.15(b) Delay damages for the Works 0.05 % of the Contract Price per day, in the
currencies and proportions in which the Contract
Price is payable.

8.7 Maximum amount of delay 10 % of the Contract Price.


damages

13.5.(b)(ii) Provisional Sums 10%

13.8 Adjustments for Changes in Cost The Contract Price shall be adjustable during
Contract Execution.

14.1 The Contract Price The following sentence under Clause 14.1 shall
not apply:
“Notwithstanding the provisions of sub-paragraph
(b), Contractor’s Equipment, including essential
spare parts therefor, imported by the Contractor
for the sole purpose of executing the Contract
shall be exempt from the payment of import
duties and taxes upon importation.”

14.2 Total advance payment 10% of the Accepted Contract Amount of the
Construction Works payable in two equal
installments. The second installment of 5%
shall be payable by the Employer upon written
demand by the Contractor accompanied by the
details and supporting documents of the use of
the first installment.

14.2(b) Repayment amortization of 10% “per interim payment”


advance payment

14.3(c) Percentage of Retention 5%

14.3(c) Limit of Retention Money 5% of the Accepted Contract Amount.

14.6 Minimum Amount of Interim 1% of the Accepted Contract Amount.


Payment Certificates

15.2 Termination by Employer The sentence will apply as Sub-clause 15.2(g):


(g) the Engineer gives two consecutive Notices
to update the Program and accelerate the
works to ensure compliance with Sub-clause
8.2 [Time for Completion] and the Contractor
fails to update the Program and demonstrate
acceleration of the works within a reasonable
period of time determined by the Engineer;

15.6 Corrupt and Fraudulent Practices The following sentence shall apply:
[For contracts financed by the Asian Development Bank]
For the purposes of this Sub-clause:
ADB’s Anticorruption Policy requires Borrowers
(including beneficiaries of ADB-financed
activity), as well as Contractors, Subcontractors,
manufacturers, and Consultants under ADB-
8-4 Section 8 – Particular Conditions of Contract

financed contracts, observe the highest


standard of ethics during the procurement and
execution of such contracts. In pursuance of this
policy, ADB
(a) defines, for the purposes of this provision,
the terms set forth below as follows:
(i) “Corrupt practice” means the offering,
giving, receiving, or soliciting, directly
or indirectly, anything of value to
influence improperly the actions of
another party;
(ii) “fraudulent practice” means any act or
omission, including a
misrepresentation, that knowingly or
recklessly misleads, or attempts to
mislead, a party to obtain a financial or
other benefit or to avoid an obligation;
(iii) “Coercive practice” means impairing or
harming, or threatening to impair or
harm, directly or indirectly, any party or
the property of the party to influence
improperly the actions of a party;
(iv) “Collusive practice” means an
arrangement between two or more
parties designed to achieve an
improper purpose, including influencing
improperly the actions of another party;
(v) “Abuse” means theft, waste or
improper use of assets related to ADB-
related activity, either committed
intentionally or through reckless
disregard;
(vi) “Conflict of interest” means any
situation in which a party has interests
that could improperly influence that
party’s performance of official duties or
responsibilities, contractual obligations,
or compliance with applicable laws and
regulations;
(vii) “obstructive practice” means (a)
deliberately destroying, falsifying,
altering or concealing of evidence
material to an ADB investigation, or
deliberately making false statements to
investigators, with the intent to impede
an ADB investigation; (b) threatening,
harassing or intimidating any party to
prevent it from disclosing its knowledge
of matters relevant to a Bank
investigation or from pursuing the
investigation; or (c) deliberate acts
intended to impede the exercise of
ADB’s contractual rights of audit or
inspection or access to information;
and
Section 8 -Particular Conditions of Contract 8-5

(viii) “integrity violation" is any act, as


defined under ADB’s Integrity
Principles and Guidelines, which
violates ADB’s Anticorruption Policy,
including (i) to (vii) above and the
following: abuse, conflict of interest,
violations of ADB sanctions, retaliation
against whistleblowers or witnesses,
and other violations of ADB's
Anticorruption Policy, including failure
to adhere to the highest ethical
standard.
(b) will reject a proposal for award if it
determines that the Bidder recommended
for award has, directly or through an agent,
engaged in corrupt, fraudulent, collusive,
coercive, or obstructive practices or other
integrity violations in competing for the
Contract;
(c) will cancel the portion of the financing
allocated to a contract if it determines at any
time that representatives of the borrower or
of a beneficiary of ADB-financing engaged
in corrupt, fraudulent, collusive, coercive, or
obstructive practices or other integrity
violations during the procurement or the
execution of that contract, without the
borrower having taken timely and
appropriate action satisfactory to ADB to
remedy the situation; and
(d) will impose remedial actions on a firm or an
individual, at any time, in accordance with
ADB’s Anticorruption Policy and Integrity
Principles and Guidelines (both as amended
from time to time), including declaring
ineligible, either indefinitely or for a stated
period of time, to participate1 in ADB-
financed, -administered, or -supported
activities or to benefit from an ADB-
financed, -administered, or -supported
contract, financially or otherwise, if it at any
time determines that the firm or individual
has, directly or through an agent, engaged
in corrupt, fraudulent, collusive, coercive, or
obstructive practices or other integrity
violations.
All Bidders, consultants, contractors, suppliers
and other third parties engaged or involved in
ADB-related activities have a duty to cooperate
fully in any screening or investigation when
requested by ADB to do so. Such cooperation
includes, but is not limited to, the following:
(a) being available to be interviewed and

1
Whether as a Contractor, Subcontractor, Consultant, Manufacturer or Supplier, or Service Provider; or in any other
capacity (different names are used depending on the particular Bidding Document).
8-6 Section 8 – Particular Conditions of Contract

replying fully and truthfully to all questions


asked;
(b) providing ADB with any items requested
that are within the party’s control including,
but not limited to, documents and other
physical objects;
(c) upon written request by ADB, authorizing
other related entities to release directly to
ADB such information that is specifically
and materially related, directly or indirectly,
to the said entities or issues which are the
subject of the investigation;
(d) cooperating with all reasonable requests to
search or physically inspect their person
and/or work areas, including files,
electronic databases, and personal
property used on ADB activities, or that
utilizes ADB’s ICT resources or systems
(including mobile phones, personal
electronic devices, and electronic storage
devices such as external disk drives);
(e) cooperating in any testing requested by
ADB, including but not limited to, fingerprint
identification, handwriting analysis, and
physical examination and analysis; and
(f) Preserving and protecting confidentiality of
all information discussed with, and as
required by, ADB.
All Bidders, consultants, contractors and
suppliers shall ensure that, in its contract with its
sub-consultants, sub-contractors and other third
parties engaged or involved in ADB-related
activities, such sub-consultants, sub-contractors
and other third parties similarly undertake the
foregoing duty to cooperate fully in any
screening or investigation when requested by
ADB to do so.

17.6 Maximum total liability of the 110% of the Accepted Contract Amount
Contractor to the Employer

18.1 Periods for submission of


insurance:
a. evidence of insurance. 14 days
b. relevant policies 28 days

18.2(d) Maximum amount of deductibles Nil


for
insurance of the Employer's risks

18.3 Minimum amount of third party INR 20 million


Insurance (i) insurance for injury to
persons and damage to property;
and (ii) fire insurance.
Section 8 -Particular Conditions of Contract 8-7

20.2 Date by which the Dispute Board 28 days after the Commencement
shall be appointed

20.2 The Dispute Board shall be Three Members


comprised of

20.2 List of potential Dispute Board None


sole members
The President of Institute of Engineers (India).
20.3 Appointment (if not agreed) to be
made by

20.6 (a) International arbitration shall be International arbitration shall be:


administered by
(i) administered by the Singapore International
Arbitration Centre (SIAC); and,
(ii) conducted in accordance with the SIAC
rules.”

20.6 Place of Arbitration New Delhi

Summary of Sections of the Works as referred in GCC 1.1.5.6

Completion Time
S. Sectional from stipulated date
Event of start Activities
No. Milestone of contract start
(days)

DESIGN AND ENGINEERING PHASE

1 Mobilisation 30 Contract signing Establishment of Site Office,


Labour Camp, Mobilization of
Equipment & Required
manpower at site.

Contractor will prepare the


labour management plan and
issue the guideline for the
labour for their movement
and behaviour with local
community. This will be
verified and certified by the
CSQC after certification for
the team then only contractor
will mobilise the labours and
start the work.

2 Survey and Design 60 Contract signing Submission & Approval of


of WTP, ESRs, Raw Design and Drawing for
Water and Clear approval to the Client
Water Rising Main

3 Survey and Design 90 Contract signing Submission & Approval of


of Distribution Design and Drawing for
8-8 Section 8 – Particular Conditions of Contract

Completion Time
S. Sectional from stipulated date
Event of start Activities
No. Milestone of contract start
(days)

network, house approval to the Client


connections, staff
quarter, SCADA)

CONSTRUCTION & EXECUTION PHASE

4 Intake well and 180 Completion of Certified Report of


Jack Well Work Design & Employer’s Representative
Engineering
Phase

5 water treatment 450 Completion of Certified Report of


plant of installed Design & Employer’s Representative
capacity 9.5 Mld Engineering
with Clear water Phase
rising main

6 ESRs 450 Completion of Certified Report of


Design & Employer’s Representative
Engineering
Phase

7 Distribution network 450 Completion of Certified Report of


with house Design & Employer’s Representative
connections and Engineering
SCADA system Phase

8 Staff quarters; 450 Completion of Certified Report of


Design & Employer’s Representative
Engineering
Phase

9 House Connections 90 After completion Certified Report of


of Distribution Employer’s Representative
Network, During
Trial Run

OPERATION SERVICES PHASE

10 Handing over back 30 days 30 days before Joint verification of assets,


to Employer End of O&M Issuance of O&M Period
Period. completion certificate and
joint signing of Handing Over
document
Section 8 -Particular Conditions of Contract 8-9

Part B – Specific Provisions

The Particular Conditions of Contract (PCC) Part B - Specific Provisions, provides amendment
or additions to the General Conditions of Contract (GCC). Whenever there is a conflict, the
provisions herein shall prevail over those in the GCC. Unless otherwise specifically stated, or
unless the context requires otherwise, capitalized term in this part B and in the schedules to the
sections 8: Particular Conditions of Contract are as defined under Sub Clause 1.1 of the
Particular Conditions of Contract and under section 6.1 Scope of Service under Section -6
Employer’s Requirements.

Sub- Section Specific Provision


Clause
1.1 Definitions Commissioning Certificate shall mean and refer to the
Certificate to be issued by the Employer’s representative
to the Contractor making the end of Construction Period
and Commencement of Operation Services under the
Contract. The Commissioning Certificate shall be issued
by the Employer, upon request of the Contractor, within
14 days of commencement of Operation Services.

Construction Performance Security shall mean and


refer to the Performance Security to be submitted by
Contractor towards his commitments to Construct the
works required under the Contract.

Operation Service Performance Security shall mean


and refer to the Performance Security to be submitted by
Contractor towards his commitments for adequate
performance of Operation and Maintenance Services
required under the Contract for a definite period of time.

Service Area means the project area as defined in


various sections of the tender. The Service Area can be
either within the administrative boundary as extended
from time to time and also include future growth areas
where Hussainabad Nagar Panchayat decides to provide
expansion of water services and undertake operation,
maintenance and management services;
Performance Standards are the minimum standard for
service delivery in water supply sector set under clause D
of Schedule 4 attached to Section 8: Particular
Conditions of Contract.
“Date of Commencement of Operation Services” shall
mean and refer to the date of Commissioning Certificate.
“Operation Services Contract Period” shall mean and
refer to the period of 5 years starting from the date of
Commencement of Operation Services.
1.2 Interpretation Add the following sub-paragraphs, after sub-paragraph
(e):
(f) The words ‘Contractor’s Proposal’ are synonymous
with ‘Contractor’s Technical Proposal’.”
1.6 Contract
Revise the last line of this sub-clause with:
Agreement
“The costs of stamp duties and similar charges imposed
by the law in connection with entry into the contract
agreement shall be borne by the Contractor”
8-10 Section 8 – Particular Conditions of Contract

1.8 Care and Supply of Add to the end of Sub-clause 1.8 the following:
Documents “Failure to issue such notice by the Employer or the
Engineer to the Contractor in respect of any error in the
Contractor’s document shall not in any manner relieve
the Contractor of its obligation to ensure the correctness
and accuracy of the Contractor’s documents, and their
compliance with the requirements of the Contract.”
3.1 Engineer’s Duties Insert the following after the second paragraph: Engineer
and Authority will have no authority to approve the (i) Required Designs
and Service Improvement Plan (ii) Time extensions (iii)
Variation in excess of 10%. Engineer will review above
and submit recommendations to Employer for approval.
3.6 Management Insert sub-clause 3.6 after sub-clause 3.5:
Meetings The Engineer shall convene management meetings in
accordance with the Employer’s Requirements, which the
Engineer and the Contractor shall attend, and which the
Employer may attend as the case may be. Minutes of the
management meetings shall be made by the Engineer
and issued to the Employer and Contractor within 7 days
of each meeting
4.2 Performance Replace the text “The Contractor shall deliver the
Security Performance Security to the Employer within 28 days
after receiving the Letter of Acceptance, and shall send a
copy to the Engineer.”
“The Contractor shall deliver to the Employer the
Construction Performance Security within 28 days after
receiving the Letter of Acceptance, and Operation
Service Performance Security on or before 28 days prior
to the start of Operation Services”.

Replace the text “The Employer shall return the


Performance Security to the Contractor within 21 days
after receiving a copy of the Performance Certificate.”

with “The Employer shall return the Construction


Performance Security to the Contractor within 21 days
after receiving a copy of the Commissioning Certificate;
and Operation Service Performance Guarantee shall be
reduced annually after adjusting the cost of accepted
Operations Services Contract Price for preceding year.”

4.8 Safety Procedures Add Sub-Clause 4.8 (f) as below:


“The Contractor shall, comply with all applicable safety
regulations during Design-Construct, Retention Period &
Operations Services period”
4.12 Unforeseeable Add the following at end of the Sub-Clause:
Physical In addition to notice of any Unforeseeable Physical
Conditions Conditions, the Contractor shall provide the Engineer
with a written notice of any unanticipated environmental
or resettlement risks or impacts that arise during the
Construction Period or Operation Services Period, which
were not considered in the updated and approved Initial
Environmental Examination (IEE), the Environmental
Management Plan (EMP), or the updated and approved
Resettlement Plan (RP) attached in Section 6.1, Scope of
Services.
4.13 Rights of Way and
Add the following at the end of Sub-Clause 4.13:
Facilities
Section 8 -Particular Conditions of Contract 8-11

“Upon the completion of construction, the Contractor


shall fully reinstate pathways, other local infrastructure,
and agricultural land to at least their pre-project condition
as recorded by the Contractor in consonance with its
obligation in Clause 22.”

4.16 Transport of Goods


Add the following at the end of Sub-Clause 4.16:
“The Contractor shall adequately record the condition of
roads, agricultural land and other infrastructure prior to
the start of transporting materials, goods and equipment,
and construction.”

4.17 Contractor’s Add before the first sentence of Sub-Clause 4.17 with the
Equipment following:
“Unless otherwise stated in the Employer’s
Requirements, the Contractor shall provide all
Contractors’ Equipment necessary to fully and
satisfactorily complete the Scope of Works as per the
Contract both during the Construction Period and
Operations Services Period”.
4.18 Protection of Insert the following at the end of Sub-Clause:
Environment The Contractor shall comply with all applicable national,
provincial and local environmental Laws and regulations.

The Contractor shall:


(a) establish all operational systems for managing
environmental impacts;
(b) carry out all of the monitoring and mitigation
measures set forth in the updated and approved IEE and
EMP attached in Section 6, Employer’s Requirement.
(c) allocate the budget required to ensure that such
measures are carried out.
The Contractor shall submit monthly reports on the
implementation and monitoring of such measures to the
Employer.

More particularly, the Contractor shall comply with (i) the


measures and requirements set forth in the updated and
approved EMP attached as Appendix C of Section 6,
Employer’s Requirement; and (ii) any corrective or
preventative actions set out in safeguards monitoring
reports that the Employer will prepare from time to time to
monitor implementation of the IEE and the EMP.

The Contractor shall allocate a budget for compliance


with these measures, requirements and actions.
4.19 Electricity, Water Add the following at the end of sub clause:
and Gas Electricity:
During Construction/ Trial Run / Commissioning:
The contractor shall pay to the electricity company
directly all the power charges for the demand,
consumption, penalties, etc. during this period.

During Operations Services Period:


Employer shall pay to the electricity company directly all
the power charges for the demand, consumption, etc.,
other than (a) the penalties levied due to operating
negligence of the Contractor, and (b) excessive charges
8-12 Section 8 – Particular Conditions of Contract

billed over and above guaranteed power consumption.


Such penalties/excessive charges will be recovered from
the payments to the Contractor.

Water:
a) The Water required for construction purpose during
the Construction Period shall be arranged by
Contractor at his cost. The Employer will not be
responsible for any water supply and no time
extension will be granted on account of non-
availability of water. Water required for testing of
pipelines and liquid retaining structures/tanks shall
also be arranged by the Contractor at his cost.
b) In case the contractor uses ground water for
construction/drinking water its quality should be tested
and confirmed based on relevant BIS requirements in
employer's laboratory. The contractor should bear all
related costs. The contractor should obtain
permission for extraction from the concerned authority
prior to extraction.
c) During the Operation Service Period permanent water
connection to operator’s office, workers camp, etc.
shall be provided by the Employer. Deposit/fees, if
any, required by the Employer shall be paid by the
Contractor and reimbursed by the Employer.
4.20 Employers Replace the Sub-Clause 4.20 with the following:
Equipment and “Employer does not have provision for any equipment or
Free-issue material Free Issue material.”
4.21 Progress Reports
Add the following at the end of Sub-Clause 4.21:
“The Contractor shall provide the Employer with quarterly
reports of its activities, including each of its obligations in
Sub-Clauses 4.16, 4.18, 4.13, 6.4, 6.7, 6.23, 6.24 and
8.1.
4.25 Contract Add sub-clause 4.25 as follows:
Management Contractor will use the suitable computer operated
software to manage the contract.
4.26 On-Site Log Book Add new Sub-Clause 4.26 as follows:
“The Contractor shall maintain on Site a log book, in a
form approved by the Engineer and which shall integrate
the fields required in the Employer’s Requirements. It will
be used to record the Contractor’s activities on a daily
basis, and any instruction form the Engineer given on
Site. The Employer’s Personnel shall have the right of
access to this document at all times, and one copy of
each daily record shall be promptly provided by the
Contractor to the Engineer.”
6.4 Labour Laws Insert the following at the end of the Sub-Clause:
The Contractor shall not make employment decisions
based upon personal characteristics unrelated to job
requirements. The Contractor shall base the employment
relationship upon equal opportunity and fair treatment,
and shall not discriminate with respect to aspects of the
employment relationship, including recruitment and
hiring, compensation (including wages and benefits),
working conditions and terms of employment or
retirement, and discipline. In countries where the relevant
labour laws provide for non-discrimination in
Section 8 -Particular Conditions of Contract 8-13

employment, the Contractor shall comply with such laws.


When the relevant labour laws are silent on non-
discrimination in employment, the Contractor shall meet
this Sub-Clause's requirements. Special measures of
protection or assistance to remedy past discrimination or
selection for a particular job based on the inherent
requirements of the job shall not be deemed
discrimination.
The Contractor shall provide equal wage and benefits to
men and women for work of equal value or type.
The Contractor shall not employ forced labour, which
consists of any work or services, not voluntarily
performed, that is exacted from an individual under threat
of force or penalty, and includes any kind of involuntary
or compulsory labour, such as indentured labour, bonded
labour, or similar labour-contracting arrangements.
Child labor - The Contractor shall not employ any child
to perform any work, including work that is economically
exploitative, or is likely to be hazardous to, or to interfere
with, the child’s education, or to be harmful to the child’s
health or physical, mental, spiritual, moral, or social
development. “Child” means a child below the statutory
minimum age specified under applicable national law.
Working hours on site - During the design build period:
08 A.M to 6 P.M hours including one-hour lunch break.
During operations period: As necessary to meet the
service levels.

6.7 Health and Safety Add to the end of first paragraph of Sub-Clause 6.7, the
following:
“In the event of any outbreak of illness of an epidemic
nature, the Contractor shall comply with and/or carry out
all such regulations, orders, and/or requirements as may
be applicable, including those imposed by various
governments and the local medical or sanitary
authorities.”
The Contractor shall conduct health and safety programs
for workers under the project, and shall include
information on the risk of sexually transmitted diseases,
including HIV/AIDS in such a program.

Replace the last sentence of second paragraph of Sub-


Clause 6.7, with the following:
“Throughout the execution of the Works and the
Operation and Maintenance Period, the Contractor shall
provide whatever is required by this person to exercise
this responsibility and authority.”
6.8 Contractor’s Add to the end of Sub-Clause 6.8, the following:
Superintendence
“The Contractor shall submit, within 14 days of signing
the Contract Agreement, the proposed Deployment
Program for all key personnel for superintendence of
construction activities for approval by the Engineer. Such
Deployment Program shall show details of qualifications
and experience of key personnel which is essential for
proper superintendence and systematic and professional
management of all construction works. The Engineer will
either approve the submittal or provide comments
thereon to the Contractor within 14 days of submission by
8-14 Section 8 – Particular Conditions of Contract

the Contractor.

None of the Contractor’s key personnel shall be


withdrawn from the Works without due notice being given
to the Engineer. Further, no such withdrawals shall be
made if in the sole opinion of Engineer, such withdrawals
will jeopardize the progress and timely, successful
completion of the Works.

Contractor shall appoint a Planning Engineer at Project


Site with computer having MS Project/Primavera and
CAD facility. The role and purpose of the Planning
Engineer shall be mainly to maintain weekly reporting to
the Employer (besides Monthly Progress Reports) on an
approved format of the Employer through e-mail facility
kept by the Contractor at site.

Also, CAD drafting facility is required to incorporate


necessary details/variation on drawings or the As-Built
Drawings time-to-time during construction process and to
avoid any discrepancies therein.”
6.10 Records of Add to the end of Sub-Clause 6.10, the following:
Contractor’s The Contractor shall submit by the 4th and 19th of every
Personnel and month, to the Engineer a true statement showing in
Equipment respect of the second half of the preceding month and
the first half of the current month respectively:
(i) The number of laborers employed by him on the work,
(ii) Their working hours,
(iii) The wages paid to them,
(iv) The accidents that occurred during the said fortnight
showing the circumstances under which they happened
and the extent of damage and injury caused by them,
and
(v) The number of female workers who have been
allowed maternity benefit and the amount paid to them.”
6.24 Non-Discrimination
Add the following at the end of Sub-Clause 6.24:
and Equal
Opportunity “The Contractor shall provide equal wages and benefits
to men and woman for work of equal value or type.”

7.9 Origin of Goods Add the following sub clause:

Goods shall have their origin in any eligible country listed


in Section 5 of Bid document. In case of failure by the
Contractor to comply with this requirement, he shall
forthwith remove the ineligible Goods form the Site and
replace those with Goods having their origin in an eligible
source country, all at the contractor’s risk and cost. For
the avoidance of doubt, the Engineer shall be entitled to
withhold corresponding payment certification in
accordance with Sub-Clause 14.6 [Issue Advance
Payment and Interim Payment Certificates] until such
time replacement Goods are provided in accordance with
the Contract.
8.1 Commencement of
Add the following at the end of Sub-Clause 8.1:
Works
“The Contractor shall comply with (i) the measures and
requirements relevant to the Contractor which are set
forth in the Resettlement Plan (“RP”) attached hereto as
Appendix [_A_], to the extent it concerns impacts on
Section 8 -Particular Conditions of Contract 8-15

affected people during construction; and (ii) any


corrective or preventive actions set out in safeguards
monitoring reports that the Employer will prepare from
time to time to monitor implementation of the
resettlement plan.

The Contractor shall allocate a budget for compliance


with these measures, requirements and actions.”

13.8 Adjustment for Replace the contents of the Sub-Clause 13.8 with the
changes in costs following:

Adjustments for changes in costs shall be as per the


provisions in Schedule 3 [Contractor’s Payment] to
Section 8: Particular Conditions of Contract.
13.9 Taxes and Duties Add the new sub-clause as follows:
The responsibility for obtaining any exemptions from the
respective department will remain with the Bidders and
the Employer shall not in any way be responsible for
admissibility of the claims or eligibility of the Bidders.
Employer doesn’t ensure / guarantee any tax/duty
benefits (reduced tax rate/ tax waivers) under Custom
Duty, GST, any Cess, etc. during the time of submission
of bids. Bidders are advised to consider the actual tax
rates (without considering any waiver) while estimating
the Contract Price. Any benefits received during the
currency of Contract or later shall be passed on to the
Employer by the Bidders.
• In case there is any relaxation in GST or other taxes
after quoting the rates the benefit so achieved
shall be transferred to Employer.
• The contractor should be registered in GST and
shall submit the documentary proof
• Circulars/Instructions /orders
/clarifications/modifications/amendments/issued
by Employer/Jharkhand Government /Central
Government regarding taxes etc. subsequent to
date of tender shall also be applicable.

14.4 Schedule of This Clause should be read in conjunction with Schedule


Payment 3: Contractor’s Payments
8-16 Section 8 – Particular Conditions of Contract

Schedules to Section 8: Particular Conditions of Contract

Schedule 1: Obligations of the Employer - supplement to GCC Clause 2


Schedule 2: Obligations of the Contractor - supplement to GCC Clause 4
Schedule 3: Contractor’s Payments – supplement to GCC Clause 14
Schedule 4: Performance Targets and Measurement
Section 8 -Particular Conditions of Contract 8-17

Schedule 1: Obligations of the Employer

During the term of this Contract, the Employer shall have the following obligations:

1. The Employer Jharkhand Urban Infrastructure Development Company Limited (JUIDCO), on


receipt of a reasonable request from the contractor and in consultation with Urban Local
Bodies (ULBs) shall provide access to the sites within the time stated in Subclause 2.1 of
Section 8 (Part-A) .

2. The Employer should mobilize sufficient financial resources to undertake major maintenance
like replacement of existing or new infrastructure but not including those assets procured and
installed by the contractor as part of the approved construction plan so that Contractor can
provide uninterrupted Operations Services.

3. Not to allow third party to execute any work in the project area during the tenure of the
Contract considering this is a Performance Linked Management Contract.

4. Manage the project roles and responsibilities, interfaces and resolution of problems arising
out of them using appropriate level(s) of interface.

5. Employer shall provide free of charge sufficient space to construct Consumer Service Centers
and other utility buildings to enable the Contractor to perform its obligations under this
Contract.

6. All electricity costs during the Operations Services Contract Period and initial connection
charges etc. associated with operation services, including the electricity charges for the
Customer Relation Management Centres, shall be paid by Employer directly to the electricity
service provider.

7. Employer shall be responsible for and pay the land rent and the property taxes if any and the
Contractor shall not be responsible for these charges. Employer will also bear the cost of any
increase in such charges from time to time.

8. Employer shall assist the Contractor in identifying non-revenue connections and consumption
and preparing invoices for non-revenue consumption if any.

9. To provide the essentiality Certificates for seeking any lawful exemption of excise / customs
duties. However, getting the exemption is purely the responsibility of the Contractor and the
Employer shall not be held responsible for non-receipt of exemptions and any financial
implication thereof.

10. The employer shall be responsible for the overall project management including review,
finalization, maintenance and supervision of the Contractor’s Documents.

11. The employer shall be responsible in preparing application in accordance to standard


procedures for obtaining all statutory clearances and approvals from the local government of
Jharkhand and/or Government of India, concerning project implementation including all
environmental clearances, permissions from highway and railway authorities, Archaeological
Survey of India, Ministry of Environment and Forests, and any other authorities as may be
required.
Section 8 - Particular Conditions of Contract 8-19

Schedule 2: Obligations of Contractor

1. Contractor Obligations

1.1. General Obligations of the Contractor

1.1.1. The Contractor shall have the right and obligation to provide the Construction and
Operation Services in the works site on an exclusive basis during the Contract period
with all due diligence and efficiency, in accordance with generally accepted professional
techniques and practices and shall observe sound management practices.

1.1.2. The Contractor shall maintain all contractor permits to perform the services throughout
the period of term.

1.1.3. The Contractor shall perform the Construction and Operation and Maintenance Services
in accordance with governing Laws (including all environmental legislations), Asian
Development Bank policies and procedures, guidelines and agreements with
Government of India and Government of Jharkhand, as per approved designs and SIP,
prudent industry practice, the Performance Standards, the urban poor services policies,
gender policies and the locally applicable regulatory social policies if any.

1.1.4. The Contractor shall have care and custody of Works and Site during the term of this
Contract under Employer’s monitoring and control. The Contractor will operate and
maintain the existing water supply system along with the support of Employer’s staff and
continue to maintain water supply as per the existing intermittent schedule. The new
works implementation and refurbishment works will be carried out by the contractor in a
phased manner and on section basis, without affecting existing water supply.

1.1.5. Subject to Section 1.1.2 above, the Contractor shall have discretion in determining the
means and methods to be used to perform the Construction and Operation Services.

1.1.6. These General Obligations can be considered as a supplement to the Contractor’s


General Obligation as per GCC Clause No 4.1.

1.2. Accounting, Audit

1.2.1. The Contractor shall maintain accurate and systematic accounts and records in respect
of the Operation Service in such form and detail enabling clear identification of all
relevant charges and cost incurred by the Contractor and the basis thereof as well as
proper and timely technical and financial audits. Such accounts may be audited by
external auditors as appointed by employer or ADB.

1.2.2. Financial accounts shall be in accordance with the accepted Indian accounting
principles.

1.2.3. The Contractor shall permit the Employer or its designated representative to semi-
annually inspect such accounts and records and shall permit ADB to carry out technical
and financial audits on an annual basis.

1.3. Conflict of Interests

1.3.1. Neither the Contractor nor its sub-contractors nor the Contractor personnel shall engage
during the term of this Contract, either directly or indirectly in any business or
professional activities in the Service Area which would conflict with the activities
assigned to them under this Contract.

Bidding Document for __________ Procurement of Works Single-Stage: Two-Envelope


8-20 Section 8 - Particular Conditions of Contract

2. Standard of Construction and Operation Services Provided by the Contractor

2.1. The Contractor shall perform all the Construction and Operation Service from the
Commencement Date until the Contract Completion Date in accordance with Section 6
Employer Requirements, Schedule 3 to the Particular Conditions of Contract – Contractor
Payments and Schedule 4 to the Particular Conditions of Contract – Performance Targets and
Measurements; as well as:

a) All relevant permits set forth in GCC Sub-Clause 2.2 and other permits for
services in force from time to time and;
b) All governing Laws, in force from time to time.

2.2. The Contractor shall compile, monitor and document infrastructure and operational
data including but not limited to service levels, state of assets, physical improvements
made, customer service, billing, employee management, asset maintenance, record
maintenance, connections and disconnections, systems and Procedures and training
imparted.

Single-Stage: Two-Envelope Procurement of Works Bidding Document for ___________


Section 8 - Particular Conditions of Contract 8-21

Schedule 3: Contractor’s Payment

1. The total Contractor Payments comprises of two components:

a. Payment for Construction Period; and


b. Payments for Operation Services Contract Period.

2. Payments for Construction Period: The eligibility of payment shall be as follows:


Breakup Schedule for Payment
Item No.1 Intake/Water Treatment Plant works

Excavation and preparatory works including PCC works 5%

R.C.C. in different component % 20%

Entire Brick, Steel and wood work 10%

Supplying, fitting & fixing pipe of adequate size valves laying & filter media 20%

Providing and fixing of mechanical and electrical equipment 15%


Miscellaneous work like roads for patch Surface/underground drain, leveling and
5%
dressing etc. %
Finishing items 5%

Water tightness test, testing of the whole work % 10%

On successful commissioning of pipe and test run to guarantee complete Job 10%

Item No.2 Installation of Pumping plants and other related works

Supplying of All accessories and found in good condition (approved by E/I) 60%

On completion of erection work 30%

On successful commissioning and test run to guarantee 10%

Item No. 3 Elevated Service reservoir

On completion of excavation, PCC work in foundation 10%

On completion of RCC work in Foundation 15%

On completion of work up to 1st half of staging 10%


height and including casting of room roof slab
On completion of balance staging bottom dome circular beam head beam and 10%
Conical wall

On completion of vertical side walls 10%

On completion of top dome 10%

On supply of C.I. / DI pipe fittings of inlet valve 07%

Bidding Document for __________ Procurement of Works Single-Stage: Two-Envelope


8-22 Section 8 - Particular Conditions of Contract

On fitting and fixing of C.I., D/F pipes specials and sluice valve 03%

On supply and fixing of MS ladders, railing, lightning arrester, and water level 05%
indicator
On completion of wood work, brick work and steel work in door and windows 05%
Snowcem/painting, white washing, colour washing etc. 01%

Testing of full hydraulic structure of Elevated water tank 04%

On successful commissioning and test run to guarantee 10%

Item No. 4 Distribution network / Rising mains and other related works

Supply of pipes (supply of pipes, valves & water meters should be done as per 75%
schedule of laying of distribution pipes to be submitted by the bidder and to be
approved by the department)

After Laying, Jointing & Backfilling of pipes; installation of valves and water 15%
meters
After pressure testing 10%

Other items As per


measure
ment

Item No. 5. Electricals Works

Including external & internal illumination work as per IE rules 75%


On successful commissioning & test run to guarantee 25%

Note : Successful bidder may submit their proposal for revised billing breakup subject to approval by
Engineer of the Contractor.

3. Payment for Operation Services Period:

Payment for the Operation Services would comprise two components, namely Fixed payment and
Performance payment, as follows:
a. Fixed Payment equal to 25% of the eligible Total Payment for Operation Services with
service delivery in water supply
b. Performance Payment equal to 75% of the eligible Total Payment for Operation Services
with service delivery in water supply as per Schedule 4: Performance Targets and
Measurement

The unit for payment of Operation Services should be as follows:

• Based upon the MLD of water supplied to the service area measured at the inlet to all the
elevated Service Reservoir’s within the project area. In case of Sectional Final Taking Over of
the commissioned DMA’s the payment for Operations Services will be done based upon the
volume of water supplied to the individual DMA’s. Once all the DMA’s are commissioned at the
end of the Construction Period the payment will be made as per the MLD of water supply at the
inlets of ESR’s with the guaranteed minimum payment towards the guaranteed estimated year
wise water supply quantity as per Section 6: Employers requirement.

Single-Stage: Two-Envelope Procurement of Works Bidding Document for ___________


Section 8 - Particular Conditions of Contract 8-23

3.1 Fixed Payment

The Fixed Payment shall be paid to the Contractor on a bimonthly basis subject to fulfillment of
the following conditions:

(i) Maintaining the minimum personnel as specified in contract during the previous
month.
(ii) Compliance with the obligations under the Contract.
(iii) Providing daily water supply to the citizens in the service area.

3.2 Performance payment, incentives and damages

A maximum of 75% of the total agreed Payment for Operation Services (for the period
post Final Handing Over date) will be based on achieving performance as shown in Schedule 4:
Performance Target and Measurement during Operation Services under the contract.

Contractor is eligible to get performance payment i.e 75%, as applicable, if he meets the
threshold limits of all the performance indicators. The breakdown of performance payment
related to performance indicators are listed in sub sections 3.2.1 and 3.2.2 below.

3.2.1 Performance based payment for Water Supply System

Breakup for various criteria in water supply system is as given below:

For the Period Post Final Handing Over Date

S.N. Parameter & reference % of eligible monthly Operation


Service payment
1 B-(i) Continuity of Water Supply (Hours and 20%
pressures)
2 B-(ii) Non-Revenue Water 8% (for meeting performance Target of
15% WL)
3 B-(iii) Meter reading, billing and distribution efficiency 10%
4 B-(iv) Response time for New Water Supply 10%
connections / disconnections
5 B-(v) Efficiency in Redressal of Customer Complaints 5%
6 B-(vi) Water quality for consumer connections point 10%
7 B-(vii) Extent of Functional Metering 5%
8 B-(viii) Maintenance of maximum guaranteed power 7%
consumption
TOTAL 75%

The following are the details of the applicable Penalties or Incentives towards meeting of the
Performance Targets.

B-(i) – Continuity of Water Supply:


To be achieved after Initial handover date and maintained throughout the contract period till the end of
the Contract.

The method of measurement Continuity of Water Supply is indicated in Schedule 4. The following are
payment milestones and penalty proposed for this SLB/KPI.

‘Continuity of Water Supply’ Performance Payment payable to the Operator


(As percentage of total agreed O&M payment for the
billing period)
100 % 20%

Bidding Document for __________ Procurement of Works Single-Stage: Two-Envelope


8-24 Section 8 - Particular Conditions of Contract

From less than 100% to 80% 10%


From less than 80 to 76%
From less than 76 to 72% -2.5%
From less than 72 to 68% -5%
From less than 68 to 64% -7.5%
Below 64% -10%

B-(ii) –Non-Revenue Water:

The method of measurement of Non-Revenue Water is indicated in Schedule 4. The following are
payment milestones, incentives and penalty proposed for this SLB/KPI

Non-Revenue Water ** Non-Revenue Water **

</=15% 8% 20% 0%
16% 7% 21% -2%
17% 6% 22% -4%
18% 4% 23% -6%
19% 2% 24% -7%
>25% -8%
**- Performance Payment (as a % of O&M Cost for the Billing Cycle)

B-(iii) –Meter Reading, Billing and Distribution Efficiency:

The method of measurement is indicated in Schedule 4. The following are payment milestones,
incentives and penalty proposed for this SLB/KPI.
Meter Reading, Billing and Distribution Payment payable to the Operator (As a percentage
Efficiency Performance (E) of total agreed O&M Period payment for the billing
period)
100% 10%
From less than 100 to 90% 8%
From less than 90 to 88% 5%
From less than 88 to 86% 0%
From less than 86 to 84% -2%
From less than 84 to 82% -4%
Below 82% -6%

B-(iv) –Response Time for New Water Supply Connections / Disconnections:


The method of measurement is indicated in Schedule 4. The following are payment milestones,
incentives and penalty proposed for this SLB/KPI.

Response time for providing new water Payment payable to the Operator (As a percentage
supply connections of total agreed O&M Period payment for the billing
period)
100% 10%
From less than 100 to 95% 5%
From less than 95 to 90% Nil
From less than 90 to 85% -1%
From less than 85 to 80% -3%
Below 80% -5%

B-(v) –Efficiency in Redressal of Customer Complaints:


The method of measurement is indicated in Schedule 4. The following are payment milestones,
incentives and penalty proposed for this SLB/KPI.
Consumer Complaint redressal efficiency Payment payable to the Operator (As a percentage
of total agreed O&M Period payment for the billing

Single-Stage: Two-Envelope Procurement of Works Bidding Document for ___________


Section 8 - Particular Conditions of Contract 8-25

period)
95% or above 5%
From less than 95 to 90% 2%
From less than 90 to 80% 0%
From less than 80 to 75% 1.5%
From less than 75 to 70% -2.5%
Below 70% -4%

B-(vi) –Water Quality at consumer connection point:


The method of measurement is indicated in Schedule 4. The following are payment milestones,
incentives and penalty proposed for this SLB/KPI.

Quality of water at consumer connection point Payment payable to the Operator (As a percentage
of total agreed O&M Period payment for the billing
period)
100% 10%
From less than100 to 98% 5
From less than 98 to 95% 0
From less than 95 to 92% -0.5
From less than 92 to 91% -1.25%
From less than 91 to 90% -1.50%
Below 90% -3.0%

B-(vii) –Extent of Functional Metering:


The method of measurement is indicated in Schedule 4. The following are payment milestones,
incentives and penalty proposed for this SLB/KPI.

Functionality of Water Meter Payment payable to the Operator (As a


percentage of total agreed O&M Period payment
for the billing period)
100% 5%
From less than 100 to 97% 3%
From less than 97 to 95% Nil
From less than 95 to 92% -1%
Below 92% -3%

B-(viii) – Maintenance of maximum guaranteed power consumption:


The method of measurement is indicated in Schedule 4. The following are payment milestones,
incentives and penalty proposed for this SLB/KPI.

Functionality of Water Meter Payment payable to the Operator (As a


percentage of total agreed O&M Period payment
for the billing period)
100% 7%
From less than 100 to 97% 3%
From less than 97 to 95% Nil
From less than 95 to 90% -1%
Below 90% -3%

4. Adjustment for changes in costs:

Price Variation shall be applicable for Construction Period and works portion (Asset
Replacement Fund) of the Operation Services Contract. This shall also include extension in the
Stipulated Date of completion on account of reasons other than those attributable to the
Contractor. No price variation will be made where the extension in Stipulated Date of Completion

Bidding Document for __________ Procurement of Works Single-Stage: Two-Envelope


8-26 Section 8 - Particular Conditions of Contract

is because of default of Contractor. The decision of Employer shall be final and binding on the
Contractor.

In case of extension in the date of completion of Works Contract, the compensation underprice
variation shall be limited to indices prevailing at the time of Stipulated period of Completion or as
prevailing for the period under consideration, whichever is less, provided that, if an extension of
time is granted in accordance with Sub-Clause 9.3 [Extension of Time for Completion], the above
provision shall apply to the extended Time for Completion.

The amount payable to the Contractor and valued at base prices in accordance with the payment
Schedule shall be adjusted for rise or fall in the cost of labor and material by the addition or
deduction of the amounts determined by the formulae given in this Sub-Clause and shall be
based on Reserve Bank of India (RBI) indices for material and labour. In cases where the
"currency of index" is not the relevant currency of payment, each index shall be converted into
the relevant currency of payment at the selling rate, established by the central bank of the
Country, of this relevant currency on the above date for which the index is required to be
applicable. This clause is operative both ways, i.e. if the price variation as calculated is on the
plus side, payments on account of the price variations shall be allowed to the contractor and if it
is on the negative side, the Employer shall be entitled to recover the same from the Contractor
and the amount shall be deductible from any amounts due and payable under the Contract. To
the extent that full compensation for any rise or fall in costs to the Contractor is not covered by
the provision of this or any other clause in the Contract, the Contract Price shall be deemed to
include amounts to cover the contingency of such other rise or fall in costs.

The amount to be added to or deducted from Interim Payment Certificates for changes in cost
and legislation shall be determined from formulae for the currency in which the Contract Price is
payable and for each of the civil works, electrical and mechanical works, installation, testing and
commissioning work and Operation Services Contract as priced in the Schedule.

Adjustment Formula-The Price Adjustment factor shall be determined in general by the following
formula.

Increase or decrease in the cost of component shall be calculated quarterly. The first statement
of price adjustment shall be prepared at the end of three months from the month in which the
work was deemed to be started and the work done from the date of start to the end of this period
shall be taken into account. For subsequent statements, the cost of work done during every
quarter shall be taken into account. At the completion of work, the work done during the last
quarter or portion thereof shall be taken into account.

For the purposes of reckoning the work done during any period, the bills prepared during the
period shall be considered. The dates of recording measurements in the measurement book by
the Engineer shall be the guiding factor to decide the bills relevant to any period. The date of
completion, as finally recorded by the Engineer in the measurement book, shall be the criterion.

For working out the percentages of the values of components in the work, the total of these
components should be taken as 100.The base date shall be taken as 28 days before the last
date of submission of final bid by the bidders.

i Adjustment for labour component


Price adjustment for increase or decrease in the cost of labour shall be paid in accordance with
the following formula.
VL = 0.85 x R x (L1 – L0)/L0
VL = Increase or decrease in the cost of work during the month under consideration due to
change in the rates of labour.
L0 = The consumer price index for industrial workers for the state on 28 days preceding the date
of opening of Bids as published by Labour Bureau, Ministry of Labour, Government of India.
L1 = The consumer price index for industrial workers for the state for the month under

Single-Stage: Two-Envelope Procurement of Works Bidding Document for ___________


Section 8 - Particular Conditions of Contract 8-27

consideration as published by Labour Bureau, Ministry of Labour, Government of India.


R = Cost of Labour as defined in table at the end of Clause

ii Adjustment for cement component


Price adjustment for increase or decrease in the cost of slag cement procured by the contractor
shall be paid in accordance with the following formula: Vc= 0.85xRx (Ci –C0)/C0
Vc = increase or decrease in the cost of work during the month under consideration due to
changes in rates for cement.
Co = The all India wholesale price index for slag cement on 28 days preceding the date of
opening of Bids as published by the Ministry of Industrial Development, Government of India,
New Delhi.
Ci = The all India average wholesale price index for cement for the month under consideration as
published by Ministry of Industrial Development, Government of India, New Delhi
R = Cost of slag cement as defined in table at the end of Clause
iii Adjustment for steel component i/c MS
Price adjustment for increase or decrease in the cost of steel rods procured by the Contractor
shall be paid in accordance with the following formula:
Vs= 0.85xRx (Si – S0)/S0
Vs = Increase or decrease in the cost of work during the month under consideration due to
changes in the rates for steel
So = The all India wholesale price index for steel Rods on 28 days preceding the date of
opening of Bids as published by the Ministry of industrial Development, Government of India,
New Delhi
Si = The all India average wholesale price index for steel Rods for the month under consideration
as published by Ministry of Industrial Development, New Delhi
R = Cost of steel rods as defined in table at the end of Clause
Note: For the application of this clause, index of steel Rods has been chosen to represent steel
group

iv Adjustment for D.I. pipes and specials component


Price adjustment for increase or decrease in the cost of D.I. pipes and specials procured by the
Contractor shall be paid in accordance with the following formula:
Vs = 0.85x0.65xRDI x (S1 – S0)/S0.
Vs = Increase or decrease in the cost of work during the month under consideration due to
changes in the rates of pig iron
RDI = Value of the D.I. work.
So = Whole sale price index of foundry Grade pig iron on 28 days preceding the date of opening
of bids as published monthly by office of economic advisor, Ministry of commerce and industry
GoI.
S1 = Whole sale price index of foundry Grade pig iron for the month under consideration as
published monthly by office of economic advisor, Ministry of commerce and industry GoI.

v Adjustment for Machinery & Machine Tools


Price adjustment for increase or decrease in the cost of machinery and machine tools procured
by the Contractor shall be paid in accordance with the following formula:
Vp = 0.85 × R × (P 1 – P 0) / P0
Vp = Increase or decrease in the cost of work during the month under consideration due to
changes in rates for machinery and machine tools.

Bidding Document for __________ Procurement of Works Single-Stage: Two-Envelope


8-28 Section 8 - Particular Conditions of Contract

R= Value of the work


P0 = The All India wholesale price Index for machinery and machine tools on 28 days
preceding the date of opening of Bids as published by the Ministry of Industrial Development,
Government of India, New Delhi.
P1 = The All India average wholesale price index for machinery and machine tools for the month
under consideration as published by Ministry of Industrial Development, Government of India,
New Delhi.

Note: For the application of this clause, Index of machinery and machine tools has been chosen to
represent the machinery and machine tools group.
The following percentages will give the price adjustment for the entire project
Sl. No. Component Percentage
1. Labour – R 20% for the work involving labour component (Supply
items and those items not involving labour will be
excluded)
2. Cement – R Only those items which involves cement. Percentage
of cement to the quantity of such item will be
governed by BIS code, Govt. manuals, mutually
agreed by both parties)
3. Steel – R Only those items which involves steel. Percentage of
the quantity of item will be governed by actual
measurement and deducing the percentage and
mutually agreed by both parties)
4. DI pipe Absolute
5. Machinery & Absolute
Machine Tools
Note: The above percentage will be applicable for the work components executed during the
month only for price adjustment of all components mentioned above.
The basic rate of Cement & Steel for arriving at total cost (R) as per table above will be
the rate given in the JSOR valid on opening of bid.

Single-Stage: Two-Envelope Procurement of Works Bidding Document for ___________


Section 8 - Particular Conditions of Contract 8-29

Schedule 4: Performance Target and Measurement


A. Definitions

i. Water Supply Services shall include but not limited to, the operation, maintenance and repairs
of all existing and new assets created for the water supply system to be kept in operation to
deliver the services in the project area to the supply of metered drinking water at consumer end.
This involves operation & maintenance of distribution/collection network within the supply area,
house service connections, computerized billing & distribution of bills, operating 24 hour
Consumer Care Centre, consumer complaint redressal within specified time period etc.

ii. Continuous Pressurized Water Supply means a continuous supply of water for 24 hours a
day, at a minimum pressure 12 meters of water the ferule at the at consumer meter point.
Continuous supply and pressure to be measured at Critical Points in the zone from mid night to
mid night.

iii. Critical Points in the zone means the points on the distribution network at which the flow or
pressure measuring devices would be installed which shall be mutually agreed by the Employer
and the Contractor during the works contract.

iv. Potable Water means water meeting the Water Q u a li ty as per the standards specified in IS
10500-1991.The following important parameters are to be checked, documented and ensured
properly.

a. The bacteriological examination shall be carried out for one sample daily per 10,000
populations as given in CPHEEO manual.
b. The minimum residual chlorine of 0.2 ppm shall be maintained continuously at the consumer
end.

v. Nonrevenue Water (NRW) = System Input Volume (SI) – Billed Authorized Consumption (BC)
Where
a. SI is the summation of Water supplied / registered at the inlets of all DMA’S
b. BC is the sum of water billed to the consumers in the supplied zone in same month as of
SI as per billing records for the month.

vi. Performance Achieved


Performance Achieved = (Total Number of Successful Incidents/ Total Number of Incidents)*100

B. Performance Targets / Key Performance Indicators (KPI)


The Operator must meet following Performance Targets on monthly basis:
i. Continuity of Water Supply (24x7): Continuous Pressured Water Supply must be provided to the
properties with authorized connection(s) - to be applicable DMA wise as and when they are
commissioned and Sectional Final Taking Over is done.
ii. Non-Revenue Water – to be applicable DMA wise as and when they are commissioned and
Sectional Final Taking Over is done.
iii. Meter Reading, billing and distribution efficiency – to be Applicable throughout the duration of the
Contract
iv. Response time for new water supply connections / disconnections. – to be applicable throughout
the duration of the Contract
v. Efficiency for Redressal of customer Complaints: Consumers Relation Management Centre
established, staffed and operated on a 24-hour basis, all Consumer calls are attended to (on toll
free number) within 60 seconds, queries and complaints to be responded within timeframe
shown in table below - to be applicable throughout the duration of the Contract

Bidding Document for __________ Procurement of Works Single-Stage: Two-Envelope


8-30 Section 8 - Particular Conditions of Contract

vi. Water Quality at Consumer Connection Points: 100% of water samples taken are free of any
kind of contamination and shows minimum 0.2 ppm residual chlorine. -– to be applicable
throughout the duration of the Contract
vii. Extent of Functional Metering – 100% functional meters to be applicable DMA wise as and when
they are commissioned and Sectional Final Taking Over is done.

C. Methodology for Measurement of Performance

The Contractor shall develop a robust methodology and framework for measurement and monitoring of
Performance Standards stipulated under this clause and proposed as part of the Service Improvement
Plan (SIP). The Employer shall review the same and upon agreement between the Parties, the agreed
methodology shall form the basis for monitoring the performance of the Contractor and apply the
Performance Payment.

D. Parameter, Minimum Service Level, Measurement and Monitoring System of Performance


Indicators/Standards
S. No. Description Details
1. Parameter (B-i) Continuity of Water Supply (24x7) - must be provided to the
properties with authorized connection(s) - to be applicable DMA wise
as and when they are commissioned and Sectional Final Taking Over
Date to end of Contract.
Minimum Service 100% of the pressure readings maintained at a minimum 12 meters of water
Level at critical point.
To be achieved at the end of District Metering Area (DMA) commissioning
date and maintained throughout the contract period till the end of the
Contract.
Less than 80% compliance will attract penalty.
Measured By One CMP will be established in each DMA as per approved Service
Improvement Plan (SIP). Readings at the CMPs will be taken on hourly
basis during supply hours.

No. of hours water pressure is equal to or more than the required pressure
(12m) at critical points – (a).
DMA passes (complies) if 100 × a / 24  90 i.e., if 90% or more of the time
the pressure in the critical point of the DMA is equal to or more than the
required pressure.
100 × Total number of DMAs complying
Compliance per the requirement (complying DMA-
(B) #
billing cycle in the Days) during the billing cycle
=
whole contract area Total number of DMAs × No. of days
(Total DMA-Days) in the billing cycle

Monitored By An electronic registry maintained by the Contractor; the registry shall include
detailed database and summary tables pressure logs at each of the CMP
The pressure log database shall include:
▪ Time and date
▪ CMP identification number
▪ Pressure in meters
Allowable Exclusions i. Planned maintenance periods not exceeding 8 hours each
ii. Interruption due to mains bursts not exceeding 12 hours
iii. Shortage of bulk water supplied by bulk supply provider
iv. Third party causes like power failure and fire fighting
2 Parameter (B-ii) Non-Revenue Water (to be applicable DMA wise as and when they
are commissioned and Sectional Final Taking Over Date to end of
Contract.
Maximum level Less than or equal to 15%
Levels between 10-15% will be eligible for bonus

Single-Stage: Two-Envelope Procurement of Works Bidding Document for ___________


Section 8 - Particular Conditions of Contract 8-31

Levels more than 20% will attract penalty


Measured by Nonrevenue Water (NRW) = System Input Volume (SI) – Billed Authorized
Consumption (BC)
Where
a. SI is the summation of Water supplied / registered at the inlets of all
elevated service reservoirs.
b. BC is the sum of water billed to the consumers in the supplied zone
in same month as of SI as per billing records for the month.
The NRW figures will be assessed DMA wise, UGR Wise and Project area
wise as a whole or section, as applicable.
Monitored by Electronic registry from DMA / inlet of ESR Meter Readings and the
corresponding electronic registry of consumer meter readings as per the
billing records for the month under review
3 Parameter (B-iii) Meter Reading, billing and distribution efficiency

Minimum Service
All authorized connections are metered and 98% of meters are working
Level 100% of the meters are read each month
100% of the connections are billed each bi-monthly
100% of the bills are distributed
In case of less than 90% compliance will attract penalty.
Measured By For the month under review:
No. of metered connections X 100 / No of authorized connections as per
record.
No. of meters read X 100 / No. of metered connections
No. of bills prepared X 100 / No. of authorized connections
No. of bills distributed X 100 / No. of authorized connections
Note - Each parameter to be given equal weight
Monitored By For the period under review through:
The electronic register of authorized connections and meter serial number
against each connection
Electronic register of Meter serial numbers against which the meter working
status included based on the meter reading of the meter reading of month
under report and previous 3 months
Electronic register of authorized connections, meter serial numbers against
them and the monthly meter reading of each consumer meter.
Electronic register of bills generated against each of the consumer
Electronic register of bills received by consumers entered after verification of
receipt
Allowable Exclusions Nil
4 Parameter (B – iv) Response time for New Water Supply Connections /
Disconnections (From the Initial Takeover Date to end of Contract)
Minimum Performance Band between100% - 90 %.
Service Level Below 90% will attract penalty.
Measured By Time taken for providing new service connection and installation of water
meter after sanction by Medininagar Nagar Panchayat.
Total no of households in the contract area seeking for service connections
during the billing period and sanctioned by Medininagar Nagar Panchayat–
(a)
Number of service connections provided and installation of water meter
completed within 7 days after sanction by Ranchi municipal Corporation in
that particular billing cycle.- (b)
Performance = 100 x (b)/(a).
The time period for disconnection will be 3 days after sanction by Ranchi
municipal Corporation
Monitored By The electronic register of dated requests for connections received, cleared
by authority and actually connected as per the signed report of consumer.
5. Parameter (B-v) Efficiency in redressal of Consumer Complaints (From the Initial
Takeover Date to end of Contract)

Bidding Document for __________ Procurement of Works Single-Stage: Two-Envelope


8-32 Section 8 - Particular Conditions of Contract

Minimum Performance Band between 100% - 95% of complaints resolved during the
Service Level month under review.
Below 95% penalty will be imposed.
Methodology for Consumer Relation Management Centre: The Contractor shall design,
lodging develop and set up consumer relation management centers (CRMC) to
complaint facilitate receiving and resolving consumer requests in the areas of new
connections, service deficiencies, resolution of billing disputes, payment of
bills etc. The consumers shall file their complaints through e-mail, text
message from mobile phones, telephone, Fax and other electronic media.
The Centers shall function between 8am to 8pm during all working days and
between 8am to 1pm during public holidays including Sundays. The CRMC
and CCC shall be air conditioned and have reasonable space and furniture
for the Consumers to wait, interact and represent their requirements. During
the other off peak times of 8pm to 8am, the Contractor shall have a facility to
receive Consumer complaints through telephone, fax, text message, email
and any other electronic means. The complaints once received should be
acknowledged automatically and a registration number shall be given to the
complainant immediately. The CRMC and CCC shall be equipped with
sufficient human resources, hardware and software to facilitate continuous
record of consumer requests, monitoring the resolution, and reporting
completion of necessary actions and tasks. There shall be an exclusive desk
for servicing the urban poor consumers preferably serviced by an efficient
lady executive who can interact in local language.
Measured By Percentage of total number of complaints responded to within 24 hours and
resolved as given below during the period under review over the total
number of complaints received during the month under review

Sl. No Nature of complaints Resolution


time
1 Less pressure at the consumer meter point 72 hours
2 Consumer not getting water 24 hours
3 Reported leakage in mains 24 hours
4 Reported leakage in joint 12 hours
5 Poor quality of water 12 hours
6 Billing dispute 24 hours
Resolutions of complaints = 100* (Total number of complaints responded to
within 24 hours and resolved within the resolution times given above during
the month under review / Total number of complaints received during the
month under review)
Monitored By An electronic registry maintained by the Contractor, the registry shall include
detailed database and summary tables including:
▪ Time and date
▪ Complaint number
▪ Consumer name
▪ Consumer identification number
▪ DMA number
▪ Nature of complaint
▪ Time and date at which Consumer is provided with response
▪ Action taken report
▪ Time and date of resolution of complaint
Allowable Exclusions Complaints pertaining to ‘no water’ at times of stoppage of bulk supply from
bulk supply provider
6. Parameter (B-vi) Water Quality at Consumer Connection Points (From the Initial
Takeover Date to end of Contract)
Minimum Service 100% samples shall conform to the bacteriological standards prescribed in
Level the Potable Water Specification IS-10500 to be achieved and maintained
throughout the Operations and Maintenance Period.

Single-Stage: Two-Envelope Procurement of Works Bidding Document for ___________


Section 8 - Particular Conditions of Contract 8-33

The physico-chemical quality of water at the tap shall not be poorer than the
one supplied by bulk water supplier.
Less than 95% penalty will be imposed.
Measured By Sampling and Testing Frequency
➢ Daily 1 sample from each DMA to be tested. (Result should be
Min.0.2 ppm of residual chlorine).
➢ Monthly 1 sample from each DMA tested for all the parameters tested
in WTP outlet water.
➢ Additional samples as required in case of water quality complaint.
Pass Fail Criteria for the Samples.

S. N. Water quality at DMA sampling point Pass / Fail


1 All tested water quality parameters meet Pass
the requirement of relevant standard
2 Quality parameters same as of WTP outlet Pass
water (no deterioration in water quality
compared to WTP outlet water or in inlet
water to the UGR, where applicable)
irrespective of meeting or not meeting the
requirement of relevant standard (except
for residual chlorine)
In case of residual chlorine <0.2 ppm, it shall be considered a failed
sample irrespective of residual chlorine level at WTP outlet water or inlet
water to UGR / ESR, where applicable.
Monitored By An electronic registry maintained by the Contractor; the registry shall include
detailed database and summary tables to be maintained as part of the water
quality surveillance protocols agreed as part of the SIP
The water quality testing database shall include:
▪ Time and date
▪ Sample location
▪ Sample number
▪ Details of water quality tests conducted
▪ Details of remedial actions taken in case of water quality problem
▪ Time and date of resumption of service level
Allowable No exclusion allowed
exclusion
7. Parameter (B-vii) Extent of Functional Meters (to be applicable DMA wise as and
when they are commissioned and Sectional Final Taking Over Date to
end of Contract.)
Minimum Service Performance Band of 100% - 95%.
Level Below 95% will result in imposition of penalty.
Measured By Percentage of number of functional meters over the total number of meters
installed in the command area. The non-functional meters will be determined
based upon the feedback received from meter readers and site audits
conducted.
Monitored By An electronic registry maintained by the Contractor; the registry shall include
detailed database and summary tables to be maintained as part of the
functionality of consumer meters agreed as part of the SIP
The consumer meter functionality database shall include:
▪ Consumer ID
▪ Meter Number
▪ Date of determination of non-functionality
▪ Date of replacement with a functional meter
Allowable No exclusion allowed
exclusion
8. Parameter (B-viii) Maintenance of maximum guaranteed power consumption
Minimum Service Performance Band of 100% - 90%.

Bidding Document for __________ Procurement of Works Single-Stage: Two-Envelope


8-34 Section 8 - Particular Conditions of Contract

Level Below 95% will result in imposition of penalty.


Measured By Power consumption measured by the internal meters at the various facilities
as well as JBVNL billing
Monitored By Electricity bills generated by the Utility provision company.

Single-Stage: Two-Envelope Procurement of Works Bidding Document for ___________


Section 9 – Contract Forms 9-1

Section 9 - Contract Forms


This Section contains forms which, once completed, will form part of the Contract. The forms for
Performance Security and Advance Payment Security, when required, shall only be completed by the
successful Bidder after contract award.

Table of Forms

Notice of Intention for Award of Contract ................................................................................... 9-2

Notification of Award ..................................................................................................................... 9-3

Contract Agreement ...................................................................................................................... 9-4

Performance Security .................................................................................................................... 9-6

Advance Payment Security ........................................................................................................... 9-7

Bidding Document for Hussianabad WSS Procurement of Works Single-Stage: Two-Envelope


9-2 Section 9 – Contract Forms

Notice of Intention for Award of Contract


---- on letterhead paper of the employer ----

. . . . . . . date of notification . . . . . . .

To: . . . . . . . . . . name of the bidder . . . . . . . . .


Attention: . . . . . . . . . . insert name of the bidder’s authorized representative . . . . . . . . . .
Address: . . . . . . . . . . insert address of the bidder’s authorized representative . . . . . . . . . .
Telephone/Fax numbers: . . . . . insert telephone/fax numbers of the bidder’s authorized representative . . . . . .
E-mail Address: . . . . . . . . . . insert e-mail address of the bidder’s authorized representative . . . . . . . . . .

This is to notify you of our intention to award the contract [. . . . . . . . . insert name of the contract and
identification number, as given in the Bid Data Sheet . . . . . . . . . ]. You have [. . . insert number of days as
specified in ITB 41.1 of the BDS . . .] days , from the date of this notification to (i) request for a debriefing
in relation to the evaluation of your Bid, and/or (ii) submit a bidding-related complaint in relation to the
intention for award of contract, in accordance with the procedures specified in ITB 46.1.

The summary of the evaluation are as follows:

1. List of Bidders
Name of Bidder Bid Price as read out at opening Evaluated Bid Price

2. Reason/s why your Bid was unsuccessful

…………………………………………………………………………………………………………………
…………………………………………………………………………………………………………………
…………………………………………………………………………………………………………………

3. The successful Bidder


Name of Bidder:
Address:
Contract Price:
Duration of Contract:
Scope of the Contract Awarded:
Amount Performance Security Required:

Authorized Signature: ……………………………………………………………


Name and Title of Signatory: ……………………………………………………
Name of Agency: …………………………………………………………………

Single-Stage: Two-Envelope Procurement of Works Bidding Document for Hussianabad WSS


Section 9 – Contract Forms 9-3

Notification of Award
[on letterhead paper of the employer]

Letter of Acceptance

. . . . . . . date. . . . . . .

To: . . . . . . . . . . Name and address of the contractor . . . . . . . . . .

Subject: . . . . . . . . . . Notification of Award Contract No. . . . . . . . . . .

This is to notify you that your Bid dated . . . . date . . . . for execution of the . . . . . . . . . .name of the
contract and identification number, as given in the Bid Data Sheet . . . . . . . . . . for the Accepted Contract
Amount of the equivalent of . . . . . . . . .amount in words and figures and name of currency . . . . . . . . ., as
corrected and modified in accordance with the Instructions to Bidders is hereby accepted by our
Agency.

You are requested to furnish the Performance Security within 28 days in accordance with the
Conditions of Contract and any additional security required as a result of the evaluation of your bid,
using for that purpose the Performance Security Form included in Section 9 (Contract Forms) of the
Bidding Document.

Authorized Signature: ......................................................................................................................

Name and Title of Signatory: ...........................................................................................................

Name of Agency: .............................................................................................................................

Attachment: Contract Agreement

Bidding Document for Hussianabad WSS Procurement of Works Single-Stage: Two-Envelope


9-4 Section 9 – Contract Forms

Contract Agreement
THIS AGREEMENT made the . . . . . .day of . . . . . . . . . . . . . . . . ., . . . . . . ., between . . . . . name of the
employer. . . . .. . . . . (hereinafter “the Employer”), of the one part, and . . . . . name of the contractor. . . .
(hereinafter “the Contractor”), of the other part:

WHEREAS the Employer desires that the Works known as . . . . . name of the contract. . . . .should be
executed by the Contractor, and has accepted a Bid by the Contractor for the execution and
completion of these Works and the remedying of any defects therein.

The Employer and the Contractor agree as follows:

1. In this Agreement, words and expressions shall have the same meanings as are respectively
assigned to them in the Contract documents referred to.

2. The following documents shall be deemed to form and be read and construed as part of this
Agreement. This Agreement shall prevail over all other Contract documents.

(a) the Contract Agreement,


(b) the Letter of Acceptance,
(c) the Letter of Technical Bid,
(d) the Letter of Price Bid,
(e) the Variation Nos . . . . . insert variation numbers if any. . . . .
(f) the Particular Conditions of Contract – Part A,
(g) the Particular Conditions of Contract – Part B,
(h) the List of Eligible Countries that was specified in Section 5 of the Bidding Document
(i) the General Conditions of Contract,
(j) the Specifications,
(k) the Drawings,
(l) the completed Schedules including Bill of Quantities, and
(m) any other documents shall be added here.1

3. In consideration of the payments to be made by the Employer to the Contractor as indicated in


this Agreement, the Contractor hereby covenants with the Employer to execute the Works and
to remedy defects therein in conformity in all respects with the provisions of the Contract.

4. The Employer hereby covenants to pay the Contractor in consideration of the execution and
completion of the Works and the remedying of defects therein, the Contract Price or such other
sum as may become payable under the provisions of the Contract at the times and in the
manner prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance
with the laws of . . . . . name of the borrowing country. . . . .on the day, month and year indicated above.

1
Tables of Adjustment Data may be added if the contract provides for price adjustment (see GCC 13.8).

Single-Stage: Two-Envelope Procurement of Works Bidding Document for Hussianabad WSS


Section 9 – Contract Forms 9-5

Signed by ......................................................... Signed by .............................................................

for and on behalf of the Employer for and on behalf the Contractor
in the presence of in the presence of

Witness, Name, Signature, Address, Date Witness, Name, Signature, Address, Date

Bidding Document for Hussianabad WSS Procurement of Works Single-Stage: Two-Envelope


9-6 Section 9 – Contract Forms

Performance Security
.................................... Bank’s name, and address of issuing branch or office ..............................................................

Beneficiary: Project Director, JUIIP,


JUIDCO,3rd Floor, Pragati Sadan
Kutchery Chowk, Ranchi,Jharkhand.
Date: .........................................................................................................................
Performance Guarantee No.: ........................................................................................

We have been informed that . . . . . name of the contractor. . . . . (hereinafter called "the Contractor") has
entered into Contract No. . . . . . reference number of the contract. . . . . dated . . . . . . . .with you, for the
execution of . . . . . . name of contract and brief description of works. . . . . (hereinafter called "the
Contract").
Furthermore, we understand that, according to the conditions of the Contract, a performance
guarantee is required.
At the request of the Contractor, we ASIAN DEVELOPMENT BANK. hereby irrevocably undertake to
pay you any sum or sums not exceeding in total an amount of . . . . . name of the currency and amount in
words1 . . . . . (. . . . . amount in figures. . . . . ) such sum being payable in the types and proportions of
currencies in which the Contract Price is payable, upon receipt by us of your first demand in writing
accompanied by a written statement stating that the Contractor is in breach of its obligation(s) under
the Contract, without your needing to prove or to show grounds for your demand or the sum specified
therein.
2
This guarantee shall expire, no later than the . . . . . Day of . . . . . . . . . . , . . . . . . , and any demand
for payment under it must be received by us at this office on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458 (or
ICC Publication No. 758 as applicable), except that subparagraph (ii) of Sub-article 20(a) is hereby
excluded.3

.....................................
Signature(s) and seal of bank (where appropriate)

Note to Bidder
If the institution issuing the performance security is located outside the country of the employer, it shall have a
correspondent financial institution located in the country of the employer to make it enforceable.

1
The guarantor shall insert an amount representing the percentage of the contract price specified in the contract and denominated
either in the currency(ies) of the contract or a freely convertible currency acceptable to the employer.
2
Insert the date 28 days after the expected completion date. The employer should note that in the event of an extension of the time
for completion of the contract, the employer would need to request an extension of this guarantee from the guarantor. Such request
must be in writing and must be made prior to the expiration date established in the guarantee. In preparing this guarantee, the
employer might consider adding the following text to the form, at the end of the penultimate paragraph: “The Guarantor agrees to a
one-time extension of this guarantee for a period not to exceed [6 months][1 year], in response to the Employer’s written request
for such extension, such request to be presented to the Guarantor before the expiry of the guarantee.”
3
Or the same or similar to this clause specified in the Uniform Rules for Demand Guarantees, ICC Publication No. 758 where
applicable.

Single-Stage: Two-Envelope Procurement of Works Bidding Document for Hussianabad WSS


Section 9 – Contract Forms 9-7

Advance Payment Security

.................................... Bank’s name, and address of issuing branch or office..............................................................

Beneficiary: Project Director, JUIIP,


JUIDCO,3rd Floor, Pragati Sadan
Kutchery Chowk, Ranchi,Jharkhand
Date: ...........................................................
Advance Payment Guarantee No.: ..................................................................................
We have been informed that . . . . . name of the contractor. . . . . (hereinafter called "the Contractor") has
entered into Contract No. . . . . . reference number of the contract. . . . . dated . . . . . . . .with you, for the
execution of . . . . . . name of contract and brief description of works. . . . . (hereinafter called "the
Contract").
Furthermore, we understand that, according to the Conditions of the Contract, an advance payment in
the sum . . . . . name of the currency and amount in words1. . . . . . (. . . . . amount in figures. . . . . ) is to be
made against an advance payment guarantee.
At the request of the Contractor, we ASIAN DEVOLOPMENT BANK hereby irrevocably undertake to
pay you any sum or sums not exceeding in total an amount of . . . . . name of the currency and amount in
words2. . . . . . (. . . . . amount in figures. . . . . ) upon receipt by us of your first demand in writing
accompanied by a written statement stating that the Contractor is in breach of its obligation under the
Contract because the Contractor:
(a) used the advance payment for purposes other than the costs of mobilization and cash flow
support in respect of the Works; or
(b) has failed to repay the advance payment when it has become due and payable in accordance
with the conditions of the Contract, specifying the amount payable by the Contractor.
It is a condition for any claim and payment under this guarantee to be made that the advance
payment referred to above must have been received by the Contractor on its account number . . . . .
Contractor’s account number. . . . . at . . . . . name and address of the bank. . . . . .

The maximum amount of this guarantee shall be progressively reduced by the amount of the advance
payment repaid by the Contractor as indicated in copies of interim statements or payment certificates
which shall be presented to us. This guarantee shall expire, at the latest, upon our receipt of a copy
of the interim payment certificate indicating that ninety percent (90%) of the Contract Price has been
certified for payment, or on the . . . day of . . . . . . . , . . . . . 3, whichever is earlier. Consequently, any
demand for payment under this guarantee must be received by us at this office on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458 (or
ICC Publication No. 758 as applicable).

1
The guarantor shall insert an amount representing the amount of the advance payment denominated either in the currency(ies) of
the advance payment as specified in the Contract, or in a freely convertible currency acceptable to the employer.
2
Footnote 1.
3
Insert the expected expiration date of the time for completion. The employer should note that in the event of an extension of the
time for completion of the contract, the employer would need to request an extension of this guarantee from the guarantor. Such
request must be in writing and must be made prior to the expiration date established in the guarantee. In preparing this guarantee,
the employer might consider adding the following text to the form, at the end of the penultimate paragraph: “The Guarantor agrees
to a one-time extension of this guarantee for a period not to exceed [6 months][1 year], in response to the Employer’s written
request for such extension, such request to be presented to the Guarantor before the expiry of the guarantee."

Bidding Document for Hussianabad WSS Procurement of Works Single-Stage: Two-Envelope


9-8 Section 9 – Contract Forms

............................
Signature(s) and seal of bank (where appropriate)

Note to Bidder
If the institution issuing the advance payment security is located outside the country of the employer, it shall have a
correspondent financial institution located in the country of the employer to make it enforceable.

Single-Stage: Two-Envelope Procurement of Works Bidding Document for Hussianabad WSS

You might also like