Download as pdf or txt
Download as pdf or txt
You are on page 1of 405

237

MAHARASHTRA JEEVAN PRADHIKARAN REGION AMRAVATI


MAHARASHTRA JEEVAN PRADHIKARAN CIRCLE AKOLA
MAHARASHTRA JEEVAN PRADHIKARAN DIVISION AKOLA

POPATKHED 97 VILLAGES REGIONAL RURAL WATER SUPPLY


SCHEMES (UNDERJAL JEEVAN MISSION)

NAME OF WORK :-Popatkhed 97 Villages Regional Rural Water Supply Schemein Tq.
Akot & Telhara Dist.Akola. Canal Intake arrangement, Providing, Raw water Gravity
Main 600 mm dia. DI K-9,Water Treatment Plant 18.0 MLD, with SCADA and
Automation, Pure Water Sump 21.0 LL,with recirculation Sump of 9.0 LL, Pure water
Pumping machinery at WTP Sump for Popatkhed & Rudhali ZBR, Pure Water Rising
Main from WTP Sump to Popatkhed ZBR & Rudhali ZBR ,Pure water gravity main from
WTP Sump to ZBRs at Akolkhed,Shivpur,Wadgaon Mendhe,
Bordi,Dhanakwadi,Construction of RCC ZBR and ESRs, SCADA and Automation for
ZBR management,construction of BB Masonary compound wall ,Push through method for
Railway and Road crossing HDPE pipe, Distribution System and Miscellaneous works.

VOLUME - II
(Detailed Technical specifications )

Office of The

Executive Engineer
Maharashtra Jeevan Pradhikaran
Division, Akola

Contractor No. of corrections Executive Engineer


238

VOLUME - II
GENERAL & TECHNICAL SPECIFICATIONS
Maharashtra Jeevan Pradhikaran, Circle Akola
Maharashtra Jeevan Pradhikaran, Division Akola
Name of Scheme :- Popatkhed 97 Village Regional Rural Water Supply

Scheme in Tq. Akot & Telhara Dist. Akola.


(Under Jal Jeevan Mission)

Name of Work :- Popatkhed 97 Villages Regional Rural Water Supply


Schemein Tq. Akot & Telhara Dist.Akola. Canal Intake
arrangement, Providing, Raw water Gravity Main 600
mm dia. DI K-9,Water Treatment Plant 18.0 MLD, with
SCADA and Automation Pure Water Sump 21.0 LL,with
recirculation Sump of 9.0 LL, Pure water Pumping
machinery at WTP Sump for Popatkhed & Rudhali ZBR,
Pure Water Rising Main from WTP Sump to Popatkhed
ZBR & Rudhali ZBR ,Pure water gravity main from WTP
Sump to ZBRs at Akolkhed, Shivpur, Wadgaon Mendhe,
Bordi, Dhanakwadi, Construction of RCC ZBR and
ESRs, SCADA and Automation for ZBR
management,construction of BB Masonary compound
wall ,Push through method for Railway and Road crossing
HDPE pipe Distribution System and Miscellaneous
works.

Contractor No. of corrections Executive Engineer


239

INDEX

TO
SR. NO. DESCRIPTION FROM
GENERAL SPECIFICATION
240 244
DETAILED SPECIFICATIONS

SUB WORK NO 1
245 250
SUB WORK NO 2
251 268
SUB WORK NO 3 & 4
269 298
SUB WORK NO 3B
299 392
SUB WORK NO 5 (A TO E)
393 495

SUB WORK NO 6 & 7 496 514


SUB WORK NO 8
515 534
SUB WORK NO 9
535 551
SUB WORK NO 10
552 565
SUB WORK NO 11
566 572
SUB WORK NO 12
573 580
SUB WORK NO 13
581 587
APPROVED MAKES AND THIRD
588 641
PARTY INSPECTION

Contractor No. of corrections Executive Engineer


240

Maharashtra Jeevan Pradhikaran, Division Akola

GENERAL SPECIFICATION
GS-1
1) All the materials used in the work shall be of best quality and the material rejected shall be removed from the
site by the contractor within 36 hours in the presence of the Engineer in charge at his own cost.
2) All other rules regarding workmen compensations etc will be binding on the contractor. Unwanted persons
shall be dispensed with if called upon by the Engineer in charge.
3) Other unforeseen items to be executed in course of work will have to be done by the contractor as per
specifications, in P.W.D. Hand book volume I and II (Latest Edition) I.S. code of practice and as per
standard specifications book of latest edition.
4) The contractor shall be responsible and liable to pay for the damages caused by him to public property etc.
5) All T and P machinery shall be provided by the contractor. Non availability of the same shall not be an
excuse for application for extension of time limit.
6) Water of good quality for labour, construction, washing and such other purposes shall be provided by the
contractor without any claim for extra cost.
7) Materials belonging to contractor if not removed from site of works after completion of the work within a
period of 15 days shall be taken over by Maharashtra Jeevan Pradhikaran, Division Yeotmal at contractor’s
risk and cost and then shall be auctioned at the contractor’s risk and cost. The amount so recover shall be
credited to contractor’s account after recovery of any dues or over payments etc.
8) The final bill and deposits will not be paid unless the site is cleared off all rubbish materials and contractor’s
stores etc from the site of the work.
9) The contractor will have to pay the royalties and taxes, if charged by the Maharashtra Jeevan Pradhikaran,
Division Akola. The same will not be refunded.
10) Specifications given for relevant nature and type of work, for any particular item of the tender shall also be
applicable to the other item of work when similar work is repeated or carried out in part or full although the
item numbers may not have been mentioned especially against the particular specifications.
11) The contractor shall be responsible for obtaining permission from Government local bodies, private party for
storing, stacking of materials required for execution of work.
12) Necessary sign board, danger flags, red lamps shall be provided by the contractor to avoid accidents.
Necessary guarding will also have to be provided.
13) Before entering any land, the contractor shall make independent enquiry regarding ownership of land. Any
action regarding trespassing will be at the risk of contractor.
14) Materials remaining unsold or unserviceable as per discretion of the Executive Engineer shall be confiscated
destroyed or disposed off without any compensation to the contractor, who will be responsible for all legal
disputes at his own cost and consequences without reference to the department.

Contractor No. of corrections Executive Engineer


241
15) In case of legal disputes for materials brought and stores at site without permission of the Executive
Engineer, the contractor will be responsible for all legal disputes at his own cost and consequences without
reference to the department.
16) Any damages occur to Telephone lines/ MSEB lines etc during execution should be repaired by the
Contractor without any extra cost.
17) Maharashtra Jeevan Pradhikaran is the Executing Agency for this work appointed by Maharashtra
Government.

GS 2: SPECIFICATION OF WORK–
The work shall be carried out as per practices and procedures laid down in P.W.D. Hand book Volume - I & II
Latest Edition and Public Works Department’s standard specifications (Latest Publication of Government of
Maharashtra) with amendments from time to time and as per I. S. applicable for respective items of works, as
directed by the Engineer in charge.

GS 3: MOTIVE POWER–
No electric power supply shall be entered by the MJP/MJP during construction and testing of various structures
under different sub-works. The contractor shall have to make his own arrangement for the same at is cost. During
trial period of the plant, power supply shall be made available by the department. The firm should inform within one
month from the date of receipt of work order, the total electrical load required for successful operation of the
treatment plant. This electrical load shall also include lighting load for inside and outside light points etc. attached to
the buildings in proper as well as premises of the plant.

GS 4: FOUNDATION CONDITIONS AND PRESCRIBED BEARING CAPACITIES–


The tenderer shall acquaint himself for results of S.B.C. by taking actual trial pits on site and refilling them
afterwards at his cost. The foundation depth shall be considered as minimum 3.00 m below G.L. for the construction
of BPT, MBR & E.S.R. GSR. The bearing capacities of the actual strata met with the foundation levels shall
wherever be required got tested from reputed institution, at contractor’s cost and in the presence of Engineer-in-
charge. Detailed design shall be prepared and submitted by the contractor and got approved from the department
after actual confirmation of S.B.C.

GS 5: WATER TIGHTNESS TEST–


All the water retaining and carrying structures will have to be tested for their water tightness by filling them with
water up to their designed F.S.L. Similarly, the pipe line will have to be tested hydraulically. Structures will be
considered water tight when the reductions in filled up level is not more than 6 mm in 48 hours with outer surface
dry. As regards pipe line, they should hold pressure as directed by Engineer in charge without reduction for thirty
minutes. The contractor will have to give all such hydraulic tests by making his own arrangements for water supply,
filling and disposing off water after the test. He shall repeat this test if necessary until the above results are achieved
and certified by the Engineer-in-charge without any claim for extra cost. The contractor shall carry out the
rectification of the structures or pipe lines to achieve the above tests at his own cost. The structures and pipe lines
shall be kept filled with water up to F.S.L. after the above test are over at his own cost.

Contractor No. of corrections Executive Engineer


242

GS 6: SATISFACTORY COMPLETION OF VARIOUS ITEMS–


The sub works included in the schedule of works for BPT/SUMP/ MBR/ WTP & ESR/GSR. on Lump sum basis.
The various items of the sub work are to fit in perfectly in the whole system physically, hydraulically, architecturally
and mechanically.

GS 7: DISPOSAL OF EXCAVATED STUFF–


All materials obtained from any excavation carried out under this contract will be the property of MJP and the
contractor shall not have any claim on it. It will not be used by the contractor for any other purpose than the
legitimate use on the work itself. Stuff still remaining surplus shall be spread over the different site of work or
disposed off as directed by the Engineer in charge without extra cost.

GS 8: SUBMISSION OF DETAILED DESIGNS AND DRAWINGS AFTER ACCEPTANCE OF TENDER–


For Lump sum job works the contractor shall submit complete detailed designs and drawings within one month from
the date of issue of work order for approval of the department to the same. Piecemeal submission of designs and
drawings shall not be permitted to commence the actual work at site unless detailed structural designs and working
drawing are approved by the department. If called upon, the contractor shall also submit within reasonable time
relevant books and other literature which have been referred to by him in working out the design for civil,
mechanical or electrical works involved in the construction. Such books and literature will be returned to him.
Reason of secrecy in regard to details of designs, materials, equipment’s etc shall not be placed by the contractor in
the name of ‘TRADE SECRET’ for not furnishing the requisite details called for the Maharashtra Jeevan
Pradhikaran. The design gets approved from Govt. Engineering College /structural consultants approved enlisted in
MJP shall be subjected to modifications if found necessary and such modification shall not violet the contract. The
contractor shall be responsible for the correctness and soundness of the designs submitted by him. The structures
shall be as per recognized engineering practices and if any provisions, are found inadequate or faulty, necessary
modifications will have to be carried out by him at any stage up to the expiry of guarantee period and no extra
payment will be made on the account.
Six copies of all the approved designs and drawings should be furnished by the contractor to the department free of
cost.

GS-9: REQUIREMENT OF STRENGTH OF CONCRETE–


The contractor shall make field arrangements for testing of all materials for cement concrete i.e. slumps test,
compression test etc. The concrete cube moulds 6 Nos. of 15 x 15 x 15 cm size shall be kept during concreting
operation. The No. of cubes as per mannual shall be prepared from at site during concreting to be used in work for
compression test, for each concreting to be used in work for compression test, for each concreting of the structures.
Three cubes shall be tested for test at 7 days’ age and remaining three at 28 days in Regional Testing Laboratory at
Govt. Engineering College. ALL THE TESTING CHARGES SHALL BE PAID BY CONTRACTOR. The entire
responsibility of the testing of materials & concrete cubes will be borne by the contractor. Mixing of concrete shall
be done with Concrete Mixers.

Contractor No. of corrections Executive Engineer


243
a) The contractor will make his own arrangement for receiving all materials, tools, etc. required for
the work.

b) No extra charges for the carriages of water will be allowed.

c) The rates for all items are inclusive of all charges such as carting, lifting etc. No extra payment for
any lead and lifts will be paid for any item.

d) The contractor should not be subletthe work without written permission of the Engineer-In-
Charge.

e) The conditions in the tender notice will be binding on the contractor and the Tender Notice will
form a part of agreement.

f) The material required for carrying out the work for which the tender is offered shall be brought by
the tenderer.

GS-10 ORDINARY CONCRETES–

Full payment shall be made when 100% of the result are equal and above the specified strength.
1) The charges for preliminary design of concrete mix shall be entirely borne by the contractor.
2) For grades of concrete M-20 and above where cement is to be used by weight basis, the cost of extra cement
required to make up underweight bags shall be borne by the contractor.
3) For the item of concrete and other items in the agreement where cement is not to be used by weight, the
cement bags are received from the manufacturer shall be assumed to contain cement of 50 kg. net weight.
The work shall have carried out as per this method of reckoning.
GS-11 DISPOSING OF SURPLUS EXCAVATED STUFF AT SPECIFIED DISTANCE …
Item includes cost of all material, labour, machinery for transportation up to specified distance as per Schedule B,
loading unloading and disposing as directed by engineer in charge.
Mode of Measurement
This item will be measured and paid as per Cubic meter basis.

GS-12 WORKING SURVEY AND VALIDATION OF HYDRAULIC DESIGN


Before Execution of Work it is Responsibility of Contractor to Check Ground Levels of WTP, MBR and ESR.
Hydraulic design from Headwork’s to WTP, WTP to MBR and MBR to ESR and Distribution must be done and
validate in Water Gem software with respect of previous design with the change in level if any during survey and
get it checked from MJP before execution of work. Previous hydraulic design done in waterGem software will be
provided by MJP.

GS- 13 Royalty charges


Royalty Charges will be Paid by contractor for all the materials. If any occupancy observed, it is responsibility of
Contractor to solve.

Contractor No. of corrections Executive Engineer


244
GS-14 Investigation Work
The Contractor shall carry out soil resistivity surveys at 1000 m intervals, on RoW (Right of Way) for buried
pipeline under procedure given below to identify hot spots.
 Soil resistivity survey shall be carried out by 4 Pin Wenner technique at pin spacings of 1.5 m and 2
m
 Additional readings shall be taken at following location or positions at nalla, river, marshy areas etc
i.e. where buried pipeline is close to water bodies
 Location/position where initial ERT survey show low value in proximity of 100 ohm – m or drastic
change in resistivity value from adjoining reading.
 If the ratios of two consecutive readings is greater than 2 and lower of the two readings is less than
200 ohm – m, additional reading shall be taken at mid-point.
 If the ratio of additional reading to reading on either side is also greater than 2, another reading shall
be taken between the midpoint and the reading which is differing by ratio of 2. This procedure shall
be followed, but minimum gap between readings shall be 100m.
 Based on the soil resistivity readings, the length of pipeline [to the nearest 100 m] in soil resistivity
less than 100 ohm – m shall be identified.
 Based on the soil resistivity survey, the contractor shall prepare a detailed report with schematic
drawing showing the soil resistivity inROW clearly highlighting the locations where the soil
resistivity is less than 100 ohm – m.
The results of the survey shall be furnished to the Employer’s representative, who shall determine the locations and
extents of sacrificial anodes to be installed. The Contractor shall install all such anodes in the trenches during laying
of the pipeline.

GS-15 Necessary Permissions


All the Necessary Permissions required from Village Panchayat, Zilla Parishad, Revenue Department, Railway
Department, Public Works Department, M.S.E.B. Department, Telephone Department, etc. is fully responsibility of
Contractor. The required necessary charges to concerned department will be paid by MJP Division, Yeotmal.

GS-16 Government Resolution and MJP Circulars


All the Resolutionof Water Supply and Sanitation Department of Government of Maharashtra and Circulars of MJP
and Jal Jeevan Mission are applicable for this Tender.

GS-17 – Payment of Pipes, Valves, Specials


1) For supply of pipes, valves, specials etc, 80 % payment shall be released ofter supply, 10 % after lowering
laying & jointing , and 10 % after satisfactory hydraulic testing.
2) 10 % cost of total subwork of pipeline work shall be retained till hydraulic testing is given by as per IS
code as per tender conditions.

Contractor No. of corrections Executive Engineer


245

TECHNICAL SPECIFICATIONS
DETAILED ITEM WISE TECHNICAL SPECIFICATIONS

Sub Work No 1 :-Providing and constructing Intake arrangement at Canal outlet.


Item No. 1: - Excavation for foundation / pipe trenches in hard murum and boulders, W.B.M. road
including removing the excavated material upto a distance of 50 M beyond the area and lifts as below,
stacking and spreading as directed by Engineer-in-charge, normal dewatering, preparing the bed for
foundation and excluding backfilling, etc. complete. (BdA-3/259)

Specification no. B1 on P. No. 24 to 28 of Red Book shall be applicable.


The excavation shall be taken down to such depths as shown in drawing and / or as directed and shall he
done in extra sections shown in drawing and stipulated in specification elsewhere herein. Extra excavation
done over and above specified for whatever reasons shall not be paid for, except road crossing work, where
encasing of pipes etc. required.

The section of excavation however may be increased or decreased correspondingly, if necessary as directed
by the Executive Engineer for such extra depths and such increased sections as directed by Executive
Engineer shall be admissible for payment at respective tendered rates.

Excavated materials shall not be placed nearer than 1.2 m. from the edges of excavation.
The contractor shall provide shoring and strutting of approved size and type for normal conditions
wherever necessary for excavation in soft materials without extra cost.

The tendered rates for excavation items shall include lifting and removing the excavated materials for
proper disposal in the vicinity as directed by the Engineer in charge. Nothing extra shall be paid for
removal of masonry, concrete structures or for removal of stumps or roots of trees met with during
excavation and for filling or holes or hollow due to removal of roots, etc. or existing originally which shall
be filled up by earth and will be rammed leveled.
The excavation item shall be dry as well as in wet condition.
For excavation in supply well, there shall be the possibility of change in, assume strata or there may be
possibility of change in lift, though the strata may be as assumed. In such cases, contractor shall have to be
executed the work as per actual strata met with.

Mode of payment:
The payment of excavation shall be made at the unit contract rate per cubic meter for quantity acceptably
excavated, limited to the dimensions shown in the sanction plans or as directed by the Engineer.
During actual execution in strata and quantities mentioned in Schedule B payment for excess quantity will
be made as per recent circular issued by the Member Secretary, Maharashtra Jeevan Pradhikaran. During

Contractor No. of corrections Executive Engineer


246
excavation if strata met with earlier or later than estimated addition or reduction @ Rs. 15/ Cum. for soft
strata and @ Rs. 20/ Cum. for soft rock, hard rock for every 1.50 m. or part there of shall be applicable.

Item No. 2: - Providing and laying in situ cement concrete M 15 of trap/granite /quartzite/ gneiss metal for
foundation and bedding including bailing out water, formwork, compacting and cuting etc. complete.
This shall comply as per standard specification No. Bd-E-1 Page No.287. and I.S.: 456 (2000), Wherever
concrete is to be laid in foundation, the foundation shall be cleaned and watered before placing. The sub-
soil water which met shall be removed and the foundation shall be kept dry during and after two hours of
placing of concrete.
Standard specification of Govt. of Maharashtra (Red Book) Sp. No. B-6 on page on 33 to 38 Vol. I and Bd-
E page no. 287 to 291 Vol. II shall applicable.
This shall comply as per standard specification No. Bd.F.3 P. No. 298 and I.S.: 456 (2000)
Wherever concrete is to be laid in foundation, the foundation shall be cleaned and watered before placing.
The sub-soil water which met shall be removed and the foundation shall be kept dry during and after two
hours of placing of concrete.
Mode of payment
Payment shall be made on cum basis up to two decimal places.

Item No. 3: - Providing and casting in situ C.C. of trap/granite/quartzite/gneiss metal of approved quality
for RCC Work as per detailed drawings and designs or as directed by Engineer-in-charge including normal
dewatering, centering, formwork, compaction, finishing the formed surfaces with CM 1:3 of sufficient
minimum thickness to give a smooth and even surface whereever necessary or roughening if special finish
is to be provided and curing, etc.complete. ( By weigh batching and mix design for M-250 and M-300 only.
Use to L&T, A.C.C., Ambuja, Birla Gold, Manikgad, Rajashree,etc. cement is permittet.

Standard specification of Govt. of Maharashtra (Red Book) Sp. No. B-6 on page on 33 to 38 Vol. I and Bd-
E page no. 287 to 291 Vol. II shall applicable.
This shall comply as per standard specification No. Bd.F.3 P. No. 298 and I.S.: 456 (2000)
Wherever concrete is to be laid in foundation, the foundation shall be cleaned and watered before placing.
The sub-soil water which met shall be removed and the foundation shall be kept dry during and after two
hours of placing of concrete.
Mode of payment
Payment shall be made on cum basis up to two decimal places

Mode of payment
Payment shall be made on cum basis up to two decimal places
Item No. 4: - Providing and fixing in position steel bar reinforcement of various diameters for RCC piles,
caps, footings, foundation, slabs, beams, columns, canopies, staircases newels, chajjas, lintels, pardies,

Contractor No. of corrections Executive Engineer


247
coping, fins, arches, etc. as per detailed designs, drawings and schedules, including cutting, bending,
hooking the bars, binding with wires or tack welding and supporting as required, etc. complete.

Standard specification of Govt. of Maharashtra (Red Book) spe no. 10and stresses as per I.S. 456, 1976
shall be applicable.
Mode of payment
Payment shall be made on MT basis up to two decimal places.

Item No 5: - Providing and fixing in position Cl dapuri steps or 22 mm dia. M.S. bar step with proper
anchorage, etc. and providing and applying 3coats of anticorrosive paint, etc. complete as directed by
Engineer-in-charge
Mode of payment
Payment shall be made as per number basis

Item No. 6: - Providing structural steel work in rolled stanchions fixed with connecting plates or angle
cleats as in main and cross beams, hip and jack rafters, purlins connecting to truss members and like as per
detailed designs and drawings or as directed by Engineer-in-charge including cutting, fabricating, hoisting,
erecting, fixing in position, making riveted / bolted / weldedconnections and one coat of anticorrosivepaint
and over it two coats of oil painting,etc. complete.
Standard specification of Govt. of Maharashtra (Red Book) Sp. No. Bd-c6, Page No. 277 shall be
applicable.
1.1 This item covers fixing MS / RS girders, MS angles, channels flats, base plates, cleats, bracket etc
and other accessories as per requirement and as per directed.
1.2 Fabricating the assembly by cutting drilling holes etc and erecting and fixing item as site with
necessary riveted or welded joints, fixtures with nuts and bolts etc. wherever necessary together
with
their proper fixing and embedding in masonry or slabs of concrete as directed.
1.3 Structural steel works materials shall be procured by the contractor from open market at his cost.
The item includes 3 coats of oil paint of shade as directed to all structural work.
1.4 All the above operations including cost of materials and labour there of are included in the tender
item. The measurement and payment shall be on the weight basis in the unit as mentioned in
schedule B actually erected at site as directed shall be admissible for payment.
1.5 RSJ channels, angles, flats, gusset plates, brackets base plates cleats, packing pieces actually used
as directed shall admissible for payment but not the rivets, nuts and bolts etc.
The riveted or welded joints or fixing with nuts are included in the tenderer rates
Mode of payment
Payment shall be made on MT basis up to two decimal places.

Contractor No. of corrections Executive Engineer


248
Item No. 7: - Providing double flange sluice valve confirming for IS- 14846 including worn gear
arrangements as per test pressure, stainless steel spindle, caps, including inspection charges,
transportation upto departmental store, unloading, stacking excluding GST levied by GOI & GOM in all
respect etc.complete.a) Sluice valves - PN -1 (Without by pass)

Sluice Valves –
These specifications cover general provisions and requirements and are supplementary to the General
conditions of contract.

General –
The Sluice Valves proposed to be procured through this tender are to be used for drinking water supply
schemes under execution.

Work Under This Contract –


The work entitled manufacture, supply and delivery of Sluice valves for transmission mains shall
comprise the manufacture, supply and delivery of the goods as mentioned in the Bill of Quantities.

a) Sluice Valves PN 1.0 of IS: 2906 /14846 (Latest version) of various sizes, ranging
from 150 mm to 800 mm.
As per schedule B of the item

The manufacturer of sluice valves should be from MJPs approved list

Note –
The above goods to be used for conveyance of potable water at temperatures varying from 10
degrees centigrade to 40 degrees centigrade.

The tender price shall include all labour and machinery and all materials necessary for the proper,
manufacture of the goods, for tests at the contractor’s works for the insurance and for delivery to
works for the proper maintenance and for discharging every obligations and requirement of the
contract, in accordance with the intent of the contract documents, as stated in the General
Conditions of Contract.

Standards –

Where reference is made to a particular standard, it shall be the latest revision of the Indian
Standard Institution. Unless otherwise specified, the sluice valves shall be in accordance with the
provisions of IS:780:1980 and IS:2906:1984 or sizes of the sluice valves covered under relevant
standards.
Marking of Sluice Valves –

Each sluice valve shall be marked as per IS: 780:1980, Para-II for sizes and IS:2906:1984, (Latest
version) of various sizes, ranging from 150 mm to 800 mm.
Packing and Handling –

Contractor No. of corrections Executive Engineer


249
The contractor shall dispatch from the manufacturer’s works goods adequately protected to prevent damage
and deterioration during transportation and storage, etc. The packing is to be quite robust to withstanding
rough handling during the transit by road/ rail/ sea and storage.
Each package / create will contain sluice valve of one size only in relevant class.
The packing procedure followed shall be in accordance with para 12 of IS: 780:1980 and para 12.1 of
IS:2906:1984
The contractor shall use proper handling equipment or follow suitable handling method as approved by the
Engineer to unload the materials at the delivery site to prevent damage to the goods and equipments.
Third party inspection from agency approved by MJP should be carried out at contractor’s cost only.
The contractor should produce manufacturer’s test certificate conforming that the valves have been tested in
accordance with I.S. specifications, stating the actual pressure and the medium used in the test. The design
workmanship, material, strength and dimensions of all parts shall be as per I.S.S. The product shall be of
proven quality rendering reliable service during maintenance and requirement.

Third Party Inspection –

Third party inspection shall be carried from MJP approved agencies.The valve shall be tested in factory by
third party in presence of Maharashtra Jeevan Pradhikaran representative at least for
a. Review of martial of construction
b Overall dimension of all component
c. Hydraulic testing.

The cost of valves should be including all taxes (Central & Local) railway freight, transportation upto site of
work or departmental store including loading unloading etc.

Mode of Measurement –

This item will be measured and paid as per Number basis. 80% payment shall be payable after supply,10%
payment shall be payable after lowering, laying and jointing & remaining 10% payment shall be payable
after satisfactory hydraulic testing is given.

Item No 8 :-D.I. Socket and flanged fittings :-Providing and supplying D.I.fitting with ISI mark socket
pushon joints or flanged joints confirming to table 12 to 31 of IS 9523/2000 upto latest amendments
including cost of SBR/ EDPM tyton rings.Fittings should be with internally ordinary portland cement mortor
lined and externally metallic zinc coating/zinc rich paint with finishing layer of black bitumen coating
including transportation & excluding all statutary duties and taxes such as GST levied by Gol and GoM in all
respect etc. complete

All the DI fittings shall be properly packed with jute cloth. Rubber rings shall be packed in polyethylene
bags. Rubber rings in PE bags and nuts, bolts etc. shall be supplied in separate jute bags.

The fittings should also be supplied by the manufacturer of the pipes. They should preferably be
manufactured by the manufacturer of the pipes. In case they are not, it will be the responsibility of the
manufacturer of the pipes to have them manufactured from a suitable manufacturer under it’s own

Contractor No. of corrections Executive Engineer


250
supervision and have it tested at his/sub contractors premises as per the contract. The pipe manufacturer will
however be responsible for the compatibility and quality of the products.
Mode of Measurement –
The unit of quantity shall No of Specials.

Item No. 9: - Filling in plinth and floors murum bedding in trenches with approved murum from excavated
materials from foundation 15cm to 20cm layers including watering and compaction complete.

1. The part of gat between the rubble filling of staining and the sides of excavation shall be refilled
with excavation stuff in layers of 20 cms. thickness or as specified in the item working each layer
shall be watered and rammed before the next layer is laid. The boulder filling behind the staining
and the refilling shall be done simultaneously if required as directed by Engineer-in-charge.
1.1 The balance quantity of excavated stuff shall be removed without any extra cost to the Maharashtra
Jeevan Pradhikaran and shall be disposed in the such a manner that it does not form an obstruction
of the natural water course or the passage to the pump house or to the adjacent land owner.
1.2 The measurement shall be on the exact section measured upto the original ground level.

Item No. 10 : - Providing and fixing M.S. chequerred plate flooring of following thickness supported on
M.S. angles (25 x 25 x 5 mm size) including welding, cutting and fabricating the plates to the required square
or rounding shape, making holes in the plate, including providing and applying 3 coats of anticorrosive paint,
etc. complete as directed by Engineer-in-charge.
Standard specification of Govt. of Maharashtra (Red Book) Sp. No. Bd-V-19, P.N. 559 shall be applicable.
1.1 All the material and labour required for executing the item are to be provided by the contractor at his
cost.
1.2 The .S. chequerred plate shall be properly fixed at side as directed and bottom and top shall be properly
embed in
masonry or concrete and duly bolted with nut and bolts and other arrangements as directed. The bottom
if
resting on ground shall be embedded in 1:2:4 c.c. block as directed at contractors cost.
1.3 In order to the stiffness to the .S. chequerred plate cross supports or stiffeners at suitable intervals as
directed shall be
provided of suitable MS plates, duly embed in walls and welded to ladder. The cost of these stiffeners
is
also included in the item.
1.4 The complete .S. chequerred plate is to be painted with two coats of anticorrosive paint of approved
shade.
1.5 The item rate includes bending, cutting, scrapping, the MS plates, bars, and welding and jointing
thereof.
Mode of Payment The measurement and payment shall be on the basis of Sqm.

Contractor No. of corrections Executive Engineer


251
SUB WORK NO 2 :- PROVIDING,LOWERING,LAYING JOINTING 600 mm dia
DI K 7 PIPES FOR RAW WATER GRAVITY MAIN

Item No 1: - Providing D.I. pipes (push on joints pressure pipes of D. I. of following class and diameters
confirming to the I. S. specification inclusive cost of jointing materials (Rubber gasket of EPDM Quality )
excluding GST levied by GOI & GOM in all respect including Third party inspection charges of TPI Agency
approved by MJP including Transit insurance, Railway Freight, Unloading from railway wagon, Loading into
Truck, Transportation to departmental store, unloading, stacking etc. completed as directed by Engineer in
charges (IS 1536/2001 for pipes and IS 158/1969 and IS 12820/1989 or latest edition/revision with
amendments for Rubber Gaske

PROVIDING & SUPPLYING OF DI PIPES –


The tender item includes supply of DI pipes of required class k-9 & k-7 & dia as specified in BOQ & as
per the requirement for the site including carting of the pipes to site of work as specified with due supply of
required rubber gaskets as per IS -1536/2001,IS158/1969&IS-12820/1989 of best quality of approved make
suitable for minimum work test pressure of 40 kg/cm^2 as required for Raw water rising main.The agency
should clearly mention this specific requirement in his supply order to the manufacturer of DI pipes.
The DI pipes shall be suitable for flexible push on joint suitably champfered or rounded off for smooth entry
of pipesin the socket fitted with rubber gasket.
Ruber gasket for push-on ,mechanical &flanged joint shall compatible with water to be conveyed for
materials pressure and temperature. while conveying the potable water Gasket should not deteriorate the
quality of water or should not impart any test or odour.
The DI pipes to be supplied of various diameters &class shall be confirming to specifications as per I.S. IS -
1536/2001,IS158/1969 & IS-12820/1989.

Raw Material –
Raw material used to manufacture the DI pipes shall be as per relevant
IS.
Pressure Rating &Dimensions.
The pressure rating of DI pipes and specials shall be confirming to I.S. IS -1536/2001,IS158/1969 & IS-
12820/1989 Table-1and 2 respectively.
Each pipe shall be of uniform thickness throughout its length.
The dimension to tolerances shall be as per specified I.S. standards.
Colour of pipes
The Colour of the DI pipe shall be as specified in IS code is black
Performance requirements
The pipe supplied should have passed the acceptance tests as per clause given in specified IS-8329 standards.
The manufacturer should provide the test certificates for the tests conducted, as required in specified
standards along with the supply of pipes & rubber gasket. Third party inspection of pipes& Rubber gasket
shall be carried out by MJP approved agency. The supply of pipe at site, then only it can be measured and
recommended for further payment.
Marking
As per the provisions of clause given in specified standards each straight length of the pipe shall be clearly
marked in inedible ink/paint the following information shall be marked.
a. ISI stamping with marking of IS 8329-1994 &IS-1536-2001.
b. The manufacturer’s name and /trade mark.
c. Lot number /Batch number

Contractor No. of corrections Executive Engineer


252
The Supply of pipes shall be in available lengths as per I.S. 8329-1994 &IS-1536-2001 .Quantities
of pipes in tender shall be got verified & approved from MJP Aurangabad & MJP before placing supply
order is necessary & binding for the contractor.

Damages to supplied materials due to carelessness of the contractor during loading, unloading, transport,
lowering, laying, cutting to required size, jointing, testing, etc. shall be at contractor's accounts and no
payment on this quantity is admissible .final quantity payable under this item of pipe supply shall be
restricted to the total laid length &successfully tested for that diameter &class of pipes.
The payment for this item shall be admissible on the RMT basis

Item No 2: - Providing DI special suitable for above pipes

Providing and supplying ISI standard D.I. specials & fittings with sealing rubber gasket of S.B.R., complete
with Cast iron follower gland and M.S. nut & bolts coated or otherwise protected from rusting and suitable
for D.I. pipes including cost of all labours and materials and transportation to stores / site, loading, unloading
including all taxes such as GST levied by GOI & GOM in all respect, complete as per IS-9523, etc. complete.
The items include providing, supplying DI/CI/MS Double flanged specials suitable for diameter as required
and of required thickness and including all materials labour charges with epoxy paint from inside and outside
including all taxes (Central & local) Octori if necessary, inspection charges, transportation to stores/ sites &
stacking etc complete. As per requirement a machine ends DI specials suitable for PCCP/BWSC/D. I. pipes
will also be supplied under this item. The mode of measurement of payment shall be on weight (Kg) basis.
Scope: The item cover supply of DI/CI/MS double socket and flanged specials of various diameters
including conveyance of specials form manufacture's works to site stores, stacking them properly and
protecting till commissioning of work.

General: The specials shall confirm to relevant I.S.

Materials: The specials shall be manufactured form cast iron conforming to IS 210 Gr. 20.

Coating: The specials shall be coated by bitumen by not dipping process.

Tests: The specials shall be tested at factory for 25 kg/sq/cm/ Pressure.

Flanges: The flanges shall be drilled to IS-1538.

Tolerance: The tolerance in weight and dimensions shall be as per ISS. Only the specials fitting within
tolerance limit shall be accepted.
Dismantling Joints –

Providing and fixing Dismantling joints –

Providing dismantling joints of appropriate diameter of M.S.as per detailed drawing suitable for PCCP pipes
including epoxy coating of approved make from inside, outside, transportation, loading, unloading octroi,
inspection charges as per directions from Engineer-in-charge etc.

Types of specials–
The following types of DI fittings shall be manufactured and tested in accordance with IS: 9523 or BS: 4772.
 flanged socket
 flanged spigot
 double socket bends (900, 450, 22 1/2 0, 11 1/4 0)
 double socket branch flanged tee
 all socket tee.

Contractor No. of corrections Executive Engineer


253
 double socket taper.
 All Flanged Tee.
 All Flanged taper.
 All Flanged Bend 900
 All Flanged Duck Foot Bend

Supply–

All the DI fittings shall be supplied with one rubber ring for each socket. The rubber ring shall conform to IS:
12820 and IS: 5382 as described in the preceding chapter. Flanged fittings shall be supplied with one rubber
gasket per flange and the required number of nuts and bolts.

Lubricant for ductile iron pipes and specials–

General–
This section covers the requirements for lubricant for the assembly of Ductile Iron pipes and specials suitable
for Tyton push-in rubber ring joints

Specification–
The lubricant has to have the following characteristics:
 must have a paste like consistency and be ready for use
 has to adhere to wet and dry surfaces of DI pipes and rubber rings
 to be applied in hot and cold weather; ambient temperature 0 –
50 °C, temperature of exposed pipes up to 70 °C
 must be non toxic
 must be water soluble
must not affect the properties of the drinking water carried in the pipes
 must not have an objectionable odour
 has to inhibit bacterial growth
 must not be harmful to the skin
 must have a shelf live not less than 2 years

Acceptance tests –

They shall be conducted in line with the provisions of the IS9523

Packing–

All the DI fittings shall be properly packed with jute cloth. Rubber rings shall be packed in polyethylene
bags. Rubber rings in PE bags and nuts, bolts etc. shall be supplied in separate jute bags.

The fittings should also be supplied by the manufacturer of the pipes. They should preferably be
manufactured by the manufacturer of the pipes. In case they are not, it will be the responsibility of the
manufacturer of the pipes to have them manufactured from a suitable manufacturer under it’s own
supervision and have it tested at his/sub contractors premises as per the contract. The pipe manufacturer will
however be responsible for the compatibility and quality of the products.
Mode of Measurement –
The unit of quantity shall Kg of Specials.

Contractor No. of corrections Executive Engineer


254
Note - The provision of item is on Lumpsum basis. The payment will be done as per actual consumption of
specials for completed work as per rate of MJP CSR of 2021-22 or Approved Market rate where rates are not
available in MJP CSR. No clause-38 is applicable for this item.

Item No. 3: - Providing Cast Iron Double Flanged Sluice Valve confirming for IS 14846 including worn gear
arrangements as per test pressure , stainless steel spindle and capsincluding inspection and transportation up
to departmental store unloading ,stacking,excluding GST levied by GOI & GOM in all respect etc complete

Sluice Valves –
These specifications cover general provisions and requirements and are supplementary to the General
conditions of contract.

General –
The Sluice Valves proposed to be procured through this tender are to be used for drinking water supply
schemes under execution.

Work Under This Contract –


The work entitled manufacture, supply and delivery of Sluice valves for transmission mains shall comprise
the manufacture, supply and delivery of the goods as mentioned in the Bill of Quantities.

a) Sluice Valves PN 1.0 of IS: 2906 /14846 (Latest version) of various sizes, ranging
from 150 mm to 800 mm.
As per schedule B of the item

The manufacturer of sluice valves should be from MJPs approved list

Note –
The above goods to be used for conveyance of potable water at temperatures varying from 10 degrees
centigrade to 40 degrees centigrade.

The tender price shall include all labour and machinery and all materials necessary for the proper,
manufacture of the goods, for tests at the contractor’s works for the insurance and for delivery to works for
the proper maintenance and for discharging every obligations and requirement of the contract, in accordance
with the intent of the contract documents, as stated in the General Conditions of Contract.

Standards –

Where reference is made to a particular standard, it shall be the latest revision of the Indian Standard
Institution. Unless otherwise specified, the sluice valves shall be in accordance with the provisions of
IS:780:1980 and IS:2906:1984 or sizes of the sluice valves covered under relevant standards.
Marking of Sluice Valves –

Each sluice valve shall be marked as per IS: 780:1980, Para-II for sizes and IS:2906:1984, (Latest version) of
various sizes, ranging from 150 mm to 800 mm.
Packing and Handling –

Contractor No. of corrections Executive Engineer


255
The contractor shall dispatch from the manufacturer’s works goods adequately protected to prevent damage
and deterioration during transportation and storage, etc. The packing is to be quite robust to withstanding
rough handling during the transit by road/ rail/ sea and storage.
Each package / create will contain sluice valve of one size only in relevant class.
The packing procedure followed shall be in accordance with para 12 of IS: 780:1980 and para 12.1 of
IS:2906:1984
The contractor shall use proper handling equipment or follow suitable handling method as approved by the
Engineer to unload the materials at the delivery site to prevent damage to the goods and equipments.
Third party inspection from agency approved by MJP should be carried out at contractor’s cost only.
The contractor should produce manufacturer’s test certificate conforming that the valves have been tested in
accordance with I.S. specifications, stating the actual pressure and the medium used in the test. The design
workmanship, material, strength and dimensions of all parts shall be as per I.S.S. The product shall be of
proven quality rendering reliable service during maintenance and requirement.

Third Party Inspection –

Third party inspection shall be carried from MJP approved agencies.


The valve shall be tested in factory by third party in presence of Maharashtra Jeevan Pradhikaran
representative at least for
b. Review of martial of construction
b Overall dimension of all component
c. Hydraulic testing.

The cost of valves should be including all taxes (Central & Local) railway freight, transportation upto site of
work or departmental store including loading unloading etc.

Mode of Measurement –

This item will be measured and paid as per Number basis. 80% payment shall be payable after supply, 10%
payment shall be payable after lowering, laying and jointing & remaining 10% payment shall be payable
after satisfactory hydraulic testing is given.

Item No. 4:- Providing and supplying at site ductile iron /Spheroidal Graphite (S.G.) iron single /Double
chamber tamper proof air valve without isolating sluice valve. Valves in accordance with BSEN 1074-4 of
PN 10/16 rated, with body and bonnet of ductile iron confirming to EN 1563/IS 1865 Gr. 500/7 or Gr.400/15
floats, float guide, seat ring of stainless steel 1.4436/1.4306, seat ring gasket of WRAS approved EPDM
rubber (suitable for drinking water), internal fasteners of stainless steel A2. Body & Bonnet coated inside &
outside with electrostatically applied epoxy powder coated blue colour (suitable for drinking water) as per
DIN 30677-2 & GSK guidelines with a coating thickness of min. 250 microns.Flange connections as per IS

Contractor No. of corrections Executive Engineer


256
1538 raised face & pressure testing at manufactures works shall be done as per IS 14845. including
transportation charges excluding GST levied by GOI & GOM in all respect etc.complete. (For PN 10 & 16)

The item shall comply as per relevant item of Schedule "B"/ The item includes hydraulic testing also.
Which shall be done along with the testing of pipe line. The valves shall be got inspected through
SGS/RITES. All charges of EIUSGS/RITES inspection shall be borne by the contractor. The valves shall
be of IVI make and shall confirm to I.S. Specification for relevant type of valves. It also includes the
fixing of vertical shaft of C.I./D.I./M.S./D.F. Pipes of suitable height with required labour charges. Air
valves of IV! make shall only be provided. Air valves of other make shall not be accepted. The Kinetic
Air Valves shall stand to the working pressure of 20 to 16 Kg/Sqcm.
The item shall be executed as per standard specification No. Bd-V-3.1 to Bd-V-3.5 page
No. 544 - 545.of 1965 edition or as per latest edition of the Standard Specifications.

Mode of Measurement –
Payment shall be made on number basis. 80 % payment shall be made after actual supply, 10% after
lowering, laying, jointing of Kinetic Air Valves at site and 10 % payment shall be made after hydraulic
testing along with pipeline.

Item No 5,: - Excavation for foundation / pipe trenches in earth, soils of all types, sand, gravel and soft
murum,Hard Murum and Boulders ,Soft rock including removing the excavated material upto a distance of
50 metres and lifts as below, stacking and spreading as directed, normal dewatering, preparing the bed for
foundation and excluding backfilling, etc. complete. (Bd-A1/259).

The excavation shall be done as per standard specification No. Bd - A 1., A2., A3., A.4. AS. and A6. page
No. 271-272 of 1965 edition or as per latest edition of the Standard Specifications. The item includes
excavation in all kinds of strata such as soils, sand. murum, hard murum with or without boulders, soft rock,
hard rock with blasting. The item includes excavation by manual. mechanical or by any other means.
The excavation shall be done to the required depth and section as directed by Engineer-in- charge. Extra
excavation done for whatever reasons shall not be paid for under any circumstances. The excavated material
shall not be placed nearer than 1.00 meter, from the edges of excavated trenches. After refilling of the
trenches, the balance stuff should be disposed of as directed.
The excavation is to be done for pipe line trenches for foundation of C.C. blocks, fixity blocks, trust blocks &
encasing.
Necessary shoring and strutting of sufficient strength should be provided to sides of excavated trenches to
prevent falling of sides.
During execution of works at all endangered places where traffic prevails, trenches shall be strongly fenced
and marked with red lights. All necessary arrangement for diversion of traffic should be made before starting
of excavation and all precautionary measures should be taken so as to avoid accidents while work in progress.
Dewatering during excavation for pipe trenches should be done manually or by pump, for which rate in
included in excavation item. No separate payment will be admissible even for excavation in nalla / river

Contractor No. of corrections Executive Engineer


257
portion, site clearance etc.
During excavation, if masonry. concrete structures roots of trees etc. are met with the same shall be removed
without extra cost. The loss to public or private utility services such as telephone or electric cables / water
mains / or such other if comes across the trenches, 3hall have to be made good at the cost of the contractor.
The permission for such crossings f required from the competent Engineer shall be obtained through
Department. However, delay in obtaining such permission shall not be considered as cause of delay for the
works and no compensation shall be admissible to the contractor due to such delay. The bottom of trench
shall be leveled both longitudinally and transversely or stepped as directed by Engineer-in-charge.

For excavation of pipe line trenches, the maximum width of the trench, allowed for payment
shall be as below for all types of pipes and for required lifts.
Dia of pipe line Width
80 mm 0.70 m
100 mm 0.70 m
150 mm 0.75 m
200 mm 0.80 m
250 mm 0.80 m
300 mm 0.90 m
400 mm 1.00 m
450 mm 1.10 m

The item includes the cutting of tar road and making it in its original position etc. complete as directed by the
Engineer-in-charges. If the contractor is preferred to excavate the pipe trenches in all types of strata by means
of breaker, Poclain or any other mechanical equipment to get the work done speedily, nothing extra shall be
paid to the contractor on this account.
Mode of Payment
Payment shall be made on cum basis up to two decimal places.
Item No 6:-Lowering laying and jointing with SBR ruber gaskets C.I. S/S / DI-K7 / DI-K9 pipes of various
classes with CI / MS specials of following diameter in proper position, grade and alignment as directed by
Engineer-in-charge including conveyance of material from stores to site of work, including cost of jointing
materials and rubber rings labour, giving hydraulic testing etc. complete
Contractor shall take delivery of pipes from the stores and shall convey them upto work site for use after
checking and testing for soundness of the pipes and shall be held responsible for replacement of such
materials of cracked or damaged materials are in advertantly fixed and jointed.

The Department will issue pipes in available lengths and specials. Damages to departmental materials due to
carelessness of the contractor during loading, unloading, transport, lowering, laying, cutting to required size,
jointing, testing, etc. shall be at contractor's accounts and shall be recovered from him at the rates decided by
the Executive Engineer.

During laying the pipe line some time it may be necessary to cut the pipe suit the site condition or to put in
some special or valve or to have exact length of the section etc. The contractor at his cost shall do this cutting

Contractor No. of corrections Executive Engineer


258
only. No claims for extra amount due to any particular type or individual length of cut pipes and specials
being supplied or joints having been increased due to small lengths shall be entertained.
The payment for this item shall be admissible on the basis of actually laid at site including length occupied
by all types of specials and incidental small pipe pieces or other types.

All the pipes and specials and valves to be taken into use shall be cleaned and brushed clear or rust and paint
at both the spigot and socket ends.

Before the pipes and specials are lowered and laid in trenches, the contractor shall see that the bedding is
plane or the surface is brought to uniform grade and leveled with the help of cross sight rails and boning staff
and approved in advance by the last 3 days by the sub-divisional officer.

The contractor shall provide, fix and maintain cross sight rails and boning staff whenever required until the
time of completion without any extra claim for cost etc. and which shall be considered inclusive of the rates
for excavation and lowering and laying. The contractor shall provide temporary benchmarks if called upon at
a minimum distance every 150 M without any claim for extra cost. These benchmarks shall be either of stone
masonry or mass concrete not less than 0.03 Cum.
The contractor shall provide ladder for inspection of works at least 2 Nos. at the time of inspection for all the
trenches of depth greater than 1.2 M.

The pipes, specials and valves shall be lowered by means of ropes, rackles or pulley as ordered evenly and
uniformly and shall be brought level with well consolidated hard murum or wooden sleeper as ordered.

All the S & S pipes and specials shall be laid with sockets facing direction of flow, as per manual.

Materials to be used for jointing such as spun yarn, etc. shall be first get approved in advance from the sub-
divisional officer.

No jointing operations shall be started unless the sub-divisional officer approves the grade and levels.

The pipes shall be laid in a complete straight line with center line ranged accurately by mean of string
stretched between marked centers in cross sight rails and no deviation will be permissible without the
permission of the sub-divisional officer. For deviations proposed by the Department from marks on sight
rails, the contractor shall postpone the work of jointing without claiming extra cost. The spigot end of the
pipe or specials shall be inserted in socket and of the other pipe or special and shall touch squarely without
any gap.

Under no circumstances, the D.I. pipes and other water mains will be laid in black cotton soil or rock surface
without murum cushioning.

The above murum cushioning of a depth of 150 mm thick or as specified shall always be provided in all
formation within the rate of laying pipe line unless an item for murum bedding is provided for separately in
the tender.

The murum bedding shall be of the full width of the trench. Murum bedding will be necessary in rock
formation boulder formation and soft soils and black cotton soil but not in murum formation itself.

No brickbats or hard stone metal bigger than 20 mm gauge shall be allowed beneath the pipe line directly in
touch with the pipe as in the murum bedding.

Contractor No. of corrections Executive Engineer


259
All stokes such as electric wires, water and sewer mains, manhole, natural drainage, culverts, storm water
drains, gutters, poles, etc. coming in the way shall carefully be looked after and any damage be prevented to
the same. Any work of removing repairing and reducing such structures or obstacles in the process of laying,
jointing and testing pipe line etc. should be carried out by the contractor wherever directed, without any
claims for extra to the satisfaction of the Engineer-in-charge. Contractor shall foresee all such situation and
make necessary arrangement to overcome those in advance.

The contractor shall not be allowed, any wastage and breakage in pipes brought by him for pipes issued
departmentally, the total length of pipes laid and that returned to stores in unused conditions shall coincide
with total length is used. The cost of pipes etc. cracked due to fault of contractor beyond the above
permissible limit shall be recovered from him. All waste and broken pipe pieces shall be returned by the
contractor to the store of issue at no extra cost. The contractor shall keep an upto date account of pipes,
specials and valves etc. issued him free of cost showing quantity received vide unstamped receipt No. and
date, quantity used giving chainages as and balance at hand and returned (supported by acknowledgements
signed by the Sub-Divisional Officer) failing which the Engineer-in-charge shall reserve the right to keep
final bill pending till this account is finalized and contractor shall not claim any compensation in that case for
delay in settlement of final bill.
Pipes shall be laid in reasonably dry trenches. Under no circumstances pipes shall be laid in slushy, marshy
or water logged and filled up or yielding strata before getting it inspected from Engineer-in-charge and
providing proper foundations.

Contractor shall make his own arrangements for obtaining permission for stacking or pipes etc. on the road
from land Owners whether it is belonging to any other Government Department or Municipal or Local
Bodies or Private Land Owners.

For crossing obstacles natural or built up such as culverts, drains, gutters, cables, pipline, poles etc. contractor
shall approach respective authorities obtain permission for crossing them immediately at the time limit of
acceptance of the tender and shall take into consideration all such difficulties for the time limit allowed for
execution and completion of the work. Any such work left remaining to be carried out due to want of the
tender without any claim for extra cost or compensation due to non receipt of permission or any other natural
or unforced and until the date of completion of the work shall be treated as incomplete. contractor shall also
not claim compensation if work is delayed on account of permission for road crossing etc. not being received
in time.

Before the work of laying pipe line is started the contractor shall see that all pipes are stacked length wise
above the trench between road fencing in sufficient number and without causing any construction to the
traffic.

Necessary road diversion as directed shall be provided without any extra claims by the contractor for
excavation the roads till completion of work, so that the traffic shall not be hampered. Necessary guide stones
duly painted with white wash shall be provided on both sides of temporary diversions. Necessary sign boards,
indicating diversions and road closed etc. shall be provided at prominent places alongwith red flags and red
letters at night time and maintained till the crossing work is over and road opened for traffic. The diversion
shall be removed after road surfaces are brought to original condition. Necessary storing planks for crossing
the trenches shall be provided on the open trenches in the towns and wherever required without claiming
extra cost.

The contractor shall take utmost care in laying the pipe line along with roads and in towns in order to avoid
accidents to human life and animal.

1.1 JOINTING OF PIPES –

Contractor No. of corrections Executive Engineer


260
All the jointing work shall be carried out by the contractor after giving written due intimation in advance at
least for 4 days before jointing operation starts and laid pipes are approved for grade and cleaned of all inside
waste material such as mud etc. and in presence of responsible Government Servant not below the rank of
Junior Engineer. Unless otherwise mentioned in the wording of the item in Schedule 'B' of the tender all
labour and materials required for jointing (depending upon the type of joint mentioned in item) such as lead,
spunyarn, grease, oil, SBR quality rubber rings and gaskets, cement, sand, water, fire wood, nut-bolts,
washers, rubber packing, RCC collars, etc. shall be Produced and used by the contractor at his cost. All the
materials to be used for jointing should be first got approved from the Sub-Divisional Officer.

No extra claims or compensation will be admitted for items of laying pipes etc. If the pipes are required to be
laid upto a depth not greater than 3 times the maximum depth shown in the sectioned longitudinal sectional
drawings or estimate so also no compensation shall be paid if class of pipes to be laid is changed during
execution.

If the lines are laid in separate detached sections and not continuous length due to any of the reasons such as
non availability of specials or due to obstacles etc. contractor shall see that no end of any pipe length is kept
open even temporarily and that all open ends are immediately covered up either by suitable blank flange or
cap, plug or by means of a double layer gunny cloth tied properly by means of mild steel wires and without
any claim for extra cost or compensation.
The contractor shall take utmost precautions to see that no extraneous matters such as lead, stones, brick bats
or animals such as rats, reptiles are allowed any access into the pipe line and in case of their existence being
detected in the pipe line, the contractor shall remove them by means of rodding etc. to the complete
satisfaction of the sub-divisional officer, without any claim for extra cost.

No extra cost will be allowed to fixing of specials and other accessories such as valves, washouts, etc. unless
provided for separately in the tender. So also no extra cost will be paid for cutting the pipes and specials as
and where required for negotiation of bend or fixing valve, branch tee or achieving exact length of the line
etc. The cutting operation shall be carried out preferably by means of standard pipe cutter or hacksaw unless
cutting
by chisel and hammer is allowed by the Engineer-in-charge. The end of pipe to be used for gasket joint shall
be chamfered by means of file and made perfectly true or like original chamfered and if portion of pipe or
specials is damaged rendered use less due to careless cutting of the contractor the cost of the damaged portion
as decided by the Executive Engineer will be recovered from the contractor.

If necessary the contractor shall have to carry out the work of laying pipes by keeping gaps here and there if
some pipes, specials and valves to be supplied by the Department as per Schedule 'A' would not be made
available in time and the contractor shall not claim any compensation for being required to lay the pipe line
in gaps and for excavating gap portion if it gets refilled etc.

Insertion of gaskets shall be done by proper application of a thin film of lubricant (Vegetable oil only) to the
butt seating inside the socket. The gasket shall be wiped clean, fixed and then the socket with the bulb
towards the back of the socket. The groove in the socket must be located on the retaining board in the socket
and retaining hole of the gasket firmly bedded in the seating. Contractor shall ensure to the satisfaction of the
Sub- Divisional Officer that the gasket fits evenly around the full circumference removing any bulges which
would prevent the proper entry of the spigot and for large diameter this operation should be assisted by
forming a second loop in the gasket opposite to the first and then pressing the loops flat one after the other.

The thin film of lubricant (Vegetable oil only) shall be applied to the inside surface of gasket which will be in
contact with the entering spigot. A thin film of lubricant shall be also applied to the outside surface of the
entering spigot for a distance of 25 mm from pigot end. The pipeline to be jointed should be supported
centrally by the tackle used for laying and balance just clear of the trench bottom. The spigot of the pipe must

Contractor No. of corrections Executive Engineer


261
be aligned and entered carefully into the adjacent socket until it makes contact with the gasket. Final
assembly of the joint is completed from this position.

The spigot end of the entering pipe shall be compressed until it reaches the bottom of the socket. If the
assembly is not completed with reasonable force, the spigot end shall be removed and the position of the
gasket examined and then the assembly is refitted properly to the satisfaction of the Sub-Divisional Officer.
The work shall generally be carried out as per instructions given in manufacturer's pamplets. All the tools and
tackles required for jointing, such as rack and layer 3 mm dia, 5 m long wire rope with thimble, hook and
rope adjuster should be procured by the contractor at his own cost.
The item includes all other necessary materials including rings, etc. and labour.

Mode of Payment Payment will made after Satisfactory Hydraulic Testing On mtr basis.

Item No 7 :-Hydraulic testing of C.I./D.I. pipe line to specified pressure including cost of all materials and
labour and water for testing for specified length including cutting, placing end cap making arrangement for
filling safe water using reciprocating type pumps which should be able to provide specified test pressure
gauges and other necessary equipments, labour, operation charges, etc. required for testing. The rate
underthis item shall also include cost of retesting, if necessary and reinstating to original position using
water supplied by the contractor Contractor shall take delivery of pipes from the stores and shall convey them
upto work site for use after checking and testing for soundness of the pipes and shall be held responsible for
replacement of such materials of cracked or damaged materials are in advertantly fixed and jointed.

The Department will issue pipes in available lengths and specials. Damages to departmental materials due to
carelessness of the contractor during loading, unloading, transport, lowering, laying, cutting to required size,
jointing, testing, etc. shall be at contractor's accounts and shall be recovered from him at the rates decided by
the Executive Engineer.

During laying the pipe line some time it may be necessary to cut the pipe suit the site condition or to put in
some special or valve or to have exact length of the section etc. The contractor at his cost shall do this cutting
only. No claims for extra amount due to any particular type or individual length of cut pipes and specials
being supplied or joints having been increased due to small lengths shall be entertained.
The payment for this item shall be admissible on the basis of actually laid at site including length occupied
by all types of specials and incidental small pipe pieces or other types.

All the pipes and specials and valves to be taken into use shall be cleaned and brushed clear or rust and paint
at both the spigot and socket ends.

Before the pipes and specials are lowered and laid in trenches, the contractor shall see that the bedding is
plane or the surface is brought to uniform grade and leveled with the help of cross sight rails and boning staff
and approved in advance by the last 3 days by the sub-divisional officer.

The contractor shall provide, fix and maintain cross sight rails and boning staff whenever required until the
time of completion without any extra claim for cost etc. and which shall be considered inclusive of the rates
for excavation and lowering and laying. The contractor shall provide temporary benchmarks if called upon at
a minimum distance every 150 M without any claim for extra cost. These benchmarks shall be either of stone
masonry or mass concrete not less than 0.03 Cum.
The contractor shall provide ladder for inspection of works at least 2 Nos. at the time of inspection for all the
trenches of depth greater than 1.2 M.

Contractor No. of corrections Executive Engineer


262
The pipes, specials and valves shall be lowered by means of ropes, rackles or pulley as ordered evenly and
uniformly and shall be brought level with well consolidated hard murum or wooden sleeper as ordered.

All the S & S pipes and specials shall be laid with sockets facing direction of flow, as per manual.

Materials to be used for jointing such as spun yarn, etc. shall be first get approved in advance from the sub-
divisional officer.

No jointing operations shall be started unless the sub-divisional officer approves the grade and levels.

The pipes shall be laid in a complete straight line with center line ranged accurately by mean of string
stretched between marked centers in cross sight rails and no deviation will be permissible without the
permission of the sub-divisional officer. For deviations proposed by the Department from marks on sight
rails, the contractor shall postpone the work of jointing without claiming extra cost. The spigot end of the
pipe or specials shall be inserted in socket and of the other pipe or special and shall touch squarely without
any gap.

Under no circumstances, the D.I. pipes and other water mains will be laid in black cotton soil or rock surface
without murum cushioning.

The above murum cushioning of a depth of 150 mm thick or as specified shall always be provided in all
formation within the rate of laying pipe line unless an item for murum bedding is provided for separately in
the tender.

The murum bedding shall be of the full width of the trench. Murum bedding will be necessary in rock
formation boulder formation and soft soils and black cotton soil but not in murum formation itself.

No brickbats or hard stone metal bigger than 20 mm gauge shall be allowed beneath the pipe line directly in
touch with the pipe as in the murum bedding.

All stokes such as electric wires, water and sewer mains, manhole, natural drainage, culverts, storm water
drains, gutters, poles, etc. coming in the way shall carefully be looked after and any damage be prevented to
the same. Any work of removing repairing and reducing such structures or obstacles in the process of laying,
jointing and testing pipe line etc. should be carried out by the contractor wherever directed, without any
claims for extra to the satisfaction of the Engineer-in-charge. Contractor shall foresee all such situation and
make necessary arrangement to overcome those in advance.

The contractor shall not be allowed, any wastage and breakage in pipes brought by him for pipes issued
departmentally, the total length of pipes laid and that returned to stores in unused conditions shall coincide
with total length is used. The cost of pipes etc. cracked due to fault of contractor beyond the above
permissible limit shall be recovered from him. All waste and broken pipe pieces shall be returned by the
contractor to the store of issue at no extra cost. The contractor shall keep an upto date account of pipes,
specials and valves etc. issued him free of cost showing quantity received vide unstamped receipt No. and
date, quantity used giving chainages as and balance at hand and returned (supported by acknowledgements
signed by the Sub-Divisional Officer) failing which the Engineer-in-charge shall reserve the right to keep
final bill pending till this account is finalized and contractor shall not claim any compensation in that case for
delay in settlement of final bill.
Pipes shall be laid in reasonably dry trenches. Under no circumstances pipes shall be laid in slushy, marshy
or water logged and filled up or yielding strata before getting it inspected from Engineer-in-charge and
providing proper foundations.

Contractor No. of corrections Executive Engineer


263
Contractor shall make his own arrangements for obtaining permission for stacking or pipes etc. on the road
from land Owners whether it is belonging to any other Government Department or Municipal or Local
Bodies or Private Land Owners.

For crossing obstacles natural or built up such as culverts, drains, gutters, cables, pipline, poles etc. contractor
shall approach respective authorities obtain permission for crossing them immediately at the time limit of
acceptance of the tender and shall take into consideration all such difficulties for the time limit allowed for
execution and completion of the work. Any such work left remaining to be carried out due to want of the
tender without any claim for extra cost or compensation due to non receipt of permission or any other natural
or unforced and until the date of completion of the work shall be treated as incomplete. contractor shall also
not claim compensation if work is delayed on account of permission for road crossing etc. not being received
in time.

Before the work of laying pipe line is started the contractor shall see that all pipes are stacked length wise
above the trench between road fencing in sufficient number and without causing any construction to the
traffic.

Necessary road diversion as directed shall be provided without any extra claims by the contractor for
excavation the roads till completion of work, so that the traffic shall not be hampered. Necessary guide stones
duly painted with white wash shall be provided on both sides of temporary diversions. Necessary sign boards,
indicating diversions and road closed etc. shall be provided at prominent places alongwith red flags and red
letters at night time and maintained till the crossing work is over and road opened for traffic. The diversion
shall be removed after road surfaces are brought to original condition. Necessary storing planks for crossing
the trenches shall be provided on the open trenches in the towns and wherever required without claiming
extra cost.

The contractor shall take utmost care in laying the pipe line along with roads and in towns in order to avoid
accidents to human life and animal.

1.1 JOINTING OF PIPES –


All the jointing work shall be carried out by the contractor after giving written due intimation in advance at
least for 4 days before jointing operation starts and laid pipes are approved for grade and cleaned of all inside
waste material such as mud etc. and in presence of responsible Government Servant not below the rank of
Junior Engineer. Unless otherwise mentioned in the wording of the item in Schedule 'B' of the tender all
labour and materials required for jointing (depending upon the type of joint mentioned in item) such as lead,
spunyarn, grease, oil, SBR quality rubber rings and gaskets, cement, sand, water, fire wood, nut-bolts,
washers, rubber packing, RCC collars, etc. shall be Produced and used by the contractor at his cost. All the
materials to be used for jointing should be first got approved from the Sub-Divisional Officer.

No extra claims or compensation will be admitted for items of laying pipes etc. If the pipes are required to be
laid upto a depth not greater than 3 times the maximum depth shown in the sectioned longitudinal sectional
drawings or estimate so also no compensation shall be paid if class of pipes to be laid is changed during
execution.

If the lines are laid in separate detached sections and not continuous length due to any of the reasons such as
non availability of specials or due to obstacles etc. contractor shall see that no end of any pipe length is kept
open even temporarily and that all open ends are immediately covered up either by suitable blank flange or
cap, plug or by means of a double layer gunny cloth tied properly by means of mild steel wires and without
any claim for extra cost or compensation.
The contractor shall take utmost precautions to see that no extraneous matters such as lead, stones, brick bats
or animals such as rats, reptiles are allowed any access into the pipe line and in case of their existence being

Contractor No. of corrections Executive Engineer


264
detected in the pipe line, the contractor shall remove them by means of rodding etc. to the complete
satisfaction of the sub-divisional officer, without any claim for extra cost.

No extra cost will be allowed to fixing of specials and other accessories such as valves, washouts, etc. unless
provided for separately in the tender. So also no extra cost will be paid for cutting the pipes and specials as
and where required for negotiation of bend or fixing valve, branch tee or achieving exact length of the line
etc. The cutting operation shall be carried out preferably by means of standard pipe cutter or hacksaw unless
cutting
by chisel and hammer is allowed by the Engineer-in-charge. The end of pipe to be used for gasket joint shall
be chamfered by means of file and made perfectly true or like original chamfered and if portion of pipe or
specials is damaged rendered use less due to careless cutting of the contractor the cost of the damaged portion
as decided by the Executive Engineer will be recovered from the contractor.

If necessary the contractor shall have to carry out the work of laying pipes by keeping gaps here and there if
some pipes, specials and valves to be supplied by the Department as per Schedule 'A' would not be made
available in time and the contractor shall not claim any compensation for being required to lay the pipe line
in gaps and for excavating gap portion if it gets refilled etc.

Insertion of gaskets shall be done by proper application of a thin film of lubricant (Vegetable oil only) to the
butt seating inside the socket. The gasket shall be wiped clean, fixed and then the socket with the bulb
towards the back of the socket. The groove in the socket must be located on the retaining board in the socket
and retaining hole of the gasket firmly bedded in the seating. Contractor shall ensure to the satisfaction of the
Sub- Divisional Officer that the gasket fits evenly around the full circumference removing any bulges which
would prevent the proper entry of the spigot and for large diameter this operation should be assisted by
forming a second loop in the gasket opposite to the first and then pressing the loops flat one after the other.

The thin film of lubricant (Vegetable oil only) shall be applied to the inside surface of gasket which will be in
contact with the entering spigot. A thin film of lubricant shall be also applied to the outside surface of the
entering spigot for a distance of 25 mm from pigot end. The pipeline to be jointed should be supported
centrally by the tackle used for laying and balance just clear of the trench bottom. The spigot of the pipe must
be aligned and entered carefully into the adjacent socket until it makes contact with the gasket. Final
assembly of the joint is completed from this position.

The spigot end of the entering pipe shall be compressed until it reaches the bottom of the socket. If the
assembly is not completed with reasonable force, the spigot end shall be removed and the position of the
gasket examined and then the assembly is refitted properly to the satisfaction of the Sub-Divisional Officer.
The work shall generally be carried out as per instructions given in manufacturer's pamplets. All the tools and
tackles required for jointing, such as rack and layer 3 mm dia, 5 m long wire rope with thimble, hook and
rope adjuster should be procured by the contractor at his own cost.
The item includes all other necessary materials including rings, etc. and labour.

1.3 MODE OF MEASUREMENT –


The item will be measured and paid on RMT basis.
Providing of pipes, valves, meters and gaskets
1) On supply of pipes with requisite test reports after third
80%
party inspection.
2) After lowering, laying and jointing, fixing and installing 10%
3) After hydraulic testing 10%
Laying and jointing with cost of jointing material, labour etc.
1) After laying and jointing 85%
2) After hydraulic testing 15%

Contractor No. of corrections Executive Engineer


265

Item No 8 : - Lowering laying jointing in position following CI D/F sluice valves including cost of
conveyance from store to site of work including cost of all labour, material, nut bolts satisfactory hydraulic
testing as per IS code, etc. complete (Rate for all class of valves)

This item shall be executed as per provision in the detailed relevant item of Schedule ‘B”. This includes cost
of supply, freight, transportation and allied taxes and delivery at the site of work. The item includes, labour,
cost of jointing materials such as nuts bolts, rubber packing of champion make for making flanged joint etc.
and fixing the valves in proper position and alignment including hydraulic testing conducted along with the
testing of pipe line for ascertaining the chainages of the valves so fixed as occupied in the pipe line. The
length of valves shall be recorded for actual length of valve without any financial implications. 90 %
payment shall be released after lowering, laying and jointing in position and 10 % payment shall be made
after completion of satisfactory hydraulic testing etc. The laying of valve shall be done as per specification
NoBd-V-3.6-page No.510. The item includes hydraulic testing of valves also along with the pipe line testing.
The valves shall be got inspected through EIL/SGS/RITS all charges of EIL/SGS/RITES inspection shall be
borne by the contractor. The payment is made to the contractor only after producing the certificate of testing
of Inspecting Authority.
After supply of above material at the site of work by the contractor, the same shall be issued to the contractor
on “Unstamped Receipt”. Materials shall be kept at site store by the contractor at his own cost. The register
of consumption shall be maintained by the contractor with duly signed by the site Engineer. Site Engineer
can check the balanced materials any time at site store of contractor, if any shortage is found, the cost of
short material with penal rate shall be recovered from the contractor in single installment through bill without
any prior intimation to the contractor.
Mode of payment
Payment shall be made on No basis after Lowering ,Laying,fixing valves 85% & after hydraulic testing
15%.

Item No. 9:- Providing and fixing in position air valve shaft including providing and fixing GI Medium
Class or 6 mm thick M.S. pipe shaft 2.70 M long over branch flange of air valve tee, providing PCC block of
M-150 concrete 150 mm thick around the air valve tee including encasing of vertical shaft in PCC M-150 as
shown in type design together with providing and making flanged joints wherever required and fixing of air
valve over the shaft excluding cost of air valve and branch flanged air valve tee. etc. complete as per type
design and as directed by Engineer-in-charge.

This item consists of providing and fixing in position air valve G.I. medium class or M.S. 6 mm thick pipe
shaft assembly of 2.7 M height. The shaft shall be of diameters 400 mm dia M-150 C.C. for Pipeline upto
150 mm dia carrying pipe and 450 mm dia M-150 C.C. for Pipeline 450 to 900 mm dia carrying pipe as
specified in the drawing appended. This shaft shall be provided and fixed on the branch flange air valve Tee
fixed in pipe line. The item includes providing and making flanged joints with required rubber packing and

Contractor No. of corrections Executive Engineer


266
nut bolt. This items also includes cost of providing and placing M-150 concrete 150 mm thick around air
valve Tee including encasing of vertical shaft in P.C.C. M-150 as shown in the drawing. The item also
includes only fixing of air valve & isolating valve together with providing & fixing required specials for the
purpose. The cost also includes R.C.C. raft as shown in the drawing when the strata met is of B.C. soil. But
the cost of excavation, air valve Tee & air valve & isolating valves is not included in this item. The works
shall have to be carried out as per the drawing & after fixing the assembly, it shall have to tested
hydraulically at no extra cost.

Mode of measurement and Payment: -

The mode of measurement shall be on number basis for complete assembly.

Item No. 10: - Providing & laying in situ following grade of C.C. of trap / granite / quartzite / gneiss metal
for foundation and bedding including bailing out water, from work, compacting and curing etc complete.
This shall comply as per standard specification No. Bd-E-1 Page No.287. and I.S.: 456 (2000)
Wherever concrete is to be laid in trenches, the trench shall be cleaned and watered before placing. The sub-
soil water which met shall be removed and the trench shall be kept dry during and after two hours of placing
of concrete. The thrust blocks and anchor blocks shall be cast in two stages. Initially up to invert level of
pipe and then after pipe line laying is completed.
Mode of payment
Payment shall be made on cum basis up to two decimal places.

Item No. 11: - Refilling the trenches with available excavated stuff with soft material first over pipeline and
then hard material in 15 cm layers with all leads and lifts including consolidation, surcharging, etc. complete.

After lowering, laying, jointing and welding of pipe line, site gunitting and concreting work, refilling of
trenches with available excavated stuff shall be done. The available excavated stuff shall be laid in layers of
15 cm to 20 cm. Each layer shall be watered and compacted before the upper layer is laid till the required
level is reached. First 2 layers of 15 to 20 cms shall be free from stones or chips or any harmful material, to
protect the pipe from damage.
Only soil or soft murum shall be used for filling.
Originally filling shall be done 30 to 40 cms above natural ground or road level.
Sinking below the road or ground level, if noticed till the completion of work, the contractor shall
have to make it level at his cost.
This item includes.

a) Clearing useful excavated material of rubbish bracking clods, stone, etc.


b) Conveying the useful excavated material upto 50 M and filling in layers, watering and
compacting.

Contractor No. of corrections Executive Engineer


267
c) All labour, equipment and other arrangements necessary for the satisfactory completion
and completion of the item.
Surplus excavated material is the property of Pradhikaran. So contractor is not empowered
to sell this excavated material to any other agency.

This disposal will not be considered for initial 50 M lead from edge of pipe line trenches
and so will not be paid for.

The material shall be conveyed by means of suitable devices/manner.

The material conveyed to the place of disposal shall either be stocked or spread as directed by Engineer-in-
charge or his representative.

The route opening and maintenance, payment of any royalties, compensation to land owners and for damaged
of any etc. during the process of conveyance etc. shall be the entire responsibility of the contractor.

Backfilling of the pipe trench


For the purpose of back-filling, the depth of the trench shall be considered as divided into the following three
zones from the bottom of the trench to its top:

Zone A: Back-filling by hand with sand, fine gravel or other approved material
From the bottom of the trench placed in layers of 150 mm and compacted by tamping. The back-filling
to the level of the centre line material shall be deposited in the trench for its full width of each side of the
of the pipe pipe, specials and appurtenances simultaneously. Special care shall be
taken to avoid damage of the pipe and the coating or moving of the pipe.
Zone B: Back-filling and compaction shall be done by hand or approved mechanical
From the level of the centre methods in layers of 150 mm, special care shall be taken to avoid damage
line of the pipe to a level 300 of the pipe and the coating or moving of the pipe.
mm above the top of the pipe.
Zone C: Back-filling shall be done by hand or approved mechanical methods in 15
From a level 300 mm above cm layers after compacting and carried to the level necessary to allow for
the top of the pipe to the top of the temporary restoration of road and path surfaces, and also for hard-core
the trench. (if and where ordered) on roads or to such level as will leave the requisite
space for the top soil, road surface etc. to be reinstated as directed by the
Engineer in Charge.
In case of agricultural or waste land and after approval by the Engineer in
Charge back-filling may be made in thicker layers and with less
compaction up to 200 - 300 mm above the initial ground level.

Contractor No. of corrections Executive Engineer


268

Mode of Measurement

Payment of the rate shall be for a unit of 1 Cum of compacted trench filling with approved excavated
material. The measurement shall be net for the compacted filing and no deduction for shrinkage or voids
shall be made. Deduction for pipe volume will be made. Depth of filling for measurement will be limited
from natural ground level only. No payment will be made for filling for 30 to 40 cms above natural ground
level, if so insisted by the Engineer-in-charge.

100% payment will be made after satisfactory hydraulic testing of pipe line.

Item No. 12: - Valve Chamber with Precast RCC Covers Providing and constructing B.B. masonry valve
chamber with 15 cm thick 1:3:6 proportion PCC bedding, excluding excavation, B.B. masonry in CM 1:5
proportion precast RCC frame and cover, etc. complete as directed by Engineer-in-charge.

This item includes Providing and constructing B.B. masonry valve chambers of size as per Schedule-B and as
per approved drawing

The work is to be carried out as per type design or drawing of the department and as per detailed description
of the item in Schedule-B of the tender. Sizes of chamber mentioned in the item are the clear internal
dimensions of the chamber after completion of plastering. Unless otherwise mentioned in the wording of
item in Schedule-B of the tender the rate for this item shall include following allied works.

a) The item includes the cost of extra excavation in all types of strata which is in addition to the line
trench, refilling the sides and disposing off surplus stuff.
b) Providing and casting at site 15 cm thick bed concrete in CC M-100 below external size of complete
chamber.
c) Providing B.B. masonry side walls in 0.23 M for depth of 1.2 M and 0.35 M for balance depth
exceeding 1.2 M thick in CM 1:5
d) Providing 20 mm thick plaster in CM 1:3 from inside.
e) Providing cement plaster 20 mm thick in CM 1:3 from outside at least upto 30 cm below ground level.
f) Providing top coping 15 cm thick in M-150 with smooth finishing to surface.
g) Providing and fixing in position S.F.R.C. manhole frame and cover.
h) Unless otherwise directed by the department the finished top of the chamber constructed on road surface
and shall not cause hindrance to traffic.

Mode of Measurement
This item will be measured and paid as per number basis.

Contractor No. of corrections Executive Engineer


269
Item No 13 :-Providing structural steel work in rolled stanchions fixed with connecting plates or angle cleats
as in main and cross beams, hip and jack rafters, purlins connecting to truss members and like as per detailed
designs and drawings or as directed by Engineer-in-charge including cutting, fabricating, hoisting, erecting,
fixing in position, making riveted / bolted / welded connections and one coat of anticorrosive paint and over
it two coats of oil painting,etc. complete.

Standard specification of Govt. of Maharashtra (Red Book) Sp. No. Bd-c6, Page No. 277 shall be
applicable.
1.6 This item covers fixing MS / RS girders, MS angles, channels flats, base plates, cleats, bracket etc
and other accessories as per requirement and as per directed.
1.7 Fabricating the assembly by cutting drilling holes etc and erecting and fixing item as site with
necessary riveted or welded joints, fixtures with nuts and bolts etc. wherever necessary together
with
their proper fixing and embedding in masonry or slabs of concrete as directed.
1.8 Structural steel works materials shall be procured by the contractor from open market at his cost.
The item includes 3 coats of oil paint of shade as directed to all structural work.
1.9 All the above operations including cost of materials and labour there of are included in the tender
item. The measurement and payment shall be on the weight basis in the unit as mentioned in
schedule B actually erected at site as directed shall be admissible for payment.
1.10 RSJ channels, angles, flats, gusset plates, brackets base plates cleats, packing pieces actually used
as directed shall admissible for payment but not the rivets, nuts and bolts etc.
The riveted or welded joints or fixing with nuts are included in the tenderer rates
Mode of payment
Payment shall be made on MT basis up to two decimal places.

SUB WORK NO. 3 A: - CONSTRUCTION OF CONVENTIONAL WATER


TREATMTNT PLANT OF 18.00 MLD CAPACITY
SUB WORK NO. 4 : - CONSTRUCTION OF PURE WATER SUMP AT WTP

General

These specifications as laid down hereinafter are in amplification of the requirement already specified in
preceding of this tender and further fully complementary to it. The elaborate specifications for electrical
works are given separately in addition to the following. Additional specification for mechanical work and
civil work are separately given.
DS-1 Item No. 1 Aeration Fountain (RCC)
Accessories

Contractor No. of corrections Executive Engineer


270
1.2 m wide walkway and 25 mm dia double row Stainless Pipe pipe railing at the outer periphery of
aeration fountain. It is necessary to provide RCC stair for inlet chamber. Ceramic tiles in white cement
shall be provided to cascade and collecting launder.

Mechanical Equipment

The central inlet to the chamber shall be of CI pipe of required thickness and dia with bell mouth at its top,
increased to suitable diameter covered with dome shaped MS cage. From the duck foot bend, M.S. pipe
line extending upto 15.00 m distance measured from center to duck foot bend shall be provided by the
Contractor with required specials as per site conditions.

DS-2 Measuring Flume, Flow Measuring Equipment etc.

a) Design
The flume shall be designed as an open channel type for required flow with free board or not less
than 30 cm. The measuring flume shall have a baffle wall or appropriate arrangement for
recirculation jambs and side chamber for float. The item shall include construction of entire length
of channel starting from the inlet chamber to the receiving point at flash mixer. Ref. ISS:6059 and
IS:9117 of latest edition shall be followed.
b) Accessories
On one side walkway of 1.20 m width with 25 mm dia G.I. pipe railing in double row at the outer
edge and as per specifications for mechanical engineering works shall be provided. SS Railing and
as per given specification of SS railing in the tender.

c) Mechanical Equipment

Simple flow meter with dial type indicator shall be provided and installed near the flume. The
measuring device shall have a capacity of measuring minimum flow of 100 cum/hour and
maximum flow of 25450.0 cum/hour correct upto a rate of 5 cum/hour as per ISS:6756, 6236 and
2032 of latest edition.
In order to reduce head loss, the measuring device shall be on Partial flume principle. It shall
have, however, to be assured that the channel does not head up due to churning of water in the
flash mixer. There should be clear overfall from channel to further unit. The channel and inlet
chamber channel shall be provided with a drain pipe with valve for purpose of washing. At this
time, channel shall be provided with penstock gate in M.S. to separate out from flash mixer.

DS-3 Flash Mixer

a) Design and Construction


A flash mixer of required capacity shall be constructed in RCC finished with cement plaster 1:3
mix at the water face. The unit shall be provided with RCC slab partly covering the tank for

Contractor No. of corrections Executive Engineer


271
locating the driving unit of the agitator and for approach to the same. The maximum detention time
for flash mixer shall be 60 seconds with side water depth of maximum 3.5 m. It should have
arrangement to receive the measured and chlorinated raw water, dose aluminum sulphate solution
immediately and violently dispensed the solution throughout the bulk of water in a flash mixer
chamber. The hydraulic design should be such that the accuracy of the flume is not affected by the
hydraulic behaviour of the section. The design should provide flash mixing chamber with
submerged mixers, shaft driven from overhead motors and gear box each designed to impart
turbulent energy into water at an anticipated rating of 2.25 kW (minimum). Aluminum sulphate
shall be dosed immediately adjacent to the flash mixing device.

b) Accessories
The walkway of 1.20 m width shall be provided with 25 mm dia G.I. S.S. pipe railing in the
double row as specified in general mechanical engineering works specification attached.

c) Electrical and Mechanical Equipment’s


This will be consisting of the following
i) Frame agitators with stainless steel blades and stainless steel vertical shaft mounted on bearing of
sufficient strength to prevent vibrations.
ii) Electrical motor of suitable horse power, starter and reduction gear (not less than 3 HP) Torque
rating of gear box shall be designed and submitted for approval.
iii) Suitable size outlets with proper controlling arrangements of flow.
iv) Water tight penstock on the inlet.
v) Protective covers of M.S. sheets duly painted for motor with tray to prevent failing of lubricant
into water.
vi) C.I. pipe lines between flash mixer and clariflocculators shall be provided with control valves and
suitable chambers.
vii) Flash mixer draining arrangements shall be provided with a suitable sluice valve and chamber.

DS-4 Clariflocculators
A) Designing

The item includes designing and construction of RCC radial flow clariflocculators with central flocculation
chamber of 30 minutes’ detention period and outer annular clarifier of 2.5 hours (minimum) detention
period overflow rate not exceeding 30 Cum/Sqmt/day excluding sufficient capacity for sludge storage shall
be provided, however, capacity below SWD shall not be considered. Peripheral launder to clariflocculators
shall be provided to take clarified water to the launder with suitable bevel shaped weir be provided on wall.
The shape, depth and size of inlet and outlet of clariflocculators shall be so designed that the gentle
overturning motion given to the water in the flocculating zone shall bring about complete agglomeration of
floc to the maximum possible extent so as to achieve quick settlement in the clarifier zone with a view to

Contractor No. of corrections Executive Engineer


272
lower the turbidity below 10 ppm preferably, when there is maximum raw water turbidity. In short (a)
turbidity not more than 10 ppm, (b) suspended solids not more than 20 mg/lit, (c) Total Al. Not more than
0.30 mg/lit for water leaving the clariflocculators shall be achieved, wherever pre-chlorination unit is
provided a residual chlorine of 0.2 mg/lit for water leaving the clariflocculators shall be maintained.

b) Construction
The outer clariflocculators wall shall be in RCC of thickness not less than 20 cm. The bottom slab shall be
in RCC of minimum thickness of 15 cm. It shall have a slope of 1 in 15 from outer periphery towards the
center. The flocculator wall shall be 12 cm thick in RCC with cement plaster on both the sides as it is not
retaining any water. The central inlet to the flocculator chamber shall be RCC shaft of adequate diameter
with suitable slot opening at the top. This includes providing, laying, lowering and jointing C.I. pipes of
suitable diameter from flash mixer outlet to central inlet shaft of the flocculation chamber. The portion of
C.I. pipe below the floor of the clariflocculators will be encased in CC M-300 with adequate cover of 20 cm
from all sides. The flocculator wall shall rest on RCC ring beam and column of suitable section and height
so that water from flocculator will pass on the clarifier readily, below the flocculator wall.

The sludge pipe from the central sludge pocket upto chamber of nearest drainage system shall be of CI pipe
of B class, S & S type. The pipes will be encased in CC M-300 upto cover 20 cm on all sides for length
below the floor of the clariflocculators. The diameter shall not be less than 300 mm. It should be possible
to remove the entire sludge accumulated at the centre of the pit of the clariflocculators by gravity alone to
the last drop when it is to be emptied for repairs or so. It also includes sluice valve of equal dia to that of
pipe line with extended spindle and wheel. A telescopic bleed device shall be provided separately and
drained in the sludge chamber.

There shall be RCC circular launder outside the edge of vertical wall and extending over to the whole
periphery around the weir. The launder should have bevel shape RCC weir having. The launder shall be
connected at suitable points to inlet chamber or pipe of the filter unit. The launder shall be designed to take
full flow in clariflocculators and size should be such that minimum clear free fall 10 cm in the launder shall
be maintained. From launder of clarifier, clarified water channel of required mld capacity will lead to filter
inlet.

c) Accessories
The clarifier will have 1.20 M wide peripheral walkway all round with G.I. pipe railing 25 mm dia in two
row at the inner/outer circumference as per general specifications for mechanical engineering works.

d) Mechanical and Electrical Equipment’s


This includes providing and erecting standard mechanical equipment with required electrical wiring,
switches etc. complete. In flocculation chamber, flocculator paddles made of epoxy coated, M.S. S.S.
section of suitable size and epoxy coated M.S. flats (8 mm thickness) fixed to central stainless steel shaft of
suitable dia (not less than 50 mm and as per IS:7208:1974) should be provided. The stainless steel central
shaft shall be provided with guide bearings to the bottom suitable for underwater use. Even in the case of

Contractor No. of corrections Executive Engineer


273
Dor Oliver type flocculator mechanism offered by the tenderer, the paddle shall be of M.S. and guide shaft,
if used, shall be in stainless steel. The paddles area of flocculator shall be 10 to 35% of tank sectional area
in the plane of shaft and the paddle tip velocity should be 0.30 to 0.40 m/sec the distance between the
paddle tips should be of maximum one meter. The flocculator driving mechanism shall comprise of
400/400 Volts, 3 phase, A.C. motor of suitable mechanism section HP (minimum 2 HP) with approved
make starter connected by worm reduction gear of suitable ratio through pinion and bevel wheel drive.
Bevel shaft shall be connected to flocculator shaft through rigid couplings. The worm reduction gears shall
be suitable for 24 hours’ continuous operation. The design calculations justifying the selection of gears,
material of construction, lubrications torque requirements verses torque suitability of gear box, etc shall be
submitted for approval. The equipment for clarifier shall consist of a lattice girder bridge. The bridge will
be of entire diametric length of flocculator and half the diameter of clarifier and with trolley rails resting on
the clarifier wall and the central bearing or central shaft it should not be supported by flocculator wall. The
bridge path shall consist of a 1.2 m wide walkway made of welded and bolted R.S. sections of suitable size
and fitted with 6 mm thick chequered plates. Two Nos. of scraper arms with scraper blades of suitable size
covering the entire diameter of the clarifier being suspended shall consist of 400/440 V A.C. motor of
suitable HP (not less than 3 HP) with starter of approve make jointed through coupling to worm., reduction
gear transmitted by suitable drive imparting slow motor to the driving mild steel wheel moving on rails.
The bearings shall be housed in high grade C.I housing with G.M. bush for rigidity. Special current
collector for transmission of electric power from outside to the different units of bridge shall be provided.
The clarifier bridge mechanical equipment should be given two coats of anticorrosive epoxy paint. The
panel shall be suitable for outdoor installation and suitable for SCADA and Automation and switch fuse
units of approved make shall only be assembled. The drawing should be got approved prior to fabrication
and brought to the site only after inspection by the Engineer-in-Charge.
Minimum performance
Effluent turbidity not greater than 10 ppm
S.S. not greater than 10 mg/lit
Total Al. Not greater than 0.5 mg/lit., Outlet turbidity - 2 NTU
Note: - 1) All the MS structural Work shall be Hot Dipped Galvanized.
2) Incoming cable for Clariflocculator shall be provided with 100% stand bye.

DS-5 Filter House and Rapid Gravity Constant Rate Sand Filters

a) Design
The filter beds shall be located in filter house with roof slab with control bay in a filter house with roof.
The location of filter house shall not be on pure water sump. There shall be minimum 2 Nos. of filter beds
which can be operated independently. The ratio of length and breadth of each filter bed (there are two beds
in each unit) shall not more than 1.66. Filter shall be designed for the filtration design of 4800 lit/Sqm/hr.
at normal flow and maximum 6000 lit/Sqm/hr with overloading during backwash/maintenance of a bed for
ex. changing filter media etc.

Contractor No. of corrections Executive Engineer


274
It is proposed to backwash the filter with air wash at the rate of 35 to 45 Cum/Sqmt/hr of filter bed after 0.35
Kg/Sqcm pressure at the under drains and followed by wash water at the rate of 600 lit/Sqmt/minute of the
filter bed area for a duration of 12 min. It shall be ensured that the lip level of wash water trough is kept
minimum 60 cm above the surface of sand to accommodate expansion of sand bed.
i) 1.20 m wide walkway all-round the filter beds with three row of S.S. pipe railing of 25 mm dia as
specified in the general specifications for mechanical engineering works.
ii) Space for housing air blowers and panel board in a separate filter annex room with adequate working
space.
iii) An office room.
iv) Pressure reducing arrangement to reduce pressure of water supplied from wash water tank for back
washing the filter beds if necessary.
v) Each unit shall be complete in all respect with inlet valves, wash water inlet valve, wash water outlet
valves etc. Velocities permissible in different conduits and valves of filter house shall be as below.
a) At inlet to filter 1.00 m/sec.
b) At inlet to wash water 2.40 to 3.0 m/sec
c) At outlet of wash water 2.0 m/sec
d) At outlet of filtered water 1.0 m/sec
e) Air inlet 25 m/sec.
Filter inlet and outlet channels shall be designed for 20% overloading with free board of minimum 50 cm.

b) Filter Media

This shall consist of properly washed quartz sand of effective size between 0.45 mm to 0.70 mm with a
uniformity coefficient between 1.3 to 1.7. The gravel media shall be as per standard specifications of rapid
gravity filters. The filter bed shall consist of 0.60 to 0.70 m of sand supported on 0.45 m gravel. The filter
sand shall be granular, hard, durable, well-washed and screened. It shall be free from clay, dust, shale, loam,
organic impurities, vegetation and other impurities and shall not contain more than 10% miraculous matter.
The sand crushed and powdered and immersed in concentrated hydrochloric acid shall not lose more than
1.5% of weight calculated as CaCO3 and not more 2% weight shall be lost in case of sand crushed/powdered
after burning. The frailty weight cost after milling for 15 minutes (750 strokes) shall be less than 10% and
for 30 minutes (1500 strokes) shall be less than 20%. The gravel shall be hard, durable and shall not
disintegrate under the action of water. The smallest and largest size shall be 3 mm and 50 mm respectively.
The Contractor shall specify the size and thickness of each layer of filter media (gravel and sand. The filter
media shall be so selected to achieve filtration rate or 5000 6000 liter/Sqmt/hour and turbidity not 1 NTU or
less.
Note: - Filter Media shall be got tested from VNIT, Nagpur
All the filter sections of each bed shall be provided with head loss indicator.
All valves of Filter bed shall be glandless and suitable for operation through actuator for
Automation.

Contractor No. of corrections Executive Engineer


275
c) Construction
The filter house and filter annex building shall be of RCC framed structure. Filter house will comprise of
closed control bay and filter beds. Ground floor filter annex shall be double store yard comprising of inter-
annex hall with porch at main control door, air blower room, panel board installation, general
administrative block, 1.00 m wide staircase from annex room to operating floor of filter house shall be
provided.
Two Nos. RCC stair case 1.0 m wide shall be provided for going from filter operating platform to
inspection gallery. These staircases shall be provided with S.S. pipe hand railing as per specifications
mentioned for mechanical engineering work. The steps of staircase shall be provided with CC chequered
tiles.
Dimensions of the brick walls, external and internal, should be appropriate for the function of wall to serve
and shall not be less than 23 cm. For brick masonry there shall be sponge finished cement plaster in CM
1:3 mix from outside and inside face of the wall shall be plastered in CM 1:3 mix and smooth finished with
neeru. The thickness of plaster shall be 12 mm for brick masonry.
The inside face of inspection chamber and filter water outlet channel connecting portion shall be provided
with 6 mm thick first class quality white glazed tiles, with ceramic glazed corner etc. set in white cement.
Simple flow meter with dial type indicator shall be provided to measure rate of filtration of each filter.
Also rectangular notch shall be provided in the inspection chamber made of stainless steel. The chamber
shall be provided with suitable bulkhead fittings for illumination. Inspection chambers shall be provided
with aluminum angles framed both side with protected transparent cover. The inspection box and filtered
water outlet channel shall be in RCC. The cover of channel shall be in RCC slab finished with marble
mosaic tiles, of approved colour, shape and size. There should be four openings of 90 x 60 cm for getting
into the channel and these will be fitted with 90 x 60 cm heavy duty C.I. manhole frame and cover, the
width of the passage (walkway) around and in between the two adjacent filter beds shall be 1.20 m
minimum. Walkway around and filters units shall be provided with 25 mm dia double row S.S. pipe and
railing as specified in the general specifications for mechanical engineering works. Railing shall also be
provided along the pipe gallery. The clear height shall 4 m minimum above filter operating platform level
to roof slab bottom. The roof and the ceiling etc. shall e finished as specified in the general specifications
for civil engineering works. The minimum difference in the operating floor and the walkway level on top
of P.W. channel shall be 2.7 m to be decided as per hydraulics.
The position of inspection box, RCC staircase, location of air blower etc. should be so chosen as to offer
very neat and tidy appearance to the filter house.
The ground floor of the filter annex should accommodate air blowers, entrance hall with entrance counter,
ten chairs etc. A decorative teakwood paneled large size door should be provided.

Mechanical Equipment’s
i) Piping

Under this arrangement inlet piping, with regulating arrangement of approved type, outlet pipe with central
valves, filter back wash piping waste water discharging piping with valves and air pipe from the blower up
to the under-drainage system with suitable control valves and air releases with necessary piping, extended

Contractor No. of corrections Executive Engineer


276
spindle penstock and operating C.I. hand wheel, etc. as required shall be provided. All valves should be
capable of being operated from operating floor. All the valves used shall be of Kirloskar/IVC/IVI make
only.

All pipes shall be of CI B-class pipes with flanged joint upto 300 mm dia. Above 300 mm dia M.S. flanged
pipes of minimum 6 mm thickness may be provided. This also includes the required number of specials to
negotiate bends and inter connections, etc. The complete piping for backwash of water shall be provided
suitable to wash two filter bed at a time.

Under drainage system


a. This shall be provided with Central manifold of C. I B-Class pipe with plain ended C.I. tees to be laid over
RCC flooring and laterals of PVC 6 Kg. Sqcm with perforations at bottom. The under drainage system shall
be designed for the washing rate which shall not exceed 600 lit/Sqmt/min. The under drainage system shall
consist of manifolds and laterals as per design of the Contractor to satisfy the obligatory requirement.

b. The ratio of the area of the manifold to the total area of laterals drawing into the manifold shall be 1.5 to 2.
Wash water gutter (laterals and main) shall be properly designed so that while functioning, it facilitates
complete bed washing. There is no loss in filter material. Wash water travel shall not exceed 1.20 m
transversely. Height of lip of the gutter shall be designed taking into consideration the bed expansion
during backwash. Duration of wash should not exceed 10 minutes in any case. The quantity of back wash
water used shall not exceed on an average 2% of total quantity of filtered water as counted on the average
of year's working. The piping shall be sufficiently fixed to RCC floor to prevent its getting detached from
the floor. The under drain system shall be capable of taking an overload of 20%.

c. The under drain system should be capable of taking an overload of 20% as stipulated above. So also the
filter outlet control system should also be capable of taking an occasional overload of 20% of the rated
capacity hydraulically.

d.Complete system of waste water draw off for collecting and disposing off waste water during cleaning of
filter beds shall be provided as to above requirements.

e. Flow Control System for Constant Rate Filtration with Influent Flow System

The filter shall work on constant rate filtration by influent flow splitting. In the case of influent flow
splitting, the entire flow of influent (clarified water conveyed to filters) shall be split equally at the inlet of
each filter unit of 2 beds by means of simple weirs. The rectangular weirs with equal dimensions are
located at the same elevation in the concrete weir boxes. The location of weir should be such that it should
be possible to measure head on the weir and regulate the discharge by providing isolation gate for every
weir. The spindle of this gate should not reduce the walkway width. The influent channel shall be
connected to the inlet of weir boxes by means of isolating gates. Filter boxes should have to be designed in
such a way that the depth of standing water on the bed should be about 3.5 to 4 m supported by due design.
The influent channel should be designed for the velocity of 0.6m/sec.

Contractor No. of corrections Executive Engineer


277
f. The sizing of the box and that of inlet port should be large enough so that they do not cause any
turbulence over the weir. The design and arrangement of constant rate filtration process shall be as directed
by the Engineer-in-Charge and as specified in Para 7.6.8.1. of CPHEEO manual.

g.General Layout and Carpet Area

Full details should be indicated in general layout plan.

DS-6 Bypass Arrangement

a) Design and Construction

Bypass arrangement shall be provided as per detail mentioned in Schedule-B. The arrangement shall be
designed for a required flow plus 20% overload. It shall also include construction of RCC chamber of
suitable size wherever necessary.

It should be possible to bypass.

i) Flash mixer and clariflocculators.

ii) Filters totally and/or partially

iii) Flash mixer and clariflocculators and filters

iv) Clariflocculators shall be designed to take water to the chlorination point of pure water channel in
the filter house proper.

The period of bypass will be minimum possible required for various units and repairs, whether panel or
otherwise. During this period the hydraulic capability of various units will be utilized to the maximum but
in any case no unit shall be over flooded nor the quality of pure water be deteriorated beyond acceptable
limits. The Contractor shall give trial of such hydraulic bypass and limits of end quality achieved.

i) Piping

Pipes and specials shall be of C.I. LA Class.

ii) The CIDF Butterfly valves with electrically/ Hydraulically operated actuators shall be provided
instead of sluice valves/sluice gates, i.e. Clariflocculator drain, inlet channel, inlet valve of filter beds,
outlet valves of filter beds, backwash pumps, blowers, etc. The CIDF Butterfly valves &Actuators, etc.
shall be as per approved list of mechanical equipments of MJP.

DS-7 Wash Water Tank

a) Design and Construction

The tank shall be of RCC with required capacity. The capacity of wash water tank should be sufficient for
cleaning one filter bed with two sections even though only one section is to be washed at a time at the rate
of 600 lit/sqmt/min. for 12 minutes’ duration and shall be provided at a suitable location. In case total beds
are more than 4, then capacity should be sufficient for washing 2 beds instead of 1 bed. The tank shall be
at such an elevation as would give an effective net head of 12 m at the under drain of the filter beds. In
addition to above 10 cum extra capacity be provided for other utility.

Contractor No. of corrections Executive Engineer


278
b) Allied Items

i) Water level indicator

One water level indicator shall be installed in the filter house

ii) RCC spiral staircases for access to the top of the tank and M.S ladder inside the tank.

iii) 2 Nos of C.I. heavy-duty manhole covers with frames of size 0.9 x 0.6 m with locking
arrangements.

iv) Lightening conductor

One No. as per relevant IS specifications.

v) Piping and Valves

C.I. pipe line with specials, valves etc. shall be provided from wash water tank filling pump in
pump house to wash water tank and wash water tank to filter for back wash and the required sizes
of G.I. pipes for chemical tank and sanitary block shall be provided from wash water tank.

vi) Cowl type ventilater C.I.

DS-8 Chemical House and Store Chemical Feeding Equipment

a) Design

The building shall be constructed in two floors as indicated. It shall be a RCC framed structure in columns
and beams with brick paneling of minimum 23 cm thickness. It should not be located on pure water sump.

b) Area and Location

The chemical house shall be so located that the chemical could be conveniently and easily fed and
controlled between the inlet chamber and flash mixer and fed by gravity. The minimum carpet area for
chemical house (in two stories) and chemical store in single or two story shall be as below.

Chemical House Chemical store total minimum

10 Sqmt min. separately required

Above area is the total area, which can be split in two floors.

Above areas excludes 150 sqmt. area of filter house as shown at OR-10 (V-g)

Minimum ceiling/roof height 4 m on ground floor

4.5 m on first floor

Contractor No. of corrections Executive Engineer


279
The entire construction shall be a RCC structure in columns and beams as specified with panel of 23 cm
thick brick walls for external walling subjected for exposure to rains.

c) Construction

i) Ground floor

The ground floor shall accommodate alum store for 90 days’ lime for 30 days and TCL powder for
7 days’ requirement and other misc. store. Platform type alum weighing machine of 1.00 MT
capacity, the average height 7of the plinth of chemical house shall be 0.6 m

ii) First floor

The first floor shall accommodate minimum 3 RCC solution tanks. Similarly, it shall also
accommodate laboratory, test room and TCL solution tanks for pre-chlorination and post-
chlorination and lime tank. The chemical tanks shall be designed and provided as below.

a) Alum Tank.

Minimum three tanks (one for preparation, second for dosing and third for standby) each tank capable of
giving un-interrupted dose of 2.5 mg/l for 8 hours’ capacity, minimum free board 0.30 m trays for
dissolving, level indicator, mechanical agitation devices, solution feed and drain lines, solution feed device.
The inner surface of tank and dissolving tray shall be coated with FRP. The strength of solution shall be up
to 10% only conforming to IS:9222 Part-I-1979 or latest code.

b) Lime solution tank

Minimum three number so lime solution tank each of 8 hours’ capacity to dose up to 2.5 ppm at 10%
solution strength to deal with the design flow. The inner surface of tank and dissolving tray shall be coated
with FRP

c) TCL Tank for Post-chlorination

Minimum 3 Nos. each of capacity not less than 3 hours (1 Kg of RCL in 40 lit of water) for a dose of 3
ppm of chlorine to deal with the design flow The inner surface of tank and dissolving tray shall be coated
with FRP

d) TCL tanks for Pre-chlorination

These shall be as per post-chlorination requirement

e) Mechanical and Other Equipment

A dissolving tray of RCC trough with holes or slots shall be provided on each tank for placing the alum
cakes. The alum solution tank shall be fed with pure water by means of PVC 6 Kg. Sqcm. piping and
valves of adequate size from wash water tank. Each solution tank shall be provided with brass gauge plate
level indicator. The top of the solution tank shall be covered with 50 mm thick wooden planks properly
fixed with rounded edge and painted in three coats of oil paint. The alum mixing paddles shall be of
stainless steel of enough section and size. Individual drive arrangement shall be provided. Necessary wash

Contractor No. of corrections Executive Engineer


280
out arrangements shall be provided. An RCC operating platform at suitable level and of 1.20 m width and
length covering all the tanks shall be provided. All the tanks shall have independent outlets, feeding the
dosing tank. In addition, there shall also be adequate capacity lime solution and TCL solution tank with
allied equipment to work in emergency situation.

For lime solution tank mixing paddle shall be of mild steel with individual driving arrangement. Constant
head device with manual dose adjustment arrangement shall be provided for all chemical solution tanks i.e.
without arrangement of automatic dose arrangement. 100% stand by shall be given i.e. one more constant
head device at every tank be provided in spare.

All valves, pipes and fittings for dosing and washout shall be non-corrodible materials and should be of
adequate size. Monorail operated chain pulley block of 1.0 MT capacity with geared trolley shall be
provided for handling the chemical in storage area. This can be manually operated. In addition to the
above one MT capacity simple chain pulley block fixed to a hook of first floor shall be provided to lift the
chemicals to top from chemical store. The chain pulley block should be of Morris/Elephanta make

An opening of suitable size floor for lifting alum bags from ground floor to first floor shall be provided.
The opening of the floor shall be provided with 25 mm dia G.I pipe railing in double row and 0.85 m high.
The operating platform of solution tank shall be provided with S.S. pipe railing. The tank shall be provided
with 1.20 m wide access staircase with 15 cm wide M.S. plate stringers of 10 posts and two rows of 25 mm
dia (internal) S.S. pipe (medium duty) on both sides. Precaution shall be taken to ensure continuity of
feeding, alum solution by gravity and prevention of gas hazards, corrosion. Accuracy of the dosing
equipment shall be an essential requirement. Constant head device with manual closing arrangement shall
be provided.

The chemical house, platform, staircase shall have flooring of corrosion proof tiles.

DS-9 Wash Water Pump Sets

a) Design and Specifications

Two Nos. of wash water pump sets as described under the statement of obligatory requirement shall be
provided. One will work and another pump sets as standby. Hence, total 2 Nos. of pumps shall be
provided with 100% standby for wash water pumping and capacity to fill up the wash water tank in 1
hours. The pump characteristics shall be suitable for satisfactory operation for head range qualified. The
pump speed shall not exceed 1500 rpm (Syn.). The efficiency shall not be less than 75% at duty point.

Construction Features

The pumps shall be single stage horizontal split casing centrifugal pump. A priming funnel and cock shall
also be provided. But the pump shall run without cavitations. The impeller shall be balanced both
statically and dynamically. The interior surface and passages shall be smooth finished. The shaft shall be
of solid type and manufactured from high tensile steel. The shaft sleeves shall be of bronze and shall be
securely keyed to the shaft. The bearing shall be heavy duty, anti-friction ball bearings. The stuffing boxes
shall be of such design as to enable re-packing without removal of any part except gland lantern ring. The

Contractor No. of corrections Executive Engineer


281
lantern ring shall be axially splits grease lubricated type and shall be easily removable. The stuffing boxes
shall be provided with a drain hole for connecting drain pipe to drained leaked water through gland.
Arrangement shall be provided for collection of gland leakages and discharging with G.I. piping near outlet
wall into small channel provided under civil works contract.

The pumps shall be provided with a common base plate of fabricated steel or cast iron for mounting of
pump and motor. In case of fabricated base plate, it shall be designed for adequate rigidity and vibration
free operation. The contractor shall submit the fabricated drawing for approval prior to fabrication. The
pumps and motor shall be installed on suitable girders of size not less than ISMB 200 x 100.

The coupling between pump and motor shall be steel pin and rubber bush type flexible coupling shall be of
adequate size. The coupling shall be dynamically balanced after being keyed to the shaft. The suction and
delivery connections shall be integrally cast with the casing the flanges being flat faced and drilled to
IS:1537. It shall be fixed on suction side of the pump as per direction given by the Engineer-in-charge,
including jointing material and hard-ware etc complete.

Both suction and delivery ends of the casing shall be provided with a 12 mm (1/2") tapping for mounting of
pressure gauges. The tapping’s shall be provided with bronze collared plugs. Each pump shall be provided
with 150 mm dia delivery pressure gauge with isolating cock and suitably calibrated to indicate pressure
from 0 to 100 m. 150 mm dia combination vacuum pressure gauges suitable to read suction lift up to 3 m
and suction head up to 5 m. The gauges shall be provided with syphon tube and isolating cocks of standard
make with pulsation dompener.

Material of Construction
Pump casing : Cast iron, conforming to IS:
210, Gr.20
Impeller : Bronze
Shaft : Higher tensile steel
(EN-8 or superior)
Shaft sleeves : Bronze
Flexible coupling : Forged steel conforming to
IS:3445.
Wearing rings : Bronze
The pumps shall be tested at manufacturer's work in the presence of representative of Department.

The scope of inspection is given below.

1. Review of raw materials test certificate and quality control procedures.

2. Hydrostatic test on casing.

3. Performance test.

4. Strip inspection after performance test for one random pump to check,

Contractor No. of corrections Executive Engineer


282
a) Rubbing if any,

b) Wearing ring clearances

c) Dynamic balancing of impellers.

VACUUM PUMP WITH MOTORS

a) The bidder shall design priming arrangement with 2 Nos, dv 30, 3 HP vacuum pumps. The
arrangement shall be available for manual operation and shall be complete with isolation valves with all
allied electrical equipments and mechanical components complete.

The pump shall be capable of creating vacuum of not less than 600 mm of mercury evacuating air at normal
temperature and pressure at the rate of not less than 150 Cum/hr. The pump unit shall be set type,
operating on principle of formation pump of liquid ring due to rotation of motor, complete to curing or
operating on equally good principle. The casing shall be designed to withstand vacuum. It shall be
complete with foot for mountings and suction and delivery nozzles. The motor and its fittings shall be
designed to withstand high temperature and stresses. The motor shaft and shaft sleeves shall be heavy duty
and designed for minimum wear. Stuffing box shall be adequately deep to prevent entry of outer air.
Liquid deflection shall be provided to prevent entry of gland leakage to bearings.
The bearing shall be grease lubricated with arrangement for repacking and refilling of grease.
i) Casing : C.I. (IS:210 PG-180)
ii) Rotor, rotor shaft : Steel (EN-8)
iii) Sleeves : Cr. Steel/leaded in bronze
The unit shall be mounted on M.S. base plate common to vacuum pump and motor. The motor shall be
directly coupled to the pump and shall have minimum 20% excess margin of power over and above power
requirement. It shall be rated for continuous duty. The motor shall be TEFC squirrel cage type suitable for
operation 415 V, 3 phase, 50 Hz. electric supply. Accessories as under shall be provided on vacuum pump.
a) Vacuum gauge of suitable size duly calibrated.
b) Drain lock
c) Adjustable relief valves

b) G.I. piping for vacuum pump

This item includes G.I. pipe 40 mm dia B class for piping and gun metal valves 4 Nos for piping.
Unions, bends, tee, etc. required for erection of vacuum pump are included in this item.
c) Contractor shall provide pressure gauge 100 mm dia, capacity range 0 to 70 M and of pressure
gauge complete with tube, isolating cock, suitable to 12 mm dia G.I. pipe. It shall be installed at end
delivery side of casing, provided with 12 mm tapping. These tappings shall be provided with bronze
collared plugs.
Location of pumps

Contractor No. of corrections Executive Engineer


283
Wash water pumps shall be located near pure water channel by constructing separate sump of required
capacity as directed by Engineer-in-Charge.

d) Allied Items
Piping and valves
The piping shall be provided consisting of suction and delivery up to wash water tank inlet. It shall be of
C.I. A-class of suitable dia. All piping shall be double flanged pipes and specials.
Each pump set shall be provided with strainer C.I. foot valve and 1 No. of CIDF sluice valve, one reflux
valve etc. on delivery side.

The test of the pumping machinery shall be given for a period of 100 hours non-stop. Performance of
machinery will also be observed in the entire performance period.

A panel board of suitable capacity shall be provided with all fixtures thereon, suitable for these pumping
sets, including circuit breaker of suitable type, switch fuse units, capacitors and starters all as necessary for
complete job.

DS-10 Chlorine Room and Chlorinators


A) Design
Two numbers of vacuum type chlorinators having capacity to treat required flow at a dose minimum 20
Kg/hour should be provided, for post chlorination (1 working + 1 standby)
The required size of chlorine storage and chlorine room of 18 Sqmt minimum shall be provided.

B) Construction

Disinfection will be achieved through chlorine gas for this purpose. Not less than 2 numbers of vacuum
type chlorinators of reputed make like Pennwalt, Meito with due approval from the Chief Engineer
(Amravati Region), Maharashtra JeevanPradhikaran with all accessories shall be provided and erected as
per maker’s specifications. Dosing capacity of each shall be upto 20 Kg/hour.
Chlorinators shall be housed in chlorine room. The chlorine cylinder room shall be located and designed
for facility of removing and bringing in large chlorine cylinders. There should be provision of weighing
machine of adequate capacity to weight and keep the cylinder on top of cradles during use. The
chlorination room shall be provided with additional ventilators at floor level also. Exhaust fans, at least 6
numbers should be designed to accommodate at least 3 numbers of toners at a time all on cradles. The
arrangement of storing shall be conforming to provisions of bylaws prepared for gas storage by the Central
Government 1981. The piping conveying gas to chlorination room shall be concealed below detachable
false flooring. For movement of cylinders from truck to cradles and in between cradles shall be done with
2.5 MT capacity gantry. The offer of the contractor shall include cost of tested full chlorine filled cylinder,
30 numbers minimum (Toners of 900 Kg) to be installed before commissioning.
C) Piping

Contractor No. of corrections Executive Engineer


284
This shall be provided from the chlorinators up to the point of application and shall be of PVC with suitable
specials, piping shall also be provided for supply of pure water to the chlorinator from a suitable tapping
point.
D) The safety equipment for chlorine gas cylinder handling such as gas mask with artificial inhaling
arrangement of a reputed Company in 3 sets to be provided. Chlorine leak detention and control equipment
shall also be provided in 3 sets. Water tank of required size shall be provided for supply water to
chlorinator.
DS-11 Emergency Disinfection Arrangement Design
This arrangement is proposed for disinfection of water by TCL. The capacity of each TCL solution tank
shall not be less than 3 hours’ capacity (1 Kg TCL in 40 liters of water). There will be 3 number of tanks.
Construction
The emergency disinfection TCL tank shall be located suitably in the chlorination room. The chlorination
room should have a separate entrance. Tank walls shall be lined from inside with bitumen rubber paint or
any other suitable anticorrosive materials. Additional ventilators shall be provided at floor level.
Accessories
Approach ladder and walking platform 1.20 M wide with S.S. pipe railing as specified in the General
Specifications for Mechanical Engineering Works shall be provided if the tank top is more than 1 M above
the floor.
Piping
This includes alkathene piping encased in A.C. pipes for solution outlet and drawn up to the point of
discharge and G.I. piping with valves for feeding pure water to tanks, right from tapping point.
Mechanical Equipments
The tanks shall be provided with electrically operated suitable stainless steel shaft fixed with stainless
mixing paddles with suitable motor cover. A dosing arrangement consisting of constant head dosing box
with stainless steel ball valve and polythene float and stainless orifice with stainless steel tappet shall be
provided to administer appropriate dose of chlorine at each place. A solution level indicator shall be
provided to each tank.

DS-12 Electrification
The main distribution panel board should be connected to panels for flash mixer, clariflocculator, clarifier,
chemical agitators, lighting purpose, etc. This item includes all power/control wiring, external, internal
electrification, illuminaries, fixtures, switch fuse unit, circuit breakers, etc. This unit shall be as per site
requirement and test and trial shall be given upto the satisfaction of Engineer-in-charge.
The contractor shall submit single line diagram, running load and connected load calculation. Design fault
level for 440 V system shall be 35 kA. The contractor should also submit design calculation showing size,
Amp. Rating of PVC armoured 1.1 kV grade aluminum cables with voltage drop calculation. Electrical
illumination shall be provided at 150 lux for internal works and 10 lux for outdoor premises. The outdoor
lighting shall comprise of street pole, wall bracket of suitable size. Lighting system shall be designed
accordingly. Earthing as per IE Rules and relevant IS Standards shall be provided. Internal illumination
shall be with MV lamps and external shall be with HPSV lamp.

Contractor No. of corrections Executive Engineer


285
The contractor should design HP rating of the equipment with safety margin of the 30% upto 30 HP and
20% margin for 31 to 150 HP prime movers/motor.
Types of starter will be as below.
Upto 7.5 HP DOL Starter
7.5 HP to 30 HP Fully automatic star-delta starter in
standard confirmation.
30 HP & Above ATS Starter
A ventilation equipment such as exhaust fans shall be provided to achieve 10 air changes/hr. Air circulator
with pedestal shall be provided.
The source of electric supply for the electrification of WTP works shall be made available on the main
control panel of the proposed raw and pure machinery through separate contractors at the pump house.
The contractor will have to provide the main supply cable from the control panel in the pump house upto
main control panel of the WTP equipments of 1.1 kV grade PVC armoured 3.5 core of suitable size and
ampere rating of required length underground or above ground as per site situation.
The Clariflocculator Bridge shall be provided with 1.1 KV grade, 16 sq.mm, 4 core XLPE copper cable for
supply to Bridge motors with minimum 28 no. of brushes of slip ring. Also the 1.1 KV grade, 2.5 sq.mm,
30 core XLPE copper cable shall be provided for control supply for automation system. The cable shall be
laid from Main LT Panel in WTP to slip ring rotor provided in the central shaft of Clariflocculator
Bridge. (with 100% standbye cable.)
The motor, cable, switch gear, circuit breaker, panel board, capacitor. All allied equipments shall be
suitable for these design without any overloading at any operational point. All electrical work shall be
carried out as per relevant specifications, IE rules and PWD standard specifications.
Separate panel Board for actuators shall be provided for operations of actuators.
A separate room of 10 x 5 mtr. Size shall be provided for housing PLC panel and Actuator Panel near to
Main LT Panel of WTP and away from chlorine & alum dosing arrangement/ stores.
Note: Contractor has to make his own arrangement of Electricity for testing and trial of WTP till express
feeder electric supply is received from MSEDCL.

DS-13 LABORATORY EQUIPMENT


The laboratory shall be suitably accommodated on the ground floor of chemical house. The contractor shall
provide the laboratory equipment to the latest and up to-date design and shall consist of
i) Jar test apparatus to decide optimum alum dose including chemical/electrically operated stirrer.
ii) One turbidity rod for measuring the turbidity of raw water.
iii) a) A latest type optical turbidity meter for measuring the clarity
turbidity of filtered and settled water.
b) A turbidity meter specially to measure turbidity of pure water with digital display along
with 2 Nos of spare kits.
iv) One electrically operated pH meter (Aquascope) with full range of compactor discs with necessary
reagent.
v) Two chloroscopes for measurement of chlorine with necessary reagent.

Contractor No. of corrections Executive Engineer


286
vi) One wash basin of large size for laboratory use with inlet pipe connections from main and
washout pipe arrangements upto manhole.
vii) Plastic (white/transparent) buckets of 15 liters’ capacity- 2 Nos.
viii) One analytical chemical balance with glass case, one of weighing capacity up to 200 gms and
sensitivity up to 0.1 milligram along with a weight boxes. One mechanical balance of 1 Kg
capacity with dial display shall be provided with sensitivity one gram.
ix) Stainless steel tongs of 200 mm size 2 Nos
a) Crucible with silica and lid 2 Nos
b) Test tubes 15 and 20 cm size 12 Nos
c) Volumetric pipettes range varying 6 Nos
from 1 cc to 100 cc.
d) Measuring flask various range 4 Nos
e) Beakers 4 Nos
f) Weighing bottles 2 Nos
g) Bottles 1000 cc 2 Nos
h) Burette 25 cc 6 Nos
i) Reagent bottles of different capacity 4 Nos
j) Chemical flask 250 cc 4 Nos
k) Porcelain crucible 25 cc 4 Nos
l) Measuring cylinders 100 cc to 500 cc 4 Nos
m) Distillation flask 1000 cc 1 Nos
n) Pipette stand for 12 pipettes 3 Nos
o) Test tube stand 2 Nos
x) One electrically operated ‘Beaker’ laboratory flocculator for stirring solution.
xi) One water works model of minimum plan size as per actual execution, in a glass case mounted on
a T.W. table to be located in the office room of filter house.

xii) Sampling Table


This shall be provided for collecting samples of raw water, settled water, filtered water and
chlorinated water with necessary pumps if required, clarity bowls, glazed sink, piping and teak
wood French polish table size not less than 1 x 2 m with glass cover and aluminum top for
supporting the same, on which the bowls are mounted. All fittings for the table shall be chromium
plated.

Individual supply lines of the sampling table shall be marked (preferably on the push rod of the
cocks) with distinctive letters such as raw, settled, filtered, etc. The whole assembly shall in form
of pleasuring features with arrangement in the background for clear vision. The equipment shall
also include drain connecting the manhole outside the filter house.
xiii) Two sets of instruction manual for operation of flash mixer, clariflocculator, filters, venturiflume
and the flow recording equipment and the chlorinator shall be provided at no extra cost.

Contractor No. of corrections Executive Engineer


287
xiv) The contractor shall identify and provide all necessary reagents and chemicals so as to enable the
chemist and his assistance can satisfactorily test the samples and analysis then for a period of 3
months.
xv) The contractor shall provide 1 No. of Godrej medium size almaries and Godrej book case and 1
No. of large Godrej table 6 Nos of chairs along with 3 Nos of cushioned stools.
xvi) A quartz type battery operated 30 cm dia wall clocks.
xvii) Entire WTP Model as per execution in glass setup.

DS-14 Internal Roads

The item shall include designing the works to an attractive layout, leveling of the works site and
construction of internal WBM roads of 3.5 M total width with asphalt topping 40 mm thick of 3 M width
approachable to each unit of the plant with side gutters. Which shall be as per standard practice.

DS-15 Pure Water Sump

a) Design and Construction

Capacity of sump shall be minimum 1 hour’s storage. The construction shall be in RCC.

b) Allied Requirements
i) The water level indicators 1 No. mechanical and 1 No. of electronic digital display shall be
provided to each compartment. Mechanical and 1 No. electronic shall be fitted in wash water
pump house and 1 No. of display in the office.
ii) Suitable decorative RCC ventilators shall be provided.
iii) 4 Nos 1.2 m x 0.9 m C.I. heavy duty manhole frame and cover with suitable locking arrangements
shall be provided and fixed.
iv) Sufficient No. of access ladders/steps shall be provided.
v) Overflow from pure water sump is necessary up to 15 m length from sump.
vi) In addition to sump, 30 minutes’ capacity chlorine contact tank (CCT) shall be provided.

DS-16 Pure Water Pump House


Pure water pump house with double floor arrangement having pump floor area required size as per design
shall be located on pure water sump and shall have adequate area to accommodate pumps. Height of pump
house shall be 9 M minimum. Ventilation shall be minimum 20%. The construction should be in RCC
frame structure and brick panels of minimum thickness of 23 cm. Top slab thickness should be 12 cm
minimum. Doors shall be in CCTW and steel windows fully glazed shall be provided. Floor shall be
provided of 50 mm thick shahabad stone with M-100 bedding. The arrangement of cable tray/trench,
location of panel board, etc. shall be got approved from Maharashtra Jeevan Pradhikaran. The pump house

Contractor No. of corrections Executive Engineer


288
columns shall be designed with corbels for 3 tonnes gantry. The scope does not include the providing of
gantry. The required size of common suction pit of 1.0 M depths throughout the sump length shall be
provided in the sump. For design of pump house floor, the impact factor should consider as under. Weight
of pumps Bowl assembly 3 times + two times of motor weight and + discharge head base frame, sole plate,
column assembly weight + weight of water etc.

DS-17 Conveyance of Waste Water and Sludge Drain Arrangement


a) Design

The arrangements are to be provided for collecting and carrying the water and sludge from the intake
chamber, venturiflume, flash mixer, clariflocculators, filter house, chemical house, overflow of wash water
sump and pure water sump, etc. through a system of pipes and manholes upto point of discharge i.e. point
as shown in the drawing of last manhole near to the boundary of plot. The pipe shall run 2/3 full. The
maximum velocity at 1/3 flow shall be less than 1 M/sec. The conveyance system to drain effluent of
septic tank shall be provided separately upto soak pit. (The size of drainage pipe shall be decided as per
design requirement). To drain out sludge from each unit C.I. –B Class or D.I. pipes shall be used and to
convey sludge from manhole to manhole RCC pipe shall be used.

b) Construction

The pipelines shall be of RCC, NP2 class jointed with CM 1:2, the minimum cover over the sewer shall be
0.8 M. The pipe below 200 mm dia shall not be used in the system. The system shall include all valves,
specials, etc. as per requirements at site and as directed by the Engineer-in-charge.

c) Manhole

These manholes shall be in B.B. masonry and shall be in rectangular shape of 0.9 x 0.45 M opening minor
as directed by Engineer-in-Charge.
The diameters of manhole shall be as stated below.
1) Depth upto 1.0 M 1.0 M dia
2) Depth from 1.0 to 2.0 M 1.2 M dia
3) Depth from 2.0 to 3.0 M 2.0 M dia
4) Depth more than 3.0 M 2.5 M dia
The B.B. masonry shall be 23 cm thick for manhole upto 1.0 m depth, 35 cm thick for manholes between 1
m to 2 m depth and 45 cm thick for manholes more than 2 M depth. The bottom of each manhole shall be
of 30 cm, M-100 (1:3:6) C.C. with a benching of M-150 (C.C. 1:2:4). The bottom and inside and outside
surfaces of the chambers shall be finished smooth with cement plaster in CM 1:3. Manhole shall be
provided with heavy-duty C.I. manhole frame and cover (500 mm dia as per ISI:1726-1967) C.I. steps shall
be provided for manholes more than 1.0 M deep.

Contractor No. of corrections Executive Engineer


289
DS-18 Sanitary Block

a) Design and Construction

There should be one unit and accommodated suitably in filter house and chemical house. It shall be
completely closed structure, constructed in brick masonry with RCC roof slab. The area of the block shall
be as per standard requirements of ISS and Factory Act Provisions.
This block shall consist of, …
i) 600 mm size water closets (Indian type) 1 No.
ii) Urinals separated by marble partition, 2 Nos
525 mm size coloured.
iii) Wash hand basin with mirror 1 No.
iv) Bathroom with showers, towel rod 1 No.
3 Sqm mirror, shelf etc.
All the provision in the sanitary block shall be of standard quality. The area of the sanitary block shall be
15 Sqm. The floor of the entire block shall be provided with approved glazed tiles. Dado in glazed tiles
shall be pro1vided for all units, for a height of 2.0 M. Adequate ventilation with exhaust fans shall be
provided.

b) Allied Items

i) Water feeding connection: G.I. pipelines of required size and lengths with specials, valves, etc.
shall be provided for all the units.
ii) Flushing tanks: Flushing tank of 14 liters’ capacity shall be provided for each water closet and
urinal respectively.
iii) Sewage effluent connection: All units shall be provided with suitable size and length of outlet
connections to septic tank.
iv) There should be one unit of instant geisure in bathroom.

DS-19 Trial Run

The period of trial run shall start from the satisfactory commissioning of the plant by the contractor as
mentioned in program under General Conditions.
After satisfactory completion, the plant is to be run for a period of 1 year under this item. During this
period bulk water, electricity shall be supplied by the Maharashtra Jeevan Pradhikaran, free of costafter
express feeder electric supply is received at site. The contractor shall supervise and offer training guidance,
consultation, etc. to the staff during this period for smooth running of the plant. Required operation
maintenance manual, catalogues, etc. be supplied in 6 sets along with all forms, registers, charts, etc. by the
contractor during this trial run maintenance period.

Contractor No. of corrections Executive Engineer


290
Similarly, 3 sets of colour photographs of major stages of construction shall be taken and furnished to the
Maharashtra Jeevan Pradhikaran for record.
The plant will be taken over the Maharashtra Jeevan Pradhikaran after expiry of successful trial run period.
If the contractor is required to run the plant beyond the trial run period, establishment charges shall be
payable to the contractor. Contractor should get the requirement of staff in various categories and rate of
monthly payment to them approved by Maharashtra Jeevan Pradhikaran, before the expiry of trial run
period. Contractor shall get the payment of establishment, to the extent of activity engaged him for this
purpose.
After successful commissioning of the scheme, plant shall be operated and maintained by agency for a
period of three months. He operation and maintenance refers to up-keeping the civil, mechanical and
electrical components of the plant through normal repairs so that they are able to function to designed
capacity and parameter and locally and daily operation plants equipment values, machinery etc.
Staff to be deployed for operation and maintenance as per Annxure. Complete record of bacteriological
and chemical analysis from source to consumer tap should be maintained. Monthly samples shall be taken
and atleast 5 samples of consumer tap shall be taken. Register shall be maintained for all such records.

Item wise payment schedule of payment for conventional type WTP. (Tentative)
APPENDIX - II

Sr.No Description of Item Civil cost Rs. Mechanical cost Rs.


.
1. Hydraulic and process design approval 1% 1%
2. Structural design approval 3% --
3. Inlet works consisting of inlet chamber, venturi 4% 8%
flume flow meter flash mixer with agitator.
4. Clariflocculators 22% 24%
5. Rapid sand filter and filter house 22% 19%
6. Chemical house, administrative block, chemical 14% 18%
tank, chlorine room, chlorinator, lab equipment,
sanitary block and air blowers.
7. Wash water tank, 6% -
Wash water Pump, Pipe assemble & Valves - 11%
8. Bypass arrangement 2% 4%
9. Pure water sump and pump house 2% --
10. Drainage arrangement 13% 6%
11. Electrification 2% 7%
12. Hydraulic testing 7% --
13. Trial run and site cleaning 2% 2%
Total 100% 100%

Contractor No. of corrections Executive Engineer


291
3a) Inlet works – Civil

Inlet chamber, venturi flume, flash mixer


With agitation

i) Excavation : 4%
ii) PCC and foundation : 4%
iii) Superstructure consisting columns, base slab, : 82%
iv) Misc. items as per A/T such as plastering, railing, painting, : 10%
glazed tiles, etc.
Total : 100%

3b) Inlet works – Mechanical

i) On supply of equipment as per A/T such as : 60%


agitator for flash mixer, motor, switch gear,
panel, ‘V’ notch, flow meter and pipe assembly for inlet
chamber.
ii) On erection of Above equipments 20%

ii) On Succesfful testing of the above equipment on complete : 20%


erection, testing and commissioning including three months
trial run)
Total : 100%

4a) Clariflocculators – Civil

i) Excavation : 10%
ii) PCC : 12%
iii) Bottom slab : 28%
iv) Vertical wall of clarifier : 28%
v) Launder wall, slab and flocculator wall : 16%
vi) Misc. works as per A/T such as plaster, tailing, ainting, precast : 6%
steps on walk way, etc.
Total : 100%

4b) Clariflocculators – Mechanical

i) On supply of equipment as per A/T such as clarifier, bridge : 60%

Contractor No. of corrections Executive Engineer


292
rails, gear boxes, motor, switch gear, panel, inlet pipe and
sludge pipe with valves and constant bleeding equipment.
ii) On erection : 20%
iii) On Satisfactory testing of the above equipment 20%
Total : 100%

5a) Rapid sand filters and filter house – Civil

i) Excavation : 7%
ii) PCC : 7%
iii) Base slab : 16%
iv) Filter house upto roof slab : 30%

v) Filter box upto and including walk way : 20%

vi) B.B. masonry walling, doors and windows : 10%

vii) Plastering and flooring : 5%

viii) Misc. works as per A/T such as railing, painting, cover on rate : 5%
control chamber, M.H. frame cove on pure water channel.
Total : 100%

5b) Rapid sand filter beds and filter house – Mechanical

i) On supply of pipes, valves and gates as per A/T : 40%


ii) On supply of under drain pipe and tees as per A/T : 10%
iii) On supply of filter media as per A/T : 20%
iv) On supply of gauges and loss of head and rate of flow meter : 10%
as per A/T.
v) On erection and testing of the above equipment : 20%

Total : 100%

6a) Chemical house, chemical tank, administrative block, chlorine room, chlorinator and
sanitary block etc. – civil

i) Excavation : 5%
ii) PCC footing and column upto GL : 12%
iii) Columns, beam upto and including roof slab of ground : 20%
floor.
iv) Columns, beam upto and including roof slab of first floor. : 20%

Contractor No. of corrections Executive Engineer


293
v) Chemical tanks : 5%

vi) B.B. masonry, doors and windows : 20%

vii) Plastering and flooring : 10%

viii) Stair case : 2%

ix) Poarch : 1%
x) Misc. works as per A/T such a painting. : 5%
Total : 100%

6b) Chemical house – Mechanical

i) On supply equipment for chemical tank with pipes and : 10%


valves as per A/T.
ii) On supply of chlorinator with pipes and valves as per A/T : 20%
iii) On supply of air blower, motor, switch gear, : 40%
panel pipes and valves, etc.
iv) On supply of sanitary and WS equipment as per A/T : 5%

v) On supply of lab equipment and furniture : 5%


as per A/T
vi) On erection and testing of above equipment : 20%

Total : 100%

7a) Wash water tank – Civil


i) Container excluding roof slab : 60%
ii) Roof slab, internal column and beams : 25%

iii) Plastering, ladder, lighting conductor, water : 10%


level indicator, railing.
iv) Misc. works as per A/T such as painting, etc. : 5%

Total : 100%

7b) Wash water tank – Mechanical

i) On supply of vertical pipe assembly with inlet, outlet, : 40%


overflow valves and specials as per A/T
ii) On supply of wash water pumps, motors, switch gear and : 40%
panel boards as per A/T

Contractor No. of corrections Executive Engineer


294
iii) On erection and testing of the above equipment : 20%
Total : 100%

8a) Bypass arrangements – Civil

i) Bypass channel and bypass piping : 75%


ii) Bypass chamber : 15%
iii) Other misc. works as per A/T : 10%
Total : 100%

8b) Bypass arrangement – Mechanical

i) On supply of gates as per A/T : 80%


ii) On erection and testing of gates : 20%
Total : 100%

9) Pure water sump and pump house

i) Excavation : 10%
ii) PCC and foundation slab : 15%
iii) Vertical Wall : 15%

iv) Column, beam and roof slab of sump house : 10%

v) Column beam and roof slab of pump house : 20%

vi) B.B.Masonary, doors and windows : 10%

vii) Plastering and flooring : 15%

viii) Other misc, works as per A/T such as painting, M.S. ladder, : 5%
M.H.frame and cover etc.
Total : 100%

10a) Drainage arrangement – Civil

i) Excavation of drainage pipeline. : 30%

ii) and construction of chambers as per A/T. 20%

Contractor No. of corrections Executive Engineer


295
10b) Drainage arrangement – Mechanical

i) On supply of drainage pipes : 30%

ii) On lowering, laying, jointing of pipes : 20%

Total : 100%

11) Electrification – Mechanical


i) Internal and external electrification to entire plant as per : 100%
A/T including main panel board switch gear as per A/T

12) Hydraulic testing – Civil


i) Inlet Work : 6%
ii) Clariflocculators : 22%
iii) Filter Beds : 30%
iv) Wash Tanker Tank : 12%
v) Bypass channel : 5%
vi) Sump : 20%
vii) Drainage arrangement : 5%
Total : 100%
13) Trial run and site cleaning : 100%
Note As separate provision is made for hydraulic testing and testing of mechanical equipment in the break
up schedule no further deduction through R.A. Bills on account of hydraulic testing is necessary.

Daily record of raw water pumped, pure water pumped from WTP, water pumped to ESR, Alum doses,
Alum consumed, turbidity, pH, chlorine dose, residual chlorine at consumer end etc. shall be maintained.
Calibration chart for turbidity and chlorine dose shall be prepared.
Daily record of filters washed For WTP, MBR and ESR Preferably use Sluice Valves of IVC, IVI or Kirloskar
make.

Item No 2: - Extra Lead cahrges for RRC work executed for construction of WTP and Difference in
Rate of MS Bars

Mode of Payment
Extra lead charges for sand and metal will be payable on actual consumption of material used for RCC
work, agency should calculate each and every quantity of RCC work and submit all detais of work for
necessary payment.

Contractor No. of corrections Executive Engineer


296
Item No 3 :-Provision for Architecture veiw and development of plant area with gardening.including
levelling of site filling required soil with mannuar,landscaping ,plantation of various plant in proper
manner and as directed by Engineer in charge

A Providing and supplying aluminum extruded tubular and other aluminum sections as per the
architechtural drawings and approved shop drawings, the aluminum quality as per grade 6063 T5 or T6 as
per BS 1474, including super durable powder coating of 60-80 microns conforming to AAMA 2604 of
required colour and shade as approved by the Engineer-in-Charge.

As Directed by Engineer-in-charge.

Mode of Measurement :
The unit of quantity shall be kg .

B Providing and supplying spandrel Glass Panels comprising of mm thick heat strengthened monolithic
float glass of approved colour and shade with reflective soft coating on surface 2 of approved colour and
shade so as to match the colour and shade of the IGUs in the visioni panels etc. all complete for the
required performances as specified, as per the Architechtural drawings, as per the approved shop drawings,
as specified, and as directed by the Engineer-in-Charge. For payment, only the actual area of glass on face
1 of the glass panels (but excluding the area of grooves and weather silicone sealant) provided and fixed in
position, shall be measured in sqm. (Payment for fixing of Spandrel Glass Panels in the curtain glazing is
included in cost of relevent Item*).

i) Coloured tinted float glass 6mm thick substrate with reflective soft coating on face #2, having properties
as visible Light transmittance (VLT) of 25 to 35%, Light reflection internal 10 to 15%, light reflection
external 10 to 20%, shading coefficient (0.25 - 0.28) and U value of 3.0 to 3.3 W /m2 degree K etc. The
properties of performance glass shall be decided by technical sanctioning authority as per the site
requirement.

As Directed by Engineer-in-charge.

Mode of Measurement :
The unit of quantity shall be Squre Meter.

C. Designing, favricating, testing, installing and fixing in position Curtain Wall with Aluminum Composite
Panel Cladding, with open grooves for linear as well as curvilinear portaions of the building, for all heights
and all levels etc. including.
a) Structural analysis & design and preparation of shop drawings for pressure equalisation or rain screen
principle as required, proper drainage of water to make it waterlight including checking of all the
structural and functional design.
b) Providing, fabricating and supplying and fixing panels of alulminium composite panel cladding in pan

Contractor No. of corrections Executive Engineer


297
shape in metalic colour of approved shades made out of 4mm thick aluminium composite panel
material consisting of 3mm thick FR grade mineral core sandwiched between two Aluminium sheets
(esch 0.5 mm thick). The aluminium composite panel cladding sheet shall be coil coated, with kynar
500 based PVDF / Lumiflon based fluoropolymer resin coating of approved colour and shade on face #
1 and polymer (Service) coating on face #2 as specified using stainless steel screws, nuts, bolts,
washers, cleats, weather silicone sealant, backer rods etc.
c) The fastening brasckets of Aluminum alloy 6005 T5 / MS with Hot Dip Galvanized with serrations and
serrated washers to arrest the wind load movement, fasteners. SS 316 Pins and anchor bolts of
approved make in SS 316, Nylon separators to prevent bi-metallic contacts all complete required to
perform as per specification and drawing The item includes cost of all material & Labour component,
the cost of all mock ups at site, cost of all samples of the individual components for testing in an
approved laboratory, field tests on the assembled working curtain wall with aluminum composite panel
cladding, cleaning and protection of the curtain wall with aluminum composite panel cladding till the
handing over of the building for occupation. Base frame work for ACP cladding is payable under the
relevant aluminum item's The Contractor shall profvide curtain wall with aluminum composite panel
cladding, having all the performance characteristics all complete, as per the Architectural drawings, as
per item description, as specified, as per the approved shop drawings and as directed by the Engineer-
in-Charge. However, for the purpose of payment, only the actual area on the external face of the
curtain wall with Aluminum Composite Panel Cladding (including with of groove) shall be measured
sqm. up to two decimal places.

As Directed by Engineer-in-charge.

Mode of Measurement :
The unit of quantity shall beSqure Meter.
D. Providing Structrual steel work in single stanchions composed of RSJ, Channel / Squre Pipes with caps,
bases, mild steel plates, angles, brackets, cleats, gussets plates, anchor bolts, etc. as per detailed design and
drawing or as directed by Engineer in charge including cutting, fabrication, hoisting, erecting, fixing in
position, making riveted / bolted / welded conections and one coasts of anticorrosive paint and over it two
coats of oil painting, etc. Complete.

As Directed by Engineer-in-charge.

Mode of Measurement :
The unit of quantity shall be Metric Tonne.

E. Development of architecture view for WTP Building as per approval of deptt. such as glass panelling,
giving decorative shape to elevation. Providing & Fixing of vetrified tiles instead of mosaic tiles, Providing
& fixing of Aluminium Doors & Windows instead of steel wdoors & windows, Internal Concrete roads
instead of Bituminus roads,paver blocks wherever necessary, Gardening, Land scapping, Construction of
Watchman Cabin near Gate & Land Acquisition for WTP etc as directed by eingineer in charge.

Contractor No. of corrections Executive Engineer


298
e ite m includes giving architectural view to WTP & doing above changes in WTP structure, The item
includes to obtain Land for WTP from private farmer @ 1 ha. Min or as directed by Engineer in charge.
Mode of Measurement :
The break up of payment shall be got approved from Superintending Engineer M.J.P. Circle, Akola.

Item No 4 :-Providing and fixing heavy duty inter locking concrete Rubber mould glossy paving
block sof 80 mm thickness of having a strength of 400 Kilogram /Sq.cm. of approved quality and
shape on a bed of crushed sand of 25 to 30 mm thick including skirting joints and cleaning etc.
complete. (using 100% crushed sand)
Contractor should procure approved quality paving block of 80 mm thickness and fixing in required
position on mortar in proper manner and slope . Coushining below the blocks should be of proper thickness
of crush sand.
Cleaning : After the blocks have been fixed the surplus material such as blocks and coushining
material should be clean from site.

Item to include : The rate shall include all labour, materials, tools and equipment required for the
following operations to carry out the item as specified above.
Mode of Measurement :
The payment shall be made on sq meter basis.

Popatkhed 97 Villages RRWS


Sump Capacity and Levels

Ground Elevation
Elevation Depth Capacity
Label Elevation (Maximum) Remark
(LSL) (m) (m) in Lit.
(m) (m)

Popatkhed Sump 435.89 431.39 435.89 4.5 Proposed


-
Chinchpani Sump 423.3 418.8 423.3 4.5 Proposed
-
Chipi Sump 401.54 397.04 401.54 4.5 Proposed
-
WTP Sump 399.5 395 399.5 4.5 Proposed
-

Contractor No. of corrections Executive Engineer


299

NAME OF WORK 3 B :Design, supply, installation, testing and


commissioning of Automation system for proposed 18 MLD WTP &
ZBR including instrumentation, PLC, SCADA,
Electrical/Electronics/Mechanical/Civil Works with six years
comprehensive operation & maintenance.

Design, supply, installation, testing and commissioning of Automation system for proposed 18 MLD
WTP & ZBR including instrumentation, PLC, SCADA, Electrical/Electronics/Mechanical/Civil
Works with six years comprehensive operation & maintenance of Popatkhed RR Water Supply
Scheme.
. The agency has following scope of work
 The agency has to submit complete P&I diagram and get it approved by the S.E. (M) before commencing
the work.
 The bidder should provide SCADA software or IMS (Intelligent Monitoring System) for report monitoring
& generation or equivalent alternative software with all the necessary license and it should have the
automation logic as required by officials and it should generate the reports in Excel format Also system
shall have sufficient inbuilt memory to store all daily reports at least for one year from the date of
generation & which can be fetched easily at any time.
 Internet connectivity with static/ Dynamic IP via LAN or GPRS with sufficient speed for the web
application for 6 years shall be in the scope of contractor.
 Agency should understand that logic development, modification and program debugging is a continuous
cycle. This continuous process will go during O & M period. No extra charges will be paid to contractor
for any modification in the program or further logic development as per the instructions of concerned
authority.
 Bidder should provide system to monitor Data & generate reports in excel format locally as well as
remotely using dedicated static IP or Dynamic IP connection.
 WTP control room and Master Control Room will be installed with 2 TR Five star Inverter Split ACs.
 UPS of suitable rating of APC/Emerson /Havells make, shall be provided for the system to ensure the
uninterrupted power supplyat WTP and Master PLC Room.
 Agency should develop IoT based Web Based Monitoring interface which will allow real time monitoring
of the selective qualitative and quantitative parameters through web.
 Detailed installation drawing of each flow meter and FCV with accessories.
 Complete manufacture, including shop testing & supply of all materials/ equipments from reputed vendors
or from his manufacturing units.
 Packing and transportation from manufacturer’s works to the site.
 Receipt, storage, preservation and conservation of equipments at the site.
 Pre-assembly, if any, erection, testing and commissioning of all the equipments.
 Reliability tests, performance and guarantee tests on completion of commissioning.
 Loading, unloading and transportation including of materials from manufacturing units.
 Safe storing before erection.
 The essential design features and detailed specifications of each and every item are as under.
 Inspection to be carried out of 100% sample size of each size of Flow Meter and Automatic Flow
Control Valve and each instrument at Mfg. Ex works in presence of MJP representative and Third
Party Inspector.

Contractor No. of corrections Executive Engineer


300
Water Treatment Plant
Popatkhed WSS includes conventional Water Treatment plant of 18 MLD at Popatkhed. The computer
station will be common for WTP & Pure water Pumping station. The automation at WTPs consist of control
philosophy of following instruments

Instrument Control Philosophy


Level Transmitter Level Transmitters will be installed on Pure Water Sump and Wash Water Tank.
It will sense and indicate the current water level present in the sump and wash
water tank respectively on local display as well as on PLC. If the level exceeds
FSL or falls below LSL accordingly PLC will trip or start the pure water pumps
or wash water pumps respectively.
Level transmitters are also to be installed on each section of the filter beds. If the
water column rises beyond preset level then immediately corresponding section
will undergo “Backwash Recipe”
Pressure Transmitter The pressure sensors will be installed on each pump delivery of pure water
pumping machinery and common manifold of Wash Water Pump and Air Blower
and Recirculation Pump.. It will always indicate the current working pressure on
local display as well as on PLC. PLC should give alarming signal if the pressure
exceeds or falls beyond the predefined range.
pH Analyzer This will measure the pH of incoming water at WTP. It will always indicate the
pH value on local display as well as on PLC. PLC should give alarming signal if
the value of pH exceeds or falls beyond the predefined range.
Power Analyzer This analyzer will indicate Line/phase Voltage, current, Power Factor, kWh, kVA
and Frequency on local display as well as on PLC through serial communicator.
Turbidity Meter (Raw This will measure the Turbidity of incoming and settled water at WTP. It will
and Pure Water) always indicate the turbidity value on local display as well as on PLC. Raw water
turbidity should give 4 - 20 mA signals to PAC dosing. PLC should give
alarming signal if the value of pure water turbidity reading exceeds beyond the
predefined range.
ALUM/PAC Solution This dosing system will be consisting of dosing tank agitators and dosing pumps.
The dosing pump will be fitted with VFDS and will set the dose by adjusting
strokes as per input received by the Raw water turbidity meter through PLC.
Residual Chlorine This will measure the Chlorine content of settled water at WTP. It will always
Analyzer indicate the RCL value on local display as well as on PLC. This meter should
give 4 - 20 mA signals to Auto Chlorination System. PLC should give alarming
signal if the value of pure water chlorine content exceeds beyond the predefined
range.
Flash Mixture and This will enable On-Off operation of flash mixer and CLF agitators and CLF
CLF bridge from control room.
Surveillance system The agency should install Bullet/Dome type CCTV cameras inside (10 Nos) and
outside (10 Nos) the WTP premises so as to cover maximum approachable area
at WTP. It should be consist with 2 TB hard disk and it should display the live
footage on local computer.
Electric Valve An electric actuator will be installed on all the valves of filter bed. The actuator
Actuator should be operated by local push buttons and remote PLC operation. Each
actuator should be mechanically and electronically interlocked for both torque
and position. Each actuator should be equipped with Current Position Transmitter
which will tend to indicate PLC the current valve position. The valve operation
will be governed by programmed “Backwash Recipe”

PLC Panel with HMI This PLC consist of I/Os in order to include all the filter bed actuators and the

Contractor No. of corrections Executive Engineer


301
for Filter Bed CPU should have memory should be such that it ≥ 40% at full operational stage.
The PLC should be capable of transmitting and communicating data through
suitable wire/wireless technology to WTP PLC. It should be integrated with
HMI for local operation of filter beds
Secondary Computer All the listed instruments should be connected to computer station through PLC.
Station The agency should develop the interface as per requirement of MJP Engineer-In-
Charge. The computer station should be equipped with HP Laserjet Multifunction
Printer. It should display all the Water Quality Monitoring parameters. All the
control functions of WTP will be generated from here. It should have to and fro
wireless communication with its Head works. It should print and electronically
download the daily report of data collected by the all the instruments. The agency
also has to take signals from motor RTDs and display it on screen. PLC should
give alarming signal if the winding temperature exceeds beyond the permissible
range. All the tripping signals in HT panel should be displayed on the screen
Ultrasonic Insertion The flow meter will be installed at WTP inlet &common manifold of pure water
Type Flow Meter pumping machinery. It will measure the total pump discharge. It will always
indicate the instantaneous flow and totalized flow on local display as well as on
PLC. PLC should give alarming signal if the instantaneous flow exceeds or falls
beyond the predefined range.

Zonal Balancing Reservoir(ZBR) and Raw Water Rising Main Management System
Popatkhedl WSS consist of total 7ZBRs at Various locations will be fed by the pumping machinery & by
gravity ..
Raw Water Rising Main Management System is only limited to raw water rising main of Bembla Water
works which is 1000 mm DI line of 19 km. The automation of Elevated Storage Reservoir and Raw Water
Rising Main Management System consist of control philosophy of following instruments

Instrument Control Philosophy


Level Level Transmitters will be installed on each ZBR. It will sense and indicate the current
Transmitter water level present in the reservoir on local display as well as on Master PLC. If the
level exceeds FSL or falls below LSL then PLC should shut off or the flow control
valve at ESR inlet respectively.

AMR Bulk AMR Ultrasonic Bulk Meters to be Installed at inlets ofZBRs. It will measure the total
Meters incoming flow. It will always indicate the instantaneous flow and totalized flow on
local display as well as on Master PLC. All the flow meters at inlets will modulate the
flow control valves through Master PLC in order to control pre set (Variable)
incoming flow to each reservoir as per Hydraulic Design
Automatic Flow Flow control valves at inlets will have interlocking with flow meters and Level
Control Valve transmitters through Master PLC. Maintains a constant downstream rate of flow
regardless of fluctuations in inlet pressure or flow. Also, closes on high reservoir level
(FSL). Opens when reservoir level drops a set (Adjustable) Level
Flow control valves at will perform Opening and Closing operations on pre -set
timings/or manually through Master PLC. The valve should offer minimum restriction
while allowing the flow.
PLC Suitable This PLC consist of 32 I/Os and the CPU should have memory should be such that it ≥
for Wireless 40% at full operational stage. The PLC should be capable of transmitting and
Communication communicating continuous data through suitable wireless technology to Master PLC

Pure Water Sump and Master Control Room

Contractor No. of corrections Executive Engineer


302
Popatkhed WSS has one WTP & Pure water sump in the same premises. The Pumping from the pure water
sump is done for filling ESR by installing four pumps in two Zones .
The Master Control Room will be in the same premises. All the Quality and Quantity parameters of entire
scheme will be monitored at MCR. The office sump automation and ESR management operation will be
controlled from MCR.The automation control philosophy of Office Sump and MCR is as follows
Instrument Control Philosophy
Level Level Transmitters will be installed on Pure Water Sump. It will sense and indicate the
Transmitter current water level present in the sump on local display as well as on PLC. If the level
exceeds FSL or falls below LSL accordingly PLC will trip or start the pure water
pumps.
Pressure The pressure sensors will be installed on each pump delivery and on common manifold.
Transmitter It will always indicate the current working pressure on local display as well as on PLC.
PLC should give alarming signal if the pressure exceeds or falls beyond the predefined
range.
Power This analyzer will indicate Line/phase Voltage, current, Power Factor, kWh, kVA and
Analyzer Frequency on local display as well as on PLC through serial communicator.
PLC Suitable This PLC consist of 64 I/Os and the CPU should have memory should be such that it ≥
for Wireless 40% at full operational stage. The PLC should be capable of transmitting and
Communication communicating continuous data through suitable wireless technology to master PLC
PLC based The agency should purchase the software and develop it as per the logic provided by
control the Engineer-in-Charge of MJP.
monitoring and
communication
software
Residual This will measure the Chlorine content of settled water at Sump. It will always indicate
Chlorine the RCL value on local display as well as on PLC. This meter should give 4 - 20 mA
Analyzer signals to Auto Chlorination System/Bleaching dosing system. PLC should give
alarming signal if the value of pure water chlorine content exceeds beyond the
predefined range.
Electric Valve An electric actuator will be installed on pump delivery valves. The actuator should be
Actuator operated by local push buttons and remote PLC operation. Each actuator should be
mechanically and electronically interlocked for both torque and position. Each actuator
should be equipped with Current Position Transmitter which will tend to indicate PLC
the current valve position.
Ultrasonic The flow meter will be installed at common manifold of pure water pumping
Insertion Type machinery. It will measure the total pump discharge. It will always indicate the
Flow Meter instantaneous flow and totalized flow on local display as well as on PLC. PLC should
give alarming signal if the instantaneous flow exceeds or falls beyond the predefined
range.
Surveillance The agency should install Bullet/Dome type CCTV cameras inside (6 Nos) and outside
system (6 Nos) the Office premises so as to cover maximum approachable area at WTP. It
should be consist with 2 TB hard disk and it should display the live footage on local
computer.
Master PLC This PLC consist of sufficient nos of I/Os in order to include all the process parameters
Panel and the CPU should have memory should be such that it ≥ 40% at full operational
stage. The PLC should be capable of transmitting and communicating continuous data
through suitable wireless technology to/from other PLCs.
Internet connectivity with static/ Dynamic IP via LAN or GPRS with sufficient speed
for the web application for 6 years shall be in the scope of contractor.
SCADA The bidder should provide SCADA software or IMS (Intelligent Monitoring System)
Software for report monitoring & generation or equivalent alternative software with all the

Contractor No. of corrections Executive Engineer


303
necessary license and it should have the automation logic as required by officials and it
should generate the reports in Excel format Also system shall have sufficient inbuilt
memory to store all daily reports at least for one year from the date of generation &
which can be fetched easily at any time.
Internet connectivity with static/ Dynamic IP via LAN or GPRS with sufficient speed
for the web application for 6 years shall be in the scope of contractor. Bidder should
provide system to monitor Data & generate reports in excel format locally as well as
remotely using dedicated static IP or Dynamic IP connection.
Centralised Engineering PC with Application Software or Intelligent monitoring system IMS) shall
Historian PC conform to industrial grades& shall work 24X7 in Humid atmosphere

LED Monitor Agency should install 46” Full HD LED monitor in MCR. It should be interfaced with
Multi-screen animation which would cover entire overview of WSS including a
separate screen for the CCTV footage in the office premises.

Planned Preventative Maintenance Schedule (PPM)


Agency should develop a system for Planned Preventive Maintenance (PPM). Agency should gather
database from the MJP officials of what are the different maintenance activities which need to be perform
after certain intervals. Agency should develop a system in which person can manually update the
maintenance activities performed with the interval of next activity. The software will automatically pop-up
the message in the system on due date stating the details of activity to be performed.

Automatic Fault Detection and Diagnosis System


Agency should develop a system for fault detection and diagnosis. Agency should gather Artificial
Knowledge based database from the MJP officials and develop Model based knowledge acquisition
through PLC. PLC would perform Real-Time data acquisition through various field sensors. The outcome
of above mentioned exercise should be the generation of Diagnostic report after fault detection. The format
of diagnostic report should be as follows

Fig Showing the Format of Diagnostic Report for Valve Fault Diagnosis

Contractor No. of corrections Executive Engineer


304
Contractor shall provide the facility such that if any time system fails or any breakdown related to pump or
power supply, the notification of same should be received by at least 2 to 3 officers in MJP through SMS /
email.The hierarchy of notification receiver should be depend on the severity of the fault occurred.The
types of faults includes
 Action (Performance faults) - This kind of fault exists only under the conditions that a control command is
received and the actions do not finish.
Instrumental faults - This kind of fault exists when the sensing instrument on the field itself is faulty.
 Routine faults – This kind of fault exists during routine operation machinery. ie. Motor Trip etc.
The general architecture is shown below

Fig Showing Typical Architecture of Automatic Fault Detection and Diagnosis System

1.0 GENERAL SPECIFICATIONS

1.1 Equivalency of Standards and Codes

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

Standard and Codes


Generally the specifications for supply, implementation and support of the product and services shall be
governed by relevant Indian Standard (IS) issued by the Bureau of Indian Standards (BIS) & CPHEEO
manual on Water Supply, IEC. In the absence of ISS the British Standards (BS) or American Standards (AS)

Contractor No. of corrections Executive Engineer


305
shall be followed. In all the cases the later issue/ version/ amendment shall apply. Where no ISS or
alternatives are available, the specification suggested by the employer from other standard shall be
adopted. The relevant international standards for software development deployment and maintenance shall
be incorporated to the system and produced to the engineer for reference. The employer shall clear the
doubts and give final decisions based on the request of the contractor. The decision intimated in writing
shall be binding on the contractor. Only SI system shall be followed. A conversion utility as required by the
engineer shall also be provided.

1.2 Sign Board

The Contractor shall provide a sign board at the site of the works of approved size and design which
provides (i) the name of the project (ii) the names and addresses of the Employer, the Contractor and the
Consultant; (iii) the name and short description of the project, (iv) the amount of the Contract Price; and
(v) the starting and completion dates.
1.3 Protection of Utilities
The Contractor is required to carefully examine the location of the Works and their alignments and to make
special enquiry's with all authorities concerning all utility lines such as water, sewers, gas pipe, telephone
(underground and/or overhead) lines, electric cable (underground and/or overhead) lines, etc.; and to
determine and verify to his own satisfaction the character, sizes, position and lengths of such utilities from
authentic records. The Contractor shall be wholly responsible for the protection and/or facilitating relocation
of such utilities as may be required, and shall not make any claim for extra work or extra time that may be
required to protect or facilitate relocating such utilities. If any major shifting or realignment of water,
sewers, gas pipes, electric and telephone lines is necessary due to their interference with the proposed
Works, the same may be done by the Employer. The cost of such relocation will be borne by the Employer.

In case the alignment of the pipeline crosses the high tension electrical transmission lines belonging to the
MSDCL or other authorities, the Contractor shall take all precautions necessary to see that the work is
carried out with care and safety, without disturbing such transmission lines. The Contractor will be
responsible to carry out all construction activities in such reaches in consultation with the owners of such
facilities. However, satisfactory completion of the entire work will be the responsibility of the Contractor.

Functions required at Pumping Station:


 Pumps shall stop when the water level in the inlet sump/ reservoir is reached below minimum set water
level.
 When the water level reaches to maximum, system shall give alarm.
 The pump(s) shall stop when the water level in the destination sump/ reservoir reaches to Maximum.
 When the pressure level in delivery pipe near pump house reduces below set limit, the pump shall stop.
 When the power is restored, application software and RTU shall start the pump on the basis of duty pump
selected and mode of operation viz. Auto/ Semi-Auto/ Manual and the signal shall be sent to the MCS.
 If the power is restored within 30 minutes, the standby pump has to start and if the power is stored after 30
minutes, the duty pump shall start. When ‘set duty hours’ of the pump running are over then during next
power cut and restoration stand-by pump will become duty pump and that running as stand-by.
 Electrical parameters, like voltage, current, power factor, Frequency, Energy consumption etc., for each
pump shall be monitored using Load Manager (Electrical Parameter Monitoring System) and if any of the
parameter crosses set min or max limits alarm shall be generated.

Contractor No. of corrections Executive Engineer


306
 All other safety devices like level sensor, pressure sensor, installed in the pumping station shall be
interfaced with PLC/RTU and Min & Max limits for each parameter shall be set. Any parameter crossing
the set limits, there shall be an alarm.
 Any other functions as desired by the Engineer in charge of the plant to make it more easy for day-to-day
operation and not involving any price implications shall be included in the system.
 Information / data for various parameters at pre-defined interval (say 15 minutes) shall be recorded at each
location along with trends and alarms data. Generation of local Reports, Trends & Alarm shall be provided.
Functions required at WATER TREATMENT PLANT
 Monitoring of water quality parameters is one of the main tasks at treatment plants.
 Any other functions as desired by the Engineer in charge of the plant to make it more easy for day-to-day
operation and not involving any price implications shall be included in the system.
 Information / data for various parameters at pre-defined interval (say 15 minutes) shall be recorded at each
location along with trends and alarms data. Generation of local Reports, Trends & Alarm shall be provided.
Functions required at ZBR locations:
 Monitoring of water level in the reservoir using ultrasonic water level sensors
 Monitoring of Flow rates at inlet of reservoir
 Modulating inlet flow and ESR level by using control valve at inlet
 Controlling Time based water supply using control valve at reservoir outlets
 Any other functions as desired by the Engineer in charge of the plant to make it more easy for day-to-day
operation and not involving any price implications shall be included in the system.
 Information / data for various parameters at pre-defined interval (say 15 minutes) shall be recorded at each
location along with trends and alarms data.
 Data / information shall be transmitted to MCS periodically as defined in the system over GSM/GPRS data
communication network;
 Receive the control commands received from MCS and accordingly perform the valve operation.
Functions at Master Control Room (MCR):
 MCS is to be programmed and designed to receive all the data and information from various stations
specified. This has to be designed for expandable up to additional 5 stations.
 MCS shall receive the data from all Major Pumping Stations and ZBR/ Sumps directly over VHF wireless
data communication network by adding additional radios in the communication network.
 Data from ZBRs, shall be received over GSM/GPRS network through MBR stations.
 The MCS shall be able to view the data received on layer wise for any stations selected to view the
performance of each station and control.
 Any other functions as desired by the Engineer in charge of the plant to make it more easy for day-to-day
operation and not involving any price implications shall be included in the system.
 Information / data for various parameters at pre-defined interval (say 15 minutes) shall be recorded at each
location along with trends and alarms data.
4.0 General Technical specifications
4.1 Design Criteria

Contractor No. of corrections Executive Engineer


307
1. System shall be designed, manufactured, installed and tested to ensure the high standards of operational
reliability and suitable for continuous operation.
2. All electronic components shall be adequately rated and circuits shall be designed so that change of component
characteristics shall not affect plant/ pump operation.
3. All equipment shall be new, of proven design, reputed make and shall be suitable for continuous operation.
4. Unless otherwise specified, all instruments shall be tropical zed. The outdoor equipments shall be designed to
withstand tropical rain. Wherever necessary space heaters, dust and water proof cabinets shall be provided.
Instruments offered shall be complete with all the necessary mounting accessories.
5. Electronic instruments shall utilize solid-state electronic components, integrated circuits, micro controllers etc.,
and shall be of proven design.
6. Unless otherwise specified, the normal working range of all indicating instruments shall be between 30% and
80% of the full-scale range.
7. The instruments shall be designed to permit maximum interchange-ability of parts and ease of access during
inspection and maintenance.
8. The field instruments i.e. the instruments mounted outside the control panel shall be mounted at a convenient
height of approximately 1.2 m above grade platform.
9. The instruments shall be designed to work at the ambient conditions of temperature, humidity and chlorine
contamination that may prevail. The instruments shall be given enough protection against corrosion.
10. All field instruments and cabinets/ panel mounted instruments shall have tag-plates/ name-plates permanently
attached to them.
11. The performance of all instruments shall be unaffected for the  10% variation in supply voltage and  5%
variation in frequency simultaneously.
4.2 CONTROL, INSTRUMENTATION AND AUTOMATION
4.2.1 General
For uniformity of appearance all panels shall have a common appearance and color. Adequate size shall be
provided to accommodate all the necessary equipment.
In order to reduce the holding of the spares to a minimum, the instruments and, electrical, control and
instrumentation equipment and components of similar type and purpose, used throughout the works shall
be of the same manufacturer and type / series.
All ventilation grills provided to the control panel shall be provided with fly screens to prevent the entry of
insects.
4.2.2 Glossary
The following abbreviations have been used in this document:
(a) MBR - Master Balancing Reservoir
(b) AC - Alternating Current
(c) DC - Direct Current
(d) I&C - Instrumentation and Control
(e) A - Ampere
(f) mA - Mille-ampere
(g) V - volt
(h) Hz - Hertz (cycles per second)
(i) MCB - Miniature Circuit Breaker

Contractor No. of corrections Executive Engineer


308
(j) CP - Control panel
(k) UPS - Uninterruptible Power Supply
(l) RTU - Remote Terminal Unit
(m) I/O - Input/ Output
(n) OIU - Operator Interface Unit
(o) LAN - Local Area Network
(p) PC - personal computer
(q) MCR - Master Control Room
(r) ppm - Parts Per Million
(s) HLR - High Level Reservoir
(t) CSR - Central Storage Reservoir
(u) VHF - Very High Frequency
(v) UHF - Ultra High Frequency
(w) RTU - Remote Terminal Unit
(x) PLC - Programmable Logic Controller
(y) IPS - Intermediate Pumping Station
(z) BPS - Booster Pumping Station

4.2.3 INSTRUMENTATION SYSTEM DESIGN CRITERIA


The design criteria to be applied to instrumentation systems shall be as follows:
(a) All instruments shall be suitable for continuous operation
(b) All transmitting instruments shall have a 4-20 mA linear output
(c) All digital outputs shall be volt free
(d) All instruments shall be designed for the ambient conditions of temperature (43oC) and humidity
(Average level – 800M MSL)
(e) All wetted parts of instruments sensors shall be non-corrosive and suitable for use with potable
water containing residual chlorine of maximum 5 ppm.
(f) All displays shall be of the digital type with no moving parts utilizing back-lit liquid crystal diode
technology
(g) Instrumentation shall utilize solid state electronic technology and avoid the use of any moving
parts wherever practicable
(h) Instruments shall resume operation automatically on application of power following a power
failure
METHODOLOGY OF SCADA AND AUTOMATION SYSTEM
1. INTRODUCTION TO PROPOSED AUTOMATION SYSTEM:

The automation system proposed shall be with Integrated Water Distribution Management system to
monitor and operate supply of water from the source up to the ZBR’s in Popatkhed Rural Area .

Contractor No. of corrections Executive Engineer


309
The Integrated Water Distribution Management System (IWDMS) is aimed at designing and implementing
an engineering and management solution for continuous Water Supply System based on the state of the art
software and hardware technologies.

An Operation Control System (OCS) consists of a set of equipment, activities and processes allowing all
the information on the operation of a water supply system to be obtained and analyzed by transmission of
the system data to an operational centre. Based on these data, operational, routine or emergency decisions
regarding the different components of the system, from intake to distribution network, are made and actions
taken accordingly.
The OCS facilitates integrated operation of the scheme; The OCS includes a SCADA (Supervisory Control
and Data Acquisition) system, providing steady receipt of information.

The functions of the OCS are to:

• Coordinate routine and emergency operation of the integrated supply system.


• Inform the water production centres of the flows required in each as well as their respective schedules,
taking into consideration and demand aspects.
• Coordinate with the production centres the reduction of flows due to maintenance or emergency
measures, such that they do not affect the water supply.
• Obtain all the pertinent data on the behaviour of the conveyance network and storage reservoirs.
• Allow fast operational decision-making in order to provide answers at any given moment regarding
system requirements.
• Save power and water.
• Maintain general data on system operation.

2. CONCEPTUAL ASPECTS:

Implementation of an OCS in a water supply system entails a division between production, conveyance and
supply through pressure zones. Thus, production determines the conveyance system and/or main network,
and the pressure zones, as it done in present project. According to this scheme, the data inflows and
outflows are defined from and to Central Control Room (CCR).

It is very important to take in account the administrative and operation organization of management of each
one of the components of the water supply system, because the main strategic concept proposed by
TAHAL that based on many years of experience to see SCADA system as instrument of management.

Central Control Room (CCR) or SCADA room is proposed to be located near Water Treatment Plant
(WTP).

Apart from central control room, Local control rooms with RTU containing PLC and HMI are proposed at
following locations to control the operations of that particular station/plant.

 18 MLD proposed WTP at Popatkhed


 7 ZBR’s in the Rural Area

Data from Raw Water Gravity Main& proposed WTP, Clear Water Pumping Stations (CWPS), ZBR, shall
be transmitted to Control room at Water Treatment Plant (WTP) at Popatkhed via wireless GPRS
communication for monitoring. A GPRS gateway shall be provided at Central Control Room to handle the
signals from various locations (RWPH, MBR’s, and ESR’s).

From WTP, entire data shall be transferred for monitoring to Remote stations through GPRS
communication.

The operation and control of Pumps at Clear water pumping station at WTP, and entire 18 MLD treatment
plant The backwashing of filters of proposed 18 MLD WTP shall be controlled through a PLC / SCADA
system.

Contractor No. of corrections Executive Engineer


310

The 18 MLD WTP, CWPH and ZBR,ESR’s are designed to operate in automatic mode of operation at all
given times. In the event of failure of the same, the facility is provided to operate available reserve, if it was
planned the availability to operate each of systems or all plant in Manual mode available always. The
hydraulic protections such as level, flow and pressure are incorporated in the design to ensure that the plant
is operated in a safe condition at all times and to ensure maximum uptime. The Local Manual Controls are
provided adjacent to the units to facilitate ease of day to day operation and maintenance

3. SYSTEM CONFIGURATION:

The SCADA System comprises four (4) zones, which are:

 18MLD proposed WTP.


 Pure Water Pumping Station at WTP, (2 Working + 2 Standby pumps)
 ZBR - 7 Nos, ( 1 Nos. Existing &6 No. Proposed )
 ESR – 2 Nos.

All these zones are controlled from Central Control Room (CCR)

To cover all the project facilities with SCADA, the following types of RTU/PLC are proposed:

 Water Treatment Plant.


 Pure Water Pumping Station
 ZBR
 Elevated Service Reservoir (ESR’s)

4. SCADA SYSTEM & DESCRIPTION:

The proposed SCADA system is hierarchical that can be best described by four functional areas:

 Operation Control Center (OCC) or Central Control Room (CCR)


 Communications System
 Local (Remote Stations) Control (PLC/RTU, GPRS/RTU)
 Instrumentation and Process Automation

Contractor No. of corrections Executive Engineer


311

The above triangular structure is typical for many SCADA systems and has been adopted for proposed project. To
ease the reading the technical proposal is following this division and order as much as possible.

The SCADA shall be of the distributed type, confirmed by the control levels. In the Scope of Works associated with
the SCADA, these generally do not include level 0 (this is part of Control Circuits of MCC) of the equipment own,
as for example: valve’s actuator). Each level’s function is described in general form as follows:

i. Level Zero: Direct operation and supervision in each particular equipment.

ii. Level One: Local operation and supervision of groups of equipment by means of boards with
instrumentation, controls, indication and other tools for safe process operation. In this level two control
modes are possible:

a. LOCAL MANUAL: The operator will have the handling of the equipment, and the control from higher
levels will be disabled.

b. LOCAL AUTOMATIC: If available, the control will be made by the control elements of the
equipment. The control from higher levels is disabled.

The control from higher levels will be informed about this operation mode and will not have.

iii. Level Two: This refers to the set of automation that controls all the operations of a station. It monitors all
the equipment, is capable of executing locally- or remotely-requested general station operation orders, and
can produce operation reports as detailed as required.

Control level 2 will be the first level of basic control for the equipment, either of each one in individual or
of a limited set of equipment. Some level 2 equipment will have their own microprocessor- based control
and others will be integrated to a PLC-based local control, therefore a commutation system shall be
available for selecting the desired control mode. the possibility of controlling it.

There shall be three control modes in level two:

 Manual local

Contractor No. of corrections Executive Engineer


312
 Automatic local
 Remote: The control is made from higher levels, it is the normal operation mode

In the "Local Manual" control mode the operator will have the handling of the equipment and the control
from higher levels is disabled.

In the "Local Automatic" control mode the equipment microprocessors and the local control equipment will
have the control, aided by the local programs that will perform all the operation functions. In this mode the
control from the higher levels remains disabled.

In the "Remote" control mode, control is given to the higher levels. This mode will be the normal control
mode for the system operation, while the local control remains disabled, except for the protections, which
will have priority for stopping the equipment or for holding them during the waiting or start up periods.

All level two equipment communicate with those of level three by means of the communications network.

iv. Level Three: This corresponds to the SCADA where the operators will have all the information from
the system and will distribute operation commands to the various sites. Monitoring and operation reports
for each site will be available.

A database for system operation analysis shall be constructed. Practically this refers to the Control Center.
This level will comprise the set of application programs that from the mentioned operational control and
information system, will automatically define operation commands for each site that requires them based
on the information collected in the historical archives and based on the operation data pre-established by
statistical behavior patterns of the system

5 CONTROL OF DIFFERENT PUMPING UNITS:

The control of diverse elements of the system such as pumping will be made in two ways : Local and
Remote.

The LOCAL way of operation is detailed further ahead in the section referring to RTU, whereas the
REMOTE way is handled from Control Center Room. The decision on which way will the
equipment operate is based on a precedence order and it will be taken in the site by means of a
control switch (LOCAL/REMOTE).

The REMOTE operation to be executed by the Control Center will be REMOTE/AUTOMATIC or


REMOTE/MANUAL. AUTOMATIC operation refers to the way of operation preprogrammed
according to the criteria established for each site in individual, and the operation.

MANUAL will be performed under the command and supervision of the system operator, according to the
effective instructions for normal or emergency operation, which is practically a forced way, executed
directly by the operator.
Proposed system shall have 1Nos. work station at each location having latest PC with at least21” Monitor.
PCs shall be loaded with licensed software Controller packages.

6 LOCAL CONTROL PANEL FOR PUMPING STATIONS AND RESERVOIRS:

Each one of these installations shall have a local control panel or RTU Local Control Panel shall be housed
with a PLC Controller for Local Operations.

Local PLC Controller shall work in coordination with Main System in fully auto mode. However, in event
of requirement of Local Operation local PLC Controller shall be fully capable of handling all local
operations independently.

Manual or automatic control of different pumping or valve units; each RTU will be equipped with a
REMOTE/LOCAL control switch. The state of this switch will be transmitted to the Control Center, and it

Contractor No. of corrections Executive Engineer


313
will be presented in the corresponding screens. In the REMOTE mode the handling of all the equipment
will be executed from the Control Center, according to previous details. In case of loss of communication,
the equipment will continue operating or maintaining the state according to the last updated command.

In LOCAL mode the equipment will be operated by means of the PLC according to the information
available in the site, automatically. The Control Center will not be able to send command to operate the
equipment in this mode, while it shall still be normally receiving the information. Also, the possibility
exists of programming a clock that allows the operation during 24 hours.

Additionally each RTU will be equipped with an amount of control switches equal to the same number of
devices (pumps, valves, etc.) to be controlled. This switch will have three positions:
AUTOMATIC/O/MANUAL. The state of this switch will be transmitted to the Control Center and
displayed in the corresponding screens. The switch will allow choosing, for each pumping or valve unit, its
operation mode, according to the decision of the operation personnel in the RTU site. In the AUTOMATIC
mode the equipment will be controlled by means of the PLC according to the state of the control switch
REMOTE/LOCAL.

In the "O" mode the equipment will stop and it will not allow any operation.

The MANUAL mode will disconnect the PLC equipment and it will be handled in conventional manual
form. In this way the PLC will not have any possibility of taking part in the operation of the equipment, not
even in the activation of the hydraulic protections, but if it will continue with the data collection and its
transmission to the Control Center for its processing and normal presentation.

Local control Panel (LCP) or RTU with following facilities:

 Selector switch for Local/Off/Remote for LCP. to choose the mode of operation of RTU
 Auto mode is selected all the pumps/valves/gates etc. can be operated from the SCADA
 START/STOP push buttons for corresponding Pump

SCADA receive the following feedback from the LCP:

 RUN and combined TRIP feedback for corresponding Pump


 Local/Off/Remote feedback for corresponding Pump
 Emergency Stop feedback for corresponding Pump.
 Auto/Off/Manual soft switch shall be provided at SCADA.

Start Permissive for different Modes;

In Remote Manual /Auto Modes the Logic shall execute only when the following conditions are met:

 The water level is not out of the operating range Duty Mode has to be selected in SCADA.
 Respective mode is available (Remote mode, Non Failure of mains power supply) for operation.
 Respective on – off discharge valves (if any) are available (Remote mode &Non Failure of mains
power supply for operation.
 No trips are generated by protection

Stop Permissive for different Modes;

The drives shall trip under the following abnormal conditions to ensure safe operation and protection of
Pumps:

 Tank/Sump level out of range.


 Respective drive is not available
 Any trip alarm generated.

Contractor No. of corrections Executive Engineer


314

Pumps & Motorized valve/gate operation;

Local Mode:
When Local/Remote selector switch in pumps & valve/gate is in Local Mode, each pumps & valve/gate
can be operated through Push Button (PB) provided in at LCP or PMCC/MCC valve/gate actuator panel.

Remote Mode:
When Local/Remote selector switch in pumps &valve/gate is in Remote Mode, each pumps & valve/gate
can be operated through RTU and /or SCADA in Control room.

Auto Mode
When the selector switch is in Auto mode, each pumps & valve/gate shall operate automatically based on
the Control sequence logic built in the PLC or SCADA in Control room

Manual Mode:
The operator in the Control Room can select Manual mode from SCADA for enabling Manual operation
from SCADA. In this mode all the pumps & valves/gate can be operated individually.

Signal Interface to PLC Drives;

The following signals are hardwired between PLC and MCC/Soft Starter Panel

 Drive Run feedback


 Drive Trip feedback
 Drive in Local/Off/ Remote Mode status
 Drive Start/Stop Command
 Drive Emergency Stop feedback

Motorized Valves/Gates;

The actuators for electrically operated Gates have their own inbuilt display board and local control logic in
built with the Actuators. The following controls are provided:

Each actuator has the following facilities for local operation:

 Lockable Selector switch for LOCAL / OFF / REMOTE.


 OPEN / STOP / CLOSE push buttons
 Lamp indication for Fully OPEN position / Fully CLOSED position
 Lamps for Fault indication including HIGH Torque and other Fault indications as per manufacturer
requirement in the Display Board.
 Lamps for status indication of Actuator towards Open Position, Actuator towards Close position,
Actuator in Local mode, Actuator in Remote mode and other status as per manufacturer requirement
in the Display Board.

PLC/RTU receives the following feedback from the actuators:

 Collective fault indication for Actuator including the High Torque Fault
 LOCAL / OFF / REMOTE position feedback
 Valve/ Gate Fully open / fully closed position feedback.
 Position indicating transmitter shall be available along with each control valve actuator for position
control based on desired set points.

OPERATION AND CONTROL PHILOSOPHY:

This section describes the general Operation and Control Philosophy of the following:

Contractor No. of corrections Executive Engineer


315

 18 MLD (Proposed )Water Treatment Plant.


 Pure Water Pumping Station.
 MBR’s & ESR

OPERATION AND CONTROL PHILOSOPHY OF WATER TREATMENT PLANT AND CWPS:

The treatment plant consists of the following units:

 Inlet chamber and Parshall Flume


 Flash Mixing Section
 Clariflocculation System
 Filtration System
 Wash water tank & Wash water pumps
 Air wash arrangement & Blowers
 Filter backwash water recovery tank- recirculation tanks & pumps (2W+2S)
 Chemical Building (Coagulant & Polymer dosing system)
 Chlorine Disinfection System
 Clear Water Contact tank
 Auxiliary/Drain System.

Control Process Assumptions

The control process philosophy will be based on the following assumptions:


The objective of the control system is to ensure proper operation of the water treatment plant including its
treatment components such as rapid mixing, coagulation and flocculation, settling, filtration and water
disinfection, with proper control of chemical addition, e.g. chlorine gas, lime and Coagulant .

The central control system will be situated in the local electric room adjacent to the filtration system and
will gather all process information from the field instrumentation in order to control the process and to
prepare reports.

Since the reports are an integral part of the control system all data acquisition must identify and tackle
problems of erroneous data.

Alarms and warning will be shown with blinking local light and sound. Alarms will remain active as long
as the site conditions prevail. When conditions revert to normal operation, the alarm returns to its
normal condition.

INLET CHAMBER AND PARSHALL FLUME:

The inlet chamber of the plant consists of electrically actuated gate valve to be closed in case of
emergency.

 An online Turbidity and pH Analyzers shall be provided at the inlet to measure the Turbidity and pH
of the raw water coming from RWPS. The raw water shall be delivered for sampling to the Plant
laboratory by means of sampling pumps.

Control system shall continuously monitor Inlet flow, turbidity, pH,

PARSHALL FLUME:

Contractor No. of corrections Executive Engineer


316

A Parshall flume arrangement is provided for flow measurement of aerated &Coagulant dosed raw water.
The Parshall flume acts as a velocity control device so that the raw water passes through without
turbulence. The ultrasonic insertion type flow meter provided at inlet pipe to Aeration fountain shall
measure the average raw water flow. The raw water flows further by gravity to the Flash Mixing System
for further treatment.

FLASH MIXING SYSTEM:

The Flash Mixing System shall comprise a tank with flash mixer at the tank. Coagulant dosed at the inlet of
the treatment plant mixes with the raw water at the flash mixing tank and passes to the Clarifies for further
treatment.

Status (run/trip/local-off-remote) of the flash mixers shall be indicated at SCADA. G Value of Flash Mixer
shall be calculated and indicated at SCADA

In case the mixers is out of order SCADA will generate Alarm and send SMS.

CLARIFLOCCULATOR:

Clarifiers are designed for the removal of readily settle-able solids and suspended particles and therefore,
reduce the suspended particles content. The purpose of the clarifiers is to remove a substantial portion of
the organic solids from the raw water, with a resulting decrease in the organic and suspended materials
loadings of the filter units. Clarifiers is constructed as circular concrete structures.

Clariflocculator is a combination of flocculator and clarifier fabricated to attain economic and speedy
construction. It shall have two concentric tanks where inner tank serves as a flocculation basin and the
outer tank serves as a clarifier. Clariflocculators generally are used to perform the chemical primary
treatment of effluents.

The monitoring to be made in clariflocculator shall be for;

 Turbidity at the common outlet channel of clarifiers

Instrumentation considered for clariflocculator shall be;

 Turbidity Transmitter online at the common outlet channel of clarifiers


 Motorised valve at sludge removal/drain
 Loss of rotation switches for the scraper bridge.
 Control system shall continuously monitor turbidity and based on turbidity or time, motorized valve
shall be operated for sludge removal process. Rotation of the scraper bridge and the flocculation
mixers should be controlled.

OPERATION IN AUTO MODE:

 The operator has to put the selector switch in auto mode

 The opening and closing of drain valve shall depend on the turbidity factor/Time base as turbidity
transmitter is provided at plant inlet, the time setting can be adjusted from SCADA for opening and
closing of valve during seasonal changes.

OPERATION FROM SCADA:

 Start Stop control shall be provided on SCADA in order to switch On or Off the clarifier Bridge Motor
and also Open/close feedbacks shall be shown on SCADA.

Contractor No. of corrections Executive Engineer


317
 Open/Close control shall be provided on SCADA in order to open and close the sludge drain valves
and also open close feedbacks shall be shown on SCADA.

 The sludge valves operation should be interlocked with the sludge level in the Sludge balancing tank.

Status (run/trip/local-off-remote) of all motors shall be indicated at SCADA HMI. G Value of Flocculators
shall be calculated and indicated at SCADA

OPERATION FROM LOCAL CONTROL PANEL:

 Auto/Manual selection will be provided on HMI screen in such way manual mode is selected all the
pumps/valves/gates etc. can be operated from the HMI screen individual. Auto mode is selected all the
pumps/valves/gates etc. can be operated from the PLC/SCADA.

 Individual Start/Stop push buttons shall be provided on local panel to operate Sludge drain valves.

 Indication lamps shall be provided on local panel which shall give Open, Close, Trip indications for all
motor actuated sludge drain valves.

Turbidity deviation or malfunction of any part of the unit should generate Alarm

FILTRATION SYSTEM:

The gravity filtration system comprises the following main


Inlet channel with weirs and inlet gates.
Four gravity sand filters ( 8Sectons) of proposed 18 MLD WTP
Backwash water tank
Air scour system
Valves with actuators for inlet & outlet of filters, clf drain valve, back wash pumps & Blowers
Instruments
Local filter control consoles (FOB)
SCADA connections

The filtration system containing eight rapid gravity sand filters contained in one block.

A gravity filter consists essentially of an open-topped concrete tank. Tank is designed to drain at the
bottom, and partly filled with the filtering medium (clean sand). Clarified water is admitted to the space
above the filter media and flows downward under the action of gravity. Purification takes place during this
downward passage, and treated water is discharged. Filter tank is provided with a level Transmitter to
control the water level.

Operation of the filter is provided by menace of the following Control valves:

Automatic Valves/ Gates:


Name Purpose

Filter Influent Allows incoming water into filter

Filter Effluent Allows treated water out of filter

Backwash Water in Allows clean backwash water into filter

Contractor No. of corrections Executive Engineer


318

Direct Filter to Drain Allows first filtered water out to drain

Backwash Air Allows backwash air into filter

FILTER CONTROL SYSTEM:

The filter operation is a complex phenomenon for making the system automated. The filtration plant is
going to work for the different flow conditions from 0 MLD to 18 MLD + 20% for proposed WTP . The
operation at the same time also envisages constant rate filtration. This can be achieved by operating less
number of filters when the incoming flow is less than 18MLD for proposed for existing or by distributing
the incoming flow on the entire filter battery. However the filters are also required to operate between the
preset high and low levels of water over the sand bed. All these conditions will have to be suitably taken
into considerations for automation of filter operation.
In case there is signal from partial flume measuring device that no raw water is available to the plant or the
water level in the filter box is at lower preset value, then this shall trigger the close of filter outlet
valve/valves. The sand filter gets exhausted over a period of time while filtering the settled water. It then
needs back washing to remove the clogging and make it freshly available for the process. The rate of
exhaustion is measured in terms of pressure differential across the filter. It is expected that the filter will
work at the constant rate of filtration and in turn develop the pressure differential. The owner desires to
automate the filter back washing operation. A back washing operation is carried out as described below.
If the pressure differential across the filter reaches a preset value of say 1.8-m, than the filter is taken out of
filtration process for back washing. Prior to starting the back washing, it has to be confirmed that power
supply is healthy and the over head wash water has sufficient water level. The inlet butterfly valve to the
filter is closed and the water over the filter is allowed to get through the filtration process. Once the water
recedes to preset level, the filter outlet valve is closed and the drain valve is opened.
The blower is switched on and operated for preset time. The air supply valve is opened no sooner than the
blower is switched on. After air washing the filter sand for preset time, the air inlet valve to the filter is
closed and simultaneously the blower is switched off. Consequently the wash water inlet valve to the filter
is opened and water wash is started. The water wash is provided after the preset time is over, the wash
waster inlet valve is closed. In order to ensure that the back wash water gets drained fully a time lag based
on the actual experience / requirement needs to be incorporated for the drain valve „ to start getting closed,
the drain valve is closed. The inlet valve to the filter is opened and water is taken for filtration.
Simultaneously the filter outlet valve is gradually opened from its closed position to a fully open position in
a preset time. Simultaneously the filtration rate-controlling valve has to operate itself in such a fashion, that
the filter out flow rate is reached to the designed value in preset time. With this filter back wash operation
is completed and the filter gets commissioned once again.
The pressure differential across the filter at this point of time has to be below a preset value of say 0.25-m.
In case it is more than this that a error needs to flashed. Sooner the filter back wash is over the wash water
pump shall be switched on and the wash water tank shall be filled to the full supply level. In case no water
is available for filling the wash water tank at the source then this activity is differed.
The filtered water passes over the rectangular notch meant for measuring output flow of the filter. This
measurement is calibrated based on the level of the water over the notch. The level-measuring instrument
along with the transfer of data in real time to the computer is expected, to know the flow rate.

Turbidity and pH of the filtered water is also measured using an online turbidity and pH analyzer provided
at the inlet of clear water sump. Post chlorine shall also be dosed at the inlet of the clear water sump. Each
filter shall be operated in auto mode from the SCADA HMI located at control room and Local control
panel (FOB) provided for each filter located at Filter House. In case of failure of auto mode, the filter
operation shall be done through Manual push button mode.

OVERALL OPERATION STRATEGY:


MODES OF OPERATION

The filtration system operating mode of each filter is determined by the filter system mode selection
located on the local filter system main control panel (FOB). The system mode can be either AUTO, Out of
Service or MANUAL, each filter condition will be indicated on the HMI.

Manual Mode

Contractor No. of corrections Executive Engineer


319

If the filter is switched to MANUAL mode, automatic backwashing will not occur and the operator must
activate the local valves and pumps and blower switches local to the equipment. Alarm indications are
active while the system is in MANUAL mode. As the interlocks and actions to alarms are not active, the
operator must be aware of potential problems that can occur during manual backwash. If the system is
conducting a backwash when in AUTO mode and the operator switches to MANUAL mode, the backwash
is abandoned immediately. The backwashing and blower stop and the valves return to their filtration
position.

All valves in Manual Mode to be actuated from the FOB at the upper filtering gallery or locally near the
valve location.

FOB should also contain buttons for Backwash valve actuation and Blower operation so, that all backwash
and valve operation in Manual Mode could be done from local FOB of each filter.

Auto Mode

The Programmable Logic Controller (PLC) controls the backwash cycle. The system performs backwash
automatically based on the scheduling parameters set up within the HMI mimic pages.
OFF or Out of Service

If a Filter is selected to Off or "out of service" via the selector switch on the Filter Operation Box (FOB) a
white light on the FOB will display that the filter is out of service. "Out of service". When selected to “Out
of Service” the PLC automatically closes all filter valves, except the direct filter to drain valve), which
remains open to drain the filter troughs, until the water level is minimum + XX minutes. To put a filter
back into service the Auto/Off/manual selector switch must be selected to Auto.

While in the "out of service" mode, the filter is bypassed by the PLC, when an automatic backwash
sequence is requested.

The "out of service" mode should not be relied upon during maintenance periods (such as having to enter
the filter) and manual isolation of the filter from the rest of the system must also be done. This is required
primarily in case the PLC fails. The filter will default to filtration mode, opening the influent and effluent
valves.

Sequencer

As mentioned previously, in AUTO mode the PLC controls the backwash sequence cycles step by step.

Operator-Initiated Operation

Instead of utilizing the filter backwash schedule on the HMI, a backwash can be manually initiated by
pressing the "Start Backwash" button on the FOB. Once this button is pressed, the chosen sequence begins
as long as all per missives and interlocks are met.

Individual Filter Manual and Automatic Mode

Each filter has a manual or automatic operation. There is a selector switch on the FOB adjacent to each
filter which allows the operator to select “Auto operation” or “Manual operation”. The selected filter mode
is indicated on the FOB. When the mode is changed from automatic to manual, a red light is activated on
the FOB to notify plant personnel that these filters will no longer backwash automatically.
Automatic

The normal mode of operation is automatic, controlled by the PLC. A filter in ‘Automatic’ operates with no
adjustments by the operator.

Manual

Contractor No. of corrections Executive Engineer


320
Individual filters in MANUAL mode will no longer backwash based on the inputted schedules, but will
continue to filter water. Once put into this operation, the operator can open and close valves on that filter by
selecting the valve selector switch to local operation and using the open and close push buttons on the
valves. The operator must be aware that other filters in AUTO mode can still backwash while the filter
valves are being manipulated.

The push buttons for valve operation to be on the FOB.

Blower/backwash water valve Manual and Automatic Mode

Similar to the filters, each blower and backwash water valve have a manual/off/automatic selector switch.
When the switch is selected to “Auto” the PLC program will control the equipment, if the selector switch is
selected to “Manual” the equipment will be started or stopped by the stop/start control station. If the
selected mode is “Manual” this is indicated on local stop/start control panel.

When the mode is changed from AUTO to MANUAL, the equipment item in MANUAL mode will not be
used in automatic backwashes. Plant personnel can start and stop individual blower and the backwash valve
in MANUAL mode while leaving the rest of the system in full AUTO mode.

Automatic
The normal mode of operation is automatic, controlled by the PLC. A blower/pump in AUTO mode
operates automatically during backwashes in accordance to the pre-set sequence.

Manual
In MANUAL mode a particular blower will not be used in automatic backwashes. The PBs can be used to
start/stop the equipment in MANUAL mode. When in “Manual” automatic interlocks are not active, to start
and stop these items of equipment and prevent them from operating while the valves are in the incorrect
position, the operator should ensure that all the necessary valve are in the correct position.

The overall operation strategy will adhere to the following sequence:

Operation start-up

The flow meter confirms that water is supplied to the works.


All actuated valves on the filters are put into AUTO mode.
The chlorine gas system is turned on and available.
The lime system is turned on and available.
The Coagulant system is turned on and available.

Operation shutdown

No Raw water flowing into the works.


The lime system is stopped.
The Coagulant system is stopped.
The chlorine gas system is stopped.

In case the Lime dosing system is stopped by the Operator, the Plant shut down should be confirmed,
otherwise the Plant will continue operation.

In case there is a failure in dosing operation the Plant should be stopped.

Filter Operation:

Contractor No. of corrections Executive Engineer


321
Normal Filtration Mode Valve Positions:

OPEN – Influent and filtered water valves


CLOSED – Backwash water direct filter to drain, and backwash air valves (M1.x5).

Out of Service Mode Valve Positions:

OPEN – direct filter to drain (by water level and time).


CLOSED – Influent, effluent, backwash water and backwash air valves.

Under normal operation, the influent water passes through the media, gravel and under drain, and enters the
filter central drainage channel. The filtered water then flows from the channel through the effluent valve
(open during filtration mode) and continues downstream to the clear water tank.

Filter Water Level Measurement

Each filter contains a continuous level sensor measuring the distance starting from the media. During
filtration mode, if the water level reaches an operator adjustable level, set on the HMI, above the media
elevation, a HIGH FILTER # WATER LEVEL occurs.

Available is an enable/disable high level BW PB on the filter mimic screen on the HMI. If enabled, a
backwash will automatically occur on that filter after an inputted delay time (60 to 1,800 seconds) or when
the water level is raised to the pre-set value. If disabled, the PLC will not initiate an automatic backwash.
The operator should review the situation to see what action, if any, is necessary.

The high level alarm is bypassed during a backwash event but is available while an individual filter is in
MANUAL mode. The alarm is inactive for an out-of-service filter. “Filter High Level” will be displayed
on the HMI mimic.

As filtration proceeds, the voids in the upper layers of the media are the first to accumulate solids. Because
the same volume of flow is being forced through a smaller passageway, the water velocity increases. This
increased velocity drives the solids deeper into the media bed, allowing for depth-retention of solids and
longer filter runs between backwashes.

Normal backwash frequencies occur often enough to maintain a properly working system.

The main indication that a filter backwash must be conducted is when the head loss (corresponding to the
liquid level in the filter) reaches the maximum acceptable level (as determined by the high level alarm
point).Before backwash to start all interlocks and relevant units conditions to be met.

Pushbuttons and Indications – Individual Filter

Each filter has a Filter Operation Box (FOB) which changesit’s operating, shown below are the PBs and
indications available on the individual filter:

Valve operation from the FOB to be resorted.

Selector Switch Description


i) When Auto is selected backwashing will operate automatically provided all
the valves, blowers and backwash pumps are also selected to Auto.
Auto/Off/Manual
ii) When Off is selected the filter is “Out of Service” or off.
iii) When Manual is selected all automatic operations are stopped.
Pushbuttons Description

Contractor No. of corrections Executive Engineer


322

Each time this PB is pressed and the filter is selected to Auto, the individual
filter will commence an automatic backwash, provided none of the other filters
are being backwashed. If there is a backwash already happening within another
Start Backwash
filter then the PLC will put the filter which has had the start backwash push
button pressed into the highest position in the queue and will be washed once the
other backwash has stopped.

Indications Description
Filtration in
Indicates that the filter is in automatic operation
Progress
Filter Washing Indicates the filter is being washed
Manual Indicates if the individual filter is in manual mode.
Backwash Failed Indicates that a backwash sequence has failed
Out of Service Indicates that the filter has been switched to Off and is out of service

General Backwashing Operation

Filter backwashing is performed by pumping air and water up through the filter bottom. The backwash
water and air rates used in the filters are 36 m/h water and 36 m/h air per square meter of filter surface area.
This produces a vigorous scrubbing action that removes captured material and flushes it upward from
within the filter bed into the backwash trough.

Backwashing of filters will be in three steps as follows:

First Step (air) – Air scouring for approximately four minutes, adjustable at the HMI by the operator
between 0-10 minutes
Second Step - Surface wash Backwashing with linear velocity, for about 3 minutes maximum, again the
time duration is adjustable by the operator between 0-10 minutes, 36 m/h.
Third Step – direct filter to drain for a preset period of time set by the operator at the HMI for the range of
0-15 minutes.

Valve Operation

When the individual filter is in AUTO mode, the PLC automatically controls the valve positions, as shown
in the table below.

If during a backwash any of the valves are signaled to open or close, and the corresponding limit switch
does not indicate that this has occurred, an alarm will sound. The table below describes how a fault affects
the backwash and the action that occurs.

Note: Abandoning a backwash will return all filter valves to their filtration position and an alarm will
occur. After a pre-set period, adjustable at the HMI by the operator between 0-60 minutes, the influent
valve of the filter will open.

Step # Valve Fault Backwash Action


Abandon BW - If the BW were continued, influent would flow together with
1 Influent (close)
the used backwash water. To minimize this extra flow, the BW is abandoned
2 Effluent (close) Abandon BW - If the valve fails to close at the start of BW, most of the

Contractor No. of corrections Executive Engineer


323
backwash water, if not all, will not flow up through the filter and backwash
will be ineffective
Alarm – If the valve fails to open. Use to drain the water before air scouring.
3 Filter to drain (open)
Can continue BW
Abandon BW - If the valve fails to close, most of the backwash water, if not
4 Filter to drain (close)
all, will not flow up through the filter and backwash will be ineffective
Abandon BW - If the valve fails to open at the start of BW, the backwash air
5 Air scour (open) blower will not start. Backwash is not effective without the blower, so it is
abandoned
Alarm - If the valve fails to close after air scouring, the backwash air blower
6 Air scour (close)
will not start for the next backwash filter
Abandon BW - If the valve fails to open at the start of BW, the backwash
7 Backwash water
will be abandoned

Air Blowers

Two (2) positive displacement backwash air blowers (1+1) are available for operation.
Each blower is equipped with an inlet filter, inlet and discharge silencers, and pressure indication. Ambient
air is drawn through an inlet filter. Filtered air is drawn through an inlet multi-chamber absorption silencer.

Blower Operation

A Hand-Off-Auto (HOA) switch will exist for each blower. When an individual filter is in AUTO mode the
backwash blowers are controlled by the PLC.

The blowers are interlocked so as not to allow both blowers to operate simultaneously. A blower will not
start unless at least one filter backwash air valve is opened first. The PLC automatically alternates the
blowers to run after each successive start.

Manual/Auto

Each blower can be selected for manual or automatic operation. While an individual filter system is in
AUTO mode and the blower is in AUTO mode, the PLC automatically starts and stops the blowers. While
the blower is in MANUAL mode, the blower can be started/ stopped using the associated PBs on the local
stop/start control station (backwash air valve interlocks are active during this operation). Individual blowers
in MANUAL mode are not selected for automatic backwashes.

An alarm will sound when one blower is in MANUAL mode or out of operation.

If the blower is started and fault stops, a BACKWASH AIR BLOWER # FAULT alarm will occur. This
can occur due to an overload condition, a no-running signal, or a low discharge pressure condition. The
same backup procedure is followed as when a low pressure condition occurs. If both blowers fault, the
backwash is abandoned and a BACKWASH ABANDONED alarm occurs.

Backwash Pump Station

Clear water from the clear water tank will be supplied to the Overhead wash water tank (with two
compartments) by back wash water pumps (1+1). An electromagnetic flow meter and pressure transmitter

Contractor No. of corrections Executive Engineer


324
shall be provided at the discharge header of back wash water pumps. In case water in the overhead tank is
below max. Level, the backwash pump will start pumping.

In case of low level in the clear water tank the backwash pumps will not operate.

Overhead backwash water Tank

Water required for backwash of the filters will be stored in Overhead wash water tank containing two
compartments.

Both the compartments of the Backwash water tank, receiving water from the clear water tank, shall be
provided with an Ultrasonic Level transmitter for the tanks water level indication and control. In case of
backwash water overhead tank high level, an alarm shall be generated at control room to alert the operator
and if the level of the backwash water tank still rises to – high high level, back wash water pump shall be
tripped.

In case water level in both compartments of the tank is below the pre-set level, backwash of the filters will
be on hold in automatic mode and abandoned in manual mode.
The discharge line to the filters will be equipped by flow transmitters.

The filter backwash could start in manual or auto mode in case all backwash requirements specified are met
and the relevant filter valve is open.

In case of low (high) pressure, low flow the Control system will generate Alarm.

DIRTY BACKWASH WATER TANK: - Recirculation Sump & Pump

Dirty back wash water tank shall be provided with 2 compartments and with a level transmitter at each
compartment. Drain water and dirty backwash water from all the filter shall be transferred to this tank.
Each compartment of dirty back wash shall be connected with 1 pump & after the settlement of sludge at
the dirty back wash water tank with a bell mount arrangement the clear water shall be pumped to inlet of
the WTP in the rate less than 10% of the Plant inflow and the sludge shall be transferred to Sludge
Balancing tank by gravity.

Filling of the Dirty backwash water Tank should be related to the water level in the tank. In case the level
in both compartments is high, filter backwash should be abandoned until the water level will drop to the
pre-set level.

During cleared water discharge the pumps to be stopped in case the water reaches the pre-set low level.

The effluent pumps will start automatically based in the level in the tank and on the time passed after the
last filling.

In case of low level, high level and overflow SCADA will generate Alarm.

The effluent pumps will operate in rotating manner and pump failure will generate Alarm. In case the
controlled discharge flow is less than the pre-set maximum (minimum) value, the system will generate
Alarm.

CHEMICAL BUILDING:

Chemical Building is provided to handle the following dosing systems of chemicals:

Contractor No. of corrections Executive Engineer


325
 Coagulant Dosing system and other associated equipment.
 Polymer Dosing system and other associated equipment.
 Lime dosing system

Coagulant preparation cum dosing system

Coagulant Dosing system and other associated equipment consists two numbers of Coagulant solution and
preparation cum dosing tanks. Each Coagulant solution preparation tank shall be provided with an Agitator
for proper mixing of Coagulant. &level switch shall be provided at the Coagulant solution and preparation
tank to control the tank level and for the purpose of Coagulant solution dosing pump operation. A
Coagulant solution dosing Pumps shall pump to dosing point

Again a set of Coagulant dosing pumps pump Coagulant to single common dosing point located at the inlet
of the WTP near to Parshall flume channel. The Coagulant dosing tank level and dosing pumps operation
shall be controlled by level switch provided at the dosing tank.

CoagulantPreparation

Activity Step Mechanical Action

Not in function  Tank is not in function – outlet is closed


1
(no solution )  Minimum water level (L) in place and mixer in function

 Manually open "service water" valve at local open/close


2 push button station.
 If the water level is not changing or low flow – alarm

 Manually stop "service water" valve (When water reaches


high level.
Chemical preparation  If water level reaches level HH, overflow – overflow
3 alarm

Note: During the coagulant preparation phase (when the mixer is


functioning), a worker will add powder to the tank
 Chemical preparation and agitation phase (XXX min)
4
(initial value 10 min) the mixer is manually started and stopped.

 Manually open outlet valve at the local open/close push


button station.
 Start Coagulant dosing pump according to PLC operation
 Water level reach min. level – check availability solution
Ready to function 5
in the tank - if not (prepare Coagulant alarm)
 If water level reaches low level, inhibit pumps from
running and manually close outlet valve associated with that
tank.

 Coagulant dosing tank is HH, the dosing pump is stopped

Contractor No. of corrections Executive Engineer


326

Interlocks, permissive and Alarms.

Only one of the Coagulant dosing pumps could operate at the time.

- The pumps could not start until:

At least one preparation Tank is ready.


- At least one of the dosing tanks is ready with coagulant solution

Coagulant dosing

Coagulant addition from the Coagulant solution dosing tanks will commence immediately after the raw
water flow indication from the transmitter, and the water level in the chemical tank is above minimum. The
pump stroke will be adjusted manually to give a uniform amount of coagulant solution as a function of the
flow measurement.

The pumps will stop and start according to the flow measurement, when restarted the amount of dosing will
have to be checked manually according to the raw water flow entering the water treatment plant.

Activity Step Mechanical Action

Not in
function  Tank is not in function
1
(no  Minimum water level (L) in place and mixer in function
solution )
 The coagulant level is above the minimum
2
Chemical  If water level reaches level HH, overflow – overflow alarm
preparation  In case all interlocks and permissions met, dosing is started by
3
one pump
 Manually open outlet valve at the local open/close push button
station.
 Start coagulant dosing pump according to PLC operation
Ready to
4  Water level reach min. level – check availability solution in the
function
tank - if not (prepare coagulant alarm)
 If water level reaches low level, inhibit pumps from running and
manually close outlet valve associated with that tank.
 coagulant dosing tank is HH, the transfer pump is stopped

Coagulant – PAC solution

Interlocks, permissive and Alarms.

Only one of the coagulant dosing pumps could operate at the time.

-The pumps could not start until:


- At least one preparation Tank is ready.
- WTP in flow is zero.

Lime preparation and dosing system

Contractor No. of corrections Executive Engineer


327
Lime Dosing system and other associated equipment consists two number of lime solution and preparation
tanks. Each lime solution preparation tank shall be provided with an Agitator for proper mixing. level
switch shall be provided at the lime solution and preparation tank to control the tank level and for the
purpose of lime solution transfer pump operation. Lime solution transfer Pumps (1+1) shall pump to lime
solution/dosing tank.

Again lime dosing pumps pump lime to single common dosing point located at the inlet of the WTP or to
the inlet to the clear water tank. The lime dosing tank level and dosing pumps operation shall be controlled
by level switch provided at the lime dosing tank.

Lime preparation

Activity Step Mechanical Action


1  Tank is not in function – outlet is closed
Not in function
 Minimum water level (L) in place and mixer in
(no solution )
function
2  Manually open "service water" valve at local
open/close push button station.
 If the water level is not changing or low flow – alarm
3  Manually stop "service water" valve (When water
reaches high level.
Chemical  If water level reaches level HH, overflow – overflow
preparation alarm
Note: During the lime preparation phase (when the mixer is
functioning), a worker will add powder to the tank
4  Chemical preparation and agitation phase (XXX min)
(initial value 10 min) the mixer is manually started and
stopped.
5  Manually open outlet valve at the local open/close
push button station.
 Start lime transfer pump according to PLC operation
 Water level reach min. level – check availability
Ready to function solution in the tank - if not (prepare lime alarm)
 If water level reaches low level, inhibit pumps from
running and manually close outlet valve associated with that
tank.

 Lime dosing tank is HH, the transfer pump is stopped

Interlocks, permissive and Alarms.

Only one of the lime transfer pump could operate at the time.

-The pumps could not start until:


At least one preparation Tank is ready.
- At least one of the dosing tanks is ready to receive lime solution

Lime dosing

Lime addition from the lime solution dosing tanks will commence immediately after the raw water flow
indication from the transmitter, when the water level in the chemical tank is above minimum. The pump

Contractor No. of corrections Executive Engineer


328
stroke will be adjusted manually to give a uniform amount of lime solution as a function of the flow
measurement.

The pumps will stop and start according to the flow measurement, when restarted the amount of dosing will
have to be checked manually according to the flow entering the water treatment plant.

Activity Step Mechanical Action

 Tank is not in function


Not in function
1  Minimum water level (L) in place and mixer in
(no solution )
function
 The lime level is above the minimum
2  If water level reaches level HH, overflow – overflow
Chemical alarm
preparation
 In case all interlocks and permissions met, dosing is
3
started by one pump
 Manually open outlet valve at the local open/close
push button station.
 Start transfer pump according to PLC operation
 Water level reach min. level – check availability
Ready to function 4
solution in the tank - if not (prepare lime alarm)
 If water level reaches low level, inhibit pumps from
running and manually close outlet valve associated with that
tank.
 Lime dosing tank is HH, the transfer pump is stopped

Interlocks, permissive and Alarms.

Only one of the lime dosing pumps could operate at the time.
-The pumps could not start until:
At least one preparation Tank is ready.
- WTP inflow is zero.
CHLORINE BUILDING / CHLORINE DISINFECTION SYSTEM:

A Chlorination Building shall be provided to house all chlorination equipment including Chlorine Tonners,
Chlorinators, Ejectors and all other associated equipment.

Chlorine shall be used as disinfectant. Chlorine shall be drawn as a gas from tonersand metered under
vacuum, mixed with water in ejectors and transferred to the points of application at the inlet to the clear
water tank.

Liquid chlorine shall be drawn from tonner and the Chlorine gas shall be delivered to the chlorinators
through a gas grid. Liquid chlorine withdrawal system is complete in all respect including connector
valves, tubing’s and liquid chlorine traps.

The tonner storage area shall also be provided adjacent to the chlorinator room in the chlorination building.
Chlorine leak detectors, one in the Chlorinator room and two in the Chlorine Tonner area are provided to
raise an alarm in case of Chlorine gas leak.

Chlorine gas dosing will be set and adjusted manually in relation to the residual WTP inflow Chlorine
online measurement at the WTP outlet.

Contractor No. of corrections Executive Engineer


329
Motivation water for the chlorination system will be supplied by two pumps (1+1) connected to the clear
water reservoir. The discharge line will be equipped with flow and pressure transmitters.
The motivation pumps operation will be interlocked with the inlet flow reading.

In case WTP has no inflow the motivation pumps will stop operation, but could be brought into action
manually.

In case the motivation water flow or pressure is out of the pre-set range SCADA will generate Alarm.

AUTOMATION AND SCADA AT PURE WATER SUMP AND PUMPING MACHINERY AT


WTP:

Capacity sump at WTP, Tapovan will receive Purified water by gravity from existing and proposed WTP .

Details of Pumps to be installed on existing pure water sump

Sr. Pumping to Type HP standby Discharge Head


No In LPS In Mtr.
1 Rudhadi ZBR VT 40 1 working + 1 19 88
Standbye
2 Popatkhed ZBR VT 75 1 working + 1 42 85
&Khelpani&Gullarkh Standbye
ed ESR

The level in the pure water sump shall be continuously monitored by the level sensors provided in the pure
water sump. for operation of pure Water inlet, mm dia. Butterfly valve with actuator shall be provided on
the inlet pipeline. The operator shall be able to adjust/open/close inlet Butterfly valve from pump house and
also from the SCADA Control Room.

Operation will also depend on residual chlorine concentration in the pure water sump. In case the
parameters will be out of the pre-set limits SCADA will generate Alarm and the pumping will be
interrupted. In case of pure water sump low level an alarm shall be generated to alert operator at control
room and when it reaches to low level automatically all pure water pumps to MBR/ villages shall be
tripped automatically.

In case the water level of the clear water sump is above the High level SCADA will generate Alarm and the
pure water inlet will be stopped. Entire inlet valve shall be operated in auto mode from the SCADA
located at control room and Local control panel located at sump. In case of failure of auto mode Inlet pure
water Valve shall be operated in Manual mode with all protections in place.

OPERATION AND CONTROL PHILOSOPHY OF RAW WATER


PUMPING STATION:

RWPS and operation of pure water pumps should be controlled based on the WTP Clear Water Tank water
levels. The pure water pumping station consists of a sump well erected in the reservoir. Water level in the
reservoir depends on seasonal fluctuations. Water level in the sump well shall be continuously monitored
for pump protection purposes by the level sensors.

NORMAL PUMP STARTING / STOPPING SEQUENCE


a) Starting the pumpset
Switch ON START Push Button. Following sequence shall take place, with the suitable delay timers
for respective operations.
Confirm Sluice Valve on delivery side is fully closed, if confirmed go to b) Otherwise first give
command to the actuator motor to close the sluice valve completely.
Start actuator motor to open the sluice valve. Simultaneously give command to the electrically
operated solenoid valve at air vent connection of pump, to open.

Contractor No. of corrections Executive Engineer


330
Give command to main motor starter to start the pumpset. Allow sufficient time as required for
opening the sluice valve completely.
Give command to Automatic Power Factor Controller Relay Panel to switch on required bank of
capacitors.
Monitor the delivery head pressure and display it on the screen continuously.
Close the air vent solenoid valve.
Monitor all the electrical parameters of the main motor like Average Voltage, Average Current, Active
Power KW, Reactive Power KVA, Intentions Power Factor etc. by gathering respective information
from the sensors like CTs, PTs etc. directly or by computation and display all of them on a suitable
LCD window.

Monitor all mechanical parameters of the pumpset like pressure, discharge, run time counter, total
lifetime counter, bearing temperature and status display etc. by gathering respective information from
the respective sensors of pressure gauge, flow meter, thermocouples/ RTDs etc. directly or by
computation and display all of them on a suitable LCD window. There shall be sufficient battery
backup for the timer counter so that even if the pumpset is switched off, it shall take care of the
lifetime counter and it shall read in continuance when the pumpset is switched on next time.
b) Stopping the pumpset
Switching OFF operation, Push down the OFF Push Button. Following sequence shall take place.
Give command to actuator motor of sluice valve to close.
Confirm sluice valve is completely closed.
Give command to APFC Panel to switch of the banks of capacitors one by one.
Give command to switch off the main motor.
If needed switch off the LCDs.

c) Emergency stopping of pumpset

Simply push down the Emergency Push Button.


In addition to above following monitoring of components on hourly basis is required and to be logged
and stored. Necessary reports shall be generated and printed and filed on daily basis.
1. 33 KV side
a. Voltage (V)
b. Current (I)
c. Kwh
d. Kvah
e. Rkvh
f. P.f.

2. 33/3.3 KV 4000 KVA Transformer 1 and 2


a. Winding Temp.
b. Oil Temp.
c. Bucholz Relay condition
3. 3.3 KV In-comer 1 & 2
a. Voltage
b. Current
c. Frequency
d. Kwh
e. Kvah
f. Rkvah
g. P.F.
h. Breaker on/off/trip position
4. 3.3 KV vacuum contactor panel
a. Current
b. Kwh

Contractor No. of corrections Executive Engineer


331
c. Motor bearing NDE temp.
d. Motor bearing DE Temp.
e. Pump thrust bearing Temp.
f. ON/OFF/Trip position
5. Pressure Sensor on Inlet Manifold to measure positive head on Pumps
6. Valve actuators
a. Valve open/close position
7. Manifold pressure sensor reading
8. Raw water flow meter reading
9. Efficiency of Pumps

Under routine working conditions one out of two pumps will be in operation. For each pump rotation will
be automatically initiated to insure equal working record.

The pumps shall normally run in Remote AUTO mode. In case the water level in the wet well is below the
pre-set minimum level the pumps could not be started.

In automatic mode pumps are starting and stopped after a pre-set delay. In case,the water level in the wet
well is below the pre-set level, the pumps will be stopped. This could be a rare event in case the intake
suction pipes are clogged.

If the pure water level reaches the pre-set high level, a soft alarm shall be raised at the SCADA for alerting
the operator. If the level continues to rise and reaches the pre-set High High Level, again a soft alarm shall
be raised at the SCADA and also transmitted to the CCR.

If the pump continues to operate in MANUAL mode and the level in the reservoir reaches pre-set low level,
a soft alarm shall be raised at the HMI for alerting the operator. If the level continues to drop further, a soft
alarm shall be raised at pre-set low low level and all the working pumps shall be tripped at this level. The
pumps shall also trip on Low Low or High High Pressure feedback from the Pressure Transmitter in the
pumping main to WTP.

Apart from the level and pressure protection, the Pumps shall also trip under the following conditions to
ensure safe operation and Protection of Pumps:

 Discharge valve open feedback not available, within the specified time after the start of the pumps.
 The flow meter reading is out of pre-set range.
 Low Low Level Switch Feedback (Hard wired control)
 Pressure is out of pre- set range (Min, Max)
 Reverse Rotation Protection (Hard Wired control)
 Check valve remain closed (Pressure switch)

In case all local conditions are met, Control of the pure water Pumping station will be related to the status
of the Water treatment Plant and to the water level in the Treated water Reservoir.

PLC shall continuously register the running time of each pump and display the same reading in hours in
PLC Screen. A pre-determined high limit of running hours shall be attributed to each pump and when
running-hour count crosses this limit, an alarm shall be prompted at the PLC to alert the operator and the
pump sequence will be changed automatically. This sequence shall be continuously rotated to achieve equal
running time of all the pumps. In view of any running pump getting tripped due to overload, the next pump
shall automatically take over in AUTO mode.

Control room proposed at pure water sump shall have a PLC, Operator work Station, Ethernet switch,
GPRS gateway, and Field instruments etc, for facilitating automatic operation of the pumping station.
However provision shall be made to operate manually as and when required.

AUTOMATION AND SCADA FOR RESERVIOR MANAGEMENT SYSTEM

Contractor No. of corrections Executive Engineer


332

Water distribution lines in water supply scheme consists of number of ( Zonal Balancing Reserior (ZBR) and
Elevated Service Reservoire (ESR). These ZBR/ESR may be located at different levels, some may be at
higher levels and some may be at lower level. Under such circumstances it is often seen that distribution of
pure water will be different in different zones. Lower zones will get water with more pressure and flow, where
as higher zones will face shortage of water with low pressure.
Remote Controlled MBR/ESR management system is the only solution to avoid above mentioned difficulties.
This is a most modern and versatile concept of automation in distribution system of water supply scheme. This
unit works remotely on timer or remote switch which will operate from central computer over GSM based
network. The unit requires very less amount of electrical power and can be easily made available from Solar
Power. Since opening and closing is entirely automatic, timing of water supply to consumers never changes.
Also this Remote Controlled Water Delivery Unit has arrangement to control flow rate of water, hence it is
possible to have equal distribution of water through out water supply scheme. Remote Controlled MBR/ESR
management system has arrangement of measuring volume of water flow (Cubic meter) and can be added .
Looking at these important features of Remote Controlled Water Delivery Unit, aim of rendering maximum
satisfaction to consumers is expected.

Features:
 Equal distribution of water through out water supply scheme.
 Automatic OPEN and CLOSURE of valve at desired set time through timer.
 Remote and Automatic OPEN and CLOSURE of valve from central computer with GSM network.
 No need of man power.
 Works on Solar power.
 Provision of measuring water quantity being delivered.

ITEM No. 3,4,5,6 -PLC PANEL


It shall be a proven, intelligent PLC having local memory, processor, power supply unit & communication cards.
The main processor shall employ a minimum of 32 bit or higher word length for CPU processing. The PLC memory
shall take care of the I/O count requirement including serial points.
The supplied PLCs shall be microprocessor based, programmable and with erasable ROM / RAM Memory. Each of
the PLCs shall have its own processor, memory, power supply unit & communication processor and I/O cards
complete in all respects. All PLCs shall be modular & from the same model product line with identical capacities.
All field instrumentation signaling from Field Instruments shall be cabled up- to the respective Hardware panels.
The PLC hardware shall have following basic features.
PLC shall be programmable in a structured programming language for ease of programming and ease of de-bugging.
a. The I/O cards shall not be combined for the functionalities i.e. each card shall be used to perform its
own functionality with respect analog inputs, digital inputs, digital outputs.
b. The PLC’s shall have a dual processor. The changeover in case of a dual processor shall be bump less
and should be fail-safe. Redundancy should be provided for complete processor subsystem including
CPU memory and power supply

Contractor No. of corrections Executive Engineer


333
c. The PLC should be completely unaffected by a momentary loss of Power of the order of 20
milliseconds.
d. The PLC’s shall be configured such that failure of an individual module shall not affect the integrity of
the unit as a whole.
e. The high performance PLC must be designed to log the parameters with time stamping.
f. The parameter logging interval can be set locally remotely from the central control station. The logged
data can then be downloaded to the central station PC.
g. LED indication on the front panel shall be provided for the indication of the present mode of operation
and for alarm status along with its simultaneous display on the MCS.
h. The PLC shall be battery backed-up so as to maintain time stamping during power failure of the
monitored Field Instruments parameters which can be used in further analysis
i. The PLC shall be designed to have communication compatibility for wire/ wireless mode viz. for
Radio, GSM / GPRS, VSAT or wired mode viz. OFC and serial to transmit data and receive
commands remotely. A total of 3 communication ports shall be required in the SURVELLIANCE
Hardware considering:
Port 1: Host port for 3rd party communication
Port 2: Remote communication
Port 3: For acquisition of stored data through local hand held terminal
j. Above ports exclude the HMI panel to be provided on the PLC fascia.
PLC at each location shall be interfaced with communication equipment through RS232 /RS 485 serial
bus/ industrial Ethernet using standardized communication protocol.
The complete PLCs shall be supplied with all its components including the cabinets.
All the supplied PLCs shall be with same make & model no., differing only in number of PLC I / O cards.

PLC Minimum Specifications:


The PLC shall comply with following in addition to the other requirements.

1 Power Supply Input 230V AC (170-270VAC), 50 Hz


Output As required by Processor & IO modules
2 Central Processing Unit (CPU) Type Microprocessor based Programmable
Logic Controller (PLC) 32 bit Ethernet or
higher
Memory Minimum Program – 512 Kb (spare 50%
after commissioning)
Minimum Data – 2 GB (capable of holding
3 year station data)
Clock Battery backed RTC with max. 1 minute
drip per year
Display Colour touch-screen HMI 10” minimum
with Ethernet interface mounted on front
panel.

Contractor No. of corrections Executive Engineer


334

ADC 16 bit minimum


Watch-dog to reset CPU in any abnormal function
Peripheral Using standard I/O Bus
Communication
Time Should accept external GPS Clock Pulse
Synchronization
Self Diagnostics Required
3 I/O Modules Type Rack mount plug-in with base
I/O Count As per station requirement plus 25% spare
to each type duly wired up to terminal
board.
Analog Module 8 CH (Max.) 16 bit, with LED indicator,
Max load 500 Ω, cross talk attenuation,
Digital Module 16 CH (Max), opto- isolated,
Communication ADN with Ethernet & Serial connectivity
Module using MODBUS or any other standard
communication protocol
4 Relay Boards All Digital outputs in the PLC will drive
Relays 24V DC 2 C/O and field signals
routed through relay contacts

PLC based control monitoring and communication software

PLC CONTROL SYSTEM


General
(a) Each pumping station control system shall be based on the use of programmable logic controllers
(PLCs). Remote input / output modules (I/O modules may also be used to link remote areas of a
given process. Each PS control panel (CP) shall be provided with its own local PC based Operator
Interface Unit (OIU).
(b) The control systems shall be designed for fully automatic operation of the pumping systems.
However, in the event of failure of the automatic controls or by operator choice it shall be possible to
revert to manual operation of each item of Plant independently of the PLC function.
(c) The PS control systems shall be designed to recover fully to a normal operational state on restoration
of power following a power failure without manual intervention.
(d) The control system hardware at each PS shall comprise the following:
- PLC
- Control system power supplies;
- OIU ;
- Field cabling interfaces;
(e) The site instrumentation shall also form an integral part of the control system.

Contractor No. of corrections Executive Engineer


335
(f) The equipment detailed in the aforementioned list and some components of the instrumentation
system shall be housed within the CP. The CP shall be located in the control room.
PLC Control Panel
(a) Control panel shall be provided at each pumping station for automatic operation of pumping station.
(b) Each control panel (CP) shall provide control and human machine interface facilities for the
following:
 Pumping station;
 Clear water reservoirs;
 Instrumentation systems;
 Interface to the Water Management and Control Communications System

(c) The surge suppression equipment shall be provided with its own self contained motor control,
control and instrumentation system. The pumping stations control system shall monitor the
operation of the surge suppression system.
(d) Control panel shall be provided at each of the MBR, ESR & GLSR Locations for monitoring of the
water levels and controlling motorized valves.
(e) The control panel shall be pre-fabricated floor mounted and be environmentally protected to IP 52.
It shall present a vertical front face to the operator on which shall be placed the MMI. The CP shall
be designed for bottom cable entry and rear access. The external colour of panel shall be shade RAL
7032 and internal shade shall be glossy white.
(f) The CP shall provide separate areas for the PLC, internal power distribution, instrumentation, field
cabling termination and for surge protection devices (SPDs). A separate instrumentation earth bar
mounted on insulating supports (a ‘clean’ earth) shall be provided within the CP. Instrumentation
and control cable screens shall be connected to this earth.

Construction
(a) Cubicles for PLC shall be prefabricated out of sheet steel. Adjacent frames, dividers and covers shall
be securely bolted to ensure earth continuity throughout.
(b) The exterior corners and edges shall be rounded to give a smooth overall appearance with
projections kept to a minimum.
(c) Lifting lugs shall be provided for installation purposes and shall be replaced with corrosion-resistant
bolts after installation.
(d) Unless otherwise specified assemblies shall be prefabricated and floor standing with lockable hinged
front doors and bolted removable rear panels where access to live equipment and terminals is
possible.
(e) Instrumentation shall not be positioned above 2000 mm or below 500 mm and devices for isolation
and switching shall be accessible within the zone 500 mm to 1600 mm above floor level. Suitable
warning labels and instructions for earthing and isolating shall be fitted where necessary.
(f) Unless otherwise specified cable entry shall be from the base and shall enter an accessible cabling
compartment via suitable cable glands and gland plate. Access to cable terminations shall be via
bolted panels either from the rear or front as specified.
(g) Cubicles for outdoor locations shall be fitted with lockable outside doors and housing so designed
that all controls, instruments and such like are fully enclosed with the whole assembly weatherproof

Contractor No. of corrections Executive Engineer


336
and vandal proof. The doors shall be fitted with stays arranged to prevent overstraining of the hinge
fixings and allow fixing of the doors in the open position.
(h) The internal cubicles shall also be weatherproof to allow operation of the controls when the outside
doors are open during inclement weather.
(i) Control panels and instrument enclosures, shall give a degree of protection as follows:
(i) Indoor installations
 Non air-conditioned areas : IP 52
 Air-conditioned areas : IP 44
(iii) Outdoor installation : IP 65

PLC Control Panel Power Supply


The PLC control panel primary power supply shall be derived from the LV switch board at 240 V
AC. Power for the control system shall then be derived from this source via an uninterruptible power
supply (UPS).
The 24 V shall be derived from the UPS backed 240 V supply within the PLC control panel by
providing a regulated DC power supply unit in redundant configuration and failure of each power supply
unit shall be monitored and alarmed.

PLC Control System Protection


(a) Short Circuit

All circuits shall be protected against short circuit by the provision of adequate numbers of fuses or
miniature circuit breakers.
For ease of maintenance and system security power supplies to each instrument loop and each PLC
output shall be protected with an individual fuse (terminal type).
(a) Earthing

An instrumentation earth shall be provided in each control panel. This shall comprise a copper bar
of cross section not less than 25 x 6 mm and length to suit the number of connections. It shall be
mounted on at least two insulated supports and be provided with a single earth connection to the
instrumentation earth. If due to the physical size of a control panel more than one instrument earth
bar is required the additional bar shall be connected again with a single earth connection to the same
point as before on the control panel instrument earth bar. In this fashion all instrument earths shall
be connected radial from the same earth point.

Assemblies shall be provided with earthing facilities as follows:


For small single compartment assemblies an earth stud shall be provided. For large single compartment or
multi-compartment assemblies a clearly marked continuous copper earth bar shall run the length of the
assembly and shall be provided with terminals for connections to the metal cladding or armouring of all
incoming and outgoing cables.
The short-term rating of the earth bus bar and connections shall be not less than that of the associated
equipment, or the maximum through-fault current of the power source. The temperature rise of the bus bar
and connections under fault conditions shall not cause damage to the connections of any equipment to
which they may be connected.
No earth terminal bolts or studs shall be less than 8 mm diameter.
An earth bond of minimum size 6 mm2 shall be made to all enclosure doors.
Labels

Contractor No. of corrections Executive Engineer


337
 The assembly as a whole and each compartment shall be clearly and unambiguously identified.
 The labels shall be engraved letters and numbers filled black on a white background.
 Warning labels shall be engraved and filled black on a yellow background.
 Labels shall be affixed with non-corrodible rivets or screws.
 Internal labels shall be used to identify all components and terminal strips. They shall be of plastic in
construction and shall be affixed adjacent to the component.
(b) Surge Protection

Surge protection devices (SPD s) shall be provided for analog signal and power supply loop of all instruments
located outside the control room. One SPD shall be provided near the instrument at field end and the other SPD
near the control panel end. The SPDs shall be connected to earth and shall be suitable for arresting the surge
arising out of high energy static discharge / lightning strikes and protect the equipment from damage. SPDs
shall provide protection through quick acting semiconductor like transorb, zener diodes, varistors and an
automatic discharge and reset circuit. SPDs shall be a passive unit and shall require no power for its operation.
During the lightning strike it shall clamp on the allowable voltage and pass the resultant current to the ground.
The SPD shall operate without in any way affecting normal operation i.e., they should pass signal without
attenuation while diverting surge currents safely to earth and clamping output voltages to specific levels. SPDs
shall be of self resetting type to minimize the down time of the measurement loop. SPDs shall be weather proof
casing. There should be total isolation between input, output and ground terminals. SPDs shall have a minimum
surge rating of 10 kA. The SPD s shall be grouped in a specific area within the CP to ensure ‘dirty’ signal
cables do not come into direct contact with ‘clean’ signal cables.

Input / Output Schedules (Sample)

Sr Instrument / Equipment PLC I/O


No
Ethernet RS SDI12 DI DO AI AO
485

1 Pumping Station 1 1 1
Pump status Running, Fault, 16 8
Remote, Local Maintenance,
Duty, Command Start, Stop
Control Valve status Open, 24 8 1
Close, Trip, Overload, Remote,
Local, Maintenance Valve
position, commands Open,
Close, Stop
Electrical Parameter monitoring 1
System
Temperature Scanner 1
Flow Meter 4
Pressure Transmitter 4
Ultrasonic Water Level 1

Contractor No. of corrections Executive Engineer


338
Transmitter.
Residual Chlorine Measurement 1
System
Turbidity Measurement System 1
pH Measurement System 1
Multi-function Controller 5 CH 1
Multi-function Controller 2 CH 1
Auto Manual switch 1

The I/O Schedule detailed is indicative only. The Contractor shall provide all I/O necessary in order to achieve
the control and monitoring requirements for each site at various locations of the scheme.

Important: 25% extra for each type I/O cards duly wired up to terminal box shall be considered while
designing a system.
CONTROL PHILOSOPHY
General
(a) The fundamental control requirements of the pump control system is to:
(i) Match the average pumping rate under steady state conditions to the steady state output
from each pumping station;
(ii) Maintain the water level in the reservoirs within set limits;
(iii) Provide automatic system start-up and shutdown routines;
(iv) Provide alarms and fail-safe tripping circuits to protect plant and equipment;
(v) Prevent an overflow at a downstream pumping station reservoir as the result of a local
power failure at that pumping station;
(vi) Provide information on the operation of the system to enable the operator to be aware of
conditions both locally and at up stream and downstream sites;
(vii) Provide facilities to permit the manual control of the system in the event of failure of the
automatic controls;
(b) It is required that the transmission pumps be controlled using a start stop method in order to
effect the required flow balance whilst at all times maintaining acceptable levels within the
reservoirs. In addition the selection of suitable reservoir switching levels shall limit to an
acceptable value the number of start / stop cycles each pump motor is subjected to.
(c) The control modes proposed for the system are as follows:
(i) Automatic mode;
(ii) Semi-automatic mode;
(iii) Local manual mode.
The control algorithms associated with each mode of control are as follows:
Automatic Control Mode
(a) General

Contractor No. of corrections Executive Engineer


339
(i) The automatic control mode is manually selected independently at each pumping station by
the positioning of a selector switch on the control panel. This mode selection shall be
accepted and retained by the control system.
(ii) Pumps for operation as duty or standby shall be manually selected by the operator from the
OIU. Pumps shall accept duty or standby status if they are available. i.e.
 The pump motor starter ‘manual-off-automatic’ selector
switch is set to ‘automatic’;
 It has no faults;
 Power is available at the starter;
 The emergency stop device is not operated;
 Any associated device such as the outlet valve is available.
(iii) There shall not be a limit on the number of pumps that may be selected as duty or standby
however the default status shall be all pumps as duty.
(b) Pump Start Routine
(i) The pump automatic mode start routine shall be as follows:
 Permissive conditions to start
- Suction valve is open
- Discharge isolation valve is open
- Discharge control valve is in throttled position
- Common discharge header valve is in open position
- Pump drive available
 Start sequence
- Start pump drive and open discharge valve simultaneously
- Duty pump fails to start, standby pump shall be started
- Pump starts & discharge valve opens; start sequence is
completed
(ii) A software based pump start ‘sequence failed to complete’ alarm shall be provided. If a
start sequence fails to complete within a set time (not operator adjustable) an alarm shall be
raised.
(c) Stop Sequence
(i) The pump automatic mode stop routine shall be as follows:
 Close discharge valve command
 Stop pump drive, when discharge valve is closed by 70% (70% close signal shall be
derived using timer)
 when the pump stops, the stop sequence is complete
(ii) A software based pump stop sequence ‘failed to complete’ alarm shall be provided. If stop
sequence fails to complete within a set time an alarm shall be raised.

Contractor No. of corrections Executive Engineer


340
(iii) The pump shall stop immediately without going through the aforementioned sequence in
case of power failure and hardwired trip condition.
(iv) The discharge valve shall close after the pump has stopped. In case power supply is not
available the valve shall close on resumption of power.
(d) Duty Rotation
(i) The automatic system shall call on duty pumps to start or stop in accordance with the
dictates of the reservoir level control algorithm. The control system shall decide which
pumps are to be start or stop using the following procedure.
 If the control system requires a duty pump to start it shall select the duty pump which has
been standing (not running) for the longest time and start it.
 If the control system requires a duty pump to stop it shall select the duty pump which has
been running for the longest time and stop it.
(ii) If a duty pump should fail (either when running or not) then the lowest numbered standby
pump shall be selected and started if required to run. The pump shall now run in all
respects as a duty pump until reselected manually as a standby. If a duty pump is selected
as standby when it is running it shall stop.
(e) Catch Up Mode
(i) Catch up mode is a hybrid of the automatic mode and is typically used following a
prolonged power outage or some other severe disturbance to the system in order to
temporarily increase the throughput of water. It can be manually selected at each of the
pumping station using the OIU and is then automatically applied to all the other pumping
stations (only if automatic mode is selected at that station).
(ii) It may be deselected at any of the pumping stations at any time
(f) Level Control Mode
(i) The duty pumps at a given pumping station shall be primarily controlled by the level within
the local source reservoir.
(ii) The level based controls use the signals from the local reservoir and downstream reservoir(s).
(iii) Time gap between starts or stops of pump is 5 minutes

Auto-manual Control Mode


(i) In order to make the system responsive to changes within the system an additional ‘background’
level control algorithm is necessary. This is identified as ‘auto-manual control’ and is detailed as
follows:
(ii) The purpose of this mode is to get the system up and running following a disturbance. In this mode
the operator (whilst the system is in automatic mode) may prompt the starting of a duty pump by
manual initiation. The operator may start as many pumps as required up to the maximum permitted
by the algorithm.
(iii) Conversely the operator may also stop a duty pump at any time.
(iv) The above actions shall be carried out by the operator either by depressing a duty pump start or duty
pump stop push button once in order to start or stop a duty pump. After a delay a further depression
of either button shall cause a further duty pump to start or stop as required and so on.

Contractor No. of corrections Executive Engineer


341
Semi-Automatic Control Mode
(a) The operator may select this mode of operation at the CP at any pumping station. The control mode
when selected shall only apply to that pumping station.
(b) In this mode the operator may start and stop ‘available’ pumps (i.e. pumps available for automatic
control) at will by using controls on the OIU. The control commands shall be routed through the PLC.
The PLC shall prevent simultaneous starts or stops and shall carry out automatically any start up or
shut down routines necessary in order to start or stop a pump.

Local Manual Control Mode

(a) This mode of control will normally be used for maintenance purposes or in the event of a PLC failure.
(b) In order to start a pump in this mode the operator must go to the drive starter and set the ‘automatic -
off- manual’ selector switch to ‘manual’. The drive can then be started or stopped using the local start
and stop buttons or the start / stop controls local to the drive if fitted. The operator will be required to
carry the operation of discharge valves etc. manually.
(c) In this mode only hardwired interlocks shall operate to stop the drives.
(d) Valve actuators shall be operated manually at the actuator by selecting the ‘local-off-remote’ selector
switch to ‘local’ and using the local controls at the valve. Additionally open and close push buttons
shall also be provided for the pump discharge motorized valves on the starter panel of respective
pump. These push buttons shall be active only when the automatic / off / manual selector switch is
selected in manual mode.
(e) The valve closed contact shall be hard wired into the pump start circuit to prevent starting of the pump
when the discharge valve is not closed.

Control System Modeling


In order to ensure that commissioning takes place on site in the most efficient manner the Contractor shall
computer model the control algorithms and demonstrate the stability of the system using theoretical flows
from the treatment works and from the pumping stations with different numbers of pumps running. The
model shall have a graphical interface and shall be free running (i.e. it shall be possible to set the model
running and be able to observe steady state and transient operation). Facilities shall be provided to simulate
pump failures, power failures etc. in order to study their effects. The model shall be demonstrated to the
approval of the Engineer. All modifications and improvements to the control algorithms identified during
this stage of design shall be incorporated into the Works.

Protection against Pipe line Burst


(a) A signal shall be derived in PLC from the pressure transmitter provided on common discharge
header of each pumping station. This shall operate if the pressure in the line falls for a set time
period below the static pressure expected at that point. This shall raise an alarm and prompt the
operator to switch off the pumps.

(b) An Stay put type push button shall be provided on the control panel to switch off all pumps
simultaneously in such an emergency. The device shall be covered or shrouded in some way to
prevent accidental operation.

(c) Before operating the pipeline control valves the system will:

Compare the flow from the master balancing reservoir flow meter with the flow in the pipeline at
the control valve, if the difference is greater than 2000 l/s or a value to be decided during

Contractor No. of corrections Executive Engineer


342
execution stage, a burst will be assumed and the outlet valve at the MBR shall be closed and an
alarm shall be raised. It shall be possible for the operator to disable the closing of the outlet valve
in response to burst detection.
Level switching points shall be derived in the appropriate PLC from the MBR level analogue
signal. The analogue value used shall be the controlling value as selected by the operator.

(d) Interface to the Temperature scanners and Power Analysers


 Temperature scanners for each pump shall be mounted on the front face of control panel
in the control room. These temperature scanners shall be interfaced with the PLC system
through suitable communication link for monitoring the winding & bearing temperatures
and alarm and trip settings on the OIU.
 Power Analyser shall be provided for the main incomer and individual pumps. These
Power Analysers shall be interfaced with the PLC system through suitable
communication link for monitoring of all the parameters of Power Analysers like three
phase voltages, currents, kW, kVA, kWh, kVAh, power factor etc., on the OIU.

Approved Makes :- As per list of Approved makes

Item No. 8 to 13 - Control Cable / Communication Cable / Cable Trays/CABLES


AND ACCESSORIES

POWERANDCONTROLCABLES

Designcriteria
a. Powerandcontrolcableshallbesuitableforinstallationinatropicalmonsoonareahavingahot humid
climate. The reference ambient temperature to be considered for the purpose of this
specificationis50DegC.

b. The de-rating factor for various conditions of installation including the following shall be
considered while choosing the conductor size and calculations shall be submitted for Owner’s
approval:
i. Maximumambientairtemperature.
ii. Maximum groundtemperature
iii. Depthoflayingwhereverapplicable
iv. Groupingofcables
c. The maximum continuous conductor temperature and the maximum allowable conductor
temperatureduringshortcircuitaretobetakenas70degCand160degCrespectivelyincase of PVC
insulated cables and 90 deg C and 250 deg C respectively in case of XLPE insulated cables.
d. The cables shall be capable of continuous satisfactory operation under a power supply system
frequencyvariationof(±)5%,voltagevariationof(±)10%andcombinedfrequencyandvoltage
variationof10%(absolutesum).
e. ThecablesshallingeneralcomplywiththerequirementsofthelatestrevisionofIS-1554(Part– I) for the LT
PVC power and control cables or the relevant IEC International Standard unless otherwise specified
in this specification. The design, manufacture, installation, testing and performance of the cables,

Contractor No. of corrections Executive Engineer


343
shall comply with the latest revisions of IS/ IEC/ NEMA/ ASTM Standard and the most stringent
conditions specified in these specification shall be applicable.

General technicalrequirements
a. Type ofcable:-
Thecableshallbemulti-core/singlecore(XLPE),PVCandanypolymeric/ elastomericinsulation
typeasspecified.
b. Conductor:-
Thecableconductorshallbemadefromstandardcopper toformcompactconductor
havingaresistancewithinthelimitsspecified.Allthecablesofsize(……) sqmmandaboveshallhave
sectorshapeconductors.Theminimumno.ofstrandsinconductorshallbe7(seven)exceptas
otherwisespecified.PowercablesshallbeofstrandedCopperconductorwithsize(……)
sqmmminimumand the control cables shall be stranded copper (electrolytic) conductor with a
minimum size of 1.5mm.
c. ConductorShield
Theconductorhavingasemi-conductingscreenshallensureperfectlysmoothprofileandavoid stress
concentration. The conductor screen shall be extruded in the same operation as the
insulation,thesemi-conductingpolymershallbecrosslinkedforXLPEcables.
d. Insulation
The insulation of the cable shall be extruded type and shall be designed and manufactured for
the specified system voltage. The manufacturing process shall ensure that insulation shall be
free from voids. The insulation shall withstand mechanical and thermal stresses under steady
state and transient operating conditions. The extrusion method should give a very smooth
interfacebetweensemiconductingscreenandinsulation.Theinsulationofthecablesshallbeof high
standard quality. The minimum volume resistivity of the PVC insulation of all the PVC
insulatedcablesshallbe1x1014ohm-cmat27degCand1x1011ohm-cmat70degC.
e. Insulationshield
In XLPE cables, to confine electrical field to the insulation, a non-magnetic semi conducting
shield shall be put over the insulation. The insulation shield shall be extruded in the same
operationastheconductorshieldandtheinsulationbytripleextrusion/process.TheXLPEcable
insulation shield shall be strippable. Metallic screening for all type of power, control and
special cables shall be provided.

f. InnerSheath
Thesheathshallbesuitabletowithstandthesiteconditionsandthedesiredtemperature.Itshall
beofadequatethicknessandappliedbyacontinuousprocesstoproduceasheathofconsistent
qualityfreefromalldefects.PVCsheathshallbeextruded.
g. Armour
Hard drawn Aluminium wire armouring / galvanized steel tape/ wire armouring shall be
used for singlecoreandmulti-

Contractor No. of corrections Executive Engineer


344
corecablerespectively.Theharddrawnaluminiumwireforarmourshallbe of H4 grade, as per
IS-8130 (having tensile strength above 150 N/mm) The diameter of the aluminium wire
shall be as per the table for the dimensions of the galvanized steel wire armour
givenintherelevantstandard.
h. Serving/outersheath
Extruded PVC serving as per IS: 5831 or as specified otherwise shall be applied over the
armouring with suitable additives to prevent attach by rodent and termites. All serving
must be given anti-termite treatment.

Codesandstandards
All cables to be supplied shall conform to the latest revisions of IS or any other
international standards acceptable to Owner. Some of the Indian Standards/ IEC
considered relevant to the cables are given below:

Sr. Standard Description


No.

PVCinsulated(heavyduty)electriccablesforworking
IS:1554 (Part-I)
1 voltageuptoandincluding1100V.

PVCinsulated(heavyduty)electriccablesforworking voltagefrom3.3kVup
IS:1554 (Part-II)
2 toandincluding 11kV.

3 IS:3961 Recommended current ratings for cables.

4 IS:8130 Conductors for insulated electric cables and flexible cords.

5 IS:5831 PVC insulation and sheath of electric cables.

6 IS:2982 Copper conductor in insulated cables and cords.

7 IS:3975 Mild steel wires, strips and tapes for armouring cables

SpecificationforlowfrequencywirersandcableswithPVC
8 IS:5609 insulationandPVCSheath.

9 IS:6380 Spec. of elastomeric insulation of sheath of electric cables.

10 IS:434(I and II) Specification for rubber insulation cables

Contractor No. of corrections Executive Engineer


345

Themethodsforinsulationsandsheathsofelectriccablesand
11 IEC:540 cords(elastomericandthermoplasticcompounds).

12 IEC:230 Impulse tests on cables and their accessories.

13 IEC:60 High voltage test techniques.

Calculationsofthecontinuouscurrentratingof
14 IEC:287 cables(100%loadfactor).

Nominalcross-sectionalareaandcompositionofconductor
15 IEC:288 ofinsulatedcables.

Extrudedsoliddielectricinsulatedpowercables
16 IEC:502 forratedvoltagesfrom1.00kVupto30kV.

Thermoplasticinsulatedwiresandcablesfortransmissionand
17 NEMA-WC-5 distributionofelectricalenergy.

0
19 IEC: 332-1 Test on electric cables under fire conditions.

20 ASTM-D-2843 Standardtestmethodfordensityofsmokefrom
burning/decomposition ofplastics.

21 ASTM-D-2863 Test for determination of Oxygen Index.

22 IEC-754-I Test method for acid gas generation.

23 IEC-331 Fire resisting characteristics of electric cables.

Constructionalrequirements
Cable shall have suitable filters laid up with the conductors to provide a substantially circular
crosssectionbeforethesheathisapplied.Fillersshallbesuitablefortheoperatingtemperature of the
cable and compatible with the insulating material. All materials shall be new, unused and
offinestquality.Workmanshipshallbeneat,cleanandofhighestgrade.
a. 415V system power cables - The cable shall be 1.1kV, grade, heavy duty, stranded aluminium
conductor, PVC Type-A Insulated galvanized steel wire/strip armoured, flame retardant low
smoke(FRLS)extrudedPVCtypeST1outersheathed.
b. Control cables - The cable shall be 1.1kV grade, heavy duty, stranded copper conductor, PVC
Type-A insulated, galvanized steel wire / strip armoured, flame retardant low smoke (FRLS)

Contractor No. of corrections Executive Engineer


346
extrudedPVCofType-ST1outersheathed.

Identificationofcores
TheinsulatedcoresofLTpowercablesshallbeidentifiedbycolorcode.Thecontrolcables shall
have identification by means of printing of numbers of its cores at intervals not more than
75mm.Atleast20%coresshallbekeptassparesinthemulti-corecontrolcables.

Arrangementofcables
Asfarasfeasible,separatecablesshallbeprovidedforcircuitsofdifferentplantandauxiliaries, for
circuits of different voltages, and for circuit used separately. Power, control and
instrumentation circuit shall invariably be taken through different routes, which shall not
be laid togetheronthesamecabletrays.

Drumslengths

Drum lengths of the cables shall be so chosen that straight through joints are eliminated.
However, the drum lengths shall not be less than the following lengths:
i) 415Volt,1.1kVgradepowercables500M
ii) 1.1kVgradecontrolandinstrumentationcables1000M

Installationofcablesandearthingsystem

The GI/Al cable trays, and accessories, supports, conduits, cable glands, lugs, ferrules, tags,
clamps and other accessories for installation of cables in cable trays, trenches etc. earthing
system network/earth mat including interconnections at necessary area of plant shall be
provided.

DesignandConstructionalFeatures
a. InterPlantCabling:
Interplantcablingformainroutesshallbelaidalongoverheadtrestles /ductbanks.However,from
tap-offs, same can be through shallow trenches. In case of Duct banks, pull-pits shall be
filled
withsandandprovidedwithaRCCcovering.Directlyburiedcables,ifessential,shallnothave
concentrationofmorethan4cablesinoneroute.
b. Cableentry:Shallbedecidedduringdetailengineering
c. Trenches:PCCflooringofbuiltuptrenchesshallbeslopedforeffectivedrainagewithsumppits
andsumppumps.

Cabletrays,fittingsandaccessories

a. GI Cable trays shall be ladder/ perforated type as specified complete with matching fittings (like
brackets,elbows,bends,reducers,tees,crosses,etc.)accessories(likesidecouplerplates,etc. and hardware
(like bolts, nuts, washers, GI strap, hook etc.) as required. Cable tray shall be

Contractor No. of corrections Executive Engineer


347
laddertypeforpowerandcontrolcablesandperforatedforinstrumentationcables.
b. Cabletrays,fittingsandaccessoriesshallbefabricatedoutofrolledmildsteelsheetsfreefrom
flawssuchaslaminations,rollingmarks,pittingetc.These(includinghardware)shallbehotdip
galvanizedasperrelevantIS.

c. Cabletraysshallhavestandardwidthof 80mm, 200mm,300mmand600mmandstandardlengthsof 2.5


metre. Minimum thickness of mild steel sheets used for fabrication of cable trays and fittings shall be
2 mm. The thickness of side coupler plates shall be minimum 3 mm.
d. Cabletroughsshallberequiredforbranchingoutfewcablesfrommaincableroute.Theseshall be U-shaped,
fabricated of mild steel sheets of minimum thickness 2 mm and shall be hot dip
galvanizedasperrelevantIS.Troughsshallbestandardwidthof50mmand75mmwithdepth of 25mm.
e. The size of the cable tray (80mm to 600mm width) depends on the size of the cables and
routingofthetrays.Bidderhastodecidebasedonsitevisit.Thetrayloadingshouldnotbemore
than70%oftraycapacity,noneofcablewillbelaidoverthecable.Thecablecostincludescost
oftrayandnoseparatepaymentwillbemadeforcabletray.

Supportsystemforcabletrays
d. Cabletraysupportsystemshallbepre-fabricated.
e. Support system for cable trays shall essentially comprise of the two components i.e. main
supportchannelandcantileverarms.Themainsupportchannelshallbeoftwotypes:
 Havingprovisionofsupportingcabletraysononesideand
 Havingprovisionofsupportingcabletraysonbothsides.
In general, the support system shall be as follows :
i. Cable supporting steel work for cable racks / cables shall comprise of various channel sections,
cantilever arms, various brackets, clamps, floor plates, all hard wares such as lock
washers,hexagonnuts,hexagonheadbolt,supporthooks,studnuts,hexagonheadscrew,
channelnut,channelnutwithsprings,fixingstuds,etc.
ii. The system shall be designed such that it allows easy assembly at site by using bolting. All
cablesupportingsteelwork,hard waresfittingsandaccessoriesshallbeprefabricatedfactory
galvanized.
iii. Themainsupportandcantileverarmsshallbefixedatsiteusingnecessarybrackets,clamps,
fittings,bolts,nutsandotherhardwareetc.toformvariousarrangementsrequiredtosupport the cable
trays. Welding of the components shall not be allowed. However, welding of the
bracket(towhichthemainsupportchannelisbolted)totheoverheadbeams,structuralsteel,
insertplatesorreinforcementbarswillbepermitted.Anycuttingorweldingofthegalvanized
surfaceshallbebrushedandredleadprimer,oilprimerandaluminiumpaintshallbeapplied.
iv. All steel components, accessories, fittings and hardware shall be hot dip galvanized after
completingwelding,cutting,drillingandothermachiningoperation.
v. The main support channel and cantilever arms shall be fabricated out of minimum 2.5 thick
rolledsteelsheetconformingtoIS.

Contractor No. of corrections Executive Engineer


348
vi. Cantilever arms of 300 mm, 600 mm and 750 mm in length are required. The arm portion
shallbesuitableforassemblingthecompletearmassemblyontocomponentconstructedof standard
channel section. The back plate shall allow sufficient clearance for fixing bolt to be
tightenedwithtrayinposition.

Junctionboxes
f. Junction Boxes with IP:55 degree of protection, shall comprise of a case with hinged door
constructed from cold rolled sheet steel of minimum thickness 2 mm. Top of the boxes shall be
arranged to slope towards rear of the box. Gland plate shall be 3 mm thick sheet steel with
neoprene/syntheticrubbergaskets.Alljunctionboxesshallbeofadequatestrengthandrigidity,
hotdipgalvanizedasperrelevantIS,andsuitableformountingonwall,columns,structuresetc. The boxes
shall include brackets, bolts, nuts, screws M8 earthing stud etc. required for installation
g. Terminal blocks shall be 650 volts grade, rated for 10 Amps and in one piece moulding. It shall be
complete with insulating barriers, Clip-on type terminals and identification strips. Marking on
terminal strip shall correspond to the terminal numbering on wiring diagrams. It shall be Elmex
typeCSLT-1withinsulatingmaterialofMelamineconformingtoESIStandard12.1orequivalent.
Terminal block shall be suitable for terminating 2 wires of 2.5mm on both sides arranged to
facilitateeasytermination

Terminations and straight through joints

1.1kVgradestraightthroughjointsshallbeofprovendesign.Anecessarycare hastobetakenduring
jointandtermination.

Cable glands
Cable shall be terminated using double compression type cable glands. Cable glands shall
conform to BS:6121 and be of robust construction capable of clamping cable and cable
armour (for armoured cables) firmly without injury to insulation. Cable glands shall be made
of heavy
dutybrassmachinefinishedandnickelchromeplated.Thicknessofplatingshallnotbelessthan 10
micron. All washers and hardware shall also be made of brass with nickel chrome plating
Rubber components shall be of neoprene and of tested quality. Necessary cable dimensions
shallbefurnishedtothesuccessfulContractor.

Cablelugs/ferrules
CablelugsforpowercablesshallbeAluminiumsolderlesscrimpingtypeconformingtoIS:8309
suitable for aluminium compacted conductor cables. Cable lugs and ferrules for control cables
shallbetinnedcopperconformingtoIS:8309.Thecablelugsforcontrolcablesshallbeprovided
withinsulatingsleeveandshallsuitthetypeofterminalsprovidedontheequipments.

Contractor No. of corrections Executive Engineer


349
Cableclampsandstraps

The cable clamps required to clamp multi core cables on vertical run shall be made up of
Aluminiumstripof25x3mmsize.Forclampingthemulti corecables,self-locking,de-interlocking
type nylon clamps/ straps shall be used. The clamps/ straps shall have sufficient strength and
shallnotgetaffectedbydirectexposuretosunraysandoutdoorenvironment

Installation

Cabletrayandsupportsysteminstallation
a. Cables shall run in cable trays mounted horizontally or vertically on cable tray support system
which in turn shall be supported from floor, ceiling, overhead structures, trestles, pipe racks,
trenchesorotherbuildingstructures.Allcabletraysshallbeinverticalconfigurationinboilerand ESPareas.
b. Horizontally running cable trays shall be clamped by bolting to cantilever arms and vertically
runningcabletraysshallbeboltedtomainsupportchannelbysuitablebracket/clampsonboth top and
bottom side rails at an interval of 2000 mm. For vertical cable risers/shafts cable trays shall be
supported at an interval of 1000mm. Fixing of cable trays to cantilever arms or main
supportchannelbyweldingshallnotbeaccepted.
c. The cantilever arms shall be positioned on the main support channel with a minimum vertical
spacingof300mmunlessotherwiseindicatedintherelevanttraylayoutdrawings
d. All cable way sections shall have identification, designations as per cable way layout drawings and
painted/ stencilled at each end of cable way and where there is a branch connection to another cable
way. Minimum height of letter shall be not less than 75 mm. For long lengths of trays, the
identification shall be painted at every 10 meter. Risers shall additionally be painted/
stencilledwithidentificationnumbersateveryfloor.
e. In certain cases it may be necessary to site fabricate portions of trays, supports and other non
standard bends where the normal prefabricated trays, supports and accessories may not be suitable.
In such cases the Contractor shall fabricate at site suitable sections of trays, supports
andaccessoriestomaketheinstallationcompleteforthespecificpurposeafterobtainingProject Manager's
prior approval, which shall be neat in appearance and shall match with the
prefabricatedsectionsinthedimensions.Theyshallbeappliedwithonecoatofredleadprimer,
onecoatofoilprimerfollowedbytwofinishingcoatsofaluminiumpaint.

Conduits/Pipes/Ductsinstallation
f. All openings in the floor/ roof/ wall/ cable tunnel/ cable trenches made for conduit installation shall
be sealed and made water proof. GI pull wire of adequate size shall be laid in all conduits before
installation. Metallic conduit runs at termination shall have two lock nuts wherever
requiredforjunctionboxesetc.
g. Conduit runs/sleeves shall be provided with PVC bushings having round edge at each end. All
conduits/ pipes shall have their ends closed by caps until cables are pulled. After cables are pulled,
the ends of conduits/ pipes shall be sealed with Glass-wool/ Cement Mortar/ Putty to

Contractor No. of corrections Executive Engineer


350
prevententranceofmoistureandforeignmaterial.
h. Exposed conduit/ pipe shall be adequately supported by racks, clamps, straps or by other approved
means. Conduits / pipe support shall be installed square and true to line and grade
withanaveragespacingbetweenthesupportsasgivenbelow,unlessspecifiedotherwise.

The typical conduit sizes shall be per below table:

Sr. No. Particular Description

1 Conduit/ pipe size (dia) Spacing

2 Up to 40 mm 1.0 m

3 50 mm 2.0 m

4 65-85 mm 2.5 m

5 100 mm

Junction boxesinstallation

Junction boxes shall be mounted at a height of 1200mm above floor level or as specified in
the drawings or as decided by Project Manager and shall be adequately supported/mounted
on masonrywallbymeansofanchorfasteners/ expandableboltsorshallbemountedonanangle,
plateorotherstructuralsupportsfixedtofloor,wall,ceilingorequipmentfoundations.

Cableinstallation

i. Cable installation shall be carried out as per IS:1255 and other applicable standards. Cable drums
shall be unloaded, handled and stored in an approved manner on hard and well drained surface so
that they may not sink. In no case shall be drum be stored flat i.e. with flange horizontal. Rolling
of drums shall be avoided as far as possible. For short distances, the drums may be rolled
provided they are rolled slowly and in proper direction as marked on the drum. In
absenceofanyindication,thedrumsmayberolledinthesamedirectionasitwasrolledduring
takingupthecables.Forun-reelingthecable,thedrumshallbemountedonsuitablejacksoron cable
wheels and shall be rolled slowly so that cable comes out over the drum and not from
below.Allpossiblecareshallbetakenduringunreelingandlayingtoavoiddamageduetotwist, kink or
sharp bends. Cable ends shall be provided with sealed plastic caps to prevent damage
andingressofmoisture.

j. Whilelayingcable,groundrollersshallbeusedatevery2metreintervaltoavoidcabletouching ground.
The cables shall be pushed over the rollers by a gang of people positioned in between the rollers.
Cables shall not be pulled from the end without having intermediate pushing
arrangements.Pullingtensionshallnotexceedthevaluesrecommendedbycablemanufacturer.

Contractor No. of corrections Executive Engineer


351
Selection of cable drums for each run shall be so planned so as to avoid using straight through
joints.Careshouldbetakenwhilelayingthecablessoastoavoiddamagetocables.
k. Cablesshallbelaidoncabletraysstrictlyinlinewithcableschedulefurnished.
l. Power and control cables shall be laid on separate tiers. The laying of different voltage grade
cables shall be on different tiers according to the voltage grade of the cables. In horizontal tray
stacks,415Vpowercables(1.1kV)shallbelaidontop mosttierandcablesofsubsequentlower
voltagegrades/controlcablesonlowertiersoftrays.Singlecorecableintrefoilformationshallbe
laidwithadistanceoffourtimesthediameterofcablebetweentrefoilcenterlinesandclamped at every
two metre. All multi-core cables shall be laid in touching formation. Power and control cables
shall be secured fixed to trays/ support with self locking type nylon cable straps with de-
interlocking facilities. For horizontal trays arrangements, multi-core power cables and control
cables shall be secured at every five meter interval. For vertical tray arrangement, individual
multi-core power cables and control cables shall be secured at every one meter by nylon cable
strap. After completion of cable laying work in the particular vertical tray, all the control cables
shallbetiedtotrays/supportsbyaluminiumstripsateveryfivemeterintervalandateverybend.
m. Bendingradiiforcablesshallbeaspermanufacturer’srecommendationsandIS:1255.

n. Wherecablescrossroads/railtracks,thecablesshallbelaidinhumepipe/PVCpipe.

o. Jointsforlessthan250Metersrunofcableshallnotbepermitted.

p. Controlcableterminationinsideequipmentenclosureshallhavesufficientlengthssothatshifting
ofterminationinterminalblockscanbedonewithoutrequiringanysplicing.
q. Theinstallationworkshallbecarriedoutinaneatworkmanlikemannerandareasofworkshall be cleaned
of all scraps, water, etc. after the completion of work in each area every day. RCC/
Steeltrenchcoversshallbereplacedaftertheinstallationworkinaparticularareaiscompleted
orwhenfurtherworkisnotlikelytobetakenupforsometime.
r. Separation-Atleast300mmclearanceshallbeprovidedbetween:
- HTpowerandLTpowercables,
- LTpowerandLTcontrol/instrumentationcables,
s. Segregation
Segregation means physical isolation to prevent fire jumping.
All cables associated with the unit shall be segregated from cables of other units.
Cable routes for one set of auxiliaries of same unit shall be segregated from the other set.
m. Minimumnumberofsparecoresrequiredtobeleftforinterconnectionincontrolcablesshall be as
follows:

Sr. No. No. of cores in cable No. of spare cores

1 2C, 3C NIL

Contractor No. of corrections Executive Engineer


352

2 5C 1

3 7C-10C 2

4 14C and above 3

n. Cablefiresealing
Wherever the cables pass through walls/ floors, fire proof cable penetration seals rated for two
hours shall be provided. This shall be by suitable block system using individual blocks with
suitable framework or by silicon RTV foaming system. In case foaming system is offered,
dammingboard,ifused,shallnotbeconsideredforfireratingcriteria.Anyofthesystemoffered shall be
of proven type as perBS:476(Part-20)orequivalentstandard
o. Directlyburiedcables
- Cabletrenchesshallbeconstructedfordirectlyburiedcables.Constructionofcabletrenchfor cables
shall include excavation, preparation of sieved sand bedding, riddled soil cover, supply and
installation of brick or concrete protective covers, back filling and compacting, supply and
installationofroutemarkersandjointmarkers.Layingofcablesandprovidingprotectivecovering
shallbeasperIS:1255.
- RCC cable route and RCC joint markers shall be provided wherever required. The voltage
grade of the higher voltage cables in route shall be engraved on the marker. Location of
underground cable joints shall be indicated with cable marker with an additional inscription
“CableJoint”.Themarkershallproject150mmabovegroundandshallbespacedataninterval of 30
meters and at every change in direction. They shall be located on both sides of road crossings and
drain crossings. Top of cable marker/joint marker shall be sloped to avoid
accumulationofwater/dustonmarker.

p. Cable tags shall be provided on all cable sateachend (just be foreentering the equipment
(enclosure),on both side sofa wall or floor crossing,one achduct/conduitentry,and at every20 meters
in cable tray/ trench runs. Cable tags shall also be provided inside the switchgear,motor control
centres,control and relay panel setc.where a number of cables enter to gether through a
glandplate.Cabletagshallbeofrectangularshapeforpowercablesandcontrolcables.Cable tag shall be of
2 mm thick Aluminium with number punched on it and securely attached to the cable by not less
than two turns of 20 SWG GI wire conforming to IS:280. Alternatively, cable tags made of nylon,
cable marking ties of ‘TY-CAB’ or equivalent type with cable number heat
stampedonthecabletagsmayalsobeprovided.

q. While crossing the floors,un-armoured cable s shall be protected in conduit sup to a height of
500 mm from floorl level if not laid in tray

Cableterminationsandconnections

Contractor No. of corrections Executive Engineer


353
t. The termination and connection of cables shall be done strictly in accordance with cable
terminationkitmanufacturerinstructions,drawingsetc.Cablejointershallbequalifiedtocarryout
satisfactorycablejointing/termination.

u. Work shall include all clamps, fittings etc. and clamping, fitting, fixing, plumbing, soldering,
drilling,cutting,taping,preparationofcableend,crimpingoflug,insulatedsleevesovercontrol cable lugs, heat
shrinking (where applicable), connecting to cable terminal, shorting and
groundingasrequiredtocompletethejob.

v. The equipment will be generally provided with undrilled gland plates for cables/ conduit entry.
TheContractorshallberesponsibleforpunchingofglandplates,paintingandtouchingup.Holes
shallnotbemadebygascutting.Theholesshallbetrueinshape.Allcableentrypointsshallbe sealed and made
vermin and dust proof. Unused openings shall be effectively sealed by 2mm thickaluminiumsheets.

w. Control cable cores entering control panel/ switchgear/ MCCs etc. Shall be neatly bunched,
clampedandtiedwithselflockingtypenyloncabletieswithdeinterlockingfacilitytokeepthem inposition.

x. Thepanelswherealargernumberofcablesaretobeterminatedandcableidentificationmaybe difficult, each core


ferrule shall include the complete cable number as per the drawings. The ferrules shall be indelible
interlocking type and shall fit tightly on cores. Spare cores shall have
similarlyferruleswithasuffixletter‘S’alongwithcablenumbersandcoiledupafterendsealing.

y. Allcableterminationsshallbeappropriatelytightenedtoensuresecureandreliableconnections.

INSTRUMENTATIONCABLES
GeneralRequirements

a. The Contractor shall supply, erect, terminate and test all instrumentation cables for control and
instrumentation equipment/devices/systems included under Contractor's scope.
b. Any other application where it is felt that instrumentation cables are required due to
system/operatingconditionrequirements,arealsotobeprovidedbytheContractor.
c. Othertypeofcableslikeco-axialcablesforsystembus,cablesforconnectionofperipheralsetc.
(underContractor'sscope)alsoshallbefurnishedbytheContractor.
d. Contractorshallsupplyallcableerectionandlayinghardwarelikecabletrays,supports,flexible conduits, cable
glands, lugs, pull boxes etc. on as required basis for all the systems covered underthisspecification.
e. In addition to above, Contractor shall supply all the cables including co-axial cables for station Wide
LAN interconnecting entire control system in Contractor's scope as well as the control
systemswhicharealreadyinexistence.

Contractor No. of corrections Executive Engineer


354
Instrumentation Cable Specifications

f. All the instrumentation cables i.e. twisted and shielded multi pair cables, compensating cables,
prefabricatedcablesetc.shallbeflameretardantlowsmoke(FRLS)type.TheCablesshallbe supplied in non
returnable drums. The drum length shall be 1000m (+/-5%) up to & including 8 pairsand500m(+/-
5%)above8pairs.

g. Voltage grae of the instrumentation cables shall be 225V(peakvalue).

AllinstrumentationcablescoveredinthisspecificationshallcomplywithVDE0815,VDE0207, Part 4, Part 5, Part 6,


VDE 0816,VDE 0472, SEN 4241475, ANSI MC 96.1, IS-8784, IS-10810
(latesteditions)anditsamendmentsreadalongwiththisspecification

COMMUNICATION CABLES
CAT6 CABLE (CATEGORY 6 PLUS)
1. SCOPE
This specification is based on the specifications of UL 444, ANSI/TIA/EIA-568-B,ISO/IEC 11801,
UL 1685(CM) and covers the requirements for Unshielded Twisted Pair (UTP) cables of 100 Ω,
Cat6 (U/UTP 6+) for Wideband Technology. Applicable cable size and type: 4 pairs, PVC sheath, CM Grade.
2.1 CONDUCTORS
Each conductor shall be solid bare copper wire, circular in cross-section,
uniform in quality and free from defects. The diameter of each conductor shall be AWG 23 (Nom O.D.0.54 +/-
0.005).

2.2 INSULATION
Each conductor shall be insulated with solid high density Polyethylene (HDPE).
It shall be applied uniformly around the conductor with a minimum concentricity of 90%.
The nominal insulation diameter shall be 0.98mm±0.03mm and the specific maximum diameter shall be 1.22mm. If
the concentricity of the conductor can be tested on the manufacturing process before completing the product, it
could be omitted in the test.

2.1.3 PAIRS
Two insulated conductors, designated "A" and "B" shall be uniformly twisted together to form a pair. The insulation
shall be coloured and striped longitudinally, as per Table 1.
The stripe colouring shall not be removable by normal stripping and wiring operations.

2.1.4 CABLE CORE ASSEMBLY

Contractor No. of corrections Executive Engineer


355
Two insulated conductors shall be twisted into a pair. Four twisted pairs shall be assembled into a cable core. The
cross-shaped filler shall be inserted between pairs for sufficient isolations of pairs to improve crosstalk
characteristics. Rip cord forms part of the cable construction.

2.1.5 SHEATH
The material shall, as a minimum, meet the requirements of UL 444. The sheath shall be applied over the cable
assembly by an extrusion tubing technique, being close fitting, but not adhering to the insulation, and readily
removable for installation termination. The sheath shall have a minimum wall thickness of 0.50mm and nominal
0.55mm. The acceptable maximum cable diameter shall be 6.4mm. The sheath colours are given in Table 2.

2.1.6 SHEATH MARKING


The cable shall be marked on the sheath to designate the transmission performance
and others. The marking shall be printed through the outer sheath clearly.
The specific legend requirements are given in Table 3.

2.2 PHYSICAL PERFORMANCE


2.2.1 SHEATH
The unaged tensile strength and elongation, measured in accordance with clause 7.8 of
UL 444 shall be minimum 13.5MPa and 150%, respectively. The heat-aged tensile strength and elongation,
measured in accordance with clause 7.8 of UL 444 shall be minimum 12.5MP and 125%, respectively.

2.2.2 CABLE COLD BEND


All cables shall meet the requirements of clause 7.10 of UL 444. Cold bend (20deg +/-2deg x 4h): 8 x Cable O.D. ,
no visible cracks. Page 4 of 5 Document ID: 130520_CAT6PLUS_UTP_Specification_Ver4_Z_Cust

2.2.3 FLAME REQUIREMENT


A cable marked CM shall comply with the vertical-tray flame test specified in
UL 1685 or IEC 60332-3.

2.2.4 CROSS-SHAPED FILLER


Cross-shaped filler (separator) complies with ROHS requirements. O.D. 4.5mm, thickness 0.45mm
Approved Makes :- As per list of approved makes

ITEM NO.:- 14 PLATE TYPE EARTHING

GENERAL

The earthing arrangement for sub-station switch yard, indoor equipment, motors switch gear shall be
designed in conformity with the I.E. rules 1956 and IS : 3043 and Rules/ Regulations/Instructions of
statutory authorities, as

Contractor No. of corrections Executive Engineer


356

applicable for the class of work under the contract. The arrangement specifications and quantity/size
stipulated hereunder are minimum requirements. It shall however, be the responsibility of the contractor to
design and provide the earthing arrangement as stated above, with prior approval from concerned authority
without any extra cost.

EARTH ELECTRODE AND EARTH PITS

All earth electrodes shall be of galvanized cast iron earth plate with a trough and cover. The electrodes shall
not be situated at a distance less than 1.5 m from building fencing structure and equipment foundations.
The earth pits shall confirm to the provision in IS and shall be constructed, in M-150 concrete. Required
quantity of salt and charcoal shall be provided. Each earth pit shall have funnel arrangement for watering.
Minimum requirements of earth pits/electrodes are as under.

Each earth electrode shall have disconnecting link to disconnect and measure resistance of earth electrode.
RCC chamber shall be provided with C.I. cover to each earth pit RCC chambers top shall be flushing to
metal spreading level in switch yard.

As per PWD red book specification nos. EA-EP

1. G.I earth plate type earthing 60 x 60x 0.6 cm 3 Nos


(For motors, panels,)
The quantity of earthing may vary as per MSEDC:s decision about installation of metering kiosk. Agency
has to execute the item as required.

TESTING

The contractor shall arrange for taking the actual earth tests for all electrodes as per I.E. Rules & relevant
BIS code. These tests shall be taken in presence of Engineer-in-charge & test results shall be submitted in
five copies for record.

The Tenderer shall submit the details earthing system layout drawing for L.T. earthing system from
Competent Authority before starting / Execute the above work.
ITEM NO. 15 :- EARTHING STRIP

All electrical equipment shall be double earthed with suitable size GI earth lead as per IE rule and IS 3043 /
1966. All earth electrodes shall be inter connected by GI strip of suitable size through a common circular ring.

The earth resistance should not exceed the limit prescribed in IS / IE rule.
Item No. 21 –Furniture for Computer Station

Contractor No. of corrections Executive Engineer


357
The following standard quality furniture and accessories shall be supplied & installed at Master control room &
secondary computer station
1) Steel Table (Godrej ) - 4 Nos
2) Almira Big Size ( Godrej) - 2 Nos.,
3) Steel Rack ( Godrej ) - 2 Nos,
4) Revolving Chairs ( Godrej ) - 4 Nos.,
5) Plastic Chairs with Cushion ( Neelkamal) - 12 Nos,
6) Glass Cabin for SCADA Room
7) Aluminium foldable Ladder (10 feet) - 1 No.,
8) Electric Kettle (Big size) - 1 No. ,
9) Crockery Tee Mugs - 12 nos ,
10) Tray ( Big size)– 1 no.

Item No. 22& 36 - Ultrasonic Level Transmitter


COMMON TECHNICAL SPECIFICATIONS
1.0 General Requirement
The scope of this work includes design, sizing, supply, erection and commissioning of ultrasonic transmitters
including Third Party Inspection.
Transmitter design:-Transmitter design, Sizing & selection is based on process data, process requirement, general
requirement and specification as mentioned below.
Erection of transmitter: Erection includes mounting of process isolation valve, erection of impulse piping,
mounting of transmitter support and rack, laying of electrical cable from PLC to transmitter, mounting of junction
box, glanding, termination and interfacing of transmitter with control system.
Commissioning: Commissioning of transmitter includes, calibration checking, loop checking, testing of transmitter
from PLC and open / closed loop checking from sub control system & main control system.
Ultrasonic type level transmitters shall be provided with 4-20 mA DC output. All necessary amplifiers, Zener
isolations, signal distribution & associated electronics / hardware / housing / mounting accessories shall have to be
provided. The transmitters shall be able to drive at least 600 ohms load. The power supply to the transmitters shall
be derived from the control system.
Accuracy of the transmitters shall be 0.2 % of calibrated span (minimum). Transmitter housing shall be Weather
proof as per IP-67 with durable corrosion resistant coating.

Ultrasonic level transmitters, consisting of a transducer, a display / transmitter unit, and manufacturer's cable, shall
be provided as specified below. Stainless steel tags for ultrasonic level transmitters shall be provided as specified.
The transmitter shall have built in temperature compensation, digital level indicator and any other item required to
complete the level measuring system. The level measuring system shall be suitable for mounting on the top of the
Water trench, pump sump pit, water channel and Filter bed as required
The level sensor material shall be non-corrosive. Contractor shall arrange for the installation of the level transmitter
on top location at suitable location. Accuracy of the level transmitter shall not deteriorate even if suspended solids
are present in the service fluid.

Contractor No. of corrections Executive Engineer


358
Level transmitter shall be suitable for field mounting in safe area. Transmitter output shall be isolated and shall be
suitable for transmitting over long distance.
2.0 Transducer Required Features
Ultrasonic level transducers and manufacturer's cable assembly shall be provided with at least the features specified
below:

Measuring Principle Ultrasonic, time-to-flight / Pulse Time of flight


Range 0 – 6 Mtr
Level Resolution Better than 1 mm
Beam angle 6 Degrees
Process connection Suitable for the Reservoir
Cable As indicated on the datasheet
Temperature compensation Full, automatic
Mounting As indicated on the datasheet
Nominal frequency range Manufacturer’s Standard suitable for the application
Operating conditions 45 – 50 Deg. C
Max Pressure 4 Kg / cm^2(g)
Range Liquids 0 to 6 m
Sensor materials Corrosion resistant PVDF wetted material
Principle Pulse Time of flight
Agency listings UL listed or FM approved

3.0 Display/Transmitter Unit Required Features


Display / transmitter units shall be furnished for use with the transducers specified above and shall include at least
the features specified below. At least two programming key pads shall be included per project unless directed
otherwise:
Display External Display 4” LCD.
Configuration Using Keypad on display OR suitable field configuration tool
Memory Parameters held in non volatile memory
Display Location Local / Sensor mounted
Temperature compensation Automatic , built in transmitter
4 to 20 mA analog, two wire, linear with process engineering units. One
Outputs
Form C SPDT relay contacts, 5 amperes at 250 volts ac, non-inductive
Output Variables Level, Distance, Volume
Supply voltage 24 VDC, loop powered
Accuracy +-0.25% full scale or better
Radio Frequency Interference Less than 0.1 percent of span for frequencies 27 to 1,000 MHz and field
(RFI)effect & Electromagnetic intensity of 30 V/m Interference emission to EN 61326;Equipment class

Contractor No. of corrections Executive Engineer


359
compatibility B, Interference immunity to EN 61326;Appendix A (Industrial)
Up to 1000 volts common mode and 500 volts normal mode with output
Voltage transient immunity
shift less than1.0 percent
On board transmitter compartment. Compatible with HART or
Surge suppression Foundation Field bus communications as applicable. Compliant with
IEEE C62.41 Cat. B and IEEE C37.90.1.
Housing & Ingress Protection Aluminium, rated NEMA 6P (IP65)
Operating conditions -20 to +500C
Agency listings UL listed and FM approved
Hazardous area classification Safe Area

4.0 Typical data sheet for transmitter


1 Tag Number During detail engineering
2 Service Pure Water
3 Location On top of an ESR
4 Quantity As per BOM
A special arrangement of SS structure to
5 Mounting be fabricated & mounted to install the
GENERAL

6 Area classification NA
7 Certification Required
8 Enclosure IP 65
Vendor to confirm during detail
9 Pipe Line number
Engineering
10 Fluid Pure water
11 Fluid State Liquid
12 Operating Pressure Atmospheric
PROCESS 13 Operating Temperature 50 Deg C
CONDITIONS 14 Operating specific gravity Suitable for water
15 Operating Viscosity Suitable for water
16 Min./ Max Pressure Atmospheric
17 Design Pressure Vendor Standard
18 Design Temperature 75 Deg C
19 Application Pure water ESR level
TRANSMITTER
20 Type Ultrasonic
21 Principle time-to-flight / Pulse Time of flight
TRANSMITTER 22 Housing Aluminium
23 Paint Epoxy or polyurethane- coated

Contractor No. of corrections Executive Engineer


360
24 Protection IP 65
25 Power Supply 24 V DC
Loop powered at 750 Ω 4-20 mA, 2 wire
26 Output
linear with process (HART)
27 Level Resolution Better than 1 mm
28 Transmitter Location Local/Sensor mounted
Process Flanges and
29 Mtl Wet-side
Mounting arrangement
SS 316 Corrosion resistant PVDF wetted
30 Material
material
Body Material & Bolt & SS 316
31
accessories Material
32 Beam Angle 6 Degree
Vendor to size the transmitter based on
33 Instrument Span
process data & submit for Approval
34 Calibration Range Vendor to confirm
35 Alternate Range NA
36 Process connection Manufacturer’s standard
37 Electrical Connection Manufacturer’s standard
± 0.2% of span, 0.2% full scale
38 Accuracy measuring distance OR 4 mm (+/- 2
mm) which ever is better
39 Allowable Temp. Later* DISPLAY
4/5 line LCD
40 Display
display
Display Scale External Display ,Menu guided
41
Required, operation Match Calibration
42 Hydrostatic Certificate to be provided
Testing Memory
43 Parameters held in non volatile memory

44 Mounting Brackets 50 mm Pipe mounting


45 Lightning Protection YES Required
46 Communication Type HART
COMMUNICATION 47 Communication with: PLC –SCADA
AND SOFTWARE 48 Configuration from: Factory
49 Internal Diagnostics Required
PURCHASE HWM/ABB/E&H/Siemens/Forbes
50 Approved Manufacturer
Marshall/ Rosemount

Contractor No. of corrections Executive Engineer


361
51 Model Vendor to confirm
52 Purchase Spec Datasheet is a part of Specification
53 Serial Number During detail engineering

Approved Makes :- As per list of approved makes

ITEM No. 23 -PRESSURE TRANSMITTER FOR PUMPS


TECHNICAL SPECIFICATIONS
1.0 General Requirement
The scope of this work includes design, sizing, supply, erection and commissioning of ultrasonic transmitters.
The pressure transmitters are to be installed on the individual delivery of Pumps one each & one transmitter
on common manifold of pipe line
Transmitter design:-Transmitter design, Sizing & selection is based on process data, process requirement,
general requirement and specification as mentioned below.
Erection of transmitter: Erection includes mounting with mounting structureand process isolation valve,
erection of impulse piping, mounting of transmitter support and rack, laying of electrical cable from PLC to
transmitter, mounting of junction box, glanding, termination and interfacing of transmitter with control
system.
Commissioning: Commissioning of transmitter includes, calibration checking, loop checking, testing of
transmitter from PLC and open / closed loop checking from sub control system & main control system.
The pressure Transmitter shall be Micro-processor based 2 wire transmitters & shall have an impressed output
signal of 4 - 20 mA corresponding to zero to full range input. A two-wire transmitter shall be used with
accuracy of +/- 0.1 % or better of span. Transmitter shall have external zero and span adjustment with self-
diagnostics feature. Transmitter shall have temperature sensor for process compensation. The transmitters
shall be of the SMART-type with HART protocol. The transmitter shall be indicating type & shall have LCD
display of Min 4” with engineering units.
Turn Turndown Ratio of all the transmitter shall be 100:1 for pressure transmitters and 50:1 for very
low pressure applications. Load impedance shall be 600 ohm (min). The repeatability shall be within a range
of 0.1% of full span. Over Pressure of the transmitter shall be 150% or more of the Maximum Range of the
pressure transmitter or maximum working pressure of equipment / pipe line.
The output signal of transmitter must be independent of the burden of the transmitter output circuit
including cable resistance over a wide range.
All transmitters shall be suitable for field installation and shall have strong, moisture and dust proof
cases of Aluminium housing with epoxy coating suitable for IP 67 or equivalent degree of protection or better
to be envisaged.
All wetted parts of the transmitters shall be SS316 or special material for corrosive applications.
Accessories like snubbers for pump discharge applications and chemical diaphragm of 10 m PVC covered SS
armoured capillary for remote services shall be considered. Diaphragm seals shall be of the flanged type,
suitable for the same conditions as those for the transmitter. The material selection shall be according to the
requirements of the fluids to be measured. The seal shall be provided with a flushing connection.
Transmitter shall be provided with Mounting bracket, mounting stand & nameplate. Material of
accessories shall be SS or better.
Process connection shall be -1/2”NPT (F). 2 valve manifold to be considered for absolute pressure, 3
valve manifold for gauge pressure and 5 valve manifold to be considered for DP / level / flow measurements.
Mounting bracket, mounting stand & name plate to be envisaged. The material of accessories shall be SS or
better.
Transmitter shall be capable of driving an output Impedance of 600 ohms at 24 VDC, shall be
generally powered from the control system I/O cards and provided with integrated digital display in
percentage and engineering units.

Contractor No. of corrections Executive Engineer


362
The removal of connected devices must not open the transmitter output circuit or cause malfunction of this
circuit. In the case of failure and return of the supply voltage within a measuring circuit, no false signals
endangering the system shall be issued. All transmitters shall be individually fused.

2.0 Detailed Technical Specifications


Sr. No. Features Minimum requirement for electronic transmitter
Loop powered Microprocessor based 2 wire type, SMART,
1 Type of transmitter
HART protocol compatible.
2 Sensor type Capacitance
Measuring Capsule - AISI 316 SS or better;
3 Material
Body – CS / Stainless Steel as per fluid application.
4 Ambient Temp. 0 - 50 Deg. C
5 Accuracy ± 0.1% of span
4-20 mA DC (Analog), Linear, along with superimposed
6 Output signal range
digital signal (based on HART protocol)
7 Range About 1.5 times normal value (min.)
8 Turn down ratio 100:1 for High pressure & 50:1 for Low pressure
9 Repeatability ± 0.05% of span or better
± 0.1% of calibrated span for 6 months up to 70 Kg/cm² and
10 Stability
± 0.25% for range more than 70 Kg/cm²
11 Sensitivity 0.05% of span or better
± 0.015% per deg C at Max Span and 0.11% per deg. C at
12 Zero and span drift
min. span.
13 Load impedance 500 ohm (min.)
1.5 times the maximum span / Full static Pressure on one side
14 Body / Element Rating
with other side venting for DPT.
Weather proof as per IP- 67 with durable corrosion resistant
15 Housing & Enclosure Class
coating. Die cast aluminium
16 Over pressure 150% of max. operating pressure
17 Connection (Electrical) Plug and socket type
18 Process connection 1/2 inch NPT/BSP will be accepted
19 Instrument Valve Manifold 2-Valve for PT / 5-Valve for DPT (Stainless Steel)
20 Output Indicator LCD type.
Continuous, tamper proof, non-interacting remote as well as
21 Span and Zero adjustability local manual from instrument with zero suppression and
calibration facility.
a. Diaphragm seal, pulsation dampers, siphon
etcAs required by service & operating
conditions
22 Accessories
b. Two valve manifold for absolute pressure transmitters
Three valve transmitters & Five valve manifold for DP
transmitters
23 Mounting Bracket Required
24 Diagnostic Self indicating feature
25 Power Supply 24V DC ± 10%
Adjustment/
26 Total five (5) no. of handheld calibrators shall be provided.
calibration/maintenance
Suitable to meet closed loop control reaction time specified
27 Response time
else where
28 Make Emerson / ABB / E&H /Siemens/Banner/ Yokogawa

Contractor No. of corrections Executive Engineer


363
PRESSURE TRANSMITTER FOR RAW WATER RISING MAIN
All the sensors specification will be same as mention previously. These transmitters will based on Wireless HART
communication. The Wireless HART Pressure transmitter that provides all measured process values as well as
diagnostic information, parameters and functions via radio. The device is powered by an internal battery and
designed for ultralow power consumption. The compact and rugged design makes it especially suitable for direct
mounting on pipes in remote parts of plants, and on moving or rotating equipment for process monitoring or asset
management applications. This will have direct communication with MCR.
Approved Makes :- As per list of approved makes

ITEM No. 24 -POWER ANALYZER

General Requirement
The scope of this work includes sizing, design, supply, erection and commissioning of Energy meters, communication
cable and software.
Power Analyzer design: Design & selection of Power Analyzer shall be based on electrical consumption,
mounting arrangement, interface requirement with control system, general requirement and specifications below.
Erection of Power Analyzer: Erection includes mounting of energy meterson existing switchgear panel, wiring
from CT and PT to energy meter. Laying of communication cable from energy meter to communication switch is
mounted in PLC based control panel. Mounting of junction box, glanding, termination and interfacing go energy meter
with control system.
Commissioning: Commissioning of Power Analyzer includes, calibration checking, loop checking, testing of
energy meter locally from switchgear panel, remotely from PLC based SCADA system and from Historian station.
System description:
Energy Audit shall be part of automation of water treatment plant. To accomplish this requirement Digital
Power Analyzer shall be mounted on followings switchgear panel, Incomer and outgoing breakers, PCC,MCC.
 Raw water system–For each pump feeder,
 pure water system–For each pump feeder,
Power Analyzer falls under particular master PLC based control system section shall be interfaced on Ring topology
/Daisy chain network with each other and this net work finally shall be interfaced with that particular master PLC. All
the electrical parameters available in the Power Analyzer shall be made available in the associated master PLC.
These parameters shall be further made available in Historian server for data base management, Alarm
management and Energy Audit. Contractor shall design, supply, develop and program energy management software in
the historian server. Contractor shall develop the commercial analysis of energy audit and represent it in the graphical,
tabular and widget form for management reference.

Technical specifications:
Power Analyzer shall have following minimum specifications but not limited to:
a. Selectable forsystem,1Ph,3Ph 3 W and3 Ph 4W.(The Input CT and PT shall be ratio
programmable)
b. 21st Harmonics of voltages and currents (selectivity)
c. Import and Export Energy measurement
d. THD factors for currents and voltages
e. Measurement of power network parameters in balanced & unbalanced systems
f. Configured watt-hour meter for the selected harmonic
g. Backlit LCD 4.5 ” screen, mono chromatic with backlight
h. Ingress protection : IP 65
i. Digital transmission to the master system through the RS-485 interface (MODBUS)
j. Inbuilt Real Time Clock (RTC)
k. Configurable analog, alarm and pulse outputs (energy)
l. A programmable current output shall be 4 to 20 mA, programmable relay output, potential free

Contractor No. of corrections Executive Engineer


364
contacts, load capacity 250V~/0.5
m. Output : 1 Analog, 1 Relays,1OC, RS485 Modbus
n. Accuracy Class shall be : 0.2 for Voltage and current, 0.5 for power, energy & Phase Angle
o. Universal Auxiliary Power supply , power consumption shall be not more than 7 Volt Ampere
p. Temperature withstand shall be 55 Deg. C. and Relative Humidity withstand capacity
shall be 95%

q. The transmission bound rate shall be 38.4 Kbits/second.

Data sheet of the Power Analyser:

List of parameters to be measured and their Ranges


Basic
Sr. No. Measured value Display range Measuring range error

To be confirmed by (+/-) 0.2%


1 Current L1, L2 & L3 0 to 60 KA Contractor

To be confirmed by
2 Voltage phase 0 to 1.1 MV Contractor (+/-)0.2%

To be confirmed by
3 Voltage line 1.0 to 1.9 MV Contractor (+/-)0.5%

To be confirmed by
4 Frequency 47 to 63 HZ Contractor (+/-)0.2%
To be confirmed by
5 Active power (-)9999 MW to 9999 Contractor (+/-)0.5%
MW
(-)9999 Mvar to 9999 To be confirmed by
6 Reactive power Mvar Contractor (+/-)0.5%

To be confirmed by
7 Apparent power 0 VA to 9999 MVA Contractor (+/-)0.5%

To be confirmed by
8 Power factor (-)1.0 to 1.0 Contractor (+/-)1.0%

Tangent of phase angle To be confirmed by


9 (-)1.2 to 1.2 Contractor (+/-)1.0%

To be confirmed by
10 Cosine of phase angle (-)1.0 to 1.0 Contractor (+/-)1.0%

To be confirmed by
11 Phase angle (-)180 to 180 Contractor (+/-)0.5%

Contractor No. of corrections Executive Engineer


365
To be confirmed by
12 Imported active energy 0 to 99999999.99 Contractor (+/-)0.5%
KWH
To be confirmed by
13 Exported active energy 0 to 99999999.99 Contractor (+/-)0.5%
KWH
Reactive inductive energy To be confirmed by
14 0 to 99999999.99 Contractor (+/-)0.5%
Kvarh

Reactive capacitive energy To be confirmed by


15 0 to 99999999.99 Contractor (+/-)0.5%
Kvarh

List of output parameters and their properties

1 Analog output Programmable current output in terms of 4-20 mA, Programmable


relay output, potential free contacts, load capacity shall be 250
VAC/0.5 Amp

Pulse output for Active or


2 Reactive energy Required

All the above listed parameters shall be made available on RS-232/RS-


3 Retransmitted output 485/ modbus communication in view of interfacing the energy meters
with PLC based system

Note: Contractor shall provide memory mapping of all the electrical parameters those are listed
above in view of available these parameters in PLC based SCADA and further to Historian for
various analysis purpose.

Power Analyser communication cable:


Contractor shall design, size, supply, erect, and terminate the communication cable between energy meters
to form thering / daisy chain network and from net work to PLC.
Cable specifications are as below:-
Sr. Description Particulars
1 Characteristics Impedance(Ohm) 64.000 Nom.
2 Inductance (μH/ft) 0.200 Nom.
3 Conductor to Conductor Capacitance 24.000 Nom.
Conductor to Other Conductor & Shield Capacitance
4 (pF/ft) 47

Nominal Conductor DC Resistance


5 DCR @ 20oC (Ohm/1000 ft) 16

6 Max. Operating Voltage – UL Voltage 300 V RMS (UL AWM Style 2092)

Contractor No. of corrections Executive Engineer


366

7 Max. Recommended Current 2.9 Amps per conductor @ 25º C

Software requirement:-
2. Energy management software shall be provided which will be loaded in the Historian server and further
programmed to develop the energy audit for commercial analysis. The software shall be from reputed
make. The specification and make of the software shall be approved by consultant / owner.
Approved Makes :- As per list of approved makes

ITEM No.25 – pH ANALYZER


Designing, Supplying, Installing, commissioning & testing of pH analyser for Pure Water as per IUPAC(
International Union for Pure & Applied Chemistry)at A.F. and Interfacing with PLC panel
Range 0 -14 (As per IEC 61000-6-2 & IEC 61000-6-3)
Approved Makes :-As per list of approved makes
Specifications
Type of Cell : Flow thru’
Process Connection : Extractive ¼ inch
Type of Measurement : General purpose
Temp. Compensation : Automatic
Preamplifier : Integral
Range : 0-14 pH
Measuring Electrode : Glass
Liquid Junction : Ceramic/Kyner or equivalent
Pressure rating : 7 kg/cm2
Cable Up to transmitter in flexible conduct
Transmitter
Type Microprocessor based
Mounting Flush Panel
Protection Class : IP-65 or better
Output : 4-20 mA,
Display : LCD type display
Calibration : Two-point calibration with standard buffer solutions.
Temp. Compensation : Automatic
Accuracy : Better than 0.5% of full scale
Repeatability : +/- 0.1% or better
Response Time : 6 seconds for FSD or better
Power Supply : 85-230V AC 50 HZ
Operating Temp. 0-50 degree C

ITEM No. 26 -TURBIDITY ANALYZER

Contractor No. of corrections Executive Engineer


367
Designing, Supplying, Installing, commissioning & testing of Turbidity meter I analyser as per ISO 7027 scattering
light method at A.F. and
Interfacing with PLC panel. Turbidity meter shall comprises of 3 components i.e.sensors,signal distributor and
transmitter with indicator.Transmitter converts the signal to 4-20 mA and gives 2 outputs one to SCADA and
another to indicator.
Approved Makes: - As per list of approved makes
Specifications
Service : Water
Line : Extractive type online
Measurement Type : Scattered light in 90 degree to 135 degree
Area Classification : Non – Hazardous Area
Protection IP 65
Fluid : Water/sewage
Pressure (bar) : Max 10 Bar
Temperature : 5-50 Dec.
Sensor :
Overall Range 0-2000 NTU (Raw Water) 0-100 NTU (Pure Water)
Ingress Protection IP 68
Accuracy +/- 0.02 NTU
Process Connection : ¼ INCH
Transmitter :
Measuring Signal : Digital Signal from sensor
Measuring Parameter : Turbidity
Enclosure IP rating : IP65, NEMA 4X
Measuring range : 0.02 to 500 NTU
Out put : 4-20 mA, 2 nos isolated
Power Supply : 100-230V AC 50 HZ
Display Graphic Display with backlit
Cable entry ½” NTP

ITEM No.27 - RESIDUAL CHLORINE ANALYZER


Designing, Supplying, Installing, commissioning & testing of Residual chlorine analyzer / meter must have
automatic sensor cleaning facility at pure water sump and Interfacing with PLC panel. Residual Chlorine meter shall
comprises of 3 components i.e. sensors, flow through assembly and transmitter with indicator. Transmitter converts
the signal to 4-20 mA and gives 2 outputs one to SCADA and another to indicator.
Approved Makes: - As per list of approved makes
Specifications
SENSOR
Method : Ampherometric - Potentiostatic
Electrodes : Gold Cathode/Silver Anode
Sensor shaft : Glass

Contractor No. of corrections Executive Engineer


368
Range: : 0.05 to 5 mg/ltr (ppm)
Response Time : T90<2 min
Temperature Sensor : PT1000 (internal Sensor)
Temperature : 0-50 deg.C
Pressure : 6 Bar
Mounting : Flow through Assembly
TRANSMITTER
Type Microprocessor based programmable
Display Backlit LCD Display
Accuracy : +/- 2% of Max range
Repeatability : 1 % of Measuring range
Resolution : 0.01 mg/lit
Mounting : Field mount type
Analog Output : 4 – 20 mA, 2 nos
Temperature Compensation : Manual/Automatic
Enclosure Protection : IP 65, Polycarbonate
Power Supply : 100-230 V AC, 50/60 Hz
Alarm : 4 Pot free Relay contact
Diagnostic Button : available

Item No. 28 - Surveillance System


1. Introduction:
1.1. Surveillance CCTV system is required to ensure effective surveillance of an area as well as create a
tamperproof record for post event analysis. The System shall provide an online display of video images on
TFT monitors/Video Wall/Large plasma monitors located in Central as well as Local control rooms.
1.2. System should facilitate viewing of live and recorded images and controlling of all
cameras by the authorized users present in the LAN.
1.3. System should provide inter-operability of hardware, OS, software, networking, printing, database
connectivity, reporting, and communication protocols. System expansion should be possible through off-the-
shelf available hardware.
1.4. Equipment with better specifications shall be accepted.
2. General Specifications:
2.1. Proposed CCTV system shall be an open standard based integrated system with IP network centric
functional and management architecture aimed at providing high-speed manual /automatic operation for best
performance.

2.2. System shall use video signals from various types of indoor/outdoor CCD colour cameras installed at
different locations, process them for viewing on workstations / monitors at Central Control Room/local
control rooms and simultaneously record all the cameras after compression using MPEG 4 or better standard.
Joystick or Mouse-Keyboard controllers shall be used for Pan, Tilt, Zoom, and other functions of desired
cameras.

2.3. System shall have combination of Digital CCD Colour video Cameras with individual IP address,
analog CCD Colour Video Cameras with Fixed or P/T/Z Lens, encoders / decoders, Network Video
recorders (NVR/CAMERA SERVER), Network attached storage (NAS) / Raid backup device for recording,
Application software, Colour Video Monitors, Keyboards with Joystick controllers / Mouse-Keyboard,

Contractor No. of corrections Executive Engineer


369
software based Video Matrix Switcher, workstation for System Administration / Management / Maintenance
etc.

2.5. Video Recorder shall offer both video stream management and video stream storage management.
Recording frame rate & resolution in respect of individual channel shall be programmable.

2.6. System should ensure that once recorded, the video can not be altered, ensuring the audit trail is intact for
evidential purposes.

2.7. System shall provide sufficient storage of all the camera recordings for a period of 30 days or more @
25 FPS, at 4 CIF or better quality using necessary compression techniques for all cameras (extended capacity
of cameras i.e. present capacity+25 %).

2.8. System shall use a combination of IP enabled cameras & analog CCD cameras with external encoder.
The video shall be compressed using MPEG-4 or better standard and streamed over the IP network.

2.9. Encoders shall digitize analog video, compress the digital video using various
compression algorithms (MPEG - 4 or better standard), and transmit the compressed digital video over
packet-based IP network. Encoders shall have less than 200 ms of latency and shall support dual stream –
MPEG 4.

2.10. The recording resolution and frame rate for each camera shall be user programmable.

2.11. The Area under surveillance shall be monitored and controlled from Central/Local Control Room(s)
through Joystick controllers.

2.12. Surveillance CCTV System shall operate on 230 V, 50 Hz single -phase power supply. Power for all
the equipment will be conditioned using on-line UPS with minimum 30 minutes or more back up. If any
equipment operates on any voltage other than the supply voltage and supply frequency, necessary
conversion/correction device for supply shall be supplied along with the equipment.

2.14. All the indoor cameras & control equipment shall be suitable for operation at ambient temp. 450 C.

3. System requirements:
3.1 Camera with external encoder or IP Camera shall be used for image capture.
3.2 Indoor cameras shall be either with fixed focal length lens or with Pan/Tilt
& Zoom lens as per site requirement. All outdoor Cameras shall be Day/Night cameras.
3.3 Housing of cameras meant for indoor use shall be of IP 42 rating whereas outdoor camera housing shall be
of IP 66 or better rating. These must be integrated by the camera manufacturer.
3.4 System must provide built-in facility of watermarking or Digital certificate to ensure tamperproof recording
so that these can be used as evidence at a later date, if so desired. The recording shall support audit trail
feature.
3.5 All camera recordings shall have Camera ID & location/area of recording as well as date/time stamp.
Camera ID, Location/Area of recording & date/time shall be programmable by the system
administrator with User ID & Password.
3.6 Facility of camera recording in real-time mode (25 FPS)/15/12.5/10 or lower FPS as well as in any desired
combination must be available in the system.
3.7 Facility of Camera recording in CIF, 2CIF, 4 CIF as well as in any combination i.e. Any camera can be
recorded in any quality – Selective or Group of cameras must be available in the system.
3.8 System to have facility of additional camera installation beyond the originally planned capacity.
3.9 In order to optimize the memory, while recording, video shall be compressed using MPEG-4 or better

Contractor No. of corrections Executive Engineer


370
standard and streamed over the IP network. Once on the network, video can be viewed on a Control
room workstation or on analog monitor using a hardware decoder (MPEG-4/compatible standard
Receiver) and shall be recorded on NVR
3.10System shall be triplex i.e. it should provide facility of Viewing, Recording &
Replay Simultaneously.
3.11The offered system shall have facility to export the desired portion of clipping (from a desired date/time to
another desired date/time) on CD or DVD. Viewing of this recording shall be possible on standard PC
using standard software like windows media player etc.
3.12PTZ Cameras shall have 64 or more pre-defined positions, to be selected through suitable input alarm.
3.14 System shall have provision of WAN connectivity for remote monitoring.
4. System design:
4.1 Each camera should be connected to a Hardware Encoder, through cable, which shall support minimum
dual streams. Alternatively, the camera shall be IP based, UTP ready. The encoders should be capable
of producing streams @ 25 fps for each camera for viewing on LAN and on monitors and also
recording into the NVR user selectable as per requirement, for each individual camera.
4.2 Encoders shall be Power Over Ethernet (POE) compliant and connected to Layer or Layer 3 switch as
per system design using UTP CAT 6 Cable or fiber optic cable and the required connectors as per
standards.
4.3 Central/Local Control Room will have workstations along with controllers for Camera operation. For
monitoring purposes, Video monitors/Plasma monitors/Video wall shall be setup with suitable
mounting arrangements, as per user requirements. Facility for viewing and controlling all the cameras
at various other locations, as required, shall be provided.
4.4 Monitoring at Local control rooms may be restricted to operation of certain cameras only & system
administrator should be able to configure the system, accordingly. More then one Local Control
rooms may be required in the proposed system with individual configuration.
4.5 Each control room may have one or more Operators simultaneously using the
installed Video monitors/Video wall. Operator control on cameras shall be on a static basis or rotary
basis depending on the policies to be decided at site.
4.6 There shall be a Control System with Video Control Software to manage all the video surveillance devices.
4.7 Database Server shall keep track of all configurations & events. This will help in proper System
administration & management of redundancies etc.
4.8 Video stream from individual cameras shall be recorded on respective NVR System shall have provision to
automatically over-write the new information after the period of 30/31 days & necessary
script/algorithm must be available in the Application.

Approved Makes: - As per list of approved makes


Item No. 29 - Electrical Actuators (with Integral Starter)
Providing, erecting electric Valve actuators totally enclosed, weather-proof and dust proof construction with IP-
67, protection class suitable for installation in any position without lubrication, leakage or other operational
difficulty with special grease filled gearbox and handwheel for emergency manual operation which will
automatically disengage on restoration of power to motor and with 10 watt single phase space heater and
continuous local mechanical position indicator and individual replaceable counter gear assembly and with two
torque and four limit switches with S.S.flap and operated with gear driven cams and of rating 250 Volt, 5 Amp,
AC/DC ,torques witch dial and with TEFC squirrel cage induction motor working on 440 Volts+/-
10%,3phase,50Hz AC of intermittent duty rating S-2,insulation class"F"and temp rise restricted to class"B"with
IP-67 protection class suitable for DOL starting and with three thermostat and 30% overload margin.The torque
rating of reduction gearbox shall be at least 1.5 times max. torque required for opening and closing of valve

Contractor No. of corrections Executive Engineer


371
with integral starter for ON & OFF operation & current position transmitterwith 4-20 mA analog output for
interfacing with PLC including Third Party Inspection.
Approved Makes :- As per list of approved makes

Item No. 30 –LED Monitor


Supply, Installation, testing, Integration &commissioning of 46" LED monitor at Conference Room for display
of total water system (Online) .
Approved Makes :- As per list of approved makes

Item No. 31 –UPS


a)Supplying& erecting On line UPS pure sine wave of 2kVA, for 30 mins battery backup,
b) Supplying & erecting On line UPS pure sine wave of 5kVA, for 30 mins battery backup
Approved Makes :- As per list of approved makes

Item No. 32 –Air Conditioner


Supplying and erecting split type room Airconditioning unit 2 TR 5 Star capacity
230/250V, 50 cycles, AC supply having 1 No. of air handling unit hi-wall mounting
type complete at position as per specification no, AP-AC/SAC
Approved Makes :- As per list of approved makes

ITEM No. 33 - AUTOMATIC FLOW CONTROL VALVE

Manufacturing, supply, delivery and fixing of electronically operated Flow Control Valve (FCV), Direct- Sealing
Diaphragm valve where diaphragm and spring are the only moving parts. The valve will be controlled by an
Electronic controller, which enables control of Inlet pressure, Outlet pressure, water flow etc. The start / stop
operation of the controller can be made manually or by external dry- contact (digital) signals. The controlled
parameter can be modified automatically on time basis, or by a pre-defined relation to measured parameter. The
controller must have inbuilt communication system and should also allow local settings by android application.

The valve will be controlled by an electronic-controller, which enables control of the requested flow rate or pressure
as per demand. The controller should enable receive as an input either pulse/volume contact-input or 4-20mA
analogue signal. The flow/pressure set-value may be modified automatically on time basis, or by a pre-defined
relation to pressure or another measured parameter. The losses in flow control valve shall not be more than 0.2 kg/
cm2 for present as well as ultimate demand
Main Valve
- The valve shall be hydraulically operated, single chamber, direct diaphragm-sealing valve.
- The valve shall consist of three major components: the body, cover and the diaphragm.
- In Weir Patten valves, a diaphragm and a spring are the only moving parts, and the diaphragm itself is
the component that closes or opens the liquid flow.
- The diaphragm shall form a sealed chamber in the upper portion of the valve, separating operating
pressure from line pressure.
- Packing glands and/or stuffing boxes are not permitted and there shall be no o-ring or similar
seals on the shafts that may suffer friction which can start internal leakage in the valve.
- The valves should be capable of regulating at very low flow, No hourglass-shaped disc
retainers shall be permitted and no V-type, U-type or other slotted type disc guides shall be used.
- The valve shall contain a resilient, nylon reinforced rubber diaphragm.

Contractor No. of corrections Executive Engineer


372
- The ratio between valve flow capacity (KV) and the valve position shall be linear so to allow
stable regulation even under high pressure differentials and low-flow conditions.
- Disassembly and reassembly of all the valve's components shall be made possible on site,
without having to remove the valve from the line.
- Each valve should be hydrostatically tested at least 60% above the rated pressure. A test report should
be supplied with each valve.

Material of Construction:
Body Ductile iron ASTM A536 (Valve should be WRAS approved)
Circuit fittings Brass EN12164
Control tubes Nylon
Surface Protection Epoxy coating min. 150 microns, color RAL 5005 Blue
Polyester coating min.100microns, color RAL 5005 Blue
Operation Automatic, manual override enabled

Nut-Bolts and Studs Stainless Steel AISI-304 ASTM-A 193 B7

Solenoid Valve (IP 65) Brass/SST 316

Operation
- The pressure losses inflicted by the above mentioned fully opened valve should not exceed 0.3 bar at
nominal flow speed of 3 m/sec.
- The minimal required pressure differential for reliable closure of the valve should not exceed 0.1 bar.

Maintenance
- The valve supplier should propose a recommended seven years set of spare parts per a batch of 5
valves of the same diameter.
- The valves manufacturer must provide 7 years of warranty.
- The valve's pilot control loop should include a low maintenance, inline "self-cleaning" control-filter.
- The typical weight of any control chambers and trim assembled as a complete unit, regardless of valve
diameter, shall not exceed the permitted lifting weight for a single person as defined in the regulations.
Disassembly will not require usage of sophisticated, heavy lifting devices such as cranes of any type.
Should such devices be required – these are to be provided and installed at the assembly site by the
supplier.

Electronic Controller and trim


Hardware Specifications:
- A specialized controller, designed for the control of hydraulic control valves
- Setup, override-control and monitoring is enabled from the street-level (when installed in a
valve-chamber), using a an application on any android device and short-distance Bluetooth
communication
- Control over the valve via two continuous operation, 2/2 solenoid-valves and\or two latching
type solenoid valves. This configuration enables both high regulation-accuracy as well as energy-
efficient operation.
- Enables selection of the solenoid valves' types: normally-open and\or normally-closed
- Controller must be IP65 protection.
- The controller electronics, including battery, antennas and connection rail are packaged in an
armored and corrosion-resistant casing
- The controller shall be supplied with a 12 VDC rechargeable battery, that enables the
controllers operation even through power-outage that may last a few days.
- The controller shall optionally be supplied with a charging unit supplied by local grid power,
solar panel or water-driven dynamo.

Contractor No. of corrections Executive Engineer


373
- The controller shall have at least 4 analogue inputs (4-20mA).
- The controller shall have at least 6 digital inputs, including high-speed pulse type (for water-
meter and flow-meter connection)
- Each of the inputs (both analogue and digital) can be used for remote actuation (enabled by
programming): 'Start', 'Stop', 'Keep', 'Open' (full, uncontrolled opening) and 'Close' (full closure). The
same functionality can be achieved via remote control communication (using R-Modbus protocol)
- The controller would have an extra two (2) configurable output relay contacts auxiliary device
actuation (by-pass valve, pump etc.) and to be used as alarm contact in case of failure.
- All the wiring is done to a connections-terminal within the controller's casing via isolated and
grounded cables.

Software requirements:
- All the control functions, can be configured locally or sent to the user as a downloadable file.
- Any control function is user-configurable and\or pre-configurable by the supplier. These
function include but are not limited to: ‘Pressure-Reducing’, ‘Pressure-Sustaining’, ‘Flow control’,
‘Water-Level control’, ‘Pressure-Relief’ etc.
- Combination of two or more of these control function is possible without any restriction, as
long as this combination is not logically-contradicting and sufficient number of inputs is free.
- The controller will enable the control of any value, including non-hydraulic values (such as
temperature, electric conductivity etc.)
- The user is able to allocate control inputs and outputs, per the used control-functions. Each
input can be used for one or more control functions.
- Each analogue input's value, shall be converted and displayed with a user-defined display-
units and per the measurement range of each sensor or control signal's source.
- The user can select the valve status to be fully open, closed or keep last position, on 'Stop'
command and in case of hardware failure (low-battery, loss of sensor signal as well as customer
defined failures).
- Actions such as fully open or close the valve by digital inputs, analogue input set-level, time,
or remote communication are configurable by the user.
- Dynamic set-value modulation:
- Set-values are modifiable via remote communication or an analogue signal. In case of
disconnected control-signal, the controller will continue to regulate per pre-set internal values.
- Set-values can be modulated to follow a change in another parameter in the system (example:
change the reducing pressure according to flow changes). This, following to a pre-set profile. This pre-
set profile can be set to be different for different days of the week, of the month or specific dates in the
year.
- Set-values can be modulated according to the time of day and\or days of the week, of the
month or specific dates in a year.
- Set values will be fixed in case any of the above fail or are not configured or are disabled.
- Failure shall be defined as low-battery power with no charge power, disconnection of a sensor
or shortcut or disconnected solenoid-valve. Other configurable failures can be deviation of a measured
value, contact opening or closing etc. The operation of the valve in case of such failures will be user-
defined as 'Keep last position', 'Open' (full, uncontrolled opening), 'Close' (full closure) or ‘Continue
regulating’.
- Control over the valve-controller shall be done via local (Android device), remote
communication (R-modbus protocol or telemetry via a server service), digital contacts or analogue
inputs.
- Configuration of the control-functions, the operation conditions and all other pre-operation
definitions shall be done via any android device with strict User-management system.

Contractor No. of corrections Executive Engineer


374
- The user will not be required to have preliminary programming knowledge or have other
special expertise. All the definitions can be done after a short training with no special skills or
knowhow required.
-
- Approved Makes :- As per list of approved makes
-
ITEM No. 34- ULTRASONIC AMR WATER METER

Providing, installing, testing and commissioning of inline battery operated ultrasonic bulk water meter ISO
4064 with built in data logger and GSM/GPRS( withSimcard and its charges,valid for 36months) modem for
transfer of data communication to remote central computer as per working on following condition and
specification. The meter shall be suitable for 50 degree c and provided with IP 68 protection class with
complete immersion of water. The meter shall have battery life of min 10 years should be able to detect the
reverse flow volume and tampering. The accuracy of the meter shall be +/- 1% of measured value received in
36 months guarantee.

Ultrasonic Water Meter is a battery (Life of at least 12 Months) – powered transit-time flow meter utilizing
advanced digital processing technology. The meters contain no moving parts and don’t need any external power
with advantages of ultra-low power consumption, high accuracy and reliability. The meters are designed for easy
installation. The meters have the same conduit length with industrial mechanical water meter but can be used just as
conveniently as mechanical flow meters.
The meters shall have following features.

• The scope of work includes supply, erection and commissioning with test & trial of flanged
battery operated ultrasonic water meters at outlets of MBR &ESR as directed by Engineer – in –
charge. The AMR water meters shall be installed above ground.
• The water meter shall be used to measure the flow rate on pipe running full of cold, chlorinated
potable water of temperature up to 45 degree centigrade.
• The water meter shall be provided with flanges at both ends , the internal dia. of which shall be
equal to the nominal size of the meter . The flanges should be machined flat with dimensions and
drilling of the flanges shall be in accordance with IS : 1538 ( Part IV & VI) / 1976.
• The bulk type water meter shall be strictly manufactured and tested with technical specifications
as per IS- 2373/ 1981 and conforming to ISO 4064 with IML/MLD standards.
• The material shall confirm to IS : 2373. The body shall be made of cast iron and shall be painted
with epoxy paint having zinc rich primer or powder coating.
• Cable for connections PG9, cable gland 4 core shielded for RS 485 & 24 V dc.
• Accuracy of the flow meter shall be +/- 1 % of reading in reference conditions.
• The ultrasonic water meter shall work on ultrasonic transit time principal. The meter shall built in
GSM/GPRS AMR to communicate to the central server. The module shall be housed inside the
meter to prevent tampering with magnetic key operation.
• The meter shall have the facility to send the SMS on daily/monthly to central computer with data
like rate of flow, Totalizer, battery voltage, location ID, etc.
• The meter shall be satisfactorily withstand a pressure of 1.6 Mpa(16 kgf/sq.cm.) and also the
velocity of water up to 1.5 m/sec. The protection shall be IP 68.
• The battery powered AMR meter shall have built in non rechargeable battery (3.6V Lithium) with
operational life of minimum 10 years from date of commissioning.
• The meters shall be pre calibrated at the manufacturer’s NABL lab with third party inspection
agency as per international standards. 10% of total quantity shall be inspected, tested at FCRI,
IDEMI or CWPRS if the manufacturer does not have NABL accreditation.
• The meter shall be marked with following identifications:
i) Direction of flow with an arrow indication.

Contractor No. of corrections Executive Engineer


375
ii)Trade mark or name of manufacturer.
iii)The metrological class and nominal flow rate in cum. Per hour.
iv)The manufacturer’s serial number of the meter permanently fixed to the meter’s upper or lower case.
v)Working pressure.
vi) The year of manufacture printed on the counter or engraved on the head ring.
vii) All meters shall carry production routine test certificate.
viii) The guarantee period of meter supplied should be 36 months. During the period of guarantee agency
has to take the care of meter. Readings should also be taken and shall be submitted to GSDA. In case of
repairs during the guarantee period the agency has to fix another meter and take out the meter for repair. No
additional charges will be paid for. The agency has to supply the list of vendors who carry out the repairs to
such meters with telephone nos. and detailed address.

TESTING
The Ultrasonic AMR Bulk Meters shall be tested at manufacturers work in presence of the third party
agency approved by MJP and Engineer-in-charge or his representative.
The scope of inspection is as under : -
• Review of raw material test certificate and quality control Procedures.
• Hydrostatic test.
• Calibration test.

COMPREHENSIVE MAINTENANCE
• The maintenance shall be based on "Planned Preventive Maintenance" Program (PPM) with following
services included (but not limited) for 36 months. The cost of comprehensive maintenance is included in
rate of flow meters/water meters.
• Planned Preventive Maintenance (PPM):
Regular visit to the flow meters (once in 2 months to check the healthiness of instruments)
a. Repairs / replacement of components / spare parts as may be necessary and observed during the flow meter
inspection.
b. Free replacement of the spare parts & consumables as necessary.
c. Emergency visit to site within 48 hours for attending any major trouble shooting & break downs.
d. Technical training / trouble shooting training to the concerned MJP staff by the supplier.
e. Providing complete technical details on instrument with necessary manuals.

• The period of comprehensive maintenance will commence after satisfactory commissioning of the
meters. .

• In case of failure to attend sites / Flow meter, penalty as given below shall be applicable.
• Failure to visit to the flow meter once in two months – Rs. 1000/- Per visit per flow meter.
Failure in case of emergency visit to site within 48 hours for attending any major troubleshooting / breakdowns –
Rs. 1000/- Per day.

ACCEPTABLE MAKES :-As per list of Approved makes

Item No. 35 - Ultrasonic Insertion Fixed type Flow Meter


Designing, providing, Installing and giving satisfactory test & trial of ultrasonic insertion Fixed type flow
meter working on conditions & specifications, calibration, inspection, testing, training, guarantee and
manufactures test certificate/declaration copy along with accessories as mentioned in a (1) to (16) below &
with inbuilt assembly to fix the insertion type transducer on the pipeline.
Mandatory Accessories:

Contractor No. of corrections Executive Engineer


376
1) Integrated signal converter transmitter enclosed in die cast aluminum case/any anticorrosive material
confirming to IP-68-1No.

2) Pair of transducers (Sensors) confirming to IP-68 with junction boxes-1 No.

3) Signal & power cables for each transducer - 50 Mtrs length/each (insertion type flow meter

4) UPS working on 230 V AC, 50 Hz power supply suitable for 12 hrs continuous operation -1 No.

5) Data storage capacity with built in or separate for date, time, actual flow rate, totaliser& error messages
if any with storage capacity of 120 days and at 5 minutes interval data logging along with local indication
and necessary cables and software to download data to laptop-1 No.

6) Lazer printer of EPSON, WIPRO, WEP or Hewlett Packard make with built in or separate printer
interface unit for printing of stored data with online / offline printing facility - 1 No.

7) Proper earthling shall be provided for protection against high voltage surge

8) Suitable over voltage protection unit for protection of instrument from higher voltage (upto 275 V-300 V
AC)

9) M.S. sensor protection boxes with suitable size for above ground lines where construction of chamber is
not possible.

10) Communication facility though GSM without simcard

11) Guarantee period shall be 36 Months.

Working Condition & Specifications:

a. Water Temp: 10 Deg to 50 Deg


b. Water Quality : Raw water, turbid in nature. Potable chlorinated water.
c. Operating pressure : 10 - 15 Kg./cm2
d. Pipeline MOC : CI, DI, MS with / without mortar lined, Non-metallic Pipes.
e. Pipe diameter :> 1000 mm – 4000 mm
f. Flow – Up to 300 Mld
g. Pipe condition: Pipe shall be running full.
h. Ultrasonic flow meters shall be designed, manufactured to international standards with accuracy of +/- 2% of
actual flow.The supplier should have full ISO-9000 series accreditation & facility for fully traceable
calibration flow rig as per international standard.
i. Functional details : freely programmable.
j. Measurement – Volumetric flow rate, totalized flow.
k. Flow direction – Forward & Reverse.
l. Display – LCD display with suitable lines , digits, segments, markers for identification of current output. The
digit shall be clear, bold & can be read from 1 Mtrs. Distance.
m. Output – for current – 4 mA – 20 mA HART(active/passive) for measuring flow in pipeline. Frequency
output shall be 1 khz, Open collector, passive.

Contractor No. of corrections Executive Engineer


377
n. Status output – Open collector.
o. Meter shall be suitable for remote facility.
p. Power supply – 85 – 260 V AC (45 - 65 Hz )/20-55 V AC (45-65 Hz)/16-62 V DC.
q. Galvanic isolation – input & output galvanically isolated from power supply from the sensor and from each
other.
r. Instruments must carry “CE” mark.
s. Functionality verification check should be possible inline using recommended software tools.
t. Future upgradation to field bus foundation. Profibus should be possible with minimal changes.
C) Calibration, Testing & Inspection
The flow meter shall be calibrated at manufacturers place as per international standard given above.
Manufacturer having NABL lab accreditation , the calibration testing shall be witnessed by Third party
approved by MJP & MJP’s representative . The manufacturer not having NABL lab accreditation ,flow meters
shall be tested at FCRI/CWPRS/IDEMI etc. for which third party inspection is not required.
D) Manufacturer’s Guarantee, Certificate & training
The flow meters shall be supplied with manufacturer’s test certificate, calibration certificate as above. 12
months guarantee for the trouble free performance shall be given by manufacturer. Also adequate training for
handling flow meter and installation in field shall be given so that trainees can carryout the job independently.

E) Comprehensive Maintenance
• The maintenance shall be based on "Planned Preventive Maintenance" Program (PPM) with following
services included (but not limited) for 36 months. The cost of comprehensive maintenance is included in
rate of flow meters/water meters.
• Planned Preventive Maintenance (PPM):
• Regular visit to the flow meters (once in 2 months to check the healthiness of instruments)
• Repairs / replacement of components / spare parts as may be necessary and observed during the flow meter
inspection.
• Free replacement of the spare parts & consumables as necessary.
• Emergency visit to site within 48 hours for attending any major trouble shooting & break downs.
• Technical training / trouble shooting training to the concerned MJP staff by the supplier.
• Providing complete technical details on instrument with necessary manuals.
• The period of comprehensive maintenance will commence after satisfactory commissioning of the
meters. .

• In case of failure to attend sites / Flow meter, penalty as given below shall be applicable.

• Failure to visit to the flow meter once in two months – Rs. 1000/- Per visit per flow meter.
Failure in case of emergency visit to site within 48 hours for attending any major troubleshooting /
breakdowns – Rs. 1000/- Per day.
Approved Makes :- As per list of Approved makes.

Item No. 37- PLC PANEL SUITABLE FOR WIRELESS COMMUNICATION

Contractor No. of corrections Executive Engineer


378
The Field Data Transmitter with in-built micro plc has got a highly-sensitive circuitry of measuring parameters like
Flow/level/Pressure which will be sensor output and in the form of analog output like current (here typically it will
be 4 to 20 mA) or pulse particularly with bulk flow sensors and pressure sensors, that can be periodically detected
corresponding to a particular water fixture including Third Party Inspection. It is also possible to monitor and
control automatic control valve from remote location or from web site. The system can also included with a
GSM/GPRS circuit which will create a set of text instructions for relaying water data as and when required by user
in the form of SMS or data packets and will communicate water data after preset period to the central computer that
can collect, store, and further analyze data or to web server. It is also possible to log water data over to website for
set scan time. Field Data Transmitters will have setting of scanning time in min or hours from 1 min. to 24 Hrs. and
shall be user friendly. Field Data Transmitter will have back up supply in the form of rechargeable battery to provide
water data readings over to central computer even in case of power failure. FDT works over GSM / GPRS network
of suitable serviceprovider. PLC shall have 1 wireless port / GPRS , Modbus port/Battery status for valves
GPRS / GSM based RTU with PLC controller Panel:
This panel will control Automatic flow control valve depending upon water level of MBR / ESR. This
system will work on backup power charged and generated from solar energy of suitable strength. This panel
will have indications for OPEN/CLOSE status of valve and level indications for EMPTY and FULL levels.
This panel will work in both AUTO/MANUAL modes. In AUTO mode the opening and closing of valve
will be done depending on water level automatically.
In MANUAL mode operator should press pushbuttons of OPEN/CLOSE provided on front door of panel.
Programmable Logic Controller :
Sr.No. Description of Parameters Specifications

1 Operating Voltage 12 VDC

2 Related Power Frequency 50 Hz

3 Digital Inputs Depending on requirement.

4 Digital Outputs Depending on requirement.

5 Communication Port RS 232/Programming port,

6 Maximum Baud rate 19200 bps

7 Enclosure Engineering Plastic

GPRS / GSM Controller:

GPRS / GSM controller will monitor MBR / GSR water levels and accordingly EMPTY OR FULL levels
will be transmitted to central SCADA station, which is located at water treatment plant.

The GPRS / GSM controller is a small rugged computer, which provides intelligence in the field and
allows SCDM master unit to communicate with the field instrument. Its function is to control process
equipment at the remote site, acquire data from the equipment and transfer the data from the equipment
back to SCDM master unit. GPRS / GSM controller consists of following hardware features.

Contractor No. of corrections Executive Engineer


379

 I/O interfaces to DI/DO


 CPU
 Serial communication port.
 Secure power supply with back up battery.
 Solar Photovoltaic panel with battery charger.
 Watchdog timer.
 Electrical protection against spikes.
 Bank of Contact Free Sensors to measure water level.
 Suitable gain antenna.

GPRS/GSM controller has always been used in a situation where communication is very difficult and the
GPRS/GSM controller strength was its ability to handle difficult communication. RTU will operate
scanning its inputs, normally fairly at a fast rate. It may do some processing such as change of state and to
report to the master unit. RTU is used for remote control and monitoring in the various applications.
Features of GPRS / GSM controller:
 Wireless Communication.
 Event notification.
 Remote Control.
 Remote cell phone support for data messaging
 Simple installation

Specification of GPRS / GSM controller:


S. N. Parameters Range
1 Operating Voltage. 12 VDC.
2 Mode of Transmission. Supporting to GSM dual band
3 Inputs. 4 Digital inputs as “ EMPTY “ “HALF”
“FULL” etc.
4 Data transmitting format. Through RS 232 with GSM network /
Programmable Logical Controller (PLC)
with RF radio network.
5 Attachment of field instruments. Sensors and logic controllers.
6 Solar panel Suitable solar photovoltaic panel to
charge battery through microcontroller
based intelligent charger.
7 Extra reporting facility to registered Mobile. Available to maximum two different Cell
numbers for any change in water level.
8 Status reports facility through mobile. Available with a password. (Optional)
9 Water level sensing Water level sensing is done through

Contractor No. of corrections Executive Engineer


380
Contact Free Sensors type M 301
10 Interfacing cable Suitable core, shielded cable.
11 Enclosure of RTU Suitable for outdoor installation and has
protection against electrical spikes.

Specifications:
1. Monitors two digitalinputs.
2. 2 relay controlled digitaloutputs.
3. 2 analogue input to measure 4 to 20 mA fromsensors.
4. Monitors two pulse inputs from flowmeter.
5. Able to operate on GSM/GPRSnetwork.
6. Reports on set point alarms and sends SMS as desired
7. Working voltage is 12VDC.
Features
 Battery backup through rechargeable battery of 12VDC.
 Analogue input: 4-20 mA or pulse from bulk flowmeter and pressure transmitter
 Scan time is settable and in steps of 1 hour with maximum 24hours.
 Parameters are set through software provided withdevice.
 WEB based Data Acquisition software should be suitable for data collection from differentFDT.
 Mode of transmission: GSM/GPRSnetwork.
 Transmission antenna: High gain whip antenna of 3 dB
 Data transmitting format: Through RS 232compatible.
 Backup supply in case of power failure:Available.
 Enclosure: Antistatic and antimagnetic PVCenclosure.
 Mounting: Wall mountingenclosure.
 PLC Software: Run Time + Development version with limited Tags.
 Wireless module along with antenna which can work on suitable frequency of GHz at the
minimum distance of 10 KM with bound rate of 10 Mbps. A group of micro PLCs on Ring
network and common wireless network module
Approved Makes :- As per list of approved makes

Item No. 38 - Solar panel with battery


Solar technology that directly converts sunlight into electricity is called solar photovoltaic (PV) technology.
PV produces direct current electricity, which can be used on-site, stored or converted to alternating current
for long-distance transmission.
Solar modules are the key element of every solar power system as they convert sunlight into electricity.
Their quality and the optimum use of the respective technology are therefore decisive for the yield and profit
of the system.

Contractor No. of corrections Executive Engineer


381
Solar panel should be capable of charging 12 VDC 18Ah or 3 days backup (whichever is more) batteries
through charge controller. Solar modules are the key element of every solar power system as they convert
sunlight into electricity. Their quality and the optimum use of the respective technology are therefore
decisive for the yield and profit of automatic ESR / MBR / GSR filling system.
Open Circuit Voltage (Voc) in Volts - 21
Short Circuit Current (Isc) in Amps - 1.15
Maximum power during full exposure – Suitable to automatic ESR filling system.
Maximum System Voltage - 600 V
Physical Parameters
Solar Cells Per Module (Units) - 36
Junction Box (Terminals) - 2
Diode in Junction Box - 1
Measurement Tolerance on Power +/- 5%.
Battery Capacity - 12 VDC 18Ah or 3 days backup (whichever is more)
All electrical parameters Specified at STC 25˚ cell temperature, 1000W/M² irradiance,
Type of cell Multi-Crystalline Si Certifications: IEC 61215 / IEC 61730-1 / IEC 61730-2
Front Face Tempered Glass & Low Iron All modules are supplied with screw less Hollow section frames
Encapsulate Ethylene Vinyl Acetate Warranty: Limited Extended warranty up to 10 years
Frame Anodized Aluminum
Junction Box Weather Proof Nylon 6
Approved Makes :- As per list of Approved makes

ITEM No. 39 -PANEL CABINET


Providing and fitting Panel Cabinet for fixing flowmeter transmitter with proper locking arrangement with glass
window on front door for seeing the readings of flow transmitter and data logger without opening of the panel
cabinet . It should house complete ancillaries and including the provision for connection of electrical power supply
from near byappratus. The panel Cabinet Shall be pre wired & with suitable gland entries.M.S. Canopy fabricated
from M.S. plate for housing Electromagnetic Flow meter including cutting, welding, fabricting etc. complete
The contractor shall have to be provided M.S. Cupboard for installation of converter / transmitter unit of
flowmeter, printer, battery and battery charger unit. The minimum size of the cupboard shall be 1.5m height x 1m
width x 0.7m depth. However the contractor shall have to provide the required size of the cupboard in order to
accommodate the above items. No extra payment shall be made if the contractor provides the larger size cupboard.
The cupboard shall be fabricated from 14 gauge M.S. sheet by cutting, bending, drilling, welding, cleaning, and
derusting. The M.S. sheet shall be supported on angle frame made of IAS : 25 x 25 x 3 mm from all the sides. The
drawings of the cupboard shall be got approved from the Engineer-in-Charge prior to the fabrication the suitable
earthing shall be provided to each flowmeter and cupboard.
The cupboard shall be coated by applying powder coated paint of approved shade.
The locking arrangement shall be provided with Godrej “Navtal Lock”. The necessary hinges, handles etc. to the
doors shall be provided by the contractor.
The panel Cabinet Shall be pre wired & with suitable gland entries.

Contractor No. of corrections Executive Engineer


382
ITEM No. 40 - Earthing
Providing pipe type earthing with 40mm. dia. G.l. pipe or 20 mm dia. G.l. Rod complete with all materials as per
specification No. EA-EP

ITEM No. 41 – Control Cable

Designing, Supplying, Installing, commissioning & testing with Terminating & Interfacing 4 core 1.5 sq.mm.
copper armoured conductor as per IS 694 on wall in GI tray or in ground.

ITEM No. 42 – Sensor/Transmitter Cable


Supplying erecting commissioning & giving satisfactory test & trial of sensor/transmitter cable -3x.38 mm sq. PVC
cable with common,braided copper shied 7 mm dia and individually shielded cores etc. complete.

ITEM No. 43 -MECHANICAL COMPRESSION FLANGED/SOCKET TAIL PIECES


Supply of C.I. Mechanical Compression Flanged / Socket Tailpiece (popularly known as I TM Flanged / socket
Tailpiece) suitable for making flanged connection with the plain barrel of C.I. Spun Pipes (as per - IS - 1536 / 2001)
and D.I. pipes (as per IS : 8329 / 2000). The Tailpiece to be supplied complete with sealing rubber gasket of
S.B.R,.C.I.. Follower Glands and M.S. Nut Bolts. The whole assembly should be mechanically and hydraulically
tested to the provisions as laid down in IS:1538 / 1993. The rates are inclusive of cost of material, forwarding
charges, sales tax, loading, transportation and unloading at departmental store etc. complete as directed. Consignee
but exclusive of octroi.

ITEM No. 44 - MS PIPES & SPECIALS and Making MS Joints


Providing and supplying ISI standard MS specials of required thickness with 3 coats of approved make epoxy paint
(Shalimar, Ciba or Mahindra & Mahindra make) from inside and outside including all taxes (Central and local),
octroi, inspection charges, transportation to stores / site, and stacking, etc. complete.
1. SCOPE :
The thickness of M.S. plate required for fabrication of specials should be 10 mm thick. The scope of special
specifications shall cover the following works under the contract.
Conveyance of M.S. plates, structural steel, etc. from market to the contractors factory and transporting back
balance plates, cut plates, scrap etc. from factory to his stores, Fabricating M.S. specials for the work and testing etc
at the contractors factory and testing the pipes.
Transporting of fabricated pipes, specials etc from contractor’s factory to laying site as directed.

2. FOR FABRICATION WORK:


The M.S. specials shall be manufactured from tested mild steel plates of thickness not less than that of M.S.
pipe shell conforming to IS 226-1962 and 2062-1962
Working drawing shall have to be prepared by the contractor taking into consideration the size and length
of the M.S. plates, flats, etc. The contractor shall have no claim by whatever reason of sizes of material
brought being different from those shown in the drawings.
3. Maharashtra Jeevan Pradhikaran shall not supply any steel or structural steel to the contractor for his use for
preparing jigs, testing arrangements, platform, etc. in the factory or in the field. The contractor shall have to
make his own arrangements for procuring them at his own cost immediately on receipt of work order and
Maharashtra Jeevan Pradhikaran shall not entertain any requests for extension of completion period or
compensation on increase in cost etc.
4. FABRICATION OF SPECIALS AND APPURTENANCE.
The main specials and appurtenances to be fabricated under this contract are as per requirement. The
typical drawings for these are to be prepared by the contractor during execution and shall be got approved.

Contractor No. of corrections Executive Engineer


383
If possible the Engineer in charge shall give working drawing for the specials and appurtenances for
fabrication thereof depending on the site conditions. The M.S. specials shall be tested by officer deputed by
Maharashtra Jeevan Pradhikaran at contractors cost.
5. MEASUREMENT AND PAYMENT:
Fabrication of the various specials and appurtenances shall be measured and paid under the relevant item in
the schedule ‘B’ on weight basis. These item shall include the cost of supply of all labour, material (unless
otherwise stated) and machinery for fabricating these specials and appurtenances as per specifications and
shall include all cost of conveying materials from factory and handling material within the fabrication yard,
stacking them, properly including painting of fabricated specials with red oxide paint and covering coat of
gray graphite paint in the yard and all other ancillary works involved. Deduction for bolt holes shall not be
made while computing weight payment.
The contractor shall maintain a register of all finished materials giving dates of carrying out important
operations such as testing, transport to site etc. the Engineer in charge shall check the register every week.
6. ACCOUNTING STEEL MATERIAL:
Steel material supplied by the contractor shall be stacked in the contractor’s fabrication yard under cover.
The contractor shall provide sufficient space for stacking steel materials in is yard and shall not charge the
department (Maharashtra Jeevan Pradhikaran) any rental or any other charges for stacking the material in
his yard. The contractor shall provide watch and ward at his cost to avoid any loss or damage. If any loss or
damage is noticed, it shall exclusively be the responsibility of the contractor who shall reimburse to the
Maharashtra Jeevan Pradhikaran the full value of the material lost or damaged, including supervision
charges as fixed by the Engineer in charge. The Engineer in charge may levy penalty for loss/damage and
his decision in this respect shall be final and binding on the contractor.
WELDING JOINTS: Butt Joint & Lap Joint

7. GENERAL:
Before aligning, assembling and welding, the pipe faces shall be cleared by scrapping with wire brushes or
by any other method approved by the Engineer. The work should be carried out as per procedures and
details given in following Indian Standards.
IS 186-1969
Code of practice for use of metal are welding for general constructing in mild steel.
IS 822-1970
Code of procedure for inspection of welds.
IS 10234-1984
Recommendations for General pipe line welding
Welders shall be experienced and approved by the Engineer in charge to do the welding at the location
welding shall not be allowed to be done by helpers. Contractor shall remove such of the welders from the
job whose work is not found to be satisfactory. The engineer may ask them to do test welding before
approving their employment on the job. In general qualification will be as pre para 6 of IS 10234 (1984)
The contractor shall keep record of the welding for each circumferential joint. It shall contain the name of
the welder, operator and date of completion of such run of internal and external welding.

8. GOUSING AND CHIPPING :


M.S. pipes of diameter larger than 900 mm shall be welded with number of runs from inside and a sealing
run from outside. External sealing run shall be done only after internal welding is completed. Before
starting the external welding the weld material in the joint shall be cleaned by chipping out loose scales.

Contractor No. of corrections Executive Engineer


384
Gousing shall be done before rectification of any welding wherever necessary and as directed by the
Engineer.
Gousing or chipping shall not be paid for separately and the rate for welding shall be deemed to include the
cost of gousing.
9. ELECTRODES:
Welding electrodes to be used for welding in this contract shall conform to the Indian Standard
Specifications I 814 (Part II) latest (Specifications for covered electrodes for metal arc welding of mild
steel)
The contractor shall use standard electrodes depending on the thickness of the plates to be welded and the
type of joint. The contractor shall also use standard current and A.C. voltage required for the machine as
per manufacturer’s directions.
10. TYPES OF WELDED JOINTS:
Types and design will be as per IS 816-89
The circumferential joints of the pipes shall be but welded with required number of runs externally and
internally pipes below 900 m dia. shall be welded only externally

11. WELDING PROCEDURE :


All parts of pipes, specials etc. having all loose scale, slag, rust, paint and any other foreign material shall
be removed with wire brush and left clean and dry. All scale and slag shall be removed from each run of
weld when that run is completed.
Opening in the form of Manholes in the laid pipe line at suitable distance are used as access for the work of
cleaning repairs etc. such manholes, as far as possible shall be provided on sides of the pipe line and cutting
manholes at the crown shall be strictly avoided.
Patch plates for plugging the above manholes shall be cut from a separate pipe of the same diameter. Edges
of the patch place shall be properly shape and shall be inserted in the opening leaving a gap of 3 to 4 mm
and tacked. Welding of patch shall be done in segments in a proper sequence conforming to Indian
Standard Specifications I 623
12. TESTING OF WELDED JOINTS :
Welded joints shall be tested in accordance with procedure laid down in different Indian Standard
Specifications
12.1 VISUAL INSPECTION
Each and every welding work should be inspected visually and record of this should be kept. It should be
checked that i) Welding is free from blow holes ii) exposed porosity iii) unfilled crate iv) infused weld v)
surface cracks vi) profile defects, dispersions etc. In this respect guidelines given in para Is 822 (1970) will
be followed.
12.2 MECHANICAL TESTS (DESTRUCTIVE TEST):
At least test specimen shall be taken out for testing for every fifty field joints done. The number of
specimens required to be tested for different test will be as per table 4 of IS 10234 (1982) the testing shall
be got done from govt. laboratory approved by Engineer.
12.2.1 TENSILE TEST :
The procedure will be as specified in Is 10234 (1982) para 5.6.2 if IS 10234-1982
12.2.2 BEND TEST:
It will be in accordance with para 5.6.3 to IS 10234 (1982)
12.3 REPAIRS AND REMOVAL OF DEFECTS :

Contractor No. of corrections Executive Engineer


385
Defects except crack in root bead, filler beads and finishing passes may be repaired. Similarly injurious
defect shall be entirely removed to clean metal. All slag and scales should be removed.
12.4 PROCEDURE ON FAILURE OF TEST SPECIMEN:
If the test specimen fails in either tensile or bend test or in both, then repairing work, gousing, re-welding
should be done by expert welder to the full satisfaction of the Engineer. At this all the factors such as
electrode, current, voltage etc. should be specially controlled. Then two additional test specimens should be
taken and retested. If the results are satisfactory then additional sample from the joint from which original
sample was taken and had failed, should be tested. If results are satisfactory then there will be no problems.
If results are not satisfactory procedures will be repeated. Welder who has done the welding of the joint that
has failed, shall be solely held responsible for bad workmanship and should be warned or removed. If
welded joints done by him fail second time then he shall be removed from the job.
13. MEASUREMENT AND PAYMENT:
It will be paid in linear meter of welding done including required number of runs. It will be paid in relevant
items of welding butt joints or lap joints. The rate includes all labour, material, preliminaries, visual
mechanical testing of the sample, repairing, retesting etc. Payment will be made after getting satisfactory
test, sample result, however 10% of the amount under this item will be withheld till satisfactory hydraulic
testing is given.
14. CUTTING AND CHAMPHERING TO CI/DI PIPES.
This item shall be executed for use of cut pipes in required length only when directed by Engineer in charge
and after obtaining the permission from him. The burn left after cutting should be trimmed off by light
grinding of by filling method. The chamfering of pipe shall confirm to IS 12288-1987.
The chamfering shall be suitable for push on joints/mechanical joint without damaging the rubber gasket.
The pipe after chamfering should be so smooth that enables to pushed in gasket for push on jointing. This
item includes cost of all labour and tools required for executing the complete item.
1. GAS CUTTING :
EXTRA CUTTING PIPES, PLATES, SECTIONS:
In course of work the contractor may be required to carry out work of gas cutting the plates, pipes sections
of various thickness. If the cutting work involved is not covered in the fabrication items in the bill of
quantities, it shall be paid separately. The cut shall be ‘V’ or square as directed by the Engineer. After
cutting, the edges shall be made smooth (even by use of grinders pneumatic/electrical) During cutting, it
shall lbe ensured that the shape of the material cut is not deformed.
2. MEASUREMENT AND PAYMET :
The payment, as entitled, shall be on running matter basis as per separate item under the bill of quantities.
The items shall include aligning, holding in position the articles to be cut, cost of oxyacetylene gas, labour
for cutting, champhering for forming ‘V’ square cuts.
This item includes:
1. Cost of labour, material use of tools, plant and tackled and other essentials to complete the work
satisfactorily.
2. Supply (as per condition of agreement) conveying cleaning, cutting, bending, binding with (1.63 mm or
1.22 mm diameter) 16 to 18 gauge wire or spot welding and placing reinforcement in position and
maintaining it clean and position till the concrete is laid.
HYDRAULIC TESTING OF M.S. PIPE LINE
1. After the work of laying pipe line is completed and before it is commissioned, and pipe line shall be tested
in the field both for its strength, and leakage in the following manner (As per I.S. 5822-86 Para 10)
2. The pipeline laid length will be divided into sections specified by Engineer in charge. The contractor shall
recheck pipe and valve for cleanliness and shall recheck operations of the valves. The open ends of the pipe

Contractor No. of corrections Executive Engineer


386
line (or section thereof) shall normally be stopped off by the blank flanges or caps ends additionally
secured where necessary by temporary thrust and edges. All anchor and thrust blocks must have been
completed and all pipe straps and other devices intended to prevent movement of pipe must have been
securely fastened. The contractor shall clean out the whole pipe line and flush it with water, so as to remove
dust, dirt and any foreign matter laying in the pipeline. No separate payment for the work of cleaning will
be made and the rates under various items of work include the cost thereof.
3. Each valves section of the pipe line shall be subjected to hydraulic test in section. For this test, the pipe
shall be slowly filled with clean water by opening cross connection with the existing mains or otherwise by
pumping water into the lines (water and pumping arrangement is to be arranged by contractor) as directed
and all air shall be expelled from the pipe line through hydrants, air valves, and blew off fixed on the pipe
line. Once the pipe is full, the cross connection or pumping shall be closed the pipe line. Once the pipeline
should then be raised in stages and built up and maintained by means of suitable approved pumps, to the
specified test pressure based on the elevation of the lowest point on the line or section under test.
4. Field test pressure has to be maximum of the following.
4.1 1 1/2 times the maximum sustained operating pressure.
4.2 Maximum sustained operating pressure plus max surge pressure.
4.3 1 ½ times the maximum pipe line static pressure/
4.4 Maximum static + surge pressure.
5. Before starting the pressure test, the expansion joint shall be tightened. The test pressure shall be
maintained for at least 24 hours. The above said test pressure shall not be dropped within a period of 2
hours after the full test pressure is built up. Under this pressure no leak or sweating shall be visible at the
welded joints. During the test, the pipe shall be struck sharp blows with 1.5 kg. Hammer. Water shall not
spout, boze or sweat through any part. In case of any leak observed anywhere in the filed joints whether
welded or bolted, the same shall be repaired entirely at the contractor cost which shall included repairs to
welding and reoutcoating etc. The repaired joint shall be subjected to retest. No section shall be accepted
unless it is perfectly water tight.
6. The entire cost of testing, retesting, including cost of water taken shall be paid under relevant item of
schedule ‘B’ The contractor shall make all the arrangements for all labour, pumps, pressure gauge,
equipment etc. The gauge should be got tested if insisted by the Engineer in charge. The contractor shall
arrange for labor required for operating air valve, scour valves etc.
7. The hydraulic testing of the water main will be carried out for entire length as directed by Engineer in
charge. If any leakages are observed even during defects liability period due to defective workmanship, the
same shall be rectified immediately. Repairs on like water mains are to be carried out immediately to avoid
wastage of water and other problems such as disruption of water supply and traffic etc.
8. The payment of testing at rates quoted in schedule ‘B’ is admissible if entire pipe line is separately tested in
sections.
9. Generally the contractor shall be required to test the pipe line sections of 300 m using necessary equipment.
However, if the Engineer in charge directs to test full pipe line length in further suitable sections in the
interest of the work, the tender will have to carry out the test in such sections as directed by Engineer in
charge.
10 Quality of steel:
The pipes shall be manufactured from tested mild steel of 6.4 mm thick plate conforming to IS 226-1962 or
IS - 2062 - 1962. The manufacturers test certificate regarding chemical analysis and physical tests for the
steel plates shall be supplied by the contractor. Steel plates shall be procured by the contractor from the
reputed manufactures only.
11 Fabrication of steel shell:
12 Cutting:
The plates shall be cut to the exact dimensions required for bending. The cutting shall be done by machine
sharing or by gas, the latter type to be adopted only, if specifically approved by the Engineer in charge.

Contractor No. of corrections Executive Engineer


387
The plates, after being cut, shall have their edges machined to confirm to the shapes, angles etc. and to the
specified welding requirements. In case of plates cut by gas, such portion of the metal next to the cut as
may be approved or directed by the Engineer shall be removed by the machining.
All edges of plates to be welded in the shops shall be machined to take a single ‘V’ butt joints with leveled
at the roof. Welding of pieces shall conform to relevant IS and as directed specifically by the Engineer in
charge. Since the pipes and specials are to be joined in the field by welding, the edge of the lap shall be
machined at an angle of 45 on the outside.
3 JOINTING:

The plates shall be bent cold. The plates shall be bent with maximum possible width so as to have
minimum number of circumferential joints and in any case not more than three joints in a section of 6 m
length will permitted. The pipes/specials shall have only longitudinal weld duly staggered. The tenderer
shall comply with the directions that the Engineer in charge may issue regarding the minimum or maximum
length of pipe (which shall be from 4 m to 6 meters in length) that may be welded in the shop.
14 WELDING:
All welding shall be done by submerged electric arc process. All welding work in shop shall be done by
specifically qualified welders. The work of each welder shall be tested thoroughly by individual
identification mark. Welders whose work is found defect shall not be allowed to work on the job.
If the test pieces are found unsatisfactory, the welder concerned shall not be permitted to weld any more
pipes.
The defects, if any shall be set right to the satisfaction of the Engineer, all such check tests and
rectifications of defects shall be entirely at the cost of contractor.
All welding shall be done by a method which will exclude the atmosphere from the molten metal. The
surface to be welded shall be clean and free from paint, scales, rust and other foreign matter.
Each layer of the weld metal shall be thoroughly cleaned, and if necessary shall be peened while not before
the succeeding layer is laid. Any portion or joint found defective shall be cut out, rewelded and tested
again. Only those shells whose points are found to be perfect on testing shall be accepted.
All welding work shall be generally in accordance with the ISI The longitudinal joint in continuous plates
or pipes shall be staggered.
Welding rods shall be selected with due regard to the quality of steel plates. The selection of theses rods
shall be the sole responsibility of the contractor to ensure that the welds satisfy all the tests prescribed in
these specifications. All welds shall be ground smooth so as to be substantially flush with the plate surface
at the junction of the weld and the plates to leave a smooth surface of the weld.

ITEM No. 45 - Excavation


Excavation for Foundation/pipe trenches in earth soil of all types, sand,graval and soft murum including
removing the excavated material up to a distance of 50mts. And lift 1.5 mtr. Stacking and spreading as
directed, manual dewatering preapring the bed for foundation and as per detailed specification.

ITEM No. 46 -RCC Chamber


Providing and constructing R.C.C. chamber for Flowmeter with 15 cm thick M-150 ( 1:2:4) PCC bedding ,10 cm
thick RCC 1:2:4 reaft slab, 15 cm thick RCC M-150(1:2:4) wall and cast in situ RCC cover 15 cm thick on chamber
in RCC M-150 (1:2:4) including normal dewatering, centering, plywwod formwork, bully/ steel prop.-
ups,compaction,finishing the formed surface with C.M. 1:3 of sufficient minimum thickness to give smoothand even
surface finish with curing including providing & fixing in position steel M.S. HYSD bar reinforcement of various

Contractor No. of corrections Executive Engineer


388
diameter for RCC raft Slabs, wall cover,etc. including cutting ,bending,hooking the bars,binding with binding
wires,etc.complete as directed by Engineer-in-charge.
NOTE :- This conditions shall be common for all pumping machinery subworks.

M ode of Pay me nt

70% Agai nst Suppl y of M ate r i al as per gi ve n Spe c i fi c ati ons i nc l ud i ng TP I.

10% Agai nst Er e c ti on as pe r i nstr uc ti on of Si t e Engi ne e r

10% Agai nst Suc c e ssf ul c ommi s si oni ng and tr i al as pe r i nstr uc ti ons of Engi ne e r In
Char ge

10% Agai nst Suc c e ssf ul Tr i al r un for t we l ve ( 12) month s as pe r i nstr uc ti ons of Engi ne e r
In Char ge

Section C - Item No. 47 –


COMPREHENSIVE OPERATION AND MAINTAINANCE
Comprehensive operation & maintenance of the SCADA& AUTOMATION system
The entire SCADA & AUTOMATION system to be installed under this work is to be compulsory operated &
maintained by the contractor for the period of 6 years after one year initial guarantee period.
Since this work is intended for human drinking water supply project the efficient & qualitative operation is of
utmost importance.
In order to meet the day to day operation & maintenance of the entire project following persons are to be deployed
on full time basis as under
1) Water treatment plant :- This is the most important component of the entire project which is
directly related to the quality of drinking water supplied to the villages / Town.
Skilled SCADA Technician with thorough knowledge of the entire water treatment process and thorough
knowledge of basic SCADA & AUTOMATION system shall have to be employed. One Technician shall
work in each shift.

2) ZBR Management system :All ZBR’s covered under this project are to be operated, monitored and
maintained through a team of 1 skilled technicians having in depth knowledge of Vsat / GSM based
modems, level transmitters, pilot operated Automatic flow control valves, solar panel and inverter
battery system etc. One teams each comprising of 1 persons shall be formed &each team shall 7
ZBR’s per week. The team shall be responsible for the day to day operation of the ZBR Inlet
Automatic Control valves with solar panel system, level sensor,Field Data Transmitter etc. Also, this
solar panel system installed over the ZBR for Power supply requirements, shall be thoroughly cleaned
with water every week. The electrolyte in the battery shall have to be checked and replenished every 2
months.

Operation & Maintenance

Contractor No. of corrections Executive Engineer


389
Operation and maintenance of the system broadly can be divided in into following parts-

1. Spares, components for the system


2. Consumables during operation of the system
3. Assistance Services for operation of the system
4. Maintenance Services for the System
5. Special purpose tools and calibration equipments.

Operation and maintenance of the system generally involves following activities –

1. Operational Assistance:

This includes routine day to day operation of the system like operation of the control instruments and pumps from
the system, generating the reports based on the real-time archived data, monitoring & acknowledging alarms and
taking necessary action to deactivate critical alarms.

2. Preventive Maintenance:

This includes preventive maintenance of the measurement equipments, calibration of the instruments and
replenishing the regents and other consumables, to ensure the smooth working of the system components.

3. Corrective Maintenance:

As and when required it is necessary to carry out the corrective maintenance of the faulty instruments, equipments.
This includes the removing the faulty instrument from the system, replace with the spare instrument and repair the
same at site or in the manufacturers workshop depending upon the severity of the fault.

Specifications for O&M


This section applies to the specifications for operation and maintenance of Instrumentation and controls used in the
System. The Contractor shall maintain the complete system including instrumentation & control system for WTP

Specifications
The specification of materials used for repairs shall be the same as have been used in the original work.
Specifications for any materials which were not used during construction shall be approved by engineer prior to
commencement of the operation and maintenance period. Without being limited by this clause, during O&M period
the Contractor shall use appropriate material for repairs even if material required for such repairs has not been
approved earlier, and no delay in making such repairs shall be subjected to such limitation. However, subsequent to
use of such material, the Contractor shall submit proposals for the approval of specifications of such material.

Activities during O & M Period


General
Within the framework of the Contractor’s responsibilities, the Contractor shall carry out the following
activities. However, these shall not limit the requirement for other activities which otherwise are required as

Contractor No. of corrections Executive Engineer


390
per terms and conditions of Contract or to fulfill the Contractor’s responsibilities or are essential as per good
industrial practices. The Contractor shall be responsible for, but not limited to, the following:
a) Providing the maintenance services for the system as directed by the
engineer in-charge.
b) Providing the required staff during operation and maintenance period.
c) Providing all required consumables required for functioning of plant and
equipment.
d) Maintenance of instrumentation (all field instruments) & control system,
software, PCs, control room, radio telemetry system UPS, A.C. etc. and all other works constructed in this
Contract.
e) Entering into AMC (Annual Maintenance Contract) contracts with
system/equipment suppliers, as necessary.
f) Periodic calibration check of all supplied instrumentation and controls
during the period of operation and maintenance.
g) Reporting;

• Repair history of all mechanical, electrical and instrumentation control equipment in above mentioned
item 1 to 7

• Daily log of operations of all the important instrumentation & equipment

• Hourly readings of pressure, flow rate and integrated quantity of water;

• Hourly levels of ZBRs;

• Daily list of alarms with time tag;

• Logbook format and the data to be included in the logbook shall be decided in consultation with
department;

• Last periodic maintenance done for all equipment/buildings of the system;

a) Providing required spares and maintaining adequate inventory of required accessories or equipment
itself for repair of system so that all instrumentation and control equipments, software and
communication system can work efficiently for the proper functioning of System. Prior approval to the
changes required to be carried out during O&M shall be obtained by the contractor from the engineer.
The required changes shall be reported well in time. Necessary drawing and literature for any changes
shall be submitted to the employers representative. The Contractor shall be solely responsible for the
safety and security of the goods in the store and will be responsible for any loss or damages in stores
for any reason. He may opt for insurance cover against the value of the goods to be stored without any
additional costs on the Department.

i) Periodic routine maintenance of structures/control room / chambers of each location of WTPs, ESRs
etc and others built in the Contract. Such maintenance must ensure adequate cleanliness, ventilation,

Contractor No. of corrections Executive Engineer


391
illumination and structural safety. In addition to this, the general hygienic standards must be
maintained.

j) Co-ordination with other contractors and/ or agencies responsible for the execution, operation and
maintenance of other works of the system.

k) Insurance: The Contractor shall, without limiting his or the Employer’s obligations and
responsibilities, insure;

I. The work together with material and plant for incorporation therein, to the full replacement cost (term
“cost” in this context shall include profit).

II. The Contractor’s equipment and other things brought onto site by the Contractor, for a sum sufficient
to provide for their replacement at the site.

III. The insurance shall be in the joint names of the Contractor and the Employer at the Contractor’s cost
and shall cover the Employer and the Contractor against all losses or damages from whatsoever cause
arising from the start of the O&M until the date of completion of O&M in respect of the facility or any
section or part thereof as the case may be.

IV. Any amount not insured or not recovered from the insurer shall be borne by the Contractor

WTPs, ZBRs’

(i) Operation of System as required, including provision of required manpower and services for
proper operation and monitoring of remote locations of WTPs, and Reservoirs’.

(ii) Periodic site calibration of all measuring/metering equipment and instrumentation at every
6 months minimum or as recommended by the manufacturer.

(iii) Repair or replacement, as required, of damaged instrumentation and controls for proper functioning of
system.

(iv) Maintenance of the System including central server, software’s, PCs, UPS, A.Cs, telemetry system
etc.

(v) Routine maintenance of the field instruments as per recommendation of the manufacturer.

(vi) Routine monitoring of each remote location for damage / repair of any equipment / parts and
taking preventive measures as required

(x) Providing safety accessories such as gloves, shoes, first aid box etc.

(xi) Ensuring safety of plant and equipment.

(xii) Furnishing required information to Employer as and when required.

Spare parts & stores

Contractor No. of corrections Executive Engineer


392
All spare parts used for the equipment in the maintenance of the system must be from the manufacturer of the
equipment or, if the equipment itself has been made with parts from other manufacturers, the parts must be of
the same make as used in the equipment supplied and installed.
All spare parts shall be packed for long storage under the climatic conditions prevailing at the Site. Each
spare part shall be labelled on the outside of its packing with its description, number and purpose and, if more
than one spare is packed in a single case, a general description of the case contents shall be shown on the
outside and a packing list enclosed. The cost of O & M shall inclusive of spare parts during O & M contract
period. The store inventory, the issuing and recording of spare parts will be the responsibility of the
Contractor.
The Contractor is also be responsible for providing spare parts and instrumentation required for the Operation
and Maintenance during the operation period, and shall bear the cost of the same, including the cost of storing
and safeguarding.
The Contractor will make all necessary arrangements to ensure the continuous supply of spare parts and
instrumentation for the works, and the rate of supply of these materials shall be in such quantities and amount
as would ensure uninterrupted operations.
COMPLETION OF O&M CONTRACT
On the date of Contract Completion or if the Contract is terminated, all the installations, works and
equipment's placed under the Contractor's responsibility shall be handed over to the Employer, at no cost, in
good working order, barring normal wear and tear. The Employer may perform any inspections, tests from
expert appraisals he shall find necessary with a view to checking that this property is in good working order.
At the end of O&M period, the Contractor shall be entitled to receive an Operation & Maintenance
Completion Certificate within One Month of the Completion of the Contract.
The delivery of such Completion Certificate will relieve the Contractor from his responsibility as regard to
the Operation and Maintenance and confirm that the Contractor has fulfilled all of his obligations under the
Contract.

Documents to be provided by the Contractor (Operation Log book)

The Contractor shall keep a permanent record of plant in Operation (logbook).


This logbook shall be kept at the site and shall be presented on request to the Employer.
On a daily basis the following information shall be recorded in the logbook –
Result of analysis and tests conducted on site to determine the quality of raw and treated water and treatment
parameters,
Machinery Operation data, its operating parameters
Maintenance records, shut down record of each machinery & equipment
Readings from the different meters, indicators and recorders (Including but not limited to consumption of
energy and chemicals, volume of water treated, operating times of the different equipments).
Computer documents and tapes produced by monitoring and surveillance equipment, shall be attached to the
logbook.
Financial Provisions

Contractor No. of corrections Executive Engineer


393
No Advance shall be paid by the Employer.
Method of Payment
The contractor will be paid per year for the period upto 3 years. The first year will be the warranty period
during which O & M services will be free. During 2nd and 3rd year the contractor will be paid appropriate
amount as mentioned in schedule B to carry out entire O & M for items mentioned in Schedule B.
Penalties for Failure to achieve the Functional Guarantees

In case of failure to generate the desired report, liquidated damages shall be imposed for such failure to
meet the performance criteria or satisfactory service. The Employer will be entitled to recover any such
damages from the monthly progress payments to be made to the Contractor in the month in which the
failure occurred, or at any time thereafter from the subsequent monthly progress payments. The penalty
charges will be applicable Rs. 500 per location per day.
Mode of Payment
O & M Contract includes lump sum price per year for services, spares, consumables, insurance, taxes &
duties, royalties, license fees and other incidental costs.
The payment for the completed year will be paid as follows
During first year - Free
During second year - 3% of Total cost ( As per schedule B)
During third year - 5% of Total cost ( As per schedule B)
During forth year - 7% of Total cost ( As per schedule B)
During fifth year - 7% of Total cost ( As per schedule B)
During Sixth year- 7% of Total cost ( As per schedule B)

SUBWORK 5 :- RAW WATER & PURE WATER PUMPING MACHINERY

Designing, providing, erecting, testing and commissioning of Pure water Pumping


Machinery with allied Electrical and Mechanical equipments for Rudhadi ZBR and
Popatkhed ZBR, Khelpani & Gullarkhed ESR at WTP
.SCOPE OF WORK :-

The scope of work includes providing approved make pumps & allied Mechanical & Electrical
equipments for the scheme as per requirement of the Department. The essential design features and detailed
specifications of each and every item are as under. The layout drawing of pumping machinery & allied equipments
shall have to be submitted to the Executive Engineer ( Mech. ) for approval before actual procurement.

SUBWORK NO. 1 - PUMPING MACHINERY FOR RUDHADI ZBR

Contractor No. of corrections Executive Engineer


394
ITEM NO.1 VERTICAL TURBINE PUMP ( WATER LUBRICATED)

ESSENTIAL DESIGN REQUIREMENTS

The Vertical Turbine Pump offered shall satisfy the following basic design features.

 It shall have a rising head characteristic.


 The impeller adjustment shall be such that, the impellers run free in any installed condition in spite of the
extension of line shaft caused by hydraulic down thrust and weight of shafting and impellers.
 It shall be designed for non-overloading of prime mover.
 It shall be designed to run with closed sluice valve condition without overloading the prime mover.
 The pumps shall run smooth without noise & vibration. The magnitude of peak to peak vibration at slip
will be limited to 100 microns at the bearing housing.

Necessary NPSH curve shall be submitted and minimum submergence required shall be stated. The system head
curve and performance curve for all level conditions is to be enclosed.

The pump shall be suitable for satisfactory operation at the duty conditions, the head range stipulated.

The pumps shall have following technical parameters and particulars.

1) No. of pumps to be 2 Nos


installed (1 working + 1 stand by)

2) Discharge 68381 LPH

) Duty head 88 mtrs.


4) Working head range 66 mtrs. to 97 mtrs.

5) Shut off head Not less than 107 mtr.

6) Pump efficiency at duty point Not less than 80 %

7) Speed 1460 RPM

9) Column pipe dia Not less than 150 mm

10) Column pipe wall Minimum 7 mm


thickness
11) Column pipe flange Minimum 14 mm
thickness

12) Pump/Line shaft material AISI - 410

13) Total column length Minimum 4.50 M. as per site conditions


without any extra cost.
(Including bowl assembly )

14) Strainer Basket type, fabricated out of


stainless steel bars

15) No of Stages of Bowl Not more than 9 stages.


Assembly

Contractor No. of corrections Executive Engineer


395
16) Column assembly & other Stainless steel
fasteners

17) M.S. Sole plate Minimum 30 mm

18) Base frame Fabricated with ISMC 200 mm


size.

19) Pump and column shaft S.S. Not less than 39 mm

V.T. PUMP SETS (Water Lubricated)

The Vertical Turbine pump sets shall be (self water lubricated) suitable for following conditions and
specifications.

 The pump shall be of approved by the Executive Engineer (M) and shall conform to IS: 1710 & shall
satisfy test & trial as per IS:5120 with latest modifications from time to time.

 Pump efficiency shall not be less than 80% at duty point under all circumstances.

 Constructional and design details of the set shall be as follows.

a) Impeller

Impellers shall be Stainless Steel CF8M shall be statically and dynamically balanced. Balancing
holes in impeller are not acceptable.

b) Wearing Rings

It shall be of Bronze conforming to IS: 318 and suitable Grade and shall be of renewable type. It
shall be held in place against rotation by screw in or locking with pins press fitted locked with
pins. The wearing rings shall be provided on both impeller and casing.

Composite design of line shaft material and diameter and bearing centers shall ensure that the
entire rotating assembly is brought from stand still to full speed without any vibration, whipping
and shaft deflection and to ensure that first critical speed is not within 75% to 125% of full speed.

c) Column Pipe Assembly

Column pipe shall be of M.S. ERW Fabricated heavy duty flanged type. Thickness of column
pipe shall not be less than 6 mm. Each length of column pipe shall be designed to accommodate
guide bearing holders and in Standard length of 1.5 Mtr. and matching pipe required for the total
length of 4.50 Mtr. column length. Spider shall be provided with nitrile rubber bushing.

d) Suction Bell Mouth

Entrance dia of Bell mouth shall be such that the suction velocity shall not exceed 1.5 m/sec. and
shall be of M.S. heavy duty/C.I. The shape and curvature of the bell mouth shall be designed for
streamlined flow of bowl suction, the thickness of bell mouth shall not be less than 12 mm.

Contractor No. of corrections Executive Engineer


396

e) Strainer

Suction strainer shall be of flanged type heavy duty made from S. S AISI 410 plate of thickness
not less than 10 mm. Total area of perforations shall not be less than 300% of entrance area of
bell mouth. Stainless steel hardware shall be provided.

f) Bowl Assembly

The pump bowl / bowls shall be flanged type with machined matching of faces. The suction bell
mouth, bowl assembly, column pipe and all Joints shall be of flange joints. The bowls shall be
capable of withstanding a hydrostatic pressure equal to twice the duty-head or 1.5 times shutoff
head whichever is greater.

g) Discharge Head

Discharge head shall be fully flanged type fabricated from M.S./C.I. It shall incorporate full
diameter radial branch (same as that of column pipe) stuffing box with renewable bushing and
taping for pressure gauge. It shall be of robust construction and shall be designed to support VSS
motor & entire loading of pump assembly, water column etc. and shall with stand all static,
dynamic, torsional loads hydraulic thrust imposed during operation from shutoff to stipulated
operating conditions and thrust due to change in direction of flow without any vibration. The
discharge head shall be capable of withstanding hydrostatic pressure equal to twice the duty head
or 1.50 times shut off head whichever is greater.The discharge head shall be properly supported to
eliminate vibration. An air cock of 50 mm dia with same size of ‘B’ class G.I. pipes, bend shall be
fixed to the discharge head. The G.I. B Class pipes shall be suspended vertically in the well with
adequate length to release air.

h) Sole Plates

M.S. Sole Plate of minimum 30 mm. thickness machined from both the sides shall be provided.
The size of sole plate shall cover entire pump supporting girders (base frame). Suitable opening
shall be provided at the center, considering diameter of bell mouth bowl assembly and strainer.

The Sole Plate shall be fixed with nut bolts on 200 mm. ISMC frame and shall be machined. The
sole plate shall be kept on girders and blue matched to the extent of least 60 % of contact area. If
necessary uneven surface shall be smoothened with polish paper / smooth file. The sole plate
shall be perfectly leveled with straight edge and precision level. The sole plate shall have tapped
holes to receive discharge head. The bottom and top of sole plate shall be blue matched to have
at-least 60% contact area. Use of shims will not be permitted for pump leveling.

i) The pump shall be driven by vertical hollow shaft motor and shall be provided
with non-reversible ratchet, check nut, flexible coupling etc. complete.

Contractor No. of corrections Executive Engineer


397

j) Special tools i.e. two pairs of erection clamps for the column and line shaft as recommended by
manufacturer, adjusting nut spanner & impeller collate hammer shall be supplied with each pump
set.

k) Pre Lubrication Tank & Other Accessories : - In order to lubricate line shaft bearing of the pump,
lubrication arrangement comprising the following shall be provided.

l) Lubrication tanks 2 Nos. interconnected with each other common for all pumps fabricated from
M.S. sheet metal of thickness not less than 5 mm and of capacity not less than 1 m3. The tank shall
be cylindrical and shall be installed on pump mounting floor with concrete saddles or as directed
during execution by Engineer-in-charge.

ii) Each lubrication tank shall be equipped with the following :

a) W. L. side gauge

b) Over-flow lead to sump

c) Drain valve lead to sump

d) “B” Class G.I. pipe connection with isolating valve and non-return valve to each pump
column assembly for lubrication. The valve shall be located near the tank. The size of
individual pipe and valve to pump shall be 40 mm diameter.

e) Inlet connection with solenoid operated valve and suitable removable strainer by suitable
tapping from common header.

f) Float valve in the tank for control of overflow.

g) Any other item necessarily required for proper functioning of water lubrication
arrangement.

TESTING

All the pumps shall be subject to factory test in presence of Executive Engineer (M) or his
representative and third party inspection agency approved by MJP.
FACTORY TEST

a) Hydrostatic Test

Following item shall be tested at hydrostatic pressure equal to twice duty head or 1.5 times shut
off head of bowl assembly whichever is higher as per IS : 5120.

Bowl assembly - Each.


Discharge Head. - Each.
Column Pipes At least 20% of total quantity

b) Performance Test

Contractor No. of corrections Executive Engineer


398
Performance test of each pump should be carried out. The test shall generally be carried out as per
IS:10981 of acceptance test for pumps Class - B. The test shall be carried out at full speed & full
load at manufacturers work. The test shall cover six points i.e.
i) duty point.
ii) Two points above duty point.
iii) Two points below duty point.
iv) Shutoff head
v) Power consumption at all above points.

The test at reduced speed will not be accepted.


c) Strip Inspection

One pump sets out of two of raw water after completion of its performance test and as selected by
the Engineer or inspector at random will be offered for strip-inspection and dimensional checking.
The manufacturer/contractor shall submit all required dimensional drawings. Minimum points as
under shall be checked.

 Original dimensions of impeller, neck ring etc.

 Condition of all components particularly bushes, bearing, and wearing rings to examine
for undue rubbing, wear etc. and verification of dimensions after performance test.

 Dynamic balancing of (a) Impeller, (b) Flexible coupling, maximum unbalance shall
not exceed 32 gm mm per Kg. weight of impeller .

 Verification of clearance and tolerance between :

a) Wearing rings
b) Impeller shaft and bearings
c) Impeller shaft and key
d) Shaft and flexible coupling
e) Key and keyway on shaft at (d)

5) Finish of water passage in impeller and diffuser.

6) Review of raw Material Test Certificate and quality control procedure.

Any deviation from tenders specifications & related IS shall be pointed out in inspection report.

Material test certificate to the various pump components shall be furnished.

FIELD PERFORMANCE TEST

Field test shall be witnessed by at least Two Engineers of MJP.

The test shall be carried out as per IS:10981 Code of acceptance test of pump Class-B, in
general and stated below in particular. The purpose of field test is not to ensure whether pump
performance as regards acceptance limit as per IS : 9137, the purpose is to ensure that the pump
performance is generally acceptable or otherwise. Final acceptance shall be as per following
criteria.

i) Verification of guarantee for H and Q specified in Clause 9.4.1 shall be based on


following liberalised tolerances.

Contractor No. of corrections Executive Engineer


399

XHv + 0.006
XQv + 0.09

ii) As regards P-Q. characteristics for acceptance. It shall be checked whether motor is not
getting overloaded within specified head range.

a) Volumetric

Volumetric measurement shall be taken on the basis of rise of level in clarifloculator. In addition,
one Ultrasonic calibrated flow meter shall be arranged by the contractor at his cost

b) The head shall be measured with calibrated pressure gauge of accuracy 1% or better. At least
three pressure gauges shall be used dully calibrated from two different institutions with prior
approval of the Engineer. The calibration shall be point to point and not mere for percentage
error. The gauge shall be fitted at suitable place on the discharge nozzle. It may be noted that the
stipulation that pressure gauge shall be installed at least two times diameter away from discharge
nozzle and delivery valve be placed at least four times diameter away from discharge nozzle
cannot be simulated at site conditioned no allowance for this deficiency shall be considered. The
decision of Engineer in-Charge shall be final.

c) The input power to motor shall be measured with 2 Nos. class 0.5 accuracy
single phase watt meters with suitable CTs test lid and PTs provided in panel.
The wattmeter, CTs and PTs shall be got calibrated from approved institutions.
The calibration shall be for point to point and not mere for percentage error.

d) The speed shall be measured by at least two numbers, non contact tachometer
with digital display and calibrated from two institutions, approved by the
Engineer.

e) The field test shall be taken with entire head range in such a manner that it
would cover at least 6 points (i.e. duty point, 2 above, 2 below and shut off).
The guarantees for head and discharge shall be deemed to be fulfilled as per
clause under 9.4.1 of IS : 10981.

f) The field performance test at site is absolutely essential as above (a) to (e).

Pressure gauge for Each pumpset delivery pipeline 150 mm dia.

A pressure gauge having range of 0 to 75 Mtr. with S.S. syphon tube, vibration dampner made of S.S.
isolating cock, G.I. pipe etc. shall be supplied & erected on pump manifold or near to pump. The meter
scale shall be either in Kg/cm2 or in meter of water or with both. The pressure gauge shall be of 150 mm
dia. and should be capable to with stand 0 to 10 Kg/cm2 pressure.
Make : As per approved list of MJP.

Contractor No. of corrections Executive Engineer


400

ITEM NO. 2 VERTICAL HOLLOW SHAFT MOTOR

The scope of the work includes providing approved make, vertical hollow shaft squirrel cage induction
motor (min 40 HP), conforming to IS 12615 IE3 premium –1970,suitable to operate on 415 Volts +/- 10%,
3 Phase, 50 Hz, AC supply. The synchronous speed of the motor should be 1500 RPM. The insulation
grade of the motor should be ‘B’. The motor should be screen protected and drip proof type. It should
have suitable terminal box to accommodate incoming cable from starter & size of which shall be got
approved from department. It shall be suitable to operate on +/- 10% voltage variation, +/-5% frequency
variation and +/-10% voltage and frequency variation.

Thrust bearing shall be suitable and of adequate capacity to carry the weight of all rotating parts and the
hydraulic down thrust. Non reversing ratchet or similar mechanism should be provided to the motor to
prevent reverse rotation.

Continuous maximum rating of the motor shall be at least 20% above the maximum power absorbed by the
pump under any operating point within stipulated head range of the pump, or at least 10% above the power
required at shut off, which ever is higher.

However the motor rating should not be less than that mentioned in schedule ‘B’.

All technical details, leaflets for the motor offered should be given along with tender only. Manufacturer’s
test certificate shall be furnished along with the supply of motor.

ITEM NO. :- 3 C.I.D.F. SLUICE VALVE – 150 mm , PN 1.6


Providing, erecting and commissioning of PN-1.6 Rating Sluice Valves (Glandless type) without by pass
of diameters given in Schedule B shall be of approved make and shall be provided in the delivery pipe of
each pump. The sluice valves of cast iron body suitable for the PN-1.6 rating shall be provided and shall
confirm to IS:14846. The sluice valves shall be double flange, water works pattern, inside screw, non-
rising spindle type and shall be fitted with double faced gunmetal taper wedge made in one piece and
having two machined facing rings securely fixed into machine recesses in the wedge. The guides and the
lugs shall be provided to guide the wedge through its full travel and the lugs and guides shall be lined with
bronze. The bronze liners provided on guides and lugs shall be secured by counter sunk screws or rivets of
nonferrous metals. The clearances (radial and lugs axial) between the lugs and guides shall not exceed
2.5mm. All valves shall be provided on delivery side of pump.
Tests :

The valve shall be subjected to test at manufacturer’s works for seat and body test at the pressure stipulated
in IS for respected PN Rating. Manufacturer’s test certificate shall be submitted along with supply.
.
Make As per Mechanical approved list of MJP.

ITEM NO. 4 C.I.D.F. REFLUX VALVE – 150 mm & 200 mm dia .

Providing, erecting and commissioning of 100 mm & 150 mm dia dia ,PN 1.6 Rating Reflux Valves with
by pass arrangement.The pump shall be provided with 150 mm dia non-return valve of approved by the

Contractor No. of corrections Executive Engineer


401
Executive Engineer on delivery side & 200 mm dia on Common manifold. The valve shall be generally
confirming to IS:5312 (Part-1).
Normal working pressure seat 16 kg/cm2
Body 24 Kg/cm2

MATERIALS OF CONSTRUCTION
Body, cover, door and door face disc. Grey Cast Iron Confirming to
grade

Disc. FG –200 of IS-210

Hinges Cast Steel IS:1030


Hinges pins, door pins & door Stainless steel to IS:6603

Suspension pins

Bearing bushes, body hinges and Gun metal conforming to grade 2


door faces of IS:318

Tests :
The valve shall be subjected to test at manufacturer’s works for seat and body test at the pressure
stipulated in IS for respected PN Rating. Manufacturer’s test certificate shall be submitted along with
supply.
Make : As per approved mechanical list of MJP

ITEM NO. 5 :- BUTTERFLY VALVE – 200 MM DIA, PN. – 1.6

Providing, double flanged short body pattern type manually operated Butterfly Valve having body, disc and
end cover in graded cast iron to IS-210 Gr.CF 200 generally confirming to IS-13095-1991, Synthetic
rubber faced ring secured on disc by retaining ring with stainless steel screw stub shaft of stainless steel
riding in teflon bearing including inspection charges, transportation up to departmental store, unloading,
stacking excluding GST levied by GOI & GOM in all respect etc. excluding C.C. foundation /structural
steel support
The Butterfly valve shall be installed on common manifold of Pump delivery.

The valve shall be tested at Manufacturers works in presence of Third Party Agency approved by
MJP as per scope of work given in Annexure B. Manufacturer’s test certificate shall be submitted along
with supply.
As per approved mechanical list of MJP

ITEM No.:- 6 KINETIC AIR VALVE – 50 mm dia., P.N. – 1.6

Contractor No. of corrections Executive Engineer


402
The air valve shall be Double orifice Kinetic , PN-1.6 ,50 mm
dia.with an isolation sluice valve of approved make mounted in horizontal
position erected on outside vertical bend on common delivery as per
direction of Engineer-Inchage . The items include the cost of jointing
materials, nut bolts. etc. The valve shall be painted with two coats of
anticorrosive black paint after erection.

The air valve shall be mounted on 80 mm dia branch hole with taper
of size 80 x 50 mm and at least height of 100 mm. The air valve shall be of
approved make by MJP only and shall be test at factory & the test certificates
shall be submitted with supply of material
Tests :

Manufacturer test certificate should be submitted by the contractor.

Make : As per approved mechanical list of MJP

ITEM NO :- 7 M.S. DISMANTLING JOINTS.

The dismantling joint of 150 & 200 mm dia shall be fabricated from M.S. Plates designed to withstand 16
kg / cm2 working pressure. It shall be located between delivery flange of pump & non return valve. The
MS shell thickness shall be of 8 mm. The design of dismantling joint shall ensure that, no forces are
transmitted to the pump foundation and the flanges of dismantling joint during normal working. For
dismantling & re-erection of any flange joint, there shall be at least provision of 20 mm slide over flanges.
The item includes machining of all flanges as per requirement, rubber rings & SS nut bolts. The joint
should have through long bolts so that during normal working pressure there should be no sliding
movement of sliding flanges. LOF (Length Over Flange) should not less than 75% of dia.
The drawing shall be got approved from department before actual fabrication.

ITEM NO. :- 8(a) :-M.S.BARREL PIPES

General

Pipe work including tapers, specials and bends shall be provided and completed. The pipes, and specials
shall be of mild steel and fabricated to transmit flow without disturbing streamlined condition, to gradually
and smoothly changes the direction or velocity as the case may be and to offer neat aesthetic appearance.

The M.S. pipes and specials to be provided by the contractor under this item includes on delivery, dished
ends and specials on 200 mm, dia manifold @ Raw water pumping station.

MATERIAL AND FABRICATION

Contractor No. of corrections Executive Engineer


403
The pipes, specials and flanges shall be manufactured from mild steel plates generally conforming to IS:
226 Thickness of plates shall not be less than those stated below or nearest commercial thickness.

i) M.S. pipes and specials 6 mm thick

ii) Dished end 25mm thick

MODE OF MEASUREMENT AND PAYMENT

The pipes and specials provided by the contractor such as pipes, specials flanges dished end and blank
flanges are payable on Kg. - rate basis for complete work.

For calculation the weight for payment on rate per kg basis following parameters will be applicable.

i) Wt. of pipe and special shall be based on finished/fabricated component, Wastage will not be
considered for payment.
ii) Thickness shall be average thickness of pipes supplied.
iii) No deduction for bolt holes in flanges will be made.
iv) Nut bolts and washers will not be considered for weight calculation.
v) Specific weight of M.S. pipes and specials shall be assumed as 7850 kg./ Cum.
vi) Cost of epoxy painting of M.S. pipes specials and valves are deemed to have been included in rate
for Kg. basis and shall not be considered separately for payment.
vii) Positive tolerance in the thickness of pipe is acceptable. The thickness shall be measured by
ultrasonic gauge and it shall be measured by agency in presence of department Engineer at site
with their instrument.
viii) Cost of breaking of pump house wall for pipeline work and making and finishing to original after
completion of work is included in this item.

Contractor should provide branch tees for air valve, pressure relief valve etc. erected on manifold
as per drawing and as per directions of Engineer-in-charge.

PAINTING

For all M.S. pipes supplied by the contractor and manifold pipe the external surfaces of the pipe work and
valves shall be painted with one coat of epoxy primer and two coats of epoxy paint approved by the
Engineer. Painting shall be carried after completion of erection work.

TESTING

The contractor shall test the pipe work for hydrostatic pressure of 10 Kg / Sq.cm. in presence of Engineer-
in-charge.

ITEM No. :- 8(b) M.S. FLANGES

Contractor No. of corrections Executive Engineer


404
Providing, fabricating, erecting M.S. flanges 200 mm dia., 16 mm thick. The flanges shall be
machined on both sides. The flanges shall be welded to the M.S. pipes used for connecting the pumps and
other accessories. The payment will be made on weight basis.

ITEM NO. 8 c) FLANGED JOINTS

The delivery of pump shall be connected to the rising main by making flanged joints 100mm dia. to the G.I.
& MS pipes & specials. The flanges shall be jointed with fasteners of adequate strength and quality . The
bolt diameters shall conform to IS: 1538.
The joint ring between flanges shall be of 3mm thick rubber of adequate hardness for forming watertight
joints and suitable to withstand pressure of 10 kg/Sq.cm.
This item includes the cost of good quality rubber packing & nut bolts with washer. All flanged joints shall
be hydraulically tested on full load of pump.

ITEM NO - 9 PRESSURE GAUGE

This job covers providing and fixing 150 mm dia Glyscerine filled pressure gauge Bourdon’s type pressure
gauge as per IS 3624 : 1987 with brass cock, siphon tube, etc. as per direction of Engineer in charge.
Contractor should provide suitable tapped holes at appropriate places for fixing these pressure gauges & the
pressure gauge shall be located at a height of 2.5 feet from floor level to ease easy reading for the operator.
The pressure gauges shall have range from 0-14 Kg/ Sq.cm.& should be of approved make only.

ITEM NO.:- 10 CONCRETE FOUNDATION

GENERAL

The work includes excavation in all types of strata, reinforcement casting of RCC works as required with
curing etc. complete. Payment shall be made on the basis of finished concrete work. Excavation disposal
of excavated stuff refilling., form work and curing etc. shall not be paid separately and deemed to be
included in cost of RCC/PCC work.

The thrust block for foundation NRV/SV using M-200 concrete shall be provided. All foundations shall be
made finished with proper edges and surfaces.

C.C. FOUNDATIONS

a) The support for valves and pipes, platform for valve operation, shall be cast in M-200 concrete.
The dimensions and spacing of block shall be submitted for prior approval.

Suitably designed and adequate numbers of concrete supports for pipe work and all sluice valves
and non-return valves shall be provided. Minimum design criteria as under shall be adopted.

Contractor No. of corrections Executive Engineer


405
i) Span shall be such as to restrict deflection within 1/360 of span.

ii) Width of the support shall be equal to pipe diameter (+) 200 mm.

iii) Cradle thickness shall be 1/4th of pipe diameter but not less than 300 mm.

iv) Minimum cradle depth shall be 1/4th of pipe diameter.

v) Bearing angle shall be 120 o

b) The free end of 200 mm dia common delivery line shall be suitably anchored to
withstand and relieve pipe work and fasteners from stresses due to thrust.

The thrust block to common manifold free end / bend should be designed and got
approved from the Deptt. Proper RCC chairs blocks should be provided to common
manifold.
c) There should be separate foundation blocks for all valves.

ITEM NO :- 11 E.O.T. CRANE ( SPAN – 8.0 Mtr). including FDI

11.1 GENERAL :-

A 5.0 tonne safe working capacity and tested to 1.50 times working capacity electrically operated overhead
travelling double girder crane with all accessories shall be provided of approved make by MJP. Functional
requirement of the crane are as under:

i) To lift complete weight of the pump or motor from any point in the pump house. The operation
shall be electrical, lift of hoist rope should be 6.0 mtr. Minimum.

ii) To travel longitudinally along entire length of the pump house including loading / unloading bay.
Operation shall be electrical.

iii) To travel across entire nominal pump house by span .Operation shall be electrical.

The sub-work includes

a) Minimum 19 Mtr., 40 mm x 40 mm square bars or 30 pounds/yard rail sections shall be installed


on continuous RCC corbel with necessary anchoring, etc..

b) Bridge girder mounted on track wheel and end carriages.

c) Motorized mechanisms (Hoist speed limit of 4 mtr. / minute)

Contractor No. of corrections Executive Engineer


406
d) Electric wire rope hoist suitable for 10 mtr, lift.

e) Trolley and hoist

f) Push button operated pendant with control cable to operate crane from floor level of pump house.

g) Control gear and switch gear including earthing


h) Mercury/Sodium vapour lamps on crane girder or end carriages to illuminate area particularly
while pump erection / dismantling.
i) Micro speed of crane say 0.40 mtr/Min. shall be provided in hoist.
j) Key operated pendent main switch for additional protection shall be provided.
k) Make of the motor shall be suitable for crane duty.
l) Material of hook shall be forged steel / EN-9.

Minimum capacities of crane ISMB square bars/rail section are stated above. It shall be the responsibility
of the tenderer to design and provide higher capacities if the heaviest load of the equipment to be handled
need so without any extra cost.

The crane shall generally conform to IS: 3177 and IS: 807.

11.2 BRIDGE, RAILS AND SUPPORTING RSJS :-

The bridge girder shall be designed to carry 7.50 ton load at any position during travel. The wheels of end
carriage shall be machined and shall have flanged on both sides. The end carriage shall be driven by
common shaft extending full span for longitudinal travel power to end carriage shall be through reduction
gear box.
The rail shall be either square bars not less than 50 mm x 50 mm or equivalent rail section. The rail/square
bars shall be secured on supporting ISMBs with all required fasteners’ and end stops to prevent over travel.
The ISMB sections shall be secured on the provided MS plate on RCC corbels.
11.3 TRAVELLING TROLLEY AND HOIST :-

The travelling trolley shall have single flanged 4 wheels and shall be mounted on bridge girder. Suitable
sops shall be provided to prevent over travel of trolley.
The hoist shall be mounted below travelling trolley. The joist shall incorporate swivel hook with ball and
roller bearing.
11.4 REDUCTION GEAR BOX :-
The reduction gear boxes shall be of robust construction and for arduous duty. They shall be fully
enclose with oil level markings for minimum and maximum

levels. The bearing shall be bail and roller type and taper roller bearings shall be provided where thrust loads
are to be sustained.
11.5 BRAKES AND CLUTCHES :-
Automatic electro-mechanical brake system shall be provided for hoisting motion. The hoisting motion
shall have limit switches to stop motion automatically at upper and lower limits. Electro-magnetic clutches

Contractor No. of corrections Executive Engineer


407
or similar safety device shall be provided on all power transmission system to disengage the motor in case
of over loading and obstruction.
11.6 MOTOR :-

The electric motors shall be totally enclosed fan cooled with enclosure conforming to IP-55 or superior.
They shall be squirrel cage induction 230 V/415 V A.C. supply with class-F insulation. The motor shall
preferably be foot mounted and shall be designed for S.5 duty as per IS: 325.

11.7 SWITCH GEARS, CONTROL GEAR AND ELECTRICAL WORKS :-

A panel fabricated from mild steel sheet of 2.0 mm thickness and down shop leads shall be provided to
meet the functional requirement of the crane. The essential features shall be as under:
Reception and distribution of power for Electric motorized operation.
Control gears for start and stop the motors with reversing contactor.
Operation of hoisting motion including reversing motion by means of suspended mobile pendant set for
operation from pump floor level at RL 16 m
Limit switch for automatic stop of hoisting motion.
Earthing arrangement

L.T.cable as required

Holder and bulb fixture should be provided on trolley, so as to travel with trolley for required illumination
at work site.
EOT crane shall have optional alarm arrangement while travelling from one place to another and during
lifting and lowering of loads.
Material of Construction

Material of construction for components shall be stipulated below or superior.


1. Structural steel conforming to IS 808.
2. End carriage steel to IS:2061
3. Track and trolley wheel carbon steel casting IS:1030
4. Hooks steel to IS: 1875/Forged steel.
Testing :-

The crane shall be tested for 1.25 times working capacity for all 3 motions and for below mentioned tests at
manufacturer work in presence of the third party inspection agency & Executive Engineer (Mech.) or his
representative. Site conditions shall be simulated for deflection test. The scope of third party inspection of
EOT crane by the agency approved by MJP is as under.

a) Review of raw material test certificate and quality control procedure.


b) Operation test
c) Deflection test.
d) Load test.

Contractor No. of corrections Executive Engineer


408

Acceptable makes: As per Mechanical approved list of MJP.

ITEM NO :- 12 SQUARE BAR / RAIL

The rails shall be either square bars, not less than 50 mm x 50 mm or equivalent rail sections of EN 8
material. The rails/square bars shall be secured on supporting RCC corbel beam with all required fasteners
and end stops to prevent over-travel.

The Rail section shall be secured on the provided M.S. plate on RCC corbel beams.

ITEM NO. 13 :- L.T. PANEL BOARD :-


L. T. PANEL BOARD (440 V)

440 Volts indoor panel cubical for receiving and distributing power from MSEDCL METER.
This L.T. panel board shall be installed in pump house, The size of L.T. panel board should not be less than
1.5 m x 2.0m x 0.45 m. in size with minimum following accessories. The panel shall be provided earth
terminal to body as well as each door. . It shall be suitable for indoor operation, floor mounted and
industrial type, dust and vermin proof and shall be given one coat of red oxide and two coats of gray
enamel paint as approved by department. The panel shall have front & back side lockable hinged shutters.
It shall receive power and distribute as per requirement to related equipment with proper protection,
metering system and indication as per I.E. rule.

1. A) Iron Work.

a) Channel ISMC 100 x 50 x 6 mm @ bottom for panel

b) Structural angle iron of size 40 x 40 x 5 mm

B) M.S. sheet for panel fabrication.

a) Panel rear top and side fabricated from 16 SWG Sheet. CRCA

Panel front and bottom fabricated from 14 SWG sheet.

2. Bus bar 400 Amp and Insulators in the enclosure-

a) Aluminum bus of suitable cross section.

b) Required bus bar insulators

3. Incoming Moulded case circuit Breakers (MCCB),4 Pole, 630 Amp ( 35 KA) – 1No. with shunt
release coil & front operated.

4. Outgoing Moulded case circuit Breakers (MCCB), 3 Pole , 200 Amp ( 35 KA) – 6 Nos. with shunt
release coil & front operated.(2 for outgoing 75 HP Pumps + 1 for APFC Panel + 1 for WTP + 2
Spare)

5. Outgoing Moulded case circuit Breakers (MCCB), 3 Pole , 100 Amp ( 35 KA) – 3 Nos. with shunt
release coil & front operated.(2 for outgoing 40 HP Pumps + 1 Spare)

6 TPMCB 40-63 Amp – 3 Nos. for EOT + Spare

Contractor No. of corrections Executive Engineer


409

7. DPMCB 63 Amp – 4 Nos. for Lighting + Spare

8. Digital Voltmeter with selector switch ( 0-500V) 96sq.mm - 7Set.

9. Digital Ammeter ( 0- 100) A with selector switch – 7 set.

10. LED type indicating lamps ( 3 for phase indications and 18 for pump sets) –21 nos.( 8 sets)

11. Required self locking Arrangement.

12. LT Current Transformer. - 24 Nos.( For Ammeters, power


Analyser & EMPR)

13 Panel Wiring – Job

14. EMPR ( Electronic Motor Protection Relay) – 4 Nos.


Providing, installing in panel EMPR for protection like overload, phase failure,
locked rotor, phase reversal with trip indication and adjustable over current

function & DIN rail mounted. The make and type of EMPR shall be got
approved from competent authority before supply.
15. Power Analysers - 1Nos( For Incomer).

16. Caution Board – 2 Nos.

17. M. S. Bottom Stand, 0.5 m Height - 1 No.

The panel board shall be completely factory wired ready for connecting the equipment. All
internal wiring of the panel is to be carried out by PVC insulated PVC sheathed copper cable of adequate
capacity. All the control wiring shall be done by 2.5 Sq. mm FRLS copper wire of approved make.
Incoming and outgoing cable entries shall be enclosed in metal clad dust and vermin proof enclosure and
suitable size cable glands shall be provided for cable entries from bottom.. The drawing of the panel shall
be got approved before actual manufacturing

TESTING

The L.T. panel shall be tested at manufacturers works in presence of Engineer-in-charge or his
representative.
The Scope at Inspection is as given below :

a) Review of raw material test certificate and quality control procedure.


b) Routine test as per IS.
c) High voltage test.
d) Insulation Resistance test.
e) Checking phase and earth clearance of busbars
f) Checking wiring diagram contact circuit and operation of panel.
g) Fault simulation for testing protection relays except short circuit and earth
fault.

Contractor No. of corrections Executive Engineer


410
Note :-

The complete circuit diagram of all power circuits, control circuits with necessary protection relays, CTs,
PTs, auxiliary contacts etc. shall be prepared and drawn on A - 1 size engineering sheets duly laminated
and fixed on teak wood board and shall be fixed in the pump house.

In addition to above five laminated copies of above sized circuit diagram shall be submitted to the office
for Record and O & M purpose.

ITEM No. 14 : A.T. S. STARTER ( 40 HP PUMP ):-

The scope of work includes, designing, providing and giving test and trial of locally manufactured fully
automatic auto transformer starter with approved make power contactors.

Fully automatic auto transformer starter shall be housed in totally enclosed sheet metal clad, vermin and
dust proof cubical box, suitable for floor / plinth mounted for indoor operation. The panel shall be
fabricated from MS sheet SWG 14, with hinged door at front. Limit switch shall be provided to trip the
motor in the event of opening of door. The panel framework shall have ICMC-100 base channels.

The size of the cubical box shall be sufficient for ease in maintenance work and proper ventilation.
However the size of the cubical should not be less than 1.25 m X 0,75 m X 0.45 Mt. At least two number of
ventilating louvers shall be provided on side walls, at top to exit the hot air, and one number louver at
bottom to allow fresh air inlet.

The terminal box shall be of waterproof construction suitable for outdoor service.
Gaskets shall be provided at the cover joints and between box and the motor frame.

The terminal box shall be suitable for termination of 120 Sq.mm alluminium armoured
three core PVC cable . The Contractor should make this arrangement specially, the cost
for which in included in the rate of item.

Terminal box shall be complete with stud type terminals, plain washers, spring , check
nuts, cable glands and lugs.

The panel shall be painted with one coat of primer and two coats of enamel paint of approved shade.

Bus bar, copper strips, copper leads shall be designed for twice the full load current. The potential wiring
shall be carried out in 1.5 Sq.mm copper cable, and CT. circuitry wiring shall be carried in 2.5 Sq.mm
copper cable.

The Auto transformer starter shall incorporate following equipment.

 Triple pole AC3 rating 110 Amp. power contactor


With required number of NO & NC
MAIN CONTACTOR 2 Nos.

 AUXILLARY CONTACTOR, 40 Amp. 1 No..

 Oil immersed, copper wound Auto transformer

Contractor No. of corrections Executive Engineer


411
With tapings, 50%, 65%, 80% with first fill of
Best quality transformer oil. 1 No

 CT operated bimetallic over load relay. 1 No

 ON & OFF Pneumatic timer (0.05 to 30 Sec) 1 No

 ON delay pneumatic timer (0.05 to 30 Sec) 1 No

 Master timer 1 No.

 ON OFF Push buttons. 2 Nos.

 HRC control fuses. 2 Nos.

 Suitable rating Ammeter with metering CTS


& Selector switch. 1 No

 Thermostat with 1No.+ 1 NC. for oil temperature 1 No

 Door limit switch. (1 NO +1 NC) 1 No

 Current sensing Single phasing presenter with CTS 1 No

 No volt release 1 No

 Motor Protection Relay,solid state with protection CT’s 1 No.

 Indicating lamps, Motor ON, OFF, TRIP 3 Nos.


(Protection CTs 10P3 / 10 VA)

AUTO TRANSFORMER

Fully automatic auto transformer shall be 3 Phase, oil cooled type, suitable for motor starting duty, core
type, copper wound of high grade silicon lamination with ‘B’ class insulation. The auto-transformer shall
be suitable for operation on 45-degree ambient temperature with tapping at 65%, 80% and 100%
regulation when fully loaded. The lowest tapping at auto-transformer shall be in compliance with driven
equipment torque requirement. It shall be suitable for 6 operation per hour, all six starts being uniformly
distributed over an hour with equal period in between.

The auto-transformer shall conform IS 1822. The auto transformer starter shall be wired up as per standard
connection to avoid open circuit transition providing for a smooth change over from tap to line voltage. The
main contactor shall be of suitable rating.

Adequately rated thermal overload relays operated through suitable CT shall be provided. The CT operated
base mounted single-phase presenter shall be provided. The starter shall be complete with necessary
adjustable timer, auxiliary contactor other accessories, wiring, etc to make a composite unit. The master
timer set shall be provided to cut off supply to auto transformer in case of the change over timer fails to
operate.

POWER CONTACTOR
The contactors in starter shall have 3 main poles with a minimum of 2 Nos. + 2 NCs, auxiliary contacts,
with one spare NO and NC of capacities as mentioned above.The contact shall be made of anti weld Silver
Cadmium oxide and contact system shall be designed with minimum bounce to ensure long contact life.

Contractor No. of corrections Executive Engineer


412
The contactor shall be sufficiently rated for severity operating condition for use in motor circuit. The coil
shall be molded in hard resign suitable for continuos operation. The contactor shall be suitable for making
and breaking at o.35 power factor and stalled current of associated motor which shall be assumed and times
full load current of corresponding motor. All contactors employed shall conform IS 2959

SINGLE PHASING PREVENTOR.

The single-phase preventor in the starter shall be provided for each panel and it shall be current operated
negative sequence with necessary CTs.

The indicating lamp shall be of filament bulb type of 160-Volt rating with series of resistance for different
voltage.

The timer shall have 2 Nos + 2 NCs auxiliary contacts. The timer shall be capable of the thermal effect of
switching and have very close accuracy. The timer shall be capable for operating on 240 Volts AC supply
in the voltage range of 80% to 110% and frequency range 95% to 105%.

FACTORY INSPECTION AND TEST.

The Auto Transformer Starter, shall be inspected and tested by third party approved by M.J.P. in presence
of Superintending Engineer ( Mech.) or his representative.

The scope of inspection includes: -


 Review of raw material test certificate and quality control procedure.
 High voltage test.
 Insulation resistance test.
 Full load test of auto transformer winding.
 Die- electric strength of oil.
 Fault simulation for testing protection relays except short circuit and earth fault.

ITEM NO. :- 15 - PVC INSULATING MAT

Supplying and fixing PVC synthetic elastomer electrically insulating mat with
class A insulation conforming to IS: 15652 – 2006 & CPRI tested having 2 mm
thickness upto 3.3 15652 – 2006 & CPRI tested having 2 mm thickness upto 3.3 kV

ITEM NO 16:- APFC PANEL

The contractor shall design, supply, erect, commission & give satisfactory test & trial of Automatic power
factor correction panel. The panel shall be designed in such a way that the system P.F.shall be improved to
0.99 or above . But in any case the system P.F. should not be on leading side. The tentative technical
details of the equipment is given below. But it is the responsibility of the contractor to provide necessary
accessories for proper functioning of the equipment. The P.F. shall be improved by min.4 step
CONTACTOR SWITCHED APFC PANEL. The capacitor bank shall be APP type. Total Capacity of
APFC Panel shall be 50 KVAR . Two banks of suitable capacity shall be kept spare.

Contractor No. of corrections Executive Engineer


413

1) Main Incomer –
200A, TP, 35 KA,MCCB
01 No.

2) Protection:
Suitable capacity TP, MCB As per requirement.

3) Switching - Contactor Type


As per requirement..
Capacitor Duty Contactor

4) P.F.Controller – Suitable (Minimum04 steps) As per requirement.

5) Cooling Fan 01 No.

6) Capacitors –APP As per requirement

7) Power Cable & control cable As required


8) C.T. –Suitable, Class 1.0 As per requirement

9) Panel (control Cubicle): - CRCA Sheet -

As required
10) Aluminium Bus bar -

Contractor No. of corrections Executive Engineer


414
The APFC panel board shall be completely factory wired ready for connecting the equipment. All internal
wiring of the panel is to be carried out by PVC insulated PVC sheathed copper cable of adequate capacity.
Incoming and outgoing cable entries shall be enclosed in metal clad dust and vermin proof enclosure and
suitable size cable glands shall be provided for cable entries from bottom.. The drawing of the panel shall be
got approved before actual manufacturing and the panel board shall be tested at manufacturers work in
presence of departments representatives

FACTORY INSPECTION AND TEST.

The APFC Panel shall be inspected and tested by third party agency approved by M.J.P. in presence of
Executive Engineer ( Mech.) or his representative

ITEM NO 17 :- CABLE

a) PVC ARMOURED CABLE

The cable shall be XLPE armored cable having solid/stranded aluminium core with 6 mm thick 25
mm width MS spacer with GI saddles screwed with continuous 14 SWG GI earth wire/ 6 Sq.mm. aluminium
earth wire complete erected on wall with 25 X 3 mm MS clamps.

Incoming cable for incomer -


- 1.1 kV, 3.5 Core, 185 Sq.mm, PVC insulated, armoured, alluminium
conductor ( MSEDCL METER to LT Panel )
- 1.1 kV, 3.5 Core, 95 Sq.mm, PVC insulated, armoured, alluminium
conductor ( LT Panel to ATS to Motor & APFC Panel )
- 1.1 kV, 3.5 Core, 50 Sq.mm, PVC insulated, armoured, alluminium
conductor ( LT Panel to ATS to Motor )
- 1.1 kV, 3.5 Core, 10 Sq.mm, PVC insulated, armoured, alluminium
conductor ( LT Panel to EOT Crane )

Suitable compression type lugs shall be used for cable termination. Cable routing drawing should
be got approved from the department prior to cable laying.
The point of Entry and Exit of the cable from pump house shall be sealed from outside with an
approved asbestos compound which shall be followed by a weak mortar.
Cable routing and laying shall be such that sharp bends are avoided. Loop and extra length shall
be provided in each cable run and located suitably. Single core cable should be laid in trefoil formation.
Cables running parallel should be spaced 150mm clear distance. Radius of cable bend should not be less
than 20D, where D is overall diameter of cable.
Cable lugs and glands of suitable size as required provided & erected by contractor.

ITEM NO.:- 18 PLATE TYPE EARTHING

Contractor No. of corrections Executive Engineer


415

GENERAL

The earthing arrangement for sub-station switch yard, indoor equipment, motors switch gear shall be
designed in conformity with the I.E. rules 1956 and IS : 3043 and Rules/ Regulations/Instructions of
statutory authorities, as

applicable for the class of work under the contract. The arrangement specifications and quantity/size
stipulated hereunder are minimum requirements. It shall however, be the responsibility of the contractor to
design and provide the earthing arrangement as stated above, with prior approval from concerned authority
without any extra cost.

EARTH ELECTRODE AND EARTH PITS

All earth electrodes shall be of galvanized cast iron earth plate with a trough and cover. The electrodes shall
not be situated at a distance less than 1.5 m from building fencing structure and equipment foundations.
The earth pits shall confirm to the provision in IS and shall be constructed, in M-150 concrete. Required
quantity of salt and charcoal shall be provided. Each earth pit shall have funnel arrangement for watering.
Minimum requirements of earth pits/electrodes are as under.

Each earth electrode shall have disconnecting link to disconnect and measure resistance of earth electrode.
RCC chamber shall be provided with C.I. cover to each earth pit RCC chambers top shall be flushing to
metal spreading level in switch yard.

As per PWD red book specification nos. EA-EP

2. G.I earth plate type earthing 60 x 60x 0.6 cm 6 Nos


(For motors, panels,)
The quantity of earthing may vary as per MSEDC:s decision about installation of metering kiosk. Agency
has to execute the item as required.

TESTING

The contractor shall arrange for taking the actual earth tests for all electrodes as per I.E. Rules & relevant
BIS code. These tests shall be taken in presence of Engineer-in-charge & test results shall be submitted in
five copies for record.

The Tenderer shall submit the details earthing system layout drawing for L.T. earthing system from
Competent Authority before starting / Execute the above work.

ITEM NO. 19 :- EARTHING STRIP

Contractor No. of corrections Executive Engineer


416
All electrical equipment shall be double earthed with suitable size GI earth lead as per IE rule and IS 3043 /
1966. All earth electrodes shall be inter connected by GI strip of suitable size through a common circular
ring.

The earth resistance should not exceed the limit prescribed in IS / IE rule.

ITEM NO. 20 :- IRON WORK

The iron work includes providing, erecting the ISMB and base plate for monorail travelling trolley
including cutting, welding, drilling etc and complete erection in position with necessary material hardware
etc. as per direction of Engineer in charge duly painted with one coat of red oxide and two coats of enamel
paint to match with the associated equipment.

MODE OF PAYMENT

The payment will be made on Kg basis as per standard weight of plate, bar angle used for
fabrication work. The nut bolts and any sundry material will not be considered for weight calculation.

ITEM NO.21 :- VENTILATION

The job covers designing, providing, and installing proper ventilation system comprising combination of air
supply fans in the space between two floors & exhaust fans below corbel level . All equipments shall be capable
of continuous operation in the climatic conditions.

Ventilation equipment shall be of heavy duty industrial type suitable for continuous operation in an ambient
temperature up to 50 degree centigrade on 240 volt single phase or 440 volt three phase , 50 Hz. Electric supply
as specified otherwise , ventilation equipment designed for ten(10) air changes per hour . Minimum no. of air
intake fans and exhaust fans shall be provided as given below.

1) Air Intake fans 450 mm dia, 900 rpm - 3 Nos.


2) Exhaust fans 450 mm dia, 1400 rpm - 3 Nos.

The necessary metal sheet cawl, recess in wall, Sunmica Board, MCB for each fans shall be provided . The
Mains supply shall be given by providing 2.5 sq.mm copper wire with necessary MCB Board.

ITEM NO. 22 FURNITURE, TOOLS & FIRE FIGHTING EQUIPMENTS

The contractor has to supply following meters/instruments/Tools./safety equipment/Spares and Furniture of


standard specification and approved make as directed by the Engineer-in-charge

Contractor No. of corrections Executive Engineer


417
A) FURNITURE

1 Fibre chair of “Nilkamal” make only 4 Nos

2 Fibre chair with cushion of “Nilkamal” make only 1 Nos

3 a) Office Almari of Godrej make 150 x 90 x 45 cm. with 3 self 2 No


b) Eight locker Cupboard of Godrej make 1 No

4 Office table of 120 x 75 size,sunmica top with


one cabinet & 3 drawers Make - Godrej 1 No

B) METERS AND INSTRUMENTS :-

1) Insulation tester(megger) cranking type having 1 No

metal body 1000 V/1000 Ohms with housing box

make shanti /meco/motwane only

2) Insulation tester(megger) cranking type having 1 No

metal body 2500 V/1000 Ohms with housing box

make shanti /meco/motwane only

3) Earth Tester – 4 Terminals of range 0-10-100-1000 1 No

-10000 ohms

4) Supplying tong tester(clip on meter) to read current 1 No

0 to 1000 Amp,voltage 0 to 600 v, and insulation

resistance with housing box.

Make/Shanti/ Meco/ Motwance only.

5) Supplying shock proof type hand lamp with lamp 1 No

holder,guarded glass and 10 meter 3 core PVC

flexible cord with hand shield type 3 pin 6 Amp

Plug top

6) Engineer’s princison steel level of size 300mm 1 No

7) Hydraulic crimping Tool suitable for 6 sqmm 1 No

Contractor No. of corrections Executive Engineer


418
to 500 sqmm (minimum) with M.S. housing box

Make : Usha/Ismail/or Dowels only

8) Hand operated crimping tool with set of dies ranging 1 No

from 6 sqmm to 185 sqmm cable size. In pairs and

hand ratchet. (Make Usha Ismail or Dowels)

9) Supplying screw type puller for removing motor bearing 1 No

of suitable size minimum size 12inches,three legs type

with a wrench drop forged carban steel arm and link

chrome plated,other parts black finished etc.

10) Spirit level of 60cm size of Aluminium body 1 No

11) Line tester cellulose acetate handle with neon 1 No

bulb 3.6 x 60mm

12) Portable Generator Birla Yamaha Model LG 2800 with diesel run 1 No.

C) TOOLS : OF MAKE GEDORE/JHALANI/TAPARIA/EVERST ONLY

1) Double ended open Jaw spanner set size 6-32 mm 1 set


(set of 12 pieces)

2) Ring spanner set size 6-32 mm (set of 12 pieces) 1 Set

3) Tubular box spanner with Tomy. bar set of 1 Set


8 pieces 6.22mm size

4) Hack saw frame 300mm size with blade heavy duty 1 No

5) Insultated combination cutting plier size 200mm 1 No


KDPE quoted.

6) Ball pan Hammer 1000 gm capacity with handle 1 No

7) Screw driver Engineering pattern blade from slected


steel chrome plated size 8 x 200mm 1 Nos

8) Screw driver Engineering pattern blade from selected 1 Nos


steel chrome plated size 5 x 200

9) a)Screw driver Electrical pattern blade from selected 1 Nos

Contractor No. of corrections Executive Engineer


419
crome plated size 5 x 200mm (Insulated)
b)Screw driver Electrical pattern blade from selected
crome plated size 5 x 300mm (Insulated) 1 No

10) Diagonal cutting plier of size 150mm (Insulated) 1 No

11) Long nose plier carbon steel of size 200mm PVC


coated 1 No

12) a) Pipe wrench stillson pattern selected carbon steel 1 No


polish handle rod Japan confirm to IS 4003 of
size 450mm – 60mm
b) Pipe wrench stillson pattern selected carbon steel 1 No
polish handle rod Japan confirm to IS 4003 of
size 600mm – 76mm

13) Chain pipe wrench as per IS 54123-210 –6inch 1 No

14) Adjustable pipe wrench chrome vanadium 250-30 mm 1 No

15) Allen Key Head wrench chrome vanadium 10 pieces


6- 10mm 1 Set

16) 5 Kg grease gun bucket type 1 No

17) Water pump pliers chrome vanadium 259 mm- 40mm 1 No

18) Box spaner set with racket & extension bar etc 1 No
complete from size 3/8” to 1 ½” (2.2 Sockets)

19) Cold chesels chrome vanadium hexagonal 19/14 - 200mm 1 No

20) 25mm dia heavy duty 1.2 mtr long crow bar 1 No

21) 12mm size 2 MT capacity wire roap,3 mtr long with dog bolts 4 Nos

22) Central punch 175mm 1 No

23) Triangular file 300mm size 1 No

24) Half round file of 300mm size ` 1 No

25) Tool box made from 16 SWG M.S.sheet duly painted 1 No


with two coats of anticorrosive paint and two coats of
post office red color of minimum size 4 feet x 2 feet x
1.5 feet having compartment for keeping of various tools

D) FIRE FIGHTING & SAFETY EQUIPMENTS

1 GI Buckets 4 Nos

2 Stand for GI Buckets 1 Nos

3 a) First Aid Box 1 No


b)Hand Gloves 1 Pair
c) Instruction charts 3 Nos.

4 Fire fighting Extinguisher ABC type- 5 Kg capacity 4 Nos.

Contractor No. of corrections Executive Engineer


420

SUBWORK NO. 5 :--PUMPING MACHINERY FOR POPATKHED ZBR ,


KHELPANI AND GULLARKHED ESR

ITEM NO. 23 - VERTICAL TURBINE PUMP ( WATER LUBRICATED)

ESSENTIAL DESIGN REQUIREMENTS

The Vertical Turbine Pump offered shall satisfy the following basic design features.

 It shall have a rising head characteristic.


 The impeller adjustment shall be such that, the impellers run free in any installed condition in spite of the
extension of line shaft caused by hydraulic down thrust and weight of shafting and impellers.
 It shall be designed for non-overloading of prime mover.
 It shall be designed to run with closed sluice valve condition without overloading the prime mover.
 The pumps shall run smooth without noise & vibration. The magnitude of peak to peak vibration at slip
will be limited to 100 microns at the bearing housing.

Necessary NPSH curve shall be submitted and minimum submergence required shall be stated. The system head
curve and performance curve for all level conditions is to be enclosed.

The pump shall be suitable for satisfactory operation at the duty conditions, the head range stipulated.

The pumps shall have following technical parameters and particulars.

1) No. of pumps to be 2 Nos


installed (1 working + 1 stand by)

2) Discharge 150413 LPH

3) Duty head 85 mtrs.


4) Working head range 64 mtrs. to 94 mtrs.

5) Shut off head Not less than 104 mtr.

6) Pump efficiency at duty point Not less than 80 %

7) Speed 1460 RPM

9) Column pipe dia Not less than 200 mm

10) Column pipe wall Minimum 7 mm


thickness
11) Column pipe flange Minimum 14 mm
thickness

12) Pump/Line shaft material AISI - 410

13) Total column length Minimum 4.50 M. as per site conditions


without any extra cost.
(Including bowl assembly )

Contractor No. of corrections Executive Engineer


421

14) Strainer Basket type, fabricated out of


stainless steel bars

15) No of Stages of Bowl Not more than 6 stages.


Assembly

16) Column assembly & other Stainless steel


fasteners

17) M.S. Sole plate Minimum 30 mm

18) Base frame Fabricated with ISMC 200 mm


size.

19) Pump and column shaft S.S. Not less than 50 mm

V.T. PUMP SETS (Water Lubricated)

The Vertical Turbine pump sets shall be (self water lubricated) suitable for following conditions and specifications.

 The pump shall be of approved by the Executive Engineer (M) and shall conform to IS: 1710 & shall
satisfy test & trial as per IS:5120 with latest modifications from time to time.

 Pump efficiency shall not be less than 80% at duty point under all circumstances.

 Constructional and design details of the set shall be as follows.

a) Impeller

Impellers shall be Stainless Steel CF8M shall be statically and dynamically balanced. Balancing
holes in impeller are not acceptable.

b) Wearing Rings

It shall be of Bronze conforming to IS: 318 and suitable Grade and shall be of renewable type. It
shall be held in place against rotation by screw in or locking with pins press fitted locked with
pins. The wearing rings shall be provided on both impeller and casing.

Composite design of line shaft material and diameter and bearing centers shall ensure that the
entire rotating assembly is brought from stand still to full speed without any vibration, whipping
and shaft deflection and to ensure that first critical speed is not within 75% to 125% of full speed.

c) Column Pipe Assembly

Column pipe shall be of M.S. ERW Fabricated heavy duty flanged type. Thickness of column
pipe shall not be less than 6 mm. Each length of column pipe shall be designed to accommodate
guide bearing holders and in Standard length of 1.5 Mtr. and matching pipe required for the total
length of 4.50 Mtr. column length. Spider shall be provided with nitrile rubber bushing.

Contractor No. of corrections Executive Engineer


422

d) Suction Bell Mouth

Entrance dia of Bell mouth shall be such that the suction velocity shall not exceed 1.5 m/sec. and
shall be of M.S. heavy duty/C.I. The shape and curvature of the bell mouth shall be designed for
streamlined flow of bowl suction, the thickness of bell mouth shall not be less than 12 mm.

e) Strainer

Suction strainer shall be of flanged type heavy duty made from S. S AISI 410 plate of thickness
not less than 10 mm. Total area of perforations shall not be less than 300% of entrance area of
bell mouth. Stainless steel hardware shall be provided.

f) Bowl Assembly

The pump bowl / bowls shall be flanged type with machined matching of faces. The suction bell
mouth, bowl assembly, column pipe and all Joints shall be of flange joints. The bowls shall be
capable of withstanding a hydrostatic pressure equal to twice the duty-head or 1.5 times shutoff
head whichever is greater.

g) Discharge Head

Discharge head shall be fully flanged type fabricated from M.S./C.I. It shall incorporate full
diameter radial branch (same as that of column pipe) stuffing box with renewable bushing and
taping for pressure gauge. It shall be of robust construction and shall be designed to support VSS
motor & entire loading of pump assembly, water column etc. and shall with stand all static,
dynamic, torsional loads hydraulic thrust imposed during operation from shutoff to stipulated
operating conditions and thrust due to change in direction of flow without any vibration. The
discharge head shall be capable of withstanding hydrostatic pressure equal to twice the duty head
or 1.50 times shut off head whichever is greater.The discharge head shall be properly supported to
eliminate vibration. An air cock of 50 mm dia with same size of ‘B’ class G.I. pipes, bend shall be
fixed to the discharge head. The G.I. B Class pipes shall be suspended vertically in the well with
adequate length to release air.

h) Sole Plates

M.S. Sole Plate of minimum 30 mm. thickness machined from both the sides shall be provided.
The size of sole plate shall cover entire pump supporting girders (base frame). Suitable opening
shall be provided at the center, considering diameter of bell mouth bowl assembly and strainer.

The Sole Plate shall be fixed with nut bolts on 200 mm. ISMC frame and shall be machined. The
sole plate shall be kept on girders and blue matched to the extent of least 60 % of contact area. If
necessary uneven surface shall be smoothened with polish paper / smooth file. The sole plate
shall be perfectly leveled with straight edge and precision level. The sole plate shall have tapped

Contractor No. of corrections Executive Engineer


423
holes to receive discharge head. The bottom and top of sole plate shall be blue matched to have
at-least 60% contact area. Use of shims will not be permitted for pump leveling.

i) The pump shall be driven by vertical hollow shaft motor and shall be provided
with non-reversible ratchet, check nut, flexible coupling etc. complete.

j) Special tools i.e. two pairs of erection clamps for the column and line shaft as recommended by
manufacturer, adjusting nut spanner & impeller collate hammer shall be supplied with each pump
set.

k) Pre Lubrication Tank & Other Accessories : - In order to lubricate line shaft bearing of the pump,
lubrication arrangement comprising the following shall be provided.

l) Lubrication tanks 2 Nos. interconnected with each other common for all pumps fabricated from
M.S. sheet metal of thickness not less than 5 mm and of capacity not less than 1 m3. The tank shall
be cylindrical and shall be installed on pump mounting floor with concrete saddles or as directed
during execution by Engineer-in-charge.

ii) Each lubrication tank shall be equipped with the following :

a) W. L. side gauge

b) Over-flow lead to sump

c) Drain valve lead to sump

d) “B” Class G.I. pipe connection with isolating valve and non-return valve to each pump
column assembly for lubrication. The valve shall be located near the tank. The size of
individual pipe and valve to pump shall be 40 mm diameter.

e) Inlet connection with solenoid operated valve and suitable removable strainer by suitable
tapping from common header.

f) Float valve in the tank for control of overflow.

g) Any other item necessarily required for proper functioning of water lubrication
arrangement.

TESTING

All the pumps shall be subject to factory test in presence of Executive Engineer (M) or his
representative and third party inspection agency approved by MJP.
FACTORY TEST

a) Hydrostatic Test

Following item shall be tested at hydrostatic pressure equal to twice duty head or 1.5 times shut
off head of bowl assembly whichever is higher as per IS : 5120.

Bowl assembly - Each.

Contractor No. of corrections Executive Engineer


424
Discharge Head. - Each.
Column Pipes At least 20% of total quantity

b) Performance Test

Performance test of each pump should be carried out. The test shall generally be carried out as per
IS:10981 of acceptance test for pumps Class - B. The test shall be carried out at full speed & full
load at manufacturers work. The test shall cover six points i.e.
i) duty point.
ii) Two points above duty point.
iii) Two points below duty point.
iv) Shutoff head
v) Power consumption at all above points.

The test at reduced speed will not be accepted.


c) Strip Inspection

One pump sets out of two of raw water after completion of its performance test and as selected by
the Engineer or inspector at random will be offered for strip-inspection and dimensional checking.
The manufacturer/contractor shall submit all required dimensional drawings. Minimum points as
under shall be checked.

 Original dimensions of impeller, neck ring etc.

 Condition of all components particularly bushes, bearing, and wearing rings to examine
for undue rubbing, wear etc. and verification of dimensions after performance test.

 Dynamic balancing of (a) Impeller, (b) Flexible coupling, maximum unbalance shall
not exceed 32 gm mm per Kg. weight of impeller .

 Verification of clearance and tolerance between :

a) Wearing rings
b) Impeller shaft and bearings
c) Impeller shaft and key
d) Shaft and flexible coupling
e) Key and keyway on shaft at (d)

5) Finish of water passage in impeller and diffuser.

6) Review of raw Material Test Certificate and quality control procedure.

Any deviation from tenders specifications & related IS shall be pointed out in inspection report.

Material test certificate to the various pump components shall be furnished.

FIELD PERFORMANCE TEST

Field test shall be witnessed by at least Two Engineers of MJP.

The test shall be carried out as per IS:10981 Code of acceptance test of pump Class-B, in
general and stated below in particular. The purpose of field test is not to ensure whether pump
performance as regards acceptance limit as per IS : 9137, the purpose is to ensure that the pump

Contractor No. of corrections Executive Engineer


425
performance is generally acceptable or otherwise. Final acceptance shall be as per following
criteria.

i) Verification of guarantee for H and Q specified in Clause 9.4.1 shall be based on


following liberalised tolerances.

XHv + 0.006
XQv + 0.09

ii) As regards P-Q. characteristics for acceptance. It shall be checked whether motor is not
getting overloaded within specified head range.

a) Volumetric

Volumetric measurement shall be taken on the basis of rise of level in clarifloculator. In addition,
one Ultrasonic calibrated flow meter shall be arranged by the contractor at his cost

d) The head shall be measured with calibrated pressure gauge of accuracy 1% or better. At least
three pressure gauges shall be used dully calibrated from two different institutions with prior
approval of the Engineer. The calibration shall be point to point and not mere for percentage
error. The gauge shall be fitted at suitable place on the discharge nozzle. It may be noted that the
stipulation that pressure gauge shall be installed at least two times diameter away from discharge
nozzle and delivery valve be placed at least four times diameter away from discharge nozzle
cannot be simulated at site conditioned no allowance for this deficiency shall be considered. The
decision of Engineer in-Charge shall be final.

c) The input power to motor shall be measured with 2 Nos. class 0.5 accuracy
single phase watt meters with suitable CTs test lid and PTs provided in panel.
The wattmeter, CTs and PTs shall be got calibrated from approved institutions.
The calibration shall be for point to point and not mere for percentage error.

d) The speed shall be measured by at least two numbers, non contact tachometer
with digital display and calibrated from two institutions, approved by the
Engineer.

e) The field test shall be taken with entire head range in such a manner that it
would cover at least 6 points (i.e. duty point, 2 above, 2 below and shut off).
The guarantees for head and discharge shall be deemed to be fulfilled as per
clause under 9.4.1 of IS : 10981.

f) The field performance test at site is absolutely essential as above (a) to (e).

Pressure gauge for Each pumpset delivery pipeline 150 mm dia.

A pressure gauge having range of 0 to 75 Mtr. with S.S. syphon tube, vibration dampner made of S.S.
isolating cock, G.I. pipe etc. shall be supplied & erected on pump manifold or near to pump. The meter

Contractor No. of corrections Executive Engineer


426
scale shall be either in Kg/cm2 or in meter of water or with both. The pressure gauge shall be of 150 mm
dia. and should be capable to with stand 0 to 10 Kg/cm2 pressure.
Make : As per approved list of MJP.

ITEM NO. 24 VERTICAL HOLLOW SHAFT MOTOR

The scope of the work includes providing approved make, vertical hollow shaft squirrel cage induction
motor (min 75 HP), conforming to IS 12615, IE3 premium –1970,suitable to operate on 415 Volts +/- 10%,
3 Phase, 50 Hz, AC supply. The synchronous speed of the motor should be 1500 RPM. The insulation
grade of the motor should be ‘B’. The motor should be screen protected and drip proof type. It should
have suitable terminal box to accommodate incoming cable from starter & size of which shall be got
approved from department. It shall be suitable to operate on +/- 10% voltage variation, +/-5% frequency
variation and +/-10% voltage and frequency variation.

Thrust bearing shall be suitable and of adequate capacity to carry the weight of all rotating parts and the
hydraulic down thrust. Non reversing ratchet or similar mechanism should be provided to the motor to
prevent reverse rotation.

Continuous maximum rating of the motor shall be at least 20% above the maximum power absorbed by the
pump under any operating point within stipulated head range of the pump, or at least 10% above the power
required at shut off, which ever is higher.

However the motor rating should not be less than that mentioned in schedule ‘B’.

All technical details, leaflets for the motor offered should be given along with tender only. Manufacturer’s
test certificate shall be furnished along with the supply of motor.

ITEM NO. :-25 C.I.D.F. SLUICE VALVE – 200 mm , PN 1.6

Providing, erecting and commissioning of PN-1.6 Rating Sluice Valves (Glandless type) without
by pass of diameters given in Schedule B shall be of approved make and shall be provided in the
delivery pipe of each pump. The sluice valves of cast iron body suitable for the PN-1.6 rating shall
be provided and shall confirm to IS:14846. The sluice valves shall be double flange, water works
pattern, inside screw, non-rising spindle type and shall be fitted with double faced gunmetal taper
wedge made in one piece and having two machined facing rings securely fixed into machine
recesses in the wedge. The guides and the lugs shall be provided to guide the wedge through its
full travel and the lugs and guides shall be lined with bronze. The bronze liners provided on guides
and lugs shall be secured by counter sunk screws or rivets of nonferrous metals. The clearances
(radial and lugs axial) between the lugs and guides shall not exceed 2.5mm. All valves shall be
provided on delivery side of pump.

Tests :

Contractor No. of corrections Executive Engineer


427
The valve shall be subjected to test at manufacturer’s works for seat and body test at the pressure
stipulated in IS for respected PN Rating. Manufacturer’s test certificate shall be submitted along with
supply.
.
Make As per Mechanical approved list of MJP.

ITEM NO. 26 C.I.D.F. REFLUX VALVE – 200 mm & 25 mm dia .

Providing, erecting and commissioning of 100 mm & 200 mm dia dia ,PN 1.6 Rating Reflux
Valves with by pass arrangement.
The pump shall be provided with 200 mm dia non-return valve of approved by the Executive
Engineer on delivery side & 250 mm dia on Common manifold. The valve shall be generally
confirming to IS:5312 (Part-1).

Normal working pressure seat 16kg/cm2


Body 24 Kg/cm2

MATERIALS OF CONSTRUCTION
Body, cover, door and door face disc. Grey cast iron confirming to
grade

Disc. FG –200 of IS-210

Hinges Cast steel to IS:1030


Hinges pins, door pins & door Stainless steel to IS:6603

Suspension pins

Bearing bushes, body hinges and Gun metal conforming to grade 2


door faces of IS:318

Tests :
The valve shall be subjected to test at manufacturer’s works for seat and body test at the pressure
stipulated in IS for respected PN Rating. Manufacturer’s test certificate shall be submitted along with
supply.

Make : As per approved mechanical list of MJP

ITEM NO. 27 :- BUTTERFLY VALVE – 250 MM DIA, PN. – 1.6

Providing, double flanged short body pattern type manually operated Butterfly Valve having body, disc and end
cover in graded cast iron to IS-210 Gr.CF 200 generally confirming to IS-13095-1991, Synthetic rubber faced ring
secured on disc by retaining ring with stainless steel screw stub shaft of stainless steel riding in teflon bearing

Contractor No. of corrections Executive Engineer


428
including inspection charges, transportation up to departmental store, unloading, stacking excluding GST levied by
GOI & GOM in all respect etc. excluding C.C. foundation /structural steel support
The Butterfly valve shall be installed on common manifold of Pump delivery.

ITEM No.:- 28 KINETIC AIR VALVE – 50 mm dia., P.N. – 1.6

The air valve shall be Double orifice Kinetic PN-1.6 rating 80 mm dia.with an
isolation sluice valve of approved make mounted in horizontal position erected
on outside vertical bend on common delivery as per direction of Engineer-
Inchage . The items include the cost of jointing materials, nut bolts. etc. The
valve shall be painted with two coats of anticorrosive black paint after
erection.
The air valve shall be mounted on 80 mm dia branch hole with taper
of size 80 x 50 mm and at least height of 100 mm. The air valve shall be of
approved make by MJP only and shall be test at factory & the test certificates
shall be submitted with supply of material
Tests :

Manufacturer test certificate should be submitted by the contractor.

Make : As per approved mechanical list of MJP

ITEM NO :- 29 M.S. DISMANTLING JOINTS.

The dismantling joint of 300 mm dia shall be fabricated from M.S. Plates designed to withstand 16 kg / cm2
working pressure. It shall be located between delivery flange of pump & non return valve. The MS shell
thickness shall be of 8 mm. The design of dismantling joint shall ensure that, no forces are transmitted to
the pump foundation and the flanges of dismantling joint during normal working. For dismantling & re-
erection of any flange joint, there shall be at least provision of 20 mm slide over flanges. The item includes
machining of all flanges as per requirement, rubber rings & SS nut bolts. The joint should have through
long bolts so that during normal working pressure there should be no sliding movement of sliding flanges.
LOF (Length Over Flange) should not less than 75% of dia.
The drawing shall be got approved from department before actual fabrication.

ITEM NO. 30 - PRESSURE GAUGE

This job covers providing and fixing 150 mm dia Glyscerine filled pressure gauge Bourdon’s type pressure
gauge as per IS 3624 : 1987 with brass cock, siphon tube, etc. as per direction of Engineer in charge.
Contractor should provide suitable tapped holes at appropriate places for fixing these pressure gauges & the

Contractor No. of corrections Executive Engineer


429
pressure gauge shall be located at a height of 2.5 feet from floor level to ease easy reading for the operator.
The pressure gauges shall have range from 0-14 Kg/ Sq.cm.& should be of approved make only.

ITEM No. 31 : A.T. S. STARTER ( 75 HP PUMP ):-

The scope of work includes, designing, providing and giving test and trial of locally manufactured fully
automatic auto transformer starter with approved make power contactors.

Fully automatic auto transformer starter shall be housed in totally enclosed sheet metal clad, vermin and
dust proof cubical box, suitable for floor / plinth mounted for indoor operation. The panel shall be
fabricated from MS sheet SWG 14, with hinged door at front. Limit switch shall be provided to trip the
motor in the event of opening of door. The panel framework shall have ICMC-100 base channels.

The size of the cubical box shall be sufficient for ease in maintenance work and proper ventilation.
However the size of the cubical should not be less than 1.25 m X 0,75 m X 0.45 Mt. At least two number of
ventilating louvers shall be provided on side walls, at top to exit the hot air, and one number louver at
bottom to allow fresh air inlet.

The terminal box shall be of waterproof construction suitable for outdoor service.
Gaskets shall be provided at the cover joints and between box and the motor frame.

The terminal box shall be suitable for termination of 120 Sq.mm alluminium armoured
three core PVC cable . The Contractor should make this arrangement specially, the cost for
which in included in the rate of item.

Terminal box shall be complete with stud type terminals, plain washers, spring
washers, check nuts, cable glands and lugs.

The panel shall be painted with one coat of primer and two coats of enamel paint of approved shade.

Bus bar, copper strips, copper leads shall be designed for twice the full load current. The potential wiring
shall be carried out in 1.5 Sq.mm copper cable, and CT. circuitry wiring shall be carried in 2.5 Sq.mm
copper cable.

The Auto transformer starter shall incorporate following equipment.

 Triple pole AC3 rating 200 Amp. power contactor


With required number of NO & NC
MAIN CONTACTOR 2 Nos.

 AUXILLARY CONTACTOR, 110 Amp. 1 No..

 Oil immersed, copper wound Auto transformer


With tapings, 50%, 65%, 80% with first fill of
Best quality transformer oil. 1 No

 CT operated bimetallic over load relay. 1 No

 ON & OFF Pneumatic timer (0.05 to 30 Sec) 1 No

Contractor No. of corrections Executive Engineer


430
 ON delay pneumatic timer (0.05 to 30 Sec) 1 No

 Master timer 1 No.

 ON OFF Push buttons. 2 Nos.

 HRC control fuses. 2 Nos.

 Suitable rating Ammeter with metering CTS


& Selector switch. 1 No

 Thermostat with 1No.+ 1 NC. for oil temperature 1 No

 Door limit switch. (1 NO +1 NC) 1 No

 Current sensing Single phasing presenter with CTS 1 No

 No volt release 1 No

 Motor Protection Relay,solid state with protection CT’s 1 No.

 Indicating lamps, Motor ON, OFF, TRIP 3 Nos.


(Protection CTs 10P3 / 10 VA)

AUTO TRANSFORMER

Fully automatic auto transformer shall be 3 Phase, oil cooled type, suitable for motor starting duty, core
type, copper wound of high grade silicon lamination with ‘B’ class insulation. The auto-transformer shall
be suitable for operation on 45-degree ambient temperature with tapping at 65%, 80% and 100%
regulation when fully loaded. The lowest tapping at auto-transformer shall be in compliance with driven
equipment torque requirement. It shall be suitable for 6 operation per hour, all six starts being uniformly
distributed over an hour with equal period in between.

The auto-transformer shall conform IS 1822. The auto transformer starter shall be wired up as per standard
connection to avoid open circuit transition providing for a smooth change over from tap to line voltage. The
main contactor shall be of suitable rating.

Adequately rated thermal overload relays operated through suitable CT shall be provided. The CT operated
base mounted single-phase presenter shall be provided. The starter shall be complete with necessary
adjustable timer, auxiliary contactor other accessories, wiring, etc to make a composite unit. The master
timer set shall be provided to cut off supply to auto transformer in case of the change over timer fails to
operate.

POWER CONTACTOR

The contactors in starter shall have 3 main poles with a minimum of 2 Nos. + 2 NCs, auxiliary contacts,
with one spare NO and NC of capacities as mentioned above.The contact shall be made of anti weld Silver
Cadmium oxide and contact system shall be designed with minimum bounce to ensure long contact life.

Contractor No. of corrections Executive Engineer


431
The contactor shall be sufficiently rated for severity operating condition for use in motor circuit. The coil
shall be molded in hard resign suitable for continuos operation. The contactor shall be suitable for making
and breaking at o.35 power factor and stalled current of associated motor which shall be assumed and times
full load current of corresponding motor. All contactors employed shall conform IS 2959

SINGLE PHASING PREVENTOR.

The single-phase preventor in the starter shall be provided for each panel and it shall be current operated
negative sequence with necessary CTs.

The indicating lamp shall be of filament bulb type of 160-Volt rating with series of resistance for different
voltage.

The timer shall have 2 Nos + 2 NCs auxiliary contacts. The timer shall be capable of the thermal effect of
switching and have very close accuracy. The timer shall be capable for operating on 240 Volts AC supply
in the voltage range of 80% to 110% and frequency range 95% to 105%.

FACTORY INSPECTION AND TEST.

The Auto Transformer Starter, shall be inspected and tested by third party approved by M.J.P. in presence
of Superintending Engineer ( Mech.) or his representative.

The scope of inspection includes: -


 Review of raw material test certificate and quality control procedure.
 High voltage test.
 Insulation resistance test.
 Full load test of auto transformer winding.
 Die- electric strength of oil.
 Fault simulation for testing protection relays except short circuit and earth fault.

ITEM No 32 : ULTRASONIC INSERTION FIX TYPE FLOW METER ( SINGLE CHANNEL)


Designing, providing, Installing and giving satisfactory test & trial of ultrasonic insertion Fixed type flow meter
working on conditions & specifications, calibration, inspection, testing, training, guarantee and manufactures test
certificate/declaration copy along with accessories as mentioned in a (1) to (16) below & with inbuilt assembly to fix
the insertion type transducer on the pipeline.
Mandatory Accessories:
12) Integrated signal converter transmitter enclosed in die cast aluminum case/any anticorrosive material
confirming to IP-68-1No.

13) Pair of transducers (Sensors) confirming to IP-68 with junction boxes-1 No.

14) Signal & power cables for each transducer - 50 Mtrs length/each (insertion type flow meter

15) UPS working on 230 V AC, 50 Hz power supply suitable for 12 hrs continuous operation -1 No.

Contractor No. of corrections Executive Engineer


432
16) Data storage capacity with built in or separate for date, time, actual flow rate, totaliser & error messages if any
with storage capacity of 120 days and at 5 minutes interval data logging along with local indication and
necessary cables and software to download data to laptop-1 No.

17) Lazer printer of EPSON, WIPRO, WEP or Hewlett Packard make with built in or separate printer interface unit
for printing of stored data with online / offline printing facility - 1 No.

18) Proper earthling shall be provided for protection against high voltage surge

19) Suitable over voltage protection unit for protection of instrument from higher voltage (upto 275 V-300 V AC)

20) M.S. sensor protection boxes with suitable size for above ground lines where construction of chamber is not
possible.

21) Communication facility though GSM without simcard

22) Guarantee period shall be 36 Months.

Working Condition & Specifications:

a. Water Temp: 10 Deg to 50 Deg


b. Water Quality : Raw water, turbid in nature. Potable chlorinated water.
c. Operating pressure : 10 - 15 Kg./cm2
d. Pipeline MOC : CI, DI, MS with / without mortar lined, Non-metallic Pipes.
e. Pipe diameter :> 1000 mm – 4000 mm
f. Flow – Up to 300 Mld
g. Pipe condition: Pipe shall be running full.
h. Ultrasonic flow meters shall be designed, manufactured to international standards with accuracy of +/- 2% of
actual flow.The supplier should have full ISO-9000 series accreditation & facility for fully traceable
calibration flow rig as per international standard.
i. Functional details : freely programmable.
j. Measurement – Volumetric flow rate, totalized flow.
k. Flow direction – Forward & Reverse.
l. Display – LCD display with suitable lines , digits, segments, markers for identification of current output. The
digit shall be clear, bold & can be read from 1 Mtrs. Distance.
m. Output – for current – 4 mA – 20 mA HART(active/passive) for measuring flow in pipeline. Frequency
output shall be 1 khz, Open collector, passive.
n. Status output – Open collector.
o. Meter shall be suitable for remote facility.
p. Power supply – 85 – 260 V AC (45 - 65 Hz )/20-55 V AC (45-65 Hz)/16-62 V DC.
q. Galvanic isolation – input & output galvanically isolated from power supply from the sensor and from each
other.
r. Instruments must carry “CE” mark.
s. Functionality verification check should be possible inline using recommended software tools.
t. Future upgradation to field bus foundation. Profibus should be possible with minimal changes.

Contractor No. of corrections Executive Engineer


433
C) Calibration, Testing & Inspection
The flow meter shall be calibrated at manufacturers place as per international standard given above.
Manufacturer having NABL lab accreditation , the calibration testing shall be witnessed by Third party
approved by MJP & MJP’s representative . The manufacturer not having NABL lab accreditation ,flow meters
shall be tested at FCRI/CWPRS/IDEMI etc. for which third party inspection is not required.
D) Manufacturer’s Guarantee, Certificate & training
The flow meters shall be supplied with manufacturer’s test certificate, calibration certificate as above. 12
months guarantee for the trouble free performance shall be given by manufacturer. Also adequate training for
handling flow meter and installation in field shall be given so that trainees can carryout the job independently.

E) Comprehensive Maintenance
• The maintenance shall be based on "Planned Preventive Maintenance" Program (PPM) with following
services included (but not limited) for 36 months. The cost of comprehensive maintenance is included in
rate of flow meters/water meters.
• Planned Preventive Maintenance (PPM):
• Regular visit to the flow meters (once in 2 months to check the healthiness of instruments)
• Repairs / replacement of components / spare parts as may be necessary and observed during the flow meter
inspection.
• Free replacement of the spare parts & consumables as necessary.
• Emergency visit to site within 48 hours for attending any major trouble shooting & break downs.
• Technical training / trouble shooting training to the concerned MJP staff by the supplier.
• Providing complete technical details on instrument with necessary manuals.
• The period of comprehensive maintenance will commence after satisfactory commissioning of the
meters. .

• In case of failure to attend sites / Flow meter, penalty as given below shall be applicable.

• Failure to visit to the flow meter once in two months – Rs. 1000/- Per visit per flow meter.
Failure in case of emergency visit to site within 48 hours for attending any major troubleshooting / breakdowns –
Rs. 1000/- Per day.

ITEM NO. 33 :--FULLBORE ELECTROMAGNETIC (INLINE) FLOWMETER

Designing, providing, installing and commissioning Full Bore(Inline) Electromagnetic Flow Meter , for Raw water
with accuracy +/-0.5% of measured value & protection as per given specifications for the required sizes including
sensor, transmitter, surge protection device, 50 m. sensor / transmitter cable, PVC conduit pipe- 25 M with each
flow meter, including the pipe cutting, leveling & installation of flow meter in the pipelines with necessary tool
tackles, cranes etc
A ] Mandatory Accessories:
1) The sensor should be as per IP-68 protection & with flanges of up to PN10 rating from CS. – 1 No.
2) The sensor coil housing shall be IP-68. This protected against external magnetic field.

Contractor No. of corrections Executive Engineer


434
3) The transmitter shall have one scalable pulse output, one current (4mA – 20mA HART) output. – 1 No.
4) The current output shall be galvanically isolated .It shall be fitted with switched mode power supply
capability 85-260 V & 45-65 Hz to cope with power transients without damage.
5) Signal & power cables not more than 50 Mtrs length with each flowmeter
6) Conduit pipe (PVC Plumbing) 25 mm diameter with suitable rating,suitable conduit duct for routing of cable
with suitable digging, laying & concealing the duct - 25 Mtrs / each.
7) UPS working on 230 V AC, 50 Hz power supply suitable for 12 hrs continuous operation. – 1 No.
8) Data storage capacity with built in or separate for date, time, actual flow rate, totaliser & error messages if
any with storage capacity of 120 days at 5 minutes interval data logging. – 1 No.
9) 21 inch, 80 column Dot matrix printer of EPSON, WIPRO, or Hewlett Packard make with printer interface
unit for printing of stored data as per 8) – 1 No.
10) Proper earthing shall be provided for protection against high voltage surge .
11) Suitable over voltage protection unit for protection of instrument from higher voltage (upto 275 V – 300 V
AC)
B ) Working Condition & Specifications:
a. Water Temp: 10 Deg to 50 Deg
b. Water Quality : Raw water, turbid in nature. Potable chlorinated water.
c. Operating pressure : 10 - 15 Kg./cm2
d. Pipeline MOC : CI, DI, MS with / without mortar lined, Non-metallic Pipes, HS & PSC
.e. Pipe condition: Pipe shall be running full.
f. Full-Bore Bi-directional Electromagnetic Flow meters shall be designed, manufactured & calibrated to
international standards with accuracy of +/- 0.5% of reading.
g. The supplier should have full ISO-9000 series accreditation & fully traceable calibration methods to either of
the two primary standard means of testing i.e. mass (ISO 4185) or volume (ISO 6817).
h. Each meter shall be wet calibrated at the place of manufacturing with 3 point calibration at sufficient flow
rates. The testing facility shall be duly accredited in accordance to ISO 17025.
i. The sensor shall be of Standard length as per ISO 13359.
j. The Sensor shall have built in Stainless steel Grounding Electrode & Empty Pipe Detection. Any ground
probes, rings, flanges or straps will be strictly not acceptable.
k. The liner material shall be either Certified Hard Rubber (HR) with Drinking Water Approval or
Polyurathyane (PU) & Teflon.
l. The sensor & transmitter shall be capable of working in tropical environment.
m. The meter body shall be flanged or with custom connector as per the requirement. Wafer designs will not be
acceptable.
n. The housing of flow meter shall be Die Cast Aluminum / Painted steel with suitable anti-corrosive paint.
o. The flow meter shall be suitable for both submergence as well as burial installation & shall withstand all
necessary natural shocks.
p. The transmitter & sensor shall not have any EMI interferences in the actual flow meter reading.

Contractor No. of corrections Executive Engineer


435
q. The transmitter shall be wall-mounted type with a 2-line display for the indication of Actual Flow rate &
Totalized value. The material enclosure shall be sufficient to guarantee 5 year operation life
.r. The transmitter shall be capable of fully programmed with push button / using HART communicator . It
shall have a set-up menu so that all relevant parameters may be user-set from the self-prompting driven menu.
The repeatability shall be 0.1% or reading or better, minimum +/- 0.5mm/s.
s. The transmitter shall have one scalable pulse output, one current (HART) output. The current output shall be
galvanically isolated. It shall be fitted with switched mode power supply capability 85-260V & 45-65Hz to
cope with power transients without damage.
t. The totalizer value shall be protected by EEPROM during power outage, and utilizes an overflow
counter.
u. The flow meter shall be provided with remote display suitable without any signal booster / amplifier for
distance up to 150 Mtrs.for online MIMIC.
It is the responsibility of bidder to arrange calibration and testing of above meter at factory. Certificate of
testing and calibration shall be produced. Manufacturer who have ISO 17025 accredited flow LAB should
get 100% tested at their own LAB in India in presence of M.J.P. Engineer & MJP approved third
party/agency( Third party inspection charges will have to be borne by the bidder. The manufacturers who
do not have laboratory accredited by NABL to ISO 17075 shall test all flow meters in any one Laboratory
such as FCRI/CWPRS/IDEMI witnessed by M.J.P.Engineer.
Dispatch documentary evidence from flowmeter manufacturer with Sr.No.,model,etc. of each flowmeter is
essential without which flow meters will not be accepted and payment will not be made

ITEM No. 34 : C.I. MECHANICAL COMPRESSION FLANGED/ SOCKET TAIL PIECE –


(Popularly known as I TM Flanged / Socket Tailpiece)
suitable for making flanged connection with the plain barrel of C. I. Spun Pipes ( as per - IS - 1536 / 2001)
and D. I. Pipes ( as per IS: 8329 / 2000).The Tailpiec to be supplied complete with sealing rubber gasket of
S.B.R, C.I. Follower Glands and M.S. Nut Bolts.The whole assembly should be mechanically and
hydraulically tested to the provisions as laid down in IS:1538 /1993. The rates are inclusive of cost of
material, freight charges, loading, transportation and unloading at departemental store, excluding GST
levied by Gol and GoM in all respect, etc. complete as directed.

ITEM NO.35 :- PANEL CABINET


Fixing flow meter transmitter to internal walls of buildings in a suitably designed panel cabinet with proper
locking arrangement with glass window on front door for seeing the readings of flow transmitter and data
logger without opening of the panel cabinet. It should house complete ancillaries and including the
provision for connection of electrical power supply from nearby apparatus. The panel cabinet shall be
prewired and with suitable gland entries.

ITEM No.36 : RCC Chamber for Flowmeter -

Providing and constructing R.C.C. chamber for Flowmeter with 15 cm thick M-150 ( 1:2:4) PCC bedding
,10 cm thick RCC 1:2:4 raft slab, 15 cm thick RCC M-150(1:2:4) wall and cast in situ RCC cover 15 cm
thick on chamber in RCC M-150 (1:2:4) including normal dewatering, centering, plywood formwork,
bully/ steel prop.-ups, compaction, finishing the formed surface with C.M. 1:3 of sufficient minimum
thickness to give smooth and even surface finish with curing including providing & fixing in position steel
M.S. HYSD bar reinforcement of various diameter for RCC raft Slabs, wall cover, etc. including cutting
,bending, hooking the bars, binding with binding wires, etc. complete as directed by Engineer-in-charge.

Contractor No. of corrections Executive Engineer


436

Name of Sub Work No 5 B :-Designing, providing, erecting, testing and


commissioning of Pure water Pumping Machinery with allied
Electrical and Mechanical equipments For
Malkapur & Shahanur ESR at Popatkhed Sump

SCOPE OF WORK :-

The scope of work includes providing approved make pumps & allied Mechanical & Electrical equipments
for the scheme as per requirement of the Department. The essential design features and detailed
specifications of each and every item are as under. The layout drawing of pumping machinery & allied
equipments shall have to be submitted to the Executive Engineer ( Mech. ) for approval before actual
procurement.

ITEM NO. 1 ( A) :- SOLAR SUBMERSIBLE PUMPS

Supplying, installing, testing and commissioning of solar water pump of 5 HP capacity, AC surface type,
432000 LPD/ 2160000 LPD, total head of 10m/20m, comprising of 4800Wp/ 4800Wp PV array
respectively / Submersible type (with controller) of 91200LPD/ 62400LPD/ 40800LPD total head of
50m/70m/100m, comprising of 4800Wp/ 4800Wp/ 4800Wp PV array respectively mounted on GI structure
with necessary hardware and suitable inverter with 5 years on site performance warrantee. Specification no.
ESD-SWPS.,. The change over switch shall be provided to operate the pumps on mains supply as well as
solar power.

Discharge - 76800 LPD at 60 Mtr. Head ( Required Flow 147008 LPD at 60 Mtr head )

The Solar Pumps shall be of submersible type and shall be suitable for operation on Solar Power as well as
Mains power available from MSEDCL. The Change over swith to operate on both the power shall be
provided so that in case of non availability of Solar power ,the pumps can be operated on power available
from MSEDCL.

1.1 Testing and Inspection

a) Mechanical and hydraulic shop tests on pumps

Each pump shall be factory tested for satisfactory mechanical and hydraulic operation at full load speed in
presence of MJP authorities. The performance test shall be taken with entire head range in such a
manner that it would cover at least five points on the head discharge curve (one at duty point and
other above and below duty head). Three certified copies of test records for each pump shall be
submitted to the Engineer immediately upon completion of the factory test.

1.2 Field Test

The field test shall generally be carried out as per IS. The volumetric measurements of discharge would be
on the basis of depletion of levels in the sump from which water is pumped. Discharge measurement by
calibrated ultrasonic flow meter also acceptable. The effective head shall be measured with pressure gauge

Contractor No. of corrections Executive Engineer


437
fitted to delivery pipe at an elevation of atleast 2 m. above the delivery pipe. The gauge shall be fitted at 1
m distance from the discharge nozzle. The reading may be taken with different gauges. The tenderer shall
note that the stipulation of delivery valve be placed at atleast 4 times the diameter away from the discharge
nozzle cannot be simulated due to site conditions and no allowance for this deficiency shall be considered.
The electrical inputs will be measured with the help of calibrated energy meter.

The pumps showing a fall of efficiency below guaranteed efficiency while operating at
duty point shall not be accepted unless necessary rectification is carried out by the
Contractor to restrict the efficiency shortfall in field test upto the quoted efficiency.

Acceptable Makes : As per approved list of MJP.

ITEM NO. 1 (B ) :- SOLAR SUBMERSIBLE PUMPS


Providing Submersible Pump 5 HP with Bronze/ CF8M Impeller suitable for

operation on mains supply as well as Solar Power. The Submersible Pump shall be of same

duty conditions & specifications as per specifications of Item no. 1(A). The Pump shall be

handed over to MJP .

ITEM NO. :-2 C.I.D.F. SLUICE VALVE – 80 mm , PN 1.0

Providing, erecting and commissioning of PN-1.0 Rating Sluice Valves (Glandless type) without by pass
of diameters given in Schedule B shall be of approved make and shall be provided in the delivery pipe of
each pump. The sluice valves of cast iron body suitable for the PN-1.0 rating shall be provided and shall
confirm to IS:14846. The sluice valves shall be double flange, water works pattern, inside screw, non-
rising spindle type and shall be fitted with double faced gunmetal taper wedge made in one piece and
having two machined facing rings securely fixed into machine recesses in the wedge. The guides and the
lugs shall be provided to guide the wedge through its full travel and the lugs and guides shall be lined with
bronze. The bronze liners provided on guides and lugs shall be secured by counter sunk screws or rivets of
nonferrous metals. The clearances (radial and lugs axial) between the lugs and guides shall not exceed
2.5mm. All valves shall be provided on delivery side of pump.
Tests :

The valve shall be subjected to test at manufacturer’s works for seat and body test at the pressure
stipulated in IS for respected PN Rating. Manufacturer’s test certificate shall be submitted along with
supply.
.
Make As per Mechanical approved list of MJP.

ITEM NO. 3 C.I.D.F. REFLUX VALVE – 80 mm & 100 mm dia .

Contractor No. of corrections Executive Engineer


438
Providing, erecting and commissioning of 80 mm & 100 mm dia dia ,PN 1.0 Rating Reflux Valves with
by pass arrangement. The pump shall be provided with 80 mm dia non-return valve of approved by the
Executive Engineer on delivery side & 100 mm dia on Common manifold. The valve shall be generally
confirming to IS:5312 (Part-1).

Normal working pressure seat 10kg/cm2


Body 16 Kg/cm2

MATERIALS OF CONSTRUCTION
Body, cover, door and door face disc. Grey cast iron confirming to
grade

Disc. FG –200 of IS-210

Hinges Cast steel to IS:1030


Hinges pins, door pins & door Stainless steel to IS:6603

Suspension pins

Bearing bushes, body hinges and Gun metal conforming to grade 2


door faces of IS:318

Tests :
The valve shall be subjected to test at manufacturer’s works for seat and body test at the pressure
stipulated in IS for respected PN Rating. Manufacturer’s test certificate shall be submitted along with
supply.

Make : As per approved mechanical list of MJP

ITEM NO.4 :- BUTTERFLY VALVE – 100 MM DIA, PN. – 1.0

Providing, double flanged short body pattern type manually operated Butterfly Valve having body, disc and
end cover in graded cast iron to IS-210 Gr.CF 200 generally confirming to IS-13095-1991, Synthetic
rubber faced ring secured on disc by retaining ring with stainless steel screw stub shaft of stainless steel
riding in eflon bearing including inspection charges, transportation up to departmental store, unloading,
stacking excluding GST levied by GOI & GOM in all respect etc. excluding C.C. foundation /structural
steel support
The Butterfly valve shall be installed on common manifold of Pump delivery.

ITEM No.:- 5 KINETIC AIR VALVE – 40 mm dia., P.N. – 1.0

Contractor No. of corrections Executive Engineer


439
The air valve shall be Double orifice Kinetic PN-1.0 rating 40 mm dia.with an
isolation sluice valve of approved make mounted in horizontal position erected
on outside vertical bend on common delivery as per direction of Engineer-
Inchage . The items include the cost of jointing materials, nut bolts. Etc. The
valve shall be painted with two coats of anticorrosive black paint after
erection.
The air valve shall be mounted on 80 mm dia branch hole with taper
of size 80 x 50 mm and at least height of 100 mm. The air valve shall be of
approved make by MJP only and shall be test at factory & the test certificates
shall be submitted with supply of material
Tests :

Manufacturer test certificate should be submitted by the contractor.

Make : As per approved mechanical list of MJP

ITEM NO :- 6 M.S. DISMANTLING JOINTS.


The dismantling joint of 100 mm dia shall be fabricated from M.S. Plates designed to withstand 16 kg /
cm2 working pressure. It shall be located between delivery flange of pump & non return valve. The MS
shell thickness shall be of 8 mm. The design of dismantling joint shall ensure that, no forces are transmitted
to the pump foundation and the flanges of dismantling joint during normal working. For dismantling & re-
erection of any flange joint, there shall be at least provision of 20 mm slide over flanges. The item includes
machining of all flanges as per requirement, rubber rings & SS nut bolts. The joint should have through
long bolts so that during normal working pressure there should be no sliding movement of sliding flanges.
LOF (Length Over Flange) should not less than 75% of dia.
The drawing shall be got approved from department before actual fabrication.

ITEM NO. :- 7(a) :-M.S.PIPES & SPECIALS

General

Pipe work including tapers, specials and bends shall be provided and completed. The pipes, and specials
shall be of mild steel and fabricated to transmit flow without disturbing streamlined condition, to gradually
and smoothly changes the direction or velocity as the case may be and to offer neat aesthetic appearance.

The M.S. pipes and specials to be provided by the contractor under this item includes on delivery, dished
ends and specials on 200 mm, dia manifold @ Raw water pumping station.

MATERIAL AND FABRICATION

Contractor No. of corrections Executive Engineer


440
The pipes, specials and flanges shall be manufactured from mild steel plates generally conforming to IS:
226 Thickness of plates shall not be less than those stated below or nearest commercial thickness.

i) M.S. pipes and specials 6 mm thick

ii) Dished end 25mm thick

MODE OF MEASUREMENT AND PAYMENT

The pipes and specials provided by the contractor such as pipes, specials flanges dished end and blank
flanges are payable on Kg. - rate basis for complete work.

For calculation the weight for payment on rate per kg basis following parameters will be applicable.

i) Wt. of pipe and special shall be based on finished/fabricated component, Wastage will not be
considered for payment.
ii) Thickness shall be average thickness of pipes supplied.
iii) No deduction for bolt holes in flanges will be made.
iv) Nut bolts and washers will not be considered for weight calculation.
v) Specific weight of M.S. pipes and specials shall be assumed as 7850 kg./ Cum.
vi) Cost of epoxy painting of M.S. pipes specials and valves are deemed to have been included in rate
for Kg. basis and shall not be considered separately for payment.
vii) Positive tolerance in the thickness of pipe is acceptable. The thickness shall be measured by
ultrasonic gauge and it shall be measured by agency in presence of department Engineer at site
with their instrument.
viii) Cost of breaking of pump house wall for pipeline work and making and finishing to original after
completion of work is included in this item.

Contractor should provide branch tees for air valve, pressure relief valve etc. erected on manifold
as per drawing and as per directions of Engineer-in-charge.

PAINTING

For all M.S. pipes supplied by the contractor and manifold pipe the external surfaces of the pipe work and
valves shall be painted with one coat of epoxy primer and two coats of epoxy paint approved by the
Engineer. Painting shall be carried after completion of erection work.

TESTING

The contractor shall test the pipe work for hydrostatic pressure of 10 Kg / Sq.cm. in presence of Engineer-
in-charge.

ITEM No. :- 7(b) M.S. FLANGES

Contractor No. of corrections Executive Engineer


441
Providing, fabricating, erecting M.S. flanges upto 300 mm dia., The Thickness of flanges shall be as
per IS 1538. The flanges shall be machined on both sides. The flanges shall be welded to the M.S. pipes used
for connecting the pumps and other accessories. The payment will be made on weight basis.

ITEM NO. 7 c) FLANGED JOINTS

The delivery of pump shall be connected to the rising main by making flanged joints 100mm dia. to the G.I.
& MS pipes & specials. The flanges shall be jointed with fasteners of adequate strength and quality . The
bolt diameters shall conform to IS: 1538.
The joint ring between flanges shall be of 3mm thick rubber of adequate hardness for forming watertight
joints and suitable to withstand pressure of 10 kg/Sq.cm.
This item includes the cost of good quality rubber packing & nut bolts with washer. All flanged joints shall
be hydraulically tested on full load of pump.

ITEM No. 8. :- G.I.PIPE

a) Providing ISI mark G.I. pipe of following class and dia. excluding
GST levied by GOI & GOM in all respect, inspection charges, transportation
to stores, etc. complete as per IS-1239/2004.
40 mm dia (A Class) for Cable
b )Providing ISI mark G.I. pipe of following class and dia. excluding GST
levied by GOI & GOM in all respect, inspection charges, transportation
to stores, etc. complete as per IS-1239/2004.
80 mm dia( C Class) for Pump Delivery

ITEM NO - 9 PRESSURE GAUGE

This job covers providing and fixing 150 mm dia Glyscerine filled pressure gauge Bourdon’s type pressure
gauge as per IS 3624 : 1987 with brass cock, siphon tube, etc. as per direction of Engineer in charge.
Contractor should provide suitable tapped holes at appropriate places for fixing these pressure gauges & the
pressure gauge shall be located at a height of 2.5 feet from floor level to ease easy reading for the operator.
The pressure gauges shall have range from 0-14 Kg/ Sq.cm.& should be of approved make only.

ITEM NO.:- 10 CONCRETE FOUNDATION

GENERAL

The work includes excavation in all types of strata, reinforcement casting of RCC works as required with
curing etc. complete. Payment shall be made on the basis of finished concrete work. Excavation disposal
of excavated stuff refilling., form work and curing etc. shall not be paid separately and deemed to be
included in cost of RCC/PCC work.

Contractor No. of corrections Executive Engineer


442

The thrust block for foundation NRV/SV using M-200 concrete shall be provided. All foundations shall be
made finished with proper edges and surfaces.

C.C. FOUNDATIONS

a) The support for valves and pipes, platform for valve operation, shall be cast in M-200 concrete.
The dimensions and spacing of block shall be submitted for prior approval.

Suitably designed and adequate numbers of concrete supports for pipe work and all sluice valves
and non-return valves shall be provided. Minimum design criteria as under shall be adopted.

i) Span shall be such as to restrict deflection within 1/360 of span.

ii) Width of the support shall be equal to pipe diameter (+) 200 mm.

iii) Cradle thickness shall be 1/4th of pipe diameter but not less than 300 mm.

iv) Minimum cradle depth shall be 1/4th of pipe diameter.

v) Bearing angle shall be 120 o

b) The free end of 200 mm dia common delivery line shall be suitably anchored to
withstand and relieve pipe work and fasteners from stresses due to thrust.

The thrust block to common manifold free end / bend should be designed and got
approved from the Deptt. Proper RCC chairs blocks should be provided to common
manifold.
e) There should be separate foundation blocks for all valves.

ITEM NO. 11(A) :- TRAVELLING TROLLY


Providing, erecting, Travelling Trolly of 3 Ton capacity with 6 mtr. lift tested to 50 % overload.
The travelling trolley shall have four wheel geared type. The trolley shall run on the lower flange of the
gantry beam with two wheels on either side of the gantry web. The trolley wheel shall be single flanged
with threads machined to match the flange of the gantry beam. A gearing arrangement shall be incorporated
in the trolley to affect the traverse motion and shall be operated by mean of chain extending to within 6 m
of the operating floor. The trolley shall also incorporate a hook of robust design for fixing the chain pulley
block.

All gears shall be machined cut and of robust design. Suitable ball or roller bearing shall be
employed on all motions.

ITEM NO. 11(B) :- CHAIN PULLY BLOCK


Providing,erecting triple spur gear type Chain pully Block suitable for

Contractor No. of corrections Executive Engineer


443
3 Ton capacity with 6 mtr. lift complete with load chain and hand chain
suitable for above lift tested to 50% overload as per IS 3832 & carrying IS
mark .

The chain pulley block shall be of spur gear type. The chain pulley block shall generally confirm
to IS – 3832 .The chain pulley block shall consist of load chain wheel, hand chain wheel. The hand chain
for hosting shall be hanged well clear of the hook. The hand chain wheel shall be provided with roller type
guarding to prevent slip off the chain. Gearing arrangement shall be totally enclosed with proper lubrication
arrangement for bearing and pinions. Gears shall confirm to IS – 4460. The brake shall be of automatic
screw and friction disc type and shall offer no resistance during hoisting.
The assembly shall be such that the load could be sustained automatically at any position of the lift
on release of the manual hoisting effort.
The hook shall swivel and operate on ball and roller bearing and shall be generally confirming to
IS- 3815. Suitable stoppers shall also be provided to prevent over travel of travelling trolley.

ITEM NO. 12 :- L.T. PANEL BOARD ( BOX TYPE):-


L. T. PANEL BOARD (440 V)

440 Volts indoor Box Type panel for receiving and distributing power from MSEDCL METER.
This L.T. panel board shall be installed in pump house, The size of L.T. panel board should not be less than
0.8 m x 0.6m x 0.35 m. in size with minimum following accessories. The panel shall be provided earth
terminal to body as well as each door. . It shall be suitable for indoor operation, Wal mounted and
industrial type, dust and vermin proof and shall be given one coat of red oxide and two coats of gray
enamel paint as approved by department. The panel shall have front lockable hinged shutters. It shall
receive power and distribute as per requirement to related equipment with proper protection, metering
system and indication as per I.E. rule.

1. A) Iron Work.

a) Structural angle iron of size 40 x 40 x 5 mm

B) M.S. sheet for panel fabrication.

a) Panel rear top and side fabricated from 16 SWG Sheet. CRCA

Panel front and bottom fabricated from 14 SWG sheet.

2. Bus bar 32 Amp and Insulators in the enclosure-

a) Aluminum bus of suitable cross section.

b) Required bus bar insulators

3 D.O.L. Starter for 5 HP - 2 Nos.(1 + 1)

4 TPMCB 63 Amp – 6 Nos. (for Incomer , 5 HP Pumps, Capacitor + Spare)

5. DPMCB 63 Amp – 4 Nos. for Lighting + Spare

6 Digital Voltmeter with selector switch ( 0-500V) 96sq.mm- 1Set.

Contractor No. of corrections Executive Engineer


444
7. Digital Ammeter ( 0- 100) A with selector switch & CT’s – 1 set.

8. LED type indicating lamps ( 3 for phase indications and 6 for pump sets) – 9 nos.( 3 sets)

9. Capacitor( 2 KVAr) Banks of type All polypropylene - 2


Nos ( Total 4 KVAR)
10. Required self locking Arrangement.

11. Caution Board – 1 Nos.

The panel board shall be completely factory wired ready for connecting the equipment. All internal
wiring of the panel is to be carried out by PVC insulated PVC sheathed copper cable of adequate capacity. All the
control wiring shall be done by 2.5 Sq. mm FRLS copper wire of approved make. Incoming and outgoing cable
entries shall be enclosed in metal clad dust and vermin proof enclosure and suitable size cable glands shall be
provided for cable entries from bottom.. The drawing of the panel shall be got approved before actual manufacturing

TESTING

The L.T. panel shall be tested at manufacturers works in presence of Engineer-in-charge or his
representative.

The Scope at Inspection is as given below :

a) Review of raw material test certificate and quality control procedure.


e) Routine test as per IS.
f) High voltage test.
d) Insulation Resistance test.
e) Checking phase and earth clearance of busbars
f) Checking wiring diagram contact circuit and operation of panel.
g) Fault simulation for testing protection relays except short circuit and earth
fault.

Note :-
The complete circuit diagram of all power circuits, control circuits with necessary protection relays, CTs,
PTs, auxiliary contacts etc. shall be prepared and drawn on A - 1 size engineering sheets duly laminated
and fixed on teak wood board and shall be fixed in the pump house.

In addition to above five laminated copies of above sized circuit diagram shall be submitted to the office
for Record and O & M purpose.

ITEM NO. 13:- PVC INSULATING MAT

Supplying and fixing PVC synthetic elastomer electrically insulating mat with
class A insulation conforming to IS: 15652 – 2006 & CPRI tested having 2 mm
thickness upto 3.3 15652 – 2006 & CPRI tested having 2 mm thickness upto 3.3 kV

Contractor No. of corrections Executive Engineer


445
ITEM NO 14 :- CABLE

b) PVC ARMOURED CABLE

The cable shall be XLPE armored cable having solid/stranded aluminium core with 6 mm thick 25 mm
width MS spacer with GI saddles screwed with continuous 14 SWG GI earth wire/ 6 Sq.mm. aluminium earth
wire complete erected on wall with 25 X 3 mm MS clamps.
Incoming cable for incomer -
- 1.1 kV, 3.5 Core, 25 Sq.mm, PVC insulated, armoured, alluminium
conductor ( MSEDCL METER to LT Panel )
- 1.1 kV, 4 Core, 16 Sq.mm, PVC insulated, armoured, alluminium
conductor ( LT Panel to Controller Panel)

Suitable compression type lugs shall be used for cable termination. Cable routing drawing should
be got approved from the department prior to cable laying.
The point of Entry and Exit of the cable from pump house shall be sealed from outside with an
approved asbestos compound which shall be followed by a weak mortar.
Cable routing and laying shall be such that sharp bends are avoided. Loop and extra length shall
be provided in each cable run and located suitably. Single core cable should be laid in trefoil formation.
Cables running parallel should be spaced 150mm clear distance. Radius of cable bend should not be less
than 20D, where D is overall diameter of cable.
Cable lugs and glands of suitable size as required provided & erected by contractor.

b) SUBMERSIBLE CABLE

The submersible cable shall be PVC insulated & PVC sheathed 3 core, flat with copper
conductor conforming to IS 694 (Part I) 1477. The size shall be 1 x 3 x 4.05 sq. mm. The cable shall be joined
to submersible motor with required & suitable jointing kit as directed.

Suitable compression type lugs shall be used for cable termination. Cable routing drawing should be got
approved from the department prior to cable laying.
The point of Entry and Exit of the cable from pump house shall be sealed from outside with an approved
asbestos compound which shall be followed by a weak mortar.
Cable routing and laying shall be such that sharp bends are avoided. Loop and extra length shall be provided in
each cable run and located suitably. Cables running parallel should be spaced 150mm clear distance. Radius of
cable bend should not be less than 20D, where D is overall diameter of cable.
Cable lugs and glands of suitable size as required provided & erected by contractor.

ITEM NO.:- 15 PLATE TYPE EARTHING

GENERAL

Contractor No. of corrections Executive Engineer


446
The earthing arrangement for sub-station switch yard, indoor equipment, motors switch gear shall be
designed in conformity with the I.E. rules 1956 and IS : 3043 and Rules/ Regulations/Instructions of
statutory authorities, as

applicable for the class of work under the contract. The arrangement specifications and quantity/size
stipulated hereunder are minimum requirements. It shall however, be the responsibility of the contractor to
design and provide the earthing arrangement as stated above, with prior approval from concerned authority
without any extra cost.

EARTH ELECTRODE AND EARTH PITS

All earth electrodes shall be of galvanized cast iron earth plate with a trough and cover. The electrodes shall
not be situated at a distance less than 1.5 m from building fencing structure and equipment foundations.
The earth pits shall confirm to the provision in IS and shall be constructed, in M-150 concrete. Required
quantity of salt and charcoal shall be provided. Each earth pit shall have funnel arrangement for watering.
Minimum requirements of earth pits/electrodes are as under.

Each earth electrode shall have disconnecting link to disconnect and measure resistance of earth electrode.
RCC chamber shall be provided with C.I. cover to each earth pit RCC chambers top shall be flushing to
metal spreading level in switch yard.

As per PWD red book specification nos. EA-EP

3. G.I earth plate type earthing 60 x 60x 0.6 cm 2 Nos


(For motors, panels,)
The quantity of earthing may vary as per MSEDC:s decision about installation of metering kiosk. Agency
has to execute the item as required.

TESTING

The contractor shall arrange for taking the actual earth tests for all electrodes as per I.E. Rules & relevant
BIS code. These tests shall be taken in presence of Engineer-in-charge & test results shall be submitted in
five copies for record.

The Tenderer shall submit the details earthing system layout drawing for L.T. earthing system from
Competent Authority before starting / Execute the above work.

ITEM NO. 16 :- EARTHING STRIP

Contractor No. of corrections Executive Engineer


447
All electrical equipment shall be double earthed with suitable size GI earth lead as per IE rule and IS 3043 /
1966. All earth electrodes shall be inter connected by GI strip of suitable size through a common circular
ring.

The earth resistance should not exceed the limit prescribed in IS / IE rule.

ITEM NO. 17 :- IRON WORK

The iron work includes providing, erecting the ISMB and base plate for monorail travelling trolley
including cutting, welding, drilling etc and complete erection in position with necessary material hardware
etc. as per direction of Engineer in charge duly painted with one coat of red oxide and two coats of enamel
paint to match with the associated equipment.

MODE OF PAYMENT

The payment will be made on Kg basis as per standard weight of plate, bar angle used for
fabrication work. The nut bolts and any sundry material will not be considered for weight calculation.

ITEM NO.:-18 ELECTRIFICATION

The item includes electrification to the pump house internally & externally. The wiring shall be done in
copper conductor 1.50 Sqmm. PVC insulated wire only. PVC suitable size conduit shall be used for
encasing. Following work shall be carried out as per direction of Engineer-in-charge.

A) INTERNAL ELECTRIFICATION
1) Double Pole Isolator – 1 No.

Supplying erecting and marking double pole isolator only switch version of
miniature circuit breaker (Conforming to IS:8828 of1996) of 40A with
required wiring connections and lugs etc. in provided distribution board.
2) Distribution Board – 1 No.

Supplying and erecting metal clad distribution board approved make 250V. 6
way,16A. per way & neutral bar connector complete erected on iron frame/
wooden plank or Board as per specification no. SW-SWR/MDB
3) SPMCB – 4 Nos.

Supplying, erecting & marking SPMCB 6A to 32A, B- series (for lighting) in


provided distribution board as per specification No. SW-SWR/MCB
4) Mains - 6 Mtrs.
Supplying & erecting mains 2x1.5 sq.mm.and earth wire 1.5 sq.mm FRLS

Contractor No. of corrections Executive Engineer


448
PVC copper wire, in rigid PVC conduit min.20mm dia, as per
specification No: WG-MA/PC, para no. 1.4.1

5) Point wiring – 2 Points


Point wiring in PVC trunking (casing-capping) with 1.0 sq.mm FRLS
grade copper wire with flush type switch and required accessories as per
specification No: WG-PW/SW

6) Plug on Board – 2 Nos.


Wiring for plug on board with Switch socket with copper wiring and
earthing as per specification No:WG-PW/SW
7) Indoor LED Fitting - 1 Nos.
Supplying and erecting square shaped CRCA / die-cast aluminium
powder coated housing LED Panel (slim edge-lit) 300X1200mm of
suitable for upto 36 to 40 W with provision for plane front frame with
translucent cover fixed to the housing complete.
B) EXTERNAL ELECTRIFICATION
8) Double Pole Isolator – 1 No.

Supplying erecting and marking double pole isolator only switch version of
miniature circuit breaker (Conforming to IS:8828 of1996) of 40A with
required wiring connections and lugs etc. in provided distribution board.
9) Distribution Board – 1 No.

Supplying and erecting metal clad distribution board approved make 250V.
4 way,16A. per way & neutral bar connector complete erected on iron
frame/ wooden plank or Board as per specification no. SW-SWR/MDB
10) SPMCB – 2 Nos.

Supplying, erecting & marking SPMCB 6A to 32A, B- series (for lighting) in


provided distribution board as per specification No. SW-SWR/MCB
11) Cable – 30 Mtr
Supplying, erecting & terminating PVC armoured cable 2 core 2.5 sq mm
aluminium conductor with continuous 5.48 sq mm (12 SWG) G.I. earth
wire complete erected with glands & lugs, on wall/ trusses/pole or laid in
provided trench/ pipe as per specification no. CB-LT/AL

12) FRP BOXES – 1 Nos.


Supplying & erecting FRP box of size 150 mm x 125 mm x 100 mm, 2.7
mm thick complete on pole as per specification No. CB - SB
13) Mains - 15 Mtrs.
Supplying & erecting mains with 2x1.5 sq.mm FRLS copper PVC

Contractor No. of corrections Executive Engineer


449
insulated wire laid in provided conduit/trunking/inside pole/Bus bars or
any other places as per specification No: WG-MA/BW
14) G.I. Pole – 1 Nos.
Supplying & erecting ISI mark G.I. pipe pole ‘B’ grade 75 / 80 mm. dia. 6 mtr. long complete with 75 mm.
Deep pole cap and MS. / C.I. base plate of size 30 x 30 x 0.60 cms. welded at the bottom and duly painted
with two coats of red oxide paint and one coat of bituminous paint for the 1 / 6 thick. length to be
embedded in ground and muffing (Square/round) and two coats of silver paint for the remaining portion
and complete erected in provided C.C. foundation & muffing (Square/round) with welded earthing stud.

15) Street light bracket – 2 Nos.


Supplying and erecting Street light Bracket made from 40 mm dia. 'B'
class G.I.Pipe ,0.6 m in length along with pole cap of 300 mm length and
80 mm dia duly welded with provided leads as per specification No. FG –
BKT/BPC

16) C.C. Foundation – 1 Nos.


Providing C.C. foundation including excavation for the poles with 45 X 45
cm and 120 cm deep in 1:3:6 cement concret ( 20 to 25 mm stone metal)
and 45 X 45 X 45 cm plinth duly plastered and with necessary curing and
finishing in an approved manner

17) Outdoor LED Fitting Lamp – 2 Nos.


Supplying and erecting LED Street Light fitting suitable for 48 Watt lamp ,
including lamp,with PF>0.95 class IP65 and above housing of pressure die
cast aluminium alloy and heat sink extruded aluminium complete ass per
specification No. FG - ODF/FLS2
18) Earthing – 1 nos.
Providing and making pipe type earthing as per IE rules with pipe rod of
40 mm dia, charcoal, salt, etc. complete.
19) Bunch of Wires – 10 Mtrs.

Supplying and erecting mains with 2 x 1.5 sqmm F.R.L.S copper PVC
insulated wire laid in provided conduit bus bars or any other places (10 m
for each pole)
20) G.I.Pipe – 3 Mtrs

Providing, errecting 25 mm dia GI Drop Pipe A class for enclosing PVC


cable

ITEM NO.19 :- VENTILATION

Contractor No. of corrections Executive Engineer


450
The job covers designing, providing, and installing proper ventilation system comprising combination of air
supply fans in the space between two floors & exhaust fans below corbel level . All equipments shall be capable
of continuous operation in the climatic conditions.

Ventilation equipment shall be of heavy duty industrial type suitable for continuous operation in an ambient
temperature up to 50 degree centigrade on 240 volt single phase or 440 volt three phase , 50 Hz. Electric supply
as specified otherwise , ventilation equipment designed for ten(10) air changes per hour . Minimum no. of air
intake fans and exhaust fans shall be provided as given below.

3) Air Intake fans 450 mm dia, 900 rpm - 1 No.


4) Exhaust fans 450 mm dia, 1400 rpm - 1 No.

The necessary metal sheet cawl , recess in wall, Sunmica Board, MCB for fans shall be provided . The
Mains supply shall be given by providing 2.5 sq.mm copper wire with necessary MCB Board.

ITEM NO. 20 - FIRE FIGHTING & SAFETY EQUIPMENTS

The following Fire fighting equipments & safety equipments shall be provided

1 First Aid Box 1 No


2 Hand Gloves 1 Pair
3 Instruction charts 2 Nos.
4 Fire fighting Extinguisher ABC type- 5 Kg capacity 2 Nos.

ITEM NO. 21 :--FULLBORE ELECTROMAGNETIC (INLINE) FLOWMETER

Designing, providing, installing and commissioning Full Bore(Inline) Electromagnetic Flow


Meter , for Raw water with accuracy +/-0.5% of measured value & protection as per given specifications
for the required sizes including sensor, transmitter, surge protection device, 50 m. sensor / transmitter
cable, PVC conduit pipe- 25 M with each flow meter, including the pipe cutting, leveling & installation of
flow meter in the pipelines with necessary tool tackles, cranes etc
A ] Mandatory Accessories:
1) The sensor should be as per IP-68 protection & with flanges of up to PN10 rating from CS. – 1 No.
2) The sensor coil housing shall be IP-68. This protected against external magnetic field.
3) The transmitter shall have one scalable pulse output, one current (4mA – 20mA HART) output. – 1 No.
4) The current output shall be galvanically isolated .It shall be fitted with switched mode power supply
capability 85-260 V & 45-65 Hz to cope with power transients without damage.
6) Signal & power cables not more than 50 Mtrs length with each flowmeter
6) Conduit pipe (PVC Plumbing) 25 mm diameter with suitable rating,suitable conduit duct for routing of cable
with suitable digging, laying & concealing the duct - 25 Mtrs / each.
7) UPS working on 230 V AC, 50 Hz power supply suitable for 12 hrs continuous operation. – 1 No.

Contractor No. of corrections Executive Engineer


451
8) Data storage capacity with built in or separate for date, time, actual flow rate, totaliser & error messages if
any with storage capacity of 120 days at 5 minutes interval data logging. – 1 No.
9) 21 inch, 80 column Dot matrix printer of EPSON, WIPRO, or Hewlett Packard make with printer interface
unit for printing of stored data as per 8) – 1 No.
10) Proper earthing shall be provided for protection against high voltage surge .
11) Suitable over voltage protection unit for protection of instrument from higher voltage (upto 275 V – 300 V
AC)
B ) Working Condition & Specifications:
a. Water Temp: 10 Deg to 50 Deg
b. Water Quality : Raw water, turbid in nature. Potable chlorinated water.
c. Operating pressure : 10 - 15 Kg./cm2
d. Pipeline MOC : CI, DI, MS with / without mortar lined, Non-metallic Pipes, HS & PSC
.e. Pipe condition: Pipe shall be running full.
f. Full-Bore Bi-directional Electromagnetic Flow meters shall be designed, manufactured & calibrated to
international standards with accuracy of +/- 0.5% of reading.
g. The supplier should have full ISO-9000 series accreditation & fully traceable calibration methods to either of
the two primary standard means of testing i.e. mass (ISO 4185) or volume (ISO 6817).
h. Each meter shall be wet calibrated at the place of manufacturing with 3 point calibration at sufficient flow
rates. The testing facility shall be duly accredited in accordance to ISO 17025.
i. The sensor shall be of Standard length as per ISO 13359.
j. The Sensor shall have built in Stainless steel Grounding Electrode & Empty Pipe Detection. Any ground
probes, rings, flanges or straps will be strictly not acceptable.
k. The liner material shall be either Certified Hard Rubber (HR) with Drinking Water Approval or
Polyurathyane (PU) & Teflon.
l. The sensor & transmitter shall be capable of working in tropical environment.
m. The meter body shall be flanged or with custom connector as per the requirement. Wafer designs will not be
acceptable.
n. The housing of flow meter shall be Die Cast Aluminum / Painted steel with suitable anti-corrosive paint.
o. The flow meter shall be suitable for both submergence as well as burial installation & shall withstand all
necessary natural shocks.
p. The transmitter & sensor shall not have any EMI interferences in the actual flow meter reading.
q. The transmitter shall be wall-mounted type with a 2-line display for the indication of Actual Flow rate &
Totalized value. The material enclosure shall be sufficient to guarantee 5 year operation life
.r. The transmitter shall be capable of fully programmed with push button / using HART communicator . It
shall have a set-up menu so that all relevant parameters may be user-set from the self-prompting driven menu.
The repeatability shall be 0.1% or reading or better, minimum +/- 0.5mm/s.
s. The transmitter shall have one scalable pulse output, one current (HART) output. The current output shall be
galvanically isolated. It shall be fitted with switched mode power supply capability 85-260V & 45-65Hz to
cope with power transients without damage.
t. The totalizer value shall be protected by EEPROM during power outage, and utilizes an overflow counter.

Contractor No. of corrections Executive Engineer


452
u. The flow meter shall be provided with remote display suitable without any signal booster / amplifier for
distance up to 150 Mtrs.for online MIMIC.
It is the responsibility of bidder to arrange calibration and testing of above meter at factory. Certificate of
testing and calibration shall be produced. Manufacturer who have ISO 17025 accredited flow LAB should get
100% tested at their own LAB in India in presence of M.J.P. Engineer & MJP approved third party/agency(
Third party inspection charges will have to be borne by the bidder. The manufacturers who do not have
laboratory accredited by NABL to ISO 17075 shall test all flow meters in any one Laboratory such as
FCRI/CWPRS/IDEMI witnessed by M.J.P.Engineer.
Dispatch documentary evidence from flowmeter manufacturer with Sr.No.,model,etc. of each flowmeter is
essential without which flow meters will not be accepted and payment will not be made

ITEM No. 22 : C.I. MECHANICAL COMPRESSION FLANGED/ SOCKET TAIL PIECE –


(Popularly known as I TM Flanged / Socket Tailpiece)
suitable for making flanged connection with the plain barrel of C. I. Spun Pipes ( as per - IS - 1536 / 2001) and D. I.
Pipes ( as per IS: 8329 / 2000).The Tailpiec to be supplied complete with sealing rubber gasket of S.B.R, C.I.
Follower Glands and M.S. Nut Bolts.The whole assembly should be mechanically and hydraulically tested to the
provisions as laid down in IS:1538 /1993. The rates are inclusive of cost of material, freight charges, loading,
transportation and unloading at departemental store, excluding GST levied by Gol and GoM in all respect, etc.
complete as directed.

ITEM NO.23 :- PANEL CABINET

Fixing flow meter transmitter to internal walls of buildings in a suitably designed panel cabinet with proper locking
arrangement with glass window on front door for seeing the readings of flow transmitter and data logger without
opening of the panel cabinet. It should house complete ancillaries and including the provision for connection of
electrical power supply from nearby apparatus. The panel cabinet shall be prewired and with suitable gland entries.

ITEM No.24 : RCC Chamber for Flowmeter -

Providing and constructing R.C.C. chamber for Flowmeter with 15 cm thick M-150 ( 1:2:4) PCC bedding ,10 cm
thick RCC 1:2:4 raft slab, 15 cm thick RCC M-150(1:2:4) wall and cast in situ RCC cover 15 cm thick on chamber
in RCC M-150 (1:2:4) including normal dewatering, centering, plywood formwork, bully/ steel prop.-ups,
compaction, finishing the formed surface with C.M. 1:3 of sufficient minimum thickness to give smooth and even
surface finish with curing including providing & fixing in position steel M.S. HYSD bar reinforcement of various
diameter for RCC raft Slabs, wall cover, etc. including cutting ,bending, hooking the bars, binding with binding
wires, etc. complete as directed by Engineer-in-charge.

Contractor No. of corrections Executive Engineer


453

Sub Work No 5 C :-Designing, providing, erecting, testing


and commissioning of Solar Pumps with allied Electrical
and Mechanical equipments For Dongarkhed ESR, Mardi
ESR & Khirkund ESR from Chinchpani Sump

.SCOPE OF WORK :-

The scope of work includes providing approved make pumps & allied Mechanical & Electrical
equipments for the scheme as per requirement of the Department. The essential design features and detailed
specifications of each and every item are as under. The layout drawing of pumping machinery & allied equipments
shall have to be submitted to the Executive Engineer ( Mech. ) for approval before actual procurement.

ITEM NO. 1 ( A) :- SOLAR SUBMERSIBLE PUMPS

Supplying, installing, testing and commissioning of 10 HP capacity AC/DC Solar water pump (SPV pump) with
inbuilt change over option ,comprising of min. 10 KWp capacity multi crystalline SPV modules mounted on GI
Structure with necessary hardware with controller, suitable size HDPE delivery water pipe line up to 60 mtr length
inside or above water tank/ borewell with necessary control valves and necessary power supply cable of appropriate
size complete with 5 years on site performance warrantee. Specification no. ESD-SWPS The change over switch
shall be provided to operate the pumps on mains supply as well as solar power.

Discharge -152340 LPD at 80 Mtr. Head( Required 305552 Ltrs per day at 78 Mtrs head )

The Solar Pumps shall be of submersible type and shall be suitable for operation on Solar Power as well as Mains
power available from MSEDCL. The Change over swith to operate on both the power shall be provided so that in
case of non availability of Solar power ,the pumps can be operated on power available from MSEDCL.

1.1 Testing and Inspection

a) Mechanical and hydraulic shop tests on pumps

Each pump shall be factory tested for satisfactory mechanical and hydraulic operation at full load
speed in presence of MJP authorities. The performance test shall be taken with entire head range
in such a manner that it would cover at least five points on the head discharge curve (one at duty
point and other above and below duty head). Three certified copies of test records for each pump
shall be submitted to the Engineer immediately upon completion of the factory test.

1.2 Field Test

The field test shall generally be carried out as per IS. The volumetric measurements of discharge would be
on the basis of depletion of levels in the sump from which water is pumped. Discharge measurement by
calibrated ultrasonic flow meter also acceptable. The effective head shall be measured with pressure gauge
fitted to delivery pipe at an elevation of atleast 2 m. above the delivery pipe. The gauge shall be fitted at 1

Contractor No. of corrections Executive Engineer


454
m distance from the discharge nozzle. The reading may be taken with different gauges. The tenderer shall
note that the stipulation of delivery valve be placed at atleast 4 times the diameter away from the discharge
nozzle cannot be simulated due to site conditions and no allowance for this deficiency shall be considered.
The electrical inputs will be measured with the help of calibrated energy meter.

The pumps showing a fall of efficiency below guaranteed efficiency while operating at duty
point shall not be accepted unless necessary rectification is carried out by the Contractor
to restrict the efficiency shortfall in field test upto the quoted efficiency.

Acceptable Makes : As per approved list of MJP.

ITEM NO. 1 (B ) :- SOLAR SUBMERSIBLE PUMPS


Providing Submersible Pump 5 HP with Bronze/ CF8M Impeller suitable for
operation on mains supply as well as Solar Power. The Submersible Pump shall be of same
duty conditions & specifications as per specifications of Item no. 1(A). The Pump shall be
handed over to MJP .

ITEM NO. 2 C.I.D.F. REFLUX VALVE – 150 mm dia .

Providing, erecting and commissioning of 150 mm dia dia ,PN 1.6 Rating Reflux Valves with by
pass arrangement.
The Common manifold shall be provided with 150 mm dia non-return valve of approved by the
Executive Engineer. The valve shall be generally confirming to IS:5312 (Part-1).

Normal working pressure seat 16kg/cm2


Body 24 Kg/cm2

MATERIALS OF CONSTRUCTION
Body, cover, door and door face disc. Grey cast iron confirming to
grade

Disc. FG –200 of IS-210

Hinges Cast steel to IS:1030


Hinges pins, door pins & door Stainless steel to IS:6603

Suspension pins

Bearing bushes, body hinges and Gun metal conforming to grade 2


door faces of IS:318

Tests :

Contractor No. of corrections Executive Engineer


455
The valve shall be subjected to test at manufacturer’s works for seat and body test at the pressure
stipulated in IS for respected PN Rating. Manufacturer’s test certificate shall be submitted along with
supply.
Make : As per approved mechanical list of MJP

ITEM NO. 3 :- BUTTERFLY VALVE – 150 MM DIA, PN. – 1.6

Providing, double flanged short body pattern type manually operated Butterfly Valve having body, disc and end
cover in graded cast iron to IS-210 Gr.CF 200 generally confirming to IS-13095-1991, Synthetic rubber faced ring
secured on disc by retaining ring with stainless steel screw stub shaft of stainless steel riding in eflon bearing
including inspection charges, transportation up to departmental store, unloading, stacking excluding GST levied by
GOI & GOM in all respect etc. excluding C.C. foundation /structural steel support
The Butterfly valve shall be installed on common manifold of Pump delivery.

ITEM No.:- 4 KINETIC AIR VALVE – 40 mm dia., P.N. – 1.6

The air valve shall be Double orifice Kinetic PN-1.0 rating 40 mm dia.with an
isolation sluice valve of approved make mounted in horizontal position erected
on outside vertical bend on common delivery as per direction of Engineer-
Inchage . The items include the cost of jointing materials, nut bolts. Etc. The
valve shall be painted with two coats of anticorrosive black paint after
erection.
The air valve shall be mounted on 80 mm dia branch hole with taper
of size 80 x 50 mm and at least height of 100 mm. The air valve shall be of
approved make by MJP only and shall be test at factory & the test certificates
shall be submitted with supply of material
Tests :

Manufacturer test certificate should be submitted by the contractor.


Make : As per approved mechanical list of MJP

ITEM NO :- 5 M.S. DISMANTLING JOINTS.

The dismantling joint of 150 mm dia shall be fabricated from M.S. Plates designed to withstand 16 kg / cm2
working pressure. It shall be located between delivery flange of pump & non return valve. The MS shell
thickness shall be of 8 mm. The design of dismantling joint shall ensure that, no forces are transmitted to
the pump foundation and the flanges of dismantling joint during normal working. For dismantling & re-
erection of any flange joint, there shall be at least provision of 20 mm slide over flanges. The item includes
machining of all flanges as per requirement, rubber rings & SS nut bolts. The joint should have through
long bolts so that during normal working pressure there should be no sliding movement of sliding flanges.
LOF (Length Over Flange) should not less than 75% of dia.
The drawing shall be got approved from department before actual fabrication.

Contractor No. of corrections Executive Engineer


456
ITEM NO. :- 6(a) :-M.S.PIPES & SPECIALS

General

Pipe work including tapers, specials and bends shall be provided and completed. The pipes, and specials
shall be of mild steel and fabricated to transmit flow without disturbing streamlined condition, to gradually
and smoothly changes the direction or velocity as the case may be and to offer neat aesthetic appearance.

The M.S. pipes and specials to be provided by the contractor under this item includes on delivery, dished
ends and specials on 200 mm, dia manifold @ Raw water pumping station.

MATERIAL AND FABRICATION

The pipes, specials and flanges shall be manufactured from mild steel plates generally conforming to IS:
226 Thickness of plates shall not be less than those stated below or nearest commercial thickness.

i) M.S. pipes and specials 7 mm thick

ii) Dished end 25mm thick

MODE OF MEASUREMENT AND PAYMENT

The pipes and specials provided by the contractor such as pipes, specials flanges dished end and blank
flanges are payable on Kg. - rate basis for complete work.

For calculation the weight for payment on rate per kg basis following parameters will be applicable.

i) Wt. of pipe and special shall be based on finished/fabricated component, Wastage will not be
considered for payment.
ii) Thickness shall be average thickness of pipes supplied.
iii) No deduction for bolt holes in flanges will be made.
iv) Nut bolts and washers will not be considered for weight calculation.
v) Specific weight of M.S. pipes and specials shall be assumed as 7850 kg./ Cum.
vi) Cost of epoxy painting of M.S. pipes specials and valves are deemed to have been included in rate
for Kg. basis and shall not be considered separately for payment.
vii) Positive tolerance in the thickness of pipe is acceptable. The thickness shall be measured by
ultrasonic gauge and it shall be measured by agency in presence of department Engineer at site
with their instrument.
viii) Cost of breaking of pump house wall for pipeline work and making and finishing to original after
completion of work is included in this item.

Contractor should provide branch tees for air valve, pressure relief valve etc. erected on manifold
as per drawing and as per directions of Engineer-in-charge.

Contractor No. of corrections Executive Engineer


457

PAINTING

For all M.S. pipes supplied by the contractor and manifold pipe the external surfaces of the pipe work and
valves shall be painted with one coat of epoxy primer and two coats of epoxy paint approved by the
Engineer. Painting shall be carried after completion of erection work.

TESTING

The contractor shall test the pipe work for hydrostatic pressure of 10 Kg / Sq.cm. in presence of Engineer-
in-charge

ITEM No. :- 6(b) M.S. FLANGES


Providing, fabricating, erecting M.S. flanges upto 300 mm dia., The Thickness of flanges shall be as
per IS 1538. The flanges shall be machined on both sides. The flanges shall be welded to the M.S. pipes used
for connecting the pumps and other accessories. The payment will be made on weight basis.

ITEM NO. 6 c) FLANGED JOINTS

The delivery of pump shall be connected to the rising main by making flanged joints 100mm dia. To the
G.I. & MS pipes & specials. The flanges shall be jointed with fasteners of adequate strength and quality .
The bolt diameters shall conform to IS: 1538.
The joint ring between flanges shall be of 3mm thick rubber of adequate hardness for forming watertight
joints and suitable to withstand pressure of 10 kg/Sq.cm.
This item includes the cost of good quality rubber packing & nut bolts with washer. All flanged joints shall
be hydraulically tested on full load of pump.

ITEM NO. 7 :- IRON WORK

The iron work includes providing, erecting the ISMB and base plate for monorail travelling trolley
including cutting, welding, drilling etc and complete erection in position with necessary material hardware
etc. as per direction of Engineer in charge duly painted with one coat of red oxide and two coats of enamel
paint to match with the associated equipment.

MODE OF PAYMENT

The payment will be made on Kg basis as per standard weight of plate, bar angle used for
fabrication work. The nut bolts and any sundry material will not be considered for weight calculation.

ITEM NO.:- 8 - CONCRETE FOUNDATION

Contractor No. of corrections Executive Engineer


458

GENERAL

The work includes excavation in all types of strata, reinforcement casting of RCC works as required with
curing etc. complete. Payment shall be made on the basis of finished concrete work. Excavation disposal
of excavated stuff refilling., form work and curing etc. shall not be paid separately and deemed to be
included in cost of RCC/PCC work.

The thrust block for foundation NRV/SV using M-200 concrete shall be provided. All foundations shall be
made finished with proper edges and surfaces.

C.C. FOUNDATIONS

a) The support for valves and pipes, platform for valve operation, shall be cast in M-200 concrete.
The dimensions and spacing of block shall be submitted for prior approval.

Suitably designed and adequate numbers of concrete supports for pipe work and all sluice valves
and non-return valves shall be provided. Minimum design criteria as under shall be adopted.

i) Span shall be such as to restrict deflection within 1/360 of span.

ii) Width of the support shall be equal to pipe diameter (+) 200 mm.

iii) Cradle thickness shall be 1/4th of pipe diameter but not less than 300 mm.

iv) Minimum cradle depth shall be 1/4th of pipe diameter.

v) Bearing angle shall be 120 o

b) The free end of 200 mm dia common delivery line shall be suitably anchored to
withstand and relieve pipe work and fasteners from stresses due to thrust.

The thrust block to common manifold free end / bend should be designed and got
approved from the Deptt. Proper RCC chairs blocks should be provided to common
manifold.
f) There should be separate foundation blocks for all valves.

ITEM NO. 9(A) :- TRAVELLING TROLLY


Providing, erecting, Travelling Trolly of 3 Ton capacity with 6 mtr. lift
tested to 50 % overload.
The travelling trolley shall have four wheel geared type. The trolley shall run on the lower flange of the
gantry beam with two wheels on either side of the gantry web. The trolley wheel shall be single flanged
with threads machined to match the flange of the gantry beam. A gearing arrangement shall be incorporated
in the trolley to affect the traverse motion and shall be operated by mean of chain extending to within 6 m

Contractor No. of corrections Executive Engineer


459
of the operating floor. The trolley shall also incorporate a hook of robust design for fixing the chain pulley
block.

All gears shall be machined cut and of robust design. Suitable ball or roller bearing shall be
employed on all motions.

ITEM NO. 9 (B) :- CHAIN PULLY BLOCK


Providing,erecting triple spur gear type Chain pully Block suitable for
3 Ton capacity with 6 mtr. lift complete with load chain and hand chain
suitable for above lift tested to 50% overload as per IS 3832 & carrying IS
mark .

The chain pulley block shall be of spur gear type. The chain pulley block shall generally confirm
to IS – 3832 .The chain pulley block shall consist of load chain wheel, hand chain wheel. The hand chain
for hosting shall be hanged well clear of the hook. The hand chain wheel shall be provided with roller type
guarding to prevent slip off the chain. Gearing arrangement shall be totally enclosed with proper lubrication
arrangement for bearing and pinions. Gears shall confirm to IS – 4460. The brake shall be of automatic
screw and friction disc type and shall offer no resistance during hoisting.
The assembly shall be such that the load could be sustained automatically at any position of the lift
on release of the manual hoisting effort.
The hook shall swivel and operate on ball and roller bearing and shall be generally confirming to
IS- 3815. Suitable stoppers shall also be provided to prevent over travel of travelling trolley.

ITEM NO. 10 :- L.T. PANEL BOARD ( BOX TYPE):-


L. T. PANEL BOARD (440 V)

440 Volts indoor Box Type panel for receiving and distributing power from MSEDCL METER.
This L.T. panel board shall be installed in pump house, The size of L.T. panel board should not be less than
1.5 m x 1.0 m x 0.45 m. in size with minimum following accessories. The panel shall be provided earth
terminal to body as well as each door. . It shall be suitable for indoor operation, Wal mounted and
industrial type, dust and vermin proof and shall be given one coat of red oxide and two coats of gray
enamel paint as approved by department. The panel shall have front lockable hinged shutters. It shall
receive power and distribute as per requirement to related equipment with proper protection, metering
system and indication as per I.E. rule.

1. A) Iron Work.

a) Structural angle iron of size 40 x 40 x 5 mm

B) M.S. sheet for panel fabrication.

a) Panel rear top and side fabricated from 16 SWG Sheet. CRCA

Panel front and bottom fabricated from 14 SWG sheet.

Contractor No. of corrections Executive Engineer


460

2. Bus bar 100 Amp and Insulators in the enclosure-

a) Aluminum bus of suitable cross section.

b) Required bus bar insulators

3. Incoming Moulded case circuit Breakers (MCCB),4 Pole, 100 Amp ( 35 KA) – 1No. with shunt
release coil & front operated.

4. Outgoing feeder (for 10 HP Pumps Controller Panel + Spare) Moulded case circuit Breakers
(MCCB),4 Pole , 100 Amp ( 25 KA) – 3 Nos. with shunt release coil & front operated.

5 TPMCB 32 Amp – 5 Nos. for Capacitor + Spare

6. DPMCB 63 Amp – 4 Nos. for Lighting + Spare

7 Digital Voltmeter with selector switch ( 0-500V) 96sq.mm- 1Set.

8. Digital Ammeter ( 0- 100) A with selector switch – 1 set.

9. LED type indicating lamps ( 3 for phase indications and 6 for pump sets) – 3 nos.( 1 sets)

10. Capacitor( 4 KVAr) Banks of type All polypropylene - 3


Nos (Total 12 KVAR)

11 LT Current Transformer. - 6 Nos.( For Ammeters )

12 Panel Wiring – Job

13. Required self locking Arrangement.

14. Caution Board – 1 Nos.

The panel board shall be completely factory wired ready for connecting the equipment. All internal
wiring of the panel is to be carried out by PVC insulated PVC sheathed copper cable of adequate capacity. All the
control wiring shall be done by 2.5 Sq. mm FRLS copper wire of approved make. Incoming and outgoing cable
entries shall be enclosed in metal clad dust and vermin proof enclosure and suitable size cable glands shall be
provided for cable entries from bottom.. The drawing of the panel shall be got approved before actual manufacturing

TESTING

The L.T. panel shall be tested at manufacturers works in presence of Engineer-in-charge or his
representative.

The Scope at Inspection is as given below :

a) Review of raw material test certificate and quality control procedure.


g) Routine test as per IS.
h) High voltage test.
d) Insulation Resistance test.

Contractor No. of corrections Executive Engineer


461
e) Checking phase and earth clearance of busbars
f) Checking wiring diagram contact circuit and operation of panel.
g) Fault simulation for testing protection relays except short circuit and earth
fault.

Note :-
The complete circuit diagram of all power circuits, control circuits with necessary protection relays, CTs,
PTs, auxiliary contacts etc. shall be prepared and drawn on A - 1 size engineering sheets duly laminated
and fixed on teak wood board and shall be fixed in the pump house.

In addition to above five laminated copies of above sized circuit diagram shall be submitted to the office
for Record and O & M purpose.

ITEM NO. 11 :- PVC INSULATING MAT

Supplying and fixing PVC synthetic elastomer electrically insulating mat with
class A insulation conforming to IS: 15652 – 2006 & CPRI tested having 2 mm
thickness upto 3.3 15652 – 2006 & CPRI tested having 2 mm thickness upto
3.3 kV

ITEM NO 12 :- CABLE

c) PVC ARMOURED CABLE

The cable shall be XLPE armored cable having solid/stranded aluminium core with 6 mm thick 25 mm
width MS spacer with GI saddles screwed with continuous 14 SWG GI earth wire/ 6 Sq.mm. aluminium earth wire
complete erected on wall with 25 X 3 mm MS clamps.
Incoming cable for incomer -
- 1.1 kV, 3.5 Core, 50 Sq.mm, PVC insulated, armoured, alluminium
conductor ( MSEDCL METER to LT Panel )
- 1.1 kV, 3.5 Core, 35 Sq.mm, PVC insulated, armoured, alluminium
conductor ( LT Panel to Controller Panel)
Suitable compression type lugs shall be used for cable termination. Cable routing drawing should
be got approved from the department prior to cable laying.
The point of Entry and Exit of the cable from pump house shall be sealed from outside with an
approved asbestos compound which shall be followed by a weak mortar.
Cable routing and laying shall be such that sharp bends are avoided. Loop and extra length shall
be provided in each cable run and located suitably. Single core cable should be laid in trefoil formation.
Cables running parallel should be spaced 150mm clear distance. Radius of cable bend should not be less
than 20D, where D is overall diameter of cable.
Cable lugs and glands of suitable size as required provided & erected by contractor.

Contractor No. of corrections Executive Engineer


462

Suitable compression type lugs shall be used for cable termination. Cable routing drawing should be got
approved from the department prior to cable laying.
The point of Entry and Exit of the cable from pump house shall be sealed from outside with an approved
asbestos compound which shall be followed by a weak mortar.
Cable routing and laying shall be such that sharp bends are avoided. Loop and extra length shall be provided in
each cable run and located suitably. Cables running parallel should be spaced 150mm clear distance. Radius of
cable bend should not be less than 20D, where D is overall diameter of cable.
Cable lugs and glands of suitable size as required provided & erected by contractor.

ITEM NO.:- 13 PLATE TYPE EARTHING

GENERAL

The earthing arrangement for sub-station switch yard, indoor equipment, motors switch gear shall be
designed in conformity with the I.E. rules 1956 and IS : 3043 and Rules/ Regulations/Instructions of
statutory authorities, as

applicable for the class of work under the contract. The arrangement specifications and quantity/size
stipulated hereunder are minimum requirements. It shall however, be the responsibility of the contractor to
design and provide the earthing arrangement as stated above, with prior approval from concerned authority
without any extra cost.

EARTH ELECTRODE AND EARTH PITS

All earth electrodes shall be of galvanized cast iron earth plate with a trough and cover. The electrodes shall
not be situated at a distance less than 1.5 m from building fencing structure and equipment foundations.
The earth pits shall confirm to the provision in IS and shall be constructed, in M-150 concrete. Required
quantity of salt and charcoal shall be provided. Each earth pit shall have funnel arrangement for watering.
Minimum requirements of earth pits/electrodes are as under.

Each earth electrode shall have disconnecting link to disconnect and measure resistance of earth electrode.
RCC chamber shall be provided with C.I. cover to each earth pit RCC chambers top shall be flushing to
metal spreading level in switch yard.

As per PWD red book specification nos. EA-EP

4. G.I earth plate type earthing 60 x 60x 0.6 cm 2 Nos


(For motors, panels,)

Contractor No. of corrections Executive Engineer


463
The quantity of earthing may vary as per MSEDC:s decision about installation of metering kiosk. Agency
has to execute the item as required.

TESTING

The contractor shall arrange for taking the actual earth tests for all electrodes as per I.E. Rules & relevant
BIS code. These tests shall be taken in presence of Engineer-in-charge & test results shall be submitted in
five copies for record.

The Tenderer shall submit the details earthing system layout drawing for L.T. earthing system from
Competent Authority before starting / Execute the above work.

ITEM NO. 14 :- EARTHING STRIP

All electrical equipment shall be double earthed with suitable size GI earth lead as per IE rule and IS 3043 /
1966. All earth electrodes shall be inter connected by GI strip of suitable size through a common circular ring.

The earth resistance should not exceed the limit prescribed in IS / IE rule.

ITEM NO.:-15 ELECTRIFICATION

The item includes electrification to the pump house internally & externally. The wiring shall be done in copper
conductor 1.50 Sqmm. PVC insulated wire only. PVC suitable size conduit shall be used for encasing.
Following work shall be carried out as per direction of Engineer-in-charge.

A) INTERNAL ELECTRIFICATION
1) Double Pole Isolator – 1 No.

Supplying erecting and marking double pole isolator only switch version of
miniature circuit breaker (Conforming to IS:8828 of1996) of 40A with
required wiring connections and lugs etc. in provided distribution board.
2) Distribution Board – 1 No.

Supplying and erecting metal clad distribution board approved make 250V. 6
way,16A. per way & neutral bar connector complete erected on iron frame/
wooden plank or Board as per specification no. SW-SWR/MDB
3) SPMCB – 2 Nos.

Supplying, erecting & marking SPMCB 6A to 32A, B- series (for lighting) in


provided distribution board as per specification No. SW-SWR/MCB
4) Mains - 5 Mtrs.

Contractor No. of corrections Executive Engineer


464
Supplying & erecting mains 2x1.5 sq.mm.and earth wire 1.5 sq.mm FRLS
PVC copper wire, in rigid PVC conduit min.20mm dia, as per
specification No: WG-MA/PC, para no. 1.4.1
5) Point wiring – 2 Points
Point wiring in PVC trunking (casing-capping) with 1.0 sq.mm FRLS
grade copper wire with flush type switch and required accessories as per
specification No: WG-PW/SW

6) Plug on Board – 2 Nos.


Wiring for plug on board with Switch socket with copper wiring and
earthing as per specification No:WG-PW/SW
7) Indoor LED Fitting - 2 Nos.
Supplying and erecting square shaped CRCA / die-cast aluminium
powder coated housing LED Panel (slim edge-lit) 300X1200mm of
suitable for upto 36 to 40 W with provision for plane front frame with
translucent cover fixed to the housing complete.
B) EXTERNAL ELECTRIFICATION
8) Double Pole Isolator – 1 No.

Supplying erecting and marking double pole isolator only switch version of
miniature circuit breaker (Conforming to IS:8828 of1996) of 40A with
required wiring connections and lugs etc. in provided distribution board.
9) Distribution Board – 1 No.

Supplying and erecting metal clad distribution board approved make 250V.
4 way,16A. per way & neutral bar connector complete erected on iron
frame/ wooden plank or Board as per specification no. SW-SWR/MDB
10) SPMCB – 2 Nos.

Supplying, erecting & marking SPMCB 6A to 32A, B- series (for lighting) in


provided distribution board as per specification No. SW-SWR/MCB
11) Cable – 30 Mtr
Supplying, erecting & terminating PVC armoured cable 2 core 2.5 sq mm
aluminium conductor with continuous 5.48 sq mm (12 SWG) G.I. earth
wire complete erected with glands & lugs, on wall/ trusses/pole or laid in
provided trench/ pipe as per specification no. CB-LT/AL

12) FRP BOXES – 1 Nos.


Supplying & erecting FRP box of size 150 mm x 125 mm x 100 mm, 2.7
mm thick complete on pole as per specification No. CB - SB
13) Mains - 20 Mtrs.
Supplying & erecting mains with 2x1.5 sq.mm FRLS copper PVC

Contractor No. of corrections Executive Engineer


465
insulated wire laid in provided conduit/trunking/inside pole/Bus bars or
any other places as per specification No: WG-MA/BW
14) G.I. Pole – 1 Nos.
Supplying & erecting ISI mark G.I. pipe pole ‘B’ grade 75 / 80 mm. dia. 6 mtr. long complete with 75 mm.
Deep pole cap and MS. / C.I. base plate of size 30 x 30 x 0.60 cms. welded at the bottom and duly painted
with two coats of red oxide paint and one coat of bituminous paint for the 1 / 6 thick. length to be
embedded in ground and muffing (Square/round) and two coats of silver paint for the remaining portion
and complete erected in provided C.C. foundation & muffing (Square/round) with welded earthing stud.

15) Street light bracket – 2 Nos.


Supplying and erecting Street light Bracket made from 40 mm dia. 'B'
class G.I.Pipe ,0.6 m in length along with pole cap of 300 mm length and
80 mm dia duly welded with provided leads as per specification No. FG –
BKT/BPC
16) C.C. Foundation – 1 Nos.
Providing C.C. foundation including excavation for the poles with 45 X 45
cm and 120 cm deep in 1:3:6 cement concret ( 20 to 25 mm stone metal)
and 45 X 45 X 45 cm plinth duly plastered and with necessary curing and
finishing in an approved manner
17) Outdoor LED Fitting Lamp – 2 Nos.
Supplying and erecting LED Street Light fitting suitable for 48 Watt lamp , including
lamp,with PF>0.95 class IP65 and above housing of pressure die
cast aluminium alloy and heat sink extruded aluminium complete ass per
specification No. FG - ODF/FLS2
18) Earthing – 1 nos.
Providing and making pipe type earthing as per IE rules with pipe rod of
40 mm dia, charcoal, salt, etc. complete.
19) Bunch of Wires – 10 Mtrs.

Supplying and erecting mains with 2 x 1.5 sqmm F.R.L.S copper PVC
insulated wire laid in provided conduit bus bars or any other places (10 m
for each pole)
20) G.I.Pipe – 3 Mtrs
Providing, errecting 25 mm dia GI Drop Pipe A class for enclosing PVC
cable

ITEM NO.16 :- VENTILATION

The job covers designing, providing, and installing proper ventilation system comprising combination of air
supply fans in the space between two floors & exhaust fans below corbel level . All equipments shall be capable
of continuous operation in the climatic conditions.

Contractor No. of corrections Executive Engineer


466

Ventilation equipment shall be of heavy duty industrial type suitable for continuous operation in an ambient
temperature up to 50 degree centigrade on 240 volt single phase or 440 volt three phase , 50 Hz. Electric supply
as specified otherwise , ventilation equipment designed for ten(10) air changes per hour . Minimum no. of air
intake fans and exhaust fans shall be provided as given below.

5) Air Intake fans 450 mm dia, 900 rpm - 1 No.


6) Exhaust fans 450 mm dia, 1400 rpm - 1 No.

The necessary metal sheet cawl , Recess in wall, Sunmica Board, MCB for fans shall be provided . The
Mains supply shall be given by providing 2.5 sq.mm copper wire with necessary MCB Board.

ITEM NO. 17 - FIRE FIGHTING & SAFETY EQUIPMENTS

The following Fire fighting equipments & safety equipments shall be provided

1 First Aid Box 1 No


2 Hand Gloves 1 Pair
3 Instruction charts 2 Nos.
4 Fire fighting Extinguisher ABC type- 5 Kg capacity 2 Nos.

ITEM NO. 18 :--FULLBORE ELECTROMAGNETIC (INLINE) FLOWMETER

Designing, providing, installing and commissioning Full Bore(Inline) Electromagnetic Flow Meter , for Raw water
with accuracy +/-0.5% of measured value & protection as per given specifications for the required sizes including
sensor, transmitter, surge protection device, 50 m. sensor / transmitter cable, PVC conduit pipe- 25 M with each
flow meter, including the pipe cutting, leveling & installation of flow meter in the pipelines with necessary tool
tackles, cranes etc
A ] Mandatory Accessories:
1) The sensor should be as per IP-68 protection & with flanges of up to PN10 rating from CS. – 1 No.
2) The sensor coil housing shall be IP-68. This protected against external magnetic field.
3) The transmitter shall have one scalable pulse output, one current (4mA – 20mA HART) output. – 1 No.
4) The current output shall be galvanically isolated .It shall be fitted with switched mode power supply
capability 85-260 V & 45-65 Hz to cope with power transients without damage.
7) Signal & power cables not more than 50 Mtrs length with each flowmeter
6) Conduit pipe (PVC Plumbing) 25 mm diameter with suitable rating,suitable conduit duct for routing of cable
with suitable digging, laying & concealing the duct - 25 Mtrs / each.
7) UPS working on 230 V AC, 50 Hz power supply suitable for 12 hrs continuous operation. – 1 No.
8) Data storage capacity with built in or separate for date, time, actual flow rate, totaliser & error messages if
any with storage capacity of 120 days at 5 minutes interval data logging. – 1 No.

Contractor No. of corrections Executive Engineer


467
9) 21 inch, 80 column Dot matrix printer of EPSON, WIPRO, or Hewlett Packard make with printer interface
unit for printing of stored data as per 8) – 1 No.
10) Proper earthing shall be provided for protection against high voltage surge .
11) Suitable over voltage protection unit for protection of instrument from higher voltage (upto 275 V – 300 V
AC)
B ) Working Condition & Specifications:
a. Water Temp: 10 Deg to 50 Deg
b. Water Quality : Raw water, turbid in nature. Potable chlorinated water.
c. Operating pressure : 10 - 15 Kg./cm2
d. Pipeline MOC : CI, DI, MS with / without mortar lined, Non-metallic Pipes, HS & PSC
.e. Pipe condition: Pipe shall be running full.
f. Full-Bore Bi-directional Electromagnetic Flow meters shall be designed, manufactured & calibrated to
international standards with accuracy of +/- 0.5% of reading.
g. The supplier should have full ISO-9000 series accreditation & fully traceable calibration methods to either of
the two primary standard means of testing i.e. mass (ISO 4185) or volume (ISO 6817).
h. Each meter shall be wet calibrated at the place of manufacturing with 3 point calibration at sufficient flow
rates. The testing facility shall be duly accredited in accordance to ISO 17025.
i. The sensor shall be of Standard length as per ISO 13359.
j. The Sensor shall have built in Stainless steel Grounding Electrode & Empty Pipe Detection. Any ground
probes, rings, flanges or straps will be strictly not acceptable.
k. The liner material shall be either Certified Hard Rubber (HR) with Drinking Water Approval or
Polyurathyane (PU) & Teflon.
l. The sensor & transmitter shall be capable of working in tropical environment.
m. The meter body shall be flanged or with custom connector as per the requirement. Wafer designs will not be
acceptable.
n. The housing of flow meter shall be Die Cast Aluminum / Painted steel with suitable anti-corrosive paint.
o. The flow meter shall be suitable for both submergence as well as burial installation & shall withstand all
necessary natural shocks.
p. The transmitter & sensor shall not have any EMI interferences in the actual flow meter reading.
q. The transmitter shall be wall-mounted type with a 2-line display for the indication of Actual Flow rate &
Totalized value. The material enclosure shall be sufficient to guarantee 5 year operation life
.r. The transmitter shall be capable of fully programmed with push button / using HART communicator . It
shall have a set-up menu so that all relevant parameters may be user-set from the self-prompting driven menu.
The repeatability shall be 0.1% or reading or better, minimum +/- 0.5mm/s.
s. The transmitter shall have one scalable pulse output, one current (HART) output. The current output shall be
galvanically isolated. It shall be fitted with switched mode power supply capability 85-260V & 45-65Hz to
cope with power transients without damage.
t. The totalizer value shall be protected by EEPROM during power outage, and utilizes an overflow counter.
u. The flow meter shall be provided with remote display suitable without any signal booster / amplifier for
distance up to 150 Mtrs.for online MIMIC.

Contractor No. of corrections Executive Engineer


468
It is the responsibility of bidder to arrange calibration and testing of above meter at factory. Certificate of
testing and calibration shall be produced. Manufacturer who have ISO 17025 accredited flow LAB should get
100% tested at their own LAB in India in presence of M.J.P. Engineer & MJP approved third party/agency(
Third party inspection charges will have to be borne by the bidder. The manufacturers who do not have
laboratory accredited by NABL to ISO 17075 shall test all flow meters in any one Laboratory such as
FCRI/CWPRS/IDEMI witnessed by M.J.P.Engineer.
Dispatch documentary evidence from flowmeter manufacturer with Sr.No.,model,etc. of each flowmeter is
essential without which flow meters will not be accepted and payment will not be made

ITEM No. 19 : C.I. MECHANICAL COMPRESSION FLANGED/ SOCKET TAIL PIECE –


(Popularly known as I TM Flanged / Socket Tailpiece)
suitable for making flanged connection with the plain barrel of C. I. Spun Pipes ( as per - IS - 1536 / 2001) and D. I.
Pipes ( as per IS: 8329 / 2000).The Tailpiec to be supplied complete with sealing rubber gasket of S.B.R, C.I.
Follower Glands and M.S. Nut Bolts.The whole assembly should be mechanically and hydraulically tested to the
provisions as laid down in IS:1538 /1993. The rates are inclusive of cost of material, freight charges, loading,
transportation and unloading at departemental store, excluding GST levied by Gol and GoM in all respect, etc.
complete as directed.

ITEM NO.20 :- PANEL CABINET


Fixing flow meter transmitter to internal walls of buildings in a suitably designed panel cabinet with proper locking
arrangement with glass window on front door for seeing the readings of flow transmitter and data logger without
opening of the panel cabinet. It should house complete ancillaries and including the provision for connection of
electrical power supply from nearby apparatus. The panel cabinet shall be prewired and with suitable gland entries.

ITEM No.21 : RCC Chamber for Flowmeter -

Providing and constructing R.C.C. chamber for Flowmeter with 15 cm thick M-150 ( 1:2:4) PCC bedding ,10 cm
thick RCC 1:2:4 raft slab, 15 cm thick RCC M-150(1:2:4) wall and cast in situ RCC cover 15 cm thick on chamber
in RCC M-150 (1:2:4) including normal dewatering, centering, plywood formwork, bully/ steel prop.-ups,
compaction, finishing the formed surface with C.M. 1:3 of sufficient minimum thickness to give smooth and even
surface finish with curing including providing & fixing in position steel M.S. HYSD bar reinforcement of various
diameter for RCC raft Slabs, wall cover, etc. including cutting ,bending, hooking the bars, binding with binding
wires, etc. complete as directed by Engineer-in-charge.

Sub Work No 5 D :- Designing, providing, erecting, testing and


commissioning of Solar Pumps with allied Electrical and Mechanical
equipments For ESR at Chipi from Sump @ Edlapur

SCOPE OF WORK :-

The scope of work includes providing approved make pumps & allied Mechanical & Electrical
equipments for the scheme as per requirement of the Department. The essential design features and detailed

Contractor No. of corrections Executive Engineer


469
specifications of each and every item are as under. The layout drawing of pumping machinery & allied equipments
shall have to be submitted to the Executive Engineer ( Mech. ) for approval before actual procurement.

ITEM NO. 1 ( A) :- SOLAR SUBMERSIBLE PUMPS

Supplying, installing, testing and commissioning of solar water pump of 3 HP capacity, AC surface type, 243000
LPD, total head of 10m, comprising of 2700Wp PV array / submersible type (with controller)
121500LPD/96000LPD/ 57000LPD/ 39000LPD, total head of 20m/30m/ 50m/70m, comprising of
2700Wp/3000Wp/ 3000Wp/ 3000Wp PV array respectively mounted on GI structure with necessary hardware and
suitable inverter with 5 years on site performance warrantee. Specification no. ESD-SWPS,. The change over
switch shall be provided to operate the pumps on mains supply as well as solar power.The change over switch shall
be provided to operate the pumps on mains supply as well as solar power.

Discharge - 50000 LPD at 58 Mtr. Head ( Required Flow 80000 LPD at 58 Mtr head )

The Solar Pumps shall be of submersible type and shall be suitable for operation on Solar Power as well as Mains
power available from MSEDCL. The Change over swith to operate on both the power shall be provided so that in
case of non availability of Solar power ,the pumps can be operated on power available from MSEDCL.

1.1 Testing and Inspection

a) Mechanical and hydraulic shop tests on pumps

Each pump shall be factory tested for satisfactory mechanical and hydraulic operation at full load speed in
presence of MJP authorities. The performance test shall be taken with entire head range in such a
manner that it would cover at least five points on the head discharge curve (one at duty point and
other above and below duty head). Three certified copies of test records for each pump shall be
submitted to the Engineer immediately upon completion of the factory test.

1.2 Field Test

The field test shall generally be carried out as per IS. The volumetric measurements of discharge would be
on the basis of depletion of levels in the sump from which water is pumped. Discharge measurement by
calibrated ultrasonic flow meter also acceptable. The effective head shall be measured with pressure gauge
fitted to delivery pipe at an elevation of atleast 2 m. above the delivery pipe. The gauge shall be fitted at 1
m distance from the discharge nozzle. The reading may be taken with different gauges. The tenderer shall
note that the stipulation of delivery valve be placed at atleast 4 times the diameter away from the discharge
nozzle cannot be simulated due to site conditions and no allowance for this deficiency shall be considered.
The electrical inputs will be measured with the help of calibrated energy meter.

The pumps showing a fall of efficiency below guaranteed efficiency while operating at duty
point shall not be accepted unless necessary rectification is carried out by the Contractor
to restrict the efficiency shortfall in field test upto the quoted efficiency.

Contractor No. of corrections Executive Engineer


470
Acceptable Makes : As per approved list of MJP.

ITEM NO. 1 (B ) :- SOLAR SUBMERSIBLE PUMPS


Providing Submersible Pump 3 HP with Bronze/ CF8M Impeller suitable for

operation on mains supply as well as Solar Power. The Submersible Pump shall be of same

duty conditions & specifications as per specifications of Item no. 1(A). The Pump shall be

handed over to MJP .

ITEM NO. :-2 C.I.D.F. SLUICE VALVE – 50 mm , PN 1.0

Providing, erecting and commissioning of PN-1.0 Rating Sluice Valves (Glandless type) without
by pass of diameters given in Schedule B shall be of approved make and shall be provided in the
delivery pipe of each pump. The sluice valves of cast iron body suitable for the PN-1.0 rating shall
be provided and shall confirm to IS:14846. The sluice valves shall be double flange, water works
pattern, inside screw, non-rising spindle type and shall be fitted with double faced gunmetal taper
wedge made in one piece and having two machined facing rings securely fixed into machine
recesses in the wedge. The guides and the lugs shall be provided to guide the wedge through its
full travel and the lugs and guides shall be lined with bronze. The bronze liners provided on guides
and lugs shall be secured by counter sunk screws or rivets of nonferrous metals. The clearances
(radial and lugs axial) between the lugs and guides shall not exceed 2.5mm. All valves shall be
provided on delivery side of pump.

Tests :

The valve shall be subjected to test at manufacturer’s works for seat and body test at the pressure
stipulated in IS for respected PN Rating. Manufacturer’s test certificate shall be submitted along with
supply.
.
Make As per Mechanical approved list of MJP.

ITEM NO. 3 C.I.D.F. REFLUX VALVE – 50 mm & 100 mm dia .

Providing, erecting and commissioning of 50 mm & 100 mm dia dia ,PN 1.0 Rating Reflux
Valves with by pass arrangement.
The pump shall be provided with 50 mm dia non-return valve of approved by the Executive
Engineer on delivery side & 100 mm dia on Common manifold. The valve shall be generally
confirming to IS:5312 (Part-1).

Normal working pressure seat 10kg/cm2


Body 16 Kg/cm2

Contractor No. of corrections Executive Engineer


471

MATERIALS OF CONSTRUCTION
Body, cover, door and door face disc. Grey cast iron confirming to
grade

Disc. FG –200 of IS-210

Hinges Cast steel to IS:1030


Hinges pins, door pins & door Stainless steel to IS:6603

Suspension pins

Bearing bushes, body hinges and Gun metal conforming to grade 2


door faces of IS:318

Tests :
The valve shall be subjected to test at manufacturer’s works for seat and body test at the pressure
stipulated in IS for respected PN Rating. Manufacturer’s test certificate shall be submitted along with
supply.

Make : As per approved mechanical list of MJP

ITEM NO.4 :- BUTTERFLY VALVE – 100 MM DIA, PN. – 1.0

Providing, double flanged short body pattern type manually operated Butterfly Valve having body, disc and end
cover in graded cast iron to IS-210 Gr.CF 200 generally confirming to IS-13095-1991, Synthetic rubber faced ring
secured on disc by retaining ring with stainless steel screw stub shaft of stainless steel riding in eflon bearing
including inspection charges, transportation up to departmental store, unloading, stacking excluding GST levied by
GOI & GOM in all respect etc. excluding C.C. foundation /structural steel support
The Butterfly valve shall be installed on common manifold of Pump delivery.

ITEM No.:- 5 KINETIC AIR VALVE – 40 mm dia., P.N. – 1.0

The air valve shall be Double orifice Kinetic PN-1.0 rating 40 mm dia.with an
isolation sluice valve of approved make mounted in horizontal position erected
on outside vertical bend on common delivery as per direction of Engineer-
Inchage . The items include the cost of jointing materials, nut bolts. Etc. The
valve shall be painted with two coats of anticorrosive black paint after
erection.
The air valve shall be mounted on 80 mm dia branch hole with taper
of size 80 x 40 mm and at least height of 100 mm. The air valve shall be of
approved make by MJP only and shall be test at factory & the test certificates
shall be submitted with supply of material

Contractor No. of corrections Executive Engineer


472
Tests :

Manufacturer test certificate should be submitted by the contractor.

Make : As per approved mechanical list of MJP

ITEM NO :- 6 M.S. DISMANTLING JOINTS.

The dismantling joint of 100 mm dia shall be fabricated from M.S. Plates designed to withstand 16 kg / cm2
working pressure. It shall be located between delivery flange of pump & non return valve. The MS shell
thickness shall be of 8 mm. The design of dismantling joint shall ensure that, no forces are transmitted to
the pump foundation and the flanges of dismantling joint during normal working. For dismantling & re-
erection of any flange joint, there shall be at least provision of 20 mm slide over flanges. The item includes
machining of all flanges as per requirement, rubber rings & SS nut bolts. The joint should have through
long bolts so that during normal working pressure there should be no sliding movement of sliding flanges.
LOF (Length Over Flange) should not less than 75% of dia.
The drawing shall be got approved from department before actual fabrication.

ITEM NO. :- 7(a) :-M.S.PIPES & SPECIALS

General
Pipe work including tapers, specials and bends shall be provided and completed. The pipes, and specials
shall be of mild steel and fabricated to transmit flow without disturbing streamlined condition, to gradually
and smoothly changes the direction or velocity as the case may be and to offer neat aesthetic appearance.

The M.S. pipes and specials to be provided by the contractor under this item includes on delivery, dished
ends and specials on 200 mm, dia manifold @ Raw water pumping station.

MATERIAL AND FABRICATION

The pipes, specials and flanges shall be manufactured from mild steel plates generally conforming to IS:
226 Thickness of plates shall not be less than those stated below or nearest commercial thickness.

i) M.S. pipes and specials 6 mm thick

ii) Dished end 25mm thick

MODE OF MEASUREMENT AND PAYMENT

The pipes and specials provided by the contractor such as pipes, specials flanges dished end and blank
flanges are payable on Kg. - rate basis for complete work.

Contractor No. of corrections Executive Engineer


473
For calculation the weight for payment on rate per kg basis following parameters will be applicable.

i) Wt. of pipe and special shall be based on finished/fabricated component, Wastage will not be
considered for payment.
ii) Thickness shall be average thickness of pipes supplied.
iii) No deduction for bolt holes in flanges will be made.
iv) Nut bolts and washers will not be considered for weight calculation.
v) Specific weight of M.S. pipes and specials shall be assumed as 7850 kg./ Cum.
vi) Cost of epoxy painting of M.S. pipes specials and valves are deemed to have been included in rate
for Kg. basis and shall not be considered separately for payment.
vii) Positive tolerance in the thickness of pipe is acceptable. The thickness shall be measured by
ultrasonic gauge and it shall be measured by agency in presence of department Engineer at site
with their instrument.
viii) Cost of breaking of pump house wall for pipeline work and making and finishing to original after
completion of work is included in this item.

Contractor should provide branch tees for air valve, pressure relief valve etc. erected on manifold
as per drawing and as per directions of Engineer-in-charge.

PAINTING

For all M.S. pipes supplied by the contractor and manifold pipe the external surfaces of the pipe work and
valves shall be painted with one coat of epoxy primer and two coats of epoxy paint approved by the
Engineer. Painting shall be carried after completion of erection work.

TESTING

The contractor shall test the pipe work for hydrostatic pressure of 10 Kg / Sq.cm. in presence of Engineer-
in-charge.

ITEM No. :- 7(b) M.S. FLANGES


Providing, fabricating, erecting M.S. flanges upto 300 mm dia., The Thickness of flanges shall be as
per IS 1538. The flanges shall be machined on both sides. The flanges shall be welded to the M.S. pipes used
for connecting the pumps and other accessories. The payment will be made on weight basis.

ITEM NO. 7 c) FLANGED JOINTS

The delivery of pump shall be connected to the rising main by making flanged joints 100mm dia. to the G.I.
& MS pipes & specials. The flanges shall be jointed with fasteners of adequate strength and quality . The
bolt diameters shall conform to IS: 1538.
The joint ring between flanges shall be of 3mm thick rubber of adequate hardness for forming watertight
joints and suitable to withstand pressure of 10 kg/Sq.cm.

Contractor No. of corrections Executive Engineer


474
This item includes the cost of good quality rubber packing & nut bolts with washer. All flanged joints shall
be hydraulically tested on full load of pump.

ITEM No. 8. :- G.I.PIPE

a) Providing ISI mark G.I. pipe of following class and dia. excluding
GST levied by GOI & GOM in all respect, inspection charges, transportation
to stores, etc. complete as per IS-1239/2004.
40 mm dia (A Class) for Cable
b )Providing ISI mark G.I. pipe of following class and dia. excluding GST
levied by GOI & GOM in all respect, inspection charges, transportation
to stores, etc. complete as per IS-1239/2004.
50 mm dia( C Class) for Pump Delivery
ITEM NO. 9 :- IRON WORK

The iron work includes providing, erecting the ISMB and base plate for monorail travelling trolley
including cutting, welding, drilling etc and complete erection in position with necessary material hardware
etc. as per direction of Engineer in charge duly painted with one coat of red oxide and two coats of enamel
paint to match with the associated equipment.

MODE OF PAYMENT

The payment will be made on Kg basis as per standard weight of plate, bar angle used for
fabrication work. The nut bolts and any sundry material will not be considered for weight calculation.

ITEM NO - 10 PRESSURE GAUGE

This job covers providing and fixing 150 mm dia Glyscerine filled pressure gauge Bourdon’s type pressure
gauge as per IS 3624 : 1987 with brass cock, siphon tube, etc. as per direction of Engineer in charge.
Contractor should provide suitable tapped holes at appropriate places for fixing these pressure gauges & the
pressure gauge shall be located at a height of 2.5 feet from floor level to ease easy reading for the operator.
The pressure gauges shall have range from 0-14 Kg/ Sq.cm.& should be of approved make only.

ITEM NO.:- 11 CONCRETE FOUNDATION

GENERAL

The work includes excavation in all types of strata, reinforcement casting of RCC works as required with
curing etc. complete. Payment shall be made on the basis of finished concrete work. Excavation disposal
of excavated stuff refilling., form work and curing etc. shall not be paid separately and deemed to be
included in cost of RCC/PCC work.

Contractor No. of corrections Executive Engineer


475

The thrust block for foundation NRV/SV using M-200 concrete shall be provided. All foundations shall be
made finished with proper edges and surfaces.

C.C. FOUNDATIONS

a) The support for valves and pipes, platform for valve operation, shall be cast in M-200 concrete.
The dimensions and spacing of block shall be submitted for prior approval.

Suitably designed and adequate numbers of concrete supports for pipe work and all sluice valves
and non-return valves shall be provided. Minimum design criteria as under shall be adopted.

i) Span shall be such as to restrict deflection within 1/360 of span.

ii) Width of the support shall be equal to pipe diameter (+) 200 mm.

iii) Cradle thickness shall be 1/4th of pipe diameter but not less than 300 mm.

iv) Minimum cradle depth shall be 1/4th of pipe diameter.

v) Bearing angle shall be 120 o

b) The free end of 200 mm dia common delivery line shall be suitably anchored to
withstand and relieve pipe work and fasteners from stresses due to thrust.

The thrust block to common manifold free end / bend should be designed and got
approved from the Deptt. Proper RCC chairs blocks should be provided to common
manifold.
g) There should be separate foundation blocks for all valves.

ITEM NO. 12(A) :- TRAVELLING TROLLY


Providing, erecting, Travelling Trolly of 3 Ton capacity with 6 mtr. lift
tested to 50 % overload.
The travelling trolley shall have four wheel geared type. The trolley shall run on the lower flange of the
gantry beam with two wheels on either side of the gantry web. The trolley wheel shall be single flanged
with threads machined to match the flange of the gantry beam. A gearing arrangement shall be incorporated
in the trolley to affect the traverse motion and shall be operated by mean of chain extending to within 6 m
of the operating floor. The trolley shall also incorporate a hook of robust design for fixing the chain pulley
block.

All gears shall be machined cut and of robust design. Suitable ball or roller bearing shall be
employed on all motions.

ITEM NO. 12(B) :- CHAIN PULLY BLOCK

Contractor No. of corrections Executive Engineer


476
Providing,erecting triple spur gear type Chain pully Block suitable for
3 Ton capacity with 6 mtr. lift complete with load chain and hand chain
suitable for above lift tested to 50% overload as per IS 3832 & carrying IS
mark .

The chain pulley block shall be of spur gear type. The chain pulley block shall generally confirm
to IS – 3832 .The chain pulley block shall consist of load chain wheel, hand chain wheel. The hand chain
for hosting shall be hanged well clear of the hook. The hand chain wheel shall be provided with roller type
guarding to prevent slip off the chain. Gearing arrangement shall be totally enclosed with proper lubrication
arrangement for bearing and pinions. Gears shall confirm to IS – 4460. The brake shall be of automatic
screw and friction disc type and shall offer no resistance during hoisting.
The assembly shall be such that the load could be sustained automatically at any position of the lift
on release of the manual hoisting effort.
The hook shall swivel and operate on ball and roller bearing and shall be generally confirming to
IS- 3815. Suitable stoppers shall also be provided to prevent over travel of travelling trolley.

ITEM NO. 13 :- L.T. PANEL BOARD ( BOX TYPE):-


L. T. PANEL BOARD (440 V)

440 Volts indoor Box Type panel for receiving and distributing power from MSEDCL METER.
This L.T. panel board shall be installed in pump house, The size of L.T. panel board should not be less than
0.8 m x 0.6m x 0.35 m. in size with minimum following accessories. The panel shall be provided earth
terminal to body as well as each door. . It shall be suitable for indoor operation, Wal mounted and
industrial type, dust and vermin proof and shall be given one coat of red oxide and two coats of gray
enamel paint as approved by department. The panel shall have front lockable hinged shutters. It shall
receive power and distribute as per requirement to related equipment with proper protection, metering
system and indication as per I.E. rule.

1. A) Iron Work.

a) Structural angle iron of size 40 x 40 x 5 mm

B) M.S. sheet for panel fabrication.

a) Panel rear top and side fabricated from 16 SWG Sheet. CRCA

Panel front and bottom fabricated from 14 SWG sheet.

2. Bus bar 32 Amp and Insulators in the enclosure-

a) Aluminum bus of suitable cross section.

b) Required bus bar insulators

3 D.O.L. Starter for 3 HP - 2 Nos.(1 + 1)

4 TPMCB 32 Amp – 6 Nos. (for Incomer , 3 HP Pumps, Capacitor + Spare)

5. DPMCB 63 Amp – 4 Nos. for Lighting + Spare

Contractor No. of corrections Executive Engineer


477

6 Digital Voltmeter with selector switch ( 0-500V) 96sq.mm- 1Set.

7. Digital Ammeter ( 0- 100) A with selector switch – 1 set.

8. LED type indicating lamps ( 3 for phase indications ) – 3 nos.( 1 sets)

9. Capacitor( 1 KVAr) Banks of type All polypropylene - 2


Nos ( Total 2 KVAR)

10. Required self locking Arrangement.

11. Caution Board – 1 Nos.

The panel board shall be completely factory wired ready for connecting the equipment. All internal
wiring of the panel is to be carried out by PVC insulated PVC sheathed copper cable of adequate capacity. All the
control wiring shall be done by 2.5 Sq. mm FRLS copper wire of approved make. Incoming and outgoing cable
entries shall be enclosed in metal clad dust and vermin proof enclosure and suitable size cable glands shall be
provided for cable entries from bottom.. The drawing of the panel shall be got approved before actual manufacturing

TESTING

The L.T. panel shall be tested at manufacturers works in presence of Engineer-in-charge or his
representative.

The Scope at Inspection is as given below :

a) Review of raw material test certificate and quality control procedure.


i) Routine test as per IS.
j) High voltage test.
d) Insulation Resistance test.
e) Checking phase and earth clearance of busbars
f) Checking wiring diagram contact circuit and operation of panel.
g) Fault simulation for testing protection relays except short circuit and earth
fault.

Note :-

The complete circuit diagram of all power circuits, control circuits with necessary protection relays, CTs,
PTs, auxiliary contacts etc. shall be prepared and drawn on A - 1 size engineering sheets duly laminated
and fixed on teak wood board and shall be fixed in the pump house.

In addition to above five laminated copies of above sized circuit diagram shall be submitted to the office
for Record and O & M purpose.

ITEM NO. 14:- PVC INSULATING MAT

Contractor No. of corrections Executive Engineer


478
Supplying and fixing PVC synthetic elastomer electrically insulating mat with
class A insulation conforming to IS: 15652 – 2006 & CPRI tested having 2 mm
thickness upto 3.3 15652 – 2006 & CPRI tested having 2 mm thickness upto
3.3 kV

ITEM NO 15 :- CABLE

d) PVC ARMOURED CABLE

The cable shall be XLPE armored cable having solid/stranded aluminium core with 6 mm thick 25 mm
width MS spacer with GI saddles screwed with continuous 14 SWG GI earth wire/ 6 Sq.mm. aluminium earth wire
complete erected on wall with 25 X 3 mm MS clamps.
Incoming cable for incomer -
- 1.1 kV, 4 Core, 16 Sq.mm, PVC insulated, armoured, alluminium
conductor ( MSEDCL METER to LT Panel )
- 1.1 kV, 4 Core, 10 Sq.mm, PVC insulated, armoured, alluminium
conductor ( LT Panel to Controller Panel)

Suitable compression type lugs shall be used for cable termination. Cable routing drawing should
be got approved from the department prior to cable laying.
The point of Entry and Exit of the cable from pump house shall be sealed from outside with an
approved asbestos compound which shall be followed by a weak mortar.
Cable routing and laying shall be such that sharp bends are avoided. Loop and extra length shall
be provided in each cable run and located suitably. Single core cable should be laid in trefoil formation.
Cables running parallel should be spaced 150mm clear distance. Radius of cable bend should not be less
than 20D, where D is overall diameter of cable.
Cable lugs and glands of suitable size as required provided & erected by contractor.

b) SUBMERSIBLE CABLE

The submersible cable shall be PVC insulated & PVC sheathed 3 core, flat with copper
conductor conforming to IS 694 (Part I) 1477. The size shall be 1 x 3 x 2.5 sq. mm. The cable shall be joined to
submersible motor with required & suitable jointing kit as directed.
Suitable compression type lugs shall be used for cable termination. Cable routing drawing should be got
approved from the department prior to cable laying.
The point of Entry and Exit of the cable from pump house shall be sealed from outside with an approved
asbestos compound which shall be followed by a weak mortar.
Cable routing and laying shall be such that sharp bends are avoided. Loop and extra length shall be provided in
each cable run and located suitably. Cables running parallel should be spaced 150mm clear distance. Radius of
cable bend should not be less than 20D, where D is overall diameter of cable.
Cable lugs and glands of suitable size as required provided & erected by contractor.

Contractor No. of corrections Executive Engineer


479
ITEM NO.:- 16 PLATE TYPE EARTHING

GENERAL

The earthing arrangement for sub-station switch yard, indoor equipment, motors switch gear shall be
designed in conformity with the I.E. rules 1956 and IS : 3043 and Rules/ Regulations/Instructions of
statutory authorities, as

applicable for the class of work under the contract. The arrangement specifications and quantity/size
stipulated hereunder are minimum requirements. It shall however, be the responsibility of the contractor to
design and provide the earthing arrangement as stated above, with prior approval from concerned authority
without any extra cost.

EARTH ELECTRODE AND EARTH PITS

All earth electrodes shall be of galvanized cast iron earth plate with a trough and cover. The electrodes shall
not be situated at a distance less than 1.5 m from building fencing structure and equipment foundations.
The earth pits shall confirm to the provision in IS and shall be constructed, in M-150 concrete. Required
quantity of salt and charcoal shall be provided. Each earth pit shall have funnel arrangement for watering.
Minimum requirements of earth pits/electrodes are as under.

Each earth electrode shall have disconnecting link to disconnect and measure resistance of earth electrode.
RCC chamber shall be provided with C.I. cover to each earth pit RCC chambers top shall be flushing to
metal spreading level in switch yard.

As per PWD red book specification nos. EA-EP

5. G.I earth plate type earthing 60 x 60x 0.6 cm 2 Nos


(For motors, panels,)
The quantity of earthing may vary as per MSEDC:s decision about installation of metering kiosk. Agency
has to execute the item as required.

TESTING

The contractor shall arrange for taking the actual earth tests for all electrodes as per I.E. Rules & relevant
BIS code. These tests shall be taken in presence of Engineer-in-charge & test results shall be submitted in
five copies for record.

The Tenderer shall submit the details earthing system layout drawing for L.T. earthing system from
Competent Authority before starting / Execute the above work.

Contractor No. of corrections Executive Engineer


480
ITEM NO. 17 :- EARTHING STRIP

All electrical equipment shall be double earthed with suitable size GI earth lead as per IE rule and IS 3043 /
1966. All earth electrodes shall be inter connected by GI strip of suitable size through a common circular ring.

The earth resistance should not exceed the limit prescribed in IS / IE rule.

ITEM NO.:-18 ELECTRIFICATION

The item includes electrification to the pump house internally & externally. The wiring shall be done in copper
conductor 1.50 Sqmm. PVC insulated wire only. PVC suitable size conduit shall be used for encasing.
Following work shall be carried out as per direction of Engineer-in-charge.

A) INTERNAL ELECTRIFICATION
1) Double Pole Isolator – 1 No.

Supplying erecting and marking double pole isolator only switch version of
miniature circuit breaker (Conforming to IS:8828 of1996) of 40A with
required wiring connections and lugs etc. in provided distribution board.
2) Distribution Board – 1 No.

Supplying and erecting metal clad distribution board approved make 250V. 6
way,16A. per way & neutral bar connector complete erected on iron frame/
wooden plank or Board as per specification no. SW-SWR/MDB
3) SPMCB – 4 Nos.

Supplying, erecting & marking SPMCB 6A to 32A, B- series (for lighting) in


provided distribution board as per specification No. SW-SWR/MCB
4) Mains - 6 Mtrs.
Supplying & erecting mains 2x1.5 sq.mm.and earth wire 1.5 sq.mm FRLS
PVC copper wire, in rigid PVC conduit min.20mm dia, as per
specification No: WG-MA/PC, para no. 1.4.1

5) Point wiring – 2 Points


Point wiring in PVC trunking (casing-capping) with 1.0 sq.mm FRLS
grade copper wire with flush type switch and required accessories as per
specification No: WG-PW/SW

6) Plug on Board – 2 Nos.


Wiring for plug on board with Switch socket with copper wiring and
earthing as per specification No:WG-PW/SW
7) Indoor LED Fitting - 1 Nos.

Contractor No. of corrections Executive Engineer


481
Supplying and erecting square shaped CRCA / die-cast aluminium
powder coated housing LED Panel (slim edge-lit) 300X1200mm of
suitable for upto 36 to 40 W with provision for plane front frame with
translucent cover fixed to the housing complete.
B) EXTERNAL ELECTRIFICATION
8) Double Pole Isolator – 1 No.

Supplying erecting and marking double pole isolator only switch version of
miniature circuit breaker (Conforming to IS:8828 of1996) of 40A with
required wiring connections and lugs etc. in provided distribution board.
9) Distribution Board – 1 No.

Supplying and erecting metal clad distribution board approved make 250V.
4 way,16A. per way & neutral bar connector complete erected on iron
frame/ wooden plank or Board as per specification no. SW-SWR/MDB
10) SPMCB – 2 Nos.

Supplying, erecting & marking SPMCB 6A to 32A, B- series (for lighting) in


provided distribution board as per specification No. SW-SWR/MCB
11) Cable – 30 Mtr
Supplying, erecting & terminating PVC armoured cable 2 core 2.5 sq mm
aluminium conductor with continuous 5.48 sq mm (12 SWG) G.I. earth
wire complete erected with glands & lugs, on wall/ trusses/pole or laid in
provided trench/ pipe as per specification no. CB-LT/AL

12) FRP BOXES – 1 Nos.


Supplying & erecting FRP box of size 150 mm x 125 mm x 100 mm, 2.7
mm thick complete on pole as per specification No. CB - SB
13) Mains - 15 Mtrs.
Supplying & erecting mains with 2x1.5 sq.mm FRLS copper PVC
insulated wire laid in provided conduit/trunking/inside pole/Bus bars or
any other places as per specification No: WG-MA/BW
14) G.I. Pole – 1 Nos.
Supplying & erecting ISI mark G.I. pipe pole ‘B’ grade 75 / 80 mm. dia. 6 mtr. long complete with 75 mm.
Deep pole cap and MS. / C.I. base plate of size 30 x 30 x 0.60 cms. welded at the bottom and duly painted
with two coats of red oxide paint and one coat of bituminous paint for the 1 / 6 thick. length to be
embedded in ground and muffing (Square/round) and two coats of silver paint for the remaining portion
and complete erected in provided C.C. foundation & muffing (Square/round) with welded earthing stud.

15) Street light bracket – 2 Nos.


Supplying and erecting Street light Bracket made from 40 mm dia. 'B'
class G.I.Pipe ,0.6 m in length along with pole cap of 300 mm length and

Contractor No. of corrections Executive Engineer


482
80 mm dia duly welded with provided leads as per specification No. FG –
BKT/BPC

16) C.C. Foundation – 1 Nos.


Providing C.C. foundation including excavation for the poles with 45 X 45
cm and 120 cm deep in 1:3:6 cement concret ( 20 to 25 mm stone metal)
and 45 X 45 X 45 cm plinth duly plastered and with necessary curing and
finishing in an approved manner

17) Outdoor LED Fitting Lamp – 2 Nos.


Supplying and erecting LED Street Light fitting suitable for 48 Watt lamp ,
including lamp,with PF>0.95 class IP65 and above housing of pressure die
cast aluminium alloy and heat sink extruded aluminium complete ass per
specification No. FG - ODF/FLS2
18) Earthing – 1 nos.
Providing and making pipe type earthing as per IE rules with pipe rod of
40 mm dia, charcoal, salt, etc. complete.
19) Bunch of Wires – 10 Mtrs.

Supplying and erecting mains with 2 x 1.5 sqmm F.R.L.S copper PVC
insulated wire laid in provided conduit bus bars or any other places (10 m
for each pole)
20) G.I.Pipe – 3 Mtrs

Providing, errecting 25 mm dia GI Drop Pipe A class for enclosing PVC


cable

ITEM NO.19 :- VENTILATION

The job covers designing, providing, and installing proper ventilation system comprising combination of air
supply fans in the space between two floors & exhaust fans below corbel level . All equipments shall be capable
of continuous operation in the climatic conditions.

Ventilation equipment shall be of heavy duty industrial type suitable for continuous operation in an ambient
temperature up to 50 degree centigrade on 240 volt single phase or 440 volt three phase , 50 Hz. Electric supply
as specified otherwise , ventilation equipment designed for ten(10) air changes per hour . Minimum no. of air
intake fans and exhaust fans shall be provided as given below.

7) Air Intake fans 450 mm dia, 900 rpm - 1 No.


8) Exhaust fans 450 mm dia, 1400 rpm - 1 No.

Contractor No. of corrections Executive Engineer


483
The necessary metal sheet cawl , recess in wall, Sunmica Board, MCB for fans shall be provided . The
Mains supply shall be given by providing 2.5 sq.mm copper wire with necessary MCB Board.

ITEM NO. 20 - FIRE FIGHTING & SAFETY EQUIPMENTS

The following Fire fighting equipments & safety equipments shall be provided

1 First Aid Box 1 No


2 Hand Gloves 1 Pair
3 Instruction charts 2 Nos.
4 Fire fighting Extinguisher ABC type- 5 Kg capacity 2 Nos.

ITEM NO. 21 :--FULLBORE ELECTROMAGNETIC (INLINE) FLOWMETER

Designing, providing, installing and commissioning Full Bore(Inline) Electromagnetic Flow Meter , for Raw water
with accuracy +/-0.5% of measured value & protection as per given specifications for the required sizes including
sensor, transmitter, surge protection device, 50 m. sensor / transmitter cable, PVC conduit pipe- 25 M with each
flow meter, including the pipe cutting, leveling & installation of flow meter in the pipelines with necessary tool
tackles, cranes etc
A ] Mandatory Accessories:
1) The sensor should be as per IP-68 protection & with flanges of up to PN10 rating from CS. – 1 No.
2) The sensor coil housing shall be IP-68. This protected against external magnetic field.
3) The transmitter shall have one scalable pulse output, one current (4mA – 20mA HART) output. – 1 No.
4) The current output shall be galvanically isolated .It shall be fitted with switched mode power supply
capability 85-260 V & 45-65 Hz to cope with power transients without damage.
8) Signal & power cables not more than 50 Mtrs length with each flowmeter
6) Conduit pipe (PVC Plumbing) 25 mm diameter with suitable rating,suitable conduit duct for routing of cable
with suitable digging, laying & concealing the duct - 25 Mtrs / each.
7) UPS working on 230 V AC, 50 Hz power supply suitable for 12 hrs continuous operation. – 1 No.
8) Data storage capacity with built in or separate for date, time, actual flow rate, totaliser & error messages if
any with storage capacity of 120 days at 5 minutes interval data logging. – 1 No.
9) 21 inch, 80 column Dot matrix printer of EPSON, WIPRO, or Hewlett Packard make with printer interface
unit for printing of stored data as per 8) – 1 No.
10) Proper earthing shall be provided for protection against high voltage surge .
11) Suitable over voltage protection unit for protection of instrument from higher voltage (upto 275 V – 300 V
AC)
B ) Working Condition & Specifications:
a. Water Temp: 10 Deg to 50 Deg
b. Water Quality : Raw water, turbid in nature. Potable chlorinated water.
c. Operating pressure : 10 - 15 Kg./cm2
d. Pipeline MOC : CI, DI, MS with / without mortar lined, Non-metallic Pipes, HS & PSC

Contractor No. of corrections Executive Engineer


484
.e. Pipe condition: Pipe shall be running full.
f. Full-Bore Bi-directional Electromagnetic Flow meters shall be designed, manufactured & calibrated to
international standards with accuracy of +/- 0.5% of reading.
g. The supplier should have full ISO-9000 series accreditation & fully traceable calibration methods to either of
the two primary standard means of testing i.e. mass (ISO 4185) or volume (ISO 6817).
h. Each meter shall be wet calibrated at the place of manufacturing with 3 point calibration at sufficient flow
rates. The testing facility shall be duly accredited in accordance to ISO 17025.
i. The sensor shall be of Standard length as per ISO 13359.
j. The Sensor shall have built in Stainless steel Grounding Electrode & Empty Pipe Detection. Any ground
probes, rings, flanges or straps will be strictly not acceptable.
k. The liner material shall be either Certified Hard Rubber (HR) with Drinking Water Approval or
Polyurathyane (PU) & Teflon.
l. The sensor & transmitter shall be capable of working in tropical environment.
m. The meter body shall be flanged or with custom connector as per the requirement. Wafer designs will not be
acceptable.
n. The housing of flow meter shall be Die Cast Aluminum / Painted steel with suitable anti-corrosive paint.
o. The flow meter shall be suitable for both submergence as well as burial installation & shall withstand all
necessary natural shocks.
p. The transmitter & sensor shall not have any EMI interferences in the actual flow meter reading.
q. The transmitter shall be wall-mounted type with a 2-line display for the indication of Actual Flow rate &
Totalized value. The material enclosure shall be sufficient to guarantee 5 year operation life
.r. The transmitter shall be capable of fully programmed with push button / using HART communicator . It
shall have a set-up menu so that all relevant parameters may be user-set from the self-prompting driven menu.
The repeatability shall be 0.1% or reading or better, minimum +/- 0.5mm/s.
s. The transmitter shall have one scalable pulse output, one current (HART) output. The current output shall be
galvanically isolated. It shall be fitted with switched mode power supply capability 85-260V & 45-65Hz to
cope with power transients without damage.
t. The totalizer value shall be protected by EEPROM during power outage, and utilizes an overflow counter.
u. The flow meter shall be provided with remote display suitable without any signal booster / amplifier for
distance up to 150 Mtrs.for online MIMIC.
It is the responsibility of bidder to arrange calibration and testing of above meter at factory. Certificate of
testing and calibration shall be produced. Manufacturer who have ISO 17025 accredited flow LAB should get
100% tested at their own LAB in India in presence of M.J.P. Engineer & MJP approved third party/agency(
Third party inspection charges will have to be borne by the bidder. The manufacturers who do not have
laboratory accredited by NABL to ISO 17075 shall test all flow meters in any one Laboratory such as
FCRI/CWPRS/IDEMI witnessed by M.J.P.Engineer.
Dispatch documentary evidence from flowmeter manufacturer with Sr.No.,model,etc. of each flowmeter is
essential without which flow meters will not be accepted and payment will not be made

ITEM No. 22 : C.I. MECHANICAL COMPRESSION FLANGED/ SOCKET TAIL PIECE –

Contractor No. of corrections Executive Engineer


485
(Popularly known as I TM Flanged / Socket Tailpiece)
suitable for making flanged connection with the plain barrel of C. I. Spun Pipes ( as per - IS - 1536 / 2001) and D. I.
Pipes ( as per IS: 8329 / 2000).The Tailpiec to be supplied complete with sealing rubber gasket of S.B.R, C.I.
Follower Glands and M.S. Nut Bolts.The whole assembly should be mechanically and hydraulically tested to the
provisions as laid down in IS:1538 /1993. The rates are inclusive of cost of material, freight charges, loading,
transportation and unloading at departemental store, excluding GST levied by Gol and GoM in all respect, etc.
complete as directed.

ITEM NO.23 :- PANEL CABINET

Fixing flow meter transmitter to internal walls of buildings in a suitably designed panel cabinet with proper locking
arrangement with glass window on front door for seeing the readings of flow transmitter and data logger without
opening of the panel cabinet. It should house complete ancillaries and including the provision for connection of
electrical power supply from nearby apparatus. The panel cabinet shall be prewired and with suitable gland entries.

ITEM No.24 : RCC Chamber for Flowmeter -

Providing and constructing R.C.C. chamber for Flowmeter with 15 cm thick M-150 ( 1:2:4) PCC bedding ,10 cm
thick RCC 1:2:4 raft slab, 15 cm thick RCC M-150(1:2:4) wall and cast in situ RCC cover 15 cm thick on chamber
in RCC M-150 (1:2:4) including normal dewatering, centering, plywood formwork, bully/ steel prop.-ups,
compaction, finishing the formed surface with C.M. 1:3 of sufficient minimum thickness to give smooth and even
surface finish with curing including providing & fixing in position steel M.S. HYSD bar reinforcement of various
diameter for RCC raft Slabs, wall cover, etc. including cutting ,bending, hooking the bars, binding with binding
wires, etc. complete as directed by Engineer-in-charge.

Sub Work no 5 E :-Providing errecting, Testing and Comissioning of Non Clog


submersible pump Set with allied equipments on Re-Circulation Sump.
The scope of work includes providing approved make pumps & allied
Mechanical & Electrical equipments for the scheme as per requirement of the Department. The essential design
features and detailed specifications of each and every item are as under. The layout drawing of pumping machinery
& allied equipments shall have to be submitted to the Executive Engineer ( mech ) for approval before actual
procurement.

ITEM NO.1 - NON CLOG SUBMERSIBLE PUMPS


ESSENTIAL DESIGN REQUIREMENTS

The Non Clog Submersible Pump offered shall satisfy the following basic design
features.

 It shall have a rising head characteristic.

Contractor No. of corrections Executive Engineer


486
 The impeller adjustment shall be such that, the impellers run free in any installed
condition.
 It shall be designed for non-overloading of prime mover.
 It shall be designed to run with closed sluice valve condition without overloading the
prime mover.
 The pumps shall run smooth without noise & vibration. The magnitude of peak to peak
vibration at slip will be limited to 100 microns at the bearing housing.

Necessary NPSH curve shall be submitted and minimum submergence required shall be stated.
The system head curve and performance curve for all level conditions is to be enclosed.

The pump shall be suitable for satisfactory operation at the duty conditions, the head range
stipulated.

The pumps shall have following technical parameters and particulars.

1) No. of pumps to be 3 Nos


installed 2 working, 1 stand bye

2) Discharge 58430 LPH

3) Duty head 18 Mtrs.


4) Working head range 15 mtrs. to 21 mtrs.

5) Shut off head Not less than 24 mtr.

6) Pump efficiency at duty point Min 65 %

7) Speed 1450 RPM

9) Soft Solid Handling Capacity Not less than 40 mm

10) Impeller type Front Open

11) Delivery Flange Dia . 100 mm

12) Rated Output Min.7.5 HP

13) Cable length with each Pump 10.0 M.

14) Protection IP 68

15) Insulation F Class

16) Starting Method Star Delta

Contractor No. of corrections Executive Engineer


487
17) Voltage 415 V +/- 10%

18) Frequency +/- 5 %

19) Application Raw Sewage

20) Specific gravity of liquid handaled 1.05

21) Liquid PH 6.8 to 7.9

NON CLOG SUBMERSIBLE PUMPSETS

The Non Clog Submersible pump sets shall be suitable for following conditions and
specifications.

 The pump shall be of approved by the Executive Engineer (M).

 Pump efficiency shall not be less than 65% at duty point under all circumstances .

 Constructional and design details of the set shall be as follows.

a) Impeller

Impellers shall be Stainless Steel CF8M shall be statically and dynamically


balanced. Balancing holes in impeller are not acceptable. The Impellers shall be
of non clog type for allowing smooth passage of soft solids of 40 mm dia.
b) Pump casing
The radially split casing shall be provided with delivery nozzle cast
integral with it. Suction shall be axial and delivery nozzle shall be
central & horizontal. The semi-concentric casing shall be specially
designed for reducing radial thrust and ensuring ensuring vibration free
performance. The volute passage shall be wide for passing soft solids
easily. The pump casing shall be of CI FG 260, IS 210
c) Shaft
The shaft shall be common for pump and motor. The shaft shall be made
from Stainless steel 410 accurately machined. The shaft shall be
supported by two ball bearings in the motor above the impeller. The
shaft shall be designed to transmit the power without undue vibrations
and deflections.

Contractor No. of corrections Executive Engineer


488
. d) Mechanical Seals
Two mechanical seals shall be provided to ensure no ingress of water or
sewage in motor. Material of construction for mechanical seals shall be
as follows
1) Motor side – Carbon v/s Cast Cr. Mo Stee
2) Pump side – Sic v/s Sic
e) Bearings
Bearings shall be sealed and grease lubricated for maintenance free
Performance.
. f) Motor
Motor shall be dry type submersible and cooled by liquid being handled.
Motors shall be air tested for leak free operation.
h) Cable
The cable shall be specially designed, 1.1 kV grade having annealed tinned
copper conductor, insulated with Electron Beam Irradiated cross linked
elastomeric compound ( compatible for continuous operation at 120 degree
centigrade.) cores laid up with a proof cotton binder tape and sheathed
overall with Electron Beam Irradiated cross linked elastomeric HD HOFR
elastomeric compound and generally conforming to IS 9968 Part I. The
cable shall offer resistance to acidic or alkaline sewage medium and to the
effluent gases coming out of sump.

h) Pumps shall be supplied with “ Cutter Fan” arrangement at suction to


agitate the liquid.

TESTING

All the pumps shall be subject to factory test in presence of Executive Engineer
(M) or his representative and third party inspection agency approved by MJP.

SCOPE OF INSPECTION

a) Review of raw materials test certificates and quality control procedure


b) Hydrostatic test
c) Strip inspection for one random pump after performance test to check
1) Rubbing if any.

Contractor No. of corrections Executive Engineer


489
2) Wearing ring clearances.
3) Dynamic balancing of impeller
d) High voltage test
e) Insulation test ( before and performance test )

Make : As per approved list of MJP.

ITEM NO. 2 - PRESSURE GAUGE

This job covers providing and fixing 100 mm dia Glyscerine filled pressure gauge Bourdon’s type
pressure gauge as per IS 3624 : 1987 with brass cock, siphon tube, etc. as per direction of Engineer
in charge. Contractor should provide suitable tapped holes at appropriate places for fixing these
pressure gauges & the pressure gauge shall be located at a height of 2.5 feet from floor level to ease
easy reading for the operator. The pressure gauges shall have range from 0-7 Kg/ Sq.cm.& should be
of approved make only.

ITEM NO. 3 :- L.T. PANEL CUPBOARD/CUBICLE TYPE :-

440 Volts indoor panel cupboard/ Cubicle type for receiving and distributing power
from Main LT Panel of WTP & to supply power to Recirculation Pumps. This L.T. panel board
shall be installed at suitable place near Recirculation Sump. The size of L.T. panel board should
not be less than 1.5 m x 1.0m x 0.45 m. in size with minimum following accessories. The panel
shall be provided earth terminal to body as well as each door. . It shall be suitable for indoor
operation, floor mounted and industrial type, dust and vermin proof and shall be given one coat
of red oxide and two coats of gray enamel paint as approved by department. The panel shall have
front & back side lockable hinged shutters. It shall receive power and distribute as per
requirement to related equipment with proper protection, metering system and indication as per
I.E. rule.

1. A) Iron Work.

a) Channel ISMC 100 x 50 x 6 mm @ bottom for panel

b) Structural angle iron of size 40 x 40 x 5 mm

B) M.S. sheet for panel fabrication.

a) Panel rear top and side fabricated from 16 SWG Sheet. CRCA

Panel front and bottom fabricated from 14 SWG sheet.


Contractor No. of corrections Executive Engineer
490

2. Bus bar 100 Amp and Insulators in the enclosure-

a) Aluminum bus of suitable cross section.

b) Required bus bar insulators

3. Incoming MCCB 4 Pole, 100 Amp – 1No.

4. Outgoing TPN MCB C- Series, 63 Amp for 7.5 HP Pumps – 5Nos.


( 3 for Pumps, 1 for capacitor & 1 spare )

5. Outgoing DP MCB , 63 Amp for lighting & spare - 2 Nos.

6. DOL Starter for 7.5 HP Motor – 3 Nos.

7 Voltmeter with selector switch ( 0-500V) - 1Set.

8. Ammeter ( 0-50-300) A with selector switch – 4 set.

9. RYB indicating lamps – 1 set.

10. Capacitor Banks of APP type – 5 KVAR

11. Required self locking Arrangement.

12. LT Current Transformer. - 12 Nos

13. Panel Wiring – Job

14. Rubber Matting 12 mm thick,- 1.00 sq.mtr.

15. Caution Board – 2 Nos.

16. M. S. Bottom Stand, 0.5 m Height - 1 No.

17. EMPR ( Electronic Motor Protection Relay) – 3 Nos.


Providing, installing in panel EMPR for protection like overload, phase failure,
locked rotor, phase reversal with trip indication and adjustable over current
function & DIN rail mounted. The make and type of EMPR shall be got
approved from competent authority before supply.

The panel board shall be completely factory wired ready for connecting the
equipment. All internal wiring of the panel is to be carried out by PVC insulated PVC
sheathed copper cable of adequate capacity. All the control wiring shall be done by 2.5
Sq. mm FRLS copper wire of approved make. Incoming and outgoing cable entries shall

Contractor No. of corrections Executive Engineer


491
be enclosed in metal clad dust and vermin proof enclosure and suitable size cable glands
shall be provided for cable entries from bottom.. The drawing of the panel shall be got
approved before actual manufacturing

TESTING

The L.T. panel shall be tested at manufacturers works in presence of Engineer-in-charge


or his representative.

The Scope at Inspection is as given below :

a) Review of raw material test certificate and quality control procedure.


k) Routine test as per IS.
l) High voltage test.
d) Insulation Resistance test.
e) Checking phase and earth clearance of busbars
f) Checking wiring diagram contact circuit and operation of panel.
g) Fault simulation for testing protection relays except short circuit and earth fault.

Note :-

The complete circuit diagram of all power circuits, control circuits with necessary
protection relays, CTs, PTs, auxiliary contacts etc. shall be prepared and drawn on A - 1
size engineering sheets duly laminated and fixed on teak wood board and shall be fixed in
the pump house.

In addition to above five laminated copies of above sized circuit diagram shall be
submitted to the office for Record and O & M purpose.

ITEM NO. 4 C.I.D.F. SLUICE VALVE (GLANDLESS)–

Providing, erecting and commissioning of PN-1.0 Rating Sluice Valves


(Glandless type) without by pass of diameters given in Schedule B shall be of

Contractor No. of corrections Executive Engineer


492
approved make and shall be provided in the delivery pipe of each pump. The
sluice valves of cast iron body suitable for the PN-1.0 rating shall be provided and
shall confirm to IS:14846. The sluice valves shall be double flange, water works
pattern, inside screw, non-rising spindle type and shall be fitted with double
faced gunmetal taper wedge made in one piece and having two machined facing
rings securely fixed into machine recesses in the wedge. The guides and the lugs
shall be provided to guide the wedge through its full travel and the lugs and
guides shall be lined with bronze. The bronze liners provided on guides and lugs
shall be secured by counter sunk screws or rivets of nonferrous metals. The
clearances (radial and lugs axial) between the lugs and guides shall not exceed
2.5mm. All valves shall be provided on delivery side of pump.

MATERIALS OF CONSTRUCTIONS :
Body, bonnet cover and wedges Grey cast iron

Stuffing box and gland. FG – 200 of IS-210

Spindle Stainless steel IS:6603

Wedge and body rings Leaded in bronze conforming


to grade-2 of IS:318

Nuts and Bolts As per IS :1363

Wedge Nut High tensile brass conforming


to Alloy 3 of IS : 32

Tests :
The valve shall be subjected to test at manufacturer’s works for seat and body test at the pressure
stipulated in IS for respected PN Rating. Manufacturer’s test certificate shall be submitted along
with supply.
.

Make As per Mechanical approved list of MJP.


Necessary cement concrete support block for supporting the valves shall be provided as per
direction of Engineer-in-charge. The valves shall be painted with two coats of best quality
anticorrosive black paint after erection work
ITEM NO. 5 C.I.D.F. NON RETURN VALVE
Providing, erecting and commissioning of PN 01.0 Rating Non Return Valves with by
pass arrangement..

Contractor No. of corrections Executive Engineer


493
The pump shall be provided with a non-return valve approved by the Executive Engineer
on delivery side. The valve shall be generally confirming to IS:5312 (Part-1).

Normal working pressure seat 10 kg/cm2


Body 16 Kg/cm2

MATERIALS OF CONSTRUCTION
Body, cover, door and door face disc. Grey cast iron confirming to grade

Disc. FG –200 of IS-210


Hinges Cast steel to IS:1030
Hinges pins, door pins & door Stainless steel to IS:6603

Suspension pins

Bearing bushes, body hinges and Gun metal conforming to grade 2


door faces of IS:318

Tests :
The valves shall be tested at manufacturer’s works for seat and body
test pressure as given in IS for respective PN-Rating.
Manufacturer test certificate should be submitted by the contractor.

Make : As per approved mechanical list of MJP

ITEM NO.6A: C.I. PIPE WORK

Providing and supplying ISI standard CI double flanged pipes excluding GST levied by
GOI & GOM in all respect including railway freight, insurance, unloading from railway wagon,
loading into truck transport to stores, unloading etc. complete as directed by Engineer-in-charge.
The Pipes shall be painted with with two coats of epoxy paint. The pipes shall be provided as
per layout drawing approved by Executive Engineer (Mech.).

ITEM NO.6B: G.I. PIPE WORK

Providing & erecting ISI mark G.I. pipe 'A' Class of 40 mm dia excluding GST levied by
GOI & GOM in all respect, inspection charges, transportation to stores, etc. complete as per IS-
1239/2004.Note : One coupler shall be provided with each full length of pipe cost of which is

Contractor No. of corrections Executive Engineer


494
included in rates.The Pipes shall be used for enclosing Submersible cable.The pipes shall be
provided as per layout drawing approved by Executive Engineer (Mech.).

ITEM NO. 7 - FLANGED JOINTS

The delivery of pump shall be connected to the rising main by making flanged joints of
required size as per Schedule B to the CI pipes & specials. The flanges shall be jointed
with fasteners of adequate strength and quality . The bolt diameters shall conform to IS:
1538.
The joint ring between flanges shall be of 3mm thick rubber of adequate hardness for
forming watertight joints and suitable to withstand pressure of 10 kg/Sq.cm.
This item includes the cost of good quality rubber packing & nut bolts with washer. All flanged joints
shall be hydraulically tested on full load of pump.

ITEM NO. 8: C.I.D.F.SPECIALS

Providing, fabricating, erecting jointing and testing C.I. Flanged specials as per IS
standard
including painting with two coats of epoxy paint.

ITEM NO 9 : CABLE

The submersible cable shall be PVC insulated & PVC sheathed 3 core, flat with copper
conductor conforming to IS 694 (Part I) 1477. The size shall be 1 x 3 x 4.0 sqmm. The cable shall be
joined to submersible motor with required & suitable jointing kit as directed.

Suitable compression type lugs shall be used for cable termination. Cable routing
drawing should be got approved from the department prior to cable laying.

The point of Entry and Exit of the cable from pump house shall be sealed from
outside with an approved asbestos compound which shall be followed by a weak mortar.

Cable routing and laying shall be such that sharp bends are avoided. Loop and
extra length shall be provided in each cable run and located suitably. Single core cable
should be laid in trefoil formation. Cables running parallel should be spaced 150mm clear
distance. Radius of cable bend should not be less than 20D, where D is overall diameter
of cable.

Cable lugs and glands of suitable size as required provided & erected by
contractor.

Contractor No. of corrections Executive Engineer


495

ITEM NO 10 :-- EARTHING

GENERAL

The earthing arrangement for indoor equipment, motors, switch gear shall be designed in
conformity with the I.E. rules 1956 and IS : 3043 and Rules/ Regulations/Instructions of
statutory authorities, as
applicable for the class of work under the contract. The arrangement specifications and
quantity/size stipulated hereunder are minimum requirements. It shall however, be the
responsibility of the contractor to design and provide the earthing arrangement as stated
above, with prior approval from concerned authority without any extra cost.

a) EARTH ELECTRODE AND EARTH PITS

All earth electrodes shall be of galvanized cast iron earth plate with a trough and cover.
The electrodes shall not be situated at a distance less than 1.5 m from building fencing
structure and equipment foundations. The earth pits shall confirm to the provision in IS
and shall be constructed, in M-150 concrete. Required quantity of salt and charcoal shall
be provided. Each earth pit shall have funnel arrangement for watering. Minimum
requirements of earth pits/electrodes are as under.

Each earth electrode shall have disconnecting link to disconnect and measure resistance
of earth electrode. RCC chamber shall be provided with C.I. cover to each earth pit RCC
chambers top shall be flushing to metal spreading level in switch yard.

As per PWD red book specification nos. EA-EP

6. G.I earth plate type earthing 60 x 60x 0.6 cm 3 Nos


(For motors, panels,)

The quantity of earthing may vary as per MSEDC:s decision about installation of
metering kiosk. Agency has to execute the item as required.

Contractor No. of corrections Executive Engineer


496
TESTING

The contractor shall arrange for taking the actual earth tests for all electrodes as per I.E.
Rules & relevant BIS code. These tests shall be taken in presence of Engineer-in-charge
& test results shall be submitted in five copies for record.

The Tenderer shall submit the details earthing system layout drawing for L.T. earthing
system from Competent Authority before starting / Execute the above work.

SUB WORK NO 6 :- PROVIDING,LOWERING,LAYING JOINTING DI K9 PIPES


FOR PURE WATER PUMPING MAIN
SUB WORK NO 7 :- PROVIDING,LOWERING,LAYING JOINTING DI K9 PIPES
FOR PURE WATER GRAVITY MAIN
Item No 1: - Providing D.I. pipes (push on joints pressure pipes of D. I. of following class and diameters
confirming to the I. S. specification inclusive cost of jointing materials (Rubber gasket of EPDM Quality )
excluding GST levied by GOI & GOM in all respect including Third party inspection charges of TPI Agency
approved by MJP including Transit insurance, Railway Freight, Unloading from railway wagon, Loading into
Truck, Transportation to departmental store, unloading, stacking etc. completed as directed by Engineer in
charges (IS 1536/2001 for pipes and IS 158/1969 and IS 12820/1989 or latest edition/revision with
amendments for Rubber Gaske

PROVIDING & SUPPLYING OF DI PIPES –


The tender item includes supply of DI pipes of required class k-9 & k-7 & dia as specified in BOQ & as
per the requirement for the site including carting of the pipes to site of work as specified with due supply of
required rubber gaskets as per IS -1536/2001,IS158/1969&IS-12820/1989 of best quality of approved make
suitable for minimum work test pressure of 40 kg/cm^2 as required for Raw water rising main.The agency
should clearly mention this specific requirement in his supply order to the manufacturer of DI pipes.
The DI pipes shall be suitable for flexible push on joint suitably champfered or rounded off for smooth entry
of pipesin the socket fitted with rubber gasket.
Ruber gasket for push-on ,mechanical &flanged joint shall compatible with water to be conveyed for
materials pressure and temperature. while conveying the potable water Gasket should not deteriorate the
quality of water or should not impart any test or odour.
The DI pipes to be supplied of various diameters &class shall be confirming to specifications as per I.S. IS -
1536/2001,IS158/1969 & IS-12820/1989.

Raw Material –
Raw material used to manufacture the DI pipes shall be as per relevant
IS.
Pressure Rating &Dimensions.
The pressure rating of DI pipes and specials shall be confirming to I.S. IS -1536/2001,IS158/1969 & IS-
12820/1989 Table-1and 2 respectively.
Each pipe shall be of uniform thickness throughout its length.
The dimension to tolerances shall be as per specified I.S. standards.
Colour of pipes
The Colour of the DI pipe shall be as specified in IS code is black

Contractor No. of corrections Executive Engineer


497
Performance requirements
The pipe supplied should have passed the acceptance tests as per clause given in specified IS-8329 standards.
The manufacturer should provide the test certificates for the tests conducted, as required in specified
standards along with the supply of pipes & rubber gasket. Third party inspection of pipes& Rubber gasket
shall be carried out by MJP approved agency. The supply of pipe at site, then only it can be measured and
recommended for further payment.
Marking
As per the provisions of clause given in specified standards each straight length of the pipe shall be clearly
marked in inedible ink/paint the following information shall be marked.
a. ISI stamping with marking of IS 8329-1994 &IS-1536-2001.
b. The manufacturer’s name and /trade mark.
c. Lot number /Batch number

The Supply of pipes shall be in available lengths as per I.S. 8329-1994 &IS-1536-2001 .Quantities
of pipes in tender shall be got verified & approved from MJP Aurangabad & MJP before placing supply
order is necessary & binding for the contractor.

Damages to supplied materials due to carelessness of the contractor during loading, unloading, transport,
lowering, laying, cutting to required size, jointing, testing, etc. shall be at contractor's accounts and no
payment on this quantity is admissible .final quantity payable under this item of pipe supply shall be
restricted to the total laid length &successfully tested for that diameter &class of pipes.
The payment for this item shall be admissible on the RMT basis

Item No 2: - Providing DI special suitable for above pipes

Providing and supplying ISI standard D.I. specials & fittings with sealing rubber gasket of S.B.R., complete
with Cast iron follower gland and M.S. nut & bolts coated or otherwise protected from rusting and suitable
for D.I. pipes including cost of all labours and materials and transportation to stores / site, loading, unloading
including all taxes such as GST levied by GOI & GOM in all respect, complete as per IS-9523, etc. complete.
The items include providing, supplying DI/CI/MS Double flanged specials suitable for diameter as required
and of required thickness and including all materials labour charges with epoxy paint from inside and outside
including all taxes (Central & local) Octori if necessary, inspection charges, transportation to stores/ sites &
stacking etc complete. As per requirement a machine ends DI specials suitable for PCCP/BWSC/D. I. pipes
will also be supplied under this item. The mode of measurement of payment shall be on weight (Kg) basis.
Scope: The item cover supply of DI/CI/MS double socket and flanged specials of various diameters
including conveyance of specials form manufacture's works to site stores, stacking them properly and
protecting till commissioning of work.

General: The specials shall confirm to relevant I.S.

Materials: The specials shall be manufactured form cast iron conforming to IS 210 Gr. 20.

Coating: The specials shall be coated by bitumen by not dipping process.

Tests: The specials shall be tested at factory for 25 kg/sq/cm/ Pressure.

Flanges: The flanges shall be drilled to IS-1538.

Tolerance: The tolerance in weight and dimensions shall be as per ISS. Only the specials fitting within
tolerance limit shall be accepted.
Dismantling Joints –

Contractor No. of corrections Executive Engineer


498
Providing and fixing Dismantling joints –

Providing dismantling joints of appropriate diameter of M.S.as per detailed drawing suitable for PCCP pipes
including epoxy coating of approved make from inside, outside, transportation, loading, unloading octroi,
inspection charges as per directions from Engineer-in-charge etc.

Types of specials–
The following types of DI fittings shall be manufactured and tested in accordance with IS: 9523 or BS: 4772.
 flanged socket
 flanged spigot
 double socket bends (900, 450, 22 1/2 0, 11 1/4 0)
 double socket branch flanged tee
 all socket tee.
 double socket taper.
 All Flanged Tee.
 All Flanged taper.
 All Flanged Bend 900
 All Flanged Duck Foot Bend

Supply–

All the DI fittings shall be supplied with one rubber ring for each socket. The rubber ring shall conform to IS:
12820 and IS: 5382 as described in the preceding chapter. Flanged fittings shall be supplied with one rubber
gasket per flange and the required number of nuts and bolts.

Lubricant for ductile iron pipes and specials–

General–
This section covers the requirements for lubricant for the assembly of Ductile Iron pipes and specials suitable
for Tyton push-in rubber ring joints

Specification–
The lubricant has to have the following characteristics:
 must have a paste like consistency and be ready for use
 has to adhere to wet and dry surfaces of DI pipes and rubber rings
 to be applied in hot and cold weather; ambient temperature 0 –
50 °C, temperature of exposed pipes up to 70 °C
 must be non toxic
 must be water soluble
must not affect the properties of the drinking water carried in the pipes
 must not have an objectionable odour
 has to inhibit bacterial growth
 must not be harmful to the skin
 must have a shelf live not less than 2 years

Acceptance tests –

They shall be conducted in line with the provisions of the IS9523

Contractor No. of corrections Executive Engineer


499
Packing–

All the DI fittings shall be properly packed with jute cloth. Rubber rings shall be packed in polyethylene
bags. Rubber rings in PE bags and nuts, bolts etc. shall be supplied in separate jute bags.

The fittings should also be supplied by the manufacturer of the pipes. They should preferably be
manufactured by the manufacturer of the pipes. In case they are not, it will be the responsibility of the
manufacturer of the pipes to have them manufactured from a suitable manufacturer under it’s own
supervision and have it tested at his/sub contractors premises as per the contract. The pipe manufacturer will
however be responsible for the compatibility and quality of the products.
Mode of Measurement –
The unit of quantity shall Kg of Specials.

Note - The provision of item is on Lumpsum basis. The payment will be done as per actual consumption of
specials for completed work as per rate of MJP CSR of 2021-22 or Approved Market rate where rates are not
available in MJP CSR. No clause-38 is applicable for this item.

Item No. 3: - Providing double flange sluice valve confirming for IS-14846 including worn gear
arrangements as per test pressure stainless steel spindle, caps Excluding, GST, levied by GOI and GOM
transportation loading unloading etc. complete.

Sluice Valves –
These specifications cover general provisions and requirements and are supplementary to the General
conditions of contract.

General –
The Sluice Valves proposed to be procured through this tender are to be used for drinking water supply
schemes under execution.

Work Under This Contract –


The work entitled manufacture, supply and delivery of Sluice valves for transmission mains shall comprise
the manufacture, supply and delivery of the goods as mentioned in the Bill of Quantities.

a) Sluice Valves PN 1.0 of IS: 2906 /14846 (Latest version) of various sizes, ranging
from 150 mm to 800 mm.
As per schedule B of the item

The manufacturer of sluice valves should be from MJPs approved list

Note –
The above goods to be used for conveyance of potable water at temperatures varying from 10 degrees
centigrade to 40 degrees centigrade.

The tender price shall include all labour and machinery and all materials necessary for the proper,
manufacture of the goods, for tests at the contractor’s works for the insurance and for delivery to works for

Contractor No. of corrections Executive Engineer


500
the proper maintenance and for discharging every obligations and requirement of the contract, in accordance
with the intent of the contract documents, as stated in the General Conditions of Contract.

Standards –

Where reference is made to a particular standard, it shall be the latest revision of the Indian Standard
Institution. Unless otherwise specified, the sluice valves shall be in accordance with the provisions of
IS:780:1980 and IS:2906:1984 or sizes of the sluice valves covered under relevant standards.
Marking of Sluice Valves –

Each sluice valve shall be marked as per IS: 780:1980, Para-II for sizes and IS:2906:1984, (Latest version) of
various sizes, ranging from 150 mm to 800 mm.
Packing and Handling –

The contractor shall dispatch from the manufacturer’s works goods adequately protected to prevent damage
and deterioration during transportation and storage, etc. The packing is to be quite robust to withstanding
rough handling during the transit by road/ rail/ sea and storage.
Each package / create will contain sluice valve of one size only in relevant class.
The packing procedure followed shall be in accordance with para 12 of IS: 780:1980 and para 12.1 of
IS:2906:1984
The contractor shall use proper handling equipment or follow suitable handling method as approved by the
Engineer to unload the materials at the delivery site to prevent damage to the goods and equipments.
Third party inspection from agency approved by MJP should be carried out at contractor’s cost only.
The contractor should produce manufacturer’s test certificate conforming that the valves have been tested in
accordance with I.S. specifications, stating the actual pressure and the medium used in the test. The design
workmanship, material, strength and dimensions of all parts shall be as per I.S.S. The product shall be of
proven quality rendering reliable service during maintenance and requirement.

Third Party Inspection –

Third party inspection shall be carried from MJP approved agencies.


The valve shall be tested in factory by third party in presence of Maharashtra Jeevan Pradhikaran
representative at least for
c. Review of martial of construction
b Overall dimension of all component
c. Hydraulic testing.

The cost of valves should be including all taxes (Central & Local) railway freight, transportation upto site of
work or departmental store including loading unloading etc.

Mode of Measurement –

Contractor No. of corrections Executive Engineer


501
This item will be measured and paid as per Number basis. 80% payment shall be payable after supply, 10%
payment shall be payable after lowering, laying and jointing & remaining 10% payment shall be payable
after satisfactory hydraulic testing is given.

Item No. 4:- Providing and supplying at site ductile iron /Spheroidal Graphite (S.G.) iron single /Double
chamber tamper proof air valve without isolating sluice valve. Valves in accordance with BSEN 1074-4 of
PN 10/16 rated, with body and bonnet of ductile iron confirming to EN 1563/IS 1865 Gr. 500/7 or Gr.400/15
floats, float guide, seat ring of stainless steel 1.4436/1.4306, seat ring gasket of WRAS approved EPDM
rubber (suitable for drinking water), internal fasteners of stainless steel A2. Body & Bonnet coated inside &
outside with electrostatically applied epoxy powder coated blue colour (suitable for drinking water) as per
DIN 30677-2 & GSK guidelines with a coating thickness of min. 250 microns.Flange connections as per IS
1538 raised face & pressure testing at manufactures works shall be done as per IS 14845. including
transportation charges excluding GST levied by GOI & GOM in all respect etc.complete. (For PN 10 & 16)

This items Include Providing and supplying at site ductile iron/ Spheroidal Graphite ( S.G.) iron single/
Double chamber tamper proof air valve without isolating sluice valve. Valves in accordance with BSEN
1074-4 of PN 10/16 rated, with body and bonnet of ductile iron confirming to EN 1563/IS 1865 Gr.500/7
or Gr.400/15 floats, float guide, seat ring of stainless steel 1.4436/1.4306,seat ring gasket of WRAS
approved EPDM rubber (suitable for drinking water ), internal fasteners of stainless steel A2.Body &
Bonnet coated inside & outside with electro statically applied epoxy powder coated blue colour (suitable
for drinking water) as per DIN 30677-2 & GSK guidelines with a coating thickness of min.250 microns.
Flange connections as per IS 1538 raised face & pressure testing at manufactures works shall be done as
per IS 14845.including transportation charges excluding GST levied by GOI &GOM in all respect etc.
complete.(For PN 10 & 16)

The cost of valves should be including all taxes (Central & Local) railway freight, transportation upto site
of work or departmental store including loading unloading etc.

THIRD PARTY INSPECTION –

Third party inspection shall be carried from MJP approved agencies.

The valve shall be tested in factory by third party in presence of Maharashtra Jeevan Pradhikaran
representative at least for

d. Review of martial of construction


b Overall dimension of all component
c. Hydraulic testing.

MODE OF MEASUREMENT –

This item will be measured and paid as per Number basis. 80% payment shall be payable after supply, 10%
payment shall be payable after lowering, laying and jointing & remaining 10% payment shall be payable
after satisfactory hydraulic testing is given.

Item No 5: - Excavation for foundation / pipe trenches in earth, soils of all types, sand, gravel and soft
murum,Hard Murum and Boulders ,Soft rock including removing the excavated material upto a distance of
50 metres and lifts as below, stacking and spreading as directed, normal dewatering, preparing the bed for

Contractor No. of corrections Executive Engineer


502
foundation and excluding backfilling, etc. complete. (Bd-A1/259)

The excavation shall be done as per standard specification No. Bd - A 1., A2., A3., A.4. AS. and A6. page
No. 271-272 of 1965 edition or as per latest edition of the Standard Specifications. The item includes
excavation in all kinds of strata such as soils, sand. murum, hard murum with or without boulders, soft rock,
hard rock with blasting. The item includes excavation by manual. mechanical or by any other means.
The excavation shall be done to the required depth and section as directed by Engineer-in- charge. Extra
excavation done for whatever reasons shall not be paid for under any circumstances. The excavated material
shall not be placed nearer than 1.00 meter, from the edges of excavated trenches. After refilling of the
trenches, the balance stuff should be disposed of as directed.
The excavation is to be done for pipe line trenches for foundation of C.C. blocks, fixity blocks, trust blocks &
encasing.
Necessary shoring and strutting of sufficient strength should be provided to sides of excavated trenches to
prevent falling of sides.
During execution of works at all endangered places where traffic prevails, trenches shall be strongly fenced
and marked with red lights. All necessary arrangement for diversion of traffic should be made before starting
of excavation and all precautionary measures should be taken so as to avoid accidents while work in progress.
Dewatering during excavation for pipe trenches should be done manually or by pump, for which rate in
included in excavation item. No separate payment will be admissible even for excavation in nalla / river
portion, site clearance etc.
During excavation, if masonry. concrete structures roots of trees etc. are met with the same shall be removed
without extra cost. The loss to public or private utility services such as telephone or electric cables / water
mains / or such other if comes across the trenches, 3hall have to be made good at the cost of the contractor.
The permission for such crossings f required from the competent Engineer shall be obtained through
Department. However, delay in obtaining such permission shall not be considered as cause of delay for the
works and no compensation shall be admissible to the contractor due to such delay. The bottom of trench
shall be leveled both longitudinally and transversely or stepped as directed by Engineer-in-charge.

For excavation of pipe line trenches, the maximum width of the trench, allowed for payment
shall be as below for all types of pipes and for required lifts.
Dia of pipe line Width
80 mm 0.70 m
100 mm 0.70 m
150 mm 0.75 m
200 mm 0.80 m
250 mm 0.80 m
300 mm 0.90 m
400 mm 1.00 m
450 mm 1.10 m

Contractor No. of corrections Executive Engineer


503
The item includes the cutting of tar road and making it in its original position etc. complete as directed by the
Engineer-in-charges. If the contractor is preferred to excavate the pipe trenches in all types of strata by means
of breaker, Poclain or any other mechanical equipment to get the work done speedily, nothing extra shall be
paid to the contractor on this account.
Mode of Payment
Payment shall be made on cum basis up to two decimal places.
Item No 6 :-Lowering laying and jointing with SBR ruber gaskets C.I. S/S / DI-K7 / DI-K9 pipes of various
classes with CI / MS specials of following diameter in proper position, grade and alignment as directed by
Engineer-in-charge including conveyance of material from stores to site of work, including cost of jointing
materials and rubber rings labour, giving hydraulic testing etc. complete.

Pipes should be lowered into the trench with tackle suitable for the weight of pipes. For smaller sizes, up to
200 mm nominal bore, the pipe may be lowered by the use of ropes but for heavier pipes suitable
mechanical equipment have to be used.
All construction debris should be cleared from the inside of the pipe either before or just after a joint is
made. This is done by passing a pull-through in the pipe, or by hand, depending on the size of the pipe. All
persons should vacate any section of trench into which the pipe is being lowered
On gradients of 1:15 or steeper, precautions should be taken to ensure that the spigot of the pipe being laid
does not move into or out of the socket of the laid pipe during the jointing operations. As soon as the joint
assembly has been completed, the pipe should be held firmly in position while the trench is back filled over
the barrel of the pipe.
The designed anchorage shall be provided to resist the thrusts developed by internal pressure at bends, tees,
etc.
Where a pipeline crosses a watercourse, the design and method of construction should take into account the
characteristics of the watercourse to ascertain the nature of bed, scour levels, maximum velocities, high
flood levels, seasonal variation, etc. which affect the design and laying of pipeline.
The assembly of the pipes shall be made as recommended by the pipe manufacturer and using the suitable
tools.

The socket and spigot ends of the pipes shall be brushed and cleaned. The chamfered surface and the end of
the spigot end has to be coated with a suitable lubricant recommended by the manufacturer of the pipes.
Oil, petroleum bound oils, grease or other material which may damage the rubber gasket shall not be used
as lubricant. The rubber gasket shall be inserted into the cleaned groove of the socket. It has to be checked
for correct positioning.
The two pipes shall be aligned properly in the pipe trench and the spigot end shall be pushed axially into
the socket either manually or with a suitable tool specially designed for the assembly of pipes and as
recommended by the manufacturer. The spigot has to be inserted up to the insertion mark on the pipe
spigot. After insertion, the correct position of the socket has to be tested with a feeler blade
Deflection of the pipes -if any- shall be made only after they have fully been assembled. The deflection
shall not exceed 75 % of the values indicated by the pipe manufacturer.

Anchoring of the pipeline


Thrust blocks shall be provided at each bend, tee, taper, end piece to prevent undue movements of the
pipeline under pressure. They shall be constructed as per design of ENGINEER- IN- CHARGE according
to the highest pressure during operation or testing of the pipes, the safe bearing pressure of the surrounding
soil and the friction coefficient of the soil.

Testing of the pipelines

Sectional tests

Contractor No. of corrections Executive Engineer


504
After laying and jointing the pipeline shall be tested for tightness of barrels and joints, and stability of
thrust blocks in sections approved by the Engineer in Charge. The length of the sections depends on the
topographical conditions. Preferably the pipeline stretches to be tested shall be between two chambers (air
valve, scour valve, bifurcation, other chamber).At the beginning, the Contractor shall test stretches not
exceeding 2 km. After successful organization and execution of tests the length may be extended to more
than 2 km after approval of the Engineer in Charge.
The water required for testing shall be arranged by the contractor himself. The Contractor shall fill the pipe
and compensate the leakage during testing. The Contractor shall provide and maintain all requisite
facilities, instruments, etc. for the field testing of the pipelines. The testing of the pipelines generally
consists in three phases: preparation, pre-test/saturation and test, immediately following the pre-test.
Generally, the following steps are required which shall be monitored and recorded in a test protocol if
required:
 complete setting of the thrust blocks.
 partial backfilling and compaction to hold the pipes in position while leaving the joints exposed for leakage
control
 opening of all intermediate valves (if any)
 fixing the end pieces for tests and after temporarily anchoring them against the soil (not against the
preceding pipe stretch)
 at the lower end with a precision pressure gauge and the connection to the pump for establishing the test
pressure
 at the higher end with a valve for air outlet
 If the pressure gauge cannot be installed at the lowest point of the pipeline, an allowance in the test
pressure to be read at the position of the gauge has to be made accordingly
 slowly filling the pipe from the lowest point(s).
 the water for this purpose shall be reasonably clear and free of solids and suspended matter
 complete removal of air through air valves along the line.
 closing all air valves and scour valves.
 slowly rising the pressure to the test pressure while inspecting the thrust blocks and the temporary
anchoring.
 keeping the pipeline under pressure for the duration of the pre-test / saturation of the lining by adding
make-up water to maintain the pressure at the desired test level. Make up water to be arranged by
Contractor himself at his own cost.
 start the test by maintaining the test pressure at the desired level by adding more make-up water; record the
water added and the pressure in intervals of 15 minutes at the beginning and 30 minutes at the end of the
test period.
 Water used for testing should not be carelessly disposed off on land which would ultimately find its way to
trenches.
 The testing conditions for the pipelines shall be as per the test pressures and condition laid out in IS 8329
for DI pipes and IS 4985 for uPVC pipes.

The pipeline stretch will pass the test if the water added during the test period is not exceeding the
admissible limits. No section of the pipework shall be accepted by the Engineer in Charge until all
requirements of the test have been obtained.
On completion of a satisfactory test any temporary anchor blocks shall be broken out and stop ends
removed. Backfilling of the pipeline shall be completed.

Leakage Test
The testing conditions for the pipelines are summarized as follows:
Maximum hydrostatic test pressure for DI K-9 pipes shall be hydrostatic working pressure
of DI pipe i.e. 18.0 kg/cm2 or 1.5 times of pressure in the pipeline, whichever is more.
Pre test and saturation period with addition of make-up water

Contractor No. of corrections Executive Engineer


505
Pressure: Test pressure

Duration: 3 hrs for DI pipes without cement mortar lining / 24 hrs for DI pipes with cement
mortat lining
Pressure testwith addition of make-up water
Pressure: Test pressure
Duration: 3 hrs
Test criteria for DI pipes:

Q = llitre per km per 10mm of pipe pe 30 m test pressure per 24 hrs.


All pressure testing at site should be carried out hydrostatically. The pipes shall be accepted to have passed the
pressure test satisfactorily, if the quantity of water required to restore the test pressure does not exceed the amount
‘Q’, calculated by the above formula.
If it is required to test a section of a pipe line with a free end, it is necessary to provide temporary support against the
considerable end thrust developed by the application of the test pressure. The end support can be provided by
inserting a wooden beam or similar strong material in a short trench excavated at right angle to the main trench and
inserting suitable packing between the support and pipe end.
The pipeline stretch will pass the test if the water added during the test period is not exceeding the admissible limits.
No section of the pipework shall be accepted by the Engineer in charge until all requirements of the test have been
obtained.
On completion of a satisfactory test any temporary anchor blocks shall be broken out and stop ends removed.
Backfilling of the pipeline shall be completed.

Failure to pass the test

All pipes or joints which are proved to be in any way defective shall be replaced or remade and re-tested as often as
may be necessary until a satisfactory test shall have been obtained. Any work which fails or is proved by test to the
unsatisfactory in any way shall be redone by the Contractor.

Flushing and disinfecting of pipelines

After testing and commissioning the contractor shall flush the pipes with a velocity not less than 1 m/s or as
approved by the Engineer in Charge. Disinfection of drinking water pipelines shall be made by engineer- in charge.

Where the excavation is made through permanent pavements, curbs, paved footpaths, or where such structures are
undercut by the excavation, the entire back-fill to the subgrade of the structures shall be made with sand in
accordance with IS 12288.
The excavated material may be used for back-fill in the following cases, provided it complies with IS 12288 Clause
4.11.1:
a) In Zone C: In cases where settlement is unimportant the back-fill shall be neatly rounded over the trench to a
sufficient height to allow for settlement to the required level.
b) In any zone, when the type of back-fill material is not indicated or specified, provided that such material consists of
loam, clay, sand, fine gravel or other materials which are suitable for back-filling in the opinion of the Engineer In
Charge.
All excavations shall be backfilled to the level of the original ground surfaces unless otherwise shown on the
drawings or ordered by the Engineer in Charge, and in accordance with the requirements of the specification. The
material used for backfill, the amount thereof, and the manner of depositing and compacting shall be subject to the
approval of the Engineer in Charge, but the Contractor will be held responsible for any displacement of pipe or other
structures, any damage to their surfaces, or any instability of pipes and structures caused by improper depositing of
backfill materials.
Trenches crossing a road shall be backfilled with selected material placed in layers not exceeding 15 cm in thickness
after compacting, wetted and compacted to a density of not less than 90 percent of the maximum dry density at

Contractor No. of corrections Executive Engineer


506
optimum moisture content of the surrounding material. Any deficiency in the quantity of material for backfilling the
trenches shall be supplied by the Contractor at his expense.
The Contractor shall at his own expense make good any settlement of the trench backfill occurring after backfilling
and until the expiry of the defects liability period.
On completion of pressure and leakage tests exposed joints shall be covered with approved selected backfill placed
above the top of the pipe and joints in accordance with the requirements of the above specifications. The Contractor
shall not use backfilling for disposal of refuse or unsuitable soil.
sequence of works for ensuring good pipe laying The required fittings, valves and jointing material should be
carefully worked out in beginning. This material should be received in full first of all on site and stored as pre
directions of manufacturer or as directions given elsewhere in this manual on Standards. The pipes should be
received on site only after the above fittings, valves and material for joints has been received and all necessary
preparation for laying has been made. The material received should be checked for inspection certification as per
contract and damage during transportation. All damaged material should be separated and not used.
The pipes received should be stored strictly as per directions of the manufacturer or as mentioned elsewhere in this
manual or standards.
The pipes and other material should be again inspected for any damage before use in the trench.
The fittings and valves should be installed in sequence with the laying of pipes without leaving any gaps.
It is desirable to lay the pipe lines from the end from where it can be connected to the water source to enable
regular flushing of laid pipes.
The entry of dirt or any foreign material in the pipe should be religiously prevented.
Each joint should be carefully checked for its completeness before covering up.
There should be a commensurate progress in trench excavation, laying and jointing of pipes, fittings, valves
etc. and testing of laid pipes in sections so as to complete testing of all pipes laid in quick follow up of
completing laying and jointing.

Disinfection of pipe lines should be carried out before commissioning.

MODE OF MEASUREMENT

The payment this item will be taken on running meter basis and paid on running meter basis at the rate
specified in Schedule-B. 85% payment shall be payable after lowering, laying and jointing & remaining 15%
payment shall be payable after satisfactory hydraulic testing is given.

Item No 7 :-Hydraulic testing of C.I./D.I. pipe line to specified pressure including cost of all materials and
labour and water for testing for specified length including cutting, placing end cap making arrangement for
filling safe water using reciprocating type pumps which should be able to provide specified test pressure
gauges and other necessary equipments, labour, operation charges, etc. required for testing. The rate
underthis item shall also include cost of retesting, if necessary and reinstating to original position using
water supplied by the contractor Contractor shall take delivery of pipes from the stores and shall convey them
upto work site for use after checking and testing for soundness of the pipes and shall be held responsible for
replacement of such materials of cracked or damaged materials are in advertantly fixed and jointed.

The Department will issue pipes in available lengths and specials. Damages to departmental materials due to
carelessness of the contractor during loading, unloading, transport, lowering, laying, cutting to required size,
jointing, testing, etc. shall be at contractor's accounts and shall be recovered from him at the rates decided by
the Executive Engineer.

During laying the pipe line some time it may be necessary to cut the pipe suit the site condition or to put in
some special or valve or to have exact length of the section etc. The contractor at his cost shall do this cutting
only. No claims for extra amount due to any particular type or individual length of cut pipes and specials
being supplied or joints having been increased due to small lengths shall be entertained.

Contractor No. of corrections Executive Engineer


507
The payment for this item shall be admissible on the basis of actually laid at site including length occupied
by all types of specials and incidental small pipe pieces or other types.

All the pipes and specials and valves to be taken into use shall be cleaned and brushed clear or rust and paint
at both the spigot and socket ends.

Before the pipes and specials are lowered and laid in trenches, the contractor shall see that the bedding is
plane or the surface is brought to uniform grade and leveled with the help of cross sight rails and boning staff
and approved in advance by the last 3 days by the sub-divisional officer.

The contractor shall provide, fix and maintain cross sight rails and boning staff whenever required until the
time of completion without any extra claim for cost etc. and which shall be considered inclusive of the rates
for excavation and lowering and laying. The contractor shall provide temporary benchmarks if called upon at
a minimum distance every 150 M without any claim for extra cost. These benchmarks shall be either of stone
masonry or mass concrete not less than 0.03 Cum.
The contractor shall provide ladder for inspection of works at least 2 Nos. at the time of inspection for all the
trenches of depth greater than 1.2 M.

The pipes, specials and valves shall be lowered by means of ropes, rackles or pulley as ordered evenly and
uniformly and shall be brought level with well consolidated hard murum or wooden sleeper as ordered.

All the S & S pipes and specials shall be laid with sockets facing direction of flow, as per manual.

Materials to be used for jointing such as spun yarn, etc. shall be first get approved in advance from the sub-
divisional officer.

No jointing operations shall be started unless the sub-divisional officer approves the grade and levels.

The pipes shall be laid in a complete straight line with center line ranged accurately by mean of string
stretched between marked centers in cross sight rails and no deviation will be permissible without the
permission of the sub-divisional officer. For deviations proposed by the Department from marks on sight
rails, the contractor shall postpone the work of jointing without claiming extra cost. The spigot end of the
pipe or specials shall be inserted in socket and of the other pipe or special and shall touch squarely without
any gap.

Under no circumstances, the D.I. pipes and other water mains will be laid in black cotton soil or rock surface
without murum cushioning.

The above murum cushioning of a depth of 150 mm thick or as specified shall always be provided in all
formation within the rate of laying pipe line unless an item for murum bedding is provided for separately in
the tender.

The murum bedding shall be of the full width of the trench. Murum bedding will be necessary in rock
formation boulder formation and soft soils and black cotton soil but not in murum formation itself.

No brickbats or hard stone metal bigger than 20 mm gauge shall be allowed beneath the pipe line directly in
touch with the pipe as in the murum bedding.

All stokes such as electric wires, water and sewer mains, manhole, natural drainage, culverts, storm water
drains, gutters, poles, etc. coming in the way shall carefully be looked after and any damage be prevented to
the same. Any work of removing repairing and reducing such structures or obstacles in the process of laying,

Contractor No. of corrections Executive Engineer


508
jointing and testing pipe line etc. should be carried out by the contractor wherever directed, without any
claims for extra to the satisfaction of the Engineer-in-charge. Contractor shall foresee all such situation and
make necessary arrangement to overcome those in advance.

The contractor shall not be allowed, any wastage and breakage in pipes brought by him for pipes issued
departmentally, the total length of pipes laid and that returned to stores in unused conditions shall coincide
with total length is used. The cost of pipes etc. cracked due to fault of contractor beyond the above
permissible limit shall be recovered from him. All waste and broken pipe pieces shall be returned by the
contractor to the store of issue at no extra cost. The contractor shall keep an upto date account of pipes,
specials and valves etc. issued him free of cost showing quantity received vide unstamped receipt No. and
date, quantity used giving chainages as and balance at hand and returned (supported by acknowledgements
signed by the Sub-Divisional Officer) failing which the Engineer-in-charge shall reserve the right to keep
final bill pending till this account is finalized and contractor shall not claim any compensation in that case for
delay in settlement of final bill.
Pipes shall be laid in reasonably dry trenches. Under no circumstances pipes shall be laid in slushy, marshy
or water logged and filled up or yielding strata before getting it inspected from Engineer-in-charge and
providing proper foundations.

Contractor shall make his own arrangements for obtaining permission for stacking or pipes etc. on the road
from land Owners whether it is belonging to any other Government Department or Municipal or Local
Bodies or Private Land Owners.

For crossing obstacles natural or built up such as culverts, drains, gutters, cables, pipline, poles etc. contractor
shall approach respective authorities obtain permission for crossing them immediately at the time limit of
acceptance of the tender and shall take into consideration all such difficulties for the time limit allowed for
execution and completion of the work. Any such work left remaining to be carried out due to want of the
tender without any claim for extra cost or compensation due to non receipt of permission or any other natural
or unforced and until the date of completion of the work shall be treated as incomplete. contractor shall also
not claim compensation if work is delayed on account of permission for road crossing etc. not being received
in time.

Before the work of laying pipe line is started the contractor shall see that all pipes are stacked length wise
above the trench between road fencing in sufficient number and without causing any construction to the
traffic.

Necessary road diversion as directed shall be provided without any extra claims by the contractor for
excavation the roads till completion of work, so that the traffic shall not be hampered. Necessary guide stones
duly painted with white wash shall be provided on both sides of temporary diversions. Necessary sign boards,
indicating diversions and road closed etc. shall be provided at prominent places alongwith red flags and red
letters at night time and maintained till the crossing work is over and road opened for traffic. The diversion
shall be removed after road surfaces are brought to original condition. Necessary storing planks for crossing
the trenches shall be provided on the open trenches in the towns and wherever required without claiming
extra cost.

The contractor shall take utmost care in laying the pipe line along with roads and in towns in order to avoid
accidents to human life and animal.

1.1 JOINTING OF PIPES –


All the jointing work shall be carried out by the contractor after giving written due intimation in advance at
least for 4 days before jointing operation starts and laid pipes are approved for grade and cleaned of all inside
waste material such as mud etc. and in presence of responsible Government Servant not below the rank of

Contractor No. of corrections Executive Engineer


509
Junior Engineer. Unless otherwise mentioned in the wording of the item in Schedule 'B' of the tender all
labour and materials required for jointing (depending upon the type of joint mentioned in item) such as lead,
spunyarn, grease, oil, SBR quality rubber rings and gaskets, cement, sand, water, fire wood, nut-bolts,
washers, rubber packing, RCC collars, etc. shall be Produced and used by the contractor at his cost. All the
materials to be used for jointing should be first got approved from the Sub-Divisional Officer.

No extra claims or compensation will be admitted for items of laying pipes etc. If the pipes are required to be
laid upto a depth not greater than 3 times the maximum depth shown in the sectioned longitudinal sectional
drawings or estimate so also no compensation shall be paid if class of pipes to be laid is changed during
execution.

If the lines are laid in separate detached sections and not continuous length due to any of the reasons such as
non availability of specials or due to obstacles etc. contractor shall see that no end of any pipe length is kept
open even temporarily and that all open ends are immediately covered up either by suitable blank flange or
cap, plug or by means of a double layer gunny cloth tied properly by means of mild steel wires and without
any claim for extra cost or compensation.
The contractor shall take utmost precautions to see that no extraneous matters such as lead, stones, brick bats
or animals such as rats, reptiles are allowed any access into the pipe line and in case of their existence being
detected in the pipe line, the contractor shall remove them by means of rodding etc. to the complete
satisfaction of the sub-divisional officer, without any claim for extra cost.

No extra cost will be allowed to fixing of specials and other accessories such as valves, washouts, etc. unless
provided for separately in the tender. So also no extra cost will be paid for cutting the pipes and specials as
and where required for negotiation of bend or fixing valve, branch tee or achieving exact length of the line
etc. The cutting operation shall be carried out preferably by means of standard pipe cutter or hacksaw unless
cutting
by chisel and hammer is allowed by the Engineer-in-charge. The end of pipe to be used for gasket joint shall
be chamfered by means of file and made perfectly true or like original chamfered and if portion of pipe or
specials is damaged rendered use less due to careless cutting of the contractor the cost of the damaged portion
as decided by the Executive Engineer will be recovered from the contractor.

If necessary the contractor shall have to carry out the work of laying pipes by keeping gaps here and there if
some pipes, specials and valves to be supplied by the Department as per Schedule 'A' would not be made
available in time and the contractor shall not claim any compensation for being required to lay the pipe line
in gaps and for excavating gap portion if it gets refilled etc.

Insertion of gaskets shall be done by proper application of a thin film of lubricant (Vegetable oil only) to the
butt seating inside the socket. The gasket shall be wiped clean, fixed and then the socket with the bulb
towards the back of the socket. The groove in the socket must be located on the retaining board in the socket
and retaining hole of the gasket firmly bedded in the seating. Contractor shall ensure to the satisfaction of the
Sub- Divisional Officer that the gasket fits evenly around the full circumference removing any bulges which
would prevent the proper entry of the spigot and for large diameter this operation should be assisted by
forming a second loop in the gasket opposite to the first and then pressing the loops flat one after the other.

The thin film of lubricant (Vegetable oil only) shall be applied to the inside surface of gasket which will be in
contact with the entering spigot. A thin film of lubricant shall be also applied to the outside surface of the
entering spigot for a distance of 25 mm from pigot end. The pipeline to be jointed should be supported
centrally by the tackle used for laying and balance just clear of the trench bottom. The spigot of the pipe must
be aligned and entered carefully into the adjacent socket until it makes contact with the gasket. Final
assembly of the joint is completed from this position.

Contractor No. of corrections Executive Engineer


510
The spigot end of the entering pipe shall be compressed until it reaches the bottom of the socket. If the
assembly is not completed with reasonable force, the spigot end shall be removed and the position of the
gasket examined and then the assembly is refitted properly to the satisfaction of the Sub-Divisional Officer.
The work shall generally be carried out as per instructions given in manufacturer's pamplets. All the tools and
tackles required for jointing, such as rack and layer 3 mm dia, 5 m long wire rope with thimble, hook and
rope adjuster should be procured by the contractor at his own cost.
The item includes all other necessary materials including rings, etc. and labour.

Item No 8 ;-Lowering, laying and jointing in position C.I.D/F Reflex valves ,Sluice Valves including cost of
all labour jointing material, including nut bolts and giving satisfactory hydraulic testing etc. complete (Rate
for all class of valves.)

This item shall be executed as per provision in the detailed relevant item of Schedule ‘B”. This includes cost
of supply, freight, transportation and allied taxes and delivery at the site of work. The item includes, labour,
cost of jointing materials such as nuts bolts, rubber packing of champion make for making flanged joint etc.
and fixing the valves in proper position and alignment including hydraulic testing conducted along with the
testing of pipe line for ascertaining the chainages of the valves so fixed as occupied in the pipe line. The
length of valves shall be recorded for actual length of valve without any financial implications. 90 %
payment shall be released after lowering, laying and jointing in position and 10 % payment shall be made
after completion of satisfactory hydraulic testing etc. The laying of valve shall be done as per specification
NoBd-V-3.6-page No.510. The item includes hydraulic testing of valves also along with the pipe line testing.
The valves shall be got inspected through EIL/SGS/RITS all charges of EIL/SGS/RITES inspection shall be
borne by the contractor. The payment is made to the contractor only after producing the certificate of testing
of Inspecting Authority.
After supply of above material at the site of work by the contractor, the same shall be issued to the contractor
on “Unstamped Receipt”. Materials shall be kept at site store by the contractor at his own cost. The register
of consumption shall be maintained by the contractor with duly signed by the site Engineer. Site Engineer
can check the balanced materials any time at site store of contractor, if any shortage is found, the cost of
short material with penal rate shall be recovered from the contractor in single installment through bill without
any prior intimation to the contractor.
Mode of payment
Payment shall be made on No basis.
Item No 9 :-Filling in plinth and floors murum bedding in trenches with approved murum from excavated
materials from foundation in 15 cm to 20 cm layers including watering and compaction, etc. complete. (Bd-
A-10/263)
Before lowering, laying, jointing and welding of pipe line, site gunitting and concreting work, refilling of
trenches with available excavated stuff shall be done. The available excavated stuff shall be laid in layers of
15 cm to 20 cm. Each layer shall be watered and compacted before the upper layer is laid till the required
level is reached. Only soil or soft murum shall be used for filling.Originally filling shall be done 15 cms
above natural ground or road level.Sinking below the road or ground level, if noticed till the completion of
work, the contractor shall have to make it level at his cost.
This item includes.

Contractor No. of corrections Executive Engineer


511
a) Clearing useful excavated material of rubbish bracking clods, stone, etc.
b) Conveying the useful excavated material upto 50 M and filling in layers, watering and
compacting.
c) All labour, equipment and other arrangements necessary for the satisfactory completion
and completion of the item.Surplus excavated material is the property of Pradhikaran. So
contractor is not empowered to sell this excavated material to any other agency.This
disposal will not be considered for initial 50 M lead from edge of pipe line trenches and so
will not be paid for.The material shall be conveyed by means of suitable devices/manner.

The route opening and maintenance, payment of any royalties, compensation to land owners and for damaged
of any etc. during the process of conveyance etc. shall be the entire responsibility of the contractor.
Mode of Measurement

Payment of the rate shall be for a unit of 1 Cum of compacted trench filling with approved excavated
material. The measurement shall be net for the compacted filing and no deduction for shrinkage or voids
shall be made. No payment will be made for filling for 30 to 40 cms above natural ground level, if so
insisted by the Engineer-in-charge.

Item No. 10:- Providing and fixing in position air valve shaft including providing and fixing GI Medium
Class or 6 mm thick M.S. pipe shaft 2.70 M long over branch flange of air valve tee, providing PCC block of
M-150 concrete 150 mm thick around the air valve tee including encasing of vertical shaft in PCC M-150 as
shown in type design together with providing and making flanged joints wherever required and fixing of air
valve over the shaft excluding cost of air valve and branch flanged air valve tee. etc. complete as per type
design and as directed by Engineer-in-charge.

This item consists of providing and fixing in position air valve G.I. medium class or M.S. 6 mm thick pipe
shaft assembly of 2.7 M height. The shaft shall be of diameters 400 mm dia M-150 C.C. for Pipeline upto
150 mm dia carrying pipe and 450 mm dia M-150 C.C. for Pipeline 450 to 900 mm dia carrying pipe as
specified in the drawing appended. This shaft shall be provided and fixed on the branch flange air valve Tee
fixed in pipe line. The item includes providing and making flanged joints with required rubber packing and
nut bolt. This items also includes cost of providing and placing M-150 concrete 150 mm thick around air
valve Tee including encasing of vertical shaft in P.C.C. M-150 as shown in the drawing. The item also
includes only fixing of air valve & isolating valve together with providing & fixing required specials for the
purpose. The cost also includes R.C.C. raft as shown in the drawing when the strata met is of B.C. soil. But
the cost of excavation, air valve Tee & air valve & isolating valves is not included in this item. The works
shall have to be carried out as per the drawing & after fixing the assembly, it shall have to tested
hydraulically at no extra cost.

Contractor No. of corrections Executive Engineer


512

Mode of measurement and Payment: -

The mode of measurement shall be on number basis for complete assembly.

Item No. 11: - Providing & laying in situ following grade of C.C. of trap / granite / quartzite / gneiss metal
for foundation and bedding including bailing out water, from work, compacting and curing etc complete.
This shall comply as per standard specification No. Bd-E-1 Page No.287. and I.S.: 456 (2000)
Wherever concrete is to be laid in trenches, the trench shall be cleaned and watered before placing. The sub-
soil water which met shall be removed and the trench shall be kept dry during and after two hours of placing
of concrete. The thrust blocks and anchor blocks shall be cast in two stages. Initially up to invert level of
pipe and then after pipe line laying is completed.
Mode of payment
Payment shall be made on cum basis up to two decimal places.

Item No. 12: - Refilling the trenches with available excavated stuff with soft material first over pipeline and
then hard material in 15 cm layers with all leads and lifts including consolidation, surcharging, etc. complete.

After lowering, laying, jointing and welding of pipe line, site gunitting and concreting work, refilling of
trenches with available excavated stuff shall be done. The available excavated stuff shall be laid in layers of
15 cm to 20 cm. Each layer shall be watered and compacted before the upper layer is laid till the required
level is reached. First 2 layers of 15 to 20 cms shall be free from stones or chips or any harmful material, to
protect the pipe from damage.
Only soil or soft murum shall be used for filling.
Originally filling shall be done 30 to 40 cms above natural ground or road level.
Sinking below the road or ground level, if noticed till the completion of work, the contractor shall
have to make it level at his cost.
This item includes.

a) Clearing useful excavated material of rubbish bracking clods, stone, etc.


b) Conveying the useful excavated material upto 50 M and filling in layers, watering and
compacting.
c) All labour, equipment and other arrangements necessary for the satisfactory completion
and completion of the item.
Surplus excavated material is the property of Pradhikaran. So contractor is not empowered
to sell this excavated material to any other agency.

This disposal will not be considered for initial 50 M lead from edge of pipe line trenches
and so will not be paid for.

Contractor No. of corrections Executive Engineer


513
The material shall be conveyed by means of suitable devices/manner.

The material conveyed to the place of disposal shall either be stocked or spread as directed by Engineer-in-
charge or his representative.

The route opening and maintenance, payment of any royalties, compensation to land owners and for damaged
of any etc. during the process of conveyance etc. shall be the entire responsibility of the contractor.

Backfilling of the pipe trench


For the purpose of back-filling, the depth of the trench shall be considered as divided into the following three
zones from the bottom of the trench to its top:

Zone A: Back-filling by hand with sand, fine gravel or other approved material
From the bottom of the trench placed in layers of 150 mm and compacted by tamping. The back-filling
to the level of the centre line material shall be deposited in the trench for its full width of each side of the
of the pipe pipe, specials and appurtenances simultaneously. Special care shall be
taken to avoid damage of the pipe and the coating or moving of the pipe.
Zone B: Back-filling and compaction shall be done by hand or approved mechanical
From the level of the centre methods in layers of 150 mm, special care shall be taken to avoid damage
line of the pipe to a level 300 of the pipe and the coating or moving of the pipe.
mm above the top of the pipe.
Zone C: Back-filling shall be done by hand or approved mechanical methods in 15
From a level 300 mm above cm layers after compacting and carried to the level necessary to allow for
the top of the pipe to the top of the temporary restoration of road and path surfaces, and also for hard-core
the trench. (if and where ordered) on roads or to such level as will leave the requisite
space for the top soil, road surface etc. to be reinstated as directed by the
Engineer in Charge.
In case of agricultural or waste land and after approval by the Engineer in
Charge back-filling may be made in thicker layers and with less
compaction up to 200 - 300 mm above the initial ground level.

Mode of Measurement

Payment of the rate shall be for a unit of 1 Cum of compacted trench filling with approved excavated
material. The measurement shall be net for the compacted filing and no deduction for shrinkage or voids
shall be made. Deduction for pipe volume will be made. Depth of filling for measurement will be limited
from natural ground level only. No payment will be made for filling for 30 to 40 cms above natural ground
level, if so insisted by the Engineer-in-charge.

Contractor No. of corrections Executive Engineer


514

100% payment will be made after satisfactory hydraulic testing of pipe line.

Item No. 13 : - Valve Chamber with Precast RCC Covers Providing and constructing B.B. masonry valve
chamber with 15 cm thick 1:3:6 proportion PCC bedding, excluding excavation, B.B. masonry in CM 1:5
proportion precast RCC frame and cover, etc. complete as directed by Engineer-in-charge.

This item includes Providing and constructing B.B. masonry valve chambers of size as per Schedule-B and as
per approved drawing

The work is to be carried out as per type design or drawing of the department and as per detailed description
of the item in Schedule-B of the tender. Sizes of chamber mentioned in the item are the clear internal
dimensions of the chamber after completion of plastering. Unless otherwise mentioned in the wording of
item in Schedule-B of the tender the rate for this item shall include following allied works.

e) The item includes the cost of extra excavation in all types of strata which is in addition to the line
trench, refilling the sides and disposing off surplus stuff.
f) Providing and casting at site 15 cm thick bed concrete in CC M-100 below external size of complete
chamber.
g) Providing B.B. masonry side walls in 0.23 M for depth of 1.2 M and 0.35 M for balance depth
exceeding 1.2 M thick in CM 1:5
h) roviding 20 mm thick plaster in CM 1:3 from inside.
i) Providing cement plaster 20 mm thick in CM 1:3 from outside at least upto 30 cm below ground level.
j) Providing top coping 15 cm thick in M-150 with smooth finishing to surface.
k) Providing and fixing in position.R.C.C. manhole frame and cover.
l) Unless otherwise directed by the department the finished top of the chamber constructed on road surface
and shall not cause hindrance to traffic.

m) Water of scoure valve shall be disposed off minimum 3 M. away from chamber, by laying pipeline of
appropriate diameter from valve chamber.

Mode of Payment for Mechanical Work


Payment shall be made on number basis. 65 % payment shall be made after constuction, 25% after finishing
& fixing of RCC cover and 10 % payment shall be made after Handing over of scheme..

Contractor No. of corrections Executive Engineer


515
SUB WORK NO. 8 : - DESIGNING AND CONSTRUCTING RCC ESRS

Popatkhed 97 Villages RRWS


Zonal Balancing Reservoir Capacity and Levels
Elevation
Ground Elevation Capacity
Label (Maximum) St.Height Remark
Elevation (m) (LSL) (m) in Lit.
(m)
Wadgaon Mendhe
311.55 336.55 339.55 25 Proposed
ZBR -

Shivpur ZBR 346.7 371.7 374.7 25 Proposed


-

Rudhadi MBR 447.24 472.24 475.24 25 Proposed


-

Popatkhed ZBR 435.89 460.89 463.89 25 Proposed


-

Bordi ZBR 337.29 362.29 365.29 25 Proposed


-

Akol Khed ZBR 348.38 373.38 376.38 25 Proposed


-

Danakwadi ZBR 297.5 319.5 322.5 22 Existing


1,50,000

Popatkhed 97 Villages RRWS


Village Wise List of ESRs
Proposed ESR Details-
for Year 2039
Bearing
Sr.No. Zones Zone Village
Capacity
Capacity Staging
(Lit.) Ht. (m)

Gavity Zones

1 WTP Sump WTP Sump Dhargad 5 25000 12


2 WTP Sump Rampur Dharul 5 30000 12
3 WTP Sump Rajura 5 50000 12
4 WTP Sump Mahagaon 5 35000 12
5 WTP Sump Ruikhed 5 50000 12
6 ZBR Rudhadi ZBR Rudhadi Rudhadi 20 35000 12
7 ZBR Rudhadi Koha 20 30000 12
8 ZBR Rudhadi Januna BK 20 40000 12
9 ZBR Rudhadi Kund 20
10 ZBR Rudhadi Bori 20 40000 12
11 ZBR Rudhadi Wastapur 20 25000 12

Contractor No. of corrections Executive Engineer


516

12 ZBR Rudhadi Mankari 20 85000 12


ZBR Wadgaon ZBR Wadgaon
Wadgaon Mendhe 40000 12
13 Mendhe Mendhe 5
ZBR Wadgaon
Tajnapur 30000 12
14 Mendhe 5
ZBR Wadgaon
Deulgaon 25000 12
15 Mendhe 5
ZBR Wadgaon
Manchanpur 25000 12
16 Mendhe 5
ZBR Wadgaon
Asegaon Bajar 120000 12
17 Mendhe 5
ZBR Wadgaon
Mirzapur 25000 12
18 Mendhe 5
ZBR Akhol
ZBR Akhol Khed Akol Khed 180000 12
19 Khed 5
20 ZBR Akhol Khed Ambola 5 25000 12
21 ZBR Akhol Khed Mohala 5 85000 12
22 ZBR Akhol Khed Akoli Jahangir 5 230000 12
23 ZBR Akhol Khed Panaj 5 155000 12
24 ZBR Akhol Khed Diwthana 5 35000 12
25 ZBR Akhol Khed Waai 5 35000 12
26 ZBR Akhol Khed Chandikapur 5 35000 12
27 ZBR Akhol Khed Wadali Deshmukh 5 55000 12
28 ZBR Bardi ZBR Bardi Bordi 5 65000 12
29 ZBR Bardi Wasali Nagapur 5 25000 12
30 ZBR Bardi Kolwihir 5 25000 12
31 ZBR Shivpur ZBR Shivpur Makrampur 5 30000 12
32 ZBR Shivpur Umara 5 130000 12
33 ZBR Shivpur Gyajuddin Nagar 5 25000 12
34 ZBR Shivpur Nehori Bk. 5 45000 12
35 ZBR Shivpur Dautpur 5 25000 12
36 ZBR Shivpur Belura 5 30000 12
Jitapur PE
ZBR Shivpur 110000 12
37 Aadgaon 5
38 ZBR Shivpur Pimpari Khurd 5 120000 12
39 ZBR Shivpur Edlapur 5 25000 12
40 ZBR Shivpur Khairkhed 5 30000 12
41 ZBR Shivpur Chittalwadi 5 110000 12
42 ZBR Shivpur Sadarpur 5 25000 12
43 ZBR Shivpur Chorwad Bk. 5 25000 12
44 ZBR Shivpur Nehori Kh. 5 25000 12
45 ZBR Shivpur Malkapur 5 25000 12
46 ZBR Shivpur Pimpri Jainpur 5 25000 12
47 ZBR Shivpur Katkhed 5 25000 12
48 ZBR Poptkhed ZBR Poptkhed Popatkhed 20 40000 0

Contractor No. of corrections Executive Engineer


517

49 ZBR Poptkhed Edlapur 20 25000 12


50 ZBR Poptkhed Ghoda Akhar 20 90000 12
51 ZBR Poptkhed Bhili 20 40000 12
52 ZBR Poptkhed Navintalai 20 35000 12
53 ZBR Poptkhed Borha 20 95000 12
54 ZBR Poptkhed Chandanpur 20 30000 12
55 ZBR Poptkhed Diwanzari 20 25000 12
56 ZBR Poptkhed Ambabarwa-1 20 25000 12
57 ZBR Poptkhed Umarshevadi 20 25000 12
58 ZBR Poptkhed Talai Ambakhed 20 25000 12
59 ZBR Poptkhed Pimprikhed 20 90000 12
60 ZBR Poptkhed Barukheda 20 25000 12
Karhi Pr.
ZBR Poptkhed 25000 12
61 Rupagad 20
Jitapur Pr
ZBR Poptkhed 25000 12
62 Rupagad 20
Shahapur
ZBR Poptkhed 25000 12
63 Rupagad 20
64 ZBR Poptkhed Rehnapur 20 35000 12
65 ZBR Poptkhed Kelpani Bk. 20 45000 12
Pumping Zones
66 Popatkhed Sump Shahanur 20 40000 12
67 Popatkhed Sump Malkapur Gond 20 35000 12
Pumping WTP
Gulghat 25000 12
68 Sump 20
69 Chinchapani Sump Dangarkhed 20 25000 12
70 Chinchapani Sump Khirkund KH 20 25000 12
71 Chinchapani Sump Khirkund BK 20 85000 12
72 Edlapur Sump Chipi 20 35000 12

Designing (aesthetically), and constructing RCC elevated service reservoirs of following capacity with
RCC staging consisting of columns, internal and external bracings spaced vertically not more than 4.5
meters centre to centre for E.S.R. having capacity upto 500 Cum & not more than 6 m c/c for ESRs having
capacity above 500 Cum including excavation in all types of strata, foundation concret, cement plaster
with water proofing compound to the inside face of the container including refilling disposing off the
surplus stuff within a lead of 50 meters, all labour and material charges including lowering, laying,
erecting, hoisting and jointing of pipe assembly of inlet, outlet, washout, overflow and bypass arrangements
as per departmental design, providing and fixing accessories such as Stainless steel ladder inside container
& M.S. ladder outside, C. I. manhole frame and covers, water level indicatiors, lightening conductor, G. I.
pipe railing around walk way and top slab, providing spiral staire case from ground level to roof level,
M.S.Grill gate of 2 M height with locking arrangement of approved design, providing and applying three

Contractor No. of corrections Executive Engineer


518
coats of Acrylic emulsion with silicon additives to the structure including roof slab, epoxy painting to
internal surface & anti-termite treatment for underground parts of the structures and giving satisfactory
water tightness test as per I.S. code, The job to include painting the name of the scheme and other details on
the reservoir as per the directions of Engineer-in-charge.

1) The design of the structure be in accordance with relevent I.S. specification (I.S. 3370 - 1965 or revised)
2) The design shall satisfy the stipulations as per I.S. 1893 -1984 and I.S. 13920 /1993 for seismic force
and I. S. 11682/1985 for R.C.C. staging of overhead tanks.
3) For design having more than 6 columns, provision of internal bracing is obligatory. External bracings are
also obligatory.
4) Plain round mild steel bars Grade-I conforming to I.S. 432 part - I or high yield strength deformed bars
conforming to I.S. 1786 or I.S. 1139 shall be used, grade -II mild steel bars will not be allowed.
5) Irrespective of the type of foundation proposed in the design, one set of bracing be provided at the
ground level.
6) These rates include providing M.S. ladder for E.S.R.s upto 2 Lakh litres capacity and providing spiral
staircase for E.S.R.s above 2 lakh litres capacity.
7) Staging shall have to be desinged with stresses of M-200 concrete for ESR. However, all RCC
construction should be done in M- 250.Structures in contact with water shall be designed & casted in M-
300
8) These rates are including the cost of uplift prssure if any and entire dewatering during execution. In case
of water logging area where water is struck at shallow depth, extra provision of dewatering shall be made
as per site condition.
9) All conditions given in the Member Secretary's Circular No. MJP /TS-1/ 350/1668 dt. 2-8-97 and MJP
/S-I/350/2127 dt. 13-7-99 shall be strictly followed and additional cost, if any, due to these conditions is
included in the rates mentioned below.
10) 75 % part rate shall be payable for reinforcement concrete and plastering items of containers of E.S.R.
till satisfactory hydraulic testing for water tightness is given; and till that work shall be treated as
incomplete.
11) The rates indicatd in the table are excluding the cost of pipes, specials and valve required for inlet,
outlet, washout, overlfow and by-pass arrangment. The scope of work, however, includes cost of erecting,
laying and jointing of pipes and valves including cost of jointing materials upto to 5 M beyond outer face
of outermost column.

DESIGN CRITERIA & ASSUMPTIONS


Design Standards

The structural design of the tank shall confirm to the following standard specifications and code of practice
of the BIS, IS:456-Code of practice of plain and reinforced cement concrete (latest revision), IS:3370 –
Code of practice for concrete structures for storage liquids Part-I to IV (latest revision), IS: 875-Code of
Practice for structural safety of building, loading standards (latest edition),

Contractor No. of corrections Executive Engineer


519
Part-I ………………. Dead Load
Part-II ………………Imposed Load
Part-III ………………Wind Load

IS: 1893-Criteria for earthquake resistance design of structures (latest edition) IS:1682-1985 -Code of
Practice for criteria for design of RCC staging for overhead water tanks (latest edition) and various standards
issued by BIS.

Design of Structures
The above Indian Standards current on the date of tender shall be applicable to the design of structure. Item
which is not specifically covered by Indian Standard Code of Practice, reference shall be made to the relevant
standard specifications.
Construction of various capacities RCC MBR/ESR /GSR/ SUMP
The reservoir will be a covered RCC container supported on RCC column footing and termed ate braces, etc
as per drawing.

1. Suitable RCC spiral stair case should be provided with landing parapet, RCC pardi for approach to the
Gallery and top of the ESR, RCC cantilever catwalk (gallery) of 1.20 m width, GI pipe railing shall be
provided at floor level, preferably at junction of floor slab and vertical walls and GI pipe railing with RCC
post of 1.0 m c/c interval at the roof slab level of the container.

2. Ventilators shall be provided on top slab of ESR. One number of C.I. manhole frame and cover shall be
provided and fixed in the roof of the tank. One S.S. ladder shall be provided and fixed for access into the
tank through manhole left in the Roof. Ladders shall be provided as per specifications. Water level
indicator (Mercury) assembly of approved type shall be provided and installed.

3. Lightening arrestor as per IS specifications and confirming to IE rules shall be provided and fixed. Vertical &
horizontal pipe of CID/F flanged pipes M.S./ C.I. specials of required sizes for inlet, outlet & overflow
arrangements together with suitable Sluice Valves shall be provided as per drawings. For washout, one tee
shall be fixed on the outlet pipe with one valve of suitable. Sluice Valves of required size shall be fixed for
inlet, outlet & washout. These valves shall be supplied by the contractor, confirming to relevant IS code
and of makes approved by MJP.

4. Required no. of B.B. masonry chambers of suitable sizes directed with C.I. manhole frame &covers shall be
provided & constructed at suitable locations for Sluice Valves. Water proof cement plaster of CM (1:2)
proportion ,20 mm thick shall be provided for inside surface of water tank, including roof slab bottom &
epoxy painting in two coats be provided as per specifications.

5. Outside surface of tank, exposed faces, columns, braces, catwalk bottom portion of slab & exposed surface of
the tank shall be provided with cement plaster of CM (1:3) proportion ,20 mm thick with smooth finish\and
then 3 coats of Acrylic emulsion with silicon additives paint approved by MJP shall be rendered.

Contractor No. of corrections Executive Engineer


520
6. Letters indicating capacity of tank, name of scheme and the year of construction shall be either embossed or
engraved on vertical wall of tank and shall be painted with suitable shade of oil paint in 2 coats.

7. On the completion of work hydraulic test or water –tightness test shall be given as per standard specification.
Therefore, required water arrangements shall be made by the contractor at his own cost.

8. Since this a lump sum offer, the interim payments will have made at different stages of works contract, as per
break-up schedule enclosed. Which is to be approved by the competent authority.

9. Since this is water retaining structure, contractor shall give a satisfactory hydraulic test of the tank. This test
shall be considered as water tightness test and accepted if the structure appears bone dry from outside after
filling the water up to full supply level & the drop in water level is not more than 40 mm in 7 days. For this
purpose, the water filling arrangements shall be made by the contractor at his own cost, including cost of
water pumping arrangements; etc.

10. If during testing any damage occurs to the structure, it will be responsibility of the contractor to rectify the
same. Until satisfactory water tightness test is given on completion of work, interim payments to be made
at different stages of works as per break-up of payment schedule enclosed.

11. All inside ladder in container of ESR, MBR & Sump shall beStainless Steel ladder.

12. For outside of ESR, MBR & Sump shall be painted by acrylic emulsion with Silica Adhesive Paint.

13. All Valves should be glandless.

Materials Required for Construction

1. Sand, Metal& Bricks


Sand, metal & bricks of best quality will be insisted. Samples of these will have to be got approved from
Government Engineering College prior to use on work.
2. Cement
OPC of 43 grade in jute/polyethylene bags (weighing 50 Kg each) shall be used for all water retaining
Structures & for all works. The cement shall be used of following brands (1) Ultratech, (2) Birla and (3)
Ambuja. Super plasticizer in the proportion of 0.5 % (0.25Kg/cement bag) should be used. Samples of
these will have to be got approved from Government Engineering College prior to use on work.
3. Reinforcement
Tor steel of 500 grade & mild steel Grade-I shall only be used as per design.
The Contractor shall have to procure the steel from open market. The steel procured by Contractor shall be
only tested one and the Contractor shall produce manufacturer's test certificate without which it shall not be
accepted. Further the Contractor shall arrange to get tested any sample from steel brought at site by him in
laboratory of Government Engineering College at his cost and results should be submitted to the MJP.

Contractor No. of corrections Executive Engineer


521
Defective steel brought by Contractor shall be rejected and will not be allowed to be used. Test certificate
stating the chemical composition & characteristics of the product should also be produced.
At least three samples of each diameter should be tested from every 5 tons (MT) or part thereof. Tested lots
only will be permitted to be used.
4. Concrete
The PCC and RCC work shall be as per IS 456:2000. (OR LATEST REVISION) Concrete mixer shall be
used for preparing concrete. Mix design of concrete shall have obtained from Government Engineering
College and same shall be submitted to MJP.
Vibrator shall be used to consolidate concrete while placing in position. Mix design will be allowed only if
required for minimum infrastructure like weigh batching plant, Needle vibrator and proper form work is
provided.
While concreting, representative samples in form of Test Cubes shall be taken by the MJP supervisor and
shall be tested from Government Engineering College, charges of testing shall be borne by the Contractor.
Frequency of taking cubes (sampling, accepting criteria, standard deviation values, carting of concrete
cubes, test procedure etc.) should be followed by contractor as per IS:456.
5. Water Level Indicator Assembly
Mercury water level indicator with 15 mm dia. required GI pipes (medium duty), stop cocks (2 nos.),
necessary fixtures suitable for staging height upto 15 M and water depth up to 5 M to represent depth of
water in tank, etc. shall be provided and fixed by the Contractor as per direction of MJP. The indicator
should be fixed to exterior face of column at about 1.5 M above ground level at site or as per requirement
of Engineer –in-charge.
6. Lightening Arrestor
Lightening arrestor conforming to IS and Indian Electricity Rules shall be provided. The lowermost portion
of tape for 2 metres above ground level and 2 meters below ground level shall be enclosed by 50 mm GI
pipe of 'M' class.
7. Pipe Railing at free end of Catwalk
Railing shall be of GI pipes 'B' class not less than 25 mm diameter in three rows and shall be fixed in
position to RCC posts or M.S. angle posts of size 65 mm x65 mm x 6 mm,1.0 metre in height, located at a
maximum distance of 1.5 M C/C. The railing and the posts shall be provided with two coats of oil paint of
approved shade.
8. M.S. Ladder
M.S. Staircase with one-meter width from ground level to bottom slab, gallery to roof slab with
intermediate platforms. The ladder should be fabricated from heavy angles, steps & railing as directed by
Engineer-in-charge.
9. S.S. Ladder in container
Two nos of heavy type S.S. Ladder & of required length & design as approved by Department shall be
provided by the contractor for each ESR. This shall be for the access inside the tank. The contractor shall
furnish to the MJP the various manufacturers of the ladder.
10. Centering Work

Contractor No. of corrections Executive Engineer


522
Before starting the work of ESR, the Contractor should submit design of centering and its detailed drawing
for approval by MJP. This set of drawings shall be kept at site. This condition shall be applicable for the
ESR with Contractor's design.

Designing, Providing & Constructing RCC ESRs Own Design Specification and Design Criteria for
RCC ESR/MBR/GSR/Sump with Contractor's own Design-Designing, Providing and Constructing
RCC ESR/MBR

1. General Note
1.1 The Contractor shall quote his offer in Schedule 'B' for the complete work of constructing RCC
ESR to be carried out as per his own design based on given data i.e. he shall tender the offer in Schedule 'B'
for construction of elevated tank of required capacity including fixing pipes, specials, valves and providing
and fixing, lightning conductor, C.I. manhole frame and cover, water level indicator ventilator, etc.
complete with his own design and drawings.

The design shall be got checked from the institutes like Government Engineering College. Remarks shall
be complied and scrutiny charges shall be borne by the Contractor.
1.2 The Contractor shall submit the name, qualifications and experience of Design Engineer who has
prepared detailed RCC calculations or how will prepare design and drawings on acceptance of the tender.
The authorised representative of the designer will have to inspect and certify the works at foundation level
and every beam level.
1.3 The design Engineer has to prepare and submit a note on design methodology and construction
and drawings in two copies through the contractor. The note should indicate general description, and salient
features of the design covering the following points
a) Capacity
b) Shape and type
c) Staging height of tank indicating various levels
d) Safe bearing capacity assumed in the design of safe bearing capacity of strata based on actual
investigation report of laboratory and type of foundation provided with proper justification.
e) Maximum and minimum subsoil water level.
f) Site plan showing location of ESR.
g) Line diagram showing dimensional and sectional elevation with important levels.
h) Design parameters proposed to be adopted for detailed design.
1.4 This not on design will be subjected to through check by the Engineer-In-Charge of the owner and
the tender will be accepted and work order issued by the competent authority only after verification that the
design to be offered will fulfill the requirements of the design as per tender specifications.
1.5 After acceptance of tender, the Contractor will have to submit three copies of detailed design and
drawings of the structure within 15 days of acceptance of the tender.

Contractor No. of corrections Executive Engineer


523
1.6 The Design Engineer will be required to attend the office of Engineer-in-Charge for preliminary
discussion for scrutiny remarks, etc. whenever required with all reference data, books, IS specifications,
etc. at his own cost.
1.7 It will be binding on the Design Engineer of contractor to clarify, modify, redesign and prepare
drawing after compliance of scrutiny remarks by the owner or his representative such as an Government
Engineering College, within 15 days of communication of remarks. Even though design will be approved
by owner, it will be the entire responsibility of the Design Engineer and the Contractor.
1.8 On approval of the design, contractor shall supply, free of cost, eight sets of design and drawing
duly bound for use of the Owner. The Contractor shall also furnish the details of steel requirement along
with programme of execution for completion of work within the time limit stipulated in the tender.
1.9 Security deposit of the tenderer shall be forfeited if he fails to modify his design as per scrutiny
remarks within specified time after levy of compensations as per tender agreement.
1.10 Even though the design and drawing submitted by the Contractor are approved by the
Owner/Engineer-in-Charge, the Contractor will not be relieved of his contractual obligations to hand over
the structure in sound condition, duly tested.

1.11 In case of any damage/failure either during construction, testing or after commissioning, whether
due to faulty design or defective construction, all repairs or reconstruction of the structure shall have to be
carried out by the contractor, entirely at his risk and cost. No claim for such repairs/reconstruction shall be
entertained.
1.12 The design should be with consideration of uplift pressure & seismic pressure.

Design Conditions
The Contractor shall quote with his own design with following conditions:
1. The design of R.C.C. ESR shall be carried out by a designer having minimum Qualification of Post
Graduate in Structural Engineering. He shall sign the design and affix his name and stamp.
2. The design shall be carried out in conformity with following IS code.
a) IS 456:2000
b) IS 3370 -Part I and IV
c) IS 875: 1987 Part I to Part IV
d) IS 11682:1985 for RCC staging of overhead tanks.
e) IS 1893:1984 with inclusion of seismic zones as per latest circular.
f) IS 1786 for cold worked steel high grade deformed bars
(Tor steel of Fe-415 grade & mild steel Grade-I shall only be used.)
g) IS 13920:1993 -for ductile detailing, applicable for ESRs under seismic zone III, IVand
V. (Recent editions of IS shall be referred.)
h) B.S.I. publication S.P. 34 (S and T) 1987.
i) IS;13928: Ductile detailing of RCC structure.

3. Foundation for ESR

Contractor No. of corrections Executive Engineer


524
The foundation should have the required safe bearing capacity. Minimum depth of foundation shall
satisfy the following criteria.
a) Depth in soft rock shall not be less than 1M or depth in hard rock shall not be less than 0.5
M.
b) The total depth in all strata put together shall not be less than 1.50M.
c) In B.C. Soil, raft shall be provided at minimum of 3M, no extra payment shall be given to
the contractor on increase in depth of foundation.
4. The free board shall be included in the depth of water for design purposes.
5. Minimum free board shall be 300 mm; measured below bottom of roof beam.
6. Maximum actual water depth shall not exceed 5.0 M.
7. Clear cover for reinforcement shall be provided as below:
a) Footing/Raft 50 mm. at bottom and sides & 40 mm. at top
b) Columns 40 mm.
c) Braces, beams, slab (Bottom and roof), 40 mm vertical wall, gallery.
8. Minimum thickness of container members shall be as below.
a) Bottom slab and vertical wall 200 mm.
b) Roof slab 120 mm.
9. The design and casting of container members which includes bottom and roof beams, bottom slab,
roof slab, vertical wall and gallery, shall be done in M-30 grade of concrete
10. The staging of ESRs (Columns, braces, footing/Raft) shall be designed in M-25 Grade of concrete,
however, casting shall be done in M-300 grade of concrete. The concrete of grade M-15 shall be
used for PCC work.
11. The staging shall be designed for ductile detailing as per IS 13920/1993, wherever applicable.
12. The width of braces shall be maximum of the following in case of Earth Quake Zone (as applicable)
and above.
a) 250 mm.
b) There shall be a minimum distance of 75 mm between two adjacent reinforcement bars
provided in the braces as well as beams.
13. Width to depth ratio in case of braces shall preferably be more than 0.30
14. Increase in permissible stresses in braces, for Earth Quake/ Wind force design, will not be allowed.
15. The centre to centre distance between braces shall not exceed 4.50 M for ESR/MBR of capacity less
than 5 lakh liters and 6.0 M for ESR/MBR of capacity above 5 lakh liters. At the joints of braces and
columns, the links to the column bars shall be tied properly and this shall be thoroughly checked
before concreting.
16. Wherever annular raft is provided, the inside and outside width of raft shall be provided in such a
way that the centre of gravity of upward reaction shall co-inside with column/raft beam centre.
17. Uplift pressure on the foundation of structure should be considered as per available water table at
site in rainy season However, minimum uplift up to 50% of depth of foundation below ground level
should be considered in the designs.

Contractor No. of corrections Executive Engineer


525
18. Epoxy paint as per specifications & 20 mm. thick cement plaster with CM 1:2 proportion with water
proof compound shall be provided to the container from inside (including roof beams and roof
slabs/dome, etc.)
20. The shape of container may be square or circular. Similarly, the column shape may also be square or
circular.
21. Minimum size of column (width or diameter) shall not be less than 400 mm. columns, if required to
be provided inside container, for supporting roof ring beam/ dome/ slab, may be provided as per
design requirements, with minimum size (width or diameter) requirements of 200 mm. Centering
should be designed by the contractor. Same should be approved by the Competent authority before
construction. Only steel/ plywood centering shall be used. For design having more than 6 columns,
provision of internal bracing is obligatory. All columns shall have the same foundation level as far
as possible. In any case the foundation level difference between any two columns shall not exceed
1.50. In such case 'Sway Analysis' of the staging shall be done and additional reinforcement or
increase in sizes shall be provided if necessary. When safe bearing capacity of foundation is less
than 15Tones/m2 only raft foundation should be provided.
22. Minimum dia. of main bars in the footing shall be 10 mm. and minimum clear distance between
reinforcing bars shall not be more than 180 mm.
23. Water density shall be taken as 1000 Kg. /Cum and live load on gallery shall be considered as 300
Kg. / m2. Minimum load of water proof treatment on roof slabs be taken as 100 Kg. / m2
24. The diameter, weight per metre, tensile strength and minimum elongation properties of steel,
brought by the contractor/supplied by the department, shall be got tested from the approved
laboratory before using it. It shall be used only when the test report indicates that the steel is in
accordance with the I.S. specifications and design presumptions.
25. i) The inlet, outlet, overflow and bypass piping shall be of cast iron D/F. pipes only.
ii) Spout type overflow arrangement shall not be allowed. Overflow arrangement shall be
from top to bottom as a vertical pipe assembly with proper drainage arrangement.
iii) For all duck foot bends for inlet, outlet and overflow arrangements, individual columns
with footings resting at foundation level of ESR, columns/raft shall be provided.
iv) The manhole frame and covers, provided in the roof slab, shall be of cast iron only. Mild
steel covers shall not be allowed.
The above four conditions i.e. 25 (i), 25 (ii), 25 (iii), 25(iv) shall be followed without
substitutes and equals. No M.S. piping and spout type overflow arrangement shall be
accepted, even if rebates, etc. are offered.
v) Inlet, outlet, bypass and scour valves with chambers shall be provided. The horizontal
piping for inlet, outlet, overflow, bypass upto 8 M from outer brace shall be provided \ and
laid without any extra cost.
vi) Lightening conductor, water level indicator, central ventilator and Spiral RCC staircase
shall be provided as per department specification.
26. The design submitted by the Contractor, shall be got checked from the nearest Government
Engineering College for which the scrutiny charges shall be borne by the contractor. The delay in

Contractor No. of corrections Executive Engineer


526
checking designs from third party as above shall be treated as the delay on the part of contractor for
operation of tender clauses.
27. Size of inlet, outlet, overflow, bypass piping and valves including scour valve shall be specified as
per actual requirements & makes of valves shall also be approved by the Engineer-In-Charge.
28. Capacity of the container of the tank shall be the volume of the water it can store between the
designed full supply level and the lowest supply level.
29. Height of staging shall be the vertical difference between lowest supply level and the average
ground level and the site of tank.
30. Rectification of Defective Members
If it is found that certain members are defective and are found giving acoustical or vibration
disturbances even though these may be structurally sound, rectification of such members should be
done by the contractor free of charge and to the satisfaction of Engineer-In-Charge.

Criteria for Design of RCC ESR


1. The structural design of water tank shall confirm the following standard specification & codes of
practice of IS. (latest revisions or editions).
IS:456-Code of practice for plain & reinforced concrete
IS:875-Code of practice for structural safety of building standards
IS:3370-Code of practice for concrete structures for storage of liquids (Part-I to IV)
IS:1893-Criteria for earth quake resistant design of structures.
2. Capacity of the container of the tank shall be the volume of the water it can store between the
designed FSL & LSL.
2.1 Free board is the indication of space provided above FSL & shall be measured at a vertical distance
above FSL up to soffit of beam supporting the roof slab/dome. Free board shall be minimum 30 cm
below soffit of beam or slab, in case of domed roof; Free board may be reduced up to 15 cm.
2.2 The walls of the container shall be designed for free board full condition.
2.3 The tank foundation & other members of the structure shall also be designed for free board full
condition.
2.4 Part of the tank in contact with stored water &enclosing water vapor above FSL shall also be
constructed in M30 grade of concrete.
2.5 The allowable bearing pressure or safe bearing capacities are indicated in the annexure. The tenderer
is, however advised to verify actual strata before tendering & designing the structure 7 offer suitable
modification with full justification.
2.6 Notwithstanding anything mentioned above if directed by Engineer-in-Charge the contractor Shall
carryout strata exploration mentioned in Para 0.2 of IS:1892:1979 through a Govt. Lab. And adopt
bearing capacity so arrived for design.
2.7 The factor of safety shall be adopted as per clause 6.1 of IS:6403:1971.
2.8 If the foundation consists of individual column footing, minimum clear distance between enter of
column shall be equal to the twice the width of footing & clear distance between edges of footing
shall not be less than width of footing.

Contractor No. of corrections Executive Engineer


527
All columns shall have same foundation level as possible. In any case the foundation level
difference between any 2 columns shall not exceed 1.50 M. In such a case sway analysis of the
staging shall be done & additional reinforcement or increase in size shall be provided if necessary.
2.9 The foundation should be checked for negative pressure on soil due to combined direct & bending
stresses. Negative pressure shall not be allowed on the foundation soil. 2.10 Classification of soil &
characteristics of soil relevant to SBC & ABB shall be as per soil investigation reports of Govt.
institution / Govt. approved investigators.
2.11 For the design of foundation of the solid raft type, the plate theory shall be adopted.
2.12 In normal circumstances, min 100 mm thick PCC with 100 mm projection all around in M10 with
coarse aggregate as metal shall be provided as leveling course. Where injurious soils aggressive
water anticipated the leveling course shall be of not weaker than M15 & if necessary Sulphate
resisting or other special cement shall be used & the thickness of leveling course shall not be kept
less than 150 mm. The ground level within the foundation area of structure shall be consolidate
properly with suitable slope to drain out rain water outside the foundation zone.
2.13 In the vicinity of mines, collieries & blasting sites or areas which may be subjected to blast or
shock, the tank shall be designed for dynamic forces adopted to shock.
2.14 Column may be assumed as fixed at the top of footing,
2.15 Following shall be the minimum thickness of various members of the tank container.
Roof Slab……………………………120mm
Bottom slab………………………….200mm
Roof Dome………………………….100mm
Vertical Wall container……………...200mm

3. Loads
3.1 For all RCC & PCC components unit weight of concrete shall be taken as 2500 Kg/M3 &
2400Kg/M3 respectively.
3.2 Water load as snow load shall be taken as per IS: 875:1964 or Latest revision, Seismic forces shall
be as per IS:12893(its latest revision).

4.Design
4.1 Shape of the structure shall be most economically as directed by Engineer-in-charge. & shall be
selected depending upon site conditions.
4.2 Design shall be based on worst possible combination of various loads, moments, shears & resultant
stresses in the tank in following cases:
1) tank full
2) tank empty
3) uplift pressure, if any.
Tank full means depth of water inside the container is up to full height of container including free
board.

Contractor No. of corrections Executive Engineer


528
4.3 Design shall be based on accepted bases & methods of design as well as the provisions of IS:3370,
IS:456, IS:1343, code of practice for pre-stressed concrete IS:2210 (all latest editions shall be
referred.)
4.4 Design of members more than those excluded by Cl.5.4 above (i.e. roof walls, floors etc. of the
container) shall be based on consideration of adequate resistance undertaking as well as adequate
strength. Calculation of stresses shall be as per Para 3:3:2 of IS:3370, Part-II (latest version)

5 Permissible Stresses in Concrete for resistance to Cracking.


5.1 For calculation resistance of members to Cracking the permissible stresses tension (direct & due to
bending) & shear shall confirm to the values specified in table 1 of IS:3370 (Part-II)” The
permissible tensile stresses due to bending apply to the face of the member n contact with the
liquid”. In members with thickness less than 225 mm & in contact with the liquid on one side, these
permissible stresses in bending shall apply also to the face remote from liquid.
5.2 For Strength Calculation
For Strength Calculation, the permissible concrete stresses shall be in accordance with Para 44 of IS:
456:2000 where the calculated shear stress in concrete alone exceeds the permissible value,
reinforcement acting in conjunction with diagonal compression in concrete shall be provided to take
the whole of the shear. The maximum reinforcement shall confirm Cl.25.5.1.1&25.5.1.2 of IS:
456:2000.

6. Permissible stresses in steel.


6.1 For Strength Calculation, (concrete assumed to be cracked) the Permissible stresses in steel
reinforcement shall be as per Table II of IS:3370(PartII) (its latest revision). For Tor steel the stress
shall beas per IS: 1786:1979 for cold worked steel high strength deformed bars for concrete
reinforcement or its latest revision.
6.2 The modular ratio ‘m’ for different concrete mixes shall be as under.

Grade of Concrete Modular Ratio ‘m’

M15 19

M20 13

M25 11

6.3 Modulus of Elasticity of concrete EC shall be taken as 5700 ECk where EC is the characteristic cube
strength of concrete in N/mm2 as per Cl.5.23.1 of IS:456.

7. Age Factor
7.1 Age Factor for increasing strength shall not be considered for the design.

8. Units

Contractor No. of corrections Executive Engineer


529
Design should be in Metric units only.

9. Detailing
9.1 Minimum reinforcement for water retaining member’s Minimum reinforcement in walls, floors.
roofs in each of 2 directions at right angles shall have an area of 0.3% of the concrete section in that
direction for sections up to 100 mm thick. For thickness greater than 100 mm & less than 450 mm
the minimum reinforcement in each of the 2 directions shall be linearly reduced from 0.3% for
sections of 100 mm thick to 0.25 for 450mm thick section. For section of thickness greater than
minimum reinforcement in each direction shall be kept at 0.2%. In concrete sections of thickness
225 mm or greater, two layers of reinforcing steel shall be placed one over each face the section in
make up the minimum reinforcement specified in the clause.
9.2 The minimum reinforcement specified in 9.1 above may be decreased by 20% in case of high yield
strength deformed bars conforming to IS: 1786 or IS 1139 (latest version of IS shall be followed).
9.3 Covers to Reinforcement
9.3.1 Minimum clear to reinforcement shall be per IS: 456 and IS: 3370 (latest version of IS shall be
referred).
9.3.2 For members of structures in contact with water effective shall not be more than 60 mm. for bars
subjected to pure tension the effective cover shall not be more than 75 mm
9.4 Spacing of Reinforcement
9.4.1 Spacing of reinforcement shall be as per Para 25.3 of IS:456-1978
9.4.2 Spacing of lateral ties of column shall satisfy the provisions of Para 25.5.3.2 of IS:4562000.
9.4.3 Reinforcement steel which accounts for resisting moment, tension etc. i.e. other than temperature
and shrinkage steel, shall comprise minimum 8 mm diameter, for ribbed bars and 10 mm diameter
or mild steel bars, for compressive members, the minimum diameter of main reinforcement shall not
be less than 12 mm.

NOTES
In case of dispute regarding interpretation of any of the above classes, the decision of the owner or his
representative will be final and binding on the designer and contractor. In case of any clause not included in
the above criteria, the decision of the owner or his authorized representative will be final and binding on the
designer and contractor.

SCHEDULE OF INTERMEDIATE PAYMENTS


Elevated Service Reservoir

On approval of design 2%
Excavation and PCC 2%
On completion of Footing 5%
Staging half height 13%

Contractor No. of corrections Executive Engineer


530
Staging full height 14%
Bottom slab complete 22%
Vertical wall half height 7%
Vertical wall full height 6%
Roof slab 11%
On completion of spiral staircase / 5%
M.S ladder
On completion of plastering and finishing 1%
On erection of pipes valves and constructions of chambers 3%
Hydraulic testing 4%
Other Miscellaneous items as per A/T including snowcem, painting water 5%
level indicator, lighting Conductor, M.S. ladder and nameplate etc.
Total - 100 %

Note: This is tentative and is to be approved by competent authority Any changes in foundation, staging
height and capacity the payment for this item will be given/deducted as specified in MJP CSR 2021-22
with applicable % above/below of the accepted tender. No extra/rebate claim regarding this will be
entertained. No extra item for this is applicable.

Item No. 2: - Providing, erecting connecting double flanged short body pattern type manually operated
Butterfly Valve haivng body, disc and end cover in graded cast iron to IS 210 Gr. CF 200 generally
confirming in BS 5155, Synthetic rubber faced ring secured on disc by retaining ring with stainless steel
screw stub shaft of stainless steel riding in teflon bearing excluding C.C. foundation /structural steel
support confirming to IS 13095-1991 Sluice valves - PN – 1

Ref as per Sub Work No 2 Page No 20

Item No.3: - Providing and supplying ISI standard CI double flanged pipes including all taxes
(Central and local), railway, freight, insurance, unloading from railway wagon, loading into
truck transport to stores / stie, unloading etc complete as directed by Engineer-in-charge
PROVIDING AND SUPPLYING C.I./D.I. FLANGED PIPES

The item includes supply CI/DI flanged pipes as per latest IS and approved by Engineer-in-Charge. The
cost of pipe should be including all taxes central and local, railway freight, transportation upto site of work
or departmental store.
 MODE OF MEASUREMENT
The item will be measured and paid on the Running Meter basis. The 80% payment shall be payable after
supply, 10% payment shall be payable after lowering, laying and jointing & remaining 10% payment shall
be payable after satisfactory hydraulic testing is given.

Item No.4: - Providing and supplying ISI standard CI flanged / S& S specials including all taxes (Central
and local), railway freight, insurance, unloading from railway wagon, loading into truck transport to
depermental store site, unloading stacking etc. complete.

The items include providing ,supplying DI/CI/MS Double flanged specials suitable for diameter as required
and of required thickness and including all materials labour charges with epoxy paint from inside and
outside including all taxes (Central & local ) Octori if necessary, inspection charges, transportation to

Contractor No. of corrections Executive Engineer


531
stores/ sites & stacking etc complete. As per requirement a machine ends DI specials suitable for
PCCP/BWSC/D.I .pipes will also be supplied under this item. The mode of measurement of payment shall
be on weight ( Kg) basis.

Scope: The item cover supply of DI/CI/MS double socket and flanged specials of various diameters
including conveyance of specials form manufacture's works to site stores, stacking them properly and
protecting till commissioning of work.

General: The specials shall confirm to relevant I.S.S.

Materials: The specials shall be manufactured form cast iron conforming to IS 210 Gr. 20.

Coating: The specials shall be coated by bitumen by not dipping process.

Tests: The specials shall be tested at factory for 25 kg/sq/cm/ Pressure.

Flanges: The flanges shall be drilled to IS-1538.

Tolerance: The tolerance in weight and dimensions shall be as per ISS. Only the specials fitting within
tolerance limit shall be accepted.

2.1 DISMANTLING JOINTS –

Providing and fixing Dismantling joints –


Providing dismantling joints of appropriate diameter of M.S.as per detailed drawing suitable for PCCP
pipes including epoxy coating of approved make from inside, outside, transportation, loading, unloading
octroi, inspection charges as per directions from Engineer-in-charge etc.

2.2 MODE OF MEASUREMENT –

Diameter wise on No. / kg basis.

Note - The provision of item is on Lumpsum basis. The payment will be done as per actual consumption of
specials for completed work as per rate of MJP CSR of 2021-22 or Approved Market rate where rates are
not available in MJP CSR. No clause-38 is applicable for this item.

2.3 PERMANENT TEST POINTS –

Providing permanent test points on the pipe line as per drawing and as directed by Engineer In Charge
including providing and fixing sluice valves road box for sluice valve of Size 80mm to 250mm in one brick
masonry chamber 300mm x 300mm clear C.M 1:5 with 12 mm thick 1:3 cement plaster both inside and
outside on M -100 C.C 150mm thick etc complete as specified & directed.

2.5 GAS CUTTING HOLES –


Gas cutting holes up to 50 mm dia (for plugs) (either square Cut of ‘V’ cut) to pipe, plates etc. of required
thickness including cost of Gas, tools, machinery, conveyance of labour and machinery etc. complete and
as directed by Engineer-in-Charge..

2.7 ALL CAST IRON SPECIALS –


Material –
All Cast iron specials such as C.I. detachable joints shall confirm to I.S. 1538- 1993 (Part 1 to 24). The
Supply at departmental stores shall be of various diameters as specified. The specials shall be free from any

Contractor No. of corrections Executive Engineer


532
defects. It should be possible to cut/drill the special to suit site condition to fit in the position. The hardness
of the external surface shall not exceed 210 HBS. Rings shall confirm to IS 5382- 1985. Ring shall be
homogeneous and free from porosity, grit and surface defects ,such as pitting, irregularities. Dimension of
rings shall be as per IS 10292-1988.

2.7.1 MANUFACTURE –
The dimensions of flanged sockets and flanged spigots shall be as per Tables 7 & 8 of IS 1538-1993,
respectively. Supply and Stacking at Departmental Store or Work Site : As specified under the agreement.

Markings –
Each fitting shall have cast stamped or indelibly painted on it the following markings :
1. Manufacturer’s Name or trademark or identification mark.
2. The nominal diameter,
3. Mass of fitting,
4. Last 2 digits of year of manufacture,
5. Any other mark required by the purchaser.

Item to Include –

The item includes the supply of Cast Iron detachable joints, including all taxes, levies excluding octroi,
transporting, loading, unloading and stacking at departmental store or work site as directed. The necessary
test certificate also shall be provided along with the supply. Octroi paid shall be reimbursed on producing
documentary evidence for the payment made.

2.7.2 CAST IRON JIFFY COLLAR COUPLING WITH RINGS –


The item provides to supply at departmental store the Cast Iron jiffy collar coupling with rings etc.
complete as per the specified diameter of pipe / pipes. (Dia. between 80 mm &800 mm). The joints shall
conform the provisions of IS: 1538-1993 and IS 5382-1985.

2.7.3 MATERIAL –
All Cast iron specials such as C.I. mechanical compression collar coupling shall confirm to I.S. 1538- 1993
(Part 1 to 24). The Supply at departmental stores shall be of various diameters as specified in supply order.
The specials shall be free from any defects. It should be possible to cut it drill the special to suit the site
condition and fit in position etc. The hardness of the external surface shall not exceed 210 HBS. Sealing
Rings shall confirm to IS 5382-1985. Ring shall be homogeneous and free from porosity, grit and surface
defects, such as pitting, irregularities. Dimension of rings shall be as per IS 10292- 1988.

Manufacture –

Generally as per item WS/B/2.3. The dimensions of jiffy collar coupling shall be as per Table 9 IS 1538-
1993.
Supply and Stacking at Departmental Store :
Specified under agreement.

Markings –

Each fitting shall have cast stamped or indelibly painted on it the following markings:
Manufacturer’s Name or trademark or identification mark.
The nominal diameter,
Mass of fitting,
Last 2 digits of year of manufacture,

Contractor No. of corrections Executive Engineer


533
Any other mark required by the purchaser
Item to Include –

The item includes the supply of Cast Iron jiffy collar coupling, including all taxes, levies excluding octroi,
transporting, loading, unloading and stacking at departmental store or work site as directed. The necessary
test certificate also shall be provided along with the supply. Octroi paid shall be reimbursed on producing
documentary evidence of payment made.

2.7.4 Flat rubber gaskets –

The item provides to supply at departmental store the flat rubber gaskets for flanged joints. Following two
types of rubber gaskets, depending upon the hardness of rubber ay be supplied as specified in the supply
order:
1. Type A: 50 to 65 Hardness in IRHD and
2. Type B: 65 to 80 Hardness in IRHD.
In each of two types, 2 Grades, Grade 1 & 2 are again prescribed.

Material –

The rubber gaskets shall be manufactured from either a) Sheet Rubber or b) Sheet Rubber reinforced with
fabric (Rubber insertion jointing). For manufacturing rubber gaskets, natural rubber or synthetic rubber or
a blend thereof, shall be used, with suitable composition and vulcanization to attain the required degree of
hardness.
The fabric for rubber insertion jointing shall have a minimum breaking strength of 120 N/mm2,under test
conditions according to IS: 1969- 1968.

Manufacture –

The rubber gaskets shall be free from porosity, grit and surface defects such as pitting and irregularities.
The rubber shall be homogeneous. The manufacturing of sheet rubber and rubber insertion jointing shall be
in accordance with the IS: 638-1979. The thickness and number of fabric plies shall be as per the IS. Unless
mentioned in the supply order the size of each rubber sheet shall have suitable bolt holes conforming to IS
1538-1993, for the pipe diameter specified in the order.

Supply and Stacking at Departmental Store:


As specified under agreement.

Markings –

Each piece of rubber sheet jointing or rubber insertion jointing shall be marked with the following:

1. The name of manufacturer or the Trade Mark,


2. Type, Grade and Thickness,
3. Month and Year of manufacture,
4. Any other Marking as specified in the purchase order Item to Include:
The item includes the supply of flat rubber gasket at departmental store, suitable for flanged joints
(3/6 mm thick) with bolt holes and nominal bore, pitch circle diameter as per IS: 1538- 1993 and
gasket as per IS: 638-1979, including all taxes, levies except octroi, transporting, loading,
unloading and stacking at departmental store as directed. The necessary test certificate also shall
be provided along with the supply. Octroi paid shall be reimbursed on producing documentary
evidence for the payment made. Mode of Measurement and Payment:

Contractor No. of corrections Executive Engineer


534
General–
This section covers the general requirements for Ductile Iron (DI) fittings suitable for Tyton joints to be
used with Ductile Iron pipes with flanged and Tyton jointing system.

Types of specials–

The following types of DI fittings shall be manufactured and tested in accordance with IS: 9523 or BS:
4772.
 flanged socket
 flanged spigot
 double socket bends (900, 450, 22 1/2 0, 11 1/4 0)
 double socket branch flanged tee
 all socket tee.
 double socket taper.
 All Flanged Tee.
 All Flanged taper.
 All Flanged Bend 900
 All Flanged Duck Foot Bend

Supply–

All the DI fittings shall be supplied with one rubber ring for each socket. The rubber ring shall conform to
IS: 12820 and IS: 5382 as described in the preceding chapter. Flanged fittings shall be supplied with one
rubber gasket per flange and the required number of nuts and bolts.

Lubricant for ductile iron pipes and specials–

General–
This section covers the requirements for lubricant for the assembly of Ductile Iron pipes and specials
suitable for Tyton push-in rubber ring joints

Specification–
The lubricant has to have the following characteristics:
 must have a paste like consistency and be ready for use
 has to adhere to wet and dry surfaces of DI pipes and rubber rings
 to be applied in hot and cold weather; ambient temperature 0 –
50 °C, temperature of exposed pipes up to 70 °C
 must be non toxic
 must be water soluble
 must not affect the properties of the drinking water carried in the
pipes
 must not have an objectionable odour

Contractor No. of corrections Executive Engineer


535
 has to inhibit bacterial growth
 must not be harmful to the skin
 must have a shelf live not less than 2 years

Acceptance tests –

They shall be conducted in line with the provisions of the IS9523

Packing–

All the DI fittings shall be properly packed with jute cloth. Rubber rings shall be packed in polyethylene
bags. Rubber rings in PE bags and nuts, bolts etc. shall be supplied in separate jute bags.

The fittings should also be supplied by the manufacturer of the pipes. They should preferably be
manufactured by the manufacturer of the pipes. In case they are not, it will be the responsibility of the
manufacturer of the pipes to have them manufactured from a suitable manufacturer under it’s own
supervision and have it tested at his/sub contractors premises as per the contract. The pipe manufacturer
will however be responsible for the compatibility and quality of the products.

Mode of Measurement –
The unit of quantity shall Kg of Specials

SUB WORK NO. 9 : - PROVIDING LOWERING LAYING JOINTING HDPE


PIPES DISTRIBUTION SYSTEM

Item No. 1: - Providing and supplying in standard lengths of HDPE pipes

Item No. 2: - Providing and supplying in standard ISI mark HDPE specials

The specifications for HDPE pipes of various diameters are confirming to I.S.4984 – 2016. HDPE Pipes shall
be as per latest IS specifications, Also HDPE pipes up to 110 mm dia. Shall be in coil form. The pipes which
are supplied in coils shall be joined by couple fusion joints only.

Grade of Raw Material


Raw material used to manufacture the HDPE pipes shall be pre compounded at manufacturing stage. PE 100
is resin proposed to be used for manufacturing of the pipes.
General: -

1 The material used for the manufacturer of pipe should not constitute toxic hazard, should not support
microbial growth and should not give rise to unpleasant taste and odour or discoloration of water.
Pipe manufacturer shall obtain a certificate to this effect from the manufacturer of raw material.

Contractor No. of corrections Executive Engineer


536
2 High density polyethylene (HDPE) used for the manufacture to designation PEEWA – 45 – T – 006
of IS 7328: 1992. HDPE conforming PEEWA – 45 – T012 of IS 7328: 1992 may also be used with
exception that met flow rating (MTR) shall not exceed 1.10 g/10 minutes – In addition the material
shall also conform to 5.6.2 of IS 7328: 1992.
3 The specified base density shall be 946.5 Kg/m³ and 946.4 Kg/m³ (Both inclusive) when determined
at 270 C according to procedure prescribed in IS 7328: 1992.The value of the density shall also not
differ than 3 Kg/m³
4 The melting flow rating (MFR) shall be between 0.41 and 1.10 (both inclusive) when tested at 1900
C with nominal load of 5 Kg & as determined by method prescribed in 7 of IS 2530: 1963. The MFR
of the material shall also be within 20% of the value declared by the manufacturer.
5 The resin shall be compounded with carbon black. The carbon black content in the material shall be
within 2.5 0.5% and dispersion of carbon black shall be satisfactory when tested according to the
procedure described in IS 2530: 1963.
6 The percentage of the antioxidant used shall not be more than 0.3 percent by mass of finished resin.

Quality Assurance Certificate

Quality assurance certificate for the raw material proposed to be used for the project, from one of the
certifying agencies such as Bodycoat or Slevan or Advantica or any other internationally reputed
organization shall be submitted along with the supply.

The manufacturer should submit the above raw material certificates for proposed grade of material PE –
100 at time of supply of pipe. Contractor shall submit the following Certificates from the manufacturer.
Pressure Rating
The pressure rating of HDPE pipes and specials shall be confirming to I.S. 4984-2016 for 6 Kg/cm²
(working pressure) for material grade PE 100 and all latest edition.
Colour of pipes
The Colour of the HDPE pipe shall be as specified in IS code is black. The pipe shall be designed for the
temperature of 450 C maximum.
Reworked material.
The addition not more than 10% of the manufacturer’s own rework material resulting from the
manufacturer of pipes is only permissible.

Dimensions
The pipe dimensions shall be as per latest revisions and amendment of specified in standards IS 4984-2016.
The pipes shall be supplied in straight lengths of 20 m. Short length of 3 m (Min) up to maximum of 10%
of total supply will be permitted.
The internal diameter, wall thickness, length and other dimensions of pipes shall be as per relevant clauses
given in IS 4984 applicable, for different class of pipes. Each pipe shall be of uniform thickness throughout
its length. The dimension to tolerances shall be as per specified I.S. standards.
Performance requirements

Contractor No. of corrections Executive Engineer


537
The pipe supplied should have passed the acceptance tests as per clause given in specified IS standards.
The manufacturer should provide the test certificates for the tests conducted, as required in specified
standards along with the supply of pipes. These acceptance tests can be performed in the in house
laboratory of the pipe manufacturing factory of the successful Contractor. Third party inspection shall be
carried from SGS India pvt. ltd., M/s.Dr. Amin controlers Pvt. Ltd., M/s IR class System and Solutions Pvt.
Ltd. Or any other agency registered with MJP, after supply of pipe at site. Then only it can be measured
and recommended for further payment.

Marking
As per the provisions of clause given in specified standards each straight length of the pipe shall be clearly
marked in inedible ink/paint the following information shall be marked.
a. ISI stamping with marking of IS 4984(or IS 14333)
b. The manufacturer’s name and /trade mark.
c. Designation of the pipe as per IS 4984 (or 14333)
d. Lot number /Batch number

BIS License
The pipe manufacturer who is going to supply the pipes for the project has to have a valid BIS license.
Bid without these licenses may be treated as non-responsive Fittings/Specials
All HDPE fittings/specials shall be fabricated in accordance with IS: 8360 (Part I & III). PE Injection
moulded fittings shall be in accordance with IS: 8008 (Part I to IX). All fittings /specials shall be fabricated or
injection moulded at factory only. No fabrication or moulding will be allowed at site, unless specifically
permitted by the Engineer.

Fittings will be butt welded on to the pipes or other fittings by use of heat fusion.
Bends
HDPE Bends shall be plain square ended as per IS: 8360 part I & III specifications. Bend may be moulded
shall be manufactured or fabricated from pipes elements.
Tees
HDPE Tees shall be plain square ended as per IS: 8360 Part I & II specifications. Tees may be equal tees or
reduced bench off tees. Tees may be moulded or fabricated from pipes elements.
Reducers
HDPE Reducers shall be plain square ended as per IS: 8008 Part - I & VII Specifications.
Flanged HDPE Pipe Ends.
HDPE Stub ends shall be square ended as per IS: 8008 Part & VII Specifications. Stub ends will be welded on
the pipe. Flange will be of slip on flange type as described below.
Slip on Flanged
Slip-on-flanges shall be metallic flanges covered by epoxy coating or plastic powder coating. Slip on flanges
shall be conforming to standard mating relevant flange of valves, pipes etc. Nominal pressure rating of flanges
will be PN 10.

Contractor No. of corrections Executive Engineer


538

Welding Procedure
Jointing between HDPE pipes and specials shall be done as per the latest IS: 7634 Part II. Method of jointing
between the pipes to pipes and pipes to specials shall be with Electro Fusion Jointing using hydraulically
operated, superior quality Electro fusion machines which will ensure good quality Electro fusion welding of
HDPE pipes.
Normally Electro fusion welding/jointing shall be done as per standard HDPE IS code.

Installation and Commissioning of HDPE PIPES


Installation

a. Supplying, laying, jointing, testing and commissioning of pipes shall conform to relevant IS codes,
as applicable.
b. The alignment of pipelines shown in drawings of the tender documents is only indicative and the
exact alignment will be as per drawings and /or as directed by the Engineer or his representative.
c. The HDPE pipes shall be laid in accordance with the latest IS 7634 Part-2.

Hydraulic Testing of HDPE Pipe Line

a. The Sectional Hydraulic Test shall be carried out after the pipeline section to be tested has been laid
jointed and backfilled to a depth sufficient to prevent floatation
b. Each length of the pipeline to be tested shall be capped or blanked off at each end and securely
strutted or restrained to withstand the forces which will be exerted when the test pressure is applied.
c. Proposals for testing where thrusts on structures are involved even where thrust flanges on the piping
are installed, shall be with the prior approval of the Engineer.
d. The proper method of filling the pipeline with water shall be used. The length under test shall be
filled making certain that all air is displaced through an air valve or any other appropriate
mechanism. The test length shall then remain under constant moderate pressure as per testing method
given in the IS 7634.
e. As per IS code water required to build up allowable drop in pressure during test will be treated as a
makeup water.
f. Notwithstanding the satisfactory completion of the hydraulic test, if there is any discernible leakage
of water from any pipe or joint, the Contractor shall, have to be repaired at his own cost, replace the
pipe or repair the pipe or remake the joint and repeat the hydraulic test is the responsibility of the
contractor. The additional payment will not be made.
g. Test pressures are to be measured in kg/cm² at the centre of the bank flange situated at the lowest end
of the pipeline under test. HDPE pipes and Fittings All the pipes specials and fitting of HDPE shall
be supplied and shall be tested along pipeline as per relevant IS codes and specifications.
h. Daily O & M of HDPE pipeline should be done & maintain by contractor for two years free of cost.
No extra payment will be done by MJP for this.
The Following code shall be used for:

Contractor No. of corrections Executive Engineer


539
Site Test Pressure: as per IS 7634 Part I. Suitable section length shall be 500 to 800 m as directed by the
Engineer in charge shall be taken for such testing from time to time during progress of the work and
satisfactory test given for that section. All testing apparatus, gauges, connections, etc. and water required for
testing shall be arranged by the Contractor at his cost. The MJP does not undertake any responsibility to
supply water for testing, If there is delay in testing, the contractor shall refill the trenches for the time being
and reopen them at time of testing at his own cost, failure of which shall entitle the MJP to do the refilling the
reopening of trenches at the risk and cost of the contractor. If the trenches are filled due to any reason
whatsoever before testing the contractor shall have to open for testing at no extra cost.

Satisfactory hydraulic test shall be recorded when the section under test shall withstand the pressure as
specified by the Engineer in charge for about 15 minutes without operating the test pump. The test pressure
being maintained at the specified figures during that 15 minutes’ interval.

The field pressure to be imposed should be not less than the maximum of following & as mentioned in
relevant latest IS.
a. times the maximum sustained operating pressure.
b. 1.5 times the maximum static pressure in the pipe line.
c. Sum of maximum sustained operating pressure and maximum surge pressure.
d. Sum of maximum pipe line static pressure and maximum surge pressure. Subject to the
maximum equal to the work test pressure to any pipe fitting incorporated.
e. The field test pressure should wherever possible be not less than 2/3 rd work test pressure
and should be applied and maintained for at least 15 minutes.

The test pressure shall be gradually raised at the rate of 1 Kg/ cm2/min. If the pressure measurement is not
made at the lowest point of the section, an allowance should be made for the difference in static head between
the lowest point and point of measurement to ensure that the maximum pressure is not exceeded at the lowest
point. If a drop in pressure occure, the quantity of water added in order to re-establish the test pressure should
be carefully measured. This should not exceed 0.1 lit/ mm of pipe dia. per Km. of pipeline per day for each 30
cm. head of pressure applied.

During testing if any joints are found leaking they shall be repaired and /or redone by the contractor at his cost
till the test is found satisfactory. Similarly, any pipes, collars, specials, show hair cracks, leaks etc. during
testing the contractor shall replace them with sound pipes and specials etc. free of cost. The hydraulic test
shall be given in presence of the Engineer in charge. 15% payment of total sub work of pipe line work shall be
withheld till hydraulic test is given which shall be released only on giving satisfactory test.

Mode of Payment:

80% payment shall be released against providing HDPE pipes, after submitting third party inspection
certificate from approved agencies by MJP. 10% payment will be made after lowering, laying, jointing of
pipes. 10% payment will be released after satisfactory hydraulic testing is given by contractor.

Contractor No. of corrections Executive Engineer


540
The cost of Specials procured by the agency will be payable as per market rate or as per CSR rates for actual
consumption. The contractor should procure all specials as per actual requirement for the work and balance
specials will not be payable by the deptt. And it will be the responsibility of Agency.

Item No 3: Providing double flange sluice valve confirming for IS- 14846 including worn gear arrangements
as per test pressure, stainless steel spindle, caps, including inspection charges, transportation upto
departmentalstore, unloading, stacking excluding GST levied by GOI & GOM in all respect etc. complete

This item shall be executed as per provision in the detailed relevant item of Schedule "B” This includes cost
of supply, freight, transportation and allied taxes and delivery at the site of work. The item includes, labour,
cost of jointing materials such as nuts bolts, rubber packing for making flanged joint etc. and fixing the valves
in proper position and alignment including hydraulic testing conducted along with the testing of pipe line for
ascertaining the chainages of the valves so fixed as occupied in the pipe line. The item includes hydraulic
testing of valves also along with the pipe line testing. The valves shall be got inspected through SGS /RITES.
All charges of EJUSGS/RITES inspection shall be borne by the contractor. The sluice valves of IVI or
Kirloskar make shall only be accepted. The sluice valves shall confirm to IS-780-1980 and IS-2906-1980 or
as per subsequently modified.

This shall be of solid wedge gate constructions with cast Iron body and brass Gunmetal trim (or in a
variety of other materials specifications as ordered). These sluice valves shall stand to the working pressure
of 10 kg/cm2.
Mode of Payment
Payment shall be made on number basis. 80 % payment shall be made after actual supply, 10% after
lowering, laying, jointing of Sluice Valves at site and 10 % payment shall be made after hydraulic testing
along with pipeline.

Item No 4:: - Excavation for foundation / pipe trenches in earth, soils of all types, sand, gravel and soft
murum,Hard Murum and Boulders ,Soft rock including removing the excavated material upto a distance of
50 metres and lifts as below, stacking and spreading as directed, normal dewatering, preparing the bed for
foundation and excluding backfilling, etc. complete. (Bd-A1/259).

The excavation shall be done as per standard specification No. Bd - A 1., A2., A3., A.4. AS. and A6. page No.
271-272 of 1965 edition or as per latest edition of the Standard Specifications. The item includes excavation
in all kinds of strata such as soils, sand. murum, hard murum with or without boulders, soft rock, hard rock
with blasting. The item includes excavation by manual. mechanical or by any other means.
The excavation shall be done to the required depth and section as directed by Engineer-in- charge. Extra
excavation done for whatever reasons shall not be paid for under any circumstances. The excavated material
shall not be placed nearer than 1.00 meter, from the edges of excavated trenches. After refilling of the
trenches, the balance stuff should be disposed of as directed.
The excavation is to be done for pipe line trenches for foundation of C.C. blocks, fixity blocks, trust blocks &
encasing.

Contractor No. of corrections Executive Engineer


541

Necessary shoring and strutting of sufficient strength should be provided to sides of excavated trenches to
prevent falling of sides.
During execution of works at all endangered places where traffic prevails, trenches shall be strongly fenced
and marked with red lights. All necessary arrangement for diversion of traffic should be made before starting
of excavation and all precautionary measures should be taken so as to avoid accidents while work in progress.
Dewatering during excavation for pipe trenches should be done manually or by pump, for which rate in
included in excavation item. No separate payment will be admissible even for excavation in nalla / river
portion, site clearance etc.
During excavation, if masonry. concrete structures roots of trees etc. are met with the same shall be removed
without extra cost. The loss to public or private utility services such as telephone or electric cables / water
mains / or such other if comes across the trenches, Shall have to be made good at the cost of the contractor.
The permission for such crossings f required from the competent Engineer shall be obtained through
Department. However, delay in obtaining such permission shall not be considered as cause of delay for the
works and no compensation shall be admissible to the contractor due to such delay. The bottom of trench shall
be leveled both longitudinally and transversely or stepped as directed by Engineer-in-charge.

For excavation of pipe line trenches, the maximum width of the trench, allowed for payment
shall be as below for all types of pipes and for required lifts.
Dia. of pipe line Width
80 mm 0.70 m
100 mm 0.70 m
150 mm 0.75 m
200 mm 0.80 m
250 mm 0.80 m
300 mm 0.90 m
400 mm 1.00 m
450 mm 1.10 m

The item includes the cutting of tar road and making it in its original position etc. complete as directed by the
Engineer-in-charges. If the contractor is preferred to excavate the pipe trenches in all types of strata by means
of breaker, Poclain or any other mechanical equipment to get the work done speedily, nothing extra shall be
paid to the contractor on this account.
Mode of Payment
Payment shall be made on cum basis up to two decimal places.

Item No 5: Lowering, Laying and Jointing H. D. P. E./M. D. P. E. pipes in proper position including all-
specials by compression fitting/electrofusion and butt fusion jointing procedure as per relevent IS Code
complete with all materials for jointing procedure like Electrofusion machine, Electric heater/butt fusion

Contractor No. of corrections Executive Engineer


542
welding machine with hydraulic jack, top loading clamp etc. and all labours as directed by engineer in charge
as per IS-7634 Part II

Welding Procedure
Jointing between HDPE pipes and specials shall be done as per the latest IS: 7634 Part II. Method of jointing
between the pipes to pipes and pipes to specials shall be with Electro Fusion Jointing using hydraulically
operated, superior quality Electro fusion machines which will ensure good quality Electro fusion welding of
HDPE pipes.
Normally Electro fusion welding/jointing shall be done as per standard HDPE IS code.

Installation and Commissioning of HDPE PIPES


Installation

d. Supplying, laying, jointing, testing and commissioning of pipes shall conform to relevant IS codes,
as applicable.
e. The alignment of pipelines shown in drawings of the tender documents is only indicative and the
exact alignment will be as per drawings and /or as directed by the Engineer or his representative.
f. The HDPE pipes shall be laid in accordance with the latest IS 7634 Part-2.

Hydraulic Testing of HDPE Pipe Line

i. The Sectional Hydraulic Test shall be carried out after the pipeline section to be tested has been laid
jointed and backfilled to a depth sufficient to prevent floatation
j. Each length of the pipeline to be tested shall be capped or blanked off at each end and securely
strutted or restrained to withstand the forces which will be exerted when the test pressure is applied.
k. Proposals for testing where thrusts on structures are involved even where thrust flanges on the piping
are installed, shall be with the prior approval of the Engineer.
l. The proper method of filling the pipeline with water shall be used. The length under test shall be
filled making certain that all air is displaced through an air valve or any other appropriate
mechanism. The test length shall then remain under constant moderate pressure as per testing method
given in the IS 7634.
m. As per IS code water required to build up allowable drop in pressure during test will be treated as a
makeup water.
n. Notwithstanding the satisfactory completion of the hydraulic test, if there is any discernible leakage
of water from any pipe or joint, the Contractor shall, have to be repaired at his own cost, replace the
pipe or repair the pipe or remake the joint and repeat the hydraulic test is the responsibility of the
contractor. The additional payment will not be made.
o. Test pressures are to be measured in kg/cm² at the centre of the bank flange situated at the lowest end
of the pipeline under test. HDPE pipes and Fittings All the pipes specials and fitting of HDPE shall
be supplied and shall be tested along pipeline as per relevant IS codes and specifications.
p. Daily O & M of HDPE pipeline should be done & maintain by contractor for one years free of cost.
No extra payment will be done by MJP for this.
MODE OF MEASUREMENT

Contractor No. of corrections Executive Engineer


543

The payment this of item will be taken on running meter basis and paid on running meter basis at the rate
specified in Schedule-B. 85% payment shall be payable after lowering, laying and jointing & remaining 15%
payment shall be payable after satisfactory hydraulic testing is given.

Item No 6: - Hydraulic testing of H. D. P. E./ M. D. P. E.pipe line to specified pressure including cost of all
materials and labour and water for testing for specified length including cutting, placing end cap making
arrangement for filling safe water using reciprocating type pumps which should be able to provide specified
test pressure gauges and other necessary equipments, labour, operation charges, etc. required for testing. The
rate under this item shall also include cost of retesting, if necessary and reinstating to original

EXECUTION , JOINING METHOD


1 The pipe shall be joined with butt, heat fusion joints as outlined in ASTM D2657 and conform to the
Generic Butt Fusion Joining Procedure for Field Joining of Polyethylene Pipe, Technical Report TR-33/2005,
published by the Plastic Pipe Institute (PPI). All joints shall be made in strict compliance with the
manufacturer’s recommendations. A factory qualified joining technician as designated by pipe manufacturer
or experienced, trained technician shall perform all heat fusion joints in the presence of the site incharge..
Lengths of pipe shall be assembled into suitable installation lengths by the buttfusion process. All pipes so
joined shall be made from the same class and type of raw material made by the same raw material supplier.
Pipe shall be furnished in standard laying lengths not to exceed 15 mtr and no shorter than 6 mtrt.
On days butt fusions are to be made, the first fusion shall be a trial fusion in the presence of an Engineer
Incharge. The following shall apply:
Heating plate surfaces shall be inspected for cuts and scrapes and shall be free of dirt and residue. Heater
surfaces should be between 400O F (minimum) to 450O F (maximum). Measure the temperature @ 12:00,
3:00, 6:00 and 9:00 o’clock positions using a pyrometer of infrared thermometer at locations where the
heating plate will contact the pipe/fitting ends. The maximum temperature difference between any two points
on a single heating surface must not exceed 24O F. If this temperature is exceeded, the heating plate shall be
cleaned per the manufacturer’s recommendations.
The fusion or test section shall be cut out after cooling completely for inspection.
The test section shall be 12” or 30 times (minimum) the wall thickness in length and 1” or 1.5 times the wall
thickness in width (minimum). The joint shall be visually inspected as to continuity of “beads” from the
melted material, and for assurance of “cold joint” prevention (i.e. – joint shall have visible molded material
between walls of pipe). Joint spacing between the walls of the two ends shall be a minimum of 1/16” to a
maximum 3/16”.
The polyethylene flange adapters at pipe material transitions shall be backed up by stainless steel flanges and
shaped as necessary to suit the outside dimensions of the pipe. The flange adapter assemblies shall be
connected with corrosion resisting bolts and nuts of Type 316 Stainless Steel as specified in manufacturer
booklet. All bolts shall be tightened to the manufacturer’s specified torques. Bolts shall be tightened
alternatively and evenly. After installation, apply a bitumastic coating to bolts and nuts.
PART 4 INSTALLATION
4.1 High Density Polyethylene (HDPE) Pipe shall be installed in accordance with the instruction of the

Contractor No. of corrections Executive Engineer


544
manufacturer, as shown on the Drawings and as specified herein. A factory qualified joining technician as
designated by the pipe manufacturer shall perform all heat fusion joints.
4.2 HDPE shall be installed either by Open Trench Construction or Directional Bore Method. 4.3 Care shall
be taken in loading, transporting and unloading to prevent damage to the pipe. Pipe or fitting shall not be
dropped. All pipe or fitting shall be examined before installation, and no piece shall be installed which is
found to be defective. Any damage to the pipe shall be repaired as directed by the Engineer. If any defective
pipe is discovered after it has been installed, it shall be removed and replaced with a sound pipe in a
satisfactory manner by the contractor, at his own expense.
4.4 Under no circumstances shall the pipe or accessories be dropped into the trench or forced through a
directional bore upon “pull-back”.
4.5 Care shall be taken during transportation of the pipe such that it will not be cut, kinked or otherwise
damaged.
4.6 Ropes, fabric or rubber protected slings and straps shall be used when handling pipes. Chains, cables or
hooks inserted into the pipe ends shall not be used. Two slings spread apart shall be used for lifting each
length of pipe.
4.7 Pipes shall be stored on level ground, preferably turf or sand, free of sharp objects, which could damage
the pipe. Stacking of the polyethylene pipe shall be limited to a height that will not cause excessive
deformation of the bottom layers of pipes under anticipated ASG Housing Distribution Lines Replacement
Project 7 temperature conditions. Where necessary due to ground conditions, the pipe shall be stored on
wooden sleepers, spaced suitably and of such width as not to allow deformation of the pipe at the point of
contact with the sleeper or between supports.
4.8 Pipe shall be stored on clean level ground to prevent undue scratching or gouging. The handling of the
pipe shall be in such a manner that the pipe is not damaged by dragging it over sharp and cutting objects. The
maximum allowable depth of cuts, scratches or gouges on the exterior of the pipe is 5 percent of wall
thickness. The interior pipe surface shall be free of cuts, gouges or scratches.
4.9 Pipe shall be laid to lines and grade shown on the Drawings with bedding and backfill as shown on the
Drawings.
4.10 When laying is not in progress, including lunchtime, the open ends of the pipe shall be closed by
fabricated plugs, or by other approved means.
4.11 Sections of pipe with cuts, scratches or gouges exceeding 5 percent of the pipe wall thickness shall be
removed completely and the ends of the pipeline rejoined.
4.12 The pipe shall be joined by the method of thermal butt fusion. All joints shall be made in strict
compliance with the manufacturer’s recommendations.
4.13 Mechanical connections of the polyethylene pipe to auxiliary equipment such as valves, pumps and
tanks shall be through flanged connections which shall consists of the following: 4.13.1 A polyethylene
flange shall be thermally butt-fused to the stub end of the pipe.
4.13.2 A 316 stainless steel back up ring shall mate with a 316 stainless steel flange.
4.13.3 A 316 stainless steel bolts and nuts shall be used.
4.14 Flange connections shall be provided with a full-face neoprene gasket.

Contractor No. of corrections Executive Engineer


545
4.15 All HDPE pipe must be at the temperature of the surrounding soil at the time of backfilling and
compaction.
4.16 If a defective pipe is discovered after it has been installed, it shall be removed and replaced with a sound
pipe in a satisfactory manner at no additional cost to the Owner. All pipe and fittings shall be thoroughly
cleaned before installation, shall be kept clean until they are used in the work and when laid, shall conform to
the lines and grades required. kinked or otherwise damaged.
4.17 Open Trench Installation:
4.17.1 Standards and Specification, Section 02200 – Utility Excavation, Trenching, and Backfilling shall
apply in its entirety.
4.17.2 Precautions shall be taken to prevent flotation of the pipe in the trench.
4.17.3When moveable trench bracing such as trench boxes, moveable sheeting, shoring or plates are used to
support the sides of the trench, care shall be taken in placing and moving the boxes or supporting bracing to
prevent movement of the pipe, or disturbance of the pipe bedding and the backfill. Trench boxes, moveable
sheeting, shoring or plates shall not be allowed to extend below top of the pipe. As trench boxes, moveable
sheeting, shoring or plates are moved, pipe bedding shall be placed to fill any voids created and the backfill
shall be recompacted to provide uniform side support for the pipe.
4.17.4 Restrained joints shall be installed where shown on the Drawings or as directed by the Engineer.
PART 5 CLEANING
At the conclusion of the work, thoroughly clean all of the new pipe lines to remove all dirt, stones, pieces of
wood or other material which may have entered during the construction period by forcing a cleaning swab
through all mains 4” or greater. Flushing velocities shall be a minimum of 2.5 feet per second. Debris cleaned
from the lines shall be removed from the job site.
PART 6 TESTING
6.1 Pressure testing shall be conducted as per Manufacturer’s recommendations and as approved by site
Engineer.
6.2 All HDPE water mains shall be disinfected prior to pressure testing as per standard specification.
6.3 All HDPE mains shall be field-tested. Contractor shall supply all labor, equipment, material, gages,
pumps, meters and incidentals required for testing. Each main shall be pressure tested upon completion of the
pipe laying and backfilling operations, including placement of any required temporary roadway surfacing.
6.4 All mains shall be tested at 150 percent of the operating design pressure of the pipe unless otherwise
approved by the Engineer.
6.5 Pressure testing procedure shall be per Manufacturer’s recommendations or as follows: 6.5.1 Fill line
slowly with water. Maintain flow velocity less than 2 feet per second.
6.5.2 Expel air completely from the line during filling and again before applying test pressure. Air shall be
expelled by means of taps at points of highest elevation.
6.5.3 Apply initial test pressure and allow to stand without makeup pressure for two to three hours, to allow
for diametric expansion or pipe stretching to stabilize.
6.5.4 After this equilibrium period, apply the specified test pressure and turn the pump off. The final test

Contractor No. of corrections Executive Engineer


546
pressure shall be held for one to three hours.
6.5.5 Upon completion of the test, the pressure shall be bled off from a location other than the point where
the pressure is monitored. The pressure drop shall be witnessed by the Deptt. representative at the point
where the pressure is being monitored and shall show on the recorded pressure read-out submitted to the
Engineer of Record.
6.6 Allowable amount of makeup water for expansion during the pressure test shall conform to Chart 6,
Allowance for Expansion Under Test Pressure, Technical Report TR 31/9-79, published by the Plastic Pipe
Institute (PPI). If there are no visual leaks or significant pressure drops during the final test period, the
installed pipe passes the test.
6.7 If any test of pipe laid disclosed leakage significant pressure drop greater than the manufacturer’s
recommended loss, the Contractor shall, at his/her own expense, locate and repair the cause of leakage and
retest the line. The amount of leakage, which will be permitted, shall be in accordance with AWWA C600
Standards.
6.8 All visible leaks are to be repaired regardless of the amount of leakage.
6.9 The Contractor must submit his plan for testing to the Engineer for review at least 10 days before starting
the test.

Mode of Payment and Measurements


After satiscactory testing payment for laying ,refilling,

Item No 7: - Lowering, laying and jointing in position following C.I. D/F Reflux valves

Lowering, laying and Jointing


Lowering, laying, jointing in position following CIDF Reflux, butterfly valves and sluice valves including
cost of all labors jointing material including nut bolts and giving satisfactory hydraulic testing etc complete
(Rates for all class of valves)

This item includes fixing of valves at work site including cost of transportation, loading, unloading, etc. all
materials and labours required for fixing, including testing. The size of nuts, bolts and packing shall be as per
IS specifications and suitable for the type of valves and as per the directions of the Engineer-in-charge.

The location of the valves shall be decided by the Engineer-in-charge. Before any of these valves are fixed at
the pre-determined position, these shall be cleaned, greased and it shall be checked that these are in proper
working condition. Sluice valves shall be properly supported on wooden sleepers till the anchor blocks sets.

Sluice valve - PN 1.0 of various dia. As mentioned in Schedule B

Hydraulic Testing
The pipeline and valves should be hydraulically tested up to the required pressures per IS, satisfactorily and
leakages if any should be repaired at the time of hydraulic testing. The 15% amount of the lowering, laying
and jointing the pipe shall be released after satisfactory hydraulic testing. Contractor should make his own
arrangements at his own cost for water, for hydraulic testing of pipeline. He should not rely upon completion
of the any other sub-works for such testing. Contractor shall take Photographs during testing of pipelines and
Valves.

Contractor No. of corrections Executive Engineer


547
Mode of Measurement
The item will be measured and paid on the Km. basis. 100% payment will be released after satisfactory
hydraulic test.

Item No 8 - Filling in plinth and floors murum bedding in trenches with approved murum from excavated
materials from foundation in 15 cm to 20 cm layers including watering and compaction, etc. complete. (Bd-
A-10/263)

Before lowering, laying, jointing and welding of pipe line, site gunitting and concreting work, refilling of
trenches with available excavated stuff shall be done. The available excavated stuff shall be laid in layers of
15 cm to 20 cm. Each layer shall be watered and compacted before the upper layer is laid till the required
level is reached. Only soil or soft murum shall be used for filling.Originally filling shall be done 15 cms
above natural ground or road level.Sinking below the road or ground level, if noticed till the completion of
work, the contractor shall have to make it level at his cost.
This item includes.

a) Clearing useful excavated material of rubbish bracking clods, stone, etc.


b) Conveying the useful excavated material upto 50 M and filling in layers, watering and
compacting.
c) All labour, equipment and other arrangements necessary for the satisfactory completion
and completion of the item.Surplus excavated material is the property of Pradhikaran. So
contractor is not empowered to sell this excavated material to any other agency.This
disposal will not be considered for initial 50 M lead from edge of pipe line trenches and so
will not be paid for.The material shall be conveyed by means of suitable devices/manner.

The route opening and maintenance, payment of any royalties, compensation to land owners and for damaged
of any etc. during the process of conveyance etc. shall be the entire responsibility of the contractor.
Mode of Measurement

Payment of the rate shall be for a unit of 1 Cum of compacted trench filling with approved excavated
material. The measurement shall be net for the compacted filing and no deduction for shrinkage or voids
shall be made. No payment will be made for filling for 30 to 40 cms above natural ground level, if so
insisted by the Engineer-in-charge.

Item No 9: - Providing and fixing C.I. road box including loading, unloading and carting to site of work
including all necessary excavation in all types of strata and fixing in murum packing, etc.

The item includes providing and fixing 225x300 mm (20 Kg.) CI road box including necessary excavation,
supporting B.B. Masonry etc. complete.

The mode of measurement shall be on basis of each number of completed item.

Contractor No. of corrections Executive Engineer


548
Item No 10: - Refilling the pipe line trenches with available excavated stuff with soft material first over
pipeline and then hard material in 15 cm layers with all leads and lifts including consolidation, watering etc
complete.

The item shall be done as per standard specification No. Bd-A 10-page No. 275 of 1965 edition or as per
latest edition of the Standard Specifications. For bedding only approved quality of excavated materials from
trenches shall be used. Bedding shall be done before laying of pipe line to the desired grade as directed by
Engineer-in-charge. The item includes all leads and lifts as required.
The refilling shall be done in layers of 15 to 20 ems. Each layer should be watered and compacted properly.
After hydraulic testing, the trench shall be refilled in layers and should be rammed manually. The filling shall
be kept above GL for subsequent settlement. In case of trench in rock, cushioning of murum shall be provided
on top and sides of pipe line. The item includes all leads and lifts as required for actual operation.

Though the contractor is required to do refilling before hydraulic testing to avoid traffic hurdle, no payment
for refilling of the trenches of pipeline shall be payable till satisfactory hydraulic testing is given. Re-
excavation required if any, during testing, shall be done by the contractor at his own cost.

Mode of payment
Payment shall be made on cum basis up to two decimal places.
payment shall be made after completion of satisfactory hydraulic testing etc

Item No 11: - Providing ISI standard R.C.C. pipes in standared lenghts of following class and diameter
suitable for either collar joints or rubber ring joints, including all taxes (Central and Local), inspection
charges, transport to departmental stores / site, unloading and stacking etc. complete.

Providing and supply of RCC pipe with good quality as per standard specification of relevant IS Code.
Pipes shall be supply at site and the cost for transportation will not pay additionally.
Damages to supplied materials due to carelessness of the contractor during loading, unloading, transport,
lowering, laying, cutting to required size, jointing, testing, etc. shall be at contractor's accounts and no
payment on this quantity is admissible. final quantity payable under this item of pipe supply shall be restricted
to the total laid length &successfully tested for that diameter &class of pipes.

Mode of payment
Payment shall be made on Rmt basis up to two decimal places.

Item No 12: - Lowering, laying and jointing in proper grade and alignment R.C.C. pipes with collar joints in
C.M.1:1 proportion or socketed R.C.C. pipes with rubber joints (excluding cost of rubber ring or R.C.C.
collar,) including cost of conveyance from stores to site of work, cost of jointing material, labour, etc. work,
cost of jointing material, labour, etc. complete as directed by Engineer- charge (For all class of pipes.) as per

Contractor No. of corrections Executive Engineer


549
IS- Collar Joints Rubber Ring Joints

Mode of payment
Payment shall be made on Rmt basis up to two decimal places. 80% to 10% + 10%.

Item No 13 :-Providing, laying, spreading and compacting stone aggregates of specific sizes to water bound
macadam specification including spreading in uniform thickness, hand packing to proper grade and camber,
applying and brooming requisite type of screening/ binding Materials to fill up the interstices of coarse
aggregate,watering and compacting with Vibratory roller. to the required density. By Mechanical Means -
Grading I(Using Screening Type A (13.2) mm Aggregate)
After lowering, laying, jointing and welding of pipe line, refilling of trenches with compacting stone
aggregates shall be done. The stone aggregates shall be laid in layers of 5 cm to 10 cm. Each layer shall be
watered and compacted before the upper layer is laid till the required level is reached. , the contractor shall
have to make it level at his cost.
This item includes.

a) Clearing useful excavated material of rubbish bracking clods, stone, etc.


b) Conveying the useful stone aggregates upto 50 M and filling in layers, watering and
compacting.
c) All labour, equipment and other arrangements necessary for the satisfactory completion
and completion of the item.Surplus excavated material is the property of Pradhikaran. So
contractor is not empowered to sell this excavated material to any other agency.This
disposal will not be considered for initial 50 M lead from edge of pipe line trenches and so
will not be paid for.The material shall be conveyed by means of suitable devices/manner.

The route opening and maintenance, payment of any royalties, compensation to land owners and for damaged
of any etc. during the process of conveyance etc. shall be the entire responsibility of the contractor
Mode of Measurement :
The unit of quantity shall be meter cube.

Item No 14 :-Providing and laying in situ Cement Concrete of trap/ granite / quartzite / gneiss metal for RCC
work in foundation like raft, grillage, strip foundation and footing of RCC columns and steel stanchions
including normal dewatering, form work, compaction, finishing and curing, etc. complete. (By weigh
batching and mix design for M250 and M-300 only Use of L&T, A.C.C., Ambuja, Birla Gold, Manikgad,
Rajashree, etc. cement is permitted.) (Excluding M.S. or Tor reinforcement)

This shall comply as per standard specification No. Bd-E-1 Page No.287. and I.S.: 456 (2000)

Wherever concrete is to be laid in trenches, the trench shall be cleaned and watered before placing. The sub-
soil water which met shall be removed and the trench shall be kept dry during and after two hours of placing

Contractor No. of corrections Executive Engineer


550
of concrete. The thrust blocks and anchor blocks shall be cast in two stages. Initially up to invert level of
pipe and then after pipe line laying is completed.
Mode of payment
Payment shall be made on cum basis up to two decimal places.

Item No 15 :-Providing and fixing in position steel bar reinforcement of various diameters for RCC piles,
caps, footings, foundations, slabs, beams, columns, canopies, staircases, newels, chajjas, lintels, pardies,
copings, fins, arches, etc. as per detailed designs, drawings and schedules; including cutting, bending,
hooking the bars, binding with wires or tack welding and supporting as required, etc. complete (including cost
of binding wire). (Bd-F17/306)
Ref Specification of Sub Work No 1 Iteeem No 4

Item No 16 :-Making cross connection to existing distribution main of any type including excavation,
breaking and removing existing pipes, lowering, laying of specials and pipes in their position, refilling,
closing the water supply in that area, dewatering and restarting the water supply, etc. complete as directed by
Engineer-incharge for following diameters of existing pipeline, irrespective of diameter of branch line. (The
number of joints involved will be paid separately depending upon the nature of joints and required pipes,
valves and specials will be supplied free of cost at stores.)
The item provides for supply of mild steel, tor steel bars, cutting, bending with G.I. wire and placing in
position, welding for reinforcement in the RCC.

3.2 Mild steel and tor steel bars shall confirm to Specification A-10 of Standard Specification of Public Works
Department, Latest Edition.

3.3 The binding wire shall confirm to Specification A-15 of Standard Specification of Public Works
Department, Latest Edition.

3.4 During contractor's supply, if any, the steel bars shall be supplied directly to the site of work.

3.5 Bending reinforcement confirm accurately to the dimensions and shapes in the details drawings (approved)
or as directed by the Engineer-in-charge.

3.6 Bars shall be bend cold only. In no way bending by heat will be allowed.

3.7 Bars with kinks, bends or cracks shall not be used.

3.8 Details of length, size, laps and bending diagram shall be got approved by the Engineer-in-charge.

3.9 As far as possible full length of bars shall be placed as per drawing details. When full lengths are not
available, bars be supplies only after written permission of the Engineer-in-charge. Supplies shall be
staggered and in tension zone shall be avoided strictly. Bars shall be lapped as specified in IS:456-2000
with due regards to the grade of concrete. Welding may be used for large diameter of bar only after
permission of Engineer-in-charge.

3.10 Welding, if permitted shall conform to specification B.10.7 of Standard Specification of Public Works
Department.

Contractor No. of corrections Executive Engineer


551

3.11 All reinforcement shall be accurately placed in position with spacing and cover shown in detailed drawing
and firmly held during the placing and setting of concrete. Bars shall be ties at all intersections. Binding
wire of 1.63 mm or 1.22 mm diameter (about 16 or 18 gauge) shall be used. Spacing of the bars shall be
maintained by means of stays, blocks ties, spacers, hangers or other approved supports at sufficient close
intervals so that bars will not be displaced. During placing vibrating or compacting concrete, placing bars
for reinforcement on a layer of fresh concrete as the work progress will not be permitted. The use of pieces
of broken stones or bricks or wooden blocks for maintaining spacing or cover shall not be permitted.
Layers of bars shall be separated by precast cement blocks, spacer bars or other devices.

3.12 Full details of numbers, sizes, lengths, weights, laps, welds, spacing of bars placed in position in different
parts of the work shall be recorded by the contractor and certified and signed by the Engineer-in-charge or
his representative to show that all reinforcement has been placed correctly as per sanctioned drawing or as
directed by the Engineer-in-charge in writing, before placing concrete. No concrete shall be placed in
position until the certified the correctness of reinforcement, recording the steel measurements and has given
permission in writing to place concrete. After approval of reinforcement as above, it will be the contractor's
responsibility to seal that the spacing of reinforcement and arrangements are not tampered with in any way
before or during concreting.

3.13 Any steel is required to be procured by Contractor. He shall produce the test certificate. In addition, actual
test shall be carried out according to IS:432-1982, in an Government laboratory and the cost of test shall be
borne by the contractor, including all transport, etc.

3.14 This item includes,….

a) Cost of labour, materials, use of tools, plant and tackle and other incidental items to complete the
work satisfactorily.
b) Supplying, conveying, cleaning, cutting, bending, binding with (1.63 mm or 1.22 mm diameter –
16 to 18 gauge) wire on spot, welding and placing reinforcement in position and maintaining it
clean and in position till the concrete is laid.
c) Cost of sampling and testing, as required.

3.15 In no case, any foreign material e.g. oil, grease, etc. which prevent bonding between steel and concrete
shall remain on steel on steel bars during placing of concrete.

3.16 MODE OF MEASUREMENT AND PAYMENT


The tender rate shall be on weight basis for MT of MS/tor steel reinforcement. The weight of steel
reinforcement used for the item of concrete will be measured in tonnes based on total compacted weight for
the sizes and lengths of bars as shown in drawing or as directed by Engineer-in-charge.

3.16.1 The lengths of the bars shall be measured correct to 2 places of decimals of meters. The weights for
payments shall be calculated according to standard weights mentioned in the ISI Hand Book correct upto
0.10 Kg.

Contractor No. of corrections Executive Engineer


552
SUB WORK NO. 10 : - Carrying out railway crossing by Push through
method

Item No 1 :- Manufacturing, providing and supplying spirally welded / ERW/ SAW / fabricated M. S. pipes
(Commercial Quality) including procurements of plates,gas cutting to required size rolling, tack welding
assembling in suitable lengths to form pipes, welding on automatic welding machine and forming ‘V’ edge on
both ends of pipes including railway freight, insurance, unloading from railway wagon, loading into truck,
transport to stores, unloading, stacking, excluding GST levied by GOI & GOM in all respect etc. complete as
per IS - 3589 and IS-5504 as applicable as per specifications (No negative tolerance in thickness is
permissible)
SPECIFICATION –
THE PIPES TO BE SUPPLIED WITH INTERNAL CLEAR DIAMETER WITH INSIDEMORTAR
LINING.

1. Pipes to be supplied under this contract shall conform to IS:3589-2001, (latest version) and IS:5504
(Latest version) Indian Standard for Electric Resistance welded or seamless or spirally welded steel pipes
for water, gas and sewage (subject to specific requirements given below).
2. In case supplier proposes to supply pipes to the standards superior to the above standards no weightage
will be given while evaluating the bid and for payment.

Method of Manufacture Electric resistance welded (ERW)


Applicable Standards (with latest edition)
Welded or seamless steel tubes for water, gas and ISO-1977
sewage
Steel pipes and tubes for pressure purposes, carbon BS:3601 (Latest version)
steel, ordinary duties
Specification for gas line pipe API 5L-1980

Specification for electrically welded steel pipes for IS:3589-2001


water, gas and sewage. IS:5504
(Latest version)
Methods of sampling of steel pipes, tubes and fittings IS:5711-
(latest version)
Methods of tensile testing of steel tubes IS:1984
(latest version)
Code of practice for laying and jointing MS pipes IS:5822-
(latest version)

1.1 INSPECTION –
Inspection of MS pipe is divided in 2 parts.
Inspection during manufacturing.
a) Identification of plate/strip material for manufacturing.
b) Qualification of welding process to be used for manufacturing of pipes.
c) Qualification of welders.
d) Dimensional check before start of welding to avoid rejection at a later stage.
Inspection of ready built pipes.

Contractor No. of corrections Executive Engineer


553
1.2 SPECIFICATION FOR LAYING OF MS PIPELINE –
Warped or deformed timber shall not be used for shoring. Shoring shall project atleast 150 cms above
ground and shall extended the trench as approved by the Engineer. Planks shall be placed close enough to
avoid any running in of sand or earth through the joints.
For walling pieces round timber shall not be allowed.

Spacing of struts shall be as per the requirements of the design of shoring. The shoring material shall be of
the minimum sizes as specified below unless steel sheet piling is used.
a) Planks 5 cms thick.
b) Walling Pieces 20 x 10 cms
c) Struts 20 x 15 cms
Shoring shall be removed only after the approval of the Engineer-in-Charge. In case shoring may be
required to be left in trenches after confirmation that its removal is likely to cause damage to the structure
or utilities etc. the same shall be left therein permanently
with all accessories without any compensation or extra cost. Payment for providing shoring in square
meter of area shored and leaving it in the trench in cubic meter of timber left is included in the item of
excavation. Projection above ground level after attaining final depth, however, shall not be retained in any
circumstances.
1.3 UNDERGROUND PIPE LAYING –
GENERAL –
Pipe laying shall be done as shown on the drawings or as directed by Engineer, to the correct line and level.
The Engineer, at his discretion, may change the alignment and/or levels depending on the site conditions.
The minimum cover under roadway etc. where traffic is expected over the pipeline shall be 120 cm as
specified in IS: 5822 (latest version). The minimum cover for pipeline along the major district road and
State Highway shall generally be 1.0 m, where traffic is not expected over the pipeline. Pipes and specials
to be laid underground shall be provided either with C.M. gunitting Coal tar wrapping or cement concrete
encasing as specified separately as per requirement. Care shall be taken to see that while handling these
pipes, the pipe and unitted portion is not damaged. The rate includes all expenses on account of labour,
machinery, material etc. required for complete process of lying. No extra rate for any reason for this job
will be admissible even if the process of lowering and laying of these pipes requires additional labour,
machinery, materials etc. From safety point of view.

1.3.1 LAYING PROCEDURE –


The contractor shall lower the pipes of standard lengths. Short length pipes shall be lowered only if found
necessary and only after obtaining the permission of Engineer-in- Charge. The pipes shall be lowered in the
trench on prepared bedding or concrete bedding as per the decision of Engineer-in-Charge. Pipes shall not
be laid on the open rock bottom as it may damage the pipe shell on account of point loads.
The alignment and levels shall be checked by the theodolite. Cutting of pipes shall not be allowed for
matching the sides of trenches excavated. While assembling the pipes the ends shall be brought close
enough to leave a uniform gap not exceeding 3 mm. Marginal
cutting and grinding shall be done if found necessary, for which no extra payment shall be made. There
shall be no lateral displacement between pipe faces to be jointed.

When the pipe is properly assembled and checked by Engineer-in-Charge for correct line and level, it shall
be firmly supported on wooden beams and wedges and then tack welded.

In the trenches where shoring is provided, care shall be taken to see that during lowering of pipes, only
required struts are removed at a time with additional precautions to keep the shoring in position if
necessary.

1.3.2 SPECIAL PRECAUTIONS FOR MAINTAINING CIRCULAR SHAPE OF

Contractor No. of corrections Executive Engineer


554
PIPE –
Special attention of the tenderer is drawn to the fact that the proposed pipeline is to be provided with
cement mortar lining. It is therefore very necessary that the circular shape of the pipes be maintained till
these pipes are mortars lined. The contractor shall provide adjustable steel struts of the approved design for
this purpose. Minimum three sets of struts shall be provided per pipe length of 6 meter. They shall be
retained till complete refilling is done and properly consolidated or till concrete encasing is set. Any
diametric variation beyond + 2% shall have to be rectified by the contractor at his cost, which may include,
removing the section of the pipeline and relaying it along with all other ancillary operations. Providing
required number of adjustable struts and all other operations involved as above shall be deemed to have
been included in the item of laying and no separate payment on this account will be admissible.

1.3.3 MODE OF MEASUREMENT –

The payment for MS pipe, the measurement of this will be taken on running meter basis.
The break-up of payment shall be as under

Supply of MS pipe with inside 80% of cost mentioned in


mortar lining and third party
inspection report
Laying of pipes & outside wrapping 10% -- do –
of pipes
Hydraulic testing of pipe line 10% -- do --

1.4.0 SPECIFICATIONS FOR PROVIDING LAYING SPECIALS –

1.4.1 GENERAL –
All specials like distance pieces, straps, tapers, saddles, branches, tees etc. shall be generally fabricated
in the factory. Only small kinks or bends or saddles may be fabricated on site, care being taken to see
that the length of the fabricated fitting is at least equal to the diameter of the pipe to which it is being
fixed. Such fabrication of specials on site shall be done only on approval of the Engineer and as his
direction. As specified earlier, only kinks or bends shall be fabricated on site by cutting the pipe faces
and then welding shall be carried out as specified hereinafter and shall be paid separately.

All specials shall necessarily be in steel, Wall thickness of special shall be sufficient to with stand
pressure of water of that point, and shall be laid in the same manner specified in pipes section.

1.4.2 STRAPS –
Whenever the pipe laying work proceeds from two ends and if gap between two faces is less than 30
cms., this gap shall be bridged by providing a strap. Strap shall also be provided during fixing of
expansion joints as has been specified earlier. Such strap shall be fabricated on site by cutting a piece
from the pipe. This piece shall be split longitudinal and stepped over the gap. A minimum gap of 8 cm
shall be kept on both the pipes to be connected and strap shall be welded with required number of fillet
welds from inside and outside. The gap between the ends of straps shall be welded longitudinally butt
welded.

1.4.3 DISTANCE PIECES –


Distance piece shall be provided with the gap between the pipe faces to be jointed is more than 30 cms
measured in the evening. Distance pieces shall be cut from the pipe pieces on site or can be cut in
factory. These will be measured and paid for laying as specials
1.4.4 TAPERS AND BENDS ETC –

Contractor No. of corrections Executive Engineer


555
These shall be fabricated in the factory and shall be welded on site as per requirements. Laying of tapers
shall be paid for laying as specials for the diameter in the larger size. Bends shall be measured along the
mean length and paid for in the respective items of Bill of Quantities.

1.4.5 MODE OF MEASUREMENT –


The MS specials including all above described will be paid on weight basis in Kg. Unit on supply, while
lowering, laying of specials will be paid as mentioned in Schedule-B. However, 10% of the amount of
lowering, laying will be withheld till satisfactory hydraulic testing of pipe line is given.

1.5. WELDING JOINTS –

1.5.1 GENERAL –
Before aligning, assembling and welding the pipe faces shall be cleared by scraping with wire brushes
or by any other method approved by the Engineer. Welding of pipes in field shall conform to ISS:816-
1969 (code of practice for use of metal arc welding for general construction in Mild Steel). In case of
variance, specifications hereunder shall have precedence.

Welder shall be qualified, experienced and approved by the Engineer-in-Charge to do the welding at the
locations welding shall not be allowed to be done by helpers. Contractor shall remove such of the
welders form the job, whose work is not found to be satisfactory. The Engineer may ask them to do test
welding before approving their employment on the job.
The contractor shall keep record of the welding for each circumferential joint. It shall contain the name
of the Welder, Operator and Date of Completion of such run of internal and external welding.

GOUSING AND CHIPPING –


MS Pipes of diameter larger than 1016 mm shall be welded with two number of runs from inside and a
sealing run from outside. External sealing run shall be done only after internal welding is completed.
Before starting the external welding the weld material in the joint shall be cleaned by clipping out loose
scales. Gousing shall be done before rectification of any defective welding wherever necessary and as
directed by the Engineer. Gousing or chipping shall not be paid for separately and the rate for welding
shall be deemed to include the cost of gousing

ELECTRODES –
Welding electrodes to be used for welding in this contract shall conform the Indian Standard
Specifications ISS:814-1971 (Specification for covered electrodes for metal arc welding of Mild Steel)
The contractor shall use standard electrodes depending on the thickness of the plates to be welded and
the type of joint. The contractor shall also use standard current and A.C. voltage required for the
machine as per manufacture’s directions.

TYPES OF WELDED JOINTS –


The circumferential joints of the pipes shall be butt welded with required number of runs externally and
internally.

All fillet welds shall have a throat thickness not less than 0.7 times the thickness of the pipe to be
welded.

WELDING PROCEDURE –
All parts of pipes, specials, etc. shall have all loose scale, slag, rust, paint and any other foreign material
shall be removed with wire brush and left clean and dry. All scale and slag shall be removed from each
run of weld when that run is completed.

Contractor No. of corrections Executive Engineer


556
Openings in the form of manholes in the laid pipeline at suitable distance of access for the work of
cleaning, repairs etc. Such manholes, as far as possible shall be provided on sides of the pipe line and
cutting manholes at the crown shall be strictly avoided.

Patch Plates for plugging the above manholes shall be cut from a separate pipe of the same diameter.
Edges of the patch plate shall be properly shaped and shall be inserted in the opening leaving a gap of 3
to 4 mm and tacked. Welding of patch plate shall be done in segments in a proper sequence conforming
to Indian Standard Specifications IS : 823

. TESTING OF WELDED JOINTS –


Welded joints shall be tested in accordance with procedure laid down in Indian Standard Specifications
(IS : 3600, Part I –1985 of procedure for Testing Fusion welded joints and weld metals in steel )

At least one test specimen shall be taken out for testing for every fifty field joints done. Test pieces shall
be taken out from the places pointed out by the Engineer. These shall be machined and tested early as
possible. The shape of the test pieces removed for testing shall be such that it shall be such that it shall
give the specimen of the required dimensions with the weld in the middle of the specimen and at the
same time leave the holes in the pipe with rounded corner. This hole shall be patched with a plate of
suitable size cut from a separate pipe of same diameter. It must ensure good butt weld.

TENSILE TEST –
The test specimen taken perpendicularly across the weld shall be shaped in accordance with Indian
Standard Specifications IS:223. The tension test specimen shall be machined. The protruding welded
portion from inside as well as outside shall be machined. The protruding welded portion from inside as
well as outside shall be removed by machining before the specimen is tested.

If the specimen shows defective machining or develops flaws not associated with welding, It shall be
discarded and another specimen substituted. The welded joint shall show a strength not less than the
minimum tensile strength for the plate in accordance with ISS:226

END TEST –
Bend Test specimen shall also be prepared in the same fashion as the tensile test specimen. The
specimen shall stand being bent cold 180o around a pin that has a diameter equal to 4.5 times the plate
thickness, without developing cracks. For this test face representing inside of the pipe shall be placed
next to the pin.

TRE-PANNED PLUG –
Tre-Panned plugs shall be taken out from any welded portion as pointed out by the Engineer. These
plugs shall not show any defect in welding such as inclusion of slag, blow holes cavities, etc. the plug
shall be 12 mm in dia and shall be taken out by means of suitable electrically operated holes. Such holes
in the pipe shall either be filled back by inserting a steel stud and welding around or threading the hole
and providing suitable G.I. plug. This test shall be done only if considered necessary by the Engineer.

PROCEDURE OF FAILURE OF TEST SPECIMEN –


If the test fails in either tensile or bend test or in both, two additional test specimen shall be taken out from
the section and shall be tested for tensile and bend tests. If any one of them fails, extensive gousing and
rewelding shall be done for the welded joints in that section to the full satisfaction of the Engineer.
However, if both the samples give satisfactory results, the joint form which the original sample was taken
and had failed shall be repaired to the satisfaction fo the Engineer by gousing and welding etc. at
contractor’s cost. Welder who has done the welding of the joint that has failed shall be solely held
responsible for bad workmanship and failure. Since all other factors like electrodes, current, arc voltage etc.

Contractor No. of corrections Executive Engineer


557
are already controlled, on negligence on the part of the welder only is responsible for such failure. For first
such failure the welder shall be warned and if the welded joint done by him fails for the second time, he
shall be removed from the job.

MEASUREMENT AND PAYMENT –


Welding shall be paid in linear meter of welding done including the required number of runs. The welding
shall be paid for in the relevant item of welding butt joint or lap joint in respective items in the Bill of
Quantities and Rates. The rate shall include providing all labour, material and welding machinery including
all ancillary preparations and testing, repairing retesting, gousing etc. complete in all positions and
circumstances prevailing in site. No extra payment on any account whatsoever may be admissible to
contractor 10% of the amount under this item will be withheld till the satisfactory hydraulic testing is
given.

GAS CUTTING –

GENERAL –
Gas cutting of MS Pipes may require to be adopted on site for fabrication of bends on site or for preparing
distance pieces, straps etc. and for cutting holes in pieces for manholes, branches scour valves, Air Valves
and other appurtenances and temporary manholes for cleaning welding etc..

After gas cutting the edges shall be made smooth and even so as to remove all the equalities ends of the
pipe shall have ‘V’ edge from in side.

MEASUREMENT AND PAYMENT –

Gas cutting shall be measure in linear meters of gas cutting done and shall be paid for in this item and rates
shall include all labour materials and machinery for gas cutting irrespective of any circumstances, shall
ancillary preparation and including chamfering the ends to form ‘V’ edges.

TRANSPORTATION OF M.S Pipe –


SCOPE –

The scope or special specification shall cover the following works under the contract. Transporting, laying
in position to correct line and level M.S. pipes with/without any out coating, on prepared bedding in
trenches including marginal cutting wherever required, assembling tack welding the same. The rate to
include loading, unloading, hoisting, etc. complete as specified by Engineer in Charge

PROVIDING, FABRICATING AND TRANSPORTATION OF M.S


SPECIALS –

SCOPE –

The scope or special specification shall cover the following works under the contract. Fabrication MS
plates for specials for road crossing works, expansion joints and testing, etc. at the contractor's factory and
testing the pipes.

These specials (detailed hereafter) specifications, supplement, standard specifications for civil construction
works prepared by the Maharashtra Jeevan Pradhikaran for Maharashtra Jeevan Pradhikaran.

DRAWINGS –

Contractor No. of corrections Executive Engineer


558
Working drawings shall have to be prepared by the contractor taking into consideration the sizes and
lengths of the MS plates, flats, etc. The contractor shall have no claim by whatever reason of sizes of
material issued being different from those shown in the drawings, in case supplied by the Maharashtra
Jeevan Pradhikaran to the contractor.

SUPPLY OF MATERIALS TO THE CONTRACTOR –

The Pradhikaran will not supply MS Materials such as plates, flats etc. required for the fabrication of pipes,
specials, appurtenances, etc.
The conveyance of fabricated materials from workshop to site of work shall be deemed to have been
covered in the relevant items of fabrication of pipes, specials etc. The contractor should note that the steel
plates and other structural steel required for fabrication of specials is to be procured by him from open
market at his cost. The contractor has to procure such plates in several stages as the circumstances demand,
or, as directed by Engineer-in-Charge.

The Pradhikaran shall not however supply any steel or structural steel to the contractor for his use for
preparing jobs, testing arrangements, platforms etc. in the factory or in the field. The contractor shall have
to make his own arrangements for procuring them at his own cost immediately or receipt of work order and
the Pradhikaran shall not entertain any request for extension of completion period of compensation on
increase in cost etc.

HYDRAULIC TESTING OF FABRICATED PIPES –

The pipe length fabricated shall be as specified earlier above. The contractor shall provide all the required
machines and apparatus for testing all the pipes at the factory. The arrangements made by the contractor for
hydraulic testing of pipes shall be subject to the approval by the Engineer. The contractor shall paint inside
the serial number of pipe, the diameter and the plate thickness and letters MJP as well as the date of the test
etc. as directed by the Engineer. The pipes shall be inspected thoroughly before testing for any apparent
defect in welding and the contractor shall repair such defects by gousing and rewelding. Such pipes will be
laid only on approval of the Engineer-in-Charge. Necessary provisions for storage tank for water for testing
water pumping arrangements, if necessary and making available the required water shall be made by the
contractor. Hydraulic test shall be carried out under cover at the fabrication in the presence of and to the
satisfaction of the Engineer-in-Charge or his authorized representative.

Accurate pressure gauge of approved make shall be mounted on one end of the pipe to indicate the pressure
inside the pipe being tested. The Engineer at his discretion may accept untested pipes if the total length of
fabricated pipes of that particular dia. is less than 50 meters.

The pressure shall be applied gradually by approved means and shall be maintained at least for 10 minutes
or till inspection by EIL and Engineer-in-Charge during which time, the pipes be hammered throughout its
length with sharp blows with 1 kg. Hand hammer. The pipe shall stand the test without showing any sign of
weakness, leakage, oozing or sweating. If any leakage is observed, on approval of Engineer-in-Charge, it
shall be repaired by gousing and rewelding or as directed by him. No separate/additional payment shall be
made for dewatering, gousing, repairing and dewatering and the handling required to be done for such
pipes.

HYDRAULIC TESTING OF PIPE LINE –


The working pressure shall be not less than 12 kg/cm2. The drop in pressure shall not exceed 0.7 kg/cm2
within a period of 2 hours after the full test pressure is built-up. Under this pressure no leak or sweating
shall be visible at the welded joints. During the test, the pipe shall be struck sharp blows with 1.5 kg
hammer. Water shall not spout, ooze or sweat through any part. In case of any leak observed anywhere in

Contractor No. of corrections Executive Engineer


559
the field joints whether welded or bolted, the same shall be repaired entirely at the contractor's cost which
shall include repairs to welding and regunitting etc. The repaired joint shall be subjected to retest. No
section shall be accepted unless it is perfectly water tight.

The entire cost of testing, retesting including cost of water taken together shall be paid under relevant item
or Bill of Quantities. The contractor shall make all the arrangements for all labour, pumps, pressure gauge
equipment etc. The gauges should be got tested if insisted by the Engineer-in-Charge. The contractor shall
arrange for labour required for operating air valves, scour valves etc. Any labour of Pradhikaran employed
for the above activities of the test other than supervision shall charged to the contractor as per rules.

The hydraulic testing of the leading main will be carried out for entire length or part of it as directed by
Engineer-in-Charge. If any leakages are observed even during defects liability period due to defective
workmanship, the same shall be rectified immediately.

The charges of repairs if done departmentally will be recovered from the amount of retention money.
Repairs on live water mains are to be carried out immediately to avoid wastage of water and other problems
such as disruption of water supply and traffic etc. In view of this, it will be very difficult to give prior
intimation to concerned contractor. As such the cost of repairs, being the expenditure will be recovered
from the contractor's retention money withheld in deposit without giving any prior intimation. The
contractor will not challenge or claim any extra for such action on the part of the Department. Generally the
contractor shall be required to test the pipe line sections of 1 km using necessary equipment. However, if
the Engineer-in-Charge directs, to test full pipeline lengths in further suitable sections in the interest of the
work, the tenderers will have to carry out the test in such sections as directed by Engineer-in-Charge.

MODE OF PAYMENT AND UNIT OF MEASUREMENT –


The payment shall be on Mtr basis

TRANSPORTATION OF M.S Specials –


SCOPE –
The scope or special specification shall cover the following works under the contract. Transporting, laying
in position to correct line and level M. S. specials pipes with/without any out coating, such as distance
pieces, straps, bends, tapers, etc. on prepared bedding in trenches including marginal cutting wherever
required, assembling tack welding, the same. The rate to include loading, unloading, hoisting, etc. complete
as specified.

Providing and applying 3 layer polyethylene coating for MS Pipe –


Providing and applying 3 layer polyethylene coating of minimum 3000 micron composite coating and
internal fusion bounded epoxy lining as per IS 3589 annex Cove 400 micron thickness for underground
laying M.S. pipes, Similarly dual layer polyester coating of 400 micron externally and internal fusion
bounded lining as per Is 3531 for above ground laying M.S. pipes. Rate shall include cost of material
coating and wrapping over the pipes handing charges, preparation of pipe surface, all labour, material,
including transportation of pipes from site of works to factory and back to site of works after coating etc.
complete.(The rate is for inside plus outside area both included)
Note - Pipe coating shall be done at factory.

Item no 2 :-Providing and applying primer and one coat of red oxide of iron paint externally including
leaning the surface of the pipes with steel scrappers, wire brushes, and metal cleaning solution, etc

Contractor should procure Good quality ,and of approved make colour , it should got approved by Engineer
Incharge before applying to MS pipe ,pipe should be clean by brushing and sand papers etc .

Contractor No. of corrections Executive Engineer


560
Mode of Payment :- Payment on Sqm basis after item executed inall respect

Item no 3:- Providing and supplying High density Polythine Rubber Chairs suitable for M.S. Casing pipes
& M.S. Carrier Pipes etc Complete.
Material should be of Good quality ,and of approved make ,Before installing the chairs it should got
approved by Engineer Incharge .
Mone pf Payment :- Payment on no basis after item executed inall respect

Item no 4+ 5:- Excavation for foundation / pipe trenches in earth, soils of all types, sand, gravel and soft
murum, including removing the excavated material upto a distance of 50 metres and lifts as below, stacking
and spreading as directed, normal dewatering, preparing the bed for foundation and excluding backfilling, etc.
complete. (Bd-A1/259)

The specifications contained in the standard specification volume IInd published by Public Works and
Housing Department, Govt. of Maharashtra, Chapter Bd.A shall apply. In addition to above following
specification shall apply. In case of any discrepancy between the two the below given specifications shall
govern.

SITE CLEARANCE –

The area to be excavated shall be cleared off. All trees and bushes and rubbish and other objectionable
materials removed shall be burnt or disposed off as directed by the Engineer-in-Charge. The cost of such
clearing shall be deemed to have been included in the rates accepted for different items under excavation.

DEWATERING –

No distinction shall be made as to whether the materials being excavated is dry, moist or wet. The item
also includes bailing out of water by manually or pumps to keep the trenches reasonable dry for all further
works of lowering, laying, jointing and testing of the pipe line till the completion of the work.

SHORING AND STRUTTING –

The item includes all shoring and strutting that may be required. On no account the width of trenches more
than these mentioned here in after shall be measured. If excavation width more than the specified is
required for the purpose of keeping machinery, steeping due to loose material or for any other reasons the
same shall be at the Contractors cost.

LIGHTING, BARRICADING AND GUARDING –

The items of excavation are including necessary lighting at night at suitable intervals, but not more than 15
meter along the excavated trenches and at all crossing and barricading the same by fencing so as to avoid
the accident. Chowkidars shall be employed at place where the trenches cross over any traffic road to
caution the vehicles and pedestrians etc. The arrangements shall be maintained till completion of work and
at the cost of the Contractor.

ALIGNMENT AND LEVELS –

Contractor No. of corrections Executive Engineer


561
Before the trenches excavation is commenced, sight rails shall be erected at every 30 meters and at all
points of change of direction, gradient and at ends. The excavation work shall be preceded by a detailed
survey along the alignment of the main to obtain ground levels at every 30 meters or less distance.
Temporary bench mark shall be constructed at every 30 meters distance along the alignment and shall be
maintained till the completion of work. All labour and materials required for the survey work of fixing
bench mark etc. shall be provided by the Contractor at his own cost. For any mistakes in survey the
Contractor is fully responsible. He should not lay the pipes, unless the alignment is thoroughly checked by
the Engineer-in-Charge or his authorized representative who is empowered to sign the work order book in
token of checking the exact grade and level of the trenches excavation.

Excavation at random places shall not be measured by the Pradhikaran's Engineer. Any non-technical
practices during the excavation of the contracted work shall be viewed very seriously by the Pradhikaran
and a note to that effect will be recorded against the Contractor in his name.

DEPTH AND GRADES OF TRENCHES –

The trenches shall be excavated to the required grades and depth in all types of strata and on the lines as
shown on approved drawings or as directed by the Engineer-in-Charge,. If not so, the payment for the item
will not be paid to the Contractor. The depth of excavation and the levels of the pipe inverts shall be
checked by means of boning rods of suitable lengths. Additional depths if required to be excavated for
pipes, for sockets, collars, specials, joints and for any other working facility and shall not be measured and
paid. The minimum cover above the pipe shall be 0.90 m.

The Contractor shall notify the Engineer when the trenches are ready for bedding so that the Engineer can
inspect and record the depth. Only on explicit approval by Engineer, the bedding shall be provided by the
Contractor. If any public utility i.e. electrical cable, telephone cable, water connections, sewer connections,
gutter damage etc. then same will be rectified by contractor at his own cost.

WIDTH OF TRENCHES –
The maximum width of the trenches admissible for payment shall be as under
Sr. Internal dia of pipe Width of excavation of Nature of strata
No. trenches
1. 90 mm and below 0.70 M In soft and hard material
2. 100 m 0.75 M In soft and hard material
3. 150 mm 0.75 M In soft and hard material
4. 200 mm 0.85 M In soft and hard material
5. 250 mm 0.85 M In soft and hard material
6. 300 mm 0.90 M In soft and hard material
7. 350 mm 0.95 M In soft and hard material
8. 400 mm 1.10 M In soft and hard material
9. 450 mm 1.15 M In soft and hard material
10. 500 mm 1.20 M In soft and hard material
11. 550 mm 1.25 M In soft and hard material
12. 600 mm 1.25 M In soft and hard material
13. 700 mm 1.30 M In soft and hard material
14. 750 mm 1.40 M In soft and hard material
15. More than 750 mm OD + 0.60 M In soft and hard material

For excavated width whichever is less shall be recorded and paid for. Extra widths for pits at sockets,
collars, specials, joints, construction and also for working liabilities shall neither be measured nor paid for.
However, excavation required for providing and casting fixity block, thrust blocks, encasing etc. will be

Contractor No. of corrections Executive Engineer


562
measured and paid for under relevant item of excavation. The pits for welding joints will also be paid
under relevant item of excavation.

PRESSING AND CONSOLIDATING OF THE TRENCHES –

The bed of the trenches shall be well rammed before laying of the murum or sand for bedding hollows, if
any, shall be filled with murum duly rammed and watered to required level and grade at cost of the
Contractor.

CLASSIFICATION OF MATERIALS IN TRENCHES –

The exact classification of the strata met with during the excavation shall be done by the representative of
Engineer-in-Charge and accordingly measurement shall be recorded under different items of excavation
provided under Annexure to Clause-38 of tender for the purpose of excess quantity. In case of any, dispute
regarding classification of strata, the decision of Engineer-in-Charge shall be final and binding. The strata
classifications and its quantity shown are indicative only. The Contractor therefore, shall carry out his own
assessment regarding the strata at different depth along the alignment, before submission of the tender.

EXCAVATION BY CHISELLING MECHANICAL MEANS (In Hard Strata)

Excavation in hard strata shall be done by chiseling, wedging or line drilling as specified any mechanical
all means or ordered by the Engineer. The excavation refers to excavation generally for foundation, wet or
dry, in hard rock by chiseling, wedging or line drilling and shall comply with the specifications.

MODE OF MEASUREMENT AND PAYMENT

The excavation shall be measured in Cubic meters only. Dimensions shall be measured correct to two
decimal of meter and quantity shall be calculated to two places of Decimal of Cubic meters.

Disposing of surplus excavated

Disposing of surplus excavated stuff at distance upto as mentioned in Schedule B or as directed by engineer
in charge.

MODE OF MEASUREMENT AND PAYMENT

Disposing of surplus excavated shall be measured in kilometers only

Item no 6:- Hydraulic testing of M.S. pipeline to specified pressure including cost of all materials and
labour and water for testing for the length upto 1km., using reciprocating type pumps which should be able
to provide specified test pressure gauges and other necessary equipments, labour, operation charges, etc.
required for testing. The rate under this item shall also include cost of retesting, if necessary

Warped or deformed timber shall not be used for shoring. Shoring shall project atleast 150 cms above
ground and shall extended the trench as approved by the Engineer. Planks shall be placed close enough to
avoid any running in of sand or earth through the joints.
For walling pieces round timber shall not be allowed.

Spacing of struts shall be as per the requirements of the design of shoring. The shoring material shall be of
the minimum sizes as specified below unless steel sheet piling is used.

Contractor No. of corrections Executive Engineer


563
a) Planks 5 cms thick.
b) Walling Pieces 20 x 10 cms
c) Struts 20 x 15 cms

Shoring shall be removed only after the approval of the Engineer-in-Charge. In case shoring may be
required to be left in trenches after confirmation that its removal is likely to cause damage to the structure
or utilities etc. the same shall be left therein permanently
with all accessories without any compensation or extra cost. Payment for providing shoring in square
meter of area shored and leaving it in the trench in cubic meter of timber left is included in the item of
excavation. Projection above ground level after attaining final depth, however, shall not be retained in any
circumstances.

UNDERGROUND PIPE LAYING

GENERAL

Pipe laying shall be done as shown on the drawings or as directed by Engineer, to the correct line and level.
The Engineer, at his discretion, may change the alignment and/or levels depending on the site conditions.
The minimum cover under roadway etc. where traffic is expected over the pipeline shall be 120 cm as
specified in IS: 5822 (latest version). The minimum cover for pipeline along the major district road and
State Highway shall generally be 1.0 m, where traffic is not expected over the pipeline. Pipes and specials
to be laid underground shall be provided either with C.M. gunitting Coal tar wrapping or cement concrete
encasing as specified separately as per requirement. Care shall be taken to see that while handling these
pipes, the pipe and unitted portion is not damaged. The rate includes all expenses on account of labour,
machinery, material etc. required for complete process of lying. No extra rate for any reason for this job
will be admissible even if the process of lowering and laying of these pipes requires additional labour,
machinery, materials etc. From safety point of view.

1 LAYING PROCEDURE

The contractor shall lower the pipes of standard lengths. Short length pipes shall be lowered only if found
necessary and only after obtaining the permission of Engineer-in- Charge. The pipes shall be lowered in the
trench on prepared bedding or concrete bedding as per the decision of Engineer-in-Charge. Pipes shall not
be laid on the open rock bottom as it may damage the pipe shell on account of point loads.
The alignment and levels shall be checked by the theodolite. Cutting of pipes shall not be allowed for
matching the sides of trenches excavated. While assembling the pipes the ends shall be brought close
enough to leave a uniform gap not exceeding 3 mm. Marginal
cutting and grinding shall be done if found necessary, for which no extra payment shall be made. There
shall be no lateral displacement between pipe faces to be jointed.

When the pipe is properly assembled and checked by Engineer-in-Charge for correct line and level, it shall
be firmly supported on wooden beams and wedges and then tack welded.

In the trenches where shoring is provided, care shall be taken to see that during lowering of pipes, only
required struts are removed at a time with additional precautions to keep adjustable steel struts of the
approved design for this purpose. Minimum three sets of struts shall be provided per pipe length of 6 meter.
They shall be retained till complete refilling is done and properly consolidated or till concrete encasing is
set. Any diametric variation beyond + 2% shall have to be rectified by the contractor at his cost, which may
include, removing the section of the pipeline and relaying it along with all other ancillary operations.
Providing required number of adjustable struts and all other operations the shoring in position if necessary.

2 SPECIAL PRECAUTIONS FOR MAINTAINING CIRCULAR SHAPE OF PIPE

Contractor No. of corrections Executive Engineer


564

Special attention of the tenderer is drawn to the fact that the proposed pipeline is to be provided with
cement mortar lining. It is therefore very necessary that the circular shape of the pipes be maintained till
these pipes are mortars lined. The contractor shall provide involved as above shall be deemed to have been
included in the item of laying and no separate payment on this account will be admissible.

3 MODE OF MEASUREMENT

The payment for MS pipe, the measurement of this will be taken on running meter basis and paid on
running meter basis at the rate specified in Schedule-B. 85% payment shall be payable after lowering,
laying and jointing & remaining 15% payment shall be payable after satisfactory hydraulic testing is
given.

Item no 7:- Pushing of M.S. pipes of following dia for road crossing and railway crossing by push through
method in all types of strata by using hydraulic jack and drilling machine of required diameter of below M.S.
casing pipes, lowering, laying , jointing of material, required welding machinery, tripod, shain -pulley block
crain, blower, compressor, loading and unloading of machinery into the trench, etc. transportation and
dewatering, etc complete, as directed by engineer-incharge but excluding the cost of M.S. pipes.

The pipes pushed through the Railway / Road embankment should have minimum cushion of 2.0 m (As
shown in the Railway’s approved Drawing)above the pipes. The cautionary boards should be kept at
sufficient distance from the point of crossing. The pushing should be done with the use of hydraulic jacks /
winch machine as per the standard procedure of the Railways, Every precaution should be taken that while
pushing no settlement takes place in the track / road the embankment should be protected with sand bags to
avoid any slippage during working. The temporary thrust bed / thrust walls constructed for pushing should
be dismantled after completion of pushing work. The M.S. pipe barrels shall be field welded with electric
arc welding machine. The entire work should be carried as per the latest specifications of the Railway
Department for pushing of pipe work. Jacking of the M.S. Pipes to form the opening under the Railway
track under running traffic condition maximum allowable deviations from the theoretical alignment will be
limited to 200 mm horizontally and 100 mm vertically. Any deviation beyond this tolerance will be
rectified by the tenderer at his own cost. Any temporary structures such as thrust walls etc shall be
dismantled immediately after completion of the pushing work. Minor seepage water which can be
dewatered manually be bucket etc shall be done by the contractor and no extra payment will be paid for this
however if the subsoil water is heavy and needs dewatering by pumps than it will be paid as per regular
practice of MJP. Contractor shall inform to concerned railway office before starting the execution of work.
Mode of Payment

Payment shall be made on running meter basis after completion of complete work..

Item No 8:- Refilling the trenches with available excavated stuff with soft material first over pipeline and
then hard material in 15 cm layers with all leads and lifts including consolidation, surcharging, etc.
complete

Refer Sub Work no 1 Item No 11 page No 282

Contractor No. of corrections Executive Engineer


565
After lowering, laying, jointing and welding of pipe line, site gunitting and concreting work, refilling of
trenches with available excavated stuff shall be done.
The available excavated stuff shall be laid in layers of 15 cm to 20 cm. Each layer shall be watered and
compacted before the upper layer is laid till the required level is reached. First 2 layers of 15 to 20 cms
shall be free from stones or chips or any harmful material, to protect the pipe from damage.
Only soil or soft murum shall be used for filling.
Originally filling shall be done 30 to 40 cms above natural ground or road level.
Sinking below the road or ground level, if noticed till the completion of work, the contractor shall have to
make it level at his cost.
This item includes..

a) Clearing useful excavated material of rubbish bracking clods, stone, etc.


b) Conveying the useful excavated material upto 50 M and filling in layers, watering and
compacting.
c) All labour, equipment and other arrangements necessary for the satisfactory completion and
completion of the item.

Surplus excavated material is the property of Pradhikaran. So contractor is not empowered to sell this
excavated material to any other agency.

This disposal will not be considered for initial 50 M lead from edge of pipe line trenches and so will not be
paid for.

The material shall be conveyed by means of suitable devices/manner.

The material conveyed to the place of disposal shall either be stocked or spread as directed by Engineer-in-
charge or his representative.

The route opening and maintenance, payment of any royalties, compensation to land owners and for
damaged of any etc. during the process of conveyance etc. shall be the entire responsibility of the
contractor.

Backfilling of the pipe trench


For the purpose of back-filling, the depth of the trench shall be considered as divided into the following
three zones from the bottom of the trench to its top:

Zone A: Back-filling by hand with sand, fine gravel or other approved material
From the bottom of the trench placed in layers of 150 mm and compacted by tamping. The back-filling
to the level of the centre line material shall be deposited in the trench for its full width of each side of the
of the pipe pipe, specials and appurtenances simultaneously. Special care shall be
taken to avoid damage of the pipe and the coating or moving of the pipe.
Zone B: Back-filling and compaction shall be done by hand or approved mechanical
From the level of the centre methods in layers of 150 mm, special care shall be taken to avoid damage
line of the pipe to a level 300 of the pipe and the coating or moving of the pipe.
mm above the top of the pipe.
Zone C: Back-filling shall be done by hand or approved mechanical methods in 15
From a level 300 mm above cm layers after compacting and carried to the level necessary to allow for
the top of the pipe to the top of the temporary restoration of road and path surfaces, and also for hard-core
the trench. (if and where ordered) on roads or to such level as will leave the requisite
space for the top soil, road surface etc. to be reinstated as directed by the
Engineer in Charge.

Contractor No. of corrections Executive Engineer


566
In case of agricultural or waste land and after approval by the Engineer in
Charge back-filling may be made in thicker layers and with less
compaction up to 200 - 300 mm above the initial ground level.

Mode of Measurement

Payment of the rate shall be for a unit of 1 Cum of compacted trench filling with approved excavated
material. The measurement shall be net for the compacted filing and no deduction for shrinkage or voids
shall be made. Deduction for pipe volume will be made. Depth of filling for measurement will be limited
from natural ground level only. No payment will be made for filling for 30 to 40 cms above natural ground
level, if so insisted by the Engineer-in-charge.

100% payment will be made after satisfactory hydraulic testing of pipe line.

SUB WORK NO. 11 : - Construction of BB masonary compound wall


for WTP
Item no 1:- Excavation for foundation / pipe trenches in earth, soils of all types, sand, gravel and soft murum,
including removing the excavated material upto a distance of 50 metres and lifts as below, stacking and
spreading as directed, normal dewatering, preparing the bed for foundation and excluding backfilling, etc.
complete. (Bd-A1/259)
Refer _ Sub work No 1 Item No 1 detailed Specifications Page No 264
Item no 2:- Providing & laying in situ following grade of C.C. of trap / granite / quartzite / gneiss metal for
foundation and bedding including bailing out water, from work, compacting and curing etc complete.
Refer _ Sub work No 1 Item No 1 detailed Specifications Page No 264

Item no 3+4+5:- Providing and laying in situ Cement Concrete of trap/ granite / quartzite / gneiss metal for
RCC work in foundation like raft, grillage, strip foundation and footing of RCC columns and steel stanchions
including normal dewatering, form work, compaction, finishing and curing, etc. complete. (By weigh
batching and mix design for M250 and M-300 only Use of L&T, A.C.C., Ambuja, Birla Gold, Manikgad,
Rajashree, etc. cement is permitted.) (Excluding M.S. or Tor reinforcement)
Refer _ Sub work No 1 Item No 1 detailed Specifications Page No 264

Item no 6:- Providing and fixing in position steel bar reinforcement of various diameters for RCC piles, caps,
footings, foundations, slabs, beams, columns, canopies, staircases, newels, chajjas, lintels, pardies, copings,
fins, arches, etc. as per detailed designs, drawings and schedules; including cutting, bending, hooking the
bars, binding with wires or tack welding and supporting as required, etc. complete (including cost of binding
wire). (Bd-F17/3)
Refer _ Sub work No 1 Item No 1 detailed Specifications Page No 264

Contractor No. of corrections Executive Engineer


567
Item no 7:- Providing second class Burnt Brick masonry with conventional/ I.S. type bricks in cement mortar
1:6 in superstructure including striking joints, raking out joints, watering and scaffolding etc. Complete
Bd.G.5 Page

This shall be comply as per standard specification no. Bd-G-3 on page no.315 of standard specifications
book (Red book) of B & C dept..
BRICK WORK
Classification
The brick work shall be classified according to the class designation of bricks used.
Mortar
The mortar for the brick work shall be as specified, and conform to accepted standards. Lime shall not be
used where reinforcement is provided in brick work.
Soaking of Bricks
Bricks shall be soaked in water before use for a period for the water to just penetrate the whole depth of the
bricks. Alternatively bricks may be adequately soaked in stacks by profusely spraying with clean water at
regular intervals for a period not less than six hours. The bricks required for masonry workusing mud
mortar shall not be soaked. When the bricks are soaked they shall be removed from the tank sufficiently
early so that at the time of laying they are skin -dry. Such soaked bricks shall be stacked on a clean place
where they are not again spoiled by dirt earth etc.

The period of soaking may be easily found at site by a field test in which the bricks aresoaked in water for
different periods and then broken to find the extent of water penetration. The least period that corresponds
to complete soaking will be the one to be allowed for in construction work.
Note II : If the bricks are soaked for the required time in water that is frequently changed the solublesalt in
the bricks will be leached out, and subsequently efflorescence will be reduced.
Laying
Bricks shall be laid in English Bond (Fig. 6.2, 6.3, 6.4) unless otherwise specified. For brick workin half
brick wall, bricks shall be laid in stretcher bond. Half or cut bricks shall not be used except as closer where
necessary to complete the bond. Closers in such cases, shall be cut to the required size and used near the
ends of the wall. Header bond shall be used preferably in all courses in curved plan for ensuring better
alignment.

Note: Header bond shall also be used in foundation footings unless thickness of walls (width offooting)
makes the use of headers impracticable. Where thickness of footing is uniform for a number of courses, the
top course of footing shall be headers.

All loose materials, dirt and set lumps of mortar which may be lying over the surface on which brick work
is to be freshly started, shall be removed with a wire brush and surface wetted. Bricks shall be laid on a full
bed of mortar, when laying, each brick shall, be properly bedded and set in position by gently pressing with
the handle of a trowel. Its inside face shall be buttered with mortar before the next brick is laid and pressed
against it. Joints shall be fully filled and packed with mortar such that no hollow space are left inside the
joints.

The walls shall be taken up truly in plumb or true to the required batter where specified. All courses shall be laid
truly horizontal and all vertical joints shall be truly vertical. Vertical joints in the alternate course shall come
directly one over the other. Quoin, Jambs and other angles shall be pro-perly plumbed as the work proceeds.
Care shall be taken to keep the perpends properly aligned within following maximum permissible tolerances :

(a) Deviation from vertical within a storey shall not exceed 6 mm per 3 m height.

Contractor No. of corrections Executive Engineer


568
(b) Deviation in verticality in total height of any wall of building more than one storey in height shall not exceed
12.5 mm.
(c) Deviation from position shown on plan of any brick work shall not exceed 12.5 mm.
(d) Relative displacement between load bearing wall in adjacent storeys intended to be vertical alignments shall
not exceed 6 mm.
(e) A set of tools comprising of wooden straight edge, masonic spirit levels, square, 1 metre rule line and plumb
shall be kept on the site of work for every 3 masons for proper check during the progress of work.

All quoins shall be accurately constructed and the height of brick courses shall be kept uniform. This will be
checked using graduated wooden straight edge or storey rod indicating height of each course including thickness
of joints. The position of damp proof course, window sills, bottom of lintels, top of the wall etc. along the height
of the wall shall be marked on the graduated straight edge or storey rod. Acute and obtuse quoins shall be
bonded, where practicable in the same way as square quoins. Obtuse quoins shall be formed with squint
showing three quarters brick on one face and quarter brick on the other.
The brick work shall be built in uniform layers.
No part of the wall during its construction shall rise more than one metre above the general construction level.
Parts of wall left at different levels shall be raked back at an angle of 45 degrees or less with the horizontal.
Toothing shall not be permitted as an alternative to raking back. For half brick partition to be keyed into main
walls, indents shall be left in the main walls.
All pipe fittings and specials, spouts, hold fasts and other fixtures which are required to be built into the walls
shall be embedded, as specified, in their correct position as the work proceeds unless otherwise directed by the
Engineer-in-Charge.
Top courses of all plinths, parapets, steps and top of walls below floor and roof slabs shall be laid with brick on
edge, unless specified otherwise. Brick on edge laid in the top courses at corner of walls shall be properly
radiated and keyed into position to form cut (maru) corners as shown in Fig 6.4. Where bricks cannot be cut to
the required shape to form cut (maru) corners, cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone
aggregate 20 mm nominal size) equal to thickness of course shall be provided in lieu of cut bricks.
Bricks shall be laid with frog (where provided) up. However, when top course is exposed, bricks shall be laid
with frog down. For the bricks to be laid with frog down, the frog shall be filled with mortar before placing the
brick in position.
In case of walls one brick thick and under, one face shall be kept even and in proper plane, while the other face
may be slightly rough. In case of walls more than one brick thick, both the faces shall be kept even and in
proper plane.
To facilitate taking service lines later without excessive cutting of completed work, sleeves (to be paid
separately) shall be provided, where specified, while raising the brick work. Such sleeves in external walls shall
be sloped down outward so as to avoid passage of water inside.
Top of the brickwork in coping and sills in external walls shall be slightly tilted. Where brick coping and sills
are projecting beyond the face of the wall, drip course/throttling (to be paid separately) shall be provided where
indicated.
Care shall be taken during construction that edges of jambs, sills and projections are not damaged in case of
rain. New built work shall be covered with gunny bags or tarpaulin so as to prevent the mortar from being
washed away. Damage, if any, shall be made good to the satisfaction of the Engineer-in-Charge.
Vertical reinforcement in the form of bars (MS or high strength deformed bars or thermo-mechanically treated
bars as per direction of Engineer-in-Charge)), considered necessary at the corners and junction of walls and
jamb opening doors, windows etc. shall be encased with cement mortar not leaner than 1:4 (1 cement : 4 coarse
sand), or cement concrete mix as specified. The reinforcement shall be suitably tied, properly embedded in the
foundation and at roof level. The dia. of bars shall not be less than 8 mm and concrete grade shall be minimum
1:3:6 (1 cement : 3 coarse sand : 6 graded stone aggregate 20 mm nominal size).
In retaining walls and the like, where water is likely to accumulate, weep holes, 50 to 75 mm square shall be
provided at 2 m vertically and horizontally unless otherwise specified. The lowest weep hole shall be at about

Contractor No. of corrections Executive Engineer


569
30 cm above the ground level. All weep holes shall be surrounded by loose stones and shall have sufficient fall
to drain out the water quickly.

Note : Work of providing loose stone will be payable extra.


Work of cutting chases, wherever required to be made in the walls for housing G.I. pipe, CI pipeor any other
fixtures shall be carried out in various locations as per guidelines given below :
(a) Cutting of chases in one brick thick and above load bearing walls.
(i) As far as possible services should be planned with the help of vertical chases. Horizontal chases should
be avoided.

(ii) The depths of vertical chases and horizontal chases shall not exceed one-third and one-sixth of the
thickness of the masonry respectively.

(iii) When narrow stretches of masonry (or short length of walls) such as between doors and windows,
cannot be avoided they should not be pierced with openings for soil pipes or waste pipes or timber
joints, etc. Where there is a possibility of load concentration such narrow lengths of walls shall be
checked for stresses and high strength bricks in mortar or concrete walls provided, if required.

(iv) Horizontal chases when unavoidable should be located in the upper or lower one-third of height of
storey and not more than three chases should be permitted in any stretch of a wall. No continuous
horizontal chase shall exceed one metre in length. Where unavoidable, stresses in the affected area
should be checked and kept within the permissible limits.

(v) Vertical chases should not be closer than 2 m in any stretch of a wall. These shall be kept away from
bearings of beams and lintels. If unavoidable, stresses in the affected area should be checked and kept
within permissible limits.

(vi) Masonry directly above a recess, if wider than 30 cm horizontal dimension) should be supported on
lintel. Holes in masonry may be provided upto 30 cm width and 30 cm height without any lintel. In the
case of circular holes in the masonry, no lintel need be provided for holes upto 40 cm in diameter.
(b) Cutting of chases in half brick load bearing walls.
No chase shall be permitted in half brick load bearing walls and as such no reccessed conduits and
concealed pipes shall be provided with half brick thick load bearing walls.

(c) Cutting of chases in half brick non-load bearing wall :


Services should be planned with the help of vertical chases. Horizontal chase should be provided only when
unavoidable.
Joints
The thickness of all types of joints including brick wall joints and cross joints shall be such that four course and
three joints taken consecutively shall measure as follows:

(i) In case of modular bricks conforming to IS 1077 specification for common burnt clay buildings bricks,
equal to 39 cm.

(ii) In case of non-modular bricks, it shall be equal to 31 cm.

Note:Specified thickness of joints shall be of 1 cm. Deviation from the specified thickness of alljoints shall not
exceed one-fifth of specified thickness.
Finishing of Joints:The face of brick work may be finished flush or by pointing. In flushfinishing either the
face joints of the mortar shall be worked out while still green to give a finished surface flush with the face of the
brick work or the joints shall be squarely raked out to a depth of 1 cm while the mortar is still green for

Contractor No. of corrections Executive Engineer


570
subsequently plastering. The faces of brick work shall be cleaned with wire brush so as to remove any splashes
of mortar during the course of raising the brick work. In pointing, the joints shall be squarely raked out to a
depth of 1.5 cm while the mortar is still green and raked joints shall be brushed to remove dust and loose
particles and well wetted, and shall be later refilled with mortar to give ruled finish. Some such finishes are
‘flush’, ‘weathered’, ruled, etc.

Curing

The brick work shall be constantly kept moist on all faces for a minimum period of seven days. Brick work
done during the day shall be suitably marked indicating the date on which the work is done so as to keep a
watch on the curing period.

Scaffolding

Scaffolding shall be strong to withstand all dead, live and impact loads which are likely to come on them.
Scaffolding shall be provided to allow easy approach to every part of the work.
Single Scaffolding: Where plastering, pointing or any other finishing has been indicated forbrick work, single
scaffolding may be provided, unless otherwise specified. In single scaffolding, one end of the put-logs/pole
shall rest in the hole provided in the header course of brick masonry. Not more than one header for each put-
log/pole shall be left out. Such holes shall not be allowed in the case of pillars, brick work less than one metre in
length between the openings or near the skew backs of arches or immediately under or near the structural
member supported by the walls. The holes for putlogs/poles shall be made good with brick work and wall
finishing as specified.

Double Scaffolding: Where the brick work or tile work is to be exposed and not to be finished
withplastering etc. double scaffolding having two independent supports, clear of the work, shall be provided.

Measurements

Brick work shall be measured in cubic metres unless otherwise specified. Any extra work overthe specified
dimensions shall be ignored. Dimensions shall be measured correct to the nearest 0.01 m i.e. 1 cm. Areas shall
be calculated to the nearest 0.01 sq mtrs and the cubic contents shall be worked out to the nearest 0.01 cubic
metres.
Brick work shall be measured separately in the following stages:
(a) From foundation to floor one level (Plinth level)
(b) Plinth (floor one) level to floor two level
(c) Between two specified floor levels above floor two level

Note : (i) Brick work in parapet walls, mumty, lift machine room and water tanks constructed on theroof upto
1.2 m height above roof shall be measured together with the corresponding work of the floor next below.
No deductions or additions shall be done and no extra payment made for the following :

Note : Where minimum area is defined for deduction of an opening, void or both, such areas shallrefer only to
opening or void within the space measured.
(a) Ends of dissimilar materials (that is, joists, beams, lintels, posts, girders, rafters, purlins, trusses, corbels,
steps, etc.); up to 0.1 m2 in section;
(b) Opening up to 0.1 m2 in area (see Note);
(c) Wall plates, bed plates, and bearing of slabs, chajjas and the like, where thickness does not exceed 10 cm
and bearing does not extend over the full thickness of wall;
(d) Cement concrete blocks as for hold fasts and holding down bolts;
(e) Iron fixtures, such as wall ties, pipes upto 300 mm diameter and hold fasts for doors and windows.
(f) Chases of section not exceeding 50 cm in girth.

Contractor No. of corrections Executive Engineer


571
(g) Bearing portion of drip course, bearing of moulding and cornice.

Note : In calculating area of an opening, any separate lintel or sills shall be included with the size ofthe opening
but end portions of lintel shall be excluded. Extra width of rebated reveals, if any, shall also be excluded.
Walls half brick thick and less shall each be measured separately in square metres statingthickness.
Walls beyond half brick thickness shall be measured in multiples of half brick which shall bedeemed to be
inclusive of mortar joints. For the sizes of bricks specified in 6.1.1, half brick thickness shall mean 100 mm for
modular and 115 mm for non-modular bricks.
Where fractions of half brick occur due to architectural or other reasons, measurement shall be as follows :
(a) upto 1/4th brick-actual measurements and
(b) exceeding 1/4 brick-full half bricks.
String courses, projecting pilasters, aprons, sills and other projections shall be fully described and measured
separately in running metres stating dimensions of each projection.
Square or rectangular pillars shall be measured separately in cubic metres in multiple of half brick.
Circular pillars shall be measured separately in cubic metres as per actual dimensions.
Brick work curved on plan shall be measured like the brick work in straight walls and shall include all cutting
and wastage of bricks, tapered vertical joints and use of extra mortar, if any. Brick work curved on plan to a
mean radius not exceeding six metres shall be measured separately and extra shall be payable over the rates for
brick work in straight walls. Nothing extra shall be payable if the mean radius of the brick work curved in plan
exceeds six metres.
Tapered walls shall be measured net as walls and extra payment shall be allowed for makingtapered surface for
brick work in walls.
Brick work with brick tiles shall be measured and paid for separately.

Rate

The rate shall include the cost of materials and labour required for all the operations described above except the
vertical reinforcement and its encasement in cement mortar or cement concrete. The rate shall also include the
following :
(a) Raking out joints or finishing joints flush as the work proceeds;
(b) Preparing tops of existing walls and the like for raising further new brick work.
(c) Rough cutting and waste for forming gables, splays at eaves and the like.
(d) Leaving holes for pipes upto 150 mm dia. and encasing hold fasts etc.
(e) Rough cutting and waste for brick work curved in plan and for backing to stone or other types of facing.
(f) Embedding in ends of beams, joists, slabs, lintels, sills, trusses etc.
(g) Bedding wall plates, lintels, sills, roof tiles, corrugated sheets, etc. in or on walls if not covered in respective
items
(h) Leaving chases of section not exceeding 50 cm in girth or 350 sq cm in cross-section.
(i) Brick on edge courses, cut brick corners, splays reveals, cavity walls, brick works curved on plan to a mean
radius exceeding six metres.

Item no 8:- Providing internal cement plaster 20mm thick in Single coats in cement mortar 1:4 without neeru
finish, to concrete, brick surface, in all positions including scaffolding and curing etc.complete.
This specification lays down the requirement of cement plaster to be applied to concrete or brick masonry
surface. In cement mortar of specific proportion and thickness.

For masonry all joints in the frame work that is to be plastered shall be raked out to a depth not less than the
width of the joints or as directed by the Engineer-in-charge. The raking shall be done taking care not to
allow any chipping of masonry. In new work the raking out shall be done while the mortar in the joints in

Contractor No. of corrections Executive Engineer


572
still green. Smooth surface of concrete or plaster etc. must be suitably roughened to provide necessary
bond for the plaster all dirt, soot oil paint or any other materials that might interfere with satisfactory bond
shall removed and surface wetted before plastering is started.

General : The item shall comply with specification B.11.b subject to the additional clauses Bd.L 1.2, Bd.L
1.3, Bd.L 1.4 and the following

wooden float for external surfaces and finished smooth with a steel trowel for internal surfaces.
When cement finish is specified, coat of pure Portland cement slurry 1.5 mm (1/6’) thick shall be applied
to the plastered surface while the second coat is still fresh. If neeru finish is specified, then the surface
shall be finished as per specification for Item Bd.L-10.

The thickness of the cement plaster shall be 12 mm excluding cement or neeru finish.

Mode of measurement :- As per NdL-1.7 on square meter basis.


MATERIALS
Cement mortar shall be prepared from cement and as specified for RCC work and mixed in the proportion
specified. Sand shall be screened and washed if called upon to do so. Water proofing compound of
directed make in directed quantities shall be added where it is water proof plaster, scaffolding shall be
prepared from sound materials and shall be provided, where ever situation demands for facility of proper
working.

GAUGES
Patch of plaster 15 x 15 cm shall be put on about 3 m apart as gauges to ensure even plastering in one
place.

FINISHING
In any continuous face of wall, finishing treatment of any type shall be carried out continuously and day to
day breaks made to coincide with architectural breaks in order to avoid unsightly junctions. All mouldings
shall be worked true to template and drawn neat, clean and level. All exposed angles, junctions and
openings shall be carefully finished.

WATERING
All pointing work shall be kept damp continuously for a period of 14 days. To prevent excessive
evaporation of the sunny and wind ward side of the building in hot, dry weather matting or gunny bags may
be hung over on the outside of the plaster in the beginning and kept moist. If the contractor fails to water
the work to the satisfaction of the Engineer-in-charge, the requisite labour, materials and equipment to
water the work properly shall be engaged departmentally at the cost of the contractor.

Cost all scaffolding is included in the tender rate.

Item no 9:- Providing and applying three coats of water proof cement paint of approved manufacture and of
approved colour to new plastered surfaces including scaffolding if necessary, cleaning and preparing the
surface, watering for two days etc. complete
Providing and applying three coats of water proof cement paint paint confirming to corresponding I.S. of
approved manufacture and of approved colour to the plastered surfaces including cleaning,preparing the
plaster surface, applying primer coat ,scaffolding if necessary , and watering the surface for two days etc
complete.

Contractor No. of corrections Executive Engineer


573
Mode of Measurement :
The payment shall be made on On Square Meter basis

Item no 10 + 11:- Providing and fixing of M.S. 2.50 M wide for compound with 40 mm dia M. S. black pipe
medium class approved grill work, RCC M 150 side pillars of 25 Cm X 40 cm X 2.5 M height, its foundation,
finishing, painting etc complete.

As Directed by Engineer-in-charge.

Mode of Measurement :
The unit of quantity shall be Nos

SUB WORK NO. 12 : - SOLAR POWER PLANTS


NAME OF WORK : Providing, erecting and commissioning of Solar Power Plant for Popatkhed Water
Supply Scheme under Jal Jeevan Mission

General:
The proposed Ground Mounted/ Roof Mounted/ Super Structured Solar Photovoltaic (SPV) Power Plant will
utilize the land area/Structure area available at various locations. The SPV power plant with proposed
capacities would be a grid connected system without a battery bank. It would meet the partial load of the
water supply schemes during working hours. The below mentioned capacities are the tentative expected
outputs of the system however the agency should work out the exact feasibility and workout the output which
will inject required kWh of annual energy into the grid after considering (subjected to the irradiance of the
sun and weather condition, before considering the losses of the system). The capacities mentioned below are
the maximum allowable capacities corresponding to working loads. However, the inadequate availability of
land at various locations may tend to reduce the installed capacities.

SCHE LOCATION CAPAC CO- MOUNTIN


ME ITY ORDINATES G
(kWp)

Popatkhed RR WTP 150 21.2042129 N Rooftop/


WSS 77.0844126 E Ground Top
Super
Structure

In the proposal shared below, it is assumed that the ground is suitable for mounting of the array, with load
bearing capacity greater than 25 kg/sq.m. based on the static load of modules and mounting structure. There
will be additional dynamic wind loads only at wind speeds over average wind speeds at particular region. The
infrastructure for the installation of ground top SPV system comprises the following Components and services

1. Modules – Above 300 Wp solar array compromising of high efficiency polycrystalline silicon modules.
2. Mounting Structures – Specifically designed mounting structures for shed/rooftop installation.
3. Inverter – Inverters based on the latest string technology, which offer the highest level of efficiency and
operational safety.
4. Other Equipment– DC cabling, AC cabling, Junction Boxes and Protection Systems.

Contractor No. of corrections Executive Engineer


574
5. Project Management– The agency should carry out the detailed design coordination and ideation with
different vendors for procurement, installation and commissioning of the project.
6. Documentation and Training – Professional and comprehensive documentation of the project will be done
and submitted in the name MJP. Detailed and relevant training sessions will be conducted for each of the
staff/concerned person likely to play a role in the operation and management of the system
7. Maintenance – The agency will provide free operation and comprehensive maintenance for 5 years. The
Solar PV system shall be designed using Polycrystalline silicon modules. Photovoltaic solar systems use the
light available from the sun to generate electricity. PV panels convert the light reaching the system into DC
power. The amount of power they produce is roughly proportional to the intensity and the angle of the light
reaching them. A grid-tied inverter will be used to complement the solar power generated with grid power.
The suggested type of inverter will meet the requisite reactive power supply and provide grid support, thus
reliably participating in efficient grid management. A data logger will also be added to maintain historical
data logs onsite. Others (Junction Boxes, Combiners, Protection Equipment) In addition to disconnecting from
the grid (islanding protection) on detecting no grid/DG supply or under and over voltage conditions, the PV
system shall be provided with adequately rated fuses on the inverter input side (DC) as well as the output side
(AC) side for overload and short circuit protection. Disconnect switches to isolate the DC and AC system for
maintenance or other relevant functions are also provided.
Scope of work and Development Schedule
Typical scope of work and Technology
1 Services for final design and drawing
2 Installation of roof mounted PV support structures
3 Installation of PV panels and electrical connections
4 Testing and Installation of Inverter
5 Complete Cabling
6 Project management (including documentation)
7 Supervision of system installation and commissioning
8 Complete arrangement of labour for installation of system
9 Training of staff .
• Any work related to enhancing the roof load bearing capacity.
• Site leveling, removal of obstructions like trees, bushes, transmission lines or any other obstructions below
or above the ground.
• Permanent access route to the roof shall be provided by the client or will be charged separately.
• Plant safety and security after handing over the plant. Training Local staff will be trained after
commissioning of the project for effective operation and maintenance of the installed system, with specific
guidance on:
• Operation of the system
• Safety rules for the operation of the system •
Basic maintenance requirements
• Troubleshooting
• Use of the monitoring features of the system
The procurement process will commence after detailed engineering has been carried out and approved by
MJP. We expect a staggered delivery over a period of 2 months for the delivery of major components and
approximately 4-5 weeks execution time from commencement of the construction. However, the project
schedule may be optimized by mutual agreement, prior to actual signing of the contract.
• The compliance to local regulations (electrical, mechanical and civil) will be ensured by our contractor and
our engineering department.
• The design and project management will be organized in accordance with Indian standards. HSE (Health,
Safety and Environment) management on site will be organized by the agency, with a permanent staff
member on site. The delivery date of the project will be decided on the date of placement of the order by MJP.
The time schedule given above is for the purpose of reference and shall be reviewed after understanding the

Contractor No. of corrections Executive Engineer


575
client’s ability to achieve the required permits, financing and detailed definition of the site conditions. Client
Scope of Work Client will be responsible for:
• Providing architectural and structural drawings for the building/rooftop.
• Unfettered access to the ground and electrical room during construction and subsequent maintenance of the
power plant. This shall include a permanent access route to the ground.
• Facilitating preparedness of the ground top area for installation of the solar power plant. • Facilitating
electrical connection to the existing grid/load point (after energy meter).
• Appropriate storage space for materials during construction of the plant.
• Auxiliary power required during construction.
• Suitable storage space for the inverter & other electrical hardware.
• Water for cleaning along with requisite drainage facilities.
• Provision for lighting on the ground (as required). Warranty Conditions PV Modules by Manufacturer
• 25 years performance Warranty (90% up to 10 years, 80% up to 25 years)
• 10 years product warranty • IEC 61215, IEC61730 and CE certified
Inverters by Manufacturer
• 5 Years warranty (Expandable as per requirement at extra cost) Full system warranty from agency for 1 year
which will include --
• Electric installation works for the generator area, such as interconnection of strings, connection of generator
• Terminal boxes, laying the main direct current cable and setup of the grounding device,1 year from the date
of commissioning.
• Electric installation works in the inverter operation building if used, such as inverter connection to DC and
AC as well as installation of ventilation, lights and sub-distribution, 1 year from the date of commissioning.
• Installation works and provided equipment of the generator terminal box, transformer station and power
supply unit, 1 year from the date of commissioning.
• 6 years operation and maintenance of the plant, appointing operating & maintaining engineers to the site.

TECHNICAL SPECIFICATIONS
GRID CONNECT SOLAR POWER GENERATING SYSTEM

I DEFINITION
The Grid Connect Solar Power Generating System consists of mainly three components viz.
The solar photovoltaic (SPV) array, module mounting structure and the power conditioning unit (PCU)/
inverter. The SPV array converts the solar energy into DC electrical energy. The module mounting structure
holds the modules in required position and the DC electrical energy is converted to AC power by the PCU,
which is connected to the power grid. The AC power output of the inverter is fed to the AC distribution board
through metering panel and isolation panel. The 415 V AC output-3Ø of the system can be utilized or as an
option it could be stepped up to the required voltage level and after synchronizing with the grid, can be
exported to the grid.

II PV MODULE (S)
(i) The PV module bidder should have IEC 61215-2nd Edition and IEC 61730-2 qualification
Certification for PV modules. Copy to be provided with tender.
(ii) The PV module(s) shall contain crystalline silicon solar cells.
(iii) The power output of the module (s) under STC should be a minimum of 50 % Modules of minimum 250
W output each or above output should be used. Photo / electrical conversion efficiency of SPV module shall
be greater than 16%.
(iv) All materials used shall have a proven history of reliable and stable operation in external applications. It
shall perform satisfactorily in relative humidity up to 100% with temperatures between -10 Deg C and +85
Deg C and with stand gust up to 200km/h from back side of the panel. The terminal box on the module should
have a provision for opening for replacing the cable, if required.

Contractor No. of corrections Executive Engineer


576
(v) A strip containing the following details should be laminated inside the module so as to be clearly visible
from the front side.
a. Name of the Supplier or distinctive Logo
b. Model or Type No.
c. Serial No.
d. Year of make.

III EARTHING AND SURGE PROTECTIONS


(i) The array structure of the PV modules shall be grounded properly using adequate numbers of earthing pits.
All metal casing/ shielding of the plant shall be thoroughly grounded to ensure safety of the power plant.
(ii) The SPV power plant shall be provided with lightning & over voltage protection. The source of over
voltage can be lightning, atmosphere disturbance etc.

IV MECHANICAL COMPONENTS
(i) Metallic frame structure of galvanized steel with stands to be fixed on the ground of the building to hold
the SPV module (s) one feet above ground level. The frame structure should have provision to adjust its angle
of inclination to the horizontal between 0 and 45, so that it can be installed at the specified tilt angle i.e.
inclined at 25 degree to horizontal facing due south. All hardware, nuts, bolts should be cadmium passivated.

V OTHER FEATURES
(i) The PV module (s) will be warranted for a minimum period of ten (10) years from the date of supply and
the solar PV power plant will be warranted for a period of ten (10) years from the date of supply,
commissioning & acceptance by MGVCL.
(ii) An Operation, Instruction and Maintenance Manual in English and the local language should be provided
with the system.
The following minimum details must be provided along with the drawings & circuit diagrams etc in the
Manual

(a) About Photovoltaic


(b) About solar PV system – its components and expected performance.
(c) About PV module
(d) Clear instructions about mounting of PV module (s)
(e) About electronics
(f) DO’s and DONT’s
(g) Clear instructions on regular maintenance and trouble shooting of solar power plant.
(h) Name and address of the person or service center to be contacted in case of failure or
Complaint.

VI Power Conditioning Unit (PCU)


The details of the Power Conditioning Unit are as given below:
PCU rating (NOMINAL) of corresponding VA Rating at 415V VAC, grid interactive output.The power
conditioner unit shall convert DC produced by SPV array and adjust the voltage & frequency levels to suit the
Grid . All three phases shall be supervised with respect to rise / fall in programmable threshold values of
frequency & the power section of the plant. The plant shall get disconnected / connected from the grid in case
of a grid fault / after normal grid conditions have resumed. The grid supervision must comply with VDEW or
other relevant/equivalent regulations.
Type & technology IGBT based.
Utilize a circuit topology and components suitable for meeting
the specifications.
Output voltage on AC side
415 +10%, - 15% V AC

Contractor No. of corrections Executive Engineer


577
A dedicated isolation transformer housed in the PCU enclosure shall be supplied to match the PCU output
voltage to the utility grid voltage.
Output voltage 415 V, 50 Hz AC
Output Frequency 50 + 1.5Hz, - 3.5 Hz
DC system voltage
The electrical safety of the array installation is of the utmost importance. Array electrical configuration shall
be in such a way that, the MPPT shall operate with maximum efficiency, between the low and high
temperature of the site.
Maximal Current ripple 5% PP Power Factor 0.95 inductive to 0.95 capacitive
Ambient room temperature 5 to 55 deg C Housing Cabinet
a) PCU is housed in suitable switch cabinet, with min IP 21 degree of Ingress Protection.
b) Weatherproof, rodents & insect proof
c) Components and circuit board mounted inside the enclosures clearly identified with appropriate permanent
designations, which shall also serve to identify the items on the supplied drawings.
d) All doors, covers, panels and cable exists shall be gasketed or otherwise designed to limit the entry of dust
and moisture. All doors shall be equipped with locks. All openings shall be provided with grills or screens
with openings no larger than 0.95 cm (about 3/8 inch).
Other important features
Electrical safety
Protections
a)General
b) Over/under voltage
c) Fool Proof Protection
d) Accidental open circuit
e) Internal Faults
f) Galvanic Isolation
The PCU shall include appropriate self protective and self diagnostic feature to protect itself and the PV array
from damage in the event of PCU component failure or from parameters beyond the PCU’s safe operating
range due to internal or external causes. The self-protective features shall not allow signals from the PCU
front panel to cause the PCU to be operated in a manner which may be unsafe or damaging. Faults due to
malfunctioning within the PCU, including commutation failure, shall be cleared by the PCU protective
devices and not by the existing site utility grid service circuit breaker.
a) Mains (Grid) over-under voltage and frequency protection.
b) Over voltage protection against atmospheric lightning
c) Protection against voltage fluctuations in the grid itself and internal faults in the power conditioner,
g) Earth Fault Supervision
h) Disconnection & Islanding
i) Automatic reconnection after the Grid failure is resorted, injected into the grid and the potential for AC
components appearing at the array. An integrated earth fault detection device is provided to detect eventual
earth fault on DC side and shall send message to the supervisory system Disconnection of the PV generator in
the event of loss of the main grid supply is achieved by in built protection within the power conditioner. This
may be achieved through rate of change of current, phase angle, unbalanced voltages, or reactive load
variants. Operation outside the limits of power quality as described in technical data sheet shall cause the
power conditioner to disconnect the grid. Additional parameters requiring automatic disconnection are:
Neutral voltage displacement
Over current
Earth fault &
Reverse power
In each of the above cases, tripping time shall be less than 0.5 seconds. Response time in case of grid failure
due to switch off or failure based shutdown should be well within 60 seconds.

Contractor No. of corrections Executive Engineer


578
PCU has facility to reconnect the Inverter automatically to the grid following restoration of grid, subsequent
to grid failure condition. Array Tracking Included authentic tracking of the solar array’s maximum power
operation voltage (MPPT) Array Ground fault Provided Operator interface LCD and keypad operator
interface, Menu driven. Fault conditions Automatic fault conditions reset for all parameters like voltage,
frequency and /or black out. Control Logic Failure detection Via watch dog timers. Parameter access All
parameters accessible through an industry standard communication link.
DC-AC conversion efficiency 93% for output ranging from 20% to full load Idling current at no load shall not
exceed 2% of the full load current. DC isolation Provided at the output by means of a suitable isolating
Transformer Parallel operation with Grid Provided & capable of interrupting line-to-line fault currents and
line to ground fault currents.

a) Insufficient solar power input :


When the power available from the PV array is insufficient to supply the losses of the PCU, the PCU shall go
to a standby/shutdown mode. The PCU control shall prevent excessive cycling during rightly shut down or
extended periods of insufficient solar radiation.
b) Utility -Grid over or under voltage:
The PCU shall restart after an over or under voltage shutdown when the utility grid voltage has returned to
within limits for a minimum of two minutes.
c) Utility-Grid over or under frequency:
The PCU shall restart after an over or under frequency shutdown when the utility grid voltage has returned to
the within limits for minimum of two minutes. PCU generated harmonics Shall not exceed a total harmonic
current distortion of 5%, a single frequency current distortion of 3%, and single frequency current distortion
of 1%, when the first through the fiftieth integer harmonics of 50Hz are considered. Circuit separation High
voltage & power circuits separated from low voltage & control circuits.
Internal wiring Standard Cu wiring, with flame resistant insulation.
Cabling practice
a) Cables :PVC Cu cables as per relevant international Standards)
b) Cable connections: suitable terminations
c) PVC channel with covers to house the cables.
High voltage test PCU with stand high voltage test of 2000 Vrms between either the input or the output
terminals and the cabinet (chassis). EMI (Electromagnetic interface)
PCU shall not produce EMI which cause malfunctioning of electronic & electrical instruments including
communication equipments which are located within the facility in which the PCU is housed.
Display on front panel & indicators
a) Instantaneous PCU ac power output and the DC Voltage current and power input
b) Accuracy of display : 3% of full scale factor or better
c) Display visible from outside the PCU enclosure.
d) Operational status of the PCU, alarms, trouble indicators and
AC and DC disconnect switch po sitions shall also be
communicated by appropriate messages or indicator lights on the
front cover of the PCU enclosure.
Emergency OFF Emergency OFF button is located at an appropriate position on the unit
Grounding PCU includes ground lugs for equipment and PV array groundings. The DC circuit ground is a
solid single point ground connection.
Exposed surfaces Exposed surfaces of ferrous parts are thoroughly cleaned, primed, and painted and suitably
protected to survive a nominal 30 years design life of the unit.
Factory Testing
a) Tested to demonstrate operation of its control system and the
ability to be automatically synchronized and connected in parallel with a utility service, prior to its shipment.
b) Operation of all controls, protective and instrumentation circuits demonstrated by direct test if feasible or
by simulation operation conditions for all parameters that cannot be directly tested.

Contractor No. of corrections Executive Engineer


579
c) Demonstration of utility service interface protection circuits and functions, including calibration and
functional trip tests of faults and isolation protection equipment.
d) Operation of start up , disconnect and shutdown controls also to be tested and demonstrated, stable
operation of the PCU and response to control signals shall also be tested and demonstrated.
e) Factory testing includes measurement of phase Currents, efficiencies, harmonic content and power factor.
All tests shall be performed 25, 50, 75 and 100% of the rated nominal power.
f) Factory test report (FTR) : Should be supplied with the unit after all tests. The FTR shall include detailed
description of all parameters tested qualified and warranted.

Operating Modes
a) Night or sleep mode : where the Inverter is almost completely turned off, with just the timer and control
system still in operation, losses < 2 W per 5 kW
b) Standby mode: where the control system continuously
monitors the output of the solar generator until pre-set value is exceeded (typically 10 W).
Operational of MPP tracking mode: the control system continuously adjust the voltage of the generator to
optimize the power available. The power conditioner shall automatically reenter standby mode input power
reduces below the standby mode threshold. Front panel display providing the status of the PCU, including AC
power output & DC current voltage and power input, and unit fault indication. Codes & Standards The quality
of equipment supplied shall be controlled to meet the guidelines for engineering design included in the
standards and codes listed in the relevant ISI and other standards, such as :
a) IEEE 928: Recommended Criteria for terrestrial PV power
systems.
b) IEEE 929 Recommended practice for utility interface of residential and intermediate PV systems.
c) IEEE 519 Guide for harmonic co ntrol and reactive
compensation of Static Power Controllers.
d) National Electrical NFPA 70-1990 (USA) or equipment national
standard.
e) National Electrical Safety Code ANSI C2 (USA) or equipment
national standard.
Inverter / Array Size ratio The ratio of the Inverter continuous power rating and the array peak power rating
shall be between 80 to 90% or any other value found suitable. This is because better overall annual yield can
be obtained by allowing the Inverter to operate for longer periods closer to optimal efficiency. Inverter
efficiency should exceed 90% except when operating at less than 10% of maximum output. MPPT Maximum
power point tracker is integrated in the power conditioner unit to maximize energy drawn from the array. The
MPPT shall be micro processor based to minimize power losses.
The MPPT shall have provision (manual setting) for constant voltage operation.
Metering
a) PV array energy production: Meter to log the actual amount of AC energy generated / consumed by the PV
system shall have to be provided.
b) Solar irradiance :
An integrating pyranometer (Class II or better) to be provided,
with the sensor mounted in the plane of the array. Readout shall
be integrated with data logging, Data Logging System a) All major parameters available on the digital bus and
logging facility for energy auditing through the internal microprocessor and can be read on the digital front
panel at any time the current values, previous values for up to a month and the average values.
The following parameters shall be accessible via the operating interface display :
AC voltage
AC output current
Output power
DC input voltage
DC input current

Contractor No. of corrections Executive Engineer


580
Time active
Time disabled
Time Idle
temperatures (C)
Converter status
Protective function limits (VIZ-AC over voltage, AC under voltage, Over frequency, under frequency, ground
fault, PV starting voltage, PV stopping voltage, over voltage delay, under voltage delay over frequency,
ground fault delay, PV starting delay, PV stopping delay.
CABLES & ACCESSORIES
All the cables which shall be supplied shall be conforming to IS 1554 / 694 Part 1 of 1988 & shall be of 650
V/ 1.1 kV grade as per requirement. Only PVC copper cables shall be used. The size of the cables
between array interconnections, array to junction boxes, junction boxes to PCU etc shall be so selected to
keep the voltage drop and losses to the minimum.
CONTROL ROOM
The required control room shall be constructed at additional cost if required.
SPARE PARTS
Essential spares for the system shall be provided free of cost by the supplier and replaced if required
during the CMC period. Spares support shall be made available for at least 10 years.

DOCUMENTATION
Two sets of installation manual / user manual shall be supplied along with the each power plant. The
manual shall include complete system details such as array lay out, schematic of the system, inverter
details, working principle etc. Step by step maintenance and troubleshooting procedures shall be given in
the manuals.

Mode of Payment:
60% of Payment against delivery & erection of all material at site.
15 % against successful commissioning of the Power Plant
3. 5 % against completion of comprehensive O&M of each year.

Appendix I

FORMAT FOR WARRANTY CARD TO BE SUPPLIED WITH EACH SOLAR PV SYSTEM


1. Name & Address of
The Bidder/Bidder of the System
2. Name & Address of Purchasing Agency
3. Date of supply of the system
4. Details of PV Module (s) supplied in the
System Make (Name of the Bidder)
Model
Serial No(s)
Wattage of the PV Module (s) under STC
Warranty valid up to
5 Details of Battery: Not Applicable
System Make (Name of the Bidder)
Model
Batch/Serial No(s)
Rated V & AH capacity at C/20 or C/10 rate at 20 C
Warranty valid up to
6. Details of Electronics & other BOS items.

Contractor No. of corrections Executive Engineer


581
System Make (Name of the Bidder)
Model
Serial No(s)
Warranty valid up to
7. Designation & Address of the person to be
Contacted for claiming Warranty obligations.
(Signature)
Name & Designation
Name & Address of the Bidder/bidder
(SEAL)
Place & Date:

LIST OF ACCEPTABLE VENDORS

Sr. No. Items Vendors


1 PV Modules Canadian Solar, Waree, Navitas, BHEL,
Vikram, Tata
2 Inverter
SMA, Siemens, AEG, ABB, Ingeteam, TMEIC,
Sungrow, Delta, Bonfiglioli, Fronious, GE
3 Circuit Breaker L&T, Schneider, Siemens, ABB and GE
4 LT Power and Control Cables Polycab, Nicco, RPG, Finolex, Asian, KEI
5 HT Power Cables Polycab, Nicco, RPG, Finolex, Asian, KEI
6 Oil Filled Power Transformers Alsthom, CGL, BHEL, Star Delta, EMCO, RPG,
Voltamp

7 Cable Trays Venus, Indiana, Bharati, Vatco


8 LT Isolator Siemens, L&T, GE
9 Battery
Exide, AMCO, AMRON, Luminous, Okaya

10 MCCB L&T, Schneider, Siemens, ABB and GE


11 String Monitoring System SMA, Siemens, AEG, ABB, Ingeteam, TMEC

12 PV Cables KEI, Ravin

SUB WORK NO. 13 : - MISCELLANEOUS WORKS

Item No 1
Providing and erecting 1.5-meter-high wire fencing with three rows of barbed wire supported on mild steel
angles (50 x 50 x 6 mm) at 2.5 meters centre to centre including excavating pit for foundation, fixing posts in
cement concrete blocks of size 45 x45 x 45 cm, PCC 1:4:8 and plinth beam having size 2.5m x0.3m x0.15m
and brick masonry work up to ht .0.5m fastening the wire and painting the mild steel angles with one coat of
red lead primer and two coats of painting etc. complete.

Contractor No. of corrections Executive Engineer


582
As directed by Engineer In charge.
MODE OF MEASUREMENT
This item will be measured and paid as per Rm. basis.

Item No. 2: - Providing and fixing of MS gate 2.50 M wide for compound with 40 mm dia M. S. black pipe
medium class approved grill work, RCC M 150 side pillars of 25 Cm X 40 cm X 2.5 M height, its foundation,
finishing, painting etc complete.

Providing & fixing MS gate for compound area with 40 mm dia MS black pipe with MS grill as per approved
drawing including side pillers in RCC of size 25x40x250 cm hight including 22 mm plaster with snowcem
painting in two coats etc complete design of gate should first got approved from the Engineer in charge
1. Standard specification of Govt. of Maharashtra (Red Book) Sp. No. Bd-V-19, P.N. 559 shall be applicable.
1.6 All the material and labour required for executing the item are to be provided by the contractor at his
cost.
1.7 The ladder shall be properly fixed at side as directed and bottom and top shall be properly embed in
masonry or concrete and duly bolted with nut and bolts and other arrangements as directed. The
bottom if resting on ground shall be embedded in 1:2:4 c.c. block as directed at contractors cost.
1.8 In order to the stiftness to the ladder cross supports or stiftners at suitable intervals as directed shall
be provided of suitable MS plates, duly embed in walls and welded to ladder. The cost of these
stiffeners is also included in the item.
1.9 The complete MS ladder is to be painted with two coats of anticorrosive paint of approved shade.
1.10 The item rate includes bending, cutting, scrapping, the MS plates, bars, and welding and jointing
there of.
1.11 The measurement and payment shall be on the basis of lengths in running meters.

Item No 3: -
Trial and Run for 12Months

Commissioning, running and maintaining the scheme to quantities, rated capacity, including managing
necessary personnel such as operator, valveman, etc. as per requirements of the scheme and who should also
administer chemical dose together with training of personnel spared by MJP / Local Body and handing over
the scheme to Local Body after completion of the specified period as directed by Engineer-in-charge.
Required chemicals to be supplied by Department free of cost and electricity bill will also be paid by the
Department. For regional scheme having Total villages with raw water pumping, one treatment plant with
pumps, raw & pure water pumping main, leading main, ESR, BPT and distribution system, with WTP etc

For regional villages Schemes for 12 Months Trial Run

Contractor No. of corrections Executive Engineer


583
The Sub work of Operation and Maintenance will be executed subject to condition of approval from
general body meeting of Villages RRWSS. All rights regarding execution of this sub work are reserved
by RRWSS
The period of operation and maintenance is 3 months and shall start after the satisfactory trial and run of the
scheme.
Daily record of raw water pumped, pure water pumped from WTP, Water reaching each ESR, Alum dose,
alum consumed, turbidity, pH, chlorine dose, residual chlorine at consumer end etc. shall be maintained.
Calibration chart for turbidity and chlorine dose shall be prepared.
Daily record of filters washed, head loss before back wash and after backwash, rate of filtration of each filter
shall be maintained.
Log book of pumping shall be maintained.
Daily record of bulk meter reading from source to ESR shall be maintained.
During operation and maintenance period all the minor repairs of plant, equipments and machinery and
leakages in the network shall be rectified by agency at their own cost.
The plant, equipments and machinery shall be operated as per design capacity and parameter or else necessary
deduction will be done in the bills.
During this period MSEDL Co. charges and raw water charges shall be borne by the owner.
During the O & M period, procurement and supply of all the chemicals required for the treatment of water is
in the scope of the bidder. Payment shall be made on the rates of accepted tender.
During the O & M period, all the manpower required for operation and maintenance of whole water supply
system is in the scope of bidder. No claim extra payment shall be entertained in this regard. Contractor will be
responsible for all the legal liabilities regarding staff deployed. Staff to be deployed.
1. Supervisor 1
2. Pump operator 3
3. Helper to pump operator 3
4. Lab Assistant 1
5. WTP operator 3
6. Electrician/ Mechanic 2
7. Fitter 5
8. Labour for distribution / Valveman 10

The specification of materials used for repairs shall be the same as have been used in the original work.
Specifications for any materials which were not used during construction shall be approved by engineer prior
to commencement of the operation and maintenance period. Without being limited by this clause, during
O&M period the Contractor shall use appropriate material for repairs even if material required for such repairs
has not been approved earlier, and no delay in making such repairs shall be subjected to such limitation.
However, subsequent to use of such material, the Contractor shall submit proposals for the approval of
specifications of such material.

Contractor No. of corrections Executive Engineer


584
Activities during O & M Period: - General
Within the framework of the Contractor’s responsibilities, the Contractor shall carry out the following
activities. However, these shall not limit the requirement for other activities which otherwise are required as
per terms and conditions of Contract or to fulfill the Contractor’s responsibilities or are essential as per good
industrial practices. The Contractor shall be responsible for, but not limited to, the following:
b) Providing the maintenance services for the system as directed by the
engineer in-charge.
b) Providing the required staff during operation and maintenance period.
c) Providing all required consumables required for functioning of plant and equipment.
d) Maintenance of instrumentation (all field instruments) & control system,
software, PCs, control room, radio telemetry system UPS, A.C. etc. and all other works constructed in
this Contract.
f) Periodic calibration check of all supplied instrumentation and controls
during the period of operation and maintenance.
g) Reporting;

• Repair history of all mechanical, electrical and instrumentation control equipment in raw water
and pure water pumping stations, WTP & water transmission mains;

• Every day input voltage and current, frequency, power factor, kWh meter readings and kW
reading for Substations at pure water Pumping Station, WTP.

• Daily log of operations of all the important instrumentation & equipment

• Daily start–stop operation of pumps with every hour readings for operating voltage, amperage
and power factor;

• Hourly readings of pressure, flow rate and integrated quantity of water;

• Hourly levels of sumps;

• Daily list of alarms with time tag;

• Logbook format and the data to be included in the logbook shall be decided in consultation with
department;

• Last periodic maintenance done for all equipment/buildings of the system;

b) Providing required spares and maintaining adequate inventory of required accessories or


equipment itself for repair of system so that all instrumentation and control equipments,
software and communication system can work efficiently for the proper functioning of System.
Prior approval to the changes required to be carried out during O&M shall be obtained by the
contractor from the engineer. The required changes shall be reported well in time. Necessary
drawing and literature for any changes shall be submitted to the employer’s representative. The
Contractor shall be solely responsible for the safety and security of the goods in the store and
will be responsible for any loss or damages in stores for any reason. He may opt for insurance

Contractor No. of corrections Executive Engineer


585
cover against the value of the goods to be stored without any additional costs on the Department.

i) Periodic routine maintenance of structures/control room / chambers of each location of WTPs,


pumping station, ESRs etc and others built in the Contract. Such maintenance must ensure
adequate cleanliness, ventilation, illumination and structural safety. In addition to this, the
general hygienic standards must be maintained.

j) Providing transportation facilities between various locations for the maintenance staff.

k) Submission of Daily report (Water audit / energy Audit / Water balance).

l) Co-ordination with other contractors and/ or agencies responsible for the execution, operation
and maintenance of other works of the system.

m) Insurance: The Contractor shall, without limiting his or the Employer’s obligations and
responsibilities, insure;

I. The work together with material and plant for incorporation therein, to the full replacement cost
(term “cost” in this context shall include profit).

II. The Contractor’s equipment and other things brought onto site by the Contractor, for a sum
sufficient to provide for their replacement at the site.

III. The insurance shall be in the joint names of the Contractor and the Employer at the Contractor’s
cost and shall cover the Employer and the Contractor against all losses or damages from
whatsoever cause arising from the start of the O&M until the date of completion of O&M in
respect of the facility or any section or part thereof as the case may be.

IV. Any amount not insured or not recovered from the insurer shall be borne by the Contractor

WTPs, Pumping Stations Reservoirs’

(i) Operation of System as required, including provision of required manpower and services for proper
operation and monitoring of remote locations of WTPs, Water pumping stations and Reservoirs’.

(ii) Periodic site calibration of all measuring/metering equipment and instrumentation at every 6 months
minimum or as recommended by the manufacturer.

(iii) Repair or replacement, as required, of damaged instrumentation and controls for proper functioning of
system.

(iv) Maintenance of the System including central server, software’s, PCs, UPS, A. Cs, telemetry system etc.

(v) Routine maintenance of the field instruments as per recommendation of the manufacturer.

(vi) Routine monitoring of each remote location for damage / repair of any equipment / parts and taking
preventive measures as required

(xii) Furnishing required information to Employer as and when required.

Spare parts & stores

Contractor No. of corrections Executive Engineer


586
All spare parts used for the equipment in the maintenance of the system must be from the manufacturer of the
equipment or, if the equipment itself has been made with parts from other manufacturers, the parts must be of
the same make as used in the equipment supplied and installed.
All spare parts shall be packed for long storage under the climatic conditions prevailing at the Site. Each spare
part shall be labelled on the outside of its packing with its description, number and purpose and, if more than
one spare is packed in a single case, a general description of the case contents shall be shown on the outside
and a packing list enclosed. The cost of O & M shall inclusive of spare parts during O & M contract period.
The store inventory, the issuing and recording of spare parts will be the responsibility of the Contractor.
The Contractor is also being responsible for providing spare parts and instrumentation required for the
Operation and Maintenance during the operation period, and shall bear the cost of the same, including the cost
of storing and safeguarding.
The Contractor will make all necessary arrangements to ensure the continuous supply of spare parts and
instrumentation for the works, and the rate of supply of these materials shall be in such quantities and amount
as would ensure uninterrupted operations.

Completion of O&M Contract


On the date of Contract Completion or if the Contract is terminated, all the installations, works and
equipment's placed under the Contractor's responsibility shall be handed over to the Employer, at no cost, in
good working order, barring normal wear and tear. The Employer may perform any inspections; tests from
expert appraisals he shall find necessary with a view to checking that this property is in good working order.
At the end of O&M period, the Contractor shall be entitled to receive an Operation & Maintenance
Completion Certificate within One Month of the Completion of the Contract.
The delivery of such Completion Certificate will relieve the Contractor from his responsibility as regard to the
Operation and Maintenance and confirm that the Contractor has fulfilled all of his obligations under the
Contract.

Documents to be provided by the Contractor (Operation Log book)

The Contractor shall keep a permanent record of plant in Operation (logbook).


This logbook shall be kept at the site and shall be presented on request to the Employer.
On a daily basis the following information shall be recorded in the logbook –
Result of analysis and tests conducted on site to determine the quality of raw and treated water and treatment
parameters,
Machinery Operation data, its operating parameters
Maintenance records, shut down record of each machinery & equipment
Readings from the different meters, indicators and recorders (Including but not limited to consumption of
energy and chemicals, volume of water treated, operating times of the different equipments).
Computer documents and tapes produced by monitoring and surveillance equipment, shall be attached to the
logbook.
Financial Provisions

Contractor No. of corrections Executive Engineer


587
No Advance shall be paid by the Employer.
Method of Payment
Employer will pay the Contractor for the Operation & Maintenance price on a Monthly basis, in consideration
of the satisfactory services given for the System.
Invoicing
The Contractor shall prepare and submit to the Employer an invoice, for month with all documents supporting
its calculations for the preceding month along with monthly reports. The invoice shall be submitted in the first
week of the month.
The Employer shall notify in writing to the Contractor, within fifteen (15) days from receipt of such invoice,
about its acceptance or the grounds of disputing such invoice. The Employer will arrange to pay to the
Contractor all amounts, within Sixty (15) days from the date of acceptance. Penalties for Failure to achieve
the Functional Guarantees

In case of failure to generate the desired report, liquidated damages shall be imposed for such failure to meet
the performance criteria or satisfactory service. The Employer will be entitled to recover any such damages
from the monthly progress payments to be made to the Contractor in the month in which the failure occurred,
or at any time thereafter from the subsequent monthly progress payments. The penalty charges will be
applicable Rs. 500 per location per day.

Mode of Payment
The O & M Contract includes lump sum price per year for services, spares, consumables, insurance, taxes &
duties, royalties, license fees and other incidental costs.
The payment for the completed month will be measured and paid on pro data basis for the villages where
water supply sarted for the scheme.

Contractor No. of corrections Executive Engineer


588

ANNEXURE “A”

APPROVED MAKES

-
datedListofApprovedMakes(Elect./Mech./Automation)ason01.12.
2021

NameofCo Manufacturer'sCor
Sr. CategoryA
mpany respondenceaddre ContactDetails ValidUpto
No. warded
/Brand ss

1 Pumps

A) SubmersiblePumpBorewell

a) For100mm(4”)pumps

Nil Maketo beapproved at EEM level.

b) For 150mm(6”) andabove

M/sAmritEngineeringPvtLt MobileNo.-09426302658
d,GIDC,Visanagar,NorthGuj Ph.No.079-27546932/6710
i) Amrit NoLimit 30.04.2022
arat384315. amrutpump@gmail.com,a
mrutpump@yahoo.com

M/sCalamaTechnologies
MobileNo.-09425081772
PvtLtd,Indore452007
ii) Calama NoLimit sales@calama.comvinodrai 31.03.2022
Ph.No.0731-2535601
1963@ymail.com

Mr.GopalKrishnan
M/s.DeccanIndustriesNo1
MobileNo.-
390,Sathy
Deccan- 9965796960gopal@deccanindus
iii) NoLimit MainRoad,Ganpathy,Coim 31.12.2023
Karvel tries.comMr.RohanInamdar
batore-641006Tamilnadu
MobileNo.-
9623830404rohan@karvel.in

Mr.ParthPatelMobile
M/s. Duke No.-
PlastoTechniquePvt.Lt 9978905921parth@dukepl
d, asto.com
iv) Duke NoLimit 31.03.2024
N.H. 27, deesa Mr.NiravGajjar
highway,Opp. Greenwood MobileNo.-
Hotel,Badarpura,Palanpur 9408701762/9724506183
- info@dukeplasto.comniravgajj
385510 ar@dukeplasto.com

Contractor No. of corrections Executive Engineer


589

M/s.FalconPumpsPvt.Ltd.,P Mr.RidhishDobaria
OVavadi,Rajkot. MobileNo.7718821200
v) Falcon NoLimit 360004. 9727700566/9727700573. 30.06.2023
Ph.No.0281-2370801/5. brg@falconpumps.intechnic
al@falconpumps.in
M/s.JASCOPumpsPvt.Ltd.P Mr.HireshPandyaMobileN
lotNo.47,phase- o.-
1,OppMangalEstate,GIDC,N 9374063726hiresh.pandya@y
vi) JASCO NoLimit 30.06.2024
aroda,Ahmedabad-382330, ahoo.com
Ph.No.079-22821240 Mr.ManishPuranikMobile
No.-
9898059021jascopump47@g
mail.com
Mr.NiketMehta
M/s.KSBLtd.,E-3&4, MobileNo.-
MIDCSinner,Nashik- 9769208641niket.mehta@k
vii) KSB NoLimit 422113.PhNo.022/ sb.comMr.JitendraPatanka 31.07.2024
21681300, rMobileNo.-9765556995
020/27101273, jitendra.patankar@ksb.com
Mr.AlkeshDalwadiMobileNo
M/s.LUBIindustriesLLP,N .-
earKalyanMills,NarodaRo 9052044887Mr.AvinashIngr
viii) Lubi NoLimit 31.01.2024
ad,Ahmedabad-380025 ulkarMobileNo.-
9619492067adalwadi@lubip
umps.com

M/s.MBHPumps(Guj)Pvt.L Mr.YogeshVachhaniAsst.Mana
td,14,GIDC gerMarketingMobileNo.-
MBH IndustrialEstate,Naroda, 9427533830marketing@mbhp
ix) NoLimit 30.09.2024
Pumps Ahmedabad- umps.comMr.ParthKamania
Phoneno.079/22823066 MobileNo.-9825467472
,22822094

MobileNo.07094484312/13,
Texmo M/sTexmoIndustries, 8806088866,
x) NoLimit 31.12.2021
&Taro Fursungi,Pune412308 Emailid-
kaa@texmo.net,mgk@texmo.net
M/s.UnnatiIndustrialCorp
oration,D- Mr.G.B.Patel
61,DiamondPark, MobileNo.-
GIDCNaroda,Ahmedab 9825044355/9825039815
xi) U-neel NoLimit ad- 30.06.2024
Mr.ChetanPrajapatiMobile
382330PhoneNo.079- No.-
22811320/21 9979508668pump.uneel@g
mail.com

Contractor No. of corrections Executive Engineer


590

M/s.UnnatiPumpsPvt.Ltd.8 Mr.VishalModasariyaMobil
1to86,AmarnathIndustrialEs eNo.-
tate,Opp.ShayonaEstate,Na 9825400370Mr.ParagModa
xii) Unnati NoLimit 31.03.2024
rodaRoad,Ahmedabad- kMobileNo.-9130036911
380025 sales@unnatipumps.comliais
on@unnatipumps.com

M/s.GrundfosPumpsIndi
Upto3 Ph.No.02225973466/5130
i) Grundfos aPvt.Ltd.GBRoad,Than 31.03.2022
0HP Email-raj@grundfos.com
eWest

M/s.HarisonPumpsPvt.Lt Mr.BharathDeshmukhMob
Upto3 d.MIDC,HinganaIndustrial ileNo.-
ii) Harison 30.06.2023
0HP Area,Nagpur-28 9422106645PhNo.07104-
237100
harisonpump@gmail.com
Mr.IndrajitNandimathMobil
WiloMatth M/sWiloMatther&PlattP
eNo.-
er &Platt Upto3 vtLtdChinchwad,Pune
iii) 9922959020/9763495517 31.03.2022
0HP Ph.No.02066147100
indrajit.nandimath@wilo.comrajesh.
unde@wilo.com

Mr.BhavinShah
M/s.ToplandPumpsPvt.Lt
MobileNo.-
d.1-
Upto 9374125002bhavin.shah@topland-
i) Topland UmakantPanditUdyogNaga 31.10.2024
20HP india.comMr.PrakashTale
r,MavdiPlot,Rajkot-
MobileNo.-
360004.
9409103401prakash.tale@topland-
india.com
Mr.RiteshPatel
M/s.AjantaIndustries,Kish
MobileNo.-
angate,3,BehindSahyogCo
Upto1 9825215350Mr.KamleshPat
i) Ajanta mplex,PlotNo.G-413GIDC 31.03.2024
5HP elMobileNo.-
Metoda,Rajkot-21.
9727681901/8866010555
info@ajantaindustries.co.in

M/s.M.TechEnginee
Upto1 MobileNo.-9824232165.
ii) M.Tech ringCom. 30.11.2022
5HP Emailid-info@m-techpump.in
VavadiRajkot-360004.

B) OpenWellSubmersibleMonoblockPump

M/sAmritEngineeringPvtLt MobileNo.-09426302658
d,GIDC,Visanagar,NorthGuj Ph.No.079-27546932/6710
i) Amrit NoLimit 30.04.2022
arat384315. amrutpump@gmail.com,a
mrutpump@yahoo.com

Contractor No. of corrections Executive Engineer


591

Mr.GopalKrishnan
M/s.DeccanIndustriesNo1
MobileNo.-
390,Sathy
Deccan- Upto5 9965796960gopal@deccanindus
i) MainRoad,Ganpathy,Coim 31.12.2023
Karvel 0HP tries.comMr.RohanInamdar
batore-641006Tamilnadu
MobileNo.-
9623830404rohan@karvel.in
M/sCalamaTechnologies
MobileNo.-09425081772
Upto3 PvtLtd,Indore452007
i) Calama sales@calama.comvinodrai 31.03.2022
0HP Ph.No.0731-2535601
1963@ymail.com

M/s.LUBIindustriesLLP, Mr.AlkeshDalwadi
NearKalyanMills,Narod MobileNo.:-9052044887
Upto
ii) Lubi aRoad,Ahmedabad- Mr.AvinashIngrulkar 31.01.2024
30HP
380025 MobileNo.:-9619492067
adalwadi@lubipumps.com

M/s.MBHPumps(Guj)Pvt.L Mr.YogeshVachhaniAsst.Mana
td,14,GIDC gerMarketingMobileNo.-
MBH Upto IndustrialEstate,Naroda, 9427533830marketing@mbhp
iii) 30.09.2024
Pumps 30HP Ahmedabad- umps.comMr.ParthKamania
Phoneno.079/22823066 MobileNo.-9825467472
,22822094

Mr.ParthPatelMobile
M/s. Duke No.-
PlastoTechniquePvt.Lt 9978905921parth@dukepl
Upto2 d, asto.com
i) Duke 31.03.2024
5HP N.H. 27, deesa Mr.NiravGajjar
highway,Opp. Greenwood MobileNo.-
Hotel,Badarpura,Palanpur 9408701762/9724506183
- info@dukeplasto.comniravgajj
385510 ar@dukeplasto.com
M/s.HarisonPumpsPvt.Lt Mr.BharathDeshmukhMob
Upto2 d.MIDC,HinganaIndustrial ileNo.-
ii) Harison 30.06.2023
5HP Area,Nagpur.440028 9422106645PhNo.07104-
237100
harisonpump@gmail.com
M/s.JASCOPumpsPvt.Ltd.P Mr.HireshPandyaMobileN
lotNo.47,phase- o.-
Upto 1,OppMangalEstate,GIDC,N 9374063726hiresh.pandya@y
iii) JASCO 30.06.2024
25HP aroda,Ahmedabad-382330, ahoo.com
Ph.No.079-22821240 Mr.ManishPuranikMobile
No.-
9898059021jascopump47@g
mail.com

Contractor No. of corrections Executive Engineer


592

Mr.RiteshPatel
M/s.AjantaIndustries,Kish
MobileNo.-
angate,3,BehindSahyogCo
Upto1 9825215350Mr.KamleshPat
i) Ajanta mplex,PlotNo.G-413GIDC 31.03.2024
5HP elMobileNo.-
Metoda,Rajkot-360021.
9727681901/8866010555
info@ajantaindustries.co.in

M/s.M.TechEnginee
Upto1 MobileNo.9824232165.
ii) M.Tech ringCom. 30.11.2022
5HP Emailid-info@m-techpump.in
VavadiRajkot-360004.

Mr.BhavinShah
M/s.ToplandPumpsPvt.Lt MobileNo.-
d.1- 9374125002bhavin.shah@topland-
Upto
iii) Topland UmakantPanditUdyogNaga india.comMr.PrakashTale 31.10.2022
15HP
r,MavdiPlot,Rajkot- MobileNo.-
360004. 9409103401prakash.tale@topland-
india.com
M/s.UnnatiIndustrialCorp
oration,D- Mr.G.B.Patel
61,DiamondPark, MobileNo.-
Upto1 GIDCNaroda,Ahmedab 9825044355/9825039815
iv) U-neel ad- 30.06.2024
5HP Mr.ChetanPrajapatiMobile
382330PhoneNo.079- No.-
22811320/21 9979508668pump.uneel@g
mail.com

M/s.UnnatiPumpsPvt.Ltd.8 Mr.VishalModasariyaMobil
1to86,AmarnathIndustrialEs eNo.-
Upto1 tate,Opp.ShayonaEstate,Na 9825400370Mr.ParagModa
v) Unnati 31.03.2024
5HP rodaRoad,Ahmedabad- kMobileNo.-9130036911
380025 sales@unnatipumps.comliais
on@unnatipumps.com
C) CentrifugalMonoblockPump
MobileNo.07094484312/13,
Texmo Upto M/sTexmoIndustries, 8806088866,
i) 31.12.2021
Brand 30HP Fursungi,Pune412308 Emailid-
kaa@texmo.net,mgk@texmo.net
M/sAmritEngineeringPvtLt MobileNo.-09426302658
Upto d,GIDC,Visanagar,NorthGuj Ph.No.079-27546932/6710
i) Amrit 30.04.2022
20HP arat384315. amrutpump@gmail.com,a
mrutpump@yahoo.com
Mr.IndrajitNandimathMobil
WiloMatth M/sWiloMatther&PlattP
eNo.-
er &Platt Upto vtLtdChinchwad,Pune
ii) 9922959020/9763495517 31.03.2022
20HP Ph.No.02066147100
indrajit.nandimath@wilo.comrajesh.
unde@wilo.com

Contractor No. of corrections Executive Engineer


593

Mr.BhavinShah
M/s.ToplandPumpsPvt.Lt MobileNo.-
d.1- 9374125002bhavin.shah@topland-
i) Topland Upto5HP UmakantPanditUdyogNaga india.comMr.PrakashTale 31.10.2022
r,MavdiPlot,Rajkot- MobileNo.-
360004. 9409103401prakash.tale@topland-
india.com

D) PolderSubmersiblePumps
M/s.JASCOPumpsPvt.Ltd.P Mr.HireshPandyaMobileN
lotNo.47,phase- o.-
Upto 1,OppMangalEstate,GIDC,N 9374063726hiresh.pandya@y
i) JASCO 30.06.2024
200HP aroda,Ahmedabad-382330, ahoo.com
Ph.No.079-22821240 Mr.ManishPuranikMobile
No.-
9898059021jascopump47@g
mail.com

M/s.MBHPumps(Guj)Pvt.L Mr.YogeshVachhaniAsst.Mana
td,14,GIDC gerMarketingMobileNo.-
MBH Upto IndustrialEstate,Naroda, 9427533830marketing@mbhp
ii) 30.09.2024
Pumps 125HP Ahmedabad- umps.comMr.ParthKamania
Phoneno.079/22823066 MobileNo.-9825467472
,22822094

M/s.HarisonPumpsPvt.Lt Mr.BharathDeshmukhMob
Upto2 d.MIDC,HinganaIndustrial ileNo.-
iii) Harison 9422106645PhNo.07104- 30.06.2023
5HP Area,Nagpur.440028
237100
harisonpump@gmail.com
M/s.UnnatiIndustrialCorp
oration,D- Mr.G.B.Patel
61,DiamondPark, MobileNo.-
Upto
iv) U-neel GIDCNaroda,Ahmedab 9825044355/Mr.ChetanPraja 30.06.2022
20HP
ad-382330 patiMobileNo.-
9979508668pump.uneel@g
mail.com
E) SubmergedCentrifugalPumpHorizontal
Mr.RamGhanvat
M/s.AquaMachineriesPvt ContactNo:-
Ltd.Vatva,Ahmedabad- 9284711342/9975174552
i) Aqua NoLimit 382445 Mr.AjayKulkarniContactNo:- 31.10.2024
Ph.No.079- 8983223966ace@aquapump
25840954/240/915 s.combpg@aquapumps.com

Contractor No. of corrections Executive Engineer


594

M/s. JASCO PumpsPvt. Mr.HireshPandyaMobileN


Ltd. Plot No.47,phase-1, o.-
Upto Opp MangalEstate, 9374063726hiresh.pandya@y
ii) JASCO 30.06.2024
200HP GIDC, ahoo.com
Naroda,Ahmedabad- Mr.ManishPuranikMobile
382330, No.-
Ph.No.079-22821240 9898059021jascopump47@g
mail.com

M/s.MBHPumps(Guj)Pvt.L Mr.YogeshVachhaniAsst.Mana
td,14,GIDC gerMarketingMobileNo.-
MBH Upto IndustrialEstate,Naroda, 9427533830marketing@mbhp
iii) 30.09.2024
Pumps 150HP Ahmedabad- umps.comMr.ParthKamania
Phoneno.079/22823066 MobileNo.-9825467472
,22822094

F) SubmergedCentrifugalPumpVertical

Mr.RamGhanvat
M/s.AquaMachineriesPvt MobileNo:-
Ltd.Vatva,Ahmedabad- 9284711342/9975174552
i) Aqua NoLimit 382445 Mr.AjayKulkarniMobileNo:- 31.10.2024
Ph.No.079- 8983223966ace@aquapum
25840954/240/915 ps.combpg@aquapumps.co
m
M/s.JASCOPumpsPvt.Ltd.P Mr.HireshPandyaMobileN
lotNo.47,phase- o.-
Upto 1,OppMangalEstate,GIDC,N 9374063726hiresh.pandya@y
ii) JASCO 30.06.2024
200HP aroda,Ahmedabad-382330, ahoo.com
Ph.No.079-22821240 Mr.ManishPuranikMobile
No.-
9898059021jascopump47@g
mail.com

M/s.MBHPumps(Guj)Pvt.L Mr.YogeshVachhaniAsst.Mana
td,14,GIDC gerMarketingMobileNo.-
MBH Upto IndustrialEstate,Narod 9427533830marketing@mbhp
iii) 30.09.2024
Pumps 150HP a,AhmedabadPhoneno. umps.comMr.ParthKamania
079/22823066,228220 MobileNo.-9825467472
94

G) VerticalSubmersibleTurbinePump

Mr.RamGhanvat
M/s.AquaMachineriesPvt MobileNo:-
Ltd.Vatva,Ahmedabad- 9284711342/9975174552
i) Aqua NoLimit 382445 Mr.AjayKulkarniMobileNo:- 31.10.2024
Ph.No.079- 8983223966ace@aquapum
25840954/240/915 ps.combpg@aquapumps.co
m

Contractor No. of corrections Executive Engineer


595

M/s. JASCO PumpsPvt. Mr.HireshPandyaMobileN


Ltd. Plot No.47,phase-1, o.-
Upto Opp MangalEstate, 9374063726hiresh.pandya@y
ii) JASCO 30.06.2024
100HP GIDC, ahoo.com
Naroda,Ahmedabad- Mr.ManishPuranikMobile
382330, No.-
Ph.No.079-22821240 9898059021jascopump47@g
mail.com

H) SubmersibleDewateringPump

M/sAmritEngineeringPvtLt MobileNo.-09426302658
d,GIDC,Visanagar,NorthGuj Ph.No.079-27546932/6710
i) Amrit NoLimit 30.04.2022
arat384315. amrutpump@gmail.com,a
mrutpump@yahoo.com

Mr.K.C.Mandowara
WPIL M/s.WPILLtd,WagleIndust
MobileNo.9324699512
ii) (Gaziybad) NoLimit rialEstate,Thane400604 31.03.2022
PhNo022-25829319
mandowara@wpil.co.in
M/s.ModyPumpsIndiaPvtL Ph.No.0251-2620220/1
Upto
iii) Mody td,MIDC,AmbarnathEast Email id- 31.03.2022
50HP
indiasales@modypump.com

Mr.Arunkumar
M/s.C.R.IPumpsPvt.Ltd.Sa
MobileNo.9894192276
Upto ravanampatty,Coimbatore
iv) CRI 7738365318 31.3.2022
50HP -641035
mumbai@cripumps.comchandr
Ph.No.022-25335975
akant@cripumps.com

M/s.JASCOPumpsPvt.Ltd.P Mr.HireshPandyaMobileN
lotNo.47,phase- o.-
Upto 1,OppMangalEstate,GIDC,N 9374063726hiresh.pandya@y
v) JASCO 30.06.2024
30HP aroda,Ahmedabad-382330, ahoo.com
Ph.No.079-22821240 Mr.ManishPuranikMobile
No.-
9898059021jascopump47@g
mail.com
M/s.HarisonPumpsPvt.Lt Mr.BharathDeshmukhMob
Upto3 d.MIDC,HinganaInd.Area ileNo.-
vi) Harison 30.06.2023
0HP Nagpur440028 9422106645PhNo.07104-
237100
harisonpump@gmail.com
I) SubmersibleNonClogSewagePump

Contractor No. of corrections Executive Engineer


596

Mr.AjayKulkarniMobileNo:-
M/s.AquaMachineriesPvt
8983223966ace@aquapum
Ltd.Vatva,Ahmedabad-
ps.comMrs.HetalShah
i) Aqua NoLimit 382445 31.10.2024
MobileNo:-
Ph.No.079-
8000153324marketing@aquap
25840954/240/915
umps.com
Mr.VinitKulkarni
M/s.KishorPumpsPvt.Ltd,A- MobileNo.-
13/H,MIDC, 9011011339vineet.kulkarni@kishor
KishorP IBMRCollegeRoad,Pimpari, pumps.com
ii) NoLimit 31.05.2022
umps Pune- Mr.PrasadDeshpande
411018Ph.No020/2747357 MobileNo.-
0, 9607999317prasad.deshpande@kis
27472616 horpumps.com
M/s.KirloskarBrothersLtd, Mr.GaneshKadamMobileN
Chembur,Mumbai71PhN o.-
iii) Kirloskar NoLimit 31.03.2022
o022-25289320 9820789647kblin@kbl.co.in
ganesh.kadam@kbl.co.in

M/sWiloMatther&PlattP Mr.IndrajitNandimathMobil
WiloMatth
vtLtdChinchwad,Pune eNo.-
iv) er &Platt NoLimit 31.03.2022
Ph.No.02066147100 9922959020/9763495517
indrajit.nandimath@wilo.com

M/s.WPILLtd,WagleIndust Mr.K.C.Mandowara
WPIL rialEstate,Thane400604 MobileNo.9324699512
v) NoLimit 31.03.2022
(Gaziybad) PhNo022-25829319 PhNo022-25829319
mandowara@wpil.co.in
M/s.JASCOPumpsPvt.Ltd.P Mr.HireshPandyaMobileN
lotNo.47,phase- o.-
Upto 1,OppMangalEstate,GIDC,N 9374063726hiresh.pandya@y
vi) JASCO 30.06.2024
350HP aroda,Ahmedabad-382330, ahoo.com
Ph.No.079-22821240 Mr.ManishPuranikMobile
No.-
9898059021jascopump47@g
mail.com
M/s.HarisonPumpsPvt.Lt Mr.BharathDeshmukhMob
Upto d.MIDC,HinganaIndustrial ileNo.-
vii) Harison 9422106645PhNo.07104- 30.06.2023
25HP Area,Nagpur.440028
237100
harisonpump@gmail.com
M/s.ModyPumpsIndiaPvtL Ph.No.0251-2620220/1
Upto td,MIDC,AmbarnathEast
viii) Mody Email id- 31.03.2022
10HP
indiasales@modypump.com
J) HorizontalNonClogPump

Contractor No. of corrections Executive Engineer


597
Mr.Ajishkumar
MobileNo.9323805918/9930105918
M/s.FlowmoreLtd,714/7 ajish.kumar@flowmoregroup.com
15,MarathonMax,Mulund Mr.RamanujPandey
Upto GoregaonLinkRoad,Mulu MobileNo.9322876872ramanujpand
i) Flowmore 30.09.2022
250HP nd(W),Mumbai -400080 ey@flowmoregroup.in

K) VerticalNonClogPump
Mr.Ajishkumar
MobileNo.9323805918/9930105918
M/s.FlowmoreLtd,714/7 ajish.kumar@flowmoregroup.com
15,MarathonMax,Mulund Mr.RamanujPandey
Up to
i) Flowmore GoregaonLinkRoad,Mulu MobileNo.9322876872ramanujpand 30.09.2022
250HP
nd(W),Mumbai -400080 ey@flowmoregroup.in

L) SolarPumpingsystem

Mr.Arunkumar
M/s.C.R.IPumpsPvt.Ltd.Sa
MobileNo.9894192276
Upto ravanampatty,Coimbatore
i) CRI 7738365318 31.03.2022
10HP -641035
mumbai@cripumps.comchandr
Ph.No.022-25335975
akant@cripumps.com
Mr.Ajishkumar
MobileNo.9323805918/9930105918
M/s.FlowmoreLtd,714/7 ajish.kumar@flowmoregroup.com
15,MarathonMax,Mulund Mr.RamanujPandey
Upto GoregaonLinkRoad,Mulu
ii) Flowmore MobileNo.9322876872ramanujpand 30.09.2022
10HP nd(W),Mumbai -400080 ey@flowmoregroup.in

M/s.Silverengg.Co.Dheb Ph.No.0281-2222156/
Upto arRoad,Rajkot-360004 2222017
iii) Silver 31.03.2022
10HP sales@silverpumps.combran
ch@silverpumps.com

M) VerticalTurbinePump

Contractor No. of corrections Executive Engineer


598
Mr.Ajishkumar
MobileNo.9323805918/9930105918
M/s.FlowmoreLtd,714/7 ajish.kumar@flowmoregroup.com
15,MarathonMax,Mulund Mr.RamanujPandey
GoregaonLinkRoad,Mulu
i) Flowmore NoLimit MobileNo.9322876872ramanujpand 30.09.2024
nd(W),Mumbai -400080 ey@flowmoregroup.in

M/sJyotiLtd,Santacruz,Eas
Mr.BapuraoWaniMobileNo.
tMumbaiPhNo022-
-9324028701Email-
ii) Jyoti NoLimit 26122848/ 31.03.2022
mumbai@jyoti.combwani@
26134403
jyoti.com

M/s.KirloskarBrothersLtd, Mr.GaneshKadamMobileN
Chembur,Mumbai71PhN o.-
iii) Kirloskar NoLimit 31.03.2022
o022-25289320 9820789647kblin@kbl.co.in
ganesh.kadam@kbl.co.in
Mr.K.C.Mandowara
M/s.WPILLtd,WagleIndustr
WPIL MobileNo.9324699512
iv) NoLimit ialEstate,Thane400604 30.09.2022
(Kolkatta) PhNo022-25829319
mandowara@wpil.co.in
M/s.WPILLtd,WagleIndust Mr.K.C.Mandowara
WPIL rialEstate,Thane400604 MobileNo.9324699512
v) NoLimit 31.03.2022
(Gaziybad) PhNo022-25829319 PhNo022-25829319
mandowara@wpil.co.in
Mr.IndrajitNandimathMobil
M/sWiloMatther&PlattP
WiloMatth eNo.-
vtLtdChinchwad,Pune
vi) er &Platt NoLimit 9922959020/9763495517 31.03.2022
Ph.No.02066147100
indrajit.nandimath@wilo.com
rajesh.unde@wilo.com
M/s.Xylemwatersolutions Mr.DharmendraChokshiMob
IndiaPvtLtdNoida-201309 ileNo.7490001981Email-
Upto
i) Xylem PhNo.020-26122848/ dharmendra.chokshi@xyleminc.com 31.03.2022
600HP
26134403

Mr.GopalKrishnan
M/s.DeccanIndustriesNo1
MobileNo.-
390,Sathy
Deccan- Upto 9965796960gopal@deccanindus
ii) MainRoad,Ganpathy,Coim 31.12.2023
Karvel 200HP tries.comMr.RohanInamdar
batore-641006Tamilnadu
MobileNo.-
9623830404rohan@karvel.in
N) CentrifugalHorizontalSplitCasePump
M/s.KirloskarBrothersLtd, Mr.GaneshKadamMobileN
Chembur,Mumbai71PhN o.-
i) Kirloskar NoLimit 31.03.2022
o022-25289320 9820789647kblin@kbl.co.in
ganesh.kadam@kbl.co.in

Contractor No. of corrections Executive Engineer


599
Mr.Ajishkumar
MobileNo.9323805918/9930105918
M/s.FlowmoreLtd,714/7
ajish.kumar@flowmoregroup.com
15,MarathonMax,Mulund
Mr.RamanujPandey
GoregaonLinkRoad,Mulu
ii) Flowmore NoLimit MobileNo.9322876872ramanujpand 30.09.2024
nd(W),Mumbai -400080
ey@flowmoregroup.in

M/sJyotiLtd,Santacruz,Eas
Mr.BapuraoWaniMobileNo.
tMumbaiPhNo022-
-9324028701Email-
iii) Jyoti NoLimit 26122848/ 31.03.2022
mumbai@jyoti.combwani@
26134403
jyoti.com

Mr.IndrajitNandimathMobil
M/sWiloMatther&PlattP
WiloMatth eNo.-
vtLtdChinchwad,Pune
iv) er &Platt NoLimit 9922959020/9763495517 31.03.2022
Ph.No.02066147100
indrajit.nandimath@wilo.comrajesh.
unde@wilo.com

Mr.K.C.Mandowara
M/s.WPILLtd,WagleIndust
WPIL MobileNo.9324699512
v) NoLimit rialEstate,Thane400604 31.03.2022
(Gaziybad) PhNo022-25829319
mandowara@wpil.co.in

M/s.Xylemwatersolutions Mr.DharmendraChokshiMob
IndiaPvtLtdNoida-201309 ileNo.7490001981Email-
Upto
i) Xylem PhNo.020-26122848/ dharmendra.chokshi@xyleminc.com 31.03.2022
300HP
26134403

Mr.GopalKrishnan
M/s.DeccanIndustriesNo1
MobileNo.-
390,Sathy
Deccan- Upto 9965796960gopal@deccanindus
ii) MainRoad,Ganpathy,Coim 31.12.2023
Karvel 200HP tries.comMr.RohanInamdar
batore-641006Tamilnadu
MobileNo.-
9623830404rohan@karvel.in

M/s.MBHPumps(Guj)Pvt.L Mr.YogeshVachhaniAsst.Mana
td,14,GIDC gerMarketingMobileNo.-
MBH Upto IndustrialEstate,Naroda, 9427533830marketing@mbhp
iii) 30.09.2024
Pumps 100HP Ahmedabad- umps.comMr.ParthKamania
Phoneno.079/22823066 MobileNo.-9825467472
,22822094

2 CastIronValvesPN1.0&1.6rating
A) Cast IronSluiceValvesasperIS14846:2000

Contractor No. of corrections Executive Engineer


600

Mr.MayankDKDubeMobileN
M/s.DurgaValvesPvt.
o.:9324515987/9867025324
Ltd.
mumbai@durgavalves.comdvpl
IchapurRoad,CanalSide,Sa
Durga Upto mum.offers@gmail.comMr.Pijus
i) ntragachi,Howrah– 31.10.2024
&DVPL 1500mmd hRoy
711104.
ia MobileNo.:9830023032kolkat
Ph.No.033–26778088
ta@durgavalves.com
/26778713

M/s.HawaEngineersLtd.,2 Mr.
67/2,NearBalkrishnaTextil ZafarHawaMobileNo.982
esUnitNo.2,BehindEagleM 5005766zafar@hawaenglt
MARCK Up to
ii) otors,N.H.8,Shahwadi,Nar d.com 30.09.2024
Brand 1500mmd
ol,Ahmedabad-382405 hawaengineers@gmail.com
ia
Mr.YogeshMishra
MobileNo.:7879145143marckh
awa.cair@gmail.com

Mr.AvijeetKararMobileNo
M/s.JupiterEngineerCo.,K
.9830266882jupitorvalve
ashipur,Dasnagar,Howrah
Upto @gmail.comMr.SunilPaw
iii) Jupiter –711105Ph.No.033- 31.01.2022
1400mmd ar
26531285/8759
ia MobileNo.7021264379/9029041480

M/s.ShreeBalajiIndustrie
Mr.YashSurekhaMobileNo.
s,72/A,Manikpirtala,2ndb
Upto 9748225649/9331006076
i) Balaji yelane,Shibtola,Baltikuri, 31.10.2024
1200mmd balajivalveskol@gmail.com
Howrah–711113.
ia

M/s.CairEuromaticAuto Mr.ShaukatInamdarMobile
mationPvt.Ltd.,PlotNo.1 No.9545550059/mkt@cair
77-179,ShivShakti Estate, euromatic.comMr.TousifSa
Upto
ii) Cair Nr.V- yyedMobileNo.:954551966 30.06.2024
1200mmd
trans,NarolRoad,Ahmedaba 6Mr.ShakirTamboliMobile
ia
d- No.:9545558156
382405.gov.cairindia@gmai
l.com

M/s.ShreeKrishnaInd Mr.RahulNandy
ustries, MobileNo.:/9163905657skiv
Upto P- alves@gmail.comMr.Prem
iii) Infra 31.08.2024
1200mmd 261/1,BenarasRoad, jitMohanty
ia Belgachia,Howrah– MobileNo.:9348602402skivalve
711108(WestBengal) s.mkt@gmail.com

Contractor No. of corrections Executive Engineer


601

M/s.Indianvalveinternati
Upto onal,BalitikuriIndustriales Ph.No.033/25553501
iv) IVI 31.01.2022
1200mmd tate,Howrah711113 Email-sales@ivivalves.com
ia

M/s.KamalaValves&Engin
eeringPvt.Ltd. Mr.BimalMukherjee
Up to
v) Kamala 41/2,'Q'Road,Belgachia,Ho MobileNo.:-9433023637 31.03.2024
1200mmd
wrah-711108. kamalavalves@rediffmail.com
ia

M/s.KetanEngineeringWor
Mr.SandipBPatel
ks,PlotNo.34,Nr.PoojaDhan
MobileNo.
adal,Opp.PramukhPackagin
8238036592/9925236592
Up to g,Surendranagar-
vi) KEW Email- 31.10.2024
1200mmd RajkotHighway,
ketanengiw@yahoo.inMr.AjayD
ia Surendranagar-363001.
ChandesaraMobileNo.
8160509267/7211110575

M/sKPMondal&Sons,206
Up to /1,PanchanantalaRoad,Ho Ph.No.03326435812
vii) KPM 31.03.2022
1200mmd wrah711101 contact@kpmvalves.com
ia

M/s.KamalaValvesManufa
Mr.KamalMukherjeeMob
cturingConcern,Kazipara,H
KVMC Up to ileNo.9830089590kamalk
viii) owrah.711108 30.06.2023
Brand 1200mmd vmc@gmai.comkamalkvm
Ph.No.033-26517016
ia c@yahoo.in

M/s.PerfectValvesPvt.Ltd., Mr.VivekSehgal,Director
Up to WarianaIndustrialComplex,S MobileNo.:9814060747
ix) LP 30.11.2023
1200mmd angalSohalRoad,Jalandhar- /8700258549
ia 144013 mktg.lpvalve@gmail.com

Mr.ShashikantSharmaMobile
M/s.MahadeviIndustries,S
No.9421801904/9130943964
alap,NH-6,Domjur,Howrah-
Up to mahadevi.maharashtra@gmail.com
x) Mahadevi 711409.(WB)PhoneNo.033 30.09.2024
1200mmd mahadevi.kolkata@gmail.com
–26537777
ia

M/s.R.D.Multiples(Met Ph.No.022-40044425to29
R.D.
Up to alcast)Pvt.Ltd.GIDCPard Email id-
xi) Multiples 31.01.2023
1200mmd i,Valsad,Gujarat-396125 mumbai@rdmultiples.com,p
ia ardi@rdmultiples.com

Contractor No. of corrections Executive Engineer


602

Mr.H.RajaramaAssociateV.
M/sG.M.EngineeringPvtLt
P.(Mktg)MobileNo.9869763
Up to d.VillageMetoda,Rajkot-
xi) GMBrand 109valve@gmengg.com,hra 31.08.2023
1000mmd 360021Ph.No.
jarama@gmengg.com
ia 02827-287658

M/s.MakaliEngineeri
MobileNo.9831014676
ngCorporation,Belaga
Upto Ph.No.03326516610/1498
xiii) MEC chi,Howrah-711105. 31.08.2022
1000mmd mecvalve@vsnl.netmecvalve@hotm
ia ail.com

M/s.CalsensPrivateLtd.,40 MobileNo.-
Up to /1A,MakardahRoad,P.O.Ka 9903022200.PhoneNo.033-
i) Calsens 30.06.2023
800mmdi damtala,Howrah-711101 22486527/
a 22430665.
E-mailho@calsens.com

M/s.TobaccoHouse,OldCo
Upto Ph.No.033-22624871
ii) Sigma urtHouseCorner,Kolkatta- 30.06.2022
800mmdi Emailid-enquiry@sigmaflow.in
700001
a

Mr.AmrikSingh
M/s.JayEssIndustries,S-
MobileNo.:9815035140/959213030
141,IndustrialArea,Sod
1
Upto alRoad,Jalandhar,Punja
iii) Agro Mr.G.P.SinghMobileNo. 31.05.2024
600mmdi b.144004
:9316998889agrovalve@gma
a Ph.No.0181/5054790
il.com,amrik_singh55@yahoo
.in
Mr.GirishNargundeMobile
M/s.TirupatiIndust
No.9819983497/94331191
Up to ries,38/3,Kantapuk
iv) DECO 99. 30.06.2023
600mmdi urlane,Howrah,711
tirupati.valves@gmail.comPh
a 101.
oneNo.033-26771007

M/s.KartarValvesPvt.Ltd.,J
PhNo.0181-2651500,1551,
unejaComplex,VilllageVarin
Up to 0321Mob.No-09915762416
v) Kartar a,KapurthalaRoad,Jalandha 31.08.2023
600mmdi info@kartarvalves.com,til
r-144013
a ak@kartarvalves.com

Mr. Jogesh
M/s.LeaderValvesLtd.,S-
SainiMobileNo.:921697695
Up to 3,S-
vi) Leader 5Mr.Rajeev Gupta 31.03.2024
500mmdi 4IndustrialArea,Jalandhar
MobileNo.:9223174939info@leader
a –144004Punjab.
valves.com

B) Cast IronNon ReturnValvesasper IS5312(Part 1) :2004

Contractor No. of corrections Executive Engineer


603
M/s.HawaEngineersLtd.,2 Mr.
67/2,NearBalkrishnaTextil ZafarHawaMobileNo.982
esUnitNo.2,BehindEagleM 5005766zafar@hawaenglt
MARCK Up to otors,N.H.8,Shahwadi,Nar
i) d.com 30.09.2024
Brand 1800mmd ol,Ahmedabad-382405 hawaengineers@gmail.com
ia
Mr.YogeshMishra
MobileNo.:7879145143marckh
awa.cair@gmail.com
Mr.MayankDKDubeMobileN
M/s.DurgaValvesPvt. o.:9324515987/9867025324
Ltd. mumbai@durgavalves.comdvpl
Durga IchapurRoad,CanalSide,Sa mum.offers@gmail.comMr.Pijus
Upto
ii) &DVPL ntragachi,Howrah– hRoy 31.10.2024
1500mmd
711104. MobileNo.:9830023032kolkat
ia
Ph.No.033–26778088 ta@durgavalves.com
/26778713

Mr.AvijeetKararMobileNo
M/s.JupiterEngineerCo.,K
.9830266882jupitorvalve
ashipur,Dasnagar,Howrah
Upto @gmail.comMr.SunilPaw
iii) Jupiter –711105Ph.No.033- 31.01.2022
1400mmd ar
26531285/8759
ia MobileNo.7021264379/9029041480

M/s.CalsensPrivateLtd.,40 MobileNo.9903022200
Up to /1A,MakardahRoad,P.O.Ka PhoneNo.033-22486527/
i) Calsens 30.06.2023
800mmdi damtala,Howrah-711101 22430665.
a E-mailho@calsens.com

Mr.ShashikantSharmaMobile
M/s.MahadeviIndustries,S
No.9421801904/9130943964
alap,NH-6,Domjur,Howrah-
Up to mahadevi.maharashtra@gmail.com
ii) Mahadevi 711409.(WB)PhoneNo.033 30.09.2024
800mmdi mahadevi.kolkata@gmail.com
–26537777
a

M/s.TobaccoHouse,OldCo
Upto Ph.No.033-22624871
iii) Sigma urtHouseCorner,Kolkatta- 30.06.2022
800mmdi Emailid-enquiry@sigmaflow.in
700001
a
Mr.AmrikSingh
M/s.JayEssIndustries,S- MobileNo.:9815035140/959213030
141,IndustrialArea,Sod 1
Upto alRoad,Jalandhar,Punja Mr.G.P.SinghMobileNo.
iv) Agro 31.05.2024
600mmdi b.144004 :9316998889agrovalve@gma
a Ph.No.0181/5054790 il.com,amrik_singh55@yahoo
.in

Contractor No. of corrections Executive Engineer


604

M/s.ShreeBalajiIndustrie
Mr.YashSurekhaMobileNo.
s,72/A,Manikpirtala,2ndb
Upto 9748225649/9331006076
v) Balaji yelane,Shibtola,Baltikuri, 31.10.2022
600mmdi balajivalveskol@gmail.com
Howrah–711113.
a

Mr.H.RajaramaAssociateV.
M/s.G.M.EngineeringPvtLt
P.(Mktg)MobileNo.9869763
Up to d.VillageMetoda,Rajkot-
vi) GMBrand 109valve@gmengg.com,hra 31.08.2023
600mmdi 360021Ph.No.
jarama@gmengg.com
a 02827-287658

M/s.ShreeKrishnaInd Mr.RahulNandy
ustries, MobileNo.:/9163905657skiv
Upto P- alves@gmail.comMr.Prem
vii) Infra 31.08.2024
600mmdi 261/1,BenarasRoad, jitMohanty
a Belgachia,Howrah– MobileNo.:9348602402skivalve
711108(WestBengal) s.mkt@gmail.com
M/s.Indianvalveinternati
Upto onal,BalitikuriIndustriales Ph.No.03325553501
viii) IVI 31.01.2022
600mmdi tate,Howrah711113 Email-sales@ivivalves.com
a
M/s.KartarValvesPvt.Ltd.,J
unejaComplex,VilllageVarin PhNo.0181-2651500,1551,
Up to a,KapurthalaRoad,Jalandha 0321Mob.No-09915762416
ix) Kartar 31.08.2023
600mmdi r-144013 Email-
a info@kartarvalves.com,tilak@kartar
valves.com

M/s.KetanEngineeringWor
Mr.SandipBPatel
ks,PlotNo.34,Nr.PoojaDhan
MobileNo.
adal,Opp.PramukhPackagin
8238036592/9925236592
Up to g,Surendranagar-
x) KEW Email- 31.10.2024
600mmdi RajkotHighway,
ketanengiw@yahoo.inMr.AjayD
a Surendranagar-363001.
ChandesaraMobileNo.
8160509267/7211110575

M/sKPMondal&Sons,206
Up to /1,PanchanantalaRoad,Ho Ph.No.03326435812
xi) KPM 31.03.2022
600mmdi wrah711101 contact@kpmvalves.com
a

M/s.KamalaValvesManufa
Mr.KamalMukherjeeMob
cturingConcern,Kazipara,H
KVMC Up to ileNo.9830089590kamalk
xii) owrah.711108 30.06.2022
Brand 600mmdi vmc@gmai.comkamalkvm
Ph.No.033-26517016
a c@yahoo.in

Contractor No. of corrections Executive Engineer


605

M/s.MakaliEngineer MobileNo.9831014676
Upto ingCorporation,Bela Ph.No.03326516610/71498
xiii) MEC 31.08.2022
600mmdi gachi,Howrah mecvalve@vsnl.netmecvalve@hotm
a ail.com
Mr. Jogesh
M/s.LeaderValvesLtd.,S-
SainiMobileNo.:921697695
Up to 3,S-
i) Leader 5Mr.Rajeev 31.03.2024
500mmdi 4IndustrialArea,Jalandhar
GuptaMobileNo.:92231749
a –144004Punjab,India.
39info@leadervalves.com

M/s.PerfectValvesPvt.Ltd., Mr.VivekSehgal,Director
Up to WarianaIndustrialComplex,S MobileNo.:9814060747
ii) LP 30.11.2023
300mmdi angalSohalRoad,Jalandhar- /8700258549
a 144013 mktg.lpvalve@gmail.com

C) Cast Iron DuelPlateCheckValves Nil

D) Cast Iron KnifeEdgeGateValves

Mr.MayankDKDubeMobileN
M/s.DurgaValvesPvt.
o.:9324515987/9867025324
Ltd.
mumbai@durgavalves.comdvpl
Durga IchapurRoad,CanalSide,Sa
Upto mum.offers@gmail.comMr.Pijus
i) &DVPL ntragachi,Howrah– 31.10.2022
1200mmd hRoy
711104.
ia MobileNo.:9830023032kolkat
Ph.No.033–26778088
ta@durgavalves.com
/26778713

M/s.HawaEngineersLtd.,2 Mr.
67/2,NearBalkrishnaTextil ZafarHawaMobileNo.982
esUnitNo.2,BehindEagleM 5005766zafar@hawaenglt
MARCK Up to
ii) otors,N.H.8,Shahwadi,Nar d.com 30.09.2024
Brand 1200mmd
ol,Ahmedabad-382405 hawaengineers@gmail.com
ia
Mr.YogeshMishra
MobileNo.:7879145143marckh
awa.cair@gmail.com
M/s.ShreeKrishnaInd Mr.RahulNandy
ustries, MobileNo.:/9163905657skiv
Upto P- alves@gmail.comMr.Prem
i) Infra 31.08.2022
500mmdi 261/1,BenarasRoad, jitMohanty
a Belgachia,Howrah– MobileNo.:9348602402skivalve
711108(WestBengal) s.mkt@gmail.com

Mr. Jogesh
M/s.LeaderValvesLtd.,S-
SainiMobileNo.:921697695
Up to 3,S-
ii) Leader 5Mr.Rajeev 31.03.2024
400mmdi 4IndustrialArea,Jalandhar
GuptaMobileNo.:92231749
a –144004Punjab,India.
39info@leadervalves.com

Contractor No. of corrections Executive Engineer


606

E) Cast Iron ButterflyValvesasper IS13095:1991

Mr.MayankDKDubeMobileN
M/s.DurgaValvesPvt.
o.:9324515987/9867025324
Ltd.
mumbai@durgavalves.comdvpl
IchapurRoad,CanalSide,Sa
Durga Upto mum.offers@gmail.comMr.Pijus
i) ntragachi,Howrah– 31.10.2024
&DVPL 2000mmd hRoy
711104.
ia MobileNo.:9830023032kolkat
Ph.No.033–26778088
ta@durgavalves.com
/26778713

M/s.JupiterEngineerCo.,K Mr.AvijeetKararMobileNo
ashipur,Dasnagar,Howrah .9830266882jupitorvalve
Upto –711105Ph.No.033- @gmail.comMr.SunilPaw
ii) Jupiter 31.01.2022
2000mmd 26531285/8759 ar
ia MobileNo.7021264379/9029041480

M/s.KetanEngineeringWor
Mr.SandipBPatel
ks,PlotNo.34,Nr.PoojaDhan
MobileNo.
adal,Opp.PramukhPackagin
8238036592/9925236592
Up to g,Surendranagar-
iii) KEW Email- 31.10.2024
2000mmd RajkotHighway,
ketanengiw@yahoo.inMr.AjayD
ia Surendranagar-363001.
ChandesaraMobileNo.
8160509267/7211110575

M/s.HawaEngineersLtd.,2 Mr.
67/2,NearBalkrishnaTextil ZafarHawaMobileNo.982
esUnitNo.2,BehindEagleM 5005766zafar@hawaenglt
MARCK Up to otors,N.H.8,Shahwadi,Nar
iv) d.com 30.09.2024
Brand 2000mmd ol,Ahmedabad-382405 hawaengineers@gmail.com
ia
Mr.YogeshMishra
MobileNo.:7879145143marckh
awa.cair@gmail.com
M/s.DynamicValvesPvt.Lt
Mr.NageshSoparkarMobile
Upto d.R-
v) Dynamic No.9892276921info@dyna 30.09.2024
1800mmd 353,RabaleMIDC,NaviMu
micvalves.com
ia mbai.–400701

M/s.R.D.Multiples(Meta Ph.No.022-40044425to29
R.D.
Up to lcast)Pvt.Ltd.,GIDCPardi, Email id-
vi) Multiples 31.01.2023
1600mmd Valsad,Gujarat-396125 mumbai@rdmultiples.com,p
ia ardi@rdmultiples.com

M/s.ShreeKrishnaInd Mr.RahulNandy
ustries, MobileNo.:/9163905657skiv
Upto P- alves@gmail.comMr.Prem
vi) Infra 31.08.2024
1500mmd 261/1,BenarasRoad, jitMohanty
ia Belgachia,Howrah– MobileNo.:9348602402skivalve
711108(WestBengal) s.mkt@gmail.com

Contractor No. of corrections Executive Engineer


607

M/s.CairEuromaticAuto
Mr.ShaukatInamdarMobile
mationPvt.Ltd.,PlotNo.1
No.9545550059/mkt@caire
77-179,ShivShakti Estate,
Up to uromatic.comMr.TousifSay
i) Cair Nr.V- 30.06.2024
1200mmd yedMobileNo.:9545519666
trans,NarolRoad,Ahmedab
ia gov.cairindia@gmail.com
ad-382405.

Mr.H.RajaramaAssociateV.
M/sG.M.EngineeringPvtLt
P.(Mktg)MobileNo.9869763
Up to d.VillageMetoda,Rajkot-
ii) GMBrand 109valve@gmengg.com,hra 31.08.2023
1200mmd 360021,Ph.
jarama@gmengg.com
ia No.02827-287658

M/s.Indianvalveinternati
Upto onal,BalitikuriIndustriales Ph.No.03325553501
iii) IVI 31.01.2022
1200mmd tate,Howrah711113 Email-sales@ivivalves.com
ia

M/s.KamalaValves&Engin
Mr.BimalMukherjee
eeringPvt.Ltd.
Up to MobileNo.:-9433023637
iv) Kamala 41/2,'Q'Road,Belgachia,Ho 31.03.2024
1200mmd Email id:-
wrah-711108.
ia kamalavalves@rediffmail.com

M/sKPMondal&Sons,206
Up to /1,PanchanantalaRoad,Ho Ph.No.03326435812
v) KPM 31.03.2022
1200mmd wrah711101 contact@kpmvalves.com
ia
M/s.MahadeviIndustries, Mr.ShashikantSharmaMobile
Salap,NH- No.9421801904/9130943964
Up to 6,Domjur,Howrah- mahadevi.maharashtra@gmail.com
vi) Mahadevi 711409.(WB) 30.09.2024
1200mmd mahadevi.kolkata@gmail.com
ia PhoneNo.033–26537777

M/s.TobaccoHouse,OldCo
Upto Ph.No.033-22624871
vii) Sigma urtHouseCorner,Kolkatta- 30.06.2022
1000mmd Emailid-enquiry@sigmaflow.in
700001
ia
Mr. Jogesh
M/s.LeaderValvesLtd.,S- SainiMobileNo.:921697695
Up to 3,S- 5Mr.Rajeev
i) Leader 31.03.2024
400mmdi 4IndustrialArea,Jalandhar GuptaMobileNo.:92231749
a –144004Punjab,India. 39info@leadervalves.com

M/s.ShreeBalajiIndustrie
Mr.YashSurekhaMobileNo.
s,72/A,Manikpirtala,2ndb
Upto 9748225649/9331006076
ii) Balaji yelane,Shibtola,Baltikuri, 31.10.2022
300mmdi balajivalveskol@gmail.com
Howrah–711113.
a

Contractor No. of corrections Executive Engineer


608

F) CastIronAir Valve & Kinetic Air Valves as per IS 14845:2000

Mr.MayankDKDubeMobileN
M/s.DurgaValvesPvt.
o.:9324515987/9867025324
Ltd.
mumbai@durgavalves.comdvpl
IchapurRoad,CanalSide,Sa
Durga Upto mum.offers@gmail.comMr.Pijus
i) ntragachi,Howrah– 31.10.2024
&DVPL 300mmdi hRoy
711104.
a MobileNo.:9830023032kolkat
Ph.No.033–26778088
ta@durgavalves.com
/26778713
M/s.ShreeBalajiIndustrie Mr.YashSurekhaMobileNo.
s,72/A,Manikpirtala,2ndb 9748225649/9331006076
Upto yelane,Shibtola,Baltikuri,
ii) Balaji Email id- 31.10.2022
200mmdi Howrah–711113.( balajivalveskol@gmail.com
a

M/s.CalsensPrivateLtd.,40 PhoneNo.033-22486527/
Up to /1A,MakardahRoad,P.O.Ka 22430665.MobileNo.
iii) Calsens 30.06.2023
200mmdi damtala,Howrah-711101 9903022200.
a E-mailho@calsens.com

M/s.ShreeKrishnaInd Mr.RahulNandyMobileN
ustries, o.:/9163905657
Upto P- skivalves@gmail.comMr.Pr
iv) Infra 31.08.2024
200mmdi 261/1,BenarasRoad, emjitMohantyMobileNo.:9
a Belgachia,Howrah– 348602402
711108(WestBengal) skivalves.mkt@gmail.com

M/s.Indianvalveinternati
Upto onal,BalitikuriIndustriales Ph.No.03325553501
v) IVI 31.01.2022
200mmdi tate,Howrah711113 Email-sales@ivivalves.com
a

M/s.JupiterEngineerCo.,K Mr.AvijeetKararMobileNo
ashipur,Dasnagar,Howrah .9830266882jupitorvalve
Upto –711105Ph.No.033- @gmail.comMr.SunilPaw
vi) Jupiter 31.01.2022
200mmdi 26531285/8759 ar
a MobileNo.7021264379/9029041480

M/s.KamalaValves&Engin
Mr.BimalMukherjeeMobile
eeringPvt.Ltd.
Up to No.:-9433023637
vii) Kamala 41/2,'Q'Road,Belgachia,Ho 31.03.2024
200mmdi Email id:-
wrah-711108.
a kamalavalves@rediffmail.com

M/s.KartarValvesPvt.Ltd.,J
unejaComplex,VilllageVarin PhNo.0181-2651500,1551,
Up to a,KapurthalaRoad,Jalandha 0321Mob.No-09915762416
viii) Kartar 31.08.2023
200mmdi r-144013 Email-
a info@kartarvalves.com,tilak@kartar
valves.com

Contractor No. of corrections Executive Engineer


609

M/s.KetanEngineeringWor
Mr.SandipBPatel
ks,PlotNo.34,Nr.PoojaDhan
MobileNo.
adal,Opp.PramukhPackagin
8238036592/9925236592
Up to g,Surendranagar-
xi) KEW Email- 31.10.2024
200mmdi RajkotHighway,
ketanengiw@yahoo.inMr.AjayD
a Surendranagar-363001.
ChandesaraMobileNo.
8160509267/7211110575

M/sKPMondal&Sons,206
Up to /1,PanchanantalaRoad,Ho Ph.No.03326435812
x) KPM 31.03.2022
200mmdi wrah711101 contact@kpmvalves.com
a

M/s.KamalaValvesManufa
Mr.KamalMukherjeeMob
cturingConcern,Kazipara,H
KVMC Up to ileNo.9830089590kamalk
xi) owrah.711108 30.06.2023
Brand 200mmdi vmc@gmai.comkamalkvm
Ph.No.033-26517016
a c@yahoo.in

Mr.VivekSehgal,Director
M/s.PerfectValvesPvt.Ltd.,
MobileNo.:9814060747
Up to WarianaIndustrialComplex,S
xii) LP /8700258549 30.11.2023
200mmdi angalSohalRoad,Jalandhar-
Email id:-
a 144013
mktg.lpvalve@gmail.com
M/s.MahadeviIndustries, Mr.ShashikantSharmaMobile
Salap,NH- No.9421801904/9130943964
Up to 6,Domjur,Howrah- mahadevi.maharashtra@gmail.com
xiii) Mahadevi 711409.(WB) 30.09.2024
200mmdi mahadevi.kolkata@gmail.com
a PhoneNo.033–26537777

M/s.HawaEngineersLtd.,2 Mr.
67/2,NearBalkrishnaTextil ZafarHawaMobileNo.982
esUnitNo.2,BehindEagleM 5005766zafar@hawaenglt
MARCK Up to otors,N.H.8,Shahwadi,Nar d.com
xiv) 30.09.2024
Brand 200mmdi ol,Ahmedabad-382405 hawaengineers@gmail.com
a Mr.YogeshMishra
MobileNo.:7879145143marckh
awa.cair@gmail.com
M/s.TobaccoHouse,OldCo
Upto urtHouseCorner,Kolkatta- Ph.No.033-22624871
xv) Sigma 30.06.2022
200mmdi 700001 Emailid-enquiry@sigmaflow.in
a

G) CastIron Temper ProofAir Valves

Contractor No. of corrections Executive Engineer


610

Mr.MayankDKDubeMobileN
M/s.DurgaValvesPvt.
o.:9324515987/9867025324
Ltd.
mumbai@durgavalves.comdvpl
IchapurRoad,CanalSide,Sa
Durga Upto mum.offers@gmail.comMr.Pijus
i) ntragachi,Howrah– 31.10.2024
&DVPL 300mmdi hRoy
711104.
a MobileNo.:9830023032kolkat
Ph.No.033–26778088
ta@durgavalves.com
/26778713

M/s.KetanEngineeringWor
Mr.SandipBPatel
ks,PlotNo.34,Nr.PoojaDhan
MobileNo.
adal,Opp.PramukhPackagin
8238036592/9925236592
Up to g,Surendranagar-
ii) KEW Email- 31.10.2024
200mmdi RajkotHighway,
ketanengiw@yahoo.inMr.AjayD
a Surendranagar-363001.
ChandesaraMobileNo.
8160509267/7211110575

M/s.ShreeKrishnaInd Mr.RahulNandy
ustries, MobileNo.:/9163905657skiv
Upto P- alves@gmail.comMr.Prem
iii) Infra 31.08.2024
200mmdi 261/1,BenarasRoad, jitMohanty
a Belgachia,Howrah– MobileNo.:9348602402skivalve
711108(WestBengal) s.mkt@gmail.com
M/s.JupiterEngineerCo.,K Mr.AvijeetKararMobileNo
ashipur,Dasnagar,Howrah .9830266882jupitorvalve
Upto
iv) Jupiter –711105Ph.No.033- @gmail.comMr.SunilPaw 31.01.2022
200mmdi 26531285/8759 ar
a MobileNo.7021264379/

H) CastIronSluiceGates

Mr.MayankDKDubeMobileN
M/s.DurgaValvesPvt.
o.:9324515987/9867025324
Ltd.
mumbai@durgavalves.comdvpl
IchapurRoad,CanalSide,Sa
Durga Upto1500 mum.offers@gmail.comMr.Pijus
i) ntragachi,Howrah– 31.10.2022
&DVPL x1500mm hRoy
711104.
MobileNo.:9830023032kolkat
Ph.No.033–26778088
ta@durgavalves.com
/26778713

3 DuctileIron/S.G.IronValvesPN1.0&1.6rating

A) DuctileIron /S.G.Iron SluiceValveMetal& ResilientSeated GlandlessType

Mr.MayankDKDubeMobileN
M/s.DurgaValvesPvt.
o.:9324515987/9867025324
Ltd.
mumbai@durgavalves.comdvpl
IchapurRoad,CanalSide,Sa
Durga Upto mum.offers@gmail.comMr.Pijus
i) ntragachi,Howrah– 31.10.2024
&DVPL 1500mmd hRoy
711104.
ia MobileNo.:9830023032kolkat
Ph.No.033–26778088
ta@durgavalves.com
/26778713

Contractor No. of corrections Executive Engineer


611

M/s.JupiterEngineerCo.,K Mr.AvijeetKararMobileNo
ashipur,Dasnagar,Howrah .9830266882jupitorvalve
Upto –711105Ph.No.033- @gmail.comMr.SunilPaw
ii) Jupiter 31.01.2022
1400mmd 26531285/8759 ar
ia MobileNo.7021264379/9029041480

M/s.ShreeKrishnaInd Mr.RahulNandy
ustries, MobileNo.:/9163905657skiv
Upto P- alves@gmail.comMr.Prem
iii) Infra 31.08.2024
1200mmd 261/1,BenarasRoad, jitMohanty
ia Belgachia,Howrah– MobileNo.:9348602402skivalve
711108(WestBengal) s.mkt@gmail.com

M/sIndianValvePvtLtd.Sat
Up to pur,Nashik422007Ph.0253 MobileNo9922713637Emailid
iv) IVC 31.03.2022
1200mmd - -sales@ivc-valves.com
ia 2350261/170

M/s.PerfectValvesPvt.Ltd., Mr.VivekSehgal,Director
Up to WarianaIndustrialComplex,S MobileNo.:9814060747
v) LP 30.11.2023
1200mmd angalSohalRoad,Jalandhar- /8700258549
ia 144013 mktg.lpvalve@gmail.com

M/s.MahadeviIndustries, Mr.ShashikantSharmaMobile
Salap,NH- No.9421801904/9130943964
Up to 6,Domjur,Howrah- mahadevi.maharashtra@gmail.com
vi) Mahadevi 711409.(WB) 30.09.2024
1200mmd mahadevi.kolkata@gmail.com
ia PhoneNo.033–26537777

M/s.HawaEngineersLtd.,2 Mr.
67/2,NearBalkrishnaTextil ZafarHawaMobileNo.982
esUnitNo.2,BehindEagleM 5005766zafar@hawaenglt
MARCK Up to otors,N.H.8,Shahwadi,Nar d.com
vii) 30.09.2024
Brand 1200mmd ol,Ahmedabad-382405 hawaengineers@gmail.com
ia Mr.YogeshMishra
MobileNo.:7879145143marckh
awa.cair@gmail.com
M/sAvishkarEngineersPvtlt Ph.No.020-26970924/533
AVM- Up to
i) dHadapsar,Pune28 avishkar2@vsnl.com,salesavi 31.03.2022
Avishkar 1000mmd
shkar@gmail.com
ia

Mr.H.RajaramaAssociateV.
M/sG.M.EngineeringPvtLt
P.(Mktg)MobileNo.9869763
Up to d.VillageMetoda,Rajkot-
ii) GMBrand 109valve@gmengg.com,hra 31.08.2023
1000mmd 360021,Ph.
jarama@gmengg.com
ia No.02827-287658

Contractor No. of corrections Executive Engineer


612

M/s.KetanEngineeringWor
Mr.SandipBPatel
ks,PlotNo.34,Nr.PoojaDhan
MobileNo.
adal,Opp.PramukhPackagin
8238036592/9925236592
Up to g,Surendranagar-
iii) KEW Email- 31.10.2024
1000mmd RajkotHighway,
ketanengiw@yahoo.inMr.AjayD
ia Surendranagar-363001.
ChandesaraMobileNo.
8160509267/7211110575

M/s.TobaccoHouse,OldCo
Upto Ph.No.033-22624871
iv) Sigma urtHouseCorner,Kolkatta- 30.06.2022
800mmdi enquiry@sigmaflow.in
700001
a
M/s.TalisValveIndiaPvt.
Raphel Upto Ltd.Gachibowli,Hyderab Ph.No.040-67454050.
v) 31.10.2022
byTalis 600mmdi ad,500032. enquiryindia@talis-group.com
a
B) DuctileIron /S.G.Iron Nonreturn Valves
Mr.MayankDKDubeMobileN
M/s.DurgaValvesPvt.
o.:9324515987/9867025324
Ltd.
mumbai@durgavalves.comdvpl
IchapurRoad,CanalSide,Sa
Durga Upto mum.offers@gmail.comMr.Pijus
i) ntragachi,Howrah– 31.10.2024
&DVPL 1500mmd hRoy
711104.
ia MobileNo.:9830023032kolkat
Ph.No.033–26778088
ta@durgavalves.com
/2677871

M/s.R.D.Multiples(Metalc Ph.No.022-40044425to29.
R.D. Up to ast)Pvt.Ltd.GIDCPardi,Vals Email id-
ii) 31.01.2023
Multiples 1500mmd ad,Guajrat-396125 mumbai@rdmultiples.com,p
ia ardi@rdmultiples.com
M/s.JupiterEngineerCo.,K Mr.AvijeetKararMobileNo
ashipur,Dasnagar,Howrah .9830266882jupitorvalve
Upto –711105Ph.No.033- @gmail.comMr.SunilPaw
iii) Jupiter 31.01.2022
1400mmd 26531285/8759 ar
ia MobileNo.7021264379/
M/sIndianValvePvtLtd.Sat
Up to pur,Nashik422007Ph.0253 MobileNo9922713637
iv) IVC 31.03.2022
1200mmd - Emailid-sales@ivc-valves.com
ia 2350261/170

M/sAvishkarEnginee Ph.No.020-26970924/533
AVM- Up to
i) rsPvtltdHadapsar,Pu avishkar2@vsnl.com,salesavi 31.03.2022
Avishkar 1000mmd
ne28 shkar@gmail.com
ia

Contractor No. of corrections Executive Engineer


613
M/s.MahadeviIndustries, Mr.ShashikantSharmaMobile
Salap,NH- No.9421801904/9130943964
Up to 6,Domjur,Howrah- mahadevi.maharashtra@gmail.com
ii) Mahadevi 711409.(WB) 30.09.2024
800mmdi mahadevi.kolkata@gmail.com
a PhoneNo.033–26537777

M/s.TobaccoHouse,OldCo
Upto urtHouseCorner,Kolkatta- Ph.No.033-22624871
iii) Sigma 30.06.2022
800mmdi 700001 Emailid-enquiry@sigmaflow.in
a
Mr.H.RajaramaAssociateV.
M/s.G.M.EngineeringPvtL
P.(Mktg)MobileNo.9869763
Up to td.VillageMetoda,Rajkot-
i) GMBrand 109valve@gmengg.com,hra 31.08.2023
600mmdi 360021,Ph.
jarama@gmengg.com
a No.02827-287658

Mr.RahulNandy
M/s.ShreeKrishnaInd
MobileNo.:/9163905657skiv
ustries,
alves@gmail.comMr.Premj
Upto P-
ii) Infra itMohantyBusinessDevelo 31.08.2024
600mmdi 261/1,BenarasRoad,
pmentMobileNo.:9348602
a Belgachia,Howrah–
402
711108(WestBengal)
skivalves.mkt@gmail.com
M/s. Talis Valve Ph.No.040-67454050.
Raphel Upto
iii) IndiaPvt. Ltd., Email id- 31.10.2022
byTalis 600mmdi
Gachibowli,Hyderabad,5 enquiryindia@talis-group.com
a
00032.

M/s.KetanEngineeringWor
Mr.SandipBPatel
ks,PlotNo.34,Nr.PoojaDhan
MobileNo.
adal,Opp.PramukhPackagin
8238036592/9925236592
Up to g,Surendranagar-
iv) KEW Email- 31.10.2024
300mmdi RajkotHighway,
ketanengiw@yahoo.inMr.AjayD
a Surendranagar-363001.
ChandesaraMobileNo.
8160509267/7211110575

M/s.PerfectValvesPvt.Ltd., Mr.VivekSehgal,Director
Up to WarianaIndustrialComplex,S MobileNo.:9814060747
v) LP 30.11.2023
300mmdi angalSohalRoad,Jalandhar- /8700258549
a 144013 mktg.lpvalve@gmail.com

C) DuctileIron /S.G.Iron DuelPlateCheckValves

Contractor No. of corrections Executive Engineer


614

M/s.HawaEngineersLtd.,2 Mr.
67/2,NearBalkrishnaTextil ZafarHawaMobileNo.982
esUnitNo.2,BehindEagleM 5005766zafar@hawaenglt
MARCK Up to
i) otors,N.H.8,Shahwadi,Nar d.com 30.09.2024
Brand 1800mmd
ol,Ahmedabad05 hawaengineers@gmail.com
ia
Mr.YogeshMishra
MobileNo.:7879145143marckh
awa.cair@gmail.com

D) DuctileIron /S.G.Iron ButterflyValvesMetal&Resilient Seated

Mr.MayankDKDubeMobileN
M/s.DurgaValvesPvt.
o.:9324515987/9867025324
Ltd.
mumbai@durgavalves.comdvpl
IchapurRoad,CanalSide,Sa
Durga Upto mum.offers@gmail.comMr.Pijus
i) ntragachi,Howrah– 31.10.2024
&DVPL 2000mmd hRoy
711104.
ia MobileNo.:9830023032kolkat
Ph.No.033–26778088
ta@durgavalves.com
/26778713

M/s.JupiterEngineerCo.,K Mr.AvijeetKararMobileNo
ashipur,Dasnagar,Howrah .9830266882jupitorvalve
Upto –711105Ph.No.033- @gmail.comMr.SunilPaw
ii) Jupiter 31.01.2022
2000mmd 26531285/8759 ar
ia MobileNo.7021264379/9029041480

M/s.HawaEngineersLtd.,2 Mr.
67/2,NearBalkrishnaTextil ZafarHawaMobileNo.982
esUnitNo.2,BehindEagleM 5005766zafar@hawaenglt
MARCK Up to otors,N.H.8,Shahwadi,Nar d.com
iii) 30.09.2024
Brand 2000mmd ol,Ahmedabad-382405 hawaengineers@gmail.com
ia Mr.YogeshMishra
MobileNo.:7879145143marckh
awa.cair@gmail.com
M/s.DynamicValvesPvt.Lt
d.R- Mr.NageshSoparkarMobile
Upto
iv) Dynamic 353,RabaleMIDC,NaviMu No.9892276921info@dyna 30.09.2024
1800mmd
mbai.–400701 micvalves.com
ia

M/s.KetanEngineeringWor
Mr.SandipBPatel
ks,PlotNo.34,Nr.PoojaDhan
MobileNo.
adal,Opp.PramukhPackagin
8238036592/9925236592
Up to g,Surendranagar-
v) KEW Email- 31.10.2024
1600mmd RajkotHighway,
ketanengiw@yahoo.inMr.AjayD
ia Surendranagar-363001.
ChandesaraMobileNo.
8160509267/7211110575

M/sAvishkarEngin Ph.No.020-26970924/533
AVM- Up to
i) eersPvtLtdHadapsar, avishkar2@vsnl.com,salesavi 31.03.2022
Avishkar 1200mmd
Pune28 shkar@gmail.com

Contractor No. of corrections Executive Engineer


615
ia

Mr.H.RajaramaAssociateV.
M/sG.M.EngineeringPvtLt
P.(Mktg)MobileNo.9869763
Up to d.VillageMetoda,Rajkot-
ii) GMBrand 109valve@gmengg.com,hra 31.08.2023
1200mmd 360021,
jarama@gmengg.com
ia Ph.No.02827-287658

M/sIndianValvePvtLtd.Sat
Up to pur,Nashik422007Ph.0253 MobileNo9922713637Emailid
iii) IVC 31.03.2022
1200mmd - -sales@ivc-valves.com
ia 2350261/170
M/s.MahadeviIndustries, Mr.ShashikantSharmaMobile
Salap,NH- No.9421801904/9130943964
Up to 6,Domjur,Howrah- mahadevi.maharashtra@gmail.com
iv) Mahadevi 711409.(WB) 30.09.2024
1200mmd mahadevi.kolkata@gmail.com
ia PhoneNo.033–26537777

M/s.CalsensPrivateLtd.,40 PhoneNo.033-22486527/
Up to /1A,MakardahRoad,P.O.Ka 22430665.MobileNo.
v) Calsens 30.06.2023
1000mmd damtala,Howrah-711101 9903022200.
ia E-mailho@calsens.com

M/s.ShreeKrishnaInd Mr.RahulNandy
ustries, MobileNo.:/9163905657skiv
Upto P- alves@gmail.comMr.Prem
vi) Infra 31.08.2022
1000mmd 261/1,BenarasRoad, jitMohanty
ia Belgachia,Howrah– MobileNo.:9348602402skivalve
711108(WestBengal) s.mkt@gmail.com

M/s.TobaccoHouse,OldCo
Upto Ph.No.033-22624871
vii) Sigma urtHouseCorner,Kolkatta- 30.06.2022
1000mmd Emailid-enquiry@sigmaflow.in
700001
ia

M/s. Talis Valve


Raphel Upto IndiaPvt. Ltd., Ph.No.040-67454050.
i) 31.10.2022
byTalis 600mmdi Gachibowli,Hyderabad,5 enquiryindia@talis-group.com
a 00032.

E) DuctileIron /S.G.Iron KnifeEdgeGateValves

Contractor No. of corrections Executive Engineer


616

Mr.MayankDKDubeMobileN
M/s.DurgaValvesPvt.
o.:9324515987/9867025324
Ltd.
mumbai@durgavalves.comdvpl
IchapurRoad,CanalSide,Sa
Durga Upto mum.offers@gmail.comMr.Pijus
i) ntragachi,Howrah– 31.10.2022
&DVPL 1200mmd hRoy
711104.
ia MobileNo.:9830023032kolkat
Ph.No.033–26778088
ta@durgavalves.com
/26778713

F) Ductile Iron/ S. G. IronAirValve & Kinetic AirValves

M/s.DurgaValvesPvt. Mr.MayankDKDubeMobileN
Ltd. o.:9324515987/9867025324
IchapurRoad,CanalSide,Sa mumbai@durgavalves.comdvpl
Durga Upto
i) ntragachi,Howrah– mum.offers@gmail.comMr.Pijus 31.10.2024
&DVPL 300mmdi
711104. hRoy
a
Ph.No.033–26778088 MobileNo.:9830023032
/26778713
M/sAvishkarEngin Ph.No.020-26970924/533
AVM- Up to
ii) eersPvtLtdHadapsar, avishkar2@vsnl.com,salesavi 31.03.2022
Avishkar 200mmdi
Pune28 shkar@gmail.com
a
Mr.H.RajaramaAssociateV.
M/s. G. M. EngineeringPvt
P.(Mktg)MobileNo.9869763
Up to Ltd. Village Metoda,Rajkot-
iii) GMBrand 109valve@gmengg.com,hra 31.08.2023
200mmdi 360021Ph.No.
jarama@gmengg.com
a 02827-287658

M/sIndianValvePvtLtd.Sat
Up to pur,Nashik422007Ph.0253 MobileNo9922713637Emailid
iv) IVC 31.03.2022
200mmdi - -sales@ivc-valves.com
a 2350261/170
M/s.JupiterEngineerCo.,K Mr.AvijeetKararMobileNo
ashipur,Dasnagar,Howrah .9830266882jupitorvalve
Upto –711105Ph.No.033- @gmail.comMr.SunilPaw
v) Jupiter 31.01.2022
200mmdi 26531285/8759 ar
a MobileNo.7021264379/9029041480

M/s.KetanEngineeringWor
Mr.SandipBPatel
ks,PlotNo.34,Nr.PoojaDhan
MobileNo.
adal,Opp.PramukhPackagin
8238036592/9925236592
Up to g,Surendranagar-
vi) KEW Email- 31.10.2024
200mmdi RajkotHighway,
ketanengiw@yahoo.inMr.AjayD
a Surendranagar-01.
ChandesaraMobileNo.
8160509267/7211110575
M/sKPMondal&Sons,206
Up to /1, Ph.No.03326435812
vii) KPM 31.03.2022
200mmdi PanchanantalaRoad,Howra Email-contact@kpmvalves.com
a h711101

Contractor No. of corrections Executive Engineer


617

Mr.VivekSehgal,Director
M/s.PerfectValvesPvt.Ltd.,
MobileNo.:9814060747
Up to WarianaIndustrialComplex,S
viii) LP /8700258549 30.11.2023
200mmdi angalSohalRoad,Jalandhar-
Email id:-
a 144013
mktg.lpvalve@gmail.com
M/s.MahadeviIndustries, Mr.ShashikantSharmaMobile
Salap,NH- No.9421801904/9130943964
Up to 6,Domjur,Howrah- mahadevi.maharashtra@gmail.com
ix) Mahadevi 30.09.2024
200mmdi 711409.(WB) mahadevi.kolkata@gmail.com
a PhoneNo.033–26537777

M/s.R.D.Multiples(Met Ph.No.022-40044425to29.
R.D.
Up to alcast)Pvt.Ltd.GIDCPard Email id-
x) Multiples 31.01.2023
200mmdi i,Valsad,Gujarat-396125 mumbai@rdmultiples.com,p
a ardi@rdmultiples.com
M/s.TobaccoHouse,OldCo
Upto urtHouseCorner,Kolkatta- Ph.No.033-22624871
xi) Sigma 30.06.2022
200mmdi 700001 Emailid-enquiry@sigmaflow.in
a

G) DuctileIron /S.G.Iron Temper proof Air Valves


Mr.MayankDKDubeMobileN
M/s.DurgaValvesPvt.
o.:9324515987/9867025324
Ltd.
mumbai@durgavalves.comdvpl
IchapurRoad,CanalSide,Sa
Durga Upto mum.offers@gmail.comMr.Pijus
i) ntragachi,Howrah– 31.10.2024
&DVPL 300mmdi hRoy
711104.
a MobileNo.:9830023032kolkat
Ph.No.033–26778088
ta@durgavalves.com
/26778713

M/s.ShreeKrishnaInd Mr.RahulNandy
ustries, MobileNo.:/9163905657skiv
Upto P- alves@gmail.comMr.Prem
ii) Infra 31.08.2022
200mmdi 261/1,BenarasRoad, jitMohanty
a Belgachia,Howrah– MobileNo.:9348602402skivalve
711108(WestBengal) s.mkt@gmail.com

Mr.AvijeetKararMobileNo
M/s.JupiterEngineerCo.,K
.9830266882jupitorvalve
ashipur,Dasnagar,Howrah
Upto @gmail.comMr.SunilPaw
iii) Jupiter –711105Ph.No.033- 31.01.2022
200mmdi ar
26531285/8759
a MobileNo.7021264379/9029041480

Contractor No. of corrections Executive Engineer


618

M/s.KetanEngineeringWor
Mr.SandipBPatel
ks,PlotNo.34,Nr.PoojaDhan
MobileNo.
adal,Opp.PramukhPackagin
8238036592/9925236592
Up to g,Surendranagar-
iv) KEW Email- 31.10.2024
200mmdi RajkotHighway,
ketanengiw@yahoo.inMr.AjayD
a Surendranagar-01.
ChandesaraMobileNo.
8160509267/7211110575
M/s.HawaEngineersLtd.,2 Mr.
67/2,NearBalkrishnaTextil ZafarHawaMobileNo.982
esUnitNo.2,BehindEagleM 5005766zafar@hawaenglt
MARCK Up to otors,N.H.8,Shahwadi,Nar d.com
v) 30.09.2024
Brand 200mmdi ol,Ahmedabad-382405 hawaengineers@gmail.com
a Mr.YogeshMishra
MobileNo.:7879145143marckh
awa.cair@gmail.com
4) CastSteelValvesClass150&Class300rating
A) Cast SteelDoubleFlangedSluiceValves
M/s.JupiterEngineerCo.,K Mr.AvijeetKararMobileNo
ashipur,Dasnagar,Howrah .9830266882jupitorvalve
Upto –711105Ph.No.033- @gmail.comMr.SunilPaw
i) Jupiter 31.01.2022
1400mmd 26531285/8759 ar
ia MobileNo.7021264379/9029041480

M/sIndianValvePvtLtd.Sat
Up to pur,Nashik422007Ph.0253 MobileNo9922713637Emailid
ii) IVC 31.03.2022
1200mmd - -sales@ivc-valves.com
ia 2350261/170
M/s.DurgaValvesPvt. Mr.MayankDKDubeMobileN
Ltd. o.:9324515987/9867025324
IchapurRoad,CanalSide,Sa mumbai@durgavalves.comdvpl
Durga Upto mum.offers@gmail.comMr.Pijus
iii) ntragachi,Howrah– 31.10.2024
&DVPL 1000mmd hRoy
711104.
ia MobileNo.:9830023032
Ph.No.033–26778088
/26778713
B) Cast SteelDoubleFlangedNon ReturnValves
M/s.JupiterEngineerCo.,K Mr.AvijeetKararMobileNo
ashipur,Dasnagar,Howrah .9830266882jupitorvalve
Upto –711105Ph.No.033- @gmail.comMr.SunilPaw
i) Jupiter 31.01.2022
1400mmd 26531285/8759 ar
ia MobileNo.7021264379/9029041480

M/sIndianValvePvtLtd.Sat
Up to pur,Nashik422007Ph.0253 MobileNo9922713637Emailid
ii) IVC 31.03.2022
1200mmd - -sales@ivc-valves.com
ia 2350261/170

Contractor No. of corrections Executive Engineer


619

M/s.DurgaValvesPvt. Mr.MayankDKDubeMobileN
Ltd. o.:9324515987/9867025324
IchapurRoad,CanalSide,Sa mumbai@durgavalves.comdvpl
Durga Upto
iii) ntragachi,Howrah– mum.offers@gmail.comMr.Pijus 31.10.2024
&DVPL 1000mmd hRoy
711104.
ia MobileNo.:9830023032
Ph.No.033–26778088
/26778713
C) Cast SteelDoubleFlanged ButterflyValves
M/s.DurgaValvesPvt. Mr.MayankDKDubeMobileN
Ltd. o.:9324515987/9867025324
Durga Upto IchapurRoad,CanalSide,Sa mumbai@durgavalves.comdvplmum 31.10.2024
i)
&DVPL 2000mmd ntragachi,Howrah– .offers@gmail.com
ia 711104.
M/s.JupiterEngineerCo.,K Mr.AvijeetKararMobileNo
ashipur,Dasnagar,Howrah .9830266882jupitorvalve
Upto –711105Ph.No.033- @gmail.comMr.SunilPaw
ii) Jupiter 31.01.2022
2000mmd 26531285/8759 ar
ia MobileNo.7021264379/
9029041480
M/sIndianValvePvtLtd.Sat
Up to pur,Nashik422007Ph.0253 MobileNo9922713637Emailid
iii) IVC 31.03.2022
1200mmd - -sales@ivc-valves.com
ia 2350261/170

D) CastSteelAirValve&KineticAirValves
Mr.MayankDKDubeMobileN
M/s.DurgaValvesPvt.
o.:9324515987/9867025324
Ltd.
mumbai@durgavalves.comdvpl
IchapurRoad,CanalSide,Sa
Durga Upto mum.offers@gmail.comMr.Pijus
i) ntragachi,Howrah– 31.10.2024
&DVPL 300mmdi hRoy
711104.
a MobileNo.:9830023032kolkat
Ph.No.033–26778088
ta@durgavalves.com
/26778713

M/sIndianValvePvtLtd.Satp
Up to ur,Nashik422007 MobileNo9922713637Emailid
ii) IVC 31.03.2022
200mmdi Ph.0253-2350261/ -sales@ivc-valves.com
a 170
M/s.JupiterEngineerCo.,K Mr.AvijeetKararMobileNo
ashipur,Dasnagar,Howrah .9830266882jupitorvalve
Upto –711105Ph.No.033- @gmail.comMr.SunilPaw
iii) Jupiter 31.01.2022
200mmdi 26531285/8759 ar
a MobileNo.7021264379/9029041480

E) CastSteelTemperproof AirValves

Contractor No. of corrections Executive Engineer


620
Mr.MayankDKDubeMobileN
M/s.DurgaValvesPvt. o.:9324515987/9867025324
Ltd. mumbai@durgavalves.comdvpl
Durga IchapurRoad,CanalSide,Sa mum.offers@gmail.comMr.Pijus
Upto
i) &DVPL ntragachi,Howrah– hRoy 31.10.2024
200mmdi
711104. MobileNo.:9830023032kolkat
a
Ph.No.033–26778088 ta@durgavalves.com
/26778713

M/s.JupiterEngineerCo.,K Mr.AvijeetKararMobileNo
ashipur,Dasnagar,Howrah .9830266882jupitorvalve
Upto –711105Ph.No.033- @gmail.comMr.SunilPaw
ii) Jupiter 31.01.2022
200mmdi 26531285/8759 ar
a MobileNo.7021264379/9029041480

5 HydraulicControlValves
A) FlowControl Valve
M/s.AlpineFlowtech,Uni
tNo.1,BWing,SwarajyaCo
Mr.MayankDKDubeMobileN
mplex,RajlaxmiCompoun
o.:9324515987/9867025324
d,Opp.BewakoofTextileF
Alpine Upto alpineflowtech@gmail.com
ii) actoryOutlet,Kasheli,Kalh 31.05.2024
&AFC 800mmdi Mr.ManishGupta
er,Tal.
a MobileNo.:8978558585
Bhiwandi,Thane

M/s.AiraEuroAutomatio
nPvt.Ltd.,267/2,NearBalk Mr.YogeshMishraContactN
rishnaTextilesUnitNo.2,B o:7879145143airaeuroym
Upto ehindEagleMotors, @gmail.comMr.ZafarHawa
i) Aira 30.09.2022
600mmdi N.H.8,Shahwadi,Nar MobileNo.9825005766airaeuroaut
a ol,Ahmedabad- omation@gmail.com
382405.

M/s.AvishkarEngin Ph.No.020-26970924/0533
AVM- Upto
iii) eersPvtltd.,Hadapsar, avishkar2@vsnl.com,salesavi 31.03.2022
Avishkar 200m
Pune28 shkar@gmail.com
m

M/s.TalisValveIndiaPvt.
Raphel Up to Ph.No.040-67454050.
v) Ltd.Gachibowli,Hyderab 31.10.2022
byTalis 300mm enquiryindia@talis-group.com
ad,500032.

M/s.DarlingMuesco(India)
Darling Upto Pvtltd.,PlotNo97/APh1,GID PhNo07925893791/92
iv) 31.3.2022
Muesco 450m CvatvaAhmedabad382445 sales@darlingmuesco.com
m

B) PressureReducingValve

Contractor No. of corrections Executive Engineer


621

M/s.AiraEuroAutomatio
nPvt.Ltd.,267/2,NearBalk Mr.YogeshMishraContactN
rishnaTextilesUnitNo.2,B o:7879145143airaeuroym
Upto ehindEagleMotors, @gmail.comMr.ZafarHawa
i) Aira 30.09.2022
600mmdi N.H.8,Shahwadi,Nar MobileNo.9825005766airaeuroaut
a ol,Ahmedabad- omation@gmail.com
382405.

M/s.AlpineFlowtech,Uni
tNo.1,BWing,SwarajyaCo Mr.MayankDKDubeMobileN
mplex,RajlaxmiCompoun o.:9324515987/9867025324
Alpine Upto d,Opp.BewakoofTextileF alpineflowtech@gmail.com
ii) 31.05.2024
&AFC 500mmdi actoryOutlet,Kasheli,Kalh Mr.ManishGupta
a er,Tal. MobileNo.:8978558585
Bhiwandi,Dist.Thane-

M/sDarlingMuesco(India)
Darling Upto Pvtltd,PlotNo97/APh1,GID PhNo07925893791/92
iii) 31.03.2022
Muesco 400m CvatvaAhmedabad382445 sales@darlingmuesco.com
m

Mr.ShaukatInamdarMobile
M/s.CairEuromaticAuto No.9545550059/mkt@caire
mationPvt.Ltd.,PlotNo.1 uromatic.comMr.TousifSay
CairEuroma Upto 77-179,ShivShakti Estate, yedMobileNo.:9545519666
iv) 30.06.2024
tic 300mmdi Nr.V- Mr.ShakirTamboliMobileN
a trans,NarolRoad,Ahmedab o.:9545558156gov.cairindia
ad-382405. @gmail.com

C) PressureRelief Valve

M/s.AiraEuroAutomatio
nPvt.Ltd.,267/2,NearBalk Mr.YogeshMishraContactN
rishnaTextilesUnitNo.2,B o:7879145143airaeuroym
Upto ehindEagleMotors, @gmail.comMr.ZafarHawa
i) Aira 30.09.2022
600mmdi N.H.8,Shahwadi,Nar MobileNo.9825005766airaeuroaut
a ol,Ahmedabad- omation@gmail.com
382405.

D) AltitudeControlValve

Contractor No. of corrections Executive Engineer


622

M/s.AiraEuroAutomatio
nPvt.Ltd.,267/2,NearBalk Mr.YogeshMishraContactN
rishnaTextilesUnitNo.2,B o:7879145143airaeuroym
Upto ehindEagleMotors, @gmail.comMr.ZafarHawa
i) Aira 30.09.2022
600mmdi N.H.8,Shahwadi,Nar MobileNo.9825005766airaeuroaut
a ol,Ahmedabad- omation@gmail.com
382405.

M/s.AlpineFlowtech,Uni
tNo.1,BWing,SwarajyaCo
mplex,RajlaxmiCompoun Mr.MayankDKDubeMobileN
d,Opp.BewakoofTextileF o.:9324515987/9867025324
Alpine Upto alpineflowtech@gmail.com
ii) actoryOutlet,Kasheli,Kalh 31.05.2024
&AFC 500mmdi Mr.ManishGupta
er,Tal.
a MobileNo.:8978558585
Bhiwandi,Dist.Thane-
421302.

M/sDarlingMuesco(India)
Darling Upto Pvtltd,PlotNo97/APh1,GID PhNo07925893791/92
iii) 31.03.2022
Muesco 300mmdi CvatvaAhmedabad382445 sales@darlingmuesco.com
a

E) SurgeAnticipatingValve

M/s.AlpineFlowtech,UnitN
o.1,BWing,SwarajyaComple
Mr.MayankDKDubeMobileN
x,RajlaxmiCompound,Opp.B
o.:9324515987/9867025324
ewakoofTextileFactoryOutl
Alpine Upto alpineflowtech@gmail.com
i) et, 31.05.2024
&AFC 400mmdi Mr.ManishGupta
Kasheli,Kalher,Tal.Bhiwand
a MobileNo.:8978558585
i,Thane-421302.

F) Zero VelocityValveMS

M/s.DurgaValvesPvt. Mr.MayankDKDubeMobileN
Ltd. o.:9324515987/9867025324
IchapurRoad,CanalSide,Sa mumbai@durgavalves.comdvpl
DurgaandDVP Upto
i) ntragachi,Howrah– mum.offers@gmail.comMr.Pijus 31.10.2022
LBrand 100mmD
711104. hRoy
ia
Ph.No.033–26778088 MobileNo.:9830023032
/26778713

G) AirCushionValve

Contractor No. of corrections Executive Engineer


623

Mr.MayankDKDubeMobileN
M/s.DurgaValvesPvt.
o.:9324515987/9867025324
Ltd.
mumbai@durgavalves.comdvpl
IchapurRoad,CanalSide,Sa
DurgaandDVP Upto mum.offers@gmail.comMr.Pijus
i) ntragachi,Howrah– 31.10.2022
LBrand 300mmD hRoy
711104.
ia MobileNo.:9830023032kolkat
Ph.No.033–26778088
ta@durgavalves.com
/26778713

6) ElectricalValveActuators

M/s.AumaIndiaPvt.Ltd.,Plot
No.38-A,&39-B,IIPhase, Mr.N.C.Patil,BusinessHead–
PeenyaIndustrialArea,Bang West&East
i) Auma Nolimit lore–560058Karnataka MobileNo:+91-9763728261 30.11.2023
Ph.No.080/30412222 aumapune@auma.co.inncpatil@au
maindia.com

Mr.AnilSing
M/s.LimitorqueIndiaLtd.,
MobileNo.-9619434317
Worli,Mumbai-400018
Mr.Mane
ii) Limitorque Nolimit Ph.No.022/24965943 30.06.2022
MobileNo.-
libabom@vsnl.net
9619652890Email id-
bso@limitorqueindia.com
Mr.MangeshBasmatkarMobileNo.9
M/s.RotorkControls(India) 004474124mangesh.basamatkar@r
Pvt.Ltd. otork.com
RotorkCo
iii) Nolimit Ambattur,Chennai-600098 Mr.GauravShinde 30.06.2022
ntrols
Ph.No.-044/39555600 MobileNo.9987077676gaurav
.shinde@rotork.com

M/s.SdtorkControlsPvt.Ltd
.,GatNo94/2,PlotNo2,Aland
Mr.SunilP.Kurkute,DirectorMobile
i–MarkalRoad,Village–
iv) SDTORK Nolimit No.:9822980003Email:scpl@sdt 30.11.2023
Dhanore,Taluka–
ork.com
Khed,Pune-412105

Mr.ShaukatInamdarMobile
M/s.CairEuromaticAuto
No.9545550059/mkt@caire
mationPvt.Ltd.,PlotNo.1
uromatic.comMr.TousifSay
77-179,ShivShakti Estate,
CairEuroma Upto yedMobileNo.:9545519666
v) Nr.V- 30.06.2024
tic 1000mmd Mr.ShakirTamboliMobileN
trans,NarolRoad,Ahmedab
ia o.:9545558156gov.cairindia
ad-382405.
@gmail.com

7) Dismantaling&ExpansionJoint

Contractor No. of corrections Executive Engineer


624

Mr.PradeepNatuMobileN
M/sAnantEngineersandFabr
o.9823021335Mr.Bhusha
icators,MIDCAhmednagar
Upto nNatuMobileNo.9404283
i) Anant PhNo0241- 31.03.2022
2200mmd 505
2777440/8440
ia accounts@anantengg.comenquiry@
anantengg.com
Mr.MayankDKDubeMobileN
M/s.DurgaValvesPvt.
o.:9324515987/9867025324
Ltd.
mumbai@durgavalves.comdvpl
IchapurRoad,CanalSide,Sa
DurgaandDVP Upto mum.offers@gmail.comMr.Pijus
ii) ntragachi,Howrah– 31.10.2022
LBrand 1200mmD hRoy
711104.
ia MobileNo.:9830023032kolkat
Ph.No.033–26778088
ta@durgavalves.com
/26778713

8 LiftingArrangement
A) ChainPulleyBlockwithtravellingtrolley

M/s.ShreeAbhayCran
Mr.BharatPaldiwalMobile
ShreeA esPvt.Ltd.ShegaonBul
No.9420497004Email id-
i) bhayCra Upto5MT dhana. 31.03.2022
shreeabhaygroup@gmail.com
nes Ph.No.07265-
252401/254200
B) HOT Cranes
M/s.ShreeAbhayCra
ShreeA nesPvt.Ltd.ShegaonB Mr.BharatPaldiwal
bhayCra uldhana.
i) Upto5MT MobileNo.9420497004shreeabh 31.03.2022
nes Ph.No.07265- aygroup@gmail.com
252401/254200

M/sAnantEngineersandFa
Mr.Pradeep
bricators,MIDCAhmednag
Anant NatuMobileNo.982302133
ar.PhNo0241-
ii) Brand Upto5MT 5Mr.BhushanNatuMobileN 31.03.2022
2777440/8440
o.9404283505enquiry@ana
accounts@anantengg.com
ntengg.com

C) EOTCranes
M/s.ShreeAbhayCra
ShreeA nesPvt.Ltd.ShegaonB Mr.BharatPaldiwal
Upto
i) bhayCra uldhana. MobileNo.9420497004shreeabh 31.03.2022
20MT
nes Ph.No.07265- aygroup@gmail.com
252401/254200

D) JibCranes

Contractor No. of corrections Executive Engineer


625

M/s.ShreeAbhayCra
ShreeA nesPvt.Ltd.ShegaonB Mr.BharatPaldiwal
i) bhayCra Upto5MT uldhana. MobileNo.9420497004shreeabh 31.03.2022
nes Ph.No.07265- aygroup@gmail.com
252401/254200

9) Motors

A) 3PhaseEnergyEfficientLowVoltageHorizontalMotors

M/s.LaxmiHydraulicsPvt.L Mr.AdityaThakre,Director,Mobil
td,B-11&B-16, eNo:-
MIDCChincholi,Solapur- 9922111524aditya.thakre@lhpm
i) Lhp NoLimit 31.08.2024
413255Ph.No.0217- otor.comMr.AtishDeo
2357001 MobileNo:-
lhpindia@lhpmotor.com 9011048143atish.deo@lhp
motor.com
M/s.KaradProjects&Moto Mr.AmitDeshpande
rsLtd. MobileNo:-
PlotNo.B- 9850983352amit.deshpande@kp
ii) Karad NoLimit 31.07.2024
67/68,KaradIndustrialAr ml.co.inMr.RameshPrasannawar
ea,MIDC, MobileNo:-7888010397
TasawadeDist.Satara–
415109.
B) VerticalSolidShaftMotors Nil
C) VerticalHollowShaftMotors Nil
D) H.T.Motors
M/s.JeumontElectricIndiaP
Upto vt.Ltd.,22kmStone,Vadodar Mr.AnkitRajKulshresthaMobileNo:8
007074786/9766451782
1675HP a–
i) Jeumont , HalolExpressHighway,328/1 ankit.kulshrestha@jeumontelectric. 30.09.2024
comindia@jeumontelectric.com
VoltageLe 3,Jarod,Vadodara
velupto –391510.
6.6kV Ph.No.02668–671009
M/s.MarathonElectricsMot
Upto
orsIndiaLtd.RtalaRd,Kolkatt
2000HP Mr.AnandJadhav
Marathon a.700024.,
ii) , MobileNo.9766623158anand.jadh 30.06.2023
Ph.03344030500/
Volatgele av@marathone.com
24698530.
velupto
6.6kV
10) LT&HTControlPanels
A) L.T.ControlPanel( MCC,APFC,Feeder Piller Distribution )

Contractor No. of corrections Executive Engineer


626
M/s.ChandraElectrical&
Mr.NarayanPawarMobileNo
Electronics, :9225313111Mr.SamirNimb
PlotNo.L-11/6,MIDC, alkarMobileNo:9561321163
i) Chandra Nolimit Waluj,Auranga 31.10.2024
chandraelec1@gmail.comPh
bad–431136
.No.0240-2984151

M/sChavareEngineeringPv Ph.No.0251-2871737/
tLtd,DombivliEast421204 2870531
ii) Chavare Nolimit parikshit.rumale@chavare.c MobileNo.8691004604/869100 31.03.2022
om 4611Emailid-
sandeep.patil@chavare.com

Mr.RajeevChhetryMobile
M/s.SuccessEngineers,EL
No:7710052279Mr.Sushil
-60,EL-
SuccessEngi NagareMobileNo:976663
iii) Nolimit Block,MIDCBhosari,Pune 31.05.2024
neers 1722
-411026.
successquotation@gmail.comconta
Ph.no.020-27119384
ctus@successengineers.in

B) LTSwitchgears

PhNo02224114727/28
C M/s.C&SElectricLtd.Sewri(
Upto Email id-
i) &SPowerC West)Mumbai400015 31.03.2022
800Amp vivek.dhule@cselectric.co.inpari
ontactor
s tosh.oza@cselectric.co.in

C) Soft Start Starters

PhNo02135-680110
LTupto2 M/s.InnovativeElectrosof
MobileNo.8380065907Email
75kW, t(I)Pvt.LtdChakan,Pune41
i) Innovative id- 31.03.2022
HT 0501
marketing@ielectrosoft.comse
upto800
rvice@ielectrosoft.com,
kW

D) VFDDrives
M/s.FujiElectricIndiaPvt.Lt
Mr.PankajWankhade,SeniorSalesEn
d.,I-
gineer,
6,SurveyNo.79,SumeetLogi
MobileNo.:9987221588/992066430
stics,Village-
i) FujiElectric All type 8 30.11.2023
Kukse,NearShangrilaResort,
PhoneNo.022/42524850pank
Off.
aj-
Mumbai
wankhade@fujielectric.com
NashikHway,BhiwandiTh
ane421302
E) SwitchDisconnectorFuse&COSUnit,HRCFuses
M/sC&SElectricLtd,Sewri( PhNo02224114727/28
Upto
i) C&S West),Mumbai400015 vivek.dhule@cselectric.co.inparitosh 31.03.2022
800Amp
.oza@cselectric.co.in
s

Contractor No. of corrections Executive Engineer


627

F) AIRCIRCUITBREAKER/MCCB/MCB

M/sC&SElectricLtd,Sewri( PhNo02224114727/28
C&SBr Upto
i) West),Mumbai400015 vivek.dhule@cselectric.co.inparitosh 31.03.2022
and 800Amp
.oza@cselectric.co.in
s

G) VacuumCircuitBreaker

M/s.MegawinSwitc
Ph.No.0427-2330288/498
hgearPvt.Ltd.
MobileNo.9823063772/9790014085
Perumal,MalaiPostSal
i) Megawin Upto33kV Email id- 30.09.2023
em,Tamilnaduindustries@
utilities@megawin.co.in
megawin.co.i
n

11) Transformers
Mr.PradeepDixit,
M/s.UrjaTechniques(India)
Upto MobileNo:9820401606
Pvt.Ltd.R-
10MVA& /9820081474
653,TTC,MIDC,Thane-
i) Urja VoltageLev OtherContacts:-+91- 30.11.2023
BelapurRoad,Rabale,Na
el upto33kV 9820081474/9930430606
viMumbai-400701
responce@urjatransformers.com

Upto
M/s.TrinityElectricalIndus
5000kVA, Ph.No.080-28361413/7074
tries,Banglore-560091
ii) Trinity Voltage Email id- 31.12.2022
level trinityelectricals@gmail.com
upto33kV

Upto M/s.TransdeltaTransform
Mr.PrashantNankar
2500kVA, ersPvt.Ltd.,B-
MobileNo.:-9822611379
iii) Transdelta Voltagelev 8&9,MIDCArea, 31.08.2024
Email id:-
el Chikhalthana,Auranga
transdelta@rediffmail.com
upto33kV bad-431006

M/s.MSCTransformersPvt.L
Upto Mr.SandeshMahadevChavanMobil
td.,PlotNo.E-18
2000kVA, eNo:9960655777Mrs.SnehalCh
/2,MIDC,Jejuri,
iv) MSC Voltagelev avanMobileNo:9960633777, 30.06.2024
Pune-412303
el 9975444666
msc.transformers@gmail
upto22kV .com

M/s.JDSTransformersPvt.L
Upto td.,PlotNo.33/34&Partof32
630kVA, &26,AKVN,Boregaon,Sausa Mr.RiyajSheikh,Manager
v) JDS Voltagelev r,Dist. MarketingMobileNo.8805 31.08.2024
el Chhindwara(MP)-480106. 088835
upto11kV

Contractor No. of corrections Executive Engineer


628
Mr.P.N.Jibi
Upto6.5mVA M/s.VoltampTransformersLtd. MobileNo.:-9325401171
&VoltageLevel Makarpura,Vadodara-390014
vi) Voltamp Mr.AmitBrande 30.06.2024
upto33kV
MobileNo.:-9960700805
order_pune@voltamptransformers.com

12) PVC/XLPECables

A) PVC/XLPESubmersible(CopperConductor)Cable

Mr.RiteshPatel
M/s.AjantaIndustries,Kishangate,
MobileNo.-
Upto6sqmm 3,BehindSahyogComplex,PlotNo.
i) Ajanta 9825215350Mr.KamleshPatelMobil 31.03.2024
size G-413GIDC
eNo.-9727681901/8866010555
Metoda,Rajkot-21.
info@ajantaindustries.co.in
Falcon M/s.FabtechCabelsPvtLtd.Va
ii) Upto35sqmm PhNo.0281-2921307 30.06.2023
& vdi,Rajkot,360004.
size info@fabtechcables.com
FabconBrand
B) 1.1kVAllum.&CopperCable

MulticoreUpto5 M/s.KothariCables,8516/11,S Mob.No.–9765550540


0sqmm&single unPlazaLevelIII,MurarjiPeth,S project.pipe@kotharigroupindia.com
i) Kothari core300sqmm olapur-413001 PhNo.:-0217/2721490, 31.12.2021

MulticoreUpto4
00sqmm&single M/s.PolycabIndiaLtd.,PolycabHou Mr.SmitWasnik
core1000 se,Mahim(West)Mumbai -400016. MobileNo.9890766789/7045535564
ii) Polycab Ph.No.022-24327070-74 31.12.2021
sqmm
Emailid-info@polycab.com

MulticoreUpto4 M/s.VishalCablesPvt. Mr.HirasingAilsinghani


00sqmm&single Ltd.PlotNo.E- MobileNo:-9049777777
core1000 41,AnandNagar,AdditionalAmber /7841078410
iii) Vishal 31.03.2024
sqmm nathMIDC,AmbernathEastDistTha Mr.DilipsinghAilsinghaniMobileNo:-
ne–421506. 9766442288sales@vishalcables.com
13) WaterTreatmentPlantEquipments

A) Worm,HelicalGearBoxes&GearedMotors

M/s.LimitorqueIndiaLtd.,Worli,M Mr.AnilSing
umbai-400018Ph.No.022/ MobileNo.-9619434317
i) Limitorque NoLimit 30.06.2022
24965943 Mr.Mane
libabom@vsnl.net MobileNo.-
9619652890bso@limitorqueindia.
com
Mr.MangeshBasmatkarMobileNo.9
M/s.RotorkControls(India) 004474124mangesh.basamatkar@r
ii) Pvt.Ltd. otork.com
RotorkCo
NoLimit Ambattur,Chennai-600098 Mr.GauravShinde 30.06.2022
ntrols
Ph.No.-044/39555600 MobileNo.9987077676gaurav
.shinde@rotork.com

B) WTPEquipments

Contractor No. of corrections Executive Engineer


629

M/s.IndofabIndustries,Kash
PhNo022-28111326/3414
IndofabInd Upto imira-
i) Email- 31.03.2022
ustries 100Ml BhayanderRoad,PostMira,
sales@indofab.comoperations@ind
d DistThane401104
ofab.com

Mr.AnandParchureMobile
M/s.ParchureEngineersPv
Upto No.8308744102/98504331
ii) Parchure tLtd,MIDCJejuri,Dist.Pune 31.03.2022
100Ml 04Email-
d parchureengineers@gmail.com

C) AirBlowersTwin&TriLobo&Turbo
Mr.AnilSuriContactN
M/s.KayInternationalPvt.L
o:-
KayInternatio td.,302,LusaTower,Azadpu
8572899504a.suri@kayblow
i) nal NoLimit rCommercialComplex,Delh 31.03.2024
ers.comMr.SaurabhDeshmu
i –110033. khContactNo:-9996940489
pune@kayblowers.com
D) ChlorinationSystem
M/sAchalaEngineeringandElectr
GasChlorinationSystem,VacuumOperate onics,
d(FullyAutomatic&Manual),Pressurefeed Kalva,ThaneMr.AnantPadigudri
i) Achala Chlorinators&ChlorineHandlingequipme MobileNo.7498070219/8652270219 31.03.2022
nt achalaee@gmail.com,anantpa
dubidri@gmail.com

SodiumDichl
M/s.BhavaniEnviroTechn Mr.DeepakDeshpandeConta
oroisocyanu
ologiesPvt.Ltd.UnitNo.6& ctNo:-
rateDosingP
7,Globeestate,PotNo.C– 9167023869Mr.DilipNar
"Chlorojeeva otablewater
ii) 9,Phase1,MIDC,NewKalya ContactNo:- 31.01.2024
n"plus Chlorination
nRoad,Dombivli(East),Tha 9324630332admin@bhavanie
system
ne-421203 nviro.cominfo@bhavanienvir
o.com
Ph.0251/2423393/2423392
GasChlorinat Mr.RahulM.PatilContactNo:
ionSystem,V M/s.S.M.Polymers,Plotno. -9869116003Mr.RajPatil
acuumOpera 27,ShreeGuruGajananIndu ContactNo:-9021125576
ted(FullyAut strialArea,Ambad-
Mr.ManojPatilContact
iii) SMPolymer omatic&Ma VilholiLinkRoad,Vilholi,Nas 31.03.2024
No:-
nual) hik-422010.Ph.no.0253–
9869010571smpolymer@g
Chlorinato 2975576
mail.comsales@smpolymers
.com

Contractor No. of corrections Executive Engineer


630
M/s.ToshconJesco(India)Pvt.
GasChlorinationSystem,VacuumOperate Ltd.,401,ManishChamber,SonawalaCros
d(FullyAutomatic&Manual)Chlorinators sLane,Goregaon(E)Mumbai 63
Mr.AshokRathoreContactNo:
iv) Toshcon &ChlorineHandlingequipment&Residual 30.11.2024
-09351497757Mr.Uday
ChlorineAnalyser
Kulkarni
ContactNo:-9372417787

14) STPAccessories
M/sParchureEngineersPvtL Mr.AnandParchureMobile
Upto td,MIDCJejuri,1Dist.Pune41 No.8308744102/98504331
i) Parchure 31.03.2022
100Ml 2303 04Email-
d parchureengineers@gmail.com

15) SCADA&Automationproducts
A) SCADAandAutomationSystem
Ph.No.0251-2871737/
M/s.ChavareEngineerin 2870531
PLC,SCADA,
ChavareB gPvtLtd,MIDCDombivliE MobileNo.8691004604/8691004611
i) DCS,RTU 31.03.2022
rand ast421204 sandeep.patil@chavare.comparikshi
t.rumale@chavare.com

M/s.FujiElectricIndiaPvt.Lt
Mr.PankajWankhade,SeniorSalesEn
d.,I-
gineer,
6,SurveyNo.79,SumeetLogi
MobileNo.:9987221588/992066430
PLC,SC stics,Village-
ii) FujiElectric 8 30.11.2023
ADA Kukse,NearShangrilaResort,
PhoneNo.022/42524850pank
Off.
aj-
MumbaiNashikHigh
wankhade@fujielectric.com
way,BhiwandiThane
–302

B) TransmittersLevel,Pressure,Temperature

M/s.ElectronetEquipme Mr.RajendraNagavkar,Man
ntsPvt.Ltd.,PlotNo.84,85 agingDirectorContactNo:98
&86,TinyIndustrialEstate, 22015256rmn@eeplindia.c
i) Electronet All type 31.03.2022
PisoliRoad,Kondwa(Bk.),P om
une–411048 Mr.TusharPatil
ContactNo:8275518875
M/s.Endress+Hauser(India
)Pvt.Ltd.,M171- Mr.SunilBhorMobileNo
176,WalunjIndustrialEstate :9930306449sunil.bhor@en
Endress
ii) All type ,MIDC,Aurangabad– dress.comPhno.0240/25636 31.08.2024
+Hauser
431136 95
info@in.endress.com

Contractor No. of corrections Executive Engineer


631

M/s.FujiElectricIndiaPvt.Lt
Mr.PankajWankhade,SeniorSalesEn
d.,I-
gineer,
6,SurveyNo.79,SumeetLogi
MobileNo.:9987221588/992066430
stics,VillageKukse,NearSha
iii) FujiElectric All type 8 30.11.2023
ngrilaResort,Off.
PhoneNo.022/42524850pank
MumbaiNashikHighw
aj-
ay,Bhiwandi,Thane–
wankhade@fujielectric.com
421302
Ph.No.020/24215133,
M/s.SBEMPvt.Ltd.,39,El
24214782
ectronicsCo-
iv) SBEM All type MobileNo.- 31.05.2022
oprativeestate,Pune-
8600042365bhushan.g@sbem.co.in
SataraRoad,Pune09
mumbaii@sbem.co.in

M/s.VegaIndiaLevel&Press
MobileNo.8879488223
ureMeasurementPvtLtd.,T
v) Vega AllType Ph.No.020-67314015, 30.6.2022.
al.Haveli,DistPune-412206.
Emailid-v.narkar@vega.com

C) Turbidity,pH,Conductivity,DO,ORP,TDS, Cl2,TSS,COD,BODAnalyzers
M/s.ElectronetEquipme Mr.RajendraNagavkar,Man
ntsPvt.Ltd.,PlotNo.84to8 agingDirectorContactNo:98
6,TinyIndustrialEstate,Pis 22015256rmn@eeplindia.c
i) Electronet All 31.03.2022
oliRoad,Kondwa(Bk.),Pun om
e48 Mr.TusharPatil
ContactNo:8275518875
M/s.Endress+Hauser(India
Mr.SunilBhorContact
)Pvt.Ltd.,M171-
No:9930306449sunil.bhor
Endress 176,WalunjIndustrialEstate
ii) All @endress.comPhno.0240/ 31.08.2024
+Hauser ,MIDC,Aurangabad–
2563695
431136
info@in.endress.com

M/sForbesMarshallPvtL Ph.No.02027442020/39851199
ForbesMa
iii) All tdChakan,Pune410501 ppanchal@forbesmarshall.combizd 31.03.2022
rshall
ev@forbesmarshall.com

16) WaterMeters
A) ISIMarkedDomesticWaterMetersasperIS:779:1994
Single Mrs.JayaSamaseMobileN
Jetupto15 M/s.N.B.Industries(Meters o.9229182344Mr.Prashan
mmdia,Mu )Pvt.Ltd.,12- tLaddaMobileNo.9372255
i) Chambal 30.09.2023
ltiJetupto5 B,LaxmibaiNagar,Indore- 553
0mmdia 452006MadhyaPradesh PhNo0731–2415277/
chambalmeters@gmail.com

Contractor No. of corrections Executive Engineer


632

SingleJetupt M/s.AmanEngineeringW
Ph.No.0181–2603614/15/16
o15mm,Mul orks,C54-
Mobile No.
ii) Kranti tiJet upto 55,FocalPointExtension,Ja 31.10.2023
9815544438krantimeters@
50mmdia landhar,Punjab-144004
gmail.cominfo@krantimete
rs.com

SingleJetupt M/s.ZennerAquametIndiaP
o15mm,Mul vtLtd,Faridabad MobileNo.9818201440,info@zenne
ZeenerAqu
iii) tiJet upto -121003., raquament.comopcngp@gmail.com 31.01.2023
ament
40mm Ph.No.0129-
4042040/2276077

Domestic MultiJet WaterMetersOIML /MIDcertified AMR /AMRCompatibleasperISO- 4064


B)

M/s.AquameasInstrume
ntsPvt.Ltd.3,GangadipAp Mr.AvinashJape
Up to pts,Opp.Postoffice,Model MobileNo:9822057521avinash.ja
i) Baylan 30.09.2024
40mm Colony,Shivajinagar,Pune pe@aquameas.comsales@aqua
46 meas.com

Upto40mm M/s Itron India


dia&&Ultra Pvt.Ltd., Borivali
Mr.KundanVirulkar
sonicUpto4 (East)Mumbai-
ii) Itron MobileNo.9769334452kundan. 30.9.2022
0mmdia 400066
virulkar@itron.com,
Ph.No.022-28706633
/44
M/s.AccumeasureSystems
Pvt.Ltd.Survey Mr.AbhishekShinde
Upto No.84,KatrajShopNo.26,M MobileNo:7798356666abhishek.acc
iii) TEKSAN anikMotiComplex,Bldg– 31.01.2024
20mmdi umeasure@gmail.com
a A/2,Pune-411046

Bulk WoltmanTypeWaterMetersOIML/ MID certifiedAMR / AMR Compatible Multi


C)
Jet asperISO-4064

M/s.AquameasInstrume
ntsPvt.Ltd. Mr.AvinashJape
Upto 3,GangadipApprtments,Opp MobileNo:9822057521avinash.ja
i) Baylan 30.09.2024
200mmdi .Postoffice,ModelColony,Shi pe@aquameas.comsales@aqua
a vajinagar,Pune—411046 meas.com

M/s Itron India


Pvt.Ltd., Borivali Mr.KundanVirulkar
ii) Itron Up to (East)Mumbai- MobileNo.9769334452kundan. 30.9.2022
150mm 400066 virulkar@itron.com,
Ph.No.022-28706633
/44

Contractor No. of corrections Executive Engineer


633

D) BulkWoltmanTypeWaterMetersMultiJet asper ISO- 4064

MobileNo.9818201440,info@zenne
M/s.ZennerAquametIndiaP raquament.comopcngp@gmail.com
ZeenerAqu Upto
i) vtLtd,Faridabad Ph.No.0129- 31.01.2023
ament 300mmdi
-121003., 4042040/2276077
a

E) Ultrasonic AMR Domestic Water Meters Nil

F) Electromagnetic Domestic AMR/ AMI Water meter.


M/s.XylemWaterSolutio
nsIndiaPvt.Ltd,PlotNo731 Mr.AjitMagar
Sensus,
Upto ,GIDCSavli,Savli- MobileNo.9819338303
aXylembra 31.10.2023
20mmdi ManjusarRoad,Vadodara PhNo02667-265800/615800
nd
a –391775 ajit.magar@xyleminc.com

G) Ultrasonic AMRBulkWaterMeters

M/s. Adept
Mr.VinayakGadre,DirectorMobi
FluidynePvt.Ltd,Plot4,S.
Upto leNo.:9881478230info@adep
i) Adept No. 30.11.2023
300mmD tfluidyne.com
17 / 1-B,
ia
KothrudIndustrial
Estate,Kothrud,Pun
e38.
M/s.ElectronetEquipme Mr.RajendraNagavkar,Man
ntsPvt.Ltd.,PlotNo.84to8 agingDirectorContactNo:98
Upto 6,TinyIndustrialEstate,Pis 22015256rmn@eeplindia.c
ii) Electronet 31.03.2022
300mmD oliRoad,Kondwa(Bk.),Pun om
ia e48 Mr.TusharPatil
ContactNo:8275518875
H) UltrasonicFlowMeters(Insertion,Portable&Clampon FixedType)
M/s.InstronixProcessContr
ols,PlotNoE-148,Phase- Mr.DivyangPatelContactNo:9
2,BolGIDC,Opp.GEBSub- 879007526/7486892642/873
Station,Rasulpur,Village:- 3807526
i) ADDMAS NoLimit 28.02.2024
Bol,Tal:- admin@addmas.in,sales@
Sanand,Ahmedabad- addmas.in,divyangkp@hot
382481 mail.com

M/s.AdeptFluidynePvt.L
Mr.VinayakGadre,DirectorMobi
td,Plot4,S.No.
leNo.:9881478230info@adep
ii) Adept NoLimit 17/1- 30.11.2023
tfluidyne.com
B,KothrudIndustrialEstate,
Kothrud,Pune38.

Contractor No. of corrections Executive Engineer


634

Ph.No.020/24215133,
M/s.SBEMPvt.Ltd.,39,Elec
24214782
tronicsCo-
iii) SBEM NoLimit MobileNo.- 31.05.2022
operativeestate,Pune-
8600042365bhushan.g@sbem.co.in
411009
mumbaii@sbem.co.in

I) FullBoreElectromagneticFlowmeterAC&BatteryOperated
M/s.InstronixProcessContr
ols,PlotNoE-148,Phase- Mr.DivyangPatelContactNo:9
2,BolGIDC,Opp.GEBSub- 879007526/7486892642/873
Upto Station,Rasulpur,Village:- 3807526
i) ADDMAS 28.02.2024
1000m Bol,Tal:- admin@addmas.in,sales@
m Sanand,Ahmedabad- addmas.in,divyangkp@hot
382481 mail.com

M/s. Adept
FluidynePvt.Ltd,Plot4,S. Mr.VinayakGadre,DirectorMobi
Upto
ii) Adept No. leNo.:9881478230info@adep 30.11.2023
900mmdi
17 / 1-B, tfluidyne.com
a
KothrudIndustrial
Estate,Kothrud,Pun
e38.

M/s.ElectronetEquipme Mr.RajendraNagavkar,Man
ntsPvt.Ltd.,PlotNo.84to8 agingDirectorContactNo:98
Electronet( Upto 6,TinyInd.Estate, 22015256rmn@eeplindia.c
iii) 31.05.2024
Pune) 1000mmd PisoliRoad,Kondwa(Bk.),Pu om
ia ne–48 Mr.TusharPatil
ContactNo:8275518875

M/s.Endress+Hauser(India Mr.SunilBhorContact
)Pvt.Ltd.,M171- No:9930306449sunil.bhor
Endress Upto
iv) 176,WalunjIndustrialEstate @endress.comPhno.0240/ 31.08.2024
+Hauser 1200mmd
,MIDC,Aurangabad– 2563695
ia
431136 info@in.endress.com

M/s.NIVOControlsPvt.Ltd.1
Mrs.SuwarnaKarwadeSr.En
04-115ElectronicComplex,
Up to gineerMarketingMobileNo:-
v) Nivo Indore–452010. 30.06.2024
350mmdi 9584132258sales@nivocon
0731/4081305/07
a trols.com

Ph.No.020/24215133,
M/s.SBEMPvt.Ltd.,39,Elec
24214782
Upto tronicsCo-
vi) SBEM MobileNo.- 31.05.2022
1200mmd operativeestate,Pune-
8600042365bhushan.g@sbem.co.in
ia 411009
mumbaii@sbem.co.in

Note:If anymakeoftheproductisnotmentioned intheaboveapproved list,then


thesameshallbegotapprovedfrom SuperintendingEngineer(M) Thane/Nagpur.

Contractor No. of corrections Executive Engineer


635

ANNEXURE “B”

SCOPE OF THIRD PARTY INSPECTION

Contractor No. of corrections Executive Engineer


636

SCHEUDLE OF “SCOPE OF THIRD PARTY INSPECTION”

Third party inspection & testing at manufactures works shall be arranged by the
contractor & shall be carried out as specified below & shall be witnessed jointly by the Engineer
of M.J.P & inspector from third party agency approved by M.J.P. The contractor shall arrange to
fix a progamme of inspection & testing in consultation with the Engineer-in-charge (Mech.)
Third party inspection charges shall be born by the contractor. Third party inspection report duly
signed by the third party agency for all test mentioned below shall be submitted before delivery
of article, without which no payment will be released.

Third party inspection of following items are compulsory as mentioned in column of


scope of inspection & schedule ‘B’:-

Sr.No. Equipment Limits Scope of Inspection


1 2 3 4
1 Vertical Turbine pumps 30 HP and i) Review of raw materials test Certificates
Oil / Water Lubricated. above. and quality control procedure.
ii) Hydrostatic test on bowl assembly,
discharge head, hydrostatic test on 20%
quantity of shaft enclosing tubes and
column pipes.
iii) Performance test
iv) Strip inspection after Performance test
for one random pump, to check
 Rubbing if any.
 Wearing ring clearances.
 Dynamic balancing of impeller.

2) Electric Motors. 100 HP and i) Review of raw materials test Certificates


above. and quality control procedure.
ii) Routine test for all.
iii) Type test for one no. random motor for
300 HP & above, including vibration and
noise level.
3) Starters.
a) Auto Transformer All i) Review of raw materials test Certificates
Starters and quality control procedure.
ii) High voltage Test.
iii) Insulation Resistance test
iv) Full load test of Auto transformer

Contractor No. of corrections Executive Engineer


637
Sr.No. Equipment Limits Scope of Inspection
winding
v) Dielectric strength of oil.
vi) Fault simulation for testing protection
relays except short circuit and earth fault.
b) Soft / Gentle start All i) Review of raw materials test Certificates
Starters and quality control procedure.
ii) High voltage Test.
iii) Insulation Resistance test
iv) Fault simulation for testing protection
relays except short circuit and earth fault.
4) L.T. Panel & L.T. Breaker Connected i) Review of raw materials test Certificates
load of 100 and quality control procedure.
HP & ii) High voltage Test.
above. iii) Insulation Resistance test
iv) Routine test.
v) Checking phase and earth clearance of
bus-bars.
iv) Checking wiring diagram & control
circuit & operation of panel.
vii) Fault simulation for testing protection
relays except short circuit and earth fault.
5) Transformers 315 KVA i) Review of raw materials test Certificates
and above. and quality control procedure.
ii) Routine test for all.
iii) Temperature rise for one no upto and
including 3000 KVA and all transformers
above 3000 KVA
iv) Type test excluding impulse test for
random one transformer above 100 KVA
and up to 3000 KVA
v) Type test including impulse test for
transformer of 3000 KVA and above.
6) H.T. Panel / H.T. Breaker / All i) Review of raw materials test Certificates
Vacuum co and quality control procedure.
ntactors. ii) Routine test.
iii) Checking components, and wiring
diagram, control circuit and operation of
panel.
iv) Insulation Resistance test
v) High voltage Test.
vi) Power frequency test.

Contractor No. of corrections Executive Engineer


638
Sr.No. Equipment Limits Scope of Inspection
vii) Fault simulation
viii) review of type test certificates of
breaker.
7) Relay & Metering panel. All i) Review of raw materials test Certificates
and quality control procedure.
ii) Checking wiring diagram.
iii) Relay operation test for over current,
earth fault by D.C. injection.
iv) Reviewing test certificates of relays.
v) High voltage & Insulation test.
8) Scanner Panel All i) Review of raw materials test Certificates
and quality control procedure.
ii) operation test for indication of temp. of
Bearing, windings & Oil.
iii) Hooter test with respective setting of
alarm and tripping circuit.
iv) Checking wiring diagram and control
circuit.
v) H.V. and I.R. test.
9) D.C. Battery and Battery All i) Review of raw materials test Certificates
charger and Distribution and quality control procedure.
panel. ii) Checking Components.
iii) Checking wiring diagram and control
circuit.
v) H.V. and I.R. test.
10) Cables LT 300 sq.mm. i) Review of raw materials test Certificates
& above & and quality control procedure.
if length is ii) Routine test.
300 mtr. iii) Over load test.
and above. iv) High voltage Test.
v) Insulation Resistance test.
11) Cables HT 95 sq.mm. i) Review of raw materials test Certificates
& above & and quality control procedure.
if length is ii) Routine test.
300 mtr. iii) Over load test.
and above. iv) High voltage Test.
v) Insulation Resistance test.
12) E.O.T. Crane / 3 MT & i) Review of raw materials test Certificates
Monorail/chain pulley above. and quality control procedure.
block and trolley ii) Operation test.
iii) Deflection test.

Contractor No. of corrections Executive Engineer


639
Sr.No. Equipment Limits Scope of Inspection
iv)Load Test.
13) Sluice Valves / Butterfly 350 mm dia i) Review of raw materials test Certificates
valve. and above and quality control procedure.
ii) Body and seat test.
iii) Test with operation of actuator and
reduction gear box fully assembled with
valve opening and closing (in case
actuators are provided) with synchronizing.
iv) Checking wear travel (for SV only)

14) Non Return Valve 350 mm dia i) Review of raw materials test Certificates
and above and quality control procedure.
with by ii) Body and seat test.
pass fitted
if specified.
15) Flow control valve for inley All i)Review of raw materials test
and outlet of ESR’s Certificates and quality control
procedure.
ii) Dimensional checkup
iii) Body and seat test.
iv) Operation test with PLC, controller
and with all related components fully
assembled with valve opening and
closing as per water level and to get
required flow with synchronizing.
v) All other tests necessary as per latest
IS/ISO/standard codes and
specifications.
16) Air Valve 150 mm dia i) Review of raw materials test Certificates
and above. and quality control procedure.
ii) Body test.
iii) Operation test for functioning of small
orifice and large orifice.
17) Valve actuator All i) Review of raw materials test Certificates
and quality control procedure.
ii) High voltage Test.
iii) Insulation Resistance test.
iv) Routine test and operation test.
v) Checking wiring diagram and circuit.
vi) Operation test with limit switches.
18) Capacitors 50 KVAR i) Review of raw materials test Certificates

Contractor No. of corrections Executive Engineer


640
Sr.No. Equipment Limits Scope of Inspection
bank or and quality control procedure.
above. ii) Routine test.
iii) High voltage Test.
iv) Insulation Resistance test.
19) Multi programmable All i) Review of raw materials test Certificates
automatic control unit / and quality control procedure.
Motor protection relays. ii) High voltage Test.
iii) Insulation Resistance test.
iv) Operation test
v) Fault simulation
vi) Checking wiring.

20) Voltage Stabilizer Above25 i) Review of raw materials test Certificates


KVA and quality control procedure.
ii) Routine test.
iii) High voltage Test.
iv) Insulation Resistance test.
v) Ratio test
vi) Temperature rise test.
21) Water hammer control All i) Review of raw materials test Certificates
devices. and quality control procedure.
ii) Hydrostatic test.
iii) Radiographic test for welding
(for Air vessel)
22) Water meters/ Flowmeters 150 mm dia i) Review of raw materials test Certificates
and above and quality control procedure.
ii) Hydrostatic test.
iii) Calibration test.
23) Wireless communication All i) Review of raw materials test Certificates
equipments and quality control procedure.
ii) Operation test for all equipments.

24) Equipments/components of As i) Review of raw materials test Certificates


SCADA and Automation mentioned and quality control procedure.
work in Schedule ii) Calibration test.
B iii) Operation test
iv) All other tests necessary as per latest
IS/ISO/standard codes and specifications.
25 PLC Panel Visual and dimensional check-up
ii) Checking for suitability in terms of
connecting, fitting, auxiliary

Contractor No. of corrections Executive Engineer


641
Sr.No. Equipment Limits Scope of Inspection
voltage, necessary change over
contacts.
iii) Test certificates of all equipments
and performance of equipments
after connecting all controllers at
local level and at remote level
through controller.
iv) Display in terms of appropriate
units and satisfactory calibration.
Any errors shall be removed.
v) Coding and address of all inputs
and outputs.
vi) Graphical representation alarm
generation.

Signature Not Verified


Contractor No. of corrections Executive
Digitally signed Engineer
by SANTOSH SHRIRAM
GAWHANKAR
Date: 2022.07.21 15:05:04 IST
Location: Maharashtra-MH

You might also like