Download as pdf or txt
Download as pdf or txt
You are on page 1of 8

CSIDC F-1- Schedule-D- Section III- Technical Specification of Works

CSIDC

SCHEDULE– D
Section-III
Technical Specification of Works

Signature of Contractor…………………… Signature of CSIDC……………………

Page 1 of 12
CSIDC F-1- Schedule-D- Section III- Technical Specification of Works
CSIDC

I. Brief Specifications:
All the works ,pertaining to the execution of each item in the BOQ for Road works, Drainage,
water supply including over head tank and Sumpwell, electrification (Street light) works, and
other utility works shall be strictly followed as per the specifications laid down by the latest
MORTH,IRC,CG PWD, CPWD, CPHEEO and relevant IS codes.
Workmanship- The work shall be carried out according to the specification referred to
hereinafter and according to sound engineering practice. The decision of the Executive
Engineer, in respect of workmanship will be final.

II. SPECIFICATION OF ROAD WORKS


All the works and materials used for construction shall be strictly governed by the latest
MORTH/ IRC specifications and their manual/ latest CPWD specifications/CG PWD
specifications/ IS codes, and the relevant Indian standard specification with amendments and
revisions Issued to the date of tender notice Where ever any material has ISI mark such
material alone has to be used.

III. Construction of RCC SUMP WELL including Pump House, pipes, valves and pumps

RCC sump well cum pump house on Turn Key Job Basis including testing & satisfactory trial run for 3
months, with guarantee for entire work for 24 months with a provision of over loading of RCC Over
head tank with 25% during emergency except inlet, outlet & over flow control arrangement which
should design to a permit of 25% over load for emergent occasions.

Signature of Contractor…………………… Signature of CSIDC……………………

Page 2 of 12
CSIDC F-1- Schedule-D- Section III- Technical Specification of Works
CSIDC

This work shall comprise of the following items :-


(i) One No. RCC sump well cum pump house of 0.50 lac liters capacity with total
03 numbers pump sets. Each pump having 50000 litres per hour capacity.
(Kirloskar/Crompton/Siemencs/Jyoti) monoblock Pumps i/c snowcem painting, ladder,
design & drawing complete in all respect for proposed Food Park at village-Fandiguda,
Thesil-Konta, Distt.-Sukma (C.G.).

The construction of RCC sump well with Pump House cum panel room as per item mentioned in
the BOQ with all necessary fittings and fixtures i,e inclusive of all the items of works viz. Civil works
and providing and installing all mechanical & electrical equipments etc. all complete, completion,
testing, commissioning and maintenance of the works except in so far as the contract otherwise
provides, the provision of all labour, materials, constructional plants equipments and accessories,
temporary and enabling works and works (whether of a temporary or permanent nature) required
in and for such construction, complement and maintenance so far as the necessity for providing
the same is specified in or can be reasonably inferred from the contract.

Workmanship :
a. All works pertaining to the contract shall be carried out per specifications given here under.
b. After satisfactory completion of construction work and water tightness testing, the water tanks
shall be the roughly cleaning with brushes and cleaning agents as permitted by the engineer in
charge to remove dust, dist, loose concrete, chips and scales or any other undesirable material.
The tank shall be filled with water upto the full storage level and mixed thoroughly with a solution
of high strength hypochlorite (HTH) of any other disinfection solution as approved by the engineer
in charge. The solution shall have strength of at least 0.5m p.m. residual chlorine. The water shall
stand for period of 48 hours. It shall then be flushed out by opening the scour valves and shall
then be ready for commissioning. The test shall be certified by the engineer in charge before it is
ready for commissioning.
Excavation
The depth of excavation will generally be guided by the underground strata and the safe bearing
capacity of the foundation soil as directed by the Engineer-in-charge. Strata charge of trail pit. Section
is made available for the purpose of design. This shall be verified by the contractor by Actual site
investigation and test of underground strata at his own cost. Test result shall be submitted along with
design calculation. The contractor shallkeep the side clear of water at all times. This end he shall
provide Arrangement as required.
Design Requirements :
a. The structure should be designed as per actual safe bearing capacity (SBC) of trial pit at site. The
contractor should carryout Safe Bearing Capacity test at his own cost.

Signature of Contractor…………………… Signature of CSIDC……………………

Page 3 of 12
CSIDC F-1- Schedule-D- Section III- Technical Specification of Works
CSIDC

b. The tank should be designed for required storage capacity with suitable arrangement for inlet,
and scour.
c. for the purpose design the stress in steel and concrete shall be adopted as specified in the relevant in
the Indian standard code.
d. For the guidance of the contractor the section of trial pit taken at the site of construction is
enclosed bu the contractor should himself verify the bearing capacity of soil at site for design of
foundation.

e. Suitable size of aluminum ladder shall be provided inside the tank. The provision of ladder should
be as per instruction of Engineer-in-charge.
f. The submitted designs and drawings shall be got Checked and approved from NIT/Regional
Engineering college by the Contractor. The charges for the same should be paid by Contractor. The
contractor shall have to execute the work as per approved designs and drawings.
Filling Foundation with Bed Concrete:
a. Any excavation be done below the specified levels, contractors shall fill in such excavation at his
own cost with M-10 grade of concrete below foundation well reammed in position up to the level.
b. The contractor shall notify when the excavation is completed and on concrete shall be laid until.
c. The soil for each individual footing, rats etc., is approved. The contractor is to carry out necessary
soil testing at his own cost. And the test results dully approved by the engineer-in-charge.
Shoring:
All sides of excavation shall be adequately supported to prevent subsidence or movement of Material in
which the excavation is being carried out and to ensure the safety of persons and hereby quality shall be
used for shoring. Thickness of the timber plank shall not be loss than 40mm width no less than 200mm
length of planks shall not be more than 4m. The contractor shall take all necessary precautions to
prevent slips on excavations with adequate shoring and strutting shall be at his expenses make good any
damage or defect and removed to spoil dumps any surplus materials caused by slips. No extra payment
for shoring will be made.
Concrete :
a. Applicable provisions of general Rules and direction shall government work under this section. All
concrete work, plain or reinforced shall be carried out in strict according with this specification and
any working drawing or instructions given from time to time to the contractor. Works shall be
strictly as per I.S. 456 an I.S. 3370 as applicable.
b. Reinforced cement concrete M.30-12mm gauge graded B.T. metal with reinforcement as per the
details shown in the members which retain water. A minimum clear cover of 40mm and 25mm
shall be provided on water retaining face to other faces respectively. This shall not be made/up
plastering. The code of practice should be referred in this respect.

Signature of Contractor…………………… Signature of CSIDC……………………

Page 4 of 12
CSIDC F-1- Schedule-D- Section III- Technical Specification of Works
CSIDC

c. The contractor shall submit mix design for each strength, stating the proposed slumps and
proportional weight of cement saturated surface dry aggregated and water. These mixes shall be
proved by preliminary tests of 30 days before concreting for 28 days average strength 15% higher
than the ultimate required.
d. The proportion of the concrete shall be such as to work readily into the form angles and grout the
reinforcement without excessive manipulations, segregation or water gain. The water content shall
not be increased from the amount required by the design mix unless cement at required water
cement ratio is added. The engineer-in-charge may require additional cement without extra
compensation to the contractor if the mix adopted does not produce the required strength.

Steel:-
a. Steel reinforcing bars for concretes shall be of TMT steel.
b. Soft iron binding wire shall comply with requirements of I.S. 280.
c. the reinforcement shall be bent to the shapes shown on the drawings prior to placing and all bars
mist as bent cold. The steel shall be placed in such a way that it is rigidly held in position while
concrete is being poured. The correct clearance shall be maintained by either mortar blocks or by
metal supporting chairs to be supplied by the contractor free of charge.
d. The contractor shall require getting tested random samples of the steel brought at site to see
whether they confirm so as per I.S. specifications. The cost of such tests shall be borne by the
contractor.
e. Air vents, wherever provided for, shall be 10mm dia swan neck type.
f. All railing, ladders, manhole covers air vents, pipes and specials etc, shall be supplied with 2 coats
of approved quality and make enamel paint over a primer coat and as directed by the Engineer-in-
charge.
Testing of Water Tightness
a. The tank will have be tested for the water tightness as per IS-3370 and it will be responsibility of
the contractor to make it water tight. The arrangements for water shall be done by the contractor at
his own cost of testing purposes. The contractor will have to give a test of water tightness of
reservoir to the entire satisfaction of the Nigam. The responsibility of structural suitability shall also
rest solely with the contractor. Maintenance period shall be 24 months after successful testing and
commissioning of tank.
b. Snowcem or durocem painting of the tank shall be done only after tank is tested for water tightness
only on the outside portion above ground level.
c. The Nigam shall not be responsible for providing water require for construction and other purposes.
The contractor shall make his own arrangements for the same at his own cost.
d. No extra charge for the plastering if required for furnishing the surface of structures shall be paid
under any circumstances.

Signature of Contractor…………………… Signature of CSIDC……………………

Page 5 of 12
CSIDC F-1- Schedule-D- Section III- Technical Specification of Works
CSIDC

Steel for Reinforcement :


All the iron and steel required for the work will be procured by the contractor at his own cost. The
Department shall not supply any quantity of steel under any circumstances. Steel for reinforcement
shall confirm to IS 432-1966 (with upto date revision) and IS 1139-1966 (with upto date revision) the
contractor shall be required to produce the test certificate of the manufacturers to the department be-
fore use of steel for the work. No untested steel shall be used. The department however reserves right to
get the received steel tested at the cost of contractor.
Payment Schedule
Sr. Stages of Work Corresponding total
No. payment upto stage
1 After excavation & base concrete 10% of total cost
2 After completion of tank wall casting (half height) 20% of total cost
3 After completion full height of tank 20% of total cost
4 After casting of roof slab, i/c of pump house 10% of total cost
5 After providing & installation of pipes, valves, pumps 20% of total cost
panel board and etc complete.
6 After successful testing of tank etc. 20% of total cost
Note : Water required for testing should be arranged by
contractor himself.

IV. SPECIFICATION FOR ELECTRIC WORKS IN THE CONSTRUCTION OF RCC OVER HEAD TANK/
SUMPWELL :

The internal Electrical work shall be carried out strictly in accordance with latest Indian
Electricity rules, specially as per latest specification of C.G. Electricity Board and relevant I.S.
specifications.
The size and type of wiring shall be suitable for A.C. supply at 440 (15% volts, 3 phases, 50
cycles for power and 220 volts for lightening.)
All phase wire shall be inside concealed single metal conduit and pipe shall be properly
earthed.
Suitable protection by means of cut-out shall be provided in such live conductors for every
circuit.
The earthing arrangement shall be provided as per I.S. specifications & Indian Electricity
rules.
Lighting arrestor along with suitable earthing arrangement as per relevant I.S. specifications
shall be provided.
All switches and fittings shall be superior type as directed by the Engineer in charge.

Signature of Contractor…………………… Signature of CSIDC……………………

Page 10 of 12
CSIDC F-1- Schedule-D- Section III- Technical Specification of Works
CSIDC

The general requirement for lighting fixtures, wiring should be I.S. specifications & Indian
Electricity rules. Light fixtures shall be of Phillips/ G.E.C. or any other standard makes to the entire
satisfaction of the Engineer-in-charge.

Specifications for main distribution Board :

The panel board at pump house shall be designed for the complete electrical load of
pumping of clear water.
The fluorescent tubes in the pump house shall be twin 80 watts. Industrial type nitrous
enamel reflectors complete with original choke, starters etc. manufactured by G.E.C./Phillips or any
other standard make. The fluorescent tubes shall be hung from the ceiling above the pump house to
give a uniforms lighting.
A common switch board shall be provided for the starter for the pumps. These shall be
provided in pump house along necessary cables to the various motors. The panel shall be completed
with incoming triple pole switch volt meter, Ammeter and isolating switches for the various pilot
lamps etc.
The cost of providing and laying the incoming power box cables from the main sub-station
to be constructed by the department in the same premises to panel in pump house should also be
included in the turn-key cost.

V. Specifications for Street light works :


Technical Specification of LED lighting luminaries : LED Roadway Lighting luminaries 120 Watt
(IP66 Protection) Epoxy powder coated pressure die-cast aluminium housing with weather proof
gasket for LED’s and control gear compartments. Pressure die-cast aluminium frame with heat
resistant toughened clear glass fixed with SS screws. Luminaries should have individual secondary
optics on each LED’s. Optics should be made from Polycarbonate/PMMA and Shall have
Temperature withstand capacity of Greater than 85 Deg C and transitivity of more then 90%. ANSI
rated LED’s from reputed makes such as Nichia Japan/Cree, USA/ Bridgelux, USA/ Lumiled, USA/
Citizen Japan should be provided. LED’s used in product shall comply with EN 62471 for photo
biological safety. Luminaries efficiency of greater than 100 Lumen/watt, Colour rendering (CRI) of >
75 and co-related colour temperature (CCT) of 5700 K(+300K),the Luminaries should have 5 KV surge
Protection with 10 KV integral SPD in the fixture. PF>0.95,and voltage range of 140-280V should be
provided. Driver used must be a constant current driver with efficiency of >0.85Percent and has
protection against lightening, over voltage and short circuit. The fixture shall be designed so as to
have Lumen maintenance of at least 70 Percent at the end of 50000 hours. Luminaries should have
top Maintenance to access driver. Manufacturers will provide LM 79 report form NABL accredited
Lab. Luminaries should have Two years warranty and to be submit warranty certificate from
manufacturer. MAKE OF FITTING :- BAJAJ/CROMPTON/PHILIPS/WIPRO/HAVELL’S/SCHREDER/
HALONIX. (Engineer –in-Charge will Approve make/Model of the LED Light Fitting).
(ii) Panel Board shall be fabricated as per approved drawing and shall be made of 1.6 mm thick MS
sheet and duly powder painted or approved colour.

Signature of Contractor…………………… Signature of CSIDC……………………

Page 11 of 12
CSIDC F-1- Schedule-D- Section III- Technical Specification of Works
CSIDC

(iii) Busbar shall be made of wrought aluminium or aluminium alloy confirming to relevant Indian
standard. Minimum clearance shall be 26mm for phase to earth and 32mm for phase to phase.
Earth busbar shall be suitable insulation with PVC sleeves/tapes.
(iv) All MCCB’S, MCB, Switch gear shall be of ISI marked and shall be of reputed and approved make, as
approved by the Engineer-in-charge.

Signature of Contractor…………………… Signature of CSIDC……………………

Page 12 of 12

You might also like