Download as pdf or txt
Download as pdf or txt
You are on page 1of 182

`

STATE WATER AND SANITATION MISSION (EMPLOYER)


UTTAR PRADESH
(NATIONAL RURAL DRINKING WATER PROGRAM)

PIPED WATER SUPPLY SCHEME (SURFACE WATER SOURCE)

BID DOCUMENT

NAME OF Construction of Chandawali Group of Villages Water Supply Scheme,


SCHEME District- Lalitpur (Based on Surface Water) and relevant works including
Commissioning and Operation & Maintenance for 10 Years

Tentative Project INR 37.18 Crore ( 32.61 Cr. Work Cost + 4.57 Cr. Operation and
Cost Maintenance Cost )

1
INVITATION FOR BIDS (IFB) THROUGH

E-PROCUREMENT SYSTEM

2
E-TENDER DOCUMENT

E-TENDER DOCUMENT

Technical & Financial Capability Evaluation - cum - Technical Bid

(PRE - QUALIFICATION BID)

For the following info please refer to NIT

Cost of Tender Document (Tender fee) :

Earnest Money :

Time of Completion : Construction Period – 24 Months inclusive trial run


period

Trial run period : 3 Months part of completion period

Maintenance/Defects liability period :

Operation & Maintenance period. : 120 Months after completion of works

Validity of Bid (Tender) : 120 Days

Date & time of Release of E-Tender for :


download from E-Tendering portal
(website)/Bid submission start date & time

Last date/time of submission of E-Bid with :


scan copy of receipt RTGS/NEFT with UTR
no. for cost of e-tender & EMD on E-
Tendering portal (website).

Date/time of opening Pre-qualification part :


through E-Tender procurement solution

Date/time of opening Price Bid through E- :


Tender procurement solution

Place of Opening Pre-qualification/Price Bid : Office Of Executive Director, SWSM

6 Rana Pratap Marg, Lucknow

3
DEFINITIONS AND INTERPRETATIONS

The important terms, which shall be used in the contract Documents are defined herein. It shall be applicable
to both the singular and plural number and masculine/ feminine in gender.
1. The Contract means the documents forming the tender and acceptance thereof and the formal agreement
executed between the Engineer/ competent authority on behalf of the Employer and the Contractor, together
with the documents referred to therein including these conditions, the specifications, designs, drawings and
instructions issued from time to time by the Engineer-in- Charge and all these documents taken together, shall
be deemed to form one contract and shall be complementary to one another.
2. The expression works or work shall, unless there be something either in the subject or context repugnant to
such construction, be construed and taken to mean the works by or by virtue of the contract contracted to be
executed whether temporary or permanent, and whether original, altered, substituted or additional or grouped.
3. The Employer shall mean State Water &Sanitation Mission of Namami Gange and Rural Water Supply
Department under Ministry of Jal Shakti the Government of the Uttar Pradesh.
4. The Engineer shall mean the Agency appointed by the Employer for purpose of Project Management.
5. The Contractor shall mean the individual, firm or company, whether incorporated or not, undertaking/execute
the work after signing the agreement with the Employer and shall include the legal personal representative of
such individual or the persons composing such firm or company, or the successors of such firm or company and
the permitted assignees of such individual, firm or company.
6. The “Common Schedule of Rates” shall mean a printed document containing rate of different items
of works pertaining to different Branches of UP Jal Nigam & P.W.D., U.P Irrigation, CPWD and
other State Public Health Engineering Department and approved by the committee on direction of
Employers of these.
7. Completed Works shall mean the work completed in all respect as per laid down specifications,
approved drawings, approved NIT defect liability period as specified plus operation and maintenance
period of work to the entire satisfaction of the Engineer in charge and approved by Third Party.
8. Third Party shall mean the Independent Agency appointed by the Employer for the purpose of
inspection of Materials and Works.
9. Materials shall mean the products used in works.
10. Communication between parties are the written and signed letters, notices, reminders, memorandum
and instructions recorded in the instruction book or books kept at site.
11. “Days & Months” are calendar days and calendar months.
12. The “Site” shall mean the land or other places on, into or through which work is to be executed under
the contract or any adjacent land, path or street which may be allowed to be used for the purpose of
carrying out the contract.
13. The “Start Date” is the date when contract comes in to existence or the receipt of letter to commence
the work by the Employer and as notified in the letter of allotment.
14. “Scope of Work” shall mean the items of work to be executed at site of work pertaining to work
allotted to the Contractor.
15. The “Works or Work” shall unless the context otherwise requires mean what the contractor / bidder is
required to execute.
16. “Sub-Contractor” means any person, firm or company other than the contractor / bidder for
execution of any part of the work.
17. “Tender” means the documents issued by Employer through e-tendering.
18. “Bid” means the documents submitted by Contractor/bidder to whom tender has been issued.
19. Applicant/Bidder means the Firm/ bidder / agency who submits the bid against the invitation for bid.
20. “Award” means the written acceptance of Bid by the Employer, to the successful contractor/ bidder.
21. WTP Means Water Treatment Plant.
22. “Sub Station” means power receiving and distribution arrangement at plant from U.P. Power
Corporation.

4
23. “Technology Provider” means a person or company providing technical knowhow design,
processing etc on Memorandum of Understanding with main bidder and have required technical
eligibility and whose credentials are submitted by the bidder at the time of Qualification.
24. “Government” means Government of India / Govt. of Uttar Pradesh.
25. “GOI” means Government of India and “GoUP” means Government of Uttar Pradesh.
26. “Drawings” means the drawings referred to in the list of drawings attached to the tender and any
modification of such drawings approved / issued in writing by the Engineer and such other drawings
as may from time to time be furnished or approved in writing by the Engineer.
27. The “Contract Sum” means the sum identified in the contract for the completion of works as per
contract.
28. “Contractor/Bidder’s Equipment” means all appliances or machinery of whatsoever nature
materials or other things intended to form or forming part of the works.
29. “Portion of the work” means a part of the work or section of the work.
30. “Specifications” and “Particular Specifications” means the regulating guidelines contained in the
Uttar Pradesh Jal Nigam/PWD specifications, Manual on Water Supply and Treatment published by
the Central Public Health and Environmental Engineering Organization (CPHEEO) under the
Ministry of Urban Development, Indian Standard Specifications and codes, all of latest editions and
those contained in the tender documents and also those based on good engineering practices.
31. “Time for Completion” means the time as stipulated for completion of the works or any section or
portion there-of as stated in the contract or as extended under clause and shall be calculated from the
date specified in the contract. It will be the date when the contract enters into force for fulfilment of
any obligation as per necessary legal, financial or administrative requirements.
32. “Defect Liability Period” i.e. means the period after actual completion of the work during which the
Contractor/Bidder will carry the full liability to make good to the complete satisfaction of the
Engineer, any defects in the completed work or any bad work.
33. “Cost” means the amount which shall be deemed to include all overhead costs whether incurred on or
off the site, all taxes, excise duties, royalties etc as applicable on the materials, labour or any other
item which is required to complete the works.
34. “Temporary Works” means temporary works of every kind required in or about the execution of
works.
35. “Permanent Works” means the permanent works to be executed and maintained in accordance with
the contract.
36. “Construction/Working Drawing" of a particular component/item/equipment of the Works, means
the detailed engineering drawing of that item submitted by the Contractorduly vetted by IIT/NIT and
approved by the Employer, prior to construction/fabrication/erection of that component and based on
which the same shall be carried out.
37. “As-Built Drawing" of a particular component / item / equipment of the works means the
engineering drawing submitted by the contractor prior to commissioning, showing the actual details
on which the construction / fabrication / erection of that particular item has been carried out.

Note :
In interpreting these “Clauses of contract: singular also means plural, male means female and vice versa.

5
PROJECT BACKGROUND/SCOPE OF WORK

(1) Objective – The objective of the U. P Government is to provide drinking water through pipe
system to every household under the project area. The Contractor is to ensure
compliance of this objective while executing the project and to ensure O&M for 10
years.

(2) Summary of Works

(2.1) For Tube-well Projects – Tube-well, Rising Main, Over Head Tank, Distribution System &
Appurtenant Works including all E&M works and O&M.

(2.2) For Surface Water based Projects – Intake, Rising Main, Water Treatment, Feeder Main,
Sumps, Pumping Stations, Over Head Tank, Distribution System & Appurtenant Works
including all E&M works and O&M.

(3) Item Rates - For any extra items whose rates are not mentioned in BOQ, shall be paid as per
Common Schedule of Rates during 2019-20 or with respect to bidding cost whichever is
lower. For that item mentioned in the BOQ shall be paid as per rate quoted by Contractor in
price bid.

(4) Structural Design Considerations – The structural design shall be with considerations of
windload, seismic effects and soil considerations of site.

6
INSTRUCTIONS TO THE BIDDERS

1. Employer invites Bids on Two-Bid System i.e. (i) Prequalification Cum Technical Bid & (ii) Financial bid
2. Brief Scope of Work
The work under this contract includes but not limited to supply of all the material, equipment,
labour, T&P etc. to complete the project(s)in accordance with the design & specification
mentioned in the bid document or as per instructions of the Engineer, including 10 years of
Operation& Maintenance.
The scope of work shall include but not limited to the following:
i. The drawing and design provided by the employer along with tender document are indicative only.
The contractor shall work in his own design and get it vetted from any Indian Institute of
Technology /National Institute of Technology or as directed by employer .
ii. Construction of civil and electro-mechanical engineering works for all the units and all the
ancillary structures in accordance to the design & drawing approved by the engineer.
iii. Instrumentation and SCADA with wireless telemetry (voice & data) for automated cyclic control
with all necessary components including control rooms etc. is to be provided by the contractor and
he should quote his rates for the different components accordingly.
iv. Structural and Hydraulic testing of all the water retaining structures.
v. Commissioning of all works for testing and trial run for a period of three (3) months and complete
stabilization of the Scheme within completion period.
vi. Hundred percent tap connections in all households covered under the project.
vii. Defect liability of the plant for a period of twelve (12) months for monitoring after stabilization of
the scheme (after completion of Trial run) concurrent with Operation & Maintenance for 10 years.
viii. During Operation and Maintenance, all liabilities are of contractor(i.e., Diesel, manpower
chemical, etc.) for ensuring the regular water supply. The Electricity charges/bills,during the O &
M period shall be paid/reimbursed by the Employer. The Contractor shall facilitate the timely
payments of Electricity bills. (Bidders are advised to quote the prices excluding electricity charges
for O&M period.
ix. During the testing and trial period electricity,diesel and chemical charges will be borne by the
Contractor. All other consumable material and required staff for Trial Run will be provided by
Contractor.
x. Supply of equipment drawings, Technical specification/Catalogue and Operation Manual.
xi. Supply of as built drawings after completion.
xii. Contractor is to ensure/confirm all the design parameters/data at his cost before execution of the
works so that successful completion of works/objectives of the project are achieved.
xiii. Rate for CI pipe/specials, etc. should be quoted however if the contractor desires, DI in place of CI,
may be used in approval of employer but for such type of work no extra payment shall be made.
xiv. No Price escalation will be admissible
xv. Regarding power supply and sub-station for intake WTP, IPS and OHSR, the bidders scope starts
from secondary of the transformer above 50 KVA.
xvi. The schematic drawings, lay-out drawings, borelog details, source of raw water and its water
levels/quality, L-section drawings of raw water/clear water, rising mains, distribution networks
may be collected from Employer’s office.
xvii. The required permissions for all Rail/NH/SH/ roads/Nallah/River crossing along with the required
widths along the pipe route and necessary area of land for temporary/ permanent structures shall
be provided to the contractor by the employer but contractor shall facilitate the timely necessary
actions for such permissions. For such permissions, necessary charges will be paid by employer
however laisioning with concerned departments shall be carried out by contractor for which no
extra payment/compensation will be made. For delay in providing land, Extesion of time with no
compensation will be made on such grounds.
xviii. Availability of raw water in the source shall not be considered as default of contractor if intake is at
technically suitable place.

Note: The scope of work i.e. quantity and type of material for Pipeline may change during execution period if
the design of pipe line changes as per actual site conditions and will be executed as per approval of Employer
and the changes shall be paid on actual quantity of work execueted as per quoted rates in BOQ.

7
3. Time Schedule for Completion Of work: As per NIT

4. Earnest Money
In the shape of F.D.R./C.D.R. of any Nationalized/Scheduled Bank or N.S.C. of Post Office & shall
be pledged in the name.
OR

In the form of bank guarantee from any Nationalized/Scheduled bank & shall be in the name of the
Employer for a period not less than 180 days.

Those Bidders who do not submit EMD in original to the Employer before the opening of Technical
Bidwill be disqualified. Conditional or tenders without EMD or with invalid EMD will be disqualified.

Acount Name Of Client – State Water and Sanitation Mission, Lucknow

Bank Name - HDFC Bank

Account No. – 50100109925759

Bank Branch - Dr. B. N. Verma Road, Opp. Gulmohar Hotel, Aminabad, Lucknow.

5. The bidder must not have been blacklisted by any Government agency in the past.
6. Tender Fee:Intending applicants may download the bid documents from e-procurement website
http://etender.up.nic.in. E-Tender document fee which is non-refundable. It shall be in form of Demand Draft
or Banker’s Cheque, issued by Nationalised/Scheduled Bank of India, payable in favour of Executive
Director, State Water and Sanitation Mission, Lucknow.

7. E-Tendering Process:The bid document is available online and bids are to be submitted online
through the e-procurement portal https://etender.up.nic.in/nicgep/app only. Bids submitted manually will not
be accepted. The bidders would be required to register in the web-site which is free of cost. For submission of
the bids, the bidders are required to have Digital Signature Certificate (DSC) from one of the authorized
Certifying Authorities.
“Aspiring bidders who have not obtained the User ID and Password for participating in e-procurement may
obtain the same by registering in the website: https://etender.up.nic.in/nicgep/app. The requirements to register
with the e-procurement portal are available on the website indicated above.

The Bid submitted by the Contractor/Bidder shall comprise the following components are being invited
simultaneously but financial (Price) bid of only those Bidders will be opened at a date to be notified later on,
who fulfils the experience, technical & financial criteria and who’s bid is found responsive and bidder found
eligible. Bidder should also have to submit one hard copy of all the documents which were submitted online
at the Office of employer, before opening of Technical Bid, which shall be opened at specified time and date
on the next day of submission of online tender in the office of employer in the presence of intending bidder or
their authorized representatives. The “financial bids” of only those bidders will be opened at a date to be
notified later on, who fulfils the experience, technical & financial criteria and who’s bid is found responsive
and declared eligible.

Envelop A : Envelop A shall include the Earnest Money Deposit (EMD) & Tender Fee in original,
copy of Contractor’s Registration and relevant papers. Bids not accompanied with full EMD and
document as required above shall be rejected.

Envelop B : Envelop B (Sealed) shall be the Financial/Price Bid containing only the Blank BOQ
(Contractor/Bidder should not quote the rate in the hard copy of Price Bid, As duly filled Price Bid
shall be already submitted online by the Bidder) duly signed by the Contractor/Bidder.

8
The number mentioned on acknowledgement of online submission of the bid by the bidder shall be mentioned
on envelope containing the documents as detailed above.
Only online bids will be accepted, hence the tenderer is deemed to have full knowledge to complete necessary
action to participate in e-tendering process.
Bidders quoting the cost of O&M less than 50% of the average cost of O&M used for evaluation by all
qualified bidders would be disqualified for whole bidding. But, if quoted rate falls within the range of 80% to
120% of estimated O&M cost, it will not be disqualified.

8. Check List

Tenderers are advised to check the following point especially before final dispatch of tender:

a. Deposit of earnest money in its desired shape.


b. Partnership deed/firm registration certificate in case of registered firm should be attached.
c. If the tenderer is a firm, power of attorney should be attached.
d. Stamp paper of Rs.100.00 for agreement should be attached.
e. Provision and requirement of tender should be read and understood clearly.
The sealed envelope containing tender form duly completed, shall bear the following address.
f. Tender Fees
h. Affidavits/Declarations as per Tender Document.

DECLARATION

(To be furnished on Court Stamp of Rs. 100.00 at the time of tendering)

Tender Invited by-


EMPLOYER

Tender Invited for-

Tender for rural water supply scheme

Tender Notice No.- Dated -

Name and Address of Tenderer……………………………………………………....

…………………………………………………………………………………………….

In consideration of State Water & Sanitation Mission, having treated the tenderer to be an eligible
person whose tenders, may be considered. The tenderer hereby agrees to the conditions that proposal in
response to the above invitation shall not be withdrawn up to 120 days from the date of opening the tender and

9
also to the condition that if thereafter the tenderer does withdraw his proposal within the said period the
earnest money deposited by him may be forfeited to the State Water & Sanitation Mission, at the direction of
the latter.

Signed this ………………………………….……..day of…………………………….

Witness

Address

Occupation Contractor

10
9. EMPLOYER reserves the right to reject any or all the tenders/bids, without assigning any reason
whatsoever and his decision shall be final and binding. No Contractor/Bidder shall have any claim
arising out of such action.

10. Contractor/Bidders are advised to visit and examine the site where the works are to be carried out and
its surrounding and obtain for themselves on their own responsibility all information and satisfy
himself with prior arrangement as to the conditions prevalent there with respect to execution of works
as per the scope of work. No claim, whatsoever on any accounts shall be entertained by the
EMPLOYER in any circumstances, even if the site of work is changed or modified.

11. Contractor / Bidder is expected to well acquaint themselves with the nature of work, the existing
water/sewers mains, communication line, power line, incoming drainage and other utility service
lines/obstacles etc. and traffic conditions on the roads, through the alignment, they should include in
their rates sufficient allowances to meet unforeseen expenses on these grounds.

12. Contractor/Bidder is expected to examine all specifications, instructions, forms, terms & conditions,
clauses, EMPLOYER requirements and other information in the Tender documents. Failure to furnish
all information as required in the tender document or submission of bid not substantial to the tender
documents in every respect will be at the Contractor/Bidder’s risk and may result in rejection of the
bid.

13. Security Deposit: The Contractor/Bidder, whose bid is accepted, shall be required to furnish security
deposit at the rate of 10% (ten percent) of the accepted cost of the construction work, valid upto one
month after completion of DLP, in the shape of FDR/CDR of any Schedule Public Sector Bank or
Bank Guarantee of Schedule Public Sector Bank or Banks authorized by RBI equivalent to Schedule
Public Sector Bank, within 07 days of issue of letter of award.

Further, the Contractor/Bidder shall be required to furnish. Operation and Maintenance,


Security Deposit at the rate of 10% of the accepted cost of O&M, valid upto one month beyond
completion of O&M, in the shape of FDR/CDR of any Schedule Public Sector Bank or Bank
Guarantee of Schedule Public Sector Bank or Banks authorized by RBI equivalent to Schedule Public
Sector Bank, within the DLP period. The security deposit for construction work will be returned only
when performance security for O&M period is deposited within Defect liability period.

If the contractor requests and the Employer finds it genuine, out of total security permit to
deposit at least 50% of Performance Security at the time of agreement and remaining performace
security shall be deducted from their RA bills.

14. Bid Validity:The offer shall remain open for Acceptance for a period of 120 days from the date of
opening of the Tender i.e. Technical Bid which may be got extended upto 180 days. The earnest
money shall be forfeited if the Bidder/Contractor withdraws or modifies his offer within the validity
period at his own or fails to submit the security deposit or to sign the (Formal Contract) agreement
after acceptance of his offer within 15 days. After the forfeiture of earnest money, the tender shall be
immediately nullified.

15. On acceptance of the tender, the contractor shall either himself remain available at site of work or
arrange the availability of an accredited representative, legally authorized in writing at the site of work
to receive instructions of the Employer or his representative and to ensure prompt compliance
thereof.

16. The Employer does not bind himself to accept the lowest rate or any tender and reserves the right of
accepting the whole or part of the tender and Bidder/Contractor shall be bound to perform the same at
the accepted rates.

11
17. STAMP DUTY :

Rs.100 Stamp duty shall have to be invariably deposited along with the security, before entering into
the contract, On the security deposit which will be deposited in the shape of deposit receipts.

18. Taxes, etc. on the material or anywhere shall be payable by the Contractor. In case of variation in
labour cess, it shall be payable/reimbursemable on actual by emloyer. TDS shall be deducted from
each bill as per relevant Government / Departmental orders applicable at the time of payment. Labour
cess will be deducted from the bills and deposited by the department. GST will be paid on actual as
applicable.

19. The contractor shall comply with the provision of the Apprentices Act 1961, minimum wages Act
1948, Workmen’s compensation Act 1923, contract labour (Regulation and Abolition Act 1970),
payment of wages Act 1936 Employer’s liability Act 1938, Maternity Benefits Acct 1961 and the
Industrial Disputes Act 1947 as applicable and the rules and regulations and amendments issued there
under from time to time. Failure to do so shall amount to breach of the contract and the Employer
may at his discretion to terminate the contract. The contractor shall also be liable for any pecuniary
loss liability arising on account of violation by him of the provision of the Act.

20. The Bidder/Contractor shall bear all costs associated with the preparation and submission of his tender
and the department shall in no case be liable for these costs.

21. Each Bidder/Contractor shall submit only one tender. A Bidder/Contractor or any partner of bidder
firm, who submits or participates in more than one tender, will be disqualified.

22. Unless otherwise stated, the contract shall be for the whole work or group of works as described in the
“Scope of Work” and the approved drawings. The contractor shall be bound to complete the whole
work as described in the scope of works and the approved drawings, including the additional items if
any, as per drawings and instructions. The certificate of completion as issued by the Employer shall
be the conclusive proof of completion of work.

23. The tender shall be typed or written in ink and shall be signed by the Bidder/Contractor or a person or
persons duly authorized to sign on behalf of the Bidder/Contractor. He shall sign all pages of the
tender documents containing the entries and all corrections made there in.

24. Incomplete tenders or tenders not fulfilling any of the conditions specified above, are liable to be
rejected without assigning any reason.

25. Specific reference in the specification to any material by trade name or catalogue number shall be
constructed as establishing a standard of quality and the performance. Contractor/Bidders may procure
any other product if the specified brand names are not available subject to approval of Employer.

26. Whenever required under Government regulations, it shall be incumbent on the successful
Contractor/Bidder to pay stamp duty on the contract agreement, as per ruling on the date of execution
of the contract agreement.

27. A set of tender documents issued for the purpose of bidding includes the following volumes, together
with any Addenda/Corrigendum thereto

Volume-I : Notice Inviting Tender, Instruction to Contractor/Bidders, Forms of Agreement and Clauses of
Contract, brief scope of work, instructions/ formats for Qualification/eligibility.
Volume-II : Technical Specifications (Civil, Electrical, Mechanical Works) & Engineering Drawings, list of
approved vendors.
Volume-III : Schedules including “Price Schedule” and Payment Terms.

12
28. Contractor/Bidders shall carefully examine the Tender Documents and fully converse themselves
about all the conditions and matters, which may in any way, affect the work or the cost thereof. If the
Contractor/Bidder finds discrepancies or omission in the specifications or other documents or should
he be in doubt as to their meaning, he may urged to submit promptly, written requests, on matters
where clarifications or additional information are desired before per-bid meeting. No extension in due
date of submission of bids will be allowed on this ground.

29. At any time prior to the deadline for submission of Bids, the Employer may, for any reason, whether
at his own initiative or in response to clarification requested by prospective Contractor/Bidders,
modify the Tender Documents by issuing Addenda/Corrigendum.
Such Addenda/Corrigendum will be available online at e-tender website
www.etender.up.nic.inwill be considered as part of Tender Document. It is therefore mandatory for all
Bidders to download and read carefully all the Addenda/Corrigendum before quoting the rates in Price
Bid. No Complains regarding this will be entertained in future. The Contractor/Bidders shall duly sign
and return the Addenda/Corrigendum along with their Bids, which shall form a part of their Bids.
Non-receipt of Addenda/Corrigendum by the Contractor/Bidders will not form basis for any claim
whatsoever.

30. In order to afford prospective Contractor/Bidder’s reasonable time in which to take such
Addenda/Corrigendum into account in preparing their Bids, the Employer may at his discretion
extend the deadline for the submission of Bids.
31. No alternation whatsoever be made in the text of the Bid form, by the Contractor/Bidder. Any
remark/deviation or explanation should be sent in a covering letter. The contract form of agreement is
bound up with other Documents so that the Contractor/Bidder may know what their liability and
duties are and the entire Bid form should be submitted to the Employer while submitting the Bid.
32. The Bid prepared by the Contractor/Bidder and all the correspondence and Documents relating to the
Bid exchanged by the Contractor/Bidder and the Employer shall be written in English Language.
Supporting Documents and printed literature furnished by the Contractor/Bidder with his Bid may be
in another language provided they are accompanied by an appropriate translation of the same into
English language. The failure to comply with this condition may cause rejection. For the purpose of
interpretation of the Bid, the text in the English language shall prevail.

33. The price (Financial) bid should be submitted as per the Price Schedule and should conform to the
Terms and Conditions given in Volume –I & II. The Price Bid will contain item rate, whatever be the
case. Conditional Price bid shall be rejected.
34. Unless stated otherwise in the Tender Documents, the Contract shall be for the whole work as
described in Vol. – I &II (Scope & details of Work, Technical Specification including Drawings).
35. All payments to the successful Contractor/Bidder under the proposed contractor shall be made
entirely in Indian Rupees.
36. No interest shall be paid on Earnest Money/Security Deposit.
37. In exceptional circumstances, prior to expiry of the original Bid validity period, the Engineer may
request the Contractor/Bidder for a specified extension in the period of validity. The request and the
response there to shall be made in writing. A contractor/Bidder agreeing to the request will not be
permitted to modify his bid on his own but will be required to extend the validity of his Bid and Bid
Security correspondingly.
The provision regarding discharge and forfeiture of bid security shall continuously apply
during the extended period of bid validity.

13
38. If the Bid is made by a limited company or a limited corporation, it shall be signed by a dually
authorized person holding power of Attorney for signing the Bid in which case a certified copy of the
Power of Attorney shall accompany the Bid.
39. All witnesses and sureties shall be persons of status and probity and their full names, occupations and
addresses shall be stated below their signatures.
40. To assist him in the examination, evaluation and comparison of Bids, the Engineer may ask
Contractor/Bidders individually for clarification of their Bids including breakdown of unit rates/price.
The request for clarification and the response shall be in the writing, but no change in the prices or
substance shall be sought, offered or permitted on Contractor/Bidder’s desire except as required to
confirm the correction of arithmetical errors discovered by the Engineer during the evaluation of Bids.

41. Bids determined to be substantially responsive will be checked by the Employer for any arithmetical
errors in computation and summation. Error will be corrected by the Employer. Where there is a
discrepancy between amount in figures and in works, lower amount will govern.
42. On completion of work, the contractor shall submit five sets (Hard copy), of as built drawings and
completion details and soft copy of the drawings on the compact disc (CD).
43. One set of drawings and all other documents relating to the works under contract shall be kept in the
site office and made readily available for discussions, examinations of the Engineer or his
representatives along with the testing equipment and machinery.
44. As soon the allotment letter is issued to the Contractor/Bidder, he will submit to the Employer his
work execution program to complete the works within the time indicated in the contract, in the form
of a Bar Chart for review of the Employer and make suggested modification before his approval of
the same. The approved bar chart shall be diligently and strictly followed with a view to complete the
works as per schedule. The progress & planning of works shall be reviewed from time to time and he
may modify the same depending upon the exigencies of the work and state of the works.
45. Contractor/Bidder is advised to read carefully all chapters and give complete information regarding
his proposals, substantiating the same with calculations, drawings literature, with clear reference to
any standards adopted (which are not mentioned in the tender), in such manner that there is no
ambiguity or nothing is left to chance. All relevant information, so as to make the proposal
understandable shall be given. Vague remarks and remarks like “will be given later” are not
acceptable. If in the opinion of the Employer, the proposal is grossly incomplete, this will form
sufficient reason for complete rejection of the tender on technical grounds.
46. The Contractor/Bidder shall not be allowed to change the price quoted on his own.
47. All initial defects shall be rectified to the entire satisfaction of the Employer. Damaged or non-
working parts shall be replaced at no extra cost to the Employer.
48. Water for construction & drinking purpose, Electric power, Electric connection or generator set
required for the execution of work shall be arranged by the Contractor/Bidder at his own expenses.

49. The Bidder/Firm/any Director of the firm, should not have been terminated/blacklisted/debarred in
any State Govt. / Board / Municipal Corporations /Central Govt./Any state Govt. Organization, Urban
Local body and/or its undertaking company or its SPV, Asian Development Bank/ World Bank or
similar international funding agencies organizations due to delay in projects during last five years.

SIGNATURE OF APPLICANT/ BIDDER

14
Signature of Applicant/Bidder

15
FORM OF AGREEMENT (On Stamp of Rs. 100/-)
Lump Sum-Cum-Item Rate Contract
(Note- This form is not be filled in by the bidder during e-tendering)
THIS INDENTURE made on the --------day of---------------20-- between
-----------------------------------------herein after called the contractor which expression shall where the context
so admits or implies be deemed to include his heirs, executors and administrations of the one part and
Employeron the other part which expression shall where the context so admits or implies, be deemed to
include his successor-in-office and assigns of the other part, WHEREAS the said Employer requires the
execution of certain works for-------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------herein after called the said
works which said works are more particularly described in the drawings and specifications hereto annexed
AND ALSO requires the provisions of the necessary material therefore and have caused the necessary
drawings and specifications and schedules of rates to be prepared and the contractor has delivered to the said
Employer a Tender for the execution of the said works and the provision of the said materials AND
WHEREAS the Employer has accepted such Tender subject to the provisions and condition here to attached :
NOW THIS INDENTURE WITNESSETH as follows :
In consideration of the covenant, for the Payment by and on behalf of the said Government here in
after contained, the contractor hereby covenants with the Employer that he will supply all necessary
materials, and execute and complete in a thoroughly sound and workmanlike manner and afterwards maintain
for the requisite period stated in the said Conditions all the works set out said specifications and schedules of
rates here to attached, signed by the contractor, and as explained in the said drawing hereto attached, and in
accordance, in every respect, with the requirements, stipulations and conditions hereto attached

In consideration of the covenants by the contractor hereinafter contained the said Employer here by
covenants with the contractor to pay to him for the execution, completion and maintenance of the work as a
aforesaid according to the rates.
The following documents shall be deemed to form and be read and construed as part of this agreement, viz :
i. The Letter of Acceptance/Award
ii. The Tender Document (Volume – I)
iii. The Tender Document (Volume – II)
iv. The Tender Document (Volume –III)
v. Corrigendum and all the Correspondence with the bidder after opening of bid
vi. All the Documents submitted by the bidder to fulfil the formalities for preparation of contract bond.

It is hereby agreed and declared that all the provision of the said conditions, drawings, specifications
and schedules of rates of marked.
And hereto attached shall be as binding upon the contractor and upon the said Employer as if the same
has been repeated herein and shall be read as part of these presents.
In witness where of the parties hereto have affixed their signature on the -------------- day of ----------
20--
Signature of Contractor
Witness:

Witness:

Signed on behalf of the Employer by


Witness:
Designation of the Officer
Witness:

16
LETTER OF UNDERTAKING

(To Be Filled During Tendering,On Non-Revenue Stamp of Rs. 10/-)

1. I/We.....................................................................................................have read the general and special


conditions of the contract which are appended to the tender and I/We agree to the conditions laid therein if
the contract is awarded to me/us.
2. I/We have also read the specifications, studied drawings, understood the scope of works included in
the tender and to be executed by me/us.
3. I/We have visited the site of works and, am/are well acquainted with the local practices, availability of
the materials and labour and their prevailing market rate.
4. I/We agree to abide by the departmental rules regarding deductions made in the bills like income tax,
security deposits and Trade Tax etc.
5. I/We do not ask for revision of rates due to any escalations in rates of materials or labour in the rates
quoted by me in this offer throughout the period of construction and completion of the works.
6. I/We keep the validity of our offer for 120 days from the date of opening of the tender.
7. I/We undertake to complete the works and hand over within the stipulated/allotted time for the,
completion of the works in good workman like manner.
8. I/We stand guarantee for the repair of the works to the full satisfaction of the department during the
maintenance period.
9. I/We have no doubts or un-cleared ambiguities regarding the specifications, details in the
drawings, scope of the works, and have fully understood our responsibilities in
executing and completing the works to the full satisfaction of the Employer.
10. I/We have based our tender rates having the full knowledge of the statements and facts. Should
my/our offer is accepted, I/we hereby agree to abide and fulfil the terms and conditions annexed
hereto and within 07 days of the date of receipt of an information of acceptance of my/our offer from
the Employer. I/We shall communicate in writing my/our acceptance of said offer and shall also
execute an agreement embodying the conditions hereto attached.
11. I/We also agree that the drawing, specifications, terms and conditions set-forth in the offer from the
Employer together with its acceptance thereof in writing by me/ us shall form part of the agreement.
12. I/We further agree that in the event of my/our failure to convey my acceptance of the offer to
the Employer within 07days (ten days) of its receipt, the Employer may withdraw offer and forfeit the
earnest money deposited by me/us.
13. Form No. 2 which contains form of agreement, shall be filled at the time of agreement on a non-
judicial stamp paper of Rs. 100.00 of U.P. Govt. along with a revenue stamp of Rs. 2.00 affixed on it.
The validity period will be 120days from the date of opening of tender.
14. AND that it is hereby agreed and declared that all the provisions of the said conditions drawings
specifications and schedules of rates hereto attached or mentioned, shall be as binding upon me/us and

17
upon the said Employer as if the same had been repeated herein and shall be read as part of these
presents.
15. That I/We do hereby solemnly state that I/We do not intend to migrate to any foreign country during
the period of the contract and that I/We will produce a clearance certificate from the Income Tax
Officer at the time of final payment or taking refund of the security deposit, if demanded.
16. I/We confirms that I/We are submitting the same documents in the hard copy which we have
submitted during online Bid Submission.
17. I/We undertake to abide by the following provision of G.O. No. G-2 1893/X-916-48 dated 7th June
1960.
“No person who has retired from Government services as an Engineer or Gazetted Officer is
employed or Engineering has employed any such retired Engineer or Gazetted Officer, is entitled to
tender for the notified work up to two years from the date of such retirement unless special permission
of the Government has been obtained and is furnished by the contractor along with his tender”. I/We
also agree that if it any time before acceptance of tender or thereafter I/We are found to have violated
the aforesaid provision, my/our tender and the contract, if entered into with me/us at option of the
Employer, be liable to immediate cancellation in which case my/our entire earnest money or the
security deposits (as the case may be) shall stand forfeited to the Employer and I/We shall have no
right to claim any compensation whatsoever, on account of the cancellation of our tender or contract.

WITNESS : SIGN. OF BIDDER/APPLICANT

WITNESS :

18
(EARNEST MONEY)

I/We deposit herewith an Earnest Money for Rs. ------ Lacs in the following form as per terms and

conditions laid down in the tender notice.

I/We also agree to deposit requisite security money as per terms and conditions of the tender

document.

The details of deposit of earnest money are given below:

Sl.No. Description Amount Name of Issuing


Rs. Bank/ P.O.

Note :

Earnest money shall be pledged in the name of Employer in the shape of FDR/CDR of any Nationalized
Bank/schedule commercial Public Sector Bank or NSC of Post office, valid upto 180 days from the date of
opening of technical bid. Tenders without earnest money or invalid earnest money will be rejected.

Date :

............................ Signature of Contractor

................................................... Name

........................................................ Address

19
CONDITIONS OF CONTRACT

LUMP SUM CUM ITEM RATE / PERCENTAGE RATE CONTRACT

1. INTERPRETATION
As provided in "Definitions & Interpretation" of e-tender Document.

2. TIME OF COMPLETION OF WORKS

The time allowed as set forth in Schedule-‘F’, for carrying out the works, and Schedule of important
Milestones as set forth in Schedule- ‘F’ shall be strictly observed by the contractor and shall be reckoned from
the date on which the order to commence work is given to the contractor or from the date of signing of
contract bond.

3. CONTRACTOR’S LIABILITY TO PAY COMPENSATION

The works shall throughout the stipulated period of the contract be proceeded with all due diligence (time
being deemed to be essence of the contract) and the contractor shall pay as compensation an amount equal to
1.00 % (One Percent) or such smaller amount as the Employer (whose decision in writing shall be final),
may decide on the amount of the cost work remain un- commenced or unfinished or delayed work per day
after the stipulated dates And further to ensure good progress during the execution of the works the contractor
shall be bound to complete the works as per time and progress chart (schedule of milestone) duly approved by
the Engineer and in case the above chart is not prepared then one fourth of the whole of the works before one
fourth of the whole time allowed under this contract has elapsed, one half of the work before one half of such
time has elapsed and the three fourths of the work before three fourths of such time has elapsed or in
accordance of the time schedule of the all milestones of the tendered job. In the event of the contractor failing
to comply with these conditions, he shall be liable to pay as compensation an amount equal to 1.00 % (One
Percent) or such smaller amount as the Employer (whose decision in writing shall be final) may decide on the
amount of the cost work remain un- commenced or unfinished or delayed work per day. PROVIDED
ALWAYS that the entire amount of compensation to be paid under the provisions of this clause shall not
exceed 10% of the total work cost. It will be applicable on Quarterly / Half Yearly / Third Quarterly or overall
targets also. Total Compensation liability will be maximum upto 10% of construction cost.

The amount of compensation may be adjusted or set-off against any sum payable to the Contractor under
this or any other contract with the Employer. In case, the contractor does not achieve a particular milestone
mentioned in schedule F(schedule of time of completion), or the re-scheduled milestone(s) submitted by him
and accepted by the Employer, the amount shown against that milestone shall be withheld, to be adjusted
against the compensation levied at the final grant of Extension of Time. With-holding of this amount on
failure to achieve a milestone, shall be automatic, without any notice to the contractor. However, if the
contractor catches up with the progress of work on the subsequent milestone(s), the withheld amount shall be
released. In case the contractor fails to make up for the delay in subsequent milestone(s), amount mentioned
against each milestone missed subsequently also shall be withheld. However, no interest, whatsoever, shall be
payable on such withheld amount.

4. RIGHTS OF BREACH OF CONTRACT

In any case in which Employer under any clause or clauses of these conditions the contractor shall have
rendered himself liable to pay compensation amounting to the whole of the security deposit whether deducted

20
in one sum or deducted by instalment, the Employer shall have power to adopt any of the following course as
he may deem best suited to the interest of Government.

(a) To rescind the contract of which rescission notice in writing to contractor under the hand of the Employer
shall be conclusive evidence and in which case the security deposit of the Contractor together with such sum
or sums due to him under this contract shall stand forfeited and be absolute at the disposal of the said
Employer.

(b) Or determine the contract and call in another Contractor or employ daily labour to dismantle bad work, if
necessary (the bad work to be certified by the Employer whose decision shall be final), and to renew and
complete the said work and pay the cost of such contractor for the daily labour and price of material required
for such dismantling, renewing and completion out of the said security deposit for such sum or sums as may
be due to the contractor under this contract and if such cost be more than the amount made up of the security
money and the sum or sums due to the contractor under this contract, the difference between it and sum made
by the security money and the balanced due to the contractor as aforesaid shall be a debt due from the said
contractor to the said Employer. In the event of either of the above course being adopted by the Employer, the
contractor shall have no claim to compensation for any loss sustained by him by reasons of his having
purchased or procured any materials or entered into any agreements, or made any advances on account of or
with view to the execution of the work or the performance of the contract. And in case the contract shall be
rescinded under the provision aforesaid, the contractor shall not be entitled to recover or be paid any sum for
any work therefore actually performed under this contract, unless and until the Employer shall have certified
in writing the performance of such work and the value payable in respect thereof, and he shall only be entitled
to be paid the value so certified.

Contract can be determined also on following issues

Subject to other provisions contained in this clause, the Employer may, without prejudice to his any
other rights or remedy against the Contractor in respect of any delay, inferior workmanship, any
claims for damages and/or any other provisions of this contract or otherwise, and whether the date of
completion has or has not elapsed, by notice in writing absolutely determine the contract in any of the
following cases:

(i) If the contractor having been given by the Employer a notice in writing to rectify, reconstruct or replace
any defective work or that the work is being performed in an inefficient or otherwise improper or un
workman like manner shall omit to comply with the requirement of such notice for a period of seven days
thereafter.

(ii) If the contractor has, without reasonable cause, suspended the progress of the work or has failed to
proceed with the work with due diligence so that in the opinion of the Employer (which shall be final and
binding) he will be unable to secure completion of the work by the date for completion and continues to
do so after a notice in writing of seven days from the Employer.

(iii) If the contractor fails to complete the work within the stipulated date or items of work with individual
date of completion, if any stipulated, on or before such date(s) of completion and does not complete them
within the period specified in a notice given in writing in that behalf by the Employer.

(iv) If the contractor persistently neglects to carry out his obligations under the contract and/ or commits
default in complying with any of the terms and conditions of the contract and does not remedy it or take
effective steps to remedy it within 7 days after a notice in writing is given to him in that behalf by the
Employer.

(v) If the contractor had secured the contract as a result of wrong tendering or other non-bonafide methods of
competitive tendering or commits breach of Integrity Agreement.

(vi) If the Contractor being a company shall pass a resolution or the court shall make an order that the
company shall be wound up or if a receiver or a manager on behalf of a creditor shall be appointed or if

21
circumstances shall arise which entitle the court or the creditor to appoint a receiver or a manager or
which entitle the court to make a winding up order.

(vii) If the contractor assigns, transfers, sublets (engagement of labour on a piece-work basis or of labour with
materials not to be incorporated in the work, shall not be deemed to be subletting) or otherwise parts with
or attempts to assign, transfer, sublet or otherwise parts with the entire works or any portion thereof
without the prior written approval of the Employer.

5. NON-EXERCISE OF CONTRACTOR’S LIABILITY TO PAY COMPENSATION

In any case in which any of the power conferred upon the Employer by Clause 4 hereof, shall have become
exercisable and the same shall not be exercised, the non-exercise thereof shall not constitute a waiver of any
the conditions hereof, any such powers shall not withstanding be exercisable in the event of any future case of
default by the contractor for which, by any clause or clauses hereto he is declared liable to pay compensation
amounting to whole of his security deposit and the liability of the contractor for past and future compensation
shall remain unaffected. In the event of the Employer putting in force either of the powers (a) or (b) vested in
him under the preceding clause, he may, if he so desires, take possession of all or any tools, plant, materials,
and stores in or upon the works the site thereof or belonging to the contractor or procured by him intended to
be used for the execution of the work or any part thereof, paying or allowing for the same into account at
prevailing market rates to be certified by the Employer, whose certificate thereof shall be final, otherwise the
Employer may give notice in writing to the contractor or his other authorized agent require him to remove
such tools, plants, materials or stores from the premises (within a time to be specified in such notice), the
Employer may remove them at the Contractor’s expenses or sell them by auction or private sale on account of
the contractor and at his risk in all respects, and the certificate of the Employer as to the expense of any such
removal, and the amount of the proceeds and the expense of any such sale be final and the conclusive against
the contractor.

6. EXTENSION OF TIME:

If the contractor shall desire an extension of time or rescheduling of Mile stones for construction of the work
on the ground of his having been unavoidably hindered in its execution or any other ground, he shall apply in
writing to the Employer within seven days after the date of hindrance on account of which he desires such
extension as aforesaid, and the Employer shall grant extension, if in his opinion (which shall be final), be
reasonable.

6.1 Extension of time where no compensation is levied under clause-3:

If the work(s) be delayed by:-

(i) Force majeure, or


(ii) Abnormally bad weather, or
(iii) Serious loss or damage by fire, or
(iv) Civil commotion, local commotion of workmen, strike or lockout, affecting any of the trades employed
on the work, or
(v) Delay on the part of other contractors or tradesmen engaged by Employer in executing work not
forming part of the Contract, or
(vi) Pending permission of crossing of pipe line or drain/road cutting or work in the land of the
department/tree cutting by concerned authorities i.e. Local Bodies, PWD, NH, NHAI, Forest, Defense,
Railways and local administration etc.
(vii) Delay in land acquisition or title dispute or pendency at Court at Law.
(viii) Stoppage of work by local administration due to any law and order condition or due to any code of
conduct during any municipal or assembly or parliament election.
22
(ix) Due to change in technology, alteration and deviation in specifications of materials and works and
change in scope of work or increase in quantum of work.
(x) Any other cause which, in the absolute discretion of the Employer is beyond the Contractor’s control.
Then upon the happening of any such event causing delay, the Contractor shall immediately give notice
thereof in writing to the authority as indicated in Schedule ‘F’ but shall nevertheless use constantly his best
endeavours to prevent or make good the delay and shall do all that may be reasonably required to the
satisfaction of the Employer to proceed with the works. The contractor may be allowed a reasonable
extension of time for delay on these grounds by the Employer However lawful deviation in rates may be
allowed by the Employer due to change in technology and due to alteration and deviation in specifications of
materials and works beyond the scope of this tender as per terms set forth in clause-13 (Alternation in
specification and drawings) below.

As soon as possible after the Contract is concluded, the Contractor shall submit a Time and Progress Chart for
each mile stone and get it approved by the Department. The Chart shall be prepared in direct relation to the
time stated in the Contract documents for completion of items of the works. It shall indicate the forecast of the
dates of commencement and completion of various trades of sections of the work and may be amended as
necessary by agreement between the Employer and the Contractor within the limitations of time imposed in
the Contract documents, and further to ensure good progress during the execution of the work, the contractor
shall in all cases in which the time allowed for any work, exceeds one month (save for special jobs for which a
separate programme has been agreed upon) complete the work as per mile stones given in Schedule ‘F’.
The Contractor shall prepare an integrated programme chart in MS Project/Primavera software for the execution of work,
showing clearly all activities from the start of work to completion, with details of manpower, equipment and machinery
required for the fulfillment of the programme within the stipulated period or earlier and submit the same for approval to
the Employer within ten days of award of the contract. The programme chart should include the following:

a. Descriptive note explaining sequence of the various activities.


b. Network (PERT / CPM / BAR CHART).
c. Programme for procurement of materials by the contractor.

Programme of procurement of machinery/equipment having adequate capacity, commensurate with the


quantum of work to be done within the stipulated period, by the contractor. In addition to above, to achieve
the progress of Work as per programme, the contractor must bring at site adequate shuttering material required
for cement concrete and R.C.C. works etc. for three months within one month from the date of start of work
till the completion of RCC work as per requirement of work. The contractor shall submit shuttering schedule
adequate to complete structure work within laid down physical milestone.
If at any time, it appears to the Employer that the actual progress of work does not conform to the approved programme
referred above or after rescheduling of milestones, the contractor shall produce a revised programme within 7 (seven)
days, showing the modifications to the approved programme to ensure timely completion of the work. The modified
schedule of programme shall be approved by the Employer.

The submission for approval by the Employer of such programme or such particulars shall not relieve the contractor of
any of the duties or responsibilities under the contract. This is without prejudice to the right of Employer to take action
against the contractor as per terms and conditions of the agreement.

6.2 Non application by the contractor for extension of time/rescheduling of the milestones shall not be a bar
for giving a fair and reasonable extension/ rescheduling of the milestones by the authority as indicated in
Schedule ‘F’ and this shall be binding on the contractor.

6.3 In case, the work cannot be started due to reasons not within the control of the contractor, as in 6.1 above,
within 25% of the stipulated time for completion of work or two month whichever is higher, either party
may close the contract. In case contractor wants to close the contract, he shall give notice to the Employer
stating the failure on the part of the Employer. In such eventuality, the Performance Guarantee of the
Contractor shall be refunded within 30 days, however no interest shall be payable to Contractor on this
account and fresh tenders will be called.

23
6.4 All risks of loss of or damage to physical property and of personal injury and death which arise during and
in consequence of the performance of the Contract other than the excepted risks, referred to in clause 6.1,
are the responsibility of the Contractor.

7. ENGINEER’S CERTIFICATE OF COMPLETION:

On completion of the work the contractor shall be furnished with a certificate by the Employer of such
completion, but not such certificates shall be given nor shall the work be considered to be completed until the
works shall have been measured by the Employer, whose measurement shall be binding and conclusive
against the contractor and the contractor shall have removed from the premises on which the work has been
executed all scaffolding, surplus materials and rubbish and cleaned off all dirt and debris in upon or about the
premises of which he may had possession for the purpose of executing the said works. If the contractor shall
fail to comply with the requirements of this clause as to removal of scaffolding, surplus materials and rubbish
and cleaning of all dirt and debris on or before the date fixed for the completion of work/s the Employer may
at the expenses of contractor remove such Scaffolding, surplus materials and rubbish and dispose of the same
as he thinks fit and clean off such dirt and debris of all expenses so incurred and shall have no claim in respect
of any such scaffolding or surplus materials as aforesaid except for any sum actually realized by the sale
thereof after deducting the aforesaid expenses. Completion certificate shall be issued on receipt of approval
from Third Party Agency.

8. PAYMENTS:

On measurements of the work done for the convenience of the contractor, interim payments shall ordinarily be
made monthly but final payments shall not be made until the whole of the work shall have been completed and
certificate of the completion of the work given and it shall be lawful for the said Engineer to deduct a sum
equal to 10% of the said payment, if required, and such sum or sums to be held in deposit as further
security for the due performance of the conditions of this contract, provided always that the Engineer may
refuse to advance such payments if in his opinion the progress of the work or the conduct of the contractor is
not satisfactory or the contractor has in any other way done or neglected to do anything so as to make it
doubtful whether the works will be completed by him in accordance with the contract. But all such interim
payments shall be recorded as payments by way of advance against the final payments only and as payment of
work actually done and completed and not regular the requiring of bad unsound and imperfect or unskillful
works to be removed and taking a way or reconstructed or re-erected or be recognized as on admission of the
due performance of the contract or any part thereof in any respect of the accruing of any claim, nor shall it
conclude, determine or effect in any way the powers of the Engineer under these conditions or any of them as
to the final settlement and adjustment of the account or otherwise or in any other way vary or affect this
contract. The final bill shall be submitted by the contractor within one month of the date fixed for the
completion of the work otherwise the Engineer's certificate of the measurements (due notice having given
before hand to the contractor of the date of such measurements) and of total amount payable for the works
accordingly shall be final and binding on all parties. No interest/compensation will be paid by department on
account of any delay in payment. No Additional Performance Secuity will be taken from the contractor. In
any unforeseen reason which is not covered in document/agreement paras, the employer may withheld the
10% of RA Bill, which will be released after rectification of such issues. All the payments shall be released on
receipt of recommendation and report from Third Party Agency. In case of JV, Payment will be made to the
joint account of both the partners

8.1 If performance security deposit taken less than 10% of the tendered cost initially then the rest security deposit
shall be deducted from the running bills and the final bill of the contractor to recoup the amount of security

24
deposit as mentioned. The security deposit as deducted above can be released against bank guarantee issued
by a scheduled commercial bank/nationalized bank, on its accumulations to a minimum of Rs. 5 lacs subject to
the condition that amount of such bank guarantee, except last one, shall not be less than Rs. 5 lacs. Provided
further that the validity of bank guarantee shall be valid up to 30 days after Defect liability period/ O&M
Period and is extended from time to time depending upon extension of contract granted under provision of
clause 6 above.

8.2 If rates quoted by contractor in Schedule –G are more than 15% below SOR or approved estimated cost of
tendered work, one percent additional security for performance shall be deducted from bills of contractor
for satisfactory completion of work which shall be returned after completion of work in all respect;
however no interest or compensation shall be given on this account to contractor.The above said one
percent additional security can also be submmitted in the form of BG/FDR for avoiding deduction in
Running bilsl.

9. BILL TO BE SUBMITTED ON PRESCRIBED FORM:

The contractor shall submit all bills on the prescribed forms to be had on application at the office of the
Engineer and the charges in the bills shall always be entered at the rates given in the schedule of rates hereto
attached, or in the case of an extra work ordered in pursuance of these conditions and not mentioned or
provided for the Tender, at the rates hereinafter to be agreed upon.

9.1 Operation & Maintenance – Payments shall be made in 12 equal instalments of the quoted value of any
particular year on monthly basis. However this will be subject to standard deductions as mentioned above
besides deduction on penalties on failure of providing water to the consumer will also be applied if
applicable.

10. Due to any unavoidable condtion, progress of work shall not affect the payments and completion of scheme.
For such no compensation shall be entertained.

11. MATERIAL AND PLANT OF THE CONTRACTOR:

All materials brought by the contractor upon the site of the works shall be deemed to be the property of the
Employer and shall not on any account be removed from the site of the works during the execution of the
works and shall at all times be open to inspection by the Engineer. The Engineer on the completion of the
works or upon the stoppage of the works as provided for in clause 14 of this contract shall have an option of
taking over any such unused materials at prevailing market rates, with the provision that the price allowed to
the contractor shall not exceed the amount originally paid by him for the same as he (the Engineer) shall desire
upon giving a notice in writing under his within seven days of the completion of the works to that effect, and
all materials not so taken over by the Engineer shall cease to be the property of the Employer and the
contractor shall have no claim for compensation on account of any such materials as aforesaid which are not
so taken over by the said Engineer, unused by him (the Contractor) or for any wastage in or damage to any
such materials.

12. WORKS TO BE EXECUTED IN ACCORDANCE WITH THE SPECIFICATION

The contractor shall execute the whole and every part of the work in a most substantial and workman like
manner both as regards to materials and otherwise in every respect in strict accordance with the specifications.
The contractor shall also confirm exactly and faithfully to the design, drawings and instructions in writing
relating to the work signed by the Engineer.

The contractor shall comply with the provisions of the contract and with the care and diligence execute and
maintain the works and provide all labour and materials, tools and plants including for measurements and
supervision of all works, structural plans and other things of temporary or permanent nature required for such
25
execution and maintenance in so far as the necessity for providing these, is specified or is reasonably inferred
from the contract. The Contractor shall take full responsibility for adequacy, suitability and safety of all the
works and methods of construction.

13. ALTERATION IN SPECIFICATION AND DRAWINGS:

The Engineer shall have powers to make any alteration or additions to the original specifications, drawings
and instructions that may appear to him, to be necessary or advisable during the progress of the work, and the
contractor shall be bound to carry out the work in accordance with any instruction which may be given to him
in writing signed by the Engineer and such alterations shall not invalidate this contract and any additional
work which the contractor may be directed to do in the manner above specified as part of the work shall be
carried out by the contractor on the same conditions in all respect on which he agreed to do the main work,
and at the same rates as are specified in the Schedule of Rates marked, 'G' for the main work and the rate
quoted by the contractor in Schedule- ’G ’ for item or items of work shall vary on either side as per
variation on technical field requirement. No escalation shall be paid during contract period as given in
schedule ‘F’ from the date of commencement of work and no variation shall be paid on the items
covered in BOQ under the head supply items. And should any alteration necessitate a curtailment of the
work described in the specifications and shown on the drawings, it shall be lawful for the Engineer to deduct
from the sum of contract value of this contract as a sum equal to the amount that the curtailed portion of the
work if carried out would have cost based upon the rates set forth in the schedule of rates marked 'G'. The time
for the completion of the work shall be extended if applied for by contractor in writing in the proportion that
the additional work bear to the original contract work and the certificate of the Engineer shall be conclusive as
to such extension.

And if the additional work includes any class of work which no rates provided in this contract, then such class
of work shall be carried out at rates to be agreed upon between the Employer and contractor in writing prior to
the work being taken in hand. The basis for fixing such rates shall ordinarily be the U.P. Jal Nigam schedule
of rates for the district and if not covered by it, SOR of PWD/ UP Irrigation Dept./CPWD will apply. Provided
always that if the contractor shall commence work or incur any expenditure in regard thereto before the rate
shall have been determined as lastly therein before, mentioned, then and in such case he shall only be entitled
to be paid in respect of the work carried out or expenditure incurred by him prior to the date of the
determination of the rates as aforesaid according to such rate or rates shall be fixed by the Employer. In the
event of a dispute, the decision of the Employer shall be final.

14. NO COMPENSATION FOR ALTERATION IN OR REDUCTION OF WORK TO BE CARRIED


OUT:

If at any time after the commencement of the work the Employer shall for any reason whatsoever not require
the whole thereof as specified in this contract to be carried out, the Employer shall give notice in writing of the
fact to the contractor and upon the receipt of such notice in writing the works under this contract shall cease
and the contractor shall have no claim to any payment or compensation whatsoever on account of any profit or
advantage which he might have derived from the execution of the works in full, but which he did not derive in
consequence of the full amount of the works not having been carried out, neither shall he have any claim for
compensation by reason of any alterations having been made in the original specifications, drawings and
instructions which shall involve any curtailment of the work as originally contemplated.

15. ACTION AND COMPENSATION PAYABLE IN CASE OF BAD WORK:

If it shall appear to the Employer or his subordinate in charge of the works that any works has been executed
with imperfect or unskilled workmanship or with materials of any inferior description or that any materials or
articles provided by the contractor, for the execution of the works are unsound or of a quality inferior to that
contracted for or otherwise not in accordance with the contract, the contractor shall on demand in writing from
the Engineer specifying the work materials or articles complained of forthwith rectify remove demolish and
reconstruct the work so specified in whole or in part as the case may require or as the case may be, remove the
materials or articles so specified and provide other proper and suitable materials or articles at his own proper
charge and cost, and in the event of his failing to do so within a period to be specified by the Engineer in his
26
demand aforesaid, then the contractor shall be liable to pay compensation at the rate of 1.00 % (one percent)
for such smaller amount as the Employer (whose decision in writing shall be final) may decide, on the
amount of the cost of the bad quality work for every day not exceeding ten days, while his failure to do shall
continue, and in case of any such failure the engineer may rectify remove, demolish and reconstruct the work,
or remove and replace with others the materials or articles complained of, as the case may be at the risk and
expense in all respect of the contractor and such expenses may be deducted from such sum as may be due to
the contractor or may become due to him and from his security deposit. A construction by the Engineer as to
the amount of the expenses incurred shall be final and binding upon the contractor.

16. WORKS TO BE OPEN TO INSPECTION:

All works under or in course of execution or executed in pursuance of the contract shall at all times be open to
the inspection of Engineer and his subordinate and the contractor shall all times during the usual working
hours and at the all other times of which reasonable notice of the intention of the Engineer or his subordinate
to visit the works shall have been given to the contractor, either himself be present to revive orders and
instructions or have a reasonable agent duly accredited in writing present for the purpose. Orders given to the
contractor's agent shall be considered to have the same force as if they had been given to the contractor
himself. Verbal orders shall not be considered as binding on either party until they are confirmed in writing
signed by the Engineer. The work is subjected to Third Party Agency/Vigilance cell checking and its all
recommendations/findings which shall be binding on the Contractor. The Contractor shall, without extra
charge provide all assistance with every appliance, labour, access, safety and other things necessary for
inspection.

17. NOTICE TO BE GIVEN BEFORE WORK IS COVERED UP :

The contractor shall give not less than five days' notice in writing to the Engineer or his duly authorized
assistant in charge of the work before covering up, for otherwise placing by beyond the reach of measurement
any work in order that the same may be measured and correct dimensions thereof be taken before the same is
so covered up or placed beyond the reach of measurement and shall not cover up or place beyond the reach of
measurement any work without the consent in writing of the Engineer or his duly authorised assistant in
charge of the work, and if any work shall be covered, up or replaced beyond the reach of measurement without
such notice having been given or consent obtained the same shall be uncovered at the contractor's expense, or
in default thereof no payment or allowance shall be made for such work or the materials with the same was
executed.

18. CONTRACTOR LIABLE FOR DAMAGE DONE AND IMPERFECTION:

If the contractor or his work people or servants shall break, de-fence, injury or destroy and part of a building,
in which they be working or any building, road, fence, enclosure, land or cultivated ground continuous to the
premises on which the work any part of it is being or executed, if any damage shall happen to the work, which
in progress, from any cause whatever or any imperfections become apparent in it within months after the final
certificate of its completion shall have been given by the Engineer as aforesaid, the contractor shall make the
same good at his own expense, or in default the Engineer may cause the same to be made good by other
workman, and deduct the expenses (of which the certificate of the Engineer shall be final). From any sum that
may be then or at any time thereafter may become, due to the contractor or from his security deposit. All
compensation, loss or damage to physical property and of personal injury or death of any or more persons,
which arise during and in consequences of the performance of the contract due to his negligence or
overlooking of safety measures.

27
19. CONTRACTOR TO SUPPLY LABOUR, PLANT, LADDERS, SCAFFOLDINGS, etc.:

The contractor shall supply at his own cost all labour skilled and unskilled and all things necessary, such
as plants, tools, appliances, implements, ladders, cordage, tackle, scaffolding, shoring, shuttering, pumps, boilers,
fuel, oils, packing, derrick, boring tools, winches and power as well as all other apparatus and temporary work
requisite or proper for the proper execution of the works, whether original, altered or substituted and whether
included in the specifications or other documents part of the contract or to in these considerations or not which
may be necessary for the purpose of satisfying or complying with the requirements of the Engineer as to any
matter as to which under these conditions he is entitled to be satisfied or which he is entitled to require, together
with carriage therefore to and from the work. The contractor shall also supply without charge the requisite
number of persons, with the means and things necessary for the purpose of setting out the works, and counting,
weighting and assisting the measurement and examination at any time and from time to time of the work done or
materials supplied by him. Failing his so doing the same may be provided by the Engineer at the expense and risk
of the contractor and the expenses (of which the certificate of the Engineer shall be final) may be deducted from
any money due to the contractor under this contract or from his security deposit. The contractor shall also
provide at his own expense all necessary fencing and light required to protect the public from accident, and shall
assume all liability for and indemnity the Employer against all actions or suits arising out of or in connection with
the carrying out of the works whether such actions are brought by members of the public, neighbouring owner or
workmen employed on works, save only actions for permanent interference with casements to which the site may
be subject at law or in equity or otherwise arising out title of the site. The contractor shall in carrying out works
confirm to the statutory and other legal enactment applicable to them and give all notices and pay all fees payable
to local authorized and others in respect of them. The contractor shall be responsible for the adequacy, strength
and safety of all shoring, structuring, bounding, curbing, brick work, masonry concrete permanent or temporary,
appliances, matter and things furnished by him for the purpose of this contract.

20. FEMALE LABOUR:

No female labour shall be employed within the limits of a cantonment.

21. WORKS NOT TO BE SUBLET :

This contract or any part thereof shall not be allowed to sublet. It means contractor/agency will not enter into
any agreement with other party for a work or part of work on back-to-back basis.

22. SUM PAYABLE BY WAY OF COMPENSATION:

All sums payable by way of compensation under any of these conditions shall be considered as reasonable
compensation to be applied to the use of the said Employer, without reference to the actual loss or damage
sustained, and whether or not any damage shall have been sustained.

23. WORKS TO BE UNDER DIRECTION OF ENGINEER:

All works to be executed under the contract shall be executed under the direction and subject to the approval
in all respect of the Employer for the time being who shall be entitled to direct at what point or points and in
what manner they are to be commenced and from time to time carried on.

24. ACTIONS WHERE NO SPECIFICATION:

In the case of any class of work of which there is no mention in the specification such work shall be carried
out in all respect in accordance with the Bureau of Indian standards Specifications. In case there are no such
specifications in Bureau of Indian Standards, the work shall be carried out as per manufacturers’ specifications
or as per Jal Nigam/CPWD/UPPWD specifications. In case there are no such specifications, the work shall be
carried out as per instructions and requirements of the Employer.

28
Contractor will responsible for taking power connection and related all formalities to be completed along with
providing approved estimates by the Power Corporation. For such expenses the payment shall made by the
Employer directly to the Power Corporation.

25. CONTRACTOR TO EMPLOY COMPETENT PERSONNEL:

During the execution of the works and until the work is taken over by the order of the Employer, the
contractor shall employ competent personnel as may be necessary for the proper execution of the "WORKS"
(and then work is carried on day and night there shall be separate team of personnel in shifts) who shall be
engaged constantly on the works to ensure proper management and efficient control.

26. EARNEST MONEY AND RECEIPT OF AND POWER AS TO SECURITY MONEY

26.1 The earnest money as specified in tender notice must be enclosed with the tender in the shape of
FDR/NSC/CDR of a nationalized bank /Post Office Saving Account duly pledged in the name of
Employer.
26.2 The Employer has received from the Contractor the sum of .......... of construction cost/O&M cost, the
receipt of which is hereby acknowledged. This said sum together with the sum deducted from
contractors bill as performance security (i.e. 10% total) shall be held as security for the
performance of all the conditions and stipulation of the contract, If not confirmed under the
provisions of this contract, the security money will be returned to contractor after 01 month of defect
liability period (DLP) for construction work and 01 month after O&M completion for O&M work.
26.3 Fixed deposits receipts of the Nationalized Bank or any other Schedule commercial Public Sector Bank
which have any branch in the District, shall also be accepted as security provided that all such fixed
deposits receipts must be issued in the name of the Employer, and that they will be accepted as security
on the conditions that Employer will hold the deposit at the risk of depositor and will not be liable in the
event of the loss of the security due to failure of the Bank or to any other cause, and that if the security
is lost the loss will fall on the depositor who will have to deposit fresh security.
26.4 All compensations or the other sums of money payable by the contractor under the terms of this contract
may be deducted from, or paid by the sale of a sufficient part of his security deposit or from the interest
arising there from, or from any sums which may be due to or may become due to the contractor by
Government on any account whatsoever and in the event of his Security Deposit being reduced by
reason of any such deductions or sale as aforesaid, the contractor shall within 10 days make good in
cash or fixed deposit receipt tendered by the State Bank of India or by Scheduled / nationalized Banks
(if deposited for more than 12 months) endorsed in favour of the Employer, any sum or sums which
may have been deducted from, or raised by sale of his security deposit or any part thereof.

26.5 The Performance Guarantee or security for the due performance of execution of works shall be valid up
to 01 month after defect liability period (DLP) and the Performance Guarantee or security for the due
performance of 10 years O&M works shall be valid up to 01 month after 10 years O&M period. The
performance guarantee shall be returned to the contractor, as mentioned in para 26.2, without any
interest.

27. WORKMEN'S COMPENSATION ACT :

In every case in which by virtue of the provision of section 12, sub-section (i) of the Workmen’s
Compensation Act, 1923, Employer is obliged to pay compensation to a workman employed by the contractor
or by any sub-contractor from him in the execution of the said work, Employer will recover from the
contractor the amount of the compensation so paid; and, without prejudice to the rights of Government under
29
section 12, sub-section (2) of the said Act, the Employer shall be at the liberty to recover such amount or any
part thereof by deducting it either from the earnest money or security deposited by the contractor or to his
credit under Clause-20 of these conditions or from any other sum due by the Employer to the contractor under
this contract or otherwise.

28. The Employer shall not be bound to contest any claim made against it under section-12, sub-section (1) of the
said Act, except on the written request of the Contractor and upon his giving to full security the Employer for
all costs for which the Employer might become liable in consequence of contesting the claim.

29. DISMANTLED MATERIAL GOVT. PROPERTY

The contractor shall treat all materials obtained during dismantling of a structure, excavation of the site for a
work, etc. as Government’s property and such materials shall be disposed off to the best advantage of
Government according to the instructions in writing issued by the Employer.

30. LIEN IN RESPECT OF CLAIMS IN OTHER CONTRACTS

Any sum of money due and payable to the Contractor (including the security deposit returnable to him) under the
contract may be withheld or retained by way of lien by the Employer or any other contracting person or
persons through Employer against any claim of the Employer or such other person or persons in respect of
payment of a sum of money arising out of or under any other contract made by the contractor with the
Employer or with such other person or persons.

It is an agreed term of the contract that the sum of money so withheld or retained under this clause by the
Employer will be kept withheld or retained as such by the Employer or till his claim arising out of the same
contract or any other contract is either mutually settled or determined by the arbitration clause or by the
competent court, as the case may be and that the Contractor shall have no claim for interest or damages
whatsoever on this account or on any other ground in respect of any sum of money withheld or retained under
this clause and duly notified as such to the contractor.

31. UNFILTERED WATER SUPPLY

The contractor(s) shall make his/their own arrangements for water required for the work and nothing extra will
be paid for the same. This will be subject to the following conditions.

(i) That the water used by the contractor(s) shall be fit for construction purposes to the satisfaction of the
Engineer.
(ii) The Engineer shall make alternative arrangements for supply of water at the risk and cost of contractor(s) if
the arrangements made by the contractor(s) for procurement of water are in the opinion of the Engineer,
unsatisfactory.

32. DEPARTMENTAL WATER SUPPLY, IF AVAILABLE (Deleted)

33. ALTERNATE WATER ARRANGEMENTS

1. The contractor(s) shall make his/their own arrangement of water connection and laying of pipelines from
existing main of source of supply.

2. Where there is no piped water supply arrangement and the water is taken by the contractor from the wells or
hand pump constructed by the Government, no charge shall be recovered from the contractor on that account.
The contractor shall, however, draw water at such hours of the day that it does not interfere with the normal
use for which the hand pumps and wells are intended. He will also be responsible for all damage and abnormal
repairs arising out of his use, the cost of which shall be recoverable from him. The Engineer-in-Charge shall
30
be the final authority to determine the cost recoverable from the contractor on this account and his decision
shall be binding on the contractor.

3. The contractor shall be allowed to construct temporary wells in Government land for taking water for
construction purposes only after he has got permission of the Engineer-in- Charge in writing. No charges shall
be recovered from the contractor on this account, but the contractor shall be required to provide necessary
safety arrangements to avoid any accidents or damage to adjacent buildings, roads and service lines. He shall
be responsible for any accidents or damage caused due to construction and subsequent maintenance of the
wells and shall restore the ground to its original condition after the wells are dismantled on completion of the
work.

34. LEVY/TAXES/ROYALTY PAYABLE BY CONTRACTOR

Rates are inclusive of all taxes , levy , royalty etc but excluding of GST .

(i) GST will be paid on prevailing rates to contractor .


(ii) Cess at prevailing rates will be deducted in bills and deposited such deducted amount by employer .
(iii) TDS as applicable shall be deducted from bills of contractor for which certificate shall be issued .

35. CONDITIONS FOR REIMBURSEMENT OF LEVY/TAXES IF LEVIED AFTER RECEIPT OF


TENDERS

(i) All tendered rates shall be inclusive of all taxes, lbour cess and levies payable under respective statutes but
excluding GST only. However, if any further tax or levy or cess is imposed by Statute, after the last stipulated date
for the receipt of tender including extensions if any and the contractor thereupon necessarily and properly pays such
taxes/levies/cess. Employer is not responsible to pay such variation, attributable to delay in execution of work
within the control of the contractor.
(ii) The contractor shall keep necessary books of accounts and other documents for the purpose of this condition as may
be necessary and shall allow inspection of the same by a duly authorized representative of Engineer and shall also
furnish such other information/document as the Engineer may require from time to time.
(iii) The contractor shall, within a period of 30 days of the imposition of any such further tax or levy or cess, give a
written notice thereof to the Engineer that the same is given pursuant to this condition, together with all necessary
information relating thereto.

36. TERMINATION OF CONTRACT ON CONTRACTORS DEATH, BECOMING INSOLVENT,


INSANE OR IMPRISONED:

In the event of the death of the contractor & his firm (where the contractor being in partnership), becomes
dissolved or a corporation goes into liquidation, the contact may be terminated by notice in writing posted at
the site of the works and advertised in one of the issue of a newspaper and all acceptable works shall be paid,
after recovering all the dues at appropriate rates without compensation to the contractor, to the person or
persons entitled to receive such payment.

37. ADVANCE:10% of the Contract Value can be made as a mobilization advance against a bank guarantee of
110% of advance amount. The recovery will be made with 10% interest on the advance amount. The recovery
of advance payment will commence after the 20% of the value of the works from Running Account bill
(RAB) at the rate of 15% and complete advance amount will be recovered before completion of 80% of the
value of the works.

38. INSURANCE

38.1 The Contractor at his cost shall provide, in the joint names of the Employer and the Contractor,
insurance cover from the Start Date to the Date of Completion, in the amounts and deductibles per
prevailing government regulations and stated in the Contract. Data for the following events which are
due to the Contractor's risks:'
a) Loss of or damage to the Works, Plant and Materials;
b) Loss of or damage to Equipment;
31
c) Loss of or damage to property (except the Works, Plant, Materials, and Equipment) in connection
with the Contract; and
d) Personal injury or death.

38.2 Insurance policies and certificates for insurance shall be delivered by the Contractor to the Employer for
his approval before the completion date which will be inclusive of defect Operation & Maintenance
Period. All such insurance shall provide for compensation to be payable in Indian Rupees to rectify the
loss or damage incurred.

38.3 Alterations to the terms of insurance shall not be made without the approval of the Employer and both
parties shall comply with any conditions of the insurance policies.

38.4 The Contractor shall maintain workmen compensation policy for its works and sub-contractors workers
as per applicable rules.

39. COMPLIANCE WITH LABOUR REGULATIONS

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

40. DRAWINGS AND PHOTOGRAPHS OF THE WORKS

40.1 The contractor shall do photography/video photography of the site firstly before the start of the work,
secondly mid-way in the execution of different stages of work and lastly after the completion of the
work and all important events of work or as per direction of Engineer. No separate payment will be
made to the contractor for this.

40.2 The Contractor shall not disclose details of Drawings furnished to him and works on which he is
engaged without the prior approval of the Engineer in writing. No photograph of the works or any part
thereof or plant employed thereon, expect those permitted under clause 40.1, shall be taken or permitted
by the Contractor to be taken by any of his employees or any employees of his sub-Contractors without
the prior approval of the Engineer in writing. No photographs/ Video photography shall be published or
otherwise circulated.

41.0 APPROVAL OF DESIGNS AND DRAWINGS


The contractor shall submit, if applicable as per scope of work, detailed Index plan/layout
plans/hydraulic/P&I diagrams and structural designs and detailed drawings conforming to conceptual
drawing including calculations and specification in triplicate (3 sets), separately for main and all
appurtenant works to be supplied and erected by him on the basis of working survey & field tests. The
contractor is responsible for the complete design , detailed calculations and drawings for the execution
and the same shall be vetted from any Indian Institute of Technology / National Institute of Technology
in consultation and with the approval of the Engineer, however, the contractor will be entirely and fully

32
responsible for the structural stability, soundness and water tightness and safety against earth quakes
and wind pressure, of the structure or works to be carried out.
41.1 On submission, these designs and drawing will be reviewed by the Engineer or his representative and he
may suggest modification, alteration, if any, which shall be promptly complied with by the contractor.

41.2 After satisfying himself, the Engineer will accord approval to the designs, detailed drawings and
detailed specifications. The contractor shall then submit five (5) sets of final designs, calculations,
detailed drawings and specification for all the works including softcopy on CD/Pen drive along with
required quantity of Cement & Steel duly bound for incorporation in the contract which will be
incorporated and form a part of the contract Such approval shall however not relieve the contractor of
his responsibilities of the correctness of the designs, drawings and specifications and he shall be fully
responsible for that.
41.3 On completion of the contract he shall provide the Engineer with fully dimensioned built in drawing of
the whole installation and construction in five (5) sets along with softcopy on CD/Pen drive embodying
and alterations and amendments that may have been agreed upon and executed. The contractor shall
withdraw any worker or supervisor etc. only after the consent of the Engineer.
42. DISPUTE REDRESSAL SYSTEM/ARBITRATION CLAUSE

42.1 If any dispute or difference of any kind what-so-ever arises in connection with or arising out of this
Contract or the execution of Works or maintenance of the Works there under, whether before its
commencement or during the progress of Works or after the termination, abandonment or breach of the
Contract, it shall, in the first instance, be referred for settlement to the competent authority (Employer),
described along with their powers in the Contract Data, above the rank of the Engineer, The competent
authority shall, within a period of forty-five days after being requested in writing by the Contractor to do
so, convey his decision to the Contractor. Such decision in respect of every matter so referred shall,
subject to review as hereinafter provided, be final and binding upon the Contractor. In case the Works is
already in progress, the Contractor shall proceed with the execution of the Works, including
maintenance thereof, pending receipt of the decision of the competent authority as aforesaid, with all
due diligence.

42.2 DECISION OF EMPLOYER TO BE FINAL:

Except where otherwise specified, the decision of the Employer shall be final, conclusive and binding
on parties to the contract upon all questions relating to the meaning of the specifications, drawings, and
instructions herein before mentioned and as the quality of workmanship or materials used on the work,
or as to any other question, claim, right, matter or thing, whatsoever, in any way arising out of or
relating to the contract, drawings, specifications, estimates, instructions, orders, or these conditions, or
otherwise concerning the work of the execution or failure to execute the same, whether arising during
the progress of the work or after the completion or sooner determination there of the contractor.

42.3 Either party will have the right of appeal, against the decision of the competent authority, to the
arbitration if the amount appealed exceeds rupees one lac. In case value of contract is Rs. 40.00 lacs or
less, then no arbitration claim will be acceptable.

42.4 ARBITRATION:

Arbitration proceedings shall be as per The Arbitration and Conciliation Act 1996 and subsequent
amendments of Government of India.

43. PROCEDURE FOR RESOLUTION OF DISPUTES

43.1 The Competent Authority mentioned in clause 42.2 shall give a decision in writing within 45 days of
receipt of a notification of a dispute.

43.2 Deleted

33
43.3 Arbitration proceedings shall be held at Lucknow. The language of the arbitration proceedings and that
of all documents and communications between the parties shall be English.

43.4 Performance under the contract shall continue even after reference to the arbitration and payments due
to the contractor by the Employer shall not be withheld, unless they are the subject matter of the
arbitration proceedings.

43.5 Either party may refer a decision of the Competent Authority to Arbitration within 28 days of the
Competent Authority's written decision. Arbitration shall be under the Arbitration and Conciliation Act
1996. If neither party refers the dispute to Arbitration within the above 28 days, the Competent
Authority's decision will be final and binding.

43.6 The Arbitration shall be conducted in accordance with the following procedure, in case Initial Contract
Price is more than Rs. 25.00 Crore or the Contractor is a Foreign Contractor, who has bid under ICB:-

(a) In case of a decision of the Competent Authority in a dispute or difference arising between the
Employer and a Contractor relating to any matter arising out of or connected with this Agreement, the
matter will be referred to an Arbitral Tribunal. The Arbitral Tribunal shall consist of three Arbitrators,
one each to be appointed by the Employer and the contractor. The third Arbitrator shall be chosen by the
two Arbitrators so appointed by the parties and shall act as presiding Arbitrator. In case of failure of the
two Arbitrators appointed by the parties to reach upon a consensus within a period of 30 days from the
appointment of the Arbitrator appointed subsequently, the presiding Arbitrator shall be appointed by the
Employer

(b) If one of the parties fails to appoint its arbitrator in pursuance of sub-clause (a) above within 30 days
after receipt of the notice of the appointment of its arbitrator by the other party, then theEmployer shall
appoint the arbitrator. A certified copy of the order of the Employer, making such an appointment shall
be furnished to each of the parties.

(c) The decision of the majority of arbitrators shall be final and binding upon both parties. The cost and
expenses of Arbitration proceedings will be paid as determined by the Arbitral Tribunal. However, the
expenses incurred by each party in connection with the preparation, presentation etc. of its proceedings
as also the fees (In accordance of U.P. Government foRr ¼lkekU;½ vuqHkkx&1 th0vks0 ua0
1@1061@nl&534¼26½&22 y[kuÅ] dated 27.07.1987, dated 27.07.1989, dated 30.12.1989 or as
per latest amendment but which shall not be more than Rs 100000/-for any arbitrator) and expenses paid
to the arbitrator appointed by such party or on its behalf shall be borne by each party itself.

43.7 If amount of award/proceedings exceeds Rs. 1,00,000/- , (Rs. One Lac) the Arbitrator shall have to give
reasons.

43.8 Neither party is entitled to bring a claim to arbitration if its arbitrator has not been appointed within
thirty days after the expiration of the Defects Liability Period. All claims shall be within the jurisdiction
of court at the place where work is carried out.

44. SHELTER/DRINKING WATER/TOILETS AND DRAINAGE FOR LABOUR

The contractor(s) shall at his/their own cost provide

(a) His/their labour with a sufficient number of huts (hereinafter referred to as the camp) on a suitable plot
of land to be approved by the Engineer.

(b) The contractor(s) shall also construct temporary latrines and urinals for the use of the labours each on
the scale of not less than four per each one hundred of the total strength, separate latrines and urinals
being provided for women.

(c) The contractor(s) shall construct sufficient number of bathing and washing places, one unit for every 25
persons residing in the camp.

34
(d) The contractor(s) shall provide adequate potable drinking water supply of water for the use of labours
including water for bathing and washing. Where piped water supply is available, supply shall be at
stand posts and where the supply is from wells or river, tanks which may be of metal or masonry, shall
be provided. The contractor(s) shall also at his/ their own cost make arrangements for laying pipe lines
for water supply to his/ their labour camp from the existing mains wherever available, and shall pay all
fees and charges there off.

(e) The contractor(s) shall make necessary arrangements for the disposal of excreta from the latrines in a
hygienic manner.

(f) The contractor(s) shall provide efficient arrangements for draining away sludge water so as to keep the
camp neat and tidy.

(g) The contractor(s) shall make necessary arrangements for keeping the camp area sufficiently lighted to
avoid accidents to the workers.

(h) The contractor(s) shall make arrangements for conservancy and sanitation in the labour camps
according to the rules of the Local Public Health department.

45. SITE ENGINEER & FIRST-AID:

45.1 The contractor shall employ a site Engineer who is well experienced in the type of the works he has to
handle and shall have worked in similar projects earlier. He should be well acquainted with all latest
Indian Standards, codes of practice, and local practices of construction and has good managerial
qualities. He should also be capable of handling labour force tactfully and extract good quality of
workmanship and have to plan execution of works efficiently. He shall be well acquainted with
specifications, construction equipment & its use, testing and supervising the works. He shall have good
ability to guide his subordinates, and conscious about the time limit of the contract.

45.2 The contractor shall make all arrangements for first aid and medical facilities to the labourers at his own
expenses.

45.3 Proper protective accessories and all safety equipment like gum boots, gloves, goggles and helmets etc.
as found necessary, shall be provided to the labourers free of cost, by the contractor.

46.0 DISCREPANCIES:
If there is a discrepancy between the Drawings and the Specifications, such discrepancies shall be
promptly reported to Engineer and the Contractor shall obtain the Engineer’s interpretation which shall
be binding on the Contractor.
47.0 TESTING:
The material to be supplied by the contractor as per schedule-“G” shall be tested as per relevant IS code.
The contractor shall give timely notice to the Engineer indicating place and date where & when the
testing is to be carried out. All tests are subject to the approval of the Engineer or any agency appointed
by the Engineer. The stores supplied wilfully, without testing shall be rejected. Contractor will provide
all testing facilities at his works and at his cost.
48.0 ORAL AGREEMENT:
No oral order, objection, claim or notice by any party to the other shall effect or modify any of the terms
or obligations contained in the Contract Documents, and none of the provision of the Contract
Documents shall be held to be waived or modified by reason of any act whatsoever, other than by a
definitely agreed waiver or modification there-of in writing, and no other evidence shall be
introduced in any proceeding of any other waiver or modification

35
49.0 CLEANING UP :

49. 1 Contractor shall at all times during the work keep the site and premises, adjoining property and public
property free from accumulations of waste
materials, rubbish and- other debris, resulting from the works, and at the completion of the work, he
shall remove all waste-materials, rubbish and debris from the site and premises as well as all tools,
construction equipment’s, machinery and surplus materials and shall leave the site and premises clean,
tidy and ready for occupation by the Employer. The Contractor shall restore to its original condition
those portions of the site not designated for alteration in the tender documents such as paved walkways,
parking areas and road etc.
49.2 Cleaning up operations shall include the removal and disposal of earth that renders surplus after filling
as directed and approved by the Engineer. No waste material shall be buried or disposed off unless
approved in writing by the Employer.
50. FOSSILS:
Any find made on the site such as antique relics, coins and fossils or any other valuable articles shall be
immediately made over to the care of Employer on behalf of the Government.
51 TESTS ON COMPLETION:
51.1 After the completion of work the Contractor shall give minimum of twenty one (21) days' notice in
writing to the Engineer to carry out the required test to ascertain the soundness/effectiveness of the work
executed by him.
51.2 If in the opinion of Engineer the tests are being unduly delayed, he may by notice in writing, call upon
the Contractor to make such tests within 21 days, from the date of issue of letter. In the event of the
Contractors failure to carry out such tests within the stipulated time, the Engineer may himself proceed
to get the work done at the risk and cost of the Contractor.
52 COMMUNICATIONS:

Communications between parties which are referred to in the conditions are effective only when it is received.
However, in case a registered letter sent to the contractor on the address given by him, is not received by him
or his representative the notice will be considered as delivered and will be effective from the date of dispatch
of letter.
53 PERSONNEL:

The contractor is to employ either the key personnel named in the Schedule of key personnel to carry out the
functions stated in the Schedule or other personnel approved by the Engineer. The Engineer will approve
proposed replacement of key personnel only if their qualifications, abilities, and relevant experience are equal
or better than those of the personal listed in the Schedule.

54 MANAGEMENT MEETINGS

54.1 Either the Employer or the Contractor may require the other to attend a management meeting. The
business of a management meeting is to review the plans for remaining work and to deal with matters
raised in accordance with the terms and conditions of the contract bond.

54.2 The Engineer is to record the business of management meetings and is to provide copies of his record to
those attending the meeting. The responsibility of the parties for actions to be taken is to be decided by

36
the Engineer either at the management meeting or after the management meeting and stated in writing to
all who attended to meeting.

55. CURRENCIES:

All payments shall be made in Indian Rupees.

56. RETENTION:

On the completion of the whole of the works, the retention if any shall be released after completion of
works/achievement of milestone and the Engineer has certified that all defects notified by him to the
contractor have been removed.
57. SAFETY MEASURES

The contractor shall be responsible for fencing in a good sufficient manner, all open excavations, works and
materials at site so as to prevent accidents by day and by night. He shall also be responsible for lighting up in
proper and sufficient manner at night the portion of the work which is open or under construction & he shall
always maintain a sufficient number of watchmen on duty when his staff is not actually working. He shall also
be responsible for the safety of his materials as well as any other materials, issued to him for use on the work
from the beginning of the works' up to the time of its completion and handing over. He shall make his rates
sufficiently comprehensive to cover all such charges. In the event of any accidents, mishaps due to his failure
to observe these and other precautions, he shall be responsible for the payment of all damages, compensations,
and losses that may arise. The rates in schedule "G" shall be deemed included all charges on this account. A
List of safety measures which is mandatory is attached as Annexure-2
58. DISPOSAL FOR SURPLUS EARTH AND CARRIAGE CHARGES The contractor shall provide
disposal for surplus earth within 8 km. as per direction of Engineer and shall remove from the works, spoils
and rubbish and shall include in his rates quoted for the excavation in Schedule 'G' a sufficient amount to
cover the cost of this and all carriage charges in this connection. He shall also include in his rates all other
carriage and transport charges that may be necessary for the proper carrying out and completion of the entire
contract work. The surplus earth spoils and rubbish so disposed shall be neatly dressed by the contractor.
Engineer may specify the location for the disposal of earth which shall be binding on contractor. All excavated
surplus earth is the property of owner or local body so disposal of such earth shall be on specified location as
directed by Engineer or local body otherwise contractor shall be liable to pay the cost of earth and royalty as
applicable.

59. PUMPING DURING CONSTRUCTION

The contractor shall provide all appliances such as pumps engines, machinery, generators suction and delivery
pipes, pipe specials, foundation fastenings, fuel lubrication, cotton, waste and labour (including skilled mason
& plumbers) necessary for dealing with sub-soil water, flood water, drainage problem and discharge from
pipelines/sewers broken during construction or any other cases which are encountered during the construction
of the works and the contractor shall make his rates sufficiently comprehensive to cover the cost of such work
until and unless specified in BOQ under a separate item of work of specific nature.
60. WORKMANSHIP
All works, in general, shall be carried out in a most workmanship like manner, true to level and plumb. The
entire work shall be given a neat appearance and appealing look. No patch or mark of form and shuttering
shall be visible in any other parts of the work and the same shall be made even and smooth. The R.C.C. work
shall be rendered even and smooth by means of cement and coarse sand mortar 1:3 or so and by rubbing it
with carborandum stone.
61. EMPLOYMENT AND REMOVING OF CONTRACTOR PERSONS

37
During the execution of work and until the work is taken over by the Employer, the contractor shall employ
for the execution of the work persons who are careful, skilled and experienced in their trades and calls. The
engineer shall have full power to ask the contractor to remove immediately from the site of works, who in the
opinion of the Engineer, misconducts or misbehaves or are incompetent in the proper performance of their
duties or are otherwise undesirable.
62. EMPLOYMENT OF MAINTENANCE GANG

The contractor's attention is also drawn to the necessity for employing proper maintenance gang during the
period of maintenance for immediate repairs of any defects that may be noticed or brought to the notice during
the period of maintenance. The Engineer shall get any such defects rectified if the contractor fails to do so and
the cost in this connection shall be recoverable from contractor.
63. RECORDS TO BE MAINTAINED BY CONTRACTOR

The contractor shall maintain following records at site of work in the desired form. These records shall be
open for inspection by the Engineer/his representative during execution of work. These shall be submitted to
the Employer on the completion of the work.

(i) Cement & steel consumption register.


(ii) Log books of Mixer, Vibrator and other such equipment.
(iii) Date wise record showing results of different tests got conducted by the Contractor as described in
schedule "E".
(iv) Daily progress report.
(v) Concrete register.
(vi) All concering designs and drawings

64. Deleted.

65. VEHICLES:

Contractor will make arrangements at the site for the Employer for inspection of works as and when required.

66. AREA OF JURISDICTION


The Contract Documents shall be governed by the Laws and bye-laws of India, the State of Uttar Pradesh, and
of the local bodies in the Project area. Concerned District Court of the project area, alone shall have the
jurisdiction over all matters, arising out of the contract agreement.

Signed by Contractor Signed on behalf of the Employer,

38
CONDITION OF CONTRACT, ANNEXURE – I

SALIENT FEATURES OF SOME MAJOR LABOUR LAWS APPLICABLE TO ESTABLISHMENTS


ENGAGED IN BUILDING AND OTHER CONSTRUCTION WORK.

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

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

c) Employees P.F. and Miscellaneous Provision Act 1952: The Act Provides for monthly contributions by the
Employer plus workers at the rate prescribed (say, 10% or 8.33%). The benefits payable under the Act are:

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

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

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

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

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

f) Minimum Wages Act 1948: - The Employer is to pay not less than the Minimum Wages fixed by
appropriate Government as per provisions of the Act if the employment is a scheduled employment.
Construction of buildings, roads, runways is scheduled employment.

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

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

i) Payment of Bonus Act 1965: - The Act is applicable to all establishments employing prescribed minimum
(say, 20) or more workmen. The Act provides for payments of annual bonus within the prescribed range of
percentage of wages to employees drawing up to the prescribed amount of wages, calculated in the
prescribed manner. The Act does not apply to certain establishments. The newly set-up establishments are
exempted for five years in certain circumstances. States may have different number of employment size.

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

39
k) Industrial Employment (Standing Orders) Act 1946: - It is applicable to all establishments employing
prescribed minimum (say, 100, or 50). The Act provides for laying down rules governing the conditions of
employment by the Employer on matters provided in the Act and get these certified by the designated
Authority.

l) Trade Unions Act 1926: - The Act lays down the procedure for registration of trade unions of workmen
and Employers. The Trade Unions registered under the Act have been given certain immunities from civil
and criminal liabilities.

m) Child Labour (Prohibition & Regulation) Act 1986: - The Act prohibits employment of children below 14
years of age in certain occupations and processes and provides for regulations of employment of children
in all other occupations and processes. Employment of child labour is prohibited in building and
construction industry.

n) Inter-State Migrant Workmen’s (Regulation of Employment & Conditions of Service) Act 1979: - The Act
is applicable to an establishment which employs prescribed minimum (say, five) or more inter-state
migrant workmen through an intermediary (who has recruited workmen in one state for employment in the
establishment situated in another state). The Inter-State migrant workmen, in an establishment to which
this Act becomes applicable, are required to be provided certain facilities such as Housing, Medical-Aid,
Travelling expenses from home up to the establishment and back etc.

o) The Building and Other Construction workers (Regulation of Employment and Conditions of Service) Act
1996 and the Cess Act of 1996: - All the establishments who carry on any building or other construction
work and employs the prescribed minimum (say, 10) or more workers are covered under this Act. All such
establishments are required to pay cess at the prevailing rate of the Government. The Employer of the
establishment is required to provide safety measures at the building or construction work and other welfare
measures, such as canteens, first-aid facilities, ambulance, housing accommodations for workers near the
work place etc. The Employer to whom the Act applies has to obtain a registration certificate from the
Registering Officer appointed by the Government.

p) Factories Act 1948: - The Act lays down the procedure for approval of plans before setting up a factory,
health and safety provisions, welfare provisions, working hours, annual earned leave and rendering
information regarding accidents or dangerous occurrences to designated authorities. It is applicable to
premises employing the prescribed minimum (say, 10) persons or more with aid of power or another
prescribed minimum (say, 20) or more persons without the aid of power engaged in manufacturing process.

q) Arbitration and Conciliation Act, 1996: - The Act lays down the procedure for appointment of Arbitrator,
Arbitration and conciliation, Jurisdiction of Arbitral Tribunals, Recourse against Arbitral award appeals.

Employer Signature of Contractor

40
CONDITION OF CONTRACT, ANNEXURE – II

SAFETY CODE

1. Suitable scaffolds should be provided for workmen for all works that cannot safely be done from the ground,
or from solid construction except such short period work as can be done safely from ladders. When a ladder is
used, an extra mazdoor shall be engaged for holding the ladder and if the ladder is used for carrying materials
as well suitable footholds and hand-hold shall be provided on the ladder and the ladder shall be given an
inclination not steeper than ¼ to 1(¼ horizontal and 1 vertical.)

2. Scaffolding of staging more than 3.6 m (12ft.) above the ground or floor, swung or suspended from an
overhead support or erected with stationary support shall have a guard rail properly attached or bolted, braced
and otherwise secured at least 90 cm. (3ft.) high above the floor or platform of such scaffolding or staging and
extending along the entire length of the outside and ends there of with only such opening as may be necessary
for the delivery of materials. Such scaffolding or staging shall be so fastened as to prevent it from swaying
from the building or structure.

3. Working platforms, gangways and stairways should be so constructed that they should not sag unduly or
unequally, and if the height of the platform or the gangway or the stairway is more than 3.6 m (12ft.) above
ground level or floor level, they should be closely boarded, should have adequate width and should be suitably
fastened as described in (2) above.

4. Every opening in the floor of a building or in a working platform shall be provided with suitable means to
prevent the fall of person or materials by providing suitable fencing or railing whose minimum height shall be
90 cm. (3ft.)

5. Safe means of access shall be provided to all working platforms and other working places. Every ladder shall
be securely fixed. Uniform step spacing of not more than 30 cm shall be kept. Adequate precautions shall be
taken to prevent danger from electrical equipment. No materials on any of the sites or work shall be so stacked
or placed as to cause danger or inconvenience to any person or the public. The contractor shall provide all
necessary fencing and lights to protect the public from accident and shall be bound to bear the expenses of
defence of every suit, action or other proceedings at law that may be brought by any person for injury
sustained owing to neglect of the above precautions and to pay any damages and cost which may be awarded
in any such suit; action or proceedings to any such person or which may, with the consent of the contractor, be
paid to compensate any claim by any such person.

6. (a) Excavation and Trenching - All trenches 1.2 m. (4ft.) or more in depth, shall at all times be supplied with
at least one ladder for each 30 m. (100 ft.) in length or fraction thereof, Ladder shall extend from bottom of the
trench to at least 90 cm. (3ft.) above the surface of the ground. The side of the trenches which are 1.5 m. (5ft.)
or more in depth shall be stepped back to give suitable slope or securely held by timber bracing, so as to avoid
the danger of sides collapsing. The excavated materials shall not be placed within 1.5 m. (5ft.) of the edges of
the trench or half of the depth of the trench whichever is more. Cutting shall be done from top to bottom.
Under no circumstances, undermining or undercutting shall be done.

(b) Safety Measures for digging bore holes:-

(i). If the bore well is successful, it should be safely capped to avoid caving and collapse of the bore well.
The failed and the abandoned ones should be completely refilled to avoid caving and collapse;

41
(ii). During drilling, Sign boards should be erected near the site with the address of the drilling contractor
and the Engineer in-charge of the work;

(iii). Suitable fencing should be erected around the well during the drilling and after the installation of the rig
on the point of drilling, flags shall be put 50m around the point of drilling to avoid entry of people;

(iv). After drilling the bore well, a cement platform (0.50m x 0.50m x 1.20m) 0.60m above ground level and
0.60m below ground level should be constructed around the well casing;

(v). After the completion of the bore well, the contractor should cap the bore well properly by welding steel
plate, cover the bore well with the drilled wet soil and fix thorny shrubs over the soil. This should be
done even while repairing the pump;

(vi). After the bore well is drilled the entire site should be brought to the ground level.

7. Demolition - Before any demolition work is commenced and also during the progress of the work,

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

(ii) No electric cable or apparatus which is liable to be a source of danger or a cable or apparatus used by
the operator shall remain electrically charged.

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

8. All necessary personal safety equipment as considered adequate by the Employer should be kept available for
the use of the person employed on the site and maintained in a condition suitable for immediate use, and the
contractor should take adequate steps to ensure proper use of equipment by those concerned:- The following
safety equipment shall invariably be provided.

(i) Workers employed on mixing asphaltic materials, cement and lime mortars shall be provided with
protective footwear and protective goggles.

(ii) Those engaged in white washing and mixing or stacking of cement bags or any material which is
injurious to the eyes, shall be provided with protective goggles.

(iii) Those engaged in welding works shall be provided with welder’s protective eye shields.

(iv) Stone breaker shall be provided with protective goggles and protective clothing and seated at
sufficiently safe intervals.

(v) When workers are employed in sewers and manholes, which are in active use, the contractors shall
ensure that the manhole covers are opened and ventilated at least for an hour before the workers are
allowed to get into the manholes, and the manholes so opened shall be cordoned off with suitable railing
and provided with warning signals or boards to prevent accident to the public. In addition, the
contractor shall ensure that the following safety measure are adhered to :-

(a) Entry for workers into the line shall not be allowed except under supervision of the JE or any other
higher officer.

(b) At least 5 to 6 manholes upstream and downstream should be kept open for at least 2 to 3 hours before
any man is allowed to enter into the manhole for working inside.

(c) Before entry, presence of Toxic gases should be tested by inserting wet lead acetate paper which
changes colour in the presence of such gases and gives indication of their presence.

(d) Presence of Oxygen should be verified by lowering a detector lamp into the manhole. In case, no
Oxygen is found inside the sewer line, workers should be sent only with Oxygen kit.
42
(e) Safety belt with rope should be provided to the workers. While working inside the manholes, such rope
should be handled by two men standing outside to enable him to be pulled out during emergency.

(f) The area should be barricaded or cordoned off by suitable means to avoid mishaps of any kind. Proper
warning signs should be displayed for the safety of the public whenever cleaning works are undertaken
during night or day.

(g) No smoking or open flames shall be allowed near the blocked manhole being cleaned.

(h) The rubbish obtained on account of cleaning of blocked manholes and sewer lines should be
immediately removed to avoid accidents on account of slippery nature of the rubbish.

(i) Workers should not be allowed to work inside the manhole continuously. He should be given rest
intermittently. The Employer may decide the time up to which a worker may be allowed to work
continuously inside the manhole.

(j) Gas masks with Oxygen Cylinder should be kept at site for use in emergency.

(k) Air-blowers should be used for flow of fresh air through the manholes. Whenever called for, portable
air blowers are recommended for ventilating the manholes. The Motors for these shall be vapour proof
and of totally enclosed type. Non sparking gas engines also could be used but they should be placed at
least 2 metres away from the opening and on the leeward side protected from wind so that they will not
be a source of friction on any inflammable gas that might be present.

(l) The workers engaged for cleaning the manholes/sewers should be properly trained before allowing to
work in the manhole.

(m) The workers shall be provided with Gumboots or safety shoes, bump helmets and gloves non-sparking
tools safety lights and gas masks and portable air blowers (when necessary). They must be supplied
with barrier cream for anointing the limbs before working inside the sewer lines.

(n) Workmen descending a manhole shall try each ladder stop or rung carefully before putting his full
weight on it to guard against insecure fastening due to corrosion of the rung fixed to manhole well.

(o) If a man has received a physical injury, he should be brought out of the sewer immediately and
adequate medical aid should be provided to him.

(p) The extent to which these precautions are to be taken depend on individual situation but the decision of
the Employer regarding the steps to be taken in this regard in an individual case will be final.

(vi) The Contractor shall not employ men and women below the age of 18 years on the work of painting
with products containing lead in any form. Wherever men above the age of 18 are employed on the
work of lead painting, the following precaution should be taken:-

(a) No paint containing lead or lead products shall be used except in the form of paste or readymade paint.

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

(c) Overalls shall be supplied by the contractors to the workmen and adequate facilities shall be provided to
enable the working painters to wash during and on the cessation of work.

9. Safety Measures for laying of pipe lines and sewers:

9.1 Measures as provided in Manual on water supply and Manual on sewerage shall be complied with
strictly along with safety measures to be followed as per Nigam/LSGED orders issued from time to
time. Some important measures are given below:

43
9.2 Proper barricading of trenches shall be done and caution boards and red flags shall be displayed along
with lighting arrangements and watchmen during night and

9.3 Watchmen shall be deployed during construction for diversion of traffic and necessary permission shall
be taken before excavation of trenches from local administration/traffic police/Nagar
Nigam/PWD/BSNL/POER CORPORATION etc.

9.4 Mouth of pipe or sewer shall be properly capped with end caps or steel plates to avoid entry of
soil/mud/water, before leaving the site at the end of days' work and as for as possible no trench shall be
left open at the end of days' work or shall be left unguarded.

9.5 Open timbering should be done as per norms if the trench is more than 1.5 meter deep and close
timbering should be done when more than 3.0 meter deep.

9.6 Excavated earth should be kept at sufficiently safe distance from the sides of trench not less than 60 cm
away.

9.7 Special care should be taken during rains against collapse of trench or settlement of soil which may take
place and may pose danger to life and property.

9.8 If any trench which is more than 1.5 meter deep and within 3.0 meter adjacent to any structure or
building, then close timbering should be done.

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

11. Use of hoisting machines and tackle including their attachments, anchorage and supports shall conform to the
following standards or conditions:-

(i) (a) These shall be of good mechanical construction, sound materials and adequate strength and free from
patent defects and shall be kept repaired and in good working order.

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

(ii) Every crane driver or hoisting appliance operator, shall be properly qualified

(iii) In case of every hoisting machine and of every chain ring hook, shackle swivel and pulley block used in
hoisting or as means of suspension, the safe working load shall be ascertained by adequate means. Every
hoisting machine and all gear referred to above shall be plainly marked with the safe working load. No part of
any machine or any gear referred to above in this paragraph shall be loaded beyond the safe working load
except for the purpose of testing.

12. Motors, gearing, transmission, electric wiring and other dangerous parts of hoisting appliances should be
provided with efficient safeguards. Hoisting appliances should be provided with such means as will reduce to
the minimum the risk of accidental descent of the load. Adequate precautions should be taken to reduce to the
minimum the risk of any part of a suspended load becoming accidentally displaced. When workers are
employed on electrical installations which are already energized, insulating mats, wearing apparel, such as
gloves, sleeves and boots as may be necessary should be provided. The worker should not wear any rings,
watches and carry keys or other materials which are good conductors of electricity.

13. All scaffolds, ladders and other safety devices mentioned or described herein shall be maintained in safe
condition and no scaffold, ladder or equipment shall be altered or removed while it is in use. Adequate
washing facilities should be provided at or near places of work.
44
14. These safety provisions should be brought to the notice of all concerned and the person responsible for
compliance of the safety code shall be named therein by the contractor.

15. To ensure effective enforcement of the rules and regulations relating to safety precautions the arrangements
made by the contractor shall be open to inspection by the Labour Officer or Employer of the department or
their representatives.

16. Notwithstanding the above clauses from (1) to (15), there is nothing in these to exempt the contractor from the
operations of any other Act or Rule in force in the Republic of India.

Certificate: I hereby certify that I have read/been explained contents of safety code above and shall be abide by
above rules fully and shall take all responsibility arising out of any lapses on the part of my men and
labour/workers and shall bear all costs and expenses, claims what so ever etc. following any mishaps.

Signature of Applicant/Bidder

45
QUALIFICATION/ELIGIBILITY CRITERIA

1. The applicant is an Indian commercial entity registered as a firm or a company.


2. The firm is registered with Provident Fund Authorities.
3. The applicant has a valid GST Registration Certificate.
4. Applicant has a valid PAN & TAN of Income Tax.
5. Joint Ventures/Consortium are permitted. However maximum number of JV partners shall not be more than
2 (1 Lead + 1 Partner) and the lead bidder must have higher turnover but other partner must have at least
10% turnover and both the bidders jointly meets technical and financial qualification criteria.
6. The contractor who has expertise in particular work and fulfils prequalification criteria as per NIT/Tender Document
may participate in Bidding Process.
7. Bidder shall not have a conflict of interest. Any Bidder found to have a conflict of interest shall be
disqualified. A Bidder may be considered to have a conflict of interest for the purpose of this bidding
process, if the Bidder:

(a) Directly or indirectly controls, is controlled by or is under common control with another Bidder; or
(b) Receives or has received any direct or indirect subsidy from another Bidder; or
(c) Has the same legal representative as another Bidder; or
(d) Has a relationship with another Bidder, directly or through common third parties, that puts it in a
position to influence the bid of another Bidder, or influence the decisions of the Employer
regarding this bidding process; or
(e) Participates in more than one bid in the bidding process of a single particular contract. Participation
by a Bidder (Main or any partner of the Firm) in more than one Bid will result in the
disqualification of all Bids in which such Bidder is involved. However, this does not limit the
inclusion of the same subcontractor in more than one bid; or
(f) Any of its affiliates has been hired (or is proposed to be hired) by the Employer or Borrower as
Engineer for the Contract implementation; or
(g) Has a close business or family relationship with a professional staff of the Borrower (or of the
project implementing agency, or of a recipient of a part of the loan) who: (i) are directly or
indirectly involved in the preparation of the bidding documents or specifications of the contract,
and/or the bid evaluation process of such contract; or (ii) would be involved in the implementation
or supervision of such contract unless the conflict stemming from such relationship has been
resolved in a manner acceptable to the Bank throughout the procurement process and execution of
the contract.

8. Bidders that are Government-owned enterprises or institutions in the Employer’s Country may participate only
if they can establish that they (i) are legally and financially autonomous (ii) operate under commercial law, and
(iii) are not dependent agencies of the Employer. To be eligible, a government-owned enterprise or institution
shall establish to the Owners satisfaction, through all relevant documents, including its Charter and other
information the Bank may request, that it: (i) is a legal entity separate from the government (ii) does not
currently receive substantial subsidies or budget support; (iii) operates like any commercial enterprise, and, inter
alia, is not obliged to pass on its surplus to the government, can acquire rights and liabilities, borrow funds and
be liable for repayment of its debts, and can be declared bankrupt; and (iv) is not bidding for a contract to be
awarded by the department or agency of the government which under their applicable laws or regulations is the
reporting or supervisory authority of the enterprise or has the ability to exercise influence or control over the
enterprise or institution.

9. Any bidder having criminal record is not allowed to particípate in the bidding process. If any person
who is having criminal cases against him or involved in the organised crime or gangster activities or
Mafia or Goonda or Anti social activity, then his bid shall be automatically cancelled.

46
If any inquiry/investigation is ongoing regarding a work that has been executed wholy or
partially by a Bidder entity/Firm/Company or its holding company or parental agency/organisation
by Any Department of Uttar Pradesh Government, including Police Department, Economic Offence
Wing (EOW),Vigilance etc., then that entity is strictly prohibited to participate in the bidding process.
The bidder has to produce self declaration affidavit (on the prescribed format no. 11 which is attached
with the bid document) to be submitted with the bid.

10. Even though the applicant meets the above criteria, he/she is subject to be disqualified if he/she has :
a) Made misleading or false representation in the forms, statements and attachments submitted ; and/or
b) Record of poor performance such as abandoning the work, not properly completing the contract, inordinate
delays in completion, or financial failures etc.
11. The criteria for Qualification :
(a) Experience:
(a.1) Experience for award of the Contract, each bidder should have successfully completed works
in Govt. Sector eg. Central/State/Union Territory/Semi Govt. Dept. and public sector during the last
10 years ending last day of the month previous to the one in which applications are invited within
India only:
(i) Three similar completed, tested and commissioned works costing (Evaluated Cost) not less than
the amount equal to 30% of work cost.
OR
(ii) Two similar completed, tested and commissioned works costing (Evaluated Cost) not less than
the amount equal to 40% of work cost.
OR
(iii) One similar completed, tested and commissioned works costing (Evaluated Cost) not less than
the amount equal to 60% of work cost.
Note:
1. Experience Certificate of the contractor/firm to be obtained by him from the
Govt./SemiGovt./ Public Sector and not below the rank of Executive Engineer.
2. Cost will be evaluated simply @ 8% per year.
3. Similar works mean drinking water supply project executed by contractor consisting of all
the components namely- Intake/Water Treatment Plant, Transmission lines,
Reservoirs/Overhead tanks including E&M Works .
4. The experience of works submitted by bidder will be evaluated on percentage of partnership
in case of work done on JV basis.
(a.2) Experience for award of the Contract, each bidder should have successfully completed one
year O&M works of all components namely- Intake/Water Treatment Plant, Transmission lines,
Reservoirs/Overhead tanks including E&M Works for at least one surface based water supply
scheme.

(b) Turn Over


(i) Minimum turnover should be at least as under:
a. Minimum 50 % of the estimated cost, in any one financial year in last three years.
b. Average Annual Turnover 30% of the estimated cost for last three financial year.
(ii) Profit/Loss the firm should not have incurred any loss in more than Two years during last 5 years. The
firm should have a positive Net worth of atleast 20% of project cost.
a) Solvency Certificate :
The contractor should have the solvency of the amount equal to 40% of the estimated cost of
works. The firm should not have been referred to Corporate Debt Restructuring (CDR).
b) Bid Capacity :
Bidders who meet the minimum qualification criteria will be qualified only if their available
bid capacity for construction work is equal to or more than the total bid value. The available
bid capacity will be calculated as under:
Assessed Available Bid capacity = (A*N*M - B)

47
where;

A = Maximum value of works executed in any one year during the last five years (updated to
the price level of the last year at the rate of 8 percent a year) taking into account the
completed as well as works in progress.

N = Number of years prescribed for completion of the works for which bids are invited
(period up to 6 months to be taken as half-year and more than 6 months as one year)
excluding maintenance period.

M = M is taken 2.5

B = Value, at the current price level, of existing commitments and on-going works to be
completed during the period of completion of the works for which bids are invited.

c) The turnover will be indexed at the rate of 8 percent for a year.

12. Personnel Capability :

The Applicant must have suitable qualified personnel to fill the specified key positions shown below and
needs to supply information on prime candidates and alternates for each position.

Sl. Key Qualification No. of Key Personnel


No. Personnel
Degree Holder In Civil Engineering + 10 Years
Project Exp. in similar works including 3 years of O&M
1 1
Manager experience in managing at least one project costing
50% of the estimated cost of Build and O&M phase.
Senior Degree Holder In Civil Engineering + 5 Years Exp. 1 for every Rs. 50 Cr or
2
Engineer in similar works a part thereof
Site Diploma Holder in Civil Engineering + 5 Years 1 for every Rs. 20 Cr or
3
Engineer Exp. in similar works a part thereof
Site Diploma Holder in Electrical/Mechanical 1 for every Rs. 40 Cr or
4
Engineer Engineering + 5 Years Exp. in similar works a part thereof

It is also necessary for each applicant to clearly identify the role of every key person for each of the major
component of the Project.

Experience of the key persons mentioned for each role will be evaluated in line with its indicated
responsibilities. For this purpose, each nominated key person will give details of duties in previous projects,
clearly indicating his/her role in each project. Experience on projects of similar nature and comparable
complexity/magnitude will be given due weightage in evaluation. EMPLOYER will assess the personnel
capability of the Applicant through the information provided by the applicant in attached formats no.5A & 5B
of this Per-Qualification Document and other information, if any enclosed with the application.

13. Equipment Capability :

a) The Applicant should own or have assured through hire, lease, purchase agreement, availability of
manufacturing capacity or other means to the key equipment in working order and must demonstrate,
that based on the known commitments, the equipment will be available for use in the proposed
contract. Maximum used life should not be more than 5 Years

48
Sl. No. Type of Equipment Surface Tube-well

1 Vibrator 5
2 Concrete Mixer 4 1
3 Rotary Drilling / Reverse Rotary/ DTH Rig Machine - 1
4 Compressor - 1
5 Digital Level Instrument - 1
6 Over Pumping Unit. - 1
7 Excavator EX200 TATA/Equivalent 1 -
8 Crane (Minimum 1 Ton) 1 -
9 Light Vehicles 1 1
10 Heavy Vehicles 1 -

Employer will assess the equipment capability of the Applicant through the information provided by
the applicant in Form 6 of this Qualification document and other information, if any enclosed with the
application.

If surface source based schemes are clubed with ground water based schemes, the equipment requirement
meet jointly as above.

14. Litigation History :

The applicants must provide accurate information on any litigation or arbitration resulting from contracts
completed or under execution by the firm covered in the application over the last 10 year. A consistent
history of arbitration awards against the applicant may result in rejection of the application.

Employer will assess the litigation history of the applicant through the information provided by the
applicant in Format no. 10 of this Qualification document and other information, if any enclosed with the
application.

15. Each bidder must produce:


(a)
(i) The current income-tax clearance certificate or copy of income tax return of last 3 years.
(ii) The applicant has a valid GST registration certificate.
(iii) The proof that the firm is registered with Provident Fund Authorities.
(iv) Last 5 years audited balance sheet report.
(v) An affidavit that the information furnished with the bid documents is correct in all respects; and
(vi) Such other certificates as defined in the document. Failure to produce the certificates shall make the
bid non-responsive.
(b)

(i) Availability of technical personnel for construction work as stated in the document.

(ii) Liquid assets and /or credit facilities, net of other contractual commitments and exclusive of any
advance payments which may be made under the Contract.

49
(c) The bidder must not have in his employment, the near relations (defined as first blood relations, and their
spouses, of the bidder or the bidder’s spouse) of any employee of Employer and/or without permission of
Employer or State/Central Government, any person who retired within the last two years from the
departments.

16. To qualify for a package of contracts made up of this and other contracts for which bids are invited in the
Notice Inviting Tender, the bidder must demonstrate having experience and resources sufficient to meet
the aggregate of the qualifying financial criteria for the individual contracts. Sub-contractors experience
and resources shall not be taken into account in determining the bidder's compliance with the qualifying
criteria.

Note: The statements showing the value of existing commitments and on-going works as well as the stipulated
period of completion remaining for each of the works listed should be countersigned by the Employer, not
below the rank of an Executive Engineer or equivalentor chartered accountant.

17. Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if they have:
(i) Made misleading or false representations in the forms, statements, affidavits and attachments
submitted in proof of the qualification requirements; and/or
(ii) Record of poor performance such as abandoning the works, not properly completing the contract,
inordinate delays in completion, litigation history, or financial failures etc.
(iii) Participated in the previous bidding for the same work and had quoted unreasonably high or low bid
prices and could not furnish rational justification for it to the Employer.

18. ADDITIONAL INFORMATION

a) Please add any further information which the applicant considers relevant in regard to his
capabilities.
b) Please give a brief note indicating, why applicant considers himself eligible for qualification for
the work.

19. List of works for which tender have already been submitted to the client but not awarded.

Bidder is instructed to give the details of their tenders, yet to be decided, in Employer or any other
department, on enclosed format no. 9. Employer may take consideration of this information for evaluation
of eligibility.

SIGNATURE OF APPLICANT/ BIDDER

50
LETTER OF APPLICATION

[Letterhead paper of the Applicant including full postal address, telephone no., fax no., E-mail address]

Date:...........................
To,
The Employer,
…………………………..,
…………………………..,
Phone No. : …………….,
Fax No. : …………….,

Being duly authorized to represent and act on behalf of ..................................., (Hereinafter referred to as “the
Applicant”), and having reviewed and fully understood all of the Technical & Financial Evaluation
information provided, the undersigned hereby apply to be pre-qualified by yourselves as a bidder for
Attached to this letter are copies of original documents defining:
(a) The Applicant's legal status;
(b) The principal place of business; and
(c) The place of incorporation (for applicants who are corporations), or the place of registration
and the nationality of the owners (for applicants who are partnerships or individually-owned
firms).

(d) Technical & Financial Evaluation documents as defined.


3. Your Agency and its authorized representatives are hereby authorized to conduct any inquiries or
investigations to verify the statements, documents, and information submitted in connection with this
application, and to seek clarification from our bankers and clients regarding any financial and technical
aspects. This Letter of Application will also serve as authorization to any individual or authorized
representative of any institution referred to in the supporting information, to provide such information
deemed necessary and as requested by you to verify statements and information provided in this
application, such as the resources, experience, and competence of the Applicant.

4. Your Agency and its authorized representatives may contact the following persons for further
information:
Contact 1 Telephone : ………………
Name : ………………. Mobile : ………………
Designation : ………………. Fax no. : ………………
E -Mail ID : ………………
Contact 2 Telephone : ………………
Name : ………………. Mobile : ………………
Designation : ………………. Fax no. : ………………
E -Mail ID : ………………

5. This application is made with the full understanding that:


(a) Bids by applicants will be subject to verification of all information submitted for
Technical & Financial Evaluation at the time of bidding;

51
(b) Your Agency reserves the right to:
 Amend the scope and value of any contracts bid under this project; in such event,
bids will only be called from pre-qualified bidders who meet the revised
requirements; and
 Reject or accept any application, cancel the Technical & Financial Evaluation
process, and reject all applications.
(c) Your Agency shall not be liable for any such actions and shall be under no obligation to
inform the Applicant on the grounds for them.
6. The undersigned declare that the statements made and the information provided in the duly completed
application are complete, true, and correct in every detail.

Signed

Name
For and on behalf of (Name of Applicant)

52
FORMAT (1)
GENERAL INFORMATION OF BIDDERS

All individual firms applying for Technical & Financial Evaluation are requested to complete the information
in this form. Nationality information should be provided for all owners or applicants who are partnerships or
individually owned firms.

Where the Applicant proposes to use named subcontractors for critical components of the works, the
following information should also be supplied for the specialist subcontractor(s), together with a brief
description of their specialized input.

1. Name of Applicant Firm

2. Head office address

3. Contact Person Telephone

Mobile no.

4. Fax E-mail

5. Place of incorporation / registration Year of incorporation / registration

Signature & Seal of Applicant

53
FORMAT (2)
STRUCTURE AND ORGANISATION

1. The Applicant is

(a) An Individual

(b) A Proprietary Firm

(c) A Partnership Firm

(d) A Limited Company or Corporation

(e) Any other (Please specify)

2. Attach the Organisation Chart showing the structure of


the Organisation including the names of the
Owners/Directors and position of the officers.

3. No. of years of experience as firm shouldering major


responsibility.

4. No. of years the organization has been in business of


similar work under its present name and style areas of
business when the organization was established.

New areas of business added to the organization and the


years when added.

5. Name of the projects where in the organization was


required to suspend the construction and/or erection
works for more than six months continuously after
commencement. Please state the reasons therefore and
the present status.

6. Name of the projects where in the organization was


required to suspend the operation and maintenance
works for more than six months continuously after
commencement. Please state the reasons therefore and
the present status.

7. Name of the projects where in the organization was


required to abandon after award and the reasons
therefore.

8. Areas of specialization and interest in civil engineering


construction.

9. Details of experience in using heavy earthmoving


equipment.

54
FORMAT (3)
GENERAL EXPERIENCE RECORD

Name of Applicant

All individual firms are requested to complete the information in this form. The information supplied
should be the annual turnover of the Applicant, in terms of the amounts billed to clients for each year
for work in progress or completed.

Applicants should not be required to enclose testimonials, certificates, and publicity material
with their applications; they will not be taken into account in the evaluation of qualifications.

Sl. No. Financial Year Annual Turnover Data Remarks


Actual Annual Turnover Multiplying Factor Evaluated Turnover
( In Rs. Crores) ( In Rs. Crores)
1 2 3 4 5 6

Signature & Seal of Applicant

55
FORMAT (4)
PARTICULAR EXPERIENCE RECORD

Name of Applicant

To qualify, the Applicant shall be required to pass the specified requirements applicable to this form, as set out
in the “Instructions for Qualification/Eligibility”.

On a separate page, using the format of Format (4a), and (4b) as applicable, the Applicant is requested to list
all contracts of a similar nature and complexity to the contract for which the Applicant wishes to qualify and
undertaken during the last 10 (ten) years within India. Such details should be submitted using formats 4a and
4b respectively for each contract completed or under execution, by the Applicant. The applicants must submit
the performance report (completion certificate) in support of their work experience obtained from the
authorized representative of client containing Agreement No., date of start, date of completion and value of
work done (Performa is annexed with format (4a).

Where the Applicant proposes to use named subcontractors for critical components of the works, the
information in the same forms should also be supplied for each specialist subcontractor.

Applicants are required to enclose evidence documents for work in progress or completed as specified in para
8 of Important Note. Use of copy of certificates is recommended with signature of applicant for
authentication.

Any work done as a subcontractor will not be considered for eligibility.

Please attach certified copy of the certificate of experience in support of above details issued by the Govt.
Deptt./Public sector under taking by an authority not below the rank of Executive Engineer or authorised rank for
the work cost on attached Performa.

56
FORMAT (4A)

DETAILS OF CONTRACTS OF SIMILAR NATURE AND COMPLEXITY

Name of Applicant

Use a separate sheet for each contract.

1. Status of Work Completed/Under Execution

2. Contract Bond No.

3. Name of Contract

4. Country

5. Name of Employer

6. Employer Address & Phone no.

7. Nature of works and special features relevant to the contract for which the Applicant wishes to
prequalify

8. Contract role (check one)

Sole contractor Subcontractor

Value in specified currencies at completion, or at date of award for current contracts,

9.  Total Contract Amount : Rs _____________(Rs. _________________________ )

 Sub-Contract Amount (if the role was sub contractor): Rs _________ (Rs. _________)
10. Schedule Contract/duration for execution and commissioning _____Years ______ months

11. Schedule Contract/duration for operation & maintenance _____ Years ______ months

12. Schedule Date of award/completion

13. Actual date of completion of work (Execution and Commissioning)

14. Actual date of completion of work (Operation & Maintenance)

57
15 Main component of the work executed

(a) Total Excavation/Earth Work

(b) Total RCC Work

(c) Total Pipe Line Work in Water Supply (Dia & Length)

(d) Total Sewer Laying Work (Dia & Length) and Maximum Depth

(e) STP/WTP

(f) Pumping Plant

(g) Others

Signature & Seal of Applicant

58
FORMAT (4B)

Summary Sheet: Current Contract Commitments / Works in Progress

Name of Applicant

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

Rs. In Crores

S. Name Addre Brie Dat Contra Stipulate Estimate Percent Value of Amount to
N of ss of f e of ct d d completi outstandi be spent
contra the scop Star Value completi completi on ng work during next
ct client e t on date on date achieved 2 years
as on
31.03.201 Year Year
6 1 2

1 2 3 4 5 6 7 8 9 10 11a 11b

1.

2.

3.

4.

5.

NOTE : IF REQUIRED PLEASE ADD ADDITIONAL SHEETS

Signature & Seal of Applicant


59
FORMAT (5A)

PERSONNEL CAPABILITY

The Applicant is requested to provide the names of atleast two candidates qualifying the specific positions that
according to the Applicant are essential to contract implementation and for positions mentioned in the
Qualification Document.

Please supply the candidate data on separate sheets using the format of Form (6B)

Name of Applicant Firm …………………………………………………………………….

Sl. No. Title of Position Name of Prime Candidate & E. Name of Alternate
Mail/Mobile No. Candidate & E.
Mail/Mobile No.

1 2 3 4

Signature & Seal of Applicant

60
FORMAT (5B)

CANDIDATE SUMMARY

Name of Firm…………………………………………………………………..

Sl. Name of Professional Designation Professional Working Staff to be


No. Employee Qualifications Experience with Firm deployed on
/Candidate the work
From To under this
tender

1 2 3 4 5 6a 6b 7

Signature of Bidder

61
FORMAT (6)

EQUIPMENT CAPABILITY

Name of Firm : …………………………………………………………………………..

The Applicant shall provide adequate information to demonstrate that the Firm has the capability to meet the
requirements for all items of equipment required for timely completion of the Project.

Sl. Name of T&P Model / Year of Capacity T&P to be used on the work Remarks
No. /Equipment Manufacturing under this tender

1 2 3 4 5 6

Signature of Firm

62
FORMAT (7)
FINANCIAL CAPABILITY
Name of Applicant

Applicantsshould provide financial information to demonstrate that they meet the requirements
stated in the Instructions to Applicants. Each applicant must fill in this form. If necessary, use
separate sheets to provide complete banker information. A copy of the audited balance sheets
and statement of profit and losses should be attached.

Banker Name of banker

Address of banker

Telephone/Mobile no. Contact name and title

Fax no. E-Mail

Summarize actual assets and liabilities in INR equivalent (at the rates of exchange current at
the end of each year) for the previous five years. Based upon known commitments summarize
projected assets and liabilities in INR equivalent for the next two years.

Financial information Actual : Previous five years


Rs.in Crore

Year 1 Year 2 Year 3 Year 4 Year 5

1. Total assets

2. Current assets

3. Total liabilities

4. Current liabilities

5. Sales

6. Ordinary Profits

7. Profits before taxes

8. Profits after taxes

9. Net worth

63
Specify proposed sources of financing to meet the cash flow demands of the Project, net of
current commitments for other contracts.

Source of financing Amount (Rs. in Crore)

1.

2.

3.

4.

Attach audited financial statements for the last five years (for the individual applicant).

Firms owned by individuals, and partnerships, may submit their balance sheets certified by a registered
accountant, and supported by copies of tax returns.

Applicants are be requested to submit a bank reference letter from a reputable commercial bank to the effect
that such bank certifies the financial capability of the applicants to meet their financial obligation to perform
the said contract and considers to issue a specific line of credit when and if the contract is awarded to the
applicants.

Signature & Seal of Applicant

64
FORMAT (8)

BIDDING CAPACITY

Bidders who meet the minimum qualification criteria will be qualified only if their available bid
capacity for construction work is equal to or more than the total bid value. The available bid capacity
will be calculated as under:

Assessed Available Bid capacity = ( A*N*M - B )

where

A = Maximum value of works executed in any one year during the last five years (updated to the price
level of the last year at the rate of 8 percent a year) taking into account the completed as well as works
in progress. (Value taken from column 5 of format (3))

N = Number of years prescribed for completion of the works for which bids are invited (period up to 6
months to be taken as half-year and more than 6 months as one year) excluding maintenance period.

M = M is taken 2.5

B = Value, at the current price level, of existing commitments and on-going works to be completed
during the period of completion of the works for which bids are invited. (Value taken from column 10
of format (4B))

So Total bidding capacity (Rs. In Crores) =

(Value taken from column 5 of format (3)) * (Number of years prescribed for completion of the
works) * 2.5 - (Value taken from column 10 of format (4B))

Signature & Seal of Applicant

65
FORMAT (9)

List of works for which tenders have already submitted to any client but not awarded.

Name of Applicant

Sl. Name of Client & Name of Estimated Date of Position in Likely Remarks,
No. Address of work cost of submission the date if any
Correspondence/ work, Rs. of offer bidding if of
Telephone no. In lacs opened award
1
2 3 4 5 6 7 8
1.

2.

3.

Signature & Seal of Applicant

66
FORMAT (10)

LITIGATION HISTORY

Sl.No. Name of Dept. With Ref. of Date of start Schedule Date of start
which dispute arose. Tender/ cost of work date of of Dispute
Address with Tel. of work completion
No. and e-mail of work
address
of Dept.
1 2 3 4 5 6

Nature of Total Cost of Dispute pending under Present of Position of


Dispute Disputed Dispute
work
Arbitration Court Settled with Under
cost & Date Progress
7 8 9 10 11 12

Please Specify:

1. If the Applicant firm has ever been black listed or debarred for tendering
by any Government/Semi Government Organization. If so, provide details
and present status.
2. If the Applicant firm has ever been executed or under trial by any court on
any tendering matter or any matter related to contract bond.

Signature & Seal of Applicant

67
FORMAT (11)

AFFIDAVIT
(On Rs. 100 stamp paper)

I/we hereby confirm and declare


That our organization M/s_________________ is not blacklisted/ debarred/ De-
registered from any Government department/Public sector undertaking/ Private
sector or any other agency for which we have executed/ undertaken the works
presently.
That I/we do not fall under the category of blacklist contractor by the concerned
department or other departments of the state government.

That I/We are not involved in crime activities mafia and gangster activities and
organized crime activities and anti social work etc.

That no inquiry/investigation is ongoing regarding a work that has been executed


wholy or partially by our Firm/Company or its holding company or parental
agency/organisation by Any Department of Uttar Pradesh Government, including
Police Department, Economic Offence Wing (EOW),Vigilance etc.

That If any complaints regarding certification of mafia activities / anti-social activities


and indulging in organized criminal activities after getting the contract are found,
then the competent authority will have the right to cancel my contract / contract and
I/we have no objection.

That according to the terms of the contract, I will complete the work in accordance
with the specifications with full quality from time to time.

Date:

For
M/s_________________

Authorized Signatory

68
ADDITIONAL INFORMATION

(a) Provide copy of registration for Provident Fund.

(b) Provide copy of registration for GST and copy of Last Return.

(c) Provide copy of PAN & TAN for Income Tax.

(d) Provide list of Banks, have deposits of firm and name the main Banker of firm which should be in India.

(e) Please add any further information which the applicant considers relevant in regard to his capabilities.

(f) Please give a brief note indicating by applicant considers himself eligible for qualification for the work.

69
(Annexure –III)

(DRAFT)- Deleted

(Annexure –IV)

DELETED

(Annexure –IVA)

(DRAFT)-Deleted

70
(Annexure –V)

FORM OF BID SECURITY (BANK GUARANTEE)

WHEREAS, ...........................(name of Bidder) (hereinafter called “the Bidder”) has submitted its Bid
(hereinafter called the “Bid”) dated (date) for the performance of (name of Contract).

KNOW ALL PEOPLE by these presents that We .................... (name of Bank) of

.................... (name of country) having our registered office at .................... (hereinafter called “the Bank”) are
bound unto .................... (hereinafter called “the Owner”) in the sum of ....................for which payment well
and truly to be made to the said Owner, the Bank binds itself, its successors, and assigns by these presents.

[The Bidder should insert the amount of the guarantee in words and in figures. This figure should be the
same amount as set out in ITB and the Bid Data Sheet. The details related to the Bid Security are set out in
the same ITB]

The CONDITIONS of this obligation are:

(1) if the Bidder withdraws its Bid during the Bid Validity Period; or

(2) if the Bidder, having been notified of the acceptance of its Bid by the Owner during the period of Bid
validity,

(a) fails to sign the Form of Contract in accordance with and when required by ITB ; or

(b) fails to provide the performance security to the Owner in accordance with and when required
by ITB.

We undertake to pay to the Owner up to the above amount upon receipt of its first written demand, without the
Owner having to substantiate its demand, provided that in its demand the Owner will note that the amount
claimed by it is due to it owing to the occurrence of one or more of the conditions set out above, specifying the
occurred condition or conditions.

This Guarantee will remain in full force up to and including 30 days after the expiry of the Bid ValidityPeriod
and it may be extended by the Owner in accordance with the Bidding Documents, notice of which
extension(s) to the Bank is hereby waived. Any demand in respect of this Guarantee should reach the Bank
not later than the above date or the extended date.

SEALED with the Common Seal of the said

Bank this ....... day of ...................., [Year].

_________________________ ___________________________

WITNESS SIGNATURE OF THE BANK

(signature, name and address) SEAL

Name: ____________

Position: ____________

71
FORM OF SOLVENCY CERTIFICATE FROM A SCHEDULED PUBLIC SECTOR BANK

This is to certify that to the best of our knowledge and Information M/s/Sri …………………………….

Address…………………………………………………, a customer of our bank are/is respectable and can be

treated as good for any engagement upto a limit of Rs. ………………. (Rupees …………………………..).

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

(Signature)

Of the Bank Authority

Name of Bank & Seal

Note : In case of partnership firm, certificate to include names of all partners as recorded with the Bank.

Signature of Applicant/Bidder

72
Check List

(To be filled by Bidder)

Sl. Title Action Required Action Taken or Page


No. Not No.
1 2 3 4 5
1. Letter of Undertaking Filled & Signed Yes/No
2. EMD Details Filled & Attach Yes/No
3. Application Forms Signed & Attach Document Yes/No
(i) Format – 1, General Information Signed & Attach required Yes/No
documents
(ii) Format – 2, Structure and Organisation Signed & Attach Yes/No
organization chart
(iii) Format – 3, General Experience Record Signed & Attach Yes/No
Certificate of Chartered
Account
(iv) Format – 4, Particular Experience Record
(v) Format – 4a, Details of Contracts of Similar Filled for Qualifying as per Yes/No
Nature and Complexity clause 14a & signed
Performa of Performance Report by Client Copy Attach Yes/No
Department
(vi) Format – 4b, Current Contract Commitments Filled & Signed Yes/No
/ Works in Progress
(vii) Format – 5A, Personnel Capability Filled & Signed Yes/No
(viii) Format – 5B, Candidate Summary Filled & Signed Yes/No
(ix) Format – 6, Equipment Capability Filled & Signed Yes/No
(x) Format – 7, Financial Capability Filled & Signed, Attach Yes/No
copy of Previous 5 Year
Audited Balance Sheet &
Bank Letter
(xi) Format – 8, Bidding Capacity Filled & Signed Yes/No
(xii) Format – 9, List of works for which tenders Filled & Signed Yes/No
have already submitted to any client but not
awarded
(xiii) Format – 10, Litigation History Filled & Signed and Attach Yes/No
Supporting Document
(xiv) Format – 11, ‘kiFk i= Filled & Signed with Photo Yes/No
(xv) Additional Information Enclosed Yes/No
(xvi)

Signature of Applicant/Bidder

73
Tender Document

(Technical Specifications)

A. INTRODUCTION TO THE TECHNICAL SPECIFICATIONS

A.1 Kind and Scope of Work


The Contractor is to construct, operate and maintain a complete and fully functioning water supply system in
the villages/ households covered under Water Supply Scheme for which bid is being invited in accordance
with these Bid Documents.

A.2 Specifications for Construction (Part A)


The Contractor shall be responsible for the construction of the element as defined in the attached
Specifications and as per the Description of items

A.3 Deleted

B. Technical Specifications
PREAMBLE
The Technical Specifications described herein shall be read in conjunction with the other sections of Bidding
Documents.
B.1 General: The Technical Specifications covering the materials and the workmanship aspects as well as
method of measurements and payments are included in this section. These specifications cover the items of
civil and non-civil works coming under scope of this document. All works shall be carried out in conformity
with the same. These specifications are not intended to cover the minute details. The works shall be executed
in accordance with good engineering practices followed for achieving high standards of workmanship, thus
ensuring safety and durability of the construction.
B.2 Inclusive Documents: The provisions of General Conditions of Contract and Particular Conditions of
Contract, those specified elsewhere in the bidding document, as well as execution drawings and notes, or other
specifications issued in writing by the Engineer shall also form part of the technical specifications of this
contract.
B.3 Measurement and Payment: The methods of measurement and payment shall be as described under
various items and in the Description of items where specific definitions are not given, the methods described
in Bureau of Indian Standards (BIS) Code will be followed. Should there be any detail of construction or
materials which has not been referred to in the Specifications or in the Description of Items and Drawings but
the necessity for which may be implied or inferred therefrom, or which is usual or essential to the completion
of the work, the same shall be deemed to be included in the rates and prices entered by the contractor in the
Bill of Quantities.
The information given hereunder and provided elsewhere in these documents is given in good faith by the
Employer but the Contractor shall satisfy himself regarding all aspects of site conditions and no claim
whatsoever will be entertained on the plea that the information supplied by the Employer is erroneous or
insufficient.

74
C. GENERAL REQUIREMENTS

The Technical Specifications, in accordance with which the entire work described hereinafter shall be
constructed and completed by the Contractor, shall comprise the following:

C.1 PART - I- General Specifications


The General Specification shall be as described for all materials and works are to be in conformity with the
specification of the UP.P.W.D and the specifications prescribed in the Indian Standard Codes (I.S. Code)
published by the BIS (Bureau of Indian Standard). While Executing the works all the relevant IS code in
general, and the following I.S. Codes in particular, all with latest amendments, current at the time of execution
are to be referred.
Bidders can refer DPR’s at client office for any query.

D. BUILD SPECIFICATIONS:
The works objective is to provide a complete and fully functioning water supply system including but not
necessarily limited to the items described in the Scope of Works.

The provisions contained in this Build Specification are intended to supplement the General Conditions of the
Build Contract for the purpose of providing greater specificity of the Build Services that the Contractor shall
perform.

Materials and construction methods to be used shall be so as to ensure that the residual life of the water supply
system shall be of at least 30 years

The Contractor shall sign and maintain insurances according to Clause 14 of the General conditions of
Contract, and make Performance Security according to Clause 4.4 of the General Conditions of Contract (in
the following GC) in the form of a Bank Guarantee or a Performance Bond.

The Employer shall provide required land, including acquisition, for the Project and right of access to Project
areas according to Clause 2.1 of the GC. Any delay in providing land, EOT with no compensation will be
made on any grounds.

D.1 Building and Construction Services

General
1 The Contractor shall carry out all building and construction of all items required to meet the output
requirements.

2 The Contractor shall be solely responsible for construction means, methods, techniques, sequences, and
procedures and for co-ordinating the various parts of the Build Services under the Contract.

75
DETAILED SPECIFICATIONS FOR CIVIL WORKS:

1. EARTH WORK

1.1 GENERAL

The conditions/specifications laid down hereunder will hold good whether the excavation is to be
carried out over areas for levelling foundations of structure, trenches for pipes or cables or any other
type of work which involves earth work like the levelling of forming/embankments etc. as per UP Jal
Nigam/ UP PWD specifications.

a. Earthwork in excavation includes site-cleaning activities like removal of shrubs, loose stones, rubbish
of all kinds, interfering with the works and with complete removal of roots.

b. The products of the above clearing operations shall be removed from the site, dumped, stacked at a
place, burnt or otherwise disposed of as directed by the Employer within the compound.

c. A permanent base line and cross lines shall be established to serve as reference grid using MS plates,
peps, pins set in concrete or brick masonry pillars where they will be free from disturbances.

d. A permanent bench marks or marks as required necessary for the works connected to the nearest GTS
benchmark shall be established for reference.

e. Excavation shall be carried out in all types of soil like top soil, silt, sand, gravel, soft moorrum, clay,
kankar, hard materials like disintegrated rock shale which can be removed by picks, crowbars and
shovels. Soil/earth may contain boulders. Loosening of rocks include the other methods of excavation
other than blasting such as chiseling, wedging line drilling to avoid shattering of rocks. The Employer
shall decide what method shall be adopted for removal of the hard rock.

In case of permission for blasting/controlled blasting will be granted by concerned authority for which
laisioning shall be carried out by contractor and no extra payment/compensation will be made by the
employer. If permission is not granted, then contractor should carry out with the respective
methodology.

f. Excavation, whose sides are required to be maintained at a steeper slope than the stable slopes, will be
required to be properly shored and strutted failing which the contractor will be required to execute the
work by open cutting by the approval of Employer.

g. Negligence on account of this leading to any mishap will be entirely the responsibility of the
contractor.

h. Where Excavation is made in excess of the depths required as shown in the drawings or as directed by
the Employer the contractor shall at his own expense fill up to the required level with lean concrete or
well compacted sand as decided by the Employer.

i. Any public utility services/facilities like water supply lines, gas supply line, sewers, telephone/electric
cables poles etc. met with during Excavation shall not be damaged and no disruption is caused to the
utility service on account of damages caused by the contractor. Such facilities shall be properly
supported in their original positions by giving signs, suspension beams etc. as contractors own
expenses.

j. The Contractor shall be solely responsible for the protection of adjoining properties from damages that
may be on account of excavation close to the properties whether the property belongs to government
or to a private party.

76
k. The contractor shall make all arrangements for proper warnings like providing. Fences, danger flags,
barricading, night warning lights, watch and ward etc, to caution the public as well as the labours
engaged by him about the dangers that may be involved by excavation of trenches, pits, foundations
etc, Safety code for excavation work IS: 3764- 1966 shall be rigidly followed unless instructed
otherwise by the Employer.

l. Any useful material obtained during Excavation shall be stacked as directed by the Employer and will
be the property of the department. The decision of the Employer in this regard shall be final and
binding on the contractor.

m. The rates quoted shall include back filling of excavated material and disposal of surplus earth as
directed by the Employer.

1.2 EXCAVATION IN TRENCHES

a. Excavation as required in trenches, cable ducts, for manholes, other overflow structure, cross drainage
works, extra depths for joints of pipes shall be carried out as shown in the drawings/directed by the
Employer.

b. For deep foundations necessary shoring and strutting shall be executed as directed by the Employer.
If additional slopes are to be provided where vertical cuts are not possible the same shall be executed
without any additional cost. The rates quoted shall be deemed to be inclusive of all such extra work.

c. The trench shall be kept perfectly dry by preventing the extraneous water entering the pits and also
wherever necessary by pumping at the cost of the contractor. No additional cost of dewatering shall be
payable.

d. The trenches after laying. Jointing and testing of pipes/cables are to be back filled. The trenches shall
be filled with the excavated material if found suitable as directed by the Employer.

e. All surplus soil/earth shall be transported and disposed of as directed by the Employer Boulders,
sharp objects, brickbats, roots of trees, rubbish, rubble etc. Shall not be used for back filling. The back
filling shall be done very carefully so as not to damage the pipes/cables or disturb the alignment levels
of the pipes/cables. The back filling shall be done in layers on both sided of the pipes watered,
consolidated by ramming to a dense layer. The thickness of each layer shall not be more than 15 cms.
Special care shall be taken to avoid unequal pressures and not to disturb the pipe.

f. In case the excavated material falls short of requirement the back fill soil/earth shall be taken from
borrow pits approved by the Engineer- in-Charge. The rates quoted by the contractor shall be deemed
to be inclusive of all such works.

g. Sight rails and boning rods are to be used at regular intervals as directed by the Employer to excavate
the trenches true to line and grade.

1.3 BACK FILLING/EARTH FILLING

a. Back filling of earth around liquid retaining structures and pipes shall be done only after the water-
tightness test is done to the satisfaction of the Employer Selected earth from the excavated earth shall be used
for back filling/ embankment.

b. Care shall be taken to see that unsuitable soil/earth does not get mixed up with the material proposed
to be used for filling.

77
c. Regarding the soil/earth to be used for back filling the contractor shall have the prior approval of the
Employer.

d. Backfill shall be placed in successive horizontal layers of loose material not more than 15 cm thick.
The material shall be brought to within +2% of the optimum moisture content as described in is:2720
(Part VIII) after adjusting the moisture content, the layers shall be thoroughly compacted with such
equipment as may be required to obtain a density equal to or greater than 95% of maximum laboratory
dry density of the soil.

e. Successive layers of filling shall not be placed until the layer under construction has been thoroughly
compacted to satisfy the requirements laid down in the requirements.

1.4 FILLING AND EMBANKMENT

a. The area where filling or embankment is to be carried out shall be cleared from loose material and the
virgin soil shall be exposed. All shrubs and vegetation with roots are cleared. All soft patches shall be
removed and filled with selected soil/earth and consolidated. Exposed soil/earth shall be consolidated
properly to obtain 95% of maximum laboratory dry density of the soil.

b. Approved filling material shall be uniformly spread in layers not exceeding 20 cms in loose depth. All
clods, lumps, etc shall be broken before consolidation.

c. Successive layers of filling shall not be placed until the layer under construction has been thoroughly
compacted to satisfy the requirement laid down in these specification.

d. The contractor shall give the samples of the earth he proposed to use for back filling for testing, if
required or directed by the Employer along with the following characteristics of the soil/earth.

e. Only earth having plasticity index less than 20 shall be used.

f. Soil/earth having laboratory maximum dry density of less than 1500 kg per cubic meter shall not be
used.

g. If the layer fails to meet the required density it shall be reworked or the materials shall be replaced and
method of compaction altered as directed by the Engineer-in- Charge to obtain the required density.

h. If any test indicates less than the specified degree of compaction the Employer may require all the fill
placed, subsequent to the latest successfully tests to be removed and compacted and compaction
procedure to be done once again to obtain satisfactory density.

i. The contractor shall perform all necessary tests to determine optimum moisture content and the degree
of compaction. He shall furnish the results to the Employer.

j. Prior to rolling, the moisture content of the material shall be brought to within ±2% of the optimum
moisture content as described in is-2720 (part VIII). The moisture content shall preferably be on the
wet side for potentially expansive soil/earth. After adjusting the moisture content as described in this
clause, the layers shall be thoroughly compacted by means of rollers till 95% of maximum laboratory
dry density is obtained.

k. If the layer fails to meet the required density it shall be reworked or the materials shall be replaced and
method of compaction altered as directed by the Employer to obtain the required density.

78
l. The embankment shall be finished to the alignment levels and grades, cross sections, dimensions
shown in the drawings or as directed.

m. If sand filling is specified in the tender for filling the trenches, plinth or foundation the sand/crushed
sand used shall be hard free from inorganic materials and deleterious materials and approved by the
Employer. Filling shall be carried out in layers not exceeding 15 cms in loose depth and flooded and
tamped till it meets the approval of the Employer.

n. The contractor shall perform all necessary tests to determine optimum moisture content and the degree
of compaction. He shall furnish the results to the Employer.

1.5 SHORING/ STRUTTING/TIMBERING

a. When the depth of foundation or pipe trench is great and the soil/earth is soft and generally for depths
more than 1.5 m. Stepping, sloping and or paneling and strutting or sides shall be done as directed by
the Employer. The decisions regarding the positions and depths at which and what type of
precautions are to be provided shall be decided by the Employer.

b. It shall be the responsibility of the contractor to take all necessary precautions or steps to prevent the
sides of trenches from collapse. The contractor shall be responsible to make good any losses or
damages caused to execute works, life and property due to his negligence.

c. Deep excavation shall be inspected after every rain, storm, or other hazards and if necessary the
precautions required shall be augmented.

d. Planking and strutting shall be either “Close” or “Open” type depending upon the nature of the
soil/earth and depth of excavation etc.

e. The timbering shall be of sufficient strength to resist earth pressure and ensure safety to the adjoining
property and to persons. Where the excavation is subjected to vibrations due to machinery, vehicles,
rail traffic, blasting and other sources, additional bracings shall be provided.

f. Generally the specifications and sizes and spacing of sheeting, wallers and struts used for timbering of
different depths shall be as given in the is: 3764-1965 Safety code for excavation work unless
otherwise specified in the tender elsewhere. Shoring shall extend 30 cms, above the vertical sides.

g. Withdrawal of timbering shall be done very carefully to prevent collapse of the sides of excavation
and any damage to the work executed.

h. Open timbering shall be provided wherever the Employer directs, where the trenches are not close to
any buildings/property/structures. In open timbering the trench shall be protected by covering 1/3 the
surface area by planks.

1.6 RELEVENT WORKS

a Concrete structures for storage of liquids (IS:3370 part I & II)

b. Hours of operation of pumps to be considered for design of transmission main is 16 hours.in case of
surface based and 08 hours in case of ground water based schemes.

c GI pipes required for the project shall be of medium duty.

d. If the quantity of valve chamber does not match with that of valves mentioned in BOQ, the variation
in quantity will be paid on actuals.The design of valve chamber is in the scope of bidder.
79
e. The design of pump house will be on bidder’s scope but approved by employer.

f. Electrical scope of works for the proposed schemes shall be as per the Items listed in BOQ. Any other
additional Items shall be considered as quantity variation.The design of Electrical systems viz.
substation/outdoor switchyard, transformer, DG set, HT/LT switch gear, HT/LT cables and lighting
system shall be in bidder’s scope.

g The design of electrical system (Electrical buildings & Transformers) shall be designed for ultimate
load.

h. The location of central monitoring station of entire scheme will be at WTP location.

i. The area requirement for design of the chemical and chlorine tonner storage room shall be one month
requirement.

j. Payment shall be made on actuals with approval of Employer for any change in pump duty during
detailed Engineering

k. Any additional type of crossings (not mentioned in BOQ) encountered during execution, will be paid
on actuals as extra item.

l. The UPS with Ni-Cd battery shall be provided at pump house and WTP locations and UPS with solar
backup shall be provided at reservoir locations.

IMPORTANT NOTE

1. IS Codes
Some of the important relevant applicable codes for this section are
IS: 1200 (Part-1)- Method of measurement of building and civil engineering works and earthwork
IS: 3764 – Safety – code for excavation work
IS: 4701 – Code of practice for earthwork on canals

2. PLAIN CEMENT CONCRETE

General
Aggregate shall be of inert materials and shall be clean, dense, hard, sound durable non-absorbent and capable
of developing good bond with mortar. Coarse aggregate shall be of hard broken stone or granite or similar
stone free from dust dirt and other foreign matters. The stone ballast shall conform to UP Jal Nigam, UP PWD
specification.

Fine aggregate shall be of coarse sand consisting of hard, sharp and angular grains and shall’ pass through
screen of 4.75 mm IS Sieve. Sand/Crushed sand shall be of standard specification, clean and free from dust,
dirt and organic matters. Fine aggregate may also be crushed stone.

Ordinary Portland cement of 43/53 grade as per IS: 8112 shall be used. It shall have the required tensile and
compressive stresses and fineness. Water shall be clean and free from alkaline and acid matters and suitable
for drinking purposes.

80
The proportion of concrete shall be M-10 (Cement: Fine Aggregate: Coarse Aggregate) by unless otherwise
specified. Minimum compressive strength of concrete of M-10 proportion shall be as per IS: 456 -2000 or its
latest revision.

Stone aggregate sand and cement shall be mixed as per UP Jal Nigam, UP PWD specification. All materials
shall be dry. If damp sand is used, compensation shall be made by adding additional san to the extent required
for the bulking of damp sand.

Appropriate quantity of water required for cement may be taken as specified in IS 456-2000 or its latest
amendment. For concrete compacted by mechanical vibration the quantity of water shall be reduced by 20%.

Mixing shall be of machine mixing type. Hand mixing shall not be permitted.

Machinery Mixing: Stone ballast, sand and cement shall be put into the cement concrete mixer to have the
required proportion. For concrete of M-15 , first four boxes of stone ballast, then two boxes of sand and then
one bag of cement shall be put into the C.C. Mixer, the machine shall then be revolved to mix materials dry
and then water shall be added gradually to the required quantity, 25 to 30litres per bag of cement to have the
required water cement ratio. The mixing shall be thorough to have a plastic mix of uniform colour. It requires
1.5 to 2 minutes rotation for thorough mixing. Mixed concrete shall be unloaded on masonry platform or on a
sheet iron. Output of concrete mixer is 15 to 20 mix per hour.

Regular slump test shall be carried out to control the addition of water to maintain the required consistency.

Formwork centering and shuttering shall be provided as required, as per standard specification before laying
concrete to continue to support or to keep the concrete in position.

Concrete shall be laid gently (not thrown) in layers not exceeding 15 cm and with mechanical vibrating
machine until a dense concrete is obtained. (For important work mechanical vibrating shall be used for thick
or mass concrete immersion type vibrators and for thin concrete surface vibrators shall be used for compacting
concrete). Over vibration will separate coarse aggregate from concrete and shall be avoided. After removal of
the formwork in due time the concrete surface shall be free honey combing, air holes or any other defect.

Concrete shall be laid continuously, if laying is suspended for rest or for the following day the end shall be
shuttered and vibrated to achieve dense concrete and made rough after de-shuttering for further jointing. When
the work is resumed, the previous portion shall be roughened, cleaned and watered and a grout of neat cement
shall be applied and the fresh concrete shall be laid. For successive layer shall be laid before the lower has set.

After about 2 hours laying when concrete has begun to harden, it shall be kept damp by covering with wet
gunny bags or wet sand for 24 hours, and then cured by flooding with water, making mud walls 7.5 cm high or
by covering with wet sand or earth and kept damp continuously for 15 days. If specified, curing may be done
by covering concrete with special type of waterproof paper as to prevent water escaping or evaporating.

Plain cement concrete shall be provided for levelling courses, foundations, pipe bedding or at other places
wherever indicated in the drawings/directed by the Employer. Grade and thickness of all PCC works shall be
as mentioned in the drawings.

The proportion of the concrete, size of the aggregate shall be as specified in the drawings and technical
specifications shall be approved by Employer.

While placing concrete directly on the soil for foundations etc. all the loose material shall be removed. The
surface shall be trimmed and well consolidated.
81
The material specification, mixing, placing of concrete compaction, removal of the form work shall all be
done as specified for reinforced cement concrete in the section of this tender document. The clauses provided
therein shall also equally apply for this item of work to the extent relevant.

The rates quoted shall include supply of material, labour, tools and plant, water, mixing platforms, curing,
supplying, erecting and dismantling of all form works as required.

Testing and Acceptance Criteria of Concrete

The sampling of concrete making the test specimens, curing and testing procedures etc. shall be in accordance
with IS: 1199, IS: 3085 and IS: 516, the size of specimen being 15 cm cubes. Normally only compression tests
shall be performed in accordance with IS: 516.

For each grade of concrete and for each 8 hour of work or portion thereof the following samples shall be
taken.

At least six specimens shall be taken from the first 15.0 m3 or part thereof and three of these shall be tested at
7 days and the remaining at 28 days. Four additional specimens shall be taken from each additional 15.0 m of
concrete or portion thereof of which 2 specimens shall be tested at 7 days and the remaining at 28 days.

To control the consistency of concrete from every mixing plant slump tests, and/or compacting factor tests in
accordance with IS: 1199 shall be carried out by the contractor every two hours or as directed by the
Employer. Slumps corresponding to the test specimens shall be recorded for reference. The acceptance
criteria of concrete shall be in accordance with IS: 456-2000.

Concrete work found unsuitable for acceptance shall have to be dismantled and replacement is to be done as
per specification by the contractor. No payment for the dismantled concrete, the relevant formwork and
reinforcement embedded fixtures etc. shall be paid.

In the course of dismantling if any damage is done to, the embedded items or adjacent structures the same
shall be made good free of charge by the contractor the satisfaction of the Employer.

3. BRICK MASONRY AND PLASTERING

3.1 BRICK MASONRY

General
All bricks shall be of class designation 10 or best locally available approved by Employer or DBE made of
good brick earth thoroughly burnt, and shall be of deep cherry red or copper colour. Bricks shall be regular in
shape and their edges shall be sharp and shall emit clear ringing sound on being struck and shall be free from
cracks, chips, flaws and lumps of any kind. Bricks shall not absorb water more than one sixth of their weight
after one hour of soaking by immersing the water. Bricks shall have a minimum crushing strength of 105
kg/cm2 (10.5N/mm2).
Bricks shall be fully soaked in clean water by submerging in a tank for a period of 12 hours immediately
before use. Soaking shall be continued till air bubbling is ceased.

Bricks shall be well bonded and laid in English bond unless otherwise specified. Every course shall be truly
horizontal and wall shall be truly in plumb. Vertical joints of consecutive course shall not come directly over
one another; vertical joints in alternate course shall come directly over one another. No damaged or broken
bricks shall be used. Closers shall be of clean-cut bricks and shall be placed near the ends of walls but not at
the other edge. Selected best-shaped bricks shall be used for face work. Mortar joints shall not exceed 6 mm in

82
thickness and joints shall be fully filled with mortar. Bricks shall be laid with frogs upwards except in the top
course where frogs shall be placed downward. Brickwork shall be carried out not more than 1.2m height at a
time. When one part of the wall has to be delayed, stepping shall be left at an angle of 450 . Corbelling or
projections where shall not be more, than X brick projections in one course. All joints shall be raked and faces
of wall cleaned at the end of each day’s work.

These specifications deal with all types of brickwork required for buildings, manholes, drains, retaining walls
or any construction made out of bricks.

3.1.1 Materials

3.1.1.1 Bricks
Bricks used for the construction of brick masonry shall be hard, rectangular in shape and size and well burnt
of uniform deep red, cherry or copper colour and shall confirm to IS: 1077-1986.
The bricks shall be brought from approved brick kilns. The bricks shall be free from cracks, chippings, flaws,
stones or lumps of any king. The bricks shall not show any signs of efflorescence and shall be homogeneous
in texture.

They shall emit a clear metallic ringing sound on being struck and shall have a minimum compressive strength
of 10.5 N/mm2 equivalent to 105 kg/cm2.

They shall not absorb more than 20% of its dry weight when soaked in cold water for 24 hours or otherwise
specified in the Indian standard Specification.

3.1.1.2 Mortar

The proportion of the cement mortar used for the masonry work shall be as specified on the various drawings
for different places/types of construction, specification for each part of the work.

For cement mortar fresh Portland cement of standard specification shall be used. Sand shall be sharp, clean
and free from organic and foreign matters. For rich mortar coarse or medium sand shall be used and for weak
mortar local fine sand may be used. Materials of mortar shall be measured to have the required proportion
with measuring box and first mixed dry to have a uniform colour in a clean masonry platform and then mixed
by adding clean water slowly and gradually to have workable consistency and mixed thoroughly by turning at
least three times. Fresh mixed mortar shall be used, old and stale mortar shall not be used and mortar for an
hour work only shall be mixed with water so that the mortar may be used before setting starts.

Coarse sand is mixed with the required quantity of cement for the preparation of the mortar. Mortar shall be
prepared in accordance with IS: 2250-1981. The sand used for the masonry mortar shall meet the
requirements as specified in IS: 2116-1980. For masonry mortars, sand and cement of required proportions are
mixed in small quantities in a dry state first and then water is added to make the mortar of required
consistency suitable for the type of work for which it is required as directed by the Employer. No left over
mortar shall be used and therefore only that much quantity of mortar that can be consumed within 30 minutes
shall be mixed in batches.

83
3.1.1.2 Sand for Brick Masonry

3.1.1.3 Table 3.1 : Grading of sand for use in Masonry Mortar

IS : Sieve Designation Percentage passing by Mass

4.75 mm 100

2.36 mm 90 to 100

1.18 mm 70 to 100

600 micron 40 to 100

300 micron 5 to 70

150 micron 0 to 15

3.1.2 Construction

The brick masonry shall be constructed as per the Indian Standard Code of Practice for Brick Work IS: 2212-
1962. The thickness of the joints shall not be thicker than those specified in para 504 of the above Code of
Practice.
The bricks shall be thoroughly soaked in water before using them on the work for at least twelve hours and all
the air bubbles shall come out during soaking process. The soaked bricks shall be stacked on wooden
planks/platforms so as to avoid sticking of the earth and other materials on to the surface of bricks. Bricks
required for construction in mud mortar or lime mortar shall not be soaked. Brickwork shall be laid in English
Bond unless otherwise specified. Half bricks shall not be used except when needed to complete the bond. Each
course of vertical walls and in case of battered construction the better or slope shall be truly maintained. The
level of the course completed shall be checked at every one meter interval or less as required.
The bricks shall be laid frogs upwards. While laying the bricks they shall be thoroughly bedded and flushed in
mortar and well tapped into position with wooden mallets and superfluous mortar shall be removed.
No part of the structure shall be raised more than one meter above than the rest of the work. In case it is
unavoidable the brickwork shall be raked back at an angle of not more than 45 degrees so as to maintain a
uniform and effectual bond, but raking shall not start within 60 cms from a corner.
In case of construction of buttresses, counter-forts, returns they are built course by course carefully bound into
the main walls.
At all junction of walls the bricks at alternate courses, shall be carried into each of the respective walls so as to
thoroughly unite both the walls together. The brickwork shall not be raised more than 14 courses per day.
All the beds and joints shall be normal to the pressures applied upon them Le horizontal in vertical walls,
radial in arches and at right angles to the face in battered retaining walls.
Vertical joints in alternate courses shall come directly one over the other and shall be truly vertical. Care shall
be taken to ensure that all the joints are fully fitted up with mortar, well flushed up where no pointing is
proposed, nearly struck as the work proceeds. The joints in faces which are plastered or painted shall be
squarely raked out to a depth not less than 12 mm while the mortar is still green. The raked joints shall be well
brushed to remove the loose particles and the surfaces shall be cleaned with a wire brush so as to remove any
splashes of mortar sticking to the surfaces during the construction.
84
All iron fixtures, pipes, bolts, conduits, sleeves, holdfasts etc. which are required to built into the walls shall
be embedded in cement mortar or cement concrete as shown in the drawings/indicated in the
specification/directed during the execution by the Employer as the work proceeds and no holes be left for
fixing them at a later date unless authorized by the Employer.
3.1.2.1 Curing
Green work shall be protected from rain by covering the work suitably. Masonry work as it progresses shall be
thoroughly kept wet by watering on all the faces for at least 10 (Ten) days after completion of the parts of the
work. Proper watering cans, flexible pipes, nozzles shall be used for the purpose in case of fat lime mortar
curing shall start two days after construction of masonry and shall continue for Seven days. No additional
payment is admissible for curing and the rates quoted are deemed to be inclusive of the cost of curing.

3.1.2.2 Scaffolding
Double scaffolding sufficiently strong so as to withstand all loads that are likely to come upon it san having
two sets of vertical supports shall be provided. Where two sets of vertical supports are not possible the inner
end of the horizontal supporting pole shall rest in a hole provided in a header course only. Only one header for
each pole shall be left out. Such holes however shall not be permitted in pillars less one meter in width or
immediately near the skew backs of arches. Such holes shall be filled up immediately after removal of the
scaffoldings. Safety Code for Scaffolds and Ladders, IS: 3696-1987 (Part I and II) shall be followed.
3.2 Plastering
Cement mortar used for plastering shall be of the mix proportions and thickness as specified on the drawings
or bill of quantities or particular specification for the various different parts of the works. The materials used
i.e. cement, sand and water shall be of the same quality and of the same specifications as indicated for plain
and reinforced cement concrete works according to the specifications and approved by the Employer. Sand
further shall meet the specification as laid down is IS: 1542-1977 Specification for sand for plaster.
The sand for preparation of mortar for plastering shall confirm to following gradation, shown in
Table 3.2ABLE 3.2: GRADING OF FINE AGGREGATES

IS: Sieve Grading Grading Grading Grading

Designation Zone-I Zone-II Zone-III Zone –IV

10 mm 100 100 100 100

4.75 mm 90-100 90-100 90-100 95-100

2.36 mm 60-95 75-100 85-100 95-100

1.18 mm 30-70 5-90 75-100 90-100

600 microns 15-34 35-59 60-79 80-100

300 microns 5-20 8-30 12-40 15-50

150 microns 0-10 0-10 0-10 0-15

85
For the purpose of indication the suitability for use, the sand is classified as Class A and Class B in accordance
with the limits of grading. Class A sand shall be used generally for plastering and when they are not available,
Class B sand may be used with the approval of Employer.

The procurement of sand for Mortar for plastering and pointing shall confirm to be specification given in
Table 3.2.

Surface that are to be applied with plaster shall be thoroughly cleaned to remove dust, dirt, loose particle, oil,
soil, salts etc, that may be sticking to the surfaces. The surfaces shall be washed, clean and watered properly
for 4 hours before applying plaster.

The plastered surface shall be cured for 10 (ten) days. Construction joints in plastering shall be kept at places
approved by the Employer. When the thickness of the plaster specified is to be made up in more than on e
layer the second layer shall be applied only when the lower coat is still green.

Wherever scaffolds are necessary for plastering they shall be provided as specified for scaffolds under clause
3.2.2. Stage scaffolding shall be provided for ceiling plaster.

Surface which is to be plastered shall be roughened while they are still green or raked so as to give proper
bond between the surface and plaster.

All corners junctions shall be truly vertical or horizontal as the case may be and carefully finished. Rounding
or chamfering of corners shall be carried out with proper templates to the required size and shapes.

The work shall be tested frequently with a straight edge and plumb bob. At the end of the day the plaster shall
be left cut clean to line. When the next days plastering is started the edge of the old work shall be scrapped,
cleaned and wetted with cement slurry. At the end of the day the plastering shall be closed on the body of the
wall and not nearer the 15 cm to any corner.

Curing shall be started as soon as the plaster has hardened sufficiently not to be damaged when watered. The
plaster shall be kept wet for at least 10 days. Any defective plaster shall be cut in rectangular shape and
replaced.

4. REINFORCED CEMENT CONCRETE AND ALLIED WORKS

GENERAL

In general RCC work is to be executed as per IS: 456-2000 or its latest revision. The water storage tanks/
reservoirs shall be followed by IS: 3370 Part I to IV & latest revision. Steel reinforcement bars shall be of
High Yield Strength Deformed (HYSD) steel bars as per IS: 1786 and shall be free from corrosion, loose rust
scales, oil, grease, paint, etc. Wire mesh of fabric shall be in accordance with IS: 1566. The steel bar shall be
capable of being bent without fracture. Bars shall be bent accurately and placed in position as per design and
drawing and bound together tight with 20 SWG annealed steel wire@ 10 kg/ton of reinforcement at their point
of intersection.
Formwork and shuttering shall be made with steel plate close and tight to prevent leakage of mortar, with
necessary props, bracings and wedges, sufficiently strong and stable and should not yield on laying concrete
and made in such a way that they can be slackened and removed gradually without disturbing the concrete.
For slab and beam small camber should be given in centering, 1 cm per 2.5 m with a maximum of 4 cm.
Shuttering should not be removed before 14 days in general (4 days for RCC columns, 10 days for roof slab,
and 14 days for beams).

The grade of concrete to be used shall be as mentioned in specification/ shown on drawings.


86
Table – 4.1 Minimum compressive strength of 15 cm cubes at 7 and 28 days after mixing, conducted in
accordance with IS: 516

Class Preliminary test Work test N/mm2 Maximum Locations for use
N/mm2 size of
Aggregate
At 7 At 28 At 7 At 28 mm

Days days days days

M40 33.50 50.00 27.00 40.00 20 As indicated in the


specification or as required

M 35 30.00 44.00 23.50 35.00 20 -do-

M30 25.00 38.00 20.00 30.00 20 --do-

M25 22.00 32.00 17.00 25.00 20 --do-

M20 17.50 26.00 13.50 20.00 20 --do-

M15 13.50 20.00 10.00 15.00 20 --do-

The coarse aggregate shall usually be 20 mm to 6 mm gauge unless otherwise specified. For heavily
reinforced concrete members as in the case of ribs of main beams the maximum size of aggregate should
usually be restricted to 5 mm less than the minimum clear distance between the main bars or 5 mm less than
the minimum cover to the reinforcement whichever is smaller.

Mixing is done in the same manner as in PCC.

Concrete shall be compacted by mechanical vibrating machine until a dense concrete is obtained. The
vibration shall continue during the entire period of placing concrete. Compaction shall be completed before
the initial setting starts i.e. within 30 minutes of addition of water to the dry mixture. After removal of the
form work in due time, the concrete surface shall be free honey combing, air holes or any other defect.

Concrete shall be laid continuously, if laying is suspended for rest the following day the end shall be shuttered
and vibrated to achieve dense concrete and made rough after de-shuttering for further jointing. For successive
layer the upper layer shall be laid before the lower has set.

Pre-cast concrete shall be provided with lifting device.

4.1.1 Standards

Following Indian Standards as revised most recently along with amendments will be followed for the works
included in the contract.

87
IS:8112 Ordinary, Portland cement

IS:383 Coarse and fine aggregates from natural sources for concrete

IS:445 Portland slag cement

IS:456-1978 Code of practice for plaint and reinforced concrete

IS:516 Method of test for strength of concrete

Methods of sampling and analysis of concrete

IS:2386 Methods of test for aggregates for concrete (Part I to Vi)

IS: 3414 Code of practice design and installation of expansion and contraction
joints in building.

IS: 3713 Part- I to IV Code of practice for water storage Tanks

Standards on special subjects have been mentioned elsewhere in this para and also shall be followed.

4.2 Forms, false work or centering

4.2.1 Definitions

“forms, formwork or shuttering” shall include all temporary moulds for forming the concrete to the required
shape, together with any special lining that may be required to produce the concrete finish specified.

“False work or centering” shall consist of furnishing, placing and removal of all temporary construction such
as forming, props and struts required for the support of forms.

4.2.2 Materials

Steel shuttering shall be provided as directed by the Employer.

4.2.3 Forms

All forms shall be of mild steel approved by the Employer and shall be fabricated and prepared water tight
and of sufficient rigidly to prevent distortion due to the pressure of the concrete and other incidental loads
incident to the construction operations.

Form work shall be true to line and braced and strutted 10 prevent deformation under the weight and pressure
of the unset concrete, constructional load, wing and other forces. The deflection shall not exceed 3 mm per
meter of the span. The form work for a column may be erected.

One side shall be left open and shall be built up in sections as placing of the concrete proceeds. Before placing
the concrete, bolts and fixtures shall be in position, and cores and other devices, used for forming openings,
holes, chases, recesses and other cavities shall be filled to the form work. No holes shall be cut in any concrete
unless approved. Approved mould oil or other material shall be applied to faces of formwork in contact with
unset concrete to prevent adherence of the non-staying concrete. Such coating shall be insoluble in water, non-
staying and non-detrimental to the concrete and shall not be flaky or removed by wash water.

88
4.2.4 Tolerance in finished concrete

(As per IS code 456-2000,0.1)

The form work shall be so made as to produce a finished concrete true to shape, lines, level, plumb and
dimensions as shown in the drawing subject to the following tolerances, unless otherwise specified in
drawings or directed by the Employer.

For Deviation from specified

Dimensions of cross-section of columns

a. And beams = -6mm

+12mm

b. Deviations of dimension of footing (See Note)

Dimensions in plane = -12mm

+50mm

Eccentricity = 0.02 times the width of footing in the direction of

Deviation but not more than 50mm

Thickness = +/-0.05 times the specified thickness

Note: Tolerances applied to concrete dimensions only, not to positioning of vertical reinforcing steel or
dowels.

4.2.5 False work and Centering

All false work shall be designed and constructed to provide the necessary rigidity and to support the loads
from the weight of green concrete and shuttering and incidental construction loads.

False work or catering shall be founded upon a solid footing safe against undermining and protected from
softening.

False work which cannot be founded on satisfactory footing shall be supported on piling which shall be
spaced, driven and removed in a manner approved by the Employer. The Employer may require the
contractor to employ screw jacks or hardwood wedges to make up any settlement in the formwork either
before or during the placing of concrete. Props of the upper storey shall be placed directly over those in the
storey immediately below.

False work shall be set to give the finished structure the required grade and camber specified on the plans.

4.2.6 Formwork and Construction Joints

Where permanent or temporary joints are to be made in horizontal inclined members, stout stopping of boards
shall be securely fixed across the mould to form a watertight joint. The form of the permanent construction
joint shall be as shown on the drawings. Temporary construction joints shall have blocks of timber at least 75
mm thick, slightly tapered to facilitate withdrawal and securely fixed to the face of the stopping off board. The
area of the key or keys so formed shall be at least 30% the area of the member. The blocks shall kept back at
least 50mm from the exposed face of the concrete.
89
Where reinforcement passes through the face of a construction joint the stopping off board shall be drilled so
that the bars can pass through, or the board shall be made in sections which a half round indentation in the
joint faces for each bar so that when laced, the board is a neat and accurate fit and no grout leaks from the
concrete through the bar holes or joints.

4.2.7 Removal of Forms and False work

In the determination of the time for the removal of forms, false work and housing, consideration shall be given
to the location and character of the structure, the weather and other conditions influencing the setting of the
concrete and the materials used in the mix.

Forms shall be removed in such a manner as not to injure the concrete and no formwork shall be removed
before the concrete has sufficiently set and hardened. The minimum periods which shall elapse between the
placing and compacting of normal Portland cement concrete for the various parts of the structures are given in
the following table, but compliance with these requirements shall not relieve the contractor of the obligation to
delay the removal of the forms if the concrete has not set sufficiently hard.

Forms shall not be struck until the concrete has reached strength at least twice the stress to which the concrete
may be subject at the time of removal of formwork. In normal circumstance, generally where the temperatures
are above 200C and where ordinary Portland cement is used, form may generally be removed after the expiry
of the following periods, according to the Clause 10.3, IS: 456-2000.

Table 4.2 : Removal of the Forms

a. Walls columns and vertical faces of all 24 to 48 hours as may be decided


structural members by the Employer

b. Slabs (Props left under) 3 days

c. Beam soffit (Props left under) 7 days

d. Removal of props under slabs

1. Spanning upto 4.5m 7 days

2. Spanning above 4.5 m 14 days

e. Removal of props under beams and arches

1. Spanning upto 4.5m 14 days

2. Spanning above 4.5 m 21 days

4.2.8 Reuse of Forms

Only mild steel formwork of best quality as per approved vendor list given by Employer shall be used for
concreting purpose.

4.2.9 Cleaning and treatment of Forms

All forms shall be thoroughly cleaned of old concrete, wood shavings, sawdust, dirt and dust sticking to them
before these is fixed in position.

90
4.3 Materials for Concrete

4.3.1 Water

Water used for cement concrete mortar, plaster, grout, curing or washing of sand shall be clear and free
form injurious amount of Oil, Acid, Alkali, Organic matter or other harmful substances in such amounts
that may impair the strength of durability of the structure.

4.3.2 Aggregate

General

Coarse and Fine Aggregates for concrete shall confirm in all respect to PWD specification / IS: 383
Specification for Coarse and Fine Aggregates (Sand/Crushed Sand) from Natural Sources for Concrete.
Aggregates shall be obtained from a source known to produce satisfactory material for concrete.

The source of aggregates shall be approved by the Employer and shall not be changed during the course of
the job without his approval. Rejected aggregates shall be promptly removed from the work site by the
contractor at his own expense.

4.3.2.1 Deleterious Materials

Aggregates shall not contain any harmful material, such as iron pyrites, coal, mica, shale or similar laminated
materials, clay, alkali, soft fragment, sea shells, organic impurities etc, in such quantities as to affect the
strength or durability of the concrete and in addition to the above, for reinforced concrete, any material which
might cause corrosion of the reinforcement. Aggregates which are chemically reactive with the alkalis of
cement shall not be used.

The maximum quantities of deleterious materials in the aggregate, shall be in accordance with IS : 2386 (Part
II). Methods of Test for Aggregates for Concrete, shall not exceed the limit given in Table I of IS: 383.

The sum of the percentages of all deleterious materials shall not exceed five. Deleterious materials also
include material passing 75 micron IS sieve.

4.3.2.2 Coarse Aggregates

Coarse aggregate is aggregate most of which is retained on 4.75 mm IS: sieve. Coarse aggregate for concrete
shall conform to IS: 383

These may be obtained from crushed or uncrushed gravel or stone and shall be clean and free from elongated,
Flaky or laminated pieces, adhering coatings, clay lumps, coal residue, clinkers, slag, alkali, mica, organic
matter or other deleterious matter. Coarse aggregate shall be either in single size or graded, in both cases the
grading shall be within the following limits.

91
Table 4.3 : Grading of Coarse Aggregates

IS Sieve Percentage Passing For Single Sized Aggregate of Percentage Passing for Graded
size Normal Size Aggregate of Normal Size
(mm)
40mm 20mm 16mm 12.5mm 10mm 40mm 20mm 16mm 12.5mm

63 100 - - - - 100 - - -

40 85-100 100 - - - 95-100 100 - -

20 0-20 85-100 100 - - 30-70 95-100 100 -

16 - - 85-100 100 - - - 90-100 -

12.5 - - - 85-100 100 - - - 90-100

10 0-5 0-20 0-30 0-45 85-100 10-35 25-35 30-70 40-85

4.75 - 0-5 0-5 0-10 0-20 0-5 0-10 0-10 0-10

2-36 - - - - 0-5 - - - -

The Employer may allow graded aggregates to be used provided they satisfy the requirements and Table IV
of IS : 383.

.3.2.3 Fine Aggregates

Fine aggregates is aggregate most of which passes 4.75 mm IS sieve but not more the 10 % passes through
150 micron IS. These shall comply with the requirement of grading zones I, II and 1II as given in Table III of
IS:383. Fine aggregate conforming to grading zone IV shall not be normally used in reinforced concrete unless
tests have been made by the contractor to ascertain the suitability of the proposed mix proportions and
approved by the Employer.

Grading as per IS: 383 is given in Table 3.2.

4.3.2.4 Sampling and Testing

Sampling and testing shall be carried out by the contractor, at the contractor’s expense, in accordance with:

IS: 516 METHOD OF TEST FOR STRENGTH OF CONCRETE

IS: 2386 Method of Test for Aggregates for concrete

4.3.2.5 Storage of Aggregates


The contractor shall at all times maintain at the site of work such quantities of aggregates as are considered by
the Employer to be sufficient to ensure continuity of work. Each type and grade of aggregate shall be stored
separately on hard firm ground having sufficient slope to provide adequate drainage to rain water.

92
4.3.3 Cement
4.3.3.1 General
The cement used shall be ordinary Portland cement conforming to IS: 8112 or as specified in the particular
specification/drawings or as directed by the Employer.

4.3.3.2 Storage on the site

The cement shall be stored in a suitable weatherproof building and in such a manner as to permit easy access
for proper inspection and counting. The cement shall be stored in such a manner as to prevent deterioration.
Cement of different types and brands shall be kept in separate stacks and a cement register shall be maintained
at site in which all entries shall be completed day to day, showing the quantities received date of receipt,
source of receipt, type of cement etc, and also the daily cement consumption on site. This register shall be
accessible to the Employer for his certification. The godown / room, in which cement shall be kept, shall be
locked double, one of EMPLOYER and another of contractor. Similarly all other materials shall be stored in
ambiance specified for that particular material by the manufacturer/standard practices. All the costs of storage
are to be included in the contractors rates and no additional cost will be payable.

4.3.3.3 Rejection of Cement

The Employer may reject any cement as a result of any tests, thereof, notwithstanding the manufacture’s
certificate. He may also reject cement, which has deteriorated owing to inadequate protection during storage
from moisture or due to intrusion of foreign matter or other causes. Any such cement which is considered
defective by the Employer shall not be used, and shall be promptly removed from the site of the work by the
contractor at his own expense.

4.3.4 Other Materials

Al materials including admixture, joint filters and joint sealants not full specified herein and which may be
used in the work shall be of quality approved by the Employer and he shall have the right to determine
whether all or any of the materials offered or delivered for use in the works are suitable for the purpose.
Contractor shall give the samples of materials to the Employer and shall get them approved before
procurement and use.

4.3.5 Reinforcement

All reinforcement shall be clean and free from pitting, loose mill scales, dust and coats of paints, oil or other
coating which may destroy or reduce the bond.

4.3.5.1 Welded Joints

Welding of joints in reinforcement for bars of 28 mm dia and below shall not be allowed. However, in case of
using welded joints for bars 32mm and above the approval of the Employer shall be obtained. The Employer
may require the contractor, prior to the use of welded joints to have tests carried out at he contractor’s expense
to prove that the joints are of the full strength of the bars connected. The welding of the reinforcement shall be
done in accordance with the recommendation of IS: 2751 code of practice for welding of mild steel bars for
reinforced concrete construction. Special precautions are required in the welding of cold worked reinforcing
bars.

4.3.5.2 Reinforcement Splices

Laps & anchorage length of reinforcing bars shall be in accordance with IS: 456, unless otherwise specified. If
the bars in a lap are not of the same diameter, the smaller dia will guide the lap lengths. Laps shall be
staggered as far as practicable and as directed by Employer and not more than 50% of

93
the bars shall be lapped at a particular section. Mechanical connections, for splicing reinforcement bars in
congested locations may be used by the contractor, only if approved by the Employer. Reinforcement bars
shall not be lapped unless the length required exceeds the maximum available lengths of the bars at site.

4.3.5.3 Fabrication and placement

Bars shall be pre-fabricated accurately to dimensions, forms and shapes, bending procedure shall be approved
by the Employer. Placing and typing of reinforcement shall conform to IS: 2502-1963 Code of practice for
bending and fixing of bars for concrete reinforcement. Bar bending schedules for the reinforced concrete
works shown on the drawings shall be prepared by the contractors and furnished to the Employer at least two
weeks before the commencement of bending.

Dimensions shown as furnished by the contractor’s shall be his responsibility and approval of the schedule
shall not constitute the approval of the dimensions thereon.

4.3.5.4 Field Control

The contractor shall appoint a qualified Engineer experienced in reinforcement cutting bending and placing
the same correctly, binding and cleaning before pouring the concrete. The reinforcement shall be continuously
kept in correct position during connections.

4.3.5.5 Steel Reinforcement

The reinforcement shall be high Yield Strength Deformed (HYSD) bars. Grade Fe- 415 conforming to IS:
1786-1985 shall be used unless otherwise specified.

Placement of reinforcement should be as per IS : 456 Clause 11.3.

4.3.5.6 Structural Steel

Structural steel shall conform to IS: 226 and IS: 2062.

Electrodes for welding shall conform to IS: 815 or equivalent

All bolts and nuts shall conform to IS: 1367. Stainless steel nuts and bolts shall be of SS 3047 type. All
materials shall be of new and unused stocks. Manufacturer’s test certificate shall be made available to the
Employer when called for.

4.3.5.7 Storage

The steel reinforcement and structural steel shall be stored in steel yard in such a way as to prevent
deterioration and corrosion, preferably at least 150 mm above ground by supporting on wooden or concrete
sleepers at contractor’s expenses.

4.4 Proportioning of Concrete

The determination of the water-cement ration and proportions of the aggregates to obtain the required strength
shall be made from preliminary tests by designing the concrete mix as per provisions laid down in IS: 456-
2000 &IS: 10262 or its latest revision. Design mix shall be admissible only if contractor is able to manage the
quality control of design mix e.g. weighbridge, proper water measuring device etc. and designing the concrete
mix as and when source of any of the consistent of concrete is changed. If contractor fails to comply with the
requirements of design mix concrete, he shall have to follow the nominal mix as tabulated below.
94
Table- 4.5 recommended water-cement Ratio (As per IS: 456-2000)

Grade of Nominal Mix of Quantity of Water per 50

Concrete Concrete Kg. of cement (Max)

M5 1:5:10 60 litres

M7.5 1:4:8 45 litres

M 10 1:3:6 34 litres

M15 1:2:4 32 litres

M20 1:1:5:3 30 litres

M-25 1:1:2 26 litres

Cube tests shall be carried out by the contractor on the trail mixes before the actual concreting operation starts.
Based on the strength of the concrete mix sanction for its use has to be obtained from Employer.

The Employer may require the contractor to carry out moisture content tests in both fine and coarse
aggregates. The amount of the added water shall then be adjusted to compensate for any observed variations in
the moisture contents. For the determination of moisture content IS: 2386 shall be refereed to.

No Employer may require the contractor to carry out moisture content test in both fine and coarse aggregates.
The amount of the added water shall then be adjusted to compensate for any observed variations in the
moisture contents. For the determination of moisture content IS: 2386 shall be referred to.

No substitution in material, used on the work or alternation in the established proportions shall be made
without additional tests to show that the quality and strength of concrete are satisfactory. No alternations shall
be permitted without the prior sanction of the Employer.

4.5 Mixing of Concrete

The mixing of concrete shall be strictly carried out in an approved type of mechanical concrete mixer. The
mixing equipment shall be capable of combining the aggregates, cement and water within the specified time
into a thoroughly mixed and uniform mass, and of discharging the mixture without segregation. Mixing shall
be continued until there is a uniform distribution of the materials and the mass in uniform in colour and
consistency. Hand mixing of concrete shall not be permitted at all.

4.6 Grades of Concrete

The different grades of concrete shall conform to the strength as required by IS: 456-2000. Standard deviation
shall be calculated as stated in clause 14.5 of IS: 456-2000. The acceptable criteria for concrete shall be as
stated in clause 15 of IS: 456-2000. The assumed standard deviations as given in table 6 of 18:456-2000 have
to be followed and are given hereunder

95
:

Table 4.6 Assumed Standard Deviation

Grade of Concrete Assumed standard Deviation N/mm2

M 10 2.3

M 15 3.5

M 20 4.6

M 25 5.3

In order to get a quick idea of quality of concrete, the optional tests are conducted as stipulated in 14.1.1 of IS:
456-2000 and the results are analysed according to table 5 of IS: 456-200

4.6.1 Concrete

In general design mix concrete shall be used conforming to IS: 456-2000. Nominal Mix concrete batching by
volume can only be allowed if the contractor is not able to adhere to the quality control provisions of the
design mix with prior approval from Engineer on in writing request of the contractor mentioning reasons, for
which no extra payment shall be made

The mix proportions for all grades of nominal mix concrete shall be provided corresponding to the values
specified in table -4.7 below, for respective grades of concrete.

Table - 4.6.1 Characteristics Compressive strength of Concrete

Grade Proportion of cement: Specified characteristic


compressive strength at
Designation Fine aggregate: Coarse
aggregate 28 days (N/mm2)

M15 1:2:4 15

M 20 1:1.5:3 20

M 25 1:1:2 25

The maximum water-cement ratio for all concrete works shall be as specified in IS: 456-2000 and required by
the Employer.

The determination of moisture contents shall be according to IS: 2386 (Part III).

4.6.1.1 Controlled concrete

Controlled concrete shall be used on all concreting works except where specified otherwise.

The mix proportions for all grades of concrete shall be designed to obtain strengths corresponding to the
values specified in Table 4.6.1.1 below for respective grades of concrete.

96
Table – 4.6.1.1

Grade of Concrete Specified characteristic compressive strength at


28 days [N/mm2]

M 15 15

M 20 20

M 25 25

M 30 30

Minimum Cement Content In Concrete should be as per IS: 456 in kg./ cu. M of finished Concrete

At least 4 (four) trial batches are to be made and 7 (seven) test cubes taken for each batch noting the slump on
each mix. These cubes shall then be properly cured and two cubes for each mix shall be tested in a testing in a
testing laboratory approved by the Engineer at 7 (Seven) days and other at 28 (twenty eight) days for
obtaining the ultimate compressive strength. The test reports shall be submitted to the Engineer. The cost of
mix design and testing shall be borne by the contractor.

The mix once approved must not be varied without prior approval of the Engineer. However, should the
contractor anticipate any change in the quality of future supply of materials than that used for preliminary mix
design, he shall inform the same to Engineer and bring fresh samples sufficiently ahead to carry out fresh trial
mixed. The Engineer shall have access to all places and laboratory where design mix is prepared. Design mix
will indicate by means of graphs and curves etc. the extent of variation in the grading of aggregates which can
be allowed. In designing the mix proportions of concrete, the quantity of both cement, and aggregate and
water shall be determined by weight. All measuring equipment shall be maintained in clean and serviceable
condition and their accuracy periodically checked.

4.6.2 Strength Requirements

Where Ordinary/ Puzzolana Portland cement conforming to IS: 269 is used the compressive strength
requirements for various grades of concrete shall be as shown in Table – 2 of IS: 456 – 2000 where rapid
hardening Portland cement is used the 28 days compressive strength requirement specified in Table-2 shall be
met in 7 days. The strength requirements specified in Table-2 as previously given shall apply to both
controlled concrete and ordinary concrete.

Other requirements of concrete strength as may be desired by the Employer shall be in accordance with India
standard IS: 456 -2000. The acceptance of strength of concrete shall be as per clause 14 “Sampling and
Strength Test of Concrete” and clause. 15 “Acceptance Criteria” of IS: 456 -2000 subject to stipulations
and/or modifications stated elsewhere in this specification if any.

4.6.3 Workability

The workability of concrete shall be checked at frequent intervals by slump test. Where facilities exist and if
required by the Employer, alternatively the Compacting Factor test in accordance with IS: 1199 shall be
carried out. The degree of workability necessary to allow the concrete to be well consolidated and to be
worked into the corners of formwork and round the reinforcement to give the required surface finish shall
depend on the type and nature of the structure and shall be based on experience and tests. The limits of
consistency for structures are as specified in Table 4.6.3 below:
97
Table 4.6.3 : Limits of Consistency (as per IS : 456)

Placing Conditions Degree of Values of Workability


Workability

Concreting of shallow sections with Very low 20.1 0 Second, vee-bee time or 0.75-0.60
vibration compacting factor

Concreting of lightly reinforced sections Low 10-05 seconds, vee-bee time or 0.80 – 0.85
with vibration compacting factor

Concreting of lightly reinforced sections Medium 05-02 seconds, vee-bee time or 0.85 - 0.92
without vibration or heavily reinforced compacting factor or 25-75mm, slump for 20
section with vibration mm aggregate

Concreting of heavily reinforced sections High Above 0.92 compacting factor or 75 - 125 m,
with vibration slump or 20 mm *aggregate

 For smaller aggregate the values shall be lower.

4.7 Workmanship

All workmanship shall be according to the latest relevant standards. Before starting a pour the contractor shall
obtain the approval of the Employer or his representative in a “Pour Card” maintained for this purpose.

4.8 Transportation and Pouring

The concrete mixer shall be as close to the place of concreting as possible but not as close as to produce
vibration and disturbance to the shuttering and reinforcement. It shall be located at such a position that time
lapse, for transportation of unloaded concrete mix from the mixer to the place of deposition of concrete, is
minimum.

Chutes for transporting the concrete shall not normally be used. The Employer’s written permission shall be
taken for transporting by means of chutes. If use of chutes is permitted then the concrete shall be again
thoroughly mixed by using spades manually before placing the concrete in the mould/shuttering to avoid
segregation of concrete. It shall be ensured that initial setting of the concrete shall not take place and the mix
of the concrete is as good as that of freshly poured concrete delivered directly into the mould/shuttering. It
shall be ensured that the drop of concrete is not from an excessive height and that the vibration and deposition
of concrete are simultaneously carried out.

Before placing concrete, all equipment for mixing and transporting the concrete shall be cleaned and all debris
shall be removed from the place to be occupied by the concrete. All form and soil surface shall be finished to
desired levels and shall be thoroughly wetted immediately prior to placing of concrete.

No concrete shall be placed until the Employer has approved the excavation formwork and the reinforcement.
The competent formwork maker and steel fixer shall be in attendance during concreting operation.

In specified cases, with approval of Employer the surface shall be cleaned and roughened by initial green cut
by wire brushes or chipping. The initial green cutting may be done after 6 hours of placing concrete in order to
facilitate the work. The old concrete walls/members shall be given a shear of 50 x 65 mm deep. This key shall

98
also be thoroughly cleaned with wire brush in green stage before next lift pouring to avoid percolation of
works.

4.8.1 Placing of concrete in slabs and beams

Concrete in slabs shall be placed in one continuous operation for each span unless otherwise directed.
Longitudinal construction joints, if required by reason of the width to be placed shall be located as shown on
the drawings or as directed by the Employer.

4.8.2 Concreting floors

Concreting shall not be started unless the electrical conduits or any other piping puddle Collars wherever
required or laid by the concerned agency. The civil contractor shall afford all the facilities and maintain co-
ordination of work with other agencies engaged in electrical and such other works as directed by the
Employer.

4.9 Compaction

Concrete during and immediately after depositing shall be thoroughly compacted. The compaction shall be
done by mechanical vibration subject to the following provisions.

a. The vibration shall be internal unless special authorization of other methods is given by the Employer
or as provided herein.

b. Vibrators shall be of type and design approved by the Employer. They shall be capable of
transmitting vibration to the concrete at frequencies of not less than 4,500 impulses per minute.

c. The intensity of vibration shall be such as to visibly affect a mass of concrete of 25 mm slump over a
radius of at least 0.5m

d. The contractor shall provide a sufficiently number of vibrators to properly compact each batch
immediately after it is placed in the forms.

e. Vibrators shall be manipulated so as to the thoroughly work the concrete around the reinforcement and
embedded fixtures, and into the corners and angles of the forms.

f. Vibration shall not be applied directly or through the reinforcement to sections or layers of concrete
which have hardened to the degree that the concrete ceases to be plastic under vibration. It shall not be
used to make concrete flow in forms over distances so great as to cause segregation and vibrators shall
not be used to transport concrete in the forms.

g. The whole process starting from the mixing of concrete to the placing and compaction shall not take
more than 20 minutes and the process shall be completed before the initial setting takes place.

4.10 Curing

Curing shall be accomplished in accordance with IS: 456-2000 by keeping the concrete covered with a layer
of sacking canvas, Hessian or similar absorbent materials and kept constantly wet for at least Seven days from
the date of placing of concrete unless otherwise specified. The approval of the Employer shall be obtained for
the method of curing the contractor proposes to use on the work. In very hot weather precautions shall be
taken to see that temperature of wet concrete does not exceed 380c while placing.

99
4.11 Consistency

The consistency of concrete shall be frequently checked by means of a slump test performed as per the
relevant Indian Standard by the Employer. The maximum and minimum slump for each class of concrete
shall be as directed by the Employer, and any concrete as represented by the slump test which fails to comply
with these directions shall be removed from the site and disposal off at the contractors cost.

4.12 Finishing Concrete

On striking the formwork, all blowholes and honeycombing observed shall be brought to the notice of
Employer. The Employer may, at his discretion allow such honeycombing or blowholes to be rectified by
necessary chippings and packing or grouting with concrete or cement mortar. If mortar is used, it shall be 1:2
mix or as specified by Employer. However, if honey combing or blowholes are of such extent as being
undesirable, the Employer may reject the work totally and his decision shall be binding. No extra payment
shall be made for rectifying these defects. All burrs and uneven faces shall be rubbed smooth with the help of
carborundum stone.

4.13 Work in Extreme Weather

During hot weather (atmospheric temperature above 40 degree centigrade) or cold weather (atmospheric
temperature at 5 degree centigrade and below) the concreting shall be done as per the procedure and
precautions set out in IS: 7861 (Part I and II).

Recommendation given in relevant clauses if IS: 456 shall be strictly adhered to.

4.14 Loading of the Structures

No concrete structures shall be loaded until the concrete is at least 28 days old and only then with the approval
of the Employer and subject to such conditions as he may lay down.

4.15 Testing and Acceptance Criteria of Concrete

The sampling of concrete making the test specimens, curing and testing procedures etc. shall be in accordance
with IS: 1199,IS: 3085 and IS: 516, the size of specimen being 15 cm rubes. Normally only compression tests
shall be performed in accordance with IS: 516.

For each grade of concrete and for each 8 hours of work or portion thereof the following samples

To control the consistency of concrete from every mixing plant slump tests, and/or compacting factor tests in
accordance with IS: 1199 shall be carried out by the contractor every two hours or as directed by the
Employer. Slumps corresponding to the test specimens shall be recorded for reference. The acceptance
criteria of concrete shall be in accordance with IS: 456-2000.

4.16 Load Test of Structures

The Employer may instruct for a load test to be carried out on any structure if in his opinion such a test is
deemed necessary for any of the following reasons.

The work site made concrete test-cube failing to attain the specified strength, as per the criteria laid down in
IS: 456-2000.
100
If the results of the load test be unsatisfactory, the Employer may instruct the Contractor to demolish and
reconstruct the structure or part thereof at the contractor’s cost. The load test of structures shall be carried out
as per the clause 16.5 of IS: 456-2000.

5. BITUMINOUS &CEMENT CONCRETE ROAD

5.1 All work shall be carried out as per IRC detailed specification where there are no IRC specification
M.O.R.T.H specification/P.W.D. specification will be followed unless otherwise specified or directed
by the Engineer in charge.

5.2 The contractor shall take all necessary measures for the safety to traffic during construction and
provide, erect and maintain such barricades, including sighs, marking flags, lights and flagman, as
necessary at either end of work site and at such intermediate points as directed by the Engineer in
charge for the proper identification of the construction area. He shall be responsible for all damages
and accidents caused due to negligence on his part. The temporary warning lamps or reflective
barriers or sign boards shall be installed at all barricades during the hours of darkness.

5.3 Stone ballast/ Stone grit should be stacked at site for satisfaction regarding quantity of material to
Engineer in charge.

5.4 The material collected for use in the work shall satisfy all requirements for the particular work, failing
which the material will be rejected. The gauge of stone ballast shall be as per detailed specification for
the respective items and deduction will be made for the under gauge/over gauge material as per
Engineer in charge.

5.5 During construction care shall be take to ensure there is least disturbance to the traffic. Adequate
barriers, red flags in day time and light in night hours shall be provided to guide and inform the traffic.
All necessary precautions shall be taken to avoid any road accident at work-site but if there happens
any the responsibility will be of the contractor and he shall be responsible for all consequences and
damages/ claims etc.

5.6 The consolidation will be in specified layers. Proper and adequate camber or super elevation etc. shall
be provided as per directions of Engineer in charge.

5.7 Next coat of consolidation shall be allowed after checking of the crust and quality of previously
consolidated layer by the Engineer in charge checking of the crust and quality of previously
consolidated layer by the Engineer in charge and found satisfactory.

5.8 The material of the different layer will be spread in required loose thickness so as to achieve the
desired compacted thickness.

5.9 The binding material for consolidation shall be soil having plasticity index not more than 6 which is to
be arranged by the contractor from a suitable place as directed by Engineer in charge. The soil shall be
got approved from the Engineer in charge before start of consolidation and nothing extra shall be paid
either for the cost of binding material or for its cartage.

5.10 Proper arrangement of water and its storage for consolidation shall have to be made by the contractor
at his own cost.

101
5.11 The stone ballast shall confirm to the following sieves.

Name of metal Percentage by weight passing

1. 63-45 mm 90 mm 63 mm 90- 53 mm 45 mm 0- 22.4 mm 1.2 mm


gauge 10% 100% 25-75% 15% 0-5% -

53-22.4 mm - 100% 95-100% 65-90% 0-10% 0-5%


2. gauge

5.12 (a) 16-22.4 mm size grit shall pass 100% from 22.4 mm square mesh sieve and all retained
on 16mm square mesh sieve.
(b) 10-16 mm size shingle / grit shall pass 100% from 16 mm square mesh sieve and all
retained on 10 mm square mesh sieve.
5.13 (A) Material for Ist coat painting shall be as follows:-
(i) Grit 16-22.4 mm size (crushed) 1.9 cum per% sqm
(ii) Bitumen
(a) For pre coating 15 kg per cum of shingle/grit
(b) For tack coat 180 kg per% sqm.
(B) Material for IInd coat painting shall be as follows:-
(i) Grit/Shingle 10-16 mm size 1.20 cum per% sqm
(ii) Bitumen
(a) For Pre coating 15 kg per cum of shingle/grit
(b) For tack coat 110 kg per% sqm
(c) Material for open Graded Premix Carpet shall be as follows:-
(i) Aggregates for Carpet
(a) Stone chippings 11.2 mm size, passing
22.4mm sieve and retained on 11.2 mm sieve 1.8 cum per% sqm
(b) Stone chippings 11.2 mm size, passing 13.2 mm
Sieve and retained on 5.6 mm sieve 0.9 cum per% sqm
(ii) Bitumen
(a) For tack coat 180 kg per % sqm
(b) For stone chipping of 13.2mm size 52 kg per cum
(C) For stone chipping of 11.2 mm size 56 kg per cum
(D) Material for type ‘A’ seal coat shall be as follows:-
(i) Stone chippings 6.7 mm size passing through
11.2 mm sieve and retained on 2.36 mm sieve 0.9 cum per% sqm
(ii) Bitumen 98 kg per % sqm
(E) Material for type ‘B’ seal coat shall be as follows:-
(i) Chippings aggregates passing 2.36 mm sieve
And be retained on 180 micron sieve 0.6 cum per% sqm
(ii) Bitumen 68 kg per % sqm

5.14 Stone ballast/Grit/Shingle of approved quarry only, confirming to I.R.C. Specifications shall be used.
Before using stone ballast/Stone Grit/River shingle the quality & size has to be approved by the
Engineer in charge.

5.15 Contractor shall always cooperate in procurement of sample, conduction of tests as may be directed
and no extra payment shall be made for the same. Test samples shall be taken carefully in accordance
with the standard method of taking the test sample.

102
5.16 The contractor shall at all times keep the premises free from accumulated waste materials or rubbish
caused by his employee on the works and on completion of the work, he shall clear away and remove
from site all surplus materials, rubbish and temporary works of any king and fill up borrow pits dug by
his. He shall leave whole of the site and work clean and in a workman like condition to the entire
satisfaction of the Engineer in charge.

5.17 The cement concrete road shall be constructed with concrete mix of M-20 grade as per IS code-456.

6. Pipe Line Work :

1 EXTENT OF WORK

The contract provides for the supply, laying and jointing of all HDPE/PVC/AC/CI/DI/GI distribution system
and C.I/DI./AC pipe rising main, fittings and specials and all other appurtenant works as per schedule 'G' and
index plan / design and drawings attached herewith this contract. If contract want to work on owned design &
L-section, that should be vetted by authourised engineering institution & approval of employer is required.

2. LIMIT OF CONTRACT:

The contract shall deemed to be complete after all the works have been tested, Operation & Maintenance for
10 Years and transferred to authorised body.

3. EXCAVATION OF TRENCHES

The excavation in trenches shall be carried out in accordance with the detailed specifications, which can be
seen in the office at any working day during office hours before filling in the tender, and the contractor’s rate
shall include all such works as detailed there in as well as all timbering, shoring and shuttering works, as this
shall not be paid extra.
The rate shall be good for excavation in all types of strata and no separate claim in this connection shall be
entertained. The contractor shall be liable for any damage done to any adjacent property or to any of the works
in partiality or completely by settlement or movement of trenches which in the opinion of the Engineer
attributable to any of the excavation/ trench work timbering and refilling included in this contract or not
withstanding such settlement may be allowed to have been caused by the construction of any kind of subsoil
water during progress of pumping. The contractor shall also be responsible for all slips and shall not be paid
extra for their removal. He shall also make good all damages due to slips, etc., and complete all the works.
The contractor's lump-sum rates should therefore also include refilling of trenches in layers including watering
and ramming and disposal of surplus earth anywhere, as desired by Engineer without creating any nuisance or
complaint and without any extra claim what so ever. The trenches should be so dug that the pipe may be laid
to the required gradient and at the required depth to give one meter clear cover. Additional width & depth
should be provided at positions of joints, flanges, fittings for proper jointing. Trench width should not be less
than minimum width as per relevant IS Codes/60 cm. plus inner dia of pipe. The rates should also include for
refilling of trenches including watering & ramming & disposal of surplus earth etc. complete. The rates of
excavations shall be inclusive of display of flags, caution boards, fencing, lighting, watering, etc. lead shall be
from the center of area of excavation to the center of heap and lift is to be measured from the mean ground
level to the bottom of the excavation. Works should be carried as per relvent IS Standards/Specifiations.

4 DISMANTLING AND REINSTATEMENT OF ROADS

The permission for dismantling of roads shall be obtained by the contractor and its charges will be paid to the
concerned department by the Employer and all correspondence on demand shall be done by Employer but
dismantling work shall be done by the contractor and its charges shall be taken in the tendered cost.
103
5- CUSHIONS ALL ROUND THE PIPES

To avoid damage to the HDPE/PVC pipes due to kankar/boulders and other sharp object, if at all encounter in
field then sand or alluvial soil cushion or screened earth free from all above unwanted objects shall be
provided which shall be laid under the above pipe lines in thickness ½ of the outer dia of pipe or 15 cm.
whichever is maximum.No extrapaymentshall be paid to contractor.

6.1 GENERAL ARRANGEMENTS & SETTING OUT THE WORKS:

The contactor will establish the necessary bench marks and levels, and he must set out the work and shall be
held responsible for its correctness and it shall be incumbent on him to dismantle, remove and rebuild at his
own expenses any work not correctly set out.

The contractor shall make provision in his rates to provide all pegs, plates, pillars lines boning rods, sight rails
and templates required for setting out the work and shall give such assistance as may be required by the
Engineer or his authorized representative in checking the work before, during and after the execution of the
work.

6.2 ERECTION & CHECKING OF WORKS :


The contractor shall provide and supply and include in his rates for all labour, machinery, engines, pumps,
timbering, shoring, strutting, drain pipes, culverts, rails, tools, tackles, implements, staging, scaffolding,
planking, centering, piling, moulds, profiles, templates, timber, boning rods, posts, sight rails and setting
materials, all fencing and lighting etc. necessary both for proper execution of works and for the safety and
convenience of the public during the progress of the work and maintenance and all temporary plants and
appliances and permanent materials of any and every kind whatsoever, although the same may not be
included in the description aforesaid, or any of them become, proper or necessary for, or incidental to the full
and complete execution of the several works in all their parts or may have been omitted, or otherwise referred
to in these specification or in the annexed schedules, or shown in the drawings.

6.3 TEST:

During the progress of the work & during the period of maintenance the Contractor shall carryout such tests as
in the opinion of the Engineer or his authorized representative are necessary to determine that the materials
supplied comply with the conditions or in actual use.

6.4 SAMPLES:

As the work proceeds the Contractor shall submit samples of materials for approval as may be required by the
Engineer and all deliveries at the site shall not below the standard of the samples.

7. JOINTING OF PIPES AND FITTINGS

7.1 CAST IRON DETACHABLE FLANGED JOINTS

It shall consist of two C.I. flanges, C.I. collar and two rubber rings with a set of nut bolts. For jointing, a
flange, a rubber ring and a collar should be slipped to the first pipe In that order, a flange and a rubber ring
shall be introduced from the jointing of the next pipe. After aligning the both pipes and keeping the collar
centrally placed. Joints of the flanges shall be tightened with nut and bolts.

7.2 FIXING OF VALVES AND FITTINGS

104
7.2.1 Plain ended C.I. valves confirming to I.S. 2906-1984 and I.S.I. marked fittings and specials
confirming to I.S.-5531-1977 (part 1 to 3) shall be fixed as per method described above and
relevant IS Codes/Manual on water supply&treatment-1993 or its latest edition.

7.2.2 C.I. flanged specials and fittings like tee, bends tapers, etc. confirming to I.S. 1538-1976/84 or its
latest amendments part 1 to 24 shall be jointed as per methods told above. Fixing of C.I/ DI DF,
Sluice Valve I.S.I. marked will confirm to IS 780-1984 tested to 10kg./cm2. Underground fire hydrant
' (sluice valve type) shall be fixed as per IS: 909-1975 or its latest amendment. Selection, installation
and maintenance of sluice valve shall confirm to specification laid down in IS 2685-1971 or its latest
amendment. Reflux valves shall confirm to IS 5312-1969 or its latest amendment. Fixing ball valves
horizontal plunger type shall confirm to IS 1703-1977. Air valvesas required in schedule 'G' shall
confirm to relevant IS codes.

8.0 LAYING AND JOINTING OF PVC PIPES/DI PIPES

Laying and jointing of PVC pipes of required working pressure as per schedule 'G' and Index plan will
be as per I.S. 4985-1988 or its latest amendment and laying shall be done as per latest revision of I.S.-7634
(Part-3) and as detailed in Schedule 'G'. The Jal Nigam / LS.G.E.D. detailed specifications can be seen in the
office of Engineer. Solvent cement technique for jointing of uPVC pipes shall be adopted as per I.S.-7634 or
its latest amendment. Injection moulded uPVC fittings with solvent cement joints shall be fixed as per I.S.
7834 with Its latest amendment Work specifications of latest edition of Manual on water supply and treatment,
Ministry of Housing and development Govt. of India shall be followed in general for all other works for which
specifications are not detailed herein. DI Pipes, fittings shall confirm to IS:8329/2000 and IS 9523
respectively. Before laying of pipe line a certificate of testing of pipes have to be produced to the satisfaction
of Engineer. Laying, jointing and Testing of DI pipes shall be confirm to IS 12288 – 1987 and relevant latest
codes.

8.1 HANDLING AND STORAGE

PVC pipes on no account should be dragged along the ground and special care shall be taken in
handling and transportation of PVC pipes. Pipes shall not be stacked in large numbers, especially under warm
climatic conditions, to avoid distortion of pipes placed in bottom of stack. For temporary stacking of PVC
pipes in fields where racks are not provided care shall be taken that the ground is level, free from loose stones.
Maximum three layers should be kept and so stacked as to prevent movement. Pipes shall not be stored one
pipe inside another. Contractors should fill in the rates taking care of all these in his rates.

8.2 TRENCH PREPARATION

The trenches bed should be free from any rock projections, hard object such as flints, or tree roots,
etc. If Kanker/boulder mixed soil is met, a with layer of sand or alluvial earth (or screened earth) equal to ½
dia of the pipe or 15 cm. whichever is maximum shall be provided under and above PVC pipes. Sand/earth
cushions shall not be paid extra. Depth of trenches should be such as to provide minimum one meter cover td
the pipe. The width of trench should not be less than minimum width as per relevant IS Codes/ minimum 60
cm. plus the inner dia of pipe for proper laying of pipeline.

8.3 LAYING AND JOINTING

Pipes shall be laid end to end in already prepared trenches and using solvent cement, socket and spigot

105
joint shall be made. The socket in the form of injection molded fittings shall be used and glued to pipes with
solvent cement. Full load should be done only after 48 hours of jointing. The uPVC pipes are notch sensitive
hence no threading into PVC pipes shall be done. All the valves are joined by flanged joints. Lockers can
sometime be plugged by fastening clamps with rubber gaskets. However laying of uPVC pipe will be done
only after the pipes is supplied and tested as per relevant IS codes to the satisfaction of Engineer and a
certificate to this effect is produced. Contractor shall be solely responsible for pipe lines to be made 100% leak
proof during work and for a maintenance period of one year after the date of commissioning.

8.4 PRESSURE TESTING OF PVC PIPES

Pressure testing of PVC pipes shall not be done until otherwise desired by the Engineer In charge.
However, pipelines shall be tested against any leakage by the contractor in a Manner as Specified in relevant
IS code or as per para 6.10.5 on page 120 of the Manual on water supply and treatment. Prior to testing care
should be taken to evacuate any entrapped air and slowly raising the system to appropriate test pressure. After
about one hour has elapsed a measured quantity of water shall be pumped to bring the pressure back to test
pressure, if there is a loss of pressure during the test. The quantity of water required to restore the test pressure
of 30 M. for 24 hours should not exceed 1.5litres per 10mm of nominal dia for a length of 1 Km.

Contractor shall include in his rates sufficient margin for testing and repair of subsequent leakages of
joints, fitting and specials during work and after commissioning of pipe line and also during maintenance
period of one year. During maintenance period contractor wills include material cost for repairing of pipe line
as well as cost of repair of public places due to excavation .Excluding cost of specials and pipes.

9.0 LAYING AND JOINTING OF HIGH DENSITYPOLYETHYLENE (HDPE) PIPES

9.1 High-Density Polyethylene (HDPE) Pipes to be used in the works shall confirm to IS Code IS 4984 –
1995(HDPE pipes for potable water supplies) and relevant codes.
9.2 Laying and jointing of HDPE pipes shall be done as per IS 7634 (Part-2) 2012 and relevant codes.

10.1 House Connections: House connection with tap ending, consists of maximum 10.00 m
distance from branch line and shall be of MDPE Pipe -20 mm (O.D.) which will be maximum 10.00
m in length depending upon the distance from the branch line and G.I. Pipe which will be fixed 2 m
in length( 0.5m horizontal and 1.5 m vertical) including all fittings and clamps etc.

10.2 PILLAR TYPE STAND POST AND VALVE CHAMBER

Single/Double tap pillar type stand post and Valve chambers shall be constructed as per departmental
type design. Item wise general specifications of work and materials are given in following parts of
specification Journal and shown In the drawing. For detailed specifications relevant IS specification/ Jal
Nigam/PWD specification shall be followed. However estimate of unit quantities of work and; work
specifications unit wise can be seen in the office on any working day.

11.0 SURFACE BOX

Supply and fixing of C.I. surface box, for sluice valve, shall confirm to IS 3950-1979 or its latest
amendment and chambers as per type design and drawing attached with the tender and to the satisfaction of
Engineer.

12.0 INTERCONNECTIONS

Suitable inter connections shall be made as per direction of Engineer In charge with the existing main
'for equitable distribution of flow in the distribution system.

106
13.0 OTHER ITEMS

No extra payment shall be made to the contractor for:


a. Inter connection done in any running line.
b. Emergency work carried out in night hour to efficient start of water supply during day hours.
c. Labour charges during maintenance period for repair of leakage and other repairs.
d. Control of traffic, proper sign boards and lighting arrangement for working in night.

14.0 Laying of Distribution system & Rising Main

i) Supply & laying of distribution system, rising main as per alignment including fixing of specials, fire
hydrants and different type of valves, stand posts etc. comprising of ISI marked DI, CI, AC & PVC
pipe of requisite class and specifications as mentioned in technical specifications, BOQ etc.

ii) Route Survey including making the route as per plan on ground, submission of survey records and
such other activity to complete the works and submission of the same to the Engineer and its approval.

iii) Construction of brick masonry chambers of required size as per Departmental type design.
iv) Hydraulic testing & commissioning of all the system.
(v) Diversion of traffic with necessary sign/ caution board, required as per site conditions and as approved
by Engineer in charge shall be made by the contractor, for which no extra payment shall be
admissible.
(vi) The roads (Bituminous/ CC /BOE) cut during executions of works shall have to be made walk able
after proper back filling and compaction as specified by using old material obtained during cutting of
same. This work shall be executed as per direction of Engineer in charge after proper refilling and
proper compaction of earth, so that no hindrance/ inconvenience occurs for traffic /
public. It will also include obtaining permission from the concerned authority for cutting of the roads,
for which no extra payment shall be admissible.

(vii) Providing necessary barricading with necessary bellies and GI sheets as per site requirement and as
per direction of Engineer in charge, for which no extra payment shall be admissible.
(viii) Diversion and restoration of utility services such as telephone lines/ electric cables/data cables, water
supply lines, sewers, drains, minors, irrigation channels, roads metalled or Kutchcha etc. as per site
requirement and as per direction of Employer for which no extra claim shall be admissible.
(ix) Supply of completion drawings after completion and commissioning of works as per built drawing
and requirement of Employer. No extra payment for this shall be admissible.
15.0 Construction of Pump Houses

i) Construction of Pump House as per approved design drawing including grouting of AC down pipe etc.
grouting of inlet, outlet & over flow pipe (only grouting, no supply of inlet, outlet & over flow pipes).

ii) Operation & Maintenance of Pump Houses. No extra claim shall be admissible on this account.
During this period all expenses shall be borne by the contractor and no extra payment shall be
admissible for this activity up to the handing oher of the work.

16.0 SPECIFICATIONS FOR DIFFERENT PARTS OF OVER HEAD TANK

R.C.C. stair case

The R.C.C stair case shall be constructed in M-25 concrete with required reinforcement. Rise shall be 15-
20 cm. and tread 25-30 cm. the width of the stair case shall be 1 m. Landing shall be provided on every turn or

107
at every 2.5m height. The R.C.C. stair case shall start from the ground level and go up to the balcony, and top
of the roof.

The above stair case shall be provided with hand railings. This will consists of 50x50 x6mm M.S.
vertical angle iron posts 90 cm high (clear) above the stops in either sides. These shall be spaced in (approx.)
1m horizontally. Suitable hole shall be made in the angle iron post to allow three rows of 20 mm dia G.I. pipe
medium quality, railing to pass through them. The railing shall be given smooth bends at every turn of the stair
case flight. The angle iron posts and G.I . pipe railings shall be painted with three coats of aluminum paint or
other approved paint as per direction of Engineer. There should be no cut in balcony for providing access,
cantilever should be provided for the propose. 1.0 M wide gate with a cage of 2.0 M height after first landing
shall be provided in stair case as per direction of Engineer incharge.

LADDERS

The approach forms the roof dome (or slab) to the inside of the tank shall be by means of a M.S. ladder
through inspection manhole. The leader shall be 60cm wide and shall consist of 50x50x6mm angle iron on
either side and 20mm dia M.S. bars 25 cm. c/c suitable these shall be made in angle iron and ms bars
properly riveted or welded at these holes. The angle should project above the dome and fixed holding G.I.
pipe to provide support while entering of exit. ladder and railing shall be given 3 coats of approved paint.

Balcony

The R.C.C. balcony shall be provided all around the tank body in level with top of the Central ring beam in
case of intze type tanks and in level with the top of base slab or bottom ring beam in other types of tanks. The
balcony shall be 1m wide. Provision of hand railing consisting of 50x50x6mm vertical angle iron posts 90 cm.
high(clear) shall be embedded into the balcony by means of required size of bolts, nuts and washers, bolts
being already grouted in the R.C.C. slab. The posts shall be spaced 1m c/c horizontally and shall be provide
with suitable holes to allow railings to pass through them. The railing shall consists of three rows of 20mm
G.I. pipe of medium quality with all necessary specials such as sockets and bends etc. and shall be given three
coats of approved paint.

Inspection manholes

The inspection manholes shall be provided on the top dome or slab of the tank. It shall be 75x75cm.
Square shaped manhole and shall be provided with 75x75cm.M.S. Manhole covers of 6mm thick M.S. plates
with locking arrangement. Through this inspection manhole M.S. ladder as described above shall be provided.

Ventilator

The size of the ventilator shall be suitably decided. It shall consist of R.C.C. posts at every corner or at
regular intervals by the side of the opening which should be suitable designed R.C.C. slab of suitable
thickness shall be provided over the post and the vertical opening shall have mosquito proof mesh fitted on
expended metal to support it in a frame embedded in the R.C.C. post with arrangement for replacement of
mesh and shall be given three coats of approved paint.

WATER LEVEL INDICATOR

Water level indicator shall consist of 3mm brass wire rope passing over for smooth brass pulleys about 8
cm. dia with guides to prevent slipping of rope. One end of this rope shall be tied with 45 cm. copper ball float
which shall be completely water tight and shall be made of 3 mm thick copper sheet .Other end shall be
connected with cable pointer of brass up & down along a vertical, 25cm. wide indicator board shall be enamel
108
painted and fitted in a 45x45x6mm angle iron frame. This indicator board shall be graduated and calibrated in
meters and centimeters. The whole board shall be fixed by suitable arrangements on the column at suitable
height as per direction of Engineer by means of 45x6mm flat iron clamps. Two 25 mm dia G.I. pipe will be
embedded on each in roof slab and cantilever balcony to flexible brass wire rope to pass smoothly. This will
be the contractor’s entire responsibility to ensure smooth and perfect working of the indicator such that a
slight increase or decrease in water depth inside the tank is correspondingly and correctly indicated on the
above indicator.

The following details shall be painted on the tank in prominent letters:

Capacity of the tank in Kiloliters.

Height of staging in meters.

Year of construction.

Lightening Conductor

The lightening conductor shall be provided confirming to relevant I.S.S. 2309. The lightening
conductor shall consist of the following items.

Elevation rod:

1 to 1.2 m. long 25 mm dia solid copper and having solid cast copper 8 cm. ball on top with 5 or more
final points, securely screwed into it. It must be fitted at the top of Over Head Tank on G.I; pipe plates
30x30x6mm plate with suitable copper nuts, bolts and washers.

Down conductor:

It shall consists of 25x3mm aluminum strip and round aluminum wire of 9 mm. dia above ground level
and 8mm dia copper wire below ground level with its upper end attached to the base of elevation rod and shall
be carried down in the site if the tank by means of fasteners. Conductor shall be accurately attached to the over
head tank by means of fasteners which shall be 1 m. c/c and shall be made of Galvanized steel Fasteners as
prescribed under ISS: 2309-1969 shall only be used or its latest amendments shall only be used. The
conductor and aluminum wire shall be laid about 6m. away from the tank floor in a stretch and then taken
down to the earth plate electrode which is to be buried 100 cm. below summer sub soil water level as per
arrangement laid down in ISS:3043-1966 clause 7.4.1 or its latest amendments.

The fasteners (10cm.long of 10mm dia WITH TOP 75x6MM aluminum strip with screws, bolts and
nuts etc.) Shall be grouted in the body of the tank and column in the R.C.C. truly vertically and horizontally.
The conductor shall be connected by means of above aluminum strips and wire to all metal works such as
manhole cover. M.S. ladders and railing etc. on the top of the overhead tank.

Earth plate

It shall be G.I plate of size 600x600x6mm buried as explained above with all provision and
constructional detailed as stated in ISS 3043-1966 or its latest amendments. A G.I. pipe shall be fixed for
watering the earth plate and chamber etc. It shall be covered with G.I. cover hinged to G.I. frame within level
with the ground. The lighting conductor shall confirm with ISS2309-1969 and ISS3043-1966 or its latest
amendments and as per instructions of Engineer.

The lighting conductor consisting of an elevation rod, down conductor and earth plate shall confirm with the
standards as required by the electrical inspector of U.P. Government from time to time. Any amendments

109
addition etc. suggested or required by the electrical inspector shall be carried out by the contractor for which
no extra claim shall be entertained.

Inlet, outlet, washout and overflow arrangement

The tank shall have inlet, outlet, washout and overflow of C.I.D/F pipes as described below in the table
and to be arranged by contractor on his own cost.

SI. Capacity of tank Inlet pipe & size Out let pipe Wash out Overflow
size pipe size pipe size
No. No Size

The puddle collars with pipe piece shall be embedded in the concrete slab at the time of construction true to
the plumb to maintain the correct vertically of these pipes, bell mouths for outlet and wash out shall be fixed
in the inlet and overflow pipes. Duck foot bends shall be provided at the base of the vertical lengths of inlet,
outlet washout and overflow pipes with proper bed blocks. These pipes shall be erected vertical from the tank
body to the duck foot bends at the base and laid horizontally from duck foot bend up to one meter beyond the
edge of apron. The contractor shall also fix sluice valves of required size as per direction of the Engineer on
inlet, outlet, and washout pipes. He shall also construct masonry chambers as per type designs, and provide
medium pattern manhole covers. This work also includes excavation for lying of pipes and specials etc.

The inlet, outlet, overflow and washout pipes and specials in vertically length shall be fixed along the
column by mean of iron clamps, so that there are no vibrations in the respective pipes. The size of clamps may
vary from 40 to 60mm wide and 6 to 8mm thick. Spacing of the clamps shall not be more then 1.5m c/c
vertically. Size and spacing of the clamps shall be decided by the Engineer. These pipes and the clamps shall
be given three coats of approved paints. The pipes fitted, vertically and horizontally, shall be water tight and
be tested for the same. The contractor should also include, in his rates, for the cutting of pipes and making up
lengths which may be necessary.

Floor apron & Semi Circular Drain:

The contractor shall provide floor apron and 15 cm. semi-circular drain at the ground level all around
the tank. Floor apron to be provided 0.50 m beyond the outer edge of the balcony. It shall consist of 4 cm PCC
(1:2:4) with cement, coarse sand and 12 to 20 mm size stone grit of approved quality over 8 cm thick PCC.
(1:4:8) with cement, local sand and 25 to 40 mm first class brick ballast. 15 cm semi-circular drain shall be
constructed along the entire length of apron and floor as per departmental design. The contractor shall
excavate. Or fill up the earth as per direction of Engineer and no extra payment shall be made on this account.

(i) Defects liability for a period of twelve (12) months after the completion of works i.e. after
commissioning and stabilization of works, any defect occurred in this period shall be rectified by
contractor at his own cost.
(ii) Handing over of works to local body or as directed.
(iii) Supply of completion drawings after completion and commissioning of work as per requirement of Employer.
No extra payment for this shall be admissible.

BASIS FOR DESIGN:

The contractor shall submit the detailed calculation and design drawing in triplicate covering
whole of the tank structure and appurtenant works to be supplied and constructed by him within 60 days from

110
the date of acceptance of tender. The approval of drawings and design submitted by the contractor shall in no
way relieve him or his on account of his responsibility for the safety and water tightness of the structure, the
contractors shall base his design on the following specifications. The points not covered by this specification
shall be governed by the relevant I.S., specifications.

Free board of 150 mm above full supply level (below the soffit of beam if any) has to be provided.

The bottom of foundation should be at least 2m below G.L. and there should be at least 1.25 m. clear
cover available over the top of foundation beam to pass the pipes.

The maximum depth of water in tank should not be more than 6 meter measured from the top of bottom beam
or top of flat slab.

The tank with staging and stair case will be provided with 3 coats of approved cement paint in quality and
color decided by the Engineer.

The concrete mix richer than m-20 grade will not be used.

A suitable foundation of the tank will be designed based on soil characteristic at site with proper
approval of Engineer whose decision shall be final and binding in regard to the type and shape of foundation,
load distribution etc. in case of pile foundation bore hole compaction pile/as recommended by soil report will
be preferred which shall be properly connected for load distribution and to safe guard against differential
settlement. The decision of Engineer in this regard shall be final binding on the contractor, in case of pile
foundation it shall be tested for loads in accordance to ISS: 2911 (part IV )- 1979 or its latest amendment.

The body of the tank along with the bottom ring beam has to be designed as cracked section with limited crack
width of 0.2 mm as per IS 3370 -2009 part -II .

The staging of the tank will be column-bracing type only. The allowable stresses and wind & seismic
loads will be taken as per ISS: 456-2000, 875-1964, 3370 (I&II) - 1965 and 1983, 1975 corrected up to date.
The staging has to be designed for wind loads or earth quake load whichever is critical. The design of
overhead tank shall be made safe against wind and seismic forces which will not be considered as acting
simultaneously. In case seismic forces shall be considered as per IS 1893:2014 part 2 (Liquid retaining tanks).

PARTIAL SAFETY FACTORS:

When the design is based on limit stage method the values of partial safety factor for loads and
materials strength shall be in accordance with ISS: 35:4:1 and 35:4:2 of I.S.S 3456 :1978 or its latest
amendments.

Allowable bearing capacity of soil:

The design of the foundation shall be based on allowable bearing capacity of the soil. Tender for the over
head tank shall be considered on the basis of allowable bearing capacity. The contractor determine the bearing
capacity of soil by own expenditure from any recognized Agency / Institution. Contractor shall be fully
responsible for the safety and stability of the structure including foundation.

The load of earth over the raft should be considered to match with the considerations made in the
calculation of the bearing capacity of soil while designing the foundation of the tank.

The test report of bearing capacity of soil should be submitted in the office before start of work. The
foundation of the tank should design accordingly to the instruction given in the test report, however the net
safe bearing capacity shall be as per actual site conditions.

Bidders are adviced to quote the rates of stuctures with consider SBC as mentioned in BOQ, if actual
SBC is more than as mentioned in BOQ, the structure will be designed at SBC as mentioned in BOQ. If SBC
is found less than as mentioned in BOQ, it will designed on actual SBC.

111
Permissible Increase in Bearing Capacity of Soil:

Due to wind ¼ (q) where the bearing capacity pressure(c) due to, wind is less than 25% of the due to
dead and live load. It may be neglected in design. Where this exceeds 25%, foundation may be so
proportioned that pressure due to combined dead, live and wind loads does not exceed the allowable bearing
pressure by more than 25%.

A further increase in allowable bearing Capacity due to wind pressure may be allowed for safe factor as
per I.S. specification.

Due to earthquake forces: when the earthquake forces are considered, the permissible allowable pressure
of pertaining soil be in accordance to Para 3.3.3 and table 1 of the ISS:1893-1975 depending upon type of
foundation of the structures.

(XII) Minimum reinforcement

The minimum reinforcement in walls, floors and roof in each two directions at right angles, shall
have an area of 0.8% of the concrete section in that direction for sections up ;to 100 mm thick and for sections
of thickness greater than 100 mm and less than 450 mm the minimum requirement in each of two directions
shall be linearly reduced from 0.30% for 100 mm thick sections to 0.20% for 450 mm thick sections. For
sections of thickness greater than 450 mm the minimum reinforcement in each of two direction shall be kept
as 0.22% in concrete sections of 225 mm thickness or greater, two layers of reinforcing steel shall be placed,
one near each face of the section, to make up the minimum reinforcement specified in this clause.

The minimum reinforcement specified above may be decreased by 20% in case of high yield strengt5h
determined (Tor Steel) bar conforming to ISS: 1786-1966 or ISS: 1139-1966 or their latest amendment.

The area of longitudinal reinforcement in a column shall not be less than 0.8% of the minimum area
of concrete required to resist the direct stresses. In case of column having ratio of length to least radius of
gyration less than 12, the requirement regarding minimum amount of steel shall not apply.

The size of lateral reinforcement in beams (including stirrups), slab and column shall not be less than
6mm. it shall also not be less than ¼th of the dia of the largest longitudinal bar in case of columns.

Spacing of Reinforcement:

The minimum clear spacing between main reinforcing bars in case of columns beams and slabs shall
be 16 mm more than the maximum size of coarse aggregates, used or equal to the dia of the main reinforcing
bars which-ever is greater. In case of more than one layer of bars in a beam, the vertical clear distance
between two layers shall not be less than 15 mm or maximum size of coarse aggregate or the size of bar,
whichever is greater, except that splicing bars and two way reinforcement may be in contact with each other.

The maximum spacing of main bars in slab shall not exceed 500 mm or three times the effective depth of
the slab, whichever is less.

Minimum cover to reinforcement:

For liquid faces or part of members either in contact with the liquid or enclosing the space above the
liquid (such as inner faces of roof slab), the minimum cover to all reinforcement should be 25 mm or the dia
of the main bar, whichever is grater. In the presence of soils and water of corrosive character the cover shall
not be taken in to account for design calculation.

In beam, the cover to main bars shall not be less than 25 mm or the diameter of the bar, whichever is
greater.
112
The minimum cover of concrete clear of longitudinal bars in case of column shall be 40 mm or dia of
longitudinal bars, whichever is greater, in the case of columns of 200 mm or less than internal dimension and
whose bars do not exceed 12 mm dia 25 mm dia. Cover may be used.

Minimum Thickness:

The minimum thickness of top dome having base diameter of 10 m more shall be 100 mm. Top
domes having base dia less than 10 m have thickness less than 100 mm but in no case less than 80
mm.

The thickness of components in contact with water such as vertical wall, conical wall (incase of
intze tank), bottom dome or slab shall be not towards the top end may however be lightly reduced but
it not be less than 100 mm in any case.

Concrete Mix:

All the components of the tank shall essentially be casted in M-30 concrete. Stresses higher than
those allowed for M-30 concrete shall not be taken in the design, on the grounds of richer mix
proposed, unless it is specifically permitted by the / Engineer.

Balcony and Ring Beam:

Width of balcony clear of the ring beam may be taken to set with the beam for not more than 4
times the depth of balcony.

Wind & seismic Forces:

The design of overhead tank than shall be made safe against wind & seismic forces
separately. Wind & Seismic forces need not be considered as acting simultaneously. The allowable
increase in stresses of materials when and each quake forces are acting shall be in accordance with
latest relevant IS code.

Age of loading:

No increase in respect of age at loading shall be allowed.

17.0 Operation and Maintenance


The infrastructure created in any water supply scheme should satisfactorily run for the entire life period
of the project. To ensure this, the various components of the system need proper operation &
maintenance during the project period for the maximum utilization. Without doing technical and
financial planning of the operation & maintenance of the system, the units would not function properly
after commissioning and the anticipated benefits would not be realized.
The contractor shall be responsible for the operation & maintenance of the water supply system for ten
year and shall supply at his own cost all spares required during this period.
The contractor shall carryout monthly, quarterly and yearly preventive maintenance schedules of the
plant as detailed by Engineer/Employer and all the other maintenance schedules of the plant at
frequency recommended by the supplier of the various components of the system. The maintenance
period starts from the successful inspection and commissioning of the plant/system and acceptance by
the Employer. The plant shall be re-inspected by the Engineer and the Employer at the end of the
maintenance period and any item found defective during maintenance period shall be replaced by the
contractor at his own cost. The contractor shall make all arrangements for the complete re-inspection of
113
the plant by the Employer/Engineer at the end of maintenance period. Any component/item found
defective and/or repaired/replaced during maintenance period shall have extended warranty for a period
agreed by the Engineer/Employer.
Operation and Maintenance Training
The Contractor will be required to provide suitably experienced staff, under the guidance of an
Operations/Training Specialist, to provide day-to-day hands-on training in operation and maintenance of
the entire works. The training and operation and maintenance services would be provided to the
Employer personnel for the operation and maintenance of the works. The training services will be
required for a period of last 3 weeks for upto 10 nominated personnel by the Employer, ahead of the
scheduled completion of maintenance period. In addition to the Operations/Training Specialist, the staff
to be provided will include a mechanical and electrical specialist. The Contractor’s staff will be resident
in the project area and all costs associated with the Contractor’s staff will be borne by the Contractor.
Syllabus shall be submitted by the contractor for approval by the Ministry. The scope shall include all
arrangements at the designated place by the Employer.

Public Complaints & Redressal Cell


The Contractor shall be required to establish a public complaints cell at the site office. The cell shall
consist of a minimum two member staff, a PRO and a technical staff member. The cell shall work under
the project in-charge of the contractor and shall be responsible in registering day-to-day complaints
from the public and redress reports thereof. Weekly reports shall be submitted to the Employer for
review and approval.

17.1 Proposed Maintenance System

Preventive Maintenance
The preventive maintenance of a water distribution system is a set of activities that shall be performed
on a regular basis. Specifically in the internal water distribution system, preventive maintenance will
increase the life of water mains and appurtenances, which in turn will assure regular and uninterrupted
water supply to the consumers. The water distribution system is usually the most expensive component
of the water supply system and its proper maintenance will reflect on the functioning of the system and
its associated service life.

Maintenance issues in pipelines will differ from place to place depending on conditions encountered.
Selection of suitable pipe material and periodical maintenance is essential to ensure that the public
receives protected water supply at the most economical rate with minimum breakdowns, which will
ultimately manifest itself as consumer satisfaction. Salient points to be considered while planning are
enumerated below:

 Inspection of mechanical / electrical equipment such as pumps, valves, capacitors, voltage stabilizers
for trouble-free operation and optimum performance
 Materials of superior quality shall be examined and implemented accordingly
 Newly laid mains shall be pressure tested
 A leak detection survey shall be performed
 Ducts shall be provided a cross roads to permit easy laying of additional mains, if required
 Provisions of stubs (short length mains) to accommodate a group of ferrule connections
 Use of equipment like submersible dewatering pumps, pipe cutting machines, under pressure
cutting machines, pipe locator, leak detectors, etc.
 Use of portable chlorinators to test the water quality
 Preparation of 'ward manuals' with details of mains, valves, HSCs, etc. within a ward or zone

114
 Maintaining emergency labour teams to work on Sunday and holidays to attend to emergency
works
 Liaison with other utilities for proper work co-ordination and reduced interference and damages.
 Adequate staff training
 System of information dissemination to consumers on possible disruption in supply.

17.2 Breakdown / Emergency Maintenance

In case of damage (burst) resulting on a branch main, the following operational sequence shall be
adopted:
 Labour workforce (skilled & unskilled) shall be mobilized and required materials shall be assimilated
and the team shall be directed to the breakdown site.
 The Employer's representative concerned with maintenance in the water distribution shall be
informed of the situation and kept updated on progress.
 The valve operators shall be intimated to isolate the damaged line and alternative supply
arrangements for water supply to the localities affected shall be pressed into action.
 Dry utilities such as electricity and telephones shall be informed on the breakdown and request them
to be present at site to ensure works co-ordination.
 Isolation of the water main by closing sluice values on both the sides. This will have to be done if
the pipe is damaged severely (pipeline burst or similar).

17.3 Maintenance of Source- Intake well and jack well

De-silting activities should be carried out in jack well and intake well preferably, during summer.
The provisions for the same have been accounted in the design. One manhole is provided for intake
well as well as jack well for maintenance purposes. The proper de-silting at intake and jack well will
ensure longer life for pumps.

17.4 Maintenance of pumps and other electrical items

Pumping machinery is mainly subjected to wear, tear, erosion and corrosion. Normally, major failure
and interruptions in water supply system occur due to problems in pumping machinery. Hence, it is
necessary to have timely and effective operation and maintenance of pumping machinery, up keep of
pumping stations and records.

For better Operation of Pumps, following points should be adhered:

 Avoid dry running of pumps.


 Pumps should be operated only within the recommended range on the head discharge and
characteristics of the pump.
 Operation near shut off causes re-circulation within pump, thus over heating of pump.
 Voltage during operation of pump-motor set should be within + 10 percent of rated voltage.
 Similarly, current should be below the rated current of the motor.
 For water supply schemes, pumps are started against closed delivery valve in order to reduce starting
load on motor. Pumps with high specific speed should be started with open delivery valve.
 The delivery valve should be operated gradually to avoid sudden change in flow velocity which can
cause water hammer pressures.
 Control the opening of delivery vale during pipeline filling period to avoid overloading on pumps.
 The running of the duty pumps and the standby should be scheduled so that no pump remains idle for

115
long period and all pumps are in ready-to run condition.
 If any over vibration or noise is noticed, pump should be stopped immediately.
 Bypass valves of all reflux valve, sluice valve and butterfly valve should be closed during normal
operation of the pumps.
 Avoid frequent starting and stopping of pumps for reducing over loading.
 Preventive Maintenance of Pumps

17.5 Monthly/Quarterly Maintenance

 Clean the pump, motor and other accessories.


 Check coupling bushes/rubber spider.
 Check stuffing box, gland etc.
 Records of pressure, voltage and current.
 Check and repair of leakage from mechanical seal.
 Check and repair in case of sparks in motor.
 Check for free movement of the gland of the stuffing box.
 Check gland packing and replace if necessary.
 Clean and apply oil to the gland bolts.
 Inspect the mechanical seal for wear and replacement, if necessary.
 Check condition of bearing oil and replace or top up, if necessary.

17.6 Six Months Maintenance

 Verify and rectify alignment of pump and drive.


 Clean oil lubricated bearings and replenish with fresh oil.
 Tighten the foundation bolts and holding down bolts of pump and motor mounting on base plate or
frame.
 Check vibration level with instruments if available; otherwise by observation.
 Clean flow indicator, other instruments and appurtenances in the pump house.

17.7 Yearly Maintenance

 Clean and flush bearings with kerosene and examine for flaws developed like corrosion, wear and
scratches.
 Immediately after cleaning, the bearings should be coated with oil or grease to prevent ingress of dirt
or moisture.
 Clean bearing housing and examine for flaws like wearing, grooving etc. Change oil or grease in
bearing housing.
 Examine shaft sleeves for wear or scour and necessary rectification. If shaft sleeves are not used,
shaft at gland packing should be examined for wear.
 Check stuffing box, glands, lantern ring, and mechanical seal and rectify if necessary.
 Check clearances in wearing ring.
 Check impeller hubs and vane tips for any pitting or erosion.
 Check interior of volute, casing and diffuser for pitting, erosion, and rough surface.
 All vital instruments i.e. pressure gauge, vacuum gauge, ammeter, voltmeter, watt meters, frequency
meter, tachometer, flow meter etc. should be calibrated.
 Conduct performance test of the pump for discharge, head and efficiency

116
17.8 Maintenance of Motors Monthly

Quarterly Maintenance

 Clean external surface of motor.


 Examine earth connections and motor leads.
 Check temperature of motor and check whether overheated. • Lubricate bearings.
 Verify and rectify any abnormal noise in bearings.
 Clean belt tension and reduce it where there is excessive tension.
 Blow dust from the motor.

Six Month Maintenance

 Clean oil lubricated bearings and replenishes fresh oil.


 Wipe brush holders and check contact faces of brushes of slip-ring motors.
 Check insulation resistance of the motor, tightness of cable gland, lug and connecting bolts.
 Check and tighten foundation bolts and bolts holding motor and frame.
 Check vibration level with instrument if available.
 Clean winding of motor, if necessary.

Yearly Maintenance

 Clean and flush bearings with kerosene and examine for flaws developed, wear and scratches.
Cleaned bearings should be coated with oil or grease.
 Change oil or grease in bearing housing.
 Blow out dust from windings of motors thoroughly with clean dry air.
 Clean and varnish dirty and oily windings.
 Check condition of starter, stamping, insulation, terminal box, fan etc.
 Check insulation resistance to earth and between phases of motors windings, control gear and wiring.
 Check air gaps

17.9 Maintenance of Appurtenances


The objective of installing appurtenances on water pipelines is to permit control of water supply, protect the
pipelines and assist with periodical cleaning. Normally installed appurtenances are described below.

Sluice valves

Sluice valves are required to control and regulate water supply and shall be provided at regular
intervals, say at a distance of minimum 500 m on long length of distribution mains. Defects
normally reported on the sluice valves are the following:

Gland leaks: Gland leaks can be rectified by replacing the hemp packing at specified intervals or
through visual observation
Spindle damage: Unequal application of pressure results in damage to the spindle, which can be
avoided by training valve operators to operate the valve in accordance with manufacturer
recommendations on tightening pressure. It is necessary to have spare spindles for the full range to
ensure replacement in the shortest possible timeframe.
Partial valve closure: Debris accumulated in the valve seat and around spindle heads causes this
problem and can be removed by opening the top cover of the sluice valves. Round out of spindle
117
heads are a direct consequence of wear and tear and this can be reduced by using specially prepared
caps
It is a recommended practice to provide a name plate near the kerb or edge of a sidewalk (footpath) detailing
sluice valves with location, size and direction of opening. This will incidentally reduce the complaint regarding
sluice valves getting buried during road construction and/or trench backfill. When possible, sluice valves shall
be installed along pavements. Sluice valves in roads where there is intense traffic shall be provided with heavy-
duty pre-cast concrete cover slabs to avoid intentional or accidental damage. The longer side of the cover shall
be kept parallel to the pipeline to indicate alignment.

Scour Valves
Scour valves are normally provided at the bottom of pipelines (normally horizontal) and operated to flush and
dewater the mains. Flushing should be done at proper intervals.

17.10 Quality of Materials


The water supply system will work without (or with very minimal) interruption if procured materials such as
pipes and appurtenances are of good and standard quality. It is therefore necessary to use standard materials of
approved make and establish procedures right from procurement of materials to installation, testing and
commissioning.

The pipes procured shall be subjected to hydraulic pressure tests as specified in the IS: 1536-1967. If the
testing facility does not exist, a manufacturer's test certificate shall be insisted obtained and filed for reference.
The manufacturers shall test pipes in the presence of the representative of Engineer in Charge and submit a test
certificate while delivering the pipes. The valves, hydrants and other appurtenances shall be tested prior to
installation. It is recommended to invest more in procuring good quality materials rather than purchasing
inferior materials and then incurring high maintenance expenditure.

17.11 Maintenance of Service Reservoirs


Important aspects to be considered in the maintenance of service reservoir are:
Measurement of inflows / outflows: Supply and Discharge flows shall be measured to ensure that they tally.
Water level indicators and flow indicators / recorders shall be in working condition.
Structural leakage: All structural damages and leak shall be promptly repaired.
External Pollution: Manhole openings, ventilation shafts and overflow pipes shall be adequately protected and
checked periodically to prevent any contaminant infiltration.
General cleanliness in and around the service reservoirs should be maintained and observed.
A garden around the service reservoir may be provided for aesthetic reasons.
A program to clean the service reservoir at least twice in a month shall be undertaken. Such cleaning process
shall be performed during non-supply times or a facility to by-pass the water supply shall be in place.
Appropriate safety measures to prevent entry of unauthorized persons shall be provided.
All guide and hand railings shall be maintained in a safe and firm condition.
17.12 Maintenance of Water Distribution System
Conveyance and water distribution are items that involve substantial expenditure in a water supply scheme. For
effective maintenance, the entire water distribution system shall be divided into zones/sub-zones served
preferably from one elevated service reservoir. Operation and Maintenance of the water distribution system
should be entrusted tocontractor's authorized official of the controlling authority to receive and deal with
complaints. Appropriate registers shall be maintained to record complaints and track follow up action to ensure
that the complaint is addressed. If the complaint is such that it cannot be dealt with at his level, the authorised
official shall promptly refer the matter to a higher authority and also intimate the action taken to the complaint.
Frequent vigilance checks in areas receiving maximum complaints shall be made an essential part of the
supervisory staff’s daily schedule of duties.
118
17.13 Distribution System Losses & Leak Detection
Wastage of water is the principal problem and concern in a water distribution system. In many cases wastage
of water accounts for nearly 30% of the total flow and is often due to the following reasons

 Leaks from storage reservoirs due to cracks, leaky joints and valves
 Leakage from water mains due to leaky joints, corroded pipes, fractures in ferrule connections,
valves and hydrants
 Leak through abandoned or unused service pipes and damaged pipes
 High pressure in the water distribution system intensifying existing leakage
 Leaks in service piping and fittings within the consumer premises due to faulty joints, corrosion,
faulty washers or glands in stop valves and faucets
 Failure to close faucets inside or outside premises wilfully or inadvertently or complete removal of
taps
 Misuse of protected water for miscellaneous purposes
The contractor is required to install bulk flow meters at strategic positions in the distribution network
so as to comply with the Service Level Benchmarks of O&M. The contractor is required to quote
his rates accordingly.
Major areas in a water distribution system that contribute to a high wastage of water are house
service piping and connections to public taps, hydrants and leaky plumbing fixtures. Leak in a water
distribution system can be significantly reduced or even eliminated through systematic detection and
damage control procedures. A program of Leak detection shall be established for the entire water
distribution system such that each section of the system turns up for leak detection at least once in
three years. Leaks and damages detected should be promptly repaired. Causes of wastage through
leaks such as the following:
High pressure in water distribution system;
 Corrosive soils;
 Corrosive water;
 Inferior quality of piping and fittings;
 Age of pipes; and
 Gland packing of valves shall be identified and attended to in the leak detection program
One other major cause of system loss is unauthorized connections. Procedures for granting
connections require streamlining and regulation. The officer in-charge of this operation shall be
equipped with the required authority to inspect households for water supply and ascertain the
authenticity of an application for a new connection.

17.14 Service Level Benchmarks during Operation & Maintenance

1. General: The contractor shall be responsible to maintain service level standards during the 10 years of operation
and maintenance period and these standards shall be effective till the date of transferring the project to the
Employer.
2. Service Level Standards: The following standards shall be maintained by the contractor-
3. Supply of safe & potable drinking water- the safe and potable drinking water having characteristics of water as
per IS:10500 (latest) shall be supplied to each consumer. The testing of samples shall be done by contractor, as per
IS:1622 (latest). Bidder to guarantee treated water quality from proposed WTPs for parameters like- Turbidity,Suspended
solids, coliform, pH, residual chlorine, Taste, Odor , arsenic, flouride & Iron content.
To achieve the above, the contractor shall submit the test results, including details of test results of
residual chlorine at the farthest consumer’s end, taken periodically as per the norms for each village, during
the submission of bills.
119
If quality is not maintained for one week it will invite penalty as mentioned below.
1.Per capita supply of water- the contactor is liable to ensure supply of potable water for domestic use to each consumer
@ 70 lpcd minimum at consumer end. To achieve the above, the contractor shall submit the details of bulk water meter
reading installed for each village, during the submission of bills.
For 70 lpcd and above - No deduction
If level of 70 lpcd is not maintained for one week it will invite penalty as mentioned below.
Note : If due to certain reasons such as shortage of storage in source or river flow, the employer orders
reduction in supply above penalty will not be applicable up to that modified rate of supply.
2.Pressure at consumer end- The contactor is liable to ensure supply of potable water for domestic use at service point of
each consumer not less than 7.0 m. measured at consumer measuring point at each village
If this level of 7.0 m pressure head is not maintained for one week it will invite penalty as mentioned below.
3.Complaint redressal- The contactors is responsible to attend the complaints of the consumers within 24 hours of
information received. In case of failure of system due to any technical breakdown, the contractor has to supply water
through alternative means, but the normal supply should be restored within 48 hours of its occurrence. In case of
noncompliance it will invite penalty as mentioned below
4Increase in demand during O&M period – If due to any reason demand is increased then it will be made available by the
contractor by adjustment of flow or by increasing the pumping hours and no extra payment shall be made on that account.
4.Road cutting and its restoration (if required) shall be the responsibility of the contractor during maintenance period .but
in case of line shifting of repairing due to road widening etc. the cost as per prevailing Standard Schedule of Rates shall
be paid.
5.Other habitations not covered in the scheme may also be included during maintenance period. The contractor shall have
to supply water to these habitations by increasing pumping hours or up to permissible overloading as directed by the
Employer. No separate payment shall be made on this account except electric bills and chemicals.
6.Any extensions of pipe line network if required shall have to be done by the contractor during maintenance period,
payment of which shall be made according to prevailing Standard Schedule of Rates,
7.Catering to additional short term demands (such as fair, mela, or public gathering etc.) as directed by Engineer-in-
charge will also be the responsibility of the contractor under maintenance period. No separate payment shall be made on
this account except Electric bills and chemicals.
Manpower to be deployed by the contractor during the O&M phase shall consist of the following personnel
however their number shall be agreed with the Employer as per the requirements of the project.
Sr. No. Personal
1 Project Manager
2 Maintenance Engineer
3 Chemist
4 Operator
5 Helper
6 Electrician
7 Watchman
8 Line Man/Fitter

Penalty: In the event of contractor fails to comply with any one or all stipulated events mentioned above will
be penalized @ 0.05% of the O&M cost of concerning village per occurrence per day for a maximum of 5%
of the O&M cost. In case the contractor further fails to maintain desired requirements of the project the
Employer reserves the right to terminate the contract without assigning any reason whatsoever by giving three
months' notice to the contractor of this intent.

18.0 Control Philosophy for Automation of the Surface Water Schemes

1. Instrumentation & Control Philosophy


The system adopted is progressive pumping system. This constitutes the following major components;

120
Clear Water
Service
Reservoir

The raw water pumps from the intake well will deliver raw water to water treatment plant where the raw water
is treated to the level of potable water quality and stored in the clear water reservoir. The electro-motive
forwarding pumps at the treatment plant, deliver the clear water to water works containing secondary electro-
motive forwarding pumps and subsequently deliver clear water to service reservoirs from where the
distribution of water is through gravity.

At every pumping facility chlorination system doses chlorine in the water to the pre-calculated level so that
residual chlorine in required range would be maintained in the system. The chlorine dosing bleaching powder
has been adopted as the base chemical. The adopted dosing system is differential feed pressure vessel at the
outlet of the pump header. Chlorine dose and pH sensors provided in the system will guide in manually
regulating the chlorine dose.

The control system adopted is fully automatic with communication and data transfer through Industrial GSM
Gateway/GPRS (latest). This is a dedicated group network provided by services providers e.g.
Airtel/Jio/BSNL/Idea/Vodafone, etc. The network is capable of providing voice and data transfer within the
group network. Since a number of Water Supply Schemes have been adopted therefore the same numbers of
individual group networks of Industrial GSM Gateway/GPRS would be required

The main features fully automatic will be cyclic operation. There will be following three levels of such
protections;

Interlock Class 1 – Electronic system – The level sensors of suction reservoir (low level) and the storage
reservoir (high level) will send signal to the RTU (Remote Terminal Unit) which will be channeled to PLC
(Programmable Logical Control) and the PLC will activate the relay in MCC (Motor Control Centre) shutting
the DOL starter.

Interlock Class 2 – Combined Hydraulic & Electrical – The level switch of the suction reservoir will shut
down the motor through MCC in case of low level (protection against dry run) and in case of storage reservoir
reaches the high level the diaphragm type level controller installed at the inlet of the reservoir will shut the
flow gradually creating a back pressure in the rising main. A pressure switch installed at the outlet of the
pump will shut down the pump and raise alarm due to rise in pressure from the set point.

Interlock Class 3 – Electronic system – Delayed shut down in case of “No Response” due to GSM network
failure/bursting of pipe/heavy leakage. The PLC will shut down the pump with a maximum time lag of 15
minutes from no-response and raise alarm.

All the reservoirs will also be protected against complete draining out.

Through Industrial GSM Gateway/GPRS dedicated telecom network the data of flow, pressure and reservoirs
level can be accessed on the HMI Panel (Human Machine Interface) available on the RTU & PLC Panel
Board. The flow sensors installed at the head and tail of the rising main will also provide information on the
leakage quantity if any.
121
P&I Diagrams to be provided by the contractor for each site which can be referred for establishing the control.
The major components are described as follows;

A remote terminal unit (RTU) is a microprocessor-based electronic device used in industrial control systems
(ICS) to connect various hardware to distributed control systems (DCS) or supervisory control and data
acquisition (SCADA). RTUs are also referred to as remote telemetry units or remote tele control units.

The RTU & PLC structure to be provided as follows;

A Programmable Logic Controller, or PLC, is a ruggedized computer used for industrial automation. These
controllers can automate a specific process, machine function, or even an entire production line.

The HMI (Human Machine Interface) provides interface between the PLC and human (operator). A 10 inch
HD touch screen available on the RTU & PLC Panel Board allows to visualize the graphics of different
components of the process.

The automation and instrumentation scope of work in reservoir location include a level transmitter,
level indicator, electro-magenetic flow meter in the inlet, pressure transmitter and RTU with GPRS modem.

122
SCADA software will be installed at the WTP compound for cyclic operations.

All field sensors, instruments, transmitters and final control elements at each pump house locations, level &
flow monitoring in storage reservoirs at remote stations will form integral part of the control and monitoring
system.

Historical data would be available at the individual PLC for the particular facility as well as can be accessed
for other facilities in the group network and the central command of SCADA.

The RTU and PLC have limit of ambience temperature of about 36 Degree Celsius. Since Bundelkhand is
climatically warm therefore room ambience temperature has to be maintained. A window AC of required
Tonnage capacity for every control room has to be provided. The operation of AC is linked through PLC
therefore the AC will be controlled through a program.

Diesel generating sets have been proposed as emergency power-supply at WTP and all pump station facilities
and solar power backup UPS for PLCs in solo Over Head Service Reservoir complexes. The diesel generator
shall be having fuel tank storage of 24 hours with protection against theft of fuel. The generators will be
operable through automatic starting and stopping with the outage of power.

A laptop shall be provided with a dedicated software for the PLCs for each of the projects.

Voice communication through RTU via GSM/GPRS network has been included as a fixed telephone. Dial-up
facility within the group network would be available. This will enable the operators and attendants at different
facilities to communicate on different operational issues.

The programmable controller based remote terminal system shall consist of one working processor and one
hot standby processor, I/O modules, I/O adapter modules, redundant power supplies, redundant
communication internal Bus, redundant communication Port (for SCADA), programming system etc. The
PLC/ RTU shall be of modular construction and it should be possible to change any module without
disconnection of any wire. The change over from the working processor to hot standby processor shall be
automatic and bump less. In the event of both processors or any redundant unit failure, the system shall
automatically revert back to fail-safe mode.
The PLC/RTU system shall be field proven and capable of operating in automatic and / or manual control
mode with commands from control switches / devices.
I/O modules along with PLC/RTU system cabinet shall be mounted in respective control rooms in each of the
pump houses, guard rooms in Elevated Storage Reservoirs, Ground Storage Reservoirs etc.
The Control system design shall ensure that no single failure either in equipment or power source shall render
either control or SCADA communication system inoperative to any degree as specified elsewhere.
The processor units at each operating point shall be capable of executing the following functions but not
limited to :
(a) Receiving digital and analog signals from the field
(b) Operator initiated commands from the SCADA system with CRT based workstation at main
plant control room.
(c) Implementing all logic functions for control & protection of the equipment and systems.
(d) Issuing control commands.
(e) Logic initiating audio-visual annunciation at control panels.

123
(f) Providing supervisory information such as alarm, status information, etc. and water
management program.
(g) Performing self-monitoring and diagnostic functions.
(h) Working as standalone mode during SCADA and Communication failure.
(i) Hook up with process and other indicators at control panels
(j) Signal distribution / fanning out among different systems.
(k) Bi-directional open type communication to the central SCADA system.
The controller shall provide all basic functions for binary gating operations, storage, counting, timing, logging,
transfer operations and comparison functions. Full details regarding various functions along with expansion
capability shall be submitted by the Bidder in his bid.
The programmable system shall be delivered completely programmed for the complete and reliable operation
of the pumps.
The memory shall be field expandable. The memory capacity shall be sufficient for the complete system
operation and have a capability for at least 20% expansion in future. Programmed operating sequences and
criteria shall be stored in non-volatile semi conductor memories like EPROM.
One (1) no. programming station with colour CRT’s and key board and mouse control shall be provided for
programming / tuning of the PLC/RTU system (one no. per pump house). Portable programming unit if
required shall be provided for RTU.
Programming shall be possible in any of the following formats :
 Flow chart or block logic representing the instructions graphically.
 Ladder diagrams.
A forcing facility shall be provided for changing the states of inputs and outputs, timers and flags to facilitate
fault finding and other testing requirements. It shall be possible to display the signal flow during operation of
the program. Programming shall be possible ON line.
Provision shall be made for erasing and duplicating the user program and long term storage facilities shall be
provided.
Manual intervention shall be possible at any stage of operation. Protection commands shall have priority over
manual commands and manual commands shall prevail over auto commands.
In PLC/RTU controller, memory should exist as to where the sequence was aborted due to power supply
failure so that further operation from that point can restart after power supply restoration. This restart after
recovery of the power supply shall be through operator intervention so as to enable verification of readiness of
other related equipment.
All necessary software required for implementation of control logic, and other functional requirement shall be
provided. The programs shall include high level languages as far as possible. Sufficient documentation and
program listing shall be provided by contractor so that it is possible for Employer to carry out modification at
a later date.
The reaction time for the Programmable Controller from signal acquisition of input Card to command at
output card inclusive of programmed logic functions, arithmetic operation, logic gate etc. shall be within 100-
milli sec.
Make/ model number of Programmable controller based remote terminal unit shall be identical for each
pumping station and consistent through out the entire system.

Input / Output Modules shall have electrical isolation of 1.5 KV with optical couplers between the plant input /
output and controller shall be provided on the I/O cards. The isolation shall ensure that any inadvertent voltage

124
or voltage spikes shall not damage or mal-operate the internal processing equipment. There shall be proper
contact bounce filtering.
The input / output system shall facilitate modular expansion in fixed stages. The individual input / output
cards/modules shall incorporate indications on the module front panels for displaying individual signals status.
There shall be at least 20% spare capacity available on input, output and memory modules over and above the
system requirement.
All input / output cards shall have quick disconnect terminations allowing for card replacement without
disconnection of external wiring and without switching of power supply.
Application Software - The application software shall comprises the following major software subsystem :
a) Supervisory Control and Acquisition (SCADA) Subsystem and Operator Interface.
b) Relational Database Management System fully integrated with the SCADA system for real time
performance.
c) Application programme capable of enabling the Operator to manage the water distribution system in an
optimal and safe condition within the constraint imposed by the system topography.
d) Resource availability to meet the water demands requirement in most cost effective manner.
e) Hand on training for SCADA operational staff.
Uninterruptible Power Supply (UPS) - UPS system of suitable capacity with Battery (Ni-Cd) and Battery
Charger shall be provided at each of the pump houses and reservoirs for at least 30 minutes back up for
operating the central SCADA system in case of power failure.
2. The control system & data transmission is summarized as follows;
 Pump Controls

Simple PLC based local control system is proposed for all the pumping stations. This will cover start/stop of
pumps and any cycling required among pumps in the same group. HMI (Human Machine Interface) is
proposed to be located in the staff quarters to facilitate 24 by 7 monitoring of the facilities with suitable alerts.
PLC will also receive and process digital and analog data for to the IOT interface to facilitate onward
transmission to a Cloud based data management system.

PLC will be part of the floor / wall mounted type instrument/control panel located in the electrical room of
pumping station.

 WTP Controls
Fully automatic system is to be provided by the Contractor.

Digital and analog data from WTP for to the IOT interface to facilitate onward transmission to a Cloud based
(or equivalent) data management system will be routed through PLC in the Central Control Station located at
WTP site.

 Data Transmission
The following are the minimum proposed data to be transmitted to the Cloud (or equivalent) based Central
Data Management system for further use.
o C-1 Intake Pump Stations
 Pump Running/Stopped
 Raw Water Flow and Volume
 Residual Chlorine
 pH
 Turbidity
 Grid Power Available
 DG Set Running/Stopped

125
o C-2 Zonal Pumping Stations
 Pump Running/Stopped
 Flow and Volume
 Residual Chlorine
 pH
 Turbidity
 Reservoir Level (Low and High)
 Grid Power Available
 DG Set Running/Stopped
o C-3 WTP/CWR
 Pump Running/Stopped
 Flow-In various sections of plant
 Residual Chlorine
 pH
 Turbidity
 Reservoir Level (Low and High)
 Dosing and chemical tank levels
 Filter DP
 Clarifier Desludging Valve Operation
 Grid Power Available
 DG Set Running/Stopped
Specification for Field Instruments
o Flow Meter with Transmitter

1. Location Refer P&ID


Full bore Inline (Insertion or Non Insertion) Electro
2. Type
Magnetic Flowmeter
3. Technical Parameter
3.1. Service Clear water
3.2. Pipe size As per design of pipeline
3.3. Flow Range As per requirement
3.4. Quantity As per P & ID
4. Ambient temperature 55C
5. Ambient humidity 5 to 100 % RH ( non-condensing)
6. Fluid Pressure As per design
7. Accuracy  0.5 % of measured value
8. Material
8.1. Electrode SS – 316
8.2. Liner Neoprene
8.3. Flanges Carbon Steel
9. Process Connection Flanged
Maximum upstream/downstream
10. 5D/2D
permissible length

11. Transmitter Microprocessor tested integral or separated as required.

12. Power Supply 240 V AC, 50 Hz


13. Output 4 – 20 mA DC
14. Local Indication To be provided
15. Programming From front face plate

126
o Level Indicator with Transmitter
1.0 Type Ultrasonic type level sensor with integral
transmitter for reservoirs.
2.0 Quantity and Service As per P & I D, clear water
3.0 Sensor Ultrasonic probe
4.0 Electrical Connection Sensors are supplied with fixed screened cables
for connection with transmitter unit.
5.0 Transmitter type Single channel, electronic
6.0 Housing Weather proof to IP 65
7.0 Output 4 – 20 mA DC, 2 NO + 2 NC, Electrically
independent
8.0 Ambient temperature 55 °C
9.0 Sp. Gravity 1.0
10.0 Viscosity 1.0
11.0 Accuracy ± 1 % of full scale
12.0 Response time 2 ms
13.0 Measuring range As per requirement
14.0 Resolution 10 cms
15.0 Mounting Top mounted
16.0 Power supply 240 V AC, 50 Hz
17.0 Local Display type Digital,
18.0 Alarm signal for Low & High Levels

o Pressure Gauges
1.0 Sensing Element 316 stainless steel tubes/bellows/ diaphragms
2.0 Dial Size App. 150 diameter.
3.0 Case Type & Material Die cast aluminum with threaded bezel rings.
4.0 Movement Stainless steel rotary geared with nylon bearings.
5.0 Mounting Bottom stem, shall be provided with union,
shutoff valves and test connection.
6.0 Process Connection ½” NPT (m).
7.0 Over-range Press 125% of max. Range
8.0 Pointer Micrometer adjustable with zero adjustment
facility on front.
9.0 Accuracy  1.0% of full scale
10.0 Accessories i) Safety blow out discs.
ii) Snubbers
iii) 2 way gauge cock
11.0 Enclosure Protection Class IP-65
12.0 Over-range Pointer To be provided.
13.0 Quantity Refer P&ID
14.0 Service Clear water
15.0 Range As per requirement

o Pressure Switch
1.0 Type SS Belows/Diaphragm
2.0 a. Sensor Material SS-316
b. Body Material Die Cast Aluminium
3.0 Repeatability  0.5% for Full Range
4.0 Actuation Set Point Adjustable throughout range.
5.0 Dead Band Adjustment Provided over full range
6.0 Process Connection ½” NPT

127
7.0 No. of Contacts 2 SPDT, electrically independent, snap acting
type.
8.0 Control Rating 5 Amps at 240 V AC
0.25 Amps at 220 V DC
9.0 Electrical Connection ¾” NPT conduit connection/ compression type
cable glands.
10.0 Enclosure Weather and dust proof as per IP-65.
11.0 Accessories Snubber, 2 way valve manifolds.
12.0 Mounting Direct
13.0 Test Pressure 150% of max. Design value.
14.0 Quantity Refer P&ID
15.0 Service Clear water
16.0 Range As per requirement

o Pressure Transmitter
1.0 Type SS Belows/Diaphragm sensor with integral
transmitter for reservoirs
2.0 a. Sensor Material SS-316
b. Body Material Die Cast Aluminium
3.0 Repeatability  0.5% for Full Range
4.0 Actuation Set Point Adjustable throughout range.
5.0 Dead Band Adjustment Provided over full range
6.0 Process Connection ½” NPT
7.0 Output 4 – 20 mA DC, 2 NO + 2 NC, Electrically
independent
8.0 Control Rating 5 Amps at 240 V AC
0.25 Amps at 220 V DC
9.0 Electrical Connection ¾” NPT conduit connection/ compression type
cable glands.
10.0 Enclosure Weather and dust proof as per IP-65.
11.0 Accessories Snubber, 2 way valve manifolds.
12.0 Mounting Direct
13.0 Test Pressure 150% of max. design value.
14.0 Quantity Refer P&ID
15.0 Service Clear water
16.0 Range As per requirement

o Temperature Scanner
1.0 Type Microprocessor based
2.0 No. of input channels 8
3.0 Type of Input RTD (PT – 100)
4.0 Mounting Panel mounted
5.0 Accuracy  0.1% of Full Scale.
6.0 Scan Rate Settable from 1 to 99 seconds
7.0 Power Supply 240 V AC, 50 Hz.
8.0 Output 4 – 20 mA DC, 2 NO + 2 NC, Electrically
independent

128
o Ingress Protection
All panels, boards and enclosures furnished as per this specifications shall have the minimum protection class
as indicated below (except where specifically mentioned to the otherwise).
Sl. No. Location Protection Class

(a) Indoor AC Room IP-22


(b) Indoor Non-AC Room :-
i) Ventilated IP-42
ii) Non-ventilated IP-54
(c) Outdoor IP-65

o Instrument Cable
Single pair/core cables shall be used for direct run from field instrument to field junction box. Multipair/core
cables shall be used for transferring digital / analog signals from junction box to the nearest Remote Terminal
Units (RTUs).
Cable shall be capable of withstanding normal and short circuit condition of various systems to which it is
connected, without damage, transportation to site, installation at site and operation.
Contractor shall provide detailed cable scheduling mentioning the make, standard followed and other
necessary details so as to satisfy the specified requirements.

o Signal Cables
Single pair / multipair twisted cables shall be rated for 660 / 1100 volts.
The cable shall be 0.5 mm.² multi stranded, PVC coated, high conductivity annealed tinned copper conductor
with PVC insulation and sheathing, 100% Aluminium mylar shielding with copper drain conductor,
galvanized steel armouring and overall PVC sheathing with rip cord.
Multi pair cables shall have the following additional features;
a) Pair identification by colour coding / numbering.
b) Individual pair shielding and testing, apart from overall shielding and twisting.

o Control Cables
These shall be (1.5 mm2 cross section) multicore cables, insulation and other details same as signal cables.
All the cables shall be of flame-retardant type.

19.0 Detailed Specification for Tube-well

The bidder has to include in his rates for successful construction of tube-well of the required discharge
based on his own study and the data available from the Central Ground Water Commission etc. The
bidder/contractor has to ensure successful running of the tube-well during the O&M period and in
case of any failure he has to ensure alternate arrangements for continuing the water supply and
construct another tube-well at his own cost.
1. Tube well assembly:
This will be supplied by the contractor alongwith MS rings, reducer, centre guide, housing
cover etc and shall be inspected by department before dispatch to individual site at works (RS Joist
girder of H shape will be supplied as per size mentioned?)

129
2. Gravel Packing:
Gravel packing shall be done by suitable method approved by the Engineer or his authorized
representative. The placing of the gravel in the annular space between the well pipe and the hole shall
start at the bottom of the well and extend upward to ground level. The construction of the gravel filter
once started will be continuous operation until it is finished.
The following specifications are to be followed for supply of Pea Gravel for Tubewell.
1. The Gravel has to be supplied from Lalkuan, Query Haldwani and conforming to IS 4097-1967 and as
latest amendments.
2. The average particle size of Gravel shall be 2.0 to 4.75mm.
3. The Gravel shall consist of hard quartz (about 96% SiO2) or other suitable material, with an average
specific gravity of not less than 2.5. Not more different place of 10% by weight of the material shall
have a specific gravity of less different place 2.25. The Gravel shall contain not more than 2% by
weight of thin flat or elongated pieces. In case of such pieces, the larger dimensions shall not be more
different place of 3 times the smallest dimensions. The quartz shall be of sub rounded to rounded
grains with minimum angular features.
4. The Gravel shall be free from impurities, such as shale, mica, feldspar, clay, sand, dirt, loam hematite
and organic materials.
5. The particle size distribution of Gravel may be Determine by screening through standard sieve
accordance with IS: 460.
6. The gravel shall have a hardness of not less different places of district / 5 in Moh's scale.
7. Voids @ 5% shall be deducted from quantities measured at site.
8. Any tax, Royalty shall be included in the offered rates.
3- Development:
The well shall be developed either by surging, including washing and agitation or by over pumping
and back washing with or without an air lift. The development process shall be continued until (i) the well
ceases to- absorb further gravel (ii) the depression ceases to improve (iii) the-discharge ceases to improve, &
(iv) the water is reasonably sand free. The analysis of sand content will be carried out by the contractor as per
written instruction by the Engineer. The sounding of T/W will be taken after development by compressor and
OP unit.
The contractor shall over develop so as to yield a discharge 20% in excess of the required discharge at
minimum specified depression as per relevent specifiction.
The discharge during development shall be measured at minimum intervals of 6 hours over a V-Notch
weir or by other suitable method and record kept as previously provided. The development will continue till
no further feeding of gravel is found necessary and the discharge is free of sand within the requirement of
specifications.
The discharge shall be sand free i.e. sand contents will be less by 10 ppm in the final discharge of the
tube well obtained after 05 minutes of starting and clear/traces within 10 minutes.
The discharge of tube-well shall be measured by means of water meter or orifice meter or rectangular
V-notch chamber constructed according to IS such that the full size discharge from the outlet pipe the plumb
will fall into the first compartment of V-notch chamber. In order to enable the collection of water in a bucket

130
for, measuring the sand contents of water a bib cock shall be provided in the delivery pipe away from the
discharge outlet. The contractor will also provide necessary measuring jars.
4- The yield of the tube well will be carried out as under:
Firstly, the discharge of the tube well will be increased in stages at an interval of one hour and
relevant readings at each stage will be recorded by checking these readings. The most suitable discharge will
be selected and the tube well will run for about 6 hours and the readings of depression and discharge will be
taken after every half an hour for ensuring the figure of discharge and depression remain steady during the
entire period of test. The specified discharge of the tube-well shall be obtained at a depression not exceeding
20 ft. Thereafter the recoupment test of the tube-well will be conducted by noting the readings of recumbent of
water level in the housing pipe by noting the depth of water level from the top of the housing pipe after
suitable intervals/ Cleaning of water after stopping pumping.
5- Abandonment of Tube-well: During construction it may be required to abandon the tube-well due to
negligence of the working staff of the contractor, in such case no payment of the executed work will be made
to the contractor.
6- Quality of water: In the construction of the tube-well, due precautions shall be taken by the drilling
agency to maintain the premises in a sanitary condition and to avoid as much as practical, the entrance of
contaminated water into the safe water bearing formations, any water or materials used shall be free of
contamination and, if their nature permits, should be adequately disinfected with chlorine before use. The
slush pit should be constructed so that no material there from will enter the well, except mud reused when the
construction is by rotary method. In such cases the slush pit and mud return channels should be protected
against contamination from surface water or/ any other sources.
The well shall be disinfected after completion of test for yield. All the exterior parts of the pump
coming in contact with the water shall be thoroughly cleaned and dusted with powdered chlorine compound.
7- Testing of water sample:
Testing of water sample after completing the yield test. The water sample collected in presence of
Engineer from tube well will be chemically and bacteriologically tested from the NABL accredited laboratory

131
SCHEDULE 'A'

The site of tube well or tube wells shall be shown to contractor or his agent before starting the work.
The advantage of maximum yield from the strata met with may be taken consequently as soon as the strata for
approval and the tube well shall not be put in until the approval of the Engineer or his representative has been
obtained and officially communicated to the contractor.

The contractor should clearly understand that he will have to make his own arrangements for the T&P
and other accessories which may be required for boring purpose.

The contractor shall be deemed to have carefully inspected the site to find what obstructions are there
in the way of rapid progress so as to include in his rates sufficient margin cover the cost of removing them.

The contractor is strongly advised to consult strata chart of boring done in the vicinity of the place. A
few strata chart may be available in the office of the Engineer. But those can only be taken as guidance and no
claim shall be entertained on the ground strata actually met differs from the shown on these charts.

Before starting work contractor shall be ensured themselves that the sufficient and potable water is
available.If contracor will proved that sufficient and potable water is not avialable at alocatted site then with
approval of employer, electrical resistivity test (treated as extra item for other place) may perform at other
place

Time is the essence of this contract. No request for extension of time will be entertained unless the Engineer
finds the delay was unavoidable.

Witness Contractor
Date......................

SCHEDULE 'B'
List of drawings to be provided for by the contractor before putting in the tube well.
1. Strata chart of the tubewell
2. Proposed tube well assembly chart for lowering.

Witness Contractor
Date......................

132
SCHEDULE 'C

List of samples to be deposited with the Engineer concerned on demand to deliver either at the site of work or
at the office of the undersigned as desired by the Engineer. 1. Samples of strata met with during boring.
2. Samples of slotted pipe (returnable) if required to be supplied
3. Samples of TW accessories, such as sockets, reducer, clamp (etc) returnable.
4. Samples of LAL KUAN Pea Gravel (Returnable)
5. Any Other sample if required by the Engineer.

Witness Contractor
Date...................

(B) TECHNICAL SPECIFICATIONS FOR TW SUBMERSIBLE PUMPING PLANT & THEIR


ACCESSORIES AT DIFFERENT TWs UNDER PROJECT.
1. SWITCH GEAR:
Complete switch gear with all equipment, accessories shall be supplied and erected by the contractor
with the provision for connecting to the 415 ± 10%v, 3 phase 50 Hz A.C. supply system at tube-well
pump house. Under this item, following equipment shall be provided:
1.1 POWER CONTROL PANEL:
This shall be a 18 SWG sheet fabricated cubical wall mounting type dust & vermin proof panel having
front opening door complete with hinges, glands for cables etc. and with internal control wiring with
1.5/2.5 mm2 PVC insulated & sheathed cable and consisting of the following:
a) Contactors of suitable rating.
b) 1 No. four Pole MCCB complete of suitable capacity.
c) 1 No. 96 mm2 dial volt meter 0-500 volts.
d) 1 No. 3 way selector switch for volt meter.
e) 1 No. 96 mm2 Ampere meter adequate to cover twice the full load current along with C.T. & selector
switch.
f) 1 No. single phasing preventer.
g) 1 No. capacitor of required KVAR to improve PF upto 0.95.
h) 3 Nos. indicating lamps of Red, Yellow & Blue Color
i) 3 Nos. instrument fuses of suitable capacity.
j) 3 Nos. toggle switches, 5 ampere.
k) 2 Nos. Danger plates (caution boards) & Medical treatment charts as per ISS.
Note: The single line diagram of LT Panel should be submitted by the Contractor and the panel should be
manufactured after approval of single line diagram by the Engineer.

133
1. 2 STARTER: Confirming to IS specifications automatic star delta starter/soft starter with Push button will
be installed with above panel water level controller and GSM based controller as per specification
mentioned.
detail of LT Moter starter shall be as follows :
a) Motors upto 75 KW – Star delta Starter.
b) Motors above 75 KW and upto 250 KW – Soft Starter.
c) Motors above 250 KW – HFSR/FCMA Soft Starter.
1.3 Water Level Controller:
 Auto & Manual Provisions.
 Pump 'OFF' when Tank is full.
 Pump 'ON' when Tank is empty.
 Indication for controller 'ON'.
1.4 GSM BASED CONTROLLER:
 Controller can be made 'ON' for particular time.
 Feature of daily timer.
 Auto/Manual Mode
 Power Resume feedback with duration.
 Feedback can be given to 03 monitoring numbers
 Feedback will be given if the controller is manually 'OFF'
 Feedback on faults.
 Feedback in case of power failure up to two phases.
 Wide input voltage-100V to 540V, AC3 phase, 03 wire, 50 Hz.
1.5 POWER WIRING AND EARTHING:
(a) 40 meters PVC insulated 3 core flat copper submersible cable of required size, 1100 V grade
confirming to IS 694 part I shall be supplied to carry out power wiring from submersible motor to
starter. The submersible cable shall be fixed to the M.S. - column pipes by suitable cable clamps. The
length and size of the cable should be mentioned by the tenderer.
From starter to control panel and control panel to suitable capacity amp. kit kat power wiring
done by suitable size PVC insulated-separate copper lead for each phase and Neutral. To connect to
UPPCL energy meter 2 meter leads should be left spare for making connections. The size of the
submersible cable should be adequate to take starting current of motor after taking into account
derating factors at 48° ambient temperature.
(b) 75 cm x 45 cm, 12 mm thick hard board with sun mica top board with 3 nos. porcelain cutout and
neutral link of required capacity with angle iron frame as per design-of department.
(c) Board of required size and capacity to mount tools.
(d) 12 mm thick Rubber matting 1 meter x 1 meter size.

134
(b) EARTHING:
Double plate earthing of the entire electrical system shall be carried out and connected to permanent
earthing plates buried in ground and surrounded with coke, salt upto adequate depth where earth is
encountered. It shall be consisting of the following:
i) GI Earth plates of 600 X 600 X 6 mm size as per latest relevant IS/IER.
ii) GI water pipes of required length and 40mm dia, as per latest relevant IS/IER.
iii) Aluminum Earth strip of adequate size as per relevant IS/IER and in required quantities to cover
complete installation in double run. The strip shall be without kinks and without any joints.
iv) Necessary quantities of lugs and clamps etc. for proper earthing,
v) Necessary quantities of salt and coal.
vi) Earth chamber CI box 300 X 300 mm as per ISS/IER and its cover.
NOTE:
i) The digging of pits for earthing and construction of suitable size earth chambers shall be done by the
tenderer,
ii) The whole of the above work of power wiring and earthing shall be carried out to the entire
satisfaction of Engineer In-Charge and subject to the approval of UPPCL and be in accordance with
IER and other Govt. regulations prescribed/amended up to date,
iii) The power wiring shall be done properly on MS clamps to be grouted in wall. The submersible
cable/copper lead will run through MS conduits on wall and floor.
2.0 SUBMERSIBLE PUMP SET WITH SUBMERSIBLE MOTOR:
Submersible pumping sets T/W Bore fitted with dynamically balance S.S. impellers mounted on a
stainless steel pump shaft with shaft protection sleeves having stage bowls of closed grained cast iron. The
pump will be fitted with built in non-return valve and shall be suitable for direct coupling to the squirrel cage
electric induction, water cooled type submersible motor suitable to operate on 380 ± 10% V, 3 phase, 50
cycles/sec. A.C. Power Supply and 2900 rpm (nominal) speed and capable to give a discharge against a
particular head as is mentioned in NIT. Other specification shall be as per following:
2.1 Pump Set:
21.1. A Standard hydrostatic test on all pressure containing parts shall be made at 1.5 times the maximum
discharge pressure.
2.1.2 The bowls shall be equipped with replaceable casing bearing.
2.1.3. The bowl assembly shall bear a name plate preferably embossed information as per following:
a) Name of the manufacturer or trade mark.
b) Serial number of the pump set.
c) Pump type.
d) Number of stages.
e) Total head.
f) Capacity.
135
2.1.4 The impeller shall be of enclosed type equipped with seal rings on their hubs. Seal rings shall be
provided either with impeller or in the bowl.
2.1.5 The pump shaft shall be guided by bearing provided in each bowl of above and below the impeller
shaft assembly. The shaft without sleeves shall have a surface finish 0.75 micron Ra Max.
2.1.6 The opening in the suction case for the entrance of water shall be of proper size and shape to avoid
eddy currents.
2.1.7 The suction case shall be fitted with a strainer made of corrosion resistant material.
2:1.8 Suitable sand guard shall be provided just above the suction case bearing to prevent the entry of
foreign matter into the suction case.
2.1.9 Non return valve shall be provided above the pump discharge case.
2.2. SUBMERSIBLE MOTOR:
2.2.1 The submersible motor shall be squirrel cage induction motor.
2.2.2. The winding of motor shall be wet type.
2.2.3. The motor shall be suitable for operation voltages and frequency confirming to IS 585-1962 (revised)
"Voltages and frequency for A.C. transmission and distribution system"
2.2.4. The earthing of the motor shall comply with IS: 3043-1966 code of practice for earthing.
2.2.5. The Thrust bearing shall be of adequate size to withstand the weight of all rotating parts as well as the
imposed hydraulic thrust. These shall be lubricated suitably.
2.2.6. The Motor winding and nearing bushes of the rotor shaft shall be cooled/lubricated by pure water
filled in the motor before erecting the pump set.
2.2.7. The motor shall be protected by means of cable glands, rubber seals etc. from ingress of tube-well
water, sand and other foreign matter.
2.2.8. The thrust bearing housing shall be provided with a drain plug to empty the pure water filled into the
thrust bearing housing/Motor.
2.2.9. The rotor shaft shall be provided with shaft protecting sleeves having a surface finish of 0.75 micron
Ra max.
2.2.10. The Motor shall be provided with a breathing attachment like bellows, diaphragm etc. to compensate
the Volumetric variations due to change in temperature.
2.2.11. The motor shall be made of corrosion resistant materials or suitably treated materials to resist
corrosion.
2.2.12.The motor rating should be calculated considering the multiplying factor as per CPHEEO manual.
2.2.13. The motor shall have a name plate preferably embossed on body of motor giving the following
information:
a) Induction Motor;
b) Name of Manufacturer;
c) Manufacturer's number and frame reference;
d) Type of duty;

136
e) Frequency in Hz;
f) Number of Phases;
g) Rated output in HP/KW;
h) Rated voltage and winding connections;
i) Current in amperes at rated output.
j) Speed in RPM at rated output.
2.3. DATA OF PUMP SET:
These shall be furnished in the following manner:
a) Model of motor.
b) Model of pump.
c) Discharge in LPM.
d) Total head. Meter
e) Nett effective head
f) Number of stages.
g) Pump outlet size in mm.
h) O.D. of pump in mm.
i) Speed of pump set.
j) Method of starting.
The performance details as per enclosed schedule 'E' are to be submitted separately.
NOTE:- The discharge & head mentioned are tentative. The pump shall be installed of available
recommended discharge of TW & subsequently revised head as per site conditions.
3. MAIN PIPING AND VALVES
As per BOQ.
4. VOLTAGE STABLIZER:
The Contractor shall provide 3 phase servo controlled stabilizer along with required cable and other
all material required, so as to install the servo/equivalent stabilizer after UPPCL Supply so that the output
voltage at LT panel incoming side is received constant as 415 Volt with incoming voltage anticipated from
UPPCL at each site may vary from 250-460 voltage or suitable range of input voltage as per site condition.
The stabilizer shall be oil filled copper wound suitable for unbalance current load and unbalance voltage
supply. The insulation should be 'A' class and maximum temperature rise of oil should not be more than 55°C.
5. PRESSURE AND DEPTH GAUGE:
The contractor shall provide a pressure gauge of 100mm dia suitable to read the delivery head of
water in 'Meters head of water' and one pneumatic type of depth gauge which should be capable to read the
depth of water in Meters directly.

137
5.1. AIR LINE:
The contractor shall provide GI Airline of 6mm dia in required length to lower below the floor of
pump house. The airline pipes should be ERW type and confirming to IS specification of IS:239 (part-I) i.e.
duly threaded and sockets of heavy type.
5.2 ACCESSORIES AND SPECIALS:
I. Both the gauges are to be mounted on a common teakwood board with white sun-mica top of suitable
size on wall at a height of 1.5 meters from the floor of pump house and to be connected with
airline.The above board will be a part of the supply of pr. and depth gauge.
II. The pressure gauge is to be supplied with control cock of brass.
III. The depth gauge is to be supplied with following accessories.
(a) 1 No. foot operated air pump of reputed make and strong flexible piping.
(b) Schrader valve, M.S. Tee, Coupler, elbows etc. of suitable sizes for fixing in the air line.
NOTE:- The contractor has to supply all M.S. Clamps etc. to be grouted in the wall for fixing
airlines to the gauges in proper way and parallel to each other and other required fittings for
proper installation.
6.0 LIFTING TACKLE:
For tube-well, the contractor shall provide a spur geared chain pulley block of capacity 2.0 Tons,
tested 3.0 Tons with load and hand chains for 4.5 meters lift approximately along with test certificate.
7.0 CHOLORINATION PLANT:
7.1 Gaseous Chlorine Dosing system (latest technology and compatible to SCADA) to be installed
at WTP.
7.2 Sodium Hypochlorite Dosing system (latest technology and compatible to SCADA) to be
installed at all other sites.
8.0 PAINTING:
Under this item all parts of switch gear, accessories, piping and other iron or steel work not finished
bright shall be painted with two coats of approved and good quality synthetic enamel paint which
shall be applied on above parts after erection.
9. ERECTION:
Under this item the contractor shall undertake complete installation of switch gears and pumping plant
including power wiring and earthing of electrical items, main piping and valves, pressure and depth
gauges with air line etc. with required minor civil works such as cutting of walls/repairing and setting
to work of the plant, including watch and ward of pumping plant upto commissioning/ handing over to
the local body.
10. TESTING OF PLANT:
The contractor shall provide preliminary testing of pumps and valves at manufacture's works and at
site also through testing of the whole plant during the course of erection and when it is completed as
specified and for official testing of the same in accordance with schedule 'E'. The testing of the
electric motor and pump may be witnessed at the manufacturer's works by the depth representative.
Pump sets will be tested at manufacturer works as per schedule-E given by the contractor and as per
latest revision of IS-8034. Other material/accessories will be checked as per relevant IS.

138
10.1 TEST DUTIES AND EFFICIENCIES:
The contractor shall state in the tables attached with tender documents the efficiencies and duties of
the pumping plants when working at specified conditions of the pumping and the guaranteed
performance in K.W. hour input per water horse power output under various conditions of working.
The guaranteed performances are also to be specified under following conditions i.e. variation in head
discharge and power consumption in the following cases:
a) When available voltage decreases from 415 volts to 380 volts or increases from 415 volts to 440 volts.
b) When there is fluctuation of ±3% in the frequency of the AC power supply from 50 C/S.
c) When there is above change in voltage and frequency of the AC power supply simultaneously.
The official tests shall be conducted in two stages. Preliminary tests may be conducted at the
manufacturer's works. The final tests shall be conducted at site. Pumps shall be run so as to obtain the
range of heads specified in the performance tables by means of throttling or opening valves of the
pumping mains and tests results will be compared with those guaranteed by averaging the units
consumption per water horse power hour.

 The guaranteed figures stated above shall be subjected to minimium tolerance as per relevant IS and
the average results shall be obtained during official test of plant. If the results lack average guaranteed
figures the contractor shall forfeit followings ascertained damages relating to each set installed.

 If BOT unit (KW) per WHP), the consumption is above the average guaranteed figure under the
specified Q and H, the liquidated damages will be recovered as the capitalized cost of the Extra
Energy Consumption during the useful life span 15 years of the pumping set. The liquidated damages
shall be calculated as below:-
Cost of extra power consumption
to be recovered shall be equal to = Cost of extra power per annum
X capitalization factor for 15
years at an interest rate of 9%.
 No damage will however, be recovered if the consumption is less 0.05 BOT units per WHP above the
guaranteed.
 If on testing the discharge of pumps is found to be within the permissible limit of ±4% then the
pumping plant will be accepted without imposing any penalty. If discharge is less by 5% to 10% then
pro rate deduction @ 1% of the cost of pump and motor for less percentage of discharge shall be
made and further if the discharge is less 10%, plant will be rejected.
 It may be noted carefully that no privilege shall be given to any offer for evaluation purposes
considering the efficiency of the pump and Motor. Better efficiency pump and motor however shall
be preferred. For evaluation purposes pump and motor efficiency shall be considered as per
manufactures standards/CPHEOO standards and will be tested on the efficiency accordingly
 The tenderers shall have to consider the condition of pumps being run at shut off head under the pump
duty variation condition as narrated above. The tenderer should ensure selection of pumps considering
shut off head at least 25% more than the duty head. However the motor should be selected as per
tender specification and scope of work defined. The possibilities of change of duty point of each pump
in parallel operation cannot be ruled out, under such condition tenderer should select the pump
carefully.

139
 Penalty for delay in supply and installation-0.25 % per day of the total tendered cost subject to a
maximum of 10%.
11. COMMISSIONING & TRIAL RUN FOR THREE MONTH:
After intimation, contractor will commission the pumping plant within 10 days' time just after that
trial run will start. During trial run the contractor shall depute his skilled staff for trial run for three
months. During this period all liabilities shall be borne by the contractor.
12. OPERATION& MAINTENANCE:
The contractor shall provide necessary staff for operation and maintenance of the entire WATER
SUPPLY SYSTEM, including watch & ward just after successful trial run period of three months
or till the stabilization whichever is longer as per satisfaction of Engineer. He shall depute qualified
persons with necessary experience and know how to operate the entire system. The duration of
Operation & Maintenance shall be for 10 years. The first year shall be concurrent to defects lability
period. During this period the contractor shall ensure supply of water with required quality, quantity
(70 lpcd)and head (minimum 7 m) at every consumer premises.
Note: -
1. Contractor has to present at manufacturer works witnessed test certificate of Pumping Plants & Valves
at the time of payment.
2. A Third party inspection of M.S. pipe of tube-well or required anywhere will also be done by the
agency which is approved by Employer before dispatch the MS pipes to site/store. The cost of third
party inspection of MS pipe tube-well or required anywhere should be included in the rates of
construction of tube-well/ any item.
3. Quoted rates should be inclusive of all taxes, Duties etc. but excluding only GST. For Site basis
including watch & ward upto commissioning / handing over. Please note from-C will not be issued to
the firm of UP in any case as per tender conditions.

140
SCHEDULE - 'E'
Guaranteed performance figures of TW submersible pumping plant to be furnished at the time of
tendering

Sr. No. Details

1. Discharge in LPM

2. Total head in Meters

3. WHP at total head

4. Guaranteed Pump efficiency

5. BHP at pump Shaft

6. Guaranteed Motor efficiency

7. H.P. Input to Motor

8. KWI to Motor

9. Guaranteed KWI/WHP

10. Overall efficiency

11. Shut off head in motors

12. OD of Pump

13. No. of stages

14. Make (Pump & Motor)

15. Model (Pump & Motor)

Note:- i) Characteristic curve duly certified by manufactures and duty point marked shall be submitted (Head
V/S discharge, efficiency V/S discharge and power output V/S discharge).
ii) The pump shall be installed as per available discharge & required head as per site conditions.

141
MAKE OF ELECTRICAL/MECHANICAL WORKS,

SL. MATERIAL, WORK SUPPLIER, MANUFACTURER, VENDOR,


NO. AGENCY OR EQUIVALENT
1. MSERW Pipe for TW Assembly Jindal/Surya/AST/Dadu ( as per latest revision of IS-
4270)
2 Submersible Pump Set KSB/VARUNA/WPIL/ Kirlosker
3 Voltage Stabilizer Volt Safe/, Electron
4 Distribution Boards MDS / Siemens / Schneider / Hager
5 Indicating Digital Meters AE / Meco / L&T
6 MCB / MCCB Siemens/ Schneider /Havells /Control & Switch Gear/
Crompton
7 Main L.T Panels / PDB / LDB Panel Incorporating L&T/Siemens/E&S / Crompton /
Schneider Switchgear Components
8 Switches and sockets Modular type MDS/Anchor, Cona, Harvells
9 Submersible cable CCI,, Finolex, Harvells
10 P VC Insulated (HD) Cable up to 1.1 Macro, Finolex, CCI, Polycab, Harvells
KV as per IS: 1554 Part I - 1988
11 C.T./P.T. AE/MEI/ABB/Kappa
12 Auto Transformer Starter MEI, Jyoti, Advance, Siemens, UEI.
13 Measuring instrument AE, Rishab,Minilec
14 Current Transformer AE, MET, Siemens, Kappa,ABB

15 Chain Pully Block (Lifting Tackle) Indef/ Morris/Wester


16 Chlorinator Clomax, CMC/Aquajet

17 Motor Protection Relays Universal, Thresold, E.E., L&T,Kaycee, Minilac,


Siemens, C.S. Tele-mechanique, Indo-Asian
18 PVC Wires, Copper Aluminium Ralicab/ Finolex/Harvells/Polyplast/Gloster/CCI/ Meab
Conductor, Flexible Cables

19 Air/Oil Circuit Breakers (LT) Control & Switch Gear, L& T, Siemens, GE Power,
Jyoti, Siemens, L&T, Soutern,
Telemechanique, Crompton.
20 Capacitors GEC, KhatauJunkar, Crompton, L&T, Momaya,
Prabhodhan, Siemens,NGEF
21 Rotary/select or switches L&T, Siemens, Kaycee, EE, Harvells
22 Fluorescent Fixtures Bajaj, Crompton, Philips, GEC, Havells

23 Valves Kirloskar/IVC/AVK/ Inter valve/Bray


24 Pressure gauges H. Guru,/Febig
25 P.V.C. Tank Syntex/Tirupati
26 Flow Meter Krohme,ABB,Endress & Houser
All the terminal blocks (suitable for minimum 1.5 mm2 conductor size) shall be provided complete
with all required accessories including assembly rail, locking pin and section, end brackets,
partitions, test plug bolts and test plug transparent covers, support brackets, distance sleeves,
screws, washers, warning level, marking etc. All wires used in panel internal wiring shall be bunched
together and run in PVC trays only.
The marking on terminal strips shall correspond to the terminal numbering on wiring diagrams. At
least 20% spare unused terminals shall be provided everywhere including local junction boxes,
control panels, boards etc.

142
Tender Document

(Schedules including Price Schedule & Payment Terms)

143
SCHEDULE “A”

NAME OF PLACE OF WORK:

Work of Construction of O.H.T.,Tube Well, P.H., B/Wall, Gate, Approach Roadand laying of D/S System and
Rising Main and it’s Appurtenant Work as per BOQ in

PURPOSE OF WORK:

To provide safe drinking water supply arrangement to as described in the area map.

WORK TO BE INCLUDED IN THIS TENDER:

1. Construction of OHT, Tube Well, PH, Staff Quarter, Gate, Approach Road & Boundary Wall etc. and
Maintenance of one year including supply of all material labour T&P etc. complete.
2. Work of Laying of Distribution system, Rising Main and its appurtenant works as per BOQ
including maintenance of the works up to one year including supply of all labour, materials, T&P etc.
complete.
The contractor shall be deemed to have carefully inspected the site, find what obstructions are there in
the way of rapid progress so as to include in his rates sufficient margin to cover the cost for removing them.
The rates in Schedule- G will be all inclusive. No claim for any compensation in any shape arising out of such
difficulties be entertained.

Time is the essence of this contract. No request for extension of time will be entertained unless the
Engineer finds the delay was unavoidable.

I/We have read, understood and accepted for compliance, the above mentioned instructions and
conditions of this schedule and have taken these factors into account while quoting rates in Schedule – ‘G’

Signature…………………………………………....

Name of Contractor……………………….............

Address……………………………………………...
……………………………………………

144
SCHEDULE “B”

LIST OF PLANS ACCOMPANYING THE CONTRACT

LIST OF PLANS ACCOMPANYING THE CONTRACT

Detailed drawing for Distribution system and House connection are available in the office of the
Engineer which can be seen by the tenderers on any date during office hours.

In case the contractor indicates any ambiguity at any stage the same shall be rectified after the written
approval of the Engineer.

In case any defect are observed after the execution of works, the same shall be repaired, rectified or
replaced by the contractor as per direction and entire satisfaction of the Employer for which no extra payment
will be admissible.

I/We have read, understood and accepted for compliance, the above mentioned instructions and
conditions of this schedule and have taken these factors into account while quoting rates in Schedule – ‘G’

Signature………………………………………..

Name of Contractor……………………….......

Address………………………………………….

………………………………………….

145
SCHEDULE “C”

DESIGN AND DRAWINGS TO BE SUBMITTED BY THE CONTRACTOR

Design and drawing of required size of OHT (Mentioned in Schedule ’G’) shall be submitted by the
contractor.

I/We have read, understood and accepted for compliance, the above mentioned instructions and
conditions of this schedule and have taken these factors into account while quoting rates in Schedule – ‘G’

Signature…………………………………………

Name of Contractor………………………........

Address…………………………………………..

……………………………………………………..

146
SCHEDULE “D”

SAMPLE TO BE SUPPLIED BY THE CONTRACTOR

On demand to be delivered either at the site of work or in the office of the Engineer - in - charge.

1. Medium local sand (0.01 m3)

2. Coarse sand (0.01 m3)

3. Bharat Koop stone grit / Jhansi stone grit (0.01) m3)

4. Brick ballast (0.01 m3 )

5. Bricks

6. Cement

7. Bituminous

8. PVC/HDPE/DI Pipes

9. Any other sample if required by the Engineer from time to time.

Contractor should quote rates in Schedule - G taking into account the cost of all such samples.

I/We have read, understood and accepted for compliance, the above mentioned instructions and
conditions of this schedule and have taken these factors into account while quoting rates in Schedule – ‘G’

Signature………………………………………..

Name of Contractor……………………….......

Address………………………………………….

…………………………………………………….

147
SCHEDULE “E”

Test to be carried out by the contractor at his own expenses as per direction of Employer for time
to time as follows:

A) Sieve analysis of sand.

B) Test of sand for silt and clay content.

C) Test (chemical) of water to be used for construction work.

D) Slump test for concrete mix.

E) Uniformity co - efficient of coarse aggregate.

F) Test for compressive strength of concrete cubes.

G) Test of cement.

H) Test for Bituminous

I) Test for Bricks

J) PVC / HDPE/ DI / GI Pipes.

K) HYSD Bars.

Contractor should note that all testing charges of above test shall be borne by the contractor.
Contractor should fill in the rates of different items of work, in Schedule - G, considering cost of such tests.
No extra payment on this account shall be made.

I/We have read, understood and accepted for compliance, the above mentioned instructions and
conditions of this schedule and have taken these factors into account while quoting rates in Schedule – ‘G’

Signature………………………………………..

Name of Contractor……………………….......

Address………………………………………….

…………………………………………………….

148
SCHEDULE “F”

The completed works, as specified herein shall mean the total works as specified in Schedule - A and
G, finished in all respect and tested to the entire satisfaction of the Engineer - in - charge completed within
recommended time from the date of written order to commence the work.

The contractors / firms shall be responsible to construction all the components of this scheme as per
BOQ and technical specifications given in tender document and make the water supply scheme operational
within the stipulated completion date. However, in any case if scheme will not be operational, the
contractor/firm shall be responsible for this and EMPLOYER reserves the right to debar such contractors/
firms from participating in any tender floated by EMPLOYER in future.

The Contractor’s responsibility for defects related to construction/installation shall end with end of
DLP, However all other major/minor repair shall be within the scope of the contractor during the O&M
Period.

The security of the contractor shall be released only after the successful completion of the
maintenance period mentioned above.

I/We have read understood and accepted for compliance, the above mentioned instructions and
conditions of this schedule and have taken these factors into account while quoting rates in Schedule – ‘G’

Signature………………………………………..

Name of Contractor……………………….......

Address………………………………………….

………………………………………….

149
SCHEDULE “H”

RATES OF ITEMS WHICH ARE NOT TAKEN IN BOQ

Engineer shall have power to ask or performing the works (not included in BOQ) pertaining to
main work in working. Any additional, work given under this schedule, done by the contractor in this
manner shall be paid on the basis of the departmental rates after the approval of competent authority,
however for other extra work, items of BOQ not specifically covered in Schedule-H rates quoted in BOQ
will be followed proportionately.

If a case arise where no analysis is available with the payment as such additional works shall be
taken up for actual execution only after the approval of competent authority In case any work is done by
the contractor without getting proper approval, it will be on his own risk Items falling under this schedule
can only be executed only after the written permission of the Engineer.

I/We have read understood and accepted for compliance, the above mentioned instructions and
conditions of this schedule and have taken these factors into account while quoting rates in Schedule – ‘G’

Signature………………………………………..

Name of Contractor……………………….......

Address………………………………………….

………………………………………….

150
SCHEDULE-I

Distribution System

AC/DI/HDPE/PVC pipe and all required material & specials / fittings whichever is required will be supplied
by the contractor for proper completion of work.

Note: All the pipes procured and supplied by contractor shall be factory tested by approved Third
Party Inspecting Agency.

House Connection

G.I., MDPE Pipes,Specials,Fittings, Ferrules, stop cook, M.S. Clamp and all other materials required for
House Connection will be arranged by the contractor himself (House connection consists of maximum 10 m
distance from branch line and shall be of MDPE Pipe -20 mm (O.D.) which will be maximum 8 m in length
depending upon the distance from the branch line and G.I. Pipe which will be fixed 2 m in length(0.5m
horizontal and 1.5 m vertical) including all fittings and clamps etc. it should be supported on the wall or
grouted with concrete block as per direction of the Engineer).

I/We have read, understood and accepted for compliance, the above mentioned instructions and
conditions of this schedule and have taken these factors into account while quoting rates in Schedule - G'

Signature………………………………………………………

Name of Contractor…………………………………………

Address……………………………………………………..

…………………………………………………………

151
SCHEDULE- J

Payment during the Build Period


Item wise Break up of payment schedule
Sl. No. Description of item Performance level of works % of payment
allowed on the basis
of performance
1. Intake well pump house and After construction of coffer 5%
Approach Bridge dam, excavation of foundation
and casting of bed concrete.
After completing foundation 35%
and well staining up-to
discharge floor level.
After construction of R.C.C. 15%
approach bridge, approach road
and discharge floor.
After completing pump house 20%
up to roof slab with bridge
connecting jack well with
intake, R.C.C. Duct conduit etc.
After fixing of inlet ports, valves, 20%
specials, gantry girder.
After finishing, testing and 5%
successful trial run of work
Total 100%

2. Construction of boundary wall / As per actual measurement. 100%


of Brick on edge pavement for
approach to water works, as per
departmental type design and
drawing.

3. Supply and fixing of MS gate Supply MS gate 40%


including construction of RCC
pillars Construction of RCC pillars 60%
with ornamental brick work
around RCC

Total 100%

4. Construction of pump house, 1.Foundation up to plinth level 35% - As per actual


chlorinating room and Staff measurement
qtr/buildings of desired size and
specifications 2.On completion of 10% - As per actual
superstructure & wall measurement

3.On completion of roof slab 25% - As per actual


measurement

152
Item wise Break up of payment schedule
Sl. No. Description of item Performance level of works % of payment
allowed on the basis
of performance
4.On finishing civil works 10% - As per actual
measurement
5. on finishing of electrical 20% - As per actual
installation measurement

Total 100%

5. Construction of CWR 1. Testing of Bearing Capacity 25%


and Construction of foundation
and container wall upto GL
2. Super structure container wall 15%
3. Roof structure 35%
4. Pipes and fittings 10%
5. Testing 5%
5. Commissioning 10%
Total 100%
6. Rising Main/ Distribution 1. Supply & delivery of pipe & 60%
System specials

Supplying, laying, jointing, Note: Pipes supply shall include


testing and commissioning of factory test report of Third party
different dia. DI K-7/9 pipe in inspection agency appointed by
rising main & DI/HDPE/PVC the Employer. The expenses
pipe in distribution system, towards TPI agency shall be
including all necessary earthwork, borne by the Contractor
valves & specials, valve chamber,
supporting structures, anchor / 2. Completion of laying, 20%
thrust block etc. all complete. earthwork, supporting
After 50 % completion of laying, structure, and anchor/thrust
earthwork, supporting structure, block.
and anchor/thrust block, next
payment regarding supply of pipe
& specials can be paid. 3. on completion of testing and 10%

4. commissioning 10%

Total 100%

Construction of R.C.C. Over 1. Testing of Bearing Capacity 20%


Head Tank of desired capacity & and Construction of foundation
staging above ground level with upto GL

153
Item wise Break up of payment schedule
Sl. No. Description of item Performance level of works % of payment
allowed on the basis
of performance
7. main components, including cost
of soil testing.

2. Completion of Staging and 20%


stairs.
3. Completion of Ring beam / 20%
bottom dome/ conical dome
with balcony
4. Completion of Cylindrical 15%
wall
5. Completion of Roof dome 10%

7. Completion of piping 15 %
arrangement, ascending
ladder, finishing work
including all appurtenances
testing and commissioning.
Total 100%

8. Construction of Sluice After completion of work 100%


valve/Butterfly valve chamber,
. washout / overflow chamber
design and drawing as per
departmental type/ as approved
by Employer.

9. Excavation in pipelines/ cutting As per actual measurement 100%


/reinstatement of roads
10. House connection from 1. Connection with D/S 40% - As per actual
distribution line including cost of line. measurement
pipes ferrule, saddle, Labour,
T&P etc. complete. 2. Standing of House 40% - As per actual
Connection using GI measurement
Pipe with support of
wall or C.C. Block.
3. Testing & 20%
Commissioning
Total 100%
11. Culvert crossing For each completed crossing 100%
12. Road Crossing through trenchless For total length constructed as 100%
technique per actual measurement

154
Item wise Break up of payment schedule
Sl. No. Description of item Performance level of works % of payment
allowed on the basis
of performance
13. Construction of deep tubewell 1.Supply & delivery of material 30%
complete 2.Completion of boring 15%
3.Lowering of tubewellassembly 10%
complete in all respects.
4.Development of tubewell by 25%
compressor and O.P.unit with
test report complete.
5.Testin and commissioning 20%

14. Mechanical and Electrical works 1.Supply & delivery of material 60%
with Automation cmplete in all 2.Installation in all respects 20%
respects. 3. Testin and commissioning 20%

16. Water Treatment Plant


The mentioned capacity of WTP is outlet capacity. The WTP sludge shall be disposed without any specific
treatment, however distance of sludge disposal from the WTP within 1 Km. If required, the design of pre-
sedimentation tank shall be in the bidder scope. The mentioned WTP unit
levels/numbers/sizes/arrangement is indicative only & bidder is free to choose the same as per bidder’s
design and CPHEEO norms.
I. Percentage wise break-up of cost of civil and mechanical/electrical works. The cost of C.I./DI Pipes, valves,
laboratory equipment’s and chemical and furniture should be included as E/M work.
II. Percentage wise break-up of cost of individual units of civil work and items of E/M work.
III. Percentage cost at various stages of construction of individual units of civil work.
Based upon the above, payment shall be regulated as given hereunder:-
For civil works- 0.8 of the total quoted Cost of WTP = A
For E&M works- 0.2 of the total quoted Cost of WTP = B
(The cost of wash water pumps, air blowers, alum agitators, pre sedimentation (if it is there) and clarifloculator
motor/agitators, C.I. pipes, valves, laboratory equipment and chemical and furniture should be included as
E/M works)
IV. Civil work:-
Unit wise share of civil work shall be as under-
Cascade aerator/Inlet chamber 1% of A
Flash Mixer with inlet channel 1% of A
Pre-setting tank and/or Clariflocculator 24% of A
Filters 24% of A
Wash Water Tank 0.5% of A
Administrative Block 10% of A
Lab Building 0.5% of A
Store Building 3% of A
Clear Water Sump 15% of A
Clear Water Pump House 5% of A
Recycling arrangement 1% of A
Complete Testing Commissioning of Plant 5% of A
Boundary wall 5% of A
Roads work of campus 3% of A
Site development and etc. 2% of A
Percentage cost at various stages of construction of individual units of civil work.
Based upon the above, payment shall be regulated as given hereunder:-
155
S.No. Particulars Cumulative Percentage
1. Preliminary work, rooting out fallen trees and excavation, 10%
casting of levelling course/PCC of footing or raft.
2. After casting of foundation and construction up to plinth 30%
level.
3. After casting up to half height of structure. 50%
4. After casting up to full height of structure. 80%
5. After completion of rest, works of structure and finishing and 100%
testing of the structure.

V. Mechanical and Electrical works with Automation


(a) 60% of 'B' the cost of items plus taxes on delivery at site.
(b) 20% of 'B' the cost of items, on execution.
(c) 20% of 'B' the remaining amount on testing, trial run commissioning.

I/We have read, understood and accepted for compliance, the above mentioned instructions and conditions of
this schedule and have taken these factors into account while quoting rates in Schedule - G'

Signature ……………………………………………………

Name of Contractor ……………………………………….

Address ……………………………………………………

SCHEDULE “L”

TECHNICAL SPECIFICATIONS

All the works mentioned in schedule ‘G’ and other work pertaining to be unit shall be
executed in confirmation to the relevant latest condition of Indian Standard code specification
published by Bureau of Indian standard If a case arises where India standard codes are silent the
current relevant specification published different Engineering departments shall be following in the
order wise

1. Jal Nigam Specification


2. Uttar Pradesh Public Works Department
3. Uttar Pradesh Irrigation Department
4. Central Public Works Department
5. Indian Water Works Association standards
6. Military Engineering Services Department
7. Central Government Public Health Engineering Department Manuals etc.
8. Due to the technological development if a case arise where all Indian Standards are
silent and international standard shall be followed.

156
I/We have read understood and accepted for compliance, the above mentioned
instructions and conditions of this schedule and have taken these factors into account while
quoting rates in Schedule – G

Signature………………………………………..

Name of Contractor……………………….......

Address………………………………………….
………………………………………….

…………………………….……………

157
Chandawali Group of Villages Piped Water Supply Scheme
District-Lalitpur, Uttar Pradesh
CHANDAWALI 04 VILLAGES
CHANDAWALI(258.19M)
O.H.T.1
MARROLI(225.28M)
225KL TEELA(MUJRA)(262.43M)
20m GAHRAO(257.35M)

30 M LONG
AND 150MM DIA 780KLD

3437 M LONG CLEAR WATER


RISING MAIN 8922M LONG
AND 300MM DIA AND 200MM DIA
RAW WATER CHANDAWALI CLEAR WATER
RISING MAIN RISING MAIN TURKA
500 KL O.H.T.2
WTP
5
I.W. MLD
C.W.R. 500KL
4024KLD 1720KLD
CUM 18m
P.H.
11 VILLAGES
TURKA(270.29)
7M DHANGOLI(257.41M)
8383 M LONG KATHWAR(254.28M)
INTAKE WELL 1166KLD
AND 200MM DIA BAMANGUWAN(258.77M)
CLEAR WATER BHUJAUPURA(257.60M)
RISING MAIN KHAIRA(255.60M)
PATAPACHAURA(256.86M)
BHAWANI(256.75M)
BACHHRAWNI(264.85M)
DASHRARA(267.56M)
O.H.T.3 FADARI(264.47M)
02 VILLAGE 350KL
16 m
MIYAO(277.56M)
KAILGUWAN(271.06) MIYAO
RCC Beam 450 x 450
TOP FLOOR 207.620 m 6.70
10.90
6.50
APPROAH ROAD L-50M 6.00 Soft Soil
ISMB 300 x 140
CORBEL BEAM 300 x 500 ROLLING SHUTTER 2.10 X 2.30 9.90 1.00 m
9.65 1.50 m
GI RAILING
Manhole Cover 0.60 x 0.45 M
50.00 9.15 2.50 m
DISCHARGE FLOOR 201.00 m 1.00 8.65 3.50 m
Soft Rock
HFL 199.500 m 8.15 4.50 m
5.00 m
0.40
RCC Beam 450 x 450 3.00 B HAMMER HEAD
6.00 m
7.400
EXCAVATION PROFILE FOR INTAKE WELL
20.00
0.75
Rose Piece RL 188.500
Rose Piece RL 187.000-2 Nos
BED LEVEL 186.500 m
STAGGERED Rose Pieces -
S. No. Type Size Unit
500 mm Dia
1. DIA OF WELL D 6 M.
500 mm thk
RCC Wall A 2. DEPTH OF WELL BELOW BED LEVEL H 6 M.
COLUMN 0.50 m
3. HEIGHT OF PUMP HOUSE H1 6.5 M.
6.00
L.S.L. 182.00 m
4. THICKNESS OF R.C.C. WALL (WELL) t-1 0.40 M.
RCC RAFT 1M
5. THICKNESS OF B.W. WALL (PUMP HOUSE) t 0.23 M.
BOTTOM R.L. 180.500 m
RCC 0.15M
BOULDERS 0.15M
6. DIA OF ROSE (STAINER) PIECE 500 mm.
7.40
7. LENGTH OF GANGWAY 50 M.
DETAIL OF APPROACH BRIDGE
INTAKE WELL 6.0 m DIA SCHEDULE OF OPENINGS
B
(SECTION AT A-A1) 0.50
S. No. CODE WIDTH HIGHT SILL LINTEL NOS.
(IN M.) (IN M.) (IN M.) (IN M.)
0.30
BEARING CHAIR
COLUMN CAP 1. RS 2.10 2.30 2.30 1
0.50
2. W 0.90 1.20 0.9 2.30 3
1 0.75
3. V 0.60 0.45 3
3.50
RCC COLUMN M-30
GANGWAY
Project:
PREPARATION OF DPR FOR PIPED WATER SUPPLY SCHEME
A A1
2 FOR BUNDELKHAND AND VINDHYACHAL REGION, UP
A 0.75
Client: STATE WATER & SANITATION MISSION, LUCKNOW, UP
RCC COLUMN M-30
Title:
GENERAL ARRANGEMENT DRAWING FOR INTAKE WELL
1.00 RCC RAFT M-30 WITH JACKWELL AND ACCESS BRIDGE, IMLOTA GOV, GURSARAI BLOCK
3 PCC M-15 CONSULTANTS Project No. Drawing No. SCALE Rev. No.
0.15 ESG18025 CEINSYS/IMLOTA/WS/06 NTS R0
Ceinsys Tech Ltd.
2.00
2.50 10/5, IT Park, Opp. VNIT, Nagpur-440022
website: www.ceinsys.com Ph: 0712-2249-033/358/930
Drawn By Date:- 24/04/2019 Chkd. By. Date:- 24/04/2019 Approved By. Date:- 24/04/2019
PLAN AT FOUNDATION LEVEL
Tushar K Sanju D Sanju D
264.0000
APPROACH BRIDGE
51.00
DETAILS OF EMBANKMENT SECTION
Project :
PREPARATION OF DPR FOR PIPED WATER SUPPLY SCHEME
FOR BUNDELKHAND AND VINDHYACHAL REGION, UP
Client : STATE WATER & SANITATION MISSION, LUCKNOW, UP
4.0000 BLOCK: GURSARAI DISTRICT: JHANSI
Title :
13.6000 PLAN SHOWING COFFER DAM
CONSULTANTS Project No. Drawing No. SCALE Rev. No. Sheet No.
23.2000 ESG 18025 SWSM/IMLOTA/WS/07 NTS 0 1 OF 1
CEINSYS TECH LTD.
10/5, IT Park, Opp. VNIT, Nagpur-22
www.ceinsys.com
PH. : 0712-2249-033/358/930
Drawn By Date:- 24/04/2019 Chkd. By. Date:- 24/04/2019 Approved By. Date:- 24/04/2019
Tushar Khandate Vijay Khedkar Umesh Modi
WTP LAYOUT
- 15.00 X 10.00 X 10.00 m
- 10.0 X 5.0 m
- 3.0 X 3.0 m
Project : PREPARATION OF DPR FOR PIPED WATER SUPPLY SCHEME
- Ø 4.30 m , Depth :- 1.5 m (Steps) FOR BUNDELKHAND AND VINDHYACHAL REGION, UP
& 5 m from Ground Level Client : STATE WATER & SANITATION MISSION, LUCKNOW, UP
- Ø 2.60 m , Depth :- 3.90 m
Drawn : TK Title :
Date : 24/04/2019
- Ø 27.00 m , Depth :- 3.00 m - 1 No.
Chkd. : VK LAYOUT PLAN FOR WATER TREATMENT PLAN
Appr. : UM AT IMLOTA GOV, GURSARAI BLOCK
- 3.30 X 4.40 m - 8 No
Date : 24/04/2019
Project Code Drawing No. SCALE Rev. No. Sheet No.
- 6.00 X 6.00 m
CONSULTANTS : ESG18025 SWSM / IMLOTA / WS / 08 NTS R0
- 17.00 X 17.00 m , Depth :- 6.00 m
CEINSYS TECH. LTD.
- SHADED 10/5, IT Park, Opp. VNIT, Nagpur-22
PH. : 0712-2249-033/358/930
Website : www.adccinfocad.com
HYDRAULIC FLOW DIAGRAM
DIA : 4.30 m
DIA : 27.00 m
LIP 181.39 m FLOCCULATION DIA : 13.10 m
To Distribution
G.L.- 176.39 m
RWRM 450 mm DI-K9 DIA : 2.60 m Ø 250 m L = 13127m
AREATION SIZE : 17 X 17 m
L = 15160 m FLASH CLARRIFLOCCULATOR
FILTER HOUSE Depth : 6.00 m
FOUNTAIN 1 Nos Ø 400 m L = 6912m
LSL 172.39 M.
MIXER FILTER - 8 Nos
CHEMICAL STORAGE YARD RCC PW SUMP &
PUMP HOUSE
16.50 MLD WTP AT IMLOTA 30 HP 2 PUMPS
40 HP 3 PUMPS
Project :
PREPARATION OF DPR FOR PIPED WATER SUPPLY SCHEME
FOR BUNDELKHAND AND VINDHYACHAL REGION, UP
Client :
STATE WATER & SANITATION MISSION, LUCKNOW, UP
Drawn: TK
Title :
Date : 24/04/2019
Chkd. : HW
HYDRAULIC FLOW DIAGRAM FOR WATER TREATMENT PLAN
Appr. : UM AT IMLOTA GOV, GURSARAI BLOCK
Date : 24/04/2019
Project Code Drawing No. SCALE Rev. No. Sheet No.
CONSULTANTS :
ESG18025 SWSM / IMLOTA / WS / 09 NTS R0
CEINSYS TECH. LTD.
10/5, IT Park, Opp. VNIT, Nagpur-22
Website : www.adccinfocad.com PH. : 0712-2249-033/358/930
SKETCH SHOWING PIPES / FITTINGS IN R.C.C. OVER HEAD TANK

VENTILATOR

TOP DOME MANHOLE

8Ell , 20MM"" RUNS


MOUTH
150 6380 " "6530
" EPOXY COATED
M.S.LADDER
IN l-50X50X6

l RL=23300

~
<D
o PUDDLE
o
-PUDDLE COLLAR 10 TH FLlGHT
COLLAR
BonOM RING BEAM

INLETE PIPE I

CIDF I DIDF PIPEo

OUTLET PIPE
CIDF I DIDF PIPE

o
4 TH BRACE o
'?

OVER FLOW PIPE


CIDF I DtDF PIPE

o
3 RD BRACE o
- ,
<D

WASH OUT PIPE


CIDF I DIDF PIPE

o
2ND BRACE o
«:
--

1 ST BRACE

8ULK WATER METER

G.L. BUTIER FLY VALVE

S. No. ESR Capacity (KL) GL LSL FSL Staging Height


Project : PREPARATION OF DPR FOR PIPED WATER SUPPLY SCHEME
1 ESR-01 at Sonak Pura 500 188.89 203.89 207.89 15 M
FOR BUNDELKHAND AND VINDHYACHAL REGION, UP
2 ESR-02 At Rajwara 400 202.09 217.09 221.09 15 M
DUCKFOOT DUCK FOOT DUCK FOOTClient : STATE WATER & SANITATION MISSION, LUCKNOW, UP
3 ESR-03 AT Eoni 550 BULK 191.80 200.80
WATER BEND 204.80
BEND 9 M BEND DUCKFOOT
Drawn : APBEND Title :
4 ESR-04 At Chhiraura Buzurg
BUTIER 500
FLYVALVE; 175.85 190.85
METER
194.85
TO DRAlNAGE 15 M
'TO DRAINAGE
--- Date : 24/04/2019
5 ESR-05 At Jalal Pura 700 170.60 185.60 189.60 15 M Chkd. : HW TYPICAL DRAWING OF PLAN & ELEVATION
Appr. : UM OF ESR
6 ESR-06 At Kedar Tai 450 177.92 192.92 196.92 15 M Date : 24/04/2019
Project Code Drawing No. SCALE Rev. No. Sheet No.

CONSULTANTS : ESG18025 SWSM / IMLOTA / WS / 10 NTS R0

CEINSYS TECH. LTD.


10/5, IT Park, Opp. VNIT, Nagpur-22
PH. : 0712-2249-033/358/930
Website : www.adccinfocad.com
PCC 1:2:4

PIPE

8! PCC 1:4:8
~j__
11001 230
CC 1:2:4
SECTION AT A-A'

,1091
,-----------------------------} _
:
I
: §t_
I
I I c:>
I I ~
I I ~
I I
I I
1 t
I I
1 I
I I A'
A ~-----~-- -------------------------~-1----~
L -' I
- - 8-- _ ~ I
c:>
L{)
_j
-----~-- -------------------------~-1----
I I
1 I
I
I
I
I
I c:>
I ~
, ~
,

Project : PREPARATION OF DPR FOR PIPED WATER SUPPLY SCHEME


TYPE DESIGN : FOR BUNDELKHAND AND VINDHYACHAL REGION, UP
DUCK FOOTClient : STATE WATER & SANITATION MISSION, LUCKNOW, UP
DUCKFOOT
BEND
BEND Drawn : AP Title :
MASONARY TYPE SLUICE VALVE CHAMBER
Date : 24/04/2019
Chkd. : HW TYPICAL DRAWING OF SLUICE VALVE
Appr. : UM CHAMBER
Date : 24/04/2019
Project Code Drawing No. SCALE Rev. No. Sheet No.

UP TO 200 MM DIA
CONSULTANTS : ESG18025 SWSM / IMLOTA / WS / 11 NTS R0

CEINSYS TECH. LTD.

PH. : 0712-2249-033/358/930
Website : www.adccinfocad.com

10/5, IT Park, Opp. VNIT, Nagpur-22


PH. : 0712-2249-033/358/930
ROAD LEVEL

150 x 150 CI SURFACE,,__-+-'


BOX VVITHLOCKING
)'1/'1
,"
_~
ARRANGEMENT
PCC 1:2:4-----r-.-'

SPINDLE
:""=="_--+---f
n ;-----100 TO 200mm. 0 C,!. OR
RCC PIPE TO SUIT THE
SIZE OF SLUICE VALVE

SLUICE VALVE
SOIL BELOW BASE
CONCERETE BE WELL
COMPACTED

S PIPE

SECTION AT A-A'

550

-.-
~!
A4---~-------S'--i -----------l__j
A'
~ ~~ ~ ~ ~
--r--=-
.~

-f----- L __ J ----- ------


01
~l
PLAN

Project : PREPARATION OF DPR FOR PIPED WATER SUPPLY SCHEME


TYPE DESIGN : FOR BUNDELKHAND AND VINDHYACHAL REGION, UP
DUCK FOOTClient : STATE WATER & SANITATION MISSION, LUCKNOW, UP
DUCKFOOT
BEND
BEND Drawn : AP Title :
MASONARY TYPE SLUICE VALVE CHAMBER
Date : 24/04/2019
TYPE DESIGN :
Chkd. : HW SURFACE BOX TYPE SLUICE VALVE
Appr. : UM CHAMBER
Date : 24/04/2019
Project Code Drawing No. SCALE Rev. No. Sheet No.
SURFACE BOX TYPE SLUICE VALVE CHAMBER
CONSULTANTS : ESG18025 SWSM / IMLOTA / WS / 11 NTS R0

CEINSYS TECH. LTD.


PEDESTAL
BLOCK
230 MM THK

150
BRICK WALL

A A

W
DIA OF
PIPE

150
230 L 230

PLAN
PRECAST COVER
RCC M20
GL GL

12 MM 1:4 THK INSIDE


PLASTER

230 MM 1:4THK
BRICK WALL
H
200 DN

DIA OF 150
PIPE 230 MM THK.
BRICK WALL
PEDESTAL 150 MM THK.
BLOCK PCC L
PCC 1:3:6
SECTION AT-AA

Project :
PREPARATION OF DPR FOR PIPED WATER SUPPLY SCHEME
FOR BUNDELKHAND AND VINDHYACHAL REGION, UP
Client : STATE WATER & SANITATION MISSION, LUCKNOW, UP

Title :
TYPICAL DRAWING OF BRICK MASONARY CHAMBER FOR SLUICE VALVE
CONSULTANTS Project No. Drawing No. SCALE Rev. No. Sheet No.
ESG 18025 SWSM/IMLOTA/WS/11 NTS R0 1 OF 1

CEINSYS TECH LTD.


10/5, IT Park, Opp. VNIT, Nagpur-22
www.ceinsys.com
PH. : 0712-2249-033/358/930

Drawn By Date:- 24/04/2019 Chkd. By. Date:- 24/04/2019 Approved By. Date:- 24/04/2019

Tushar Khandate Vijay Khedkar Umesh Modi


230 MM THK PEDESTAL
BRICK WALL BLOCK

150
A A

W
DIA OF
PIPE

150
230 L 230

PLAN
PRECAST COVER
RCC M20

GL GL

12 MM 1:4 THK INSIDE


PLASTER

230 MM1:4 THK


RCC WALL
H
200 DN

DIA OF 150
PIPE 230 MM THK.
BRICK WALL
PEDESTAL 150 MM THK.
BLOCK PCC
L
PCC 1:3:6
SECTION AT-AA

Project :
PREPARATION OF DPR FOR PIPED WATER SUPPLY SCHEME
FOR BUNDELKHAND AND VINDHYACHAL REGION, UP
Client : STATE WATER & SANITATION MISSION, LUCKNOW, UP

Title :
TYPICAL DRAWING OF BRICK MASONARY CHAMBER FOR SCOUR VALVE
CONSULTANTS Project No. Drawing No. SCALE Rev. No. Sheet No.
ESG 18025 SWSM/IMLOTA/WS/12 NTS R0 1 OF 1

CEINSYS TECH LTD.


10/5, IT Park, Opp. VNIT, Nagpur-22
www.ceinsys.com
PH. : 0712-2249-033/358/930

Drawn By Date:- 24/04/2019 Chkd. By. Date:- 24/04/2019 Approved By. Date:- 24/04/2019

Tushar Khandate Vijay Khedkar Umesh Modi


RCC MANHOLECOVER

350

~! D"~lIl1l1l1l1l1l1l1~~
.
~
.< .

RCC 1:2:4

1st. CLASS BRICK WORK


IN 1:6 CEMENTI SAND MORTOR

.~

SECTION AT A-A'

r------------------------,
500 mm 0 RCC
MANHOLE COVER
PERFORATED

0
io 0
~
0)
ro 0 0 A'
A
L b 0 d
_j

0 0

L ~

PLAN

8ULK WATER METER


BUTIER FLY VALVE

Project : PREPARATION OF DPR FOR PIPED WATER SUPPLY SCHEME


IGN : FOR BUNDELKHAND AND VINDHYACHAL REGION, UP
DUCK FOOTClient : STATE WATER & SANITATION MISSION, LUCKNOW, UP
DUCKFOOT
BEND
R FOR AIRTYPICAL
VALVE
Drawn :
Date :
APBEND
24/04/2019
Title :

DRAWING OF AIR VALVE CHAMBER


'TO DRAINAGE

Chkd. : HW
Appr. : UM
Date : 24/04/2019
Project Code Drawing No. SCALE Rev. No. Sheet No.

CONSULTANTS : ESG18025 SWSM / IMLOTA / WS / 13 NTS R0

CEINSYS TECH. LTD.


10/5, IT Park, Opp. VNIT, Nagpur-22
Ø 20 MM
PH. : 0712-2249-033/358/930
Website : www.adccinfocad.com
PEDESTAL
BLOCK
230 MM THK

150
BRICK WALL

A A

W
DIA OF
PIPE

150
230 L 230

PLAN
PRECAST COVER
RCC M20
GL GL

12 MM 1:4 THK INSIDE


PLASTER

230 MM1:4 THK H


BRICK WALL
D

DIA OF 150
PIPE 230 MM THK.
BRICK WALL
PEDESTAL 150 MM THK.
BLOCK PCC L
PCC 1:3:6
SECTION AT-AA

Project :
PREPARATION OF DPR FOR PIPED WATER SUPPLY SCHEME
FOR BUNDELKHAND AND VINDHYACHAL REGION, UP
Client : STATE WATER & SANITATION MISSION, LUCKNOW, UP

Title :
TYPICAL DRAWING OF BRICK MASONARY CHAMBER FOR AIR VALVE
CONSULTANTS Project No. Drawing No. SCALE Rev. No. Sheet No.
ESG 18025 SWSM/IMLOTA/WS/13 NTS R0 1 OF 1

CEINSYS TECH LTD.


10/5, IT Park, Opp. VNIT, Nagpur-22
www.ceinsys.com
PH. : 0712-2249-033/358/930

Drawn By Date:- 24/04/2019 Chkd. By. Date:- 24/04/2019 Approved By. Date:- 24/04/2019

Tushar Khandate Vijay Khedkar Umesh Modi


RCC MANHOLE COVER
500mm. x 500 mm.
ROAD LEVEL PCC 1:2:4

PCC 1:2:4 /

100

PCC 1:6:12
. -.

SECTION AT A-A'

-, i------------------~

I
I
1
I - I
i I PER FORATED RCC
I I 500 mm. x 500 mm.
I MAN HOLE COVER
I
1
, _____ ~
~
VI

I
Ao 1 I A'
0 0 0 0
L?: I
-
L.f)
r-,
-- - ~ - ~-e --e- - - -
I
- I
I
J
I 0 0 0 I
I I
! 1
PLAN I I
!
8ULK WATER METER

I BUTIER FLY VALVE


-
450
I
1 810
I
'TO DRAINAGE

I
PREPARATION OF DPR FOR PIPED WATER SUPPLY SCHEME
Project :
I
FOR BUNDELKHAND AND VINDHYACHAL REGION, UP
DUCK FOOTClient : STATE WATER & SANITATION MISSION, LUCKNOW, UP
DUCKFOOT
BEND
Drawn : APBEND Title :
Date : 24/04/2019
Chkd. : HW TYPICAL DRAWING OF FIRE HYDRANT
Appr. : UM CHAMBER
Date : 24/04/2019
Project Code Drawing No. SCALE Rev. No. Sheet No.

CONSULTANTS : ESG18025 SWSM / IMLOTA / WS / 14 NTS R0

CEINSYS TECH. LTD.


10/5, IT Park, Opp. VNIT, Nagpur-22

CEINSYS TECH. LTD. Website : www.adccinfocad.com PH. : 0712-2249-033/358/930

10/5, IT Park, Opp. VNIT, Nagpur-22


PH. : 0712-2249-033/358/930
Website : www.adccinfocad.com
DIA OF PIPE
DIA OF PIPE
WEARING PLATE
8 MM THICK
800 800
GL GL GL
GL
300 300
RCC M-200
250
350
PCC M-100
100
1200 1000
SECTION A-A SECTION B-B
B
300
A A
1000 800
Project :
PREPARATION OF DPR FOR PIPED WATER SUPPLY SCHEME
FOR BUNDELKHAND AND VINDHYACHAL REGION, UP
Client : STATE WATER & SANITATION MISSION, LUCKNOW, UP
BLOCK: GURSARAI DISTRICT: JHANSI
Title :
TYPICAL DRAWING OF DETAILS OF RCC CHAIR UP TO 400 MM DIA
1200 Project No. Drawing No. SCALE Rev. No. Sheet No.
CONSULTANTS
NOTES: B PLAN ESG 18025 SWSM/IMLOTA/WS/15 NTS 0 1 OF 1
1) ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE INDICATED. CEINSYS TECH LTD.
10/5, IT Park, Opp. VNIT, Nagpur-22
www.ceinsys.com
2) GRADE OF CEMENT CONCRETE M-200 PH. : 0712-2249-033/358/930
Drawn By Date:- 24/04/2019 Chkd. By. Date:- 24/04/2019 Approved By. Date:- 24/04/2019
3) DISTANCE OF CHAIR IS AT 8M C/C.
4) HOLDING PLATE OF 6 MM (MS) SHALL BE PROVIDED. Tushar Khandate Vijay Khedkar Umesh Modi
PIPE DIA
9
6 MM THICK MS
300 WEARING PLATE
SADDLE

GL GL GL GL
750

RCC M-200
100
PCC M-10
100

1400 1000
1700 1300
ELEVATION END VIEW
1700
1400
300
100 300 100

200
400 TO 600

1300
1000

300
400 TO 600MM PIPE DIA DETAIL AT 'X'
PLAN SADDLE REINFORCEMENT ONLY
6 MM THK MS WEARING
PLATE Project :
PREPARATION OF DPR FOR PIPED WATER SUPPLY SCHEME
FOR BUNDELKHAND AND VINDHYACHAL REGION, UP
Client : STATE WATER & SANITATION MISSION, LUCKNOW, UP
BLOCK: GURSARAI DISTRICT: JHANSI
Title :
TYPICAL DRAWING OF DETAILS OF RCC CHAIR 400 TO 600 MM DIA PIPE
CONSULTANTS Project No. Drawing No. SCALE Rev. No. Sheet No.
NOTES: ESG 18025 SWSM/IMLOTA/WS/16 NTS 0 1 OF 1
1) ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE INDICATED. CEINSYS TECH LTD.
10/5, IT Park, Opp. VNIT, Nagpur-22
2) GRADE OF CEMENT CONCRETE M-200 www.ceinsys.com
PH. : 0712-2249-033/358/930
3) DISTANCE OF CHAIR IS AT 8M C/C. Drawn By Date:- 24/04/2019 Chkd. By. Date:- 24/04/2019 Approved By. Date:- 24/04/2019
4) HOLDING PLATE OF 6 MM (MS) SHALL BE PROVIDED.
Tushar Khandate Vijay Khedkar Umesh Modi
S1
B1 TH
RU
ST

L1
GL FA
CE

L3
1000 MM

OD
H1

L2
OD
H3
PIPE DIA

Ø
H2
75 SHEAR KEY

H4
D
100 THK PCC IN M-10 L2 O
B2
L3 S1
L1
SECTION S1-S1 PLAN
(NUMERATION DETAILS)
(NUMERATION DETAILS)
DETAILS OF HORIZONTAL BEND THRUST BLOCKS
GL
S1
B1

1000
L1

H1
THRUST FACE

OD

OD
H3
H2
L2
SHEAR KEY

H4
L3
S1 L2 OD L1
D
SECTION S1-S1
PLAN (NUMERATION DETAILS)
(NUMERATION DETAILS)
DETAILS OF TEE BEND THRUST BLOCKS
RCC M-20
Project :
PREPARATION OF DPR FOR PIPED WATER SUPPLY SCHEME
FOR BUNDELKHAND AND VINDHYACHAL REGION, UP
Client : STATE WATER & SANITATION MISSION, LUCKNOW, UP
BLOCK: GURSARAI DISTRICT: JHANSI
Title :
300
300
PIPE DIA TYPICAL DRAWING OF DETAILS OF THRUST BLOCK & ANCHOR BLOCK
CONSULTANTS Project No. Drawing No. SCALE Rev. No. Sheet No.
PIPE DIA ESG 18025 SWSM/IMLOTA/WS/17 NTS 0 1 OF 1
CEINSYS TECH LTD.
10/5, IT Park, Opp. VNIT, Nagpur-22
www.ceinsys.com
PLAN SECTION PH. : 0712-2249-033/358/930
Drawn By Date:- 24/04/2019 Chkd. By. Date:- 24/04/2019 Approved By. Date:- 24/04/2019
DETAILS OF ANCHOR BLOCKS
Tushar Khandate Vijay Khedkar Umesh Modi
w
w
0..

:E
g;

N
E
E
a:

o
a
s
2

0-

u.t-
i=:C(

Wt-
20
02

22

IrtD

00
05

oii:
fiP:

J:!!?

!=~
i=

2:
Ir
w
w

t-
Ir
w
w
0..

t/)
o
o

:J

u.
2
2
o

J:
J:
o

~
2

o
a:
o
o
"

"
"
"
"

"
"
"
"
""
.."
:.";..._ :_-_ -...,~

>-
;--
~
~
I

W
"t-

W
z

..J

.....
>-

1-
o
«
;-

Project
PREPARATION OF DPR FOR PIPE WATER SUPPLY SCHEME
FOR BUNDELKHAND AND VINDHYACHAL, REGION UP
Client
STATE WATER & SANITATION MISSION, LUCKNOW UP
Title

Project No. Drawing No. SCALE Rev. No.


CONSULTANTS
ESG18025 SWSM/IMLOTA/WS/18 NTS R0

Ceinsys Tech Ltd.


10/5, IT Par k, Opp. VNIT, Nagpur-440022
website: www.ceinsys.com Ph: 0712-2249-033/358/930

Drawn By Date:- 24/04/2019 Chkd. By. Date:-24/04/2019 Approved By. Date:- 24/04/2019
1
i nodh
t.

SECTION A T A-8

.lt::;=y .1c=:=J1

FRONT ELEVATION
'.

t
13.~-..,-'--------- ...
'1 .. . z

e-
""'. ,--..."
, I 1 I

1
I

w.c. 8ATH
L __ J
0.9.1.2 1.3 x1.2
03
D3 .
f
1

COURT YARO CO R7" YARD


630x4.85 6_= ~_:!_c'-
I
/~

I
~
·1j 0
SEC. AT co
0
ci
..-

I I
1
I
I ~!.~
I

I
J

Project : PREPARATION OF DPR FOR PIPED WATER SUPPLY SCHEME


FOR BUNDELKHAND AND VINDHYACHAL REGION, UP
Client : STATE WATER & SANITATION MISSION, LUCKNOW, UP
DUCKFOOT
Drawn : APBEND Title :
Date : 24/04/2019
Chkd. : HW
Appr. : UM
Date : 24/04/2019
Project Code Drawing No. SCALE Rev. No. Sheet No.

CONSULTANTS : ESG18025 SWSM / IMLOTA / WS / 20 NTS R0

CEINSYS TECH. LTD.


10/5, IT Park, Opp. VNIT, Nagpur-22
PH. : 0712-2249-033/358/930
Website : www.adccinfocad.com
r=.
t
100:18;36 ROOF TERRACfNG
i100mm. TH. R.C.C. SLAB 1:1.5:3

.. -..,.. -'. . . . . . .. I
,/
/

"
/
bNG PLASTER 1;3 !r/'~I---- 1 12mm. PlASTER 1:6 ----~ '\'
,,! 1 ,1

/1 '

~ r-Hi===========l/ I
v t /[ 1/11
/ ~+--\v,il.1V7I'f ~ ;1
..( /! .-,
-,+--BRICK WORK 16 I
,. 10
-02

;I~
d
;-'(
«,
_.
s,
'1'1
;<, 1./
1
I
1
/
.---i-Hf-75 TH. PCC 1:4:8 /1
I
! I .
I/ i
.--+.-, -,-+--+--25TH. PCC 1:2:4 ./. /

?<l~ 125 mrn, TH. PCC 1 :2:4 ~~ Ir~Omm. TH. OPC


I ~
3rO
/ ,75 mm. TH. PCC 1:4:8
~. /,/
~,
-
/1' IN 1:2 CEMENT: COARSE SANO
Li PL

;=,' ~. ~ . .. ~~~FILUNG' < , ',/:: \, ...•, • BR~K ~RK :'.'


>l '. . L
gl ~" 6S0' J

'1. " 1
~T
!

t-_9""0,,,,0:....._t-1
1100mm. TH. PCC 1:6:12
SECTION AT A-B

RCCJALl
I 600 x300

o
-
-
FRONT ELEVATION
B.q
j 6600

\( v

BAT~
I
1300 f.1200
ru
W.C. 03
900 x1200
1---1:6 PLASTER

03 ;c=.__ __ __' +-f--BRICK WORK 1:4


I
I
COURTYARO C (
I 6300 x 4850 _ JD
L_
I APPRO~_ c

I --,\0""10",,o,--+-+-+-,2::,::3;.::.0

I \
--,------n ~---===~~
~
I

I
':»

w7
o
o
o
25TH. PCC 1:2:4 __j f
75 TH. PCC 1:4:8--;:!
GL\i!1
-:,}:

i.£-!::j
...--
oec 12

o
~ j-2~-l
I ~I r:-~~PI.ASTERI.6
I t~PCCI:.6.1.2
IVERANOAH 1 460 I
f3100 x 2400
SECTION AT C-O
I
W6
~f-
. 1
ROOM
3000 x 4550
02 --+_+-,-A.:.;_P..;_P.:..;R=ON
600 WIDE
I 1
KlTdH~ BOX
1600b, 1300x2140

SCHEOULE OF DOOR WINDOW ,,


I f
D2
w7
TYPE WlOTH HEIGTH DESCRIPTION , I
02 900 2000 SINGlE SHUTTER vW
D3 800 2000 SINGlE SHUTTER

w6 800 1200 SINGlE SHUTTER

w7 900 1200 SINGlE SHUTIER

Project : PREPARATION OF DPR FOR PIPED WATER SUPPLY SCHEME


FOR BUNDELKHAND AND VINDHYACHAL REGION, UP
DUCK FOOTClient : STATE WATER & SANITATION MISSION, LUCKNOW, UP
DUCKFOOT
BEND
'TO DRAINAGE Drawn : APBEND Title :
Date : 24/04/2019 TYPIAl DRAWING OF SINGlE ROOM STAFF QUARTER
Chkd. : HW TYPICAL DRAWING OF SINGLE ROOM
Appr. : UM STAFF QUARTER
Date : 24/04/2019
Project Code Drawing No. SCALE Rev. No. Sheet No.

CONSULTANTS : ESG18025 SWSM / IMLOTA / WS / 21 NTS R0

CEINSYS TECH. LTD.


10/5, IT Park, Opp. VNIT, Nagpur-22
PH. : 0712-2249-033/358/930
Website : www.adccinfocad.com
~

Z
w
....J

a::
o
u,
1-
1-

ul
(/J
I!")

-c
~
<D

~
_,
s:

0::
o

o
E
E

lli
1:
I t
11
lf~::o
000
0 0
_...1

~L
r--- ___

L'::::= __
, I

I
ll<D
110

..J _

o
~
c>
z

I!")
(9

o
0
a:

!'-~
••
E~
Z

Ea:>
a:

!'-~
...EN
E'<t"
.., ..

(/J
ul

....J
a..
-c
1-
0::

~
Y

~
eo
c2
a::

O~
c,
Z

5:(0
6

..
()~
Y<:'J
:JI
0::1-
~s:
c2
~
0::

(/J~
<l:z
~~
_, -

<:'J

Project
PREPARATION OF DPR FOR PIPE WATER SUPPLY SCHEME
(/J

_,

o,

FOR BUNDELKHAND AND VINDHYACHAL, REGION UP


Client
STATE WATER & SANITATION MISSION, LUCKNOW UP

Title

CONSULTANTS Project No. Drawing No. SCALE Rev. No.


ESG18025 SWSM/IMLOTA/WS/22 NTS R0

Ceinsys Tech Ltd.


10/5, IT Park, Opp. VNIT, Nagpur-440022
website: www.ceinsys.com Ph: 0712-2249-033/358/930

Drawn By Date:- 24/04/2019 Chkd. By. Date:- 24/04/2019 Approved By. Date:- 24/04/2019
100
800
230X230MM
RCC 1:2:4
150X150MM CI
SURFACE BOX
TYPE DRAIN
150
175
400
PCC 350
STOP COCK WITH CHANBER
1:2:4
DRAIN
15 MM GI PIPE 800
1400
SECTION AT A-A
A A
CANTI SLOPE
150
LEVER
SLOPE
Project :
PREPARATION OF DPR FOR PIPED WATER SUPPLY SCHEME
FOR BUNDELKHAND AND VINDHYACHAL REGION, UP
Client : STATE WATER & SANITATION MISSION, LUCKNOW, UP
Title :
TYPICAL DRAWING OF PUBLIC STAND POST
CONSULTANTS Project No. Drawing No. SCALE Rev. No. Sheet No.
ESG 18025 SWSM/IMLOTA/WS/23 NTS R0 1 OF 1
CEINSYS TECH LTD.
10/5, IT Park, Opp. VNIT, Nagpur-22
www.ceinsys.com
PLAN Drawn By Date:- 24/04/2019 Chkd. By. Date:- 24/04/2019 Approved By.
PH. : 0712-2249-033/358/930
Date:- 24/04/2019
Tushar Khandate Vijay Khedkar Umesh Modi
1000 LENGTH(VARIES) 1000
STATE HIGHWAY
TEMPORARY RECEPTION SHAFT TEMPORARY RECEPTION SHAFT
FOR PIPE JACKING OPERATION, FOR PIPE JACKING OPERATION,
TO CONTRACTORS DESIGN TO CONTRACTORS DETAILS
(APPROX. 7000x7300) (APPROX. 10000x7300)
PLAN-PIPELINE CROSSING
LIMIT OF BUND
CROSSING PIPEWORK
STATE HIGHWAY TRENCH SHEETING TO
CONTRACTORS TEMPORARY
THRUST PIT
RECEIVING PIT (APPROX. 10000x7300)
JACKING PIT
Be
rm rm
Be
A
B THRUST WALL BY
PIPE JACKING CONTRACTORS
TRENCH SHEETING
REMOVED LOCALLY TO B ANNULUS FILLED
ALLOW INSTALLATION MS PIPE WITH GROUT
OF PIPE
MASS CONCRETE MS JACKING PIPE
PIPE SUPPORT INSTALLED BY PIPE
JACKING CONTRACTOR
7000
1000 5000 LENGTH(VARIES) 5000 1000
SECTIONAL ELEVATION
10000
Project :
PREPARATION OF DPR FOR PIPED WATER SUPPLY SCHEME
Soil Below Road FOR BUNDELKHAND AND VINDHYACHAL REGION, UP
ANNULUS FILLED GROUT
THROUGH PIPE JACK Client : STATE WATER & SANITATION MISSION, LUCKNOW, UP

2800
BLOCK: GURSARAI DISTRICT: JHANSI
DI PIPE
Title :
PI
PE
Ø (Ø VARIES)
TYPICAL DRAWING OF HIGHWAY & RAILWAY CROSSING
CONSULTANTS Project No. Drawing No. SCALE Rev. No. Sheet No.
JACKING PIPE
ESG 18025 SWSM/IMLOTA/WS/24 NTS 0 1 OF 1

2800
CEINSYS TECH LTD.
10/5, IT Park, Opp. VNIT, Nagpur-22
SECTION B-B www.ceinsys.com
PH. : 0712-2249-033/358/930
PLAN A-A Drawn By Date:- 24/04/2019 Chkd. By. Date:- 24/04/2019 Approved By. Date:- 24/04/2019
Tushar Khandate Vijay Khedkar Umesh Modi
ROAD LEVEL
MS CLAMP
MS CLAMP
ENCASING PIPE ( CI/DI )
WATER MAIN
HDPE / GI PIPE
230 230
900

900
350 350
BRICK WORK 1:4 BRICK WORK 1:4
460 460
300

300
690 690
300

300
200 mm TH. PCC 1:4:8 200 mm TH. PCC 1:4:8
200

200
900 900
Project :
PREPARATION OF DPR FOR PIPED WATER SUPPLY SCHEME
FOR BUNDELKHAND AND VINDHYACHAL REGION, UP
Client : STATE WATER & SANITATION MISSION, LUCKNOW, UP
BLOCK: GURSARAI DISTRICT: JHANSI
Title :
SKETCH OF NALA CROSSING SPAN 2 METERS T O 3 METERS
CONSULTANTS Project No. Drawing No. SCALE Rev. No. Sheet No.
ESG 18025 SWSM/IMLOTA/WS/25 NTS 0 1 OF 1
CEINSYS TECH LTD.
10/5, IT Park, Opp. VNIT, Nagpur-22
www.ceinsys.com
PH. : 0712-2249-033/358/930
Drawn By Date:- 24/04/2019 Chkd. By. Date:- 24/04/2019 Approved By. Date:- 24/04/2019
Tushar Khandate Vijay Khedkar Umesh Modi
PIPE

R.C.C SLAB

TOP PLAN

~ ~
1
1 l

1 1 1 1 1

l j I I I 1

.___ WlNG WALL OF CULVE RT


1 I 1 1 1 1 1 1
I I
1
1.,. o.>~ I !
t
_L l I
1 J
11 PROPOSED PIPE(C.1. DIF)

L -BEND PIPE(C.I. D/F)


jOoUoooOo"6"68oC6c§;obo°0(j UD 9J'(j(5009;df]oOooouOO \
1\ \ \ \ / / / / /\
A \ \ \ / / / A
\ \ \ R.C.C SLAB I I I \

L _I

- DISTANC E PIECE (C.I,D/F)

r
_\ \
L \ _L

/ J _f_-"
I \ / / / DISTRIBUTION MAIN
)\ r 11
L
\ / j

I \J V
~ALL OF CULVERT

ELEVATION AT X-Y

SCALE=N.T.S

Project : PREPARATION OF DPR FOR PIPED WATER SUPPLY SCHEME


FOR BUNDELKHAND AND VINDHYACHAL REGION, UP
Client : STATE WATER & SANITATION MISSION, LUCKNOW, UP DRAWfNG FOR CULVERT CROSSING
DUCKFOOT
Drawn : APBEND Title :
Date : 24/04/2019
Chkd. : HW TYPICAL DRAWING OF CULVERT CROSSING
Appr. : UM
Date : 24/04/2019
Project Code Drawing No. SCALE Rev. No. Sheet No.

CONSULTANTS : ESG18025 SWSM / IMLOTA / WS / 26 NTS R0

CEINSYS TECH. LTD.


10/5, IT Park, Opp. VNIT, Nagpur-22 PH. : 0712-2249-033/358/930
Website : www.adccinfocad.com

You might also like