422
MAHARASHTRA JEEVAN PRADHIKARAN (WATER MANAGEMENT) TENDER NOTICE No.9 FOR 2012-13 [ e.TENDER No. 87 FOR 2012-13 ] For AUGMENTATION TO AMBERNATH WATER SUPPLY SCHEME, TAL. AMBERNATH, DIST. THANE VOLUME - II SPECIFICATIONS EXECUTIVE ENGINEER M. J. P. W. M. DIVISION ROAD No.82, SAI SECTION, AMBERNATH (East) Save Water, every drop counts

MAHARASHTRA JEEVAN PRADHIKARAN (WATER MANAGEMENT) · MAHARASHTRA JEEVAN PRADHIKARAN WATER MANAGEMENT DIVISION, AMBERNATH NAME OF WORK: Augmentation to Ambernath Water Supply Scheme,

  • Upload
    others

  • View
    13

  • Download
    0

Embed Size (px)

Citation preview

MAHARASHTRA JEEVAN PRADHIKARAN

(WATER MANAGEMENT)

TENDER NOTICE No.9 FOR 2012-13

[ e.TENDER No. 87 FOR 2012-13 ]

For

AUGMENTATION TO AMBERNATH WATER SUPPLY SCHEME, TAL. AMBERNATH, DIST. THANE

VOLUME - II SPECIFICATIONS

EXECUTIVE ENGINEER M. J. P. W. M. DIVISION

ROAD No.82, SAI SECTION, AMBERNATH (East)

Save Water, every drop counts

MAHARASHTRA JEEVAN PRADHIKARAN

MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, PANVEL

MAHARASHTRA JEEVAN PRADHIKARAN

WATER MANAGEMENT DIVISION, AMBERNATH

NAME OF WORK: Augmentation to Ambernath Water Supply Scheme, Tal. Ambernath, Dist. Thane

INDEX Sub-Work No. Particulars Page No.

From To Volume-II

Acquaintance to site Conditions 240 244

1 Construction of CC Weir 245 258

2 Construction of RCC Sump 259 292

3 Construction of RCC Pump House 293 309

4 Lowering, laying & jointing DI pipe Rising Main 310 320

5 Lowering, laying & jointing DI Pipe Transmission Main 321 323

6 Construction of RCC ESR 324 360

7 Lowering, laying & jointing DI pipe Distribution System 361 391

8 Lowering, laying & jointing DI Pipe Gravity Main 392 394

9 Construction of Compound wall for various ESRs 395 405

10 Providing & supplying Computer Hardware & accessories 406 425

11 Construction of Consumer Redressal Center and Bill Collections Centers 426 449

12 Construction of 7.20 ML Capacity WTP at Chikhloli 450 550

13 Repair works for Strengthening of Belivali MBR 551 596

14 Lowering, laying and jointing MS pipe line Across Railway line near Ambernath 597 630

Annexures – I to XII 631 651

Drawings 652

240

MAHARASHTRA JEEVAN PRADHIKARAN

MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, PANVEL

MAHARASHTRA JEEVAN PRADHIKARAN W.M. DIVISION , AMBERNATH

NAME OF WORK: Augmentation to Ambernath Water Supply Scheme, Tal. Ambernath, Dist. Thane Construction of C.C. weir at Chikhloli Dam, Designing,

constructing & commissioning 7.20 ML capacity WTP at Chikhloli, lowering, laying and jointing D.I.K-7/K-9 pipes for rising main/gravity main/distribution system, construction of R.C.C. sump and pump house, construction of 8 nos. of RCC ESRs at various places with compound wall, construction of Consumer Redressal Centre with computerization, Railway crossing work, Repairs to Belivali MBR etc. complete.

ACQUAINTANCE WITH SITE CONDITIONS AND WORK CONDITIONS

1. The Contractor shall study the site conditions general conditions and data

included in the tender papers and get it verified from actual inspection of

the site etc. before submitting the tender. In case of doubts about any

items or data included in this tender or otherwise, it shall be got clarified

by applying in writing to the Executive Engineer. 05 days in advance

before date of submission of the tender. Once the tender is submitted, it

shall be considered that the Contractor has verified and made himself

conversant with all the details as required for quoting the rates and

completing the work as per tender conditions and specifications.

2. Contractor shall not sell or otherwise dispose off or remove except for

the purpose of this contract, the rubble, stone metal, sand or other

material which may be obtained from any excavation and replaced

material made for the purpose of the contract. All such materials shall be

M.J.P.s property and shall be disposed off in the manner and at place as

may be directed by the Engineer-in-charge in writing and when directed

by him, use any of the materials free of cost.

3. Other unforeseen items to be done in the course of work will have to be

done by the Contractor as per specifications in P.W.D. Hand Book Volume

I and II and will be paid at mutually agreed rates, ISS and standard

241

practice in vogue. Extra charge of claims in respect of extra work shall

not be allowed unless the work to which they relate are in the spirit and

meaning of the specifications or unless such works are ordered in writing

by the Engineer-in- charge and claimed for in the specified manner

before the work is taken in hand.

MATERIAL 4. The Contractor shall make his own arrangements for obtaining rubble,

khandki, headers, metal, sand murum, etc. from private quarry,

Applications of the Contractor for reasonable area of Government land

required for this purpose can be recommended to Revenue Authorities

without any guarantee of making the land for quarry available. All the

materials involved in the construction shall be of best quality and

specifications and shall be got approved from the Engineer in charge

before use. If necessary, materials, shall be got tested from the

Laboratory at his cost. Samples requiring approval shall be submitted by

the Contractor to the Engineer in charge in good time before the use of

each material. The sample shall be properly marked to show the same of

the materials place.

5. The Contractor shall provide all labour, skilled as well as unskilled and

material such as pegs lime, strings, site rails (wooden as well as steel,

etc.) as and when required as per approved design and make available

such other materials for surveying, lining out, setting out, checking of

work, taking measurements, testing of hydraulic and other structures

without any payment by the Maharashtra J. Pradhikaran to him. He will

also provide proper approach and access to all his works and stores

without any extra cost over his tendered rates for the items to be

inspected.

6. Rates quoted include clearance of site (prior to commencement of work

and its closure) in all respects and hold good for work under all conditions

of sites, moisture, weather, etc.

242

7. Failure to comply with any of the above instructions will result in the

M.J.P..s doing the needful at the risk and cost of the Contractor. These

conditions are for all items and as such no extra payment shall be made

for observing these conditions.

8. The Contractor shall make his own arrangements for quarrying of rubble,

stone, murum, sand, lime, metal, etc.

9. Overburden in a quarry will have to be removed by the Contractor at his

own cost.

10. Unless a separate item is provided in Schedule “B” minor dewatering of

foundations in excavation and during the construction of foundation

masonry if required shall be done by the Contractor without claiming

extra cost.

11. Damage by Floods or Accident

The Contractor shall take all precautions against damage by floods and

from accidents, No. compensation will be allowed to the Contractor for

his plant, material and work, etc. lost or damaged by floods or from

other causes. The Contractor shall be liable to make good any part of

material which is in charge of the Contractor and which is lost or

damaged by floods or from any other cause. If the work executed is

damaged, trenches filled due to any reason. Contractor shall have to

make it good at his cost only.

12. Water required for Construction

The Contractor has to make his own arrangements at his cost for water

required for construction, testing, filling, structures, etc. either from

local bodies or from elsewhere, by paying the charges directly and

arranging tankers, etc. as per necessity. No. claim for extra payment on

account of non-availability of water nearby, or extra lead for bringing

water shall be entertained. All required piping arrangements and

243

pumping if required for water shall be made by the Contractor at his

cost. If Contractor fails to pay the water charges to local bodies or

private parties these shall be recovered by the M.J.P. from his bills In

case M.J.P..s water supply is available, a connection at a suitable place

may be sanctioned but, all further arrangements of pumping if required,

piping, etc. shall be done by the Contractor at his cost, and water

charges in such a case, shall be paid by the

Contractor at the rates as decided by the Executive Engineer, which shall

be final and binding on the Contractor.

Whenever Schedule ‘B’. provides for any dewatering item payment shall

be admissible under that item, but apart from that item, no extra claims

for dewatering required for executing various tender items, and for

executing such items in wet condition shall be entertained as all these

expenses are deemed to be included in the dewatering item.

13. Leads and Lifts

The tendered rate for all items in tender shall cover all lifts and leads

encountered for the execution of the work as directed and no extra the

tendered rate for all items in tender shall cover all lifts and leads

encountered for the execution of the work as directed and no extra

claims for additional lifts and leads shall be entertained.

14. Unless otherwise specifically provided for in the tender or a separate

item is provided in Schedule-B . all the sides of excavated trenches after

the work is completed or in progress are to be filled by the Contractor to

the original ground level from excavated stuff at no extra cost.

15. Unless otherwise specifically mentioned in tender items, the net

dimensions of RCC or C.C. Members actually cast are only admissible for

payment under RCC or plain C.C. items. No increase in dimensions due to

plastering or finishing shall be admissible for payment under RCC or plain

CC items.

244

16. Cement that will be supplied by the Contractor shall be in Jute/PVC

bags.

17. No claims for any desilting of trenches, foundation, etc. filled due to

floods, untimely rains, or any other reasons whatsoever shall be

entertained and Contractor shall have to do this desilting operation

together with dewatering operations entirely at his cost.

18. Electricity supply required for construction of work/labour camp. etc.

shall be arranged by the contractor at his own cost.

245

MAHARASHTRA JEEVAN PRADHIKARAN

MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, PANVEL

MAHARASHTRA JEEVAN PRADHIKARAN W.M. DIVISION , AMBERNATH

NAME OF WORK: Augmentation to Ambernath Water Supply Scheme, Tal. Ambernath, Dist. Thane Construction of C.C. weir at Chikhloli Dam, Designing,

constructing & commissioning 7.20 ML capacity WTP at Chikhloli, lowering, laying and jointing D.I.K-7/K-9 pipes for rising main/gravity main/distribution system, construction of R.C.C. sump and pump house, construction of 8 nos. of RCC ESRs at various places with compound wall, construction of Consumer Redressal Centre with computerization, Railway crossing work, Repairs to Belivali MBR etc. complete.

ITEMWISE DETAILED SPECIFICATIONS SUB WORK NO. - 1: CONSTRUCTION OF CEMENT CONCRETE WEIR

AT CHIKHLOLI DAM Item No.1 & 2:Excavation in all soft and hard strata material 1.0 GENERAL The specifications contained in the standard specification volume 2nd

published by Public Works and Housing Department, Govt. of

Maharashtra, Chapter Bd.A-9 shall apply. In addition to above following

specification shall apply. In case of any discrepancy between the two the

below given specifications shall govern.

1.1 SITE CLEARANCE The area to be excavated shall be cleared off all trees and bushes and

rubbish and other objectionable materials removed shall be burnt or

disposed off as directed by the Engineer-in-Charge. The cost of such

clearing shall be deemed to have been included in the rates accepted for

different items under excavation.

246

1.2 DEWATERING No distinction shall be made as to whether the materials being excavated

are dry, moisture or wet. The item also includes bailing out of water by

manually or pumps to keep the trenches reasonable dry for all further

works till the completion of the work.

1.3 SHORING AND STRUTTING The item includes all shoring and strutting that may be required. On no

account the width of trenches more than these mentioned here in after

shall be measured. If excavation width more than the specified is

required for the purpose of keeping machinery, steeping due to loose

material or for any other reasons the same shall be at the Contractors

cost.

1.4 LIGHTING, BARRICADING AND GUARDING The items of excavation are including necessary lighting at night at

suitable intervals, but not more than 15 meter along the excavated

trenches and at all crossing and barricading the same by fencing so as to

avoid the accident.. The arrangements shall be maintained till

completion of work and at the cost of the Contractor.

1.5 CLASSIFICATION OF MATERIALS IN EXCAVATION The contractor shall carry out his own assessment regarding the strata at

different depths along the alignment before submission of the tender. For

the work of construction of weir separate items of excavation shall be

executed as per relevant item of schedule B.

1.6 EXCAVATION BY CHISELING, WEDGING IN HARD STRATA The contractor shall note that blasting may not be permissible at same

places, due to likely hood damages to any public or private property.

Excavation will have to be done by chiseling, wedging in hard rock is

required to be carried out close to habitation or similar other risk

involved locations, payments for excavation will be made at the rates of

247

concerned item of Schedule ‘B’ as cost of excavation by chiseling is

inclusive in item itself. Any damage to private or Government of

Maharashtra Jeevan Pradhikaran’s property, be reinstated by contractor

at his own cost.

The item of chiseling wherever appears shall mean chiseling by all means,

including mechanical / pneumatic / rock splitters or any methodology.

2.00 MODE OF MEASUREMENT AND PAYMENT

The excavation shall be measured in Cubic Meters only. Dimensions shall

be measured correct to two decimal of Meter and quantity shall be

calculated to two places of Decimal of Cubic Meters.

Item No.3 & 4: Providing and laying Plain cement concrete ---etc complete

1. CONCRETE PROPORTION a) Proportions of concrete for types of work

M-100- For leveling course in foundation

M-150- PCC with temperature nominal, 0.15% reinforcement for

weir wall

b) General specifications of this work shall be as per standard

specification of Public Works Department, latest edition,

Section BdE-1, Page no 287.

c) Whenever concrete is to be laid in trenches, the trench shall be

cleaned, and watered before placing. The sub- soil water which is

met shall be removed and the trench shall be kept dry during and

after 2 hours of placing concrete.

2. MODE OF MEASUREMENT AND PAYMENT The tender rate shall be for one cubic meter of concrete. The concrete

shall be measured for its length, breadth and depth limiting dimensions

to those specified in drawing or as per direction of Engineer- in-Charge.

248

The damages to concrete during casting shall be rectified free of cost.

The rate for the concrete includes all labour, material, centering,

shuttering, curing etc. all leads and lifts.

Item No.5: Providing & fixing in position T.M.T. bar reinforcement etc.

complete 1. Details

The item provides for supply of tor steel bars, cutting, bending, binding

with M.S. wire and placing in position, welding for reinforcement in the

CC.

Tor steel bars shall confirmed to Specification BdF-17, Page No.306 of

Standard Specification of Public Works Department latest edition.

Bending reinforcement shall confirm accurately to the dimensions and

shapes in the details drawings (approved) or as directed by the Engineer-

in-Charge.

Details of length, size, laps and bending diagram shall be got approved by

the Engineer-in-Charge.

All reinforcement shall be accurately placed in position with spacing

and cover shown in detailed drawing and firmly held during the placing

and setting of concrete. Bars shall be tied at all intersections. Binding

wire of 1.63mm or 1.2mm diameter (about 16 or 18 gauge) shall be used.

Spacing of the bars shall be maintained by means of stays, blocks ties,

spacers, intervals so that bars will not be displaced during placing.

Vibrating or compacting concrete. Placing bars for reinforcement on a

layer of fresh concrete as the work progress will not be permitted. The

use of pieces of broken stones or bricks or wooden blocks for Layers of

bars shall be separated by precast cement blocks, spacer bars or other

devices.

249

This Items Includes Cost of labour, material, use of tools, plant and tackle and other

incidental items to complete the work satisfactorily.

Supplying, conveying, cleaning, cutting, bending, binding with (1.63 mm

or 1.22 mm diameter) (16 to 18 gauge) wire and placing reinforcement in

position and maintaining it clean and in position till the concrete is laid.

2. MODE OF MEASUREMENT AND PAYMENT The tender rate shall be on weight basis for MT of steel reinforcement.

The weight of steel reinforcement used for the item of concrete will

be measured in tonnes based on total compacted weight for the sizes

and lengths of bars as shown in drawing or as directed by Engineer-in-

charge.

The lengths of the bars shall be measured correct to two places of

decimals of meters. The weights for payments shall be calculated

according to standard weights mentioned in the ISI handbook correct up

to 0.10 kg.

However, no extra claim for overweight of steel will be considered for

payment. Whether it is the contractor’s responsibility to bring the steel

as per standard weight.

Item No.6 A & B: Providing uncoarsed rubble masonry in CM 1:6 for foundation & Superstructure etc. complete.

1.0 The masonry shall be UCR as specified in the respective tender items.

1.1 For stone masonry UCR with 1:6 proportions cement mortar, which has to

retain water, the percentage of mortar shall be between 40% to 45% of

the gross built up masonry and in no case less than 40%. The cement to

be used in masonry shall be on the basis of this percentage. If less

cement used proportionate reduced rate shall lonely be paid and if the

masonry constructed with less percentage of the mortar than specified

above and if in the opinion of the Engineer-in-Charge, it is not suitable to

250

retain water pressure, it shall have to be dismantled and redone at

Contractor’s cost with correct percentage mortar.

1.2 For UCR masonries the percentage of mortar shall be as per P.W.D. Hand

Book Specification No. BdH-1, Page No.329 & BdH-4, Page No.331.

1.3 UCR masonry for all courses shall be of equal height, to be specified by

the Engineer-in-charge.

1.4 Tender rates of masonry item, unless otherwise mentioned specifically in

the tender items shall include scaffolding, watering, curing.

1.5 In all other items viz. Materials like sand, stone, joints, headers, etc.,

the P.W.D. Hand Book Specifications (Latest Edition) and specifications

given in Standard Specification Book (Red Book) shall apply.

1.6 The all masonry should be truly vertical on both faces or should be truly

as specified grade.

1.7 The height of masonry should not be raised at more than 1 M per day.

2.00 MODE OF MEASUREMENT AND PAYMENT

The tender rate shall be for one cubic meter of UCR masonry. The

masonary shall be measured for its length, breadth and depth.

Dimensions shall be measured correct to two decimal of Meter and

quantity shall be calculated to two places of Decimal of Cubic Meters.

Item No.7 – Providing and casting in situ M-15 CC for coping.. etc. complete

1 The item shall be executed as per description of item in Schedule B and

as per PWD Specification No.BdE-9, Page No.288.

251

2. MODE OF MEASUREMENT AND PAYMENT The tender rate shall be for one cubic meter of concrete. The concrete

shall be measured for its length, breadth and depth. Dimensions shall be

measured correct to two decimal of Meter and quantity shall be calculated

to two places of Decimal of Cubic Meters.

Item No.8: Providing tuck pointing in CM 1:3 for stone masonry etc. complete.

1.0 Cement pointing with mortar of specified proportion to stone masonry work

including racking out joints, watering etc. as per PWD Standard

Specification No. Bdl-16, Page No.373.

1.1 Material: Cement mortar- Cement mortar for pointing shall be of the

specified mix and be as per standard specification.

1.2 Scaffolding - Scaffolding to be as per direction of Engineer-in-charge. 1.3 Construction details- Unless other types of pointing are specified in the

item or the special provisions for pointing shall be tuck type. The joints in

the masonry shall be racked out to a depth not less than the width of the

joint or as directed in the special provisions or by the Engineer, when

mortar is green. The joints are to be brushed clean of dust and loose

particles with stiff brush. The area shall then be washed and joints

thoroughly wetted before pointing is commenced.

1.4 The racked out joints shall be filled with mortar of the specified mix and

required consistency and well pressed and rubbed smooth with the mortar.

1.5 Watering- The pointed face shall be kept continuously wet for 14 days after

initial set. Should the contractor fail to water the work as specified, the

Engineer, may if required in the interest of work and keep the scheduled

programme, supply labour materials and equipment to water the work and

charge the cost to the contractor.

252

1.6 Bad work- Mortar perish or deteriorate through neglect of watering or any

other default and if the work is not done neatly and as specified above,

the pointing shall be removed and redone at the expense of the

contractor.

1.7 Item to Include- Cement pointing shall include erecting the removal of

scaffolding, all labour, material and equipment incidental to complete

the pointing, dewatering if necessary till the mortar is set unless

separately provided for, racking out joints, cleaning, wetting, filling with

mortar, toweling, pointing with nayla and watering.

2.00 Mode of measurement and payment

The item shall be measured and paid on Sqm basis.

Item No.9 – Providing mild steel needles for weir etc. complete.

1.0 The item includes providing and fabricating mild steel needles of SWG./

M.S. sheet of size 2.15 x 0.50 m as per design and drawing provided by

the department including cutting, welding complete length around skin

plate and 20 % length of horizontal & vertical stiffeners and finishing the

product, applying one coat of red oxide primer and two coats of zinc base

oil paint of approved shade. Sufficient no of hooks are to be provided for

easy lifting and handling. The cost of approved quality rubber seal with

fitting on two vertical sides and at the bottom is also included in the

item. The item also includes transportation, loading and unloading

charges of needles up to the site of work, erecting the needles in position

and all taxes excluding Octroi etc. complete as per the direction of

Engineer-In-Charge. ( The relevant specifications of irrigation department

are also applicable )

2.00 Mode of measurement and payment

The item shall be measured and paid on Sqm basis.

253

Item No.10 – Providing and fabricating structural steel work etc. complete.

1.00 The work shall be executed as per description of item in Schedule-B and

as per PWD Standard Specification BdC-6, Page No.277 and as per

detailed drawing and directions of Engineer-in-Charge.

2.00 Mode of measurement and payment

The item shall be measured and paid on Metric Ton basis.

Item No.11: Providing and supplying ISI standard M.S. specials etc.

complete.

1.1 The scope or special specifications shall cover the following works under

the contract.

Providing, fabricating M.S. Plates for specials for works, testing etc. at

the Contractor’s factory and testing the pipes.

Transporting of fabricated specials from contractor’s factory to laying

site or MJP’s store as directed.

1.2 Drawing

The drawings accompanying the tender are indicative type drawings.

Working drawings shall have to be prepared by the Contractor.

1.3 Supply of Materials to the Contractor.

The MJP will not supply M.S. Materials such as plates; flats etc. required

for the fabrication of pipes, specials appurtenances etc.

The conveyance of fabricated materials from workshop to site of work

shall be deemed to have been covered in the relevant items of

fabrication of pipes, specials etc. The contractor should note that the

steel plates and other structural steel required for fabrication of specials

is to be procured by him from open market at his cost. The contractor

has to procure such plates in several stages as the circumstances

demand, or, as directed by Engineer-in-Charge.

254

2.00 MEASUREMENT AND PAYMENT

Fabrications of the various specials and appurtenances shall be measured

and paid under the relevant item in Schedule-B on weight basis. These

items shall include the cost of supply of all labour, material (unless

otherwise stated) and machinery for fabricating theses and

appurtenances as per specifications and shall include all cost of materials

and handling materials within the fabrication yard stacking them properly

in the yard, transporting from factory to site, including loading,

unloading and all other ancillary works involved. Deductions for bolt

holes shall not be made while computing weight for payment.

Item No.12: Providing double flanged sluice valve etc. complete.

1.1 The Sluice Valves proposed to be procured through this tender are to be

used for drinking water supply schemes under execution.

WORK UNDER THIS CONTRACT

The work entitled manufacture, supply and delivery of Sluice valves shall

comprise the manufacture, supply and delivery of the goods as mentioned

in Schedule-B.

The manufacturer of sluice valves should be from MJP’s approved list of

manufacturers only.

The above goods to be used for conveyance of potable water at

temperatures varying from 10 degree centigrade to 40 degree centigrade.

The tender price shall include all labour and machinery and all materials

necessary for the proper, manufacture of the goods, for tests at the

contractor’s works for the insurance and for delivery to works for the

proper maintenance and for discharging every obligations and

requirement of the contract, in accordance with the intent of the

contract documents, as stated in the General Conditions of Contract.

a) Sluice Valves PN 1.0 of IS: 2906 & 14846 of 300mm dia

255

1.2 STANDARDS

Where reference is made to a particular standard, it shall be the latest

revision of the Indian Standard Institution.

2.00 Mode of measurement and payment

The item shall be measured and paid on per No. basis. 85% payment shall

be released after supply of valves with satisfactory 3rd party inspection

report, 15% after lowering, laying, jointing and after satisfactory

hydraulic testing of sluice valve.

Item No.13: Lowering, laying & jointing Sluice Valve etc. complete.

1.1 GENERAL

The specification lays down the requirement for lowering, laying and

jointing Sluice valves.

1.2 PREPARATION

The sluice valves and tail pieces shall be examined before laying for

cracks and other flows. Only undamaged S.V. shall be used.

The sluice valve shall be operated and checked before laying.

All the four faces shall be thoroughly cleaned and coated with a thin

layer of mineral grease.

The tightening of gland shall be checked with a pair of inside calipers.

Clearance between the top of stuffing box and the underside of the gland

shall be uniform on all sides.

1.3 JOINTING MATERIALS

The contractor shall provide all the necessary jointing materials such as

nuts, bolts, rubber packing, white zinc, jute lead wool etc. at his cost.

256

All tools and plant required for installation of sluice valve shall be

provided by the contractor at his cost.

All the jointing materials shall be got approved from the Engineer-in-

charge before use.

The nuts and bolts shall be conform I.S.1364 and the rubber packing shall

conform I.S. 638.

1.4 INSTALLATION

The sluice valve shall be lowered into trenches carefully so that no part is

damaged during lowering operation. If necessary tail pieces shall be

fitted with sluice valve first outside the trench and then lowered into the

trench.

The rubber packing shall be three ply and of approved thickness. The

packing shall be of full diameter of the flange with necessary holes and

the sluice valve bore. It shall be even at both the inner and outer edge.

The flange faces shall be thoroughly greased. If flanges are not free the

contractor shall use thin fibers of lead.

After placing the packing, nuts and bolts shall be inserted and tightened

to make the joint. The valve shall be tightly closed being installed to

prevent any foreign materials from getting in between the working parts

of the valve.

Each flange bolt shall be tightened a little at a time taking care to

tighten diametrically opposite bolts alternately.

The sluice valve shall be installed in such a way that spindle shall remain

in truly vertical position.

The other end of the tail piece shall be fitted with pipes so that

continuous lines can work. Extra excavation necessary for facility of

lowering and fixing of sluice valve shall not be paid for.

257

2.00 Mode of measurement and payment

The item shall be measured and paid on per No. basis.

Item No.14: Dewatering the excavated trenches etc. complete. 1.1 CONTROL OF WATER

The contractor shall furnish, install and operate all necessary machinery

appliances and equipments and shall furnish all labour necessary to keep

excavations free from water during construction and shall dispose of

water so as not to cause flooding of construction works, injury to private

property or to persons, or to cause a nuisance or menace. Before, during

or just after any construction works, excavation shall be kept free of

water. Bunds shall be provided to prevent surface water from draining

into structural excavation. Earth banks shall be suitably protected from

damage by erosion during construction. Any damage occurring shall be

repaired by the contractor on his expenses, in a manner approved by the

Engineer. The dewatering shall be treated as included in the item of

excavation. Unless otherwise provided for in the tender item.

When dewatering is separately provided for under a special item, it will

deem to include all cost of fuel, labour, required for the job and all

expenses related to this job. All machinery and equipments are supposed

to be arranged by the contractor at his own cost. The item of dewatering

includes any work of coffer dam; diversion or river / nalla flow etc.

unless specific provision for such item exists under a separate item.

2.00 MODE OF MEASUREMENT - JOB – Lump Sum

During execution dewatering through running bill will be paid as below.

1. After completion of 40% work = 30%

2. After completion of 60% work = 20%

3. After completion of 80% work = 20%

4. After completion 100% work = 30%

258

Item No.15:Providing & fixing 80mm diameter A.C./P.V.C. pipe weep holes etc.

Complete 1.0 The tender item includes the cost of PVC or AC pipe with screen together

with the labour charges for fixing in the staining. The dia meter of the

pipe should 80mm and it may be of any class. The pipe should pass

through the width of staining completely and it should be placed at slight

inclination so as to facilitate the flow of water as shown in the drawing.

On the face of the pipe perforated cement concrete cover shall be fixed

in cement mortar to serve as screen to prevent sand, other objectionable

material.

1.1 The item shall be executed as per description of item in Schedule-B and

as per direction of Engineer-in-Charge.

2.00 Mode of measurement and payment

The item shall be measured and paid on running meter basis

259

MAHARASHTRA JEEVAN PRADHIKARAN

MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, PANVEL

MAHARASHTRA JEEVAN PRADHIKARAN W.M. DIVISION , AMBERNATH

NAME OF WORK: Augmentation to Ambernath Water Supply Scheme, Phase-1, Tal. Ambernath, Dist. Thane

Construction of C.C. weir at Chikhloli Dam, Designing, constructing & commissioning 7.20 ML capacity WTP at Chikhloli, lowering, laying and jointing D.I.K-7/K-9 pipes for rising main/gravity main/distribution system, construction of R.C.C. sump and pump house, construction of 8 nos. of RCC ESRs at various places with compound wall, construction of Consumer Redressal Centre with computerization, Railway crossing work, Repairs to Belivali MBR etc. complete.

ITEMWISE DETAILED SPECIFICATIONS Sub Work No.2 - Construction of RCC Sump at Bhendipada, Ambernath

booster, Police Quarter & Ambernath Gaon. Item No.1: Designing and constructing RCC sump of required capacity etc

complete.

The Contractor shall quote his offer in Schedule ‘B’ for the complete

work of constructing R.C.C. Sump to be carried out as per his own design

based on given data i.e. he shall tender the offer in Schedule ‘B’ for

construction of required capacity with his own design and drawing. The

design shall be got checked from the institute like Govt. Engineering

College. Remarks shall be complied and scrutiny charges shall be borne

by the Contractor.

Criteria for design of RCC Sump 1. The structural design of sump shall conform to the following standard

specification and codes of practice of IS.

a) IS: 456 Code of practice for plain and reinforced concrete

(latest edition) b) IS: 875 Code of practice for structural safety of building

loading standards.(Latest edition).

260

c) IS: 3370 (Pare I to IV) Code of practice for concrete structures for

storage of liquids. Latest edition). d) IS: 1893 Criteria for earth quake resistance design of structures

(latest edition) Other ISS 2. General Capacity of the container of the tank shall be the value of the water it

can store between the designed full supply level and the lowest supply

level.

2.1 Free board is the indication of space provided above full supply level and

shall be measured at a vertical distance above FSL up to soft of beam

supporting the roofs, slab and dome. Free board shall be minimum 30 cm

below soffit beam or slab,

2.2 The walls container shall be designed for free board full condition. 2.3 The tank foundation and other members of the structure shall also be

designed for free board full condition.

2.4 Parts of the tank in contact with stored water and enclosing water vapour

above F.S.L. shall be in concrete M-300 or even in richer grade.

2.5 The tenderer is advised to verify actual strata before tendering and

designing the structure and offer suitable design with full justification.

2.6 Not withstanding anything mentioned above if directed by the Engineer-

in-charge the contractor shall carry out actual strata exploration as

mentioned in Para 0.2 of IS 1892-1979 through a Government Laboratory

and adopt bearing capacity so arrived for the design.

2.7 The factor of safety shall be adopted as per Clause 6.1 of IS:6403-1971.

2.8 If the foundation consists of individual column footing clear distance

between centers of column shall be equal to twice the width of footing

261

and clear distance between edges of footing shall be not less than width

of footing.

2.9 The foundation should be checked for negative pressure on soil due to

combined direct and bending stresses. Negative pressure shall not be

allowed on the foundation soil.

2.10 Classification of soil and characteristics of soil relevant to S.B.C. and

A.B.B. shall be as per the soil investigation reports of Government

Institution/Government approved Investigators.

2.11 For the design of foundation of the solid raft type, the Plate Theory shall

be adopted.

2.12 In normal circumstances, minimum 150 mm thick PCC with 100 mm

projection all around in grade M-150 with coarse aggregate as metal shall

be provided as leveling courses. Where injurious soils or aggressive water

are anticipated the leveling courses shall be of grade not weaker than M-

150 and if necessary sulphate resisting or other special cement shall be

used and the thickness of the leveling course shall be kept not less than

150 mm. The G.L. within the foundation area of the structure shall be

consolidated properly with suitable slope to drain out rainwater outside

the foundation zone.

2.13 In the vicinity of mines, quarries and blasting sites or areas which may be

subjected to blast or shock, the tank shall be designed for dynamic forces

adapted to shock.

2.14 Column may be assumed as fixed at the top of footing. 2.15 Following shall be the minimum thickness of various members of the

tank.

Roof slab 120 mm Bottom slab 200 mm

Roof dome 100 mm

Vertical wall of container 200 mm

262

3. Loads 3.1 For all RCC and PCC components unit weight of concrete shall be taken as

25000 N/Cum and 24000 N/Cum respectively.

3.2 Water load and snow load shall be taken as per IS:875-1987 or its latest

revision.

3.3. Seismic forces shall be as per IS 1893 (its Latest revision). 4. Design 4.1 Shape of structure shall be most economical directed by Engineer-in-

charge and shall be selected depending upon site conditions.

4.2 Design shall be based on the worst possible combination of various loads,

moments, shares, resultant stresses in the tank in following cases.

a. Tank full

b. Tank empty

c. Uplift pressure, if any

Tank full means depth of water inside the container is up to full height of

the container including free board.

4.3 Design shall be based on accepted bases and methods of design as well as

the provisions of IS:3370, IS:1343, Code of Practice for priestesses

concrete IS:2210 (latest edition of IS shall be referred).

However, methods based on experimental investigations as mentioned in

Pare 18.2 ‘C’ IS:456-1978 shall not be entertained.

4.4 Design of members other than those excluded by Clause 5.4 above (i.e.

roof walls, floor etc. of the container) shall be based on consideration of

adequate resistance undertaking as well as adequate strength.

Calculation of stresses shall be as per Pare 3.3.2 of IS:3370 Part II (its

latest revision).

263

5. Permissible Stresses in Concrete for Resistance to Cracking 5.1 For calculations relating to the resistance of members to cracking the

permissible stresses in tension (direct and due to bending) and shear shall

conform to the values specified in Table I of IS:337 (Part II). “The

permissible tensile stresses due to bending apply to the face of the

member in contact with the liquid”. In members with thickness less than

225 mm and in contact with the liquid on one side, these permissible

stresses in bending apply also to the face remote from liquid.

5.2 For Strength Calculations

For strength calculations, the permissible concrete stresses shall be in

accordance with Para 44 of IS:456-2000 where the calculated shear stress

in concrete alone exceeds the permissible value reinforcement acting in

conjunction with diagonal compression in the concrete shall be provided

to take the whole of the shear. The maximum reinforcement shall

conform Clauses 25.5.1.1 and 25.5.1.2 of IS:456-2000.

6. Permissible Stresses in Steel 6.1 For strength calculation (concrete assumed to be cracked) the

permissible stresses in reinforcement shall be as per Table II of IS:3370

(Part II) (its latest revision). For tor steel, the stress shall be as per

IS:1786-1979 for cold worked steel high strength deformed bars for

concrete reinforcement or its latest revision.

6.2 The modular ratio ‘m’ for different concrete mixes shall be as under.

Grade of Concrete Module Ration ‘m’ M-150 19

M-200 13

M-250 11

M-300 09

264

6.3 Modules of elasticity of concrete EC shall be taken as 5700 Eck where Ec

in the characteristic cube strength of concrete in N/Sqmm as per Clause

5.2.3.1 of IS:456-1978.

7. Age Factor

Age factor for increasing strength shall not be considered for the design.

8. Units : Design should be in Metric units only. 9. Detailing 9.1 Minimum Reinforcement for Water Retaining Members

The minimum reinforcement in walls, floors, roofs in each of 2 directions

at right angles shall have an area of 0.3% of the concrete section in that

direction for sections up to 100 mm thick. For sections of thickness

greater than 100 mm and less than 450 mm the minimum reinforcement

in each of the 2 directions shall be linearly reduced from 0.3% for 100 mm

thick sections to 0.2% for 450 mm thick section. For section of thickness

greater than 450 mm minimum reinforcement in each direction shall be

kept at 0.2%. In concrete sections of thickness 225 mm or more, 2 layers

of reinforcing steel shall be placed one over each face the section to

make up the minimum reinforcement specified in this clause.

9.2 The minimum reinforcement specified in 9.1 above may be decreased by

20% in case of high yield strength deformed bars conforming to IS:1786 or

IS:1139 (latest version of ISS shall be followed).

9.3 Covers to Reinforcement

a) Minimum clear cover to reinforcement shall be as per IS:456 and IS:3370

(latest version shall be referred).

b) For members of structures in contact with water effective cover shall not

be more than 60 mm. For bars subjected to bending stresses. For bars

subjected to pure tension the effective cover shall not be more than 75

mm.

265

9.4 Spacing of Reinforcement

a) Spacing of reinforcement shall be as per Para 25.3 of IS:456-2000.

b) Spacing of lateral ties for column shall satisfy the provisions of Para 25.5.3.2 of IS:456-2000.

c) Reinforcing steel which accounts for resisting moments, tension, etc. i.e. other than temperature and shrinkage steel, shall comprise minimum 8 mm dia. for ribbed bars and 10 mm dia for mild steel bars. For compressive members, the minimum dia of main reinforcement shall not be less than 12 mm dia.

10 : Providing Anti-corrosive Treatment to HYSD Reinforcement Bars With

Fusion Bonded Epoxy Coating (FBEC)

1. The reinforcing bars to be provided with fusion boned epoxy coating shall

conform to the tender specifications and relevant IS specification. In

spite of producing test certificate by contractor for the proper quality of

reinforcing bars the quality of steel could also be tested by the FBE

coating firm at plant site for bend test before doing coating and that if

the reinforcing bar fails in bend test, then it shall not be provided with

FBEC and in that case, cost of conveyance of such steel to plant and

removing from plant shall be done by the coating agency in the presence

of contractor provided the contractor chooses to remain present.

Reinforcing bars to be coated shall be fresh from rolling mills as far as

possible, If the bars very much rusted in quality before providing FBEC

such bars shall have a loss of weight at contractor’s risk.

To ascertain the loss in weight of reinforcing bars on account of removal

of rust during coating, ransom weight before and after coating shall be

done and that loss in weight shall be borne by the contractor.

266

2. Coating bars with FBEC The FBEC coating shall be done conforming to IS Code 13620-1993 with

additional stipulations as under. 2.1 The fusion bonded epoxy coating shall be carried out by an authorized

FBE coating agency approved by Department. The coating plant shall be

certified by ISO 9002 and/or by the owner/departments.

2.2 Patch up materials shall be procured in seated containers with certificate

from the agency for supply of such patch-up materials.

2.3 The tender rate for FBEC coating shall include using PVC coated G.I.

binding wires of 18 G.

3. TESTS FOR FBE COATING ON REINFORCEMENT BARS 3.1 The contractors shall produce certificate from the FBE coating agency

that the quality of powder epoxy material and other components of FBEC

conform to IS:13620-1993, such certificates shall accompany each

delivery challan of coated bars while leaving the plant, the contractor

may also carry out such tests at plant jointly or separately of the coating

agency to conform use of proper quality of coating material.

3.2 The coated reinforcement bars shall be tested at plant by the contractor.

Test reports shall be jointly signed by authorized representatives of

contractor and the coating agency. The tests on coated bars shall be as

per IS for the following tests.

a) Thickness b) Continuity c) Adhesion The frequency of tests shall be for the thickness of coating minimum two

bars of each size from each production shifts.

Random tests shall be made for continuity of coating. 3.3 In spite of above tests and test certificates produced by the contractor

and coating agency, the Department owner reserves the rights to carry

267

out independent tests at coating plant for cross checking. The

contractor’s agreement with coating agency shall include the provisions

for Department’s/Owner’s cross checking and that if the coating quality

is not approved by the Department/Owner the decision of the

Department/Owner to reject or repair the coating shall be final and

binding on all parties.

3.4 Thickness of fusion bonded epoxy coating shall be 200 to 250 microns. 3.5 Holidays in coating shall not be more than two holidays per linear foot

(Six holidays per meter) of coated bar.

4. HANDLING 4.1 The coated bars shall be carefully handled in order to drop them, not rub

them on hard surface or against another coated bar while conveying,

stacking, placing or stacking of fabricated bars and that for this purpose,

wooden packing battens shall be used at spacing of not more than 60

cms. The coated bars shall be tied to make bundles with PVC binding

material to avoid damages to coating.

4.2 The coated bars shall be stacked with separation gap between ground and

bars with wooden batons between rows of bars or bundles of such tied

bars. Such wooden or padded contract shall be at spacing of not more

than 60 cms.

4.3 The cut ends of bars shall be touched up with special touch-up material

of specifications as provided by coating agency. There shall be minimum

tie gap to repair the cut ends and damaged portions with touch-up

materials and that failure to do so may causes complete rejection of the

coated bars. The cut ends and damaged portions shall be touched-up

with repair patch-up material within four hours time gap. All damages to

coating in handling etc. shall be repaired irrespective of their size. This

stipulation supersedes provision of 1.8 Code.

268

4.4 No payment will be made for coated bars which are not used in the work

and that if they were paid either on account of fabrication etc. the

amount paid will be recovered from contractor. The contractor will be

paid for the same quantity of steel bars used in the work and paid under

relevant item.

4.5 While bending the bars, the pins of work benches shall be provided with

PVC or plastic sleeves. It is preferable that contractors install bar

bending machines suitable for FBE coated bars and that each bending

operation is done in a time of not less than 90 seconds.

The coated steel shall not be directly exposed to sun rays and rains and

shall be protected with opaque polyethylene sheets or such other

approved materials.

4.6 While doing concreting, the workmen or trolleys shall not directly move

on coated bars, but can move on wooden planks placed on the bars by

contractors.

4.7 In spite of all test certificates, if the coated bars are rough handled by

contractor either during transport, fabrication, stacking, placing and

concrete etc. or handled in such a manner as to damage the coating for

area or portion more than reasonable, the Engineer-in-charge or

Department/Owner reserves the rights to reject the FBE coated bars and

that if rejected,then such rejected bars shall be removed by contractor

from work site within three days. The decision of Engineer-in-charge will

be final as to reject the bars with damaged coating or to allow repairing

the coating, or to get it re-coated entirely at contractor’s cost.

NOTE

a) In case dispute regarding interpretation of any of the above clauses, the decision of Owner or his representative will be final and binding on the designer and contractor.

269

b) In case of any clause not included in the above criteria, the decision of Owner or his authorized representative will be final and binding on the designer and contractor.

11.0 EXCAVATION:-

Excavation for foundation in earth, soil of all types, sand, grave, soft

murum, hard murum, with boulders, soft rock, hard rock by chiseling etc.

complete.

The excavation shall be done as per standard specifications No. Bd-A1,

A2A3, A4, A5 and A6 page No.271-272 of 1965 or as per latest edition of

the Standard specifications.

The excavation shall be done to the required depth and section. Extra

excavation done for whatever reasons shall not be paid for under any

circumstances. The excavated material shall not be placed nearer than

5.0 meter, from edges of excavated trenches.

Necessary shoring and strutting of sufficient strength should be provided

to sides of excavation to prevent caving in. The bottom of excavation

shall be leveled both longitudinally and transversely or stepped.

Removing the excavated materials of all categories including loading,

conveying, unloading, spreading or stacking including all leads and lifts

etc. complete. Surplus excavated materials is the property of MJP and

therefore contractor is not empowered to sell this excavated material to

any other agency.

Dewatering the excavated trenches and pools of water in construction

area by using pumps and other devices, including disposing of the water

to a safe distance as directed.

270

12. Requirement of Materials 1. Cement shall be Ordinary Portland Cement

The measurement of proportion of cement should normally be on the

basis of weight and whole bags, each undisturbed and sealed 50 Kg bag

being considered equivalent to 35 liters (1.2 Cuft.) in volume. When part

bag is required, cement shall be taken by weight. Care should be taken to

see that each bag contains full quantity of cement.

Tests

When tests are considered necessary, they shall be carried out as

indicated in IS : 269. The contractor should ensure that the cement is of

sound and required quality before using

2 Storage

Cement required for use shall be as fresh as possible and stored on planks

raised 15 to 20 cms ( about 6” to 8”) above the floor and stacked 30 cm (

about 12” ) away from the walls in suitable closed weather proof

buildings at the work site or at the selected approved site, in such a

manner as to prevent deterioration by dampness or moist atmosphere or

instruction of foreign matter..)

2.1 Any cement which has deteriorated baked or which has been damaged

shall not be used. Cement that is condemned shall be immediately

removed from the work site.. Ordinary cement stored for more than 2

months from the date of receipt from the factory shall be subjected to

test and used only if found satisfactory.. Cement shall be kept in a store

under double locking arrangement so that it can be taken out or fresh

stock admitted with the knowledge of supervising staff of the

Department.

3.0 WATER 3.1 Water for mixing cement lime mortar or cement lime concrete shall not

be salty or brackish and shall be clean, reasonably clear and free from

objectionable quantities of silt and tracers of oil, acid injurious alkali,

salts, organic matter and other deterious material which will either waken

271

the mortar or concrete or cause efflorescence or attack the steel in RCC.

Water shall be obtained from sources approved by the Engineer.

3.2 Water for curing cement / lime mortar of concrete

Water for curing mortar or concrete should not be too acidic or too

alkaline. It should a have a pH value ranging between 4.5 to 8.5. It shall

be free of element which significantly affect the hydration reaction or

otherwise interfere with the hardening of mortar of concrete during curing

Potable water will be generally be found suitable for curing cement / lime

mortar or concrete.

4.0 FINE AGGREGATE (SAND) General

All fine aggregate shall conform to IS: 383 ( latest edition) and relevant

portion of IS:515 (latest edition ) directed by the Engineer.

Sand for use in concrete work shall be natural river sand shall be clean well

graded, hard, strong durable and gritty particles free from injurious

amounts of dust, clay, kankar, nodules, soft or flaky particles, shale, alkali,

salt organic matter, lam, mica or there detritus substances and shall be

approved by the Engineer. The maximum size of particles shall be limited to

5 mm ( about 3/16”). Organic impurities and other detritus substances as

laid down in IS :383 ( latest edition). It shall not contain detritus materials

The fine aggregate for cement mortar for masonry and first coat of plaster

should generally satisfy the following grading.

I.S. Sieve Percentage by Weight Passing Sieve 480 100 240 80 95 120 70 90 60 40 85 30 05 50 15 00 10

The fineness modulus shall not exceed 3.00

4.1 Gradations

The gradation of materials from any one source shall not vary in composition

beyond their range of value that governs, in selecting sources of supply. For

272

determining the degree of uniformity, determination of fitness modulus

shall be made upon representative sample furnished by the contractor from

such source as the proposes to use. Fine aggregate from any one source

having variation in fineness modulus greater than ±0.20 from the average

fineness modulus of the representative samples submitted by the contractor

shall be rejected or may be accepted subject such changes in the

proportion aggregate as the Engineer may direct

4.2 Storage

The fine aggregate should be stacked carefully on a clean, hard surface

so that it will not mixed up with detritus foreign materials.

5.0 Coarse Aggregate

Coarse aggregate shall consist of crushed or broken stones and be hard,

strong, dense, durable clear or proper gradation and free from skin and

coating likely to prevent proper adhesion of mortar. The aggregate shall

generally be cubical in shape and as far as possible flurry, elongated

pieces shall be avoided. It shall generally comply with the provision of IS

: 383 and IS:515 ( latest edition).

The maximum size of the aggregate may be up to 20 mm and well graded

between the sixes 5 mm to 20 mm in such proportions as to give

maximum density to the concrete. The maximum size should be as large

as possible within the above limit but should not exceed ¼ of the

minimum thickness of the member provided, however, this size present

no difficulty in the case of RCC to surround the reinforcement thoroughly

and fill up the corners of the form work satisfactorily. In the case of

general concrete work, a maximum size of 40 mm ( about 1/22’ ) is used

and in RCC work a maximum size of 20 mm (about 1 ¼”) will be found

satisfactory, but it should be restricted to 6 mm ( about ¼”) less than the

minimum lateral clear distance between bars or 6 mm ( about ¼”) less

than the cover, whichever is smaller.

273

The crushing strength of aggregate will be such as to allow the concrete

in which it is used to build up the specified strength of concrete.

Approximate range, in grading of coarse aggregate may be as required.

Grading tests shall be in the beginning and at change of surface of

machinery or type of metal. Where required by the Engineer, tests

indicated in IS: 368 and IS: 456 (latest edition) shall be got carried out in

an approved laboratory at the contractor’s cost to show the acceptability

of the material.

Coarse aggregate of a porous nature where absorption of water after 24

hours immersion in water, is more than 5 percent by weight, shall not be

used

Limit of deleterious substance shall not exceed those prescribed in IS :

515 ( latest edition)

5.1 Storage

The aggregate of different sizes shall be stored separately and handled in

such manner as to prevent intermixing of different sizes of aggregate

required separately for grading purposes. No foreign matter shall be

allowed to be mixed up with aggregated. If covered with dust etc. they

shall be washed clean before use.

6.0 MIXING

For all important woks concrete shall be mixed in mechanical mixer at

the site of work. Care shall be taken to see that the mixer or other

accessories are in first class working condition and maintained so

throughout the construction. Mixing shall be continued till there is

uniform colour is obtained and each individual article of the coarse

aggregate shall show a complete coating of mortar contain in its

proportionate amount of cement. In no case mixing shall be done for less

than 1 ½ minutes.

274

6.1 When hand mixing is permitted by the Engineer it shall be done on a

smooth water tight platform large enough to allow efficient turning over

of the ingredient of concrete before and after adding water. Mixing

platform shall be so arranged that no foreign materials shall be get mixed

water shall flow out.

6.2 The cement is required number of bags shall be placed in a uniform layer

on top of the measure quantity of fine aggregate required, also spread in

a layer of uniforms depth in the mixing platform. Dry sand and cement

shall then be mixed thoroughly by turning over to get a mixture of

uniform colour. Enough water then be added gradually through a rose and

the mass turned over till a mortar of required consistency is obtained.

The measured quantity of coarse aggregate shall then be placed on the

mixing platform and wetted and the mortar added and the entire mss

turned and returned until all the particles of the coarse aggregate are

fully covered with mortar and the mixture is of a uniform colour and

required consistency. In hand mixing quantity of cement shall be

increased by 5% above the specified

6.3 Concrete shall have a consistency such that it will be workable in the

required position and in the case of RCC flow around reinforcing steel

also.

6.4 For vibrated concrete slump shall range between 2.5 to 5 cm ( about 1 “

to 2”) For hand tamped concrete, slump shall range between 8 cm to 13

cm ) 3” t 5” according to the type and nature of the concrete item. The

sump shall be the latest permitted by workability. The slump shall be

determined as detailed in relevant IS code provisions and maintained

throughout the concreting operation of a member.

The concrete shall be placed in its final position and rammed, vibrated

and finished within 30 minutes of adding water to cement. Re-tempering

or remixing of partially hardened concrete shall not be permitted. Mixing

shall be done only by mechanical mixer.

275

6.5 Transporting

The concrete shall be handled from the place of mixing to the final

position as quickly as practicable by methods which will prevent

segregation and loss of ingredients. In no case shall the operation take

more than 15 minutes.

6.6 Placing

The concrete shall be placed into its final position, compacted and

finished within 30 minutes of mixing the water and before setting

commences. The method of placing shall be such as to avoid segregation.

Placing shall be done in balanced manner to avoid eccentric loads form

work.

As far as practicable the concrete for particular portion shall be done in

one continuous operation. The construction joints when required shall

made only where located on the plans or shown in the pouring schedule

unless otherwise approved by the Engineer. The joint shall be vertical

and shall be made by placing a bulk head at the joint. Before

commencing subsequent concreting, all loose particles, laitance etc. shall

be removed and the surface shall then be covered by thick cement slurry

as part of placement. Care shall be taken during the placing not to

disturb the forms or the reinforcement. Concrete compacted manually,

shall preferably be laid in layers of 51 cm to 20 cm ( about 6“ to 8”) the

layers being decided by the time lapse between the successive layers.

The time of laying one layer shall not exceed 30 minutes. The successive

layers shall commence within 30 minutes of laying first layer.

When work is to be resumed on a surface which has hardened, such a

surface shall be roughened and scrubbed with brushes to remove

laitance, care being taken to avoid dislodgment of coarse aggregate,

swept clean thoroughly wetted and covered with 6 mm (about 1”) thick

mortar layer composed of cement ad sand in the same proportion as the

cement and sand in the concrete for securing good bond.

276

The concrete shall be normally laid in the dry. If they are under water, it

shall be pumped dry and kept so while placing concrete and till it sets.

Where it is necessary to deposit concrete under water, it shall be done as

per relevant IS code provisions (latest edition). No extra payment will be

made for the special arrangements, plants, and etc. need for the purpose

or for the additional 10% cement required to be added.

7.0 COMPACTING

The concrete shall be thoroughly compacted during depositing to get a

dense concrete and thoroughly worked into the edges and corners of the

form work as also along its faces and around reinforcement in the case of

RCC by means of suitable tools such as spades and rods to get a good case

finished without honey combing. Concrete shall not disturb once it is set.

Concrete shall not be disturbed once it is set.

For important or big works where stiffer mix with less slump is adopted,

use of mechanical vibrators is essential. The vibrators shall have not less

than 3600 and preferably about 5000 impulses per minute and shall be

worked at an interval of about 60 cm (about 2”). It shall be worked in

one place for only such time as will also formation of dense concrete

without sinking and segregation of the coarse aggregate over vibration

shall be avoided.. Vibration shall be added by spreading and Roding.

Compaction shall necessarily be done by mechanical vibrators. No hand

compaction will be permitted except (I) to supplement vibration near the

edge and faces of forms, to fill the corners completely and to prevent

honey combing or (ii) in members where vibration is not possible nor

desirable in the opinion of the Engineer.

8.0 CURING

The contractor shall be initially protected for damage on account of impact,

undue pressure and excessive head of sub, rains etc. and covered with wet

of stacking Hessians or similar absorbent material soon after the initial set.

277

After the final set, the concrete shall be kept continuously wet preferably

by pounding water for period of not less than 14 days from the date of

placement . On Sunday, holidays and days of cessation of work,

arrangement shall be made to keep the concrete continuously watered.

Should the contractor fail to water the concrete continuously, the

Engineer may provide labour materials, and equipments required for

watering and recover the costs from the contractor. When atmospheric

temperature exceeds 40°C (104 °F) following precautions should be taken

1. Stacking aggregate under shade and keeping them moist

2. Using cold water

3. Reduce the time between mixing and placing to the minimum

4. Cooling form work by drinking water

5. Starting curing before concrete dries out

6. Restricting concreting to morning and evenings.

9.0 FINISHING

Immediately after the removal of forms and undulations, depressions,

cavities, honey combing broken edges or corners, high spots and other

defects shall be made good and finished with cement mortar 1:2. But the

necessity of such finishing must be exceptional and the total surface

requiring finishing shall not exceed 1% on a average. IF the initial

experience shows that this percentage is exceeded the method of

working itself should be changed to get the required cast finish.

Where the concrete surface is to receive plaster, the surface shall be

roughened immediately after removal of forms and within a day thereof

to secure a bold for the plaster. The rate for concrete is inclusive of this

roughening and finishing. Concrete after finishing shall be cured for the

full period

278

10.0 Re-tempering

Concrete shall be mixed only in such quantities as are required for

immediately use and any concrete which has developed initial set shall

not be re-tempered or remixed but shall be destroyed or thrown away.

13.0 Cement Plaster with Water Proof Compound

20 mm thick cement plaster with CM 1:3 proportion with waterproof

compound shall be provided to the container from inside (including roof

beams and roof slabs etc.)

14.0 M.S. Ladder

One numbers of M.S. ladder shall be provided and fixed to give access

into the tank through manhole in the roof slab. The ladder shall be

comprising of M.S. approved section placed at 45 cm, apart with M.S.

Bars of approved dia. in double rows as steps at 20 cm c/c. The ladder

shall be encased by C.C. at both the ends.

15.0 C.I. manhole frame and Cover

Providing and fixing of C.I. manhole frame and cover of best quality

having required size with locking arrangement weighing not less than 35

Kg. including 2 coats of anticorrosive paint etc.

16.0 Water Proof Cement Paint

Three coats of water proof cement paint of syntax mat manufacture and

approved colour scheme by the MJP shade to all outside portion of sump

etc. complete as directed Engineer-in-charge.

17.0 Epoxy Painting Providing and applying special epoxy paint of standard approved make in

two coats to the inside surface of the container and roof / floor slab, free

board including necessary scaffolding etc complete as directed.

279

18.0 PIPE 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 permission of Engineer-in-Charge. The pipes shall be lowered 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 on account of point loads.

19.0 FIXING SLUICE VALVES

The specification lays down the requirement for lowering, laying and

jointing Sluice valves.

1.0 PREPARATION

The sluice valves and tail pieces shall be examined before laying for

cracks and other flows. Only undamaged S.V. shall be used.

The sluice valve shall be operated and checked before laying.

All the four faces shall be thoroughly cleaned and coated with a thin

layer of mineral grease.

The tightening of gland shall be checked with a pair of inside calipers.

Clearance between the top of stuffing box and the underside of the gland

shall be uniform on all sides.

2.0 JOINTING MATERIALS

The contractor shall provide all the necessary jointing materials such as

nuts, bolts, rubber packing, white zinc, jute lead wool etc. at his cost.

All tools and plant required for installation of sluice valve shall be

provided by the contractor at his cost.

All the jointing materials shall be got approved from the Engineer-in-

charge before use.

280

The nuts and bolts shall be conform I.S.1364 and the rubber packing shall

conform I.S. 638.

3.0 INSTALLATION

The sluice valve shall be lowered into trenches carefully so that no part is

damaged during lowering operation. If necessary tail pieces shall be

fitted with sluice valve first outside the trench and then lowered into the

trench.

The rubber packing shall be three ply and of approved thickness. The

packing shall be of full diameter of the flange with necessary holes and

the sluice valve bore. It shall be even at both the inner and outer edge.

The flange faces shall be thoroughly greased. If flanges are not free the

contractor shall use thin fibers of lead.

After placing the packing, nuts and bolts shall be inserted and tightened

to make the joint. The valve shall be tightly closed being installed to

prevent any foreign materials from getting in between the working parts

of the valve.

Each flange bolt shall be tightened a little at a time taking care to

tighten diametrically opposite bolts alternately.

The sluice valve shall be installed in such a way that spindle shall remain

in truly vertical position.

The other end of the tail piece shall be fitted with pipes so that

continuous lines can work. Extra excavation necessary for facility of

lowering and fixing of sluice valve shall not be paid for.

4.0 TESTING

After installation of sluice valve the same shall be tested to 1.1/2 times

of is test pressure.

The joints of sluice valve shall with stand the test pressure of pipeline.

281

Defects noticed during test and operation of sluice valve shall be

rectified by the contractor at his own cost, without any extra claim, to

the entire satisfaction of the Engineer-in-charge.

20.0 B.B. MASONRY CHAMBER

The size of the chamber shall be as per requirement and as per direction

of Engineer –in-charge.

The tender item covers excavation required in wet and dry CC at bottom

on well rammed surface and B.B. masonry walls with inside cement

plaster and cement pointing from outside and CC coping on the top of

B.B. masonry. The work of CC and B.B. masonry shall be carried out as

per detailed specification of respective items. The covers shall be of

precast slab. This shall include the cost of reinforcement, concrete.

Precasting, curing, conveyance and fixing the RCC precast cover.

The work shall be carried out as per detailed drawing of the chamber

supplied by the Engineer in charge. The chamber shall be flush with road

surface and shall not cause any hindrance to the traffic.

282

OBLIGATORY CONDITIONS FOR R.C.C. SUMP.

The contractor will have to submit his tender on his own design, the basic

requirements such as capacity, bottom RL and FSL are obligatory. It is

further to point out that the water depth cannot be changed. Conditions

each sump. and the specification of various items as detailed below will

remain same of

1 Location Bhendipada Ambernath Booster Police Quarter Ambernath

Gaon

2 Capacity of sump 2.0 ML 1.5 ML 0.85 ML 0.10 ML

3 Type of Construction RCC M-300 RCC M-300 RCC M-300 RCC M-300

4 Shape Rectangular Rectangular Rectangular/Circular

Rectangular/Circular

5 Average G.L. at site 30.0 m 15.20 m 23.00 m 56.00 m

6 F.S.L. of sump 30.5 m 15.70 m 23.50 m 56.50 m

7 Bottom R.L. of sump 28.0 m 12.70 m 21.00 m 54.00 m

8 Levelling Course PCC M-150 PCC M-150 PCC M-150 PCC M-150

9 Size of M.H frame & cover

0.90 m X 0.60 m 0.90 m X 0.60 m 0.90 m X 0.60 m 0.90 m X 0.60 m

10 Plaster

20 mm thick in C.M. 1:3 from inside & outside with water proofing compound & epoxy painting from inside

20 mm thick in C.M. 1:3 from inside & outside with water proofing compound & epoxy painting from inside

20 mm thick in C.M. 1:3 from inside & outside with water proofing compound & epoxy painting from inside

20 mm thick in C.M. 1:3 from inside & outside with water proofing compound & epoxy painting from inside

11 Ladder M.S. ladder of 0.50 m width

M.S. ladder of 0.50 m width

M.S. ladder of 0.50 m width

M.S. ladder of 0.50 m width

12 Gallery at floor level

Width 1.2 m with G.I. pipe railing ( 3 rows of 25 mm G.I. pipe)

Width 1.2 m with G.I. pipe railing ( 3 rows of 25 mm G.I. pipe)

Width 1.2 m with G.I. pipe railing ( 3 rows of 25 mm G.I. pipe)

Width 1.2 m with G.I. pipe railing ( 3 rows of 25 mm G.I. pipe)

283

13 Vertical wall 0.20 m thick ( minimum )

0.20 m thick (minimum )

0.20 m thick ( minimum )

0.20 m thick ( minimum )

14 Floor slab of sump

RCC M-300 , to be designed for dynamic loading & vibrations

RCC M-300 , to be designed for dynamic loading & vibrations

RCC M-300 , to be designed for dynamic loading & vibrations

RCC M-300 , to be designed for dynamic loading & vibrations

15 Inlet, Outlet & overflow

400 mm dia M.S pipe

400 mm dia M.S pipe

400 mm dia M.S pipe

200 mm dia CIDF pipe

284

SCHEDULE OF PAYMENT FOR RCC SUMP

The item No.1 of R.C.C. sump is for complete unit of work, the schedule

of payment will be on lump sum basis at the percentage specified below.

1. Approval of design 2%

2. Excavation of sump 10%

3. PCC and bottom raft 20%

4. RCC work for vertical walls 20%

5. Sump floors slab 10%

6. Epoxy painting for sump 8%

7. Providing, fixing pipes and valves assembly, etc. 10%

8. Misc. Works, (Painting to exposed surface etc.) 10%

9. Hydraulic testing 10%

Total 100%

1) No change in percentage specified above shall accepted. Partial

completion of item as quoted above will not be considered for

payment in part.

2) 25% payment of concrete ,reinforcement & plastering items shall be withheld till satisfactory hydraulic testing.

Item No.2: Providing and supplying ISI standard mark C.I. double flanged pipes etc. complete.

The item shall be executed as per description of item in Schedule-B and

relevant IS specifications.

285

Mode of measurement and payment

The item shall be measured and paid on Rmt basis. 85% payment shall be

released after supply of pipes with manufacturers test report, 15% after

jointing and satisfactory hydraulic testing of pipe.

Item No-3:- Providing spirally welded M.S. pipes 1. Pipes to be supplied under this contract shall conform to IS: 3589,

5504:2001, Indian Standard for Electric Spirally welded steel pipes for

water, gas and sewage (subject to specific requirements given below).

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. The supply of M.S. pipes is for Bhendi pada & Ambernath booster sumps.

Location The destination will be as per directives of the Engineer-in-charge.

Specific Requirements a) Details of Supply Inner dia 400 mm

Thickness 10 mm

Test Pressure 10 Kg/Sqcm

I.S. Code: IS: 3589:2001, IS: 5504:2001, Fe. 410 MP, A Grade Steel

Method of Manufacture

a) Electrical resistance welded and Induction welded ERW

b) Electric Fusion (Arc) welded EFW

Applicable Standards (with Latest Edition)

Submerged are welded SAW

286

c) IS: 3589, IS: 5504:2001, Specification for electrically welded steel pipes

for water gas and sewerage. Arc welding of carbon and carbon

manganese steels, steel (Standard Quality).

d) IS: 2062:1980, Structural steel (fusion welding quality)

e) IS: 4711:1984, methods of sampling of steel pipes, tubes and fittings.

f) IS: 1894:1972, method of tensile testing of steel tubes. g) IS: 5822:1994, Code of Practice for laying and jointing M.S. pipes h) IS: 228:1994 IS: 1608:1995, IS: 2328:1983, IS: 3803:1989

Thickness

Though it is specified in IS: 3589:2001 no negative tolerance in thickness shall

be entertained. Only positive tolerance shall be accepted.

Straightness Finished pipe shall not deviate from straightness by more than 0.2% of the total

length or 6 mm which is lower.

Hydraulic pressure test Each pipe shall be hydraulically tested at manufacturer's works. The hydraulic

test pressure is calculated from the formula given below.

P = 2st D Where,

P = Test pressure in MPa

S = Stress in Mpa which is taken as 40% of the specified minimum tensile strength.

T = Specified thickness in mm D = Specified outside diameter in mm

287

Mode of Payment of Providing M.S. Pipes

85% immediately, after providing of pipes on site

15% after lowering, laying and jointing of pipes and satisfactory

hydraulic testing of the pipe line.

After laying the entire pipeline, if there is any surplus pipes which are

decided to be retained by the MJP., the 100% of the rate of supply shall

be payable after stacking properly in the MJP store within the project

area.

Item No-4: Providing & Fabricating M S Specials etc complete’

The scope or special specifications shall cover the following works under

the contract.

Providing, fabricating M.S. Plates for specials for works, testing etc. at

the Contractor’s factory and testing the pipes

Transporting of fabricated specials from contractor’s factory to laying

site or MJP’s store as directed

These specials (detailed hereafter) specifications supplement, Standard

Specifications for Civil Construction Works prepared by the MJP for

(Maharashtra Jeeven Pradhikaran)

DRAWINGS

Working drawings shall have to be prepared by the Contractor.

SUPPLY OF MATERIALS TO THE CONTRACTOR

The MJP will not supply M.S. Materials such as plates; flats etc. required

for the fabrication of pipes, specials appurtenances etc.

The conveyance of fabricated materials from workshop to site of work shall

be deemed to have been covered in the relevant items of fabrication of

pipes, specials etc. The contractor should note that the steel plates and

288

other structural steel required for fabrication of specials is to be procured

by him from open market at his cost. The contractor has to procure such

plates in several stages as the circumstances demand, or, as directed by

Engineer-in-Charge.

GENERAL

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 accompanying / or may be provided during execution.

a) One piece cut composite bends. b) Loose flange rings c) Stiffener rings. d) Pressure and non-pressure type blank flanges e) ‘Y’ branches and tees, f) Tapers, bends and wearing plates, dished manhole

WORKMANSHIP

Loose Flange Rings

Loose flange rings shall be cut of the plates of suitable thickness as

directed by the Engineer. In order to avoid the wastage of steel plates

shall be cut in maximum 4 segments, to form a complete ring when

welded together. Bolt 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

drawing whenever required.

Stiffener Rings

Stiffener rings shall be cut out of 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 sand shall be welded on the pipes as per

instructions of the Engineer-in-Charge.

289

Tapers

The tapers and bend shall be fabricated in one or more pieces as may be

necessary according to their lengths and sizes of plates available. These

shall have 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 specials 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. bends from the

available M.S. Pipes by cutting and welding the pipe pieces as required

including painting of specials fabricated with red oxide paint and a

covering coat of gray graphite paint. In such cases payment will be

proposed for cutting and welding operations under relevant item work

and payment will be made under this item.

MEASUREMENT AND PAYMENT

Fabrications of the various specials and appurtenances shall be measured

and paid under the relevant item in Schedule B on weight basis. These

items shall include the cost of supply of all labour, material and

machinery for fabricating theses and appurtenances as per specifications

and shall include all cost of materials and handling materials within the

fabrication yard stacking them properly in the yard, transporting from

factory to site, including loading, unloading and all other ancillary works

involved. Deductions for bolt holes shall not be made while computing

weight for payment. 85% payment will be made immediately after supply

290

of M.S. specials with test certificate. 15 % after satisfactory hydraulic

testing is given.

Item No-5: Providing and supplying ISI mark C.I. flanged S&S specials etc.

complete.

Providing and supplying ISI mark C.I. flanged S&S specials, including all

taxes (Central and local), railway freight, inspection charges, unloading

from railway wagon, loading into truck, transportation up to

departmental store/site of wok, unloading, stacking etc. complete.

Mode of measurement & payment

The item will be measured and paid on Kilogram Basis. 85% of the

payment Should be released after supply of specials at site and 15%

payment will be released after satisfactory hydraulic testing, is

completed.

Item No.6: Providing and supplying C.I.D.F. sluice valve etc. complete.

The contractor shall procure C.I.D.F Sluice valves with wheel as per

IS:2906-1969 and revised latest edition. Valves of PN-1 rating shall be

provided. Only Kirloskar, I.V.C., IVI, Durga, Mayur, make valves shall be

accepted.

Mode of measurement and payment

The item shall be measured and paid on per number basis. 85% payment

shall be released after supply of valves with manufacturers test report,

15% after jointing and satisfactory testing of valves.

Item No.7: Providing and applying Epoxy Paint (Coating)

Surface preparation for applying Epoxy Paint :- The Surface should be cleaned by wire brush, surface should be clean by

solvent degreasing and derusting by applying chemical method and

scaffolding if necessary.

291

The surface should be cleaned, dry, free from rust and mill scale, blast

cleaning should be done second quality BS:4232, minimum surface profile

not to exceed 100 microns. Where highly corrosive condition are exists,

blasting to first quality should be applied. Mill scale should be removed

for optimum performance. Remove all other contaminants, oil, grease

etc. by use on an aromatic solvent like xylol. The surface should be

clean and dry before priming.

Priming: Blast cleaned surface should be primed within four hours of

blasting.

Two coats of primer should be applied.

For airless spraying tip size 0.38 to 0.48 mm and pressure should be in

range of 110 to 150 Kg per square meter, and pump rating 23.1. It should

not be applied when temperature fall below 10 degree centigrade or

when relative humidity rises above 90% or during rain, fog or mist.

Brushes and spray equipment should be cleaned with thinner. For

conventional spraying use only standard equipments, providing pressure

2.5 to 3 kg. per square centimeters, stir base well before and after

adding catalyst.

Application of paint :- The paint should be equivalent such as Dr.Bake, Krishna, Conchem, Asian

Paint, Atul Limited, Berger Paint. Epoxy primer 50 to 60 microns thick and

covering two coats of 30 microns thick each should be applied new M.S.

Pipe as per instructions given by Manufacturer. For airless spraying tip size

0.61 mm and pressure should be in range of 110 to 160 Kg per square

centimeters, with pump ration 23:1. After mixing base & catalyst the

mixture should be allowed to mature for 30 minutes before being used.

Due health and safety care of labour and painter, should be taken by

contractor.

Testing :- Epoxy paint should be tested as per standards and results should be

submitted to MJP at agency’s own cost.

292

Mode of measurement and payment. Payment will be made on Sqm. basis after satisfaction of Engineer-in-

charge. 90% payment proposed against completion of paint work

satisfactory and 10% cost of work shall be retained till laboratory &

Manufacturer test certificate.

293

MAHARASHTRA JEEVAN PRADHIKARAN

MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, PANVEL

MAHARASHTRA JEEVAN PRADHIKARAN W.M. DIVISION , AMBERNATH

NAME OF WORK: Augmentation to Ambernath Water Supply Scheme, Tal. Ambernath, Dist. Thane Construction of C.C. weir at Chikhloli Dam, Designing,

constructing & commissioning 7.20 ML capacity WTP at Chikhloli, lowering, laying and jointing D.I.K-7/K-9 pipes for rising main/gravity main/distribution system, construction of R.C.C. sump and pump house, construction of 8 nos. of RCC ESRs at various places with compound wall, construction of Consumer Redressal Centre with computerization, Railway crossing work, Repairs to Belivali MBR etc. complete.

ITEMWISE DETAILED SPECIFICATIONS SUB WORK NO.3: CONSTRUCTION OF RCC PUMP HOUSE OVER SUMP WELL AT

BHENDIPADA,AMBERNATH BOOSTER, POLICE QUARTER & AMBERNATH GAON

The contractor shall quote his offer in Schedule ‘B’ for the complete

work of constructing Pump House to be carried out as per his own design based

on given date i.e. he shall tender the offer in Schedule ‘B’ for construction of

required size with his own design and drawings. The design shall be got checked

from the institutes like Govt. Engineer College. Ramarks shall be complied and

scrutiny charges shall be borne by the contractor.

1. The structural design of pump house shall conform to the following

standard specification and codes of practice of IS.

a) IS:456 Code of practice for plain and reinforced concrete (latest

edition)

b) IS:875 Code of practice for structural safety of building loading

standards. (Latest edition).

c) IS:3370 (Para I to IV) Code of practice for concrete structures of

storage of liquids. (Latest edition).

294

2. Following shall be the minimum thickness of various members of the

pump house.

Roof slab of pump house 120mm

Pump floor slab 200mm

Column 300mm

Beam 450mm

3. Pump House over pure water sump should have adequate area as per the

requirement to accommodate pumps.

4. The head room of minimum 6.50m with Ventilation of minimum 20%

5. The RCC frame structure including RCC columns, beams, lintels, Chajja,

slab in CC M-250 as per approved design including cost of reinforcement

bar, as per IS:13620-993 shall be used.

6. Water proofing treatment should be given to top slab of pump house.

7. The B.B. masonry wall of minimum thickness 23 cm in CM 1:6 with the

specification lays down the requirements for B.B. Masonry 1st class in

cement mortar of specified proportion required for various structures,

including necessary scaffolding, watering etc. The specifications shall

conform to IS: 2212-1991 its latest revision.

8. Rolling shutter fabricated from 18 gauge steel laths with side guides and

bottom rails, brackets, doors suspension shaft, rolling springs, lacking

arrangements and housing at the top, including mechanical gear

arrangement and painting should be provided as per the general

specification or as directed by Engineer-in-charge.

295

9. Powder coated aluminum windows fully glazed with M.S. grill as per PWD

Standard Specifications (Revised) and as the general specification as

directed by Engineer-in-charge.

10. 20mm thick sand faced cement plaster in CM 1:4 from outside and 12mm

thick from inside with neeru finish should be provided as per the general

specification as directed by Engineer-in-charge.

11. Snowcem painting, distempering and anti termed treatment should be

provided as per the general specification as directed by Engineer-in-

charge.

12. Shahabad stone Flooring shall be provided of 50mm thick Shahabad stone

with M-100 bedding as per the general specification as directed by

Engineer-in-charge.

13. The arrangement of cable tray trench, location of panel board, etc. as

per approved drawing.

14. The pump house columns shall be designed with corbels for 3 tons gantry.

The corbels should be provided at such height so that after installation of

gantry there will be sufficient working space between gantry and bottom

of roof beam.

15. For design of pump house floor, the impact factor should considered as

per pumping machinery to be provided, including Bowl assembly, pump,

motors and discharge head base frame, sole plate, column assembly

(including weight of water)

16. Painting the letter as directed in “Devnagari” such as the location,

capacity and other details on the pump house with oil paint of approved

colour and shade as given below.

296

These letters should be of size 0.60 x 0.45 m of approved colour and

shade including cost of all required materials for painting and preparing

the surface to receive paint including scaffolding if necessary etc.

complete as directed.

MATERIALS REQUIRED FOR CONSTRUCTION 1. Sand, Metal and Bricks

Sand, metal and bricks of best quality. Will be insisted. Samples of

these will have to be got approved from Engineer-in-charge prior to use

on work.

2. Cement

L & T / Ambuja / ACC/Birla Gold brand of 43 grade in jute/polyethylene

bags (weighing 50 Kg each) shall be used for all water retaining

structures.

3. Reinforcement

The steel to be used shall be grade Fe.415 as per design. The contractor

shall have to procure the steel from open market. The steel procured by

contractor shall be tested and the contractor shall produce

manufacturer’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 Maharashtra Jeevan Pradhikaran. The reinforcement are

to be provided with Fusion Bonded Epoxy paint. Defective steel brought

by contractor shall be rejected and will not be allowed to be used. Test

certificate stating the chemical composition and characteristics of the

product.

At least 3 samples of each diameter should be tested from every 5 ton or

part thereof. Tested lots only will be permitted to be used.

297

4. Concrete

The RCC works shall be as per IS 456-2000 or latest edition. Concrete mixer shall be used for preparing concrete. Vibrator shall be used to consolidate concrete while placing in position.

While concreting, respective samples in form of test cubes shall be taken

by the contractor under Maharashtra Jeevan Pradhikaran Supervisor and

shall be tested under his supervision. Charges of testing shall be borne

by the contractor.

Requirement of Materials 1. Cement shall be Ordinary Portland Cement

The measurement of proportion of cement should normally be on the

basis of weight and whole bags, each undisturbed and sealed 50 Kg bag

being considered equivalent to 35 liters (1.2 Cuft.) in volume. When part

bag is required, cement shall be taken by weight. Care should be taken to

see that each bag contains full quantity of cement.

Tests

When tests are considered necessary, they shall be carried out as

indicated in IS : 269. The contractor should ensure that the cement is of

sound and required quality before using

2 Storage

Cement required for use shall be as fresh as possible and stored on planks

raised 15 to 20 cms ( about 6” to 8”) above the floor and stacked 30 cm (

about 12” ) away from the walls in suitable closed weather proof

buildings at the work site or at the selected approved site, in such a

manner as to prevent deterioration by dampness or moist atmosphere or

instruction of foreign matter..)

298

2.1 Any cement which has deteriorated, baked or which has been damaged

shall not be used. Cement that is condemned shall be immediately

removed from the work site.. Ordinary cement stored for more than 2

months from the date of receipt from the factory shall be subjected to

test and used only if found satisfactory.. Cement shall be kept in a store

under double locking arrangement so that it can be taken our or fresh

stock admitted with the knowledge of supervising staff of the

Department.

3.0 WATER 3.1 Water for mixing cement lime mortar or cement lime concrete shall not

be salty or brackish and shall be clean, reasonably clear and free from

objectionable quantities of silt and tracers of oil, acid injurious alkali,

salts, organic matter and other detritus material which will either waken

the mortar or concrete or cause efflorescence or attack the steel in RCC.

Water shall be obtained from sources approved by the Engineer.

3.2 Water for curing cement / lime mortar of concrete

Water for curing mortar or concrete should not be too acidic or too

alkaline. It should a have a pH value ranging between 4.5 to 8.5. It shall

be free of element which significantly affect the hydration reaction or

otherwise interfere with the hardening of mortar of concrete during

curing.

Portable water will be generally be found suitable for curing cement /

lime mortar or concrete.

4.0 FINE AGGREGATE (SAND) General

All fine aggregate shall conform to IS: 383 ( latest edition) and relevant

portion of IS:515 (latest edition ) directed by the Engineer.

299

Sand for use in concrete work shall be natural sand shall be clean well

graded, hard, strong durable and gritty particles free from injurious

amounts of dust, clay, kankar, nodules, soft or flaky particles, shale,

alkali, salt organic matter, lam, mica or there detritus substances and

shall be approved by the Engineer. The maximum size of particles shall

be limited to 5 mm ( about 3/16”). Organic impurities and other detritus

substances as laid down in Is :383 ( latest edition). It shall not contain

detritus materials

The fine aggregate for cement mortar for masonry and first coat of

plaster should generally satisfy the following grading.

I.S. Sieve Percentage by Weight Passing Sieve

480 100 240 80 95 120 70 90 60 40 85 30 05 50 15 00 10

The fineness modulus shall not exceed 3.00 4.1 Gradations

The gradation of materials from any one source shall not vary in

composition beyond their range of value that governs, in selecting

sources of supply. For determining the degree of uniformity,

determination of fitness modulus shall be made upon representative

sample furnished by the contractor from such source as the proposes to

use. Fine aggregate from any one source having variation in fineness

modulus greater than ±0.20 from the average fineness modulus of the

representative samples submitted by the contractor shall be rejected or

may be accepted subject such changes in the proportion aggregate as the

Engineer may direct

300

4.2 Storage The fine aggregate should be stacked carefully on a clean, hard surface

so that it will not mixed up with detritus foreign materials.

5.0 Coarse Aggregate Coarse aggregate shall consist of crushed or broken stones and be hard,

strong, dense, durable clear or proper gradation and free from skin and

coating likely to prevent proper adhesion of mortar. The aggregate shall

generally be cubical in shape and as far as possible flurry, elongated

pieces shall be avoided. It shall generally comply with the provision of IS:

383 and IS:515 ( latest edition).

The maximum size of the aggregate may be up to 20 mm and well graded

between the sixes 5 mm to 20 mm in such proportions as to give

maximum density to the concrete. The maximum size should be as large

as possible within the above limit but should not exceed ¼ of the

minimum thickness of the member provided, however, this size present

no difficulty in the case of RCC to surround the reinforcement thoroughly

and fill up the corners of the form work satisfactorily. In the case of

general concrete work, a maximum size of 40 mm ( about 1/22’ ) is used

and in RCC work a maximum size of 20 mm (about 1 ¼”) will be found

satisfactory, but it should be restricted to 6 mm ( about ¼”) less than the

minimum lateral clear distance between bars or 6 mm ( about ¼”) less

than the cover, whichever is smaller.

The crushing strength of aggregate will be such as to allow the concrete

in which it is used to build up the specified strength of concrete.

Approximate range, in grading of coarse aggregate may be as required.

301

Grading tests shall be in the beginning and at change of surface of

machinery or type of metal. Where required by the Engineer, tests

indicated in IS: 368 and IS: 456 (latest edition) shall be got carried out in

an approved laboratory at the contractor’s cost to show the acceptability

of the material.

Coarse aggregate of a porous nature where absorption of water after 24

hours immersion in water, is more than 5 percent by weight, shall not be

used

Limit of deleterious substance shall not exceed those prescribed in IS :

515 ( latest edition)

5.1 Storage The aggregate of different sixes shall be stored separately and handled in

such manner as to prevent intermixing of different sixes of aggregate

required separately for grading purposes. No foreign matter shall be

allowed to be mixed up with aggregated. If covered with dust etc. they

shall be washed clean before use.

6.0 MIXING For all important woks concrete shall be mixed in mechanical mixer at

the site of work. Care shall be taken to see that the mixer or other

accessories are in first class working condition and maintained so

throughout the construction. Mixing shall be continued till there is

uniform colour is obtained and each individual article of the coarse

aggregate shall show a complete coating of mortar contain in its

proportionate amount of cement. In no case mixing shall be done for less

than 1 ½ minutes.

6.1 When hand mixing is permitted by the Engineer it shall be done on a

smooth water tight platform large enough to allow efficient turning over

of the ingredient of concrete before and after adding water.

302

Mixing platform shall be so arranged that no foreign materials shall be get

mixed water shall flow out.

6.2 The cement is required number of bags shall be placed in a uniform layer

on top of the measure quantity of fine aggregate required, also spread in

a layer of uniforms depth in the mixing platform. Dry sand and cement

shall then be mixed thoroughly by turning over to get a mixture of

uniform colour. Enough water then be added gradually through a rose and

the mass turned over till a mortar of required consistency is obtained.

The measured quantity of coarse aggregate shall then be placed on the

mixing platform and wetted and the mortar added and the entire mss

turned and returned until all the particles of the coarse aggregate are

fully covered with mortar and the mixture is of a uniform colour and

required consistency. In hand mixing quantity of cement shall be

increased by 5% above the specified.

6.3 Concrete shall have a consistency such that it will be workable in the

required position and in the case of RCC flow around reinforcing steel

also.

6.4 For vibrated concrete slump shall range between 2.5 to 5 cm ( about 1 “

to 2”) For hand tamped concrete, slump shall range between 8 cm to 13

cm ) 3” t 5” according to the type and nature of the concrete item. The

sump shall be the latest permitted by workability. The slump shall be

determined as detailed in relevant IS code provisions and maintained

throughout the concreting operation of a member.

The concrete shall be placed n its final position and rammed, vibrated

and finished within 30 minutes of adding water to cement. Re-tempering

or remixing of partially hardened concrete shall not permitted. Mixing

shall be done only by mechanical mixer

303

6.5 Transporting

The concrete shall be handled from the place of mixing to the final

position as quickly as practicable by methods which will prevent

segregation and loss of ingredients. In no case shall the operation take

more than 15 minutes

6.6 Placing

The concrete shall be placed into its final position, compacted and

finished within 30 minutes of mixing the water and before setting

commences. The method of placing shall be such as to avoid segregation.

Placing shall be done in balanced manner to avoid eccentric loads form

work.

As far as practicable the concrete for particular portion shall be done in

one continuous operation. The construction joints when required shall

made only where located on the plans or shown in the pouring schedule

unless otherwise approved by the Engineer. The joint shall be vertical

and shall be made by placing a bulk head at the joint. Before

commencing subsequent concreting, all loose particles, laitance etc. shall

be removed and the surface shall then be covered by thick cement slurry

as part of placement. Care shall be taken during the placing not to

disturb the forms or the reinforcement. Concrete compacted manually,

shall preferably be laid in layers of 51 cm to 20 cm ( about 6“ to 8”) the

layers being decided by the time lapse between the successive layers.

The time of laying one layer shall not exceed 30 minutes. The successive

layers shall commence within 30 minutes of laying first layer.

When work is to be resumed on a surface which has hardened, such a

surface shall be roughened and scrubbed with brushes to remove

laitance, care being taken to avoid dislodgment of coarse aggregate,

swept clean thoroughly wetted and covered with 6 mm (about 1”)

thick mortar layer composed of cement ad sand in the same

304

proportion as the cement and sand in the concrete for securing good

bond.

The concrete shall be normally laid in the dry. If they are in under

water, it shall be pumped dry and kept so while placing concrete

and till it sets. Where it is necessary to deposit concrete under

water, it shall be done as per relevant IS code provisions (latest

edition). No extra payment will be made for the special

arrangements, plants, etc. need for the purpose or for the

additional 10% cement required to be added.

7.0 COMPACTING

The concrete shall be thoroughly compacted during depositing to get

a dense concrete and thoroughly worked into the edges and corners

of the form work as also along its faces and around reinforcement in

the case of RCC by means of suitable tools such as spades and rods

to get a good case finished without honey combing. Concrete shall

not disturb once it is set. Concrete shall not be disturbed once it is

set.

For important or big works where stiffer mix with less slump is

adopted, use of mechanical vibrators is essential. The vibrators shall

have not less than 3600 and preferably about 5000 impulses per

minute and shall be worked at an interval of about 60 cm ( about

2”). It shall be worked in one place for only such time as will also

formation of dense concrete without sinking and segregation of the

coarse aggregate over vibration shall be avoided.. Vibration shall be

added by spreading and Roding.

Compaction shall necessarily be done by mechanical vibrators. No

hand compaction will be permitted except (I) to supplement

vibration near the edge and faces of forms, to fill the corners

305

completely and to prevent honey combing or (ii) in members where

vibration is not possible nor desirable in the opinion of the Engineer.

8.0 CURING

The contractor shall be initially protected from damage on account

of impact, undue pressure, excessive head of sub, rains etc. and

covered with wet of stacking Hessians or similar absorbent material

soon after the initial set. After the final set, the concrete shall be

kept continuously wet preferably by pounding water for period of

not less than 14 days from the date of placement. On Sunday,

holidays and days of cessation of work, arrangement shall be made

to keep the concrete continuously watered.

Should the contractor fail to water the concrete continuously, the

Engineer may provide labour materials, and equipments required for

watering and recover the costs from the contractor. When

atmospheric temperature exceeds 40°C (104 °F) following

precautions should be taken

1. Stacking aggregate under shade and keeping them moist

2. Using cold water

3. Reduce the time between mixing and placing to the minimum

4. Cooling form work by drinking water

5. Starting curing before concrete dries out

6. Restricting concreting to morning and evenings. 9.0 FINISHING

Immediately after the removal of forms and undulations, depressions,

cavities, honey combing broken edges or corners, high spots and

other defects shall be made good and finished with cement mortar

1:2. But the necessity of such finishing must be exceptional and the

total surface requiring finishing shall not exceed 1% on a average. IF

the initial experience shows that this

306

percentage is exceeded the method of working itself should be

changed to get the required cast finish.

Where the concrete surface is to receive plaster, the surface shall be

roughened immediately after removal of forms and within a day thereof

to secure a bold for the plaster. The rate for concrete is inclusive of this

roughening and finishing. Concrete after finishing shall be cured for the

full period.

10.0 Re-tempering

Concrete shall be mixed only in such quantities as are required for

immediately use and any concrete which has developed initial set shall

not be re-tempered or remixed but shall be destroyed or thrown away.

307

OBLIGATORY CONDITIONS FOR PUMP HOUSE The contractor will have to submit his tender on his own design, the basic

requirements such as size and height of pump house is obligatory. Conditions

and the specification of various items as detailed below will remain same of

each Pump House.

1 Location Bhendipada Ambernath Booster Police Quarter Ambernath Gaon

2 Size of pump House

12.0 m x 8.0 m 8.0 m x 8.0 m 8.0 m x 8.0 m6.0 m x 4.0 m

3 Clear Height of pump House

6.50 m 6.50 m 6.50 m 4.50 m

4 Construction RCC framed structure with 23 c.m. thick B.B. masonry walls in C.M. 1:6

RCC framed structure with 23 c.m. thick B.B. masonry walls in C.M. 1:6

RCC framed structure with 23 c.m. thick B.B. masonry walls in C.M. 1:6

RCC framed structure with 23 c.m. thick B.B. masonry walls in C.M. 1:6

5 Top R.L. of pump house

38.00 m 23.20 m 31.00 m 62.00 m

6 Opening in the floor level of pump House

1 x 1 m covered with holding M.S. grating

1 x 1 m covered with holding M.S. grating

1 x 1 m coveredwith holding M.S. grating

1 x 1 m covered with holding M.S. grating

7 Corbel beam beam size 0.6 x 0.9m

beam size 0.6 x 0.9m

beam size 0.6 x0.9 m

beam size 0.45x 0.6 m

8 Rolling Shutter

2.5 m x 3.0 m - 1 No.

2.5 m x 3.0 m - 1 No.

2.5 m x 3.0 m -1 No.

2.5 m x 3.0 m -1 No.

9 Three track aluminium windows

2.0 m x 1.4 m - 8 Nos

2.0 m x 1.4 m - 6 Nos

2.0 m x 1.4 m -6 Nos

2.0 m x 1.4 m -6 Nos

10 Lintel ( R.C.C. )

Over rolling Shutter & windows

Over rolling Shutter & windows

Over rolling Shutter & windows

Over rolling Shutter & windows

11 Chajja (R.C.C.)

Over rolling Shutter & windows of size 0.6 m

Over rolling Shutter & windows of size 0.6 m

Over rolling Shutter & windows of size0.6 m

Over rolling Shutter & windows of size 0.6 m

12 Flooring Polished Shahabad flooring of 55 X 55 cm in size

Polished Shahabad flooring of 55 X 55 cm in size

Polished Shahabad flooring of 55 X 55 cm in size

Polished Shahabad flooring of 55 X 55 cm in size

308

13 M.S. grill Work

for window for window for window for window

14 Plaster 20 mm thick in C.M. 1:3 from inside & outside

20 mm thick in C.M. 1:3 from inside & outside

20 mm thick in C.M. 1:3 from inside & outside

20 mm thick inC.M. 1:3 from inside & outside

15 Painting Inside- Oil bound Distemper Out side- Water proof Cement Paint

Inside- Oil bound Distemper Out side- Water proof Cement Paint

Inside- Oil bound Distemper Out side- Water proof Cement Paint

Inside- Oil bound Distemper Outside- Water proof Cement Paint

309

SCHEDULE OF PAYMENT FOR PUMP HOUSE

The item of pump house is for complete unit of work. The schedule of

payment will be on lump sum basis at the percentage specified below.

1. Approval of design 2% 2. Completion of RCC work upto beams 10% 3. Beams and roof slab 25% 4. Completion of brick work 10% 5. Doors, windows 15% 6. Plastering and painting (Inside-Outside) 15% 7. Flooring 15% 8. Misc. Works 8%

Total 100%

No change in percentage specified above shall accepted. Partial

completion of item as quoted above will not be considered for

payment in part.

310

MAHARASHTRA JEEVAN PRADHIKARAN

MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, PANVEL

MAHARASHTRA JEEVAN PRADHIKARAN W.M. DIVISION , AMBERNATH

NAME OF WORK: Augmentation to Ambernath Water Supply Scheme, Tal. Ambernath, Dist. Thane Construction of C.C. weir at Chikhloli Dam, Designing,

constructing & commissioning 7.20 ML capacity WTP at Chikhloli, lowering, laying and jointing D.I.K-7/K-9 pipes for rising main/gravity main/distribution system, construction of R.C.C. sump and pump house, construction of 8 nos. of RCC ESRs at various places with compound wall, construction of Consumer Redressal Centre with computerization, Railway crossing work, Repairs to Belivali MBR etc. complete.

ITEMWISE DETAILED SPECIFICATIONS

Sub Work No.4: Lowering, laying and jointing Rising Main to Narayan nagar &

Sai section ESR in Ambernath town. Item No. 1 - Providing and supplying D. I. Flanged, S&S Specials etc complete.

Item shall be carried out as per detailed specification of Item No 1

of Sub work No.7.

Item No -2:- Providing and supplying M S Specials etc complete.

Item shall be carried out as per detailed specification of Item No 2

of Sub work No.7.

Item No 3:- Providing and supplying ISI mark Sluice valves etc complete

Item shall be carried out as per detailed specification of Item No 3

of Sub work No.7.

Item No 4:- Supplying C I Mechanical Compression Collar Coupling (Jiffy

Joints)

Item shall be carried out as per detailed specification of Item No 4

of Sub work No.7.

311

Item No 5:- Providing, Fixing and jointing in position C I Air valve

combination type (Kinetic Air Valve along with Autometic Air Valve) etc complete

WORK UNDER THIS CONTRACT

The Air valves to be provided and installed under this contract shall

confirm to the latest draft specification issued by Bureau of Indian

Standards. These valves will be inspected by third party. The Pradhikaran

reserves its right to check the technical details of the valves to modify

the technical requirements and the contractor will have to provide the

valves accordingly.

INSTRUCTION MANUAL

The contractor shall furnish 3 copies of the manual. The manual shall

cover technical literature, instructions, regarding lubrication assembly,

dismantling of the valves and accessories, preventing maintenance,

illustrative sketches, drawings, spare parts, material, specification chart,

etc.

PACKING AND HANDLING

The contractor shall dispatch from the manufacturer’s works goods

adequately protected to prevent damage and deterioration during

transportation and storage, etc. The packing is to be quite robust to

withstanding rough handling during the transit by road/ rail/ sea and

storage. .

The contractor shall use proper handling equipment or follow suitable

handling method as approved by the Engineer to unload the materials at

the delivery site to prevent damage to the goods and Equipments.

312

GUARANTEE

The contractor shall repair or replace without charges, all materials and

equipment which fail to perform in a normal, proper or specified

manner for a period of 24 months after final acceptance of the works

and shall repair and replace all materials and equipments damaged by

breakages and other faults.

SPARE PARTS, TOOLS

The tenderer shall prepare a list of spare parts, tools which they

consider to be adequate for five years normal operation, and shall

furnish the current unit prices for such spares, tools, the prices of the

spares and tools shall not be considered for evaluation purposes,

unless otherwise spares and tools are specified in the Bill of

Quantities.

The detailed description of spare parts and tools shall be furnished. The

owner will decide which of these spares and tools are required to be

procured.

TESTS OF SAMPLES

The contractor shall provide to the Engineer three certified copies of

abstract of the result of various tests as specified by the Engineer or

as in the relevant IS.

When required by the Engineer or any other inspecting agency (third

party inspection) authorized by the Owner, the contractor shall

provide test samples of all or any materials used in the manufacture of

the goods and shall carry out any physical tests on the said materials

as may be directed by Engineer/Inspecting Agency at the place of

manufacture or at a laboratory approved by the Engineer and shall

provide to the Engineer within seven (7) days of each test, three

certified copies of the results of the analysis or tests.

313

Approval by the Engineer as to the placing of orders for materials or

as to sample or tests shall not prejudice any of the owners rights under

the contract.

TEST CERTIFICATES

Certificates approved by the Executive Engineer of MJP in triplicate shall

be provided by the contractor for each complete item of the goods

supplied giving the process of manufacture and the results of the

specified tests. Similar certificate in triplicate shall be provided by the

contractor in respect of materials to be used in the manufacture of the

tools and the results of the specified tests.

INDEPENDENT AND LOCAL TESTS

The Engineer/Inspecting Agency, (third part inspection) reserves the

right to carry out any independent or local tests he/it may deem fit.

Any samples of materials which may be required for such tests shall be

provided by the Contractor at no extra cost to the Owner.

The cost of making any such independent tests shall be borne by the

Owner, unless it is shown that the workmanship or materials under

tests are not in accordance with the specifications in which case the

cost of the test shall be borne by the Contractor.

Any material, workmanship or completed items of goods, which are

shown by such independent tests to be not in accordance with the

specifications shall be rejected notwithstanding any previous certificate

which may have been provided.

All valves shall be tested hydraulically to test pressure as per

specifications in IS or 10 Kg/Sqcm, whichever is higher.

314

FIXING OF AIR VALVES

All types of Air valves required for work are to be supplied by the

contractor. The materials supplied shall be flanged as per requirement.

The valves are to be carted to the site from supply place, lowered in the

trenches and jointed to the pipe line as directed with cost of all jointing

materials, such as lead, rope, rubber packing, nut bolts, fire wood etc.

and the labour cost, which is included in the tender item. The joints may

be either screwed flanged or S/S lead joints depending upon the nature

of valves supplied and contractor shall have no extra claims of any

particular type of joint required to be done. The required number

jointing for fixing these valves is included in the tender item.

Mode of Measurement and Payment

The item will be measured and paid per number basis. 85% Payment shall

be released after supply and fixing of joints at site and 3rd party

inspection report and 15% after satisfactory hydraulic testing is

completed.

Item No.6 – Excavation for pipe trenches in average all types of strata of

earth, soil of all types, sand, gravel, soft murum, hard murum with boulders, soft rock, hard rock by mechanical chiseling & all means … etc. complete.

Item shall be carried out as per detailed specification of Item No 6

of Sub work No. 7.

Item No.7 – Filling in plinth and floors murum bedding in trenches etc. complete. Item shall be carried out as per detailed specification of Item No 7

of Sub work No. 7.

Item No.8 – Refilling the trenches etc. complete.

Item shall be carried out as per detailed specification of Item No

8 of Sub work No. 7.

315

Item No.9 - Providing and laying Plain cement concrete(M-15) ---etc

complete

Item shall be carried out as per detailed specification of Item No

9 of Sub work No. 7.

Item No.10 - Providing and laying Reinforced cement concrete (M-20) for thrust block/Anchor block ---etc complete

CONCRETE PROPORTION a) Proportions of concrete for types of work

M-200- RCC for footing, thrust blocks, anchor blocks, chairs and

encasing of pipes... etc.

b) General specifications of this work shall be as per standard

specification of Public Works Department, latest edition,

Section BdF-3 Page No 298.

c) Whenever concrete is to be laid in trenches, the trench shall be

cleaned, and watered before placing. The sub- soil water which is

met shall be removed and the trench shall be kept dry during and

after 2 hours of placing concrete.

d) The RCC designs for thrust block, anchor blocks, anti buoyancy

blocks, etc. shall have to be got approved from Engineer-in-

charge.

2. MODE OF MEASUREMENT AND PAYMENT The tender rate shall be for one cubic meter of concrete. The

concrete shall be measured for its length, breadth and depth

limiting dimensions to those specified in drawing or as per

direction of Engineer- in-Charge.

The damages to concrete during laying of pipe line shall be

rectified free of cost.

316

The rate for the concrete includes all labour, material,

centering, shuttering, curing etc. all leads and lifts.

10% amount will be withheld till satisfactory hydraulic testing is

given; mixing of concrete shall be done with concrete mixers.

a) The contractor will make his own arrangement for receiving

all material, tools etc. required for the work. b) No extra charges for the carriages of water will be allowed. c) The rates for all items are inclusive of all charges such as

carting, lifting etc.. No extra payment for any lead and lifts will be paid for any item.

d) The contractor should not be Sublette without written

permission of the Engineer-in-Charge.

Item No.11: Providing and fixing in position steel bar Reinforcement etc

complete

The item provides for supply of tor steel bars, cutting, bending,

binding with M.S. wire and placing in position, for reinforcement in

the RCC.

Tor steel bars shall confirmed to Specification Bd.F-17 Page No 306

of Standard Specification of Public Works Department latest

edition.

The binding wire shall confirm to Standard Specification of Public

Works Department latest edition.

Bending reinforcement shall confirm accurately to the dimensions

and shapes in the details drawings (approved) or as directed by the

Engineer-in-Charge.

Bars shall be bend cold only. In no way bending by heat will be

allowed. Bars with kinks, bends or cracks shall not be used.

317

Details of length, size, laps and bending diagram shall be got

approved by the Engineer-in-Charge.

As far as possible full lengths of bars shall be placed as per drawing

details. When full lengths are not available, bars are Splices only

after written permission of Engineer-in-charge. Splices shall be

staggered and in tension zone shall be avoided strictly. Bars shall

be lapped as specified in latest IS: 456 with due regards to the

grade of concrete.

All reinforcement shall be accurately placed in position with

spacing and cover shown in detailed drawing and firmly held

during the placing and setting of concrete. Bars shall be tied at

all intersections. Binding wire of 1.63mm or 1.2mm diameter

(about 16 or 18 gauge) shall be used. Spacing of the bars shall be

maintained by means of stays, blocks ties, spacers, intervals so

that bars will not be displaced during placing. Vibrating or

compacting concrete. Placing bars for reinforcement on a layer of

fresh concrete as the work progress will not be permitted. The

use of pieces of broken stones or bricks or wooden blocks for

Layers of bars shall be separated by precast cement blocks, spacer

bars or other devices.

Full details of numbers, sizes, lengths, weights, laps, welds, spacing

of bars placed in position in different parts of the work shall be

recorded by the contractor and certified and signed by the

Engineer-in-charge or his representative to show that all

reinforcement has been placed correctly as per sanctioned drawing

or has directed by the Engineer-in-charge in writing, before

placing concrete. No concrete shall be placed in position until

the Engineer or his representative has inspected and certified the

correctness of reinforcement, recording the steel measurements

and has given permission in writing to place concrete. After

318

approval of reinforcement as above, it will be the contractor's

responsibility to see that the spacing of reinforcement and

arrangements are not tampered with in any way before or during

concreting.

If the Contractor has to supply his own steel, he shall produce the

test certificate. In addition, actual test shall be carried out

according to IS:432:1966 in an approved laboratory and the cost

of test shall be borne by the contractor, including all transport

etc.

This Items Includes

Cost of labour, material, use of tools, plant and tackle and

other incidental items to complete the work satisfactorily.

Supplying, conveying, cleaning, cutting, bending, binding with

(1.63 mm or 1.22 mm diameter) (16 to 18 gauge) wire on spot,

welding and placing reinforcement in position and maintaining it

clean and in position till the concrete is laid.

Cost of sampling and testing, as required. In no case any foreign

material e.g. oil, grease, etc. Which prevent bonding between

steel and concrete shall remain on steel bars during placing of

concrete.

2. MODE OF MEASUREMENT AND PAYMENT The tender rate shall be on weight basis for MT of or steel

reinforcement. The weight of steel reinforcement used for the

item of concrete will be measured in metric tonnes based on

total compacted weight for the sizes and lengths of bars as

shown in drawing or as directed by Engineer-in-charge.

The lengths of the bars shall be measured correct to two places

of decimals of meters. The weights for payments shall be

319

calculated according to standard weights mentioned in the ISI

handbook correct up to 0.10 kg.

However, no extra claim for overweight of steel will be considered

for payment. Whether it is the contractors responsibility to bring

the steel as per standard weight.

Item No.12 – Lowering, laying & jointing DI S/S pipe etc. complete.

Item shall be carried out as per detailed specification of Item No

10 of Sub work No. 7.

Item No.13: Lowering, laying & jointing Sluice Valve etc. complete.

Item shall be carried out as per detailed specification of Item No

11 of Sub work No. 7

Item No.14:Providing 50mm thick full grout bituminous road surface etc.

complete.

Item shall be carried out as per detailed specification of Item No

13 of Sub work No. 7

Item No.15 – Providing constructing BB masonary Valve Chamber etc.

complete.

Item shall be carried out as per detailed specification of Item No

12 of Sub work No. 7

Item No.16 – Dewatering the excavated trenches etc. complete

Item shall be carried out as per detailed specification of Item No

15 of Sub work No. 7

Item No.17 – Disposing of surplus excavated materials etc. complete.

Item shall be carried out as per detailed specification of Item No

16 of Sub work No. 7

320

Item No.18– Cutting & chamfering of pipes etc. complete.

Item shall be carried out as per detailed specification of Item No

21 of Sub work No. 7

Item No.19: Providing & supplying rubber gaskets for DI pipes & Specials etc. complete. Item shall be carried out as per detailed specification of Item No

22 of Sub work No. 7

321

MAHARASHTRA JEEVAN PRADHIKARAN

MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, PANVEL

MAHARASHTRA JEEVAN PRADHIKARAN W.M. DIVISION , AMBERNATH

NAME OF WORK: Augmentation to Ambernath Water Supply Scheme, Tal. Ambernath, Dist. Thane Construction of C.C. weir at Chikhloli Dam, Designing,

constructing & commissioning 7.20 ML capacity WTP at Chikhloli, lowering, laying and jointing D.I.K-7/K-9 pipes for rising main/gravity main/distribution system, construction of R.C.C. sump and pump house, construction of 8 nos. of RCC ESRs at various places with compound wall, construction of Consumer Redressal Centre with computerization, Railway crossing work, Repairs to Belivali MBR etc. complete.

ITEMWISE DETAILED SPECIFICATIONS Sub Work No-5: Lowering, laying and jointing Transmission Main From Sai

MBR to Shivganga ESR in Ambernath town. Item No. 1 - Providing and supplying D. I. Flanged, S&S Specials etc complete.

Item shall be carried out as per detailed specification of Item No 1

of Sub work No.7.

Item No.2 - Providing and supplying M S Specials etc complete.

Item shall be carried out as per detailed specification of Item No 2

of Sub work No. 7.

Item No. 3:- Providing and supplying ISI mark Sluice valves etc complete

Item shall be carried out as per detailed specification of Item No 3

of Sub work No. 7.

Item No 4:- Supplying C I Mechanical Compression Collar Coupling (Jiffy

Joints)

Item shall be carried out as per detailed specification of Item No 4

of Sub work No.7.

322

Item No 5:- Providing , Fixing and jointing in position C I Air valve

combination type (Kinetic Air Valve along with Autometic Air Valve) etc complete

Item shall be carried out as per detailed specification of Item No 5

of Sub work No. 4.

Item No.6 – Excavation for pipe trenches in average all types of strata of

earth, soil of all types, sand, gravel, soft murum, hard murum with boulders, soft rock, hard rock by mechanical chiseling & all means … etc. complete.

Item shall be carried out as per detailed specification of Item No

6 of Sub work No. 7.

Item No.7 – Filling in plinth and floors murum bedding in trenches etc.

complete.

Item shall be carried out as per detailed specification of Item No 7

of

Sub work No. 7.

Item No.8 – Refilling the trenches etc. complete.

Item shall be carried out as per detailed specification of Item No

8 of Sub work No. 7.

Item No.9 - Providing and laying Plain cement concrete(M-15) ---etc

complete

Item shall be carried out as per detailed specification of Item No

9 of Sub work No. 7.

Item No.10 – Lowering, laying & jointing DI S/S pipe etc. complete.

Item shall be carried out as per detailed specification of Item No

10 of Sub work No. 7.

Item No.11 – Lowering, laying & jointing Sluice Valve etc. complete.

Item shall be carried out as per detailed specification of Item No

11 of Sub work No. 7

323

Item No.12 Providing constructing BB masonary Valve Chamber etc.

complete.

Item shall be carried out as per detailed specification of Item No

12 of Sub work No. 7

Item No.13 Providing 50mm thick full grout bituminous road surface etc. complete.

Item shall be carried out as per detailed specification of Item No

13 of Sub work No. 7

Item No.14 Making cross connection to existing distribution main etc.

complete

Item shall be carried out as per detailed specification of Item No

19 of Sub work No. 7

Item No.15 Dewatering the excavated trenches etc. complete

Item shall be carried out as per detailed specification of Item No

15 of Sub work No. 7

Item No.16 – Disposing of surplus excavated materials etc. complete.

Item shall be carried out as per detailed specification of Item No

16 of Sub work No. 7

Item No.17– Cutting & chamfering of pipes etc. complete.

Item shall be carried out as per detailed specification of Item No

21 of Sub work No. 7

Item No.18 – Providing & supplying rubber gaskets for DI pipes & Specials

etc. complete.

Item shall be carried out as per detailed specification of Item No

22 of Sub work No. 7

324

MAHARASHTRA JEEVAN PRADHIKARAN

MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, PANVEL

MAHARASHTRA JEEVAN PRADHIKARAN W.M. DIVISION , AMBERNATH

NAME OF WORK: Augmentation to Ambernath Water Supply Scheme, Tal. Ambernath, Dist. Thane

Construction of C.C. weir at Chikhloli Dam, Designing, constructing & commissioning 7.20 ML capacity WTP at Chikhloli, lowering, laying and jointing D.I.K-7/K-9 pipes for rising main/gravity main/distribution system, construction of R.C.C. sump and pump house, construction of 8 nos. of RCC ESRs at various places with compound wall, construction of Consumer Redressal Centre with computerization, Railway crossing work, Repairs to Belivali MBR etc. complete.

ITEMWISE DETAILED SPECIFICATIONS SUB WORK NO-6: CONSTRUCTION OF RCC ESR’S AT VARIOUS PLACES IN AMBERNATH TOWN Item No.1 – Designing, constructing R.C.C. E.S.R. etc. complete.

The Contractor shall quote his offer in Schedule ‘B’ for the complete

work of constructing R.C.C. E.S.R. to be carried out as per his own

design based on given data i.e. he shall tender the offer in Schedule ‘B’

for construction of required capacity with his own design and drawing.

The design shall be got checked from the institute like Govt. Engineering

College. Remarks shall be complied and scrutiny charges shall be borne

by the Contractor.

1. The reservoir will be a covered RCC container supported on RCC column

with footing and intermediate braces, etc.

2. Suitable M.S. ladders/spiral stair for ESR of capacity 2.00 lakh liters

with landing at regular intervals for approach to the gallery and top of

ESR shall be provided. For above 2.0 lakh liters capacity RCC spiral

case with parapet should be provided. RCC cantilever catwalk

325

(gallery) of 1.20 M width G.I. pipe railing shall be provided at floor level,

preferably at junction of floor slab and vertical walls.

Ventilators shall be provided on top slab of ESR. Four number of C.I. manhole frame and cover shall be provided and fixed

in the roof of tank and at catwalk way.

Two number of M.S. ladders shall be provided and fixed for access into

the tank through manhole left in the roof. Ladders shall be provided as

per specifications.

Water level indicator assembly of approved type shall be provided and

installed.

Lightening arrestor as per IS specifications and confirming to IE Rules

shall be provided and fixed.

Vertical and horizontal pipe of C.I. flanged pipes, M.S. /C.I. specials of

required sizes for inlet, outlet and overflow arrangements together with

suitable sluice valves shall be provided as per Schedule-B. For washout

one tee shall be fixed on the outlet pipe with one valve of suitable

diameter.

Sluice valves of required size shall be fixed for inlet, outlet and washout.

These valves shall be supplied by the contractor, confirming to relevant

ISS and of makes approved by Maharashtra Jeevan Pradhikaran.

Required number of B.B, masonry chambers of suitable size as directed

with RCC slab cover shall be provided and constructed at suitable

locations for sluice valves.

Water proof cement plaster of CM 1:3 proportion 20 mm thick shall be

provided for inside surface of the tank, including roof slab bottom.

326

Epoxy paint shall be provided for inside surface of the tank, including

roof slab, bottom slab, vertical wall, internal column and beam.

Out side surface of tank, exposed faces columns, braces, catwalk bottom

portion of slab and exposed surface of the tank shall be provided with

smooth finish and then 3 coats of approved shade of snowcem paint as

per colour scheme approved by the Maharashtra Jeevan Pradhikaran shall

be rendered.

Letters indicating capacity of tank, name of scheme and year of

construction shall be either embossed or engraved on vertical wall of

tank and shall be painted with suitable shade of oil paint in 2 coats.

On completion of work hydraulic test or water tightness test shall be

given as per standard specification. Therefore, required water

arrangements shall be made by contractor at his own cost.

Since this is lump-sum offer, the interim payments will be make at

different stages of works contract, as per break-up schedule enclosed.

Since this is water retaining structure, contractor shall give a satisfactory

hydraulic test of the tank. This test shall be considered as water

tightness test and accepted if the structure appears bone dry from

outside after filling with water upto full supply level and the drop in

water level is not more than 40 mm in 7 days. For this purpose the water

filling arrangements shall be made by the contractor at his own cost,

including cost of water pumping arrangements etc.

If during testing any damage occurs to the structure, it will be the

responsibility of the contractor to rectify the same.

327

EXCAVATION:-

Excavation for foundation in earth, soil of all types, sand, grave, soft

murum, hard murum, with boulders, soft rock, hard rock by chiseling etc.

complete.

The excavation shall be done as per standard specifications No. Bd-A1,

A2A3,A4,A5 and A6 page No.271-272 of 1965 or as per latest edition of

the Standard specifications.

The excavation shall be done to the required depth and section. Extra

excavation done for whatever reasons shall not be paid for under any

circumstances. The excavated material shall not be placed nearer than

5.0 meter, from edges of excavated trenches.

Necessary shoring and strutting of sufficient strength should be provided

to sides of excavation to prevent caving in. The bottom of excavation

shall be leveled both longitudinally and transversely or stepped.

Removing the excavated materials of all categories including loading,

conveying, unloading, spreading or stacking including all leads and lifts

etc. complete. Surplus excavated materials is the property of MJP and

therefore contractor is not empowered to sell this excavated material to

any other agency.

Dewatering the excavated trenches and pools of water in construction

area by using pumps and other devices, including disposing of the water

to a safe distance as directed.

MATERIALS REQUIRED FOR CONSTRUCTION 5. Sand, Metal and Bricks

Sand, metal and bricks of best quality. will be insisted. Samples of these

will have to be got approved prior to use on work from Engineer-in-

Charge.

328

6. Cement

L & T/Ambuja/ACC/Birla Gold brand of 43 grade in jute/polyethylene

bags (weighing 50 Kg each) shall be used for all water retaining

structures.

7. Reinforcement

The steel to be used shall be grade Fe.415 as per design. The contractor

shall have to procure the steel from open market. The steel procured by

contractor shall be tested and the contractor shall produce

manufacturer’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 Maharashtra Jeevan Pradhikaran. The reinforcement is

to be provided with Fusion Bonded Epoxy paint. Defective steel brought

by contractor shall be rejected and will not be allowed to be used. Test

certificate stating the chemical composition and characteristics of the

product.

At least 3 samples of each diameter should be tested from every 5 ton or

part thereof. Tested lots only will be permitted to be used.

8. Concrete

The PCC and RCC works shall be as per IS 456-2000. Concrete mixer shall be used for preparing concrete. Vibrator shall be used to consolidate concrete while placing in position.

While concreting, respective samples in form of test cubes shall be taken

by the contractor under Maharashtra Jeevan Pradhikaran 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.

329

9. Water Level Indicator Assembly

Water level indicator assembly comprising of float, pulleys, non

extensible chord of required length, indicator arm, enameled gauge

board to represent depth of water in tank to full scale etc. shall be

provided and fixed by the contractor as per direction of Maharashtra

Jeevan Pradhikaran. The gauge board comprising of M.S. angles/channels

shall be fixed to exterior face of column at about 5 m above ground level

at site. The chord at vertical wall face shall be enclosed in G.I. pipe for

a height of 2 m above floor level of gallery. The ball should be of

suitable martial so as to float on water. The level indicator shall be as

per directives of Engineer-in-Charge.

10. Lightening Arrestor

Lightening arrestor conforming to IS and Indian Electrical Rules shall be

provided. The lower most portion of tape for 2 meters above ground

levels and 2 meters below ground level shall be enclosed by 50 mm G.I.

pipes medium class. An arrangement such as construction of column over

roof slab etc. shall be made in order to achieve full coverage of structure

against lightening.

11. Pipe Railing at Free End of Catwalk

Railing shall be of G.I. pipes ‘B’ class not less than 25 mm diameter in the

2 rows and shall be fixed in position to RCC posts or M.S. angle posts of

size 65 x 65 x 6 mm x 1 M in height, located at a maximum distance of 1

M c/c. The railing and the posts shall be provided with 2 coats of oil

paint of approved shade.

12. M.S. Ladder

Two numbers of M.S. ladder shall be provided and fixed to give

access into the tank through manhole in the roof slab. The ladder

shall be comprising of M.S. approved section placed at 45 cm, apart

330

with M.S. Bars of approved dia. in double rows as steps at 20 cm c/c.

The ladder shall be encased by C.C. at both the ends.

13. Centering Work

Before starting the work of ESR, the contractor should submit design

of centering and its detailed drawings for approval by Maharashtra

Jeevan Pradhikaran. This set of drawing shall be kept at site.

Erecting, laying and fixing in position CIDF pipes and specials for Inlet, Outlet, Washout, Overflow etc.

The item includes erecting, fixing, laying and jointing pipes and

specials for inlet, outlet, washout, overflows etc. as described in

tender item. The pipe and the specials of any category are to be

erected and joined under ground or above either in horizontal or

vertical or inclined direction as per requirement with all leads and

lifts involved in the work. The erecting shall be in perfect line and

level. Necessary supporting girders, ropes, chain-pulley etc., if

required shall be arranged by the Contractor at his own cost.

The item includes all labour and materials for jointing such as lead,

nuts and bolts, rubber packing etc. The materials for jointing shall be

procured by the Contractor from open market at his own cost. The

tendered rate includes both lead and flanged joints depending upon

the nature of pipes and specials and no extra claims for any

modifications, increase or decrease in joints the standard lead

consumption for lead shall be as per specifications of item of pipe line

works.

The cost involved in fixing pipes and specials in walls etc. together

with leak proof arrangement thereof required is included in the

tendered rate and no extra claims for any provision required shall be

entertained.

331

Satisfactory hydraulic test shall be given by the Contractor at his cost

which is included in the tender item. During testing, if any joints are

found leaky they shall be repaired at the Contractor's cost.

Pipes if found leaky, cracked, during testing they shall be removed,

replaced re-fixed and jointed with good pipe and specials.

Two coats of epoxy paint shall be given to the pipes and specials above

ground and cost thereof is included in the tender item. The job shall also

include laying of pipes and specials up to ground, sluice valves for inlet,

outlet, washout, overflow etc. and their interconnection etc. as required

and directed by the Engineer-in-Charge.

DESIGNING, PROVIDING AND CONSTRUCTING RCC ESRs

Special conditions for construction of ESR

Specification and design criteria for RCC ESR with Contractor’s own design.

1. Material a) Cement Only 43 grade cement shall be

used, 53 grade cement is not recommended. Super plasticizer in the proportion of 0.5% (0.25 Kg/Cement bag) should be used

b) Steel “Fe-415” CTD bars, conforming to

IS:1786:1995 shall be used. The reinforcement are to be provided with Fusion Bonded Epoxy paint. The minimum dia of reinforcing bars shall be 10 mm.

c) Centering Centering should be designed by

the Contractor. Same should be approved by the competent authority before construction, only

332

steel/plywood centering shall be used.

d) Mix concrete Following concrete grades should be

used for various component of ESR. 1. Container M-300 2. Staging M-300 3. Foundation M-300 4. PCC M-200

2. Designing, providing and constructing RCC ESR

General Note

2.1 The contractor shall quote his offer in Schedule ‘B’ for the complete

work of constructing RCC ESR /GSR/Sump Pump House to be carried out

as per his own design based on given data i.e. he shall tender the offer in

Schedule ‘B’ for construction of elevated tank of required capacity

including fixing pipes, specials, valves and providing and fixing, lighting

conductor, CI manhole frame and cover, water level indicator, ventilator,

etc. complete with his own design and drawings. The design shall be got

checked from the institutes like Govt. Engineering College. Remarks

shall be complied and scrutiny charges shall be borne by the contractor.

2.2 The contractor shall submit the name, qualifications and experience of

Design Engineer who has prepared detailed RCC calculations or who will

prepare design and drawings on acceptance of the tender. The

authorized representative of the designer will have to inspect and certify

the works at foundation level and every beam level.

2.3 The Design Engineer has to prepare and submit a note on design

methodology and construction and drawings in 2 copies through the

contractor.

The note should indicate general description and salient features of the

design covering the following points.

333

1) Capacity 2) Shape and type

3) Staging height of tank indicating various levels

4) Safe bearing capacity assumed in the design of safe bearing

capacity of strata based on actual investigation report of

laboratory and type of foundation provided with proper

justification.

5) Maximum and minimum subsoil water level.

6) Site plan showing location of ESR

7) Line diagram showing dimensional and sectional elevation with

important levels.

8) Design parameters proposed to be adopted for detailed design.

2.4 This note on design will be subjected to thorough check by the Engineer-

in-charge of the owner and the tender will be accepted and work order

issued by the competent authority only after verification that the design

to be offered will fulfill the requirements of the design as per tender

specifications.

2.5 After acceptance of tender, the contractor will have to submit 3 copies

of detailed design and drawings of the structure within 15 days of

acceptance of the tender.

2.6 The design engineer will be required to attend the office of Engineer-in-

charge for preliminary discussion for scrutiny remarks, etc. whenever

required with all reference data, books, IS specifications, etc. at his own

cost.

334

2.7 It will binding on the design engineer of contractor to clarify, modify,

redesign and prepare drawing after compliance of scrutiny remarks

by the owner or his representative such as an Engineering College,

within 15 days of communication of remarks. Owner will approve

Even though design; it will be the entire responsibility of Design

Engineer and the contractor.

2.8 On approval of the design, contractor shall supply, free of cost, 8

sets of design and drawing duly bound for use of the owner. The

contractor shall also furnish the details of steel requirement along

with program of execution for completion of work within the time

limit stipulated in the tender.

2.9 Security deposit of the tenderer shall be forfeited if he fails to

modify his design as per scrutiny remarks within specified time after

levy of compensation as per tender agreement.

2.10 Even though the design and drawing submitted by the contractor are

approved by the Owner/Engineer-in-charge, the contractor will not

be relieved of his contractual obligations to hand over the structure

in sound condition, duly tested.

2.11 In case of any damage/failure either during construction, testing or

after commissioning whether due to faulty design or defective

construction, all repairs or reconstruction of the structure shall have

to be carried out by the contractor, entirely at his risk and cost. No

claim for such repairs/reconstruction shall be entertained.

Design Conditions

The contractor can alternatively quote with his own design with

following conditions.

335

1. The design of RCC ESR shall be carried out by a designer having

minimum qualification of graduation in Civil Engineering/Structural

Engineering. He shall sign the design and affix his name and stamp.

2. The design shall be carried out in conformity with following IS code

(latest edition).

a) IS 456-2000

b) IS 3370-Part I & IV

c) IS 875

d) IS 11682

e) IS 1893 with inclusion of seismic zones as per latest circular

f) IS 1786 for cold worked steel grade deformed bars

(Tor steel of 415 grade and mild steel grade I shall only be used)

g) IS 13920-1993 for ductile detailing, applicable for ESRs under

seismic zone III, IV and V. (recent editions of IS shall be referred)

h) B.S.I. publication S.P. 34 (S & T) 1987.

3. Foundation for ESR The foundation should have the required safe bearing capacity. Minimum

depth of foundation shall be satisfy the following criterion.

a) Depth of soft rock shall not be less than 1 m or depth in hard rock

shall not be less than 0.5 m.

b) The total depth in all strata put together shall not be less than 2.50 m.

In B.C. soil, raft shall be provided at minimum depth of 3 m. No extra

payment shall be given to the contractor on increase in depth of

foundation.

336

4. The free board shall be include in the depth of water for design purpose.

5. Minimum free board shall be 300 mm, measured below bottom of roof

beam, 6. Maximum actual water depth shall not exceed 5.0 M. 7. Clear cover for reinforcement shall be provided as below

a. Footing 50 mm at bottom & sides

40 mm at top

b. Columns 40 mm c. Braces, beams, slab,

vertical wall, gallery Note:- For container minimum cover to the main reinforcement shall not be less than 45 mm.

8. Minimum thickness of container member shall be as below: a) Bottom slab and vertical wall 200 mm

b) Roof slab 120 mm 9. All members of container should be designed as “un-cracked section” as

per IS:3370.

10. The design of container members which includes bottom and roof beams,

bottom slab, roof slab, vertical wall and gallery shall be done in M-300

grade of concrete and casting should be done in M-300.

11. The staging of ESR (columns, braces, footing/raft) shall be designed in M-

250 grade of concrete however casting shall be done in M-300 grade of

concrete.

12. The staging shall be designed for ductile detailing as per IS 13920-1993,

wherever applicable.

337

13. Columns should be design by “working stress method” and as per IS:456.

It can be checked by limit state method IS:11682:1985 should be followed

for design of staging.

14. The width of braces shall be maximum of the following in case of Earth

Quake Zone III and above.

a) 250 mm for Earth Quake Zone III and above or

b) 75% of column side (column dia in case of circular column) 15. Width to depth ratio in case of braces shall preferably be more than 0.30.

16. Increase in permissible stress in braces for earth quake/wind force design

will not be allowed.

17. The center to center distance between braces shall not exceed 4.50 m

c/c for ESR having capacity up to 500 Cum and not more than 6 m c/c for

ESRs having capacity above 500 Cum at the joint of brace and column the

links to the column bars shall be tied properly and this shall be

thoroughly checked before concreting.

18. Wherever annual raft is provided, the inside and outside dia of raft shall

be designed in such a way that the center of gravity of upward reaction

co-inside with center of columns/raft beam center.

19. Uplift pressure on the foundation shall be considered as per water table

at site in rainy season. However, minimum uplift up to 50% of depth of

foundation below ground level shall be considered in the designs.

20. 20 mm thick cement plaster with CM 1:3 proportion with waterproof

compound shall be provided to the container from inside (including roof

beams and roof slabs/dome, etc.)

338

21. The shape of container may be circular. Similarly the column shape may

also be square or circular.

22. Minimum diameter of column should be 400 mm for staging and 200 mm

for column inside container

23. Minimum dia of main bars in the footing bottom slab and vertical walls

shall be 10 mm and minimum clear distance between reinforcing bars

shall not be more than 180 mm.

24. Water density shall be taken as 1000 Kg/Cum and live load on gallery

shall be considered as 300 Kg/Sqm. Minimum load of waterproof

treatment on roof slabs shall be taken as 100 Kg/Sqm.

25. The diameter, weight per meter tensile strength and minimum elongation

properties of steel brought by the contractor/supplied by the Department

shall be got tested from the approved laboratory before its use. Fusion

Bonded Epoxy painted , Steel shall be used only when the test report

indicated that the steel is in accordance with the IS Specification and

design presumptions.

26. Foundation 1. All columns shall have the same foundation level, as far as possible

in any case the foundation level difference between any two

columns shall not exceed 1.50 m. In such case “Sway analysis” of

the staging shall be done and additional reinforcement or increase

in the size shall be provided, if necessary.

2. When safe bearing capacity of foundation level is less than 15

T/Sqmt only raft foundation should be provided.

339

27. General

a) The inlet, outlet, overflow and bye-pass piping shall be provided as

below.

The vertical pipe assembly and horizontal pipe line from duck foot

bend of vertical pipe up to a distance of 8 m beyond external face

of nearest column and any parts arrangement shall be in cast iron

double flanged pipe/M.S. welded pipes, minimum thickness of M.S.

pipes shall be 10 mm.

b) Overflow arrangement shall be from top to bottom as vertical pipe

assembly with proper drainage arrangement.

c) For all duck foot bends for inlet, outlet and overflow arrangements

individual columns with footing resting at foundation level of

column of ESR columns/raft shall be provided.

d) The manhole frame and covers provided in the roof slab shall be of

cast iron only.

The above 4 conditions i.e. 27(a), 27(b), 27(c) & 27(d) shall be

followed without substitutes and equals No. M.S. piping and spout

type overflow arrangement shall not be accepted, even if rebates

etc. are offered.

e) Inlet, outlet, bye-pass and scour valves with chambers shall be

provided. The horizontal piping for inlet, outlet, overflow, bye-

pass up to 8 M from outer brace shall be provided and laid without

any extra cost.

f) Lightening conductor, water level indicator, central ventilator and

M.S. ladders, RCC staircase shall be provided as per Departmental

Specifications.

340

28. The design submitted by the contractor shall be checked from the

nearest Government Engineering College for which the scrutiny charges

shall be borne by the contractor. The delay in checking designs from

third party as above shall be treated as the delay on the part of

contractor for operation of tender clauses.

29. Size of inlet, outlet, overflow, bye-pass piping and valves including scour

valve shall be specified as per actual requirements and makes of valves

shall also be specified list of MJP.

30. Capacity of the container of the tank shall be the volume of the water it

can store between the designed full supply level and the lowest supply

level.

31. Height of staging shall be the vertical difference between lowest supply

level and the average G.L. at the site of tank.

32. Rectification of Defective Members

If it is found that certain members are defective and are found giving

acoustical or vibrations disturbance even though these may by

structurally sound, rectification of such members should be done by the

contractor free of charge and to the satisfaction of Engineer-in-charge.

33. Access to various levels of Reservoir 1. Spiral Staircase A RCC pre-cast step spiral staircase, one meter wide from ground

level to bottom slab level gallery to roof slab level of RCC ESR with

intermediate platforms and sufficient number of stiffeners at

intermediate levels and with proper landing and railing be

provided for the spiral staircase.

341

A M.S. grill gate of 2.0 m height with locking arrangement of

approved design shall be provided and fixed by the contractor as

directed.

34. Ancillaries

Providing and fixing G.I. Hand Railing

Railing of roof of service reservoir and bottom gallery shall be of medium

class G.I. pipes conforming to IS:1239 (medium) for 25 mm dia in three

rows and shall be fixed in position in RCC post 150 x 150 mm at bottom

and 100 x 100 mm or M.S. angle posts of size 65 x 65 x 6 mm of one meter

height and spaced at 1.50 m center to center. The railing painted with

one coat of primer two coats with approved shade of snowcem. Work

shall be carried out as per standard specifications Sr. No. 5(b) Page No.

145. If dome is provided at roof level, contractor has to provide 1.20

wide horizontal slab for walkway along periphery railing shall be provided

around walkway.

35. Providing and fixing water level indicator

Providing fixing in position water level indicator on column with

M.S. Clamps and as per standard specifications including M.S.

enameled guage plate 150 mm wide, 3mm thick, copper float,

providing and fixing required accessories such as pointer, pulleys,

nylon thread, with painting on gauge, figure of with appropriate

size etc complete and as directed by Engineer-in-charge.

36. Ventilators

Adequate shaft type ventilators shall be provided. It shall be minimum

1.0 meter in diameter and 1.5 M height shall be closed by mosquito proof

double mesh net fixed in wooden frame screwed to RCC columns of

suitable size.

37. Lightening Arrestor

342

Providing and fixing in position lightening conductor as per standard

specification and Indian Electricity Rules including copper rod of 20 mm

dia upper terminal 1.5 m long with a knob at the end, with a conical

spike at top with copper tape conductor, 20 mm x3 mm size copper earth

plate 3mm thick and 0.81 sqm. In area with clamps at 1.00 m c/c

including necessary excavation, laying and fixing the conductor including

charcoal salt filling, refilling, water etc complete.

This shall be taken through G. I. Pipe of 40 mm dia. (medium class) by

the side of column G. I. Pipe should be fixed with clamps. The length of

G.I. pipe should not be less than 3.00 meter above the average ground

level and above 0.5 m below G.L.. This arrangement is required for safety

of lightening conductor, Aluminum tape of equivalent section should not

be allowed. Lightening conductor shall be provided one number per 500

sqm of surface area

38. B.B. Masonry Chambers

Providing and constructing six numbers of brick masonry chambers of

suitable size with B.B. masonry in cm 1:6,1:3:6 cement concrete of 0.15

m thick in foundation, finishing etc complete, 12 mm thick cement

plaster in cm 1:3 from inside and outside. Providing and fixing in position

necessary numbers of M.S. steps and precast R.C.C. cover Depth. Of

chambers etc are as per actual layout of pipeline.

39. Providing and fixing C.I. manhole frame and Cover

Two numbers of CI manhole frame and covers (light type) of size 90 cm x

60 cm, weighing not less than 50 Kg. Each set with locking arrangement

be provided for access into the tank. The cover and frame is to be

painted with two coats of anticorrosive paint. The locking arrangement

shall be hinge type flat with eye.

343

40. Snowcem Painting (From outside and epoxy painting from inside)

As per BD 0-8 (page 391) the work will be carried out by cement based

‘Snowcem’ paint. Three coats shall be applied. The colour shed shall be

got approved from the competent authority. The paint shall be cured

sufficiently by making sprinkling arrangement. Providing and applying

special epoxy paint of standard approved make in two coats to the inside

surface of the container, roof / floor slab and inside column, including

necessary scaffolding etc complete as directed.

41. Painting of E.S.R.

Marathi and English letters of suitable size will be painted with best

quality paint to the satisfaction of Engineer-in-charge indicating Name

and capacity of reservoir.

42. CI/DF Pipe Laying Works

The pipe line being laid under this contract is below and above ground.

For pipe line portion to be laid above ground the pipe line shall be

supported on concrete chairs. Indicative longitudinal section of the pipe

lines has been shown on the drawings accompanying this contract. The

supports shall be casted to the true alignment 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.

43. Fixing Different Valves

A) The valves shall be brought by contractor. This item includes

fixing of valves at site of work including cost of transportation,

loading and unloading, etc. all materials and labours required for

fixing including testing. The size of nuts, bolts and packing shall

be as per IS Specifications and suitable

344

for the type to valves and as per the direction of Engineer-in-

charge. The location of the valves shall be decided by the

Engineer-in-charge.

B) Appurtenance

1) Appurtenance such as sluice valves shall be supplied by the

contractor. The contractor shall transport them to the site and fix

them at the place as shown on the drawings or as directed by the

Engineer-in-charge.

2) Before any of the valves are fixed at the predetermined position,

these shall be cleaned, greased and it shall be checked that these

are in proper working condition. The valves shall be fixed in true

plumb and level. Sluice valves shall be properly supported on

wooden sleepers till the Anchor Block casted sets.

44. Disposing Off Surplus Excavated Material

The surplus excavated stuff shall be disposed off by mechanical means

beyond 50 meter and upto 5 Kms lead as directed by Engineer-in-charge.

45. Providing and Placing Cement Concrete

a) The specification contained in the Standard Specification Volume II Published by Public Works and Housing Department, Government of Maharashtra, Chapter Bd-F-1 to F-2 and Bd-E-1 shall apply.

b) This work shall be done in accordance with IS:456:2000 (revised) c) Proper curing be done for 21 days.

TEST PROCEDURE ( IS:516:1959 CLAUSE 5.5)

Specimen stored in water shall be tested immediately on removal from

water and while those are still in the wet condition. Surface water and

grit shall be wiped off the specimens and any projecting fins removed.

Specimen, when received dry, shall be kept in water for 24 hours before

345

taken for testing. The dimensions of the specimen to the nearest 0.2 mm

and also weight shall be noted before testing.

Requirement of Materials 1. Cement shall be Ordinary Portland Cement

The measurement of proportion of cement should normally be on the

basis of weight and whole bags, each undisturbed and sealed 50 Kg bag

being considered equivalent to 35 liters (1.2 Cuft.) in volume. When part

bag is required, cement shall be taken by weight. Care should be taken to

see that each bag contains full quantity of cement.

Tests

When tests are considered necessary, they shall be carried out as

indicated in IS : 269. The contractor should ensure that the cement is of

sound and required quality before using

2 Storage

Cement required for use shall be as fresh as possible and stored on planks

raised 15 to 20 cms ( about 6” to 8”) above the floor and stacked 30 cm (

about 12” ) away from the walls in suitable closed weather proof

buildings at the work site or at the selected approved site, in such a

manner as to prevent deterioration by dampness or moist atmosphere or

instruction of foreign matter..)

2.1 Any cement which has deteriorated baked or which has been damaged

shall not be used. Cement that is condemned shall be immediately

removed from the work site.. Ordinary cement stored for more than 2

months from the date of receipt from the factory shall be subjected to

test and used only if found satisfactory.. Cement shall be kept in a store

under double locking arrangement so that it can be taken out or fresh

stock admitted with the knowledge of supervising staff of the

Department.

346

3.0 WATER 3.1 Water for mixing cement / lime mortar or cement / lime concrete shall

not be salty or brackish and shall be clean, reasonably clear and free

from objectionable quantities of silt and tracers of oil, acid injurious

alkali, salts, organic matter and other detritus material which will either

waken the mortar or concrete or cause efflorescence or attack the steel

in RCC. Water shall be obtained from sources approved by the Engineer.

3.2 Water for curing cement / lime mortar of concrete

Water for curing mortar or concrete should not be too acidic or too

alkaline. It should a have a pH value ranging between 4.5 to 8.5. It shall

be free of element which significantly affect the hydration reaction or

otherwise interfere with the hardening of mortar of concrete during

curing

Portable water will be generally be found suitable for curing cement /

lime mortar or concrete.

4.0 FINE AGGREGATE (SAND) General

All fine aggregate shall conform to IS: 383 ( latest edition) and relevant

portion of IS:515 (latest edition ) directed by the Engineer.

Sand for use in concrete work shall be natural sand shall be clean well

graded, hard, strong durable and gritty particles free from injurious

amounts of dust, clay, kankar, nodules, soft or flaky particles, shale,

alkali, salt organic matter, lam, mica or there detritus substances and

shall be approved by the Engineer. The maximum size of particles shall

be limited to 5 mm ( about 3/16”). Organic impurities and other detritus

substances as laid down in Is :383 ( latest edition). It shall not contain

detritus materials

The fine aggregate for cement mortar for masonry and first coat of

plaster should generally satisfy the following grading.

347

I.S. Sieve Percentage by Weight Passing Sieve

480 100 240 80 95 120 70 90 60 40 85 30 05 50 15 00 10

The fineness modulus shall not exceed 3.00 4.1 Gradations

The gradation of materials from any one source shall not vary in

composition beyond there range of value that governs, in selecting

sources of supply. For determining the degree of uniformity,

determination of fineness modulus shall be made upon representative

sample furnished by the contractor from such source as the proposes to

use. Fine aggregate from any one source having variation in fineness

modulus greater than ±0.20 from the average fineness modulus of the

representative samples submitted by the contractor shall be rejected or

may be accepted subject such changes in the proportion aggregate as the

Engineer may direct

4.2 Storage

The fine aggregate should be stacked carefully on a clean, hard surface

so that it will not mixed up with detritus foreign materials.

5.0 Coarse Aggregate

Coarse aggregate shall consist of crushed or broken stones and be hard,

strong, dense, durable clear or proper gradation and free from skin and

coating likely to prevent proper adhesion of mortar. The aggregate shall

generally be cubical in shape and as far as possible flack, elongated

pieces shall be avoided. It shall generally comply with the provision of IS

: 383 and IS:515 ( latest edition).

348

The maximum size of the aggregate may be up to 20 mm and well graded

between the sixes 5 mm to 20mm in such proportions as to give maximum

density to the concrete. The maximum size should be as large as possible

within the above limit but should not exceed ¼ of the minimum thickness

of the member provided, however, this size present no difficulty in the

case of RCC to surround the reinforcement thoroughly and fill up the

corners of the form work satisfactorily. In the case of general concrete

work, a maximum size of 40 mm ( about 1/22’ ) is used and in RCC work a

maximum size of 20 mm (about 1 ¼”) will be found satisfactory, but it

should be restricted to 6 mm ( about ¼”) less than the minimum lateral

clear distance between bars or 6 mm ( about ¼”) less than the cover,

whichever is smaller.

The crushing strength of aggregate will be such as to allow the concrete

in which it is used to build up the specified strength of concrete.

Approximate range, in grading of coarse aggregate may be as required.

Grading tests shall be in the beginning and at change of surface of

machinery or type of metal. Where required by the Engineer, tests

indicated in IS: 368 and IS: 456 (latest edition) shall be got carried out in

an approved laboratory at the contractor’s cost to show the acceptability

of the material.

Coarse aggregate of a porous nature where absorption of water after 24

hours immersion in water, is more than 5 percent by weight, shall not be

used

Limit of deleterious substance shall not exceed those prescribed in IS :

515 ( latest edition)

349

5.1 Storage

The aggregate of different sizes shall be stored separately and

handled in such manner as to prevent intermixing of different sizes of

aggregate required separately for grading purposes. No foreign matter

shall be allowed to be mixed up with aggregated. If covered with dust

etc. they shall be washed clean before use.

6.0 MIXING

For all important woks concrete shall be mixed in mechanical mixer at

the site of work. Care shall be taken to see that the mixer or other

accessories are in first class working condition and maintained so

throughout the construction. Mixing shall be continued till there is

uniform colour is obtained and each individual article of the coarse

aggregate shall show a complete coating of mortar contain in its

proportionate amount of cement. In no case mixing shall be done for

less than 1 ½ minutes.

6.1 When hand mixing is permitted by the Engineer it shall be done on a

smooth water tight platform large enough to allow efficient turning

over of the ingredient of concrete before and after adding water.

Mixing platform shall be so arranged that no foreign materials shall be

get mixed with water & shall not be flow out.

6.2 The cement of required number of bags shall be placed in a uniform

layer on top of the measure quantity of fine aggregate required, also

spread in a layer of uniforms depth in the mixing platform. Dry sand

and cement shall then be mixed thoroughly by turning over to get a

mixture of uniform colour. Enough water then be added gradually

through a rose and the mass turned over till a mortar of required

consistency is obtained. The measured quantity of coarse aggregate

shall then be placed on the mixing platform and wetted and the

mortar added and the entire mss turned and returned until all the

particles of the coarse aggregate are fully covered with

350

mortar and the mixture is of a uniform colour and required

consistency. In hand mixing quantity of cement shall be increased by

5% above the specified

6.3 Concrete shall have a consistency such that it will be workable in the

required position and in the case of RCC flow around reinforcing steel

also.

6.4 For vibrated concrete slump shall range between 2.5 to 5 cm ( about 1 “

to 2”) For hand tamped concrete, slump shall range between 8 cm to 13

cm ) 3” t 5” according to the type and nature of the concrete item. The

sump shall be the latest permitted by workability. The slump shall be

determined as detailed in relevant IS code provisions and maintained

throughout the concreting operation of a member.

The concrete shall be placed n its final position and rammed, vibrated

and finished within 30 minutes of adding water to cement. Re-tempering

or remixing of partially hardened concrete shall not permit. Mixing shall

be done only by mechanical mixer

6.5 Transporting

The concrete shall be handled from the place of mixing to the final

position as quickly as practicable by methods which will prevent

segregation and loss of ingredients. In no case shall the operation take

more than 15 minutes

6.6 Placing

The concrete shall be placed into its final position, compacted and

finished within 30 minutes of mixing the water and before setting

commences. The method of placing shall be such as to avoid segregation.

351

Placing shall be done in balanced manner to avoid eccentric loads on

form work.

As far as practicable the concrete for particular portion shall be done in

one continuous operation. The construction joints when required shall

made only where located on the plans or shown in the pouring schedule

unless otherwise approved by the Engineer. The joint shall be vertical

and shall be made by placing a bulk head at the joint. Before

commencing subsequent concreting, all loose particles, laitance etc. shall

be removed and the surface shall then be covered by thick cement slurry

as part of placement. Care shall be taken during the placing not to

disturb the forms or the reinforcement. Concrete compacted manually,

shall preferably be laid in layers of 51 cm to 20 cm ( about 6“ to 8”) the

layers being decided by the time lapse between the successive layers.

The time of laying one layer shall not exceed 30 minutes. The successive

layers shall commence within 30 minutes of laying first layer.

When work is to be resumed on a surface which has hardened, such a

surface shall be roughened and scrubbed with brushes to remove

laitance, care being taken to avoid dislodgment of coarse aggregate,

swept clean thoroughly wetted and covered with 6 mm (about 1”) thick

mortar layer composed of cement ad sand in the same proportion as the

cement and sand in the concrete for securing good bond.

The concrete shall be normally laid in the dry. If there is water, it shall

be pumped and kept dry while placing concrete and till it sets. Where it

is necessary to deposit concrete under water, it shall be done as per

relevant IS code provisions (latest edition). No extra payment will be

made for the special arrangements, plants, etc. need for the purpose or

for the additional 10% cement required to be added.

352

7.0 COMPACTING

The concrete shall be thoroughly compacted during depositing to get a

dense concrete and thoroughly worked into the edges and corners of the

form work as also along its faces and around reinforcement in the case of

RCC by means of suitable tools such as spades and rods to get a good case

finished without honey combing. Concrete shall not be disturbed once it

is set.

For important or big works where stiffer mix with less slump is adopted,

use of mechanical vibrators is essential. The vibrators shall have not less

than 3600 and preferably about 5000 impulses per minute and shall be

worked at an interval of about 60 cm ( about 2”). It shall be worked in

one place for only such time as will also formation of dense concrete

without sinking and segregation of the coarse aggregate over vibration

shall be avoided.. Vibration shall be added by spreading and Roding.

Compaction shall necessarily be done by mechanical vibrators. No hand

compaction will be permitted except (I) to supplement vibration near the

edge and faces of forms, to fill the corners completely and to prevent

honey combing or (ii) in members where vibration is not possible nor

desirable in the opinion of the Engineer.

8.0 CURING

The work shall be initially protected from damage on account of impact,

undue pressure, and excessive head of sub, rains etc. and covered with

wet of stacking Hessians or similar absorbent material soon after the

initial set. After the final set, the concrete shall be kept continuously

wet preferably by pounding water for period of not less than 14 days

from the date of placement . On Sunday, holidays and days of cessation

of work, arrangement shall be made to keep the concrete continuously

watered.

353

Should the contractor fail to water the concrete continuously, the

Engineer may provide labour materials, and equipments required for

watering and recover the costs from the contractor. When atmospheric

temperature exceeds 40°C (104 °F) following precautions should be taken

1. Stacking aggregate under shade and keeping them moist

2. Using cold water

3. Reduce the time between mixing and placing to the minimum

4. Cooling form work by drinking water

5. Starting curing before concrete dries out

6. Restricting concreting to morning and evenings. 9.0 FINISHING

Immediately after the removal of forms and undulations, depressions,

cavities, honey combing broken edges or corners, high spots and other

defects shall be made good and finished with cement mortar 1:2. But the

necessity of such finishing must be exceptional and the total surface

requiring finishing shall not exceed 1% on a average. IF the initial

experience shows that this percentage is exceeded the method of

working itself should be changed to get the required cast finish.

Where the concrete surface is to receive plaster, the surface shall be

roughened immediately after removal of forms and within a day thereof

to secure a bold for the plaster. The rate for concrete is inclusive of this

roughening and finishing. Concrete after finishing shall be cured for the

full period

10.0 Re-tempering

Concrete shall be mixed only in such quantities as are required for

immediately use and any concrete which has developed initial set shall

not be re-tempered or remixed but shall be destroyed or thrown away.

354

47. Hydraulic Testing, Finishing and Handing Over of the ESR (Hydraulic Testing: Water Tightness Test)

After construction of ESR is completed, it shall be tested for water

tightness. Water for this purpose will have to be supplied by the

contractor. The contractor will make his own arrangement for taking

connection, necessary pumping, at his own cost. The tank will be tested

as per Clause 10 of IS:3370 (Part-I) latest Code. The container filled with

water to its F.S.L. shall be borne by dry from outside and the drop in 48

hours shall not exceed 12 mm. Unreasonable delay in giving the test

invites penal action under appropriate clause of the contract.

The contractor shall finish all the construction, joints by cement mortar

1:2 proportion from outside including plastering at places as directed. So

also honeycombing if any. The finish shall be entirely to the satisfaction

of the Engineer.

48. Site Clearance Site shall be made and clear by disposing excavated stuff as directed,

removing all excess construction materials as directed. If belonging to

Maharashtra Jeevan Pradhikaran and removing out of premises, if

belonging to the contractor. The labour camp, if installed at the

Maharashtra Jeevan Pradhikaran premises shall be removed before

handing over. The premises shall be generally leveled to the satisfaction

of the Engineer.

49. Handing Over

The site with structure and ancillaries along with pucca shed of store

shall be handed over to the Maharashtra Jeevan Pradhikaran after

completion of the work.

355

OBLIGATORY CONDITIONS FOR R.C.C. E.S.R.

The contractor will have to submit his tender on his own design, The basic

requirements such as capacity, LSL and FSL are obligatory. It is further to point

out that the water depth cannot be changed. Conditions and the specification of

various items as detailed below will remain same of each reservoir

Sr. No.

Location of

ESR

Dia of

Inlet Pipe in

mm

Dia of

outlet Pipe in

mm

Dia of

overflow Pipe in

mm

G.L at

ESR in

mtr

Outlet R.L. in

mtr

FSL In

mtr

Staging Height

in mtr

ESR Capacity

in ML

Bearing Capacity

of soil in T/Sqm

1 Narayan Nagar (2 Nos.)

600 600 600 45.0 62.0 67.0 17.0 2.00 20.0

2 Sai Section 350 350 350 42.0 57.0 62.0 15.0 1.50 10.0

3 Shiv-Ganga Nagar 250 250 250 28.0 43.0 47.0 15.0 1.50 20.0

4 Ambernath Gaon 200 200 200 56.0 66.0 69.0 10.0 0.25 20.0

5 Police Quarter 400 400 400 23.0 40.0 45.0 17.0 2.0 20.0

6 Bhendipada 300 300 300 55.0 70.0 74.0 15.0 1.50 20.0

7 Navare Nagar 600 600 600 55.0 75.0 80.0 20.0 2.0 20.0

Foundation 1. Excavation for ESR foundation upto hard strata ( SBC 20 T/Sqm ) or

maximum upto 3.0 mtr depth is obligatory.

2. All columns shall have the same foundation level, as far as possible. In

any case the foundation level difference between any two columns shall

not exceed 1.50 mtr. In such case ” Sway Analysis “ of the staging shall

be done and additional reinforcement or increase in the size shall be

provided, if necessary.

356

3. When safe bearing capacity of foundation strata is less than 15 T/Sqm

only then the raft foundation should be provided.

General

a) The inlet, outlet, overflow and bye-pass shall be provided as

below.

The vertical pipe assembly and horizontal pipe line from duck foot

bend of vertical pipe up to a distance of 8 m. beyond external face

of nearest column and any parts arrangement shall be in C.I. pipes.

b) Overflow arrangement shall be from top to bottom as vertical pipe

assembly with proper drainage arrangement.

c) For all duck foot bends for inlet, outlet and overflow arrangement

individual columns with footing resting at foundation level of

column of ESR columns / raft shall be provided.

d) The manhole frame and covers provided in the roof slab shall be of

cast iron only.

e) Inlet, outlet, bye-pass and scour valves with chambers shall be

provided. The horizontal piping for inlet, outlet, overflow, bye-

pass up to 8 m. from outer brace shall be provided and laid.

f) Lightening conductor, water level indicator, central ventilator and

M.S. Ladder, RCC staircase shall be provided as per Departmental

Specifications.

g) Size of inlet, outlet, overflow, bye-pass piping and valves including

scour valve shall be specified as per actual requirements and

makes of valves shall also be specified list of MJP.

h) Capacity of the container of the tank shall be the volume of the

water it can store between the designed full supply level and the

lowest supply level.

357

i) Staging height shall be the vertical difference between lowest

supply and the average G.L. at the site of tank.

Access to various levels of Reservoir

Spiral Staircase

A RCC pre-cast step spiral staircase, one meter wide from ground level to

bottom slab level gallery to roof slab level of RCC ESR with intermediate

platforms and sufficient number of stiffeners at intermediate levels and

with proper landing and railing be provided for the spiral staircase.

A M.S. grill gate of 2.0 m. height with locking arrangement of approved

design shall be provided and fixed by the contractor as directed.

M.S. Ladder

Two numbers M.S. ladders of required length and design as approved by

the Department shall be provided by the contractor for ESR. This shall be

for the access to inside of tank.

358

SCHEDULE OF PAYMENT FOR ELEVATED SERVICE RESERVOIR The item No.1 of R.C.C. E.S.R. is for complete unit of work, the schedule of

payment will be on lump sum basis at the percentage specified below.

1. Approval of design 2%

2. Excavation of foundation 5%

3. Footing and columns up to G.L. 6%

4. Columns and braces up to bottom of container 15%

5. Floor slab and gallery 20%

6. Vertical wall

a) Half height

b) Remaining height

10%

10%

7. Roof slab 6%

8. Plaster – finishing painting, Epoxy painting 4%

9. Stair case 2%

10. Erection as inlet, outlet, overflow, pipes specials and valves,

railing, etc.

2%

11. Water Tightness Test 10%

11. Providing and Misc. works construction of chambers, M.S.

ladder,

2%

12. Water level indicator, lighting conductors 1%

13. M.S. gate with grill, and other items not included above. 5%

Total 100%

1) No change in percentage specified above shall accepted. Partial

completion of item as quoted above will not be considered for payment

in part.

2) 25% payment of concrete , reinforcement & plastering items shall be withheld till satisfactory hydraulic testing.

359

Item No.2 – Providing and supplying ISI standard C.I.D.F. pipes etc. complete

The item is for providing and supplying CID/F pipes for 200 mm dia, 250

mm dia, 350mm dia and 600 mm dia CID/F pipes for ESR inlet, outlet and

overflow pipes.

The item shall be executed as per description of item in Schedule-B and

relevant IS specifications

Mode of measurement and payment

The item shall be measured and paid on Rmt basis. 85% payment shall be

released after supply of pipes with manufacturers test report, 15% after

jointing and satisfactory hydraulic testing of pipe.

Item No.3 – Providing and supplying ISI mark C.I. flanged S&S specials

Providing and supplying ISI mark C.I. flanged S&S specials, including all

taxes (Central and local), railway freight, inspection charges, unloading

from railway wagon, loading into truck, transportation upto

departmental store/site of wok, unloading, stacking etc. complete.

Mode of measurement & payment

The item will be measured and paid on Kilogram Basis. 85% of the

payment should be released after supply of specials at site and 15%

payment will be released after satisfactory hydraulic testing, is

completed.

Item No.4 – Providing and supplying C.I.D.F. sluice valve etc. complete.

The contractor shall procure C.I.D.F Sluice valves with wheel as per

IS:2906-1969 and revised latest edition. Valves of PN-1 rating shall be

provided. Only Kirloskar, I.V.C., IVI, Durga, Mayur, make valves shall be

accepted.

360

Mode of measurement and payment

The item shall be measured and paid on per number basis. 85% payment

shall be released after supply of pipes with manufacturers test report,

15% after jointing and satisfactory hydraulic testing of pipe.

361

MAHARASHTRA JEEVAN PRADHIKARAN

MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, PANVEL

MAHARASHTRA JEEVAN PRADHIKARAN W.M. DIVISION , AMBERNATH

NAME OF WORK: Augmentation to Ambernath Water Supply Scheme, Tal. Ambernath, Dist. Thane Construction of C.C. weir at Chikhloli Dam, Designing,

constructing & commissioning 7.20 ML capacity WTP at Chikhloli, lowering, laying and jointing D.I.K-7/K-9 pipes for rising main/gravity main/distribution system, construction of R.C.C. sump and pump house, construction of 8 nos. of RCC ESRs at various places with compound wall, construction of Consumer Redressal Centre with computerization, Railway crossing work, Repairs to Belivali MBR etc. complete.

ITEMWISE DETAILED SPECIFICATIONS Sub Work No-7: Lowering, laying and jointing D .I .Pipe distribution

system in Ambernath town. Item No -1- Providing and supplying D. I. Flanged, S&S Specials etc complete. 1.00 Providing D.I. S/S and flanged specials suitable for D.I. pipe, confirming

to IS:9523-2000 and as amended from time to time, including cost of

materials, taxes (Central and Local), insurance, railway freight,

unloading from railway wagon, loading into trucks transportation and

unloading at stores or site of work stacking etc. complete

2.00 Mode of Measurement and Payment

The item will be measured and paid on Kilogram Basis. 85% of the

payment should be released after supply of specials at site and 15%

payment will be released after satisfactory hydraulic testing, is

completed.

362

Item No -2:- Providing and supplying M.S. Specials etc complete. 1.00 Scope

Providing, fabricating M.S. Plates for specials for works, testing etc. at the

Contractor’s factory and testing the pipes

Transporting of fabricated specials from contractor’s factory to laying site or

MJP’s store as directed

These specials (detailed hereafter) specifications supplement, Standard

Specifications for Civil Construction Works prepared by the MJP for

(Maharashtra Jeeven Pradhikaran)

1.1 DRAWINGS The drawings accompanying the tender are indicative type drawings. Working

drawings shall have to be prepared by the Contractor.

1.2 SUPPLY OF MATERIALS TO THE CONTRACTOR

The MJP will not supply M.S. Materials such as plates; flats etc. required for

the fabrication of pipes, specials appurtenances etc.

The conveyance of fabricated materials from workshop to site of work shall

be deemed to have been covered in the relevant items of fabrication of

pipes, specials etc. The contractor should note that the steel plates and other

structural steel required for fabrication of specials is to be procured by him

from open market at his cost. The contractor has to procure such plates in

several stages as the circumstances demand, or, as directed by Engineer-in-

Charge.

The MJP shall not however supply any steel or structural steel to the

contractor for his use for preparing jigs, testing arrangements, platforms

etc. in the factory or in the field. The contractor shall have to make his own

arrangements for procuring them at his own

363

cost immediately or receipt of work order and the MJP shall not entertain

any request for extension of completion period of compensation on increase

in cost etc.

1.3 GENERAL

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 accompanying / or may be provided during execution.

a) One piece cut composite bends. b) Loose flange rings c) Stiffener rings. d) Pressure and non-pressure type blank flanges e) ‘Y’ branches and tees, f) Tapers, bends

1.4 WORKMANSHIP

Loose Flange Rings

Loose flange rings shall be cut of the plates of suitable thickness as

directed by the Engineer. In order to avoid the wastage of steel plates,

shall be cut in maximum 4 segments, to form a complete ring when

welded together. Bolt 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

drawing whenever required.

Stiffener Rings

Stiffener rings shall be cut out of 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 sand shall be welded on the pipes as per

instructions of the Engineer-in-Charge.

364

Tapers

The tapers and bend shall be fabricated in one or more pieces as may be

necessary according to their lengths and sizes of plates available. These

shall have 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 specials 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 won 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. bends from the

available M.S. Pipes by cutting and welding the pipe pieces as required

including painting of specials fabricated with red oxide paint and a

covering coat of gray graphite paint. In such cases payment will be

proposed for cutting and welding operations under relevant item work

and payment will be made under this item.

2.00 Mode of Measurement and payment

Fabrications of the various specials and appurtenances shall be measured

and paid under the relevant item in Schedule B on weight basis. These

items shall include the cost of supply of all labour, material (unless

otherwise stated) and machinery for fabricating theses and

appurtenances as per specifications and shall include all cost of materials

and handling materials within the fabrication yard stacking them properly

in the yard, transporting from factory to site, including loading,

unloading and all other ancillary works involved. Deductions for bolt

holes shall not be made while

365

computing weight for payment. 85% payment will be made immediately

after supply of M.S. specials. 15% after lowering ,laying, jointing and

satisfactory hydraulic testing is given.

Item No 3:- Providing and supplying ISI mark Sluice valves etc complete 1.00 GENERAL

The Sluice Valves proposed to be procured through this tender are to be

used for drinking water supply schemes under execution.

1.1 WORK UNDER THIS CONTRACT

The work entitled manufacture, supply and delivery of Sluice valves for

transmission mains shall comprise the manufacture, supply and delivery

of the goods as mentioned in Schedule B.

C .I. D.F. Sluice valves of MJP approved make shall be accepted. The

Sluice valve shall confirm to IS 780 and IS 2906-1984 or as per

subsequently modified IS of relevant year.

The above goods to be used for conveyance of potable water at

temperatures varying from 10 degree centigrade to 40 degree centigrade.

The tender rate shall include all labour and machinery and all materials

necessary for the proper, manufacture of the goods, for tests at the

contractor’s works for the insurance and for delivery to works for the

proper maintenance and for discharging every obligations and

requirement of the contract, in accordance with the intent of the

contract documents, as stated in the General Conditions of Contract.

1.2 STANDARDS

Where reference is made to a particular standard, it shall be the latest

revision of the Indian Standard Institution. Unless otherwise

366

specified, the sluice valves shall be in accordance with the provisions of

IS:780:1980 and IS:2906:1984 or sizes of the sluice valves covered under

relevant standards.

1.3 MARKING OF SLUICE VALVES

Each sluice valve shall be marked as per IS:780:1980, Para-II for sizes (50

mm to 300 mm) and IS:2906:1984, page: 11.1 (for sizes 350 mm to 1200

mm).

1.4 PACKING AND HANDLING

The contractor shall dispatch from the manufacturer’s works goods

adequately protected to prevent damage and deterioration during

transportation and storage, etc. The packing is to be quite robust to

withstanding rough handling during the transit by road/ rail/ sea and

storage.

Each package / create will contain sluice valve of one size only in

relevant class.

The packing procedure followed shall be in accordance with para 12 of

IS:780:1980 and para 12.1 of IS:2906:1984

The contractor shall use proper handling equipment or follow suitable

handling method as approved by the Engineer to unload the materials at

the delivery site to prevent damage to the goods and equipments.

Third party inspection from agency approved by MJP. should be carried

out at contractor’s cost only.

The contractor should produce manufacturer’s test certificate

conforming that the valves have been tested in accordance with I.S.

specifications, stating the actual pressure and the medium used in the

test. The design workmanship, material, strength and

367

dimensions of all parts shall be as per I.S.S. The product shall be of

proven quality rendering reliable service during maintenance and

requirement.

2.00 Mode of measurement and payment

The item shall be measured and paid on per No. basis. 85% payment shall

be released after supply of valves with satisfactory 3rd party inspection

report, 15% after lowering, laying, jointing and after satisfactory

hydraulic testing of sluice valve.

Item No 4:- Supplying C I Mechanical Compression Collar Coupling (Jiffy

Joints)

1.00 The item shall be executed as per description of item in schedule-B and

as directed by Engineer -in-Charge.

2.00 Mode of Measurement and Payment

This item will be measured and paid per number basis. 85% Payment

shall be released after supply and fixing of joints at site and 15% after

satisfactory hydraulic testing is completed.

Item No 5:- Providing and Supplying C. I .D .Joints etc complete 1.00 The item pertains to providing, supplying and fixing C.I. Detachable joints

at cross connections or any other places as per requirement. The cost of

providing necessary materials, with transportation of materials upto site

of work, providing necessary labour and equipment in fixing CID joints is

included.

The work shall be executed as per description of item in Schedule-B,

relevant I.S. and as directed by Engineer-in-Charge.

2.00 Mode of Measurement and Payment

This item will be measured and paid per number basis.

368

Item No.6 – Excavation for pipe trenches in average all types of strata of earth, soil of all types, sand, gravel, soft murum, hard murum with boulders, soft rock, hard rock by mechanical chiseling & all means … etc. complete.

1.0 GENERAL The specifications contained in the standard specification volume IInd

published by Public Works and Housing Department, Govt. of

Maharashtra, Chapter Bd.A-9 shall apply. In addition to above following

specification shall apply. In case of any discrepancy between the two the

below given specifications shall govern.

1.1 SITE CLEARANCE The area to be excavated shall be cleared off all trees and bushes and

rubbish and other objectionable materials removed shall be burnt or

disposed off as directed by the Engineer-in-Charge. The cost of such

clearing shall be deemed to have been included in the rates accepted for

different items under excavation.

1.2 DEWATERING No distinction shall be made as to whether the materials being excavated

are dry, moisture or wet. The item also includes bailing out of water by

manually to keep the trenches reasonable dry for all further works of

lowering, laying, jointing and testing of the pipe line till the completion

of the work.

1.3 SHORING AND STRUTTING The item includes all shoring and strutting that may be required. On no

account the width of trenches more than these mentioned here in after

shall be measured. If excavation width more than the specified is

required for the purpose of keeping machinery, steeping due to loose

material or for any other reasons the same shall be at the Contractors

cost.

369

1.4 LIGHTING, BARRICADING AND GUARDING The items of excavation are including necessary lighting at night at

suitable intervals, but not more than 15 meter along the excavated

trenches and at all crossing and barricading the same by fencing so as to

avoid the accident. Chowkidars shall be employed at place where the

trenches cross over any traffic road to caution the vehicles and

pedestrians etc.. The arrangements shall be maintained till completion

of work and at the cost of the Contractor.

1.5 ALIGNMENT AND LEVELS

Before the trenches excavation is commenced, sight rails shall be

erected at every 30 meters and at all points of change of direction,

gradient and at ends. The excavation work shall be proceeded by a

detailed survey along the alignment of the main to obtain ground levels

at every 30 meters or less distance. Temporary bench mark shall be

constructed at every 30 meters distance along the alignment and shall

be maintained till the completion of work. All labour and materials

required for the survey work of fixing bench mark etc. shall be provided

by the contractor at his own cost. For any mistakes in survey the

contractor is fully responsible. He should not lay the pipes, unless the

alignment is thoroughly checked by the Engineer-in-Charge or his

authorized representatives who is empowered to sign the work order

book in token of checking the exact grade and level of the trench

excavation.

Excavation at random places shall be measured available to the MJP

Engineer for checking. Any non technical practices during the

excavation of the contracted work shall be viewed very seriously by

the MJP and a note to that effect will be recorded against the

contractor in his name.

370

1.6 DEPTH AND GRADES OF TRENCHES

The trenches shall be excavated to the required grades and depths and

on the lines as shown on approved drawings as directed by the

Engineer-in-Charge. The depth of excavation and the levels of the pipe

inverts shall be checked by means of boning rods of suitable lengths.

Additional depths if required to be excavated for pipes, for sockets,

collars, specials, joints and for any other working facility and shall

not be measured and paid.

The contractor shall notify the Engineer when the trenches are ready for

bedding so that the Engineer can inspect and record the depths. Only on

explicit approval by Engineer, the bedding shall be provided by the

contractor.

1.7 WIDTH OF TRENCHES

The maximum width of the trenches admissible for payment shall be as

below or actual excavated width whichever is less shall be recorded and

paid for. Extra widths for pits at sockets, collars, specials, joints,

construction and also for working liabilities shall neither be measured

nor paid for. However, excavation required for providing and casting

fixity block, thrust blocks, encasing etc. will be measured and paid for

under relevant item of excavation. Trench excavation and back filling

should be strictly in accordance with detailed specification. Extra

dimensions if required at site of work due to any unavoidable reason will

not be paid to the Contractor.

A) For D.I. Pipes/C.I. Pipes i) 100 mm dia 0.75 M ii) 150 mm dia 0.75 M iii) 200 mm dia 0.80 M iv) 250 mm dia 0.85 M v) 300 mm dia 0.90 M

371

vi) 350 mm dia 0.95 M vii) 400 mm dia 1.00 M viii) 450 mm dia 1.05 M ix) 500 mm dia 1.10 M x) 600 mm dia 1.20 M 1.8 CLASSIFICATION OF MATERIALS IN EXCAVATION The exact classification of the strata likely to be met with during the

excavation for which average rate is worked out for all strata described

in Item of this sub work. The contractor shall carry out his own

assessment regarding the strata at different depths along the alignment

before submission of the tender.

1.9 EXCAVATION BY CHISELING, WEDGING IN HARD STRATA The contractor shall note that blasting may not be permissible at some

places, due to likely hood damages to any public or private property.

Excavation will have to be by chiseling, wedging in hard rock is required

to be carried out close to habitation or similar other risk involved

locations, payments for excavation will be made at the rates of

concerned item of Schedule ‘B’ as cost of excavation by chiseling,

wedging is inclusive in item itself. Any damage to private or Government

of Maharashtra Jeevan Pradhikaran’s property, be reinstated by

contractor at his own cost.

The item of chiseling wherever appears shall mean chiseling by all means

other than blasting including mechanical / pneumatic / rock splitters or

any methodology.

2.00 MODE OF MEASUREMENT AND PAYMENT

The excavation shall be measured in Cubic Meters only. Dimensions shall

be measured correct to two decimal of Meter and quantity shall be

calculated to two places of Decimal of Cubic Meters, if any additional re-

excavation is required for hydraulic testing of pipe, the same will not be

admissible for payment. 10% amount will be withheld till satisfactory

hydraulic testing is given.

372

Item No.7 – Filling in plinth and floors murum bedding in trenches etc. complete.

1.00 The murum to be used for bedding shall be of approved quality soft

murum to be laid in 15 Cms. thicknesses to the grade as directed by the

Engineer-in-charge. The width admissible for payment shall be the same

as per 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 pipe line. Extra

excavation for murum bedding, wherever required as above shall be

admissible for payment under excavation.

2.00 MODE OF MEASUREMENT AND PAYMENT

Murum bedding shall be measured in Cubic Meters only. Dimensions shall

be measured correct to two decimal of Meter and quantity shall be

calculated to two places of Decimal of Cubic Meters. 10% amount will be

with held till satisfactory hydraulic testing is given.

Note:-

1) The rate includes excavation in all types of strata viz. hard and soft,

the excavation shall be carried out by all means.

2) Excavation in all types of strata for pipe line work shall be done for

required full depth of trench, otherwise payment shall not be made

for complete depth of trench.

Item No.8 – Refilling the trenches etc. complete. 1.00 After lowering, laying and jointing of pipe line, concreting work and

testing of pipe line refilling of trenches with available excavated stuff

shall be done.

The available excavated stuff shall be laid in layers of 15 to20 cm. Each

layer shall be watered and compacted before the upper layer is laid till

the required level is reached.

373

First 2 layers of 15 cm to 20 cm shall be free from stones or chips or any

harmful material, to protect the pipe from damage.

Only soil or soft murum shall be used for filling.

Originally filling shall be done 30 to 40 cm above natural ground or road

level. Sinking below the road or ground level, if noticed till the

completion of work the contractor shall have to make it level at his cost.

This item includes, a) Cleaning useful excavated materials of rubbish braking clods, stone etc. b) Conveying the useful excavated material for all leads and filling in layers,

watering and compacting. c) All labour, equipment and other arrangements necessary for the

satisfactory completion of item. 2.00 Mode of Measurements

The item shall be measured and paid on Cum. Of compacted trenches

filling with approved excavated material. The measurement shall be net

for the compacted filling and no deduction for shrinkage or voids shall be

made. However, deduction of pipe volume shall be made. Depth of

filling for measurement will be limited from natural ground level only.

Surplus excavated material is the property of Maharashtra Jeevan

Pradhikaran, so Contractor is not empowered to sell this excavated

material to any other agency. This disposal will not be considered for

initial50 m lead from edge of pipe line trenches and so will not be paid

for. The material shall be conveyed by means of suitable

devices/manner.

The material conveyed to the place of disposal shall either be stocked or

spread as directed by Engineer-in-Charge or his representative.

374

The route opening and maintenance, payment of any royalties,

compensation land owners and for damages if any etc. during the process

of conveyance etc. shall be entire responsibility of the contractor.

Though the contractor is required to be refilling before hydraulic testing

to avoid traffic handle, no payment of refilling of trenches of pipe line

shall be payable still satisfactory hydraulic testing is given, re-

excavation, if any during testing shall be done by the contractor at his

own cost.

Item No.9 - Providing and laying Plain cement concrete ---etc complete

1.00 CONCRETE PROPORTION a) Proportions of concrete for types of work

M-150- PCC for encasing, anchor block, thrust block etc. complete

b) General specifications of this work shall be as per standard

specification of Public Works Department, latest edition,

Section BdE-1, Page no 287.

c) Whenever concrete is to be laid in trenches, the trench shall be

cleaned, and watered before placing. The sub- soil water which is

met shall be removed and the trench shall be kept dry during and

after 2 hours of placing concrete.

2.00 MODE OF MEASUREMENT AND PAYMENT The tender rate shall be for one cubic meter of concrete. The

concrete shall be measured for its length, breadth and depth

limiting dimensions to those specified in drawing or as per

direction of Engineer- in-Charge. 10% amount will be with held till

satisfactory hydraulic testing of pipe line is given.

375

ITEM NO.10 – Lowering, laying & jointing DI S/S pipe etc. complete.

1.00 The tender item covers Lowering, Laying & Jointing D.I. Pipes as well as

D.I. / C.I. / M.S. Specials, pipe pieces, etc. as per requirements and as

directed by the Engineer-in-Charge, by rubber gasket joints, viz. Tyton

Joints.

The cost of conveyance of these materials to place of the site of work is

also included in the tender item.

The item includes jointing D.I. pipes with rubber gasket joints, including

laying and jointing D.I. / C.I. / M.S. Specials. The method of jointing

with tyton joints (i.e. rubber gaskets) is as under.

The rubber gaskets is inserted in the socket of the pipe which is

facilitated by applying thin file of lubricating oil in such a way that the

bulb of gasket is forwarded at the back and the socket and the groove in

the gasket should firmly fixed in the projecting ring inside the socket.

The gasket has to be properly cleaned before inserting and it has to be

ensure that it fits evenly around the whole circumference of the socket,

removing any bulges which would prevent the entry of spigot end, then a

thin film of lubricant should be applied to the gasket, inside surface and

outside surface of entering spigot end for one inch distance after cleaning

it. The pipe to be jointed should be supported correctly by the tackle, so

that it is clear of trench bottom.

The spigot of the pipe shall be carefully aligned and inserted in the

adjoining socket, until it make contact with the rubber gasket. The spigot

shall be forced inside the socket, past the gasket (which is thus

compressed) until the spigot reaches the end of the socket. The forceful

insertion has to be achieved with crowbars, jacks and lowers, etc. as per

the details given in the Literature of TISCO or any other suitable method

as directed.

376

However, before lowering of pipes in trenches a layer of murum bedding

from the excavated stuff will have to be provided below the pipe line for

proper grading and alignment and also to act as cushion and support to

pipe. The murum bedding will be paid under item of refilling as it forms a

part of refilling item.

1.1 HYDRAULIC TEST

Suitable section as directed by the Engineer-in-Charge shall be taken for

such testing from time to time during progress of the work and

satisfactory test given for that section. All testing apparatus, gauges,

connections etc. and water required for testing shall be arranged by the

contractor at his cost. MJP does not undertake any responsibility to

supply water for testing, which contractor has to arrange from the

municipality or otherwise by paying the required charges directly. The

MJP shall have the right to recover such charges from his bills if

complaints are received that contractor has not paid the charges thereof.

If there is delay in testing the contractor shall refill the trenches for the

time being and re open them at time of testing at his own cost, failure of

which shall entitle the MJP to do the refilling and reopening of trenches

at the risk and cost of the contractor if the trenches are refilled due to

any reason whatsoever before testing the contractor shall have to open

them for testing at no extra cost.

i. Satisfactory hydraulic test shall be regarded when the section under test

shall withstand the pressure as specified by the Engineer-in-Charge for

about 15 minutes without operating the test pump, the test pressure

being maintained at the specified figures during that 15 minutes interval.

ii. The entire pipe line, specials and all joints in that section appears to be

dry. The test pressure shall be as per designed the test pressure of

particular class of pipe.

377

During testing if any joints are found leaky they shall be repaired and/or

redone by the contractor at his cost till the test is found satisfactory.

Similarly any pipes, collars, specials show hair cracks, leaks etc. during

testing, the contractor shall replace them with sound pipe and specials

together with new joints, entirely at his own cost till a satisfactory test is

given. The pipe, specials etc. which cracks during testing will, however,

be supplied by the contractor, replacement free of cost. The hydraulic

test shall be given in the presence of the Engineer-in-Charge.

10% payment of respective items shall be withheld till hydraulic test is

given which shall be released only on giving satisfactory test.

After laying and jointing any pipe line, the pipe line must be pressure

tested to ensure that pipes and joints are strong enough to withstand the

maximum pressure, likely to be developed under working condition. In

this G.O.I. Manual on water supply and Treatment (3rd Edition, March

1991) describes the field test pressure to be imposed on pipe lines. In this

respect, for DI pipes, concerned para 6.5.2 from this manual is

applicable.

Thus, for DI pipes, field test pressure is as per Para 6.4.2.2. As per

paragraph, the field pressure is to be imposed should not be less than the

maximum of the following.

a) 1.5 times the maximum sustained operating pressure.

b) 1.5 times the maximum static operating pressure in the pipeline

c) Sum of maximum sustained operating pressure and the maximum surge

pressure.

d) Sum of maximum pipe line static pressure and the maximum surge

pressure, subject to a maximum equal to the work test pressure for any

pipe fittings incorporated.

378

Here, it is to be noted specifically that, while determining the class of

pipe, along with other conditions, aspect of above field hydraulic test

pressure should also be considered.

Above working pressure, it is clarified that working / operating pressure

is the maximum sustained internal pressure, excluding the one coming in

abnormal condition such as average (water hammer) to which the pipe

line may be subjected to when in use. All the field tests should be carried

out for the pressure as clarified above only.

2.00 MODE OF MEASUREMENT AND PAYMENT The item shall be measured and paid on the Running Meter basis.

Dimension shall be measured correct to two decimal meter. The

15% payment shall be with held for till satisfactory hydraulic

testing is given.

Item No.11 – Lowering, laying & jointing Sluice Valve etc. complete.

1.00 GENERAL

The specification lays down the requirement for lowering, laying and

jointing Sluice valves.

1.1 PREPARATION

The sluice valves and tail pieces shall be examined before laying for

cracks and other flows. Only undamaged S.V. shall be used.

The sluice valve shall be operated and checked before laying.

All the four faces shall be thoroughly cleaned and coated with a thin

layer of mineral grease.

The tightening of gland shall be checked with a pair of inside callipers.

Clearance between the top of stuffing box and the underside of the gland

shall be uniform on all sides.

379

1.2 JOINTING MATERIALS

The contractor shall provide all the necessary jointing materials such as

nuts, bolts, rubber packing, white zinc, jute lead wool etc. at his cost.

All tools and plant required for installation of sluice valve shall be

provided by the contractor at his cost.

All the jointing materials shall be got approved from the Engineer-in-

charge before use.

The nuts and bolts shall be conform I.S.1364 and the rubber packing shall

conform I.S. 638.

1.3 INSTALLATION

The sluice valve shall be lowered into trenches carefully so that no part is

damaged during lowering operation. If necessary tail pieces shall be

fitted with sluice valve first outside the trench and then lowered into the

trench.

The rubber packing shall be three ply and of approved thickness. The

packing shall be of full diameter of the flange with necessary holes and

the sluice valve bore. It shall be even at both the inner and outer edge.

The flange faces shall be thoroughly greased. If flanges are not free the

contractor shall use thin fibers of lead.

After placing the packing, nuts and bolts shall be inserted and tightened

to make the joint. The valve shall be tightly closed being installed to

prevent any foreign materials from getting in between the working parts

of the valve.

Each flange bolt shall be tightened a little at a time taking care to

tighten diametrically opposite bolts alternately.

380

The sluice valve shall be installed in such a way that spindle shall remain

in truly vertical position.

The other end of the tail piece shall be fitted with pipes so that

continuous lines can work. Extra excavation necessary for facility of

lowering and fixing of sluice valve shall not be paid for.

2.00 Mode of measurement and payment

The item shall be measured and paid on per No. basis.

Item No.12 – Providing constructing BB masonry Valve Chamber etc.

complete.

1.00 The size of the chamber shall be as mentioned in the description of item

and it shall be the internal size. This is completed item.

The tender item covers PCC at bottom on well rammed surface and B.B.

masonry walls with inside cement plaster and CC coping on the top of

B.B. masonry. The work of CC and B.B. masonry shall be carried out as

per detailed specification of respective items. The covers shall be of

precast slab as specified in description of item.

The work shall be carried out as per detailed drawing of the chamber

supplied by the Engineer in charge. The chamber shall be flush with road

surface and shall not cause any hindrance to the traffic.

The precast covers shall be of the dimensions as specified in the

drawings.

This shall include the cost of reinforcement, concrete. Precasting,

curing, conveyance

and fixing the RCC precast cover.

2.00 Mode of measurement and payment

The item shall be measured and paid on per No. basis.

381

Item No.13 –Providing 50mm thick full grout bituminous road surface etc.

complete.

1.00 General

The work consists of supply of all materials and labour required for

providing and laying bituminous macadam surface for completed

thickness of 50mm. This item includes preparation of existing road

surface (portion of excavated trenches for pipe line) to receive the

bituminous behind macadam course, spreading of 40mm size metal

layer in required thickness with compaction with power roller,

spreading 20mm chips, compaction with power roller, heating and

spraying bitumen with equipment plant etc. spreading key aggregate

12mm chips and final compaction and in close conformity with grades,

lines, cross section and thickness as per approved drawings and

standard specification of PWD of Section RD-59, Page 232 or as

directed by the Engineer-in-Charge.

1.1 Material

The bitumen shall be paving of suitable grade (bulk asphalt 60/70

grade) as per Indian Standard Specification for “Paving Bitumen : IS “

1873 : 1961. The actual grade of bitumen to be used shall be decided

by the Engineer-in-Charge appropriate to the region, traffic, rainfall

and other environmental conditions.

1.2 Aggregate

The aggregate shall comprise of 40mm size hand broken stones

satisfying standard specification clause Rd.22.3.2, Page 201 of edition

1979, 20mm size and 12mm size crushed aggregates satisfying

standard specification clause Rd.31.3.2, Page 216 of edition 1979 for

respective size of crushed metal. The aggregate shall be clean,

strong, durable and fairly cubical in shape and shall be free from

disintegrated pieces, organic or other deleterious matters. The

aggregate shall satisfy the physical requirements set

382

forth in Table 500-4 of Ministry of Surface Transport’s Specification

for road and bridges edition June 1992.

1.3 Proportioning of Materials

The quantities of aggregates and bitumen required for the work of 50mm

compacted bituminous bound macadam is detailed below :

a) 40mm size hand broken metal 9.00 cum per 100 Sqmt.

b) 20mm size crushed etc 1.50 cum per 100 Sqmt.

c) 12mm size crushed metal 1.80 cum per 100 Sqmt.

d) Bitumen including tack coat at 250 Kg/100 Sqmt 50 Kg/100 Sqmt

1.4 Preparation of Base

The road surface shall be swept clean of all dirt, dust and other loose and

foreign matter. The work shall be performed widths and lengths as

directed by Engineer-in-Charge and may require spreading rubble soling

on the refilled surface ramming etc. The edge lines may be marked with

stakes (formed of murum or metal 25cm to 30 cm width)

1.5 Spreading and Compaction

Spreading of 40mm size metal

40mm size hand broken metal shall be spread evenly at the rate of 9

cum/100 Sqmt of area so as to form uniform layer over the width of road

specified on plants. Any foreign matter, organic matter, dust, grass etc.

shall be removed immediately. The section shall be checked with camber

board, straight edge batten etc.. Any irregularities shall be made good by

adding aggregates in case of depressions and removing aggregates from

hight spots.

1.5 Compaction of 40mm size metal

The surface of 40mm size metal layer after brought to necessary grades

and sections shall be rolled with the use of 8 to 10 tons

383

power roller. Rolling shall be commence from the edges and progress

towards the center longitudinally except on super elevated portion is

shall progress from the lower to upper edge parallel to the centerline of

pavement. When the roller has passed over the whole area as prepared

once, any high spots or depressions, which become apparent, shall be

corrected by removing or adding aggregates. The rolling shall then be

continued till the entire surface has been rolled to desired compaction

such that there is no crushing of aggregates and all other roller marks

have been eliminated. The each pass of roller shall uniformly overlap not

less than 1/3 of the track made in the preceding pass.

1.6 Spreading of 20mm size metal

20mm size crushed metal shall be evenly spread at the rate of 1.5 Cum /

100 Sqmt of area over the 40mm size hard hand broken metal

compacted.

1.7 Compaction after spreading of 20mm size metal

The surface of 20mm metal layer after brought to necessary grades and

sections he rolled with the use of 8 to 10 ton power roller. Rolling shall

commence from edges and progress towards the center longitudinal

except on super elevated portion it shall progress from the lower to

upper edge parallel to the center line of pavement. When the roller has

passed over the whole area as prepared once, any high spot or

depressions, which become apparent, shall be corrected by removing or

adding aggregates. The rolling shall then be continued till the entire

surface has been rolled to desired compaction such that there is no

crushing of aggregates and all other roller marks have been eliminated.

The each pass of roller shall uniformly overlap not less than 1/3 of the

track made in the preceding pass.

384

1.8 Bitumen application

Bitumen to be used shall be got approved from Engineer-in-Charge of IS

grade 535 needs heating to a temperature range between 177 degree to

191 degrees. Bitumen other than grade IS 535 shall be heated toa

temperature appropriate to that grade. Bitumen shall be applied through

a pressure sprayer uniformity at the rate of 125 kg/100 Sqmt. To ensure

correct application of bitumen being spread, known dimensioned area be

checked for use bitumen and accordingly dosage may be increased or

decreased as the case may be.

1.9 Key Aggregates

On completion of bitumen application, 12mm size key aggregates shall be

spread immediately at a uniform rate of 1.8 Cum. Per 100 Sqmt of area

when entire surface is in hot condition. Brooms shall be used ensure even

distribution of key aggregates.

1.10 Final Compaction

Immediately after spraying of bitumen and spreading of key aggregates,

the surface shall be rolled with a powered roller to obtain full

compaction and to force the bindage of key aggregates in to the

interstices of the course aggregates. The rolling shall continue till the

asphalt surface hardness and key, aggregates slop moving under power

roller.

1.11 Surface Finish and Quality Control

The surface finish shall conform to requirement of clause 902 of

specification for Roads and Bridges by Ministry of Surface Transport.

Quality control test and their requencies shall be as per para 5 of table

900-3 on Page 228 specification for Road and Bridges by Ministry of

Surface Transport.

1.12 Arrangement of Traffic

During the period of execution, arrangement of traffic shall be carried

out according to the Clause 112 (excluding last para of

385

112.6) of specification for Roads and Bridges by Ministry of Surface

Transport.

This item shall be executed as per wording of item in Schedule-B, after

completion of pipe line testing and satisfactory refilling.

1.13 Item to Include

a) Labour and materials required for preparing surface.

b) Supplying, spreading, compaction of required metal layers.

c) Supplying, spreading, compaction of 40mm hand broken size metal

and 20mm crushed metal.

d) Supplying, heating and spraying of bitumen (bulk asphalt 60/70

grade)

e) Supplying, spreading and compaction of 12mm crushed metal.

f) Seal coat at 125 Kg/100 Sqmt.

2.00 Mode of Measurement

The completed item rate for finished work of full grout bituminous bound

macadam is in full for carrying out all operation as detailed in Para

named item to include. The finished work shall be measured & paid in

Sqmt. Basis.

Item No.14 – Providing & fixing C.I. Road Box etc. complete.

1.00 The item includes providing, supplying and fixing C.I. road box of size 100

x 225 mm (20 Kg) at site of work including necessary taxes, loading,

unloading and transportation to site of work, including all necessary

excavation in all types of strata and fixing in murum packing etc.

complete

2.00 Mode of measurement and payments

The item shall be measured and paid on per number basis.

386

Item No.15 – Dewatering the excavated trenches etc. complete 1.00 The contractor shall furnish, install and operate all necessary machinery

appliances and equipments and shall furnish all labour necessary to keep

excavations free from water during construction and shall dispose of

water so as not to cause flooding of construction works, injury to private

property or to persons, or to cause a nuisance or menace. Before, during

or just after any construction works, including pipe laying, excavation

shall be kept free of water. Bunds shall be provided to prevent surface

water from draining into structural excavation. Earth banks shall be

suitably protected from damage by erosion during construction. Any

damage occurring shall be repaired by the contractor on his expenses, in

a manner approved by the Engineer. When dewatering is separately

provided for under a special item, it will deem to include all cost of fuel,

labour, required for the job and all expenses related to this job. All

machinery and equipments are supposed to be arranged by the contractor

at his own cost. The item of dewatering includes any work of coffer dam;

diversion or river / nalla flow etc. unless specific provision for such item

exists under a separate item.

2.00 MODE OF MEASUREMENT - JOB – Lump Sum

During execution dewatering through running bill will be paid as below.

1. After completion of 40% laying work = 25%

2. After completion of 60% laying work = 15%

3. After completion of 80% laying work = 20%

4. After completion 100% laying work = 30%

10% Amount will be withheld till satisfactory testing is given for whole

work.

Item No.16 – Disposing of surplus excavated materials etc. complete.

1.00 The tenderer shall dispose all the surplus excavated stuff within a

distance of 5 Km.. The disposal shall include collecting and filling the

material into truck, cart/tractor etc. conveying into a desired

387

disposal site, unloading, leveling the disposal material etc. complete.

The disposal shall be done at the sites as directed and shown by the

owner or his authorized representative of MJP and shall not be done at

any other place than shown by the owner or his authorized

representative. If disposal is done at any other places than shown by the

owner or his authorized representative then no payment will be

admissible to the contractor on this account and owner reserves the right

to recover the cost of material from the contractor at the prevailing

market rate of supply of murum.

2.00 Mode of measurement & payment

Payment shall be made on the Cubic meter basis of disposal surplus

quantity. In no case the quantity of surplus excavated stuff disposed

should exceed the total quantity of volume of murum bedding, rubble

soling, pipe volume, PCC, RCC etc. complete.

Item No.17 – Supplying S.P. fire hydrants etc. complete.

1.00 Supplying, transporting the S.P. fire hydrants including duct foot, bends,

S.V and S.V. road box, painting the hydrant, fixing the saddle pieces,

supplying and laying required length of C.I. pipe line and jointing the

same, spun yarn, molten lead including caulking fixing the S.V/ road box

in one brick masonry chamber in 1:5 CM with 12 mm thick 1:3 cement

plaster both inside and outside on 1:3:6 CC 150 mm thick etc. complete

as specified and directed. (As per IS:900:1965 latest version)

The item shall be executed as per description of item in Schedule-B and

as directed by Engineer-in-Charge.

2.00 Mode of measurement and payment

The measurement of this item shall be taken as per number basis of

completed work as per description of item.

388

Item No.18 – Providing & fixing M.S. chequered plate etc. complete.

1.00 Providing and fixing MS chequered plate flooring of following thickness

supported on MS angles (25 x 25 x 5 mm size) including welding, cutting

and fabricating the plate to the required square or round shape, making

holed in the plate, including providing and applying 3 coats of

anticorrosive paint etc. complete as directed by Engineer-in-Charge. – 8

mm thick

The item shall be executed as per description of item in Schedule-B and

as directed by Engineer-in-Charge.

2.00 Mode of measurement and payment

The measurement of this item shall be taken square meter basis. Actual

length and breadth shall be measured upto 2 decimal point.

Item No.19 Making cross connection to existing distribution main etc. complete.

1.00 This item incorporates the work of cross connection to existing

distribution mains and newly laid D.I. pipe line. Materials such as

required pipes, specials, valves will be paid separately under relevant

item. The connections joint should be water tight at maximum working

pressure. The work shall be executed as per description of item and as

per directions of Engineer-in-Charge.

2.00 Mode of Measurement

This item will be measured and paid on per number basis. 10% amount

will be withheld till satisfactory hydraulic testing is given.

389

Item No.20 – Shifting of existing service connection on newly laid pipe line etc. complete.

1.00 Shifting of service connection on new laid pipe line including specials, i.e.

ferrule, coupling, union, double nipple, elbow, bends, barrel piece upto 10 m

length and dismantling existing consumer connection including excavation,

refilling and reinstating of service road surface, including all labour and

material charges etc. complete

15 mm dia,20 mm dia and 25 mm dia service connection. The item includes providing necessary materials for service connections such as

gun metal ferrule, MDPE pipe, double compression elbow, female threaded

adaptor with metal insert, UPVC pipe, necessary end ball valve, G.I. medium

class casing pipe, necessary labour such as fitters, and mazdoor for excavation,

refilling, pipe fittings and rental charges for Ratchet and Drg. Drill for taking

boring on distribution pipe line, transportation etc. complete.

Service connection MDPE pipe G.I. casing pipe

15 mm dia 20 mm dia 10 m 25 mm dia 4 m

20 mm dia 25 mm dia 10 m 40 mm dia 4 m

25 mm dia 25 mm dia 10 m 40 mm dia 4 m

Blue MDPE pipe pH-16 (SDR-9) confirming to IS:4427-1996 including cost of

testing all materials, taxes, transportation shall be provided.

G.I. pipe shall be Medium type and shall be comply with IS specifications. The

pipe should be used as casing pipe for gutter and road crossing locations. The

pipe line shall be laid into trenches and screwed with sockets, elbows, tees,

bends etc.. After laying of the pipe line the trenches shall be refilled in layers

duly ramming.

The item shall be executed as per description of item in Schedule-B and as per

directions of Engineer-in-Charge.

390

2.00 Mode of measurement and payment

The measurement of this item shall be taken as per number basis of completed

work as per description of item and specification. Payment will be made per

number of service connections shifted.

Note:- 10% amount of the item shall be with held till satisfactory hydraulic

testing

Item No.21 – Cutting & chamfering of pipes etc. complete.

1.00 Cutting and champhering of pipes as per diameter mentioned in item including cost of all materials and labour involved etc. complete, as directed by Engineer-in-Charge (for all class of pipes)

The item shall be executed as per description of item in Schedule-B and as directed by Engineer-in-Charge.

2.00 Mode of measurement and payment

The item shall be measured diameter wise per cut and payment shall be made on per cut basis

Item No.22:Providing & supplying rubber gaskets for DI pipes & Specials

etc.complete. 1.00 Providing and supplying ISI mark rubber gasket suitable for C.I./D.I. pipe of all

class for tyton joints including all taxes (Central and local) inspection charges,

transportation to departmental store/site of work etc. complete (SBR Gasket to

be used as per IS:5382 & IS:1280).

The item shall be executed as per description of item in Schedule-B and as

directed by Engineer-in-Charge. Rubber gaskets for laying pipe line shall be

provided free of cost by department. This item is for fixing DI/CI specials during

laying of pipeline.

2.00 Mode of measurement & payment

The item shall be measured and paid on per No. basis. Item No.23 Providing structural steel works in single stanchion etc. complete. 1.00 This item covers MS/RS girders, MS angle, channels, flats, base plates, gusset

plates, cleat, bracket etc. and other accessories as per requirement and as directed and fabricating the assembly by cutting, drilling holes, etc. and erecting and fixing item as site with necessary riveted or welded joints, fixtures with nuts and bolts, etc. for chamber covers in heavy traffic area wherever necessary together with their proper fixing and embedding in masonry or slabs of concrete as directed. Structural steel works materials shall be procured by the contractor from open market at his cost. The item includes 1 coat of anticorrosive paint and 2 coats of oil paint of shade to all structural work as directed by Engineer-in-Charge.

All above operations including cost of materials and labour thereof are included in the tender item. The measurement and payment shall be on the

391

weight basis in the unit as mentioned in Schedule ‘B’ actually erected at site as directed shall be admissible for payment. RSJ channels, angles, flats, gusset plates, brackets, base plates, cleats, packing pieces actually used as directed shall be admissible for payment but not the rivets, nuts, bolts etc. The riveted or welded joints or fixing with nuts are included in the tendered rates. The specification for this item given in Standard Specification Book (Bd-C-6/277) published by PWD.

2.00 Mode of measurement & payment

The item shall be measured and paid on weight basis i.e. Metric ton

Item No.24: Providing and supplying single ball flanged/screwed type Air valve etc. complete.

Item shall be carried out as per detailed specifications of It.No.5 of subwork No.4.

Item No.25: Providing and supplying Kinetic double oific type

flanged/screwed type Air valve etc. complete.

Item shall be carried out as per detailed specifications of It.No.5 of subwork No.4.

Item No.26: Lowering , laying and fixing Air valve etc. complete

All types of Air valves required for work are to be supplied by the contractor.The materials supplied shall be flanged as per requirement. The valves are to be carted to the site from supply places,lowered in the trenches and joined to the pipe line as directed with cost of all jointing materials, such as , rope, rubber packing, nut bolts etc.and the labour cost, which is included in the tender item. The joints may be either screwed flanged or S/S lead joints depending upon the nature of valves supplied and contractor shall have no extra claims of any particular type of joint required to be done. The required number jointing for fixing these valves is included in the tender item.

Mode of measurement & payment

The item shall be measured and paid per number basis .

392

MAHARASHTRA JEEVAN PRADHIKARAN

MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, PANVEL

MAHARASHTRA JEEVAN PRADHIKARAN W.M. DIVISION , AMBERNATH

NAME OF WORK: Augmentation to Ambernath Water Supply Scheme

Tal. Ambernath, Dist. Thane Construction of C.C. weir at Chikhloli Dam, Designing, constructing & commissioning 7.20 ML capacity WTP at Chikhloli, lowering, laying and jointing D.I.K-7/K-9 pipes for rising main/gravity main/Transmission main/distribution system, construction of R.C.C. sump and pump house, construction of 8 nos. of RCC ESRs at various places with compound wall, construction of Consumer Redressal Centre with computerization, Railway crossing work, Repairs to Belivali MBR etc. complete.

ITEMWISE DETAILED SPECIFICATIONS

Sub Work No-8: Lowering, laying and jointing 700 mm dia. gravity main

from dam outlet to inlet chamber at W.T.P. Chikhloli. Item No. 1 - Providing and supplying D. I. Flanged, S&S Specials etc complete.

Item shall be carried out as per detailed specification of Item No 1

of Sub work No.7.

Item No.2 - Providing and supplying M S Specials etc complete.

Item shall be carried out as per detailed specification of Item No 2

of Sub work No. 7.

Item No. 3:- Providing and supplying ISI mark Sluice valves etc complete

Item shall be carried out as per detailed specification of Item No 3

of Sub work No. 7.

Item No 4:- Supplying C I Mechanical Compression Collar Coupling (Jiffy

Joints)

Item shall be carried out as per detailed specification of Item No 4

of Sub work No. 7.

393

Item No 5:- Providing , Fixing and jointing in position C I Air valve

combination type (Kinetic Air Valve along with Autometic Air Valve) etc complete

Item shall be carried out as per detailed specification of Item No 5

of Sub work No. 4.

Item No.6 – Excavation for pipe trenches in average all types of strata of

earth, soil of all types, sand, gravel, soft murum, hard murum with boulders, soft rock, hard rock by mechanical chiseling & all means … etc. complete.

Item shall be carried out as per detailed specification of Item No 6

of Sub work No. 7.

Item No.7 – Filling in plinth and floors murum bedding in trenches etc. complete.

Item shall be carried out as per detailed specification of Item No 7

of Sub work No. 7.

Item No.8 – Refilling the trenches etc. complete.

Item shall be carried out as per detailed specification of Item No

8 of Sub work No. 7.

Item No.9 - Providing and laying Plain cement concrete(M-15) ---etc

complete

Item shall be carried out as per detailed specification of Item No 9

of Sub work No. 7.

Item No.10 – Lowering, laying & jointing DI S/S pipe etc. complete.

Item shall be carried out as per detailed specification of Item No

10 of Sub work No. 7.

Item No.11 – Lowering, laying & jointing Sluice Valve etc. complete.

Item shall be carried out as per detailed specification of Item No

11 of Sub work No. 7

394

Item No.12 – Providing constructing BB masonary Valve Chamber etc.

complete.

Item shall be carried out as per detailed specification of Item No

12 of Sub work No. 7

Item No.13 – Making cross connection to existing distribution main etc. complete Item shall be carried out as per detailed specification of Item No

19 of Sub work No. 7

Item No.14 – Providing and casting in situ cement concrete of RCC work in M-200 etc. complete.

Item shall be carried out as per Detailed Specification of Item No.20 of Sub Work No.13

Item No.15 – Providing & fixing in position steel bar reinforcement etc.

complete.

Item shall be carried out as per Detailed Specification of Item No.5 of Sub Work No.1

395

MAHARASHTRA JEEVAN PRADHIKARAN

MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, PANVEL

MAHARASHTRA JEEVAN PRADHIKARAN W.M. DIVISION , AMBERNATH NAME OF WORK: Augmentation to Ambernath Water Supply Scheme

Tal. Ambernath, Dist. Thane Construction of C.C. weir at Chikhloli Dam, Designing, constructing & commissioning 7.20 ML capacity WTP at Chikhloli, lowering, laying and jointing D.I.K-7/K-9 pipes for rising main/gravity main/Transmission main/distribution system, construction of R.C.C. sump and pump house, construction of 8 nos. of RCC ESRs at various places with compound wall, construction of Consumer Redressal Centre with computerization, Railway crossing work, Repairs to Belivali MBR etc. complete.

ITEMWISE DETAILED SPECIFICATIONS Sub Work No.9 :Providing and constructing Compound wall for various ESR’s

in Ambernath town.

Item No.1: Excavation for foundation trenches in earth soils of all types Sand ,gravel and soft murum etc complete.

1.0 GENERAL The specifications contained in the standard specification volume 2nd

published by Public Works and Housing Department, Govt. of

Maharashtra, Chapter Bd.A-9 shall apply. In addition to above following

specification shall apply. In case of any discrepancy between the two the

below given specifications shall govern.

1.1 SITE CLEARANCE The area to be excavated shall be cleared off all trees and bushes and

rubbish and other objectionable materials removed shall be burnt or

disposed off as directed by the Engineer-in-Charge. The cost of such

clearing shall be deemed to have been included in the rates accepted for

different items under excavation.

396

1.2 DEWATERING No distinction shall be made as to whether the materials being excavated

are dry, moisture or wet. The item also includes bailing out of water by

manually or pumps to keep the trenches reasonable dry for all further

works till the completion of the work.

1.3 SHORING AND STRUTTING The item includes all shoring and strutting that may be required. On no

account the width of trenches more than these mentioned here in after

shall be measured. If excavation width more than the specified is

required for the purpose of keeping machinery, steeping due to loose

material or for any other reasons the same shall be at the Contractors

cost.

1.4 LIGHTING, BARRICADING AND GUARDING The items of excavation are including necessary lighting at night at

suitable intervals, but not more than 15 meter along the excavated

trenches and at all crossing and barricading the same by fencing so as to

avoid the accident.. The arrangements shall be maintained till

completion of work and at the cost of the Contractor.

2.00 MODE OF MEASUREMENT AND PAYMENT

The excavation shall be measured in Cubic Meters only. Dimensions shall

be measured correct to two decimal of Meter and quantity shall be

calculated to two places of Decimal of Cubic Meters,

Item No.2: Providing and laying Plain cement concrete ---etc complete

1. CONCRETE PROPORTION a) Proportions of concrete for types of work

M-100- For leveling course in foundation

397

b) General specifications of this work shall be as per standard

specification of Public Works Department, latest edition,

Section BdE-1, Page no 287.

c) Whenever concrete is to be laid in trenches, the trench shall be

cleaned, and watered before placing. The sub- soil water which is

met shall be removed and the trench shall be kept dry during and

after 2 hours of placing concrete.

2. MODE OF MEASUREMENT AND PAYMENT The tender rate shall be for one cubic meter of concrete. The concrete

shall be measured for its length, breadth and depth limiting dimensions

to those specified in drawing or as per direction of Engineer- in-Charge.

The damages to concrete during casting shall be rectified free of cost.

The rate for the concrete includes all labour, material, centering,

shuttering, curing etc. all leads and lifts.

Item No.3 – Providing uncoarsed rubble masonary in CM 1:6 for foundation

etc. complete.

1.1 The masonry shall be UCR as a specified in the respective tender items.

1.2. For stone masonry UCR with 1:6 proportions cement mortar, which has to

retain water, the percentage of mortar shall be between 40% to 45% of

the gross built up masonry and in no case less than 40%. The cement to

be used in masonry shall be on the basis of this percentage. If less

cement used proportionate reduced rate shall lonely be paid and if the

masonry constructed with less percentage of the mortar than specified

above and if in the opinion of the Engineer-in-Charge, it is not suitable to

retain water pressure, it shall have to be dismantled and redone at

Contractor’s cost with correct percentage mortar.

398

1.2 For UCR masonries the percentage of mortar shall be as per P.W.D.

Hand Book Specification No. BdH-1, Page No.329 & BdH-4, Page

No.331.

1.4 UCR masonry for all courses shall be of equal height, to be specified

by the Engineer-in-charge.

1.5 Tender rates of masonry item, unless otherwise mentioned specifically

in the tender items shall include scaffolding, watering, curing.

1.6 In all other items viz. Materials like sand, stone, joints, headers, etc.,

the P.W.D. Hand Book Specifications (Latest Edition) and

specifications given in Standard Specification Book (Red Book) shall

apply.

1.7 The all masonry should be truly vertical on both faces or should be

truly as specified grade.

1.8 The height of masonry should not be raised at more than 1 M per

day.

2.00 MODE OF MEASUREMENT AND PAYMENT The tender rate shall be for one cubic meter of UCR masonary. The

masonary shall be measured for its length, breadth and depth.

Dimensions shall be measured correct to two decimal of Meter and

quantity shall be calculated to two places of Decimal of Cubic Meters.

399

Item No.4 – Providing and casting in situ M-15 CC for coping.. etc.

complete

1 The item shall be executed as per description of item in Schedule B

and as per PWD specification No.BdE-9, Page No.288.

2. MODE OF MEASUREMENT AND PAYMENT The tender rate shall be for one cubic meter of concrete. The

concrete shall be measured for its length, breadth and depth.

Dimensions shall be measured correct to two decimal of Meter and

quantity shall be calculated to two places of Decimal of Cubic Meters.

Item No.5 – Providing 2nd class B.B. Masonary in C.M. 1:6 etc. complete

Providing second class burnt brick masonary with conventional / IS

type brick in CM 1:6 in superstructure including striking out joints,

racking out joints, watering and scaffolding etc. complete

As per PWD Red Book specification No. BdG5, Page No.315

The item shall be executed as per description of item in Schedule-B

and as per specification.

Mode of measurement and payment

The item shall be measured and paid on Cub. Meter basis.

Item No.6 – Providing cement plaster in CM 1:3

1.1 12mm cement plaster either plain or waterproof in CM 1:3. The plastering

items shall be executed in thickness and cement mortar of proportion as

detailed in respective tender items. Similarly, the plastering shall be

either ordinary or waterproof as specified in tender item.

400

1.2 In case of waterproof of plaster standard and approved waterproofing

compound shall be mixed in cement mortar in required percentage as

directed and then the plaster is applied.

1.3 The finish shall be either smooth or rough cast as may be directed by

Engineer-in-Charge unless otherwise specifically mentioned in the tender

item.

1.4 Specification given for this item in Standard Specification Book No.BdL-2,

Page No.67 of PWD Department.

1.5 Curing and watering shall be done as directed and plaster shall be in

alignment and level. Any substandard work is liable to be rejected and

shall have to be redone at Contractor’s Cost. Sand to be used shall be of

approved quality only.

2.00 Mode of measurement and payment

The item shall be measured and paid in Sqm. Basis.

Item No.7 – Providing tuck pointing in CM 1:3 for stone masonary etc.

complete.

Cement pointing with mortar of specified proportion to stone masonry

work including racking out joints, watering etc. as per PWD Standard

Specification No. Bdl-16,Page No.373.

1.0 Material: Cement mortar- Cement mortar for pointing shall be of the

specified mix and be as per standard specification.

1.2 Scaffolding - Scaffolding to be as per standard specification.

1.3 Construction details- Unless other types of pointing are specified in the

item or the special provisions for pointing shall be tuck type. The joints

in the masonry shall be racked out to a depth not less

401

than the width of the joint or as directed in the special provisions or by

the Engineer, when mortar is green. The joints are to be brushed clean of

dust and loose particles with stiff brush. The area shall then be washed

and joints thoroughly wetted before pointing is commenced.

1.4 The racked out joints shall be filled with mortar of the specified mix and

required consistency and well pressed and rubbed smooth with the

mortar.

1.5 Watering- The pointed face shall be kept continuously wet for 14 days

after initial set. Should the contractor fail to water the work as specified,

the Engineer, may if required in the interest of work and keep the

scheduled programme, supply labour materials and equipment to water

the work and charge the cost to the contractor.

1.6 Bad work- Should be mortar perish or deteriorate through neglect of

watering or any other default and if the work is not done neatly and as

specified above, the pointing shall be removed and redone at the

expense of the contractor.

1.7 Item to Include- Cement pointing shall include erecting the removal of

scaffolding, all labour, material and equipment incidental to complete

the pointing, dewatering if necessary till the mortar is set unless

separately provided for, racking out joints, cleaning, wetting, filling with

mortar, toweling, pointing with nayla and watering.

2.00 Mode of measurement and payment

The item shall be measured and paid on Sqm basis.

Item No.8 – Providing and applying 2 coat of water proof cement paint etc.

complete.

Cement paint with a base of white Portland cement of approved make,

colour and shade shall be used. Approved quality cement

402

paint shall only be used and shall be brought to site in original air tight

container with seals intact.

The work shall be carried out as per the description of the tender item

and as directed by Engineer-in-charge. It shall be withstanding,

distempering and/or snowcem painting. Shade and make shall be as

directed by the MJP and for decorative purpose, MJP may ask for

different shades to be provided for different components or different

parts of the same component which the contractor shall have to do

within his tendered rate only at no extra cost to the MJP. Cost of

priming coat as directed, scaffolding etc. is included in the tender

item. The work shall be executed as per the specifications of PWD

Hand Book latest edition and specification for painting in Standard

Specification Book No.BdO-8, Page No.406 of PWD Department.

Scaffolding to be done as per direction of Engineer-in charge.

PREPARING THE SURFACE

The surface to be painted shall be cleaned of all loose dust and dirt,

paints and all cracks, holes, an surface defects shall be repaired with

cement plaster cured and allowed to set hard. Before the painting is

commenced, the surface is wetted well and water is allowed to run

off. Any grease, oil paint shall be removed by approved methods.

APPLICATION OF PAINT

Mixing of paint and procedure of painting shall be as specified by the

manufacturer when no specifications are following specifications

shall generally apply. The dry cement shall be thoroughly mixed with

clean fresh water to produce paint of required consistency (normally

water of ordinary paint) The paint shall be kept stirred

403

and used within one hour of mixing. Hardened or damaged paint shall

not be used.

The paint shall be applied by brushes in the manner specified by the

manufacturer. The number of coats shall be as specified in the wording of

the item. When more than one coat is to be given, the subsequent coats

shall be applied after the proceeding coat has thoroughly hardened,

inspected and approved as per manufacturer’s Specifications.

CURING

Each application of paint should be wetted at the end of the day with a

fine water spray, depending on climatic conditions. Wetting shall be done

only after an interval of at least 6-8 hours after the application. In dry

weather the painted surface shall be kept dump for at least two days and

protected from direct sun.

2.00 Mode of measurement and payment

The item shall be measured and paid on Sqm basis.

Item No.9 – Providing and fixing M.S. Gate of 2.5 meter wide etc. complete.

The item pertains to providing and fixing of mild steel gate 2.5 m wide

with 40 mm G.I. pipe grill work side pillars of 25cm x 40cm x 2.50 m

height cm its foundation, finishing as mentioned in the item of schedule

B and as per drawing, including hinges, pivot blocks locking arrangement

lock and painting etc.

The mild steel sections or wrought iron shall be confirmed to A-14 or A-

11 as relevant. The sections shall be of the dimensions and shaped as

shown on the drawings. Standard rivets and welding rods shall be used.

Stone pivot block shall be of hard, compact and fine grained and durable

stone without any defect. They shall be as approved by the Engineer-in-

charge.

404

Oil paint shall confirm to A-17. the priming coat shall be of red lead and

the subsequent two coats shall be of approved shade. Cement concrete

1:2:4 shall confirm to detailed specifications attached.

The hinge plate shall have been embedded in the pillars as indicated on

the drawings as specified height. There shall be one such hinge to each of

the shutters. The hinges shall be comprised of mild steel flat bend

through180 with a radius sufficient to hold the end vertical bar of the

gate. A square bar piece with curved end shall be used as a spacer and

stopper at the time of fixing this pieces to the flats with nut bolts.

The fabrication of the gate shall confirm to specification No.B-18, B-19

and B-10.

The design of the M.S. Gate shall be as per drawing. The joints shall be

riveted and welded as shown on the drawing or as per the instruction of

the Engineer-in-charge.

The gate shutter shall be fixed on to the hinges and the lower ends of the

cuter verticals shall be supported on stone pivot block 20 cm x 20 cm x 20

cm fixed in to 1:2:4 cement concrete blocks of 45 cm x 45 cm with its top

flush with the ground.

The cement verticals of the two shutters shall have rollers 40 mm x 6 mm

Mild steel flats shall be bent to required curvature and fixed with welded

pins over 1:2:4 cement concrete bed 15 cm thick and 10 cm wide

perfectly level. The rollers shall be roll over these flats.

The gates shall be painted with one coat of red oxide paint and two coats

of approved shade of oil paint. Painting shall be confirmed to B-21.

405

Mode of measurement and payment

The Measurement and payment shall be on per number basis

Item No.10 – Providing and fixing M.S. Wicket Gate of 1.00 meter wide etc.

complete.

Providing and fixing MS wicket gate 1 meter wide for compound wall with

40 mm G.I. pipe, approved grill work, RCC M-150 side pillars of 25 cm x

40 cm x 2.5 m height in foundation, finishing, painting etc. complete

The item should be execute as per description of item in schedule-B and

as directed by the Engineer-in-Charge.

Mode of measurement and payment

The measurement and payment shall be on per number basis.

406

MAHARASHTRA JEEVAN PRADHIKARAN

MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, PANVEL

MAHARASHTRA JEEVAN PRADHIKARAN W.M. DIVISION , AMBERNATH NAME OF WORK: Augmentation to Ambernath Water Supply Scheme

Tal. Ambernath, Dist. Thane Construction of C.C. weir at Chikhloli Dam, Designing,

constructing & commissioning 7.20 ML capacity WTP at Chikhloli, lowering, laying and jointing D.I.K-7/K-9 pipes for rising main/gravity main/ Transmission main/ distribution system, construction of R.C.C. sump and pump house, construction of 8 nos. of RCC ESRs at various places with compound wall, construction of Consumer Redressal Centre with computerization, Railway crossing work, Repairs to Belivali MBR etc. complete.

ITEMWISE DETAILED SPECIFICATIONS Sub work No- 10 - Providing and supplying Server, Desk-top computers

printers and U.P.S. for up gradation in computerized water billing system

Item No.1 - Providing and supplying Dual processor Pedestal Server PS-2P

Server motherboard having Two Intel Six Core Xeon X 5645 (2.4GHz,

12 MB Catch, 5.8 GT/s) with 5 x PClex slots and1 x PCI slots. The

system with Chipset-Intel 5520. 4x4GB DDR-III 1333 MHz or higher

SDRAM Memory with ECC expandable up to 192 GB,12 DIMM slots.

Integrated Graphic controller SAS Controller supporting RAID O & 1.

Integrated. server Ethernet dual port controller (10/100/1000Gbps)

with full duplex Ports-6xUSB 2.0 (2xfront,4xRear), 2xserial, 1xVGA,

1xManagement port, 2 x RJ45 2 x 300Gb SAS 6 Gbps or higher Hot swap

HDD (15k rpm or higher), 3.5'' Internal DVD Writer, OEM 18.5'' TFT LCD

wide monitor having 5 ms or better response time & TCO05 Certified

104 keys OEM keyboard (USB) with bilingual support & key skin cover &

OEM two button with scroll. Optical mouse (USB) System Utilities with

all required device driver software as per above configuration for OS

installation. System configuration and for

407

server management. Certified server chassis for quoted Mother Board

with 9 Fans (4xSMPS (each2), 2xCPU, 3Xsystem), and equipped with

redundant hot swap 650 (1+1)power supply to sustain above configuration

and 8x3.5 '' hot swap Drive bays for HDD and 3x5.25'' Ext. drive bays.

Support for windows & Linux OS (32 Bit & 64 Bit both) and certification

for both 64 bit OS. Remote management of server over LAN. Processor

SPEC CPU 2006 benchmarked with maximum 48 Gb RAM,SPEC rating is

260. Warrenty-5 years on site comprehensive warranty support

Mode of Measurement and Payment-

The item shall be measured per number basis. Unit price of item includes

all taxes and duties including Packing, forwarding, insurance, freight,

installation, commissioning, warranty or any other charges. The

contractor should provide service maintenance of system software and all

drivers s/w up-gradations, installing patches etc. complete.

90 % payment shall be made after supply of above items with satisfactory

installation &, commissioning

10% payment shall be released with final bill.

Item No. 2 - Providing and supplying desk top computers

a. CPU : Second Generation Intel Coare i3-2100, 3.1

GHz,

3 MB Cache and 1066 MHz FSB or higher.

b. Chipset : Intel 6 series or better on OEM Motherboard.

c. Bus Architecture : 3 PCI (PCI/PCI Express) or more

d. Memory : 2 GB 800 MHz DDR3 RAM with 8 GB

408

Expandability

e. Hard Disk Drive : 320 GB 7200 rpm Serial ATA HDD or higher.

f. Monitor : 47 cm (18.5 inch) or larger TFT/LED Digital

Colour Monitor TCO-05 certified

g. Keyboard : 104 keys

h. Mouse : Optical with USB interface.

i. Bays : 3 Nos. or above

j. Port : 6 USB Ports (with at least 2 in front), 1 Serial

audio ports for microphone and headphone in

front.

k. Cabinet : Mini Tower

l. DVD ROM Drive : 8X or better DVD ROM Drive

m. Networking facility: 10/100/1000 on board integrated Network

Port with remote booting facility remote

system installation remote wake up.

n. Operating System : Windows 7 Professional, preloaded with

media and documentation and certificate of

authenticity.

o. OS Certifications : Windows 7 OS and Linux certification

p. Power Management : Screen Blanking, Hard Disk and System idle

Mode in Power On, Set up Password, Power

supply SMPS Surge Protected.

q. Preloaded Software : Norton or McAfee or e Trust or e-Scan or

Fore front or Trend Micro or PC Tool or Quick

heal Antivirus (Latest Version) with 60 days

License.

r. Warranty : 3 years comprehensive onsite warranty

409

Mode of Measurement and Payment-

The item shall be measured per number basis. Unit price of item includes

all taxes and duties including Packing, forwarding, insurance, freight,

installation, commissioning, warranty or any other charges. The

contractor should provide service maintenance of system software and all

drivers s/w up-gradations, installing patches etc. complete.

Item No.3 - Providing and supplying Mono lazer printer-20 PPM

22 PPM,8 MB buffer memory, 600x600 dpi,8000 pages monthly duty cycle

& USB(2.0)Interface with cables, Drivers for RHEL,SUSE,Ubantu &

windows,5 Years on site warranty support. The Mono laser Printer-20 ppm

shall be supplied of HP Make model HP laser jet P 1566 or Equivalent

make

Mode of Measurement and Payment –

The item shall be measured per number basis. Unit price of item includes

all taxes and duties including Packing, forwarding, insurance, freight,

installation, commissioning, warranty or any other charges. The

contractor should provide service maintenance of system software and all

drivers s/w up-gradations, installing patches etc. complete.

Item No.4 - Providing and supplying 24 Pin 136 col. Dot Matrix Printer

24 pin,136 column,300 CPS at High speed draft mode with Parallel

interface, Hindi, English & regional language with cables, Drivers for

Linux & windows,5 Years on site comprehensive Warranty support. The

Dot Matrix Printer shall be supplied of TVS Electronics ltd, Model-MSP 455

XLC or equivalent make.

410

Mode of Measurement and Payment-

The item shall be measured per number basis. Unit price of item includes

all taxes and duties including Packing, forwarding, freight, insurance,

installation, commissioning, warranty or any other charges. The

contractor should provide service maintenance of system software and all

drivers s/w up-gradations, installing patches etc. complete.

Item No. 5 - Providing and supplying portable projector

LCD technology bases with 2200 ANSI Brightness, XGA resolution

(1024x768), weight 2.1 kg with Remote control & other accessories, 5

Years on site comprehensive warranty. Support. The Portable projector

of Hitachi make, Model CP-Rx 79 Or equivalent make shall be supplied.

Mode of Measurement and Payment-

The item shall be measured per number basis. Unit price of item includes

all taxes and duties including Packing, forwarding, insurance, freight,

installation, commissioning, warranty or any other charges. The

contractor should provide service maintenance of system software and all

drivers s/w up-gradations, installing patches etc. complete.

Item No. 6 - Providing and supplying green line 1 KVA online UPS with 60

minute backup including batteries etc complete

The 1 KVA online UPS Of make & model Green line 1 KVA with 8x18 AH

Amar Raja SMF battery or equivalent make Shall be supplied.

Mode of Measurement and Payment-

The item shall be measured per number basis. Unit price of item includes

all taxes and duties including Packing, forwarding, insurance, freight,

installation, commissioning, compressive maintenance warranty or any

other miscellaneous charges etc. complete .

411

90% payment shall be made after supply of above item with

satisfactory installation and commissioning. 10% payment release

with final bill.

Item No. 7 - Providing and supplying green line 2 KVA online UPS with 60 minute backup including Batteries etc complete.

The2 KVA online UPS Of make & model Green line 1 KVA with 8x65

AH Amar Raja SMF battery or equivalent make shall be supplied.

Mode of Measurement and Payment-

The item shall be measured per number basis. Unit price of item

includes all taxes and duties including Packing, forwarding,

insurance, freight, installation, commissioning, compressive

maintenance warranty or any other miscellaneous charges etc.

complete. 90% payment shall be made after supply of above item

with satisfactory installation and commissioning. 10% payment

release with final bill.

Item No. 8 - Providing and supplying 8 port 10/100 Mbps and 1 port

10/100/1000 Mbps and SFP port, wire speed SNMP Managed, full duplex, layer 2 switch etc complete.

The item shall be supplied of HP A 3100-8 E I (JD 318 A) model or

equivalent make shall be supplied.

Mode of Measurement and Payment-

The item shall be measured per number basis Unit price of item

includes Packing, forwarding, freight, installation, commissioning,

maintenance warranty or any other charges. The contractor shall

provide service maintenance of system etc at no extra cost during

warranty period. 90 % payment shall be made after supply of above

items with satisfactory installation &, commissioning. 10% payment

shall be released with final bill.

412

Item No 9- Supplying and erecting split type Room Air Conditioning unit 1.5 T.R., 5 star capacity etc complete.

Scope

Supplying, erecting and testing split type air conditioner of specified TR

capacity, conforming to IS:1391 having one/two air handling units Hi-

wall/ceiling (suitable for false ceiling) mounting type having cooling unit

and the outdoor condensing unit connected with 12/9 mm copper piping

up to 8 meter duly insulated and 3 core copper flexible cord of required

length etc. with stand for condensing unit, complete with t4esting etc.

(conforming to IS:1391 Part-I and Part-II with all amendments as per the

Bee) suitable for operation on single phase, AC supply 230, 250 Volts 50

Hz. Using best quality compressor, and fitting in the position as per site

situation and as directed by site engineer, duly connected to supply and

marking of Sr.No. and date of erection.

The AC unit shall be capable of performing following functions.

Cooling

Dehumidifying

Air circulating

Air filtering

Ventilation

The split type AC should be of reputed make and minimum 5 star rating

as directed by Engineer-in-Charge.

Material

Compressor

The air conditioners shall be fitted with hermetically sealed type

suction cooled reciprocating or discharge cooled rotary compressor (as

applicable), compressor unit operating on Refrigerant R-22 with suitable

rated capacitor start electric motor. It shall be equipped

413

with over load protection. The shall be mounted on resilient mounting

for quiet operation. The compressor shall conform to IS:10617 Part-

I:1983 (amendment 1 & 2)

The air conditioner shall be complete with automatic temperature

control and cut in and cut out etc. for temperature range 16 degrees to

35 degree C. The differential of the thermostat for cut-in and cut-out

shall not be greater than +/- degree centigrade.

Outdoor Cabinet

The cabinet of the evaporator unit and condensing unit shall be made

from galvanized steel sheet of 1.0 mm thick with stiffness for robust

construction and shall have rounded corners, steel parts/front panel etc.

shall have stove-enameled finish preceded by undercoat of anti corrosive

primer paint phosphate and through cleaning of the surface. Alternate

method of corrosion protection like plastic powder coating, electrostatic

paintings are also acceptable in lieu of stove enameled finish. Galvanized

sheet shall confirm to IS:277:2003.

Indoor Unit

The indoor unit made of Abs/HIPS shall be of flame retardant and impact

resistant life. ABS/HIPS indoor unit cabinet shall bass in flammability test

requirement for Grade V-O as per UL-94. For impact resistance the unit

duly packed, when dropped from a height of 1 meter shall show no

damage.

Air Filter

The air filter provided shall be of cleanable type and made of synthetic

material

Thermostat

Thermostat of electronic thermostat as per IS:1138:1985

414

Piping

Suction line

Liquid line : Copper tubing of min 0.70 mm thickness and of suitable diameter as per manufacturer design.

Drain pipe : 15 mm dia flexible PVC pipe. Connection Cable Suitable capacity 3 core PVC insulated FRLS copper wire to be electrically

connected to both the units.

Paint: Superior quality enamel paint of specified colour. Remote Control: Remote control (Cordless) shall be provided with one On/Off timer selecting Fan

speed (Three speeds) and setting up of temperature.

Drain Pipe: Drain pipe (15 mm dia flexible PVC pipe) Method of Construction

The installation shall comprises of following work

Mounting/Fitting indoor and outdoor units at the respective locations on provided MS stands with necessary hardware’s

Laying refrigerant piping of required length and connecting both the units

after drilling hole/holes in the wall if required dia meter of the copper tubing shall not be less than and diameter of required size having threading etc.

Insulating the suction pipe with expanded polyethylene of foam 5mm

thubing

Laying 15 mm drain pipe to throw out the condensate water formed in the indoor unit

Leak testing of the entire system

Charging refrigerant gas in the unit

415

Suitable electric wiring between indoor and outdoor unit shall be provided.

Testing and giving satisfactory trials.

Mode of measurement & payment

The unit shall be counted on number basis.

80% payment shall be made after supply 10% after satisfactory installation at site 10% after satisfactory completion of work.

Item No 10- Supplying, Erecting and Commissioning of Diesel generating set

with AMF Panel etc complete

Providing DG set at site, carrying out all preparatory works, assembling,

installing, making adjustments conforming to pre-commissioning

requirement as per manufacturer’s instructions, commissioning final

testing, putting into operation and handling over the complete system of

DG set including inspection from inspectorate office. The work include

necessary minor civil works including opening on wall/slab / floor and

making good as it was etc. comprehensive maintenance of the DG set for

one year from date of commissioning.

Material

Diesel Generator set with continuous rating, 3 phase, 415 V, 50 cycles, AC

supply of specified capacity, comprising of totally enclosed air/water

cooled diesel engine with standard control panel and toolkit.

Diesel Engine

The engine shall be of standard design of original manufacturers. It

should be a totally enclosed air/water cooled diesel engine with 4 stroke

multi cylinder developing suitable BHP (As per Table) for giving power

rating of (As per table) at the load terminals of

416

alternator at 1500 RPM at armature temperature of 40oC for height at

1000 meter above MSL at 50% RJ. The engine shall be capable of

delivering specified power at variable loads for PF of 0.8 (lag) with 10%

over load available in excess of specified output for one hour in every 12

hours. The average load factor of the engine over period of 24 hours

shall be 0.85 for power output. The engine shall conform to IS:10000 and

Amended upto date.

The engine shall be fitted with following accessories.

1. Dynamically balanced by wheel 2. Necessary flexible coupling and guard for alternator and engine

applicable 3. Lubricating oil cooler 4. Air cleaner Dry Bath type 5. Lubricating oil pressure gauge 6. Lubricating oil filter with replicable element. 7. Dry exhaust manifold with suitable exhausts heavy duty residential type

exhaust silencer and vertical hot air duct both logged with asbestos role exhaust piping of required length to reduce noise level.

8. 12/24 V Electric starting equipment complete with standard batteries, dynamo, cut-out, ammeter, necessary wiring, self starter etc.. The system shall be capable of starting D.G. set within 20 to 30 second even in winter condition with an ambient temperature down to 0oC.

9. Mechanical Governor of Class A2 for up to and including 20 kVA capacity and electronic governor of Class A1 for capacity above 20 kVA shall be provided as per standard design of manufacturer. Governor shall be a self contained unit capable of monitoring speed.

10. Radiator. 11. Daily fuel tank

Daily fuel service tank of minimum capacity of 100 liters fabricated from

MS sheet with inlet, outlet connections air vent tap, drain plug and level

indicator (gauge) MS fuel piping from tank to engine with valves, unions,

reducers, flexible hose connection and floor mounting pedestals, twin

fuel filter. The location of the tank shall depend on standard

manufacturers design.

417

Engine Control Panel Engine control panel should be fitted with following accessories/indicators and

shall have display.

Start/stop key switch Lube oil pressure indication Water temperature indication RPM indication Engine hours indications Battery charging indication Low lube oil trip indication High water temperature indication Over speed indication

Battery Charger

The battery charger shall be of Trickle and Boost type, and suitable to

change required number of batteries at 12 V/24 complete with

transformer, rectifier, charge rate selector switch, indicating ammeter,

voltmeter, battery over charging protection with audible alarm.

Connections between the battery charger and batteries shall be provided

with suitable copper leads with lugs.

Battery

Battery capacity and copper cable sizes of various engine capacities shall

be as per the details given in table. Cable sizes shown are for maximum

length of 2 m length, if higher size of cable is required, it shall be

selected in such a way that voltage drop does not exceed 2 V.

Battery Capacity and Copper cable sizes of various Engine capacities.

Sr. No. DG Set Capacity Battery

capacity (AH) Copper cable size in mm2

Electrical system (Voltage)

1. Upto 25 kVA 88 35 12

418

For AMf application a static battery charger working on mains supply

recommended to keep the batteries charged at all time.

Alternator:

Alternator of specified rating, 415 Volts, 1500 RPM, 3 Ph., 50 Hz. AC

supply with P.F 0.8 lagging at 40oC armature temperature for height 1000

mtr. Above MSL at 50% RH alternator shall be brush loss type self

regulated having static excitation system having capacity of desired

output confirming to IS:4722:1968 with automatic voltage regulation + 5%

operated voltage from no load to full load, two numbers of earth,

terminal on opposite sides. Terminal box shall be suitable for

underground cables and same shall be with standard mechanical and

thermal stresses developed due to any short circuit at the terminals. The

alternator shall be in accordance with following standard.

IS:4722 The performance of rotating electric machine

IS:4889 Rules for method of declaring efficiency of electrical

machine

IS:13364 Part-I:1992 Alternator-voltage regulation upto 20 kVA

IS:13364 Part-IIL1992 Alternator voltage regulation above 20 kVA to 80

kVA.

Performance

Voltage dip shall not exceed 20% of the rated voltage for any step load or

transient load as per IS:8528 (Part-I. The winding shall not develop hot

spots exceeding safe limits due to unbalance of 20% between any two

phases from no load to full load.

The performance characteristics of the alternator shall be as below: a) Efficiency at full load 0.8 PF

i) Upto. 25 kVA not less than 82%

ii) Above 25 kVA and upto 62.5 kVA not less than 86%

iii) Above 62.5 kVA/upto 250 kVA not less than 90%

iv) Above 250 kVA not less than 93%

419

b) Total Distortion factor Less than 3%

i) 10% overload One hour in every 12 hour of continuous operation

ii) 50% overload 15 seconds

Common Base Plate

Engine and alternator shall be coupled by means of flex plate/flexible

coupling as per manufacturer standard design and both units shall be

mounted on a common base plate together with all auxiliaries to ensure

perfect alignment of engine and alternator with minimum vibration. The

base plate shall be suitable for installation on suitable anti-vibration

mounting system comprising of 5 anti-vibration pads duly provided.

Control Panel

Floor/Wall mounted control panel box comprising of voltmeter, ammeter,

selector, switches MCCB/MCB of adequate capacity, indicator lamp duly

wired with HRC fuses. Alternator and control panel shall be connected

with provided suitable capacity armored cable with necessary cable

glands and lugs etc.

Exhaust System

It shall comprises of following parameters

Exhaust system should create minimum back pressure.

Smooth bends shall be used for minimizing the back pressure

Minimum number of bends shall be used for minimizing the back

pressure.

Pipe sleeve of larger diameter should be used while passing the

pipe through concrete wall and gap shall be filled with felt lining.

420

Exhaust piping inside the acoustic enclosure/Generating set room

should be lagged with asbestos rope and covered with aluminimum

sheet cladding to avoid heating of the area.

Class ‘B’ MS pipes and long bend/elbows should be used.

The exhaust outlet should be in the direction of prevailing winds

and should not allow exhaust gases to enter air inlet windows etc.

Factory Testing DG set shall be tested in presence of Engineer-in-Charge or his authorized

representative in the factory for following before dispatch.

Full load trial for 12 hours. Fuel lubricating oil etc. shall be arranged by

the agency.

10% overload trial for one hour within 12 hrs. test.

Certificates Manufacturers test certificate for engine, alternator and of the set.

Necessary certificate for the engine model so selected along with

compliance of noise and emission norms as per latest CPCB guidelines for

DG set should be furnished from the manufacturer along with

manufacturers technical details.

Permission from Electrical Inspector.

Method of Construction The DG set with canopy shall be erected with due care and ensuring the

perforce level with the help of sprit level or provided cement concrete

foundation and connecting the provided earthing connections. The exhaust

system shall be connected to the exhaust manifold. After ensuring the filling of

fuel, lubricating oil and medium of coolant, the set shall be commissioned with

giving necessary full load trial or with the available load at site. The set shall

then be handed over to the department along with the installation report given

by the manufacturer and with all the necessary certificates and permission

obtained.

421

Rating of Alternator and minimum BHP of Engine.

S.No. kVA Capacity of

Alternator Minimum BHP of

diesel engine Average fuel consumption litre per hour at 100% load

1.

20

26

6.0

Automatic Mains Failure Panel (AMF) The work includes supplying, installing, testing and commissioning of automatic

mains failure control panel including auto by-pass, suitable for specified rating

of DG set complete with accessories and comprehensive maintenance of the

panel upto 1 year from the date of commissioning.

AMF panel shall comply following IS specification IS:2147:1962 Degree of protection

ISL4722 H.V. testing for panel

Material Panel shall consist of following: Power module a pair of electromechanically interlocked contactor for all

the phase/phases and neutral (For mains and generator) Overload relay for generator contactor, neutral contactor for mains and

generator Control and metering module: Line voltage monitor, Generator voltage

monitor, Ammeter, 3 times attempt to start facility MCB/MCCB of suitable rating for auto/manual operation. Auto/manual

switch Emergency stop push buttons. Manual start push button Frequency meter Engine hour and RPM meter (Taco meter) Two earthing studs Protection module: The engine shutdown in the unlikely event of low

lube oil, pressure, high cylinder head temperature, high water temperature (For water cooled engine)

Indicator with alarm for full/maximum load on generator.

422

Indicator for load of mains, load on DG set engine falls to start, Emergency stop.

Battery charger complete with transformer/rectifier, D.C. voltmeter and Ammeter selector switch for trickle, off and boost charging and current adjustment.

Main supply failure monitor Timers Fault reset push button.

Method of Construction AMF panel complete with relays-timers, set of CTs for metering and protection

and energy analyzer to indicate currents, phase and line voltages, frequency,

power factor, kWH, kVARH and provision for overload, short circuit, fault, under

frequency, control cabling from AMF panel to diesel engine and elsewhere if

required, complete with metering as per material list.

System Operation The above mentioned facilities provided shall be functional for following

operational requirements.

1. Auto mode

A line voltage monitor shall monitor supply voltage on each phase when the mains supply voltage fails completely or falls below set value (variable between 80 to 95% of the normal value) on any phase, the monitor module shall initiate start-up of diesel engine. To avoid initiation due to momentary disturbance, a time delay adjustment between 0 to 5 second shall be incorporated in startup intimation.

A three attempt starting facility shall be provided 6 seconds ON, 5

Second OFF, seconds ON, 5 second OFF, 6 seconds ON. If at the end of the third attempt, the engine does not start it shall be locked out of start and a master timer shall be provided for this function suitable adjustment timer are to be incorporated which will make it feasible to vary independently ON-Off setting period from 1 – 10 seconds, if alternator does not build up voltage after the first or second start as may be the case, further starting attempt will not be made until the starting facility is reset.

423

Once the alternator has built-up voltage, the alternator circuit breaker shall close connecting the load to the alternator. The load is now supplied by alternator. When the main supply is resorted and is healthy as sensed by the line voltage monitor setting, both for under voltage or unbalance, the system shall be monitored by a suitable timer which can be set between 1 minute to 10 minutes for the load to be transferred automatically to main supply.

The panel shall start the set in the event of fault condition of under voltage, over voltage, phase reversal, high frequency, neutral snapping, short circuit etc. on the mains side. If the above fault conditions arises, if the load is being fed from the DG set, then the panel start cut off the load from the set with an audible alarm, and the set shall run on no load.

2. Manual Mode

In a manual mode, it shall be feasible to start-up the generator set by the operator on pressing the start push button

Three attempt starting facility shall be operative for the start-up

function.

Alternator circuit breakers closing and trip operation shall also be through operator only by pressing the appropriate button on the panel and closed shall be feasible only after alternator has built up full voltage.

3. Test Mode

When under test mode, pressing of test button should complete the start up sequence simulation and engine shall be started

Engine shall build up voltage but the set shall not take load by closing

alternator circuit breaker when the load is on the mains, monitoring performance for voltage/frequency etc. shall be feasible without supply to load.

If during test mode, the power supply has failed, the load shall automatically get transferred on DG set

Bringing the mode selector to auto position shall shut down the set provided main supply is ON if the mains supply is not available at that time, the alternator shall take load.

424

Mode of Measurement & payments

Executed quantity will be counted on number basis (i.e. each)

80% payment shall be made after supply 10% after satisfactory installation at site and testing 10% after satisfactory completion of work

Item No 11

Supplying & erecting PVC armoured cable 2 core 4 sq mm copper

conductor continuous 5.48 sq mm (12 SWG) G.I. earth wire complete

erected with glands & lugs, on wall/ trusses/pole or laid in provided

trench/ pipe as per specification no. CB-LT/CU

Mode of Measurement & payments

The item shall be measured and paid on running meter basis. Item No 12

Supplying and erecting Galvanized cast iron earth plate size 60 x 60 x 0.6

cm complete with all materials, testing & recording the results as per

specification No. EA-EP

Mode of Measurement & payments

The item shall be measured and paid per number basis Item No. 13

Making trench in soft soil of suitable width and depth for

laying provided L.T cable up to 10 sq.mm. complete. As per specification

No. CW-EXN-CTR.

Mode of Measurement & payments

The item shall be measured and paid on running meter basis Item No. 14

Providing cement concrete for foundation or for concrete filling in

1:3:6 ratio with 20 to 25 mm. stone metal duly plastered with

425

necessary curing for pole muffing or any other purposes. ( l = 2.5 m,W

= 1.5 m, H = 0.5 m )

Mode of Measurement & payments The item shall be measured and paid on Cubic meter basis Item No. 15:- Supply, installing, UTP networking CAT6 cable suitable for LAN/WAN/Computer

networking as directed by Engineer in charge.

Mode of Measurement & payments The item shall be measured and paid on running meter basis.

426

MAHARASHTRA JEEVAN PRADHIKARAN

MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, PANVEL

MAHARASHTRA JEEVAN PRADHIKARAN W.M. DIVISION , AMBERNATH NAME OF WORK: Augmentation to Ambernath Water Supply Scheme

Tal. Ambernath, Dist. Thane Construction of C.C. weir at Chikhloli Dam, Designing,

constructing & commissioning 7.20 ML capacity WTP at Chikhloli, lowering, laying and jointing D.I.K-7/K-9 pipes for rising main/gravity main/Transmission main/distribution system, construction of R.C.C. sump and pump house, construction of 8 nos. of RCC ESRs at various places with compound wall, construction of Consumer Redressal Centre with computerization, Railway crossing work, Repairs to Belivali MBR etc. complete.

ITEMWISE DETAILED SPECIFICATIONS SUB WORK NO. 11: DESIGNING AND CONSTRUCTING CONSUMER

REDRESSAL CENTRE AND BILL COLLECTION CENTERS WITH ELECTRIFICATION AND OTHER ALLIED WORKS IN AMBERNATH CITY

The contractor shall quote his offer in Schedule ‘B’ for the complete work

of constructing consumer Redressal center & bill collection center to be

carried out as per his own design based on given date i.e. he shall tender

the offer in Schedule ‘B’ for construction of required size with his own

design and drawings. The design shall be got checked from the institutes

like Govt. Engineer College. Ramarks shall be complied and scrutiny

charges shall be borne by the contractor.

1. The structural design of consumer Redressal center & bill collection

center shall conform to the following standard specification and

codes of practice of IS.

IS:456 Code of practice for plain and reinforced concrete (latest

edition)

a) IS:875 Code of practice for structural safety of building loading

standards. (Latest edition).

427

b) IS:3370 (Para I to IV) Code of practice for concrete structures of

storage of liquids. (Latest edition).

Scope of work

Consumer redressal centre is to be constructed in Ambernath (East) of

about 160 Sq. Mtr. Area with ground + one storied building. Four Nos. of

bill collection centers are to be constructed in Ambernath East and West

area. Area of one bill collection center is about 18 Sq. Mtr. tentative

drawing showing details of work to be executed are enclosed with tender.

Contractor has to design both this structures and approval to be obtained

from competent authority and Engineer-in-Charge.

Reference of Standard Specifications For Consumer Redressal centre &

Bill Collection centre

Sr. No.

Short Description of Item PWD Red book Specification

Reference Pg. No 1 Excavation in soil soft murum etc. Bd A-1 259

2 Excavation in hard murum etc Bd A-3 259

3 Excavation in hard rock by chiselling/wedging etc Bd.A-6 260

4 Rubble stone soling Bd A-12 264

5 Plain cement concrete M-10 Bd.E-1 287

6 R C C footing,raft etc M-25 Bd.F-3 298

7 R.C.C. Column M-25 Bd.F-4 298

8 R.C.C. Beams, M-25 Bd.F-6 300

9 Plain cement concrete M-15bedding Bd.E-1 287

10 Brick masonary in foundation and plinth in C.M 1:6 Bd.G-1 313

11 Brick masonary in superstructure in C.M 1:6 Bd.G-5

315

428

12 R.C.C. waist slab,steps,parapet etcM-25 Bd.F-13 305

13 R.C.C.slab,landing M-25 Bd.F-8 302

14 R.C.C. lintels, M-25 Bd.F-6 300

15 R C C chajja, M-25 Bd.F-9 303

16 Country cut teak wood frame for doors Bd.T-2 478

17 Providing and fixing Aluminium louvered windows As directed by EIC

18 Internal cement plaster 12 mm thick in C.M 1:3 Bd.L-2 367

19

Rough cast cement plaster 12 to 15 mm thick to brick masonary, concrete in C.M 1:4 Bd.L-8 370

20 Internal cement plaster 6 mm thick in C.M 1:3 for ceiling etc Bd.L-1 367

21 Providing and fixing steel bar reinforcement etc Bd.F-17 306

22

Aluminium windows with fixed glass panels

As directed by EIC

23

Providing & fixing CCTW single leaf shutter to doors

Bd.T-8

482

24 Providing and fixing ceramic tiles flooring Bd.M-12 385

25 Providing and fixing ceramic tiles dado or skirting Bd.M-12 385

26 Providing & fixing marble sills,jambs,frames etc Bd.M-31 392

27 Providing & fixing Black kadappa stones for risers& treads Bd.M-22 390

28 Providing and fixing colour glazed tiles for flooring Bd.M-12 385

29 Providing and fixing colour glazed tiles for dado & skirting Bd.M-13 386

30 Providing & fixing white glazed earthenware urinals Bd.V-26 564

31 Providing & fixing Black kadappa stones Partition for urinals Bd.M-35

393

429

32 Providing & fixing Indian type white glazed water closet pan etc Bd.V-20 559

33 Providing & fixing mild steel grill work etc Bd.U-1 537

34

Providing & fixing Aluminium partition with both side laminated panels etc As directed

35

Providing & fixing Aluminium partition partly glazed & partly laminated panels etc As directed by EIC

36 Providing & fixing Aluminium framed fully glazed door etc As directed by EIC

37 Providing & fixing PVC twin panel single leaf door shutter etc As directed by EIC

38 Providing & fixing M S grill railing with CCTW hand rail for staircase etc Bd.U-2 537

39 Providing & fixing UPVC rain water pipes 110 mm dia As directed by EIC

40

finishing terrace slab with integrated finish with water proofing compound etc As directed by EIC

41 filling in plinth and floors with approved material etc Bd.A-10 262

42 Providing & laying G I medium class pipes for water supply /frames etc Bd.V-5 551

43 Providing & fixing brass stop tap Bd.V-11 555

44

Providing & fixing Sintex or equivalent high density polyethylene water storage tank of 2000 litres capacity

As directed by EIC

45 Providing & fixing C I Nahani trap Bd.V-32 567

46 Providing & laying salt glazed stoneware pipes 150 mm dia Bd.V-39 573

47 constructing B B masonary chembers 60x45 cm size Bd.V-43 574

48

Providing & fixing colour glazed earthenware wash hand basin 55x40 cm size Bd.V-30 565

430

49 Providing indian type mirror with copper plating As directed by EIC

50 Providing & fixing POP false ceiling etc As directed by EIC

51 Providing & applying seal cement primer coat etc As directed by EIC

52

Providing & applying water proof cement paint 2 coats etc Bd.O-8 406

53 Providing & applying 2 coats of oil paint to steel and iron work etc Bd.O-3 404

54 Providing & applying primer coat to wood work etc As directed by EIC

55 Providing & applying 2 coats of oil paint to wood work etc Bd.O-1 403

56 Providing & applying primer coat to wall surfaces etc As directed by EIC

57

Providing & applying 2 coats of Plastic emulsion paint etc

Bd.P-6

414

58

Providing and fixing in position modular type work station table for staff etc As directed by EIC

59

Providing and constructing UCR masonary in C M 1:6 for foundation & plinth etc Bd.H-1 329

60 P C C m-15 sill, jambs Bd.E-5 290

61

filling in plinth and floors with approved material brought from outside Bd A-11 263

62 Providing tuck pointing in CM 1:3 Bd.L-16 272

63 Providing & constructing single brick partition wall in CM1:4 Bd.G-7

316

431

64 Providing & applying internal cement plaster 20 mm thick in CM1:4 Bd.L-3 368

65

Providing & applying sand face cement plaster 20 mm thick in CM1:3 for outide Bd.L-5 369

66 Providing & fixing AC sheet roofing for shed etc Bd.R-7 453

67 Providing & fixing M S grill railing Bd.V-12 555

68 Providing & applying 2 coats of oil bound distemper Bd.P-5 413

69 Providing & constructing 120x120x120 cm size soak pit etc Bd.V-46 576

70 Providing & fixing Europeon type water closet etc As directed by EIC

POP False ceiling

Providing & fixing POP false including scaffolding if necessary at

Architectural work like moulding cornices,curves,domes as per detailed

drawing and as directed by Engineer-in charge including all frame work

etc complete.

Aluminium partitions, partly glazed and partly Laminated panels

Providing & fixing in position anodized extruded aluminium

partitions,partly glazed and partly laminated having frame made out of

extruded tubuler section of size 40x60 mm with 12 mm thick three layered

flat pressed teak wood particle board bonded with BWP type' exterior

grade phenolformaldehyde synthetic resin confirming to IS 12823-1990

,laminated on both sides and 5 mm thick selected quality flat glass panels

fixed with aluminium glass clips 12x12 mm and rubber cushioning beading

to glass partition as per approved drawing etc complete(sample to be got

approved from Executive Engineer before use)

Modular type work station table

432

Providing & fixing in position Modular type work station table for staff

made out of 19 mm marine plywood for top supported on low height

partition with 1 mm thick laminate on top. Edges of top surface finished

with 25x25 mm thick wooden moulding finished with melamine polish of

approved shade or with posform laminate, including Pedestal with drawers

made of 19 mm thick marine grade plywood as shown in drawing, pedestal

finish with laminate from external surface & 1 mm thick laminate on

internal surface all complete with necessary wooden members finished

with melamine polish, footrest finished in laminate with melamine polish

including keyboard tray with mouse pad, CPU Trolly/unit.Pedastal,all

hardware of approved make all as per drawing & as per instructions of

Engineer in charge.

Aluminium fully glazed door

Providing & fixing anodized aluminum fully glazed doors including door

frame, with powder coating 5 mm thick sheet glass necessary fixtures &

fastenings, neoprene type rubber gaskets as per IS standard & detailed

drawing etc complete

Aluminium louvered windows

Providing and fixing in position aluminium louvered windows/ ventilators

(IS std.) of various sizes with powder coating as per detailed drawings and

specifications including aluminium frames 80 x 38 mm box type 5 mm

thick sheet glass louvers, clips / rubber plain P.V.C.. gaskets of approved

quality etc. complete.. (Sample to be got approved from Ex. Engineer

before use)

Aluminium Fixed glass window

Providing and fixing in position anodized extruded moulded aluminium

fixed glass panel window having frame made out extruded tubular section

of size 63 x 38mm x 2.00mm thickness (wt. 1.054 kg/Rmt.) mechanically

assembled at corners with glazing, beading of angle 25 x 25 x 1.60mm

thick (wt 0.21 kg/Rmt.) including plain sheet glass 5.5mm thick with

rubber gasket and wooden encasement wherever necessary etc. as per

approved drawing and specification etc. complete as directed drawing and

specification etc. complete as directed by Engineer in charge.

433

European type coloured glazed earthenware water closet pan

Providing and fixing European type coloured glazed (as per IS Std.)

earthenware water closet pan with Bekelite seat and lid with chromium

plated brass hinges and rubber buffers including UPVC soil and vent pipe

upto the outside face of wall, 10 litre UPVC low level tank flushing

cistern, 32 mm. dia. UPVC flush pipe with fittings, and clamps 20 mm dia.

UPVC over flow pipe with mosquito proof couplings, pointing to exposed

pipe and cutting and making good to the wall and floor testing etc.

complete. (Prior approval of sample and brand by Ex. Engineer is

necessary

Syntax water storage tank

Providing hoisting and fixing in position sintex or equivalent high density

polyethylene UV stabilized conforming to I.S.12701, water storage tank

with necessary connections, testing & all required accessories etc.

complete. (Prior approval of sample by Ex. Engineer is necessary before

use.)

Wash Hand Basin

Providing and fixing White glazed with bottle trap earthenware Wash

Hand Basin of 55x40 cm size including cold water piller taps, brackets,

rubber plugs and brass chain, stop tap, chromium plate bottle trap and

necessary pipe connections including UPVC waste pipe and trap upto the

outside face of the wall, making good the damaged surface, testing etc.

complete.

PVC door shutter

Providing and fixing PVC multi leaf door shutter of approved colour /

lamination made out of extruded rigid PVC hollow section PW2459 shutter

frame of size 24 x 59 mm having double wall construction as vertical styles,

top & bottom rails and middle lock rails of size 24 x 100 mm and the panel

434

in PW20200 multi chamber hollow plastic section of size 20 x 200 joined

each other by tongue and groove interlocking system duty inserted in

shutter frames and all shutter frames, lock rails, styles reinforced by

polymer inserted inside for fixing of hinges, aldrops, tower bolts and

baby latch etc. All corners should be machine cut joined each other by

metal screw after inserting rigid L bracket PVC reinforced of size 100 x

200 mm including synthetic metal / alluminium with powder coating,

fixtures and fastenings remarking , damage surface etc. complete.

Mirror

Providing mirror of approved Indian quality copper plated with 100 mm

thick plywood backing and fixed in the masonry etc. complete

SPECIFICATION FOR ELECTRIFICATION 1. POINT WIRING CONCEALED TYPE:-

Providing, Point wiring for light/fan/bell concealed type with all

required approved material as specified in specification No. WGPA / CW

of PWD electrical specification and as directed by the Engineer-in-

Charge

All wiring shall be tested with 500V Meggar between phases, phase –

neutral and to earth IR value shall not be less than 1M-ohm.Earth

continuity shall be ensured at all earth terminals of plug outlets and at

earth terminals of metal enclosures. Polarity test shall be carried out for

ensuring the correct polarity in the plug.

2. POINT WIRING IN PVC TRUNKING ( Casing & Capping)

Providing all required approved material as specified in specification No.

WG-PW/SW of PWD electrical specification book and as directed by the

Engineer-in-Charge

435

All wiring shall be tested with 500V meggar between phases, phase –

neutral and to Earth.IR value shall not be less than 1M-ohm.Earth

continuity shall be ensured at all earth terminals of plug outlets and at

earth terminals of metal enclosures. Polarity test shall be carried out for

ensuing the correct polarity in switch and plug.

3. PLUG POINT WIRING :-

a) Point wiring for plug shall be on concealed type light/fan

switchboard with copper wire

and with modular accessories etc complete as per direction of the

Engineer-in –charge.

b) Point wiring for plug shall be on light/fan/bell switchboard with

copper wire and with

required accessories etc complete as per direction of the Engineer-in

–charge.

4. INDEPENDENT POINT WIRING CONCEALED TYPE:--

Providing Independent Point wiring concealed type with all required

approved material as specified in specification No. WG-PW/SW of PWD

electrical specification book and as directed by the Engineer-in-Charge.

All wiring shall be tested with 500V meggar between phases, phase –

neutral and to earth IR value shall not be less than 1M-ohm.Earth

continuity shall be ensured at all earth terminals of plug outlets and at

earth terminals of metal enclosures.

Polarity test shall be carried out for ensuring the correct polarity in the

plug.

436

5. MAINS OF 2 x 2.5 MM²

a) Providing and erecting mains of 2 x 2.5 mm² FR grade insulated

stranded / solid copper conductor electrolytic tough pitch (ETP) grade,

having insulation of 1.1 kV grade, ISI marked, of required colour coding

as per specified in specification No. WG-MA/BW of PWD electrical

specification book and as directed by the Engineer-in-Charge.

Open Wire bunch:

Open wires shall be erected with due care so as to avoid chances of any

mechanical injury. Harnessing shall be done with required material in an

approved manner in panel boards or where ever necessary. For covering

lead wires flexible conduit shall be used with gland as per necessity.

Testing:

Insulation resistance test:

All wiring shall be tested with 500V meggar between phases, phase –

neutral and to Earth.

IR value shall not be less than 1M-ohm.

Polarity Test:

Test shall be carried out for ensuring the correct polarity in switch and

plug.

b) Earthing Wire: Providing and erecting earthing wire of 1.5 mm² FR

grade insulated stranded / solid copper conductor electrolytic tough

pitch (ETP) grade, having insulation of 1.1 kV grade, ISI marked, earth

continuity shall be ensured between termination points of earth wire.

437

Polarity Test:

Test shall be carried out for ensuring the correct polarity in switch and

plug.

c) Concealing of PVC conduits, erecting / laying In wall or in flooring

shall be by making chases / grooves / entries as per approved method

of construction along with of all required material including hardware

such as ‘U’ nails, binding wire, fish wire; accessories such as PVC / MS

junction boxes / inspection boxes, check-nuts, flexible PVC pipe, glands,

drawing fish-wires and making all piping rigid, refinishing the surface

with cement mortar, removing debris from site.

There shall be knockout holes in required numbers and dia. for entry of

conduit pipes and arrangement to fix cover plate on it.

Hardware such as ‘U’ nails, plumbing and general use nails of required

sizes, washers, check-nuts, steel binding wire 20g, steel fish wire, etc

Other material for Surface finishing such as Cement, sand, putty, and

water. Work shall be done in co-ordination with civil work to suite final

approved layout. Size of conduit shall be correct depending on number

of wires to be drawn. (Table No 1/2 for PVC conduits) Separate pipe

shall be used for each phase in 1-ph distribution and for power and light

distribution and also for wiring for other utilities like data, telephone,

TV cabling, etc. for which the distance between pipes shall not be less

than 300 mm or anti electrostatic partition is to be provided. Adequate

use of conduit accessories shall be made at required locations. Entries in

wall shall be at level of corresponding conduit with colour coding as per

Table No.1/4. (For Visual identification) Flexible conduits shall be used

at expansion joints.

Erection shall be done as per the layout finalized, with minimum sharp

bends, with junction boxes at angular junctions and for straight runs at

every 4.25m, in such manner so as to facilitate drawing of wires. All

bending of conduits shall be done with Bending Spring. Alljoints shall be

made rigid with resin.

438

Concealing of PVC Conduits In walls / flooring:

Chases shall be made in walls of adequate width, with cutter and

chiseling through it. Necessary finishing of the wall surface shall be

done. Work in flooring shall not disturb RCC work, Conduits of adequate

size shall be erected with use of appropriate accessories, and

‘U’ nails. All joints shall be made rigid with resin. Draw-in / inspection

boxes shall be fixed with check-nut, flush with surrounding surface and

earthed.

6. a) Supplying and erecting approved make square parabolic recess mirror

optic square / rectangular PL fitting suitable for 2 x 36 W compact fluo.

lamp with electronic ballast fixed in false ceiling as per specified in

specification No. FG-IDF/MOF of PWD electrical specification book and

as directed by the Engineer-in-Charge.

b) Supplying and erecting square type recessed down lighter suitable for

2x18 watts CFL,

as per specified in specification No. FG-IDF/DL1 of PWD electrical

specification book and as directed by the Engineer-in-Charge.

c) Supplying and erecting bulkhead fitting with fine finished cast as per

specified in specification No. FG-IDF/BHF of PWD electrical specification

book and as directed by the Engineer-in-Charge.

d) Supplying and fixing of Compact Fluorescent lamps with Pin type (PL

tube to be used with ballast), suitable for 230 volts, and of 36 wattage.

The lamp shall have life of 10000 burning hours and shall meet with the

requirements mentioned in Table No. 2.1/7. All lamps shall have pf

above 0.9.

439

Lamp material shall be based on fluorescent powder, with electrode.

Cap shall be Pin type/Screwed cap made from high grade Aluminium

sheet. The lamp shall be fixed at specified location as directed by site

engineer.

e) Supplying and fixing of Compact Fluorescent lamps with Pin type (PL

tube to be used with ballast), suitable for 230 volts, and of 18 wattage.

The lamp shall have life of 10000 burning hours and shall meet with the

requirements mentioned in Table No. 2.1/7. All lamps shall have pf

above 0.9.Lamp material shall be based on fluorescent powder, with

electrode. cap shall be Pin type/Screwed cap made from high grade

Aluminum sheet.

The lamp shall be fixed at specified location as directed by site

engineer.

f) Supplying and fixing of Compact Fluorescent lamps with adapter

(Retrofit – Instant Start type) suitable for 230 volts, and of 15 wattage.

The lamp shall have life of 10000 burning hours and shall meet with the

requirements mentioned in Table No. 2.1/7. All lamps shall have pf

above 0.9.Lamp material shall be based on fluorescent powder, with

electrode. cap shall be Pin type/Screwed cap made from high grade

Aluminum sheet.

The lamp shall be fixed at specified location as directed by site

engineer.

7 a) Supplying and erecting Ceiling fan of 1200 mm sweep with all

accessories and necessary materials, erected in hook/clamp as per

specified in specification No. FG-FM/BF of PWD electrical specification

book and as directed by the Engineer-in-Charge.

Testing:

After erection fan shall be tested by connecting to supply at all positions

of regulator.lso steadiness of fan shall be checked at full speed, so that

there is no wobbling.

440

b) The electronic step regulator shall be modular type ( One module ) ISI

mark suitable for ceiling fan duly erected on provided plate and box with

wiring connections complete.

8. Supplying & erecting MCB of single pole, 32 AMP ‘B’ series as per

specification No.SW-SWR/MCB of PWD electrical specification book and

as directed by Engineer-in-Charge.

9. Supplying & erecting galvanized cast iron earthing of size 60x60x6 cm

complete as per specification No.EA-EP of PWD electrical specification

book.

Testing:

The value of each earth electrode shall be measured by earth tester in

presence of site

Engineer and record to be submitted.

10 Providing and erecting cupboard for enclosing energy meter, cutout,

MCB etc. made from selected marine plywood planks 19 mm. thick duly

varnished/ painted from inside and from outside with brass hinges and

locking arrangement with suitable lock with duplicate keys. Cupboard

duly grouted with suitable size of iron work in wall at the bottom.

11 Supplying and erecting Iron clad cut out H.C. type 500V 63A approved

make erected on provided cupboard in an approved manner.

12 Supplying and erecting Exhaust fan of 300 / 400 RPM / 4000 CFM

capacity sweep with all accessories and necessary materials, suitable to

work on 230 V, AC supply 50 Hz, erected in position. Fan motor with

moisture proof treatment and E class insulation, ISI marked, conforming

to IS: 2312/67 with amendments 1 to 8. The fan mounting rings shall be

proper pre-treatment followed with at least two coats of primer; final

finish shall be with two coats of grey colour paint duly baked. The

connecting leads shall be brought out for making connections.

441

Superior quality enamel paint of specified colour shall be used for

marking Sr. No and date of erection.

The Exhaust fan complete with all above accessories and duly wired shall

be erected at

specified position, connected to the supply and tested.

Testing:

After erection fan shall be tested by connecting to supply. Also

steadiness and vibrations if any, of fan shall be checked at full speed, so

that there is no wobbling.

442

Obligatory Conditions for Consumer redressal centre &

Bill Collection centre

1) Consumer redressal centre is to be constructed in Ambernath with

ground plus one storeyed R C C framed structure as per general tentative

layout as given in enclosed drawing and as per directions of Engineer

in charge

2) The structure is to be designed by contractor at his own cost and get it

approved as mentioned in general conditions

3) After obtaining approval of Engineer in charge to the drawings and

design the proposal is to be submitted to local Authority for obtaining

Building construction permission and compliances of remarks if any. It is

the responsibility of the contractor to obtain the permission ,necessary

help required from departmental side will be provided.

4) The work is to be started only after permission is granted by local

Authorities.

5) The work is to be carried out as per standard specifications of P W D

and as per directions of Engineer in charge

6) The General scope of work involved is as under.

a) Excavation for foundation in all type of strata

b) Rubble stone soling 20 cm thick below column footings and below

flooring .

c) plain cement concrete 0.15 m thick in M-10 for foundation and

Plinth bedding

d) R.C C. M-25 for column footing,Columns,Beams,lintels,

,slabs,landings,Chajjas etc and TMT steel reinforcement

e) B B Masonary of 23 cm thick for walls in C M 1:6 in plinth and

superstructure. Height 3.2 m minimum each floor and 2.1 m for

head room

f) Door frames of C C T W

g) Aluminium lovoured windows 4 nos of 0.45x0.60 m sizein toilet

section

443

h) Internal cement plaster of 12 mm thick for inside area in C M

1:3,6 mm thick plaster to ceiling portion,and Rough cast cement

plaster externally12 t0 15 mm thick with water proffing compound

in C M 1:4

i) Anodized extruded moulded aluminium fixed glass panel windows

of required size as directed by Engineer in charge

k) Ceramic tiled flooring of 60x60 cm size tiles consumer redressal

center and computer hall,cabin and toilet block passage

l) Ceramic skirting of 0.15 m height

m) Colour marble slab for sills,jambs,frames for windows and opening

in staircase ( 0.23 m width.)

n) Black kadappa stone for risers and treads of staircase and main

door steps 25 to 30 mm thick

o) colour glazed tiles of 30x30 cm size for flooring in w.c and urinal

section and full height in w c and urinal section.

p) White glazed earthenware lipped back type urinals (3 nos )with

flushing cistern and polished black kadappa sone partition.

q) one no of Indian type white glazed earthenware 580mm water

closet pan in w c .

r) Mild steel grill work weighing 15 kg/sqm for 17 windows and 8 no

of opening in staircase

s) providing and fixing aluminium partions with both side laminated

panels in consumer redressal cell counter area of about 11.50 sqm

t) Providing and fixing aluminium partitions partly glazed and partly

laminated panels. Computer section about 17 sqm

u) Providing and fixing aluminium fully glazed door(1 No) of

size0.90x1.8 m for computer section.

v) PVC twin panelled sigle leaf door shutter(2 No) of size 0.9x1.8 m

for w c and urinal section

444

w) Mild steel grill railing weighing 20 kg per sqm withC C T W hand

rail of size 75x60 mm and sill of 75x25 mm for staircase

x) 110 mm dia UPVC rain water pipe -15 Rmt

xi) providing and fixing 15 mm dia (30 m)and 20 mm dia (40m)G I

pipe line for water supply with 4v brass stop taps

xii) Finishing terrace slab with water proofing compound and filling in

plinth with approved excavated materials

xiii) Providing hoisting and fixing sintex or equivalent make of 2000

litre capacity with necessary connection and testing

xiv) Providing and fixing nahani trap 3 no, providing and laying 150

mm dia salt glazed stone ware pipes about 30 m, B B masonary

chembers of 60x 45 cm size 5 No,

xv) Colour glazed wash hand basin of size 55x40 cm ( 2 No ),2 Indian

quality copper plated mirrors( 2 No)

xvi) providing and fixing POP false ceiling to halls of about 110 sqm

area

xvii) Inside painting 2 coats of plastic emultion with primer

coat,Outside 2 coats of water proof cement paint with seal

cement primer, Oil paint 2 coats tostructure steel work and iron

work , and wood work etc

xviii) Providing and fixing moduler type work station table(4 No) for

staff as per approved drawing and as directed by Engineer-in

charge

Electrification work(Consumer redressal center)

1) Point wiring for light/fan/bell etc in PVC conduit - 51 points

2) Point wiring for plug etc - 38 point

3) point wiring for independent plug cocelled type - 10 point

4) supply and errection mains with 2x2.5 sqmm f R copper wire - 100 m

5) supply and errection mains with 1.5 sqmm f R copper wire - 100 m

6) Chiselling wall/ floor with supply and errecting pvc conduit - 100 m

445 7) Square double parabolic recess/surface mirror optic - 23 No

square/rectagular PL fitting with eletronic ballast

8) Square type recessed/surface down lighter with reflecter - 6 No

and glass cover

9) Bulk head fitting suitable for integral CFL fixed on wall - 2 No

10) 2x36 W CFL bulb - 54 no

2x18 W bulb - 14No

10) Ceiling fan 1200 mm - 11 No

11) Moduler type electronic step regulater 2 module -11 No

12) Supplying, errecting and marking SPMCB 6 A to - 6 No

32 A B series (for lightuing)

13) Galvanized cast iron earth plate size 60x60x0.60 cm - 2 No

14) Cupboard for meter and switch - 1.25 sqm

15) Iron clod cutout h C type 500v 63 A - 1 No

16) Exhaust fan heavy duty 230 v - 1 No

All work shall be executed as per specifications enclosed and as directed by

Engineer in charge

Obligatory conditionsfor constructing 4 Bill collection centers in

Ambernath town

1) Bill collection centers are to be constructed at 4 locations given by MJP

as per general drawing given and as directed by Engineer in charge

2) The structure is to be designed by contractor at his own cost and get it

approved as mentioned in general conditions

3) The work is to be carried out as per standard specifications of P W D and

as per directions of Engineer in charge

4) The General scope of work involved is as under.

a) Excavation for foundation in all type of strata.

446

b) Rubble stone soling 0.23 m thick for foundation plinth and

platform etc

c) P C C m-15 for foundation bedding 10 cm thick

d) U C R masonary for foundation o.6 m wide and 0.45 m depth and

plinth 0.45 wide and 0.40 m depth minimum

e) P C C m-15 coping over U C R 10 cm thick

f) murum filling in plinth

g) B B Masonary walls in C M 1:6 (0.23 m thick and 3 m height)

h) cement tuck pointing in C M 1:3

i) B B masonary half brick partition wall in C M 1:4 for toilet and

parapet

j) RCC M-200 chajja,slab etc 12 cm thick

k) TMT steel reinforcement

l) 20 mm thick internal cwement plaster in CM 1:4 and sand face

plaster in CM 1:3 for outside

m) Door frames of C C T W

n) C C T W door shutter

o) Aluminium louvered window for toilet(0.4x0.50m)

p) Ceramic tiles flooring and skirting in toilet etc

q) Polished quota stone sills frames etc

r) Mild steel grill work to windows

s) Providing and laying G I medium class pipe 50 mm dia for frame

work

t) A C sheet roofing for shed

u) G I pipe railing

v) washable oil bound distemper 2 coats with primer etc

w) Outside painting of water proof cement paint etc

x) Oil painting to wood work and steel structure

xi) P V C Single leaf door shutter to toilet

xii) Orisa type water closet pan580 mm

xiii) providing and constructing soakpit of size 120x120x120 cm

447

xiv) Providing hoisting and fixing sintex or equivalent make of 2000

litre capacity

xiv) Providing and fixing nahani trap , providing and laying 150 mm

dia salt glazed stone ware pipes about , B B masonary chambers of

60x 45 cm size

xv) providing and fixing 15 mm dia and 20 mm dia G I pipe line for

water supply with brass stop tap

xvi) Providing and fixing white glazed wash hand basin etc 55x40cm

size

Electrification work (Bill Collection centers 4 No)

1) Point wiring for light /fan etc in PVC casing and caping etc - 16 NO

2) Point wiring for plug on board of light - 12 No

3) Square double parabolic recess/surface mirror optic - 4 No

square/rectangular PL fitting with electronic ballast

4) Ceiling fan 1200 mm - 4 No

5) Modular type electronic step regulator 2 module - 4 No

448

Contractor No. of corrections Executive Engineer

SCHEDULE OF PAYMENT The item of Consumer redressal centre and Bill Collection Centre is

for complete unit of work. The schedule of payment will be on lump

sum basis at the percentage specified below.

A) CONSUMER REDRESSAL CENTRE

1 Excavation, PCC, Footing, Soling & Col. upto G.L. 7% 2 Columns and beams upto and including roofs slab

a) At ground floor b) At 1st floor

15% 15%

3 B.B. Masonary with doors & window a) At ground floor b) At 1st floor

10% 10%

4 Staircase 2% 5. Plastering & flooring 12% 6. Grill work and Railing 2% 7. Plumbing with syntax tank & sanitation system with

inspection chamber 3.5%

8. Interior decoration such as false ceiling with furniture arrangement

14%

9. Painting and water proofing 2.5% 10 Electrification 6% 11 Misc. Work 1%

Total 100%

449

Contractor No. of corrections Executive Engineer

B) BILL COLLECTION CENTRE

1. Excavation, PCC, Soling, UCR for foundation,

coping & murum filling upto plinth

18%

2. B.B. masonary for superstructure 15%

3. R.C.C. Slab & Beams 9%

4. Plastering & Flooring 15%

5. Door & Window 10%

6. Grill work & Railing 5%

7. A.C. Roof Shade 9%

8. Water Supply & Sanitary System 10%

9. Painting & Misc. Work 2%

10 Electrification 7%

Total 100%

No change in percentage specified above shall accepted.

Partial completion of item as quoted above will not be

considered for payment in part.

450

Contractor No. of corrections Executive Engineer

MAHARASHTRA JEEVAN PRADHIKARAN

MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, PANVEL

MAHARASHTRA JEEVAN PRADHIKARAN W.M. DIVISION , AMBERNATH

NAME OF WORK: Augmentation to Ambernath Water Supply Scheme, Tal.

Ambernath, Dist. Thane. Construction of C.C. weir at Chikhloli Dam, Designing,

constructing & commissioning 7.20 ML capacity WTP at Chikhloli, lowering, laying and jointing D.I.K-7/K-9 pipes for rising main/gravity main/distribution system, construction of R.C.C. sump and pump house, construction of 8 nos. of RCC ESRs at various places with compound wall, construction of Consumer Redressal Centre with computerization, Railway crossing work, Repairs to Belivali MBR etc. complete

SUB WORK NO. 12: DESIGNING, PROVIDING, CONSTRUCTING &

COMMISSIONING 7.2 MLD WTP AT CHIKHLOLI

OBLIGATORYREQUIREMENTS OF THE WTP The water treatment plant shall be in RCC and designed by the Contractor at

his own cost with the following obligatory data.

OR-1 Rated Capacity The capacity of the plant as a whole, for individual units as per

Schedule-B and specifications. The plant shall be of 7.20 MLD

Capacity.

OR-2 Layout of Plant As per Contractor's design, within the boundaries of the enclosed

contour plan, the layout shall be such as would give the whole plant an

aesthetic appearance. It shall not, however, affect beauty of the

architectural treatment given to the face of the central filter house

building. The MJP reserves the right to modify the layout, if considered

necessary. The layout of plant shall indicate internal roads. The

451

Contractor No. of corrections Executive Engineer

layout of the plant shall be as compact as possible. The Contractor

shall have to construct the treatment plant for capacity 7.20 MLD and

in accordance with the detailed specifications.

OR-3 Scope of Work The scope of work shall be as per contract limit marked on layout and

as mentioned below –

The work shall start 15 m ahead of raw water inlet chamber as

specified in the specifications and end at the last manhole of drainage

system. In case of distribution from pure water sump distribution

outlet piping should be limited to 15 m excluding control valve. The

length of horizontal MS/CI pipe from the face of vertical inlet pipe to

inlet chamber shall be 15 m without any sluice valve. The design of

Contractor must include all units of Water Treatment Plant as per

Schedule-B.

OR-4 Levels G.L. of WTP site 44.00 M Lip of Aeration fountain 48.00 M LSL of sump at WTP 40.00 M are obligatory. The Contractor should ascertain the actual strata met

with though the trial pit results given. FSL of sump 44.00 M OR-5 Foundation i) The structure should be founded on hard strata and minimum

depth of excavation in hard strata shall not be less than 1.00 m. ii) The Contractor has to verify the bearing capacity during

execution and base the foundation suitably. iii) The offer of the Contractor shall include excavation for all the

units of the plant as per Schedule-B in all types of soft and hard strata by any or all means, including all leads and lifts involved in the work as per actual requirement at the site. It shall also

452

Contractor No. of corrections Executive Engineer

include bailing or pumping out water, right from commencement of work till its completion in all respects for the entire plant units as per Schedule-B. All machineries, T&P, manpower, etc. required for this job shall have to be provided by the Contractor at his own cost.

iv) All the structures should be checked for seismic zone IV action

for safety and stability. v) All the structure of the units as per Schedule-B shall be design

for necessary uplift pressure for entire area of the plant layout, if so insisted by the Engineer-in-Charge.

OR-6 Type of Construction Reinforced Cement Concrete : Cast in-situ. To be based on following ISI Specifications. i) IS:456 (latest edition), Water retaining structure/water

container shall be constructed in M-300 and remaining structures shall be constructed in M-250

ii) IS:3370:1965 Part-I, Part-II and Part-IV.

iii) IS:1893:1975 (Latest edition)

iv) IS:875:1964

v) National Building Code of Practice, Government of India Latest edition, Publication of ISI.

vi) Any other IS Specification, not mentioned above but relevant in

the design, construction, etc. shall be made applicable. For such application no extra claim shall be payable to the Contractor.

vii) IS:13920 for Seismic Zone – IV. OR-7 Construction The Construction shall be carried out as per (a) Relevant latest ISS; (b)

Abstract of specification given in Annexure-I incorporated as per

Standard Specification Book, 1972 edition, Government of Maharashtra

453

Contractor No. of corrections Executive Engineer

Publication (c) National Building Code of Practice; (d) Relevant

Chapter of PWD Hand book.

In case where alternatives are mentioned in publication for design as

well as construction purpose, the approval of the accepting authority

of the tender shall have to be obtained for the particular alternative

proposal to be used by the Contractor. If MJP does not agree to that

alternative, the Contractor shall have to adopt the alternative as

suggested by the MJP without extra cost.

OR-8 General Requirements to be provided for in all the Structures Besides Those Enumerated in Schedule-B and Specifications.

a) For Civil work For all civil works the requirements as laid down in Appendix-A General Specifications, of these tender document shall have to be scrupulously followed.

b) For Mechanical work

The requirements as laid down in Appendix-B of these tender document shall be essentially govern the offer of the Contractor.

c) For Electrical Works

The specification laid down in Appendix-C of these tender documents shall be binding on the Contractor wherever relevant.

d) For Architectural work

The offer should include architectural treatment to the entire plant structure to give an elegant look to the complete premises. The Contractor shall workout details so as to offer elegant look.

OR-9 Use of Steel for RCC Members as Reinforcement Tor steel of 415 grade and Mild Steel Grade-I shall only be

used as per design. The Contractor shall have to procure the

steel from open marked. The steel procured by contractor

shall be tested and the contractor shall produce

manufacturer’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

454

Contractor No. of corrections Executive Engineer

at his cost and result should be submitted to the Maharashtra

Jeevan Pradhikaran. Defective steel brought by the

Contractor shall be rejected and will not be allowed to be

used. Test certificate starting the chemical composition and

characteristics of the product should also be produced.

At least 3 samples of each diameter should be tested from

every 5 MT or part thereof. Tests lots only be permitted to be used.

All reinforcement used for WTP should be with epoxy coating

as per detailed specification OR-10 Specific Requirement to be provided for in the Design of

hydraulic and building structures. a) All members of the structures in contact with water

shall be in RCC grade (M-30). In case of vertical walls or water retaining structures the portions of walls above FSL and slab covering or incubating water shall also be of the same grade as that of the portion below it. The minimum thickness of such member shall not be less than 15 cm or design requirements. This is not applicable for small channel walls, roofs, and flocculator wall of clariflocculator, which should satisfy the design requirements.

b) Wherever partition walls are provided in water

retaining structures, these shall be designed for the conditions with one compartment as full while adjacent as empty, wherever such condition is applicable.

c) The sidewalls of water retaining structures shall be

designed for the worst condition such as i) Tank full conditions without earth filling from

outside. ii) Tank empty conditions with submerged earth

pressure from out side. iii) There shall be no counter-force coming inside

the structures.

455

Contractor No. of corrections Executive Engineer

I) Aeration Fountain (Cascade Type)

a) Capacity (ultimate) 7.20 MLD (3.00 lakhs liter/hour)

b) Area to be provided At the rate of 0.625

Sqm/MLD or 0.015 Sqm/Cum/Hr.

c) Minimum number of 3 to 4 Cascade d) Minimum rise 15 cms e) Collecting channel Peripheral to the aeration

fountain

f) Free board Not less than 30 cms.

g) Velocity 1 m/sec to 1.25 m/sec (Max.)

h) Inlet of fountain 450 mm dia C.I. B Class

i) R.L. of lip of Aeration 48.00 m fountain

j) Structure RCC

k) Structure Cascade and collecting

channel to be provided with ceramic tiles and MS cage to be provided at the mouth of the pipe.

II) Connecting Channel and Rectangular Notch Connecting channel shall be provided for 7.20 MLD. The

adequate capacity rectangular Notch of brass material or

stainless steel shall be fixed at suitable location. The

marking on rectangular Notch shall be fixed at suitable

location. The marking on rectangular notch shall be clearly

456

Contractor No. of corrections Executive Engineer

visible pre-chlorination and alum dosing can be proposed

adjacent to flush mixer.

III) Flash Mixer a)Type RCC Circular b)Detention period Not more than 60 seconds c)Outlets in separate RCC One for each clariflocculators Chambers with proper 1.8 m/sec for normal flow, designed as to carry required should be minimum Velocity MLD Discharge regulating 0.8 m/sec. discharge with maximum velocity of Arrangement

RPM of blade Not more than 150 and should be suitable for achieving required G (Velocity gradient) e)Free Board 0.50 m for normal flow f)Value of G to be G = 300 sec-1 achieved

g)Prime mover Electrically driven motor of required capacity designed calculation of flash mixer to be submitted for approval.

h) Loss of head 0.4 m (Maximum) i) Side water depth 3.5 m (Maximum) j) Shaft and Blade Stainless steel.

k) Access 1.2 m wide (minimum) peripheral walkway connected with other components l) G.I. cover for motors 14 gauge sheet

G.I. sheet cover for motors and trays to prevent of falling of lubricant into water.

457

Contractor No. of corrections Executive Engineer

IV) Clariflocculators a) No. of units and type 1 No. radial flow b) i) Rated flow 3.00 lakhs liters/hour ii) Detention period

of flocculator 30 minutes iii) Clarifier 2.5 hours detention time minimum, excluding sludge storage capacity upto side water depth (Note – Capacity below clear side water depth of the

clariflocculators shall not be considered. c) Side water depth 3.50 m (maximum) Free board Not less than 0.50 m d) Floor slope 1:12 slope shall be towards central sludge pocket only e) Inlet shaft RCC of adequate capacity with velocity between 0.8 m to 1.8 m range f) Surface loading 30 Cum/Sqmt/day g) Weir loading 200 to 300 Cum/M/day h) Type of weir Peripheral launder and bevel shape to give clear over fall. i) Velocity of the weir Not more than 0.3 m/sec j) Prime mover

a) For blades Not less than 2 BHP b)For bridge Not less than 3 BHP The detailed design calculation of prime mover, i.e.

torque, duty etc. shall be furnished for approval. k) Launder RCC outside the tank l) Velocity of flow in 0.8 m to 1.8 m per sec. flocculator inlet pipe

458

Contractor No. of corrections Executive Engineer

m) Range of velocity 10 to 75 sec-1 Gradient 'G' Agitator assembly 4 Nos of paddle agitator for each Flocculator n) Velocity in launder Not more than 1 m/sec max.

Difference in clarifier FSL & launder FSL should be minimum 10 cms.

o) Type of clarifier bridge Full diameter of flocculator and half diameter of clarifier. p) Diameter of C.I. drain 300 mm dia pipe q) Sludge removal Mechanised unit with continuous removal of sludge under pressure

r) Bleeding pipe with telescopic valve arrangement shall be provided in a separate RCC chamber

s) Access 1.2 m wide (minimum) peripheral walkway connected to other components t) Sludge scrapper Mechanical sludge scrapper confirming to IS:10313:1982 The unit of clariflocculators should be such located that it will be able

to take the settled water from this clariflocculators to the inlet of raw water channel of filters of required MLD capacity. The separating wall between clarifier and flocculator should be in RCC only. Brick wall will not be accepted.

V) Filters a) No. of units minimum 2 bed each with 2 sections each bed with one filter bed stand by

to have corbel of inlet b) Design flow 3.00 lakhs liters/hour c) Type Rapid Gravity d) Depth of filter sand 0.6 to 0.75 m e) Minimum depth of gravel - 0.45 m

459

Contractor No. of corrections Executive Engineer

f) Rate of filtration 5000 litres/Sqmt./hour g) Area of filter house Not less than 150 Sqm (min. width 5.50 excluding filter beds m) with closed roof for administrative office with sanitation block, lap, blowers, wash and excluding control water pump, MCC and entrance lobby bay h) Free board Not less than 0.50 m i) Rate of back wash of 600 liters/sqmt/minute water Duration of back wash 10 minutes j) Minimum free fall from 20 cm outlet weir to pure water channel k) Velocity in pure water 1 to 1.5 m/sec channel l) Under drain system Central manifold of C.I. B-Class and with PVC 10 Kg/Sqcm laterals perforated at bottom. m) Lateral travel of wash Maximum 1.2 m water upto the edge of wash water gutter n) Water level above sand Minimum 1.25 m surface o) Uniformity coefficient 1.3 to 1.7 of sand p) Effective size of sand 0.45 mm to 0.70 mm q) Specific gravity 2.5 to 2.65

r) Inlet sluice gate As per design for each filter bed

s) All outlet sluice valve As per design of each filter bed

460

Contractor No. of corrections Executive Engineer

t) Drain valve of each As per design, filter bed u) Minimum control valves Filter inlet 1 No. per bed for each filter beds Filtered water 1 No. per section when sectional wash outlet is adopted. Wash water 1 No. per bed outlet Air inlet 1 No. per section Wash water 1 No. per section Inlet v) Loss of head Maximum 1.8 to 2.0 m w) Design of washing Piping of wash water lines, air lines and air blowers should be design for washing 1 section of bed at a time. The dia of valves should be same as that of respective pipe line. However, sectional wash is not compulsory and Contractor is free to choose washing of one filter bed with two sections at a time and in that case wash water pipe line, air line, air blower have to be design accordingly. VI) Air Blower (Twin to be root blowers) a) No. of units 2 Nos. minimum (1 No. working + 1 No. standby) b) Rate of air supply 35 to 45 Cum/Sqmt/hr. c) Duration of supply 5 minutes minimum d) Working pressure 0.35 to 0.40 Kg/Sqcm. e) RPM Not more than 1500 (Synchronous)

suitable to duty condition.

f) Dia of piping Minimum 80 mm dia C.I. pipes g) Capacity Each units is having 2 beds and only one unit is to be washed at a time. h) Safety valve Shall be spring loaded type i) Noise level 85 db less.

461

Contractor No. of corrections Executive Engineer

Note: Design calculations for blower prime mover to be submitted by the Contractor but not less than required Horse Power to suit duty condition.. The prime mover shall have 30% power margin at duty point and shall not be overloaded while working at any point of performance curve. The blower of capacity 900 Cum per Hr at 0.35 to 0.40 Kg/Sqcm with antivibration mountings, mounted on a channel base frame of adequate size firmly embedded into RCC pillars, with non return valve and noise level not exceeding 85 db at a distance of 1.5 M shall be provided. Suction and discharge silencer with pressure gauge shall be provided with Air Blower

VII) Chemical House and Chemical Store a) Structure RCC framed with brick panels in two storey b) i) Carpet area of As per Detailed Specifications-8 Chemical house ii) Carpet area of As per Detailed specifications-8 Chemical store c) Alum solution tank As per Detailed Specifications-8 d) TCL solution tank As per Detailed Specifications-8 e) Lime solution tank As per Detailed Specifications-8 f) Lab. and Test Room As per Detailed Specifications-8 Note: Total area should be as per Schedule-B VIII) Wash Water Tank a) Construction R.C.C. b) Capacity Capacity should be decided at 600 lit/Sqmt/Min for 10 min. of filter area + 10 Cum (as per Detailed Specifications-7)

c) Location Above Chemical House/filter house/ or independent structure.

462

Contractor No. of corrections Executive Engineer

IX) Wash Water Pumps for Water Tank a) Type Electrically driven, Centrifugal

b) BHP As per Design but minimum 20 HP

c) Discharge To fill the tank in one hour

d) Total head As per design

e) No. of pumps 2 Nos (one working + 1 stand-bye)

f) Pipe work and valves To be designed at 1.8 m/sec velocity (max. ), minimum pipe size 200 mm g) Location & priming On pure water sump with priming

arrangement including 1 rack pump motor set with allied electrical/ mechanical equipments complete.

X) Chlorinators a) Number of units 2 Nos. for pre-chlorination and 2 Nos for post chlorination. b) Dose Pre-chlorination 0.05 ppm Post chlorination 2.5 ppm

c) Rated capacity For pre-chlorinator 2 Kg/Hr For post-chlorinator 2 Kg/Hr d) Type Vacuum feed chlorinator

e) Injector Booster pumps, suitable for above chloroinators with working and stand-bye each.

XI) TCL Dosing Installation (emergency Disinfection) The arrangement shall include tanks, controlling valves,

piping etc. complete. a) No. of units 3 Nos to suit 2 ppm dosing to suite for 3 lakh liters/hour of plant capacity b) Capacity of tank To suit 3 ppm dosing c) Drive for mixing By electric prime mover

463

Contractor No. of corrections Executive Engineer

XII) By-passing Arrangements

As per Schedule-B and as per detailed specification (DS-6) XIII) Drainage arrangements

As per Schedule-B and as per detailed specification (DS-17) XIV) Electrical Installations

As per detailed specification given in - ES XV) Laboratory Equipment As per Detailed specification (DS-13) XVI) A) Sanitary Blocks

As per Detailed Specification (DS-18) B) Office Block As per Detailed specification (DS-20) C) Entrance Porch with RCC roof slab (3 m x 3 m size) As per Detailed specification (DS-20)

Pure Water Pump House

A) 1) Capacity 1 Hour 2) Type RCC

B) CCT required CCT shall be provided for adequate contact of Chlorine & water

XVII) Pure Water Sump

a) Floor area Minimum 10 to 20 Sqm. per pump set b) Location By the side of pump/on sump c) Height 6 m (minimum) XVIII) Internal Roads

As per Detailed specification (DS-14) XIX) The design and layout of mechanical equipments and electrical

installations required for flash mixer, gear box motor, clarifier

464

Contractor No. of corrections Executive Engineer

bridge and motor, gear box, wash water pumps, air blowers,

chlorinators, alum mixing pumps shall be got approved by Executive

Engineer (Mech.).

XX) The design, drawings and layouts shall be submitted to Executive

Engineer for approval prior to execution of work.

XXI) All the flooring in water treatment plant shall be provided with

vitrified tiles. The flooring of chemical house and store shall have

25 to 40 mm thick polished Kota/ flooring. And the stair case and

all the steps shall have 25 to 40 mm thick polished Kota stone. All

the skirting shall be with vitrified tiles in all inside faces of the

walls of the building, except alum store. All the windows shall

have marble stone framing.

XXII) All exterior doors, windows, ventilators shall be provided with RCC

lintels and chajjas in a box type or any other suitable architectural

form. Entrance shall have at least 3.00 m porch in RCC with

architectural view.

XXIII) Water proof cement painting and distempering.

a) All the internal plastered and finished faces of all the walls,

columns etc. shall be given three coats of oil bound

distemper of approved quality and shade. The ceiling shall

be given two coats of water proof cement paint.

b) All external plastered and finished faces of walls in RCC

masonry, columns etc. shall be given tree coats of water

proof cement paint of approved shade. The finish of exterior

faces shall give aesthetic appearance to the building.

c) The colour scheme shall got approved from the Executive

Engineer in-Charge.

465

Contractor No. of corrections Executive Engineer

Item wise schedule of payment for conventional Water Treatment Plant

No. Description of item Civil cost (Rs.) Mechanical cost (Rs.)

Percentage Avg.

1. Hydraulic and process design approval

1% 1% 1%

2. Structural design approval

3% -- 1.5 %

3. Inlet works consisting of inlet chamber, venturi flume, flow meter, flash mixer with agitator

5% 8% 6.5%

4. Clariflocculator 22% 24% 23% 5. Rapid sand filter and

filter house 22% 19% 20.5%

6. Chemical house, administrative block with, chemical tank, chlorine room, chlorinator, lab equipment, operator room, office block, sanitary block and air blower

16% 20% 18%

7. Wash water tank, wash water pumps, pipe assembly, valves etc.

8% 13% 10.5%

8. Bypass arrangement 2% 4% 3% 9. Pure water sump and

pump house 8% -- 4%

10. Drainage arrangement

2% 2% 2%

11. Electrification 2% 7% 4.5% 12. Hydraulic testing 7% -- 3.5% 13. Trial run and site

cleaning 2% 2% 2%

Total 100% 100% 100%

466

Contractor No. of corrections Executive Engineer

Itemwise detail payment schedule for payment for conventional WTP 1. Hydraulic and process design approval A. Civil On submission of design and approval from compete

authority 1%

B. Mechanical On submission of design and approval from compete

authority 1%

2. Structural design approval Civil On submission of design and approval from compete

authority 3%

Note: The charges of approval if any required from VJTI/Govt. approved

Engineering colleges shall be borne by agency. 3.a) Inlet works – civil Inlet chamber, venturi flume, flash mixer With agitation i) Excavation 4% ii) PCC and foundation 4% iii) Superstructure consisting columns, base slab, 82% walls, venturi flume, walk way. iv) Misc. items as per A/T such as plastering, 10% railing, painting, glazed tiles, etc. ____________ Total 100% 3.b) Inlet works – mechanical i) On supply of equipment as per A/T such as 80% agitator for flash mixer, motor, switch gear, panel, ‘V’ notch, flow meter and pipe assembly for inlet chamber. ii) On erection and testing of the above equipment 20% (on complete erection, testing and commissioning including three months trial run) _____________ Total 100%

467

Contractor No. of corrections Executive Engineer

4.a) Clariflocculators – civil i) Excavation 10% ii) PCC 12% iii) Bottom slab 28% iv) Vertical wall of clarifier 28% v) Launder wall, slab and flocculator wall 16% vi) Misc. works as per A/T such as plaster, tailing, 6% painting, precast steps on walk way, etc. ____________ Total 100% 4.b) Clariflocculators – mechanical i) On supply of equipment as per A/T such as 80% clarifier, bridge rails, gear boxes, motor, switch gear, panel, inlet pipe and sludge pipe with valves and constant bleeding equipment. ii) On erection and testing of the above equipment 20% __________ Total 100% 5a) Rapid sand filters and filter house – civil i) Excavation 7%

ii) PCC 7%

iii) Base slab 16%

iv) Filter house upto roof slab 30%

v) Filter box upto and including walk way 20%

vi) B.B. masonry walling, doors and windows 10%

vii) Plastering and flooring 5%

viii) Misc. works as per A/T such as railing, painting, 5%

cover on rate control chamber, M.H. frame cover

on pure water channel. _____________ Total 100%

468

Contractor No. of corrections Executive Engineer

5b) Rapid sand filter beds and filter house – mechanical

i) On supply of pipes, valves and gates as per A/T 40% ii) On supply of under drain pipe and tees as per A/T 10% iii) On supply of filter media as per A/T 20% iv) On supply of gauges and loss of head and rate of 10% flow meter as per A/T. v) On erection and testing of the above equipment 20% __________ Total 100%

6a) Chemical house, chemical tank, administrative block with operator room, chlorine room, chlorinator, office block with porch and sanitary block etc. – civil

i) Excavation 5% ii) PCC footing and column upto GL 12% iii) Columns, beam upto and including roof slab of 20% ground floor. iv) Columns, beam upto and including roof slab of 20% first floor. v) Chemical tanks 5% vi) B.B. masonry, doors and windows

20% vii) Plastering and flooring 10% viii) Stair case 2% ix) Porch 1% x) Misc. works as per A/T such a painting. 5% ____________ Total 100% 6b) Chemical house – mechanical i) On supply equipment for chemical tank

with pipes and valves as per A/T 10%

ii) On supply of chlorinator with pipes and valves 20% as per A/T iii) On supply of air blower, motor, switch gear, 40%

469

Contractor No. of corrections Executive Engineer

panel pipes and valves, etc. iv) On supply of sanitary and WS equipment 5% as per A/T v) On supply of lab equipment and furniture 5% as per A/T vi) On erection and testing of above equipment 20% ___________

Total 100% 7a) Wash water tank – civil i) Container excluding roof slab

60% ii) Roof slab, internal column and beams 25% iii) Plastering, ladder, lighting conductor, water 10% level indicator, railing. iv) Misc. works as per A/T such as painting, etc. 5% ___________ Total 100% 7b) Wash water tank – mechanical i) On supply of vertical pipe assembly with inlet, 40% outlet, overflow valves and specials as per A/T ii) On supply of wash water pumps, motors, 40% switch gear and panel boards as per A/T iii) On erection and testing of the above equipment 20% ___________ Total 100% 8a) Bypass arrangements – civil i) Bypass channel and bypass piping 75%

ii) Bypass chamber 15%

iii) Other misc. works as per A/T 10%

_________

Total 100% 8b) Bypass arrangement – mechanical i) On supply of gates as per A/T 80% ii) On erection and testing of gates 20% ___________ Total 100%

470

Contractor No. of corrections Executive Engineer

9) Pure water sump and pump house

i) Excavation 10% ii) PCC and foundation slab 15%

iii) Vertical wall 15%

iv) Columns, beam and roof slab of sump house 10%

v) Columns beam and roof slab of pump house 20%

vi) B.B. masonry, doors and windows 10%

vii) Plastering and flooring 15%

viii) Other misc. works as per A/T such as painting, 5%

M.S. ladder, M.H. frame and cover, etc.

___________

Total 100%

10a) Drainage arrangement – civil i) Excavation of drainage pipeline and construction 100% of chambers as per A/T 10b) Drainage arrangement – mechanical i) On supply of drainage pipes 80%

ii) On lowering, laying, jointing of pipes 20%

___________

Total 100%

11) Electrification – mechanical

i) Internal and external electrification to entire 100% plant as per A/T including main panel board switch gear as per A/T

12) Hydraulic testing – civil

i) Inlet works 6%

ii) Clariflocculators 22%

iii) Filter beds 30%

471

Contractor No. of corrections Executive Engineer

iv) Wash tanker tank 12%

v) Bypass channel 5%

vi) Sump 20%

vii) Drainage arrangement 5%

Total 100% 13) Trial run and site cleaning

Civil 2% Mech. 2% NOTE: As separate provision is made for hydraulic testing and testing of mechanical equipment in the break up schedule no further deduction through R.A. Bills on account of hydraulic testing is necessary. Daily record of raw water pumped, pure water pumped from WTP, water pumped to ESR, Alum doses, Alum consumed, turbidity, pH, chloride dose, residual chlorine at consumer end etc. shall be maintained. Calibration chart for turbidity and chlorine dose shall be prepared. Daily record of filters washed

472

Contractor No. of corrections Executive Engineer

DETAILED ITEMWISE SPECIFICATIONS General These specifications as laid down hereinafter are in amplification of the

requirement already specified in preceding of this tender and further fully

complementary to it. The elaborate specifications for electrical works are

given separately in addition to the following. Additional specification for

mechanical work and civil work are separately given.

DS-1 ITEM NO. 1 AERATION FOUNTAIN (RCC) Accessories 1.2 m wide walkway and 25 mm dia double row G.I. pipe railing at

the outer periphery of aeration fountain. It is necessary to provide

RCC stair for inlet chamber. Ceramic tiles in white cement shall be

provided to cascade and collecting launder.

Mechanical Equipment The central inlet to the chamber shall be of CI pipe of required

thickness and dia with bell mouth at its top, increased to suitable

diameter covered with dome shaped MS cage. From the duck foot

bend, M.S. pipe line extending upto 15.00 m distance measured from

center to duck foot bend shall be provided by the Contractor with

required specials as per site conditions.

DS-2 Measuring Flume, Flow Measuring Equipment etc.. a) Design The flume shall be designed as an open channel type for

required flow with free board or not less than 30 cm. The

measuring flume shall have a baffle wall or appropriate

arrangement for recirculation jambs and side chamber for

473

Contractor No. of corrections Executive Engineer

float. The item shall include construction of entire length of

channel starting from the inlet chamber to the receiving point

at flash mixer. Ref. ISS:6059 and IS:9117 of latest edition shall

be followed.

b) Accessories On one side walkway of 1.20 m width with 25 mm dia G.I. pipe

railing in double row at the outer edge and as per

specifications for mechanical engineering works shall be

provided.

c) Mechanical Equipment Simple flow meter with dial type indicator shall be provided

and installed near the flume. The measuring device shall have

a capacity of measuring minimum flow of 100 cum/hour and

maximum flow of 500 cum/hour correct upto a rate of 5

cum/hour as per ISS:6756, 6236 and 2032 of latest edition.

In order to reduce head loss, the measuring device shall be on

Partial flume principle. It shall have, however, to be assured

that the channel does not head up due to churning of water in

the flash mixer. There should be clear over fall from channel

to further unit. The channel and inlet chamber channel shall

be provided with a drain pipe with valve for purpose of

washing. At this time, channel shall be provided with

penstock gate in M.S. to separate out from flash mixer.

DS-3 Flash Mixer a) Design and Construction A flash mixer of required capacity shall be constructed in RCC

finished with cement plaster 1:3 mix at the water face. The

474

Contractor No. of corrections Executive Engineer

unit shall be provided with RCC slab partly covering the tank

for locating the driving unit of the agitator and for approach to

the same. The maximum detention time for flash mixer shall

be 60 seconds with side water depth of maximum 3.5 m. It

should have arrangement to receive the measured and

chlorinated raw water, dose aluminum sulphate solution

immediately and violently dispensed the solution throughout

the bulk of water in a flash mixer chamber. The hydraulic

design should be such that the accuracy of the flume is not

affected by the hydraulic behaviour of the section. The design

should provide flash mixing chamber with submerged mixers,

shaft driven from overhead motors and gear box each designed

to impart turbulent energy into water at an anticipated rating

of 2.25 kW (minimum). Aluminum sulphate shall be dosed

immediately adjacent to the flash mixing device.

b) Accessories The walkway of 1.20 m width shall be provided with 25 mm dia

G.I. pipe railing in the double row as specified in general

mechanical engineering works specification attached.

c) Electrical and Mechanical Equipments This will be consists of the following i) Frame agitators with stainless steel blades and stainless

steel vertical shaft mounted on bearing of sufficient strength to prevent vibrations.

ii) Electrical motor of suitable horse power, starter and

reduction gear (not less than 3 HP) Torque rating of gear box shall be designed and submitted for approval.

iii) Suitable size outlets with proper controlling

arrangements of flow. iv) Water tight penstock on the inlet.

475

Contractor No. of corrections Executive Engineer

v) Protective covers of G.I. sheets duly painted for motor

with tray to prevent failing of lubricant into water. vi) C.I. pipe lines between flash mixer and clariflocculators

shall be provided with control valves and suitable chambers.

vii) Flash mixer draining arrangements shall be provided

with a suitable sluice valve and chamber. DS-4 Clariflocculators A) Designing The item include designing and construction of RCC radial flow

clariflocculators with central flocculation chamber of 30

minutes detention period and outer annular clarifier of 2.5

hours (minimum) detention period overflow rate not exceeding

30 Cum/Sqmt/day excluding sufficient capacity for sludge

storage shall be provided, however, capacity below SWD shall

not be considered. Peripheral launder to clariflocculators shall

be provided to take clarified water to the launder with

suitable bevel shaped weir be provided on wall. The shape,

depth and size of inlet and outlet of clariflocculators shall be

so designed that the gentle overturning motion given to the

water in the flocculating zone shall bring about complete

agglomeration of floc to the maximum possible extent so as to

achieve quick settlement in the clarifier zone with a view to

lower the turbidity below 10 ppm preferably, when there is

maximum raw water turbidity. In short (a) turbidity not more

than 10 ppm, (b) suspended solids not more than 20 mg/lit, (c)

Total Al. Not more than 0.30 mg/lit for water leaving the

clariflocculators shall be achieved, wherever pre-chlorination

unit is provided a residual chlorine of 0.2 mg/lit for water

leaving the clariflocculators shall be maintained.

476

Contractor No. of corrections Executive Engineer

b) Construction The outer clariflocculators wall shall be in RCC of thickness

not less than 18 cm. The bottom slab shall be in RCC of

minimum thickness of 15 cm. It shall have a slope of 1 in 15

from outer periphery towards the center. The flocculator wall

shall be 12 cm thick in RCC with cement plaster on both the

sides as it is not retaining any water. The central inlet to the

flocculator chamber shall be RCC shaft of adequate diameter

with suitable slot opening at the top. This includes providing,

laying, lowering and jointing C.I. pipes of suitable diameter

from flash mixer outlet to central inlet shaft of the

flocculation chamber. The portion of C.I. pipe below the floor

of the clariflocculators will be encased in CC M-300 with

adequate cover of 20 cm from all sides. The flocculator wall

shall rest on RCC ring beam and column of suitable section and

height so that water from flocculator will pass on the clarifier

readily, below the flocculator wall.

The sludge pipe from the central sludge pocket upto chamber

of nearest drainage system shall be of CI pipe of B class, S & S

type. The pipes will be encased in CC M-300 upto cover 20 cm

on all sides for length below the floor of the clariflocculators.

The diameter shall not be less than 300 mm. It should be

possible to remove the entire sludge accumulated at the

centre of the pit of the clariflocculators by gravity alone to

the last drop when it is to be emptied for repairs or so. It also

includes sluice valve of equal dia to that of pipe line with

extended spindle and wheel. A telescopic bleed device shall

be provided separately and drained in the sludge chamber.

477

Contractor No. of corrections Executive Engineer

There shall be RCC circular launder outside the edge of

vertical wall and extending over to the whole periphery

around the weir. The launder should have bevel shape RCC

weir having. The launder shall be connected at suitable points

to inlet chamber or pipe of the filter unit. The launder shall

be designed to take full flow in clariflucculator and size should

be such that minimum clear free fall 10 cm in the launder shall

be maintained. From launder of clarifier, clarified water

channel of required mld capacity will lead to filter inlet.

c) Accessories The clarifier will have 1.20 M wide peripheral walkway all

round with G.I. pipe railing 25 mm dia in two row at the

inner/outer circumference as per general specifications for

mechanical engineering works.

d) Mechanical and Electrical Equipments This includes providing and erecting standard mechanical

equipment with required electrical wiring, switches etc.

complete. In flocculation chamber, flocculator paddles made

of epoxy coated, M.S. section of suitable size and epoxy

coated M.S. flats ( 8 mm thickness) fixed to central stainless

steel shaft of suitable dia (not less than 50 mm and as per

IS:7208:1974) should be provided. The flocculator blade shall

be of epoxy coated M.S. plate. The stainless steel central

shaft shall be provided with guide bearings to the bottom

suitable for underwater use. Even in the case of Dor Oliver

type flocculator mechanism offered by the tenderer, the

paddle shall be of M.S. and guide shaft, if used, shall be in

stainless steel. The paddles area of flocculator shall be 10 to

35% of tank sectional area in the plane of shaft and the paddle

478

Contractor No. of corrections Executive Engineer

tip velocity should be 0.30 to 0.40 m/sec the distance

between the paddle tips should be of maximum one meter.

The flocculator driving mechanism shall comprise of 400/400

Volts, 3 phase, A.C. motor of suitable mechanism section HP

(minimum 2 HP) with approved make starter connected by

worm reduction gear of suitable ratio through pinion and bevel

wheel drive. Bevel shaft shall be connected to flocculator

shaft through rigid couplings. The worm reduction gears shall

be suitable for 24 hours continuos operation. The design

calculations justifying the selection of gears, material of

construction, lubrications torque requirements verses torque

suitability of gear box, etc shall be submitted for approval.

The equipment for clarifier shall consist of a lattice girder

bridge. The bridge will be of entire diametric length of

flocculator and half the diameter of clarifier and with trolley

rails resting on the clarifier wall and the central bearing or

central shaft it should not be supported by flocculator wall.

The bridge path shall consists of a 1.2 m wide walkway made

of welded and bolted R.S. sections of suitable size and fitted

with 6 mm thick chequered plates. Two Nos. of scraper arms

with scraper blades of suitable size covering the entire

diameter of the clarifier being suspended shall consist of

400/440 V A.C. motor of suitable HP (not less than 3 HP) with

starter of approve make jointed through coupling to worm.,

reduction gear transmitted by suitable drive imparting slow

motor to the driving mild steel wheel moving on rails. The

bearings shall be housed in high grade C.I housing with G.M.

bush for rigidity. Special current collector for transmission of

electric power from outside to the different units of bridge

shall be provided. The clarifier bridge mechanical equipment

should be given two coats of anticorrosive epoxy paint. The

479

Contractor No. of corrections Executive Engineer

panel shall be suitable for outdoor installation and switch fuse

units of approved make shall only be assembled. The drawing

should be got approved prior to fabrication and brought to the

site only after inspection by the Engineer-in-Charge.

Minimum performance

Effluent turbidity not greater than 10 ppm

S.S. not greater than 10 mg/lit

Total Al. Not greater than 0.5 mg/lit.

Outlet turbidity - 2 NTU DS-5 Filter House and Rapid Gravity Constant Rate Sand Filters a) Design The filter beds shall be located in filter house with roof slab

along with control bay in a filter house. The location of filter

house shall not be on pure water sump. There shall be

minimum 2 Nos. of filter beds which can be operated

independently. The ratio of length and breadth of each filter

bed (t here are two beds in each unit) shall not more than

1.66. Together they will deal with a required flow capable of

filtering at the rate of 5000 litres/Sqmt/hour. The system

shall be designed such that it should be possible to overload

the filters by 20% without affecting the quality of filtered

water.

It is proposed to backwash the filter with air wash at the rate

of 35 to 45 Cum/Sqmt/hr of filter bed after 0.35 Kg/Sqcm

pressure at the under drains and followed by wash water at

the rate of 600 lit/Sqmt/minute of the filter bed area for a

duration of 10 min.. It shall be ensured that the lip level of

wash water trough is kept minimum 60 cm above the surface

of sand to accommodate expansion of sand bed.

480

Contractor No. of corrections Executive Engineer

i) 1.20 m wide walkway all round the filter beds with double row of G.I. pipe railing of 25 mm dia as specified in the general specifications for mechanical engineering works.

ii) Space for housing air blowers and panel board in a separate

filter annex room with adequate working space. iii) An office room. iv) Pressure reducing arrangement to reduce pressure of water

supplied from wash water tank for back washing the filter beds if necessary.

v) Each unit shall be complete in all respect with inlet valves,

wash water inlet valve, wash water outlet valves etc.. Velocities permissible in different conduits and valves of filter house shall be as below.

a) At inlet to filter 1.00 m/sec. b) At inlet to wash water 2.40 to 3.0 m/sec c) At outlet of wash water 2.0 m/sec d) At outlet of filtered water 1.0 m/sec e) Air inlet 25 m/sec. b) Filter Media This shall consist of properly washed quartz sand of effective

size between 0.45 mm to 0.70 mm with a uniformity

coefficient between 1.3 to 1.7. The gravel media shall be as

per standard specifications of rapid gravity filters. The filter

bed shall consist of 0.60 to 0.70 m of sand supported on 0.45

m gravel. The filter sand shall be granular, hard, durable,

well-washed and screened. It shall be free from clay, dust,

shale, loam, organic impurities, vegetation and other

impurities and shall not contain more than 10% micaceous

matter. The sand crushed and powdered and immersed in

concentrated hydrochloric acid shall not loose more than 1.5%

of weight calculated as CaCO3 and not more 2% weight shall be

lost in case of sand crushed/powdered after burning. The

481

Contractor No. of corrections Executive Engineer

frailty weight cost after milling for 15 minutes (750 strokes)

shall be less than 10% and for 30 minutes (1500 strokes) shall

be less than 20%. The gravel shall be hard, durable and shall

not disintegrate under the action of water. The smallest and

largest size shall be 3 mm and 50 mm respectively. The

Contractor shall specify the size and thickness of each layer of

filter media (gravel and sand. The filter media shall be so

selected to achieve filtration rate or 6000 liter/Sqmt/hour

and turbidity not 1 NTU or less

c) Construction The filter house and filter annex building shall be of RCC

framed structure. Filter house will comprise of closed control

bay and filter beds. Ground floor filter annex shall be double

storeyed comprising of inter-annex hall with porch at main

control door, air blower room, panel board installation,

general administrative block, 1.00 m wide staircase from

annex room to operating floor of filter house shall be

provided.

Two Nos. RCC stair case 1.0 m wide shall be provided for going

from filter operating platform to inspection gallery. These

staircases shall be provided with G.I. pipe hand railing as per

specifications mentioned for mechanical engineering work.

The steps of staircase shall be provided with CC chequered

tiles.

Dimensions of the brick walls, external and internal, should be

appropriate for the function of wall to serve and shall not be

less than 23 cm. For brick masonry there shall be sponge

finished cement plaster in CM 1:3 mix from outside and inside

482

Contractor No. of corrections Executive Engineer

face of the wall shall be plastered in CM 1:3 mix and smooth

finished with neeru. The thickness of plaster shall be 12 mm

for brick masonry.

The inside face of inspection chamber and filter water outlet

channel connecting portion shall be provided with 6 mm thick

first class quality white glazed tiles, with ceramic glazed

corner etc. set in white cement. Simple flow meter with dial

type indicator shall be provided to measure rate of filtration

of each filter. Also rectangular notch shall be provided in the

inspection chamber made of stainless steel. The chamber

shall be provided with suitable bulkhead fittings for

illumination. Inspection chambers shall be provided with

aluminum angles framed both side with protected transparent

cover. The inspection box and filtered water outlet channel

shall be in RCC. The cover of channel shall be in RCC slab

finished with marble mosaic tiles, of approved colour, shade

and size. There should be four openings of 90 x 60 cm for

getting into the channel and these will be fitted with 90 x 60

cm heavy duty C.I. manhole frame and cover, the width of the

passage (walkway) around and in between t he two adjacent

filter beds shall be 1.20 m minimum. Walkway around and

filters units shall be provided with 25 mm dia double row G.I.

pipe and railing as specified in the general specifications for

mechanical engineering works. Railing shall also be provided

along the pipe gallery. The clear height shall 4 m minimum

above filter operating platform level to roof slab bottom. The

roof and the ceiling etc. shall e finished as specified in the

general specifications for civil engineering works. The

minimum difference in the operating floor and the walkway

483

Contractor No. of corrections Executive Engineer

level on top of P.W. channel shall be 2.7 m to be decided as

per hydraulics.

The position of inspection box, RCC staircase, location of air

blower etc. should be so chosen as to offer very neat and tidy

appearance to the filter house.

The ground floor of the filter annex should accommodate air

blowers, entrance hall with entrance counter, ten chairs etc.

A decorative partly glazed and partly paneled large size door

should be provided.

d) Mechanical Equipments i) Piping Under this arrangement inlet piping, with regulating

arrangement of approved type, outlet pipe with central

valves, filter back wash piping waste water discharging

piping with valves and air pipe from the blower upto the

under-drainage system with suitable control valves and

air releases with necessary piping, extended spindle

penstock and operating C.I. hand wheel, etc. as

required shall be provided. All valves should be capable

of being operated from operating floor. All the valves

used shall be of Kirloskar/IVC/IVI make only.

All pipes shall be of CI B-class pipes with flanged joint

upto 300 mm dia. Above 300 mm dia M.S. flanged pipes

of minimum 6 mm thickness may be provided. This also

includes the required number of specials to negotiate

bends and inter connections, etc. The complete piping

484

Contractor No. of corrections Executive Engineer

for backwash of water shall be provided suitable to

wash two filter bed at a time.

ii) Under drainage system This shall be provided with Central manifold of C.I B-

Class pipe with plain ended C.I. tees to be laid over RCC

flooring and laterals of PVC 6 Kg.Sqcm with perforations

at bottom. The under drainage system shall be

designed for the washing rate which shall not exceed

600 lit/Sqmt/min. The under drainage system shall

consists of manifolds and laterals as per design of the

Contractor to satisfy the obligatory requirement.

The ratio of the area of the manifold to the total area

of laterals drawing into the manifold shall be 1.5 to 2.

Wash water gutter (laterals and main) shall be properly

designed so that while functioning, it facilitates

complete bed washing. There is no loss in filter

material. Wash water travel shall not exceed 1.20 m

transversely. Height of lip of the gutter shall be

designed taking into consideration the bed expansion

during backwash. Duration of wash should not exceed

10 minutes in any case. The quantity of back wash

water used shall not exceed on an average 2% of total

quantity of filtered water as counted on the average of

year's working. The piping shall be sufficiently fixed to

RCC floor to prevent its getting detached from the

floor. The under drain system shall be capable of taking

an overload of 20%.

485

Contractor No. of corrections Executive Engineer

The under drain system should be capable of taking an

overload of 20% as stipulated above. So also the filter

outlet control system should also be capable of taking

an occasional overload of 20% of the rated capacity

hydraulically.

iii) Complete system of waste water draw off for collecting

and disposing off waste water during cleaning of filter

beds shall be provided as to above requirements.

iv) Flow Control System for Constant Rate Filtration with

Influent Flow System The filter shall work on constant rate filtration by

influent flow splitting. In the case of influent flow

splitting, the entire flow of influent (clarified water

conveyed to filters) shall be split equally at the inlet of

each filter unit of 2 beds by means of simple weirs. The

rectangular weirs with equal dimensions are located at

the same elevation in the concrete weir boxes. The

location of weir should be such that it should be

possible to measure head on the weir and regulate the

discharge by providing isolation gate for every weir.

The spindle of this gate should not reduce the walkway

width. The influent channel shall be connected to the

inlet of weir boxes by means of isolating gates. Filter

boxes should have to be designed in such a way that the

depth of standing water on the bed should be about 3.5

to 4 m supported by due design. The influent channel

should be designed for the velocity of 0.6m/sec. To

measure the loss of head , indicator shall be suitably

provided.

486

Contractor No. of corrections Executive Engineer

The sizing of the box and that of inlet port should be

large enough so that they do not cause any turbulence

over the weir. The design and arrangement of constant

rate filtration process shall be as directed by the

Engineer-in-Charge and as specified in Para 7.6.8.1. of

CPHEEO manual.

v) General Layout and Carpet Area Full details should be indicated in general layout plan. DS-6 Bypass Arrangement a) Design and Construction

Bypass arrangement shall be provided as per detail mentioned

in Schedule-B. The arrangement shall be designed for a

required flow plus 20% overload. It shall also include

construction of RCC chamber of suitable size wherever

necessary.

It should be possible to bypass. i) Flash mixer and clariflocculators.

ii) Filters totally and/or partially

iii) Flash mixer and clariflocculators and filters

iv) Clariflocculators shall be designed to take water to the chlorination point of pure water channel in the filter house proper.

The period of bypass will be minimum possible required for

various units and repairs, whether panel or otherwise. During

this period the hydraulic capability of various units will be

utilized to the maximum but in any case no unit shall be

overflooded nor the quality of pure water be deteriorated

487

Contractor No. of corrections Executive Engineer

beyond acceptable limits. The Contractor shall give trial of

such hydraulic bypass and limits of end quality achieved.

i) Piping Pipes and specials shall be of C.I. LA Class. ii) CID/F sluice valves, sluice gates, penstocks, etc. at

suitable point shall be provided with operating guide-rod and wheel etc. The C.I. sluice gates, penstocks, etc. should be reputed make and must have ISI certification mark and should conform to the relevant latest ISI sluice valve shall be used exclusively when the difference of water pressure on both sides exceed 1.0 m

DS-7 Wash Water Tank a) Design and Construction The tank shall be of RCC with required capacity. The capacity

of wash water tank should be sufficient for cleaning one filter

bed with two sections even though only one section is to be

washed at a time at the rate of 600 lit/sqmt/min. for 10

minutes duration and shall be provided at a suitable location.

In case total beds are more than 4, then capacity should be

sufficient for washing 2 beds instead of 1 bed. The tank shall

be at such an elevation as would give an effective net head of

8 to 10 m at the underdrain of the filter beds. In addition to

above 10 cum extra capacity be provided for other utility.

b) Allied Items i) Water level indicator One water level indicator shall be installed in the filter

house ii) RCC spiral staircases for access to the top of the tank

and Aluminium ladder inside the tank. iii) 2 Nos of C.I. heavy-duty manhole covers with frames of

size 0.9 x 0.6 m with locking arrangements.

488

Contractor No. of corrections Executive Engineer

iv) Lightening conductor One No. as per relevant IS specifications. v) Piping and Valves C.I. pipe line with specials, valves etc. shall be provided

from wash water tank filling pump in pump house to wash water tank and wash water tank to filter for back wash and the required sizes of G.I. pipes for chemical tank and sanitary block shall be provided from wash water tank.

DS-8 Chemical House and Store Chemical Feeding Equipment a) Design The building shall be constructed in two floors as indicated. It

shall be a RCC framed structure in columns and beams with

brick paneling of minimum 23 cm thickness. It should not be

located on pure water sump.

b) Area and Location The chemical house shall be so located that the chemical

could be conveniently and easily fed and controlled between

the inlet chamber and flash mixer and fed by gravity. The

minimum carpet area for chemical house (in two stories) and

chemical store in single or two story shall be as below.

Chemical House Chemical store total minimum

75 Sqmt. 10Sqmt min. separately required Above area is the total area, which can be split in two floors.

Above areas excludes 150 sqmt. area of filter house as shown at OR-10 (V-g)

Minimum ceiling/roof height 4 m on ground floor 4.5 m on first floor

489

Contractor No. of corrections Executive Engineer

The entire construction shall be a RCC structure in columns

and beams as specified with panel of 23 cm thick brick walls

for external walling subjected for exposure to rains.

Weighting machine for alum weighing having capacity not less than 500 Kg shall be provided under this item.

c) Construction i) Ground floor The ground floor shall accommodate alum store for 90 days

lime for 30 days and TCL powder for 7 days requirement and

other misc. store. Platform type alum weighing machine of

1.00 MT capacity, the average height 7of the plinth of

chemical house shall be 0.6 m

ii) First floor The first floor shall accommodate minimum 3 RCC solution

tanks. Similarly it shall also accommodate laboratory, test

room and TCL solution tanks for pre-chlorination and post-

chlorination and lime tank. The chemical tanks shall be

designed and provided as below.

a) Alum Tank. Minimum three tanks (one for preparation, second for

dosing and third for stand by) each tank capable of

giving un-interrupted dose of 2.5 ppm for 8 hours

capacity, minimum free board 0.30 m trays for

dissolving, level indicator, mechanical agitation

devices, solution feed and drain lines, solution feed

device. The inner surface of tank and dissolving tray

shall be coated with SBR. The strength of solution shall

be upto 10% only conforming to IS:9222 part-I-1979.

b) Lime solution tank

490

Contractor No. of corrections Executive Engineer

Minimum three number so lime solution tank each of 8

hours capacity to dose upto 2.5 ppm at 10% solution

strength to deal with the design flow. The inner surface

of tank and dissolving tray shall be coated with SBR.

c) TCL Tank for Post-chlorination Minimum 3 Nos. each of capacity not less than 3 hours

(1 Kg of RCL in 40 lit of water) for a dose of 3 ppm of

chlorine to deal with the design flow The inner surface

of tank and dissolving tray shall be coated with SBR.

d) TCL tanks for Pre-chlorination These shall be as per post-chlorination requirement

e) Mechanical and Other Equipment A dissolving tray of RCC trough with holes or slots shall

be provided on each tank for placing the alum cakes.

The alum solution tank shall be fed with pure water by

means of PVC 6 Kg.Sqcm. piping and valves of adequate

size from wash water tank. Each solution tank shall be

provided with brass gauge plate level indicator. The

top of the solution tank shall be covered with 50 mm

thick wooden planks properly fixed with rounded edge

and painted in three coats of oil paint. The alum mixing

paddles shall be of stainless steel of enough section and

size. Individual drive arrangement shall be provided.

Necessary wash out arrangements shall be provided. An

RCC operating platform at suitable level and of 1.20 m

width and length covering all the tanks shall be

provided. All the tanks shall have independent outlets,

491

Contractor No. of corrections Executive Engineer

feeding the dosing tank. In addition there shall also be

adequate capacity lime solution and TCL solution tank

with allied equipment to work in emergency situation.

For lime solution tank mixing paddle shall be of mild

steel with individual driving arrangement. Constant

head device with manual dose adjustment arrangement

shall be provided for all chemical solution tanks i.e.

without arrangement of automatic dose arrangement.

100% stand bye shall be given i.e. one more constant

head device at every tank be provided in spare.

All valves, pipes and fittings for dosing and washout

shall be non-corrodible materials and should be of

adequate size. Monorail operated chain pulley block of

1.0 MT capacity with geared trolley shall be provided

for handling the chemical in storage area. This can be

manually operated. In addition to the above one MT

capacity simple chain pulley block fixed to a hook of

first floor shall be provided to lift the chemicals to top

from chemical store. The chain pulley block should be

of Morris/Elephanta make

An opening of suitable size floor for lifting alum bags

from ground floor to first floor shall be provided. The

opening of the floor shall be provided with 25 mm dia

G.I pipe railing in double row and 0.85 m high. The

operating platform of solution tank shall be provided

with G.I. pipe railing. The tank shall be provided with

1.20 m wide access staircase with 15 cm wide M.S. plate

stringers of 10 posts and two rows of 25 mm dia

(internal) G.I. pipe (medium duty) on both sides.

492

Contractor No. of corrections Executive Engineer

Precaution shall be taken to ensure continuity of

feeding, alum solution by gravity and prevention of gas

hazards, corrosion. Accuracy of the dosing equipment

shall be an essential requirement. Constant head

device with manual closing arrangement shall be

provided.

The chemical house, platform, staircase shall have flooring of corrosion proof tiles.

DS-9 Wash Water Pump Sets a) Design and Specifications Two Nos. of wash water pump sets as described under the

statement of obligatory requirement shall be provided. One

will work and another pump sets as standby. Hence, total 2

Nos. of pumps shall be provided with 100% standby for wash

water pumping and capacity to fill up the wash water tank in 1

hours. The pump characteristics shall be suitable for

satisfactory operation for head range qualified. The pump

speed shall not exceed 1500 rpm (Syn.). The efficiency shall

not be less than 75% at duty point.

Construction Features The pumps shall be single stage horizontal split casing

centrifugal pump. A priming funnel and cock shall also be

provided. But the pump shall run without cavitation. The

impeller shall be balanced both statically and dynamically.

The interior surface and passages shall be smooth finished.

The shaft shall be of solid type and manufactured from high

tensile steel. The shaft sleeves shall be of bronze and shall be

securely keyed to the shaft. The bearing shall be heavy duty,

anti-friction ball bearings. The stuffing boxes shall be of such

493

Contractor No. of corrections Executive Engineer

design as to enable re-packing without removal of any part

except gland lantern ring. The lantern ring shall be axially

splits grease lubricated type and shall be easily removable.

The stuffing boxes shall be provided with a drain hole for

connecting drain pipe to drained leaked water through gland.

Arrangement shall be provided for collection of gland leakages

and discharging with G.I. piping near outlet wall into small

channel provided under civil works contract.

The pumps shall be provided with a common base plate of

fabricated steel or cast iron for mounting of pump and motor.

In case of fabricated base plate it shall be designed for

adequate rigidity and vibration free operation. The contractor

shall submit the fabricated drawing for approval prior to

fabrication. The pumps and motor shall be installed on

suitable girders of size not less than ISMB 200 x 100.

The coupling between pump and motor shall be steel pin and

rubber bush type flexible coupling shall be of adequate size.

The coupling shall be dynamically balanced after being keyed

to the shaft. The suction and delivery connections shall be

integrally cast with the casing the flanges being flat faced and

drilled to IS:1537. It shall be fixed on suction side of the pump

as per direction given by the Engineer-in-charge, including

jointing material and hard-ware etc complete.

Both suction and delivery ends of the casing shall be provided

with a 12 mm (1/2") tapping for mounting of pressure gauges.

The tappings shall be provided with bronze collared plugs.

Each pump shall be provided with 150 mm dia delivery

pressure gauge with isolating cock and suitably calibrated to

indicate pressure from 0 to 100 m. 150 mm dia combination

494

Contractor No. of corrections Executive Engineer

vacuum pressure gauges suitable to read suction lift upto 3 m

and suction head upto 5 m. The gauges shall be provided with

syphon tube and isolating cocks of standard make with

pulsation dompener.

Material of Construction Pump casing : Cast iron, conforming to IS: 210, Gr.20 Impeller : Bronze Shaft : High tensile steel (EN-8 or superior) Shaft sleeves : Bronze Flexible coupling : Forged steel conforming to IS:3445. Wearing rings : Bronze

The pumps shall be tested at manufacturer's work in the presence of representative of Department.

The scope of inspection is given below.

1. Review of raw materials test certificate and quality control procedures.

2. Hydrostatic test on casing. 3. Performance test.

4. Strip inspection after performance test for one random pump to check,

a) Rubbing if any, b) Wearing ring clearances c) Dynamic balancing of impellers. VACUUM PUMP WITH MOTORS

495

Contractor No. of corrections Executive Engineer

a) The bidder shall design priming arrangement with 2 Nos, dv

30, 3 HP vacuum pumps. The arrangement shall be available

for manual operation and shall be complete with isolation

valves with all allied electrical equipments and mechanical

components complete.

The pump shall be capable of creating vacuum of not less than

600 mm of mercury evacuating air at normal temperature and

pressure at the rate of not less than 150 Cum/hr. The pump

unit shall be set type, operating on principle of formation

pump of liquid ring due to rotation of motor, complete to

curing or operating on equally good principle. The casing shall

be designed to withstand vacuum. It shall be complete with

foot for mountings and suction and delivery nozzles. The

motor and its fittings shall be designed to withstand high

temperature and stresses. The motor shaft and shaft sleeves

shall be heavy duty and designed for minimum wear. Stuffing

box shall be adequately deep to prevent entry of outer air.

Liquid deflection shall be provided to prevent entry of gland

leakage to bearings.

The bearing shall be grease lubricated with arrangement for

repacking and refilling of grease.

i) Casing : C.I. (IS:210 PG-180) ii) Rotor, rotor shaft : Steel (EN-8) iii) Sleeves : Cr. Steel/leaded in bronze

The unit shall be mounted on M.S. base plate common to

vacuum pump and motor. The motor shall be directly coupled

to the pump and shall have minimum 20% excess margin of

power over and above power requirement. It shall be rated

for continuous duty. The motor shall be TEFC squirrel cage

496

Contractor No. of corrections Executive Engineer

type suitable for operation 415 V, 3 phase, 50 Hz. electric

supply. Accessories as under shall be provided on vacuum

pump.

a) Vacuum gauge of suitable size duly calibrated. b) Drain lock

c) Adjustable relief valves

b) G.I. piping for vacuum pump

This item includes G.I. pipe 40 mm dia B class for piping and

gun metal valves 4 Nos for piping.

Unions, bends, tee, etc. required for erection of vacuum pump

are included in this item.

c) Contractor shall provide pressure gauge 100 mm dia, capacity

range 0 to 70 M and of pressure gauge complete with tube,

isolating cock, suitable to 12 mm dia G.I. pipe. It shall be

installed at end delivery side of casing, provided with 12 mm

tapping. These tappings shall be provided with bronze

collared plugs.

Location of pumps

Wash water pumps shall be located near pure water channel

by constructing separate sump of required capacity as directed

by Engineer-in-Charge.

d) Allied Items

Piping and valves The piping shall be provided consisting of suction and delivery

upto wash water tank inlet. It shall be of C.I. A-class of

suitable dia. All piping shall be double flanged pipes and

specials.

497

Contractor No. of corrections Executive Engineer

Each pump set shall be provided with strainer C.I. foot valve

and 1 No. of CIDF sluice valve, one reflux valve etc. on

delivery side.

The test of the pumping machinery shall be given for a period

of 100 hours non-stop. Performance of machinery will also be

observed in the entire performance period.

A panel board of suitable capacity shall be provided with all

fixtures thereon, suitable for these pumping sets, including

circuit breaker of suitable type, switch fuse units, capacitors

and starters all as necessary for complete job.

DS-10 CHLORINE ROOM AND CHLORINATORS

A) DESIGN

Four numbers of vacuum type chlorinators having capacity to

treat required flow at a dose 2 Kg/hour should be provided,

two for pre-chlorination at a dose of 2 Kg/hour and two for

post chlorination at dose of 2 Kg/hour.

For chlorine storage and chlorine room 48 Sqmt minimum area shall be provided.

B) CONSTRUCTION

Disinfection will be achieved through chlorine gas for this

purpose. Not less than 2 numbers of vacuum type chlorinators

of reputed make like Pennwalt, Meito with due approval from

the Chief Engineer (W.M.), Maharashtra Jeevan Pradhikaran

with all accessories shall be provided and erected as per

makers specifications. Dosing capacity of each shall be upto 2

Kg/hour.

498

Contractor No. of corrections Executive Engineer

Chlorinators shall be housed in chlorine room. The chlorine

cylinder room shall be located and designed for facility of

removing and bringing in large chlorine cylinders. There

should be provision of weighing machine of adequate capacity

to weight and keep the cylinder on top of cradles during use.

The chlorination room shall be provided with additional

ventilators at floor level also. Exhaust fans, at least 6

numbers should be designed to accommodate at least 3

numbers of toners at a time all on cradles. The arrangement

of storing shall be conforming to provisions of bylaws prepared

for gas storage by the Central Government 1981. The piping

conveying gas to chlorination room shall be concealed below

detachable false flooring. For movement of cylinders from

truck to cradles and in between cradles shall be done with 2.5

MT capacity gantry. The offer of the contractor shall include

cost of tested full chlorine filled cylinder duly certified from

director of explosive 2 numbers minimum (Toners of 900 Kg) to

be installed before commissioning.

C) PIPING

This shall be provided from the chlorinators upto the point of

application and shall be of PVC with suitable specials, piping

shall also be provided for supply of pure water to the

chlorinator from a suitable tapping point.

D) The safety equipment for chlorine gas cylinder handling such

as gas mask with artificial inhaling arrangement of a reputed

Company in 3 sets to be provided. Chlorine leak detention and

control equipment shall also be provided in 3 sets. Water tank

of required size shall be provided for supply water to

chlorinator..

499

Contractor No. of corrections Executive Engineer

DS-11 EMERGENCY DISINFECTION ARRANGEMENT DESIGN

This arrangement is proposed for disinfection of water by TCL. The

capacity of each TCL solution tank shall not be less than 3 hours

capacity (1 Kg TCL in 40 liters of water). There will be 3 number of

tanks.

CONSTRUCTION

The emergency disinfection TCL tank shall be located suitably in the

chlorination room. The chlorination room should have a separate

entrance. Tank walls shall be lined from inside with bitumen rubber

paint or any other suitable anticorrosive materials. Additional

ventilators shall be provided at floor level.

ACCESSORIES

Approach ladder and walking platform 1.20 M wide with G.I. pipe

railing as specified in the General Specifications for Mechanical

Engineering Works shall be provided if the tank top is more than 1 M

above the floor.

PIPING

This includes alkathene piping encased in A.C. pipes for solution

outlet and drawn up to the point of discharge and G.I. piping with

valves for feeding pure water to tanks, right from tapping point.

MECHANICAL EQUIPMENTS

The tanks shall be provided with electrically operated suitable

stainless steel shaft fixed with stainless mixing paddles with suitable

motor cover. A dosing arrangement consisting of constant head

dosing box with stainless steel ball valve and polythene float and

stainless orifice with stainless steel tappet shall be provided to

500

Contractor No. of corrections Executive Engineer

administer appropriate dose of chlorine at each place. A solution

level indicator shall be provided to each tank.

DS-12 ELECTRIFICATION

The main distribution panel board should be connected to panels for

flash mixer, clariflocculator, clarifier, chemical agitators, lighting

purpose, etc. This item includes all power/control wiring, external,

internal electrification, illuminaries, fixtures, switch fuse unit,

circuit breakers, etc. This units shall be as per site requirement and

test and trial shall be given upto the satisfaction of Engineer-in-

charge.

The contractor shall submit single line diagram, running load and

connected load calculation. Design fault level for 440 V system shall

be 35 kA. The contractor should also submit design calculation

showing size, Amp. Rating of PVC armoured 1.1 kV grade aluminum

cables with voltage drop calculation. Electrical illumination shall be

provided at 150 lux for internal works and 10 lux for outdoor

premises. The outdoor lighting shall comprise of street pole, wall

bracket of suitable size. Lighting system shall be designed

accordingly. Earthing as per IE Rules and relevant IS Standards shall

be provided. Internal illumination shall be with MV lamps and

external shall be with HPSV lamp.

The contractor should design HP rating of the equipment with safety

margin of the 30% upto 30 HP and 20% margin for 31 to 150 HP prime

movers/motor.

Types of starter will be as below. Upto 7.5 HP DOL Starter 7.5 HP to 30 HP Fully automatic star-delta starter in standard confirmation.

501

Contractor No. of corrections Executive Engineer

A ventilation equipment such as exhaust fans shall be provided to

achieve 10 air changes/hr. Air circulator with pedestal shall be

provided.

The source of electric supply for the electrification of WTP works

shall be made available on the main control panel of the proposed

raw and pure machinery through separate contractors at the pump

house.

The contractor will have to provide the main supply cable from the

control panel in the pump house upto main control panel of the WTP

equipments of 1.1 kV grade PVC armoured 3.5 core of suitable size

and ampere rating of required length under ground or above ground

as per site situation.

In the cabling work of the WTP the electric supply cable to the

clariflocculator shall be provided of required size and ampere rating

1.1 kV grade PVC armoured copper conductor with double run so as

to have standby cable for CLF electric supply.

The motor, cable, switch gear, circuit breaker, panel board,

capacitor. All allied equipments shall be suitable for these design

without any overloading at any operational point. All electrical work

shall be carried out as per relevant specifications, IE rules and PWD

standard specifications.

DS-13 LABORATORY EQUIPMENT

The laboratory shall be suitably accommodated on the ground floor

of chemical house. The contractor shall provide the laboratory

equipment to the latest and upto-date design and shall consist of,…

502

Contractor No. of corrections Executive Engineer

i) Jar test apparatus to decide optimum alum dose including chemical/electrically operated stirrer.

ii) One turbidity rod for measuring the turbidity of raw water.

iii) a) A latest type optical turbidity meter for measuring the

clarity turbidity of filtered and settled water.

b) A turbidity meter specially to measure turbidity of pure water with digital display alongwith 2 Nos of spare kits.

iv) One electrically operated pH meter (Aquascope) with full

range of compactor discs with necessary reagent.

v) Two chloroscopes for measurement of chlorine with necessary reagent.

vi) One wash basin of large size for laboratory use with inlet pipe

connections from main and washout pipe arrangements upto manhole.

vii) Plastic (white/transperent) buckets of 15 liters capacity - 2

Nos.

viii) One analytical chemical balance with glass case, one of weighing capacity upto 200 gms and sensitivity upto 0.1 milligram alongwith a weight boxes. One mechanical balance of 1 Kg capacity with dial display shall be provided with sensitivity one gram.

ix) Stainless steel tongs of 200 mm size 2 Nos

a) Crucible with silica and lid 2 Nos

b) Test tubes 15 and 20 cm size 12 Nos c) Volumetric pipettes range varying 6 Nos from 1 cc to 100 cc. d) Measuring flask various range 4 Nos e) Beakers 4 Nos f) Weighing bottles 2 Nos g) Bottles 1000 cc 2 Nos

503

Contractor No. of corrections Executive Engineer

h) Burette 25 cc 6 Nos

i) Reagent bottles of different capacity 4 Nos j) Chemical flask 250 cc 4 Nos k) Porcelain crucible 25 cc 4 Nos

l) Measuring cylinders 100 cc to 500 cc 4 Nos

m) Distillation flask 1000 cc 1 Nos

n) Pipette stand for 12 pipettes 3 Nos o) Test tube stand 2 Nos

x) One electrically operated ‘Beaker’ laboratory flocculator for

stirring solution.

xi) One water works model of minimum plan size as per actual

execution, in a glass case mounted on a T.W. table to be

located in the office room of filter house.

xii) SAMPLING TABLE This shall be provided for collecting samples of raw water,

settled water, filtered water and chlorinated water with

necessary pumps if required, clarity bowls, glazed sink, piping

and teak wood French polish table size not less than 1 x 2 m

with glass cover and aluminum top for supporting the same, on

which the bowls are mounted. All fittings for the table shall

be chromium plated.

Individual supply lines of the sampling table shall be marked

(preferably on the push rod of the cocks) with distinctive

letters such as raw, settled, filtered, etc. The whole assembly

shall in form of pleasuring features with arrangement in the

background for clear vision. The equipment shall also include

drain connecting the manhole outside the filter house.

504

Contractor No. of corrections Executive Engineer

xiii) Two sets of instruction manual for operation of flash mixer,

clariflocculator, filters, venturiflume and the flow recording

equipment and the chlorinator shall be provided at no extra

cost.

xiv) The contractor shall identify and provide all necessary

reagents and chemicals so as to enable the chemist and his

assistance can satisfactorily test the samples and analysis then

for a period of 3 months.

xv) The contractor shall provide 1 No. of Godrej medium size

almaries and Godrej book case and 1 No. of large Godrej table

6 Nos of cushioned chairs along with 3 Nos of cushioned stools.

xvi) A quartz type battery operated 30 cm dia wall clocks. DS-14 INTERNAL ROADS

The item shall include designing the works to an attractive layout,

leveling of the works site and construction of internal WBM roads of

3.5 M total width with asphalt topping 40 mm thick of 3 M width

approachable to each unit of the plant with side gutters. Which shall

be as per standard practice.

DS-15 PURE WATER SUMP a) DESIGN AND CONSTRUCTION

Capacity of sump shall be minimum 1 hours storage. The construction shall be in RCC and top floor level of sump should be minimum 0.60 m above the average GL at sump site.

b) ALLIED REQUIREMENTS

i) The water level indicators 1 No. mechanical and 1 No. of electronic digital display shall be provided to each

505

Contractor No. of corrections Executive Engineer

compartment. Mechanical and 1 No. electronic shall be fitted in wash water pump house and 1 No. of display in the office.

ii) Suitable decorative RCC ventilators shall be provided.

iii) 4 Nos 1.2 m x 0.9 m C.I. heavy duty manhole frame and

cover with suitable locking arrangements shall be provided and fixed.

iv) Sufficient No. of access ladders/steps shall be provided.

v) Overflow from pure water sump is necessary upto 15 m

length from sump.

vi) In addition to sump, 30 minutes capacity chlorine contact tank (CCT) shall be provided.

DS-16 PURE WATER PUMP HOUSE

Pure water pump house shall be located on pure water sump or by

the side of sump and shall have adequate area to accommodate

pumps. Height of pump house shall be 6 M minimum. Ventilation

shall be minimum 20%. The construction should be in RCC frame

structure and brick panels of minimum thickness of 23 cm. Top slab

thickness should be 12 cm minimum. Doors shall be in CCTW and

steel windows fully glazed shall be provided. Floor shall be provided

of 50 mm thick shahabad stone with M-100 bedding. The

arrangement of cable tray/trench, location of panel board, etc. shall

be got approved from Maharashtra Jeevan Pradhikaran. The pump

house columns shall be designed with corbels for 3 tonnes gantry.

The scope does not include the providing of gantry. The required

size of common suction pit of 1.0 M depths through out the sump

length shall be provided in the sump. For design of pump house

floor, the impact factor should consider as under. Weight of pumps

Bowl assembly 3 times + two times of motor weight and + discharge

506

Contractor No. of corrections Executive Engineer

head base frame, sole plate, column assembly weight + weight of

water etc..

DS-17CONVEYANCE OF WASTE WATER AND SLUDGE DRAIN ARRANGEMENT a) DESIGN

The arrangements is to be provided for collecting and carrying

the water and sludge from the intake chamber, venturiflume,

flash mixer, clariflocculators, filter house, chemical house,

overflow of wash water sump and pure water sump, etc.

through a system of pipes and manholes upto point of

discharge i.e. point as shown in the drawing of last manhole

near to the boundary of plot. The pipe shall run 2/3 full. The

maximum velocity at 1/3 flow shall be less than 1 M/sec. The

conveyance system to drain effluent of septic tank shall be

provided separately upto soak pit. (The size of drainage pipe

shall be decided as per design requirement). To drain out

sludge from each unit C.I. –B Class or D.I. pipes shall be used

and to convey sludge from manhole to manhole RCC pipe shall

be used.

b) CONSTRUCTION

The pipelines shall be of RCC, NP2 class jointed with CM 1:2,

the minimum cover over the sewer shall be 0.8 M. The pipe

below 200 mm dia shall not be used in the system. The system

shall include all valves, specials, etc. as per requirements at

site and as directed by the Engineer-in-charge.

c) MANHOLE

These manholes shall be in B.B. masonry and shall be in

rectangular shape of 0.9 x 0.45 M opening minor as directed by

Engineer-in-Charge.

507

Contractor No. of corrections Executive Engineer

The diameters of manhole shall be as stated below. 1) Depth upto 1.0 M 1.0 M dia 2) Depth from 1.0 to 2.0 M 1.2 M dia

3) Depth from 2.0 to 3.0 M 2.0 M dia

4) Depth more than 3.0 M 2.5 M dia

The B.B. masonry shall be 23 cm thick for manhole upto 1.0 m depth,

35 cm thick for manholes between 1 m to 2 m depth and 45 cm thick

for manholes more than 2 M depth. The bottom of each manhole

shall be of 30 cm, M-100 (1:3:6) C.C. with a benching of M-150 (C.C.

1:2:4). The bottom and inside and outside surfaces of the chambers

shall be finished smooth with cement plaster in CM 1:3. Manhole

shall be provided with heavy-duty C.I. manhole frame and cover (500

mm dia as per ISI:1726-1967) C.I. steps shall be provided for

manholes more than 1.0 M deep.

DS-18 SANITARY BLOCK

a) DESIGN AND CONSTRUCTION

There should be one unit and accommodated suitably in filter

house and chemical house. It shall be completely closed

structure, constructed in brick masonry with RCC roof slab.

The area of the block shall be as per standard requirements of

ISS and Factory Act Provisions.

This block shall consist of,… i) 600 mm size water closets (Indian type) 1 No. ii) Urinals separated by Kadappa partition, 2 Nos 525 mm size coloured. iii) Wash hand basin with mirror 1 No.

508

Contractor No. of corrections Executive Engineer

iv) Bathroom with showers, towel rod 1 No. 3 Sqm mirror, shelf etc.

All the provision in the sanitary block shall be of standard

quality. The area of the sanitary block shall be 15 Sqm. The

floor of the entire block shall be provided with approved

glazed tiles. Dado in glazed tiles shall be provided for all

units, for a height of 2.0 M. Adequate ventilation with exhaust

fans shall be provided.

a) ALLIED ITEMS

i) Water feeding connection : G.I. pipelines of required

size and lengths with specials, valves, etc. shall be provided for all the units.

ii) Flushing tanks : Flushing tank of 14 liters capacity shall

be provided for each water closet and urinal respectively.

iii) Sewage effluent connection : All units shall be provided

with suitable size and length of outlet connections to septic tank.

iv) There should be one unit of instant geisure in bathroom.

DS-19 TRIAL RUN

The period of trial run shall start from the satisfactory commissioning

of the plant by the contractor as mentioned in program under

General Conditions.

After satisfactory completion, the plant is to be run for a period of 3

months under this item. During this period bulk water, electricity,

all chemicals shall be supplied by the Maharashtra Jeevan

Pradhikaran, free of cost. The contractor shall supervise and offer

training guidance, consultation, etc. to the staff during this period

for smooth running of the plant. Required operation maintenance

509

Contractor No. of corrections Executive Engineer

manual, catalogues, etc. be supplied in 6 sets along with all forms,

registers, charts, etc. by the contractor during this trial run

maintenance period.

Similarly, 3 sets of colour photographs of major stages of

construction shall be taken and furnished to the Maharashtra Jeevan

Pradhikaran for record.

The plant will be taken over the Maharashtra Jeevan Pradhikaran

after expiry of successful trial run period. If the contractor is

required to run the plant beyond the trial run period, establishment

charges shall be payable to the contractor. Contractor should get

the requirement of staff in various categories and rate of monthly

payment to them approved by Maharashtra Jeevan Pradhikaran,

before the expiry of trial run period. Contractor shall get the

payment of establishment, to the extent of activity engaged him for

this purpose.

After successful commissioning of the scheme, plant shall be

operated and maintained by agency for a period of one year. The

operation are maintenance refers to up-keeping the civil, mechanical

and electrical components of the plant through normal repairs so

that they are able to function to designed capacity and parameter

and locally and daily operation plants equipment values, machinery

etc.

Staff to be deployed for operation and maintenance as per

requirement. Complete record of bacteriological and chemical

analysis from source to consumer tap should be maintained. Monthly

samples shall be taken and at least 5 samples of consumer tap shall

be taken. Register shall be maintained for all such records.

510

Contractor No. of corrections Executive Engineer

DS-20 OFFICE BLOCK WITH ENTRANCE PORCH There should be one unit and accommodated suitable besides

Administrative block on ground floor. It should be constructed in

brick masonry with RCC roof slab. The area of the block shall be as

per standard requirement of ISS and factory Act provision for office.

This block shall consist of 1. Table of size 1.30 x 1.0 m with both side drawer and Executive

Chair. – 1 set 2. Godrej cub board Small size 1 No. large size 1 No 3. Desk top computer of make Dell/Compaq/HP/Lenova with 20”

LED monitor, HP laser copier cum printer, UPS suitable for 1 hour back up with configuration not less than 4 GB RAM, Intel ® core i3 processor, 3.20 GHz., 500 GB HDD etc. up-to-date configuration with licensed copy of operating system and M.S. office, Antivirus valid for 3 years shall be installed to protect the system. ----2 nos.

4. Chairs - 6 Nos. (metal framed cusioned chairs) 5. Computer table - 2 No. 6. Wall clock - 1 No. 7. Ceiling Fan - 2 No. 8. Necessary electrification with accessories All the provision in the office block shall be of standard quality. The

area of the office block shall be of 16 Sqm. The floor of the entire

block shall be provided with approved polished kota stone (flooring

with dado). Attractive entrance porch with RCC slab shall be

provided for main entrance.

511

Contractor No. of corrections Executive Engineer

OBLIGATORY CONDITIONS FOR OFFICE

1. Strata Soft and hard murum 2. Construction –foundation RCC Frame structure

foundation depth not less than 1.50 m

3. P.C.C. 1:3:6 Below flooring – 15 cm thick. 4. P.C.C. 1:4:8 Below flooring – 10 cm thick 5. Brick Masonry 2nd class B.B. Masonry in C.M.

1:6 Head room 3.0 m 6. RCC Columns footings, beams slabs,

chajjas, lines (M-150) finished surface in CM 1:3

7. Cement Plaster 12 mm thick in CM 1:4

From outside

8. Cement Plaster 13 mm thick in CM 1:4

From inside

9. Reinforcement M.S./T Bars 10. Doors Steel doors with ventilators

fully paneled size Nos and placing as per drawing.

11. Ventilators Steel ventilators, fully glazed as per drawing.

12. Flooring Marble mosaic tiles flooring all rooms and verandah.

13. Distemper (Oil bound) white wash

From inside – 2 coats Ceiling – 3 coats.

14. Snow –cem paint From outside, colour as directed by Engineer-in-charge.

15. Septic Tank Designed for 15 souls in R.C.C. (M-150) with necessary soak pit and trenches etc.

16. BB Masonary Chamber Size 0.60 x 0.45 with CI M/H frame and cover 3 Nos.

17. S.W. Pipe line 100 mm dia as per drawing 18. Nahini Trap As per requirements of Bath

and W.C. 19. W.C. pan with foot rest 2 set as per 28” size and as

directed by Engineer-in-charge. 20 Water supply arrangement to both

quarters

21 GI medium class ¾” and ½” As per drawings and as requirement as directed.

22. Wheel valves ¾” and ½” As per drawings and as requirement as directed.

23. Flush cock heavy duty ¾” 2 Nos

512

Contractor No. of corrections Executive Engineer

24 Steel taps As per requirements. 25. Any allied required for Water Supply

and drainage arrangement and including making water connection to the main line sewer line septic tank including cost of all material and labour.

26. Electrification to office. Points with wiring mounted and as per drawings PVC insulated wire 11 KV grade in rigid PVC conduit pipe 20 mm dia 8 mm thick etc complete.

i) Mercury vapour lamps on porch entrance

2No.

ii) Tube lights 4 Nos iii) Bulbs 2 Nos. iv) Ceilling Fans 48” 2 Nos. v) Decorative fitting with lamp for

porch 1 No.

vi) Point wiring 12 point vii) Independent point (15 Amp) 2 Point viii) Plug point for computer 8 points ix) Telephone wiring 1 Job x) Electrical Bell 1 No.

513

Contractor No. of corrections Executive Engineer

ANNEXURE – I

DETAILS OF RESPECTIVE ISS AND APPROVED FOR MATERIAL TO BE USED FOR EXECUTION OF WATER SUPPLY SCHEME

LATEST VERSION OF ISS SHALL BE REFERRED

Sr. No.

Material ISS No. Approved Make

1 2 3 4 1 Cement 26 (a) Approved manufacturers 2 Tor Steel 1786 (Fe 415) Approved manufacturers 3 MS Round Bar 432 (Part-I & II

/1982) Approved manufacturers

4 CI Pipes 1536/1989 Firms on Rate Contract of D.G.S. & D

5 DI pipes and CID joints

8794/1978 S.S.I. Units registered with Government of Maharashtra and holding valid BIS licence.

6 GI pipes For pipes 554/1975 For thread 239/1990

Manufacturer holding valid BIS licence.

7 PVC pipes and PVC specials

IS 4985/1988 SSI units registered with Govt. of Maharashtra and holding valid BIS licence

8 Sluice valves 50 to 300 mm dia

780/1984

Makes approved by MJP

Above 300 mm dia. 2906/1984 GNK Catalogue

Makes approved by MJP

9 Air valves Firms approved by MJP under letter No. MW/SSB/1091/33/ Store/5284/ dated 17/7/92

As per approved by MJP

10 CI specials for CI pipes

1538/1960 Manufacturers approved by MJP

DI specials 5531/1969 Manufacturers approved by MJP

11 Tyton rubber rings 5382-1985 12820-1989

Approved manufacturers

12 Reflux valves IS – 5312 (Part-I) 1984

Approved manufacturers

13 Jiffy Mech. Joints 13282/1992 Manufacturers approved by MJP

514

Contractor No. of corrections Executive Engineer

NOTES :- 1. In case of cement and steel, Contractor shall submit

manufacturer’s test certificate. However samples of the materials supplied by the contractor will be tested by the MJP for Govt. Engineering College/Recognised Institutes.

2. Pipes, Valves, Special etc shall be tested by CEI LTD, SGS or RITES before dispatches from Manufacturer’s places at Contractor’s cost.

515

Contractor No. of corrections Executive Engineer

ANNEXURE – II

REFERCNE OF TECHNICAL SPECIFICATIONS

Sr. No.

Short Description of Tender Item Specifications reference from book of Standard Specification of Govt. of

Maharashtra (Red Book) 1 2 3 1 Excavation in all sorts of

material Sp. No. B-1 Page No. 24 to 28 Spn IDS-1

2 Plain Cement Concrete Sp. No. B-6 Page No. 33 to 38 of Volume-I and Bd-EP No. 287 to 291 of Volume-II Spn. GS-I to GS-II

3 Masonry work (Stone masonry) Sp. No. B-9 Page No. 55 to 60 of Volume-I and BH and page of Volume-II Spn. GS-12

4 Murum Bedding Sp. No. Bd A.P No. 262 to 265 of Volume-VI IDS-6, GS-22

5 M.S. Reinforcement Grade – II or Tor Steel (Fe 415)

Stresses as per IS-456-1976 and SP. No. B-10, Spn GS-3

6 CC 1:2:4 proportion of 1:1 ½ :3 Proportion for RCC work

Page No. 62 to 65 of Vol I, IS 3370 Part-I and Part-II Sp.No. Bd-F-P No. 297 to 309 and ISA 456-1976 Spn. GS-I to GS-II

7 B.B. masonry work Sp.No.88(b) Page No. 42 Volume-I Spn. GS-13

8 Dewatering Sp. No. BR-4 Page No. 103 to 104 9 Cement plasters Sp. No. B-11 Page No. 60 to 66, Spn. GS-

15 10 Whitewash and colour washing Sp. No. BD-P-1, Page No. 411 to 412

Spn. GS-18. 11 Oil Bound Distemper etc Sp. No. BD-P-ii, P.S.P. No. 431, 414

Spn. GS-18. 12 T.W. Doors and Windows As per Sp. No.B and C 7 Page No. 418

and Spn. Bd 1-4 Page No. 479 Spn. GS-14

13 Structural Steel Sp. No. Bd-C-6, Page No. 277 Spn. GS-21 14 Rough Shahabad Stone Flooring Sp. No. Bd-M-1, Page No. 379 Spn. GS-16 15 Lowering, Laying and Jointing of

all types of pipes As per Departmental Specifications. IDS-7, IDS-8, IDS-9

Erecting flanged pipes etc Spn. IDS- 12 16 Road Surface Boxes As per type Design and Departmental

Specification Spn. IDS –16 17 B.B. masonry Chamber As per type Design and Departmental

516

Contractor No. of corrections Executive Engineer

Specification Spn. IDS –11 18 Fixing of valves, Air valves etc. As per type Design and Departmental

Specification Spn. IDS –10 19 Constructing Standpost As per type Design and Departmental

Specification Spn. IDS –13 20 Refilling As directed by the Engineer-in-charge

Spn. IDS-2A 21 Storage Reservoirs Spn. IDS-17 22 Fixing of Inlet, Outlet, Overflow

and Washout As per Departmental Drawing and Design and Specification

23 Lightening Conductor As per ISS and IS rules Spn. IDS-17 24 M.S. ladder. Sp.No. Bd-V-19, Page No. 559

Spn. GS-19, IDS-3 25 G.I. pipe Hand Railing

With RCC post Sp.No. BR-51(a), Page No. 136 and 139 Spn. GS-20.

26 Providing, lowering, laying slotted pipe gallery

Spn. IDS – 2

27 Providing and fixing weep holes Spn. IDS – 4 28 Dapuri type steps Spn. IDS – 5 29 Providing and fixing CI MH

frame and cover Spn. IDS – 15

30 Plastering Spn. GS – 15 31 IPS Flooring Spn. GS – 16 32 Rubble filling Spn. GS – 23 33 Maintaining of Scheme Spn. GS – 24

NOTE :- Specifications mentioned above are for reference only.

Other relevant specifications shall be referred.

517

Contractor No. of corrections Executive Engineer

SPECIFICATIONS FOR CIVIL WORKS GES-I GENERAL :-

The following specifications shall be applicable to all the Civil Engineering Works under this contract. Items, which are covered under the following description, shall be carried out as per relevant specifications in ISS or Book of standard specifications latest edition (Government of Maharashtra Publication) and as mentioned in the proceeding pages.

GES-II MATERIAL :-

i] All the materials shall be of best and standard type as laid down in P.W.D. Hand Books Volume-I and II, Red book of B&C Department, I.S. specification and shall have to be approved by the Engineer-in-charge.

ii] LABOUR :-

All skilled and unskilled labours, supervisors, site Engineer etc shall be provided as directed by Engineer-in-charge.

GES-III GENERAL REQUIREMENT :-

i] Excavation for Well Work, Foundation Pipe Trenches Etc : As per standard specification book and P.W.D. hand book Volume I and II (Latest edition Ref-Bd-A-1 to A-10 Page No. 243 to 244 BR-3, Page No. 96-97)

ii] DEWATERING : As per standard specification book and P.W.D. hand book Volume I and II (Latest edition ) Ref-Bd-A-9 Page No. 245-246, BR-4 Page No. 97-98.

iii] R.C.C. COURSE :

All structures shall be provided with a 15 cm thick leveling course of P.C.C.M – 100 proceeding the floor slabs or foundation slabs. This course shall have an offset of 15 cms on all sides and it shall rest on strata of appropriate bearing capacity as per design.

iv] REFILLING OF EXTENDED STUFF : Sides of the structures below G.L. shall be refilled, wherever, necessary with selected murum from the excavated stuff duly watered and rammed in 15 cms layers.

518

Contractor No. of corrections Executive Engineer

v] PLINTH FILING : The plinths shall be filled up with hard murum in 15 cm layers duly watered and rammed properly.

vi] SUPER STRUCUTURE : The walls shall be in 2nd class T.M. Brick Masonry in C.M. 1:6 in a framed structure, unless otherwise specifically mentioned panel walls shall be 23 cm thick while partition walls shall be 12 cm thick.

vii] PLASTER :

All the internal faces of structures shall be provided with 20 mm thick cement plaster in C.M. 1:4 with niroo finish while external surface shall be without niroo finish in C.M. 1:4 and thickness as 12 mm. All water retaining faces excluding intake well and thick well shall however be in cement plaster in C.M. 1:3 thickness 20 mm with water proofing compound.

viii] FLOORING :

All the floors of building except chemical stores, chlorine room and water pump house shall be provided with 25 cm thick mosaic tiles flooring of approved quality and shade. Risers and treads of all R.C.C. staircases shall also be provided with mosaid chequered tiles. Tiles shall rest on 12 cm. Thick P.C.C. in M-100 grade from ground floor. At upper floors, it may directly rest on R.C.C. slabs, skirting of mosaic tiles of one tile height for all inside faces of walls of the buildings except Alum store and chlorine room shall be provided. The flooring for chemical store and chlorine room shall be of 40 mm thick Shahabad Stone of good quality free of flakes, laid on 10 cm thick P.C.C. M-100, bedding. The flooring for raw water pump house shall be 40 mm thick I.P.S.

ix] DOORS AND WINDOWS :

All building under the treatment plant shall be provided with adequate nos. of doors, windows and ventilators as under :-

a) The total shutter area of all external doors, windows,

ventilators shall not be less than 20% of the carpet area of the structure. All external doors shall be provided with C.C. ramps/steps for access inside or exit outside the building.

519

Contractor No. of corrections Executive Engineer

b) All the external doors, windows, ventilators including the central main door of the filter house shall be of alluminium and as per I.S. specification, External doors shall have a fanlight of 45 cm height width of any door shall not be less than 1.2 meters.

c) The doors shall be half panelled and half glazed. Windows and

ventilators shall be fully glazed. The glass fitted shall not weight less than 3305 grams/sqm, and shall confirm to IS 1761 (latest edition and specification Bd-5 Page No. 447)

d) All fastenings and fixtures shall be strong and of heavy oxidised

brass. Proper locking arrangements shall be provided for each unit.

e) All the exterior doors, windows, ventilators shall be provided

with 75 cm wide R.C.C. Chajja in a box type or any other suitable architectural form.

f) All window stills shall consist of approved polished mosaic tiles. g) The central main external door of the filter house shall be

provided suitably as would prove to be a decorative feature. This door shall have a beautiful R.C.C. canopy. The size of the door shall be 1.80 m x 2.80 m (clear opening).

x] COLOUR SNOWCEM PAINTING AND DISTEMPERING : a) All internal plastered and finished faces of all the walls, columns

etc shall be given 3 coats of oil bound distemper of approved quality and shade.

b) All external plastered and finished faces of walls, in R.C.C

masonry, column etc shall be given 3 coats of Sintex mat paint of approved quality and shade. The finish of exterior faces shall give aesthetic appearance to the building.

c) The colour shade shall be got approved from the Enginee-in-

charge. GES-IV PLAIN AND REINFORCED CEMENT CONCRETE :- A] R.C.C Works : I] Not in contact with water :

As per IS 456-1978 with cement concrete in M-150 (1:2:4) with 12 mm to 20 mm gauge metal. However in case of R.C.C.

520

Contractor No. of corrections Executive Engineer

E.S.Rs entire structure shall be constructed in M-200 grade concrete.

II] R.C.C. Worm In Contact With Water And / Or All Water

Retaining Structures :- As per I.S.S. 3370 Part-I and II and Part IV with C.C. in M-200 (1:1 1./2:3) with 12 mm to 20 mm size metal with water face side of the structure finished with 20 mm thick cement plaster in C.M. 1:3 mixed with water proofing compound.

B] MASS CONCRETE WORK : I] FOR CONCRETE BELOW LOAD BEARING MEMBER WITH PLINTH

AND FOR MAT OR LEVELING CONCRETE :- C:C 1:3:6 (M-100) with 25 mm to 37 mm gauge metal. C] FOR BUILDING LOADING STANDARD :- I.S.S. 875-1964 (Revised ) D] R.C.C. ROOF : Suitable to exposed face of the roof, water proofing compound

of standard quality and as per standard practices shall be administered.

The following specification in respect of R.C.C. and R.C.C. shall be made applicable.

MATERIALS :

A] CEMENT : Cement shall be brought by the contractor. The quantity of

cement to be used shall be as per standard proportions for various mixtures as per specifications.

B] SAND : This will consist of clean, hard, strong, durable uncoated and

well grade particles. The source of sand will be approved by the Executive Engineer and in no case clay, silt admixtures will exceed 3% by weight or volume. It shall be washed and screened if found necessary to remove excess admixtures and coarse and fine particles found in excess, screening and washing shall be done to render sand confirm to specifications if otherwise it is good. A sand shall pass through a screen with 3/16” mesh.

521

Contractor No. of corrections Executive Engineer

C] COARSE AGGREGATE : All aggregate shall confirm to either I.S. 383-1963 or I.S. 515-

1969 and should be as specified in I.S. 456-1978 vide clause 4.2 gauge and metal to be used shall be decided according to type of work by the Engineer-in-charge. It is advisable to uses black basalt metal from approved qarry.

D] STORAGE OF MATERIALS : Sand and coarse aggregate shall be properly and separately

stored on site on hard ground so as to keep them safe from admixture of foreign materials such as clay, grass etc It shall be as per I.S. 456-1978.

E] REINFORCEMENT: The steel shall be HYSD bars conforming to I.S. 1786 of 1985 for

round bars of 6 mm dia. I.S. 226 (latest edition) shall be applicable. In addition, provision of adequate anchorage length and cover in compliance with I.S. 2502-1963 and in confirmation to the approved design. Binding wire shall be provided for and used by the contractor at his cost.

F] FORM WORK : Steel centering will be preferable. If wooden formwork is used

it shall consist of planks of not less than 40 mm thickness and strong props etc . This shall be provided as per I.S. 456-1978. The timer for forms shall be best hard wood and got approved by the Engineer-in-charge. The item is covered in the rate either for plain or R.C.C. items.

G] SEPARATORS : For bottom cover of beams, slabs etc Separators of precast

cement mortar blocks of suitable size with wire embedded as directed will be used and tied to the reinforcement by wires. Between layers of reinforcement separators consisting of pieces of bars or suitable diameter shall be used. In each case the required cover to the bars will be ensured as per I.S. 456-1978.

H] WATER : The water used shall be as per I.S. 456-1978. Not more than

20 liters of water will be used for batch on one bag of cement. Approved measures for water will be provided by the contractor. The amount of water to be used will be decided by the work ability and strength consideration which will be assured by the contractor.

522

Contractor No. of corrections Executive Engineer

I] CONCRETE MIXING : The concrete shall be only machine mixed. Mixing shall be continued for atleast 2 minutes after all materials and water are placed in the drum. The drum shall revolve for 14 to 18 revolutions per minute or as specified by the maker. The capacity of the mixer will be such that a whole bag of cement is used in each batch. As a result of break-down of machine, if hand mixing has to be resorted to, only such quantity of further work as is absolutely essential in the opinion of Engineer-in-charge will be carried out. Hand mixing shall be done on a water-tight platform of sufficient large size. The required quantity of sand and cement shall be mixed dry together by turning the mixture atleast 3 times when the mixture is of uniform colour, this will than be spread over specific quantity of coarse aggregate and mixture again turned over atleast 3 times. The specific quantity of water will then be added slowly through a hose attached to the watering can, while the process of turning the mixture is being carried. The mixing shall be continued until the whole batch is of uniform consistency. For hand mixing the quantity of cement will be 10% extra.

J] PLACING :

The form will be first just moistered before placing concrete. The concrete shall be placed in position within 20 minutes after adding water to the concrete. It shall be slowly deposited in its place in uniform layers. It should generally comply with I.S. 456-1978.

K] TAMPING :

While the concrete is being placed in position it shall be vigorously rolled and tamped by bars of appropriate size and shape and by other means to assure dense and complete filling of the forms all round and in between the reinforcement. The efficiency of tamping and consolidation will be judged by complete absence of air pockets and honey combing after removal of forms and any deficiency in this respect will entail pulling down & redoing of the affected work at the cost of the contractor. For work of any magnitude or importance, mechanical vibrators of both immersion and surface type will be used as a rue and no work without them will be permitted. When concrete is so vibrated the water cement ratio will be the least practicable.

523

Contractor No. of corrections Executive Engineer

L] CURING : All R.C.C. work will be watered and kept constantly wet for at least 20 days after casting, by means of wet gunny bags and ponding as directed by the Engineer-in-charge. This operation shall start immediately after initial set of concrete.

M] REMOVAL OF FORMS :

Removal of forms will be generally as below subject to the prior approval of the Engineer-in-charge in wirting.

A] Walls, columns and

vertical side of beam : 24 to 48 hours as may be

decided by Engineer-in-charge.

Sides of beam : Three days.

Vertical walls : Six days

Bottom of slab : Eight days

Bottom of Dome : Ten days

Bottom of beam upto 5 M span

: Fourteen days

Bottom of beam above 5 M span

: Twenty one days

N] INSPECTIONS :

The work at each stage of operation i.e. completion of form formwork, completion of assembly and placing reinforcement, concereting, removal of forms, must be got inspected by the Engineer-in-charge or Sub-Divisional-Officer in-charge of the work before commencing succeeding operation in the process of R.C.C. work. Concreting of of R.C.C. members will be commenced without the written approval of the Engineer-in-charge or the Sub-Divisional-Officer in charge of the work who will record the necessary certificate to the effect in the work order book. The concreting of R.C.C. from start to finish, will be done in the presence of the Engineer-in-charge at site and for important works by the Sub-Divisional-Officer.

O] FINISH :

All R.C.C. work will be finished as provided in the items concerned. Surface not in contact with form work and not

524

Contractor No. of corrections Executive Engineer

subjected to and further finish, will be finished smooth by a float of present a uniform appearance. Surface to receive plaster or rendering will immediately on removal of forms be roughened by extensive backing for bond by a pointed tamping tool. In all case where it will be specified or not, the finish will be such as to match with rest of the structure and present a harmonious appearance to be decided by the Engineer-in-charge. All such finishing will stand included in the rate for concrete but will not be measured.

P] TESTING :

A] CUBES : On any day when concreting of M-150 and richer mix is done for 4 hours of 11 cums and more 3 concrete cubes of 15 cms will be filled per day, equally spread over the period of concrete. As a rule one cube of the three will be kept as reserved to be tested immediately after 28 day in case one of the cube tested at 7 and 28 days show unsatisfactory results. The filling and curing and testing of cubes will be at the cost of the contractor.

B] TESTING OF MATERIALS :

The contractor shall test the materials, required for R.C.C work at his own cost and submit the results to the department for according necessary approval for the same.

C] The minimum compressive straight of 15 cm filled concrete

cube shall be as under.

Max – Compressive strength of 15 cm cubes at 28 days after mixing conducted in accordance with I.S. 516-1959.

Work Test : M- 100 100 Kg/Cm2 M- 150 150 Kg/Cm2 M- 200 200 Kg/Cm2

M- 250 250 Kg/Cm2

M- 300 300 Kg/Cm2

525

Contractor No. of corrections Executive Engineer

NOTE :- Not more than 10% of the cubes tested for one particular Job shall below the above strength requirement by more than 10% and the average strength of all cubes tested shall be not less than the above figures. Failure in this regards shall be dealt with on merit of each case.

526

Contractor No. of corrections Executive Engineer

SPECIFICATIONS FOR MECHANICAL WORKS MES-I PIPE AND SPECIALS :-

All pipes and specials except for sludge drainage arrangement shall be of C.I. ‘LA’ class upto 750 mm diameter pipes shall be of M.S. plate 10 mm thickness for diameters above 750 mm which shall be epoxy painted from inside and cement mortor gunited from outside having 40 mm thickness. For sludge drainage arrangements, R.C.C. NP2 class pipes shall be used. Diameter below 150 mm of R.C.C. pipes shall not be allowed to be used anywhere. All pipes and specials which shall be laid below the floors, walls, foundations etc of plant structure shall be of mild steel only made out of 10 mm thick plates. Pipes shall be epoxy painted from inside and gunited with C.M. from outside as above.

MES-2 VALVES / PEN STOCKS / SLUICE GATES :-

All the valves shall be of C.I.D.F. type. Valves shall be Mechanical acceptable make list only. Valves shall bear the certification of I.S.I. . All the valves shall have gear arrangement for manual operations.

All sluice gates, shall be of approved make and with brass lining. It shall be provided with spur gear arrangement and hand wheel for easy manual operations.

All pen stocks shall be brass lined and provided with suitable arrangement for easy and smooth manual operation.

MES-3 G.I. PIPE RAILING :-

The railing shall consist of 32 mm dia .G.I. (Medium) pipes in number of rows as specified in the respective item. The vertical posts shall be of M.S. Angle 50x50x6 mm size having attractive appearance, placed at 2 meters centre to centre. It’s height for 1 row shall be 80 cms. While for 2 and 3 rows, it shall be 90 cms. It shall be painted in 2 coats of anticorrosive paint of approved quality and shade.

527

Contractor No. of corrections Executive Engineer

MES-4 M.S. STAIR CASE :-

The M.S. staircase shall be fabricated out of 30 cm wide stringers of 12 mm thick plates. The steps shall be 1.2 m wide of chequered plate or C.I. standard type. The tread shall not be less than 30 cms and rise not more than 20 cms 32 mm dia. Single row G.I. pipe railing 0.80 m height shall be provided on both sides. The entire assembly shall be provided with two coats of anticorrosive paint of approved quality and shade.

MES-5 M.S. LADDER :-

The M.S. Ladder shall be 0.50 m wide consisting of 75 mm x 12 mm flat stringers with 16 mm dia M.S. bars in double rows at 25 cm C/C. The item shall include all fixtures and painting with 2 coats of anticorrosive paint.

MES-6 WATER LEVEL INDICATOR :-

The mercury water level indicator shall be provided with all allied fixtures. All allied fixtures such as copper float, guide chain, pullyes. The entire unit shall be got approved form the Engineer-in-charge.

MES-7 ROLLING SHUTTERS :-

The rolling shutters shall be fabricated from 16 gauge steel latch with side guide bottom rails, brackets door suspension shaft housing box at the top including mechanical gear operation arrangements, locking arrangement shall be provided at bottom at both ends. The shutters shall be painted with 3 coats of anticorrosive paint of approved quality and shade.

MES-8 COWL VENTILATORS :-

C.I. cowl ventilators shall be of 100 mm dia and of suitable height. It shall give attractive appearance. It shall be painted with 2 coats of anticorrosive paint of approved quality and shade.

MES-9 FINISHING :-

After entire completion of the plant, all the mechanical equipment, fixtures, fastenings shall be first thoroughly scrapped and cleaned and then shall be applied with 2 coats of anticorrosive paint of approved quality and colour and shade.

528

Contractor No. of corrections Executive Engineer

MES-10 LIGHTENING CONDUCTOR -

1 No. of lightening conductors at the highest elevation shall be provided suitably for the entire plant area. It shall consist of – I) Solid copper rod upper terminal 25 mm dia 1.5 m long

with a knob at the end and with conical spikes on top. II) Suitable clamps to fix the conductor to the walls. III) Copper tape conductor 25 mm x 3 mm. IV) Earth plate 1 sqm in area and 1.5 mm thick. V) Charcoal commercial salt and sand for filling. VI) G.I. pipe of 50 mm dia upto 3 m height above G.L.

It shall include excavation for the trench to the required depth, filling with charcoal, salt and sand and excavated stuff, all the labours necessary fixtures etc, as per instructions of the Engineer-in-charge.

MES-11 FIRE EXTINGUISHERS -

In all sufficient numbers of fire extinguishers shall be provided one each in Panel Board Room, wash water pump room, laboratory , filter house. Each unit shall have a capacity of 10 liters. It shall be of reputed make and shall be approved by the department.

529

Contractor No. of corrections Executive Engineer

SPECIFICATIONS FOR ELECTRICAL WORKS ES-I GENERAL :-

All the electrical installation both internal and external shall be carried out as per Indian electricity rules, 1956 and subsequent amendments made to it from time to time.

The work shall be carried out through a licensed electrical contractor registered with the Government of Maharashtra All the electrical installations shall be got approved, tested and certified from the Electrical Inspector of Govt. of Maharashtra, by the contractor at his own cost. The damages caused to the civil structures etc during electrical installations, shall be made good by bringing such locations to their normal condition i.e. original finish at no extra cost. All the material used for electrical installation shall be of standard type and of reputed make as specified at relevant places hereafter. All the materials shall be got approved from the Engineer-in-charge before it is used on the work. All safety measures shall be adopted for all the installation as per India electrical rules e.g. providing adequate earthing, proper insulation etc. The layout of the internal and external electrification of the entire plant shall be got approved form the Engineer-in-charge well in advance. Necessary modifications shall have to be carried out as per instructions of the department, at no extra cost.

All the external and internal electrical installations shall be properly screwed to poles and walls respectively to withstand storm, rains etc. The electrical installations internal and external shall be adequate and should have decorative finish keeping in view of atchitecuturer beauty of the civil structures. The entire electrical installation both internal and external shall be commissioned to the satisfaction of the Engineer-in-charge without any extra cost and shall be covered with guarantee for

530

Contractor No. of corrections Executive Engineer

12 calendar month for its performance, design, equipment and workmanship from the date of commissioning.

ES-II SCOPE OF WORK :-

The job involved in this consists of providing erecting and commissioning of electrification for all the treatment plant structures and yard area as per sub work schedule-B. It also includes electrification and motivation of all the allied equipment of WTP fixtures and accessories. Adequate electrical power at 400/440 volts 50 c/s shall be made available for such work to the contractor, who will design and install the panel board for entire internal and external electrification and power requirements to the prime movers of all mechanical equipment of Treatment plant e.g. Alum solution tank, flash mixture equipments, wash water pump etc. The contractor shall have to install his panel board in a separate room i.e. within the are of chemical house on ground floor. In no case this main panel board shall be allowed to be installed in pure water pump house. Adequate illumination shall be provided both internal and external. Sufficient No. of plug points shall be provided. The external electrification will be done by laying underground cables as per standard practice and as per I.E. rules. The minimum illumination to be provided shall be as detailed out under individual item later on hereafter.

ES-III ITEMWISE REQUIREMENTS :- 1] MOTORS

All the prime movers required for mechanical equipments of water treatment plant would be of suitable H.P. considering 30% over loading by all means 3 phase squrrel cage induction motors, working on 440 volts, 50 c/c, 1400 RPM class of insulation ‘B’ I.S.I. make only motor shall be of Kirlosker make only. RECOMMANDED MAKE : KIRLOSKAR, JYOTI, CROMPTON. 2] STARTERS : Direct on line starters for motors upto 5H.P. and fully automatic Star Delta starter upto 25 HP shall be provided. Recommended Make :- As per Mechanical Acceptable List only 3] PANEL BOARD :

531

Contractor No. of corrections Executive Engineer

a] Main Distribution Board The panel board shall be designed for the complete electrical load of Treatment works e.g. for prime Movers of mechanical equipment of flash mixer, clariflocculator with its end carriage. Alum and lime solution tank, Bleaching powder solution tank, wash water pump. Air blowers, sampling table etc and for entire load of internal and external electrification e.g. lights, floodlights, M.V. lamps, ceiling fans, cooling fans, coolers etc. It shall consist of 4 bus bars of suitable section of copper designed for capacity considering above. Electrical load, Ammeters and Voltmeters of suitable range with rotary selector switches phase indicator lamps with switches MCCB and TPN switches of adequate capacity with HRC fuses. The panel board shall be closed type with panel opening either from the front or rear side for carrying out inspection, operation and maintenance. Suitable TPN rewirable fuse unit of adequate capacity shall be provided for lighting load. This panel for board shall be housed in a room constructed separately for this purpose but as per direction of the Engineer-in-charge. The Incomes of all panel shall be 4 pole MCCB upto 800 Amt and ACB above 800 Amp. b] Panel Board for Blower Room The panel board designed for the blowers shall have bus bar chamber, phase indicator lamps with switches ammeter, voltmeter of suitable range with rotary switch and star delta starter with single phase preventor unit and TPN main switches of adequate capacity and of HRC type. c] Wash Water Pumps Panel Board The panel board for wash water pumps shall have bus bar chamber, phase indicator lamps with switches ammeter, voltmeter of suitable range with rotary switch and star delta starter with single phase preventor. TPN main switches of adequate capacity with HRC fuses etc and shall be housed as per direction of the Engineer-in-charge. d] Clariflocculator panel board The panel board shall be installed on the bridge of the clariflocculator and should be water proof and weather proof. It shall consist of main switches of adequate of or star delta starter as the case may be including the switches for fluorescent lights on bridge.

532

Contractor No. of corrections Executive Engineer

e] Flash Mixer The panel board for flash mixer shall consist for main switch of adequate capacity with HRC fuses, DOL/star delta starter and single phase preventor. f] Alum Mixing Mechanism : The panel board shall also include main switch of adequate capacity with HRC fuses, FSAD / DOL star delta starter and single phase preventor. The location of all above panel boards shall be at places considering the operating convenience and shall be properly installed and as per direction of the Engineer-in-charge. Suitable DOL / FASD starters as the case may be shall be suitably installed in panel and panel shall be provided M.S. stand specially fabricated for the purpose. mended Make :- Switchgear and all other allied equipment of the panel shall be as per Mechanical Acceptable Make list only. 4] CABLES : For connecting motor of various H.P. and panel boards suitable 3½ core aluminium armoured cable of adequate capacity with regard to starting current of motor shall be provided and shall be of reputed make (ISI marks) and laid as per standard practice in a channel as per Indian Electrical Rules. Recommended make : As per Mechanical acceptable make list only. 5] WIRING : a] Internal Point wiring with 2x15 sqm. PVC aluminium conduit insulated and PVC SHEATHED aluminium wire shall be provided in a M.S. conduit of 16 gauge and 25 mm dia with continuous G.I. earth wire of 14 S.W.G. complete with shock proof accessories erected on polished T.W. block. The M.S. conduits shall be painted with 2 coats of anticorrosive black paint alongwith specials e.g. bends, tees, Cross, Elbows, Inspection and distribution covers, Cut out etc shall be provided. Recommended make : I] PVC SHEATHED WIRES : Aluminium conductor 250/440 volts, grade paramite, Nic/Henlay Gloster, Finolex, Alin Phroyex.

533

Contractor No. of corrections Executive Engineer

II] Conduit pipes : National, Khandelwal, Philips. b] External a) All the external wiring will be done by using cable of suitable

section 31/2 core, aluminium, armoured cable suitable erected with earthing in ground below 80 cms with necessary screened sand column 15x15 cm and cable placed exactly at centre of the sand column and brick placed at both sides and top of the sand column as per I.E. rules. Suitable cable and cable boxes glands shall be provided. Recommended make : As per Mechanical acceptable make list only.

b) Poles : i. Poles for street light shall be G.I. heavy duty swaged weded

pole and of 100x75x50 mm dia 5.5 mtrs long and suitably bent at top as per standard practice and of suitable sectional lengths. The erection of pole shall included excavation with 0.6x0.6x1.5 cm. Deep and embedded in cement concrete foundation in 1:3:6 ration with 40 cms. plinth. The poles shall be spaced at a distance not more than 30 mtr from centre to centre to cover the entire premises as directed.

ii. All necessary fixtures with necessary G.I. light post, clamps, nuts and bolts, screws, insulators with kit-kat type fuse unit of suitable capacity shall be provided. Suitable earthing shall be provided to the poles.

Paintings : All the poles shall be nicely painted with one coat of red oxide and 2 coats of superior quality of anticorrosive paint.

c) For illumination on bridges of clariflocculator, the cables of

1.5 sqmm 2 core aluminium aromoured cable shall be used with all necessary fixtures e.g. Glands, Clamps etc. The make of cable is as per mechanical acceptable make list only.

534

Contractor No. of corrections Executive Engineer

6] ILLUMINATION : a] Industrial fluorescent lights and fittings I] Internal White stove enamelled industrial type fluorescent fittings of 22 gauge M.S. sheet open ended reflector complete with 1.2 mtrs (4Ft) x 40 WATTAS TUBE starter and polyster heavy duty choke, with decorative cover completely wired up with holders erected on T.W. Block. It shall be mounted with two ball suspension places flush with ceiling, with all its accessories e.g. ceiling rope, etc at places as directed. It shall be mounted in zig zag pattern on walls, where suspension type is not possible but exclusively as per direction of the Engineer-in-charge. The rate illumination shall be 40 watts / 10 sqm. b] FLOOD LIGHTS General purpose flood lights fitting of weather proof and water proof construction, suitable for and with 500 watts bulb, Duoflux type reflector anodised aluminium sheet spun anodised with well polished interior reflecting surface with holder of thread type, mounted on M.S. poles of 80 mm, 6 mtrs. Long suitably earthed and with necessary fixtures in on approved manner, 15 amps 230 volts, ICDP switch shall be provided and housed in suitable M.S. Box, water proof at an operating level. Total 8 Nos. flood lights shall be provided. One No. of flood light at the corner of chemical house shall be installed for lighting the Aeration fountain. The reflector for flood lights shall be Duoflux type designed for a long and proper focus, in all 3 Nos. of flood lights shall be provided with Duoflux reflector and mounting clamps. Recommended make : Philips, Mazda, Osram, Bajaj, Crompton and of 500 watts suitable for 50 C/s, 230 volts. C] SODIUM VAPOUR (HPSV) LAMPS (For External and Street) Water light and un-eather proof 150 watts HPSV lamps fitting with sodium vapour lamp having deep drawn one piece aluminium body nickel plated reflector with clear acrylic cover and necessary control gear and electronic igniter etc with necessary wiring complete with accessories such as copper wound choke, condenser etc with fancy bracket of GI pipe suitably erected on 80 mm dia x 6 mtr long M.S. pole (with

535

Contractor No. of corrections Executive Engineer

suitable Base Plate at bottom and pole top for fixture fitting) suitable embedded in foundation properly earthed and at position as directed by Engineer-in-charge. Total 25 Nos. HPSV lamps shall be provided. The HPSV lamps shall be spaced not more than 30 mtrs centre to centre. Recommended make : Philips, Crompton, G.E.C. Bajaj.

D] AUTOMATIC EMERGENCY LIGHTING 2 Nos of automatic emergency light units with flexible cord and 3 pin plug of reputed make suitable for 230 volts shall be provided. Recommended make : Quality, Morlex, Bajaj etc. 7] FANS : I] CEILING FANS : Ceiling fans of approved type with condenser AAC 50 cycles/second 230 volt and 1400 mm (56”) sweep complete with all fixture e.g. fan clamps, M.S. flats and down rod of required length. The down rod shall be long enough so that a clear distance between the floor and the fan blades shall not exceed 2.6 mtrs. The ceiling fans shall be provided for every 30 cum of structure volume and located as per directions of the Engineer-in-charge. Ceiling fans shall be provided to all the buildings of the plants as per Schedule-B except stores, sanitary block and the portion of fitter beds only as per direction of Engineer-in-charge. Recommended make : G.E.C., Usha, Rallies, Crompton, Orient fans with regulators of same make. II] EXHAUST FANS : Exhaust fans of 45 cms (18”) 230 volts, 50 C/s 1400 RPM, with condenser unit and complete with all its accessories fixtures shall be provided and erected in such a fashion to displace 130 cum/minute of air for a cycle of every 5 minutes. The location of the exhaust fans shall be as per the directions of the Engineer-in-charge. Metal sheet cowl for exhaust fans recess 45 cms. Fabricated from suitable frames 25x25x3 mm angle covered with 22 gauge G.I. sheet and opening covered by expanded metal, the cowl to be fixed to wall with grouted bolts

536

Contractor No. of corrections Executive Engineer

of 9 mm dia and 12 cms length and nuts, exhaust fans shall be provided in pure water pump house, chlorine room, chemical house, chemical stores, sanitary blocks etc. Approved Make : G.E.C. Crompton, Rallies, ACCO. 8] EARTHING : Earthing for electrical installation both internal and external, including panel boards and motors with adequate capacity of G.I. wire of suitable gauge shall be provided at all suitable places and all earthing stations shall be inter connected so as to ensure maximum safety and G.I. plate, charcoal, salt etc shall be used as per Indian Electricity Rules. The earthing wires will run along conduits upto plug points and as per the directions of the Engineer-in-charge. Earthing chamber shall be constructed from brick work and consist of funnel, C.I. cover etc. complete. 9] SWITCH BOARD WITH SWITHCES FOR BUILDING WIRING : Piano type switches and 3 pin plugs shall be provided and properly fixed on polished T.W. block of suitable size with sunmica top. Sufficient number of such switch boards for operating covenience shall be provided with indications of fans, lights etc on it.

10] POWER WIRING : Power wiring with suitable numbers of plug points and switches of 15 Amps, 230 volts, suitable for operation of electrical blowers, drilling machine and grinder shall be provided only in pump house. This shall be in addition to the general plug point provided.

537

Contractor No. of corrections Executive Engineer

SPECIFICATION FOR ELECTRICAL INSTALLATIONS 1) GENERAL

1. All the electrical installations, both internal shall be carried out as per Indian Electricity Rules, 1956 and subsequent amendments from time to time.

2. The work shall be carried out through a licensed electrical

contractor registered with Government of Maharashtra. 3. The damages caused to the civil structures etc. during electrical

installation shall be made good by bringing such locations to their normal condition i.e. original finish at no extra cost.

4. All the materials used for electrical installations shall be of

standard type and of reputed make specified at relevant places hereafter. All the materials shall be got approved from the Engineer-in-Charge prior to the supply.

5. All safety measures shall be adopted for all the installations as

per Indian Electricity Rules i.e. providing adequate earthing, proper installation, etc.

6. The general layout of the internal and external electrification of

entire plant shall be got approved from the Engineer-in-Charge, well in advance. Necessary modifications shall have to be carried out as per instructions of the Department at no extra cost. The tender drawing, if provided is indicative, however, the contractor shall justify his layout tender specifications.

7. All the external and internal electrical installations shall be

properly fixed to poles and walls respectively to withstand storm, rains etc.

8. The electrical installations, internal and external shall be

adequate and should have decorative finish, keeping in view architectural beauty of the civil structure.

9. The entire electrical installations, both internal and external

shall be commissioned to the satisfaction of the Engineer-in-Charge without any extra cost and shall be covered with guarantee for 12 calendar months for its performance, design equipments and workmanship, from the date of commissioning.

538

Contractor No. of corrections Executive Engineer

2) SCOPE OF WORK The job involved consists of providing, erecting and commissioning of

electrification with necessary allied equipments and its accessories for

entire plant structures as per Annexure attached to the tender both

external and internal including yard premises of the treatment plant.

The agency has to made his own arrangement for electric supply per

construction purpose. Department will made available electric supply

for commissioning and operation of plant, however, agency shall

liaison with power supply authority for releasing the electric supply at

water treatment plant. The Contractor shall have to install his panel

board in a separate room in the filter house to be constructed by him.

Adequate illumination shall be provided both for internal and external

areas. Sufficient Nos. of plug points shall be provided on board.

External electrification will be done by laying underground cables and

internal wiring shall be carried out in PVC conduit as per Indian

Standard Rules. The scope also includes the essential items of work

and material required but not specified anywhere in specification. All

control panels shall be installed away from chlorine vapour influence

area.

The makes of all mechanical/ electrical components shall be as per the

visited only. Equivalent makes are not acceptable. ITEMWISE REQUIREMENTS 1. Motor All the prime movers required for mechanical equipments of water

treatment plant would be of suitable HP, squirrel cage induction

motors, working on 440 Volts, 3 Ph.50 Hz., minimum. class of

insulation for motors shall be ‘B’ and construction as per IS:325. The

motors for outdoor installation shall be of degree of protection IP

54/55 or superior and continuous duty.

539

Contractor No. of corrections Executive Engineer

Recommended makes : Kirloskar/Siemens/Joyti/Crompton/GEC/NGEF 2. Starters Direct online starters for motors upto 5 HP shall be provided. Above 5

HP and upto 50 HP, star delta shall be provided, for motor above 50 HP

auto transformer starter shall be provided, these starters shall be of

fully automatic.

Recommended makes LT/LK, Siemens/Kulburn/MEI/Jyoti. 3. Panel Board a) Main Distribution Board A cubical sheet metal enclosed panel comprising 415 V switch

gear and control gear shall be suitably designed for functions as under.

i) Reception of power from pump house by providing and laying

adequate size 3.5 core aluminium armoured cable. ii) Distribution of power to filter house, chemical houses and

lightening purpose etc. This switch gears and controls gears components shall be The design and components of this panel shall be for approved prior to

its fabrication. i) One No. adequate Capacity MCCB for reception of power shall

be front operated and shunt release type. ii) Outgoing feeder for (a) air blower, (b) wash water pumps (c)

electrical circuits for flash mixer, clarifier, bridge chemical dosing arrangement external illumination and internal illumination etc. (separate feeder for each of the above with adequate spare feeders)

Panel Construction The 415 Volts control gears shall be housed in totally enclosed sheet

metal clad vermin and dustproof cubicles suitable for floor mounting.

The panel shall incorporate the following.

540

Contractor No. of corrections Executive Engineer

i) 415 Volts suitable sized bus-bars with neutral housed in enclosed

compartment horizontal/vertical formation. ii) Inter panel barriers in the bus bar chamber shall be of epoxy

painted. The panel shall be fabricated from MS sheets 2 mm thick. Hinged doors shall be provided at the front and rear with car type handles. Mechanical interlock shall be provided to prevent opening of the front door or alternative arrangement shall be provided to trip supply in event of opening of the front door. Suitable stopper shall be provided to restrict opening of the door an scratching of paint with adjoining panel structure. Cable entries and exists shall be from bottom. The indicating and operating devices shall be preferably at uniform levels and shall not be above 1600 mm from floor levels.

The drawing, of the panel shall be submitted and got approved

from the competent authority before fabrication. The same shall be tested in the factory before brought to site.

The panel frame work shall have minimum ISMC 75 base channel. 4. Capacitor Adequate capacity power factor improving capacitors for

blowers, wash water pump and bridge and flash mixer motor

shall be provided and commissioned.

5. Earthing Ground bus of section not less than 50 x 4 mm G.I. flat and

shall be bolted to the frame work at minimum 2 places.

Earthing arrangement shall be provided inside each cubical

to ensure tank is earthed in all positions of the tank.

6. Painting The panel shall be painted as under Prime coat One coat of red oxide Intermediate coat Enamel paint of shade approved by the Engineer

541

Contractor No. of corrections Executive Engineer

Final coat As Above 7. Labels and danger mark Scheme of labeling shall be as under i) Each compartment door shall have title label. The

component/control on each compartment shall have function label.

ii) Each internal component and fuse shall have identification label

with fuse current capacity where applicable. All external labels shall be clear painted black in English. All internal

labels shall be multi-layered plastic. All labels shall be affixed with

chrome plated nuts and bolts. Size of labels shall be 50 x 25 mm

minimum with height of letters as 5 mm.

Compartment not interlocked to an insulator shall have an external

danger mark as under.

8. ‘Danger Live Terminal’ with flash mark and volts in red letter on white

background 9. Mat and hand gloves Electrical grade rubber mat 6 mm thick suitable for 22 KV extending

full length of each panel shall be provided. The requirement shall be

applicable for all L.T. panels and starter panel. One pair of rubber

hand gloves with no joint, suitable for 22 KV duly tested shall be

provided.

Specification of Components 1. MCCB shall be of (i) LT /EE, Telemechanie/ Siemense/C&S only 2. Digital Ammeter with 96 Sqmm size with CT having suitable ratio 3. 0 - 500 Volts digital Voltmeter of size 96 Sq.mm.

542

Contractor No. of corrections Executive Engineer

Switch and Fuse Unit The switch an fuse units shall conform to IS:4047 and IS:4237. They shall be

double break, quick break type designed to break under full load condition.

All switches shall have ON and OFF indication. Mechanical interlock shall be

provided to prevent inadvertent opening when ON.

All fuses shall be HRC and or link type. Indication for state of fuse shall

conform to IS:2208.

Indicating Lamps All indicating lamps shall be of low voltage with series resistance. The lens

shall be polycarbonate, oil and dust proof, unbreakable and of suitable

colour. The arrangement shall permit removal of lenses and bulbs from front.

All laps shall be protected with individual fused circuit. However LED

indicating lamps are preferable.

Meters The digital ammeters and voltmeters shall be dust and water tight with

plastic windows and of accuracy Class-I as per IS:1248. They shall be flush

mounted on panel. Size of the meter shall be 96 Sqmm. Combined digital

meter for current voltage and frequency shall be acceptable.

Inspection The panel shall be offered for inspection and tests to the Engineer-in-Charge

at manufacturers works as under.

i) Complete panel after assembling. ii) HV test on power and control circuits. iii) Simulation test of check functioning of control. Documents

543

Contractor No. of corrections Executive Engineer

i) Final dimensional, schematic and wiring drawing or panel board an test reports shall be submitted to the Engineer-in-Charge in 5 copies.

ii) Constructional, schematic and wiring drawings and operation and

maintenance for MCCB shall be submitted to the Engineer-in-Charge in 3 copies.

Panel Board for Blowers The panel shall be cubical type. The panel board designed for the blowers

shall have bus bar chambers, phase indicator lamps with switches, ammeter,

voltmeter of suitable range with rotary switch and suitable starter with single

phase preventor unit and ICTP main switches of adequate capacity and fuses.

Panel Board for Clariflocculator The panel shall be double door cubical type. This panel board shall be

installed on the bridge of clariflocculator and should be waterproof and

weatherproof. It shall consists of main switches of adequate capacity with

HRC fuses, direct online starter or star delta starers as the case may be etc,

including the switches for fluorescent lights on bridge. The canopy not less

than 14 SWG sheet shall be fitted to panel box.

Panel Board for Flash Mixer The panel shall be of double door cubical type. The panel board for flash

mixer shall consist of main switch of adequate capacity with HRC/fuses, star

delta starter and single phase presenter. The panel board should be water

proof and weather proof. The canopy shall be fitted to panel box.

Panel Board for Alum Mixing Mechanism. The panel shall be cubical type. The panel board shall also include main

switch of adequate capacity with HRC fuses, star delta and single phase

preventor. The canopy shall be fitted to panel box.

Note: The location of all above panel board shall be placed considering

convenience and shall be properly installed as per directions of the Engineer-

544

Contractor No. of corrections Executive Engineer

in-Charge. Suitable starters, DOL, Star Delta or auto transformer starter as

the case may be shall be suitably installed in Panel board.

Cables The base of 3.5 core upto panel and further from panel to motor, cable of 3

core aluminium armoured cable of adequate capacity with regard to starting

current of motor shall be provided and shall be of reputed makes conforming

to IS 1554:1964 and laid as per standard practice in a channel as per Indian

Electricity Rules. All cables shall be sized considering duct rating and shall

have minimum 10% current margin above duct rating. The voltage drop

should be restricted to 10 Volts. The cables schedule should be submitted to

the MJP and got approved before procurement and starting the cable work. A

stand-by cable from adequate place to panel to panel shall be provided and

laid for clarifier bridge panel.

Recommended Makes: Incab/Gloster/Tropodur/Finolex/Asian/CCI Wiring Internal Point wiring 1-1.5 Sqmm PVC sheathed FRIS glade wire shall be provided in a

PVC conduit of 20 mm dia. With continuous GI earth wire of 14 SWG complete

with shock proof accessories erected on Formica topped TW block PV conduit

pipe and all necessary conduits specials e.g. bends, tees and cross, elbows,

inspection and distribution covers, cutout etc. shall be provided. Generally

as specified in PWD electrical red book under specifications EG PW/SW

Recommended makes a) PVC sheathed wires : Multistrand copper conductor 660/440 Volts grade Glostaer Finolex make b) PVC conduit pipe ISI mark

545

Contractor No. of corrections Executive Engineer

External All the external wiring will be done by using cable of suitable size 2 core,

aluminium armoured cable suitably laid in ground below 60 cm with necessary

screened sand columns of 15 x 15 cm and cable placed exactly at center of

the sand column an bricks placed on both sides and top of the sand column as

per Indian Electricity Rules, suitable cable and cable boxes, glands shall be

provided. Adequate size loop shall be provided at terminal points. The cable

shall be paid as per specification No. CB-LT/AL and PWD Electric Red book.

Recommended Makes Gloster, Tropodur, Incab, Finolex, Asian Polycab Poles a) Poles for street light shall be of G.I heavy duty swage welded ones end

of 100 x 74 x 50 mm dia. 6 m long with suitable bend at top as per standard practice. The erection of pole shall include excavation with 0.6 m x 0.6 m x 1.5 m deep and embedded in cement concrete foundation in 1:3:6 with 40 cm plinth. The poles shall be spaced at a distance not more than 20 m center to center along the road and in area requiring lighting. The installation shall be made as specified in PWD red book specification No. OH-PL/GIP.

b) All necessary fixtures with G.I. light post, clamps, nuts and bolts

screws insulators with kit-kat fuse unit of suitable capacity shall be provided. Suitable earthing shall be provided to the poles.

c) Painting : All the poles shall be nicely painted with one oat of red

oxide and 2 coats of superior quality anticorrosive Silver paint. d) For illumination on bridge of clariflocculator 1.5 Sqmm, 2 core

aluminium armoured cable shall be used with all necessary fixtures e.g. glands, clamps etc.

Illumination Internal The minimum illumination level shall be made as specified. The fixtures used

for internal illumination shall preferably be stove enameled box/powder

coated box type fluo. Fitting with 36/40 W tube light and electronic ballast as

546

Contractor No. of corrections Executive Engineer

per specification No. FG-IDF/BFF for toilet CFL bulbs are to be provided. The

fixture shall be mounted with two ball suspension and flush with ceiling with

all its accessories i.e. ceiling rose etc. places as directed. It shall be

mounted in zig-zag pattern on walls, where suspension type is not possible

but exclusive as per direction of Engineer-in-Charge. The rate of illumination

shall be as specified in Annexure.

External The level illumination mentioned in Annexure is minimum level of

illumination. The agency has to design the required fixtures and the design

shall be got approved from competent authority. The fixture consider for

illumination shall be energy efficient.

Recommended Makes Philips, Bajaj, Crompton, ECE, Havells, GE Automatic Emergency Lighting 5 Nos of automatic emergency light units comprising twin 20 W fluo. Tubes

(complete fitting) chargeable batteries, auto battery charges et. Complete

The unit shall be provided with automatic ON-OFF arrangement during

breakdown of electricity supply with flexible cord and 3 pin plug. The system

shall be got approved before supply. The automatic emergency light are

generally be supplied at the time of completion.

FANS Ceiling Fans : Minimum 8 Nos. Ceiling fans of approved type with condenser, AC 50 Hz., 230 Volts and 1200

mm sweep complete with all fixtures e.g. fan clamps, MS flat, nuts and bolts

and with regulator canopy and down rod of required length. The down rod

shall be long enough so that a clear distance between the floor and fan

blades shall not exceed 2.6 m. The ceiling fans shall be provided as specified

547

Contractor No. of corrections Executive Engineer

in PWD specification FG-FN/CF with electronic step regulator and fixed.

Ceiling fans shall generally provided for all the building of the plant stores

and the portion of filter house. All ceiling fans should be at one make only.

Recommended Make GEC/Usha/Rallis/Crompton/Orieng fans with regular of same make. Exhaust Fans: Minimum 12 Nos. Exhaust fans below mentioned size with condenser unit and complete with all

its accessories and necessary fixtures shall be provided and erected. The

location of the exhaust fans shall be as per the direction of the Engineer-in-

Charge. Metal sheet cowl for exhaust fans recess 375 mm dia fabricated from

suitable frames of 25 x 25 x 3 mm angle, covered with 22 gauge GI sheet and

opening covered by expanded metal, mechanism shall be provided. The cowl

to be fixed to wall with grouted bolts of 9 mm diameter and 12 cm long and

nuts.

1. Chlorine room 4 Nos. (375 mm 900 rpm) 2. Filter gallery and above filter water 2 Nos. (375 mm 900 rpm) 3. Filter house 2 Nos (150 mm 400 rpm) 4. Laboratory 1 No. (225 mm 1400

rpm) 5. Sanitary block 2 Nos (225 mm 1400 rpm) Exhaust fan shall generally be as per specification No.FG-FN/EXE 100 Sr.1 to 3 Approved makes GEC/Crompton/Ralies/Almonard Earthing Earthing for electrical installation both internal and external, including panel

boards and motors with adequate capacity of aluminium wire of suitable

gauge shall be provided at all places an all earthing stations shall be

interconnected so as to ensure maximum safety and GI plate, charcoal, salt

etc. shall be used as per Indian Electricity Rules and as per IS:3043:1966, the

548

Contractor No. of corrections Executive Engineer

earthing wires will run along conduits upto plug points and as per the

directions of the Engineer-in-Charge.

Switch Boards with Switches for Building Wiring Plate type switches and 3 pin plugs shall be provided and properly fixed TW

block of suitable size with sun mica top. Sufficient number of such switch

boards for operating convenience shall be provided with indication of fan

lights, etc. complete

Power Point Power wiring with 6 No. of plug points and switches of 15 amp 6 pin 230 V

suitable for operation of electric power drilling machine and grinder shall be

provided as per directives of Engineer-in-Charge. The points generally be

provided in wash water pump house and blower rooms, labaoratory 2 Nos in

each.

This shall be in addition to the general plug points provided. The point wiring shall be provided with FRLS glade multi-standard copper wire. Earthing Earthing to all panels, motors, poles shall be provided with suitable type

earting. A separate earthing shall be provided for internal electrification and

power points.

Fire Extinguisher Agency has to provide and supply four Nos. of DCP type fire extinguisher 5 Kg

capacity cartridge type with gun metal cap 150 gm Co2 gas cartridge, powder

and brackets conforming to ISL2171:1985 and complete erected with

necessary clamp made from 50 x 6 mm Nos flat with nuts and bolts grouted in

wall complete as directed by Engineer-in-Charge.

549

Contractor No. of corrections Executive Engineer

Painting All structural work shall be painted with one coat of primer paint and two

coats of epoxy/enameled paint prior to commissioning of plant.

550

Contractor No. of corrections Executive Engineer

ANNEXURE

Values of illumination at WTP

1. Aeration fountain

70 lux

2. Flash mixer

50 lux

3. Clarifier and bridge

50 lux

4. Filter and Filter house

200 lux

5. Filter gallery

150 lux

6. Chemical store

70 lux

7. Alum mixer

100 lux

8. Staircase/passage

50 lux

9. Laboratory

200 lux

10 Officer/Supervisor room

200 lux

11 Blower room

150 lux

12 Chlorinator room

150 lux

13 Tonner platform/room

100 lux

14 Wash water pump room

100 lux

551

Contractor No. of corrections Executive Engineer

MAHARASHTRA JEEVAN PRADHIKARAN

MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, PANVEL

MAHARASHTRA JEEVAN PRADHIKARAN W.M. DIVISION , AMBERNATH

NAME OF WORK: Augmentation to Ambernath Water Supply

Scheme, Tal. Ambernath, Dist. Thane Construction of C.C. weir at Chikhloli Dam, Designing,

constructing & commissioning 7.20 ML capacity WTP at Chikhloli, lowering, laying and jointing D.I.K-7/K-9 pipes for rising main/gravity main/distribution system, construction of R.C.C. sump and pump house, construction of 8 nos. of RCC ESRs at various places with compound wall, construction of Consumer Redressal Centre with computerization, Railway crossing work, Repairs to Belivali MBR etc. complete

SUB WORK NO.13 :Providing, constructing and executing the structural

repair works for strengthening of Master Balance Reservoir at Belivali near Ambernath

GENERAL: 1. Figured dimension on drawings shall supersede measurements by scale

and drawings to a large scale shall take precedence over those to a

similar scale. Special.

2. Before the commencement of work, accurate surveys and levels of the

ground to be excavated or filled up shall be taken by the Engineer /

Consultant with the contractor and recorded in level book which shall

be signed by all of them. The quantities obtained from these recorded

levels shall be final and binding upon both the contracting parties but

subject to the Consultant’s power to vary the works as and when found

necessary. If the contractor shall fails to be present at the time of

making the surveys and taking the levels, the same shall be done by

the Consultant and the quantities drawn out by them shall be binding

on the contractor.

552

Contractor No. of corrections Executive Engineer

3. All levels referred to in connection with the works shall be based on a

benchmark as decided by the Engineer / Consultant.

4. The contractor shall provide suitable flat tops and build the same in

cement concrete or brick masonry for temporary bench marks. All the

pegs and sight rails for setting out the work and fixing the necessary

levels required for the execution thereof shall be built in brick masonry

at such places and in such a manner as directed by the Consultant.

5. The whole of the materials used on the work are to be of the best

quality of their respective kinds as specified or described and all the

materials to be used in and about every part of the work may form

time to time be subjected to tests by means of such machines,

instruments and appliances as the Consultant may direct. Samples

whether submitted to govern bulk supplies or required for testing

before use and suitable packages to contain them, shall be provided

free of charge by the contractor. Testing charges for tests, including

their transportation to approved laboratories as directed by

Consultant, handling, etc. shall be borne by the Contractor. Cost of all

routine tests carried out at site shall deemed to be included in the

respective items. All manufactured materials shall unless otherwise

allowed by the Consultant shall bear ISI mark. All other expenditure

required to be incurred for taking samples, conveyance, packaging,

etc. shall be borne by the contractor.

6. Every portion of the work shall be kept clear of accumulations from

time to time and delivered up clean and free from defects of every

kind at the conclusion of the works and the contractor shall provide at

his own cost all such material, implements, scaffolding and labour as

the Consultant may require.

553

Contractor No. of corrections Executive Engineer

7. A rate any one description of work in the Schedule of Quantities is to

be held to include such items of other classes of work as are obviously

necessary for its due completion and for these no separate or specific

charge will be admitted, although they may not be specifically shown

on the drawings or specifications. If due to any alteration of the

schedule item some having in cost or time is likely to result, the

contractor will be called upon to give rebate as will be worked out by

the Consultant.

8. The plea of “Custom Prevailing” will not on any account be permitted

as an excuse for an infringement of any of the Conditions of the

Contract or Specifications.

9. When not specifically mentioned, material shall be procured and work

carried out in accordance with the latest issue of the relevant latest IS

Specifications. The contractor shall comply with all the necessary

safety requirements and precautions as per the relevant latest IS

Specifications.

10. The specifications which follow have been divided into various sections

and reference should be made to relevant common items appearing in

various sections and all that is stated therein should be followed and

general clause or specifications relevant to particular type may prevail

type may prevail as may be expedient.

11. Materials

Cement

L & T/Ambuja/ACC/Birla Gold brand of 43 grade in jute/polyethylene

bags (weighing 50 Kg each) shall be used for all water retaining

structures.

554

Contractor No. of corrections Executive Engineer

Reinforcement

The steel to be used shall be grade Fe.415 as per design. The

contractor shall have to procure the steel from open market. The

steel procured by contractor shall be tested and the contractor shall

produce manufacturer’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 Maharashtra Jeevan Pradhikaran. The

reinforcement are to be provided with Fusion Bonded Epoxy paint.

Defective steel brought by contractor shall be rejected and will not be

allowed to be used. Test certificate stating the chemical composition

and characteristics of the product.

At least 3 samples of each diameter should be tested from every 5 ton

or part thereof. Tested lots only will be permitted to be used.

Concrete

The RCC works shall be as per IS 456-2000. Concrete mixer shall be used for preparing concrete. Vibrator shall be used to consolidate concrete while placing in

position.

While concreting, respective samples in form of test cubes shall be

taken by the contractor under Maharashtra Jeevan Pradhikaran

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.

Cement shall be Ordinary Portland Cement

The measurement of proportion of cement should normally be on the

basis of weight and whole bages, each undisturbed and sealed 50 Kg

555

Contractor No. of corrections Executive Engineer

bag being considered equivalent to 35 liters (1.2 Cft.) in volume. When

part bag is required, cement shall be taken by weight. Care should be

taken to see that each bag contains full quantity of cement.

Tests

When tests are considered necessary, they shall be carried out as

indicated in IS : 269. The contractor should ensure that the cement is

of sound and required quality before using

Storage

Cement required for use shall be as fresh as possible and stored on

planks raised 15 to 20 cms ( about 6” to 8”) above the floor and

stacked 30 cm ( about 12” ) away from the walls in suitable closed

weather proof buildings at the work site or at the selected approved

site, in such a manner as to prevent deterioration by dampness or

moist atmosphere or instruction of foreign matter..)

Any cement which has deteriorated, baked or which has been damaged

shall not be used. Cement that is condemned shall be immediately

removed from the work site.. Ordinary cement stored for more than 2

months from the date of receipt from the factory shall be subjected to

test and used only if found satisfactory.. Cement shall be kept in a

store under double locking arrangement so that it can be taken our or

fresh stock admitted with the knowledge of supervising staff of the

Department.

WATER Water for mixing cement lime mortar or cement lime concrete shall

not be salty or brackish and shall be clean, reasonably clear and free

from objectionable quantities of silt and tracers of oil, acid injurious

alkali, salts, organic matter and other deterious material which will

either waken the mortar or concrete or cause efflorescence or attack

556

Contractor No. of corrections Executive Engineer

the steel in RCC. Water shall be obtained from sources approved by the

Engineer.

Water for curing cement / lime mortar of concrete

Water for curing mortar or concrete should not be too acidic or too

alkaline. It should a have a pH value ranging between 4.5 to 8.5. It

shall be free of element which significantly affect the hydration

reaction or otherwise interfere with the hardening of mortar of

concrete during curing.Portable water will be generally be found

suitable for curing cement / lime mortar or concrete.

FINE AGGREGATE (SAND) General

All fine aggregate shall conform to IS: 383 ( latest edition) and relevant

portion of IS:515 (latest edition ) directed by the Engineer.

Sand for use in concrete work shall be natural sand shall be clean well

graded, hard, strong durable and gritty particles free from injurious

amounts of dust, clay, kankar, nodules, soft or flaky particles, shale,

alkali, salt organic matter, lam, mica or there deterious substances

and shall be approved by the Engineer. The maximum size of particles

shall be limited to 5 mm ( about 3/16”). Organic impurities and other

detritus substances as laid down in Is :383 ( latest edition). It shall not

contain deterious materials

The fine aggregate for cement mortar for masonry and first coat of

plaster should generally satisfy the following grading.

I.S. Sieve Percentage by Weight Passing Sieve 480 100 240 80 95 120 70 90 60 40 85 30 05 50 15 00 10

The fineness modulus shall not exceed 3.00

557

Contractor No. of corrections Executive Engineer

Gradations

The gradation of materials from any one source shall not vary in

composition beyond there range of value that governs, in selecting

sources of supply. For determining the degree of uniformity,

determination of fitness modulus shall be made upon representative

sample furnished by the contractor from such source as the proposes to

use. Fine aggregate from any one source having variation in fineness

modulus greater than ±0.20 from the average fineness modulus of the

representative samples submitted by the contractor shall be rejected

or may be accepted subject such changes in the proportion aggregate

as the Engineer may direct

Storage

The fine aggregate should be stacked carefully on a clean, hard surface

so that it will not mixed up with deterious foreign materials.

Coarse Aggregate

Coarse aggregate shall consist of crushed or broken stones and be hard,

strong, dense, durable clear or proper gradation and free from skin and

coating likely to prevent proper adhesion of mortar. The aggregate

shall generally be cubical in shape and as far as possible flurry,

elongated pieces shall be avoided. It shall generally comply with the

provision of IS : 383 and IS:515 ( latest edition).

The maximum size of the aggregate may be upto 20 mm and well

graded between the sixes 5 mm to 20 mm in such proportions as to

give maximum density to the concrete. The maximum size should be as

large as possible within the above limit but should not exceed ¼ of the

minimum thickness of the member provided, however, this size

present no difficulty in the case of RCC to surround the reinforcement

thoroughly and fill up the corners of the form work satisfactorily. In

558

Contractor No. of corrections Executive Engineer

the case of general concrete work, a maximum size of 40 mm ( about

1/22’ ) is used and in RCC work a maximum size of 20 mm (about 1 ¼”)

will be found satisfactory, but it should be restricted to 6 mm ( about

¼”) less than the minimum lateral clear distance between bars or 6

mm ( about ¼”) less than the cover, whichever is smaller.

The crushing strength of aggregate will be such as to allow the

concrete in which it is used to build up the specified strength of

concrete.

Approximate range, in grading of coarse aggregate may be as required.

Grading tests shall be in the beginning and at change of surface of

machinery or type of metal. Where required by the Engineer, tests

indicated in IS: 368 and IS: 456 (latest edition) shall be got carried out

in an approved laboratory at the contractor’s cost to show the

acceptability of the material.

Coarse aggregate of a porous nature where absorption of water after

24 hours immersion in water, is more than 5 percent by weight, shall

not be used

Limit of deleterious substance shall not exceed those prescribed in IS :

515 ( latest edition)

Storage

The aggregate of different sixes shall be stored separately and handled

in such manner as to prevent intermixing of different sixes of

aggregate required separately for grading purposes. No foreign matter

shall be allowed to be mixed up with aggregated. If covered with dust

etc. they shall be washed clean before use.

559

Contractor No. of corrections Executive Engineer

MIXING

For all important woks concrete shall be mixed in mechanical mixer at

the site of work. Care shall be taken to see that the mixer an other

accessories are in first to class working condition and maintained so

throughout the construction. Mixing shall be continued till there is

uniform colour is obtained and each individual article of the coarse

aggregate shall show a complete coating of mortar contain in its

proportionate amount of cement. In no case mixing shall be done for

less than 1 ½ minutes.

When hand mixing is permitted by the Engineer it shall be done on a

smooth water tight platform large enough to allow efficient turning

over of the ingredient of concrete before and after adding water.

Mixing platform shall be so arranged that no foreign materials shall be

get mixed water shall flow out.

The cement is required number of bags shall be placed in a uniform

layer on top of the measure quantity of fine aggregate required, also

spread in a layer of uniforms depth in the mixing platform. Dry sand

and cement shall then be mixed thoroughly by turning over to get a

mixture of uniform colour. Enough water then be added gradually

through a rose and the mass turned over till a mortar of required

consistency is obtained. The measured quantity of coarse aggregate

shall then be placed on the mixing platform and wetted and the mortar

added and the entire mss turned and returned until all the particles of

the coarse aggregate are fully covered with mortar and the mixture is

of a uniform colour and required consistency. In hand mixing quantity

of cement shall be increased by 5% above the specified

560

Contractor No. of corrections Executive Engineer

Concrete shall have a consistency such that it will be workable in the

required position and in the case of RCC flow around reinforcing steel

also.

For vibrated concrete slump shall range between 2.5 to 5 cm ( about 1

“ to 2”) For hand tamped concrete, slump shall range between 8 cm to

13 cm ) 3” t 5” according to the type and nature of the concrete item.

The sump shall be the latest permitted by workability. The slump shall

be determined as detailed in relevant IS code provisions and

maintained throughout the concreting operation of a member.

The concrete shall be placed n its final position and rammed, vibrated

and finished within 30 minutes of adding water to cement. Re-

tempering or remixing of partially hardened concrete shall not

permitted. Mixing shall be done only by mechanical mixer

Transporting

The concrete shall be handled from the place of mixing to the final

position as quickly as practicable by methods which will prevent

segregation and loss of ingredients. In no case shall the operation take

more than 15 minutes

Placing

The concrete shall be placed into its final position, compacted and

finished within 30 minutes of mixing the water and before setting

commences. The method of placing shall be such as to avoid

segregation.

Placing shall be done in balanced manner to avoid eccentric loads form

work.

561

Contractor No. of corrections Executive Engineer

As far as practicable the concrete for particular portion shall be done

in one continuous operation. The construction joints when required

shall made only where located on the plans or shown in the pouring

schedule unless otherwise approved by the Engineer. The joint shall be

vertical and shall be made by placing a bulk head at the joint. Before

commencing subsequent concreting, all loose particles, laitance etc.

shall be removed and the surface shall then be covered by thick

cement slurry as part of placement. Care shall be taken during the

placing not to disturb the forms or the reinforcement. Concrete

compacted manually, shall preferably be laid in layers of 51 cm to 20

cm ( about 6“ to 8”) the layers being decided by the time lapse

between the successive layers. The time of laying one layer shall not

exceed 30 minutes. The successive layers shall commence within 30

minutes of laying first layer.

When work is to be resumed on a surface which has hardened, such a

surface shall be roughened and scrubbed with brushes to remove

laitance, care being taken to avoid dislodgment of coarse aggregate,

swept clean thoroughly wetted and covered with 6 mm (about 1”)

thick mortar layer composed of cement ad sand in the same proportion

as the cement and sand in the concrete for securing good bond.

The concrete shall be normally laid in the dry. If the are is under

water, it shall be pumped dry and kept so while placing concrete and

till it sets. Where it is necessary to deposit concrete under water, it

shall be done as per relevant IS code provisions (latest edition). No

extra payment will be made for the special arrangements, plants, etc.

need for the purpose or for the additional 10% cement required to be

added.

562

Contractor No. of corrections Executive Engineer

COMPACTING

The concrete shall be thoroughly compacted during depositing to get a

dense concrete and thoroughly worked into the edges and corners of

the form work as also along its faces and around reinforcement in the

case of RCC by means of suitable tools such as spades and rods to get a

good case finished without honey combing. Concrete shall not

disturbed once it is set. Concrete shall not be disturbed once it is set.

For important or big works where stiffer mix with less slump is

adopted, use of mechanical vibrators is essential. The vibrators shall

have not less than 3600 and preferably about 5000 impulses per minute

and shall be worked at an interval of about 60 cm ( about 2”). It shall

be worked in one place for only such time as will also formation of

dense concrete without sinking and segregation of the coarse

aggregate over vibration shall be avoided.. Vibration shall be added by

spreading and Roding.

Compaction shall necessarily be done by mechanical vibrators. No hand

compaction will be permitted except (I) to supplement vibration near

the edge and faces of forms, to fill the corners completely and to

prevent honey combing or (ii) in members where vibration is not

possible nor desirable in the opinion of the Engineer.

CURING

The contractor shall be initially protected fro damage on account of

impact, undue pressure, excessive head of sub, rains etc. and covered

with wet of stacking Hessians or similar absorbent material soon after

the initial set. After the final set, the concrete shall be kept

continuously wet preferably by pounding water for period of not less

than 14 days from the date of placement . On Sunday, holidays and

days of cessation of work, arrangement shall be made to keep the

concrete continuously watered.

563

Contractor No. of corrections Executive Engineer

Should the contractor fail to water the concrete continuously, the

Engineer may provide labour materials, and equipments required for

watering and recover the costs from the contractor. When atmospheric

temperature exceeds 40°C (104 °F) following precautions should be

taken

1. Stacking aggregate under shade and keeping them moist

2. Using cold water

3. Reduce the time between mixing and placing to the minimum

4. Cooling form work by drinking water

5. Starting curing before concrete dries out

6. Restricting concreting to morning and evenings.

FINISHING

Immediately after the removal of forms and undulations, depressions,

cavities, honey combing broken edges or corners, high spots and other

defects shall be made good and finished with cement mortar 1:2. But

the necessity of such finishing must be exceptional and the total

surface requiring finishing shall not exceed 1% on a average. IF the

initial experience shows that this percentage is exceeded the method

of working itself should be changed to get the required cast finish.

Where the concrete surface is to receive plaster, the surface shall be

roughened immediately after removal of forms and within a day

thereof to secure a bold for the plaster. The rate for concrete is

inclusive of this roughening and finishing. Concrete after finishing shall

be cured for the full period

564

Contractor No. of corrections Executive Engineer

Re-tempering

Concrete shall be mixed only in such quantities as are required for

immediately use and any concrete which has developed initial set shall

not be re-tempered or remixed but shall be destroyed or thrown away.

565

Contractor No. of corrections Executive Engineer

SPECIFICATION AND REPAIR METHODOLOGY FOR REPAIRS TO CONCRETE SLAB OF BELIVALI MBR

Providing of Access and Propping

A scaffolding is to be provided to access the all repair areas. The

arrangement is done using bamboo scaffolding / steel H frame, etc.

The scaffolding to areas such as walls, columns, slabs etc. are to be

done in double layer scaffolding. This can be in Bamboo (not less than

80mm dia) with bamboo spacing not exceeding 1.2 Mtr c/c in all the

three direction. The verticals and horizontals in a scaffolding plane not

to exceed 1.2 Mtr c/c. The two adjacent planes in elevations to be at

1.2 Mtr c/c.

The elevation type scaffolding if done in steel pipes, couplers and / or

H frames then minimum dia meter of pipe to be 40 NB medium class.

Spacing to be 1.8 Mtr c/c maximum between vaetical and 1.2 Mtr c/c

between horizontals. The two adjacent planes in elevations to be at

1.2 Mtr c/c.

In both the types of elevation type scaffolding, the elevation area of

the inner plane of scaffolding (adjacent to structure) will be measured

for payment.

When access of varying height is to be provided to a large plan area

(such as slab soffits in tank) the verticals in bamboo are to be at 1.2

mtr c/c and horizontals in both directions to be at 1.2 Mtr c/c.

The above type of scaffolding when provided in steel pipes, couplers

and / or H frames then the verticals and horizontals in both directions

to be at 1.2 Mtr c/c. In case of H frames the verticals in braced

direction to be 2.4 Mtr c/c maximum (distance between two H frames

braced by two diagonal bracing on either side.)

566

Contractor No. of corrections Executive Engineer

The measurement of such scaffolding is to be on the basis of height of

scaffolding and measured on plant area of scaffolding provided.

Item No.1 – Providing 40mm dia meter adjustable acrow or equivalent

props etc. Providing 40mm dia adjustable acrow or equivalent props on rental basis including fixing and dismantling after use and necessary material required for same etc.

The props shall be provided at a spacing of 1m or 1.5m center to

center as directed by the Engineer-in-Charge. The height of the prop

shall be fixed or adjustable for height of 6.0 meter or upto bottom of

beams. The props shall be made of M.S. or G.I. and of size not less

than 40mm dia. It shall be got approved by Engineer-in-Charge. It shall

be free from any failure joints. The props shall be cross braced at two

levels below the slab. The mode of measurement shall be on numbers

basis.

Mode of payment

The item shall be measured and paid on No. basis.

Item No.2 – Providing scaffolding on rental basis using 40mm dia M.S. pipe

etc. complete Providing scaffolding on rental basis using 40mm dia M.S. pipe at 1.5m

c/c and or H frame bracing or combination of both to arrive a suitable

grid of scaffolding for accessing all the elements of structure from

inside as well as outside including fixing and dismantling after use.

Prop shall be fixed or adjustable for height of 6.0 meter or upto

bottom of beams. The props shall be made of M.S. or G.I. and of size

not less thant 40mm dia. It shall be got approved by Engineer-in-

Charge. It shall be free from any failure joints. The props shall be cross

567

Contractor No. of corrections Executive Engineer

braced at two levels below the slab. The Prop should be preferably

placed away from exposed reinforcement in slab soffit. This will allow

repairs to be done to bars without shifting the props. The Props shall

be as such so as to reach entire soffit.

Mode of payment

The item shall be measured and paid on Sqm. basis.

Item No.3 – Dismantling damaged slab / beams etc.

Dismantling damaged RCC work sagged slab elements, damaged beam

etc. carefully including the reinforcement stacking the serviceable

material and debris separately and disposing off the same as directed

by Engineer-in-Charge. Mark beam position on slab for support to

person. Use of electrically operated or pneumatically operated chisel

to loosen all the concrete in damaged panels and free the

reinforcement. Place the props at 1 meter center to center below

beams before dismantling. Portion of columns needs to be checked and

chipped for hollowness.

Mode of payment

The item shall be measured and paid on Cum. basis.

Item No. 4 – Chipping of existing plaster

Chipping of loose concrete from beams, columns, soffits, walls etc.

and other structural elements to expose sound concrete beneath using

light chisel and hammer electrically operated chisel may be used.

Removing of rust from the exposed reinforcement and also preparing

the concrete surface including all material, labour, tools scaffolding

etc. complete.

a) The loose concrete behind reinforcement if any should be carefully

removed. Corroded reinforcement should not be bent using chisel in

568

Contractor No. of corrections Executive Engineer

order to create access. Only loose concrete should be taken out.

This can be checked by lightly sounding the hammer over chipped

area to ascertain any hollow sound on substrate.

b) Removal of corrosion scales on corroded reinforcement bars should

be done manually using sharp tools such as chisel to scrape rust

scales from the surface. Thereafter using wire brushes to clean the

surface of rebars. Since brush would not be able to access behind

the bars use emery paper to clean exposed surface as well as areas

with difficult access. Rotary wire brushed, shaft type rotary wire

brushed can be used in place of hand held brushes, exposed

concreted surface is also to be cleaned with wire brush / rotary

wire brush to remove all the loose material dust, dirt oil etc.

complete.

c) For areas requiring only painting, wire brush and / or rotary wire

brush grinding to be done to remove all the loose material and

prepare the surface.

Portion of columns which may be sounding hollow may also need to be

checked and chipped off. Check and chip of lose sounding / honey

combed construction joints.

Mode of payment

The item shall be measured and paid Per Sq. mt. area of chipping of

loose concrete from structural elements.

Item No.5 – Overall surface preparation of the concrete surface etc. complete.

Cleaning concrete surface (wherever there is no plaster in original

structure) with wire brush to receive further treatment including

necessary scaffolding etc. The surface preparation is of prime

importance for the repairs. Unless the corrosion scales are completely

569

Contractor No. of corrections Executive Engineer

removed, no further repairs are to be carried out. Expose concrete

surface is also to be cleaned with wire brush / rotary wire brush to

remove all the loose material, dust, dirt, oil etc. finally use

compressed air to clean the surface. Clean all the exposed

reinforcement with wire brushed etc. to remove all loose cement

slurry, dust, dirt and prepare it to receive further protective

treatment.

Mode of payment

The item shall be measured and paid on Per Sqmt. Area

Item No.6 – Providing Steel Reinforcement

Providing and fixing in position steel reinforcement of various dia

meter as required at site form of mild steel confirming to IS:456:1964

and lapping, welding, anchoring suitable to old reinforcement including

scaffolding cost of binding wire etc. complete.

1. Wherever the reinforcement is reduced by more 20% of the

original reinforcement, extra main steel is to be provided by welding a suitable dia to existing steel or lapping it suitably (lap-50 times the bar dia). While doing this it may be necessary to take anchorage in sound concrete in case length beyond damaged portion is not adequate to provide lap and welding is not feasible. In such cases drill a slightly oversize (4mm more in dia) hole adjacent to existing main reinforcement to a depth of 150 mm dna anchor new reinforcement using epoxy grout made with 1 Kg Resin KP 350 0.5 Kg hardner HP 350 3 Kg Fine Sillca filler (smaller than 300 microns)

2. For anchoring the main vertical reinforcement in column to be strengthened excavation must done up to the top of footing and anchorage should be taken into concrete. This is done again by drilling holes of higher dia and anchoring with exoxy grout as above. After column strengthening, the soil excavated must be

570

Contractor No. of corrections Executive Engineer

filled back. Dewatering if necessary shall be arranged by the contractor. Item of excavation and back filling will not be paid separately.

3. Apart from the main reinforcement it is necessary to provide

lateral reinforcement such as links to column and stirrups to beams. Additional stirrups to column can be provided by making all round groove of 10mm x 25mm deep at 150mm c/c along the columns height on the outer surface of concrete (in portion where sme portion of sound concrete exists) and providing 2U shaped stirrups of 8mm dia with lap of 40 dia. The new stirrups are to be tied to new and old main steel using binding sire of 20 G.

4. New and old reinforcement shall be welded together.

Old reinforcement after cleaning shall be checked and then only shall be applied with rust removing primer. Additional reinforcement of 10mm and 12mm shall be used for slab and beams where existing reinforcement is exposed.

5. New reinforcement can be clamped on soffit of damaged

concrete slabs or shell elements and anchored into supporting beams. New steel reinforcement shall be welded to existing reinforcement. It shall be in same plane as existing reinforcement.

Mode of payment

The item shall be measured and paid on Per M.T. basis.

Item No.7 – Providing and fixing wire mesh to improve the confinement of reinforcement.

1. Providing and fixing wire mesh as per specification in the form

of one layer of 50 x 50 mm x 12 SWG. GI weld wire mesh and

one layer ½” x ½” x 26 Gauge. GI hexagonal mesh to columns.

beams slabs and other structural element and anchoring to the

element with binding wire nails including all material, labour,

scaffolding.

2. To remove the confinement to deteriorated core concrete GI

weld wire mesh 2” x 2” x 12 gauge along with two layer of G.I.

571

Contractor No. of corrections Executive Engineer

hexagonal mesh of ½” x ½” x 26 gauge is to be clamped on all

sides of beams and columns as per details. The extra main steel

can be lapped to main bottom steel or anchored into supporting

columns / main beams with epoxy grouted holed as mentioned

above. From practical consideration the mesh is sot be made

ready for final fixing and is to be clamped after application of

bond coated.

3. New reinforcement can be clamped on soffit of damaged

concrete slabs and anchored into supporting beams or at end of

slab by making ‘L’ shape bend.

4. The mesh is got to be clamped on to concrete surface by means

of GI plumber and binding wire.

Mode of payment

The item shall be measured and paid on Per Sq. Mt. basis.

Item No.8 – Providing and applying two coats of rust remover primer feovrt etc. complete

Before applying rust remover primer, remove loosely held rust

using a hand wire brush gently but leave behind the layer of rust

directly attached to the under laying steel. Ensure removal of oil

or greasy residues if any, with strong detergent and wash with

clean water. Allow it to dia. Apply the feovert using a brush or

spray. If there is heavy rust present, apply minimum two coats as

directed by Engineer-in-Charge. Allow it to cure for 6 to 8 hours

or as directed. It shall be applied by brush to all accessible parts

of exposed cleaned reinforcement. The product should be got

tested by testing laboratory before put in use.

572

Contractor No. of corrections Executive Engineer

Mode of payment

The item shall be measured and paid on Per Liter basis.

Item No.9 – Providing and applying corrosion inhibitor EPCO KP 100 etc.

complete.

Providing and applying corrosion inhibitor EPCO KP-100 to the entire

face to be repaired and coating the exposed old as well as new

reinforcement (if new ordinary steel without fusion bonded epoxy is

used) by brush including all materials labour, tools, scaffolding etc.

a) It has been observed that various structural elements are

showing sever corrosion on account of leakage of water,

exposure to attacks of atmosphere vapours, fumes and gases.

Carbonation depth is also substantial. As a result the passive

corrosion protection offered by concrete surrounding the

reinforcement is not longer available in damaged areas. The

corrosion activity beyond the portion where concrete has spalled

or chipped of cannot be ascertained. Usually there is lower

degree of corrosion in these areas.

b) In order to address the inhibition of corrosion in reinforcement

MIGRATING CORROSION INHIBITORS is required to implemented.

These are new types of corrosion inhibitors, which due to their

very low vapour pressure and high affinity towards metallic

surface migrate through concrete and form a monocular

protective film on steel surface. The active ions remains in the

vicinity of the reinforcement and go on replacing the ions which

might get disloged from the present film. Thus the protective

film on parent steel surface is always retained. This film is

formed on cathodic as well as anodic sites and completely

controls the process of corrosion. The active ions also work

573

Contractor No. of corrections Executive Engineer

effectively on corroded reinforcement in a chloride infiltrated

concrete. In the present situation such product is essential as

pretreatment to corroded as well as new reinforcement in a

chloride infiltrated concrete. In the present situation such

product is essential as pretreatment to corroded as well as new

reinforcement, as overall surface application on the areas to be

repaired.

c) Apply one coat of EPCO-KP-100 Migrating corrosion inhibitor on

concrete area to be repaired, old as well as new reinforcement.

The application should be done after all the rust removal and

provision of new reinforcement is completed. Application should

be done by brush and coverage, should be 4 Sqmt. Or repair

area per literature of the product. Measurement of this item will

be on the basis of sq. mt. area repaired.

Mode of payment

The item shall be measured and paid on Per Sqmt. basis.

Item No. 10 – Providing and applying two coats of anticorrosive reber

protection system IP Net RB etc. complete.

Providing and applying 2 coats anticorrosive reber protection

system IP Net RB on old reinforcement as per manufacture

specification with wire brush with interval of 24 hours including

all labour, material, tools, scaffolding etc. complete.

Apply epoxy phenolic based IP Net RB or equivalent reinforcement

protection coating after 15 minutes of application of MCI. The

coating applied should be flexible and should exhibit elongation

properties. Two coats of such anticorrosive system are to be

applied with a gap of 24 hours. Spray sharp silica sand on the

second coat of bar protection coating to facilitate better bonding.

Wherever lapping of new reinforcement is to be done, pre treat

574

Contractor No. of corrections Executive Engineer

the new reinforcement with IP Net RB in two coats as mentioned

above.

Mode of payment

The item shall be measured and paid on Sqmt. basis.

Item No. 11 – Providing and applying two coats of anticorrosive reber protection system IP Net RB etc. complete.

Providing and applying 2 coats anticorrosive reber protection system IP

Net RB on old reinforcement as per manufacture specification with

wire brush with interval of 24 hours including all labour, material,

tools, scaffolding etc. complete.

Apply epoxy phenolic based IP Net RB or equivalent reinforcement

protection coating after 15 minutes of application of MCI. The coating

applied should be flexible and should exhibit elongation properties.

Two coats of such anticorrosive system are to be applied with a gap of

24 hours. Spray sharp silica sand on the second coat of bar protection

coating to facilitate better bonding. Wherever lapping of new

reinforcement is to be done, pre treat the new reinforcement with IP

Net RB in two coats as mentioned above.

Mode of payment

The item shall be measured and paid on the basis of quantity of IP

NET-RB consumed (Liter)

Item No.12 –Providing and applying bonding agent between old and new concrete EL MONOBOND etc. complete.

575

Contractor No. of corrections Executive Engineer

Providing and applying one coat of epoxy latex based polymer bond

coat EL Monobond before the repairs with polymer modified mortar

including all materials, labour tools scaffolding etc. complete.

Bonding Coat

1. Bonding coat for the repairs system is based on Epoxy latex EL-

MONOBOBD. The bonding slurry is to be prepared in following

mix Proportion.

2. 1 Part by weight EL-MONOBOND Part-A

One part by weight EL MONOBOND Part-B

One part by weight water

2 Parts by weight cement

This is to be mixed in small container and stirred continuously for 5

minutes to get a homogeneous slurry. Only small quantity is to be

mixed at a time. This decided by the area that be cover with repair

mortar which is to be applied subsequently. Mix all the ingredients

thoroughly and apply by Brush. Bonding slurry should be applied within

15 minutes of mixing. Prewet the surface before application of bonding

slurry wait for 15 minutes and then apply the bonding slurry by stiff

nylon brush evenly on the entire repair area including the

reinforcement, consumption is 2 Sqmt per liter of prepared bond coat.

This is a epoxy based bonding agent which ensure perfect bond

between old and repair concrete. Application is by brush only for non

structural grade, bonding use polymer bond coat prepared with one

part acrylic based. Po9lymer latex monobond + 1 part water + 1.5 part

cement mix all ingredients thoroughly and apply by brush.

Consumption on rough repair surface in 0.75 Kg ready bonding slurry

per Sqmt of repair area.

576

Contractor No. of corrections Executive Engineer

Mode of payment

The item shall be measured and paid on Sqmt. basis.

Item No.13 – Repairing the damaged portion of RCC structure with polymer

modified morter etc. complete.

Providing and applying polymer modified mortar prepared as per

detailed mix to column, beams, soffits, slabs, walls etc. And other

element as directed in varying thickness with trowel and finish smooth

in layers not exceeding 20mmk at a time after application including

scaffolding, curing etc. Cement: Sand ratio 1:3 (clean river sand) with

15% monobond W/C not to exceed 0.45. Preparing damaged portion

with repairing mortar.

a. Columns, Beams and Slab Soffits etc. with polymer modified

repair mortar of following specifications.

i. Repair morter 1 Cum. Shall have following proportion 500 Kg

cement OPC 43 grade or blended cement, 1500 Kg. sand - well

graded river sand 4.76 mm down size, 75 Kg Polymer latex

additive monobond with 120 grams of polypropylene fibers KR /

ELB per Bag of cement. 200 to 225 Kg water.

ii. The above mix should be re-proportioned for equivalent to ½

bag of cement and should be mixed in a steel tray.

iii. The dry ingredients are to be mixed to make a dry mix.

MONOBOND is to be added to 80% of the mixing water and then

this should be added to dry mix. Mixing should continue for 5

minutes. Then balance mixing water is to be added. Mortar thus

prepared should be immediately covered with plastic sheet to

avoid loss of consistency. This mortar should be used within 30

minutes.

577

Contractor No. of corrections Executive Engineer

iv. This will applied by trowel and finished smooth without excessive

finish. In one application 20 to 25 mm of thickness is to be built up.

Subsequent layers to be done with one bond coat of cement slurry.

v The thickness of repair may be variable depending upon the

extent of damage.

vi Cover the element with burlap and cure by spraying periodically

with water for 2 days and allow to dry for next 10 days.

vii Testing of Mortar : For every 5 Cum repair mortar test should be

conducted randomly by taking the samples of site prepared

mortar and casting 70mm mortar cubes and testing 3 days and

28 days compressive strength. The requirement of air cured

sample are as follows. 3 days strength : Average strength of 3

Cubes = 125 Kg/ Sq.cm., 28 days strength : Average of 3 Cubes =

300 Kg/Sqcm

Mode of payment

The item shall be measured and paid on Sqm. basis.

Item No. 14 – Applying in two coats fiber reinforcement repair morter entire soffits of slab etc. complete.

a) The repairs are to carried out using site made repair mortar

prepared as per detailed mix given below

Cement : Sand B 1:2 (River sand) by weight with one pack 3.3

Kg.

Super screed-P : (Fiber reinforced, micro silica and super

plasticizer blended additive) per bag of cement with W/ Cement

ration not to exceed 0.45. This prepared mix get a cohesive

uniformly blended repair mortar.

578

Contractor No. of corrections Executive Engineer

b) This will be by trowel and finished smooth without excessive

finishing. In one application 20mm of thickness is to be built up.

Subsequent layers to be done with one coat of cement slurry.

c) Cover the element with burlap and cure by spraying periodically

with water for 10 days to prevent initial drying shrinkage.

d) Testing of Mortar

For every 5 meters three repair morter tests should be

conducted randomly by taking the samples of site prepared

mortar and casting 70mm morter cubes and testing 3 days and

28 days compressive strengths. The requirement of wet / dry

cured samples are as follows.

3 days strength Av. Strength of 3 cubes = 150 Kg /

Sqcm

28 days strength Av. 3 cubes = 350 Kg/Sqcm

Mode of payment

The item shall be measured and paid on Sqmt. basis.

Item No.15 & 16 – Drilling Holes by Injection Grouting Treatment of Construction Joints from Inside as well as Outside

a) Groove cutting and cleaning the joints

Since the leakage are predominantly through the joints, the

repair will be concentrated in this area. The joints are required

to be opened out and treated for subsequent work. The existing

joints are to be chiseled out to a depth of 25mm and width

50mm in the form of a ‘V’ groove.

b) General Cleaning

In these locations, if there is any algae formation and leakage

spots cannot be identified unless surface cleaning is completed.

579

Contractor No. of corrections Executive Engineer

This will involve removal of all the loose material, algae,

embedded material such as loose bars, plywood, binding wire

etc.

c) Sealing the Groove

In grooves epoxy latex bonding agent is applied and immediately

polymer modified mortar made with 1:3 cement sand and 15%

polymer latex MONOBOND is used to seal groove. While repairing

also fix PVC nozzles for injection grouting using polymer

modified cement grout. Wherever the injection are also set in

the same material. The measurement of the treatment of

construction joints will be under respective items of bond coat,

polymer modified mortar and injection grouting.

Treatment for Honeycombed Areas and Concrete Core

Strengthening

1. In case it is noticed that the beams, columns or slab element

have honeycombing inside after removal of loose concrete

material, it is necessary to inject polymer modified cement

grout in the honeycombed area. Same methodology is used to

inject construction joints.

First of all a hole of about 16mm dia is to be drilled into the

honeycombed area, construction joints and into core of element

to be strengthened., the depth of the drilled hole should be

about 200mm (in case of slabs, walls and domes the drilled hole

depth to be 60% of the element thickness). In case of slab a grid

margin of holes @ 500mm c/c should be done. In honey combed

area spacing has to be reduced to about 150mm c/c use

compressed air to clean the hole as well as honey combed area

to remove dust and dirt. Then a 12mm dia flexible PVC injection

580

Contractor No. of corrections Executive Engineer

nipple is to be fixed into the hole. Spacing of the hole should be

about 500mm seal the surface round the nipple with polymer.

Seal the surface around nipple with polymer modified mortar as

per mix in Specification portion (I) after application of bond

coat as per specification item (H). This would ensure that the

injected grout does not leak from the gaps.

2. In case of the honeycombed areas fix nipples and repair the

honeycombed patch with polymer modified mortar on polymer

bond coat as per specification part (I) and (H) respectively.

Payment for Bond coat and polymer modified mortar used for

sealing honeycombed and nozzles will be paid separately as per

respective items.

3. The preparation done above should be allowed to cure for 24

hours.

4. Prepare the polymer modified cementations grout with following

mix proportion.

50 Kg cement (1 bag)

2.5 Kg Polymer latex MONOBOND

0.5 Kg Super plasticizer SUPERCON – 100

0.50 Kg grouting admixture EPCO-5040

20 to 25 Liters water

The above mix should be mixed in a container and stirred with

high speed stirrer for 5 minutes and should be used within 30

minutes.

5. Use 140 PSI grade Killic Nixon make injection grout pump.

6. Injection should start from bottom most nipple or from one end

to another in case of horizontal crack and proceed progressively

to subsequent nipples. Once the grout comes out of upper next

nipple being injected should be closed and gun should be

connected to next nipple. Some time if the path is not continues

there may be resistance to injection (no grout flow in spite of

581

Contractor No. of corrections Executive Engineer

maintaining the maximum pressure for 5 minutes). In such a

situation proceed to the next nipple.

7. After completing the injection allow in to cure for 24 hours.

Hence remove the nozzles and seal the holes with polymer

modified mortar.

Mode of payment

The item No.15 shall be measured and paid on Per Numbers of holes.

The item No.16 shall be measured and paid on Per No. of Bag.

Item No.17 & 18 – Drilling Holes and providing epoxy resins for injection and grouting etc. complete.

1. For cracks caused by structural distress such as shear cracks,

flexural cracks, tensile cracks should be injected with low

viscosity epoxy resin. The properties of injection resin desired

are as follows :

2. First of all used chisel and hammer to widen the cracks on the

surface to about 15mm wide and 15 mm deep. Then holes of

about 13mm dia are to be drilled along the cracks. The depth of

the drilled hole should be about 200 mm (incase of slabs, walls

and domes the drilled hole depth to be 60% of the element

thickness.) Use compressed air to clean the hole, as well as

cracks to remove dust and dirt. Then a 12mm dia special

injection nipple ROHIB is to be fixed into the hole. Spacing of

the holes should be about 300 mm.

Seal the surface around the nipple with epoxy putty EPCO-1010.

Also seal the surface of the crack with epoxy putty. This would

ensure that the injected grout does not leak from the gap and

from crack surface.

582

Contractor No. of corrections Executive Engineer

3. The preparation done as above should be allowed to cure

for 24 hours.

4. Prepare the injection resin Low viscosity resin monopol by

mixing resin and hardener in proportion recommended by the

manufacturer. Only small quantities are to be mixed at a time.

Use stirrer or a steel rod to site the mixture thoroughly.

5. The above mix should be done in a container and mixed

thoroughly for 5 minutes.

6. Use special injection guns with pressure gauge and valves for

controlling flow of compressed air and resin. Pressure for

injection should be of 2 to 3 Kg. / Sqcm. Next day repeat the

injection procedure with low viscosity version KP250/HP250 S/V

using 5-7 Kg/Sqcm pressure.

7. Injection should start from bottom most nipple (or from one end

to another in case of horizontal crack) and proceed progressively

to subsequent nipple. Once the resin comes out of the upper or

next nipple the nipple being injected should be closed and gun

should be connected to next nipple. Sometimes if the path is not

continues there may be resistance to injection (no resin flows in

spite of maintaining the maximum pressure for 5 minutes). In

such a situation proceed to the next nipple.

8. After completing the injection allow it to cure for 24 hours.

Then remove the nozzles and seal the holes with epoxy putty.

Payment for this item will be done on the basis of injection resin

consumed.

Mode of payment

The item No.17 shall be measured and paid on Per Numbers of holes.

The item No.18 shall be measured and paid on Per Kg. basis.

583

Contractor No. of corrections Executive Engineer

Item No.19 – Providing and applying protective coating using MONOPOL 456 etc. complete.

Providing and applying protective coating on acrylic base on structural

elements such as columns, beams, walls slabs, staircases etc. in 3

coats with desired colour as per detailed specification using MONOPOL-

456 including all material, labour, scaffolding, tools etc. complete.

Overall Protective Coating

1. Overall protection of concrete surface : It is absolutely

necessary to protect not only the damaged concrete elements

but also those which are in good conditions now but are likely to

get damaged over a period of time. Overall protection of top

surface of tank is absolutely necessary to prevent leakages, but

also reinforcement in slab and beams from getting corrugated.

For this following minimum comprehensive treatment is

suggested.

2. Clan the concrete surface with wire brush and remove all dirt,

dust oil stains etc. complete. Use compressed air to blow loose

dust dirt and cement particles, The surface should also be

completely dry. The coating should be done in areas where

specifically direct contact with vapour, moisture, gases or

chemical wash is expected. In area where direct contact with

acids is likely this coating should not be applied. In such areas a

special high performance coating system should be applied.

Give a barrier against carbonation and excellent protection

against weathering action and corrosion as well as protection of

standing water apply these coats of Allphali Acrylic resin based

protective coating MONOPOL 456.

584

Contractor No. of corrections Executive Engineer

3. Apply primer coat of acrylic resin coating MONOPOL 456 these

coating would give a barrier against carbonation and fairly good

chemical resistance. They should also allow breathing of

concrete and prevent moisture ingress. Application should be

done by spray or brush. Coverage 5 Sqmt / Lit.

4. Application of middle and top coat of MONOPOL-456. The gap

between 2 coats should be 24 hours. Before application of

subsequent coat if there is any dust accumulation on the surface

it should be removed.

5. Coverage 4.5 Sqmt / Coat. Application should be done by spray

or brush. The dry film thickness of three coats should be

minimum 150 microns.

Mode of payment

The item shall be measured and paid on Sqmt. basis.

Item No.20 – Providing and casting in situ cement concrete of

trap/granite/quartzite/gneiss metal for RCC work…etc complete

a) The specification contained in the Standard Specification

Volume II Published by Public Works and Housing Department,

Government of Maharashtra, Chapter Bd-F1 to F-2 and Bd-E1

shall apply.

b) This work shall be done in accordance with IS:456:2000 (revised)

c) Proper curing be done for 21 days.

Requirement of Materials

Cement

L & T/Ambuja/ACC/Birla Gold brand of 43 grade in jute/polyethylene

bags (weighing 50 Kg each) shall be used for all water retaining

structures.

585

Contractor No. of corrections Executive Engineer

Reinforcement

The steel to be used shall be grade Fe.415 as per design. The

contractor shall have to procure the steel from open market. The

steel procured by contractor shall be tested and the contractor shall

produce manufacturer’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 Maharashtra Jeevan Pradhikaran. The

reinforcement are to be provided with Fusion Bonded Epoxy paint.

Defective steel brought by contractor shall be rejected and will not be

allowed to be used. Test certificate stating the chemical composition

and characteristics of the product.

At least 3 samples of each diameter should be tested from every 5 ton

or part thereof. Tested lots only will be permitted to be used.

Concrete

The RCC works shall be as per IS 456-2000. Concrete mixer shall be used for preparing concrete. Vibrator shall be used to consolidate concrete while placing in

position.

While concreting, respective samples in form of test cubes shall be

taken by the contractor under Maharashtra Jeevan Pradhikaran

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.

Cement shall be Ordinary Portland Cement

The measurement of proportion of cement should normally be on the

basis of weight and whole bages, each undisturbed and sealed 50 Kg

bag being considered equivalent to 35 liters (1.2 Cft.) in volume. When

586

Contractor No. of corrections Executive Engineer

part bag is required, cement shall be taken by weight. Care should be

taken to see that each bag contains full quantity of cement.

Tests

When tests are considered necessary, they shall be carried out as

indicated in IS : 269. The contractor should ensure that the cement is

of sound and required quality before using

Storage

Cement required for use shall be as fresh as possible and stored on

planks raised 15 to 20 cms ( about 6” to 8”) above the floor and

stacked 30 cm ( about 12” ) away from the walls in suitable closed

weather proof buildings at the work site or at the selected approved

site, in such a manner as to prevent deterioration by dampness or

moist atmosphere or instruction of foreign matter..)

Any cement which has deteriorated, baked or which has been damaged

shall not be used. Cement that is condemned shall be immediately

removed from the work site.. Ordinary cement stored for more than 2

months from the date of receipt from the factory shall be subjected to

test and used only if found satisfactory.. Cement shall be kept in a

store under double locking arrangement so that it can be taken our or

fresh stock admitted with the knowledge of supervising staff of the

Department.

WATER

Water for mixing cement lime mortar or cement lime concrete shall

not be salty or brackish and shall be clean, reasonably clear and free

from objectionable quantities of silt and tracers of oil, acid injurious

alkali, salts, organic matter and other deterious material which will

either waken the mortar or concrete or cause efflorescence or attack

587

Contractor No. of corrections Executive Engineer

the steel in RCC. Water shall be obtained from sources approved by the

Engineer.

Water for curing cement / lime mortar of concrete

Water for curing mortar or concrete should not be too acidic or too

alkaline. It should a have a pH value ranging between 4.5 to 8.5. It

shall be free of element which significantly affect the hydration

reaction or otherwise interfere with the hardening of mortar of

concrete during curing

Portable water will be generally be found suitable for curing cement /

lime mortar or concrete.

FINE AGGREGATE (SAND) General

All fine aggregate shall conform to IS: 383 ( latest edition) and relevant

portion of IS:515 (latest edition ) directed by the Engineer.

Sand for use in concrete work shall be natural sand shall be clean well

graded, hard, strong durable and gritty particles free from injurious

amounts of dust, clay, kankar, nodules, soft or flaky particles, shale,

alkali, salt organic matter, lam, mica or there deterious substances

and shall be approved by the Engineer. The maximum size of particles

shall be limited to 5 mm ( about 3/16”). Organic impurities and other

detritus substances as laid down in Is :383 ( latest edition). It shall not

contain deterious materials

The fine aggregate for cement mortar for masonry and first coat of

plaster should generally satisfy the following grading.

I.S. Sieve Percentage by Weight Passing Sieve 480 100 240 80 95 120 70 90 60 40 85 30 05 50 15 00 10

The fineness modulus shall not exceed 3.00

588

Contractor No. of corrections Executive Engineer

Gradations

The gradation of materials from any one source shall not vary in

composition beyond there range of value that governs, in selecting

sources of supply. For determining the degree of uniformity,

determination of fitness modulus shall be made upon representative

sample furnished by the contractor from such source as the proposes to

use. Fine aggregate from any one source having variation in fineness

modulus greater than ±0.20 from the average fineness modulus of the

representative samples submitted by the contractor shall be rejected

or may be accepted subject such changes in the proportion aggregate

as the Engineer may direct

Storage

The fine aggregate should be stacked carefully on a clean, hard surface

so that it will not mixed up with deterious foreign materials.

Coarse Aggregate

Coarse aggregate shall consist of crushed or broken stones and be hard,

strong, dense, durable clear or proper gradation and free from skin and

coating likely to prevent proper adhesion of mortar. The aggregate

shall generally be cubical in shape and as far as possible flurry,

elongated pieces shall be avoided. It shall generally comply with the

provision of IS : 383 and IS:515 ( latest edition).

The maximum size of the aggregate may be upto 80 mm ( about 3”)

and well graded between the sixes 5 mm to 80 mm ( about 3/16” to

3”) in such proportions as to give maximum density to the concrete.

The maximum size should be as large as possible within the above limit

but should not exceed ¼ of the minimum thickness of the member

provided, however, this size present no difficulty in the case of RCC to

surround the reinforcement thoroughly and fill up the corners of the

589

Contractor No. of corrections Executive Engineer

form work satisfactorily. In the case of general concrete work, a

maximum size of 40 mm ( about 1/22’ ) is used and in RCC work a

maximum size of 20 mm (about 1 ¼”) will be found satisfactory, but it

should be restricted to 6 mm ( about ¼”) less than the minimum

lateral clear distance between bars or 6 mm ( about ¼”) less than the

cover, whichever is smaller.

The crushing strength of aggregate will be such as to allow the

concrete in which it is used to build up the specified strength of

concrete.

Approximate range, in grading of coarse aggregate may be as required.

Grading tests shall be in the beginning and at change of surface of

machinery or type of metal. Where required by the Engineer, tests

indicated in IS: 368 and IS: 456 (latest edition) shall be got carried out

in an approved laboratory at the contractor’s cost to show the

acceptability of the material.

Coarse aggregate of a porous nature where absorption of water after

24 hours immersion in water, is more than 5 percent by weight, shall

not be used

Limit of deleterious substance shall not exceed those prescribed in IS :

515 ( latest edition)

Storage

The aggregate of different sixes shall be stored separately and handled

in such manner as to prevent intermixing of different sixes of

aggregate required separately for grading purposes. No foreign matter

shall be allowed to be mixed up with aggregated. If covered with dust

etc. they shall be washed clean before use.

590

Contractor No. of corrections Executive Engineer

MIXING

For all important woks concrete shall be mixed in mechanical mixer at

the site of work. Care shall be taken to see that the mixer an other

accessories are in first to class working condition and maintained so

throughout the construction. Mixing shall be continued till there is

uniform colour is obtained and each individual article of the coarse

aggregate shall show a complete coating of mortar contain in its

proportionate amount of cement. In no case mixing shall be done for

less than 1 ½ minutes.

When hand mixing is permitted by the Engineer it shall be done on a

smooth water tight platform large enough to allow efficient turning

over of the ingredient of concrete before and after adding water.

Mixing platform shall be so arranged that no foreign materials shall be

get mixed water shall flow out.

The cement is required number of bags shall be placed in a uniform

layer on top of the measure quantity of fine aggregate required, also

spread in a layer of uniforms depth in the mixing platform. Dry sand

and cement shall then be mixed thoroughly by turning over to get a

mixture of uniform colour. Enough water then be added gradually

through a rose and the mass turned over till a mortar of required

consistency is obtained. The measured quantity of coarse aggregate

shall then be placed on the mixing platform and wetted and the mortar

added and the entire mss turned and returned until all the particles of

the coarse aggregate are fully covered with mortar and the mixture is

of a uniform colour and required consistency. In hand mixing quantity

of cement shall be increased by 5% above the specified

591

Contractor No. of corrections Executive Engineer

Concrete shall have a consistency such that it will be workable in the

required position and in the case of RCC flow around reinforcing steel

also.

For vibrated concrete slump shall range between 2.5 to 5 cm ( about 1

“ to 2”) For hand tamped concrete, slump shall range between 8 cm to

13 cm ) 3” t 5” according to the type and nature of the concrete item.

The sump shall be the latest permitted by workability. The slump shall

be determined as detailed in relevant IS code provisions and

maintained throughout the concreting operation of a member.

The concrete shall be placed n its final position and rammed, vibrated

and finished within 30 minutes of adding water to cement. Re-

tempering or remixing of partially hardened concrete shall not

permitted. Mixing shall be done only by mechanical mixer

Transporting

The concrete shall be handled from the place of mixing to the final

position as quickly as practicable by methods which will prevent

segregation and loss of ingredients. In no case shall the operation take

more than 15 minutes

Placing

The concrete shall be placed into its final position, compacted and

finished within 30 minutes of mixing the water and before setting

commences. The method of placing shall be such as to avoid

segregation.

Placing shall be done in balanced manner to avoid eccentric loads form

work.

592

Contractor No. of corrections Executive Engineer

As far as practicable the concrete for particular portion shall be done

in one continuous operation. The construction joints when required

shall made only where located on the plans or shown in the pouring

schedule unless otherwise approved by the Engineer. The joint shall be

vertical and shall be made by placing a bulk head at the joint. Before

commencing subsequent concreting, all loose particles, laitance etc.

shall be removed and the surface shall then be covered by thick

cement slurry as part of placement. Care shall be taken during the

placing not to disturb the forms or the reinforcement. Concrete

compacted manually, shall preferably be laid in layers of 51 cm to 20

cm ( about 6“ to 8”) the layers being decided by the time lapse

between the successive layers. The time of laying one layer shall not

exceed 30 minutes. The successive layers shall commence within 30

minutes of laying first layer.

When work is to be resumed on a surface which has hardened, such a

surface shall be roughened and scrubbed with brushes to remove

laitance, care being taken to avoid dislodgment of coarse aggregate,

swept clean thoroughly wetted and covered with 6 mm (about 1”)

thick mortar layer composed of cement ad sand in the same proportion

as the cement and sand in the concrete for securing good bond.

The concrete shall be normally laid in the dry. If the are is under

water, it shall be pumped dry and kept so while placing concrete and

till it sets. Where it is necessary to deposit concrete under water, it

shall be done as per relevant IS code provisions (latest edition). No

extra payment will be made for the special arrangements, plants, etc.

need for the purpose or for the additional 10% cement required to be

added.

593

Contractor No. of corrections Executive Engineer

COMPACTING

The concrete shall be thoroughly compacted during depositing to get a

dense concrete and thoroughly worked into the edges and corners of

the form work as also along its faces and around reinforcement in the

case of RCC by means of suitable tools such as spades and rods to get a

good case finished without honey combing. Concrete shall not

disturbed once it is set. Concrete shall not be disturbed once it is set.

For important or big works where stiffer mix with less slump is

adopted, use of mechanical vibrators is essential. The vibrators shall

have not less than 3600 and preferably about 5000 impulses per minute

and shall be worked at an interval of about 60 cm ( about 2”). It shall

be worked in one place for only such time as will also formation of

dense concrete without sinking and segregation of the coarse

aggregate over vibration shall be avoided.. Vibration shall be added by

spreading and Roding.

Compaction shall necessarily be done by mechanical vibrators. No hand

compaction will be permitted except (I) to supplement vibration near

the edge and faces of forms, to fill the corners completely and to

prevent honey combing or (ii) in members where vibration is not

possible nor desirable in the opinion of the Engineer.

CURING

The contractor shall be initially protected fro damage on account of

impact, undue pressure, excessive head of sub, rains etc. and covered

with wet of stacking Hessians or similar absorbent material soon after

the initial set. After the final set, the concrete shall be kept

continuously wet preferably by pounding water for period of not less

than 14 days from the date of placement . On Sunday, holidays and

days of cessation of work, arrangement shall be made to keep the

concrete continuously watered.

594

Contractor No. of corrections Executive Engineer

Should the contractor fail to water the concrete continuously, the

Engineer may provide labour materials, and equipments required for

watering and recover the costs from the contractor. When atmospheric

temperature exceeds 40°C (104 °F) following precautions should be

taken

1. Stacking aggregate under shade and keeping them moist

2. Using cold water

3. Reduce the time between mixing and placing to the minimum

4. Cooling form work by drinking water

5. Starting curing before concrete dries out

6. Restricting concreting to morning and evenings.

FINISHING

Immediately after the removal of forms and undulations, depressions,

cavities, honey combing broken edges or corners, high spots and other

defects shall be made good and finished with cement mortar 1:2. But

the necessity of such finishing must be exceptional and the total

surface requiring finishing shall not exceed 1% on a average. IF the

initial experience shows that this percentage is exceeded the method

of working itself should be changed to get the required cast finish.

Where the concrete surface is to receive plaster, the surface shall be

roughened immediately after removal of forms and within a day

thereof to secure a bold for the plaster. The rate for concrete is

inclusive of this roughening and finishing. Concrete after finishing shall

be cured for the full period

595

Contractor No. of corrections Executive Engineer

Re-tempering

Concrete shall be mixed only in such quantities as are required for

immediately use and any concrete which has developed initial set shall

not be re-tempered or remixed but shall be destroyed or thrown away.

Item to include

1. All labour all materials, use of equipment, tools and

plant, installing and removal of scaffolding, false work and forms and bracing necessary for the satisfactory completion of the item except reinforcement steel.

2. Providing cement concrete of specified proportion

including transporting, placing and compacting, curing, finishing to the dimension and shape shown on the plans or as ordered by the Engineer.

3. Lead for sand is 150 Kms and aggregate in 15 Kms is

considered for concrete item.

Mode of payment

The concrete shall be measured for its length, breadth and

depth, limiting dimensions to those specified on the plan or as

ordered by the Engineer, No deduction shall be made for

reinforcement in concrete in RCC work, individual dimension

shall be measured correct to the cm. And quantities shall be

worked out correct upto three places of decimals of a cubic

meter.

Item No.21 Sealing expansion joint between two compartment…etc

complete

a) Prepare the edges of the expansion joint with repair

mortar suggested in the specification above.

b) Open out the bituminous sheet inserted into the joint (while casting slab) to a depth of 25mm from surface. Provide backing profile in closed cell polyethylene

596

Contractor No. of corrections Executive Engineer

(typically found in 8-10mm thick black roles used for padding in sofa set work) This works like a bond breaker profile and sealant does not stick to the base.

c) Clean the joint sides thoroughly and apply polysulfide

sealant primer. d) Apply 2 component polysulfide sealant into the joint and

finish smooth (use soap water dipped spatula to finish the joint).

e) Polysulfide sealant recommended is from Choksi

Chemicals, THCHSEAL or equivalent. Mode of payment

The item shall be measured and paid on Rmt. basis.

597

Contractor No. of corrections Executive Engineer

MAHARASHTRA JEEVAN PRADHIKARAN

MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, PANVEL

MAHARASHTRA JEEVAN PRADHIKARAN W.M. DIVISION , AMBERNATH

NAME OF WORK: Augmentation to Ambernath Water Supply

Scheme, Tal. Ambernath, Dist. Thane Construction of C.C. weir at Chikhloli Dam, Designing,

constructing & commissioning 7.20 ML capacity WTP at Chikhloli, lowering, laying and jointing D.I.K-7/K-9 pipes for rising main/gravity main/distribution system, construction of R.C.C. sump and pump house, construction of 8 nos. of RCC ESRs at various places with compound wall, construction of Consumer Redressal Centre with computerization, Railway crossing work, Repairs to Belivali MBR etc. complete

SUB WORK NO.14 :Designing providing and laying 1200mm dia meter M.S.

casing pipe (2 Nos.) across railway line near Ambernath Railway Station by push through method etc. complete

TECHNICAL SPECIFICATIONS

a) THE TECHNIQUE

This is a method of jacking M.S. Casing Pipe through soil mass to form an opening under Railway embankments without significant disruption of the top amenities. The technique itself is completely hydraulically controlled. The reaction at the rear face is taken by a thrust bed. The pipe is headed by a steel cutting shoe which forms the working face and from this the soil is manually excavated and taken away by suitable means. The men working at the face are at all times within the cutting shoe.

b) EQUIPMENT – DRIVING RIG

Essential driving ring is a device which completes the connection between the thrust bed and the pipe which is being jacked. It transfers the jacking force to the pipe and the subsequent reaction to the thrust bed. The simplest form of the driving rig is a group of hydraulic rams fitted to a suitable holder resting against the thrust bed the rams pushing the casing pipe directly. The driving rig is manufactured out of steel section and M.S. Plates commensurate with the work requirement. The shape

598

Contractor No. of corrections Executive Engineer

and size of the rig are guided by the dimensions of the precast unit to be jacked.

c) CASING PIPE

The M.S. Casing Pipe of 1200 mm dia. (ID) 16 mm thick shall be fabricated as per I.S. 3587 from Steel Plates confirming to I.S. 2062. The field welds of Casing Pipe shall be tested cent percent radio graphically as per IS: 1182.

d) DRIVE PIT AND THRUST BED

The drive pit will have a thrust bed made of RCC section to transmit all jacking loads to the soil mass below and behind. The drive pit shall have sufficient area necessary for the jacking operations.

e) DISTURBANCE OF TOP SOIL

The construction of every soft ground tunnel is associated with a change in the state of stress in the ground and with corresponding strain and displacement of the surrounding soil mass. In pipe jacking technique, the cutting shoe will have more or less the same outside dimensions as the soil removed. However, external diameter may be reduced in suitable stages by reducers to minimize the requirement of the jacked force.

However, it has been observed that the soil mass surrounding the pipe section tend to roll along with the precast unit during jacking which may cause some disturbance below the rail tracks. This possible disturbance should not affect the running of the Railways if a ballast packing ganging employed to pack up the underlying ballast from time to time to maintain the rail level curing jacking operation. The cost of the ballast packing operation will be borne by the contractor. The accuracy of pushing will be of the order of + 15 cm out of alignment anywhere within the total drive.

I) GENERAL

1) DESCRIPTION OF WORK INVOLVED IN THIS TENDER

It is proposed to cross the railway track below the embankment by using the casing pipe of 1200 mm. dia. M.S. Pipe (16 mm. thick) by pushing/ jacking method and lowering, laying of 300 & 350 mm. dia. M.S. Carrier Pipe into the casing pipe using spacer blocks near Ambernath Railway Station. The work will be

599

Contractor No. of corrections Executive Engineer

carried out without disturbing the railway track, i.e. embankment and as per the notes given on the sanctioned drawing by railway authority.

2) CONTRACTORS EQUIPMENT

The Contractors rate for this work shall include carrying out all operation required for pushing and lowering, laying of the casing and carrier pipe.

3) CLIMATIC CONDITION0S

The condition under which work is to be carried out are known to vary throughout the year. They can be arduous with excess dust, heat, rainfall and humidity. Irrespective of the actual climatic conditions that may prevail during the execution of the work, the work shall be completed within stipulated time limit.

4) LOCATION AND EXPANCE OF WORK AND ACCESSIBILITY

The site of work is near Ambernath Railway Station.

The Contractor is expected to inspect the location of the site, judge the accessibility from the point of view of working facility for transport of men, machine and materials before tender is filled. For any deficiency in this facility the Contractor shall have to base his offer. Nothing extra than the acceptable rates shall be payable on account of non-accessibility to the site.

5) LOCATIONS

The site is located near Ambernath Railway Station.

6) SCOPE OF THE WORK

a) Providing, lowering and jointing the casing pipe of 1200 mm.

dia. M.S. pipe by pushing/ jacking method under the railway

track and carrier pipe of 300 & 350 mm. dia. M.S. pipe into the

casing pipe using high density polyethylene spacer blocks, etc.

and necessary all required arrangements.

600

Contractor No. of corrections Executive Engineer

7) PROGRAMME OF WORK

The contractor shall collect the details of the extent of work before submitting of offer and after awarding the work, they should be started immediately as per work plan.

8) POWER

The contractor shall have to make available electrical power for his works (power and lighting) from concerned authorities at his cost and pay energy and other charges, if any, to the concerned authority. The Maharashtra Jeevan Pradhikaran may on request by the contractor render necessary assistance as is possible, but without any financial and contractual obligations.

9) WATER

The Contractor shall have to make his own arrangement for water supply both construction and for drinking water to labourers and the contractor shall have to make his own arrangements to take water during his work.

10) SITE CLEANUP

During the course of work the contractor shall keep the site of work clean and neat. As the work progresses, the contractor should clear away and remove from the site construction plant, surplus material, rubbish and temporary works of any kind and leave whole of the site as in original condition to the satisfaction of the Engineer. Wastage and rubbish shall be disposed off to the satisfaction of the Engineer.

11) APPROVAL TO THE MATERIALS

The term materials shall mean all materials, goods and articles of every kind whether raw, processed and manufactured which will be used by the contractor on this work. All materials shall be fresh and of the kinds and quantities prescribed below and shall be of approved quality. Material shall be transported handled and stored in such a manner as to prevent deterioration, damages or contamination. All materials furnished by the contractor shall be subject to inspection and approval by the Engineer shall be immediately removed from the work site entirely at the cost of the Contractor.

601

Contractor No. of corrections Executive Engineer

12) SPECIAL CONDITION/ CLAUSE

The work under this contract is to be taken up with the help of Central Railway as supervising authority provisions of the Clause/ Conditions as below:

For supervising/ monitoring works under this contract, the contractor shall be liable to execute the work under the supervision of Central Railway. All decisions regarding the work in such case, shall be taken by the Central Railway on behalf of MJP and will be binding on the Contractors.

In such case the contractor will have to sign the agreement between the MJP and the C.R. in token of acceptance of the W.R. as the Sole Supervisor of the works under the agreement.

602

Contractor No. of corrections Executive Engineer

DETAILED ITEMWISE SPECIFICATIONS

Item No.1 – Pushing of 1200mm dia meter, 16mm thick M.S. Pipes for 300

& 350, 10mm thick carrier pipe by machine boring / pipe jack across railway line etc. complete.

To execute the complete work of laying 1200mm dia meter, 16mm thick M.S.

pipe underground & across Railway Track by boring method at location near

Ambernath Railway Station.

More details are given in approved drawing by Railway Department

BRIEF DESCRIPTION OF THE WORK SHALL BE AS FOLLOWS:

1. The steel casing pipe should be laid underground, generally with cover

upto 2.5 mtrs. (minimum cover normally not less than 1.5mtrs.) The

cover means the vertical distance between the bottom of railway track

and top tangent of the casing pipe or the vertical distance between the

top of the concrete road and top tangent of the casing pipe, as

directed by MJP / Concerned Authority. Even though a set up drawings

showing location of crossings are enclosed herewith. It will be the

responsibility of the contractor to carry out the detailed survey of soil

strata and identify all the underground utilities along the casing pipe

line route and lay casing pipe in any type of soil including rocks,

boulders etc. with clear distance of 20 cm. From any other utility

unless any deviation is approved by MJP. The location may also change

as per approval of the concerned authority.

2. Work site should be properly barricaded with provision of warning

signals/ lamps at night.

3. Suitable launching and Receiving pit shall be excavated with provision

of proper shoring and dewatering. Excavated soil shall be temporarily

transferred to safe place to be brought back after successful

completion of work as per requirement of railways / MJP.

603

Contractor No. of corrections Executive Engineer

4. Marking and finalization of alignment of casing pipe by survey

equipment. Providing and fixing casing pipes guide tracks inside

the pit wherever applicable.

5. Transportation of casing pipes to site.

6. Sand blasting, cleaning and painting of casing pipes inside as

well as outside by Berger Protecto Mastic 250 microns DFT min,

as per Railway’s Specification. Carrying out edge preparation,

joint fit up and welding. Welding of casing pipes shall be

carried out by welder qualified by Welding consumable and

equipments like welding machine grinding machine etc. shall be

supplied by contractors.

7. Pushing the underground casing pipe across the railway track by

pipe ramming / boring method with the slope as per API 1102.

The supply of all tools, tackles etc. is in the scope of the

contractor.

8. 100% cleaning of casing pipes after the completion of ramming/

boring/ jack pushing work, providing of suitable plastic end

covers at both the ends of casing pipes.

9. Back filling of the pits completely shall be done in layers by the

earth, slowly and progressively removing shoring and strutting

arrangement and cleaning the site of all debris and materials

and restoration of site to original condition.

10. Contractor shall be responsible for obtaining day to day

permissions/ clearances from Railways and to do the follow up

job with them to ensure compliance.

11. The quantities indicated are tentative only and there could be

some variation both plus OR minus. However, payment shall be

made as per actual work. Contractor shall not have any claim of

604

Contractor No. of corrections Executive Engineer

whatsoever nature in this respect at the end of contract period.

The price quoted by the bidder shall be firm and remain valid

for the entire tenure of the contract. The mobilization shall be

done to synchronies with permission / NOC from the concerned

authority. The agency shall keep track on the progress of the

matter.

SCOPE OF MATERIAL SUPPLY:

1. All the material will be supplied by contractor.

2. The contractor shall be required to take insurance cover.

TIME OF COMPLETION.

All the work as per the scope detailed as above shall be completed with 8 weeks time.

Mode of payment

The item shall be measured and paid on Rmt. basis.

Item No.2 – Manufacturing, providing and supplying spirally welded / ERW /

SAW /fabricated M.S. Pipes etc. complete.

1. Pipes to be supplied under this contract shall conform to IS:3589,

5504:2001, Indian Standard for Electric Spirally Welded steel pipes for

water, gas and sewage (subject to specific requirements given below).

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. The supply of M.S. pipes is for Railway Crossing Work

Location

The destination will be along the work sites on portion along the

alignment or as per directives of the Engineer-in-charge.

605

Contractor No. of corrections Executive Engineer

Specific Requirements

a) Details of Supply Inner dia 300,350 mm dia & 1200 mm dia Thickness10 mm & 16 mm

Chemical Composition (Ladled Analysis)

(In case of non-availability of ladled analysis the finished product will be

checked to verify the chemical composition)

Length of each pipe

6 to 10 M, No. pipe less than 6 M length will be accepted. Width of Plate used for pipes

The width of plate used for fabrication of M.S. pipes whether spirally

welded or otherwise shall not be less than 1.50 M. The number of

longitudinal weld shall not exceed one per drum. The thickness of M.S.

pipes shall be measured by ultrasonic gauge and no negative tolerance

in thickness shall be accepted.

Pipe Ends

Beveled from outside upto dia of 711 mm and for above 711 mm dia

Beveled at both ends from inside.

I.S. Code

IS:3589:2001, IS:5504:2001, Fe. 410 MP, A Grade Steel

No. Element Chemical Composition (Ladled Analysis) 1 C Max 0.25 2 P Max 0.055 3 S Max 0.055

606

Contractor No. of corrections Executive Engineer

Method of Manufacture

a) Electrical resistance welded and Induction welded ERW

b) Electric Fusion (Arc) welded EFW

Applicable Standards (with Latest Edition) Submerged are welded SAW

c) IS:3589, IS:5504:2001, Specification for electrically welded steel

pipes for water gas and sewerage. Arc welding of carbon and

carbon manganese steels, steel (Standard Quality).

d) IS:2062:1980, Structural steel (fusion welding quality)

e) IS:4711:1984, methods of sampling of steel pipes, tubes and

fittings.

f) IS:1894:1972, method of tensile testing of steel tubes.

g) IS:5822:1994, Code of Practice for laying and jointing M.S. pipes

h) IS:228:1994, IS:1608:1995, IS:2328:1983, IS:3803:1989 Inspection

Inspection of MS pipe is divided in 2 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.

607

Contractor No. of corrections Executive Engineer

Inspection of ready built pipes.

This consists of,

a) Visual inspection

b) Dimensional check

c) Hydraulic tests for pressure

d) Mechanical tests

i) Tensile test

ii) Flattening test (for ERW pipes only)

i) Guided bend test (for EFW pipes only)

Testing and Acceptance Criteria

Visual Inspection

All pipes shall be clean 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 Dimensions such as I.D. and thickness shall conform to the requirement

of order and applicable specifications. The tolerances are as under.

Out side diameter

Pipe body : The tolerance shall be as under.

Nominal size Tolerance

Upto 1000 mm dia + 0.75%

Above 1000 mm dia + 1.00%

Pipe ends

608

Contractor No. of corrections Executive Engineer

The tolerance on O.D. for distance of 100 mm from the end of the pipe

shall be as below.

Upto and including 250 mm + 1.6 mm

- 0.4 mm + 2.4 mm

Over 250 mm - 0.8 mm

Thickness

Though it is specified in IS:3589:2001 no negative tolerance in

thickness shall be entertained. Only positive tolerance shall be

accepted.

Straightness

Finished pipe shall not deviate from straightness by more than 0.2% of

the total length or 6 mm which is lower.

Hydraulic pressure test

Each pipe shall be hydraulically tested at manufacturer's works. The

hydraulic test pressure is calculated from the formula given below.

P = 2st D Where, P = Test pressure in MPa

S = Stress in Mpa which is taken as 40% of the specified minimum tensile strength.

T = Specified thickness in mm D = Specified outside diameter in mm

Mechanical Test

Sampling

The procedure for sampling of pipes for various tests and criteria for

conformity shall be as given in IS:4711-1974.

609

Contractor No. of corrections Executive Engineer

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 of which should normally be more

than or equal to ultimate tensile of parent metal. However, the

minimum mechanical properties for pipes as per IS:3589-2001 should

be as under.

Steel Grade

(Fe) Tensile Strength (Minimum Mpa)

Percentage

410 410 18

Flattening Test (for ERW/SAW pipes)

A ring not less than 40 mm length taken from one end of each selected

pipe shall be flattened between 2 parallel plates. The test shall be

taken by keeping the weld at 90o 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 66% 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 33% of original O.D.

The approved pipes are stamped on one end for identification by

inspecting authority.

Guided Bend Test (For EFW / SAW Pipes)

Strips 40 mm wide cut circumferentially from pipes or from coupons

plates attached to the welded with the pipes with weld in the middle

off the sample are taken for carrying out one face bend and one rood

bend. These are bent approx. 180o in a jig. The specimen shall not

fracture completely. Cracks 6.35 mm or less in length at the edge of

specimen of 3.18 mm or less in length in the center of the specimen

610

Contractor No. of corrections Executive Engineer

shall be disregarded. Any crack greater than 3.18 mm in length and

regardless of depth located within the weld metal is a cause for

rejection. Any pop-out greater than 3.18 mm in length (6.35 mm at the

edge) and 12.5% or less of the specified wall thickness in depth and

located in parent metal, the heat affected zone, or the fusion line

shall not be the cause for rejection. If the fracture or crack in the

specimen is caused by a defect or flow that specimen may be

discarded and a new specimen submitted.

Steel's tensile requirements

Standard IS:3589-2001, Fe-410 Mpa grade steel Ultimate Tensile Strength 410 Mpa Yield Stress 2600 Kg/Sqcm

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.

Allowable Stress to be used.

Particulars IS:3589-2001 Specification Pipes

Specified minimum yield stress 2600 Kg/Sqcm For combined bending and direct compression for design test pressure without considering surge (i.e. for 1.5 times working pressure only)

1300 Kg/Sqcm

For combined bending and direct tension for design test pressure without considering surge. (i.e. for 1.5 times working pressure only)

560 Kg/Sqcm

For design pressure considering sum of working and surge pressure.

1950 Kg/Sqcm

611

Contractor No. of corrections Executive Engineer

In the event of conflict between the clauses mentioned herein and

relevant IS codes, provisions of the above specification shall prevail

over.

Condition of Supply

The pipes shall be supplied with one coat of red oxide as per relevant

IS, internally and externally.

Marking

Each pipe shall be painted with following details at center (outside) of

pipe.

M.J.P. I.D. 300 mm, 350 mm & 1200mm Thickness 10 mm & 16 mm Pipe No. Tested on Manufactured by

Oxide Paint

a) Composition

The ready mixed paint for the base coat shall have red oxide

base and the composition of mixed paint shall be as follows.

1 Mixed pigment dry

Should be 55 + 2%

2 Volatile Not more than 5% 3 Dryers These may added when necessary in order than

the paint may confirm to the requirements. Such dryers shall not contain volatile matter other than turpentine or white spirit. Resonate dryer shall not be used but the dryer should be linolest or naphenate.

4 Linseed Oil a. Volatize b. Dryers c. Linseed Oil

The remainder Not less than 10% These shall be linolate or naphenate. Shall not contain volatile matter other than turpentine or white spirit. Resin-ate dryers shall not be used. The Remainder

612

Contractor No. of corrections Executive Engineer

Pigment

The pigment shall contain not less than 50% of white lead and 40% of

graphite as per IS:1950, the balance being barites (pure graphite being

24% minimum).

Linseed Oil

The linseed oil shall be genuine quality, prepared from linseed free

from turbidity, sediment and un-dissolved in water.

It shall have specific gravity of 0.981 to 0.942 at 30o. It shall be of such

quality as get dry within 8 hours and from a film free form stick-ness.

Thinners

The thinners used shall either be turpentine or white spirit of standard

quality.

Weight

The weight of one liter of paint shall not be less than 1.2 Kg and not

more than 1.5 Kg.

Colour

According to Indian Standard Specifications, Shade no. 671. Remaining Clauses shall be as per the General Specifications as stated

above.

Pigment

The Red Oxide paint shall contain not less than 70% of Ferric Oxide

(Fe2O3) and shall be free from acids, water soluble iron slots and

impurities.

613

Contractor No. of corrections Executive Engineer

Thinners

The thinners used shall either be turpentine or white spirit of standard

quality.

Weight

The minimum weight in 10 Kg/liter of paint, shall be 15.5 Kg within 3%.

Testing of Red Oxide of Iron Paint

The paint shall conform to the above specification, one sample from

each consignment of paint consisting of 50 drums or less, shall be

taken by the Engineer-in-charge and got tested in an approved

laboratory. If the test is satisfactory, the consignment shall be passed

for use. If it fails, two more samples from two separate drums shall be

taken for test and the consignment shall be accepted for use provided

both the samples are found satisfactory. In case one or both the latter

two samples fails in the test, the whole consignments of the paint shall

be rejected and the contractor shall remove the sane from his works

within three days of such intimation from the Engineer-in-charge. The

entire cost in connection with testing of all the samples of paints,

whether satisfactory or otherwise shall be borne by the contractor.

Mode of Payment of Providing M.S. Pipes

85% immediately, after providing of pipes on site with third party

inspection report

10% immediately, after lowering, laying and jointing of pipes

5% of the amount after satisfactory hydraulic testing of the pipe

line is given..

614

Contractor No. of corrections Executive Engineer

After laying the entire pipeline, if there is any surplus pipes

which are decided to be retained by the M.J.P., the 100% of the

rate of supply shall be payable after stacking properly in the

M.J.P’s store within the project area.

Item No.3 – Providing & supplying ISI mark D.I. flanged, S & S specials etc.

complete

Item shall be carried out as per Detailed Specification of Item No.1 of Sub Work No.7

Item No.4 – Supplying of C.I. mechanical Collar Coupling (Jiffy Joint) etc.

complete

Item shall be carried out as per Detailed Specification of Item No.4 of Sub Work No.7

Item No.5 – Excavation for foundation / pipe trenches in average all types

of strata of earth, soils etc. complete.

Item shall be carried out as per Detailed Specification of Item No.6 of Sub Work No.7

Item No.6 – Filling in plinth and floors murum bedding in trenches etc.

complete.

Item shall be carried out as per Detailed Specification of Item No.7 of Sub Work No.7

Item No.7 – Refilling the trenches etc. complete.

Item shall be carried out as per Detailed Specification of Item No.8 of Sub Work No.7

Item No.8 Providing & laying in situ cement concrete M-150 etc. complete.

Item shall be carried out as per Detailed Specification of Item No.9 of Sub Work No.7

Item No.9 – Providing and casting in situ cement concrete of RCC work in

M-200 etc. complete.

615

Contractor No. of corrections Executive Engineer

Item shall be carried out as per Detailed Specification of Item No.20 of Sub Work No.13

Item No.10 – Providing & fixing in position steel bar reinforcement etc.

complete.

Item shall be carried out as per Detailed Specification of Item No.5 of Sub Work No.1

Item No.11 – Lowering, laying and jointing D.I. Pipes etc. complete

Item shall be carried out as per Detailed Specification of Item No.10 of Sub Work No.7

Item No.12 – Lowering, laying in position to correct line UNDER GROUND PIPE LAYING

(Bare M.S. Pipeline and Gunitted Pipes/outside coated pipes). GENERAL :

Underground pipe laying under this contract shall be done for

pipeline to be laid along State Highway and major District road

residential zone through village, town or crossing of the roads or cart

track for portion along nalla bank and also 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. The Engineer, at his

discretion, may change the alignment and/or levels depending on

the site conditions. The minimum cover under roadway etc. where

traffic is expected over the pipeline shall be 120 cm as specified in

IS:5822. The minimum cover for pipeline along the major district

road and State Highway shall generally be 1.0 m, where traffic is not

expected over the pipeline.

Pipes and specials to be laid underground shall be provided either

with C.M. gunitting Coaltar wrapping or cement concrete encasing as

616

Contractor No. of corrections Executive Engineer

specified separately as per requirement. Care shall be taken to see

that while handling these pipes, the pipe and gunitted portion is not

damaged. The rate for lowering and laying gunitted pipes/bare pipes

as specified in the relevant item of Schedule 'B' of respective Sub-

Works, includes all expenses on account of 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 requires 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 permission of Engineer-in-Charge. The pipes shall be

lowered 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 on account of 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 3 mm.

Marginal cutting and grinding shall be done if found necessary, for

which no extra payment shall be made. There shall be no lateral

displacement between pipe faces to be jointed.

When the pipe is properly assembled and checked by Engineer-in-

Charge for correct line and level, it shall be firmly supported on

wooden beams and wedges and then tack welded.

617

Contractor No. of corrections Executive Engineer

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.

MEASUREMENT AND PAYMENT :

The laying shall be measured as per linear meter of pipeline/specials,

like bends, tapers, distance pieces etc. laid measured along the center

line on top of the pipe, and paid for under measurement. The rate

shall include supply of all labour, materials, machinery for laying the

pipes below ground including local handling with all lead 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 and Rates.

NOTE : No extra payment for transportation of bare or gunited

M.S. pipes including loading, unloading and carting is admissible if the pipes are required to be stacked at more than 500 M from the pipeline alignment, due to site condition. Before quoting offer, contractor shall verify the site condition. However, 10% amount will be withheld till satisfactory hydraulic testing is given.

SPECIAL PRECAUTIONS FOR MAINTAINING CIRCULAR SHAPE OF PIPE

Special attention of the tenderer is drawn to the fact that the

proposed pipeline may be provided with cement mortar lining. It is

therefore very necessary that the circular shape of the pipes is

maintained till these pipes are mortar lined. The contractor shall

provide adjustable steel struts of the approved design for this

purpose. Minimum three sets of struts shall be provided per pipe

length of 6 meter. They shall be retained till complete refilling is

done and properly consolidated or till concrete encasing is set. Any

618

Contractor No. of corrections Executive Engineer

diametric variation beyond + 2% shall have to be rectified by

the contractor at his cost, which may include, removing the section of

the pipeline and relaying it along with all other ancillary operations.

Providing required number of adjustable struts and all other operations

involved as above shall be deemed to have been included in the item

of gunitting and laying and no separate payment on this account will

be admissible.

Item No.13 –Providing and supplying ISI standard M.S. specials….etc

complete Item shall be carried out as per Detailed Specification of Item No.11 of

Sub Work No.1 Item No.14 –Gas cutting either square cut or V cut pipes etc. complete.

GENERAL

Gas cutting of M.S. Pipes may require to be adopted on site for

fabrication of bends on site or for preparing distance pieces, straps

etc. and for cutting holes in pieces for manholes, branches scour

valves, Air Valves and other appurtenances and temporary manholes

for cleaning welding etc..

After gas cutting the edges shall be made smooth and even so as to

remove all the equalities ends of the pipe shall have ‘V’ edge from in

side.

MEASUREMENT AND PAYMENT

Gas cutting shall be measure in linear meters of gas cutting done and

shall be paid for in this item and rates shall include all labour materials

and machinery for gas cutting irrespective of any circumstances, shall

619

Contractor No. of corrections Executive Engineer

ancillary preparation and including chamfering the ends to form ‘V’

edges.

NOTE : For preparing M.S. specials from bare pipes supplied by agency, payment for gas cutting will not be made under this item. 10% amount will be withheld till satisfactory testing is given.

Item No.15 – Welding in all position with required Nos. of runs for M.S.

Pipes etc.

GENERAL

Before aligning, assembling and welding the pipe faces shall be

cleared by scraping with wire brushes or by any other method

approved by the Engineer.

Welding of pipes in field shall conform to ISS:816-1969 (code of

practice for use of metal are welding for general construction in

Mild Steel). In case of variance, specifications hereunder shall

have precedence.

Welders shall be experienced and approved by the Engineer-in -

Charge to do the welding at the locations welding shall not be

allowed to be done by helpers. Contractor shall remove such of the

welders from the job, whose work is not found to be satisfactory.

The Engineer may ask them to do test welding before approving

their employment on the job.

The contractor shall keep record of the welding for each

circumferential joint. It shall contain the name of the Welder,

Operator and Date of Completion of such run of internal and external

welding.

GAUSING AND CHIPPING

M.S. Pipes of diameter larger than 1016 mm shall be welded with

two number of runs from inside and a sealing run from outside.

620

Contractor No. of corrections Executive Engineer

External sealing run shall be done only after internal welding is

completed. Before starting the external welding the weld material in

the joint shall be cleaned by clipping out loose scales. Gausing shall

be done before rectification of any defective welding wherever

necessary and as directed by the Engineer.

Gausing or chipping shall not be paid for separately and the rate for

welding shall be deemed to include the cost of gausing.

ELECTRODES

Welding electrodes to be used for welding in this contract shall

conform the Indian Standard Specifications ISS:814- 1971

(Specifications for covered electrodes for metal are welding of

Mild Steel).

The contractor shall use of Advani and Premium Co. electrodes

depending on the thickness of the plates to be welded and the type

of joint. The contractor shall also use standard current and A.C.

voltage required for the machine as per manufacturer's directions.

TYPES OF WELDED JOINTS

The circumferential joints of the pipes shall be butt welded with

required number of runs externally and internally.

All fillet welds shall have a throat thickness not less than 0.7.times the

thickness of the pipe to be welded.

WELDING PROCEDURE

All parts of pipes, specials, etc. shall have all loose scale, slag, rust,

paint and any other foreign material shall be removed with wire brush

621

Contractor No. of corrections Executive Engineer

and left clean and dry. All scale and slag shall be removed from each

run of weld when that run is completed.

Openings in the form of manholes in the laid pipeline at suitable

distance of access for the work of cleaning, repairs etc. Such

manholes, as far as possible, shall be provided on sides of the pipe

line and cutting manholes at the crown shall be strictly avoided.

Patch Plates for plugging the above manholes shall be cut from a

separate pipe of the same diameter. Edges of the patch plate shall be

properly shaped and shall be inserted in the opening leaving a gap of 3

to 4 mm and tacked. Welding of patch plate shall be done in

segments in a proper sequence conforming to Indian Standard

Specifications IS:623

TESTING OF WELDED JOINTS

Welded joints shall be tested in accordance with procedure laid

down in Indian Standard Specifications (IS:3600, Part I-1985 of

procedure for Testing Fusion welded joints and weld metals in steel).

At least one test specimen shall be taken out for testing for every

fifty field joints done. Test pieces shall be taken out from the places

pointed out by the Engineer. These shall be machined and tested as

early as possible.

The shape of the test pieces removed for testing shall be such that it

shall give the specimen of the required dimensions with the weld in

the middle of the specimen and at the same time leave the holes in

the pipe with rounded corner. This hole shall be patched with a plate

of suitable size cut from a separate pipe of same diameter. It must

ensure good butt weld.

622

Contractor No. of corrections Executive Engineer

Welded joints shall be checked by Radiography test for each and every

pipe. The expenses for this shall bear by the contractor.

TENSILE TEST

The test specimen taken perpendicularly across the weld shall be

shaped in accordance with Indian Standard Specification IS:223. The

tension test specimen shall be machined. The protruding welded

portion from inside as well as outside shall be removed by machining

before the specimen is tested.

If the specimen shows defective machining or develops flaws not

associated with welding. It shall be discarded and another specimen

substituted. The welded joint shall show a strength not less than the

minimum tensile strength for the plate in accordance with IS:2026.

BEND TEST

Bend Test specimen shall also be prepared in the same fashion as

the tensile test specimen. The specimen shall stand being bent cold

180o around a pin that has a diameter equal to 4.5 times the plate

thickness. Without developing cracks. For this test face

representing inside of the pipe shall be placed next to the pin.

TRE-PANNED PLUGS

Tre-panned plugs shall be taken out from any welded portion out by

the Engineer. These plugs shall not show any defect in welding such as

inclusion of slag, blow slowly filled with clean water by opening cross

connection with the existing mains or otherwise by pumping water into

the line (Water and pumping arrangement is to be arranged by the

contractor) AS DIRECTED and all air shall be expelled from the pipeline

through hydrants, air valves and blow offs fixed on the pipeline. Once

the pipeline is full the cross section or pumping shall be closed. The

623

Contractor No. of corrections Executive Engineer

pressure in the pipe line should then be raised in stages and built up

and maintained by means of suitable approved pumps to the specified

test pressure based on the elevation of the lowest point on the line or

section under test.

The test pressure shall be as the specified in IS:5822:1994. Before

starting the pressure test, the expansion joints shall be tightened, the

pressure shall be maintained for a least 24 hours. The drop in pressure

shall not exceed 0.7 Kg/Sqcm within a period of 2 hours, after the full

test pressure is built-up. Under this pressure no lead or sweating shall

be visible at the welded joints. During the test, the pipe line shall be

struck sharp blow with 1.5 Kg hammer. Water shall not spot, ooze or

sweat through any part. In case of any leak observed anywhere in the

field joints, whether welded or bolted, the same shall be repaired,

welded entirely at the contractor’s cost with re-gunitting etc. The

repaired joints shall be subjected to retest. No section shall be

accepted unless it is perfectly water tight.

The entire cost of testing, retesting, including cost of water shall be

paid under relevant item of Bill of Quantities. The contractor shall

make all the arrangements for all labour, pumps, pressure gauge,

equipments, etc. The gauges should be got tested if insisted by the

Engineer-in-charge. The contractor shall arrange for labour required

for operating air valves, scour valves, etc. complete.

The hydraulic testing of the water main will be carried out for entire

length as directed by Engineer-in-Charge. If any leakages are

observed even during defects liability period due to defective

workmanship, the same shall be rectified immediately. The charges of

repairs if done departmentally will be recovered from the amount of

retention money. Repairs on live water mains are to be carried out

immediately to avoid wastage of water and other problems such as

624

Contractor No. of corrections Executive Engineer

disruption of water supply and traffic etc. In view of this, it will be

very difficult to give prior intimation to concerned contractor. As

such the cost of repairs, being the expenditure will be recovered

from the contractor's retention money withheld in deposit without

giving any prior intimation. The contractor will not challenge or claim

any extra for such action on the part of the Department. The plug

shall be 12 mm in diameter in the pipe shall either be filled back by

inserting 1 steel stud and welding around or threading the hole and

providing suitable G.I. plug. This test shall be done only if considered

necessary by the Engineer-in-Charge.

PROCEDURE OF FAILURE OF TEST SPECIMEN

If the test fails in either tensile or bend test or in both, two

additional test specimen shall be taken out from the section and shall

be tested for tensile and bend tests. If any one of them fails,

extensive Gausing and rewelding shall be done for the welded joints

in that section to the full satisfaction of the Engineer. However, if

both the samples give satisfactory results, the joint from which the

original sample was taken and had failed shall be repaired to the

satisfaction of the Engineer by Gausing and welding etc. at

contractor's cost.

Welder who has done the welding of the joint that has failed shall

be solely held responsible for bad workmanship and failure. Since

all other factors like electrodes, current, arc voltage etc. are

already controlled, on negligence on the part of the welder only is

responsible for such failure. For first such failure the welder shall be

warned and if the welded joint done by him fails for the second

time, he shall be removed from the job.

625

Contractor No. of corrections Executive Engineer

MEASUREMENT AND PAYMENT

Welding shall be paid in linear meter of welding done including the

required number of runs. The welding shall be paid for in the relevant

item of welding butt joint or lap joint in respective items in the Bill of

Quantities and Rates. The rate shall include providing all labour,

material and welding machinery including all ancillary preparations

and testing, repairing, retesting, Gausing etc. complete in all

positions and circumstances prevailing on site. No extra payment on

any account whatsoever may be admissible to contractor. 10% of the

amount under this item will be withheld till the satisfactory hydraulic

testing is given.

NOTE : For preparing specials from pipe, welding payment under this item will not be made.

Item No.17 – Providing & applying HDPE coating for M.S. pipe internally as

well as externally etc. complete.

The item includes providing & applying externally and internally HDPE

coating to the M.S. pipes as per CSA Z245.21 system B2. The M.S. pipes

prior to coating shall be cleaned by compressed air. The pipes shall be

free from dust, oil grease & moisture prior to application of coating.

The three layer HDPE coating system shall comprise of a powder epoxy

primer, a powdered grafted polymeric adhesive and a powdered

polyethylene top coat. Coating materials shall be suitable for the

service conditions and the pipe size involved. The coating martial i.e.

epoxy powder, adhesive and polyethylene compound shall have proven

compatibility. The top coat of polyethylene used shall be a black

readymade compound, fully stabilized against influence of ultraviolet

reaction (i.e. sunlight), oxygen in air and heat (due to environmental

temperature). No appreciable changes shall occur during exposure to

such environments upto at least a period of 6 months. The item

626

Contractor No. of corrections Executive Engineer

includes cost of loading, unloading & handling of pipes at factory etc.

completed as directed by Engineer-in-Charge.

All coated pipes shall be 100% electrically inspected by high voltage.

The test for the bonding of 3 LPE coating to steel pipe should be bond

test as per ASTMD 4541. Reasonable care shall be exercised with

coated pipe to ensure the integrity of the coating prior to installation.

End hooks (aluminum), brass / padded with non-metallic slings or

padded clips shall be used while loading, unloading & handling the

pipes. The storage area shall be free from rocks, stones, sticks & other

protrusion & shall be well drained 3 layer polyethylene coated pipes

may be stored outside for a period of maximum six months only. The 3

LPE coated steel pipes are intended to be laid underground only.

Mode of payment

The item shall be measured and paid on Sqmt. basis.

Item No.18 – Providing & fixing in position C.I. Air Valves etc. complete.

Item shall be carried out as per Detailed Specification of Item No.5 of Sub Work No.4

Item No.19 Providing & supplying double flanges sluice valve etc. complete

Item shall be carried out as per Detailed Specification of Item No.3 of Sub Work No.7

Item No.20 – Lowering, laying and jointing in position CI double flanged

sluice valve etc. complete.

Item shall be carried out as per Detailed Specification of Item No.11 of Sub Work No.7

Item No.21 – Providing & constructing BB masonary valve chamber etc.

complete.

627

Contractor No. of corrections Executive Engineer

Item shall be carried out as per Detailed Specification of Item No.12 of Sub Work No.7

Item No.22 – Lowering, laying in position M.S. specials etc. complete

The tender item covers lowering, laying & jointing M.S. Specials as per requirement and as directed by the Engineer-in-Charge. The cost of conveyance of these materials from place of the site of work is also included in the tender item.

Mode of payment

The item shall be measured and paid on Rmt. basis. Dimension shall be

measured correct to two decimal meter. The 15% payment shall be

with held for till satisfactory hydraulic testing is given.

Item No.23 – Hydraulic testing of M.S. pipe line etc. complete.

After the work of laying pipeline is completed and before it is

commissioned, the pipeline shall be tested prior to painting in the

field both for its strength and leakage in the following manner.

NOTE

Whether stated specifically elsewhere or not, the testing in section of 0.5 to 1 km shall have to be completed within 3 months of laying and jointing. Delay in testing will be subject to a fine at 5% of the cost of the testing item for delay of every month or part thereof.

The pipeline laid length will be divided into sections specified by

Engineer-in-Charge. The contractor shall recheck pipe and valves for

cleanliness and shall recheck operations of the valves. The open ends

of the pipeline or sections thereof shall normally be stopped off

by blank flanges or cap ends additionally secured where necessary by

temporary struts and wedges. All anchor and thrust blocks must have

been completed and all pipe straps and other devices intended to

prevent movement of pipe must have been securely fastened.

628

Contractor No. of corrections Executive Engineer

The contractor shall clean out the whole pipeline and flush it with

water, so as to remove dust, dirt and any foreign matter laying in the

pipeline. No separate payment for the work of cleaning will be made

and the rates under various items of work include thereof.

Each valve section of the pipeline shall be subjected to hydraulic test

in section. For this test, the pipe shall be slowly filled with clean

water by pumping water into the line (water and pumping

arrangement is to be arranged by contractor) as directed and all

air shall be expelled from the pipeline through hydrants, air valves

and blow off fixed on the pipeline. Once the pipe is full, the cross

connection or pumping shall be closed. The pressure in the pipeline

should then be raised in stages and built up and maintained by means

of suitable approved pumps, to the specified test pressure based on

the elevation of the lowest point on the line or section under test.

The test pressure shall be not less than 15.00 kg/cm2 test pressure,

or 1.5 times the working pressure, whichever is higher. Before

starting the pressure test, the expansion joint shall be tightened, the

test pressure shall be maintained for at least 24 hours. The drop in

pressure shall not exceed 0.7 kg/cm2 within a period of 2 hours

after the full test pressure is built-up. Under this pressure no leak or

sweating shall be visible at the welded joints. During the test, the

pipe shall be struck sharp blows with 1.5 kg hammer. Water shall

not spout, ooze or sweat through any part. In case of any leak

observed anywhere in the field joints whether welded or bolted, the

same shall be repaired entirely at the contractor's cost which shall

include repairs to welding and regunitting etc. The repaired joint shall

be subjected to retest. No section shall be accepted unless it is

perfectly watertight.

629

Contractor No. of corrections Executive Engineer

The entire cost of testing, retesting including cost of water taken

together shall be paid under relevant item of Bill of Quantities. The

contractor shall make all the arrangements for all labour, pumps,

pressure gauge equipment etc. The gauges should be got tested if

insisted by the Engineer-in-Charge. The contractor shall arrange for

labour required for operating air valves, scour valves etc. Any labour of

Corporation employed for the above activities of the test other

than supervision shall be charged to the contractor as per rules.

The hydraulic testing of the water main will be carried out for entire

length as directed by Engineer-in-Charge. If any leakages are

observed even during defects liability period due to defective

workmanship, the same shall be rectified immediately. The charges of

repairs if done departmentally will be recovered from the amount of

retention money. Repairs on live water mains are to be carried out

immediately to avoid wastage of water and other problems such as

disruption of water supply and traffic etc. In view of this, it will be

very difficult to give prior intimation to concerned contractor. As

such the cost of repairs, being the expenditure will be recovered

from the contractor's retention money withheld in deposit without

giving any prior intimation. The contractor will not challenge or claim

any extra for such action on the part of the Department.

Mode of payment

The item shall be measured and paid on Km. basis. Item No.24 Providing and fixing in position spacers at 3 M c/c etc.

complete.

The item includes of providing and fixing HDPE Spacers between

casing pipe and carrier pipes at 3 mtrs. c/c as per approved drawing

and as directed by Engineer in charge.

630

Contractor No. of corrections Executive Engineer

Mode of payment The item shall be measured and paid on Per Number basis. Item No.25 – Providing second class burnt brick masonary in c.m. 1:6 in

superstructure etc.complete.

The B.B. masonary wall of minimum thickness 23 cm in CM 1:6 with the

specification lays down the requirements for B.B. Masonary 1st class in

cement mortar 1:6 required for various structures, including necessary

scaffolding, watering etc. The specification shall conform to IS: 2212-

1991 its latest revision.

Mode of payment

The item shall be measured and paid on Cum. basis.

Item No.26 – Supplying labour (light) for fixing brick and other allied work for railway crossing etc. complete

Mode of payment

The item shall be measured and paid on Per Number basis. Item No.27 – Providing 50mm (about 2”) thick full grout bituminous road

surface etc. complete.

Item shall be carried out as per Detailed Specification of Item No.13 of

Sub Work No.7

Item No.28: Making cross connection to existing distribution main etc.

complete.

Item shall be carried out as per Detailed Specification of Item No.19 of

Sub Work No.7

MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, PANVEL

MAHARASHTRA JEEVAN PRADHIKARAN

WATER MANAGEMENT DIVISION, AMBERNATH

NAME OF WORK: Augmentation to Ambernath Water Supply Scheme, Tal. Ambernath, Dist. Thane

LIST OF ANNEXURES

Sr.No. Description

1 Collaboration Agreement

2 Joint venture Agreement

3 Statement showing Machinery, equipment available with contractor

4 Statement showing list of works in hand as on

5 Statement showing details of work of similar type and magnitude carried out

by the Tenderer

6 Statement showing details of other works tendered for and in hands

7 Statement showing technical personnel available with the contractor

8 Undertaking for Guarantee

9 Declaration of the contractor

10 Model form of Bank Guarantee Bond

11 Professional Tax clearance certificate

12 Agreement

631

Contractor No. of corrections Executive Engineer

ANNEXURE-I

COLLABORATION AGREEMENT

This agreement made at (Place) this day

(date, month and year) between M/s.

(Name of the bidder, who intends to collaborate and its registered office address)

here-in-after referred as (Principal contractor) which expression shall unless it be

repugnant to the context or contrary to the meaning there of be deemed to mean and

includes its successors in business and permitted assigns of the ONE PART and (name of

the collaborator and its registered address) here-in-after referred as (Collaborator)

which expression shall unless it be repugnant to the context or contrary to the

meaning there of be deemed to mean and includes its successors in business and

permitted assigns of the OTHER PART.

WHERE AS

(1) Maharashtra Jeevan Pradhikaran has floated a tender for the work related to

Augmentation to Ambernath Water Supply Scheme Taluka Ambernath, District

Thane.

(2) (Principal contractor) registered with Maharashtra Jeevan Pradhikaran in Class-I

is a well established company engaged in the activities inter-aliea (Details of

the work, in which the company engaged and various other applications).

(3) (Collaborator) registered with in Class-I is well

established company engaged in the activities inter-aliea (Details of activities).

(4) The Parties hereto have come together to set up a collaboration in order to

quote for the above tenders and on award of the works to jointly execute the

above work as well as to guarantee there perfect execution utilizing the

technical experience. The principal contractor involved in this collaboration,

directly or indirectly will hold full responsibility towards Maharashtra Jeevan

Pradhikaran to look after the execution of the said work accordingly to the

terms and conditions here-in-after.

632

Contractor No. of corrections Executive Engineer

NOW IT IS HEREBY AGREED BY AND BETWEEN THE PARTIES HERETO AS UNDER :-

1) In consideration of the mutual understanding, trust and confidence each of the

parties in other, they have mutually agreed to form a collaboration to submit

the tender and if the tender is accepted by the Maharashtra Jeevan

Pradhikaran then carry on the business as a collaboration in respect of

development and execution of the said work in accordance with the terms and

conditions that may be imposed or agreed by and between the Maharashtra

Jeevan Pradhikaran and the Principal contractor hereto.

2) The collaborator shall be responsible for completion of works for which the

collaboration is made, however the principal contractor shall be ultimately

responsible and liable for completion of entire works in accordance with the

terms and conditions on which the award to execute the work is made by

Maharashtra Jeevan Pradhikaran under the said tender.

3) In the event of any dispute or difference or misunderstanding arises between

both of them in course of execution of the work after the award of the work to

the Principal contractor by Maharashtra Jeevan Pradhikaran, the same shall be

referred to Member Secretary, Maharashtra Jeevan Pradhikaran and his

decision in this respect shall be final and binding on both the parties.

IN WITNESS WHERE OF the parties hereunto have set and subscribed there

respective hands and seals the day, month and year first above written.

SIGNED, SEALED AND DELIVERED BY THE WITH NAME (Name of First Party) (Name of Second Party) WITNESS :- 1. 2.

633

Contractor No. of corrections Executive Engineer

ANNEXURE-II

JOINT VENTURE AGREEMENT

This agreement of joint venture made and entered into at

on this day of June 2012 by and between.

1. PARTY NO.1:-

2. PARTY NO.2:-

3. Name of joint venture firm

4. Period of Joint Venture is valid upto . DEFINITION In this deed the following words and expressions shall have the meaning set out below The joint venture (J.V.) shall mean (Party No.1)

and (Party No.2)

Collectivity acting in collaboration for the purpose of this agreement.

"Appex Co-ordination Body (ACB) shall mean the body comprising the managing

director of (Party No.1) and managing

director of (Party No.2) - as the two

partners of the Joint Venture. New firm will be (Name of joint venture firm)

".

"The Employer" shall mean the Executive Engineer of Maharashtra Jeevan Pradhikaran (MJP).

634

Contractor No. of corrections Executive Engineer

The 'work' shall mean for Augmentation to Ambernath Water Supply Scheme Taluka

Ambernath, District Thane.

"The contract" shall mean the contract emerged into or to be entered into between

the joint venture and the employer for the work.

JOINT VENTURE Whereas Parties hereto declare that they agree and undertake to form a joint venture

for the purpose of applying for pre-qualification for tender and if pre-qualified to

execute the work, as an integrated joint venture. The J.V. shall be called as "

Name of joint venture firm ".

The parties are not, under this agreement entering into any permanent partnership or

joint venture to tender for undertake any contract other than the subject work.

WITNESS

Whereas the Executive Engineer of M.J.P. hereinafter referred as the Executive

Engineer, have invited pre-qualification for the work of Augmentation to Ambernath

Water Supply Scheme Taluka Ambernath, District Thane.

Whereas "as Name of joint venture firm wish to

apply for pre-qualification for tender and if pre-qualified to execute the work if

awarded as per the terms for the bid documents contract.

Now Therefore This Deed of Partnership Witnesses As Follow :- 1. That these recitals are and shall be deemed to have been part and parcel of

the present Agreement of joint venture.

2. That this Agreement shall come into force from the date of this Agreement i.e.

day of June 2012.

3. That the operation of this agreement for joint venture firm concerns and is confined to this work only.

635

Contractor No. of corrections Executive Engineer

4. That the name of the joint venture firm shall be " Name of joint

venture firm .

5. That " Name of joint venture firm "

shall jointly execute the work according to all terms and conditions as stated in

the relevant instruction contained in the bid document contract as integrated

joint venture styled.

6. That this agreement for J.V. shall regulate the relations between the parties

and shall include without being limited to them the following condition.

a) " Name of joint venture firm "

shall be the lead company in charge of the joint venture, for all intents and

purpose.

b) The parties here to shall be jointly and severally liable to employer for all act,

deeds and things pertaining to the contract.

c) That the managing director of the lead partner of the joint venture shall be the

manager of the joint venture firm and shall have the power to control and

manage the affairs of the joint venture.

d) That on behalf of the " Name of joint venture firm, the manager

" shall have the authority to incur liabilities, receive instructions and

payments, sign and execute the contract for and on the joint venture. All

payment and under the contract shall be made into the joint venture's bank

account.

e) One bank account shall be opened in the name of J.V. to be operated by the

individual signatory as mutually decided by the representatives of joint venture

partners.

f) That each partners of the J.V. agrees and undertakes to place at the disposal

of the joint venture the benefit of its individual experience, technical

knowledge and skill and shall in all respects bear its share of the

responsibilities including the provision of information, advice and other

636

Contractor No. of corrections Executive Engineer

assistance required in connection with the work. The share and the

participation of the all the partner in the joint venture shall broadly be as

follows.

Name of partner Percentage of shares 1. Party No.1 2. Party No.2 g) And all rights, interests, liabilities, obligations, work experience and risks (and

all net profit or net losses) arising out of the contract shall be shared or born

by the parties in proportion to these share. Each of the parties shall furnish its

proportionate share in any bounds, guarantees, sureties required for the work

as well as its proportionate share in any working capital and other financial

requirements, all in accordance with the decisions of the ACB.

h) Any loan/advances shall be shared by the Party No.1 and Party No.2 at the

ratio of & respectively.

i) All funds, finance or working capital required for carrying out and executing

the works or contract shall be procured and utilized by the parties as mutually

agreed by them.

j) Site management :-

A project manager appointed by ACB will manage the execution of the work on the

site. The project manager shall be authorized to represent the joint venture on

site, in respect of matters arising out of or under the contract.

k) The Name of joint venture firm shall be jointly and

severally responsible and liable towards the employer for the execution of the

contract condition.

l) The joint venture deed shall be registered with the Registrar of partnership

firms, Govt. of Maharashtra.

m) This joint venture agreement shall not be dissolved till the completion of

defect liability period as stipulated in the tender document condition of works.

637

Contractor No. of corrections Executive Engineer

n) This joint venture agreement is deemed to be null and void in case the joint

venture firm is not qualified by the employer or unsuccessful in the award of

work.

o) That question relating to validity and interpretation on this deed shall be

governed by the laws of India. Any disputes in interpretation of any conditions

mentioned herein shall be referred to Member Secretary, Maharashtra Jeevan

Pradhikaran and his decision in this respect shall be final and binding to both

the parties. Neither the obligation of each party hereto performs the contract

nor the execution of the work shall stop during the course of this arbitration

processing or as a result there of.

p) That no party to the J.V. has the right to assign any benefits, obligations or

liability under the agreement to any third party without obtaining the written

consent of the other partner and employer.

q) Bank account in the name of the joint venture firm may be opened with any

scheduled or nationalized bank and the representatives of the J.V. partner are

authorized to operate upon individually.

r) That both the parties to the J.V. shall be responsible to maintain or cause to

maintain proper books of accounts in respect of the business of the joint

venture firm and the same shall be closed as at the end of the every financial

year.

s) That the financial year of the firm shall be the year ended on the 31st March of every year.

t) That upon closure of the books of account balance sheet and profit and loss

account as to that state of affairs of the firms as the end of the financial year

and as to the profit or loss made or incurred by the firm of the year ended of

that day, respectively shall be prepared and the same shall be subject to audit

by a chartered accountant.

LEGAL JURISDICTION All matters pertaining or to commencing from this joint venture agreement involving the employer shall be subject to jurisdiction of high court of judicature at Mumbai.

638

Contractor No. of corrections Executive Engineer

NOTICES AND CORRESPONDENCE All correspondence and notice to the joint venture shall be sent to the following address. (Address)

SIGNED, SEALED AND DELIVERED BY THE WITH NAME (Name of First Party) (Name of Second Party) WITNESS :- 1. 2.

639

Contractor No. of corrections Executive Engineer

ANNEXURE-III

MAHARASHTRA JEEVAN PRADHIKARAN

MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, PANVEL

MAHARASHTRA JEEVAN PRADHIKARAN

WATER MANAGEMENT DIVISION, AMBERNATH

NAME OF WORK Augmentation to Ambernath Water Supply

Scheme, Tal. Ambernath, Dist. Thane Construction of C.C. weir at Chikhloli Dam,

Designing, constructing & commissioning 7.20 ML capacity WTP at Chikhloli, lowering, laying and jointing D.I.K-7/K-9 pipes for rising main/gravity main/distribution system, construction of R.C.C. sump and pump house, construction of 8 nos. of RCC ESRs at various places with compound wall, construction of Consumer Redressal Centre with computerization, Railway crossing work, Repairs to Belivali MBR etc. complete.

Machinery, equipment available with and in possession of the Contractor which he proposes to use for execution of this contract.

Kind of Machinery

Capacity Nos. Date of Mfg.

Whether in

working order

Where working presently

Note: The above machineries are readily available with me/us for use on this work, which can be spared for the work and that no states the progress would be hampered for any of the above item being engaged on other works. CONTRACTOR PLACE ADDRESS

Contractor No. of corrections Executive Engineer

640 ANNEXURE-IV

MAHARASHTRA JEEVAN PRADHIKARAN MAHARASHTRA JEEVAN PRADHIKARAN

WATER MANAGEMENT CIRCLE, THANE

MAHARASHTRA JEEVAN PRADHIKARAN WATER MANAGEMENT DIVISION AMBERNATH

Name of work: Augmentation to Ambernath Water Supply Scheme, Tal. Ambernath, Dist. Thane

STATEMENT SHOWING LIST OF WORKS IN HAND AS ON ___________________ Sr. No.

Name of work

Agreement No.

Amount put to tender

Original time limit of the work in month and the period already

completed.

Stipulated date of completion of the

work as per Agreement Bond.

Value of work already done

Value of

balance work to be done

Remarks

These certificates

should not be a part of

Schedule 'A' requirement

Signature of the Contractor. ANNEXURE-V

2

Contractor No. of corrections Executive Engineer

MAHARASHTRA JEEVAN PRADHIKARAN

MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, PANVEL

MAHARASHTRA JEEVAN PRADHIKARAN

WATER MANAGEMENT DIVISION, AMBERNATH

NAME OF WORK Augmentation to Ambernath Water Supply Scheme, Tal. Ambernath, Dist. Thane

DETAILS OF WORK OF SIMILAR TYPE AND MAGNITUDE CARRIED OUT BY THE TENDERER Name of Tenderer : _____________________________________________________________ Sr. No.

Name of work

Place of work

Tender No. & Cost

Time in which to be

completed

Stipulated date of completion Principal Features

1 2 3 4 5 6 7

Signature of the Contractor

ANNEXURE-VI

3

Contractor No. of corrections Executive Engineer

MAHARASHTRA JEEVAN PRADHIKARAN

MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, PANVEL

MAHARASHTRA JEEVAN PRADHIKARAN W.M.DIVISION, AMBERNATH

NAME OF WORK Augmentation to Ambernath Water Supply Scheme, Tal. Ambernath, Dist. Thane DETAILS OF OTHER WORKS TENDERED FOR AND IN HANDS ON THE DATE OF SUBMISSION OF THIS TENDER Sr.No.

Name of work Place of work

Work in hand Works tendered for

Estimated cost tendered cost with % of offer

Cost of remaining work

Stipulated date of completion

Reasons for remaining work

If abandoned for decision when it is expected

Anticipated period of completion

1 2 3 4 5 6 7 8 9

Signature of the Contractor ANNEXURE-VII

4

Contractor No. of corrections Executive Engineer

MAHARASHTRA JEEVAN PRADHIKARAN

MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, PANVEL

MAHARASHTRA JEEVAN PRADHIKARAN

WATER MANAGEMENT DIVISION, AMBERNATH

NAME OF WORK Augmentation to Ambernath Water Supply Scheme, Tal. Ambernath, Dist. Thane

STATEMENT SHOWING TECHNICAL PERSONNEL AVAILABLE WITH THE CONTRACTOR

Sr. No.

Designation Name Qualification Professional experience of work carried out by the

tenderer

Remarks

1 2 3 4 5 6

Signature of the Contractor

Contractor No. of corrections Executive Engineer

644

MAHARASHTRA JEEVAN PRADHIKARAN

MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, PANVEL

MAHARASHTRA JEEVAN PRADHIKARAN

WATER MANAGEMENT DIVISION, AMBERNATH

NAME OF WORK Augmentation to Ambernath Water Supply Scheme, Tal. Ambernath, Dist. Thane

ANNEXURE-VIII

UNDERTAKING FOR GUARANTEE I/We Guarantee that 1. I/We will replace, repair and adjust free of all charges to the

employer any part of the work which fails to comply with the

specifications of amendment to such specification as referred

to in specifications attached to tender, fair wear and fear

expected until the completion and for a period of 60 months

from the date of acceptance certificate issued under Article-

24 of General Conditions of Contract.

2. All the works will be reliable 3. All the works will be of a type which has been proved in

service to be suitable for the duty required by the

specifications and will be manufactured and tested in

accordance with the appropriate standard specifications

approved by the Engineer-in-Charge

4. I/We accept and abide by the clause relating to quality and guarantee of work.

Date: ___________________ Place ___________________

Signature of Contractor

2

Contractor No. of corrections Executive Engineer

645

MAHARASHTRA JEEVAN PRADHIKARAN

MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, PANVEL

MAHARASHTRA JEEVAN PRADHIKARAN

WATER MANAGEMENT DIVISION, AMBERNATH

NAME OF WORK Augmentation to Ambernath Water Supply Scheme, Tal. Ambernath, Dist. Thane

ANNEXURE -IX

DECLARATION OF THE CONTRACTOR

1. I /We ------------------------------------------------------------------------------------

Contractor(s) hereby undertake that I/We shall pay the laborers engaged on

the work as indicated in Scope of work, wages as per Minimum Wages Act,

1948 and amendments thereto applicable to the zone in which work lies and

act accordingly. I/We also undertake to abide by the various laws in force

and extend necessary facilities and amenities to the staff and workers

employed by me/us.

2. I/We hereby declare that I/We have made myself/ourselves thoroughly

conversant with the local conditions regarding all materials and labour on

which I/We have bidded my/our rates for this work. The specifications of

this work have been carefully studied and understood by me/us before

submitting this tender.

3. I/We hereby undertake to indemnify and hereby indemnify the MJP

against all liabilities arising out of application of all labour laws viz. the

Minimum Wages Act, the Workmen Compensation Act, the Payment Wages

Act, ESIS and Provident Fund Act etc. the reference to labour engaged on

subject work.

Signature of the Contractor

3

Contractor No. of corrections Executive Engineer

646

MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, PANVEL

MAHARASHTRA JEEVAN PRADHIKARAN

WATER MANAGEMENT DIVISION, AMBERNATH

NAME OF WORK Augmentation to Ambernath Water Supply Scheme, Tal. Ambernath, Dist. Thane

ANNEXURE - X MODEL FORM OF BANK GUARANTEE BOND

GUARANTEE BOND :

1. This deed of Guarantee is made on the by having his head office at

(hereinafter called the 'said Contractor(s)) from the demand under the terms

and conditions of Agreement dated made between and for (hereinafter

called 'the Agreement') of additional security deposit for the due fulfillment

by the said Contractors of the terms and conditions contained in the said

Agreement on production of a Bank Guarantee for `_____________ (` -------

-----------------only). We (hereinafter referred to as “the Bank") at the

request of (contractor) do hereby undertake to pay to the Maharashtra

Jeevan Pradhikaran (hereinafter as MJP) an amount not exceeding Rs. ---

---------- against any loss or damage caused to or suffered by the MJP by

reasons of any breach by the said contractor of any of the terms or

conditions contained in the said Agreement.

2. We ………………………………………………………(indicate the name of bank) do

hereby undertake to pay the amount due and payable under this guarantee

without any demur, merely on a demand from the MJP stating that the

amount claimed is due, by way of loss or damage caused to or would be

caused to or suffered by the MJP by reason of breach by the said

Contractor(s) of any of the terms of conditions contained in the said

Agreement or by reason of the contractor(s) failure to perform the said

agreement. Any such demand made on the bank shall be conclusive as

4

Contractor No. of corrections Executive Engineer

647

regards the amount due and payable under this guarantee shall be restricted

to an amount not exceeding ` ----------------.

3. We undertake to pay the MJP any money so demanded not

withstanding any dispute raised by the contractor(s)/ supplier(s) in any suit

or proceeding pending before any court or tribunal relating thereto, our

liability under this present being absolute and unequivocal. The payment so

made by us under this bond shall be valid discharge of our liability for

payment there under and the contractor(s)/ supplier(s) shall have no claim

against us for making such payment.

4. We…………………………………………(indicate the name of bank) further

agree that the guarantee herein contained shall remain in full force and

effect during the period that would be taken for performance of the said

Agreement and that it shall continue to be forcible till all the dues of the

MJP under or by virtue of the said Agreement have been fully paid and its

claims satisfied or discharged or till (MJP) of (indicate the name of

Administrative Officer) certifies that terms and conditions of the said

Agreement have been fully and properly carried out by the said

Contractor(s) and accordingly discharges this guarantee. Unless a demand or

claim under this guarantee is made on us in writing on or before the we

shall be discharged from all liability under this guarantee thereafter

5. ............... We, ………………………………………………………. (indicate the

name of bank) further agree with the MJP that the MJP shall have the

fullest liberty without our consent and without affecting in any manner our

obligations hereunder to vary any of the terms and conditions of the said

Agreement or to extend time of performance by the said contractor(s)from

5

Contractor No. of corrections Executive Engineer

time to time or postpone for any time or from time to time any of the

powers exercisable by the MJP against the said Contractor(s), and to forbear

648

or enforce any of the terms and conditions relating to the said Agreement,

and we shall not to be relieved from our liability by reason of such variation,

or extension being granted to the said contractor(s) or for any forbearance

act or omission on the part of the MJP or any indulgence by the MJP to the

said Contractor(s) or by any such matter or thing whatsoever which under

the law relating to surety would, but for this provision, have effect of so

relieving us.

6. This guarantee will not be discharged due to the change in the

constitution of the bank or the change in the constitution of the

contractor(s)/ suppliers.

7. ................. We …………………………….(indicate the name of the bank)

lastly undertake not to revoke this guarantee during its currency except with

the previous consent of the MJP in writing.

Dated the …………... day of …………2012 For …………….. (indicate the name of bank)

6

Contractor No. of corrections Executive Engineer

649 MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, PANVEL

MAHARASHTRA JEEVAN PRADHIKARAN

WATER MANAGEMENT DIVISION, AMBERNATH

NAME OF WORK Augmentation to Ambernath Water Supply Scheme, Tal. Ambernath, Dist. Thane

ANNEXURE – XI PROFESSIONAL TAX CLEARANCE CERTIFICATE

This is to certify that M/s ………………………………………………………………..…………..… of

(address) …………………………………………………………………….……………….………. is a

registered under the Maharashtra State Tax of Professions, Trades, Callings and

Employment Act XVI of 1975, holding Registration Certification

No………………….……………………w.e.f.

The said dealer has paid all taxes dues upto 31st March …………(previous

year) under the Act. The dealer has paid the professional tax dues for the

employees mentioned below

A. Sr No. Name of Employee Designation

B. Sr No. Name of Owner Carrying on Profession status Designation

There is no professional Tax dues outstanding against the dealer under

the Act. This certificate is valid for ONE year from the date of issue. Place : Date :

Signature ……………………………… Professional Tax Officer

7

Contractor No. of Corrections Executive Engineer

650 MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, PANVEL

MAHARASHTRA JEEVAN PRADHIKARAN

WATER MANAGEMENT DIVISION, AMBERNATH

NAME OF WORK Augmentation to Ambernath Water Supply Scheme, Tal. Ambernath, Dist. Thane

ANNEXURE – XII

AGREEMENT Article of agreement executed on this the…………………………………………of Two

Thousand ……………………..…………between the Executive Engineer, MJP

(hereinafter referred to as MJP of the one part and shri

……………………………………………… (Name and address of the tenderer)(hereinafter

referred to as 'the bounties1) of the other part.

Whereas in response to the notification No …………..dated……….……………the

bounden has submitted to the MJP a tender for the work specified therein

subject to the terms and conditions contained in the said tender.

Whereas the bounden has also deposited with MJP a sum of

RS.………..…………as earnest money for execution of an agreement undertaking

the due fulfillment of the contract in case his tender is accepted by the MJP.

Now these presents witness and it is mutually agreed as follows : 1) In case the tender submitted by the bounden is accepted by the MJP

and the contract for is awarded to the bounden, the bounden shall within ……………….. days of acceptance of his tender execute an agreement with MJP incorporating all the terms and conditions under which he accepts his tender.

2) In case the bounden fails to execute the agreement as aforesaid incorporating terms and conditions governing the contract, the MJP shall have power and authority to recover from the bounden any loss or any damage caused to the MJP by such breach, as may be determined by the MJP, by appropriating the earnest money deposited by the bounden and if the earnest money is found to be inadequate the deficit amount may be recovered from the bounden and his properties, movable and immovable, in the manner hereafter contained.

8

Contractor No. of Corrections Executive Engineer

651

3) All sums found due to the MJP under or by virtue of this agreement shall be recoverable from the bounden and his properties, movable and immovable, under the provisions of the Maharashtra Land Revenue Code for the time being in force as though such sums are arrears of the land revenue and in such other manner as the MJP may deem fit.

In witness where of shri………………………………………………………..(Name and

designation) for and on behalf of the MJP and Shri…………………………………… The

bounden have hereunto set their hands the days and year shown against their

respective signature.

Signed by Shri…………………….…………………… Date : ………….In the presence of witness 1 ……………………………………………………… 2……………………………………..… Signed by Shri ……………………………… ……………… Date ……… Witness 1 ……………………………………………………..… 2 ………………………………………………………..

9

Contractor No. of Corrections Executive Engineer

652

MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, PANVEL

MAHARASHTRA JEEVAN PRADHIKARAN

WATER MANAGEMENT DIVISION, AMBERNATH

NAME OF WORK: Augmentation to Ambernath Water Supply Scheme, Tal. Ambernath, Dist. Thane

DETAILS OF DRAWINGS

1. Key Plan

2. Plan showing Consumer Redressal Centre

3. Plan showing Bill Collection Centre

4. Cross section of C.C. Weir

5. Cross section of compound wall

ORDNANCEFACTORY SUMP

210 M

PROPOSED SUMP &

PUMP HOUSE CAP ( ML ) : 0.35NEW M. B. R. BELAVALI

700 MM DIA C.IR / MAN

ULHAS RIVER

BHENDIPADABOOSTER SUMP

400 Ï DIK7 300 M

600 Ï DI L=300 M

600MM DI K-9 L=1400 M

600 MM DIA CI GM

KALYAN - BADLAPUR ROAD

750 MM DIA DI L=2000 M

KALYAN

KALYAN AMB STATION

350 MM DIA DI L= 1150M

CAP ( ML ) : 1.50

SAI SECTION

E.S.R

G. S. R. CAP ( ML ) : 1.10

300 MM DIA DI K- 7 L-1200M

200 MM DIA DI K - 7 L= 2000 M

NAVARE NAGARE.S.R. CAP-2 ML

355 DIAM.S.R.M.

100 MLDJACKWELL &PUMP HOUSE

700 MM DIA C.I. TRANS MAIN

NALA

ULHAS RIVER

CHIKHLOLI MI - TANK

BADLAPUR STN.

PUNE

EXISTING WORK SHOWN THUS

OLDM.B.R

SUMP

50MLDBARRAGEH/WORK

MAHARASHTRA JEEVAN PRADHIKARANWATER MANAGEMENT DIV. AMBERNATH

LAYOUT PLANAUG.TO AMBERNATH W.S.SCHEME

N

WTP 18MLD

WTP 7.2 MLD

CAP ( ML ) : 2.00F. S. L. : 80.00L. W. L. : 75.00G. L. : 55.00 500 M

M DIA DI K- 9 L-4000M

300 MM DIA

CAP ( ML ) : 2.00

E.S.R.CAP ( ML ) : 1.50F. S. L. : 15.70L. W. L. : 12.70G. L. : 15.20

CAP ( ML ) : 2.0 X2F. S. L. : 67.00L. W. L. : 62.00G. L. : 45.00

AMB.BOOSTER

NARAYAN NAGAR PROPOSED BHENDIPADA

CAP-1.50 ML.

BHENDIPAD G.S.R.CAP-0.90 X 3 (EXISTING)

CAP ( ML ) :1.50F. S. L. : 74.00L. W. L. : 70.00G. L. : 55.00

CAP ( ML ) : 2.00F. S. L. : 30.50L. W. L. : 28.00G. L. :30.00

CAP ( ML ) : 6.80F. S. L. : 66.90L. W. L. : 62.30G. L. : 62.30 CAP ( ML ) :13.63

F. S. L. : 66.87L. W. L. : 62.30G. L. : 62.30

711 MM DIA M.S. R/ MAIN

R.D.BHERE, TRACER AMB. SUB.DIV.

PROPOSED E.S.R.

PROPOSED WORK SHOWN THUS

BADLAPU VILLAGE

YER

ANJA

D U

NGAT

EDR.

C.C.

WEI

R

400 Ï DIK7

CAP ( ML ) : 2.70G.L. :56.90L. S. L. : 56.90F.S.L. : 62.00

DISTRIBUTION

DISTRIBUTION

DISTRIBUTION

DISTRIBUTION

DISTRIBUTION

DISTRIBUTION

L.S.L :40.00 F.S.L. :45.00G. L. :23.00

MIDC ROADTAPPING FORAMBERNATH

TO BADLAPUR

CAP ( ML ) : 0.25F. S. L. : 69.00L. W. L. : 66.00G. L. : 56.00

CAP ( ML ) : 0.85F. S. L. : 23.50L. W. L. : 21.00G. L. : 23.00

CAP ( ML ) : 1.50F. S. L. :47.00L. W. L. : 43.00G. L. : 28.00

CAP ( ML ) : 1.50F. S. L. : 62.00L. W. L. : 57.0G. L. : 42.00

MIDC BARVI MAIN

MIDC B

ARVI MAIN

100 MM DIA D.I.K-9 L=1000 M.

SUMPG.L. :48.00L.S.L. :38.00F.S.L. :44.00

DAM STORAGE : 80.80H.F.L. : 59.935F.S.L. : 58.435L.S.L. : 44.935

DEAD STORAGE : 12.70 MCFT LIVE STORAGE : 68.10 MCFT

SECT.ENG. S.D.E. EX.ENG. S.E.

700 MM Ï DI K-9 L-500 MAMBERNATHGAON

E.S.R

SHIVGANGANAGARE.S.R

E.S.R

400 MM Ï DI.K-7SUMP 0.27 ML

400 MM Ï DIK-7 L=900 M

TO ORDINANCE

500 MM Ï DI K-7 L=1650 M

POLICEGROUND

L=50 M

GROUND FLOORFIRST FLOOR FLOOR

ELEVATION

CONSUMER REDRESSAL CELL

COMPUTER BILLING SECTION

BILLINGINCHARGE

SOFA

URINALS W.C.

WATERTANK

M.J.P.W.M. DIVISION AMBERNATHGENERAL LAYOUT OF CONSUMERREDRESSAL CENTER AT AMBERNATH

Tender drawing‐

1.20 m

MAHARASHTRA JEEVAN PRADHIKARAN WATER MANAGEMENT DIVISIONName of Scheme‐Augmentation to Ambernath Water supply scheme phase‐I

2.5 m M 15 P C CWith Temp. Reinforcement

0.150.15

1.0 m

2.2 m

Section

2.5mM‐10 P C C

UCR Wall UCR Wall3 m 3 m3 m 3 m

M S Needles3 m 2.15x1 m 3 mUCR Wall each 2 rows UCR Wall

Weir length‐40 mWeir length 40 m

ISMC Channel Frame workISMC 75x40 mm

CEMENT CONCRETE WEIR AT CHIKHLOLI

Tender drawing‐

0.10 m M‐150 Coping

0 23 B i k Pill

MAHARASHTRA JEEVAN PRADHIKARAN WATER MANAGEMENT DIVISION AMBERNATHName of Scheme-Augmentation to Ambernath Water supply scheme phase-I

0.23 Brick Pillar

1.30 m Brick masonary CM 1:6cement plaster C M 1:3

0.10 m M‐150 Coping

Tuck Pointing CM 1:3 0.45 0.45 m U C R Masonary C M 1:6G L

0.75 m 0.6 m 0.60 m

0 15 m PCC M‐1000.15 m PCC M‐1000.90 m

Drawing showing section of compound wall work